Loading...
HomeMy WebLinkAboutContract 62856CONTRACT FOR THE CONSTRUCTION OF Panther Island Sanitary Sewer Collector City Project No. 105247 Mattie Parker Mayor Jesus "Jay" Chapa City Manager Christopher Harder, P.E. Director, Water Department Prepared for The City of Fort Worth Water Department OCTOBER 2024 Prepared by: Texas Registered Engineering Firm F-928 Kimley-Horn No. 061018412 CSC No. 62856 Adopted September 2011 City of Fort Worth Standard Construction Specification Documents 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 1 of 4 CITY OF FORT WORTH PANTHER ISLAND SANITARY SEWER COLLECTOR STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105247 Revised March 8, 2024 SECTION 00 00 00 TABLE OF CONTENTS Division 00 - General Conditions Last Revised 00 05 10 Mayor and Council Communication 07/01/2011 00 05 15 Addenda 07/01/2011 00 11 13 Invitation to Bidders 07/19/2021 00 21 13 Instructions to Bidders 11/02/2021 00 35 13 Conflict of Interest Statement 02/24/2020 00 41 00 Bid Form 09/30/2021 00 42 43 Proposal Form Unit Price 01/20/2012 00 43 13 Bid Bond 09/11/2017 00 43 37 Vendor Compliance to State Law Nonresident Bidder 06/27/2011 00 45 11 Bidders Prequalifications 08/13/2011 00 45 12 Prequalification Statement 09/30/2021 00 45 13 Prequalification Application 08/13/2021 00 45 26 Contractor Compliance with Workers' Compensation Law 07/01/2011 00 45 40 Business Equity Goal 10/27/2021 00 52 43 Agreement 3/08/2024 00 61 13 Performance Bond 12/08/2023 00 61 14 Payment Bond 12/08/2023 00 61 19 Maintenance Bond 12/08/2023 00 61 25 Certificate of Insurance 07/01/2011 00 72 00 General Conditions 03/08/2024 00 73 00 Supplementary Conditions 03/08/2024 Division 01 - General Requirements Last Revised 01 11 00 Summary of Work 12/20/2012 01 25 00 Substitution Procedures 07/01/2011 01 31 19 Preconstruction Meeting 08/17/2012 01 31 20 Project Meetings 07/01/2011 01 32 16 Construction Schedule 10/06/2023 01 32 33 Preconstruction Video 07/01/2011 01 33 00 Submittals 12/20/2012 01 35 13 Special Project Procedures 03/11/2022 01 45 23 Testing and Inspection Services 03/09/2020 01 50 00 Temporary Facilities and Controls 07/01/2011 01 55 26 Street Use Permit and Modifications to Traffic Control 03/22/2021 01 57 13 Storm Water Pollution Prevention Plan 07/01/2011 01 58 13 Temporary Project Signage 07/01/2011 01 60 00 Product Requirements 03/09/2020 01 66 00 Product Storage and Handling Requirements 07/01/2011 01 70 00 Mobilization and Remobilization 11/22/2016 01 71 23 Construction Staking and Survey 02/14/2018 01 74 23 Cleaning 07/01/2011 01 77 19 Closeout Requirements 03/22/2021 01 78 23 Operation and Maintenance Data 12/20/2012 01 78 39 Project Record Documents 07/01/2011 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 2 of 4 CITY OF FORT WORTH PANTHER ISLAND SANITARY SEWER COLLECTOR STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105247 Revised March 8, 2024 Technical Specifications which have been modified by the Engineer specifically for this Project; hard copies are included in the Project’s Contract Documents Division 32 – Exterior Improvements Date Modified 32 11 23 Flexible Base Courses 09/25/2024 Division 33 – Utilities 33 05 22 Steel Casing Pipe 09/25/2024 33 39 10 Cast-in-Place Concrete Manholes 09/25/2024 33 31 22 Sanitary Sewer Slip Lining 09/25/2024 33 31 41 Slip Lining Grout 09/25/2024 Technical Specifications listed below are included for this Project by reference and can be viewed/downloaded from the City’s website at: http://fortworthtexas.gov/tpw/contractors/ or https://apps.fortworthtexas.gov/ProjectResources/ Division 02 - Existing Conditions Last Revised 02 41 13 Selective Site Demolition 03/11/2022 02 41 14 Utility Removal/Abandonment 12/20/2012 02 41 15 Paving Removal 02/02/2016 Division 03 - Concrete 03 30 00 Cast-In-Place Concrete 03/11/2022 03 34 13 Controlled Low Strength Material (CLSM)12/20/2012 03 34 16 Concrete Base Material for Trench Repair 12/20/2012 03 80 00 Modifications to Existing Concrete Structures 12/20/2012 Division 31 - Earthwork 31 00 00 Site Clearing 03/22/2021 31 25 00 Erosion and Sediment Control 04/29/2021 Division 32 - Exterior Improvements 32 01 17 Permanent Asphalt Paving Repair 12/20/2012 32 01 18 Temporary Asphalt Paving Repair 12/20/2012 32 01 29 Concrete Paving Repair 12/20/2012 32 16 13 Concrete Curb and Gutters and Valley Gutters 12/09/2022 32 17 23 Pavement Markings 06/10/2022 32 31 13 Chain Fences and Gates 12/20/2012 32 31 26 Wire Fences and Gates 12/20/2012 32 91 19 Topsoil Placement and Finishing of Roadway Right-of-ways 03/11/2022 32 92 14 Non-Native Seeding 05/13/2021 32 92 15 Native Grass and Wildflower Seeding 10/06/2023 Division 33 – Utilities 33 01 30 Sewer and Manhole Testing 09/07/2018 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 3 of 4 CITY OF FORT WORTH PANTHER ISLAND SANITARY SEWER COLLECTOR STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105247 Revised March 8, 2024 33 01 31 Closed Circuit Television (CCTV) Inspection – Sanitary Sewer 03/11/2022 33 03 10 Bypass Pumping of Existing Sewer Systems 12/20/2012 33 04 50 Cleaning of Pipes 03/11/2022 33 05 10 Utility Trench Excavation, Embedment, and Backfill 04/02/2021 33 05 13 Frame, Cover and Grade Rings 09/09/2022 33 05 14 Adjusting Manholes, Inlets, Valve Boxes, and Other Structures to Grade 03/11/2022 33 05 17 Concrete Collars 03/11/2022 33 05 24 Installation of Carrier Pipe in Casing or Tunnel Liner Plate 12/09/2022 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 31 13 Fiberglass Reinforced Pipe for Gravity Sanitary Sewers 12/20/2012 33 31 15 HDPE Pipe for Sanitary Sewer 04/23/2019 33 31 20 Polyvinyl Chloride (PVC) Gravity Sanitary Sewer Pipe 09/09/2022 33 31 50 Sanitary Sewer Service Connections and Service Line 04/26/2013 33 39 20 Precast Concrete Manholes 12/20/2012 33 39 30 Fiberglass Manholes 12/20/2012 33 39 60 Liners for Sanitary Sewer Structures 04/29/2021 Division 34 – Transportation 34 71 13 Traffic Control 03/21/2021 Appendix GC-4.01 Availability of Lands GC-4.02 Subsurface and Physical Conditions GC-4.06 Hazardous Environmental Condition at Site GC-6.06.D Minority and Women Owned Business Enterprise Compliance GC-6.07 Wage Rates GC-6.09 Permits and Utilities GC-6.24 Nondiscrimination GR-01 60 00 Product Requirements END OF SECTION DATE:Tuesday, February 11, 2025 REFERENCE NO.: **M&C 25-0108 LOG NAME: 60PANTHERISSC-CIRCLEC SUBJECT: (CD 2) Authorize Execution of a Contract with William J. Schultz, Inc. dba Circle C Construction Company in the Amount of $4,923,180.00 for Panther Island Sanitary Sewer Collector Main Project, Provide for Project Costs for a Project Total in the Amount of $5,471,161.00 and Adopt Appropriation Ordinance to Effect a Portion of Water’s Contribution to the Fiscal Years 2025-2029 Capital Improvement Program RECOMMENDATION: It is recommended that the City Council: 1.Authorize execution of a contract with William J. Schultz, Inc. dba Circle C Construction Company in the amount of $4,923,180.00 for the Panther Island Sanitary Sewer Collector Main project; and 2.Adopt the attached appropriation ordinance increasing estimated receipts and appropriations in the Water & Sewer Capital Projects Fund in the amount of $5,471,161.00, from available PayGo funds within the Water & Sewer Fund, for the purpose of funding the Panther Island Sanitary Sewer Collector Main project (City Project No. 105247) and to effect a portion of Water’s contribution to the Fiscal Years 2025-2029 Capital Improvement Program. DISCUSSION: This Mayor and Council Communication (M&C) provides for the construction of Panther Island Sanitary Sewer Collector Main on the following streets and river crossings to provide for future developer connection on East Island: Street To From Scope of Work NE 7th Street Calhoun Street 350 La Grave Field east Sewer Replacement Calhoun Street NE 7th Street 350 La Grave Field south 4th Street Sewer Replacement River Crossing South bank of West Fork Trinity River North bank of West Fork Trinity River Sewer Replacement Construction of the project was advertised for bid on November 20, 2024 and November 27, 2024 in the Fort Worth Star-Telegram. On December 12, 2024 the following bid was received: Bidder Amount Contract Time William J. Schultz, Inc. dba Circle C Construction Company $4,923,180.00 270 Calendar Days S.J. Louis Construction of Texas, Ltd.$6,362,855.00 In addition to the contract cost, $301,822.00 is required for project management, material testing and inspection and $246,159.00 is provided for project contingency. City of Fort Worth, Texas Mayor and Council Communication This project will have no impact on the Water Department operating budget when completed. It is the practice of the Water Department to appropriate its Capital Improvement Program (CIP) plan throughout the Fiscal Year (FY), instead of within the annual budget ordinance, as projects commence, additional funding needs are identified, and to comply with bond covenants. The actions in the M&C will appropriate funds in support of the Water’s portion of the City of Fort Worth’s Fiscal Years 2025-2029 Capital Improvement Program. Funding for Panther Island SS Collector is depicted below: 60PANTHERISSC-CIRCLE C Capital Fund Name Project Name FY2025 CIP Appropriations Authority Budget Change (Increase/Decrease) Revised FY2025 Budget 56002 – W&S Capital Projects Fund 105247 – Panther Island SS Collector $0.00 This M&C $5,471,161.00 $5,471,161.00 Funding is budgeted in the Transfer to Water/Sewer account of the operating budget for the purpose of funding of the Panther Island SS Collector project. FY2025 - Water PayGo Appropriations per City Ordinance 27107-09-2024 FY2025 Original Adopted PayGo FY2025 Amended PayGo (includes any council actions subsequent to budget adoption) YTD PayGo Approved for/Moved to Capital Projects This M&C FY2025 Remaining PayGo Balance $92,597,771.00 $92,597,771.00 ($28,420,140.00)($5,471,161.00)$58,706,470.00 Note: there may be other pending actions or recently approved actions that are not reflected in the table due to timing. Funding for the Panther Island SS Collector are depicted below: Fund Existing Appropriations Additional Appropriations Project Total* 56022 – W&S Rev Bonds Series 2024 $379,730.00 $0.00 $379,730.00 56002 – W&S Capital Projects Fund $0.00 $5,471,161.00 $5,471,161.00 Project Total $379,730.00 $5,471,161.00 $5,850,891.00 *Numbers rounded for presentation purposes. M/WBE OFFICE: The Business Equity Division placed a 11.29 percent business equity goal on this solicitation/contract. William J Schultz Inc dba Circle C Construction Company, will be exceeding the goal at 11.30 percent, meeting the City’s Business Equity Ordinance. Any changes in subcontractors will be reviewed by the Business Equity Division. The project is located in COUNCIL DISTRICT 2. FISCAL INFORMATION / CERTIFICATION: The Director of Finance certifies that funds are currently available in the Water & Sewer Fund and upon approval of the above recommendations and adoption of the attached appropriation ordinance, funds will be available in the W&S Capital Projects Fund for the Panther Island SS Collector project to support the above recommendations and execution of the contract. Prior to an expenditure being incurred, the Water Department has the responsibility of verifying the availability of funds. TO Fund Department ID Account Project ID Program Activity Budget Year Reference # (Chartfield 2) Amount FROM Fund Department ID Account Project ID Program Activity Budget Year Reference # (Chartfield 2) Amount William Johnson (5806) Chris Harder (5020) Liam Conlon (6824) FUND IDENTIFIERS (FIDs): CERTIFICATIONS: Submitted for City Manager's Office by: Originating Department Head: Additional Information Contact: ATTACHMENTS 1.25-0047(1052747 CON Panther Island Sanitary Sewer Collector)CM-NS.pdf (CFW Internal) 2.60PANTHERISSC-CIRCLEC funds avail.docx (CFW Internal) 3.60PANTHERISSC-CIRCLEC.pdf (Public) 4.60PASNTHERISSC-CIRCLEC FID Table (WCF 01.06.25).xlsx (CFW Internal) 5.Form 1295.pdf (CFW Internal) 6.ORD.APP_60PANTHERISSC-CIRCLEC_56002_AO25(r2).docx (Public) 7.PBS CPN 105247.pdf (CFW Internal) 8.SAM.gov search Circle C.pdf (CFW Internal) 60PANTHERISSC-CIRCLEC FID Table Rec #Fund Dept #Account Project ID Activity Budget Year CF 2 Program Amount Purpose Xfer 2 56002 0700430 4956001 105247 2025 $5,471,161.00 2 56002 0700430 105247 2025 $5,471,161.00 Rec #Fund Dept #Account Project ID Activity Budget Year CF 2 Program Amount Purpose Xfer 2 56001 0709020 5956001 ($5,471,161.00) 2 56002 0700430 4956001 105247 001780 9999 $5,471,161.00 Rec #Fund Dept #Account Project ID Activity Budget Year CF 2 Program Amount Purpose Xfer 2 56002 0700430 4956001 105247 001780 9999 ($5,471,161.00) 2 56002 0700430 5110101 105247 001780 9999 $38,770.00 Water Staff Costs 2 56002 0700430 5550102 105247 001780 9999 $2,000.00 Public Outreach 2 56002 0700430 5740010 105247 001780 9999 $4,923,180.00 Pay to Contractor 2 56002 0700430 5740010 105247 001780 9999 $246,159.00 Contract Contingency 2 56002 0700430 5330500 105247 001784 9999 $38,770.00 Soil Lab Consultant 2 56002 0700430 5310350 105247 001784 9999 $15,508.00 Soil Lab TPW Staff Cost 2 56002 0700430 5110101 105247 001785 9999 $206,774.00 Water Inspection Staff FIDs (Budget) FIDs (Actual) FIDs (REVENUE or EXPENSE - No KK or GL Entries Needed) 00 05 10 - 1 MAYOR AND COUNCIL COMMUNICATION (M&C) Page 1 of 1 CITY OF FORT WORTH PANTHER ISLAND SANITARY SEWER COLLECTOR STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105247 Revised July 1, 2011 1 SECTION 00 05 10 2 MAYOR AND COUNCIL COMMUNICATION (M&C) 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 END OF SECTION Circle C Construction Company No Addendums were issued. Teresa Skelly Circle C Construction 500 WEST TRAM�vITLI. A�'T'NLJF_, FORT WORTII, TEXAS 7G140 817-293-1863 I:AX 817-293-1957 00 11 13 INVITATION TO BIDDERS Page 1 of 3 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS PANTHER ISLAND SANITARY SEWER COLLECTOR Revised 1/17/24 CITY PROJECT No. 105247 SECTION 00 11 13 INVITATION TO BIDDERS RECEIPT OF BIDS Electronic bids for the construction of PANTHER ISLAND SANITARY SEWER COLLECTOR, CPN 105247 (“Project”)will be received for the City of Fort Worth via the Procurement Portal https://fortworthtexas.bonfirehub.com/portal/?tab=openOpportunities,under the respective Project until 2:00 P.M. CST, Thursday, December 12, 2024 as further described below: Bids will then be opened publicly and read aloud beginning at 2:00 PM at New City Hall, 7th floor room 745. Bidders shall also e-mail the completed Business Equity forms and all applicable letters of intent to the City Project Manager no later than 1:30 PM on the third City Business day after bid opening date, exclusive of the bid opening date. 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=openOpportunities 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. 00 11 13 INVITATION TO BIDDERS Page 2 of 3 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS PANTHER ISLAND SANITARY SEWER COLLECTOR Revised 1/17/24 CITY PROJECT No. 105247 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. To get started with Bonfire, watch this five-minute training video: Vendor Registration and Submission [VIDEO] – Bonfire Vendor Support (gobonfire.com) Bids will be opened publicly and read aloud at 2:00 PM CST in the City Council Chambers. GENERAL DESCRIPTION OF WORK The major work will consist of the (approximate) following: ·~2,830 LF of 12” - 30” Sewer Pipe ·~385 LF of 24 Slipline of Existing 36” Sewer Pipe ·Installation of four (4) Sanitary Sewer Manholes requiring epoxy lining ·Rehabilitation of four (4) Sanitary Sewer Manholes/Structures requiring epoxy lining 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=openOpportunities,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=openOpportunities,under the respective Project. 00 11 13 INVITATION TO BIDDERS Page 3 of 3 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS PANTHER ISLAND SANITARY SEWER COLLECTOR Revised 1/17/24 CITY PROJECT No. 105247 PREBID CONFERENCE – In Person A prebid conference will be held as discussed in Section 00 21 13 - INSTRUCTIONS TO BIDDERS at the following date, and time: DATE:December 3, 2024 TIME:10:00 AM, CDT LOCATION:311 W.10th Street, Fort Worth, Tx 72102 If a prebid conference is held, the presentation and any questions and answers provided at the prebid conference will be issued as an Addendum to the call for bids. If a prebid conference is not being held, prospective bidders should direct all questions about the meaning and intent of the Bidding Documents electronically through the Vendors discussions section under the respective Project via the Procurement Portal. If necessary, Addenda will be issued pursuant to the Instructions to Bidders. 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 November 20, 2024 November 27, 2024 END OF SECTION 00 21 13 INSTRUCTIONS TO BIDDERS Page 1 of 10 CITY OF FORT WORTH PANTHER ISLAND SANITARY SEWER COLLECTOR STANDARD CONSTRUCTION SPECIFICATION DOCUMENT CITY PROJECT No. 105247 Revised/Updated 1/17/24 SECTION 00 21 13 INSTRUCTIONS TO BIDDERS 1. Defined Terms 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 electronic 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: https://apps.fortworthtexas.gov/ProjectResources/ 00 21 13 INSTRUCTIONS TO BIDDERS Page 2 of 10 CITY OF FORT WORTH PANTHER ISLAND SANITARY SEWER COLLECTOR STANDARD CONSTRUCTION SPECIFICATION DOCUMENT CITY PROJECT No. 105247 Revised/Updated 1/17/24 3.1.1. Paving – Requirements document located at: https://apps.fortworthtexas.gov/ProjectResources/ResourcesP/02%20- %20Construction%20Documents/Contractor%20Prequalification/TPW%20Paving %20Contractor%20Prequalification%20Program/PREQUALIFICATION%20REQ UIREMENTS%20FOR%20PAVING%20CONTRACTORS.pdf 3.1.2. Roadway and Pedestrian Lighting – Requirements document located at: https://apps.fortworthtexas.gov/ProjectResources/ResourcesP/02%20- %20Construction%20Documents/Contractor%20Prequalification/TPW%20Roadwa y%20and%20Pedestrian%20Lighting%20Prequalification%20Program/STREET% 20LIGHT%20PREQUAL%20REQMNTS.pdf 3.1.3. Water and Sanitary Sewer – Requirements document located at: https://apps.fortworthtexas.gov/ProjectResources/ResourcesP/02%20- %20Construction%20Documents/Contractor%20Prequalification/Water%20and%2 0Sanitary%20Sewer%20Contractor%20Prequalification%20Program/WSS%20pre qual%20requirements.pdf 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. 00 21 13 INSTRUCTIONS TO BIDDERS Page 3 of 10 CITY OF FORT WORTH PANTHER ISLAND SANITARY SEWER COLLECTOR STANDARD CONSTRUCTION SPECIFICATION DOCUMENT CITY PROJECT No. 105247 Revised/Updated 1/17/24 4. Examination of Bidding and Contract Documents, Other Related Data, and Site 4.1. Before submitting a Bid, each Bidder: 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. 00 21 13 INSTRUCTIONS TO BIDDERS Page 4 of 10 CITY OF FORT WORTH PANTHER ISLAND SANITARY SEWER COLLECTOR STANDARD CONSTRUCTION SPECIFICATION DOCUMENT CITY PROJECT No. 105247 Revised/Updated 1/17/24 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. 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. 4.1.9.Indicate their intent to bid by selecting “yes” in the Procurement Portal under the Intent to Bid section. You must indicate your intent to bid to be able to submit a bid to the City. 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. 00 21 13 INSTRUCTIONS TO BIDDERS Page 5 of 10 CITY OF FORT WORTH PANTHER ISLAND SANITARY SEWER COLLECTOR STANDARD CONSTRUCTION SPECIFICATION DOCUMENT CITY PROJECT No. 105247 Revised/Updated 1/17/24 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. 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. 00 21 13 INSTRUCTIONS TO BIDDERS Page 6 of 10 CITY OF FORT WORTH PANTHER ISLAND SANITARY SEWER COLLECTOR STANDARD CONSTRUCTION SPECIFICATION DOCUMENT CITY PROJECT No. 105247 Revised/Updated 1/17/24 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 https://fortworthtexas.bonfirehub.com/portal/?tab=openOpportunities 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. 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 shall be posted under the respective Project via the Procurement Portal https://fortworthtexas.bonfirehub.com/portal/?tab=openOpportunities 6.4. 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 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. 00 21 13 INSTRUCTIONS TO BIDDERS Page 7 of 10 CITY OF FORT WORTH PANTHER ISLAND SANITARY SEWER COLLECTOR STANDARD CONSTRUCTION SPECIFICATION DOCUMENT CITY PROJECT No. 105247 Revised/Updated 1/17/24 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 01 25 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://codelibrary.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. 12.2. All blanks on the Bid Form must be completed and the Bid Form signed electronically or signed in ink and scan. 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. 00 21 13 INSTRUCTIONS TO BIDDERS Page 8 of 10 CITY OF FORT WORTH PANTHER ISLAND SANITARY SEWER COLLECTOR STANDARD CONSTRUCTION SPECIFICATION DOCUMENT CITY PROJECT No. 105247 Revised/Updated 1/17/24 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 in the Procurement Portal 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 via the Procurement Portal https://fortworthtexas.bonfirehub.com/portal/?tab=openOpportunities. 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. 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. 00 21 13 INSTRUCTIONS TO BIDDERS Page 9 of 10 CITY OF FORT WORTH PANTHER ISLAND SANITARY SEWER COLLECTOR STANDARD CONSTRUCTION SPECIFICATION DOCUMENT CITY PROJECT No. 105247 Revised/Updated 1/17/24 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. 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 https://www.ethics.state.tx.us/data/forms/1295/1295.pdf 17.8. Failure or refusal to comply with the requirements may result in rejection of Bid. 00 21 13 INSTRUCTIONS TO BIDDERS Page 10 of 10 CITY OF FORT WORTH PANTHER ISLAND SANITARY SEWER COLLECTOR STANDARD CONSTRUCTION SPECIFICATION DOCUMENT CITY PROJECT No. 105247 Revised/Updated 1/17/24 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 U03513-1 CONFLICT OF INTEREST STATEMENT Page 1 of 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 !�� SECTION 00 3513 CONFLICT OF INTEREST STATEMENT Each bidder, offeror, or respondent to a City of Fort Worth procurement is required to complete a Conflict of Interest Questionnaire or certify that one is current and on file with the City Secretary's Office pursuant to state law. If a member of the Fort Worth City Council, any one or more of the City Manager or Assistant City Managers, or an agent of the City who exercises discretion in planning, recommending, selecting or contracting with a bidder, offeror or respondent is affiliated with your company, then a Local Government Offrce Conflicts Disclosure Statement (CIS) may be required. You are urged to consult with counsel regarding the applicability of these fornis and Local Government Code Chapter 176 to your company. The referenced forms may be downloaded from the links provided below. ht ��://www.ethics. state.tx.us/forms/CIt.?.pdf hn �://www.ethics. state. tx. us/forms/CiS. «ci f �� CIQ Form is on file with City Secretary U � � —1 CIQ Form is being provided to the City Secretary CIS Form does not apply CIS Form is on File with City Secretary CIS Form is being provided to the City Secretary BIDDER: 6 �.//�am �v'�o�h-/�z li�c c� s� `i r t l � Co,rl,S �u c�'o n�a.on�an y By: /e�>''P�S Q S�/�'t��� Company (�Print} � �j Ov Li% l/'!!�T?/79e�� ,�i�G Signature: � p c.�c�.-! Address �i�l�/of � � ����6 Title: /`/'��Si c�o•� � City/State/Zip (Please Print) END OF SECTION CITY OF FORT WORTH PANTHER ISLAND SANITARY SEWER COLLECTOR STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105247 Revised March 27, 2012 SECTION 00 41 00 BID FORM TO: The Purchasing Manager c/o: The Purchasing Division 200 Texas Street City of Fort Worth, Texas 76102 FOR: PANTHER ISLAND SANITARY SEWER COLLECTOR City Project No.: 105247 Units/Sections: Unit I: Sanitary Sewer Improvements 1. Enter Into Agreement The undersigned Bidder proposes and agrees, if this Bid is accepted, to enter into an Agreement with City in the form included in the Bidding Documents to perform and furnish all Work as specified or indicated in the Contract Documents for the Bid Price and within the Contract Time indicated in this Bid and in accordance with the other terms and conditions of the Contract Documents. 2. BIDDER Acknowledgements and Certification 2.1. In submitting this Bid, Bidder accepts all of the terms and conditions of the INVITATION TO BIDDERS and INSTRUCTIONS TO BIDDERS, including without limitation those dealing with the disposition of Bid Bond. 2.2. Bidder is aware of all costs to provide the required insurance, will do so pending contract award, and will provide a valid insurance certificate meeting all requirements within 14 days of notification 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 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 City (b) to establish Bid prices at artificial non-competitive levels, or (c) to deprive City of the benefits of free and open c. "collusive practice" means a scheme or arrangement between two or more Bidders, with or without the knowledge of City, a purpose of which is to establish Bid prices at artificial, non-competitive levels. d. "coercive practice" means harming or threatening to harm, directly or indirectly, persons or their property to influence their participation in the bidding process or affect the execution of the Contract. 3. Prequalification The Bidder acknowledges that the following work types must be performed only by prequalified contractors and subcontractors: a. Sewer Interceptors, Urban Renewal 42-inches and smaller 4. Time of Completion 4.1. The Work will be complete for Final Acceptance within 270 days after the date when the the Contract Time commences to run as provided in Paragraph 2.03 of 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: a. This Bid Form, Section 00 41 00 b. Required Bid Bond, Section 00 43 13 issued by a surety meeting the requirements of Paragraph 5.01 of the General Conditions. c. Proposal Form, Section 00 42 43 d. Vendor Compliance to State Law Non Resident Bidder, Section 00 43 37 e. MWBE Forms (optional at time of bid) f. Prequalification Statement, Section 00 45 12 g. Conflict of Interest Statement, Section 00 35 13 "If necessary, CIQ or CIS forms are to be provided directly to City Secretary h. Any additional documents that may be required by Section 12 of the Instructions to 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 6.3 Evaluation of Alternate Bid Items Total Bid .��,. „� 5�, 9Z3, /80. ° o 7. Bid Submittal This Bid is submitted on December 12, 2024 Respectfully submitted, � �� By: (Signature) by the entity named below. Teresa S Skellv (Printed Name) Title: President Company: lNilliam J Schultz Inc dba CirGle C Construction Company Address: 500 W Trammell Avenue Fort Worth, Texas 76140 State of Incorporation: Texas aI, tl-�r� •r���»�' LY' , e�'.' •• Phone: 817 29�1�Ci Receipt is acknowledged of Initial the following Addenda: Addendum No. 1: Addendum No. 2: Addendum No. 3: Addendum No. 4: Corporate Seal: END OF SECTION SECTION 00 42 43 PROPOSALFORM UNIT PRICE BID Bidder's Application Project Item Infonnation Bidder's Proposal B'd�No��� Descrip[ion Specifica[ionSectionNo. Measure ��i�ty UnitPrice BidValue 1 3331.4208 12" Sewer Pipe 33 11 10, 33 31 12, 33 31 20 LF 20 $500.00 $10,000.00 2 3331.4215 15" Sewer Pipe 33 11 10, 33 31 12, 33 31 20 LF 10 $600.00 $6,000.00 3 3331.5763 20" Fiberglass Sewer Pipe, CLSM Backfill 33 31 13 LF 1006 $700.00 $704,200.00 4 3305.3009 20" Sewer Carrier Pipe 33 05 24 LF 239 $550.00 $131,450.00 5 3331.0211 24" Sewer Pipe, Slip Lining (DR-13.5 HDPE, IPS) 33 31 22 LF 385 $2,000.00 $770,000.00 6 3331.5774 30" Fiberglass Sewer Pipe, CLSM Backfill 33 31 13 LF 1465 $750.00 $1,098,750.00 7 3305.3012 30" Sewer Carrier Pipe 33 05 24 LF 90 $650.00 $58,500.00 8 3305.1004 24" Casing By Open Cut 33 05 22 LF 139 $700.00 $97,300.00 9 3305.1006 30" Casing By Open Cut 33 05 22 LF 100 $800.00 $80,000.00 10 3305.1007 42" Casing By Open Cut 33 05 22 LF 90 $900.00 $81,000.0� 11 3305.�109 Trench Safety 33 05 10 LF 2860 $5.00 $14,300.00 12 3305.0113 Trench Water Stops 33 05 15 EA 5 $2,500.00 $12,500.00 13 3339.1xxx Rehab Manhole w/Frame/Cover & Epoxy Lining 33 39 10 EA 2 $50,000.00 $100,000.00 14 3339.1xxx Rehab Structure w/Frame/Cover & Epoxy Lining 33 39 10 EA 2 $100,000.00 $200,000.00 15 3339.1101 5' Manhole 33 39 10, 33 39 20 EA 2 $12,500.00 $25,000.00 16 3339.1103 5' F�ctra Depth Manhole 33 39 10, 33 39 20 VF 22 $450.00 $9,900.00 17 3339.1001 4' Manhole 33 39 10, 33 39 20 Eq 2 $8,500.00 $17,000.00 18 3339.1002 4' Drop Manhole 33 39 10, 33 39 20 EA 1 $10,500.00 $10,500.00 19 3339.1003 4' Extra Depth Manhole 33 39 10, 33 39 20 VF 29 $350.00 $10,150.00 20 3339.0001 Epoxy Manhole Liner 33 39 60 VF 81 $550.00 $44,550.00 21 3305.0112 Concrete Collar for Manhole 33 05 17 EA 5 $450.00 $2,250.00 22 3303.0001 Bypass Pumping 33 03 10 LS 1 $450,000.00 $450,000.00 23 3301.0001 Pre-CCN Inspection 33 01 31 LF 630 $30.00 $18,900.00 24 3301.0002 Post-CCN Inspection 33 01 31 LF 3215 $10.00 $32,150.00 25 3301.0101 Manhole Vacuum Testing 33 01 30 EA 9 $350.00 $3,150.00 26 3305.0110 Utility Markers 33 05 26 LS 1 $500.00 $500.00 27 3201.0124 7' Wide Asphalt Pvmt Repair, Arterial 32 01 17 LF 1252 $150.00 $187,800.00 28 3201.0127 10' Wide Asphalt Pvmt Repair, Arterial 32 01 17 LF 217 $225.00 $48,825.00 29 3201.0203 Asphalt Pvmt Repair Beyond Defined Width, Industrial � 01 17 SY 7 $150.00 $1,050.00 30 3201.0616 Conc Pvmt Repair, Arterial/lndustrial 32 01 29 SY 1593 $250.00 $398,250.00 31 3211.0113 8" Flexible Base, Type A, GR-1 (w/Chip Seal) 32 11 23 SY 525 $100.00 $52,500.00 32 3216.0101 6" Conc Curb and Gutter 32 11 23 LF 21 $65.00 $1,365.00 33 3291.0100 Topsoil 32 91 19 CY 283 $50.00 $14,150.00 34 3292.0400 Seeding, Hydromulch 32 92 13 SY 4969 $10.00 $49,690.00 35 0171.0101 Construction Staking 01 71 23 LS 1 $5,000.00 $5,000.00 36 0171.0102 As-Built Survey 01 71 23 LS 1 $2,500.00 $2,500.00 37 3125.0101 SWPPP a 1 acre 31 25 00 LS 1 $5,000.00 $5,000.00 38 3471.0001 Tra�c Control 34 71 13 MO 5 $2.500.00 $12.500.00 39 9999.0001 Contaminated Material Handling 00 72 00 LF 50 $25.00 $1,250.00 40 9999.0002 Contaminated Material Loading, Haul & Disposal 00 72 00 CY 35 $150.00 $5,250.00 41 9999.0003 Construction Allowance 00 72 00 LS 1 $150,000.00 $150,000.00 TotalEid j4,923,180.00 END OF SECTION M.ERCHANTS BONDING C4MPANYn MERCHANTS BONDING COMPANY (MUTUAL) P.O. Box 14498, DES MOINES, IoWA 50306-3498 PHONE: (800) 678-8171 FA�c: (51S) 243-3854 BID BOND PUBLIC WORK Bond No. N/A KNOW ALL PERSONS BY THESE PRESENTS: That William J. Schultz, Inc. dba Circle C Construction Com a�� P. O. Box 40328, Fort Worth, TX 76140 (hereinafter called the Principal) as Principal, and the __ Merchants Bonding Company (Mutual) __ (hereinafter called Surety), as Surety, are held and firmly bound to City of Fort Worth, 1000 Throckmorton Street, Fort Worth, Texas 76102 (hereinafter called the Obligee) in the full and just sum of ( 5% of Greatest Amount Bid ) Five Per Cent of Greatest Amount _ Dollars good and lawful money af the United States of America, to the payment of which sum of money well and truly to be made, the Principal and Surety bind themselves, their heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. Signed and dated this 12th day of _ _ December 2024 THE CONDITION OF THIS OBLIGATION IS SUCH, that, if the Obligee shall make any award to the Principai for Construction of PANTHER ISLAND SANITARY SEWER COLLECTOR, CPN 105247 according to the terms of the propasal or bid made by the Principal therefore, and the Principal shall duly make and enter into a contract with the Obligee in accordance with the terms of said proposal or bid and award, and shall give bond for the faithful performance thereof with the Merchants Bondin� Companv [Mutual] , as Surety, or with other Surety or Sureties approved by the Obligee; or if the Principal shall, in case of failure to do so, pay to the Obligee the damages which the Obligee may suffer by reason of such failure, not exceeding the penalty of fhis bond, then this obligation shall be null and void; otherwise it shall be and remain in full force and effect. IN TESTIMONY WHEREOF, the Principal and Surety have caused these presents to be duly signed and sealed. Witness: Wimess as to Surety: �a X .a':�� John A. Miller William J. Schultz, Inc. dba Circle C Construction Company - Principal By ��-t-� a �'cfl� _ Teresa S. Skelly, President Merchar�ts nding Company (Mutual) : � `�F �.sr � �.� _ ' �" � . BY-w r ����" �.� - - � — Sheryl A. � tutts, Attorney-in-Fact CON 0333 (2115) MERCHAl�TTS�� BONDING COMPANYTM POWER OF ATTORNEY KnowAll Persons By These Presents, that MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC., both being corporations of the State of lowa, d/b/a Merchants National Indemnity Company (in California only) (herein collectively called the "Companies") do hereby make, constitute and appoint, individually, John A Miller; Sheryl A Klutts their true and lawful Attomey(s)-in-Fact, to sign its name as surety(ies) and to execute, seal and acknowledge any and all bonds, undertakings, contracts and other written instruments in the nature thereof, on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. This Power-of-Attomey is granted and is signed and sealed by facsimile under and by authority of the following By-Laws adopted by the Board of Directors of Merchants Bonding Company (Mutual) on April 23, 2011 and amended August 14, 2015 and April 27, 2024 and adopted by the Board of Directors of Merchants National Bonding, Inc., on �ctober 16, 2015 and amended on April 27, 2024. 'The President, Secretary, Treasurer, or any Assistant Treasurer or any Assistant Secretary or any Vice President shall have power and authority to appoint Attorneys-in-Fact, and to authorize them to execute on behalf of the Company, and attach the seal of the Company thereto, bonds and undertakings, recognizances, contracts of indemnity and other writings obligatory in the nature thereof." "The signature of any authorized officer and the seal of the Company may be affixed by facsimile or electronic transmission to any Power of Attomey or Certification thereof authorizing the execution and delivery of any bond, undertaking, recognizance, or other suretyship obligations of the Company, and such signature and seal when so used shall have the same force and effect as though manually fixed." In connection with obligations in favor of the Florida Department of Transportation only, it is agreed that the power and aut hority hereby given to the Attomey-in-Fact includes any and all consents for the release of retained percentages and/or final estimates on engineering and construction contracts required by the State of Florida Department of Transportation. It is fully understood that consenting to the State of Florida Department of Transportation making payment of the final estimate to the Contractor and/or its assignee, shall not relieve this surety company of any of its obligations under its bond. In connection with obligations in favor of the Kentucky Department of Highways only, it is agreed that the power and authority hereby given to the Attomey-in-Fact cannot be mod�ed or revoked unless prior written personal notice of such intent has been given to the Commissioner- Department of Highways of the Commonwealth of Kentucky at least thirty (30) days prior to the modification or revocation. In Witness Whereof, the Companies have caused this instrument to be signed and sealed this 2gth day of July . 2024 • .••�""'••.. .. • "' • •. MERCHANTS BONDING COMPANY (MUTUAL) '•��'�� NA �.� .' ��NG �O/f�A �• MERCHANTS NATIONAL BONDING, INC. .•'P � ��'• • , y?pRp�R,4 �O'. :�0?pAPOA ''�y dlb/a MERCHANTS NATIONAL INDEMNITY COMPANY :a.2 _o- �v:�.: �`' G "�� .c� ; 2 . �: 2 -o- o' • � ; �� 2003 ; �ai? y 1933 � c: By � :d' � �:: : ��. .do. .,�V�� •........•:;1��. .�d�• • � •''�1�. President STATE aF IOWA •.,�� �7 �..• •......• COUNTY OF DALLAS ss. """�� On this 2gth day of ���y 2024 before me appeared Larry Taylor, to me personalfy known, who being by me duly swom did say that he is President of MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC.; and that the seals affixed to the foregoing instrument are the Corporate Seals of the Companies; and that the said instrument was signed and sealed in behaif of the Companies by authority of their respective Boards of Directors. rf` � ' ��� � �Q.R�ALS, Penni Miller ��, z � Commission Number 787952 '1 • • My Commission Expires �� �� � rOVVA lanuary 20, 2027 Notary Public (Expiration of notary's commission does not invalidate this instrument) I, Elisabeth Sandersfeld, Secretary of MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC., do hereby certify that the above and foregoing is a true and correct copy of the POWER-OF-ATTORNEY executed by said Companies,which is still in full force and effect and has not been amended or revoked. In Witness Whereof, I have hereunto set my hand and affixed the seal of the Companies on this 12th day of December , 2024 . ��,......... .••"'••. ��.•P.��ONq�•.,� �•Q�NG Cp�•.� :�? �PO ' e�� '��'�RP� �'A'��• �+Y : �y � c,°FL R,q�' oZ-: ; � ' �O 9q� .y� � :2:? -o- v:�' .r-.'= -o- o� : : _ ; ' Z : : a', 1933 :' c; Secretary :v: 2003 ;;�: .yv. • ti. �.d�� •;a`'� .�.6;�� � _\',�0. POA 0018 (6/24) '••�''•••�'•••••••' ' • • ••••• MERCHAL�TTS� BONDING COMPANY,� ti1ERCHANTJ B�)NDING COMI'ANl' cMUTIIALJ • h1ERCHANTS NAT]UNAL BC)NDING. INC. P.O. Bc�X 14�98 • DES MOINES. IOWA 50306-:i-}�S �(800> 678-$171 �(51 �) 2-13-385-1 FAX Please send all notices of claim on this bond to: Mcrchants Bonding Company (Mutual) / Merchants National Bonding, Inc. P.O. Box 14498 Des Moines, Iowa 50306-3498 (515)243-8171 (800) 678-8171 Physical Address: 6700 Westown Parkway, West Des Moines. Iowa 50266 SUP 0073 TX (2/15) SECTION 00 43 37 VENDOR COMPLIANCE TO STATE LAW NON RESIDENT BIDDER Texas Government Code Chapter 2252 was adopted for the award of contracts to nonresident bidders. This law provides that, in order to be awarded a contract as low bidder, nonresident bidders (out-of-state contractors whose corporate offices or principal place of business are outside the State of Texas) bid projects for construction, improvements, supplies or services in Texas at an amount lower than the lowest Texas resident bidder by the same amount that a Texas resident bidder would be required to underbid a nonresident bidder in order to obtain a comparable contract in the State which the nonresidenYs principal place of business is located. The appropriate blanks in Section A must be filled out by all nonresident bidders in order for your bid to meet specifications. The failure of nonresident bidders to do so will automatically disqualify that bidder. Resident bidders must check the box in Section B. A. Nonresident bidders in the State of State Here or Blank , our principal place of business, are required to be % Here percent lower than resident bidders by State Law. A copy of the statute is attached. Nonresident bidders in the State of State Here or Blank , our principal place of business, are not required to underbid resident bidders. B. The principal place of business of�our company or our parent company or majority owner is in the State of Texas. C� BIDDER: William J Schuttz Inc dba Circle C Construction Company 500 W Trammell Avenue Fort Worth, Texas 76140 gy. Teresa S Skelly /-Q ��� igna ure Title: President Date: �Z " l z ` � � END OF SECTION 00 45 11 - 1 BIDDERS PREQUALIFICATIONS Page 1 of 3 CITY OF FORT WORTH PANTHER ISLAND SANITARY SEWER COLLECTOR STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105247 Revised August 13, 2021 1 SECTION 00 45 11 2 BIDDERS PREQUALIFICATIONS 3 4 1. Summary. A Bidder or their designated subcontractors are required to be prequalified or 5 have applied for prequalification by the City for the work types requiring prequalification 6 prior to submitting bids. To be considered for award of contract the Bidder must submit 7 Section 00 45 12, PREQUALIFICATION STATEMENT for the work type(s) listed with 8 their Bid. Any contractor or subcontractor who is not prequalified for the work type(s) listed 9 must submit Section 00 45 13, PREQUALIFICATION APPLICATION in accordance with 10 the requirements below. The information must be submitted seven (7) days prior to the 11 date of the opening of bids. Subcontractors must follow the same timelines as contractors 12 for obtaining prequalification review. Bidders or Subcontractors who are not prequalified at 13 the time bids are opened and reviewed may cause the bid to be rejected. 14 15 The prequalification process will establish a bid limit based on a technical evaluation and 16 financial analysis of the contractor. For example, a contractor wishing to submit bids on 17 projects to be opened on the 7th of April must file the information by the 31st day of March 18 in order to be eligible to work on these projects. In order to facilitate the approval of a 19 Bidder’s Prequalification Application, the following must accompany the submission. 20 a. A complete set of audited or reviewed financial statements. 21 (1) Classified Balance Sheet 22 (2) Income Statement 23 (3) Statement of Cash Flows 24 (4) Statement of Retained Earnings 25 (5) Notes to the Financial Statements, if any 26 b. A certified copy of the firm’s organizational documents (Corporate Charter, Articles 27 of Incorporation, Articles of Organization, Certificate of Formation, LLC 28 Regulations, Certificate of Limited Partnership Agreement). 29 c. A completed Bidder Prequalification Application. 30 (1) The firm’s Texas Taxpayer Identification Number as issued by the Texas 31 Comptroller of Public Accounts. To obtain a Texas Taxpayer Identification 32 number visit the Texas Comptroller of Public Accounts online at the 33 following web address www.window.state.tx.us/taxpermit/ and fill out the 34 application to apply for your Texas tax ID. 35 (2) The firm’s e-mail address and fax number. 36 (3) The firm’s DUNS number as issued by Dun & Bradstreet. This number 37 is used by the City for required reporting on Federal Aid projects. The DUNS 38 number may be obtained at www.dnb.com. 39 d. Resumes reflecting the construction experience of the principles of the firm for firms 40 submitting their initial prequalification. These resumes should include the size and 41 scope of the work performed. 42 e. Other information as requested by the City. 43 44 2. Prequalification Requirements 45 a.Financial Statements. Financial statement submission must be provided in 46 accordance with the following: 47 (1) The City requires that the original Financial Statement or a certified copy 48 be submitted for consideration. 00 45 11 - 2 BIDDERS PREQUALIFICATIONS Page 2 of 3 CITY OF FORT WORTH PANTHER ISLAND SANITARY SEWER COLLECTOR STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105247 Revised August 13, 2021 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 for Award of Contract 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. 00 45 11 - 3 BIDDERS PREQUALIFICATIONS Page 3 of 3 CITY OF FORT WORTH PANTHER ISLAND SANITARY SEWER COLLECTOR STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105247 Revised August 13, 2021 1 d. If a contractor has a valid prequalification letter, the contractor will be eligible to 2 perform the prequalified work types until the expiration date stated in the letter. 3 4 5 6 7 8 END OF SECTION 9 00 45 12 - 1 PREQUALIFICATION STATEMENT Page I of 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 is 19 Zo 21 22 23 24 25 26 SECTION 00 4512 PREQUALIFICATION STATEMENT Each Bidder for a City procurement is required to complete the information below by identifying the prequalified contractors and/or subcontractors whom they intend to utilize for the major wark type(s) listed. Major Work Contractor/Subcontractor Company Name Prequalification T �e Ex iration Date Sewer Interceptors, /��rGlC L' (' o�7s.¢'r�u 4�j d} � J r� " G�C�c r Urban/Renewal, �- 42-inches and smaller The undersigned hereby certifies that the contractors and/or subcontractars described in the table above are currently prequalified for the work types listed. BIDD R: ` /��� G ./Iia.r� �v��h � /!'Gt P /J�S"��'!L t/� I _ Company �0�� C/� Address C���� ��P City/State/Zip a� � �� /�� �� A By: _ _�i"P�s`G� �5��/� (Pleas rint) � Signature: ����/J G' �`�h Title: / ��`s: ���� (Please Print) Date: END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised September 30, 2021 � - �Z - � L PANTHER ISLAND SANITARY SEWER COLLECTOR CITY PROJECT No. 145247 FORTWORTHo May 04, 2024 Mr William J Schultz William J Schultz Inc Circle C Construction 500 W Trammell PO Box 40328 Fort Worth, TX 76140 PREQUALIFICATION TO BID CITY OF FORT WORTH WATER DEPARTMENT PROJECTS Dear Mr. Schultz: Thank you for your submittal of information and data toward prequalification to perform our work. We are pleased to advise that your prequalification has been finalized. A bid limit $190,719,490.00 has been established for your organization based on the financial data submitted. Your firm is prequalified to perform the following work: -- Wastewater Mains (all sizes) for New Development, Rehabilitation, and Redevelopment using Open Cut and Trenchless construction methods -- Water Mains (all sizes) for New Development, Rehabilitation, and Redevelopment using Open Cut and Trenchless construction methods The prequalification and bid limit established above will remain current through 4/30/2025 This date was established to be sixteen (16) months from the date of the most recent financial statement received, unless rescinded for cause. Should you desire prequalification in the future beyond the aforementioned, submittal of updated financials, work experience, and equipment list will be necessary for this department to establish a new bid limit. Please be advised that the plans and documents for the work to be performed must be submitted to and approved by the City of Fort Worth Water Department. We appreciate your interest in our work and should you have some question in this or other matters within our purview, please do not hesitate to contact Mr. John Kasavich at (817)392-8480 or Norma Sauceda at (817)392- 6055. Yours very truly, ���5���,�� � �oi�Chris Harder, P.E. Water Director Fort Worth � NI-AmericaCtty 1����`I' ]964 • 1993 • 20ll MAIL TO: John Kasavich, P.E. Fort Worth Water Department Engineering & Regulatory Services 200 Texas Street Fort Worth, TX 76102 WATER DEPARTMENT THE CI'I'Y 0� FORT WORTH * ZOO TCXAS STREE'I' * FORT WORTH, Tex.as 76102 817-392-8240 * Fn�c 817-392-8195 �w Printed on recycled paper SECTION 00 45 13 PREQUALIFICATION APPLICATION Date of Balance Sheet , Mark only one: Individual Limited Partnership General Partnership Corporation Limited Liability Company Post Office Box City State Zip Code Street Address (required) City State Zip Code ( ) ( ) Telephone Fax Email Texas Taxpayer Identification No. Federal Employers Identification No. DUNS No. (if applicable) Email/mail this questionnaire along with financial statements to the appropriate group below. A separate submittal is required for water/sewer, paving, and lighting: Work Category – Water Department Water/sewer Work Category – TPW Paving Work Category – TPW Ped/Rdwy Lighting john.kasavich@FortWorthTexas.gov Alicia.Garcia@fortworthtexas.gov clint.hoover@fortworthtexas.gov Fort Worth Water Department Engineering and Fiscal Services Division 200 Texas St. Fort Worth, TX 76102 City of Fort Worth Transportation and Public Works Dept, 8851 Camp Bowie West Blvd. Fort Worth, Texas 76116 Attn: Alicia Garcia City of Fort Worth TPW Transportation Management Attn: Clint Hoover, P.E. 5001 James Ave. Fort Worth, TX76115 *Financial Statements must be mailed. Mark the envelope: “Bidder Prequalification Application” Name under which you wish to qualify 00 45 13 - 2 BIDDER PREQUALIFICATION APPLICATION Page 2 of 8 CITY OF FORT WORTH PANTHER ISLAND SANITARY SEWER COLLECTOR STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105247 Revised August 13, 2021 BUSINESS CLASSIFICATION The following should be completed in order that we may properly classify your firm: (Check the block(s) which are applicable – Block 3 is to be left blank if Block 1 and/or Block 2 is checked) Has fewer than 100 employees and/or Has less than $6,000,000.00 in annual gross receipts OR Does not meet the criteria for being designated a small business as provided in Section 2006.001 of the Texas Government Code. The classification of your firm as a small or large business is not a factor in determining eligibility to become prequalified. Select major work categories for which you would like to be prequalified (City may deem you are not qualified for selected category or may approve you at a lesser size/length and maximum size may not be listed specifically under a major work category): MAJOR WORK CATEGORIES Water Department Augur Boring - 24-inch diameter casing and less Augur Boring - Greater than 24-inch diameter casing and greater Tunneling – 36-Inches – 60 –inches, and 350 LF or less Tunneling - 36-Inches – 60 –inches, and greater than 350 LF Tunneling – 66” and greater, 350 LF and greater Tunneling – 66” and greater, 350 LF or Less Cathodic Protection Water Distribution, Development, 8-inch diameter and smaller Water Distribution, Urban and Renewal, 8-inch diameter and smaller Water Distribution, Development, 12-inch diameter and smaller Water Distribution, Urban and Renewal, 12-inch diameter and smaller Water Transmission, Development, 24-inches and smaller Water Transmission, Urban/Renewal, 24-inches and smaller Water Transmission, Development, 42-inches and smaller Water Transmission, Urban/Renewal, 42-inches and smaller Water Transmission, Development, All Sizes Water Transmission, Urban/Renewal, All Sizes Sewer Bypass Pumping, 18-inches and smaller Sewer Bypass Pumping, 18-inches – 36-inches Sewer Bypass Pumping 42-inches and larger CCTV, 8-inches and smaller CCTV, 12-inches and smaller CCTV, 18-inches and smaller CCTV, 24-inches and smaller 00 45 13 - 3 BIDDER PREQUALIFICATION APPLICATION Page 3 of 8 CITY OF FORT WORTH PANTHER ISLAND SANITARY SEWER COLLECTOR STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105247 Revised August 13, 2021 MAJOR WORK CATEGORIES, CONTINUED CCTV, 42-inches and smaller CCTV, 48-inches and smaller Sewer CIPP, 12-inches and smaller Sewer CIPP, 24-inches and smaller Sewer CIPP, 42-inches and smaller Sewer CIPP, All Sizes Sewer Collection System, Development, 8-inches and smaller Sewer Collection System, Urban/Renewal, 8-inches and smaller Sewer Collection System, Development, 12-inches and smaller Sewer Collection System, Urban/Renewal, 12-inches and smaller Sewer Interceptors, Development, 24-inches and smaller Sewer Interceptors, Urban/Renewal, 24-inches and smaller Sewer Interceptors, Development, 42-inches and smaller Sewer Interceptors, Urban/Renewal, 42-inches and smaller Sewer Interceptors, Development, 48-inches and smaller Sewer Interceptors, Urban/Renewal, 48-inches and smaller Sewer Pipe Enlargement 12-inches and smaller Sewer Pipe Enlargement 24-inches and smaller Sewer Pipe Enlargement, All Sizes Sewer Cleaning , 24-inches and smaller Sewer Cleaning , 42-inches and smaller Sewer Cleaning , All Sizes Sewer Cleaning, 8-inches and smaller Sewer Cleaning, 12-inches and smaller Sewer Siphons 12-inches or less Sewer Siphons 24-inches or less Sewer Siphons 42-inches or less Sewer Siphons All Sizes Transportation Public Works Asphalt Paving Construction/Reconstruction (LESS THAN 15,000 square yards) Asphalt Paving Construction/Reconstruction (15,000 square yards and GREATER) Asphalt Paving Heavy Maintenance (UNDER $1,000,000) Asphalt Paving Heavy Maintenance ($1,000,000 and OVER) Concrete Paving Construction/Reconstruction (LESS THAN 15,000 square yards)* Concrete Paving Construction/Reconstruction (15,000 square yards and GREATER)* Roadway and Pedestrian Lighting NOTE *There is not a prequalification requirement for installation of concrete sidewalk, curb & gutter, driveways, and panel replacement, only concrete paving 00 45 13 - 4 BIDDER PREQUALIFICATION APPLICATION Page 4 of 8 CITY OF FORT WORTH PANTHER ISLAND SANITARY SEWER COLLECTOR STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105247 Revised August 13, 2021 1. List equipment you do not own but which is available by renting DESCRIPTION OF EQUIPMENT NAME AND DETAILED ADDRESS OF OWNER 2. How many years has your organization been in business as a general contractor under your present name? List previous business names: 3. How many years of experience in construction work has your organization had: (a) As a General Contractor: (b) As a Sub-Contractor: 4. *What projects has your organization completed in Texas and elsewhere? CONTRACT AMOUNT CLASS OF WORK DATE COMPLETED LOCATION CITY-COUNTY- STATE NAME AND DETAILED ADDRESS OF OFFICIAL TO WHOM YOU REFER *If requalifying only show work performed since last statement. 5. Have you ever failed to complete any work awarded to you? If so, where and why? 6. Has any officer or owner of your organization ever been an officer of another organization that failed to complete a contract? If so, state the name of the individual, other organization and reason. 7. Has any officer or owner of your organization ever failed to complete a contract executed in his/her name? If so, state the name of the individual, name of owner and reason. 00 45 13 - 5 BIDDER PREQUALIFICATION APPLICATION Page 5 of 8 CITY OF FORT WORTH PANTHER ISLAND SANITARY SEWER COLLECTOR STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105247 Revised August 13, 2021 8. In what other lines of business are you financially interested? 9. Have you ever performed any work for the City? If so, when and to whom do you refer? 10. State names and detailed addresses of all producers from whom you have purchased principal materials during the last three years. NAME OF FIRM OR COMPANY DETAILED ADDRESS 11. Give the names of any affiliates or relatives currently debarred by the City. Indicate your relationship to this person or firm. 12. What is the construction experience of the principal individuals in your organization? NAME PRESENT POSITION OR OFFICE YEARS OF EXPERIENCE MAGNITUDE AND TYPE OF WORK IN WHAT CAPACITY 13. If any owner, officer, director, or stockholder of your firm is an employee of the City, or shares the same household with a City employee, please list the name of the City employee and the relationship. In addition, list any City employee who is the spouse, child, or parent of an owner, officer, stockholder, or director who does not live in the same household but who receives care and assistance from that person as a direct result of a documented medical condition. This includes foster children or those related by adoption or marriage. 00 45 13 - 6 BIDDER PREQUALIFICATION APPLICATION Page 6 of 8 CITY OF FORT WORTH PANTHER ISLAND SANITARY SEWER COLLECTOR STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105247 Revised August 13, 2021 CORPORATION BLOCK PARTNERSHIP BLOCK If a corporation: If a partnership: Date of Incorporation State of Organization Charter/File No. Date of organization President Is partnership general, limited, or registered limited liability partnership? Vice Presidents File No. (if Limited Partnership) General Partners/Officers Secretary Limited Partners (if applicable) Treasurer LIMITED LIABILITY COMPANY BLOCK If a corporation: State of Incorporation Date of organization File No. Individuals authorized to sign for Partnership Officers or Managers (with titles, if any) Except for limited partners, the individuals listed in the blocks above are presumed to have full signature authority for your firm unless otherwise advised. Should you wish to grant signature authority for additional individuals, please attach a certified copy of the corporate resolution, corporate minutes, partnership agreement, power of attorney or other legal documentation which grants this authority. 00 45 13 - 7 BIDDER PREQUALIFICATION APPLICATION Page 7 of 8 CITY OF FORT WORTH PANTHER ISLAND SANITARY SEWER COLLECTOR STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105247 Revised August 13, 2021 14. Equipment $_______________ TOTAL Similar types of equipment may be lumped together. If your firm has more than 30 types of equipment, you may show these 30 types and show the remainder as "various". The City, by allowing you to show only 30 types of equipment, reserves the right to request a complete, detailed list of all your equipment. The equipment list is a representation of equipment under the control of the firm and which is related to the type of work for which the firm is seeking qualification. In the description include, the manufacturer, model, and general common description of each. ITEM QUANTITY ITEM DESCRIPTION BALANCE SHEET VALUE 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 Various- TOTAL 00 45 13 - 8 BIDDER PREQUALIFICATION APPLICATION Page 8 of 8 CITY OF FORT WORTH PANTHER ISLAND SANITARY SEWER COLLECTOR STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105247 Revised August 13, 2021 BIDDER PREQUALIFICATION AFFIDAVIT STATE OF COUNTY OF The undersigned hereby declares that the foregoing is a true statement of the financial condition of the entity herein first named, as of the date herein first given; that this statement is for the express purpose of inducing the party to whom it is submitted to award the submitter a contract; and that the accountant who prepared the balance sheet accompanying this report as well as any depository, vendor or any other agency herein named is hereby authorized to supply each party with any information, while this statement is in force, necessary to verify said statement. _______________________________________________, being duly sworn, deposes and says that he/she is the __________________________________ of ___________________________, the entity described in and which executed the foregoing statement that he/she is familiar with the books of the said entity showing its financial condition; that the foregoing financial statement taken from the books of the said entity as of the date thereof and that the answers to the questions of the foregoing Bidder Prequalification Application are correct and true as of the date of this affidavit. Firm Name: Signature: Sworn to before me this day of , Notary Public Notary Public must not be an officer, director, or stockholder or relative thereof. 00 45 26 - 1 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW Page 1 of I 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 R�l 38 39 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. 105247. 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. C�O�v TRACTOR: �.//.a.� T�S'���,/�z I � d6a Ci�c !l L C. GY'lS�i'GfG"Orl L�iyl�qa y Company ✓�OD C✓ �om�s/�i��'� Address By: ,, ,�"Q�So Sc�li�%y (Please Print) Signature: � cS'`. �j �Gc/Oi �i / � ,�/�� Title: � o�/a� a / �- City/State/Zip (Please Print) �, THE STATE OF TEXAS + Pa'v"'a�;g,,, �PIi 1[�`1�$� �' LA.t�TYf�'�b����� § � o �. - - • . � gl�r'y Public � � * � �' = STR.'I'E OP 'I'�3�.35 �� COLTNTY OF TARRANT § �,N/'yTF � .S�.�Y' � �vomry o� � 9 ;a�n7 ;� d �� ov pqy Comm. D�p. �tcbeP _;� BEFORE ME, the undersigned authority, on this day personally appeared _ 1�,,� � Sa.,T �j�G�1 \�4 , known to me to be the person whose name is subscribed to the fore oing i strument, and acicnowledged to me that he/she executed the same as the act and deed of ��-Q,�, ri���r- for the purposes and consideration therein expressed and in the capacity therein stated. GIVEN LTNDER MY HAND AND SEAL OF OFFICE this �(��l day of �s 1r7 �n ) C�i�— � 6 , 2 ��•�j � �• Notary Public in and for the State o Texas END OF SECTION CITY OF FORT WORTH PANTHER ISLAND SANITARY SEWER COLLECTOR STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PR0IECT No. 105247 Rcviscd July 1, 201 I 00 45 40 - 1 Business Equity Ordinance Specifications Page 1 of 2 CITY OF FORT WORTH PANTHER ISLAND SANITARY SEWER COLLECTOR STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105247 Revised October 27, 2021 SECTION 00 45 401 Business Equity Goal2 APPLICATION OF POLICY3 If the total dollar value of the contract is $100,000 or more, then a Business Equity goal is applicable.4 A Business Equity Firm refers to certified Minority-, and/or Women-, owned Business Enterprises5 (M/WBEs).6 7 POLICY STATEMENT8 It is the policy of the City of Fort Worth to ensure the full and equitable participation of Business Equity9 Firms when applicable, in the procurement of all goods and services. All requirements and regulations10 stated in the City’s Business Equity Ordinance No.25165-10-2021, (replacing Ordinance No. 24534-11-11 2020 (codified at:https://codelibrary.amlegal.com/codes/ftworth/latest/ftworth_tx/0-0-0-22593) apply to12 this bid.13 14 BUSINESS EQUITY PROJECT GOAL15 The City's Business Equity goal on this project is 11.29%of the total bid value of the contract (Base bid16 applies to Parks and Community Services).17 18 METHODS TO COMPLY WITH THE GOAL19 On City contracts where a Business Equity Goal is applied, offerors are required to comply with the City's20 Business Equity Ordinance by meeting or exceeding the above stated goal or otherwise comply with the21 ordinance through one of the following methods:1. Commercially useful services performed by a22 Business Equity prime contractor, 2. Business Equity subcontracting participation,3. Combination23 of Business Equity prime services and Business Equity subcontracting participation,4. Business24 Equity Joint Venture/Mentor-Protégé participation, 5. Good Faith Effort documentation,or 6.25 Prime contractor Waiver documentation.26 27 SUBMITTAL OF REQUIRED DOCUMENTATION28 Applicable documents (listed below) must be submitted electronically with the other required bidding29 documents at the time of the bid under the respective Project via the Procurement Portal:30 https://fortworthtexas.bonfirehub.com/portal/?tab=openOpportunities31 OR received no later than 2:00 p.m., on the third City business day after the bid opening date,32 exclusive of the bid opening date with the respective Project via the Procurement Portal by33 responding to the message sent within Bonfire to all the bidders. It is highly encouraged that34 bidders submit required documentation at the time of bid submission.35 36 The Offeror must submit one or more of the following documents:37 1.Utilization Form and Letter(s) of Intent, if the goal is met or exceeded;38 2.Letter of Intent,for all M/WBE Subcontractors;39 3.Good Faith Effort Form and Utilization Form, including supporting documentation, if40 participation is less than stated goal, or no Business Equity participation is accomplished;41 4.Prime Contractor Waiver Form, including supporting documentation, if the Offeror will42 perform all subcontracting/supplier opportunities; or43 5.Joint Venture/Mentor-Protégé Form,if goal is met or exceeded with a Joint Venture or44 Mentor-Protégé participation.45 46 These forms can be accessed at:47 Business Equity Utilization Form and Letter of Intent48 00 45 40 - 2 Business Equity Ordinance Specifications Page 2 of 2 CITY OF FORT WORTH PANTHER ISLAND SANITARY SEWER COLLECTOR STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105247 Revised October 27, 2021 https://apps.fortworthtexas.gov/ProjectResources/ResourcesP/60 - MWBE/Business Equity Utilization1 Form_DVIN 2022 220324.pdf2 3 Letter of Intent4 https://apps.fortworthtexas.gov/ProjectResources/ResourcesP/60 - MWBE/Letter of Intent_DVIN5 2021.pdf6 7 Business Equity Good Faith Effort Form8 https://apps.fortworthtexas.gov/ProjectResources/ResourcesP/60 - MWBE/Good Faith Effort9 Form_DVIN 2022.pdf10 11 Business Equity Prime Contractor Waiver Form12 https://apps.fortworthtexas.gov/ProjectResources/ResourcesP/60 - MWBE/MWBE Prime Contractor13 Waiver-220313.pdf14 15 Business Equity Joint Venture Form16 https://apps.fortworthtexas.gov/ProjectResources/ResourcesP/60 -MWBE/MWBE Joint17 Venture_220225.pdf18 19 20 FAILURE TO ACHIEVE THE GOAL OR OTHERWISE COMPLY WITH THE ORDINANCE21 WILL RESULT IN THE BIDDER/OFFEROR BEING DECLARED NON-RESPONSIVE AND22 THE BID REJECTED.23 24 25 FAILURE TO SUBMIT THE REQUIRED BUSINESS EQUITY DOCUMENTATION OR26 OTHERWISE COMPLY WITH THE ORDINANCE WILL RESULT IN THE BID BEING27 DECLARED NON-RESPONSIVE, THE BID REJECTED AND MAY SUBJECT THE28 BIDDER/OFFEROR TO SANCTIONS AS DESCRIBED IN SEC. 20-373 OF THE ORDINANCE.29 30 For Questions, Please Contact the Business Equity Division of the Access and Opportunity Services31 Department at (817) 392-2674.32 33 OOS2n3-! Agreen�ent Yage 1 of 5 SECTION 00 52 43 !� CrREEMEN �[' THIS A(Y7Zl;EME1�IT, atlthorized an �_ �� �����, is niade by az�d between tlie (�'ity of Por�t Worth, a 7'exas i�ome rule nninici��atity, actin�+ glby ,anci tl�rough its ciuly authazized City Manager, ("City"), and William J. Schultz, Inc, dba Circle C Constructi.qn._G.ompany..........._ .......................__.........�.�.�.....�.................._.> authorized to dc� E�us.iness iri `Cexas, acting by azzd throug}i it� duty authorized represer�tative, ("(�ont.eact��r"j. City and Contractor may joinll.y- be refec�red to as Partie.s. City anci (;oritfi'actc,r, in consideration of the n�utual covetlaiits hereiriafter set forth, agrce as follo�x�s: Ai•ticle l. WORK ContracCor sha11 coi7ipiete all �,�orlc as spzcified o1• indic,ated in the Contract Do�urnents for the Prc�ject identified hzreiii. Articie 2. PROJF.C'I' The project for which the «iork unc�ler tl�e (:ontt•act Documen.ts may be tYie whote or onfy � pai-C is �;erzeral3y described as follows: P.1iV'I:NZ;'k f,SL,_�l4I) Sf2N1"T;�2RYSETWER,_COT.L�C'1't7i� C:1.1'Y PKO,T.�(':1'.No. 10�'1.47 Article 3. (:'ONT'12AC1` PRICE City agrees to pay Cc�ntractot• for �ex%rmance of the W��rk in accordance with ihe Contract Uoeuments an ainount, in currez�t funds, of Fc3ur Ivlillion Ni �ac F Iundz�ed T�ven[��-Three Tliousand _ (�ne„Hunc�red Fi�ht�„anci 0{}/lOt) Doll�is {$'� 9�3,_I80.QU �. Contract price may be ad�usted by change orders ciuly authoi•izeci by ihe Parties. Article 4. CONT'RACT T1It�1F: 4.1 F�inal Acceptance. 'I'he VJoi•k sllall be complete for Final Acceptance uitllir.i 270 days after tl�e date whe.n tl�e Contract'L'in�e commences to run, as }�rovided in Paragraph 2.02 ofthe General Cotiditions, plu� any extension thereofailowed in accordauce wiih tlrticle 1'? c�ftiie Ueneral Conciitions. 4.2 T.iquidated Damages Contzactor reco�nizes that tirne is aJ�the ess�ence for completion of Mi(estones, if any, and to achieve Final Acceptance of tlie V4'orlc and City �nd the puhlic will suffer from los� of use if the Work is nut completed within the tinae(s) specified iri Paragrapli 4.1 above. �,he Coritractor also rec�gnizes the delziys, expense and difficulties involved in proving in a legal proceeding, tlle actual loss suffered by the City ii the U,'ork is iiot completed an tirne. Accordingly; instead of requiring any such proof; C.ontractr�r agrees that as liquidated c3amages for dela_y (bui not as a penalty), Contractor sha11 pay City (Une T'housand 'i'wo I[undred �ift�� Dollars �1 250 fot� each day that eapires after the time specitied in Paragtaph 4.1 f��r Final Acceptance unkil the CitSt issues ihe Final L,etter of Acceptance. Article �. CONTRA.C'T' p()CUMIH:,N'I'S ..5.1 CONTF..NTS: A.Ti�e C;ontrac.t Docttments which camprise 'the erltire a�;reement beiweeil �;i.ty and �;ontractor concerning the 1'Vork consist of the; foilowing: C;ITY OP FORT �1%OI2"I�H P.4NTHI::R ISLAND SANI"I�ARY SEWLR CpLLEC; fOR S"I'ANDARD CONSTRL�CT[ON SPLCIFIt:;A7'ION DQC[IMLNTS Cl'i'1 PROJECTNo. 105247 P.evised Decemher 8, 2023 00 52 43 - 2 Agreement Page 2 of 6 CITY OF FORT WORTH PANTHER ISLAND SANITARY SEWER COLLECTOR STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105247 Revised December 8, 2023 1. This Agreement. 2. Attachments to this Agreement: a. Bid Form 1) Proposal Form 2) Vendor Compliance to State Law Non-Resident Bidder 3) Prequalification Statement 4) State and Federal documents (project specific) b. Current Prevailing Wage Rate Table c. Insurance Certification Form (ACORD or equivalent) d. Payment Bond e. Performance Bond f. Maintenance Bond g. Power of Attorney for the Bonds h. Worker’s Compensation Affidavit i. MBE and/or SBE Utilization Form 3. General Conditions. 4. Supplementary Conditions. 5. Specifications specifically made a part of the Contract Documents by attachment or, if not attached, as incorporated by reference and described in the Table of Contents of the Project’s Contract Documents. 6.Drawings. 7.Addenda. 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. Article 6. INDEMNIFICATION 6.1 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. 00 52 43 - 3 Agreement Page 3 of 6 CITY OF FORT WORTH PANTHER ISLAND SANITARY SEWER COLLECTOR STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105247 Revised December 8, 2023 6.2 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. Article 7. MISCELLANEOUS 7.1 Terms. Terms used in this Agreement which are defined in Article 1 of the General Conditions will have the meanings indicated in the General Conditions. 7.2 Assignment of Contract. This Agreement, including all of the Contract Documents may not be assigned by the Contractor without the advanced express written consent of the City. 7.3 Successors and Assigns. City and Contractor each binds itself, its partners, successors, assigns and legal representatives to the other party hereto, in respect to all covenants, agreements and obligations contained in the Contract Documents. 7.4 Severability/Non-Waiver of Claims. Any provision or part of the Contract Documents held to be unconstitutional, void or unenforceable by a court of competent jurisdiction shall be deemed stricken, and all remaining provisions shall continue to be valid and binding upon City and Contractor. The failure of City or Contractor to insist upon the performance of any term or provision of this Agreement or to exercise any right granted herein shall not constitute a waiver of City's or Contractor’s respective right to insist upon appropriate performance or to assert any such right on any future occasion. 7.5 Governing Law and Venue. This Agreement, including all of the Contract Documents is performable in the State of Texas. Venue shall be Tarrant County, Texas, or the United States District Court for the Northern District of Texas, Fort Worth Division. 7.6 Authority to Sign. Contractor shall attach evidence of authority to sign Agreement if signed by someone other than the duly authorized signatory of the Contractor. 7.7 Non-appropriation of Funds. In the event no funds or insufficient funds are appropriated by City in any fiscal period for any payments due hereunder, City will notify Vendor of such occurrence and this Agreement shall terminate on the last day of the fiscal period for which appropriations were received without penalty or expense to City of any kind whatsoever, except as to the portions of the payments herein agreed upon for which funds have been appropriated. 00 52 43 - 4 Agreement Page 4 of 6 CITY OF FORT WORTH PANTHER ISLAND SANITARY SEWER COLLECTOR STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105247 Revised December 8, 2023 7.8 Prohibition On Contracts With Companies Boycotting Israel. Contractor, unless a sole proprietor, acknowledges that in accordance with Chapter 2271 of the Texas Government Code, if Contractor has 10 or more full time-employees and the contract value is $100,000 or more, the City is prohibited from entering into a contract with a company for goods or services unless the contract contains a written verification from the company that it: (1) does not boycott Israel; and (2) will not boycott Israel during the term of the contract. The terms “boycott Israel” and “company” shall have the meanings ascribed to those terms in Section 808.001 of the Texas Government Code. By signing this contract, Contractor certifies that Contractor’s signature provides written verification to the City that if Chapter 2271, Texas Government Code applies, Contractor: (1) does not boycott Israel; and (2) will not boycott Israel during the term of the contract. 7.9 Prohibition on Boycotting Energy Companies. Contractor acknowledges that in accordance with Chapter 2276 of the Texas Government Code, the City is prohibited from entering into a contract for goods or services that has a value of $100,000 or more, which will be paid wholly or partly from public funds of the City, with a company (with 10 or more full-time employees) unless the contract contains a written verification from the company that it: (1) does not boycott energy companies; and (2) will not boycott energy companies during the term of the contract. The terms “boycott energy company” and “company” have the meaning ascribed to those terms by Chapter 2276 of the Texas Government Code. To the extent that Chapter 2276 of the Government Code is applicable to this Agreement, by signing this Agreement, Contractor certifies that Contractor’s signature provides written verification to the City that Contractor: (1) does not boycott energy companies; and (2) will not boycott energy companies during the term of this Agreement. 7.10 Prohibition on Discrimination Against Firearm and Ammunition Industries. Contractor acknowledges that except as otherwise provided by Chapter 2274 of the Texas Government Code, the City is prohibited from entering into a contract for goods or services that has a value of $100,000 or more which will be paid wholly or partly from public funds of the City, with a company (with 10 or more full-time employees) unless the contract contains a written verification from the company that it: (1) does not have a practice, policy, guidance, or directive that discriminates against a firearm entity or firearm trade association; and (2) will not discriminate during the term of the contract against a firearm entity or firearm trade association. The terms “discriminate,” “firearm entity” and “firearm trade association” have the meaning ascribed to those terms by Chapter 2274 of the Texas Government Code. To the extent that Chapter 2274 of the Government Code is applicable to this Agreement, by signing this Agreement, Contractor certifies that Contractor’s signature provides written verification to the City that Contractor: (1) does not have a practice, policy, guidance, or directive that discriminates against a firearm entity or firearm trade association; and (2) will not discriminate against a firearm entity or firearm trade association during the term of this Agreement. 00 52 43 - 5 Agreement Page 5 of 6 CITY OF FORT WORTH PANTHER ISLAND SANITARY SEWER COLLECTOR STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105247 Revised December 8, 2023 7.11 Immigration Nationality Act. Contractor shall verify the identity and employment eligibility of its employees who perform work under this Agreement, including completing the Employment Eligibility Verification Form (I-9). Upon request by City, Contractor shall provide City with copies of all I-9 forms and supporting eligibility documentation for each employee who performs work under this Agreement. Contractor shall adhere to all Federal and State laws as well as establish appropriate procedures and controls so that no services will be performed by any Contractor employee who is not legally eligible to perform such services. CONTRACTOR SHALL INDEMNIFY CITY AND HOLD CITY HARMLESS FROM ANY PENALTIES, LIABILITIES, OR LOSSES DUE TO VIOLATIONS OF THIS PARAGRAPH BY CONTRACTOR, CONTRACTOR’S EMPLOYEES, SUBCONTRACTORS, AGENTS, OR LICENSEES. City, upon written notice to Contractor, shall have the right to immediately terminate this Agreement for violations of this provision by Contractor. 7.12 No Third-Party Beneficiaries. This Agreement gives no rights or benefits to anyone other than the City and the Contractor and there are no third-party beneficiaries. 7.13 No Cause of Action Against Engineer. Contractor, its subcontractors and equipment and materials suppliers on the PROJECT or their sureties, shall maintain no direct action against the Engineer, its officers, employees, and subcontractors, for any claim arising out of, in connection with, or resulting from the engineering services performed. Only the City will be the beneficiary of any undertaking by the Engineer. The presence or duties of the Engineer's personnel at a construction site, whether as on-site representatives or otherwise, do not make the Engineer or its personnel in any way responsible for those duties that belong to the City and/or the City's construction contractors or other entities, and do not relieve the construction contractors or any other entity of their obligations, duties, and responsibilities, including, but not limited to, all construction methods, means, techniques, sequences, and procedures necessary for coordinating and completing all portions of the construction work in accordance with the Contract Documents and any health or safety precautions required by such construction work. The Engineer and its personnel have no authority to exercise any control over any construction contractor or other entity or their employees in connection with their work or any health or safety precautions. 00 52 43 - 6 Agreement P�gc 6 of6 IN WITNESS WHEREOF, City and Contractor have each executed this Agreement to be effective as of the date subscribed by the City's designated Assistant City Manager ("Effective Date"). Contractor: William J. Schultz, Inc. dba Circle C Construction Company Signature Teresa S. Skelly (Printed Name) President Title 500 W. Trammell Ave. Address Fort Wo1th, TX 76140 City/State/Zip CITY OF FORT WORTH City of Fort Wortb William M. Johnson Assistant City Manager Feb 25, 2025 Date Attest: r;,,� Jannette S. Goodall, City Secretary (Seal) M&C: L5-0\L Date: February 11, 2025 Form 1295: 2024-1249364 Contract Compliance Manager: By signing, l acknowledge that I am the person responsible for the monitoring and administration of this contract, including ensuring all performance and reporting ,eqcl�� Liam Conlon Project Manager, Water Depai1ment Ap�to Form and Legality: Douglas Black (Feb 25, 202513:07 CST) Douglas W. Black Sr. Assistant City Attorney APPROVAL RECOMMENDED:ch-�tweer istopherHarer{Fet,25, 2025 11:22 CST) Christopher Harder, P.E., Director, Water Depatiment STANDARD CONSTRUCTION SPECH'ICATION DOCUMENTS Revised D�-cembcr 8, 2023 PANTHER ISLAND SANITARY SEWER COLLECTOR CITY PROJECT No. 105247 UU 61 13 � 1 PI3[�FflRh1:'�NC[i E30NI7 Pa�e 1 of2 ]. ?_ 3 4 5 6 7 8 q BOND NO. 101165227 SEC"I'ION 00 GI 7.3 P�;1�FORMAI�C� BOND THf?, S'I'A"I'l{, Or TEXA.S § § liNC1W AI.,I, FiY THESF'. PRI�SENTS: C(:3UN`I'Y OF TAF2I2AN'I' § 1'hat we, William J. Schultz, Inc,.dba Circle C.Constr i i r� Com}��v�._> �ourn as "Principal" hereiu and Merchants Bonding Coinpany_(Mutt�.�l) ,.,......... .� a cor-pora e surety(sureties, if moze ti�an nnc} duly al;thorized to do business in the St:ate of Texas, known as 1p "Si�rety" herrin. (�vheiher one or znore}, are held and firnal}� bound unio ihe City af l�ort Worth, a i 1 municipal cozpUration created pursua�it to the laws of Texas, lcnc�wi� as "Cit�f" herczn, in tile penal 1? sttz�a af, ,(�oux� Millic�n Nine Hundied T��,entv-'Ihr�e Iholisanci„L�r��, iIuncired �i�;ht� and 00/IC1� 13 Dollais ($4>923,1$0.00�, tawfitl money of.� the thiited States, to be paid in Fort �xTorth, Tarrant �r� County, Texas for i�e pa.yment of wluch sum well and truly to be made, we t�ind c�urselves, our 15 �� heirs, ekecutors, administrators, suceessors and assigns, joinily and severally, iirmly b}� these presents. � � VI'H1�;.It.:Ha!1S, the Principal has entet�ed into a certaic� �,vrittezi coxztract with the City r� 1 g awarded the �_ day c}f �.g,�'(�1.y;�t l,\ ,,,,.. _. ...._� 20�, wlai.c.h Contract is hereby refea�reil to and 1 19 made a��art herec7f for �ill p�zrpc�ses as it� fully set fortl� t�erein, to fur�iish all �Tiaterials, eyuipx��ent ?p l��bor and other accessories de�ned t�y law, in the prosecution c�f the Work, including any �X C'hange Ordzrs, as pr�vided for in said Co�ztract designaled as P1INTIIER ISLAND 22 S�NI7:'A.RY., S11WLR GOLLEC't'OR, CITY YROJECT Nn. 105247. 23 24 NOW, THEREI+nRE, the condition of this obligation is such tl�at if th� said Pri�cipal shall faithfuily perform it obligations under t:he C.,ontract and shall iu all respects duly �y and f'aithfully per£orrn ihe '��Vorlc, including Change t)rders, undet tlie Contract, according �b to the plans, specifications, and cantract dacuments therein re£erred to, and as well ciuring 27 at�y period of extcnsian of tl�e t:;c.�rltract that may be grant-:,d on tl�e part of ttie t:'ity, then this 28 obligatian shall be anci beeome null and void, otherwise to remain in fu11 force and effect. 29 3� !'ItOVCT)ED TCIRTHER, that if'an}� leb�l action be Gleil osi tliis Bond, venue sllali lie in 'I'arrant County, "Cexas or the LJnited States ])istrict Courl for the Northern District of Texas, Fort 3 � t��orth 1)ivision. CI'I'Y (3P� FORT WOR7'Ei PA�ITHER ISLA�ID SANITA2l' SF:VJI312 CQ1..LP.CTOR. SI'ANDARLi CONSTRliCiION SP13C]P[C'A'fION DOCIJR9ENTS CTTY PR0IECI' Na. 1057.47 Rc<<ised Dcccmber 8, ^023 ....,. .».�.,�. ,��..�d._.�..�...�,�,��.�„�,��..�„w=,r,�.�,.�,�,�.� _ � � � � _ � _ __� � ,�. � +�M -.�."xYYtdtei@�'...^'�f.,"5.`�.. 'i .::..' C_,�... .:.�'.�.:..�...,.�:sf ooFi i:+-z PFRfiORM AI� CE BO�I i3 1'ag^. 2 of Z 7 8 9 lU 11 l2 13 I4 1; 16 17 xs 7 <� 20 ll 2L 23 24 25 �{� 27 28 29 30 31 37, 33 34 35 36 37 38 39 4p 41 42 43 44 1 'l't�is bond is znade anct executed in com�liance with the provisit�ns oi'Chapter 2253 of the 2 '1'exas Govemment Code, as amended, and al1 liabilities on t.his bond shall be determined in 3 accordat�.ce wifh the pr�visions af'said statue. 4 I\ �'1':l'.CY.�;SS W.C�E+�REOI', tYie I'rinci��al and the Surety have SIC;NED and SEA [.,I3I) this r� � 5 instrument by duly nrtthorir.ed agents actd officers on this the ,�,day of �'i�G1►'1,� 6 __, 20�. f1'I"I'EST: _�fY�,�c���.c�..�-�r �__ {Principall Secretary Michele 5.�, nkford � VtiTitness as to Principal FRNGIPAL: _William J, Scliultz, Iilc, dba _ Circle C� xuct�or� Company BY: � J c.S��(! - Sigvature Teresa S,_Skelly, President .. ... Namc and Titic, Address: 500 W. Tiamn1e11...Ave, F,,,o,,,rt Worth, _TX... 76140 SLtRI:i'I'�': IVlerchan; ouding Com x_. u. 1) I3Y: _ _ � .... ..... � ignature Sheryl A,_Klutts, Attorney-in-�c�_ Name and Title Adciress: _. ._ 6700 Westown_Parkway— � 6i. West_D�sN�o.�n�es,.IA__54266-7754 � __ __ _ .___._ _.__.._ Wrtness as to Surety John A. M e2' Teleph��neNumbci: �gOO 6%8-HI%1 _ F�,�a�1 Address sheryl a�7 ohnamilleiassocinc.com YNote: tt'si�ned by an oP�cer of�tlle Su�ety Company, tilez�e �nust be on file a cexti�ed exiract feom the by-laws s.ho�virig t�lat tilis pe.rso�a has authority to si�n si�ch ol�ligation. If Surety's playsical address is difterez�i from its mailinf; address, l�oth ix�ust be prc�vided_ The date of the bond sh�ll not be prior to tlle date t}ie. C'ontract is awardeti. U1TY QF FOR"T' WOR'Ifl PAN1'iiLI:ISI,AiJD SANI"I:AKY SB�V1sR COLLL.C'CC)R S7'ANI)A1t.D CONS'['RUCTION SP73CIFICATION DOCi)YtIiN'i'S i:]'I'Y PRvJECT l�o, 1U57.�7 Itcaised Dr.cexnUer 8, .'_0?.3 �,..,�.,�,.m___�_....._.�._M....�.�....,.,_.,,.,,...�_.�.�_..�.,.....w� .. . ... . _ .. .. _�. ..��,.--- - .. ,-,�s,.a�am�a . �>:��a,-���:*:� ME RC ��.�NT� S�'� BONDING COMPANYt� POWER OF ATTORNEY Know All Persons By These Presents, that MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC., both being corporations of the State of lowa, d/b/a Merchants National Indemnity Company (in California only) (herein collectively called the "Companies") do hereby make, constitute and appoint, individuaily, John A Miller; Sheryl A Klutts their true and lawful Attorney(s)-in-Fact, to sign its name as surety(ies) and to execute, seal and acknowledge any and all bonds, undertakings, contracts and other written instruments in the nature thereof, on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. This Power-of-Attorney is granted and is signed and sealed by facsimile under and by authority of the following By-Laws adopted by the Board of Directors of Merchants Bonding Company (Mutual) on April 23, 2011 and amended August 14, 2015 and April 27, 2024 and adopted by the Board of Directors of Merchants National Bonding, Inc., on October 16, 2015 and amended on April 27, 2024. "The President, Secretary, Treasurer, or any Assistant Treasurer or any Assistant Secretary or any Vice President shall have power and authority to appoint Attorneys-in-Fact, and to authorize them to execute on behalf of the Company, and attach the seal of the Company thereto, bonds and undertakings, recognizances, contracts of indemnity and other writings obligatory in the nature thereof." "The signature of any authorized o�cer and the seal of the Company may be affixed by facsimile or electronic transmission to any Power of Attorney or Certification thereof authorizing the execution and delivery of any bond, undertaking, recognizance, or other suretyship obligations of the Company, and such signature and seal when so used shall have the same force and effect as though manually fixed." In connection with obligations in favor of the Florida Department of Transportation only, it is agreed that the power and aut hority hereby given to the Attorney-in-Fact includes any and all consents for the release of retained percentages and/or final estimates on engineering and construction contracts required by the State of Florida Department of Transportation. It is fully understood that consenti ng to the State of Florida Department of Transportation making payment of the final estimate to the Contractor and/or its assignee, shall not relieve this surety company of any of its obligations under its bond. In connection with obligations in favor of the Kentucky Department of Highways only, it is agreed that the power and authority hereby given to the Attorney-in-Fact cannot be modified or revoked unless prior written personal notice of such intent has been given to the Commissioner- Department of Highways of the Commonwealth of Kentucky at least thirty (30) days prior to the modification or revocation. In Witness Whereof, the Companies have caused this instrument to be signed and sealed this zgth day of July � 2024 • '���������''• , •"' �' • MERCHANTS BONDING COMPANY (MUTUAL) ��•'��P�1�•Nq<•�:� �•aQ���.�Dij,A.� MERCHANTS NATIONAL BONDING, INC. �hfi�:.4pRP�R,q�.: 2� �'��y�RPOqq�9y�: d/b/a MERCHANTS NATIONAL INDEMNITY COMPANY :Z:2 -o- v':a' :ti:� _o_ �^; • , j� 2003 ,:��; :6�'� 1933 ����; By �� - .�. .` ; :y;. .�:, Q�� d'�•. STATE OF IOWA �'.��(i �'' � "�� �J?•� '..��Y � �i� � �1a' President COUNTY OF DALLAS ss. •���"""'��� � � �' � � � On this 2gth day of July 2024 before me appeared Larry Taylor, to me personally known, who being by me duly sworn did say that he is President of MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC.; and that the seals affixed to the foregoing instrument are the Corporate Seals of the Companies; and that the said instrument was signed and sealed in behalf of the Companies by authority of their respective Boards of Directors. ---�--� �P��A� S� Penni Miller �F� . �` -,` ' � e o � Commission Number 787952 t, • 1�P • My Commission Expires `.�� f�y� r��J January 20, 2027 a•��- Notary Public (Expiration of notary's commission does not invalidate this instrument) I, Elisabeth Sandersfeld, Secretary of MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC., do hereby certify that the above and foregoing is a true and correct copy of the POWER-OF-ATTORNEY executed by said Companies,which is still in full force and effect and has not been amended or revoked. t� In Witness Whereof, I have hereunto set my hand and affixed the seal of the Companies on this ��.. day of �R,1p�'UG,v� , j�%,5 . �......... .••-••. � �.�Pt10 Nq� ••., . • ��NG , Cp,h•. :� • ,��: : �� 'O�• ;�;•oRpoRq .o. .�o.oRPOq'•.9y. t+(� �z:Z �c�':2' :� ��'' �.+ ..c: p;G: •►—:�� -o- �� : '.Q:� -o- �, �� � 0,�. �v'•• 2003 '�; � y' ���� .' C; Secretary . : � . .�`Y. . Jd. .� . '•.�v��••.. ..•:;���.`� '•�dEV• • {,• •''Le.: POA0018 (6/24) ,'•••••�"••�•' '••••,•• 00 (il l4 l YAYML-'t�'T LiONI� Pag: 1 of2 l 2 3 a 5 6 7 8 9 10 I] 12 l.3 1� 15 l6 TIIE S'1'.A..'TF: (�F TEX.AS COUNTY OF TARFt�.N'7:' BOND NO. 10ll65227 5.1�'.C't'IDI�T QO ts1 t4 YAYMENT BON:U � � ILNOW Ei.]L.1� 13'Y TH�SL k'IZ�:SI:NTS: § �I•��t �,t, William J. Schultz, Inc. dba C�rcle C Constniction Company ., laio«�n as "Priz�cipal" lierein, anci Mercl�auts Bonding Compan M i �1,�. __ — >�� cor�lorate suze;iy (sureties), duly author.ired ko do business in the State c�i Texas, luio�vn as "Surety" herein (wfiether une o�- more), are l�eld and �rm1y botitid unto the City o£Fort �Vorth, a munici�al corp�ra.tion created �ursuant to the laws of ihe State of 'I`cxas, .known as "City" herein, in the ��e��ia1 stun uf Four_Million Nine Ilundred '['went��-Thre,e_'I'house�nd One Hundi•ed Ei�,hi,- and 00J100 Dc�llars ($4_p9:�3,_18Q.�(l1, la�vful money of thc Ltniked Statec� to be paid in f�o�-t t�v'orth, 7'anan.t County, '1'e:cas, for the payme:nt of wlaich 5um ��vell arid truly be made, ti�e bind ourselves, our he;irs, executors, administrators, successers and assigns, jointly tind severall_y, iirnlly by these presek�ts: 1� VVHTREAS, Pririci.pal ha� entered ir�to a certain written Cantract with City�, awarded the Xg .�N-- ,. ��iy ��' .�Q, U���,\ , 20 --, which Contraet is hez�eby referred to and �_ t q niade a part hereof for aJ.l. purposes as if fuUy se[ 1:orth hereiza, to fizrnish all materials, e�uipment, 2�� iabor and other lccessorics as ciefined by law, in the prosecutian of tbe Woz�k as provided for Zl in said C;oritract and designatec3 ati PANTHER ISLAND SAI�'��'ARY SEWEIt COLI.,[!:CTOR, ?2 CI't'Y PROJLCk' N�. :105247. -�3 NC)'�'V, 'I'i:T_1�.Ri�I+ORE, THF, CONDITION OF THIS Ot3I.,ICrATIf_)N i.s such that ii' ?4 Yrii7cipal sha11 pay all �rnonres owing to any (and alll plyrt�ent Uanci beneftciary (as de�neci 25 in Ctzapte7- 2253 of the 'I'exas Gove�•nmetit Cc>de, as anzended) in the prosecution of the Work 2h under t11e C�ntract, then this obligation shall be and hecome i1u11 and vc�id; otherwise to remain 27 i�z full farce and eifect. 2g Ti�is bond is rnade. atid executed i.n compliance witl� the proviszons t�f Chapter 2253 of the 2g ".Ccxas Go��ernine.nt C�de, as ��mended, and all liabilities ou this l�ond st�ali be deterrriined iu 3{} accordancc. with the provisior�s of said statute. Cl"T'Y QP F(:)i2T' \�'OR'1'I{ PAN'['FIFTt [SLAND SAT1I'I�ARY SF,�T�'FR COLL�Ci'OR S'I'ANDARD CONSTRTJC'I ION SPECIC'1Cn7'ION DQCLJMF.,N'I S CII'Y PROJ:EC:T No. 10i247 Re•: iscd 1:7ecemUer 8. 202 ± _ U0G114-2 PAl'ME1�1' 130NU Pake 2 of 2 I IN WI`I'NESS WI-IER[,OF, thc Principai and Surety have each SIGNED and SEE11_,N:;D � 2 this instnzmeni Iry duly authorized �gents and ��fGccrs on tl�is tl�e __.� ��lay c>f ; �;f.�YU��.,,,�.,,�, 20'�. 4 A'i"I'F_.ST: \ � 1�C.�tV.�-9..� ..J�_.` �J�.�. (Principal) Secreiary Michele S. nkford _500 W. Tranunell Ave. ..... _. Fo�t Wo�tk�, �'� 7� 140 .. i�9 11 12 Witness as to Principal .A TT�;5"I': 1�.cidress: _ -- /� b700 Westown Parkway �t . West Des Moines, IA 5026C.-7754 � _.. ��'imess as to Surety John A. M er Sheryl A. Klt�tts, Attorney-in-F�ct ._ .... _ ...... ._ ...... ......... (Suz�ety) �e,ca � �• N�me and Iit:lc J'R.INCIPAi : William 1.. Schtiltz,..Inc. dba . Circle C Const�uctia��...�.o�pany �3Y: �G �S� ........ Signature Teresa S Skelly,_President .......__ Name and Title Address: "I'elephone Nucnber; (800)_ C78-8171 _..... . _ T;mail Address: sheryl�iz),johriamil,..l..,eirassocine.com Note: lf signed by an. officer of the Surety, thei•e nlust be ou file a certified extract from the bylaws shawuig that this persc�n has �uthqrity to si;>n such obliDation. If Surcty's physical address is difierent fronl its mailing adc3ress, both �t�ust I�e provicied. 1'he date t�f t}�e boi�ci shall not l�e prior to the date the Contract is awarded. END OB SI+�CTION CIT'Y OF FOR'T 1\'i3K'I'H FftNTI-IER iSI,ANll SANI'I'A.RY SF�VER COLLEC'i'OR STANDAItll CONSTRLJt;TIC)N SPC;CIF[CA 1'tON DOCIJMIiNTS C:I'I'Y P1tOJEC i' No. i05247 Revised llecember 8, �023 ._..�.......�_.�.�,_.�...,�._,....�.�.,,,..... �.,�,.�» .�,x,,,,, �-,�-...,-,..-�.,�-�..�.:�,� MERC�L�INT'_S�'�=� BONDING COMPANY�� POWER OF ATTORNEY Know All Persons By These Presents, that MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC., both being corporations of the State of lowa, d/b/a Merchants National Indemnity Company (in California only) (herein collectively called the "Companies") do hereby make, constitute and appoint, individually, John A Miller; Sheryl A Klutts their true and lawful Attorney(s)-in-Fact, to sign its name as surety(ies) and to execute, seal and acknowledge any and all bonds, undertakings, contracts and other written instruments in the nature thereof, on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. This Power-of-Attorney is granted and is signed and sealed by facsimile under and by authority of the following By-Laws adopted by the Board of Directors of Merchants Bonding Company (Mutual) on April 23, 2011 and amended August 14, 2015 and April 27, 2024 and adopted by the Board of Directors of Merchants National Bonding, Inc., on October 16, 2015 and amended on April 27, 2024. "The President, Secretary, Treasurer, or any Assistant Treasurer or any Assistant Secretary or any Vice President shall have power and authority to appoint Attorneys-in-Fact, and to authorize them to execute on behalf of the Company, and attach the seal of the Company thereto, bonds and undertakings, recognizances, contracts of indemnity and other writings obligatory in the nature thereof." "The signature of any authorized officer and the seal of the Company may be affixed by facsimile or electronic transmission to any Power of Attorney or Certification thereof authorizing the execution and delivery of any bond, undertaking, recognizance, or other suretyship obligations of the Company, and such signature and seal when so used shall have the same force and effect as though manually fixed." In connection with obligations in favor of the Florida Department of Transportation only, it is agreed that the power and aut hority hereby given to the Attorney-in-Fact includes any and all consents for the release of retained percentages and/or final estimates on engineering and construction contracts required by the State of Florida Department of Transportation. It is fully understood that consenting to the State of Florida Department of Transportation making payment of the final estimate to the Contractor and/or its assignee, shall not relieve this surety company of any of its obligations under its bond. In connection with obligations in favor of the Kentucky Department of Highways only, it is agreed that the power and authority hereby given to the Attorney-in-Fact cannot be modified or revoked unless prior written personal notice of such intent has been given to the Commissioner- Department of Highways of the Commonwealth of Kentucky at least thirty (30) days prior to the modification or revocation. In Witness Whereof, the Companies have caused this instrument to be signed and sealed this 2gth day of July , 2024 • ��,........, .•_--o .•'�P���,Nq� �'.. .•� �C1G CQ'•. MERCHANTS BONDING COMPANY (MUTUAL) ��' �' P� �•�% ' OaO PO ��A9�• dEb/a ER HANTIS NATIONA�L INDEMNITY COMPANY �Z:?°� R'���i: � �'��°� 9q,��y<: -o- v:a: :r�y.;�' r*`; . ;v� 2003 ;?,�; :a' 1933 ����; By �� . y�. � ti. �f� � ;d,�;'• .^:�� : •. d,;• •:,�o. ��. //.��•.....•'��'J ��� �• )-` � .• �Y ""� �1 • President STATE OF IOWA '•����„��������` • � � � � � � � � COUNTY OF DALLAS ss. On this Zgth day of July 2024 , before me appeared Larry Taylor, to me personally known, who being by me duly sworn did say that he is President of MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC.; and that the seals affixed to the foregoing instrument are the Corporate Seals of the Companies; and that the said instrument was signed and sealed in behalf of the Companies by authority of their respective Boards of Directors. ----�. „p�R�A�,p� Penni Miller � : --____� '� , � � � Commission Number 787952 � - ti Y • • My Commission Expires � �s r� i , ��`�'P January 20, 2027 �"��'"�---�� `�---"~`�y Notary Public (Expiration of notary's commission does not invalidate this instrument) I, Elisabeth Sandersfeld, Secretary of MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC., do hereby certiTy that the above and foregoing is a true and correct copy of the POWER-OF-ATTORNEY executed by said Companies,which is still in full force and effect and has not been amended or revoked. In Witness Whereof, I have hereunto set my hand and affixed the seal of the Companies on this I�,� day of ��'-brUtL�'t�l � Z�,7,5: ���.....�..,, �.•---•. ) .•'�P���•Nq< �''�. .• �O�NG • C�M,o. ~y. pKPoR,4 �O • •+�o p�pQ9 '�•• �+Y .Q c2 -o- �o�C' :f-�'.;'� -o- �r"��•. ;v' 2003 �`� �� y'! 1933 �' c; Secretary . :�„'n. : :�l • �6;. .d . od '` .,���••.......,.;;���r' •,,�'y,.. { .. • ��.• POA 0018 (6/24) �'''•'�"'''� • • •, ••• f10E119-1 �IAIPv"1'ENANCG }30Pdll Page I nt 3 1 � 3 4 5 E 7 � a �17 BOND NO. 101165227 SP�CTICIN 04 61 i9 UiAIN"I']:NANCE BOND TiII; S`.I'ATE OT TEXAS § § K1V�?W A1,C, R�' 't'HESE PRTSENTS: COUNTY OF TARRAIV'[' § 'I.,ha.i. we William J. Schultz, Inc. dba C'ircle C Constructioii_Gon_?�z�ily.........> luio���ri as "Principal" llerein and Mercbants Bondvlg Company (Mutual) _, a corporate surety (s��reties, if' more than one} duJ.y authoi-izcd to d� business in khe St.ate of Texas, luiown as "S«rery" here�in (whc:tl7er one or more), are held and fiz�nly bo�z�ci unto tl�e (;iiy of E'orC Wor[t�, a municipal 11 corporatiort created pursuant to the laws of the State of "I'eYas, knowti as "City" herein, in the su�n �? of k�our 1yTzlll�n_Nine I-Iuntir�c� "I;wtnt�-1 hr�e_'T1lousanci Qne.I3uncired l it�Yit� anc3 �0/1QU Dollars 13 �$4.923,I80A0�, Ia���ful maney of tlle United States, to be paid in ��ort 't���zth, Tarran.t Cuunty, 1� '.l,exas, for payment of which sum well. and truly be made ��nto tlae City and its successars, we 15 16 bind ourselves, our heirs, exectttoz's, ad�ninistrators, successots ai�tl assi.gns, jointly and severally, �rmly by these presents. 17 18 WIiI+��+:�S�the Princi�sal has„entered inta a certain written cantract wrth tlae City� �warded � 7 9 ttie �_1 _ day of �,,�� G4� __, 20�, wliich Contract is bez�eby refened to and 2U a made part hereof for all purpc�ses as if fully set fortlY herein, to furiiish all materials, equiprnent 21 l.ai�or and ather. accessories as definE�d by law, ui the p.cosecution uf the Work; includii�g anY 22 Work resttltin� fi��m. a duly authorized Chatige Orcier (c;ollectively l�ereiu, fY�e " ti�,�ork"} as ?3 provided far in said coutract aud det ignated as Pt�`'I'.EIER ISLANA SANITA�2Y SE�V�;It 24 CULL:t:C'I'Q:[t_�1"I'�' YIZO.TECT NO. 105247; and '25 7.,6 27 '? 8 'l9 30 31. 32 WIIERII�S, Priucipal binds itself to use such materials and io so construct the Work in accordance with the plans, specitications and Cc�ntract I:)ocuments fhat tb.e W ork is and wi11 rernain free fron� defects iii materials ar worhmanship for and during the periud of twa (2) years after the date o['I�izzal .Acceptance ofthe Va'ork. by the City ("Maintenance Period"); and W EiEREAS, Principal binds its�lf to repair or reconstruct 1:he Wink in whole or in pai�t upon receiviz�g c�orice ['rom the City c�f the neec:i thez•efor at any time 4vithin the Maintenance Peric�d. CITY OF F{)R"I' Y4'OIZTi-I k ANTI-IF.,R ]SLAI��D SAN11'ARY SI?Vv`CR CO]_.i:F',Ci'OR 51;�N.T.)l�RD C.R�STKUCITcIN Sk'E'C.ITICAT30N C)OCLIMEN"I'S CCl'Y YP.OJ�C'1' ivo. lU5'7_4"/ Keviscd Decernber 8, 2i)23 0061 19-2 MA[N7 6NANCI I301VD Page 2 ai 3 IO rl 12 i3 1 NOW TIiEI2Ii:�+'ORE, khe. condition of this obligatian is such that if Priucipal shall remedy 2 a�ry defective Work., for which timely notice v��as provicle.c� by C;ity, to a cc�mplefion satisfactory t:o 3 the City, then. this obligation shall becatue nl�ll and void; oiherurise ta rernairl in ful] force and 4 ef£ect. 5 6 Pi20tiID�D, HOWI+;VER, ii'Prin.cipal shail itiil s� to repair or recozistriict any titnely 7 noticeci de£ective Work, it is agreed tliat tl�e City r��ay cause any and all such defiective Warlt to be 8 repaired ancUor• reconstructed tivith all associated costs tl�ereoi�heing bc�rne by ttie Principal and the 9 Slirety uuder this Maintenance bond; and E'ItOVIDED FUI2'I'HFR, thak i#�an;v Iega1 actic�ri be filed �n this Bond, venue s]�all lie in 'I'arrant Cour.�ty, "1'exas or the United Sta.tes Disirict Court for the Northern I)i:strict of Texas, Foz�C Worth Division; and 14 15 �'It4VIDFD I+'UR"I'NI,12, tihat this obligation Shall be contiuuous in nature and successi.ve 1Ci rec�veries may be h�d .herec>u for successive l�reaclles. 17 l� CITY' OE FOlt7' t��OR"I R P�l'�I"I'HF'R ISL�'�ND SANI'I'ARY SF;WER CQLLLC'I'OR S"1'ANDARD C(}NS'I'RUC'T10N SE'FC1PiCATtON DOCliMk.'sN7'S C1TY PRtJJBt;'C No. 105'117 Kevised Decernber 8, 2023 �.�...x,,,,,�,,�� �.� .. . . �,�.. _ . .. . . � 006] ]9-3 iv1AIN'IBNr1?vCP }3(1ND F'age 3 of 3 4 5 6 7 S 4 io i� IZ 13 14 15 1 fi 17 l8 14 2U 21 22 ?.,:3 1_4 25 26 27 2R 29 30 31 3?. 34 35 36 37 3� 3g 40 41 4? 1 1N Wl't'NES,S V4'HEREU�', t)xe �'rincipal and ihe Surety have each SICiN�+D and SF,ALED this 2 instrument by duly autl�orizecl agents 1nd officers on this the �� __ day of _,,,C.PibYUG�� � � ,,. .........:......:........._._.�..._.�.�., _ . �.i..l�rs�r: '�uc.�'�9����,�-��_ ,C1�4��- (1'rincipaIl Secretary Michele S. La �ford __— _ __ ___ '4G'itness as to Pri�lc,i�a1 A'I'TES'T: PRiNCIi'AI;, Williaul J. Schultz, Inc. dba __. _ _ — _ Circle C Constniction Company i3 Y : .. �_.�t/X�'... �cS� S1��2'1flYUiE �� � Teresa S,..Skelly_,..Presid...en Name a�nd TitEe Adciress: 50O W. Tramiilell Ave. Fort Worth, TX 76140 Address: (Sur ) Se r_�tary C>700 Westown Par way �� � West Des IVlomes_, IA 502C6-7754 ��,'�tness a; to Surety John A. er 'I'elepliorie Number: (800) 678-8171 Email Address: sheryl("a?johnamillerassocinc.com *Note: T:f signeci by a�� c�fficer of the Surety C;ompany, tliere must be on file a certi#ied extract frc7m the by-�1ac�vs s�iowing that i:his person has authority to sign such obligation. If Surety'� p�tysical address is dif'ferei�t ti•om its mailing addz�ess, both must be provided. 'I'he date of the bond shall not be prior to the daie the Co�ilract is awardeci. CI'T'�" UP P012'.t' 1�0i<TI� PAN'I'HLR ISLAND SANI'I'Al2Y SCGVI3R COI,I.,CCTOP. 57 ANDAf�Q C�NS'I ItUC:T70N SPECII�ICA7�ION DOCtiD4EiYTS C;]'I Y PROJI:i{:I� No. f 4)5247 Reviscd Dcccmbcr 8, 2f)23 Sheryl A. Klutts, Attomey-in-Fact _ __ ___.________ Name and'I'itle MERCI-�[AIoTTa� BONDII�G CfJMPANYr,� POWER OF ATTORNEY Know All Persons By These Presents, that MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC., both being corporations of the State of lowa, d/b/a Merchants National Indemnity Company (in California only) (herein collectively called the "Companies") do hereby make, constitute and appoint, individually, John A Miller; Sheryl A Klutts their true and lawful Attorney(s)-in-Fact, to sign its name as surety(ies) and to execute, seal and acknowledge any and all bonds, undertakings, contracts and other written instruments in the nature thereof, on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. This Power-of-Attorney is granted and is signed and sealed by facsimile under and by authority of the following By-Laws adopted by the Board of Directors of Merchants Bonding Company (Mutual) on April 23, 2011 and amended August 14, 2015 and April 27, 2024 and adopted by the Board of Directors of Merchants National Bonding, Inc., on October 16, 2015 and amended on April 27, 2024. "The President, Secretary, Treasurer, or any Assistant Treasurer or any Assistant Secretary or any Vice President shall have power and authority to appoint Attorneys-in-Fact, and to authorize them to execute on behalf of the Company, and attach the seal of the Company thereto, bonds and undertakings, recognizances, contracts of indemnity and other writings obligatory in the nature thereof." "The signature of any authorized officer and the seal of the Company may be affixed by facsimile or electronic transmission to any Power of Attorney or Certification thereof authorizing the execution and delivery of any bond, undertaking, recognizance, or other suretyship obligations of the Company, and such signature and seal when so used shall have the same force and effect as though manually fixed." In connection with obligations in favor of the Florida Department of Transportation only, it is agreed that the power and aut hority hereby given to the Attorney-in-Fact includes any and all consents for the release of retained percentages and/or final estimates on engineering and construction contracts required by the State of Florida Department of Transportation. It is fully understood that consenting to the State ofFlorida Department of Transportation making payment of the final estimate to the Contractor and/or its assignee, shall not relieve this surety company of any of its obligations under its bond. In connection with obligations in favor of the Kentucky Department of Highways only, it is agreed that the power and authority hereby given to the Attorney-in-Fact cannot be modified or revoked unless prior written personal notice of such intent has been given to the Commissioner- Department of Highways of the Commonwealth of Kentucky at least thirty (30) days prior to the modification or revocation. In Witness Whereof, the Companies have caused this instrument to be signed and sealed this Zg�h day of July � 2024 • �......,,� ••��(10 N �''•. . • � � G �' •. MERCHANTS BONDING COMPANY (MUTUAL) .•``�P,..P•O q� �.�. +�•�Q��...�Dij�A.� MERCHANTS NATIONAL BONDING, INC. �hfi�:.G�K R,9��p� ;• yo�opPOqq�yy�.: d/b/a MERCHANTS NATIONAL INDEMNITY COMPANY Ca�2 -o- o:�• .r-.:� -o- *": • ; v� 2003 ;?,tj; : y 1933 a���; By �� . � d� .: , �•., .a��. : �: d : .�� •� STATE OF IOWA ••��'•k � ��?�' •�'�� �`-� `1 •� President COUNTY OF DALLAS ss. ���"""'���' • � � �' � � � On this Zgth day of July 2024 , before me appeared Larry Taylor, to me personally known, who being by me duly sworn did say that he is President of MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC.; and that the seals affixed to the foregoing instrument are the Corporate Seals of the Companies; and that the said instrument was signed and sealed in behalf of the Companies by authority of their respective Boards of Directors. —r-~--,. ,`P��A�Sm Penni Miller �' � � ' � � v Commission Number 787952 �` - �,.�,�.1 • '�w�u�• MyCommissionExpires �4,���� r�� J January 20, 2027 �' Notary Public (Expiration of notary's commission does not invalidate this instrument) I, Elisabeth Sandersfeld, Secretary of MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC., do hereby certify that the above and foregoing is a true and correct copy of the POWER-OF-ATTORNEY executed by said Companies,which is still in full force and effect and has not been amended or revoked. In Witness Whereof, I have hereunto set my hand and affixed the seal of the Companies on this I z.�day of �,��Yi/(��9 ,%��. �...�.�...,� �..-..� � ���.P,� � � Nq .,�� . NG � . � � , ... � � : .' ��` � O�A `. ;z 2oRFURq�. 2. .•�O�o�P09q�qy�� Ul :a � -o- v':a� �r-�'.: -o- : � v' 2003 �� � � y'! 1933 �' c; Secretary .d�•. .:'� ,.•• : �)6;. .a�.�r. ';'..,k.,• � .,'��'' ,•��'..{,...•l:•'. POA 0018 (6/24) '••'••�•••••� `••••• MERCHA[�TT'� BONDING COMPANY,M MERCHANTS BONC)ING COMPANY (MUTUAL) • MERCHANTS NATIONAL BONDING, WC. P.O. BOX 14498 � DES MOINES, IOWA 50306-3498 �(800) 678-8171 �(515) 243-3854 FAX Please send all notices of claim on this bond to: Merchants Bonding Company (Mutual) / Merchants National Bonding, Inc. P.O. Box 14498 Des Moines, Iowa 50306-3498 (515)243-8171 (800) 678-8171 Physical Address: 6700 Westown Parkway, West Des Moines, Iowa 50266 SUP 0073 TX (2/15) , POLICY NUMBER: CPP100051064 COMMERCIAL GENERAL LIABILITY CGL 121 (02 21) THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - AUTOMATIC STATUS WHEN REQUIRED IN CONTRACT OR AGREEMENT - ONGOING OPERATIONS AND PRODUCTS-COMPLETED OPERATIONS (TEXAS LIMITED SOLE NEGLIGENCE) This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE FORM SCHEDULE (OPTIONAL) Name of Additional Insured Persons or Organizations (As required by written contract or agreement per Paragraph A. below.) Locations of Covered Operations (As per the written contract or agreement, provided the location is within the "coverage territory".) (Information required to complete this Schedule, if not shown above, will be shown in the Declarations.) A. Section II — Who Is An Insured is amended to include as an additional insured: 1. Any person or organization for whom you are performing operations when you and such person or organization have agreed in writing in a contract or agreement in effect during the term of this policy that such person or organization be added as an additional insured on your policy; and 2. Any other person or organization you are required to add as an additional insured under the contract or agreement described in Paragraph 1. above; and 3. The particular person or organization, if any, scheduled above. Such person(s) or organization(s) is an additional insured only with respect to liability for "bodily injury", "property damage" or "personal and advertising injury" occurring after the execution of the contract or agreement described in Paragraph 1. above and caused, in whole or in part, by: a. Your acts or omissions; or b. The acts or omissions of those acting on your behalf; in the performance of your ongoing operations for the additional insured; or c. "Your work" performed for the additional insured and included in the "products-completed operations hazard" if such coverage is specifically required in the written contract or agreement. With respect to liability of the additional insured for "bodily injury" of an employee or agent of a named insured or the employee of a named insured's subcontractor, coverage shall apply for the partial or sole negligence of the additional insured, but only if such coverage is specifically required in the written contract or agreement. However, the insurance afforded to such additional insured(s) described above: a. Only applies to the extent permitted by law; b. Will not be broader than that which you are required by the contract or agreement to provide for such additional insured; CGL 121 (02 21) Includes copyrighted material of the Insurance Services Office, Inc., with its permission. Page 1 of 2 Copyright 2020 FCCI Insurance Group. QUOTE POLICY NUMBER: CPP100051064 COMMERCIAL GENERAL LIABILITY CGL 121 (02 21) c. Will not be broader than that which is afforded to you under this policy; and d. Nothing herein shall extend the term of this policy. B. The insurance provided to the additional insured does not apply to "bodily injury", "property damage" or "personal and advertising injury" arising out of the rendering of, or the failure to render, any professional architectural, engineering or surveying services, including: 1. The preparing, approving, or failing to prepare or approve, maps, shop drawings, opinions, reports, surveys, field orders, change orders or drawings and specifications; or 2. Supervisory, inspection, architectural or engineering activities. C. This insurance is excess over any other valid and collectible insurance available to the additional insured whether on a primary, excess, contingent or any other basis; unless the written contract or agreement requires that this insurance be primary and non-contributory, in which case this insurance will be primary and non-contributory relative to insurance on which the additional insured is a Named Insured. D. With respect to the insurance afforded to these additional insureds, the following is added to Section III — Limits of Insurance: The most we will pay on behalf of the additional insured is the amount of insurance: 1. Required by the contract or agreement described in Paragraph A.1.; or 2. Available under the applicable Limits of Insurance; whichever is less. This endorsement shall not increase the applicable Limits of Insurance. E. Section IV — Commercial General Liability Conditions is amended as follows: The Duties In The Event of Occurrence, Offense, Claim or Suit condition is amended to add the following additional conditions applicable to the additional insured: An additional insured under this endorsement must as soon as practicable: 1. Give us written notice of an "occurrence" or an offense which may result in a claim or "suiY' under this insurance, and of any claim or "suiY' that does result; 2. Send us copies of all legal papers received in connection with the claim or "suit", cooperate with us in the investigation or settlement of the claim or defense against the "suiY', and otherwise comply with all policy conditions; and 3. Tender the defense and indemnity of any claim or "suit" to any provider of other insurance which would cover the additional insured for a loss we cover under this endorsement and agree to make available all such other insurance. However, this condition does not affect Paragraph C. above. We have no duty to defend or indemnify an additional insured under this endorsement until we receive from the additional insured written notice of a claim or "suiY'. F. This endorsement does not apply to any additional insured or project that is specifically identified in any other additional insured endorsement attached to the Commercial General Liability Coverage Form. CGL 121 (02 21) Includes copyrighted material of the Insurance Services Office, Inc., with its permission. Page 2 of 2 Copyright 2020 FCCI Insurance Group. QUOTE 00 61 25 - 1 CERTIFICATE OF INSURANCE Page 1 of 1 CITY OF FORT WORTH PANTHER ISLAND SANITARY SEWER COLLECTOR STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105247 Revised July 1, 2011 1 SECTION 00 61 25 2 CERTIFICATE OF INSURANCE 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/08/2024 STANDARD GENERAL CONDITIONS OF THE CONSTRUCTION CONTRACT CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/08/2024 STANDARD GENERAL CONDITIONS OF THE CONSTRUCTION CONTRACT TABLE OF CONTENTS Page Article 1 – Definitions and Terminology .......................................................................................................... 1 1.01 Defined Terms............................................................................................................................... 1 1.02 Terminology .................................................................................................................................. 6 Article 2 – Preliminary Matters ......................................................................................................................... 7 2.01 Copies of Documents .................................................................................................................... 7 2.02 Commencement of Contract Time; Notice to Proceed ................................................................ 7 2.03 Starting the Work .......................................................................................................................... 8 2.04 Before Starting Construction ........................................................................................................ 8 2.05 Preconstruction Conference.......................................................................................................... 8 2.06 Public Meeting .............................................................................................................................. 8 2.07 Initial Acceptance of Schedules.................................................................................................... 8 Article 3 – Contract Documents: Intent, Amending, Reuse ............................................................................ 8 3.01 Intent.............................................................................................................................................. 8 3.02 Reference Standards...................................................................................................................... 9 3.03 Reporting and Resolving Discrepancies....................................................................................... 9 3.04 Amending and Supplementing Contract Documents................................................................. 10 3.05 Reuse of Documents ................................................................................................................... 10 3.06 Electronic Data............................................................................................................................ 11 Article 4 – Availability of Lands; Subsurface and Physical Conditions; Hazardous Environmental Conditions; Reference Points........................................................................................................... 11 4.01 Availability of Lands .................................................................................................................. 11 4.02 Subsurface and Physical Conditions .......................................................................................... 12 4.03 Differing Subsurface or Physical Conditions ............................................................................. 12 4.04 Underground Facilities ............................................................................................................... 13 4.05 Reference Points ......................................................................................................................... 14 4.06 Hazardous Environmental Condition at Site .............................................................................. 14 Article 5 – Bonds and Insurance ..................................................................................................................... 16 5.01 Licensed Sureties and Insurers ................................................................................................... 16 5.02 Performance, Payment, and Maintenance Bonds....................................................................... 16 5.03 Certificates of Insurance ............................................................................................................. 16 5.04 Contractor’s Insurance ................................................................................................................ 18 5.05 Acceptance of Bonds and Insurance; Option to Replace........................................................... 19 Article 6 – Contractor’s Responsibilities ........................................................................................................ 19 6.01 Supervision and Superintendence............................................................................................... 19 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/08/2024 6.02 Labor; Working Hours ................................................................................................................ 20 6.03 Services, Materials, and Equipment ........................................................................................... 20 6.04 Project Schedule.......................................................................................................................... 21 6.05 Substitutes and “Or-Equals” ....................................................................................................... 21 6.06 Concerning Subcontractors, Suppliers, and Others.................................................................... 24 6.07 Wage Rates.................................................................................................................................. 25 6.08 Patent Fees and Royalties ........................................................................................................... 26 6.09 Permits and Utilities.................................................................................................................... 27 6.10 Laws and Regulations ................................................................................................................. 27 6.11 Taxes ........................................................................................................................................... 28 6.12 Use of Site and Other Areas ....................................................................................................... 28 6.13 Record Documents...................................................................................................................... 29 6.14 Safety and Protection .................................................................................................................. 29 6.15 Safety Representative.................................................................................................................. 30 6.16 Hazard Communication Programs ............................................................................................. 30 6.17 Emergencies and/or Rectification............................................................................................... 30 6.18 Submittals.................................................................................................................................... 31 6.19 Continuing the Work................................................................................................................... 32 6.20 Contractor’s General Warranty and Guarantee .......................................................................... 32 6.21 Indemnification ......................................................................................................................... 33 6.22 Delegation of Professional Design Services .............................................................................. 34 6.23 Right to Audit.............................................................................................................................. 34 6.24 Nondiscrimination....................................................................................................................... 35 Article 7 – Other Work at the Site................................................................................................................... 35 7.01 Related Work at Site ................................................................................................................... 35 7.02 Coordination................................................................................................................................ 36 Article 8 – City’s Responsibilities................................................................................................................... 36 8.01 Communications to Contractor................................................................................................... 36 8.02 Furnish Data ................................................................................................................................ 36 8.03 Pay When Due ............................................................................................................................ 36 8.04 Lands and Easements; Reports and Tests................................................................................... 36 8.05 Change Orders............................................................................................................................. 36 8.06 Inspections, Tests, and Approvals .............................................................................................. 36 8.07 Limitations on City’s Responsibilities ....................................................................................... 37 8.08 Undisclosed Hazardous Environmental Condition .................................................................... 37 8.09 Compliance with Safety Program............................................................................................... 37 Article 9 – City’s Observation Status During Construction ........................................................................... 37 9.01 City’s Project Manager ……...................................................................................................... 37 9.02 Visits to Site ................................................................................................................................ 37 9.03 Authorized Variations in Work .................................................................................................. 38 9.04 Rejecting Defective Work .......................................................................................................... 38 9.05 Determinations for Work Performed .......................................................................................... 38 9.06 Decisions on Requirements of Contract Documents and Acceptability of Work ..................... 38 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/08/2024 Article 10 – Changes in the Work; Claims; Extra Work ................................................................................ 38 10.01 Authorized Changes in the Work ............................................................................................... 38 10.02 Unauthorized Changes in the Work ........................................................................................... 39 10.03 Execution of Change Orders....................................................................................................... 39 10.04 Extra Work .................................................................................................................................. 39 10.05 Notification to Surety.................................................................................................................. 39 10.06 Contract Claims Process ............................................................................................................. 40 Article 11 – Cost of the Work; Allowances; Unit Price Work; Plans Quantity Measurement...................... 41 11.01 Cost of the Work ......................................................................................................................... 41 11.02 Allowances .................................................................................................................................. 43 11.03 Unit Price Work .......................................................................................................................... 44 11.04 Plans Quantity Measurement ...................................................................................................... 45 Article 12 – Change of Contract Price; Change of Contract Time................................................................. 46 12.01 Change of Contract Price ............................................................................................................ 46 12.02 Change of Contract Time............................................................................................................ 47 12.03 Delays .......................................................................................................................................... 47 Article 13 – Tests and Inspections; Correction, Removal or Acceptance of Defective Work ...................... 48 13.01 Notice of Defects ........................................................................................................................ 48 13.02 Access to Work ........................................................................................................................... 48 13.03 Tests and Inspections .................................................................................................................. 48 13.04 Uncovering Work........................................................................................................................ 49 13.05 City May Stop the Work ............................................................................................................. 49 13.06 Correction or Removal of Defective Work ................................................................................ 50 13.07 Correction Period ........................................................................................................................ 50 13.08 Acceptance of Defective Work................................................................................................... 51 13.09 City May Correct Defective Work ............................................................................................. 