Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
Contract 62805-PM1
CSC No. 62805-PM 1 FORT WORTH PROJECT MANUAL FOR THE CONSTRUCTION OF Cattleman's Crossing Lift Station & Force Main IPRC Record No. IPRC24-0005 City Project No. 105377 FID No. 30114-0200431-105377-EO7685 File No. X-28067 Mattie Parker Jesus "Jay" Chapa Mayor City Manager Christopher P. Harder, P.E. Director, Water Department Lauren Prieur, P.E., PMP, CCM Director, Transportation and Public Works Department Shield Engineering Group TBPE Firm #F-11039 TBPLS Firm # 10193890 1600 W 7th St., Suite 400, Fort Worth, TX. 76102 817-810-0696 Prepared for The City of Fort Worth March 2025 LANDON G. GEARY ......................... : V. 0 144251 Owner/Developer Ashton Woods 1800 Valley View Lane, Ste 100 Farmers Branch, TX. 75234 214-693-5378 OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX 03/19/2025 FORT WORTH.,. City of Fort Worth Standard Construction Specification Documents Adopted September 2011 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 1 of 5 SECTION 00 00 10 TABLE OF CONTENTS Division 00 - General Conditions Last Revised 0005 10 Mayor and Council Communication 07/01/2011 0005 15 Addenda 07/01/2011 0011 13 Invitation to Bidders 02/08/2024 0021 13 Instructions to Bidders 01/17/2024 0035 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 0043 13 Bid Bond 09/11/2017 w nci��i�ni i 0045 11 Bidders Prequalifications 08/13/2011 0045 12 Prequalification Statement 09/30/2021 0045 13 Prequalification Application 08/13/2021 00 45 26 Contractor Compliance with Workers' Compensation Law 07/01/2011 B#Si4W Wtij i nib 00 52 43 Agreement 3/08/2024 0061 13 Performance Bond 12/08/2023 0061 14 Payment Bond 12/08/2023 0061 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 01 1100 Summary of Work 12/20/2012 01 25 00 Substitution Procedures 08/30/2013 01 31 19 nip Preconstruction Meeting 08/30/2013 01 3233 Preconstruction Video 08/30/2013 01 33 00 Submittals 08/30/2013 01 35 13 Special Project Procedures 08/30/2013 01 45 23 Testing and Inspection Services 03/20/2020 01 5000 Temporary Facilities and Controls 07/01/2011 01 5526 Street Use Permit and Modifications to Traffic Control 07/01/2011 01 57 13 Storm Water Pollution Prevention Plan 07/01/2011 01 60 00 Product Requirements 03/20/2020 01 66 00 Product Storage and Handling Requirements 04/07/2014 01 70 00 Mobilization and Remobilization 04/07/2014 01 71 23 Construction Staking 04/07/2014 01 74 23 Cleaning 04/07/2014 01 77 19 Closeout Requirements 04/07/2014 01 78 23 Operation and Maintenance Data 04/07/2014 01 78 39 Project Record Documents 04/07/2014 CITY OF FORT WORTH CATTLEMAN'S CROSSING LIFT STATION & FORCE MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN: 105377 Revised October 6, 2023 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 2 of 5 Technical Specifications which have been modified by the Engineer specifically for this Project; hard copies are included in the Project's Contract Documents NONE Technical Specifications listed below are included for this Project by reference and can be viewed/downloaded from the City's website at: httD://fortworthtexas.2ov/tvw/contractors/ or httDs://ai)Ds.fortworthtexas.gov/ProiectResources/ Date Division 02 - Existing Conditions Modified 0241 13 Selective Site Demolition 02/11/2022 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 26 - Electrical 26 05 00 Common Work Results for Electrical 03/11/2022 2605 10 Demolition for Electrical Systems 12/20/2012 26 05 33 Raceways and Boxes for Electrical Systems 12/20/2012 26 05 43 Underground Ducts and Raceways for Electrical Systems 07/01/2016 Division 31- Earthwork 31 1000 Site Clearing 03/22/2021 3123 16 Unclassified Excavation 01/28/2013 31 23 23 Borrow 01/28/2013 31 24 00 Embankments 01/28/2013 nn i Division 32 - Exterior Improvements Permanent n '�-0-+- —�--7 �.�phcllt _ cl`=in��pclir Fa`=irk pnir 1-2-P—Zi , 212 33-1-12P. I km—T-t\m` 2-2 3-7 not s 0,zphnit-Favinb Zi1�1Z CITY OF FORT WORTH CATTLEMAN'S CROSSING LIFT STATION & FORCE MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN: 105377 Revised October 6, 2023 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 3 of 5 "al€o—Privewayo-ar�.i ? �� 22 went-1`ilerltir��s n` "•� ^'��^ „inns 2-2-2-1 2P , ^ � 2i-3-242 Cast i Pl 3291 19 Topsoil Placement and Finishing of Parkways 03/11/2022 32 92 13 Hydro -Mulching, Seeding, and Sodding 05/13/2021 32 93 43 Trees and Shrubs 12/20/2012 Division 33 - Utilities 33 01 30 Sewer and Manhole Testing 09/07/2018 33 01 31 Closed Circuit Television (CCTV) Inspection 03/11/2022 3303 10 Bypass Pumping of Existing Sewer Systems 12/20/2022 33 04 10 Joint Bonding and Electrical Isolation 12/20/2022 33 04 11 Corrosion Control Test Stations 12/20/2022 33 04 12 Magnesium Anode Cathodic Protection System 12/20/2022 T=------ VA&4elsS- w Glk�ninp-and _ _r-1-4aina 33 04 50 Cleaning of Sewer Mains 03/11/2022 3305 10 Utility Trench Excavation, Embedment, and Backfill 04/02/2021 der-�irr_ iQ wor-im 3305 13 Frame, Cover and Grade Rings - Cast Iron 09/09/2022 3305 13.10 Frame, Cover and Grade Rings - Composite 09/09/2022 3305 14 Adjusting Manholes, Inlets, Valve Boxes, and Other Structures to 03/11/2022 Grade 3305 16 Concrete Water Vaults 12/20/2022 3305 17 Concrete Collars 03/11/2022 33 05 20 Auger Boring 12/20/2022 el-iirx� dn ,^i^ 33 05 22 Steel Casing Pipe 12/20/2022 33 05 24 Installation of Carrier Pipe in Casing or Tunnel Liner Plate 12/20/2022 33 05 26 Utility Markers/Locators 12/20/2022 33 05 30 Location of Existing Utilities 12/20/2022 33 1105 Bolts, Nuts, and Gaskets 12/20/2022 33 11 10 Ductile Iron Pipe 12/09/2012 33 11 11 Ductile Iron Fittings 09/20/2017 33 11 12 Polyvinyl Chloride (PVC) Pressure Pipe 09/09/2022 22t2 �?r zreptF-St , ^ r_ and 33 „ , c 33 1220 Resilient Seated Gate Valve 05/06/2015 CITY OF FORT WORTH CATTLEMAN'S CROSSING LIFT STATION & FORCE MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN: 105377 Revised October 6, 2023 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 4 of 5 1 s1��5�wt��r#lyslal�=�e I ms n�inci�n, 33 1230 Combination Air Valve Assemblies for Potable Water Systems 12/20/2022 33 1240 Fire Hydrants 01/03/2014 33 1250 Water Sample Stations 12/20/2022 33 1260 Standard Blow -off Valve Assembly 06/19/2013 33-1u3 F41wvgINe- �__ ---- -Ri 33 31 20 Polyvinyl Chloride (PVC) Gravity Sanitary Sewer Pipe 09/09/2022 33 31 21 P l inyl Chloride (PVC) Closed Profile Gravity Sanitary Sewer 12/20/2022 a 33 31 50 Sanitary Sewer Service Connections and Service Line 04/26/2013 -01, t,o_ 3339 10 Cast -in -Place Concrete Manholes 12/20/2022 33 39 20 Precast Concrete Manholes 12/20/2022 33 39 60 Epoxy Liners for Sanitary Sewer Structures 04/29/2021 1341-12 R=@i�i���'?��j�s,���? 33 46 00 Subdrainage 06/10/2022 rnrPrclin® a T_:i9`_ Dana ,�i Division 34 - Transportation � �` Jl 1141�$ n n Ait@l%t � ix�,,,-iIK Trams a--- - r =inn __�rricl� 34 41 20 Roadway Illumination Assemblies A�"a r ED n 12/20/2012 nc i, ten, c �n nF*qnA-f,"f�,, ncnci�n,c �n n, �nn� �CRI�� hj-),lllium�ll! J' ncnci�n,c 34 41 30 Aluminum Signs 11/12/2013 3471 13 Traffic Control 03/22/2021 CITY OF FORT WORTH CATTLEMAN'S CROSSING LIFT STATION & FORCE MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN: 105377 Revised October 6, 2023 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Appendix 4640-4-. Q'- - GC-4.02 Subsurface and Physical Conditions :�cl»r:wa �_ - a`_�o GC-6.06.1) Minority and Women Owned Business Enterprise Compliance GC-6.07 Wage Rates GC-6.09 Permits and Utilities _. GR-01 60 00 Product Requirement END OF SECTION Page 5 of 5 CITY OF FORT WORTH CATTLEMAN'S CROSSING LIFT STATION & FORCE MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN: 105377 Revised October 6, 2023 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 000510-1 MAYOR AND COUNCIL COMMUNICATION (M&C) Page 1 of 1 SECTION 00 05 10 MAYOR AND COUNCIL COMMUNICATION (M&C) END OF SECTION CITY OF FORT WORTH CATTLEMAN'S CROSSING FORCE MAIN & LIFT STATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN: 105377 Revised March 20, 2020 City of Fort Worth, Texas Mayor and Council Communication ©ATE: 10/15/24 M&C FILE NUMBER: M&C 24-0861 LOG NAME: 60CATTLEMANS CROSSING LIFT STATION & FORCE MAIN SUBJECT (CD 10) Authorize Execution of a Community Facilities Agreement with Ashton Callas Residential L.L.C., with City Participation in the Amount Not to Exceed $744,779.71, for Oversizing the Expansion of the Hunter Crossroads Lift Station and Oversizing a 10-Inch Sewer Force Main Located in North West Fort Worth, 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 the execution of a Community Facilities Agreement with Ashton Callas Residential L.L.G., with City participation in an amount not to exceed $744,779.71, for oversizing the expansion of the Hunter Crossroads lift station and oversizing a 10-inch sewer force main located in northwest Fort Worth; and 2. Adopt the attached appropriation ordinance adjusting estimated receipts and appropriations in the Water & Sewer Revenue Bands Series 2023 Fund by increasing estimated receipts and appropriations in the Community Facilities Agreement Bucket programmable project (City Project No.PO0001) in the amount of $878,713.00 and decreasing estimated receipts and appropriations in the Commercial Paper project (City Project No. UCMLPR ) by the same amount for the purpose of funding the Community Facilities Agreement CFA-Cattleman's Crossing LS&FM project (City Project No.105377) and to effect a portion of Water's contribution to the Fiscal Years 2025-2029 Capital Improvement Program. DISCUSSION: Ashton Dallas Residential L.L.C. (Developer) is constructing the Cattleman's Grossing development project located east of Highway 287 and north of West Blue Mound Road. The City is participating in the public sewer improvements to oversize the expansion of Hunter Crossroads lift station and oversize the 10-inch sewer force main (3,400 linear feet) to create additional capacity for future growth in the vicinity. The cost allocation is estimated to be at 59.8% for the Developer and 40.2% for the City. The City's calculation for City participation is in accordance with the City's Community Facilities Agreement (CFA) unit price ordinance number 23657-05-2019. The Cattleman's Crossing lift station and force main project is assigned City Project No. 105377 and Accela System Record Infrastructure Plan Review Center (IPRC) 24-0005. This project has been publicly bid. The City's cost participation in oversizing the expansion of Hunter Crossroad lift station and oversizing a 10-inch sewer force main is estimated to be in an amount not to exceed $744,779.71 as shown in the table below. Payments to the Developer are estimated to be $669,664.06 for construction costs, $1,400.17 for IPRC plan review fees, $3,355.99 for public bid advertisement costs, $830.93 for a railroad permit, and $13,393.28 far material testing. The City's cost participation also includes $56,135.28 to cover the City's portion of construction inspection service fees and administrative material testing fees. An additional 5133,932.81 in the contingency funds will cover the City's portion of any change orders. The following table shows the cost -sharing breakdown for the project between all parties: A. Construction Unit 1A Sewer -Force Main Unit 18 Sewer - Lift Station Total (Contingency Construction Fees I Developer City Cost Total Cost Cost (59.8%) (40.2%) $459,162.94 $308,668.06 $767,831.00 $537,004.00 $360,996.00 $898,000.00 $996,166.94 $669,664.06 $1,665,831.00 $0.00 $133,932.81 $133.932.81 A. Construction Inspection Fee $81,985.80 $55,114.20 $137,100.00 B. Admin Material Testing Fee $1,518.92 $1,021.08 $2,540.001 �C. Water Testing Lab Fee $0.00 $0.00 $0.00 �D. Material Testing Cost $0.00 $13,393.28 $13,393.28 �E. IPRC fees $2,082.83 $1,400.17 $3,483.00j �F. Bid Advertisement $4,992.24 $3,355.99 $8,348.23 �G. Railroad Permit $1,236.07 $830.93 $2,067.00 Total Project Cost $1,087.982.80 $878,712.52 $1.966,695.32 *Numbers will be rounded up for accounting purposes. The reimbursement of the City participation, excluding inspection and material testing fees, is not a lump -sum amount and may be less than the stated amount depending upon the actual quantities and unit prices from the Notice of Final Completion package; commonly referred to as the Green Sheet package. It is the practice of the Water Department to appropriate its 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 Mayor & Council Communication (M&C) will appropriate funds in support of the Water Department's portion of the City of Fort Worth's Fiscal Years 2025-2029 Capital Improvement Program, as follows: 60CATTLEMANS CROSSING LIFT STATION/FORCE MAIN a Budget Capital;, Revised Project FY2025 CIP Change Fund Authority: FY2026 Name Il Name Appropriabons;3 (increase 1 Budget Decrease) I t6021 W&S 005377 - ] 'Rev ,CFA i Bonds ;;Cattleman's: $o.00lThis M&C $878,713.00 $878,713.00, Series :'Crossing 2023 LS&FM Fund Funding is available in the Commercial Paper project within the Water & Sewer Rev Bonds Series 2023 Fund for the purpose of funding the CFA Cattleman's Crossing LS&FM project. Funding for the Community Facilities Agreement (CFA) — Cattleman's Crossing LS&FM project as depicted in the table below: Existing Additional project Fund :Appropriations, Appropriations; Total 56014 - W&5 Capital $78,769.00: $0.00J $78,769.00; Proj 2018 56021 - W&S Rev Bonds Series 2023 $0.00, $878,713.00 $878,713.00 Project Total $78,769.00? $878,713.00 $957,482.00! *Numbers rounded for presentation purposes. BUSINESS EQUITY- A goal is not required under Business Equity Ordinance 25165-102021 when City spending participation on Community Facilities Agreements are less than $1,000,000.00 dollars. This project is located in COUNCIL DISTRICT 10. FISCAL INFORMATION 1 CERTIFICATION: The Director of Finance certifies that funds are currently available in the Commercial Paper project within the W&S Rev Bonds Series 2023 Fund and upon approval of the above recommendations and adoption of the attached appropriation ordinance, funds will be available in W&S Rev Bonds Series 2023 Fund for the CFA-Cattleman's Crossing LS&FM project to support the approval of the above recommendations and execution of the agreement. Prior to an expenditure being incurred, the Water Department has the responsibility of verifying the availability of funds. Submitted for Citv Manaaer's Office bv: Fernando Costa 6122 06ainatina Business unit Head: Chris Harder 5020 Additional Information Contact: Suby Varughese 8009 Melissa Harris 8428 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 0005 15- 1 ADDENDA Page 1 of 1 SECTION 00 05 15 ADDENDA END OF SECTION CITY OF FORT WORTH CATTLEMAN'S CROSSING FORCE MAIN & LIFT STATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN: 105377 Revised March 20, 2020 ADDENDUM NO. _i To the Plans, Specifications & General Contract Documents Sewer Farce Again & Lift Station Improvements Improvements To Serve Cattleman's Crossing Force Main & Lift Station CITY PROJECT NO.: 105377 Bid Date: August 1" at 2:00 PM Addendum No, 1: Issued July 301°. 2024 The Contract Documents, Specifications, and Plans for the subject project are hereby amended as follows: SPECIFICATIONS & CONTRACT DOCUMENTS: 1. Document Modified: Commented noted for the reducer. Construction Plan Set Sheet LS-4 will be incorporated and updated prior to pre -construction, no bid quantity updates svill be required. Description of Change. Callout -� 1 Ox6 " REDUCING 90-DEG ELBO W - 2. Document Modified: Comments noted for approved equal product types. Construction Plan Set Sheet LS-9 will have an additional note to include equivalent approved product types, no quantity updates will be required. Description of Change: Construction Plan Sheet is updated. BIDDER QUESTIONS AND ANSWERS: Question 1: Plan sheet LS-4 the Di riser pipe shows to be 6" ivrth 6x4 reducer at punvp connection and piping coming out of wet into and through the valve vault to be 10" is this correct or will the riser pipe in the wet ivell be 1009 if 6"pipe coffect. does it increase at the 90 in the wet well Answer. "10x6" REDUCING 90-DEG ELBOW" Callout Added Questions 2: The general notes for the Lift Station section of the plans contradicts the CoFW specifications and approved products list Need to verify with the engineer if this "general notes " section or tho CoFW standard spec will take precedence within the fend of the Lift Station_ if the engineer wants to go with the "General Notes" 1 have concerns listed below. (Listed below a through a). Answer: its riot clear which general notes provided for lift station contradicts with COFW specifications. In general, city specs will be followed and site -specific lift station notes mentioned in construction plan will be practiced. Water department approved product list are included in draft project manual. Any request for substitution product needs to comply Section 01 25 00 included in crrart project ►nanuat. (vote water department reserves the nglrt to approve substitution product, a) GI 10 full body fittings _ we 'd like to use C 153 compact fittings for buried fittings & C 110 flanged fittings in the vaults. PAGE 1 Answer: C153 Compact Fittings Not Allowed, C110 is the preferred flange based on For! Worth 's specs. b) Mueller resilient seat gate valves _ we'd like to use Clow gate valves as we do with all other Fort worth Projects. Answer: Product to meet city specs. For substitution product follow Section 0125 00. W Short cast iron valve boxes with 6" PVC pipe valve box riser_ would prefer to supply the screw type adjustable valve boxes as they will be half the price Answer: Product to meet city specs_ For substitution product follow Section 01 25 00, d) Corr -Ten A+MJ Bolts instead Corr -Blue MJ bolts _ vve will supply but would like to supply the xylem coated bolts to avoid confusion. Answer: Product to meet city specs. For substitution product follow Section 0125 00 e) This section also calls for American ACIPCD check valves, but we'd like to supply Dezutik check valves and plug valves. American is a competitor and we don I have reliable supply. I have attached the submittal documents for* the Dezurik valves we -d like to quote or) this project. Answer: Product to meet city specs. For substitution product follow Section 01 25 00, Question 7: This bid does not appear to have the spec sections attached that are called (330310 Bypass Pumping. 331 f 10 DIP etc) out in the current draft. Will they be uploaded at a later date? Answer: 33 03 10 Bypass Pumping and 33 11 10 DIP Specs are located on City of Fort Worth Product Resource Drive and can be obtained from there directly. If needed it can be provided to contractor during construction. Question 8: May Sulzer ABS be approved to bid this project with our 47 HP pump that was sent previously? Answer: Anyone can bid the project. Any lift station related product to be reviewed by design engineer after precon. An approved equal note will be added on relevant construction plan sheets, no bid quantifies will be affected. Question 9: Spec section 013120 is missing Answer: Section 013120 is Project Meetings and outlines the steps to conduct different meetings. This project swill not follow criteria outline in Section 01 31 20. However, based on need. meetings will be held including precon meeting. Question 10: is there an engineer's estimate or budget/range for this project? Anew+or: S 1, 23 7.4903. 00 PAGE 2 This Addendum, forms part of the Contract Documents referenced above and modifies the original Contract Documents and flans. Bidder shall acknowledge receipt of this addendum in the space Drovided below, on the last cage of the Bid Form and acknowledge receipt on the outer envelope of vour bid. A signed copy of this Addendum should be included in the sealed bid envelope at the time of bid submittal. Failure to acknowledge the receipt of this Addendum could cause the subject bidder to be considered "NONRESPONSIVE," resulting in disqualification. RECIEPT ACKNOWLEDGEMENT Company:, apzbt ,(,� Address: ip- o- IZ6� /�00-7- State: -rx ISSUED BY: SIveld Engineering Group, PLL C By: 4-ar�� Lendorr Geary P. E. ACCEPTED BY CITY: Sendip Aclhikarr Project Manager PAGE 3 0011 13 INVITATION TO BIDDERS Page 1 of 3 �101401 [1)0[QlfffR3 INVITATION TO BIDDERS RECEIPT OF BIDS Electronic bids for the construction of CPN 105377 Cattleman's Crossing Force Main & Lift Station ("Project") will be received by the City of Fort Worth via the Procurement Portal httDS:Hfortworthtexas.bonfirehub.com/aortal/?tab=oDenODDortunities. under the respective Project until 12:00 P.M. CST, Thursday, August 1st, 2024). Bids will then be opened publicly and read aloud beginning at 2:00 PM CST in the City Council Chambers. Your submissions must be uploaded, finalized and submitted prior to the Project's posted due date. The City strongly recommends allowing sufficient time to complete this process (ideally a week prior to the deadline) to begin the uploading process and to finalize your submission. Uploading large documents may take time, depending on the size of the file(s) and your Internet connection speed. The Bonfire portal can be accessed using Microsoft Edge, Google Chrome, or Mozilla Firefox. Javascript must be enabled. Browser cookies must be enabled. Electronic submission is subject to electronic interface latency, which can result in transmission delays. All bidders or proposers assume the risk of late transmission/ submission. The City shall not be held liable if an interested bidder or proposer is unable to submit a complete bid/response before the published deadline due to transmission delays or any other technical issues or obstructions. The City strongly recommends allowing sufficient time to complete the submission process (ideally a week before the deadline) to begin the uploading process and to finalize your submission to give adequate time in the event an issue arises. All submissions must be submitted electronically prior to the close date and time under the respective Project via the Procurement Portal: https://fortworthtexas.bonfirehub.com/Dortal/?tab=ODenODDortunities Failure to submit all completed required information listed in the respective Solicitation will be grounds for rejection of a bid as non -responsive. No late bids/proposals shall be accepted. Bids delivered in any other manner than using the Bonfire Platform (Procurement Portal) will not be accepted or considered. If, upon being opened, a submission is unreadable to the degree that material conformance to the requirements of the procurement specifications cannot be ascertained, such submission will be rejected without liability to the City, unless such bidder provides clear and convincing evidence (a) of the content of the submission as originally submitted and (b) that the unreadable condition of the Electronic Bid was caused solely by error or malfunction of the Bonfire Platform (Procurement Portal). Failure to scan a clear or readable copy of a bid into the system does not constitute and shall not be considered an error or malfunction of the Bonfire Platform (Procurement Portal). Bidders are encouraged to fully review each page of every document within their submission prior to submitting to ensure all documents are clear, legible, and complete. SUPPORT For technical questions, visit Bonfire's help forum at https://vendorsupport.gobonfire.com/hc/en- us Contact the Bonfire support team at Support@GoBonfire.com or by calling 1-800-354-8010. CITY OF FORT WORTH CATTLEMAN'S CROSSING FORCE MAIN & LIFT STATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENT CPN.•105377 Revised 2/08/24 0011 13 INVITATION TO BIDDERS Page 2 of 3 To get started with Bonfire, watch this five-minute training video: Vendor Registration and Submission [VIDEO] — Bonfire Vendor Support (gobonfire.com) GENERAL DESCRIPTION OF WORK The major work will consist of the (approximate) following: 4403 LF of DR-25 PVC Sewer Force Main 100 LF of DIP Sewer Carrier Pipe w/Protective Coating 147 LF of 12 " Sewer Pipe 42 LF of 10 " DIP Sewer Pipe 145 LF of Steel Casing by Bore Existing Lift Station Demolition and Improvements 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 httDs://fortworthtexas.bonfirehub.com/Dortal/?tab=ODenODDOrtunities, 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 httDs://fortworthtexas.bonfirehub.com/Dortal/?tab=ODenODDOrtunities, under the respective Proj ect. PREBID CONFERENCE — Web Conference A prebid conference will be held as discussed in Section 00 21 13 - INSTRUCTIONS TO BIDDERS at the following date, and time via a web conferencing application: DATE: July 26, 2024 TIME: 11: 00 a.m. Invitations with links to the web conferencing application will be distributed directly to those who have submitted an Expression of Interest. 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. CITY OF FORT WORTH CATTLEMAN'S CROSSING FORCE MAIN & LIFT STATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENT CPN.•105377 Revised 2/08/24 0011 13 INVITATION TO BIDDERS Page 3 of 3 ADVERTISEMENT DATES First date for advertisement, July 17, 2024 Second date for advertisement, July 24, 2024 END OF SECTION CITY OF FORT WORTH CATTLEMAN'S CROSSING FORCE MAIN & LIFT STATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENT CPN.•105377 Revised 2/08/24 0021 13 INSTRUCTIONS TO BIDDERS SECTION 00 2113 INSTRUCTIONS TO BIDDERS 1. Defined Terms Page 1 of 9 1.1. Capitalized terms used in these INSTRUCTIONS TO BIDDERS are defined in Section 00 72 00 - GENERAL CONDITIONS. 1.2. Certain additional terms used in these INSTRUCTIONS TO BIDDERS have the meanings indicated below which are applicable to both the singular and plural thereof. 1.2.1. Bidder: Any person, firm, partnership, company, association, or corporation acting directly through a duly authorized representative, submitting a bid for performing the work contemplated under the Contract Documents. 1.2.2. Nonresident Bidder: Any person, firm, partnership, company, association, or corporation acting directly through a duly authorized representative, submitting a bid for performing the work contemplated under the Contract Documents whose principal place of business is not in the State of Texas. 1.2.3. Successful Bidder: The lowest responsible and responsive Bidder to whom City (on the basis of City's evaluation as hereinafter provided) makes an award. 2. Copies of Bidding Documents 2.1. Neither City nor Engineer shall assume any responsibility for errors or misinterpretations resulting from the Bidders use of incomplete sets of Bidding Documents. 2.2. City and Engineer in making copies of Bidding Documents available do so only for the purpose of obtaining Bids for the Work and do not authorize or confer a license or grant for any other use. 3. Prequalification of Bidders (Prime Contractors and Subcontractors) 3.1. Bidders or their designated subcontractors are required to be prequalified for the work types requiring prequalification as per Sections 00 45 11 BIDDERS PREQUALIFICATIONS and 00 45 12 PREQUALIFICATION STATEMENT. Firms seeking pre -qualification, must submit the documentation identified in Section 00 45 11 on Section 00 45 13 PREQUALIFICATION APPLICATION at least seven (7) calendar days prior to Bid opening for review and, if qualified, acceptance. The subcontractors listed by a Bidder on 00 45 12 must be prequalified for the appropriate work types. Subcontractors must follow the same timelines as Bidders for obtaining prequalification review. Bidders or Subcontractors who are not prequalified at the time bids are opened and reviewed may cause the bid to be rejected. Prequalification requirement work types and documentation are available by accessing all required files through the City's website at: httDS://aDDS.fortworthtexas. izov/Proi ectResources/ CITY OF FORT WORTH CATTLEMAN'S CROSSING FORCE MAIN & LIFT STATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENT CPN.• 105377 Revised/Updated 12/23/2023 0021 13 INSTRUCTIONS TO BIDDERS Page 2 of 9 3.1.1. Paving — Requirements document located at: httns://anns.fortworthtexas.2ov/Proi ectResources/ResourcesP/02%20- %20Construction%2ODocuments/Contractor%2OPreaualification/TPW%2OPavin2 %20Contractor%2OPrecivalification%2OPro2ram/PREOUALIFICATION%20REO UIREMENTS%20FOR%20PAVING%2OCONTRACTORS.Ddf 3.1.2. Roadway and Pedestrian Lighting — Requirements document located at: httr)s://aDDs.fortworthtexas.2ov/Proi ectResources/ResourcesP/02%20- %20Construction%2ODocuments/Contractor%2OPrecivalification/TPW%2ORoadwa v%20and%2OPedestrian%2OLi2htin2%2OPre(ivalification%2OPro2ram/STREET% 20LIGHT%20PREOUAL%20REOMNTS.Ddf 3.1.3. Water and Sanitary Sewer — Requirements document located at: httr)s://anns.fortworthtexas.2ov/Proi ectResources/ResourcesP/02%20- %20Construction%2ODocuments/Contractor%2OPreaualification/Water%2Oand%2 OSanitarv%2OSewer%2OContractor%2OPreaualification%2OPro2ram/W S S%2ODre qual%20requirements.Ddf 3.2. Each Bidder, unless currently prequalified, must submit to City at least seven (7) calendar days prior to Bid opening, the documentation identified in Section 00 45 11, BIDDERS PREQUALIFICATIONS. 3.2.1. Submission of and/or questions related to prequalification should be addressed to the City contact as provided in Paragraph 6.1. 3.3. The City reserves the right to require any pre -qualified contractor who is the apparent low bidder for a project to submit such additional information as the City, in its sole discretion may require, including but not limited to manpower and equipment records, information about key personnel to be assigned to the project, and construction schedule to assist the City in evaluating and assessing the ability of the apparent low bidder to deliver a quality product and successfully complete projects for the amount bid within the stipulated time frame. Based upon the City's assessment of the submitted information, a recommendation regarding the award of a contract will be made to the City Council. Failure to submit the additional information, if requested, may be grounds for rejecting the apparent low bidder as non -responsive. Affected contractors will be notified in writing of a recommendation to the City Council. 3.4. In addition to prequalification, additional requirements for qualification may be required within various sections of the Contract Documents. 3.5. Special qualifications required for this project include the following: This project requires the following qualifications: 0 Force Main Sewer Construction • Pump and motor repair • Lift Station Operation CITY OF FORT WORTH CATTLEMAN'S CROSSING FORCE MAIN & LIFT STATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENT CPN.• 105377 Revised/Updated 12/23/2023 0021 13 INSTRUCTIONS TO BIDDERS Page 3 of 9 • Electrical Certification with Force Main and Lift Station monitoring 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. CITY OF FORT WORTH CATTLEMAN'S CROSSING FORCE MAIN & LIFT STATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENT CPN.• 105377 Revised/Updated 12/23/2023 0021 13 INSTRUCTIONS TO BIDDERS Page 4 of 9 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. 4.2. Reference is made to Section 00 73 00 — Supplementary Conditions for identification of: 4.2.1. those reports of explorations and tests of subsurface conditions at or contiguous to the site which have been utilized by City in preparation of the Contract Documents. The logs of Soil Borings, if any, on the plans are for general information only. Neither the City nor the Engineer guarantee that the data shown is representative of conditions which actually exist. 4.2.2. those drawings of physical conditions in or relating to existing surface and subsurface structures (except Underground Facilities) which are at or contiguous to the site that have been utilized by City in preparation of the Contract Documents. 4.2.3. copies of such reports and drawings will be made available by City to any Bidder on request. Those reports and drawings may not be part of the Contract Documents, but the "technical data" contained therein upon which Bidder is entitled to rely as provided in Paragraph 4.02. of the General Conditions has been identified and established in Paragraph SC 4.02 of the Supplementary Conditions. Bidder is responsible for any interpretation or conclusion drawn from any "technical data" or any other data, interpretations, opinions or information. 4.2.4. Standard insurance requirements, coverages and limits. 4.3. The submission of a Bid will constitute an incontrovertible representation by Bidder: (i) that Bidder has complied with every requirement of this Paragraph 4, (ii) that without exception the Bid is premised upon performing and furnishing the Work required by the Contract Documents and applying the specific means, methods, techniques, sequences or procedures of construction (if any) that may be shown or indicated or expressly required by the Contract Documents, (iii) that Bidder has given City written notice of all conflicts, errors, ambiguities and discrepancies in the Contract Documents and the written resolutions thereof by City are acceptable to Bidder, and when said conflicts, etc., have not been resolved through the interpretations by City as described in Paragraph 6., and (iv) that the Contract Documents are generally sufficient to indicate and convey understanding of all terms and conditions for performing and furnishing the Work. CITY OF FORT WORTH CATTLEMAN'S CROSSING FORCE MAIN & LIFT STATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENT CPN.• 105377 Revised/Updated 12/23/2023 0021 13 INSTRUCTIONS TO BIDDERS Page 5 of 9 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. 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 httr)s://fortworthtx.bonfirehub.com/oDDortunities on or before 2 p.m., the Monday prior to the Bid opening. Questions received after this day may not be responded to. Interpretations or clarifications considered necessary by City in response to such questions will be issued by Addenda delivered to all parties recorded by City as having received the Bidding Documents. Only questions answered by formal written Addenda will be binding. Oral and other interpretations or clarifications will be without legal effect. 6.2. Addenda may also be issued to modify the Bidding Documents as deemed advisable by City. 6.3. Addenda or clarifications may be posted under the respective Project via the Procurement Portal CITY OF FORT WORTH CATTLEMAN'S CROSSING FORCE MAIN & LIFT STATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENT CPN.• 105377 Revised/Updated 12/23/2023 0021 13 INSTRUCTIONS TO BIDDERS Page 6 of 9 6.4. httas://fortworthtx.bonfirehub.com/onnortunities. 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. 10. Substitute and "Or -Equal" Items The Contract, if awarded, will be on the basis of materials and equipment described in the Bidding Documents without consideration of possible substitute or "or -equal" items. Whenever it is indicated or specified in the Bidding Documents that a "substitute" or "or - equal" item of material or equipment may be furnished or used by Contractor if acceptable to City, application for such acceptance will not be considered by City until after the Effective Date of the Agreement. The procedure for submission of any such application by Contractor and consideration by City is set forth in Paragraphs 6.05A., 6.05B. and 6.05C. of the General Conditions and is supplemented in Section 0125 00 of the General Requirements. 11. Subcontractors, Suppliers and Others 11.1. In accordance with the City's Business Equity Ordinance No.25165-10-2021 the City has goals for the participation of minority business and/or women business enterprises in City contracts $100,000 or greater. See Section 00 45 40 for the M/WBE Project Goals and additional requirements. Failure to comply shall render the Bidder as non -responsive. Business Equity Ordinance No.25165-10-2021, as amended (replacing Ordinance No. 24534-11-2020), codified at: httDs://codelibrarv.amle2al.com/codes/ftworth/latest/ftworth tx/0-0-0-22593 CITY OF FORT WORTH CATTLEMAN'S CROSSING FORCE MAIN & LIFT STATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENT CPN.• 105377 Revised/Updated 12/23/2023 0021 13 INSTRUCTIONS TO BIDDERS Page 7 of 9 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. A Bid price shall be indicated for each Bid item, alternative, and unit price item listed therein. In the case of optional alternatives, the words "No Bid," "No Change," or "Not Applicable" may be entered. Bidder shall state the prices for which the Bidder proposes to do the work contemplated or furnish materials required. 12.3. Bids by corporations shall be executed in the corporate name by the president or a vice-president or other corporate officer accompanied by evidence of authority to sign. The corporate seal shall be affixed. The corporate address and state of incorporation shall be shown below the signature. 12.4. Bids by partnerships shall be executed in the partnership name and signed by a partner, whose title must appear under the signature accompanied by evidence of authority to sign. The official address of the partnership shall be shown below the signature. 12.5. Bids by limited liability companies shall be executed in the name of the firm by a member and accompanied by evidence of authority to sign. The state of formation of the firm and the official address of the firm shall be shown. 12.6. Bids by individuals shall show the Bidder's name and official address. 12.7. Bids by joint ventures shall be executed by each joint venture in the manner indicated on the Bid Form. The official address of the joint venture shall be shown. 12.8. All names shall be typed or printed in ink below the signature. 12.9. The Bid shall contain an acknowledgement of receipt of all Addenda, the numbers of which shall be filled in on the Bid Form. 12.10. Postal and e-mail addresses and telephone number for communications regarding the Bid shall be shown. 12.11. Evidence of authority to conduct business as a Nonresident Bidder in the state of Texas shall be provided in accordance with Section 00 43 37 — Vendor Compliance to State Law Non Resident Bidder. 13. Submission of Bids Bids shall be submitted electronically on the prescribed Bid Form, provided with the Bidding Documents, prior to the time indicated in the Advertisement or INVITATION TO BIDDERS. 14. Withdrawal of Bids CITY OF FORT WORTH CATTLEMAN'S CROSSING FORCE MAIN & LIFT STATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENT CPN: 105377 Revised/Updated 12/23/2023 0021 13 INSTRUCTIONS TO BIDDERS Page 8 of 9 14.1. Bids submitted electronically may be withdrawn prior to the time set for bid opening. 15. Opening of Bids Bids will be opened and read aloud publicly. An abstract of the amounts of the base Bids and major alternates (if any) will be made available to Bidders after the opening of Bids. 16. Bids to Remain Subject to Acceptance All Bids will remain subject to acceptance for a minimum of 90 days or the time period specified for Notice of Award and execution and delivery of a complete Agreement by Successful Bidder. City may, at City's sole discretion, release any Bid and nullify the Bid security prior to that date. 17. Evaluation of Bids and Award of Contract 17.1. City reserves the right to reject any or all Bids, including without limitation the rights to reject any or all nonconforming, nonresponsive, unbalanced or conditional Bids and to reject the Bid of any Bidder if City believes that it would not be in the best interest of the Project to make an award to that Bidder. City reserves the right to waive informalities not involving price, contract time or changes in the Work and award a contract to such Bidder. Discrepancies between the multiplication of units of Work and unit prices will be resolved in favor of the unit prices. Discrepancies between the indicated sum of any column of figures and the correct sum thereof will be resolved in favor of the correct sum. Discrepancies between words and figures will be resolved in favor of the words. 17.1.1. Any or all bids will be rejected if City has reason to believe that collusion exists among the Bidders, Bidder is an interested party to any litigation against City, City or Bidder may have a claim against the other or be engaged in litigation, Bidder is in arrears on any existing contract or has defaulted on a previous contract, Bidder has performed a prior contract in an unsatisfactory manner, or Bidder has uncompleted work which in the judgment of the City will prevent or hinder the prompt completion of additional work if awarded. 17.2. In addition to Bidder's relevant prequalification requirements, City may consider the qualifications and experience of Subcontractors, Suppliers, and other persons and organizations proposed for those portions of the Work where the identity of such Subcontractors, Suppliers, and other persons and organizations must be submitted as provided in the Contract Documents or upon the request of the City. City also may consider the operating costs, maintenance requirements, performance data and guarantees of major items of materials and equipment proposed for incorporation in the Work when such data is required to be submitted prior to the Notice of Award. 17.3. City may conduct such investigations as City deems necessary to assist in the evaluation of any Bid and to establish the responsibility, qualifications, and financial ability of Bidders, proposed Subcontractors, Suppliers and other persons and organizations to perform and furnish the Work in accordance with the Contract Documents to City's satisfaction within the prescribed time. 17.4. Contractor shall perform with his own organization, work of a value not less than 3 5 % of the value embraced on the Contract, unless otherwise approved by the City. CITY OF FORT WORTH CATTLEMAN'S CROSSING FORCE MAIN & LIFT STATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENT CPN.• 105377 Revised/Updated 12/23/2023 0021 13 INSTRUCTIONS TO BIDDERS Page 9 of 9 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 htti)s://www.ethics.state.tx.us/data/forms/1295/1295.i)df 17.8. Failure or refusal to comply with the requirements may result in rejection of Bid. 18. Signing of Agreement 18.1. When City issues a Notice of Award to the Successful Bidder, it will be accompanied by the required number of unsigned counterparts of the Project Manual. Within 14 days thereafter, Contractor shall sign and deliver the required number of counterparts of the Project Manual to City with the required Bonds, Certificates of Insurance, and all other required documentation. 18.2. City shall thereafter deliver one fully signed counterpart to Contractor. END OF SECTION CITY OF FORT WORTH CATTLEMAN'S CROSSING FORCE MAIN & LIFT STATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENT CPN.• 105377 Revised/Updated 12/23/2023 00 35 13 CONFLICT OF INTEREST STATEMEW SECTION 00 35 13 Page 1 of 1 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 exercise discretion in the planning, recommending, selecting or contracting with a bidder, offeror or respondent is affiliated with your company, then a Local Government OffiMr Conflicts Disclosure Statement (CIS) may be required. You are urged to consult with counsel regarding the applicability of these forms and Local Government Code Chapter 176 to your company_ The referenced forms may be downloaded from the links provided below. Form CIQ (Conflict of interest Questionnaire) fstate.tx.us) httns-ltw5nrw,�;thics,state.tx.uslclat.alfarmslrnnflirtICIS.#�df CIO Form does not apply r CIQ Form is on file with City Secretary 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: By: Signature-` l Title: v� END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECEFICATFON oocu1AENTS Revi ed February 24. 202o 00 4100 Bid Proposal Wenbcc.h 004100 0AP EIrJ FORM FCR AUMJCLY EEO PROJECTS ONLY Page 1d3 SECTION 00 41 00 BID Publicly Bid Developer Awarded Projects BID FORM TO: The Prrrchasing Manager 200 Texas Streot City of Fort Worth. Texas 76102 FOR: Catfseman's Crossing Force Main & Lift Station City Project No.: 105377 Units/Sections: UNIT [A: Force Alain UNIT IB. Lift Station 1. Enter Into Agreement The undersigned Bidder proposes and agrees, if this Bid is accepted, to enter into an Agreement with Developer in [tic form included In the Bsdding Documents to perform and furnish all Work as speofied 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_ B4der is aware of all costs to provide the required insurance, will do so pending contract award, and will provide a valid insurance certificate meeting all requirements in Hie construction contract 2.3. Bidder certifies that this Bid is genuine and not rnade in the interest of or on behalf of any undisclosed individual or entity and is not submitted in conformity with any collusive agreement or rules of any group. association, organization, or corporation. 2.4. Bidder has not directly or indirectly induced or solicited any other Bidder to submit a false or sham Bid. 2.5. Bidder has not satiated or induced any individual or entity to refrain from bidding 2.6. Biddet has not engaged in corrupt, fraudulent. collusive, or coercive practices in competing for the Contract. For the purposes of this Paragraph: a "corrupt pfactioe' 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 detnmeni of Developer (b) to establish Bid prices at artdlcial non• competitive levels, or (c) to deprive Developer of the boncfits of free and open competition. c. "collusive practice" means a scheme or arrangement betwer n hvo or more Bidders, with or without the knowledge of Developer, a purpose of which is to establish Bid prices at artiftaal, non-competitive levels. a. "coercive practice" means hanning or threatening to harm, directly or indirectly, persons or their property to inlluonrs thou participation in the 6iddin-o procoQc a raffael tho avocufinn of thn Cm a= FORT WORTH CATTLEMAP45 CROSS;WJ FORCE MAIN Lrr: T STATION STANDARD CONSTRUCTION EIO FORM • 0EVi3 OPFR AAXROM PROJECTS CPU 106377 Form Rlt1nd April Z 201A 00 4100 MD FORM OAP Contract 3. Prequalification p0 41 00 DOW D0 FORM FOR P BLI ;Lr 130 PROJECTS ONLY Page 2 a 3 The Bidder acknowledges that the following work types must be performed only by prequalified oontractors and subcontractors - a, Lift Station b_ Sewer Collection System. Devvetopment 12-inches and Smaller 4. Time of Completion 4.1. Bidder agrees to complete WORK for FINAL ACCEPTANCE within 3� (,-5- working days ater the date when the Contract Time commences to run as provided in the General Conditions. 4.2. Bidder accepts the provisions of the Agreement as to liquidated damages in the event of failure to complete the Mork {and/or achievement of Milestones) within The times specified in the Agreement. S. Attached to this Bid The following documents are atNKZed to and made a part of this Bid: a. This Bid Form. Section 00 4100 b. Proposal Form, Section 00 42 43 Required Bid Bond, Section 00 43 13 issued by a surety meeting the requirements of Paragraph c' 5 01 of tine General Conditions. d. Vendor Compliance to State Law ikon Resident Bidder, Section 00 43 37 e, MWBE Forms (Nod A 49)catdoa f. Prequalification Statement, Section 00 45 12 g. Conflict of Interest Affidavit. Section 00 35 13 'If necessary. CIO or CIS forms are to be provided directly to City Secretary h. Any additonal documents that may be required by Section 12 of the Instructions to Bidders CrTY OF FORT AORTH GATTLEANA" CROSSM FORCZ MATT LIFT $TATION STANDARD GONSTRLICTnN 910 FORAr - DEVELOPER AWARDED PROJECTS CNN IC6371 Form R&AW Apnt Z 2014 00 41 00 W FORM DAP 004100 W HJU FORM FOR PUBLICLY BID PROJEC1S ONLY pap 3013 6. Total Bid Amount 6.1. Bidder will comptete the Work in accordance with the Contract Documents for the following bid amount. In the space provided below. please enter the total bid amount for this project. Only this figure will be read publicly by the City at the bid opening, 6.2. It is understood and agreed by the Bidder in signing this proposal that the total bid amount entered below is subject to verification arWor modification by multiplying the unit bid prices for each pay item by the respective estimated quantities shown in this proposal and then totaling all of the extended amounts, 6.3 TOTAL BID 7. Bid Submittal This Bid is submiried an 6 /1 / Z 4 Respectfully submitted By: l J {S}�nature l ►�✓� c} 5 (Printed Name) Title: j'g--e5 1 Q 0,J -r— Company: lijltL—(—CO ONs--4--2Gj2&.a-uo Address: P Q . 2tn,c 100-7 t4A,45 j;�.ErL-z -r, 74c6 State of Incofporation —T—Ex (�J' 5 EmaJ: Mtl.t If 1►JILi-,woNpc C+�Jc ►+7. r�rsr:. Phone: (ail ga e - z� END OF SECTION by the entity named below. Receipt is acknowledged of the ]ni;ial folkmnp Addenda: Addendum No. 1; 713olZ 4 r^ ot7 , Addendum No_ 2: Addendum No. 3: Addendum No. 4: Corporato Seal; CrTY OF FORT AORTN CATTLEMAN CROSVN3 FCW,;~ IANN LIFT STATION $TANOARD CONSTRUCTION IDI D FORM - OLVELOPCR AWARDED PROJF< TS CPN 146377 Form Ro ised Apt 2. 2014 0041 00 BED FORM DAP WCrttM o0 42 43 O*w*W AW dwd T+roprlt • PROMSAI. R" UIST "X9 mo Im" se Ma t�ewlcT;pr � I Sprr- - I n Sarson Ti0. - �- 1 �NiS1s713 R't+±4't - A -irftcW,41 u 33t1t i f S Trnxh�/►�cv �3Ct s6 -i Carew tar OW, Ccit grip i7 gs2lOga SO' Vat+.R.aw 131220 7 1XiS h4G1 ikP=4 tra 90.rr hey+ea 4ji i 10 S S R C X if f R. 1 �: 11 M14�?S 10' ORBS PSrC Swwr ►oecrr VJ n w ry*:!rwe I: oatng 3111 12. 33 11 ! 7. 33 33:i1.4206 t0^y}P °�wgr_Cww P,oe# we Stalosirea_r4on - - 15 i ep-OtP Pipe ulup - 7 5 �.t�p� �' RM10� V�Tw A V��fj �,♦,,��y�,'m,�,(yy� 1 t 93".1001 rrq►a ME !� 1 -I,k4tf_ M f EM Damn Warsros f g Ux 14. 33 ]= to %" 941 T Gas Twerp Cray vt Arse Saou1 SIG GG M 0 cart, pd.� t 3 -To 14 � Emw Gwa�au� Pad � � � taerrgara t ha lJOS Is suDmO" Gr vw O"Itty (J �MMw. Id bea � /� BSOPEft Wazzo Ckv. a'a4>- �� OWkWs Apptk&Uo ��lacl owoky Lm p-x. I B.4 v" TrRat C[�Rxrrlpn ]i1 I En, M tC(� G�,r►1.,j TVrL Jr: DATE 81� f 24- Contractor agrees to cor VOR WORX Tor FVAAJL ACCIF PTAISCE weVan _ _% woAlen days apse Q. EriOOF SECTION ur.<+�R: xrY:re see..uur��.:.fonrxnarsrtewirnrursneamreet.tr►tac+nai .. v.....- rK +r.•.ryo-�s.� t..Nwa SECTION 00 43 13 DAP - BID BOND RY THESE. PRESENTS - 000 0 0" 810 BOND FORM FOR PLIUWLY M PROJEM 0MM PW IofI That we, WII1co tinder -round, f.l.0- called the Principal, and Iicvelopers Surety and Indemnity Company a corporation or firm duly authorized to transact surety business in the State of Texas, hereinafter called the Surety. are held and firmly bound unto the City, hereinafter called the Obligee. in the sum of Five Percent of the Greatest Amount [aid ($ 5% G.A-B.I and No/100 Dollars said Principal and the said Surety, bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firm by these presents. W14EREAS the Principal has submitted a proposal to perform work for the following project of the Obligee identified as: Cattleman's Crossing Fome Main & Lift Station C:PN: IW377 NOW. Tl IEREFORL'•, if the Obligec shall award the Contract for the foregoing project to the Principal, and the Principal shall satisfy at] requirements and conditions required for the execution of the Contract and shall enter into the Contract in writing with the Obligee in accordance with the terms of such proposal, then this bond shall be null and void. If the Principal fails to execute such Contract in accordance with the terms of such proposal or fails to Satisfy all requirements and conditions required for the execution of the Contract in accordance with the proposal, this bond steal l become the property of the Obligee, without recourse of the Principal and/or Surety, not to exceed the penalty hereof, and shall be used to compensate Obligee for the difference bctween Principal's Total Did Amount and the next sclec:ted Biddcr's Total Hid Amount. SIGNVD this 181 day of August , 2024 . By: Willco Underground. I. . (Signature and Title of Principal) By: Ozvelu ten ure d Indemnity Company rgnature of Attorney -of -Fact) Yamillec Adrian Ramos Chavez . ... _ . *Attach Power of Attorney (Surety) for Attorricy-in-Fact END OF SECTION Otl to r"r V VWWIW SIAM"D co11Sr/1UCTION W GINCI SOMA - OPAL&" uY►5 AKA S'NDJE n Impressed Surety Scat Only ..::;i• rArn rMA4C ~100194 M&M 1MI IN L 1 OFT ITATIM cossIm" POWER OF A ITORNFV FOR CORFPOINT thSl Rt3i['F.Ca�1rY\Y DE► ELOPERSSURCYY AND INDF.► NITV COMPANY 51; M iclen Ian., :Dail noor, t3twYotk, NY 100i3 012)220.7120 KNOW ALL BY THBE PRFSFWS shry. ertogl at eWrts+ fim cd NMIR, CC!tti=isC)MM' V R TRAWE COMPANY Md DF:VG1,011AS St:RFAY Ait11 tkDDINITY COM PAVY. do hcieby make, co-c Russ Frenxcl, Cyntha Alford, Brent Baldwin, ,John A. Abow rad, Yametec Adhana Ramos Chavez and Brady Cox . of Plenty. TX as its uuc arxJ iaoIW ARwwyin-Tacz, xl plolc, c+tccmA [lenity And wknouls.,�4�, fen Uld M Ik11fd101=4 can feyr3ics, as wtetecs, blxt[is, urdMakww_C amd coninw,+c of raraytleip Bliss ant! granting u+ro sad Atlw+ yn-Fal 1;AI Ixnlrr and aueh xm' to da anti Ie, vc f rn+ n rry !let nnIemwy. eetirssrK a prowl to br ik)nc it eonnecxlass 1haw-+that each of 5?W Company DxJd clv, but TVWVtns 10 ach o,"xlsd .wv.,s-v furl (loud 01 =cst%tilil[iDn a"d rrvVCsllnok W4 all or t'x a=OeUd A=nunxyxrFaca pt+rswni to these p4rWn ¢, mo hereby netdta] and lxwAwm[+d. '(bis POwr 4 Antxtsey +s dTcar%r August 1. 2024 wd td+atfl cy-.irr nn Uxtiotrtrr 31, ]A:5 (his Pollrraf �lflextsey /e fpeattesl arrd ix s+g3led tr+des geld ty authtnity ti3c Hard ,:d[hrcelersatt'i]ItZ P[13ti IT IN M: RAKE ['[ylKitrlt+kl' aaj DC►IIiiAWItS St1RFiY AS 1) WIX;NiN t t y COMPANY tcoIkvcr%rty,-C'an;csrn") on l ebewry lo. �3 RI''CC1t.Vi:ly, n1e[ ��.�jlt! IY tJndriurt a_ bilulm 841`tl;c omit ert SunaM}uy:,DfililBg. atul CrpZ W� C,1jjjyc L.,I?d[+rytrihy_ Slurs+-- Mh an enlpeoyra a1"Am7 ran+ NOrtJ] Amore; ire atn t+fTdiatr of the Coen sn ([he "nulfxntirtd Signars"I, n:r hrrrtry 3u!lxrnrti to execeett :e Isoarr ofAttarmy, gtubfysag atrcetreytxl-in•fact nested lu the Psmrt of Auorrw% ra c3emew, m t'c1ulm of to C'nntlausy, lxrn&txxlrrtettsnp wd LonttwLk of c.Mvship, tc alhcr suretyshtP Wigatxxsx tssf :JW SW tin jCUn or W W% ,eMissme 'ktmtaw of the Gsrnp" tn' re+d catlt nt Own h[:['In ex aie:is(tvN m aurss 1b.0 cxcnd.tn o°any a[h Ptf+lr+ olAttcsncv R, iSOLVIE ? tha the ss surr, ofarty one of ttv ,Wel+n kra! SsIpwi tc wti the Sevam or nor ASsislsrl[ Swrcwy 01 the [ emrA lsy, anti she wJ of the Compuev mrtp be tdTsxrd to any suci+ Poarr of AtaanCT. srsd ate. w h s,getrtc. e: ce star rnsy be altlxcd by f:ItYlrnilc, and web INwtrr 0f ei3LC7nR !rs ! be +3lyd s1x1 hu+din$ upon the Company %fim so jifixtd =1 xl 1l a Iuturt slit h req oet to any !anti, ugdcrt:eacireg or contract of Slsdyrhrp to %+,wh it is attlll: od IN ►LTMUSS 1V}li:kRW VORM- AhTr INSURANCE ro t1F1 ROPFRS ti1.7t1 lY AND INDFAI FN (XWPANY Iwwcwom thex prowwo ;n (ner sVx*d trt ft AiWYwuol %saxes ;Ind aixstcd tlj dlea Scodae) os A?3Mwt &% twi this Atnrch -_ 2q;; SU �� � '.IIINIIpN'r++ r`1�HIi lll�rl T Prrtus4 Sam 7ayjZ9 _ ' Cs [P'. C's _ r VJ : �6'; 2 'litk IWsidem Stueh [.nc Host w, C SEAL• _ 1936 : t'•. G' ACKVQWI.EI?G�:IvfENT: '•ar""r Ytivf.F�;:':C114frovt -'b +rrrr.re.•l'' •�+rrelrllll1 A notary public or nth[x officer contfyleting this certitilatc wrifles only the identity ol'tf:c iWividuai who signed the document to which thiscerriticite is Wachoed, and net the truthUnesi, accuracy, or validity of that docuetictlt. STATE OF Citifomts Cs XINTY OF 093nor Ck+daY 17 day of LM,jI;h-. XQ3 . bttare rac fla}rn Phsr J'laim Pinar:fly 3;Vwn3 01_3M Z4= rtho protitid to ene on ft btesss of ulmhe lurr crsderrct In to !tee person ahtrlc -dune is U*M'rs7rd to Auks n tltc m9rurnent arld asacrt %k-Jgcd So me tlxst vcr cw,ud the swM its then atrlhor+rrd caswnitty, and slut by the SLVuaurr an dtr rxAwrrlmt the errrttes tpan R•luif vthuls ow perstr. > Z44 ex ou tc! this tngn;;wnl. Icrrtilti,urskrpasali�nf;xrliry',utxlcrlilclaHs�fttnt4sseof [,�'ir;i�tnr:s +a'ITt5�4Sea}' b[rli arm nflscld a[al. r 1 Sixr+reitYC C ORPOStATr C ERT1FIC'A71ON !tat the ftlrtX, wg PerKra h is true and axroa 4#HOAwG *MW P. JeRkA MatetyPAftt • Cafornia Coamisslon 0 24321170 ,y Cunt. Eraares ?et 3 t, 2026 Girt u/sder51II11ttl, thr ternary oc 1LesistsW !arrsan of LXyR1'sPtNlv71_ ittiSlllUl+iLl COMPANY arxJ :?1:Vfi,C�i;i[ti 5L1Rf'll' .5tes IHUF;rt?1ltY COMPANY, &vs h,wt+y twufy that the psiwwons of the Nsotuttnns of tilt anpiecliwr 1laerds of 13rrmsonc of sane! torperriam set fork n INS Po+ yr of AVAMey me in 5mm as of the dale of thti Ccrtlr',mon Tksr Ccrtifeeutiven isemcvx+i in she City of C'1ccdwa, Ohio, tho mwch 19. Zoi3. A%1, t,0 yam, _� - r?n�a�8�q�e'' Id,,6y. �{, � , C .111- -W Ln641S A^G:.p" PAny W Minns. Assislt!" Ism No, WA t]v:;s5ignErn+p3apel[}:33528i=L]6-bE9D-4T9G•837E•C�Fs55�S5�OF ..; 4` ' J' _ .- Ed. 0123 •li+.\ll�ltl`t. IMPORTANT NOTICE TO OBTAIN INFORMATION OR TO MAKE A COMPLAINT You may contract the Texas Department of Insurance to obtain information on companies, coverages, rights or complaints at You may write the 'Texas Department of Insurance: 1-800-252-3439 P.O. Box 149144 Austin, Texas 78714-9144 Fax No. (512) 475-1771 PREMIUM or CLAIM DISPUTES Should you have a dispute concerning your premiunt or about a claim, you should contact the company first. If the dispute is not resolved, you may contact the Texas Department of Insurance. ATTACH THIS NOTICE TO YOUR POLICY This notice is for information only and does not beconte a part or condition of the attached document. Notice of Applicability of Chapter 2253 of the Texas Government Code These bonds are furnished in an attempt to comply with Chapter 2253 of the Texas Government Code. These bonds shall be construed to comply with such Chapter regarding the rights created, limitations on those rights. and remedies provided. Any provision in the bonds to which this Rider is attached that expands or restricts a right or liability under such Chapter shall be disregarded. and such Chapter shall apply to these bonds. Sfr mow Osm a P.E. 3fun�'rJfo:tJrx3ar�rcu'tG nom_ Wilko Li XWOround, LLC F❑Soo. Mt Marnfiad. TX 78M USA (817) 4:&9105 wk (817) M-2747 L M. WiIkom J Schutz t."iya6mk ccdrsstrudx:O :am W41IiArr J Schultz Inc Cireie C Ceeatruction 500 IN 7ra(sw4l, PO Box 40328 For! V -i- TX 70140 USA 1817) 293-1063 wk (817; 293.1Wl tax to IT) 985-7076 W. Wr Troy VA*dy twoodys0cMgw-.,orrr WoodyCoolraclaer Irw 0.70 T amr Cr Kar,red,At. rx 'MOO USA 4r"787 wk ,617) 483-2W fox Nft $3.687 TO0-= 4"X,2026 44=4 Alm w&awr Ftehatrttalen Open Cut +,54, wd u-i:er.r. A'ater Rohabi-new Open C .. (14, ara ulder): faa sty L ft Simon. St90.719.4B0.00 4,1442025 4rT7'2024 'A'alaf flak Ce.ekprnem, Ra-A:ittkian, and R T•orCh*ss ia•' c¢ssj. 8979N.460.00 4r30r2925 414,12024 'h'Allr WA VtiUbvw*ls• New Mh*icprnwl• Rb yt:hh6o-i, and N . . : OH'drs 0A (*0 *TmY., Bypass PuMprQ of SS ""Is ' 8. -rhea rind MOW. 18 •k%:h l -36 LNhos, 42 fthM and urger t}W'Kiwf **f X 2M4 Doug ;*d,14 SECTION 00 42 15 PREQUALIFICATION STATEMENT Each Bidder is required to complete the information below by identifying the prequalified contractors and/or subcontractors whom they intend to utilize for the major work type(s) listed. Major Work Type Contractor/Subcontractor Company Name Prequalification Expiration Date Lift Station ViI'V-10 Sewer Collection System, Development V iLJoLC12-inches and Smaller The undersigned hereby certifies that the contractors and/or subcontractors described in the table above are currently prequalified for the work types listed. I;3 110 WICI ( ignature) TITL/Hkg o,4&-g— DATE: 3CZT/25r CITY OF FORT WORTH STANDARD CONSTRUCTION PREQUALTFICAnON STATEMENT CATREMAN'S CROSSING FORCE MAIN LIFT STATION Revised M—b 20, 2020 CPN:105377 FORT WORTH, SECTION 00 45 13 PREQUALIFICATION APPLICATION Date of Balance Sheet Name under which you wish to qualify Post Office Box Street Address (required) ( 1 Telephone Mark only one: Individual Limited Partnership General Partnership Corporation Limited Liability Company City State Zip Code City State Zip Code ( 1 Fax Email Texas Taxpayer Identification No. Federal Employers Identification No. DUNS No. (if applicable) Email/mail this questionnaire along with financial statements to the appropriate group below. A separate submittal is required for water/sewer, paving, and lighting: Work Category — Water Dept - Water/sewer Work Category — TPW Paving Work Category — TPW Ped/Rdwy Lighting john.kasavich@FortWorthTexas.gov TPW_ Prequalification@fortworthtexas.gov clint.hoover@fortworthtexas.gov Fort Worth Water Department Engineering and City of Fort Worth Transportation and Public City of Fort Worth TPW Transportation Fiscal Services Division 200 Texas St. Fort Works Dept. 3741 SW Loop 820, Fort Worth, Management Attn: Clint Hoover, P.E. 5001 Worth, TX 76102 TX 76133 Attn: Alicia Garcia James Ave. Fort Worth, TX 76115 *Financial Statements must be mailed. Mark the envelope: "Bidder Prequalification Application" 0045 13 - 2 BIDDER PREQUALIFICATION APPLICATION Page 2 of 8 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 CITY OF FORT WORTH CATTLEMAN'S CROSSING FORCE MAIN & LIFT STATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN: 105377 Revised August 13, 2021 004513-3 BIDDER PREQUALIFICATION APPLICATION Page 3 of 8 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 on concrete street / ROW paving CITY OF FORT WORTH CATTLEMAN'S CROSSING FORCE MAIN & LIFT STATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN: 105377 Revised August 13, 2021 0045 13 - 4 BIDDER PREQUALIFICATION APPLICATION Page 4 of 8 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 had: (a) As a General Contractor: construction work has your organization (b) As a Sub -Contractor: 4. *What projects has your organization completed in Texas and elsewhere? CLASS LOCATION CONTRACT OF DATE CITY -COUNTY - AMOUNT WORK COMPLETED STATE *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? NAME AND DETAILED ADDRESS OF OFFICIAL TO WHOM YOU REFER 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. CITY OF FORT WORTH CATTLEMAN'S CROSSING FORCE MAIN & LIFT STATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN: 105377 Revised August 13, 2021 0045 13-5 BIDDER PREQUALIFICATION APPLICATION Page 5 of 8 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. I 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? PRESENT MAGNITUDE POSITION OR YEARS OF AND TYPE OF IN WHAT NAME OFFICE EXPERIENCE WORK 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. CITY OF FORT WORTH CATTLEMAN'S CROSSING FORCE MAIN & LIFT STATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN: 105377 Revised August 13, 2021 CORPORATION BLOCK If a corporation: Date of Incorporation Charter/File No. President Vice Presidents Secretary Treasurer LIMITED LIABILITY COMPANY BLOCK If a corporation: State of Incorporation Date of organization File No. Officers or Managers (with titles, if any) 0045 13 - 6 BIDDER PREQUALIFICATION APPLICATION Page 6 of 8 PARTNERSHIP BLOCK If a partnership: State of Organization Date of organization Is partnership general, limited, or registered limited liability partnership? File No. (if Limited Partnership) General Partners/Officers Limited Partners (if applicable) Individuals authorized to sign for Partnership 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. CITY OF FORT WORTH CATTLEMAN'S CROSSING FORCE MAIN & LIFT STATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN: 105377 Revised August 13, 2021 0045 13-7 BIDDER PREQUALIFICATION APPLICATION Page 7 of 8 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 1 2 3 4 5 6 7 8 9 10 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 ITEM DESCRIPTION Various - CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised August 13, 2021 BALANCE SHEET VALUE TOTAL CATTLEMAN'S CROSSING FORCE MAIN & LIFT STATION CPN: 105377 0045 13 - 8 BIDDER PREQUALIFICATION APPLICATION Page 8 of 8 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. CITY OF FORT WORTH CATTLEMAN'S CROSSING FORCE MAIN & LIFT STATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN: 105377 Revised August 13, 2021 0045 Ws- 1 CONTRACUOR COMPLIANCE WMI WORKM C01611PEKSA71ON LAW PWIorI 1 SECTION 00 45 26 2 CONTRACTOR COMPLIANCE WIT[ I WORKER'S COMPENSATION LAW 3 Pursuant to Texas labor Code Section 406.096(a), as amended, Contractor certifies that it 4 provides worker's compensation insurance coverage for all of its employees employed on City 5 Project No.1Qj3 7 . Contractor further cerlifes that, pursuant to Texas Labor Code, Section 6 406.096(b), as amrndcd, it will provide to City its subcontractor's certificates of compliance with 7 worker's compensation coverage. 8 9 CONTRACTOR: 10 11 (,fQ By: 12 Company (Please Print) 13 14Signature: r 15 Addre€s 16 ¢►�L J+7 �J�{+aly 3 Title: 17 j03 ��� �sru T 18 City/StatdZip (Please Print) 19 20 21 THE STATE OF TEXAS � 22 23 COUNTY OF TARRANT § 24 25 BEFORN M1, the undersigned authority, on this day personally appeared 261 i��� GSM �3 . known to me to be the parson whose name is 27 subscribed to the foregoing instrument, and acknowledged to me that he/she executed the same as 28 the act and deed of JN&,j,,s t for the purposes and 29 consideration therein expressed and in the capacity therein stated. 30 �>r 31 GIVEN UNDER MY HAND AND SEAL OF OFFICE this I day of 32 T . 207.4�- 33 34 *,L ►MTotoo m JUSTICE 35 ; M KatarY 1D #13%Z43732 11 36 �. ""v Commission 14.202 . a 5 No Vand Lateof Texas 37 38 END OF SECTION 39 My (W KAT w0wr" CAMER4N:S f'RWMY3 FORCE IN & 1JFTSTA TIOJ► !MANDARt}L M rRL —1110N SPOC[FKAMNWCLIME rS CM.161177 Revised April 2, 2014 003243- 1 Devetopet Awarded Projoct Agmcnxm Page I of 4 SECTION 00 52 43 AGREEMENT 3 THIS AGREEMENT, authorised on 03/18/25 is made by and between the Developer, 4 (Ashton Dallas Residential L.L.C.), authorized to do business in Texas ("Developer" , and S (Willco Underground, L.L.C.), authorized to do business in Texas, acting by and through its duly 6 authorized representative, ("Contractor'). 7 Developer and Contractor, in consideration of the mutual covenants hereinafter set forth, agree a.,; 8 follows: Article 1. WORK 10 Contractor shall complete all Work as specified or indicated in the Contract Documents for the 11 Project identified herein. 12 Article 2. PROJECT 13 The project for which the Work under the Contract Documents may be the whoic or only a part is 14 generally described as follows: 15 Cattlemrr► s Cross Lit Studen & I 'orgy ,%fain 16 Cilr Prefect Number: I05377 17 Article 3. CONTRACT TIME 18 3.1 Time is of the essence. 19 All time limits for Milestones, if any, and Final Acceptance: as stated in the Contract 20 Documents are of the essence to this Contract. 2I 3.2 Final Acceptance. 