51 Article 14 – Payments to Contractor and Completion .................................................................................... 52 14.01 Schedule of Values...................................................................................................................... 52 14.02 Progress Payments ...................................................................................................................... 52 14.03 Contractor’s Warranty of Title ................................................................................................... 54 14.04 Partial Utilization ........................................................................................................................ 55 14.05 Final Inspection ........................................................................................................................... 55 14.06 Final Acceptance......................................................................................................................... 55 14.07 Final Payment.............................................................................................................................. 56 14.08 Final Completion Delayed and Partial Retainage Release ........................................................ 56 14.09 Waiver of Claims ........................................................................................................................ 57 Article 15 – Suspension of Work and Termination ........................................................................................ 57 15.01 City May Suspend Work............................................................................................................. 57 15.02 City May Terminate for Cause ................................................................................................... 58 15.03 City May Terminate For Convenience ....................................................................................... 60 Article 16 – Dispute Resolution ...................................................................................................................... 61 16.01 Methods and Procedures ............................................................................................................. 61 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/08/2024 Article 17 – Miscellaneous .............................................................................................................................. 62 17.01 Giving Notice .............................................................................................................................. 62 17.02 Computation of Times ................................................................................................................ 62 17.03 Cumulative Remedies ................................................................................................................. 62 17.04 Survival of Obligations ............................................................................................................... 63 17.05 Headings...................................................................................................................................... 63 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/08/2024 00 72 00 - 1 GENERAL CONDITIONS Page 1 of 63 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. Addenda—Written or graphic instruments issued prior to the opening of Bids which clarify, correct, or change the Bidding Requirements or the proposed Contract Documents. 2. Agreement—The written instrument which is evidence of the agreement between City and Contractor covering the Work. 3. Application for Payment—The form acceptable to City which is to be used by Contractor during the course of the Work in requesting progress or final payments and which is to be accompanied by such supporting documentation as is required by the Contract Documents. 4. Asbestos—Any material that contains more than one percent asbestos and is friable or is releasing asbestos fibers into the air above current action levels established by the United States Occupational Safety and Health Administration. 5. Award – Authorization by the City Council for the City to enter into an Agreement. 6. Bid—The offer or proposal of a Bidder submitted on the prescribed form setting forth the prices for the Work to be performed. 7. Bidder—The individual or entity who submits a Bid directly to City. 8. Bidding Documents—The Bidding Requirements and the proposed Contract Documents (including all Addenda). 9. Bidding Requirements—The advertisement or Invitation to Bid, Instructions to Bidders, Bid security of acceptable form, if any, and the Bid Form with any supplements. 10. 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. 11. Calendar Day – A day consisting of 24 hours measured from midnight to the next midnight. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/08/2024 00 72 00 - 1 GENERAL CONDITIONS Page 2 of 63 12. Change Order—A document, which is prepared and approved by the City, which is signed by Contractor 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. 13. City— The City of Fort Worth, Texas, a home-rule municipal corporation, authorized and chartered under the Texas State Statutes, acting by its governing body through its City Manager, his designee, or agents authorized under his behalf, each of which is required by Charter to perform specific duties with responsibility for final enforcement of the contracts involving the City of Fort Worth is by Charter vested in the City Manager and is the entity with whom Contractor has entered into the Agreement and for whom the Work is to be performed. 14. City Attorney – The officially appointed City Attorney of the City of Fort Worth, Texas, or his duly authorized representative. 15. City Council - The duly elected and qualified governing body of the City of Fort Worth, Texas. 16. City Manager – The officially appointed and authorized City Manager of the City of Fort Worth, Texas, or his duly authorized representative. 17. Contract Claim—A demand or assertion by City or Contractor seeking an adjustment of Contract Price or Contract Time, or both, or other relief with respect to the terms of the Contract. A demand for money or services by a third party is not a Contract Claim. 18. Contract—The entire and integrated written document between the City and Contractor concerning the Work. The Contract contains the Agreement and all Contract Documents and supersedes prior negotiations, representations, or agreements, whether written or oral. 19. Contract Documents—Those items so designated in the Agreement. All items listed in the Agreement are Contract Documents. Approved Submittals, other Contractor submittals, and the reports and drawings of subsurface and physical conditions are not Contract Documents. 20. Contract Price—The moneys payable by City to Contractor for completion of the Work in accordance with the Contract Documents as stated in the Agreement (subject to the provisions of Paragraph 11.03 in the case of Unit Price Work). 21. Contract Time—The number of days or the dates stated in the Agreement to: (i) achieve Milestones, if any and (ii) complete the Work so that it is ready for Final Acceptance. 22. Contractor—The individual or entity with whom City has entered into the Agreement. 23. Cost of the Work—See Paragraph 11.01 of these General Conditions for definition. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/08/2024 00 72 00 - 1 GENERAL CONDITIONS Page 3 of 63 24. Damage Claims – A demand for money or services arising from the Project or Site from a third party, City or Contractor exclusive of a Contract Claim. 25. Day or day – A day, unless otherwise defined, shall mean a Calendar Day. 26. Director of Aviation – The officially appointed Director of the Aviation Department of the City of Fort Worth, Texas, or his duly appointed representative, assistant, or agents. 27. Director of Parks and Community Services – The officially appointed Director of the Parks and Community Services Department of the City of Fort Worth, Texas, or his duly appointed representative, assistant, or agents. 28. Director of Planning and Development – The officially appointed Director of the Planning and Development Department of the City of Fort Worth, Texas, or his duly appointed representative, assistant, or agents. 29. Director of Transportation Public Works – The officially appointed Director of the Transportation Public Works Department of the City of Fort Worth, Texas, or his duly appointed representative, assistant, or agents. 30. Director of Water Department – The officially appointed Director of the Water Department of the City of Fort Worth, Texas, or his duly appointed representative, assistant, or agents. 31. 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. 32. Effective Date of the Agreement—The date indicated in the Agreement on which it becomes effective, but if no such date is indicated, it means the date on which the Agreement is signed and delivered by the last of the two parties to sign and deliver. 33. Engineer—The licensed professional engineer or engineering firm registered in the State of Texas performing professional services for the City. 34. Extra Work – Additional work made necessary by changes or alterations of the Contract Documents or of quantities or for other reasons for which no prices are provided in the Contract Documents. Extra work shall be part of the Work. 35. Field Order — A written order issued by City which requires changes in the Work but which does not involve a change in the Contract Price, Contract Time, or the intent of the Engineer. Field Orders are paid from Field Order Allowances incorporated into the Contract by funded work type at the time of award. 36. Final Acceptance – The written notice given by the City to the Contractor that the Work specified in the Contract Documents has been completed to the satisfaction of the City. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/08/2024 00 72 00 - 1 GENERAL CONDITIONS Page 4 of 63 37. 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. 38. General Requirements—Sections of Division 1 of the Contract Documents. 39. Hazardous Environmental Condition—The presence at the Site of Asbestos, PCBs, Petroleum, Hazardous Waste, Radioactive Material, or other materials in such quantities or circumstances that may present a substantial danger to persons or property exposed thereto. 40. Hazardous Waste—Hazardous waste is defined as any solid waste listed as hazardous or possesses one or more hazardous characteristics as defined in the federal waste regulations, as amended from time to time. 41. 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. 42. Liens—Charges, security interests, or encumbrances upon Project funds, real property, or personal property. 43. Major Item – An Item of work included in the Contract Documents that has a total cost equal to or greater than 5% of the original Contract Price or $25,000 whichever is less. 44. Milestone—A principal event specified in the Contract Documents relating to an intermediate Contract Time prior to Final Acceptance of the Work. 45. Notice of Award—The written notice by City to the Successful Bidder stating that upon timely compliance by the Successful Bidder with the conditions precedent listed therein, City will sign and deliver the Agreement. 46. Notice to Proceed—A written notice given by City to Contractor fixing the date on which the Contract Time will commence to run and on which Contractor shall start to perform the Work specified in Contract Documents. 47. PCBs—Polychlorinated biphenyls. 48. Petroleum—Petroleum, including crude oil or any fraction thereof which is liquid at standard conditions of temperature and pressure (60 degrees Fahrenheit and 14.7 pounds per square inch absolute), such as oil, petroleum, fuel oil, oil sludge, oil refuse, gasoline, kerosene, and oil mixed with other non-Hazardous Waste and crude oils. 49. Plans – See definition of Drawings. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/08/2024 00 72 00 - 1 GENERAL CONDITIONS Page 5 of 63 50. 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. 51. Project—The Work to be performed under the Contract Documents. 52. Project Manager—The authorized representative of the City who will be assigned to the Site. 53. Public Meeting – An announced meeting conducted by the City to facilitate public participation and to assist the public in gaining an informed view of the Project. 54. Radioactive Material—Source, special nuclear, or byproduct material as defined by the Atomic Energy Act of 1954 (42 USC Section 2011 et seq.) as amended from time to time. 55. Regular Working Hours – Hours beginning at 7:00 a.m. and ending at 6:00 p.m., Monday thru Friday (excluding legal holidays). 56. 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. 57. 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. 58. Schedule of Values—A schedule, prepared and maintained by Contractor, allocating portions of the Contract Price to various portions of the Work and used as the basis for reviewing Contractor’s Applications for Payment. 59. Site—Lands or areas indicated in the Contract Documents as being furnished by City 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 which are designated for the use of Contractor. 60. 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. 61. Subcontractor—An individual or entity having a direct contract with Contractor or with any other Subcontractor for the performance of a part of the Work at the Site. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/08/2024 00 72 00 - 1 GENERAL CONDITIONS Page 6 of 63 62. 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. 63. Substantial Completion – The stage in the progress of the Project when the Work is sufficiently complete in accordance with the Contract Documents for Final Inspection. 64. Successful Bidder—The Bidder submitting the lowest and most responsive Bid to whom City makes an Award. 65. Superintendent – The representative of the Contractor who is available at all times and able to receive instructions from the City and to act for the Contractor. 66. Supplementary Conditions—That part of the Contract Documents which amends or supplements these General Conditions. 67. 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. 68. 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. 69 Unit Price Work—See Paragraph 11.03 of these General Conditions for definition. 70. Weekend Working Hours – Hours beginning at 9:00 a.m. and ending at 5:00 p.m., Saturday, Sunday or legal holiday, as approved in advance by the City. 71. 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 Change Order or Field Order, and furnishing, installing, and incorporating all materials and equipment into such construction, all as required by the Contract Documents. 72. Working Day – A working day is defined as a day, not including Saturdays, Sundays, or legal holidays authorized by the City for contract purposes, in which weather or other conditions not under the control of the Contractor will permit the performance of the principal unit of work underway for a continuous period of not less than 7 hours between 7 a.m. and 6 p.m. 1.02 Terminology A. The words and terms discussed in Paragraph 1.02.B through E are not defined but, when used in the Bidding Requirements or Contract Documents, have the indicated meaning. B. Intent of Certain Terms or Adjectives: CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/08/2024 00 72 00 - 1 GENERAL CONDITIONS Page 7 of 63 1. The Contract Documents include the terms “as allowed,” “as approved,” “as ordered,” “as directed” or terms of like effect or import to authorize an exercise of judgment by City. In addition, the adjectives “reasonable,” “suitable,” “acceptable,” “proper,” “satisfactory,” or adjectives of like effect or import are used to describe an action or determination of City as to the Work. It is intended that such exercise of professional judgment, action, or determination will be solely to evaluate, in general, the Work for compliance with the information in the Contract Documents and with the design concept of the Project as a functioning whole as shown or indicated in the Contract Documents (unless there is a specific statement indicating otherwise). C. 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. D. 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. E. Unless stated otherwise in the Contract Documents, words or phrases that have a well-known technical or construction industry or trade meaning are used in the Contract Documents in accordance with such recognized meaning. ARTICLE 2 – PRELIMINARY MATTERS 2.01 Copies of Documents City shall furnish to Contractor one (1) original executed copy and one (1) electronic copy of the Contract Documents, and four (4) additional copies of the Drawings. Additional copies will be furnished upon request at the cost of reproduction. 2.02 Commencement of Contract Time; Notice to Proceed The Contract Time will commence to run on the day indicated in the Notice to Proceed. A Notice to Proceed may be given no earlier than 14 days after the Effective Date of the Agreement, unless agreed to by both parties in writing. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/08/2024 00 72 00 - 1 GENERAL CONDITIONS Page 8 of 63 2.03 Starting the Work Contractor shall start to perform the Work on the date when the Contract Time commences to run. No Work shall be done at the Site prior to the date on which the Contract Time commences to run. 2.04 Before Starting Construction Baseline Schedules: Submit in accordance with the Contract Documents, and prior to starting the Work. 2.05 Preconstruction Conference Before any Work at the Site is started, the Contractor shall attend a Preconstruction Conference as specified in the Contract Documents. 2.06 Public Meeting Contractor may not mobilize any equipment, materials or resources to the Site prior to the Public Meeting if scheduled by the City. 2.07 Initial Acceptance of Schedules No progress payment shall be made to Contractor until acceptable schedules are submitted to City in accordance with the Schedule Specification as provided in the Contract Documents. ARTICLE 3 – CONTRACT DOCUMENTS: INTENT, AMENDING, REUSE 3.01 Intent A.The Contract Documents are complementary; what is required by one is as binding as if required by all. B.It is the intent of the Contract Documents to describe a functionally complete project (or part thereof) to be constructed in accordance with the Contract Documents. Any labor, documentation, services, materials, or equipment that reasonably may be inferred from the Contract Documents or from prevailing custom or trade usage as being required to produce the indicated result will be provided whether or not specifically called for, at no additional cost to City. C.Clarifications and interpretations of the Contract Documents shall be issued by City. D.The Specifications may vary in form, format and style. Some Specification sections may be written in varying degrees of streamlined or declarative style and some sections may be relatively narrative by comparison. Omission of such words and phrases as “the Contractor shall,” “in conformity with,” “as shown,” or “as specified” are intentional in streamlined sections. Omitted words and phrases shall be supplied by inference. Similar types of provisions may appear in various parts of a section or articles within a part depending on the format of the CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/08/2024 00 72 00 - 1 GENERAL CONDITIONS Page 9 of 63 section. The Contractor shall not take advantage of any variation of form, format or style in making Contract Claims. E. The cross referencing of specification sections under the subparagraph heading “Related Sections include but are not necessarily limited to:” and elsewhere within each Specification section is provided as an aid and convenience to the Contractor. The Contractor shall not rely on the cross referencing provided and shall be responsible to coordinate the entire Work under the Contract Documents and provide a complete Project whether or not the cross referencing is provided in each section or whether or not the cross referencing is complete. 3.02 Reference Standards A. Standards, Specifications, Codes, Laws, and Regulations 1. Reference to standards, specifications, manuals, or codes of any technical society, organization, or association, or to Laws or Regulations, whether such reference be specific or by implication, shall mean the standard, specification, manual, code, or Laws or Regulations in effect at the time of opening of Bids (or on the Effective Date of the Agreement if there were no Bids), except as may be otherwise specifically stated in the Contract Documents. 2. No provision of any such standard, specification, manual, or code, or any instruction of a Supplier, shall be effective to change the duties or responsibilities of City, Contractor, or any of their subcontractors, consultants, agents, or employees, from those set forth in the Contract Documents. No such provision or instruction shall be effective to assign to 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. 3.03 Reporting and Resolving Discrepancies A. Reporting Discrepancies: 1. Contractor’s Review of Contract Documents Before Starting Work: Before undertaking each part of the Work, Contractor shall carefully study and compare the Contract Documents and check and verify pertinent figures therein against all applicable field measurements and conditions. Contractor shall promptly report in writing to City any conflict, error, ambiguity, or discrepancy which Contractor discovers, or has actual knowledge of, and shall obtain a written interpretation or clarification from City before proceeding with any Work affected thereby. 2. Contractor’s Review of Contract Documents During Performance of Work: If, during the performance of the Work, Contractor discovers any conflict, error, ambiguity, or discrepancy within the Contract Documents, or between the Contract Documents and (a) any applicable Law or Regulation , (b) any standard, specification, manual, or code, or (c) any instruction of any Supplier, then Contractor shall promptly report it to City in writing. Contractor shall not proceed with the Work affected thereby (except in an emergency as required by Paragraph CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/08/2024 00 72 00 - 1 GENERAL CONDITIONS Page 10 of 63 6.17.A) until an amendment or supplement to the Contract Documents has been issued by one of the methods indicated in Paragraph 3.04. 3. Contractor shall not be liable to City for failure to report any conflict, error, ambiguity, or discrepancy in the Contract Documents unless Contractor had actual knowledge thereof. B. Resolving Discrepancies: 1. Except as may be otherwise specifically stated in the Contract Documents, the provisions of the Contract Documents shall take precedence in resolving any conflict, error, ambiguity, or discrepancy between the provisions of the Contract Documents and the provisions of any standard, specification, manual, or the instruction of any Supplier (whether or not specifically incorporated by reference in the Contract Documents). 2. In case of discrepancies, figured dimensions shall govern over scaled dimensions, Plans shall govern over Specifications, Supplementary Conditions shall govern over General Conditions and Specifications, and quantities shown on the Plans shall govern over those shown in the proposal. 3.04 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 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; 2. City’s review of a Submittal (subject to the provisions of Paragraph 6.18.C); or 3. City’s written interpretation or clarification. 3.05 Reuse of Documents A. Contractor and any Subcontractor or Supplier shall not: 1. have or acquire any title to or ownership rights in any of the Drawings, Specifications, or other documents (or copies of any thereof) prepared by or bearing the seal of Engineer, including electronic media editions; or 2. reuse any such Drawings, Specifications, other documents, or copies thereof on extensions of the Project or any other project without written consent of City and specific written verification or adaptation by Engineer. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/08/2024 00 72 00 - 1 GENERAL CONDITIONS Page 11 of 63 B. The prohibitions of this Paragraph 3.05 will survive final payment, or termination of the Contract. Nothing herein shall preclude Contractor from retaining copies of the Contract Documents for record purposes. 3.06 Electronic Data A. Unless otherwise stated in the Supplementary Conditions, the data furnished by City or Engineer to Contractor, or by Contractor to City or Engineer, that may be relied upon are limited to the printed copies included in the Contract Documents (also known as hard copies) and other Specifications referenced and located on the City’s on-line electronic document management and collaboration system site. Files in electronic media format of text, data, graphics, or other types are furnished only for the convenience of the receiving party. Any conclusion or information obtained or derived from such electronic files will be at the user’s sole risk. If there is a discrepancy between the electronic files and the hard copies, the hard copies govern. B. When transferring documents in electronic media format, the transferring party makes no representations as to long term compatibility, usability, or readability of documents resulting from the use of software application packages, operating systems, or computer hardware differing from those used by the data’s creator. ARTICLE 4 – AVAILABILITY OF LANDS; SUBSURFACE AND PHYSICAL CONDITIONS; HAZARDOUS ENVIRONMENTAL CONDITIONS; REFERENCE POINTS 4.01 Availability of Lands A. City shall furnish the Site. City shall notify Contractor of any encumbrances or restrictions not of general application but specifically related to use of the Site with which Contractor must comply in performing the Work. City will obtain in a timely manner and pay for easements for permanent structures or permanent changes in existing facilities. 1. The City has obtained or anticipates acquisition of and/or access to right-of-way, and/or easements. Any outstanding right-of-way and/or easements are anticipated to be acquired in accordance with the schedule set forth in the Supplementary Conditions. The Project Schedule submitted by the Contractor in accordance with the Contract Documents must consider any outstanding right-of-way, and/or easements. 2. The City has or anticipates removing and/or relocating utilities, and obstructions to the Site. Any outstanding removal or relocation of utilities or obstructions is anticipated in accordance with the schedule set forth in the Supplementary Conditions. The Project Schedule submitted by the Contractor in accordance with the Contract Documents must consider any outstanding utilities or obstructions to be removed, adjusted, and/or relocated by others. B. Upon reasonable written request, City shall furnish Contractor with a current statement of record legal title and legal description of the lands upon which the Work is to be performed. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/08/2024 00 72 00 - 1 GENERAL CONDITIONS Page 12 of 63 C. Contractor shall provide for all additional lands and access thereto that may be required for construction facilities or storage of materials and equipment. 4.02 Subsurface and Physical Conditions A. Reports and Drawings: The Supplementary Conditions identify: 1. those reports known to City of explorations and tests of subsurface conditions at or contiguous to the Site; and 2. those drawings known to City of physical conditions relating to existing surface or subsurface structures at the Site (except Underground Facilities). B. Limited Reliance by Contractor on Technical Data Authorized: Contractor may rely upon the accuracy of the “technical data” contained in such reports and drawings, but such reports and drawings are not Contract Documents. Such “technical data” is identified in the Supplementary Conditions. Contractor may not make any Contract Claim against City, or any of their officers, directors, members, partners, employees, agents, consultants, or subcontractors with respect to: 1. the completeness of such reports and drawings for Contractor’s purposes, including, but not limited to, any aspects of the means, methods, techniques, sequences, and procedures of construction to be employed by Contractor, and safety precautions and programs incident thereto; or 2. other data, interpretations, opinions, and information contained in such reports or shown or indicated in such drawings; or 3. any Contractor interpretation of or conclusion drawn from any “technical data” or any such other data, interpretations, opinions, or information. 4.03 Differing Subsurface or Physical Conditions A. Notice: If Contractor believes that any subsurface or physical condition that is uncovered or revealed either: 1. is of such a nature as to establish that any “technical data” on which Contractor is entitled to rely as provided in Paragraph 4.02 is materially inaccurate; or 2. is of such a nature as to require a change in the Contract Documents; or 3. differs materially from that shown or indicated in the Contract Documents; or 4. is of an unusual nature, and differs materially from conditions ordinarily encountered and generally recognized as inherent in work of the character provided for in the Contract Documents; CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/08/2024 00 72 00 - 1 GENERAL CONDITIONS Page 13 of 63 then Contractor shall, promptly after becoming aware thereof and before further disturbing the subsurface or physical conditions or performing any Work in connection therewith (except in an emergency as required by Paragraph 6.17.A), notify City in writing about such condition. B. Possible Price and Time Adjustments Contractor shall not be entitled to any adjustment in the Contract Price or Contract Time if: 1. Contractor knew of the existence of such conditions at the time Contractor made a final commitment to City with respect to Contract Price and Contract Time by the submission of a Bid or becoming bound under a negotiated contract; or 2. the existence of such condition could reasonably have been discovered or revealed as a result of the examination of the Contract Documents or the Site; or 3. Contractor failed to give the written notice as required by Paragraph 4.03.A. 4.04 Underground Facilities A. Shown or Indicated: The information and data shown or indicated in the Contract Documents with respect to existing Underground Facilities at or contiguous to the Site is based on information and data furnished to City or Engineer by the owners of such Underground Facilities, including City, or by others. Unless it is otherwise expressly provided in the Supplementary Conditions: 1. City and Engineer shall not be responsible for the accuracy or completeness of any such information or data provided by others; and 2. the cost of all of the following will be included in the Contract Price, and Contractor shall have full responsibility for: a. reviewing and checking all such information and data; b. locating all Underground Facilities shown or indicated in the Contract Documents; c. coordination and adjustment of the Work with the owners of such Underground Facilities, including City, during construction; and d. the safety and protection of all such Underground Facilities and repairing any damage thereto resulting from the Work. B. Not Shown or Indicated: 1. If an Underground Facility which conflicts with the Work is uncovered or revealed at or contiguous to the Site which was not shown or indicated, or not shown or indicated with reasonable accuracy in the Contract Documents, Contractor shall, promptly after becoming aware thereof and before further disturbing conditions affected thereby or performing any CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/08/2024 00 72 00 - 1 GENERAL CONDITIONS Page 14 of 63 Work in connection therewith (except in an emergency as required by Paragraph 6.17.A), identify the owner of such Underground Facility and give notice to that owner and to City. City will review the discovered Underground Facility and determine the extent, if any, to which a change may be required in the Contract Documents to reflect and document the consequences of the existence or location of the Underground Facility. Contractor shall be responsible for the safety and protection of such discovered Underground Facility. 2. If City concludes that a change in the Contract Documents is required, a Change Order may be issued to reflect and document such consequences. 3. Verification of existing utilities, structures, and service lines shall include notification of all utility companies a minimum of 48 hours in advance of construction including exploratory excavation if necessary. 4.05 Reference Points A. City shall provide engineering surveys to establish reference points for construction, which in City’s judgment are necessary to enable Contractor to proceed with the Work. City will provide construction stakes or other customary method of marking to establish line and grades for roadway and utility construction, centerlines and benchmarks for bridgework. Contractor shall protect and preserve the established reference points and property monuments, and shall make no changes or relocations. Contractor shall report to City whenever any reference point or property monument is lost or destroyed or requires relocation because of necessary changes in grades or locations. The City shall be responsible for the replacement or relocation of reference points or property monuments not carelessly or willfully destroyed by the Contractor. The Contractor shall notify City in advance and with sufficient time to avoid delays. B. Whenever, in the opinion of the City, any reference point or monument has been carelessly or willfully destroyed, disturbed, or removed by the Contractor or any of his employees, the full cost for replacing such points plus 25% will be charged against the Contractor, and the full amount will be deducted from payment due the Contractor. 4.06 Hazardous Environmental Condition at Site A. Reports and Drawings: The Supplementary Conditions identify those reports and drawings known to City relating to Hazardous Environmental Conditions that have been identified at the Site. B. Limited Reliance by Contractor on Technical Data Authorized: Contractor may rely upon the accuracy of the “technical data” contained in such reports and drawings, but such reports and drawings are not Contract Documents. Such “technical data” is identified in the Supplementary Conditions. Contractor may not make any Contract Claim against City, or any of their officers, directors, members, partners, employees, agents, consultants, or subcontractors with respect to: 1. the completeness of such reports and drawings for Contractor’s purposes, including, but not limited to, any aspects of the means, methods, techniques, sequences and procedures of CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/08/2024 00 72 00 - 1 GENERAL CONDITIONS Page 15 of 63 construction to be employed by Contractor and safety precautions and programs incident thereto; or 2. other data, interpretations, opinions and information contained in such reports or shown or indicated in such drawings; or 3. any Contractor interpretation of or conclusion drawn from any “technical data” or any such other data, interpretations, opinions or information. C. Contractor shall not be responsible for any Hazardous Environmental Condition uncovered or revealed at the Site which was not shown or indicated in Drawings or Specifications or identified in the Contract Documents to be within the scope of the Work. Contractor shall be responsible for a Hazardous Environmental Condition created with any materials brought to the Site by Contractor, Subcontractors, Suppliers, or anyone else for whom Contractor is responsible. D. If Contractor encounters a Hazardous Environmental Condition or if Contractor or anyone for whom Contractor is responsible creates a Hazardous Environmental Condition, Contractor shall immediately: (i) secure or otherwise isolate such condition; (ii) stop all Work in connection with such condition and in any area affected thereby (except in an emergency as required by Paragraph 6.17.A); and (iii) notify City (and promptly thereafter confirm such notice in writing). City may consider the necessity to retain a qualified expert to evaluate such condition or take corrective action, if any. E. Contractor shall not be required to resume Work in connection with such condition or in any affected area until after City has obtained any required permits related thereto and delivered written notice to Contractor: (i) specifying that such condition and any affected area is or has been rendered suitable for the resumption of Work; or (ii) specifying any special conditions under which such Work may be resumed. F. If after receipt of such written notice Contractor does not agree to resume such Work based on a reasonable belief it is unsafe, or does not agree to resume such Work under such special conditions, then City may order the portion of the Work that is in the area affected by such condition to be deleted from the Work. City may have such deleted portion of the Work performed by City’s own forces or others. G. 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 a Hazardous Environmental Condition created by Contractor or by anyone for whom Contractor is responsible. Nothing in this Paragraph 4.06.G shall obligate Contractor to indemnify any individual or entity from and against the consequences of that individual’s or entity’s own negligence. H. The provisions of Paragraphs 4.02, 4.03, and 4.04 do not apply to a Hazardous Environmental Condition uncovered or revealed at the Site. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/08/2024 00 72 00 - 1 GENERAL CONDITIONS Page 16 of 63 ARTICLE 5 – BONDS AND INSURANCE 5.01 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 coverages so required. Such surety and insurance companies shall also meet such additional requirements and qualifications as may be provided in the Supplementary Conditions. 5.02 Performance, Payment, and Maintenance Bonds A.Contractor shall furnish performance and payment bonds, 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 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 5.02.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 5.01 and 5.02.C. 5.03 Certificates of Insurance Contractor shall deliver to City, with copies to each additional insured and loss payee identified in the Supplementary Conditions, certificates of insurance (other evidence of insurance requested by City or any other additional insured) in at least the minimum amount as specified in the Supplementary Conditions which Contractor is required to purchase and maintain. 1.The certificate of insurance shall document the City, and all identified entities named in the Supplementary Conditions as “Additional Insured” on all liability policies. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/08/2024 00 72 00 - 1 GENERAL CONDITIONS Page 17 of 63 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 the Supplementary Conditions 6. 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. 7. 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. 8. 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. 9. 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%. 10. 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 CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/08/2024 00 72 00 - 1 GENERAL CONDITIONS Page 18 of 63 lieu of traditional insurance, alternative coverage maintained through insurance pools or risk retention groups, must also be approved by City. 11. 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. 12. 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. 13. City shall be entitled, upon written request and without expense, to receive copies of policies and endorsements thereto and may make any reasonable requests for deletion or revision or modifications of particular policy terms, conditions, limitations, or exclusions necessary to conform the policy and endorsements to the requirements of the Contract. Deletions, revisions, or modifications shall not be required where policy provisions are established by law or regulations binding upon either party or the underwriter on any such policies. 14. City shall not be responsible for the direct payment of insurance premium costs for Contractor’s insurance. 5.04 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. 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 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/08/2024 00 72 00 - 1 GENERAL CONDITIONS Page 19 of 63 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. 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 (if identified in the Supplementary Conditions). 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. 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 requirements identified in the Supplementary Conditions. 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. 5.05 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 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 City may reasonably request. If Contractor does not purchase or maintain all of the bonds and insurance required by the Contract Documents, the 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 6 – CONTRACTOR’S RESPONSIBILITIES 6.01 Supervision and Superintendence A.Contractor shall supervise, inspect, and direct the Work competently and efficiently, devoting such attention thereto and applying such skills and expertise as may be necessary to perform the Work in accordance with the Contract Documents. Contractor shall be solely responsible for the means, methods, techniques, sequences, and procedures of construction. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/08/2024 00 72 00 - 1 GENERAL CONDITIONS Page 20 of 63 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. 6.02 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. 6.03 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 CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/08/2024 00 72 00 - 1 GENERAL CONDITIONS Page 21 of 63 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. D. All items of standard equipment to be incorporated into the Work shall be the latest model at the time of bid, unless otherwise specified. 6.04 Project Schedule A. Contractor shall adhere to the Project Schedule established in accordance with Paragraph 2.07 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 2.07 and the General Requirements) proposed adjustments in the Project Schedule that will not result in changing the Contract Time. Such adjustments will comply with any provisions of the General Requirements applicable thereto. 2. Contractor shall submit to City a monthly Project Schedule with a monthly progress payment for the duration of the Contract in accordance with the schedule specification 01 32 16. 3. Proposed adjustments in the Project Schedule that will change the Contract Time shall be submitted in accordance with the requirements of Article 12. Adjustments in Contract Time may only be made by a Change Order. 6.05 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 6.05.A.1, a proposed item of material or equipment will be considered functionally equal to an item so named if: a. the City determines that: 1) it is at least equal in materials of construction, quality, durability, appearance, strength, and design characteristics; CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/08/2024 00 72 00 - 1 GENERAL CONDITIONS Page 22 of 63 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 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 6.05.A.1, it may be submitted as a proposed substitute item. b. Contractor shall submit sufficient information as provided below to allow City to determine if the item of material or equipment proposed is essentially equivalent to that named and an acceptable substitute therefor. Requests for review of proposed substitute items of material or equipment will not be accepted by City from anyone other than Contractor. c. Contractor shall make written application to City for review of a proposed substitute item of material or equipment that Contractor seeks to furnish or use. The application shall comply with Section 01 25 00 and: 1) shall certify that the proposed substitute item will: a) perform adequately the functions and achieve the results called for by the general design; b) be similar in substance to that specified; c) be suited to the same use as that specified; and 2) will state: a) the extent, if any, to which the use of the proposed substitute item will prejudice Contractor’s achievement of final completion on time; b) whether use of the proposed substitute item in the Work will require a change in any of the Contract Documents (or in the provisions of any other direct contract with City for other work on the Project) to adapt the design to the proposed substitute item; CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/08/2024 00 72 00 - 1 GENERAL CONDITIONS Page 23 of 63 c) whether incorporation or use of the proposed substitute item in connection with the Work is subject to payment of any license fee or royalty; and 3) will identify: a) all variations of the proposed substitute item from that specified; b) available engineering, sales, maintenance, repair, and replacement services; and 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 6.05.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 6.05.A and 6.05.B. City may require Contractor to furnish additional data about the proposed substitute. City will be the sole judge of acceptability. No “or-equal” or substitute will be ordered, installed or utilized until City’s review is complete, which will be evidenced by a Change Order in the case of a substitute and an accepted Submittal for an “or-equal.” City will advise Contractor in writing of its determination. D. Special Guarantee: City may require Contractor to furnish at Contractor’s expense a special performance guarantee, warranty, or other surety with respect to any substitute. Contractor shall indemnify and hold harmless City and anyone directly or indirectly employed by them from and against any and all claims, damages, losses and expenses (including attorneys fees) arising out of the use of substituted materials or equipment. E. City’s Cost Reimbursement: City will record City’s costs in evaluating a substitute proposed or submitted by Contractor pursuant to Paragraphs 6.05.A.2 and 6.05.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 (or in the provisions of any other direct contract with City) resulting from the acceptance of each proposed substitute. F. Contractor’s Expense: Contractor shall provide all data in support of any proposed substitute or “or-equal” at Contractor’s expense. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/08/2024 00 72 00 - 1 GENERAL CONDITIONS Page 24 of 63 G. City Substitute Reimbursement: Costs (savings or charges) attributable to acceptance of a substitute shall be incorporated to the Contract by Change Order. H. Time Extensions: No additional time will be granted for substitutions. 6.06 Concerning Subcontractors, Suppliers, and Others A. 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. B. Contractor shall not employ any Subcontractor, Supplier, or other individual or entity, whether initially or as a replacement, against whom City may have reasonable objection. Contractor shall not be required to employ any Subcontractor, Supplier, or other individual or entity to furnish or perform any of the Work against whom Contractor has reasonable objection (excluding those acceptable to City as indicated in Paragraph 6.06.C). C. The City may from time to time require the use of certain Subcontractors, Suppliers, or other individuals or entities on the project, and will provide such requirements in the Supplementary Conditions. D. Minority and Women Business Enterprise Compliance: 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 MWBE goal, Contractor is required to comply with the intent of the City’s MWBE Business Enterprise Ordinance (as amended) by the following: 1. Contractor shall, upon request by City, provide complete and accurate information regarding actual work performed by 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 MWBE. Material misrepresentation of any nature will be grounds for termination of the Contract in accordance with Paragraph 15.02.A. 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. E. 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: CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/08/2024 00 72 00 - 1 GENERAL CONDITIONS Page 25 of 63 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. F. 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. G. All Subcontractors, Suppliers, and such other individuals or entities performing or furnishing any of the Work shall communicate with City through Contractor. H. All Work performed for Contractor by a Subcontractor or Supplier will be pursuant to an appropriate agreement between Contractor and the Subcontractor or Supplier which specifically binds the Subcontractor or Supplier to the applicable terms and conditions of the Contract Documents for the benefit of City. 6.07 Wage Rates A. Duty to pay Prevailing Wage Rates. The Contractor shall comply with all requirements of Chapter 2258, Texas Government Code (as amended), including the payment of not less than the rates determined by the City Council of the City of Fort Worth to be the prevailing wage rates in accordance with Chapter 2258. Such prevailing wage rates are included in these Contract Documents. B. Penalty for Violation. A Contractor or any Subcontractor who does not pay the prevailing wage shall, upon demand made by the City, pay to the City $60 for each worker employed for each calendar day or part of the day that the worker is paid less than the prevailing wage rates stipulated in these contract documents. This penalty shall be retained by the City to offset its administrative costs, pursuant to Texas Government Code 2258.023. C. Complaints of Violations and City Determination of Good Cause. On receipt of information, including a complaint by a worker, concerning an alleged violation of 2258.023, Texas Government Code, by a Contractor or Subcontractor, the City shall make an initial determination, before the 31st day after the date the City receives the information, as to whether good cause exists to believe that the violation occurred. The City shall notify in writing the Contractor or Subcontractor and any affected worker of its initial determination. Upon the City’s determination that there is good cause to believe the Contractor or Subcontractor has violated Chapter 2258, the City shall retain the full amounts claimed by the claimant or claimants as the difference between wages paid and wages due under the prevailing wage rates, such amounts being subtracted from successive progress payments pending a final determination of the violation. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/08/2024 00 72 00 - 1 GENERAL CONDITIONS Page 26 of 63 D. Arbitration Required if Violation Not Resolved. An issue relating to an alleged violation of Section 2258.023, Texas Government Code, including a penalty owed to the City or an affected worker, shall be submitted to binding arbitration in accordance with the Texas General Arbitration Act (Article 224 et seq., Revised Statutes) if the Contractor or Subcontractor and any affected worker does not resolve the issue by agreement before the 15th day after the date the City makes its initial determination pursuant to Paragraph C above. If the persons required to arbitrate under this section do not agree on an arbitrator before the 11th day after the date that arbitration is required, a district court shall appoint an arbitrator on the petition of any of the persons. The City is not a party in the arbitration. The decision and award of the arbitrator is final and binding on all parties and may be enforced in any court of competent jurisdiction. E. Records to be Maintained. The Contractor and each Subcontractor shall, for a period of three (3) years following the date of acceptance of the work, maintain records that show (i) the name and 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. Affadavit. Contractor shall submit an affidavit stating that the Contractor has complied with the requirements of Chapter 2258, Texas Government Code related to paying prevailing wage rates on completion of the project. 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. 6.08 Patent Fees and Royalties A. Contractor shall pay all license fees and royalties and assume all costs incident to the use in the performance of the Work or the incorporation in the Work of any invention, design, process, product, or device which is the subject of patent rights or copyrights held by others. If a particular invention, design, process, product, or device is specified in the Contract Documents for use in the performance of the Work and if, to the actual knowledge of City, its use is subject to patent rights or copyrights calling for the payment of any license fee or royalty to others, the existence of such rights shall be disclosed by City in the Contract Documents. Failure of the City to disclose such information does not relieve the Contractor from its obligations to pay for the use of said fees or royalties to others. B. 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 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/08/2024 00 72 00 - 1 GENERAL CONDITIONS Page 27 of 63 the incorporation in the Work of any invention, design, process, product, or device not specified in the Contract Documents. 6.09 Permits and Utilities A. Contractor obtained permits and licenses. Contractor shall obtain and pay for all construction permits and licenses except those provided for in the Supplementary Conditions or Contract Documents. City shall assist Contractor, when necessary, in obtaining such permits and licenses. Contractor shall pay all governmental charges and inspection fees necessary for the prosecution of the Work which are applicable at the time of opening of Bids, or, if there are no Bids, on the Effective Date of the Agreement, except for permits provided by the City as specified in 6.09.B. City shall pay all charges of utility owners for connections for providing permanent service to the Work. B. City obtained permits and licenses. City will obtain and pay for all permits and licenses as provided for in the Supplementary Conditions or Contract Documents. It will be the Contractor’s responsibility to carry out the provisions of the permit. If the Contractor initiates changes to the Contract and the City approves the changes, the Contractor is responsible for obtaining clearances and coordinating with the appropriate regulatory agency. The City will not reimburse the Contractor for any cost associated with these requirements of any City acquired permit. The following are permits the City will obtain if required: 1. Texas Department of Transportation Permits 2. U.S. Army Corps of Engineers Permits 3. Texas Commission on Environmental Quality Permits 4. Railroad Company Permits C. Outstanding permits and licenses. The City anticipates acquisition of and/or access to permits and licenses. Any outstanding permits and licenses are anticipated to be acquired in accordance with the schedule set forth in the Supplementary Conditions. The Project Schedule submitted by the Contractor in accordance with the Contract Documents must consider any outstanding permits and licenses. 6.10 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 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/08/2024 00 72 00 - 1 GENERAL CONDITIONS Page 28 of 63 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 3.02. C. Changes in Laws or Regulations not known at the time of opening of Bids having an effect on the cost or time of performance of the Work may be the subject of an adjustment in Contract Price or Contract Time. 6.11 Taxes A. On a contract awarded by the City, an organization which qualifies for exemption pursuant to Texas Tax Code, Subchapter H, Sections 151.301-335 (as amended), the Contractor may purchase, rent or lease all materials, supplies and equipment used or consumed in the performance of this contract by issuing to his supplier an exemption certificate in lieu of the tax, said exemption certificate to comply with State Comptroller’s Ruling .007. Any such exemption certificate issued to the Contractor in lieu of the tax shall be subject to and shall comply with the provision of State Comptroller’s Ruling .011, and any other applicable rulings pertaining to the Texas Tax Code, Subchapter H. B. Texas Tax permits and information may be obtained from: https://comptroller.texas.gov/taxes/permit/ 6.12 Use of Site and Other Areas A. Limitation on Use of Site and Other Areas: 1. Contractor shall confine construction equipment, the storage of materials and equipment, and the operations of workers to the Site and other areas permitted by Laws and Regulations, and shall not unreasonably encumber the Site and other areas with construction equipment or other materials or equipment. Contractor shall assume full responsibility for any damage to any such land or area, or to the owner or occupant thereof, or of any adjacent land or areas resulting from the performance of the Work. 2. 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. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/08/2024 00 72 00 - 1 GENERAL CONDITIONS Page 29 of 63 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 6.21, 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, 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 the costs of such direct action, plus 25 % of such costs, shall be deducted from the monies due or to become due to the Contractor. 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. 6.13 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 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. 6.14 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 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/08/2024 00 72 00 - 1 GENERAL CONDITIONS Page 30 of 63 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 6.14.A.2 or 6.14.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. 6.15 Safety Representative Contractor shall inform City in writing of Contractor’s designated safety representative at the Site. 6.16 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. 6.17 Emergencies and/or Rectification A. In emergencies affecting the safety or protection of persons or the Work or property at the Site or adjacent thereto, Contractor is obligated to act to prevent threatened damage, injury, or loss. Contractor shall give City prompt written notice if Contractor believes that any significant CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/08/2024 00 72 00 - 1 GENERAL CONDITIONS Page 31 of 63 changes in the Work or variations from the Contract Documents have been caused thereby or are required as a result thereof. If City determines that a change in the Contract Documents is required because of the action taken by Contractor in response to such an emergency, a Change Order may be issued. B. Should the Contractor fail to respond to a request from the City to rectify any discrepancies, omissions, or correction necessary to conform with the requirements of the Contract Documents, the City shall give the Contractor written notice that such work or changes are to be performed. The written notice shall direct attention to the discrepant condition and request the Contractor to take remedial action to correct the condition. In the event the Contractor does not take positive steps to fulfill this written request, or does not show just cause for not taking the proper action, within 24 hours, the City may take such remedial action with City forces or by contract. The City shall deduct an amount equal to the entire costs for such remedial action, plus 25%, from any funds due or become due the Contractor on the Project. 6.18 Submittals A. Contractor shall submit required Submittals to City for review and acceptance in accordance with the accepted Schedule of Submittals (as required by Paragraph 2.07). Each submittal will be identified as City may require. 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 6.18.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 6.18.C. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/08/2024 00 72 00 - 1 GENERAL CONDITIONS Page 32 of 63 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. 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. 6.19 Continuing the Work Except as otherwise provided, Contractor shall carry on the Work and adhere to the Project Schedule during all disputes or disagreements with City. No Work shall be delayed or postponed pending resolution of any disputes or disagreements, except as City and Contractor may otherwise agree in writing. 6.20 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 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/08/2024 00 72 00 - 1 GENERAL CONDITIONS Page 33 of 63 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 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 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 5.02.B. The City will give notice of observed defects with reasonable promptness. 6.21 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 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/08/2024 00 72 00 - 1 GENERAL CONDITIONS Page 34 of 63 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. 6.22 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. 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 6.22, 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 6.18.C. 6.23 Right to Audit A. 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. B. 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 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/08/2024 00 72 00 - 1 GENERAL CONDITIONS Page 35 of 63 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. C. 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. 6.24 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. ARTICLE 7 – OTHER WORK AT THE SITE 7.01 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. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/08/2024 00 72 00 - 1 GENERAL CONDITIONS Page 36 of 63 7.02 Coordination A. If City intends to contract with others for the performance of other work on the Project at the Site, the following will be set forth in Supplementary Conditions: 1. the individual or entity who will have authority and responsibility for coordination of the activities among the various contractors will be identified; 2. the specific matters to be covered by such authority and responsibility will be itemized; and 3. the extent of such authority and responsibilities will be provided. B. Unless otherwise provided in the Supplementary Conditions, City shall have authority for such coordination. ARTICLE 8 – CITY’S RESPONSIBILITIES 8.01 Communications to Contractor Except as otherwise provided in the Supplementary Conditions, City shall issue all communications to Contractor. 8.02 Furnish Data City shall timely furnish the data required under the Contract Documents. 8.03 Pay When Due City shall make payments to Contractor in accordance with Article 14. 8.04 Lands and Easements; Reports and Tests City’s duties with respect to providing lands and easements and providing engineering surveys to establish reference points are set forth in Paragraphs 4.01 and 4.05. Paragraph 4.02 refers to City’s identifying and making available to Contractor copies of reports of explorations and tests of subsurface conditions and drawings of physical conditions relating to existing surface or subsurface structures at or contiguous to the Site that have been utilized by City in preparing the Contract Documents. 8.05 Change Orders City shall execute Change Orders in accordance with Paragraph 10.03. 8.06 Inspections, Tests, and Approvals City’s responsibility with respect to certain inspections, tests, and approvals is set forth in Paragraph 13.03. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/08/2024 00 72 00 - 1 GENERAL CONDITIONS Page 37 of 63 8.07 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 6.14. 8.08 Undisclosed Hazardous Environmental Condition City’s responsibility with respect to an undisclosed Hazardous Environmental Condition is set forth in Paragraph 4.06. 8.09 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 6.14. ARTICLE 9 – CITY’S OBSERVATION STATUS DURING CONSTRUCTION 9.01 City’s Project Manager City will provide one or more Project Manager(s) during the construction period. The duties and responsibilities and the limitations of authority of City’s Project Manager during construction are set forth in the Contract Documents. The City’s Project Manager for this Contract is identified in the Supplementary Conditions. 9.02 Visits to Site A. City’s Project Manager 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 Manager will determine, in general, if the Work is proceeding in accordance with the Contract Documents. City’s Project Manager 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 Manager’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 Manager’s visits and observations are subject to all the limitations on authority and responsibility in the Contract Documents including those set forth in Paragraph 8.07. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/08/2024 00 72 00 - 1 GENERAL CONDITIONS Page 38 of 63 9.03 Authorized Variations in Work City’s Project Manager 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 and also on Contractor, who shall perform the Work involved promptly. 9.04 Rejecting Defective Work City will have authority to reject Work which City’s Project Manager 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 13, whether or not the Work is fabricated, installed, or completed. 9.05 Determinations for Work Performed Contractor will determine the actual quantities and classifications of Work performed. City’s Project Manager 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). 9.06 Decisions on Requirements of Contract Documents and Acceptability of Work A. City will be the initial interpreter of the requirements of the Contract Documents and judge of the acceptability of the Work thereunder. B. City will render a written decision on any issue referred. C. City’s written decision on the issue referred will be final and binding on the Contractor, subject to the provisions of Paragraph 10.06. ARTICLE 10 – CHANGES IN THE WORK; CLAIMS; EXTRA WORK 10.01 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 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, a Field Order may be issued by the City. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/08/2024 00 72 00 - 1 GENERAL CONDITIONS Page 39 of 63 10.02 Unauthorized Changes in the Work Contractor shall not be entitled to an increase in the Contract Price or an extension of the Contract Time with respect to any work performed that is not required by the Contract Documents as amended, modified, or supplemented as provided in Paragraph 3.04, except in the case of an emergency as provided in Paragraph 6.17. 10.03 Execution of Change Orders A.City and Contractor shall execute appropriate Change Orders covering: 1.changes in the Work which are: (i) ordered by City pursuant to Paragraph 10.01.A, (ii) required because of acceptance of defective Work under Paragraph 13.08 or City’s correction of defective Work under Paragraph 13.09, or (iii) agreed to by the parties; 2.changes in the Contract Price or Contract Time which are agreed to by the parties, including any undisputed sum or amount of time for Work actually performed. 10.04 Extra Work A.Should a difference arise as to what does or does not constitute Extra Work, or as to the payment thereof, and the City insists upon its performance, the Contractor shall proceed with the work after making written request for written orders and shall keep accurate account of the actual reasonable cost thereof. Contract Claims regarding Extra Work shall be made pursuant to Paragraph 10.06. B.The Contractor shall furnish the City such installation records of all deviations from the original Contract Documents as may be necessary to enable the City to prepare for permanent record a corrected set of plans showing the actual installation. C.The compensation agreed upon for Extra Work whether or not initiated by a Change Order shall be a full, complete and final payment for all costs Contractor incurs as a result or relating to the change or Extra Work, whether said costs are known, unknown, foreseen or unforeseen at that time, including without limitation, any costs for delay, extended overhead, ripple or impact cost, or any other effect on changed or unchanged work as a result of the change or Extra Work. 10.05 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. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/08/2024 00 72 00 - 1 GENERAL CONDITIONS Page 40 of 63 10.06 Contract Claims Process A. City’s Decision Required: All Contract Claims, except those waived pursuant to Paragraph 14.09, shall be referred to the City for decision. A decision by City shall be required as a condition precedent to any exercise by Contractor of any rights or remedies he may otherwise have under the Contract Documents or by Laws and Regulations in respect of such Contract Claims. B. Notice: 1. Written notice stating the general nature of each Contract Claim shall be delivered by the Contractor to City no later than 15 days after the start of the event giving rise thereto. The responsibility to substantiate a Contract Claim shall rest with the party making the Contract Claim. 2. Notice of the amount or extent of the Contract Claim, with supporting data shall be delivered to the City on or before 45 days from the start of the event giving rise thereto (unless the City allows additional time for Contractor to submit additional or more accurate data in support of such Contract Claim). 3. A Contract Claim for an adjustment in Contract Price shall be prepared in accordance with the provisions of Paragraph 12.01. 4. A Contract Claim for an adjustment in Contract Time shall be prepared in accordance with the provisions of Paragraph 12.02. 5. Each Contract Claim shall be accompanied by Contractor’s written statement that the adjustment claimed is the entire adjustment to which the Contractor believes it is entitled as a result of said event. 6. The City shall submit any response to the Contractor within 30 days after receipt of the claimant’s last submittal (unless Contract allows additional time). C. City’s Action: City will review each Contract Claim and, within 30 days after receipt of the last submittal of the Contractor, if any, take one of the following actions in writing: 1. deny the Contract Claim in whole or in part; 2. approve the Contract Claim; or 3. notify the Contractor that the City is unable to resolve the Contract Claim if, in the City’s sole discretion, it would be inappropriate for the City to do so. For purposes of further resolution of the Contract Claim, such notice shall be deemed a denial. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/08/2024 00 72 00 - 1 GENERAL CONDITIONS Page 41 of 63 D. City’s written action under Paragraph 10.06.C will be final and binding, unless City or Contractor invoke the dispute resolution procedure set forth in Article 16 within 30 days of such action or denial. E. No Contract Claim for an adjustment in Contract Price or Contract Time will be valid if not submitted in accordance with this Paragraph 10.06. ARTICLE 11 – COST OF THE WORK; ALLOWANCES; UNIT PRICE WORK; PLANS QUANTITY MEASUREMENT 11.01 Cost of the Work A. Costs Included: The term Cost of the Work means the sum of all costs, except those excluded in Paragraph 11.01.B, necessarily incurred and paid by Contractor in the proper performance of the Work. When the value of any Work covered by a Change Order, the costs to be reimbursed to Contractor will be only those additional or incremental costs required because of the change in the Work. Such costs shall not include any of the costs itemized in Paragraph 11.01.B, and shall include but not be limited to the following items: 1. Payroll costs for employees in the direct employ of Contractor in the performance of the Work under schedules of job classifications agreed upon by City and Contractor. Such employees shall include, without limitation, superintendents, foremen, and other personnel employed full time on the Work. Payroll costs for employees not employed full time on the Work shall be apportioned on the basis of their time spent on the Work. Payroll costs shall include; a. salaries with a 55% markup, or b. salaries and wages plus the cost of fringe benefits, which shall include social security contributions, unemployment, excise, and payroll taxes, workers’ compensation, health and retirement benefits, bonuses, sick leave, vacation and holiday pay applicable thereto. The expenses of performing Work outside of Regular Working Hours, Weekend Working Hours, or legal holidays, shall be included in the above to the extent authorized by City. 2. Cost of all materials and equipment furnished and incorporated in the Work, including costs of transportation and storage thereof, and Suppliers’ field services required in connection therewith. 3. Rentals of all construction equipment and machinery, and the parts thereof whether rented from Contractor or others in accordance with rental agreements approved by City, and the costs of transportation, loading, unloading, assembly, dismantling, and removal thereof. All such costs shall be in accordance with the terms of said rental agreements. The rental of any such equipment, machinery, or parts shall cease when the use thereof is no longer necessary for the Work. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/08/2024 00 72 00 - 1 GENERAL CONDITIONS Page 42 of 63 4. Payments made by Contractor to Subcontractors for Work performed by Subcontractors. If required by City, Contractor shall obtain competitive bids from subcontractors acceptable to City and Contractor and shall deliver such bids to City, who will then determine, which bids, if any, will be acceptable. If any subcontract provides that the Subcontractor is to be paid on the basis of Cost of the Work plus a fee, the Subcontractor’s Cost of the Work and fee shall be determined in the same manner as Contractor’s Cost of the Work and fee as provided in this Paragraph 11.01. 5. Costs of special consultants (including but not limited to engineers, architects, testing laboratories, surveyors, attorneys, and accountants) employed for services specifically related to the Work. 6. Supplemental costs including the following: a. The proportion of necessary transportation, travel, and subsistence expenses of Contractor’s employees incurred in discharge of duties connected with the Work. b. Cost, including transportation and maintenance, of all materials, supplies, equipment, machinery, appliances, office, and temporary facilities at the Site, and hand tools not owned by the workers, which are consumed in the performance of the Work, and cost, less market value, of such items used but not consumed which remain the property of Contractor. c. Sales, consumer, use, and other similar taxes related to the Work, and for which Contractor is liable not covered under Paragraph 6.11, as imposed by Laws and Regulations. d. Deposits lost for causes other than negligence of Contractor, any Subcontractor, or anyone directly or indirectly employed by any of them or for whose acts any of them may be liable, and royalty payments and fees for permits and licenses. e. Losses and damages (and related expenses) caused by damage to the Work, not compensated by insurance or otherwise, sustained by Contractor in connection with the performance of the Work, provided such losses and damages have resulted from causes other than the negligence of Contractor, any Subcontractor, or anyone directly or indirectly employed by any of them or for whose acts any of them may be liable. Such losses shall include settlements made with the written consent and approval of City. No such losses, damages, and expenses shall be included in the Cost of the Work for the purpose of determining Contractor’s fee. f. The cost of utilities, fuel, and sanitary facilities at the Site. g. Minor expenses such as telegrams, long distance telephone calls, telephone and communication services at the Site, express and courier services, and similar petty cash items in connection with the Work. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/08/2024 00 72 00 - 1 GENERAL CONDITIONS Page 43 of 63 h. The costs of premiums for all bonds and insurance Contractor is required by the Contract Documents to purchase and maintain. B. Costs Excluded: The term Cost of the Work shall not include any of the following items: 1. Payroll costs and other compensation of Contractor’s officers, executives, principals (of partnerships and sole proprietorships), general managers, safety managers, engineers, architects, estimators, attorneys, auditors, accountants, purchasing and contracting agents, expediters, timekeepers, clerks, and other personnel employed by Contractor, whether at the Site or in Contractor’s principal or branch office for general administration of the Work and not specifically included in the agreed upon schedule of job classifications referred to in Paragraph 11.01.A.1 or specifically covered by Paragraph 11.01.A.4, all of which are to be considered administrative costs covered by the Contractor’s fee. 2. Expenses of Contractor’s principal and branch offices other than Contractor’s office at the Site. 3. Any part of Contractor’s capital expenses, including interest on Contractor’s capital employed for the Work and charges against Contractor for delinquent payments. 4. Costs due to the negligence of Contractor, any Subcontractor, or anyone directly or indirectly employed by any of them or for whose acts any of them may be liable, including but not limited to, the correction of defective Work, disposal of materials or equipment wrongly supplied, and making good any damage to property. 5. Other overhead or general expense costs of any kind. C. Contractor’s Fee: When all the Work is performed on the basis of cost-plus, Contractor’s fee shall be determined as set forth in the Agreement. When the value of any Work covered by a Change Order for an adjustment in Contract Price is determined on the basis of Cost of the Work, Contractor’s fee shall be determined as set forth in Paragraph 12.01.C. D. Documentation: Whenever the Cost of the Work for any purpose is to be determined pursuant to Paragraphs 11.01.A and 11.01.B, Contractor will establish and maintain records thereof in accordance with generally accepted accounting practices and submit in a form acceptable to City an itemized cost breakdown together with supporting data. 11.02 Allowances A. Specified Allowance: It is understood that Contractor has included in the Contract Price all allowances so named in the Contract Documents and shall cause the Work so covered to be performed for such sums and by such persons or entities as may be acceptable to City. B. Pre-bid Allowances: 1. Contractor agrees that: CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/08/2024 00 72 00 - 1 GENERAL CONDITIONS Page 44 of 63 a. the pre-bid allowances include the cost to Contractor of materials and equipment required by the allowances to be delivered at the Site, and all applicable taxes; and b. Contractor’s costs for unloading and handling on the Site, labor, installation, overhead, profit, and other expenses contemplated for the pre-bid allowances have been included in the allowances, and no demand for additional payment on account of any of the foregoing will be valid. C. Contingency Allowance: Contractor agrees that a contingency allowance, if any, is for the sole use of City. D. Prior to final payment, an appropriate Change Order will be issued to reflect actual amounts due Contractor on account of Work covered by allowances, and the Contract Price shall be correspondingly adjusted. 11.03 Unit Price Work A. Where the Contract Documents provide that all or part of the Work is to be Unit Price Work, initially the Contract Price will be deemed to include for all Unit Price Work an amount equal to the sum of the unit price for each separately identified item of Unit Price Work times the estimated quantity of each item as indicated in the Agreement. B. The estimated quantities of items of Unit Price Work are not guaranteed and are solely for the purpose of comparison of Bids and determining an initial Contract Price. Determinations of the actual quantities and classifications of Unit Price Work performed by Contractor will be made by City subject to the provisions of Paragraph 9.05. C. Each unit price will be deemed to include an amount considered by Contractor to be adequate to cover Contractor’s overhead and profit for each separately identified item. Work described in the Contract Documents, or reasonably inferred as required for a functionally complete installation, but not identified in the listing of unit price items shall be considered incidental to unit price work listed and the cost of incidental work included as part of the unit price. D. City may make an adjustment in the Contract Price in accordance with Paragraph 12.01 if: 1. the quantity of any item of Unit Price Work performed by Contractor differs materially and significantly from the estimated quantity of such item indicated in the Agreement; and 2. there is no corresponding adjustment with respect to any other item of Work. E. Increased or Decreased Quantities: The City reserves the right to order Extra Work in accordance with Paragraph 10.01. 1. If the changes in quantities or the alterations do not significantly change the character of work under the Contract Documents, the altered work will be paid for at the Contract unit price. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/08/2024 00 72 00 - 1 GENERAL CONDITIONS Page 45 of 63 2. If the changes in quantities or alterations significantly change the character of work, the Contract will be amended by a Change Order. 3. If no unit prices exist, this will be considered Extra Work and the Contract will be amended by a Change Order in accordance with Article 12. 4. A significant change in the character of work occurs when: a. the character of work for any Item as altered differs materially in kind or nature from that in the Contract or b. a Major Item of work varies by more than 25% from the original Contract quantity. 5. When the quantity of work to be done under any Major Item of the Contract is more than 125% of the original quantity stated in the Contract, then either party to the Contract may request an adjustment to the unit price on the portion of the work that is above 125%. 6. When the quantity of work to be done under any Major Item of the Contract is less than 75% of the original quantity stated in the Contract, then either party to the Contract may request an adjustment to the unit price. 11.04 Plans Quantity Measurement A. Plans quantities may or may not represent the exact quantity of work performed or material moved, handled, or placed during the execution of the Contract. The estimated bid quantities are designated as final payment quantities, unless revised by the governing Section or this Article. B. If the quantity measured as outlined under “Price and Payment Procedures” varies by more than 25% (or as stipulated under “Price and Payment Procedures” for specific Items) from the total estimated quantity for an individual Item originally shown in the Contract Documents, an adjustment may be made to the quantity of authorized work done for payment purposes. The party to the Contract requesting the adjustment will provide field measurements and calculations showing the final quantity for which payment will be made. Payment for revised quantity will be made at the unit price bid for that Item, except as provided for in Article 10. C. When quantities are revised by a change in design approved by the City, by Change Order, or to correct an error, or to correct an error on the plans, the plans quantity will be increased or decreased by the amount involved in the change, and the 25% variance will apply to the new plans quantity. D. If the total Contract quantity multiplied by the unit price bid for an individual Item is less than $250 and the Item is not originally a plans quantity Item, then the Item may be paid as a plans quantity Item if the City and Contractor agree in writing to fix the final quantity as a plans quantity. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/08/2024 00 72 00 - 1 GENERAL CONDITIONS Page 46 of 63 E. For callout work or non-site specific Contracts, the plans quantity measurement requirements are not applicable. ARTICLE 12 – CHANGE OF CONTRACT PRICE; CHANGE OF CONTRACT TIME 12.01 Change of Contract Price A. The Contract Price may only be changed by a Change Order. B. The value of any Work covered by a Change Order will be determined as follows: 1. where the Work involved is covered by unit prices contained in the Contract Documents, by application of such unit prices to the quantities of the items involved (subject to the provisions of Paragraph 11.03); or 2. where the Work involved is not covered by unit prices contained in the Contract Documents, by a mutually agreed lump sum or unit price (which may include an allowance for overhead and profit not necessarily in accordance with Paragraph 12.01.C.2), and shall include the cost of any secondary impacts that are foreseeable at the time of pricing the cost of Extra Work; or 3. where the Work involved is not covered by unit prices contained in the Contract Documents and agreement to a lump sum or unit price is not reached under Paragraph 12.01.B.2, on the basis of the Cost of the Work (determined as provided in Paragraph 11.01) plus a Contractor’s fee for overhead and profit (determined as provided in Paragraph 12.01.C). C. Contractor’s Fee: The Contractor’s additional fee for overhead and profit shall be determined as follows: 1. a mutually acceptable fixed fee; or 2. if a fixed fee is not agreed upon, then a fee based on the following percentages of the various portions of the Cost of the Work: a. for costs incurred under Paragraphs 11.01.A.1, 11.01.A.2. and 11.01.A.3, the Contractor’s additional fee shall be 15 percent except for: 1) rental fees for Contractor’s own equipment using standard rental rates; 2) bonds and insurance; b. for costs incurred under Paragraph 11.01.A.4 and 11.01.A.5, the Contractor’s fee shall be five percent (5%); 1) where one or more tiers of subcontracts are on the basis of Cost of the Work plus a fee and no fixed fee is agreed upon, the intent of Paragraphs 12.01.C.2.a and 12.01.C.2.b is that the Subcontractor who actually performs the Work, at whatever CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/08/2024 00 72 00 - 1 GENERAL CONDITIONS Page 47 of 63 tier, will be paid a fee of 15 percent of the costs incurred by such Subcontractor under Paragraphs 11.01.A.1 and 11.01.A.2 and that any higher tier Subcontractor and Contractor will each be paid a fee of five percent (5%) of the amount paid to the next lower tier Subcontractor, however in no case shall the cumulative total of fees paid be in excess of 25%; c. no fee shall be payable on the basis of costs itemized under Paragraphs 11.01.A.6, and 11.01.B; d. the amount of credit to be allowed by Contractor to City for any change which results in a net decrease in cost will be the amount of the actual net decrease in cost plus a deduction in Contractor’s fee by an amount equal to five percent (5%) of such net decrease. 12.02 Change of Contract Time A. The Contract Time may only be changed by a Change Order. B. No extension of the Contract Time will be allowed for Extra Work or for claimed delay unless the Extra Work contemplated or claimed delay is shown to be on the critical path of the Project Schedule or Contractor can show by Critical Path Method analysis how the Extra Work or claimed delay adversely affects the critical path. 12.03 Delays A. Where Contractor is reasonably delayed in the performance or completion of any part of the Work within the Contract Time due to delay beyond the control of Contractor, the Contract Time may be extended in an amount equal to the time lost due to such delay if a Contract Claim is made therefor. Delays beyond the control of Contractor shall include, but not be limited to, acts or neglect by City, acts or neglect of utility owners or other contractors performing other work as contemplated by Article 7, fires, floods, epidemics, abnormal weather conditions, or acts of God. Such an adjustment shall be Contractor’s sole and exclusive remedy for the delays described in this Paragraph. B. 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. C. Contractor shall not be entitled to an adjustment in Contract Price or Contract Time for delays within the control of Contractor. Delays attributable to and within the control of a Subcontractor or Supplier shall be deemed to be delays within the control of Contractor. D. The Contractor shall receive no compensation for delays or hindrances to the Work, except when direct and unavoidable extra cost to the Contractor is caused by the failure of the City to provide information or material, if any, which is to be furnished by the City. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/08/2024 00 72 00 - 1 GENERAL CONDITIONS Page 48 of 63 ARTICLE 13 – TESTS AND INSPECTIONS; CORRECTION, REMOVAL OR ACCEPTANCE OF DEFECTIVE WORK 13.01 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. 13.02 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. 13.03 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 acceptable to 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 13.03 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 CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/08/2024 00 72 00 - 1 GENERAL CONDITIONS Page 49 of 63 3. Any amounts owed for any retest under this Section 13.03 D shall be paid directly to the Testing Lab by Contractor. City will forward all invoices for retests to Contractor. 4. If Contractor fails to pay the Testing Lab, City will not issue Final Payment 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. F. Uncovering Work as provided in Paragraph 13.03.E shall be at Contractor’s expense. G. Contractor shall have the right to make a Contract Claim regarding any retest or invoice issued under Section 13.03 D. 13.04 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. B. If City considers it necessary or advisable that covered Work be observed by City or inspected or tested by others, Contractor, at City’s request, shall uncover, expose, or otherwise make available for observation, inspection, or testing as City may require, that portion of the Work in question, furnishing all necessary labor, material, and equipment. 1. If it is found that the uncovered Work is defective, Contractor shall pay all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or other dispute resolution costs) arising out of or relating to such uncovering, exposure, observation, inspection, and testing, and of satisfactory replacement or reconstruction (including but not limited to all costs of repair or replacement of work of others); or City shall be entitled to accept defective Work in accordance with Paragraph 13.08 in which case Contractor shall still be responsible for all costs associated with exposing, observing, and testing the defective Work. 2. If the uncovered Work is not found to be defective, Contractor shall be allowed an increase in the Contract Price or an extension of the Contract Time, or both, directly attributable to such uncovering, exposure, observation, inspection, testing, replacement, and reconstruction. 13.05 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 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/08/2024 00 72 00 - 1 GENERAL CONDITIONS Page 50 of 63 Subcontractor, any Supplier, any other individual or entity, or any surety for, or employee or agent of any of them. 13.06 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 13.06 or Paragraph 13.07, Contractor shall take no action that would void or otherwise impair City’s special warranty and guarantee, if any, on said Work. 13.07 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 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 6.10.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. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/08/2024 00 72 00 - 1 GENERAL CONDITIONS Page 51 of 63 C. In special circumstances where a particular item of equipment is placed in continuous service before Final Acceptance of all the Work, the correction period for that item may start to run from an earlier date if so provided in the Contract Documents. D. Where defective Work (and damage to other Work resulting therefrom) has been corrected or removed and replaced under this Paragraph 13.07, the correction period hereunder with respect to such Work 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 should such additional warranty coverage be required. Contractor may dispute this requirement by filing a Contract Claim, pursuant to Paragraph 10.06. E. Contractor’s obligations under this Paragraph 13.07 are in addition to any other obligation or warranty. The provisions of this Paragraph 13.07 shall not be construed as a substitute for, or a waiver of, the provisions of any applicable statute of limitation or repose. 13.08 Acceptance of Defective Work If, instead of requiring correction or removal and replacement of defective Work, City prefers to accept it, City may do so. Contractor shall pay all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or other dispute resolution costs) attributable to City’s evaluation of and determination to accept such defective Work and for the diminished value of the Work to the extent not otherwise paid by Contractor. If any such acceptance occurs prior to Final Acceptance, 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, reflecting the diminished value of Work so accepted. 13.09 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 13.06.A, or if Contractor fails to perform the Work in accordance with the Contract Documents, or if Contractor fails to comply with any other provision of the Contract Documents, City may, after seven (7) days written notice to Contractor, correct, or remedy any such deficiency. B. In exercising the rights and remedies under this Paragraph 13.09, 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 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 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/08/2024 00 72 00 - 1 GENERAL CONDITIONS Page 52 of 63 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 13.09. ARTICLE 14 – PAYMENTS TO CONTRACTOR AND COMPLETION 14.01 Schedule of Values The Schedule of Values for lump sum contracts established as provided in Paragraph 2.07 will serve as the basis for progress payments and will be incorporated into a form of Application for Payment acceptable to City. Progress payments on account of Unit Price Work will be based on the number of units completed. 14.02 Progress Payments A. Applications for Payments: 1. Contractor is responsible for providing all information as required to become a vendor of the City. 2. At least 20 days before the date established in the General Requirements for each progress payment, Contractor shall submit to City for review an Application for Payment filled out and signed by Contractor covering the Work completed as of the date of the Application and accompanied by such supporting documentation as is required by the Contract Documents. 3. If payment is requested on the basis of materials and equipment not incorporated in the Work but delivered and suitably stored at the Site or at another location agreed to in writing, the Application for Payment shall also be accompanied by a bill of sale, invoice, or other documentation warranting that City has received the materials and equipment free and clear of all Liens and evidence that the materials and equipment are covered by appropriate insurance or other arrangements to protect City’s interest therein, all of which must be satisfactory to City. 4. Beginning with the second Application for Payment, each Application shall include an affidavit of Contractor stating that previous progress payments received on account of the Work have been applied on account to discharge Contractor’s legitimate obligations associated with prior Applications for Payment. 5. The amount of retainage with respect to progress payments will be as described in subsection C. unless otherwise stipulated in the Contract Documents. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/08/2024 00 72 00 - 1 GENERAL CONDITIONS Page 53 of 63 B. Review of Applications: 1. City will, after receipt of each Application for Payment, either indicate in writing a recommendation of payment or return the Application to Contractor indicating reasons for refusing payment. In the latter case, Contractor may make the necessary corrections and resubmit the Application. 2. City’s processing of any payment requested in an Application for Payment will be based on City’s observations of the executed Work, and on City’s review of the Application for Payment and the accompanying data and schedules, that to the best of City’s knowledge: a. the Work has progressed to the point indicated; b. the quality of the Work is generally in accordance with the Contract Documents (subject to an evaluation of the Work as a functioning whole prior to or upon Final Acceptance, the results of any subsequent tests called for in the Contract Documents, a final determination of quantities and classifications for Work performed under Paragraph 9.05, and any other qualifications stated in the recommendation). 3. Processing any such payment will not thereby be deemed to have represented that: a. inspections made to check the quality or the quantity of the Work as it has been performed have been exhaustive, extended to every aspect of the Work in progress, or involved detailed inspections of the Work beyond the responsibilities specifically assigned to City in the Contract Documents; or b. there may not be other matters or issues between the parties that might entitle Contractor to be paid additionally by City or entitle City to withhold payment to Contractor; or c. Contractor has complied with Laws and Regulations applicable to Contractor’s performance of the Work. 4. City may refuse to process the whole or any part of any payment because of subsequently discovered evidence or the results of subsequent inspections or tests, and revise or revoke any such payment previously made, to such extent as may be necessary to protect City from loss because: a. the Work is defective or completed Work has been damaged by the Contractor or subcontractors requiring correction or replacement; b. discrepancies in quantities contained in previous applications for payment; c. the Contract Price has been reduced by Change Orders; d. City has been required to correct defective Work or complete Work in accordance with Paragraph 13.09; or CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/08/2024 00 72 00 - 1 GENERAL CONDITIONS Page 54 of 63 e. City has actual knowledge of the occurrence of any of the events enumerated in Paragraph 15.02.A. C. Retainage: 1. For contracts less than $400,000 at the time of execution, retainage shall be ten percent (10%). 2. For contracts greater than $400,000 at the time of execution, retainage shall be five percent (5%). D. Liquidated Damages. For each calendar day that any work shall remain uncompleted after the time specified in the Contract Documents, the sum per day specified in the Agreement will be assessed against the monies due the Contractor, not as a penalty, but as damages suffered by the City. E. Payment: Contractor will be paid pursuant to the requirements of this Article 14 and payment will become due in accordance with the Contract Documents. F. Reduction in Payment: 1. City may refuse to make payment of the amount requested because: a. Liens have been filed in connection with the Work, except where Contractor has delivered a specific bond satisfactory to City to secure the satisfaction and discharge of such Liens; b. there are other items entitling City to a set-off against the amount recommended; or c. City has actual knowledge of the occurrence of any of the events enumerated in Paragraphs 14.02.B.4.a through 14.02.B.4.e or Paragraph 15.02.A. 2. If City refuses to make payment of the amount requested, City will give Contractor written notice stating the reasons for such action and pay Contractor any amount remaining after deduction of the amount so withheld. City shall pay Contractor the amount so withheld, or any adjustment thereto agreed to by City and Contractor, when Contractor remedies the reasons for such action. 14.03 Contractor’s Warranty of Title Contractor warrants and guarantees that title to all Work, materials, and equipment covered by any Application for Payment, whether incorporated in the Project or not, will pass to City no later than the time of payment free and clear of all Liens. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/08/2024 00 72 00 - 1 GENERAL CONDITIONS Page 55 of 63 14.04 Partial Utilization A. Prior to Final Acceptance of all the Work, City may use or occupy any 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 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. 14.05 Final Inspection A. Upon written notice from Contractor that the entire Work is Substantially Complete in accordance with the Contract Documents: 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 (“Punch List Items”). Contractor shall immediately take such measures as are necessary to complete such Work or remedy such deficiencies. B. No time charge will be made against the Contractor between said date of notification to the City of Substantial Completion and the date of Final Inspection. 1. Should the City determine that the Work is not ready for Final Inspection, City will notify the Contractor in writing of the reasons and Contract Time will resume. 2. Should the City concur that Substantial Completion has been achieved with the exception of any Punch List Items, Contract Time will resume for the duration it takes for Contractor to achieve Final Acceptance. 14.06 Final Acceptance 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. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/08/2024 00 72 00 - 1 GENERAL CONDITIONS Page 56 of 63 14.07 Final Payment A. Application for Payment: 1. Upon Final Acceptance, and in the opinion of City, Contractor may make an application for final payment following the procedure for progress payments in accordance with the Contract Documents. 2. The final Application for Payment shall be accompanied (except as previously delivered) by: a. all documentation called for in the Contract Documents, including but not limited to the evidence of insurance required by Paragraph 5.03; b. consent of the surety, if any, to final payment; c. a list of all pending or released Damage Claims against City that Contractor believes are unsettled; and d. affidavits of payments for employees, subcontractors, and suppliers; 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 . B. Payment Becomes Due: 1. After City’s acceptance of the Application for Payment and accompanying documentation, requested by Contractor, less previous payments made and any sum City is entitled, including but not limited to liquidated damages, will become due and payable. 2. 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. 3. The making of the final payment by the City shall not relieve the Contractor of any guarantees or other requirements of the Contract Documents which specifically continue thereafter. 14.08 Final Completion Delayed and Partial Retainage Release A. If final completion of the Work is significantly delayed, and if City so confirms, City may, upon receipt of Contractor’s final Application for Payment, and without terminating the Contract, make payment of the balance due for that portion of the Work fully completed and accepted. If the remaining balance to be held by City for Work not fully completed or corrected is less than the retainage stipulated in Paragraph 14.02.C, and if bonds have been furnished as required in Paragraph 5.02, the written consent of the surety to the payment of the balance due for that CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/08/2024 00 72 00 - 1 GENERAL CONDITIONS Page 57 of 63 portion of the Work fully completed and accepted shall be submitted by Contractor to City with the Application for such payment. Such payment shall be made under the terms and conditions governing final payment, except that it shall not constitute a waiver of Contract Claims. B. Partial Retainage Release. For a Contract that provides for a separate vegetative establishment and maintenance, and test and performance periods following the completion of all other construction in the Contract Documents for all Work locations, the City may release a portion of the amount retained provided that all other work is completed as determined by the City. Before the release, all submittals and final quantities must be completed and accepted for all other work. An amount sufficient to ensure Contract compliance will be retained. 14.09 Waiver of Claims The acceptance of final payment will constitute a release of the City from all claims or liabilities under the Contract for anything done or furnished or relating to the work under the Contract Documents or any act or neglect of City related to or connected with the Contract. ARTICLE 15 – SUSPENSION OF WORK AND TERMINATION 15.01 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 make no extra payment for stand-by time of construction equipment and/or construction crews. 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 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. D. Contractor may be reimbursed for the cost of moving his equipment off the job and returning the necessary equipment to the job when it is determined by the City that construction may be resumed. Such reimbursement shall be based on actual cost to the Contractor of moving the equipment and no profit will be allowed. Reimbursement may not be allowed if the equipment is moved to another construction project for the City. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/08/2024 00 72 00 - 1 GENERAL CONDITIONS Page 58 of 63 15.02 City May Terminate for Cause A. The occurrence of any one or more of the following events by way of example, but not of limitation, may justify termination for cause: 1. Contractor’s persistent failure to perform the Work in accordance with the Contract Documents (including, but not limited to, failure to supply sufficient skilled workers or suitable materials or equipment, failure to adhere to the Project Schedule established under Paragraph 2.07 as adjusted from time to time pursuant to Paragraph 6.04, or failure to adhere to the City’s Business Diversity Enterprise Ordinance #20020-12-2011established under Paragraph 6.06.D); 2. Contractor’s disregard of Laws or Regulations of any public body having jurisdiction; 3. Contractor’s repeated disregard of the authority of City; or 4. Contractor’s violation in any substantial way of any provisions of the Contract Documents; or 5. Contractor’s failure to promptly make good any defect in materials or workmanship, or defects of any nature, the correction of which has been directed in writing by the City; or 6. Substantial indication that the Contractor has made an unauthorized assignment of the Contract or any funds due therefrom for the benefit of any creditor or for any other purpose; or 7. Substantial evidence that the Contractor has become insolvent or bankrupt, or otherwise financially unable to carry on the Work satisfactorily; or 8. Contractor commences legal action in a court of competent jurisdiction against the City. B. If one or more of the events identified in Paragraph 15.02A. occur, City will provide written notice to Contractor and Surety to arrange a conference with Contractor and Surety to address Contractor's failure to perform the Work. Conference shall be held not later than 15 days, after receipt of notice. 1. If the City, the Contractor, and the Surety do not agree to allow the Contractor to proceed to perform the construction Contract, the City may, to the extent permitted by Laws and Regulations, declare a Contractor default and formally terminate the Contractor's right to complete the Contract. Contractor default shall not be declared earlier than 20 days after the Contractor and Surety have received notice of conference to address Contractor's failure to perform the Work. 2. If Contractor's services are terminated, Surety shall be obligated to take over and perform the Work. If Surety does not commence performance thereof within 15 consecutive calendar days after date of an additional written notice demanding Surety's performance of its CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/08/2024 00 72 00 - 1 GENERAL CONDITIONS Page 59 of 63 obligations, then City, without process or action at law, may take over any portion of the Work and complete it as described below. a. If City completes the Work, City may exclude Contractor and Surety from the site and take possession of the Work, and all materials and equipment incorporated into the Work stored at the Site or for which City has paid Contractor or Surety but which are stored elsewhere, and finish the Work as City may deem expedient. 3. Whether City or Surety completes the Work, Contractor shall not be entitled to receive any further payment until the Work is finished. If the unpaid balance of the Contract Price exceeds all claims, costs, losses and damages sustained by City arising out of or resulting from completing the Work, such excess will be paid to Contractor. If such claims, costs, losses and damages exceed such unpaid balance, Contractor shall pay the difference to City. Such claims, costs, losses and damages incurred by City will be incorporated in a Change Order, provided that when exercising any rights or remedies under this Paragraph, City shall not be required to obtain the lowest price for the Work performed. 4. Neither City, nor any of its respective consultants, agents, officers, directors or employees shall be in any way liable or accountable to Contractor or Surety for the method by which the completion of the said Work, or any portion thereof, may be accomplished or for the price paid therefor. 5. City, notwithstanding the method used in completing the Contract, shall not forfeit the right to recover damages from Contractor or Surety for Contractor's failure to timely complete the entire Contract. Contractor shall not be entitled to any claim on account of the method used by City in completing the Contract. 6. Maintenance of the Work shall continue to be Contractor's and Surety's responsibilities as provided for in the bond requirements of the Contract Documents or any special guarantees provided for under the Contract Documents or any other obligations otherwise prescribed by law. C. Notwithstanding Paragraphs 15.02.B, Contractor’s services will not be terminated if Contractor begins within seven days of receipt of notice of intent to terminate to correct its failure to perform and proceeds diligently to cure such failure within no more than 30 days of receipt of said notice. D. Where Contractor’s services have been so terminated by City, the termination will not affect any rights or remedies of City against Contractor then existing or which may thereafter accrue. Any retention or payment of moneys due Contractor by City will not release Contractor from liability. E. If and to the extent that Contractor has provided a performance bond under the provisions of Paragraph 5.02, the termination procedures of that bond shall not supersede the provisions of this Article. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/08/2024 00 72 00 - 1 GENERAL CONDITIONS Page 60 of 63 15.03 City May Terminate For Convenience A. City may, without cause and without prejudice to any other right or remedy of City, terminate the Contract. Any termination shall be effected by mailing a notice of the termination to the Contractor specifying the extent to which performance of Work under the contract is terminated, and the date upon which such termination becomes effective. Receipt of the notice shall be deemed conclusively presumed and established when the letter is placed in the United States Postal Service Mail by the City. Further, it shall be deemed conclusively presumed and established that such termination is made with just cause as therein stated; and no proof in any claim, demand or suit shall be required of the City regarding such discretionary action. B. After receipt of a notice of termination, and except as otherwise directed by the City, the Contractor shall: 1. Stop work under the Contract on the date and to the extent specified in the notice of termination; 2. place no further orders or subcontracts for materials, services or facilities except as may be necessary for completion of such portion of the Work under the Contract as is not terminated; 3. terminate all orders and subcontracts to the extent that they relate to the performance of the Work terminated by notice of termination; 4. transfer title to the City and deliver in the manner, at the times, and to the extent, if any, directed by the City: a. the fabricated or unfabricated parts, Work in progress, completed Work, supplies and other material produced as a part of, or acquired in connection with the performance of, the Work terminated by the notice of the termination; and b. the completed, or partially completed plans, drawings, information and other property which, if the Contract had been completed, would have been required to be furnished to the City. 5. complete performance of such Work as shall not have been terminated by the notice of termination; and 6. take such action as may be necessary, or as the City may direct, for the protection and preservation of the property related to its contract which is in the possession of the Contractor and in which the owner has or may acquire the rest. C. At a time not later than 30 days after the termination date specified in the notice of termination, the Contractor may submit to the City a list, certified as to quantity and quality, of any or all items of termination inventory not previously disposed of, exclusive of items the disposition of which has been directed or authorized by City. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/08/2024 00 72 00 - 1 GENERAL CONDITIONS Page 61 of 63 D. Not later than 15 days thereafter, the City shall accept title to such items provided, that the list submitted shall be subject to verification by the City upon removal of the items or, if the items are stored, within 45 days from the date of submission of the list, and any necessary adjustments to correct the list as submitted, shall be made prior to final settlement. E. Not later than 60 days after the notice of termination, the Contractor shall submit his termination claim to the City in the form and with the certification prescribed by the City. Unless an extension is made in writing within such 60 day period by the Contractor, and granted by the City, any and all such claims shall be conclusively deemed waived. F. In such case, Contractor shall be paid for (without duplication of any items): 1. completed and acceptable Work executed in accordance with the Contract Documents prior to the effective date of termination, including fair and reasonable sums for overhead and profit on such Work; 2. expenses sustained prior to the effective date of termination in performing services and furnishing labor, materials, or equipment as required by the Contract Documents in connection with uncompleted Work, plus fair and reasonable sums for overhead and profit on such expenses; and 3. reasonable expenses directly attributable to termination. G. In the event of the failure of the Contractor and City to agree upon the whole amount to be paid to the Contractor by reason of the termination of the Work, the City shall determine, on the basis of information available to it, the amount, if any, due to the Contractor by reason of the termination and shall pay to the Contractor the amounts determined. Contractor shall not be paid on account of loss of anticipated profits or revenue or other economic loss arising out of or resulting from such termination. ARTICLE 16 – DISPUTE RESOLUTION 16.01 Methods and Procedures A. Either City or Contractor may request mediation of any Contract Claim submitted for a decision under Paragraph 10.06 before such decision becomes final and binding. The request for mediation shall be submitted to the other party to the Contract. Timely submission of the request shall stay the effect of Paragraph 10.06.E. B. City and Contractor shall participate in the mediation process in good faith. The process shall be commenced within 60 days of filing of the request. C. If the Contract Claim is not resolved by mediation, City’s action under Paragraph 10.06.C or a denial pursuant to Paragraphs 10.06.C.3 or 10.06.D shall become final and binding 30 days after termination of the mediation unless, within that time period, City or Contractor: CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/08/2024 00 72 00 - 1 GENERAL CONDITIONS Page 62 of 63 1. elects in writing to invoke any other dispute resolution process provided for in the Supplementary Conditions; or 2. agrees with the other party to submit the Contract Claim to another dispute resolution process; or 3. gives written notice to the other party of the intent to submit the Contract Claim to a court of competent jurisdiction. ARTICLE 17 – MISCELLANEOUS 17.01 Giving Notice A. Whenever any provision of the Contract Documents requires the giving of written notice, it will be deemed to have been validly given if: 1. delivered in person to the individual or to a member of the firm or to an officer of the corporation for whom it is intended; or 2. delivered at or sent by registered or certified mail, postage prepaid, to the last business address known to the giver of the notice. B. Business address changes must be promptly made in writing to the other party. C. Whenever the Contract Documents specifies giving notice by electronic means such electronic notice shall be deemed sufficient upon confirmation of receipt by the receiving party. 17.02 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. 17.03 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 CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/08/2024 00 72 00 - 1 GENERAL CONDITIONS Page 63 of 63 17.04 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. 17.05 Headings Article and paragraph headings are inserted for convenience only and do not constitute parts of these General Conditions. 00 73 00 SUPPLEMENTARY CONDITIONS Page 1 of 6 CITY OF FORT WORTH PANTHER ISLAND SANITARY SEWER COLLECTOR STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105247 Revised March 8, 2024 SECTION 00 73 00 SUPPLEMENTARY CONDITIONS TO GENERAL CONDITIONS Supplementary Conditions These Supplementary Conditions modify and supplement Section 00 72 00 - General Conditions, and other provisions of the Contract Documents as indicated below. All provisions of the General Conditions that are modified or supplemented remain in full force and effect as so modified or supplemented. All provisions of the General Conditions which are not so modified or supplemented remain in full force and effect. Defined Terms The terms used in these Supplementary Conditions which are defined in the General Conditions have the meaning assigned to them in the General Conditions, unless specifically noted herein. Modifications and Supplements The following are instructions that modify or supplement specific paragraphs in the General Conditions and other Contract Documents. SC-3.03B.2, “Resolving Discrepancies” Plans govern over Specifications. SC-4.01A Easement limits shown on the Drawing are approximate and were provided to establish a basis for bidding. Upon receiving the final easements descriptions, Contractor shall compare them to the lines shown on the Contract Drawings. SC-4.01A.1., “Availability of Lands” The following is a list of known outstanding right-of-way, and/or easements to be acquired, if any as of NOVEMBER 2024 Outstanding Right-Of-Way, and/or Easements to Be Acquired PARCEL NUMBER OWNER TARGET DATE OF POSSESSION 1 TRWD January 2025 The Contractor understands and agrees that the dates listed above are estimates only, are not guaranteed, and do not bind the City. If Contractor considers the final easements provided to differ materially from the representations on the Contract Drawings, Contractor shall within five (5) Business Days and before proceeding with the Work, notify City in writing associated with the differing easement line locations. 00 73 00 SUPPLEMENTARY CONDITIONS Page 2 of 6 CITY OF FORT WORTH PANTHER ISLAND SANITARY SEWER COLLECTOR STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105247 Revised March 8, 2024 SC-4.01A.2, “Availability of Lands” Utilities or obstructions to be removed, adjusted, and/or relocated The following is list of utilities and/or obstructions that have not been removed, adjusted, and/or relocated as of OCTOBER 2024 EXPECTED OWNER UTILITY AND LOCATION TARGET DATE OF ADJUSTMENT None The Contractor understands and agrees that the dates listed above are estimates only, are not guaranteed, and do not bind the City. SC-4.02A., “Subsurface and Physical Conditions” The following are reports of explorations and tests of subsurface conditions at the site of the Work: See attached report by CMJ Engineering, Project No 103-24-532 in the Appendix. The following are drawings of physical conditions in or relating to existing surface and subsurface structures (except Underground Facilities) which are at or contiguous to the site of the Work: None SC-4.06A., “Hazardous Environmental Conditions at Site” The following are reports and drawings of existing hazardous environmental conditions known to the City: See attached report in Appendix by Braun Intertec, report B240502 for Limited Phase II Investigation. SC-5.03A., “Certificates of Insurance” The entities listed below are "additional insureds as their interest may appear" including their respective officers, directors, agents and employees. (1)City (2)Consultant: Kimley-Horn and Associates, Inc. (3)Other: Tarrant Regional Water District (TRWD) SC-5.04A., “Contractor’s Insurance” The limits of liability for the insurance required by Paragraph GC-5.04 shall provide the following coverages for not less than the following amounts or greater where required by laws and regulations: 5.04A. Workers' Compensation, under Paragraph GC-5.04A. Statutory limits Employer's liability $100,000 each accident/occurrence $100,000 Disease - each employee $500,000 Disease - policy limit 00 73 00 SUPPLEMENTARY CONDITIONS Page 3 of 6 CITY OF FORT WORTH PANTHER ISLAND SANITARY SEWER COLLECTOR STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105247 Revised March 8, 2024 SC-5.04B., “Contractor’s Insurance” 5.04B. Commercial General Liability, under Paragraph GC-5.04B. Contractor's Liability Insurance under Paragraph GC-5.04B., which shall be on a per project basis covering the Contractor with minimum limits of: $1,000,000 each occurrence $2,000,000 aggregate limit The policy must have an endorsement (Amendment – Aggregate Limits of Insurance) making the General Aggregate Limits apply separately to each job site. 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. SC 5.04C., “Contractor’s Insurance” 5.04C. Automobile Liability, under Paragraph GC-5.04C. Contractor’s Liability Insurance under Paragraph GC-5.04C., which shall be in an amount not less than the following amounts: (1)Automobile Liability - a commercial business policy shall provide coverage on "Any Auto", defined as autos owned, hired and non-owned. $1,000,000 each accident on a combined single limit basis. Split limits are acceptable if limits are at least: $250,000 Bodily Injury per person / $500,000 Bodily Injury per accident / $100,000 Property Damage SC-5.04D., “Contractor’s Insurance” The Contractor’s construction activities will require its employees, agents, subcontractors, equipment, and material deliveries to cross railroad properties and tracks. None The Contractor shall conduct its operations on railroad properties in such a manner as not to interfere with, hinder, or obstruct the railroad company in any manner whatsoever in the use or operation of its/their trains or other property. Such operations on railroad properties may require that Contractor to execute a “Right of Entry Agreement” with the particular railroad company or companies involved, and to this end the Contractor should satisfy itself as to the requirements of each railroad company and be prepared to execute the right-of-entry (if any) required by a railroad company. The requirements specified herein likewise relate to the Contractor’s use of private and/or construction access roads crossing said railroad company’s properties. The Contractual Liability coverage required by Paragraph 5.04D of the General Conditions shall provide coverage for not less than the following amounts, issued by companies satisfactory to the City and to the Railroad Company for a term that continues for so long as the Contractor’s operations and work cross, occupy, or touch railroad property: A.Commercial General Liability Insurance: (1) General Aggregate:$10,000,000 (2) Each Occurrence:$5,000,000 00 73 00 SUPPLEMENTARY CONDITIONS Page 4 of 6 CITY OF FORT WORTH PANTHER ISLAND SANITARY SEWER COLLECTOR STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105247 Revised March 8, 2024 B.Business Automobile Coverage Insurance: (1) Each Accident:$2,000,000 C.Workers’ Compensation and Employers’ Liability Insurance: (1) Each Accident:$1,000,000 (2) Disease Policy Limit for each Employee:$1,000,000 D.Environmental Liability Insurance: (1) Annual Aggregate:$4,000,000 (2) Per Loss:$2,000,000 E.Railroad Protective Liability Insurance: (1) General Aggregate:$10,000,000 (2) Each Occurrence:$5,000,000 Required for this Contract X Not required for this Contract With respect to the above outlined insurance requirements, the following shall govern: 1.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. 2.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-way, the Contractor may be required to provide separate insurance policies in the name of each railroad company. 3.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. 4.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. 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. 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. 00 73 00 SUPPLEMENTARY CONDITIONS Page 5 of 6 CITY OF FORT WORTH PANTHER ISLAND SANITARY SEWER COLLECTOR STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105247 Revised March 8, 2024 SC-6.04., “Project Schedule” Project schedule shall be tier 3 for the project. SC-6.07 A.., “Duty to pay Prevailing Wage Rates” The following is the prevailing wage rate table(s) applicable to this project and is provided in the Appendixes: 2013 Prevailing Wage Rates (Heavy and Highway Construction Projects) 2013 Prevailing Wage Rates (Commercial Construction Projects) A copy of the table is also available by accessing the City’s website at: https://apps.fortworthtexas.gov/ProjectResources/ You can access the file by following the directory path: 02-Construction Documents/Specifications/Div00 – General Conditions SC-6.09., “Permits and Utilities” SC-6.09A., “Contractor obtained permits and licenses” The following are known permits and/or licenses required by the Contract to be acquired by the Contractor: 1.None SC-6.09B. “City obtained permits and licenses” The following are known permits and/or licenses required by the Contract to be acquired by the City: 2.None SC-6.09C. “Outstanding permits and licenses” The following is a list of known outstanding permits and/or licenses to be acquired, if any as of October 2024: Outstanding Permits and/or Licenses to Be Acquired OWNER PERMIT OR LICENSE AND LOCATION TARGET DATE OF POSSESSION None SC-7.02., “Coordination” The individuals or entities listed below have contracts with the City for the performance of other work at the Site: None Vendor Scope of Work Coordination Authority TRWD Access Coordination TRWD / Trinity Metro Coyote Theater Access Coordination TRWD /Coyote Theater SC-8.01, “Communications to Contractor” None. 00 73 00 SUPPLEMENTARY CONDITIONS Page 6 of 6 CITY OF FORT WORTH PANTHER ISLAND SANITARY SEWER COLLECTOR STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105247 Revised March 8, 2024 SC-9.01., “City’s Project Manager” The City’s Project Manager for this Contract is Liam Conlon, or his/her successor pursuant to written notification from the Director of the Water Department. SC-13.03C., “Tests and Inspections” None SC-16.01C.1, “Methods and Procedures” None END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 1/22/2016 F. Griffin SC-9.01., “City’s Project Representative” wording changed to City’s Project Manager. 3/9/2020 D.V. Magaña SC-6.07, Updated the link such that files can be accessed via the City’s website. 10/06/23 Michael Owen SC-6.07, Allow affidavit regarding paying prevailing wages to be submitted on completion of job, as opposed to with each progress report 3/08/24 Michael Owen Removed revisions related to affidavit, as those changes have been made in General Conditions 01 11 00 - 1 SUMMARY OF WORK Page 1 of 3 CITY OF FORT WORTH PANTHER ISLAND SANITARY SEWER COLLECTOR STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105247 Revised December 20, 2012 1 SECTION 01 11 00 2 SUMMARY OF WORK 3 PART 1 - GENERAL 4 1.1 SUMMARY 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 A. Work Covered by Contract Documents 19 1. Work is to include furnishing all labor, materials, and equipment, and performing 20 all Work necessary for this construction project as detailed in the Drawings and 21 Specifications. 22 B. Subsidiary Work 23 1. Any and all Work specifically governed by documentary requirements for the 24 project, such as conditions imposed by the Drawings or Contract Documents in 25 which no specific item for bid has been provided for in the Proposal and the item is 26 not a typical unit bid item included on the standard bid item list, then the item shall 27 be considered as a subsidiary item of Work, the cost of which shall be included in 28 the price bid in the Proposal for various bid items. 29 C. Use of Premises 30 1. Coordinate uses of premises under direction of the City. 31 2. Assume full responsibility for protection and safekeeping of materials and 32 equipment stored on the Site. 33 3. Use and occupy only portions of the public streets and alleys, or other public places 34 or other rights-of-way as provided for in the ordinances of the City, as shown in the 35 Contract Documents, or as may be specifically authorized in writing by the City. 36 a. A reasonable amount of tools, materials, and equipment for construction 37 purposes may be stored in such space, but no more than is necessary to avoid 38 delay in the construction operations. 01 11 00 - 2 SUMMARY OF WORK Page 2 of 3 CITY OF FORT WORTH PANTHER ISLAND SANITARY SEWER COLLECTOR STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105247 Revised December 20, 2012 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. 01 11 00 - 3 SUMMARY OF WORK Page 3 of 3 CITY OF FORT WORTH PANTHER ISLAND SANITARY SEWER COLLECTOR STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105247 Revised December 20, 2012 1 1.5 SUBMITTALS [NOT USED] 2 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 3 1.7 CLOSEOUT SUBMITTALS [NOT USED] 4 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 5 1.9 QUALITY ASSURANCE [NOT USED] 6 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 7 1.11 FIELD [SITE] CONDITIONS [NOT USED] 8 1.12 WARRANTY [NOT USED] 9 PART 2 - PRODUCTS [NOT USED] 10 PART 3 - EXECUTION [NOT USED] 11 END OF SECTION 12 Revision Log DATE NAME SUMMARY OF CHANGE 13 01 25 00 - 1 SUBSTITUTION PROCEDURES Page 1 of 4 CITY OF FORT WORTH PANTHER ISLAND SANITARY SEWER COLLECTOR STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105247 Revised July 1, 2011 1 SECTION 01 25 00 2 SUBSTITUTION PROCEDURES 3 PART 1 - 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. 22 No 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 31 catalog 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, 01 25 00 - 2 SUBSTITUTION PROCEDURES Page 2 of 4 CITY OF FORT WORTH PANTHER ISLAND SANITARY SEWER COLLECTOR STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105247 Revised July 1, 2011 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, the resulting cost and/or time reduction 46 will be documented by Change Order in accordance with the General Conditions. 01 25 00 - 3 SUBSTITUTION PROCEDURES Page 3 of 4 CITY OF FORT WORTH PANTHER ISLAND SANITARY SEWER COLLECTOR STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105247 Revised July 1, 2011 1 4. No additional contract time will be given for substitution. 2 5. Substitution will be rejected if: 3 a. Submittal is not through the Contractor with his stamp of approval 4 b. Request is not made in accordance with this Specification Section 5 c. In the City’s opinion, acceptance will require substantial revision of the original 6 design 7 d. In the City’s opinion, substitution will not perform adequately the function 8 consistent with the design intent 9 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 10 1.7 CLOSEOUT SUBMITTALS [NOT USED] 11 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 12 1.9 QUALITY ASSURANCE 13 A. In making request for substitution or in using an approved product, the Contractor 14 represents that the Contractor: 15 1. Has investigated proposed product, and has determined that it is adequate or 16 superior in all respects to that specified, and that it will perform function for which 17 it is intended 18 2. Will provide same guarantee for substitute item as for product specified 19 3. Will coordinate installation of accepted substitution into Work, to include building 20 modifications if necessary, making such changes as may be required for Work to be 21 complete in all respects 22 4. Waives all claims for additional costs related to substitution which subsequently 23 arise 24 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 25 1.11 FIELD [SITE] CONDITIONS [NOT USED] 26 1.12 WARRANTY [NOT USED] 27 PART 2 - PRODUCTS [NOT USED] 28 PART 3 - EXECUTION [NOT USED] 29 END OF SECTION 30 Revision Log DATE NAME SUMMARY OF CHANGE 01 25 00 - 4 SUBSTITUTION PROCEDURES Page 4 of 4 CITY OF FORT WORTH PANTHER ISLAND SANITARY SEWER COLLECTOR STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105247 Revised July 1, 2011 1 EXHIBIT A 2 REQUEST FOR SUBSTITUTION FORM: 3 4 TO: 5 PROJECT: DATE: 6 We hereby submit for your consideration the following product instead of the specified item for 7 the above project: 8 SECTION PARAGRAPH SPECIFIED 9 ITEM 10 11 12 Proposed Substitution: 13 Reason for Substitution: 14 Include complete information on changes to Drawings and/or Specifications which proposed 15 substitution will require for its proper installation. 16 17 Fill in Blanks Below: 18 A. Will the undersigned contractor pay for changes to the building design, including engineering 19 and detailing costs caused by the requested substitution? 20 21 22 B. What effect does substitution have on other trades? 23 24 25 C. Differences between proposed substitution and specified item? 26 27 28 D. Differences in product cost or product delivery time? 29 30 31 E. Manufacturer's guarantees of the proposed and specified items are: 32 33 Equal Better (explain on attachment) 34 The undersigned states that the function, appearance and quality are equivalent or superior to the 35 specified item. 36 Submitted By: For Use by City 37 38 Signature Recommended Recommended 39 as noted 40 41 Firm Not recommended Received late 42 Address By 43 Date 44 Date Remarks 45 Telephone 46 47 For Use by City: 48 49 Approved Rejected 50 City Date 01 31 19 - 1 PRECONSTRUCTION MEETING Page 1 of 3 CITY OF FORT WORTH PANTHER ISLAND SANITARY SEWER COLLECTOR STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105247 Revised August 17, 2012 1 SECTION 01 31 19 2 PRECONSTRUCTION MEETING 3 PART 1 - 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. 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 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 execution of the 28 Agreement and before Work is started. 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. Project Representative 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 01 31 19 - 2 PRECONSTRUCTION MEETING Page 2 of 3 CITY OF FORT WORTH PANTHER ISLAND SANITARY SEWER COLLECTOR STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105247 Revised August 17, 2012 1 e. Other City representatives 2 f. Others as appropriate 3 4. Construction Schedule 4 a. Prepare baseline construction schedule in accordance with Section 01 32 16 and 5 provide at Preconstruction Meeting. 6 b. City will notify Contractor of any schedule changes upon Notice of 7 Preconstruction Meeting. 8 5. Preliminary Agenda may include: 9 a. Introduction of Project Personnel 10 b. General Description of Project 11 c. Status of right-of-way, utility clearances, easements or other pertinent permits 12 d. Contractor’s work plan and schedule 13 e. Contract Time 14 f. Notice to Proceed 15 g. Construction Staking 16 h. Progress Payments 17 i. Extra Work and Change Order Procedures 18 j. Field Orders 19 k. Disposal Site Letter for Waste Material 20 l. Insurance Renewals 21 m. Payroll Certification 22 n. Material Certifications and Quality Control Testing 23 o. Public Safety and Convenience 24 p. Documentation of Pre-Construction Conditions 25 q. Weekend Work Notification 26 r. Legal Holidays 27 s. Trench Safety Plans 28 t. Confined Space Entry Standards 29 u. Coordination with the City’s representative for operations of existing water 30 systems 31 v. Storm Water Pollution Prevention Plan 32 w. Coordination with other Contractors 33 x. Early Warning System 34 y. Contractor Evaluation 35 z. Special Conditions applicable to the project 36 aa. Damages Claims 37 bb. Submittal Procedures 38 cc. Substitution Procedures 39 dd. Correspondence Routing 40 ee. Record Drawings 41 ff. Temporary construction facilities 42 gg. M/WBE or MBE/SBE procedures 43 hh. Final Acceptance 44 ii. Final Payment 45 jj. Questions or Comments 01 31 19 - 3 PRECONSTRUCTION MEETING Page 3 of 3 CITY OF FORT WORTH PANTHER ISLAND SANITARY SEWER COLLECTOR STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105247 Revised August 17, 2012 1 1.5 SUBMITTALS [NOT USED] 2 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 3 1.7 CLOSEOUT SUBMITTALS [NOT USED] 4 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 5 1.9 QUALITY ASSURANCE [NOT USED] 6 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 7 1.11 FIELD [SITE] CONDITIONS [NOT USED] 8 1.12 WARRANTY [NOT USED] 9 PART 2 - PRODUCTS [NOT USED] 10 PART 3 - EXECUTION [NOT USED] 11 END OF SECTION 12 Revision Log DATE NAME SUMMARY OF CHANGE 13 01 31 20 - 1 PROJECT MEETINGS Page 1 of 3 CITY OF FORT WORTH PANTHER ISLAND SANITARY SEWER COLLECTOR STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105247 Revised July 1, 2011 1 SECTION 01 31 20 2 PROJECT MEETINGS 3 PART 1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Provisions for project meetings throughout the construction period to enable orderly 7 review of the progress of the Work and to provide for systematic discussion of 8 potential problems 9 B. Deviations this City of Fort Worth Standard Specification 10 1. None. 11 C. Related Specification Sections include, but are not necessarily limited to: 12 1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract 13 2. Division 1 – General Requirements 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. Coordination 21 1. Schedule, attend and administer as specified, periodic progress meetings, and 22 specially called meetings throughout progress of the Work. 23 2. Representatives of Contractor, subcontractors and suppliers attending meetings 24 shall be qualified and authorized to act on behalf of the entity each represents. 25 3. Meetings administered by City may be tape recorded. 26 a. If recorded, tapes will be used to prepare minutes and retained by City for 27 future reference. 28 4. Meetings, in addition to those specified in this Section, may be held when requested 29 by the City, Engineer or Contractor. 30 B. Pre-Construction Neighborhood Meeting 31 1. After the execution of the Agreement, but before construction is allowed to begin, 32 attend 1 Public Meeting with affected residents to: 33 a. Present projected schedule, including construction start date 34 b. Answer any construction related questions 35 2. Meeting Location 36 a. Location of meeting to be determined by the City. 37 3. Attendees 38 a. Contractor 01 31 20 - 2 PROJECT MEETINGS Page 2 of 3 CITY OF FORT WORTH PANTHER ISLAND SANITARY SEWER COLLECTOR STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105247 Revised July 1, 2011 1 b. Project Representative 2 c. Other City representatives 3 4. Meeting Schedule 4 a. In general, the neighborhood meeting will occur within the 2 weeks following 5 the pre-construction conference. 6 b. In no case will construction be allowed to begin until this meeting is held. 7 C. Progress Meetings 8 1. Formal project coordination meetings will be held periodically. Meetings will be 9 scheduled and administered by Project Representative. 10 2. Additional progress meetings to discuss specific topics will be conducted on an as- 11 needed basis. Such additional meetings shall include, but not be limited to: 12 a. Coordinating shutdowns 13 b. Installation of piping and equipment 14 c. Coordination between other construction projects 15 d. Resolution of construction issues 16 e. Equipment approval 17 3. The Project Representative will preside at progress meetings, prepare the notes of 18 the meeting and distribute copies of the same to all participants who so request by 19 fully completing the attendance form to be circulated at the beginning of each 20 meeting. 21 4. Attendance shall include: 22 a. Contractor's project manager 23 b. Contractor's superintendent 24 c. Any subcontractor or supplier representatives whom the Contractor may desire 25 to invite or the City may request 26 d. Engineer's representatives 27 e. City’s representatives 28 f. Others, as requested by the Project Representative 29 5. Preliminary Agenda may include: 30 a. Review of Work progress since previous meeting 31 b. Field observations, problems, conflicts 32 c. Items which impede construction schedule 33 d. Review of off-site fabrication, delivery schedules 34 e. Review of construction interfacing and sequencing requirements with other 35 construction contracts 36 f. Corrective measures and procedures to regain projected schedule 37 g. Revisions to construction schedule 38 h. Progress, schedule, during succeeding Work period 39 i. Coordination of schedules 40 j. Review submittal schedules 41 k. Maintenance of quality standards 42 l. Pending changes and substitutions 43 m. Review proposed changes for: 44 1) Effect on construction schedule and on completion date 45 2) Effect on other contracts of the Project 46 n. Review Record Documents 47 o. Review monthly pay request 48 p. Review status of Requests for Information 01 31 20 - 3 PROJECT MEETINGS Page 3 of 3 CITY OF FORT WORTH PANTHER ISLAND SANITARY SEWER COLLECTOR STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105247 Revised July 1, 2011 1 6. Meeting Schedule 2 a. Progress meetings will be held periodically as determined by the Project 3 Representative. 4 1) Additional meetings may be held at the request of the: 5 a) City 6 b) Engineer 7 c) Contractor 8 7. Meeting Location 9 a. The City will establish a meeting location. 10 1) To the extent practicable, meetings will be held at the Site. 11 1.5 SUBMITTALS [NOT USED] 12 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 13 1.7 CLOSEOUT SUBMITTALS [NOT USED] 14 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 15 1.9 QUALITY ASSURANCE [NOT USED] 16 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 17 1.11 FIELD [SITE] CONDITIONS [NOT USED] 18 1.12 WARRANTY [NOT USED] 19 PART 2 - PRODUCTS [NOT USED] 20 PART 3 - EXECUTION [NOT USED] 21 END OF SECTION 22 Revision Log DATE NAME SUMMARY OF CHANGE 23 01 32 16 - 1 CONSTRUCTION PROGRESS SCHEDULE Page 1 of 10 CITY OF FORT WORTH PANTHER ISLAND SANITARY SEWER COLLECTOR STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105247 Revised August 13, 2021 1 SECTION 01 32 16 2 CONSTRUCTION PROGRESS SCHEDULE 3 PART 1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. General requirements for the preparation, submittal, updating, status reporting and 7 management of the Construction Progress Schedule 8 2. Specific requirements are presented in the City of Fort Worth Schedule Guidance 9 Document 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 D. Purpose 16 The City of Fort Worth (City) is committed to delivering quality, cost-effective 17 infrastructure to its citizens in a timely manner. A key tool to achieve this purpose is a 18 properly structured schedule with accurate updates. This supports effective monitoring 19 of progress and is input to critical decision making by the project manager throughout 20 the lift of the project. Data from the updated project schedule is utilized in status 21 reporting to various levels of the City organization and the citizenry. 22 23 This Document complements the City’s Standard Agreement to guide the construction 24 contractor (Contractor) in preparing and submitting acceptable schedules for use by the 25 City in project delivery. The expectation is the performance of the work follows the 26 accepted schedule and adhere to the contractual timeline. 27 28 The Contractor will designate a qualified representative (Project Scheduler) responsible 29 for developing and updating the schedule and preparing status reporting as required by 30 the City. 31 1.2 PRICE AND PAYMENT PROCEDURES 32 A. Measurement and Payment 33 1. Work associated with this Item is considered subsidiary to the various items bid. 34 No separate payment will be allowed for this Item. 35 2. Non-compliance with this specification is grounds for City to withhold payment of 36 the Contractor’s invoices until Contractor achieves said compliance. 37 1.3 REFERENCES 38 A. Project Schedules 01 32 16 - 2 CONSTRUCTION PROGRESS SCHEDULE Page 2 of 10 CITY OF FORT WORTH PANTHER ISLAND SANITARY SEWER COLLECTOR STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105247 Revised August 13, 2021 1 Each project is represented by City’s master project schedule that encompasses the 2 entire scope of activities envisioned by the City to properly deliver the work. When the 3 City contracts with a Contractor to perform construction of the Work, the Contractor 4 will develop and maintain a schedule for their scope of work in alignment with the 5 City’s standard schedule requirements as defined herein. The data and information of 6 each such schedule will be leveraged and become integral in the master project 7 schedule as deemed appropriate by the City’s Project Control Specialist and approved 8 by the City’s Project Manager. 9 10 1. Master Project Schedule 11 The master project schedule is a holistic representation of the scheduled activities 12 and milestones for the total project and be Critical Path Method (CPM) based. The 13 City’s Project Manager is accountable for oversight of the development and 14 maintaining a master project schedule for each project. When the City contracts for 15 the design and/or construction of the project, the master project schedule will 16 incorporate elements of the Design and Construction schedules as deemed 17 appropriate by the City’s Project Control Specialist. The assigned City Project 18 Control Specialist creates and maintains the master project schedule in P6 (City’s 19 scheduling software). 20 21 2. Construction Schedule 22 The Contractor is responsible for developing and maintaining a schedule for the 23 scope of the Contractor’s contractual requirements. The Contractor will issue an 24 initial schedule for review and acceptance by the City’s Project Control Specialist 25 and the City’s Project Manager as a baseline schedule for Contractor’s scope of 26 work. Contractor will issue current, accurate updates of their schedule (Progress 27 Schedule) to the City at the end of each month throughout the life of their work. 28 B. Schedule Tiers 29 The City has a portfolio of projects that vary widely in size, complexity and content 30 requiring different scheduling to effectively deliver each project. The City uses a 31 “tiered” approach to align the proper schedule with the criteria for each project. The 32 City's Project Manager determines the appropriate schedule tier for each project, and 33 includes that designation and the associated requirements in the Contractor’s scope of 34 work. The following is a summary of the “tiers”. 35 36 1. Tier 1: Small Size and Short Duration Project (design not required) 37 The City develops and maintains a Master Project Schedule for the project. No 38 schedule submittal is required from Contractor. City’s Project Control Specialist 39 acquires any necessary schedule status data or information through discussions with 40 the respective party on an as-needed basis. 41 42 2. Tier 2: Small Size and Short to Medium Duration Project 43 The City develops and maintains a Master Project Schedule for the project. The 44 Contractor identifies “start” and “finish” milestone dates on key elements of their 45 work as agreed with the City’s Project Manager at the kickoff of their work effort. 46 The Contractor issues to the City, updates to the “start” and “finish” dates for such 47 milestones at the end of each month throughout the life of their work on the project. 48 49 3. Tier 3: Medium and Large Size and/or Complex Projects Regardless of Duration 01 32 16 - 3 CONSTRUCTION PROGRESS SCHEDULE Page 3 of 10 CITY OF FORT WORTH PANTHER ISLAND SANITARY SEWER COLLECTOR STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105247 Revised August 13, 2021 1 4. The City develops and maintains a Master Project Schedule for the project. The 2 Contractor develops a Baseline Schedule and maintains the schedule of their 3 respective scope of work on the project at a level of detail (generally Level 3) and 4 in alignment with the WBS structure in Section 1.4.H as agreed by the Project 5 Manager. The Contractor issues to the City, updates of their respective schedule 6 (Progress Schedule) at the end of each month throughout the life of their work on 7 the project. 8 C. Schedule Types 9 Project delivery for the City utilizes two types of schedules as noted below. The City 10 develops and maintains a Master Project Schedule as a “baseline” schedule and issue 11 monthly updates to the City Project Manager (end of each month) as a “progress” 12 schedule. The Contractor prepares and submits each schedule type to fulfill their 13 contractual requirements. 14 15 1. Baseline Schedule 16 The Contractor develops and submits to the City, an initial schedule for their scope 17 of work in alignment with this specification. Once reviewed and accepted by the 18 City, it becomes the “Baseline” schedule and is the basis against which all progress 19 is measured. The baseline schedule will be updated when there is a change or 20 addition to the scope of work impacting the duration of the work, and only after 21 receipt of a duly authorized change order issued by the City. In the event progress 22 is significantly behind schedule, the City’s Project Manager may authorize an 23 update to the baseline schedule to facilitate a more practical evaluation of progress. 24 An example of a Baseline Schedule is provided in Specification 01 32 16.1 25 Construction Project Schedule Baseline Example. 26 27 2. Progress Schedule 28 The Contractor updates their schedule at the end of each month to represent the 29 progress achieved in the work which includes any impact from authorized changes 30 in the work. The updated schedule must accurately reflect the current status of the 31 work at that point in time and is referred to as the “Progress Schedule”. The City’s 32 Project Manager and Project Control Specialist reviews and accepts each progress 33 schedule. In the event a progress schedule is deemed not acceptable, the 34 unacceptable issues are identified by the City within 5 working days and the 35 Contractor must provide an acceptable progress schedule within 5 working days 36 after receipt of non-acceptance notification. An example of a Progress Schedule is 37 provided in Specification 01 32 16.2 Construction Project Schedule Progress 38 Example. 39 D. City Standard Schedule Requirements 40 The following is an overview of the methodology for developing and maintaining a 41 schedule for delivery of a project. 01 32 16 - 4 CONSTRUCTION PROGRESS SCHEDULE Page 4 of 10 CITY OF FORT WORTH PANTHER ISLAND SANITARY SEWER COLLECTOR STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105247 Revised August 13, 2021 1 1. Schedule Framework - The schedule will be based on the defined scope of work 2 and follow the (Critical Path Methodology) CPM method. The Contractor’s 3 schedule will align with the requirements of this specification and will be cost 4 loaded to reflect their plan for execution. Compliance with cost loading can be 5 provided with traditional cost loading of line items OR a projected cost per 6 month for the project when the initial schedule is submitted, updated on a 7 quarterly basis is significant change is anticipated. Overall schedule duration 8 will align with the contractual requirements for the respective scope of work and be 9 reflected in City’s Master Project Schedule. The Project Number and Name of the 10 Project is required on each schedule and must match the City’s project data. 11 12 E. Schedule File Name 13 All schedules submitted to the City for a project will have a file name that begins with 14 the City’s project number followed by the name of the project followed by baseline (if 15 a baseline schedule) or the year and month (if a progress schedule), as shown below. 16 17 • Baseline Schedule File Name 18 Format: City Project Number_Project Name_Baseline 19 Example: 101376_North Montgomery Street HMAC_Baseline 20 21 • Progress Schedule File Name 22 Format: City Project Number_Project Name_YYYY-MM 23 Example: 101376_North Montgomery Street HMAC_2018_01 24 25 • Project Schedule Progress Narrative File Name 26 Format: City Project Number_Project Name_PN_YYYY-MM 27 Example: 101376_North Montgomery Street HMAC_PN_2018_01 28 29 F. Schedule Templates 30 The Contractor will utilize the relevant sections from the City’s templates provided in 31 the City’s document management system as the basis for creating their respective 32 project schedule. Specifically, the Contractor’s schedule will align with the layout of 33 the Construction section. The templates are identified by type of project as noted 34 below. 35 • Arterials 36 • Aviation 37 • Neighborhood Streets 38 • Sidewalks (later) 39 • Quiet Zones (later) 40 • Street Lights (later) 41 • Intersection Improvements (later) 42 • Parks 43 • Storm water 44 • Street Maintenance 45 • Traffic 46 • Water 47 48 G. Schedule Calendar 01 32 16 - 5 CONSTRUCTION PROGRESS SCHEDULE Page 5 of 10 CITY OF FORT WORTH PANTHER ISLAND SANITARY SEWER COLLECTOR STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105247 Revised August 13, 2021 1 The City’s standard calendar for schedule development purposes is based on a 5-day 2 workweek and accounts for the City’s eight standard holidays (New Years, Martin 3 Luther King, Memorial, Juneteenth, Independence, Labor, Thanksgiving, day after 4 Thanksgiving, Christmas). The Contractor will establish a schedule calendar as part of 5 the schedule development process and provide to the Project Control Specialist as part 6 of the basis for their schedule. Variations between the City’s calendar and the 7 Contractor’s calendar must be resolved prior to the City’s acceptance of their Baseline 8 project schedule. 9 10 H. WBS & Milestone Standards for Schedule Development 11 The scope of work to be accomplished by the Contractor is represented in the schedule 12 in the form of a Work Breakdown Structure (WBS). The WBS is the basis for the 13 development of the schedule activities and shall be imbedded and depicted in the 14 schedule. 15 16 The following is a summary of the standards to be followed in preparing and 17 maintaining a schedule for project delivery. 18 19 1. Contractor is required to utilize the City’s WBS structure and respective 20 project type template for “Construction” as shown in Section 1.4.H below. 21 Additional activities may be added to Levels 1 - 4 to accommodate the needs 22 of the organization executing the work. Specifically the Contractor will add 23 activities under WBS XXXXXX.80.83 “Construction Execution” that 24 delineates the activities associated with the various components of the work. 25 26 2. Contractor is required to adhere to the City’s Standard Milestones as shown in 27 Section 1.4.I below. Contractor will include additional milestones 28 representing intermediate deliverables as required to accurately reflect their 29 scope of work. 30 31 I. Schedule Activities 32 Activities are the discrete elements of work that make up the schedule. They will be 33 organized under the umbrella of the WBS. Activity descriptions should adequately 34 describe the activity, and in some cases the extent of the activity. All activities are 35 logically tied with a predecessor and a successor. The only exception to this rule is for 36 “project start” and “project finish” milestones. 37 38 The activity duration is based on the physical amount of work to be performed for the 39 stated activity, with a maximum duration of 20 working days OR a continuous activity 40 in one location. If the work for any one activity exceeds 20 days, break that activity 41 down incrementally to achieve this duration constraint. Any exception to this requires 42 review and acceptance by the City’s Project Control Specialist. 43 44 J. Change Orders 45 When a Change Order is issued by the City, the impact is incorporated into the 46 previously accepted baseline schedule as an update, to clearly show impact to the 47 project timeline. The Contractor submits this updated baseline schedule to the City for 01 32 16 - 6 CONSTRUCTION PROGRESS SCHEDULE Page 6 of 10 CITY OF FORT WORTH PANTHER ISLAND SANITARY SEWER COLLECTOR STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105247 Revised August 13, 2021 1 review and acceptance as described in Section 1.5 below. Updated baseline schedules 2 adhere to the following: 3 4 1. Time extensions associated with approved contract modifications are limited to the 5 actual amount of time the project activities are anticipated to be delayed, unless 6 otherwise approved by the Program Manager. 7 8 2. The re-baselined schedule is submitted by the Contractor within ten workdays after 9 the date of receipt of the approved Change Order. 10 11 3. The changes in logic or durations approved by the City are used to analyze the 12 impact of the change and is included in the Change Order. The coding for a new 13 activity(s) added to the schedule for the Change Order includes the Change Order 14 number in the Activity ID. Use as many activities as needed to accurately show the 15 work of the Change Order. Revisions to the baseline schedule are not effective 16 until accepted by the City. 17 K. City’s Work Breakdown Structure 18 19 WBS Code WBS Name 20 XXXXXX Project Name 21 XXXXXX.30 Design 22 XXXXXX.30.10 Design Contractor Agreement 23 XXXXXX.30.20 Conceptual Design (30%) 24 XXXXXX.30.30 Preliminary Design (60%) 25 XXXXXX.30.40 Final Design 26 XXXXXX.30.50 Environmental 27 XXXXXX.30.60 Permits 28 XXXXXX.30.60.10 Permits - Identification 29 XXXXXX.30.60.20 Permits - Review/Approve 30 XXXXXX.40 ROW & Easements 31 XXXXXX.40.10 ROW Negotiations 32 XXXXXX.40.20 Condemnation 33 XXXXXX.70 Utility Relocation 34 XXXXXX.70.10 Utility Relocation Co-ordination 35 XXXXXX.80 Construction 36 XXXXXX.80.81 Bid and Award 37 XXXXXX.80.83 Construction Execution 38 XXXXXX.80.85 Inspection 39 XXXXXX.80.86 Landscaping 40 XXXXXX.90 Closeout 41 XXXXXX.90.10 Construction Contract Close-out 42 XXXXXX.90.40 Design Contract Closure 43 L. City’s Standard Milestones 44 The following milestone activities (i.e., important events on a project that mark critical 45 points in time) are of particular interest to the City and must be reflected in the project 46 schedule for all phases of work. 47 01 32 16 - 7 CONSTRUCTION PROGRESS SCHEDULE Page 7 of 10 CITY OF FORT WORTH PANTHER ISLAND SANITARY SEWER COLLECTOR STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105247 Revised August 13, 2021 1 Activity ID Activity Name 2 Design 3 3020 Award Design Agreement 4 3040 Issue Notice to Proceed - Design Engineer 5 3100 Design Kick-off Meeting 6 3120 Submit Conceptual Plans to Utilities, ROW, Traffic, Parks, Storm Water, 7 Water & Sewer 8 3150 Peer Review Meeting/Design Review meeting (technical) 9 3160 Conduct Design Public Meeting #1 (required) 10 3170 Conceptual Design Complete 11 3220 Submit Preliminary Plans and Specifications to Utilities, ROW, Traffic, 12 Parks, Storm Water, Water & Sewer 13 3250 Conduct Design Public Meeting #2 (required) 14 3260 Preliminary Design Complete 15 3310 Submit Final Design to Utilities, ROW, Traffic, Parks, Storm Water, 16 Water & Sewer 17 3330 Conduct Design Public Meeting #3 (if required) 18 3360 Final Design Complete 19 ROW & Easements 20 4000 Right of Way Start 21 4230 Right of Way Complete 22 Utility Relocation 23 7000 Utilities Start 24 7120 Utilities Cleared/Complete 25 Construction 26 Bid and Award 27 8110 Start Advertisement 28 8150 Conduct Bid Opening 29 8240 Award Construction Contract 30 Construction Execution 31 8330 Conduct Construction Public Meeting #4 Pre-Construction 32 8350 Construction Start 33 8370 Substantial Completion 34 8540 Construction Completion 35 9130 Notice of Completion/Green Sheet 36 9150 Construction Contract Closed 37 9420 Design Contract Closed 38 39 1.4 SUBMITTALS 40 A. Schedule Submittal & Review 41 The City’s Project Manager is responsible for reviews and acceptance of the 42 Contractor’s schedule. The City’s Project Control Specialist is responsible for ensuring 43 alignment of the Contractor’s baseline and progress schedules with the Master Project 44 Schedule as support to the City’s Project Manager. The City reviews and accepts or 45 rejects the schedule within ten workdays of Contractor’s submittal. 46 01 32 16 - 8 CONSTRUCTION PROGRESS SCHEDULE Page 8 of 10 CITY OF FORT WORTH PANTHER ISLAND SANITARY SEWER COLLECTOR STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105247 Revised August 13, 2021 1 1. Schedule Format 2 The Contractor will submit each schedule in two electronic forms, one in native file 3 format (.xer, .xml, .mpx) and the second in a pdf format, in the City’s document 4 management system in the location dedicated for this purpose and identified by the 5 Project Manager. In the event the Contractor does not use Primavera P6 or MS 6 Project for scheduling purposes, the schedule information must be submitted in .xls 7 or .xlsx format in compliance with the sample layout (See Specification 01 32 16.1 8 Construction Project Schedule Baseline Example), including activity predecessors, 9 successors and total float. 10 11 2. Initial & Baseline Schedule 12 The Contractor w ill develop their schedule for their scope of work and submit their 13 initial schedule in electronic form (in the file formats noted above), in the City’s 14 document management system in the location dedicated for this purpose at least 5 15 working days prior to Pre Construction Meeting. 16 17 The City’s Project Manager and Project Control Specialist review this initial 18 schedule to determine alignment with the City’s Master Project Schedule, including 19 format & WBS structure. Following the City’s review, feedback is provided to the 20 Contractor for their use in finalizing their initial schedule and issuing (within five 21 workdays) their Baseline Schedule for final review and acceptance by the City. 22 23 3. Progress Schedule 24 The Contractor w ill update and issue their project schedule (Progress Schedule) by 25 the last day of each month throughout the life of their work on the project. The 26 Progress Schedule is submitted in electronic form as noted above, in the City’s 27 document management system in the location dedicated for this purpose. 28 29 The City’s Project Control team reviews each Progress Schedule for data and 30 information that support the assessment of the update to the schedule. In the event 31 data or information is missing or incomplete, the Project Controls Specialist 32 communicates directly with the Contractor’s scheduler for providing same. The 33 Contractor re-submits the corrected Progress Schedule within 5 workdays, 34 following the submittal process noted above. The City’s Project Manager and 35 Project Control Specialist review the Contractor’s progress schedule for acceptance 36 and to monitor performance and progress. 37 38 The following list of items are required to ensure proper status information is 39 contained in the Progress Schedule. 40 • Baseline Start date 41 • Baseline Finish Date 42 • % Complete 43 • Float 44 • Activity Logic (dependencies) 45 • Critical Path 46 • Activities added or deleted 47 • Expected Baseline Finish date 48 • Variance to the Baseline Finish Date 49 01 32 16 - 9 CONSTRUCTION PROGRESS SCHEDULE Page 9 of 10 CITY OF FORT WORTH PANTHER ISLAND SANITARY SEWER COLLECTOR STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105247 Revised August 13, 2021 1 B. Monthly Construction Status Report 2 The Contractor submits a written status report (referred to as a progress narrative) at the 3 monthly progress meeting (if monthly meetings are held) or at the end of each month to 4 accompany the Progress Schedule submittal, using the standard format provided in 5 Specification 01 32 16.3 Construction Project Schedule Progress Narrative. The 6 content of the Construction Project Schedule Progress Narrative should be concise and 7 complete to include only changes, delays, and anticipated problems. 8 9 C. Submittal Process 10 • Schedules and Monthly Construction Status Reports are submitted in in the City’s 11 document management system in the location dedicated for this purpose. 12 • Once the project has been completed and Final Acceptance has been issued by the 13 City, no further progress schedules or construction status reports are required from 14 the Contractor. 15 16 1.5 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 17 1.6 CLOSEOUT SUBMITTALS [NOT USED] 18 1.7 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 19 1.8 QUALITY ASSURANCE 20 A. The person preparing and revising the construction Progress Schedule shall be 21 experienced in the preparation of schedules of similar complexity. 22 B. Schedule and supporting documents addressed in this Specification shall be prepared, 23 updated and revised to accurately reflect the performance of the construction. 24 C. Contractor is responsible for the quality of all submittals in this section meeting the 25 standard of care for the construction industry for similar projects. 26 1.9 DELIVERY, STORAGE, AND HANDLING [NOT USED] 27 1.10 FIELD [SITE] CONDITIONS [NOT USED] 28 1.11 WARRANTY [NOT USED] 29 1.12 ATTACHMENTS 30 Spec 01 32 16.1 Construction Project Schedule Baseline Example 31 Spec 01 32 16.2 Construction Project Schedule Progress Example 32 Spec 01 32 16.3 Construction Project Schedule Progress Narrative 33 01 32 16 - 10 CONSTRUCTION PROGRESS SCHEDULE Page 10 of 10 CITY OF FORT WORTH PANTHER ISLAND SANITARY SEWER COLLECTOR STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105247 Revised August 13, 2021 1 2 PART 2 - PRODUCTS [NOT USED] 3 PART 3 - EXECUTION [NOT USED] 4 END OF SECTION 5 Revision Log DATE NAME SUMMARY OF CHANGE 8/13/2021 Michael Owen Revised to update specification requirements and eliminate duplicate schedule specifications. 10/06/2023 Michael Owen Added “Juneteenth” to list of City Holidays under 1.3.G. “Schedule Calendar” 6 01 32 33 - 1 PRECONSTRUCTION VIDEO Page 1 of 2 CITY OF FORT WORTH PANTHER ISLAND SANITARY SEWER COLLECTOR STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105247 Revised July 1, 2011 1 SECTION 01 32 33 2 PRECONSTRUCTION VIDEO 3 PART 1 - GENERAL 4 1.1 SUMMARY 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. 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 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 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 [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] 01 32 33 - 2 PRECONSTRUCTION VIDEO Page 2 of 2 CITY OF FORT WORTH PANTHER ISLAND SANITARY SEWER COLLECTOR STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105247 Revised July 1, 2011 1 PART 3 - EXECUTION [NOT USED] 2 END OF SECTION 3 Revision Log DATE NAME SUMMARY OF CHANGE 4 01 33 00 - 1 SUBMITTALS Page 1 of 8 CITY OF FORT WORTH PANTHER ISLAND SANITARY SEWER COLLECTOR STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105247 Revised December 20, 2012 1 SECTION 01 33 00 2 SUBMITTALS 3 PART 1 - GENERAL 4 1.1 SUMMARY 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. 01 33 00 - 2 SUBMITTALS Page 2 of 8 CITY OF FORT WORTH PANTHER ISLAND SANITARY SEWER COLLECTOR STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105247 Revised December 20, 2012 1 d. Make submittals promptly in accordance with approved schedule, and in such 2 sequence as to cause no delay in the Work or in the work of any other 3 contractor. 4 B. Submittal Numbering 5 1. When submitting shop drawings or samples, utilize a 9-character submittal cross- 6 reference identification numbering system in the following manner: 7 a. Use the first 6 digits of the applicable Specification Section Number. 8 b. For the next 2 digits number use numbers 01-99 to sequentially number each 9 initial separate item or drawing submitted under each specific Section number. 10 c. Last use a letter, A-Z, indicating the resubmission of the same drawing (i.e. 11 A=2nd submission, B=3rd submission, C=4th submission, etc.). A typical 12 submittal number would be as follows: 13 14 03 30 00-08-B 15 16 1) 03 30 00 is the Specification Section for Concrete 17 2) 08 is the eighth initial submittal under this Specification Section 18 3) B is the third submission (second resubmission) of that particular shop 19 drawing 20 C. Contractor Certification 21 1. Review shop drawings, product data and samples, including those by 22 subcontractors, prior to submission to determine and verify the following: 23 a. Field measurements 24 b. Field construction criteria 25 c. Catalog numbers and similar data 26 d. Conformance with the Contract Documents 27 2. Provide each shop drawing, sample and product data submitted by the Contractor 28 with a Certification Statement affixed including: 29 a. The Contractor's Company name 30 b. Signature of submittal reviewer 31 c. Certification Statement 32 1) “By this submittal, I hereby represent that I have determined and verified 33 field measurements, field construction criteria, materials, dimensions, 34 catalog numbers and similar data and I have checked and coordinated each 35 item with other applicable approved shop drawings." 36 D. Submittal Format 37 1. Fold shop drawings larger than 8 ½ inches x 11 inches to 8 ½ inches x 11inches. 38 2. Bind shop drawings and product data sheets together. 39 3. Order 40 a. Cover Sheet 41 1) Description of Packet 42 2) Contractor Certification 43 b. List of items / Table of Contents 44 c. Product Data /Shop Drawings/Samples /Calculations 45 E. Submittal Content 46 1. The date of submission and the dates of any previous submissions 01 33 00 - 3 SUBMITTALS Page 3 of 8 CITY OF FORT WORTH PANTHER ISLAND SANITARY SEWER COLLECTOR STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105247 Revised December 20, 2012 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 01 33 00 - 4 SUBMITTALS Page 4 of 8 CITY OF FORT WORTH PANTHER ISLAND SANITARY SEWER COLLECTOR STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105247 Revised December 20, 2012 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) 01 33 00 - 5 SUBMITTALS Page 5 of 8 CITY OF FORT WORTH PANTHER ISLAND SANITARY SEWER COLLECTOR STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105247 Revised December 20, 2012 1 a. Shop Drawings 2 1) Distributed to the City 3 2) Copies 4 a) 8 copies for mechanical submittals 5 b) 7 copies for all other submittals 6 c) If Contractor requires more than 3 copies of Shop Drawings returned, 7 Contractor shall submit more than the number of copies listed above. 8 b. Product Data 9 1) Distributed to the City 10 2) Copies 11 a) 4 copies 12 c. Samples 13 1) Distributed to the Project Representative 14 2) Copies 15 a) Submit the number stated in the respective Specification Sections. 16 3. Distribute reproductions of approved shop drawings and copies of approved 17 product data and samples, where required, to the job site file and elsewhere as 18 directed by the City. 19 a. Provide number of copies as directed by the City but not exceeding the number 20 previously specified. 21 K. Submittal Review 22 1. The review of shop drawings, data and samples will be for general conformance 23 with the design concept and Contract Documents. This is not to be construed as: 24 a. Permitting any departure from the Contract requirements 25 b. Relieving the Contractor of responsibility for any errors, including details, 26 dimensions, and materials 27 c. Approving departures from details furnished by the City, except as otherwise 28 provided herein 29 2. The review and approval of shop drawings, samples or product data by the City 30 does not relieve the Contractor from his/her responsibility with regard to the 31 fulfillment of the terms of the Contract. 32 a. All risks of error and omission are assumed by the Contractor, and the City will 33 have no responsibility therefore. 34 3. The Contractor remains responsible for details and accuracy, for coordinating the 35 Work with all other associated work and trades, for selecting fabrication processes, 36 for techniques of assembly and for performing Work in a safe manner. 37 4. If the shop drawings, data or samples as submitted describe variations and show a 38 departure from the Contract requirements which City finds to be in the interest of 39 the City and to be so minor as not to involve a change in Contract Price or time for 40 performance, the City may return the reviewed drawings without noting an 41 exception. 42 5. Submittals will be returned to the Contractor under 1 of the following codes: 43 a. Code 1 44 1) "NO EXCEPTIONS TAKEN" is assigned when there are no notations or 45 comments on the submittal. 46 a) When returned under this code the Contractor may release the 47 equipment and/or material for manufacture. 48 b. Code 2 01 33 00 - 6 SUBMITTALS Page 6 of 8 CITY OF FORT WORTH PANTHER ISLAND SANITARY SEWER COLLECTOR STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105247 Revised December 20, 2012 1 1) "EXCEPTIONS NOTED". This code is assigned when a confirmation of 2 the notations and comments IS NOT required by the Contractor. 3 a) The Contractor may release the equipment or material for manufacture; 4 however, all notations and comments must be incorporated into the 5 final product. 6 c. Code 3 7 1) "EXCEPTIONS NOTED/RESUBMIT". This combination of codes is 8 assigned when notations and comments are extensive enough to require a 9 resubmittal of the package. 10 a) The Contractor may release the equipment or material for manufacture; 11 however, all notations and comments must be incorporated into the 12 final product. 13 b) This resubmittal is to address all comments, omissions and 14 non-conforming items that were noted. 15 c) Resubmittal is to be received by the City within 15 Calendar Days of 16 the date of the City's transmittal requiring the resubmittal. 17 d. Code 4 18 1) "NOT APPROVED" is assigned when the submittal does not meet the 19 intent of the Contract Documents. 20 a) The Contractor must resubmit the entire package revised to bring the 21 submittal into conformance. 22 b) It may be necessary to resubmit using a different manufacturer/vendor 23 to meet the Contract Documents. 24 6. Resubmittals 25 a. Handled in the same manner as first submittals 26 1) Corrections other than requested by the City 27 2) Marked with revision triangle or other similar method 28 a) At Contractor’s risk if not marked 29 b. Submittals for each item will be reviewed no more than twice at the City’s 30 expense. 31 1) All subsequent reviews will be performed at times convenient to the City 32 and at the Contractor's expense, based on the City's or City 33 Representative’s then prevailing rates. 34 2) Provide Contractor reimbursement to the City within 30 Calendar Days for 35 all such fees invoiced by the City. 36 c. The need for more than 1 resubmission or any other delay in obtaining City's 37 review of submittals, will not entitle the Contractor to an extension of Contract 38 Time. 39 7. Partial Submittals 40 a. City reserves the right to not review submittals deemed partial, at the City’s 41 discretion. 42 b. Submittals deemed by the City to be not complete will be returned to the 43 Contractor, and will be considered "Not Approved" until resubmitted. 44 c. The City may at its option provide a list or mark the submittal directing the 45 Contractor to the areas that are incomplete. 46 8. If the Contractor considers any correction indicated on the shop drawings to 47 constitute a change to the Contract Documents, then written notice must be 48 provided thereof to the City at least 7 Calendar Days prior to release for 49 manufacture. 01 33 00 - 7 SUBMITTALS Page 7 of 8 CITY OF FORT WORTH PANTHER ISLAND SANITARY SEWER COLLECTOR STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105247 Revised December 20, 2012 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. Use the Request for Information (RFI) form provided by the City. 21 3. Numbering of RFI 22 a. Prefix with “RFI” followed by series number, “-xxx”, beginning with “01” and 23 increasing sequentially with each additional transmittal. 24 4. Sufficient information shall be attached to permit a written response without further 25 information. 26 5. The City will log each request and will review the request. 27 a. If review of the project information request indicates that a change to the 28 Contract Documents is required, the City will issue a Field Order or Change 29 Order, as appropriate. 30 1.5 SUBMITTALS [NOT USED] 31 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 32 1.7 CLOSEOUT SUBMITTALS [NOT USED] 33 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 34 1.9 QUALITY ASSURANCE [NOT USED] 35 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 36 1.11 FIELD [SITE] CONDITIONS [NOT USED] 37 1.12 WARRANTY [NOT USED] 01 33 00 - 8 SUBMITTALS Page 8 of 8 CITY OF FORT WORTH PANTHER ISLAND SANITARY SEWER COLLECTOR STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105247 Revised December 20, 2012 1 PART 2 - PRODUCTS [NOT USED] 2 PART 3 - EXECUTION [NOT USED] 3 END OF SECTION 4 Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 D. Johnson 1.4.K.8. Working Days modified to Calendar Days 5 01 35 13 - 1 SPECIAL PROJECT PROCEDURES Page 1 of 8 CITY OF FORT WORTH PANTHER ISLAND SANITARY SEWER COLLECTOR STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105247 Revised March 11, 2022 SECTION 01 35 13 1 SPECIAL PROJECT PROCEDURES 2 PART 1 - GENERAL 3 1.1 SUMMARY 4 A. Section Includes: 5 1. The procedures for special project circumstances that includes, but is not limited to: 6 a. Coordination with the Texas Department of Transportation 7 b. Work near High Voltage Lines 8 c. Confined Space Entry Program 9 d. Use of Explosives, Drop Weight, Etc. 10 e. Water Department Notification 11 f. Public Notification Prior to Beginning Construction 12 g. Coordination with United States Army Corps of Engineers 13 h. Coordination within Railroad permits areas 14 i. Dust Control 15 j. Employee Parking 16 B. Deviations from this City of Fort Worth Standard Specification 17 1. None. 18 C. Related Specification Sections include, but are not necessarily limited to: 19 1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract 20 2. Division 1 – General Requirements 21 3. Section 33 12 25 – Connection to Existing Water Mains 22 1.2 PRICE AND PAYMENT PROCEDURES 23 A. Measurement and Payment 24 1. Coordination within Railroad permit areas 25 a. Measurement 26 1) Measurement for this Item will be by lump sum. 27 b. Payment 28 1) The work performed and materials furnished in accordance with this Item 29 will be paid for at the lump sum price bid for Railroad Coordination. 30 c. The price bid shall include: 31 1) Mobilization 32 2) Inspection 33 3) Safety training 34 4) Additional Insurance 35 5) Insurance Certificates 36 6) Other requirements associated with general coordination with Railroad, 37 including additional employees required to protect the right-of-way and 38 property of the Railroad from damage arising out of and/or from the 39 construction of the Project. 40 2. Railroad Flagmen 41 a. Measurement 42 01 35 13 - 2 SPECIAL PROJECT PROCEDURES Page 2 of 8 CITY OF FORT WORTH PANTHER ISLAND SANITARY SEWER COLLECTOR STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105247 Revised March 11, 2022 1) Measurement for this Item will be per working day. 1 b. Payment 2 1) The work performed and materials furnished in accordance with this Item 3 will be paid for each working day that Railroad Flagmen are present at the 4 Site. 5 c. The price bid shall include: 6 1) Coordination for scheduling flagmen 7 2) Flagmen 8 3) Other requirements associated with Railroad 9 3. All other items 10 a. Work associated with these Items is considered subsidiary to the various Items 11 bid. No separate payment will be allowed for this Item. 12 1.3 REFERENCES 13 A. Reference Standards 14 1. Reference standards cited in this Specification refer to the current reference 15 standard published at the time of the latest revision date logged at the end of this 16 Specification, unless a date is specifically cited. 17 2. Health and Safety Code, Title 9. Safety, Subtitle A. Public Safety, Chapter 752. 18 High Voltage Overhead Lines. 19 1.4 ADMINISTRATIVE REQUIREMENTS 20 A. Coordination with the Texas Department of Transportation 21 1. When work in the right-of-way which is under the jurisdiction of the Texas 22 Department of Transportation (TxDOT): 23 a. Notify the Texas Department of Transportation prior to commencing any work 24 therein in accordance with the provisions of the permit 25 b. All work performed in the TxDOT right-of-way shall be performed in 26 compliance with and subject to approval from the Texas Department of 27 Transportation 28 B. Work near High Voltage Lines 29 1. Regulatory Requirements 30 a. All Work near High Voltage Lines (more than 600 volts measured between 31 conductors or between a conductor and the ground) shall be in accordance with 32 Health and Safety Code, Title 9, Subtitle A, Chapter 752. 33 2. Warning sign 34 a. Provide sign of sufficient size meeting all OSHA requirements. 35 3. Equipment operating within 10 feet of high voltage lines will require the following 36 safety features 37 a. Insulating cage-type of guard about the boom or arm 38 b. Insulator links on the lift hook connections for back hoes or dippers 39 c. Equipment must meet the safety requirements as set forth by OSHA and the 40 safety requirements of the owner of the high voltage lines 41 4. Work within 6 feet of high voltage electric lines 42 a. Notification shall be given to: 43 1) The power company (example: ONCOR) 44 01 35 13 - 3 SPECIAL PROJECT PROCEDURES Page 3 of 8 CITY OF FORT WORTH PANTHER ISLAND SANITARY SEWER COLLECTOR STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105247 Revised March 11, 2022 a) Maintain an accurate log of all such calls to power company and record 1 action taken in each case. 2 b. Coordination with power company 3 1) After notification coordinate with the power company to: 4 a) Erect temporary mechanical barriers, de-energize the lines, or raise or 5 lower the lines 6 c. No personnel may work within 6 feet of a high voltage line before the above 7 requirements have been met. 8 C. Confined Space Entry Program 9 1. Provide and follow approved Confined Space Entry Program in accordance with 10 OSHA requirements. 11 2. Confined Spaces include: 12 a. Manholes 13 b. All other confined spaces in accordance with OSHA’s Permit Required for 14 Confined Spaces 15 D. Use of Explosives, Drop Weight, Etc. 16 1. When Contract Documents permit on the project the following will apply: 17 a. Public Notification 18 1) Submit notice to City and proof of adequate insurance coverage, 24 hours 19 prior to commencing. 20 2) Minimum 24 hour public notification in accordance with Section 01 31 13 21 E. Water Department Coordination 22 1. During the construction of this project, it will be necessary to deactivate, for a 23 period of time, existing lines. The Contractor shall be required to coordinate with 24 the Water Department to determine the best times for deactivating and activating 25 those lines. 26 2. Coordinate any event that will require connecting to or the operation of an existing 27 City water line system with the City’s representative. 28 a. Coordination shall be in accordance with Section 33 12 25. 29 b. If needed, obtain a hydrant water meter from the Water Department for use 30 during the life of named project. 31 c. In the event that a water valve on an existing live system be turned off and on 32 to accommodate the construction of the project is required, coordinate this 33 activity through the appropriate City representative. 34 1) Do not operate water line valves of existing water system. 35 a) Failure to comply will render the Contractor in violation of Texas Penal 36 Code Title 7, Chapter 28.03 (Criminal Mischief) and the Contractor 37 will be prosecuted to the full extent of the law. 38 b) In addition, the Contractor will assume all liabilities and 39 responsibilities as a result of these actions. 40 F. Public Notification Prior to Beginning Construction 41 1. Prior to beginning construction on any block in the project, on a block by block 42 basis, prepare and deliver a notice or flyer of the pending construction to the front 43 door of each residence or business that will be impacted by construction. The notice 44 shall be prepared as follows: 45 a. Post notice or flyer and City of Fort Worth Door Hangers, 7 days prior to 46 beginning any construction activity on each block in the project area. 47 01 35 13 - 4 SPECIAL PROJECT PROCEDURES Page 4 of 8 CITY OF FORT WORTH PANTHER ISLAND SANITARY SEWER COLLECTOR STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105247 Revised March 11, 2022 1) Prepare flyer on the Contractor’s letterhead and include the following 1 information: 2 a) Name of Project 3 b) City Project No (CPN) 4 c) Scope of Project (i.e. type of construction activity) 5 d) Actual construction duration within the block 6 e) Name of the contractor’s foreman and phone number 7 f) Name of the City’s inspector and phone number 8 g) City’s after-hours phone number 9 2) A sample of the ‘pre-construction notification’ flyer is attached as Exhibit 10 A. 11 3) City of Fort Worth Door Hangers will be provided to the Contractor for 12 distribution with their notice. 13 4) Submit schedule showing the construction start and finish time for each 14 block of the project to the inspector. 15 5) Deliver flyer to the City Inspector for review prior to distribution. 16 b. No construction will be allowed to begin on any block until the flyer and door 17 hangers are delivered to all residents of the block. 18 G. Public Notification of Temporary Water Service Interruption during Construction 19 1. In the event it becomes necessary to temporarily shut down water service to 20 residents or businesses during construction, prepare and deliver a notice or flyer of 21 the pending interruption to the front door of each affected resident. 22 2. Prepared notice as follows: 23 a. The notification or flyer shall be posted 24 hours prior to the temporary 24 interruption. 25 b. Prepare flyer on the contractor’s letterhead and include the following 26 information: 27 1) Name of the project 28 2) City Project Number 29 3) Date of the interruption of service 30 4) Period the interruption will take place 31 5) Name of the contractor’s foreman and phone number 32 6) Name of the City’s inspector and phone number 33 c. A sample of the temporary water service interruption notification is attached as 34 Exhibit B. 35 d. Deliver a copy of the temporary interruption notification to the City inspector 36 for review prior to being distributed. 37 e. No interruption of water service can occur until the flyer has been delivered to 38 all affected residents and businesses. 39 f. Electronic versions of the sample flyers can be obtained from the Project 40 Construction Inspector. 41 H. Coordination with United States Army Corps of Engineers (USACE) 42 1. At locations in the Project where construction activities occur in areas where 43 USACE permits are required, meet all requirements set forth in each designated 44 permit. 45 I. Coordination within Railroad Permit Areas 46 01 35 13 - 5 SPECIAL PROJECT PROCEDURES Page 5 of 8 CITY OF FORT WORTH PANTHER ISLAND SANITARY SEWER COLLECTOR STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105247 Revised March 11, 2022 1. At locations in the project where construction activities occur in areas where 1 railroad permits are required, meet all requirements set forth in each designated 2 railroad permit. This includes, but is not limited to, provisions for: 3 a. Flagmen 4 b. Inspectors 5 c. Safety training 6 d. Additional insurance 7 e. Insurance certificates 8 f. Other employees required to protect the right-of-way and property of the 9 Railroad Company from damage arising out of and/or from the construction of 10 the project. Proper utility clearance procedures shall be used in accordance 11 with the permit guidelines. 12 2. Obtain any supplemental information needed to comply with the railroad’s 13 requirements. 14 3. Railroad Flagmen 15 a. Submit receipts to City for verification of working days that railroad flagmen 16 were present on Site. 17 J. Dust Control 18 1. Use acceptable measures to control dust at the Site. 19 a. If water is used to control dust, capture and properly dispose of waste water. 20 b. If wet saw cutting is performed, capture and properly dispose of slurry. 21 K. Employee Parking 22 1. Provide parking for employees at locations approved by the City. 23 1.5 SUBMITTALS [NOT USED] 24 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 25 1.7 CLOSEOUT SUBMITTALS [NOT USED] 26 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 27 1.9 QUALITY ASSURANCE [NOT USED] 28 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 29 1.11 FIELD [SITE] CONDITIONS [NOT USED] 30 1.12 WARRANTY [NOT USED] 31 PART 2 - PRODUCTS [NOT USED] 32 PART 3 - EXECUTION [NOT USED] 33 END OF SECTION 34 35 Revision Log 01 35 13 - 6 SPECIAL PROJECT PROCEDURES Page 6 of 8 CITY OF FORT WORTH PANTHER ISLAND SANITARY SEWER COLLECTOR STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105247 Revised March 11, 2022 DATE NAME SUMMARY OF CHANGE 8/31/2012 D. Johnson 1.4.B – Added requirement of compliance with Health and Safety Code, Title 9. Safety, Subtitle A. Public Safety, Chapter 752. High Voltage Overhead Lines. 1.4.E – Added Contractor responsibility for obtaining a TCEQ Air Permit 3/11/2022 M Owen Remove references to Air Pollution watch Days and NCTCOG Clean construction Specification requirements. Clarify need for Door Hangers under in addition to contractor notification of public. 1 01 35 13 - 7 SPECIAL PROJECT PROCEDURES Page 7 of 8 CITY OF FORT WORTH PANTHER ISLAND SANITARY SEWER COLLECTOR STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105247 Revised March 11, 2022 EXHIBIT A 1 (To be printed on Contractor’s Letterhead) 2 3 4 5 Date: 6 7 CPN No.: 8 Project Name: 9 Mapsco Location: 10 Limits of Construction: 11 12 13 14 15 16 THIS IS TO INFORM YOU THAT UNDER A CONTRACT WITH THE CITY OF FORT 17 WORTH, OUR COMPANY WILL WORK ON UTILITY LINES ON OR AROUND YOUR 18 PROPERTY. 19 20 CONSTRUCTION WILL BEGIN APPROXIMATELY SEVEN DAYS FROM THE DATE 21 OF THIS NOTICE. 22 23 IF YOU HAVE QUESTIONS ABOUT ACCESS, SECURITY, SAFETY OR ANY OTHER 24 ISSUE, PLEASE CALL: 25 26 27 Mr. <CONTRACTOR’S SUPERINTENDENT> AT <TELEPHONE NO.> 28 29 OR 30 31 Mr. <CITY INSPECTOR> AT < TELEPHONE NO.> 32 33 AFTER 4:30 PM OR ON WEEKENDS, PLEASE CALL (817) 392 8306 34 35 PLEASE KEEP THIS FLYER HANDY WHEN YOU CALL 36 37 01 35 13 - 8 SPECIAL PROJECT PROCEDURES Page 8 of 8 CITY OF FORT WORTH PANTHER ISLAND SANITARY SEWER COLLECTOR STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105247 Revised March 11, 2022 EXHIBIT B 1 2 3 4 01 45 23 - 1 TESTING AND INSPECTION SERVICES Page 1 of 2 CITY OF FORT WORTH PANTHER ISLAND SANITARY SEWER COLLECTOR STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105247 Revised March 9, 2020 1 SECTION 01 45 23 2 TESTING AND INSPECTION SERVICES 3 PART 1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Testing and inspection services procedures and coordination 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 a. Contractor is responsible for performing, coordinating, and payment of all 17 Quality Control testing. 18 b. City is responsible for performing and payment for first set of Quality 19 Assurance testing. 20 1) If the first Quality Assurance test performed by the City fails, the 21 Contractor is responsible for payment of subsequent Quality Assurance 22 testing until a passing test occurs. 23 a) Final acceptance will not be issued by City until all required payments 24 for testing by Contractor have been paid in full. 25 1.3 REFERENCES [NOT USED] 26 1.4 ADMINISTRATIVE REQUIREMENTS 27 A. Testing 28 1. Complete testing in accordance with the Contract Documents. 29 2. Coordination 30 a. When testing is required to be performed by the City, notify City, sufficiently 31 in advance, when testing is needed. 32 b. When testing is required to be completed by the Contractor, notify City, 33 sufficiently in advance, that testing will be performed. 34 3. Distribution of Testing Reports 35 a. Electronic Distribution 36 1) Confirm development of Project directory for electronic submittals to be 37 uploaded to the City’s document management system, or another external 38 FTP site approved by the City. 01 45 23 - 2 TESTING AND INSPECTION SERVICES Page 2 of 2 CITY OF FORT WORTH PANTHER ISLAND SANITARY SEWER COLLECTOR STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105247 Revised March 9, 2020 1 2) Upload test reports to designated project directory and notify appropriate 2 City representatives via email of submittal posting. 3 3) Hard Copies 4 a) 1 copy for all submittals submitted to the Project Representative 5 b. Hard Copy Distribution (if required in lieu of electronic distribution) 6 1) Tests performed by City 7 a) Distribute 1 hard copy to the Contractor 8 2) Tests performed by the Contractor 9 a) Distribute 3 hard copies to City’s Project Representative 10 4. Provide City’s Project Representative with trip tickets for each delivered load of 11 Concrete or Lime material including the following information: 12 a. Name of pit 13 b. Date of delivery 14 c. Material delivered 15 B. Inspection 16 1. Inspection or lack of inspection does not relieve the Contractor from obligation to 17 perform work in accordance with the Contract Documents. 18 1.5 SUBMITTALS [NOT USED] 19 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 20 1.7 CLOSEOUT SUBMITTALS [NOT USED] 21 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 22 1.9 QUALITY ASSURANCE [NOT USED] 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 3/9/2020 D.V. Magana Removed reference to Buzzsaw and noted that electronic submittals be uploaded through the City’s document management system. 30 01 50 00 - 1 TEMPORARY FACILITIES AND CONTROLS Page 1 of 4 CITY OF FORT WORTH PANTHER ISLAND SANITARY SEWER COLLECTOR STANDARD CONSTRUCTION SPECIFICATION DOCUMENTSCITY PROJECT No. 105247 Revised July 1, 2011 1 SECTION 01 50 00 2 TEMPORARY FACILITIES AND CONTROLS 3 PART 1 - 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. No 21 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 having 28 jurisdiction. 29 c. Be responsible for utility service costs until Work is approved for Final Acceptance. 30 1) Included are fuel, power, light, heat and other utility services necessary for 31 execution, completion, testing and initial operation of Work. 32 2. Water 33 a. Contractor to provide water required for and in connection with Work to be 34 performed and for specified tests of piping, equipment, devices or other use as 35 required for the completion of the Work. 36 b. Provide and maintain adequate supply of potable water for domestic consumption by 37 Contractor personnel and City’s Project Representatives. 38 c. Coordination 39 1) Contact City 1 week before water for construction is desired 01 50 00 - 2 TEMPORARY FACILITIES AND CONTROLS Page 2 of 4 CITY OF FORT WORTH PANTHER ISLAND SANITARY SEWER COLLECTOR STANDARD CONSTRUCTION SPECIFICATION DOCUMENTSCITY PROJECT No. 105247 Revised July 1, 2011 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 testing 6 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 maintain 9 operations during scheduled shutdown. 10 4. Telephone 11 a. Provide emergency telephone service at Site for use by Contractor personnel and 12 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 problem. 23 d. Haul sewage and waste off-site at no less than weekly intervals and properly dispose 24 in accordance with applicable regulation. 25 3. Locate facilities near Work Site and keep clean and maintained throughout Project. 26 4. Remove facilities at completion of Project 27 C. Storage Sheds and Buildings 28 1. Provide adequately ventilated, watertight, weatherproof storage facilities with floor 29 above ground level for materials and equipment susceptible to weather damage. 30 2. Storage of materials not susceptible to weather damage may be on blocks off ground. 31 3. Store materials in a neat and orderly manner. 32 a. Place materials and equipment to permit easy access for identification, inspection 33 and inventory. 34 4. Equip building with lockable doors and lighting, and provide electrical service for 35 equipment space heaters and heating or ventilation as necessary to provide storage 36 environments acceptable to specified manufacturers. 37 5. Fill and grade site for temporary structures to provide drainage away from temporary and 38 existing buildings. 39 6. Remove building from site prior to Final Acceptance. 40 D. Temporary Fencing 41 1. Provide and maintain for the duration or construction when required in contract 42 documents 43 E. Dust Control 01 50 00 - 3 TEMPORARY FACILITIES AND CONTROLS Page 3 of 4 CITY OF FORT WORTH PANTHER ISLAND SANITARY SEWER COLLECTOR STANDARD CONSTRUCTION SPECIFICATION DOCUMENTSCITY PROJECT No. 105247 Revised July 1, 2011 1 1. Contractor is responsible for maintaining dust control through the duration of the project. 2 a. Contractor remains on-call at all times 3 b. Must respond in a timely manner 4 F. Temporary Protection of Construction 5 1. Contractor or subcontractors are responsible for protecting Work from damage due to 6 weather. 7 1.5 SUBMITTALS [NOT USED] 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 [NOT USED] 12 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 13 1.11 FIELD [SITE] CONDITIONS [NOT USED] 14 1.12 WARRANTY [NOT USED] 15 PART 2 - PRODUCTS [NOT USED] 16 PART 3 - EXECUTION [NOT USED] 17 3.1 INSTALLERS [NOT USED] 18 3.2 EXAMINATION [NOT USED] 19 3.3 PREPARATION [NOT USED] 20 3.4 INSTALLATION 21 A. Temporary Facilities 22 1. Maintain all temporary facilities for duration of construction activities as needed. 23 3.5 [REPAIR] / [RESTORATION] 24 3.6 RE-INSTALLATION 25 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 26 3.8 SYSTEM STARTUP [NOT USED] 27 3.9 ADJUSTING [NOT USED] 28 3.10 CLEANING [NOT USED] 29 3.11 CLOSEOUT ACTIVITIES 30 A. Temporary Facilities 01 50 00 - 4 TEMPORARY FACILITIES AND CONTROLS Page 4 of 4 CITY OF FORT WORTH PANTHER ISLAND SANITARY SEWER COLLECTOR STANDARD CONSTRUCTION SPECIFICATION DOCUMENTSCITY PROJECT No. 105247 Revised July 1, 2011 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 7 Revision Log DATE NAME SUMMARY OF CHANGE 8 01 55 26 - 1 STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL Page 1 of 3 CITY OF FORT WORTH PANTHER ISLAND SANITARY SEWER COLLECTOR STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105247 Revised March 22, 2021 1 SECTION 01 55 26 2 STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL 3 PART 1 - 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. Contractor shall minimize lane closures and impact to vehicular/pedestrian 30 traffic. 31 b. When traffic control plans are included in the Drawings, provide Traffic 32 Control in accordance with Drawings and Section 34 71 13. 33 c. When traffic control plans are not included in the Drawings, prepare traffic 34 control plans in accordance with Section 34 71 13 and submit to City for 35 review. 36 1) Allow minimum 10 working days for review of proposed Traffic Control. 01 55 26 - 2 STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL Page 2 of 3 CITY OF FORT WORTH PANTHER ISLAND SANITARY SEWER COLLECTOR STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105247 Revised March 22, 2021 1 2) A traffic control “Typical” published by City of Fort Worth, the Texas 2 Manual unified Traffic Control Devices (TMUTCD) or Texas Department 3 of Transportation (TxDOT) can be used as an alternative to preparing a 4 project/site specific traffic control plan if the typical is applicable to the 5 specific project/site. 6 B. Street Use Permit 7 1. Prior to installation of Traffic Control, a City Street Use Permit is required. 8 a. To obtain Street Use Permit, submit Traffic Control Plans to City 9 Transportation and Public Works Department. 10 1) Allow a minimum of 5 working days for permit review. 11 2) Contractor’s responsibility to coordinate review of Traffic Control plans for 12 Street Use Permit, such that construction is not delayed. 13 C. Modification to Approved Traffic Control 14 1. Prior to installation traffic control: 15 a. Submit revised traffic control plans to City Department Transportation and 16 Public Works Department. 17 1) Revise Traffic Control plans in accordance with Section 34 71 13. 18 2) Allow minimum 5 working days for review of revised Traffic Control. 19 3) It is the Contractor’s responsibility to coordinate review of Traffic Control 20 plans for Street Use Permit, such that construction is not delayed. 21 D. Removal of Street Sign 22 1. If it is determined that a street sign must be removed for construction, then contact 23 City Transportation and Public Works Department, Signs and Markings Division to 24 remove the sign. 25 E. Temporary Signage 26 1. In the case of regulatory signs, replace permanent sign with temporary sign meeting 27 requirements of the latest edition of the Texas Manual on Uniform Traffic Control 28 Devices (MUTCD). 29 2. Install temporary sign before the removal of permanent sign. 30 3. When construction is complete, to the extent that the permanent sign can be 31 reinstalled, contact the City Transportation and Public Works Department, Signs 32 and Markings Division, to reinstall the permanent sign. 33 F. Traffic Control Standards 34 1. Traffic Control Standards can be found on the City’s website. 35 1.5 SUBMITTALS 36 A. Submit all required documentation to City’s Project Representative. 01 55 26 - 3 STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL Page 3 of 3 CITY OF FORT WORTH PANTHER ISLAND SANITARY SEWER COLLECTOR STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105247 Revised March 22, 2021 1 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 2 1.7 CLOSEOUT SUBMITTALS [NOT USED] 3 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 4 1.9 QUALITY ASSURANCE [NOT USED] 5 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 6 1.11 FIELD [SITE] CONDITIONS [NOT USED] 7 1.12 WARRANTY [NOT USED] 8 PART 2 - PRODUCTS [NOT USED] 9 PART 3 - EXECUTION [NOT USED] 10 END OF SECTION 11 Revision Log DATE NAME SUMMARY OF CHANGE 3/22/21021 M. Owen 1.4.A. Added language to emphasize minimizing of lane closures and impact to traffic. 1.4.A.1.c Added language to allow for use of published traffic control “Typicals” if applicable to specific project/site. 1.4.F. 1) Removed reference to Buzzsaw 1.5 Added language re: submittal of permit 12 01 57 13 - 1 STORM WATER POLLUTION PREVENTION Page 1 of 3 CITY OF FORT WORTH PANTHER ISLAND SANITARY SEWER COLLECTOR STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105247 Revised July 1, 2011 1 SECTION 01 57 13 2 STORM WATER POLLUTION PREVENTION 3 PART 1 - 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 31 25 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 31 25 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. 01 57 13 - 2 STORM WATER POLLUTION PREVENTION Page 2 of 3 CITY OF FORT WORTH PANTHER ISLAND SANITARY SEWER COLLECTOR STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105247 Revised July 1, 2011 1 B. Construction Activities resulting in: 2 1. Less than 1 acre of disturbance 3 a. Provide erosion and sediment control in accordance with Section 31 25 00 and 4 Drawings. 5 2. 1 to less than 5 acres of disturbance 6 a. Texas Pollutant Discharge Elimination System (TPDES) General Construction 7 Permit is required 8 b. Complete SWPPP in accordance with TCEQ requirements 9 1) TCEQ Small Construction Site Notice Required under general permit 10 TXR150000 11 a) Sign and post at job site 12 b) Prior to Preconstruction Meeting, send 1 copy to City Department of 13 Transportation and Public Works, Environmental Division, (817) 392- 14 6088. 15 2) Provide erosion and sediment control in accordance with: 16 a) Section 31 25 00 17 b) The Drawings 18 c) TXR150000 General Permit 19 d) SWPPP 20 e) TCEQ requirements 21 3. 5 acres or more of Disturbance 22 a. Texas Pollutant Discharge Elimination System (TPDES) General Construction 23 Permit is required 24 b. Complete SWPPP in accordance with TCEQ requirements 25 1) Prepare a TCEQ NOI form and submit to TCEQ along with required fee 26 a) Sign and post at job site 27 b) Send copy to City Department of Transportation and Public Works, 28 Environmental Division, (817) 392-6088. 29 2) TCEQ Notice of Change required if making changes or updates to NOI 30 3) Provide erosion and sediment control in accordance with: 31 a) Section 31 25 00 32 b) The Drawings 33 c) TXR150000 General Permit 34 d) SWPPP 35 e) TCEQ requirements 36 4) Once the project has been completed and all the closeout requirements of 37 TCEQ have been met a TCEQ Notice of Termination can be submitted. 38 a) Send copy to City Department of Transportation and Public Works, 39 Environmental Division, (817) 392-6088. 40 1.5 SUBMITTALS 41 A. SWPPP 42 1. Submit in accordance with Section 01 33 00, except as stated herein. 43 a. Prior to the Preconstruction Meeting, submit a draft copy of SWPPP to the City 44 as follows: 45 1) 1 copy to the City Project Manager 46 a) City Project Manager will forward to the City Department of 47 Transportation and Public Works, Environmental Division for review 01 57 13 - 3 STORM WATER POLLUTION PREVENTION Page 3 of 3 CITY OF FORT WORTH PANTHER ISLAND SANITARY SEWER COLLECTOR STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105247 Revised July 1, 2011 1 B. Modified SWPPP 2 1. If the SWPPP is revised during construction, resubmit modified SWPPP to the City 3 in accordance with Section 01 33 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 END OF SECTION 14 Revision Log DATE NAME SUMMARY OF CHANGE 15 01 58 13 - 1 TEMPORARY PROJECT SIGNAGE Page 1 of 3 CITY OF FORT WORTH PANTHER ISLAND SANITARY SEWER COLLECTOR STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105247 Revised July 1, 2011 1 SECTION 01 58 13 2 TEMPORARY PROJECT SIGNAGE 3 PART 1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Temporary Project Signage Requirements 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 [NOT USED] 18 1.5 SUBMITTALS [NOT USED] 19 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 20 1.7 CLOSEOUT SUBMITTALS [NOT USED] 21 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 22 1.9 QUALITY ASSURANCE [NOT USED] 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 27 2.1 OWNER-FURNISHED [OR] OWNER-SUPPLIEDPRODUCTS [NOT USED] 28 2.2 EQUIPMENT, PRODUCT TYPES, AND MATERIALS 29 A. Design Criteria 30 1. Provide free standing Project Designation Sign in accordance with City’s Standard 31 Details for project signs. 01 58 13 - 2 TEMPORARY PROJECT SIGNAGE Page 2 of 3 CITY OF FORT WORTH PANTHER ISLAND SANITARY SEWER COLLECTOR STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105247 Revised July 1, 2011 1 B. Materials 2 1. Sign 3 a. Constructed of ¾-inch fir plywood, grade A-C (exterior) or better 4 2.3 ACCESSORIES [NOT USED] 5 2.4 SOURCE QUALITY CONTROL [NOT USED] 6 PART 3 - EXECUTION 7 3.1 INSTALLERS [NOT USED] 8 3.2 EXAMINATION [NOT USED] 9 3.3 PREPARATION [NOT USED] 10 3.4 INSTALLATION 11 A. General 12 1. Provide vertical installation at extents of project. 13 2. Relocate sign as needed, upon request of the City. 14 B. Mounting options 15 a. Skids 16 b. Posts 17 c. Barricade 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 [NOT USED] 24 3.11 CLOSEOUT ACTIVITIES [NOT USED] 25 3.12 PROTECTION [NOT USED] 26 3.13 MAINTENANCE 27 A. General 28 1. Maintenance will include painting and repairs as needed or directed by the City. 29 3.14 ATTACHMENTS [NOT USED] 30 END OF SECTION 01 58 13 - 3 TEMPORARY PROJECT SIGNAGE Page 3 of 3 CITY OF FORT WORTH PANTHER ISLAND SANITARY SEWER COLLECTOR STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105247 Revised July 1, 2011 1 Revision Log DATE NAME SUMMARY OF CHANGE 2 01 60 00 - 1 PRODUCT REQUIREMENTS Page 1 of 2 CITY OF FORT WORTH PANTHER ISLAND SANITARY SEWER COLLECTOR STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105247 Revised March 9, 2020 1 SECTION 01 60 00 2 PRODUCT REQUIREMENTS 3 PART 1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. References for Product Requirements and City Standard Products List 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 [NOT USED] 13 1.3 REFERENCES [NOT USED] 14 1.4 ADMINISTRATIVE REQUIREMENTS 15 A. A list of City approved products for use is available through the City’s website at: 16 https://apps.fortworthtexas.gov/ProjectResources/ and following the directory path: 17 1. 02-Construction Documents/Standard Products List 18 B. Only products specifically included on City’s Standard Product List in these Contract 19 Documents shall be allowed for use on the Project. 20 1. Any subsequently approved products will only be allowed for use upon specific 21 approval by the City. 22 C. Any specific product requirements in the Contract Documents supersede similar 23 products included on the City’s Standard Product List. 24 1. The City reserves the right to not allow products to be used for certain projects even 25 though the product is listed on the City’s Standard Product List. 26 D. Although a specific product is included on City’s Standard Product List, not all 27 products from that manufacturer are approved for use, including but not limited to, that 28 manufacturer’s standard product. 29 E. See Section 01 33 00 for submittal requirements of Product Data included on City’s 30 Standard Product List. 31 1.5 SUBMITTALS [NOT USED] 32 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 33 1.7 CLOSEOUT SUBMITTALS [NOT USED] 34 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 35 1.9 QUALITY ASSURANCE [NOT USED] 01 60 00 - 2 PRODUCT REQUIREMENTS Page 2 of 2 CITY OF FORT WORTH PANTHER ISLAND SANITARY SEWER COLLECTOR STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105247 Revised March 9, 2020 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 10/12/12 D. Johnson Modified Location of City’s Standard Product List 3/9/2020 D.V. Magana Removed reference to Buzzsaw and noted that the City approved products list is accessible through the City website. 8 01 66 00 - 1 PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 1 of 4 CITY OF FORT WORTH PANTHER ISLAND SANITARY SEWER COLLECTOR STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105247 Revised July 1, 2011 1 SECTION 01 66 00 2 PRODUCT STORAGE AND HANDLING REQUIREMENTS 3 PART 1 - 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 SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT 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. 01 66 00 - 2 PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 2 of 4 CITY OF FORT WORTH PANTHER ISLAND SANITARY SEWER COLLECTOR STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105247 Revised July 1, 2011 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. 01 66 00 - 3 PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 3 of 4 CITY OF FORT WORTH PANTHER ISLAND SANITARY SEWER COLLECTOR STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105247 Revised July 1, 2011 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 01 66 00 - 4 PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 4 of 4 CITY OF FORT WORTH PANTHER ISLAND SANITARY SEWER COLLECTOR STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105247 Revised July 1, 2011 Revision Log DATE NAME SUMMARY OF CHANGE 1 01 70 00 - 1 MOBILIZATION AND REMOBILIZATION Page 1 of 4 CITY OF FORT WORTH PANTHER ISLAND SANITARY SEWER COLLECTOR STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105247 Revised November 22, 2016 1 SECTION 01 70 00 2 MOBILIZATION AND REMOBILIZATION 3 PART 1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Mobilization and Demobilization 7 a. Mobilization 8 1) Transportation of Contractor’s personnel, equipment, and operating supplies 9 to the Site 10 2) Establishment of necessary general facilities for the Contractor’s operation 11 at the Site 12 3) Premiums paid for performance and payment bonds 13 4) Transportation of Contractor’s personnel, equipment, and operating supplies 14 to another location within the designated Site 15 5) Relocation of necessary general facilities for the Contractor’s operation 16 from 1 location to another location on the Site. 17 b. Demobilization 18 1) Transportation of Contractor’s personnel, equipment, and operating supplies 19 away from the Site including disassembly 20 2) Site Clean-up 21 3) Removal of all buildings and/or other facilities assembled at the Site for this 22 Contract 23 c. Mobilization and Demobilization do not include activities for specific items of 24 work that are for which payment is provided elsewhere in the contract. 25 2. Remobilization 26 a. Remobilization for Suspension of Work specifically required in the Contract 27 Documents or as required by City includes: 28 1) Demobilization 29 a) Transportation of Contractor’s personnel, equipment, and operating 30 supplies from the Site including disassembly or temporarily securing 31 equipment, supplies, and other facilities as designated by the Contract 32 Documents necessary to suspend the Work. 33 b) Site Clean-up as designated in the Contract Documents 34 2) Remobilization 35 a) Transportation of Contractor’s personnel, equipment, and operating 36 supplies to the Site necessary to resume the Work. 37 b) Establishment of necessary general facilities for the Contractor’s 38 operation at the Site necessary to resume the Work. 39 3) No Payments will be made for: 40 a) Mobilization and Demobilization from one location to another on the 41 Site in the normal progress of performing the Work. 42 b) Stand-by or idle time 43 c) Lost profits 44 3. Mobilizations and Demobilization for Miscellaneous Projects 45 a. Mobilization and Demobilization 01 70 00 - 2 MOBILIZATION AND REMOBILIZATION Page 2 of 4 CITY OF FORT WORTH PANTHER ISLAND SANITARY SEWER COLLECTOR STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105247 Revised November 22, 2016 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. 01 70 00 - 3 MOBILIZATION AND REMOBILIZATION Page 3 of 4 CITY OF FORT WORTH PANTHER ISLAND SANITARY SEWER COLLECTOR STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105247 Revised November 22, 2016 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 1.1.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] 01 70 00 - 4 MOBILIZATION AND REMOBILIZATION Page 4 of 4 CITY OF FORT WORTH PANTHER ISLAND SANITARY SEWER COLLECTOR STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105247 Revised November 22, 2016 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 11/22/16 Michael Owen 1.2 Price and Payment Procedures - Revised specification, including blue text, to make specification flexible for either subsidiary or paid bid item for Mobilization. 7 01 71 23 - 1 CONSTRUCTION STAKING AND SURVEY Page 1 of 8 CITY OF FORT WORTH PANTHER ISLAND SANITARY SEWER COLLECTOR STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105247 Revised February 14, 2018 1 SECTION 01 71 23 2 CONSTRUCTION STAKING AND SURVEY 3 PART 1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Requirements for construction staking and construction survey 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. 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. Construction Staking 15 a. Measurement 16 1) Measurement for this Item shall be by lump sum. 17 b. Payment 18 1) The work performed and the materials furnished in accordance with this 19 Item shall be paid for at the lump sum price bid for “Construction Staking”. 20 2) Payment for “Construction Staking” shall be made in partial payments 21 prorated by work completed compared to total work included in the lump 22 sum item. 23 c. The price bid shall include, but not be limited to the following: 24 1) Verification of control data provided by City. 25 2) Placement, maintenance and replacement of required stakes and markings 26 in the field. 27 3) Preparation and submittal of construction staking documentation in the 28 form of “cut sheets” using the City’s standard template. 29 2. Construction Survey 30 a. Measurement 31 1) This Item is considered subsidiary to the various Items bid. 32 b. Payment 33 1) The work performed and the materials furnished in accordance with this 34 Item are subsidiary to the various Items bid and no other compensation will be 35 allowed. 36 3. As-Built Survey 37 a. Measurement 38 1) Measurement for this Item shall be by lump sum. 39 b. Payment 40 1) The work performed and the materials furnished in accordance with this 41 Item shall be paid for at the lump sum price bid for “As-Built Survey”. 01 71 23 - 2 CONSTRUCTION STAKING AND SURVEY Page 2 of 8 CITY OF FORT WORTH PANTHER ISLAND SANITARY SEWER COLLECTOR STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105247 Revised February 14, 2018 1 2) Payment for “Construction Staking” shall be made in partial payments 2 prorated by work completed compared to total work included in the lump sum 3 item. 4 c. The price bid shall include, but not be limited to the following:: 5 1) Field measurements and survey shots to identify location of completed 6 facilities. 7 2) Documentation and submittal of as-built survey data onto contractor redline 8 plans and digital survey files. 9 10 1.3 REFERENCES 11 A. Definitions 12 1. Construction Survey - The survey measurements made prior to or while 13 construction is in progress to control elevation, horizontal position, dimensions and 14 configuration of structures/improvements included in the Project Drawings. 15 2. As-built Survey –The measurements made after the construction of the 16 improvement features are complete to provide position coordinates for the features 17 of a project. 18 3. Construction Staking – The placement of stakes and markings to provide offsets 19 and elevations to cut and fill in order to locate on the ground the designed 20 structures/improvements included in the Project Drawings. Construction staking 21 shall include staking easements and/or right of way if indicated on the plans. 22 4. Survey “Field Checks” – Measurements made after construction staking is 23 completed and before construction work begins to ensure that structures marked on 24 the ground are accurately located per Project Drawings. 25 B. Technical References 26 1. City of Fort Worth – Construction Staking Standards (available on City’s Buzzsaw 27 website) – 01 71 23.16.01_ Attachment A_Survey Staking Standards 28 2. City of Fort Worth - Standard Survey Data Collector Library (fxl) files (available 29 on City’s Buzzsaw website). 30 3. Texas Department of Transportation (TxDOT) Survey Manual, latest revision 31 4. Texas Society of Professional Land Surveyors (TSPS), Manual of Practice for Land 32 Surveying in the State of Texas, Category 5 33 34 1.4 ADMINISTRATIVE REQUIREMENTS 35 A. The Contractor’s selection of a surveyor must comply with Texas Government 36 Code 2254 (qualifications based selection) for this project. 37 1.5 SUBMITTALS 38 A. Submittals, if required, shall be in accordance with Section 01 33 00. 39 B. All submittals shall be received and reviewed by the City prior to delivery of work. 40 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 41 A. Field Quality Control Submittals 01 71 23 - 3 CONSTRUCTION STAKING AND SURVEY Page 3 of 8 CITY OF FORT WORTH PANTHER ISLAND SANITARY SEWER COLLECTOR STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105247 Revised February 14, 2018 1 1. Documentation verifying accuracy of field engineering work, including coordinate 2 conversions if plans do not indicate grid or ground coordinates. 3 2. Submit “Cut-Sheets” conforming to the standard template provided by the City 4 (refer to 01 71 23.16.01 – Attachment A – Survey Staking Standards). 5 1.7 CLOSEOUT SUBMITTALS 6 B. As-built Redline Drawing Submittal 7 1. Submit As-Built Survey Redline Drawings documenting the locations/elevations of 8 constructed improvements signed and sealed by Registered Professional Land 9 Surveyor (RPLS) responsible for the work (refer to 01 71 23.16.01 – Attachment A 10 – Survey Staking Standards) . 11 2. Contractor shall submit the proposed as-built and completed redline drawing 12 submittal one (1) week prior to scheduling the project final inspection for City 13 review and comment. Revisions, if necessary, shall be made to the as-built redline 14 drawings and resubmitted to the City prior to scheduling the construction final 15 inspection. 16 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 17 1.9 QUALITY ASSURANCE 18 A. Construction Staking 19 1. Construction staking will be performed by the Contractor. 20 2. Coordination 21 a. Contact City’s Project Representative at least one week in advance notifying 22 the City of when Construction Staking is scheduled. 23 b. It is the Contractor’s responsibility to coordinate staking such that 24 construction activities are not delayed or negatively impacted. 25 3. General 26 a. Contractor is responsible for preserving and maintaining stakes. If City 27 surveyors are required to re-stake for any reason, the Contractor will be 28 responsible for costs to perform staking. If in the opinion of the City, a 29 sufficient number of stakes or markings have been lost, destroyed disturbed or 30 omitted that the contracted Work cannot take place then the Contractor will be 31 required to stake or re-stake the deficient areas. 32 B. Construction Survey 33 1. Construction Survey will be performed by the Contractor. 34 2. Coordination 35 a. Contractor to verify that horizontal and vertical control data established in the 36 design survey and required for construction survey is available and in place. 37 3. General 38 a. Construction survey will be performed in order to construct the work shown 39 on the Construction Drawings and specified in the Contract Documents. 40 b. For construction methods other than open cut, the Contractor shall perform 41 construction survey and verify control data including, but not limited to, the 42 following: 43 1) Verification that established benchmarks and control are accurate. 01 71 23 - 4 CONSTRUCTION STAKING AND SURVEY Page 4 of 8 CITY OF FORT WORTH PANTHER ISLAND SANITARY SEWER COLLECTOR STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105247 Revised February 14, 2018 1 2) Use of Benchmarks to furnish and maintain all reference lines and grades 2 for tunneling. 3 3) Use of line and grades to establish the location of the pipe. 4 4) Submit to the City copies of field notesused to establish all lines and 5 grades, if requested, and allow the City to check guidance system setup prior 6 to beginning each tunneling drive. 7 5) Provide access for the City, if requested, to verify the guidance system and 8 the line and grade of the carrier pipe. 9 6) The Contractor remains fully responsible for the accuracy of the work and 10 correction of it, as required. 11 7) Monitor line and grade continuously during construction. 12 8) Record deviation with respect to design line and grade once at each pipe 13 joint and submit daily records to the City. 14 9) If the installation does not meet the specified tolerances (as outlined in 15 Sections 33 05 23 and/or 33 05 24), immediately notify the City and correct 16 the installation in accordance with the Contract Documents. 17 C. As-Built Survey 18 1. Required As-Built Survey will be performed by the Contractor. 19 2. Coordination 20 a. Contractor is to coordinate with City to confirm which features require as- 21 built surveying. 22 b. It is the Contractor’s responsibility to coordinate the as-built survey and 23 required measurements for items that are to be buried such that construction 24 activities are not delayed or negatively impacted. 25 c. For sewer mains and water mains 12” and under in diameter, it is acceptable 26 to physically measure depth and mark the location during the progress of 27 construction and take as-built survey after the facility has been buried. The 28 Contractor is responsible for the quality control needed to ensure accuracy. 29 3. General 30 a. The Contractor shall provide as-built survey including the elevation and 31 location (and provide written documentation to the City) of construction 32 features during the progress of the construction including the following: 33 1) Water Lines 34 a) Top of pipe elevations and coordinates for waterlines at the following 35 locations: 36 (1) Minimum every 250 linear feet, including 37 (2) Horizontal and vertical points of inflection, curvature, 38 etc. 39 (3) Fire line tee 40 (4) Plugs, stub-outs, dead-end lines 41 (5) Casing pipe (each end) and all buried fittings 42 2) Sanitary Sewer 43 a) Top of pipe elevations and coordinates for force mains and siphon 44 sanitary sewer lines (non-gravity facilities) at the following locations: 45 (1) Minimum every 250 linear feet and any buried fittings 46 (2) Horizontal and vertical points of inflection, curvature, 47 etc. 48 3) Stormwater – Not Applicable 01 71 23 - 5 CONSTRUCTION STAKING AND SURVEY Page 5 of 8 CITY OF FORT WORTH PANTHER ISLAND SANITARY SEWER COLLECTOR STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105247 Revised February 14, 2018 1 b. The Contractor shall provide as-built survey including the elevation and 2 location (and provide written documentation to the City) of construction 3 features after the construction is completed including the following: 4 1) Manholes 5 a) Rim and flowline elevations and coordinates for each manhole 6 2) Water Lines 7 a) Cathodic protection test stations 8 b) Sampling stations 9 c) Meter boxes/vaults (All sizes) 10 d) Fire hydrants 11 e) Valves (gate, butterfly, etc.) 12 f) Air Release valves (Manhole rim and vent pipe) 13 g) Blow off valves (Manhole rim and valve lid) 14 h) Pressure plane valves 15 i) Underground Vaults 16 (1) Rim and flowline elevations and coordinates for each 17 Underground Vault. 18 3) Sanitary Sewer 19 a) Cleanouts 20 (1) Rim and flowline elevations and coordinates for each 21 b) Manholes and Junction Structures 22 (1) Rim and flowline elevations and coordinates for each 23 manhole and junction structure. 24 4) Stormwater – Not Applicable 25 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 26 1.11 FIELD [SITE] CONDITIONS [NOT USED] 27 1.12 WARRANTY 28 PART 2 - PRODUCTS 29 A. A construction survey will produce, but will not be limited to: 30 1. Recovery of relevant control points, points of curvature and points of intersection. 31 2. Establish temporary horizontal and vertical control elevations (benchmarks) 32 sufficiently permanent and located in a manner to be used throughout construction. 33 3. The location of planned facilities, easements and improvements. 34 a. Establishing final line and grade stakes for piers, floors, grade beams, parking 35 areas, utilities, streets, highways, tunnels, and other construction. 36 b. A record of revisions or corrections noted in an orderly manner for reference. 37 c. A drawing, when required by the client, indicating the horizontal and vertical 38 location of facilities, easements and improvements, as built. 39 4. Cut sheets shall be provided to the City inspector and Survey Superintendent for all 40 construction staking projects. These cut sheets shall be on the standard city template 41 which can be obtained from the Survey Superintendent (817-392-7925). 42 5. Digital survey files in the following formats shall be acceptable: 43 a. AutoCAD (.dwg) 44 b. ESRI Shapefile (.shp) 01 71 23 - 6 CONSTRUCTION STAKING AND SURVEY Page 6 of 8 CITY OF FORT WORTH PANTHER ISLAND SANITARY SEWER COLLECTOR STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105247 Revised February 14, 2018 1 c. CSV file (.csv), formatted with X and Y coordinates in separate columns (use 2 standard templates, if available) 3 6. Survey files shall include vertical and horizontal data tied to original project 4 control and benchmarks, and shall include feature descriptions 5 PART 3 - EXECUTION 6 3.1 INSTALLERS 7 A. Tolerances: 8 1. The staked location of any improvement or facility should be as accurate as 9 practical and necessary. The degree of precision required is dependent on many 10 factors all of which must remain judgmental. The tolerances listed hereafter are 11 based on generalities and, under certain circumstances, shall yield to specific 12 requirements. The surveyor shall assess any situation by review of the overall plans 13 and through consultation with responsible parties as to the need for specific 14 tolerances. 15 a. Earthwork: Grades for earthwork or rough cut should not exceed 0.1 ft. vertical 16 tolerance. Horizontal alignment for earthwork and rough cut should not exceed 17 1.0 ft. tolerance. 18 b. Horizontal alignment on a structure shall be within .0.1ft tolerance. 19 c. Paving or concrete for streets, curbs, gutters, parking areas, drives, alleys and 20 walkways shall be located within the confines of the site boundaries and, 21 occasionally, along a boundary or any other restrictive line. Away from any 22 restrictive line, these facilities should be staked with an accuracy producing no 23 more than 0.05ft. tolerance from their specified locations. 24 d. Underground and overhead utilities, such as sewers, gas, water, telephone and 25 electric lines, shall be located horizontally within their prescribed areas or 26 easements. Within assigned areas, these utilities should be staked with an 27 accuracy producing no more than 0.1 ft tolerance from a specified location. 28 e. The accuracy required for the vertical location of utilities varies widely. Many 29 underground utilities require only a minimum cover and a tolerance of 0.1 ft. 30 should be maintained. Underground and overhead utilities on planned profile, 31 but not depending on gravity flow for performance, should not exceed 0.1 ft. 32 tolerance. 33 B. Surveying instruments shall be kept in close adjustment according to manufacturer’s 34 specifications or in compliance to standards. The City reserves the right to request a 35 calibration report at any time and recommends regular maintenance schedule be 36 performed by a certified technician every 6 months. 37 1. Field measurements of angles and distances shall be done in such fashion as to 38 satisfy the closures and tolerances expressed in Part 3.1.A. 39 2. Vertical locations shall be established from a pre-established benchmark and 40 checked by closing to a different bench mark on the same datum. 41 3. Construction survey field work shall correspond to the client’s plans. Irregularities 42 or conflicts found shall be reported promptly to the City. 43 4. Revisions, corrections and other pertinent data shall be logged for future reference. 44 01 71 23 - 7 CONSTRUCTION STAKING AND SURVEY Page 7 of 8 CITY OF FORT WORTH PANTHER ISLAND SANITARY SEWER COLLECTOR STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105247 Revised February 14, 2018 1 3.2 EXAMINATION [NOT USED] 2 3.3 PREPARATION [NOT USED] 3 3.4 APPLICATION 4 3.5 REPAIR / RESTORATION 5 A. If the Contractor’s work damages or destroys one or more of the control 6 monuments/points set by the City, the monuments shall be adequately referenced for 7 expedient restoration. 8 1. Notify City if any control data needs to be restored or replaced due to damage 9 caused during construction operations. 10 a. Contractor shall perform replacements and/or restorations. 11 b. The City may require at any time a survey “Field Check” of any monument 12 or benchmarks that are set be verified by the City surveyors before further 13 associated work can move forward. 14 3.6 RE-INSTALLATION [NOT USED] 15 3.7 FIELD [OR] SITE QUALITY CONTROL 16 A. It is the Contractor’s responsibility to maintain all stakes and control data placed by the 17 City in accordance with this Specification. This includes easements and right of way, if 18 noted on the plans. 19 B. Do not change or relocate stakes or control data without approval from the City. 20 3.8 SYSTEM STARTUP 21 A. Survey Checks 22 1. The City reserves the right to perform a Survey Check at any time deemed 23 necessary. 24 2. Checks by City personnel or 3 rd party contracted surveyor are not intended to 25 relieve the contractor of his/her responsibility for accuracy. 26 27 3.9 ADJUSTING [NOT USED] 28 3.10 CLEANING [NOT USED] 29 3.11 CLOSEOUT ACTIVITIES [NOT USED] 30 3.12 PROTECTION [NOT USED] 31 3.13 MAINTENANCE [NOT USED] 32 3.14 ATTACHMENTS [NOT USED] 33 END OF SECTION 01 71 23 - 8 CONSTRUCTION STAKING AND SURVEY Page 8 of 8 CITY OF FORT WORTH PANTHER ISLAND SANITARY SEWER COLLECTOR STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105247 Revised February 14, 2018 1 Revision Log DATE NAME SUMMARY OF CHANGE 8/31/2012 D. Johnson 8/31/2017 M. Owen Added instruction and modified measurement & payment under 1.2; added definitions and references under 1.3; modified 1.6; added 1.7 closeout submittal requirements; modified 1.9 Quality Assurance; added PART 2 – PRODUCTS ; Added 3.1 Installers; added 3.5 Repair/Restoration; and added 3.8 System Startup. 2/14/2018 M Owen Removed “blue text”; revised measurement and payment sections for Construction Staking and As-Built Survey; added reference to selection compliance with TGC 2254; revised action and Closeout submittal requirements; added acceptable depth measurement criteria; revised list of items requiring as-built survey “during” and “after” construction; and revised acceptable digital survey file format 2 K:\FTW_Utilities\061018464-CFW-Panther-Island-Sewer\SPEC\Division-01 General Requirements\01 71 23.16.01_Attachment A_Survey Staking Standards.doc Page 1 of 26 Section 01 71 23.01 - Attachment A Survey Staking Standards February 2017 K:\FTW_Utilities\061018464-CFW-Panther-Island-Sewer\SPEC\Division-01 General Requirements\01 71 23.16.01_Attachment A_Survey Staking Standards.doc Page 2 of 26 These procedures are intended to provide a standard method for construction staking services associated with the City of Fort Worth projects. These are not to be considered all inclusive, but only as a general guideline. For projects on TXDOT right-of-way or through joint TXDOT participation, adherence to the TXDOT Survey Manual shall be followed and if a discrepancy arises, the TXDOT manual shall prevail. (http://onlinemanuals.txdot.gov/txdotmanuals/ess/ess.pdf) If you have a unique circumstance, please consult with the project manager, inspector, or survey department at 817-392-7925. Table of Contents I. City of Fort Worth Contact Information II. Construction Colors III. Standard Staking Supplies IV. Survey Equipment, Control, and Datum Standards V. Water Staking VI. Sanitary Sewer Staking VII. Storm Staking VIII.Curb and Gutter Staking IX. Cut Sheets X. As-built Survey K:\FTW_Utilities\061018464-CFW-Panther-Island-Sewer\SPEC\Division-01 General Requirements\01 71 23.16.01_Attachment A_Survey Staking Standards.doc Page 3 of 26 I. Survey Department Contact Information Physical and mailing address: 8851 Camp Bowie West Boulevard Suite 300 Fort Worth, Texas 76116 Office: (817) 392-7925 Survey Superintendent, direct line: (817) 392-8971 II. Construction Colors The following colors shall be used for staking or identifying features in the field. This includes flagging, paint of laths/stakes, paint of hubs, and any identification such as pin flags if necessary. Utility Color PROPOSED EXCAVATION WHITE ALL ELECTRIC AND CONDUITS RED POTABLE WATER BLUE GAS OR OIL YELLOW TELEPHONE/FIBER OPTIC ORANGE SURVEY CONTROL POINTS, BENCHMARKS, PROPERTY CORNERS, RIGHT-OF-WAYS, AND ALL PAVING INCLUDING CURB, SIDEWALK, BUILDING CORNERS PINK SANITARY SEWER GREEN IRRIGATION AND RECLAIMED WATER PURPLE III. Standard Staking Supplies Item Minimum size Lath/Stake 36" tall Wooden Hub (2"x2" min. square preferred)6" tall Pin Flags (2.5" x 3.5" preferred)21" long Guard Stakes Not required PK or Mag nails 1" long Iron Rods (1/2” or greater diameter)18” long Survey Marking Paint Water-based Flagging 1" wide Marking Whiskers (feathers)6" long Tacks (for marking hubs)3/4" long K:\FTW_Utilities\061018464-CFW-Panther-Island-Sewer\SPEC\Division-01 General Requirements\01 71 23.16.01_Attachment A_Survey Staking Standards.doc Page 4 of 26 IV.Survey Equipment, Control, and Datum Standards A. City Benchmarks All city benchmarks can be found here: http://fortworthtexas.gov/itsolutions/GIS/ Look for ‘Zoning Maps’. Under ‘Layers’ , expand ‘Basemap Layers’, and check on ‘Benchmarks’. B. Conventional or Robotic Total Station Equipment I. A minimum of a 10 arc-second instrument is required. II. A copy of the latest calibration report may be requested by the City at any time. It is recommended that an instrument be calibrated by certified technician at least 1 occurrence every 6 months. C. Network/V.R.S. and static GPS Equipment I. It is critical that the surveyor verify the correct horizontal and vertical datum prior commencing work. A site calibration may be required and shall consist of at least 4 control points spaced evenly apart and in varying quadrants. Additional field checks of the horizontal and vertical accuracies shall be completed and the City may ask for a copy of the calibration report at any time. II. Network GPS such as the Western Data Systems or SmartNet systems may be used for staking of property/R.O.W, forced-main water lines, and rough-grade only. No GPS staking for concrete, sanitary sewer, storm drain, final grade, or anything that needs vertical grading with a tolerance of 0.25’ or less is allowed. D. Control Points Set I. All control points set shall be accompanied by a lath with the appropriate Northing, Easting, and Elevation (if applicable) of the point set. Control points can be set rebar, ‘X’ in concrete, or any other appropriate item with a stable base and of a semi-permanent nature. A rebar cap is optional, but preferred if the cap is marked ‘control point’ or similar wording. II. Datasheets are required for all control points set. Datasheet should include: A. Horizontal and Vertical Datum used, Example: N.A.D.83, North Central Zone 4202, NAVD 88 Elevations B. Grid or ground distance. – If ground, provide scale factor used and base point coordinate, Example: C.S.F.=0.999125, Base point=North: 0, East=0 C. Geoid model used, Example: GEOID12A K:\FTW_Utilities\061018464-CFW-Panther-Island-Sewer\SPEC\Division-01 General Requirements\01 71 23.16.01_Attachment A_Survey Staking Standards.doc Page 5 of 26 E. Preferred Grid Datum Although many plan sets can be in surface coordinates, the City’s preferred grid datum is listed below. Careful consideration must be taken to verify what datum each project is in prior to beginning work. It is essential the surveyor be familiar with coordinate transformations and how a grid/surface/assumed coordinate system affect a project. Projected Coordinate System: NAD_1983_StatePlane_Texas_North_Central_FIPS_4202_Feet Projection: Lambert_Conformal_Conic False_Easting: 1968500.00000000 False_Northing: 6561666.66666667 Central_Meridian: -98.50000000 Standard_Parallel_1: 32.13333333 Standard_Parallel_2: 33.96666667 Latitude_Of_Origin: 31.66666667 Linear Unit: Foot_US Geographic Coordinate System: GCS_North_American_1983 Datum: D_North_American_1983 Prime Meridian: Greenwich Angular Unit: Degree Note: Regardless of what datum each particular project is in, deliverables to the City must be converted/translated into this preferred grid datum. 1 copy of the deliverable should be in the project datum (whatever it may be) and 1 copy should be in the NAD83, TX North Central 4202 zone. See Preferred File Naming Convention below F. Preferred Deliverable Format .txt .csv .dwg .job G. Preferred Data Format P,N,E,Z,D,N Point Number, Northing, Easting, Elevation, Description, Notes (if applicable) H. Preferred File Naming Convention This is the preferred format: City Project Number_Description_Datum.csv Example for a project that has surface coordinates which must be translated: File 1: C1234_As-built of Water on Main Street_Grid NAD83 TXSP 4202.csv K:\FTW_Utilities\061018464-CFW-Panther-Island-Sewer\SPEC\Division-01 General Requirements\01 71 23.16.01_Attachment A_Survey Staking Standards.doc Page 6 of 26 File 2: C1234_As-built of Water on Main Street_Project Specific Datum.csv Example Control Stakes K:\FTW_Utilities\061018464-CFW-Panther-Island-Sewer\SPEC\Division-01 General Requirements\01 71 23.16.01_Attachment A_Survey Staking Standards.doc Page 7 of 26 V. Water Staking Standards K:\FTW_Utilities\061018464-CFW-Panther-Island-Sewer\SPEC\Division-01 General Requirements\01 71 23.16.01_Attachment A_Survey Staking Standards.doc Page 8 of 26 A. Centerline Staking – Straight Line Tangents I. Offset lath/stakes every 200’ on even stations II. Painted blue lath/stake only, no hub is required III. Grade is to top of pipe (T/P) for 12” diameter pipes or smaller IV. Grade to flow line (F/L) for 16” and larger diameter pipes V. Grade should be 3.50’ below the proposed top of curb line for 10” and smaller diameter pipes VI. Grade should be 4.00’ below the proposed top of curb line for 12” and larger diameter pipes VII. Cut Sheets are required on all staking and a copy can be received from the survey superintendent Optional: Actual stakes shall consist of a 60D nail or hub set with a whisker B. Centerline Staking - Curves I. If arc length is greater than 100’, POC (Point of Curvature) offset stakes should be set at a 25’ interval II. Same grading guidelines as above III. Staking of radius points of greater than 100’ may be omitted C. Water Meter Boxes I. 7.0’ perpendicular offset is preferred to the center of the box II. Center of the meter should be 3.0’ behind the proposed face of curb III. Meter should be staked a minimum of 4.5’ away from the edge of a driveway IV. Grade is to top of box and should be +0.06’ higher than the proposed top of curb unless shown otherwise on the plans D. Fire Hydrants I. Center of Hydrant should be 3.0’ behind proposed face of curb II. Survey offset stake should be 7.0’ from the center and perpendicular to the curb line or water main III. Grade of hydrants should be +0.30 higher than the adjacent top of curb E. Water Valves & Vaults I. Offsets should be perpendicular to the proposed water main II. RIM grades should only be provided if on plans Example Water Stakes K:\FTW_Utilities\061018464-CFW-Panther-Island-Sewer\SPEC\Division-01 General Requirements\01 71 23.16.01_Attachment A_Survey Staking Standards.doc Page 9 of 26 VI.Sanitary Sewer Staking K:\FTW_Utilities\061018464-CFW-Panther-Island-Sewer\SPEC\Division-01 General Requirements\01 71 23.16.01_Attachment A_Survey Staking Standards.doc Page 10 of 26 A. Centerline Staking – Straight Line Tangents I. Inverts shall be field verified and compared against the plans before staking II. Painted green lath/stake WITH hub and tack or marker dot, no flagging required III. 1 offset stake between manholes if manholes are 400’ or less apart IV. Offset stakes should be located at even distances and perpendicular to the centerline V. Grades will be per plan and the date of the plans used should be noted VI. If multiple lines are at one manhole, each line shall have a cut/fill and direction noted VII. Stakes at every grade break VIII. Cut sheets are required on all staking Optional: Actual stakes shall consist of a 60D nail or hub set with a whisker B. Centerline Staking – Curves I. If arc length is greater than 100’, POC (Point of Curvature) offset stakes should be set at a 25’ interval II. Staking of radius points of greater than 100’ may be omitted C. Sanitary Sewer Manholes I. 2 offset stakes per manhole for the purpose of providing alignment to the contractor II. Flowline grade should be on the lath/stake for each flowline and direction noted III. RIM grade should only be on the stake when provided in the plans K:\FTW_Utilities\061018464-CFW-Panther-Island-Sewer\SPEC\Division-01 General Requirements\01 71 23.16.01_Attachment A_Survey Staking Standards.doc Page 11 of 26 Example Sanitary Sewer Stakes K:\FTW_Utilities\061018464-CFW-Panther-Island-Sewer\SPEC\Division-01 General Requirements\01 71 23.16.01_Attachment A_Survey Staking Standards.doc Page 12 of 26 VII. Storm Sewer & Inlet Staking A. Centerline Staking – Straight Line Tangents I. 1 offset stake every 200’ on even stations II. Grades are to flowline of pipe unless otherwise shown on plans III. Stakes at every grade break IV. Cut sheets are required on all staking Optional: Actual stakes shall consist of a 60D nail or hub set with a whisker B. Centerline Staking – Curves I. If arc length is greater than 100’, POC (Point of Curvature) offset stakes should be set at a 25’ interval II. Staking of radius points of greater than 100’ may be omitted C. Storm Drain Inlets I. Staking distances should be measured from end of wing II. Standard 10’ Inlet = 16.00’ total length III. Recessed 10’ Inlet = 20.00’ total length IV. Standard double 10’ inlet = 26.67’ total length V. Recessed double 10’ inlet = 30.67’ total length D. Storm Drain Manholes I. 2 offset stakes per manhole for the purpose of providing alignment to the contractor II. Flowline grade should be on the lath/stake for each flowline and direction noted III. RIM grade should only be on the stake when provided in the plans K:\FTW_Utilities\061018464-CFW-Panther-Island-Sewer\SPEC\Division-01 General Requirements\01 71 23.16.01_Attachment A_Survey Staking Standards.doc Page 13 of 26 Example Storm Inlet Stakes K:\FTW_Utilities\061018464-CFW-Panther-Island-Sewer\SPEC\Division-01 General Requirements\01 71 23.16.01_Attachment A_Survey Staking Standards.doc Page 14 of 26 VIII. Curb and Gutter Staking A. Centerline Staking – Straight Line Tangents V. 1 offset stake every 50’ on even stations VI. Grades are to top of curb unless otherwise shown on plans VII. Stakes at every grade break VIII. Cut sheets are required on all staking Optional: Actual stakes shall consist of a 60D nail or hub set with a whisker B. Centerline Staking – Curves III. If arc length is greater than 100’, POC (Point of Curvature) offset stakes should be set at a 25’ interval IV. Staking of radius points of greater than 100’ may be omitted K:\FTW_Utilities\061018464-CFW-Panther-Island-Sewer\SPEC\Division-01 General Requirements\01 71 23.16.01_Attachment A_Survey Staking Standards.doc Page 15 of 26 Example Curb & Gutter Stakes Example Curb & Gutter Stakes at Intersection K:\FTW_Utilities\061018464-CFW-Panther-Island-Sewer\SPEC\Division-01 General Requirements\01 71 23.16.01_Attachment A_Survey Staking Standards.doc Page 16 of 26 K:\FTW_Utilities\061018464-CFW-Panther-Island-Sewer\SPEC\Division-01 General Requirements\01 71 23.16.01_Attachment A_Survey Staking Standards.doc Page 17 of 26 IX. Cut Sheets A. Date of field work B. Staking Method (GPS, total station) C. Project Name D. City Project Number (Example: C01234) E. Location (Address, cross streets, GPS coordinate) F. Survey company name G. Crew chief name H. A blank template can be obtained from the survey superintendent (see item I above) Standard City Cut Sheet Date: City Project Number: Project Name: Staking Method: GPS  TOTAL STATION  OTHER LOCATION: CONSULTANT/CONTRACTOR SURVEY CREW INITIALS ALL GRADES ARE TO FLOWLINE OR TOP OF CURB UNLESS OTHERWISE NOTED. OFFSET PROP.STAKED PT #STATION -LT/+RT DESCRIPTION GRADE ELEV.- CUT + FILL K:\FTW_Utilities\061018464-CFW-Panther-Island-Sewer\SPEC\Division-01 General Requirements\01 71 23.16.01_Attachment A_Survey Staking Standards.doc Page 18 of 26 X. As-built Survey A. Definition and Purpose The purpose of an as-built survey is to verify the asset was installed in the proper location and grade. Furthermore, the information gathered will be used to supplement the City’s GIS data and must be in the proper format when submitted. See section IV. As-built survey should include the following (additional items may be requested): Manholes Top of pipe elevations every 250 feet Horizontal and vertical points of inflection, curvature, etc. (All Fittings) Cathodic protection test stations Sampling stations Meter boxes/vaults (All sizes) Fire lines Fire hydrants Gate valves (rim and top of nut) Plugs, stub-outs, dead-end lines Air Release valves (Manhole rim and vent pipe) Blow off valves (Manhole rim and valve lid) Pressure plane valves Cleaning wyes Clean outs Casing pipe (each end) Inverts of pipes Turbo Meters K:\FTW_Utilities\061018464-CFW-Panther-Island-Sewer\SPEC\Division-01 General Requirements\01 71 23.16.01_Attachment A_Survey Staking Standards.doc Page 19 of 26 B. Example Deliverable A hand written red line by the field surveyor is acceptable in most cases. This should be a copy of the plans with the point number noted by each asset. If the asset is missing, then the surveyor should write “NOT FOUND” to notify the City. K:\FTW_Utilities\061018464-CFW-Panther-Island-Sewer\SPEC\Division-01 General Requirements\01 71 23.16.01_Attachment A_Survey Staking Standards.doc Page 20 of 26 K:\FTW_Utilities\061018464-CFW-Panther-Island-Sewer\SPEC\Division-01 General Requirements\01 71 23.16.01_Attachment A_Survey Staking Standards.doc Page 21 of 26 K:\FTW_Utilities\061018464-CFW-Panther-Island-Sewer\SPEC\Division-01 General Requirements\01 71 23.16.01_Attachment A_Survey Staking Standards.doc Page 22 of 26 K:\FTW_Utilities\061018464-CFW-Panther-Island-Sewer\SPEC\Division-01 General Requirements\01 71 23.16.01_Attachment A_Survey Staking Standards.doc Page 23 of 26 K:\FTW_Utilities\061018464-CFW-Panther-Island-Sewer\SPEC\Division-01 General Requirements\01 71 23.16.01_Attachment A_Survey Staking Standards.doc Page 24 of 26 Obviously the .csv or .txt file cannot be signed/sealed by a surveyor in the format requested. This is just an example and all this information should be noted when delivered to the City so it is clear to what coordinate system the data is in. K:\FTW_Utilities\061018464-CFW-Panther-Island-Sewer\SPEC\Division-01 General Requirements\01 71 23.16.01_Attachment A_Survey Staking Standards.doc Page 25 of 26 C. Other preferred as-built deliverable Some vendors have indicated that it is easier to deliver this information in a different format. Below is an example spreadsheet that is also acceptable and can be obtained by request from the survey superintendent. K:\FTW_Utilities\061018464-CFW-Panther-Island-Sewer\SPEC\Division-01 General Requirements\01 71 23.16.01_Attachment A_Survey Staking Standards.doc Page 26 of 26 01 74 23 - 1 CLEANING Page 1 of 4 CITY OF FORT WORTH PANTHER ISLAND SANITARY SEWER COLLECTOR STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105247 Revised July 1, 2011 1 SECTION 01 74 23 2 CLEANING 3 PART 1 - 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 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 [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. 01 74 23 - 2 CLEANING Page 2 of 4 CITY OF FORT WORTH PANTHER ISLAND SANITARY SEWER COLLECTOR STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105247 Revised July 1, 2011 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. 01 74 23 - 3 CLEANING Page 3 of 4 CITY OF FORT WORTH PANTHER ISLAND SANITARY SEWER COLLECTOR STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105247 Revised July 1, 2011 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. Interior Final Cleaning 22 1. Remove grease, mastic, adhesives, dust, dirt, stains, fingerprints, labels and other 23 foreign materials from sight-exposed surfaces. 24 2. Wipe all lighting fixture reflectors, lenses, lamps and trims clean. 25 3. Wash and shine glazing and mirrors. 26 4. Polish glossy surfaces to a clear shine. 27 5. Ventilating systems 28 a. Clean permanent filters and replace disposable filters if units were operated 29 during construction. 30 b. Clean ducts, blowers and coils if units were operated without filters during 31 construction. 32 6. Replace all burned out lamps. 33 7. Broom clean process area floors. 34 8. Mop office and control room floors. 35 D. Exterior (Site or Right of Way) Final Cleaning 36 1. Remove trash and debris containers from site. 37 a. Re-seed areas disturbed by location of trash and debris containers in accordance 38 with Section 32 92 13. 39 2. Sweep roadway to remove all rocks, pieces of asphalt, concrete or any other object 40 that may hinder or disrupt the flow of traffic along the roadway. 41 3. Clean any interior areas including, but not limited to, vaults, manholes, structures, 42 junction boxes and inlets. 01 74 23 - 4 CLEANING Page 4 of 4 CITY OF FORT WORTH PANTHER ISLAND SANITARY SEWER COLLECTOR STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105247 Revised July 1, 2011 1 4. If no longer required for maintenance of erosion facilities, and upon approval by 2 City, remove erosion control from site. 3 5. Clean signs, lights, signals, etc. 4 3.11 CLOSEOUT ACTIVITIES [NOT USED] 5 3.12 PROTECTION [NOT USED] 6 3.13 MAINTENANCE [NOT USED] 7 3.14 ATTACHMENTS [NOT USED] 8 END OF SECTION 9 Revision Log DATE NAME SUMMARY OF CHANGE 10 01 77 19 - 1 CLOSEOUT REQUIREMENTS Page 1 of 3 CITY OF FORT WORTH PANTHER ISLAND SANITARY SEWER COLLECTOR STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105247 Revised March 22, 2021 1 SECTION 01 77 19 2 CLOSEOUT REQUIREMENTS 3 PART 1 - GENERAL 4 1.1 SUMMARY 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. 01 77 19 - 2 CLOSEOUT REQUIREMENTS Page 2 of 3 CITY OF FORT WORTH PANTHER ISLAND SANITARY SEWER COLLECTOR STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105247 Revised March 22, 2021 1 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 01 78 39 11 2. Operation and Maintenance Data, if required, in accordance with Section 01 78 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. The Right-of-way shall be cleared of all construction materials, barricades, and 25 temporary signage. 26 4. Upon completion of Work associated with the items listed in the City's written 27 notice, inform the City, that the required Work has been completed. Upon receipt 28 of this notice, the City, in the presence of the Contractor, will make a subsequent 29 Final Inspection of the project. 