22 The Work will be complete for Final Acccptattoe within 365 working days after the date 23 when the Contract Time commences to run as provided in Paragraph 12.04 of the Standard 24 City Conditions of the Construction Contract for Developer Awarded Projects. 25 3.3 Liquidated damages 26 Contractor recognizes that time is of the, essence of this Agr=ncnt and that Developer 27 will suffer Financial loss if the Work is not completed within the times specified in 28 Paragraph 3.2 above, plus any extension thereof allowed in accordance with Article 10 of 29 the Standard City Conditions of the Construction Contract for Developer Awarded 30 Projects. The Contractor also recognizes the delays, expense and difficulties involved in 31 proving in a legal proceeding the actual loss suffered by the Developer if the Work is not 32 completed on time. Accordingly, instead of requiring any such proof , Contractor agrees 33 that as liquidated damages for delay (but not as a penalty), Contractor shall pay 34 Developer One Thousand Two Hundred and Fifty�Dc,llars ($1.250.00) for +.xch day that 35 expires after the time specified in Paragraph 3.2 for Final Acceptance until the City issues 36 the Final Letter of Acceptance. CRY OF FORT WORTH [ A 77tYMAK*S CROS,,fNG FOR(.,Ee AfAIN A JJFTSTAyyO V $ TANDAP-D CO,NMIX 77 N SPECMWAT70N DOCUMMrS— DEVELOPF R AWARDFD PR(?JEM CPN.•l633" Revived A=16, 2016 005243.2 Dev%4oM A+wwdod t°roicct Agmemcnt F*c2of4 37 Article 4. CONTRACT PRICE 38 Developer agrees to pay Contractor for perib manse of the Work in acoordance with the Contract 39 Documents an amount in current fonds of ONE MILLION SIX HUNDRED_ SIXTY-FIVE 40 EIGHT HUNDRJM THIRTY-ONE DOLLARS ($1.663,831). 41 Article 5. CONTRACT DOCIJMENTS 42 5.1 CONTENTS: 43 A. The Contract Documents which comprise the entire ag►rcement between Devcloper and 44 Contractor concerning the Work consist of the following: 45 1. This Agreement. 46 2. Attachments to this Agreement, 47 a. Bid Form (As provided by Developer) 48 1) Proposal Form (DAP Version) 49 2) P"ualification Statement 50 3) State and Federal documents (project specie) 51 b. Insurance ACORD Form(s) 52 c. Payment Bond (DAP Version) 53 d. Performance Bond (DAP Version) 54 c. Maintenance Bond (DAP Version) 55 f. Power of Attorney for the Bonds 56 g. Worker's Compensation Affidavit 57 h. MBE and/or SBE Commitment Form (If required) $8 3. Standard City General Conditions of die Construction Contract for Developer 59 Awarded Projects. 60 4. Supplementary Conditions. 61 5. Specifications specifically made a part of the Contract Documents by attachment 62 or, if not attached, as incorporated by refcrencc and described in the Table of 63 Contents of the Project's Contract Documents. 64 6. Drawings. 65 7. Addenda. 66 8. Documentation submitted by Contractor prior to Notice of Award. 67 9. The following which may be delivered or issued after the Effective Date of the 68 Agreement and, if issued, become an incorporated part of the Contract Documents: 69 a. Notice to Proceed. 70 b. Field Orders. 71 c. Change Orders. 72 d. Letter of Final Acceptance. 73 74 MY OF FORT WORM CA 7TLEWN'S CROSMFG FORCE MAIN & LIFT STATION S"rANDARDCONSMUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJEM CM 105377 RcyiW June 16.2016 on5243.3 Dovdopw Aavrded Prajm-t Asmcawut Page 3 of 4 75 Article 6. INDEMNIFICATION 76 6.1 Contractor covenants and agrees to indentnifv, hold harmless and defend, at its own 77 expense, the city, its officers, servants and entployces. from and against any and all 78 claims arising out of, or alleged to arise out of, the work and services to be performed 79 by the contractor, its officers, agents, employees, subcontractors, licenses or invitees 8o under this contract. This indemnllication vrovislon is specifically intended to operate 81 and be effective evert if it is alleged or proven that all or some of the damn =ess be_ inn 82 sought were caused, in whole or in Dart. bw any act" omission or ncgl, i gcncc of the city. 83 This indemnity provision is intended to include, without limitation, indemnity for 84 costs, expenses and legal fees incurred by the city In defending against such claims and 85 causes of actions. 86 87 6.2 Contractor covenants and agrees to indemnify and hold harmless, at its own expense.. 88 the city, its officers, servants and employees, from and against any and all loss, damage, 89 or destruction of property of the city, arising out of, or alleged to arise out of, the work 90 said services to be performed by the contractor, Its officers, agents, employees, 91 subcontractors, licensees or invitees under this contract. This indemnification 92 provision is soecifacaliv intended to operate and be effective even if it is alleged or 93 proven that all or some of the damsees beings<tueht were caused. in whole or in Darn 94 by anv act, omission or neali¢ence of the citv. 95 96 Article 7. hUSCELLANEOUS 97 7.1 Terms, 98 Terms used in this Agreement are defined in Article 1 of the Standard City Conditions of 99 the Construction Contract for Developer Awarded Projects. 100 7.2 Assignment of Contract, lot This Agrccment, including all of the Contract Documents may not be assigned by the 102 Contractor without the advanced express written consent of the Developer. 103 7.3 Successors and Assigns. 104 Developer and Contractor cash binds itself, its partners, successors, assigns and legal 105 representatives to the other party hereto, in respect to all covenants, agreements and 106 obligations contained in the Contract Documents. 107 7.4 Severability. 108 Any provision or part of the Contract Documents held to be unconstitutional, void or 109 unenforceable by a court of competent jurisdiction shall be deemed stricken, and all 110 remaining provisions shall continue to be valid and binding upon DEVELOPER and III CONTRACTOR 112 7.5 Governing Law and Venue. 1 t 3 This Agreement, including all of the Contract Documents is performable in the State of 114 Texas. Venue shall be Tarrant County, Texas, or the United States District Court for the 115 Northern District of Texas, Fort Worth Division. CITY OF FORT wowrii CA77ZF.•,tif v s CROW.VC FQRC.E: AlAiN & L crSF.elyay ST:VNDARD OON:S-IRt1L MN SPECINCATION DOCU EMM- DEW-LOPER AWARDED PROJECTS CW.105J77 Revised Mw 16.2016 116 117 7.6 Authority to Sign. 118 119 120 121 122 123 124 125 126 00 3; 4 , . 4 Dcaelwa Almdod Project 4-mmntt Page 4 o!-4 Contractor shall attach evidence of authority to sign Agreement, if other than duty authorized signatory of the Contractor. IN WITNESS WHEREOF, Developer and C❑ntrnctor have executed this A&mxment in multiple counterparts. This Agreement is effective as of the last date signed by the Parties ("Effective Date"). Contractor: Willco Underground, L.L.C. Bv: dtSrgnature) Joshua Molina (Printed Name) Developer: Ashton Dallas Residen L.C. B ur Danicl Salsk% (Printed Name) Title: VP Title: VP Land Development Company Nam: Willco Underground, Company name: Ashton Dallas Residential, L.L.C. L.L.C. Address: P.Q. Box 1807 Address: 1800 Vallev View Lit, Suite 100, Farmers Branch. TX 75234 City/State/Zip: Mansfield TX, 76063 r$ �5 Date City/State/Zip: Farmers Branch. TX 75234 03/18/25 7,,, crnr OF FORT WOR771 c:A TTuuAN S CROSSWO FORGT MAIN & ►.JFT STA TVN STANDARD fi]NSiRLr-TWN SPEC1F1[:AT ON DOCUMENTS — DEVELOPER AWAP DED PROJECTS Cf :V•NAf3Fi Rovisod June16,201b 1 2 3 4 5 6 7 8 9 t0 II 12 13 14 15 16 17 LK 19 20 21 22 23 24 25 26 27 28 29 30 31 32 00 62 13. 1 PERFORMANCR BUN$ Pup 1 Of 2 Bond NO. 3200859 SECTION 00 62 13 PERFORMANCE BOND THE STATE OF TEXAS § § KNOW ALL BY THESE PRESENTS: COUNTY OF TARRANT § That we, (Willoo Underground, L.L.C.), known as "Principal" herein and Developers suncty and Indemnity Company , a corporate surety(sur+eties, if more than one) duly authorized to do business in the State of Texas, known as "Surety" herein (whether one or mom), are held and firmly bound unto the Developer, (Ashton Dallas Resi(hmtial L.L.C.), authorized to do business in Texas ("Developer") and the City of Fort Worth, a Texas municipal corporation ("City'), in the penal sum of, QNE MILLION 31vN HUNDF.K-) SIX,.TY F!YF EI(Ilff L:IUNDRFP THIRTY ObLE Dollars (S I ,665,831), lawful money of the United States, to be paid in Fort Worth, Tarrant County, Texas for the payment of which sum we[[ and truly to be trade jointly unto the Developer and the City as dual obligees, we bind oursclvvs, our heirs, executors, administrators, successors, and assigns, jointly and severally, firmly by these: presents. WHEREAS, Developer and City have entered into an Agreement for the construction of community facilities in the City of Fort Worth by and through a Community facilities Agreement, CFA Number (,'FA24-0126;and WHEREAS, the Principal has Interred into a certain wrimen contract with the Developer awarded the 18th day of March , 2025 , which Contract is hereby referred to and made a part herranF for all purposes as if fully set forth herein, to furnish all materials. equipment labor and other accessories defined by law, in the prosecution of the Work, including any Change {Orders, as provided for in said Contract designated as Cattleman's Crossing Lift Station dl Force !fain, CPN:105377 NOW, THEREFORE, the condition of this obligation is such that if the said Principal shall faithfully perform it obligations under the Contract and shall in all respects duly and faithfully perform the Work, including Change Orders, under the Contract, aomrding to the plans, specifications, and contract documents therein referred to, and as well during any period of extension of the Contract that may be granted on the part of the Developer andlor City, then this obligation shall be and become null and void, otherwise to remain in full force and effect. PROVIDED FURTHER, that if any legal action be filed on this Bond, venue shall lie in Tarrant County, Texas or the United States District Court for the Northern District of Texas, Fort 'Worth Division. CITY OF FORT WORTH C1 MitAN S CRQ£S11 V FORCE AMIN dt UP7'3?AIMF STANDARD CITY CONDITMNS • IliiVELOPER AWARDWPROJF7LM Cf'h'.• 10377 11 ised Jnnury 31. 2012 006213.2 PFAMRMANCE BOND Nga2of2 nts bond is made and executed in compliance with the provisions of Chapter 2253 of the Tcxas Government Lode, as:uncnded, and all liabilities on this bond shall be determincd in accordance with the 3 provisions of said statue. 4 IN WITNESS W UREOF, the Principal and the Surety have SIGNED and SEALED this 5 instrument by duly authorized agents and officers on this the __ 18th day of March 6 , 20 25 7 8 9 l t) 11 12 13 14 15 16 17 l$ 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 PRINCIPAL By: oe �7 ignatura ATTEST. Michael1). Ounus. Prgideat (Prino(e4t) Sec ry Name and Title Address: P.O. Boij 1807 I _�bnsfield. Tx 76063 Witness as to F ' cipal SURETY: LTwelopers Surety and IndemnityCb ny ,77 HY: Signature Russ Frenzel, Attomey-in-Fact ' Hansa: and Title Address-, 800 Su tier Avenue E. C!2% eiend. OH 44 t t4 1[ itncss a. tv Surety !Gibe vsniWfis 'recplione Numlxr: (216) 328-61Ak 'Note: If signed by an officer of the Surety Company, there must be on file a certified extract from the by-laws showing that this person has authority to sign such obligation. If Surety's physical address is different from its mailing address, both must be provided. ?he date of the band shall not be prior to the date the Contract is awanded. CITY OF TORT WORTH CA ITUWAN *S CR(WnVg FORCE MAIN & fdFrS'Td770N STANDARD CITY CONDITIONS - Div' ELOPER AWARDT:1) PROJECTS M. 103377 RerimW January 31, 2012 0462 14. 1 PAY3idF:3 i ROND Page 1 of 2 Bond No. 3200859 1 SECTION 00 62 14 2 PAYMENT BOND 3 4 THE STATE OF TEXAS 5 KNOW ALL BY THESE PRESENTS.- 6 COUNTY OF TAR.RANT § 7 That we, (Wi1tCo Underground, L.L.C.), known as "Principal" hcrcin, and 8 Developers Surety and Indemnity Company , a corporate surety ( or sureties if 9 more then one), duly authorized to do business in the State of Texas, known as "Surety" herein 10 (whether one at more), are held and firmly bound unto the Developer, {Ashton Dallas Residential t I 1,.1—C.), authorized to do business in Texas "(Dcveloper"), and the City of Fort Worth, a Texas t2 municipal corporation ("City"), in the penal sum of ONE MILLION SIX HUNDRED SIXTY 13 FIVE EIGHT HUNDRED THIRTY ONE Dollars ($1,665,831), lawful money of the United 14 States, to be paid in Fort Worth, Tarrant County, Texas, for the payment of which sum well and 13 truly be made jointly unto the Developer and the City as dual obligees, we bind ourselves, our 16 heirs, executors, administrators, successors and assigns, jointly and severany, firmly by these 17 presents: 18 WHEREAS, Developer and City have entered into an Agreement for the construction of 19 community facilities in the City of Fort Worth, by and through a Community Facilities 20 Agreement, CPA Number CFA24.0126;and 21 WHEREAS, Principal has entered into a certain written Contract with Developer. 22 awardod the 18th day of __ March . 24 25 , which Contract is hereby 23 referred to and made a pact hereof for all purposes as if fully set forth herein, to furnish all 24 materials, equipment, labor and other accessorus as defined by law. in the prosecution of the 25 Work as provided for in said Contract and designated as 26 Cattleman's Cro -Ting Force Main A Lift S'tad on, CPN.105377 27 NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION is such that if 28 Principal shall pay all moaies owing to any (and all) payment bond beneficiary (as defined in 29 Chatptcr 2253 of the Texas Government Code, as amended) in the prosecution of the Work tmdcr 30 the Contract, then this obligation shall be and become null and void; otherwise to remain in full 31 force and effect_ CITY OF FORT WORTH CA 77LiWAY S CRO.WNY; LlFTSrA170M do FORCE AMI V STANDARD MY CONDITI M DEVELOPER AWARDED PRWF;CTS CPN.• 105377 Revised homy 31.2012 006214-2 PAYMENT BOND Pale 2 of 2 I This bond is made and executed in compliance with the provisions of Chapter 2253 of the 2 Texas Government Code, as arnendod, and all liabilities on this bond shall be deterneined in 3 accordance with the provisions of said statute. 4 IN WITNESS WHEREOF, the Principal and Surety have each SIGNED and SEALED 5 this instrument by duty authorized agents and officers on this the 18th day of March _, 20 25 . 8 9 lO 11 12 13 14 PRINCIPAL Wiitco [ fund, LL.C. ATTEST: BY: sign are _ Michael 1). t?smus (Princi ecrct Name and Title — Address: _PO. Box 1807 afield TX, 7W3 Witness as to Princi I SURETY: Developers Surety and Indemnity Company ATTEST: By, _ . lgnature NIA Russ Frenzel, Attorney -in -Fact -- (Surcty-) Secrcttax Name and Title Address. $W Superior Avenue E., 4101 Flarif `--• Cleveland, OH 44114 - �:-4 ��'itrzcS-N as to Surety Katie Vanikiotis _ - Telephone Number: (21 S) 328-t3Jt� Note: If signed by an officer of the Surety, them must be on file a certified extract from the bylaws showing that this person has authority to sign such obligation. If Surety's physical address is diffemt from its mailing address, both must be provided. The date of the bond sllali not be prior to the elate the Contract is awarded. END OF SECTION CrrY OF FORT WORTH CATTLEAMN'S C:R0SS4VG 1. 11-T ST4 770V A FORCE 31AIN STAMARD CITY CONDITIONS DEVELOPER AWARDS D PRa1EC I'S 01S. 103377 Revised Mowry 31.2012 1 2 3 4 3 6 7 8 9 10 11 12 13 14 15 16 17 I8 19 20 21 22 23 24 25 26 27 29 29 30 31 32 33 34 d46219-1 MA MNANCE DOND Par I oil Bond No. 3200859 SECTION 00 62 19 MAINT)vNANCE BOND THE STATE OF TEXAS § § KNOW ALL BY THESE PRESENTS: COUNTY OF TARRAN'T § That we (Willco Undergound, L.L.C.). known as "Principal" herein and Dwelopers Surety and Indemnity Company , a corporate surety (sureties, if more than one) duly authorized to do business in the State of Texas, known as "Surety" herein (whether one or more), am held and firmly bound unto the Developer. (Ashton Dallas Residential L.L.C.), authorized to do business in Texas ("Developefl and the City of Fort Worth, a Texas municipal corporation ("City"}, in the sum of t7NF, MILLION SIX HIINDIIJED STNTY nVE F.l(:J HUDNRED TE1 l &TY ONE Dollars (S 1,bfi5,831), lawful money of the United States, to be paid in Fort Worth, Tarrant County, Texas, for payment of which sutra well and truly be made ,jointly unto the Developer and the City as dual obligees and their successors, we bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, Developer and City have entered into an Agrcemcnt for the construction of community facilities in the City of Fort Worth by and through a Community Facilities Agreement, CFA Number CFA24-0126.and WHEREAS, the Principal has entered into a certain written contract with the Developer awarded the 18th day of_ _March 2a 25 , which Contract is hereby referred to and a made part hereof for all purposes as if filly set forth herein, to rumish all materials, equipment labor and other accessories as defined by law, in the prosecution of the Work, including any Work resulting from a duly authorized Change Order (collectively herein, the "Work") as provided for in said Contract and designated as Catsientan's Crossing Lift Station & Force. ,Bain and CPN:105377 WHEREAS. Principal binds itself to use such materials and to so construct the Work hi accordance with the plans. specifications and Contract Doctunents that the Work is and will remain free from defects in materials or workmanship for and during the period of two (2) years after the date of Final Aco*tance of the Work by the City (" Maintenance Period"); and Ctt'!' OF FORT WORTH Lis 77I.FAIAN ); CJt(WING LIFT S r'AT7U,v d FGRCL",t AI STANDARn CRY CONINTIONS - DEVELOPER AWARDED PRC4M S CPA'.• 105377 Re vat Jadmry 31, 2012 40 62 19 - 2 3iAfAF"f'F.>NAKE BOND Fa2c 2 or3 t WHLREA$, Pntictpal binds itself to repair or reconstruct the Work in whole or in part x upon receiving notice from the Developer andIGT City of tl)e need thereof at any time within the 3 Maintenance Period. d 5 NOW THEREFORE, the condition of this obligation is such that if Principal shall 6 remedy any defective Work, for which timely notice was provided by Developer or City, to a 7 completion satisfactory to the City, then this obligation shall become null and void; otherwise to & remain in full force and effect. 9 10 PROVIDED, HOWEN'Flt, if Principal shall fail so to repair or reconstruct any timely 11 noticed defective 'Work, it is agreed that the Developer or City may cause any and all such 12 defective Work to be repaired and/or reconstructed with all associated costs thereof being borne 13 by the Principal and the Surety under this Maintenance Bond; and 14 11 PROVIDED FURTHER, that if any legal action be riled on this Bond, venue shall lie in 16 Tarrant County, Texas or the United States District Court for the. Northem District of Texas, Fort 17 Worth Division, and is 19 PROVIDED FURTHER, that this obligation shall be continuous in nature and 20 successive recoveries /nay be had hcroon for successive breaches. 21 CITY OF K)RT WOR711 CA rMEMAN S CROI'kF,VG L1FT STA770V 6 FORCF. MN.N STANDARD CITY CONDMONS — DEVELOPER AWARDED PROJECTS CPN 103377 Rcv4ed Jw=ry 31. 2012 0d6219-3 164AWrINANM KWD Pagc 3or1 l IN WITNESS WHEREOF, the Principal and the Surety have each SIGNED and SEALED this 2 instrument by duly authorized agents and offices on this the 18th day of March 2025 . 6 7 9 IU 11 12 13 14 15 16 17 i$ 19 20 21 22 23 24 25 26 27 29 29 30 31 32 33 34 35 36 37 a8 39 44 41 42 ATTEST: (Print- J.'r/ /.JA Winxss as to P Clpal PRINCIPAL: W' 1ge Underrraar (L US, 1h1�:sA� re mic11ael D. f 1111w Name and Title Address- P.A. Anx 1107. _MtwPstie d Tic. ?6U 3 SURETY: Developers Surety &W Indemnity ConVany BY: Signinure Russ Frenzel. Attomey-in-Fact .... ATTEST: Name and Title - NIA Address: ODD Superior Avenu$'lrj� IitFloa (Surety) Secmtary — Cleveland. OH 441 fdy. = VPimCs to Surety Katie Vanikiolia Teleptuulc Number. (216) 3 8-$1t1131- *Note: If signed by an officer of the Surety Company. theme must be on file a certif►e-d4:xf from the by-laws showing that this Person has authority to sign such obligation. ff Surety's physical address is different from its mailing address, both must be provided. The date of the bond shall not be prior to the date the Contract is awarded. MY OF FORT WORTH CAM..F.MAN'S CH(A NG LffFbTATYfN1sd FMCS MAIN STANDARD MY CDKDt' IONS - DEVELOP t AWARDED P1o11 MS CPN.• 145377 Revised lenmy 31, 2012 CORKrOnti IF tl► JRAXCF COMPANY DEVELOPERS SURETY AND INDEMNITY COMPAW SO At.:4.. tom.... AW rl« . ram, kv-.w,.ry mile (212)220.7120 KNDW ALL BY TIIESE PRW..N-M ohs, totucpl as ogxmly llmittxt hneita, COKEFOIPM- INSIARAWr COMPANY and OM—LOPERS SURF1Y AHD INDEMNITY CDMPANV, Sir hertrby make` omshkiw teed silppinC Ros Frenzel, Cyrdttda Afford, Brant Saldritn. John A. Pimm ed, Yl3t 1we Adrian Rarrtvs Ctkmz and Brady Cox .,of Plano, TX at its Ifur dad lanfuf AtkwVwyin-Fo:t, to Rule. eximute, de{f*or aid acknowlodp, far and M txh3ifof slid <amFanaea as sown. bos*, etrdertakinp deed mntrst,'fs of Airotyahep hieing ant grtaming unro mid Amxnry•in-FtKI gulf pours drab urthorrty to do tied to prrrorm n cy wi rwcsmry- roquisilt or proper w bt dmtc in oorAxtism thvwpith as each of dean! cornpmy oxii do, but reserving to each orwd e0mpsrrr full pomnr of tar1wooApm aria rcivsatiork and ell of the scot ofsaid Atwaw)6tn-Fact, pwv=K to oum pv*pu. we Ixreby rattf cd and mnftrmM 11" Powm or Atrorrwy d Orcceire anti slmRaxpim ON iveemtxt 11, .1025 This Poor of Attomy as grtr iW aced kc iela Kd ender and by acrlimity i;4ik W*wng emlutaexn akfo d by the Byrd of Dttetycvso!-C'C*r-I`011rlt: IN51 ritAH(..E COMPANY and VIN. LLOPC RS SUPETY AND IND MH171Y COMPANY (ttsllrml'svtly, "Con�ntrti"] on I^ebruary W. 2023 REStJLVtip that WZLZ&r&jh9dwL tsosriest Sctat, UaftmTi og. Ara! Crsrg -N1)san" Eh 'AAV fladtjMti=rr_ ,�gt y, $ri ¢mployec oS1lrrTrtrsl North Arnetsmn Inc.. us stf ilieAe vl'lise i 004mr• (the "Authored Sixr xs '). ►rr hemby aulhonztd w cww a Po..rr of Alrorrrey. gtwlif)s►g altomey(s)•ta-liKt nafnc+d Fn the AA r of Allorrty ov caxc aye. on belull' of the Cowgaiwy, beads, undertrkinp acid rnntmm of strretyahip, or edwr sums) -Nip oblip this. and d w 11m Scerelary or tiny Aztsimi Sassy of the Company bt,- and tat h of them herthy is, aietha wod oo attexs the cwcution or" such PkAwc of Attorrxy RESL)I.V10. IbM rho stpwitmi: of any vets ofthe AretNumd Signors and the Sweitay orany Assistam Stactstryof the cosapwq. trd the beat al'thc Compmy srcd be affixed oo any suds Power o(AMmaty, and any such sigmium cc stit! may be aft'tixtl by 6aimile- and txh thwmf of At000ncy xhsdt he m kd and b rding Ww the Cuirepany %ften w:ef%xed aced to the 44= pith repect w aw baFtA utActtaking or tontraes of svrophip to which tl is*nwhod IN W iTNE$s WrlmEREOF, coRiAli fi: NsLIRANCE ComPANY trxl INYhuOP s St °Rf?TY AND iwF mKri f vwpAw hm 4a►9a! thew prmft to he sigreod tsy to Awhx d Sigxr" ativard try genie StardWy or Assislm Swewrt this Mrs 27.2023 *aysaaaa+raaaaaaa-re ,`ssaasaat+asaaar' AND 14( -5 00 Fftimod lax �i ' .CO : q , �-� SEA_� 193 0 Title. Preside Surety u L tiag Uj 4Cqq% ' ` %V .•� ice• Ge 0: ACKNOWLEDIOEMW: `,•,'dear*a*aNrv'�,,`� r••'a0rr*esrt''`,aa. A notary public or other officer completing this cenificatc verifies only the identity o#•the individual who signed the doctment to "ich this ceniticate is suwhe+d, and not the truthfulness, accuracy, or validity ofthat document. SPATE OF CStlifomia COUNTY OF 0MV11i On the IL day of jymWk, 21 23 . hefbrc rear. jjIMnkDv t_7Phn teaCxt whp provod to mrsrr the bacps of smisl xloryvvidaxe to he the perwo whose r=ft is $Ubwrek d 10,within the initnxwrn and xkno%4-Jped to me Bunt they exccuted the smi; in tide &^xtnrd a apiway, anI thole. by Ow siyxntwe as dse irstrtanem the grouts upon b0alf %%bkh tiro ptasw sate!, cwwted tha nstrumert I'`defy, %cadet txndty. of pw)Ury. tarter tics lati m ed tin State 0d raj fgmia V4NFSS my bond and ofriCid ant Silp•Su, -1 _a d'oe— COPWORATE CERTU•7C:A ION that tnv romping p uagn ipb ix trm and correct. rroat+wQUYIW v stir Kctdry Pubbe • Ulfornie , Ga=•mtssfon r I;328i0 *_. _ .ey Cn,7rn. Eapi►aq Ore 3!, 2D2i Th. un3ert 4, the Stcrefary or Assisted" Socrataty of CCktli"N :�?ICC Ciommy wo nf_Yp.�7PElt$ 5tJrtF. rY AND uNDWNM <?C)14PA►lY, d[ses hereby certify that the provisions of ow rt!s(eluntuns trf, rrr}� of `ihrocoors of ood mpowmns set forth w anise P*wtr of Avmj y Are w $arm sx of the dots oftR,s Ceirirxu m 'this CatiScation ,s c%cwrd in the cm. of Clorytnd, {>�o,fieifts3�a``rtfi 19, �, - cos!• !n7" rncttstec_ AW-yw I Stu j IAA NoL NlA DOCuS4rknvdrapeyU;3352BF'D&-gEOD 479"37F-c1 E45st 6w3W Developers Surety and Indemnity Company • CorePointe Insurance Company AmTrust Surety An AmTka Financial CamlwY IMPORTANT NOTICE: To obtain information or make a complaint: You may contact the Texas Department of Insurance to obtain information on companies. coverages, rights, or complaints at. 1-800-252-3439 You may write the Texas Department of insurance at: P.O. Box 1491044 Austin, TX 78714-9104 Fax: (512) 475-1771 E-mail: Consume rProtectiond7a.tdi.state.tx.us For any complaints you may also contact AmTrust Customer Service at: Telephone: 1- 877-528-7878 Your notice of claim against the attached bond may be given to the surety company that issued the bond by sending it by mail to the following address: Mailing Address: AmTrust Financial Services, Inc. P.O. Box 5939 Cleveland, OH 4410 Attention: Surety Claims Physical Address: AmTrust Financial Services, Inc. 800 Superior Ave Cleveland, OH 44114 Email: suretvbonr claimsDamtrustaroup.c Note: The maximum size for any single email message including attachments is 20MB. Please send any correspondence in excess of this size to the P.O. Box noted above. PREMIUM OR CLAIM DISPUTES: If you have a dispute concerning a premium, your should contact the agent first. If you have a dispute concerning a claim. you should contact the company first. If the dispute is not resolved, you may contact the Texas Department of Insurance. ATTACH THIS NOTICE TO YOUR BOND: This notice is for information only and does not become a part or condition of the attached document. ri AmTru$t Surety Arn AMTrut�t Front fAIJ uQmpany MULTIPLE OBLIGEE RIDER M BE ATTACHED TO AND MADE PART' Oi+ BOND NO. 3200859 The names of Ashton Dallas Residential L.L-C and City of Fort Worth shall be added to said bond as named co -obligees. The Principal and Surety shall not be liable under this Bond to the Obligees, or any of them, unless the said Obligem cw cidwrlany of them, shall make payments to the Principal. or in the event of Principal's abandonment of the pro=cct or default, to the Sunray. strictly in accordance with the terms of the banded Contract. In the event the Principal is declared in default and terminated, it is expressly understood, as a condition of the Surety's liability, that the Surety shall rcccive from the said ONigecs, or chbWany of them, the remainder of the sum set forth in the Contract not yet dis xu=d to the Principal at the time of default. It is furthermore understood, as a condition of the Surety's liability, that each aril W1 of the Obligees shall perform all obligations to be performed trader the Contract at the time and in the manner thcxcin set forth. All defines which the Surety may have arising out of The acts or omissions of any of the Obligccs waned herein shag constitute with equal font a defense to any claims pre9ented hereunder by the other Obligees named herein. In no eventshall the Surety be I iable in the aWegate to the Obligocs for more than the penalty of its Performance Bond, nor shall it be liable except for a single payment for each single breach or defaull. At the Surety's election,any paynncnt duc to any Obliges maybe made by its check i ssuod j ointly t o al l Obligees. The Surety, upon snaking any payment hereunder, shall be subrogated to, and shall be entitled to an assignment of, all rights of the payee. either againg Principal or against any other party liable to the payee in connection with the loss which is the subject of the paytnmL Signed and Staled this day Al' e:�i West — 'j - Kate !!�kiofis— (Corporate Seal) Deveiapers Surely and jodpnn any by�,�� �ti'{�'oi�por'srr SeaH Russ Frenzel (print name) attorney in- fact = ATTACII NOTARY ACKNOWLEGEMENT FOk EACH SIGNATURE PO►► KR OF ATfORN EN FOR CORF-P(IIATE IN.U(NANCR CaMPANY UYVELOPEWS SURVI Y AND JNnUMNITY COMPANY S9 Mons:,, s+nr.' 43ed Mewl, ?WW YOM, NY laws] 421212$0-7120 KN W ALL BY TICL•SE l'RF. 'IS flw, crucpl la crpressly fimlkid hcarst COREPO&Mt INSURANCF C(WIIIANY and ULWIILOPERS SURETY ANt) INDEMNITY COMPAt1Y, do hereby make, otx *km uxi Wp ul: Rues Frertal, Cynthira Allard, Bront flaldwin, John A. Aboulnrad. Yamillac Adnana Ramos Chavez eful BM* Cax ar Plaro, TX aw it3 our atul lawful AIWMyy-*r-1`40.10 M&t. cxmuk, ddr►or aid atimowlo%De. fig and err btheWfof said eom%mioex,s sumwat. bar& tuAQ ftkings and ooawcts o1 ae0ety3hip glring and VH'X atg uma trod AW nleym-Fdcl lull lwuorr tend authaih 10 do WA 10 parorm eery act mvmwsy. w4uisilc nr proper by be dote in omee Iron dtcacvrith as tech ormsd eomprtny oaald do, bra reserving to rOch ref Arad torr"ay Rill power of subarttiAlm Wd RNV060n• W d 411 of the arts ofaaid ArWrrrtryih•Faer, ptusust[ td theapr yrescrvat, are hereby r4CA'-d nrx1 connrm d i}ns Iowa of Attorney +s effaceiat _ asrd Audi C30e on >a0.ro»bcr 31. sW,5. 7ta12PW=0fAtanaxoy is Vw1ted and n xiltotd under nod by surtimily of by the Baird o(Dmtory orCOREP(31pT F.I NStlitAN(."E 001APANY Mid DEW.14WAS SURF rY AND INDFMNIFY LXWPANY Icollcetitch •1Cotf r +'1 an Fchruay 10. 2023. RESOLVla). Rawl ,gip ttZ 3eu r 11n11efH7ltlllll. J+tiMC Bill ►rW ' 's- And C„i _tht►m Ucet twr iar+� ISxSIX. Mil an crnployor or AmTMA Nom% Amonm ter.. an sf!'ilnttc ed the Company ( t ' Alrlhonred Srarsrrx"1 arc herehy Aulhorind to rotttulc a Power or Ate my. quats!�tng awtcraacyta>`itrftrct namod to the Power or AUxney ro execult, on hebatf of tie Company. boW cndwaFzop aid corRmtta at turn *Wp,W ather xumyshtp ONkOL K wd Ihet the SOMIaly a my AsiMut Sccxtwrr of ft comli ty be. end txh of t3" lxYaby is. silhnrvcd 10:21M1 dre aore•ution of air} tend+ PowcrarAuorr ey RbSOIN isle flit arpnaburr of aeryo w cd the Ar>tb wuzl Signora and the ScrwaWq or arty Aswonl Secretary of tie Comlatty. and Ov seal adthc CctrVNty mug bo Arrwd to any Sarah plower of Auxnoy, and any such segnrurc or vml awy he Owed by facsareda, and smh Now r of Mlomey shill toe vt! d roil bid" upon the Compsay +often to sM%c d aW in rrrt fultim wlth rtslrect Io any bond, uxlerlaking or ocarxt orsurdyAV to ►+41ach tt is allarchai IN WITNESS WIIEREOF OM70 ><'fli INSLr"NCE COMPANY and nEVIA4MS SURf;7'Y AM) RW)B%lh'[lY C OWPANY hive eatuof these proaertes w be s*rod by On AeetwnoW SiIF" and attowd by diner Seactary or Arirsrg Sxr mry litz Momh 27.2023 FttalRi 106Sam 7Jrr+t:�.� POD Title- Pmadem. Suety tsn&sAritn yU. ACKNOWLEDGEMENT: y!. ��* .••`. ."��?4••*•• •,off@@ MIN'%f `` i+P0tlarHNN0 A notary public or other officer completing this txrtifKatte verifies only the identity or the individual who signed the document to which this ceatifrcate is attached, and not the truthfulnen, accdlrar:r, or validity of that document. srair•.ol= 4Cahfrenrsa C0*47Y OF (ranee On the � day of - t*dL. W 23 . before W- _UM-o"Jcn Phu Phan . Per3nalllq *Pnearpd Sue %tea vtts>p+oved some an the basis of wuufaccrvy ovAa ee W br ox petrpte %fLwojole is suhwlibed to wkhio tut mstrurwnt end adtnov&jaed 10 me Ilwt trio cs xwvd Ibc same err ftir atdhonxed cepxur - arwi that by** sigfaatane on die iragrttunesrt the cutilics tr10n behalf uutctt leer -,w-o n attod. cweotxed this uutrwttcrt- I Cara (jr. tader waxy t+f pmwy. uadrf ttk Woo of the %. It ur calskirn a WITNFSS my haired and aflietsi sat CORPORATE CliJti'1txATi0N Iraat the r+xegnerlg Iaeagraph es t:oe and triton. HOANC.QUYEN P.►HAx wmy MctaryPu6lk • Ceatfornta + Or�nte Cow) 3 coxmrsnion a 24329fo Comm. Eras Eke 31. 2026 'Tier urrlerst8nW. the Secidery of As*ftit Sae;;Wy of Q0RT.A)Nl'E INStiRWR4XiNPANY nd DCVFJ.OPMS SUiRM A?Vl1 INDEMNITY C(AWANY, 4%vs txmtiy certify that tut pmftr W of the VtWtxWM of be erslrcrtivc "3a of l3piprltxs of i*kl ctxparal► m set forth in du% Powor of AaaWnry are io race al orthe dac orlhss cearricatsota Th15 Cerufiasunn is Faocutod in thrCityarcieNe ", ohie,lhws ma"b" Cws►Bp.ed OY f...f<l AQESgC.. ram. _ • l v� 03�3 I�L1L'ita�7iQrknv rlopQ D: jai?GOFWMDD-4796.8 77E.C'1E455BS3 .w NATIONAL AMERI AN INSURANCE COMPANY CONTRACTORS ENEF AL LIABILITY ENHANCED COVERAGE ENDORSEMENT LUMINARY OF COVERAGES The [allowing is a ritjrnmary of additional coverages provided by this endorsement This endorsema5t is sublW to the provisicri.s of your policy wh:ch means drat it is subject to all terms, limitelions_ exclusions and conditions of The Doiicy. except and to Ilia exte n I spec tfically stated in this endorriement No coverage is provided by this summary, COVERAGE DESCRIP"ON PAGE Co��rdae Ex#en5fons Extended Property Da"in 2. Expanded Fire LEI Lleblllty to Ind0de Explaslen. Lightrring and SprInkler Leakage 2 Crawar o Far Ncn-owned W-a—le rtra11 Exrend0.tp 5i1 Feet fro Leri91h Newly Famed or Acciwired Ofganiaabons- Exton d The Reporting Requirement to 1130 lays Knowledga of Occuttance- Knowledgs of an''ocritronre, claim, cr "surf"' I5y your agent, servarrt, ar employee shall not In Is elf mns Mule knowledge of the N amed Insured unless an officer of the 11 Named Insured has recemed such riotice from the agEnt. servant, or emplgea PLdrrary.Ard NanconirlWory- other ilasummte Coridi#ion I � .lvar at Suhnagatlon-Auti}nlallc Status VMan Rianuilmd InAVMMm C.anlrml I AddIHonaI Caveraties average D- Va-luntcry Property Damage Coverage Caverage E- Care, Custody or Control Property Darnage Coverage Coverage F - Froduc# Recall Expanse Coverage C3 - Miter Darrrage Legal Liability C¢rreraga H-Ccmtaminailari or P011uiicn Coverag a -,Suddan And Ac idantal) Incraaae In Supplementary Payments Ball Bonds $1,000 Loss of E=amirias - 5500 P Milt of hisurancc $5.D00 Occurrence 2 $10,000 Aggregate $10,000 Occurrence $26,000 Aggregate 3 MAD Each Recali $25.000 Aggregate 3 $1,D00 Deductible 25.000 Aggregate 5 MUM Aggragat 5 Additional Insured Coverages on a Primary and i mMDontrlibuto►y AddIiloneI Insured - Owners, Lessees or Cantractflrs-Automatic Status When Requilred I B Consiruction Agreement VVIth You AddTonaI Insured- Lessor of Laased Equipment- Autarnalic Status Vftn RequIred ire g Lease Agreerrrsnl With Ynu AdditiflnaI Insured- Managers ar Lessor of Prernisses- Au'%amatir- Status VA1en RequirEA Ire 9 A Written Contras AddTonaI Insvifed- Engineers, Arch liects or Sur yar Not Eflgaged by tree Namell Insured 0 Aggregate LIM is of I•no tranta Automatically Included- Per Location Subject to Gap 10 Automatical!y Included, Per Pro eci SUbject to Cap 10 NA CO 21A 03 21 Indurlr=s Copynijhied MaWlal of inst4mram enrl�j--n Office, IrHc_, VAIN i11 Pagml5MOn. Page # of 11 POLICY NUMBER: MP20490542 COMMERCIAL GENERAL LIABILITY NA CG 23A 03 21 NATIONAL AMERICAN INSURANCE COMPANY THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. CONTRACTORS GENERAL LIABILITY ENHANCED COVERAGE ENDORSEMENT This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SECTION I - COVERAGES A. The following changes are made under Paragraph 2. Exclusions of Section I - Coverage A - Bodily Injury And Property Damage Liability: 1. Exclusion a. is replaced by the following: a. Expected Or Intended Injury "Bodily injury" or "property damage" expected or intended from the standpoint of the insured. This exclusion does not apply to "bodily injury" or "property damage" resulting from the use of reasonable force to protect persons or property. 2. Expanded Fire Legal Liability The last paragraph under 2. Exclusions is replaced by the following: Exclusions c. through n. do not apply to damage by fire, explosion, lightning, or smoke resulting from such fire, explosion, or lightning, or sprinkler leakage to premises while rented to you or temporarily occupied by you with permission of the owner. A separate limit of insurance applies to this coverage as described in Section III - Limits of Insurance. 3. Non -Owned Watercraft Exclusion g. (2) (a) is replaced by the following: g. Aircraft, Auto Or Watercraft (2) A watercraft you do not own that is: (a) Less than 51 feet long; and B. The following additional coverages are added to Section I - Coverages. Each of these additional coverages is subject to Paragraph 2. Exclusions of Section I - Coverage A - Bodily Injury And Property Damage Liability and all other terms, limitations, conditions, exclusions and all other provisions of the policy except and to the extent otherwise specifically stated in this endorsement. COVERAGE D - VOLUNTARY PROPERTY DAMAGE COVERAGE 1. Insuring Agreement a. At your request, and whether or not you are legally obligated to pay, we will pay for "property damage" to property of others you cause while the property is in your possession or if the "property damage" arises out of "your work". b. Subject to Paragraph 5. of SECTION III - LIMITS OF INSURANCE, a $5,000 occurrence limit and a $10,000 aggregate limit is the most we will pay under Coverage D for damages because of "property damage". The aggregate limit is the maximum amount we will pay for all covered 'occurrences" during the policy period. NA CG 23A 03 21 Includes Copyrighted Material of Insurance Services Office Inc., with its Permission. Page 2 of 11 Our duty to pay ends when we have paid the applicable Limit of Insurance in the payment of judgments or settlements under Coverage D. 2. Exclusions a. For purposes of Coverage D. only, Exclusion j. under Paragraph 2. Exclusions of Section I - Coverage A - Bodily Injury And Property Damage Liability, is replaced by the following: Damage To Property "Property damage" to: (1) Property held by the insured for servicing, repair, storage or sale at premises you own, rent, lease, operate or use; (2) Property transported by or damage caused by any "automobile", "watercraft" or "aircraft" you own, hire or lease; (3) Property you own, rent, lease, borrow or use. COVERAGE E - CARE, CUSTODY OR CONTROL PROPERTY DAMAGE COVERAGE 1. Insuring Agreement a. We will pay for "property damage" to personal property in the care, custody or control of the insured subject to the following provisions, limitations and conditions: (1) Exclusion j.(4) under Paragraph 2. Exclusions of Section I - Coverage A - Bodily Injury And Property Damage Liability, does not apply to Coverage E. (2) Subject to 5. of SECTION III - LIMITS OF INSURANCE, a $10,000 occurrence limit and a $25,000 aggregate limit is the most we will pay under Coverage E. The aggregate limit is the maximum amount we will pay for all covered "occurrences" during the policy period. (3) Our right and duty to defend ends when we have used up the applicable limit of insurance in the payment of judgments or settlements under Coverage E., regardless of the number of: (a) Insureds; (b) Claims made or "suits" brought; or (c) Persons or organizations making claims or bringing "suits". 1018IN4C7_Tr1=1=:J:16191,1111"9N*01_110*111»►R14 1. Insuring Agreement a. Notwithstanding Exclusion n. under Paragraph 2., Exclusions of Section I - Coverage A - Bodily Injury And Property Damage Liability, and subject to the limits shown in the Summary of Coverages, we will pay the "product recall expense" you incur as a result of a "product recall' you initiate during the coverage period. b. We will only pay for " product recall expense" arising out of "your products" which have been physically relinquished to others. c. This coverage is subject to a $10,000 each product recall limit and a $25,000 aggregate limit. The most we will pay for the sum of all "product recall expense" you incur as a result of all "product recalls" you initiate during the policy period shall not be greater than $25,000. d. Our right and duty to defend ends when we have used up the applicable Limit of Insurance in the payment of judgments or settlements under Coverage F. 2. Exclusions This insurance does not apply to "product recall expense" arising out of: a. Any fact, circumstance or situation which existed at the inception date of the policy and which you were aware of, or could reasonably have foreseen that would have resulted in a "product recall'. NA CG 23A 03 21 Includes Copyrighted Material of Insurance Services Office, Inc., with its Permission. Page 3 of 11 b. Deterioration, decomposition or transformation of a chemical nature, except if caused by an error in the manufacture, design, processing, storage, or transportation of "your product". c. The withdrawal of similar products or batches that are not defective, when a defect in another product or batch has been found. d. Acts, errors or omissions of any of your employees, done with prior knowledge of any of your officers or directors. e. Inherent vice, meaning a natural condition of property that causes it to deteriorate or become damaged. f. "Bodily injury" or "property damage" g. Failure of "your product" to accomplish its intended purpose, including any breach of warranty of fitness, quality, efficacy or efficiency, whether written or implied. h. Loss of reputation, customer faith or approval, or any costs incurred to regain customer market, or any other consequential damages. i. Legal fees or expenses. j. Damages claimed for any loss, cost or expense incurred by you or others for the loss of use of "your product". k. "Product recall expense" arising from the "product recall" of any of "your products" for which coverage is excluded by endorsement. I. Any "product recall" initiated due to the expiration of the designated shelf life of "your product". 3. Conditions The following conditions are added to Coverage F. a. Duties In Event of Product Recall In the event of a " product recall", you must: (1) See to it that we are notified as soon as practicable of a "product recall". To the extent possible, notice should include how, when and where the "product recall" took place and estimated "product recall expense". (2) Take all reasonable steps to minimize "product recall expense". This will not increase the Limits of Insurance. (3) If requested, permit us to question any insured under oath at such times as may be reasonably required about any matter relating to this insurance orthe insured's claim, including your books and records. Your answers must be signed. (4) Permit us to inspect and obtain other information proving the loss. You must send us a signed, sworn statement of loss containing the information we request to investigate the claim. You must do this within 60 days after our request. (5) Cooperate with us in the investigation or settlement of any claim. (6) Assist us upon our request, in the enforcement of any rights against any person or organization which may be liable to you because of loss to which this insurance applies. 4. Definitions The following definitions are added: a. "Product recall" means a withdrawal or removal from the market of "your product" based on the determination by you or any regulatory or governmental agency that: (1) The use or consumption of"your product" has caused or will cause actual or alleged "bodily injury" or "property damage" and (2) Such determination requires you to recover possession or control of "your product" from any distributor, purchaser or user, to repair or replace "your product", but only if "your product" is unfit for use or consumption, or is hazardous as a result of: NA CG 23A 03 21 Includes Copyrighted Material of Insurance Services Office, Inc., with its Permission. Page 4 of 11 (a) An error or omission by an insured in the design, manufacturing, processing, labeling, storage, or transportation of "your product"; or (b) Actual or alleged intentional, malicious or wrongful alteration or contamination of "your product" by someone other than you. b. "Product recall expense" means reasonable and necessary expenses for: (1) Telephone, radio and television communication and printed advertisements, including stationery, envelopes and postage. (2) Transporting recalled products from any purchaser, distributor or user, to locations designated by you. (3) Remuneration paid to your employees for overtime, as well as remuneration paid to additional employees or independent contractors you hire. (4) Transportation and accommodation expense incurred by your employees. (5) Rental expense incurred for temporary locations used to store recalled products. (6) Expenses incurred to properly dispose of recalled products, including packaging that cannot be reused. (7) Transportation expense incurred to replace recalled products. (8) Repairing, redistributing or replacing covered recalled products with like products or substitutes, not to exceed your original cost of manufacturing, processing, acquisition and/or distribution. These expenses must be incurred as a result of a "product recall". COVERAGE G - WATER DAMAGE LEGAL LIABILITY 1. Insuring Agreement a. Notwithstanding Exclusion j.(1) under Paragraph 2., Exclusions of Section I - Coverage A - Bodily Injury And Property Damage Liability, we will pay for "property damage" to premises that are both rented to and occupied by you if the "property damage" happens during the policy period as the result of an "occurrence" and arises out of the injurious presence of water. b. Subject to Paragraph 5. of SECTION III - LIMITS OF INSURANCE, the most we will pay under Coverage G. is $25,000 aggregate per policy period. The aggregate limit is the maximum amount w e will pay for all covered "occurrences" during the policy period. c. Our right and duty to defend ends when we have used up the applicable Limit of Insurance in the payment of judgments or settlements under Coverage G. COVERAGE H - CONTAMINATION OR POLLUTION COVERAGE (Sudden And Accidental For Contractors) A. The following provisions are added to Section I - Coverage A - Bodily Injury And Property Damage Liability. 1. LIMITED POLLUTION COVERAGE Exclusion f. under Paragraph 2., Exclusions of Section I - Coverage A - Bodily Injury And Property Damage Liability is replaced by the following: This insurance does not apply to: f. Pollution (1) "Bodily injury' or "property damage" which would not have occurred in whole or part but for the actual, alleged or threatened discharge, dispersal, seepage, migration, release or escape of "pollutants" at any time. (2) Any loss, cost or expense arising out of any: (a) Request, demand, order or statutory or regulatory requirement that any insured or others test for, monitor, clean up, remove, contain, treat, detoxify or neutralize, or in any way respond to, or assess the effects of "pollutants"; or NA CG 23A 03 21 Includes Copyrighted Material of Insurance Services Office, Inc., with its Permission. Page 5 of 11 (b) Claim or suit by or on behalf of a governmental authority for damages because of testing for, monitoring, cleaning up, removing, containing, treating, detoxifying or neutralizing, or in any way responding to, or assessing the effects of, "pollutants." This exclusion does not apply to that portion of any "bodily injury" or "property damage" which is caused by a "pollution incident', subject to the limits of insurance set forth below in this endorsement, but only if the following conditions are met: (a) The commencement time and date of such "pollution incident' can be identified with certainty, and such "pollution incident' commences at a specific time and date during the policy period; (b) Such "pollution incident' is an accident and unintentional release, discharge, emission or escape of "pollutants," is sudden and accidental and is neither expected nor intended by any insured; (c) Such "pollution incident' is not a repeat or resumption of a previous discharge, dispersal, release or escape of the same "pollutants" from essentially the same source within twelve (12) months of a previous discharge, dispersal, release or escape; (d) Such "bodily injury" or "property damage" is not caused or contributed to in any degree by any "pollution incident" that commenced prior to the beginning of the Policy Period shown in the Declarations; (e) Such "pollution incident' is discovered or otherwise becomes known to you within thirty (30) days of its commencement and is reported to us in writing within thirty (30) days after you first obtain knowledge of the "pollution incident'; (f) Such "pollution incident' did not result from or was not contributed to by your failure to comply with any government statute, rule, regulation, or order; 2. LIMITS FOR POLLUTION COVERAGE: The most we will pay for liability because of covered "bodily injury" and "property damage" caused by one or more "pollution incidents" shall not be greater than $100,000 in the aggregate per policy period. For the purpose of mitigating further "bodily injury" or "property damage" caused by a covered "pollution incident," $ 100,000 may be applied to costs or expenses incurred by any insured for cleaning up, removing or containing a covered "pollution incident' on the particular part of real property upon which the operations of the insured are conducted. This amount shall not be in addition to the limits set forth above, but such amounts shall reduce such applicable limits. When this limit is used up, we shall have no further obligation to defend claims or "suits" seeking such damages or pay such damages or defense expense. This coverage does not apply to Coverage B - Personal And Advertising Injury Liability. 3. NON -EXTENSION OF COVERAGE: The only coverage provided under this policy for liability in any way relating to, or caused by, any "pollution incident" is that which is set forth in this endorsement. 4. DEFINITIONS All provisions of the POLICY DEFINITIONS portion of this insurance remain unchanged except as modified by the following: For purposes only of the coverages addressed in this endorsement, the definition of "property damage" is replaced with the following: "Property Damage" means: a. Physical Injury to, destruction of, or contamination of tangible property, including all resulting loss of use of that property; or b. Loss of use of tangible property that is not physically injured, destroyed or contaminated but has been evacuated, withdrawn from use or rendered inaccessible because of a "pollution incident." c. Any loss, cost, or expense which you become legally obligated to pay, provided that you receive notice asserting such obligation during the policy period or within 30 days thereafter, and provided further that such 'loss," cost or expense arises out of: (1) A request, demand or order that any insured or others test for, monitor, clean-up, remove, contain, NA CG 23A 03 21 Includes Copyrighted Material of Insurance Services Office, Inc., with its Permission. Page 6 of 11 treat, detoxify or neutralize, or in any way respond to, or assess the effects of "pollutants;" or (2) A claim or legal proceeding by or on behalf of a governmental authority for payments because of testing for, cleaning up, removing, containing, treating, detoxifying or neutralizing, or in any way responding to or assessing the effects of "pollutants." "Pollution Incident" means an "occurrence" consisting of any actual emission, discharge, release, or escape of any "pollutant' into or upon land, the atmosphere, any watercourse or body of water, or any building or dwelling, provided that such emission, discharge, release or escape results in "environmental damage." The entirety of any such actual emission, discharge, release or escape shall be deemed to be one "pollution incident." "Pollutant" means any solid, liquid, gaseous or thermal irritant or contaminant, including smoke, vapor, soot, fumes, acids, alkalis, chemicals, waste and saline substances. Waste includes materials to be recycled, reconditioned or reclaimed. "Environmental Damage" means any injurious presence actually in or upon land, the atmosphere, any watercourse or body of water, or any building or dwelling, of any "pollutant." SUPPLEMENTARY PAYMENTS - COVERAGES A AND B 1. SUPPLEMENTARY PAYMENTS- COVERAGES A AND B is amended as follows: a. To read SUPPLEMENTARY PAYMENTS -ALL COVERAGES b. The following language is added at the end of Paragraph 1. However, we shall have none of the duties set forth above when this insurance applies only for Coverage D., Coverage E., or both, and we have paid the Limit of Liability or the Aggregate Limt for these additional coverages. c. Bail Bonds Paragraph 1.b. is replaced by the following: 1. We will pay, with respect to any claim we investigate or settle, or any "suit' against an insured we defend: b. Up to $1,000 for cost of bail bonds required because of accidents or traffic law violations arising out of the use of any vehicle to which the Bodily Injury Liability Coverage applies. We do not have to furnish these bonds. d. Loss of Earnings Paragraph 1.d. is replaced by the following: 1. We will pay, with respect to any claim we investigate or settle, or any "suit' against an insured we defend: d. All reasonable expenses incurred by the insured at our request to assist us in the investigation or defense of the claim or "suit', including actual loss of earnings up to $500 a day because of time off from work. SECTION II - WHO IS AN INSURED A. The following changes are made to SECTION II -WHO IS AN INSURED 1. Extended Reporting Requirements Paragraph 3.a. is replaced by the following: 3. Any organization you newly acquire or form, other than a partnership, joint venture or limited liability company, and over which you maintain ownership or majority interest, will qualify as a Named Insured if there is no other similar insurance available to that organization. However: a. Coverage under this provision is afforded only until the 180th day after you acquire or form the organization or the end of the policy period, whichever is earlier; B. The following provisions are added to SECTION II - WHO IS AN INSURED: NA CG 23A 03 21 Includes Copyrighted Material of Insurance Services Office, Inc., with its Permission. Page 7 of 11 #. Additional Insured -Owners, Lessees or oniractors- Automatic Status When Required In C0nslrlicIIon or Service Agmemeni Wi1Ik You Each of the fotfowing is an insune& a. Any pemon or crgani lion for whom ycu are performing operations when yr u and such person or arganization have agreed irk wrlting in a contract or agreernanI that such parson or arganlzabon be added as an additional Insured on your policy; b. Any other persort or organization you are required to add as an addltianal insured under the contract or agreemerit described In Paragraph a. isbove. Such person or organization Ira an addltlariW Insured only wIlh respect to liablllty far "bodily injury", "property damage" or "personal and adveruefng injury" WhI& may to imputed to that person or organr�_,atian directly arising aut of. fit Four acta or omissiQfis, or tha acts or omisMsans of those acting on your behalf in the perfarmance at your ongcing cperatians for the addi4onal insured; or (2) "Your wa ' specified in the "written caritract" but anly for "bodlty Injury "property damage" or "p�on!�I and aOmrtwing Injury„ Indu dad In the " prod ucts-c rnpleted operations haiard"; However, the insurance afforded Io such additional Insureds described In Paragraphs a, and b. above. only applies to the iextexnI permitted t>y law and wlII not be broader than that which you are requireal by the contract or agreement to provide far suah additional insarada. c. With resp t to t1w InWrarree afforded to arse additional Insureds, the following addltiarial m1uslons a ppltr This Insurance does not apply to- (1) "Bodily injury", "property darnage' or " personal and advertis ing ir�ury" arising out of tale reridafing of, or the faiiure to renaor, any professional architectural, eng,needrig or sur &g S"ices, lrolud.lng- (a) The preparing, approving, or failing to pr epare br approve, maps. shop draw Irrgs, cpinian.s, reports, surveys, field orders, chmnge orders or drawings and specdfrc Dona: w (b) Supervisory, inspection, architectural or engineering aclivilies . This exclusion applros even iF the ciaiirns against any irisured aIlsge negligence or olherwrougdoing in the supervision, hiring: arnployront, training ar n-Kinitoring of others ay that insured, it the "uccurranr=e" which caused the "bodily injury" or "properly diarnage", or the offense which caused the "persronol and advartieing injury"_ ovolved the rand Brig of or the fahire W render any pruFessionsl aruhitWural, angineenng arsurveying services d. With r espEct to tha intiurance afforded In tilEse addikwal insureds, the fallowing is added to Section III -Limits of Insurance: T he most we will pay on behalf of the additiaPal insured is the arrraunt of iiistiran ce; (f) Required by the contract or agreement you have entered into whh the additional insured: or (2) Avaklahle under the applicable Limits of Insurance; whichever is less. Tbaa coverage srisn rtet aric+reu'ie appIicable J_ira of irwirBrir;e. S. Additional Insorad - Lessor of Lensed Equipmerit- Automatic Status Whan Raquirad In Lem Agruemard With You Each of the i'elIuMng is an insured. a. Any person(s) or orgranlxation(s) from wham you tease equipment when you and such pemion(s) or organization(s) have agreed in writing in a contract or agreement that such person(s) or organization(s) be added as an additional insured on your pullcy. Sxh parson(s) or orgaraaatian(s) is an insured only with respect to your Rability far "tedily injury" "property drarrrage" or "personal and advertising Injury" directly ansing Out cf the meiMena nee, ❑peratien cr USE of i8qurpmenr leased to you tiry such p,rson(s) or organrzation(sl. NA CFI 23A 03 21 fncrudm Copyrighted Matetiml of Insurarmm Senrlces office. IPkc., YAIh Iris Permission. Page a or 11 However (1) The insurance affatdad to such addilicnal ins ured only applies is the extent permitted by law, and (21 If coverage provided to the additional msurect is required by a contract or agreement, the insurance afifordea to such additional Insured w1lI not be broader than Ihat whk h you are required by the contract or agrue rneM to provide for such addllional insured, h. With r pect to tha insurance Votded to the$e additlonal ins Weds. this jrisutance does not apply to any "occurrence" which takes place after the egQlipment lease explres, r— With respect to the insumrce offocciad la these additional insureds, the folIcFwing is edded to Section III • LImfta of Insurance; If wv-,�fage provided to the add Itiansl inaured Is mq uired by a contract of agr---rri�nt, the most we will pay on hehalf of the additional Jrisured Is #t a amount Af irlsuranee- (1) Raqulred by tyre contract or agree"nt or (2) Available Lr�der the appltc able Limits of Insurance; whichever 16 fr�s, i his coverage shali not increase the applicable Limits of Ins uranc.e. B. AddItiona*l Ins d - MaMagers or Lessors of laremises Each of the fot1awinq is cry inisured: a. Any person(s) or organ lzationIs), but only with respect to ha.bI11ty arising out of the awn ership, maintenance or use of Ihat part of We pr ern isr leased to you and subject to the follow ing addItionigl exclusions- Tttils insurance does not apply to- (1) Any "occurrence" w111t-,h tales place after you cease to be a tenant in [hat premises. (2) Structural alt,eralton$r new GphStrUcl-ton or demalition �iparatiuns performed by or on behad[ of such pemon(s} or organlZation(s}. However- (1) The Insurance afiFardad to such add Lianal Iris ured only applies to the extent permitted by law, and (2) If coverage provided to the additional Insured is required by a contract cr agreement, the Insurance afforded to such additional insured will not be broader Ihan lhat which you are req ulrrrd by the =ntract or agrem�irnenI to providal for s uch add iIInnal insured. b. With respect to the insurance afforded to ttiese additional ins ureds, the following Is added to Sectlon III -Limits of Insurance: If coverage provided to the addilional insIired Is required by a contracl or agreerni nil. the most we Will pay an behalf of the additional inn urrfd is Ifni amount of insurance (1) Required by the contract or agreement or (2) Available under the applicable Limits of Insurance. - whichever is le". This coverage shall not Increase Me applicable LImIts at Insurance T. Add Itlonal Ineured - Eno Inee rs, Architects or Surveyors JNat Engaged by the Naill ad Insured Each of the following is are Insured: a. Any archltetts, engineers or surveyors who are not engaged by you ara Insureds, but only with respeci to Iiability for "bodily Injury" at" property damage" or "par5onal and advertising injury" which may be Imputed tD that arcWliect, "ineer ar surveyor arising aut of (1) Your acts or omissions; or (2) The or cimissians of those acirng an your behalf NA CG 23A 03 21 Indurdes Gnpyrrgnied Malmial pl lmurgrfm Smkv as Oflics, lnr-. wilh tls Peftrisslnn, p1ge 9 of 11 in the performance of your ongoing operations performed by you or on your behalf. Such architects, engineers or surveyors, while not engaged by you, are contractually required to be added as an additional insured to your policy. However, the insurance afforded to such additional insured: (1) Only applies to the extent permitted by law; and (2) Will not be broader than that which you are required by the contract or agreement to provide for such additional insured. b. With respect to the insurance afforded to these additional insureds, the following additional exclusion applies: The insurance 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 services, including: (1) The preparing, approving, or failing to prepare or approve, maps, drawings, opinions, reports, surveys, change orders, designs or specifications; or (2) Supervisory, inspection or engineering services. This exclusion applies even if the claims against any insured allege negligence or other wrongdoing in the supervision, hiring, employment, training or monitoring of others by that insured, if the "occurrence" which caused the "bodily injury" or "property damage", or the offense which caused the "personal and advertising injury", involved the rendering of or the failure to render any professional services. SECTION III - LIMITS OF INSURANCE A. Paragraphs 2., 3., and 6. of SECTION III - LIMITS OF INSURANCE are replaced by the following: 2. The General Aggregate Limit is the most we will pay for the sum of: a. Medical expenses under Coverage C; b. Damages under Coverage A, except damages because of "bodily injury" or "property damage" included in the "products -completed operations hazard"; and c. Damages under Coverage B; and d. Damages under Coverage G. e. Damages under Coverage H. 3. The Products -Completed Operations Aggregate Limit is the most we will pay under Coverage A for damages because of "bodily injury" and "property damage" included in the "products -completed operations hazard" and Coverage F. 6. Subject to Paragraph 5. above, the Damage To Premises Rented To You Limit is the most we will pay under Coverage A for damages because of "property damage" to any one premises, while rented to you, or in the case of damage by fire, explosion, lightning, or smoke resulting from such fire, explosion, or lightning, or sprinkler leakage while rented to you or temporarily occupied by you with permission of the owner. B. The following are added to SECTION III - LIMITS OF INSURANCE: 8. Aggregate Limits of Insurance ( Per Location) The General Aggregate Limit applies separately to each of your "locations" owned by or rented to you or temporarily occupied by you with the permission of the owner. "Location" means premises involving the same or connecting lots, or premises whose connection is interrupted only by a street, roadway, waterway or right-of-way of a railroad. 9. Aggregate Limits of Insurance (Per Project) The General Aggregate Limit applies separately to each of your "construction projects" away from premises owned by or rented to you. "Construction Project" means "your work" conducted according to a single plan. NA CG 23A 03 21 Includes Copyrighted Material of Insurance Services Office, Inc., with its Permission. Page 10 of 11 ID. Evan though the General Aggregate Limit applies separately to each of your "locatlons" and each of your "constluctlnn projects the most we wvllI pay under this policy is threw tlrnes the General Aggregate Lim It regardless of the number €t"bcatlons", "construction pm)ects'. "accurrenr ', "Insureds". cIairns. ""cults", or persons cr argan"lions making clairm or hrigg rtg"stjite SECTION IV - COMMERCIAL GENERAL LIAE11 LITY CONDITIO N A. Ttte Fallowing is added to Panag rapt? 4. Otttnr Insurance: Prim ary► Arid NoncoMributory Insurancn This Insumnce is primary to and will not seek contribution frorn any other insurance available to an add l-ional insured kinder your policy provided #hat (1) Tise additnal insured is'a NamW Insured Under SUGh taller tnaurartCe; and (( You have aareeO in writing In a contract or agreernianl that this Insurance would to p(inury and would net seek owlrtputlon from any other lnsuranw available to We adaliional Insured- B . ParagTaphs'2A. artd b. are replaced with the following; 2. aulfes to The Event Of OccurTe=4, Dffen"F Cla'M Or Soft a. ` DLJ must see to It thal we are noliLtal as soon as practicably of an "o=urrence" or an offense which may reeUlt In a clairn. Know ledge of an " OCCLrrartce by your agent_ servant a employee s hall not In itself nonstitute knowledge of ttta Na Insured unless an oFiaca-r nF the NameLd Insue ad has ramived such nntice from Vin agent, sepmrt or E!mpiny T o the extent possible, n0firm. should Include- (1I Flow, when and where lire "occurrence" took plane; (2) The names and addresses of any Injur ed persons and wlinesses, and (3) The nature and iocalton or any Injury a damage arising out of the `=urrenrMe' or offense. b. Ira claim Is roads or "sprit" is brought against any Insured, ym must (1 F 1mmad lately record the specifics of the dalm or "suit" and the dale received: and (2) Notify us as soon as pracllcable. You must see to it thal we remlve written riotice of the claim or "suit" as soon as practicable. Knowledge of a Galin ar "salt" by your argea servant or employee shall not In Itself constitute knowledge of the Named IrtsurL-i unless an cfl9cer of the Named Inswed has recelved such notice from the agenL servant nr employee, C. The Fftwing Is eddad to Paragraph 2.c. 2. Duties In The Event Of Occurrence, Offense, Claim or Suet! c. You and any other lnvfllved insured must (5) Upon our request, replace er repalr the praparty covered under Coverage D - Volurttary Property Damage at your aclual cost, excluding profit or over head. D. Paragraph 8. is madlifted by adding the following sentence- 8. Transfer Of bights bf Rec ry Against 01hws Ta lei; We -4aive u:jr rignl ;a re-o,)aty ega{nst any person ter oruanlzawn res wnoni ttte innjre-d 1S operat11`19 under a writtnn corttfact venen s,i0i ,rcirsifact reyajires a waiver of stit)rogalion, and :�ijch cc)srlract Is sx&z-, ijlied befor e the "PTopefty darstage" or "btAily injury{" occurs or tiiq `p�-soTtai and a dverSa5ing" atfettse 15 corn:Witted, NA CG 23A 03 21 1rICIA is Copy+IUiriect &IMei:aS of Iiistit z!A Sefvice s s ITire. Im.