30 5. Provide all special accessories required to place each item of equipment in full 31 operation. These special accessory items include, but are not limited to: 32 a. Specified spare parts 33 b. Adequate oil and grease as required for the first lubrication of the equipment 34 c. Initial fill up of all chemical tanks and fuel tanks 35 d. Light bulbs 36 e. Fuses 37 f. Vault keys 38 g. Handwheels 01 77 19 - 3 CLOSEOUT REQUIREMENTS Page 3 of 3 CITY OF FORT WORTH PANTHER ISLAND SANITARY SEWER COLLECTOR STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105247 Revised March 22, 2021 1 h. Other expendable items as required for initial start-up and operation of all 2 equipment 3 D. Notice of Project Completion 4 1. Once the City Project Representative finds the Work subsequent to Final Inspection 5 to be satisfactory, the City will issue a Notice of Project Completion (Green Sheet). 6 E. Supporting Documentation 7 1. Coordinate with the City Project Representative to complete the following 8 additional forms: 9 a. Final Payment Request 10 b. Statement of Contract Time 11 c. Affidavit of Payment and Release of Liens 12 d. Consent of Surety to Final Payment 13 e. Pipe Report (if required) 14 f. Contractor’s Evaluation of City 15 g. Performance Evaluation of Contractor 16 F. Letter of Final Acceptance 17 1. Upon review and acceptance of Notice of Project Completion and Supporting 18 Documentation, in accordance with General Conditions, City will issue Letter of 19 Final Acceptance and release the Final Payment Request for payment. 20 3.5 REPAIR / RESTORATION [NOT USED] 21 3.6 RE-INSTALLATION [NOT USED] 22 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 23 3.8 SYSTEM STARTUP [NOT USED] 24 3.9 ADJUSTING [NOT USED] 25 3.10 CLEANING [NOT USED] 26 3.11 CLOSEOUT ACTIVITIES [NOT USED] 27 3.12 PROTECTION [NOT USED] 28 3.13 MAINTENANCE [NOT USED] 29 3.14 ATTACHMENTS [NOT USED] 30 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 3/22/2021 M. Owen 3.4.C Added language to clarify and emphasize requirement to “Clearing ROW” 31 01 78 23 - 1 OPERATION AND MAINTENANCE DATA Page 1 of 5 CITY OF FORT WORTH PANTHER ISLAND SANITARY SEWER COLLECTOR STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105247 Revised December 20, 2012 1 SECTION 01 78 23 2 OPERATION AND MAINTENANCE DATA 3 PART 1 - 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 ½ 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 01 78 23 - 2 OPERATION AND MAINTENANCE DATA Page 2 of 5 CITY OF FORT WORTH PANTHER ISLAND SANITARY SEWER COLLECTOR STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105247 Revised December 20, 2012 1 d. Drawings 2 1) Provide reinforced punched binder tab, bind in with text 3 2) Reduce larger drawings and fold to size of text pages. 4 e. Provide fly-leaf for each separate product, or each piece of operating 5 equipment. 6 1) Provide typed description of product, and major component parts of 7 equipment. 8 2) Provide indexed tabs. 9 f. Cover 10 1) Identify each volume with typed or printed title "OPERATING AND 11 MAINTENANCE INSTRUCTIONS". 12 2) List: 13 a) Title of Project 14 b) Identity of separate structure as applicable 15 c) Identity of general subject matter covered in the manual 16 3. Binders 17 a. Commercial quality 3-ring binders with durable and cleanable plastic covers 18 b. When multiple binders are used, correlate the data into related consistent 19 groupings. 20 4. If available, provide an electronic form of the O&M Manual. 21 B. Manual Content 22 1. Neatly typewritten table of contents for each volume, arranged in systematic order 23 a. Contractor, name of responsible principal, address and telephone number 24 b. A list of each product required to be included, indexed to content of the volume 25 c. List, with each product: 26 1) The name, address and telephone number of the subcontractor or installer 27 2) A list of each product required to be included, indexed to content of the 28 volume 29 3) Identify area of responsibility of each 30 4) Local source of supply for parts and replacement 31 d. Identify each product by product name and other identifying symbols as set 32 forth in Contract Documents. 33 2. Product Data 34 a. Include only those sheets which are pertinent to the specific product. 35 b. Annotate each sheet to: 36 1) Clearly identify specific product or part installed 37 2) Clearly identify data applicable to installation 38 3) Delete references to inapplicable information 39 3. Drawings 40 a. Supplement product data with drawings as necessary to clearly illustrate: 41 1) Relations of component parts of equipment and systems 42 2) Control and flow diagrams 43 b. Coordinate drawings with information in Project Record Documents to assure 44 correct illustration of completed installation. 45 c. Do not use Project Record Drawings as maintenance drawings. 46 4. Written text, as required to supplement product data for the particular installation: 47 a. Organize in consistent format under separate headings for different procedures. 48 b. Provide logical sequence of instructions of each procedure. 01 78 23 - 3 OPERATION AND MAINTENANCE DATA Page 3 of 5 CITY OF FORT WORTH PANTHER ISLAND SANITARY SEWER COLLECTOR STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105247 Revised December 20, 2012 1 5. Copy of each warranty, bond and service contract issued 2 a. Provide information sheet for City personnel giving: 3 1) Proper procedures in event of failure 4 2) Instances which might affect validity of warranties or bonds 5 C. Manual for Materials and Finishes 6 1. Submit 5 copies of complete manual in final form. 7 2. Content, for architectural products, applied materials and finishes: 8 a. Manufacturer's data, giving full information on products 9 1) Catalog number, size, composition 10 2) Color and texture designations 11 3) Information required for reordering special manufactured products 12 b. Instructions for care and maintenance 13 1) Manufacturer's recommendation for types of cleaning agents and methods 14 2) Cautions against cleaning agents and methods which are detrimental to 15 product 16 3) Recommended schedule for cleaning and maintenance 17 3. Content, for moisture protection and weather exposure products: 18 a. Manufacturer's data, giving full information on products 19 1) Applicable standards 20 2) Chemical composition 21 3) Details of installation 22 b. Instructions for inspection, maintenance and repair 23 D. Manual for Equipment and Systems 24 1. Submit 5 copies of complete manual in final form. 25 2. Content, for each unit of equipment and system, as appropriate: 26 a. Description of unit and component parts 27 1) Function, normal operating characteristics and limiting conditions 28 2) Performance curves, engineering data and tests 29 3) Complete nomenclature and commercial number of replaceable parts 30 b. Operating procedures 31 1) Start-up, break-in, routine and normal operating instructions 32 2) Regulation, control, stopping, shut-down and emergency instructions 33 3) Summer and winter operating instructions 34 4) Special operating instructions 35 c. Maintenance procedures 36 1) Routine operations 37 2) Guide to "trouble shooting" 38 3) Disassembly, repair and reassembly 39 4) Alignment, adjusting and checking 40 d. Servicing and lubrication schedule 41 1) List of lubricants required 42 e. Manufacturer's printed operating and maintenance instructions 43 f. Description of sequence of operation by control manufacturer 44 1) Predicted life of parts subject to wear 45 2) Items recommended to be stocked as spare parts 46 g. As installed control diagrams by controls manufacturer 47 h. Each contractor's coordination drawings 48 1) As installed color coded piping diagrams 01 78 23 - 4 OPERATION AND MAINTENANCE DATA Page 4 of 5 CITY OF FORT WORTH PANTHER ISLAND SANITARY SEWER COLLECTOR STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105247 Revised December 20, 2012 1 i. Charts of valve tag numbers, with location and function of each valve 2 j. List of original manufacturer's spare parts, manufacturer's current prices, and 3 recommended quantities to be maintained in storage 4 k. Other data as required under pertinent Sections of Specifications 5 3. Content, for each electric and electronic system, as appropriate: 6 a. Description of system and component parts 7 1) Function, normal operating characteristics, and limiting conditions 8 2) Performance curves, engineering data and tests 9 3) Complete nomenclature and commercial number of replaceable parts 10 b. Circuit directories of panelboards 11 1) Electrical service 12 2) Controls 13 3) Communications 14 c. As installed color coded wiring diagrams 15 d. Operating procedures 16 1) Routine and normal operating instructions 17 2) Sequences required 18 3) Special operating instructions 19 e. Maintenance procedures 20 1) Routine operations 21 2) Guide to "trouble shooting" 22 3) Disassembly, repair and reassembly 23 4) Adjustment and checking 24 f. Manufacturer's printed operating and maintenance instructions 25 g. List of original manufacturer's spare parts, manufacturer's current prices, and 26 recommended quantities to be maintained in storage 27 h. Other data as required under pertinent Sections of Specifications 28 4. Prepare and include additional data when the need for such data becomes apparent 29 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 01 78 23 - 5 OPERATION AND MAINTENANCE DATA Page 5 of 5 CITY OF FORT WORTH PANTHER ISLAND SANITARY SEWER COLLECTOR STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105247 Revised December 20, 2012 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 8 01 78 39 - 1 PROJECT RECORD DOCUMENTS Page 1 of 4 CITY OF FORT WORTH PANTHER ISLAND SANITARY SEWER COLLECTOR STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105247 Revised July 1, 2011 1 SECTION 01 78 39 2 PROJECT RECORD DOCUMENTS 3 PART 1 - 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. 01 78 39 - 2 PROJECT RECORD DOCUMENTS Page 2 of 4 CITY OF FORT WORTH PANTHER ISLAND SANITARY SEWER COLLECTOR STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105247 Revised July 1, 2011 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". 01 78 39 - 3 PROJECT RECORD DOCUMENTS Page 3 of 4 CITY OF FORT WORTH PANTHER ISLAND SANITARY SEWER COLLECTOR STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105247 Revised July 1, 2011 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, in accordance with the intervals set forth in Section 01 71 23, 11 clearly mark any deviations from Contract Documents associated with 12 installation of the infrastructure. 13 4. Making entries on Drawings 14 a. Record any deviations from Contract Documents. 15 b. Use an erasable colored pencil (not ink or indelible pencil), clearly describe the 16 change by graphic line and note as required. 17 c. Date all entries. 18 d. Call attention to the entry by a "cloud" drawn around the area or areas affected. 19 e. In the event of overlapping changes, use different colors for the overlapping 20 changes. 21 5. Conversion of schematic layouts 22 a. In some cases on the Drawings, arrangements of conduits, circuits, piping, 23 ducts, and similar items, are shown schematically and are not intended to 24 portray precise physical layout. 25 1) Final physical arrangement is determined by the Contractor, subject to the 26 City's approval. 27 2) However, design of future modifications of the facility may require 28 accurate information as to the final physical layout of items which are 29 shown only schematically on the Drawings. 30 b. Show on the job set of Record Drawings, by dimension accurate to within 1 31 inch, the centerline of each run of items. 32 1) Final physical arrangement is determined by the Contractor, subject to the 33 City's approval. 34 2) Show, by symbol or note, the vertical location of the Item ("under slab", "in 35 ceiling plenum", "exposed", and the like). 36 3) Make all identification sufficiently descriptive that it may be related 37 reliably to the Specifications. 38 c. The City may waive the requirements for conversion of schematic layouts 39 where, in the City's judgment, conversion serves no useful purpose. However, 40 do not rely upon waivers being issued except as specifically issued in writing 41 by the City. 42 B. Final Project Record Documents 43 1. Transfer of data to Drawings 44 a. Carefully transfer change data shown on the job set of Record Drawings to the 45 corresponding final documents, coordinating the changes as required. 46 b. Clearly indicate at each affected detail and other Drawing a full description of 47 changes made during construction, and the actual location of items. 01 78 39 - 4 PROJECT RECORD DOCUMENTS Page 4 of 4 CITY OF FORT WORTH PANTHER ISLAND SANITARY SEWER COLLECTOR STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105247 Revised July 1, 2011 1 c. Call attention to each entry by drawing a "cloud" around the area or areas 2 affected. 3 d. Make changes neatly, consistently and with the proper media to assure 4 longevity and clear reproduction. 5 2. Transfer of data to other Documents 6 a. If the Documents, other than Drawings, have been kept clean during progress of 7 the Work, and if entries thereon have been orderly to the approval of the City, 8 the job set of those Documents, other than Drawings, will be accepted as final 9 Record Documents. 10 b. If any such Document is not so approved by the City, secure a new copy of that 11 Document from the City at the City's usual charge for reproduction and 12 handling, and carefully transfer the change data to the new copy to the approval 13 of the City. 14 3.5 REPAIR / RESTORATION [NOT USED] 15 3.6 RE-INSTALLATION [NOT USED] 16 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 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 [NOT USED] 22 3.13 MAINTENANCE [NOT USED] 23 3.14 ATTACHMENTS [NOT USED] 24 END OF SECTION 25 Revision Log DATE NAME SUMMARY OF CHANGE 26 32 11 23 - 1 FLEXIBLE BASE COURSES Page 1 of 7 CITY OF FORT WORTH PANTHER ISLAND SANITARY SEWER COLLECTOR STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105247 Revised December 20, 2012 SECTION 32 11 23 1 FLEXIBLE BASE COURSES 2 PART 1 - GENERAL 3 1.1 SUMMARY 4 A. Section Includes: 5 1. Foundation course for surface course or for other base course composed of flexible 6 base constructed in one or more courses in conformity with the typical section. 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. 2.2.5.b.4. Added provisions for seal coat. 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 1.2 PRICE AND PAYMENT PROCEDURES 14 A. Measurement and Payment 15 1. Measurement 16 a. Measurement for this Item will be by the square yard of Flexible Base Course 17 for various: 18 1) Depths 19 2) Types 20 3) Gradations 21 2. Payment 22 a. The work performed and materials furnished in accordance with this Item and 23 measured as provided under “Measurement” will be paid for at the unit price 24 bid per square yard of Flexible Base Course. 25 3. The price bid shall include: 26 a. Preparation and correction of subgrade 27 b. Furnishing of material 28 c. Hauling 29 d. Blading 30 e. Sprinkling 31 f. Compacting 32 1.3 REFERENCES 33 A. Definitions 34 1. RAP – Recycled Asphalt Pavement. 35 B. Reference Standards 36 1. Reference standards cited in this specification refer to the current reference standard 37 published at the time of the latest revision date logged at the end of this 38 specification, unless a date is specifically cited. 39 2. ASTM International (ASTM): 40 32 11 23 - 2 FLEXIBLE BASE COURSES Page 2 of 7 CITY OF FORT WORTH PANTHER ISLAND SANITARY SEWER COLLECTOR STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105247 Revised December 20, 2012 a. D698, Standard Test Methods for Laboratory Compaction Characteristics of 1 Soil Using Standard Effort (12 400 ft-lbf/ft3 (600 kN-m/m3)) 2 3. Texas Department of Transportation (TXDOT): 3 a. Tex-104-E, Determining Liquid Limits of Soils 4 b. Tex-106-E, Calculating the Plasticity Index of Soils 5 c. Tex-107-E, Determining the Bar Linear Shrinkage of Soils 6 d. Tex-110-E, Particle Size Analysis of Soils 7 e. Tex-116-E, Ball Mill Method for Determining the Disintegration of Flexible 8 Base Material 9 f. Tex-117-E, Triaxial Compression for Disturbed Soils and Base Materials 10 g. Tex-411-A, Soundness of Aggregate Using Sodium Sulfate or Magnesium 11 Sulfate 12 h. Tex-413-A, Determining Deleterious Material in Mineral Aggregate 13 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 14 1.5 ACTION SUBMITTALS [NOT USED] 15 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 16 1.7 CLOSEOUT SUBMITTALS [NOT USED] 17 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 18 1.9 QUALITY ASSURANCE [NOT USED] 19 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 20 1.11 FIELD [SITE] CONDITIONS [NOT USED] 21 1.12 WARRANTY [NOT USED] 22 PART 2 - PRODUCTS [NOT USED] 23 2.1 OWNER-FURNISHED PRODUCTS [NOT USED] 24 2.2 MATERIALS 25 A. General 26 1. Furnish uncontaminated materials of uniform quality that meet the requirements of 27 the Drawings and specifications. 28 2. Obtain materials from approved sources. 29 3. Notify City of changes to material sources. 30 4. The City may sample and test project materials at any time before compaction 31 throughout the duration of the project to assure specification compliance. 32 B. Aggregate 33 1. Furnish aggregate of the type and grade shown on the Drawings and conforming to 34 the requirements of Table 1. 35 2. Each source must meet Table 1 requirements for liquid limit, plastiCity index, and 36 wet ball mill for the grade specified. 37 3. Do not use additives such as but not limited to lime, cement, or fly ash to modify 38 aggregates to meet the requirements of Table 1, unless shown on the Drawings. 39 32 11 23 - 3 FLEXIBLE BASE COURSES Page 3 of 7 CITY OF FORT WORTH PANTHER ISLAND SANITARY SEWER COLLECTOR STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105247 Revised December 20, 2012 1 Table 1 2 Material Requirements 3 Property Test Method Grade 1 Grade 2 Master gradation sieve size (% retained) Tex-110-E 2-1/2 in. – 0 1-3/4 in. 0 0–10 7/8 in. 10–35 – 3/8 in. 30–50 – No. 4 45–65 45–75 No. 40 70–85 60–85 Liquid limit, % max.1 Tex-104-E 35 40 PlastiCity index, max.1 Tex-106-E 10 12 Wet ball mill, % max.2 Tex-116-E 40 45 Wet ball mill, % max. increase passing the No. 40 sieve 20 20 Classification3 Tex-117-E 1.0 1.1–2.3 Min. compressive strength3, psi lateral pressure 0 psi 45 35 lateral pressure 15 psi 175 175 1. Determine plastic index in accordance with Tex-107-E (linear shrinkage) when liquid limit is unattainable as defined in Tex-104-E. 2. When a soundness value is required by the Drawings, test material in accordance with Tex-411-A. 3. Meet both the classification and the minimum compressive strength, unless otherwise shown on the Drawings. 4 4. Material Tolerances 5 a. The City may accept material if no more than 1 of the 5 most recent gradation 6 tests has an individual sieve outside the specified limits of the gradation. 7 b. When target grading is required by the Drawings, no single failing test may 8 exceed the master grading by more than 5 percentage points on sieves No. 4 9 and larger or 3 percentage points on sieves smaller than No. 4. 10 c. The City may accept material if no more than 1 of the 5 most recent plasticity 11 index tests is outside the specified limit. No single failing test may exceed the 12 allowable limit by more than 2 points. 13 5. Material Types 14 a. Do not use fillers or binders unless approved. 15 b. Furnish the type specified on the Drawings in accordance with the following: 16 1) Type A 17 a) Crushed stone produced and graded from oversize quarried aggregate 18 that originates from a single, naturally occurring source. 19 b) Do not use gravel or multiple sources. 20 2) Type B 21 a) Only for use as base material for temporary pavement repairs. 22 b) Do not exceed 20 percent RAP by weight unless shown on Drawings. 23 3) Type D 24 a) Type A material or crushed concrete. 25 b) Crushed concrete containing gravel will be considered Type D 26 material. 27 32 11 23 - 4 FLEXIBLE BASE COURSES Page 4 of 7 CITY OF FORT WORTH PANTHER ISLAND SANITARY SEWER COLLECTOR STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105247 Revised December 20, 2012 c) The City may require separate dedicated stockpiles in order to verify 1 compliance. 2 d) Crushed concrete must meet the following requirements: 3 (1) Table 1 for the grade specified. 4 (2) Recycled materials must be free from reinforcing steel and other 5 objectionable material and have at most 1.5 percent deleterious 6 material when tested in accordance with TEX-413-A. 7 8 4) Include the seal coat as described in the Drawings for the compacted 9 flexbase pavement repair. 10 C. Water 11 1. Furnish water free of industrial wastes and other objectionable matter. 12 2.3 ACCESSORIES [NOT USED] 13 2.4 SOURCE QUALITY CONTROL [NOT USED] 14 PART 3 - EXECUTION 15 3.1 INSTALLERS [NOT USED] 16 3.2 EXAMINATION [NOT USED] 17 3.3 PREPARATION 18 A. General 19 1. Shape the subgrade or existing base to conform to the typical sections shown on the 20 Drawings or as directed. 21 2. When new base is required to be mixed with existing base: 22 a. Deliver, place, and spread the new flexible base in the required amount. 23 b. Manipulate and thoroughly mix the new base with existing material to provide 24 a uniform mixture to the specified depth before shaping. 25 B. Subgrade Compaction 26 1. Proof roll the roadbed before pulverizing or scarifying in accordance with the 27 following: 28 a. Proof Rolling 29 1) City Project Representative must be on-site during proof rolling operations. 30 2) Use equipment that will apply sufficient load to identify soft spots that rut 31 or pump. 32 a) Acceptable equipment includes fully loaded single-axle water truck 33 with a 1500 gallon capacity. 34 3) Make at least 2 passes with the proof roller (down and back = 1 pass). 35 4) Offset each trip by at most 1 tire width. 36 5) If an unstable or non-uniform area is found, correct the area. 37 b. Correct 38 1) Soft spots that rut or pump greater than 3/4 inch 39 2) Areas that are unstable or non-uniform 40 2. Installation of base material cannot proceed until compacted subgrade approved by 41 the City. 42 32 11 23 - 5 FLEXIBLE BASE COURSES Page 5 of 7 CITY OF FORT WORTH PANTHER ISLAND SANITARY SEWER COLLECTOR STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105247 Revised December 20, 2012 3.4 INSTALLATION 1 A. General 2 1. Construct each layer uniformly, free of loose or segregated areas, and with the 3 required density and moisture content. 4 2. Provide a smooth surface that conforms to the typical sections, lines, and grades 5 shown on the Drawings or as directed. 6 3. Haul approved flexible base in clean, covered trucks. 7 B. Equipment 8 1. General 9 a. Provide machinery, tools, and equipment necessary for proper execution of the 10 work. 11 2. Rollers 12 a. The Contractor may use any type of roller to meet the production rates and 13 quality requirements of the Contract unless otherwise shown on the Drawings 14 or directed. 15 b. When specific types of equipment are required, use equipment that meets the 16 specified requirements. 17 c. Alternate Equipment. 18 1) Instead of the specified equipment, the Contractor may, as approved, 19 operate other compaction equipment that produces equivalent results. 20 2) Discontinue the use of the alternate equipment and furnish the specified 21 equipment if the desired results are not achieved. 22 d. City may require Contractor to substitute equipment if production rate and 23 quality requirements of the Contract are not met. 24 C. Placing 25 1. Spread and shape flexible base into a uniform layer by approved means the same 26 day as delivered unless otherwise approved. 27 2. Place material such that it is mixed to minimize segregation. 28 3. Construct layers to the thickness shown on the Drawings, while maintaining the 29 shape of the course. 30 4. Where subbase or base course exceeds 6 inches in thickness, construct in 2 or more 31 courses of equal thickness. 32 5. Minimum lift depth: 3 inches 33 6. Control dust by sprinkling. 34 7. Correct or replace segregated areas as directed. 35 8. Place successive base courses and finish courses using the same construction 36 methods required for the first course. 37 D. Compaction 38 1. General 39 a. Compact using density control unless otherwise shown on the Drawings. 40 b. Multiple lifts are permitted when shown on the Drawings or approved. 41 c. Bring each layer to the moisture content directed. When necessary, sprinkle the 42 material to the extent necessary to provide not less than the required density. 43 d. Compact the full depth of the subbase or base to the extent necessary to remain 44 firm and stable under construction equipment. 45 32 11 23 - 6 FLEXIBLE BASE COURSES Page 6 of 7 CITY OF FORT WORTH PANTHER ISLAND SANITARY SEWER COLLECTOR STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105247 Revised December 20, 2012 2. Rolling 1 a. Begin rolling longitudinally at the sides and proceed towards the center, 2 overlapping on successive trips by at least 1/2 the width of the roller unit. 3 b. On superelevated curves, begin rolling at the low side and progress toward the 4 high side. 5 c. Offset alternate trips of the roller. 6 d. Operate rollers at a speed between 2 and 6 mph as directed. 7 e. Rework, recompact, and refinish material that fails to meet or that loses 8 required moisture, density, stability, or finish before the next course is placed or 9 the project is accepted. 10 f. Continue work until specification requirements are met. 11 g. Proof roll the compacted flexible base in accordance with the following: 12 1) Proof Rolling 13 a) City Project Representative must be on-site during proof rolling 14 operations. 15 b) Use equipment that will apply sufficient load to identify soft spots that 16 rut or pump. 17 (1) Acceptable equipment includes fully loaded single-axle water truck 18 with a 1500 gallon capacity. 19 c) Make at least 2 passes with the proof roller (down and back = 1 pass). 20 d) Offset each trip by at most 1 tire width. 21 e) If an unstable or non-uniform area is found, correct the area. 22 2) Correct 23 a) Soft spots that rut or pump greater than 3/4 inch. 24 b) Areas that are unstable or non-uniform. 25 3. Tolerances 26 a. Maintain the shape of the course by blading. 27 b. Completed surface shall be smooth and in conformity with the typical sections 28 shown on the Drawings to the established lines and grades. 29 c. For subgrade beneath paving surfaces, correct any deviation in excess of 1/4 30 inch in cross section in length greater than 16 feet measured longitudinally by 31 loosening, adding or removing material. Reshape and recompact by sprinkling 32 and rolling. 33 d. Correct all fractures, settlement or segregation immediately by scarifying the 34 areas affected, adding suitable material as required. Reshape and recompact by 35 sprinkling and rolling. 36 e. Should the subbase or base course, due to any reason, lose the required 37 stability, density and finish before the surfacing is complete, it shall be 38 recompacted at the sole expense of the Contractor. 39 4. Density Control 40 a. Minimum Density: 95 percent compaction as determined by ASTM D698. 41 b. Moisture content: minus 2 to plus 4 of optimum. 42 E. Finishing 43 1. After completing compaction, clip, skin, or tight-blade the surface with a 44 maintainer or subgrade trimmer to a depth of approximately 1/4 inch. 45 2. Remove loosened material and dispose of it at an approved location. 46 3. Seal the clipped surface immediately by rolling with an appropriate size pneumatic 47 tire roller until a smooth surface is attained. 48 32 11 23 - 7 FLEXIBLE BASE COURSES Page 7 of 7 CITY OF FORT WORTH PANTHER ISLAND SANITARY SEWER COLLECTOR STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105247 Revised December 20, 2012 4. Add small increments of water as needed during rolling. 1 5. Shape and maintain the course and surface in conformity with the typical sections, 2 lines, and grades as shown on the Drawings or as directed. 3 6. In areas where surfacing is to be placed, correct grade deviations greater than 1/4 4 inch in 16 feet measured longitudinally or greater than 1/4 inch over the entire 5 width of the cross-section. 6 7. Correct by loosening, adding, or removing material. 7 8. Reshape and recompact in accordance with 3.4.C. 8 3.5 REPAIR/RESTORATION [NOT USED] 9 3.6 RE-INSTALLATION [NOT USED] 10 3.7 QUALITY CONTROL 11 A. Density Test 12 1. City to measure density of flexible base course. 13 a. Notify City Project Representative when flexible base ready for density testing. 14 b. Spacing directed by City (1 per block minimum). 15 c. City Project Representative determines location of density testing. 16 3.8 SYSTEM STARTUP [NOT USED] 17 3.9 ADJUSTING [NOT USED] 18 3.10 CLEANING [NOT USED] 19 3.11 CLOSEOUT ACTIVITIES [NOT USED] 20 3.12 PROTECTION [NOT USED] 21 3.13 MAINTENANCE [NOT USED] 22 3.14 ATTACHMENTS [NOT USED] 23 END OF SECTION 24 25 Revision Log DATE NAME SUMMARY OF CHANGE 26 33 05 22 - 1 STEEL CASING PIPE Page 1 of 6 CITY OF FORT WORTH PANTHER ISLAND SANITARY SEWER COLLECTOR STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 105247 Revised December 20, 2012 1 SECTION 33 05 22 2 STEEL CASING PIPE 3 PART 1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Minimum requirements for manufacturing, furnishing and transporting Steel Casing 7 Pipe to be installed by Open Cut or By Other than Open Cut at the locations shown 8 on the Drawings 9 B. Deviations from this City of Fort Worth Standard Specification 10 1. 2.2.B.4. Allowance for spiral welded steel casing pipe. 11 C. Related Specification Sections include, but are not necessarily limited to: 12 1. Division 0 – Bidding Requirements, Contract Forms, and Conditions of the 13 Contract 14 2. Division 1 – General Requirements 15 3. Section 33 05 10 – Utility Trench Excavation, Embedment and Backfill 16 4. Section 33 05 20 – Auger Boring 17 5. Section 33 05 23 – Hand Tunneling 18 6. Section 33 05 24 – Installation of Carrier Pipe in Casing or Tunnel Liner Plate 19 1.2 PRICE AND PAYMENT PROCEDURES 20 A. Measurement and Payment 21 1. Open Cut 22 a. Measurement 23 1) Measured horizontally along the surface for length of Steel Casing Pipe 24 installed 25 b. Payment 26 1) The work performed and materials furnished in accordance with this Item 27 and measured as provided under “Measurement” will be paid for at the unit 28 price bid per linear foot of “Casing, By Open Cut” installed for: 29 a) Various Sizes 30 c. The price bid shall include: 31 1) Furnishing and installing Steel Casing Pipe as specified by the Drawings 32 2) Mobilization 33 3) Pavement removal 34 4) Excavation 35 5) Hauling 36 6) Disposal of excess material 37 7) Furnishing, placement, and compaction of embedment 38 8) Furnishing, placement, and compaction of backfill 39 9) Clean-up 40 2. By Other than Open Cut 41 a. Measurement 33 05 22 - 2 STEEL CASING PIPE Page 2 of 6 CITY OF FORT WORTH PANTHER ISLAND SANITARY SEWER COLLECTOR STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 105247 Revised December 20, 2012 1 1) Measured horizontally along the surface for length of Steel Casing Pipe 2 installed 3 b. Payment 4 1) The work performed and materials furnished in accordance with this Item 5 and measured as provided under “Measurement” will be paid for at the unit 6 price bid per linear foot of “Casing/Tunnel Liner Plate, By Other than Open 7 Cut” installed for: 8 a) Various Sizes 9 2) The work performed and materials furnished in accordance with this Item 10 and measured as provided under “Measurement” will be paid for at the unit 11 price bid per linear foot of “Casing, By Other than Open Cut” installed for: 12 a) Various Sizes 13 c. The price bid shall include: 14 1) Furnishing and installing Steel Casing Pipe as specified by the Drawings 15 2) Mobilization 16 3) Launching shaft 17 4) Receiving shaft 18 5) Pavement removal 19 6) Excavation 20 7) Hauling 21 8) Disposal of excess material 22 9) Furnishing, placement, and compaction of backfill 23 10) Clean-up 24 1.3 REFERENCES 25 A. Reference Standards 26 1. Reference standards cited in this Specification refer to the current reference 27 standard published at the time of the latest revision date logged at the end of this 28 Specification, unless a date is specifically cited. 29 2. ASTM International (ASTM): 30 a. A139, Standard Specification for Electric-Fusion (Arc)-Welded Steel Pipe 31 (NPS Sizes 4 and Over). 32 3. American Water Works Association (AWWA): 33 a. C203, Coal-Tar Protective Coatings and Linings for Steel Water Pipelines - 34 Enamel and Tape - Hot Applied. 35 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 36 1.5 SUBMITTALS 37 A. Submittals shall be in accordance with Section 01 33 00. 38 B. All submittals shall be approved by the City prior to delivery. 39 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 40 A. Product Data 41 1. Exterior Coating 42 a. Material data 43 b. Field touch-up procedures 44 2. Interior Coating 33 05 22 - 3 STEEL CASING PIPE Page 3 of 6 CITY OF FORT WORTH PANTHER ISLAND SANITARY SEWER COLLECTOR STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 105247 Revised December 20, 2012 1 a. Material data 2 b. Field touch-up procedures 3 B. Shop Drawings 4 1. No shop drawings required for Auger Boring 5 2. For Tunneling, provide the following: 6 a. Furnish details for Steel Casing Pipe outlining the following: 7 1) Grout/lubrication ports 8 2) Joint details 9 3) Other miscellaneous items for furnishing and fabricating pipe 10 b. Submit calculations in a neat, legible format that is sealed by a Licensed 11 Professional Engineer in Texas, consistent with the information provided in the 12 geotechnical report, and includes: 13 1) Calculations confirming that pipe jacking capacity is adequate to resist the 14 anticipated jacking loads for each crossing with a minimum factor of safety 15 of 2 16 2) Calculations confirming that pipe capacity is adequate to safely support all 17 other anticipated loads, including earth and groundwater pressures, 18 surcharge loads, and handling loads 19 3) Calculations confirming that jointing method will support all loading 20 conditions 21 1.7 CLOSEOUT SUBMITTALS [NOT USED] 22 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 23 1.9 QUALITY ASSURANCE [NOT USED] 24 1.10 DELIVERY, STORAGE, AND HANDLING 25 A. Delivery, Handling, and Storage 26 1. Prior to delivery of the pipe, end/internal bracing shall be furnished and installed, 27 as recommended by the manufacturer, for protection during shipping and storage. 28 2. Deliver, handle and store pipe in accordance with the Manufacturer's 29 recommendations to protect coating systems. 30 1.11 FIELD [SITE] CONDITIONS [NOT USED] 31 1.12 WARRANTY [NOT USED] 32 PART 2 - PRODUCTS 33 2.1 OWNER-FURNISHED [OR] OWNER-SUPPLIEDPRODUCTS [NOT USED] 34 2.2 MATERIALS 35 A. Design Criteria 36 1. The Contractor is fully responsible for the design of Steel Casing Pipe that meets or 37 exceeds the design requirements of this Specification and that is specifically 38 designed for installation by the intended trenchless method. 39 2. For Steel Casing Pipe utilized for tunneling projects, consider the following: 33 05 22 - 4 STEEL CASING PIPE Page 4 of 6 CITY OF FORT WORTH PANTHER ISLAND SANITARY SEWER COLLECTOR STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 105247 Revised December 20, 2012 1 a. Design of the casing pipe shall account for all installation and service loads 2 including: 3 1) Jacking loads 4 2) External groundwater and earth loads 5 3) Traffic loads 6 4) Practical consideration for handling, shipping and other construction 7 operations 8 5) Any other live or dead loads reasonably anticipated 9 b. Design shall be sealed and signed by a registered Professional Engineer 10 licensed in the State of Texas. 11 c. The allowable jacking capacity shall not exceed 50 percent of the minimum 12 steel yield stress. 13 3. Steel Casing Pipe shall have a minimum wall thickness as follows: 14 Casing Pipe Diameter (inches) Minimum Wall Thickness (inches) 14 – 18 .3125 (5/16) 20 – 24 .375 (3/8) 26 – 32 .5 (1/2) 34 – 42 .625 (5/8) 44 – 48 .6875 (11/16) Greater than 48 Project specific design 15 16 4. Steel Casing Pipe shall be provided with inside diameter sufficient to efficiently 17 install the required carrier pipe with casing spacers as required in Section 33 05 24. 18 a. Allowable casing diameters are shown on the Drawings for each crossing. 19 5. Furnish in lengths that are compatible with Contractor’s shaft sizes and allowable 20 work areas. 21 6. Random segments of pipe will not be permitted for straight runs of casing. 22 a. Closing piece segments, however, shall be acceptable. 23 7. When required by installation method, provide grout/lubricant ports along the pipe 24 at intervals of 10 feet or less. 25 a. Ports and fittings shall be attached to the pipe in a manner that will not 26 materially affect the strength of the pipe nor interfere with installation of carrier 27 pipe. 28 b. Plugs for sealing the fittings shall be provided by the Contractor and shall be 29 capable of withstanding all external and internal pressures and loads without 30 leaking. 31 B. Materials 32 1. Provide new, smooth-wall, carbon steel pipe conforming to ASTM A139, Grade B. 33 2. Dimensional Tolerances 34 a. Furnishing and installing Steel Casing Pipe with dimensional tolerances that are 35 compatible with performance requirements and proposed installation methods 36 that meet or exceed the specific requirements below: 37 1) Minimum wall thickness at any point shall be at least 87.5 percent of the 38 nominal wall thickness. 33 05 22 - 5 STEEL CASING PIPE Page 5 of 6 CITY OF FORT WORTH PANTHER ISLAND SANITARY SEWER COLLECTOR STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 105247 Revised December 20, 2012 1 2) Outside circumference within 1.0 percent or 3/4 inch of the nominal 2 circumference, whichever is less. 3 3) Outside diameter of the pipe shall be within 1/8 inch of the nominal outside 4 diameter. 5 4) Roundness such that the difference between the major and minor outside 6 diameters shall not exceed 0.5 percent of the specified nominal outside 7 diameter or 1/4 inch, whichever is less. 8 5) Maximum allowable straightness deviation of 1/8 inch in any 10-foot 9 length. 10 3. All steel pipe shall have square ends. 11 a. The ends of pipe sections shall not vary by more than 1/8 inch at any point from 12 a true plane perpendicular to the axis of the pipe and passing through the center 13 of the pipe at the end. 14 b. When pipe ends have to be beveled for welding, the ends shall be beveled on 15 the outside to an angle of 35 degrees with a tolerance of ± 2½ degrees and with 16 a width of root face 1/16 inch ± 1/32 inch. 17 4. Steel Casing Pipe shall be fabricated with longitudinal or spiral weld seams. 18 a. All girth weld seams shall be ground flush. 19 C. Finishes 20 1. Provide inside and outside of Steel Casing Pipe with a coal-tar protective coating in 21 accordance with the requirements of AWWA C203. 22 a. Touch up after field welds shall provide coating equal to those specified above. 23 2.3 ACCESSORIES [NOT USED] 24 2.4 SOURCE QUALITY CONTROL [NOT USED] 25 PART 3 - EXECUTION 26 3.1 INSTALLERS [NOT USED] 27 3.2 EXAMINATION [NOT USED] 28 3.3 PREPARATION [NOT USED] 29 3.4 INSTALLATION 30 A. Install Steel Casing Pipe for By Other than Open Cut in accordance with Section 33 05 31 20 or Section 33 05 23. Install Steel Casing Pipe for Open Cut in accordance with 32 Section 33 05 10. 33 1. Steel Casing Pipe connections shall be achieved by full penetration field butt 34 welding or an integral machine press-fit connection (Permalok or equal) prior to 35 installation of the pipe, depending on the type of carrier pipe. 36 2. Allowable joint types for each crossing are shown on the Drawings. 37 3. Field butt welding a square end piece of steel pipe to a 35 degree beveled end of 38 steel pipe is acceptable. 39 4. Integral machined press-fit connections shall be installed in accordance with the 40 manufacturer’s installation procedures and recommendations. 33 05 22 - 6 STEEL CASING PIPE Page 6 of 6 CITY OF FORT WORTH PANTHER ISLAND SANITARY SEWER COLLECTOR STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 105247 Revised December 20, 2012 1 B. Carrier pipe shall be installed inside Steel Casing Pipe in accordance with 2 Section 33 05 24. 3 C. Contact grouting of the annulus outside the casing pipe shall be performed in 4 accordance with Section 33 05 23 or Section 33 05 20. 5 3.5 REPAIR / RESTORATION [NOT USED] 6 3.6 RE-INSTALLATION [NOT USED] 7 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 8 3.8 SYSTEM STARTUP [NOT USED] 9 3.9 ADJUSTING [NOT USED] 10 3.10 CLEANING [NOT USED] 11 3.11 CLOSEOUT ACTIVITIES [NOT USED] 12 3.12 PROTECTION [NOT USED] 13 3.13 MAINTENANCE [NOT USED] 14 3.14 ATTACHMENTS [NOT USED] 15 END OF SECTION 16 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 17 33 31 22 - 1 SANITARY SEWER SLIPLINING Page 1 of 10 CITY OF FORT WORTH PANTHER ISLAND SANITARY SEWER COLLECTOR STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105247 Revised December 20, 2012 1 SECTION 33 31 22 2 SANITARY SEWER SLIP LINING 3 PART 1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Requirements to rehabilitate existing sanitary sewers by Slip Lining with 7 polyethylene pipe 8 B. Deviations from this City of Fort Worth Standard Specification 9 1. 1.6.E.3/4. Additional provisions for grouting information. 10 2. 3.7.A. Information regarding sanitary sewer overflows. 11 C. Related Specification Sections include, but are not necessarily limited to: 12 1. Division 0 – Bidding Requirements, Contract Forms, and Conditions of the 13 Contract 14 2. Division 1 – General Requirements 15 3. Section 03 80 00 – Modifications to Existing Concrete Structures 16 4. Section 33 01 30 – Sewer and Manhole Testing 17 5. Section 33 01 31 – Closed Circuit Television (CCTV) Inspection 18 6. Section 33 03 10 – Bypass Pumping of Existing Sewer Systems 19 7. Section 33 05 10 – Utility Trench Excavation, Embedment and Backfill 20 8. Section 33 31 15 – High Density Polyethylene (HDPE) Pipe for Sanitary Sewer 21 9.Section 33 31 41 – Slip Line Grouting 22 10. Section 33 31 50 – Sanitary Sewer Service Connections and Service Line 23 11. Section 33 39 10 – Cast-in-Place Concrete Manholes 24 1.2 PRICE AND PAYMENT PROCEDURES 25 A. Measurement and Payment 26 1. Pipe Installation by Slip Lining 27 a. Measurement 28 1) Measured horizontally along the surface from center line to center line of 29 the manhole, or appurtenance 30 b. Payment 31 1) The work performed and materials furnished in accordance with this Item 32 and measured as provided under “Measurement” will be paid for at the unit 33 price bid per linear foot for “Sewer Pipe, Slip Lining” installed for: 34 a) Various sizes 35 c. The price bid shall include: 36 1) Furnishing and installing pipe as specified by the Drawings 37 2) Pre-CCTV Inspection 38 3) Pavement removal 39 4) Excavation 40 5) Hauling 33 31 22 - 2 SANITARY SEWER SLIPLINING Page 2 of 10 CITY OF FORT WORTH PANTHER ISLAND SANITARY SEWER COLLECTOR STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105247 Revised December 20, 2012 1 6) Launching pit 2 7) Receiving pit 3 8) Bypass Pumping for pipes smaller than 18-inches 4 9) Disposal of excess material 5 10) Furnishing, placement and compaction of backfill 6 11) Clean-up 7 12) Cleaning 8 13) Testing 9 2. Point Repair 10 a. Measurement 11 1) Measurement for this Item shall be by the linear foot measured horizontally 12 along the surface following the pipe centerline for the length identified 13 during the Pre-CCTV inspection and directed by the City. 14 b. Payment 15 1) The work performed and materials furnished in accordance with this Item 16 and measured as provided under “Measurement” will be paid for at the unit 17 price bid per linear foot for “Sewer Pipe, Point Repair” installed for: 18 a) Various sizes 19 c. The price bid shall include: 20 1) Furnishing and installing pipe as specified by the Drawings 21 2) Coupling 22 3) Pavement removal 23 4) Excavation 24 5) Hauling 25 6) Bypass Pumping for pipes smaller than 18-inches 26 7) Disposal of excess material 27 8) Furnishing, placement and compaction of backfill 28 9) Clean-up 29 10) Cleaning 30 11) Testing 31 1.3 REFERENCES 32 A. Abbreviations and Acronyms 33 1. HDPE – High Density Polyethylene 34 2. CCTV – Closed Circuit Television 35 B. Definitions 36 1. Slip Lining 37 a. Rehabilitation of existing sanitary sewer pipe by pulling or pushing liner pipe 38 into the existing sewer pipe by use of mechanical and/or hydraulic equipment 39 b. Once in place, the liner pipe is allowed time to relax (return to original shape 40 after elongation due to pulling forces) and is then cut to fit between manholes. 41 c. Annular spaces between the liners and existing sewer pipes are sealed at each 42 manhole. 43 d. Manhole inverts and benches are reworked and reshaped. 44 e. Existing sewers not immediately affected by the slip lining process remain in 45 operation during the slip lining process, with sewage diverted around the 46 operations in progress. 47 C. Reference Standards 33 31 22 - 3 SANITARY SEWER SLIPLINING Page 3 of 10 CITY OF FORT WORTH PANTHER ISLAND SANITARY SEWER COLLECTOR STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105247 Revised December 20, 2012 1 1. Reference standards cited in this Specification refer to the current reference 2 standard published at the time of the latest revision date logged at the end of this 3 Specification, unless a date is specifically cited. 4 2. American Society for Testing and Materials (ASTM): 5 a. D1248 Specifications for Polyethylene Plastic Molding and Extension 6 Materials 7 b. D1693 Test for Environmental Stress-Cracking of Ethylene Plastics 8 c. D2122 Determining Dimensions of Thermoplastic Pipe and Fittings 9 d. D2412 Determination of External Loading Characteristics of Plastic Pipe by 10 Parallel-Plate Loading 11 e. D2657 Standard Practice for Heat-Joining Polyolefin Pipe and Fittings 12 f. D2837 Standard Test Method for Obtaining Hydrostatic Design Basis for 13 Thermoplastic Pipe Materials 14 g. D3262 Standard Specification for “Fiberglass” (Glass-Fiber-Reinforced 15 Thermosetting-Resin) Sewer Pipe 16 h. D3350 Specification for Polyethylene Plastic Pipe and Fittings Materials 17 i. F477 Elastomeric Gaskets (Seals) for Joining Plastic Pipe 18 j. F585 Standard Practice for Insertion of Flexible Polyethylene Pipe Into 19 Existing Sewers 20 k. F714 Specification for Polyethylene (PE) Plastic Pipe (SDR-PR) Based on 21 Outside Diameter (3" IPS and Larger) 22 3. City of Fort Worth Code of Ordinances 23 a. Part II, Chapter 23 Offenses and Miscellaneous Provisions, Section 8 Noise 24 1.4 ADMINISTRATIVE REQUIREMENTS 25 A. Coordination 26 1. Coordinate with City, Engineer, franchise utilities, etc. as described in the 27 Drawings. 28 2. Provide advanced notice prior to commencing actual pipe slip lining activities as 29 described in the Drawings in order to allow the City to provide appropriate 30 advanced notice to affected residents. 31 3. Review the location and number of insertion or access pits with the City Inspector 32 prior to excavation. 33 B. Sequencing 34 1. Provide a bypass pumping plan detailing collection and discharge locations and 35 method of bypass pumping prior to the start of construction. 36 2. Provide a phasing plan with the sequence of construction prior to the start of 37 construction. 38 1.5 SUBMITTALS 39 A. Submittals shall be in accordance with Section 01 33 00. 40 B. All submittals shall be approved by the City prior to delivery. 41 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 42 A. Product Data 33 31 22 - 4 SANITARY SEWER SLIPLINING Page 4 of 10 CITY OF FORT WORTH PANTHER ISLAND SANITARY SEWER COLLECTOR STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105247 Revised December 20, 2012 1 1. Include manufacturer's technical data showing complete information on material 2 composition and physical properties including grout port locations, joint details, 3 fitting details, tolerances, and infiltration control. 4 B. Shop Drawings 5 1. Include dimensions of new pipe and fittings. 6 2.Submit joint testing procedure and equipment to be used. 7 C. Certificates 8 1. Provide a certificate of compliance with this Specification, upon request, by the 9 manufacturer for all material furnished under this Specification. 10 a. The Contractor will be responsible for all damage caused by and the 11 replacement of failed, unspecified or unapproved materials. 12 D. Manufacturers' Instructions 13 1. Include manufacturer's recommendation for handling, storage and repair of pipe and 14 fittings if damaged. 15 E. Special Procedure Submittals 16 1. Provide a bypass pumping plan in accordance with Section 33 03 10. 17 2. Provide a phasing plan with the sequence of construction prior to the start of 18 construction. 19 3.Provide grouting work plan including but not limited to the following items: 20 a.Grout injection location and procedures 21 b.Grout mix design (in accordance with Section 33 31 41). 22 c.Slipline pipe anchoring methods. 23 d.Proposed pumping equipment and anticipated grouting pressures. 24 4. Daily logs of grouting operations including pressure, grout volume pumped and 25 such other data. 26 27 1.7 CLOSEOUT SUBMITTLS 28 A. Record Documentation 29 1. Provide Post-Construction Closed Circuit Television inspection reports in 30 accordance with Section 33 01 31. 31 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 32 1.9 QUALITY ASSURANCE 33 A. Qualifications 34 1. The Contractor shall be certified by the particular Slip Lining system manufacturer 35 that such firm is a licensed installer of their system. No other Slip Lining system 36 other than those listed in these Specifications is acceptable. 37 2. Personnel directly involved with installing the new liner pipe shall receive training 38 in the proper methods for joint fusing, handling, and installing the polyethylene 39 pipe. Training shall be performed by a qualified representative as determined by 40 the pipe manufacturer. 41 B. Certifications 33 31 22 - 5 SANITARY SEWER SLIPLINING Page 5 of 10 CITY OF FORT WORTH PANTHER ISLAND SANITARY SEWER COLLECTOR STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105247 Revised December 20, 2012 1 1. Provide certification from the pipe manufacturer that samples of the production 2 product meet these Specifications. The certification shall state that the production 3 product has been tested in accordance with ASTM D2837 and validated in 4 accordance with the latest revision of PPI TR-3. 5 2. Provide certification from the manufacturer that stress regression testing has been 6 performed on the specific product. Certification shall include a stress life curve per 7 ASTM D2837 and testing shall have been performed in accordance with ASTM 8 D2837. 9 C. Pre-construction and Post-construction Testing 10 1. Provide Pre-construction and Post-construction Closed Circuit Television (CCTV) 11 Inspection of the pipeline to be replaced and/or enlarged in accordance with Section 12 33 01 31. 13 1.10 DELIVERY, STORAGE, AND HANDLING 14 A. Storage and Handling Requirements 15 1. Transport, handle and store pipe and fittings as recommended by manufacturer. 16 2. If new pipe and fittings become damaged before or during installation, repair as 17 recommended by the manufacturer or replace as required by the City at the 18 Contractor's expense, before proceeding further. 19 3. Deliver, store and handle other materials as recommended by the manufacturer to 20 prevent damage. 21 1.11 FIELD [SITE] CONDITIONS [NOT USED] 22 1.12 WARRANTY 23 A. Manufacturer Warranty 24 1.Manufacturer’s Warranty shall be in accordance with Division 1. 25 PART 2 - PRODUCTS 26 2.1 OWNER-FURNISHED [OR] OWNER-SUPPLIEDPRODUCTS [NOT USED] 27 2.2 EQUIPMENT, PRODUCT TYPES, AND MATERIALS 28 A. Manufacturers 29 1. Only the manufacturers as listed on the City’s Standard Products List will be 30 considered as shown in Section 01 60 00. 31 a. The manufacturer must comply with this Specification and related Sections. 32 2. Any product that is not listed on the Standard Products List is considered a 33 substitution and shall be submitted in accordance with Section 01 25 00. 34 B. Materials 35 1. HDPE Pipe 36 a. The pipe and fitting material shall conform to Section 33 31 15. 37 2. Service Saddles 38 a. Conform to Section 33 31 50. 39 3. Repair Clamp 33 31 22 - 6 SANITARY SEWER SLIPLINING Page 6 of 10 CITY OF FORT WORTH PANTHER ISLAND SANITARY SEWER COLLECTOR STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105247 Revised December 20, 2012 1 a. Conform to Section 33 31 15. 2 4. Manhole Inverts and Benches 3 a. Inverts and benches requiring replacement shall conform to Section 33 39 10. 4 5. Repair Mortar (Grout) 5 a. Conform to Section 03 80 00. 6 C. Dimensions and Tolerances 7 1. Supply liner pipe in nominal lengths of 40 feet. 8 a. Obtain Engineer’s approval before using shorter lengths. 9 2. The liner pipe shall have the maximum outside diameter indicated on the Drawings. 10 a. Nominal size and actual outside diameter shall comply with Table 3 of ASTM 11 D3262. 12 3. The minimum wall thickness shall the indicated thickness or the thickness 13 recommended by the manufacturer to withstand pushing forces with a safety factor 14 of 2.5, whichever is greater. 15 a. The actual thickness measured at any single point on the pipe shall not be less 16 than 90 percent of the minimum thickness. 17 4. Stiffness of the liner pipe shall satisfy design requirements for dead, live and 18 hydrostatic loads and maximum grout pressure (with a safety factor no less than 2). 19 2.3 ACCESSORIES [NOT USED] 20 2.4 SOURCE QUALITY CONTROL [NOT USED] 21 PART 3 - EXECUTION 22 3.1 INSTALLERS [NOT USED] 23 3.2 EXAMINATION 24 A. Verification of Conditions 25 1. Provide Pre-construction Closed Circuit Television (CCTV) Inspection of the 26 pipeline to be replaced/enlarged in conformance with Section 33 01 31. 27 a. Inspection of the pipelines shall be performed by experienced personnel trained 28 in locating breaks, obstacles and service connections by Closed Circuit Color 29 Television. 30 B. Evaluation and Assessment 31 1. Identify, by location, the presence of line obstructions in the existing sewer (heavy 32 solids, dropped joints, protruding service taps or collapsed pipe) which will prevent 33 completion of the pipe bursting/crushing process, and which cannot be removed by 34 conventional sewer cleaning equipment. 35 2. Identify, by location, the presence of sags in the sewer line(s) by the following 36 procedure: 37 a. Perform CCTV inspection. 38 b. Provide CCTV inspection results to the City. 39 c. The City Inspector will review the Pre-CCTV tapes to determine if any 40 excessive sags exist and will inform the Contractor which segments of pipe are 41 to be replaced by point repair. 33 31 22 - 7 SANITARY SEWER SLIPLINING Page 7 of 10 CITY OF FORT WORTH PANTHER ISLAND SANITARY SEWER COLLECTOR STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105247 Revised December 20, 2012 1 3.3 PREPARATION 2 A. Bypassing Sewage 3 1. Bypass pump sewage in accordance with Section 33 03 10. Bypass pumping is not 4 assumed to be needed for this installation, due to recent projects that have diverted 5 flow off the existing 36” sewer siphon. 6 B. Line Obstructions 7 1. If identified in the CCTV inspection, remove line obstruction. 8 a. Removal of obstruction is considered subsidiary to CCTV inspection. 9 C. Point Repairs 10 1. Perform point repair as identified on the Drawings or at the discretion of the City. 11 This may include: 12 1) Pipe replacement 13 2) Digging a sag elimination pit and bringing the bottom of the pipe trench to 14 a uniform grade in line with the existing pipe invert 15 D. New pipe installation preparation 16 1. Furnish a rigid, solid wall cylindrical mandrel with maximum length of 2 times the 17 host sewer inside diameter and with outer diameter equal to the outside diameter of 18 the proposed liner pipe. 19 2. Pull the mandrel through the entire length of sewer to be sliplined. 20 3. If the mandrel will not pass the entire length, note the location and pull the mandrel 21 from the other end to define the entire length of the undersize pipe or obstruction. 22 4. Excavate the undersize pipe, remove the crown down to the springline on both 23 sides, and enlarge the host pipe sufficiently that the liner pipe will reside in the 24 lower half (invert to springline) after insertion. 25 5. Remove or repair obstructions such as roots, large joint offsets, rocks or other 26 debris, etc., that would prevent passage of, or damage to, the liner prior to installing 27 the liner. 28 6. After completing the insertion pit excavation, remove the top of the existing 29 sanitary sewer line, where required, down to the spring line. 30 3.4 INSTALLATION 31 A. Site Organization 32 1. Locate insertion or access pits such that their total number will be minimized and 33 the length of replacement pipe installed in a single pull shall be maximized. 34 2. Manhole inverts and bottoms may be removed to permit access for installation 35 equipment. 36 3. Locate equipment used to perform the work away from buildings so as not to create 37 a noise impact. Conform to City of Fort Worth Code of Ordinances, Part II, 38 Section 23-8. 39 a. Provide silencers or other devises to reduce machine noise as needed to meet 40 requirements. 41 B. Schedule 42 1. Upon commencement of the actual slip lining, do not begin a segment of work that 43 cannot be completed before the end of the work day. 33 31 22 - 8 SANITARY SEWER SLIPLINING Page 8 of 10 CITY OF FORT WORTH PANTHER ISLAND SANITARY SEWER COLLECTOR STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105247 Revised December 20, 2012 1 C. Finished Pipe 2 1. The installed replacement pipe shall be continuous over the entire length of each 3 pipe segment from manhole to manhole and shall be free from visual defects such 4 as foreign inclusions, concentrated ridges, discoloration, pitting, varying wall 5 thickness, pipe separation and other deformities. 6 2. Carefully cut out the replacement pipe passing through or terminating in a manhole 7 in a shape and manner approved by the Engineer. 8 3. Streamline and improve the manhole invert and benches to ensure smooth flow. 9 4. The installed pipe shall meet the leakage requirements of the pressure test specified 10 herein. 11 D. Pipe Jointing 12 1. Assemble and join sections of HDPE liner pipe on the job site above ground. 13 2. Use the heating and butt-fusion system for jointing in strict conformance with the 14 manufacturer's printed instructions and in accordance to Section 33 31 15. 15 3. Ensure that the butt-fusion joints have a smooth, uniform, double rolled back bead 16 made while applying the proper melt, pressure and alignment. 17 4. It shall be the sole responsibility of the Contractor to provide an acceptable butt- 18 fusion joint. 19 5. Make all joints available for inspection by the Engineer before insertion. 20 6. After the butt joints have been inspected, remove the exterior joint bead in 21 accordance with manufacturer’s recommendations and without damaging or 22 weakening the pipe or pipe joint. 23 7. Join the replacement pipe on site in appropriate working lengths near the insertion 24 pit. 25 a. The maximum length of continuous replacement pipe which shall be assembled 26 above ground and pulled on the job site at any 1 time shall be 600 linear feet. 27 8. For situations where the liner pipe is not pulled all the way to the manhole or if it is 28 impossible to pull the liner pipe all the way through, the following shall apply: 29 a. At the direction of the Engineer, a full circle steel clamp shall be utilized to 30 connect segments of the HDPE pipe. 31 E. New Pipe Installation 32 1. Connect a power winch cable to the end of the liner by use of a suitable pulling 33 head, equal to the outside diameter of the liner. 34 2. Secure the pulling head to the liner and then attach the head to the power winch 35 cable so that the liner can be satisfactorily fed and pulled through the sanitary sewer 36 main. 37 3. Provide proper bumpers in the insertion pit in order to prevent the ragged edges of 38 the existing pipe from scarring the outside of the liner as it is pulled into the 39 existing sewer. 40 4. Take appropriate precautions to not damage the liner or break or separate any of the 41 butt-fused joints. 42 a. Limit the length of the liner pulled in any 1 segment as necessary to prevent 43 any backup of service lines which may result due to restricted flow through the 44 annular space. 33 31 22 - 9 SANITARY SEWER SLIPLINING Page 9 of 10 CITY OF FORT WORTH PANTHER ISLAND SANITARY SEWER COLLECTOR STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105247 Revised December 20, 2012 1 5. In order to ensure the integrity of the polyethylene liner, limit the pulling force 2 exerted on the liner to that recommended by the liner manufacturer. 3 6. Use a suitable pulling head such that the pulling head and liner will separate from 4 each other when the pulling force exerted on the liner reaches the maximum force 5 recommended by the manufacturer. 6 a. The pulling head design (including calculations) shall be approved by the 7 Engineer prior to its use. 8 7. As an alternative, use a measuring device (spring, gauge, etc.) connected to the 9 pulling cable which shall register the pulling force being exerted on the liner. 10 a. The pulling force shall not exceed the maximum force recommended by the 11 manufacturer. 12 1) The measuring device shall be approved by the Engineer prior to its use. 13 8. The Contractor may be allowed to push the liner subject to the Engineer's approval. 14 a. Use care to avoid any buckling of the liner by limiting the stroke of the 15 backhoe. 16 b. Any portion of the liner damaged during this insertion process shall be cut out 17 and the liner rejected. 18 9. In certain cases, the Contractor may be permitted to use a combination of pulling 19 and pushing to enhance the insertion of the liner. 20 a. A liner that is permitted to be pushed shall not have an open end which can 21 allow sand or other debris to be pushed into the liner. 22 10. In all excavations where the liner is not within the existing sanitary sewer line 23 (carrier pipe), install cement-stabilized sand bedding per Section 33 05 10. 24 F. Anchoring New Liner and Sealing Manholes 25 1. The new liner shall protrude in the manholes for enough distance to allow sealing 26 and trimming (but not less than 4 inches). 27 2. Wait a minimum of 10 hours after installation for the liner to reach equilibrium 28 before sealing the new liner at manholes. 29 3. Seal the annular space between the liner and the existing sanitary sewer main at 30 each manhole with a chemical seal and nonshrink repair mortar (grout). 31 a. Place Oakum soaked in Scotchseal 5600 or equal in a band to form an effective 32 water-tight gasket in the annular space between the liner and the existing pipes 33 in the manholes. 34 b. The width of the band shall be a minimum of 12 inches or ½ the diameter of the 35 pipe, whichever is greater. 36 c. Finish off with non-shrink repair mortar (grout) placed around the annular 37 space from inside the manhole to a width of not less than 6 inches. 38 d. The chosen method, including chemicals and materials, must be approved by 39 the Engineer. 40 4. Cut the liner so that it extends a minimum of 4 inches into the manhole. 41 a. Make a smooth, vertical cut and slope the area over the top of the exposed liner 42 using non-shrink repair mortar (grout). 43 b. Use repair mortar to form a smooth transition with a reshaped invert and a 44 raised manhole bench such that the shape edges of the liner pipe, the concrete 45 bench or the channeled invert shall not catch debris or create a stoppage. 46 c. Rework the invert of the manhole to match the flow line of the new liner. 47 G. Sewer Service Connections 33 31 22 - 10 SANITARY SEWER SLIPLINING Page 10 of 10 CITY OF FORT WORTH PANTHER ISLAND SANITARY SEWER COLLECTOR STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105247 Revised December 20, 2012 1 1. Install service connections in accordance with Section 33 31 50. 2 H. Grouting of Annular Space 3 1. Grout annular space between host pipe and slipliner pipe in accordance with 4 Section 33 31 41. 5 6 3.5 REPAIR / RESTORATION [NOT USED] 7 3.6 RE-INSTALLATION [NOT USED] 8 3.7 FIELD [OR] SITE QUALITY CONTROL 9 A. Field Tests and Inspections 10 1. Post-Construction Closed Circuit Television (CCTV) Inspection 11 a. Conduct a Post-Construction CCTV Inspection in accordance with Section 33 12 01 31. 13 A. Responsibility for Overflows and Spills 14 1. It shall be the responsibility of the Contractor to schedule and perform the 15 Work in a manner that does not cause or contribute to incidence of overflows 16 or spills of sewage from the sewer system. 17 2. In the event that the Contractors work activities contribute to overflows or 18 spills, the Contractor shall immediately take appropriate action to contain and 19 stop the overflow, cleanup the spillage, disinfect the area affected by the spill, 20 and notify the City in a timely manner. 21 3.8 SYSTEM STARTUP [NOT USED] 22 3.9 ADJUSTING [NOT USED] 23 3.10 CLEANING [NOT USED] 24 3.11 CLOSEOUT ACTIVITIES [NOT USED] 25 3.12 PROTECTION [NOT USED] 26 3.13 MAINTENANCE [NOT USED] 27 3.14 ATTACHMENTS [NOT USED] 28 END OF SECTION 29 Revision Log DATE NAME SUMMARY OF CHANGE 30 33 31 41 - 1 SLIP LINING GROUT Page 1 of 7 CITY OF FORT WORTH PANTHER ISLAND SANITARY SEWER COLLECTOR CITY PROJECT No. 105247 1 SECTION 33 31 41 2 SLIP LINING GROUT 3 PART 1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Furnishing and placing of grout in the annular space between slipliner pipes and host 7 sewers. 8 B. Deviations from this City of Fort Worth Standard Specification. 9 1. This is a non-standard specification. 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 33 31 22 – Sanitary Sewer Slip Lining 14 1.2 PRICE AND PAYMENT PROCEDURES 15 A. Measurement and Payment 16 1. Slip Lining Grout 17 a. Measurement 18 1) This item is considered subsidiary to Sanitary Sewer Slip Lining installed. 19 b. Payment 20 1) Unit Prices: No separate payment will be made for work performed under 21 this Section. Include the cost of such work in contract unit prices for 22 sliplining wastewater mains. 23 1.3 REFERENCES 24 A. Definitions 25 1. Slip Lining 26 a. Rehabilitation of existing sanitary sewer pipe by pulling or pushing liner pipe 27 into the existing sewer pipe by use of mechanical and/or hydraulic equipment 28 b. Once in place, the liner pipe is allowed time to relax (return to original shape 29 after elongation due to pulling forces) and is then cut to fit between manholes. 30 c. Annular spaces between the liners and existing sewer pipes are sealed at each 31 manhole. 32 d. Manhole inverts and benches are reworked and reshaped. 33 e. Existing sewers not immediately affected by the slip lining process remain in 34 operation during the slip lining process, with sewage diverted around the 35 operations in progress. 36 B. Reference Standards 37 1. Reference standards cited in this Specification refer to the current reference standard 38 published at the time of the latest revision date logged at the end of this 39 Specification, unless a date is specifically cited. 33 31 41 - 2 SLIP LINING GROUT Page 2 of 7 CITY OF FORT WORTH PANTHER ISLAND SANITARY SEWER COLLECTOR CITY PROJECT No. 105247 1 2. American Society for Testing and Materials (ASTM): 2 a. C109 - Standard Test Method for Compressive Strength of Hydraulic Cement 3 Mortars (Using 2-inch or 50-mm Cube Specimens) 4 b. C138 - Test Method for Unit Weight, Yield, and Air Content (Gravimetric) of 5 Concrete 6 c. C144 - Standard Specification for Masonry Mortar 7 d. C150 - Standard Specification for Portland Cement 8 e. C403 - Test Method for Time of Setting of Concrete Mixtures by Penetration 9 Resistance 10 f. C495 - Test Method for Compressive Strength of Lightweight Insulating 11 Concrete 12 g. C618 - Standard Specification for Fly Ash and Raw or Calcined Natural 13 Pozzolan for use as a Mineral Admixture in Portland Cement Concrete 14 1.4 ADMINISTRATIVE REQUIREMENTS 15 A. Coordination 16 1. Coordinate with City, Engineer, franchise utilities, etc. as described in the Drawings. 17 2. Provide advanced notice prior to commencing actual pipe slip lining activities as 18 described in the Drawings in order to allow the City to provide appropriate advanced 19 notice to affected residents. 20 3. Review the location and number of insertion or access pits with the City Inspector 21 prior to excavation. 22 1.5 SUBMITTALS 23 A. Submittals shall be in accordance with Section 01 33 00. 24 B. All submittals shall be approved by the City prior to delivery. 25 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 26 A. Product Data 27 1. Include manufacturer's technical data showing complete information on material 28 composition and physical properties. 29 B. Shop Drawings 30 1. At least 30 days prior to grouting, submit information on equipment, grout mixes 31 and procedures 32 2. Equipment and operational procedures including mixing and pumping schedule, 33 grouting pressures, rates of pumping, and methods for monitoring the effectiveness 34 of the grouting 35 3. Detailed descriptions, and drawings indicating proposed locations, of surface mixing 36 equipment, subsurface injection points, flowlines, waste grout recovery, grout 37 pressure limiting equipment, bulkheads, and venting system. 38 4. Bulkhead design 39 5. Annular Space (between casing pipe and casing/tunnel liner plate) Grouting 40 Work Plan and Methods including: 41 a. Grouting methods 42 b. Details of equipment 43 c. Grouting procedures and sequences including: 33 31 41 - 3 SLIP LINING GROUT Page 3 of 7 CITY OF FORT WORTH PANTHER ISLAND SANITARY SEWER COLLECTOR CITY PROJECT No. 105247 1 1) Injection methods 2 2) Injection pressures 3 3) Monitoring and recording equipment 4 4) Pressure gauge calibration data 5 5) Materials 6 d. Grout mix details including: 7 1) Proportions 8 2) Admixtures including: 9 a) Manufacturer’s literature 10 b) Laboratory test data verifying the strength of the proposed grout 11 mix 12 c) Proposed grout densities 13 d) Viscosity 14 e) Initial set time of grout 15 (1) Data for these requirements shall be derived from trial batches 16 from an approved testing laboratory. 17 e. Submit a minimum of 3 other similar projects where the proposed grout 18 mix design was used. 19 f. Submit anticipated volumes of grout to be pumped for each application and 20 reach grouted. 21 g. Description of methods and devices to prevent buckling and floatation of 22 carrier pipe during grouting of annular space, if required. 23 1.7 CLOSEOUT SUBMITTALS [NOT USED] 24 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 25 1.9 QUALITY ASSURANCE 26 A. Qualifications 27 1. The applicator of the grout mix shall be certified by the grout mix manufacturer. 28 The certified applicator shall be regularly engaged in the placement of grout, 29 including completion of pipeline grouting installations having at least 1000 cubic 30 yards in the past 3 years. 31 B. Certifications 32 1. Provide Qualifications and experience of grout mix applicator. 33 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 34 1.11 FIELD [SITE] CONDITIONS [NOT USED] 35 1.12 WARRANTY 36 A. Manufacturer Warranty 37 1. Manufacturer’s Warranty shall be in accordance with Division 1. 38 PART 2 - PRODUCTS 39 2.1 OWNER-FURNISHED [OR] OWNER-SUPPLIEDPRODUCTS [NOT USED] 40 2.2 EQUIPMENT, PRODUCT TYPES, AND MATERIALS 33 31 41 - 4 SLIP LINING GROUT Page 4 of 7 CITY OF FORT WORTH PANTHER ISLAND SANITARY SEWER COLLECTOR CITY PROJECT No. 105247 1 A. Materials 2 1. Fiberglass Reinforced Liner Pipe 3 a. The pipe and fitting material shall conform to Section 33 31 13. 4 2. Cement 5 a. In accordance with ASTM C 150. 6 1) Pozzolans and other cementitious materials are permitted. 7 3. Fly Ash 8 a. In accordance with ASTM C618; either Type C or Type F shall be used. 9 4. Sand 10 a. If provided, shall be in accordance with ASTM C144, except as modified below: 11 U.S. Standard Percent Passing 12 Sieve Size by Weight 13 14 No. 16 100 15 No. 30 60 - 85 16 No. 50 10 - 35 17 No. 100 5 - 25 18 No. 200 0 - 10 19 20 5. Water 21 a. Potable water free from deleterious amount of alkali, acid, and organic materials 22 which would adversely affect the setting time or strength of the sliplining grout. 23 24 6. Admixtures 25 a. Selected by slip lining grout manufacturer to conform to performance 26 requirements, improve pumpability, control set time, and reduce segregation. 27 7. Grout of annular space 28 a. For gravity sewer carrier pipe installation: 29 1) Fill all voids between the carrier pipe and the casing or liner with grout. 30 2) All exterior carrier pipe surfaces and all interior casing or liner 31 surfaces shall be in contact with the grout. 32 b. For water line installation: 33 1) No annular space fill will be used. 34 8. Grout Mixes 35 a. Low Density Cellular Grout (LDCC) 36 1) Annular space (between sewer carrier pipe and casing/liner) grout shall 37 be LDCC. 38 2) The LDCC shall be portland cement-based grout mix with the addition 39 of a foaming agent designed for this application. 40 3) Develop 1 or more grout mixes designed to completely fill the annular 41 space based on the following requirements: 42 a) Provide adequate retardation to completely fill the annular space in 43 1 monolithic pour. 44 b) Provide less than 1 percent shrinkage by volume. 45 c) Compressive Strength 46 (1) Minimum strength of 10 psi in 24 hours, 300 psi in 28 days 33 31 41 - 5 SLIP LINING GROUT Page 5 of 7 CITY OF FORT WORTH PANTHER ISLAND SANITARY SEWER COLLECTOR CITY PROJECT No. 105247 1 d) Design grout mix with the proper density and use proper methods 2 to prevent floating of the carrier pipe. 3 e) Proportion grout to flow and to completely fill all voids between the 4 carrier pipe and the casing or liner. 5 6 2.3 ACCESSORIES [NOT USED] 7 2.4 SOURCE QUALITY CONTROL [NOT USED] 8 PART 3 - EXECUTION 9 3.1 INSTALLERS [NOT USED] 10 3.2 EXAMINATION [NOT USED] 11 3.3 PREPARATION 12 A. Notify the City at least 24 hours in advance of grouting operations. 13 B. Select and operate grouting equipment and carry out procedures with sufficient safety 14 and care to avoid damage to existing underground utilities and structures. 15 3.4 INSTALLATION 16 A. Equipment 17 1. Mixers and Pumps: System shall mix the grout to a homogeneous consistency. 18 Deliver grout to the injection point at a steady pressure with a nonpulsating 19 centrifugal or triplex pump at the mix tank. Provide ways to increase or decrease the 20 water-cement ratio and accurately measure grout component quantities, pumping 21 pressures, and volumes pumped. 22 2. Pressure Gauges: 23 a. Pressure gauges shall be equipped with diaphragm seals, have a working range 24 between 1.5 to 2.0 times the design grout pressure, and have an accuracy within 25 0.5 percent of full range. 26 b. Provide one pressure gauge at the point of injection and one pressure gauge at 27 the grout pump. 28 c. Grouting shall not proceed without appropriate gauges in place and in working 29 order. 30 B. Grouting 31 1. Place grout in the annular space between the sliplining pipe and the host sewer. 32 Completely fill the annular space without deflecting the pipe. Test grout equipment 33 and procedures in accordance with approved submittals. Perform testing on the first 34 pipeline segment to be grouted; testing must be performed under observation by the 35 City. If the grout does not totally fill the annular space, adjust the procedure or the 36 mix, and rerun the test on the first pipeline segment. 37 2. Procedure: 38 a. Place grout for a given pipeline segment between bulkheads. Place bulkheads at 39 the ends of each pipeline segment to seal the annular space from sewer flow. Do 40 not remove bulkheads until after grout has set. 33 31 41 - 6 SLIP LINING GROUT Page 6 of 7 CITY OF FORT WORTH PANTHER ISLAND SANITARY SEWER COLLECTOR CITY PROJECT No. 105247 1 b. Equip slipliner pipes with weirs to fill the pipes with water to prevent flotation 2 during grouting operations. 3 c. Remove or control standing or running water in annular spaces to maintain the 4 correct water ratio of the grout mixture. Grout the annular space by injecting 5 grout from one end of the pipeline segment, allowing it to flow toward the other 6 end. Vent the annular space to assure uniform filling of the void space. 7 d. Limit pressure on the annular space to prevent damage to the liner; do not 8 exceed 5 psi. Regardless of the pressure, Contractor shall be solely responsible 9 for any damage or distortion to slipliner pipe due to grouting. At the bulkhead 10 opposite to the point of grouting, provide and monitor an open-ended high point 11 tap or equivalent vent. 12 e. Pump grout until grout within 0.3 pounds per gallon of specified grout injection 13 density discharges from the end opposite the injection point. This procedure is 14 intended to ensure that the grout is not diluted by extraneous water in the 15 annulus. 16 f. No hardened grout is permitted in the slipliner pipe invert after completion of 17 grouting operations. 18 g. Operate dewatering systems until the grouting of slipliner pipe is complete. 19 h. Ensure the HDPE pipe is undamaged due to temperature of grout as it is 20 curing/thermosetting. 21 C. Sewer Service Connections 22 1. Install service connections in accordance with Section 33 31 50. 23 3.5 REPAIR / RESTORATION [NOT USED] 24 3.6 RE-INSTALLATION [NOT USED] 25 3.7 FIELD [OR] SITE QUALITY CONTROL 26 A. Density 27 1. During placement of grout, measure density in accordance with ASTM C 138 at 28 least twice per hour. Adjust the mix as required to obtain the specified cast density. 29 B. Sampling: 30 1. Take 4 test specimens for each 100 cubic yards of grout, or for each 4 hours of 31 placing. 32 2. Test in accordance with ASTM C 495 except: 33 a. Specimens shall be 3-inch by 6-inch cylinders covered after casting to prevent 34 damage and loss of moisture. Moist-cure specimens for at least the first 7 days; 35 perform at least one compressive strength test of each set of samples at 28 days. 36 b. Do not oven-dry specimens to be tested. Specimens may be tested at any age to 37 monitor compressive strength. The material may require special handling and 38 testing techniques. 39 40 3.8 SYSTEM STARTUP [NOT USED] 41 3.9 ADJUSTING [NOT USED] 42 3.10 CLEANING [NOT USED] 43 3.11 CLOSEOUT ACTIVITIES [NOT USED] 33 31 41 - 7 SLIP LINING GROUT Page 7 of 7 CITY OF FORT WORTH PANTHER ISLAND SANITARY SEWER COLLECTOR CITY PROJECT No. 105247 1 3.12 PROTECTION [NOT USED] 2 3.13 MAINTENANCE [NOT USED] 3 3.14 ATTACHMENTS [NOT USED] 4 END OF SECTION 5 Revision Log DATE NAME SUMMARY OF CHANGE 09/11/2024 Nathan Harmon 6 33 39 10 - 1 CAST-IN-PLACE CONCRETE MANHOLE Page 1 of 8 CITY OF FORT WORTH PANTHER ISLAND SANITARY SEWER COLLECTOR STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 105247 Revised December 20, 2012 1 SECTION 33 39 10 2 CAST-IN-PLACE CONCRETE MANHOLE 3 PART 1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Sanitary Sewer Cast-in-Place Concrete Manholes 7 B. Deviations from this City of Fort Worth Standard Specification 8 1.1.2.A.4/5. Additional bid item descriptions 9 2.3.4.B.2 Pipe connection/detail reference. 10 C. Related Specification Sections include but are not necessarily limited to: 11 1. Division 0 – Bidding Requirements, Contract Forms, and Conditions of the 12 Contract 13 2. Division 1 – General Requirements 14 3. Section 03 30 00 – Cast-In-Place Concrete 15 4. Section 03 80 00 – Modifications to Existing Concrete Structures 16 5. Section 33 01 30 – Sewer and Manhole Testing 17 6. Section 33 05 13 – Frame, Cover, and Grade Rings 18 7. Section 33 39 60 – Epoxy Liners for Sanitary Sewer Structures 19 1.2 PRICE AND PAYMENT PROCEDURES 20 A. Measurement and Payment 21 1. Manhole 22 a. Measurement 23 1) Measurement for this Item shall be per each. 24 b. Payment 25 1) The work performed and the materials furnished in accordance with this 26 Item shall be paid for at the unit price bid per each “Manhole” installed for: 27 a) Various sizes 28 b) Various types 29 c. The price bid will include: 30 1) Manhole structure complete in place 31 2) Excavation 32 3) Forms 33 4) Concrete 34 5) Backfill 35 6) Foundation 36 7) Drop pipe 37 8) Stubs 38 9) Frame 39 10) Cover 40 11) Grade rings 41 12) Pipe connections 33 39 10 - 2 CAST-IN-PLACE CONCRETE MANHOLE Page 2 of 8 CITY OF FORT WORTH PANTHER ISLAND SANITARY SEWER COLLECTOR STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 105247 Revised December 20, 2012 1 13) Pavement removal 2 14) Hauling 3 15) Disposal of excess material 4 16) Placement and compaction of backfill 5 17) Clean-up 6 2. Extra Depth Manhole 7 a. Measurement 8 1) Measurement for added depth beyond 6 feet will be per vertical foot, 9 measured to the nearest 1/10 foot. 10 b. Payment 11 1) The work performed and the materials furnished in accordance with this 12 Item and measured as provided under “Measurement” will be paid for at 13 the unit price bid per vertical foot for “Extra Depth Manhole” specified for: 14 a) Various sizes 15 c. The price bid will include: 16 1) Manhole structure complete in place 17 2) Excavation 18 3) Forms 19 4) Reinforcing steel (if required) 20 5) Concrete 21 6) Backfill 22 7) Foundation 23 8) Drop pipe 24 9) Stubs 25 10) Frame 26 11) Cover 27 12) Grade rings 28 13) Pipe connections 29 14) Pavement removal 30 15) Hauling 31 16) Disposal of excess material 32 17) Placement and compaction of backfill 33 18) Clean-up 34 3. Sanitary Sewer Junction Structure 35 a. Measurement 36 1) Measurement for this Item will be per each Sewer Junction Structure being 37 installed. 38 b. Payment 39 1) The work performed and materials furnished in accordance with this Item 40 and measured as provided under “Measurement” shall be paid for at the 41 lump sum bid per each “Sewer Junction Structure” location. 42 c. Price bid will include: 43 1) Junction Structure complete in place 44 2) Excavation 45 3) Forms 46 4) Reinforcing steel (if required) 47 5) Concrete 48 6) Backfill 49 7) Foundation 33 39 10 - 3 CAST-IN-PLACE CONCRETE MANHOLE Page 3 of 8 CITY OF FORT WORTH PANTHER ISLAND SANITARY SEWER COLLECTOR STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 105247 Revised December 20, 2012 1 8) Drop pipe 2 9) Stubs 3 10) Frame 4 11) Cover 5 12) Grade rings 6 13) Pipe connections 7 14) Pavement removal 8 15) Hauling 9 16) Disposal of excess material 10 17) Placement and compaction of backfill 11 18) Clean-up 12 4.Epoxy Line and Remove and Replace Manhole Frame and Cover 13 a. Measurement 14 1) Measurement for this Item will be per each Epoxy Line and Remove 15 and Replace Manhole Frame and Cover being installed (primarily 16 Sewer Line A Sta 0+00 and Sta 2+44). 17 b. Payment 18 1) The work performed and materials furnished in accordance with this 19 Item and measured as provided under “Measurement” shall be paid 20 for per each “Rehab Manhole” location. 21 c. Price bid will include: 22 1) Frame and cover Removal and Replacement complete in place 23 2) Excavation 24 3) Forms 25 4) Reinforcing steel 26 5) Concrete 27 6) Backfill 28 7) Foundation 29 8) Drop pipe (if required) 30 9) Stubs 31 10) Frame 32 11) Cover 33 12) Grade rings 34 13) Pipe connections 35 14) Pavement removal 36 15) Epoxy Lining of Existing Manhole and interior of RCP pipe in 37 accordance with Section 33 39 60 38 16) Hauling 39 17) Disposal of excess material 40 18) Placement and compaction of backfill 41 19) Clean-up 42 43 5.Epoxy Line and Remove and Replace Structure Frame and Cover and Repair 44 Structure 45 a. Measurement 46 1) Measurement for this Item will be per each Epoxy Line and Remove 47 and Replace Structure Frame and Cover being installed (primarily 48 Sewer Slipline Sta 0+00 and Sta 3+85). 49 b. Payment 33 39 10 - 4 CAST-IN-PLACE CONCRETE MANHOLE Page 4 of 8 CITY OF FORT WORTH PANTHER ISLAND SANITARY SEWER COLLECTOR STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 105247 Revised December 20, 2012 1 1) The work performed and materials furnished in accordance with this 2 Item and measured as provided under “Measurement” shall be paid 3 for per each “Rehab Structure” location. 4 c. Price bid will include: 5 1) Frame and cover Removal and Replacement complete in place (may 6 only be needed at Sta 0+00. Sta 3+85 concrete beam roof should be 7 easily removable) 8 2) Excavation 9 3) Forms 10 4) Reinforcing steel 11 5) Concrete Repair 12 6) Backfill 13 7) Foundation 14 8) Frame 15 9) Cover 16 10) Pipe connections 17 11) Grass/concrete sidewalk removal 18 12) Epoxy Lining of Existing Structure accordance with Section 33 39 60 19 13) Hauling 20 14) Disposal of excess material 21 15) Placement and compaction of backfill 22 16) Clean-up 23 24 1.3 REFERENCES 25 A. Definitions 26 1. Manhole Type 27 a. Standard Manhole (See City Standard Details) 28 1) Greater than 4 feet deep up to 6 feet deep 29 b. Standard Drop Manhole (See City Standard Details) 30 1) Same as Standard Manhole with external drop connection (s) 31 c. Type “A” Manhole (See City Standard Details) 32 1) Manhole set on a reinforced concrete block placed around 39-inch and 33 larger sewer pipe 34 d. Shallow Manhole (See City Standard Details) 35 1) Less than 4 feet deep with formed invert for sewer pipe diameters smaller 36 than 39-inch 37 2. Manhole Size 38 a. 4 foot diameter 39 1) Used with pipe ranging from 8-inch to 15-inch 40 b. 5 foot diameter 41 1) Used with pipe ranging from 18-inch to 36-inch 42 c. See specific manhole design on Drawings for pipes larger than 36-inch. 43 B. Reference Standards 44 1. Reference standards cited in this Specification refer to the current reference 45 standard published at the time of the latest revision date logged at the end of this 46 Specification, unless a date is specifically cited. 47 2. ASTM International (ASTM): 33 39 10 - 5 CAST-IN-PLACE CONCRETE MANHOLE Page 5 of 8 CITY OF FORT WORTH PANTHER ISLAND SANITARY SEWER COLLECTOR STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 105247 Revised December 20, 2012 1 a. D4258, Standard Practice for Surface Cleaning Concrete for Coating. 2 b. D4259, Standard Practice for Abrading Concrete. 3 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 4 1.5 SUBMITTALS 5 A. Submittals shall be in accordance with Section 01 33 00. 6 B. All submittals shall be approved by the City prior to delivery. 7 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 8 A. Product Data 9 1. Drop connection materials 10 2. Pipe connections at manhole walls 11 3. Stubs and stub plugs 12 4. Admixtures 13 5. Concrete Mix Design 14 1.7 CLOSEOUT SUBMITTALS [NOT USED] 15 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 16 1.9 QUALITY ASSURANCE [NOT USED] 17 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 18 1.11 FIELD [SITE] CONDITIONS [NOT USED] 19 1.12 WARRANTY [NOT USED] 20 PART 2 - PRODUCTS 21 2.1 OWNER-FURNISHED [OR] OWNER-SUPPLIEDPRODUCTS [NOT USED] 22 2.2 EQUIPMENT, PRODUCT TYPES, MATERIALS 23 A. Manufacturers 24 1. Only the manufacturers as listed on the City’s Standard Products List will be 25 considered as shown in Section 01 60 00. 26 a. The manufacturer must comply with this Specification and related Sections. 27 2. Any product that is not listed on the Standard Products List is considered a 28 substitution and shall be submitted in accordance with Section 01 25 00. 29 B. Materials 30 1. Concrete – Conform to Section 03 30 00. 31 2. Reinforcing Steel – Conform to Section 03 21 00. 32 3. Frame and Cover – Conform to Section 33 05 13. 33 4. Grade Ring – Conform to Section 33 05 13. 34 5. Pipe Connections 33 39 10 - 6 CAST-IN-PLACE CONCRETE MANHOLE Page 6 of 8 CITY OF FORT WORTH PANTHER ISLAND SANITARY SEWER COLLECTOR STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 105247 Revised December 20, 2012 1 a. Pipe connections can be premolded pipe adapter, flexible locked-in boot 2 adapter, or integrally cast gasket channel and gasket. 3 6. Interior Coating or Liner – Conform to Section 33 39 60, if required. 4 7. Exterior Coating 5 a. Use Coal Tar Bitumastic for below grade damp proofing. 6 b. Dry film thickness shall be no less than12 mils and no greater than 30 mils. 7 c. Solids content is 68 percent by volume ± 2 percent. 8 2.3 ACCESSORIES [NOT USED] 9 2.4 SOURCE QUALITY CONTROL [NOT USED] 10 PART 3 - EXECUTION 11 3.1 INSTALLERS [NOT USED] 12 3.2 EXAMINATION 13 A. Evaluation and Assessment 14 1. Verify lines and grades are in accordance to the Drawings. 15 3.3 PREPARATION 16 A. Foundation Preparation 17 1. Excavate 8 inches below manhole foundation. 18 2. Replace excavated soil with course aggregate, creating a stable base for the 19 manhole construction. 20 a. If soil conditions or ground water prevent use of course aggregate base a 2-inch 21 mud slab may be substituted. 22 3.4 INSTALLATION 23 A. Manhole 24 1. Construct manhole to dimensions shown on Drawings. 25 2. Cast manhole foundation and wall monolithically. 26 a. A cold joint with water stop is allowed when the manhole depth exceeds 12 27 feet. 28 b. No other joints are allowed unless shown on Drawings. 29 3. Place, finish and cure concrete according to Section 03 30 00. 30 a. Manholes must cure 3 days before backfilling around structure. 31 B. Pipe connection at Manhole 32 1. Do not construct joints of sewer pipe within wall sections of manhole. 33 2.See Drawings for additional details as well as specification 33 31 22 Sanitary 34 Sewer Slip Lining. Ensure all connections are watertight, and prevent any 35 inflow/infiltration. 36 C. Invert 37 1. Construct invert channels to provide a smooth waterway with no disruption of flow 38 at pipe-manhole connections. 33 39 10 - 7 CAST-IN-PLACE CONCRETE MANHOLE Page 7 of 8 CITY OF FORT WORTH PANTHER ISLAND SANITARY SEWER COLLECTOR STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 105247 Revised December 20, 2012 1 2. For direction changes of mains, construct channels tangent to mains with maximum 2 possible radius of curvature. 3 a. Provide curves for side inlets. 4 3. Sewer pipe may be laid through the manhole and the top ½ of the pipe removed to 5 facilitate manhole construction. 6 4. For all standard manholes provide full depth invert. 7 5. For example, if 8-inch pipe is connected to manhole, construct the invert to full 8 8 inches in depth. 9 D. Drop Manhole Connection 10 1. Install drop connection when sewer line enters manhole higher than 24 inches 11 above the invert. 12 E. Final Rim Elevation 13 1. Install concrete grade rings for height adjustment. 14 a. Construct grade ring on load bearing shoulder of manhole. 15 b. Use sealant between rings as shown on Drawings. 16 2. Set frame on top of manhole or grade rings using continuous water sealant. 17 3. Remove debris, stones and dirt to ensure a watertight seal. 18 4. Do not use steel shims, wood, stones or other unspecified material to obtain the 19 final surface elevation of the manhole frame. 20 F. Internal coating 21 1. Internal coating application will conform to Section 33 39 60, if required by 22 Drawings. 23 G. External coating 24 1. Remove dirt, dust, oil and other contaminants that could interfere with adhesion of 25 the coating. 26 2. Cure for 3 days before backfilling around structure. 27 3. Coat the same date the forms are removed. 28 4. Prepare surface in accordance with ASTM D4258 and ASTM D4259. 29 5. Application will follow manufacturer’s recommendation. 30 H. Modifications and Pipe Penetrations 31 1. Conform to Section 03 80 00. 32 I. Junction Structures 33 1. All structures shall be installed as specified in Drawings. 34 3.5 REPAIR / RESTORATION [NOT USED] 35 3.6 RE-INSTALLATION [NOT USED] 36 3.7 FIELD QUALITY CONTROL 37 A. Field Tests and Inspections 38 1. Perform vacuum test in accordance with Section 33 01 30. 39 3.8 SYSTEM STARTUP [NOT USED] 33 39 10 - 8 CAST-IN-PLACE CONCRETE MANHOLE Page 8 of 8 CITY OF FORT WORTH PANTHER ISLAND SANITARY SEWER COLLECTOR STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 105247 Revised December 20, 2012 1 3.9 ADJUSTING [NOT USED] 2 3.10 CLEANING [NOT USED] 3 3.11 CLOSEOUT ACTIVITIES [NOT USED] 4 3.12 PROTECTION [NOT USED] 5 3.13 MAINTENANCE [NOT USED] 6 3.14 ATTACHMENTS [NOT USED] 7 END OF SECTION 8 Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 D. Johnson 1.2.A.1.c. – reinforcing steel removed from items to be included in price bid 9 CITY OF FORT WORTH PANTHER ISLAND SANITARY SEWER COLLECTOR STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105247 Revised July 1, 2011 APPENDIX GC-4.01 Availability of Lands GC-4.02 Subsurface and Physical Conditions GC-4.06 Hazardous Environmental Condition at Size GC-6.06.D Minority and Women Owned Business Enterprise Compliance GC-6.07 Wage Rates GC-6.09 Permits and Utilities GC-6.24 Nondiscrimination GR-01 60 00 Product Requirements CITY OF FORT WORTH PANTHER ISLAND SANITARY SEWER COLLECTOR STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105247 Revised July 1, 2011 GC-4.01 Availability of Lands PANTHER ISLAN❑ SANITARY SEW�R C4LLECTDR CITY PR�JECT N�. '1 �5Z47 PARGEL N�. 1 PE 36� N MAIN STREET F.G. MULLEKEN SIJRVEY, ABSTRACT Na. 1i345 A. G�LJHENANT SLfRVEY, ABSTRACT N�. 582 M. BAIJGH SURVEY, A6STRACT N�. 'Ifl6 EKHIBIT "A" Being a permanent utility az�d aceess easement situated in the F.G. Mulliken Sur�ey, Abstract No. 1�45, the A. G�uhenant Swvey, Ahstract Na. 582 and the M. Baugh Survey, Abstract No. 1�6, City of Fort Worth, Tarrant County, Texas, said permanent utility and access easement being a portian of a remainder nf a called 29.�29 acre trac# af land described as CYTEC TRA�T in deed to Tarrant Regianal Water District as recarded in Instrument No. D21�157�74 ❑f the Df�cial Public Re�ords of Tarrant County, Texas, also being a portion �f Black Lot I R, Block FR afUnion Land Companys Industrial Addition, an additifln to the City ❑f Fart Worth, Tarrant C�unty, Texas, as recorded in Instrument No. D213125�6� of said Dfficial Puhlic ReGards af Tarrant Caunty, Texas, and being a partian of Lflt i, Bivck 2 af Union Land Campanys Industrial Additian, an addition ta the City of Fort Wartka, Tarrant Ca�nty, Texas, as recarded in Voiume 2�4, Pa�e 101 of the Plat Re�ords of Tarxant County, Texas, said permanent utility and access easement being mare particularly described by metes and bauxtds as follows: CUMMENCING at a P.K. Nail found for an exterior ell comer in the narthwest line af said called 29.529 acre tract of land, said P.K. Nail l�eing in the southwest line of a called �.91 S acre tract of [and described as TECHNICQAT TRACT in deed ta Tarrant Regianal Water District as recorded in Instrument Na. D210157674 of said �fficiai Publi� Records o#'Tarrant County, Texas, said P.K. Nail being the west corner of Lat 1�, Block 232 0#' Nvrth Fort Worth Townsite Ca�npanys Subdi�ision, an additi�n tfl the City af Fort Worth, Tarrant County, T�xas as recorded in Volume 244-A, Page l I7 of said Pla# I�ecords of Tarrant Caunty, Texas, said P.K. Nail being the south carner of Lot 11 af said Block 232, said P.K. Nail being in the northeast right-af-way line af N Calhoun Street (70' right-af-way width), said P.K. Nail aisa being a north �arner af City Qrdinance No. 2335, vacating a portion ❑f said N Calhoun Street as recorded in Valume �fl53, Page 112 of said I]eed Recards af Tarrant County, Texas, frQm which a P.K. Nail �ound fvr the intersection of the nartheast right-af-way line af said N Calhvun Street and the sautheast right-of-way line of NE 6TH Street �G4' right-af-way width} bears Norih 30 degrees 43 minutes 11 secands West, a distance of 1 Qd.�O feet, said P.K. Nail being the west carner af said called 4.91$ acre tract of land, said P.K. Naif also being the west cvrner of Lot 12 of said Black 232; THENCE South 59 degrees 56 minutes 49 secands West, with the northwest line af said called 29.529 a�re tracc af land and with a narthwest line af said City �rdinance No. 233�, a distance af 5.00 feet to the PDINT ❑F SEGINi�i�NG vf the herein described permanent utility and access easement; Exhihit A Page 1 vf 4 THENCE Sauth 3� degrees 03 minutes 09 secancis East, passing at a distance af 657.71 feet, a point in the north line af said Lot lA, passing at a distan�e of I,S37.Z8 feet, a point in the sauth line af said Lot 1R, in all, a distance of 1,734.40 feet t� a point for �orc3er in the sat�theast Iine �f said �alled 29.529 acre tract of land, said point being in the most northerly northwest line of a called 11.122 acre tract of land des�ribed as T'RACT THREE in deed to Tarrant Caunty CaIlege District as recorded in Instrument No. �2Q4331101 of said �ff cial P►�blic Recards af Tarrant County, Texas; THENCE Sauth 59 degrees 4S minutes 58 seconds West, with the southeast lin� af said �alled 29.529 acre tract of land and with the most nort�eriy noz�hwest tine of said called 11.122 acre txact af land, a distance af ��.ad feet to a paint for �arner, from which a 112 iron rad with cap stamped "BRITTAIN & CRAWF�RI7" tflund for the most sautheriy cnrner of said called 29.529 acre tract �F land bears Sauth 59 degrees 45 minutes 58 seconds West, a distar�ce af 4.�2 feet, said 112 inch iran rod with cap stamped "SRITTAIN & CRAV�FQRI3" being an exteriflr e�I caz-ner in the n�rthwest line of said called l 1.1 �2 acre tract of tand; THENCE North 3� de�rees 03 minutes OS seconds West, passing at a distance of 289.b4 feet, a paint in the sauth line ❑f said Lot 1 R, in all, a distance flf 567.97 feet to a point far corner; THENCE South 59 degrees 55 minutes 31 secands West, a distance af 5.Q2 feet tc� a point for the north corner of Lot 2S, B1Qck 7 of The Uzuan Land Companys Industrial AdditiQn, an addition to the City af Fart Warth, Tarz�ant County, Texas, as recorded in Volume 3�9, Page 75 af said Flat Recards af Tarrant County, Texas, said point being the north carner af a called 4.855 acre tract vf land described in deed to Tarrant Regional Water District as recorded in Instrument No. DZ 17268452 of said �fficial Public Records of Tarrant Caunty, Texas, said point being the intersection af the southeast right-af way line af 4TFi Street {6�' right-of-way width) with the southwest line �f said called �9.529 acre tract af land and the southwest line of said Lot 1 R; THEIVCE North 30 degrees �3 minutes 44 se�ands West, with the southwest line of said �alled 29.529 acre tract af land and with the so�thwest line af said Lat 1R, a distanc� of 60.�� feet ta a paint far the east cflrnez- o� Lflt 2, Slock A-R of Union Land Co's Additi�n, an additian to the City af Fort Warth, Tarrant County, Texas, as recorded in Volume 388- 142, Page 18 of said Plat Records of Tarrant Caunty, Texas, said point being the intersection af the northwest right-of-way lir�e of said 4TH Street witY� the southwes� lin� of said called 29.529 acre tract of land and the sauthwest line af said Lot 1 R, fram which a 112 inch iran rod with cap stamped "SRITTAIN & CRAWF�RD" found far the sauth corner of said Lat 2 bears South 59 degrees 55 minutes 33 seconds West, a distan�e of 80. ] 4 feet, said 112 iron rod with cap stamped "BRITTAIN 8c CRAW�'Di�D" being the rnost southerly southeast �amer of Lot 1 of said Black A-R, said 112 inch iron rod with �ap stamped "BRITTAI�i & CRAWFDRL7" also �eing in t�e n�rthwest right-of-way line af said 4TH Street; THENCE North 59 degrees 55 minutes 33 secands Eas#, a distance af 5.�3 feet ta a point for corner; Exhi�it A Page 2❑f 4 THENCE North 34 degre�s �3 rr�inutes �9 secands West, passing at a distance 542.75 feet, a point in the nflr�h line af said Lot 1 R, in all, a c�istance ❑f S��.S2 feet to a point for corner; THENCE South 59 degr�es 55 minutes 33 se�an�s West, a distance af5.13 feet ta a point far the narth corner af a called 0.57� acre tract af Iand described as TRAGT 2 in deec� to �ean Ventures, LLC as recarded in Instnzment No. D22 i 170297 af said �f�ciai Public R�cnrds of Tarrant County, Texas, said paint heinb the narth corner of Black 11 �f Narth Fart Worth, an additian to the City af Fart Worth, Tarrant County, Texas as recorded in Volume 53, Page 149 of said Plat Re�ards of Tarrar�t County, Texas, said paint alsa being the intersectian af the southwest fine ❑f said called 29.529 acre tract ❑f land and a sauthwest line oi said City Drdinance Na. 2336, clasing a partian of said Calhaun Street and NE 5'�H Street (a called 54' right-of-way width} with th.e southeast right-of-way line of said S��H StreeE; THENCE North 34 degrees �3 minutes 44 seconds West, with the southwest line of said �alled 29.529 acre tract of laz�d and with a southwest line of said City Ordinance No. 2336, a distance of 6�.48 f�et t� a 112 inch iron rod with cap s�amped "BRITTAIN & CRAWFDRD" faund for an interiar ell �arner in the sauthwest line af said caLled 29.5�9 acre tract of land, said 112 znch iran rod with �ap stamped "BRITTAIN & CRAWF�RI]" being the east carner ofLat 36, Block 2Q ofNorth Fart Worth Townsite Companys Subdi�ision, an additian to the Ciry of Fort Warth, Tarrant County, Texas as recorded in Volume 2Q4-A, Page 117 of said Plat Records of Tarrant County, Texas, said ll2 inch iron rod with cap stamped "BRITTAIN & CRAWF�RD" being the east corner nf a called 2.755 acre tract of land described as TRACTS IV & V in deed ta Panther Island 1'artners, L.P. as recorded in Instrument No. D223175978 af said Qfficial Public Recards of Tarran# County, Texas, said 112 inch iron rad with cap stamped "BRITTAIN & CRAW�'�RD" alsa being the intersection a svuthwest line of said City Ordinance No. 2336 with the narthwest right-of-way line af said 5TH 5treet; THENCE North 59 degrees Sb minutes 14 seconds East, a dista�ce of 5.1� feet to a paint for carner; THENCE Narth 3� degrees 03 minutes 09 secands West, a distance af 499.b2 feet to a point f�r corne�- in the northwest Iine of said called Z9.529 acre tract of land, said point being in a northwest Iine of said City Qrdinance No. 2336, closing a partion of said N Calhoun Street; THENCE Narth S9 degrees 56 minutes 49 seconds East, with the narthwest line of said called 23.SZ9 acre tract of land and witk� a narthwest line of said City Ordinance No. 233b, a distance af 6�.�4 feet to the PDINT �F BEGINNING and cvntaining 2.486 acres or i 08,281 square feet of [and, mare or less. Exhibit A Page 3 of 4 Na#es: � 1} A plat af e�en survey date herewith accampanies this legal descriptian. (2} All bearings and �aordinates are referenced ta che Texas CoQrdinate System, NAD-83, The Narth Central Zane 4202, all distances and areas shown are surface. I3ate: September � 7, �424 ��� �_�-�s -��_ Curtis Srnith Registered Professional Land Surveyar N�. 5A�94 Texas Firm No. 1� 10690� Exhibit A Page 4 of 4 �'X�IIBI T "B " PA,RCEL No. 1 PE r—�------�--__._�._. T------1 �_..._.__ � I � I �aT i z I �oT i � � �Qr � ff � �or s �ar a � �oT � � � I I � f2EHIAlAlDER 0� � � CAL�E6 ❑.918 ACRES CALLED 29.529 ACRES f 7ECHNIC�AT TRAC� C'{rEC TRACT � I TARRAN7 REGIpNAL WATER 6ESTRlCT I , eLocx 2sz INS7RUMfNT hio. p210157674 TARRAN7 REGIQNAL � � NaRTlf FORT �i'0!{TN TQIYNSITE � O,P.R.T.C.T. I I WATER DISTRIC3 ; canrPg,vrs SU6DlYISIQN � INSTRUMENT Na. D21 � 157674; VDLiIAlB 204—A, PACfs 117 �7 �r ; P.R.T.C.7', r . �. i.�. a.�.R.T.c.r. I � P.K. NA3L I I FOUNQ N 3a'03'l l_'W I1Q0.0a� ! _ — — — — P.K. NAIL 5 S9'56'49'lAf�� f �auNo s.00' S 3a'U3'�9"E 1,794.40' :: :::: .' : :::..::: P. �.�. :' ;: . Cf ...::..:': -:::.::..:'. :..:' ... .. .... .. N CALHDIJN STREET N CALHaUN STREET �� T�� — —W�'--- VACATED �--- -- - � � 4 �T rp .. .—.—:..:._.�....__ .::'..:.:.....:. CiTY OR�INANCE #2336 ._.T ' d '[] "....::.:..:'. ' . .. ... . .....:... .VOLUME 2�63. PAGE 112 =.:..:':.•..'' .::... `° °' . ❑.R.r.c,r. (70' RIGFiT—�F--WAY WlDTH] ,n .:: :.': :::.' : '': :::::::'.::: : . :''.:: ... ... � :..:: : .:: :. :: : .: :.: . .:::::: :.' .::: .:: .::.. .. . .. N 3�'03'p9"W 499.62' . : � . : . : . : . .: ; . � W � VJ � � � � I IJNIT� GAS PIPE LfNE r������� I CDMPANY EASE�AENi (WfOTH NOT SPECI�IEO) I AND AC�iESS } � I VaLUME 2686, PAGE 335 a�acx 2a EASEI�ENT AREA � I I N�HTH FORT IYaRTH TOIYN5fTB ��•�•T.C.T. I 2�� A�+��r QR � C4AfPANYS SUBUfYfSlON I I 1�$�2$1 r�. �. p I I VOLUAfE 204—A, PAGTs 1f7 � 1 P.R.T.C.T. IC,qLLE6 2.755 ACRESI � � I I TRACTS iV & V I I � F.G. MULLIKEN $E.IRVEY pqNTHER ISLAN❑ PARTNERS, L.P. J � A85TRACT �D' � 04�J I kNSTRUMENT Na. 0223175978 ' I I O.P.R.T.C.T. I I � LOF 25 i LOT 25 I LOF 27 I LOT 28 I �OT 29 ' �OT 30 i � --! ----J-----�---- � -- ---J----- N6TE5: 1. A LEGAL �ESCRlP'fI�N q� EVEN QATE ACCaMPANIES 7HI5 PWT. 2. ALL BEARINGS AND CpORpIHATES ARE REFERENCEQ TD THE T�]CAS CO�RDIhiATE SYSTEM. NAf7-83, THE NOR7H CENTRAL 2aNE 42�2, ALL aISTANCES AhEQ AREAS SHOWN ARE SURFACE. 5� �5 D 5q SCALE IIV FEEf �� ��� �i t y� f F� rt �I'a rth 200 TE?[AS SFREE'{ • F�RT WORTH, TE7(AS 76102 PA�V THE� �S'LAND �� oF T 5'ANITAR�' SEWE� Cn�LECTa.R ,�?,:�;�jSreR �+ PARGEL N0. 1 PE CITY PRDJ. N0. 105247 �:' 4 � �`�� PERt�ANEl�f7 UTILITY AN❑ ACCE55 EASEMENT �� CLlRTIS SMI% OWI�ER: TARRAN7 R�GICYNAL WATER ❑ISTRICT SURVEY: ABSTRACT Alv. i 045, AB57F2AC7 No. 5$2, ABSTRACT Ako. LOCATf01�: Cl7Y �F FORT WORTH, TARRANT CQlJNTY, TElfAS AC4U151TIOM ARE4: 2.486 AGRES QR 108,281 5Q�1ARE FEET WH4LE PROPERTY ACREAGE: 27.25 ACRES CALCULA7E� �oe No. Kru�sao3.ao � pwnwr� gr: �cs -- r.�a F 17, 2D24 J f7[Hf8 10, � ASS�CIATES, IMC. • � , i�(. 76137 • 5494 su PR4FESSIOhlAL WN6 S � w Z J 2 � � Q � �X�I���' "B �' PA14C�'L Nv. 1 P�' Q w Z J 2 � � Q � T _.. T � � _ �— � � �. � I �-----� I --�-----� � I LOT 6 j LflT 5 I �OT 4 I LOT 3 I LOT 2 I LffT 1 � � � F.G. A�ULLIKE�I SURVEY � I � j r ;� I � ABSTRACT� IVo. 1045 I REMAINQER �F` � � a m'�a . I 1 GALLEf3 29.529 ACRES � !� ��� oz � BLOC�Y 232 � CYTE� TRACT i r¢� Q� I lVOR7'If F'�RT iYdRTH TnA�'NSfT& I TARRANT REGfONAL I I'n ¢�`�` o C4MPANY5 5U801Yf5fON WATER Q€5TR1CT z' o� I VQLtJME 204—A, PACE 117 � � I i P.R.T.C.T. � INSTRilMENT No. D210i57674 �� I � O.P.R.T.C.T. � I � Q � � � ! I � � .�� L�---�-- � ----�----i��--� � �:: . : : : : . : :: :�: : : : : : ::�. : :::. 5 3�'43 �9'E 1,794.44 ..::.:: ,... .... N A H N STREET CLO� --- VA AT ❑ BY.__���:-:'.-: ' — C E — -- — — ^ CITY OR�INANCE 233b $ P 11 VOLIJME 2063 AGE 2... ..' ... . ... .: ::. .' : : ❑.R.T.C.T, :. ..�:..: � .. ..'. ...' :...:......... .:':'.......:.. . ... N 3� �3 09"1N 499.82 : . : : . :: . : ' . . . : . . : : . . : . . : : . . : . : . . : .. . . . .. . .: : : . . . . : . : ..:... . i � I — — � — — T — — � — L_7 �� I IJNITEp GAS PIPE LINE I �p ��2"fR� � COMPANY EASEMENt PERAiIA�ENT L�TI�ITY I (WIQTH N�T SPECIFIE�} UME TABLE WITH CAP w VOLUAAE 2588, PAGE 335 ��E B�IMG OISfANCE Al�ID A�CESS I STAHIPE❑ I ❑.R,T,C.T. L—B h! 3Q'03 44 86.48' �ASEIYi�N� A1��1 I "BRITTAIN & I w I I L-7 N 59'56 14 E 5.14' 2.486 ACRES nR GRAWFORO" 1� 108.281 SQ. FT. � � F— I I N�RTH �'aRT 1PORTH TOWNSfTB I CALLEO 2.755 ACRES � V J I I COMPANY5 S!J$QlVfSlON � 7RACT5 N dt V j T YQLUME 2a4—A, PACE 117 PANTHER ISLANQ PARTNERS, LP. LQT 36 y I � P.R. T.C. T. INSTRUMENT No. QZ23175978 I � I � � � Q.P.R.T.GT. I I � LOT 31 I L�7 32 I LOT 33 i �.ar �a I LOT 35 I � APPROX. SVRVEY LINE ' I' — — — � � �LiJ L-- —1— ---�-----L-------L------ --- Z NOiES: 1. A LEGAL 6ESCRlPfiON qF EVEN DATE ACCOI�PANIES THES FLAT. 2. ALL BEARINGS AND C�ORDINAT£S ARE REF'ERENCEO TO THE TE%AS COaR�INATE SYSTEM, NAO-83, 'fHE NORTH CENifiAL 20NE 42D2. ALL QISTANCES ANf] AREAS SHOYYN ARE Si1RFACE � O � � � ❑ �, � cfl � w J J Q U � m w Z J � � � Q � 50 25 a 50 SCALE !N FEET �1�T �4RT �A1V T1 SANITARY PARCEL N0. 1 PE PERMRNEN7 UTILIIY �i � y a f F� rt INo rtf � 206 TEXA$ STREET • FORT WORTN, TEXAS 7fi102 �L�1� �SLAND �� o�- T SE iPE1� COLLECT �� �P:: � c,� S rFip'' ��-�f-� .ti � CITY PROJ. N0. 105247 �;: 4 � 4.: � QWNER: TAF2RA�ET i��GIQNAL WATER RISTRICT SURVEY: A6S7RACT lVa. 1 a45, ABSTRACT IVo. 582, A6STRAC' LaCAT10N: CITY �F F�RT W�RTH, TARRANT COtJNTY, 7E]{A5 ACQLIlSITION AREA: 2.486 ACRES 4R 10$,281 SQLIARE FEEf WHOLE PRORERTY ACREAGE: 27.Z5 ACRES {CALCULATE�} aa�: CAp FlLE: ❑1 PE.OWG sc�: i' - so' 680 FORT WORTM, T�C. cu ris 5MlTH � � _ ,a 5494 eY�% 5 CtiRTlS SMITH REGI57ERE0 PROFESSIaNAL LAND �� � W � J 2 U � Q C �'XHIBI �' ��lJ �i PARCE� No. f PE I F.G. �4LILLIKEN SLIRVEY ,� �' Lor �R, 8�ocx �K A. GOL1HEiVANT SURVEY � ABSTRACT No. 1045 G'-' , fINIDN LkN� COAlP.4�YYS ABSTRACT No. 582 fNI1 USTRIAL ADIIlTfON I =ri ' � rq ry I INSTRUAI6NT Na. ➢213T2526P M�� O.P.It.T.G.T. „��,� � � I��`"�m� �c; R�I�AINDER �F CALL�� 29.5�9 ACRES ~} aNcc�j I J� � ��q 4 Q'•- CYTEC TRACT � m w a� I �, � v�¢�o tia '�' � FAF2RANT REGIONAL WATEF2 RISTRICT `n�z �? `�a��4�' 2 INSTRUHI�NT No. a21 Q157fi74 � �� o� � �°'�' I ,�` ��`" ° I3V �. P. R.T.C.T. W�a � � �¢ / �o c ° � u+�� rns� � � � � , � , UNE 6EARING 015fANCE �� I � , L-5 5 58'S5'33"W 5.13' /PASSING AT� L-8 N 30'03 44 8Q.48' I , 557.71 � �.'.::: :-.:':.':.'' ' :.: . ::. S 3ff83'09�E 1.754.40�: .::::..:'::::.. . � ::: ::::. :: ::::.: . :: : :.::::.. ::::: : � -: � • �: : : •' :: : . :: . :: : : : : : . . : : . . : . . : . : : . . : : . . . : : : . : : : : :'• �: : ' -: : : ': : : : :' . ::. : :: : : :�. : . . . . : : ••. �:. :.: .�: ::.: ..:::•':-::•'. :.:-•:'':.::• ::::: :. : ::..:::•'•:-'.:::•':': �.:..: ::..., :::; ...::..::::::':.:•'::::--:..:: :.. ��u �• /. � �� � - -- - - - - - - - � � —�--� — — -:N 3D'03'09"W BOB.52' — — L-6 L-5 — — — �— — -- — — W �� ❑ w � •►J1 2 � �.{ } W Z PASSING A7� saz.�s' 11NITEp GAS PiPE LINE- CpMPANY EASEMEhFF _ , (WIOTH N�T SPECIFiEO} , � VaWME 2688, PAGE 335 a i a.�.r.c.T. I � BLOClC 11 NORTlf FORT 1►QRTIf � YQLUA(E 63, PAGB 149 � P. R. T. C. T. a CALLEO ❑.574 ACR£S J TRACT 2 a�fAN VENTURE5, LLC � INSTRlJH1�NT No. �22177p297 v �—.�— � — �.— O.P.R.T.C_7.— —� Q � W Z J _ U � Q C Foa� woar� PawER & LIGHT COAM1PANY EASETAENT AND RIGH7-pF-WAY (No WI�TH SPEC3F�E0} VQLllME 430, PAGE l65 p.R.T.C.T. P�RA�AIVEIVT UT�LITY AN❑ ACCESS �14.r7E�114�� 1��1 2.486 ACF2E5 QR 108,28i 5Q. FT. LDT 1 7ARRANT REGIpNAL WATER �IST C.C.F, No. fl21p157674 ❑ R LC_F_ BLOCIf A-R i]lVION L.iND C��5 ADOITfUN VpLUAfB 388-14P, PACE 18 P.R. T.C. T. �a�: 1. A LEGAL DESCREPTION QF EVEN QATE ACC61AP+4NIE5 TMiS PL4T. 2. ALL BEARINGS AND CQORDINATES ARE REFERENCfO TO THE TDG45 COdRplNA7� SYSTEI�, MAD-83, TWE NORTH CEh1TRAL ZONE 4242, ALL DISTANCES AN[1 AREAS SHOWN ARE SllRFACE. 5� �� � 50 SCALE IN FEET o� �4�' �i � y a f F� r� W� r�f -� 2pp 7E7(AS STREET • FORT WQRTH, TE7[IS 7E1D2 PA�VT�IL'� �SLAND ,�� o� �. SANITA��'' SEWEI� G�L�ECTnR �?��;���eRFa-f-y� �_ i RF CiTY PROJ. ND. 105247 . PERMAiVEPE"f UTiLfTY AN� ACCESS EASE�AENT 4WNER: ?ARRANT REGIONAL WAT�R DI5TF21CT SE�RVEY: A65TRACT No. 1�45, ABSTRACT No. 582, A$STRAC� L4CATlQN: C1TY OF FORT WaRTN, 7ARRANT COUNTY, TExAS AC4UI51TION AREA: 2.486 ACRES OR 1 D8,�81 SQUARE FE£T WHflLE PROPERTY ACREAGE: 27.25 ACR�S CALGULATE�) JOB No. KHA_2403.D0 QRAWN BY: RES N.E. No. 106 CAD FlLE: ❑1 PE. SCAI_E� 1 " - 50' CU 7IS SNlITH r � ,.,ppF5494 ��.`+'D . ... `4" �. 5U URT]S SMITH =GISTEREO PROFESSIaMAL lANQ SURVEYDR ). 5494 TEJG6S FlRM No. 7 01069D6 -496-1424 FWC 847-495-1768 E�HIB�T "B " PARCEL Na. f P.� V W Z J 2 � � Q C A. GOIJHENAN7 5l1RVEY A65TRACT No. 582 r----__--__---� I I � ARfA QLITSIDE � � FL�O�PLAIN �ASEMENT F � C.C.F. No. R213F 252fi2 � � O.P.R.T.C.T. � i i i �-----�- ---J REMAlNDEi� �F CALLED 29.529 ACRES CYTEC TF2ACT TARRANT REGIQNAL WATER f?ISTRICT I�STRLJMENT i�o. D210157674 t Q.P.R.T.C.T. LDT fR, aLocx �R ❑NfQN LANI! COMPANYS IlVA[lSTRIAL AI7lTlTfON INSTRilAlENT No. O� 1.3125,262 p. P. R. T. C.7'. I ARFA OUTSl�E FLOODPLAIN EASEFAEN7 C.C,F. Na. �213 i 25262 fl.P.R.T.C.T. PERA�ANEi�� 11"TILJ'fl' ANQ ACCESS EASEMENT AREA 2.4ss Ac�Es a� � Qa�2� � S�. �. { : ::::�:. :, �. ,— ;: : 1 s �o'a3'ns'� � �94.40' : ; :[[ . :; :: . : : �-., �-�: i ,. i �... T........ }..:.::..:::.•:.::}: i':;•:: , I.::..::::':: � : ::::... 4:.. .: .. '.:;::.:. :. { k.....::.� -:. .... : -�'�:I:.•: �. �.':: --::: -�.•:-:'.�:�.•:-::•:-:'.�.::.. }.•.�:::.•.�::::.':: •�::.�.�: --.{._ �. -: -�:' ..:........:...: � .�.� �,--....-:�.•: �:': -��•�--�.�:: •�.�.': '.�:-: �::.���--.�.�.����: �.:._ � . ...�.�.`-.:.�. -.•._ � .�.�':: �.�.�:��:.�:�. � �. ..�:.�-{_::�.�: �_. �'::::':::::':::'::::::.:•::r - - - -' :::.: �•- ..�.�-'���: - - - - t ::.::.::::: �.. :: . �.::: :: •::�:' : ::: :::::: :... :..: : j.:.: � ::.....:.:..: I:': ''::::.:.':::: ' W.Y WATER EASfAAENT:. I::':::::'.' :.::.::.:::: :::"::}.. .;:: ::'•:--:-'::.':: " -:'.:.::..: IN5iRVh�E�vF MD. D213i252fi2...:: : :.. : i.;:� ..'::: ''� :: :.::. D.P.R_T�C�T. =E - -- - ---- - - - - - - -- �� ��r �:.:'r; .::::::: i:.::: `.:;:::: :; :::::::::: : ::::.: .:.: :: :: t: :::..::.: � . ..: ::: . . .... :.. .� ... --�:f-:T-�s-�'�_�__�'._:�: =N 300309"W 8�6.52':.�-- =:T'. - - �— —' — — — — — — L-4 FL-3 FORT WpRTH POWER & �lGHT CkHIPANY FASEMENT EJNE TA6LE � 1" AN6 RIGH7-OF-WAY LINE BEARING DISTANCf o LL (NO WI�TH SPECIFIE�) L-3 IV 36'03�44"YV fia.0�� � VOLUME 430, PAG� � O5 L-4 N 59'55'33"E 5.03' � I rY � � ❑.R.T.C.T. � I..}� � I UNfTEO GAS P1PE LINE !`' �� C�MPANY EASEMEN7 ��T 2 �I (WIDTH NOT SPECIFIE6� KEITH A KIpWELL � �� VOLUME 15217, PAGE 123 v� � VO�UME 2688, PAGE 335 ❑,R.T.C.T. N � � ❑.R.T.C.T. FFip 1/2"IR 1 �La�� �_R W3TH CAP $TAMPEE} r f1NI4N LAND CD'S AO➢ITION "6RITfAIN & �RAWFOR�" '�" � L�� 1 � V4LfJAI� 388-i4,2. PACL' 18 ^— �`� 7ARRANT REGIQNqL WATER ❑IST P,R.T.C.T. C.C.F, No. D210t57674 --y p.R,T.C.T. G �f�5: 1. A LEGAL OESCRIPTION QF fYEN �ATE ACC�A�PANIES TNIS PLAT. 2. ALI. BEARINGS AiJD C40RDINATES ARE REFERENCE� TO TFlE TDfAS CODR�INATE SYS7EA�, NAa-83, THE NORTH CENTRAL Z�NE 4202. ALL 61SFANCES AND AREAS 5NpWN ARE 5!lRFACE. 5a 25 � �o SCALE IN FEEf ❑ W Z J 2 � � Q C o�r wo�r �i t y o f Fo r� 1/1/ o rtf� 20Q XE7CA5 STREE'f • FORT WORTH, TE7CA5 76102 �'AN �'l��"1� �S�AND ,�� o� T SANITARY SEWER CDLLE'C�nl� ,�P:��isrE� �-f� t i PE CITY PRdJ. iVO. 145247 ��' � � ��'•; �' ...�.,_ ' UTILIIY ANQ ACCE55 EASEMENT CIJ,Fl1'IS 5NlIT�-I� TARRANT SURVEY: A65TRACT Na. 1Q45, ABSTRACT No. 582, ABSTRAC LQCATIQN: CITY OF FORT WOR7H, �'ARRANT CQLJNTf, T�?(AS ACQUISITI�N AREA: 2.486 ACRES QR 108,281 SQUARE FE�T WH�LE PROPERTY ACRFAGE: 27.25 ACRES CALCULATE� JOB tJo. FCHFL24Q3.00 DRAWN BY: RCS • 2840 N.E. LOQP tos CAft FlLE: C11 SCAI_E� 1 " � � ;°,p 5494 ;:� �`� D� S F. L. �: CURTIS SMITH REGISTERED PROFE551�NAL LAN6 Sl1RVEY0R N6. 5494 TE7(P�5 F1RFA No. 1010&900 7-496-1424 FF�S 817-49&-1788 �'X�IBI T "B " PARCEL No. f PE ❑ w Z J 2 U �-- Q � A. GOUHE�IANT SURVEY ABSTRACT IVa. 582 uN� rne� IJNE BEARING OISTANCE L-2 S 59'55'371M 5.�2' �.—a N 36'a3�aa-w sa.00' RElNAINpER OF CALLEQ 29.529 ACRES CYTEC TFiACT TARRANT REGIDNAL WATER OISTRICY IN57RLJMENT i�o. Q21Di57674 p.P.R.�.C.T. LDT iR, BLOCfC FR rrNioh r.�Nv coa�Palvrs p�T M ��tieq�s �q�� I'qp�O.Q�'Ty `S�I Ro No R� � � . E}- SL���,�5 ��NF �ERMANENT Ui1L47Y ONCOR ELECTRfC ❑ELIVERY C�hlAPANY LLC INDt15TRlAL AAAITION �0 ��E� FASEMENT AN❑ RfGHT-OF-WAY AGREEMENT lNSTRCIJ(ENT Nn. A.2T31,25282 �ASEMENT AREA INSTRL1hAEN� Na. ❑221 t 41710 O.P.R.7'.C. T. 2,4g6 ACRES 4R O.P.R.T.C.T. 1�S�Z$� ,r�Q. �. PERMANENT ACCE55 EA5EAAEM1FF Ta TARRANT COIJNTY C�LLEGE OISTRICT PASSiNG AT C.C.F. No. �21727p135 ❑.P.R.T.C.i. 1.537.2$' - — -- — — — — —�S 3�'03'D9"E 1,794.44'=— — — — -- -- — — — — — -- — — — — -- — — --- — --- `�;� �. WAT R M � :... E EASE E �� : . INSTRU�nENT N�. Q213} 252fi2:' : ' :: :.: :: ....:' ... • . • ""'..:': ..: I : :: ❑.P.R.T.C.T. - - _ Q3 ::: .'.. -- - -- - -- - - ;. f:._•....` - - ,-�_�T�_:�:_ - - -- - - _ _ - - - _ $�► ���:�� - -- - - _- - - - ri 3�o�ro - ,- - -- � W�r 1..L VJ � � W Z —�—T—� �—�-�—� L_2 � I � PASSING AT I I � I I I I f}NITEp GAS PEPE LINE I � 2$9 6�• 1 COIAPAMY EASEF��NT j I I I I I I�WkpTFi NOT SPECIFIEflJ I i I I � j � I I I IVOLUTAE �26�88�.TAGE I335 U�HRTCQH�IPANYPE45EM Nr 1 � I I � I I ! � {ta6�W piTHTSPECiFIEO} I I , BLQCf[ 7 I I � � � I VaLUµE 430, PAGE �O5 1 j THE UNlON GANO � I I � � O.R.T.C.T. I COAfPA1YYS INIJiISTRlAL I CALLE� 4.855 ACRES � � I I � I VOLfJME'�.709,f PACE 75 7IR� RIJMENT� NAo. �2172 8i452E Ir � I I r,^,' I I P.R.T.C.T. I O.P.R.T.C.T.I � ` � � LOT 25 I LOT 2b I LOT 27 � LOT 28 I LOT 29 I�07 3� � LQT 31 I LO7 32 � LaT 33 ` LOT 3k � LOT 35 I LOT 36 � d � �_�__�__L_._�_..._1__�__�__1__L __I�._J_._L � d � � h O � Q ca � NdTES: 1. A lEGAL aESCRIPTION ❑F EVEN OATE ACC�A4PANIES THIS PLAT. 2. ALL BEARINGS AND COORDiNA7E5 ARE REFEREN£E� TO THE TE7CA5 COORI71hlATE SYS"FEM. NAD-83, 7HE NOR'fH CENTfiAL 20NE 42d2, ALL OISTANGES ANq AREAS SHOWN ARE SURFAC£. 5D 25 � 50 SCALE IN FEET W w Z J 1 C.] H Q � ��' �Q� �i t y a f F� rt �1 V a rth 2Q� TE%�IS STREEf • FQRT WpRTH, TE]fH5 76T�2 PAlIT THE�2 ISLAND �� o� r SANITARY SEWE�4 C��LEC��Ii ,�P.��;���TeR F�.� PARCEL ND. 1 PE CITY PROJ. Nd. 145247 �'7;� 4� d': Jti pE�2�AANENT LJTILITY AND ACCE55 EASEMENT ClJ IS SMITN aWNER: TAftRANT REGI�NAL WAT�R piSTRICT "" • � 5494 �' � 5UF2VEY: AQSTRACT No. 1045, A857RACT No. 582, ABSTRACT Aio. l05 '•:?�p�. ��"sd LaCATI0IV: CITY �F F�RT WORTH, TARRAIVT CQUNTY, TEXAS ACQU15fTI0N AREA: 2.48fi ACR�S ❑R 1 Q8,281 SQUARE FEET WNOLE PROPERTY ACREAGE: 27.25 ACRES {GALCULATE�} CAa FlLE: ❑1 PE.OWG SCALE: 1 � _ �6� 82�, SUITE Bfi0 FORT WORTM, T7C. CURTIS SMITH REGISTERED PR6FESSIONAL UdJD SIJRVEYOR 8T7-496-1788 �'��I�BI T „B " PA�CE� 1Vn. 1 PE W w Z J 2 U � � � �� aLocx � j� �A. BALIGF� SLJRVEY I� �, �q�� � UNIDN LAN� CaAfPANYS ABSTRACT IVD. lOE � LOT 3 �O � '�C S � lNA7JSTRIAL ADDITION � I � [• S ���y ��r'p� qTE'OT�'E^E.T � YaGilhfE ,2G4. PAGE 101 NE 3RQ STREET � �BLOCK 2 F N I VACATEF} 6Y �� �4,t, ay. � P.R.T.C.T. , uN74N LaND COAfPANYS O�',j �'f' � CITY QR�INAMCE �`2336 fN0U5'TRIAL AD�ITIDN �r�: �Oq� 2�7 � LOT 32 , VOLU�AE 2flfi3, PAGE 112 � VpLUME 2Q4. PACE' 1pT T e �,2 �_ I O.R.T.0 T ' � P.R.T.C.T. � REMAI�1pER OF CA�LED 29.529 ACRES I �- . .�pp CYTEC TRACT � �9.q��� SG TARN�S7RUlNENT�NNa� 02 i a� 57�s �lc� RERtiwrr�r�r �mur�r �� LOF 2 ,� e0 R!� � RE�nain,oER oF � Ra �� O.P.R.T.C.T. A!V❑ ACCE55 CALLED 1 i.122 ACRE N 7RAC7 iHREE � C�NF �6M���� R TARRAN7 COUiVi1' C�LLEGE Qs , PERMAN�NT ACCESS EAS£MENT TQ dI5TRIC7 / TARRar�r cauwrr COLLEGE oisrRicr 108,281 5Q. FT. C.C.F. No. ❑26433� 1�1 C.C.f. No. �21727fl135 ❑•�•�•�•�-r- � � O.P.R.T.C.T. �pT 1 � - - - - �S 30'�3�09"E 1,794.40'� -- - --��-��-' � / � - - � — -- I — — — — � . u-� - c . I �� � � . I . o . rn oe - - --- - - -- V _ ,;, N . �.'., �. .. . �;�: �. E - -�N 3D'03 D8"W 5fi7.97 ��:.'�.-�.- - _ - _ - _ _ -- - - J - - = �'"_ "�� �J � T �.. ' .- � ... � FND 1/2"IR I �� I I I WIFH CAP $FAARPEO I I I ONC6R ELEC7RIC pELIVERY C�IAAPANY LLC UNITED GAS PiPE LINE � "gRITTAIN & CRAWFDR��� EASEMEN7 AN€} RIGHT-OF-WAY AGR�EMENT COMPANY EASEMENT I I I IN57RUMENi No. 0221 1 41 71 0 I VOLUME 26885 PAG�� E3�35 � �pRT WpRTH POWER & I C1.P.R.T.G.T. LIGHT CaA�4PANY EASEMENT I BLOCIC 7 I a.R.T.C.T. ANp RIGHT-OF-WAY THE ilNIDN LANA [NO WIDTH SPECIFIEf}] �pMpANY5 lNlYfISTRfAL LJNE TABLE VOLIJA�E 436, PAGE t45 AODITI4N I IJNE BEARING DISTANCE �_ I D.R.T.C.T. � VOLflME 309, PAGE 75 I L-1 5 59'45�58�H 4.92� I I P. R. T. C, 7'. � CALLED 4.855 ACRES � IpNCOR E�EGFRiC DELEVERY CO LLC TARRANT REG1Dh1AL WATER DISTRiCT INSTRUH4ENT No. D201314030 ^� � IN57RUMENT No. p2t7268452 I � I I O.P.R.T.C.T. I II 4� LOT 38 I LOT�39R � C T 4❑ I LDT 41 I LOT 42 LOT 43 I LOT 44 I LD7 45 � LOT 46 I LOT 47 I LOT 48 � —�--J--�_—I__�_� � �_I__�__1--�-- I_.�J � , NO'fES: 1. A LEGAL QESCR1PTlaN OF EVEM QATE ACCOFAPANIES iH15 PLAT. 2. ALL BEARIMGS ANp COORQINATES ARE REFERENCED TO THE TDGLS CO�R�IhlA7E SYSTEiA, lVAD--83, 7HE NORTH CEhEFRAL ZONE 42a2, ALL OISTANCES AND ARFAS SHOWN ARE SLIRFACE. '�JQ 2r3 � �Jd SCALE IN �EET ��' ���' �'i t y a f F� rt 1Nv r�h 20❑ TExAS STREET • FORT WOR7H, TEXAS 761�2 PA �V �'HER I SL�4 ND �� �� T SANITAR�' SEWER GDLL�C�nR �Q:.�;���eR�:o�-.�� PARCEL N�. 1 PE ClTY PRQJ. �1D. 1 Q5247 . . .._.. _ - - ��...........�...... PERA�ANENT UT{L1TY AN❑ ACCESS EASE�AENT C�RTlS SMITHr �WNER: TARRANT REGIQ�VAL WATER DI57RfCT SURYEY: A85TRACT Alo. 1�45, ABSTRACT AEa. 582, AB57RAC' LOCATiON: CITY �F �ORT WORTH, �A�2F2ANT CQEJNTY, TEXAS AGQUl51TION AF2EA: 2.486 ACRES OR 1 Q8,�81 SQi1ARE FEET WHaLE PR�PERTY ACREAGE: �7.25 ACRES [CALCULATEa} �. Kw�xao3.ao ow,wN er: R�s c.an �tE: oi P�.awc SEPTEM9ER 17, 2Q24 pCHfBff 9 PAGE fi DF 6 SCALE: 1' = 5�' GORRQNpONA dc ASSOCW7E5, INC. • 28R0 N.E. LODA 82fl, SUfTE fi6a FORT WOt7�H, 17f. � ., ,p 5494 .' � f y . O,r. . � �� � � .�r, �. CURTIS SHIITH REGl5iERE0 PROF�SSiDNAL IANP 5URVfYaR N0. 5494 7E7rA5 F1i2M No. 161Q890Q 7-498-1424 FAI[ 817-496-1768 CITY OF FORT WORTH PANTHER ISLAND SANITARY SEWER COLLECTOR STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105247 Revised July 1, 2011 THIS PAGE LEFT INTENTIONALLY BLANK CITY OF FORT WORTH PANTHER ISLAND SANITARY SEWER COLLECTOR STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105247 Revised July 1, 2011 GC-4.02 Subsurface and Physical Conditions Geotechnical Report GEOTECHNICAL ENGINEERING STUDY PANTHER ISLAND SEWER COLLECTOR L2 CALHOUN STREET AND NE 7TH STREET FORT WORTH, TEXAS Presented To: Kimley-Horn and Associates, Inc. June 2024 PROJECT NO. 103-24-532 � � A �,� i1. �����;�-"�"������� June 4, 2�24 Report No. � D3-24-53� Kimley-Horn and Associates, Inc. 8� 4 Cherry 5treet 5uife 13a�, Unit 11 Fort Worth, Texas 7610z Attn: Mr. Chris Iga, P.E. GEDTECHNICAL ENGINEERING STU�Y PANTHER ISl.ANO SEWER C�LLECT�R L2 CALHOUN STR�ET AND NE 7�" STR�ET F�RT WQRTH, T�XAS ❑ear Mr. Igo: Submitted here are the results of a geote�hni�al engineering sfudy �vr the referenced p�-oj�ct. This s#udy was performed in general acc�rdance wit� CMJ Pra�osai Nv. 23-932d dated �ctober 9, 2�23. The geotechni�al servic�s were authorized via �ndividual Proj�ct �rder Nurriber Dfi1a18�45�# authorized by Mr. Chris Ig❑ af Kimley-Harn and Associates, Inc. ❑n March 21, �024. Engineering analyses and recamrnendations are �antained in the text section af tP�e re�vr#. Resul#s of aur field and labaratary servi�es are included in the appendix af the repart. We would appre�iafe the opportunity ta be cansic€ered far providi�g the materials engine�ring and geatechnical o�servatian services during the canstructian phase af this project. We appreciate the apportunity to be af service to Kirr�ley-Horn and Assvciates, Inc. Pleas� cantact us if you ha�e any questians ar if we may be of further servi�e at this tirrre. Respectfully submitted, CMJ E�v�iNE�RiN�, IN�. TExAS FIRM REGl57RATlOfV I�Eo. F-97.77 ���� �aniel R. �reen, Ph.D., E.I.T. Graduate Engineer Texas No. 54428 ->.z,•�.�., �F��;!'� �T�x��►�+ .�- � ,. � � '• *;� v*; � .. . .. �*: "� ;h�� r JRM�S R SAPI'INGTi7fV, IV � p41 p. ......974Q2 '.... •.4'i � � � '` ��!C� N 5E� ���'e.� ����c����V�11��.� � � 0. 0. ��a.� ��K b•`�' . - { l �� Jame P. 5appingtan IV, P.E. Presi ent Texas No. 9T4�2 �opies submitfed: (2} Nir. Chris Igo, P.E.; Kiml�y-H�rn and Associates, Inc. �email & mail} CMJ �ngineering 7636 Pebble ari�e p: 817.284.94�a Fort Warth, 7X 76i18 f: 817.589.9993 www.cmjengr.com TABLE OF CONTENTS Page 1.0 INTRODUCTION ------------------------------------------------------------------------------------------------------- 1 2.0 FIELD EXPLORATION AND LABORATORY TESTING ------------------------------------------------------ 2 3.0 SUBSURFACE CONDITIONS -------------------------------------------------------------------------------------- 4 4.0 FOUNDATION RECOMMENDATIONS --------------------------------------------------------------------------- 6 5.0 BELOW GRADE AREAS --------------------------------------------------------------------------------------------- 9 6.0 UTILITY EXCAVATIONS -------------------------------------------------------------------------------------------- 12 7.0 EARTHWORK ---------------------------------------------------------------------------------------------------------- 17 8.0 CONSTRUCTION OBSERVATIONS ----------------------------------------------------------------------------- 19 9.0 REPORT CLOSURE ------------------------------------------------------------------------------------------------- 20 APPENDIX A Plate Plan of Borings --------------------------------------------------------------------------------------------------------------- A.1 Unified Soil Classification System --------------------------------------------------------------------------------------- A.2 Key to Classification and Symbols -------------------------------------------------------------------------------------- A.3 Logs of Borings ------------------------------------------------------------------------------------------------------ A.4 – A.6 Particle Size Distribution Reports -------------------------------------------------------------------------------- A.7 – A.8 Free Swell Test Results ---------------------------------------------------------------------------------------------------- A.9 Report No. 103-24-532 CMJ ENGINEERING, INC. 1 1.0 INTRODUCTION 1.1 General The project, as currently planned, consists of three new junction boxes and a new 18-inch to 30- inch sewer line with a length of approximately 2,000 linear feet. The proposed sewer line alignment extends north along Calhoun Street, approximately 200 feet north of NE 4th Street to NE 7th Street, then continues to the east at NE 7th Street. The project vicinity and approximate locations of exploration borings are illustrated on Plate A.1, Plan of Borings. 1.2 Purpose and Scope The purpose of this geotechnical engineering study has been to determine the general subsurface conditions, evaluate the engineering characteristics of the subsurface materials encountered, develop comments on general excavation, develop recommendations for the type or types of foundations suitable for the project, and provide earthwork recommendations. To accomplish its intended purposes, the study has been conducted in the following phases: (1) drilling sample borings to determine the general subsurface conditions and to obtain samples for testing; (2) performing laboratory tests on appropriate samples to determine pertinent engineering properties of the subsurface materials; and (3) performing engineering analyses, using the field and laboratory data to develop geotechnical recommendations for the proposed construction. The design is currently in progress and the locations and/or elevations of the structures and pipeline could change. Once the final design is near completion (80-percent to 90-percent stage), it is recommended that CMJ Engineering, Inc. be retained to review those portions of the construction documents pertaining to the geotechnical recommendations, as a means to determine that our recommendations have been interpreted as intended. 1.3 Report Format The text of the report is contained in Sections 1 through 9. All plates and large tables are contained in Appendix A. The alpha-numeric plate and table numbers identify the appendix in which they appear. Small tables of less than one page in length may appear in the body of the text and are numbered according to the section in which they occur. Report No. 103-24-532 CMJ ENGINEERING, INC. 2 Units used in the report are based on the English system and may include tons per square foot (tsf), kips (1 kip = 1,000 pounds), kips per square foot (ksf), pounds per square foot (psf), pounds per cubic foot (pcf), and pounds per square inch (psi). 2.0 FIELD EXPLORATION AND LABORATORY TESTING 2.1 Field Exploration Subsurface materials at the project site were explored by three (3) vertical soil borings drilled to a depth of 30 feet. The borings were drilled using continuous flight augers at the approximate locations shown on the Plan of Borings, Plate A.1. The boring logs are included on Plates A.4 through A.6 and keys to classifications and symbols used on the logs are provided on Plates A.2 and A.3. Undisturbed samples of cohesive soils were obtained with nominal 3-inch diameter thin-walled (Shelby) tube samplers at the locations shown on the logs of borings. The Shelby tube sampler consists of a thin-walled steel tube with a sharp cutting edge connected to a head equipped with a ball valve threaded for rod connection. The tube is pushed into the soil by the hydraulic pulldown of the drilling rig. The soil specimens were extruded from the tube in the field, logged, tested for consistency with a hand penetrometer, sealed, and packaged to limit loss of moisture. The consistency of cohesive soil samples was evaluated in the field using a calibrated hand penetrometer. In this test a 0.25-inch diameter piston is pushed into the relatively undisturbed sample at a constant rate to a depth of 0.25 inch. The results of these tests, in tsf, are tabulated at respective sample depths on the logs. When the capacity of the penetrometer is exceeded, the value is tabulated as 4.5+. Disturbed samples of the more granular or noncohesive materials were obtained utilizing a nominal 2-inch O.D. split-barrel (split-spoon) sampler in conjunction with the Standard Penetration Test (ASTM D1586). This test employs a 140-pound hammer that drops a free fall vertical distance of 30 inches, driving the split-spoon sampler into the material. The number of blows required for 18 inches of penetration is recorded and the value for the last 12 inches, or the penetration obtained from 50 blows, is reported as the Standard Penetration (SPT) value at the appropriate depth on the logs of borings. Report No. 103-24-532 CMJ ENGINEERING, INC. 3 To evaluate the relative density and consistency of the harder formations, a modified version of the Texas Cone Penetration test was performed at selected locations. Texas Department of Transportation (TXDOT) Test Method Tex-132-E specifies driving a 3-inch diameter cone with a 170-pound hammer freely falling 24 inches. This results in 340 foot-pounds of energy for each blow. This method was modified by utilizing a 140-pound hammer freely falling 30 inches. This results in 350 foot-pounds of energy for each hammer blow. In relatively soft materials, the penetrometer cone is driven 1 foot and the number of blows required for each 6-inch penetration is tabulated at respective test depths, as blows per 6 inches on the log. In hard materials (rock or rock-like), the penetrometer cone is driven with the resulting penetrations, in inches, recorded for the first and second 50 blows, a total of 100 blows. The penetration for the total 100 blows is recorded at the respective testing depths on the boring logs. Groundwater observations during and after completion of the borings are shown on the upper right of the boring logs. Upon completion of the borings, the bore holes were backfilled with soil cuttings and plugged at the surface by hand tamping or patched with asphalt/quick set concrete as applicable. 