- witli its PC-s:tiiman. Pagel 1 of I I .�.ir. x irk WORKEERS' COMPENSATION INSURANCE WORKERS' COMPENSATION AND WC 42 03 04 B EMPLOYERS LIABILITY POLICY Insured copy TEXAS WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT This endorsement applies only to the insurance provided by the policy because Texas is shown in item 3.A. of the Information Page. We have the right to recover our payments from anyone liable for an injury covered by this policy. We will not enforce our right against the person or organization named in the Schedule, but this waiver applies only with respect to bodily injury arising out of the operations described in the schedule where you are required by a written contract to obtain this waiver from us. This endorsement shall not operate directly or indirectly to benefit anyone not named in the Schedule. The premium for this endorsement is shown in the Schedule. Schedule 1. ( ) Specific Waiver Name of person or organization (X) Blanket Waiver Any person or organization for whom the Named Insured has agreed by written contract to furnish this waiver. 2. Operations: All Texas operations 3. Premium: The premium charge for this endorsement shall be 2.00 percent of the premium developed on payroll in connection with work performed for the above person(s) or organization(s) arising out of the operations described. 4. Advance Premium: Included, see Information Page This endorsement changes the policy to which it is attached effective on the inception date of the policy unless a different date is indicated below. (The following "attaching clause" need be completed only when this endorsement is issued subsequent to preparation of the policy.) This endorsement, effective on 10/17/23 at 12:01 a.m. standard time, forms a part of: Policy no. 0002004880 of Texas Mutual Insurance Company effective on 10/17/23 Issued to: WILLCO Underground, LLC NCCI Carrier Code: 29939 This is not a bill Authorized representative 1 of 1 PO Box 12058, Austin, TX 78711-2058 texasmutual.com 1 (800) 859-5995 1 Fax (800) 359-0650 10/16/23 WC420304B . irk . ,. .� WORKEERS' COMPENSATION INSURANCE WORKERS' COMPENSATION AND WC 42 03 08 EMPLOYERS LIABILITY POLICY Insured copy TEXAS PARTNERS, OFFICERS AND OTHERS EXCLUSION ENDORSEMENT The policy does not cover bodily injury to any person described in the Schedule. The premium basis for the policy does not include the remuneration of such persons. You will reimburse us for any payment we must make because of bodily injury to such persons. Schedule Name, title Michael Osmus, President This endorsement changes the policy to which it is attached effective on the inception date of the policy unless a different date is indicated below. (The following "attaching clause" need be completed only when this endorsement is issued subsequent to preparation of the policy.) This endorsement, effective on 10/17/23 at 12:01 a.m. standard time, forms a part of: Policy no. 0002004880 of Texas Mutual Insurance Company effective on 10/17/23 Issued to: WILLCO Underground, LLC NCCI Carrier Code: 29939 This is not a bill Authorized representative 1 of 1 PO Box 12058, Austin, TX 78711-2058 texasmutual.com 1 (800) 859-5995 1 Fax (800) 359-0650 10/16/23 WC 42 03 08 . irk . ,. .� WORKEELRS' COMPENSATION INSURANCE WORKERS' COMPENSATION AND WC 42 06 01 EMPLOYERS LIABILITY POLICY Agent copy TEXAS NOTICE OF MATERIAL CHANGE ENDORSEMENT This endorsement applies only to the insurance provided by the policy because Texas is shown in Item 3.A. of the Information Page. In the event of cancellation or other material change of the policy, we will mail advance notice to the person or organization named in the Schedule. The number of days advance notice is shown in the Schedule. This endorsement shall not operate directly or indirectly to benefit anyone not named in the Schedule. 1. Number of days advance notice 2. Notice will be mailed to: Schedule 30 PER LIST ON FILE This endorsement changes the policy to which it is attached effective on the inception date of the policy unless a different date is indicated below. (The following "attaching clause" need be completed only when this endorsement is issued subsequent to preparation of the policy.) This endorsement, effective on 2/2/24 at 12:01 a.m. standard time, forms a part of: Policy no. 0002004880 of Texas Mutual Insurance Company effective on 10/17/23 Endorsement no. 1 Issued to: WILLCO Underground, LLC "I Premium change: $0.00 This is not a bill Authorized representative NCCI Carrier Code: 29939 2/ 1 /24 PO Box 12058, Austin, TX 78711-2058 1 of 1 texasmutual.com 1 (800) 859-5995 1 Fax (800) 359-0650 WC 42 06 01 COMMERCIAL EXCESS LIABILITY CX 00 01 04 13 COMMERCIAL EXCESS LIABILITY COVERAGE FORM Various provisions in this policy restrict coverage. Read the entire policy carefully to determine rights, duties and what is and is not covered. Throughout this policy the words "you" and "your" refer to the Named Insured shown in the Declarations, and any other person or organization qualifying as a Named Insured under this policy. The words "we", "us" and 'bur" refer to the company providing this insurance. The word "insured" means any person or organization qualifying as such under the "controlling underlying insurance". Other words and phrases that appear in quotation marks in this Coverage Part have special meaning. Refer to Section IV- Definitions. Other words and phrases that are not defined under this Coverage Part but defined in the "controlling underlying insurance" will have the meaning described in the policy of "controlling underlying insurance". TIC irtaurance pvTAdatt under thm Gmarage Fart wdll foilo w the same pmvis[cns, excfuslu g artd Ilmitatiom Umt are contained in the applicable 'controlling Lmilerlyft insurance". unless alberw se difecW by thIs insurance To the extent such provisions differ or conflict, the provisions of this Coverage Part will apply. However, the coverage provided under this Coverage Part will not be broader than that provided by the applicable "controlling underlying insurance". There may be more than one "controlling underlying insurance" listed in the Declarations and provisions in those policies conflict, and which are not superseded by the provisions of this Coverage Part. In such a case, the provisions, exclusions and limitations of the "controlling underlying insurance" applicable to the particular "event" for which a claim is made or suit is brought will apply. SECTION I - COVERAGES 1. Insuring Agreement a. We will pay on behalf of the insured the "ultimate net loss" in excess of the "retained limit" because of "injury or damage" to which insurance provided under this Coverage Part applies. We will have the right and duty to defend the insured against any suit seeking damages for such "injury or damage" when the applicable limits of "controlling underlying insurance" have been exhausted in accordance with the provisions of such "controlling underlying insurance". When we have no duty to defend, we will have the right to defend, or to participate in the defense of, the insured against any other suit seeking damages for "injury or damage". However, we will have no duty to defend the insured against any suit seeking damages for which insurance under this policy does not apply. At our discretion, we may investigate any "event" that may involve this insurance and settle any resultant claim or suit, for which we have the duty to defend. But: (1) The amount we will pay for "ultimate net loss" is limited as described in Section II - Limits Of Insurance; and (2) Our right and duty to defend ends when we have used up the applicable limit of insurance in the payment of judgments or settlements under this Coverage Part. However, if the policy of "controlling underlying insurance" specifies that limits are reduced by defense expenses, our right and duty to defend ends when we have used up the applicable limit of insurance in the payment of defense expenses, judgments or settlements under this Coverage Part. b. This insurance applies to "injury or damage" that is subject to an applicable "retained limit". If any other limit, such as, a sublimit, is specified in the "controlling underlying insurance", this insurance does not apply to "injury or damage" arising out of that exposure unless that limit is specified in the Declarations under the Schedule of "controlling underlying insurance". c. If the "controlling underlying insurance" requires, for a particular claim, that the "injury or damage" occur during its policy period in order for that coverage to apply, then this insurance will only apply to that "injury or damage" if it occurs during the policy period of this Coverage Part. If the "controlling underlying insurance" requires that the "event" causing the particular "injury or damage" takes place during its policy period in order for that coverage to apply, then this insurance will apply to the claim only if the "event" causing that "injury or damage" takes place during the policy period of this Coverage Part. CX 00 01 04 13 © Insurance Services Office, Inc., 2012 Page 1 of 5 d. Any additional insured under any policy of "controlling underlying insurance" will automatically be an additional insured under this insurance. If coverage provided to the additional insured is required by a contract or agreement, the most we will pay on behalf of the additional insured is the amount of insurance required by the contract, less any amounts payable by any "controlling underlying insurance". Additional insured coverage provided by this insurance will not be broader than coverage provided by the "controlling underlying insurance". 2. Exclusions The following exclusions, and any other exclusions added by endorsement, apply to this Coverage Part. In addition, the exclusions applicable to any "controlling underlying insurance" apply to this insurance unless superseded by the following exclusions, or superseded by any other exclusions added by endorsement to this Coverage Part. Insurance provided under this Coverage Part does not apply to: a. Medical Payments Medical payments coverage or expenses that are provided without regard to fault, whether or not provided by the applicable "controlling underlying insurance". b. Auto Any loss, cost or expense payable under or resulting from any of the following auto coverages: (1) First -party physical damage coverage; (2) No-fault coverage; (3) Personal injury protection or auto medical payments coverage; or (4) Uninsured or underinsured motorists coverage. c. Pollution (1) "Injury or damage" which would not have occurred, in whole or in part, but for the actual, alleged or threatened discharge, dispersal, seepage, migration, release or escape of pollutants at any time. (2) Any loss, cost or expense arising out of any: (a) Request, demand, order or statutory or regulatory requirement that any insured or others test for, monitor, clean up, remove, contain, treat, detoxify or neutralize, or in any way respond to, or assess the effects of, pollutants; or (b) Claim or suit by or on behalf of a governmental authority for damages because of testing for, monitoring, cleaning up, removing, containing, treating, detoxifying or neutralizing, or in any way responding to, or assessing the effects of, pollutants. This exclusion does not apply to the extent that valid "controlling underlying insurance" for the pollution liability risks described above exists or would have existed but for the exhaustion of underlying limits for "injury or damage". d. Workers' Compensation And Similar Laws Any obligation of the insured under a workers' compensation, disability benefits or unemployment compensation law or any similar law. SECTION II - LIMITS OF INSURANCE 1. The Limits of Insurance shown in the Declarations, and the rules below fix the most we will pay regardless of the number of: a. Insureds; b. Claims made or suits brought, or number of vehicles involved; c. Persons or organizations making claims or bringing suits; or d. Limits available under any "controlling underlying insurance". 2. The Limits of Insurance of this Coverage Part will apply as follows: a. This insurance only applies in excess of the "retained limit". b. The Aggregate Limit is the most we will pay for the sum of all "ultimate net loss", for all "injury or damage" covered under this Coverage Part. However, this Aggregate Limit only applies to "injury or damage" that is subject to an aggregate limit of insurance under the "controlling underlying insurance". c. Subject to Paragraph 2.b. above, the Each Occurrence Limit is the most we will pay for the sum of all "ultimate net loss" under this insurance because of all "injury or damage" arising out of any one "event". d. If the Limits of Insurance of the "controlling underlying insurance" are reduced by defense expenses by the terms of that policy, any payments for defense expenses we make will reduce our applicable Limits of Insurance in the same manner. Page 2 of 5 © Insurance Services Office, Inc., 2012 CX 00 01 04 13 3. If any "controlling underlying insurance" has a 3. Duties In The Event Of An Event, Claim Or Suit policy period that is different from the policy period a. You must see to it that we are notified as soon of this Coverage Part then, for the purposes of this as practicable of an "event", regardless of the insurance, the "retained limit" will only be reduced amount, which may result in a claim under this or exhausted by payments made for "injury or insurance. To the extent possible, notice damage" covered under this insurance. should include: The Aggregate Limit of this Coverage Part applies separately to each consecutive annual period of this Coverage Part and to any remaining period of this Coverage Part of less than 12 months, starting with the beginning of the policy period shown in the Declarations, unless the policy period is extended after issuance for an additional period of less than 12 months. In that case, the additional period will be deemed part of the last preceding period for purposes of determining the Limits of Insurance. SECTION III - CONDITIONS The following conditions apply. In addition, the conditions applicable to any "controlling underlying insurance" are also applicable to the coverage provided under this insurance unless superseded by the following conditions. 1. Appeals If the "controlling underlying insurer" or insured elects not to appeal a judgment in excess of the amount of the "retained limit", we may do so at our own expense. We will also pay for taxable court costs, pre- and postjudgment interest and disbursements associated with such appeal. In no event will this provision increase our liability beyond the applicable Limits of Insurance described in Section II - Limits Of Insurance. 2. Bankruptcy a. Bankruptcy Of Insured Bankruptcy or insolvency of the insured or of the insured's estate will not relieve us of our obligations under this Coverage Part. b. Bankruptcy Of Controlling Underlying Insurer Bankruptcy or insolvency of the "controlling underlying insurer" will not relieve us of our obligations under this Coverage Part. However, insurance provided under this Coverage Part will not replace any "controlling underlying insurance" in the event of bankruptcy or insolvency of the "controlling underlying insurer". The insurance provided under this Coverage Part will apply as if the "controlling underlying insurance" were in full effect and recoverable. (1) How, when and where the "event" took place; (2) The names and addresses of any injured persons and witnesses; and (3) The nature and location of any "injury or damage" arising out of the "event". b. If a claim is made or suit is brought against any insured, you must: (1) Immediately record the specifics of the claim or suit and the date received; and (2) Notify us as soon as practicable. You must see to it that we receive written notice of the claim or suit as soon as practicable. c. You and any other insured involved must: (1) Immediately send us copies of any demands, notices, summonses or legal papers received in connection with the claim or suit; (2) Authorize us to obtain records and other information; (3) Cooperate with us in the investigation or settlement of the claim or defense against the suit; and (4) Assist us, upon our request, in the enforcement of any right against any person or organization which may be liable to the insured because of "injury or damage" to which this insurance may also apply. d. No insured will, except at that insured's own cost, voluntarily make a payment, assume any obligation, or incur any expense, other than for first aid, without our consent. 4. First Named Insured Duties The first Named Insured is the person or organization first named in the Declarations and is responsible for the payment of all premiums. The first Named Insured will act on behalf of all other Named Insureds for giving and receiving of notice of cancellation or the receipt of any return premium that may become payable. CX 00 01 04 13 © Insurance Services Office, Inc., 2012 Page 3 of 5 At our request, the first Named Insured will furnish us, as soon as practicable, with a complete copy of any "controlling underlying insurance" and any subsequently issued endorsements or policies which may in any way affect the insurance provided under this Coverage Part. 5. Cancellation a. The first Named Insured shown in the Declarations may cancel this policy by mailing or delivering to us advance written notice of cancellation. b. We may cancel this policy by mailing or delivering to the first Named Insured written notice of cancellation at least: (1) 10 days before the effective date of cancellation if we cancel for nonpayment of premium; or (2) 30 days before the effective date of cancellation if we cancel for any other reason. c. We will mail or deliver our notice to the first Named Insured's last mailing address known to us. d. Notice of cancellation will state the effective date of cancellation. The policy period will end on that date. e. If this policy is cancelled, we will send the first Named Insured any premium refund due. If we cancel, the refund will be pro rata. If the first Named Insured cancels, the refund may be less than pro rata. The cancellation will be effective even if we have not made or offered a refund. f. If notice is mailed, proof of mailing will be sufficient proof of notice. 6. Changes This Coverage Part contains all the agreements between you and us concerning the insurance afforded. The first Named Insured is authorized by all other insureds to make changes in the terms of this Coverage Part with our consent. This Coverage Part's terms can be amended or waived only by endorsement. 7. Maintenance Of/Changes To Controlling Underlying Insurance Any "controlling underlying insurance" must be maintained in full effect without reduction of coverage or limits except for the reduction of aggregate limits in accordance with the provisions of such "controlling underlying insurance" that results from "injury or damage" to which this insurance applies. Such exhaustion or reduction is not a failure to maintain "controlling underlying insurance". Failure to maintain "controlling underlying insurance" will not invalidate insurance provided under this Coverage Part, but insurance provided under this Coverage Part will apply as if the "controlling underlying insurance" were in full effect. The first Named Insured must notify us in writing, as soon as practicable, if any "controlling underlying insurance" is cancelled, not renewed, replaced or otherwise terminated, or if the limits or scope of coverage of any "controlling underlying insurance" is changed. 8. Other Insurance a. This insurance is excess over, and shall not contribute with any of the other insurance, whether primary, excess, contingent or on any other basis. This condition will not apply to insurance specifically written as excess over this Coverage Part. When this insurance is excess, if no other insurer defends, we may undertake to do so, but we will be entitled to the insured's rights against all those other insurers. b. When this insurance is excess over other insurance, we will pay only our share of the "ultimate net loss" that exceeds the sum of: (1) The total amount that all such other insurance would pay for the loss in the absence of the insurance provided under this Coverage Part; and (2) The total of all deductible and self -insured amounts under all that other insurance. 9. Premium Audit a. We will compute all premiums for this Coverage Part in accordance with our rules and rates. b. If this policy is auditable, the premium shown in this Coverage Part as advance premium is a deposit premium only. At the close of each audit period, we will compute the earned premium for that period and send notice to the first Named Insured. The due date for audit premium is the date shown as the due date on the bill. If the sum of the advance and audit premiums paid for the policy period is greater than the earned premium, we will return the excess to the first Named Insured. c. The first Named Insured must keep records of the information we need for premium computation, and send us copies at such times as we may request. Page 4 of 5 © Insurance Services Office, Inc., 2012 CX 00 01 04 13 10. Loss Payable Liability under this Coverage Part does not apply to a given claim unless and until: a. The insured or insured's "controlling underlying insurer" has become obligated to pay the "retained limit"; and b. The obligation of the insured to pay the "ultimate net loss" in excess of the "retained limit" has been determined by a final settlement or judgment or written agreement among the insured, claimant, "controlling underlying insurer" (or a representative of one or more of these) and us. 11. Legal Action Against Us No person or organization has a right under this Coverage Part: a. To join us as a party or otherwise bring us into a suit asking for damages from an insured; or b. To sue us on this Coverage Part unless all of its terms have been fully complied with. A person or organization may sue us to recover on an agreed settlement or on a final judgment against an insured; but we will not be liable for damages that are not payable under the terms of this Coverage Part or that are in excess of the applicable limit of insurance. An agreed settlement means a settlement and release of liability signed by us, the insured, "controlling underlying insurer" and the claimant or the claimant's legal representative. 12.Transfer Of Defense a. Defense Transferred To Us When the limits of "controlling underlying insurance" have been exhausted, in accordance with the provisions of "controlling underlying insurance", we may elect to have the defense transferred to us. We will cooperate in the transfer of control to us of any outstanding claims or suits seeking damages to which this insurance applies and which would have been covered by the "controlling underlying insurance" had the applicable limit not been exhausted. b. Defense Transferred By Us When our limits of insurance have been exhausted our duty to provide a defense will cease. We will cooperate in the transfer of control of defense to any insurer specifically written as excess over this Coverage Part of any outstanding claims or suits seeking damages to which this insurance applies and which would have been covered by the "controlling underlying insurance" had the applicable limit not been exhausted. In the event that there is no insurance written as excess over this Coverage Part, we will cooperate in the transfer of control to the insured and its designated representative. 13. When We Do Not Renew If we decide not to renew this Coverage Part, we will mail or deliver to the first Named Insured shown in the Declarations written notice of the nonrenewal not less than 30 days before the expiration date. If notice is mailed, proof of mailing will be sufficient proof of notice. SECTION IV - DEFINITIONS The definitions applicable to any "controlling underlying insurance" also apply to this insurance. In addition, the following definitions apply. 1. "Controlling underlying insurance" means any policy of insurance or self-insurance listed in the Declarations under the Schedule of "controlling underlying insurance". 2. "Controlling underlying insurer" means any insurer who provides any policy of insurance listed in the Declarations under the Schedule of "controlling underlying insurance". 3. "Event" means an occurrence, offense, accident, act, or other event, to which the applicable "controlling underlying insurance" applies. 4. "Injury or damage" means any injury or damage, covered in the applicable "controlling underlying insurance" arising from an "event". 5. "Retained limit" means the available limits of "controlling underlying insurance" applicable to the claim. 6. "Ultimate net loss" means the total sum, after reduction for recoveries, or salvages collectible, that the insured becomes legally obligated to pay as damages by reason of: a. Settlements, judgments, binding arbitration; or b. Other binding alternate dispute resolution proceeding entered into with our consent. "Ultimate net loss" includes defense expenses if the "controlling underlying insurance" specifies that limits are reduced by defense expenses. CX 00 01 04 13 © Insurance Services Office, Inc., 2012 Page 5 of 5 NATIONAL AMERI AN INSURANCE COMPANY CONTRACTORS ENEF AL LIABILITY ENHANCED COVERAGE ENDORSEMENT LUMINARY OF COVERAGES The [allowing is a ritjrnmary of additional coverages provided by this endorsement This endorsema5t is sublW to the provisicri.s of your policy wh:ch means drat it is subject to all terms, limitelions_ exclusions and conditions of The Doiicy. except and to Ilia exte n I spec tfically stated in this endorriement No coverage is provided by this summary, COVERAGE DESCRIP"ON PAGE Co��rdae Ex#en5fons Extended Property Da"in 2. Expanded Fire LEI Lleblllty to Ind0de Explaslen. Lightrring and SprInkler Leakage 2 Crawar o Far Ncn-owned W-a—le rtra11 Exrend0.tp 5i1 Feet fro Leri91h Newly Famed or Acciwired Ofganiaabons- Exton d The Reporting Requirement to 1130 lays Knowledga of Occuttance- Knowledgs of an''ocritronre, claim, cr "surf"' I5y your agent, servarrt, ar employee shall not In Is elf mns Mule knowledge of the N amed Insured unless an officer of the 11 Named Insured has recemed such riotice from the agEnt. servant, or emplgea PLdrrary.Ard NanconirlWory- other ilasummte Coridi#ion I � .lvar at Suhnagatlon-Auti}nlallc Status VMan Rianuilmd InAVMMm C.anlrml I AddIHonaI Caveraties average D- Va-luntcry Property Damage Coverage Caverage E- Care, Custody or Control Property Darnage Coverage Coverage F - Froduc# Recall Expanse Coverage C3 - Miter Darrrage Legal Liability C¢rreraga H-Ccmtaminailari or P011uiicn Coverag a -,Suddan And Ac idantal) Incraaae In Supplementary Payments Ball Bonds $1,000 Loss of E=amirias - 5500 P Milt of hisurancc $5.D00 Occurrence 2 $10,000 Aggregate $10,000 Occurrence $26,000 Aggregate 3 MAD Each Recali $25.000 Aggregate 3 $1,D00 Deductible 25.000 Aggregate 5 MUM Aggragat 5 Additional Insured Coverages on a Primary and i mMDontrlibuto►y AddIiloneI Insured - Owners, Lessees or Cantractflrs-Automatic Status When Requilred I B Consiruction Agreement VVIth You AddTonaI Insured- Lessor of Laased Equipment- Autarnalic Status Vftn RequIred ire g Lease Agreerrrsnl With Ynu AdditiflnaI Insured- Managers ar Lessor of Prernisses- Au'%amatir- Status VA1en RequirEA Ire 9 A Written Contras AddTonaI Insvifed- Engineers, Arch liects or Sur yar Not Eflgaged by tree Namell Insured 0 Aggregate LIM is of I•no tranta Automatically Included- Per Location Subject to Gap 10 Automatical!y Included, Per Pro eci SUbject to Cap 10 NA CO 21A 03 21 Indurlr=s Copynijhied MaWlal of inst4mram enrl�j--n Office, IrHc_, VAIN i11 Pagml5MOn. Page # of 11 POLICY NUMBER: MP20490542 COMMERCIAL GENERAL LIABILITY NA CG 23A 03 21 NATIONAL AMERICAN INSURANCE COMPANY THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. CONTRACTORS GENERAL LIABILITY ENHANCED COVERAGE ENDORSEMENT This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SECTION I - COVERAGES A. The following changes are made under Paragraph 2. Exclusions of Section I - Coverage A - Bodily Injury And Property Damage Liability: 1. Exclusion a. is replaced by the following: a. Expected Or Intended Injury "Bodily injury" or "property damage" expected or intended from the standpoint of the insured. This exclusion does not apply to "bodily injury" or "property damage" resulting from the use of reasonable force to protect persons or property. 2. Expanded Fire Legal Liability The last paragraph under 2. Exclusions is replaced by the following: Exclusions c. through n. do not apply to damage by fire, explosion, lightning, or smoke resulting from such fire, explosion, or lightning, or sprinkler leakage to premises while rented to you or temporarily occupied by you with permission of the owner. A separate limit of insurance applies to this coverage as described in Section III - Limits of Insurance. 3. Non -Owned Watercraft Exclusion g. (2) (a) is replaced by the following: g. Aircraft, Auto Or Watercraft (2) A watercraft you do not own that is: (a) Less than 51 feet long; and B. The following additional coverages are added to Section I - Coverages. Each of these additional coverages is subject to Paragraph 2. Exclusions of Section I - Coverage A - Bodily Injury And Property Damage Liability and all other terms, limitations, conditions, exclusions and all other provisions of the policy except and to the extent otherwise specifically stated in this endorsement. COVERAGE D - VOLUNTARY PROPERTY DAMAGE COVERAGE 1. Insuring Agreement a. At your request, and whether or not you are legally obligated to pay, we will pay for "property damage" to property of others you cause while the property is in your possession or if the "property damage" arises out of "your work". b. Subject to Paragraph 5. of SECTION III - LIMITS OF INSURANCE, a $5,000 occurrence limit and a $10,000 aggregate limit is the most we will pay under Coverage D for damages because of "property damage". The aggregate limit is the maximum amount we will pay for all covered 'occurrences" during the policy period. NA CG 23A 03 21 Includes Copyrighted Material of Insurance Services Office Inc., with its Permission. Page 2 of 11 Our duty to pay ends when we have paid the applicable Limit of Insurance in the payment of judgments or settlements under Coverage D. 2. Exclusions a. For purposes of Coverage D. only, Exclusion j. under Paragraph 2. Exclusions of Section I - Coverage A - Bodily Injury And Property Damage Liability, is replaced by the following: Damage To Property "Property damage" to: (1) Property held by the insured for servicing, repair, storage or sale at premises you own, rent, lease, operate or use; (2) Property transported by or damage caused by any "automobile", "watercraft" or "aircraft" you own, hire or lease; (3) Property you own, rent, lease, borrow or use. COVERAGE E - CARE, CUSTODY OR CONTROL PROPERTY DAMAGE COVERAGE 1. Insuring Agreement a. We will pay for "property damage" to personal property in the care, custody or control of the insured subject to the following provisions, limitations and conditions: (1) Exclusion j.(4) under Paragraph 2. Exclusions of Section I - Coverage A - Bodily Injury And Property Damage Liability, does not apply to Coverage E. (2) Subject to 5. of SECTION III - LIMITS OF INSURANCE, a $10,000 occurrence limit and a $25,000 aggregate limit is the most we will pay under Coverage E. The aggregate limit is the maximum amount we will pay for all covered "occurrences" during the policy period. (3) Our right and duty to defend ends when we have used up the applicable limit of insurance in the payment of judgments or settlements under Coverage E., regardless of the number of: (a) Insureds; (b) Claims made or "suits" brought; or (c) Persons or organizations making claims or bringing "suits". 1018IN4C7_Tr1=1=:J:16191,1111"9N*01_110*111»►R14 1. Insuring Agreement a. Notwithstanding Exclusion n. under Paragraph 2., Exclusions of Section I - Coverage A - Bodily Injury And Property Damage Liability, and subject to the limits shown in the Summary of Coverages, we will pay the "product recall expense" you incur as a result of a "product recall' you initiate during the coverage period. b. We will only pay for " product recall expense" arising out of "your products" which have been physically relinquished to others. c. This coverage is subject to a $10,000 each product recall limit and a $25,000 aggregate limit. The most we will pay for the sum of all "product recall expense" you incur as a result of all "product recalls" you initiate during the policy period shall not be greater than $25,000. d. Our right and duty to defend ends when we have used up the applicable Limit of Insurance in the payment of judgments or settlements under Coverage F. 2. Exclusions This insurance does not apply to "product recall expense" arising out of: a. Any fact, circumstance or situation which existed at the inception date of the policy and which you were aware of, or could reasonably have foreseen that would have resulted in a "product recall'. NA CG 23A 03 21 Includes Copyrighted Material of Insurance Services Office, Inc., with its Permission. Page 3 of 11 b. Deterioration, decomposition or transformation of a chemical nature, except if caused by an error in the manufacture, design, processing, storage, or transportation of "your product". c. The withdrawal of similar products or batches that are not defective, when a defect in another product or batch has been found. d. Acts, errors or omissions of any of your employees, done with prior knowledge of any of your officers or directors. e. Inherent vice, meaning a natural condition of property that causes it to deteriorate or become damaged. f. "Bodily injury" or "property damage" g. Failure of "your product" to accomplish its intended purpose, including any breach of warranty of fitness, quality, efficacy or efficiency, whether written or implied. h. Loss of reputation, customer faith or approval, or any costs incurred to regain customer market, or any other consequential damages. i. Legal fees or expenses. j. Damages claimed for any loss, cost or expense incurred by you or others for the loss of use of "your product". k. "Product recall expense" arising from the "product recall" of any of "your products" for which coverage is excluded by endorsement. I. Any "product recall" initiated due to the expiration of the designated shelf life of "your product". 3. Conditions The following conditions are added to Coverage F. a. Duties In Event of Product Recall In the event of a " product recall", you must: (1) See to it that we are notified as soon as practicable of a "product recall". To the extent possible, notice should include how, when and where the "product recall" took place and estimated "product recall expense". (2) Take all reasonable steps to minimize "product recall expense". This will not increase the Limits of Insurance. (3) If requested, permit us to question any insured under oath at such times as may be reasonably required about any matter relating to this insurance orthe insured's claim, including your books and records. Your answers must be signed. (4) Permit us to inspect and obtain other information proving the loss. You must send us a signed, sworn statement of loss containing the information we request to investigate the claim. You must do this within 60 days after our request. (5) Cooperate with us in the investigation or settlement of any claim. (6) Assist us upon our request, in the enforcement of any rights against any person or organization which may be liable to you because of loss to which this insurance applies. 4. Definitions The following definitions are added: a. "Product recall" means a withdrawal or removal from the market of "your product" based on the determination by you or any regulatory or governmental agency that: (1) The use or consumption of"your product" has caused or will cause actual or alleged "bodily injury" or "property damage" and (2) Such determination requires you to recover possession or control of "your product" from any distributor, purchaser or user, to repair or replace "your product", but only if "your product" is unfit for use or consumption, or is hazardous as a result of: NA CG 23A 03 21 Includes Copyrighted Material of Insurance Services Office, Inc., with its Permission. Page 4 of 11 (a) An error or omission by an insured in the design, manufacturing, processing, labeling, storage, or transportation of "your product"; or (b) Actual or alleged intentional, malicious or wrongful alteration or contamination of "your product" by someone other than you. b. "Product recall expense" means reasonable and necessary expenses for: (1) Telephone, radio and television communication and printed advertisements, including stationery, envelopes and postage. (2) Transporting recalled products from any purchaser, distributor or user, to locations designated by you. (3) Remuneration paid to your employees for overtime, as well as remuneration paid to additional employees or independent contractors you hire. (4) Transportation and accommodation expense incurred by your employees. (5) Rental expense incurred for temporary locations used to store recalled products. (6) Expenses incurred to properly dispose of recalled products, including packaging that cannot be reused. (7) Transportation expense incurred to replace recalled products. (8) Repairing, redistributing or replacing covered recalled products with like products or substitutes, not to exceed your original cost of manufacturing, processing, acquisition and/or distribution. These expenses must be incurred as a result of a "product recall". COVERAGE G - WATER DAMAGE LEGAL LIABILITY 1. Insuring Agreement a. Notwithstanding Exclusion j.(1) under Paragraph 2., Exclusions of Section I - Coverage A - Bodily Injury And Property Damage Liability, we will pay for "property damage" to premises that are both rented to and occupied by you if the "property damage" happens during the policy period as the result of an "occurrence" and arises out of the injurious presence of water. b. Subject to Paragraph 5. of SECTION III - LIMITS OF INSURANCE, the most we will pay under Coverage G. is $25,000 aggregate per policy period. The aggregate limit is the maximum amount w e will pay for all covered "occurrences" during the policy period. c. Our right and duty to defend ends when we have used up the applicable Limit of Insurance in the payment of judgments or settlements under Coverage G. COVERAGE H - CONTAMINATION OR POLLUTION COVERAGE (Sudden And Accidental For Contractors) A. The following provisions are added to Section I - Coverage A - Bodily Injury And Property Damage Liability. 1. LIMITED POLLUTION COVERAGE Exclusion f. under Paragraph 2., Exclusions of Section I - Coverage A - Bodily Injury And Property Damage Liability is replaced by the following: This insurance does not apply to: f. Pollution (1) "Bodily injury' or "property damage" which would not have occurred in whole or part but for the actual, alleged or threatened discharge, dispersal, seepage, migration, release or escape of "pollutants" at any time. (2) Any loss, cost or expense arising out of any: (a) Request, demand, order or statutory or regulatory requirement that any insured or others test for, monitor, clean up, remove, contain, treat, detoxify or neutralize, or in any way respond to, or assess the effects of "pollutants"; or NA CG 23A 03 21 Includes Copyrighted Material of Insurance Services Office, Inc., with its Permission. Page 5 of 11 (b) Claim or suit by or on behalf of a governmental authority for damages because of testing for, monitoring, cleaning up, removing, containing, treating, detoxifying or neutralizing, or in any way responding to, or assessing the effects of, "pollutants." This exclusion does not apply to that portion of any "bodily injury" or "property damage" which is caused by a "pollution incident', subject to the limits of insurance set forth below in this endorsement, but only if the following conditions are met: (a) The commencement time and date of such "pollution incident' can be identified with certainty, and such "pollution incident' commences at a specific time and date during the policy period; (b) Such "pollution incident' is an accident and unintentional release, discharge, emission or escape of "pollutants," is sudden and accidental and is neither expected nor intended by any insured; (c) Such "pollution incident' is not a repeat or resumption of a previous discharge, dispersal, release or escape of the same "pollutants" from essentially the same source within twelve (12) months of a previous discharge, dispersal, release or escape; (d) Such "bodily injury" or "property damage" is not caused or contributed to in any degree by any "pollution incident" that commenced prior to the beginning of the Policy Period shown in the Declarations; (e) Such "pollution incident' is discovered or otherwise becomes known to you within thirty (30) days of its commencement and is reported to us in writing within thirty (30) days after you first obtain knowledge of the "pollution incident'; (f) Such "pollution incident' did not result from or was not contributed to by your failure to comply with any government statute, rule, regulation, or order; 2. LIMITS FOR POLLUTION COVERAGE: The most we will pay for liability because of covered "bodily injury" and "property damage" caused by one or more "pollution incidents" shall not be greater than $100,000 in the aggregate per policy period. For the purpose of mitigating further "bodily injury" or "property damage" caused by a covered "pollution incident," $ 100,000 may be applied to costs or expenses incurred by any insured for cleaning up, removing or containing a covered "pollution incident' on the particular part of real property upon which the operations of the insured are conducted. This amount shall not be in addition to the limits set forth above, but such amounts shall reduce such applicable limits. When this limit is used up, we shall have no further obligation to defend claims or "suits" seeking such damages or pay such damages or defense expense. This coverage does not apply to Coverage B - Personal And Advertising Injury Liability. 3. NON -EXTENSION OF COVERAGE: The only coverage provided under this policy for liability in any way relating to, or caused by, any "pollution incident" is that which is set forth in this endorsement. 4. DEFINITIONS All provisions of the POLICY DEFINITIONS portion of this insurance remain unchanged except as modified by the following: For purposes only of the coverages addressed in this endorsement, the definition of "property damage" is replaced with the following: "Property Damage" means: a. Physical Injury to, destruction of, or contamination of tangible property, including all resulting loss of use of that property; or b. Loss of use of tangible property that is not physically injured, destroyed or contaminated but has been evacuated, withdrawn from use or rendered inaccessible because of a "pollution incident." c. Any loss, cost, or expense which you become legally obligated to pay, provided that you receive notice asserting such obligation during the policy period or within 30 days thereafter, and provided further that such 'loss," cost or expense arises out of: (1) A request, demand or order that any insured or others test for, monitor, clean-up, remove, contain, NA CG 23A 03 21 Includes Copyrighted Material of Insurance Services Office, Inc., with its Permission. Page 6 of 11 treat, detoxify or neutralize, or in any way respond to, or assess the effects of "pollutants;" or (2) A claim or legal proceeding by or on behalf of a governmental authority for payments because of testing for, cleaning up, removing, containing, treating, detoxifying or neutralizing, or in any way responding to or assessing the effects of "pollutants." "Pollution Incident" means an "occurrence" consisting of any actual emission, discharge, release, or escape of any "pollutant' into or upon land, the atmosphere, any watercourse or body of water, or any building or dwelling, provided that such emission, discharge, release or escape results in "environmental damage." The entirety of any such actual emission, discharge, release or escape shall be deemed to be one "pollution incident." "Pollutant" means any solid, liquid, gaseous or thermal irritant or contaminant, including smoke, vapor, soot, fumes, acids, alkalis, chemicals, waste and saline substances. Waste includes materials to be recycled, reconditioned or reclaimed. "Environmental Damage" means any injurious presence actually in or upon land, the atmosphere, any watercourse or body of water, or any building or dwelling, of any "pollutant." SUPPLEMENTARY PAYMENTS - COVERAGES A AND B 1. SUPPLEMENTARY PAYMENTS- COVERAGES A AND B is amended as follows: a. To read SUPPLEMENTARY PAYMENTS -ALL COVERAGES b. The following language is added at the end of Paragraph 1. However, we shall have none of the duties set forth above when this insurance applies only for Coverage D., Coverage E., or both, and we have paid the Limit of Liability or the Aggregate Limt for these additional coverages. c. Bail Bonds Paragraph 1.b. is replaced by the following: 1. We will pay, with respect to any claim we investigate or settle, or any "suit' against an insured we defend: b. Up to $1,000 for cost of bail bonds required because of accidents or traffic law violations arising out of the use of any vehicle to which the Bodily Injury Liability Coverage applies. We do not have to furnish these bonds. d. Loss of Earnings Paragraph 1.d. is replaced by the following: 1. We will pay, with respect to any claim we investigate or settle, or any "suit' against an insured we defend: d. All reasonable expenses incurred by the insured at our request to assist us in the investigation or defense of the claim or "suit', including actual loss of earnings up to $500 a day because of time off from work. SECTION II - WHO IS AN INSURED A. The following changes are made to SECTION II -WHO IS AN INSURED 1. Extended Reporting Requirements Paragraph 3.a. is replaced by the following: 3. Any organization you newly acquire or form, other than a partnership, joint venture or limited liability company, and over which you maintain ownership or majority interest, will qualify as a Named Insured if there is no other similar insurance available to that organization. However: a. Coverage under this provision is afforded only until the 180th day after you acquire or form the organization or the end of the policy period, whichever is earlier; B. The following provisions are added to SECTION II - WHO IS AN INSURED: NA CG 23A 03 21 Includes Copyrighted Material of Insurance Services Office, Inc., with its Permission. Page 7 of 11 #. Additional Insured -Owners, Lessees or oniractors- Automatic Status When Required In C0nslrlicIIon or Service Agmemeni Wi1Ik You Each of the fotfowing is an insune& a. Any pemon or crgani lion for whom ycu are performing operations when yr u and such person or arganization have agreed irk wrlting in a contract or agreernanI that such parson or arganlzabon be added as an additional Insured on your policy; b. Any other persort or organization you are required to add as an addltianal insured under the contract or agreemerit described In Paragraph a. isbove. Such person or organization Ira an addltlariW Insured only wIlh respect to liablllty far "bodily injury", "property damage" or "personal and adveruefng injury" WhI& may to imputed to that person or organr�_,atian directly arising aut of. fit Four acta or omissiQfis, or tha acts or omisMsans of those acting on your behalf in the perfarmance at your ongcing cperatians for the addi4onal insured; or (2) "Your wa ' specified in the "written caritract" but anly for "bodlty Injury "property damage" or "p�on!�I and aOmrtwing Injury„ Indu dad In the " prod ucts-c rnpleted operations haiard"; However, the insurance afforded Io such additional Insureds described In Paragraphs a, and b. above. only applies to the iextexnI permitted t>y law and wlII not be broader than that which you are requireal by the contract or agreement to provide far suah additional insarada. c. With resp t to t1w InWrarree afforded to arse additional Insureds, the following addltiarial m1uslons a ppltr This Insurance does not apply to- (1) "Bodily injury", "property darnage' or " personal and advertis ing ir�ury" arising out of tale reridafing of, or the faiiure to renaor, any professional architectural, eng,needrig or sur &g S"ices, lrolud.lng- (a) The preparing, approving, or failing to pr epare br approve, maps. shop draw Irrgs, cpinian.s, reports, surveys, field orders, chmnge orders or drawings and specdfrc Dona: w (b) Supervisory, inspection, architectural or engineering aclivilies . This exclusion applros even iF the ciaiirns against any irisured aIlsge negligence or olherwrougdoing in the supervision, hiring: arnployront, training ar n-Kinitoring of others ay that insured, it the "uccurranr=e" which caused the "bodily injury" or "properly diarnage", or the offense which caused the "persronol and advartieing injury"_ ovolved the rand Brig of or the fahire W render any pruFessionsl aruhitWural, angineenng arsurveying services d. With r espEct to tha intiurance afforded In tilEse addikwal insureds, the fallowing is added to Section III -Limits of Insurance: T he most we will pay on behalf of the additiaPal insured is the arrraunt of iiistiran ce; (f) Required by the contract or agreement you have entered into whh the additional insured: or (2) Avaklahle under the applicable Limits of Insurance; whichever is less. Tbaa coverage srisn rtet aric+reu'ie appIicable J_ira of irwirBrir;e. S. Additional Insorad - Lessor of Lensed Equipmerit- Automatic Status Whan Raquirad In Lem Agruemard With You Each of the i'elIuMng is an insured. a. Any person(s) or orgranlxation(s) from wham you tease equipment when you and such pemion(s) or organization(s) have agreed in writing in a contract or agreement that such person(s) or organization(s) be added as an additional insured on your pullcy. Sxh parson(s) or orgaraaatian(s) is an insured only with respect to your Rability far "tedily injury" "property drarrrage" or "personal and advertising Injury" directly ansing Out cf the meiMena nee, ❑peratien cr USE of i8qurpmenr leased to you tiry such p,rson(s) or organrzation(sl. NA CFI 23A 03 21 fncrudm Copyrighted Matetiml of Insurarmm Senrlces office. IPkc., YAIh Iris Permission. Page a or 11 However (1) The insurance affatdad to such addilicnal ins ured only applies is the extent permitted by law, and (21 If coverage provided to the additional msurect is required by a contract or agreement, the insurance afifordea to such additional Insured w1lI not be broader than Ihat whk h you are required by the contract or agrue rneM to provide for such addllional insured, h. With r pect to tha insurance Votded to the$e additlonal ins Weds. this jrisutance does not apply to any "occurrence" which takes place after the egQlipment lease explres, r— With respect to the insumrce offocciad la these additional insureds, the folIcFwing is edded to Section III • LImfta of Insurance; If wv-,�fage provided to the add Itiansl inaured Is mq uired by a contract of agr---rri�nt, the most we will pay on hehalf of the additional Jrisured Is #t a amount Af irlsuranee- (1) Raqulred by tyre contract or agree"nt or (2) Available Lr�der the appltc able Limits of Insurance; whichever 16 fr�s, i his coverage shali not increase the applicable Limits of Ins uranc.e. B. AddItiona*l Ins d - MaMagers or Lessors of laremises Each of the fot1awinq is cry inisured: a. Any person(s) or organ lzationIs), but only with respect to ha.bI11ty arising out of the awn ership, maintenance or use of Ihat part of We pr ern isr leased to you and subject to the follow ing addItionigl exclusions- Tttils insurance does not apply to- (1) Any "occurrence" w111t-,h tales place after you cease to be a tenant in [hat premises. (2) Structural alt,eralton$r new GphStrUcl-ton or demalition �iparatiuns performed by or on behad[ of such pemon(s} or organlZation(s}. However- (1) The Insurance afiFardad to such add Lianal Iris ured only applies to the extent permitted by law, and (2) If coverage provided to the additional Insured is required by a contract cr agreement, the Insurance afforded to such additional insured will not be broader Ihan lhat which you are req ulrrrd by the =ntract or agrem�irnenI to providal for s uch add iIInnal insured. b. With respect to the insurance afforded to ttiese additional ins ureds, the following Is added to Sectlon III -Limits of Insurance: If coverage provided to the addilional insIired Is required by a contracl or agreerni nil. the most we Will pay an behalf of the additional inn urrfd is Ifni amount of insurance (1) Required by the contract or agreement or (2) Available under the applicable Limits of Insurance. - whichever is le". This coverage shall not Increase Me applicable LImIts at Insurance T. Add Itlonal Ineured - Eno Inee rs, Architects or Surveyors JNat Engaged by the Naill ad Insured Each of the following is are Insured: a. Any archltetts, engineers or surveyors who are not engaged by you ara Insureds, but only with respeci to Iiability for "bodily Injury" at" property damage" or "par5onal and advertising injury" which may be Imputed tD that arcWliect, "ineer ar surveyor arising aut of (1) Your acts or omissions; or (2) The or cimissians of those acirng an your behalf NA CG 23A 03 21 Indurdes Gnpyrrgnied Malmial pl lmurgrfm Smkv as Oflics, lnr-. wilh tls Peftrisslnn, p1ge 9 of 11 in the performance of your ongoing operations performed by you or on your behalf. Such architects, engineers or surveyors, while not engaged by you, are contractually required to be added as an additional insured to your policy. However, the insurance afforded to such additional insured: (1) Only applies to the extent permitted by law; and (2) Will not be broader than that which you are required by the contract or agreement to provide for such additional insured. b. With respect to the insurance afforded to these additional insureds, the following additional exclusion applies: The insurance 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 services, including: (1) The preparing, approving, or failing to prepare or approve, maps, drawings, opinions, reports, surveys, change orders, designs or specifications; or (2) Supervisory, inspection or engineering services. This exclusion applies even if the claims against any insured allege negligence or other wrongdoing in the supervision, hiring, employment, training or monitoring of others by that insured, if the "occurrence" which caused the "bodily injury" or "property damage", or the offense which caused the "personal and advertising injury", involved the rendering of or the failure to render any professional services. SECTION III - LIMITS OF INSURANCE A. Paragraphs 2., 3., and 6. of SECTION III - LIMITS OF INSURANCE are replaced by the following: 2. The General Aggregate Limit is the most we will pay for the sum of: a. Medical expenses under Coverage C; b. Damages under Coverage A, except damages because of "bodily injury" or "property damage" included in the "products -completed operations hazard"; and c. Damages under Coverage B; and d. Damages under Coverage G. e. Damages under Coverage H. 3. The Products -Completed Operations Aggregate Limit is the most we will pay under Coverage A for damages because of "bodily injury" and "property damage" included in the "products -completed operations hazard" and Coverage F. 6. Subject to Paragraph 5. above, the Damage To Premises Rented To You Limit is the most we will pay under Coverage A for damages because of "property damage" to any one premises, while rented to you, or in the case of damage by fire, explosion, lightning, or smoke resulting from such fire, explosion, or lightning, or sprinkler leakage while rented to you or temporarily occupied by you with permission of the owner. B. The following are added to SECTION III - LIMITS OF INSURANCE: 8. Aggregate Limits of Insurance ( Per Location) The General Aggregate Limit applies separately to each of your "locations" owned by or rented to you or temporarily occupied by you with the permission of the owner. "Location" means premises involving the same or connecting lots, or premises whose connection is interrupted only by a street, roadway, waterway or right-of-way of a railroad. 9. Aggregate Limits of Insurance (Per Project) The General Aggregate Limit applies separately to each of your "construction projects" away from premises owned by or rented to you. "Construction Project" means "your work" conducted according to a single plan. NA CG 23A 03 21 Includes Copyrighted Material of Insurance Services Office, Inc., with its Permission. Page 10 of 11 ID. Evan though the General Aggregate Limit applies separately to each of your "locatlons" and each of your "constluctlnn projects the most we wvllI pay under this policy is threw tlrnes the General Aggregate Lim It regardless of the number €t"bcatlons", "construction pm)ects'. "accurrenr ', "Insureds". cIairns. ""cults", or persons cr argan"lions making clairm or hrigg rtg"stjite SECTION IV - COMMERCIAL GENERAL LIAE11 LITY CONDITIO N A. Ttte Fallowing is added to Panag rapt? 4. Otttnr Insurance: Prim ary► Arid NoncoMributory Insurancn This Insumnce is primary to and will not seek contribution frorn any other insurance available to an add l-ional insured kinder your policy provided #hat (1) Tise additnal insured is'a NamW Insured Under SUGh taller tnaurartCe; and (( You have aareeO in writing In a contract or agreernianl that this Insurance would to p(inury and would net seek owlrtputlon from any other lnsuranw available to We adaliional Insured- B . ParagTaphs'2A. artd b. are replaced with the following; 2. aulfes to The Event Of OccurTe=4, Dffen"F Cla'M Or Soft a. ` DLJ must see to It thal we are noliLtal as soon as practicably of an "o=urrence" or an offense which may reeUlt In a clairn. Know ledge of an " OCCLrrartce by your agent_ servant a employee s hall not In itself nonstitute knowledge of ttta Na Insured unless an oFiaca-r nF the NameLd Insue ad has ramived such nntice from Vin agent, sepmrt or E!mpiny T o the extent possible, n0firm. should Include- (1I Flow, when and where lire "occurrence" took plane; (2) The names and addresses of any Injur ed persons and wlinesses, and (3) The nature and iocalton or any Injury a damage arising out of the `=urrenrMe' or offense. b. Ira claim Is roads or "sprit" is brought against any Insured, ym must (1 F 1mmad lately record the specifics of the dalm or "suit" and the dale received: and (2) Notify us as soon as pracllcable. You must see to it thal we remlve written riotice of the claim or "suit" as soon as practicable. Knowledge of a Galin ar "salt" by your argea servant or employee shall not In Itself constitute knowledge of the Named IrtsurL-i unless an cfl9cer of the Named Inswed has recelved such notice from the agenL servant nr employee, C. The Fftwing Is eddad to Paragraph 2.c. 2. Duties In The Event Of Occurrence, Offense, Claim or Suet! c. You and any other lnvfllved insured must (5) Upon our request, replace er repalr the praparty covered under Coverage D - Volurttary Property Damage at your aclual cost, excluding profit or over head. D. Paragraph 8. is madlifted by adding the following sentence- 8. Transfer Of bights bf Rec ry Against 01hws Ta lei; We -4aive u:jr rignl ;a re-o,)aty ega{nst any person ter oruanlzawn res wnoni ttte innjre-d 1S operat11`19 under a writtnn corttfact venen s,i0i ,rcirsifact reyajires a waiver of stit)rogalion, and :�ijch cc)srlract Is sx&z-, ijlied befor e the "PTopefty darstage" or "btAily injury{" occurs or tiiq `p�-soTtai and a dverSa5ing" atfettse 15 corn:Witted, NA CG 23A 03 21 1rICIA is Copy+IUiriect &IMei:aS of Iiistit z!A Sefvice s s ITire. Im.- witli its PC-s:tiiman. Pagel 1 of I I .�.ir. x irk WORKEERS' COMPENSATION INSURANCE WORKERS' COMPENSATION AND WC 42 03 04 B EMPLOYERS LIABILITY POLICY Insured copy TEXAS WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT This endorsement applies only to the insurance provided by the policy because Texas is shown in item 3.A. of the Information Page. We have the right to recover our payments from anyone liable for an injury covered by this policy. We will not enforce our right against the person or organization named in the Schedule, but this waiver applies only with respect to bodily injury arising out of the operations described in the schedule where you are required by a written contract to obtain this waiver from us. This endorsement shall not operate directly or indirectly to benefit anyone not named in the Schedule. The premium for this endorsement is shown in the Schedule. Schedule 1. ( ) Specific Waiver Name of person or organization (X) Blanket Waiver Any person or organization for whom the Named Insured has agreed by written contract to furnish this waiver. 2. Operations: All Texas operations 3. Premium: The premium charge for this endorsement shall be 2.00 percent of the premium developed on payroll in connection with work performed for the above person(s) or organization(s) arising out of the operations described. 4. Advance Premium: Included, see Information Page This endorsement changes the policy to which it is attached effective on the inception date of the policy unless a different date is indicated below. (The following "attaching clause" need be completed only when this endorsement is issued subsequent to preparation of the policy.) This endorsement, effective on 10/17/23 at 12:01 a.m. standard time, forms a part of: Policy no. 0002004880 of Texas Mutual Insurance Company effective on 10/17/23 Issued to: WILLCO Underground, LLC NCCI Carrier Code: 29939 This is not a bill Authorized representative 1 of 1 PO Box 12058, Austin, TX 78711-2058 texasmutual.com 1 (800) 859-5995 1 Fax (800) 359-0650 10/16/23 WC420304B . irk . ,. .� WORKEERS' COMPENSATION INSURANCE WORKERS' COMPENSATION AND WC 42 03 08 EMPLOYERS LIABILITY POLICY Insured copy TEXAS PARTNERS, OFFICERS AND OTHERS EXCLUSION ENDORSEMENT The policy does not cover bodily injury to any person described in the Schedule. The premium basis for the policy does not include the remuneration of such persons. You will reimburse us for any payment we must make because of bodily injury to such persons. Schedule Name, title Michael Osmus, President This endorsement changes the policy to which it is attached effective on the inception date of the policy unless a different date is indicated below. (The following "attaching clause" need be completed only when this endorsement is issued subsequent to preparation of the policy.) This endorsement, effective on 10/17/23 at 12:01 a.m. standard time, forms a part of: Policy no. 0002004880 of Texas Mutual Insurance Company effective on 10/17/23 Issued to: WILLCO Underground, LLC NCCI Carrier Code: 29939 This is not a bill Authorized representative 1 of 1 PO Box 12058, Austin, TX 78711-2058 texasmutual.com 1 (800) 859-5995 1 Fax (800) 359-0650 10/16/23 WC 42 03 08 . irk . ,. .� WORKEELRS' COMPENSATION INSURANCE WORKERS' COMPENSATION AND WC 42 06 01 EMPLOYERS LIABILITY POLICY Agent copy TEXAS NOTICE OF MATERIAL CHANGE ENDORSEMENT This endorsement applies only to the insurance provided by the policy because Texas is shown in Item 3.A. of the Information Page. In the event of cancellation or other material change of the policy, we will mail advance notice to the person or organization named in the Schedule. The number of days advance notice is shown in the Schedule. This endorsement shall not operate directly or indirectly to benefit anyone not named in the Schedule. 