2.2 Laboratory Testing Laboratory soil tests were performed on selected representative samples recovered from the borings. In addition to the classification tests (liquid limits, plastic limits, and particle size analyses), moisture content, unconfined compressive strength, and unit weight tests were performed. Results of the laboratory classification tests, moisture content, unconfined compressive strength, and unit weight tests conducted for this project are included on the boring logs. The particle size analysis results are presented on Plates A.7 and A.8, Particle Size Distribution Reports. Swell tests were performed on specimens from selected samples of the clays. These tests were performed to help in evaluating the swell potential of soils in the area of the proposed junction box structures. The results of the swell tests are presented on Plate A.9. The above laboratory tests were performed in general accordance with applicable ASTM procedures, or generally accepted practice. Report No. 103-24-532 CMJ ENGINEERING, INC. 4 3.0 SUBSURFACE CONDITIONS 3.1 Soil Conditions Specific types and depths of subsurface strata encountered at the boring locations are shown on the boring logs in Appendix A. The generalized subsurface stratigraphy encountered in the borings is discussed below. Note that depths on the borings refer to the depth from the existing grade or ground surface present at the time of the investigation, and the boundaries between the various soil types are approximate. Concrete paving was present at the surface in Boring B-1 with a thickness of 6½ inches. No base material or evidence of subgrade stabilization was encountered below the concrete paving. Asphalt paving was present at the surface in Boring B-2 with a thickness of 5 inches. The asphalt paving was underlain by 7 inches of sand and gravel base material. Limestone gravel is present at the surface in Boring B-3, with a thickness of 1 foot. Fill is noted beneath the sand and gravel base material in Boring B-2, extending to a depth of 2 feet. The fill consists of dark brown, brown, and light brown silty clays containing calcareous nodules and ironstone nodules. The silty clay fill in Boring B-2 is considered soft to firm (soil basis) in consistency with a pocket penetrometer reading of 1.0 tsf. Natural soils encountered consist of dark brown, brown, and light brown clays, silty clays, sandy silty clays, and silty sandy clays containing calcareous nodules and ironstone nodules. Clayey sand layers are noted within the sandy silty clays in Boring B-1 below a depth of 7 feet and limestone fragments are noted within the silty sandy clays in Boring B-2 above a depth of 19 feet. The various clayey soils encountered had tested Liquid Limits (LL) of 33 to 63 with Plasticity Indices (PI) of 19 to 47 and are classified as CL and CH according to the USCS. The natural clayey soils encountered are generally firm to hard (soil basis) in consistency with pocket penetrometer readings of 1.5 to over 4.5 tsf and Standard Penetration (SPT) values of 7 to 8 hammer blows for 1 foot of penetration. Soft to firm soils were present in Boring B-1 from 4 to 8½ feet and in Boring B-3 from 21 to 25 feet with pocket penetrometer readings of 0.75 to 1.0 tsf. Tested unit weight values varied from 99 to 117 pcf and tested unconfined compressive strength values were 2,390 to 6,010 psf. Report No. 103-24-532 CMJ ENGINEERING, INC. 5 Brown and light brown clayey sands were encountered in Borings B-2 and B-3 at a depth of 25 feet. The clayey sands contain ironstone nodules and calcareous nodules and are considered loose with a Standard Penetration (SPT) value of 9 hammer blows for 1 foot of penetration. Borings B-2 and B-3 were terminated within the clayey sands at a depth of 30 feet. Tan sandstone was next encountered in Boring B-1 at a depth of 23 feet, extending through boring termination at a depth of 30 feet below existing grade. The sandstone contains clay seams and layers and is considered hard (rock basis), with Texas Cone Penetrometer (THD) test values of 1⅛ to 1½ inches of penetration for 100 hammer blows. The Atterberg Limits tests indicate the various soils encountered at this site vary from moderately active to highly active with respect to moisture induced volume changes. Active clays can experience volume changes (expansion or contraction) with fluctuations in their moisture content. 3.2 Groundwater Observations The borings were drilled using continuous flight augers in order to observe groundwater seepage during drilling. Groundwater seepage was encountered during drilling in the borings at depths of 8 to 21 feet with water levels of 5 to 10 feet measured at drilling completion. Table 3.2-1 summarizes the water level data as encountered in the borings. TABLE 3.2-1 Groundwater Observations Boring No. Seepage During Drilling (ft.) Water at Completion (ft.) B-1 8 5 B-2 20 10 B-3 21 8 While it is not possible to accurately predict the magnitude of subsurface water fluctuation that might occur based upon these short-term observations, it should be recognized that groundwater conditions will vary with fluctuations in rainfall. Seepage levels near the observed levels should be anticipated throughout the year. Report No. 103-24-532 CMJ ENGINEERING, INC. 6 Fluctuations of the groundwater level can occur due to seasonal variations in the amount of rainfall; site topography and runoff; hydraulic conductivity of soil strata; and other factors not evident at the time the borings were performed. Groundwater can occur in joints in the clays or via the more permeable strata. The possibility of groundwater level fluctuations should be considered when developing the design and construction plans for the project. 4.0 FOUNDATION RECOMMENDATIONS 4.1 General Foundation Considerations Two independent design criteria must be satisfied in the selection of the type of foundation to support the proposed junction box structures. First, the ultimate bearing capacity, reduced by a sufficient factor of safety, must not be exceeded by the bearing pressure transferred to the foundation soils. Second, due to consolidation or expansion of the underlying soils during the operating life of the structure, total and differential vertical movements must be within tolerable limits. 4.2 Expansive Soil Movements Structures placed near or at grade will be subject to movement as a result of moisture induced volume changes in the moderately to highly active clays. The clays expand (heave) with increases in moisture and contract (shrink) with decreases in moisture. The movement typically occurs as post construction heave. The potential magnitude of the moisture induced movements is rather indeterminate. It is influenced by the soil properties, overburden pressures, and to a great extent by soil moisture levels at the time of construction. The greatest potential for post-construction movement occurs when the soils are in a dry condition at the time of construction. Therefore, the amount of soil movement is difficult to determine due to the many unpredictable variables involved. Estimates of soil movements for this site have been performed using data from the Texas Department of Transportation (TxDOT) procedure TEX-124-E for estimating Potential Vertical Rise (PVR), swell testing, and engineering judgment and experience. Vertical soil movements ranging from approximately 2 to 3 inches have been estimated for the clay soils in a dry condition. The movement potential is estimated to be 1 inch or less for structures placed at or below 5- to 6-foot depths. Report No. 103-24-532 CMJ ENGINEERING, INC. 7 The estimated soil movements are based on the subsurface conditions revealed by the borings and on seasonal moisture fluctuations. Soil movements, significantly larger than estimated, could occur due to in adequate site grading, poor drainage, ponding of rainfall, and/or leaking pipelines. 4.3 Below-Grade Mat Foundations 4.3.1 Foundation Design Criteria The foundations should be designed by a structural engineer familiar with stiffened slabs subject to differential movement. A reinforced concrete mat/slab foundation may be used to support structural loads for the proposed junction boxes. Mat type foundations should be a minimum of 2 feet in least dimension but must be widened as required, based on allowable bearing capacities given below: Location Approximate Depth (ft.) Bearing Material Allowable Bearing Pressure (ksf) B-1 17 to 20 Firm to Stiff Sandy Silty Clay 1.8 B-2 17 to 20 Stiff Silty Sandy Clay 2.0 B-3 17 to 20 Stiff Silty Clay 2.0 The allowable foundation pressures given above are for the maximum pressure induced by the foundation loads, and not the average pressure under the foundation base. During construction, close observation of soils and rock strength should be conducted by a geotechnical engineer to allow designation and removal of materials not meeting the bearing capacity stated above. The mat design should incorporate the potential for hydrostatic uplift effects of a shallow water table. For purposes of hydrostatic uplift design, we recommend a groundwater level at the surface. Excavation for the structure bases will need to incorporate dewatering to keep the excavation free of excess water. In addition, the water table should be lowered to a depth of 2 feet below the excavation bottom to prevent the more sandy soils from becoming a “quick” condition. Depending on the time of year and the general weather conditions, the excavation and placement of the mat/slab foundation may be in a saturated soil condition. If the construction occurs in a wet condition, issues of dewatering of excavations, strength/stability of side slopes, and disturbance of Report No. 103-24-532 CMJ ENGINEERING, INC. 8 bearing materials become important. Due to the great variability of moisture condition, the presence of excess moisture in soils cannot be predicted. The above values contain a safety factor of three (3). Mat foundations proportioned for this value should experience a total settlement of 1 inch or less, and a differential settlement of ½ inch or less, after construction. It should be noted that some movement should be anticipated within the foundation system, if placed on soil. 4.3.2 Spread/Mat Foundation Construction Spread foundation construction should be monitored by a representative of the geotechnical engineer to observe, among other things, the following items: • Identification of bearing material • Adequate penetration of the foundation excavation into the bearing layer • The base and sides of the excavation are clean of loose cuttings • If seepage is encountered, whether it is of sufficient amount to require the use of excavation dewatering methods Excavations should be maintained in the dry. Protection of the open excavation should be provided during periods of moderate to heavy rainfall, as surface water will most likely channel and collect in the excavations. Precautions should be taken during the placement of reinforcing steel and concrete to prevent loose, excavated soil from falling into the excavation. Concrete should be placed as soon as practical after completion of the excavating, cleaning, reinforcing steel placement and observation. Excavation for a spread foundation should be filled with concrete before the end of the workday, or sooner if required, to prevent deterioration of the bearing material. Prolonged exposure or inundation of the bearing surface with water will result in changes in strength and compressibility characteristics. If delays occur, the excavation should be deepened as necessary and cleaned, in order to provide a fresh bearing surface. If more than 24 hours of exposure of the bearing surface is anticipated in the excavation, a mud slab should be used to protect the bearing surfaces. If a mud slab is used, the foundation excavations should initially be over-excavated by approximately 4 inches and a lean concrete mud slab of approximately 4 inches in thickness should be placed in the bottom of the excavations immediately following exposure of the bearing surface by Report No. 103-24-532 CMJ ENGINEERING, INC. 9 excavation. The mud slab will protect the bearing surface, maintain more uniform moisture in the subgrade, facilitate dewatering of excavations if required, and provide a working surface for placement of formwork and reinforcing steel. The concrete should be placed in a manner that will prevent the concrete from striking the reinforcing steel or the sides of the excavation in a manner that would cause segregation of the concrete. 5.0 BELOW GRADE AREAS 5.1 Lateral Earth Pressure 5.1.1 General The below-grade walls must be designed for lateral pressures including, but not necessarily limited to, earth, water, surcharge, swelling, and vibration. In addition, the lateral pressures will be influenced by whether the backfill is drained or undrained, and above or below the groundwater table. 5.1.2 Equivalent Fluid Pressures Lateral earth pressures on the below-grade walls will depend on a variety of factors, including the type of soils behind the wall, the condition of the soils, and the drainage conditions behind the wall. Recommended lateral earth pressures expressed as equivalent fluid pressures, per foot of wall height, are presented in Table 5.1.2-1 for a wall with a level backfill behind the top of the wall. The equivalent fluid pressure for an undrained condition should be used if a drainage system is not present to remove water trapped in the backfill and behind the wall. A groundwater level at the finished grade elevation should be used for design of the below-grade structure. Pressures are provided for at-rest earth pressure conditions. Report No. 103-24-532 CMJ ENGINEERING, INC. 10 TABLE 5.1.2-1 - Lateral Earth Pressures Backfill Material At-Rest Equivalent Fluid Pressure (pcf) Drained Undrained Excavated on-site clay or clay fill material 100 110 Select fill, flowable fill, or on-site soils meeting material specifications 65 90 Free draining granular backfill material 50 90 For the select fill or free draining granular backfill, these values assume that a “full” wedge of the material is present behind the wall. The wedge is defined where the wall backfill limits extend outward at least 2 feet from the base of the wall and then upward on a 1H:2V slope. For narrower backfill widths of granular or select fill soils, the equivalent fluid pressures for the on-site soils should be used. 5.1.3 Additional Lateral Pressures The location and magnitude of permanent surcharge loads (if present) should be determined, and the additional pressure generated by these loads such as the weight of construction equipment and vehicular loads that are used at the time the structures are being built must also be considered in the design. The effect of this or any other surcharge loading may be accounted for by adding an additional uniform load to the full depth of the side walls equivalent to one-half of the expected vertical surcharge intensity for select backfill materials, or equal to the full vertical surcharge intensity for clay backfill. The equivalent fluid pressures, given here, do not include a safety factor. Analysis of surcharge loads (if any) should be performed on a case-by-case basis. This is not included in the scope of this study. These services can be provided as additional services upon request. 5.2 Wall Backfill Material Requirements On-Site Soil Backfill: For wall backfill areas with site-excavated materials or similar imported materials, all oversized fragments larger than four inches in maximum dimension should be removed from the backfill materials prior to placement. The backfill should be free of all organic and deleterious materials, and should be placed in maximum 8-inch compacted lifts at a minimum Report No. 103-24-532 CMJ ENGINEERING, INC. 11 of 95 percent of Standard Proctor density (ASTM D698) within a moisture range of plus to minus 3 percentage points of optimum moisture. Compaction within five feet of the walls should be accomplished using hand compaction equipment and should be between 90 and 95 percent of the Standard Proctor density. Select Fill Backfill: All wall select backfill should consist of clayey sand and/or sandy clay material with a Plasticity Index of 16 or less, with a Liquid Limit not exceeding 35. The select fill should be placed in maximum 8-inch lifts and compacted to between 95 and 100 percent of Standard Proctor density (ASTM D698) within a moisture range of plus to minus 3 percentage points of the optimum moisture. Compaction within five feet of the walls should be accomplished using hand compaction equipment and should be compacted between 90 and 95 percent of the Standard Proctor density. Flowable Backfill: Item 401, Excavatable Mix, Texas Department of Transportation Standard Specifications for Construction and Maintenance of Highways, Streets, and Bridges, 2014 Edition. Free Draining Granular Wall Backfill: All free draining granular wall backfill material should be a crushed stone, sand/gravel mixture, or sand/crushed stone mixture. The material should have less than 3 percent passing the No. 200 sieve and less than 30 percent passing the No. 40 sieve. The minus No. 40 sieve material should be non-plastic. Granular wall backfill should not be water jetted during installation. 5.3 Below-Grade Drainage Requirements In order to achieve the “drained” condition for lateral earth pressure for low-permeability walls (concrete, masonry, etc.), a vertical drainage blanket or geocomposite drainage member must be installed adjacent to the wall on the backfill side. The drainage must be connected to an outlet drain at the base of the wall, or to the sump/pump system. Drains should be properly filtered to minimize the potential for erosion through these drains, and/or the plugging of drain lines. Design or specific recommendations for drainage members is beyond the scope for this study. These services can be provided as an additional service upon request. 5.4 Buoyancy Effects Buoyant effects must be considered. Unless a permanent drainage system is provided, the below- grade structures should be designed to withstand full hydrostatic pressure below the groundwater Report No. 103-24-532 CMJ ENGINEERING, INC. 12 table. We recommend a water table at the surface be assumed for these calculations. For buoyancy calculations, the unit weight of submerged soils can be assumed as 65 pcf. 6.0 UTILITY EXCAVATIONS 6.1 Expected Subsurface Conditions Conventional earth moving equipment is expected to be suitable for excavating the various clayey, sandy, and gravelly soils and fills encountered in the borings. Where more granular clayey sands and gravels, and soft soils and/or existing fills are present, caving may occur due to the low- plasticity and/or low-strength nature of these materials, and with the presence of groundwater as encountered in the borings. Soft to firm silty clay fill is present beneath the base material in Boring B-2 extending to a depth of 2 feet below existing grade. In addition, soft to firm sandy silty clays and silty sandy clays are present from 4 to 8½ feet in Boring B-1 and from 21 to 25 feet in Boring B-3. More granular clayey sand was encountered in Borings B-2 and B-3 at a depth of 25 feet. Groundwater should be anticipated with depth along the entirety of the pipeline alignment as discussed below. Heavy duty excavation equipment may be necessary within the tan sandstone below a depth of 23 feet in Boring B-1, depending on rock hardness. The tan sandstone is generally hard (rock basis) and will present difficulty with rippability using normal excavation equipment. Special techniques for ripping/rock removal can be expected through the tan sandstone. In addition, overexcavation should be anticipated within the sandstone. Overexcavation may result from large blocks or chunks breaking along sandy clay seams or layers beyond the planned excavation. 6.2 Open Excavation Considerations The trench excavations should be performed in accordance with OSHA Safety and Health Standards (29 CFR 1926/1919), Subpart P. For excavations less than 5 feet deep through the various clayey soils, it is expected that near vertical excavation walls will be possible. However, excavations which occur through soft clays, granular soils, loose fills, or submerged soils, it will be necessary to either slope the excavation sidewalls or provide temporary bracing to control excavation wall instability. Such conditions are anticipated based on the exploration borings. In addition, for excavations deeper than 5 feet, the excavation sidewalls must be sloped or temporary bracing must be provided, regardless of the soil conditions encountered. The design of any trench or excavation safety plans required is the contractor's responsibility. Report No. 103-24-532 CMJ ENGINEERING, INC. 13 If open trench cuts are performed within 1.25 times the trench depth of any surface structure, trench shoring (not trench boxes) should be used within open trench cuts performed within this distance. Hydraulic shoring struts should be used and installed during excavation as needed to provide full lateral support to vertical trench sidewalls, and thereby help reduce lateral ground movements near existing structures. A pre-construction condition survey should be performed prior to beginning excavation near any structure that could be affected by the trench excavation to verify existing conditions (existing distress) prior to construction. Construction monitoring should be performed to verify that existing structures are not impacted or damaged by construction operations. 6.3 Trench / Bore Pit Dewatering Groundwater seepage was encountered in all borings below depths of 5 to 10 feet. As discussed in Section 3.2, Groundwater Observations, groundwater conditions can vary with seasonal fluctuations in rainfall. Controlling the groundwater is essential to construction of the proposed pipeline and associated structures. Furthermore, the more granular, sandy soils can act like a “quick” condition, in which soil strength reduces to a very small magnitude when vibratory construction equipment traverses this soil, particularly if not properly dewatered. In addition to proper dewatering, care must be taken to cause as minimal disturbance as possible on sandy soils in the excavation. Failure to control any encountered groundwater could result in excavation collapse, excavation bottom heave, an unstable bottom and detrimental pipeline or structure settlement and deflections after backfilling. Groundwater levels should be maintained at least two feet below the base of the excavation for the full term of construction. Protection of the open excavations should be provided during periods of moderate to heavy rainfall, as surface water will most likely channel and collect in the excavations. The water level should be lowered prior to excavating and should be maintained at this lowered level until the pipe trench/excavation is backfilled. In select areas, it is possible seepage may be controlled by means of collection ditches, sumps, and pumping. However, in the event that water infiltration rates are high, it may become necessary to install a more elaborate dewatering system. The alluvial deposits present along the project alignment are known to carry significant quantities of groundwater, particularly in the vicinity of the adjacent West Fork Trinity River and nearby bodies of water. The design of any dewatering system required is the contractor’s responsibility. Report No. 103-24-532 CMJ ENGINEERING, INC. 14 6.4 Soft/Loose Trench Bottom Conditions Soft or loose trench bottom conditions are unlikely where the trench bottom is situated in firm to hard (soil basis) natural clay soils above the groundwater table or hard (rock basis) sandstone; however, such conditions exist in select reaches of existing fills, more granular materials, or soft clays as encountered in the borings. Control of groundwater as discussed above is the key to avoiding an unstable trench bottom in soils which are more granular, as well as cohesive soils. Unstable trench bottoms are considered to be unsuitable for support of the proposed pipeline. Soft clays or loose sands could also occur where groundwater is present. In any areas where unsuitable clay or loose sand bearing materials are encountered at the planned invert elevation, the trench bottom can be prepared using the following method: • Under-cut to a suitable bearing subgrade and replace with a structural compacted fill. The over-excavation should extend laterally a distance of at least 1 foot beyond the edges of the pipe, and then at least 1 foot laterally for every 1.5 feet of fill required beneath the pipe. The over-excavation backfill should be completely surrounded with a geotextile consisting of Mirafi 140N, Amoco ProPex 4545, or equivalent. The backfill should consist of a free draining aggregate (i.e., sands, gravels, crushed limestone, or crushed concrete) approved by the geotechnical engineer. The backfill should be placed in maximum 9-inch loose lifts and uniformly compacted to a minimum relative density of 65 percent as determined by test methods ASTM D4253 and D4254. 6.5 Pipe Installation Bedding To assure adequate base support for the pipe, it is recommended that bedding/embedment material be placed around the pipe, 6 inches below the pipe, and 12 inches above the pipe. If concern exists of native backfill above the embedment migrating into the more coarse embedment (and causing backfill settlement), a filter cloth is recommended at the embedment/native soil interface. The filter cloth should cover the entire interface and up through the sidewall a minimum of 1 foot. The filter cloth should be TenCate Geosynthetics Mirafi 140N or equivalent. Bedding material may consist of gravel/stone from 1” to No. 10 sieve size. Gravel should be consolidated upon placement by rodding or pneumatic vibration methods. Such methods should not cause harm or distress to the pipe. Controlled low-strength material (CLSM) may also be utilized as pipeline embedment as desired. The CLSM should meet the requirements of Item 401, Texas Department of Transportation Standard Specifications for Construction and Maintenance of Highways, Streets, and Bridges, 2014 Edition, and consist of an “Excavatable” mix per Table 2 of Report No. 103-24-532 CMJ ENGINEERING, INC. 15 the same specification, with a maximum 28-day compressive strength ranging between 80 and 200 psi. 6.6 Trench Backfill Site excavated materials are generally considered suitable for use as backfill above the pipe bedding materials. All trench backfill should be free of deleterious materials. Use of rock fragments greater than 4 inches in any dimension should be prohibited, since attaining a uniform moisture and density without voids would be difficult. Backfill should be compacted in maximum 8- inch loose lifts at a minimum of 95 percent of the Standard Proctor density (ASTM D698). The uncompacted lift thickness should be reduced to 4 inches for structure backfill zones requiring hand-operated power compactors or small self-propelled compactors. Care should be taken not to use loose granular material, to prevent the backfilled trench from becoming a french drain and piping surface or subsurface water beneath structures, pipelines, or pavements. If a higher class bedding material or backfill material is desired, a lean concrete or flowable fill (CLSM) will limit water intrusion into the trench and will not require compaction after placement. Clay soils having a Plasticity Index greater than 20 should be compacted at a moisture content ranging from 0 to plus 4 percentage points above the optimum moisture content. Granular soils having a PI less than 20 should be compacted at a moisture content ranging from minus 3 to plus 3 percentage points of the optimum moisture content. Jetting to compact the pipe backfill should not be allowed. In areas where settlement of the backfill must be closely controlled, the trench excavation should be backfilled with either cement stabilized sand or flowable fill (CLSM) having a 28-day compressive strength ranging between 80 and 200 psi. 6.7 Trench Backfill Settlement Settlement of the backfill soils should be anticipated. It is anticipated that properly compacted on- site clay fill soils will settle between about 1 and 2 percent of the fill thickness. For example, 10 feet of fill would be expected to settle on the order of 1.2 to 2.4 inches. The trench backfill could be over-built in order to reduce the potential for a surface depression along the trench centerline. We recommend the backfill be crowned. The centerline of the Report No. 103-24-532 CMJ ENGINEERING, INC. 16 excavation should be over-built by one foot and sloped down to match grade at the edge of the excavation, as possible where site conditions allow. 6.8 Provisions to Reduce Backfill Settlement Field testing will be a critical element in controlling the compaction of the backfill to limit settlement. All trench backfilling in these critical areas shall include full-time observation of soil compaction by an experienced geotechnician under the supervision of the geotechnical engineer. The contractor should provide protection for the testing/inspection personnel while working in the trenches, and shall move the protective shield/shoring such that areas to be tested are readily accessible. The compacted moisture/density of all backfill soils should be tested at a rate of one test per 100 linear feet of trench, for each lift of fill placed, during compaction. Digging through existing lifts of backfill to access and test underlying lifts should not be allowed. In addition, to limit settlement, where crushed stone materials are used as pipe bedding materials, they should be wrapped with a suitable geotextile to limit the intrusion of fines into the crushed stone material, as previously discussed. 6.9 Bore/Tunnel Considerations The results of the exploration borings indicate the presence of existing fills, granular materials, soft clays, and groundwater. Any zones of sands or gravel or soft clay soils may experience cave-in due to the non-plastic or low-strength nature of these materials. These conditions will complicate directional borings operations. The more granular strata can serve as conduits to direct water towards the bore excavation. Water seepage can decrease the stability of the bore/tunnel excavation and result in ground subsidence. Proper de-watering, as discussed above, is imperative for excavation stability. Otherwise, the firm to hard clayey materials and underlying tan sandstone are generally fair to good materials for boring and tunneling. While not anticipated, pipe installment via jacking would be very difficult in the tan sandstone below 23 feet as encountered in Boring B-1. It is recommended that the bore/tunnel contractor be made aware of these conditions. A contractor experienced in tunneling in the DFW area should understand the ramifications of the above discussion. Report No. 103-24-532 CMJ ENGINEERING, INC. 17 7.0 EARTHWORK 7.1 Site Preparation & Material Requirements The area should be stripped of vegetation, roots, old construction debris, and other organic material. It is estimated that the depth of stripping will be on the order of 6 to 8 inches. The actual stripping depth should be based on field observations with particular attention given to old drainage areas, uneven topography, and excessively wet soils. The stripped areas should be observed to determine if additional excavation is required to remove weak or otherwise objectionable materials that would adversely affect the fill placement or other construction activities. The subgrade should be firm and able to support the construction equipment without displacement. Soft or yielding subgrade should be corrected and made stable before construction proceeds. The subgrade should be proof rolled to detect soft spots, which if exist, should be excavated to provide a firm and otherwise suitable subgrade. Proof rolling should be performed using a heavy pneumatic tired roller, loaded dump truck, or similar piece of equipment. The proof rolling operations should be observed by the project geotechnical engineer or his/her representative. Prior to fill placement, the subgrade should be scarified to a minimum depth of 6 inches, its moisture content adjusted, and recompacted to the moisture and density recommended for fill. The on-site soils are suitable for use in site grading. Imported fill material should be clean soil with a Liquid Limit less than 60 and no rock greater than 4 inches in maximum dimension. All fill materials should be free of vegetation and debris. 7.2 Placement and Compaction Fill material should be placed in loose lifts not exceeding 8 inches in uncompacted thickness. The uncompacted lift thickness should be reduced to 4 inches for structure backfill zones requiring hand-operated power compactors or small self-propelled compactors. The fill material should be uniform with respect to material type and moisture content. Clods and chunks of material should be broken down and the fill material mixed by disking, blading, or plowing, as necessary, so that a material of uniform moisture and density is obtained for each lift. Water required for sprinkling to bring the fill material to the proper moisture content should be applied evenly through each layer. General fill material should be compacted to a density ranging from 95 to 100 percent of maximum dry density as determined by ASTM D698, Standard Proctor. Crushed stone should be compacted Report No. 103-24-532 CMJ ENGINEERING, INC. 18 via three passes of a vibratory roller over a 6-inch lift. In conjunction with the compacting operation, the fill material should be brought to the proper moisture content. The moisture content for general earth fill should range from 2 percentage points below optimum to 5 percentage points above optimum (-2 to +5). These ranges of moisture contents are given as maximum recommended ranges. For some soils and under some conditions, the contractor may have to maintain a narrower range of moisture content (within the recommended range) in order to consistently achieve the recommended density. Field density tests should be taken as each lift of fill material is placed. As a guide, one field density test per lift for each 5,000 square feet of compacted area is recommended. For small areas or critical areas, the frequency of testing may need to be increased to one test per 2,500 square feet. A minimum of 2 tests per lift should be required. The earthwork operations should be observed and tested on a continuing basis by an experienced geotechnician working in conjunction with the project geotechnical engineer. Each lift should be compacted, tested, and approved before another lift is added. The purpose of the field density tests is to provide some indication that uniform and adequate compaction is being obtained. The actual quality of the fill, as compacted, should be the responsibility of the contractor and satisfactory results from the tests should not be considered as a guarantee of the quality of the contractor's filling operations. 7.3 Excavation The side slopes of excavations through the overburden soils should be made in such a manner to provide for their stability during construction. Existing structures, pipelines or other facilities, which are constructed prior to or during the currently proposed construction and which require excavation, should be protected from loss of end bearing or lateral support. Temporary construction slopes and/or permanent embankment slopes should be protected from surface runoff water. Site grading should be designed to allow drainage at planned areas where erosion protection is provided, instead of allowing surface water to flow down unprotected slopes. Trench safety recommendations are beyond the scope of this report. The contractor must comply with all applicable safety regulations concerning trench safety and excavations including, but not limited to, OSHA regulations. Report No. 103-24-532 CMJ ENGINEERING, INC. 19 7.4 Acceptance of Imported Fill Any soil imported from off-site sources should be tested for compliance with the recommendations for the application and approved by the project geotechnical engineer prior to the materials being used. The owner should also require the contractor to obtain a written, notarized certification from the landowner of each proposed off-site soil borrow source stating that to the best of the landowner's knowledge and belief there has never been contamination of the borrow source site with hazardous or toxic materials. The certification should be furnished to the owner prior to proceeding to furnish soils to the site. Soil materials derived from the excavation of underground petroleum storage tanks should not be used as fill on this project. 7.5 Soil Corrosion Potential Specific testing for soil corrosion potential was not included in the scope of this study. However, based upon past experience on other projects in the vicinity, the soils at this site may be corrosive. Standard construction practices for protecting metal pipe and similar facilities in contact with these soils should be used. 7.6 Erosion and Sediment Control All disturbed areas should be protected from erosion and sedimentation during construction, and all permanent slopes and other areas subject to erosion or sedimentation should be provided with permanent erosion and sediment control facilities. All applicable ordinances and codes regarding erosion and sediment control should be followed. 8.0 CONSTRUCTION OBSERVATIONS In any geotechnical investigation, the design recommendations are based on a limited amount of information about the subsurface conditions. In the analysis, the geotechnical engineer must assume the subsurface conditions are similar to the conditions encountered in the borings. However, quite often during construction anomalies in the subsurface conditions are revealed. Therefore, it is recommended that CMJ Engineering, Inc. be retained to observe earthwork and foundation installation and perform materials evaluation during the construction phase of the project. This enables the geotechnical engineer to stay abreast of the project and to be readily available to evaluate unanticipated conditions, to conduct additional tests if required and, when necessary, to recommend alternative solutions to unanticipated conditions. Until these Report No. 103-24-532 CMJ ENGINEERING, INC. 20 construction phase services are performed by the project geotechnical engineer, the recommendations contained in this report on such items as final foundation bearing elevations, proper soil moisture condition, and other such subsurface related recommendations should be considered as preliminary. It is proposed that construction phase observation and materials testing commence by the project geotechnical engineer at the outset of the project. Experience has shown that the most suitable method for procuring these services is for the owner or the owner's design engineers to contract directly with the project geotechnical engineer. This results in a clear, direct line of communication between the owner and the owner's design engineers and the geotechnical engineer. 9.0 REPORT CLOSURE The boring logs shown in this report contain information related to the types of soil encountered at specific locations and times and show lines delineating the interface between these materials. The logs also contain our field representative's interpretation of conditions that are believed to exist in those depth intervals between the actual samples taken. Therefore, these boring logs contain both factual and interpretive information. Laboratory soil classification tests were also performed on samples from selected depths in the borings. The results of these tests, along with visual-manual procedures were used to generally classify each stratum. Therefore, it should be understood that the classification data on the logs of borings represent visual estimates of classifications for those portions of each stratum on which the full range of laboratory soil classification tests were not performed. It is not implied that these logs are representative of subsurface conditions at other locations and times. With regard to groundwater conditions, this report presents data on groundwater levels as they were observed during the course of the field work. In particular, water level readings have been made in the borings and temporary observation wells at the times and under conditions stated in the text of the report and on the boring logs. It should be noted that fluctuations in the level of the groundwater table can occur with passage of time due to variations in rainfall, temperature and other factors. Also, this report does not include long-term quantitative information on rates of flow of groundwater into excavations, on pumping capacities necessary to dewater the excavations, or on methods of dewatering excavations. Flow-rate estimates provided in this report should be considered preliminary. Unanticipated soil conditions at a construction site are commonly Report No. 103-24-532 CMJ ENGINEERING, INC. 21 encountered and cannot be fully predicted by mere soil samples, test borings or test pits. Such unexpected conditions frequently require that additional expenditures be made by the owner to attain a properly designed and constructed project. Therefore, provision for some contingency fund is recommended to accommodate such potential extra cost. The analyses, conclusions and recommendations contained in this report are based on site conditions as they existed at the time of our field investigation and further on the assumption that the exploratory borings are representative of the subsurface conditions throughout the site; that is, the subsurface conditions everywhere are not significantly different from those disclosed by the borings at the time they were completed. If, during construction, different subsurface conditions from those encountered in our borings are observed, or appear to be present in excavations, we must be advised promptly so that we can review these conditions and reconsider our recommendations where necessary. If there is a substantial lapse of time between submission of this report and the start of the work at the site, if conditions have changed due either to natural causes or to construction operations at or adjacent to the site, or if structure locations, structural loads or finish grades are changed, we urge that we be promptly informed and retained to review our report to determine the applicability of the conclusions and recommendations, considering the changed conditions and/or time lapse. Further, it is urged that CMJ Engineering, Inc. be retained to review those portions of the plans and specifications for this particular project that pertain to earthwork and foundations as a means to determine whether the plans and specifications are consistent with the recommendations contained in this report. In addition, we are available to observe construction, particularly the compaction of structural fill, or backfill and the construction of foundations as recommended in the report, and such other field observations as might be necessary. The scope of our services did not include any environmental assessment or investigation for the presence or absence of wetlands or hazardous or toxic materials in the soil, surface water, groundwater or air, on or below or around the site. This report has been prepared for use in developing an overall design concept. Paragraphs, statements, test results, boring logs, diagrams, etc. should not be taken out of context, nor utilized without a knowledge and awareness of their intent within the overall concept of this report. The reproduction of this report, or any part thereof, supplied to persons other than the owner, should Report No. 103-24-532 CMJ ENGINEERING, INC. 22 indicate that this study was made for design purposes only and that verification of the subsurface conditions for purposes of determining difficulty of excavation, trafficability, etc. are responsibilities of the contractor. This report has been prepared for the exclusive use of Kimley-Horn and Associates, Inc. for specific application to design of this project. The only warranty made by us in connection with the services provided is that we have used that degree of care and skill ordinarily exercised under similar conditions by reputable members of our profession practicing in the same or similar locality. No other warranty, expressed or implied, is made or intended. * * * * SOURCE: KIMLEY-HORN PLAN OF BORINGS A.1 Plate CMJ Project No. 103-24-532 Panther Island Sewer Collector L2 Fort Worth, Texas 0 350 700 FEET APPROXIMATE SCALE B-1 B-2 B-3 LEGEND: Boring Location Fine-grained soils (More than half of material is smaller than No. 200 sieve)Sands (More than half of coarse fraction is smaller than No. 4 sieve size)Gravels (More than half of coarse fraction is larger than No. 4 sieve size)Sands with fines (Appreciable amount of fines)Clean sands (Little or no fines)Gravels with fines (Appreciable amount of fines)Clean gravels (Little or no fines)Pt OH CH MH OL CL ML SC SM SP SW GC GM GP GW Grp. Sym. Peat and other highly organic soils Organic clays of medium to high plasticity, organic silts Inorganic clays of high plasticity, fat clays Inorganic silts, micaceous or diatomaceous fine sandy or silty soils, elastic silts Organic silts and organic silty clays of low plasticity Inorganic clays of low to medium plasticity, gravelly clays, sandy clays, silty clays, and lean clays Inorganic silts and very fine sands, rock flour, silty or clayey fine sands, or clayey silts with slight plasticity Clayey sands, sand-clay mixtures Silty sands, sand-silt mixtures Poorly graded sands; gravelly sands, little or no fines Well-graded sands, gravelly sands, little or no fines Clayey gravels, gravel-sand- clay mixtures Silty gravels, gravel-sand-silt mixtures Poorly graded gravels, gravel- sand mixtures, little or no fines Well-graded gravels, gravel- sand mixtures, little or no fines Typical Names Determine percentages of sand and gravel from grain size curve. Less than 5 percent.....................................................GW, GP, SW, SP More than 12 percent....................................................GM, GC, SM, SC 5 to 12 percent...........................Borderline cases requiring dual symbolsLiquid and Plastic limits above "A" line with P.I. greater than 7 Liquid and Plastic limits below "A" line or P.I. less than 4 Not meeting all gradation Liquid and Plastic limits above "A" line with P.I. greater than 7 Liquid and Plastic limits below "A" line or P.I. greater than 4 Not meeting all gradation PLATE A.2 requirements for SW requirements for GW UNIFIED SOIL CLASSIFICATION SYSTEMCoarse-grained soils (more than half of the material is larger than No. 200 sieve size)Depending on percentage of fines (fraction smaller than No. 200 sieve size), coarse-grained soils are classified as follows:Laboratory Classification Criteria Highly Organic soilsSilts and clays (Liquid limit greater than 50)Silts and clays (Liquid limit less than 50)Liquid and plastic limits plotting between 4 and 7 are borderline cases requiring use of dual symbols Liquid and plastic limits plotting in hatched zone between 4 and 7 are borderline cases requiring use of dual symbols Major Divisions 0 10 20 30 40 50 60 70 80 90 1000 10 20 30 40 50 60 CL-ML4 7 CL CH OH and MH ML and OL Liquid Limit Plasticity ChartPlasticity IndexCu= ----- D60 D10 greater than 6:CC= -------------- (D30)2 D10 x D60 between 1 and 3 Cu= ----- D60 D10 greater than 4:CC= -------------- (D30)2 D10 x D60 between 1 and 3 SOIL OR ROCK TYPES GRAVEL LEAN CLAY LIMESTONE SAND SANDY SHALE SILT SILTY SANDSTONE HIGHLY PLASTIC CLAY CLAYEY CONGLOMERATE Shelby Tube Auger Split Spoon Rock Core Cone Pen No Recovery TERMS DESCRIBING CONSISTENCY, CONDITION, AND STRUCTURE OF SOIL Fine Grained Soils (More than 50% Passing No. 200 Sieve) Descriptive Item Penetrometer Reading, (tsf) Soft 0.0 to 1.0 Firm 1.0 to 1.5 Stiff 1.5 to 3.0 Very Stiff 3.0 to 4.5 Hard 4.5+ Coarse Grained Soils (More than 50% Retained on No. 200 Sieve) Penetration Resistance Descriptive Item Relative Density (blows/foot) 0 to 4 Very Loose 0 to 20% 4 to 10 Loose 20 to 40% 10 to 30 Medium Dense 40 to 70% 30 to 50 Dense 70 to 90% Over 50 Very Dense 90 to 100% Soil Structure Calcareous Contains appreciable deposits of calcium carbonate; generally nodular Slickensided Having inclined planes of weakness that are slick and glossy in appearance Laminated Composed of thin layers of varying color or texture Fissured Containing cracks, sometimes filled with fine sand or silt Interbedded Composed of alternate layers of different soil types, usually in approximately equal proportions TERMS DESCRIBING PHYSICAL PROPERTIES OF ROCK Hardness and Degree of Cementation Very Soft or Plastic Can be remolded in hand; corresponds in consistency up to very stiff in soils Soft Can be scratched with fingernail Moderately Hard Can be scratched easily with knife; cannot be scratched with fingernail Hard Difficult to scratch with knife Very Hard Cannot be scratched with knife Poorly Cemented or Friable Easily crumbled Cemented Bound together by chemically precipitated material; Quartz, calcite, dolomite, siderite, and iron oxide are common cementing materials. Degree of Weathering Unweathered Rock in its natural state before being exposed to atmospheric agents Slightly Weathered Noted predominantly by color change with no disintegrated zones Weathered Complete color change with zones of slightly decomposed rock Extremely Weathered Complete color change with consistency, texture, and general appearance approaching soil KEY TO CLASSIFICATION AND SYMBOLS PLATE A.3 39 33 26 21 19 19 19 19 20 18 107 109 2390 1.75 1.75 2.0 1.0 0.75 8 7 1.5 100/1.5" 100/1.125" 74 72 13 12 CONCRETE, 6.5" thick SANDY SILTY CLAY, brown, w/ ironstone nodules and calcareous nodules, stiff - grades light brown below 3' - soft to firm below 4' - w/ clayey sand layers below 7' - firm to stiff below 8.5' SANDSTONE, tan, w/ sandy clay seams and layers, hard REC %PlasticityIndexBoring No. Location Stratum DescriptionDepth, Ft.CMJ 103-24-532 Water Observations Type SamplesLOG OF BORING NO. B-1 CME-55, w/ CFA 5-14-24 RQD %Blows/Ft. orPen Reading,T.S.F.Passing No 200Sieve, %LiquidLimit, %PlasticLimit, %MoistureContent, %Unit Dry Wt.Lbs./Cu. Ft.UnconfinedCompressionPounds/Sq. Ft.Project No. Project Completion Depth Completion Date Surface Elevation SymbolPLATE A.4 Panther Island Sewer Collector L2 Calhoun Streen and NE 7th Street - Fort Worth, Texas Seepage at 8' during drilling; water at 5' at completionSee Plate A.1 30.0' B-1 5 10 15 20 25 30 ENGINEERING INC.LOG OF BORING 103-24-532.GPJ CMJ.GDT 6/4/24 63 33 47 19 23 24 25 20 20 16 20 18 101 117 109 4310 4520 1.0 3.0 2.25 3.0 3.0 3.25 2.5 2.5 3.25 9 97 67 16 14 ASPHALT, 5" thick SAND AND GRAVEL BASE, 7" thick SILTY CLAY, dark brown and light brown, w/ ironstone nodules and calcareous nodules, soft to firm (FILL) CLAY, dark brown, w/ ironstone nodules and calcareous nodules, stiff to very stiff SILTY SANDY CLAY, light brown, w/ ironstone nodules and calcareous nodules, stiff to very stiff - w/ limestone fragments above 19' CLAYEY SAND, light brown, loose REC %PlasticityIndexBoring No. Location Stratum DescriptionDepth, Ft.CMJ 103-24-532 Water Observations Type SamplesLOG OF BORING NO. B-2 CME-55, w/ CFA 5-14-24 RQD %Blows/Ft. orPen Reading,T.S.F.Passing No 200Sieve, %LiquidLimit, %PlasticLimit, %MoistureContent, %Unit Dry Wt.Lbs./Cu. Ft.UnconfinedCompressionPounds/Sq. Ft.Project No. Project Completion Depth Completion Date Surface Elevation SymbolPLATE A.5 Panther Island Sewer Collector L2 Calhoun Streen and NE 7th Street - Fort Worth, Texas Seepage at 20' during drilling; water at 10' at completionSee Plate A.1 30.0' B-2 5 10 15 20 25 30 ENGINEERING INC.LOG OF BORING 103-24-532.GPJ CMJ.GDT 6/4/24 47 37 31 24 4 14 24 22 24 19 17 18 18 18 15 99 105 110 112 5260 6010 3600 4.5+ 3.25 3.5 3.25 4.5+ 3.0 3.0 2.25 0.75 1.0 97 87 16 13 LIMESTONE GRAVEL, brown, w/ sand (FILL) SILTY CLAY, dark brown, w/ ironstone nodules and calcareous nodules, very stiff to hard - stiff to very stiff below 9' - grades brown below 11' SILTY SANDY CLAY, light brown, w/ ironstone nodules and calcareous nodules, soft CLAYEY SAND, brown, w/ ironstone nodules and calcareous nodules REC %PlasticityIndexBoring No. Location Stratum DescriptionDepth, Ft.CMJ 103-24-532 Water Observations Type SamplesLOG OF BORING NO. B-3 CME-55, w/ CFA 5-14-24 RQD %Blows/Ft. orPen Reading,T.S.F.Passing No 200Sieve, %LiquidLimit, %PlasticLimit, %MoistureContent, %Unit Dry Wt.Lbs./Cu. Ft.UnconfinedCompressionPounds/Sq. Ft.Project No. Project Completion Depth Completion Date Surface Elevation SymbolPLATE A.6 Panther Island Sewer Collector L2 Calhoun Streen and NE 7th Street - Fort Worth, Texas Seepage at 21' during drilling; water at 8' at completionSee Plate A.1 30.0' B-3 5 10 15 20 25 30 ENGINEERING INC.LOG OF BORING 103-24-532.GPJ CMJ.GDT 6/4/24 ' .; ' '� • • ' � ' • • 100 90 80 70 W 60 Z � z 50 W U � W 40 � 30 20 10 0 0 0 C G G� ,C •C C� � N M � (�O � a' N �o M N.- � n \` xt x� at � at xt x� x� � � � � � � � � � � � � � � � � � � � � � � � ( � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � I I I I I I I I I I I I I I I I I I I I I I I I I I I I � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � I I I I I I I I I I I I I I � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � I I I I I I I I I I I I I I I I I I I I I I I I I I I I 100 10 1 0.1 0.01 0.001 GRAIN SIZE - mm. % +3" % Gravel % Sand Coarse Fine Coars Medium Fine 0.0 0.0 0.0 0.7 1.4 25.7 LL PL D85 D60 �50 33 12 0.1113 0.0602 0.0513 MATERIAL DESCRIPTION Project No. 103-24-532 Client: Kimley-Horn & Associates Project: Panther Island Sewer Collector L2-Fort Worth, TX � Depth: 19-20 Sample Number: B-1 CMJ ENGINEERING, INC. Forf Worth. Texas 0.0350 % Fines Silt Clay 51.7 20.5 �15 �10 �c �u TEST DATE USCS NM CL Remarks: PLATE A.7 ' . - � • , • i � ' • • ` ��� 90 so �o � 60 W Z LL z 50 w U � W 40 d 30 20 �o c � o 0 0 c c c� c � .S � o 0 0 0 0 0 � o co r� c� \ � � \ � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I � � � � � � � � � � � � � � � � � � � � � � � � � � � � I I I I I I I I I I I I I I I I I I I I I I I I( I I I � � � � � � � � � � � � � � � � ( � � ( � � � � � � � � I I I I I I I I I I I I I I� I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I i I I I I I I I I I I 100 10 1 0.1 0.01 0.001 GRAIN SIZE - mm. % +3" % Gravel % Sand Coarse Fine oars Medium Fine 0.0 0.0 0.0 0.0 1.1 11.8 LL PL D85 D60 �50 �30 37 13 0.0691 0.0319 0.0157 0.0018 MATERIAL DESCRIPTION �� Project No. 103-24-532 Client: Kimley-Horn & Associates Project: Panther Island Sewer Collector L2-Fort Worth, TX o Depth: 14-15 Sample Number: B-3 CMJ ENGINEERING, INC. For� Worth, Texas % Fines Silt Clay 49.5 37.6 �10 �c �u TEST DATE USCS NM CL � Remarks: PLATE A.8 CMJ ENGINEERING, INC. PLATE A.9 FREE SWELL TEST RESULTS Project: Panther Island Sewer Collector L2 Calhoun Street and NE 7th Street – Fort Worth, Texas Project No.: 103-24-532 Boring No. Depth Interval (ft.) Sample Description Liquid Limit Plastic Limit Plasticity Index Moisture Content % Percent Swell (%) LL PL PI Initial Final B-1 ½ – 2 Sandy Silty Clay 39 13 26 19.3 20.9 0.9 B-2 14 – 15 Silty Sandy Clay 33 14 19 16.0 - 0.0 B-3 7 – 8 Silty Clay 47 16 31 18.9 19.7 0.4 Free swell tests performed at approximate overburden pressure CITY OF FORT WORTH PANTHER ISLAND SANITARY SEWER COLLECTOR STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105247 Revised July 1, 2011 THIS PAGE LEFT INTENTIONALLY BLANK CITY OF FORT WORTH PANTHER ISLAND SANITARY SEWER COLLECTOR STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105247 Revised July 1, 2011 GC-4.06 Hazardous Environmental Condition at Site AA/EOE Limited Phase II Investigation North Calhoun Street & NE 7th Street Fort Worth, Texas Prepared For Kimley-Horn and Associates, Inc. Professional Certification: I hereby certify that this report was prepared by me or under my direct supervision and that I am a duly Licensed Professional Geoscientist under the laws of the State of Texas. Josh Hopper, PG Project Scientist Project No. B2402502 June 4, 2024 Braun Intertec Corporation Texas Geoscience Firm No. 50151 Braun Intertec Corporation 714 South Greenville Avenue, Suite 160 Allen, TX 75002 Phone: 972.516.0300 Web: braunintertec.com June 4, 2024 Chris Igo, PE Kimley-Horn and Associates, Inc. 801 Cherry Street, Unit 1300 Fort Worth, Texas 76102 RE: Limited Phase II Investigation Panther Island Sewer Collector Calhoun Street and NE 7th Street Fort Worth, Texas Braun Intertec Project No. B2402502 Dear Mr. Igo: Braun Intertec Corporation, on behalf of Kimley-Horn and Associates, Inc., conducted a Limited Phase II investigation consisting of soil and groundwater sampling for the Panther Island Sewer Collector project located along Calhoun Street and NE 7th Street in Fort Worth, Tarrant County, Texas (Site). The location of the Site is presented on Figure 1, and the property layout and sample locations are depicted on Figure 2. Photographs of the investigation are presented in Attachment A. SITE BACKGROUND As part of the redevelopment efforts to revitalize the Panther Island peninsula, the rehabilitation of the existing sanitary sewer along Calhoun Street and NE 7th Street is planned. Historical activities in the Panther Island area have included commercial and industrial businesses that have resulted in contamination of soil and groundwater. The Phase II consisted of soil and groundwater sampling to evaluate for the presence of chemicals of concern (COCs) that may be encountered along the alignment of the proposed sewer and could impact construction or disposal of soil or groundwater that may be required during installation. The Site is also located within the boundary of the 1,924-acre Trinity Uptown Municipal Setting Designation (MSD) which was approved by the City of Fort Worth under City Ordinance 3480-04-2007 on April 24, 2007 and certified as MSD No. 46 by the Texas Commission on Environmental Quality (TCEQ) on December 7, 2009. With the certification of an MSD, groundwater use for potable purposes underlying the designated area is restricted, which renders the groundwater ingestion exposure pathways incomplete. Kimley-Horn and Associates, Inc. June 4, 2024 Page 2 Braun Intertec Project No. B2402502 SUBSURFACE INVESTIGATIONS On May 14 and May 15, 2024, Braun Intertec contracted with a Texas-licensed water well driller to advance 10 soil borings (SB-1 through SB-10) and four additional borings for the installation of temporary monitoring wells (TMW-1 through TMW-4) to 20 feet below ground surface (bgs) using a truck-mounted direct push drilling rig. Each boring was advanced to the approximate depth of the proposed sanitary sewer based on information provided by the Client. Prior to the onset of drilling activities, a project Health & Safety Plan (HASP) was developed, Texas811 was contacted to clear utilities, and a Traffic Control Plan was developed and submitted to the City of Forth Worth since borings were located within a public right-of-way. The temporary monitoring wells were constructed with 15 feet of 1-inch diameter PVC well screen with riser to the ground surface. Temporary monitoring wells TMW-2 through TMW-4 were completed at 20 feet bgs; well TMW-1 was set at 16 feet bgs since the borehole partially collapsed during the installation of the well screen. Braun Intertec collected groundwater samples from each well following their installations on May 15 and May 17, 2024. Following sample collection, the PVC well casing from each well was removed and each borehole was backfilled with bentonite and patched with concrete. Review of the Geologic Atlas of Texas, Dallas Sheet, indicates the primary geologic formation underlying the Site are Quaternary alluvium deposits that overly the Fort Worth Limestone and Duck Creek Formation (undivided). The alluvium deposits consist of floodplain deposits of gravel, sand, silt, clay, and organic matter. The Fort Worth Limestone consists of light to medium gray limestone and medium gray to yellowish brown calcareous clay and has an estimated thickness of 25 to 35 feet. The Duck Creek Formation consists of gray to yellowish gray limestone and has an estimated thickness of 30 to 100 feet. Subsurface conditions encountered during the investigation generally consisted of dark brown plastic clay or sandy clay to approximately 18-20 feet. In four borings, a layer of clayey sand or limestone bedrock was encountered at a depth of 18 to 19 feet. Soil boring logs are provided in Attachment B. Soil Sampling and Analysis Soil samples were collected using Geoprobe® sampler tubes with dedicated clear PVC liners. Soil samples were collected at 2-foot intervals prior to reaching the approximate water table depth at 10 feet (based on prior hydrogeologic knowledge of Panther Island), then every 5 feet from 10 to 20 feet. The samples were field screened via headspace readings with a photoionization detector (PID) that was calibrated to a 100 part per million (ppm) isobutylene standard. The PID readings of the soil samples were low ranging from 0.0 to 4.2 ppm. No visual or olfactory indicators of contaminations such as odors or staining were noted in the soil borings. Kimley-Horn and Associates, Inc. June 4, 2024 Page 3 Braun Intertec Project No. B2402502 Surface soil samples (0-10 feet) were collected from the interval that exhibited the highest PID readings above the static water table (~10 feet) and subsurface samples were collected near the bottom of each boring at the proposed depth of the sanitary sewer. Select samples from each boring were analyzed for volatile organic compounds (VOCs) using U.S. Environmental Protection Agency (EPA) Method 8260, total petroleum hydrocarbons (TPH) using TCEQ Method 1005, and Resource Conservation Recovery Act (RCRA) 8 metals using EPA Methods 6020/7471. Soil samples were placed in laboratory supplied glass containers, stored on ice, and delivered via courier under chain of custody to ALS Environmental (ALS) in Houston, Texas. Soil samples collected for the analysis of VOCs and TPH were collected using EPA sampling Method 5035 with sampling kits provided directly by ALS. Groundwater Sampling and Analysis Following the installation of the temporary monitoring wells, the depth to groundwater ranged from 7.04 feet bgs in TMW-3 to 13.10 feet bgs in TMW-1. An accurate determination of groundwater flow direction requires the installation of a minimum of three permanent monitoring wells which were not installed as part of this investigation; however, previous investigations in the area indicated the groundwater flow direction is to the east towards the West Fork Trinity River. Groundwater samples were collected using a peristaltic pump and dedicated tubing for laboratory analysis of VOCs and TPH. SOIL ANALYTICAL RESULTS For the purposes of this assessment, the soil analytical results were compared to the Texas Risk Reduction Program (TRRP) residential soil-to-groundwater ingestion (GWSoilIng) and total-soil-combined (TotSoilComb) protective concentration levels (PCLs) for surface soil samples collected above 15 feet in order to evaluate construction worker exposure and waste disposal requirements, if necessary. Additionally, subsurface soils collected below 15 feet were compared to the soil-to-outdoor air inhalation (AirSoilInh-v) PCLs for soil samples. Both PCLs represent the applicable MSD-adjusted residential assessment levels (RALs). The soil analytical results are summarized in Table 1 and Table 2 and the associated laboratory analytical reports are provided in Attachment C. VOCs and TPH Detectable concentrations of 12 VOCs including fuel related compounds (xylenes, ethylbenzene) and the chlorinated VOCs trichloroethylene (TCE), cis-1,2-dichloroethylene (cis-1,2-DCE) and trans-1,2-DCE were identified in the soil samples analyzed; however, none of the reported concentrations exceed the applicable default ingestion PCLs. TPH in the >C28 boiling point range (55 milligrams per kilogram (mg/kg)) was detected in the TWM-1 (6-7’) sample but the concentration did not exceed the default ingestion PCL (200 mg/kg). Kimley-Horn and Associates, Inc. June 4, 2024 Page 4 Braun Intertec Project No. B2402502 Metals The metals data indicates that all 8 RCRA metals were identified in the soil samples analyzed but only arsenic and lead in the SB-7 (1-2’) soil sample and lead (35.1 mg/L) in the SB-10 (1-2’) soil sample exceeded the Texas Specific Background Concentration (TSBCs). Neither metal was detected above the TotSoilComb human health PCLs of 24 and 500 mg/kg, respectively, which represent the appropriate PCLs with an MSD. Groundwater Analytical Results The groundwater analytical results were compared to the TRRP residential ingestion (GWGWIng) and groundwater-to-outdoor air inhalation (GWAirinh-v), which represent the applicable MSD-adjusted RALs. The groundwater analytical results are summarized in Table 3 and the associated laboratory analytical reports are provided in Attachment C. The laboratory identified concentrations of fuel-related VOCs (benzene, toluene, ethylbenzene, xylenes) and several chlorinated VOCs (TCE, several DCE isomers, and vinyl chloride); however, only the TCE concentration in TMW-2 (0.0076 mg/L) slightly exceeded the default groundwater ingestion PCL of 0.005 milligrams per liter (mg/L). The concentration did not exceed the MSD-adjusted RAL of 24 mg/L. Quality Control/Quality Assurance Braun Intertec reviewed the analytical data and associated laboratory review checklist and quality control/quality assurance data provided with the laboratory reports by ALS. The laboratory analytical data was determined to be acceptable for use in evaluating COC concentrations at the Site. FINDINGS Braun Intertec conducted a Limited Phase II Investigation consisting of soil and groundwater sampling to evaluate for the presence of COCs that could impact the construction of utilities and disposal of soil or groundwater that may be required as part of their installation. A summary of the findings and conclusions are presented below: ▪ Subsurface conditions encountered during the investigation generally consisted of clay or sandy clay down to approximately 18-19 feet and underlain by clayey sand or limestone bedrock down to the base of each boring at 20 feet. No elevated PID readings were recorded, and no visual or olfactory evidence of contamination was noted during the advancement of the borings. ▪ Depth to groundwater ranged from 7 feet bgs in TMW-3 to 13.10 feet bgs in MW-3. The groundwater flow direction could not be determined but is anticipated to be to the northeast towards the West Fork Trinity River, which is located adjacent to the work area. Kimley-Horn and Associates, Inc. June 4, 2024 Page 5 Braun Intertec Project No. B2402502 ▪ No VOCs or TPH were identified in any of the soil samples analyzed above the TRRP default residential PCLs. ▪ Slightly elevated concentrations of arsenic and lead above the TSBCs were identified in two soil samples; however, the concentrations did not exceed the human health PCLs which are applicable with the approval of an MSD. ▪ TCE was detected above the default groundwater ingestion PCL in the groundwater sample collected from TMW-2, but the concentration did not exceed the applicable MSD-adjusted RAL. All other VOCs detected in the groundwater samples were below the default groundwater ingestion PCLs. No TPH was detected in groundwater above the laboratory SDLs. CONCLUSIONS Based on the results of this investigation, arsenic and lead were detected in shallow soil above the TSBCs and TCE was identified in groundwater above the default groundwater ingestion PCLs. Although the reported soil concentrations exceed the TSBCs, the concentrations do not exceed the human health PCLs, and TCE in groundwater only slightly exceeds the default ingestion PCL but not the MSD-adjusted RAL. A such, the presence of metals in shallow surface soils and TCE in groundwater are not a human health concern to construction workers based on the short exposure duration for the proposed project. Braun Intertec recommends a soil and groundwater management plan (SGMP) be developed to manage potentially affected media that may be encountered during the construction activities and to assist in managing soil and groundwater that might require off-Site disposal. QUALIFICATIONS This report was prepared for the sole use of Kimley-Horn and Associates, Inc. and shall not be relied upon by any other party without the express prior written consent of Kimley-Horn and Associates, Inc. and Braun Intertec. This document was developed by employing generally accepted methods and customary practices of the environmental profession. Braun Intertec appreciates the opportunity to be of service to you on this project. If you have any questions or need additional information, please feel free to contact Josh Hopper, PG at 972-509-9613 or jhopper@braunintertec.com. Sincerely, BRAUN INTERTEC CORPORATION Josh Hopper, PG, CAPM Clayton Snider, PG Project Scientist Group Manager, Senior Scientist FIGURES S� �,R�' 4 ct�i��r� sr rriiaR sr i� ,� - - � I - - � � F'�.` V,� r^ OM N � , , �� �.. 1 � — 1 d J'��a�Re Creek � .7 Fart Worth '.J � �jfl I � E NOR�HSIDE pR z O � � a ! v � % , x � � '� _�� � � � �, � �.�. - �. � , ��4 F ='� `� � , � ti v�� _ �p,r F r �'r Ta rrant Ca iarrant CauRty �r Court� Colf - Trinrty : A �C� � {� Campus E �` Co� � � I � iium [urry Criminaf �� .. : �s t �c esC enter t 33 15 5 S'L +v srrr sr �� �" � , ` e'' �s - . c . � i " •' t�� 1I ; ;,. � � � ' � \ x ` � K � I w �rNsr � ,y G" � N ' � � Ft 1'1�t�1y� v, d �,r 7 � � � II�' �b }+all � y ^� � � Qq � O '�'� � ' - �y _ ��m � m � 1,U0[] 2,00[}' a"' � � �r�, _ ' ss^' ' �4 � C1 _ ¢ �'-� . . � � .. --: ;: r.,. : � - • SCALE: 1" = 2,OOa' ' m 5ource: USGS lJ5 Topa Ma� B R AU N nra�ect No ��4�izi0� Calhaun St. & 7th 5treet Phase II INTERTEC �raw�ngN� Site Lo�atian Map F� [� 1 _Si [eLocatio n �s�:ea�eY ua�,>>aon. Calhoun St. & 7th 5treet Orawn By: Iniiials 714 Sou[M1 Greenville Ave. Su�l= : GG niien rx �5aoz pate prawn; 5i23l2024 972.5iG.9300 [;hecked 8y: Inilials Far[ Worth, Texas ■ tiraunin[er[e� cnm Last Modifed: 5`23i2�2•1 TMW-1 SB-1 SB-2 SB-3 TMW-2 SB-4 SB-5 SB-6 SB-7 TMW-3 SB-8 SB-9 SB-10 TMW-4 PROPOSED SEWER LINE LOCATIONCALHOUN STREETN COMMERCE STREETN MA IN STREETN HOUSTON STREET NE 4 T H S T R E E T NE 5 T H S T R E E T NE 6 T H S T R E E T NE 7 T H S T R E E T Project No: B2402502 Drawn By: Date Drawn: Checked By: Last Modified:5/23/24 Drawing No: F:\2024\B2402502\CAD\B2402502.dwg,Site,5/23/2024 9:52:54 AM B2402502 BJB 5/23/24 SC Calhoun St. & 7th Street Phase II Calhoun St. & 7th Street Fort Worth, Texas Site Layout Figure 2 braunintertec.com 972.516.0300 Allen, TX 75002 714 Greenville Avenue S, Suite 160 N SOIL BORING LOCATION TEMPORARY MONITORING WELL LOCATION 0 SCALE:1" = 400' 400'200' Braun Intertec Project No. B2402502 TABLES TABLE 1 SOIL ANALYTICAL DATA SUMMARY - VOCs & TPH Panther Island Sewer Collector North Calhoun Street and NE 7th Street Fort Worth, Texas TMW-1 (6-7') TMW-2 (2-3') TMW-3 (6-7') TMW-4 (5-6') SB-1 (7-8') SB-2 (7-8') SB-3 (2-3') TMW-1 (19-20') TMW-2 (19-20') TMW-3 (19-20') TMW-4 (19-20') SB-1 (19-20') SB- 2 (19-20') SB-3 (19-20') 5/14/2024 5/14/2024 5/15/2024 5/15/2024 5/14/2024 5/14/2024 5/14/2024 5/14/2024 5/14/2024 5/15/2024 5/15/2024 5/14/2024 5/14/2024 5/14/2024 Ethylbenzene <0.00067 <0.00074 <0.00081 <0.00082 <0.00063 <0.00070 0.0015 J 7.6 6,400 <0.00079 <0.00068 <0.00063 <0.00062 <0.00063 <0.00069 <0.00079 29,000 Acetone <0.0019 0.061 0.068 <0.0023 <0.0018 <0.0020 0.087 43 66,000 <0.0022 <0.0019 <0.0018 <0.0018 <0.0018 <0.0020 <0.0023 600,000 2-Butanone <0.0012 0.017 0.011 J <0.0015 <0.0012 <0.0013 0.020 29 40,000 <0.0015 <0.0013 <0.0012 <0.0012 <0.0012 <0.0013 <0.0015 200,000 Carbon Disulfide <0.00057 0.0045 J 0.0018 J <0.00070 <0.00054 0.0021 J <0.00050 14 4,600 <0.00067 <0.00058 <0.00054 <0.00053 <0.00054 <0.00059 <0.00068 11,000 cis-1,2-Dichloroethene <0.00076 <0.00085 <0.00092 <0.00094 <0.00072 <0.00080 <0.00067 140 0.25 0.0046 J 0.0089 <0.00072 <0.00071 0.0025 J 0.0052 0.0040 J 920 Trichloroethene <0.00057 <0.00064 <0.00069 <0.00070 <0.00054 <0.00060 <0.00050 18 0.03 <0.00067 0.0018 J <0.00054 <0.00053 <0.00054 0.00063 J <0.00068 31 Methylene Chloride <0.00095 <0.0011 <0.0012 <0.0012 <0.00090 <0.00099 <0.00084 0.01 1,600 <0.0011 <0.00097 <0.00090 <0.00088 <0.00089 <0.00098 <0.0011 13,000 Methylcyclohexane <0.00095 <0.0011 <0.0012 <0.0012 <0.00090 <0.00099 0.0011 J 41,000 16,000 <0.0011 <0.00097 <0.00090 <0.00088 <0.00089 <0.00098 <0.0011 46,000 m,p-Xylene <0.0015 <0.0017 <0.0018 <0.0019 <0.0014 <0.0016 0.0017 J 110 8,900 <0.0018 <0.0016 <0.0014 <0.0014 <0.0014 <0.0016 <0.0018 9,400 o-Xylene <0.00095 <0.0011 <0.0012 <0.0012 <0.00090 <0.00099 0.00096 J 71 48,000 <0.0011 <0.00097 <0.00090 <0.00088 <0.00089 <0.00098 <0.0011 68,000 Xylenes <0.00095 <0.0011 <0.0012 <0.0012 <0.00090 <0.00099 0.0026 J 120 6,000 <0.0011 <0.00097 <0.00090 <0.00088 <0.00089 <0.00098 <0.0011 9,400 trans-1,2-Dichloroethene <0.00048 <0.00053 <0.00058 <0.00059 <0.00045 <0.00050 <0.00042 590 0.49 <0.00056 <0.00048 <0.00045 <0.00044 <0.00045 <0.00049 <0.00056 920 All Other VOCs <SDLs <SDLs <SDLs <SDLs <SDLs <SDLs <SDLs Varies Varies <SDLs <SDLs <SDLs <SDLs <SDLs <SDLs <SDLs Varies C6-C12 <7.5 <6.8 <7.1 <7.3 <7.9 <6.3 <7.4 65 1,600 <6.6 <7.2 <6.3 <6.8 <7.2 <11 <7.1 3,100 C12-C28 <9.9 <9.0 <9.3 <9.6 <10 <8.3 <9.7 200 2,300 <8.7 <9.5 <8.2 <9.0 <9.4 <14 <9.4 15,000 C28-C35 55 <9.0 <9.3 <9.6 <10 <8.3 <9.7 200 2,300 <8.7 <9.5 <8.2 <9.0 <9.4 <14 <9.4 15,000 Notes: 1 Default Texas Risk Reduction Program (TRRP) Tier 1 soil-to-groundwater ingestion (GWSoilIng) protective concentration levels (PCLs) established for residential land use and 0.5-acre source area. 2 Municipal Setting Designation (MSD) adjusted TRRP Tier 1 total-soil-combined (TotSoilComb) residential assessment levels (RALs) for a 0.5-acre source area. 3 TRRP Tier 1 soil-to-air inhalation (AirSoilInh-V) RALs for a 0.5-acre source area. 4 Volatile Organic Compounds (VOCs) analyzed by U.S. Environmental Protection Agency (EPA) Method 8260. 5 Total Petroleum Hydrocarbons (TPH) analyzed using Texas Commission on Environmental Quality (TCEQ) Method 1005. Concentrations reported in milligrams per kilogram (mg/kg). (<) Indicates the value was not detected above the laboratory sample detection limits (SDLs). (J) The identification of the analyte is acceptable; the reported value is an estimate. Bold and orange highlighted cells indicate the applicable TRRP RAL and results that exceed those values (none exceed). TPH by TCEQ Method 1005 (mg/kg) 5 TRRP Res. Tier 1 AirSoilInh-V RAL 3 (Subsurface Soils >15') Compound / Parameter Default TRRP Res. Tier 1 GWSoilIng PCL 1 (Surface Soils <10') MSD-Adjusted TRRP Res. Tier 1 TotSoilComb RAL 2 (Surface Soils <10') Surface Soil Samples (0-15 feet)Subsurface Soil Samples (>15 feet) VOCs by EPA Method 8260 (mg/kg) 4 Braun Intertec Project No. B2402502 Page 1 of 2 TABLE 1 SOIL ANALYTICAL DATA SUMMARY - VOCs & TPH Panther Island Sewer Collector North Calhoun Street and NE 7th Street Fort Worth, Texas SB-4 (9-10') SB-5 (5-6') SB-6 (6-7') SB-7 (5-6') SB-8 (7-8') SB-9 (8-9') SB-10 (3-4') SB-4 (19-20') SB-5 (19-20') SB-6 (19-20') SB-7 (19-20') SB-8 (19-20') SB-9 (19-20') SB-10 (19-20') 5/14/2024 5/14/2024 5/14/2024 5/15/2024 5/15/2024 5/15/2024 5/15/2024 5/14/2024 5/14/2024 5/14/2024 5/15/2024 5/15/2024 5/15/2024 5/15/2024 Ethylbenzene <0.00065 <0.00070 <0.00075 <0.00064 <0.00072 <0.00073 <0.00071 7.6 6,400 <0.00070 <0.00069 <0.00071 <0.00061 <0.00074 <0.00060 <0.00059 29,000 Acetone <0.0019 0.031 <0.0022 0.028 <0.0021 <0.0021 <0.0020 43 66,000 <0.0020 <0.0020 <0.0020 <0.0018 <0.0021 <0.0017 <0.0017 600,000 2-Butanone <0.0012 0.010 <0.0014 <0.0012 <0.0013 <0.0014 <0.0013 29 40,000 <0.0013 <0.0013 <0.0013 <0.0011 <0.0014 <0.0011 <0.0011 200,000 Carbon Disulfide <0.00056 0.0015 J <0.00065 <0.00055 <0.00062 <0.00063 <0.00061 14 4,600 <0.00060 <0.00059 <0.00061 <0.00053 <0.00063 <0.00052 <0.00050 11,000 cis-1,2-Dichloroethene 0.0039 J <0.00080 <0.00086 <0.00074 <0.00082 <0.00083 <0.00081 140 0.25 0.0075 0.0083 0.0088 0.011 <0.00084 0.022 0.049 920 Trichloroethene <0.00056 <0.00060 <0.00065 <0.00055 <0.00062 <0.00063 <0.00061 18 0.03 <0.00060 <0.00059 <0.00061 0.00065 J <0.00063 0.00084 J 0.014 31 Methylene Chloride <0.00093 <0.0010 <0.0011 0.0047 J <0.0010 <0.0010 <0.0010 0.01 1,600 <0.0010 <0.00099 <0.0010 <0.00088 <0.0011 <0.00086 <0.00084 13,000 Methylcyclohexane <0.00093 <0.0010 <0.0011 0.0020 J <0.0010 <0.0010 <0.0010 41,000 16,000 <0.0010 <0.00099 <0.0010 <0.00088 0.018 <0.00086 <0.00084 46,000 m,p-Xylene <0.0015 <0.0016 <0.0017 <0.0015 <0.0016 <0.0017 <0.0016 110 8,900 <0.0016 <0.0016 <0.0016 <0.0014 <0.0017 <0.0014 <0.0013 9,400 o-Xylene <0.00093 <0.0010 <0.0011 <0.00092 <0.0010 <0.0010 <0.0010 71 48,000 <0.0010 <0.00099 <0.0010 <0.00088 <0.0011 <0.00086 <0.00084 68,000 Xylenes <0.00093 <0.0010 <0.0011 <0.00092 <0.0010 <0.0010 <0.0010 120 6,000 <0.0010 <0.00099 <0.0010 <0.00088 <0.0011 <0.00086 <0.00084 9,400 trans-1,2-Dichloroethene <0.00046 <0.00050 <0.00054 <0.00046 <0.00051 <0.00052 <0.00050 590 0.49 <0.00050 <0.00049 <0.00051 <0.00044 <0.00053 <0.00043 0.00080 J 920 All Other VOCs <SDLs <SDLs <SDLs <SDLs <SDLs <SDLs <SDLs Varies Varies <SDLs <SDLs <SDLs <SDLs <SDLs <SDLs <SDLs Varies C6-C12 <7.2 <8.9 <7.5 <8.3 <7.1 <7.4 <10 65 1,600 <7.0 <7.5 <7.0 <7.0 <6.8 <6.4 <6.3 3,100 C12-C28 <9.5 <12 <9.8 <11 <9.3 <9.7 <13 200 2,300 <9.2 <9.9 <9.2 <9.2 <8.9 <8.5 <8.3 15,000 C28-C35 <9.5 <12 <9.8 <11 <9.3 <9.7 <13 200 2,300 <9.2 <9.9 <9.2 <9.2 <8.9 <8.5 <8.3 15,000 Notes: 1 Default Texas Risk Reduction Program (TRRP) Tier 1 soil-to-groundwater ingestion (GWSoilIng) protective concentration levels (PCLs) established for residential land use and 0.5-acre source area. 2 Municipal Setting Designation (MSD) adjusted Texas Risk Reduction Program (TRRP) Tier 1 total-soil-combined (TotSoilComb) PCLs established for residential land use and 0.5-acre source area. 3 TRRP Tier 1 soil-to-air inhalation (AirSoilInh-V) RALs for a 0.5-acre source area. 4 Volatile Organic Compounds (VOCs) analyzed by U.S. Environmental Protection Agency (EPA) Method 8260. 5 Total Petroleum Hydrocarbons (TPH) analyzed using Texas Commission on Environmental Quality (TCEQ) Method 1005. Concentrations reported in milligrams per kilogram (mg/kg). (<) Indicates the value was not detected above the laboratory sample detection limits (SDLs). (J) The identification of the analyte is acceptable; the reported value is an estimate. Bold and green highlighted cells indicate the applicable TRRP RAL and results that exceed those values (none exceed). VOCs by EPA Method 8260 (mg/kg) 4 TPH by TCEQ Method 1005 (mg/kg) 5 Compound / Parameter TRRP Res. Tier 1 AirSoilInh-V RAL 2 (Subsurface Soils >15') MSD-Adjusted TRRP Res. Tier 1 TotSoilComb RAL 1 (Surface Soils <10') Default TRRP Res. Tier 1 GWSoilIng PCL 1 (Surface Soils <10') Surface Soil Samples (0-15 feet)Subsurface Soil Samples (>15 feet) Braun Intertec Project No. B2402502 Page 2 of 2 TABLE 2 SOIL ANALYTICAL DATA SUMMARY - RCRA 8 METALS Panther Island Sewer Collector North Calhoun Street and NE 7th Street Fort Worth, Texas TMW-1 (1-2') TMW-2 (1-2') SB-2 (2-3') SB-5 (2-3') SB-7 (1-2') SB-8 (2-3') SB-10 (1-2') 5/14/2024 5/14/2024 5/14/2024 5/14/2024 5/15/2024 5/15/2024 5/15/2024 Arsenic 4.82 3.57 3.42 4.90 12.2 4.64 4.20 5 5.9 24 Barium 91.5 93.7 90.1 122 117 96.8 65.3 440 300 8,100 Cadmium 0.0931 J 0.0730 J 0.0764 J 0.136 J 0.166 J 0.0754 J 0.344 J 1.5 1 52 Chromium 16.0 13.9 13.8 18.3 20.1 15.9 17.8 2,400 30 33,000 Lead 10.7 10.8 13.0 12.4 18.3 9.30 35.1 3 15 500 Mercury 0.0309 0.00334 J 0.00330 J 0.00480 0.0522 0.00649 0.0285 2.1 0.04 8.3 Selenium 1.16 0.974 1.07 1.22 1.76 1.11 1.27 2.3 0.3 310 Silver 0.0483 J 0.0394 J 0.0372 J 0.0459 J 0.0631 J 0.0442 J 0.219 J 0.48 1 97 Notes: 1 Default Texas Risk Reduction Program (TRRP) Tier 1 soil-to-groundwater ingestion (GWSoilIng) protective concentration levels (PCLs) established for residential land use and 0.5-acre source area. 2 Texas Specific Background Concentrations (TSBCs). Median background concentrations for cadmium and silver obtained from the TCEQ Ecological Benchmark Table for Soil (August 2023). 2 Municipal Setting Designation (MSD) adjusted TRRP Tier 1 total-soil-combined (TotSoilComb) residential assessment levels (RALs) for a 0.5-acre source area. 4 Resource Conservation and Recovery Act (RCRA) 8 metals analyzed by U.S. EPA Methods 6020 and 7471. Concentrations reported in milligrams per kilogram (mg/kg). (<) Indicates the value was not detected above the laboratory sample detection limits (SDLs). (J) The identification of the analyte is acceptable; the reported value is an estimate. Bold and orange highlighted cells indicate the TRRP RAL and results that exceed those values (none exceed). RCRA 8 Metals by EPA Method 6020/7471 (mg/kg) 4 Compound / Parameter Default TRRP Res. Tier 1 GWSoilIng PCL 1 MSD-Adjusted TRRP Res. Tier 1 TotSoilComb RAL 3 TSBC 2 Braun Intertec Project No. B2402502 Page 1 of 1 TABLE 3 GROUNDWATER ANALYTICAL DATA SUMMARY Panther Island Sewer Collector North Calhoun Street and NE 7th Street Fort Worth, Texas TMW-1 TMW-2 TMW-3 TMW-4 5/17/2024 5/15/2024 5/15/2024 5/17/2024 Benzene <0.00020 0.00041 J 0.00028 J <0.00020 0.005 180 2-Butanone 0.0068 <0.00050 <0.00050 <0.00050 15 1,000,000 Acetone 0.030 <0.0014 <0.0014 <0.0014 22 1,000,000 cis-1,2-Dichloroethene 0.0040 0.036 0.0061 <0.00020 0.07 1,200 MTBE <0.00020 <0.00020 0.00093 J <0.00020 0.24 4,000 m,p-Xylene 0.00076 J <0.00050 <0.00050 <0.00050 10 9,400 Toluene <0.00020 0.00039 J <0.00020 <0.00020 1 64,000 trans-1,2-Dichloroethene <0.00020 0.00039 J <0.00020 <0.00020 0.1 770 Trichloroethene <0.00030 0.0076 <0.00030 <0.00030 0.005 24 Vinyl Chloride <0.00020 0.0013 <0.00020 <0.00020 0.002 3.80 Xylenes 0.00076 J <0.00030 <0.00030 <0.00030 10 10,000 All Other VOCs <SDLs <SDLs <SDLs <SDLs Varies Varies C6-C12 <0.19 <0.20 <0.20 <0.20 0.98 1,800 C12-C28 <0.19 <0.20 <0.20 <0.20 0.98 7,500 C28-C35 <0.19 <0.20 <0.20 <0.20 0.98 7,500 1 Default Texas Risk Reduction Program (TRRP) Tier 1 groundwater ingestion (GWGWIng) protective concentration levels (PCLs) established for residential land use. 2 Municipal Setting Designation (MSD) adjusted TRRP Tier 1 groundwater-to-air inhalation (AirGWInh-v) residential assessment levels (RALs). 3 Volatile Organic Compounds (VOCs) analyzed using EPA Method 8260. 4 Total Petroleum Hydrocarbons (TPH) analyzed using Texas Commission on Environmental Quality (TCEQ) Method 1005. (J) The identification of the analyte is acceptable; the reported value is an estimate. Bold and orange highlighted cells indicate the TRRP RAL and results that exceed those values (none exceed). Compound / Parameter Default TRRP Res. Tier 1 GWGWIng PCL 1 MSD-adjusted TRRP Res. Tier 1 AirGWInh-v RAL 2 VOCs by EPA Method 8260 (mg/L) 3 Notes: Concentrations reported in milligrams per liter (mg/L). (<) indicates the value was not detected above the laboratory sample detection limits (SDLs). TPH by TCEQ Method 1005 (mg/L) 4 Braun Intertec Project No. B2402502 Page 1 of 1 Braun Intertec Project No. B2402502 Attachment A Photographic Log Photograph #1 Limited Phase II Investigation B2402502 Date: 5/14/2024 - 5/15/2024 Subject: Advancing TMW-1, facing north. Photograph #2 Limited Phase II Investigation B2402502 Date: 5/14/2024 - 5/15/2024 Subject: Advancing TMW-2, facing southeast. Photograph #3 Limited Phase II Investigation B2402502 Date: 5/14/2024 - 5/15/2024 Subject: Advancing SB-5, facing northeast. Photograph #4 Limited Phase II Investigation B2402502 Date: 5/14/2024 - 5/15/2024 Subject: Advancing TMW-3, facing southwest. Braun Intertec Project No. B2402502 Attachment B Boring logs Elev./ Depth ft 1.0 9.0 10.0 16.0 20.0 WaterLevelDescription of Materials (Soil-ASTM D2488 or 2487; Rock-USACE EM 1110-1-2908) ASPHALT FAT CLAY (CH), some Silt, dark brown with mottled tan, moist, soft, high plasticity WELL-GRADED GRAVEL with SAND (GW), medium-grained FAT CLAY (CH), dark brown, moist, firm, high plasticity SANDY FAT CLAY (CH), fine-grained, tannish brown, wet, soft, high plasticity -Borehole collapsed to 16 feet while setting the well. END OF BORING Completed as well. Refer to diagram. 5 10 15 20 PID ppm 0.2 0.2 0.3 0.1 0.2 0.2 0.3 Well Construction Details PVC Riser (0-1') Bentonite (0-1') Slotted PVC Screen (1-16') Silica Sand Filter Pack (1-16') LOG OF BORING Project Number B2402502 Environmental Investigation Limited Phase II North Calhoun Street and NE 7th Street Fort Worth, Texas BORING:TMW-1 LOCATION: See attached Figure 2. DATUM:WGS 84 LATITUDE:32.76950 LONGITUDE:-97.33841 DRILLER:Environmental Logistics Co.LOGGED BY:S. Cross WEATHER:67°, Sunny SURFACE ELEVATION:RIG:Subcontractor METHOD:Direct Push During Drilling Not Encountered START DATE:05/14/24 END DATE:05/14/24 SURFACING:Asphalt After Drilling 13.1 ft B2402502 Braun Intertec Corporation Print Date:05/30/2024 TMW-1 page 1 of 1 6/4/2024 Elev./ Depth ft 0.5 12.0 19.0 20.0 WaterLevelDescription of Materials (Soil-ASTM D2488 or 2487; Rock-USACE EM 1110-1-2908) CONCRETE FAT CLAY (CH), dark brown, moist, firm, high plasticity SANDY FAT CLAY (CH), fine-grained, orangish brown, moist, soft, high plasticity CLAYEY SAND (SC), fine-grained, orangish brown, wet, medium dense END OF BORING Completed as well. Refer to diagram. 5 10 15 20 PID ppm 1.1 1.0 0.9 0.7 0.6 0.8 0.5 Well Construction Details Bentonite (0-3') PVC Riser (0-5') Silica Sand Filter Pack (3-20') Slotted PVC Screen (5-20') LOG OF BORING Project Number B2402502 Environmental Investigation Limited Phase II North Calhoun Street and NE 7th Street Fort Worth, Texas BORING:TMW-2 LOCATION: See attached Figure 2. DATUM:WGS 84 LATITUDE:32.76780 LONGITUDE:-97.33788 DRILLER:Environmental Logistics Co.LOGGED BY:S. Cross WEATHER:85°, Sunny SURFACE ELEVATION:RIG:Subcontractor METHOD:Direct Push During Drilling Not Encountered START DATE:05/14/24 END DATE:05/14/24 SURFACING:Concrete After Drilling 7.3 ft B2402502 Braun Intertec Corporation Print Date:05/30/2024 TMW-2 page 1 of 1 6/4/2024 Elev./ Depth ft 0.5 18.0 20.0 WaterLevelDescription of Materials (Soil-ASTM D2488 or 2487; Rock-USACE EM 1110-1-2908) ASPHALT FAT CLAY (CH), dark brown to light brown, moist, soft, high plasticity SANDY FAT CLAY (CH), fine-grained, tannish brown, moist, soft, high plasticity END OF BORING Completed as well. Refer to diagram. 5 10 15 20 PID ppm 0.1 0.1 0.3 0.2 0.4 0.3 0.0 Well Construction Details Bentonite (0-3') PVC Riser (0-5') Silica Sand Filter Pack (3-20') Slotted PVC Screen (5-20') LOG OF BORING Project Number B2402502 Environmental Investigation Limited Phase II North Calhoun Street and NE 7th Street Fort Worth, Texas BORING:TMW-3 LOCATION: See attached Figure 2. DATUM:WGS 84 LATITUDE:32.76515 LONGITUDE:-97.33625 DRILLER:Environmental Logistics Co.LOGGED BY:S. Cross WEATHER:73°, Sunny SURFACE ELEVATION:RIG:Subcontractor METHOD:Direct Push During Drilling Not Encountered START DATE:05/15/24 END DATE:05/15/24 SURFACING:Asphalt After Drilling 7.0 ft B2402502 Braun Intertec Corporation Print Date:05/30/2024 TMW-3 page 1 of 1 6/4/2024 Elev./ Depth ft 18.0 20.0 WaterLevelDescription of Materials (Soil-ASTM D2488 or 2487; Rock-USACE EM 1110-1-2908) FAT CLAY (CH), dark brown to tannish brown, moist, soft, high plasticity SANDY FAT CLAY (CH), fine-grained, tannish brown, moist, soft, high plasticity END OF BORING Completed as well. Refer to diagram. 5 10 15 20 PID ppm 0.0 0.0 0.1 0.0 0.0 0.0 0.0 Well Construction Details Bentonite (0-3') PVC Riser (0-5') Silica Sand Filter Pack (3-20') Slotted PVC Screen (5-20') LOG OF BORING Project Number B2402502 Environmental Investigation Limited Phase II North Calhoun Street and NE 7th Street Fort Worth, Texas BORING:TMW-4 LOCATION: See attached Figure 2 DATUM:WGS 84 LATITUDE:32.76302 LONGITUDE:-97.33489 DRILLER:Environmental Logistics Co.LOGGED BY:S. Cross WEATHER:80°, Sunny SURFACE ELEVATION:RIG:Subcontractor METHOD:Direct Push During Drilling Not Encountered START DATE:05/15/24 END DATE:05/15/24 SURFACING:Grass After Drilling 13.2 ft B2402502 Braun Intertec Corporation Print Date:05/30/2024 TMW-4 page 1 of 1 6/4/2024 Elev./ Depth ft 0.5 12.0 18.0 20.0 WaterLevelDescription of Materials (Soil-ASTM D2488 or 2487; Rock-USACE EM 1110-1-2908) CONCRETE FAT CLAY (CH), dark brown, moist, firm, high plasticity SANDY FAT CLAY (CH), fine-grained, orangish brown, moist, soft, high plasticity CLAYEY SAND (SC), fine-grained, orangish brown, wet, soft END OF BORING Boring immediately backfilled 5 10 15 20 PID ppm 0.2 0.2 0.1 0.3 0.1 0.4 0.5 Well Construction Details LOG OF BORING Project Number B2402502 Environmental Investigation Limited Phase II North Calhoun Street and NE 7th Street Fort Worth, Texas BORING:SB-1 LOCATION: See attached Figure 2. DATUM:WGS 84 LATITUDE:32.76917 LONGITUDE:-97.33888 DRILLER:Environmental Logistics Co.LOGGED BY:S. Cross WEATHER:75°, Sunny SURFACE ELEVATION:RIG:Subcontractor METHOD:Direct Push During Drilling Not Encountered START DATE:05/14/24 END DATE:05/14/24 SURFACING:Concrete After Drilling B2402502 Braun Intertec Corporation Print Date:05/30/2024 SB-1 page 1 of 1 6/4/2024 Elev./ Depth ft 0.5 15.0 20.0 WaterLevelDescription of Materials (Soil-ASTM D2488 or 2487; Rock-USACE EM 1110-1-2908) CONCRETE FAT CLAY (CH), dark brown, moist, soft, high plasticity SANDY FAT CLAY (CH), fine-grained, orangish brown, wet, soft, high plasticity END OF BORING Boring immediately backfilled 5 10 15 20 PID ppm 0.4 0.4 0.5 0.7 0.6 0.5 0.5 Well Construction Details LOG OF BORING Project Number B2402502 Environmental Investigation Limited Phase II North Calhoun Street and NE 7th Street Fort Worth, Texas BORING:SB-2 LOCATION: See attached Figure 2. DATUM:WGS 84 LATITUDE:32.76872 LONGITUDE:-97.33860 DRILLER:Environmental Logistics Co.LOGGED BY:S. Cross WEATHER:75°, Sunny SURFACE ELEVATION:RIG:Subcontractor METHOD:Direct Push During Drilling Not Encountered START DATE:05/14/24 END DATE:05/14/24 SURFACING:Concrete After Drilling B2402502 Braun Intertec Corporation Print Date:05/30/2024 SB-2 page 1 of 1 6/4/2024 Elev./ Depth ft 0.5 12.0 18.0 20.0 WaterLevelDescription of Materials (Soil-ASTM D2488 or 2487; Rock-USACE EM 1110-1-2908) CONCRETE FAT CLAY (CH), dark brown, moist, firm, high plasticity SANDY FAT CLAY (CH), fine-grained, light brown, wet, soft, high plasticity CLAYEY SAND (SC), fine-grained, orangish brown, wet, medium dense END OF BORING Boring immediately backfilled 5 10 15 20 PID ppm 4.2 1.1 1.2 1.0 0.7 0.4 0.2 Well Construction Details LOG OF BORING Project Number B2402502 Environmental Investigation Limited Phase II North Calhoun Street and NE 7th Street Fort Worth, Texas BORING:SB-3 LOCATION: See attached Figure 2. DATUM:WGS 84 LATITUDE:32.76830 LONGITUDE:-97.33832 DRILLER:Environmental Logistics Co.LOGGED BY:S. Cross WEATHER:80°, Sunny SURFACE ELEVATION:RIG:Subcontractor METHOD:Direct Push During Drilling Not Encountered START DATE:05/14/24 END DATE:05/14/24 SURFACING:Concrete After Drilling B2402502 Braun Intertec Corporation Print Date:05/30/2024 SB-3 page 1 of 1 6/4/2024 Elev./ Depth ft 0.5 18.0 20.0 WaterLevelDescription of Materials (Soil-ASTM D2488 or 2487; Rock-USACE EM 1110-1-2908) ASPHALT FAT CLAY (CH), dark brown, dry to moist, firm to soft, high plasticity SANDY FAT CLAY (CH), fine-grained, orangish brown, moist, soft, high plasticity END OF BORING Boring immediately backfilled 5 10 15 20 PID ppm 0.4 0.6 0.9 0.9 1.0 0.9 0.6 Well Construction Details LOG OF BORING Project Number B2402502 Environmental Investigation Limited Phase II North Calhoun Street and NE 7th Street Fort Worth, Texas BORING:SB-4 LOCATION: See attached Figure 2. DATUM:WGS 84 LATITUDE:32.76716 LONGITUDE:-97.33765 DRILLER:Environmental Logistics Co.LOGGED BY:S. Cross WEATHER:90°, Sunny SURFACE ELEVATION:RIG:Subcontractor METHOD:Direct Push During Drilling Not Encountered START DATE:05/14/24 END DATE:05/14/24 SURFACING:Asphalt After Drilling B2402502 Braun Intertec Corporation Print Date:05/30/2024 SB-4 page 1 of 1 6/4/2024 Elev./ Depth ft 0.5 18.0 20.0 WaterLevelDescription of Materials (Soil-ASTM D2488 or 2487; Rock-USACE EM 1110-1-2908) ASPHALT FAT CLAY (CH), dark brown, dry to moist, firm to soft, high plasticity SANDY FAT CLAY (CH), fine-grained, orangish brown, moist, soft, high plasticity END OF BORING Boring immediately backfilled 5 10 15 20 PID ppm 0.9 0.7 1.7 0.6 0.5 0.0 0.2 Well Construction Details LOG OF BORING Project Number B2402502 Environmental Investigation Limited Phase II North Calhoun Street and NE 7th Street Fort Worth, Texas BORING:SB-5 LOCATION: See attached Figure 2. DATUM:WGS 84 LATITUDE:32.76659 LONGITUDE:-97.33718 DRILLER:Environmental Logistics Co.LOGGED BY:S. Cross WEATHER:90°, Sunny SURFACE ELEVATION:RIG:Subcontractor METHOD:Direct Push During Drilling Not Encountered START DATE:05/14/24 END DATE:05/14/24 SURFACING:Asphalt After Drilling B2402502 Braun Intertec Corporation Print Date:05/30/2024 SB-5 page 1 of 1 6/4/2024 Elev./ Depth ft 0.5 19.0 20.0 WaterLevelDescription of Materials (Soil-ASTM D2488 or 2487; Rock-USACE EM 1110-1-2908) ASPHALT FAT CLAY (CH), dark brown, moist, soft, high plasticity SANDY FAT CLAY (CH), fine-grained, orangish brown, moist, soft, high plasticity END OF BORING Boring immediately backfilled 5 10 15 20 PID ppm 0.4 0.4 0.6 0.4 0.2 0.1 0.1 Well Construction Details LOG OF BORING Project Number B2402502 Environmental Investigation Limited Phase II North Calhoun Street and NE 7th Street Fort Worth, Texas BORING:SB-6 LOCATION: See attached Figure 2. DATUM:WGS 84 LATITUDE:32.76602 LONGITUDE:-97.33690 DRILLER:Environmental Logistics Co.LOGGED BY:S. Cross WEATHER:90°, Sunny SURFACE ELEVATION:RIG:Subcontractor METHOD:Direct Push During Drilling Not Encountered START DATE:05/14/24 END DATE:05/14/24 SURFACING:Asphalt After Drilling B2402502 Braun Intertec Corporation Print Date:05/30/2024 SB-6 page 1 of 1 6/4/2024 Elev./ Depth ft 0.5 18.0 20.0 WaterLevelDescription of Materials (Soil-ASTM D2488 or 2487; Rock-USACE EM 1110-1-2908) ASPHALT FAT CLAY (CH), dark brown to tannish brown, moist, soft, high plasticity SANDY FAT CLAY (CH), fine-grained, tannish brown, moist, soft, high plasticity END OF BORING Boring immediately backfilled 5 10 15 20 PID ppm 0.7 0.8 0.9 0.8 0.7 0.7 0.8 Well Construction Details LOG OF BORING Project Number B2402502 Environmental Investigation Limited Phase II North Calhoun Street and NE 7th Street Fort Worth, Texas BORING:SB-7 LOCATION: See attached Figure 2. DATUM:WGS 84 LATITUDE:32.76563 LONGITUDE:-97.33658 DRILLER:Environmental Logistics Co.LOGGED BY:S. Cross WEATHER:90°, Sunny SURFACE ELEVATION:RIG:Subcontractor METHOD:Direct Push During Drilling Not Encountered START DATE:05/15/24 END DATE:05/15/24 SURFACING:Asphalt After Drilling B2402502 Braun Intertec Corporation Print Date:05/30/2024 SB-7 page 1 of 1 6/4/2024 Elev./ Depth ft 0.5 19.5 20.0 WaterLevelDescription of Materials (Soil-ASTM D2488 or 2487; Rock-USACE EM 1110-1-2908) ASPHALT FAT CLAY (CH), dark brown to tannish brown, moist, soft, high plasticity -Wet from 15 to 19.5 feet. LIMESTONE, light gray, wet, highly weathered, moderately hard END OF BORING Boring immediately backfilled 5 10 15 20 PID ppm 0.3 0.5 0.5 0.6 0.5 0.8 0.6 Well Construction Details LOG OF BORING Project Number B2402502 Environmental Investigation Limited Phase II North Calhoun Street and NE 7th Street Fort Worth, Texas BORING:SB-8 LOCATION: See attached Figure 2. DATUM:WGS 84 LATITUDE:32.76467 LONGITUDE:-97.33993 DRILLER:Environmental Logistics Co.LOGGED BY:S. Cross WEATHER:80°, Sunny SURFACE ELEVATION:RIG:Subcontractor METHOD:Direct Push During Drilling Not Encountered START DATE:05/15/24 END DATE:05/15/24 SURFACING:Asphalt After Drilling B2402502 Braun Intertec Corporation Print Date:05/30/2024 SB-8 page 1 of 1 6/4/2024 Elev./ Depth ft 0.3 20.0 WaterLevelDescription of Materials (Soil-ASTM D2488 or 2487; Rock-USACE EM 1110-1-2908) ASPHALT FAT CLAY (CH), dark brown to tannish brown, dry to moist, firm to soft, high plasticity END OF BORING Boring immediately backfilled 5 10 15 20 PID ppm 0.2 0.3 0.1 0.3 0.3 0.2 0.1 Well Construction Details LOG OF BORING Project Number B2402502 Environmental Investigation Limited Phase II North Calhoun Street and NE 7th Street Fort Worth, Texas BORING:SB-9 LOCATION: See attached Figure 2. DATUM:WGS 84 LATITUDE:32.76403 LONGITUDE:-97.33550 DRILLER:Environmental Logistics Co.LOGGED BY:S. Cross WEATHER:85°, Sunny SURFACE ELEVATION:RIG:Subcontractor METHOD:Direct Push During Drilling Not Encountered START DATE:05/15/24 END DATE:05/15/24 SURFACING:Asphalt After Drilling B2402502 Braun Intertec Corporation Print Date:05/30/2024 SB-9 page 1 of 1 6/4/2024 Elev./ Depth ft 0.3 14.0 20.0 WaterLevelDescription of Materials (Soil-ASTM D2488 or 2487; Rock-USACE EM 1110-1-2908) Gravel road base FAT CLAY (CH), dark brown to tannish brown, dry to moist, firm to soft, high plasticity SANDY FAT CLAY (CH), fine-grained, tannish brown, moist, soft, high plasticity END OF BORING Boring immediately backfilled 5 10 15 20 PID ppm 0.1 0.3 0.1 0.2 0.1 0.5 0.1 Well Construction Details LOG OF BORING Project Number B2402502 Environmental Investigation Limited Phase II North Calhoun Street and NE 7th Street Fort Worth, Texas BORING:SB-10 LOCATION: See attached Figure 2. DATUM:WGS 84 LATITUDE:32.76357 LONGITUDE:-97.33519 DRILLER:Environmental Logistics Co.LOGGED BY:S. Cross WEATHER:85°, Sunny SURFACE ELEVATION:RIG:Subcontractor METHOD:Direct Push During Drilling Not Encountered START DATE:05/15/24 END DATE:05/15/24 SURFACING:Gravel After Drilling B2402502 Braun Intertec Corporation Print Date:05/30/2024 SB-10 page 1 of 1 6/4/2024 Braun Intertec Project No. B2402502 Attachment C Laboratory Analytical Data Reports May 21, 2024 Josh Hopper Braun Intertec 714 S. Greenville Avenue Ste 160 Allen, TX 75002 The analytical data provided relates directly to the samples received by ALS Environmental and for only the analyses requested. Results are expressed as "as received" unless otherwise noted. QC sample results for this data met EPA or laboratory specifications except as noted in the Case Narrative or as noted with qualifiers in the QC batch information. Should this laboratory report need to be reproduced, it should be reproduced in full unless written approval has been obtained by ALS Environmental. Samples will be disposed in 30 days unless storage arrangements are made. If you have any questions regarding this report, please feel free to call me. Sincerely, ALS Environmental received 20 sample(s) on May 15, 2024 for the analysis presented in the following report. Laboratory Results for:Calhoun and 7th St. Phase II Dear Josh Hopper, Work Order:HS24050907 Project Manager Generated By: JUMOKE.LAWAL Bernadette A. Fini 10450 Stancliff Rd. Suite 210 Houston, TX 77099 T: +1 281 530 5656 F: +1 281 530 5887 alsglobal.com 1 of 87 Client:TRRP Laboratory Data Package Cover PageProject: WorkOrder: Braun Intertec Calhoun and 7th St. Phase II HS24050907 This data package consists of all or some of the following as applicable: This signature page, the laboratory review checklist, and the following reportable data: R1 Field chain-of-custody documentation; R2 Sample identification cross-reference; R3 Test reports (analytical data sheets) for each environmental sample that includes: a) Items consistent with NELAC Chapter 5, b) dilution factors, c) preparation methods, d) cleanup methods, and e) if required for the project, tentatively identified compounds (TICs). R4 Surrogate recovery data including: a) Calculated recovery (%R), and b) The laboratory’s surrogate QC limits. R5 Test reports/summary forms for blank samples; R6 Test reports/summary forms for laboratory control samples (LCSs) including: a) LCS spiking amounts, b) Calculated %R for each analyte, and c)The laboratory’s LCS QC limits. R7 Test reports for project matrix spike/matrix spike duplicates (MS/MSDs) including: a) Samples associated with the MS/MSD clearly identified, b) MS/MSD spiking amounts, c) Concentration of each MS/MSD analyte measured in the parent and spiked samples, d) Calculated %Rs and relative percent differences (RPDs), and e) The laboratory’s MS/MSD QC limits. R8 Laboratory analytical duplicate (if applicable) recovery and precision: a) the amount of analyte measured in the duplicate, b) the calculated RPD, and c) the laboratory’s QC limits for analytical duplicates. R9 List of method quantitation limits (MQLs) and detectability check sample results for each analyte for each method and matrix. R10 Other problems or anomalies. The Exception Report for each “No” or “Not Reviewed (NR)” item in Laboratory Review Checklist and for each analyte, matrix, and method for which the laboratory does not hold NELAC accreditation under the Texas Laboratory Accreditation Program. ALS Houston, US Date: 21-May-24 2 of 87 Client:TRRP Laboratory Data Package Cover PageProject: WorkOrder: Braun Intertec Calhoun and 7th St. Phase II HS24050907 Bernadette A. Fini Project Manager Release Statement: I am responsible for the release of this laboratory data package. This laboratory is NELAC accredited under the Texas Laboratory Accreditation Program for all the methods, analytes and matrices reported in this data package except as noted in the Exception Reports. The data have been reviewed and are technically compliant with the requirements of the methods used, except where noted by the laboratory in the attached exception reports. By my signature below, I affirm to the best of my knowledge, all problems/anomalies, observed by the laboratory have been identified by the laboratory in the Laboratory Review Checklist, and no information affecting the quality of the data has been knowingly withheld. Check, if applicable: [NA] This laboratory meets an exception under 30 TAC §25.6 and was last inspected by [ ] TCEQ or [ ] ______________ on (enter date of last inspection). Any findings affecting the data in this laboratory data package are noted in the Exception Reports herein. The official signing the cover page of the report in which these data are used is responsible for releasing this data package and is by signature affirming the above release statement is true. ALS Houston, US Date: 21-May-24 3 of 87 Laboratory Review Checklist: Reportable Data Laboratory Name: ALS Laboratory Group LRC Date: 05/21/2024 Project Name: Calhoun and 7th St. Phase II Laboratory Job Number: HS24050907 Reviewer Name: Bernadette Fini Prep Batch Number(s): 212015,212099,212204,R467006,R467049,R467067,R467138 #1 A2 Description Yes No NA3 NR4 ER#5 R1 OI Chain-of -custody (C-O-C) Did samples meet the laboratory’s standard conditions of sample acceptability upon receipt? X Were all departures from s tandard conditions described in an exception report? X R2 OI Sample and quality control (QC) identification Are all field sample ID numbers cross-referenced to the laboratory ID numbers? X Are all laboratory ID numbers cross-referenced to the corresponding Q C data? X R3 OI Test reports Were all samples prepared and analyzed within holding times? X Other than those results < MQL, were all other raw values bracketed by calibration standards? X Were calculations checked by a peer or supervisor? X Were all analyte identifications checked by a peer or supervisor? X Were sample detection limits reported for all analytes not detected? X Were all results for soil and sediment samples reported on a dry weigh t basis? X Were % moisture (or solids) reported for all soil and sediment samples? X Were bulk soils/solids samples for volatile analysis extracted with methanol per SW-846 Method 5035? X If required for the project, TICs reported? X R4 O Surrogate recovery data Were surrogates added prior to extraction? X Were surrogate percent recoveries in all samples within the laboratory QC limits? X R5 OI Test reports/summary forms for blank samples Were appropriate type(s) of blanks analyzed? X Were blanks analyzed at the appropriate frequency? X Were method blanks taken through the entire analytical process, including preparation and, if applicable, cleanup procedures? X Were blank concentrations < MQL? X R6 OI Laboratory control samples (LCS): Were all COCs included in the LCS? X Was each LCS taken through the entire analytical procedure, including prep and cleanup steps? X Were LCSs analyzed at the required frequency? X Were LCS (and LCSD, if applicable) %Rs within the laboratory QC limits? X Does the detectability data document the laboratory’s capability to detect the COCs at the MDL used to calculate the SDLs? X Was the LCSD RPD within QC limits? X R7 OI Matrix spike (MS) and matrix spike duplicate (MSD) data Were the pro ject/method specified analytes included in the MS and MSD? X Were MS/MSD analyzed at the appropriate frequency? X 1 Were MS (and MSD, if applicable) %Rs within the laboratory QC limits? X 2 Were MS/MSD RPDs within laboratory QC limits? X 3 R8 OI Analytical duplicate data Were appropriate analytical duplicates analyzed for each matrix? X Were analytical duplicates analyzed at the appropriate frequency? X Were RPDs or relative standard dev iations within the laboratory QC limits? X R9 OI Method q uantitation limits (MQLs): Are the MQLs for each method analyte included in the laboratory data package? X Do the MQLs correspond to the concentration of the lowest non-zero calibration standard? X Are unadjusted MQLs and DC Ss included in the laboratory data package? X R10 OI Other problems/anomalies Are all known problems/anomalies/special conditions noted in this LRC and ER? X Were all necessary corrective actions performed for the reported data? X Was applicable and available technology used to lower the SDL and minimize the matrix interference affects on the sample results? X Is the laboratory NELAC-accredited under the Texas Laboratory Program for the analytes, matrices and methods associated with this laboratory data package? X 4 Items identified by the letter “R” must be included in the laboratory data package submitted in the TRRP-required report(s). Items identified by the letter “S” should be retained and made available upon request for the appropriate retention period. O = Organic Analyses; I = Inorganic Analyses (and general chemistry, when applicable);NA = Not Applicab le; NR = Not Reviewe d; R# = Exception Report identification number (an Exception Report should be completed for an item if “NR” or “No” is checked). 4 of 87 Laboratory Review Checklist: Supporting Data Laboratory Name: ALS Laboratory Group LRC Date: 05/21/2024 Project Name: Calhoun and 7th St. Phase II Laboratory Job Number: HS24050907 Reviewer Name: Bernadette Fini Prep Batch Numb er(s): 212015,212099,212204,R467006,R467049,R467067,R467138 #1 A2 Description Yes No NA3 NR 4 ER#5 S1 OI Initial calibration (ICAL) Were response factors and/or relative response factors for each analyte within QC limits? X Were percent RSDs or correlation coefficient criteria met? X Was the number of standards recommended in the method used for all analytes? X Were all points generated between the lowest and highest standard used to calculate the curve? X Are I CAL d ata available for all instruments used? X Has the initial calibration curve been verified using an appropriate secon d source standard? X S2 OI Initial and continuing calibration verification (ICCV and CCV) and continuing calibration blank (CCB) Was the CCV analyzed at the method-required frequency? X Were percent differences for each analyte within the method-required QC limits? X 5 Was the ICAL curve verified for each analyte? X Was the absolute value of the analyte concentration in the inorganic CCB < MDL? X 6 S3 O Mass spectral tuning: Was the appropriate compound for the method used for tuning? X Were ion abundance data within the method-required QC limits? X S4 O Internal standards (IS): Were IS area counts and retention times within the method -requ ired QC limits? X S5 OI Raw data (NELAC section 1 appendix A glossary, and section 5.12 or ISO/IEC 17025 section Were the r aw data (for example, chromatograms, spectral data) reviewed by an analyst? X Were data associated with manual integrations flagged on the raw data? X S6 O Dual column confirmation Did dual column confirmation resu lts meet the method -required QC? X S7 O Tentatively identified compounds (TICs): If TICs were request ed, were the mass spectra and TIC data subject to appropriate checks? X S8 I Interference Check Sample (ICS) results: Were percent recoveries within method QC limits? X S9 I Serial dilutions, post digestion spikes, and method of standard additions Were percent differences, recoveries, and the linearity within the QC limits specified in the m ethod? X 7 S10 OI Method detection limit (MDL) studies Was a MDL study performed for each reported analyte? X Is the MDL either adjusted or supported by the analysis of DCSs? X S11 OI Proficiency t est reports: Was the laboratory's performance acceptable on the applicable proficiency tests or evaluation s tudies? X S12 OI Standards documentation Are all standards used in the analyses NIST-traceable or obtained from other appropriate sources? X S13 OI Compound/analyte identification procedures Are the pro cedur es for compound/analyte identification documented? X S14 OI Demonstration of analyst competency (DOC) Was DOC conducted con sistent with NELAC Chapter 5C or ISO/IEC 4? X Is documentation of the analyst’s competency up -to -date and on file? X S15 OI Verification/validation documentation for methods (NELAC Chap 5 or ISO/IEC 17025 Section 5) Are a ll the methods used to generate the data documented, verified, and validated, where applicable? X S1 6 OI Laboratory standard operating procedures (SOPs): Are laboratory SOPs current and on file for each method performed ? X Items identified by the letter “R” must be included in the laboratory data package submitted in the TRRP-requ ired report(s). Items identified by the letter “S” should be retained and made available upon request for the appropriate retention period. O = Organic Analyses; I = Inorganic Analyses (and general chemistry, when applicable); NA = Not Applicable; NR = No t Reviewed; R# = Exception Report identification number (an Exception Report should be completed for an item if “NR” or “No” is checked). 5 of 87 Laboratory Review Checklist: Exception Reports Laboratory Name: ALS Laboratory Group LRC Date: 05/21/2024 Project Name: Calhoun and 7th St. Phase II Laboratory Job Number: HS24050907 Reviewer Name: Bernadette Fini Prep Batch Number(s): 212015,212099,212204,R467006,R467049,R467067,R467138 ER#5 Description 1 Batch 212099, Texas TPH by TX1005, Insufficient sample received to perform MS/MSD. An LCS/LCSD was performed as batch quality control. Batch R467138, Volatiles Method SW8260, Insufficient sample received to perform MS/MSD. An LCS/LCSD was performed as batch quality control. 2 Batch 212015, Metals Method SW6020, sample HS24050666 -01, MS and MSD were performed on unrelated sample Batch R467067, Volatiles Method SW8260, sample HS24050578-06, MS and MSD were performed on unrelated sample 3 Batch R467067, Volatiles Method SW8260, sample HS24050578-06, MS/MSD RPD was performed on unrelated sample 4 Volatile Organics Method SW8260, TCEQ does not offer accreditation for Cyclohexane the results are flagged with n. 5 Batch R467067, Volatiles Method SW8260, In the 8260 analysis, the %D for Bromomethane and Dibromochloromethane was below 20% in the daily ccv, however this meets the method criteria for 8260C with less than 10% of the compound failing so no corrective action was taken. LCS is within limits. Batch R467138, Volatiles Method SW8260, the %D for 1,2,4-Trichlorobenzene was below 20% in the daily ccv, however this meets the method criteria for 8260C with less than 10% of the compound f ailing 6 See Run Log and CCB Exceptions Report. 7 Batch 212015, Metals Method SW6020, sample HS24050666 -01 , PDS was performed on unrelated sample Items identified by the letter “R” must be included in the laboratory data package submitted in the TRRP-required report(s). Items identified by the letter “S” should be retained and made available upon request for the appropriate retention period. O = Organic Analyses; I = Inorganic Analyses (and general chemistry, when applicable); NA = Not Applicable; NR = Not Reviewed; R# = Exception Report identification number (an Exception Report should be completed for an item if “NR” or “No” is checked). 6 of 87 HG04_467253Run ID: FORM 13 - ANALYSIS RUN LOG SW7470AMethod: Instrument: Sample No.D/F Time Analytes HS24050907 Calhoun and 7th St. Phase II Braun Intertec WorkOrder: Project: Client: HG04 Start Date:End Date:21-May-2024 21-May-2024 FileID ICV 1 21-May-2024 12:53 HG ICB 1 21-May-2024 12:55 HG CRA 1 21-May-2024 12:56 HG CCV 1 1 21-May-2024 13:02 HG CCB 1 1 21-May-2024 13:03 HG MBLK-212204 1 21-May-2024 13:09 HG LCS-212204 1 21-May-2024 13:10 HG CCV 2 1 21-May-2024 13:29 HG CCB 2 1 21-May-2024 13:31 HG TMW-1 (1-2') 1 21-May-2024 13:33 HG TMW-1 (1-2')MS 1 21-May-2024 13:34 HG TMW-1 (1-2')MSD 1 21-May-2024 13:36 HG SB-2 (2-3') 1 21-May-2024 13:38 HG TMW-2 (1-2') 1 21-May-2024 13:39 HG SB-5 (2-3') 1 21-May-2024 13:41 HG CCV 3 1 21-May-2024 13:50 HG CCB 3 1 21-May-2024 13:51 HG CCV 4 1 21-May-2024 14:16 HG CCB 4 1 21-May-2024 14:18 HG CCV 5 1 21-May-2024 14:40 HG CCB 5 1 21-May-2024 14:42 HG CCV 6 1 21-May-2024 15:05 HG CCB 6 1 21-May-2024 15:06 HG 21-May-24Date: ALS Houston, US 7 of 87 ICPMS05_467003Run ID: FORM 13 - ANALYSIS RUN LOG SW6020AMethod: Instrument: Sample No.D/F Time Analytes HS24050907 Calhoun and 7th St. Phase II Braun Intertec WorkOrder: Project: Client: ICPMS05 Start Date:End Date:17-May-2024 18-May-2024 FileID ICV 1 17-May-2024 10:47 019_ICV.d AG AS BA CD CR PB SE LLICV2 1 17-May-2024 10:51 021LCV2.d AG AS BA CD CR PB SE LLICV5 1 17-May-2024 10:53 022LCV5.d AG AS BA CD CR PB SE ICB 1 17-May-2024 10:57 024_ICB.d AG AS BA CD CR PB SE ICSA 1 17-May-2024 11:00 025ICSA.d AG AS BA CD CR PB SE CCB 1 1 17-May-2024 11:02 026_ICB.d AG AS BA CD CR PB SE ICSAB 1 17-May-2024 11:04 027ICSB.d AG AS BA CD CR PB SE ICB 1 17-May-2024 11:11 030_ICB.d AG AS BA CD CR PB SE CCV 1 1 17-May-2024 11:28 034_CCV.d AG AS BA CD CR PB SE CCB 2 1 17-May-2024 11:30 035_CCB.d AG AS BA CD CR PB SE CCV 2 1 17-May-2024 11:53 046_CCV.d AG AS BA CD CR PB SE CCB 3 1 17-May-2024 11:55 047_CCB.d AG AS BA CD CR PB SE CCV 3 1 17-May-2024 12:24 058_CCV.d AG AS BA CD CR PB SE CCB 4 1 17-May-2024 12:26 059_CCB.d AG AS BA CD CR PB SE CCV 4 1 17-May-2024 12:49 070_CCV.d AG AS BA CD CR PB SE CCB 5 1 17-May-2024 12:51 071_CCB.d AG AS BA CD CR PB SE CCV 5 1 17-May-2024 13:14 082_CCV.d AG AS BA CD CR PB SE CCB 6 1 17-May-2024 13:16 083_CCB.d AG AS BA CD CR PB SE CCV 6 1 17-May-2024 13:39 094_CCV.d AG AS BA CD CR PB SE CCB 7 1 17-May-2024 13:41 095_CCB.d AG AS BA CD CR PB SE CCV 7 1 17-May-2024 14:04 106_CCV.d AG AS BA CD CR PB SE CCB 8 1 17-May-2024 14:06 107_CCB.d AG AS BA CD CR PB SE CCB 9 1 17-May-2024 14:19 108_CCB.d AG AS BA CD CR PB SE CCV 8 1 17-May-2024 14:42 119_CCV.d AG AS BA CD CR PB SE CCB 10 1 17-May-2024 14:44 120_CCB.d AG AS BA CD CR PB SE CCV 9 1 17-May-2024 15:18 131_CCV.d AG AS BA CD CR PB SE CCB 11 1 17-May-2024 15:20 132_CCB.d AG AS BA CD CR PB SE CCV 10 1 17-May-2024 15:43 143_CCV.d AG AS BA CD CR PB SE CCB 12 1 17-May-2024 15:45 144_CCB.d AG AS BA CD CR PB SE CCV 11 1 17-May-2024 19:25 149_CCV.d AG AS BA CD CR PB SE CCB 13 1 17-May-2024 19:27 150_CCB.d AG AS BA CD CR PB SE MBLK-212015 1 17-May-2024 19:29 151SMPL.d AG AS BA CD CR PB SE LCS-212015 1 17-May-2024 19:32 152SMPL.d AG AS BA CD CR PB SE ZZZZZZSD 5 17-May-2024 19:36 154SMPL.d AG AS BA CD CR PB SE ZZZZZZMS 1 17-May-2024 19:38 155SMPL.d AG AS BA CD CR PB SE ZZZZZZMSD 1 17-May-2024 19:40 156SMPL.d AG AS BA CD CR PB SE ZZZZZZPDS 1 17-May-2024 19:42 157SMPL.d AG AS BA CD CR PB SE CCV 12 1 17-May-2024 19:46 159_CCV.d AG AS BA CD CR PB SE CCB 14 1 17-May-2024 19:48 160_CCB.d AG AS BA CD CR PB SE TMW-1 (1-2') 1 17-May-2024 19:59 165SMPL.d AG AS BA CD CR PB SE SB-2 (2-3') 1 17-May-2024 20:01 166SMPL.d AG AS BA CD CR PB SE TMW-2 (1-2') 1 17-May-2024 20:03 167SMPL.d AG AS BA CD CR PB SE SB-5 (2-3') 1 17-May-2024 20:05 168SMPL.d AG AS BA CD CR PB SE CCV 13 1 17-May-2024 20:11 171_CCV.d AG AS BA CD CR PB SE CCB 15 1 17-May-2024 20:13 172_CCB.d AG AS BA CD CR PB SE CCV 14 1 17-May-2024 20:36 183_CCV.d AG AS BA CD CR PB SE CCB 16 1 17-May-2024 20:38 184_CCB.d AG AS BA CD CR PB SE CCV 15 1 17-May-2024 20:51 190_CCV.d AG AS BA CD CR PB SE CCB 17 1 17-May-2024 20:53 191_CCB.d AG AS BA CD CR PB SE ICCV 16 1 17-May-2024 22:36 224_ICV.d AG AS BA CD CR PB SE 21-May-24Date: ALS Houston, US 8 of 87 ICPMS05_467003Run ID: FORM 13 - ANALYSIS RUN LOG SW6020AMethod: Instrument: Sample No.D/F Time Analytes HS24050907 Calhoun and 7th St. Phase II Braun Intertec WorkOrder: Project: Client: ICPMS05 Start Date:End Date:17-May-2024 18-May-2024 FileID LLCCV5 1 17-May-2024 22:38 225LCV5.d AG AS BA CD CR PB SE LLCCV2 1 17-May-2024 22:41 226LCV2.d AG AS BA CD CR PB SE ICCB 18 1 17-May-2024 22:43 227_ICB.d AG AS BA CD CR PB SE CCV 17 1 17-May-2024 22:47 229_CCV.d AG AS BA CD CR PB SE CCB 19 1 17-May-2024 22:49 230_CCB.d AG AS BA CD CR PB SE CCV 18 1 17-May-2024 23:00 235_CCV.d AG AS BA CD CR PB SE CCB 20 1 17-May-2024 23:02 236_CCB.d AG AS BA CD CR PB SE CCV 19 1 17-May-2024 23:17 243_CCV.d AG AS BA CD CR PB SE CCB 21 1 17-May-2024 23:19 244_CCB.d AG AS BA CD CR PB SE CCV 20 1 17-May-2024 23:43 255_CCV.d AG AS BA CD CR PB SE CCB 22 1 17-May-2024 23:45 256_CCB.d AG AS BA CD CR PB SE CCV 21 1 18-May-2024 00:07 266_CCV.d AG AS BA CD CR PB SE CCB 23 1 18-May-2024 00:09 267_CCB.d AG AS BA CD CR PB SE ICSA 1 18-May-2024 00:11 268ICSA.d AG AS BA CD CR PB SE ICSAB 1 18-May-2024 00:14 269ICSB.d AG AS BA CD CR PB SE CCV 22 1 18-May-2024 00:22 273_CCV.d AG AS BA CD CR PB SE CCB 24 1 18-May-2024 00:25 274_CCB.d AG AS BA CD CR PB SE CCV 23 1 18-May-2024 00:40 281_CCV.d AG AS BA CD CR PB SE CCB 25 1 18-May-2024 00:43 282_CCB.d AG AS BA CD CR PB SE CCV 24 1 18-May-2024 01:08 293_CCV.d AG AS BA CD CR PB SE CCB 26 1 18-May-2024 01:10 294_CCB.d AG AS BA CD CR PB SE CCV 25 1 18-May-2024 01:35 305_CCV.d AG AS BA CD CR PB SE CCB 27 1 18-May-2024 01:38 306_CCB.d AG AS BA CD CR PB SE CCV 26 1 18-May-2024 01:43 308_CCV.d AG AS BA CD CR PB SE CCB 28 1 18-May-2024 01:45 309_CCB.d AG AS BA CD CR PB SE LLICV2 1 18-May-2024 01:50 311LCV2.d AG AS BA CD CR PB SE LLICV5 1 18-May-2024 01:52 312LCV5.d AG AS BA CD CR PB SE ICSA 1 18-May-2024 01:54 313ICSA.d AG AS BA CD CR PB SE ICSAB 1 18-May-2024 01:57 314ICSB.d AG AS BA CD CR PB SE 21-May-24Date: ALS Houston, US 9 of 87 HG04_467253Run ID: CCB EXCEPTIONS REPORT SW7470AMethod: Instrument: HS24050907 Calhoun and 7th St. Phase II Braun Intertec WorkOrder: Project: Client: HG04 Seq: 8020696ICB 121-May-2024 12:55 D/F:Date: Analyte Result MDL Report Limit Units: ug/L -0.035 0.03 0.2Mercury Seq: 8020702CCB 1 121-May-2024 13:03 D/F:Date: Analyte Result MDL Report Limit Units: ug/L -0.036 0.03 0.2Mercury Seq: 8021077CCB 2 121-May-2024 13:31 D/F:Date: Analyte Result MDL Report Limit Units: ug/L -0.033 0.03 0.2Mercury Seq: 8021089CCB 3 121-May-2024 13:51 D/F:Date: Analyte Result MDL Report Limit Units: ug/L -0.032 0.03 0.2Mercury Seq: 8021101CCB 4 121-May-2024 14:18 D/F:Date: Analyte Result MDL Report Limit Units: ug/L -0.036 0.03 0.2Mercury Seq: 8021112CCB 5 121-May-2024 14:42 D/F:Date: Analyte Result MDL Report Limit Units: ug/L -0.147 0.03 0.2Mercury Seq: 8021122CCB 6 121-May-2024 15:06 D/F:Date: Analyte Result MDL Report Limit Units: ug/L -0.156 0.03 0.2Mercury 21-May-24Date: ALS Houston, US 10 of 87 ICPMS05_467003Run ID: CCB EXCEPTIONS REPORT SW6020AMethod: Instrument: HS24050907 Calhoun and 7th St. Phase II Braun Intertec WorkOrder: Project: Client: ICPMS05 Seq: 8015402ICB 117-May-2024 10:57 D/F:Date: Analyte Result MDL Report Limit Units: ug/L -0.618 0.4 4Chromium Seq: 8015408ICB 117-May-2024 11:11 D/F:Date: Analyte Result MDL Report Limit Units: ug/L -0.694 0.4 4Chromium Seq: 8015636CCB 2 117-May-2024 11:30 D/F:Date: Analyte Result MDL Report Limit Units: ug/L -0.772 0.4 4Chromium Seq: 8015647CCB 3 117-May-2024 11:55 D/F:Date: Analyte Result MDL Report Limit Units: ug/L -0.789 0.4 4Chromium Seq: 8015678CCB 4 117-May-2024 12:26 D/F:Date: Analyte Result MDL Report Limit Units: ug/L -0.667 0.4 4Chromium Seq: 8015886CCB 5 117-May-2024 12:51 D/F:Date: Analyte Result MDL Report Limit Units: ug/L -0.63 0.4 4Chromium Seq: 8015909CCB 6 117-May-2024 13:16 D/F:Date: Analyte Result MDL Report Limit Units: ug/L -0.716 0.4 4Chromium Seq: 8015921CCB 7 117-May-2024 13:41 D/F:Date: Analyte Result MDL Report Limit Units: ug/L -0.752 0.4 4Chromium Seq: 8016046CCB 8 117-May-2024 14:06 D/F:Date: Analyte Result MDL Report Limit Units: ug/L -0.777 0.4 4Chromium Seq: 8016047CCB 9 117-May-2024 14:19 D/F:Date: Analyte Result MDL Report Limit Units: ug/L -0.81 0.4 4Chromium Seq: 8016316CCB 10 117-May-2024 14:44 D/F:Date: Analyte Result MDL Report Limit Units: ug/L -0.805 0.4 4Chromium Seq: 8016268CCB 11 117-May-2024 15:20 D/F:Date: Analyte Result MDL Report Limit Units: ug/L -0.826 0.4 4Chromium Seq: 8016280CCB 12 117-May-2024 15:45 D/F:Date: Analyte Result MDL Report Limit Units: ug/L -0.884 0.4 4Chromium Seq: 8017562CCB 13 117-May-2024 19:27 D/F:Date: Analyte Result MDL Report Limit Units: ug/L 21-May-24Date: ALS Houston, US 11 of 87 ICPMS05_467003Run ID: CCB EXCEPTIONS REPORT SW6020AMethod: Instrument: HS24050907 Calhoun and 7th St. Phase II Braun Intertec WorkOrder: Project: Client: ICPMS05 -0.847 0.4 4Chromium Seq: 8017572CCB 14 117-May-2024 19:48 D/F:Date: Analyte Result MDL Report Limit Units: ug/L -0.816 0.4 4Chromium Seq: 8017584CCB 15 117-May-2024 20:13 D/F:Date: Analyte Result MDL Report Limit Units: ug/L -0.668 0.4 4Chromium Seq: 8017596CCB 16 117-May-2024 20:38 D/F:Date: Analyte Result MDL Report Limit Units: ug/L -0.701 0.4 4Chromium Seq: 8017603CCB 17 117-May-2024 20:53 D/F:Date: Analyte Result MDL Report Limit Units: ug/L -0.72 0.4 4Chromium 21-May-24Date: ALS Houston, US 12 of 87 Client:Braun Intertec Work Order:HS24050907 Project:Calhoun and 7th St. Phase II SAMPLE SUMMARY Lab Samp ID Client Sample ID Collection DateMatrix TagNo Date Received Hold HS24050907-01 14-May-2024 09:27 15-May-2024 17:26TMW-1 (1-2')Soil HS24050907-02 14-May-2024 09:50 15-May-2024 17:26TMW-1 (6-7')Soil HS24050907-03 14-May-2024 09:45 15-May-2024 17:26TMW-1 (19-20')Soil HS24050907-04 14-May-2024 11:40 15-May-2024 17:26SB-1 (7-8')Soil HS24050907-05 14-May-2024 11:40 15-May-2024 17:26SB-1 (19-20')Soil HS24050907-06 14-May-2024 10:58 15-May-2024 17:26SB-2 (2-3')Soil HS24050907-07 14-May-2024 11:00 15-May-2024 17:26SB-2 (7-8')Soil HS24050907-08 14-May-2024 11:02 15-May-2024 17:26SB-2 (19-20')Soil HS24050907-09 14-May-2024 12:25 15-May-2024 17:26SB-3 (2-3')Soil HS24050907-10 14-May-2024 12:25 15-May-2024 17:26SB-3 (19-20')Soil HS24050907-11 14-May-2024 12:55 15-May-2024 17:26TMW-2 (1-2')Soil HS24050907-12 14-May-2024 13:05 15-May-2024 17:26TMW-2 (2-3')Soil HS24050907-13 14-May-2024 13:05 15-May-2024 17:26TMW-2 (19-20')Soil HS24050907-14 14-May-2024 14:25 15-May-2024 17:26SB-4 (9-10')Soil HS24050907-15 14-May-2024 14:25 15-May-2024 17:26SB-4 (19-20')Soil HS24050907-16 14-May-2024 15:05 15-May-2024 17:26SB-5 (2-3')Soil HS24050907-17 14-May-2024 15:15 15-May-2024 17:26SB-5 (5-6')Soil HS24050907-18 14-May-2024 15:15 15-May-2024 17:26SB-5 (19-20')Soil HS24050907-19 14-May-2024 16:00 15-May-2024 17:26SB-6 (6-7')Soil HS24050907-20 14-May-2024 16:00 15-May-2024 17:26SB-6 (19-20')Soil ALS Houston, US 21-May-24Date: 13 of 87 Client: Project: Sample ID: Braun Intertec Calhoun and 7th St. Phase II TMW-1 (1-2') WorkOrder: Lab ID: Collection Date: HS24050907 HS24050907-01 14-May-2024 09:27 Matrix:Soil ANALYTICAL REPORT ANALYSES RESULT MQL DILUTION FACTORUNITS DATE ANALYZEDQUAL SDL METALS BY SW6020A Method:SW6020A Analyst: MSCPrep:SW3050B / 17-May-2024 1mg/Kg-dry 17-May-2024 19:590.0804Arsenic 0.5744.82 1mg/Kg-dry 17-May-2024 19:590.0345Barium 0.57491.5 1mg/Kg-dry 17-May-2024 19:59J0.0310Cadmium 0.5740.0931 1mg/Kg-dry 17-May-2024 19:590.0264Chromium 0.57416.0 1mg/Kg-dry 17-May-2024 19:590.0149Lead 0.57410.7 1mg/Kg-dry 17-May-2024 19:590.105Selenium 0.5741.16 1mg/Kg-dry 17-May-2024 19:59J0.0172Silver 0.5740.0483 MERCURY BY SW7471B Method:SW7471B Analyst: JSPrep:SW7471B / 21-May-2024 1mg/Kg-dry 21-May-2024 13:330.000601Mercury 0.004250.0309 MOISTURE - ASTM D2216 Method:ASTM D2216 Analyst: MR 1wt%16-May-2024 12:240.0100Percent Moisture 0.010019.3 21-May-24Date: ALS Houston, US Note: See Qualifiers Page for a list of qualifiers and their explanation. 14 of 87 Client: Project: Sample ID: Braun Intertec Calhoun and 7th St. Phase II TMW-1 (6-7') WorkOrder: Lab ID: Collection Date: HS24050907 HS24050907-02 14-May-2024 09:50 Matrix:Soil ANALYTICAL REPORT ANALYSES RESULT MQL DILUTION FACTORUNITS DATE ANALYZEDQUAL SDL VOLATILES BY SW8260C Method:SW8260 Analyst: GS 1mg/Kg-dry 17-May-2024 18:520.000481,1,1-Trichloroethane 0.0048U 1mg/Kg-dry 17-May-2024 18:520.000761,1,2,2-Tetrachloroethane 0.0048U 1mg/Kg-dry 17-May-2024 18:520.000671,1,2-Trichlor-1,2,2-trifluoroethane 0.0048U 1mg/Kg-dry 17-May-2024 18:520.000481,1,2-Trichloroethane 0.0048U 1mg/Kg-dry 17-May-2024 18:520.000481,1-Dichloroethane 0.0048U 1mg/Kg-dry 17-May-2024 18:520.000481,1-Dichloroethene 0.0048U 1mg/Kg-dry 17-May-2024 18:520.000951,2,4-Trichlorobenzene 0.0048U 1mg/Kg-dry 17-May-2024 18:520.000951,2-Dibromo-3-chloropropane 0.0048U 1mg/Kg-dry 17-May-2024 18:520.000481,2-Dibromoethane 0.0048U 1mg/Kg-dry 17-May-2024 18:520.000951,2-Dichlorobenzene 0.0048U 1mg/Kg-dry 17-May-2024 18:520.000571,2-Dichloroethane 0.0048U 1mg/Kg-dry 17-May-2024 18:520.000761,2-Dichloropropane 0.0048U 1mg/Kg-dry 17-May-2024 18:520.000951,3-Dichlorobenzene 0.0048U 1mg/Kg-dry 17-May-2024 18:520.000951,4-Dichlorobenzene 0.0048U 1mg/Kg-dry 17-May-2024 18:520.00122-Butanone 0.0095U 1mg/Kg-dry 17-May-2024 18:520.00132-Hexanone 0.0095U 1mg/Kg-dry 17-May-2024 18:520.00194-Methyl-2-pentanone 0.0095U 1mg/Kg-dry 17-May-2024 18:520.0019Acetone 0.019U 1mg/Kg-dry 17-May-2024 18:520.00048Benzene 0.0048U 1mg/Kg-dry 17-May-2024 18:520.00048Bromodichloromethane 0.0048U 1mg/Kg-dry 17-May-2024 18:520.00057Bromoform 0.0048U 1mg/Kg-dry 17-May-2024 18:520.00095Bromomethane 0.0095U 1mg/Kg-dry 17-May-2024 18:520.00057Carbon disulfide 0.0095U 1mg/Kg-dry 17-May-2024 18:520.00057Carbon tetrachloride 0.0048U 1mg/Kg-dry 17-May-2024 18:520.00057Chlorobenzene 0.0048U 1mg/Kg-dry 17-May-2024 18:520.00076Chloroethane 0.0095U 1mg/Kg-dry 17-May-2024 18:520.00048Chloroform 0.0048U 1mg/Kg-dry 17-May-2024 18:520.00048Chloromethane 0.0095U 1mg/Kg-dry 17-May-2024 18:520.00076cis-1,2-Dichloroethene 0.0048U 1mg/Kg-dry 17-May-2024 18:520.00048cis-1,3-Dichloropropene 0.0048U 1mg/Kg-dry 17-May-2024 18:52n 0.00095Cyclohexane 0.0048U 1mg/Kg-dry 17-May-2024 18:520.00048Dibromochloromethane 0.0048U 1mg/Kg-dry 17-May-2024 18:520.00067Dichlorodifluoromethane 0.0048U 1mg/Kg-dry 17-May-2024 18:520.00067Ethylbenzene 0.0048U 1mg/Kg-dry 17-May-2024 18:520.00086Isopropylbenzene 0.0048U 1mg/Kg-dry 17-May-2024 18:520.0015m,p-Xylene 0.0095U 1mg/Kg-dry 17-May-2024 18:520.00067Methyl acetate 0.0048U 1mg/Kg-dry 17-May-2024 18:520.00048Methyl tert-butyl ether 0.0048U 1mg/Kg-dry 17-May-2024 18:520.00095Methylcyclohexane 0.0048U 21-May-24Date: ALS Houston, US Note: See Qualifiers Page for a list of qualifiers and their explanation. 