1. Number of days advance notice 2. Notice will be mailed to: Schedule 30 PER LIST ON FILE This endorsement changes the policy to which it is attached effective on the inception date of the policy unless a different date is indicated below. (The following "attaching clause" need be completed only when this endorsement is issued subsequent to preparation of the policy.) This endorsement, effective on 2/2/24 at 12:01 a.m. standard time, forms a part of: Policy no. 0002004880 of Texas Mutual Insurance Company effective on 10/17/23 Endorsement no. 1 Issued to: WILLCO Underground, LLC "I Premium change: $0.00 This is not a bill Authorized representative NCCI Carrier Code: 29939 2/ 1 /24 PO Box 12058, Austin, TX 78711-2058 1 of 1 texasmutual.com 1 (800) 859-5995 1 Fax (800) 359-0650 WC 42 06 01 COMMERCIAL EXCESS LIABILITY CX 00 01 04 13 COMMERCIAL EXCESS LIABILITY COVERAGE FORM Various provisions in this policy restrict coverage. Read the entire policy carefully to determine rights, duties and what is and is not covered. Throughout this policy the words "you" and "your" refer to the Named Insured shown in the Declarations, and any other person or organization qualifying as a Named Insured under this policy. The words "we", "us" and 'bur" refer to the company providing this insurance. The word "insured" means any person or organization qualifying as such under the "controlling underlying insurance". Other words and phrases that appear in quotation marks in this Coverage Part have special meaning. Refer to Section IV- Definitions. Other words and phrases that are not defined under this Coverage Part but defined in the "controlling underlying insurance" will have the meaning described in the policy of "controlling underlying insurance". TIC irtaurance pvTAdatt under thm Gmarage Fart wdll foilo w the same pmvis[cns, excfuslu g artd Ilmitatiom Umt are contained in the applicable 'controlling Lmilerlyft insurance". unless alberw se difecW by thIs insurance To the extent such provisions differ or conflict, the provisions of this Coverage Part will apply. However, the coverage provided under this Coverage Part will not be broader than that provided by the applicable "controlling underlying insurance". There may be more than one "controlling underlying insurance" listed in the Declarations and provisions in those policies conflict, and which are not superseded by the provisions of this Coverage Part. In such a case, the provisions, exclusions and limitations of the "controlling underlying insurance" applicable to the particular "event" for which a claim is made or suit is brought will apply. SECTION I - COVERAGES 1. Insuring Agreement a. We will pay on behalf of the insured the "ultimate net loss" in excess of the "retained limit" because of "injury or damage" to which insurance provided under this Coverage Part applies. We will have the right and duty to defend the insured against any suit seeking damages for such "injury or damage" when the applicable limits of "controlling underlying insurance" have been exhausted in accordance with the provisions of such "controlling underlying insurance". When we have no duty to defend, we will have the right to defend, or to participate in the defense of, the insured against any other suit seeking damages for "injury or damage". However, we will have no duty to defend the insured against any suit seeking damages for which insurance under this policy does not apply. At our discretion, we may investigate any "event" that may involve this insurance and settle any resultant claim or suit, for which we have the duty to defend. But: (1) The amount we will pay for "ultimate net loss" is limited as described in Section II - Limits Of Insurance; and (2) Our right and duty to defend ends when we have used up the applicable limit of insurance in the payment of judgments or settlements under this Coverage Part. However, if the policy of "controlling underlying insurance" specifies that limits are reduced by defense expenses, our right and duty to defend ends when we have used up the applicable limit of insurance in the payment of defense expenses, judgments or settlements under this Coverage Part. b. This insurance applies to "injury or damage" that is subject to an applicable "retained limit". If any other limit, such as, a sublimit, is specified in the "controlling underlying insurance", this insurance does not apply to "injury or damage" arising out of that exposure unless that limit is specified in the Declarations under the Schedule of "controlling underlying insurance". c. If the "controlling underlying insurance" requires, for a particular claim, that the "injury or damage" occur during its policy period in order for that coverage to apply, then this insurance will only apply to that "injury or damage" if it occurs during the policy period of this Coverage Part. If the "controlling underlying insurance" requires that the "event" causing the particular "injury or damage" takes place during its policy period in order for that coverage to apply, then this insurance will apply to the claim only if the "event" causing that "injury or damage" takes place during the policy period of this Coverage Part. CX 00 01 04 13 © Insurance Services Office, Inc., 2012 Page 1 of 5 d. Any additional insured under any policy of "controlling underlying insurance" will automatically be an additional insured under this insurance. If coverage provided to the additional insured is required by a contract or agreement, the most we will pay on behalf of the additional insured is the amount of insurance required by the contract, less any amounts payable by any "controlling underlying insurance". Additional insured coverage provided by this insurance will not be broader than coverage provided by the "controlling underlying insurance". 2. Exclusions The following exclusions, and any other exclusions added by endorsement, apply to this Coverage Part. In addition, the exclusions applicable to any "controlling underlying insurance" apply to this insurance unless superseded by the following exclusions, or superseded by any other exclusions added by endorsement to this Coverage Part. Insurance provided under this Coverage Part does not apply to: a. Medical Payments Medical payments coverage or expenses that are provided without regard to fault, whether or not provided by the applicable "controlling underlying insurance". b. Auto Any loss, cost or expense payable under or resulting from any of the following auto coverages: (1) First -party physical damage coverage; (2) No-fault coverage; (3) Personal injury protection or auto medical payments coverage; or (4) Uninsured or underinsured motorists coverage. c. Pollution (1) "Injury or damage" which would not have occurred, in whole or in part, but for the actual, alleged or threatened discharge, dispersal, seepage, migration, release or escape of pollutants at any time. (2) Any loss, cost or expense arising out of any: (a) Request, demand, order or statutory or regulatory requirement that any insured or others test for, monitor, clean up, remove, contain, treat, detoxify or neutralize, or in any way respond to, or assess the effects of, pollutants; or (b) Claim or suit by or on behalf of a governmental authority for damages because of testing for, monitoring, cleaning up, removing, containing, treating, detoxifying or neutralizing, or in any way responding to, or assessing the effects of, pollutants. This exclusion does not apply to the extent that valid "controlling underlying insurance" for the pollution liability risks described above exists or would have existed but for the exhaustion of underlying limits for "injury or damage". d. Workers' Compensation And Similar Laws Any obligation of the insured under a workers' compensation, disability benefits or unemployment compensation law or any similar law. SECTION II - LIMITS OF INSURANCE 1. The Limits of Insurance shown in the Declarations, and the rules below fix the most we will pay regardless of the number of: a. Insureds; b. Claims made or suits brought, or number of vehicles involved; c. Persons or organizations making claims or bringing suits; or d. Limits available under any "controlling underlying insurance". 2. The Limits of Insurance of this Coverage Part will apply as follows: a. This insurance only applies in excess of the "retained limit". b. The Aggregate Limit is the most we will pay for the sum of all "ultimate net loss", for all "injury or damage" covered under this Coverage Part. However, this Aggregate Limit only applies to "injury or damage" that is subject to an aggregate limit of insurance under the "controlling underlying insurance". c. Subject to Paragraph 2.b. above, the Each Occurrence Limit is the most we will pay for the sum of all "ultimate net loss" under this insurance because of all "injury or damage" arising out of any one "event". d. If the Limits of Insurance of the "controlling underlying insurance" are reduced by defense expenses by the terms of that policy, any payments for defense expenses we make will reduce our applicable Limits of Insurance in the same manner. Page 2 of 5 © Insurance Services Office, Inc., 2012 CX 00 01 04 13 3. If any "controlling underlying insurance" has a 3. Duties In The Event Of An Event, Claim Or Suit policy period that is different from the policy period a. You must see to it that we are notified as soon of this Coverage Part then, for the purposes of this as practicable of an "event", regardless of the insurance, the "retained limit" will only be reduced amount, which may result in a claim under this or exhausted by payments made for "injury or insurance. To the extent possible, notice damage" covered under this insurance. should include: The Aggregate Limit of this Coverage Part applies separately to each consecutive annual period of this Coverage Part and to any remaining period of this Coverage Part of less than 12 months, starting with the beginning of the policy period shown in the Declarations, unless the policy period is extended after issuance for an additional period of less than 12 months. In that case, the additional period will be deemed part of the last preceding period for purposes of determining the Limits of Insurance. SECTION III - CONDITIONS The following conditions apply. In addition, the conditions applicable to any "controlling underlying insurance" are also applicable to the coverage provided under this insurance unless superseded by the following conditions. 1. Appeals If the "controlling underlying insurer" or insured elects not to appeal a judgment in excess of the amount of the "retained limit", we may do so at our own expense. We will also pay for taxable court costs, pre- and postjudgment interest and disbursements associated with such appeal. In no event will this provision increase our liability beyond the applicable Limits of Insurance described in Section II - Limits Of Insurance. 2. Bankruptcy a. Bankruptcy Of Insured Bankruptcy or insolvency of the insured or of the insured's estate will not relieve us of our obligations under this Coverage Part. b. Bankruptcy Of Controlling Underlying Insurer Bankruptcy or insolvency of the "controlling underlying insurer" will not relieve us of our obligations under this Coverage Part. However, insurance provided under this Coverage Part will not replace any "controlling underlying insurance" in the event of bankruptcy or insolvency of the "controlling underlying insurer". The insurance provided under this Coverage Part will apply as if the "controlling underlying insurance" were in full effect and recoverable. (1) How, when and where the "event" took place; (2) The names and addresses of any injured persons and witnesses; and (3) The nature and location of any "injury or damage" arising out of the "event". b. If a claim is made or suit is brought against any insured, you must: (1) Immediately record the specifics of the claim or suit and the date received; and (2) Notify us as soon as practicable. You must see to it that we receive written notice of the claim or suit as soon as practicable. c. You and any other insured involved must: (1) Immediately send us copies of any demands, notices, summonses or legal papers received in connection with the claim or suit; (2) Authorize us to obtain records and other information; (3) Cooperate with us in the investigation or settlement of the claim or defense against the suit; and (4) Assist us, upon our request, in the enforcement of any right against any person or organization which may be liable to the insured because of "injury or damage" to which this insurance may also apply. d. No insured will, except at that insured's own cost, voluntarily make a payment, assume any obligation, or incur any expense, other than for first aid, without our consent. 4. First Named Insured Duties The first Named Insured is the person or organization first named in the Declarations and is responsible for the payment of all premiums. The first Named Insured will act on behalf of all other Named Insureds for giving and receiving of notice of cancellation or the receipt of any return premium that may become payable. CX 00 01 04 13 © Insurance Services Office, Inc., 2012 Page 3 of 5 At our request, the first Named Insured will furnish us, as soon as practicable, with a complete copy of any "controlling underlying insurance" and any subsequently issued endorsements or policies which may in any way affect the insurance provided under this Coverage Part. 5. Cancellation a. The first Named Insured shown in the Declarations may cancel this policy by mailing or delivering to us advance written notice of cancellation. b. We may cancel this policy by mailing or delivering to the first Named Insured written notice of cancellation at least: (1) 10 days before the effective date of cancellation if we cancel for nonpayment of premium; or (2) 30 days before the effective date of cancellation if we cancel for any other reason. c. We will mail or deliver our notice to the first Named Insured's last mailing address known to us. d. Notice of cancellation will state the effective date of cancellation. The policy period will end on that date. e. If this policy is cancelled, we will send the first Named Insured any premium refund due. If we cancel, the refund will be pro rata. If the first Named Insured cancels, the refund may be less than pro rata. The cancellation will be effective even if we have not made or offered a refund. f. If notice is mailed, proof of mailing will be sufficient proof of notice. 6. Changes This Coverage Part contains all the agreements between you and us concerning the insurance afforded. The first Named Insured is authorized by all other insureds to make changes in the terms of this Coverage Part with our consent. This Coverage Part's terms can be amended or waived only by endorsement. 7. Maintenance Of/Changes To Controlling Underlying Insurance Any "controlling underlying insurance" must be maintained in full effect without reduction of coverage or limits except for the reduction of aggregate limits in accordance with the provisions of such "controlling underlying insurance" that results from "injury or damage" to which this insurance applies. Such exhaustion or reduction is not a failure to maintain "controlling underlying insurance". Failure to maintain "controlling underlying insurance" will not invalidate insurance provided under this Coverage Part, but insurance provided under this Coverage Part will apply as if the "controlling underlying insurance" were in full effect. The first Named Insured must notify us in writing, as soon as practicable, if any "controlling underlying insurance" is cancelled, not renewed, replaced or otherwise terminated, or if the limits or scope of coverage of any "controlling underlying insurance" is changed. 8. Other Insurance a. This insurance is excess over, and shall not contribute with any of the other insurance, whether primary, excess, contingent or on any other basis. This condition will not apply to insurance specifically written as excess over this Coverage Part. When this insurance is excess, if no other insurer defends, we may undertake to do so, but we will be entitled to the insured's rights against all those other insurers. b. When this insurance is excess over other insurance, we will pay only our share of the "ultimate net loss" that exceeds the sum of: (1) The total amount that all such other insurance would pay for the loss in the absence of the insurance provided under this Coverage Part; and (2) The total of all deductible and self -insured amounts under all that other insurance. 9. Premium Audit a. We will compute all premiums for this Coverage Part in accordance with our rules and rates. b. If this policy is auditable, the premium shown in this Coverage Part as advance premium is a deposit premium only. At the close of each audit period, we will compute the earned premium for that period and send notice to the first Named Insured. The due date for audit premium is the date shown as the due date on the bill. If the sum of the advance and audit premiums paid for the policy period is greater than the earned premium, we will return the excess to the first Named Insured. c. The first Named Insured must keep records of the information we need for premium computation, and send us copies at such times as we may request. Page 4 of 5 © Insurance Services Office, Inc., 2012 CX 00 01 04 13 10. Loss Payable Liability under this Coverage Part does not apply to a given claim unless and until: a. The insured or insured's "controlling underlying insurer" has become obligated to pay the "retained limit"; and b. The obligation of the insured to pay the "ultimate net loss" in excess of the "retained limit" has been determined by a final settlement or judgment or written agreement among the insured, claimant, "controlling underlying insurer" (or a representative of one or more of these) and us. 11. Legal Action Against Us No person or organization has a right under this Coverage Part: a. To join us as a party or otherwise bring us into a suit asking for damages from an insured; or b. To sue us on this Coverage Part unless all of its terms have been fully complied with. A person or organization may sue us to recover on an agreed settlement or on a final judgment against an insured; but we will not be liable for damages that are not payable under the terms of this Coverage Part or that are in excess of the applicable limit of insurance. An agreed settlement means a settlement and release of liability signed by us, the insured, "controlling underlying insurer" and the claimant or the claimant's legal representative. 12.Transfer Of Defense a. Defense Transferred To Us When the limits of "controlling underlying insurance" have been exhausted, in accordance with the provisions of "controlling underlying insurance", we may elect to have the defense transferred to us. We will cooperate in the transfer of control to us of any outstanding claims or suits seeking damages to which this insurance applies and which would have been covered by the "controlling underlying insurance" had the applicable limit not been exhausted. b. Defense Transferred By Us When our limits of insurance have been exhausted our duty to provide a defense will cease. We will cooperate in the transfer of control of defense to any insurer specifically written as excess over this Coverage Part of any outstanding claims or suits seeking damages to which this insurance applies and which would have been covered by the "controlling underlying insurance" had the applicable limit not been exhausted. In the event that there is no insurance written as excess over this Coverage Part, we will cooperate in the transfer of control to the insured and its designated representative. 13. When We Do Not Renew If we decide not to renew this Coverage Part, we will mail or deliver to the first Named Insured shown in the Declarations written notice of the nonrenewal not less than 30 days before the expiration date. If notice is mailed, proof of mailing will be sufficient proof of notice. SECTION IV - DEFINITIONS The definitions applicable to any "controlling underlying insurance" also apply to this insurance. In addition, the following definitions apply. 1. "Controlling underlying insurance" means any policy of insurance or self-insurance listed in the Declarations under the Schedule of "controlling underlying insurance". 2. "Controlling underlying insurer" means any insurer who provides any policy of insurance listed in the Declarations under the Schedule of "controlling underlying insurance". 3. "Event" means an occurrence, offense, accident, act, or other event, to which the applicable "controlling underlying insurance" applies. 4. "Injury or damage" means any injury or damage, covered in the applicable "controlling underlying insurance" arising from an "event". 5. "Retained limit" means the available limits of "controlling underlying insurance" applicable to the claim. 6. "Ultimate net loss" means the total sum, after reduction for recoveries, or salvages collectible, that the insured becomes legally obligated to pay as damages by reason of: a. Settlements, judgments, binding arbitration; or b. Other binding alternate dispute resolution proceeding entered into with our consent. "Ultimate net loss" includes defense expenses if the "controlling underlying insurance" specifies that limits are reduced by defense expenses. CX 00 01 04 13 © Insurance Services Office, Inc., 2012 Page 5 of 5 STANDARD CITY CONDITIONS OF THE CONSTRUCTION CONTRACT FOR DEVELOPER AWARDED PROJECTS CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 STANDARD CITY CONDITIONS OF THE CONSTRUCTION CONTRACT FOR DEVELOPER AWARDED PROJECTS TABLE OF CONTENTS Article 1 — Definitions and Terminology.......... 1.01 Defined Terms ............................... 1.02 Terminology .................................. Article 2 — Preliminary Matters ....................... 2.01 Before Starting Construction...... 2.02 Preconstruction Conference........ 2.03 Public Meeting ............................ Page .............................................1 .............................................1 ............................................. 5 ....................................................... 6 ....................................................... 6 ....................................................... 6 ....................................................... 6 Article 3 — Contract Documents and Amending............................................................................................... 6 3.01 Reference Standards..................................................................................................................... 6 3.02 Amending and Supplementing Contract Documents.................................................................. 6 Article 4 — Bonds and Insurance....................................................................................................................... 7 4.01 Licensed Sureties and Insurers..................................................................................................... 7 4.02 Performance, Payment, and Maintenance Bonds........................................................................ 7 4.03 Certificates of Insurance............................................................................................................... 7 4.04 Contractor's Insurance.................................................................................................................. 9 4.05 Acceptance of Bonds and Insurance; Option to Replace...........................................................12 Article 5 — Contractor's Responsibilities........................................................................................................12 5.01 Supervision and Superintendent.................................................................................................12 5.02 Labor; Working Hours................................................................................................................13 5.03 Services, Materials, and Equipment...........................................................................................13 5.04 Project Schedule..........................................................................................................................14 5.05 Substitutes and "Or-Equals".......................................................................................................14 5.06 Pre -Qualification of Bidders (Prime Contractors and Subcontractors).....................................16 5.07 Concerning Subcontractors, Suppliers, and Others...................................................................16 5.08 Wage Rates..................................................................................................................................18 5.09 Patent Fees and Royalties...........................................................................................................19 5.10 Laws and Regulations.................................................................................................................19 5.11 Use of Site and Other Areas.......................................................................................................19 5.12 Record Documents......................................................................................................................20 5.13 Safety and Protection.................................................................................................................. 21 5.14 Safety Representative.................................................................................................................21 5.15 Hazard Communication Programs.............................................................................................22 5.16 Submittals....................................................................................................................................22 5.17 Contractor's General Warranty and Guarantee..........................................................................23 CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 5.18 Indemnification ............................................ 5.19 Delegation of Professional Design Services 5.20 Right to Audit: ............................................. 5.21 Nondiscrimination ........................................ Article 6 - Other Work at the Site....... 6.01 Related Work at Site ....... Article 7 - City's Responsibilities ............................................ 7.01 Inspections, Tests, and Approvals ....................... 7.02 Limitations on City's Responsibilities ................ 7.03 Compliance with Safety Program ........................ Article 8 - City's Observation Status During Construction....... 8.01 City's Project Representative ................................. 8.02 Authorized Variations in Work .............................. 8.03 Rejecting Defective Work ...................................... 8.04 Determinations for Work Performed ...................... Article 9 - Changes in the Work ...................... 9.01 Authorized Changes in the Work 9.02 Notification to Surety ................... Article 10 - Change of Contract Price; Change of Contract Time 10.01 Change of Contract Price ........................................... 10.02 Change of Contract Time ........................................... 10.03 Delays......................................................................... Article 11 - Tests and Inspections; Correction, Removal or Acceptance of Defective Work ............ 11.01 Notice of Defects.............................................................................................................. 11.02 Access to Work................................................................................................................. 11.03 Tests and Inspections........................................................................................................ 11.04 Uncovering Work............................................................................................................. 11.05 City May Stop the Work................................................................................................... 11.06 Correction or Removal of Defective Work...................................................................... 11.07 Correction Period.............................................................................................................. 11.08 City May Correct Defective Work................................................................................... Article 12 - Completion .......................................... 12.01 Contractor's Warranty of Title ........... 12.02 Partial Utilization ................................ 12.03 Final Inspection ................................... 12.04 Final Acceptance ................................. Article 13 - Suspension of Work ..................................... 13.01 City May Suspend Work ............................. Article 14 - Miscellaneous ......................................... 14.01 Giving Notice ......................................... CITY OF FORT WORTH STANDARD CITY CONDITIONS - DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 24 24 25 25 26 26 26 26 26 27 a a ... 29 ... 29 ... 29 ... 29 ... 30 ... 30 ... 30 ... 30 ... 31 ................................. 32 ................................. 32 ................................. 32 ................................. 32 ................................. 33 ............................................................. 33 ............................................................. 33 34 34 14.02 Computation of Times................................................................................................................ 34 14.03 Cumulative Remedies................................................................................................................. 34 14.04 Survival of Obligations............................................................................................................... 35 14.05 Headings......................................................................................................................................35 CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 0073 10- 1 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 1 of 35 ARTICLE 1— DEFINITIONS AND TERMINOLOGY 1.01 Defined Terms A. Wherever used in these General Conditions or in other Contract Documents, the terms listed below have the meanings indicated which are applicable to both the singular and plural thereof, and words denoting gender shall include the masculine, feminine and neuter. Said terms are generally capitalized or written in italics, but not always. When used in a context consistent with the definition of a listed -defined term, the term shall have a meaning as defined below whether capitalized or italicized or otherwise. In addition to terms specifically defined, terms with initial capital letters in the Contract Documents include references to identified articles and paragraphs, and the titles of other documents or forms. 1. Agreement - The written instrument which is evidence of the agreement between Developer and Contractor covering the Work 2. Asbestos —Any material that contains more than one percent asbestos and is friable or is releasing asbestos fibers into the air above current action levels established by the United States Occupational Safety and Health Administration. 3. Business Day — A business day is defined as a day that the City conducts normal business, generally Monday through Friday, except for federal or state holidays observed by the City. 4. Buzzsaw — City's on-line, electronic document management and collaboration system. 5. Calendar Day — A day consisting of 24 hours measured from midnight to the next midnight. 6. City— The City of Fort Worth, Texas, a Texas home -rule municipal corporation, acting by, its governing body through its City Manager, his designee, or agents authorized pursuant to its duly authorized charter on his behalf. 7. Community Facilities Agreement (CFA) A Contract between the Developer and the City for the Construction of one or more following public facilities within the City public right-of- way or easement: Water, Sanitary Sewer, Street, Storm Drain, Street Light, and Street Signs. A CFA may include private facilities within the right-of-way dedicated as private right-of- way or easement on a recorded plat. 8. Contract —The entire and integrated written document incorporating the Contract Documents between the Developer, Contractor, and/or City concerning the Work. The Contract supersedes prior negotiations, representations, or agreements, whether written or oral. 9. Contract Documents —Those items that make up the contract and which must include the Agreement, and it's attachments such as standard construction specifications, standard City Conditions, other general conditions of the Developer, including: a. An Agreement CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 0073 10-2 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 2 of 35 b. Attachments to the Agreement i. Bid Form ii. Vendor Compliance with State Law Non -Resident Bidder iii. Prequalification Statement C. Current Prevailing Wage Rates Table (if required by City) d. Insurance Accord Form e. Payment Bond f. Performance Bond g. Maintenance Bond h. Power of Attorney for Bonds i. Workers Compensation Affidavit j. MWBE Commitment Form( If required by City) k. General Conditions 1. Supplementary Conditions in. The Standard City Conditions n. Specifications specifically made part of the Contract Documents by attachment, if not attached, as incorporated by reference and described in the Table of Contents of the Project's Contract Documents o. Drawings P. Documentation submitted by contractor prior to Notice of Award. q. The following which may be delivered or issued after the effective date if the Agreement and, if issued become an incorporated part of the Contract Documents i. Notice to Proceed ii. Field Orders iii. Change Orders iv. Letters of Final Acceptance r. Approved Submittals, other Contractor submittals, and the reports and drawings of subsurface and physical conditions are not Contract Documents. 10. Contractor —The individual or entity with whom Developer has entered into the Agreement. 11. Day or day — A day, unless otherwise defined, shall mean a Calendar Day. 12. Developer — An individual or entity that desires to make certain improvements within the City of Fort Worth 13. Drawings —That part of the Contract Documents prepared or approved by Engineer which graphically shows the scope, extent, and character of the Work to be performed by Contractor. Submittals are not Drawings as so defined. 14. Engineer —The licensed professional engineer or engineering firm registered in the State of Texas performing professional services for the Developer. 15. Final Acceptance — The written notice given by the City to the Developer and/or Contractor that the Work specified in the Contract Documents has been completed to the satisfaction of the City. CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 0073 10- 3 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 3 of 35 16. Final Inspection — Inspection carried out by the City to verify that the Contractor has completed the Work, and each and every part or appurtenance thereof, fully, entirely, and in conformance with the Contract Documents. 17. General Requirements —A part of the Contract Documents between the Developer and a Contractor. 18. Laws and Regulations Any and all applicable laws, rules, regulations, ordinances, codes, and orders of any and all governmental bodies, agencies, authorities, and courts having jurisdiction. 19. Liens —Charges, security interests, or encumbrances upon Project funds, real property, or personal property. 20. Milestone —A principal event specified in the Contract Documents relating to an intermediate Contract Time prior to Final Acceptance of the Work. 21. Non -Participating Change Order —A document, which is prepared for and reviewed by the City, which is signed by Contractor, and Developer, and authorizes an addition, deletion, or revision in the Work or an adjustment in the Contract Price or the Contract Time, issued on or after the Effective Date of the Agreement. 22. Participating Change Order —A document, which is prepared for and approved by the City, which is signed by Contractor, Developer, and City and authorizes an addition, deletion, or revision in the Work or an adjustment in the Contract Price or the Contract Time, issued on or after the Effective Date of the Agreement. 23. Plans — See definition of Drawings. 24. Project Schedule —A schedule, prepared and maintained by Contractor, in accordance with the General Requirements, describing the sequence and duration of the activities comprising the Contractor's plan to accomplish the Work within the Contract Time. 25. Project —The Work to be performed under the Contract Documents. 26. Project Representative —The authorized representative of the City who will be assigned to the Site. 27. Public Meeting — An announced meeting conducted by the Developer to facilitate public participation and to assist the public in gaining an informed view of the Project. 28. Regular Working Hours — Hours beginning at 7: 00 a.m. and ending at 6:00 p.m., Monday thru Friday (excluding legal holidays). 29. Samples Physical examples of materials, equipment, or workmanship that are representative of some portion of the Work and which establish the standards by which such portion of the Work will be judged. CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 0073 10- 4 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 4 of 35 30. Schedule of Submittals —A schedule, prepared and maintained by Contractor, of required submittals and the time requirements to support scheduled performance of related construction activities. 31. Site —Lands or areas indicated in the Contract Documents as being furnished by City or Developer upon which the Work is to be performed, including rights -of -way, permits, and easements for access thereto, and such other lands furnished by City or Developer which are designated for the use of Contractor. 32. Specifications —That part of the Contract Documents consisting of written requirements for materials, equipment, systems, standards and workmanship as applied to the Work, and certain administrative requirements and procedural matters applicable thereto. Specifications may be specifically made a part of the Contract Documents by attachment or, if not attached, may be incorporated by reference as indicated in the Table of Contents (Division 00 00 00) of each Project. 33. Standard City Conditions — That part of the Contract Documents setting forth requirements of the City. 34. Subcontractor —An individual or entity having a direct contract with Contractor or with any other Subcontractor for the performance of apart of the Work at the Site. 35. Submittals All drawings, diagrams, illustrations, schedules, and other data or information which are specifically prepared or assembled by or for Contractor and submitted by Contractor to illustrate some portion of the Work. 36. Superintendent — The representative of the Contractor who is available at all times and able to receive instructions from the City and/or Developer and to act for the Contractor. 37. Supplementary Conditions —That part of the Contract Documents which amends or supplements the General Conditions. 38. Supplier —A manufacturer, fabricator, supplier, distributor, materialman, or vendor having a direct contract with Contractor or with any Subcontractor to furnish materials or equipment to be incorporated in the Work by Contractor or Subcontractor. 39. Underground Facilities All underground pipelines, conduits, ducts, cables, wires, manholes, vaults, tanks, tunnels, or other such facilities or attachments, and any encasements containing such facilities, including but not limited to, those that convey electricity, gases, steam, liquid petroleum products, telephone or other communications, cable television, water, wastewater, storm water, other liquids or chemicals, or traffic or other control systems. 40. Weekend Working Hours — Hours beginning at 9: 00 a. in. and ending at 5: 00 p.m., Saturday, Sunday or legal holiday, as approved in advance by the City. CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 0073 10- 5 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 5 of 35 41. Work —The entire construction or the various separately identifiable parts thereof required to be provided under the Contract Documents. Work includes and is the result of performing or providing all labor, services, and documentation necessary to produce such construction including any Participating Change Order, Non -Participating Change Order, or Field Order, and furnishing, installing, and incorporating all materials and equipment into such construction, all as required by the Contract Documents. 42. Working Day — A working day is defined as a day, not including Saturdays, Sundays, or legal holidays authorized by the City for contract purposes, in which weather or other conditions not under the control of the Contractor will permit the performance of the principal unit of work underway for a continuous period of not less than 7 hours between 7 a.m. and 6 p. m. 1.02 Terminology A. The words and terms discussed in Paragraph 1.02.13 through D are not defined but, when used in the Bidding Requirements or Contract Documents, have the indicated meaning. B. Defective: 1. The word "defective," when modifying the word "Work," refers to Work that is unsatisfactory, faulty, or deficient in that it: a. does not conform to the Contract Documents; or b. does not meet the requirements of any applicable inspection, reference standard, test, or approval referred to in the Contract Documents; or c. has been damaged prior to City's written acceptance. C. Furnish, Install, Perform, Provide: 1. The word "Furnish" or the word "Install" or the word "Perform" or the word "Provide" or the word "Supply," or any combination or similar directive or usage thereof, shall mean furnishing and incorporating in the Work including all necessary labor, materials, equipment, and everything necessary to perform the Work indicated, unless specifically limited in the context used. D. Unless stated otherwise in the Contract Documents, words or phrases that have a well-known technical or construction industry or trade meaning are used in the Contract Documents in accordance with such recognized meaning. CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 0073 10- 6 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 6 of 35 ARTICLE 2 — PRELIMINARY MATTERS 2.01 Before Starting Construction Baseline Schedules: Submit to City in accordance with the Contract Documents, and prior to starting the Work. New schedules will be submitted to City when Participating Change Orders or Non - Participating Change Orders occur. 2.02 Preconstruction Conference Before any Work at the Site is started, the Contractor shall attend a Preconstruction Conference as specified in the Contract Documents. 2.03 Public Meeting Contractor may not mobilize any equipment, materials or resources to the Site prior to Contractor attending the Public Meeting as scheduled by the City. ARTICLE 3 — CONTRACT DOCUMENTS AND AMENDING 3.01 Reference Standards A. Standards, Specifications, Codes, Laws, and Regulations 1. Reference to standards, specifications, manuals, or codes of any technical society, organization, or association, or to Laws or Regulations, whether such reference be specific or by implication, shall mean the standard, specification, manual, code, or Laws or Regulations in effect at the time of opening of Bids (or on the Effective Date of the Agreement if there were no Bids), except as may be otherwise specifically stated in the Contract Documents. 2. No provision or instruction shall be effective to assign to City, or any of its officers, directors, members, partners, employees, agents, consultants, or subcontractors, any duty or authority to supervise or direct the performance of the Work or any duty or authority to undertake responsibility inconsistent with the provisions of the Contract Documents. 3.02 Amending and Supplementing Contract Documents A. The Contract Documents may be amended to provide for additions, deletions, and revisions in the Work or to modify the terms and conditions thereof by a Participating Change Order or a Non -Participating Change Order. B. The requirements of the Contract Documents may be supplemented, and minor variations and deviations in the Work not involving a change in Contract Price or Contract Time, may be authorized, by one or more of the following ways: 1. A Field Order; CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 0073 10- 7 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 7 of 35 1. City's or Engineer's review of a Submittal (subject to the provisions of Paragraph 5.16.C); or 2. City's written interpretation or clarification. ARTICLE 4 — BONDS AND INSURANCE 4.01 Licensed Sureties and Insurers All bonds and insurance required by the Contract Documents to be purchased and maintained by Contractor shall be obtained from surety or insurance companies that are duly licensed or authorized in the State of Texas to issue bonds or insurance policies for the limits and coverage so required. Such surety and insurance companies shall also meet such additional requirements and qualifications as may be provided Section 4.04. 4.02 Performance, Payment, and Maintenance Bonds A. Contractor shall furnish performance and payment bonds in the name of Developer and City, in accordance with Texas Government Code Chapter 2253 or successor statute, each in an amount equal to the Contract Price as security for the faithful performance and payment of all of Contractor's obligations under the Contract Documents. B. Contractor shall furnish maintenance bonds in the name of Developer and City in an amount equal to the Contract Price as security to protect the City against any defects in any portion of the Work described in the Contract Documents. Maintenance bonds shall remain in effect for two (2) years after the date of Final Acceptance by the City. C. All bonds shall be in the form prescribed by the Contract Documents except as provided otherwise by Laws or Regulations, and shall be executed by such sureties as are named in the list of "Companies Holding Certificates of Authority as Acceptable Sureties on Federal Bonds and as Acceptable Reinsuring Companies" as published in Circular 570 (amended) by the Financial Management Service, Surety Bond Branch, U.S. Department of the Treasury. All bonds signed by an agent or attorney -in -fact must be accompanied by a sealed and dated power of attorney which shall show that it is effective on the date the agent or attorney -in -fact signed each bond. D. If the surety on any bond furnished by Contractor is declared bankrupt or becomes insolvent or its right to do business is terminated in the State of Texas or it ceases to meet the requirements of Paragraph 4.02.C, Contractor shall promptly notify City and shall, within 30 days after the event giving rise to such notification, provide another bond and surety, both of which shall comply with the requirements of Paragraphs 4.01 and 4.02.C. 4.03 Certificates of Insurance Contractor shall deliver to Developer and City, with copies to each additional insured and loss payee identified in these Standard City Conditions certificates of insurance (and other evidence of insurance requested by City or any other additional insured) which Contractor is required to purchase and maintain. CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 0073 10- 8 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 8 of 35 1. The certificate of insurance shall document the City, an as "Additional Insured" on all liability policies. 2. The Contractor's general liability insurance shall include a, "per project" or "per location", endorsement, which shall be identified in the certificate of insurance provided to the City. 3. The certificate shall be signed by an agent authorized to bind coverage on behalf of the insured, be complete in its entirety, and show complete insurance carrier names as listed in the current A.M. Best Property & Casualty Guide 4. The insurers for all policies must be licensed and/or approved to do business in the State of Texas. Except for workers' compensation, all insurers must have a minimum rating of A-: VII in the current A. M. Best Key Rating Guide or have reasonably equivalent financial strength and solvency to the satisfaction of Risk Management. If the rating is below that required, written approval of City is required. 5. All applicable policies shall include a Waiver of Subrogation (Rights of Recovery) in favor of the City. In addition, the Contractor agrees to waive all rights of subrogation against the Engineer (if applicable), and each additional insured identified in these Standard City Conditions. Failure of the City to demand such certificates or other evidence of full compliance with the insurance requirements or failure of the City to identify a deficiency from evidence that is provided shall not be construed as a waiver of Contractor's obligation to maintain such lines of insurance coverage. 6. If insurance policies are not written for specified coverage limits, an Umbrella or Excess Liability insurance for any differences is required. Excess Liability shall follow form of the primary coverage. 7. Unless otherwise stated, all required insurance shall be written on the "occurrence basis". If coverage is underwritten on a claims -made basis, the retroactive date shall be coincident with or prior to the date of the effective date of the agreement and the certificate of insurance shall state that the coverage is claims -made and the retroactive date. The insurance coverage shall be maintained for the duration of the Contract and for three (3) years following Final Acceptance provided under the Contract Documents or for the warranty period, whichever is longer. An annual certificate of insurance submitted to the City shall evidence such insurance coverage. 8. Policies shall have no exclusions by endorsements, which, neither nullify or amend, the required lines of coverage, nor decrease the limits of said coverage unless such endorsements are approved in writing by the City. In the event a Contract has been bid or executed and the exclusions are determined to be unacceptable or the City desires additional insurance coverage, and the City desires the contractor/engineer to obtain such coverage, the contract price shall be adjusted by the cost of the premium for such additional coverage plus 10%. 9. Any self -insured retention (SIR), in excess of $25,000.00, affecting required insurance coverage shall be approved by the City in regards to asset value and stockholders' equity. In CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 0073 10-9 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 9 of 35 lieu of traditional insurance, alternative coverage maintained through insurance pools or risk retention groups, must also be approved by City. 10. Any deductible in excess of $5,000.00, for any policy that does not provide coverage on a first -dollar basis, must be acceptable to and approved by the City. 11. City, at its sole discretion, reserves the right to review the insurance requirements and to make reasonable adjustments to insurance coverage's and their limits when deemed necessary and prudent by the City based upon changes in statutory law, court decision or the claims history of the industry as well as of the contracting party to the City. The City shall be required to provide prior notice of 90 days, and the insurance adjustments shall be incorporated into the Work by Change Order. 12. City shall be entitled, upon written request and without expense, to receive copies of policies and endorsements thereto and may make any reasonable requests for deletion or revision or modifications of particular policy terms, conditions, limitations, or exclusions necessary to conform the policy and endorsements to the requirements of the Contract. Deletions, revisions, or modifications shall not be required where policy provisions are established by law or regulations binding upon either parry or the underwriter on any such policies. 13. City shall not be responsible for the direct payment of insurance premium costs for Contractor's insurance. 4.04 Contractor's Insurance A. Workers Compensation and Employers' Liability. Contractor shall purchase and maintain such insurance coverage with limits consistent with statutory benefits outlined in the Texas Workers' Compensation Act (Texas Labor Code, Ch. 406, as amended), and minimum limits for Employers' Liability as is appropriate for the Work being performed and as will provide protection from claims set forth below which may arise out of or result from Contractor's performance of the Work and Contractor's other obligations under the Contract Documents, whether it is to be performed by Contractor, any Subcontractor or Supplier, or by anyone directly or indirectly employed by any of them to perform any of the Work, or by anyone for whose acts any of them may be liable: 1. claims under workers' compensation, disability benefits, and other similar employee benefit acts; 2. claims for damages because of bodily injury, occupational sickness or disease, or death of Contractor's employees. 3. The limits of liability for the insurance shall provide the following coverages for not less than the following amounts or greater where required by Laws and Regulations a. Statutory limits b. Employer's liability CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 10 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 10 of 35 1) $100,000 each accident/occurrence 2) $100,000 Disease - each employee 3) $500,000 Disease - policy limit B. Commercial General Liability. Coverage shall include but not be limited to covering liability (bodily injury or property damage) arising from: premises/operations, independent contractors, products/completed operations, personal injury, and liability under an insured contract. Insurance shall be provided on an occurrence basis, and as comprehensive as the current Insurance Services Office (ISO) policy. This insurance shall apply as primary insurance with respect to any other insurance or self-insurance programs afforded to the City. The Commercial General Liability policy, shall have no exclusions by endorsements that would alter of nullify premises/operations, products/completed operations, contractual, personal injury, or advertising injury, which are normally contained with the policy, unless the City approves such exclusions in writing. 1. For construction projects that present a substantial completed operation exposure, the City may require the contractor to maintain completed operations coverage for a minimum of no less than three (3) years following the completion of the project 2. Contractor's Liability Insurance under this Section which shall be on a per project basis covering the Contractor with minimum limits of: a. $1,000,000 each occurrence b. $2,000,000 aggregate limit 3. The policy must have an endorsement (Amendment — Aggregate Limits of Insurance) making the General Aggregate Limits apply separately to each job site. 4. The Commercial General Liability Insurance policies shall provide "X", "C", and "U" coverage's. Verification of such coverage must be shown in the Remarks Article of the Certificate of Insurance. C. Automobile Liability. A commercial business auto policy shall provide coverage on "any auto", defined as autos owned, hired and non -owned and provide indemnity for claims for damages because bodily injury or death of any person and or property damage arising out of the work, maintenance or use of any motor vehicle by the Contractor, any Subcontractor or Supplier, or by anyone directly or indirectly employed by any of them to perform any of the Work, or by anyone for whose acts any of them may be liable. 1. Automobile Liability, Contractor's Liability Insurance under this Section, which shall be in an amount not less than the following amounts: a. Automobile Liability - a commercial business policy shall provide coverage on "Any Auto", defined as autos owned, hired and non -owned. CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 11 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 11 of 35 1) $1, 000, 000 each accident on a combined single limit basis. Split limits are acceptable if limits are at least: 2) $250,000 Bodily Injury per person 3) $500,000 Bodily Injury per accident / 4) $100,000 Property Damage D. Railroad Protective Liability. If any of the work or any warranty work is within the limits of railroad right-of-way, the Contractor shall comply with the following requirements: 1. The Contractor's construction activities will require its employees, agents, subcontractors, equipment, and material deliveries to cross railroad properties and tracks owned and operated by: Fort Worth and Denver R.R. Company Write the name of the railroad company. (If none, then write none) 2. The Contractor shall conduct its operations on railroad properties in such a manner as not to interfere with, hinder, or obstruct the railroad company in any manner whatsoever in the use or operation of its/their trains or other property. Such operations on railroad properties may require that Contractor to execute a "Right of Entry Agreement" with the particular railroad company or companies involved, and to this end the Contractor should satisfy itself as to the requirements of each railroad company and be prepared to execute the right -of -entry (if any) required by a railroad company. The requirements specified herein likewise relate to the Contractor's use of private and/or construction access roads crossing said railroad company's properties. 3. The Contractual Liability coverage required by Paragraph 5.04D of the General Conditions shall provide coverage for not less than the following amounts, issued by companies satisfactory to the City and to the Railroad Company for a term that continues for so long as the Contractor's operations and work cross, occupy, or touch railroad property: a. General Aggregate: none Enter limits provided by Railroad Company (If none, write none) b. Each Occurrence:: none Enter limits provided by Railroad Company (If none, write none) 4. With respect to the above outlined insurance requirements, the following shall govern: a. Where a single railroad company is involved, the Contractor shall provide one insurance policy in the name of the railroad company. However, if more than one grade separation or at -grade crossing is affected by the Project at entirely separate locations on the line or lines of the same railroad company, separate coverage may be required, each in the amount stated above. b. Where more than one railroad company is operating on the same right-of-way or where several railroad companies are involved and operated on their own separate rights -of - CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 12 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 12 of 35 way, the Contractor may be required to provide separate insurance policies in the name of each railroad company. c. If, in addition to a grade separation or an at -grade crossing, other work or activity is proposed on a railroad company's right-of-way at a location entirely separate from the grade separation or at -grade crossing, insurance coverage for this work must be included in the policy covering the grade separation. d. If no grade separation is involved but other work is proposed on a railroad company's right-of-way, all such other work may be covered in a single policy for that railroad, even though the work may be at two or more separate locations. 5. No work or activities on a railroad company's property to be performed by the Contractor shall be commenced until the Contractor has furnished the City with an original policy or policies of the insurance for each railroad company named, as required above. All such insurance must be approved by the City and each affected Railroad Company prior to the Contractor's beginning work. 6. The insurance specified above must be carried until all Work to be performed on the railroad right-of-way has been completed and the grade crossing, if any, is no longer used by the Contractor. In addition, insurance must be carried during all maintenance and/or repair work performed in the railroad right-of-way. Such insurance must name the railroad company as the insured, together with any tenant or lessee of the railroad company operating over tracks involved in the Project. E. Notification of Policy Cancellation: Contractor shall immediately notify City upon cancellation or other loss of insurance coverage. Contractor shall stop work until replacement insurance has been procured. There shall be no time credit for days not worked pursuant to this section. 4.05 Acceptance of Bonds and Insurance; Option to Replace If City has any objection to the coverage afforded by or other provisions of the bonds or insurance required to be purchased and maintained by the Contractor in accordance with Article 5 on the basis of non-conformance with the Contract Documents, the Developer and City shall so notify the Contractor in writing within 10 Business Days after receipt of the certificates (or other evidence requested). Contractor shall provide to the City such additional information in respect of insurance provided as the Developer or City may reasonably request. If Contractor does not purchase or maintain all of the bonds and insurance required by the Contract Documents, the Developer or City shall notify the Contractor in writing of such failure prior to the start of the Work, or of such failure to maintain prior to any change in the required coverage. ARTICLE 5 — CONTRACTOR'S RESPONSIBILITIES 5.01 Supervision and Superintendent A. Contractor shall supervise, inspect, and direct the Work competently and efficiently, devoting such attention thereto and applying such skills and expertise as may be necessary to perform the CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 13 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 13 of 35 Work in accordance with the Contract Documents. Contractor shall be solely responsible for the means, methods, techniques, sequences, and procedures of construction. B. At all times during the progress of the Work, Contractor shall assign a competent, English- speaking, Superintendent who shall not be replaced without written notice to City. The Superintendent will be Contractor's representative at the Site and shall have authority to act on behalf of Contractor. All communication given to or received from the Superintendent shall be binding on Contractor. C. Contractor shall notify the City 24 hours prior to moving areas during the sequence of construction. 5.02 Labor; Working Hours A. Contractor shall provide competent, suitably qualified personnel to perform construction as required by the Contract Documents. Contractor shall at all times maintain good discipline and order at the Site. B. Except as otherwise required for the safety or protection of persons or the Work or property at the Site or adjacent thereto, and except as otherwise stated in the Contract Documents, all Work at the Site shall be performed during Regular Working Hours. Contractor will not permit the performance of Work beyond Regular Working Hours or for Weekend Working Hours without City's written consent (which will not be unreasonably withheld). Written request (by letter or electronic communication) to perform Work: 1. for beyond Regular Working Hours request must be made by noon at least two (2) Business Days prior 2. for Weekend Working Hours request must be made by noon of the preceding Thursday 3. for legal holidays request must be made by noon two Business Days prior to the legal holiday. 5.03 Services, Materials, and Equipment A. Unless otherwise specified in the Contract Documents, Contractor shall provide and assume full responsibility for all services, materials, equipment, labor, transportation, construction equipment and machinery, tools, appliances, fuel, power, light, heat, telephone, water, sanitary facilities, temporary facilities, and all other facilities and incidentals necessary for the performance, Contractor required testing, start-up, and completion of the Work. B. All materials and equipment incorporated into the Work shall be as specified or, if not specified, shall be of good quality and new, except as otherwise provided in the Contract Documents. All special warranties and guarantees required by the Specifications shall expressly run to the benefit of City. If required by City, Contractor shall furnish satisfactory evidence (including reports of required tests) as to the source, kind, and quality of materials and equipment. CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 14 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 14 of 35 C. All materials and equipment to be incorporated into the Work shall be stored, applied, installed, connected, erected, protected, used, cleaned, and conditioned in accordance with instructions of the applicable Supplier, except as otherwise may be provided in the Contract Documents. 5.04 Project Schedule A. Contractor shall adhere to the Project Schedule established in accordance with Paragraph 2.01 and the General Requirements as it may be adjusted from time to time as provided below. 1. Contractor shall submit to City for acceptance (to the extent indicated in Paragraph 2.01 and the General Requirements) proposed adjustments in the Project Schedule. 2. Proposed adjustments in the Project Schedule that will change the Contract Time shall be submitted in accordance with the requirements of Article 9. Adjustments in Contract Time for projects with City participation shall be made by participating change orders. 5.05 Substitutes and "Or -Equals " A. Whenever an item of material or equipment is specified or described in the Contract Documents by using the name of a proprietary item or the name of a particular Supplier, the specification or description is intended to establish the type, function, appearance, and quality required. Unless the specification or description contains or is followed by words reading that no like, equivalent, or "or -equal" item or no substitution is permitted, other items of material or equipment of other Suppliers may be submitted to City for review under the circumstances described below. 1. "Or -Equal" Items: If in City's sole discretion an item of material or equipment proposed by Contractor is functionally equal to that named and sufficiently similar so that no change in related Work will be required, it may be considered by City as an "or -equal" item, in which case review and approval of the proposed item may, in City's sole discretion, be accomplished without compliance with some or all of the requirements for approval of proposed substitute items. For the purposes of this Paragraph 5.05.A.1, a proposed item of material or equipment will be considered functionally equal to an item so named if: a. City determines that: 1) it is at least equal in materials of construction, quality, durability, appearance, strength, and design characteristics; 2) it will reliably perform at least equally well the function and achieve the results imposed by the design concept of the completed Project as a functioning whole; and 3) it has a proven record of performance and availability of responsive service; and b. Contractor certifies that, if approved and incorporated into the Work: 1) there will be no increase in cost to the City or increase in Contract Time; and CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 15 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 15 of 35 2) it will conform substantially to the detailed requirements of the item named in the Contract Documents. 2. Substitute Items: a. If in City's sole discretion an item of material or equipment proposed by Contractor does not qualify as an "or -equal" item under Paragraph 5.05.A.1, it may be submitted as a proposed substitute item. b. Contractor shall submit sufficient information as provided below to allow City to determine if the item of material or equipment proposed is essentially equivalent to that named and an acceptable substitute therefor. Requests for review of proposed substitute items of material or equipment will not be accepted by City from anyone other than Contractor. c. Contractor shall make written application to City for review of a proposed substitute item of material or equipment that Contractor seeks to furnish or use. The application shall comply with Section 0125 00 and: 1) shall certify that the proposed substitute item will: i. perform adequately the functions and achieve the results called for by the general design; ii. be similar in substance to that specified; iii. be suited to the same use as that specified; and 2) will state: i. the extent, if any, to which the use of the proposed substitute item will prejudice Contractor's achievement of final completion on time; ii. whether use of the proposed substitute item in the Work will require a change in any of the Contract Documents (or in the provisions of any other direct contract with City for other work on the Project) to adapt the design to the proposed substitute item; iii. whether incorporation or use of the proposed substitute item in connection with the Work is subject to payment of any license fee or royalty; and 3) will identify: i. all variations of the proposed substitute item from that specified; ii. available engineering, sales, maintenance, repair, and replacement services; and CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 16 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 16 of 35 4) shall contain an itemized estimate of all costs or credits that will result directly or indirectly from use of such substitute item, including costs of redesign and Damage Claims of other contractors affected by any resulting change. B. Substitute Construction Methods or Procedures: If a specific means, method, technique, sequence, or procedure of construction is expressly required by the Contract Documents, Contractor may furnish or utilize a substitute means, method, technique, sequence, or procedure of construction approved by City. Contractor shall submit sufficient information to allow City, in City's sole discretion, to determine that the substitute proposed is equivalent to that expressly called for by the Contract Documents. Contractor shall make written application to City for review in the same manner as those provided in Paragraph 5.05.A.2. C. City's Evaluation: City will be allowed a reasonable time within which to evaluate each proposal or submittal made pursuant to Paragraphs 5.05.A and 5.05.13. City may require Contractor to furnish additional data about the proposed substitute. City will be the sole judge of acceptability. No "or -equal" or substitute will be ordered, installed or utilized until City's review is complete, which will be evidenced by a Change Order in the case of a substitute and an accepted Submittal for an "or -equal." City will advise Contractor in writing of its determination. D. Special Guarantee: City may require Contractor to furnish at Contractor's expense a special performance guarantee, warranty, or other surety with respect to any substitute. Contractor shall indemnify and hold harmless City and anyone directly or indirectly employed by them from and against any and all claims, damages, losses and expenses (including attorneys fees) arising out of the use of substituted materials or equipment. E. City's Cost Reimbursement: City will record City's costs in evaluating a substitute proposed or submitted by Contractor pursuant to Paragraphs 5.05.A.2 and 5.05.B. Whether or not City approves a substitute so proposed or submitted by Contractor, Contractor may be required to reimburse City for evaluating each such proposed substitute. Contractor may also be required to reimburse City for the charges for making changes in the Contract Documents. F. Contractor's Expense: Contractor shall provide all data in support of any proposed substitute or "or -equal" at Contractor's expense. G. Substitute Reimbursement: Costs (savings or charges) attributable to acceptance of a substitute shall be incorporated to the Contract by Participating Change Order. 5.06 Pre -Qualification of Bidders (Prime Contractors and Subcontractors) A. The Contractor and any subcontractors are required to be prequalified for the work types requiring pre -qualification 5.07 Concerning Subcontractors, Suppliers, and Others A. Minority and Women Owned Business Enterprise Compliance: CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 17 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 17 of 35 ❑ Required for this Contract. (Check this box if there is any City Participation) x❑ Not Required for this Contract. It is City policy to ensure the full and equitable participation by Minority and Women Business Enterprises (MWBE) in the procurement of goods and services on a contractual basis. If the Contract Documents provide for a MWBE goal, Contractor is required to comply with the intent of the City's MWBE Ordinance (as amended) by the following: 1. Contractor shall, upon request by City, provide complete and accurate information regarding actual work performed by a MWBE on the Contract and payment therefor. 2. Contractor will not make additions, deletions, or substitutions of accepted MWBE without written consent of the City. Any unjustified change or deletion shall be a material breach of Contract and may result in debarment in accordance with the procedures outlined in the Ordinance. 3. Contractor shall, upon request by City, allow an audit and/or examination of any books, records, or files in the possession of the Contractor that will substantiate the actual work performed by an MWBE. Material misrepresentation of any nature will be grounds for termination of the Contract. Any such misrepresentation may be grounds for disqualification of Contractor to bid on future contracts with the City for a period of not less than three years. B. Contractor shall be fully responsible to City for all acts and omissions of the Subcontractors, Suppliers, and other individuals or entities performing or furnishing any of the Work just as Contractor is responsible for Contractor's own acts and omissions. Nothing in the Contract Documents: 1. shall create for the benefit of any such Subcontractor, Supplier, or other individual or entity any contractual relationship between City and any such Subcontractor, Supplier or other individual or entity; nor 2. shall create any obligation on the part of City to pay or to see to the payment of any moneys due any such Subcontractor, Supplier, or other individual or entity except as may otherwise be required by Laws and Regulations. C. Contractor shall be solely responsible for scheduling and coordinating the Work of Subcontractors, Suppliers, and other individuals or entities performing or furnishing any of the Work under a direct or indirect contract with Contractor. D. All Subcontractors, Suppliers, and such other individuals or entities performing or furnishing any of the Work shall communicate with City through Contractor. E. All Work performed for Contractor by a Subcontractor or Supplier will be pursuant to an appropriate agreement between Contractor and the Subcontractor or Supplier which specifically binds the Subcontractor or Supplier to the applicable terms and conditions of these Contract CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 18 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 18 of 35 Documents, Contractor shall provide City contract numbers and reference numbers to the Subcontractors and/or Suppliers. 5.08 Wage Rates © Required for this Contract. ❑ Not Required for this Contract. A. Duty to pay Prevailing Wage Rates. The Contractor shall comply with all requirements of Chapter 2258, Texas Government Code (as amended), including the payment of not less than the rates determined by the City Council of the City of Fort Worth to be the prevailing wage rates in accordance with Chapter 2258. Such prevailing wage rates are included in these Contract Documents. B. Penalty for Violation. A Contractor or any Subcontractor who does not pay the prevailing wage shall, upon demand made by the City, pay to the City $60 for each worker employed for each calendar day or part of the day that the worker is paid less than the prevailing wage rates stipulated in these contract documents. This penalty shall be retained by the City to offset its administrative costs, pursuant to Texas Government Code 2258.023. C. Complaints of Violations and City Determination of Good Cause. On receipt of information, including a complaint by a worker, concerning an alleged violation of 2258.023, Texas Government Code, by a Contractor or Subcontractor, the City shall make an initial determination, before the 31 st day after the date the City receives the information, as to whether good cause exists to believe that the violation occurred. The City shall notify in writing the Contractor or Subcontractor and any affected worker of its initial determination. Upon the City's determination that there is good cause to believe the Contractor or Subcontractor has violated Chapter 2258, the City shall retain the full amounts claimed by the claimant or claimants as the difference between wages paid and wages due under the prevailing wage rates, such amounts being subtracted from successive progress payments pending a final determination of the violation. D. Arbitration Required if Violation Not Resolved. An issue relating to an alleged violation of Section 2258.023, Texas Government Code, including a penalty owed to the City or an affected worker, shall be submitted to binding arbitration in accordance with the Texas General Arbitration Act (Article 224 et seq., Revised Statutes) if the Contractor or Subcontractor and any affected worker does not resolve the issue by agreement before the 15th day after the date the City makes its initial determination pursuant to Paragraph C above. If the persons required to arbitrate under this section do not agree on an arbitrator before the 1 lth day after the date that arbitration is required, a district court shall appoint an arbitrator on the petition of any of the persons. The City is not a party in the arbitration. The decision and award of the arbitrator is final and binding on all parties and may be enforced in any court of competent jurisdiction. E. Records to be Maintained. The Contractor and each Subcontractor shall, for a period of three (3) years following the date of acceptance of the work, maintain records that show (i) the name and CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 19 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 19 of 35 occupation of each worker employed by the Contractor in the construction of the Work provided for in this Contract; and (ii) the actual per diem wages paid to each worker. The records shall be open at all reasonable hours for inspection by the City. The provisions of Paragraph 6.23, Right to Audit, shall pertain to this inspection. F. Progress Payments. With each progress payment or payroll period, whichever is less, the Contractor shall submit an affidavit stating that the Contractor has complied with the requirements of Chapter 2258, Texas Government Code. G. Posting of Wage Rates. The Contractor shall post prevailing wage rates in a conspicuous place at all times. H. Subcontractor Compliance. The Contractor shall include in its subcontracts and/or shall otherwise require all of its Subcontractors to comply with Paragraphs A through G above. 5.09 Patent Fees and Royalties A. To the fullest extent permitted by Laws and Regulations, Contractor shall indemnify and hold harmless City, from and against all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to any infringement of patent rights or copyrights incident to the use in the performance of the Work or resulting from the incorporation in the Work of any invention, design, process, product, or device not specified in the Contract Documents. 5.10 Laws and Regulations A. Contractor shall give all notices required by and shall comply with all Laws and Regulations applicable to the performance of the Work. Except where otherwise expressly required by applicable Laws and Regulations, the City shall not be responsible for monitoring Contractor's compliance with any Laws or Regulations. B. If Contractor performs any Work knowing or having reason to know that it is contrary to Laws or Regulations, Contractor shall bear all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to such Work. However, it shall not be Contractor's responsibility to make certain that the Specifications and Drawings are in accordance with Laws and Regulations, but this shall not relieve Contractor of Contractor's obligations under Paragraph 3.01. 5.11 Use of Site and Other Areas A. Limitation on Use of Site and Other Areas: 1. Contractor shall confine construction equipment, the storage of materials and equipment, and the operations of workers to the Site and other areas permitted by Laws and Regulations, and shall not unreasonably encumber the Site and other areas with construction equipment or CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 20 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 20 of 35 other materials or equipment. Contractor shall assume full responsibility for any damage to any such land or area, or to the owner or occupant thereof, or of any adjacent land or areas resulting from the performance of the Work. 2. At any time when, in the judgment of the City, the Contractor has obstructed or closed or is carrying on operations in a portion of a street, right-of-way, or easement greater than is necessary for proper execution of the Work, the City may require the Contractor to finish the section on which operations are in progress before work is commenced on any additional area of the Site. 3. Should any Damage Claim be made by any such owner or occupant because of the performance of the Work, Contractor shall promptly attempt to resolve the Damage Claim. 4. Pursuant to Paragraph 5.18, Contractor shall indemnify and hold harmless City, from and against all claims, costs, losses, and damages arising out of or relating to any claim or action, legal or equitable, brought by any such owner or occupant against City. B. Removal of Debris During Performance of the Work: During the progress of the Work Contractor shall keep the Site and other areas free from accumulations of waste materials, rubbish, and other debris. Removal and disposal of such waste materials, rubbish, and other debris shall conform to applicable Laws and Regulations. C. Site Maintenance Cleaning: 24 hours after written notice is given to the Contractor that the clean-up on the job site is proceeding in a manner unsatisfactory to the City or Developer, if the Contractor fails to correct the unsatisfactory procedure, the City may take such direct action as the City deems appropriate to correct the clean-up deficiencies cited to the Contractor in the written notice (by letter or electronic communication), and shall be entitled to recover its cost in doing so. The City may withhold Final Acceptance until clean-up is complete and cost are recovered. D. Final Site Cleaning: Prior to Final Acceptance of the Work Contractor shall clean the Site and the Work and make it ready for utilization by City or adjacent property owner. At the completion of the Work Contractor shall remove from the Site all tools, appliances, construction equipment and machinery, and surplus materials and shall restore to original condition or better all property disturbed by the Work. E. Loading Structures: Contractor shall not load nor permit any part of any structure to be loaded in any manner that will endanger the structure, nor shall Contractor subject any part of the Work or adjacent property to stresses or pressures that will endanger it. 5.12 Record Documents A. Contractor shall maintain in a safe place at the Site or in a place designated by the Contractor and approved by the City, one (1) record copy of all Drawings, Specifications, Addenda, Change Orders, Field Orders, and written interpretations and clarifications in good order and annotated to show changes made during construction. These record documents together with all approved CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 21 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 21 of 35 Samples and a counterpart of all accepted Submittals will be available to City for reference. Upon completion of the Work, these record documents, any operation and maintenance manuals, and Submittals will be delivered to City prior to Final Inspection. Contractor shall include accurate locations for buried and imbedded items. 5.13 Safety and Protection A. Contractor shall be solely responsible for initiating, maintaining and supervising all safety precautions and programs in connection with the Work. Such responsibility does not relieve Subcontractors of their responsibility for the safety of persons or property in the performance of their work, nor for compliance with applicable safety Laws and Regulations. Contractor shall take all necessary precautions for the safety of, and shall provide the necessary protection to prevent damage, injury or loss to: 1. all persons on the Site or who may be affected by the Work; 2. all the Work and materials and equipment to be incorporated therein, whether in storage on or off the Site; and 3. other property at the Site or adjacent thereto, including trees, shrubs, lawns, walks, pavements, roadways, structures, utilities, and Underground Facilities not designated for removal, relocation, or replacement in the course of construction. B. Contractor shall comply with all applicable Laws and Regulations relating to the safety of persons or property, or to the protection of persons or property from damage, injury, or loss; and shall erect and maintain all necessary safeguards for such safety and protection. Contractor shall notify owners of adjacent property and of Underground Facilities and other utility owners when prosecution of the Work may affect them, and shall cooperate with them in the protection, removal, relocation, and replacement of their property. C. Contractor shall comply with the applicable requirements of City's safety programs, if any. D. Contractor shall inform City of the specific requirements of Contractor's safety program, if any, with which City's employees and representatives must comply while at the Site. E. All damage, injury, or loss to any property referred to in Paragraph 5.13.A.2 or 5.13.A.3 caused, directly or indirectly, in whole or in part, by Contractor, any Subcontractor, Supplier, or any other individual or entity directly or indirectly employed by any of them to perform any of the Work, or anyone for whose acts any of them may be liable, shall be remedied by Contractor. F. Contractor's duties and responsibilities for safety and for protection of the Work shall continue until such time as all the Work is completed and City has accepted the Work. 5.14 Safety Representative Contractor shall inform City in writing of Contractor's designated safety representative at the Site. CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 22 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 22 of 35 5.15 Hazard Communication Programs Contractor shall be responsible for coordinating any exchange of material safety data sheets or other hazard communication information required to be made available to or exchanged between or among employers in accordance with Laws or Regulations. 5.16 Submittals A. Contractor shall submit required Submittals to City for review and acceptance. Each submittal will be identified as required by City. 1. Submit number of copies specified in the General Requirements. 2. Data shown on the Submittals will be complete with respect to quantities, dimensions, specified performance and design criteria, materials, and similar data to show City the services, materials, and equipment Contractor proposes to provide and to enable City to review the information for the limited purposes required by Paragraph 5.16.C. 3. Submittals submitted as herein provided by Contractor and reviewed by City for conformance with the design concept shall be executed in conformity with the Contract Documents unless otherwise required by City. 4. When Submittals are submitted for the purpose of showing the installation in greater detail, their review shall not excuse Contractor from requirements shown on the Drawings and Specifications. 5. For -Information -Only submittals upon which the City is not expected to conduct review or take responsive action may be so identified in the Contract Documents. 6. Submit required number of Samples specified in the Specifications. 7. Clearly identify each Sample as to material, Supplier, pertinent data such as catalog numbers, the use for which intended and other data as City may require to enable City to review the submittal for the limited purposes required by Paragraph 5.16.C. B. Where a Submittal is required by the Contract Documents or the Schedule of Submittals, any related Work performed prior to City's review and acceptance of the pertinent submittal will be at the sole expense and responsibility of Contractor. C. City's Review: 1. City will provide timely review of required Submittals in accordance with the Schedule of Submittals acceptable to City. City's review and acceptance will be only to determine if the items covered by the submittals will, after installation or incorporation in the Work, conform to the information given in the Contract Documents and be compatible with the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 23 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 23 of 35 2. City's review and acceptance will not extend to means, methods, techniques, sequences, or procedures of construction (except where a particular means, method, technique, sequence, or procedure of construction is specifically and expressly called for by the Contract Documents) or to safety precautions or programs incident thereto. The review and acceptance of a separate item as such will not indicate approval of the assembly in which the item functions. 3. City's review and acceptance shall not relieve Contractor from responsibility for any variation from the requirements of the Contract Documents unless Contractor has complied with the requirements of Section 01 33 00 and City has given written acceptance of each such variation by specific written notation thereof incorporated in or accompanying the Submittal. City's review and acceptance shall not relieve Contractor from responsibility for complying with the requirements of the Contract Documents. 5.17 Contractor's General Warranty and Guarantee A. Contractor warrants and guarantees to City that all Work will be in accordance with the Contract Documents and will not be defective. City and its officers, directors, members, partners, employees, agents, consultants, and subcontractors shall be entitled to rely on representation of Contractor's warranty and guarantee. B. Contractor's warranty and guarantee hereunder excludes defects or damage caused by: 1. abuse, modification, or improper maintenance or operation by persons other than Contractor, Subcontractors, Suppliers, or any other individual or entity for whom Contractor is responsible; or 2. normal wear and tear under normal usage. C. Contractor's obligation to perform and complete the Work in accordance with the Contract Documents shall be absolute. None of the following will constitute an acceptance of Work that is not in accordance with the Contract Documents or a release of Contractor's obligation to perform the Work in accordance with the Contract Documents: 1. observations by City; 2. recommendation or payment by City or Developer of any progress or final payment; 3. the issuance of a certificate of Final Acceptance by City or any payment related thereto by City; 4. use or occupancy of the Work or any part thereof by City; 5. any review and acceptance of a Submittal by City; 6. any inspection, test, or approval by others; or CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 24 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 24 of 35 7. any correction of defective Work by City. D. The Contractor shall remedy any defects or damages in the Work and pay for any damage to other work or property resulting therefrom which shall appear within a period of two (2) years from the date of Final Acceptance of the Work unless a longer period is specified and shall furnish a good and sufficient maintenance bond, complying with the requirements of Article 4.02.13. The City will give notice of observed defects with reasonable promptness. 5.18 Indemnification A. Contractor covenants and agrees to indemnify, hold harmless and defend, at its own expense, the City, its officers, servants and employees, from and against any and all claims arising out of, or alleged to arise out of, the work and services to be performed by the Contractor, its officers, agents, employees, subcontractors, licenses or invitees under this Contract. THIS INDEMNIFICATION PROVISION IS SPECIFICALLY INTENDED TO OPERATE AND BE EFFECTIVE EVEN IF IT IS ALLEGED OR PROVEN THAT ALL OR SOME OF THE DAMAGES BEING SOUGHT WERE CAUSED, IN WHOLE OR IN PART, BY ANY ACT, OMISSION OR NEGLIGENCE OF THE CITY. This indemnity provision is intended to include, without limitation, indemnity for costs, expenses and legal fees incurred by the City in defending against such claims and causes of actions. B. Contractor covenants and agrees to indemnify and hold harmless, at its own expense, the City, its officers, servants and employees, from and against any and all loss, damage or destruction of property of the City, arising out of, or alleged to arise out of, the work and services to be performed by the Contractor, its officers, agents, employees, subcontractors, licensees or invitees under this Contract. THIS INDEMNIFICATION PROVISION IS SPECIFICALLY INTENDED TO OPERATE AND BE EFFECTIVE EVEN IF IT IS ALLEGED OR PROVEN THAT ALL OR SOME OF THE DAMAGES BEING SOUGHT WERE CAUSED, IN WHOLE OR IN PART, BY ANY ACT, OMISSION OR NEGLIGENCE OF THE CITY. 5.19 Delegation of Professional Design Services A. Contractor will not be required to provide professional design services unless such services are specifically required by the Contract Documents for a portion of the Work or unless such services are required to carry out Contractor's responsibilities for construction means, methods, techniques, sequences and procedures. B. If professional design services or certifications by a design professional related to systems, materials or equipment are specifically required of Contractor by the Contract Documents, City will specify all performance and design criteria that such services must satisfy. Contractor shall cause such services or certifications to be provided by a properly licensed professional, whose signature and seal shall appear on all drawings, calculations, specifications, certifications, and Submittals prepared by such professional. Submittals related to the Work designed or certified by such professional, if prepared by others, shall bear such professional's written approval when submitted to City. CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 25 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 25 of 35 C. City shall be entitled to rely upon the adequacy, accuracy and completeness of the services, certifications or approvals performed by such design professionals, provided City has specified to Contractor performance and design criteria that such services must satisfy. D. Pursuant to this Paragraph 5.19, City's review and acceptance of design calculations and design drawings will be only for the limited purpose of checking for conformance with performance and design criteria given and the design concept expressed in the Contract Documents. City's review and acceptance of Submittals (except design calculations and design drawings) will be only for the purpose stated in Paragraph 5.16.C. 5.20 Right to Audit: A. The City reserves the right to audit all projects utilizing City funds B. The Contractor agrees that the City shall, until the expiration of three (3) years after final payment under this Contract, have access to and the right to examine and photocopy any directly pertinent books, documents, papers, and records of the Contractor involving transactions relating to this Contract. Contractor agrees that the City shall have access during Regular Working Hours to all necessary Contractor facilities and shall be provided adequate and appropriate work space in order to conduct audits in compliance with the provisions of this Paragraph. The City shall give Contractor reasonable advance notice of intended audits. C. Contractor further agrees to include in all its subcontracts hereunder a provision to the effect that the subcontractor agrees that the City shall, until the expiration of three (3) years after final payment under this Contract, have access to and the right to examine and photocopy any directly pertinent books, documents, papers, and records of such Subcontractor, involving transactions to the subcontract, and further, that City shall have access during Regular Working Hours to all Subcontractor facilities, and shall be provided adequate and appropriate work space in order to conduct audits in compliance with the provisions of this Paragraph. The City shall give Subcontractor reasonable advance notice of intended audits. D. Contractor and Subcontractor agree to photocopy such documents as may be requested by the City. The City agrees to reimburse Contractor for the cost of the copies as follows at the rate published in the Texas Administrative Code in effect as of the time copying is performed. 5.21 Nondiscrimination A. The City is responsible for operating Public Transportation Programs and implementing transit - related projects, which are funded in part with Federal financial assistance awarded by the U.S. Department of Transportation and the Federal Transit Administration (FTA), without discriminating against any person in the United States on the basis of race, color, or national origin. B. Title VI, Civil Rights Act of 1964 as amended: Contractor shall comply with the requirements of the Act and the Regulations as further defined in the Supplementary Conditions for any project receiving Federal assistance. CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 26 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 26 of 35 ARTICLE 6 — OTHER WORK AT THE SITE 6.01 Related Work at Site A. City may perform other work related to the Project at the Site with City's employees, or other City contractors, or through other direct contracts therefor, or have other work performed by utility owners. If such other work is not noted in the Contract Documents, then written notice thereof will be given to Contractor prior to starting any such other work; and B. Contractor shall afford each other contractor who is a party to such a direct contract, each utility owner, and City, if City is performing other work with City's employees or other City contractors, proper and safe access to the Site, provide a reasonable opportunity for the introduction and storage of materials and equipment and the execution of such other work, and properly coordinate the Work with theirs. Contractor shall do all cutting, fitting, and patching of the Work that may be required to properly connect or otherwise make its several parts come together and properly integrate with such other work. Contractor shall not endanger any work of others by cutting, excavating, or otherwise altering such work; provided, however, that Contractor may cut or alter others' work with the written consent of City and the others whose work will be affected. C. If the proper execution or results of any part of Contractor's Work depends upon work performed by others under this Article 7, Contractor shall inspect such other work and promptly report to City in writing any delays, defects, or deficiencies in such other work that render it unavailable or unsuitable for the proper execution and results of Contractor's Work. Contractor's failure to so report will constitute an acceptance of such other work as fit and proper for integration with Contractor's Work except for latent defects in the work provided by others. ARTICLE 7 — CITY'S RESPONSIBILITIES 7.01 Inspections, Tests, and Approvals City's responsibility with respect to certain inspections, tests, and approvals is set forth in Paragraph 11.03. 7.02 Limitations on City's Responsibilities A. The City shall not supervise, direct, or have control or authority over, nor be responsible for, Contractor's means, methods, techniques, sequences, or procedures of construction, or the safety precautions and programs incident thereto, or for any failure of Contractor to comply with Laws and Regulations applicable to the performance of the Work. City will not be responsible for Contractor's failure to perform the Work in accordance with the Contract Documents. B. City will notify the Contractor of applicable safety plans pursuant to Paragraph 5.13. CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 27 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 27 of 35 7.03 Compliance with Safety Program While at the Site, City's employees and representatives shall comply with the specific applicable requirements of Contractor's safety programs of which City has been informed pursuant to Paragraph 5.13. ARTICLE 8 — CITY'S OBSERVATION STATUS DURING CONSTRUCTION 8.01 City's Project Representative City will provide one or more Project Representative(s) during the construction period. The duties and responsibilities and the limitations of authority of City's representative during construction are set forth in the Contract Documents. A. City's Project Representative will make visits to the Site at intervals appropriate to the various stages of construction as City deems necessary in order to observe the progress that has been made and the quality of the various aspects of Contractor's executed Work. Based on information obtained during such visits and observations, City's Project Representative will determine, in general, if the Work is proceeding in accordance with the Contract Documents. City's Project Representative will not be required to make exhaustive or continuous inspections on the Site to check the quality or quantity of the Work. City's Project Representative's efforts will be directed toward providing City a greater degree of confidence that the completed Work will conform generally to the Contract Documents. B. City's Project Representative's visits and observations are subject to all the limitations on authority and responsibility in the Contract Documents. 8.02 Authorized Variations in Work City's Project Representative may authorize minor variations in the Work from the requirements of the Contract Documents which do not involve an adjustment in the Contract Price or the Contract Time and are compatible with the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. These may be accomplished by a Field Order and will be binding on City Developer, and also on Contractor, who shall perform the Work involved promptly. 8.03 Rejecting Defective Work City will have authority to reject Work which City's Project Representative believes to be defective, or will not produce a completed Project that conforms to the Contract Documents or that will prejudice the integrity of the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. City will have authority to conduct special inspection or testing of the Work as provided in Article 11, whether or not the Work is fabricated, installed, or completed. CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 28 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 28 of 35 8.04 Determinations for Work Performed Contractor will determine the actual quantities and classifications of Work performed. City's Project Representative will review with Contractor the preliminary determinations on such matters before rendering a written recommendation. City's written decision will be final (except as modified to reflect changed factual conditions or more accurate data). ARTICLE 9 — CHANGES IN THE WORK 9.01 Authorized Changes in the Work A. Without invalidating the Contract and without notice to any surety, City may, at any time or from time to time, order Extra Work. Upon notice of such Extra Work, Contractor shall promptly proceed with the Work involved which will be performed under the applicable conditions of the Contract Documents (except as otherwise specifically provided). Extra Work shall be memorialized by a Participating Change Order which may or may not precede an order of Extra work. B. For minor changes of Work not requiring changes to Contract Time or Contract Price on a project with City participation, a Field Order may be issued by the City. 9.02 Notification to Surety If the provisions of any bond require notice to be given to a surety of any change affecting the general scope of the Work or the provisions of the Contract Documents (including, but not limited to, Contract Price or Contract Time), the giving of any such notice will be Contractor's responsibility. The amount of each applicable bond will be adjusted by the Contractor to reflect the effect of any such change. ARTICLE 10 — CHANGE OF CONTRACT PRICE; CHANGE OF CONTRACT TIME 10.01 Change of Contract Price A. The Contract Price may only be changed by a Participating Change Order for projects with City participation. 10.02 Change of Contract Time A. The Contract Time may only be changed by a Participating Change Order for projects with City participation. 10.03 Delays A. If Contractor is delayed, City shall not be liable to Contractor for any claims, costs, losses, or damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) sustained by Contractor on or in connection with any other project or anticipated project. CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 29 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 29 of 35 ARTICLE 11— TESTS AND INSPECTIONS; CORRECTION, REMOVAL OR ACCEPTANCE OF DEFECTIVE WORK 11.01 Notice of Defects Notice of all defective Work of which City has actual knowledge will be given to Contractor. Defective Work may be rejected, corrected, or accepted as provided in this Article 13. 11.02 Access to Work City, independent testing laboratories, and governmental agencies with jurisdictional interests will have access to the Site and the Work at reasonable times for their observation, inspection, and testing. Contractor shall provide them proper and safe conditions for such access and advise them of Contractor's safety procedures and programs so that they may comply therewith as applicable. 11.03 Tests and Inspections A. Contractor shall give City timely notice of readiness of the Work for all required inspections, tests, or approvals and shall cooperate with inspection and testing personnel to facilitate required inspections or tests. B. If Contract Documents, Laws or Regulations of any public body having jurisdiction require any of the Work (or part thereof) to be inspected, tested, or approved, Contractor shall assume full responsibility for arranging and obtaining such independent inspections, tests, retests or approvals, pay all costs in connection therewith, and furnish City the required certificates of inspection or approval; excepting, however, those fees specifically identified in the Supplementary Conditions or any Texas Department of Licensure and Regulation (TDLR) inspections, which shall be paid as described in the Supplementary Conditions. C. Contractor shall be responsible for arranging and obtaining and shall pay all costs in connection with any inspections, tests, re -tests, or approvals required for City's acceptance of materials or equipment to be incorporated in the Work; or acceptance of materials, mix designs, or equipment submitted for approval prior to Contractor's purchase thereof for incorporation in the Work. Such inspections, tests, re -tests, or approvals shall be performed by organizations approved by City. D. City may arrange for the services of an independent testing laboratory ("Testing Lab") to perform any inspections or tests ("Testing") for any part of the Work, as determined solely by City. 1. City will coordinate such Testing to the extent possible, with Contractor; 2. Should any Testing under this Section 11.03 D result in a "fail", "did not pass" or other similar negative result, the Contractor shall be responsible for paying for any and all retests. Contractor's cancellation without cause of City initiated Testing shall be deemed a negative result and require a retest. CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 30 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 30 of 35 3. Any amounts owed for any retest under this Section 11.03 D shall be paid directly to the Testing Lab by Contractor. Developer/Contractor. City will forward all invoices for retests to 4. If Contractor fails to pay the Testing Lab, City will not issue a letter of Final Acceptance until the Testing Lab is Paid E. If any Work (or the work of others) that is to be inspected, tested, or approved is covered by Contractor without written concurrence of City, Contractor shall, if requested by City, uncover such Work for observation. 11.04 Uncovering Work A. If any Work is covered contrary to the Contract Documents or specific instructions by the City, it must, if requested by City, be uncovered for City's observation and replaced at Contractor's expense. 11.05 City May Stop the Work If the Work is defective, or Contractor fails to supply sufficient skilled workers or suitable materials or equipment, or fails to perform the Work in such a way that the completed Work will conform to the Contract Documents, City may order Contractor to stop the Work, or any portion thereof, until the cause for such order has been eliminated; however, this right of City to stop the Work shall not give rise to any duty on the part of City to exercise this right for the benefit of Contractor, any Subcontractor, any Supplier, any other individual or entity, or any surety for, or employee or agent of any of them. 11.06 Correction or Removal of Defective Work A. Promptly after receipt of written notice, Contractor shall correct all defective Work pursuant to an acceptable schedule, whether or not fabricated, installed, or completed, or, if the Work has been rejected by City, remove it from the Project and replace it with Work that is not defective. Contractor shall pay all claims, costs, additional testing, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to such correction or removal (including but not limited to all costs of repair or replacement of work of others). Failure to require the removal of any defective Work shall not constitute acceptance of such Work. B. When correcting defective Work under the terms of this Paragraph 11.06 or Paragraph 11.07, Contractor shall take no action that would void or otherwise impair City's special warranty and guarantee, if any, on said Work. 11.07 Correction Period A. If within two (2) years after the date of Final Acceptance (or such longer period of time as may be prescribed by the terms of any applicable special guarantee required by the Contract CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 31 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 31 of 35 Documents), any Work is found to be defective, or if the repair of any damages to the land or areas made available for Contractor's use by City or permitted by Laws and Regulations as contemplated in Paragraph 5.10.A is found to be defective, Contractor shall promptly, without cost to City and in accordance with City's written instructions: 1. repair such defective land or areas; or 2. correct such defective Work; or 3. if the defective Work has been rejected by City, remove it from the Project and replace it with Work that is not defective, and 4. satisfactorily correct or repair or remove and replace any damage to other Work, to the work of others or other land or areas resulting therefrom. B. If Contractor does not promptly comply with the terms of City's written instructions, or in an emergency where delay would cause serious risk of loss or damage, City may have the defective Work corrected or repaired or may have the rejected Work removed and replaced. All claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or other dispute resolution costs) arising out of or relating to such correction or repair or such removal and replacement (including but not limited to all costs of repair or replacement of work of others) will be paid by Contractor. C. Where defective Work (and damage to other Work resulting therefrom) has been corrected or removed and replaced under this Paragraph 11.07, the correction period hereunder with respect to such Work may be required to be extended for an additional period of one year after the end of the initial correction period. City shall provide 30 days written notice to Contractor and Developer should such additional warranty coverage be required. Contractor's obligations under this Paragraph 11.07 are in addition to any other obligation or warranty. The provisions of this Paragraph 11.07 shall not be construed as a substitute for, or a waiver of, the provisions of any applicable statute of limitation or repose. 11.08 City May Correct Defective Work A. If Contractor fails within a reasonable time after written notice from City to correct defective Work, or to remove and replace rejected Work as required by City in accordance with Paragraph 11.06.A, or if Contractor fails to perform the Work in accordance with the Contract Documents, or if Contractor fails to comply with any other provision of the Contract Documents, City may, after seven (7) days written notice to Contractor and the Developer, correct, or remedy any such deficiency. B. In exercising the rights and remedies under this Paragraph 11.09, City shall proceed expeditiously. In connection with such corrective or remedial action, City may exclude Contractor from all or part of the Site, take possession of all or part of the Work and suspend Contractor's services related thereto, and incorporate in the Work all materials and equipment incorporated in the Work, stored at the Site or for which City has paid Contractor but which are CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 32 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 32 of 35 stored elsewhere. Contractor shall allow City, City's representatives, agents, consultants, employees, and City's other contractors, access to the Site to enable City to exercise the rights and remedies under this Paragraph. C. All claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or other dispute resolution costs) incurred or sustained by City in exercising the rights and remedies under this Paragraph 13.09 will be charged against Contractor, and a Change Order will be issued incorporating the necessary revisions in the Contract Documents with respect to the Work; and City shall be entitled to an appropriate decrease in the Contract Price. D. Contractor shall not be allowed an extension of the Contract Time because of any delay in the performance of the Work attributable to the exercise of City's rights and remedies under this Paragraph 11.09. ARTICLE 12 — COMPLETION 12.01 Contractor's Warranty of Title Contractor warrants and guarantees that title to all Work, materials, and equipment covered by any Application for Payment will pass to City no later than the time of Final Acceptance and shall be free and clear of all Liens. 12.02 Partial Utilization A. Prior to Final Acceptance of all the Work, City may use or occupy any substantially completed part of the Work which has specifically been identified in the Contract Documents, or which City, determines constitutes a separately functioning and usable part of the Work that can be used by City for its intended purpose without significant interference with Contractor's performance of the remainder of the Work. City at any time may notify Contractor in writing to permit City to use or occupy any such part of the Work which City determines to be ready for its intended use, subject to the following conditions: 1. Contractor at any time may notify City in writing that Contractor considers any such part of the Work ready for its intended use. 2. Within a reasonable time after notification as enumerated in Paragraph 14.05.A.1, City and Contractor shall make an inspection of that part of the Work to determine its status of completion. If City does not consider that part of the Work to be substantially complete, City will notify Contractor in writing giving the reasons therefor. 3. Partial Utilization will not constitute Final Acceptance by City. 12.03 Final Inspection A. Upon written notice from Contractor that the entire Work is complete in accordance with the Contract Documents: CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 33 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 33 of 35 1. within 10 days, City will schedule a Final Inspection with Contractor. 2. City will notify Contractor in writing of all particulars in which this inspection reveals that the Work is incomplete or defective. Contractor shall immediately take such measures as are necessary to complete such Work or remedy such deficiencies. 12.04 Final Acceptance A. Upon completion by Contractor to City's satisfaction, of any additional Work identified in the Final Inspection, City will issue to Contractor a letter of Final Acceptance upon the satisfaction of the following: 1. All documentation called for in the Contract Documents, including but not limited to the evidence of insurance required by Paragraph 5.03; 2. consent of the surety, if any, to Final Acceptance; 3. a list of all pending or released Damage Claims against City that Contractor believes are unsettled; and 4. affidavits of payments and complete and legally effective releases or waivers (satisfactory to City) of all Lien rights arising out of or Liens filed in connection with the Work. 5. after all Damage Claims have been resolved: a. directly by the Contractor or; b. Contractor provides evidence that the Damage Claim has been reported to Contractor's insurance provider for resolution. 6. Issuing Final Acceptance by the City shall not relieve the Contractor of any guarantees or other requirements of the Contract Documents which specifically continue thereafter. ARTICLE 13 — SUSPENSION OF WORK 13.01 City May Suspend Work A. At any time and without cause, City may suspend the Work or any portion thereof by written notice to Contractor and which may fix the date on which Work will be resumed. Contractor shall resume the Work on the date so fixed. During temporary suspension of the Work covered by these Contract Documents, for any reason, the City will stop contract time on City participation projects. B. Should the Contractor not be able to complete a portion of the Project due to causes beyond the control of and without the fault or negligence of the Contractor, and should it be determined by mutual consent of the Contractor and City that a solution to allow construction to proceed is not CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 34 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 34 of 35 available within a reasonable period of time, Contractor may request an extension in Contract Time, directly attributable to any such suspension. C. If it should become necessary to suspend the Work for an indefinite period, the Contractor shall store all materials in such a manner that they will not obstruct or impede the public unnecessarily nor become damaged in any way, and he shall take every precaution to prevent damage or deterioration of the work performed; he shall provide suitable drainage about the work, and erect temporary structures where necessary. ARTICLE 14 — MISCELLANEOUS 14.01 Giving Notice A. Whenever any provision of the Contract Documents requires the giving of written notice, it will be deemed to have been validly given i£ 1. delivered in person to the individual or to a member of the firm or to an officer of the corporation for whom it is intended; or 2. delivered at or sent by registered or certified mail, postage prepaid, to the last business address known to the giver of the notice. B. Business address changes must be promptly made in writing to the other party. C. Whenever the Contract Documents specifies giving notice by electronic means such electronic notice shall be deemed sufficient upon confirmation of receipt by the receiving party. 14.02 Computation of Times When any period of time is referred to in the Contract Documents by days, it will be computed to exclude the first and include the last day of such period. If the last day of any such period falls on a Saturday or Sunday or on a day made a legal holiday the next Working Day shall become the last day of the period. 14.03 Cumulative Remedies The duties and obligations imposed by these General Conditions and the rights and remedies available hereunder to the parties hereto are in addition to, and are not to be construed in any way as a limitation of, any rights and remedies available to any or all of them which are otherwise imposed or available by Laws or Regulations, by special warranty or guarantee, or by other provisions of the Contract Documents. The provisions of this Paragraph will be as effective as if repeated specifically in the Contract Documents in connection with each particular duty, obligation, right, and remedy to which they apply. CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 35 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 35 of 35 14.04 Survival of Obligations All representations, indemnifications, warranties, and guarantees made in, required by, or given in accordance with the Contract Documents, as well as all continuing obligations indicated in the Contract Documents, will survive final payment, completion, and acceptance of the Work or termination or completion of the Contract or termination of the services of Contractor. 14.05 Headings Article and paragraph headings are inserted for convenience only and do not constitute parts of these General Conditions. CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 00 SUPPLEMENTARY CONDITIONS 0 000 Y [�]�DZIyLc�lh] SUPPLEMENTARY CONDITIONS TO GENERAL CONDITIONS Supplementary Conditions Page 1 of 7 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 June 5, 2024: Outstanding Right -Of -Way, and/or Easements to Be Acquired PARCEL OWNER NUMBER 049063937 BNSF TARGET DATE OF POSSESSION July 2024 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. SC-4.01A.2, "Availability of Lands" CITY OF FORT WORTH CATTLEMAN'S CROSSING FORCE MAIN & LIFT STATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN: 105377 Revised March 20, 2020 00 73 00 SUPPLEMENTARY CONDITIONS Page 2 of 7 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 June 5, 2024 EXPECTED UTILITY AND LOCATION TARGET DATE OF OWNER 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: A [list any kind of Technical document. If none then write "None' J Report No. , dated , prepared by [name of company preparing the report], [optional note when applicable] a sub - consultant of [name of the prime designer], a consultant of the City, providing additional information on [the subject the report is about] 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: [List each drawing applicable to this specific project: Sheet Title, Date, Firm prepared by. If none then write "None'] SC-4.06A., "Hazardous Environmental Conditions at Site" The following are reports and drawings of existing hazardous environmental conditions known to the City: None 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: Shield Engineering Group, PLLC (3) Other: None 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 CITY OF FORT WORTH CATTLEMAN'S CROSSING FORCE MAIN & LIFT STATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN: 105377 Revised March 20, 2020 00 73 00 SUPPLEMENTARY CONDITIONS Page 3 of 7 SC-5.04B., "Contractor's Insurance" 5.04B. Commercial General Liability, under Paragraph GC-5.0413. 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 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: (1) General Aggregate: N/A (2) Each Occurrence: N/A X Required for this Contract Not required for this Contract. With respect to the above outlined insurance requirements, the following shall govern: CITY OF FORT WORTH CATTLEMAN'S CROSSING FORCE MAIN & LIFT STATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN: 105377 Revised March 20, 2020 00 73 00 SUPPLEMENTARY CONDITIONS Page 4 of 7 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. SC-6.04., "Project Schedule" Project schedule shall be tier <1, 2, 3, 4, or 5> 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: CFW Horizontal Wage Rate Table A copy of the table is also available by accessing the City's website at: htti)s:Happs.fortworthtexas.2ov/Proi ectResources/ You can access the file by following the directory path: 02-Construction Documents/Specifications/Div00 — General Conditions SC-6.07 F., "Progress Payments" Include the following language, if allowing affidavit to be submitted on completion of job, instead of with each progress payment: Contractor shall submit an affidavit stating that the Contractor has complied with the requirements of Chapter 2258, Texas Government Code on completion of the job. SC-6.09., "Permits and Utilities" None CITY OF FORT WORTH CATTLEMAN'S CROSSING FORCE MAIN & LIFT STATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN: 105377 Revised March 20, 2020 00 73 00 SUPPLEMENTARY CONDITIONS Page 5 of 7 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: 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: 1. Encroachment agreement for crossing with BNSF Railroad 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 June 5, 2024 Outstanding Permits and/or Licenses to Be Acquired OWNER PERMIT OR LICENSE AND LOCATION TARGET DATE OF POSSESSION None SC-6.24B., "Title VI, Civil Rights Act of 1964 as amended" During the performance of this Contract, the Contractor, for itself, its assignees and successors in interest (hereinafter referred to as the "Contractor") agrees as follows: 1. Compliance with Regulations: The Contractor shall comply with the Regulation relative to nondiscrimination in Federally -assisted programs of the Department of Transportation (hereinafter, "DOT") Title 49, Code of Federal Regulations, Part 21, as they may be amended from time to time, (hereinafter referred to as the Regulations), which are herein incorporated by reference and made a part of this contract. 2. Nondiscrimination: The Contractor, with regard to the work performed by it during the contract, shall not discriminate on the grounds of race, color, or national origin, in the selection and retention of subcontractors, including procurements of materials and leases of equipment. The Contractor shall not participate either directly or indirectly in the discrimination prohibited by 49 CFR, section 21.5 of the Regulations, including employment practices when the contract covers a program set forth in Appendix B of the Regulations. 3. Solicitations for Subcontractors, Including Procurements of Materials and Equipment: In all solicitations either by competitive bidding or negotiation made by the contractor for work to be performed under a subcontract, including procurements of materials or leases of equipment, each potential subcontactor or supplier shall be notified by the Contractor of the Contractor's obligations under this contract and the Regulations relative to nondiscrimination on the grounds of race, color, or national origin. 4. Information and Reports: The Contractor shall provide all information and reports required by the Regulations or directives issued pursuant thereto, and shall permit access to its books, records, accounts, other sources of information and its facilities as may be determined by City or the Texas Department of Transportation to be pertinent to ascertain compliance with such Regulations, orders and instructions. Where any information required of a contractor is in the exclusive possession of another who fails or refuses to furnish this information the contractor shall so certify to the City, or the Texas Department of Transportation, as appropriate, and shall set forth what efforts it has made to obtain the information. CITY OF FORT WORTH CATTLEMAN'S CROSSING FORCE MAIN & LIFT STATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN: 105377 Revised March 20, 2020 00 73 00 SUPPLEMENTARY CONDITIONS Page 6 of 7 5. Sanctions for Noncompliance: In the event of the Contractor's noncompliance with the nondiscrimination provisions of this Contract, City shall impose such contract sanctions as it or the Texas Department of Transportation may determine to be appropriate, including, but not limited to: a. withholding of payments to the Contractor under the Contract until the Contractor complies, and/or b. cancellation, termination or suspension of the Contract, in whole or in part. 6. Incorporation of Provisions: The Contractor shall include the provisions of paragraphs (1) through (6) in every subcontract, including procurements of materials and leases of equipment, unless exempt by the Regulations, or directives issued pursuant thereto. The Contractor shall take such action with respect to any subcontract or procurement as City or the Texas Department of Transportation may direct as a means of enforcing such provisions including sanctions for non-compliance: Provided, however, that, in the event a contractor becomes involved in, or is threatened with, litigation with a subcontractor or supplier as a result of such direction, the contractor may request City to enter into such litigation to protect the interests of City, and, in addition, the contractor may request the United States to enter into such litigation to protect the interests of the United States. Additional Title VI requirements can be found in the Appendix. 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 None SC-8.01, "Communications to Contractor" None SC-9.01., "City's Project Manager" The City's Project Manager for this Contract is Sandip Adhikari, or his/her successor pursuant to written notification from the Director of Water Department. SC-13.03C., "Tests and Inspections" None SC-16.01C.1, "Methods and Procedures" None END OF SECTION CITY OF FORT WORTH CATTLEMAN'S CROSSING FORCE MAIN & LIFT STATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN: 105377 Revised March 20, 2020 00 73 00 SUPPLEMENTARY CONDITIONS Page 7 of 7 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. Magana 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 CITY OF FORT WORTH CATTLEMAN'S CROSSING FORCE MAIN & LIFT STATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN: 105377 Revised March 20, 2020 011100-1 DAP SUMMARY OF WORK SECTION 01 11 00 SUMMARY OF WORK PART1- GENERAL 1.1 SUMMARY A. Section Includes: Page 1 of 3 1. Summary of Work to be performed in accordance with the Contract Documents B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 - Bidding Requirements, Contract Forms, and Conditions of the Contract 2. Division 1 - General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment Work associated with this Item is considered subsidiary to the various items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Work Covered by Contract Documents 1. Work is to include furnishing all labor, materials, and equipment, and performing all Work necessary for this construction project as detailed in the Drawings and Specifications. B. Subsidiary Work Any and all Work specifically governed by documentary requirements for the project, such as conditions imposed by the Drawings or Contract Documents in which no specific item for bid has been provided for in the Proposal and the item is not a typical unit bid item included on the standard bid item list, then the item shall be considered as a subsidiary item of Work, the cost of which shall be included in the price bid in the Proposal for various bid items. C. Use of Premises 1. Coordinate uses of premises under direction of the City. 2. Assume full responsibility for protection and safekeeping of materials and equipment stored on the Site. Use and occupy only portions of the public streets and alleys, or other public places or other rights -of -way as provided for in the ordinances of the City, as shown in the Contract Documents, or as may be specifically authorized in writing by the City. a. A reasonable amount of tools, materials, and equipment for construction purposes may be stored in such space, but no more than is necessary to avoid delay in the construction operations. CITY OF FORT WORTH CATTLEMANS CROSSING LIFT STATION & FORCE MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — Developer Awarded Projects CPN.• 105377 Revised December 20, 2012 01 11 00 - 2 DAP SUMMARY OF WORK Page 2 of 3 b. Excavated and waste materials shall be stored in such a way as not to interfere with the use of spaces that may be designated to be left free and unobstructed and so as not to inconvenience occupants of adjacent property. c. If the street is occupied by railroad tracks, the Work shall be carried on in such manner as not to interfere with the operation of the railroad. 1) All Work shall be in accordance with railroad requirements set forth in Division 0 as well as the railroad permit. D. Work within Easements 1. Do not enter upon private property for any purpose without having previously obtained permission from the owner of such property. 2. Do not store equipment or material on private property unless and until the specified approval of the property owner has been secured in writing by the Contractor and a copy furnished to the City. 3. Unless specifically provided otherwise, clear all rights -of -way or easements of obstructions which must be removed to make possible proper prosecution of the Work as a part of the project construction operations. 