15 of 87 Client: Project: Sample ID: Braun Intertec Calhoun and 7th St. Phase II TMW-1 (6-7') WorkOrder: Lab ID: Collection Date: HS24050907 HS24050907-02 14-May-2024 09:50 Matrix:Soil ANALYTICAL REPORT ANALYSES RESULT MQL DILUTION FACTORUNITS DATE ANALYZEDQUAL SDL VOLATILES BY SW8260C Method:SW8260 Analyst: GS 1mg/Kg-dry 17-May-2024 18:520.00095Methylene chloride 0.0095U 1mg/Kg-dry 17-May-2024 18:520.00095o-Xylene 0.0048U 1mg/Kg-dry 17-May-2024 18:520.00067Styrene 0.0048U 1mg/Kg-dry 17-May-2024 18:520.00067Tetrachloroethene 0.0048U 1mg/Kg-dry 17-May-2024 18:520.00057Toluene 0.0048U 1mg/Kg-dry 17-May-2024 18:520.00048trans-1,2-Dichloroethene 0.0048U 1mg/Kg-dry 17-May-2024 18:520.00057trans-1,3-Dichloropropene 0.0048U 1mg/Kg-dry 17-May-2024 18:520.00057Trichloroethene 0.0048U 1mg/Kg-dry 17-May-2024 18:520.00048Trichlorofluoromethane 0.0048U 1mg/Kg-dry 17-May-2024 18:520.00076Vinyl chloride 0.00095U 1mg/Kg-dry 17-May-2024 18:520.00095Xylenes, Total 0.014U Surr: 1,2-Dichloroethane-d4 1%REC 17-May-2024 18:5210870-126 Surr: 4-Bromofluorobenzene 1%REC 17-May-2024 18:5293.0 70-130 Surr: Dibromofluoromethane 1%REC 17-May-2024 18:5211270-130 Surr: Toluene-d8 1%REC 17-May-2024 18:5210770-130 TEXAS TPH BY TX1005 Method:TX1005 Analyst: DBPrep:TX1005PR / 17-May-2024 1mg/Kg-dry 17-May-2024 21:597.5nC6 to nC12 51U 1mg/Kg-dry 17-May-2024 21:599.9>nC12 to nC28 51U 1mg/Kg-dry 17-May-2024 21:599.9>nC28 to nC35 5155 1mg/Kg-dry 17-May-2024 21:597.5Total Petroleum Hydrocarbon 5155.0 Surr: 2-Fluorobiphenyl 1%REC 17-May-2024 21:5997.1 70-130 Surr: Trifluoromethyl benzene 1%REC 17-May-2024 21:5911470-130 MOISTURE - ASTM D2216 Method:ASTM D2216 Analyst: MR 1wt%16-May-2024 12:240.0100Percent Moisture 0.010015.9 21-May-24Date: ALS Houston, US Note: See Qualifiers Page for a list of qualifiers and their explanation. 16 of 87 Client: Project: Sample ID: Braun Intertec Calhoun and 7th St. Phase II TMW-1 (19-20') WorkOrder: Lab ID: Collection Date: HS24050907 HS24050907-03 14-May-2024 09:45 Matrix:Soil ANALYTICAL REPORT ANALYSES RESULT MQL DILUTION FACTORUNITS DATE ANALYZEDQUAL SDL VOLATILES BY SW8260C Method:SW8260 Analyst: GS 1mg/Kg-dry 17-May-2024 19:130.000561,1,1-Trichloroethane 0.0056U 1mg/Kg-dry 17-May-2024 19:130.000901,1,2,2-Tetrachloroethane 0.0056U 1mg/Kg-dry 17-May-2024 19:130.000791,1,2-Trichlor-1,2,2-trifluoroethane 0.0056U 1mg/Kg-dry 17-May-2024 19:130.000561,1,2-Trichloroethane 0.0056U 1mg/Kg-dry 17-May-2024 19:130.000561,1-Dichloroethane 0.0056U 1mg/Kg-dry 17-May-2024 19:130.000561,1-Dichloroethene 0.0056U 1mg/Kg-dry 17-May-2024 19:130.00111,2,4-Trichlorobenzene 0.0056U 1mg/Kg-dry 17-May-2024 19:130.00111,2-Dibromo-3-chloropropane 0.0056U 1mg/Kg-dry 17-May-2024 19:130.000561,2-Dibromoethane 0.0056U 1mg/Kg-dry 17-May-2024 19:130.00111,2-Dichlorobenzene 0.0056U 1mg/Kg-dry 17-May-2024 19:130.000671,2-Dichloroethane 0.0056U 1mg/Kg-dry 17-May-2024 19:130.000901,2-Dichloropropane 0.0056U 1mg/Kg-dry 17-May-2024 19:130.00111,3-Dichlorobenzene 0.0056U 1mg/Kg-dry 17-May-2024 19:130.00111,4-Dichlorobenzene 0.0056U 1mg/Kg-dry 17-May-2024 19:130.00152-Butanone 0.011U 1mg/Kg-dry 17-May-2024 19:130.00162-Hexanone 0.011U 1mg/Kg-dry 17-May-2024 19:130.00224-Methyl-2-pentanone 0.011U 1mg/Kg-dry 17-May-2024 19:130.0022Acetone 0.022U 1mg/Kg-dry 17-May-2024 19:130.00056Benzene 0.0056U 1mg/Kg-dry 17-May-2024 19:130.00056Bromodichloromethane 0.0056U 1mg/Kg-dry 17-May-2024 19:130.00067Bromoform 0.0056U 1mg/Kg-dry 17-May-2024 19:130.0011Bromomethane 0.011U 1mg/Kg-dry 17-May-2024 19:130.00067Carbon disulfide 0.011U 1mg/Kg-dry 17-May-2024 19:130.00067Carbon tetrachloride 0.0056U 1mg/Kg-dry 17-May-2024 19:130.00067Chlorobenzene 0.0056U 1mg/Kg-dry 17-May-2024 19:130.00090Chloroethane 0.011U 1mg/Kg-dry 17-May-2024 19:130.00056Chloroform 0.0056U 1mg/Kg-dry 17-May-2024 19:130.00056Chloromethane 0.011U 1mg/Kg-dry 17-May-2024 19:13J0.00090cis-1,2-Dichloroethene 0.00560.0046 1mg/Kg-dry 17-May-2024 19:130.00056cis-1,3-Dichloropropene 0.0056U 1mg/Kg-dry 17-May-2024 19:13n 0.0011Cyclohexane 0.0056U 1mg/Kg-dry 17-May-2024 19:130.00056Dibromochloromethane 0.0056U 1mg/Kg-dry 17-May-2024 19:130.00079Dichlorodifluoromethane 0.0056U 1mg/Kg-dry 17-May-2024 19:130.00079Ethylbenzene 0.0056U 1mg/Kg-dry 17-May-2024 19:130.0010Isopropylbenzene 0.0056U 1mg/Kg-dry 17-May-2024 19:130.0018m,p-Xylene 0.011U 1mg/Kg-dry 17-May-2024 19:130.00079Methyl acetate 0.0056U 1mg/Kg-dry 17-May-2024 19:130.00056Methyl tert-butyl ether 0.0056U 1mg/Kg-dry 17-May-2024 19:130.0011Methylcyclohexane 0.0056U 21-May-24Date: ALS Houston, US Note: See Qualifiers Page for a list of qualifiers and their explanation. 17 of 87 Client: Project: Sample ID: Braun Intertec Calhoun and 7th St. Phase II TMW-1 (19-20') WorkOrder: Lab ID: Collection Date: HS24050907 HS24050907-03 14-May-2024 09:45 Matrix:Soil ANALYTICAL REPORT ANALYSES RESULT MQL DILUTION FACTORUNITS DATE ANALYZEDQUAL SDL VOLATILES BY SW8260C Method:SW8260 Analyst: GS 1mg/Kg-dry 17-May-2024 19:130.0011Methylene chloride 0.011U 1mg/Kg-dry 17-May-2024 19:130.0011o-Xylene 0.0056U 1mg/Kg-dry 17-May-2024 19:130.00079Styrene 0.0056U 1mg/Kg-dry 17-May-2024 19:130.00079Tetrachloroethene 0.0056U 1mg/Kg-dry 17-May-2024 19:130.00067Toluene 0.0056U 1mg/Kg-dry 17-May-2024 19:130.00056trans-1,2-Dichloroethene 0.0056U 1mg/Kg-dry 17-May-2024 19:130.00067trans-1,3-Dichloropropene 0.0056U 1mg/Kg-dry 17-May-2024 19:130.00067Trichloroethene 0.0056U 1mg/Kg-dry 17-May-2024 19:130.00056Trichlorofluoromethane 0.0056U 1mg/Kg-dry 17-May-2024 19:130.00090Vinyl chloride 0.0011U 1mg/Kg-dry 17-May-2024 19:130.0011Xylenes, Total 0.017U Surr: 1,2-Dichloroethane-d4 1%REC 17-May-2024 19:1310270-126 Surr: 4-Bromofluorobenzene 1%REC 17-May-2024 19:1392.7 70-130 Surr: Dibromofluoromethane 1%REC 17-May-2024 19:1310770-130 Surr: Toluene-d8 1%REC 17-May-2024 19:1310770-130 TEXAS TPH BY TX1005 Method:TX1005 Analyst: DBPrep:TX1005PR / 17-May-2024 1mg/Kg-dry 17-May-2024 22:286.6nC6 to nC12 45U 1mg/Kg-dry 17-May-2024 22:288.7>nC12 to nC28 45U 1mg/Kg-dry 17-May-2024 22:288.7>nC28 to nC35 45U 1mg/Kg-dry 17-May-2024 22:286.6Total Petroleum Hydrocarbon 45U Surr: 2-Fluorobiphenyl 1%REC 17-May-2024 22:2810070-130 Surr: Trifluoromethyl benzene 1%REC 17-May-2024 22:2811570-130 MOISTURE - ASTM D2216 Method:ASTM D2216 Analyst: MR 1wt%16-May-2024 12:240.0100Percent Moisture 0.010015.3 21-May-24Date: ALS Houston, US Note: See Qualifiers Page for a list of qualifiers and their explanation. 18 of 87 Client: Project: Sample ID: Braun Intertec Calhoun and 7th St. Phase II SB-1 (7-8') WorkOrder: Lab ID: Collection Date: HS24050907 HS24050907-04 14-May-2024 11:40 Matrix:Soil ANALYTICAL REPORT ANALYSES RESULT MQL DILUTION FACTORUNITS DATE ANALYZEDQUAL SDL VOLATILES BY SW8260C Method:SW8260 Analyst: GS 1mg/Kg-dry 17-May-2024 19:350.000451,1,1-Trichloroethane 0.0045U 1mg/Kg-dry 17-May-2024 19:350.000721,1,2,2-Tetrachloroethane 0.0045U 1mg/Kg-dry 17-May-2024 19:350.000631,1,2-Trichlor-1,2,2-trifluoroethane 0.0045U 1mg/Kg-dry 17-May-2024 19:350.000451,1,2-Trichloroethane 0.0045U 1mg/Kg-dry 17-May-2024 19:350.000451,1-Dichloroethane 0.0045U 1mg/Kg-dry 17-May-2024 19:350.000451,1-Dichloroethene 0.0045U 1mg/Kg-dry 17-May-2024 19:350.000901,2,4-Trichlorobenzene 0.0045U 1mg/Kg-dry 17-May-2024 19:350.000901,2-Dibromo-3-chloropropane 0.0045U 1mg/Kg-dry 17-May-2024 19:350.000451,2-Dibromoethane 0.0045U 1mg/Kg-dry 17-May-2024 19:350.000901,2-Dichlorobenzene 0.0045U 1mg/Kg-dry 17-May-2024 19:350.000541,2-Dichloroethane 0.0045U 1mg/Kg-dry 17-May-2024 19:350.000721,2-Dichloropropane 0.0045U 1mg/Kg-dry 17-May-2024 19:350.000901,3-Dichlorobenzene 0.0045U 1mg/Kg-dry 17-May-2024 19:350.000901,4-Dichlorobenzene 0.0045U 1mg/Kg-dry 17-May-2024 19:350.00122-Butanone 0.0090U 1mg/Kg-dry 17-May-2024 19:350.00132-Hexanone 0.0090U 1mg/Kg-dry 17-May-2024 19:350.00184-Methyl-2-pentanone 0.0090U 1mg/Kg-dry 17-May-2024 19:350.0018Acetone 0.018U 1mg/Kg-dry 17-May-2024 19:350.00045Benzene 0.0045U 1mg/Kg-dry 17-May-2024 19:350.00045Bromodichloromethane 0.0045U 1mg/Kg-dry 17-May-2024 19:350.00054Bromoform 0.0045U 1mg/Kg-dry 17-May-2024 19:350.00090Bromomethane 0.0090U 1mg/Kg-dry 17-May-2024 19:350.00054Carbon disulfide 0.0090U 1mg/Kg-dry 17-May-2024 19:350.00054Carbon tetrachloride 0.0045U 1mg/Kg-dry 17-May-2024 19:350.00054Chlorobenzene 0.0045U 1mg/Kg-dry 17-May-2024 19:350.00072Chloroethane 0.0090U 1mg/Kg-dry 17-May-2024 19:350.00045Chloroform 0.0045U 1mg/Kg-dry 17-May-2024 19:350.00045Chloromethane 0.0090U 1mg/Kg-dry 17-May-2024 19:350.00072cis-1,2-Dichloroethene 0.0045U 1mg/Kg-dry 17-May-2024 19:350.00045cis-1,3-Dichloropropene 0.0045U 1mg/Kg-dry 17-May-2024 19:35n 0.00090Cyclohexane 0.0045U 1mg/Kg-dry 17-May-2024 19:350.00045Dibromochloromethane 0.0045U 1mg/Kg-dry 17-May-2024 19:350.00063Dichlorodifluoromethane 0.0045U 1mg/Kg-dry 17-May-2024 19:350.00063Ethylbenzene 0.0045U 1mg/Kg-dry 17-May-2024 19:350.00081Isopropylbenzene 0.0045U 1mg/Kg-dry 17-May-2024 19:350.0014m,p-Xylene 0.0090U 1mg/Kg-dry 17-May-2024 19:350.00063Methyl acetate 0.0045U 1mg/Kg-dry 17-May-2024 19:350.00045Methyl tert-butyl ether 0.0045U 1mg/Kg-dry 17-May-2024 19:350.00090Methylcyclohexane 0.0045U 21-May-24Date: ALS Houston, US Note: See Qualifiers Page for a list of qualifiers and their explanation. 19 of 87 Client: Project: Sample ID: Braun Intertec Calhoun and 7th St. Phase II SB-1 (7-8') WorkOrder: Lab ID: Collection Date: HS24050907 HS24050907-04 14-May-2024 11:40 Matrix:Soil ANALYTICAL REPORT ANALYSES RESULT MQL DILUTION FACTORUNITS DATE ANALYZEDQUAL SDL VOLATILES BY SW8260C Method:SW8260 Analyst: GS 1mg/Kg-dry 17-May-2024 19:350.00090Methylene chloride 0.0090U 1mg/Kg-dry 17-May-2024 19:350.00090o-Xylene 0.0045U 1mg/Kg-dry 17-May-2024 19:350.00063Styrene 0.0045U 1mg/Kg-dry 17-May-2024 19:350.00063Tetrachloroethene 0.0045U 1mg/Kg-dry 17-May-2024 19:350.00054Toluene 0.0045U 1mg/Kg-dry 17-May-2024 19:350.00045trans-1,2-Dichloroethene 0.0045U 1mg/Kg-dry 17-May-2024 19:350.00054trans-1,3-Dichloropropene 0.0045U 1mg/Kg-dry 17-May-2024 19:350.00054Trichloroethene 0.0045U 1mg/Kg-dry 17-May-2024 19:350.00045Trichlorofluoromethane 0.0045U 1mg/Kg-dry 17-May-2024 19:350.00072Vinyl chloride 0.00090U 1mg/Kg-dry 17-May-2024 19:350.00090Xylenes, Total 0.014U Surr: 1,2-Dichloroethane-d4 1%REC 17-May-2024 19:3511470-126 Surr: 4-Bromofluorobenzene 1%REC 17-May-2024 19:3595.4 70-130 Surr: Dibromofluoromethane 1%REC 17-May-2024 19:3511370-130 Surr: Toluene-d8 1%REC 17-May-2024 19:3510570-130 TEXAS TPH BY TX1005 Method:TX1005 Analyst: DBPrep:TX1005PR / 17-May-2024 1mg/Kg-dry 17-May-2024 22:597.9nC6 to nC12 53U 1mg/Kg-dry 17-May-2024 22:5910>nC12 to nC28 53U 1mg/Kg-dry 17-May-2024 22:5910>nC28 to nC35 53U 1mg/Kg-dry 17-May-2024 22:597.9Total Petroleum Hydrocarbon 53U Surr: 2-Fluorobiphenyl 1%REC 17-May-2024 22:5982.7 70-130 Surr: Trifluoromethyl benzene 1%REC 17-May-2024 22:5996.7 70-130 MOISTURE - ASTM D2216 Method:ASTM D2216 Analyst: MR 1wt%16-May-2024 12:510.0100Percent Moisture 0.010013.4 21-May-24Date: ALS Houston, US Note: See Qualifiers Page for a list of qualifiers and their explanation. 20 of 87 Client: Project: Sample ID: Braun Intertec Calhoun and 7th St. Phase II SB-1 (19-20') WorkOrder: Lab ID: Collection Date: HS24050907 HS24050907-05 14-May-2024 11:40 Matrix:Soil ANALYTICAL REPORT ANALYSES RESULT MQL DILUTION FACTORUNITS DATE ANALYZEDQUAL SDL VOLATILES BY SW8260C Method:SW8260 Analyst: GS 1mg/Kg-dry 17-May-2024 19:570.000451,1,1-Trichloroethane 0.0045U 1mg/Kg-dry 17-May-2024 19:570.000721,1,2,2-Tetrachloroethane 0.0045U 1mg/Kg-dry 17-May-2024 19:570.000631,1,2-Trichlor-1,2,2-trifluoroethane 0.0045U 1mg/Kg-dry 17-May-2024 19:570.000451,1,2-Trichloroethane 0.0045U 1mg/Kg-dry 17-May-2024 19:570.000451,1-Dichloroethane 0.0045U 1mg/Kg-dry 17-May-2024 19:570.000451,1-Dichloroethene 0.0045U 1mg/Kg-dry 17-May-2024 19:570.000891,2,4-Trichlorobenzene 0.0045U 1mg/Kg-dry 17-May-2024 19:570.000891,2-Dibromo-3-chloropropane 0.0045U 1mg/Kg-dry 17-May-2024 19:570.000451,2-Dibromoethane 0.0045U 1mg/Kg-dry 17-May-2024 19:570.000891,2-Dichlorobenzene 0.0045U 1mg/Kg-dry 17-May-2024 19:570.000541,2-Dichloroethane 0.0045U 1mg/Kg-dry 17-May-2024 19:570.000721,2-Dichloropropane 0.0045U 1mg/Kg-dry 17-May-2024 19:570.000891,3-Dichlorobenzene 0.0045U 1mg/Kg-dry 17-May-2024 19:570.000891,4-Dichlorobenzene 0.0045U 1mg/Kg-dry 17-May-2024 19:570.00122-Butanone 0.0089U 1mg/Kg-dry 17-May-2024 19:570.00132-Hexanone 0.0089U 1mg/Kg-dry 17-May-2024 19:570.00184-Methyl-2-pentanone 0.0089U 1mg/Kg-dry 17-May-2024 19:570.0018Acetone 0.018U 1mg/Kg-dry 17-May-2024 19:570.00045Benzene 0.0045U 1mg/Kg-dry 17-May-2024 19:570.00045Bromodichloromethane 0.0045U 1mg/Kg-dry 17-May-2024 19:570.00054Bromoform 0.0045U 1mg/Kg-dry 17-May-2024 19:570.00089Bromomethane 0.0089U 1mg/Kg-dry 17-May-2024 19:570.00054Carbon disulfide 0.0089U 1mg/Kg-dry 17-May-2024 19:570.00054Carbon tetrachloride 0.0045U 1mg/Kg-dry 17-May-2024 19:570.00054Chlorobenzene 0.0045U 1mg/Kg-dry 17-May-2024 19:570.00072Chloroethane 0.0089U 1mg/Kg-dry 17-May-2024 19:570.00045Chloroform 0.0045U 1mg/Kg-dry 17-May-2024 19:570.00045Chloromethane 0.0089U 1mg/Kg-dry 17-May-2024 19:57J0.00072cis-1,2-Dichloroethene 0.00450.0025 1mg/Kg-dry 17-May-2024 19:570.00045cis-1,3-Dichloropropene 0.0045U 1mg/Kg-dry 17-May-2024 19:57n 0.00089Cyclohexane 0.0045U 1mg/Kg-dry 17-May-2024 19:570.00045Dibromochloromethane 0.0045U 1mg/Kg-dry 17-May-2024 19:570.00063Dichlorodifluoromethane 0.0045U 1mg/Kg-dry 17-May-2024 19:570.00063Ethylbenzene 0.0045U 1mg/Kg-dry 17-May-2024 19:570.00081Isopropylbenzene 0.0045U 1mg/Kg-dry 17-May-2024 19:570.0014m,p-Xylene 0.0089U 1mg/Kg-dry 17-May-2024 19:570.00063Methyl acetate 0.0045U 1mg/Kg-dry 17-May-2024 19:570.00045Methyl tert-butyl ether 0.0045U 1mg/Kg-dry 17-May-2024 19:570.00089Methylcyclohexane 0.0045U 21-May-24Date: ALS Houston, US Note: See Qualifiers Page for a list of qualifiers and their explanation. 21 of 87 Client: Project: Sample ID: Braun Intertec Calhoun and 7th St. Phase II SB-1 (19-20') WorkOrder: Lab ID: Collection Date: HS24050907 HS24050907-05 14-May-2024 11:40 Matrix:Soil ANALYTICAL REPORT ANALYSES RESULT MQL DILUTION FACTORUNITS DATE ANALYZEDQUAL SDL VOLATILES BY SW8260C Method:SW8260 Analyst: GS 1mg/Kg-dry 17-May-2024 19:570.00089Methylene chloride 0.0089U 1mg/Kg-dry 17-May-2024 19:570.00089o-Xylene 0.0045U 1mg/Kg-dry 17-May-2024 19:570.00063Styrene 0.0045U 1mg/Kg-dry 17-May-2024 19:570.00063Tetrachloroethene 0.0045U 1mg/Kg-dry 17-May-2024 19:570.00054Toluene 0.0045U 1mg/Kg-dry 17-May-2024 19:570.00045trans-1,2-Dichloroethene 0.0045U 1mg/Kg-dry 17-May-2024 19:570.00054trans-1,3-Dichloropropene 0.0045U 1mg/Kg-dry 17-May-2024 19:570.00054Trichloroethene 0.0045U 1mg/Kg-dry 17-May-2024 19:570.00045Trichlorofluoromethane 0.0045U 1mg/Kg-dry 17-May-2024 19:570.00072Vinyl chloride 0.00089U 1mg/Kg-dry 17-May-2024 19:570.00089Xylenes, Total 0.013U Surr: 1,2-Dichloroethane-d4 1%REC 17-May-2024 19:5710870-126 Surr: 4-Bromofluorobenzene 1%REC 17-May-2024 19:5793.6 70-130 Surr: Dibromofluoromethane 1%REC 17-May-2024 19:5710470-130 Surr: Toluene-d8 1%REC 17-May-2024 19:5710870-130 TEXAS TPH BY TX1005 Method:TX1005 Analyst: DBPrep:TX1005PR / 17-May-2024 1mg/Kg-dry 17-May-2024 23:287.2nC6 to nC12 48U 1mg/Kg-dry 17-May-2024 23:289.4>nC12 to nC28 48U 1mg/Kg-dry 17-May-2024 23:289.4>nC28 to nC35 48U 1mg/Kg-dry 17-May-2024 23:287.2Total Petroleum Hydrocarbon 48U Surr: 2-Fluorobiphenyl 1%REC 17-May-2024 23:2898.2 70-130 Surr: Trifluoromethyl benzene 1%REC 17-May-2024 23:2811470-130 MOISTURE - ASTM D2216 Method:ASTM D2216 Analyst: MR 1wt%16-May-2024 12:510.0100Percent Moisture 0.010016.2 21-May-24Date: ALS Houston, US Note: See Qualifiers Page for a list of qualifiers and their explanation. 22 of 87 Client: Project: Sample ID: Braun Intertec Calhoun and 7th St. Phase II SB-2 (2-3') WorkOrder: Lab ID: Collection Date: HS24050907 HS24050907-06 14-May-2024 10:58 Matrix:Soil ANALYTICAL REPORT ANALYSES RESULT MQL DILUTION FACTORUNITS DATE ANALYZEDQUAL SDL METALS BY SW6020A Method:SW6020A Analyst: MSCPrep:SW3050B / 17-May-2024 1mg/Kg-dry 17-May-2024 20:010.0777Arsenic 0.5553.42 1mg/Kg-dry 17-May-2024 20:010.0333Barium 0.55590.1 1mg/Kg-dry 17-May-2024 20:01J0.0300Cadmium 0.5550.0764 1mg/Kg-dry 17-May-2024 20:010.0255Chromium 0.55513.8 1mg/Kg-dry 17-May-2024 20:010.0144Lead 0.55513.0 1mg/Kg-dry 17-May-2024 20:010.101Selenium 0.5551.07 1mg/Kg-dry 17-May-2024 20:01J0.0167Silver 0.5550.0372 MERCURY BY SW7471B Method:SW7471B Analyst: JSPrep:SW7471B / 21-May-2024 1mg/Kg-dry 21-May-2024 13:38J0.000597Mercury 0.004230.00330 MOISTURE - ASTM D2216 Method:ASTM D2216 Analyst: MR 1wt%16-May-2024 12:510.0100Percent Moisture 0.010016.6 21-May-24Date: ALS Houston, US Note: See Qualifiers Page for a list of qualifiers and their explanation. 23 of 87 Client: Project: Sample ID: Braun Intertec Calhoun and 7th St. Phase II SB-2 (7-8') WorkOrder: Lab ID: Collection Date: HS24050907 HS24050907-07 14-May-2024 11:00 Matrix:Soil ANALYTICAL REPORT ANALYSES RESULT MQL DILUTION FACTORUNITS DATE ANALYZEDQUAL SDL VOLATILES BY SW8260C Method:SW8260 Analyst: GS 1mg/Kg-dry 17-May-2024 20:180.000501,1,1-Trichloroethane 0.0050U 1mg/Kg-dry 17-May-2024 20:180.000801,1,2,2-Tetrachloroethane 0.0050U 1mg/Kg-dry 17-May-2024 20:180.000701,1,2-Trichlor-1,2,2-trifluoroethane 0.0050U 1mg/Kg-dry 17-May-2024 20:180.000501,1,2-Trichloroethane 0.0050U 1mg/Kg-dry 17-May-2024 20:180.000501,1-Dichloroethane 0.0050U 1mg/Kg-dry 17-May-2024 20:180.000501,1-Dichloroethene 0.0050U 1mg/Kg-dry 17-May-2024 20:180.000991,2,4-Trichlorobenzene 0.0050U 1mg/Kg-dry 17-May-2024 20:180.000991,2-Dibromo-3-chloropropane 0.0050U 1mg/Kg-dry 17-May-2024 20:180.000501,2-Dibromoethane 0.0050U 1mg/Kg-dry 17-May-2024 20:180.000991,2-Dichlorobenzene 0.0050U 1mg/Kg-dry 17-May-2024 20:180.000601,2-Dichloroethane 0.0050U 1mg/Kg-dry 17-May-2024 20:180.000801,2-Dichloropropane 0.0050U 1mg/Kg-dry 17-May-2024 20:180.000991,3-Dichlorobenzene 0.0050U 1mg/Kg-dry 17-May-2024 20:180.000991,4-Dichlorobenzene 0.0050U 1mg/Kg-dry 17-May-2024 20:180.00132-Butanone 0.0099U 1mg/Kg-dry 17-May-2024 20:180.00142-Hexanone 0.0099U 1mg/Kg-dry 17-May-2024 20:180.00204-Methyl-2-pentanone 0.0099U 1mg/Kg-dry 17-May-2024 20:180.0020Acetone 0.020U 1mg/Kg-dry 17-May-2024 20:180.00050Benzene 0.0050U 1mg/Kg-dry 17-May-2024 20:180.00050Bromodichloromethane 0.0050U 1mg/Kg-dry 17-May-2024 20:180.00060Bromoform 0.0050U 1mg/Kg-dry 17-May-2024 20:180.00099Bromomethane 0.0099U 1mg/Kg-dry 17-May-2024 20:18J0.00060Carbon disulfide 0.00990.0021 1mg/Kg-dry 17-May-2024 20:180.00060Carbon tetrachloride 0.0050U 1mg/Kg-dry 17-May-2024 20:180.00060Chlorobenzene 0.0050U 1mg/Kg-dry 17-May-2024 20:180.00080Chloroethane 0.0099U 1mg/Kg-dry 17-May-2024 20:180.00050Chloroform 0.0050U 1mg/Kg-dry 17-May-2024 20:180.00050Chloromethane 0.0099U 1mg/Kg-dry 17-May-2024 20:180.00080cis-1,2-Dichloroethene 0.0050U 1mg/Kg-dry 17-May-2024 20:180.00050cis-1,3-Dichloropropene 0.0050U 1mg/Kg-dry 17-May-2024 20:18n 0.00099Cyclohexane 0.0050U 1mg/Kg-dry 17-May-2024 20:180.00050Dibromochloromethane 0.0050U 1mg/Kg-dry 17-May-2024 20:180.00070Dichlorodifluoromethane 0.0050U 1mg/Kg-dry 17-May-2024 20:180.00070Ethylbenzene 0.0050U 1mg/Kg-dry 17-May-2024 20:180.00089Isopropylbenzene 0.0050U 1mg/Kg-dry 17-May-2024 20:180.0016m,p-Xylene 0.0099U 1mg/Kg-dry 17-May-2024 20:180.00070Methyl acetate 0.0050U 1mg/Kg-dry 17-May-2024 20:180.00050Methyl tert-butyl ether 0.0050U 1mg/Kg-dry 17-May-2024 20:180.00099Methylcyclohexane 0.0050U 21-May-24Date: ALS Houston, US Note: See Qualifiers Page for a list of qualifiers and their explanation. 24 of 87 Client: Project: Sample ID: Braun Intertec Calhoun and 7th St. Phase II SB-2 (7-8') WorkOrder: Lab ID: Collection Date: HS24050907 HS24050907-07 14-May-2024 11:00 Matrix:Soil ANALYTICAL REPORT ANALYSES RESULT MQL DILUTION FACTORUNITS DATE ANALYZEDQUAL SDL VOLATILES BY SW8260C Method:SW8260 Analyst: GS 1mg/Kg-dry 17-May-2024 20:180.00099Methylene chloride 0.0099U 1mg/Kg-dry 17-May-2024 20:180.00099o-Xylene 0.0050U 1mg/Kg-dry 17-May-2024 20:180.00070Styrene 0.0050U 1mg/Kg-dry 17-May-2024 20:180.00070Tetrachloroethene 0.0050U 1mg/Kg-dry 17-May-2024 20:180.00060Toluene 0.0050U 1mg/Kg-dry 17-May-2024 20:180.00050trans-1,2-Dichloroethene 0.0050U 1mg/Kg-dry 17-May-2024 20:180.00060trans-1,3-Dichloropropene 0.0050U 1mg/Kg-dry 17-May-2024 20:180.00060Trichloroethene 0.0050U 1mg/Kg-dry 17-May-2024 20:180.00050Trichlorofluoromethane 0.0050U 1mg/Kg-dry 17-May-2024 20:180.00080Vinyl chloride 0.00099U 1mg/Kg-dry 17-May-2024 20:180.00099Xylenes, Total 0.015U Surr: 1,2-Dichloroethane-d4 1%REC 17-May-2024 20:1811370-126 Surr: 4-Bromofluorobenzene 1%REC 17-May-2024 20:1894.3 70-130 Surr: Dibromofluoromethane 1%REC 17-May-2024 20:1811170-130 Surr: Toluene-d8 1%REC 17-May-2024 20:1810470-130 TEXAS TPH BY TX1005 Method:TX1005 Analyst: DBPrep:TX1005PR / 17-May-2024 1mg/Kg-dry 17-May-2024 23:576.3nC6 to nC12 43U 1mg/Kg-dry 17-May-2024 23:578.3>nC12 to nC28 43U 1mg/Kg-dry 17-May-2024 23:578.3>nC28 to nC35 43U 1mg/Kg-dry 17-May-2024 23:576.3Total Petroleum Hydrocarbon 43U Surr: 2-Fluorobiphenyl 1%REC 17-May-2024 23:5794.1 70-130 Surr: Trifluoromethyl benzene 1%REC 17-May-2024 23:5711070-130 MOISTURE - ASTM D2216 Method:ASTM D2216 Analyst: MR 1wt%16-May-2024 12:510.0100Percent Moisture 0.010012.5 21-May-24Date: ALS Houston, US Note: See Qualifiers Page for a list of qualifiers and their explanation. 25 of 87 Client: Project: Sample ID: Braun Intertec Calhoun and 7th St. Phase II SB-2 (19-20') WorkOrder: Lab ID: Collection Date: HS24050907 HS24050907-08 14-May-2024 11:02 Matrix:Soil ANALYTICAL REPORT ANALYSES RESULT MQL DILUTION FACTORUNITS DATE ANALYZEDQUAL SDL VOLATILES BY SW8260C Method:SW8260 Analyst: GS 1mg/Kg-dry 17-May-2024 20:400.000491,1,1-Trichloroethane 0.0049U 1mg/Kg-dry 17-May-2024 20:400.000791,1,2,2-Tetrachloroethane 0.0049U 1mg/Kg-dry 17-May-2024 20:400.000691,1,2-Trichlor-1,2,2-trifluoroethane 0.0049U 1mg/Kg-dry 17-May-2024 20:400.000491,1,2-Trichloroethane 0.0049U 1mg/Kg-dry 17-May-2024 20:400.000491,1-Dichloroethane 0.0049U 1mg/Kg-dry 17-May-2024 20:400.000491,1-Dichloroethene 0.0049U 1mg/Kg-dry 17-May-2024 20:400.000981,2,4-Trichlorobenzene 0.0049U 1mg/Kg-dry 17-May-2024 20:400.000981,2-Dibromo-3-chloropropane 0.0049U 1mg/Kg-dry 17-May-2024 20:400.000491,2-Dibromoethane 0.0049U 1mg/Kg-dry 17-May-2024 20:400.000981,2-Dichlorobenzene 0.0049U 1mg/Kg-dry 17-May-2024 20:400.000591,2-Dichloroethane 0.0049U 1mg/Kg-dry 17-May-2024 20:400.000791,2-Dichloropropane 0.0049U 1mg/Kg-dry 17-May-2024 20:400.000981,3-Dichlorobenzene 0.0049U 1mg/Kg-dry 17-May-2024 20:400.000981,4-Dichlorobenzene 0.0049U 1mg/Kg-dry 17-May-2024 20:400.00132-Butanone 0.0098U 1mg/Kg-dry 17-May-2024 20:400.00142-Hexanone 0.0098U 1mg/Kg-dry 17-May-2024 20:400.00204-Methyl-2-pentanone 0.0098U 1mg/Kg-dry 17-May-2024 20:400.0020Acetone 0.020U 1mg/Kg-dry 17-May-2024 20:400.00049Benzene 0.0049U 1mg/Kg-dry 17-May-2024 20:400.00049Bromodichloromethane 0.0049U 1mg/Kg-dry 17-May-2024 20:400.00059Bromoform 0.0049U 1mg/Kg-dry 17-May-2024 20:400.00098Bromomethane 0.0098U 1mg/Kg-dry 17-May-2024 20:400.00059Carbon disulfide 0.0098U 1mg/Kg-dry 17-May-2024 20:400.00059Carbon tetrachloride 0.0049U 1mg/Kg-dry 17-May-2024 20:400.00059Chlorobenzene 0.0049U 1mg/Kg-dry 17-May-2024 20:400.00079Chloroethane 0.0098U 1mg/Kg-dry 17-May-2024 20:400.00049Chloroform 0.0049U 1mg/Kg-dry 17-May-2024 20:400.00049Chloromethane 0.0098U 1mg/Kg-dry 17-May-2024 20:400.00079cis-1,2-Dichloroethene 0.00490.0052 1mg/Kg-dry 17-May-2024 20:400.00049cis-1,3-Dichloropropene 0.0049U 1mg/Kg-dry 17-May-2024 20:40n 0.00098Cyclohexane 0.0049U 1mg/Kg-dry 17-May-2024 20:400.00049Dibromochloromethane 0.0049U 1mg/Kg-dry 17-May-2024 20:400.00069Dichlorodifluoromethane 0.0049U 1mg/Kg-dry 17-May-2024 20:400.00069Ethylbenzene 0.0049U 1mg/Kg-dry 17-May-2024 20:400.00089Isopropylbenzene 0.0049U 1mg/Kg-dry 17-May-2024 20:400.0016m,p-Xylene 0.0098U 1mg/Kg-dry 17-May-2024 20:400.00069Methyl acetate 0.0049U 1mg/Kg-dry 17-May-2024 20:400.00049Methyl tert-butyl ether 0.0049U 1mg/Kg-dry 17-May-2024 20:400.00098Methylcyclohexane 0.0049U 21-May-24Date: ALS Houston, US Note: See Qualifiers Page for a list of qualifiers and their explanation. 26 of 87 Client: Project: Sample ID: Braun Intertec Calhoun and 7th St. Phase II SB-2 (19-20') WorkOrder: Lab ID: Collection Date: HS24050907 HS24050907-08 14-May-2024 11:02 Matrix:Soil ANALYTICAL REPORT ANALYSES RESULT MQL DILUTION FACTORUNITS DATE ANALYZEDQUAL SDL VOLATILES BY SW8260C Method:SW8260 Analyst: GS 1mg/Kg-dry 17-May-2024 20:400.00098Methylene chloride 0.0098U 1mg/Kg-dry 17-May-2024 20:400.00098o-Xylene 0.0049U 1mg/Kg-dry 17-May-2024 20:400.00069Styrene 0.0049U 1mg/Kg-dry 17-May-2024 20:400.00069Tetrachloroethene 0.0049U 1mg/Kg-dry 17-May-2024 20:400.00059Toluene 0.0049U 1mg/Kg-dry 17-May-2024 20:400.00049trans-1,2-Dichloroethene 0.0049U 1mg/Kg-dry 17-May-2024 20:400.00059trans-1,3-Dichloropropene 0.0049U 1mg/Kg-dry 17-May-2024 20:40J0.00059Trichloroethene 0.00490.00063 1mg/Kg-dry 17-May-2024 20:400.00049Trichlorofluoromethane 0.0049U 1mg/Kg-dry 17-May-2024 20:400.00079Vinyl chloride 0.00098U 1mg/Kg-dry 17-May-2024 20:400.00098Xylenes, Total 0.015U Surr: 1,2-Dichloroethane-d4 1%REC 17-May-2024 20:4010370-126 Surr: 4-Bromofluorobenzene 1%REC 17-May-2024 20:4094.2 70-130 Surr: Dibromofluoromethane 1%REC 17-May-2024 20:4010670-130 Surr: Toluene-d8 1%REC 17-May-2024 20:4010770-130 TEXAS TPH BY TX1005 Method:TX1005 Analyst: DBPrep:TX1005PR / 17-May-2024 1mg/Kg-dry 18-May-2024 00:2611nC6 to nC12 72U 1mg/Kg-dry 18-May-2024 00:2614>nC12 to nC28 72U 1mg/Kg-dry 18-May-2024 00:2614>nC28 to nC35 72U 1mg/Kg-dry 18-May-2024 00:2611Total Petroleum Hydrocarbon 72U Surr: 2-Fluorobiphenyl 1%REC 18-May-2024 00:2696.2 70-130 Surr: Trifluoromethyl benzene 1%REC 18-May-2024 00:2611270-130 MOISTURE - ASTM D2216 Method:ASTM D2216 Analyst: MR 1wt%16-May-2024 12:510.0100Percent Moisture 0.010019.7 21-May-24Date: ALS Houston, US Note: See Qualifiers Page for a list of qualifiers and their explanation. 27 of 87 Client: Project: Sample ID: Braun Intertec Calhoun and 7th St. Phase II SB-3 (2-3') WorkOrder: Lab ID: Collection Date: HS24050907 HS24050907-09 14-May-2024 12:25 Matrix:Soil ANALYTICAL REPORT ANALYSES RESULT MQL DILUTION FACTORUNITS DATE ANALYZEDQUAL SDL VOLATILES BY SW8260C Method:SW8260 Analyst: GS 1mg/Kg-dry 17-May-2024 22:280.000421,1,1-Trichloroethane 0.0042U 1mg/Kg-dry 17-May-2024 22:280.000671,1,2,2-Tetrachloroethane 0.0042U 1mg/Kg-dry 17-May-2024 22:280.000591,1,2-Trichlor-1,2,2-trifluoroethane 0.0042U 1mg/Kg-dry 17-May-2024 22:280.000421,1,2-Trichloroethane 0.0042U 1mg/Kg-dry 17-May-2024 22:280.000421,1-Dichloroethane 0.0042U 1mg/Kg-dry 17-May-2024 22:280.000421,1-Dichloroethene 0.0042U 1mg/Kg-dry 17-May-2024 22:280.000841,2,4-Trichlorobenzene 0.0042U 1mg/Kg-dry 17-May-2024 22:280.000841,2-Dibromo-3-chloropropane 0.0042U 1mg/Kg-dry 17-May-2024 22:280.000421,2-Dibromoethane 0.0042U 1mg/Kg-dry 17-May-2024 22:280.000841,2-Dichlorobenzene 0.0042U 1mg/Kg-dry 17-May-2024 22:280.000501,2-Dichloroethane 0.0042U 1mg/Kg-dry 17-May-2024 22:280.000671,2-Dichloropropane 0.0042U 1mg/Kg-dry 17-May-2024 22:280.000841,3-Dichlorobenzene 0.0042U 1mg/Kg-dry 17-May-2024 22:280.000841,4-Dichlorobenzene 0.0042U 1mg/Kg-dry 17-May-2024 22:280.00112-Butanone 0.00840.020 1mg/Kg-dry 17-May-2024 22:280.00122-Hexanone 0.0084U 1mg/Kg-dry 17-May-2024 22:280.00174-Methyl-2-pentanone 0.0084U 1mg/Kg-dry 17-May-2024 22:280.0017Acetone 0.0170.087 1mg/Kg-dry 17-May-2024 22:280.00042Benzene 0.0042U 1mg/Kg-dry 17-May-2024 22:280.00042Bromodichloromethane 0.0042U 1mg/Kg-dry 17-May-2024 22:280.00050Bromoform 0.0042U 1mg/Kg-dry 17-May-2024 22:280.00084Bromomethane 0.0084U 1mg/Kg-dry 17-May-2024 22:280.00050Carbon disulfide 0.0084U 1mg/Kg-dry 17-May-2024 22:280.00050Carbon tetrachloride 0.0042U 1mg/Kg-dry 17-May-2024 22:280.00050Chlorobenzene 0.0042U 1mg/Kg-dry 17-May-2024 22:280.00067Chloroethane 0.0084U 1mg/Kg-dry 17-May-2024 22:280.00042Chloroform 0.0042U 1mg/Kg-dry 17-May-2024 22:280.00042Chloromethane 0.0084U 1mg/Kg-dry 17-May-2024 22:280.00067cis-1,2-Dichloroethene 0.0042U 1mg/Kg-dry 17-May-2024 22:280.00042cis-1,3-Dichloropropene 0.0042U 1mg/Kg-dry 17-May-2024 22:28n 0.00084Cyclohexane 0.0042U 1mg/Kg-dry 17-May-2024 22:280.00042Dibromochloromethane 0.0042U 1mg/Kg-dry 17-May-2024 22:280.00059Dichlorodifluoromethane 0.0042U 1mg/Kg-dry 17-May-2024 22:28J0.00059Ethylbenzene 0.00420.0015 1mg/Kg-dry 17-May-2024 22:280.00075Isopropylbenzene 0.0042U 1mg/Kg-dry 17-May-2024 22:28J0.0013m,p-Xylene 0.00840.0017 1mg/Kg-dry 17-May-2024 22:280.00059Methyl acetate 0.0042U 1mg/Kg-dry 17-May-2024 22:280.00042Methyl tert-butyl ether 0.0042U 1mg/Kg-dry 17-May-2024 22:28J0.00084Methylcyclohexane 0.00420.0011 21-May-24Date: ALS Houston, US Note: See Qualifiers Page for a list of qualifiers and their explanation. 28 of 87 Client: Project: Sample ID: Braun Intertec Calhoun and 7th St. Phase II SB-3 (2-3') WorkOrder: Lab ID: Collection Date: HS24050907 HS24050907-09 14-May-2024 12:25 Matrix:Soil ANALYTICAL REPORT ANALYSES RESULT MQL DILUTION FACTORUNITS DATE ANALYZEDQUAL SDL VOLATILES BY SW8260C Method:SW8260 Analyst: GS 1mg/Kg-dry 17-May-2024 22:280.00084Methylene chloride 0.0084U 1mg/Kg-dry 17-May-2024 22:28J0.00084o-Xylene 0.00420.00096 1mg/Kg-dry 17-May-2024 22:280.00059Styrene 0.0042U 1mg/Kg-dry 17-May-2024 22:280.00059Tetrachloroethene 0.0042U 1mg/Kg-dry 17-May-2024 22:280.00050Toluene 0.0042U 1mg/Kg-dry 17-May-2024 22:280.00042trans-1,2-Dichloroethene 0.0042U 1mg/Kg-dry 17-May-2024 22:280.00050trans-1,3-Dichloropropene 0.0042U 1mg/Kg-dry 17-May-2024 22:280.00050Trichloroethene 0.0042U 1mg/Kg-dry 17-May-2024 22:280.00042Trichlorofluoromethane 0.0042U 1mg/Kg-dry 17-May-2024 22:280.00067Vinyl chloride 0.00084U 1mg/Kg-dry 17-May-2024 22:28J0.00084Xylenes, Total 0.0130.0026 Surr: 1,2-Dichloroethane-d4 1%REC 17-May-2024 22:2811470-126 Surr: 4-Bromofluorobenzene 1%REC 17-May-2024 22:2895.8 70-130 Surr: Dibromofluoromethane 1%REC 17-May-2024 22:2811370-130 Surr: Toluene-d8 1%REC 17-May-2024 22:2810470-130 TEXAS TPH BY TX1005 Method:TX1005 Analyst: DBPrep:TX1005PR / 17-May-2024 1mg/Kg-dry 18-May-2024 00:567.4nC6 to nC12 50U 1mg/Kg-dry 18-May-2024 00:569.7>nC12 to nC28 50U 1mg/Kg-dry 18-May-2024 00:569.7>nC28 to nC35 50U 1mg/Kg-dry 18-May-2024 00:567.4Total Petroleum Hydrocarbon 50U Surr: 2-Fluorobiphenyl 1%REC 18-May-2024 00:5698.5 70-130 Surr: Trifluoromethyl benzene 1%REC 18-May-2024 00:5611270-130 MOISTURE - ASTM D2216 Method:ASTM D2216 Analyst: MR 1wt%16-May-2024 12:510.0100Percent Moisture 0.010012.7 21-May-24Date: ALS Houston, US Note: See Qualifiers Page for a list of qualifiers and their explanation. 29 of 87 Client: Project: Sample ID: Braun Intertec Calhoun and 7th St. Phase II SB-3 (19-20') WorkOrder: Lab ID: Collection Date: HS24050907 HS24050907-10 14-May-2024 12:25 Matrix:Soil ANALYTICAL REPORT ANALYSES RESULT MQL DILUTION FACTORUNITS DATE ANALYZEDQUAL SDL VOLATILES BY SW8260C Method:SW8260 Analyst: GS 1mg/Kg-dry 18-May-2024 05:210.000561,1,1-Trichloroethane 0.0056U 1mg/Kg-dry 18-May-2024 05:210.000901,1,2,2-Tetrachloroethane 0.0056U 1mg/Kg-dry 18-May-2024 05:210.000791,1,2-Trichlor-1,2,2-trifluoroethane 0.0056U 1mg/Kg-dry 18-May-2024 05:210.000561,1,2-Trichloroethane 0.0056U 1mg/Kg-dry 18-May-2024 05:210.000561,1-Dichloroethane 0.0056U 1mg/Kg-dry 18-May-2024 05:210.000561,1-Dichloroethene 0.0056U 1mg/Kg-dry 18-May-2024 05:210.00111,2,4-Trichlorobenzene 0.0056U 1mg/Kg-dry 18-May-2024 05:210.00111,2-Dibromo-3-chloropropane 0.0056U 1mg/Kg-dry 18-May-2024 05:210.000561,2-Dibromoethane 0.0056U 1mg/Kg-dry 18-May-2024 05:210.00111,2-Dichlorobenzene 0.0056U 1mg/Kg-dry 18-May-2024 05:210.000681,2-Dichloroethane 0.0056U 1mg/Kg-dry 18-May-2024 05:210.000901,2-Dichloropropane 0.0056U 1mg/Kg-dry 18-May-2024 05:210.00111,3-Dichlorobenzene 0.0056U 1mg/Kg-dry 18-May-2024 05:210.00111,4-Dichlorobenzene 0.0056U 1mg/Kg-dry 18-May-2024 05:210.00152-Butanone 0.011U 1mg/Kg-dry 18-May-2024 05:210.00162-Hexanone 0.011U 1mg/Kg-dry 18-May-2024 05:210.00234-Methyl-2-pentanone 0.011U 1mg/Kg-dry 18-May-2024 05:210.0023Acetone 0.023U 1mg/Kg-dry 18-May-2024 05:210.00056Benzene 0.0056U 1mg/Kg-dry 18-May-2024 05:210.00056Bromodichloromethane 0.0056U 1mg/Kg-dry 18-May-2024 05:210.00068Bromoform 0.0056U 1mg/Kg-dry 18-May-2024 05:210.0011Bromomethane 0.011U 1mg/Kg-dry 18-May-2024 05:210.00068Carbon disulfide 0.011U 1mg/Kg-dry 18-May-2024 05:210.00068Carbon tetrachloride 0.0056U 1mg/Kg-dry 18-May-2024 05:210.00068Chlorobenzene 0.0056U 1mg/Kg-dry 18-May-2024 05:210.00090Chloroethane 0.011U 1mg/Kg-dry 18-May-2024 05:210.00056Chloroform 0.0056U 1mg/Kg-dry 18-May-2024 05:210.00056Chloromethane 0.011U 1mg/Kg-dry 18-May-2024 05:21J0.00090cis-1,2-Dichloroethene 0.00560.0040 1mg/Kg-dry 18-May-2024 05:210.00056cis-1,3-Dichloropropene 0.0056U 1mg/Kg-dry 18-May-2024 05:21n 0.0011Cyclohexane 0.0056U 1mg/Kg-dry 18-May-2024 05:210.00056Dibromochloromethane 0.0056U 1mg/Kg-dry 18-May-2024 05:210.00079Dichlorodifluoromethane 0.0056U 1mg/Kg-dry 18-May-2024 05:210.00079Ethylbenzene 0.0056U 1mg/Kg-dry 18-May-2024 05:210.0010Isopropylbenzene 0.0056U 1mg/Kg-dry 18-May-2024 05:210.0018m,p-Xylene 0.011U 1mg/Kg-dry 18-May-2024 05:210.00079Methyl acetate 0.0056U 1mg/Kg-dry 18-May-2024 05:210.00056Methyl tert-butyl ether 0.0056U 1mg/Kg-dry 18-May-2024 05:210.0011Methylcyclohexane 0.0056U 21-May-24Date: ALS Houston, US Note: See Qualifiers Page for a list of qualifiers and their explanation. 30 of 87 Client: Project: Sample ID: Braun Intertec Calhoun and 7th St. Phase II SB-3 (19-20') WorkOrder: Lab ID: Collection Date: HS24050907 HS24050907-10 14-May-2024 12:25 Matrix:Soil ANALYTICAL REPORT ANALYSES RESULT MQL DILUTION FACTORUNITS DATE ANALYZEDQUAL SDL VOLATILES BY SW8260C Method:SW8260 Analyst: GS 1mg/Kg-dry 18-May-2024 05:210.0011Methylene chloride 0.011U 1mg/Kg-dry 18-May-2024 05:210.0011o-Xylene 0.0056U 1mg/Kg-dry 18-May-2024 05:210.00079Styrene 0.0056U 1mg/Kg-dry 18-May-2024 05:210.00079Tetrachloroethene 0.0056U 1mg/Kg-dry 18-May-2024 05:210.00068Toluene 0.0056U 1mg/Kg-dry 18-May-2024 05:210.00056trans-1,2-Dichloroethene 0.0056U 1mg/Kg-dry 18-May-2024 05:210.00068trans-1,3-Dichloropropene 0.0056U 1mg/Kg-dry 18-May-2024 05:210.00068Trichloroethene 0.0056U 1mg/Kg-dry 18-May-2024 05:210.00056Trichlorofluoromethane 0.0056U 1mg/Kg-dry 18-May-2024 05:210.00090Vinyl chloride 0.0011U 1mg/Kg-dry 18-May-2024 05:210.0011Xylenes, Total 0.017U Surr: 1,2-Dichloroethane-d4 1%REC 18-May-2024 05:2111770-126 Surr: 4-Bromofluorobenzene 1%REC 18-May-2024 05:2195.7 70-130 Surr: Dibromofluoromethane 1%REC 18-May-2024 05:2111470-130 Surr: Toluene-d8 1%REC 18-May-2024 05:2110470-130 TEXAS TPH BY TX1005 Method:TX1005 Analyst: DBPrep:TX1005PR / 17-May-2024 1mg/Kg-dry 18-May-2024 02:247.1nC6 to nC12 48U 1mg/Kg-dry 18-May-2024 02:249.4>nC12 to nC28 48U 1mg/Kg-dry 18-May-2024 02:249.4>nC28 to nC35 48U 1mg/Kg-dry 18-May-2024 02:247.1Total Petroleum Hydrocarbon 48U Surr: 2-Fluorobiphenyl 1%REC 18-May-2024 02:2495.7 70-130 Surr: Trifluoromethyl benzene 1%REC 18-May-2024 02:2411270-130 MOISTURE - ASTM D2216 Method:ASTM D2216 Analyst: MR 1wt%16-May-2024 12:510.0100Percent Moisture 0.010014.7 21-May-24Date: ALS Houston, US Note: See Qualifiers Page for a list of qualifiers and their explanation. 31 of 87 Client: Project: Sample ID: Braun Intertec Calhoun and 7th St. Phase II TMW-2 (1-2') WorkOrder: Lab ID: Collection Date: HS24050907 HS24050907-11 14-May-2024 12:55 Matrix:Soil ANALYTICAL REPORT ANALYSES RESULT MQL DILUTION FACTORUNITS DATE ANALYZEDQUAL SDL METALS BY SW6020A Method:SW6020A Analyst: MSCPrep:SW3050B / 17-May-2024 1mg/Kg-dry 17-May-2024 20:030.0771Arsenic 0.5513.57 1mg/Kg-dry 17-May-2024 20:030.0330Barium 0.55193.7 1mg/Kg-dry 17-May-2024 20:03J0.0297Cadmium 0.5510.0730 1mg/Kg-dry 17-May-2024 20:030.0253Chromium 0.55113.9 1mg/Kg-dry 17-May-2024 20:030.0143Lead 0.55110.8 1mg/Kg-dry 17-May-2024 20:030.100Selenium 0.5510.974 1mg/Kg-dry 17-May-2024 20:03J0.0165Silver 0.5510.0394 MERCURY BY SW7471B Method:SW7471B Analyst: JSPrep:SW7471B / 21-May-2024 1mg/Kg-dry 21-May-2024 13:39J0.000575Mercury 0.004060.00334 MOISTURE - ASTM D2216 Method:ASTM D2216 Analyst: MR 1wt%16-May-2024 12:510.0100Percent Moisture 0.010016.1 21-May-24Date: ALS Houston, US Note: See Qualifiers Page for a list of qualifiers and their explanation. 32 of 87 Client: Project: Sample ID: Braun Intertec Calhoun and 7th St. Phase II TMW-2 (2-3') WorkOrder: Lab ID: Collection Date: HS24050907 HS24050907-12 14-May-2024 13:05 Matrix:Soil ANALYTICAL REPORT ANALYSES RESULT MQL DILUTION FACTORUNITS DATE ANALYZEDQUAL SDL VOLATILES BY SW8260C Method:SW8260 Analyst: GS 1mg/Kg-dry 18-May-2024 05:420.000531,1,1-Trichloroethane 0.0053U 1mg/Kg-dry 18-May-2024 05:420.000851,1,2,2-Tetrachloroethane 0.0053U 1mg/Kg-dry 18-May-2024 05:420.000741,1,2-Trichlor-1,2,2-trifluoroethane 0.0053U 1mg/Kg-dry 18-May-2024 05:420.000531,1,2-Trichloroethane 0.0053U 1mg/Kg-dry 18-May-2024 05:420.000531,1-Dichloroethane 0.0053U 1mg/Kg-dry 18-May-2024 05:420.000531,1-Dichloroethene 0.0053U 1mg/Kg-dry 18-May-2024 05:420.00111,2,4-Trichlorobenzene 0.0053U 1mg/Kg-dry 18-May-2024 05:420.00111,2-Dibromo-3-chloropropane 0.0053U 1mg/Kg-dry 18-May-2024 05:420.000531,2-Dibromoethane 0.0053U 1mg/Kg-dry 18-May-2024 05:420.00111,2-Dichlorobenzene 0.0053U 1mg/Kg-dry 18-May-2024 05:420.000641,2-Dichloroethane 0.0053U 1mg/Kg-dry 18-May-2024 05:420.000851,2-Dichloropropane 0.0053U 1mg/Kg-dry 18-May-2024 05:420.00111,3-Dichlorobenzene 0.0053U 1mg/Kg-dry 18-May-2024 05:420.00111,4-Dichlorobenzene 0.0053U 1mg/Kg-dry 18-May-2024 05:420.00142-Butanone 0.0110.017 1mg/Kg-dry 18-May-2024 05:420.00152-Hexanone 0.011U 1mg/Kg-dry 18-May-2024 05:420.00214-Methyl-2-pentanone 0.011U 1mg/Kg-dry 18-May-2024 05:420.0021Acetone 0.0210.061 1mg/Kg-dry 18-May-2024 05:420.00053Benzene 0.0053U 1mg/Kg-dry 18-May-2024 05:420.00053Bromodichloromethane 0.0053U 1mg/Kg-dry 18-May-2024 05:420.00064Bromoform 0.0053U 1mg/Kg-dry 18-May-2024 05:420.0011Bromomethane 0.011U 1mg/Kg-dry 18-May-2024 05:42J0.00064Carbon disulfide 0.0110.0045 1mg/Kg-dry 18-May-2024 05:420.00064Carbon tetrachloride 0.0053U 1mg/Kg-dry 18-May-2024 05:420.00064Chlorobenzene 0.0053U 1mg/Kg-dry 18-May-2024 05:420.00085Chloroethane 0.011U 1mg/Kg-dry 18-May-2024 05:420.00053Chloroform 0.0053U 1mg/Kg-dry 18-May-2024 05:420.00053Chloromethane 0.011U 1mg/Kg-dry 18-May-2024 05:420.00085cis-1,2-Dichloroethene 0.0053U 1mg/Kg-dry 18-May-2024 05:420.00053cis-1,3-Dichloropropene 0.0053U 1mg/Kg-dry 18-May-2024 05:42n 0.0011Cyclohexane 0.0053U 1mg/Kg-dry 18-May-2024 05:420.00053Dibromochloromethane 0.0053U 1mg/Kg-dry 18-May-2024 05:420.00074Dichlorodifluoromethane 0.0053U 1mg/Kg-dry 18-May-2024 05:420.00074Ethylbenzene 0.0053U 1mg/Kg-dry 18-May-2024 05:420.00095Isopropylbenzene 0.0053U 1mg/Kg-dry 18-May-2024 05:420.0017m,p-Xylene 0.011U 1mg/Kg-dry 18-May-2024 05:420.00074Methyl acetate 0.0053U 1mg/Kg-dry 18-May-2024 05:420.00053Methyl tert-butyl ether 0.0053U 1mg/Kg-dry 18-May-2024 05:420.0011Methylcyclohexane 0.0053U 21-May-24Date: ALS Houston, US Note: See Qualifiers Page for a list of qualifiers and their explanation. 33 of 87 Client: Project: Sample ID: Braun Intertec Calhoun and 7th St. Phase II TMW-2 (2-3') WorkOrder: Lab ID: Collection Date: HS24050907 HS24050907-12 14-May-2024 13:05 Matrix:Soil ANALYTICAL REPORT ANALYSES RESULT MQL DILUTION FACTORUNITS DATE ANALYZEDQUAL SDL VOLATILES BY SW8260C Method:SW8260 Analyst: GS 1mg/Kg-dry 18-May-2024 05:420.0011Methylene chloride 0.011U 1mg/Kg-dry 18-May-2024 05:420.0011o-Xylene 0.0053U 1mg/Kg-dry 18-May-2024 05:420.00074Styrene 0.0053U 1mg/Kg-dry 18-May-2024 05:420.00074Tetrachloroethene 0.0053U 1mg/Kg-dry 18-May-2024 05:420.00064Toluene 0.0053U 1mg/Kg-dry 18-May-2024 05:420.00053trans-1,2-Dichloroethene 0.0053U 1mg/Kg-dry 18-May-2024 05:420.00064trans-1,3-Dichloropropene 0.0053U 1mg/Kg-dry 18-May-2024 05:420.00064Trichloroethene 0.0053U 1mg/Kg-dry 18-May-2024 05:420.00053Trichlorofluoromethane 0.0053U 1mg/Kg-dry 18-May-2024 05:420.00085Vinyl chloride 0.0011U 1mg/Kg-dry 18-May-2024 05:420.0011Xylenes, Total 0.016U Surr: 1,2-Dichloroethane-d4 1%REC 18-May-2024 05:4211570-126 Surr: 4-Bromofluorobenzene 1%REC 18-May-2024 05:4294.8 70-130 Surr: Dibromofluoromethane 1%REC 18-May-2024 05:4211070-130 Surr: Toluene-d8 1%REC 18-May-2024 05:4210670-130 TEXAS TPH BY TX1005 Method:TX1005 Analyst: DBPrep:TX1005PR / 17-May-2024 1mg/Kg-dry 18-May-2024 02:536.8nC6 to nC12 46U 1mg/Kg-dry 18-May-2024 02:539.0>nC12 to nC28 46U 1mg/Kg-dry 18-May-2024 02:539.0>nC28 to nC35 46U 1mg/Kg-dry 18-May-2024 02:536.8Total Petroleum Hydrocarbon 46U Surr: 2-Fluorobiphenyl 1%REC 18-May-2024 02:5395.1 70-130 Surr: Trifluoromethyl benzene 1%REC 18-May-2024 02:5311370-130 MOISTURE - ASTM D2216 Method:ASTM D2216 Analyst: MR 1wt%16-May-2024 12:510.0100Percent Moisture 0.010016.9 21-May-24Date: ALS Houston, US Note: See Qualifiers Page for a list of qualifiers and their explanation. 34 of 87 Client: Project: Sample ID: Braun Intertec Calhoun and 7th St. Phase II TMW-2 (19-20') WorkOrder: Lab ID: Collection Date: HS24050907 HS24050907-13 14-May-2024 13:05 Matrix:Soil ANALYTICAL REPORT ANALYSES RESULT MQL DILUTION FACTORUNITS DATE ANALYZEDQUAL SDL VOLATILES BY SW8260C Method:SW8260 Analyst: GS 1mg/Kg-dry 18-May-2024 06:040.000481,1,1-Trichloroethane 0.0048U 1mg/Kg-dry 18-May-2024 06:040.000781,1,2,2-Tetrachloroethane 0.0048U 1mg/Kg-dry 18-May-2024 06:040.000681,1,2-Trichlor-1,2,2-trifluoroethane 0.0048U 1mg/Kg-dry 18-May-2024 06:040.000481,1,2-Trichloroethane 0.0048U 1mg/Kg-dry 18-May-2024 06:040.000481,1-Dichloroethane 0.0048U 1mg/Kg-dry 18-May-2024 06:040.000481,1-Dichloroethene 0.0048U 1mg/Kg-dry 18-May-2024 06:040.000971,2,4-Trichlorobenzene 0.0048U 1mg/Kg-dry 18-May-2024 06:040.000971,2-Dibromo-3-chloropropane 0.0048U 1mg/Kg-dry 18-May-2024 06:040.000481,2-Dibromoethane 0.0048U 1mg/Kg-dry 18-May-2024 06:040.000971,2-Dichlorobenzene 0.0048U 1mg/Kg-dry 18-May-2024 06:040.000581,2-Dichloroethane 0.0048U 1mg/Kg-dry 18-May-2024 06:040.000781,2-Dichloropropane 0.0048U 1mg/Kg-dry 18-May-2024 06:040.000971,3-Dichlorobenzene 0.0048U 1mg/Kg-dry 18-May-2024 06:040.000971,4-Dichlorobenzene 0.0048U 1mg/Kg-dry 18-May-2024 06:040.00132-Butanone 0.0097U 1mg/Kg-dry 18-May-2024 06:040.00142-Hexanone 0.0097U 1mg/Kg-dry 18-May-2024 06:040.00194-Methyl-2-pentanone 0.0097U 1mg/Kg-dry 18-May-2024 06:040.0019Acetone 0.019U 1mg/Kg-dry 18-May-2024 06:040.00048Benzene 0.0048U 1mg/Kg-dry 18-May-2024 06:040.00048Bromodichloromethane 0.0048U 1mg/Kg-dry 18-May-2024 06:040.00058Bromoform 0.0048U 1mg/Kg-dry 18-May-2024 06:040.00097Bromomethane 0.0097U 1mg/Kg-dry 18-May-2024 06:040.00058Carbon disulfide 0.0097U 1mg/Kg-dry 18-May-2024 06:040.00058Carbon tetrachloride 0.0048U 1mg/Kg-dry 18-May-2024 06:040.00058Chlorobenzene 0.0048U 1mg/Kg-dry 18-May-2024 06:040.00078Chloroethane 0.0097U 1mg/Kg-dry 18-May-2024 06:040.00048Chloroform 0.0048U 1mg/Kg-dry 18-May-2024 06:040.00048Chloromethane 0.0097U 1mg/Kg-dry 18-May-2024 06:040.00078cis-1,2-Dichloroethene 0.00480.0089 1mg/Kg-dry 18-May-2024 06:040.00048cis-1,3-Dichloropropene 0.0048U 1mg/Kg-dry 18-May-2024 06:04n 0.00097Cyclohexane 0.0048U 1mg/Kg-dry 18-May-2024 06:040.00048Dibromochloromethane 0.0048U 1mg/Kg-dry 18-May-2024 06:040.00068Dichlorodifluoromethane 0.0048U 1mg/Kg-dry 18-May-2024 06:040.00068Ethylbenzene 0.0048U 1mg/Kg-dry 18-May-2024 06:040.00087Isopropylbenzene 0.0048U 1mg/Kg-dry 18-May-2024 06:040.0016m,p-Xylene 0.0097U 1mg/Kg-dry 18-May-2024 06:040.00068Methyl acetate 0.0048U 1mg/Kg-dry 18-May-2024 06:040.00048Methyl tert-butyl ether 0.0048U 1mg/Kg-dry 18-May-2024 06:040.00097Methylcyclohexane 0.0048U 21-May-24Date: ALS Houston, US Note: See Qualifiers Page for a list of qualifiers and their explanation. 35 of 87 Client: Project: Sample ID: Braun Intertec Calhoun and 7th St. Phase II TMW-2 (19-20') WorkOrder: Lab ID: Collection Date: HS24050907 HS24050907-13 14-May-2024 13:05 Matrix:Soil ANALYTICAL REPORT ANALYSES RESULT MQL DILUTION FACTORUNITS DATE ANALYZEDQUAL SDL VOLATILES BY SW8260C Method:SW8260 Analyst: GS 1mg/Kg-dry 18-May-2024 06:040.00097Methylene chloride 0.0097U 1mg/Kg-dry 18-May-2024 06:040.00097o-Xylene 0.0048U 1mg/Kg-dry 18-May-2024 06:040.00068Styrene 0.0048U 1mg/Kg-dry 18-May-2024 06:040.00068Tetrachloroethene 0.0048U 1mg/Kg-dry 18-May-2024 06:040.00058Toluene 0.0048U 1mg/Kg-dry 18-May-2024 06:040.00048trans-1,2-Dichloroethene 0.0048U 1mg/Kg-dry 18-May-2024 06:040.00058trans-1,3-Dichloropropene 0.0048U 1mg/Kg-dry 18-May-2024 06:04J0.00058Trichloroethene 0.00480.0018 1mg/Kg-dry 18-May-2024 06:040.00048Trichlorofluoromethane 0.0048U 1mg/Kg-dry 18-May-2024 06:040.00078Vinyl chloride 0.00097U 1mg/Kg-dry 18-May-2024 06:040.00097Xylenes, Total 0.015U Surr: 1,2-Dichloroethane-d4 1%REC 18-May-2024 06:0411170-126 Surr: 4-Bromofluorobenzene 1%REC 18-May-2024 06:0496.0 70-130 Surr: Dibromofluoromethane 1%REC 18-May-2024 06:0411170-130 Surr: Toluene-d8 1%REC 18-May-2024 06:0410770-130 TEXAS TPH BY TX1005 Method:TX1005 Analyst: DBPrep:TX1005PR / 17-May-2024 1mg/Kg-dry 18-May-2024 03:237.2nC6 to nC12 49U 1mg/Kg-dry 18-May-2024 03:239.5>nC12 to nC28 49U 1mg/Kg-dry 18-May-2024 03:239.5>nC28 to nC35 49U 1mg/Kg-dry 18-May-2024 03:237.2Total Petroleum Hydrocarbon 49U Surr: 2-Fluorobiphenyl 1%REC 18-May-2024 03:2392.7 70-130 Surr: Trifluoromethyl benzene 1%REC 18-May-2024 03:2311070-130 MOISTURE - ASTM D2216 Method:ASTM D2216 Analyst: MR 1wt%16-May-2024 12:510.0100Percent Moisture 0.010016.4 21-May-24Date: ALS Houston, US Note: See Qualifiers Page for a list of qualifiers and their explanation. 36 of 87 Client: Project: Sample ID: Braun Intertec Calhoun and 7th St. Phase II SB-4 (9-10') WorkOrder: Lab ID: Collection Date: HS24050907 HS24050907-14 14-May-2024 14:25 Matrix:Soil ANALYTICAL REPORT ANALYSES RESULT MQL DILUTION FACTORUNITS DATE ANALYZEDQUAL SDL VOLATILES BY SW8260C Method:SW8260 Analyst: GS 1mg/Kg-dry 18-May-2024 06:260.000461,1,1-Trichloroethane 0.0046U 1mg/Kg-dry 18-May-2024 06:260.000741,1,2,2-Tetrachloroethane 0.0046U 1mg/Kg-dry 18-May-2024 06:260.000651,1,2-Trichlor-1,2,2-trifluoroethane 0.0046U 1mg/Kg-dry 18-May-2024 06:260.000461,1,2-Trichloroethane 0.0046U 1mg/Kg-dry 18-May-2024 06:260.000461,1-Dichloroethane 0.0046U 1mg/Kg-dry 18-May-2024 06:260.000461,1-Dichloroethene 0.0046U 1mg/Kg-dry 18-May-2024 06:260.000931,2,4-Trichlorobenzene 0.0046U 1mg/Kg-dry 18-May-2024 06:260.000931,2-Dibromo-3-chloropropane 0.0046U 1mg/Kg-dry 18-May-2024 06:260.000461,2-Dibromoethane 0.0046U 1mg/Kg-dry 18-May-2024 06:260.000931,2-Dichlorobenzene 0.0046U 1mg/Kg-dry 18-May-2024 06:260.000561,2-Dichloroethane 0.0046U 1mg/Kg-dry 18-May-2024 06:260.000741,2-Dichloropropane 0.0046U 1mg/Kg-dry 18-May-2024 06:260.000931,3-Dichlorobenzene 0.0046U 1mg/Kg-dry 18-May-2024 06:260.000931,4-Dichlorobenzene 0.0046U 1mg/Kg-dry 18-May-2024 06:260.00122-Butanone 0.0093U 1mg/Kg-dry 18-May-2024 06:260.00132-Hexanone 0.0093U 1mg/Kg-dry 18-May-2024 06:260.00194-Methyl-2-pentanone 0.0093U 1mg/Kg-dry 18-May-2024 06:260.0019Acetone 0.019U 1mg/Kg-dry 18-May-2024 06:260.00046Benzene 0.0046U 1mg/Kg-dry 18-May-2024 06:260.00046Bromodichloromethane 0.0046U 1mg/Kg-dry 18-May-2024 06:260.00056Bromoform 0.0046U 1mg/Kg-dry 18-May-2024 06:260.00093Bromomethane 0.0093U 1mg/Kg-dry 18-May-2024 06:260.00056Carbon disulfide 0.0093U 1mg/Kg-dry 18-May-2024 06:260.00056Carbon tetrachloride 0.0046U 1mg/Kg-dry 18-May-2024 06:260.00056Chlorobenzene 0.0046U 1mg/Kg-dry 18-May-2024 06:260.00074Chloroethane 0.0093U 1mg/Kg-dry 18-May-2024 06:260.00046Chloroform 0.0046U 1mg/Kg-dry 18-May-2024 06:260.00046Chloromethane 0.0093U 1mg/Kg-dry 18-May-2024 06:26J0.00074cis-1,2-Dichloroethene 0.00460.0039 1mg/Kg-dry 18-May-2024 06:260.00046cis-1,3-Dichloropropene 0.0046U 1mg/Kg-dry 18-May-2024 06:26n 0.00093Cyclohexane 0.0046U 1mg/Kg-dry 18-May-2024 06:260.00046Dibromochloromethane 0.0046U 1mg/Kg-dry 18-May-2024 06:260.00065Dichlorodifluoromethane 0.0046U 1mg/Kg-dry 18-May-2024 06:260.00065Ethylbenzene 0.0046U 1mg/Kg-dry 18-May-2024 06:260.00084Isopropylbenzene 0.0046U 1mg/Kg-dry 18-May-2024 06:260.0015m,p-Xylene 0.0093U 1mg/Kg-dry 18-May-2024 06:260.00065Methyl acetate 0.0046U 1mg/Kg-dry 18-May-2024 06:260.00046Methyl tert-butyl ether 0.0046U 1mg/Kg-dry 18-May-2024 06:260.00093Methylcyclohexane 0.0046U 21-May-24Date: ALS Houston, US Note: See Qualifiers Page for a list of qualifiers and their explanation. 37 of 87 Client: Project: Sample ID: Braun Intertec Calhoun and 7th St. Phase II SB-4 (9-10') WorkOrder: Lab ID: Collection Date: HS24050907 HS24050907-14 14-May-2024 14:25 Matrix:Soil ANALYTICAL REPORT ANALYSES RESULT MQL DILUTION FACTORUNITS DATE ANALYZEDQUAL SDL VOLATILES BY SW8260C Method:SW8260 Analyst: GS 1mg/Kg-dry 18-May-2024 06:260.00093Methylene chloride 0.0093U 1mg/Kg-dry 18-May-2024 06:260.00093o-Xylene 0.0046U 1mg/Kg-dry 18-May-2024 06:260.00065Styrene 0.0046U 1mg/Kg-dry 18-May-2024 06:260.00065Tetrachloroethene 0.0046U 1mg/Kg-dry 18-May-2024 06:260.00056Toluene 0.0046U 1mg/Kg-dry 18-May-2024 06:260.00046trans-1,2-Dichloroethene 0.0046U 1mg/Kg-dry 18-May-2024 06:260.00056trans-1,3-Dichloropropene 0.0046U 1mg/Kg-dry 18-May-2024 06:260.00056Trichloroethene 0.0046U 1mg/Kg-dry 18-May-2024 06:260.00046Trichlorofluoromethane 0.0046U 1mg/Kg-dry 18-May-2024 06:260.00074Vinyl chloride 0.00093U 1mg/Kg-dry 18-May-2024 06:260.00093Xylenes, Total 0.014U Surr: 1,2-Dichloroethane-d4 1%REC 18-May-2024 06:2611870-126 Surr: 4-Bromofluorobenzene 1%REC 18-May-2024 06:2694.0 70-130 Surr: Dibromofluoromethane 1%REC 18-May-2024 06:2611270-130 Surr: Toluene-d8 1%REC 18-May-2024 06:2610470-130 TEXAS TPH BY TX1005 Method:TX1005 Analyst: DBPrep:TX1005PR / 17-May-2024 1mg/Kg-dry 18-May-2024 03:527.2nC6 to nC12 49U 1mg/Kg-dry 18-May-2024 03:529.5>nC12 to nC28 49U 1mg/Kg-dry 18-May-2024 03:529.5>nC28 to nC35 49U 1mg/Kg-dry 18-May-2024 03:527.2Total Petroleum Hydrocarbon 49U Surr: 2-Fluorobiphenyl 1%REC 18-May-2024 03:5292.7 70-130 Surr: Trifluoromethyl benzene 1%REC 18-May-2024 03:5210770-130 MOISTURE - ASTM D2216 Method:ASTM D2216 Analyst: MR 1wt%16-May-2024 12:510.0100Percent Moisture 0.010013.8 21-May-24Date: ALS Houston, US Note: See Qualifiers Page for a list of qualifiers and their explanation. 38 of 87 Client: Project: Sample ID: Braun Intertec Calhoun and 7th St. Phase II SB-4 (19-20') WorkOrder: Lab ID: Collection Date: HS24050907 HS24050907-15 14-May-2024 14:25 Matrix:Soil ANALYTICAL REPORT ANALYSES RESULT MQL DILUTION FACTORUNITS DATE ANALYZEDQUAL SDL VOLATILES BY SW8260C Method:SW8260 Analyst: GS 1mg/Kg-dry 18-May-2024 06:470.000501,1,1-Trichloroethane 0.0050U 1mg/Kg-dry 18-May-2024 06:470.000801,1,2,2-Tetrachloroethane 0.0050U 1mg/Kg-dry 18-May-2024 06:470.000701,1,2-Trichlor-1,2,2-trifluoroethane 0.0050U 1mg/Kg-dry 18-May-2024 06:470.000501,1,2-Trichloroethane 0.0050U 1mg/Kg-dry 18-May-2024 06:470.000501,1-Dichloroethane 0.0050U 1mg/Kg-dry 18-May-2024 06:470.000501,1-Dichloroethene 0.0050U 1mg/Kg-dry 18-May-2024 06:470.00101,2,4-Trichlorobenzene 0.0050U 1mg/Kg-dry 18-May-2024 06:470.00101,2-Dibromo-3-chloropropane 0.0050U 1mg/Kg-dry 18-May-2024 06:470.000501,2-Dibromoethane 0.0050U 1mg/Kg-dry 18-May-2024 06:470.00101,2-Dichlorobenzene 0.0050U 1mg/Kg-dry 18-May-2024 06:470.000601,2-Dichloroethane 0.0050U 1mg/Kg-dry 18-May-2024 06:470.000801,2-Dichloropropane 0.0050U 1mg/Kg-dry 18-May-2024 06:470.00101,3-Dichlorobenzene 0.0050U 1mg/Kg-dry 18-May-2024 06:470.00101,4-Dichlorobenzene 0.0050U 1mg/Kg-dry 18-May-2024 06:470.00132-Butanone 0.010U 1mg/Kg-dry 18-May-2024 06:470.00142-Hexanone 0.010U 1mg/Kg-dry 18-May-2024 06:470.00204-Methyl-2-pentanone 0.010U 1mg/Kg-dry 18-May-2024 06:470.0020Acetone 0.020U 1mg/Kg-dry 18-May-2024 06:470.00050Benzene 0.0050U 1mg/Kg-dry 18-May-2024 06:470.00050Bromodichloromethane 0.0050U 1mg/Kg-dry 18-May-2024 06:470.00060Bromoform 0.0050U 1mg/Kg-dry 18-May-2024 06:470.0010Bromomethane 0.010U 1mg/Kg-dry 18-May-2024 06:470.00060Carbon disulfide 0.010U 1mg/Kg-dry 18-May-2024 06:470.00060Carbon tetrachloride 0.0050U 1mg/Kg-dry 18-May-2024 06:470.00060Chlorobenzene 0.0050U 1mg/Kg-dry 18-May-2024 06:470.00080Chloroethane 0.010U 1mg/Kg-dry 18-May-2024 06:470.00050Chloroform 0.0050U 1mg/Kg-dry 18-May-2024 06:470.00050Chloromethane 0.010U 1mg/Kg-dry 18-May-2024 06:470.00080cis-1,2-Dichloroethene 0.00500.0075 1mg/Kg-dry 18-May-2024 06:470.00050cis-1,3-Dichloropropene 0.0050U 1mg/Kg-dry 18-May-2024 06:47n 0.0010Cyclohexane 0.0050U 1mg/Kg-dry 18-May-2024 06:470.00050Dibromochloromethane 0.0050U 1mg/Kg-dry 18-May-2024 06:470.00070Dichlorodifluoromethane 0.0050U 1mg/Kg-dry 18-May-2024 06:470.00070Ethylbenzene 0.0050U 1mg/Kg-dry 18-May-2024 06:470.00091Isopropylbenzene 0.0050U 1mg/Kg-dry 18-May-2024 06:470.0016m,p-Xylene 0.010U 1mg/Kg-dry 18-May-2024 06:470.00070Methyl acetate 0.0050U 1mg/Kg-dry 18-May-2024 06:470.00050Methyl tert-butyl ether 0.0050U 1mg/Kg-dry 18-May-2024 06:470.0010Methylcyclohexane 0.0050U 21-May-24Date: ALS Houston, US Note: See Qualifiers Page for a list of qualifiers and their explanation. 39 of 87 Client: Project: Sample ID: Braun Intertec Calhoun and 7th St. Phase II SB-4 (19-20') WorkOrder: Lab ID: Collection Date: HS24050907 HS24050907-15 14-May-2024 14:25 Matrix:Soil ANALYTICAL REPORT ANALYSES RESULT MQL DILUTION FACTORUNITS DATE ANALYZEDQUAL SDL VOLATILES BY SW8260C Method:SW8260 Analyst: GS 1mg/Kg-dry 18-May-2024 06:470.0010Methylene chloride 0.010U 1mg/Kg-dry 18-May-2024 06:470.0010o-Xylene 0.0050U 1mg/Kg-dry 18-May-2024 06:470.00070Styrene 0.0050U 1mg/Kg-dry 18-May-2024 06:470.00070Tetrachloroethene 0.0050U 1mg/Kg-dry 18-May-2024 06:470.00060Toluene 0.0050U 1mg/Kg-dry 18-May-2024 06:470.00050trans-1,2-Dichloroethene 0.0050U 1mg/Kg-dry 18-May-2024 06:470.00060trans-1,3-Dichloropropene 0.0050U 1mg/Kg-dry 18-May-2024 06:470.00060Trichloroethene 0.0050U 1mg/Kg-dry 18-May-2024 06:470.00050Trichlorofluoromethane 0.0050U 1mg/Kg-dry 18-May-2024 06:470.00080Vinyl chloride 0.0010U 1mg/Kg-dry 18-May-2024 06:470.0010Xylenes, Total 0.015U Surr: 1,2-Dichloroethane-d4 1%REC 18-May-2024 06:4711570-126 Surr: 4-Bromofluorobenzene 1%REC 18-May-2024 06:4794.6 70-130 Surr: Dibromofluoromethane 1%REC 18-May-2024 06:4711070-130 Surr: Toluene-d8 1%REC 18-May-2024 06:4710670-130 TEXAS TPH BY TX1005 Method:TX1005 Analyst: DBPrep:TX1005PR / 17-May-2024 1mg/Kg-dry 18-May-2024 04:217.0nC6 to nC12 47U 1mg/Kg-dry 18-May-2024 04:219.2>nC12 to nC28 47U 1mg/Kg-dry 18-May-2024 04:219.2>nC28 to nC35 47U 1mg/Kg-dry 18-May-2024 04:217.0Total Petroleum Hydrocarbon 47U Surr: 2-Fluorobiphenyl 1%REC 18-May-2024 04:2184.9 70-130 Surr: Trifluoromethyl benzene 1%REC 18-May-2024 04:2110570-130 MOISTURE - ASTM D2216 Method:ASTM D2216 Analyst: MR 1wt%16-May-2024 12:510.0100Percent Moisture 0.010014.5 21-May-24Date: ALS Houston, US Note: See Qualifiers Page for a list of qualifiers and their explanation. 40 of 87 Client: Project: Sample ID: Braun Intertec Calhoun and 7th St. Phase II SB-5 (2-3') WorkOrder: Lab ID: Collection Date: HS24050907 HS24050907-16 14-May-2024 15:05 Matrix:Soil ANALYTICAL REPORT ANALYSES RESULT MQL DILUTION FACTORUNITS DATE ANALYZEDQUAL SDL METALS BY SW6020A Method:SW6020A Analyst: MSCPrep:SW3050B / 17-May-2024 1mg/Kg-dry 17-May-2024 20:050.0785Arsenic 0.5614.90 1mg/Kg-dry 17-May-2024 20:050.0336Barium 0.561122 1mg/Kg-dry 17-May-2024 20:05J0.0303Cadmium 0.5610.136 1mg/Kg-dry 17-May-2024 20:050.0258Chromium 0.56118.3 1mg/Kg-dry 17-May-2024 20:050.0146Lead 0.56112.4 1mg/Kg-dry 17-May-2024 20:050.102Selenium 0.5611.22 1mg/Kg-dry 17-May-2024 20:05J0.0168Silver 0.5610.0459 MERCURY BY SW7471B Method:SW7471B Analyst: JSPrep:SW7471B / 21-May-2024 1mg/Kg-dry 21-May-2024 13:410.000593Mercury 0.004200.00480 MOISTURE - ASTM D2216 Method:ASTM D2216 Analyst: MR 1wt%16-May-2024 12:510.0100Percent Moisture 0.010018.2 21-May-24Date: ALS Houston, US Note: See Qualifiers Page for a list of qualifiers and their explanation. 41 of 87 Client: Project: Sample ID: Braun Intertec Calhoun and 7th St. Phase II SB-5 (5-6') WorkOrder: Lab ID: Collection Date: HS24050907 HS24050907-17 14-May-2024 15:15 Matrix:Soil ANALYTICAL REPORT ANALYSES RESULT MQL DILUTION FACTORUNITS DATE ANALYZEDQUAL SDL VOLATILES BY SW8260C Method:SW8260 Analyst: GS 1mg/Kg-dry 18-May-2024 07:090.000501,1,1-Trichloroethane 0.0050U 1mg/Kg-dry 18-May-2024 07:090.000801,1,2,2-Tetrachloroethane 0.0050U 1mg/Kg-dry 18-May-2024 07:090.000701,1,2-Trichlor-1,2,2-trifluoroethane 0.0050U 1mg/Kg-dry 18-May-2024 07:090.000501,1,2-Trichloroethane 0.0050U 1mg/Kg-dry 18-May-2024 07:090.000501,1-Dichloroethane 0.0050U 1mg/Kg-dry 18-May-2024 07:090.000501,1-Dichloroethene 0.0050U 1mg/Kg-dry 18-May-2024 07:090.00101,2,4-Trichlorobenzene 0.0050U 1mg/Kg-dry 18-May-2024 07:090.00101,2-Dibromo-3-chloropropane 0.0050U 1mg/Kg-dry 18-May-2024 07:090.000501,2-Dibromoethane 0.0050U 1mg/Kg-dry 18-May-2024 07:090.00101,2-Dichlorobenzene 0.0050U 1mg/Kg-dry 18-May-2024 07:090.000601,2-Dichloroethane 0.0050U 1mg/Kg-dry 18-May-2024 07:090.000801,2-Dichloropropane 0.0050U 1mg/Kg-dry 18-May-2024 07:090.00101,3-Dichlorobenzene 0.0050U 1mg/Kg-dry 18-May-2024 07:090.00101,4-Dichlorobenzene 0.0050U 1mg/Kg-dry 18-May-2024 07:090.00132-Butanone 0.0100.010 1mg/Kg-dry 18-May-2024 07:090.00142-Hexanone 0.010U 1mg/Kg-dry 18-May-2024 07:090.00204-Methyl-2-pentanone 0.010U 1mg/Kg-dry 18-May-2024 07:090.0020Acetone 0.0200.031 1mg/Kg-dry 18-May-2024 07:090.00050Benzene 0.0050U 1mg/Kg-dry 18-May-2024 07:090.00050Bromodichloromethane 0.0050U 1mg/Kg-dry 18-May-2024 07:090.00060Bromoform 0.0050U 1mg/Kg-dry 18-May-2024 07:090.0010Bromomethane 0.010U 1mg/Kg-dry 18-May-2024 07:09J0.00060Carbon disulfide 0.0100.0015 1mg/Kg-dry 18-May-2024 07:090.00060Carbon tetrachloride 0.0050U 1mg/Kg-dry 18-May-2024 07:090.00060Chlorobenzene 0.0050U 1mg/Kg-dry 18-May-2024 07:090.00080Chloroethane 0.010U 1mg/Kg-dry 18-May-2024 07:090.00050Chloroform 0.0050U 1mg/Kg-dry 18-May-2024 07:090.00050Chloromethane 0.010U 1mg/Kg-dry 18-May-2024 07:090.00080cis-1,2-Dichloroethene 0.0050U 1mg/Kg-dry 18-May-2024 07:090.00050cis-1,3-Dichloropropene 0.0050U 1mg/Kg-dry 18-May-2024 07:09n 0.0010Cyclohexane 0.0050U 1mg/Kg-dry 18-May-2024 07:090.00050Dibromochloromethane 0.0050U 1mg/Kg-dry 18-May-2024 07:090.00070Dichlorodifluoromethane 0.0050U 1mg/Kg-dry 18-May-2024 07:090.00070Ethylbenzene 0.0050U 1mg/Kg-dry 18-May-2024 07:090.00090Isopropylbenzene 0.0050U 1mg/Kg-dry 18-May-2024 07:090.0016m,p-Xylene 0.010U 1mg/Kg-dry 18-May-2024 07:090.00070Methyl acetate 0.0050U 1mg/Kg-dry 18-May-2024 07:090.00050Methyl tert-butyl ether 0.0050U 1mg/Kg-dry 18-May-2024 07:090.0010Methylcyclohexane 0.0050U 21-May-24Date: ALS Houston, US Note: See Qualifiers Page for a list of qualifiers and their explanation. 42 of 87 Client: Project: Sample ID: Braun Intertec Calhoun and 7th St. Phase II SB-5 (5-6') WorkOrder: Lab ID: Collection Date: HS24050907 HS24050907-17 14-May-2024 15:15 Matrix:Soil ANALYTICAL REPORT ANALYSES RESULT MQL DILUTION FACTORUNITS DATE ANALYZEDQUAL SDL VOLATILES BY SW8260C Method:SW8260 Analyst: GS 1mg/Kg-dry 18-May-2024 07:090.0010Methylene chloride 0.010U 1mg/Kg-dry 18-May-2024 07:090.0010o-Xylene 0.0050U 1mg/Kg-dry 18-May-2024 07:090.00070Styrene 0.0050U 1mg/Kg-dry 18-May-2024 07:090.00070Tetrachloroethene 0.0050U 1mg/Kg-dry 18-May-2024 07:090.00060Toluene 0.0050U 1mg/Kg-dry 18-May-2024 07:090.00050trans-1,2-Dichloroethene 0.0050U 1mg/Kg-dry 18-May-2024 07:090.00060trans-1,3-Dichloropropene 0.0050U 1mg/Kg-dry 18-May-2024 07:090.00060Trichloroethene 0.0050U 1mg/Kg-dry 18-May-2024 07:090.00050Trichlorofluoromethane 0.0050U 1mg/Kg-dry 18-May-2024 07:090.00080Vinyl chloride 0.0010U 1mg/Kg-dry 18-May-2024 07:090.0010Xylenes, Total 0.015U Surr: 1,2-Dichloroethane-d4 1%REC 18-May-2024 07:0911870-126 Surr: 4-Bromofluorobenzene 1%REC 18-May-2024 07:0994.7 70-130 Surr: Dibromofluoromethane 1%REC 18-May-2024 07:0911370-130 Surr: Toluene-d8 1%REC 18-May-2024 07:0910770-130 TEXAS TPH BY TX1005 Method:TX1005 Analyst: DBPrep:TX1005PR / 17-May-2024 1mg/Kg-dry 18-May-2024 04:518.9nC6 to nC12 60U 1mg/Kg-dry 18-May-2024 04:5112>nC12 to nC28 60U 1mg/Kg-dry 18-May-2024 04:5112>nC28 to nC35 60U 1mg/Kg-dry 18-May-2024 04:518.9Total Petroleum Hydrocarbon 60U Surr: 2-Fluorobiphenyl 1%REC 18-May-2024 04:5184.2 70-130 Surr: Trifluoromethyl benzene 1%REC 18-May-2024 04:5198.9 70-130 MOISTURE - ASTM D2216 Method:ASTM D2216 Analyst: MR 1wt%16-May-2024 12:510.0100Percent Moisture 0.010015.0 21-May-24Date: ALS Houston, US Note: See Qualifiers Page for a list of qualifiers and their explanation. 43 of 87 Client: Project: Sample ID: Braun Intertec Calhoun and 7th St. Phase II SB-5 (19-20') WorkOrder: Lab ID: Collection Date: HS24050907 HS24050907-18 14-May-2024 15:15 Matrix:Soil ANALYTICAL REPORT ANALYSES RESULT MQL DILUTION FACTORUNITS DATE ANALYZEDQUAL SDL VOLATILES BY SW8260C Method:SW8260 Analyst: GS 1mg/Kg-dry 18-May-2024 07:310.000491,1,1-Trichloroethane 0.0049U 1mg/Kg-dry 18-May-2024 07:310.000791,1,2,2-Tetrachloroethane 0.0049U 1mg/Kg-dry 18-May-2024 07:310.000691,1,2-Trichlor-1,2,2-trifluoroethane 0.0049U 1mg/Kg-dry 18-May-2024 07:310.000491,1,2-Trichloroethane 0.0049U 1mg/Kg-dry 18-May-2024 07:310.000491,1-Dichloroethane 0.0049U 1mg/Kg-dry 18-May-2024 07:310.000491,1-Dichloroethene 0.0049U 1mg/Kg-dry 18-May-2024 07:310.000991,2,4-Trichlorobenzene 0.0049U 1mg/Kg-dry 18-May-2024 07:310.000991,2-Dibromo-3-chloropropane 0.0049U 1mg/Kg-dry 18-May-2024 07:310.000491,2-Dibromoethane 0.0049U 1mg/Kg-dry 18-May-2024 07:310.000991,2-Dichlorobenzene 0.0049U 1mg/Kg-dry 18-May-2024 07:310.000591,2-Dichloroethane 0.0049U 1mg/Kg-dry 18-May-2024 07:310.000791,2-Dichloropropane 0.0049U 1mg/Kg-dry 18-May-2024 07:310.000991,3-Dichlorobenzene 0.0049U 1mg/Kg-dry 18-May-2024 07:310.000991,4-Dichlorobenzene 0.0049U 1mg/Kg-dry 18-May-2024 07:310.00132-Butanone 0.0099U 1mg/Kg-dry 18-May-2024 07:310.00142-Hexanone 0.0099U 1mg/Kg-dry 18-May-2024 07:310.00204-Methyl-2-pentanone 0.0099U 1mg/Kg-dry 18-May-2024 07:310.0020Acetone 0.020U 1mg/Kg-dry 18-May-2024 07:310.00049Benzene 0.0049U 1mg/Kg-dry 18-May-2024 07:310.00049Bromodichloromethane 0.0049U 1mg/Kg-dry 18-May-2024 07:310.00059Bromoform 0.0049U 1mg/Kg-dry 18-May-2024 07:310.00099Bromomethane 0.0099U 1mg/Kg-dry 18-May-2024 07:310.00059Carbon disulfide 0.0099U 1mg/Kg-dry 18-May-2024 07:310.00059Carbon tetrachloride 0.0049U 1mg/Kg-dry 18-May-2024 07:310.00059Chlorobenzene 0.0049U 1mg/Kg-dry 18-May-2024 07:310.00079Chloroethane 0.0099U 1mg/Kg-dry 18-May-2024 07:310.00049Chloroform 0.0049U 1mg/Kg-dry 18-May-2024 07:310.00049Chloromethane 0.0099U 1mg/Kg-dry 18-May-2024 07:310.00079cis-1,2-Dichloroethene 0.00490.0083 1mg/Kg-dry 18-May-2024 07:310.00049cis-1,3-Dichloropropene 0.0049U 1mg/Kg-dry 18-May-2024 07:31n 0.00099Cyclohexane 0.0049U 1mg/Kg-dry 18-May-2024 07:310.00049Dibromochloromethane 0.0049U 1mg/Kg-dry 18-May-2024 07:310.00069Dichlorodifluoromethane 0.0049U 1mg/Kg-dry 18-May-2024 07:310.00069Ethylbenzene 0.0049U 1mg/Kg-dry 18-May-2024 07:310.00089Isopropylbenzene 0.0049U 1mg/Kg-dry 18-May-2024 07:310.0016m,p-Xylene 0.0099U 1mg/Kg-dry 18-May-2024 07:310.00069Methyl acetate 0.0049U 1mg/Kg-dry 18-May-2024 07:310.00049Methyl tert-butyl ether 0.0049U 1mg/Kg-dry 18-May-2024 07:310.00099Methylcyclohexane 0.0049U 21-May-24Date: ALS Houston, US Note: See Qualifiers Page for a list of qualifiers and their explanation. 44 of 87 Client: Project: Sample ID: Braun Intertec Calhoun and 7th St. Phase II SB-5 (19-20') WorkOrder: Lab ID: Collection Date: HS24050907 HS24050907-18 14-May-2024 15:15 Matrix:Soil ANALYTICAL REPORT ANALYSES RESULT MQL DILUTION FACTORUNITS DATE ANALYZEDQUAL SDL VOLATILES BY SW8260C Method:SW8260 Analyst: GS 1mg/Kg-dry 18-May-2024 07:310.00099Methylene chloride 0.0099U 1mg/Kg-dry 18-May-2024 07:310.00099o-Xylene 0.0049U 1mg/Kg-dry 18-May-2024 07:310.00069Styrene 0.0049U 1mg/Kg-dry 18-May-2024 07:310.00069Tetrachloroethene 0.0049U 1mg/Kg-dry 18-May-2024 07:310.00059Toluene 0.0049U 1mg/Kg-dry 18-May-2024 07:310.00049trans-1,2-Dichloroethene 0.0049U 1mg/Kg-dry 18-May-2024 07:310.00059trans-1,3-Dichloropropene 0.0049U 1mg/Kg-dry 18-May-2024 07:310.00059Trichloroethene 0.0049U 1mg/Kg-dry 18-May-2024 07:310.00049Trichlorofluoromethane 0.0049U 1mg/Kg-dry 18-May-2024 07:310.00079Vinyl chloride 0.00099U 1mg/Kg-dry 18-May-2024 07:310.00099Xylenes, Total 0.015U Surr: 1,2-Dichloroethane-d4 1%REC 18-May-2024 07:3111270-126 Surr: 4-Bromofluorobenzene 1%REC 18-May-2024 07:3194.6 70-130 Surr: Dibromofluoromethane 1%REC 18-May-2024 07:3110970-130 Surr: Toluene-d8 1%REC 18-May-2024 07:3110870-130 TEXAS TPH BY TX1005 Method:TX1005 Analyst: DBPrep:TX1005PR / 17-May-2024 1mg/Kg-dry 18-May-2024 05:207.5nC6 to nC12 51U 1mg/Kg-dry 18-May-2024 05:209.9>nC12 to nC28 51U 1mg/Kg-dry 18-May-2024 05:209.9>nC28 to nC35 51U 1mg/Kg-dry 18-May-2024 05:207.5Total Petroleum Hydrocarbon 51U Surr: 2-Fluorobiphenyl 1%REC 18-May-2024 05:2096.5 70-130 Surr: Trifluoromethyl benzene 1%REC 18-May-2024 05:2011570-130 MOISTURE - ASTM D2216 Method:ASTM D2216 Analyst: MR 1wt%16-May-2024 12:510.0100Percent Moisture 0.010014.0 21-May-24Date: ALS Houston, US Note: See Qualifiers Page for a list of qualifiers and their explanation. 45 of 87 Client: Project: Sample ID: Braun Intertec Calhoun and 7th St. Phase II SB-6 (6-7') WorkOrder: Lab ID: Collection Date: HS24050907 HS24050907-19 14-May-2024 16:00 Matrix:Soil ANALYTICAL REPORT ANALYSES RESULT MQL DILUTION FACTORUNITS DATE ANALYZEDQUAL SDL VOLATILES BY SW8260C Method:SW8260 Analyst: GS 1mg/Kg-dry 18-May-2024 07:530.000541,1,1-Trichloroethane 0.0054U 1mg/Kg-dry 18-May-2024 07:530.000861,1,2,2-Tetrachloroethane 0.0054U 1mg/Kg-dry 18-May-2024 07:530.000751,1,2-Trichlor-1,2,2-trifluoroethane 0.0054U 1mg/Kg-dry 18-May-2024 07:530.000541,1,2-Trichloroethane 0.0054U 1mg/Kg-dry 18-May-2024 07:530.000541,1-Dichloroethane 0.0054U 1mg/Kg-dry 18-May-2024 07:530.000541,1-Dichloroethene 0.0054U 1mg/Kg-dry 18-May-2024 07:530.00111,2,4-Trichlorobenzene 0.0054U 1mg/Kg-dry 18-May-2024 07:530.00111,2-Dibromo-3-chloropropane 0.0054U 1mg/Kg-dry 18-May-2024 07:530.000541,2-Dibromoethane 0.0054U 1mg/Kg-dry 18-May-2024 07:530.00111,2-Dichlorobenzene 0.0054U 1mg/Kg-dry 18-May-2024 07:530.000651,2-Dichloroethane 0.0054U 1mg/Kg-dry 18-May-2024 07:530.000861,2-Dichloropropane 0.0054U 1mg/Kg-dry 18-May-2024 07:530.00111,3-Dichlorobenzene 0.0054U 1mg/Kg-dry 18-May-2024 07:530.00111,4-Dichlorobenzene 0.0054U 1mg/Kg-dry 18-May-2024 07:530.00142-Butanone 0.011U 1mg/Kg-dry 18-May-2024 07:530.00152-Hexanone 0.011U 1mg/Kg-dry 18-May-2024 07:530.00224-Methyl-2-pentanone 0.011U 1mg/Kg-dry 18-May-2024 07:530.0022Acetone 0.022U 1mg/Kg-dry 18-May-2024 07:530.00054Benzene 0.0054U 1mg/Kg-dry 18-May-2024 07:530.00054Bromodichloromethane 0.0054U 1mg/Kg-dry 18-May-2024 07:530.00065Bromoform 0.0054U 1mg/Kg-dry 18-May-2024 07:530.0011Bromomethane 0.011U 1mg/Kg-dry 18-May-2024 07:530.00065Carbon disulfide 0.011U 1mg/Kg-dry 18-May-2024 07:530.00065Carbon tetrachloride 0.0054U 1mg/Kg-dry 18-May-2024 07:530.00065Chlorobenzene 0.0054U 1mg/Kg-dry 18-May-2024 07:530.00086Chloroethane 0.011U 1mg/Kg-dry 18-May-2024 07:530.00054Chloroform 0.0054U 1mg/Kg-dry 18-May-2024 07:530.00054Chloromethane 0.011U 1mg/Kg-dry 18-May-2024 07:530.00086cis-1,2-Dichloroethene 0.0054U 1mg/Kg-dry 18-May-2024 07:530.00054cis-1,3-Dichloropropene 0.0054U 1mg/Kg-dry 18-May-2024 07:53n 0.0011Cyclohexane 0.0054U 1mg/Kg-dry 18-May-2024 07:530.00054Dibromochloromethane 0.0054U 1mg/Kg-dry 18-May-2024 07:530.00075Dichlorodifluoromethane 0.0054U 1mg/Kg-dry 18-May-2024 07:530.00075Ethylbenzene 0.0054U 1mg/Kg-dry 18-May-2024 07:530.00097Isopropylbenzene 0.0054U 1mg/Kg-dry 18-May-2024 07:530.0017m,p-Xylene 0.011U 1mg/Kg-dry 18-May-2024 07:530.00075Methyl acetate 0.0054U 1mg/Kg-dry 18-May-2024 07:530.00054Methyl tert-butyl ether 0.0054U 1mg/Kg-dry 18-May-2024 07:530.0011Methylcyclohexane 0.0054U 21-May-24Date: ALS Houston, US Note: See Qualifiers Page for a list of qualifiers and their explanation. 46 of 87 Client: Project: Sample ID: Braun Intertec Calhoun and 7th St. Phase II SB-6 (6-7') WorkOrder: Lab ID: Collection Date: HS24050907 HS24050907-19 14-May-2024 16:00 Matrix:Soil ANALYTICAL REPORT ANALYSES RESULT MQL DILUTION FACTORUNITS DATE ANALYZEDQUAL SDL VOLATILES BY SW8260C Method:SW8260 Analyst: GS 1mg/Kg-dry 18-May-2024 07:530.0011Methylene chloride 0.011U 1mg/Kg-dry 18-May-2024 07:530.0011o-Xylene 0.0054U 1mg/Kg-dry 18-May-2024 07:530.00075Styrene 0.0054U 1mg/Kg-dry 18-May-2024 07:530.00075Tetrachloroethene 0.0054U 1mg/Kg-dry 18-May-2024 07:530.00065Toluene 0.0054U 1mg/Kg-dry 18-May-2024 07:530.00054trans-1,2-Dichloroethene 0.0054U 1mg/Kg-dry 18-May-2024 07:530.00065trans-1,3-Dichloropropene 0.0054U 1mg/Kg-dry 18-May-2024 07:530.00065Trichloroethene 0.0054U 1mg/Kg-dry 18-May-2024 07:530.00054Trichlorofluoromethane 0.0054U 1mg/Kg-dry 18-May-2024 07:530.00086Vinyl chloride 0.0011U 1mg/Kg-dry 18-May-2024 07:530.0011Xylenes, Total 0.016U Surr: 1,2-Dichloroethane-d4 1%REC 18-May-2024 07:5312070-126 Surr: 4-Bromofluorobenzene 1%REC 18-May-2024 07:5391.8 70-130 Surr: Dibromofluoromethane 1%REC 18-May-2024 07:5311170-130 Surr: Toluene-d8 1%REC 18-May-2024 07:5310770-130 TEXAS TPH BY TX1005 Method:TX1005 Analyst: DBPrep:TX1005PR / 17-May-2024 1mg/Kg-dry 18-May-2024 05:497.5nC6 to nC12 50U 1mg/Kg-dry 18-May-2024 05:499.8>nC12 to nC28 50U 1mg/Kg-dry 18-May-2024 05:499.8>nC28 to nC35 50U 1mg/Kg-dry 18-May-2024 05:497.5Total Petroleum Hydrocarbon 50U Surr: 2-Fluorobiphenyl 1%REC 18-May-2024 05:4981.9 70-130 Surr: Trifluoromethyl benzene 1%REC 18-May-2024 05:4911370-130 MOISTURE - ASTM D2216 Method:ASTM D2216 Analyst: MR 1wt%16-May-2024 12:510.0100Percent Moisture 0.010014.6 21-May-24Date: ALS Houston, US Note: See Qualifiers Page for a list of qualifiers and their explanation. 47 of 87 Client: Project: Sample ID: Braun Intertec Calhoun and 7th St. Phase II SB-6 (19-20') WorkOrder: Lab ID: Collection Date: HS24050907 HS24050907-20 14-May-2024 16:00 Matrix:Soil ANALYTICAL REPORT ANALYSES RESULT MQL DILUTION FACTORUNITS DATE ANALYZEDQUAL SDL VOLATILES BY SW8260C Method:SW8260 Analyst: GS 1mg/Kg-dry 18-May-2024 08:140.000511,1,1-Trichloroethane 0.0051U 1mg/Kg-dry 18-May-2024 08:140.000811,1,2,2-Tetrachloroethane 0.0051U 1mg/Kg-dry 18-May-2024 08:140.000711,1,2-Trichlor-1,2,2-trifluoroethane 0.0051U 1mg/Kg-dry 18-May-2024 08:140.000511,1,2-Trichloroethane 0.0051U 1mg/Kg-dry 18-May-2024 08:140.000511,1-Dichloroethane 0.0051U 1mg/Kg-dry 18-May-2024 08:140.000511,1-Dichloroethene 0.0051U 1mg/Kg-dry 18-May-2024 08:140.00101,2,4-Trichlorobenzene 0.0051U 1mg/Kg-dry 18-May-2024 08:140.00101,2-Dibromo-3-chloropropane 0.0051U 1mg/Kg-dry 18-May-2024 08:140.000511,2-Dibromoethane 0.0051U 1mg/Kg-dry 18-May-2024 08:140.00101,2-Dichlorobenzene 0.0051U 1mg/Kg-dry 18-May-2024 08:140.000611,2-Dichloroethane 0.0051U 1mg/Kg-dry 18-May-2024 08:140.000811,2-Dichloropropane 0.0051U 1mg/Kg-dry 18-May-2024 08:140.00101,3-Dichlorobenzene 0.0051U 1mg/Kg-dry 18-May-2024 08:140.00101,4-Dichlorobenzene 0.0051U 1mg/Kg-dry 18-May-2024 08:140.00132-Butanone 0.010U 1mg/Kg-dry 18-May-2024 08:140.00142-Hexanone 0.010U 1mg/Kg-dry 18-May-2024 08:140.00204-Methyl-2-pentanone 0.010U 1mg/Kg-dry 18-May-2024 08:140.0020Acetone 0.020U 1mg/Kg-dry 18-May-2024 08:140.00051Benzene 0.0051U 1mg/Kg-dry 18-May-2024 08:140.00051Bromodichloromethane 0.0051U 1mg/Kg-dry 18-May-2024 08:140.00061Bromoform 0.0051U 1mg/Kg-dry 18-May-2024 08:140.0010Bromomethane 0.010U 1mg/Kg-dry 18-May-2024 08:140.00061Carbon disulfide 0.010U 1mg/Kg-dry 18-May-2024 08:140.00061Carbon tetrachloride 0.0051U 1mg/Kg-dry 18-May-2024 08:140.00061Chlorobenzene 0.0051U 1mg/Kg-dry 18-May-2024 08:140.00081Chloroethane 0.010U 1mg/Kg-dry 18-May-2024 08:140.00051Chloroform 0.0051U 1mg/Kg-dry 18-May-2024 08:140.00051Chloromethane 0.010U 1mg/Kg-dry 18-May-2024 08:140.00081cis-1,2-Dichloroethene 0.00510.0088 1mg/Kg-dry 18-May-2024 08:140.00051cis-1,3-Dichloropropene 0.0051U 1mg/Kg-dry 18-May-2024 08:14n 0.0010Cyclohexane 0.0051U 1mg/Kg-dry 18-May-2024 08:140.00051Dibromochloromethane 0.0051U 1mg/Kg-dry 18-May-2024 08:140.00071Dichlorodifluoromethane 0.0051U 1mg/Kg-dry 18-May-2024 08:140.00071Ethylbenzene 0.0051U 1mg/Kg-dry 18-May-2024 08:140.00091Isopropylbenzene 0.0051U 1mg/Kg-dry 18-May-2024 08:140.0016m,p-Xylene 0.010U 1mg/Kg-dry 18-May-2024 08:140.00071Methyl acetate 0.0051U 1mg/Kg-dry 18-May-2024 08:140.00051Methyl tert-butyl ether 0.0051U 1mg/Kg-dry 18-May-2024 08:140.0010Methylcyclohexane 0.0051U 21-May-24Date: ALS Houston, US Note: See Qualifiers Page for a list of qualifiers and their explanation. 48 of 87 Client: Project: Sample ID: Braun Intertec Calhoun and 7th St. Phase II SB-6 (19-20') WorkOrder: Lab ID: Collection Date: HS24050907 HS24050907-20 14-May-2024 16:00 Matrix:Soil ANALYTICAL REPORT ANALYSES RESULT MQL DILUTION FACTORUNITS DATE ANALYZEDQUAL SDL VOLATILES BY SW8260C Method:SW8260 Analyst: GS 1mg/Kg-dry 18-May-2024 08:140.0010Methylene chloride 0.010U 1mg/Kg-dry 18-May-2024 08:140.0010o-Xylene 0.0051U 1mg/Kg-dry 18-May-2024 08:140.00071Styrene 0.0051U 1mg/Kg-dry 18-May-2024 08:140.00071Tetrachloroethene 0.0051U 1mg/Kg-dry 18-May-2024 08:140.00061Toluene 0.0051U 1mg/Kg-dry 18-May-2024 08:140.00051trans-1,2-Dichloroethene 0.0051U 1mg/Kg-dry 18-May-2024 08:140.00061trans-1,3-Dichloropropene 0.0051U 1mg/Kg-dry 18-May-2024 08:140.00061Trichloroethene 0.0051U 1mg/Kg-dry 18-May-2024 08:140.00051Trichlorofluoromethane 0.0051U 1mg/Kg-dry 18-May-2024 08:140.00081Vinyl chloride 0.0010U 1mg/Kg-dry 18-May-2024 08:140.0010Xylenes, Total 0.015U Surr: 1,2-Dichloroethane-d4 1%REC 18-May-2024 08:1411570-126 Surr: 4-Bromofluorobenzene 1%REC 18-May-2024 08:1493.9 70-130 Surr: Dibromofluoromethane 1%REC 18-May-2024 08:1411170-130 Surr: Toluene-d8 1%REC 18-May-2024 08:1410770-130 TEXAS TPH BY TX1005 Method:TX1005 Analyst: DBPrep:TX1005PR / 17-May-2024 1mg/Kg-dry 18-May-2024 06:197.0nC6 to nC12 47U 1mg/Kg-dry 18-May-2024 06:199.2>nC12 to nC28 47U 1mg/Kg-dry 18-May-2024 06:199.2>nC28 to nC35 47U 1mg/Kg-dry 18-May-2024 06:197.0Total Petroleum Hydrocarbon 47U Surr: 2-Fluorobiphenyl 1%REC 18-May-2024 06:1995.7 70-130 Surr: Trifluoromethyl benzene 1%REC 18-May-2024 06:1910970-130 MOISTURE - ASTM D2216 Method:ASTM D2216 Analyst: MR 1wt%16-May-2024 12:510.0100Percent Moisture 0.010014.1 21-May-24Date: ALS Houston, US Note: See Qualifiers Page for a list of qualifiers and their explanation. 49 of 87 Weight / Prep Log HS24050907 Calhoun and 7th St. Phase II Braun Intertec WorkOrder: Project: Client: Batch ID:7115 Method:VOLATILES BY SW8260C Start Date: 16 May 2024 10:26 End Date: 16 May 2024 10:26 ContainerSample ID Container Type Sample Wt/Vol Final Volume Weight Factor HS24050907-02 1 6.26 (g)TerraCore (5035A)5 (mL)0.8 HS24050907-03 1 5.256 (g)TerraCore (5035A)5 (mL)0.95 HS24050907-04 1 6.41 (g)TerraCore (5035A)5 (mL)0.78 HS24050907-05 1 6.683 (g)TerraCore (5035A)5 (mL)0.75 HS24050907-07 1 5.77 (g)TerraCore (5035A)5 (mL)0.87 HS24050907-08 1 6.349 (g)TerraCore (5035A)5 (mL)0.79 HS24050907-09 1 6.879 (g)TerraCore (5035A)5 (mL)0.73 HS24050907-10 1 5.233 (g)TerraCore (5035A)5 (mL)0.96 HS24050907-12 1 5.705 (g)TerraCore (5035A)5 (mL)0.88 HS24050907-13 1 6.182 (g)TerraCore (5035A)5 (mL)0.81 HS24050907-14 1 6.223 (g)TerraCore (5035A)5 (mL)0.8 HS24050907-15 1 5.83 (g)TerraCore (5035A)5 (mL)0.86 HS24050907-17 1 5.908 (g)TerraCore (5035A)5 (mL)0.85 HS24050907-18 1 5.908 (g)TerraCore (5035A)5 (mL)0.85 HS24050907-19 1 5.413 (g)TerraCore (5035A)5 (mL)0.92 HS24050907-20 1 5.738 (g)TerraCore (5035A)5 (mL)0.87 Batch ID:212015 Method:METALS PREP - SOLIDS - SW3050B 3050_I_LOWPrep Code: Start Date: 17 May 2024 07:00 End Date: 17 May 2024 07:00 ContainerSample ID Sample Wt/Vol Final Volume Prep Factor HS24050907-01 0.5395 (g)4-oz glass, Neat50 (mL) 92.68 HS24050907-06 0.54 (g)4-oz glass, Neat50 (mL) 92.59 HS24050907-11 0.5411 (g)4-oz glass, Neat50 (mL)92.4 HS24050907-16 0.5451 (g)4-oz glass, Neat50 (mL) 91.73 Batch ID:212099 Method:TX 1005 PREP TX 1005_S PRPrep Code: Start Date: 17 May 2024 08:23 End Date: 17 May 2024 08:23 ContainerSample ID Sample Wt/Vol Final Volume Prep Factor HS24050907-02 11.74 (g)2 Tared Vials+Plunger10 (mL) 0.8518 HS24050907-03 13.21 (g)2 Tared Vials+Plunger10 (mL) 0.757 HS24050907-04 10.81 (g)2 Tared Vials+Plunger10 (mL) 0.9251 HS24050907-05 12.35 (g)2 Tared Vials+Plunger10 (mL) 0.8097 HS24050907-07 13.39 (g)2 Tared Vials+Plunger10 (mL) 0.7468 HS24050907-08 8.69 (g)2 Tared Vials+Plunger10 (mL) 1.151 HS24050907-09 11.56 (g)2 Tared Vials+Plunger10 (mL) 0.8651 HS24050907-10 12.23 (g)2 Tared Vials+Plunger10 (mL) 0.8177 HS24050907-12 13.1 (g)2 Tared Vials+Plunger10 (mL) 0.7634 HS24050907-13 12.28 (g)2 Tared Vials+Plunger10 (mL) 0.8143 HS24050907-14 11.93 (g)2 Tared Vials+Plunger10 (mL) 0.8382 HS24050907-15 12.43 (g)2 Tared Vials+Plunger10 (mL) 0.8045 HS24050907-17 9.85 (g)2 Tared Vials+Plunger10 (mL) 1.015 HS24050907-18 11.49 (g)2 Tared Vials+Plunger10 (mL) 0.8703 HS24050907-19 11.63 (g)2 Tared Vials+Plunger10 (mL) 0.8598 HS24050907-20 12.33 (g)2 Tared Vials+Plunger10 (mL) 0.811 21-May-24Date: ALS Houston, US 50 of 87 Weight / Prep Log HS24050907 Calhoun and 7th St. Phase II Braun Intertec WorkOrder: Project: Client: Batch ID:212204 Method:MERCURY PREP - SOLID - 7471B HG_S_LOWPRPrep Code: Start Date: 21 May 2024 09:00 End Date: 21 May 2024 09:00 ContainerSample ID Sample Wt/Vol Final Volume Prep Factor HS24050907-01 0.581 (grams)4-oz glass, Neat40 (mL) 68.85 HS24050907-06 0.566 (grams)4-oz glass, Neat40 (mL) 70.67 HS24050907-11 0.585 (grams)4-oz glass, Neat40 (mL) 68.38 HS24050907-16 0.581 (grams)4-oz glass, Neat40 (mL) 68.85 21-May-24Date: ALS Houston, US 51 of 87 Client: Calhoun and 7th St. Phase II Braun Intertec WorkOrder: Project: HS24050907 DATES REPORT Collection Date Prep Date Analysis DateClient Samp IDSample ID Leachate Date DF Batch ID:212015 ( 0 ) Test Name :METALS BY SW6020A Matrix:Soil 17 May 2024 07:00 17 May 2024 19:59HS24050907-01 14 May 2024 09:27 1TMW-1 (1-2') 17 May 2024 07:00 17 May 2024 20:01HS24050907-06 14 May 2024 10:58 1SB-2 (2-3') 17 May 2024 07:00 17 May 2024 20:03HS24050907-11 14 May 2024 12:55 1TMW-2 (1-2') 17 May 2024 07:00 17 May 2024 20:05HS24050907-16 14 May 2024 15:05 1SB-5 (2-3') Batch ID:212099 ( 0 ) Test Name :TEXAS TPH BY TX1005 Matrix:Soil 17 May 2024 08:23 17 May 2024 21:59HS24050907-02 14 May 2024 09:50 1TMW-1 (6-7') 17 May 2024 08:23 17 May 2024 22:28HS24050907-03 14 May 2024 09:45 1TMW-1 (19-20') 17 May 2024 08:23 17 May 2024 22:59HS24050907-04 14 May 2024 11:40 1SB-1 (7-8') 17 May 2024 08:23 17 May 2024 23:28HS24050907-05 14 May 2024 11:40 1SB-1 (19-20') 17 May 2024 08:23 17 May 2024 23:57HS24050907-07 14 May 2024 11:00 1SB-2 (7-8') 17 May 2024 08:23 18 May 2024 00:26HS24050907-08 14 May 2024 11:02 1SB-2 (19-20') 17 May 2024 08:23 18 May 2024 00:56HS24050907-09 14 May 2024 12:25 1SB-3 (2-3') 17 May 2024 08:23 18 May 2024 02:24HS24050907-10 14 May 2024 12:25 1SB-3 (19-20') 17 May 2024 08:23 18 May 2024 02:53HS24050907-12 14 May 2024 13:05 1TMW-2 (2-3') 17 May 2024 08:23 18 May 2024 03:23HS24050907-13 14 May 2024 13:05 1TMW-2 (19-20') 17 May 2024 08:23 18 May 2024 03:52HS24050907-14 14 May 2024 14:25 1SB-4 (9-10') 17 May 2024 08:23 18 May 2024 04:21HS24050907-15 14 May 2024 14:25 1SB-4 (19-20') 17 May 2024 08:23 18 May 2024 04:51HS24050907-17 14 May 2024 15:15 1SB-5 (5-6') 17 May 2024 08:23 18 May 2024 05:20HS24050907-18 14 May 2024 15:15 1SB-5 (19-20') 17 May 2024 08:23 18 May 2024 05:49HS24050907-19 14 May 2024 16:00 1SB-6 (6-7') 17 May 2024 08:23 18 May 2024 06:19HS24050907-20 14 May 2024 16:00 1SB-6 (19-20') Batch ID:212204 ( 0 ) Test Name :MERCURY BY SW7471B Matrix:Soil 21 May 2024 09:00 21 May 2024 13:33HS24050907-01 14 May 2024 09:27 1TMW-1 (1-2') 21 May 2024 09:00 21 May 2024 13:38HS24050907-06 14 May 2024 10:58 1SB-2 (2-3') 21 May 2024 09:00 21 May 2024 13:39HS24050907-11 14 May 2024 12:55 1TMW-2 (1-2') 21 May 2024 09:00 21 May 2024 13:41HS24050907-16 14 May 2024 15:05 1SB-5 (2-3') Batch ID:R467006 ( 0 ) Test Name :MOISTURE - ASTM D2216 Matrix:Soil 16 May 2024 12:24HS24050907-01 14 May 2024 09:27 1TMW-1 (1-2') 16 May 2024 12:24HS24050907-02 14 May 2024 09:50 1TMW-1 (6-7') 16 May 2024 12:24HS24050907-03 14 May 2024 09:45 1TMW-1 (19-20') 21-May-24Date: ALS Houston, US 52 of 87 Client: Calhoun and 7th St. Phase II Braun Intertec WorkOrder: Project: HS24050907 DATES REPORT Collection Date Prep Date Analysis DateClient Samp IDSample ID Leachate Date DF Batch ID:R467049 ( 0 ) Test Name :MOISTURE - ASTM D2216 Matrix:Soil 16 May 2024 12:51HS24050907-04 14 May 2024 11:40 1SB-1 (7-8') 16 May 2024 12:51HS24050907-05 14 May 2024 11:40 1SB-1 (19-20') 16 May 2024 12:51HS24050907-06 14 May 2024 10:58 1SB-2 (2-3') 16 May 2024 12:51HS24050907-07 14 May 2024 11:00 1SB-2 (7-8') 16 May 2024 12:51HS24050907-08 14 May 2024 11:02 1SB-2 (19-20') 16 May 2024 12:51HS24050907-09 14 May 2024 12:25 1SB-3 (2-3') 16 May 2024 12:51HS24050907-10 14 May 2024 12:25 1SB-3 (19-20') 16 May 2024 12:51HS24050907-11 14 May 2024 12:55 1TMW-2 (1-2') 16 May 2024 12:51HS24050907-12 14 May 2024 13:05 1TMW-2 (2-3') 16 May 2024 12:51HS24050907-13 14 May 2024 13:05 1TMW-2 (19-20') 16 May 2024 12:51HS24050907-14 14 May 2024 14:25 1SB-4 (9-10') 16 May 2024 12:51HS24050907-15 14 May 2024 14:25 1SB-4 (19-20') 16 May 2024 12:51HS24050907-16 14 May 2024 15:05 1SB-5 (2-3') 16 May 2024 12:51HS24050907-17 14 May 2024 15:15 1SB-5 (5-6') 16 May 2024 12:51HS24050907-18 14 May 2024 15:15 1SB-5 (19-20') 16 May 2024 12:51HS24050907-19 14 May 2024 16:00 1SB-6 (6-7') 16 May 2024 12:51HS24050907-20 14 May 2024 16:00 1SB-6 (19-20') Batch ID:R467067 ( 0 ) Test Name :VOLATILES BY SW8260C Matrix:Soil 17 May 2024 18:52HS24050907-02 14 May 2024 09:50 1TMW-1 (6-7') 17 May 2024 19:13HS24050907-03 14 May 2024 09:45 1TMW-1 (19-20') 17 May 2024 19:35HS24050907-04 14 May 2024 11:40 1SB-1 (7-8') 17 May 2024 19:57HS24050907-05 14 May 2024 11:40 1SB-1 (19-20') 17 May 2024 20:18HS24050907-07 14 May 2024 11:00 1SB-2 (7-8') 17 May 2024 20:40HS24050907-08 14 May 2024 11:02 1SB-2 (19-20') 17 May 2024 22:28HS24050907-09 14 May 2024 12:25 1SB-3 (2-3') Batch ID:R467138 ( 0 ) Test Name :VOLATILES BY SW8260C Matrix:Soil 18 May 2024 05:21HS24050907-10 14 May 2024 12:25 1SB-3 (19-20') 18 May 2024 05:42HS24050907-12 14 May 2024 13:05 1TMW-2 (2-3') 18 May 2024 06:04HS24050907-13 14 May 2024 13:05 1TMW-2 (19-20') 18 May 2024 06:26HS24050907-14 14 May 2024 14:25 1SB-4 (9-10') 18 May 2024 06:47HS24050907-15 14 May 2024 14:25 1SB-4 (19-20') 18 May 2024 07:09HS24050907-17 14 May 2024 15:15 1SB-5 (5-6') 18 May 2024 07:31HS24050907-18 14 May 2024 15:15 1SB-5 (19-20') 18 May 2024 07:53HS24050907-19 14 May 2024 16:00 1SB-6 (6-7') 18 May 2024 08:14HS24050907-20 14 May 2024 16:00 1SB-6 (19-20') 21-May-24Date: ALS Houston, US 53 of 87 ALS Houston, US Date: 21-May-24 WorkOrder: HS24050907 Test Code: TX1005_S_REV3 InstrumentID: FID-13 METHOD DETECTION / REPORTING LIMITS SolidMatrix:Test Number: TX1005 Test Name: Texas TPH by TX1005 Units:mg/Kg Type Analyte DCSCAS MDL PQLDCS Spike A 25TPH-1005-1 7.4nC6 to nC12 5025 A 25TPH-1005-2 9.8>nC12 to nC28 5025 A 25TPH-1005-4 9.8>nC28 to nC35 5025 A 50TPH 7.4Total Petroleum Hydrocarbon 5050 S 0321-60-8 02-Fluorobiphenyl 00 S 098-08-8 0Trifluoromethyl benzene 00 54 of 87 ALS Houston, US Date: 21-May-24 WorkOrder: HS24050907 Test Code: HG_S_Low InstrumentID: HG04 METHOD DETECTION / REPORTING LIMITS SolidMatrix:Test Number: SW7471B Test Name: Mercury by SW7471B Units:mg/Kg Type Analyte DCSCAS MDL PQLDCS Spike A 0.002337439-97-6 0.000470Mercury 0.003320.00167 55 of 87 ALS Houston, US Date: 21-May-24 WorkOrder: HS24050907 Test Code: ICP_S_Low InstrumentID: ICPMS05 METHOD DETECTION / REPORTING LIMITS SolidMatrix:Test Number: SW6020A Test Name: Metals by SW6020A Units:mg/Kg Type Analyte DCSCAS MDL PQLDCS Spike A 0.09377440-38-2 0.0700Arsenic 0.5000.100 A 0.1277440-39-3 0.0300Barium 0.5000.100 A 0.09717440-43-9 0.0270Cadmium 0.5000.100 A 0.08707440-47-3 0.0230Chromium 0.5000.100 A 0.09917439-92-1 0.0130Lead 0.5000.100 A 0.1057782-49-2 0.0910Selenium 0.5000.200 A 0.09417440-22-4 0.0150Silver 0.5000.100 56 of 87 ALS Houston, US Date: 21-May-24 WorkOrder: HS24050907 Test Code: 8260_S InstrumentID: VOA5 METHOD DETECTION / REPORTING LIMITS SolidMatrix:Test Number: SW8260 Test Name: Volatiles by SW8260C Units:mg/Kg Type Analyte DCSCAS MDL PQLDCS Spike A 0.005371-55-6 0.000501,1,1-Trichloroethane 0.00500.0025 A 0.002179-34-5 0.000801,1,2,2-Tetrachloroethane 0.00500.0025 A 0.003976-13-1 0.000701,1,2-Trichlor-1,2,2-trifluoroethane 0.00500.0025 A 0.002479-00-5 0.000501,1,2-Trichloroethane 0.00500.0025 A 0.002375-34-3 0.000501,1-Dichloroethane 0.00500.0025 A 0.004375-35-4 0.000501,1-Dichloroethene 0.00500.0025 A 0.0017120-82-1 0.00101,2,4-Trichlorobenzene 0.00500.0025 A 0.01396-12-8 0.00101,2-Dibromo-3-chloropropane 0.00500.0025 A 0.0038106-93-4 0.000501,2-Dibromoethane 0.00500.0025 A 0.002495-50-1 0.00101,2-Dichlorobenzene 0.00500.0025 A 0.0024107-06-2 0.000601,2-Dichloroethane 0.00500.0025 A 0.002278-87-5 0.000801,2-Dichloropropane 0.00500.0025 A 0.0022541-73-1 0.00101,3-Dichlorobenzene 0.00500.0025 A 0.0021106-46-7 0.00101,4-Dichlorobenzene 0.00500.0025 A 0.005578-93-3 0.00132-Butanone 0.0100.0050 A 0.0080591-78-6 0.00142-Hexanone 0.0100.0050 A 0.0034108-10-1 0.00204-Methyl-2-pentanone 0.0100.0050 A 0.01567-64-1 0.0020Acetone 0.0200.0050 A 0.002471-43-2 0.00050Benzene 0.00500.0025 A 0.006175-27-4 0.00050Bromodichloromethane 0.00500.0025 A 0.004075-25-2 0.00060Bromoform 0.00500.0025 A 0.00005774-83-9 0.0010Bromomethane 0.0100.0025 A 0.01075-15-0 0.00060Carbon disulfide 0.0100.0050 A 0.002256-23-5 0.00060Carbon tetrachloride 0.00500.0025 A 0.0023108-90-7 0.00060Chlorobenzene 0.00500.0025 A 0.003175-00-3 0.00080Chloroethane 0.0100.0025 A 0.002567-66-3 0.00050Chloroform 0.00500.0025 A 0.002674-87-3 0.00050Chloromethane 0.0100.0025 A 0.0023156-59-2 0.00080cis-1,2-Dichloroethene 0.00500.0025 A 0.007010061-01-5 0.00050cis-1,3-Dichloropropene 0.00500.0025 A 0.0034110-82-7 0.0010Cyclohexane 0.00500.0025 A 0.0021124-48-1 0.00050Dibromochloromethane 0.00500.0025 A 0.002675-71-8 0.00070Dichlorodifluoromethane 0.00500.0025 A 0.0021100-41-4 0.00070Ethylbenzene 0.00500.0025 A 0.001998-82-8 0.00090Isopropylbenzene 0.00500.0025 A 0.0039179601-23-1 0.0016m,p-Xylene 0.0100.0050 A 0.002379-20-9 0.00070Methyl acetate 0.00500.0025 A 0.00251634-04-4 0.00050Methyl tert-butyl ether 0.00500.0025 A 0.0040108-87-2 0.0010Methylcyclohexane 0.00500.0025 A 0.003275-09-2 0.0010Methylene chloride 0.0100.0025 57 of 87 ALS Houston, US Date: 21-May-24 WorkOrder: HS24050907 Test Code: 8260_S InstrumentID: VOA5 METHOD DETECTION / REPORTING LIMITS SolidMatrix:Test Number: SW8260 Test Name: Volatiles by SW8260C Units:mg/Kg Type Analyte DCSCAS MDL PQLDCS Spike A 0.002195-47-6 0.0010o-Xylene 0.00500.0025 A 0.0018100-42-5 0.00070Styrene 0.00500.0025 A 0.0020127-18-4 0.00070Tetrachloroethene 0.00500.0025 A 0.0025108-88-3 0.00060Toluene 0.00500.0025 A 0.0040156-60-5 0.00050trans-1,2-Dichloroethene 0.00500.0025 A 0.005710061-02-6 0.00060trans-1,3-Dichloropropene 0.00500.0025 A 0.002479-01-6 0.00060Trichloroethene 0.00500.0025 A 0.004775-69-4 0.00050Trichlorofluoromethane 0.00500.0025 A 0.002875-01-4 0.00080Vinyl chloride 0.00100.0025 A 0.00601330-20-7 0.0010Xylenes, Total 0.0150.0075 S 017060-07-0 01,2-Dichloroethane-d4 00 S 0460-00-4 04-Bromofluorobenzene 00 S 01868-53-7 0Dibromofluoromethane 00 S 02037-26-5 0Toluene-d8 00 58 of 87 ALS Houston, US Date: 21-May-24 WorkOrder: HS24050907 Test Code: MOIST_ASTM InstrumentID: Balance1 METHOD DETECTION / REPORTING LIMITS SolidMatrix:Test Number: ASTM D2216 Test Name: Moisture - ASTM D2216 Units:wt% Type Analyte DCSCAS MDL PQLDCS Spike A 0MOIST 0.0100Percent Moisture 0.01000 59 of 87 Client: Project: Braun Intertec Calhoun and 7th St. Phase II WorkOrder:HS24050907 QC BATCH REPORT Batch ID: 212099 ( 0 )Instrument: FID-13 Method: TEXAS TPH BY TX1005 Sample ID:MBLK-212099 Units:mg/Kg Analysis Date:17-May-2024 20:01 Run ID:FID-13_467156 SeqNo:8018564 PrepDate:17-May-2024 DF:1 Analyte SPK ValMQLResult SPK Ref Value %REC Control Limit RPD Ref Value %RPD RPD Limit Qual MBLK Client ID: nC6 to nC12 U 50 >nC12 to nC28 U 50 >nC28 to nC35 U 50 Total Petroleum Hydrocarbon U 50 26.07 25 0 104 70 - 1300Surr: 2-Fluorobiphenyl 29.58 25 0 118 70 - 1300Surr: Trifluoromethyl benzene Sample ID:LCS-212099 Units:mg/Kg Analysis Date:17-May-2024 20:31 Run ID:FID-13_467156 SeqNo:8018565 PrepDate:17-May-2024 DF:1 Analyte SPK ValMQLResult SPK Ref Value %REC Control Limit RPD Ref Value %RPD RPD Limit Qual LCS Client ID: nC6 to nC12 210.5 250 0 84.2 75 - 12550 >nC12 to nC28 262.3 250 0 105 75 - 12550 25.85 25 0 103 70 - 1300Surr: 2-Fluorobiphenyl 26.29 25 0 105 70 - 1300Surr: Trifluoromethyl benzene Sample ID:LCSD-212099 Units:mg/Kg Analysis Date:17-May-2024 21:00 Run ID:FID-13_467156 SeqNo:8018566 PrepDate:17-May-2024 DF:1 Analyte SPK ValMQLResult SPK Ref Value %REC Control Limit RPD Ref Value %RPD RPD Limit Qual LCSD Client ID: nC6 to nC12 211.9 250 0 84.8 75 - 125 210.5 0.674 2050 >nC12 to nC28 271.2 250 0 108 75 - 125 262.3 3.34 2050 26.61 25 0 106 70 - 130 25.85 2.91 200Surr: 2-Fluorobiphenyl 27.05 25 0 108 70 - 130 26.29 2.84 200Surr: Trifluoromethyl benzene The following samples were analyzed in this batch:HS24050907-02 HS24050907-03 HS24050907-04 HS24050907-05 HS24050907-07 HS24050907-08 HS24050907-09 HS24050907-10 HS24050907-12 HS24050907-13 HS24050907-14 HS24050907-15 HS24050907-17 HS24050907-18 HS24050907-19 HS24050907-20 ALS Houston, US Date: 21-May-24 60 of 87 Client: Project: Braun Intertec Calhoun and 7th St. Phase II WorkOrder:HS24050907 QC BATCH REPORT Batch ID: 212015 ( 0 )Instrument: ICPMS05 Method: METALS BY SW6020A Sample ID:MBLK-212015 Units:mg/Kg Analysis Date:17-May-2024 19:29 Run ID:ICPMS05_467003 SeqNo:8017563 PrepDate:17-May-2024 DF:1 Analyte SPK ValMQLResult SPK Ref Value %REC Control Limit RPD Ref Value %RPD RPD Limit Qual MBLK Client ID: Arsenic U 0.498 Barium U 0.498 Cadmium U 0.498 Chromium U 0.498 Lead U 0.498 Selenium U 0.498 Silver U 0.498 Sample ID:LCS-212015 Units:mg/Kg Analysis Date:17-May-2024 19:32 Run ID:ICPMS05_467003 SeqNo:8017564 PrepDate:17-May-2024 DF:1 Analyte SPK ValMQLResult SPK Ref Value %REC Control Limit RPD Ref Value %RPD RPD Limit Qual LCS Client ID: Arsenic 9.427 9.966 0 94.6 80 - 1200.498 Barium 9.939 9.966 0 99.7 80 - 1200.498 Cadmium 9.628 9.966 0 96.6 80 - 1200.498 Chromium 9.593 9.966 0 96.3 80 - 1200.498 Lead 9.306 9.966 0 93.4 80 - 1200.498 Selenium 9.347 9.966 0 93.8 80 - 1200.498 Silver 9.614 9.966 0 96.5 80 - 1200.498 Sample ID:HS24050666-01MS Units:mg/Kg Analysis Date:17-May-2024 19:38 Run ID:ICPMS05_467003 SeqNo:8017567 PrepDate:17-May-2024 DF:1 Analyte SPK ValMQLResult SPK Ref Value %REC Control Limit RPD Ref Value %RPD RPD Limit Qual MS Client ID: Arsenic 12.2 9.144 3.101 99.5 75 - 1250.457 Barium 127.6 9.144 112.1 169 75 - 125 SO 0.457 Cadmium 8.398 9.144 0.001589 91.8 75 - 1250.457 Chromium 22.69 9.144 12.19 115 75 - 1250.457 Lead 18.58 9.144 8.628 109 75 - 1250.457 Selenium 8.691 9.144 0.6905 87.5 75 - 1250.457 Silver 8.193 9.144 0.05 89.1 75 - 1250.457 ALS Houston, US Date: 21-May-24 61 of 87 Client: Project: Braun Intertec Calhoun and 7th St. Phase II WorkOrder:HS24050907 QC BATCH REPORT Batch ID: 212015 ( 0 )Instrument: ICPMS05 Method: METALS BY SW6020A Sample ID:HS24050666-01MSD Units:mg/Kg Analysis Date:17-May-2024 19:40 Run ID:ICPMS05_467003 SeqNo:8017568 PrepDate:17-May-2024 DF:1 Analyte SPK ValMQLResult SPK Ref Value %REC Control Limit RPD Ref Value %RPD RPD Limit Qual MSD Client ID: Arsenic 11.1 9.29 3.101 86.1 75 - 125 12.2 9.43 200.465 Barium 143.5 9.29 112.1 337 75 - 125 127.6 11.7 20 SO 0.465 Cadmium 8.504 9.29 0.001589 91.5 75 - 125 8.398 1.25 200.465 Chromium 22.44 9.29 12.19 110 75 - 125 22.69 1.1 200.465 Lead 18.1 9.29 8.628 102 75 - 125 18.58 2.66 200.465 Selenium 8.428 9.29 0.6905 83.3 75 - 125 8.691 3.07 200.465 Silver 8.307 9.29 0.05 88.9 75 - 125 8.193 1.38 200.465 Sample ID:HS24050666-01PDS Units:mg/Kg Analysis Date:17-May-2024 19:42 Run ID:ICPMS05_467003 SeqNo:8017569 PrepDate:17-May-2024 DF:1 Analyte SPK ValMQLResult SPK Ref Value %REC Control Limit RPD Ref Value %RPD RPD Limit Qual PDS Client ID: Arsenic 12.13 9.346 3.101 96.6 75 - 1250.467 Barium 117.3 9.346 112.1 54.9 75 - 125 SO 0.467 Cadmium 9.019 9.346 0.001589 96.5 75 - 1250.467 Chromium 20.83 9.346 12.19 92.4 75 - 1250.467 Lead 17.76 9.346 8.628 97.7 75 - 1250.467 Selenium 9.227 9.346 0.6905 91.3 75 - 1250.467 Silver 9.069 9.346 0.05 96.5 75 - 1250.467 Sample ID:HS24050666-01SD Units:mg/Kg Analysis Date:17-May-2024 19:36 Run ID:ICPMS05_467003 SeqNo:8017566 PrepDate:17-May-2024 DF:5 Analyte SPK ValMQLResult SPK Ref Value %REC Control Limit RPD Ref Value %D %D Limit Qual SD Client ID: Arsenic 3.13 3.101 0.937 102.34 Barium 111 112.1 1.05 102.34 Cadmium U 0.001589 0 102.34 Chromium 12.67 12.19 3.96 102.34 Lead 8.553 8.628 0.876 102.34 Selenium 0.7794 0.6905 0 10 J 2.34 Silver U 0.05 0 102.34 The following samples were analyzed in this batch:HS24050907-01 HS24050907-06 HS24050907-11 HS24050907-16 ALS Houston, US Date: 21-May-24 62 of 87 Client: Project: Braun Intertec Calhoun and 7th St. Phase II WorkOrder:HS24050907 QC BATCH REPORT Batch ID: 212204 ( 0 )Instrument: HG04 Method: MERCURY BY SW7471B Sample ID:MBLK-212204 Units:mg/Kg Analysis Date:21-May-2024 13:09 Run ID:HG04_467253 SeqNo:8021066 PrepDate:21-May-2024 DF:1 Analyte SPK ValMQLResult SPK Ref Value %REC Control Limit RPD Ref Value %RPD RPD Limit Qual MBLK Client ID: Mercury U 0.00332 Sample ID:LCS-212204 Units:mg/Kg Analysis Date:21-May-2024 13:10 Run ID:HG04_467253 SeqNo:8021067 PrepDate:21-May-2024 DF:1 Analyte SPK ValMQLResult SPK Ref Value %REC Control Limit RPD Ref Value %RPD RPD Limit Qual LCS Client ID: Mercury 0.329 0.3333 0 98.8 85 - 1150.00332 Sample ID:HS24050907-01MS Units:mg/Kg Analysis Date:21-May-2024 13:34 Run ID:HG04_467253 SeqNo:8021079 PrepDate:21-May-2024 DF:1 Analyte SPK ValMQLResult SPK Ref Value %REC Control Limit RPD Ref Value %RPD RPD Limit Qual MS Client ID:TMW-1 (1-2') Mercury 0.368 0.3534 0.02492 96.9 85 - 1150.00352 Sample ID:HS24050907-01MSD Units:mg/Kg Analysis Date:21-May-2024 13:36 Run ID:HG04_467253 SeqNo:8021080 PrepDate:21-May-2024 DF:1 Analyte SPK ValMQLResult SPK Ref Value %REC Control Limit RPD Ref Value %RPD RPD Limit Qual MSD Client ID:TMW-1 (1-2') Mercury 0.364 0.3472 0.02492 97.6 85 - 115 0.3675 0.985 200.00346 The following samples were analyzed in this batch:HS24050907-01 HS24050907-06 HS24050907-11 HS24050907-16 ALS Houston, US Date: 21-May-24 63 of 87 Client: Project: Braun Intertec Calhoun and 7th St. Phase II WorkOrder:HS24050907 QC BATCH REPORT Batch ID: R467067 ( 0 )Instrument: VOA5 Method: VOLATILES BY SW8260C Sample ID:VBLKS-051724 Units:mg/Kg Analysis Date:17-May-2024 15:15 Run ID:VOA5_467067 SeqNo:8016586 PrepDate:DF:1 Analyte SPK ValMQLResult SPK Ref Value %REC Control Limit RPD Ref Value %RPD RPD Limit Qual MBLK Client ID: 1,1,1-Trichloroethane U 0.0050 1,1,2,2-Tetrachloroethane U 0.0050 1,1,2-Trichlor-1,2,2-trifluoroethane U 0.0050 1,1,2-Trichloroethane U 0.0050 1,1-Dichloroethane U 0.0050 1,1-Dichloroethene U 0.0050 1,2,4-Trichlorobenzene U 0.0050 1,2-Dibromo-3-chloropropane U 0.0050 1,2-Dibromoethane U 0.0050 1,2-Dichlorobenzene U 0.0050 1,2-Dichloroethane U 0.0050 1,2-Dichloropropane U 0.0050 1,3-Dichlorobenzene U 0.0050 1,4-Dichlorobenzene U 0.0050 2-Butanone U 0.010 2-Hexanone U 0.010 4-Methyl-2-pentanone U 0.010 Acetone U 0.020 Benzene U 0.0050 Bromodichloromethane U 0.0050 Bromoform U 0.0050 Bromomethane U 0.010 Carbon disulfide U 0.010 Carbon tetrachloride U 0.0050 Chlorobenzene U 0.0050 Chloroethane U 0.010 Chloroform U 0.0050 Chloromethane U 0.010 cis-1,2-Dichloroethene U 0.0050 cis-1,3-Dichloropropene U 0.0050 Cyclohexane U 0.0050 Dibromochloromethane U 0.0050 Dichlorodifluoromethane U 0.0050 Ethylbenzene U 0.0050 ALS Houston, US Date: 21-May-24 64 of 87 Client: Project: Braun Intertec Calhoun and 7th St. Phase II WorkOrder:HS24050907 QC BATCH REPORT Batch ID: R467067 ( 0 )Instrument: VOA5 Method: VOLATILES BY SW8260C Sample ID:VBLKS-051724 Units:mg/Kg Analysis Date:17-May-2024 15:15 Run ID:VOA5_467067 SeqNo:8016586 PrepDate:DF:1 Analyte SPK ValMQLResult SPK Ref Value %REC Control Limit RPD Ref Value %RPD RPD Limit Qual MBLK Client ID: Isopropylbenzene U 0.0050 m,p-Xylene U 0.010 Methyl acetate U 0.0050 Methyl tert-butyl ether U 0.0050 Methylcyclohexane U 0.0050 Methylene chloride U 0.010 o-Xylene U 0.0050 Styrene U 0.0050 Tetrachloroethene U 0.0050 Toluene U 0.0050 trans-1,2-Dichloroethene U 0.0050 trans-1,3-Dichloropropene U 0.0050 Trichloroethene U 0.0050 Trichlorofluoromethane U 0.0050 Vinyl chloride U 0.0010 Xylenes, Total U 0.015 0.052 0.05 0 104 76 - 1250Surr: 1,2-Dichloroethane-d4 0.049 0.05 0 97.6 80 - 1200Surr: 4-Bromofluorobenzene 0.053 0.05 0 107 80 - 1190Surr: Dibromofluoromethane 0.053 0.05 0 106 81 - 1180Surr: Toluene-d8 ALS Houston, US Date: 21-May-24 65 of 87 Client: Project: Braun Intertec Calhoun and 7th St. Phase II WorkOrder:HS24050907 QC BATCH REPORT Batch ID: R467067 ( 0 )Instrument: VOA5 Method: VOLATILES BY SW8260C Sample ID:VBLKS-051724 Units:mg/Kg Analysis Date:17-May-2024 15:37 Run ID:VOA5_467067 SeqNo:8018163 PrepDate:DF:1 Analyte SPK ValMQLResult SPK Ref Value %REC Control Limit RPD Ref Value %RPD RPD Limit Qual MBLK Client ID: 1,1,1-Trichloroethane U 0.0050 1,1,2,2-Tetrachloroethane U 0.0050 1,1,2-Trichlor-1,2,2-trifluoroethane U 0.0050 1,1,2-Trichloroethane U 0.0050 1,1-Dichloroethane U 0.0050 1,1-Dichloroethene U 0.0050 1,2,4-Trichlorobenzene U 0.0050 1,2-Dibromo-3-chloropropane U 0.0050 1,2-Dibromoethane U 0.0050 1,2-Dichlorobenzene U 0.0050 1,2-Dichloroethane U 0.0050 1,2-Dichloropropane U 0.0050 1,3-Dichlorobenzene U 0.0050 1,4-Dichlorobenzene U 0.0050 2-Butanone U 0.010 2-Hexanone U 0.010 4-Methyl-2-pentanone U 0.010 Acetone 0.0053 J0.020 Benzene U 0.0050 Bromodichloromethane U 0.0050 Bromoform 0.023 0.0050 Bromomethane U 0.010 Carbon disulfide U 0.010 Carbon tetrachloride 0.014 0.0050 Chlorobenzene U 0.0050 Chloroethane U 0.010 Chloroform U 0.0050 Chloromethane 0.00063 J0.010 cis-1,2-Dichloroethene U 0.0050 cis-1,3-Dichloropropene U 0.0050 Cyclohexane 0.0016 J0.0050 Dibromochloromethane U 0.0050 Dichlorodifluoromethane U 0.0050 Ethylbenzene U 0.0050 ALS Houston, US Date: 21-May-24 66 of 87 Client: Project: Braun Intertec Calhoun and 7th St. Phase II WorkOrder:HS24050907 QC BATCH REPORT Batch ID: R467067 ( 0 )Instrument: VOA5 Method: VOLATILES BY SW8260C Sample ID:VBLKS-051724 Units:mg/Kg Analysis Date:17-May-2024 15:37 Run ID:VOA5_467067 SeqNo:8018163 PrepDate:DF:1 Analyte SPK ValMQLResult SPK Ref Value %REC Control Limit RPD Ref Value %RPD RPD Limit Qual MBLK Client ID: Isopropylbenzene U 0.0050 m,p-Xylene U 0.010 Methyl acetate U 0.0050 Methyl tert-butyl ether U 0.0050 Methylcyclohexane U 0.0050 Methylene chloride 0.0038 J0.010 o-Xylene U 0.0050 Styrene U 0.0050 Tetrachloroethene U 0.0050 Toluene U 0.0050 trans-1,2-Dichloroethene U 0.0050 trans-1,3-Dichloropropene U 0.0050 Trichloroethene U 0.0050 Trichlorofluoromethane U 0.0050 Vinyl chloride U 0.0010 Xylenes, Total U 0.015 0.055 0.05 0 109 76 - 1250Surr: 1,2-Dichloroethane-d4 0.049 0.05 0 97.3 80 - 1200Surr: 4-Bromofluorobenzene 0.055 0.05 0 110 80 - 1190Surr: Dibromofluoromethane 0.051 0.05 0 102 81 - 1180Surr: Toluene-d8 ALS Houston, US Date: 21-May-24 67 of 87 Client: Project: Braun Intertec Calhoun and 7th St. Phase II WorkOrder:HS24050907 QC BATCH REPORT Batch ID: R467067 ( 0 )Instrument: VOA5 Method: VOLATILES BY SW8260C Sample ID:VLCS-051724 Units:mg/Kg Analysis Date:17-May-2024 14:32 Run ID:VOA5_467067 SeqNo:8016585 PrepDate:DF:1 Analyte SPK ValMQLResult SPK Ref Value %REC Control Limit RPD Ref Value %RPD RPD Limit Qual LCS Client ID: 1,1,1-Trichloroethane 0.051 0.05 0 102 72 - 1300.0050 1,1,2,2-Tetrachloroethane 0.043 0.05 0 86.5 71 - 1240.0050 1,1,2-Trichlor-1,2,2-trifluoroethane 0.051 0.05 0 101 70 - 1300.0050 1,1,2-Trichloroethane 0.044 0.05 0 87.8 78 - 1170.0050 1,1-Dichloroethane 0.050 0.05 0 100 76 - 1280.0050 1,1-Dichloroethene 0.050 0.05 0 99.8 72 - 1300.0050 1,2,4-Trichlorobenzene 0.044 0.05 0 87.5 70 - 1280.0050 1,2-Dibromo-3-chloropropane 0.044 0.05 0 88.4 70 - 1280.0050 1,2-Dibromoethane 0.044 0.05 0 87.2 78 - 1200.0050 1,2-Dichlorobenzene 0.044 0.05 0 87.0 79 - 1210.0050 1,2-Dichloroethane 0.046 0.05 0 91.8 77 - 1200.0050 1,2-Dichloropropane 0.048 0.05 0 95.2 77 - 1210.0050 1,3-Dichlorobenzene 0.045 0.05 0 89.7 78 - 1210.0050 1,4-Dichlorobenzene 0.044 0.05 0 88.4 78 - 1200.0050 2-Butanone 0.11 0.1 0 111 70 - 1280.010 2-Hexanone 0.11 0.1 0 109 72 - 1270.010 4-Methyl-2-pentanone 0.095 0.1 0 95.1 70 - 1280.010 Acetone 0.12 0.1 0 124 70 - 1300.020 Benzene 0.046 0.05 0 92.9 75 - 1240.0050 Bromodichloromethane 0.046 0.05 0 91.9 78 - 1220.0050 Bromoform 0.038 0.05 0 75.7 74 - 1200.0050 Bromomethane 0.043 0.05 0 85.5 70 - 1300.010 Carbon disulfide 0.100 0.1 0 99.7 70 - 1220.010 Carbon tetrachloride 0.042 0.05 0 84.1 72 - 1280.0050 Chlorobenzene 0.044 0.05 0 87.0 78 - 1220.0050 Chloroethane 0.041 0.05 0 82.7 70 - 1300.010 Chloroform 0.049 0.05 0 97.1 73 - 1270.0050 Chloromethane 0.042 0.05 0 84.6 70 - 1300.010 cis-1,2-Dichloroethene 0.048 0.05 0 96.0 77 - 1250.0050 cis-1,3-Dichloropropene 0.044 0.05 0 87.7 78 - 1220.0050 Cyclohexane 0.050 0.05 0 99.3 74 - 1260.0050 Dibromochloromethane 0.040 0.05 0 79.1 78 - 1200.0050 Dichlorodifluoromethane 0.045 0.05 0 90.7 70 - 1300.0050 Ethylbenzene 0.045 0.05 0 90.2 70 - 1230.0050 ALS Houston, US Date: 21-May-24 68 of 87 Client: Project: Braun Intertec Calhoun and 7th St. Phase II WorkOrder:HS24050907 QC BATCH REPORT Batch ID: R467067 ( 0 )Instrument: VOA5 Method: VOLATILES BY SW8260C Sample ID:VLCS-051724 Units:mg/Kg Analysis Date:17-May-2024 14:32 Run ID:VOA5_467067 SeqNo:8016585 PrepDate:DF:1 Analyte SPK ValMQLResult SPK Ref Value %REC Control Limit RPD Ref Value %RPD RPD Limit Qual LCS Client ID: Isopropylbenzene 0.047 0.05 0 94.3 78 - 1270.0050 m,p-Xylene 0.091 0.1 0 91.0 77 - 1250.010 Methyl acetate 0.048 0.05 0 95.8 69 - 1230.0050 Methyl tert-butyl ether 0.045 0.05 0 90.4 70 - 1280.0050 Methylcyclohexane 0.052 0.05 0 103 77 - 1270.0050 Methylene chloride 0.050 0.05 0 101 71 - 1250.010 o-Xylene 0.045 0.05 0 89.1 78 - 1220.0050 Styrene 0.046 0.05 0 91.3 80 - 1230.0050 Tetrachloroethene 0.045 0.05 0 89.7 70 - 1300.0050 Toluene 0.044 0.05 0 88.5 76 - 1220.0050 trans-1,2-Dichloroethene 0.048 0.05 0 96.9 75 - 1280.0050 trans-1,3-Dichloropropene 0.045 0.05 0 90.5 75 - 1230.0050 Trichloroethene 0.047 0.05 0 93.5 78 - 1250.0050 Trichlorofluoromethane 0.050 0.05 0 100 70 - 1300.0050 Vinyl chloride 0.046 0.05 0 92.5 70 - 1300.0010 Xylenes, Total 0.14 0.15 0 90.4 77 - 1280.015 0.056 0.05 0 112 76 - 1250Surr: 1,2-Dichloroethane-d4 0.052 0.05 0 105 80 - 1200Surr: 4-Bromofluorobenzene 0.057 0.05 0 114 80 - 1190Surr: Dibromofluoromethane 0.050 0.05 0 100 81 - 1180Surr: Toluene-d8 ALS Houston, US Date: 21-May-24 69 of 87 Client: Project: Braun Intertec Calhoun and 7th St. Phase II WorkOrder:HS24050907 QC BATCH REPORT Batch ID: R467067 ( 0 )Instrument: VOA5 Method: VOLATILES BY SW8260C Sample ID:HS24050578-06MS Units:mg/Kg Analysis Date:17-May-2024 23:12 Run ID:VOA5_467067 SeqNo:8018122 PrepDate:DF:1 Analyte SPK ValMQLResult SPK Ref Value %REC Control Limit RPD Ref Value %RPD RPD Limit Qual MS Client ID: 1,1,1-Trichloroethane 0.034 0.05 0 68.9 70 - 130 S0.0050 1,1,2,2-Tetrachloroethane 0.015 0.05 0 30.6 70 - 130 S0.0050 1,1,2-Trichlor-1,2,2-trifluoroethane 0.040 0.05 0 79.7 70 - 1300.0050 1,1,2-Trichloroethane 0.018 0.05 0 35.0 70 - 130 S0.0050 1,1-Dichloroethane 0.032 0.05 0 63.2 70 - 130 S0.0050 1,1-Dichloroethene 0.037 0.05 0 74.2 70 - 1300.0050 1,2,4-Trichlorobenzene 0.010 0.05 0 20.3 70 - 130 S0.0050 1,2-Dibromo-3-chloropropane 0.011 0.05 0 22.2 70 - 130 S0.0050 1,2-Dibromoethane 0.016 0.05 0 32.6 70 - 120 S0.0050 1,2-Dichlorobenzene 0.015 0.05 0 29.3 70 - 130 S0.0050 1,2-Dichloroethane 0.021 0.05 0 41.6 70 - 130 S0.0050 1,2-Dichloropropane 0.024 0.05 0 48.5 70 - 130 S0.0050 1,3-Dichlorobenzene 0.017 0.05 0 33.2 70 - 130 S0.0050 1,4-Dichlorobenzene 0.016 0.05 0 31.4 70 - 130 S0.0050 2-Butanone 0.13 0.1 0 125 70 - 1300.010 2-Hexanone 0.028 0.1 0 28.1 70 - 130 S0.010 4-Methyl-2-pentanone 0.046 0.1 0 46.1 70 - 128 S0.010 Acetone 0.11 0.1 0 111 70 - 1300.020 Benzene 0.029 0.05 0 57.6 70 - 130 S0.0050 Bromodichloromethane 0.021 0.05 0 41.7 70 - 130 S0.0050 Bromoform 0.013 0.05 0 26.5 70 - 130 S0.0050 Bromomethane 0.028 0.05 0 55.6 70 - 130 S0.010 Carbon disulfide 0.064 0.1 0 64.0 70 - 130 S0.010 Carbon tetrachloride 0.029 0.05 0 59.0 70 - 130 S0.0050 Chlorobenzene 0.022 0.05 0 43.1 70 - 130 S0.0050 Chloroethane 0.037 0.05 0 73.2 70 - 1300.010 Chloroform 0.028 0.05 0 55.7 70 - 130 S0.0050 Chloromethane 0.032 0.05 0 63.5 70 - 130 S0.010 cis-1,2-Dichloroethene 0.028 0.05 0 55.7 70 - 130 S0.0050 cis-1,3-Dichloropropene 0.019 0.05 0 38.5 70 - 130 S0.0050 Cyclohexane 0.037 0.05 0 74.9 74 - 1260.0050 Dibromochloromethane 0.016 0.05 0 32.1 70 - 130 S0.0050 Dichlorodifluoromethane 0.037 0.05 0 74.6 70 - 1300.0050 Ethylbenzene 0.025 0.05 0 50.8 70 - 130 S0.0050 ALS Houston, US Date: 21-May-24 70 of 87 Client: Project: Braun Intertec Calhoun and 7th St. Phase II WorkOrder:HS24050907 QC BATCH REPORT Batch ID: R467067 ( 0 )Instrument: VOA5 Method: VOLATILES BY SW8260C Sample ID:HS24050578-06MS Units:mg/Kg Analysis Date:17-May-2024 23:12 Run ID:VOA5_467067 SeqNo:8018122 PrepDate:DF:1 Analyte SPK ValMQLResult SPK Ref Value %REC Control Limit RPD Ref Value %RPD RPD Limit Qual MS Client ID: Isopropylbenzene 0.027 0.05 0 53.2 70 - 130 S0.0050 m,p-Xylene 0.049 0.1 0 49.1 70 - 130 S0.010 Methyl acetate 0.021 0.05 0 41.2 69 - 123 S0.0050 Methyl tert-butyl ether 0.018 0.05 0 35.3 70 - 130 S0.0050 Methylcyclohexane 0.036 0.05 0 72.8 77 - 127 S0.0050 Methylene chloride 0.027 0.05 0 53.5 70 - 130 S0.010 o-Xylene 0.023 0.05 0 45.1 70 - 130 S0.0050 Styrene 0.019 0.05 0 38.6 70 - 130 S0.0050 Tetrachloroethene 0.028 0.05 0 56.8 70 - 130 S0.0050 Toluene 0.026 0.05 0 52.2 70 - 130 S0.0050 trans-1,2-Dichloroethene 0.033 0.05 0 66.5 70 - 130 S0.0050 trans-1,3-Dichloropropene 0.017 0.05 0 33.4 70 - 130 S0.0050 Trichloroethene 0.030 0.05 0 59.6 70 - 130 S0.0050 Trichlorofluoromethane 0.039 0.05 0 77.7 70 - 1300.0050 Vinyl chloride 0.038 0.05 0 76.1 70 - 1300.0010 Xylenes, Total 0.072 0.15 0 47.8 70 - 130 S0.015 0.061 0.05 0 123 70 - 1260Surr: 1,2-Dichloroethane-d4 0.052 0.05 0 103 70 - 1300Surr: 4-Bromofluorobenzene 0.058 0.05 0 116 70 - 1300Surr: Dibromofluoromethane 0.052 0.05 0 103 70 - 1300Surr: Toluene-d8 ALS Houston, US Date: 21-May-24 71 of 87 Client: Project: Braun Intertec Calhoun and 7th St. Phase II WorkOrder:HS24050907 QC BATCH REPORT Batch ID: R467067 ( 0 )Instrument: VOA5 Method: VOLATILES BY SW8260C Sample ID:HS24050578-06MSD Units:mg/Kg Analysis Date:17-May-2024 23:34 Run ID:VOA5_467067 SeqNo:8018123 PrepDate:DF:1 Analyte SPK ValMQLResult SPK Ref Value %REC Control Limit RPD Ref Value %RPD RPD Limit Qual MSD Client ID: 1,1,1-Trichloroethane 0.039 0.0475 0 82.0 70 - 130 0.03444 12.3 300.0048 1,1,2,2-Tetrachloroethane 0.020 0.0475 0 43.0 70 - 130 0.01531 28.5 30 S0.0048 1,1,2-Trichlor-1,2,2-trifluoroethane 0.040 0.0475 0 84.1 70 - 130 0.03986 0.216 300.0048 1,1,2-Trichloroethane 0.022 0.0475 0 46.6 70 - 130 0.01750 23.5 30 S0.0048 1,1-Dichloroethane 0.036 0.0475 0 75.9 70 - 130 0.03159 13.2 300.0048 1,1-Dichloroethene 0.041 0.0475 0 87.1 70 - 130 0.03712 10.8 300.0048 1,2,4-Trichlorobenzene 0.012 0.0475 0 25.1 70 - 130 0.01016 16.1 30 S0.0048 1,2-Dibromo-3-chloropropane 0.017 0.0475 0 35.2 70 - 130 0.01110 40.3 30 SR0.0048 1,2-Dibromoethane 0.021 0.0475 0 44.5 70 - 120 0.01629 26 30 S0.0048 1,2-Dichlorobenzene 0.017 0.0475 0 36.6 70 - 130 0.01467 17.1 30 S0.0048 1,2-Dichloroethane 0.026 0.0475 0 55.1 70 - 130 0.02082 22.8 30 S0.0048 1,2-Dichloropropane 0.029 0.0475 0 60.5 70 - 130 0.02425 17 30 S0.0048 1,3-Dichlorobenzene 0.019 0.0475 0 39.9 70 - 130 0.01661 13.1 30 S0.0048 1,4-Dichlorobenzene 0.018 0.0475 0 38.8 70 - 130 0.01572 15.8 30 S0.0048 2-Butanone 0.25 0.095 0 268 70 - 130 0.1252 68 30 SR0.0095 2-Hexanone 0.041 0.095 0 43.3 70 - 130 0.02807 37.7 30 SR0.0095 4-Methyl-2-pentanone 0.076 0.095 0 79.9 70 - 128 0.04611 48.9 30 R0.0095 Acetone 0.28 0.095 0 290 70 - 130 0.1110 85.1 30 SR0.019 Benzene 0.032 0.0475 0 66.9 70 - 130 0.02881 9.75 30 S0.0048 Bromodichloromethane 0.026 0.0475 0 54.8 70 - 130 0.02084 22.2 30 S0.0048 Bromoform 0.017 0.0475 0 36.0 70 - 130 0.01327 25.2 30 S0.0048 Bromomethane 0.033 0.0475 0 69.6 70 - 130 0.02781 17.2 30 S0.0095 Carbon disulfide 0.062 0.095 0 65.6 70 - 130 0.06396 2.57 30 S0.0095 Carbon tetrachloride 0.032 0.0475 0 67.0 70 - 130 0.02949 7.62 30 S0.0048 Chlorobenzene 0.025 0.0475 0 51.9 70 - 130 0.02155 13.4 30 S0.0048 Chloroethane 0.041 0.0475 0 86.2 70 - 130 0.03661 11.1 300.0095 Chloroform 0.033 0.0475 0 68.8 70 - 130 0.02784 16.1 30 S0.0048 Chloromethane 0.034 0.0475 0 71.4 70 - 130 0.03173 6.69 300.0095 cis-1,2-Dichloroethene 0.032 0.0475 0 68.0 70 - 130 0.02783 14.8 30 S0.0048 cis-1,3-Dichloropropene 0.024 0.0475 0 49.5 70 - 130 0.01924 20.1 30 S0.0048 Cyclohexane 0.040 0.0475 0 84.7 74 - 126 0.03744 7.14 300.0048 Dibromochloromethane 0.020 0.0475 0 42.2 70 - 130 0.01605 22.1 30 S0.0048 Dichlorodifluoromethane 0.040 0.0475 0 83.9 70 - 130 0.03730 6.57 300.0048 Ethylbenzene 0.028 0.0475 0 59.9 70 - 130 0.02542 11.2 30 S0.0048 ALS Houston, US Date: 21-May-24 72 of 87 Client: Project: Braun Intertec Calhoun and 7th St. Phase II WorkOrder:HS24050907 QC BATCH REPORT Batch ID: R467067 ( 0 )Instrument: VOA5 Method: VOLATILES BY SW8260C Sample ID:HS24050578-06MSD Units:mg/Kg Analysis Date:17-May-2024 23:34 Run ID:VOA5_467067 SeqNo:8018123 PrepDate:DF:1 Analyte SPK ValMQLResult SPK Ref Value %REC Control Limit RPD Ref Value %RPD RPD Limit Qual MSD Client ID: Isopropylbenzene 0.029 0.0475 0 60.9 70 - 130 0.02660 8.4 30 S0.0048 m,p-Xylene 0.054 0.095 0 56.6 70 - 130 0.04913 8.98 30 S0.0095 Methyl acetate 0.024 0.0475 0 49.7 69 - 123 0.02060 13.5 30 S0.0048 Methyl tert-butyl ether 0.023 0.0475 0 47.9 70 - 130 0.01763 25.2 30 S0.0048 Methylcyclohexane 0.033 0.0475 0 70.2 77 - 127 0.03638 8.71 30 S0.0048 Methylene chloride 0.034 0.0475 0 71.1 70 - 130 0.02675 23.2 300.0095 o-Xylene 0.025 0.0475 0 53.4 70 - 130 0.02254 11.8 30 S0.0048 Styrene 0.022 0.0475 0 46.7 70 - 130 0.01929 14 30 S0.0048 Tetrachloroethene 0.030 0.0475 0 62.6 70 - 130 0.02842 4.56 30 S0.0048 Toluene 0.029 0.0475 0 60.6 70 - 130 0.02611 9.79 30 S0.0048 trans-1,2-Dichloroethene 0.037 0.0475 0 77.2 70 - 130 0.03323 9.85 300.0048 trans-1,3-Dichloropropene 0.021 0.0475 0 44.2 70 - 130 0.01669 22.9 30 S0.0048 Trichloroethene 0.033 0.0475 0 69.0 70 - 130 0.02982 9.47 30 S0.0048 Trichlorofluoromethane 0.041 0.0475 0 87.3 70 - 130 0.03887 6.51 300.0048 Vinyl chloride 0.040 0.0475 0 84.8 70 - 130 0.03804 5.77 300.00095 Xylenes, Total 0.079 0.1425 0 55.5 70 - 130 0.07167 9.87 30 S0.014 0.057 0.0475 0 119 70 - 126 0.06144 8.19 300Surr: 1,2-Dichloroethane-d4 0.049 0.0475 0 103 70 - 130 0.05151 4.96 300Surr: 4-Bromofluorobenzene 0.057 0.0475 0 121 70 - 130 0.05792 0.749 300Surr: Dibromofluoromethane 0.048 0.0475 0 102 70 - 130 0.05154 6.58 300Surr: Toluene-d8 The following samples were analyzed in this batch:HS24050907-02 HS24050907-03 HS24050907-04 HS24050907-05 HS24050907-07 HS24050907-08 HS24050907-09 ALS Houston, US Date: 21-May-24 73 of 87 Client: Project: Braun Intertec Calhoun and 7th St. Phase II WorkOrder:HS24050907 QC BATCH REPORT Batch ID: R467138 ( 0 )Instrument: VOA5 Method: VOLATILES BY SW8260C Sample ID:VBLKS-051724 Units:mg/Kg Analysis Date:18-May-2024 03:10 Run ID:VOA5_467138 SeqNo:8018240 PrepDate:DF:1 Analyte SPK ValMQLResult SPK Ref Value %REC Control Limit RPD Ref Value %RPD RPD Limit Qual MBLK Client ID: 1,1,1-Trichloroethane U 0.0050 1,1,2,2-Tetrachloroethane U 0.0050 1,1,2-Trichlor-1,2,2-trifluoroethane U 0.0050 1,1,2-Trichloroethane U 0.0050 1,1-Dichloroethane U 0.0050 1,1-Dichloroethene U 0.0050 1,2,4-Trichlorobenzene U 0.0050 1,2-Dibromo-3-chloropropane U 0.0050 1,2-Dibromoethane U 0.0050 1,2-Dichlorobenzene U 0.0050 1,2-Dichloroethane U 0.0050 1,2-Dichloropropane U 0.0050 1,3-Dichlorobenzene U 0.0050 1,4-Dichlorobenzene U 0.0050 2-Butanone U 0.010 2-Hexanone U 0.010 4-Methyl-2-pentanone U 0.010 Acetone U 0.020 Benzene U 0.0050 Bromodichloromethane U 0.0050 Bromoform U 0.0050 Bromomethane U 0.010 Carbon disulfide U 0.010 Carbon tetrachloride U 0.0050 Chlorobenzene U 0.0050 Chloroethane U 0.010 Chloroform U 0.0050 Chloromethane U 0.010 cis-1,2-Dichloroethene U 0.0050 cis-1,3-Dichloropropene U 0.0050 Cyclohexane U 0.0050 Dibromochloromethane U 0.0050 Dichlorodifluoromethane U 0.0050 Ethylbenzene U 0.0050 ALS Houston, US Date: 21-May-24 74 of 87 Client: Project: Braun Intertec Calhoun and 7th St. Phase II WorkOrder:HS24050907 QC BATCH REPORT Batch ID: R467138 ( 0 )Instrument: VOA5 Method: VOLATILES BY SW8260C Sample ID:VBLKS-051724 Units:mg/Kg Analysis Date:18-May-2024 03:10 Run ID:VOA5_467138 SeqNo:8018240 PrepDate:DF:1 Analyte SPK ValMQLResult SPK Ref Value %REC Control Limit RPD Ref Value %RPD RPD Limit Qual MBLK Client ID: Isopropylbenzene U 0.0050 m,p-Xylene U 0.010 Methyl acetate U 0.0050 Methyl tert-butyl ether U 0.0050 Methylcyclohexane U 0.0050 Methylene chloride U 0.010 o-Xylene U 0.0050 Styrene U 0.0050 Tetrachloroethene U 0.0050 Toluene U 0.0050 trans-1,2-Dichloroethene U 0.0050 trans-1,3-Dichloropropene U 0.0050 Trichloroethene U 0.0050 Trichlorofluoromethane U 0.0050 Vinyl chloride U 0.0010 Xylenes, Total U 0.015 0.056 0.05 0 112 76 - 1250Surr: 1,2-Dichloroethane-d4 0.049 0.05 0 98.1 80 - 1200Surr: 4-Bromofluorobenzene 0.057 0.05 0 115 80 - 1190Surr: Dibromofluoromethane 0.052 0.05 0 105 81 - 1180Surr: Toluene-d8 ALS Houston, US Date: 21-May-24 75 of 87 Client: Project: Braun Intertec Calhoun and 7th St. Phase II WorkOrder:HS24050907 QC BATCH REPORT Batch ID: R467138 ( 0 )Instrument: VOA5 Method: VOLATILES BY SW8260C Sample ID:VLCS-051724 Units:mg/Kg Analysis Date:18-May-2024 02:27 Run ID:VOA5_467138 SeqNo:8018238 PrepDate:DF:1 Analyte SPK ValMQLResult SPK Ref Value %REC Control Limit RPD Ref Value %RPD RPD Limit Qual LCS Client ID: 1,1,1-Trichloroethane 0.058 0.05 0 117 72 - 1300.0050 1,1,2,2-Tetrachloroethane 0.040 0.05 0 79.4 71 - 1240.0050 1,1,2-Trichlor-1,2,2-trifluoroethane 0.058 0.05 0 115 70 - 1300.0050 1,1,2-Trichloroethane 0.043 0.05 0 86.0 78 - 1170.0050 1,1-Dichloroethane 0.059 0.05 0 118 76 - 1280.0050 1,1-Dichloroethene 0.057 0.05 0 113 72 - 1300.0050 1,2,4-Trichlorobenzene 0.035 0.05 0 70.2 70 - 1280.0050 1,2-Dibromo-3-chloropropane 0.040 0.05 0 80.4 70 - 1280.0050 1,2-Dibromoethane 0.044 0.05 0 87.1 78 - 1200.0050 1,2-Dichlorobenzene 0.043 0.05 0 86.0 79 - 1210.0050 1,2-Dichloroethane 0.050 0.05 0 100 77 - 1200.0050 1,2-Dichloropropane 0.053 0.05 0 106 77 - 1210.0050 1,3-Dichlorobenzene 0.042 0.05 0 83.5 78 - 1210.0050 1,4-Dichlorobenzene 0.041 0.05 0 82.7 78 - 1200.0050 2-Butanone 0.099 0.1 0 99.1 70 - 1280.010 2-Hexanone 0.091 0.1 0 90.8 72 - 1270.010 4-Methyl-2-pentanone 0.085 0.1 0 85.1 70 - 1280.010 Acetone 0.12 0.1 0 118 70 - 1300.020 Benzene 0.052 0.05 0 104 75 - 1240.0050 Bromodichloromethane 0.052 0.05 0 104 78 - 1220.0050 Bromoform 0.039 0.05 0 78.9 74 - 1200.0050 Bromomethane 0.047 0.05 0 94.7 70 - 1300.010 Carbon disulfide 0.11 0.1 0 111 70 - 1220.010 Carbon tetrachloride 0.046 0.05 0 91.5 72 - 1280.0050 Chlorobenzene 0.045 0.05 0 90.5 78 - 1220.0050 Chloroethane 0.054 0.05 0 107 70 - 1300.010 Chloroform 0.057 0.05 0 114 73 - 1270.0050 Chloromethane 0.048 0.05 0 95.6 70 - 1300.010 cis-1,2-Dichloroethene 0.056 0.05 0 111 77 - 1250.0050 cis-1,3-Dichloropropene 0.046 0.05 0 92.4 78 - 1220.0050 Cyclohexane 0.054 0.05 0 108 74 - 1260.0050 Dibromochloromethane 0.041 0.05 0 81.8 78 - 1200.0050 Dichlorodifluoromethane 0.049 0.05 0 98.8 70 - 1300.0050 Ethylbenzene 0.045 0.05 0 90.4 70 - 1230.0050 ALS Houston, US Date: 21-May-24 76 of 87 Client: Project: Braun Intertec Calhoun and 7th St. Phase II WorkOrder:HS24050907 QC BATCH REPORT Batch ID: R467138 ( 0 )Instrument: VOA5 Method: VOLATILES BY SW8260C Sample ID:VLCS-051724 Units:mg/Kg Analysis Date:18-May-2024 02:27 Run ID:VOA5_467138 SeqNo:8018238 PrepDate:DF:1 Analyte SPK ValMQLResult SPK Ref Value %REC Control Limit RPD Ref Value %RPD RPD Limit Qual LCS Client ID: Isopropylbenzene 0.047 0.05 0 93.2 78 - 1270.0050 m,p-Xylene 0.089 0.1 0 89.4 77 - 1250.010 Methyl acetate 0.045 0.05 0 91.0 69 - 1230.0050 Methyl tert-butyl ether 0.055 0.05 0 110 70 - 1280.0050 Methylcyclohexane 0.058 0.05 0 115 77 - 1270.0050 Methylene chloride 0.054 0.05 0 109 71 - 1250.010 o-Xylene 0.045 0.05 0 90.0 78 - 1220.0050 Styrene 0.046 0.05 0 91.8 80 - 1230.0050 Tetrachloroethene 0.044 0.05 0 87.8 70 - 1300.0050 Toluene 0.046 0.05 0 91.8 76 - 1220.0050 trans-1,2-Dichloroethene 0.054 0.05 0 109 75 - 1280.0050 trans-1,3-Dichloropropene 0.047 0.05 0 93.2 75 - 1230.0050 Trichloroethene 0.052 0.05 0 104 78 - 1250.0050 Trichlorofluoromethane 0.055 0.05 0 110 70 - 1300.0050 Vinyl chloride 0.054 0.05 0 107 70 - 1300.0010 Xylenes, Total 0.13 0.15 0 89.6 77 - 1280.015 0.058 0.05 0 116 76 - 1250Surr: 1,2-Dichloroethane-d4 0.052 0.05 0 104 80 - 1200Surr: 4-Bromofluorobenzene 0.059 0.05 0 118 80 - 1190Surr: Dibromofluoromethane 0.049 0.05 0 98.9 81 - 1180Surr: Toluene-d8 ALS Houston, US Date: 21-May-24 77 of 87 Client: Project: Braun Intertec Calhoun and 7th St. Phase II WorkOrder:HS24050907 QC BATCH REPORT Batch ID: R467138 ( 0 )Instrument: VOA5 Method: VOLATILES BY SW8260C Sample ID:LCSD-051724 Units:mg/Kg Analysis Date:18-May-2024 02:49 Run ID:VOA5_467138 SeqNo:8018239 PrepDate:DF:1 Analyte SPK ValMQLResult SPK Ref Value %REC Control Limit RPD Ref Value %RPD RPD Limit Qual LCSD Client ID: 1,1,1-Trichloroethane 0.060 0.05 0 120 72 - 130 0.05846 2.48 200.0050 1,1,2,2-Tetrachloroethane 0.043 0.05 0 86.6 71 - 124 0.03971 8.67 200.0050 1,1,2-Trichlor-1,2,2-trifluoroethane 0.058 0.05 0 117 70 - 130 0.05756 1.55 200.0050 1,1,2-Trichloroethane 0.048 0.05 0 96.0 78 - 117 0.04302 11 200.0050 1,1-Dichloroethane 0.060 0.05 0 120 76 - 128 0.05922 1.44 200.0050 1,1-Dichloroethene 0.059 0.05 0 117 72 - 130 0.05667 3.23 200.0050 1,2,4-Trichlorobenzene 0.037 0.05 0 74.1 70 - 128 0.03511 5.31 200.0050 1,2-Dibromo-3-chloropropane 0.045 0.05 0 89.1 70 - 128 0.04021 10.3 200.0050 1,2-Dibromoethane 0.047 0.05 0 94.8 78 - 120 0.04354 8.55 200.0050 1,2-Dichlorobenzene 0.045 0.05 0 90.5 79 - 121 0.04302 5.08 200.0050 1,2-Dichloroethane 0.053 0.05 0 106 77 - 120 0.05023 5.27 200.0050 1,2-Dichloropropane 0.056 0.05 0 112 77 - 121 0.05311 5.56 200.0050 1,3-Dichlorobenzene 0.045 0.05 0 89.3 78 - 121 0.04175 6.68 200.0050 1,4-Dichlorobenzene 0.044 0.05 0 87.1 78 - 120 0.04137 5.11 200.0050 2-Butanone 0.10 0.1 0 104 70 - 128 0.09908 5.03 200.010 2-Hexanone 0.10 0.1 0 102 72 - 127 0.09075 11.3 200.010 4-Methyl-2-pentanone 0.097 0.1 0 96.6 70 - 128 0.08514 12.6 200.010 Acetone 0.13 0.1 0 128 70 - 130 0.1179 8.12 200.020 Benzene 0.054 0.05 0 108 75 - 124 0.05214 3.93 200.0050 Bromodichloromethane 0.056 0.05 0 112 78 - 122 0.05210 6.98 200.0050 Bromoform 0.043 0.05 0 86.6 74 - 120 0.03943 9.4 200.0050 Bromomethane 0.051 0.05 0 102 70 - 130 0.04736 7.23 200.010 Carbon disulfide 0.11 0.1 0 114 70 - 122 0.1115 2.43 200.010 Carbon tetrachloride 0.050 0.05 0 99.1 72 - 128 0.04574 7.99 200.0050 Chlorobenzene 0.049 0.05 0 97.5 78 - 122 0.04526 7.45 200.0050 Chloroethane 0.062 0.05 0 124 70 - 130 0.05360 14.4 200.010 Chloroform 0.058 0.05 0 116 73 - 127 0.05680 1.84 200.0050 Chloromethane 0.049 0.05 0 97.6 70 - 130 0.04778 2.1 200.010 cis-1,2-Dichloroethene 0.056 0.05 0 113 77 - 125 0.05575 0.991 200.0050 cis-1,3-Dichloropropene 0.049 0.05 0 98.3 78 - 122 0.04622 6.09 200.0050 Cyclohexane 0.057 0.05 0 114 74 - 126 0.05423 4.72 200.0050 Dibromochloromethane 0.044 0.05 0 88.2 78 - 120 0.04091 7.5 200.0050 Dichlorodifluoromethane 0.050 0.05 0 101 70 - 130 0.04940 1.7 200.0050 Ethylbenzene 0.049 0.05 0 97.5 70 - 123 0.04520 7.6 200.0050 ALS Houston, US Date: 21-May-24 78 of 87 Client: Project: Braun Intertec Calhoun and 7th St. Phase II WorkOrder:HS24050907 QC BATCH REPORT Batch ID: R467138 ( 0 )Instrument: VOA5 Method: VOLATILES BY SW8260C Sample ID:LCSD-051724 Units:mg/Kg Analysis Date:18-May-2024 02:49 Run ID:VOA5_467138 SeqNo:8018239 PrepDate:DF:1 Analyte SPK ValMQLResult SPK Ref Value %REC Control Limit RPD Ref Value %RPD RPD Limit Qual LCSD Client ID: Isopropylbenzene 0.051 0.05 0 102 78 - 127 0.04659 8.8 200.0050 m,p-Xylene 0.098 0.1 0 97.7 77 - 125 0.08944 8.85 200.010 Methyl acetate 0.050 0.05 0 100 69 - 123 0.04548 9.61 200.0050 Methyl tert-butyl ether 0.056 0.05 0 112 70 - 128 0.05511 1.68 200.0050 Methylcyclohexane 0.060 0.05 0 120 77 - 127 0.05762 3.79 200.0050 Methylene chloride 0.055 0.05 0 111 71 - 125 0.05442 1.68 200.010 o-Xylene 0.049 0.05 0 98.1 78 - 122 0.04502 8.59 200.0050 Styrene 0.049 0.05 0 98.9 80 - 123 0.04590 7.46 200.0050 Tetrachloroethene 0.047 0.05 0 94.2 70 - 130 0.04392 7.02 200.0050 Toluene 0.049 0.05 0 98.8 76 - 122 0.04588 7.4 200.0050 trans-1,2-Dichloroethene 0.056 0.05 0 111 75 - 128 0.05430 2.56 200.0050 trans-1,3-Dichloropropene 0.049 0.05 0 98.0 75 - 123 0.04659 5.08 200.0050 Trichloroethene 0.055 0.05 0 110 78 - 125 0.05218 5.63 200.0050 Trichlorofluoromethane 0.062 0.05 0 125 70 - 130 0.05517 12.3 200.0050 Vinyl chloride 0.054 0.05 0 108 70 - 130 0.05366 0.845 200.0010 Xylenes, Total 0.15 0.15 0 97.9 77 - 128 0.1345 8.76 200.015 0.058 0.05 0 116 76 - 125 0.05778 0.0394 200Surr: 1,2-Dichloroethane-d4 0.053 0.05 0 106 80 - 120 0.05216 1.42 200Surr: 4-Bromofluorobenzene 0.059 0.05 0 118 80 - 119 0.05877 0.352 200Surr: Dibromofluoromethane 0.050 0.05 0 99.5 81 - 118 0.04944 0.652 200Surr: Toluene-d8 The following samples were analyzed in this batch:HS24050907-10 HS24050907-12 HS24050907-13 HS24050907-14 HS24050907-15 HS24050907-17 HS24050907-18 HS24050907-19 HS24050907-20 ALS Houston, US Date: 21-May-24 79 of 87 Client: Project: Braun Intertec Calhoun and 7th St. Phase II WorkOrder:HS24050907 QC BATCH REPORT Batch ID: R467006 ( 0 )Instrument: Balance1 Method: MOISTURE - ASTM D2216 Sample ID:HS24050907-03DUP Units:wt%Analysis Date:16-May-2024 12:24 Run ID:Balance1_467006 SeqNo:8015471 PrepDate:DF:1 Analyte SPK ValMQLResult SPK Ref Value %REC Control Limit RPD Ref Value %RPD RPD Limit Qual DUP Client ID:TMW-1 (19-20') Percent Moisture 15.4 15.3 0.651 200.0100 The following samples were analyzed in this batch:HS24050907-01 HS24050907-02 HS24050907-03 ALS Houston, US Date: 21-May-24 80 of 87 Client: Project: Braun Intertec Calhoun and 7th St. Phase II WorkOrder:HS24050907 QC BATCH REPORT Batch ID: R467049 ( 0 )Instrument: Balance1 Method: MOISTURE - ASTM D2216 Sample ID:HS24050907-05DUP Units:wt%Analysis Date:16-May-2024 12:51 Run ID:Balance1_467049 SeqNo:8016337 PrepDate:DF:1 Analyte SPK ValMQLResult SPK Ref Value %REC Control Limit RPD Ref Value %RPD RPD Limit Qual DUP Client ID:SB-1 (19-20') Percent Moisture 16.4 16.2 1.23 200.0100 The following samples were analyzed in this batch:HS24050907-04 HS24050907-05 HS24050907-06 HS24050907-07 HS24050907-08 HS24050907-09 HS24050907-10 HS24050907-11 HS24050907-12 HS24050907-13 HS24050907-14 HS24050907-15 HS24050907-16 HS24050907-17 HS24050907-18 HS24050907-19 HS24050907-20 ALS Houston, US Date: 21-May-24 81 of 87 QUALIFIERS, ACRONYMS, UNITS Client: Project: WorkOrder: Braun Intertec Calhoun and 7th St. Phase II HS24050907 Qualifier Description *Value exceeds Regulatory Limit a Not accredited B Analyte detected in the associated Method Blank above the Reporting Limit E Value above quantitation range H Analyzed outside of Holding Time J Analyte detected below quantitation limit M Manually integrated, see raw data for justification n Not offered for accreditation ND Not Detected at the Reporting Limit O Sample amount is > 4 times amount spiked P Dual Column results percent difference > 40% R RPD above laboratory control limit S Spike Recovery outside laboratory control limits U Analyzed but not detected above the MDL/SDL Acronym Description DCS Detectability Check Study DUP Method Duplicate LCS Laboratory Control Sample LCSD Laboratory Control Sample Duplicate MBLK Method Blank MDL Method Detection Limit MQL Method Quantitation Limit MS Matrix Spike MSD Matrix Spike Duplicate PDS Post Digestion Spike PQL Practical Quantitaion Limit SD Serial Dilution SDL Sample Detection Limit TRRP Texas Risk Reduction Program Unit Reported Description mg/Kg-dry Milligrams per Kilogram- Dry weight corrected ALS Houston, US Date: 21-May-24 82 of 87 CERTIFICATIONS,ACCREDITATIONS & LICENSES Agency Number Expire Date California 2919; 2025 30-Apr-2025 Florida E87611-38 30-Jun-2024 Illinois 2000322023-11 30-Jun-2024 Kansas E-10352 2023-2024 31-Jul-2024 Kentucky 123043 30-Apr-2025 Louisiana 03087 2023-2024 30-Jun-2024 Maryland 343; 2023-2024 30-Jun-2024 North Carolina 624 - 2024 31-Dec-2024 Oklahoma 2023-140 31-Aug-2024 Tennessee 04016 30-Apr-2025 Texas T104704231 TX-C24-00130 30-Apr-2025 Utah TX026932023-14 31-Jul-2024 21-May-24Date: ALS Houston, US 83 of 87 Paresh M. Giga 15-May-2024 17:26Date/Time Received:HS24050907 WM_PLANO_AP Work Order ID: Client Name: Sample Receipt Checklist Received by: Shipping container/cooler in good condition? Custody seals intact on shipping container/cooler? Custody seals intact on sample bottles? Chain of custody present? Chain of custody signed when relinquished and received? Chain of custody agrees with sample labels? Samples in proper container/bottle? Sample containers intact? Sufficient sample volume for indicated test? All samples received within holding time? Container/Temp Blank temperature in compliance? Temperature(s)/Thermometer(s): Cooler(s)/Kit(s): Date/Time sample(s) sent to storage: Water - VOA vials have zero headspace? Water - pH acceptable upon receipt? pH adjusted? pH adjusted by: Login Notes: No Not Present Yes No Not Present Yes No Not Present Yes No Yes No Yes No Yes No Yes No Yes No Yes No Yes No 1.0 uc/1.1 c; 1.2 uc/1.3 c IR31 48529,50962 05/16/2024 0904 Yes No No VOA vials submitted Yes No N/A Yes No N/A Terracores placed in freezer on 05/16/24 at 0915. Completed By:/S/ Monica Smith Date/TimeeSignatureDate/TimeeSignature 16-May-2024 17:2216-May-2024 09:00 ALS CouriersoilCarrier name:Matrices: Reviewed by:/S/ Bernadette A. Fini Client Contacted:Date Contacted:Person Contacted: Contacted By:Regarding: Comments: Corrective Action: Yes NoYesVOA/TX1005/TX1006 Solids in hermetically sealed vials?Not Present Samplers name present on COC? Yes No 2 Page(s) COC IDs:none ALS Houston, US 21-May-24Date: 84 of 87 85 of 87 86 of 87 87 of 87 May 23, 2024 Josh Hopper Braun Intertec 714 S. Greenville Avenue Ste 160 Allen, TX 75002 The analytical data provided relates directly to the samples received by ALS Environmental and for only the analyses requested. Results are expressed as "as received" unless otherwise noted. QC sample results for this data met EPA or laboratory specifications except as noted in the Case Narrative or as noted with qualifiers in the QC batch information. Should this laboratory report need to be reproduced, it should be reproduced in full unless written approval has been obtained by ALS Environmental. Samples will be disposed in 30 days unless storage arrangements are made. If you have any questions regarding this report, please feel free to call me. Sincerely, ALS Environmental received 17 sample(s) on May 16, 2024 for the analysis presented in the following report. Laboratory Results for:Calhoun and 7th St. Phase II Dear Josh Hopper, Work Order:HS24050999 Project Manager Generated By: JUMOKE.LAWAL Bernadette A. Fini 10450 Stancliff Rd. Suite 210 Houston, TX 77099 T: +1 281 530 5656 F: +1 281 530 5887 alsglobal.com 1 of 95 Client:TRRP Laboratory Data Package Cover PageProject: WorkOrder: Braun Intertec Calhoun and 7th St. Phase II HS24050999 This data package consists of all or some of the following as applicable: This signature page, the laboratory review checklist, and the following reportable data: R1 Field chain-of-custody documentation; R2 Sample identification cross-reference; R3 Test reports (analytical data sheets) for each environmental sample that includes: a) Items consistent with NELAC Chapter 5, b) dilution factors, c) preparation methods, d) cleanup methods, and e) if required for the project, tentatively identified compounds (TICs). R4 Surrogate recovery data including: a) Calculated recovery (%R), and b) The laboratory’s surrogate QC limits. R5 Test reports/summary forms for blank samples; R6 Test reports/summary forms for laboratory control samples (LCSs) including: a) LCS spiking amounts, b) Calculated %R for each analyte, and c)The laboratory’s LCS QC limits. R7 Test reports for project matrix spike/matrix spike duplicates (MS/MSDs) including: a) Samples associated with the MS/MSD clearly identified, b) MS/MSD spiking amounts, c) Concentration of each MS/MSD analyte measured in the parent and spiked samples, d) Calculated %Rs and relative percent differences (RPDs), and e) The laboratory’s MS/MSD QC limits. R8 Laboratory analytical duplicate (if applicable) recovery and precision: a) the amount of analyte measured in the duplicate, b) the calculated RPD, and c) the laboratory’s QC limits for analytical duplicates. R9 List of method quantitation limits (MQLs) and detectability check sample results for each analyte for each method and matrix. R10 Other problems or anomalies. The Exception Report for each “No” or “Not Reviewed (NR)” item in Laboratory Review Checklist and for each analyte, matrix, and method for which the laboratory does not hold NELAC accreditation under the Texas Laboratory Accreditation Program. ALS Houston, US Date: 23-May-24 2 of 95 Client:TRRP Laboratory Data Package Cover PageProject: WorkOrder: Braun Intertec Calhoun and 7th St. Phase II HS24050999 Bernadette A. Fini Project Manager Release Statement: I am responsible for the release of this laboratory data package. This laboratory is NELAC accredited under the Texas Laboratory Accreditation Program for all the methods, analytes and matrices reported in this data package except as noted in the Exception Reports. The data have been reviewed and are technically compliant with the requirements of the methods used, except where noted by the laboratory in the attached exception reports. By my signature below, I affirm to the best of my knowledge, all problems/anomalies, observed by the laboratory have been identified by the laboratory in the Laboratory Review Checklist, and no information affecting the quality of the data has been knowingly withheld. Check, if applicable: [NA] This laboratory meets an exception under 30 TAC §25.6 and was last inspected by [ ] TCEQ or [ ] ______________ on (enter date of last inspection). Any findings affecting the data in this laboratory data package are noted in the Exception Reports herein. The official signing the cover page of the report in which these data are used is responsible for releasing this data package and is by signature affirming the above release statement is true. ALS Houston, US Date: 23-May-24 3 of 95 Laboratory Review Checklist: Reportable Data Laboratory Name: ALS Laboratory Group LRC Date: 05/23/2024 Project Name: Calhoun and 7th St. Phase II Laboratory Job Number: HS24050999 Reviewer Name: Bernadette Fini Prep Batch Number(s): 212140,212189,212209,212229,R467091,R467224,R467225,R467348,R4 67456 #1 A2 Description Yes No NA3 NR4 ER#5 R1 OI Chain-of -custody (C-O-C) Did samples meet the laboratory’s standard conditions of sample acceptability upon receipt? X Were all departures from s tandard conditions described in an exception report? X R2 OI Sample and quality control (QC) identification Are all field sample ID numbers cross-referenced to the laboratory ID numbers? X Are all laboratory ID numbers cross-referenced to the corresponding Q C data? X R3 OI Test reports Were all samples prepared and analyzed within holding times? X Other than those results < MQL, were all other raw values bracketed by calibration standards? X Were calculations checked by a peer or supervisor? X Were all analyte identifications checked by a peer or supervisor? X Were sample detection limits reported for all analytes not detected? X Were all results for soil and sediment samples reported on a dry weigh t basis? X Were % moisture (or solids) reported for all soil and sediment samples? X Were bulk soils/solids samples for volatile analysis extracted with methanol per SW-846 Method 5035? X If required for the project, TICs reported? X R4 O Surrogate recovery data Were surrogates added prior to extraction? X Were surrogate percent recoveries in all samples within the laboratory QC limits? X R5 OI Test reports/summary forms for blank samples Were appropriate type(s) of blanks analyzed? X Were blanks analyzed at the appropriate frequency? X Were method blanks taken through the entire analytical process, including preparation and, if applicable, cleanup procedures? X Were blank concentrations < MQL? X R6 OI Laboratory control samples (LCS): Were all COCs included in the LCS? X Was each LCS taken through the entire analytical procedure, including prep and cleanup steps? X Were LCSs analyzed at the required frequency? X Were LCS (and LCSD, if applicable) %Rs within the laboratory QC limits? X 1 Does the detectability data document the laboratory’s capability to detect the COCs at the MDL used to calculate the SDLs? X Was the LCSD RPD within QC limits? X R7 OI Matrix spike (MS) and matrix spike duplicate (MSD) data Were the pro ject/method specified analytes included in the MS and MSD? X Were MS/MSD analyzed at the appropriate frequency? X Were MS (and MSD, if applicable) %Rs within the laboratory QC limits? X 2 Were MS /MSD RPDs within laboratory QC limits? X 3 R8 OI Analytical duplicate data Were appropriate analytical duplicates analyzed for each matrix? X Were analytical duplicates analyzed at the appropriate frequency? X Were RPDs or relative standard dev iations within the laboratory QC limits? X R9 OI Method q uantitation limits (MQLs): Are the MQLs for each method analyte included in the laboratory data package? X Do the MQLs correspond to the concentration of the lowest non-zero calibration standard? X Are unadjusted MQLs and DC Ss included in the laboratory data package? X R10 OI Other problems/anomalies Are all known problems/anomalies/special conditions noted in this LRC and ER? X Were all necessary corrective actions performed for the reported data? X Was applicable and available technology used to lower the SDL and minimize the matrix interference affects on the sample results? X Is the laboratory NELAC-accredited under the Texas Laboratory Program for the analytes, matrices and methods associated with this laboratory data package? X 4 Items identified by the letter “R” must be included in the laboratory data package submitted in the TRRP-required report(s). Items identified by the letter “S” should be retained and made available upon request for the appropriate retention period. O = Organic Analyses; I = Inorganic Analyses (and general chemistry, when applicable);NA = Not Applicable; NR = Not Reviewe d; R# = Exception Report identification number (an Exception Report should be completed for an item if “NR” or “No” is checked). 4 of 95 Laboratory Review Checklist: Supporting Data Laboratory Name: ALS Laboratory Group LRC Date: 05/23/2024 Project Name: Calhoun and 7th St. Phase II Laboratory Job Number: HS24050999 Reviewer Name: Bernadette Fini Prep Batch Numb er(s): 212140,212189,212209,212229,R467091,R467224,R467225,R467348,R4674 56 #1 A2 Description Yes No NA3 NR 4 ER#5 S1 OI Initial calibration (ICAL) Were response factors and/or relative response factors for each analyte within QC limits? X Were percent RSDs or correlatio n coefficient criteria met? X Was the number of standards recommended in the method used for all analytes? X Were all points generated between the lowest and highest standard used to calculate the curve? X Are I CAL d ata available for all instruments used? X Has the initial calibration curve been verified usin g an appropriate secon d source standard? X S2 OI Initial and continuing calibration verification (ICCV and CCV) and continuing calibration blank (CCB) Was the CCV analyzed at the method -required frequency? X Were percent differences for each analyte within the method-required QC limits? X Was the ICAL curve verified for each analyte? X Was the absolute value of the analyte concentration in the inorganic CCB < MDL? X 5 S3 O Mass spectral tuning: Was the appropriate compound for the method used for tuning? X Were ion abundance data within the method-required QC limits? X S4 O Internal standards (IS): Were IS area counts and retention times within the method -requ ired QC limits? X S5 OI Raw data (NELAC section 1 appendix A glossary, and section 5.12 or ISO/IEC 17025 section Were the r aw data (for example, chromatograms, spectral data) reviewed by an analyst? X Were data associated with manual integrations flagged on the raw data? X S6 O Dual column confirmation Did dual column confirmation resu lts meet the method -required QC? X S7 O Tentatively identified compounds (TICs): If TICs were request ed, were the mass spectra and TIC data subject to appropriate checks? X S8 I Interference Check Sample (ICS) results: Were percent recoveries within method QC limits? X S9 I Serial dilutions, post digestion spikes, and method of standard additions Were percent differences, recoveries, and the linearity within the QC limits specified in th e method? X S10 OI Method detection limit (MDL) studies Was a MDL study performed for each reported analyte? X Is the MDL either adjusted or supported by the analysis of DCSs? X S11 OI Proficiency t est reports: Was the laboratory's performance acceptable on the applicable proficiency tests or evaluation s tudies? X S12 OI Standards documentation Are all standards used in the analyses NIST-traceable or obtained from other appropriate sources? X S13 OI Compound/analyte identification procedures Are the pro cedur es for compound/analyte identification documented? X S14 OI Demonstration of analyst competency (DOC) Was DOC conducted con sistent with NELAC Chapter 5C or ISO/IEC 4? X Is documentation of the analyst’s competency up -to -date and on file? X S15 OI Verification/validation documentation for methods (NELAC Chap 5 or ISO/IEC 17025 Section 5) Are a ll the methods used to generate the data documented, verified, and validated, where applicable? X S1 6 OI Laboratory standard operating procedures (SOPs): Are laboratory SOPs current and on file for each method performed ? X Items identified by the letter “R” must be included in the laboratory data package submitted in the TRRP-requ ired report(s). Items identified by the letter “S” should be retained and made available upon request for the appropriate retention period. O = Organic Analyses; I = Inorganic Analyses (and general chemistry, when applicable); NA = Not Applicable; NR = No t Reviewed; R# = Exception Report identification number (an Exception Report should be completed for an item if “NR” or “No” is checked). 5 of 95 Laboratory Review Checklist: Exception Reports Laboratory Name: ALS Laboratory Group LRC Date: 05/23/2024 Project Name: Calhoun and 7th St. Phase II Laboratory Job Number: HS24050999 Reviewer Name: Bernadette Fini Prep Batch Number(s): 212140,212189,212209,212229,R467091,R467224,R467225,R4 67348,R467456 ER#5 Description 1 Batch R467348, Volatiles Method SW8260, LCS recovery was above the control limits for 1,2-Dibromoethane, cis-1,3-Dichloropropene, Dibromochloromethane. The associated results are non detect. 2 Batch 212140, Metals Method SW6020, sample SB-10 (1-2'), MS and or MSD recovered outside the control limit for Barium and Lead , however, the result in the parent sample is 4x greater than the spike amount for Barium Batch R467091, Volatiles Method SW8260, sample HS24050948 -01 , MS and MSD were performed on unrelated sample Batch R467348, Volatiles Method SW8260, sample HS24050958 -02, MS and MSD were performed on unrelated sample Batch R467456, Volatiles Method SW8260, sample HS24051091 -18, MS and MSD were performed on unrelated sample 3 Batch 212140, Metals Method SW6020, sample SB-10 (1-2'), MS/MSD RPD recovered above the RPD limit for Barium Batch R467348, Volatiles Method SW8260, sample HS24050958 -02, MS/MSD RPD was performed on unrelated sample Batch R467456, Volatiles Method SW8260, sample HS24051091-18, MS/MSD RPD was performed on unrelated sample 4 Volatile Organics Method SW8260, TCEQ does not offer accreditation for Cyclohexane the results are flagged with n. 5 See Run Log and CCB Exceptions Report. Items identified by the letter “R” must be included in the laboratory data package submitted in the TRRP-required report(s). Items identified by the letter “S” should be retained and made available upon request for the appropriate retention period. O = Organic Analyses; I = Inorganic Analyses (and general chemistry, when applicable); NA = Not Applicable; NR = Not Reviewed; R# = Exception Report identification number (an Exception Report should be completed for an item if “NR” or “No” is checked). 6 of 95 HG04_467253Run ID: FORM 13 - ANALYSIS RUN LOG SW7470AMethod: Instrument: Sample No.D/F Time Analytes HS24050999 Calhoun and 7th St. Phase II Braun Intertec WorkOrder: Project: Client: HG04 Start Date:End Date:21-May-2024 21-May-2024 FileID ICV 1 21-May-2024 12:53 HG ICB 1 21-May-2024 12:55 HG CRA 1 21-May-2024 12:56 HG CCV 1 1 21-May-2024 13:02 HG CCB 1 1 21-May-2024 13:03 HG CCV 2 1 21-May-2024 13:29 HG CCB 2 1 21-May-2024 13:31 HG CCV 3 1 21-May-2024 13:50 HG CCB 3 1 21-May-2024 13:51 HG MBLK-212229 1 21-May-2024 13:58 HG LCS-212229 1 21-May-2024 14:00 HG SB-8 (2-3') 1 21-May-2024 14:08 HG CCV 4 1 21-May-2024 14:16 HG CCB 4 1 21-May-2024 14:18 HG SB-10 (1-2') 1 21-May-2024 14:26 HG SB-7 (1-2') 1 21-May-2024 14:28 HG ZZZZZZMS 1 21-May-2024 14:38 HG CCV 5 1 21-May-2024 14:40 HG CCB 5 1 21-May-2024 14:42 HG ZZZZZZMSD 1 21-May-2024 14:48 HG CCV 6 1 21-May-2024 15:05 HG CCB 6 1 21-May-2024 15:06 HG 23-May-24Date: ALS Houston, US 7 of 95 HG04_467253Run ID: CCB EXCEPTIONS REPORT SW7470AMethod: Instrument: HS24050999 Calhoun and 7th St. Phase II Braun Intertec WorkOrder: Project: Client: HG04 Seq: 8020696ICB 121-May-2024 12:55 D/F:Date: Analyte Result MDL Report Limit Units: ug/L -0.035 0.03 0.2Mercury Seq: 8020702CCB 1 121-May-2024 13:03 D/F:Date: Analyte Result MDL Report Limit Units: ug/L -0.036 0.03 0.2Mercury Seq: 8021077CCB 2 121-May-2024 13:31 D/F:Date: Analyte Result MDL Report Limit Units: ug/L -0.033 0.03 0.2Mercury Seq: 8021089CCB 3 121-May-2024 13:51 D/F:Date: Analyte Result MDL Report Limit Units: ug/L -0.032 0.03 0.2Mercury Seq: 8021101CCB 4 121-May-2024 14:18 D/F:Date: Analyte Result MDL Report Limit Units: ug/L -0.036 0.03 0.2Mercury Seq: 8021112CCB 5 121-May-2024 14:42 D/F:Date: Analyte Result MDL Report Limit Units: ug/L -0.147 0.03 0.2Mercury Seq: 8021122CCB 6 121-May-2024 15:06 D/F:Date: Analyte Result MDL Report Limit Units: ug/L -0.156 0.03 0.2Mercury 23-May-24Date: ALS Houston, US 8 of 95 Client:Braun Intertec Work Order:HS24050999 Project:Calhoun and 7th St. Phase II SAMPLE SUMMARY Lab Samp ID Client Sample ID Collection DateMatrix TagNo Date Received Hold HS24050999-01 15-May-2024 09:15 16-May-2024 17:58TMW-3 (6-7')Soil HS24050999-02 15-May-2024 09:15 16-May-2024 17:58TMW-3 (19-20')Soil HS24050999-03 15-May-2024 10:00 16-May-2024 17:58TMW-4 (5-6')Soil HS24050999-04 15-May-2024 10:00 16-May-2024 17:58TMW-4 (19-20')Soil HS24050999-05 15-May-2024 10:30 16-May-2024 17:58SB-10 (1-2')Soil HS24050999-06 15-May-2024 10:40 16-May-2024 17:58SB-10 (3-4')Soil HS24050999-07 15-May-2024 10:48 16-May-2024 17:58SB-10 (19-20')Soil HS24050999-08 15-May-2024 11:30 16-May-2024 17:58SB-9 (8-9')Soil HS24050999-09 15-May-2024 11:30 16-May-2024 17:58SB-9 (19-20')Soil HS24050999-10 15-May-2024 11:55 16-May-2024 17:58SB-8 (2-3')Soil HS24050999-11 15-May-2024 12:05 16-May-2024 17:58SB-8 (7-8')Soil HS24050999-12 15-May-2024 12:15 16-May-2024 17:58SB-8 (19-20')Soil HS24050999-13 15-May-2024 13:20 16-May-2024 17:58SB-7 (1-2')Soil HS24050999-14 15-May-2024 13:40 16-May-2024 17:58SB-7 (5-6')Soil HS24050999-15 15-May-2024 13:45 16-May-2024 17:58SB-7 (19-20')Soil HS24050999-16 15-May-2024 14:05 16-May-2024 17:58TMW-3 Groundwater HS24050999-17 15-May-2024 14:45 16-May-2024 17:58TMW-2 Groundwater ALS Houston, US 23-May-24Date: 9 of 95 Client: Project: Sample ID: Braun Intertec Calhoun and 7th St. Phase II TMW-3 (6-7') WorkOrder: Lab ID: Collection Date: HS24050999 HS24050999-01 15-May-2024 09:15 Matrix:Soil ANALYTICAL REPORT ANALYSES RESULT MQL DILUTION FACTORUNITS DATE ANALYZEDQUAL SDL VOLATILES BY SW8260C Method:SW8260 Analyst: GS 1mg/Kg-dry 21-May-2024 23:310.000581,1,1-Trichloroethane 0.0058U 1mg/Kg-dry 21-May-2024 23:310.000921,1,2,2-Tetrachloroethane 0.0058U 1mg/Kg-dry 21-May-2024 23:310.000811,1,2-Trichlor-1,2,2-trifluoroethane 0.0058U 1mg/Kg-dry 21-May-2024 23:310.000581,1,2-Trichloroethane 0.0058U 1mg/Kg-dry 21-May-2024 23:310.000581,1-Dichloroethane 0.0058U 1mg/Kg-dry 21-May-2024 23:310.000581,1-Dichloroethene 0.0058U 1mg/Kg-dry 21-May-2024 23:310.00121,2,4-Trichlorobenzene 0.0058U 1mg/Kg-dry 21-May-2024 23:310.00121,2-Dibromo-3-chloropropane 0.0058U 1mg/Kg-dry 21-May-2024 23:310.000581,2-Dibromoethane 0.0058U 1mg/Kg-dry 21-May-2024 23:310.00121,2-Dichlorobenzene 0.0058U 1mg/Kg-dry 21-May-2024 23:310.000691,2-Dichloroethane 0.0058U 1mg/Kg-dry 21-May-2024 23:310.000921,2-Dichloropropane 0.0058U 1mg/Kg-dry 21-May-2024 23:310.00121,3-Dichlorobenzene 0.0058U 1mg/Kg-dry 21-May-2024 23:310.00121,4-Dichlorobenzene 0.0058U 1mg/Kg-dry 21-May-2024 23:31J0.00152-Butanone 0.0120.011 1mg/Kg-dry 21-May-2024 23:310.00162-Hexanone 0.012U 1mg/Kg-dry 21-May-2024 23:310.00234-Methyl-2-pentanone 0.012U 1mg/Kg-dry 21-May-2024 23:310.0023Acetone 0.0230.068 1mg/Kg-dry 21-May-2024 23:310.00058Benzene 0.0058U 1mg/Kg-dry 21-May-2024 23:310.00058Bromodichloromethane 0.0058U 1mg/Kg-dry 21-May-2024 23:310.00069Bromoform 0.0058U 1mg/Kg-dry 21-May-2024 23:310.0012Bromomethane 0.012U 1mg/Kg-dry 21-May-2024 23:31J0.00069Carbon disulfide 0.0120.0018 1mg/Kg-dry 21-May-2024 23:310.00069Carbon tetrachloride 0.0058U 1mg/Kg-dry 21-May-2024 23:310.00069Chlorobenzene 0.0058U 1mg/Kg-dry 21-May-2024 23:310.00092Chloroethane 0.012U 1mg/Kg-dry 21-May-2024 23:310.00058Chloroform 0.0058U 1mg/Kg-dry 21-May-2024 23:310.00058Chloromethane 0.012U 1mg/Kg-dry 21-May-2024 23:310.00092cis-1,2-Dichloroethene 0.0058U 1mg/Kg-dry 21-May-2024 23:310.00058cis-1,3-Dichloropropene 0.0058U 1mg/Kg-dry 21-May-2024 23:31n 0.0012Cyclohexane 0.0058U 1mg/Kg-dry 21-May-2024 23:310.00058Dibromochloromethane 0.0058U 1mg/Kg-dry 21-May-2024 23:310.00081Dichlorodifluoromethane 0.0058U 1mg/Kg-dry 21-May-2024 23:310.00081Ethylbenzene 0.0058U 1mg/Kg-dry 21-May-2024 23:310.0010Isopropylbenzene 0.0058U 1mg/Kg-dry 21-May-2024 23:310.0018m,p-Xylene 0.012U 1mg/Kg-dry 21-May-2024 23:310.00081Methyl acetate 0.0058U 1mg/Kg-dry 21-May-2024 23:310.00058Methyl tert-butyl ether 0.0058U 1mg/Kg-dry 21-May-2024 23:310.0012Methylcyclohexane 0.0058U 23-May-24Date: ALS Houston, US Note: See Qualifiers Page for a list of qualifiers and their explanation. 10 of 95 Client: Project: Sample ID: Braun Intertec Calhoun and 7th St. Phase II TMW-3 (6-7') WorkOrder: Lab ID: Collection Date: HS24050999 HS24050999-01 15-May-2024 09:15 Matrix:Soil ANALYTICAL REPORT ANALYSES RESULT MQL DILUTION FACTORUNITS DATE ANALYZEDQUAL SDL VOLATILES BY SW8260C Method:SW8260 Analyst: GS 1mg/Kg-dry 21-May-2024 23:310.0012Methylene chloride 0.012U 1mg/Kg-dry 21-May-2024 23:310.0012o-Xylene 0.0058U 1mg/Kg-dry 21-May-2024 23:310.00081Styrene 0.0058U 1mg/Kg-dry 21-May-2024 23:310.00081Tetrachloroethene 0.0058U 1mg/Kg-dry 21-May-2024 23:310.00069Toluene 0.0058U 1mg/Kg-dry 21-May-2024 23:310.00058trans-1,2-Dichloroethene 0.0058U 1mg/Kg-dry 21-May-2024 23:310.00069trans-1,3-Dichloropropene 0.0058U 1mg/Kg-dry 21-May-2024 23:310.00069Trichloroethene 0.0058U 1mg/Kg-dry 21-May-2024 23:310.00058Trichlorofluoromethane 0.0058U 1mg/Kg-dry 21-May-2024 23:310.00092Vinyl chloride 0.0012U 1mg/Kg-dry 21-May-2024 23:310.0012Xylenes, Total 0.017U Surr: 1,2-Dichloroethane-d4 1%REC 21-May-2024 23:3110570-126 Surr: 4-Bromofluorobenzene 1%REC 21-May-2024 23:3192.1 70-130 Surr: Dibromofluoromethane 1%REC 21-May-2024 23:3196.9 70-130 Surr: Toluene-d8 1%REC 21-May-2024 23:3110470-130 TEXAS TPH BY TX1005 Method:TX1005 Analyst: DBPrep:TX1005PR / 20-May-2024 1mg/Kg-dry 20-May-2024 21:297.1nC6 to nC12 48U 1mg/Kg-dry 20-May-2024 21:299.3>nC12 to nC28 48U 1mg/Kg-dry 20-May-2024 21:299.3>nC28 to nC35 48U 1mg/Kg-dry 20-May-2024 21:297.1Total Petroleum Hydrocarbon 48U Surr: 2-Fluorobiphenyl 1%REC 20-May-2024 21:2980.6 70-130 Surr: Trifluoromethyl benzene 1%REC 20-May-2024 21:2911470-130 MOISTURE - ASTM D2216 Method:ASTM D2216 Analyst: MR 1wt%20-May-2024 10:400.0100Percent Moisture 0.010013.2 23-May-24Date: ALS Houston, US Note: See Qualifiers Page for a list of qualifiers and their explanation. 11 of 95 Client: Project: Sample ID: Braun Intertec Calhoun and 7th St. Phase II TMW-3 (19-20') WorkOrder: Lab ID: Collection Date: HS24050999 HS24050999-02 15-May-2024 09:15 Matrix:Soil ANALYTICAL REPORT ANALYSES RESULT MQL DILUTION FACTORUNITS DATE ANALYZEDQUAL SDL VOLATILES BY SW8260C Method:SW8260 Analyst: GS 1mg/Kg-dry 21-May-2024 23:520.000451,1,1-Trichloroethane 0.0045U 1mg/Kg-dry 21-May-2024 23:520.000721,1,2,2-Tetrachloroethane 0.0045U 1mg/Kg-dry 21-May-2024 23:520.000631,1,2-Trichlor-1,2,2-trifluoroethane 0.0045U 1mg/Kg-dry 21-May-2024 23:520.000451,1,2-Trichloroethane 0.0045U 1mg/Kg-dry 21-May-2024 23:520.000451,1-Dichloroethane 0.0045U 1mg/Kg-dry 21-May-2024 23:520.000451,1-Dichloroethene 0.0045U 1mg/Kg-dry 21-May-2024 23:520.000901,2,4-Trichlorobenzene 0.0045U 1mg/Kg-dry 21-May-2024 23:520.000901,2-Dibromo-3-chloropropane 0.0045U 1mg/Kg-dry 21-May-2024 23:520.000451,2-Dibromoethane 0.0045U 1mg/Kg-dry 21-May-2024 23:520.000901,2-Dichlorobenzene 0.0045U 1mg/Kg-dry 21-May-2024 23:520.000541,2-Dichloroethane 0.0045U 1mg/Kg-dry 21-May-2024 23:520.000721,2-Dichloropropane 0.0045U 1mg/Kg-dry 21-May-2024 23:520.000901,3-Dichlorobenzene 0.0045U 1mg/Kg-dry 21-May-2024 23:520.000901,4-Dichlorobenzene 0.0045U 1mg/Kg-dry 21-May-2024 23:520.00122-Butanone 0.0090U 1mg/Kg-dry 21-May-2024 23:520.00132-Hexanone 0.0090U 1mg/Kg-dry 21-May-2024 23:520.00184-Methyl-2-pentanone 0.0090U 1mg/Kg-dry 21-May-2024 23:520.0018Acetone 0.018U 1mg/Kg-dry 21-May-2024 23:520.00045Benzene 0.0045U 1mg/Kg-dry 21-May-2024 23:520.00045Bromodichloromethane 0.0045U 1mg/Kg-dry 21-May-2024 23:520.00054Bromoform 0.0045U 1mg/Kg-dry 21-May-2024 23:520.00090Bromomethane 0.0090U 1mg/Kg-dry 21-May-2024 23:520.00054Carbon disulfide 0.0090U 1mg/Kg-dry 21-May-2024 23:520.00054Carbon tetrachloride 0.0045U 1mg/Kg-dry 21-May-2024 23:520.00054Chlorobenzene 0.0045U 1mg/Kg-dry 21-May-2024 23:520.00072Chloroethane 0.0090U 1mg/Kg-dry 21-May-2024 23:520.00045Chloroform 0.0045U 1mg/Kg-dry 21-May-2024 23:520.00045Chloromethane 0.0090U 1mg/Kg-dry 21-May-2024 23:520.00072cis-1,2-Dichloroethene 0.0045U 1mg/Kg-dry 21-May-2024 23:520.00045cis-1,3-Dichloropropene 0.0045U 1mg/Kg-dry 21-May-2024 23:52n 0.00090Cyclohexane 0.0045U 1mg/Kg-dry 21-May-2024 23:520.00045Dibromochloromethane 0.0045U 1mg/Kg-dry 21-May-2024 23:520.00063Dichlorodifluoromethane 0.0045U 1mg/Kg-dry 21-May-2024 23:520.00063Ethylbenzene 0.0045U 1mg/Kg-dry 21-May-2024 23:520.00081Isopropylbenzene 0.0045U 1mg/Kg-dry 21-May-2024 23:520.0014m,p-Xylene 0.0090U 1mg/Kg-dry 21-May-2024 23:520.00063Methyl acetate 0.0045U 1mg/Kg-dry 21-May-2024 23:520.00045Methyl tert-butyl ether 0.0045U 1mg/Kg-dry 21-May-2024 23:520.00090Methylcyclohexane 0.0045U 23-May-24Date: ALS Houston, US Note: See Qualifiers Page for a list of qualifiers and their explanation. 12 of 95 Client: Project: Sample ID: Braun Intertec Calhoun and 7th St. Phase II TMW-3 (19-20') WorkOrder: Lab ID: Collection Date: HS24050999 HS24050999-02 15-May-2024 09:15 Matrix:Soil ANALYTICAL REPORT ANALYSES RESULT MQL DILUTION FACTORUNITS DATE ANALYZEDQUAL SDL VOLATILES BY SW8260C Method:SW8260 Analyst: GS 1mg/Kg-dry 21-May-2024 23:520.00090Methylene chloride 0.0090U 1mg/Kg-dry 21-May-2024 23:520.00090o-Xylene 0.0045U 1mg/Kg-dry 21-May-2024 23:520.00063Styrene 0.0045U 1mg/Kg-dry 21-May-2024 23:520.00063Tetrachloroethene 0.0045U 1mg/Kg-dry 21-May-2024 23:520.00054Toluene 0.0045U 1mg/Kg-dry 21-May-2024 23:520.00045trans-1,2-Dichloroethene 0.0045U 1mg/Kg-dry 21-May-2024 23:520.00054trans-1,3-Dichloropropene 0.0045U 1mg/Kg-dry 21-May-2024 23:520.00054Trichloroethene 0.0045U 1mg/Kg-dry 21-May-2024 23:520.00045Trichlorofluoromethane 0.0045U 1mg/Kg-dry 21-May-2024 23:520.00072Vinyl chloride 0.00090U 1mg/Kg-dry 21-May-2024 23:520.00090Xylenes, Total 0.014U Surr: 1,2-Dichloroethane-d4 1%REC 21-May-2024 23:5210370-126 Surr: 4-Bromofluorobenzene 1%REC 21-May-2024 23:5291.2 70-130 Surr: Dibromofluoromethane 1%REC 21-May-2024 23:5299.2 70-130 Surr: Toluene-d8 1%REC 21-May-2024 23:5210370-130 TEXAS TPH BY TX1005 Method:TX1005 Analyst: DBPrep:TX1005PR / 20-May-2024 1mg/Kg-dry 20-May-2024 21:596.3nC6 to nC12 42U 1mg/Kg-dry 20-May-2024 21:598.2>nC12 to nC28 42U 1mg/Kg-dry 20-May-2024 21:598.2>nC28 to nC35 42U 1mg/Kg-dry 20-May-2024 21:596.3Total Petroleum Hydrocarbon 42U Surr: 2-Fluorobiphenyl 1%REC 20-May-2024 21:5981.9 70-130 Surr: Trifluoromethyl benzene 1%REC 20-May-2024 21:5911370-130 MOISTURE - ASTM D2216 Method:ASTM D2216 Analyst: MR 1wt%20-May-2024 10:400.0100Percent Moisture 0.010013.8 23-May-24Date: ALS Houston, US Note: See Qualifiers Page for a list of qualifiers and their explanation. 13 of 95 Client: Project: Sample ID: Braun Intertec Calhoun and 7th St. Phase II TMW-4 (5-6') WorkOrder: Lab ID: Collection Date: HS24050999 HS24050999-03 15-May-2024 10:00 Matrix:Soil ANALYTICAL REPORT ANALYSES RESULT MQL DILUTION FACTORUNITS DATE ANALYZEDQUAL SDL VOLATILES BY SW8260C Method:SW8260 Analyst: GS 1mg/Kg-dry 22-May-2024 00:140.000591,1,1-Trichloroethane 0.0059U 1mg/Kg-dry 22-May-2024 00:140.000941,1,2,2-Tetrachloroethane 0.0059U 1mg/Kg-dry 22-May-2024 00:140.000821,1,2-Trichlor-1,2,2-trifluoroethane 0.0059U 1mg/Kg-dry 22-May-2024 00:140.000591,1,2-Trichloroethane 0.0059U 1mg/Kg-dry 22-May-2024 00:140.000591,1-Dichloroethane 0.0059U 1mg/Kg-dry 22-May-2024 00:140.000591,1-Dichloroethene 0.0059U 1mg/Kg-dry 22-May-2024 00:140.00121,2,4-Trichlorobenzene 0.0059U 1mg/Kg-dry 22-May-2024 00:140.00121,2-Dibromo-3-chloropropane 0.0059U 1mg/Kg-dry 22-May-2024 00:140.000591,2-Dibromoethane 0.0059U 1mg/Kg-dry 22-May-2024 00:140.00121,2-Dichlorobenzene 0.0059U 1mg/Kg-dry 22-May-2024 00:140.000701,2-Dichloroethane 0.0059U 1mg/Kg-dry 22-May-2024 00:140.000941,2-Dichloropropane 0.0059U 1mg/Kg-dry 22-May-2024 00:140.00121,3-Dichlorobenzene 0.0059U 1mg/Kg-dry 22-May-2024 00:140.00121,4-Dichlorobenzene 0.0059U 1mg/Kg-dry 22-May-2024 00:140.00152-Butanone 0.012U 1mg/Kg-dry 22-May-2024 00:140.00162-Hexanone 0.012U 1mg/Kg-dry 22-May-2024 00:140.00234-Methyl-2-pentanone 0.012U 1mg/Kg-dry 22-May-2024 00:140.0023Acetone 0.023U 1mg/Kg-dry 22-May-2024 00:140.00059Benzene 0.0059U 1mg/Kg-dry 22-May-2024 00:140.00059Bromodichloromethane 0.0059U 1mg/Kg-dry 22-May-2024 00:140.00070Bromoform 0.0059U 1mg/Kg-dry 22-May-2024 00:140.0012Bromomethane 0.012U 1mg/Kg-dry 22-May-2024 00:140.00070Carbon disulfide 0.012U 1mg/Kg-dry 22-May-2024 00:140.00070Carbon tetrachloride 0.0059U 1mg/Kg-dry 22-May-2024 00:140.00070Chlorobenzene 0.0059U 1mg/Kg-dry 22-May-2024 00:140.00094Chloroethane 0.012U 1mg/Kg-dry 22-May-2024 00:140.00059Chloroform 0.0059U 1mg/Kg-dry 22-May-2024 00:140.00059Chloromethane 0.012U 1mg/Kg-dry 22-May-2024 00:140.00094cis-1,2-Dichloroethene 0.0059U 1mg/Kg-dry 22-May-2024 00:140.00059cis-1,3-Dichloropropene 0.0059U 1mg/Kg-dry 22-May-2024 00:14n 0.0012Cyclohexane 0.0059U 1mg/Kg-dry 22-May-2024 00:140.00059Dibromochloromethane 0.0059U 1mg/Kg-dry 22-May-2024 00:140.00082Dichlorodifluoromethane 0.0059U 1mg/Kg-dry 22-May-2024 00:140.00082Ethylbenzene 0.0059U 1mg/Kg-dry 22-May-2024 00:140.0011Isopropylbenzene 0.0059U 1mg/Kg-dry 22-May-2024 00:140.0019m,p-Xylene 0.012U 1mg/Kg-dry 22-May-2024 00:140.00082Methyl acetate 0.0059U 1mg/Kg-dry 22-May-2024 00:140.00059Methyl tert-butyl ether 0.0059U 1mg/Kg-dry 22-May-2024 00:140.0012Methylcyclohexane 0.0059U 23-May-24Date: ALS Houston, US Note: See Qualifiers Page for a list of qualifiers and their explanation. 14 of 95 Client: Project: Sample ID: Braun Intertec Calhoun and 7th St. Phase II TMW-4 (5-6') WorkOrder: Lab ID: Collection Date: HS24050999 HS24050999-03 15-May-2024 10:00 Matrix:Soil ANALYTICAL REPORT ANALYSES RESULT MQL DILUTION FACTORUNITS DATE ANALYZEDQUAL SDL VOLATILES BY SW8260C Method:SW8260 Analyst: GS 1mg/Kg-dry 22-May-2024 00:140.0012Methylene chloride 0.012U 1mg/Kg-dry 22-May-2024 00:140.0012o-Xylene 0.0059U 1mg/Kg-dry 22-May-2024 00:140.00082Styrene 0.0059U 1mg/Kg-dry 22-May-2024 00:140.00082Tetrachloroethene 0.0059U 1mg/Kg-dry 22-May-2024 00:140.00070Toluene 0.0059U 1mg/Kg-dry 22-May-2024 00:140.00059trans-1,2-Dichloroethene 0.0059U 1mg/Kg-dry 22-May-2024 00:140.00070trans-1,3-Dichloropropene 0.0059U 1mg/Kg-dry 22-May-2024 00:140.00070Trichloroethene 0.0059U 1mg/Kg-dry 22-May-2024 00:140.00059Trichlorofluoromethane 0.0059U 1mg/Kg-dry 22-May-2024 00:140.00094Vinyl chloride 0.0012U 1mg/Kg-dry 22-May-2024 00:140.0012Xylenes, Total 0.018U Surr: 1,2-Dichloroethane-d4 1%REC 22-May-2024 00:1410570-126 Surr: 4-Bromofluorobenzene 1%REC 22-May-2024 00:1492.0 70-130 Surr: Dibromofluoromethane 1%REC 22-May-2024 00:1498.9 70-130 Surr: Toluene-d8 1%REC 22-May-2024 00:1410670-130 TEXAS TPH BY TX1005 Method:TX1005 Analyst: DBPrep:TX1005PR / 20-May-2024 1mg/Kg-dry 20-May-2024 23:277.3nC6 to nC12 49U 1mg/Kg-dry 20-May-2024 23:279.6>nC12 to nC28 49U 1mg/Kg-dry 20-May-2024 23:279.6>nC28 to nC35 49U 1mg/Kg-dry 20-May-2024 23:277.3Total Petroleum Hydrocarbon 49U Surr: 2-Fluorobiphenyl 1%REC 20-May-2024 23:2782.8 70-130 Surr: Trifluoromethyl benzene 1%REC 20-May-2024 23:2711470-130 MOISTURE - ASTM D2216 Method:ASTM D2216 Analyst: MR 1wt%20-May-2024 10:400.0100Percent Moisture 0.010014.7 23-May-24Date: ALS Houston, US Note: See Qualifiers Page for a list of qualifiers and their explanation. 15 of 95 Client: Project: Sample ID: Braun Intertec Calhoun and 7th St. Phase II TMW-4 (19-20') WorkOrder: Lab ID: Collection Date: HS24050999 HS24050999-04 15-May-2024 10:00 Matrix:Soil ANALYTICAL REPORT ANALYSES RESULT MQL DILUTION FACTORUNITS DATE ANALYZEDQUAL SDL VOLATILES BY SW8260C Method:SW8260 Analyst: GS 1mg/Kg-dry 22-May-2024 00:360.000441,1,1-Trichloroethane 0.0044U 1mg/Kg-dry 22-May-2024 00:360.000711,1,2,2-Tetrachloroethane 0.0044U 1mg/Kg-dry 22-May-2024 00:360.000621,1,2-Trichlor-1,2,2-trifluoroethane 0.0044U 1mg/Kg-dry 22-May-2024 00:360.000441,1,2-Trichloroethane 0.0044U 1mg/Kg-dry 22-May-2024 00:360.000441,1-Dichloroethane 0.0044U 1mg/Kg-dry 22-May-2024 00:360.000441,1-Dichloroethene 0.0044U 1mg/Kg-dry 22-May-2024 00:360.000881,2,4-Trichlorobenzene 0.0044U 1mg/Kg-dry 22-May-2024 00:360.000881,2-Dibromo-3-chloropropane 0.0044U 1mg/Kg-dry 22-May-2024 00:360.000441,2-Dibromoethane 0.0044U 1mg/Kg-dry 22-May-2024 00:360.000881,2-Dichlorobenzene 0.0044U 1mg/Kg-dry 22-May-2024 00:360.000531,2-Dichloroethane 0.0044U 1mg/Kg-dry 22-May-2024 00:360.000711,2-Dichloropropane 0.0044U 1mg/Kg-dry 22-May-2024 00:360.000881,3-Dichlorobenzene 0.0044U 1mg/Kg-dry 22-May-2024 00:360.000881,4-Dichlorobenzene 0.0044U 1mg/Kg-dry 22-May-2024 00:360.00122-Butanone 0.0088U 1mg/Kg-dry 22-May-2024 00:360.00122-Hexanone 0.0088U 1mg/Kg-dry 22-May-2024 00:360.00184-Methyl-2-pentanone 0.0088U 1mg/Kg-dry 22-May-2024 00:360.0018Acetone 0.018U 1mg/Kg-dry 22-May-2024 00:360.00044Benzene 0.0044U 1mg/Kg-dry 22-May-2024 00:360.00044Bromodichloromethane 0.0044U 1mg/Kg-dry 22-May-2024 00:360.00053Bromoform 0.0044U 1mg/Kg-dry 22-May-2024 00:360.00088Bromomethane 0.0088U 1mg/Kg-dry 22-May-2024 00:360.00053Carbon disulfide 0.0088U 1mg/Kg-dry 22-May-2024 00:360.00053Carbon tetrachloride 0.0044U 1mg/Kg-dry 22-May-2024 00:360.00053Chlorobenzene 0.0044U 1mg/Kg-dry 22-May-2024 00:360.00071Chloroethane 0.0088U 1mg/Kg-dry 22-May-2024 00:360.00044Chloroform 0.0044U 1mg/Kg-dry 22-May-2024 00:360.00044Chloromethane 0.0088U 1mg/Kg-dry 22-May-2024 00:360.00071cis-1,2-Dichloroethene 0.0044U 1mg/Kg-dry 22-May-2024 00:360.00044cis-1,3-Dichloropropene 0.0044U 1mg/Kg-dry 22-May-2024 00:36n 0.00088Cyclohexane 0.0044U 1mg/Kg-dry 22-May-2024 00:360.00044Dibromochloromethane 0.0044U 1mg/Kg-dry 22-May-2024 00:360.00062Dichlorodifluoromethane 0.0044U 1mg/Kg-dry 22-May-2024 00:360.00062Ethylbenzene 0.0044U 1mg/Kg-dry 22-May-2024 00:360.00080Isopropylbenzene 0.0044U 1mg/Kg-dry 22-May-2024 00:360.0014m,p-Xylene 0.0088U 1mg/Kg-dry 22-May-2024 00:360.00062Methyl acetate 0.0044U 1mg/Kg-dry 22-May-2024 00:360.00044Methyl tert-butyl ether 0.0044U 1mg/Kg-dry 22-May-2024 00:360.00088Methylcyclohexane 0.0044U 23-May-24Date: ALS Houston, US Note: See Qualifiers Page for a list of qualifiers and their explanation. 16 of 95 Client: Project: Sample ID: Braun Intertec Calhoun and 7th St. Phase II TMW-4 (19-20') WorkOrder: Lab ID: Collection Date: HS24050999 HS24050999-04 15-May-2024 10:00 Matrix:Soil ANALYTICAL REPORT ANALYSES RESULT MQL DILUTION FACTORUNITS DATE ANALYZEDQUAL SDL VOLATILES BY SW8260C Method:SW8260 Analyst: GS 1mg/Kg-dry 22-May-2024 00:360.00088Methylene chloride 0.0088U 1mg/Kg-dry 22-May-2024 00:360.00088o-Xylene 0.0044U 1mg/Kg-dry 22-May-2024 00:360.00062Styrene 0.0044U 1mg/Kg-dry 22-May-2024 00:360.00062Tetrachloroethene 0.0044U 1mg/Kg-dry 22-May-2024 00:360.00053Toluene 0.0044U 1mg/Kg-dry 22-May-2024 00:360.00044trans-1,2-Dichloroethene 0.0044U 1mg/Kg-dry 22-May-2024 00:360.00053trans-1,3-Dichloropropene 0.0044U 1mg/Kg-dry 22-May-2024 00:360.00053Trichloroethene 0.0044U 1mg/Kg-dry 22-May-2024 00:360.00044Trichlorofluoromethane 0.0044U 1mg/Kg-dry 22-May-2024 00:360.00071Vinyl chloride 0.00088U 1mg/Kg-dry 22-May-2024 00:360.00088Xylenes, Total 0.013U Surr: 1,2-Dichloroethane-d4 1%REC 22-May-2024 00:3610570-126 Surr: 4-Bromofluorobenzene 1%REC 22-May-2024 00:3692.8 70-130 Surr: Dibromofluoromethane 1%REC 22-May-2024 00:3697.6 70-130 Surr: Toluene-d8 1%REC 22-May-2024 00:3610570-130 TEXAS TPH BY TX1005 Method:TX1005 Analyst: DBPrep:TX1005PR / 20-May-2024 1mg/Kg-dry 20-May-2024 23:576.8nC6 to nC12 46U 1mg/Kg-dry 20-May-2024 23:579.0>nC12 to nC28 46U 1mg/Kg-dry 20-May-2024 23:579.0>nC28 to nC35 46U 1mg/Kg-dry 20-May-2024 23:576.8Total Petroleum Hydrocarbon 46U Surr: 2-Fluorobiphenyl 1%REC 20-May-2024 23:5782.8 70-130 Surr: Trifluoromethyl benzene 1%REC 20-May-2024 23:5711670-130 MOISTURE - ASTM D2216 Method:ASTM D2216 Analyst: MR 1wt%20-May-2024 10:400.0100Percent Moisture 0.010014.1 23-May-24Date: ALS Houston, US Note: See Qualifiers Page for a list of qualifiers and their explanation. 17 of 95 Client: Project: Sample ID: Braun Intertec Calhoun and 7th St. Phase II SB-10 (1-2') WorkOrder: Lab ID: Collection Date: HS24050999 HS24050999-05 15-May-2024 10:30 Matrix:Soil ANALYTICAL REPORT ANALYSES RESULT MQL DILUTION FACTORUNITS DATE ANALYZEDQUAL SDL METALS BY SW6020A Method:SW6020A Analyst: MSCPrep:SW3050B / 20-May-2024 1mg/Kg-dry 20-May-2024 22:370.0777Arsenic 0.5554.20 1mg/Kg-dry 20-May-2024 22:370.0333Barium 0.55565.3 1mg/Kg-dry 20-May-2024 22:37J0.0300Cadmium 0.5550.344 1mg/Kg-dry 20-May-2024 22:370.0255Chromium 0.55517.8 1mg/Kg-dry 20-May-2024 22:370.0144Lead 0.55535.1 1mg/Kg-dry 20-May-2024 22:370.101Selenium 0.5551.27 1mg/Kg-dry 20-May-2024 22:37J0.0167Silver 0.5550.219 MERCURY BY SW7471B Method:SW7471B Analyst: JSPrep:SW7471B / 21-May-2024 1mg/Kg-dry 21-May-2024 14:260.000582Mercury 0.004120.0285 MOISTURE - ASTM D2216 Method:ASTM D2216 Analyst: MR 1wt%20-May-2024 10:400.0100Percent Moisture 0.010015.7 23-May-24Date: ALS Houston, US Note: See Qualifiers Page for a list of qualifiers and their explanation. 18 of 95 Client: Project: Sample ID: Braun Intertec Calhoun and 7th St. Phase II SB-10 (3-4') WorkOrder: Lab ID: Collection Date: HS24050999 HS24050999-06 15-May-2024 10:40 Matrix:Soil ANALYTICAL REPORT ANALYSES RESULT MQL DILUTION FACTORUNITS DATE ANALYZEDQUAL SDL VOLATILES BY SW8260C Method:SW8260 Analyst: GS 1mg/Kg-dry 22-May-2024 00:570.000501,1,1-Trichloroethane 0.0050U 1mg/Kg-dry 22-May-2024 00:570.000811,1,2,2-Tetrachloroethane 0.0050U 1mg/Kg-dry 22-May-2024 00:570.000711,1,2-Trichlor-1,2,2-trifluoroethane 0.0050U 1mg/Kg-dry 22-May-2024 00:570.000501,1,2-Trichloroethane 0.0050U 1mg/Kg-dry 22-May-2024 00:570.000501,1-Dichloroethane 0.0050U 1mg/Kg-dry 22-May-2024 00:570.000501,1-Dichloroethene 0.0050U 1mg/Kg-dry 22-May-2024 00:570.00101,2,4-Trichlorobenzene 0.0050U 1mg/Kg-dry 22-May-2024 00:570.00101,2-Dibromo-3-chloropropane 0.0050U 1mg/Kg-dry 22-May-2024 00:570.000501,2-Dibromoethane 0.0050U 1mg/Kg-dry 22-May-2024 00:570.00101,2-Dichlorobenzene 0.0050U 1mg/Kg-dry 22-May-2024 00:570.000611,2-Dichloroethane 0.0050U 1mg/Kg-dry 22-May-2024 00:570.000811,2-Dichloropropane 0.0050U 1mg/Kg-dry 22-May-2024 00:570.00101,3-Dichlorobenzene 0.0050U 1mg/Kg-dry 22-May-2024 00:570.00101,4-Dichlorobenzene 0.0050U 1mg/Kg-dry 22-May-2024 00:570.00132-Butanone 0.010U 1mg/Kg-dry 22-May-2024 00:570.00142-Hexanone 0.010U 1mg/Kg-dry 22-May-2024 00:570.00204-Methyl-2-pentanone 0.010U 1mg/Kg-dry 22-May-2024 00:570.0020Acetone 0.020U 1mg/Kg-dry 22-May-2024 00:570.00050Benzene 0.0050U 1mg/Kg-dry 22-May-2024 00:570.00050Bromodichloromethane 0.0050U 1mg/Kg-dry 22-May-2024 00:570.00061Bromoform 0.0050U 1mg/Kg-dry 22-May-2024 00:570.0010Bromomethane 0.010U 1mg/Kg-dry 22-May-2024 00:570.00061Carbon disulfide 0.010U 1mg/Kg-dry 22-May-2024 00:570.00061Carbon tetrachloride 0.0050U 1mg/Kg-dry 22-May-2024 00:570.00061Chlorobenzene 0.0050U 1mg/Kg-dry 22-May-2024 00:570.00081Chloroethane 0.010U 1mg/Kg-dry 22-May-2024 00:570.00050Chloroform 0.0050U 1mg/Kg-dry 22-May-2024 00:570.00050Chloromethane 0.010U 1mg/Kg-dry 22-May-2024 00:570.00081cis-1,2-Dichloroethene 0.0050U 1mg/Kg-dry 22-May-2024 00:570.00050cis-1,3-Dichloropropene 0.0050U 1mg/Kg-dry 22-May-2024 00:57n 0.0010Cyclohexane 0.0050U 1mg/Kg-dry 22-May-2024 00:570.00050Dibromochloromethane 0.0050U 1mg/Kg-dry 22-May-2024 00:570.00071Dichlorodifluoromethane 0.0050U 1mg/Kg-dry 22-May-2024 00:570.00071Ethylbenzene 0.0050U 1mg/Kg-dry 22-May-2024 00:570.00091Isopropylbenzene 0.0050U 1mg/Kg-dry 22-May-2024 00:570.0016m,p-Xylene 0.010U 1mg/Kg-dry 22-May-2024 00:570.00071Methyl acetate 0.0050U 1mg/Kg-dry 22-May-2024 00:570.00050Methyl tert-butyl ether 0.0050U 1mg/Kg-dry 22-May-2024 00:570.0010Methylcyclohexane 0.0050U 23-May-24Date: ALS Houston, US Note: See Qualifiers Page for a list of qualifiers and their explanation. 19 of 95 Client: Project: Sample ID: Braun Intertec Calhoun and 7th St. Phase II SB-10 (3-4') WorkOrder: Lab ID: Collection Date: HS24050999 HS24050999-06 15-May-2024 10:40 Matrix:Soil ANALYTICAL REPORT ANALYSES RESULT MQL DILUTION FACTORUNITS DATE ANALYZEDQUAL SDL VOLATILES BY SW8260C Method:SW8260 Analyst: GS 1mg/Kg-dry 22-May-2024 00:570.0010Methylene chloride 0.010U 1mg/Kg-dry 22-May-2024 00:570.0010o-Xylene 0.0050U 1mg/Kg-dry 22-May-2024 00:570.00071Styrene 0.0050U 1mg/Kg-dry 22-May-2024 00:570.00071Tetrachloroethene 0.0050U 1mg/Kg-dry 22-May-2024 00:570.00061Toluene 0.0050U 1mg/Kg-dry 22-May-2024 00:570.00050trans-1,2-Dichloroethene 0.0050U 1mg/Kg-dry 22-May-2024 00:570.00061trans-1,3-Dichloropropene 0.0050U 1mg/Kg-dry 22-May-2024 00:570.00061Trichloroethene 0.0050U 1mg/Kg-dry 22-May-2024 00:570.00050Trichlorofluoromethane 0.0050U 1mg/Kg-dry 22-May-2024 00:570.00081Vinyl chloride 0.0010U 1mg/Kg-dry 22-May-2024 00:570.0010Xylenes, Total 0.015U Surr: 1,2-Dichloroethane-d4 1%REC 22-May-2024 00:5710770-126 Surr: 4-Bromofluorobenzene 1%REC 22-May-2024 00:5792.3 70-130 Surr: Dibromofluoromethane 1%REC 22-May-2024 00:5798.8 70-130 Surr: Toluene-d8 1%REC 22-May-2024 00:5710470-130 TEXAS TPH BY TX1005 Method:TX1005 Analyst: DBPrep:TX1005PR / 20-May-2024 1mg/Kg-dry 21-May-2024 00:2610nC6 to nC12 68U 1mg/Kg-dry 21-May-2024 00:2613>nC12 to nC28 68U 1mg/Kg-dry 21-May-2024 00:2613>nC28 to nC35 68U 1mg/Kg-dry 21-May-2024 00:2610Total Petroleum Hydrocarbon 68U Surr: 2-Fluorobiphenyl 1%REC 21-May-2024 00:2682.2 70-130 Surr: Trifluoromethyl benzene 1%REC 21-May-2024 00:2611370-130 MOISTURE - ASTM D2216 Method:ASTM D2216 Analyst: MR 1wt%20-May-2024 12:520.0100Percent Moisture 0.010014.8 23-May-24Date: ALS Houston, US Note: See Qualifiers Page for a list of qualifiers and their explanation. 20 of 95 Client: Project: Sample ID: Braun Intertec Calhoun and 7th St. Phase II SB-10 (19-20') WorkOrder: Lab ID: Collection Date: HS24050999 HS24050999-07 15-May-2024 10:48 Matrix:Soil ANALYTICAL REPORT ANALYSES RESULT MQL DILUTION FACTORUNITS DATE ANALYZEDQUAL SDL VOLATILES BY SW8260C Method:SW8260 Analyst: GS 1mg/Kg-dry 22-May-2024 01:190.000421,1,1-Trichloroethane 0.0042U 1mg/Kg-dry 22-May-2024 01:190.000671,1,2,2-Tetrachloroethane 0.0042U 1mg/Kg-dry 22-May-2024 01:190.000591,1,2-Trichlor-1,2,2-trifluoroethane 0.0042U 1mg/Kg-dry 22-May-2024 01:190.000421,1,2-Trichloroethane 0.0042U 1mg/Kg-dry 22-May-2024 01:190.000421,1-Dichloroethane 0.0042U 1mg/Kg-dry 22-May-2024 01:190.000421,1-Dichloroethene 0.0042U 1mg/Kg-dry 22-May-2024 01:190.000841,2,4-Trichlorobenzene 0.0042U 1mg/Kg-dry 22-May-2024 01:190.000841,2-Dibromo-3-chloropropane 0.0042U 1mg/Kg-dry 22-May-2024 01:190.000421,2-Dibromoethane 0.0042U 1mg/Kg-dry 22-May-2024 01:190.000841,2-Dichlorobenzene 0.0042U 1mg/Kg-dry 22-May-2024 01:190.000501,2-Dichloroethane 0.0042U 1mg/Kg-dry 22-May-2024 01:190.000671,2-Dichloropropane 0.0042U 1mg/Kg-dry 22-May-2024 01:190.000841,3-Dichlorobenzene 0.0042U 1mg/Kg-dry 22-May-2024 01:190.000841,4-Dichlorobenzene 0.0042U 1mg/Kg-dry 22-May-2024 01:190.00112-Butanone 0.0084U 1mg/Kg-dry 22-May-2024 01:190.00122-Hexanone 0.0084U 1mg/Kg-dry 22-May-2024 01:190.00174-Methyl-2-pentanone 0.0084U 1mg/Kg-dry 22-May-2024 01:190.0017Acetone 0.017U 1mg/Kg-dry 22-May-2024 01:190.00042Benzene 0.0042U 1mg/Kg-dry 22-May-2024 01:190.00042Bromodichloromethane 0.0042U 1mg/Kg-dry 22-May-2024 01:190.00050Bromoform 0.0042U 1mg/Kg-dry 22-May-2024 01:190.00084Bromomethane 0.0084U 1mg/Kg-dry 22-May-2024 01:190.00050Carbon disulfide 0.0084U 1mg/Kg-dry 22-May-2024 01:190.00050Carbon tetrachloride 0.0042U 1mg/Kg-dry 22-May-2024 01:190.00050Chlorobenzene 0.0042U 1mg/Kg-dry 22-May-2024 01:190.00067Chloroethane 0.0084U 1mg/Kg-dry 22-May-2024 01:190.00042Chloroform 0.0042U 1mg/Kg-dry 22-May-2024 01:190.00042Chloromethane 0.0084U 1mg/Kg-dry 22-May-2024 01:190.00067cis-1,2-Dichloroethene 0.00420.049 1mg/Kg-dry 22-May-2024 01:190.00042cis-1,3-Dichloropropene 0.0042U 1mg/Kg-dry 22-May-2024 01:19n 0.00084Cyclohexane 0.0042U 1mg/Kg-dry 22-May-2024 01:190.00042Dibromochloromethane 0.0042U 1mg/Kg-dry 22-May-2024 01:190.00059Dichlorodifluoromethane 0.0042U 1mg/Kg-dry 22-May-2024 01:190.00059Ethylbenzene 0.0042U 1mg/Kg-dry 22-May-2024 01:190.00075Isopropylbenzene 0.0042U 1mg/Kg-dry 22-May-2024 01:190.0013m,p-Xylene 0.0084U 1mg/Kg-dry 22-May-2024 01:190.00059Methyl acetate 0.0042U 1mg/Kg-dry 22-May-2024 01:190.00042Methyl tert-butyl ether 0.0042U 1mg/Kg-dry 22-May-2024 01:190.00084Methylcyclohexane 0.0042U 23-May-24Date: ALS Houston, US Note: See Qualifiers Page for a list of qualifiers and their explanation. 21 of 95 Client: Project: Sample ID: Braun Intertec Calhoun and 7th St. Phase II SB-10 (19-20') WorkOrder: Lab ID: Collection Date: HS24050999 HS24050999-07 15-May-2024 10:48 Matrix:Soil ANALYTICAL REPORT ANALYSES RESULT MQL DILUTION FACTORUNITS DATE ANALYZEDQUAL SDL VOLATILES BY SW8260C Method:SW8260 Analyst: GS 1mg/Kg-dry 22-May-2024 01:190.00084Methylene chloride 0.0084U 1mg/Kg-dry 22-May-2024 01:190.00084o-Xylene 0.0042U 1mg/Kg-dry 22-May-2024 01:190.00059Styrene 0.0042U 1mg/Kg-dry 22-May-2024 01:190.00059Tetrachloroethene 0.0042U 1mg/Kg-dry 22-May-2024 01:190.00050Toluene 0.0042U 1mg/Kg-dry 22-May-2024 01:19J0.00042trans-1,2-Dichloroethene 0.00420.00080 1mg/Kg-dry 22-May-2024 01:190.00050trans-1,3-Dichloropropene 0.0042U 1mg/Kg-dry 22-May-2024 01:190.00050Trichloroethene 0.00420.014 1mg/Kg-dry 22-May-2024 01:190.00042Trichlorofluoromethane 0.0042U 1mg/Kg-dry 22-May-2024 01:190.00067Vinyl chloride 0.00084U 1mg/Kg-dry 22-May-2024 01:190.00084Xylenes, Total 0.013U Surr: 1,2-Dichloroethane-d4 1%REC 22-May-2024 01:1910570-126 Surr: 4-Bromofluorobenzene 1%REC 22-May-2024 01:1993.9 70-130 Surr: Dibromofluoromethane 1%REC 22-May-2024 01:1910270-130 Surr: Toluene-d8 1%REC 22-May-2024 01:1910370-130 TEXAS TPH BY TX1005 Method:TX1005 Analyst: DBPrep:TX1005PR / 20-May-2024 1mg/Kg-dry 21-May-2024 00:556.3nC6 to nC12 42U 1mg/Kg-dry 21-May-2024 00:558.3>nC12 to nC28 42U 1mg/Kg-dry 21-May-2024 00:558.3>nC28 to nC35 42U 1mg/Kg-dry 21-May-2024 00:556.3Total Petroleum Hydrocarbon 42U Surr: 2-Fluorobiphenyl 1%REC 21-May-2024 00:5582.8 70-130 Surr: Trifluoromethyl benzene 1%REC 21-May-2024 00:5511970-130 MOISTURE - ASTM D2216 Method:ASTM D2216 Analyst: MR 1wt%20-May-2024 12:520.0100Percent Moisture 0.010012.7 23-May-24Date: ALS Houston, US Note: See Qualifiers Page for a list of qualifiers and their explanation. 22 of 95 Client: Project: Sample ID: Braun Intertec Calhoun and 7th St. Phase II SB-9 (8-9') WorkOrder: Lab ID: Collection Date: HS24050999 HS24050999-08 15-May-2024 11:30 Matrix:Soil ANALYTICAL REPORT ANALYSES RESULT MQL DILUTION FACTORUNITS DATE ANALYZEDQUAL SDL VOLATILES BY SW8260C Method:SW8260 Analyst: GS 1mg/Kg-dry 22-May-2024 01:400.000521,1,1-Trichloroethane 0.0052U 1mg/Kg-dry 22-May-2024 01:400.000831,1,2,2-Tetrachloroethane 0.0052U 1mg/Kg-dry 22-May-2024 01:400.000731,1,2-Trichlor-1,2,2-trifluoroethane 0.0052U 1mg/Kg-dry 22-May-2024 01:400.000521,1,2-Trichloroethane 0.0052U 1mg/Kg-dry 22-May-2024 01:400.000521,1-Dichloroethane 0.0052U 1mg/Kg-dry 22-May-2024 01:400.000521,1-Dichloroethene 0.0052U 1mg/Kg-dry 22-May-2024 01:400.00101,2,4-Trichlorobenzene 0.0052U 1mg/Kg-dry 22-May-2024 01:400.00101,2-Dibromo-3-chloropropane 0.0052U 1mg/Kg-dry 22-May-2024 01:400.000521,2-Dibromoethane 0.0052U 1mg/Kg-dry 22-May-2024 01:400.00101,2-Dichlorobenzene 0.0052U 1mg/Kg-dry 22-May-2024 01:400.000631,2-Dichloroethane 0.0052U 1mg/Kg-dry 22-May-2024 01:400.000831,2-Dichloropropane 0.0052U 1mg/Kg-dry 22-May-2024 01:400.00101,3-Dichlorobenzene 0.0052U 1mg/Kg-dry 22-May-2024 01:400.00101,4-Dichlorobenzene 0.0052U 1mg/Kg-dry 22-May-2024 01:400.00142-Butanone 0.010U 1mg/Kg-dry 22-May-2024 01:400.00152-Hexanone 0.010U 1mg/Kg-dry 22-May-2024 01:400.00214-Methyl-2-pentanone 0.010U 1mg/Kg-dry 22-May-2024 01:400.0021Acetone 0.021U 1mg/Kg-dry 22-May-2024 01:400.00052Benzene 0.0052U 1mg/Kg-dry 22-May-2024 01:400.00052Bromodichloromethane 0.0052U 1mg/Kg-dry 22-May-2024 01:400.00063Bromoform 0.0052U 1mg/Kg-dry 22-May-2024 01:400.0010Bromomethane 0.010U 1mg/Kg-dry 22-May-2024 01:400.00063Carbon disulfide 0.010U 1mg/Kg-dry 22-May-2024 01:400.00063Carbon tetrachloride 0.0052U 1mg/Kg-dry 22-May-2024 01:400.00063Chlorobenzene 0.0052U 1mg/Kg-dry 22-May-2024 01:400.00083Chloroethane 0.010U 1mg/Kg-dry 22-May-2024 01:400.00052Chloroform 0.0052U 1mg/Kg-dry 22-May-2024 01:400.00052Chloromethane 0.010U 1mg/Kg-dry 22-May-2024 01:400.00083cis-1,2-Dichloroethene 0.0052U 1mg/Kg-dry 22-May-2024 01:400.00052cis-1,3-Dichloropropene 0.0052U 1mg/Kg-dry 22-May-2024 01:40n 0.0010Cyclohexane 0.0052U 1mg/Kg-dry 22-May-2024 01:400.00052Dibromochloromethane 0.0052U 1mg/Kg-dry 22-May-2024 01:400.00073Dichlorodifluoromethane 0.0052U 1mg/Kg-dry 22-May-2024 01:400.00073Ethylbenzene 0.0052U 1mg/Kg-dry 22-May-2024 01:400.00094Isopropylbenzene 0.0052U 1mg/Kg-dry 22-May-2024 01:400.0017m,p-Xylene 0.010U 1mg/Kg-dry 22-May-2024 01:400.00073Methyl acetate 0.0052U 1mg/Kg-dry 22-May-2024 01:400.00052Methyl tert-butyl ether 0.0052U 1mg/Kg-dry 22-May-2024 01:400.0010Methylcyclohexane 0.0052U 23-May-24Date: ALS Houston, US Note: See Qualifiers Page for a list of qualifiers and their explanation. 23 of 95 Client: Project: Sample ID: Braun Intertec Calhoun and 7th St. Phase II SB-9 (8-9') WorkOrder: Lab ID: Collection Date: HS24050999 HS24050999-08 15-May-2024 11:30 Matrix:Soil ANALYTICAL REPORT ANALYSES RESULT MQL DILUTION FACTORUNITS DATE ANALYZEDQUAL SDL VOLATILES BY SW8260C Method:SW8260 Analyst: GS 1mg/Kg-dry 22-May-2024 01:400.0010Methylene chloride 0.010U 1mg/Kg-dry 22-May-2024 01:400.0010o-Xylene 0.0052U 1mg/Kg-dry 22-May-2024 01:400.00073Styrene 0.0052U 1mg/Kg-dry 22-May-2024 01:400.00073Tetrachloroethene 0.0052U 1mg/Kg-dry 22-May-2024 01:400.00063Toluene 0.0052U 1mg/Kg-dry 22-May-2024 01:400.00052trans-1,2-Dichloroethene 0.0052U 1mg/Kg-dry 22-May-2024 01:400.00063trans-1,3-Dichloropropene 0.0052U 1mg/Kg-dry 22-May-2024 01:400.00063Trichloroethene 0.0052U 1mg/Kg-dry 22-May-2024 01:400.00052Trichlorofluoromethane 0.0052U 1mg/Kg-dry 22-May-2024 01:400.00083Vinyl chloride 0.0010U 1mg/Kg-dry 22-May-2024 01:400.0010Xylenes, Total 0.016U Surr: 1,2-Dichloroethane-d4 1%REC 22-May-2024 01:4010670-126 Surr: 4-Bromofluorobenzene 1%REC 22-May-2024 01:4092.1 70-130 Surr: Dibromofluoromethane 1%REC 22-May-2024 01:4096.3 70-130 Surr: Toluene-d8 1%REC 22-May-2024 01:4010570-130 TEXAS TPH BY TX1005 Method:TX1005 Analyst: DBPrep:TX1005PR / 20-May-2024 1mg/Kg-dry 21-May-2024 01:257.4nC6 to nC12 50U 1mg/Kg-dry 21-May-2024 01:259.7>nC12 to nC28 50U 1mg/Kg-dry 21-May-2024 01:259.7>nC28 to nC35 50U 1mg/Kg-dry 21-May-2024 01:257.4Total Petroleum Hydrocarbon 50U Surr: 2-Fluorobiphenyl 1%REC 21-May-2024 01:2579.7 70-130 Surr: Trifluoromethyl benzene 1%REC 21-May-2024 01:2511770-130 MOISTURE - ASTM D2216 Method:ASTM D2216 Analyst: MR 1wt%20-May-2024 12:520.0100Percent Moisture 0.010014.7 23-May-24Date: ALS Houston, US Note: See Qualifiers Page for a list of qualifiers and their explanation. 24 of 95 Client: Project: Sample ID: Braun Intertec Calhoun and 7th St. Phase II SB-9 (19-20') WorkOrder: Lab ID: Collection Date: HS24050999 HS24050999-09 15-May-2024 11:30 Matrix:Soil ANALYTICAL REPORT ANALYSES RESULT MQL DILUTION FACTORUNITS DATE ANALYZEDQUAL SDL VOLATILES BY SW8260C Method:SW8260 Analyst: GS 1mg/Kg-dry 22-May-2024 02:020.000431,1,1-Trichloroethane 0.0043U 1mg/Kg-dry 22-May-2024 02:020.000691,1,2,2-Tetrachloroethane 0.0043U 1mg/Kg-dry 22-May-2024 02:020.000601,1,2-Trichlor-1,2,2-trifluoroethane 0.0043U 1mg/Kg-dry 22-May-2024 02:020.000431,1,2-Trichloroethane 0.0043U 1mg/Kg-dry 22-May-2024 02:020.000431,1-Dichloroethane 0.0043U 1mg/Kg-dry 22-May-2024 02:020.000431,1-Dichloroethene 0.0043U 1mg/Kg-dry 22-May-2024 02:020.000861,2,4-Trichlorobenzene 0.0043U 1mg/Kg-dry 22-May-2024 02:020.000861,2-Dibromo-3-chloropropane 0.0043U 1mg/Kg-dry 22-May-2024 02:020.000431,2-Dibromoethane 0.0043U 1mg/Kg-dry 22-May-2024 02:020.000861,2-Dichlorobenzene 0.0043U 1mg/Kg-dry 22-May-2024 02:020.000521,2-Dichloroethane 0.0043U 1mg/Kg-dry 22-May-2024 02:020.000691,2-Dichloropropane 0.0043U 1mg/Kg-dry 22-May-2024 02:020.000861,3-Dichlorobenzene 0.0043U 1mg/Kg-dry 22-May-2024 02:020.000861,4-Dichlorobenzene 0.0043U 1mg/Kg-dry 22-May-2024 02:020.00112-Butanone 0.0086U 1mg/Kg-dry 22-May-2024 02:020.00122-Hexanone 0.0086U 1mg/Kg-dry 22-May-2024 02:020.00174-Methyl-2-pentanone 0.0086U 1mg/Kg-dry 22-May-2024 02:020.0017Acetone 0.017U 1mg/Kg-dry 22-May-2024 02:020.00043Benzene 0.0043U 1mg/Kg-dry 22-May-2024 02:020.00043Bromodichloromethane 0.0043U 1mg/Kg-dry 22-May-2024 02:020.00052Bromoform 0.0043U 1mg/Kg-dry 22-May-2024 02:020.00086Bromomethane 0.0086U 1mg/Kg-dry 22-May-2024 02:020.00052Carbon disulfide 0.0086U 1mg/Kg-dry 22-May-2024 02:020.00052Carbon tetrachloride 0.0043U 1mg/Kg-dry 22-May-2024 02:020.00052Chlorobenzene 0.0043U 1mg/Kg-dry 22-May-2024 02:020.00069Chloroethane 0.0086U 1mg/Kg-dry 22-May-2024 02:020.00043Chloroform 0.0043U 1mg/Kg-dry 22-May-2024 02:020.00043Chloromethane 0.0086U 1mg/Kg-dry 22-May-2024 02:020.00069cis-1,2-Dichloroethene 0.00430.022 1mg/Kg-dry 22-May-2024 02:020.00043cis-1,3-Dichloropropene 0.0043U 1mg/Kg-dry 22-May-2024 02:02n 0.00086Cyclohexane 0.0043U 1mg/Kg-dry 22-May-2024 02:020.00043Dibromochloromethane 0.0043U 1mg/Kg-dry 22-May-2024 02:020.00060Dichlorodifluoromethane 0.0043U 1mg/Kg-dry 22-May-2024 02:020.00060Ethylbenzene 0.0043U 1mg/Kg-dry 22-May-2024 02:020.00077Isopropylbenzene 0.0043U 1mg/Kg-dry 22-May-2024 02:020.0014m,p-Xylene 0.0086U 1mg/Kg-dry 22-May-2024 02:020.00060Methyl acetate 0.0043U 1mg/Kg-dry 22-May-2024 02:020.00043Methyl tert-butyl ether 0.0043U 1mg/Kg-dry 22-May-2024 02:020.00086Methylcyclohexane 0.0043U 23-May-24Date: ALS Houston, US Note: See Qualifiers Page for a list of qualifiers and their explanation. 25 of 95 Client: Project: Sample ID: Braun Intertec Calhoun and 7th St. Phase II SB-9 (19-20') WorkOrder: Lab ID: Collection Date: HS24050999 HS24050999-09 15-May-2024 11:30 Matrix:Soil ANALYTICAL REPORT ANALYSES RESULT MQL DILUTION FACTORUNITS DATE ANALYZEDQUAL SDL VOLATILES BY SW8260C Method:SW8260 Analyst: GS 1mg/Kg-dry 22-May-2024 02:020.00086Methylene chloride 0.0086U 1mg/Kg-dry 22-May-2024 02:020.00086o-Xylene 0.0043U 1mg/Kg-dry 22-May-2024 02:020.00060Styrene 0.0043U 1mg/Kg-dry 22-May-2024 02:020.00060Tetrachloroethene 0.0043U 1mg/Kg-dry 22-May-2024 02:020.00052Toluene 0.0043U 1mg/Kg-dry 22-May-2024 02:020.00043trans-1,2-Dichloroethene 0.0043U 1mg/Kg-dry 22-May-2024 02:020.00052trans-1,3-Dichloropropene 0.0043U 1mg/Kg-dry 22-May-2024 02:02J0.00052Trichloroethene 0.00430.00084 1mg/Kg-dry 22-May-2024 02:020.00043Trichlorofluoromethane 0.0043U 1mg/Kg-dry 22-May-2024 02:020.00069Vinyl chloride 0.00086U 1mg/Kg-dry 22-May-2024 02:020.00086Xylenes, Total 0.013U Surr: 1,2-Dichloroethane-d4 1%REC 22-May-2024 02:0210370-126 Surr: 4-Bromofluorobenzene 1%REC 22-May-2024 02:0292.8 70-130 Surr: Dibromofluoromethane 1%REC 22-May-2024 02:0298.4 70-130 Surr: Toluene-d8 1%REC 22-May-2024 02:0210570-130 TEXAS TPH BY TX1005 Method:TX1005 Analyst: DBPrep:TX1005PR / 20-May-2024 1mg/Kg-dry 21-May-2024 01:546.4nC6 to nC12 43U 1mg/Kg-dry 21-May-2024 01:548.5>nC12 to nC28 43U 1mg/Kg-dry 21-May-2024 01:548.5>nC28 to nC35 43U 1mg/Kg-dry 21-May-2024 01:546.4Total Petroleum Hydrocarbon 43U Surr: 2-Fluorobiphenyl 1%REC 21-May-2024 01:5486.2 70-130 Surr: Trifluoromethyl benzene 1%REC 21-May-2024 01:5411970-130 MOISTURE - ASTM D2216 Method:ASTM D2216 Analyst: MR 1wt%20-May-2024 12:520.0100Percent Moisture 0.010011.7 23-May-24Date: ALS Houston, US Note: See Qualifiers Page for a list of qualifiers and their explanation. 26 of 95 Client: Project: Sample ID: Braun Intertec Calhoun and 7th St. Phase II SB-8 (2-3') WorkOrder: Lab ID: Collection Date: HS24050999 HS24050999-10 15-May-2024 11:55 Matrix:Soil ANALYTICAL REPORT ANALYSES RESULT MQL DILUTION FACTORUNITS DATE ANALYZEDQUAL SDL METALS BY SW6020A Method:SW6020A Analyst: MSCPrep:SW3050B / 20-May-2024 1mg/Kg-dry 20-May-2024 23:220.0810Arsenic 0.5794.64 1mg/Kg-dry 20-May-2024 23:220.0347Barium 0.57996.8 1mg/Kg-dry 20-May-2024 23:22J0.0313Cadmium 0.5790.0754 1mg/Kg-dry 20-May-2024 23:220.0266Chromium 0.57915.9 1mg/Kg-dry 20-May-2024 23:220.0150Lead 0.5799.30 1mg/Kg-dry 20-May-2024 23:220.105Selenium 0.5791.11 1mg/Kg-dry 20-May-2024 23:22J0.0174Silver 0.5790.0442 MERCURY BY SW7471B Method:SW7471B Analyst: JSPrep:SW7471B / 21-May-2024 1mg/Kg-dry 21-May-2024 14:080.000594Mercury 0.004200.00649 MOISTURE - ASTM D2216 Method:ASTM D2216 Analyst: MR 1wt%20-May-2024 12:520.0100Percent Moisture 0.010020.5 23-May-24Date: ALS Houston, US Note: See Qualifiers Page for a list of qualifiers and their explanation. 27 of 95 Client: Project: Sample ID: Braun Intertec Calhoun and 7th St. Phase II SB-8 (7-8') WorkOrder: Lab ID: Collection Date: HS24050999 HS24050999-11 15-May-2024 12:05 Matrix:Soil ANALYTICAL REPORT ANALYSES RESULT MQL DILUTION FACTORUNITS DATE ANALYZEDQUAL SDL VOLATILES BY SW8260C Method:SW8260 Analyst: GS 1mg/Kg-dry 22-May-2024 02:240.000511,1,1-Trichloroethane 0.0051U 1mg/Kg-dry 22-May-2024 02:240.000821,1,2,2-Tetrachloroethane 0.0051U 1mg/Kg-dry 22-May-2024 02:240.000721,1,2-Trichlor-1,2,2-trifluoroethane 0.0051U 1mg/Kg-dry 22-May-2024 02:240.000511,1,2-Trichloroethane 0.0051U 1mg/Kg-dry 22-May-2024 02:240.000511,1-Dichloroethane 0.0051U 1mg/Kg-dry 22-May-2024 02:240.000511,1-Dichloroethene 0.0051U 1mg/Kg-dry 22-May-2024 02:240.00101,2,4-Trichlorobenzene 0.0051U 1mg/Kg-dry 22-May-2024 02:240.00101,2-Dibromo-3-chloropropane 0.0051U 1mg/Kg-dry 22-May-2024 02:240.000511,2-Dibromoethane 0.0051U 1mg/Kg-dry 22-May-2024 02:240.00101,2-Dichlorobenzene 0.0051U 1mg/Kg-dry 22-May-2024 02:240.000621,2-Dichloroethane 0.0051U 1mg/Kg-dry 22-May-2024 02:240.000821,2-Dichloropropane 0.0051U 1mg/Kg-dry 22-May-2024 02:240.00101,3-Dichlorobenzene 0.0051U 1mg/Kg-dry 22-May-2024 02:240.00101,4-Dichlorobenzene 0.0051U 1mg/Kg-dry 22-May-2024 02:240.00132-Butanone 0.010U 1mg/Kg-dry 22-May-2024 02:240.00142-Hexanone 0.010U 1mg/Kg-dry 22-May-2024 02:240.00214-Methyl-2-pentanone 0.010U 1mg/Kg-dry 22-May-2024 02:240.0021Acetone 0.021U 1mg/Kg-dry 22-May-2024 02:240.00051Benzene 0.0051U 1mg/Kg-dry 22-May-2024 02:240.00051Bromodichloromethane 0.0051U 1mg/Kg-dry 22-May-2024 02:240.00062Bromoform 0.0051U 1mg/Kg-dry 22-May-2024 02:240.0010Bromomethane 0.010U 1mg/Kg-dry 22-May-2024 02:240.00062Carbon disulfide 0.010U 1mg/Kg-dry 22-May-2024 02:240.00062Carbon tetrachloride 0.0051U 1mg/Kg-dry 22-May-2024 02:240.00062Chlorobenzene 0.0051U 1mg/Kg-dry 22-May-2024 02:240.00082Chloroethane 0.010U 1mg/Kg-dry 22-May-2024 02:240.00051Chloroform 0.0051U 1mg/Kg-dry 22-May-2024 02:240.00051Chloromethane 0.010U 1mg/Kg-dry 22-May-2024 02:240.00082cis-1,2-Dichloroethene 0.0051U 1mg/Kg-dry 22-May-2024 02:240.00051cis-1,3-Dichloropropene 0.0051U 1mg/Kg-dry 22-May-2024 02:24n 0.0010Cyclohexane 0.0051U 1mg/Kg-dry 22-May-2024 02:240.00051Dibromochloromethane 0.0051U 1mg/Kg-dry 22-May-2024 02:240.00072Dichlorodifluoromethane 0.0051U 1mg/Kg-dry 22-May-2024 02:240.00072Ethylbenzene 0.0051U 1mg/Kg-dry 22-May-2024 02:240.00093Isopropylbenzene 0.0051U 1mg/Kg-dry 22-May-2024 02:240.0016m,p-Xylene 0.010U 1mg/Kg-dry 22-May-2024 02:240.00072Methyl acetate 0.0051U 1mg/Kg-dry 22-May-2024 02:240.00051Methyl tert-butyl ether 0.0051U 1mg/Kg-dry 22-May-2024 02:240.0010Methylcyclohexane 0.0051U 23-May-24Date: ALS Houston, US Note: See Qualifiers Page for a list of qualifiers and their explanation. 28 of 95 Client: Project: Sample ID: Braun Intertec Calhoun and 7th St. Phase II SB-8 (7-8') WorkOrder: Lab ID: Collection Date: HS24050999 HS24050999-11 15-May-2024 12:05 Matrix:Soil ANALYTICAL REPORT ANALYSES RESULT MQL DILUTION FACTORUNITS DATE ANALYZEDQUAL SDL VOLATILES BY SW8260C Method:SW8260 Analyst: GS 1mg/Kg-dry 22-May-2024 02:240.0010Methylene chloride 0.010U 1mg/Kg-dry 22-May-2024 02:240.0010o-Xylene 0.0051U 1mg/Kg-dry 22-May-2024 02:240.00072Styrene 0.0051U 1mg/Kg-dry 22-May-2024 02:240.00072Tetrachloroethene 0.0051U 1mg/Kg-dry 22-May-2024 02:240.00062Toluene 0.0051U 1mg/Kg-dry 22-May-2024 02:240.00051trans-1,2-Dichloroethene 0.0051U 1mg/Kg-dry 22-May-2024 02:240.00062trans-1,3-Dichloropropene 0.0051U 1mg/Kg-dry 22-May-2024 02:240.00062Trichloroethene 0.0051U 1mg/Kg-dry 22-May-2024 02:240.00051Trichlorofluoromethane 0.0051U 1mg/Kg-dry 22-May-2024 02:240.00082Vinyl chloride 0.0010U 1mg/Kg-dry 22-May-2024 02:240.0010Xylenes, Total 0.015U Surr: 1,2-Dichloroethane-d4 1%REC 22-May-2024 02:2410570-126 Surr: 4-Bromofluorobenzene 1%REC 22-May-2024 02:2492.2 70-130 Surr: Dibromofluoromethane 1%REC 22-May-2024 02:2498.8 70-130 Surr: Toluene-d8 1%REC 22-May-2024 02:2410570-130 TEXAS TPH BY TX1005 Method:TX1005 Analyst: DBPrep:TX1005PR / 20-May-2024 1mg/Kg-dry 21-May-2024 02:247.1nC6 to nC12 48U 1mg/Kg-dry 21-May-2024 02:249.3>nC12 to nC28 48U 1mg/Kg-dry 21-May-2024 02:249.3>nC28 to nC35 48U 1mg/Kg-dry 21-May-2024 02:247.1Total Petroleum Hydrocarbon 48U Surr: 2-Fluorobiphenyl 1%REC 21-May-2024 02:2485.3 70-130 Surr: Trifluoromethyl benzene 1%REC 21-May-2024 02:2410670-130 MOISTURE - ASTM D2216 Method:ASTM D2216 Analyst: MR 1wt%20-May-2024 12:520.0100Percent Moisture 0.010016.5 23-May-24Date: ALS Houston, US Note: See Qualifiers Page for a list of qualifiers and their explanation. 29 of 95 Client: Project: Sample ID: Braun Intertec Calhoun and 7th St. Phase II SB-8 (19-20') WorkOrder: Lab ID: Collection Date: HS24050999 HS24050999-12 15-May-2024 12:15 Matrix:Soil ANALYTICAL REPORT ANALYSES RESULT MQL DILUTION FACTORUNITS DATE ANALYZEDQUAL SDL VOLATILES BY SW8260C Method:SW8260 Analyst: GS 1mg/Kg-dry 22-May-2024 22:380.000531,1,1-Trichloroethane 0.0053U 1mg/Kg-dry 22-May-2024 22:380.000841,1,2,2-Tetrachloroethane 0.0053U 1mg/Kg-dry 22-May-2024 22:380.000741,1,2-Trichlor-1,2,2-trifluoroethane 0.0053U 1mg/Kg-dry 22-May-2024 22:380.000531,1,2-Trichloroethane 0.0053U 1mg/Kg-dry 22-May-2024 22:380.000531,1-Dichloroethane 0.0053U 1mg/Kg-dry 22-May-2024 22:380.000531,1-Dichloroethene 0.0053U 1mg/Kg-dry 22-May-2024 22:380.00111,2,4-Trichlorobenzene 0.0053U 1mg/Kg-dry 22-May-2024 22:380.00111,2-Dibromo-3-chloropropane 0.0053U 1mg/Kg-dry 22-May-2024 22:380.000531,2-Dibromoethane 0.0053U 1mg/Kg-dry 22-May-2024 22:380.00111,2-Dichlorobenzene 0.0053U 1mg/Kg-dry 22-May-2024 22:380.000631,2-Dichloroethane 0.0053U 1mg/Kg-dry 22-May-2024 22:380.000841,2-Dichloropropane 0.0053U 1mg/Kg-dry 22-May-2024 22:380.00111,3-Dichlorobenzene 0.0053U 1mg/Kg-dry 22-May-2024 22:380.00111,4-Dichlorobenzene 0.0053U 1mg/Kg-dry 22-May-2024 22:380.00142-Butanone 0.011U 1mg/Kg-dry 22-May-2024 22:380.00152-Hexanone 0.011U 1mg/Kg-dry 22-May-2024 22:380.00214-Methyl-2-pentanone 0.011U 1mg/Kg-dry 22-May-2024 22:380.0021Acetone 0.021U 1mg/Kg-dry 22-May-2024 22:380.00053Benzene 0.0053U 1mg/Kg-dry 22-May-2024 22:380.00053Bromodichloromethane 0.0053U 1mg/Kg-dry 22-May-2024 22:380.00063Bromoform 0.0053U 1mg/Kg-dry 22-May-2024 22:380.0011Bromomethane 0.011U 1mg/Kg-dry 22-May-2024 22:380.00063Carbon disulfide 0.011U 1mg/Kg-dry 22-May-2024 22:380.00063Carbon tetrachloride 0.0053U 1mg/Kg-dry 22-May-2024 22:380.00063Chlorobenzene 0.0053U 1mg/Kg-dry 22-May-2024 22:380.00084Chloroethane 0.011U 1mg/Kg-dry 22-May-2024 22:380.00053Chloroform 0.0053U 1mg/Kg-dry 22-May-2024 22:380.00053Chloromethane 0.011U 1mg/Kg-dry 22-May-2024 22:380.00084cis-1,2-Dichloroethene 0.0053U 1mg/Kg-dry 22-May-2024 22:380.00053cis-1,3-Dichloropropene 0.0053U 1mg/Kg-dry 22-May-2024 22:38n 0.0011Cyclohexane 0.0053U 1mg/Kg-dry 22-May-2024 22:380.00053Dibromochloromethane 0.0053U 1mg/Kg-dry 22-May-2024 22:380.00074Dichlorodifluoromethane 0.0053U 1mg/Kg-dry 22-May-2024 22:380.00074Ethylbenzene 0.0053U 1mg/Kg-dry 22-May-2024 22:380.00095Isopropylbenzene 0.0053U 1mg/Kg-dry 22-May-2024 22:380.0017m,p-Xylene 0.011U 1mg/Kg-dry 22-May-2024 22:380.00074Methyl acetate 0.0053U 1mg/Kg-dry 22-May-2024 22:380.00053Methyl tert-butyl ether 0.0053U 1mg/Kg-dry 22-May-2024 22:380.0011Methylcyclohexane 0.00530.018 23-May-24Date: ALS Houston, US Note: See Qualifiers Page for a list of qualifiers and their explanation. 30 of 95 Client: Project: Sample ID: Braun Intertec Calhoun and 7th St. Phase II SB-8 (19-20') WorkOrder: Lab ID: Collection Date: HS24050999 HS24050999-12 15-May-2024 12:15 Matrix:Soil ANALYTICAL REPORT ANALYSES RESULT MQL DILUTION FACTORUNITS DATE ANALYZEDQUAL SDL VOLATILES BY SW8260C Method:SW8260 Analyst: GS 1mg/Kg-dry 22-May-2024 22:380.0011Methylene chloride 0.011U 1mg/Kg-dry 22-May-2024 22:380.0011o-Xylene 0.0053U 1mg/Kg-dry 22-May-2024 22:380.00074Styrene 0.0053U 1mg/Kg-dry 22-May-2024 22:380.00074Tetrachloroethene 0.0053U 1mg/Kg-dry 22-May-2024 22:380.00063Toluene 0.0053U 1mg/Kg-dry 22-May-2024 22:380.00053trans-1,2-Dichloroethene 0.0053U 1mg/Kg-dry 22-May-2024 22:380.00063trans-1,3-Dichloropropene 0.0053U 1mg/Kg-dry 22-May-2024 22:380.00063Trichloroethene 0.0053U 1mg/Kg-dry 22-May-2024 22:380.00053Trichlorofluoromethane 0.0053U 1mg/Kg-dry 22-May-2024 22:380.00084Vinyl chloride 0.0011U 1mg/Kg-dry 22-May-2024 22:380.0011Xylenes, Total 0.016U Surr: 1,2-Dichloroethane-d4 1%REC 22-May-2024 22:3810270-126 Surr: 4-Bromofluorobenzene 1%REC 22-May-2024 22:3895.4 70-130 Surr: Dibromofluoromethane 1%REC 22-May-2024 22:3894.3 70-130 Surr: Toluene-d8 1%REC 22-May-2024 22:3810770-130 TEXAS TPH BY TX1005 Method:TX1005 Analyst: DBPrep:TX1005PR / 20-May-2024 1mg/Kg-dry 21-May-2024 02:536.8nC6 to nC12 46U 1mg/Kg-dry 21-May-2024 02:538.9>nC12 to nC28 46U 1mg/Kg-dry 21-May-2024 02:538.9>nC28 to nC35 46U 1mg/Kg-dry 21-May-2024 02:536.8Total Petroleum Hydrocarbon 46U Surr: 2-Fluorobiphenyl 1%REC 21-May-2024 02:5386.1 70-130 Surr: Trifluoromethyl benzene 1%REC 21-May-2024 02:5311470-130 MOISTURE - ASTM D2216 Method:ASTM D2216 Analyst: MR 1wt%20-May-2024 12:520.0100Percent Moisture 0.010017.4 23-May-24Date: ALS Houston, US Note: See Qualifiers Page for a list of qualifiers and their explanation. 31 of 95 Client: Project: Sample ID: Braun Intertec Calhoun and 7th St. Phase II SB-7 (1-2') WorkOrder: Lab ID: Collection Date: HS24050999 HS24050999-13 15-May-2024 13:20 Matrix:Soil ANALYTICAL REPORT ANALYSES RESULT MQL DILUTION FACTORUNITS DATE ANALYZEDQUAL SDL METALS BY SW6020A Method:SW6020A Analyst: MSCPrep:SW3050B / 20-May-2024 1mg/Kg-dry 20-May-2024 23:240.0896Arsenic 0.64012.2 1mg/Kg-dry 20-May-2024 23:240.0384Barium 0.640117 1mg/Kg-dry 20-May-2024 23:24J0.0346Cadmium 0.6400.166 1mg/Kg-dry 20-May-2024 23:240.0294Chromium 0.64020.1 1mg/Kg-dry 20-May-2024 23:240.0166Lead 0.64018.3 1mg/Kg-dry 20-May-2024 23:240.116Selenium 0.6401.76 1mg/Kg-dry 20-May-2024 23:24J0.0192Silver 0.6400.0631 MERCURY BY SW7471B Method:SW7471B Analyst: JSPrep:SW7471B / 21-May-2024 1mg/Kg-dry 21-May-2024 14:280.000675Mercury 0.004770.0522 MOISTURE - ASTM D2216 Method:ASTM D2216 Analyst: MR 1wt%20-May-2024 12:520.0100Percent Moisture 0.010026.4 23-May-24Date: ALS Houston, US Note: See Qualifiers Page for a list of qualifiers and their explanation. 32 of 95 Client: Project: Sample ID: Braun Intertec Calhoun and 7th St. Phase II SB-7 (5-6') WorkOrder: Lab ID: Collection Date: HS24050999 HS24050999-14 15-May-2024 13:40 Matrix:Soil ANALYTICAL REPORT ANALYSES RESULT MQL DILUTION FACTORUNITS DATE ANALYZEDQUAL SDL VOLATILES BY SW8260C Method:SW8260 Analyst: GS 1mg/Kg-dry 22-May-2024 17:570.000461,1,1-Trichloroethane 0.0046U 1mg/Kg-dry 22-May-2024 17:570.000741,1,2,2-Tetrachloroethane 0.0046U 1mg/Kg-dry 22-May-2024 17:570.000641,1,2-Trichlor-1,2,2-trifluoroethane 0.0046U 1mg/Kg-dry 22-May-2024 17:570.000461,1,2-Trichloroethane 0.0046U 1mg/Kg-dry 22-May-2024 17:570.000461,1-Dichloroethane 0.0046U 1mg/Kg-dry 22-May-2024 17:570.000461,1-Dichloroethene 0.0046U 1mg/Kg-dry 22-May-2024 17:570.000921,2,4-Trichlorobenzene 0.0046U 1mg/Kg-dry 22-May-2024 17:570.000921,2-Dibromo-3-chloropropane 0.0046U 1mg/Kg-dry 22-May-2024 17:570.000461,2-Dibromoethane 0.0046U 1mg/Kg-dry 22-May-2024 17:570.000921,2-Dichlorobenzene 0.0046U 1mg/Kg-dry 22-May-2024 17:570.000551,2-Dichloroethane 0.0046U 1mg/Kg-dry 22-May-2024 17:570.000741,2-Dichloropropane 0.0046U 1mg/Kg-dry 22-May-2024 17:570.000921,3-Dichlorobenzene 0.0046U 1mg/Kg-dry 22-May-2024 17:570.000921,4-Dichlorobenzene 0.0046U 1mg/Kg-dry 22-May-2024 17:570.00122-Butanone 0.0092U 1mg/Kg-dry 22-May-2024 17:570.00132-Hexanone 0.0092U 1mg/Kg-dry 22-May-2024 17:570.00184-Methyl-2-pentanone 0.0092U 1mg/Kg-dry 22-May-2024 17:570.0018Acetone 0.0180.028 1mg/Kg-dry 22-May-2024 17:570.00046Benzene 0.0046U 1mg/Kg-dry 22-May-2024 17:570.00046Bromodichloromethane 0.0046U 1mg/Kg-dry 22-May-2024 17:570.00055Bromoform 0.0046U 1mg/Kg-dry 22-May-2024 17:570.00092Bromomethane 0.0092U 1mg/Kg-dry 22-May-2024 17:570.00055Carbon disulfide 0.0092U 1mg/Kg-dry 22-May-2024 17:570.00055Carbon tetrachloride 0.0046U 1mg/Kg-dry 22-May-2024 17:570.00055Chlorobenzene 0.0046U 1mg/Kg-dry 22-May-2024 17:570.00074Chloroethane 0.0092U 1mg/Kg-dry 22-May-2024 17:570.00046Chloroform 0.0046U 1mg/Kg-dry 22-May-2024 17:570.00046Chloromethane 0.0092U 1mg/Kg-dry 22-May-2024 17:570.00074cis-1,2-Dichloroethene 0.0046U 1mg/Kg-dry 22-May-2024 17:570.00046cis-1,3-Dichloropropene 0.0046U 1mg/Kg-dry 22-May-2024 17:57n 0.00092Cyclohexane 0.0046U 1mg/Kg-dry 22-May-2024 17:570.00046Dibromochloromethane 0.0046U 1mg/Kg-dry 22-May-2024 17:570.00064Dichlorodifluoromethane 0.0046U 1mg/Kg-dry 22-May-2024 17:570.00064Ethylbenzene 0.0046U 1mg/Kg-dry 22-May-2024 17:570.00083Isopropylbenzene 0.0046U 1mg/Kg-dry 22-May-2024 17:570.0015m,p-Xylene 0.0092U 1mg/Kg-dry 22-May-2024 17:570.00064Methyl acetate 0.0046U 1mg/Kg-dry 22-May-2024 17:570.00046Methyl tert-butyl ether 0.0046U 1mg/Kg-dry 22-May-2024 17:57J0.00092Methylcyclohexane 0.00460.0020 23-May-24Date: ALS Houston, US Note: See Qualifiers Page for a list of qualifiers and their explanation. 33 of 95 Client: Project: Sample ID: Braun Intertec Calhoun and 7th St. Phase II SB-7 (5-6') WorkOrder: Lab ID: Collection Date: HS24050999 HS24050999-14 15-May-2024 13:40 Matrix:Soil ANALYTICAL REPORT ANALYSES RESULT MQL DILUTION FACTORUNITS DATE ANALYZEDQUAL SDL VOLATILES BY SW8260C Method:SW8260 Analyst: GS 1mg/Kg-dry 22-May-2024 17:57J0.00092Methylene chloride 0.00920.0047 1mg/Kg-dry 22-May-2024 17:570.00092o-Xylene 0.0046U 1mg/Kg-dry 22-May-2024 17:570.00064Styrene 0.0046U 1mg/Kg-dry 22-May-2024 17:570.00064Tetrachloroethene 0.0046U 1mg/Kg-dry 22-May-2024 17:570.00055Toluene 0.0046U 1mg/Kg-dry 22-May-2024 17:570.00046trans-1,2-Dichloroethene 0.0046U 1mg/Kg-dry 22-May-2024 17:570.00055trans-1,3-Dichloropropene 0.0046U 1mg/Kg-dry 22-May-2024 17:570.00055Trichloroethene 0.0046U 1mg/Kg-dry 22-May-2024 17:570.00046Trichlorofluoromethane 0.0046U 1mg/Kg-dry 22-May-2024 17:570.00074Vinyl chloride 0.00092U 1mg/Kg-dry 22-May-2024 17:570.00092Xylenes, Total 0.014U Surr: 1,2-Dichloroethane-d4 1%REC 22-May-2024 17:5795.9 70-126 Surr: 4-Bromofluorobenzene 1%REC 22-May-2024 17:5789.9 70-130 Surr: Dibromofluoromethane 1%REC 22-May-2024 17:5793.9 70-130 Surr: Toluene-d8 1%REC 22-May-2024 17:5710670-130 TEXAS TPH BY TX1005 Method:TX1005 Analyst: DBPrep:TX1005PR / 20-May-2024 1mg/Kg-dry 21-May-2024 03:238.3nC6 to nC12 56U 1mg/Kg-dry 21-May-2024 03:2311>nC12 to nC28 56U 1mg/Kg-dry 21-May-2024 03:2311>nC28 to nC35 56U 1mg/Kg-dry 21-May-2024 03:238.3Total Petroleum Hydrocarbon 56U Surr: 2-Fluorobiphenyl 1%REC 21-May-2024 03:2384.4 70-130 Surr: Trifluoromethyl benzene 1%REC 21-May-2024 03:2310170-130 MOISTURE - ASTM D2216 Method:ASTM D2216 Analyst: MR 1wt%20-May-2024 12:520.0100Percent Moisture 0.010022.8 23-May-24Date: ALS Houston, US Note: See Qualifiers Page for a list of qualifiers and their explanation. 34 of 95 Client: Project: Sample ID: Braun Intertec Calhoun and 7th St. Phase II SB-7 (19-20') WorkOrder: Lab ID: Collection Date: HS24050999 HS24050999-15 15-May-2024 13:45 Matrix:Soil ANALYTICAL REPORT ANALYSES RESULT MQL DILUTION FACTORUNITS DATE ANALYZEDQUAL SDL VOLATILES BY SW8260C Method:SW8260 Analyst: GS 1mg/Kg-dry 22-May-2024 18:190.000441,1,1-Trichloroethane 0.0044U 1mg/Kg-dry 22-May-2024 18:190.000701,1,2,2-Tetrachloroethane 0.0044U 1mg/Kg-dry 22-May-2024 18:190.000611,1,2-Trichlor-1,2,2-trifluoroethane 0.0044U 1mg/Kg-dry 22-May-2024 18:190.000441,1,2-Trichloroethane 0.0044U 1mg/Kg-dry 22-May-2024 18:190.000441,1-Dichloroethane 0.0044U 1mg/Kg-dry 22-May-2024 18:190.000441,1-Dichloroethene 0.0044U 1mg/Kg-dry 22-May-2024 18:190.000881,2,4-Trichlorobenzene 0.0044U 1mg/Kg-dry 22-May-2024 18:190.000881,2-Dibromo-3-chloropropane 0.0044U 1mg/Kg-dry 22-May-2024 18:190.000441,2-Dibromoethane 0.0044U 1mg/Kg-dry 22-May-2024 18:190.000881,2-Dichlorobenzene 0.0044U 1mg/Kg-dry 22-May-2024 18:190.000531,2-Dichloroethane 0.0044U 1mg/Kg-dry 22-May-2024 18:190.000701,2-Dichloropropane 0.0044U 1mg/Kg-dry 22-May-2024 18:190.000881,3-Dichlorobenzene 0.0044U 1mg/Kg-dry 22-May-2024 18:190.000881,4-Dichlorobenzene 0.0044U 1mg/Kg-dry 22-May-2024 18:190.00112-Butanone 0.0088U 1mg/Kg-dry 22-May-2024 18:190.00122-Hexanone 0.0088U 1mg/Kg-dry 22-May-2024 18:190.00184-Methyl-2-pentanone 0.0088U 1mg/Kg-dry 22-May-2024 18:190.0018Acetone 0.018U 1mg/Kg-dry 22-May-2024 18:190.00044Benzene 0.0044U 1mg/Kg-dry 22-May-2024 18:190.00044Bromodichloromethane 0.0044U 1mg/Kg-dry 22-May-2024 18:190.00053Bromoform 0.0044U 1mg/Kg-dry 22-May-2024 18:190.00088Bromomethane 0.0088U 1mg/Kg-dry 22-May-2024 18:190.00053Carbon disulfide 0.0088U 1mg/Kg-dry 22-May-2024 18:190.00053Carbon tetrachloride 0.0044U 1mg/Kg-dry 22-May-2024 18:190.00053Chlorobenzene 0.0044U 1mg/Kg-dry 22-May-2024 18:190.00070Chloroethane 0.0088U 1mg/Kg-dry 22-May-2024 18:190.00044Chloroform 0.0044U 1mg/Kg-dry 22-May-2024 18:190.00044Chloromethane 0.0088U 1mg/Kg-dry 22-May-2024 18:190.00070cis-1,2-Dichloroethene 0.00440.011 1mg/Kg-dry 22-May-2024 18:190.00044cis-1,3-Dichloropropene 0.0044U 1mg/Kg-dry 22-May-2024 18:19n 0.00088Cyclohexane 0.0044U 1mg/Kg-dry 22-May-2024 18:190.00044Dibromochloromethane 0.0044U 1mg/Kg-dry 22-May-2024 18:190.00061Dichlorodifluoromethane 0.0044U 1mg/Kg-dry 22-May-2024 18:190.00061Ethylbenzene 0.0044U 1mg/Kg-dry 22-May-2024 18:190.00079Isopropylbenzene 0.0044U 1mg/Kg-dry 22-May-2024 18:190.0014m,p-Xylene 0.0088U 1mg/Kg-dry 22-May-2024 18:190.00061Methyl acetate 0.0044U 1mg/Kg-dry 22-May-2024 18:190.00044Methyl tert-butyl ether 0.0044U 1mg/Kg-dry 22-May-2024 18:190.00088Methylcyclohexane 0.0044U 23-May-24Date: ALS Houston, US Note: See Qualifiers Page for a list of qualifiers and their explanation. 35 of 95 Client: Project: Sample ID: Braun Intertec Calhoun and 7th St. Phase II SB-7 (19-20') WorkOrder: Lab ID: Collection Date: HS24050999 HS24050999-15 15-May-2024 13:45 Matrix:Soil ANALYTICAL REPORT ANALYSES RESULT MQL DILUTION FACTORUNITS DATE ANALYZEDQUAL SDL VOLATILES BY SW8260C Method:SW8260 Analyst: GS 1mg/Kg-dry 22-May-2024 18:190.00088Methylene chloride 0.0088U 1mg/Kg-dry 22-May-2024 18:190.00088o-Xylene 0.0044U 1mg/Kg-dry 22-May-2024 18:190.00061Styrene 0.0044U 1mg/Kg-dry 22-May-2024 18:190.00061Tetrachloroethene 0.0044U 1mg/Kg-dry 22-May-2024 18:190.00053Toluene 0.0044U 1mg/Kg-dry 22-May-2024 18:190.00044trans-1,2-Dichloroethene 0.0044U 1mg/Kg-dry 22-May-2024 18:190.00053trans-1,3-Dichloropropene 0.0044U 1mg/Kg-dry 22-May-2024 18:19J0.00053Trichloroethene 0.00440.00065 1mg/Kg-dry 22-May-2024 18:190.00044Trichlorofluoromethane 0.0044U 1mg/Kg-dry 22-May-2024 18:190.00070Vinyl chloride 0.00088U 1mg/Kg-dry 22-May-2024 18:190.00088Xylenes, Total 0.013U Surr: 1,2-Dichloroethane-d4 1%REC 22-May-2024 18:1999.7 70-126 Surr: 4-Bromofluorobenzene 1%REC 22-May-2024 18:1992.2 70-130 Surr: Dibromofluoromethane 1%REC 22-May-2024 18:1996.5 70-130 Surr: Toluene-d8 1%REC 22-May-2024 18:1910470-130 TEXAS TPH BY TX1005 Method:TX1005 Analyst: DBPrep:TX1005PR / 20-May-2024 1mg/Kg-dry 21-May-2024 03:527.0nC6 to nC12 47U 1mg/Kg-dry 21-May-2024 03:529.2>nC12 to nC28 47U 1mg/Kg-dry 21-May-2024 03:529.2>nC28 to nC35 47U 1mg/Kg-dry 21-May-2024 03:527.0Total Petroleum Hydrocarbon 47U Surr: 2-Fluorobiphenyl 1%REC 21-May-2024 03:5287.3 70-130 Surr: Trifluoromethyl benzene 1%REC 21-May-2024 03:5210370-130 MOISTURE - ASTM D2216 Method:ASTM D2216 Analyst: MR 1wt%20-May-2024 12:520.0100Percent Moisture 0.010013.4 23-May-24Date: ALS Houston, US Note: See Qualifiers Page for a list of qualifiers and their explanation. 36 of 95 Client: Project: Sample ID: Braun Intertec Calhoun and 7th St. Phase II TMW-3 WorkOrder: Lab ID: Collection Date: HS24050999 HS24050999-16 15-May-2024 14:05 Matrix:Groundwater ANALYTICAL REPORT ANALYSES RESULT MQL DILUTION FACTORUNITS DATE ANALYZEDQUAL SDL LOW LEVEL VOLATILES BY SW8260C Method:SW8260 Analyst: AKP 1mg/L 18-May-2024 05:180.000201,1,1-Trichloroethane 0.0010U 1mg/L 18-May-2024 05:180.000501,1,2,2-Tetrachloroethane 0.0010U 1mg/L 18-May-2024 05:180.000501,1,2-Trichlor-1,2,2-trifluoroethane 0.0010U 1mg/L 18-May-2024 05:180.000301,1,2-Trichloroethane 0.0010U 1mg/L 18-May-2024 05:180.000201,1-Dichloroethane 0.0010U 1mg/L 18-May-2024 05:180.000201,1-Dichloroethene 0.0010U 1mg/L 18-May-2024 05:180.000501,2,4-Trichlorobenzene 0.0010U 1mg/L 18-May-2024 05:180.000601,2-Dibromo-3-chloropropane 0.0010U 1mg/L 18-May-2024 05:180.000201,2-Dibromoethane 0.0010U 1mg/L 18-May-2024 05:180.000501,2-Dichlorobenzene 0.0010U 1mg/L 18-May-2024 05:180.000201,2-Dichloroethane 0.0010U 1mg/L 18-May-2024 05:180.000501,2-Dichloropropane 0.0010U 1mg/L 18-May-2024 05:180.000401,3-Dichlorobenzene 0.0010U 1mg/L 18-May-2024 05:180.000401,4-Dichlorobenzene 0.0010U 1mg/L 18-May-2024 05:180.000502-Butanone 0.0020U 1mg/L 18-May-2024 05:180.00102-Hexanone 0.0020U 1mg/L 18-May-2024 05:180.000704-Methyl-2-pentanone 0.0020U 1mg/L 18-May-2024 05:180.0014Acetone 0.0020U 1mg/L 18-May-2024 05:18J0.00020Benzene 0.00100.00028 1mg/L 18-May-2024 05:180.00020Bromodichloromethane 0.0010U 1mg/L 18-May-2024 05:180.00040Bromoform 0.0010U 1mg/L 18-May-2024 05:180.00040Bromomethane 0.0010U 1mg/L 18-May-2024 05:180.00060Carbon disulfide 0.0020U 1mg/L 18-May-2024 05:180.00050Carbon tetrachloride 0.0010U 1mg/L 18-May-2024 05:180.00030Chlorobenzene 0.0010U 1mg/L 18-May-2024 05:180.00030Chloroethane 0.0010U 1mg/L 18-May-2024 05:180.00020Chloroform 0.0010U 1mg/L 18-May-2024 05:180.00020Chloromethane 0.0010U 1mg/L 18-May-2024 05:180.00020cis-1,2-Dichloroethene 0.00100.0061 1mg/L 18-May-2024 05:180.00010cis-1,3-Dichloropropene 0.0010U 1mg/L 18-May-2024 05:18n 0.00030Cyclohexane 0.0010U 1mg/L 18-May-2024 05:180.00030Dibromochloromethane 0.0010U 1mg/L 18-May-2024 05:180.00030Dichlorodifluoromethane 0.0010U 1mg/L 18-May-2024 05:180.00030Ethylbenzene 0.0010U 1mg/L 18-May-2024 05:180.00030Isopropylbenzene 0.0010U 1mg/L 18-May-2024 05:180.00050m,p-Xylene 0.0020U 1mg/L 18-May-2024 05:180.0010Methyl acetate 0.0010U 1mg/L 18-May-2024 05:18J0.00020Methyl tert-butyl ether 0.00100.00093 1mg/L 18-May-2024 05:180.00030Methylcyclohexane 0.0010U 23-May-24Date: ALS Houston, US Note: See Qualifiers Page for a list of qualifiers and their explanation. 37 of 95 Client: Project: Sample ID: Braun Intertec Calhoun and 7th St. Phase II TMW-3 WorkOrder: Lab ID: Collection Date: HS24050999 HS24050999-16 15-May-2024 14:05 Matrix:Groundwater ANALYTICAL REPORT ANALYSES RESULT MQL DILUTION FACTORUNITS DATE ANALYZEDQUAL SDL LOW LEVEL VOLATILES BY SW8260C Method:SW8260 Analyst: AKP 1mg/L 18-May-2024 05:180.0010Methylene chloride 0.0020U 1mg/L 18-May-2024 05:180.00030o-Xylene 0.0010U 1mg/L 18-May-2024 05:180.00030Styrene 0.0010U 1mg/L 18-May-2024 05:180.00030Tetrachloroethene 0.0010U 1mg/L 18-May-2024 05:180.00020Toluene 0.0010U 1mg/L 18-May-2024 05:180.00020trans-1,2-Dichloroethene 0.0010U 1mg/L 18-May-2024 05:180.00020trans-1,3-Dichloropropene 0.0010U 1mg/L 18-May-2024 05:180.00030Trichloroethene 0.0010U 1mg/L 18-May-2024 05:180.00030Trichlorofluoromethane 0.0010U 1mg/L 18-May-2024 05:180.00020Vinyl chloride 0.0010U 1mg/L 18-May-2024 05:180.00030Xylenes, Total 0.0030U Surr: 1,2-Dichloroethane-d4 1%REC 18-May-2024 05:1898.4 70-126 Surr: 4-Bromofluorobenzene 1%REC 18-May-2024 05:1897.6 77-113 Surr: Dibromofluoromethane 1%REC 18-May-2024 05:1894.2 77-123 Surr: Toluene-d8 1%REC 18-May-2024 05:1896.5 82-127 LOW-LEVEL TEXAS TPH BY TX1005 Method:TX1005 Analyst: DBPrep:TX1005PR / 20-May-2024 1mg/L 21-May-2024 01:540.20nC6 to nC12 0.50U 1mg/L 21-May-2024 01:540.20>nC12 to nC28 0.50U 1mg/L 21-May-2024 01:540.20>nC28 to nC35 0.50U 1mg/L 21-May-2024 01:540.20Total Petroleum Hydrocarbon 0.50U Surr: 2-Fluorobiphenyl 1%REC 21-May-2024 01:5488.5 70-130 Surr: Trifluoromethyl benzene 1%REC 21-May-2024 01:5410770-130 23-May-24Date: ALS Houston, US Note: See Qualifiers Page for a list of qualifiers and their explanation. 38 of 95 Client: Project: Sample ID: Braun Intertec Calhoun and 7th St. Phase II TMW-2 WorkOrder: Lab ID: Collection Date: HS24050999 HS24050999-17 15-May-2024 14:45 Matrix:Groundwater ANALYTICAL REPORT ANALYSES RESULT MQL DILUTION FACTORUNITS DATE ANALYZEDQUAL SDL LOW LEVEL VOLATILES BY SW8260C Method:SW8260 Analyst: AKP 1mg/L 18-May-2024 05:400.000201,1,1-Trichloroethane 0.0010U 1mg/L 18-May-2024 05:400.000501,1,2,2-Tetrachloroethane 0.0010U 1mg/L 18-May-2024 05:400.000501,1,2-Trichlor-1,2,2-trifluoroethane 0.0010U 1mg/L 18-May-2024 05:400.000301,1,2-Trichloroethane 0.0010U 1mg/L 18-May-2024 05:400.000201,1-Dichloroethane 0.0010U 1mg/L 18-May-2024 05:400.000201,1-Dichloroethene 0.0010U 1mg/L 18-May-2024 05:400.000501,2,4-Trichlorobenzene 0.0010U 1mg/L 18-May-2024 05:400.000601,2-Dibromo-3-chloropropane 0.0010U 1mg/L 18-May-2024 05:400.000201,2-Dibromoethane 0.0010U 1mg/L 18-May-2024 05:400.000501,2-Dichlorobenzene 0.0010U 1mg/L 18-May-2024 05:400.000201,2-Dichloroethane 0.0010U 1mg/L 18-May-2024 05:400.000501,2-Dichloropropane 0.0010U 1mg/L 18-May-2024 05:400.000401,3-Dichlorobenzene 0.0010U 1mg/L 18-May-2024 05:400.000401,4-Dichlorobenzene 0.0010U 1mg/L 18-May-2024 05:400.000502-Butanone 0.0020U 1mg/L 18-May-2024 05:400.00102-Hexanone 0.0020U 1mg/L 18-May-2024 05:400.000704-Methyl-2-pentanone 0.0020U 1mg/L 18-May-2024 05:400.0014Acetone 0.0020U 1mg/L 18-May-2024 05:40J0.00020Benzene 0.00100.00041 1mg/L 18-May-2024 05:400.00020Bromodichloromethane 0.0010U 1mg/L 18-May-2024 05:400.00040Bromoform 0.0010U 1mg/L 18-May-2024 05:400.00040Bromomethane 0.0010U 1mg/L 18-May-2024 05:400.00060Carbon disulfide 0.0020U 1mg/L 18-May-2024 05:400.00050Carbon tetrachloride 0.0010U 1mg/L 18-May-2024 05:400.00030Chlorobenzene 0.0010U 1mg/L 18-May-2024 05:400.00030Chloroethane 0.0010U 1mg/L 18-May-2024 05:400.00020Chloroform 0.0010U 1mg/L 18-May-2024 05:400.00020Chloromethane 0.0010U 1mg/L 18-May-2024 05:400.00020cis-1,2-Dichloroethene 0.00100.036 1mg/L 18-May-2024 05:400.00010cis-1,3-Dichloropropene 0.0010U 1mg/L 18-May-2024 05:40n 0.00030Cyclohexane 0.0010U 1mg/L 18-May-2024 05:400.00030Dibromochloromethane 0.0010U 1mg/L 18-May-2024 05:400.00030Dichlorodifluoromethane 0.0010U 1mg/L 18-May-2024 05:400.00030Ethylbenzene 0.0010U 1mg/L 18-May-2024 05:400.00030Isopropylbenzene 0.0010U 1mg/L 18-May-2024 05:400.00050m,p-Xylene 0.0020U 1mg/L 18-May-2024 05:400.0010Methyl acetate 0.0010U 1mg/L 18-May-2024 05:400.00020Methyl tert-butyl ether 0.0010U 1mg/L 18-May-2024 05:400.00030Methylcyclohexane 0.0010U 23-May-24Date: ALS Houston, US Note: See Qualifiers Page for a list of qualifiers and their explanation. 39 of 95 Client: Project: Sample ID: Braun Intertec Calhoun and 7th St. Phase II TMW-2 WorkOrder: Lab ID: Collection Date: HS24050999 HS24050999-17 15-May-2024 14:45 Matrix:Groundwater ANALYTICAL REPORT ANALYSES RESULT MQL DILUTION FACTORUNITS DATE ANALYZEDQUAL SDL LOW LEVEL VOLATILES BY SW8260C Method:SW8260 Analyst: AKP 1mg/L 18-May-2024 05:400.0010Methylene chloride 0.0020U 1mg/L 18-May-2024 05:400.00030o-Xylene 0.0010U 1mg/L 18-May-2024 05:400.00030Styrene 0.0010U 1mg/L 18-May-2024 05:400.00030Tetrachloroethene 0.0010U 1mg/L 18-May-2024 05:40J0.00020Toluene 0.00100.00039 1mg/L 18-May-2024 05:40J0.00020trans-1,2-Dichloroethene 0.00100.00039 1mg/L 18-May-2024 05:400.00020trans-1,3-Dichloropropene 0.0010U 1mg/L 18-May-2024 05:400.00030Trichloroethene 0.00100.0076 1mg/L 18-May-2024 05:400.00030Trichlorofluoromethane 0.0010U 1mg/L 18-May-2024 05:400.00020Vinyl chloride 0.00100.0013 1mg/L 18-May-2024 05:400.00030Xylenes, Total 0.0030U Surr: 1,2-Dichloroethane-d4 1%REC 18-May-2024 05:4010270-126 Surr: 4-Bromofluorobenzene 1%REC 18-May-2024 05:4095.9 77-113 Surr: Dibromofluoromethane 1%REC 18-May-2024 05:4097.9 77-123 Surr: Toluene-d8 1%REC 18-May-2024 05:4096.1 82-127 LOW-LEVEL TEXAS TPH BY TX1005 Method:TX1005 Analyst: DBPrep:TX1005PR / 20-May-2024 1mg/L 21-May-2024 02:240.20nC6 to nC12 0.50U 1mg/L 21-May-2024 02:240.20>nC12 to nC28 0.50U 1mg/L 21-May-2024 02:240.20>nC28 to nC35 0.50U 1mg/L 21-May-2024 02:240.20Total Petroleum Hydrocarbon 0.50U Surr: 2-Fluorobiphenyl 1%REC 21-May-2024 02:2485.8 70-130 Surr: Trifluoromethyl benzene 1%REC 21-May-2024 02:2410370-130 23-May-24Date: ALS Houston, US Note: See Qualifiers Page for a list of qualifiers and their explanation. 40 of 95 Weight / Prep Log HS24050999 Calhoun and 7th St. Phase II Braun Intertec WorkOrder: Project: Client: Batch ID:7116 Method:VOLATILES BY SW8260C Start Date: 17 May 2024 09:09 End Date: 17 May 2024 09:09 ContainerSample ID Container Type Sample Wt/Vol Final Volume Weight Factor HS24050999-01 1 5.555 (g)TerraCore (5035A)5 (mL)0.9 HS24050999-02 1 5.913 (g)TerraCore (5035A)5 (mL)0.85 HS24050999-03 1 4.674 (g)TerraCore (5035A)5 (mL)1.07 HS24050999-04 1 6.442 (g)TerraCore (5035A)5 (mL)0.78 HS24050999-06 1 6.277 (g)TerraCore (5035A)5 (mL)0.8 HS24050999-07 1 5.564 (g)TerraCore (5035A)5 (mL)0.9 HS24050999-08 1 4.771 (g)TerraCore (5035A)5 (mL)1.05 HS24050999-09 1 6.297 (g)TerraCore (5035A)5 (mL)0.79 HS24050999-11 1 11.53 (g)TerraCore (5035A)5 (mL)0.43 HS24050999-12 1 6.955 (g)TerraCore (5035A)5 (mL)0.72 HS24050999-14 1 6.376 (g)TerraCore (5035A)5 (mL)0.78 HS24050999-15 1 6.75 (g)TerraCore (5035A)5 (mL)0.74 Batch ID:7118 Method:VOLATILES BY SW8260C Start Date: 20 May 2024 09:57 End Date: 20 May 2024 09:57 ContainerSample ID Container Type Sample Wt/Vol Final Volume Weight Factor HS24050999-12 1 5.978 (g)TerraCore (5035A)5 (mL)0.84 Batch ID:7121 Method:VOLATILES BY SW8260C Start Date: 21 May 2024 11:55 End Date: 21 May 2024 11:55 ContainerSample ID Container Type Sample Wt/Vol Final Volume Weight Factor HS24050999-01 1 5.007 (g)TerraCore (5035A)5 (mL)1 HS24050999-02 1 6.428 (g)TerraCore (5035A)5 (mL)0.78 HS24050999-03 1 5.008 (g)TerraCore (5035A)5 (mL)1 HS24050999-04 1 6.621 (g)TerraCore (5035A)5 (mL)0.76 HS24050999-06 1 5.784 (g)TerraCore (5035A)5 (mL)0.86 HS24050999-07 1 6.876 (g)TerraCore (5035A)5 (mL)0.73 HS24050999-08 1 5.63 (g)TerraCore (5035A)5 (mL)0.89 HS24050999-09 1 6.575 (g)TerraCore (5035A)5 (mL)0.76 HS24050999-11 1 5.791 (g)TerraCore (5035A)5 (mL)0.86 HS24050999-14 1 7.071 (g)TerraCore (5035A)5 (mL)0.71 HS24050999-15 1 6.614 (g)TerraCore (5035A)5 (mL)0.76 Batch ID:7124 Method:VOLATILES BY SW8260C Start Date: 22 May 2024 15:22 End Date: 22 May 2024 15:22 ContainerSample ID Container Type Sample Wt/Vol Final Volume Weight Factor HS24050999-12 1 5.744 (g)TerraCore (5035A)5 (mL)0.87 23-May-24Date: ALS Houston, US 41 of 95 Weight / Prep Log HS24050999 Calhoun and 7th St. Phase II Braun Intertec WorkOrder: Project: Client: Batch ID:212140 Method:METALS PREP - SOLIDS - SW3050B 3050_I_LOWPrep Code: Start Date: 20 May 2024 08:00 End Date: 20 May 2024 08:00 ContainerSample ID Sample Wt/Vol Final Volume Prep Factor HS24050999-05 0.534 (g)4-oz glass, Neat50 (mL) 93.63 HS24050999-10 0.5433 (g)4-oz glass, Neat50 (mL) 92.03 HS24050999-13 0.5308 (g)4-oz glass, Neat50 (mL)94.2 Batch ID:212189 Method:TX 1005 PREP TX 1005_W PRPrep Code: Start Date: 20 May 2024 10:43 End Date: 20 May 2024 10:43 ContainerSample ID Sample Wt/Vol Final Volume Prep Factor HS24050999-16 30 (g)40 mL VOA w/ HCL3 (mL)0.1 HS24050999-17 29.91 (g)40 mL VOA w/ HCL3 (mL) 0.1003 Batch ID:212209 Method:TX 1005 PREP TX 1005_S PRPrep Code: Start Date: 20 May 2024 14:23 End Date: 20 May 2024 14:23 ContainerSample ID Sample Wt/Vol Final Volume Prep Factor HS24050999-01 12.09 (g)2 Tared Vials+Plunger10 (mL) 0.8271 HS24050999-02 13.76 (g)2 Tared Vials+Plunger10 (mL) 0.7267 HS24050999-03 11.89 (g)2 Tared Vials+Plunger10 (mL) 0.841 HS24050999-04 12.65 (g)2 Tared Vials+Plunger10 (mL) 0.7905 HS24050999-06 8.67 (g)2 Tared Vials+Plunger10 (mL) 1.153 HS24050999-07 13.5 (g)2 Tared Vials+Plunger10 (mL) 0.7407 HS24050999-08 11.79 (g)2 Tared Vials+Plunger10 (mL) 0.8482 HS24050999-09 13.06 (g)2 Tared Vials+Plunger10 (mL) 0.7657 HS24050999-11 12.6 (g)2 Tared Vials+Plunger10 (mL) 0.7937 HS24050999-12 13.26 (g)2 Tared Vials+Plunger10 (mL) 0.7541 HS24050999-14 11.52 (g)2 Tared Vials+Plunger10 (mL) 0.8681 HS24050999-15 12.23 (g)2 Tared Vials+Plunger10 (mL) 0.8177 Batch ID:212229 Method:MERCURY PREP - SOLID - 7471B HG_S_LOWPRPrep Code: Start Date: 21 May 2024 09:00 End Date: 21 May 2024 09:00 ContainerSample ID Sample Wt/Vol Final Volume Prep Factor HS24050999-05 0.5743 (grams) 4-oz glass, Neat40 (mL) 69.65 HS24050999-10 0.5971 (grams) 4-oz glass, Neat40 (mL) 66.99 HS24050999-13 0.5679 (grams) 4-oz glass, Neat40 (mL) 70.43 23-May-24Date: ALS Houston, US 42 of 95 Client: Calhoun and 7th St. Phase II Braun Intertec WorkOrder: Project: HS24050999 DATES REPORT Collection Date Prep Date Analysis DateClient Samp IDSample ID Leachate Date DF Batch ID:212140 ( 0 ) Test Name :METALS BY SW6020A Matrix:Soil 20 May 2024 08:00 20 May 2024 22:37HS24050999-05 15 May 2024 10:30 1SB-10 (1-2') 20 May 2024 08:00 20 May 2024 23:22HS24050999-10 15 May 2024 11:55 1SB-8 (2-3') 20 May 2024 08:00 20 May 2024 23:24HS24050999-13 15 May 2024 13:20 1SB-7 (1-2') Batch ID:212189 ( 0 ) Test Name :LOW-LEVEL TEXAS TPH BY TX1005 Matrix:Groundwater 20 May 2024 10:43 21 May 2024 01:54HS24050999-16 15 May 2024 14:05 1TMW-3 20 May 2024 10:43 21 May 2024 02:24HS24050999-17 15 May 2024 14:45 1TMW-2 Batch ID:212209 ( 0 ) Test Name :TEXAS TPH BY TX1005 Matrix:Soil 20 May 2024 14:23 20 May 2024 21:29HS24050999-01 15 May 2024 09:15 1TMW-3 (6-7') 20 May 2024 14:23 20 May 2024 21:59HS24050999-02 15 May 2024 09:15 1TMW-3 (19-20') 20 May 2024 14:23 20 May 2024 23:27HS24050999-03 15 May 2024 10:00 1TMW-4 (5-6') 20 May 2024 14:23 20 May 2024 23:57HS24050999-04 15 May 2024 10:00 1TMW-4 (19-20') 20 May 2024 14:23 21 May 2024 00:26HS24050999-06 15 May 2024 10:40 1SB-10 (3-4') 20 May 2024 14:23 21 May 2024 00:55HS24050999-07 15 May 2024 10:48 1SB-10 (19-20') 20 May 2024 14:23 21 May 2024 01:25HS24050999-08 15 May 2024 11:30 1SB-9 (8-9') 20 May 2024 14:23 21 May 2024 01:54HS24050999-09 15 May 2024 11:30 1SB-9 (19-20') 20 May 2024 14:23 21 May 2024 02:24HS24050999-11 15 May 2024 12:05 1SB-8 (7-8') 20 May 2024 14:23 21 May 2024 02:53HS24050999-12 15 May 2024 12:15 1SB-8 (19-20') 20 May 2024 14:23 21 May 2024 03:23HS24050999-14 15 May 2024 13:40 1SB-7 (5-6') 20 May 2024 14:23 21 May 2024 03:52HS24050999-15 15 May 2024 13:45 1SB-7 (19-20') Batch ID:212229 ( 0 ) Test Name :MERCURY BY SW7471B Matrix:Soil 21 May 2024 09:00 21 May 2024 14:26HS24050999-05 15 May 2024 10:30 1SB-10 (1-2') 21 May 2024 09:00 21 May 2024 14:08HS24050999-10 15 May 2024 11:55 1SB-8 (2-3') 21 May 2024 09:00 21 May 2024 14:28HS24050999-13 15 May 2024 13:20 1SB-7 (1-2') Batch ID:R467091 ( 0 ) Test Name :LOW LEVEL VOLATILES BY SW8260C Matrix:Groundwater 18 May 2024 05:18HS24050999-16 15 May 2024 14:05 1TMW-3 18 May 2024 05:40HS24050999-17 15 May 2024 14:45 1TMW-2 Batch ID:R467224 ( 0 ) Test Name :MOISTURE - ASTM D2216 Matrix:Soil 20 May 2024 10:40HS24050999-01 15 May 2024 09:15 1TMW-3 (6-7') 20 May 2024 10:40HS24050999-02 15 May 2024 09:15 1TMW-3 (19-20') 20 May 2024 10:40HS24050999-03 15 May 2024 10:00 1TMW-4 (5-6') 20 May 2024 10:40HS24050999-04 15 May 2024 10:00 1TMW-4 (19-20') 20 May 2024 10:40HS24050999-05 15 May 2024 10:30 1SB-10 (1-2') 23-May-24Date: ALS Houston, US 43 of 95 Client: Calhoun and 7th St. Phase II Braun Intertec WorkOrder: Project: HS24050999 DATES REPORT Collection Date Prep Date Analysis DateClient Samp IDSample ID Leachate Date DF Batch ID:R467225 ( 0 ) Test Name :MOISTURE - ASTM D2216 Matrix:Soil 20 May 2024 12:52HS24050999-06 15 May 2024 10:40 1SB-10 (3-4') 20 May 2024 12:52HS24050999-07 15 May 2024 10:48 1SB-10 (19-20') 20 May 2024 12:52HS24050999-08 15 May 2024 11:30 1SB-9 (8-9') 20 May 2024 12:52HS24050999-09 15 May 2024 11:30 1SB-9 (19-20') 20 May 2024 12:52HS24050999-10 15 May 2024 11:55 1SB-8 (2-3') 20 May 2024 12:52HS24050999-11 15 May 2024 12:05 1SB-8 (7-8') 20 May 2024 12:52HS24050999-12 15 May 2024 12:15 1SB-8 (19-20') 20 May 2024 12:52HS24050999-13 15 May 2024 13:20 1SB-7 (1-2') 20 May 2024 12:52HS24050999-14 15 May 2024 13:40 1SB-7 (5-6') 20 May 2024 12:52HS24050999-15 15 May 2024 13:45 1SB-7 (19-20') Batch ID:R467348 ( 0 ) Test Name :VOLATILES BY SW8260C Matrix:Soil 21 May 2024 23:31HS24050999-01 15 May 2024 09:15 1TMW-3 (6-7') 21 May 2024 23:52HS24050999-02 15 May 2024 09:15 1TMW-3 (19-20') 22 May 2024 00:14HS24050999-03 15 May 2024 10:00 1TMW-4 (5-6') 22 May 2024 00:36HS24050999-04 15 May 2024 10:00 1TMW-4 (19-20') 22 May 2024 00:57HS24050999-06 15 May 2024 10:40 1SB-10 (3-4') 22 May 2024 01:19HS24050999-07 15 May 2024 10:48 1SB-10 (19-20') 22 May 2024 01:40HS24050999-08 15 May 2024 11:30 1SB-9 (8-9') 22 May 2024 02:02HS24050999-09 15 May 2024 11:30 1SB-9 (19-20') 22 May 2024 02:24HS24050999-11 15 May 2024 12:05 1SB-8 (7-8') Batch ID:R467456 ( 0 ) Test Name :VOLATILES BY SW8260C Matrix:Soil 22 May 2024 22:38HS24050999-12 15 May 2024 12:15 1SB-8 (19-20') 22 May 2024 17:57HS24050999-14 15 May 2024 13:40 1SB-7 (5-6') 22 May 2024 18:19HS24050999-15 15 May 2024 13:45 1SB-7 (19-20') 23-May-24Date: ALS Houston, US 44 of 95 ALS Houston, US Date: 23-May-24 WorkOrder: HS24050999 Test Code: TX1005_S_REV3 InstrumentID: FID-12 METHOD DETECTION / REPORTING LIMITS SolidMatrix:Test Number: TX1005 Test Name: Texas TPH by TX1005 Units:mg/Kg Type Analyte DCSCAS MDL PQLDCS Spike A 25TPH-1005-1 7.4nC6 to nC12 5025 A 25TPH-1005-2 9.8>nC12 to nC28 5025 A 25TPH-1005-4 9.8>nC28 to nC35 5025 A 50TPH 7.4Total Petroleum Hydrocarbon 5050 S 0321-60-8 02-Fluorobiphenyl 00 S 098-08-8 0Trifluoromethyl benzene 00 45 of 95 ALS Houston, US Date: 23-May-24 WorkOrder: HS24050999 Test Code: TX1005_W_Low InstrumentID: FID-13 METHOD DETECTION / REPORTING LIMITS AqueousMatrix:Test Number: TX1005 Test Name: Low-level Texas TPH by TX1005 Units:mg/L Type Analyte DCSCAS MDL PQLDCS Spike A 0.26TPH-1005-1 0.20nC6 to nC12 0.500.25 A 0.26TPH-1005-2 0.20>nC12 to nC28 0.500.25 A 0.26TPH-1005-4 0.20>nC28 to nC35 0.500.25 A 0.53TPH 0.20Total Petroleum Hydrocarbon 0.500.50 S 0321-60-8 02-Fluorobiphenyl 00 S 098-08-8 0Trifluoromethyl benzene 00 46 of 95 ALS Houston, US Date: 23-May-24 WorkOrder: HS24050999 Test Code: HG_S_Low InstrumentID: HG04 METHOD DETECTION / REPORTING LIMITS SolidMatrix:Test Number: SW7471B Test Name: Mercury by SW7471B Units:mg/Kg Type Analyte DCSCAS MDL PQLDCS Spike A 0.002337439-97-6 0.000470Mercury 0.003320.00167 47 of 95 ALS Houston, US Date: 23-May-24 WorkOrder: HS24050999 Test Code: ICP_S_Low InstrumentID: ICPMS05 METHOD DETECTION / REPORTING LIMITS SolidMatrix:Test Number: SW6020A Test Name: Metals by SW6020A Units:mg/Kg Type Analyte DCSCAS MDL PQLDCS Spike A 0.09377440-38-2 0.0700Arsenic 0.5000.100 A 0.1277440-39-3 0.0300Barium 0.5000.100 A 0.09717440-43-9 0.0270Cadmium 0.5000.100 A 0.08707440-47-3 0.0230Chromium 0.5000.100 A 0.09917439-92-1 0.0130Lead 0.5000.100 A 0.1057782-49-2 0.0910Selenium 0.5000.200 A 0.09417440-22-4 0.0150Silver 0.5000.100 48 of 95 ALS Houston, US Date: 23-May-24 WorkOrder: HS24050999 Test Code: 8260_LL_W InstrumentID: VOA4 METHOD DETECTION / REPORTING LIMITS AqueousMatrix:Test Number: SW8260 Test Name: Low Level Volatiles by SW8260C Units:mg/L Type Analyte DCSCAS MDL PQLDCS Spike A 0.0004671-55-6 0.000201,1,1-Trichloroethane 0.00100.00050 A 0.0004279-34-5 0.000501,1,2,2-Tetrachloroethane 0.00100.00050 A 0.0005676-13-1 0.000501,1,2-Trichlor-1,2,2-trifluoroethane 0.00100.00050 A 0.0003679-00-5 0.000301,1,2-Trichloroethane 0.00100.00050 A 0.0005675-34-3 0.000201,1-Dichloroethane 0.00100.00050 A 0.0003775-35-4 0.000201,1-Dichloroethene 0.00100.00050 A 0.00047120-82-1 0.000501,2,4-Trichlorobenzene 0.00100.00050 A 0.0005596-12-8 0.000601,2-Dibromo-3-chloropropane 0.00100.00050 A 0.00044106-93-4 0.000201,2-Dibromoethane 0.00100.00050 A 0.0003895-50-1 0.000501,2-Dichlorobenzene 0.00100.00050 A 0.00059107-06-2 0.000201,2-Dichloroethane 0.00100.00050 A 0.0004278-87-5 0.000501,2-Dichloropropane 0.00100.00050 A 0.00045541-73-1 0.000401,3-Dichlorobenzene 0.00100.00050 A 0.00052106-46-7 0.000401,4-Dichlorobenzene 0.00100.00050 A 0.001378-93-3 0.000502-Butanone 0.00200.0010 A 0.00090591-78-6 0.00102-Hexanone 0.00200.0010 A 0.0011108-10-1 0.000704-Methyl-2-pentanone 0.00200.0010 A 0.001467-64-1 0.0014Acetone 0.00200.0010 A 0.0004471-43-2 0.00020Benzene 0.00100.00050 A 0.0004475-27-4 0.00020Bromodichloromethane 0.00100.00050 A 0.0005475-25-2 0.00040Bromoform 0.00100.00050 A 0.0004374-83-9 0.00040Bromomethane 0.00100.00050 A 0.0009475-15-0 0.00060Carbon disulfide 0.00200.0010 A 0.0004356-23-5 0.00050Carbon tetrachloride 0.00100.00050 A 0.00046108-90-7 0.00030Chlorobenzene 0.00100.00050 A 0.0007475-00-3 0.00030Chloroethane 0.00100.00050 A 0.0004867-66-3 0.00020Chloroform 0.00100.00050 A 0.0005374-87-3 0.00020Chloromethane 0.00100.00050 A 0.00039156-59-2 0.00020cis-1,2-Dichloroethene 0.00100.00050 A 0.0003610061-01-5 0.00010cis-1,3-Dichloropropene 0.00100.00050 A 0.0012110-82-7 0.00030Cyclohexane 0.00100.00050 A 0.00046124-48-1 0.00030Dibromochloromethane 0.00100.00050 A 0.0003775-71-8 0.00030Dichlorodifluoromethane 0.00100.00050 A 0.00044100-41-4 0.00030Ethylbenzene 0.00100.00050 A 0.0003498-82-8 0.00030Isopropylbenzene 0.00100.00050 A 0.00074179601-23-1 0.00050m,p-Xylene 0.00200.0010 A 0.0007179-20-9 0.0010Methyl acetate 0.00100.00050 A 0.000411634-04-4 0.00020Methyl tert-butyl ether 0.00100.00050 A 0.00034108-87-2 0.00030Methylcyclohexane 0.00100.00050 A 0.0008675-09-2 0.0010Methylene chloride 0.00200.00050 49 of 95 ALS Houston, US Date: 23-May-24 WorkOrder: HS24050999 Test Code: 8260_LL_W InstrumentID: VOA4 METHOD DETECTION / REPORTING LIMITS AqueousMatrix:Test Number: SW8260 Test Name: Low Level Volatiles by SW8260C Units:mg/L Type Analyte DCSCAS MDL PQLDCS Spike A 0.0004095-47-6 0.00030o-Xylene 0.00100.00050 A 0.00034100-42-5 0.00030Styrene 0.00100.00050 A 0.00037127-18-4 0.00030Tetrachloroethene 0.00100.00050 A 0.00039108-88-3 0.00020Toluene 0.00100.00050 A 0.00045156-60-5 0.00020trans-1,2-Dichloroethene 0.00100.00050 A 0.0004310061-02-6 0.00020trans-1,3-Dichloropropene 0.00100.00050 A 0.0004579-01-6 0.00030Trichloroethene 0.00100.00050 A 0.0004075-69-4 0.00030Trichlorofluoromethane 0.00100.00050 A 0.0004075-01-4 0.00020Vinyl chloride 0.00100.00050 A 0.00111330-20-7 0.00030Xylenes, Total 0.00300.0015 S 017060-07-0 01,2-Dichloroethane-d4 0.00100 S 0460-00-4 04-Bromofluorobenzene 0.00100 S 01868-53-7 0Dibromofluoromethane 0.00100 S 02037-26-5 0Toluene-d8 0.00100 50 of 95 ALS Houston, US Date: 23-May-24 WorkOrder: HS24050999 Test Code: 8260_S InstrumentID: VOA5 METHOD DETECTION / REPORTING LIMITS SolidMatrix:Test Number: SW8260 Test Name: Volatiles by SW8260C Units:mg/Kg Type Analyte DCSCAS MDL PQLDCS Spike A 0.005371-55-6 0.000501,1,1-Trichloroethane 0.00500.0025 A 0.002179-34-5 0.000801,1,2,2-Tetrachloroethane 0.00500.0025 A 0.003976-13-1 0.000701,1,2-Trichlor-1,2,2-trifluoroethane 0.00500.0025 A 0.002479-00-5 0.000501,1,2-Trichloroethane 0.00500.0025 A 0.002375-34-3 0.000501,1-Dichloroethane 0.00500.0025 A 0.004375-35-4 0.000501,1-Dichloroethene 0.00500.0025 A 0.0017120-82-1 0.00101,2,4-Trichlorobenzene 0.00500.0025 A 0.01396-12-8 0.00101,2-Dibromo-3-chloropropane 0.00500.0025 A 0.0038106-93-4 0.000501,2-Dibromoethane 0.00500.0025 A 0.002495-50-1 0.00101,2-Dichlorobenzene 0.00500.0025 A 0.0024107-06-2 0.000601,2-Dichloroethane 0.00500.0025 A 0.002278-87-5 0.000801,2-Dichloropropane 0.00500.0025 A 0.0022541-73-1 0.00101,3-Dichlorobenzene 0.00500.0025 A 0.0021106-46-7 0.00101,4-Dichlorobenzene 0.00500.0025 A 0.005578-93-3 0.00132-Butanone 0.0100.0050 A 0.0080591-78-6 0.00142-Hexanone 0.0100.0050 A 0.0034108-10-1 0.00204-Methyl-2-pentanone 0.0100.0050 A 0.01567-64-1 0.0020Acetone 0.0200.0050 A 0.002471-43-2 0.00050Benzene 0.00500.0025 A 0.006175-27-4 0.00050Bromodichloromethane 0.00500.0025 A 0.004075-25-2 0.00060Bromoform 0.00500.0025 A 0.00005774-83-9 0.0010Bromomethane 0.0100.0025 A 0.01075-15-0 0.00060Carbon disulfide 0.0100.0050 A 0.002256-23-5 0.00060Carbon tetrachloride 0.00500.0025 A 0.0023108-90-7 0.00060Chlorobenzene 0.00500.0025 A 0.003175-00-3 0.00080Chloroethane 0.0100.0025 A 0.002567-66-3 0.00050Chloroform 0.00500.0025 A 0.002674-87-3 0.00050Chloromethane 0.0100.0025 A 0.0023156-59-2 0.00080cis-1,2-Dichloroethene 0.00500.0025 A 0.007010061-01-5 0.00050cis-1,3-Dichloropropene 0.00500.0025 A 0.0034110-82-7 0.0010Cyclohexane 0.00500.0025 A 0.0021124-48-1 0.00050Dibromochloromethane 0.00500.0025 A 0.002675-71-8 0.00070Dichlorodifluoromethane 0.00500.0025 A 0.0021100-41-4 0.00070Ethylbenzene 0.00500.0025 A 0.001998-82-8 0.00090Isopropylbenzene 0.00500.0025 A 0.0039179601-23-1 0.0016m,p-Xylene 0.0100.0050 A 0.002379-20-9 0.00070Methyl acetate 0.00500.0025 A 0.00251634-04-4 0.00050Methyl tert-butyl ether 0.00500.0025 A 0.0040108-87-2 0.0010Methylcyclohexane 0.00500.0025 A 0.003275-09-2 0.0010Methylene chloride 0.0100.0025 51 of 95 ALS Houston, US Date: 23-May-24 WorkOrder: HS24050999 Test Code: 8260_S InstrumentID: VOA5 METHOD DETECTION / REPORTING LIMITS SolidMatrix:Test Number: SW8260 Test Name: Volatiles by SW8260C Units:mg/Kg Type Analyte DCSCAS MDL PQLDCS Spike A 0.002195-47-6 0.0010o-Xylene 0.00500.0025 A 0.0018100-42-5 0.00070Styrene 0.00500.0025 A 0.0020127-18-4 0.00070Tetrachloroethene 0.00500.0025 A 0.0025108-88-3 0.00060Toluene 0.00500.0025 A 0.0040156-60-5 0.00050trans-1,2-Dichloroethene 0.00500.0025 A 0.005710061-02-6 0.00060trans-1,3-Dichloropropene 0.00500.0025 A 0.002479-01-6 0.00060Trichloroethene 0.00500.0025 A 0.004775-69-4 0.00050Trichlorofluoromethane 0.00500.0025 A 0.002875-01-4 0.00080Vinyl chloride 0.00100.0025 A 0.00601330-20-7 0.0010Xylenes, Total 0.0150.0075 S 017060-07-0 01,2-Dichloroethane-d4 00 S 0460-00-4 04-Bromofluorobenzene 00 S 01868-53-7 0Dibromofluoromethane 00 S 02037-26-5 0Toluene-d8 00 52 of 95 ALS Houston, US Date: 23-May-24 WorkOrder: HS24050999 Test Code: MOIST_ASTM InstrumentID: Balance1 METHOD DETECTION / REPORTING LIMITS SolidMatrix:Test Number: ASTM D2216 Test Name: Moisture - ASTM D2216 Units:wt% Type Analyte DCSCAS MDL PQLDCS Spike A 0MOIST 0.0100Percent Moisture 0.01000 53 of 95 Client: Project: Braun Intertec Calhoun and 7th St. Phase II WorkOrder:HS24050999 QC BATCH REPORT Batch ID: 212189 ( 0 )Instrument: FID-13 Method: LOW-LEVEL TEXAS TPH BY TX1005 Sample ID:MBLK-212189 Units:mg/L Analysis Date:20-May-2024 17:03 Run ID:FID-13_467209 SeqNo:8019921 PrepDate:20-May-2024 DF:1 Analyte SPK ValMQLResult SPK Ref Value %REC Control Limit RPD Ref Value %RPD RPD Limit Qual MBLK Client ID: nC6 to nC12 U 0.50 >nC12 to nC28 U 0.50 >nC28 to nC35 U 0.50 Total Petroleum Hydrocarbon U 0.50 2.198 2.5 0 87.9 70 - 1300Surr: 2-Fluorobiphenyl 2.824 2.5 0 113 70 - 1300Surr: Trifluoromethyl benzene Sample ID:LCS-212189 Units:mg/L Analysis Date:20-May-2024 17:33 Run ID:FID-13_467209 SeqNo:8019922 PrepDate:20-May-2024 DF:1 Analyte SPK ValMQLResult SPK Ref Value %REC Control Limit RPD Ref Value %RPD RPD Limit Qual LCS Client ID: nC6 to nC12 23.8 25 0 95.2 75 - 1250.50 >nC12 to nC28 26.36 25 0 105 75 - 1250.50 2.525 2.5 0 101 70 - 1300Surr: 2-Fluorobiphenyl 2.912 2.5 0 116 70 - 1300Surr: Trifluoromethyl benzene Sample ID:LCSD-212189 Units:mg/L Analysis Date:20-May-2024 18:02 Run ID:FID-13_467209 SeqNo:8019923 PrepDate:20-May-2024 DF:1 Analyte SPK ValMQLResult SPK Ref Value %REC Control Limit RPD Ref Value %RPD RPD Limit Qual LCSD Client ID: nC6 to nC12 22.18 25 0 88.7 75 - 125 23.8 7.05 200.50 >nC12 to nC28 25.73 25 0 103 75 - 125 26.36 2.42 200.50 2.455 2.5 0 98.2 70 - 130 2.525 2.81 200Surr: 2-Fluorobiphenyl 2.744 2.5 0 110 70 - 130 2.912 5.94 200Surr: Trifluoromethyl benzene Sample ID:HS24051054-06MS Units:mg/L Analysis Date:20-May-2024 19:02 Run ID:FID-13_467209 SeqNo:8019925 PrepDate:20-May-2024 DF:1 Analyte SPK ValMQLResult SPK Ref Value %REC Control Limit RPD Ref Value %RPD RPD Limit Qual MS Client ID: nC6 to nC12 20.99 24.56 0 85.5 75 - 1250.49 >nC12 to nC28 26.19 24.56 0 107 75 - 1250.49 2.447 2.456 0 99.6 70 - 1300Surr: 2-Fluorobiphenyl 2.584 2.456 0 105 70 - 1300Surr: Trifluoromethyl benzene ALS Houston, US Date: 23-May-24 54 of 95 Client: Project: Braun Intertec Calhoun and 7th St. Phase II WorkOrder:HS24050999 QC BATCH REPORT Batch ID: 212189 ( 0 )Instrument: FID-13 Method: LOW-LEVEL TEXAS TPH BY TX1005 Sample ID:HS24051054-06MSD Units:mg/L Analysis Date:20-May-2024 19:31 Run ID:FID-13_467209 SeqNo:8019926 PrepDate:20-May-2024 DF:1 Analyte SPK ValMQLResult SPK Ref Value %REC Control Limit RPD Ref Value %RPD RPD Limit Qual MSD Client ID: nC6 to nC12 23.56 25.12 0 93.8 75 - 125 20.99 11.6 200.50 >nC12 to nC28 29 25.12 0 115 75 - 125 26.19 10.2 200.50 2.732 2.512 0 109 70 - 130 2.447 11 200Surr: 2-Fluorobiphenyl 2.762 2.512 0 110 70 - 130 2.584 6.66 200Surr: Trifluoromethyl benzene The following samples were analyzed in this batch:HS24050999-16 HS24050999-17 ALS Houston, US Date: 23-May-24 55 of 95 Client: Project: Braun Intertec Calhoun and 7th St. Phase II WorkOrder:HS24050999 QC BATCH REPORT Batch ID: 212209 ( 0 )Instrument: FID-12 Method: TEXAS TPH BY TX1005 Sample ID:MBLK-212209 Units:mg/Kg Analysis Date:20-May-2024 17:03 Run ID:FID-12_467231 SeqNo:8020303 PrepDate:20-May-2024 DF:1 Analyte SPK ValMQLResult SPK Ref Value %REC Control Limit RPD Ref Value %RPD RPD Limit Qual MBLK Client ID: nC6 to nC12 U 50 >nC12 to nC28 U 50 >nC28 to nC35 U 50 Total Petroleum Hydrocarbon U 50 23.64 25 0 94.6 70 - 1300Surr: 2-Fluorobiphenyl 28.35 25 0 113 70 - 1300Surr: Trifluoromethyl benzene Sample ID:LCS-212209 Units:mg/Kg Analysis Date:20-May-2024 17:33 Run ID:FID-12_467231 SeqNo:8020304 PrepDate:20-May-2024 DF:1 Analyte SPK ValMQLResult SPK Ref Value %REC Control Limit RPD Ref Value %RPD RPD Limit Qual LCS Client ID: nC6 to nC12 230.5 250 0 92.2 75 - 12550 >nC12 to nC28 219.4 250 0 87.8 75 - 12550 24.4 25 0 97.6 70 - 1300Surr: 2-Fluorobiphenyl 27.34 25 0 109 70 - 1300Surr: Trifluoromethyl benzene Sample ID:LCSD-212209 Units:mg/Kg Analysis Date:20-May-2024 18:02 Run ID:FID-12_467231 SeqNo:8020305 PrepDate:20-May-2024 DF:1 Analyte SPK ValMQLResult SPK Ref Value %REC Control Limit RPD Ref Value %RPD RPD Limit Qual LCSD Client ID: nC6 to nC12 226.6 250 0 90.7 75 - 125 230.5 1.68 2050 >nC12 to nC28 222.2 250 0 88.9 75 - 125 219.4 1.27 2050 22.05 25 0 88.2 70 - 130 24.4 10.1 200Surr: 2-Fluorobiphenyl 25.3 25 0 101 70 - 130 27.34 7.74 200Surr: Trifluoromethyl benzene Sample ID:HS24050708-02MS Units:mg/Kg Analysis Date:20-May-2024 19:02 Run ID:FID-12_467231 SeqNo:8020307 PrepDate:20-May-2024 DF:1 Analyte SPK ValMQLResult SPK Ref Value %REC Control Limit RPD Ref Value %RPD RPD Limit Qual MS Client ID: nC6 to nC12 219.5 246.3 4.294 87.4 75 - 12549 >nC12 to nC28 246.4 246.3 24.03 90.3 75 - 12549 23.85 24.63 0 96.8 70 - 1300Surr: 2-Fluorobiphenyl 25.11 24.63 0 102 70 - 1300Surr: Trifluoromethyl benzene ALS Houston, US Date: 23-May-24 56 of 95 Client: Project: Braun Intertec Calhoun and 7th St. Phase II WorkOrder:HS24050999 QC BATCH REPORT Batch ID: 212209 ( 0 )Instrument: FID-12 Method: TEXAS TPH BY TX1005 Sample ID:HS24050708-02MSD Units:mg/Kg Analysis Date:20-May-2024 19:31 Run ID:FID-12_467231 SeqNo:8020308 PrepDate:20-May-2024 DF:1 Analyte SPK ValMQLResult SPK Ref Value %REC Control Limit RPD Ref Value %RPD RPD Limit Qual MSD Client ID: nC6 to nC12 239.2 248 4.294 94.7 75 - 125 219.5 8.59 2050 >nC12 to nC28 286.4 248 24.03 106 75 - 125 246.4 15 2050 26.7 24.8 0 108 70 - 130 23.85 11.3 200Surr: 2-Fluorobiphenyl 26.11 24.8 0 105 70 - 130 25.11 3.89 200Surr: Trifluoromethyl benzene The following samples were analyzed in this batch:HS24050999-01 HS24050999-02 HS24050999-03 HS24050999-04 HS24050999-06 HS24050999-07 HS24050999-08 HS24050999-09 HS24050999-11 HS24050999-12 HS24050999-14 HS24050999-15 ALS Houston, US Date: 23-May-24 57 of 95 Client: Project: Braun Intertec Calhoun and 7th St. Phase II WorkOrder:HS24050999 QC BATCH REPORT Batch ID: 212140 ( 0 )Instrument: ICPMS05 Method: METALS BY SW6020A Sample ID:MBLK-212140 Units:mg/Kg Analysis Date:20-May-2024 22:33 Run ID:ICPMS05_467139 SeqNo:8019604 PrepDate:20-May-2024 DF:1 Analyte SPK ValMQLResult SPK Ref Value %REC Control Limit RPD Ref Value %RPD RPD Limit Qual MBLK Client ID: Arsenic U 0.498 Barium U 0.498 Cadmium U 0.498 Chromium U 0.498 Lead U 0.498 Selenium U 0.498 Silver U 0.498 Sample ID:LCS-212140 Units:mg/Kg Analysis Date:20-May-2024 22:35 Run ID:ICPMS05_467139 SeqNo:8019605 PrepDate:20-May-2024 DF:1 Analyte SPK ValMQLResult SPK Ref Value %REC Control Limit RPD Ref Value %RPD RPD Limit Qual LCS Client ID: Arsenic 10.46 9.954 0 105 80 - 1200.498 Barium 10.1 9.954 0 101 80 - 1200.498 Cadmium 10.14 9.954 0 102 80 - 1200.498 Chromium 10.11 9.954 0 102 80 - 1200.498 Lead 10.06 9.954 0 101 80 - 1200.498 Selenium 10.57 9.954 0 106 80 - 1200.498 Silver 10.14 9.954 0 102 80 - 1200.498 Sample ID:HS24050999-05MS Units:mg/Kg Analysis Date:20-May-2024 22:42 Run ID:ICPMS05_467139 SeqNo:8019608 PrepDate:20-May-2024 DF:1 Analyte SPK ValMQLResult SPK Ref Value %REC Control Limit RPD Ref Value %RPD RPD Limit Qual MS Client ID:SB-10 (1-2') Arsenic 12.73 9.299 3.544 98.8 75 - 1250.465 Barium 59.22 9.299 55.05 44.8 75 - 125 SO 0.465 Cadmium 9.447 9.299 0.2903 98.5 75 - 1250.465 Chromium 23.78 9.299 15.03 94.1 75 - 1250.465 Lead 38.59 9.299 29.59 96.8 75 - 1250.465 Selenium 10.07 9.299 1.07 96.7 75 - 1250.465 Silver 8.828 9.299 0.185 92.9 75 - 1250.465 ALS Houston, US Date: 23-May-24 58 of 95 Client: Project: Braun Intertec Calhoun and 7th St. Phase II WorkOrder:HS24050999 QC BATCH REPORT Batch ID: 212140 ( 0 )Instrument: ICPMS05 Method: METALS BY SW6020A Sample ID:HS24050999-05MSD Units:mg/Kg Analysis Date:20-May-2024 22:44 Run ID:ICPMS05_467139 SeqNo:8019609 PrepDate:20-May-2024 DF:1 Analyte SPK ValMQLResult SPK Ref Value %REC Control Limit RPD Ref Value %RPD RPD Limit Qual MSD Client ID:SB-10 (1-2') Arsenic 12.69 9.374 3.544 97.6 75 - 125 12.73 0.344 200.469 Barium 83.2 9.374 55.05 300 75 - 125 59.22 33.7 20 SRO 0.469 Cadmium 9.385 9.374 0.2903 97.0 75 - 125 9.447 0.655 200.469 Chromium 24.9 9.374 15.03 105 75 - 125 23.78 4.59 200.469 Lead 34.34 9.374 29.59 50.6 75 - 125 38.59 11.7 20 S 0.469 Selenium 9.974 9.374 1.07 95.0 75 - 125 10.07 0.926 200.469 Silver 8.851 9.374 0.185 92.5 75 - 125 8.828 0.262 200.469 Sample ID:HS24050999-05PDS Units:mg/Kg Analysis Date:20-May-2024 22:46 Run ID:ICPMS05_467139 SeqNo:8019610 PrepDate:20-May-2024 DF:1 Analyte SPK ValMQLResult SPK Ref Value %REC Control Limit RPD Ref Value %RPD RPD Limit Qual PDS Client ID:SB-10 (1-2') Arsenic 13.24 9.363 3.544 103 75 - 1250.468 Barium 65.14 9.363 55.05 108 75 - 125 O 0.468 Cadmium 9.613 9.363 0.2903 99.6 75 - 1250.468 Chromium 24.06 9.363 15.03 96.4 75 - 1250.468 Lead 38.62 9.363 29.59 96.4 75 - 1250.468 Selenium 10.66 9.363 1.07 102 75 - 1250.468 Silver 9.111 9.363 0.185 95.3 75 - 1250.468 Sample ID:HS24050999-05SD Units:mg/Kg Analysis Date:20-May-2024 22:40 Run ID:ICPMS05_467139 SeqNo:8019607 PrepDate:20-May-2024 DF:5 Analyte SPK ValMQLResult SPK Ref Value %REC Control Limit RPD Ref Value %D %D Limit Qual SD Client ID:SB-10 (1-2') Arsenic 3.639 3.544 2.68 102.34 Barium 55.28 55.05 0.415 102.34 Cadmium 0.3428 0.2903 0 10 J 2.34 Chromium 15.48 15.03 2.96 102.34 Lead 29.46 29.59 0.449 102.34 Selenium 1.106 1.07 0 10 J 2.34 Silver 0.182 0.185 0 10 J 2.34 The following samples were analyzed in this batch:HS24050999-05 HS24050999-10 HS24050999-13 ALS Houston, US Date: 23-May-24 59 of 95 Client: Project: Braun Intertec Calhoun and 7th St. Phase II WorkOrder:HS24050999 QC BATCH REPORT Batch ID: 212229 ( 0 )Instrument: HG04 Method: MERCURY BY SW7471B Sample ID:MBLK-212229 Units:mg/Kg Analysis Date:21-May-2024 13:58 Run ID:HG04_467253 SeqNo:8021093 PrepDate:21-May-2024 DF:1 Analyte SPK ValMQLResult SPK Ref Value %REC Control Limit RPD Ref Value %RPD RPD Limit Qual MBLK Client ID: Mercury U 0.00332 Sample ID:LCS-212229 Units:mg/Kg Analysis Date:21-May-2024 14:00 Run ID:HG04_467253 SeqNo:8021094 PrepDate:21-May-2024 DF:1 Analyte SPK ValMQLResult SPK Ref Value %REC Control Limit RPD Ref Value %RPD RPD Limit Qual LCS Client ID: Mercury 0.333 0.3333 0 99.8 85 - 1150.00332 Sample ID:HS24051093-06MS Units:mg/Kg Analysis Date:21-May-2024 14:38 Run ID:HG04_467253 SeqNo:8021110 PrepDate:21-May-2024 DF:1 Analyte SPK ValMQLResult SPK Ref Value %REC Control Limit RPD Ref Value %RPD RPD Limit Qual MS Client ID: Mercury 0.339 0.3385 -0.002503 101 85 - 1150.00338 Sample ID:HS24051093-06MSD Units:mg/Kg Analysis Date:21-May-2024 14:48 Run ID:HG04_467253 SeqNo:8021113 PrepDate:21-May-2024 DF:1 Analyte SPK ValMQLResult SPK Ref Value %REC Control Limit RPD Ref Value %RPD RPD Limit Qual MSD Client ID: Mercury 0.360 0.3562 -0.002503 102 85 - 115 0.3392 6.08 200.00355 The following samples were analyzed in this batch:HS24050999-05 HS24050999-10 HS24050999-13 ALS Houston, US Date: 23-May-24 60 of 95 Client: Project: Braun Intertec Calhoun and 7th St. Phase II WorkOrder:HS24050999 QC BATCH REPORT Batch ID: R467091 ( 0 )Instrument: VOA4 Method: LOW LEVEL VOLATILES BY SW8260C Sample ID:VBLKW-240517 Units:mg/L Analysis Date:17-May-2024 21:53 Run ID:VOA4_467091 SeqNo:8017207 PrepDate:DF:1 Analyte SPK ValMQLResult SPK Ref Value %REC Control Limit RPD Ref Value %RPD RPD Limit Qual MBLK Client ID: 1,1,1-Trichloroethane U 0.0010 1,1,2,2-Tetrachloroethane U 0.0010 1,1,2-Trichlor-1,2,2-trifluoroethane U 0.0010 1,1,2-Trichloroethane U 0.0010 1,1-Dichloroethane U 0.0010 1,1-Dichloroethene U 0.0010 1,2,4-Trichlorobenzene U 0.0010 1,2-Dibromo-3-chloropropane U 0.0010 1,2-Dibromoethane U 0.0010 1,2-Dichlorobenzene U 0.0010 1,2-Dichloroethane U 0.0010 1,2-Dichloropropane U 0.0010 1,3-Dichlorobenzene U 0.0010 1,4-Dichlorobenzene U 0.0010 2-Butanone U 0.0020 2-Hexanone U 0.0020 4-Methyl-2-pentanone U 0.0020 Acetone U 0.0020 Benzene U 0.0010 Bromodichloromethane U 0.0010 Bromoform U 0.0010 Bromomethane U 0.0010 Carbon disulfide U 0.0020 Carbon tetrachloride U 0.0010 Chlorobenzene U 0.0010 Chloroethane U 0.0010 Chloroform U 0.0010 Chloromethane U 0.0010 cis-1,2-Dichloroethene U 0.0010 cis-1,3-Dichloropropene U 0.0010 Cyclohexane U 0.0010 Dibromochloromethane U 0.0010 Dichlorodifluoromethane U 0.0010 Ethylbenzene U 0.0010 ALS Houston, US Date: 23-May-24 61 of 95 Client: Project: Braun Intertec Calhoun and 7th St. Phase II WorkOrder:HS24050999 QC BATCH REPORT Batch ID: R467091 ( 0 )Instrument: VOA4 Method: LOW LEVEL VOLATILES BY SW8260C Sample ID:VBLKW-240517 Units:mg/L Analysis Date:17-May-2024 21:53 Run ID:VOA4_467091 SeqNo:8017207 PrepDate:DF:1 Analyte SPK ValMQLResult SPK Ref Value %REC Control Limit RPD Ref Value %RPD RPD Limit Qual MBLK Client ID: Isopropylbenzene U 0.0010 m,p-Xylene U 0.0020 Methyl acetate U 0.0010 Methyl tert-butyl ether U 0.0010 Methylcyclohexane U 0.0010 Methylene chloride U 0.0020 o-Xylene U 0.0010 Styrene U 0.0010 Tetrachloroethene U 0.0010 Toluene U 0.0010 trans-1,2-Dichloroethene U 0.0010 trans-1,3-Dichloropropene U 0.0010 Trichloroethene U 0.0010 Trichlorofluoromethane U 0.0010 Vinyl chloride U 0.0010 Xylenes, Total U 0.0030 0.049 0.05 0 98.7 70 - 1230.0010Surr: 1,2-Dichloroethane-d4 0.049 0.05 0 97.0 77 - 1130.0010Surr: 4-Bromofluorobenzene 0.049 0.05 0 98.1 73 - 1260.0010Surr: Dibromofluoromethane 0.045 0.05 0 90.6 81 - 1200.0010Surr: Toluene-d8 ALS Houston, US Date: 23-May-24 62 of 95 Client: Project: Braun Intertec Calhoun and 7th St. Phase II WorkOrder:HS24050999 QC BATCH REPORT Batch ID: R467091 ( 0 )Instrument: VOA4 Method: LOW LEVEL VOLATILES BY SW8260C Sample ID:VLCSW-240517 Units:mg/L Analysis Date:17-May-2024 20:45 Run ID:VOA4_467091 SeqNo:8017205 PrepDate:DF:1 Analyte SPK ValMQLResult SPK Ref Value %REC Control Limit RPD Ref Value %RPD RPD Limit Qual LCS Client ID: 1,1,1-Trichloroethane 0.022 0.02 0 110 70 - 1300.0010 1,1,2,2-Tetrachloroethane 0.017 0.02 0 84.4 70 - 1200.0010 1,1,2-Trichlor-1,2,2-trifluoroethane 0.020 0.02 0 98.5 70 - 1300.0010 1,1,2-Trichloroethane 0.018 0.02 0 92.0 77 - 1130.0010 1,1-Dichloroethane 0.020 0.02 0 101 71 - 1220.0010 1,1-Dichloroethene 0.023 0.02 0 117 70 - 1300.0010 1,2,4-Trichlorobenzene 0.020 0.02 0 97.7 77 - 1260.0010 1,2-Dibromo-3-chloropropane 0.017 0.02 0 84.9 70 - 1300.0010 1,2-Dibromoethane 0.020 0.02 0 97.8 76 - 1230.0010 1,2-Dichlorobenzene 0.019 0.02 0 96.6 77 - 1130.0010 1,2-Dichloroethane 0.020 0.02 0 101 70 - 1240.0010 1,2-Dichloropropane 0.020 0.02 0 101 72 - 1190.0010 1,3-Dichlorobenzene 0.019 0.02 0 96.4 78 - 1180.0010 1,4-Dichlorobenzene 0.018 0.02 0 92.0 79 - 1130.0010 2-Butanone 0.041 0.04 0 103 70 - 1300.0020 2-Hexanone 0.037 0.04 0 93.0 70 - 1300.0020 4-Methyl-2-pentanone 0.040 0.04 0 99.9 70 - 1300.0020 Acetone 0.045 0.04 0 112 70 - 1300.0020 Benzene 0.020 0.02 0 97.8 74 - 1200.0010 Bromodichloromethane 0.021 0.02 0 104 74 - 1220.0010 Bromoform 0.020 0.02 0 99.9 73 - 1280.0010 Bromomethane 0.020 0.02 0 99.4 70 - 1300.0010 Carbon disulfide 0.040 0.04 0 101 70 - 1300.0020 Carbon tetrachloride 0.022 0.02 0 112 71 - 1250.0010 Chlorobenzene 0.018 0.02 0 89.6 76 - 1130.0010 Chloroethane 0.021 0.02 0 105 70 - 1300.0010 Chloroform 0.020 0.02 0 102 71 - 1210.0010 Chloromethane 0.021 0.02 0 103 70 - 1290.0010 cis-1,2-Dichloroethene 0.018 0.02 0 91.7 75 - 1220.0010 cis-1,3-Dichloropropene 0.021 0.02 0 103 73 - 1270.0010 Cyclohexane 0.016 0.02 0 81.4 70 - 1300.0010 Dibromochloromethane 0.018 0.02 0 92.1 77 - 1220.0010 Dichlorodifluoromethane 0.018 0.02 0 90.4 70 - 1300.0010 Ethylbenzene 0.019 0.02 0 92.8 77 - 1170.0010 ALS Houston, US Date: 23-May-24 63 of 95 Client: Project: Braun Intertec Calhoun and 7th St. Phase II WorkOrder:HS24050999 QC BATCH REPORT Batch ID: R467091 ( 0 )Instrument: VOA4 Method: LOW LEVEL VOLATILES BY SW8260C Sample ID:VLCSW-240517 Units:mg/L Analysis Date:17-May-2024 20:45 Run ID:VOA4_467091 SeqNo:8017205 PrepDate:DF:1 Analyte SPK ValMQLResult SPK Ref Value %REC Control Limit RPD Ref Value %RPD RPD Limit Qual LCS Client ID: Isopropylbenzene 0.020 0.02 0 97.7 73 - 1270.0010 m,p-Xylene 0.039 0.04 0 98.1 77 - 1220.0020 Methyl acetate 0.020 0.02 0 98.9 76 - 1220.0010 Methyl tert-butyl ether 0.021 0.02 0 104 70 - 1300.0010 Methylcyclohexane 0.017 0.02 0 83.4 61 - 1570.0010 Methylene chloride 0.022 0.02 0 109 70 - 1270.0020 o-Xylene 0.019 0.02 0 96.6 75 - 1190.0010 Styrene 0.020 0.02 0 97.7 72 - 1260.0010 Tetrachloroethene 0.020 0.02 0 99.3 76 - 1190.0010 Toluene 0.018 0.02 0 90.3 77 - 1180.0010 trans-1,2-Dichloroethene 0.021 0.02 0 103 72 - 1270.0010 trans-1,3-Dichloropropene 0.020 0.02 0 101 77 - 1190.0010 Trichloroethene 0.022 0.02 0 109 77 - 1210.0010 Trichlorofluoromethane 0.022 0.02 0 108 70 - 1300.0010 Vinyl chloride 0.019 0.02 0 96.1 70 - 1300.0010 Xylenes, Total 0.059 0.06 0 97.6 75 - 1220.0030 0.050 0.05 0 99.2 70 - 1230.0010Surr: 1,2-Dichloroethane-d4 0.050 0.05 0 99.4 77 - 1130.0010Surr: 4-Bromofluorobenzene 0.049 0.05 0 98.6 73 - 1260.0010Surr: Dibromofluoromethane 0.047 0.05 0 94.2 81 - 1200.0010Surr: Toluene-d8 ALS Houston, US Date: 23-May-24 64 of 95 Client: Project: Braun Intertec Calhoun and 7th St. Phase II WorkOrder:HS24050999 QC BATCH REPORT Batch ID: R467091 ( 0 )Instrument: VOA4 Method: LOW LEVEL VOLATILES BY SW8260C Sample ID:VLCSDW-240517 Units:mg/L Analysis Date:17-May-2024 21:07 Run ID:VOA4_467091 SeqNo:8017206 PrepDate:DF:1 Analyte SPK ValMQLResult SPK Ref Value %REC Control Limit RPD Ref Value %RPD RPD Limit Qual LCSD Client ID: 1,1,1-Trichloroethane 0.021 0.02 0 105 70 - 130 0.02209 4.67 200.0010 1,1,2,2-Tetrachloroethane 0.016 0.02 0 78.3 70 - 120 0.01688 7.47 200.0010 1,1,2-Trichlor-1,2,2-trifluoroethane 0.019 0.02 0 96.9 70 - 130 0.01969 1.6 200.0010 1,1,2-Trichloroethane 0.018 0.02 0 91.6 77 - 113 0.01839 0.349 200.0010 1,1-Dichloroethane 0.020 0.02 0 97.6 71 - 122 0.02028 3.76 200.0010 1,1-Dichloroethene 0.021 0.02 0 104 70 - 130 0.02337 11.9 200.0010 1,2,4-Trichlorobenzene 0.018 0.02 0 88.2 77 - 126 0.01954 10.2 200.0010 1,2-Dibromo-3-chloropropane 0.017 0.02 0 87.0 70 - 130 0.01698 2.41 200.0010 1,2-Dibromoethane 0.018 0.02 0 90.2 76 - 123 0.01955 8.01 200.0010 1,2-Dichlorobenzene 0.018 0.02 0 89.1 77 - 113 0.01932 8.08 200.0010 1,2-Dichloroethane 0.020 0.02 0 102 70 - 124 0.02018 0.896 200.0010 1,2-Dichloropropane 0.020 0.02 0 97.9 72 - 119 0.02029 3.62 200.0010 1,3-Dichlorobenzene 0.018 0.02 0 87.8 78 - 118 0.01928 9.37 200.0010 1,4-Dichlorobenzene 0.017 0.02 0 84.5 79 - 113 0.01840 8.55 200.0010 2-Butanone 0.042 0.04 0 106 70 - 130 0.04136 2.56 200.0020 2-Hexanone 0.039 0.04 0 96.6 70 - 130 0.03718 3.79 200.0020 4-Methyl-2-pentanone 0.040 0.04 0 100 70 - 130 0.03995 0.572 200.0020 Acetone 0.044 0.04 0 109 70 - 130 0.04460 2.3 200.0020 Benzene 0.019 0.02 0 93.9 74 - 120 0.01957 4.12 200.0010 Bromodichloromethane 0.021 0.02 0 104 74 - 122 0.02072 0.807 200.0010 Bromoform 0.019 0.02 0 95.5 73 - 128 0.01999 4.57 200.0010 Bromomethane 0.020 0.02 0 98.8 70 - 130 0.01989 0.594 200.0010 Carbon disulfide 0.038 0.04 0 94.9 70 - 130 0.04038 6.17 200.0020 Carbon tetrachloride 0.022 0.02 0 110 71 - 125 0.02242 1.53 200.0010 Chlorobenzene 0.017 0.02 0 84.5 76 - 113 0.01792 5.84 200.0010 Chloroethane 0.020 0.02 0 102 70 - 130 0.02107 2.85 200.0010 Chloroform 0.020 0.02 0 99.6 71 - 121 0.02048 2.76 200.0010 Chloromethane 0.019 0.02 0 96.9 70 - 129 0.02068 6.49 200.0010 cis-1,2-Dichloroethene 0.019 0.02 0 94.2 75 - 122 0.01834 2.68 200.0010 cis-1,3-Dichloropropene 0.020 0.02 0 100 73 - 127 0.02054 2.5 200.0010 Cyclohexane 0.016 0.02 0 78.1 70 - 130 0.01628 4.1 200.0010 Dibromochloromethane 0.018 0.02 0 89.7 77 - 122 0.01841 2.59 200.0010 Dichlorodifluoromethane 0.017 0.02 0 85.9 70 - 130 0.01809 5.11 200.0010 Ethylbenzene 0.017 0.02 0 86.7 77 - 117 0.01856 6.79 200.0010 ALS Houston, US Date: 23-May-24 65 of 95 Client: Project: Braun Intertec Calhoun and 7th St. Phase II WorkOrder:HS24050999 QC BATCH REPORT Batch ID: R467091 ( 0 )Instrument: VOA4 Method: LOW LEVEL VOLATILES BY SW8260C Sample ID:VLCSDW-240517 Units:mg/L Analysis Date:17-May-2024 21:07 Run ID:VOA4_467091 SeqNo:8017206 PrepDate:DF:1 Analyte SPK ValMQLResult SPK Ref Value %REC Control Limit RPD Ref Value %RPD RPD Limit Qual LCSD Client ID: Isopropylbenzene 0.018 0.02 0 92.4 73 - 127 0.01954 5.6 200.0010 m,p-Xylene 0.037 0.04 0 92.5 77 - 122 0.03923 5.87 200.0020 Methyl acetate 0.020 0.02 0 99.9 76 - 122 0.01977 1.03 200.0010 Methyl tert-butyl ether 0.021 0.02 0 103 70 - 130 0.02081 0.846 200.0010 Methylcyclohexane 0.016 0.02 0 77.8 61 - 157 0.01668 6.91 200.0010 Methylene chloride 0.021 0.02 0 105 70 - 127 0.02179 3.21 200.0020 o-Xylene 0.018 0.02 0 90.8 75 - 119 0.01931 6.18 200.0010 Styrene 0.019 0.02 0 94.6 72 - 126 0.01954 3.25 200.0010 Tetrachloroethene 0.019 0.02 0 93.6 76 - 119 0.01986 5.95 200.0010 Toluene 0.017 0.02 0 85.4 77 - 118 0.01807 5.56 200.0010 trans-1,2-Dichloroethene 0.020 0.02 0 98.0 72 - 127 0.02068 5.35 200.0010 trans-1,3-Dichloropropene 0.020 0.02 0 102 77 - 119 0.02014 1.36 200.0010 Trichloroethene 0.021 0.02 0 104 77 - 121 0.02171 4.41 200.0010 Trichlorofluoromethane 0.021 0.02 0 104 70 - 130 0.02169 4.12 200.0010 Vinyl chloride 0.018 0.02 0 90.1 70 - 130 0.01923 6.45 200.0010 Xylenes, Total 0.055 0.06 0 91.9 75 - 122 0.05854 5.97 200.0030 0.049 0.05 0 98.7 70 - 123 0.04961 0.485 200.0010Surr: 1,2-Dichloroethane-d4 0.051 0.05 0 102 77 - 113 0.04972 2.64 200.0010Surr: 4-Bromofluorobenzene 0.049 0.05 0 97.9 73 - 126 0.04928 0.686 200.0010Surr: Dibromofluoromethane 0.047 0.05 0 93.5 81 - 120 0.04712 0.772 200.0010Surr: Toluene-d8 ALS Houston, US Date: 23-May-24 66 of 95 Client: Project: Braun Intertec Calhoun and 7th St. Phase II WorkOrder:HS24050999 QC BATCH REPORT Batch ID: R467091 ( 0 )Instrument: VOA4 Method: LOW LEVEL VOLATILES BY SW8260C Sample ID:HS24050948-01MS Units:mg/L Analysis Date:18-May-2024 06:26 Run ID:VOA4_467091 SeqNo:8017228 PrepDate:DF:1 Analyte SPK ValMQLResult SPK Ref Value %REC Control Limit RPD Ref Value %RPD RPD Limit Qual MS Client ID: 1,1,1-Trichloroethane 0.019 0.02 0 93.2 70 - 1300.0010 1,1,2,2-Tetrachloroethane 0.013 0.02 0 66.6 70 - 123 S0.0010 1,1,2-Trichlor-1,2,2-trifluoroethane 0.017 0.02 0 85.0 70 - 1300.0010 1,1,2-Trichloroethane 0.016 0.02 0 82.2 70 - 1170.0010 1,1-Dichloroethane 0.017 0.02 0 84.7 70 - 1270.0010 1,1-Dichloroethene 0.019 0.02 0 95.4 70 - 1300.0010 1,2,4-Trichlorobenzene 0.016 0.02 0 82.5 70 - 1250.0010 1,2-Dibromo-3-chloropropane 0.016 0.02 0 78.8 70 - 1300.0010 1,2-Dibromoethane 0.017 0.02 0 84.3 70 - 1240.0010 1,2-Dichlorobenzene 0.017 0.02 0 83.1 70 - 1150.0010 1,2-Dichloroethane 0.018 0.02 0.003543 71.6 70 - 1270.0010 1,2-Dichloropropane 0.018 0.02 0 89.0 70 - 1220.0010 1,3-Dichlorobenzene 0.016 0.02 0 80.9 70 - 1190.0010 1,4-Dichlorobenzene 0.016 0.02 0 82.0 70 - 1140.0010 2-Butanone 0.033 0.04 0 83.3 70 - 1300.0020 2-Hexanone 0.033 0.04 0 83.5 70 - 1300.0020 4-Methyl-2-pentanone 0.034 0.04 0 84.7 70 - 1300.0020 Acetone 0.038 0.04 0 94.6 70 - 1300.0020 Benzene 0.017 0.02 0.007807 47.4 70 - 127 S0.0010 Bromodichloromethane 0.018 0.02 0 92.0 70 - 1240.0010 Bromoform 0.017 0.02 0 86.7 70 - 1290.0010 Bromomethane 0.016 0.02 0 79.4 70 - 1300.0010 Carbon disulfide 0.032 0.04 0 80.9 70 - 1300.0020 Carbon tetrachloride 0.020 0.02 0 101 70 - 1300.0010 Chlorobenzene 0.016 0.02 0 80.2 70 - 1140.0010 Chloroethane 0.017 0.02 0 86.9 70 - 1300.0010 Chloroform 0.017 0.02 0 86.8 70 - 1250.0010 Chloromethane 0.015 0.02 0 75.5 70 - 1300.0010 cis-1,2-Dichloroethene 0.016 0.02 0 79.5 70 - 1280.0010 cis-1,3-Dichloropropene 0.017 0.02 0 86.6 70 - 1250.0010 Cyclohexane 0.013 0.02 0 66.5 70 - 130 S0.0010 Dibromochloromethane 0.016 0.02 0 81.7 70 - 1240.0010 Dichlorodifluoromethane 0.011 0.02 0 55.0 70 - 130 S0.0010 Ethylbenzene 0.017 0.02 0 83.0 70 - 1240.0010 ALS Houston, US Date: 23-May-24 67 of 95 Client: Project: Braun Intertec Calhoun and 7th St. Phase II WorkOrder:HS24050999 QC BATCH REPORT Batch ID: R467091 ( 0 )Instrument: VOA4 Method: LOW LEVEL VOLATILES BY SW8260C Sample ID:HS24050948-01MS Units:mg/L Analysis Date:18-May-2024 06:26 Run ID:VOA4_467091 SeqNo:8017228 PrepDate:DF:1 Analyte SPK ValMQLResult SPK Ref Value %REC Control Limit RPD Ref Value %RPD RPD Limit Qual MS Client ID: Isopropylbenzene 0.018 0.02 0 88.9 70 - 1300.0010 m,p-Xylene 0.036 0.04 0 90.8 70 - 1300.0020 Methyl acetate 0.015 0.02 0 72.6 76 - 122 S0.0010 Methyl tert-butyl ether 0.017 0.02 3.730 -18600 70 - 130 SO0.0010 Methylcyclohexane 0.013 0.02 0 67.0 61 - 1580.0010 Methylene chloride 0.018 0.02 0 91.1 70 - 1280.0020 o-Xylene 0.017 0.02 0 86.2 70 - 1240.0010 Styrene 0.018 0.02 0 88.4 70 - 1300.0010 Tetrachloroethene 0.018 0.02 0 91.6 70 - 1300.0010 Toluene 0.017 0.02 0 83.2 70 - 1230.0010 trans-1,2-Dichloroethene 0.017 0.02 0 82.9 70 - 1300.0010 trans-1,3-Dichloropropene 0.017 0.02 0 85.0 70 - 1210.0010 Trichloroethene 0.020 0.02 0 100 70 - 1290.0010 Trichlorofluoromethane 0.018 0.02 0 90.3 70 - 1300.0010 Vinyl chloride 0.015 0.02 0 74.2 70 - 1300.0010 Xylenes, Total 0.054 0.06 0 89.3 70 - 1300.0030 0.051 0.05 0 103 70 - 1260.0010Surr: 1,2-Dichloroethane-d4 0.049 0.05 0 97.7 77 - 1130.0010Surr: 4-Bromofluorobenzene 0.049 0.05 0 98.7 77 - 1230.0010Surr: Dibromofluoromethane 0.049 0.05 0 98.6 82 - 1270.0010Surr: Toluene-d8 ALS Houston, US Date: 23-May-24 68 of 95 Client: Project: Braun Intertec Calhoun and 7th St. Phase II WorkOrder:HS24050999 QC BATCH REPORT Batch ID: R467091 ( 0 )Instrument: VOA4 Method: LOW LEVEL VOLATILES BY SW8260C Sample ID:HS24050948-01MSD Units:mg/L Analysis Date:18-May-2024 06:49 Run ID:VOA4_467091 SeqNo:8017229 PrepDate:DF:1 Analyte SPK ValMQLResult SPK Ref Value %REC Control Limit RPD Ref Value %RPD RPD Limit Qual MSD Client ID: 1,1,1-Trichloroethane 0.017 0.02 0 86.1 70 - 130 0.01864 7.98 200.0010 1,1,2,2-Tetrachloroethane 0.015 0.02 0 72.9 70 - 123 0.01333 9 200.0010 1,1,2-Trichlor-1,2,2-trifluoroethane 0.016 0.02 0 78.2 70 - 130 0.01699 8.33 200.0010 1,1,2-Trichloroethane 0.016 0.02 0 79.4 70 - 117 0.01644 3.47 200.0010 1,1-Dichloroethane 0.016 0.02 0 80.7 70 - 127 0.01695 4.81 200.0010 1,1-Dichloroethene 0.016 0.02 0 81.9 70 - 130 0.01908 15.3 200.0010 1,2,4-Trichlorobenzene 0.017 0.02 0 84.1 70 - 125 0.01650 1.95 200.0010 1,2-Dibromo-3-chloropropane 0.015 0.02 0 77.5 70 - 130 0.01575 1.66 200.0010 1,2-Dibromoethane 0.017 0.02 0 83.7 70 - 124 0.01685 0.656 200.0010 1,2-Dichlorobenzene 0.017 0.02 0 86.3 70 - 115 0.01663 3.75 200.0010 1,2-Dichloroethane 0.018 0.02 0.003543 69.8 70 - 127 0.01786 1.95 20 S0.0010 1,2-Dichloropropane 0.017 0.02 0 84.0 70 - 122 0.01781 5.8 200.0010 1,3-Dichlorobenzene 0.017 0.02 0 85.3 70 - 119 0.01618 5.28 200.0010 1,4-Dichlorobenzene 0.017 0.02 0 83.6 70 - 114 0.01640 1.95 200.0010 2-Butanone 0.032 0.04 0 80.5 70 - 130 0.03333 3.41 200.0020 2-Hexanone 0.032 0.04 0 80.6 70 - 130 0.03338 3.54 200.0020 4-Methyl-2-pentanone 0.034 0.04 0 85.0 70 - 130 0.03390 0.297 200.0020 Acetone 0.035 0.04 0 86.7 70 - 130 0.03783 8.71 200.0020 Benzene 0.016 0.02 0.007807 42.6 70 - 127 0.01730 5.73 20 S0.0010 Bromodichloromethane 0.018 0.02 0 89.2 70 - 124 0.01839 3.04 200.0010 Bromoform 0.018 0.02 0 88.7 70 - 129 0.01734 2.3 200.0010 Bromomethane 0.015 0.02 0 76.4 70 - 130 0.01587 3.8 200.0010 Carbon disulfide 0.029 0.04 0 73.5 70 - 130 0.03234 9.55 200.0020 Carbon tetrachloride 0.019 0.02 0 95.9 70 - 130 0.02020 5.18 200.0010 Chlorobenzene 0.016 0.02 0 79.8 70 - 114 0.01604 0.571 200.0010 Chloroethane 0.016 0.02 0 79.6 70 - 130 0.01738 8.75 200.0010 Chloroform 0.016 0.02 0 79.9 70 - 125 0.01736 8.27 200.0010 Chloromethane 0.013 0.02 0 67.1 70 - 130 0.01509 11.7 20 S0.0010 cis-1,2-Dichloroethene 0.015 0.02 0 76.2 70 - 128 0.01591 4.28 200.0010 cis-1,3-Dichloropropene 0.017 0.02 0 84.0 70 - 125 0.01731 2.97 200.0010 Cyclohexane 0.012 0.02 0 61.9 70 - 130 0.01329 7.1 20 S0.0010 Dibromochloromethane 0.017 0.02 0 82.7 70 - 124 0.01634 1.2 200.0010 Dichlorodifluoromethane 0.010 0.02 0 50.8 70 - 130 0.01100 7.99 20 S0.0010 Ethylbenzene 0.016 0.02 0 81.6 70 - 124 0.01660 1.78 200.0010 ALS Houston, US Date: 23-May-24 69 of 95 Client: Project: Braun Intertec Calhoun and 7th St. Phase II WorkOrder:HS24050999 QC BATCH REPORT Batch ID: R467091 ( 0 )Instrument: VOA4 Method: LOW LEVEL VOLATILES BY SW8260C Sample ID:HS24050948-01MSD Units:mg/L Analysis Date:18-May-2024 06:49 Run ID:VOA4_467091 SeqNo:8017229 PrepDate:DF:1 Analyte SPK ValMQLResult SPK Ref Value %REC Control Limit RPD Ref Value %RPD RPD Limit Qual MSD Client ID: Isopropylbenzene 0.017 0.02 0 86.6 70 - 130 0.01778 2.66 200.0010 m,p-Xylene 0.035 0.04 0 87.6 70 - 130 0.03634 3.68 200.0020 Methyl acetate 0.014 0.02 0 69.5 76 - 122 0.01453 4.47 20 S0.0010 Methyl tert-butyl ether 0.016 0.02 3.730 -18600 70 - 130 0.01690 4.9 20 SO0.0010 Methylcyclohexane 0.012 0.02 0 62.0 61 - 158 0.01340 7.8 200.0010 Methylene chloride 0.018 0.02 0 87.7 70 - 128 0.01821 3.76 200.0020 o-Xylene 0.017 0.02 0 87.4 70 - 124 0.01725 1.33 200.0010 Styrene 0.018 0.02 0 88.1 70 - 130 0.01767 0.317 200.0010 Tetrachloroethene 0.018 0.02 0 90.3 70 - 130 0.01832 1.45 200.0010 Toluene 0.016 0.02 0 82.4 70 - 123 0.01665 0.955 200.0010 trans-1,2-Dichloroethene 0.016 0.02 0 77.6 70 - 130 0.01658 6.66 200.0010 trans-1,3-Dichloropropene 0.017 0.02 0 83.6 70 - 121 0.01700 1.64 200.0010 Trichloroethene 0.019 0.02 0 94.0 70 - 129 0.02003 6.35 200.0010 Trichlorofluoromethane 0.016 0.02 0 81.6 70 - 130 0.01805 10 200.0010 Vinyl chloride 0.014 0.02 0 68.3 70 - 130 0.01484 8.31 20 S0.0010 Xylenes, Total 0.052 0.06 0 87.5 70 - 130 0.05358 2.04 200.0030 0.051 0.05 0 102 70 - 126 0.05128 0.687 200.0010Surr: 1,2-Dichloroethane-d4 0.048 0.05 0 95.3 77 - 113 0.04884 2.41 200.0010Surr: 4-Bromofluorobenzene 0.048 0.05 0 95.7 77 - 123 0.04934 3.1 200.0010Surr: Dibromofluoromethane 0.050 0.05 0 100 82 - 127 0.04928 1.57 200.0010Surr: Toluene-d8 The following samples were analyzed in this batch:HS24050999-16 HS24050999-17 ALS Houston, US Date: 23-May-24 70 of 95 Client: Project: Braun Intertec Calhoun and 7th St. Phase II WorkOrder:HS24050999 QC BATCH REPORT Batch ID: R467348 ( 0 )Instrument: VOA5 Method: VOLATILES BY SW8260C Sample ID:VBLKS-052224 Units:mg/Kg Analysis Date:21-May-2024 18:49 Run ID:VOA5_467348 SeqNo:8023102 PrepDate:DF:1 Analyte SPK ValMQLResult SPK Ref Value %REC Control Limit RPD Ref