4. Preserve and use every precaution to prevent damage to, all trees, shrubbery, plants, lawns, fences, culverts, curbing, and all other types of structures or improvements, to all water, sewer, and gas lines, to all conduits, overhead pole lines, or appurtenances thereof, including the construction of temporary fences and to all other public or private property adjacent to the Work. 5. Notify the proper representatives of the owners or occupants of the public or private lands of interest in lands which might be affected by the Work. a. Such notice shall be made at least 48 hours in advance of the beginning of the Work. b. Notices shall be applicable to both public and private utility companies and any corporation, company, individual, or other, either as owners or occupants, whose land or interest in land might be affected by the Work. c. Be responsible for all damage or injury to property of any character resulting from any act, omission, neglect, or misconduct in the manner or method or execution of the Work, or at any time due to defective work, material, or equipment. 6. Fence a. Restore all fences encountered and removed during construction of the Project to the original or a better than original condition. b. Erect temporary fencing in place of the fencing removed whenever the Work is not in progress and when the site is vacated overnight, and/or at all times to provide site security. c. The cost for all fence work within easements, including removal, temporary closures and replacement, shall be subsidiary to the various items bid in the project proposal, unless a bid item is specifically provided in the proposal. CITY OF FORT WORTH CATTLEMANS CROSSING LIFT STATION & FORCE MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — Developer Awarded Projects CPN.• 105377 Revised December 20, 2012 01 11 00 - 3 DAP SUMMARY OF WORK Page 3 of 3 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH CATTLEMANS CROSSING LIFT STATION & FORCE MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — Developer Awarded Projects CPN.• 105377 Revised December 20, 2012 012500-1 DAP SUBSTITUTION PROCEDURES SECTION 0125 00 SUBSTITUTION PROCEDURES PART1- GENERAL 1.1 SUMMARY A. Section Includes: Page 1 of 4 The procedure for requesting the approval of substitution of a product that is not equivalent to a product which is specified by descriptive or performance criteria or defined by reference to 1 or more of the following: a. Name of manufacturer b. Name of vendor c. Trade name d. Catalog number 2. Substitutions are not "or -equals". B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Request for Substitution - General 1. Within 30 days after award of Contract (unless noted otherwise), the City will consider formal requests from Contractor for substitution of products in place of those specified. 2. Certain types of equipment and kinds of material are described in Specifications by means of references to names of manufacturers and vendors, trade names, or catalog numbers. a. When this method of specifying is used, it is not intended to exclude from consideration other products bearing other manufacturer's or vendor's names, trade names, or catalog numbers, provided said products are "or -equals," as determined by City. 3. Other types of equipment and kinds of material may be acceptable substitutions under the following conditions: a. Or -equals are unavailable due to strike, discontinued production of products meeting specified requirements, or other factors beyond control of Contractor; or, CITY OF FORT WORTH CATTLEMANS CROSSING LIFT STATION & FORCE MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN.• 105377 Revised August 30, 2013 012500-2 DAP SUBSTITUTION PROCEDURES Page 2 of 4 b. Contractor proposes a cost and/or time reduction incentive to the City. 1.5 SUBMITTALS A. See Request for Substitution Form (attached) B. Procedure for Requesting Substitution 1. Substitution shall be considered only: a. After award of Contract b. Under the conditions stated herein 2. Submit 3 copies of each written request for substitution, including: a. Documentation 1) Complete data substantiating compliance of proposed substitution with Contract Documents 2) Data relating to changes in construction schedule, when a reduction is proposed 3) Data relating to changes in cost b. For products 1) Product identification a) Manufacturer's name b) Telephone number and representative contact name c) Specification Section or Drawing reference of originally specified product, including discrete name or tag number assigned to original product in the Contract Documents 2) Manufacturer's literature clearly marked to show compliance of proposed product with Contract Documents 3) Itemized comparison of original and proposed product addressing product characteristics including, but not necessarily limited to: a) Size b) Composition or materials of construction c) Weight d) Electrical or mechanical requirements 4) Product experience a) Location of past projects utilizing product b) Name and telephone number of persons associated with referenced projects knowledgeable concerning proposed product c) Available field data and reports associated with proposed product 5) Samples a) Provide at request of City. b) Samples become the property of the City. c. For construction methods: 1) Detailed description of proposed method 2) Illustration drawings C. Approval or Rejection 1. Written approval or rejection of substitution given by the City 2. City reserves the right to require proposed product to comply with color and pattern of specified product if necessary to secure design intent. 3. In the event the substitution is approved, if a reduction in cost or time results, it will be documented by Change Order. CITY OF FORT WORTH CATTLEMANS CROSSING LIFT STATION & FORCE MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN.• 105377 Revised August 30, 2013 012500-3 DAP SUBSTITUTION PROCEDURES Page 3 of 4 4. Substitution will be rejected if: a. Submittal is not through the Contractor with his stamp of approval b. Request is not made in accordance with this Specification Section c. In the Developer's opinion, acceptance will require substantial revision of the original design d. In the City's or Developer's opinion, substitution will not perform adequately the function consistent with the design intent 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE A. In making request for substitution or in using an approved product, the Contractor represents that the Contractor: 1. Has investigated proposed product, and has determined that it is adequate or superior in all respects to that specified, and that it will perform function for which it is intended 2. Will provide same guarantee for substitute item as for product specified 3. Will coordinate installation of accepted substitution into Work, to include building modifications if necessary, making such changes as may be required for Work to be complete in all respects 4. Waives all claims for additional costs related to substitution which subsequently arise 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH CATTLEMANS CROSSING LIFT STATION & FORCE MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN.• 105377 Revised August 30, 2013 012500-4 DAP SUBSTITUTION PROCEDURES Page 4 of 4 EXHIBIT A REQUEST FOR SUBSTITUTION FORM: PROJECT: DATE: We hereby submit for your consideration the following product instead of the specified item for the above project: SECTION PARAGRAPH SPECIFIED ITEM Proposed Substitution: Reason for Substitution: Include complete information on changes to Drawings and/or Specifications which proposed substitution will require for its proper installation. Fill in Blanks Below: A. Will the undersigned contractor pay for changes to the building design, including engineering and detailing costs caused by the requested substitution? B. What effect does substitution have on other trades? C. Differences between proposed substitution and specified item? D. Differences in product cost or product delivery time? E. Manufacturer's guarantees of the proposed and specified items are: Equal Better (explain on attachment) The undersigned states that the function, appearance and quality are equivalent or superior to the specified item. Submitted By: For Use by City Signature as noted Firm Address Date Telephone For Use by City: Approved City Recommended Recommended Not recommended Received late By Date Remarks Date Rej ected CITY OF FORT WORTH CATTLEMANS CROSSING LIFT STATION & FORCE MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN.• 105377 Revised August 30, 2013 013119-1 DAP PRECONSTRUCTION MEETING SECTION 01 31 19 PRECONSTRUCTION MEETING PART1- GENERAL 1.1 SUMMARY A. Section Includes: Page 1 of 3 1. Provisions for the preconstruction meeting to be held prior to the start of Work to clarify construction contract administration procedures B. Deviations from this City of Fort Worth Standard Specification 1. No construction schedule required unless requested by the City. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Coordination 1. Attend preconstruction meeting. 2. Representatives of Contractor, subcontractors and suppliers attending meetings shall be qualified and authorized to act on behalf of the entity each represents. 3. Meeting administered by City may be tape recorded. a. If recorded, tapes will be used to prepare minutes and retained by City for future reference. B. Preconstruction Meeting 1. A preconstruction meeting will be held within 14 days after the delivery of the distribution package to the City. a. The meeting will be scheduled and administered by the City. 2. The Project Representative will preside at the meeting, prepare the notes of the meeting and distribute copies of same to all participants who so request by fully completing the attendance form to be circulated at the beginning of the meeting. 3. Attendance shall include: a. Developer and Consultant b. Contractor's project manager c. Contractor's superintendent d. Any subcontractor or supplier representatives whom the Contractor may desire to invite or the City may request CITY OF FORT WORTH CATTLEMANS CROSSING LIFT STATION & FORCE MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN.• 105377 Revised August 30, 2013 01 31 19 - 2 DAP PRECONSTRUCTION MEETING Page 2 of 3 e. Other City representatives f. Others as appropriate 4. Preliminary Agenda may include: a. Introduction of Project Personnel b. General Description of Project c. Status of right-of-way, utility clearances, easements or other pertinent permits d. Contractor's work plan and schedule e. Contract Time f. Notice to Proceed g. Construction Staking h. Progress Payments i. Extra Work and Change Order Procedures j. Field Orders k. Disposal Site Letter for Waste Material 1. Insurance Renewals m. Payroll Certification n. Material Certifications and Quality Control Testing o. Public Safety and Convenience p. Documentation of Pre -Construction Conditions q. Weekend Work Notification r. Legal Holidays s. Trench Safety Plans t. Confined Space Entry Standards u. Coordination with the City's representative for operations of existing water systems v. Storm Water Pollution Prevention Plan w. Coordination with other Contractors x. Early Warning System y. Contractor Evaluation z. Special Conditions applicable to the project aa. Damages Claims bb. Submittal Procedures cc. Substitution Procedures dd. Correspondence Routing ee. Record Drawings ff. Temporary construction facilities gg. MBE/SBE procedures hh. Final Acceptance ii. Final Payment J. Questions or Comments CITY OF FORT WORTH CATTLEMANS CROSSING LIFT STATION & FORCE MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN.• 105377 Revised August 30, 2013 013119-3 DAP PRECONSTRUCTION MEETING Page 3 of 3 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH CATTLEMANS CROSSING LIFT STATION & FORCE MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN.• 105377 Revised August 30, 2013 013216-1 DAP CONSTRUCTION PROGRESS SCHEDULE Page 1 of 5 SECTION 0132 16 CONSTRUCTION PROGRESS SCHEDULE PART1- GENERAL 1.1 SUMMARY A. Section Includes: 1. General requirements for the preparation, submittal, updating, status reporting and management of the Construction Progress Schedule 2. Specific requirements are presented in the City of Fort Worth Schedule Guidance Document B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements IW4011[HrfW.1e177%'/u101e189ZIZy011117V A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES A. Definitions 1. Schedule Tiers a. Tier 1 - No schedule submittal required by contract. Small, brief duration projects b. Tier 2 - No schedule submittal required by contract, but will require some milestone dates. Small, brief duration projects c. Tier 3 - Schedule submittal required by contract as described in the Specification and herein. Majority of City projects, including all bond program projects d. Tier 4 - Schedule submittal required by contract as described in the Specification and herein. Large and/or complex projects with long durations 1) Examples: large water pump station project and associated pipeline with interconnection to another governmental entity e. Tier 5 - Schedule submittal required by contract as described in the Specification and herein. Large and/or very complex projects with long durations, high public visibility 1) Examples might include a water or wastewater treatment plant 2. Baseline Schedule - Initial schedule submitted before work begins that will serve as the baseline for measuring progress and departures from the schedule. 3. Progress Schedule - Monthly submittal of a progress schedule documenting progress on the project and any changes anticipated. CITY OF FORT WORTH CATTLEMANS CROSSING LIFT STATION & FORCE MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN.• 105377 Revised July 1, 2011 013216-2 DAP CONSTRUCTION PROGRESS SCHEDULE Page 2 of 5 4. Schedule Narrative - Concise narrative of the schedule including schedule changes, expected delays, key schedule issues, critical path items, etc B. Reference Standards 1. City of Fort Worth Schedule Guidance Document 1.4 ADMINISTRATIVE REQUIREMENTS A. Baseline Schedule 1. General a. Prepare a cost -loaded baseline Schedule using approved software and the Critical Path Method (CPM) as required in the City of Fort Worth Schedule Guidance Document. b. Review the draft cost -loaded baseline Schedule with the City to demonstrate understanding of the work to be performed and known issues and constraints related to the schedule. c. Designate an authorized representative (Project Scheduler) responsible for developing and updating the schedule and preparing reports. B. Progress Schedule 1. Update the progress Schedule monthly as required in the City of Fort Worth Schedule Guidance Document. 2. Prepare the Schedule Narrative to accompany the monthly progress Schedule. 3. Change Orders a. Incorporate approved change orders, resulting in a change of contract time, in the baseline Schedule in accordance with City of Fort Worth Schedule Guidance Document. C. Responsibility for Schedule Compliance 1. Whenever it becomes apparent from the current progress Schedule and CPM Status Report that delays to the critical path have resulted and the Contract completion date will not be met, or when so directed by the City, make some or all of the following actions at no additional cost to the City a. Submit a Recovery Plan to the City for approval revised baseline Schedule outlining: 1) A written statement of the steps intended to take to remove or arrest the delay to the critical path in the approved schedule 2) Increase construction manpower in such quantities and crafts as will substantially eliminate the backlog of work and return current Schedule to meet projected baseline completion dates 3) Increase the number of working hours per shift, shifts per day, working days per week, the amount of construction equipment, or any combination of the foregoing, sufficiently to substantially eliminate the backlog of work 4) Reschedule activities to achieve maximum practical concurrency of accomplishment of activities, and comply with the revised schedule 2. If no written statement of the steps intended to take is submitted when so requested by the City, the City may direct the Contractor to increase the level of effort in manpower (trades), equipment and work schedule (overtime, weekend and holiday work, etc.) to be employed by the Contractor in order to remove or arrest the delay to the critical path in the approved schedule. a. No additional cost for such work will be considered. CITY OF FORT WORTH CATTLEMANS CROSSING LIFT STATION & FORCE MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN.• 105377 Revised July 1, 2011 013216-3 DAP CONSTRUCTION PROGRESS SCHEDULE Page 3 of 5 D. The Contract completion time will be adjusted only for causes specified in this Contract. a. Requests for an extension of any Contract completion date must be supplemented with the following: 1) Furnish justification and supporting evidence as the City may deem necessary to determine whether the requested extension of time is entitled under the provisions of this Contract. a) The City will, after receipt of such justification and supporting evidence, make findings of fact and will advise the Contractor, in writing thereof. 2) If the City finds that the requested extension of time is entitled, the City's determination as to the total number of days allowed for the extensions shall be based upon the approved total baseline schedule and on all data relevant to the extension. a) Such data shall be included in the next updating of the Progress schedule. b) Actual delays in activities which, according to the Baseline schedule, do not affect any Contract completion date shown by the critical path in the network will not be the basis for a change therein. 2. Submit each request for change in Contract completion date to the City within 30 days after the beginning of the delay for which a time extension is requested but before the date of final payment under this Contract. a. No time extension will be granted for requests which are not submitted within the foregoing time limit. b. From time to time, it may be necessary for the Contract schedule or completion time to be adjusted by the City to reflect the effects of job conditions, weather, technical difficulties, strikes, unavoidable delays on the part of the City or its representatives, and other unforeseeable conditions which may indicate schedule adjustments or completion time extensions. 1) Under such conditions, the City will direct the Contractor to reschedule the work or Contract completion time to reflect the changed conditions and the Contractor shall revise his schedule accordingly. a) No additional compensation will be made to the Contractor for such schedule changes except for unavoidable overall contract time extensions beyond the actual completion of unaffected work, in which case the Contractor shall take all possible action to minimize any time extension and any additional cost to the City. b) Available float time in the Baseline schedule may be used by the City as well as by the Contractor. 3. Float or slack time is defined as the amount of time between the earliest start date and the latest start date or between the earliest finish date and the latest finish date of a chain of activities on the Baseline Schedule. a. Float or slack time is not for the exclusive use or benefit of either the Contractor or the City. b. Proceed with work according to early start dates, and the City shall have the right to reserve and apportion float time according to the needs of the project. CITY OF FORT WORTH CATTLEMANS CROSSING LIFT STATION & FORCE MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN.• 105377 Revised July 1, 2011 013216-4 DAP CONSTRUCTION PROGRESS SCHEDULE Page 4 of 5 c. Acknowledge and agree that actual delays, affecting paths of activities containing float time, will not have any effect upon contract completion times, providing that the actual delay does not exceed the float time associated with those activities. E. Coordinating Schedule with Other Contract Schedules 1. W ere work is to be performed under this Contract concurrently with or contingent upon work performed on the same facilities or area under other contracts, the Baseline Schedule shall be coordinated with the schedules of the other contracts. a. Obtain the schedules of the other appropriate contracts from the City for the preparation and updating of Baseline schedule and make the required changes in his schedule when indicated by changes in corresponding schedules. 2. In case of interference between the operations of different contractors, the City will determine the work priority of each contractor and the sequence of work necessary to expedite the completion of the entire Project. a. In such cases, the decision of the City shall be accepted as final. b. The temporary delay of any work due to such circumstances shall not be considered as justification for claims for additional compensation. 1.5 SUBMITTALS A. Baseline Schedule 1. Submit Schedule in native file format and pdf format as required in the City of Fort Worth Schedule Guidance Document. a. Native file format includes: 1) Primavera (P6 or Primavera Contractor) 2. Submit draft baseline Schedule to City prior to the pre -construction meeting and bring in hard copy to the meeting for review and discussion. B. Progress Schedule 1. Submit progress Schedule in native file format and pdf format as required in the City of Fort Worth Schedule Guidance Document. 2. Submit progress Schedule monthly no later than the last day of the month. C. Schedule Narrative 1. Submit the schedule narrative in pdf format as required in the City of Fort Worth Schedule Guidance Document. 2. Submit schedule narrative monthly no later than the last day of the month. D. Submittal Process 1. The City administers and manages schedules through Buzzsaw. 2. Contractor shall submit documents as required in the City of Fort Worth Schedule Guidance Document. 3. Once the project has been completed and Final Acceptance has been issued by the City, no further progress schedules are required. CITY OF FORT WORTH CATTLEMANS CROSSING LIFT STATION & FORCE MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN.• 105377 Revised July 1, 2011 013216-5 DAP CONSTRUCTION PROGRESS SCHEDULE Page 5 of 5 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE A. The person preparing and revising the construction Progress Schedule shall be experienced in the preparation of schedules of similar complexity. B. Schedule and supporting documents addressed in this Specification shall be prepared, updated and revised to accurately reflect the performance of the construction. C. Contractor is responsible for the quality of all submittals in this section meeting the standard of care for the construction industry for similar projects. 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH CATTLEMANS CROSSING LIFT STATION & FORCE MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN.• 105377 Revised July 1, 2011 013233-1 DAP PRECONSTRUCTION VIDEO Page 1 of 2 SECTION 0132 33 PRECONSTRUCTION VIDEO PART1- GENERAL 1.1 SUMMARY A. Section Includes: 1. Administrative and procedural requirements for: a. Preconstruction Videos B. Deviations from this City of Fort Worth Standard Specification 1. Though not mandatory, it is highly recommended on infill developer projects. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Preconstruction Video 1. Produce a preconstruction video of the site/alignment, including all areas in the vicinity of and to be affected by construction. a. Provide digital copy of video upon request by the City. 2. Retain a copy of the preconstruction video until the end of the maintenance surety period. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] CITY OF FORT WORTH CATTLEMANS CROSSING LIFT STATION & FORCE MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN.• 105377 Revised August 30, 2013 01 32 33 - 2 DAP PRECONSTRUCTION VIDEO Page 2 of 2 PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH CATTLEMANS CROSSING LIFT STATION & FORCE MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN.• 105377 Revised August 30, 2013 SECTION 0133 00 DAP SUBMITTALS PART1- GENERAL 1.1 SUMMARY A. Section Includes: 013300-1 DAP SUBMITTALS Page 1 of 8 General methods and requirements of submissions applicable to the following Work -related submittals: a. Shop Drawings b. Product Data (including Standard Product List submittals) c. Samples d. Mock Ups B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Coordination 1. Notify the City in writing, at the time of submittal, of any deviations in the submittals from the requirements of the Contract Documents. 2. Coordination of Submittal Times a. Prepare, prioritize and transmit each submittal sufficiently in advance of performing the related Work or other applicable activities, or within the time specified in the individual Work Sections, of the Specifications. b. Contractor is responsible such that the installation will not be delayed by processing times including, but not limited to: a) Disapproval and resubmittal (if required) b) Coordination with other submittals c) Testing d) Purchasing e) Fabrication f) Delivery g) Similar sequenced activities c. No extension of time will be authorized because of the Contractor's failure to transmit submittals sufficiently in advance of the Work. CITY OF FORT WORTH CATTLEMANS CROSSING LIFT STATION & FORCE MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN.• 105377 Revised August 30, 2013 013300-2 DAP SUBMITTALS Page 2 of 8 d. Make submittals promptly in accordance with approved schedule, and in such sequence as to cause no delay in the Work or in the work of any other contractor. B. Submittal Numbering When submitting shop drawings or samples, utilize a 9-character submittal cross- reference identification numbering system in the following manner: a. Use the first 6 digits of the applicable Specification Section Number. b. For the next 2 digits number use numbers 01-99 to sequentially number each initial separate item or drawing submitted under each specific Section number. c. Last use a letter, A-Z, indicating the resubmission of the same drawing (i.e. A=2nd submission, B=3rd submission, C=4th submission, etc.). A typical submittal number would be as follows: 03 30 00-08-B 1) 03 30 00 is the Specification Section for Concrete 2) 08 is the eighth initial submittal under this Specification Section 3) B is the third submission (second resubmission) of that particular shop drawing C. Contractor Certification Review shop drawings, product data and samples, including those by subcontractors, prior to submission to determine and verify the following: a. Field measurements b. Field construction criteria c. Catalog numbers and similar data d. Conformance with the Contract Documents 2. Provide each shop drawing, sample and product data submitted by the Contractor with a Certification Statement affixed including: a. The Contractor's Company name b. Signature of submittal reviewer c. Certification Statement 1) `By this submittal, I hereby represent that I have determined and verified field measurements, field construction criteria, materials, dimensions, catalog numbers and similar data and I have checked and coordinated each item with other applicable approved shop drawings." D. Submittal Format 1. Fold shop drawings larger than 8 '/2 inches x 11 inches to 8 '/2 inches x 11 inches. 2. Bind shop drawings and product data sheets together. 3. Order a. Cover Sheet 1) Description of Packet 2) Contractor Certification b. List of items / Table of Contents c. Product Data /Shop Drawings/Samples /Calculations E. Submittal Content 1. The date of submission and the dates of any previous submissions CITY OF FORT WORTH CATTLEMANS CROSSING LIFT STATION & FORCE MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN.• 105377 Revised August 30, 2013 013300-3 DAP SUBMITTALS Page 3 of 8 2. The Project title and number 3. Contractor identification 4. The names of: a. Contractor b. Supplier c. Manufacturer 5. Identification of the product, with the Specification Section number, page and paragraph(s) 6. Field dimensions, clearly identified as such 7. Relation to adjacent or critical features of the Work or materials 8. Applicable standards, such as ASTM or Federal Specification numbers 9. Identification by highlighting of deviations from Contract Documents 10. Identification by highlighting of revisions on resubmittals 11. An 8-inch x 3-inch blank space for Contractor and City stamps F. Shop Drawings 1. As specified in individual Work Sections includes, but is not necessarily limited to: a. Custom -prepared data such as fabrication and erection/installation (working) drawings b. Scheduled information c. Setting diagrams d. Actual shopwork manufacturing instructions e. Custom templates f. Special wiring diagrams g. Coordination drawings h. Individual system or equipment inspection and test reports including: 1) Performance curves and certifications i. As applicable to the Work 2. Details a. Relation of the various parts to the main members and lines of the structure b. Where correct fabrication of the Work depends upon field measurements 1) Provide such measurements and note on the drawings prior to submitting for approval. G. Product Data 1. For submittals of product data for products included on the City's Standard Product List, clearly identify each item selected for use on the Project. 2. For submittals of product data for products not included on the City's Standard Product List, submittal data may include, but is not necessarily limited to: a. Standard prepared data for manufactured products (sometimes referred to as catalog data) 1) Such as the manufacturer's product specification and installation instructions 2) Availability of colors and patterns 3) Manufacturer's printed statements of compliances and applicability 4) Roughing -in diagrams and templates 5) Catalog cuts 6) Product photographs CITY OF FORT WORTH CATTLEMANS CROSSING LIFT STATION & FORCE MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN.• 105377 Revised August 30, 2013 013300-4 DAP SUBMITTALS Page 4 of 8 7) Standard wiring diagrams 8) Printed performance curves and operational -range diagrams 9) Production or quality control inspection and test reports and certifications 10) Mill reports 11) Product operating and maintenance instructions and recommended spare -parts listing and printed product warranties 12) As applicable to the Work H. Samples As specified in individual Sections, include, but are not necessarily limited to: a. Physical examples of the Work such as: 1) Sections of manufactured or fabricated Work 2) Small cuts or containers of materials 3) Complete units of repetitively used products color/texture/pattern swatches and range sets 4) Specimens for coordination of visual effect 5) Graphic symbols and units of Work to be used by the City for independent inspection and testing, as applicable to the Work I. Do not start Work requiring a shop drawing, sample or product data nor any material to be fabricated or installed prior to the approval or qualified approval of such item. 1. Fabrication performed, materials purchased or on -site construction accomplished which does not conform to approved shop drawings and data is at the Contractor's risk. 2. The City will not be liable for any expense or delay due to corrections or remedies required to accomplish conformity. 3. Complete project Work, materials, fabrication, and installations in conformance with approved shop drawings, applicable samples, and product data. J. Submittal Distribution Electronic Distribution a. Confirm development of Project directory for electronic submittals to be uploaded to City's Buzzsaw site, or another external FTP site approved by the City. b. Shop Drawings 1) Upload submittal to designated project directory and notify appropriate City representatives via email of submittal posting. 2) Hard Copies a) 3 copies for all submittals b) If Contractor requires more than 1 hard copy of Shop Drawings returned, Contractor shall submit more than the number of copies listed above. c. Product Data 1) Upload submittal to designated project directory and notify appropriate City representatives via email of submittal posting. 2) Hard Copies a) 3 copies for all submittals d. Samples 1) Distributed to the Project Representative 2. Hard Copy Distribution (if required in lieu of electronic distribution) CITY OF FORT WORTH CATTLEMANS CROSSING LIFT STATION & FORCE MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN.• 105377 Revised August 30, 2013 013300-5 DAP SUBMITTALS Page 5 of 8 a. Shop Drawings 1) Distributed to the City 2) Copies a) 8 copies for mechanical submittals b) 7 copies for all other submittals c) If Contractor requires more than 3 copies of Shop Drawings returned, Contractor shall submit more than the number of copies listed above. b. Product Data 1) Distributed to the City 2) Copies a) 4 copies c. Samples 1) Distributed to the Project Representative 2) Copies a) Submit the number stated in the respective Specification Sections. Distribute reproductions of approved shop drawings and copies of approved product data and samples, where required, to the job site file and elsewhere as directed by the City. a. Provide number of copies as directed by the City but not exceeding the number previously specified. K. Submittal Review 1. The review of shop drawings, data and samples will be for general conformance with the design concept and Contract Documents. This is not to be construed as: a. Permitting any departure from the Contract requirements b. Relieving the Contractor of responsibility for any errors, including details, dimensions, and materials c. Approving departures from details furnished by the City, except as otherwise provided herein 2. The review and approval of shop drawings, samples or product data by the City does not relieve the Contractor from his/her responsibility with regard to the fulfillment of the terms of the Contract. a. All risks of error and omission are assumed by the Contractor, and the City will have no responsibility therefore. 3. The Contractor remains responsible for details and accuracy, for coordinating the Work with all other associated work and trades, for selecting fabrication processes, for techniques of assembly and for performing Work in a safe manner. 4. If the shop drawings, data or samples as submitted describe variations and show a departure from the Contract requirements which City finds to be in the interest of the City and to be so minor as not to involve a change in Contract Price or time for performance, the City may return the reviewed drawings without noting an exception. 5. Submittals will be returned to the Contractor under 1 of the following codes: a. Code 1 1) "NO EXCEPTIONS TAKEN" is assigned when there are no notations or comments on the submittal. a) When returned under this code the Contractor may release the equipment and/or material for manufacture. b. Code 2 CITY OF FORT WORTH CATTLEMANS CROSSING LIFT STATION & FORCE MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN.• 105377 Revised August 30, 2013 013300-6 DAP SUBMITTALS Page 6 of 8 1) "EXCEPTIONS NOTED". This code is assigned when a confirmation of the notations and comments IS NOT required by the Contractor. a) The Contractor may release the equipment or material for manufacture; however, all notations and comments must be incorporated into the final product. c. Code 3 1) "EXCEPTIONS NOTED/RESUBMIT". This combination of codes is assigned when notations and comments are extensive enough to require a resubmittal of the package. a) The Contractor may release the equipment or material for manufacture; however, all notations and comments must be incorporated into the final product. b) This resubmittal is to address all comments, omissions and non -conforming items that were noted. c) Resubmittal is to be received by the City within 15 Calendar Days of the date of the City's transmittal requiring the resubmittal. d. Code 4 1) "NOT APPROVED" is assigned when the submittal does not meet the intent of the Contract Documents. a) The Contractor must resubmit the entire package revised to bring the submittal into conformance. b) It may be necessary to resubmit using a different manufacturer/vendor to meet the Contract Documents. 6. Resubmittals a. Handled in the same manner as first submittals 1) Corrections other than requested by the City 2) Marked with revision triangle or other similar method a) At Contractor's risk if not marked b. Submittals for each item will be reviewed no more than twice at the City's expense. 1) All subsequent reviews will be performed at times convenient to the City and at the Contractor's expense, based on the City's or City Representative's then prevailing rates. 2) Provide Contractor reimbursement to the City within 30 Calendar Days for all such fees invoiced by the City. c. The need for more than 1 resubmission or any other delay in obtaining City's review of submittals, will not entitle the Contractor to an extension of Contract Time. 7. Partial Submittals a. City reserves the right to not review submittals deemed partial, at the City's discretion. b. Submittals deemed by the City to be not complete will be returned to the Contractor, and will be considered "Not Approved" until resubmitted. c. The City may at its option provide a list or mark the submittal directing the Contractor to the areas that are incomplete. 8. If the Contractor considers any correction indicated on the shop drawings to constitute a change to the Contract Documents, then written notice must be provided thereof to the Developer at least 7 Calendar Days prior to release for manufacture. CITY OF FORT WORTH CATTLEMANS CROSSING LIFT STATION & FORCE MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN:105377 Revised August 30, 2013 013300-7 DAP SUBMITTALS Page 7 of 8 9. When the shop drawings have been completed to the satisfaction of the City, the Contractor may carry out the construction in accordance therewith and no further changes therein except upon written instructions from the City. 10. Each submittal, appropriately coded, will be returned within 30 Calendar Days following receipt of submittal by the City. L. Mock ups 1. Mock Up units as specified in individual Sections, include, but are not necessarily limited to, complete units of the standard of acceptance for that type of Work to be used on the Project. Remove at the completion of the Work or when directed. M. Qualifications 1. If specifically required in other Sections of these Specifications, submit a P.E. Certification for each item required. N. Request for Information (RFI) 1. Contractor Request for additional information a. Clarification or interpretation of the contract documents b. When the Contractor believes there is a conflict between Contract Documents c. When the Contractor believes there is a conflict between the Drawings and Specifications 1) Identify the conflict and request clarification 2. Sufficient information shall be attached to permit a written response without further information. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] CITY OF FORT WORTH CATTLEMANS CROSSING LIFT STATION & FORCE MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN.• 105377 Revised August 30, 2013 013300-8 DAP SUBMITTALS Page 8 of 8 PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] 1040IZI]wlX40Y1.130 Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 D. Johnson 1.4.K.8. Working Days modified to Calendar Days CITY OF FORT WORTH CATTLEMANS CROSSING LIFT STATION & FORCE MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN.• 105377 Revised August 30, 2013 0135 13- 1 DAP SPECIAL PROJECT PROCEDURES Page 1 of 7 1 SECTION 0135 13 2 SPECIAL PROJECT PROCEDURES 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. The procedures for special project circumstances that includes, but is not limited to: 7 a. Coordination with the Texas Department of Transportation 8 b. Work near High Voltage Lines 9 c. Confined Space Entry Program 10 d. Air Pollution Watch Days 11 e. Use of Explosives, Drop Weight, Etc. 12 £ Water Department Notification 13 g. Public Notification Prior to Beginning Construction 14 h. Coordination with United States Army Corps of Engineers 15 i. Coordination within Railroad permits areas 16 j. Dust Control 17 k. Employee Parking 18 B. Deviations from this City of Fort Worth Standard Specification 19 1. None. 20 C. Related Specification Sections include, but are not necessarily limited to: 21 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 22 2. Division 1 — General Requirements 23 3. Section 33 12 25 — Connection to Existing Water Mains 24 25 1.2 REFERENCES 26 A. Reference Standards 27 1. Reference standards cited in this Specification refer to the current reference 28 standard published at the time of the latest revision date logged at the end of this 29 Specification, unless a date is specifically cited. 30 2. Health and Safety Code, Title 9. Safety, Subtitle A. Public Safety, Chapter 752. 31 High Voltage Overhead Lines. 32 3. North Central Texas Council of Governments (NCTCOG) — Clean Construction 33 Specification 34 1.3 ADMINISTRATIVE REQUIREMENTS 35 A. Coordination with the Texas Department of Transportation 36 1. When work in the right-of-way which is under the jurisdiction of the Texas 37 Department of Transportation (TxDOT): 38 a. Notify the Texas Department of Transportation prior to commencing any work 39 therein in accordance with the provisions of the permit CITY OF FORT WORTH CATTLEMAN'S CROSSING LIFT STATION & FORCE MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN: 105377 Revised August, 30, 2013 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 013513-2 DAP SPECIAL PROJECT PROCEDURES Page 2 of 7 b. All work performed in the TxDOT right-of-way shall be performed in compliance with and subject to approval from the Texas Department of Transportation B. Work near High Voltage Lines 1. Regulatory Requirements a. All Work near High Voltage Lines (more than 600 volts measured between conductors or between a conductor and the ground) shall be in accordance with Health and Safety Code, Title 9, Subtitle A, Chapter 752. 2. Warning sign a. Provide sign of sufficient size meeting all OSHA requirements. 3. Equipment operating within 10 feet of high voltage lines will require the following safety features a. Insulating cage -type of guard about the boom or arm b. Insulator links on the lift hook connections for back hoes or dippers c. Equipment must meet the safety requirements as set forth by OSHA and the safety requirements of the owner of the high voltage lines 4. Work within 6 feet of high voltage electric lines a. Notification shall be given to: 1) The power company (example: ONCOR) a) Maintain an accurate log of all such calls to power company and record action taken in each case. b. Coordination with power company 1) After notification coordinate with the power company to: a) Erect temporary mechanical barriers, de -energize the lines, or raise or lower the lines c. No personnel may work within 6 feet of a high voltage line before the above requirements have been met. C. Confined Space Entry Program 1. Provide and follow approved Confined Space Entry Program in accordance with OSHA requirements. 2. Confined Spaces include: a. Manholes b. All other confined spaces in accordance with OSHA's Permit Required for Confined Spaces D. Use of Explosives, Drop Weight, Etc. 1. When Contract Documents permit on the project the following will apply: a. Public Notification 1) Submit notice to City and proof of adequate insurance coverage, 24 hours prior to commencing. 2) Minimum 24 hour public notification in accordance with Section 0131 13 E. Water Department Coordination 1. During the construction of this project, it will be necessary to deactivate, for a period of time, existing lines. The Contractor shall be required to coordinate with the Water Department to determine the best times for deactivating and activating those lines. CITY OF FORT WORTH CATTLEMAN'S CROSSING LIFT STATION & FORCE MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN: 105377 Revised August, 30, 2013 013513-3 DAP SPECIAL PROJECT PROCEDURES Page 3 of 7 1 2. Coordinate any event that will require connecting to or the operation of an existing 2 City water line system with the City's representative. 3 a. Coordination shall be in accordance with Section 33 12 25. 4 b. If needed, obtain a hydrant water meter from the Water Department for use 5 during the life of named project. 6 c. In the event that a water valve on an existing live system be turned off and on 7 to accommodate the construction of the project is required, coordinate this 8 activity through the appropriate City representative. 9 1) Do not operate water line valves of existing water system. 10 a) Failure to comply will render the Contractor in violation of Texas Penal 11 Code Title 7, Chapter 28.03 (Criminal Mischief) and the Contractor 12 will be prosecuted to the full extent of the law. 13 b) In addition, the Contractor will assume all liabilities and 14 responsibilities as a result of these actions. 15 F. Public Notification Prior to Beginning Construction 16 1. Prior to beginning construction on any block in the project, on a block by block 17 basis, prepare and deliver a notice or flyer of the pending construction to the front 18 door of each residence or business that will be impacted by construction. The notice 19 shall be prepared as follows: 20 a. Post notice or flyer 7 days prior to beginning any construction activity on each 21 block in the project area. 22 1) Prepare flyer on the Contractor's letterhead and include the following 23 information: 24 a) Name of Project 25 b) City Project No (CPN) 26 c) Scope of Project (i.e. type of construction activity) 27 d) Actual construction duration within the block 28 e) Name of the contractor's foreman and phone number 29 f) Name of the City's inspector and phone number 30 g) City's after-hours phone number 31 2) A sample of the `pre -construction notification' flyer is attached as Exhibit 32 A. 33 3) Submit schedule showing the construction start and finish time for each 34 block of the project to the inspector. 35 4) Deliver flyer to the City Inspector for review prior to distribution. 36 b. No construction will be allowed to begin on any block until the flyer is 37 delivered to all residents of the block. 38 G. Public Notification of Temporary Water Service Interruption during Construction 39 1. In the event it becomes necessary to temporarily shut down water service to 40 residents or businesses during construction, prepare and deliver a notice or flyer of 41 the pending interruption to the front door of each affected resident. 42 2. Prepared notice as follows: 43 a. The notification or flyer shall be posted 24 hours prior to the temporary 44 interruption. 45 b. Prepare flyer on the contractor's letterhead and include the following 46 information: 47 1) Name of the project 48 2) City Project Number CITY OF FORT WORTH CATTLEMAN'S CROSSING LIFT STATION & FORCE MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN: 105377 Revised August, 30, 2013 0135 13 - 4 DAP SPECIAL PROJECT PROCEDURES Page 4 of 7 1 3) Date of the interruption of service 2 4) Period the interruption will take place 3 5) Name of the contractor's foreman and phone number 4 6) Name of the City's inspector and phone number 5 c. A sample of the temporary water service interruption notification is attached as 6 Exhibit B. 7 d. Deliver a copy of the temporary interruption notification to the City inspector 8 for review prior to being distributed. 9 e. No interruption of water service can occur until the flyer has been delivered to 10 all affected residents and businesses. 11 f. Electronic versions of the sample flyers can be obtained from the Project 12 Construction Inspector. 13 H. Coordination with United States Army Corps of Engineers (USACE) 14 1. At locations in the Project where construction activities occur in areas where 15 USACE permits are required, meet all requirements set forth in each designated 16 permit. 17 I. Coordination within Railroad Permit Areas 18 1. At locations in the project where construction activities occur in areas where 19 railroad permits are required, meet all requirements set forth in each designated 20 railroad permit. This includes, but is not limited to, provisions for: 21 a. Flagmen 22 b. Inspectors 23 c. Safety training 24 d. Additional insurance 25 e. Insurance certificates 26 f. Other employees required to protect the right-of-way and property of the 27 Railroad Company from damage arising out of and/or from the construction of 28 the project. Proper utility clearance procedures shall be used in accordance 29 with the permit guidelines. 30 2. Obtain any supplemental information needed to comply with the railroad's 31 requirements. 32 J. Dust Control 33 1. Use acceptable measures to control dust at the Site. 34 a. If water is used to control dust, capture and properly dispose of waste water. 35 b. If wet saw cutting is performed, capture and properly dispose of slurry. 36 K. Employee Parking 37 1. Provide parking for employees at locations approved by the City. 38 L. {Coordination with North Central Texas Council of Governments (NCTCOG) Clean 39 Construction Specification [if required for the project] 40 1. Comply with equipment, operational, reporting and enforcement requirements set 41 forth in NCTCOG's Clean Construction Specification.} CITY OF FORT WORTH CATTLEMAN'S CROSSING LIFT STATION & FORCE MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN: 105377 Revised August, 30, 2013 013513-5 DAP SPECIAL PROJECT PROCEDURES Page 5 of 7 1 1.4 SUBMITTALS [NOT USED] 2 1.5 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 3 1.6 CLOSEOUT SUBMITTALS [NOT USED] 4 1.7 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 5 1.8 QUALITY ASSURANCE [NOT USED] 6 1.9 DELIVERY, STORAGE, AND HANDLING [NOT USED] 7 1.10 FIELD [SITE] CONDITIONS [NOT USED] 8 1.11 WARRANTY [NOT USED] 9 PART 2 - PRODUCTS [NOT USED] 10 PART 3 - EXECUTION [NOT USED] 11 END OF SECTION 12 13 Revision Log DATE NAME SUMMARY OF CHANGE 1.3.13— Added requirement of compliance with Health and Safety Code, Title 9. 8/31/2012 D. Johnson Safety, Subtitle A. Public Safety, Chapter 752. High Voltage Overhead Lines. CITY OF FORT WORTH CATTLEMAN'S CROSSING LIFT STATION & FORCE MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN: 105377 Revised August, 30, 2013 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 01 35 13 - 6 DAP SPECIAL PROJECT PROCEDURES Page 6 of 7 EXHIBIT A (To be printed on Contractor's Letterhead) Date: CPN No.: Project Name: Mapsco Location: Limits of Construction: THIS IS TO INFORM YOU THAT UNDER A CONTRACT WITH THE CITY OF FORT WORTH, OUR COMPANY WILL WORK ON UTILITY LINES ON OR AROUND YOUR PROPERTY. CONSTRUCTION WILL BEGIN APPROXIMATELY SEVEN DAYS FROM THE DATE OF THIS NOTICE. IF YOU HAVE QUESTIONS ABOUT ACCESS, SECURITY, SAFETY OR ANY OTHER ISSUE, PLEASE CALL: Mr. <CONTRACTOR'S SUPERINTENDENT> AT <TELEPHONE NO.> OR Mr. <CITY INSPECTOR> AT < TELEPHONE NO.> AFTER 4:30 PM OR ON WEEKENDS, PLEASE CALL (817) 392 8306 PLEASE KEEP THIS FLYER HANDY WHEN YOU CALL CITY OF FORT WORTH CATTLEMAN'S CROSSING LIFT STATION & FORCE MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN: 105377 Revised August, 30, 2013 013513-7 DAP SPECIAL PROJECT PROCEDURES Page 7 of 7 I EXHIBIT B 2 FORT WORTH �: nag "0. xxxx �,� :: NOTICE OF TEMPORARY WATER SERVICE INTERRUPTION DUE TO UTILITY IMPROVEMENTS IN YOUR NEIGHBORHOOD, YOUR WATER SERVICE WILL RE INTERRUPTED ON BETWEEN THE HOURS OF AND IF YOU HAVE QUESTIONS ABOUT THIS SHUT -OUT, PLEASE CALL: MR. AT (CONTRACTORS SUPERINTENDENT) (TELEPHONE NUMBER) OR MR. AT (CITY INSPECTOR) (TELEPHONE NUMBER) THIS INCONVENIENCE WILL BE AS SHORT AS POSSIBLE. THANK YOU, 3 — 4 ,CONTRACTOR CITY OF FORT WORTH CATTLEMAN'S CROSSING LIFT STATION & FORCE MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN: 105377 Revised August, 30, 2013 01 45 23 DAP TESTING AND INSPECTION SERVICES Page 1 of 2 SECTION 0145 23 TESTING AND INSPECTION SERVICES PART1- GENERAL 1.1 SUMMARY A. Section Includes: 1. Testing and inspection services procedures and coordination B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. a. Contractor is responsible for performing, coordinating, and payment of all Quality Control testing. b. City is responsible for performing and payment for first set of Quality Assurance testing. 1) If the first Quality Assurance test performed by the City fails, the Contractor is responsible for payment of subsequent Quality Assurance testing until a passing test occurs. a) Final acceptance will not be issued by City until all required payments for testing by Contractor have been paid in full. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Testing 1. Complete testing in accordance with the Contract Documents. 2. Coordination a. When testing is required to be performed by the City, notify City, sufficiently in advance, when testing is needed. b. When testing is required to be completed by the Contractor, notify City, sufficiently in advance, that testing will be performed. 3. Distribution of Testing Reports a. Electronic Distribution 1) Confirm development of Project directory for electronic submittals to be uploaded to the City's document management system, or another form of distribution approved by the City. CITY OF FORT WORTH CATTLEMANS CROSSING LIFT STATION & FORCE MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN.• 105377 Revised March 20, 2020 01 45 23 DAP TESTING AND INSPECTION SERVICES Page 2 of 2 2) Upload test reports to designated project directory and notify appropriate City representatives via email of submittal posting. 3) Hard Copies a) 1 copy for all submittals submitted to the Project Representative b. Hard Copy Distribution (if required in lieu of electronic distribution) 1) Tests performed by City a) Distribute 1 hard copy to the Contractor 2) Tests performed by the Contractor a) Distribute 3 hard copies to City's Project Representative 4. Provide City's Project Representative with trip tickets for each delivered load of Concrete or Lime material including the following information: a. Name of pit b. Date of delivery c. Material delivered B. Inspection 1. Inspection or lack of inspection does not relieve the Contractor from obligation to perform work in accordance with the Contract Documents. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 03/20/2020 D.V. Magaiia Removed reference to Buzzsaw and noted that electronic submittals be uploaded through the City's document management system. CITY OF FORT WORTH CATTLEMANS CROSSING LIFT STATION & FORCE MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN.• 105377 Revised March 20, 2020 015000-1 DAP TEMPORARY FACILITIES AND CONTROLS Page 1 of 4 SECTION 0150 00 TEMPORARY FACILITIES AND CONTROLS PART1- GENERAL 1.1 SUMMARY A. Section Includes: Provide temporary facilities and controls needed for the Work including, but not necessarily limited to: a. Temporary utilities b. Sanitary facilities c. Storage Sheds and Buildings d. Dust control e. Temporary fencing of the construction site B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Temporary Utilities 1. Obtaining Temporary Service a. Make arrangements with utility service companies for temporary services. b. Abide by rules and regulations of utility service companies or authorities having jurisdiction. c. Be responsible for utility service costs until Work is approved for Final Acceptance. 1) Included are fuel, power, light, heat and other utility services necessary for execution, completion, testing and initial operation of Work. 2. Water a. Contractor to provide water required for and in connection with Work to be performed and for specified tests of piping, equipment, devices or other use as required for the completion of the Work. b. Provide and maintain adequate supply of potable water for domestic consumption by Contractor personnel and City's Project Representatives. c. Coordination 1) Contact City 1 week before water for construction is desired CITY OF FORT WORTH CATTLEMANS CROSSING LIFT STATION & FORCE MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN.• 105377 Revised JULY 1, 2011 01 50 00 - 2 DAP TEMPORARY FACILITIES AND CONTROLS Page 2 of 4 d. Contractor Payment for Construction Water 1) Obtain construction water meter from City for payment as billed by City's established rates. 3. Electricity and Lighting a. Provide and pay for electric powered service as required for Work, including testing of Work. 1) Provide power for lighting, operation of equipment, or other use. b. Electric power service includes temporary power service or generator to maintain operations during scheduled shutdown. 4. Telephone a. Provide emergency telephone service at Site for use by Contractor personnel and others performing work or furnishing services at Site. 5. Temporary Heat and Ventilation a. Provide temporary heat as necessary for protection or completion of Work. b. Provide temporary heat and ventilation to assure safe working conditions. B. Sanitary Facilities 1. Provide and maintain sanitary facilities for persons on Site. a. Comply with regulations of State and local departments of health. 2. Enforce use of sanitary facilities by construction personnel at job site. a. Enclose and anchor sanitary facilities. b. No discharge will be allowed from these facilities. c. Collect and store sewage and waste so as not to cause nuisance or health problem. d. Haul sewage and waste off -site at no less than weekly intervals and properly dispose in accordance with applicable regulation. 3. Locate facilities near Work Site and keep clean and maintained throughout Project. 4. Remove facilities at completion of Project C. Storage Sheds and Buildings 1. Provide adequately ventilated, watertight, weatherproof storage facilities with floor above ground level for materials and equipment susceptible to weather damage. 2. Storage of materials not susceptible to weather damage may be on blocks off ground. 3. Store materials in a neat and orderly manner. a. Place materials and equipment to permit easy access for identification, inspection and inventory. 4. Equip building with lockable doors and lighting, and provide electrical service for equipment space heaters and heating or ventilation as necessary to provide storage environments acceptable to specified manufacturers. 5. Fill and grade site for temporary structures to provide drainage away from temporary and existing buildings. 6. Remove building from site prior to Final Acceptance. D. Temporary Fencing Provide and maintain for the duration or construction when required in contract documents E. Dust Control CITY OF FORT WORTH CATTLEMANS CROSSING LIFT STATION & FORCE MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN.• 105377 Revised JULY 1, 2011 01 50 00 - 3 DAP TEMPORARY FACILITIES AND CONTROLS Page 3 of 4 1. Contractor is responsible for maintaining dust control through the duration of the project. a. Contractor remains on -call at all times b. Must respond in a timely manner F. Temporary Protection of Construction 1. Contractor or subcontractors are responsible for protecting Work from damage due to weather. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 INSTALLATION A. Temporary Facilities 1. Maintain all temporary facilities for duration of construction activities as needed. 3.5 [REPAIR] / [RESTORATION] 3.6 RE -INSTALLATION 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES A. Temporary Facilities CITY OF FORT WORTH CATTLEMANS CROSSING LIFT STATION & FORCE MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN:105377 Revised JULY 1, 2011 01 50 00 - 4 DAP TEMPORARY FACILITIES AND CONTROLS Page 4 of 4 1. Remove all temporary facilities and restore area after completion of the Work, to a condition equal to or better than prior to start of Work. 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH CATTLEMANS CROSSING LIFT STATION & FORCE MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN.• 105377 Revised JULY 1, 2011 015526-1 DAP STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL Page 1 of 3 SECTION 0155 26 STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL PART1- GENERAL 1.1 SUMMARY A. Section Includes: 1. Administrative procedures for: a. Street Use Permit b. Modification of approved traffic control c. Removal of Street Signs B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 3. Section 34 71 13 — Traffic Control 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES A. Reference Standards 1. Reference standards cited in this specification refer to the current reference standard published at the time of the latest revision date logged at the end of this specification, unless a date is specifically cited. 2. Texas Manual on Uniform Traffic Control Devices (TMUTCD). 1.4 ADMINISTRATIVE REQUIREMENTS A. Traffic Control 1. General a. When traffic control plans are included in the Drawings, provide Traffic Control in accordance with Drawings and Section 34 71 13. b. When traffic control plans are not included in the Drawings, prepare traffic control plans in accordance with Section 34 71 13 and submit to City for review. 1) Allow minimum 10 working days for review of proposed Traffic Control. B. Street Use Permit 1. Prior to installation of Traffic Control, a City Street Use Permit is required. a. To obtain Street Use Permit, submit Traffic Control Plans to City Transportation and Public Works Department. CITY OF FORT WORTH CATTLEMANS CROSSING LIFT STATION & FORCE MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN.• 105377 Revised July 1, 2011 015526-2 DAP STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL Page 2 of 3 1) Allow a minimum of 5 working days for permit review. 2) Contractor's responsibility to coordinate review of Traffic Control plans for Street Use Permit, such that construction is not delayed. C. Modification to Approved Traffic Control Prior to installation traffic control: a. Submit revised traffic control plans to City Department Transportation and Public Works Department. 1) Revise Traffic Control plans in accordance with Section 34 71 13. 2) Allow minimum 5 working days for review of revised Traffic Control. 3) It is the Contractor's responsibility to coordinate review of Traffic Control plans for Street Use Permit, such that construction is not delayed. D. Removal of Street Sign 1. If it is determined that a street sign must be removed for construction, then contact City Transportation and Public Works Department, Signs and Markings Division to remove the sign. E. Temporary Signage 1. In the case of regulatory signs, replace permanent sign with temporary sign meeting requirements of the latest edition of the Texas Manual on Uniform Traffic Control Devices (MUTCD). 2. Install temporary sign before the removal of permanent sign. 3. When construction is complete, to the extent that the permanent sign can be reinstalled, contact the City Transportation and Public Works Department, Signs and Markings Division, to reinstall the permanent sign. F. Traffic Control Standards 1. Traffic Control Standards can be found on the City's Buzzsaw website. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION CITY OF FORT WORTH CATTLEMANS CROSSING LIFT STATION & FORCE MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN.• 105377 Revised July 1, 2011 015526-3 DAP STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL Page 3 of 3 Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH CATTLEMANS CROSSING LIFT STATION & FORCE MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN.• 105377 Revised July 1, 2011 015713-1 DAP STORM WATER POLLUTION PREVENTION Page 1 of 3 SECTION 0157 13 STORM WATER POLLUTION PREVENTION PART1- GENERAL 1.1 SUMMARY A. Section Includes: 1. Procedures for Storm Water Pollution Prevention Plans B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 3. Section 3125 00 — Erosion and Sediment Control 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Construction Activities resulting in less than 1 acre of disturbance a. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 2. Construction Activities resulting in greater than 1 acre of disturbance a. Measurement and Payment shall be in accordance with Section 3125 00. 1.3 REFERENCES A. Abbreviations and Acronyms 1. Notice of Intent: NOI 2. Notice of Termination: NOT 3. Storm Water Pollution Prevention Plan: SWPPP 4. Texas Commission on Environmental Quality: TCEQ 5. Notice of Change: NOC A. Reference Standards 1. Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification, unless a date is specifically cited. 2. Integrated Storm Management (iSWM) Technical Manual for Construction Controls 1.4 ADMINISTRATIVE REQUIREMENTS A. General 1. Contractor is responsible for resolution and payment of any fines issued associated with compliance to Stormwater Pollution Prevention Plan. CITY OF FORT WORTH CATTLEMANS CROSSING LIFT STATION & FORCE MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN.• 105377 Revised July 1, 2011 01 57 13 - 2 DAP STORM WATER POLLUTION PREVENTION Page 2 of 3 B. Construction Activities resulting in: 1. Less than 1 acre of disturbance a. Provide erosion and sediment control in accordance with Section 3125 00 and Drawings. 2. 1 to less than 5 acres of disturbance a. Texas Pollutant Discharge Elimination System (TPDES) General Construction Permit is required b. Complete SWPPP in accordance with TCEQ requirements 1) TCEQ Small Construction Site Notice Required under general permit TXR150000 a) Sign and post at job site b) Prior to Preconstruction Meeting, send 1 copy to City Department of Transportation and Public Works, Environmental Division, (817) 392- 6088. 2) Provide erosion and sediment control in accordance with: a) Section 3125 00 b) The Drawings c) TXR150000 General Permit d) SWPPP e) TCEQ requirements 5 acres or more of Disturbance a. Texas Pollutant Discharge Elimination System (TPDES) General Construction Permit is required b. Complete SWPPP in accordance with TCEQ requirements 1) Prepare a TCEQ NOI form and submit to TCEQ along with required fee a) Sign and post at job site b) Send copy to City Department of Transportation and Public Works, Environmental Division, (817) 392-6088. 2) TCEQ Notice of Change required if making changes or updates to NOI 3) Provide erosion and sediment control in accordance with: a) Section 3125 00 b) The Drawings c) TXR150000 General Permit d) SWPPP e) TCEQ requirements 4) Once the project has been completed and all the closeout requirements of TCEQ have been met a TCEQ Notice of Termination can be submitted. a) Send copy to City Department of Transportation and Public Works, Environmental Division, (817) 392-6088. 