Value %RPD RPD Limit Qual MBLK Client ID: 1,1,1-Trichloroethane U 0.0050 1,1,2,2-Tetrachloroethane U 0.0050 1,1,2-Trichlor-1,2,2-trifluoroethane U 0.0050 1,1,2-Trichloroethane U 0.0050 1,1-Dichloroethane U 0.0050 1,1-Dichloroethene U 0.0050 1,2,4-Trichlorobenzene U 0.0050 1,2-Dibromo-3-chloropropane U 0.0050 1,2-Dibromoethane U 0.0050 1,2-Dichlorobenzene U 0.0050 1,2-Dichloroethane U 0.0050 1,2-Dichloropropane U 0.0050 1,3-Dichlorobenzene U 0.0050 1,4-Dichlorobenzene U 0.0050 2-Butanone U 0.010 2-Hexanone U 0.010 4-Methyl-2-pentanone U 0.010 Acetone U 0.020 Benzene U 0.0050 Bromodichloromethane U 0.0050 Bromoform U 0.0050 Bromomethane U 0.010 Carbon disulfide U 0.010 Carbon tetrachloride U 0.0050 Chlorobenzene U 0.0050 Chloroethane U 0.010 Chloroform U 0.0050 Chloromethane U 0.010 cis-1,2-Dichloroethene U 0.0050 cis-1,3-Dichloropropene U 0.0050 Cyclohexane U 0.0050 Dibromochloromethane U 0.0050 Dichlorodifluoromethane U 0.0050 Ethylbenzene U 0.0050 ALS Houston, US Date: 23-May-24 71 of 95 Client: Project: Braun Intertec Calhoun and 7th St. Phase II WorkOrder:HS24050999 QC BATCH REPORT Batch ID: R467348 ( 0 )Instrument: VOA5 Method: VOLATILES BY SW8260C Sample ID:VBLKS-052224 Units:mg/Kg Analysis Date:21-May-2024 18:49 Run ID:VOA5_467348 SeqNo:8023102 PrepDate:DF:1 Analyte SPK ValMQLResult SPK Ref Value %REC Control Limit RPD Ref Value %RPD RPD Limit Qual MBLK Client ID: Isopropylbenzene U 0.0050 m,p-Xylene U 0.010 Methyl acetate U 0.0050 Methyl tert-butyl ether U 0.0050 Methylcyclohexane U 0.0050 Methylene chloride U 0.010 o-Xylene U 0.0050 Styrene U 0.0050 Tetrachloroethene U 0.0050 Toluene U 0.0050 trans-1,2-Dichloroethene U 0.0050 trans-1,3-Dichloropropene U 0.0050 Trichloroethene U 0.0050 Trichlorofluoromethane U 0.0050 Vinyl chloride U 0.0010 Xylenes, Total U 0.015 0.051 0.05 0 102 76 - 1250Surr: 1,2-Dichloroethane-d4 0.048 0.05 0 96.9 80 - 1200Surr: 4-Bromofluorobenzene 0.047 0.05 0 94.2 80 - 1190Surr: Dibromofluoromethane 0.052 0.05 0 104 81 - 1180Surr: Toluene-d8 ALS Houston, US Date: 23-May-24 72 of 95 Client: Project: Braun Intertec Calhoun and 7th St. Phase II WorkOrder:HS24050999 QC BATCH REPORT Batch ID: R467348 ( 0 )Instrument: VOA5 Method: VOLATILES BY SW8260C Sample ID:LCS-052124 Units:mg/Kg Analysis Date:21-May-2024 18:28 Run ID:VOA5_467348 SeqNo:8025324 PrepDate:DF:1 Analyte SPK ValMQLResult SPK Ref Value %REC Control Limit RPD Ref Value %RPD RPD Limit Qual LCS Client ID: 1,1,1-Trichloroethane 0.059 0.05 0 117 72 - 1300.0050 1,1,2,2-Tetrachloroethane 0.060 0.05 0 120 71 - 1240.0050 1,1,2-Trichlor-1,2,2-trifluoroethane 0.052 0.05 0 104 70 - 1300.0050 1,1,2-Trichloroethane 0.048 0.05 0 96.1 78 - 1170.0050 1,1-Dichloroethane 0.050 0.05 0 101 76 - 1280.0050 1,1-Dichloroethene 0.061 0.05 0 122 72 - 1300.0050 1,2,4-Trichlorobenzene 0.057 0.05 0 114 70 - 1280.0050 1,2-Dibromo-3-chloropropane 0.060 0.05 0 120 70 - 1280.0050 1,2-Dibromoethane 0.061 0.05 0 121 78 - 120 S0.0050 1,2-Dichlorobenzene 0.059 0.05 0 118 79 - 1210.0050 1,2-Dichloroethane 0.048 0.05 0 95.8 77 - 1200.0050 1,2-Dichloropropane 0.060 0.05 0 120 77 - 1210.0050 1,3-Dichlorobenzene 0.046 0.05 0 92.9 78 - 1210.0050 1,4-Dichlorobenzene 0.060 0.05 0 119 78 - 1200.0050 2-Butanone 0.11 0.1 0 112 70 - 1280.010 2-Hexanone 0.12 0.1 0 122 72 - 1270.010 4-Methyl-2-pentanone 0.12 0.1 0 122 70 - 1280.010 Acetone 0.11 0.1 0 114 70 - 1300.020 Benzene 0.049 0.05 0 98.3 75 - 1240.0050 Bromodichloromethane 0.056 0.05 0 112 78 - 1220.0050 Bromoform 0.056 0.05 0 113 74 - 1200.0050 Bromomethane 0.061 0.05 0 121 70 - 1300.010 Carbon disulfide 0.12 0.1 0 116 70 - 1220.010 Carbon tetrachloride 0.060 0.05 0 119 72 - 1280.0050 Chlorobenzene 0.048 0.05 0 96.2 78 - 1220.0050 Chloroethane 0.060 0.05 0 120 70 - 1300.010 Chloroform 0.049 0.05 0 98.6 73 - 1270.0050 Chloromethane 0.046 0.05 0 92.1 70 - 1300.010 cis-1,2-Dichloroethene 0.050 0.05 0 99.1 77 - 1250.0050 cis-1,3-Dichloropropene 0.061 0.05 0 122 78 - 122 S0.0050 Cyclohexane 0.063 0.05 0 126 74 - 1260.0050 Dibromochloromethane 0.061 0.05 0 122 78 - 120 S0.0050 Dichlorodifluoromethane 0.061 0.05 0 122 70 - 1300.0050 Ethylbenzene 0.050 0.05 0 101 70 - 1230.0050 ALS Houston, US Date: 23-May-24 73 of 95 Client: Project: Braun Intertec Calhoun and 7th St. Phase II WorkOrder:HS24050999 QC BATCH REPORT Batch ID: R467348 ( 0 )Instrument: VOA5 Method: VOLATILES BY SW8260C Sample ID:LCS-052124 Units:mg/Kg Analysis Date:21-May-2024 18:28 Run ID:VOA5_467348 SeqNo:8025324 PrepDate:DF:1 Analyte SPK ValMQLResult SPK Ref Value %REC Control Limit RPD Ref Value %RPD RPD Limit Qual LCS Client ID: Isopropylbenzene 0.051 0.05 0 103 78 - 1270.0050 m,p-Xylene 0.12 0.1 0 123 77 - 1250.010 Methyl acetate 0.060 0.05 0 119 69 - 1230.0050 Methyl tert-butyl ether 0.044 0.05 0 88.9 70 - 1280.0050 Methylcyclohexane 0.054 0.05 0 108 77 - 1270.0050 Methylene chloride 0.051 0.05 0 103 71 - 1250.010 o-Xylene 0.061 0.05 0 122 78 - 1220.0050 Styrene 0.061 0.05 0 122 80 - 1230.0050 Tetrachloroethene 0.050 0.05 0 99.7 70 - 1300.0050 Toluene 0.049 0.05 0 97.9 76 - 1220.0050 trans-1,2-Dichloroethene 0.051 0.05 0 102 75 - 1280.0050 trans-1,3-Dichloropropene 0.060 0.05 0 119 75 - 1230.0050 Trichloroethene 0.051 0.05 0 102 78 - 1250.0050 Trichlorofluoromethane 0.062 0.05 0 124 70 - 1300.0050 Vinyl chloride 0.053 0.05 0 106 70 - 1300.0010 Xylenes, Total 0.18 0.15 0 123 77 - 1280.015 0.048 0.05 0 96.7 76 - 1250Surr: 1,2-Dichloroethane-d4 0.052 0.05 0 104 80 - 1200Surr: 4-Bromofluorobenzene 0.050 0.05 0 100 80 - 1190Surr: Dibromofluoromethane 0.050 0.05 0 99.9 81 - 1180Surr: Toluene-d8 ALS Houston, US Date: 23-May-24 74 of 95 Client: Project: Braun Intertec Calhoun and 7th St. Phase II WorkOrder:HS24050999 QC BATCH REPORT Batch ID: R467348 ( 0 )Instrument: VOA5 Method: VOLATILES BY SW8260C Sample ID:HS24050958-02MS Units:mg/Kg Analysis Date:22-May-2024 02:45 Run ID:VOA5_467348 SeqNo:8025325 PrepDate:DF:1 Analyte SPK ValMQLResult SPK Ref Value %REC Control Limit RPD Ref Value %RPD RPD Limit Qual MS Client ID: 1,1,1-Trichloroethane 0.060 0.05 0 121 70 - 1300.0050 1,1,2,2-Tetrachloroethane 0.053 0.05 0 106 70 - 1300.0050 1,1,2-Trichlor-1,2,2-trifluoroethane 0.035 0.05 0 69.8 70 - 130 S0.0050 1,1,2-Trichloroethane 0.033 0.05 0 66.7 70 - 130 S0.0050 1,1-Dichloroethane 0.049 0.05 0 97.3 70 - 1300.0050 1,1-Dichloroethene 0.063 0.05 0 127 70 - 1300.0050 1,2,4-Trichlorobenzene 0.0095 0.05 0 19.0 70 - 130 S0.0050 1,2-Dibromo-3-chloropropane 0.027 0.05 0 53.9 70 - 130 S0.0050 1,2-Dibromoethane 0.027 0.05 0 53.8 70 - 120 S0.0050 1,2-Dichlorobenzene 0.021 0.05 0 42.9 70 - 130 S0.0050 1,2-Dichloroethane 0.032 0.05 0 63.7 70 - 130 S0.0050 1,2-Dichloropropane 0.047 0.05 0 94.3 70 - 1300.0050 1,3-Dichlorobenzene 0.020 0.05 0 39.4 70 - 130 S0.0050 1,4-Dichlorobenzene 0.021 0.05 0 42.1 70 - 130 S0.0050 2-Butanone 0.15 0.1 0 150 70 - 130 S0.010 2-Hexanone 0.066 0.1 0 65.7 70 - 130 S0.010 4-Methyl-2-pentanone 0.13 0.1 0 135 70 - 128 S0.010 Acetone 0.42 0.1 0.08384 339 70 - 130 SE0.020 Benzene 0.040 0.05 0 80.7 70 - 1300.0050 Bromodichloromethane 0.033 0.05 0 66.8 70 - 130 S0.0050 Bromoform 0.020 0.05 0 40.7 70 - 130 S0.0050 Bromomethane 0.070 0.05 0 140 70 - 130 S0.010 Carbon disulfide 0.092 0.1 0 92.5 70 - 1300.010 Carbon tetrachloride 0.063 0.05 0 127 70 - 1300.0050 Chlorobenzene 0.023 0.05 0 45.3 70 - 130 S0.0050 Chloroethane 0.069 0.05 0 139 70 - 130 S0.010 Chloroform 0.041 0.05 0 81.5 70 - 1300.0050 Chloromethane 0.055 0.05 0 110 70 - 1300.010 cis-1,2-Dichloroethene 0.033 0.05 0 66.7 70 - 130 S0.0050 cis-1,3-Dichloropropene 0.023 0.05 0 45.9 70 - 130 S0.0050 Cyclohexane 0.069 0.05 0 138 74 - 126 S0.0050 Dibromochloromethane 0.031 0.05 0 61.7 70 - 130 S0.0050 Dichlorodifluoromethane 0.073 0.05 0 145 70 - 130 S0.0050 Ethylbenzene 0.037 0.05 0 73.2 70 - 1300.0050 ALS Houston, US Date: 23-May-24 75 of 95 Client: Project: Braun Intertec Calhoun and 7th St. Phase II WorkOrder:HS24050999 QC BATCH REPORT Batch ID: R467348 ( 0 )Instrument: VOA5 Method: VOLATILES BY SW8260C Sample ID:HS24050958-02MS Units:mg/Kg Analysis Date:22-May-2024 02:45 Run ID:VOA5_467348 SeqNo:8025325 PrepDate:DF:1 Analyte SPK ValMQLResult SPK Ref Value %REC Control Limit RPD Ref Value %RPD RPD Limit Qual MS Client ID: Isopropylbenzene 0.041 0.05 0 81.1 70 - 1300.0050 m,p-Xylene 0.082 0.1 0 81.9 70 - 1300.010 Methyl acetate 0.13 0.05 0 260 69 - 123 S0.0050 Methyl tert-butyl ether 0.025 0.05 0 49.5 70 - 130 S0.0050 Methylcyclohexane 0.0072 0.05 0.001712 11.0 77 - 127 S0.0050 Methylene chloride 0.033 0.05 0 66.1 70 - 130 S0.010 o-Xylene 0.038 0.05 0 76.4 70 - 1300.0050 Styrene 0.019 0.05 0 38.5 70 - 130 S0.0050 Tetrachloroethene 0.047 0.05 0 93.8 70 - 1300.0050 Toluene 0.040 0.05 0 80.3 70 - 1300.0050 trans-1,2-Dichloroethene 0.039 0.05 0 78.3 70 - 1300.0050 trans-1,3-Dichloropropene 0.015 0.05 0 30.3 70 - 130 S0.0050 Trichloroethene 0.036 0.05 0 71.7 70 - 1300.0050 Trichlorofluoromethane 0.082 0.05 0 164 70 - 130 S0.0050 Vinyl chloride 0.061 0.05 0 123 70 - 1300.0010 Xylenes, Total 0.12 0.15 0 80.1 70 - 1300.015 0.048 0.05 0 95.5 70 - 1260Surr: 1,2-Dichloroethane-d4 0.040 0.05 0 79.6 70 - 1300Surr: 4-Bromofluorobenzene 0.049 0.05 0 97.5 70 - 1300Surr: Dibromofluoromethane 0.061 0.05 0 121 70 - 1300Surr: Toluene-d8 ALS Houston, US Date: 23-May-24 76 of 95 Client: Project: Braun Intertec Calhoun and 7th St. Phase II WorkOrder:HS24050999 QC BATCH REPORT Batch ID: R467348 ( 0 )Instrument: VOA5 Method: VOLATILES BY SW8260C Sample ID:HS24050958-02MSD Units:mg/Kg Analysis Date:22-May-2024 03:07 Run ID:VOA5_467348 SeqNo:8025326 PrepDate:DF:1 Analyte SPK ValMQLResult SPK Ref Value %REC Control Limit RPD Ref Value %RPD RPD Limit Qual MSD Client ID: 1,1,1-Trichloroethane 0.066 0.05 0 133 70 - 130 0.06028 9.53 30 S0.0050 1,1,2,2-Tetrachloroethane 0.076 0.05 0 152 70 - 130 0.05316 35.5 30 SR0.0050 1,1,2-Trichlor-1,2,2-trifluoroethane 0.062 0.05 0 124 70 - 130 0.03490 55.7 30 R0.0050 1,1,2-Trichloroethane 0.044 0.05 0 87.7 70 - 130 0.03333 27.3 300.0050 1,1-Dichloroethane 0.054 0.05 0 107 70 - 130 0.04864 9.53 300.0050 1,1-Dichloroethene 0.067 0.05 0 134 70 - 130 0.06340 5.77 30 S0.0050 1,2,4-Trichlorobenzene 0.014 0.05 0 28.4 70 - 130 0.009505 39.8 30 SR0.0050 1,2-Dibromo-3-chloropropane 0.048 0.05 0 95.1 70 - 130 0.02696 55.2 30 R0.0050 1,2-Dibromoethane 0.038 0.05 0 75.6 70 - 120 0.02691 33.7 30 R0.0050 1,2-Dichlorobenzene 0.032 0.05 0 64.7 70 - 130 0.02146 40.4 30 SR0.0050 1,2-Dichloroethane 0.039 0.05 0 78.2 70 - 130 0.03184 20.5 300.0050 1,2-Dichloropropane 0.059 0.05 0 118 70 - 130 0.04717 22.1 300.0050 1,3-Dichlorobenzene 0.027 0.05 0 53.7 70 - 130 0.01971 30.6 30 SR0.0050 1,4-Dichlorobenzene 0.030 0.05 0 60.2 70 - 130 0.02106 35.3 30 SR0.0050 2-Butanone 0.26 0.1 0 265 70 - 130 0.1500 55.3 30 SR0.010 2-Hexanone 0.11 0.1 0 110 70 - 130 0.06567 50.9 30 R0.010 4-Methyl-2-pentanone 0.22 0.1 0 219 70 - 128 0.1348 47.5 30 SR0.010 Acetone 0.65 0.1 0.08384 566 70 - 130 0.4229 42.3 30 SRE0.020 Benzene 0.049 0.05 0 97.5 70 - 130 0.04035 18.8 300.0050 Bromodichloromethane 0.043 0.05 0 86.1 70 - 130 0.03342 25.2 300.0050 Bromoform 0.029 0.05 0 58.7 70 - 130 0.02033 36.4 30 SR0.0050 Bromomethane 0.069 0.05 0 139 70 - 130 0.06987 0.691 30 S0.010 Carbon disulfide 0.10 0.1 0 100 70 - 130 0.09247 8.31 300.010 Carbon tetrachloride 0.070 0.05 0 140 70 - 130 0.06337 9.71 30 S0.0050 Chlorobenzene 0.030 0.05 0 60.8 70 - 130 0.02263 29.3 30 S0.0050 Chloroethane 0.065 0.05 0 129 70 - 130 0.06941 7.27 300.010 Chloroform 0.047 0.05 0 94.7 70 - 130 0.04073 15.1 300.0050 Chloromethane 0.054 0.05 0 108 70 - 130 0.05480 1.27 300.010 cis-1,2-Dichloroethene 0.040 0.05 0 79.4 70 - 130 0.03333 17.5 300.0050 cis-1,3-Dichloropropene 0.034 0.05 0 67.8 70 - 130 0.02296 38.5 30 SR0.0050 Cyclohexane 0.075 0.05 0 151 74 - 126 0.06884 8.91 30 S0.0050 Dibromochloromethane 0.044 0.05 0 88.0 70 - 130 0.03084 35.2 30 R0.0050 Dichlorodifluoromethane 0.072 0.05 0 143 70 - 130 0.07268 1.38 30 S0.0050 Ethylbenzene 0.047 0.05 0 94.8 70 - 130 0.03661 25.7 300.0050 ALS Houston, US Date: 23-May-24 77 of 95 Client: Project: Braun Intertec Calhoun and 7th St. Phase II WorkOrder:HS24050999 QC BATCH REPORT Batch ID: R467348 ( 0 )Instrument: VOA5 Method: VOLATILES BY SW8260C Sample ID:HS24050958-02MSD Units:mg/Kg Analysis Date:22-May-2024 03:07 Run ID:VOA5_467348 SeqNo:8025326 PrepDate:DF:1 Analyte SPK ValMQLResult SPK Ref Value %REC Control Limit RPD Ref Value %RPD RPD Limit Qual MSD Client ID: Isopropylbenzene 0.053 0.05 0 105 70 - 130 0.04057 25.7 300.0050 m,p-Xylene 0.11 0.1 0 107 70 - 130 0.08195 26.7 300.010 Methyl acetate 0.13 0.05 0 260 69 - 123 0.1300 0.0991 30 S0.0050 Methyl tert-butyl ether 0.056 0.05 0 111 70 - 130 0.02477 76.7 30 R0.0050 Methylcyclohexane 0.056 0.05 0.001712 109 77 - 127 0.007197 155 30 R0.0050 Methylene chloride 0.038 0.05 0 75.5 70 - 130 0.03304 13.3 300.010 o-Xylene 0.052 0.05 0 105 70 - 130 0.03818 31.2 30 R0.0050 Styrene 0.029 0.05 0 57.0 70 - 130 0.01923 38.9 30 SR0.0050 Tetrachloroethene 0.055 0.05 0 111 70 - 130 0.04688 16.7 300.0050 Toluene 0.050 0.05 0 100 70 - 130 0.04017 22.3 300.0050 trans-1,2-Dichloroethene 0.045 0.05 0 90.3 70 - 130 0.03914 14.3 300.0050 trans-1,3-Dichloropropene 0.025 0.05 0 49.3 70 - 130 0.01516 47.7 30 SR0.0050 Trichloroethene 0.043 0.05 0 85.8 70 - 130 0.03585 17.9 300.0050 Trichlorofluoromethane 0.076 0.05 0 151 70 - 130 0.08181 7.86 30 S0.0050 Vinyl chloride 0.062 0.05 0 125 70 - 130 0.06131 1.6 300.0010 Xylenes, Total 0.16 0.15 0 106 70 - 130 0.1201 28.2 300.015 0.047 0.05 0 93.3 70 - 126 0.04774 2.36 300Surr: 1,2-Dichloroethane-d4 0.040 0.05 0 79.7 70 - 130 0.03978 0.208 300Surr: 4-Bromofluorobenzene 0.048 0.05 0 95.9 70 - 130 0.04875 1.68 300Surr: Dibromofluoromethane 0.060 0.05 0 120 70 - 130 0.06073 1.1 300Surr: Toluene-d8 The following samples were analyzed in this batch:HS24050999-01 HS24050999-02 HS24050999-03 HS24050999-04 HS24050999-06 HS24050999-07 HS24050999-08 HS24050999-09 HS24050999-11 ALS Houston, US Date: 23-May-24 78 of 95 Client: Project: Braun Intertec Calhoun and 7th St. Phase II WorkOrder:HS24050999 QC BATCH REPORT Batch ID: R467456 ( 0 )Instrument: VOA5 Method: VOLATILES BY SW8260C Sample ID:VBLKS-052224 Units:mg/Kg Analysis Date:22-May-2024 16:52 Run ID:VOA5_467456 SeqNo:8025079 PrepDate:DF:1 Analyte SPK ValMQLResult SPK Ref Value %REC Control Limit RPD Ref Value %RPD RPD Limit Qual MBLK Client ID: 1,1,1-Trichloroethane U 0.0050 1,1,2,2-Tetrachloroethane U 0.0050 1,1,2-Trichlor-1,2,2-trifluoroethane U 0.0050 1,1,2-Trichloroethane U 0.0050 1,1-Dichloroethane U 0.0050 1,1-Dichloroethene U 0.0050 1,2,4-Trichlorobenzene U 0.0050 1,2-Dibromo-3-chloropropane U 0.0050 1,2-Dibromoethane U 0.0050 1,2-Dichlorobenzene U 0.0050 1,2-Dichloroethane U 0.0050 1,2-Dichloropropane U 0.0050 1,3-Dichlorobenzene U 0.0050 1,4-Dichlorobenzene U 0.0050 2-Butanone U 0.010 2-Hexanone U 0.010 4-Methyl-2-pentanone U 0.010 Acetone U 0.020 Benzene U 0.0050 Bromodichloromethane U 0.0050 Bromoform U 0.0050 Bromomethane U 0.010 Carbon disulfide U 0.010 Carbon tetrachloride U 0.0050 Chlorobenzene U 0.0050 Chloroethane U 0.010 Chloroform U 0.0050 Chloromethane U 0.010 cis-1,2-Dichloroethene U 0.0050 cis-1,3-Dichloropropene U 0.0050 Cyclohexane U 0.0050 Dibromochloromethane U 0.0050 Dichlorodifluoromethane U 0.0050 Ethylbenzene U 0.0050 ALS Houston, US Date: 23-May-24 79 of 95 Client: Project: Braun Intertec Calhoun and 7th St. Phase II WorkOrder:HS24050999 QC BATCH REPORT Batch ID: R467456 ( 0 )Instrument: VOA5 Method: VOLATILES BY SW8260C Sample ID:VBLKS-052224 Units:mg/Kg Analysis Date:22-May-2024 16:52 Run ID:VOA5_467456 SeqNo:8025079 PrepDate:DF:1 Analyte SPK ValMQLResult SPK Ref Value %REC Control Limit RPD Ref Value %RPD RPD Limit Qual MBLK Client ID: Isopropylbenzene U 0.0050 m,p-Xylene U 0.010 Methyl acetate U 0.0050 Methyl tert-butyl ether U 0.0050 Methylcyclohexane U 0.0050 Methylene chloride U 0.010 o-Xylene U 0.0050 Styrene U 0.0050 Tetrachloroethene U 0.0050 Toluene U 0.0050 trans-1,2-Dichloroethene U 0.0050 trans-1,3-Dichloropropene U 0.0050 Trichloroethene U 0.0050 Trichlorofluoromethane U 0.0050 Vinyl chloride U 0.0010 Xylenes, Total U 0.015 0.051 0.05 0 102 76 - 1250Surr: 1,2-Dichloroethane-d4 0.048 0.05 0 95.9 80 - 1200Surr: 4-Bromofluorobenzene 0.049 0.05 0 97.5 80 - 1190Surr: Dibromofluoromethane 0.051 0.05 0 103 81 - 1180Surr: Toluene-d8 ALS Houston, US Date: 23-May-24 80 of 95 Client: Project: Braun Intertec Calhoun and 7th St. Phase II WorkOrder:HS24050999 QC BATCH REPORT Batch ID: R467456 ( 0 )Instrument: VOA5 Method: VOLATILES BY SW8260C Sample ID:VLCS-052224 Units:mg/Kg Analysis Date:22-May-2024 15:48 Run ID:VOA5_467456 SeqNo:8025078 PrepDate:DF:1 Analyte SPK ValMQLResult SPK Ref Value %REC Control Limit RPD Ref Value %RPD RPD Limit Qual LCS Client ID: 1,1,1-Trichloroethane 0.056 0.05 0 113 72 - 1300.0050 1,1,2,2-Tetrachloroethane 0.050 0.05 0 99.8 71 - 1240.0050 1,1,2-Trichlor-1,2,2-trifluoroethane 0.052 0.05 0 103 70 - 1300.0050 1,1,2-Trichloroethane 0.052 0.05 0 103 78 - 1170.0050 1,1-Dichloroethane 0.054 0.05 0 108 76 - 1280.0050 1,1-Dichloroethene 0.057 0.05 0 114 72 - 1300.0050 1,2,4-Trichlorobenzene 0.052 0.05 0 103 70 - 1280.0050 1,2-Dibromo-3-chloropropane 0.057 0.05 0 114 70 - 1280.0050 1,2-Dibromoethane 0.052 0.05 0 105 78 - 1200.0050 1,2-Dichlorobenzene 0.052 0.05 0 104 79 - 1210.0050 1,2-Dichloroethane 0.051 0.05 0 102 77 - 1200.0050 1,2-Dichloropropane 0.053 0.05 0 106 77 - 1210.0050 1,3-Dichlorobenzene 0.052 0.05 0 104 78 - 1210.0050 1,4-Dichlorobenzene 0.050 0.05 0 101 78 - 1200.0050 2-Butanone 0.10 0.1 0 102 70 - 1280.010 2-Hexanone 0.11 0.1 0 113 72 - 1270.010 4-Methyl-2-pentanone 0.11 0.1 0 110 70 - 1280.010 Acetone 0.086 0.1 0 86.3 70 - 1300.020 Benzene 0.052 0.05 0 105 75 - 1240.0050 Bromodichloromethane 0.054 0.05 0 108 78 - 1220.0050 Bromoform 0.054 0.05 0 107 74 - 1200.0050 Bromomethane 0.055 0.05 0 110 70 - 1300.010 Carbon disulfide 0.10 0.1 0 104 70 - 1220.010 Carbon tetrachloride 0.055 0.05 0 111 72 - 1280.0050 Chlorobenzene 0.052 0.05 0 104 78 - 1220.0050 Chloroethane 0.054 0.05 0 108 70 - 1300.010 Chloroform 0.053 0.05 0 105 73 - 1270.0050 Chloromethane 0.053 0.05 0 106 70 - 1300.010 cis-1,2-Dichloroethene 0.054 0.05 0 107 77 - 1250.0050 cis-1,3-Dichloropropene 0.054 0.05 0 108 78 - 1220.0050 Cyclohexane 0.050 0.05 0 100 74 - 1260.0050 Dibromochloromethane 0.055 0.05 0 110 78 - 1200.0050 Dichlorodifluoromethane 0.054 0.05 0 107 70 - 1300.0050 Ethylbenzene 0.053 0.05 0 106 70 - 1230.0050 ALS Houston, US Date: 23-May-24 81 of 95 Client: Project: Braun Intertec Calhoun and 7th St. Phase II WorkOrder:HS24050999 QC BATCH REPORT Batch ID: R467456 ( 0 )Instrument: VOA5 Method: VOLATILES BY SW8260C Sample ID:VLCS-052224 Units:mg/Kg Analysis Date:22-May-2024 15:48 Run ID:VOA5_467456 SeqNo:8025078 PrepDate:DF:1 Analyte SPK ValMQLResult SPK Ref Value %REC Control Limit RPD Ref Value %RPD RPD Limit Qual LCS Client ID: Isopropylbenzene 0.054 0.05 0 109 78 - 1270.0050 m,p-Xylene 0.11 0.1 0 106 77 - 1250.010 Methyl acetate 0.052 0.05 0 104 69 - 1230.0050 Methyl tert-butyl ether 0.048 0.05 0 95.8 70 - 1280.0050 Methylcyclohexane 0.046 0.05 0 91.5 77 - 1270.0050 Methylene chloride 0.055 0.05 0 110 71 - 1250.010 o-Xylene 0.053 0.05 0 105 78 - 1220.0050 Styrene 0.054 0.05 0 109 80 - 1230.0050 Tetrachloroethene 0.053 0.05 0 106 70 - 1300.0050 Toluene 0.052 0.05 0 103 76 - 1220.0050 trans-1,2-Dichloroethene 0.055 0.05 0 110 75 - 1280.0050 trans-1,3-Dichloropropene 0.054 0.05 0 108 75 - 1230.0050 Trichloroethene 0.055 0.05 0 109 78 - 1250.0050 Trichlorofluoromethane 0.054 0.05 0 108 70 - 1300.0050 Vinyl chloride 0.052 0.05 0 105 70 - 1300.0010 Xylenes, Total 0.16 0.15 0 106 77 - 1280.015 0.048 0.05 0 95.5 76 - 1250Surr: 1,2-Dichloroethane-d4 0.052 0.05 0 104 80 - 1200Surr: 4-Bromofluorobenzene 0.051 0.05 0 101 80 - 1190Surr: Dibromofluoromethane 0.050 0.05 0 99.7 81 - 1180Surr: Toluene-d8 ALS Houston, US Date: 23-May-24 82 of 95 Client: Project: Braun Intertec Calhoun and 7th St. Phase II WorkOrder:HS24050999 QC BATCH REPORT Batch ID: R467456 ( 0 )Instrument: VOA5 Method: VOLATILES BY SW8260C Sample ID:HS24051091-18MS Units:mg/Kg Analysis Date:23-May-2024 00:26 Run ID:VOA5_467456 SeqNo:8025100 PrepDate:DF:1 Analyte SPK ValMQLResult SPK Ref Value %REC Control Limit RPD Ref Value %RPD RPD Limit Qual MS Client ID: 1,1,1-Trichloroethane 0.049 0.05 0 97.9 70 - 1300.0050 1,1,2,2-Tetrachloroethane 0.047 0.05 0 95.0 70 - 1300.0050 1,1,2-Trichlor-1,2,2-trifluoroethane 0.032 0.05 0 64.8 70 - 130 S0.0050 1,1,2-Trichloroethane 0.049 0.05 0 97.6 70 - 1300.0050 1,1-Dichloroethane 0.052 0.05 0 105 70 - 1300.0050 1,1-Dichloroethene 0.055 0.05 0 109 70 - 1300.0050 1,2,4-Trichlorobenzene 0.019 0.05 0 38.5 70 - 130 S0.0050 1,2-Dibromo-3-chloropropane 0.044 0.05 0 88.3 70 - 1300.0050 1,2-Dibromoethane 0.047 0.05 0 94.9 70 - 1200.0050 1,2-Dichlorobenzene 0.028 0.05 0 55.1 70 - 130 S0.0050 1,2-Dichloroethane 0.049 0.05 0 97.6 70 - 1300.0050 1,2-Dichloropropane 0.048 0.05 0 96.7 70 - 1300.0050 1,3-Dichlorobenzene 0.029 0.05 0 58.4 70 - 130 S0.0050 1,4-Dichlorobenzene 0.029 0.05 0 57.3 70 - 130 S0.0050 2-Butanone 0.39 0.1 0 394 70 - 130 S0.010 2-Hexanone 0.061 0.1 0 61.2 70 - 130 S0.010 4-Methyl-2-pentanone 0.50 0.1 0 503 70 - 128 SE0.010 Acetone 0.38 0.1 0 378 70 - 130 S0.020 Benzene 0.050 0.05 0 99.1 70 - 1300.0050 Bromodichloromethane 0.031 0.05 0 61.6 70 - 130 S0.0050 Bromoform 0.022 0.05 0 44.6 70 - 130 S0.0050 Bromomethane 0.044 0.05 0 87.1 70 - 1300.010 Carbon disulfide 0.079 0.1 0 78.8 70 - 1300.010 Carbon tetrachloride 0.023 0.05 0 46.5 70 - 130 S0.0050 Chlorobenzene 0.040 0.05 0 79.2 70 - 1300.0050 Chloroethane 0.051 0.05 0 102 70 - 1300.010 Chloroform 0.051 0.05 0 102 70 - 1300.0050 Chloromethane 0.049 0.05 0 97.3 70 - 1300.010 cis-1,2-Dichloroethene 0.050 0.05 0 100 70 - 1300.0050 cis-1,3-Dichloropropene 0.031 0.05 0 61.5 70 - 130 S0.0050 Cyclohexane 0.033 0.05 0 66.4 74 - 126 S0.0050 Dibromochloromethane 0.029 0.05 0 57.0 70 - 130 S0.0050 Dichlorodifluoromethane 0.056 0.05 0 112 70 - 1300.0050 Ethylbenzene 0.040 0.05 0 79.9 70 - 1300.0050 ALS Houston, US Date: 23-May-24 83 of 95 Client: Project: Braun Intertec Calhoun and 7th St. Phase II WorkOrder:HS24050999 QC BATCH REPORT Batch ID: R467456 ( 0 )Instrument: VOA5 Method: VOLATILES BY SW8260C Sample ID:HS24051091-18MS Units:mg/Kg Analysis Date:23-May-2024 00:26 Run ID:VOA5_467456 SeqNo:8025100 PrepDate:DF:1 Analyte SPK ValMQLResult SPK Ref Value %REC Control Limit RPD Ref Value %RPD RPD Limit Qual MS Client ID: Isopropylbenzene 0.034 0.05 0 67.8 70 - 130 S0.0050 m,p-Xylene 0.076 0.1 0 76.0 70 - 1300.010 Methyl acetate 0.082 0.05 0.04435 75.4 69 - 1230.0050 Methyl tert-butyl ether 0.038 0.05 0 76.0 70 - 1300.0050 Methylcyclohexane 0.011 0.05 0 21.5 77 - 127 S0.0050 Methylene chloride 0.050 0.05 0 100 70 - 1300.010 o-Xylene 0.037 0.05 0 73.3 70 - 1300.0050 Styrene 0.034 0.05 0 69.0 70 - 130 S0.0050 Tetrachloroethene 0.038 0.05 0 76.2 70 - 1300.0050 Toluene 0.046 0.05 0 92.9 70 - 1300.0050 trans-1,2-Dichloroethene 0.051 0.05 0 101 70 - 1300.0050 trans-1,3-Dichloropropene 0.032 0.05 0 64.9 70 - 130 S0.0050 Trichloroethene 0.047 0.05 0 94.4 70 - 1300.0050 Trichlorofluoromethane 0.051 0.05 0 102 70 - 1300.0050 Vinyl chloride 0.050 0.05 0 101 70 - 1300.0010 Xylenes, Total 0.11 0.15 0 75.1 70 - 1300.015 0.049 0.05 0 97.4 70 - 1260Surr: 1,2-Dichloroethane-d4 0.049 0.05 0 97.4 70 - 1300Surr: 4-Bromofluorobenzene 0.048 0.05 0 95.8 70 - 1300Surr: Dibromofluoromethane 0.053 0.05 0 106 70 - 1300Surr: Toluene-d8 ALS Houston, US Date: 23-May-24 84 of 95 Client: Project: Braun Intertec Calhoun and 7th St. Phase II WorkOrder:HS24050999 QC BATCH REPORT Batch ID: R467456 ( 0 )Instrument: VOA5 Method: VOLATILES BY SW8260C Sample ID:HS24051091-18MSD Units:mg/Kg Analysis Date:23-May-2024 00:48 Run ID:VOA5_467456 SeqNo:8025101 PrepDate:DF:1 Analyte SPK ValMQLResult SPK Ref Value %REC Control Limit RPD Ref Value %RPD RPD Limit Qual MSD Client ID: 1,1,1-Trichloroethane 0.068 0.0565 0 121 70 - 130 0.04894 33 30 R0.0056 1,1,2,2-Tetrachloroethane 0.066 0.0565 0 116 70 - 130 0.04749 32 30 R0.0056 1,1,2-Trichlor-1,2,2-trifluoroethane 0.069 0.0565 0 122 70 - 130 0.03241 72.3 30 R0.0056 1,1,2-Trichloroethane 0.065 0.0565 0 115 70 - 130 0.04880 28.8 300.0056 1,1-Dichloroethane 0.068 0.0565 0 121 70 - 130 0.05226 26.7 300.0056 1,1-Dichloroethene 0.074 0.0565 0 131 70 - 130 0.05456 30.1 30 SR0.0056 1,2,4-Trichlorobenzene 0.034 0.0565 0 60.0 70 - 130 0.01926 55.1 30 SR0.0056 1,2-Dibromo-3-chloropropane 0.066 0.0565 0 116 70 - 130 0.04417 38.9 30 R0.0056 1,2-Dibromoethane 0.064 0.0565 0 114 70 - 120 0.04743 30.4 30 R0.0056 1,2-Dichlorobenzene 0.049 0.0565 0 87.3 70 - 130 0.02757 56.5 30 R0.0056 1,2-Dichloroethane 0.065 0.0565 0 116 70 - 130 0.04878 29.1 300.0056 1,2-Dichloropropane 0.066 0.0565 0 118 70 - 130 0.04836 31.5 30 R0.0056 1,3-Dichlorobenzene 0.051 0.0565 0 90.5 70 - 130 0.02922 54.6 30 R0.0056 1,4-Dichlorobenzene 0.050 0.0565 0 88.7 70 - 130 0.02864 54.6 30 R0.0056 2-Butanone 0.78 0.113 0 687 70 - 130 0.3938 65.4 30 SRE0.011 2-Hexanone 0.094 0.113 0 83.0 70 - 130 0.06123 42.1 30 R0.011 4-Methyl-2-pentanone 0.92 0.113 0 810 70 - 128 0.5035 58 30 SRE0.011 Acetone 0.70 0.113 0 621 70 - 130 0.3776 60.1 30 SRE0.023 Benzene 0.067 0.0565 0 119 70 - 130 0.04953 30.4 30 R0.0056 Bromodichloromethane 0.044 0.0565 0 77.9 70 - 130 0.03078 35.4 30 R0.0056 Bromoform 0.032 0.0565 0 56.2 70 - 130 0.02229 35.1 30 SR0.0056 Bromomethane 0.057 0.0565 0 101 70 - 130 0.04354 26.8 300.011 Carbon disulfide 0.10 0.113 0 88.6 70 - 130 0.07879 23.9 300.011 Carbon tetrachloride 0.039 0.0565 0 68.9 70 - 130 0.02324 50.4 30 SR0.0056 Chlorobenzene 0.060 0.0565 0 106 70 - 130 0.03961 40.5 30 R0.0056 Chloroethane 0.056 0.0565 0 99.7 70 - 130 0.05098 9.97 300.011 Chloroform 0.067 0.0565 0 119 70 - 130 0.05076 27.8 300.0056 Chloromethane 0.063 0.0565 0 112 70 - 130 0.04864 26.2 300.011 cis-1,2-Dichloroethene 0.066 0.0565 0 117 70 - 130 0.05009 27.5 300.0056 cis-1,3-Dichloropropene 0.043 0.0565 0 76.7 70 - 130 0.03074 34 30 R0.0056 Cyclohexane 0.057 0.0565 0 102 74 - 126 0.03318 53.5 30 R0.0056 Dibromochloromethane 0.040 0.0565 0 70.5 70 - 130 0.02852 33.1 30 R0.0056 Dichlorodifluoromethane 0.073 0.0565 0 129 70 - 130 0.05589 26.7 300.0056 Ethylbenzene 0.065 0.0565 0 114 70 - 130 0.03995 47 30 R0.0056 ALS Houston, US Date: 23-May-24 85 of 95 Client: Project: Braun Intertec Calhoun and 7th St. Phase II WorkOrder:HS24050999 QC BATCH REPORT Batch ID: R467456 ( 0 )Instrument: VOA5 Method: VOLATILES BY SW8260C Sample ID:HS24051091-18MSD Units:mg/Kg Analysis Date:23-May-2024 00:48 Run ID:VOA5_467456 SeqNo:8025101 PrepDate:DF:1 Analyte SPK ValMQLResult SPK Ref Value %REC Control Limit RPD Ref Value %RPD RPD Limit Qual MSD Client ID: Isopropylbenzene 0.060 0.0565 0 106 70 - 130 0.03390 55.8 30 R0.0056 m,p-Xylene 0.12 0.113 0 109 70 - 130 0.07603 47.2 30 R0.011 Methyl acetate 0.17 0.0565 0.04435 220 69 - 123 0.08206 69.2 30 SR0.0056 Methyl tert-butyl ether 0.069 0.0565 0 121 70 - 130 0.03799 57.5 30 R0.0056 Methylcyclohexane 0.058 0.0565 0 103 77 - 127 0.01075 138 30 R0.0056 Methylene chloride 0.065 0.0565 0 115 70 - 130 0.05013 25.9 300.011 o-Xylene 0.060 0.0565 0 106 70 - 130 0.03665 48.1 30 R0.0056 Styrene 0.056 0.0565 0 98.4 70 - 130 0.03449 46.9 30 R0.0056 Tetrachloroethene 0.061 0.0565 0 108 70 - 130 0.03812 46.3 30 R0.0056 Toluene 0.067 0.0565 0 118 70 - 130 0.04644 35.9 30 R0.0056 trans-1,2-Dichloroethene 0.066 0.0565 0 116 70 - 130 0.05060 25.7 300.0056 trans-1,3-Dichloropropene 0.045 0.0565 0 79.6 70 - 130 0.03243 32.5 30 R0.0056 Trichloroethene 0.068 0.0565 0 120 70 - 130 0.04722 35.5 30 R0.0056 Trichlorofluoromethane 0.069 0.0565 0 123 70 - 130 0.05108 30.4 30 R0.0056 Vinyl chloride 0.065 0.0565 0 115 70 - 130 0.05034 25.6 300.0011 Xylenes, Total 0.18 0.1695 0 108 70 - 130 0.1127 47.5 30 R0.017 0.054 0.0565 0 96.4 70 - 126 0.04870 11.2 300Surr: 1,2-Dichloroethane-d4 0.057 0.0565 0 100 70 - 130 0.04869 15.3 300Surr: 4-Bromofluorobenzene 0.055 0.0565 0 97.1 70 - 130 0.04790 13.6 300Surr: Dibromofluoromethane 0.059 0.0565 0 104 70 - 130 0.05290 10.7 300Surr: Toluene-d8 The following samples were analyzed in this batch:HS24050999-12 HS24050999-14 HS24050999-15 ALS Houston, US Date: 23-May-24 86 of 95 Client: Project: Braun Intertec Calhoun and 7th St. Phase II WorkOrder:HS24050999 QC BATCH REPORT Batch ID: R467224 ( 0 )Instrument: Balance1 Method: MOISTURE - ASTM D2216 Sample ID:HS24050958-02DUP Units:wt%Analysis Date:20-May-2024 10:40 Run ID:Balance1_467224 SeqNo:8020199 PrepDate:DF:1 Analyte SPK ValMQLResult SPK Ref Value %REC Control Limit RPD Ref Value %RPD RPD Limit Qual DUP Client ID: Percent Moisture 34.7 35.5 2.28 200.0100 The following samples were analyzed in this batch:HS24050999-01 HS24050999-02 HS24050999-03 HS24050999-04 HS24050999-05 ALS Houston, US Date: 23-May-24 87 of 95 Client: Project: Braun Intertec Calhoun and 7th St. Phase II WorkOrder:HS24050999 QC BATCH REPORT Batch ID: R467225 ( 0 )Instrument: Balance1 Method: MOISTURE - ASTM D2216 Sample ID:HS24050999-10DUP Units:wt%Analysis Date:20-May-2024 12:52 Run ID:Balance1_467225 SeqNo:8020220 PrepDate:DF:1 Analyte SPK ValMQLResult SPK Ref Value %REC Control Limit RPD Ref Value %RPD RPD Limit Qual DUP Client ID:SB-8 (2-3') Percent Moisture 20.2 20.5 1.47 200.0100 The following samples were analyzed in this batch:HS24050999-06 HS24050999-07 HS24050999-08 HS24050999-09 HS24050999-10 HS24050999-11 HS24050999-12 HS24050999-13 HS24050999-14 HS24050999-15 ALS Houston, US Date: 23-May-24 88 of 95 QUALIFIERS, ACRONYMS, UNITS Client: Project: WorkOrder: Braun Intertec Calhoun and 7th St. Phase II HS24050999 Qualifier Description *Value exceeds Regulatory Limit a Not accredited B Analyte detected in the associated Method Blank above the Reporting Limit E Value above quantitation range H Analyzed outside of Holding Time J Analyte detected below quantitation limit M Manually integrated, see raw data for justification n Not offered for accreditation ND Not Detected at the Reporting Limit O Sample amount is > 4 times amount spiked P Dual Column results percent difference > 40% R RPD above laboratory control limit S Spike Recovery outside laboratory control limits U Analyzed but not detected above the MDL/SDL Acronym Description DCS Detectability Check Study DUP Method Duplicate LCS Laboratory Control Sample LCSD Laboratory Control Sample Duplicate MBLK Method Blank MDL Method Detection Limit MQL Method Quantitation Limit MS Matrix Spike MSD Matrix Spike Duplicate PDS Post Digestion Spike PQL Practical Quantitaion Limit SD Serial Dilution SDL Sample Detection Limit TRRP Texas Risk Reduction Program Unit Reported Description mg/Kg-dry Milligrams per Kilogram- Dry weight corrected mg/L Milligrams per Liter ALS Houston, US Date: 23-May-24 89 of 95 CERTIFICATIONS,ACCREDITATIONS & LICENSES Agency Number Expire Date California 2919; 2025 30-Apr-2025 Florida E87611-38 30-Jun-2024 Illinois 2000322023-11 30-Jun-2024 Kansas E-10352 2023-2024 31-Jul-2024 Kentucky 123043 30-Apr-2025 Louisiana 03087 2023-2024 30-Jun-2024 Maryland 343; 2023-2024 30-Jun-2024 North Carolina 624 - 2024 31-Dec-2024 Oklahoma 2023-140 31-Aug-2024 Tennessee 04016 30-Apr-2025 Texas T104704231 TX-C24-00130 30-Apr-2025 Utah TX026932023-14 31-Jul-2024 23-May-24Date: ALS Houston, US 90 of 95 Monica Smith 16-May-2024 17:58Date/Time Received:HS24050999 WM_PLANO_AP Work Order ID: Client Name: Sample Receipt Checklist Received by: Shipping container/cooler in good condition? Custody seals intact on shipping container/cooler? Custody seals intact on sample bottles? Chain of custody present? Chain of custody signed when relinquished and received? Chain of custody agrees with sample labels? Samples in proper container/bottle? Sample containers intact? Sufficient sample volume for indicated test? All samples received within holding time? Container/Temp Blank temperature in compliance? Temperature(s)/Thermometer(s): Cooler(s)/Kit(s): Date/Time sample(s) sent to storage: Water - VOA vials have zero headspace? Water - pH acceptable upon receipt? pH adjusted? pH adjusted by: Login Notes: No Not Present Yes No Not Present Yes No Not Present Yes No Yes No Yes No Yes No Yes No Yes No Yes No Yes No 0.4 UC/0.5 C IR31 51856,51355 05/17/2024 1002 Yes No No VOA vials submitted Yes No N/A Yes No N/A Terracores placed in freezer at 0830 Completed By:/S/ Monica Smith Date/TimeeSignatureDate/TimeeSignature 17-May-2024 13:2617-May-2024 09:56 ALS Courierwater, soil Carrier name:Matrices: Reviewed by:/S/ Bernadette A. Fini Client Contacted:Date Contacted:Person Contacted: Contacted By:Regarding: Comments: Corrective Action: Yes NoYesVOA/TX1005/TX1006 Solids in hermetically sealed vials?Not Present Samplers name present on COC? Yes No 3 Page(s) COC IDs:143182, 143178,059280 ALS Houston, US 23-May-24Date: 91 of 95 92 of 95 93 of 95 94 of 95 95 of 95 May 23, 2024 Josh Hopper Braun Intertec 714 S. Greenville Avenue Ste 160 Allen, TX 75002 The analytical data provided relates directly to the samples received by ALS Environmental and for only the analyses requested. Results are expressed as "as received" unless otherwise noted. QC sample results for this data met EPA or laboratory specifications except as noted in the Case Narrative or as noted with qualifiers in the QC batch information. Should this laboratory report need to be reproduced, it should be reproduced in full unless written approval has been obtained by ALS Environmental. Samples will be disposed in 30 days unless storage arrangements are made. If you have any questions regarding this report, please feel free to call me. Sincerely, ALS Environmental received 2 sample(s) on May 17, 2024 for the analysis presented in the following report. Laboratory Results for:Calhoun and 7th St. Phase II Dear Josh Hopper, Work Order:HS24051086 Project Manager Generated By: JUMOKE.LAWAL Bernadette A. Fini 10450 Stancliff Rd. Suite 210 Houston, TX 77099 T: +1 281 530 5656 F: +1 281 530 5887 alsglobal.com 1 of 31 Client:TRRP Laboratory Data Package Cover PageProject: WorkOrder: Braun Intertec Calhoun and 7th St. Phase II HS24051086 This data package consists of all or some of the following as applicable: This signature page, the laboratory review checklist, and the following reportable data: R1 Field chain-of-custody documentation; R2 Sample identification cross-reference; R3 Test reports (analytical data sheets) for each environmental sample that includes: a) Items consistent with NELAC Chapter 5, b) dilution factors, c) preparation methods, d) cleanup methods, and e) if required for the project, tentatively identified compounds (TICs). R4 Surrogate recovery data including: a) Calculated recovery (%R), and b) The laboratory’s surrogate QC limits. R5 Test reports/summary forms for blank samples; R6 Test reports/summary forms for laboratory control samples (LCSs) including: a) LCS spiking amounts, b) Calculated %R for each analyte, and c)The laboratory’s LCS QC limits. R7 Test reports for project matrix spike/matrix spike duplicates (MS/MSDs) including: a) Samples associated with the MS/MSD clearly identified, b) MS/MSD spiking amounts, c) Concentration of each MS/MSD analyte measured in the parent and spiked samples, d) Calculated %Rs and relative percent differences (RPDs), and e) The laboratory’s MS/MSD QC limits. R8 Laboratory analytical duplicate (if applicable) recovery and precision: a) the amount of analyte measured in the duplicate, b) the calculated RPD, and c) the laboratory’s QC limits for analytical duplicates. R9 List of method quantitation limits (MQLs) and detectability check sample results for each analyte for each method and matrix. R10 Other problems or anomalies. The Exception Report for each “No” or “Not Reviewed (NR)” item in Laboratory Review Checklist and for each analyte, matrix, and method for which the laboratory does not hold NELAC accreditation under the Texas Laboratory Accreditation Program. ALS Houston, US Date: 23-May-24 2 of 31 Client:TRRP Laboratory Data Package Cover PageProject: WorkOrder: Braun Intertec Calhoun and 7th St. Phase II HS24051086 Bernadette A. Fini Project Manager Release Statement: I am responsible for the release of this laboratory data package. This laboratory is NELAC accredited under the Texas Laboratory Accreditation Program for all the methods, analytes and matrices reported in this data package except as noted in the Exception Reports. The data have been reviewed and are technically compliant with the requirements of the methods used, except where noted by the laboratory in the attached exception reports. By my signature below, I affirm to the best of my knowledge, all problems/anomalies, observed by the laboratory have been identified by the laboratory in the Laboratory Review Checklist, and no information affecting the quality of the data has been knowingly withheld. Check, if applicable: [NA] This laboratory meets an exception under 30 TAC §25.6 and was last inspected by [ ] TCEQ or [ ] ______________ on (enter date of last inspection). Any findings affecting the data in this laboratory data package are noted in the Exception Reports herein. The official signing the cover page of the report in which these data are used is responsible for releasing this data package and is by signature affirming the above release statement is true. ALS Houston, US Date: 23-May-24 3 of 31 Laboratory Review Checklist: Reportable Data Laboratory Name: ALS Laboratory Group LRC Date: 05/23/2024 Project Name: Calhoun and 7th St. Phase II Laboratory Job Number: HS24051086 Reviewer Name: Bernadette Fini Prep Batch Number(s): 212242,R467302 #1 A2 Description Yes No NA3 NR4 ER#5 R1 OI Chain-of -custody (C-O-C) Did samples meet the laboratory’s standard conditions of sample acceptability upon receipt? X Were all departures from s tandard conditions described in an exception report? X R2 OI Sample and quality control (QC) identification Are all field sample ID numbers cross-referenced to the laboratory ID numbers? X Are all laboratory ID numbers cross-referen ced to the corresponding Q C data? X R3 OI Test reports Were all samples prepared and analyzed within holding times? X Other than those results < MQL, were all other raw values bracketed by calibration standards? X Were calculations checked by a peer or supervisor? X Were all analyte identifications checked by a peer or supervisor? X Were sample detection limits reported for all analytes not detected? X Were all results for soil and sediment samples reported on a dry weigh t basis? X Were % moisture (or solids) reported for all soil and sediment samples? X Were bulk soils/solids samples for volatile analysis extracted with methanol per SW-846 Method 5035? X If required for the project, TICs reported? X R4 O Surrogate recovery data Were surrogates added prior to extraction? X Were surrogate percent recoveries in all samples within the laboratory QC limits? X R5 OI Test reports/summary forms for blank samples Were appropriate type(s) of blanks analyzed? X Were blanks analyzed at the appropriate frequency? X Were method blanks taken through the entire analytical process, including preparation and, if applicable, cleanup procedures? X Were blank concentrations < MQL? X R6 OI Laboratory control samples (LCS): Were all COCs included in the LCS? X Was each LCS taken through the entire analytical procedure, including prep and cleanup steps? X Were LCSs analyzed at the required frequency? X Were LCS (and LCSD, if applicable) %Rs within the laboratory QC limits? X Does the detectability data document the laboratory’s capability to detect the COCs at the MDL used to calculate the SDLs? X Was the LCSD RPD within QC limits? X R7 OI Matrix spike (MS) and matrix spike duplicate (MSD) data Were the pro ject/method specified analytes included in the MS and MSD? X Were MS/MSD analyzed at the appropriate frequency? X Were MS (and MSD, if applicable) %Rs within the laboratory QC limits? X 1 Were MS/MSD RPDs within laboratory QC limits? X R8 OI Analytical duplicate data Were appropriate analytical duplicates analyzed for each matrix? X Were analytical duplicates analyzed at the appropriate frequency? X Were RPDs or relative standard dev iations within the laboratory QC limits? X R9 OI Method q uantitation limits (MQLs): Are the MQLs for each method analyte included in the laboratory data package? X Do the MQLs correspond to the concentration of the lowest non-zero calibration standard? X Are unadjusted MQLs and DC Ss included in the laboratory data package? X R10 OI Other problems/anomalies Are all known problems/anomalies/special conditions noted in this LRC and ER? X Were all necessary corrective actions performed for the reported data? X Was applicable and available technology used to lower the SDL and minimize the matrix interference affects on the sample results? X Is the laboratory NELAC-accredited under the Texas Laboratory Program for the analytes, matrices and methods associated with this laboratory data package? X 2 Items identified by the letter “R” must be included in the laboratory data package submitted in the TRRP-required report(s). Items identified by the letter “S” should be retained and made available upon request for the appropriate retention period. O = Organic Analyses; I = Inorganic Analyses (and general chemistry, when applicable);NA = Not Applicable; NR = Not Reviewe d; R# = Exception Report identification number (an Exception Report should be completed for an item if “NR” or “No” is checked). 4 of 31 Laboratory Review Checklist: Supporting Data Laboratory Name: ALS Laboratory Group LRC Date: 05/23/2024 Project Name: Calhoun and 7th St. Phase II Laboratory Job Number: HS24051086 Reviewer Name: Bernadette Fini Prep Batch Numb er(s): 212242,R467302 #1 A2 Description Yes No NA3 NR 4 ER#5 S1 OI Initial calibration (ICAL) Were response factors and/or relative response factors for each analyte within QC limits? X Were percent RSDs or correlation coefficient criteria met? X Was the number of standards recommended in the method used for all analytes? X Were all points g enerated between the lowest and highest standard used to calculate the curve? X Are I CAL d ata available for all instruments used? X Has the initial calibration curve been verified usin g an appropriate secon d source standard? X S2 OI Initial and continuing calibration verification (ICCV and CCV) and continuing calibration blank (CCB) Was the CCV analyzed at the method-required frequency? X Were percent differences for each analyte within the method-required QC limits? X Was the ICAL curve verified for each analyte? X Was the absolute value of the analyte concentration in the inorganic CCB < MDL? X S3 O Mass spectral tuning: Was the appropriate compound for the me thod used for tuning? X Were ion abundance data within the method-required QC limits? X S4 O Internal standards (IS): Were IS area counts and retention times within the method -requ ired QC limits? X S5 OI Raw data (NELAC section 1 appendix A glossary, and section 5.12 or ISO/IEC 17025 section Were the r aw data (for example, chromatograms, spectral data) reviewed by an analyst? X Were data associated with manual integrations flagged on the raw data? X S6 O Dual column confirmation Did dual column confirmation resu lts meet the method -required QC? X S7 O Tentatively identified compounds (TICs): If TICs were request ed, were the mass spectra and TIC data subject to appropriate checks? X S8 I Interference Check Sample (ICS) results: Were percent recoveries within method QC limits? X S9 I Serial dilutions, post digestion spikes, and method of standard additions Were percent differences, recoveries, and the linearity within the QC limits specified in the m ethod? X S10 OI Method detection limit (MDL) studies Was a MDL study performed for each reported analyte? X Is the MDL either adjusted or supported by the analysis of DCSs? X S11 OI Proficiency t est reports: Was the laboratory's performance acceptable on the applicable proficiency tests or evaluation s tudies? X S12 OI Standards documentation Are all standards used in the analyses NIST-traceable or obtained from other appropriate sources? X S13 OI Compound/analyte identification procedures Are the pro cedur es for compound/analyte identification documented? X S14 OI Demonstration of analyst competency (DOC) Was DOC conducted con sistent with NELAC Chapter 5C or ISO/IEC 4? X Is documentation of the analyst’s competency up -to -date and on file? X S15 OI Verification/validation documentation for methods (NELAC Chap 5 or ISO/IEC 17025 Section 5) Are a ll the methods used to generate the data documented, verified, and validated, where applicable? X S1 6 OI Laboratory standard operat ing procedures (SOPs): Are laboratory SOPs current and on file for each method performed ? X Items identified by the letter “R” must be included in the laboratory data package submitted in the TRRP-requ ired report(s). Items identified by the letter “S” should be retained and made available upon request for the appropriate retention period. O = Organic Analyses; I = Inorganic Analyses (and general chemistry, when applicable); NA = Not Applicable; NR = No t Reviewed; R# = Exception Report identification number (an Exception Report should be completed for an item if “NR” or “No” is checked). 5 of 31 Laboratory Review Checklist: Exception Reports Laboratory Name: ALS Laboratory Group LRC Date: 05/23/2024 Project Name: Calhoun and 7th St. Phase II Laboratory Job Number: HS24051086 Reviewer Name: Bernadette Fini Prep Batch Number(s): 212242,R467302 ER#5 Description 1 Batch R467302, Volatiles Metho d SW8260, sample HS24051043 -10, MS and MSD were performed on unrelated sample 2 Volatile Organics Method SW8260, TCEQ does not offer accreditation for Cyclohexane the results are flagged with n. Items identified by the letter “R” must be included in the laboratory data package submitted in the TRRP-required report(s). Items identified by the letter “S” should be retained and made available upon request for the appropriate retention period. O = Organic Analyses; I = Inorganic Analyses (and general chemistry, when applicable); NA = Not Applicable; NR = Not Reviewed; R# = Exception Report identification number (an Exception Report should be completed for an item if “NR” or “No” is checked). 6 of 31 Client:Braun Intertec Work Order:HS24051086 Project:Calhoun and 7th St. Phase II SAMPLE SUMMARY Lab Samp ID Client Sample ID Collection DateMatrix TagNo Date Received Hold HS24051086-01 17-May-2024 09:45 17-May-2024 14:51TMW-1 Water HS24051086-02 17-May-2024 09:10 17-May-2024 14:51TMW-4 Water ALS Houston, US 23-May-24Date: 7 of 31 Client: Project: Sample ID: Braun Intertec Calhoun and 7th St. Phase II TMW-1 WorkOrder: Lab ID: Collection Date: HS24051086 HS24051086-01 17-May-2024 09:45 Matrix:Water ANALYTICAL REPORT ANALYSES RESULT MQL DILUTION FACTORUNITS DATE ANALYZEDQUAL SDL LOW LEVEL VOLATILES BY SW8260C Method:SW8260 Analyst: AKP 1mg/L 21-May-2024 15:430.000201,1,1-Trichloroethane 0.0010U 1mg/L 21-May-2024 15:430.000501,1,2,2-Tetrachloroethane 0.0010U 1mg/L 21-May-2024 15:430.000501,1,2-Trichlor-1,2,2-trifluoroethane 0.0010U 1mg/L 21-May-2024 15:430.000301,1,2-Trichloroethane 0.0010U 1mg/L 21-May-2024 15:430.000201,1-Dichloroethane 0.0010U 1mg/L 21-May-2024 15:430.000201,1-Dichloroethene 0.0010U 1mg/L 21-May-2024 15:430.000501,2,4-Trichlorobenzene 0.0010U 1mg/L 21-May-2024 15:430.000601,2-Dibromo-3-chloropropane 0.0010U 1mg/L 21-May-2024 15:430.000201,2-Dibromoethane 0.0010U 1mg/L 21-May-2024 15:430.000501,2-Dichlorobenzene 0.0010U 1mg/L 21-May-2024 15:430.000201,2-Dichloroethane 0.0010U 1mg/L 21-May-2024 15:430.000501,2-Dichloropropane 0.0010U 1mg/L 21-May-2024 15:430.000401,3-Dichlorobenzene 0.0010U 1mg/L 21-May-2024 15:430.000401,4-Dichlorobenzene 0.0010U 1mg/L 21-May-2024 15:430.000502-Butanone 0.00200.0068 1mg/L 21-May-2024 15:430.00102-Hexanone 0.0020U 1mg/L 21-May-2024 15:430.000704-Methyl-2-pentanone 0.0020U 1mg/L 21-May-2024 15:430.0014Acetone 0.00200.030 1mg/L 21-May-2024 15:430.00020Benzene 0.0010U 1mg/L 21-May-2024 15:430.00020Bromodichloromethane 0.0010U 1mg/L 21-May-2024 15:430.00040Bromoform 0.0010U 1mg/L 21-May-2024 15:430.00040Bromomethane 0.0010U 1mg/L 21-May-2024 15:430.00060Carbon disulfide 0.0020U 1mg/L 21-May-2024 15:430.00050Carbon tetrachloride 0.0010U 1mg/L 21-May-2024 15:430.00030Chlorobenzene 0.0010U 1mg/L 21-May-2024 15:430.00030Chloroethane 0.0010U 1mg/L 21-May-2024 15:430.00020Chloroform 0.0010U 1mg/L 21-May-2024 15:430.00020Chloromethane 0.0010U 1mg/L 21-May-2024 15:430.00020cis-1,2-Dichloroethene 0.00100.0040 1mg/L 21-May-2024 15:430.00010cis-1,3-Dichloropropene 0.0010U 1mg/L 21-May-2024 15:43n 0.00030Cyclohexane 0.0010U 1mg/L 21-May-2024 15:430.00030Dibromochloromethane 0.0010U 1mg/L 21-May-2024 15:430.00030Dichlorodifluoromethane 0.0010U 1mg/L 21-May-2024 15:430.00030Ethylbenzene 0.0010U 1mg/L 21-May-2024 15:430.00030Isopropylbenzene 0.0010U 1mg/L 21-May-2024 15:43J0.00050m,p-Xylene 0.00200.00076 1mg/L 21-May-2024 15:430.0010Methyl acetate 0.0010U 1mg/L 21-May-2024 15:430.00020Methyl tert-butyl ether 0.0010U 1mg/L 21-May-2024 15:430.00030Methylcyclohexane 0.0010U 23-May-24Date: ALS Houston, US Note: See Qualifiers Page for a list of qualifiers and their explanation. 8 of 31 Client: Project: Sample ID: Braun Intertec Calhoun and 7th St. Phase II TMW-1 WorkOrder: Lab ID: Collection Date: HS24051086 HS24051086-01 17-May-2024 09:45 Matrix:Water ANALYTICAL REPORT ANALYSES RESULT MQL DILUTION FACTORUNITS DATE ANALYZEDQUAL SDL LOW LEVEL VOLATILES BY SW8260C Method:SW8260 Analyst: AKP 1mg/L 21-May-2024 15:430.0010Methylene chloride 0.0020U 1mg/L 21-May-2024 15:430.00030o-Xylene 0.0010U 1mg/L 21-May-2024 15:430.00030Styrene 0.0010U 1mg/L 21-May-2024 15:430.00030Tetrachloroethene 0.0010U 1mg/L 21-May-2024 15:430.00020Toluene 0.0010U 1mg/L 21-May-2024 15:430.00020trans-1,2-Dichloroethene 0.0010U 1mg/L 21-May-2024 15:430.00020trans-1,3-Dichloropropene 0.0010U 1mg/L 21-May-2024 15:430.00030Trichloroethene 0.0010U 1mg/L 21-May-2024 15:430.00030Trichlorofluoromethane 0.0010U 1mg/L 21-May-2024 15:430.00020Vinyl chloride 0.0010U 1mg/L 21-May-2024 15:43J0.00030Xylenes, Total 0.00300.00076 Surr: 1,2-Dichloroethane-d4 1%REC 21-May-2024 15:4311170-126 Surr: 4-Bromofluorobenzene 1%REC 21-May-2024 15:4392.4 77-113 Surr: Dibromofluoromethane 1%REC 21-May-2024 15:4310377-123 Surr: Toluene-d8 1%REC 21-May-2024 15:4310582-127 LOW-LEVEL TEXAS TPH BY TX1005 Method:TX1005 Analyst: DBPrep:TX1005PR / 21-May-2024 1mg/L 22-May-2024 00:560.19nC6 to nC12 0.48U 1mg/L 22-May-2024 00:560.19>nC12 to nC28 0.48U 1mg/L 22-May-2024 00:560.19>nC28 to nC35 0.48U 1mg/L 22-May-2024 00:560.19Total Petroleum Hydrocarbon 0.48U Surr: 2-Fluorobiphenyl 1%REC 22-May-2024 00:5684.0 70-130 Surr: Trifluoromethyl benzene 1%REC 22-May-2024 00:5690.4 70-130 23-May-24Date: ALS Houston, US Note: See Qualifiers Page for a list of qualifiers and their explanation. 9 of 31 Client: Project: Sample ID: Braun Intertec Calhoun and 7th St. Phase II TMW-4 WorkOrder: Lab ID: Collection Date: HS24051086 HS24051086-02 17-May-2024 09:10 Matrix:Water ANALYTICAL REPORT ANALYSES RESULT MQL DILUTION FACTORUNITS DATE ANALYZEDQUAL SDL LOW LEVEL VOLATILES BY SW8260C Method:SW8260 Analyst: AKP 1mg/L 21-May-2024 16:060.000201,1,1-Trichloroethane 0.0010U 1mg/L 21-May-2024 16:060.000501,1,2,2-Tetrachloroethane 0.0010U 1mg/L 21-May-2024 16:060.000501,1,2-Trichlor-1,2,2-trifluoroethane 0.0010U 1mg/L 21-May-2024 16:060.000301,1,2-Trichloroethane 0.0010U 1mg/L 21-May-2024 16:060.000201,1-Dichloroethane 0.0010U 1mg/L 21-May-2024 16:060.000201,1-Dichloroethene 0.0010U 1mg/L 21-May-2024 16:060.000501,2,4-Trichlorobenzene 0.0010U 1mg/L 21-May-2024 16:060.000601,2-Dibromo-3-chloropropane 0.0010U 1mg/L 21-May-2024 16:060.000201,2-Dibromoethane 0.0010U 1mg/L 21-May-2024 16:060.000501,2-Dichlorobenzene 0.0010U 1mg/L 21-May-2024 16:060.000201,2-Dichloroethane 0.0010U 1mg/L 21-May-2024 16:060.000501,2-Dichloropropane 0.0010U 1mg/L 21-May-2024 16:060.000401,3-Dichlorobenzene 0.0010U 1mg/L 21-May-2024 16:060.000401,4-Dichlorobenzene 0.0010U 1mg/L 21-May-2024 16:060.000502-Butanone 0.0020U 1mg/L 21-May-2024 16:060.00102-Hexanone 0.0020U 1mg/L 21-May-2024 16:060.000704-Methyl-2-pentanone 0.0020U 1mg/L 21-May-2024 16:060.0014Acetone 0.0020U 1mg/L 21-May-2024 16:060.00020Benzene 0.0010U 1mg/L 21-May-2024 16:060.00020Bromodichloromethane 0.0010U 1mg/L 21-May-2024 16:060.00040Bromoform 0.0010U 1mg/L 21-May-2024 16:060.00040Bromomethane 0.0010U 1mg/L 21-May-2024 16:060.00060Carbon disulfide 0.0020U 1mg/L 21-May-2024 16:060.00050Carbon tetrachloride 0.0010U 1mg/L 21-May-2024 16:060.00030Chlorobenzene 0.0010U 1mg/L 21-May-2024 16:060.00030Chloroethane 0.0010U 1mg/L 21-May-2024 16:060.00020Chloroform 0.0010U 1mg/L 21-May-2024 16:060.00020Chloromethane 0.0010U 1mg/L 21-May-2024 16:060.00020cis-1,2-Dichloroethene 0.0010U 1mg/L 21-May-2024 16:060.00010cis-1,3-Dichloropropene 0.0010U 1mg/L 21-May-2024 16:06n 0.00030Cyclohexane 0.0010U 1mg/L 21-May-2024 16:060.00030Dibromochloromethane 0.0010U 1mg/L 21-May-2024 16:060.00030Dichlorodifluoromethane 0.0010U 1mg/L 21-May-2024 16:060.00030Ethylbenzene 0.0010U 1mg/L 21-May-2024 16:060.00030Isopropylbenzene 0.0010U 1mg/L 21-May-2024 16:060.00050m,p-Xylene 0.0020U 1mg/L 21-May-2024 16:060.0010Methyl acetate 0.0010U 1mg/L 21-May-2024 16:060.00020Methyl tert-butyl ether 0.0010U 1mg/L 21-May-2024 16:060.00030Methylcyclohexane 0.0010U 23-May-24Date: ALS Houston, US Note: See Qualifiers Page for a list of qualifiers and their explanation. 10 of 31 Client: Project: Sample ID: Braun Intertec Calhoun and 7th St. Phase II TMW-4 WorkOrder: Lab ID: Collection Date: HS24051086 HS24051086-02 17-May-2024 09:10 Matrix:Water ANALYTICAL REPORT ANALYSES RESULT MQL DILUTION FACTORUNITS DATE ANALYZEDQUAL SDL LOW LEVEL VOLATILES BY SW8260C Method:SW8260 Analyst: AKP 1mg/L 21-May-2024 16:060.0010Methylene chloride 0.0020U 1mg/L 21-May-2024 16:060.00030o-Xylene 0.0010U 1mg/L 21-May-2024 16:060.00030Styrene 0.0010U 1mg/L 21-May-2024 16:060.00030Tetrachloroethene 0.0010U 1mg/L 21-May-2024 16:060.00020Toluene 0.0010U 1mg/L 21-May-2024 16:060.00020trans-1,2-Dichloroethene 0.0010U 1mg/L 21-May-2024 16:060.00020trans-1,3-Dichloropropene 0.0010U 1mg/L 21-May-2024 16:060.00030Trichloroethene 0.0010U 1mg/L 21-May-2024 16:060.00030Trichlorofluoromethane 0.0010U 1mg/L 21-May-2024 16:060.00020Vinyl chloride 0.0010U 1mg/L 21-May-2024 16:060.00030Xylenes, Total 0.0030U Surr: 1,2-Dichloroethane-d4 1%REC 21-May-2024 16:0610770-126 Surr: 4-Bromofluorobenzene 1%REC 21-May-2024 16:0692.4 77-113 Surr: Dibromofluoromethane 1%REC 21-May-2024 16:0699.6 77-123 Surr: Toluene-d8 1%REC 21-May-2024 16:0610582-127 LOW-LEVEL TEXAS TPH BY TX1005 Method:TX1005 Analyst: DBPrep:TX1005PR / 21-May-2024 1mg/L 22-May-2024 01:260.20nC6 to nC12 0.49U 1mg/L 22-May-2024 01:260.20>nC12 to nC28 0.49U 1mg/L 22-May-2024 01:260.20>nC28 to nC35 0.49U 1mg/L 22-May-2024 01:260.20Total Petroleum Hydrocarbon 0.49U Surr: 2-Fluorobiphenyl 1%REC 22-May-2024 01:2688.6 70-130 Surr: Trifluoromethyl benzene 1%REC 22-May-2024 01:2692.8 70-130 23-May-24Date: ALS Houston, US Note: See Qualifiers Page for a list of qualifiers and their explanation. 11 of 31 Weight / Prep Log HS24051086 Calhoun and 7th St. Phase II Braun Intertec WorkOrder: Project: Client: Batch ID:212242 Method:TX 1005 PREP TX 1005_W PRPrep Code: Start Date: 21 May 2024 10:43 End Date: 21 May 2024 10:43 ContainerSample ID Sample Wt/Vol Final Volume Prep Factor HS24051086-01 31.15 (g)40 mL VOA w/ HCL3 (mL) 0.09631 HS24051086-02 30.67 (g)40 mL VOA w/ HCL3 (mL) 0.09782 23-May-24Date: ALS Houston, US 12 of 31 Client: Calhoun and 7th St. Phase II Braun Intertec WorkOrder: Project: HS24051086 DATES REPORT Collection Date Prep Date Analysis DateClient Samp IDSample ID Leachate Date DF Batch ID:212242 ( 0 ) Test Name :LOW-LEVEL TEXAS TPH BY TX1005 Matrix:Water 21 May 2024 10:43 22 May 2024 00:56HS24051086-01 17 May 2024 09:45 1TMW-1 21 May 2024 10:43 22 May 2024 01:26HS24051086-02 17 May 2024 09:10 1TMW-4 Batch ID:R467302 ( 0 ) Test Name :LOW LEVEL VOLATILES BY SW8260C Matrix:Water 21 May 2024 15:43HS24051086-01 17 May 2024 09:45 1TMW-1 21 May 2024 16:06HS24051086-02 17 May 2024 09:10 1TMW-4 23-May-24Date: ALS Houston, US 13 of 31 ALS Houston, US Date: 23-May-24 WorkOrder: HS24051086 Test Code: TX1005_W_Low InstrumentID: FID-18 METHOD DETECTION / REPORTING LIMITS AqueousMatrix:Test Number: TX1005 Test Name: Low-level Texas TPH by TX1005 Units:mg/L Type Analyte DCSCAS MDL PQLDCS Spike A 0.28TPH-1005-1 0.20nC6 to nC12 0.500.25 A 0.27TPH-1005-2 0.20>nC12 to nC28 0.500.25 A 0.27TPH-1005-4 0.20>nC28 to nC35 0.500.25 A 0.56TPH 0.20Total Petroleum Hydrocarbon 0.500.50 S 0321-60-8 02-Fluorobiphenyl 00 S 098-08-8 0Trifluoromethyl benzene 00 14 of 31 ALS Houston, US Date: 23-May-24 WorkOrder: HS24051086 Test Code: 8260_LL_W InstrumentID: VOA4 METHOD DETECTION / REPORTING LIMITS AqueousMatrix:Test Number: SW8260 Test Name: Low Level Volatiles by SW8260C Units:mg/L Type Analyte DCSCAS MDL PQLDCS Spike A 0.0004671-55-6 0.000201,1,1-Trichloroethane 0.00100.00050 A 0.0004279-34-5 0.000501,1,2,2-Tetrachloroethane 0.00100.00050 A 0.0005676-13-1 0.000501,1,2-Trichlor-1,2,2-trifluoroethane 0.00100.00050 A 0.0003679-00-5 0.000301,1,2-Trichloroethane 0.00100.00050 A 0.0005675-34-3 0.000201,1-Dichloroethane 0.00100.00050 A 0.0003775-35-4 0.000201,1-Dichloroethene 0.00100.00050 A 0.00047120-82-1 0.000501,2,4-Trichlorobenzene 0.00100.00050 A 0.0005596-12-8 0.000601,2-Dibromo-3-chloropropane 0.00100.00050 A 0.00044106-93-4 0.000201,2-Dibromoethane 0.00100.00050 A 0.0003895-50-1 0.000501,2-Dichlorobenzene 0.00100.00050 A 0.00059107-06-2 0.000201,2-Dichloroethane 0.00100.00050 A 0.0004278-87-5 0.000501,2-Dichloropropane 0.00100.00050 A 0.00045541-73-1 0.000401,3-Dichlorobenzene 0.00100.00050 A 0.00052106-46-7 0.000401,4-Dichlorobenzene 0.00100.00050 A 0.001378-93-3 0.000502-Butanone 0.00200.0010 A 0.00090591-78-6 0.00102-Hexanone 0.00200.0010 A 0.0011108-10-1 0.000704-Methyl-2-pentanone 0.00200.0010 A 0.001467-64-1 0.0014Acetone 0.00200.0010 A 0.0004471-43-2 0.00020Benzene 0.00100.00050 A 0.0004475-27-4 0.00020Bromodichloromethane 0.00100.00050 A 0.0005475-25-2 0.00040Bromoform 0.00100.00050 A 0.0004374-83-9 0.00040Bromomethane 0.00100.00050 A 0.0009475-15-0 0.00060Carbon disulfide 0.00200.0010 A 0.0004356-23-5 0.00050Carbon tetrachloride 0.00100.00050 A 0.00046108-90-7 0.00030Chlorobenzene 0.00100.00050 A 0.0007475-00-3 0.00030Chloroethane 0.00100.00050 A 0.0004867-66-3 0.00020Chloroform 0.00100.00050 A 0.0005374-87-3 0.00020Chloromethane 0.00100.00050 A 0.00039156-59-2 0.00020cis-1,2-Dichloroethene 0.00100.00050 A 0.0003610061-01-5 0.00010cis-1,3-Dichloropropene 0.00100.00050 A 0.0012110-82-7 0.00030Cyclohexane 0.00100.00050 A 0.00046124-48-1 0.00030Dibromochloromethane 0.00100.00050 A 0.0003775-71-8 0.00030Dichlorodifluoromethane 0.00100.00050 A 0.00044100-41-4 0.00030Ethylbenzene 0.00100.00050 A 0.0003498-82-8 0.00030Isopropylbenzene 0.00100.00050 A 0.00074179601-23-1 0.00050m,p-Xylene 0.00200.0010 A 0.0007179-20-9 0.0010Methyl acetate 0.00100.00050 A 0.000411634-04-4 0.00020Methyl tert-butyl ether 0.00100.00050 A 0.00034108-87-2 0.00030Methylcyclohexane 0.00100.00050 A 0.0008675-09-2 0.0010Methylene chloride 0.00200.00050 15 of 31 ALS Houston, US Date: 23-May-24 WorkOrder: HS24051086 Test Code: 8260_LL_W InstrumentID: VOA4 METHOD DETECTION / REPORTING LIMITS AqueousMatrix:Test Number: SW8260 Test Name: Low Level Volatiles by SW8260C Units:mg/L Type Analyte DCSCAS MDL PQLDCS Spike A 0.0004095-47-6 0.00030o-Xylene 0.00100.00050 A 0.00034100-42-5 0.00030Styrene 0.00100.00050 A 0.00037127-18-4 0.00030Tetrachloroethene 0.00100.00050 A 0.00039108-88-3 0.00020Toluene 0.00100.00050 A 0.00045156-60-5 0.00020trans-1,2-Dichloroethene 0.00100.00050 A 0.0004310061-02-6 0.00020trans-1,3-Dichloropropene 0.00100.00050 A 0.0004579-01-6 0.00030Trichloroethene 0.00100.00050 A 0.0004075-69-4 0.00030Trichlorofluoromethane 0.00100.00050 A 0.0004075-01-4 0.00020Vinyl chloride 0.00100.00050 A 0.00111330-20-7 0.00030Xylenes, Total 0.00300.0015 S 017060-07-0 01,2-Dichloroethane-d4 0.00100 S 0460-00-4 04-Bromofluorobenzene 0.00100 S 01868-53-7 0Dibromofluoromethane 0.00100 S 02037-26-5 0Toluene-d8 0.00100 16 of 31 Client: Project: Braun Intertec Calhoun and 7th St. Phase II WorkOrder:HS24051086 QC BATCH REPORT Batch ID: 212242 ( 0 )Instrument: FID-18 Method: LOW-LEVEL TEXAS TPH BY TX1005 Sample ID:MBLK-212242 Units:mg/L Analysis Date:21-May-2024 16:58 Run ID:FID-18_467434 SeqNo:8024663 PrepDate:21-May-2024 DF:1 Analyte SPK ValMQLResult SPK Ref Value %REC Control Limit RPD Ref Value %RPD RPD Limit Qual MBLK Client ID: nC6 to nC12 U 0.50 >nC12 to nC28 U 0.50 >nC28 to nC35 U 0.50 Total Petroleum Hydrocarbon U 0.50 2.258 2.5 0 90.3 70 - 1300Surr: 2-Fluorobiphenyl 2.312 2.5 0 92.5 70 - 1300Surr: Trifluoromethyl benzene Sample ID:LCS-212242 Units:mg/L Analysis Date:21-May-2024 17:58 Run ID:FID-18_467434 SeqNo:8024664 PrepDate:21-May-2024 DF:1 Analyte SPK ValMQLResult SPK Ref Value %REC Control Limit RPD Ref Value %RPD RPD Limit Qual LCS Client ID: nC6 to nC12 21.58 25 0 86.3 75 - 1250.50 >nC12 to nC28 24.88 25 0 99.5 75 - 1250.50 2.765 2.5 0 111 70 - 1300Surr: 2-Fluorobiphenyl 2.469 2.5 0 98.8 70 - 1300Surr: Trifluoromethyl benzene Sample ID:LCSD-212242 Units:mg/L Analysis Date:21-May-2024 18:28 Run ID:FID-18_467434 SeqNo:8024665 PrepDate:21-May-2024 DF:1 Analyte SPK ValMQLResult SPK Ref Value %REC Control Limit RPD Ref Value %RPD RPD Limit Qual LCSD Client ID: nC6 to nC12 23.94 25 0 95.8 75 - 125 21.58 10.4 200.50 >nC12 to nC28 27.21 25 0 109 75 - 125 24.88 8.95 200.50 2.786 2.5 0 111 70 - 130 2.765 0.772 200Surr: 2-Fluorobiphenyl 2.476 2.5 0 99.0 70 - 130 2.469 0.276 200Surr: Trifluoromethyl benzene Sample ID:HS24050845-07MS Units:mg/L Analysis Date:21-May-2024 19:28 Run ID:FID-18_467434 SeqNo:8024667 PrepDate:21-May-2024 DF:1 Analyte SPK ValMQLResult SPK Ref Value %REC Control Limit RPD Ref Value %RPD RPD Limit Qual MS Client ID: nC6 to nC12 41.25 24.45 20.38 85.4 75 - 1250.49 >nC12 to nC28 33.94 24.45 3.996 122 75 - 1250.49 2.826 2.445 0 116 70 - 1300Surr: 2-Fluorobiphenyl 2.508 2.445 0 103 70 - 1300Surr: Trifluoromethyl benzene ALS Houston, US Date: 23-May-24 17 of 31 Client: Project: Braun Intertec Calhoun and 7th St. Phase II WorkOrder:HS24051086 QC BATCH REPORT Batch ID: 212242 ( 0 )Instrument: FID-18 Method: LOW-LEVEL TEXAS TPH BY TX1005 Sample ID:HS24050845-07MSD Units:mg/L Analysis Date:21-May-2024 19:58 Run ID:FID-18_467434 SeqNo:8024668 PrepDate:21-May-2024 DF:1 Analyte SPK ValMQLResult SPK Ref Value %REC Control Limit RPD Ref Value %RPD RPD Limit Qual MSD Client ID: nC6 to nC12 39.98 24.05 20.38 81.5 75 - 125 41.25 3.12 200.48 >nC12 to nC28 33.27 24.05 3.996 122 75 - 125 33.94 1.98 200.48 2.733 2.405 0 114 70 - 130 2.826 3.34 200Surr: 2-Fluorobiphenyl 2.442 2.405 0 102 70 - 130 2.508 2.7 200Surr: Trifluoromethyl benzene The following samples were analyzed in this batch:HS24051086-01 HS24051086-02 ALS Houston, US Date: 23-May-24 18 of 31 Client: Project: Braun Intertec Calhoun and 7th St. Phase II WorkOrder:HS24051086 QC BATCH REPORT Batch ID: R467302 ( 0 )Instrument: VOA4 Method: LOW LEVEL VOLATILES BY SW8260C Sample ID:VBLKW-240521 Units:mg/L Analysis Date:21-May-2024 10:59 Run ID:VOA4_467302 SeqNo:8022182 PrepDate:DF:1 Analyte SPK ValMQLResult SPK Ref Value %REC Control Limit RPD Ref Value %RPD RPD Limit Qual MBLK Client ID: 1,1,1-Trichloroethane U 0.0010 1,1,2,2-Tetrachloroethane U 0.0010 1,1,2-Trichlor-1,2,2-trifluoroethane U 0.0010 1,1,2-Trichloroethane U 0.0010 1,1-Dichloroethane U 0.0010 1,1-Dichloroethene U 0.0010 1,2,4-Trichlorobenzene U 0.0010 1,2-Dibromo-3-chloropropane U 0.0010 1,2-Dibromoethane U 0.0010 1,2-Dichlorobenzene U 0.0010 1,2-Dichloroethane U 0.0010 1,2-Dichloropropane U 0.0010 1,3-Dichlorobenzene U 0.0010 1,4-Dichlorobenzene U 0.0010 2-Butanone U 0.0020 2-Hexanone U 0.0020 4-Methyl-2-pentanone U 0.0020 Acetone U 0.0020 Benzene U 0.0010 Bromodichloromethane U 0.0010 Bromoform U 0.0010 Bromomethane U 0.0010 Carbon disulfide U 0.0020 Carbon tetrachloride U 0.0010 Chlorobenzene U 0.0010 Chloroethane U 0.0010 Chloroform U 0.0010 Chloromethane U 0.0010 cis-1,2-Dichloroethene U 0.0010 cis-1,3-Dichloropropene U 0.0010 Cyclohexane U 0.0010 Dibromochloromethane U 0.0010 Dichlorodifluoromethane U 0.0010 Ethylbenzene U 0.0010 ALS Houston, US Date: 23-May-24 19 of 31 Client: Project: Braun Intertec Calhoun and 7th St. Phase II WorkOrder:HS24051086 QC BATCH REPORT Batch ID: R467302 ( 0 )Instrument: VOA4 Method: LOW LEVEL VOLATILES BY SW8260C Sample ID:VBLKW-240521 Units:mg/L Analysis Date:21-May-2024 10:59 Run ID:VOA4_467302 SeqNo:8022182 PrepDate:DF:1 Analyte SPK ValMQLResult SPK Ref Value %REC Control Limit RPD Ref Value %RPD RPD Limit Qual MBLK Client ID: Isopropylbenzene U 0.0010 m,p-Xylene U 0.0020 Methyl acetate U 0.0010 Methyl tert-butyl ether U 0.0010 Methylcyclohexane U 0.0010 Methylene chloride U 0.0020 o-Xylene U 0.0010 Styrene U 0.0010 Tetrachloroethene U 0.0010 Toluene U 0.0010 trans-1,2-Dichloroethene U 0.0010 trans-1,3-Dichloropropene U 0.0010 Trichloroethene U 0.0010 Trichlorofluoromethane U 0.0010 Vinyl chloride U 0.0010 Xylenes, Total U 0.0030 0.047 0.05 0 93.9 70 - 1230.0010Surr: 1,2-Dichloroethane-d4 0.045 0.05 0 89.7 77 - 1130.0010Surr: 4-Bromofluorobenzene 0.045 0.05 0 90.7 73 - 1260.0010Surr: Dibromofluoromethane 0.052 0.05 0 104 81 - 1200.0010Surr: Toluene-d8 ALS Houston, US Date: 23-May-24 20 of 31 Client: Project: Braun Intertec Calhoun and 7th St. Phase II WorkOrder:HS24051086 QC BATCH REPORT Batch ID: R467302 ( 0 )Instrument: VOA4 Method: LOW LEVEL VOLATILES BY SW8260C Sample ID:VLCSW-240521 Units:mg/L Analysis Date:21-May-2024 09:51 Run ID:VOA4_467302 SeqNo:8022273 PrepDate:DF:1 Analyte SPK ValMQLResult SPK Ref Value %REC Control Limit RPD Ref Value %RPD RPD Limit Qual LCS Client ID: 1,1,1-Trichloroethane 0.019 0.02 0 95.9 70 - 1300.0010 1,1,2,2-Tetrachloroethane 0.016 0.02 0 81.7 70 - 1200.0010 1,1,2-Trichlor-1,2,2-trifluoroethane 0.019 0.02 0 94.4 70 - 1300.0010 1,1,2-Trichloroethane 0.018 0.02 0 91.2 77 - 1130.0010 1,1-Dichloroethane 0.018 0.02 0 88.1 71 - 1220.0010 1,1-Dichloroethene 0.020 0.02 0 97.6 70 - 1300.0010 1,2,4-Trichlorobenzene 0.019 0.02 0 94.4 77 - 1260.0010 1,2-Dibromo-3-chloropropane 0.015 0.02 0 76.7 70 - 1300.0010 1,2-Dibromoethane 0.018 0.02 0 92.4 76 - 1230.0010 1,2-Dichlorobenzene 0.018 0.02 0 91.7 77 - 1130.0010 1,2-Dichloroethane 0.019 0.02 0 94.6 70 - 1240.0010 1,2-Dichloropropane 0.018 0.02 0 90.8 72 - 1190.0010 1,3-Dichlorobenzene 0.019 0.02 0 94.2 78 - 1180.0010 1,4-Dichlorobenzene 0.018 0.02 0 91.9 79 - 1130.0010 2-Butanone 0.036 0.04 0 90.2 70 - 1300.0020 2-Hexanone 0.036 0.04 0 89.6 70 - 1300.0020 4-Methyl-2-pentanone 0.038 0.04 0 95.4 70 - 1300.0020 Acetone 0.037 0.04 0 92.2 70 - 1300.0020 Benzene 0.018 0.02 0 88.8 74 - 1200.0010 Bromodichloromethane 0.019 0.02 0 96.5 74 - 1220.0010 Bromoform 0.019 0.02 0 96.5 73 - 1280.0010 Bromomethane 0.015 0.02 0 76.6 70 - 1300.0010 Carbon disulfide 0.036 0.04 0 90.8 70 - 1300.0020 Carbon tetrachloride 0.020 0.02 0 102 71 - 1250.0010 Chlorobenzene 0.017 0.02 0 85.9 76 - 1130.0010 Chloroethane 0.018 0.02 0 92.1 70 - 1300.0010 Chloroform 0.018 0.02 0 90.5 71 - 1210.0010 Chloromethane 0.018 0.02 0 88.2 70 - 1290.0010 cis-1,2-Dichloroethene 0.016 0.02 0 80.2 75 - 1220.0010 cis-1,3-Dichloropropene 0.019 0.02 0 95.7 73 - 1270.0010 Cyclohexane 0.014 0.02 0 71.8 70 - 1300.0010 Dibromochloromethane 0.018 0.02 0 89.0 77 - 1220.0010 Dichlorodifluoromethane 0.015 0.02 0 73.4 70 - 1300.0010 Ethylbenzene 0.018 0.02 0 89.5 77 - 1170.0010 ALS Houston, US Date: 23-May-24 21 of 31 Client: Project: Braun Intertec Calhoun and 7th St. Phase II WorkOrder:HS24051086 QC BATCH REPORT Batch ID: R467302 ( 0 )Instrument: VOA4 Method: LOW LEVEL VOLATILES BY SW8260C Sample ID:VLCSW-240521 Units:mg/L Analysis Date:21-May-2024 09:51 Run ID:VOA4_467302 SeqNo:8022273 PrepDate:DF:1 Analyte SPK ValMQLResult SPK Ref Value %REC Control Limit RPD Ref Value %RPD RPD Limit Qual LCS Client ID: Isopropylbenzene 0.019 0.02 0 95.0 73 - 1270.0010 m,p-Xylene 0.038 0.04 0 95.8 77 - 1220.0020 Methyl acetate 0.017 0.02 0 86.3 76 - 1220.0010 Methyl tert-butyl ether 0.018 0.02 0 89.4 70 - 1300.0010 Methylcyclohexane 0.014 0.02 0 72.3 61 - 1570.0010 Methylene chloride 0.019 0.02 0 96.2 70 - 1270.0020 o-Xylene 0.019 0.02 0 93.0 75 - 1190.0010 Styrene 0.019 0.02 0 95.8 72 - 1260.0010 Tetrachloroethene 0.020 0.02 0 99.6 76 - 1190.0010 Toluene 0.018 0.02 0 88.8 77 - 1180.0010 trans-1,2-Dichloroethene 0.017 0.02 0 86.6 72 - 1270.0010 trans-1,3-Dichloropropene 0.019 0.02 0 92.8 77 - 1190.0010 Trichloroethene 0.019 0.02 0 95.2 77 - 1210.0010 Trichlorofluoromethane 0.019 0.02 0 93.0 70 - 1300.0010 Vinyl chloride 0.016 0.02 0 81.6 70 - 1300.0010 Xylenes, Total 0.057 0.06 0 94.8 75 - 1220.0030 0.055 0.05 0 111 70 - 1230.0010Surr: 1,2-Dichloroethane-d4 0.046 0.05 0 92.3 77 - 1130.0010Surr: 4-Bromofluorobenzene 0.051 0.05 0 102 73 - 1260.0010Surr: Dibromofluoromethane 0.052 0.05 0 104 81 - 1200.0010Surr: Toluene-d8 ALS Houston, US Date: 23-May-24 22 of 31 Client: Project: Braun Intertec Calhoun and 7th St. Phase II WorkOrder:HS24051086 QC BATCH REPORT Batch ID: R467302 ( 0 )Instrument: VOA4 Method: LOW LEVEL VOLATILES BY SW8260C Sample ID:HS24051043-10MS Units:mg/L Analysis Date:21-May-2024 19:31 Run ID:VOA4_467302 SeqNo:8022203 PrepDate:DF:1 Analyte SPK ValMQLResult SPK Ref Value %REC Control Limit RPD Ref Value %RPD RPD Limit Qual MS Client ID: 1,1,1-Trichloroethane 0.018 0.02 0 91.6 70 - 1300.0010 1,1,2,2-Tetrachloroethane 0.017 0.02 0 82.8 70 - 1230.0010 1,1,2-Trichlor-1,2,2-trifluoroethane 0.016 0.02 0 81.5 70 - 1300.0010 1,1,2-Trichloroethane 0.018 0.02 0 88.0 70 - 1170.0010 1,1-Dichloroethane 0.017 0.02 0 86.7 70 - 1270.0010 1,1-Dichloroethene 0.020 0.02 0 98.4 70 - 1300.0010 1,2,4-Trichlorobenzene 0.017 0.02 0 87.3 70 - 1250.0010 1,2-Dibromo-3-chloropropane 0.017 0.02 0 85.2 70 - 1300.0010 1,2-Dibromoethane 0.018 0.02 0 87.8 70 - 1240.0010 1,2-Dichlorobenzene 0.018 0.02 0 91.3 70 - 1150.0010 1,2-Dichloroethane 0.018 0.02 0 90.7 70 - 1270.0010 1,2-Dichloropropane 0.018 0.02 0 88.6 70 - 1220.0010 1,3-Dichlorobenzene 0.018 0.02 0 90.9 70 - 1190.0010 1,4-Dichlorobenzene 0.018 0.02 0 87.9 70 - 1140.0010 2-Butanone 0.033 0.04 0 83.7 70 - 1300.0020 2-Hexanone 0.037 0.04 0 91.7 70 - 1300.0020 4-Methyl-2-pentanone 0.038 0.04 0 95.2 70 - 1300.0020 Acetone 0.045 0.04 0 114 70 - 1300.0020 Benzene 0.021 0.02 0.0007205 101 70 - 1270.0010 Bromodichloromethane 0.018 0.02 0 92.2 70 - 1240.0010 Bromoform 0.019 0.02 0 94.7 70 - 1290.0010 Bromomethane 0.015 0.02 0 75.5 70 - 1300.0010 Carbon disulfide 0.034 0.04 0 85.6 70 - 1300.0020 Carbon tetrachloride 0.020 0.02 0 101 70 - 1300.0010 Chlorobenzene 0.017 0.02 0 85.3 70 - 1140.0010 Chloroethane 0.018 0.02 0 91.0 70 - 1300.0010 Chloroform 0.017 0.02 0 84.7 70 - 1250.0010 Chloromethane 0.016 0.02 0 78.2 70 - 1300.0010 cis-1,2-Dichloroethene 0.015 0.02 0 77.2 70 - 1280.0010 cis-1,3-Dichloropropene 0.017 0.02 0 86.1 70 - 1250.0010 Cyclohexane 0.014 0.02 0 69.4 70 - 130 S0.0010 Dibromochloromethane 0.017 0.02 0 85.8 70 - 1240.0010 Dichlorodifluoromethane 0.013 0.02 0 63.3 70 - 130 S0.0010 Ethylbenzene 0.020 0.02 0.002858 86.6 70 - 1240.0010 ALS Houston, US Date: 23-May-24 23 of 31 Client: Project: Braun Intertec Calhoun and 7th St. Phase II WorkOrder:HS24051086 QC BATCH REPORT Batch ID: R467302 ( 0 )Instrument: VOA4 Method: LOW LEVEL VOLATILES BY SW8260C Sample ID:HS24051043-10MS Units:mg/L Analysis Date:21-May-2024 19:31 Run ID:VOA4_467302 SeqNo:8022203 PrepDate:DF:1 Analyte SPK ValMQLResult SPK Ref Value %REC Control Limit RPD Ref Value %RPD RPD Limit Qual MS Client ID: Isopropylbenzene 0.020 0.02 0.0006230 94.4 70 - 1300.0010 m,p-Xylene 0.039 0.04 0.0008023 95.1 70 - 1300.0020 Methyl acetate 0.014 0.02 0 70.5 76 - 122 S0.0010 Methyl tert-butyl ether 0.020 0.02 0.002191 87.9 70 - 1300.0010 Methylcyclohexane 0.014 0.02 0 72.1 61 - 1580.0010 Methylene chloride 0.018 0.02 0 89.5 70 - 1280.0020 o-Xylene 0.018 0.02 0 91.8 70 - 1240.0010 Styrene 0.018 0.02 0 92.3 70 - 1300.0010 Tetrachloroethene 0.020 0.02 0 99.5 70 - 1300.0010 Toluene 0.019 0.02 0 94.8 70 - 1230.0010 trans-1,2-Dichloroethene 0.017 0.02 0 82.8 70 - 1300.0010 trans-1,3-Dichloropropene 0.017 0.02 0 84.1 70 - 1210.0010 Trichloroethene 0.019 0.02 0 95.5 70 - 1290.0010 Trichlorofluoromethane 0.017 0.02 0 87.3 70 - 1300.0010 Vinyl chloride 0.015 0.02 0 77.0 70 - 1300.0010 Xylenes, Total 0.057 0.06 0.0008023 94.0 70 - 1300.0030 0.055 0.05 0 111 70 - 1260.0010Surr: 1,2-Dichloroethane-d4 0.047 0.05 0 94.3 77 - 1130.0010Surr: 4-Bromofluorobenzene 0.049 0.05 0 97.2 77 - 1230.0010Surr: Dibromofluoromethane 0.054 0.05 0 108 82 - 1270.0010Surr: Toluene-d8 ALS Houston, US Date: 23-May-24 24 of 31 Client: Project: Braun Intertec Calhoun and 7th St. Phase II WorkOrder:HS24051086 QC BATCH REPORT Batch ID: R467302 ( 0 )Instrument: VOA4 Method: LOW LEVEL VOLATILES BY SW8260C Sample ID:HS24051043-10MSD Units:mg/L Analysis Date:21-May-2024 19:53 Run ID:VOA4_467302 SeqNo:8022204 PrepDate:DF:1 Analyte SPK ValMQLResult SPK Ref Value %REC Control Limit RPD Ref Value %RPD RPD Limit Qual MSD Client ID: 1,1,1-Trichloroethane 0.018 0.02 0 91.3 70 - 130 0.01832 0.306 200.0010 1,1,2,2-Tetrachloroethane 0.016 0.02 0 79.4 70 - 123 0.01656 4.26 200.0010 1,1,2-Trichlor-1,2,2-trifluoroethane 0.017 0.02 0 83.6 70 - 130 0.01629 2.58 200.0010 1,1,2-Trichloroethane 0.018 0.02 0 90.6 70 - 117 0.01760 2.96 200.0010 1,1-Dichloroethane 0.017 0.02 0 83.5 70 - 127 0.01734 3.7 200.0010 1,1-Dichloroethene 0.018 0.02 0 91.3 70 - 130 0.01968 7.54 200.0010 1,2,4-Trichlorobenzene 0.017 0.02 0 84.4 70 - 125 0.01746 3.42 200.0010 1,2-Dibromo-3-chloropropane 0.015 0.02 0 73.5 70 - 130 0.01704 14.8 200.0010 1,2-Dibromoethane 0.018 0.02 0 89.8 70 - 124 0.01755 2.26 200.0010 1,2-Dichlorobenzene 0.018 0.02 0 87.7 70 - 115 0.01826 4.02 200.0010 1,2-Dichloroethane 0.018 0.02 0 91.1 70 - 127 0.01814 0.455 200.0010 1,2-Dichloropropane 0.018 0.02 0 88.8 70 - 122 0.01772 0.152 200.0010 1,3-Dichlorobenzene 0.018 0.02 0 88.0 70 - 119 0.01818 3.25 200.0010 1,4-Dichlorobenzene 0.017 0.02 0 86.4 70 - 114 0.01759 1.74 200.0010 2-Butanone 0.032 0.04 0 79.7 70 - 130 0.03349 4.96 200.0020 2-Hexanone 0.036 0.04 0 89.4 70 - 130 0.03669 2.57 200.0020 4-Methyl-2-pentanone 0.037 0.04 0 92.6 70 - 130 0.03808 2.81 200.0020 Acetone 0.044 0.04 0 109 70 - 130 0.04540 3.94 200.0020 Benzene 0.019 0.02 0.0007205 90.3 70 - 127 0.02089 10.6 200.0010 Bromodichloromethane 0.019 0.02 0 93.9 70 - 124 0.01844 1.78 200.0010 Bromoform 0.018 0.02 0 91.8 70 - 129 0.01893 3.09 200.0010 Bromomethane 0.015 0.02 0 76.6 70 - 130 0.01510 1.49 200.0010 Carbon disulfide 0.033 0.04 0 83.1 70 - 130 0.03423 2.99 200.0020 Carbon tetrachloride 0.020 0.02 0 98.6 70 - 130 0.02020 2.43 200.0010 Chlorobenzene 0.017 0.02 0 83.2 70 - 114 0.01706 2.46 200.0010 Chloroethane 0.018 0.02 0 91.1 70 - 130 0.01820 0.177 200.0010 Chloroform 0.017 0.02 0 83.4 70 - 125 0.01694 1.48 200.0010 Chloromethane 0.016 0.02 0 81.3 70 - 130 0.01565 3.84 200.0010 cis-1,2-Dichloroethene 0.015 0.02 0 76.1 70 - 128 0.01545 1.53 200.0010 cis-1,3-Dichloropropene 0.017 0.02 0 87.2 70 - 125 0.01723 1.23 200.0010 Cyclohexane 0.013 0.02 0 67.0 70 - 130 0.01388 3.52 20 S0.0010 Dibromochloromethane 0.017 0.02 0 86.7 70 - 124 0.01716 0.991 200.0010 Dichlorodifluoromethane 0.012 0.02 0 61.1 70 - 130 0.01265 3.52 20 S0.0010 Ethylbenzene 0.020 0.02 0.002858 86.1 70 - 124 0.02018 0.509 200.0010 ALS Houston, US Date: 23-May-24 25 of 31 Client: Project: Braun Intertec Calhoun and 7th St. Phase II WorkOrder:HS24051086 QC BATCH REPORT Batch ID: R467302 ( 0 )Instrument: VOA4 Method: LOW LEVEL VOLATILES BY SW8260C Sample ID:HS24051043-10MSD Units:mg/L Analysis Date:21-May-2024 19:53 Run ID:VOA4_467302 SeqNo:8022204 PrepDate:DF:1 Analyte SPK ValMQLResult SPK Ref Value %REC Control Limit RPD Ref Value %RPD RPD Limit Qual MSD Client ID: Isopropylbenzene 0.019 0.02 0.0006230 91.9 70 - 130 0.01951 2.63 200.0010 m,p-Xylene 0.038 0.04 0.0008023 92.2 70 - 130 0.03884 2.98 200.0020 Methyl acetate 0.014 0.02 0 70.0 76 - 122 0.01410 0.712 20 S0.0010 Methyl tert-butyl ether 0.020 0.02 0.002191 88.6 70 - 130 0.01978 0.692 200.0010 Methylcyclohexane 0.014 0.02 0 70.6 61 - 158 0.01442 2.15 200.0010 Methylene chloride 0.018 0.02 0 87.5 70 - 128 0.01789 2.2 200.0020 o-Xylene 0.018 0.02 0 90.5 70 - 124 0.01837 1.51 200.0010 Styrene 0.018 0.02 0 87.7 70 - 130 0.01845 5.02 200.0010 Tetrachloroethene 0.019 0.02 0 93.9 70 - 130 0.01991 5.78 200.0010 Toluene 0.018 0.02 0 87.7 70 - 123 0.01895 7.8 200.0010 trans-1,2-Dichloroethene 0.016 0.02 0 80.6 70 - 130 0.01655 2.64 200.0010 trans-1,3-Dichloropropene 0.017 0.02 0 85.7 70 - 121 0.01683 1.84 200.0010 Trichloroethene 0.018 0.02 0 91.1 70 - 129 0.01911 4.79 200.0010 Trichlorofluoromethane 0.018 0.02 0 89.9 70 - 130 0.01746 2.91 200.0010 Vinyl chloride 0.016 0.02 0 77.5 70 - 130 0.01540 0.619 200.0010 Xylenes, Total 0.056 0.06 0.0008023 91.7 70 - 130 0.05721 2.5 200.0030 0.055 0.05 0 111 70 - 126 0.05538 0.0803 200.0010Surr: 1,2-Dichloroethane-d4 0.047 0.05 0 94.3 77 - 113 0.04717 0.0454 200.0010Surr: 4-Bromofluorobenzene 0.050 0.05 0 99.5 77 - 123 0.04862 2.28 200.0010Surr: Dibromofluoromethane 0.053 0.05 0 106 82 - 127 0.05379 1.46 200.0010Surr: Toluene-d8 The following samples were analyzed in this batch:HS24051086-01 HS24051086-02 ALS Houston, US Date: 23-May-24 26 of 31 QUALIFIERS, ACRONYMS, UNITS Client: Project: WorkOrder: Braun Intertec Calhoun and 7th St. Phase II HS24051086 Qualifier Description *Value exceeds Regulatory Limit a Not accredited B Analyte detected in the associated Method Blank above the Reporting Limit E Value above quantitation range H Analyzed outside of Holding Time J Analyte detected below quantitation limit M Manually integrated, see raw data for justification n Not offered for accreditation ND Not Detected at the Reporting Limit O Sample amount is > 4 times amount spiked P Dual Column results percent difference > 40% R RPD above laboratory control limit S Spike Recovery outside laboratory control limits U Analyzed but not detected above the MDL/SDL Acronym Description DCS Detectability Check Study DUP Method Duplicate LCS Laboratory Control Sample LCSD Laboratory Control Sample Duplicate MBLK Method Blank MDL Method Detection Limit MQL Method Quantitation Limit MS Matrix Spike MSD Matrix Spike Duplicate PDS Post Digestion Spike PQL Practical Quantitaion Limit SD Serial Dilution SDL Sample Detection Limit TRRP Texas Risk Reduction Program Unit Reported Description mg/L Milligrams per Liter ALS Houston, US Date: 23-May-24 27 of 31 CERTIFICATIONS,ACCREDITATIONS & LICENSES Agency Number Expire Date California 2919; 2025 30-Apr-2025 Florida E87611-38 30-Jun-2024 Illinois 2000322023-11 30-Jun-2024 Kansas E-10352 2023-2024 31-Jul-2024 Kentucky 123043 30-Apr-2025 Louisiana 03087 2023-2024 30-Jun-2024 Maryland 343; 2023-2024 30-Jun-2024 North Carolina 624 - 2024 31-Dec-2024 Oklahoma 2023-140 31-Aug-2024 Tennessee 04016 30-Apr-2025 Texas T104704231 TX-C24-00130 30-Apr-2025 Utah TX026932023-14 31-Jul-2024 23-May-24Date: ALS Houston, US 28 of 31 Aytu Tuncer 17-May-2024 14:51Date/Time Received:HS24051086 WM_PLANO_AP Work Order ID: Client Name: Sample Receipt Checklist Received by: Shipping container/cooler in good condition? Custody seals intact on shipping container/cooler? Custody seals intact on sample bottles? Chain of custody present? Chain of custody signed when relinquished and received? Chain of custody agrees with sample labels? Samples in proper container/bottle? Sample containers intact? Sufficient sample volume for indicated test? All samples received within holding time? Container/Temp Blank temperature in compliance? Temperature(s)/Thermometer(s): Cooler(s)/Kit(s): Date/Time sample(s) sent to storage: Water - VOA vials have zero headspace? Water - pH acceptable upon receipt? pH adjusted? pH adjusted by: Login Notes: No Not Present Yes No Not Present Yes No Not Present Yes No Yes No Yes No Yes No Yes No Yes No Yes No Yes No 2.6UC/2.7C IR 31 RED 05/18/24 14:30 Yes No No VOA vials submitted Yes No N/A Yes No N/A Completed By:/S/ Armand Morgan Date/TimeeSignatureDate/TimeeSignature 20-May-2024 10:3818-May-2024 14:28 FedExWCarrier name:Matrices: Reviewed by:/S/ sebastian.lugo Client Contacted:Date Contacted:Person Contacted: Contacted By:Regarding: Comments: Corrective Action: Yes NoYesVOA/TX1005/TX1006 Solids in hermetically sealed vials?Not Present Samplers name present on COC? Yes No 1 Page(s) COC IDs:313649 ALS Houston, US 23-May-24Date: 29 of 31 30 of 31 31 of 31 CITY OF FORT WORTH PANTHER ISLAND SANITARY SEWER COLLECTOR STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105247 Revised July 1, 2011 THIS PAGE LEFT INTENTIONALLY BLANK CITY OF FORT WORTH PANTHER ISLAND SANITARY SEWER COLLECTOR STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105247 Revised July 1, 2011 GC-6.06.D Minority and Women Owned Business Enterprise Compliance ATTACHMENT 1A Page 1 of 4 Rev. 2/13/19 City of Fort Worth Office of Business Diversity MBE Subcontractors/Suppliers Utilization Form OFFEROR COMPANY NAME: Check applicable box to describe Offeror's Certification M/W/DBE NON-M/W/DBE PROJECT NAME: BID DATE City’s MBE Project Goal: % Offeror’s MBE Project Commitment: % PROJECT NUMBER Identify all subcontractors/suppliers you will use on this project Failure to complete this form, in its entirety with requested documentation, and received by the Purchasing Division no later than 2:00 p.m. on the second City business day after bid opening, exclusive of bid opening date, will result in the bid being considered non-responsive to bid specifications. The undersigned Offeror agrees to enter into a formal agreement with the MBE firm(s) listed in this utilization schedule, conditioned upon execution of a contract with the City of Fort Worth. The intentional and/or knowing misrepresentation of facts is grounds for consideration of disqualification and will result in the bid bei ng considered non-responsive to bid specifications. MBEs listed toward meeting the project goal must be located in the six (6) county marketplace at the time of bid or the business has a Significant Business Presence in the Marketplace. Marketplace is the geographic area of Tarrant, Dallas, Denton, Johnson, Parker, and Wise counties. Prime contractors must identify by tier level of all subcontractors/suppliers. Tier: means the level of subcontracting below the prime contractor/consultant i.e. a direct payment from the prime contractor to a subcontractor is considered 1st tier, a payment by a subcontractor to its supplier is considered 2nd tier. The prime contractor is responsible to provide proof of payment of all tiered subcontractors identified as a MBE and counting those dollars towards meeting the contract committed goal. ALL MBEs MUST BE CERTIFIED BEFORE CONTRACT AWARD. Certification means those firms, located within the Marketplace, that have been determined to be a bonafide minority business enterprise by the North Central Texas Regional Certification Agency (NCTRCA) and the Dallas/Fort Worth Minority Supplier Development Council (D/FW MSDC). If hauling services are utilized, the Offeror will be given credit as long as the MBE listed owns and operates at least one fully licensed and operational truck to be used on the contract. The MBE may lease trucks from another MBE firm, including MBE owner-operated, and receive full MBE credit. The MBE may lease trucks from non-MBEs, including owner-operated, but will only receive credit for the fees and commissions earned by the MBE as outlined in the lease agreement. ATTACHMENT 1A Page 2 of 4 Rev. 5/15/19 Offerors are required to identify ALL subcontractors/suppliers, regardless of status; i.e., Minority and non-MBEs. MBE firms are to be listed first, use additional sheets if necessary. Please note that only certified MBEs will be counted to meet an MBE goal. SUBCONTRACTOR/SUPPLIER Company Name Address Telephone/Fax Email Contact Person T i e r N o n Detail Subcontracting Work Detail Supplies Purchased Dollar Amount M B E W B E M B E ATTACHMENT 1A Page 3 of 4 Rev. 5/15/19 Offerors are required to identify ALL subcontractors/suppliers, regardless of status; i.e., Minority and non-MBEs. MBE firms are to be listed first, use additional sheets if necessary. Please note that only certified MBEs will be counted to meet an MBE goal. SUBCONTRACTOR/SUPPLIER Company Name Address Telephone/Fax Email Contact Person T i e r N o n Detail Subcontracting Work Detail Supplies Purchased Dollar Amount M B E W B E M B E ATTACHMENT 1A Page 4 of 4 Rev. 5/15/19 Total Dollar Amount of MBE Subcontractors/Suppliers $ Total Dollar Amount of Non-MBE Subcontractors/Suppliers $ TOTAL DOLLAR AMOUNT OF ALL SUBCONTRACTORS/SUPPLIERS $ The Offeror will not make additions, deletions, or substitutions to this certified list without the prior approval of the Office of Business Diversity through the submittal of a Request for Approval of Change/Addition form. 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 Offeror shall submit a detailed explanation of how the requested change/addition or deletion will affect the committed MBE goal. If the detail explanation is not submitted, it will affect the final compliance determination. By affixing a signature to this form, the Offeror further agrees to provide, directly to the City upon request, complete and accurate information regarding actual work performed by all subcontractors, including MBE(s) and any special arrangements with MBEs. The Offeror also agrees to allow an audit and/or examination of any books, records and files held by their company. The 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 MBE(s) 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 the contract and may result in a determination of an irresponsible Offeror and debarment from participating in City work for a period of time not less than one (1) year. Authorized Signature Printed Signature Title Contact Name/Title (if different) Company Name Telephone and/or Fax Address E-mail Address City/State/Zip Date Office of Business Diversity Email: mwbeoffice@fortworthtexas.gov Phone: (817) 392-2674 ATTACHMENT 1C Page 1 of 4 Effective 03/15/2022 City of Fort Worth Business Equity Division Good Faith Effort Form PRIME/OFFEROR COMPANY NAME: Check applicable box to describe Prime/Offeror's Certification Business Equity Firm Non-Business Equity Firm PROJECT NAME: BID DATE Business Equity Goal: % Offeror’s Business Equity Goal Commitment: % PROJECT NUMBER If the Offeror did not meet or exceed the Business Equity Goal for this project, the Prime/Offeror must complete this form. 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 ATTACHMENT 1C Page 2 of 4 Date of Listing _______________ 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 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 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? (If yes, attach list to include name of Business Equity firm, person contacted, phone number and date and time of contact.) (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 GFE non-responsive.) 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 email system for proper documentation. Failure to submit confirmation and/or “undeliverable message” documentation may r ender the GFE non-responsive.)No 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 Yes 7.) Did you provide the information regarding the location of plans and specifications in order to assist the Business Equity firms? No 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 No No 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? (If yes, attach all copies of quotations.) Yes (If yes, attach the information that was not valid in order for the Business Equity Division to address the corrections needed.) (Please use additional sheets, if necessary, and attach.) Company Name Telephone Contact Person Scope of Work Reason for Rejection ADDITIONAL INFORMATION: 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. No Yes No 9.) Was the contact information on any of the listings not valid? 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. 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 _______________________________________ Printed Signature _______________________________________ Contact Name and Title (if different) _______________________________________ Phone Number _______________________________________ Email Address _______________________________________ Date Business Equity Division Email: DVIN_BEOffice@fortworthtexas.gov Phone: (817) 392-2674 Effective 03/15/2022 Joint Venture Page 1 of 3 Rev. 2/13/19 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: ___________________________________________________________________________ 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: Facsimile: E-mail address: Cellular: Identify the firms that comprise the joint venture: 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 name: Non-M/WBE firm 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: 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: Joint Venture Page 2 of 3 Rev. 2/13/19 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 . Joint Venture Page 3 of 3 Rev. 2/13/19 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 _________________________________________________ (seal) Office of Business Diversity Email: mwbeoffice@fortworthtexas.gov Phone: (817) 392-2674 ATTACHMENT 1B Page 1 of 1 Rev. 3/13/2022 City of Fort Worth Business Equity (M/WBE) Specifications Prime Contractor Waiver Form OFFEROR COMPANY NAME: Check applicable block to describe Prime M/WBE NON-MWBE PROJECT NAME: BID DATE City’s MBE Project Goal: % Offeror’s MBE Project Commitment: % PROJECT NUMBER 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 1C. 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? 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 operational profile of your business. YES NO Will you perform this entire contract without suppliers? 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. YES 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 Printed Signature ______________________________________ ___________________________________________ Title Contact Name (if different) ______________________________________ ___________________________________________ Company Name Phone Number Fax Number ______________________________________ ___________________________________________ Address Email Address ______________________________________ ___________________________________________ City/State/Zip Date Business Equity Division Email: DVIN_BEOffice@fortworthtexas.gov Phone: (817) 392-2674 City of Fort Worth Business Equity Division INSTRUCTIONS TO BIDDERS ABOUT THE BUSINESS EQUITY GOAL Bid number: _____________ Business Equity Goal: __________% It is the policy of the City of Fort Worth to ensure the full and equitable utilization of Business Equity Firms when appropriate, in the procurement of all goods and services. When a Business Equity Goal is established for a bid, it means that the City of Fort Worth believes that there are Business Equity Firms available that can provide goods or services requested by the bid. The Business Equity Goal for Bid number _________ is ______%. This means that the City believes that there are available Business Equity Firms that can provide goods or services required by this bid and therefore, ______% of the Bidder’s awarded amount must be spent with a Business Equity Firm. All requirements and regulations stated in the City’s current Business Equity Ordinance #25165-10-2021 apply to this bid. Definitions are at the end of this document. Because a Business Equity Goal has been established for this bid, in order for your bid to be considered, a Bidder must satisfy one (1) of the conditions below. A.Commit to Meet or Exceed the Business Equity Goal Hire Business Equity Firm(s) to provide goods or services and spend at least the goal amount with the Business Equity Firm(s). Step 1: Obtain a listing of Business Equity Firms by completing the “Request for Listing of Certified Firms Form” located at the City of Fort Worth’s Business Equity Division website. Step 2: Request bids from Business Equity Firms to provide goods or services at least 10 calendar days before bid opening. Step 3: Submit the following two (2) forms: a.Utilization Plan b.Letter(s) of Intent B.Prove a Good Faith Effort Show attempt to hire Business Equity Firms to meet or exceed the goal, but was unsuccessful. This can occur in two (2) ways: 1)Bidder proposes a smaller Goal Step 1: Obtain a listing of Business Equity Firms by completing the “Request for Listing of Certified Firms Form” located at the City of Fort Worth’s Business Equity Division website. Step 2: Request bids from Business Equity Firms to provide goods or services at least 10 calendar days before bid opening. Step 3: Submit the following three (3) forms: a.Utilization Plan b.Letter(s) of Intent c.Good Faith Effort 2)Bidder proposes a 0% Goal Step 1: Obtain a listing of Business Equity Firms by completing the “Request for Listing of Certified Firms Form” located at the City of Fort Worth’s Business Equity Division website. Step 2: Request bids from Business Equity Firms to provide goods or services at least 10 calendar days before bid opening. Step 3: If unsuccessful, submit Good Faith Effort Form. Please see Ordinance §20-370 (g) page for requirements of an acceptable Good Faith Effort. C. Prove that the Bidder Can Perform the Service and Provide all Materials on the Project as the Prime Contractor Bidder must show that the Bidder is providing all of the goods and services through their own company and that there are no goods or services provided by a third party or an affiliate. Bidder will not purchase any supplies or inventory from a third party. Step 1: Must submit Prime Contract Waiver Form D. Create a Joint Venture with a Business Equity Firm At least one or both of the firms must be a Business Equity Firm Step 1: Must submit Joint Venture Form DEADLINE TO SUBMIT REQUIRED DOCUMENTS AND FORMS Bidders must submit sealed bids to be opened at the date, time, and place stated in the solicitation for the public opening of bids. Faxed copies will not be accepted. FREQUENTLY ASKED QUESTIONS 1. If I am Business Equity Firm, can I count my performance of the bid? Answer: A Business Equity Prime Contractor can count its self-performance towards meeting the Business Equity Goal for the assigned North American Industry Classification System (NAICS) commodity codes on its Minority Business Enterprise (MBE) or Women Business Enterprise (WBE) certification. 2. What if I am a Business Equity Firm, but I am unable to self perform all work or provide all of the goods under the bid, can I count my performance under the Bid? Answer: If the Business Equity Prime cannot self-perform all of the work, it will be accountable for subcontracting with certified firms to meet the overall goal. Business Equity Firms that qualify under the “Significant Business Presence” definition may count in the Program upon approval of DVIN-BE. 3. This bid does not have a set amount that the City will purchase from the Awarded Bidder, how do I complete the form? Answers: a. For a low bid procurement, the lowest bidder shall submit a Utilization Plan no later than 2:00 PM on the third business day after bids are opened detailing all Subcontractors the Contractor intends to utilize in its performance of a Contract. Contractors that are Business Equity Firms may count their self-performed services towards meeting a Business Equity Goal. b. For a Best Value procurement, all bidders who wish to be considered for evaluation scoring shall submit a Utilization Plan by 2:00 PM on the third business day after the bids are opened detailing all Subcontractors the Contractor intends to utilize in its performance of a Contract. Contractors that are Business Equity Firms may count their self-performed services towards meeting a Business Equity Goal. c. Non-compliance. If the lowest bidder for a low bid procurement or any bidder for a Best Value procurement does not timely submit its Utilization Plan with the required documents, that bidder will be deemed Non-Responsive. For a low bid procurement, the City will notify the next lowest bidder who shall then submit a Utilization Plan with required documents no later than 2:00 PM on the third business day after the bidder receives notification. This process will be followed until a bidder submitting the required documents is selected. DEFINITIONS Business Equity Firm means an Independent Firm that is a Certified minority- and/or women-owned business enterprise (M/WBE) with a Significant Business Presence in the City's Marketplace. Business Equity Goal means a calculation prepared by the DVIN-BE that includes all the following factors: the detailed cost estimate of the work to be performed, or goods purchased; the 6-county Marketplace; the availability of Business Equity Firms and non-Business Equity Firms in the Marketplace determined on a Contract-by-Contract basis; and the subcontracting/supplier opportunities of each project. Certified means those firms identified by the North American Industry Classification System (NAICS) that have been determined to be a bona fide MBE or WBE by the North Central Texas Regional Certification Agency (NCTRCA), the Dallas/Fort Worth Minority Supplier Development Council (DFW /MSDC), Women's Business Council-SW (WBCS), Texas Department of Transportation (TxDOT) or another certifying agency that the DVIN-BE may deem appropriate and accepted by the City of Fort Worth. DVIN-BE means the City's Department of Diversity and Inclusion – Business Equity Division Good Faith Efforts means the actions undertaken by a Contractor and approved by DVIN-BE as described in the Business Equity Ordinance §20-370 (g). Joint Venture means a business entity formed by two or more independent Persons for the purpose of pursuing a common objective, such as a prime contract. The resulting business entity has additional resources and capacity, enhancing its ability to compete for larger awards. A joint venture is generally characterized by shared ownership, shared returns and risks, and shared governance. In a joint venture, the prime managing partner holds 51 % or more interest in the business. Partner(s) hold less than 51 % interest but in most cases, not less than 20%. Marketplace means the geographic area as defined by the City's most current Disparity Study (i.e., Tarrant, Dallas, Denton, Johnson, Parker and Wise counties). Responsive means that a Person is compliant with the requirements of the Business Equity Ordinance. Significant Business Presence means a Person (1) which has its principal place of business located inside the Marketplace; (2) which has its principal place of business located outside the Marketplace but has been verified to be in existence for a minimum of 24 months and from which at least 20% of the business's workforce is based in the Marketplace; or (3) which has cumulative business receipts greater than $1,000,000 for work done in the Marketplace since January 1, 2013. Utilization Plan means the list of Business Equity Firms that a Contractor commits will be utilized to meet the Business Equity Goal for a specific project, the scopes of the work and the dollar values or the percentages of the work to be performed. VIOLATIONS AND SANCTIONS 1. Failure to comply with the City’s Business Equity Ordinance will result in the bid being considered “Non-Responsive.” 2. Failure to submit the required Business Equity forms and documentation will result in the bid being considered non-responsive and a “written warning” letter that may impact the Offeror’s evaluation scoring on future City bid opportunities for up to 12 months, refer to Ordinance §20-373 on VIOLATIONS AND SANCTIONS for continued offenses or failures to comply. If you have any questions, contact Department of Diversity & Inclusion, Business Equity Division Email: DVIN_BE@fortworthtexas.gov | Phone: 817-392-2674 CITY OF FORT WORTH PANTHER ISLAND SANITARY SEWER COLLECTOR STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105247 Revised July 1, 2011 THIS PAGE LEFT INTENTIONALLY BLANK CITY OF FORT WORTH PANTHER ISLAND SANITARY SEWER COLLECTOR STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105247 Revised July 1, 2011 GC-6.07 Wage Rates CLASSIFICATION DESCRIPTION Wage Rate Asphalt Distributor Operator 15.32$              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$              2013  PREVAILING WAGE RATES 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.   (Heavy and Highway Construction Projects) Page 1 of 1 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  (Commercial Construction Projects) 2013  PREVAILING WAGE RATES 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  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 Equipment Operators  Page 2 of 2 CITY OF FORT WORTH PANTHER ISLAND SANITARY SEWER COLLECTOR STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105247 Revised July 1, 2011 THIS PAGE LEFT INTENTIONALLY BLANK CITY OF FORT WORTH PANTHER ISLAND SANITARY SEWER COLLECTOR STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105247 Revised July 1, 2011 GC-6.09 Permits and Utilities CITY OF FORT WORTH PANTHER ISLAND SANITARY SEWER COLLECTOR STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105247 Revised July 1, 2011 THIS PAGE LEFT INTENTIONALLY BLANK CITY OF FORT WORTH PANTHER ISLAND SANITARY SEWER COLLECTOR STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105247 Revised July 1, 2011 GC-6.24 Nondiscrimination CITY OF FORT WORTH PANTHER ISLAND SANITARY SEWER COLLECTOR STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105247 Revised July 1, 2011 THIS PAGE LEFT INTENTIONALLY BLANK CITY OF FORT WORTH PANTHER ISLAND SANITARY SEWER COLLECTOR STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105247 Revised July 1, 2011 GR-01 60 00 Product Requirements Approval Spec No. Classsification Manufacturer Model No. National Spec Size Water & Sewer - Manholes & Bases/Components 33-39-10 (Rev 2/3/16) 07/23/97 33 05 13 Urethane Hydrophilic Waterstop Asahi Kogyo K.K. Adeka Ultra-Seal P-201 ASTM D2240/D412/D792 04/26/00 33 05 13 Offset Joint for 4' Diam. MH Hanson Concrete Products Drawing No. 35-0048-001 04/26/00 33 05 13 Profile Gasket for 4' Diam. MH. Press-Seal Gasket Corp. 250-4G Gasket ASTM C-443/C-361 SS MH 1/26/99 33 05 13 HDPE Manhole Adjustment Rings Ladtech, Inc HDPE Adjustment Ring Traffic and Non-traffic area 5/13/05 33 05 13 Manhole External Wrap Canusa - CPS WrapidSeal Manhole Encapsulation System Water & Sewer - Manholes & Bases/Fiberglass 33-39-13 (1/8/13) 1/26/99 33 39 13 Fiberglass Manhole Fluid Containment, Inc. Flowtite ASTM 3753 Non-traffic area 08/30/06 33 39 13 Fiberglass Manhole L.F. Manufacturing Non-traffic area Water & Sewer - Manholes & Bases/Frames & Covers/Rectangular 33-05-13 (Rev 2/3/16) * 33 05 13 Manhole Frames and Covers Western Iron Works, Bass & Hays Foundry 1001 24"x40" WD Water & Sewer - Manholes & Bases/Frames & Covers/Standard (Round) 33-05-13 (Rev 2/3/16) * 33 05 13 Manhole Frames and Covers Western Iron Works, Bass & Hays Foundry 30024 24" Dia. * 33 05 13 Manhole Frames and Covers McKinley Iron Works Inc. A 24 AM 24" Dia. 08/24/18 33 05 13 Manhole Frames and Covers Neenah Foundry R-1272 ASTM A48 & AASHTO M306 24" Dia. 08/24/18 33 05 13 Manhole Frames and Covers Neenah Foundry NF 1274 ASTM A48 & AASHTO M306 30" Dia. 33 05 13 Manhole Frames and Covers Sigma Corporation MH-144N 33 05 13 Manhole Frames and Covers Sigma Corporation MH-143N 33 05 13 Manhole Frames and Covers Pont-A-Mousson GTS-STD 24" dia. 33 05 13 Manhole Frames and Covers Neenah Casting 24" dia. 10/31/06 33 05 13 Manhole Frames and Covers (Hinged) Powerseal Hinged Ductile Iron Manhole ASTM A536 24" Dia. 7/25/03 33 05 13 Manhole Frames and Covers Saint-Gobain Pipelines (Pamrex/rexus) RE32-R8FS 30" Dia. 01/31/06 33 05 13 30" Dia. MH Ring and Cover East Jordan Iron Works V1432-2 and V1483 Designs AASHTO M306-04 30" Dia. 11/02/10 33 05 13 30" Dia. MH Ring and Cover Sigma Corporation MH1651FWN & MH16502 30" Dia 07/19/11 33 05 13 30" Dia. MH Ring and Cover Star Pipe Products MH32FTWSS-DC 30" Dia 08/10/11 33 05 13 30" Dia. MH Ring and Cover Accucast 220700 Heavy Duty with Gasket Ring 30" Dia 10/14/13 33 05 13 30" Dia. MH Ring and Cover (Hinged & Lockable) East Jordan Iron Works 30" ERGO XL Assembly with Cam Lock/MPIC/T-Gasket ASSHTO M105 & ASTM A536 30" Dia 06/01/17 34 05 13 30" Dia. MH Ring and Cover (Lockable) CI SIP Industries 2280 (32") ASTM A 48 30" Dia. 12/05/23 34 05 13 30" Dia. MH Ring and Cover (Hinged & Lockable) CI SIP Industries 4267WT - Hinged (32") ASTM A 48 30" Dia. 09/16/19 33 05 13 30" Dia. MH Ring and Cover Composite Access Products, L.P. CAP-ONE-30-FTW, Composite, w/ Lock w/o Hing 30" Dia. 10/07/21 34 05 13 30" Dia. MH Ring and Cover Trumbull Manufacturing 32"(30") Frame and Cover 30" Dia. Water & Sewer - Manholes & Bases/Frames & Covers/Water Tight & Pressure Tight 33-05-13 (Rev 2/3/16) * 33 05 13 Manhole Frames and Covers Pont-A-Mousson Pamtight 24" Dia. * 33 05 13 Manhole Frames and Covers Neenah Casting 24" Dia. * 33 05 13 Manhole Frames and Covers Western Iron Works,Bass & Hays Foundry 300-24P 24" Dia. * 33 05 13 Manhole Frames and Covers McKinley Iron Works Inc. WPA24AM 24" Dia. 03/08/00 33 05 13 Manhole Frames and Covers Accucast RC-2100 ASTM A 48 24" Dia. 04/20/01 33 05 13 Manhole Frames and Covers (SIP)Serampore Industries Private Ltd. 300-24-23.75 Ring and Cover ASTM A 48 24" Dia. Water & Sewer - Manholes & Bases/Precast Concrete (Rev 1/8/13) * 33 39 10 Manhole, Precast Concrete Hydro Conduit Corp SPL Item #49 ASTM C 478 48" * 33 39 10 Manhole, Precast Concrete Wall Concrete Pipe Co. Inc. ASTM C-443 48" 09/23/96 33 39 10 Manhole, Precast Concrete Concrete Product Inc. 48" I.D. Manhole w/ 32" Cone ASTM C 478 48" w/32" cone 12/05/23 33 39 10 Manhole, Precast Concrete The Turner Company 72" I.D. Manhole w/ 32" Cone ASTM C 478 72" 05/08/18 33 39 10 Manhole, Precast Concrete The Turner Company 48", 60" I.D. Manhole w/ 32" Cone ASTM C 478 48", 60" 09/03/24 33 39 10 Manhole, Precast Concrete Oldcastle Precast Inc. Manhole, 32" Opening and Flat top, (No Transition Cones) ASTM C 478 48" to 84" I.D. 06/09/10 33 39 10 Manhole, Precast (Reinforced Polymer)Concrete US Composite Pipe Reinforced Polymer Concrete ASTM C-76 48" to 72" 09/06/19 33 39 20 Manhole, Precast Concrete Forterra Pipe and Precast 60" & 72" I.D. Manhole w/32" Cone ASTM C-76 60" & 72" 10/07/21 32 39 20 Manhole, Precast Concrete Forterra Pipe and Precast 48" I.D. Manhole w/32" Cone ASTM C-77 48" 10/07/21 33 39 20 Manhole, Precast (Reinforced Polymer) Concrete Armorock 48" & 60" I.D. Manhole w/32" Cone 48" & 60" 10/07/21 33 39 20 Manhole, Precast (Hybrid) Polymer & PVC Geneva Pipe and Precast (Predl Systems) 48" & 60" I.D. Manhole w/32" Cone 48" & 60" Non Traffic Areas 03/07/23 33 39 20 Manhole, Precast Concrete AmeriTex Pipe and Products, LLC 48" & 60" I.D. Manhole w/32" Cone ASTM C-478; ASTM C-923; ASTM C-443 03/07/23 33 39 20 Manhole, Precast (Reinforced Polymer) Concrete P3 Polymers, RockHardscp 48" & 60" I.D. Manhole w/32" Cone 04/28/07 Manhole, Precast (Reinforced Polymer) Concrete Amitech USA Meyer Polycrete Pipe Sewer -(WAC) Wastewater Access Chamber 33 39 40 12/29/23 33 39 20 Wastewater Access Chamber Quickstream Solutions, Inc. Type 8 Maintenace Shaft (Poopit) For use when Std. MH cannot be installed due to depth Water & Sewer - Manholes & Bases/Rehab Systems/Cementitious * E1-14 Manhole Rehab Systems Quadex 04/23/01 E1-14 Manhole Rehab Systems Standard Cement Materials, Inc. Reliner MSP E1-14 Manhole Rehab Systems AP/M Permaform 4/20/01 E1-14 Manhole Rehab System Strong Company Strong Seal MS2A Rehab System 5/12/03 E1-14 Manhole Rehab System (Liner) Triplex Lining System MH repair product to stop infiltration ASTM D5813 08/30/06 General Concrete Repair FlexKrete Technologies Vinyl Polyester Repair Product Misc. Use CITY OF FORT WORTH WATER DEPARTMENT STANDARD PRODUCT LIST Updated: 9-3-24 * From Original Standard Products List 1 Approval Spec No. Classsification Manufacturer Model No. National Spec Size CITY OF FORT WORTH WATER DEPARTMENT STANDARD PRODUCT LIST Updated: 9-3-24 Water & Sewer - Manholes & Bases/Rehab Systems/NonCementitious 05/20/96 E1-14 Manhole Rehab Systems Sprayroq, Spray Wall Polyurethane Coating ASTM D639/D790 12/14/01 Coating for Corrosion protection(Exterior) ERTECH Series 20230 and 2100 (Asphatic Emulsion) For Exterior Coating of Concrete Structures Only 01/31/06 Coatings for Corrosion Protection Chesterton Arc 791, S1HB, S1, S2 Acid Resistance Test Sewer Applications 8/28/2006 Coatings for Corrosion Protection Warren Environmental S-301 and M-301 Sewer Applications 03/19/18 33 05 16, 33 39 10, 33 39 20 Coating for Corrosion protection(Exterior) Sherwin Williams RR&C Dampproofing Non-Fibered Spray Grade (Asphatic Emulsion) For Exterior Coating of Concrete Structures Only Water & Sewer - Manhole Inserts - Field Operations Use Only (Rev 2/3/16) * 33 05 13 Manhole Insert Knutson Enterprises Made to Order - Plastic ASTM D 1248 For 24" dia. * 33 05 13 Manhole Insert South Western Packaging Made to Order - Plastic ASTM D 1248 For 24" dia. * 33 05 13 Manhole Insert Noflow-Inflow Made to Order - Plastic ASTM D 1248 For 24" dia. 09/23/96 33 05 13 Manhole Insert Southwestern Packing & Seals, Inc. LifeSaver - Stainless Steel For 24" dia. 09/23/96 33 05 13 Manhole Insert Southwestern Packing & Seals, Inc. TetherLok - Stainless Steel For 24" dia Water & Sewer - Pipe Casing Spacers 33-05-24 (07/01/13) 11/04/02 Steel Band Casing Spacers Advanced Products and Systems, Inc. Carbon Steel Spacers, Model SI 02/02/93 Stainless Steel Casing Spacer Advanced Products and Systems, Inc. Stainless Steel Spacer, Model SSI 04/22/87 Casing Spacers Cascade Waterworks Manufacturing Casing Spacers 09/14/10 Stainless Steel Casing Spacer Pipeline Seal and Insulator Stainless Steel Casing Spacer Up to 48" 09/14/10 Coated Steel Casin Spacers Pipeline Seal and Insulator Coated Steel Casing Spacers Up to 48" 05/10/11 Stainless Steel Casing Spacer Powerseal 4810 Powerchock Up to 48" 03/19/18 Casing Spacers BWM SS-12 Casing Spacer(Stainless Steel) 03/19/18 Casing Spacers BWM FB-12 Casing Spacer (Coated Carbon Steel) for Non_pressure Pipe and Grouted Casing 03/29/22 33 05 13 Casing Spacers CCI Pipeline Systems CSC12, CSS12 09/03/24 33 05 13 Casing Spacers Raci (Completely HDPE) Per Manufacturers Requirements (Sewer Applications Only)8" - 12" (Sewer Only) Water & Sewer - Pipes/Ductile Iron 33-11-10(1/8/13) * 33 11 10 Ductile Iron Pipe Griffin Pipe Products, Co. Super Bell-Tite Ductile Iron Pressure Pipe, AWWA C150, C151 3" thru 24" 08/24/18 33 11 10 Ductile Iron Pipe American Ductile Iron Pipe Co. American Fastite Pipe (Bell Spigot) AWWA C150, C151 4" thru 30" 08/24/18 33 11 10 Ductile Iron Pipe American Ductile Iron Pipe Co. American Flex Ring (Restrained Joint) AWWA C150, C151 4" thru 30" * 33 11 10 Ductile Iron Pipe U.S. Pipe and Foundry Co. AWWA C150, C151 * 33 11 10 Ductile Iron Pipe McWane Cast Iron Pipe Co. AWWA C150, C151 Water & Sewer - Utility Line Marker (08/24/2018) Sewer - Coatings/Epoxy 33-39-60 (01/08/13) 02/25/02 Epoxy Lining System Sauereisen, Inc SewerGard 210RS LA County #210-1.33 12/14/01 Epoxy Lining System Ertech Technical Coatings Ertech 2030 and 2100 Series 04/14/05 Interior Ductile Iron Pipe Coating Induron Protecto 401 ASTM B-117 Ductile Iron Pipe Only 01/31/06 Coatings for Corrosion Protection Chesterton Arc 791, S1HB, S1, S2 Acid Resistance Test Sewer Applications 8/28/2006 Coatings for Corrosion Protection Warren Environmental S-301 and M-301 Sewer Applications Sewer - Coatings/Polyurethane Sewer - Combination Air Valves 05/25/18 33-31-70 Air Release Valve A.R.I. USA, Inc. D025LTP02(Composite Body) 2" Sewer - Pipes/Concrete * E1-04 Conc. Pipe, Reinforced Wall Concrete Pipe Co. Inc. ASTM C 76 * E1-04 Conc. Pipe, Reinforced Hydro Conduit Corporation Class III T&G, SPL Item #77 ASTM C 76 * E1-04 Conc. Pipe, Reinforced Hanson Concrete Products SPL Item #95-Manhole, #98- Pipe ASTM C 76 * E1-04 Conc. Pipe, Reinforced Concrete Pipe & Products Co. Inc. ASTM C 76 Sewer - Pipe Enlargment System (Method)33-31-23 (01/18/13) PIM System PIM Corporation Polyethylene PIM Corp., Piscata Way, N.J. Approved Previously McConnell Systems McLat Construction Polyethylene Houston, Texas Approved Previously TRS Systems Trenchless Replacement System Polyethylene Calgary, Canada Approved Previously Sewer - Pipe/Fiberglass Reinforced/ 33-31-13(1/8/13) 7/21/97 33 31 13 Cent. Cast Fiberglass (FRP) Hobas Pipe USA, Inc. Hobas Pipe (Non-Pressure) ASTM D3262/D3754 03/22/10 33 31 13 Fiberglass Pipe (FRP) Ameron Bondstrand RPMP Pipe ASTM D3262/D3754 04/09/21 33 31 13 Glass-Fiber Reinforced Polymer Pipe (FRP) Thompson Pipe Group Thompson Pipe (Flowtite) ASTM D3262/D3754 03/07/23 33 31 13 Fiberglass Pipe (FRP) Future Pipe Industries Fiberstrong FRP ASTM D3262, ASTM D3681, ASTM D4161, AWWA M45 09/03/24 33 31 13 Fiberglass Pipe (FRP) Superlit Boru Sanayi A.S. Superlit FRP ASTM D3262, ASTM D3517, ASTM 3754, AWWA C950 * From Original Standard Products List 2 Approval Spec No. Classsification Manufacturer Model No. National Spec Size CITY OF FORT WORTH WATER DEPARTMENT STANDARD PRODUCT LIST Updated: 9-3-24 Sewer - Pipe/Polymer Pipe 4/14/05 Polymer Modified Concrete Pipe Amitech USA Meyer Polycrete Pipe ASTM C33, A276, F477 8" to 102", Class V 06/09/10 E1-9 Reinforced Polymer Concrete Pipe US Composite Pipe Reinforced Polymer Concrete Pipe ASTM C-76 Sewer - Pipes/HDPE 33-31-23(1/8/13) * High-density polyethylene pipe Phillips Driscopipe, Inc. Opticore Ductile Polyethylene Pipe ASTM D 1248 8" * High-density polyethylene pipe Plexco Inc. ASTM D 1248 8" * High-density polyethylene pipe Polly Pipe, Inc. ASTM D 1248 8" High-density polyethylene pipe CSR Hydro Conduit/Pipeline Systems McConnell Pipe Enlargement ASTM D 1248 Sewer - Pipes/PVC (Pressure Sewer) 33-11-12 (4/1/13) 12/02/11 33-11-12 DR-14 PVC Pressure Pipe Pipelife Jetstream PVC Pressure Pipe AWWA C900 4" thru 12" 10/22/14 33-11-12 DR-14 PVC Pressure Pipe Royal Building Products Royal Seal PVC Pressure Pipe AWWA C900 4" thru 12" Sewer - Pipes/PVC* 33-31-20 (7/1/13) * 33-31-20 PVC Sewer Pipe J-M Manufacturing Co., Inc. (JM Eagle) SDR-26 (PS115) ASTM D 3034 4" - 15" 12/23/97* 33-31-20 PVC Sewer Pipe Diamond Plastics Corporation SDR-26 (PS115) ASTM D 3034 4" thru 15" * 33-31-20 PVC Sewer Pipe Lamson Vylon Pipe SDR-26 (PS115) ASTM D 3034 4" thru 15" 12/05/23 33-31-20 PVC Sewer Pipe Vinyltech PVC Pipe SDR-26 (PS115) ASTM D3034 4" thru 15" 12/05/23 33-31-20 PVC Sewer Pipe Vinyltech PVC Pipe Gravity Sewer PS 115 ASTM F 679 18" * 33-31-20 PVC Sewer Pipe J-M Manufacturing Co, Inc. (JM Eagle) PS 115 ASTM F 679 18" - 28" 05/06/05 33-31-20 PVC Solid Wall Pipe Diamond Plastics Corporation PS 115 ASTM F-679 18" to 48" 04/27/06 33-31-20 PVC Sewer Fittings Harco SDR-26 (PS 115) Gasket Fittings ASTM D-3034, D-1784, etc 4" - 15" *33-31-20 PVC Sewer Fittings Plastic Trends, Inc.(Westlake)Gasketed PVC Sewer Main Fittings ASTM D 3034 3/19/2018 33 31 20 PVC Sewer Pipe Pipelife Jet Stream SDR 26 (PS 115) ASTM F679 18"- 24" 3/19/2018 33 31 20 PVC Sewer Pipe Pipelife Jet Stream SDR 26 ASTM D3034 4"- 15" 3/29/2019 33 31 20 Gasketed Fittings (PVC)GPK Products, Inc. SDR 26 ASTM D3034 4"- 15" 10/21/2020 33 31 20 PVC Sewer Pipe NAPCO(Westlake) SDR 26 ASTM D3034 4" - 15" 10/22/2020 33 31 20 PVC Sewer Pipe Sanderson Pipe Corp. SDR 26 ASTM D3034 4"- 15" 10/21/2020 33 31 20 PVC Sewer Pipe NAPCO(Westlake) SDR 26 PS 115 ASTM F-679 18"- 36" * From Original Standard Products List 3 Approval Spec No. Classsification Manufacturer Model No. National Spec Size CITY OF FORT WORTH WATER DEPARTMENT STANDARD PRODUCT LIST Updated: 9-3-24 Water - Appurtenances 33-12-10 (07/01/13) 09/03/24 33-12-10 Double Strap Saddle Ford Meter Box Co., Inc. 202B 1"-2" SVC, up to 16" Pipe 01/18/18 33-12-10 Double Strap Saddle Romac 202NS Nylon Coated AWWA C800 1"-2" SVC, up to 24" Pipe 08/28/02 Double Strap Saddle Smith Blair #317 Nylon Coated Double Strap Saddle 07/23/12 33-12-10 Double Strap Service Saddle Mueller Company DR2S Double (SS) Strap DI Saddle AWWA C800 1"-2" SVC, up to 24" Pipe 03/07/23 33-12-10 Double Strap Service Saddle Powerseal 3450AS, Incl. Corp. Stop, Dbl Strap, Stainless NSF ANSI 372 1"-2" SVC, up to 24" Pipe 10/27/87 Curb Stops-Ball Meter Valves McDonald 6100M,6100MT & 610MT 3/4" and 1" 10/27/87 Curb Stops-Ball Meter Valves McDonald 4603B, 4604B, 6100M, 6100TM and 6101M 1½" and 2" 5/25/2018 33-12-10 Curb Stops-Ball Meter Valves Ford Meter Box Co., Inc. FB600-7NL, FB1600-7-NL, FV23-777-W-NL, L22-77NL AWWA C800 2" 5/25/2018 33-12-10 Curb Stops-Ball Meter Valves Ford Meter Box Co., Inc. FB600-6-NL, FB1600-6-NL, FV23-666-W- NL, L22-66NL AWWA C800 1-1/2" 5/25/2018 33-12-10 Curb Stops-Ball Meter Valves Ford Meter Box Co., Inc. FB600-4-NL, FB1600-4-NL, B11-444-WR- NL, B22444-WR-NL, L28-44NL AWWA C800 1" 5/25/2018 33-12-10 Curb Stops-Ball Meter Valves Mueller Co., Ltd. B-25000N, B-24277N-3, B-20200N-3, H- 15000N, , H-1552N, H142276N AWWA C800, ANSF 61, ANSI/NSF 372 2" 5/25/2018 33-12-10 Curb Stops-Ball Meter Valves Mueller Co., Ltd. B-25000N, B-20200N-3, B-24277N-3,H- 15000N, H-14276N, H-15525N AWWA C800, ANSF 61, ANSI/NSF 372 1-1/2" 5/25/2018 33-12-10 Curb Stops-Ball Meter Valves Mueller Co., Ltd. B-25000N, B-20200N-3,H-15000N, H- 15530N AWWA C800, ANSF 61, ANSI/NSF 372 1" 01/26/00 Coated Tapping Saddle with Double SS Straps JCM Industries, Inc. #406 Double Band SS Saddle 1"-2" Taps on up to 12" 0/5/21/12 33-12-25 Tapping Sleeve (Coated Steel) JCM Industries, Inc. 412 Tapping Sleeve ESS AWWA C-223 Up to 30" w/12" Out 03/29/22 33-12-25 Tapping Sleeve (Coated or Stainless Steel) JCM Industries, Inc. 415 Tapping Sleeve AWWA C-223 Concrete Pipe Only 05/10/11 Tapping Sleeve (Stainless Steel) Powerseal 3490AS (Flange) & 3490MJ 4"-8" and 16" 02/29/12 33-12-25 Tapping Sleeve (Coated Steel) Romac FTS 420 AWWA C-223 U p to 42" w/24" Out 02/29/12 33-12-25 Tapping Sleeve (Stainless Steel) Romac SST Stainless Steel AWWA C-223 Up to 24" w/12" Out 02/29/12 33-12-25 Tapping Sleeve (Stainless Steel) Romac SST III Stainless Steel AWWA C-223 Up to 30" w/12" Out 05/10/11 Joint Repair Clamp Powerseal 3232 Bell Joint Repair Clamp 4" to 30" Plastic Meter Box w/Composite Lid DFW Plastics Inc. DFW37C-12-1EPAF FTW Plastic Meter Box w/Composite Lid DFW Plastics Inc. DFW39C-12-1EPAF FTW 08/30/06 Plastic Meter Box w/Composite Lid DFW Plastics Inc. DFW65C-14-1EPAF FTW Class "A" Concrete Meter Box Bass & Hays CMB37-B12 1118 LID-9 Concrete Meter Box Bass & Hays CMB-18-Dual 1416 LID-9 Concrete Meter Box Bass & Hays CMB65-B65 1527 LID-9 Water - Bolts, Nuts, and Gaskets 33-11-05 (01/08/13) None Water - Combination Air Release 33-31-70 (01/08/13) * E1-11 Combination Air Release Valve GA Industries, Inc. Empire Air and Vacuum Valve, Model 935 ASTM A 126 Class B, ASTM A 1" & 2" * E1-11 Combination Air Release Valve Multiplex Manufacturing Co. Crispin Air and Vacuum Valves, Model No. 1/2", 1" & 2" * E1-11 Combination Air Release Valve Valve and Primer Corp. APCO #143C, #145C and #147C 1", 2" & 3" Water - Dry Barrel Fire Hydrants 33-12-40 (01/15/14) 10/01/87 E-1-12 Dry Barrel Fire Hydrant American-Darling Valve Drawing Nos. 90-18608, 94-18560 AWWA C-502 03/31/88 E-1-12 Dry Barrel Fire Hydrant American Darling Valve Shop Drawing No. 94-18791 AWWA C-502 09/30/87 E-1-12 Dry Barrel Fire Hydrant Clow Corporation Shop Drawing No. D-19895 AWWA C-502 01/12/93 E-1-12 Dry Barrel Fire Hydrant American AVK Company Model 2700 AWWA C-502 08/24/88 E-1-12 Dry Barrel Fire Hydrant Clow Corporation Drawings D20435, D20436, B20506 AWWA C-502 E-1-12 Dry Barrel Fire Hydrant ITT Kennedy Valve Shop Drawing No. D-80783FW AWWA C-502 09/24/87 E-1-12 Dry Barrel Fire Hydrant M&H Valve Company Shop Drawing No. 13476 AWWA C-502 10/14/87 E-1-12 Dry Barrel Fire Hydrant Mueller Company Shop Drawings No. 6461 A-423 Centurion AWWA C-502 01/15/88 E1-12 Dry Barrel Fire Hydrant Mueller Company Shop Drawing FH-12 A-423 Super Centurion 200 AWWA C-502 10/09/87 E-1-12 Dry Barrel Fire Hydrant U.S. Pipe & Foundry Shop Drawing No. 960250 AWWA C-502 09/16/87 E-1-12 Dry Barrel Fire Hydrant 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 AWWA 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 Approval Spec No. Classsification Manufacturer Model No. National Spec Size CITY OF FORT WORTH WATER DEPARTMENT STANDARD PRODUCT LIST Updated: 9-3-24 Water - Pipes/PVC (Pressure Water) 33-31-70 (01/08/13) 12/05/23 33-11-12 PVC Pressure Pipe Vinyltech PVC Pipe DR14 AWWA C900, AWWA C605, ASTM D1784 4"-16" 12/05/23 33-11-12 PVC Pressure Pipe Vinyltech PVC Pipe DR18 AWWA C900, AWWA C605, ASTM D1784 16"-18" 09/03/24 33-11-12 PVC Pressure Pipe Northern Pipe Products DR14 AWWA C900, AWWA C605, ASTM D1784 4"-16" 09/03/24 33-11-12 PVC Pressure Pipe Northern Pipe Products DR18 AWWA C900, AWWA C605, ASTM D1784 16"-18" 3/19/2018 33 11 12 PVC Pressure Pipe Pipelife Jet Stream DR14 AWWA C900 4"-12" 3/19/2018 33 11 12 PVC Pressure Pipe Pipelife Jet Stream DR18 AWWA C900 16"-24" 5/25/2018 33 11 12 PVC Pressure Pipe Diamond Plastics Corporation DR 14 AWWA C900 4"-12" 5/25/2018 33 11 12 PVC Pressure Pipe Diamond Plastics Corporation DR 18 AWWA C900 16"-24" 12/6/2018 33 11 12 PVC Pressure Pipe J-M Manufacturing Co., Inc d/b/a JM Eagle DR 14 AWWA C900-16 UL 1285 ANSI/NSF 61 FM 1612 4"-28" 12/6/2018 33 11 12 PVC Pressure Pipe J-M Manufacturing Co., Inc d/b/a JM Eagle DR 18 AWWA C900-16 UL 1285 ANSI/NSF 61 FM 1612 16"-24" 9/6/2019 33 11 12 PVC Pressure Pipe Underground Solutions Inc. DR14 Fusible PVC AWWA C900 4" - 8" 9/6/2019 33 11 12 PVC Pressure Pipe NAPCO(Westlake) DR18 AWWA C900 16" - 24" 9/6/2019 33 11 12 PVC Pressure Pipe NAPCO(Westlake) DR14 AWWA C900 4"- 12" 9/6/2019 33 11 12 PVC Pressure Pipe Sanderson Pipe Corp. DR14 AWWA C900 4"- 12" Water - Pipes/Valves & Fittings/Ductile Iron Fittings 33-11-11 (01/08/13) 07/23/92 E1-07 Ductile Iron Fittings Star Pipe Products, Inc. Mechanical Joint Fittings AWWA C153 & C110 * E1-07 Ductile Iron Fittings Griffin Pipe Products, Co. Mechanical Joint Fittings AWWA C 110 * E1-07 Ductile Iron Fittings McWane/Tyler Pipe/ Union Utilities Division Mechanical Joint Fittings, SSB Class 350 AWWA C 153, C 110, C 111 08/11/98 E1-07 Ductile Iron Fittings Sigma, Co. Mechanical Joint Fittings, SSB Class 351 AWWA C 153, C 110, C 112 02/26/14 E1-07 MJ Fittings Accucast Class 350 C-153 MJ Fittings AWWA C153 4"-12" 05/14/98 E1-07 Ductile Iron Joint Restraints Ford Meter Box Co./Uni-Flange Uni-Flange Series 1400 AWWA C111/C153 4" to 36" 05/14/98 E1-24 PVC Joint Restraints Ford Meter Box Co./Uni-Flange Uni-Flange Series 1500 Circle-Lock AWWA C111/C153 4" to 24" 11/09/04 E1-07 Ductile Iron Joint Restraints One Bolt, Inc. One Bolt Restrained Joint Fitting AWWA C111/C116/C153 4" to 12" 02/29/12 33-11-11 Ductile Iron Pipe Mechanical Joint Restraint EBAA Iron, Inc. Megalug Series 1100 (for DI Pipe)AWWA C111/C116/C153 4" to 42" 02/29/12 33-11-11 PVC Pipe Mechanical Joint Restraint EBAA Iron, Inc. Megalug Series 2000 (for PVC Pipe)AWWA C111/C116/C153 4" to 24" 08/05/04 E1-07 Mechanical Joint Retainer Glands(PVC) Sigma, Co. Sigma One-Lok SLC4 - SLC10 AWWA C111/C153 4" to 10" 03/06/19 33-11-11 Mechanical Joint Retainer Glands(PVC) Sigma, Co. Sigma One-Lok SLCS4 - SLCS12 AWWA C111/C153 4" to 12" 08/05/04 E1-07 Mechanical Joint Retainer Glands(PVC) Sigma, Co. Sigma One-Lok SLCE AWWA C111/C153 12" to 24" 08/10/98 E1-07 MJ Fittings(DIP) Sigma, Co. Sigma One-Lok SLDE AWWA C153 4" - 24" 10/12/10 E1-24 Interior Restrained Joint System S & B Techncial Products Bulldog System ( Diamond Lok 21 & JM ASTM F-1624 4" to 12" 08/16/06 E1-07 Mechanical Joint Fittings SIP Industries(Serampore) Mechanical Joint Fittings AWWA C153 4" to 24" 11/07/16 33-11-11 Mechanical Joint Retainer Glands Star Pipe Products, Inc. PVC Stargrip Series 4000 ASTM A536 AWWA C111 11/07/16 33-11-11 Mechanical Joint Retainer Glands Star Pipe Products, Inc. DIP Stargrip Series 3000 ASTM A536 AWWA C111 03/19/18 33-11-11 Mechanical Joint Retainer Glands SIP Industries(Serampore) EZ Grip Joint Restraint (EZD) Black For DIP ASTM A536 AWWA C111 3"-48" 03/19/18 33-11-11 Mechanical Joint Retainer Glands SIP Industries(Serampore) EZ Grip Joint Restraint (EZD) Red for C900 DR14 PVC Pipe ASTM A536 AWWA C111 4"-12" 03/19/18 33-11-11 Mechanical Joint Retainer Glands SIP Industries(Serampore) EZ Grip Joint Restraint (EZD) Red for C900 DR18 PVC Pipe ASTM A536 AWWA C111 16"-24" * From Original Standard Products List 5 Approval Spec No. Classsification Manufacturer Model No. National Spec Size CITY OF FORT WORTH WATER DEPARTMENT STANDARD PRODUCT LIST Updated: 9-3-24 Water - Pipes/Valves & Fittings/Resilient Seated Gate Valve* 33-12-20 (05/13/15) Resilient Wedged Gate Valve w/no Gears American Flow Control Series 2500 Drawing # 94-20247 16" 12/13/02 Resilient Wedge Gate Valve American Flow Control Series 2530 and Series 2536 AWWA C515 30" and 36" 08/31/99 Resilient Wedge Gate Valve American Flow Control Series 2520 & 2524 (SD 94-20255) AWWA C515 20" and 24" 05/18/99 Resilient Wedge Gate Valve American Flow Control Series 2516 (SD 94-20247) AWWA C515 16" 10/24/00 E1-26 Resilient Wedge Gate Valve American Flow Control Series 2500 (Ductile Iron) AWWA C515 4" to 12" 08/05/04 Resilient Wedge Gate Valve American Flow Control 42" and 48" AFC 2500 AWWA C515 42" and 48" 05/23/91 E1-26 Resilient Wedge Gate Valve American AVK Company American AVK Resilient Seaded GV AWWA C509 4" to 12" 01/24/02 E1-26 Resilient Wedge Gate Valve American AVK Company 20" and smaller * E1-26 Resilient Seated Gate Valve Kennedy 4" - 12" * E1-26 Resilient Seated Gate Valve M&H 4" - 12" * E1-26 Resilient Seated Gate Valve Mueller Co.4" - 12" 11/08/99 Resilient Wedge Gate Valve Mueller Co. Series A2361 (SD 6647) AWWA C515 16" 01/23/03 Resilient Wedge Gate Valve Mueller Co. Series A2360 for 18"-24" (SD 6709) AWWA C515 24" and smaller 05/13/05 Resilient Wedge Gate Valve Mueller Co. Mueller 30" & 36", C-515 AWWA C515 30" and 36" 01/31/06 Resilient Wedge Gate Valve Mueller Co. Mueller 42" & 48", C-515 AWWA C515 42" and 48" 01/28/88 E1-26 Resilient Wedge Gate Valve Clow Valve Co. AWWA C509 4" - 12" 10/04/94 Resilient Wedge Gate Valve Clow Valve Co. 16" RS GV (SD D-20995) AWWA C515 16" 11/08/99 E1-26 Resilient Wedge Gate Valve Clow Valve Co. Clow RW Valve (SD D-21652) AWWA C515 24" and smaller 11/29/04 Resilient Wedge Gate Valve Clow Valve Co. Clow 30" & 36" C-515 AWWA C515 30" and 36" (Note 3) 11/30/12 Resilient Wedge Gate Valve Clow Valve Co. Clow Valve Model 2638 AWWA C515 24" to 48" (Note 3) 05/08/91 E1-26 Resilient Seated Gate Valve Stockham Valves & Fittings AWWA C 509, ANSI 420 - stem, 4" - 12" * E1-26 Resilient Seated Gate Valve U.S. Pipe and Foundry Co.Metroseal 250, requirements SPL #74 3" to 16" 10/26/16 33-12-20 Resilient Seated Gate Valve EJ (East Jordan Iron Works)EJ FlowMaster Gate Valve & Boxes 08/24/18 Matco Gate Valve Matco-Norca 225 MR AWWA/ANSI C115/An21.15 4" to 16" Water - Pipes/Valves & Fittings/Rubber Seated Butterfly Valve 33-12-21 (07/10/14) * E1-30 Rubber Seated Butterfly Valve Henry Pratt Co. AWWA C-504 24" * E1-30 Rubber Seated Butterfly Valve Mueller Co. AWWA C-504 24"and smaller 1/11/99 E1-30 Rubber Seated Butterfly Valve Dezurik Valves Co. AWWA C-504 24" and larger 06/12/03 E1-30 Valmatic American Butterfly Valve Valmatic Valve and Manufacturing Corp. Valmatic American Butterfly Valve. AWWA C-504 Up to 84" diameter 04/06/07 E1-30 Rubber Seated Butterfly Valve M&H Valve M&H Style 4500 & 1450 AWWA C-504 24" to 48" 03/19/18 33 12 21 Rubber Seated Butterfly Valve G. A. Industries (Golden Anderson) AWWA C504 Butterfly Valve AWWA C-504 30"-54" 09/03/24 33 12 21 Rubber Seated Butterfly Valve American AVK Company AWWA C504 Butterfly Valve Class 250B AWWA C-504 24" - 48" Water - Polyethylene Encasement 33-11-10 (01/08/13) 05/12/05 E1-13 Polyethylene Encasment Flexsol Packaging Fulton Enterprises AWWA C105 8 mil LLD 05/12/05 E1-13 Polyethylene Encasment Mountain States Plastics (MSP) and AEP Ind. Standard Hardware AWWA C105 8 mil LLD 05/12/05 E1-13 Polyethylene Encasment AEP Industries Bullstrong by Cowtown Bolt & Gasket AWWA C105 8 mil LLD 09/06/19 33-11-11 Polyethylene Encasment Northtown Products Inc. PE Encasement for DIP AWWA C105 8 mil LLD Water - Sampling Station 03/07/23 33 12 50 Water Sampling Station Kupferle Foundry Company Eclipse, Number 88 , 12-inch Depth of Bury As shown in spec. 33 12 50 09/02/24 33 12 50 Water Sampling Station Mueller Water Products, Inc. Model BSS01-36-MUDG2-CSD-NL, Freeze Proof, Hasp for Locking Access Hatch Water - Automatic Flusher 10/21/20 Automated Flushing System Mueller Hydroguard HG6-A-IN-2-BRN-LPRR(Portable) HG2-A-IN--2-PVC-018-LPLG(Permanent) 04/09/21 Automated Flushing System Kupferle Foundry Company Eclipse #9800wc 04/09/21 Automated Flushing System Kupferle Foundry Company Eclipse #9700 (Portable) Yellow Highlight indicates recent changes 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 * From Original Standard Products List 6 CITY OF FORT WORTH PANTHER ISLAND SANITARY SEWER COLLECTOR STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105247 Revised July 1, 2011 THIS PAGE LEFT INTENTIONALLY BLANK