1.5 SUBMITTALS A. SWPPP 1. Submit in accordance with Section 0133 00, except as stated herein. a. Prior to the Preconstruction Meeting, submit a draft copy of SWPPP to the City as follows: 1) 1 copy to the City Project Manager a) City Project Manager will forward to the City Department of Transportation and Public Works, Environmental Division for review CITY OF FORT WORTH CATTLEMANS CROSSING LIFT STATION & FORCE MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN.• 105377 Revised July 1, 2011 0157 13 -3 DAP STORM WATER POLLUTION PREVENTION Page 3 of 3 B. Modified SWPPP 1. If the SWPPP is revised during construction, resubmit modified SWPPP to the City in accordance with Section 0133 00. 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH CATTLEMANS CROSSING LIFT STATION & FORCE MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN.• 105377 Revised July 1, 2011 015813-1 DAP TEMPORARY PROJECT SIGNAGE Page 1 of 3 SECTION 0158 13 TEMPORARY PROJECT SIGNAGE PART1- GENERAL 1.1 SUMMARY A. Section Includes: 1. Temporary Project Signage Requirements B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART2- PRODUCTS 2.1 OWNER -FURNISHED [oR] OWNER-SUPPLIEDPRODUCTS [NOT USED] 2.2 EQUIPMENT, PRODUCT TYPES, AND MATERIALS A. Design Criteria 1. Provide free standing Project Designation Sign in accordance with City's Standard Details for project signs. CITY OF FORT WORTH CATTLEMANS CROSSING LIFT STATION & FORCE MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN.• 105377 Revised April 7, 2014 01 58 13 - 2 DAP TEMPORARY PROJECT SIGNAGE Page 2 of 3 B. Materials 1. Sign a. Constructed of 3/4-inch fir plywood, grade A-C (exterior) or better 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 INSTALLATION A. General 1. Provide vertical installation at extents of project. 2. Relocate sign as needed, upon request of the City. B. Mounting options a. Skids b. Posts c. Barricade 3.5 REPAIR / RESTORATION [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE A. General 1. Maintenance will include painting and repairs as needed or directed by the City. 3.14 ATTACHMENTS [NOT USED] END OF SECTION CITY OF FORT WORTH CATTLEMANS CROSSING LIFT STATION & FORCE MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN:105377 Revised April 7, 2014 0158 13 -3 DAP TEMPORARY PROJECT SIGNAGE Page 3 of 3 Revision Log DATE NAME SUMMARY OF CHANGE 4/7/2014 M. Domenech Revised for DAP application CITY OF FORT WORTH CATTLEMANS CROSSING LIFT STATION & FORCE MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN.• 105377 Revised April 7, 2014 SECTION 0160 00 PRODUCT REQUIREMENTS PART1- GENERAL 1.1 SUMMARY A. Section Includes: 01 60 00 DAP PRODUCT REQUIREMENTS Page 1 of 2 1. References for Product Requirements and City Standard Products List B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 1.2 PRICE AND PAYMENT PROCEDURES [NOT USED] 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A list of City approved products for use is available through the City's website at: httDs://apps.fortworthtexas.2ov/ProiectResources/ and following the directory path: 02 - Construction Documents\Standard Products List A. Only products specifically included on City's Standard Product List in these Contract Documents shall be allowed for use on the Project. 1. Any subsequently approved products will only be allowed for use upon specific approval by the City. B. Any specific product requirements in the Contract Documents supersede similar products included on the City's Standard Product List. 1. The City reserves the right to not allow products to be used for certain projects even though the product is listed on the City's Standard Product List. C. Although a specific product is included on City's Standard Product List, not all products from that manufacturer are approved for use, including but not limited to, that manufacturer's standard product. D. See Section 0133 00 for submittal requirements of Product Data included on City's Standard Product List. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] CITY OF FORT WORTH CATTLEMANS CROSSING LIFT STATION & FORCE MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN.• 105377 Revised March 20, 2020 01 60 00 DAP PRODUCT REQUIREMENTS Page 2 of 2 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 10/12/12 D. Johnson Modified Location of City's Standard Product List 4/7/2014 M.Domenech Revised for DAP application 03/20/2020 D.V. Magana Removed reference to Buzzsaw and noted that the City approved products list is accessible through the City's website. CITY OF FORT WORTH CATTLEMANS CROSSING LIFT STATION & FORCE MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN.• 105377 Revised March 20, 2020 016600-1 DAP PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 1 of 4 SECTION 0166 00 PRODUCT STORAGE AND HANDLING REQUIREMENTS PART1- GENERAL 1.1 SUMMARY A. Section Includes: 1. Scheduling of product delivery 2. Packaging of products for delivery 3. Protection of products against damage from: a. Handling b. Exposure to elements or harsh environments B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY AND HANDLING A. Delivery Requirements 1. Schedule delivery of products or equipment as required to allow timely installation and to avoid prolonged storage. 2. Provide appropriate personnel and equipment to receive deliveries. 3. Delivery trucks will not be permitted to wait extended periods of time on the Site for personnel or equipment to receive the delivery. CITY OF FORT WORTH CATTLEMANS CROSSING LIFT STATION & FORCE MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN.• 105377 Revised April 7, 2014 01 66 00 - 2 DAP PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 2 of 4 4. Deliver products or equipment in manufacturer's original unbroken cartons or other containers designed and constructed to protect the contents from physical or environmental damage. 5. Clearly and fully mark and identify as to manufacturer, item and installation location. 6. Provide manufacturer's instructions for storage and handling. B. Handling Requirements 1. Handle products or equipment in accordance with these Contract Documents and manufacturer's recommendations and instructions. C. Storage Requirements 1. Store materials in accordance with manufacturer's recommendations and requirements of these Specifications. 2. Make necessary provisions for safe storage of materials and equipment. a. Place loose soil materials and materials to be incorporated into Work to prevent damage to any part of Work or existing facilities and to maintain free access at all times to all parts of Work and to utility service company installations in vicinity of Work. 3. Keep materials and equipment neatly and compactly stored in locations that will cause minimum inconvenience to other contractors, public travel, adjoining owners, tenants and occupants. a. Arrange storage to provide easy access for inspection. 4. Restrict storage to areas available on construction site for storage of material and equipment as shown on Drawings, or approved by City's Project Representative. 5. Provide off -site storage and protection when on -site storage is not adequate. a. Provide addresses of and access to off -site storage locations for inspection by City's Project Representative. 6. Do not use lawns, grass plots or other private property for storage purposes without written permission of owner or other person in possession or control of premises. 7. Store in manufacturers' unopened containers. 8. Neatly, safely and compactly stack materials delivered and stored along line of Work to avoid inconvenience and damage to property owners and general public and maintain at least 3 feet from fire hydrant. 9. Keep public and private driveways and street crossings open. 10. Repair or replace damaged lawns, sidewalks, streets or other improvements to satisfaction of City's Project Representative. a. Total length which materials may be distributed along route of construction at one time is 1,000 linear feet, unless otherwise approved in writing by City's Project Representative. CITY OF FORT WORTH CATTLEMANS CROSSING LIFT STATION & FORCE MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN:105377 Revised April 7, 2014 016600-3 DAP PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 3 of 4 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 ERECTION [NOT USED] 3.5 REPAIR / RESTORATION [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD [OR] SITE QUALITY CONTROL A. Tests and Inspections 1. Inspect all products or equipment delivered to the site prior to unloading. B. Non -Conforming Work 1. Reject all products or equipment that are damaged, used or in any other way unsatisfactory for use on the project. 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION A. Protect all products or equipment in accordance with manufacturer's written directions. B. Store products or equipment in location to avoid physical damage to items while in storage. C. Protect equipment from exposure to elements and keep thoroughly dry if required by the manufacturer. 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION CITY OF FORT WORTH CATTLEMANS CROSSING LIFT STATION & FORCE MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN:105377 Revised April 7, 2014 01 66 00 - 4 DAP PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 4 of 4 Revision Log DATE NAME SUMMARY OF CHANGE 4/7/2014 M.Domenech Revised for DAP application CITY OF FORT WORTH CATTLEMANS CROSSING LIFT STATION & FORCE MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN.• 105377 Revised April 7, 2014 017000-1 DAP MOBILIZATION AND REMOBILIZATION Page 1 of 4 SECTION 0170 00 MOBILIZATION AND REMOBILIZATION PART1- GENERAL 1.1 SUMMARY A. Section Includes: 1. Mobilization and Demobilization a. Mobilization 1) Transportation of Contractor's personnel, equipment, and operating supplies to the Site 2) Establishment of necessary general facilities for the Contractor's operation at the Site 3) Premiums paid for performance and payment bonds 4) Transportation of Contractor's personnel, equipment, and operating supplies to another location within the designated Site 5) Relocation of necessary general facilities for the Contractor's operation from 1 location to another location on the Site. b. Demobilization 1) Transportation of Contractor's personnel, equipment, and operating supplies away from the Site including disassembly 2) Site Clean-up 3) Removal of all buildings and/or other facilities assembled at the Site for this Contract c. Mobilization and Demobilization do not include activities for specific items of work that are for which payment is provided elsewhere in the contract. 2. Remobilization a. Remobilization for Suspension of Work specifically required in the Contract Documents or as required by City includes: 1) Demobilization a) Transportation of Contractor's personnel, equipment, and operating supplies from the Site including disassembly or temporarily securing equipment, supplies, and other facilities as designated by the Contract Documents necessary to suspend the Work. b) Site Clean-up as designated in the Contract Documents 2) Remobilization a) Transportation of Contractor's personnel, equipment, and operating supplies to the Site necessary to resume the Work. b) Establishment of necessary general facilities for the Contractor's operation at the Site necessary to resume the Work. 3) No Payments will be made for: a) Mobilization and Demobilization from one location to another on the Site in the normal progress of performing the Work. b) Stand-by or idle time c) Lost profits 3. Mobilizations and Demobilization for Miscellaneous Projects a. Mobilization and Demobilization CITY OF FORT WORTH CATTLEMANS CROSSING LIFT STATION & FORCE MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN.• 105377 Revised April 7, 2014 01 70 00 - 2 DAP MOBILIZATION AND REMOBILIZATION Page 2 of 4 1) Mobilization shall consist of the activities and cost on a Work Order basis necessary for: a) Transportation of Contractor's personnel, equipment, and operating supplies to the Site for the issued Work Order. b) Establishment of necessary general facilities for the Contractor's operation at the Site for the issued Work Order 2) Demobilization shall consist of the activities and cost necessary for: a) Transportation of Contractor's personnel, equipment, and operating supplies from the Site including disassembly for each issued Work Order b) Site Clean-up for each issued Work Order c) Removal of all buildings or other facilities assembled at the Site for each Work Oder b. Mobilization and Demobilization do not include activities for specific items of work for which payment is provided elsewhere in the contract. 4. Emergency Mobilizations and Demobilization for Miscellaneous Projects a. A Mobilization for Miscellaneous Projects when directed by the City and the mobilization occurs within 24 hours of the issuance of the Work Order. B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements IRM97[yW.307Z%140IBlel89,11101111114'9V A. Measurement and Payment 1. Mobilization and Demobilization a. Measure 1) This Item is considered subsidiary to the various Items bid. b. Payment 1) The work performed and materials furnished in accordance with this Item are subsidiary to the various Items bid and no other compensation will be allowed. 2. Remobilization for suspension of Work as specifically required in the Contract Documents a. Measurement 1) Measurement for this Item shall be per each remobilization performed. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price per each "Specified Remobilization" in accordance with Contract Documents. c. The price shall include: 1) Demobilization as described in Section 1.1.A.2.a.1) 2) Remobilization as described in Section 1.1.A.2.a.2) d. No payments will be made for standby, idle time, or lost profits associated this Item. CITY OF FORT WORTH CATTLEMANS CROSSING LIFT STATION & FORCE MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN.• 105377 Revised April 7, 2014 01 70 00 - 3 DAP MOBILIZATION AND REMOBILIZATION Page 3 of 4 Remobilization for suspension of Work as required by City a. Measurement and Payment 1) This shall be submitted as a Contract Claim in accordance with Article 10 of Section 00 72 00. 2) No payments will be made for standby, idle time, or lost profits associated with this Item. 4. Mobilizations and Demobilizations for Miscellaneous Projects a. Measurement 1) Measurement for this Item shall be for each Mobilization and Demobilization required by the Contract Documents b. Payment 1) The Work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price per each "Work Order Mobilization" in accordance with Contract Documents. Demobilization shall be considered subsidiary to mobilization and shall not be paid for separately. c. The price shall include: 1) Mobilization as described in Section 1.1.A.3.a.1) 2) Demobilization as described in Section 1.1.A.3.a.2) d. No payments will be made for standby, idle time, or lost profits associated this Item. Emergency Mobilizations and Demobilizations for Miscellaneous Projects a. Measurement 1) Measurement for this Item shall be for each Mobilization and Demobilization required by the Contract Documents b. Payment 1) The Work performed and materials furnished in accordance with this Item and measured as provided under "Measurement' will be paid for at the unit price per each "Work Order Emergency Mobilization" in accordance with Contract Documents. Demobilization shall be considered subsidiary to mobilization and shall not be paid for separately. c. The price shall include 1) Mobilization as described in Section 1.1.A.4.a) 2) Demobilization as described in Section 1.1.A.3.a.2) d. No payments will be made for standby, idle time, or lost profits associated this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS [NOT USED] 1.6 INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] CITY OF FORT WORTH CATTLEMANS CROSSING LIFT STATION & FORCE MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN.• 105377 Revised April 7, 2014 01 70 00 - 4 DAP MOBILIZATION AND REMOBILIZATION Page 4 of 4 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 4/7/2014 M.Domenech Revised for DAP application CITY OF FORT WORTH CATTLEMANS CROSSING LIFT STATION & FORCE MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN.• 105377 Revised April 7, 2014 1 2 3 PART1- GENERAL 4 1.1 SUMMARY 5 6 7 8 9 10 11 12 1.2 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 017123-1 CONSTRUCTION STAKING AND SURVEY Pagel of 8 SECTION 01 71 23 CONSTRUCTION STAKING AND SURVEY A. Section Includes: 1. Requirements for construction staking and construction survey B. Deviations from this City of Fort Worth Standard Specification 1. See Changes (Highlighted in Yellow). C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Construction Staking a. Measurement 1) This Item is considered subsidiary to the various Items bid. b. Payment 1) The work performed and the materials furnished in accordance with this Item are subsidiary to the various Items bid and no other compensation will be allowed. 2. Construction Survey a. Measurement 1) This Item is considered subsidiary to the various Items bid. b. Payment 1) The work performed and the materials furnished in accordance with this Item are subsidiary to the various Items bid and no other compensation will be allowed. 3. As -Built Survey a. Measurement 1) This Item is considered subsidiary to the various Items bid. b. Payment 1) The work performed and the materials furnished in accordance with this Item are subsidiary to the various Items bid and no other compensation will be allowed. CITY OF FORT WORTH CATTLEMAN'S CROSSING LIFT STATION & FORCE MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN: 105377 Revised February 14, 2018 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 017123-2 CONSTRUCTION STAKING AND SURVEY Page 2 of 8 1.3 REFERENCES A. Definitions 1. Construction Survev - The survey measurements made prior to or while construction is in progress to control elevation, horizontal position, dimensions and configuration of structures/improvements included in the Project Drawings. 2. As -built Survev —The measurements made after the construction of the improvement features are complete to provide position coordinates for the features of a project. 3. Construction Stakins — The placement of stakes and markings to provide offsets and elevations to cut and fill in order to locate on the ground the designed structures/improvements included in the Project Drawings. Construction staking shall include staking easements and/or right of way if indicated on the plans. 4. Survev "Field Checks" — Measurements made after construction staking is completed and before construction work begins to ensure that structures marked on the ground are accurately located per Project Drawings. B. Technical References 1. City of Fort Worth — Construction Staking Standards (available on City's Buzzsaw website) — 01 71 23.16.01— Attachment A Survey Staking Standards 2. City of Fort Worth - Standard Survey Data Collector Library (fxl) files (available on City's Buzzsaw website). 3. Texas Department of Transportation (TxDOT) Survey Manual, latest revision 4. Texas Society of Professional Land Surveyors (TSPS), Manual of Practice for Land Surveying in the State of Texas, Category 5 25 1.4 ADMINISTRATIVE REQUIREMENTS 26 A. The Contractor's selection of a surveyor must comply with Texas Government 27 Code 2254 (qualifications based selection) for this project. 28 1.5 SUBMITTALS 29 A. Submittals, if required, shall be in accordance with Section 0133 00. 30 B. All submittals shall be received and reviewed by the City prior to delivery of work. 31 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS 32 A. Field Quality Control Submittals 33 1. Documentation verifying accuracy of field engineering work, including coordinate 34 conversions if plans do not indicate grid or ground coordinates. 35 2. Submit "Cut -Sheets" conforming to the standard template provided by the City 36 (refer to 01 71 23.16.01 — Attachment A — Survey Staking Standards). 37 38 1.7 CLOSEOUT SUBMITTALS 39 B. As -built Redline Drawing Submittal CITY OF FORT WORTH CATTLEMAN'S CROSSING LIFT STATION & FORCE MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN: 105377 Revised February 14, 2018 017123-3 CONSTRUCTION STAKING AND SURVEY Page 3 of 8 1 1. Submit As -Built Survey Redline Drawings documenting the locations/elevations of 2 constructed improvements signed and sealed by Registered Professional Land 3 Surveyor (RPLS) responsible for the work (refer to 01 71 23.16.01 — Attachment A 4 — Survey Staking Standards) . 5 2. Contractor shall submit the proposed as -built and completed redline drawing 6 submittal one (1) week prior to scheduling the project final inspection for City 7 review and comment. Revisions, if necessary, shall be made to the as -built redline 8 drawings and resubmitted to the City prior to scheduling the construction final 9 inspection. 10 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 11 1.9 QUALITY ASSURANCE 12 A. Construction Staking 13 1. Construction staking will be performed by the Contractor. 14 2. Coordination 15 a. Contact City and Developer's Project Representative at least one week in 16 advance notifying the City of when Construction Staking is scheduled. 17 b. It is the Contractor's responsibility to coordinate staking such that 18 construction activities are not delayed or negatively impacted. 19 3. General 20 a. Contractor is responsible for preserving and maintaining stakes. If City 21 surveyors or Developer's Project Representative are required to re -stake for 22 any reason, the Contractor will be responsible for costs to perform staking. If 23 in the opinion of the City, a sufficient number of stakes or markings have been 24 lost, destroyed disturbed or omitted that the contracted Work cannot take place 25 then the Contractor will be required to stake or re -stake the deficient areas. 26 B. Construction Survey 27 1. Construction Survey will be performed by the Contractor. 28 2. Coordination 29 a. Contractor to verify that horizontal and vertical control data established in the 30 design survey and required for construction survey is available and in place. 31 3. General 32 a. Construction survey will be performed in order to construct the work shown 33 on the Construction Drawings and specified in the Contract Documents. 34 b. For construction methods other than open cut, the Contractor shall perform 35 construction survey and verify control data including, but not limited to, the 36 following: 37 1) Verification that established benchmarks and control are accurate. 38 2) Use of Benchmarks to furnish and maintain all reference lines and grades 39 for tunneling. 40 3) Use of line and grades to establish the location of the pipe. 41 4) Submit to the City copies of field notes used to establish all lines and 42 grades, if requested, and allow the City to check guidance system setup prior 43 to beginning each tunneling drive. 44 5) Provide access for the City, if requested, to verify the guidance system and 45 the line and grade of the carrier pipe. CITY OF FORT WORTH CATTLEMAN'S CROSSING LIFT STATION & FORCE MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN: 105377 Revised February 14, 2018 01 71 23 - 4 CONSTRUCTION STAKING AND SURVEY Page 4 of 8 1 6) The Contractor remains fully responsible for the accuracy of the work and 2 correction of it, as required. 3 7) Monitor line and grade continuously during construction. 4 8) Record deviation with respect to design line and grade once at each pipe 5 joint and submit daily records to the City. 6 9) If the installation does not meet the specified tolerances (as outlined in 7 Sections 33 05 23 and/or 33 05 24), immediately notify the City and correct 8 the installation in accordance with the Contract Documents. 9 C. As -Built Survey 10 1. Required As -Built Survey will be performed by the Contractor. 11 2. Coordination 12 a. Contractor is to coordinate with City to confirm which features require as- 13 built surveying. 14 b. It is the Contractor's responsibility to coordinate the as -built survey and 15 required measurements for items that are to be buried such that construction 16 activities are not delayed or negatively impacted. 17 c. For sewer mains and water mains 12" and under in diameter, it is acceptable 18 to physically measure depth and mark the location during the progress of 19 construction and take as -built survey after the facility has been buried. The 20 Contractor is responsible for the quality control needed to ensure accuracy. 21 3. General 22 a. The Contractor shall provide as -built survey including the elevation and 23 location (and provide written documentation to the City) of construction 24 features during the progress of the construction including the following: 25 1) W ter Lines 26 a) Top of pipe elevations and coordinates for waterlines at the following 27 locations: 28 (1) Minimum every 25O linear feet, including 29 (2) Horizontal and vertical points of inflection, curvature, 30 etc. 31 (3) Fire line tee 32 (4) Plugs, stub -outs, dead-end lines 33 (5) Casing pipe (each end) and all buried fittings 34 2) Sanitary Sewer 35 a) Top of pipe elevations and coordinates for force mains and siphon 36 sanitary sewer lines (non -gravity facilities) at the following locations: 37 (1) Minimum every 25O linear feet and any buried fittings 38 (2) Horizontal and vertical points of inflection, curvature, 39 etc. 40 3) Stormwater — Not Applicable 41 b. The Contractor shall provide as -built survey including the elevation and 42 location (and provide written documentation to the City) of construction 43 features after the construction is completed including the following: 44 1) Manholes 45 a) Rim and flowline elevations and coordinates for each manhole 46 2) W ter Lines 47 a) Cathodic protection test stations 48 b) Sampling stations 49 c) Meter boxes/vaults (All sizes) CITY OF FORT WORTH CATTLEMAN'S CROSSING LIFT STATION & FORCE MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN: 105377 Revised February 14, 2018 017123-5 CONSTRUCTION STAKING AND SURVEY Page 5 of 8 1 d) Fire hydrants 2 e) Valves (gate, butterfly, etc.) 3 f) Air Release valves (Manhole rim and vent pipe) 4 g) Blow off valves (Manhole rim and valve lid) 5 h) Pressure plane valves 6 i) Underground Vaults 7 (1) Rim and flowline elevations and coordinates for each 8 Underground Vault. 9 3) Sanitary Sewer 10 a) Cleanouts 11 (1) Rim and flowline elevations and coordinates for each 12 b) Manholes and Junction Structures 13 (1) Rim and flowline elevations and coordinates for each 14 manhole and junction structure. 15 4) Stormwater — Not Applicable 16 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 17 1.11 FIELD [SITE] CONDITIONS [NOT USED] 18 1.12 WARRANTY 19 PART 2 - PRODUCTS 20 A. A construction survey will produce, but will not be limited to: 21 1. Recovery of relevant control points, points of curvature and points of intersection. 22 2. Establish temporary horizontal and vertical control elevations (benchmarks) 23 sufficiently permanent and located in a manner to be used throughout construction. 24 3. The location of planned facilities, easements and improvements. 25 a. Establishing final line and grade stakes for piers, floors, grade beams, parking 26 areas, utilities, streets, highways, tunnels, and other construction. 27 b. A record of revisions or corrections noted in an orderly manner for reference. 28 c. A drawing, when required by the client, indicating the horizontal and vertical 29 location of facilities, easements and improvements, as built. 30 4. Cut sheets shall be provided to the City inspector and Survey Superintendent for all 31 construction staking projects. These cut sheets shall be on the standard city template 32 which can be obtained from the Survey Superintendent (817-392-7925). 33 5. Digital survey files in the following formats shall be acceptable: 34 a. AutoCAD (.dwg) 35 b. ESRI Shapeflle (.shp) 36 c. CSV file (.csv), formatted with X and Y coordinates in separate columns (use 37 standard templates, if available) 38 6. Survey files shall include vertical and horizontal data tied to original project 39 control and benchmarks, and shall include feature descriptions 40 PART 3 - EXECUTION 41 3.1 INSTALLERS CITY OF FORT WORTH CATTLEMAN'S CROSSING LIFT STATION & FORCE MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN: 105377 Revised February 14, 2018 017123-6 CONSTRUCTION STAKING AND SURVEY Page 6 of 8 1 A. Tolerances: 2 1. The staked location of any improvement or facility should be as accurate as 3 practical and necessary. The degree of precision required is dependent on many 4 factors all of which must remain judgmental. The tolerances listed hereafter are 5 based on generalities and, under certain circumstances, shall yield to specific 6 requirements. The surveyor shall assess any situation by review of the overall plans 7 and through consultation with responsible parties as to the need for specific 8 tolerances. 9 a. Earthwork: Grades for earthwork or rough cut should not exceed 0.1 ft. vertical 10 tolerance. Horizontal alignment for earthwork and rough cut should not exceed 11 1.0 ft. tolerance. 12 b. Horizontal alignment on a structure shall be within .0.1 ft tolerance. 13 c. Paving or concrete for streets, curbs, gutters, parking areas, drives, alleys and 14 walkways shall be located within the confines of the site boundaries and, 15 occasionally, along a boundary or any other restrictive line. Away from any 16 restrictive line, these facilities should be staked with an accuracy producing no 17 more than 0.05ft. tolerance from their specified locations. 18 d. Underground and overhead utilities, such as sewers, gas, water, telephone and 19 electric lines, shall be located horizontally within their prescribed areas or 20 easements. Within assigned areas, these utilities should be staked with an 21 accuracy producing no more than 0.1 ft tolerance from a specified location. 22 e. The accuracy required for the vertical location of utilities varies widely. Many 23 underground utilities require only a minimum cover and a tolerance of 0.1 ft. 24 should be maintained. Underground and overhead utilities on planned profile, 25 but not depending on gravity flow for performance, should not exceed 0.1 ft. 26 tolerance. 27 B. Surveying instruments shall be kept in close adjustment according to manufacturer's 28 specifications or in compliance to standards. The City reserves the right to request a 29 calibration report at any time and recommends regular maintenance schedule be 30 performed by a certified technician every 6 months. 31 1. Field measurements of angles and distances shall be done in such fashion as to 32 satisfy the closures and tolerances expressed in Part 3.1.A. 33 2. Vertical locations shall be established from a pre -established benchmark and 34 checked by closing to a different bench mark on the same datum. 35 3. Construction survey field work shall correspond to the client's plans. Irregularities 36 or conflicts found shall be reported promptly to the City. 37 4. Revisions, corrections and other pertinent data shall be logged for future reference. 38 39 3.2 EXAMINATION [NOT USED] 40 3.3 PREPARATION [NOT USED] 41 3.4 APPLICATION 42 3.5 REPAIR / RESTORATION 43 A. If the Contractor's work damages or destroys one or more of the control 44 monuments/points set by the City or Developer's Project Representative, the monuments 45 shall be adequately referenced for expedient restoration. CITY OF FORT WORTH CATTLEMAN'S CROSSING LIFT STATION & FORCE MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN: 105377 Revised February 14, 2018 017123-7 CONSTRUCTION STAKING AND SURVEY Page 7 of 8 1 1. Notify City or Developer's Project Representative if any control data needs to be 2 restored or replaced due to damage caused during construction operations. 3 a. Contractor shall perform replacements and/or restorations. 4 b. The City or Developer's Project Representative may require at anytime a 5 survey "Field Check" of any monument or benchmarks that are set be verified 6 by the City surveyors or Developer's Project Representative before further 7 associated work can move forward. 8 3.6 RE -INSTALLATION [NOT USED] 9 3.7 FIELD [OR] SITE QUALITY CONTROL 10 A. It is the Contractor's responsibility to maintain all stakes and control data placed by the 11 City or Developer's Project Representative in accordance with this Specification. This 12 includes easements and right of way, if noted on the plans. 13 B. Do not change or relocate stakes or control data without approval from the City. 14 3.8 SYSTEM STARTUP 15 A. Survey Checks 16 1. The City reserves the right to perform a Survey Check at any time deemed 17 necessary. 18 2. Checks by City personnel or 3' party contracted surveyor are not intended to 19 relieve the contractor of his/her responsibility for accuracy. 20 21 3.9 ADJUSTING [NOT USED] 22 3.10 CLEANING [NOT USED] 23 3.11 CLOSEOUT ACTIVITIES [NOT USED] 24 3.12 PROTECTION [NOT USED] 25 3.13 MAINTENANCE [NOT USED] 26 3.14 ATTACHMENTS [NOT USED] 27 END OF SECTION 28 Revision Log DATE NAME SUMMARY OF CHANGE 8/31/2012 D. Johnson Added instruction and modified measurement & payment under 1.2; added 8/31/2017 M. Owen definitions and references under 1.3; modified 1.6; added 1.7 closeout submittal requirements; modified 1.9 Quality Assurance; added PART 2 — PRODUCTS; Added 3.1 Installers; added 3.5 Repair/Restoration; and added 3.8 System Startup. Removed "blue text"; revised measurement and payment sections for Construction 2/14/2018 M Owen Staking and As -Built Survey; added reference to selection compliance with TGC 2254; revised action and Closeout submittal requirements; added acceptable depth CITY OF FORT WORTH CATTLEMAN'S CROSSING LIFT STATION & FORCE MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN: 105377 Revised February 14, 2018 017123-8 CONSTRUCTION STAKING AND SURVEY Page 8 of 8 measurement criteria; revised list of items requiring as -built survey "during" and "after" construction; and revised acceptable digital survey file format CITY OF FORT WORTH CATTLEMAN'S CROSSING LIFT STATION & FORCE MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN: 105377 Revised February 14, 2018 SECTION 0174 23 CLEANING PART1- GENERAL 1.1 SUMMARY 017423-1 DAP CLEANING Page 1 of 4 A. Section Includes: 1. Intermediate and final cleaning for Work not including special cleaning of closed systems specified elsewhere B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 3. Section 32 92 13 — Hydro -Mulching, Seeding and Sodding 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Scheduling 1. Schedule cleaning operations so that dust and other contaminants disturbed by cleaning process will not fall on newly painted surfaces. 2. Schedule final cleaning upon completion of Work and immediately prior to final inspection. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 STORAGE, AND HANDLING A. Storage and Handling Requirements 1. Store cleaning products and cleaning wastes in containers specifically designed for those materials. CITY OF FORT WORTH CATTLEMANS CROSSING LIFT STATION & FORCE MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN.• 105377 Revised April 7, 2014 01 74 23 - 2 DAP CLEANING Page 2 of 4 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART2- PRODUCTS 2.1 OWNER -FURNISHED [OR] OWNER-SUPPLIEDPRODUCTS [NOT USED] 2.2 MATERIALS A. Cleaning Agents 1. Compatible with surface being cleaned 2. New and uncontaminated 3. For manufactured surfaces a. Material recommended by manufacturer 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 APPLICATION [NOT USED] 3.5 REPAIR / RESTORATION [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING A. General 1. Prevent accumulation of wastes that create hazardous conditions. 2. Conduct cleaning and disposal operations to comply with laws and safety orders of governing authorities. 3. Do not dispose of volatile wastes such as mineral spirits, oil or paint thinner in storm or sanitary drains or sewers. 4. Dispose of degradable debris at an approved solid waste disposal site. 5. Dispose of nondegradable debris at an approved solid waste disposal site or in an alternate manner approved by City and regulatory agencies. CITY OF FORT WORTH CATTLEMANS CROSSING LIFT STATION & FORCE MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN:105377 Revised April 7, 2014 01 74 23 - 3 DAP CLEANING Page 3 of 4 6. Handle materials in a controlled manner with as few handlings as possible. 7. Thoroughly clean, sweep, wash and polish all Work and equipment associated with this project. 8. Remove all signs of temporary construction and activities incidental to construction of required permanent Work. 9. If project is not cleaned to the satisfaction of the City, the City reserves the right to have the cleaning completed at the expense of the Contractor. 10. Do not burn on -site. B. Intermediate Cleaning during Construction 1. Keep Work areas clean so as not to hinder health, safety or convenience of personnel in existing facility operations. 2. At maximum weekly intervals, dispose of waste materials, debris and rubbish. 3. Confine construction debris daily in strategically located container(s): a. Cover to prevent blowing by wind b. Store debris away from construction or operational activities c. Haul from site at a minimum of once per week 4. Vacuum clean interior areas when ready to receive finish painting. a. Continue vacuum cleaning on an as -needed basis, until Final Acceptance. 5. Prior to storm events, thoroughly clean site of all loose or unsecured items, which may become airborne or transported by flowing water during the storm. C. Exterior (Site or Right of Way) Final Cleaning 1. Remove trash and debris containers from site. a. Re -seed areas disturbed by location of trash and debris containers in accordance with Section 32 92 13. 2. Sweep roadway to remove all rocks, pieces of asphalt, concrete or any other object that may hinder or disrupt the flow of traffic along the roadway. 3. Clean any interior areas including, but not limited to, vaults, manholes, structures, junction boxes and inlets. 4. If no longer required for maintenance of erosion facilities, and upon approval by City, remove erosion control from site. 5. Clean signs, lights, signals, etc. 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] CITY OF FORT WORTH CATTLEMANS CROSSING LIFT STATION & FORCE MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN:105377 Revised April 7, 2014 01 74 23 - 4 DAP CLEANING Page 4 of 4 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 4/7/2014 M.Domenech Revised for DAP application CITY OF FORT WORTH CATTLEMANS CROSSING LIFT STATION & FORCE MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN.• 105377 Revised April 7, 2014 SECTION 0177 19 CLOSEOUT REQUIREMENTS PART1- GENERAL 1.1 SUMMARY 017719-1 DAP CLOSEOUT REQUIREMENTS Page 1 of 3 A. Section Includes: 1. The procedure for closing out a contract B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Guarantees, Bonds and Affidavits 1. No application for final payment will be accepted until all guarantees, bonds, certificates, licenses and affidavits required for Work or equipment as specified are satisfactorily filed with the City. B. Release of Liens or Claims 1. No application for final payment will be accepted until satisfactory evidence of release of liens has been submitted to the City. 1.5 SUBMITTALS A. Submit all required documentation to City's Project Representative. CITY OF FORT WORTH CATTLEMAN'S CROSSING FORCE MAIN & STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS LIFT STATION Revised April 7, 2014 CPN: 105377 017719-2 DAP CLOSEOUT REQUIREMENTS Page 2 of 3 1.6 INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 CLOSEOUT PROCEDURE A. Prior to requesting Final Inspection, submit: 1. Project Record Documents in accordance with Section 0178 39 2. Operation and Maintenance Data, if required, in accordance with Section 0178 23 B. Prior to requesting Final Inspection, perform final cleaning in accordance with Section 01 74 23. C. Final Inspection 1. After final cleaning, provide notice to the City Project Representative that the Work is completed. a. The City will make an initial Final Inspection with the Contractor present. b. Upon completion of this inspection, the City will notify the Contractor, in writing within 10 business days, of any particulars in which this inspection reveals that the Work is defective or incomplete. 2. Upon receiving written notice from the City, immediately undertake the Work required to remedy deficiencies and complete the Work to the satisfaction of the City. 3. Upon completion of Work associated with the items listed in the City's written notice, inform the City, that the required Work has been completed. Upon receipt of this notice, the City, in the presence of the Contractor, will make a subsequent Final Inspection of the project. 4. Provide all special accessories required to place each item of equipment in full operation. These special accessory items include, but are not limited to: a. Specified spare parts b. Adequate oil and grease as required for the first lubrication of the equipment c. Initial fill up of all chemical tanks and fuel tanks d. Light bulbs e. Fuses f. Vault keys g. Handwheels h. Other expendable items as required for initial start-up and operation of all equipment D. Notice of Project Completion CITY OF FORT WORTH CATTLEMAN'S CROSSING FORCE MAIN & STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS LIFT STATION Revised April 7, 2014 CPN: 105377 017719-3 DAP CLOSEOUT REQUIREMENTS Page 3 of 3 1. Once the City Project Representative finds the Work subsequent to Final Inspection to be satisfactory, the City will issue a Notice of Project Completion (Green Sheet). E. Supporting Documentation 1. Coordinate with the City Project Representative to complete the following additional forms: a. Final Payment Request b. Statement of Contract Time c. Affidavit of Payment and Release of Liens d. Consent of Surety to Final Payment e. Pipe Report (if required) f. Contractor's Evaluation of City g. Performance Evaluation of Contractor F. Letter of Final Acceptance 1. Upon review and acceptance of Notice of Project Completion and Supporting Documentation, in accordance with General Conditions, City will issue Letter of Final Acceptance and release the Final Payment Request for payment. 3.5 REPAIR / RESTORATION [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] DATE NAME 4/7/2014 M.Domenech END OF SECTION Revision Log SUMMARY OF CHANGE Revised for DAP application CITY OF FORT WORTH CATTLEMAN'S CROSSING FORCE MAIN & STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS LIFT STATION Revised April 7, 2014 CPN: 105377 017823-1 DAP OPERATION AND MAINTENANCE DATA Page 1 of 5 SECTION 0178 23 OPERATION AND MAINTENANCE DATA PART1- GENERAL 1.1 SUMMARY A. Section Includes: 1. Product data and related information appropriate for City's maintenance and operation of products furnished under Contract 2. Such products may include, but are not limited to: a. Traffic Controllers b. Irrigation Controllers (to be operated by the City) c. Butterfly Valves B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Schedule 1. Submit manuals in final form to the City within 30 calendar days of product shipment to the project site. 1.5 SUBMITTALS A. Submittals shall be in accordance with Section 0133 00. All submittals shall be approved by the City prior to delivery. 1.6 INFORMATIONAL SUBMITTALS A. Submittal Form 1. Prepare data in form of an instructional manual for use by City personnel. 2. Format a. Size: 8 1/2 inches x 11 inches b. Paper 1) 40 pound minimum, white, for typed pages 2) Holes reinforced with plastic, cloth or metal c. Text: Manufacturer's printed data, or neatly typewritten CITY OF FORT WORTH CATTLEMAN'S CROSSING FORCE MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS & LIFT STATION Revised April 7, 2014 CPN: 105377 01 78 23 - 2 DAP OPERATION AND MAINTENANCE DATA Page 2 of 5 d. Drawings 1) Provide reinforced punched binder tab, bind in with text 2) Reduce larger drawings and fold to size of text pages. e. Provide fly -leaf for each separate product, or each piece of operating equipment. 1) Provide typed description of product, and major component parts of equipment. 2) Provide indexed tabs. f. Cover 1) Identify each volume with typed or printed title "OPERATING AND MAINTENANCE INSTRUCTIONS". 2) List: a) Title of Project b) Identity of separate structure as applicable c) Identity of general subject matter covered in the manual 3. Binders a. Commercial quality 3-ring binders with durable and cleanable plastic covers b. When multiple binders are used, correlate the data into related consistent groupings. 4. If available, provide an electronic form of the O&M Manual. B. Manual Content Neatly typewritten table of contents for each volume, arranged in systematic order a. Contractor, name of responsible principal, address and telephone number b. A list of each product required to be included, indexed to content of the volume c. List, with each product: 1) The name, address and telephone number of the subcontractor or installer 2) A list of each product required to be included, indexed to content of the volume 3) Identify area of responsibility of each 4) Local source of supply for parts and replacement d. Identify each product by product name and other identifying symbols as set forth in Contract Documents. 2. Product Data a. Include only those sheets which are pertinent to the specific product. b. Annotate each sheet to: 1) Clearly identify specific product or part installed 2) Clearly identify data applicable to installation 3) Delete references to inapplicable information 3. Drawings a. Supplement product data with drawings as necessary to clearly illustrate: 1) Relations of component parts of equipment and systems 2) Control and flow diagrams b. Coordinate drawings with information in Project Record Documents to assure correct illustration of completed installation. c. Do not use Project Record Drawings as maintenance drawings. 4. Written text, as required to supplement product data for the particular installation: a. Organize in consistent format under separate headings for different procedures. b. Provide logical sequence of instructions of each procedure. CITY OF FORT WORTH CATTLEMAN'S CROSSING FORCE MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS & LIFT STATION Revised April 7, 2014 CPN: 105377 01 78 23 - 3 DAP OPERATION AND MAINTENANCE DATA Page 3 of 5 5. Copy of each warranty, bond and service contract issued a. Provide information sheet for City personnel giving: 1) Proper procedures in event of failure 2) Instances which might affect validity of warranties or bonds C. Manual for Materials and Finishes 1. Submit 5 copies of complete manual in final form. 2. Content, for architectural products, applied materials and finishes: a. Manufacturer's data, giving full information on products 1) Catalog number, size, composition 2) Color and texture designations 3) Information required for reordering special manufactured products b. Instructions for care and maintenance 1) Manufacturer's recommendation for types of cleaning agents and methods 2) Cautions against cleaning agents and methods which are detrimental to product 3) Recommended schedule for cleaning and maintenance 3. Content, for moisture protection and weather exposure products: a. Manufacturer's data, giving full information on products 1) Applicable standards 2) Chemical composition 3) Details of installation b. Instructions for inspection, maintenance and repair D. Manual for Equipment and Systems 1. Submit 5 copies of complete manual in final form. 2. Content, for each unit of equipment and system, as appropriate: a. Description of unit and component parts 1) Function, normal operating characteristics and limiting conditions 2) Performance curves, engineering data and tests 3) Complete nomenclature and commercial number of replaceable parts b. Operating procedures 1) Start-up, break-in, routine and normal operating instructions 2) Regulation, control, stopping, shut -down and emergency instructions 3) Summer and winter operating instructions 4) Special operating instructions c. Maintenance procedures 1) Routine operations 2) Guide to "trouble shooting" 3) Disassembly, repair and reassembly 4) Alignment, adjusting and checking d. Servicing and lubrication schedule 1) List of lubricants required e. Manufacturer's printed operating and maintenance instructions f. Description of sequence of operation by control manufacturer 1) Predicted life of parts subject to wear 2) Items recommended to be stocked as spare parts g. As installed control diagrams by controls manufacturer h. Each contractor's coordination drawings 1) As installed color coded piping diagrams CITY OF FORT WORTH CATTLEMAN'S CROSSING FORCE MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS & LIFT STATION Revised April 7, 2014 CPN: 105377 01 78 23 - 4 DAP OPERATION AND MAINTENANCE DATA Page 4 of 5 i. Charts of valve tag numbers, with location and function of each valve j. List of original manufacturer's spare parts, manufacturer's current prices, and recommended quantities to be maintained in storage k. Other data as required under pertinent Sections of Specifications 3. Content, for each electric and electronic system, as appropriate: a. Description of system and component parts 1) Function, normal operating characteristics, and limiting conditions 2) Performance curves, engineering data and tests 3) Complete nomenclature and commercial number of replaceable parts b. Circuit directories of panelboards 1) Electrical service 2) Controls 3) Communications c. As installed color coded wiring diagrams d. Operating procedures 1) Routine and normal operating instructions 2) Sequences required 3) Special operating instructions e. Maintenance procedures 1) Routine operations 2) Guide to "trouble shooting" 3) Disassembly, repair and reassembly 4) Adjustment and checking f. Manufacturer's printed operating and maintenance instructions g. List of original manufacturer's spare parts, manufacturer's current prices, and recommended quantities to be maintained in storage h. Other data as required under pertinent Sections of Specifications 4. Prepare and include additional data when the need for such data becomes apparent during instruction of City's personnel. 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE A. Provide operation and maintenance data by personnel with the following criteria: 1. Trained and experienced in maintenance and operation of described products 2. Skilled as technical writer to the extent required to communicate essential data 3. Skilled as draftsman competent to prepare required drawings CITY OF FORT WORTH CATTLEMAN'S CROSSING FORCE MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS & LIFT STATION Revised April 7, 2014 CPN: 105377 01 78 23 - 5 DAP OPERATION AND MAINTENANCE DATA Page 5 of 5 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] DATE NAME 8/31/2012 D. Johnson 4/7/2014 M.Domenech END OF SECTION Revision Log SUMMARY OF CHANGE 1.5.A.1 — title of section removed Revised for DAP Application CITY OF FORT WORTH CATTLEMAN'S CROSSING FORCE MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS & LIFT STATION Revised April 7, 2014 CPN: 105377 017839-1 DAP PROJECT RECORD DOCUMENTS Page 1 of 4 SECTION 0178 39 PROJECT RECORD DOCUMENTS PART1- GENERAL 1.1 SUMMARY A. Section Includes: 1. Work associated with the documenting the project and recording changes to project documents, including: a. Record Drawings b. Water Meter Service Reports c. Sanitary Sewer Service Reports d. Large Water Meter Reports B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS A. Prior to submitting a request for Final Inspection, deliver Project Record Documents to City's Project Representative. 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE A. Accuracy of Records 1. Thoroughly coordinate changes within the Record Documents, making adequate and proper entries on each page of Specifications and each sheet of Drawings and other Documents where such entry is required to show the change properly. 2. Accuracy of records shall be such that future search for items shown in the Contract Documents may rely reasonably on information obtained from the approved Project Record Documents. CITY OF FORT WORTH CATTLEMAN'S CROSSING FORCE MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS & LIFT STATION Revised April 7, 2014 CPN: 105377 01 78 39 - 2 DAP PROJECT RECORD DOCUMENTS Page 2 of 4 3. To facilitate accuracy of records, make entries within 24 hours after receipt of information that the change has occurred. 4. Provide factual information regarding all aspects of the Work, both concealed and visible, to enable future modification of the Work to proceed without lengthy and expensive site measurement, investigation and examination. 1.10 STORAGE AND HANDLING A. Storage and Handling Requirements 1. Maintain the job set of Record Documents completely protected from deterioration and from loss and damage until completion of the Work and transfer of all recorded data to the final Project Record Documents. 2. In the event of loss of recorded data, use means necessary to again secure the data to the City's approval. a. In such case, provide replacements to the standards originally required by the Contract Documents. 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART2- PRODUCTS 2.1 OWNER -FURNISHED [OR] OWNER -SUPPLIED PRODUCTS [NOT USED] 2.2 RECORD DOCUMENTS A. Job set 1. Promptly following receipt of the Notice to Proceed, secure from the City, at no charge to the Contractor, 1 complete set of all Documents comprising the Contract. B. Final Record Documents 1. At a time nearing the completion of the Work and prior to Final Inspection, provide the City 1 complete set of all Final Record Drawings in the Contract. 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED 3.3 PREPARATION [NOT USED 3.4 MAINTENANCE DOCUMENTS A. Maintenance of Job Set 1. Immediately upon receipt of the job set, identify each of the Documents with the title, "RECORD DOCUMENTS - JOB SET". CITY OF FORT WORTH CATTLEMAN'S CROSSING FORCE MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS & LIFT STATION Revised April 7, 2014 CPN: 105377 017839-3 DAP PROJECT RECORD DOCUMENTS Page 3 of 4 2. Preservation a. Considering the Contract completion time, the probable number of occasions upon which the job set must be taken out for new entries and for examination, and the conditions under which these activities will be performed, devise a suitable method for protecting the job set. b. Do not use the job set for any purpose except entry of new data and for review by the City, until start of transfer of data to final Project Record Documents. c. Maintain the job set at the site of work. 3. Coordination with Construction Survey a. At a minimum clearly mark any deviations from Contract Documents associated with installation of the infrastructure. 4. Making entries on Drawings a. Record any deviations from Contract Documents. b. Use an erasable colored pencil (not ink or indelible pencil), clearly describe the change by graphic line and note as required. c. Date all entries. d. Call attention to the entry by a "cloud" drawn around the area or areas affected. e. In the event of overlapping changes, use different colors for the overlapping changes. Conversion of schematic layouts a. In some cases on the Drawings, arrangements of conduits, circuits, piping, ducts, and similar items, are shown schematically and are not intended to portray precise physical layout. 1) Final physical arrangement is determined by the Contractor, subject to the City's approval. 2) However, design of future modifications of the facility may require accurate information as to the final physical layout of items which are shown only schematically on the Drawings. b. Show on the job set of Record Drawings, by dimension accurate to within 1 inch, the centerline of each run of items. 1) Final physical arrangement is determined by the Contractor, subject to the City's approval. 2) Show, by symbol or note, the vertical location of the Item ("under slab", "in ceiling plenum", "exposed", and the like). 3) Make all identification sufficiently descriptive that it may be related reliably to the Specifications. c. The City may waive the requirements for conversion of schematic layouts where, in the City's judgment, conversion serves no useful purpose. However, do not rely upon waivers being issued except as specifically issued in writing by the City. B. Final Project Record Documents Transfer of data to Drawings a. Carefully transfer change data shown on the job set of Record Drawings to the corresponding final documents, coordinating the changes as required. b. Clearly indicate at each affected detail and other Drawing a full description of changes made during construction, and the actual location of items. c. Call attention to each entry by drawing a "cloud" around the area or areas affected. CITY OF FORT WORTH CATTLEMAN'S CROSSING FORCE MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS & LIFT STATION Revised April 7, 2014 CPN: 105377 01 78 39 - 4 DAP PROJECT RECORD DOCUMENTS Page 4 of 4 d. Make changes neatly, consistently and with the proper media to assure longevity and clear reproduction. 2. Transfer of data to other Documents a. If the Documents, other than Drawings, have been kept clean during progress of the Work, and if entries thereon have been orderly to the approval of the City, the job set of those Documents, other than Drawings, will be accepted as final Record Documents. b. If any such Document is not so approved by the City, secure a new copy of that Document from the City at the City's usual charge for reproduction and handling, and carefully transfer the change data to the new copy to the approval of the City. 3.5 REPAIR / RESTORATION [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] DATE NAME 4/7/2014 M.Domenech END OF SECTION Revision Log SUMMARY OF CHANGE Revised for DAP Application CITY OF FORT WORTH CATTLEMAN'S CROSSING FORCE MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS & LIFT STATION Revised April 7, 2014 CPN: 105377 APPENDIX GC-4.01 Availability of Lands - None GC-4.02 Subsurface and Physical Conditions —Geotechnical Report Provided GC-4.04 Underground Facilities - None GC-4.06 Hazardous Environmental Condition at Site -None GC-6.06.D Minority and Women Owned Business Enterprise Compliance — Provided GC-6.07 Wage Rates - Provided GC-6.09 Permits and Utilities - Will be Provided in executed contract during electronic packages submittal. GC-6.24 Nondiscrimination - None GR-01 60 00 Product Requirements — CoFW Standard Product List CITY OF FORT WORTH CATTLEMAN'S CROSSING FORCE MAIN & LIFT STATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN: 105377 Revised March 20, 2020 GC-4.02 Subsurface and Physical Conditions THIS PAGE LEFT INTENTIONALLY BLANK CITY OF FORT WORTH BROOKWOOD PARK PHASE 4.1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 R 11 E E H G E E P I N G GEOTECHNICAL ENGINEERING REPORT CATTLEMAN'S CROSSING BETWEEN N. SAGINAW BLVD AND US HWY 287 FORT WORTH, TEXAS Prepared For: Ashton Woods — Dallas Division 1800 Valley View Lane, Suite 100 Farmers Branch, Texas 75234 Attn: Mr. Scot Albert June 2022 (Revised) PROJECT NO. 21-25640 www.roneenaineers.com GEOTECHNICAL ENGINEERING EARTHWORKS CONTROL ENVIRONMENTAL CONSULTING CONSTRUCTION MATERIAL TESTING July 1, 2022 (Revised) Mr. Scot Albert Ashton Woods — Dallas Division 1800 Valley View Lane, Suite 100 Farmers Branch, Texas 75234 Re: Geotechnical Engineering Report Cattleman's Crossing Fort Worth, Texas Rone Report No. 21-25640 Dear Mr. Albert: Rone Engineering Services, Ltd. (Rone) is pleased to submit the Geotechnical Engineering Report for the above referenced project. The geotechnical engineering services performed for this study were carried out in general accordance with Rone Proposal No. P-31722-21, dated September 13, 2021. The report was revised this date to incorporate final grading plans into the subgrade modification recommendations This report presents engineering analyses and recommendations for site grading, foundations, and pavements with respect to known project and site characteristics. Detailed results of our field exploration and laboratory testing are provided in the appendix of the report. We appreciate the opportunity to be of service to you on this project. We look forward to providing additional Geotechnical Engineering and Construction Materials Testing services as the project progresses through the final design and construction phases. Please contact us if you have any questions or if we can be of further assistance. Respectfully submitted, OF r � D. (;0AY �+ ...•67901.....�.. C ton M. Torrance, E.I.T.r ray, P - �� ject Engineer Partner iii, }�oWAt E` ��r`�o Texas Engineering Firm License No. F-1572 DALLAS I FORT WORTH I AUSTIN I SAN ANTONIO I HOUSTON I KANSAS CITY 3201 NE Loop 820, SUITE 180 1 FORT WORTH, TExAs 76137 1 TEL: 817.717.1040 r0M 1 PROJECT INFORMATION..................................................................................................... 1 1.1 Site Description................................................................................................................ 1 2 PURPOSES AND SCOPE OF STUDY................................................................................... 1 3 FIELD INVESTIGATION AND LABORATORY TESTING ...................................................... 2 4 SITE CONDITIONS................................................................................................................. 3 4.1 Site Geology.................................................................................................................... 3 4.2 Subsurface Soil Conditions.............................................................................................. 3 4.3 Groundwater.................................................................................................................... 6 4.4 Soluble Sulfates............................................................................................................... 6 5 ANALYSIS OF SITE AND FOUNDATION ALTERNATIVES.................................................. 7 5.1 Geotechnical Analysis...................................................................................................... 7 5.2 Subsurface Volume Change Potential.............................................................................. 8 5.3 Seismic Site Class......................................................................................................... 11 6 FOUNDATION SYSTEM RECOMMENDATIONS................................................................. 11 6.1 Ground Modification and Subgrade Treatment............................................................... 12 6.2 Subgrade Recompaction................................................................................................ 12 6.3 Excavation Safety Considerations.................................................................................. 13 6.4 Foundation Structure...................................................................................................... 13 7 SITE PREPARATION FOR CONSTRUCTION..................................................................... 13 7.1 General.......................................................................................................................... 13 7.2 Excavations.................................................................................................................... 13 8 CONSTRUCTION OF SUBGRADE FILLS........................................................................... 14 8.1 Subgrade Preparation.................................................................................................... 14 8.2 Subgrade Fill Construction............................................................................................. 15 8.2.1 Project Fills...............................................................................................................15 8.2.2 Fill Material Requirements........................................................................................15 8.2.3 Borrow Selection......................................................................................................15 8.3 Fill Construction Specifications....................................................................................... 16 8.3.1 Recompaction of Existing Subgrade and Grade Raise Below Buildings ...................17 8.3.2 Utility Trench Backfill................................................................................................17 8.3.3 Existing Pond Excavation and Backfill......................................................................18 8.3.4 General Site Fills for Site Grading and Drainage......................................................18 8.3.5 Compaction Specification Summary.........................................................................18 8.4 Quality Control and Field Verification Testing................................................................. 19 8.5 Construction Oversight................................................................................................... 19 9 BUILDING FOUNDATION STRUCTURE............................................................................. 20 9.1 Slab Foundation Design................................................................................................. 20 10 DETENTION / RETENTION POND..................................................................................... 21 11 LATERAL EARTH PRESSURES....................................................................................... 22 11.1 Wall Drainage............................................................................................................... 23 11.2 Wall Backfill.................................................................................................................. 24 12 PAVEMENTS...................................................................................................................... 24 12.1 Rigid Pavements.......................................................................................................... 24 12.2 Pavement Base Course............................................................................................... 25 12.3 Pavement Construction and Maintenance Recommendations ...................................... 26 13 SITE COMPLETION AND MAINTENANCE........................................................................ 26 13.1 Site Grading and Drainage........................................................................................... 26 13.2 Landscaping and Irrigation........................................................................................... 26 14 STUDY CLOSURE............................................................................................................. 27 15 COPYRIGHT 2022 RONE ENGINEERING SERVICES, LTD ............................................. 29 COMPACTION DESIGN — FULL SITE SUBGRADE RECONSTRUCTION AND GRADE RAISE - 563 ................... 1a COMPACTION CONTROL — FULL SITE RECONSTRUCTION AND GRADE RAISE - 563.................................... 1 b COMPACTION DESIGN — FULL SITE UTILITY TRENCH BACKFILL.................................................................... 2a COMPACTION CONTROL — FULL SITE UTILITY TRENCH BACKFILL................................................................ 2b APPENDIX A Plate VICINITYMAP.................................................................................................................................................... A.1 GEOLOGYMAP..................................................................................................................................................A.2 BORING LOCATION DIAGRAM................................................................................................................A.3a-A.3b LOGS OF BORING...................................................................................................................................A.4-A.111 KEY TO CLASSIFICATIONS AND SYMBOLS.................................................................................................. A.112 UNIFIED SOIL CLASSIFICATION SYSTEM.................................................................................................... A.113 SWELL TEST RESULTS................................................................................................................................. A.114 HYDROMETER TEST RESULTS...................................................................................................... A. 1 15a-A. 1 15b RECTM COMPACTION DESIGN REPORTS....................................................................................... A.116a-A.116e APPENDIX B Plate FIELD OPERATIONS.......................................................................................................................................... B.1 LABORATORY TESTING.................................................................................................................................... B.2 RONE SPECRICATION 400 LIME TREATMENT................................................................................................. B.3 ,PPENDIX C Plate IMPORTANT INFORMATION ABOUT THIS GEOTECHNICAL ENGINEERING REPORT.....................................C.1 R NE GEOTECHNICAL ENGINEERING REPORT 1 PROJECT INFORMATION 1.1 Site Description A tabular summary of the site description is provided below. Table 1: Site Description Item Description Location The project is located between North Saginaw Boulevard and US Highway 287, north of Prairie Ridge Trail in Fort Worth, Texas. The project consists of developing 554 single-family residential lots with Project Description associated utilities and paved streets. Based on grading plans that have been provided, cuts up to 11 feet and fills up to 9 feet are indicated for the building pads at the site. At the time of our field investigation, the site was generally covered with native grass and dense trees. There are two large detention ponds on the site. One pond is located on the north side of the site and the other pond is located in the Existing Conditions center of the site. There is a small detention pond located on the west side of the site. Current development plans indicate the ponds will be reshaped and enlarged requiring portions of the existing ponds to be filled with compacted soil and rock beneath proposed residential house pads and roadways. Based on the topographic information obtained from Google Earth®, the site Topography generally slopes downward toward the north side of the property, with ground surface elevations ranging from approximately 858 feet to 810 feet. Previous Studies No known previous geotechnical studies at the site. Geologic Setting Fort Worth Limestone and Duck Creek Formation, undivided Site vicinity and geology maps are attached as Plates A.1 and A.2, respectively in Appendix A of this report. Boring locations relative to the site plan are shown on the Boring Location Diagram, Plate A.3. 2 PURPOSES AND SCOPE OF STUDY The site investigation was scoped based on the planned development and design boundaries outlined above. The principal purposes of this study are to evaluate the general subsurface conditions and develop geotechnical recommendations for the design and construction of foundations and pavements. For these purposes, the study was conducted in the following phases: R NE • Borings were drilled and sampled at approximate 200-foot intervals to evaluate the subsurface conditions at the boring locations and to obtain soil samples. • Laboratory tests were conducted on selected samples recovered from the borings to evaluate the pertinent engineering characteristics of the foundation soils. • Engineering analyses were performed using field and laboratory data to develop foundation and pavement design recommendations. • Onsite soils were evaluated for potential sources of fill materials required for the project. As the Geotechnical Engineer of Record serving this project, it is recommended that a Rone engineer provide assistance during the design phase to verify the intent of the geotechnical recommendations. In addition, Rone must be retained to provide oversight of the Rone Earthwork Controls during the construction phase to verify full compaction utilizing the advanced engineering tools as discussed throughout this report. 3 FIELD INVESTIGATION AND LABORATORY TESTING The borings were located in the field by Rone personnel with measurements taken from site landmarks and using an aerial photograph of the site. Ground surface elevations at the boring locations were interpolated from topographic information obtained from Google Earth®. The locations and elevations were not surveyed, and are accurate only to the extent implied by the technique used in their determination. A total of 107 borings were completed to depths ranging from approximately 20 feet below existing grades. Boring B-69 was not drilled due to proximity to the existing natural gas pipeline easement. The approximate boring locations are shown on Plate A.3a, Boring Location Diagram. Sample depth, description of soils, and classification (based on the Unified Soil Classification System) are presented in the Logs of Boring, Plates A.4 through A.111. Keys to terms and symbols used on the logs are also included in Appendix A. Laboratory tests were performed on selected samples recovered from the borings to confirm visual classification, and to estimate material strata, in -situ consolidation states, and other pertinent engineering properties of the materials encountered. In addition, one-dimensional swell and swell pressure tests were performed on selected samples. Descriptions of the procedures used in the field and laboratory phases of this study are presented in Appendix B. R NE 4 SITE CONDITIONS 4.1 Site Geology Based on the subsurface conditions encountered in the borings and the Geologic Atlas of Texas, Dallas Sheet (published by the Bureau of Economic Geology), the site is located within the undivided Fort Worth Limestone and Duck Creek Formation (mapped as Kfd). The Fort Worth Limestone consists of limestone and clay. The limestone is light to medium gray and weathers yellowish brown. The clay is medium gray to yellowish brown and weathers yellowish brown. The thickness of the Fort Worth Limestone is approximately 25 to 35 feet. The Duck Creek Formation consists of medium gray to yellowish gray limestone that weathers dark gray with yellowish brown patches. The thickness of the Duck Creek Formation is approximately 30 to 100 feet. Please note that the geologic mapping was originally performed using aerial photography. Local variations and anomalies do occur. 4.2 Subsurface Soil Conditions The results of the field and laboratory testing have been used to develop generalized subsurface profiles of the project site. The strata identified in the borings at this site are described below: • Stratum I — generally consisted of dark brown to brown to light brown fat clay (CH) lean clay (CL) and clayey gravel (GC) containing various amounts of silt, sand, and gravel from the ground surface to depths ranging from 2 to 20 feet. • Stratum II — generally consisted of tan weathered limestone and gray limestone extending to the termination depths of approximately 20 feet. Hand penetrometer readings ranged from 1.0 to more than 4.5 tons per square foot (tsf) in the cohesive soils. Unconfined compression strengths in the tested cohesive materials ranged from approximately 6,300 to 14,300 pounds per square foot (psf). In -situ moisture levels ranged from approximately 21 percent below to 11 percent above their measured plastic limits, indicating mostly dry soil conditions. Standard Penetration Test N-values ranged from 13 blows per foot to 50 blows for one (1) inch. The Texas Cone Penetrometer blow counts ranged from 100 blows for 9'/2 inches to 100 blows for'/2 inch. Moisture content values ranged from 1 (in limestone cuttings) up to 35 percent in the fat clays. A tabular summary of the soil properties considered for design is provided in the following table. Table 2: In Situ Soil Property Estimated Specific Gravity, Gs Percent Fines (%) Liquid Limit Plasticity Index Dry Density (pcf) Void Ratio, e Moisture Content (%) Moisture Increase Potential (%) Generalized Subsurface Profile Full Range 2.66-2.70 2-99 22-91 8-69 88-104 0.60-0.90 1-35 3.8-21.4 Predominant Range 2.68 56-98 38-68 21-46 90-101 0.69-0.86 6-20 6.5-16.0 While both lean and fat clay shrink and swell with changes in moisture content, higher plasticity materials typically have greater sensitivity to moisture variation, and an increased potential for volume change. With sufficient moisture increase, swell pressures ranged from approximately 1,500 to 5,000. Modification of the upper soils will control subgrade and foundation design recommendations. A generalized profile of the subsurface conditions is included below. The Logs of Boring should be reviewed for specific information at individual boring locations. Stratification boundaries shown in the logs represent the approximate locations of changes in types of in -situ materials. The transition between material types may vary between borings and be gradual and indistinct. Variations will occur and should be expected across the site. --4 West East ► 855................................................................................................................................................................................................................................ 855 33-84 850 .. %/, ......... 3_83................................................................................................................. a42.................................................................................... 850 26� % 3-82 % 3-32 / -�9 ;-23 .....................�y.........................................................845 845 ............... ......... ....... T f . 3.81................................................................... ,23' ....... /45/ % 3-58 840 .. ........ 3-80.................................. 3-59l........ % ....... % . 840 a) / -12 N / - W -- p835 ... ........ .................. /� ...........................................050 ........ % .................. .................. ........ 49� ........ .... .......; 9I ................. 835 a) = / / / _15 W 830................ _......._................�..................................%........_..............._........_........_.................. 830 _........_ .......... . 820....................................................... C�.................................. _............................................................................. ......... 820 815 815 0 0.001 0.002 0.003 0.004 0.005 0.006 0.007 0.008 0.009 0.010 0.011 Distance Along Baseline (Feet) Water Observations While Drilling Q At Completion 1 GENERALIZED SUBSURFACE PROFILE ® Fat Clay Weathered Limestone Figure 1 Limestone 15 Cattleman's Crossing Lean Clay ® Clayey Between N. Saginaw Blvd. and US HWY 287 Gravel Fort Worth, Texas R NE 4.3 Groundwater The borings were advanced using continuous flight augers. The borings were monitored during and immediately after drilling for the presence of water seepage. Free water was observed in two (2) borings at depths of approximately 12 to 15 feet below existing grades. Groundwater was not observed in the remaining borings. A thorough assessment of the vadose zone or upper groundwater was not conducted, and the study did not include extended monitoring of groundwater levels or perched water conditions. A full hydrogeologic study can be conducted upon request to assess the sources and variation of in -situ moisture levels in the vadose zone water levels beneath the site, and how various site development alternatives could potentially effect groundwater conditions. In general, groundwater levels and moisture content in the vadose zone vary climatically and seasonally depending on topography, land use, surface hydrology, subsurface hydrogeology, and proximity to bodies of water. The rate and extent of these variations depend on many variables including subsurface stratigraphy, soil properties, moisture sources, capillary strength, consolidation states, soil structure, thermal cover, and surface infiltration and evapotranspiration rates. A limited hydrogeologic assessment of the vadose zone is provided in Section 5.1 Geotechnical Analysis. 4.4 Soluble Sulfates Soluble sulfate levels are generally considered to be high when levels exceed 3,000 parts per million (ppm). Based on testing performed on selected samples, soluble sulfate levels at the site range from less than 100 ppm to 2,253, indicating negligible to moderate soluble sulfate levels. In soil, soluble sulfates are often encountered in concentrated banks or seams, generally in the form of gypsum. As site grading is performed, these areas of concentrated sulfates are likely to be randomly distributed throughout the site. When soluble sulfates come into contact with calcium (supplied by lime or cement during subgrade treatment) and water, a process commonly referred to as "sulfate -induced heave" will occur. In this process, a chemical reaction releases aluminum from the soil, forming a material called ettringite which causes large volume increases. The rate at which the reaction occurs is highly variable and is primarily dependent on the availability of the reagents and the size of the soluble sulfate crystals. It can occur in as little as 10 to 12 hours, or take years to fully manifest itself; however, with sufficient supply of the reagents, the reaction is typically complete within 4 to 5 days. R NE J" 5 ANALYSIS OF SITE AND FOUNDATION ALTERNATIVES Foundation alternatives have been evaluated based on site -specific geotechnical conditions, proposed development plans, and known design preferences. 5.1 Geotechnical Analysis Subgrade preparation and foundation fill elements are critical components of all foundation systems. Foundation alternatives for the proposed buildings have been evaluated based on the following engineering criteria: • Bearing capacity • Settlement potential • Volume change (shrink -swell) potential The rate and magnitude of volume change is controlled by the rate and extent of wetting and drying cycles. Volume change potential is affected by moisture change potential, clay mineralogy, material density, soil structure, hydrogeologic environment, and confining pressure to swell pressure ratios. Moisture change potential, material density, and soil structure can be modified and controlled; and clay content, hydrogeologic environment and confining pressure can be managed to limit volume change as necessary for each foundation alternative. These are key factors in the ground modification elements of foundation alternatives when evaluating various foundation designs. The primary provisions for managing the hydrogeologic environment are long-term stabilization of subgrade moisture levels, and management of desiccation risk. A limited hydrogeologic assessment of the vadose zone indicates the primary source of subsurface moisture is likely periodic groundwater from the detention ponds, supported by seasonal surface water infiltration. The abundance of granular soil identified in the borings can impede or break the capillary action and reduce the opportunity for continuous moisture supply from a water source at depth. Given the geologic setting, such impedances are expected across the site. The site is generally undeveloped and relatively open. Free water was encountered in borings B-80 and B-104. Deeper borings and/or open piezometers would be required to further evaluate for the presence of groundwater beneath the site. The average soil moisture profile across the project site at the time of sampling is illustrated below. Figure 2: Average Soil Moisture Profile 20 18 16 v 3 14 Ln +n 12 10 INN 8 ■ 0-2' ■ 2-4' ■ 4-6' ■ 6-8' ■ 8-10' ■ 13-15' RINE r arc ur�ra rar .rr> ■ 18-20' Foundation systems often require ground modification within the vadose zone. Each ground modification element includes provisions for limiting moisture content variation, and preparing for its effects. The following ground modification elements were evaluated for slab foundations: • Need and extent of subgrade replacement / re -compaction fill, • Management and tolerance of in -situ conditions below ground modification depths, • Grade raise elements, • Strength and stability requirements of each foundation fill element; and, • Subgrade stabilization options. Analyses of volume change and settlement potential relative to the various foundation alternatives are summarized in the following sections. 5.2 Subsurface Volume Change Potential Direct measurement of soil expansion and the resulting swell pressures under the anticipated stress conditions is the most reliable way to account for the factors that control volume change within natural clay formations and assess swell -shrink conditions within the vadose zone. These analyses indirectly account for clay mineralogy, clay content, clay mix, soil structure, compaction states, and stress states. Measurement of swell pressures allows determination of ground modification requirements for foundation system design. For this study, an assessment of swell potential was conducted on samples recovered from various depths. Due to the generally shallow limestone, swell pressure testing was not performed. Swell test results are summarized in the table below: R E •ar r•• Table 3: Swell Test Details Depth Plasticity Total Moisture (%) Final Swell Boring (feet) Load (psf) Index Fines Initial Final Increase Void ( ) (%) Ratio B-1 2 375 50 93 19.7 26.9 7.2 0.73 2.3 B-3 4 625 15 35 11.7 22.5 10.8 0.61 0.0 B-6 4 625 -- -- 17.3 28.3 11.0 0.76 5.5 B-7 2 375 30 82 12.0 25.2 13.2 0.68 0.0 B-9 8 1125 22 84 26.0 29.7 3.7 0.80 1.8 B-20 4 625 15 92 10.4 21.9 11.5 0.59 0.6 B-22 6 875 22 94 12.9 19.9 7.1 0.54 7.9 B-23 2 375 43 89 18.4 33.2 14.8 0.90 4.4 B-28 6 875 21 89 10.8 15.4 4.6 0.42 2.3 B-43 2 375 28 93 9.5 28.2 18.7 0.76 0.0 B-56 8 1125 46 87 21.8 25.3 3.5 0.68 2.3 B-58 6 875 49 83 23.9 31.1 7.1 0.84 4.3 B-59 4 625 50 94 21.2 33.4 12.2 0.90 8.4 B-60 2 375 44 95 20.5 26.3 5.8 0.71 4.6 B-63 2 375 47 94 26.8 38.4 11.7 1.04 7.7 B-64 6 875 55 90 20.8 29.8 9.0 0.81 7.3 B-65 8 1125 48 90 17.1 25.0 7.9 0.68 2.8 B-66 6 875 45 91 17.3 25.8 8.5 0.70 8.1 B-70 8 1125 48 61 17.0 23.3 6.2 0.63 4.8 B-71 4 625 42 95 18.0 27.1 9.1 0.73 8.6 B-72 6 875 -- 70 6.3 27.4 21.1 0.74 0.0 B-75 2 375 59 85 19.4 31.5 12.1 0.85 7.2 B-79 4 625 37 89 14.2 27.2 13.0 0.74 8.5 B-80 6 875 -- 90 20.7 27.1 6.3 0.73 4.3 B-81 8 1125 44 89 17.7 22.7 5.0 0.62 3.3 B-84 2 375 26 85 7.7 23.4 15.7 0.63 0.4 B-88 6 875 69 94 22.3 31.0 8.7 0.84 6.6 B-89 4 625 54 94 20.6 31.2 10.6 0.84 6.3 B-90 8 1125 41 100 20.4 22.9 2.6 0.62 0.2 B-91 2 375 -- 89 13.5 25.0 11.6 0.68 1.1 B-95 4 625 -- 50 4.8 23.8 19.0 0.64 0.0 B-97 2 375 19 86 9.1 24.9 15.9 0.67 3.4 B-100 2 375 -- 67 13.8 29.3 15.5 0.79 1.7 B-103 4 625 -- 82 20.4 29.2 8.8 0.79 4.6 R N E Depth Load Total Plasticity Moisture Final Swell Depth Boring (feet) (psf) Fines Index (%) Void (%) Boring (feet) N Ratio B-104 6 875 -- 92 27.2 33.5 6.3 0.91 1.9 B-105 2 375 -- 97 21.0 32.7 11.7 0.88 11.5 B-106 0 125 -- 96 22.9 28.7 5.8 0.78 2.0 The swell test results generally indicate low to high swell potential with sufficient moisture increase. Estimated swell pressures of approximately 1,500 to 5,000 psf were used in our evaluation of the Stratum I soils at the site. An average swell potential of approximately 4 percent was determined for design analyses. The resultant Potential Vertical Rise (PVR) was found to range from negligible to about 6 inches. As an additional means of evaluating subgrade swell potential, Potential Vertical Rise (PVR) estimates were also performed in general accordance with the Texas Department of Transportation (TxDOT) Test Method Tex-124-E. The TxDOT method is empirical, assumption - based, generalized, and based on correlations with the Atterberg limits, density, and moisture content of the soils at the time of the investigation. All conditions influencing swell potential are not accounted for in this procedure. The procedure was applied to an estimated 12-foot deep active zone (limited by the depth to limestone in many areas), for soils in a dry moisture condition. Based on the TxDOT method, the estimated PVR is approximately 1 to 6 inches. Based on the PVR analyses, the following parameters have been used to evaluate foundation design alternatives: Table 4: Untreated Subgrade Movement Potential Design Depth Estimated Stratum I Untreated Swell Material (feet) Swell Pressure (psf) Potential (inches) Native Clays Up to 4 feet 1,500 to 5,000 1 to 6 Based on the subsurface profile encountered mostly along and near the flood plain/pond area in the central portion of the site, subgrade modification will be required to achieve the design PVR of 4'/2 inches or less. For the lots identified, the subgrade should be excavated to a depth of 4 feet below final pad elevation and replaced using the controls outlined in Section 8.3.1 later in this report. A detailed listing of the Blocks and Lots in provided in Table 5 below: R E r arc ur�ra rar .rr> Table 5: Lots Requiring Subgrade Modification Block Lots B 27 through 41, 62 through 65 and 86 and 87 D 1 and 2 E 5 through 10 1 1 through 14 J 1 through 13 and 24 through 32 K 1 through 32, 64 through 67 and 74 through 79 M 1, through 9, 19 through 22 and 25 though 27 Plate A.3b in the appendix graphically illustrates the boring numbers and associate blocks and lots where subgrade modification will be necessary for the lots reflected in the Table above. 5.3 Seismic Site Class The site class for seismic design is based on several factors that include subsurface profile, shear wave velocity, density, relative hardness, and strength, averaged over a depth of 100 feet. The borings for this project did not extend to a depth of 100 feet; therefore, we assumed the conditions below the depth of the borings to be similar to those encountered at the termination depth of the borings. Based on Section 1613.2.2 of the 2018 International Building Code and Table 20.3-1 of ASCE 7-16, we recommend using Site Class C (Soft Rock/Stiff Soil) for seismic design. 6 FOUNDATION SYSTEM RECOMMENDATIONS Design evaluations have been made for the building foundation systems based on our current understanding of the project and the available subsurface information. The proposed residential buildings may be supported on slab foundations bearing within controlled fill, suitable native soil and/or limestone rock. A schematic cross-section of the foundation system is provided below. Figure 3: Residential Slab Foundation Cross Section Schematic F, �r�� [lrrede t u rraaom�t [ s _ 1 cYe„ �s rala Ha191 ai �.� _��lea7'er�C . Urf"Iww Ground modification should be completed as required for the designated Blocks and Lots stated earlier and reflected on Plate A.3a. It is not necessary to over -excavate subgrade that is R hl E comprised of limestone for any purpose. All fill should be place using the Rone Earthwork Controls (REC'sTM) provided in this report. Subgrade compaction will result in the following ground stability improvements when constructed as recommended in this report. These parameters should be used for design of the structural foundation system. Surficial clays with increased swell potential were identified from existing site grades in select borings as indicated in Table 5: Lots Requiring No Subgrade Excavation below: Table 6: Summary of Estimated Ground Improvement Thickness from Estimated Swell Swell Potential at Material Final Pad Elevation Pressure (psf) Finished Pad (inches) (feet) Imported Fill (if used) Negligible Negligible Negligible Recompacted RECTM Subgrade 0 to 4 800 '/2 Native Soils 20+ 1,500 to 5,000 1 to 3'/2 6.1 Ground Modification and Subgrade Treatment Modification of the existing subgrade material is designed to control the building pad subgrade and provide an improved foundation bearing material. Any grade raise fill used to achieve final pad elevations serves a similar purpose. Over -excavation will be required in the areas referenced in Table 5 earlier in the report. All fills should be placed using the compaction controls recommended in this report. Controlled fill should extend at least 5 feet laterally beyond the proposed residential buildings to allow for adequate edge preparation. Determination of the compaction energies enables this control, along with compaction efficiencies required for the existing soil property ranges. Effective construction controls for the proposed fill elements are provided in Section 8 Construction of Subgrade Fills. Estimated construction performance and results are also included. 6.2 Subgrade Recompaction The subgrade recompaction is designed to restructure the cohesive soils such that strength and volume change can be better controlled. Determination of the compaction energies and compaction efficiencies required for the existing soil property ranges allow this control. Effective construction controls for the proposed fill elements are provided in Section 8 Construction of Subgrade Fills. Estimated construction performance and results are also included. R NE 6.3 Excavation Safety Considerations All excavations should be sloped, shored, or shielded in accordance with Occupational Safety and Health Administration (OSHA) requirements. In accordance with Texas state law, the design and maintenance of excavation safety systems is the sole responsibility of the construction contractor. OSHA Standards 29 CFR — 1926 Subpart P, including Appendices A and B, should be referenced for guidance in the design of such systems 6.4 Foundation Structure Slab foundations bearing in controlled fill, suitable native soil or limestone rock may be used to support the proposed residential structures provided fill construction and testing is performed as recommended in this report. Ground movement potential will be limited with the recommended design provisions; however, the grade -supported slabs should be designed to accommodate the estimated potential vertical ground movement. A moisture barrier should be placed immediately beneath the concrete slabs. 7 SITE PREPARATION FOR CONSTRUCTION 7.1 General Existing foundations, structures, deleterious materials, debris, utilities and other manmade features should be removed, and existing utilities should be relocated in accordance with the project plans and specifications. All vegetation and organic matter should be removed from within the proposed construction limits, including tree stumps and root systems. Unless otherwise indicated in the specifications, all materials resulting from clearing and grubbing operations should be properly disposed. In no case should any organic or deleterious material be used within the earthworks or fill materials, or permanently placed onsite except where authorized by the geotechnical engineer. 7.2 Excavations All excavations should be performed to the limits and grades indicated in the design documents. This study was not performed to evaluate the difficulty of ripping, processing and/or excavating the on -site materials, or estimating the volume of those excavated materials. The earthwork contractor should have experience in construction and excavation within these materials. The contractor must use his or her own experience when making decisions regarding means, methods and costs to accomplish the proposed construction, including excavation tools, excavation rates, and number of trucks. R NE 8 CONSTRUCTION OF SUBGRADE FILLS Soil fill elements are critical components of any foundation system. Strength and stability of the fill are essential to limiting subgrade movements below foundations, floor slabs, and pavements. Mechanical soil compaction is designed to improve the engineering properties of soils; however, inadequate fill control methods often do not achieve the desired compaction during construction. The soil construction specifications in this report provide for effective compaction control, including direct data verification and real-time control. The fill construction specifications provided in this report are designed for the specific geotechnical requirements of this project. The specifications provide the construction controls needed to prepare cohesive fills for saturation and drying potential. If the specified controls are not properly implemented, the fills will be vulnerable to strength loss and swell with saturation, and potential shrinkage from drying. The initiation of shrinkage or swelling can lead to increased shrink -swell cycles with moisture variation. The design of these soil compaction specifications includes estimates of compacted soil properties corresponding to varying compaction energies and compaction efficiencies, enabling assessment of the final compacted performance of the fill. The construction specifications below will prepare the fills for potential saturation; however, the environments of these fills must maintain generally moist conditions without excessive drying. In many cases, equilibrium moisture ranges can be established during construction, but in other cases equilibrium moisture cannot be achieved without maintenance following construction. Potential maintenance requirements for fills on this project are discussed in Section 12 Site Completion and Maintenance. 8.1 Subgrade Preparation After site clearing, the exposed subgrade should be prepared for construction of foundation fills. All areas that will underlie foundations, floor slabs, or pavements will require ground modification as presented in the following sections. Exposed subgrades in cut areas of 3 feet or less should be scarified to a depth of 8 inches and recompacted wet of the optimum moisture content at full compaction in construction, to at least 95 percent of maximum density in construction, as generated by a CAT 563 footed compactor or approved equivalent. Field verification testing will be conducted in accordance with Section 8.4 Quality Control and Field Verification Testing. Any areas where the specified properties are not achieved often indicate a soft or low modulus subgrade is present below the compacted lift. R NE If testing confirms that soft soils underlie any section of the recompacted surface, those sections should be overexcavated and recompacted in lifts as required by the Geotechnical Engineer. It is not necessary to over -excavate limestone exposed within the upper 3 feet. 8.2 Subgrade Fill Construction All foundations and pavements include a structural fill element. These fill elements are critical to ground modification requirements and the strength and stability of each foundation. Fill construction requirements depend on the design purpose and service conditions of each fill. Each fill element must be constructed to achieve the properties required for the long term stability of each foundation. Each completed lift of fill should be maintained at the recommended moisture level until placement of subsequent fill or permanent protective cover such as pavement or floor slabs. 8.2.1 Project Fills The fill elements identified for this project are listed below: • Recompaction of existing subgrade and grade raise below the floor slabs and pavements • Utility trench backfill • General fills for site grading and drainage 8.2.2 Fill Material Requirements The following table provides general property requirements and applications for the cohesive soils that may be used as fill on this project. Table 7: Fill Material Material Source I Property Ranges I Use Native Soils On -Site N/A Building and Pavement Subgrade Select Fill Import CL: 15 <_ PI <_ 35 or Flexible Base Building Pad Cap Percent silt <_ 20 /o (optional) Silt soil classifications are not acceptable. Gravel content should be generally less than 45 percent. Fill should be free of organics, debris, large rocks, and deleterious material. 8.2.3 Borrow Selection Rone can assist the contractor in the selection of borrow sources and compactor pairings in order to reduce moisture amendment needs during construction. With this assistance, allowable soil property limits may also be expanded by matching the compaction energy of specific compactors with the borrow materials. R NE For improved control and more consistent fill properties, stratified borrow sources approved for use as fill material should be excavated and processed in a manner to produce consistent mixing and increased uniformity of the fill materials. The Geotechnical Engineer of Record can provide additional guidance for this as needed. 8.3 Fill Construction Specifications In general, all fill soils should be placed in consistent loose lift thicknesses, and fully and uniformly compacted across each lift. The moisture content at the time of compaction should be wet of the optimum moisture content in construction as defined by the field compaction curves provided in this report. Any moisture adjustments that are required should be completed before compaction. Each lift should be compacted using at least the minimum number of passes required to achieve full compaction as specified by the Geotechnical Engineer of Record. The compaction specifications for soil construction provided in this report have been developed for each fill expected on this project. These specifications are based on the predetermined compaction performance of specific compactor and soil combinations relative to the known project design requirements. The recommended controls have been developed based on source soil and moisture ranges determined during the site exploration, and typical compactors suitable for these fills and fill volumes. The specifications employ family -of -curve methods for compaction curves produced during construction in order to use the compactor's performance for control and accommodate soil variation during construction. RECTM Compaction Design Reports supporting this analysis, along with the resulting process control requirements, are included in the appendix of this report. The design charts provided in the appendix are based on a whole site design as well as two zones defined by the changes in the plasticity of the soils. The zoned charts have been provided as a reference, and should not be used during construction until grading plans can be reviewed. The construction specifications and illustrations of the performance, range and limits of construction for each fill type are provided below. At the end of this section, a summary table is provided as a quick reference for the fill specifications. Additional information can also be provided regarding alternative compactors to account for changes during construction and optimal selection by the earthwork contractor. All completed lifts should be protected by subsequent lifts placed as soon as practical during construction. Completed lifts to be exposed more than 1 day should be kept wet with light water application. Completed lifts damaged by desiccation, erosion, construction traffic, or other R NE J" disturbances should be scarified and re -compacted according to the process control requirements for that particular fill. 8.3.1 Recompaction of Existing Subgrade and Grade Raise Below Buildings All fills should be placed using the compaction controls provided below. For the designated lots in Table 5 and reflected on Plate A.3b, the upper 4 feet of the building pad subgrade from the final pad elevation should be over -excavated, then fully and uniformly compacted wet of the optimum moisture content during construction using a footed compactor equivalent to a CAT 563, or as approved by the Geotechnical Engineer of Record. All fill should be compacted in 9-inch loose lifts to at least 95 percent of the maximum dry density in construction and to an air content not exceeding 7.1 percent. The optimum moisture content and maximum density in construction should be determined from the field moisture -density curves (field compaction curves) generated by the compactor for the range of soils used in construction. This family -of -curve range for the specified compactor energy is provided by the Geotechnical Engineer of Record. Compaction Performance and Design Chart 1a provides the performance and design construction range for the specified compactor and the in -situ moisture ranges relative to the design moisture range for construction for the site. This range can be refined with more soil information prior to or during construction. A diagram of the compaction specification is provided on Compaction Control Chart 1 b. The Compaction Control Chart includes the required construction range and minimum number of passes required for full lift compaction. The construction range provided is only valid for full compaction using at least the minimum number of passes. Additional control specifications are also noted on the chart. It is critical for the strength and stability requirements of the fill that each lift is fully and uniformly compacted using at least the minimum number of passes for the compactor -soil range combination. Chart 1 b can be used as a separate reference during construction. The RECTI Compaction Design Reports covering the soil ranges at the site are included in the appendix. 8.3.2 Utility Trench Backfill Utility trench backfill may consist of on -site clay uniformly compacted in 6-inch loose lifts wet of the optimum moisture contents in construction at an air content not exceeding 7.1 percent. Optimum moisture is determined from representative standard Proctor curves normalized on the lab line -of -optimums for the soil range used, and corrected according to standard dry unit weight relations. Use hand -operated compaction equipment approved by the Geotechnical Engineer of Record. The family -of -curves and construction acceptance range will be provided by the Geotechnical Engineer of Record. The general performance, range and limits of this construction using an approved compactor are illustrated on the Compaction Performance and Design Chart 2a, and on the Compaction Control Chart 2b. This information should be confirmed prior to construction using additional subsurface information. 8.3.3 Existing Pond Excavation and Backfill We understand that the existing pond will be backfilled and a majority of the backfilled area will be located within the proposed residential house pads. In order to provide a subgrade surface suitable for compaction of new fill, we recommend excavating at least 3 feet below the base of the pond and disposing of the soft soils removed from the excavation. The base of the excavation should be proofrolled prior to placement of fill. Soft areas encountered during the proofroll should be excavated until firm material is encountered. The sides of the pond overexcavation should be benched into suitable soil at a 3H:1V effective slope, with bench widths large enough to accommodate the recommended compaction equipment. New fill material should be placed and compacted according to the guidance provided in Section 8.3.1 Subgrade and Grade Raise for Building Foundations and Pavement Areas and illustrated in Charts 1 a and 1 b in the Appendix. 8.3.4 General Site Fills for Site Grading and Drainage General fill for grading and drainage may consist of native clay compacted in 12-inch loose lifts using the available earthwork equipment. Use visual controls for wet -of -optimum compaction. Surficial topsoil in landscape areas does not require additional compaction beyond that produced incidentally during spreading and grading. 8.3.5 Compaction Specification Summary The following summary table is provided for quick reference purposes. The table does not fully encompass or replace the compaction specifications provided for each fill in the sections above. Table 8: Compaction Specification Summar Fill Building Pad and Pavement Subgrade Utility Trench Backfill General Site Grading Material On -Site Soil CAT 563 6 9 8 7.1 94 14.0 3,100 On -Site Soil Hand operated NA 6 NA 7.1 92 15.5 NA On -Site Soil NA NA 12 NA NA NA NA NA Compactor Minimum Foot Length (inches) Maximum Lift Thickness (inches) Minimum Number of Passes Maximum Air Voids (%) Minimum Dry Density (pcf) Minimum Moisture Content (%) Min. Compacted Strength (psf) R hl E 8.4 Quality Control and Field Verification Testing Before fill construction, the property ranges of fill materials should be determined using index property testing. During construction, index properties should be obtained periodically and upon changes in material, color, texture, or excavation procedures. Field compaction curves should be obtained upon unexpected changes in soil properties, compactor, or lift thickness, and at minimum frequencies recommended by Rone based upon the property ranges of each fill material and expected variations. Borrow material sampling during construction should be planned and coordinated to fit the required production rates, and generally at least two days in advance of the compaction of corresponding fill lifts. Rone should monitor compaction and conduct verification testing during all fill construction. Verification testing of compacted lifts should be conducted at appropriate frequencies to ensure that compaction controls are satisfied and design requirements are achieved in construction. The engineer should monitor the number of compactor passes, lift thickness, air content, moisture and density for each fill. We recommend that Rone assist in developing a work plan for effective process controls designed for engineering requirements, the construction plan, production needs, and direct data verification records. We strongly encourage Rone be included in the pre -bid process with earthwork contractors to provide guidance in regard to fill controls for this project. A pre -construction meeting including the general contractor, earthwork contractor and soils engineer is critical to an effective launch of the project. Nuclear density gauges are recommended for field testing of compacted lifts. Rone will provide the specific gravity (Gs) values required for each fill, based on compactor performance and the soil variation expected during construction. The Geotechnical Engineer must also be able to monitor the specific gravity setting remotely in real-time based on the gauge readings in the field. 8.5 Construction Oversight Design requirements and recommendations presented in this report are based on critical controls during the earthworks and soil construction process. The monitoring required to verify the controls are correctly implemented is essential to proper fill construction. The requirements of this report are based on limited geotechnical, geologic and hydrogeologic information about the subsurface conditions. Subgrade conditions have been interpolated between borings and subsurface testing locations. Anomalies are often encountered during construction. The potential for subsurface R NE variation from the conditions used for design could result in design changes and/or increased geotechnical risk during and/or following construction. We recommend that Rone be retained to provide the controls needed for proper soil construction, monitor earthwork operations, observe foundation construction, evaluate materials, and conduct periodic testing during the soil construction phase of the project. Use of grade stakes or GPS controls on earthwork equipment can aide in controlling required lift thicknesses. This enables the geotechnical engineer to verify design conditions, manage geotechnical risks, verify compliant construction, adjust design requirements when unanticipated conditions are encountered, assist the builder, and represent owner interests. 9 BUILDING FOUNDATION STRUCTURE 9.1 Slab Foundation Design The proposed residential structures may be supported on ground supported foundations consisting of a conventionally reinforced beam and slab system or a post -tensioned slab foundation system, provided the estimated floor movements can be tolerated. The foundations should be designed with exterior and interior grade beams adequate to provide sufficient rigidity to the foundation system to tolerate the potential vertical movement of the foundation subgrade. A net allowable soil bearing pressure of 3,000 psf may be used for design of all grade beams bearing in tested and approved controlled fill, suitable native soil and/or limestone rock. Exterior grade beams should bear at least 18 inches below final grade. The bottom of the beam trenches should be free of any loose or soft material prior to the placement of the concrete. All grade beams and floor slabs should be adequately reinforced for eccentric loading that could occur from potential differential subgrade movement. Design criteria for the foundation slab have been estimated according to the Post Tensioning Institute (PTI) based on the methods described in their most recent manual for designing slab -on - grade foundation systems. An effective PI of 50 may be used for design of a conventionally reinforced concrete slab foundation. Recommended PTI foundation design criteria for a Thornthwaite Moisture Index (TMI) of zero are tabulated below: R NE J Table 9: PTI Design Parameters Parameter I Condition I 4%-inch PVR Center Lift 6.7 Edge Moisture Variation Distance, em (feet) Edge Lift 3.7 Center Lift 1.8 Differential Soil Movement, yn, (inches) Edge Lift 2.1 Once grading plans have been completed the site may be able to be divided into zones with lesser PVR than 4'/z inches. The PTI method incorporates multiple design assumptions associated with derivation of the variables needed to estimate the foundation design criteria. The PTI method of estimating differential soil movement is applicable when subgrade moisture conditions are controlled only by the climate on well -graded building pads (i.e. proper site drainage, properly lined landscaped areas, no utility water leaks or other free water sources). As soil moisture increases, the soils may swell. The PTI design method is intended to provide stiffened foundation systems that can perform well under typical natural changes in soil moisture. The differential foundation movements resulting from seasonal soil moisture variations are typically much lower than movements that occur due to free water sources near or beneath the structure, which are not directly addressed by the PTI design method. 10 DETENTION / RETENTION POND In general, the purpose of a detention pond is to temporarily store rainfall runoff and release the water at a controlled rate. Depending on the site, project, global stability considerations, environmental regulations and owners' expectations, the detention pond may need to have a low rate of infiltration into the ground. A detailed hydraulic conductivity (permeability) study was not included in our scope of services; therefore, the following recommendations should be considered as general guidelines for water retention, and not as an assurance that the retention pond will maintain a constant water surface elevation. Rone would be pleased to provide these as additional services if the Owner desires. If permanent water storage is desired (retention pond), a pond lining will be required. The lining may consist of clay soils, a synthetic liner, or a combination of these. If a clay liner option is selected, we recommend the material should have a liquid limit greater than 50 and a plasticity index greater than 30. Based on the boring results, such materials are available at the site. The subgrade preparation and clay liner construction should follow the recommendations in Section 8 Construction of Subgrade Fills. Liner construction must be conducted wet -of - optimum moisture contents in construction, with full lift kneading and full compaction with sufficient compaction energy. The compacted thickness of the liner should be at least 2 feet. Portions of the clay liner above the permanent water elevation will be subject to typical shrink/swell behavior. The clay liner should be irrigated to maintain sufficient moisture levels and prevent the liner from drying and experiencing the formation of shrinkage cracks. The ponds slope should be kept at 3H:1V, or flatter, or as required by the City of Fort Worth. 11 LATERAL EARTH PRESSURES Retaining walls or below grade walls for swimming pools will be subjected to lateral pressures from soil backfill. Lateral earth pressures will be influenced by structural design, conditions of the wall restraint, methods of construction and/or compaction, the type of materials being retained, and drainage conditions. Walls that will be restrained from movement and rotation (rigid wall) should be designed using at -rest earth -pressures. The equivalent fluid pressures (triangular distribution) provided below may be used for horizontal backfill in a drained condition. To design for a drained condition, the wall must include an adequate drainage system. The provided equivalent fluid pressures do not include a Factor of Safety and do not provide for dynamic pressures on the wall. Figure 4: Lateral Earth Pressure Diagram For active pressure mvement S = Surcha e — 4 �--(0.002 F 1 to 0.004 H) For et -rest pressure - No Movement Assumed Horizontal ! Finished ` Grade..- -.::• H l Horizontal !f = Finished Grade 1 pi- Retaining Wail 1 R Nl E J Material Free Draining Granular Soil On -Site Clay Soil Table 10: Lateral Earth Pressures Condition Equivalent Fluid Pressure, pcf Undrained At -Rest, k = 0.45 55 90 Active, k = 0.30 38 81 At -Rest, k = 0.79 100 112 Active, k = 0.67 84 104 Conditions applicable to the table above include: • A maximum in -situ total unit weight of 125 pcf • Properly compacted horizontal backfill • No surcharge loads (construction equipment, pavement, footings, floor slabs, etc.) The values provided in the table above are for a full "wedge" of material behind the wall, where the backfill extends horizontally 1 to 2 feet away from the bottom of the wall and then slopes upward and away from the wall at a slope of 1 H:1 V (horizontal to vertical), or flatter. The location and magnitude of permanent surcharge loads (if present) should be determined, and additional pressures generated by these loads should be considered during design. Surcharge loads can be factored using the appropriate earth -pressure coefficient values provided in the table above. 11.1 Wall Drainage Retaining walls, or below grade walls should be expected to collect water due to condensation, surface water infiltration, and other means. Drainage should be provided behind all below grade walls to reduce the development of hydrostatic pressure and limit saturation of the backfill and foundation soils. Collector pipes should be placed at or slightly below the bottom level of the wall to prevent the collection of water in the drainage material beneath the collector pipes. Pipes should connect to a sump or gravity drainage system to prevent the accumulation of water behind the walls. Gravity lines should include a backflow preventer to block water from being transmitted into the drainage layer in the event of flooding near the gravity outfall. The drainage material should consist of free -draining, clean, granular fill. This material should be compatible with ASTM C33, sizes 4 through 9. The drainage layer should extend at least 12 inches from the back face of the wall. A geosynthetic wrap should enclose the granular backfill to reduce the infiltration of fines. The top 2 feet of backfill should consist of clay materials with a plasticity index of 25 or more, compacted as recommended in the charts based on the zoning R 11NIE location, and extending at least 5 feet beyond the wall excavation to reduce surface water infiltration into the underlying fill. 11.2 Wall Backfill Free -draining backfill soils should be placed in maximum lifts of 1 foot and lightly consolidated by use of a small hand -operated compactors or other appropriate methods to adequately compact the backfill. Heavy compactors and grading equipment should not be allowed to operate within 15 feet of the crest of the wall to avoid developing excessive additional temporary or long-term lateral soil pressures. If onsite clayey soils are used, these materials should be placed in maximum 6-inch lifts and compacted as recommended in the charts based on the zoning location. 12 PAVEMENTS This report includes recommendations for rigid pavements. While some minor differential movement should be anticipated, if the provisions of this report are strictly adhered to in construction, the pavement subgrades can be expected to be relatively stable. To the extent the provisions of this report are not adhered to in construction, increased risk of ground movement should be expected. Design of the proposed pavement sections should factor the performance of the subgrade construction provided for in this report. 12.1 Rigid Pavements This report includes recommendations for rigid pavements. Maintenance requirements over the life of the pavement are typically much lower for rigid pavements. Rigid pavements tend to be more durable and require less maintenance after construction, and rehabilitation/reconstruction of the pavement section is not typically considered a part of the pavement life cycle. When designing proposed pavement sections, subgrade conditions must be considered, along with expected traffic use/frequency, pavement type and intended design life. For this project, applicable traffic loading conditions and pavement design parameters were based on the City of Fort Worth Pavement Design Manual for an Industrial roadway classifications. A more precise design can be made if specific traffic loading information is provided. The following information was used in our analysis: R E aar �ar> Table 11: Pavement Design Input Parameters Item Value Roadway Designation Residential Annual Equivalent Single Axle Loads (ESALs) 35,000 Annual traffic growth (%) 0.5 Reliability, R (%) 85 Initial serviceability, p° 4.5 Terminal serviceability, pt 2.00 Design life (years) 25 Concrete modulus of rupture, S'c (psi) 620 Concrete modulus of elasticity, Ec (psi) 4,000,000 Standard deviation, S° 0.39 Load transfer coefficient, J 3.0 Drainage coefficient, Cd 1.0 Treated modulus of subgrade reaction, k (pci) 220 The pavement thickness determinations were performed in general accordance with the "AASHTO Guide for the Design of Pavement Structures 1993 edition" using the WinPAS 12 software from the American Concrete Pavement Association (ACPA). The minimum pavement sections are presented in the table below. Table 12: Rigid Pavement Sections Material Thickness (inches) Jointed Reinforced Concrete 6 Lime Treated Subgrade 6 The concrete pavement should have between 4 and 6 percent entrained air. We recommend a minimum concrete compressive strength of 3,600 psi. Hand -placed concrete should have a maximum slump of 6 inches. A sand leveling course should not be permitted beneath pavements. All steel reinforcement, dowel spacing/diameter, and pavement joints should conform to City of Fort Worth standards. 12.2 Pavement Base Course We recommend 6 inches of treated subgrade beneath concrete pavements. At this time, we estimate approximately 6 to 8 percent hydrated lime by weight (27 to 36 pounds per square yard for a 6 inch thickness) will be required to adequately treat the pavement subgrade, though the actual lime requirement should be determined based on the in -place soil properties and soluble sulfate levels after the pavement subgrade has reached final grade. Lime treatment should be R 0E, performed in accordance with Rone Specification 400, included in Appendix B. Lime treated subgrade should have a PI between 7 and 20. The treated subgrade should extend a minimum of 2 feet outside the curb line. This will improve the edge support of the pavement and reduce the effects associated with shrinkage during dry periods. Sand or other granular fill should not be used as a leveling course beneath the pavement, as these more porous materials increase water migration beneath the pavement, causing heave and strength loss of the subgrade. 12.3 Pavement Construction and Maintenance Recommendations It is important that the recommended moisture content and compaction be maintained until the concrete is placed. Maintenance after construction should include regular observation to identify and seal cracks. A flexible joint material should be used to seal cracks as they degrade, which can occur during the design life of pavements. 13 SITE COMPLETION AND MAINTENANCE 13.1 Site Grading and Drainage The geotechnical design for this project includes a limited assessment of hydrogeologic conditions and intends to provide for efforts to maintain stable, moist subgrade conditions after construction. Site grading and drainage should support this intention where possible. Drainage should be efficient in paved areas and less efficient in lawn and landscape areas. Roof runoff should be collected by gutters and downspouts, and discharge onto paved areas draining away from the buildings. 13.2 Landscaping and Irrigation Subgrade moisture levels should be maintained around the building perimeter before and during construction. Irrigated landscaping and lawn areas are recommended with even distribution around the structures. Irrigated areas will serve as supplemental moisture sources surrounding the foundations and pavement areas. Accordingly, regular and uniform irrigation will be required in these areas, particularly during dry and hot weather periods. We do not recommend the use of landscaping against or around the exterior of the foundations, as landscaped areas can adversely affect subgrade moisture. Landscaped areas can create both R NE saturated and desiccated conditions that cause localized differential movements and the formation of cracks. If used, landscaping should be kept as far away from the foundation as possible and positive drainage must be maintained. Landscaping elements (such as edging) must not prohibit or slow the drainage of water. When feasible, irrigation lines and heads should not be placed in close proximity to the foundation to prevent the collection of water near the foundation or flatwork, particularly in the event of leaking lines or sprinkler heads. Trees and large vegetation should not be placed near structures or movement -sensitive flatwork. The root systems of these plants can remove relatively large quantities of moisture from the subgrade soils, causing localized soil settlement. The desiccation zone varies by tree size and species, but trees should generally be set back at least 1'/2 times the mature tree height, and in no cases should the drip -line of the mature tree extend over or within 15 feet of roof lines. 14 STUDY CLOSURE The analyses, conclusions and recommendations contained in this report are based on site conditions as they existed at the time of the field exploration and further on the assumption that the exploratory borings are representative of the subsurface conditions throughout the site with little variance beyond that found by the borings. If different subsurface conditions from those encountered in our borings are observed or appear to be present in excavations, Rone must be advised promptly so that these conditions can be evaluated and our recommendations can be reassessed as may be necessary. If there is a substantial lapse of time between submission of this report and the start of the work at the site, if conditions have changed due either to natural causes or to construction operations at or adjacent to the site, or if structure locations, structural loads or finish grades are changed, Rone should be promptly informed and retained if necessary if the changed conditions warrant review and reassessment. It is important that Rone be retained to assist in design reviews or review those portions of the plans and specifications that pertain to earthwork and foundation systems for this particular project to ensure the plans and specifications are consistent with the controls and recommendations provided in this report. It is also advised that Rone provide oversight and monitoring services during construction to ensure that the controls required for design requirements during earthworks construction are provided correctly and implemented effectively. This report has been prepared for the exclusive use of the client and their designated agents for specific application to design and construction of this project. We have exercised a degree of care and skill exceeding that ordinarily exercised under similar conditions by reputable members of our profession practicing in the same or similar locality. The engineering services and solutions provided herein are considered advanced, and while design and construction controls are improved, no warranty, expressed or implied, can be made or intended. R E r arc ur�ra rar �rr> 15 COPYRIGHT 2022 RONE ENGINEERING SERVICES, LTD. This report provides advanced engineering services, and is in its entirety the sole property of the Client, Rone Engineering Services, Ltd., and its affiliates. Use of this report is subject to all applicable copyrights. This report may be used in practice or referenced by any project party as necessary, solely for the party's role on the project for which this report is prepared. Beyond that use, no part of this report may be copied, downloaded, transmitted, or otherwise reproduced or stored, in any form or means, except as permitted in writing by Rone Engineering Services, Ltd. Each reproduction of any part of this report must include all copyright notices, registered trademark (0) designations, and non -registered trademark (TM) designations. CHARTS '_7 21-25640 — Cattleman's Crossing, Fort Worth, TX — Full Site Moisture -Density -Air -Void Ratio Chart — CAT 563 Static / Dynamic High Setting, 9" Maximum Loose Lift, Full Soil Range 130 - 0.29 % % LEGEND �♦ Upper and lower optimum points at full compaction in construction — 037 '♦t 0 Midpoint optimum at full compaction in construction `• Line -of -optimums in construction covering the soil range to 4' design depth 125 — 0.34 • Compactor MEN- Predominant soil range to 4' design depth , ♦ performanceLine-of-optimumsextension for unexpected soil variation ♦ - 0.37 `, - - - - - - ZAV (SG - 2.68 assumed average, based on 2 tests) across soil range .................. %Air Voids (Na) 1;0 — 0.39 ♦♦ — 0.52 Void Ratio (e) w _ Design construction range —MC: 14-26%, Max %Air•Voids: 7.1%, Min Dry — O.R2 ` Aug free swell. 0 $ ±25% ♦�* Density: 94 pcf (designed to encompass SG: 2.65 — 2.70) 115 — 0.45 , � UCS: —3100 Ibs/$t2 ±20% `+♦ Notes: +` 1. Compactor performance is predetermined with generally good accuracy. `, 2. Compactor performance and control design is based on limited soil — 0.4-9 t +►, samples from on -site borings. These limited samples are assumed to be •� representative of the range of soils used for fill construction. � � 110 — 0.52 Maximum % Air Voids: 7,1.% '♦ 3. SC/CL/CH Soil Range: �♦ PI Range: 14 — 56 (predominant 21-46) ., aSG A `♦* %Grav —45%(predominant l Range:025 � �� %Gravel Range: 0-45% (predominant 1-17%) I-17%)) 105 — 059 4. In -Situ moisture range based on data from 10/2021. Predominant Soil Range: ■♦ 5. In -Situ gravel is accounted for on this chart. Avg free swell: 1.3 - 1.,$ ±25% ♦++ 6. Non -cohesive soils are not covered in this - 0.63 Avg UCS: -3900 - -61.00 IbS/fta ±20% '•+ plot. *� 7. Free swell does not equate to confined ��+ 10D — q,t,I swell. + - 0.72 + Avg free swell: 2.1. ±25% ++.+ UCS: -3300 IbS/ftz ±20% � ♦■*. 95 — 0,76 0.81 Design Moisture Range ; '+♦ -------------------- - - - - -- >, ++ iE- i 14.0% - 26.0% � ♦.+ ' Full in -Situ mange Predominant in -Situ Moisture ' Full In -Situ Moisture ' `♦+ iE-----------'E------------------------------>'--------------------------->' 0.9I (4' design depth) Range (to 4' design depth) ; Range (to 4' design depth) 8,5 - 0.97 0 5 10 15 20 25 30 35 Moisture Content ij9G} CHART 1a PROJECT NO: 21-25640 COMPACTION PERFORMANCE AND DESIGN CHART FILE NAME: E BUILDING AND SUBGRADE RECONSTRUCTION AND GRADE DRAWN BY: GH DATE: 1-28-2022 RAISE FROM CUT AREAS FOR FULL SITE REVISED BY: CJ DATE: 1-28-2022 EN6 EE�IMG CATTLEMAN'S CROSSING REVISED BY: DATE: NOT: 1972 Between N. Saginaw Blvd. and US HWY 287 Fort Worth, Texas APPROVED BY: CT DATE: 1-28-2022 21-25640 - Cattleman's Crossing, Fort Worth, TX - Full Site Moisture -Density -Air -Void Ratio Chart — CAT 563 Static / Dynamic High Setting, 9" Maximum Loose Lift, Full Soil Range 2S — aid • `• LEGEND - 0-31 ` - ZAV (SG - 2.68 shown) • .................. %Air Voids (N6a) 77f - �39 •'•� - a52 Void Ratio (e) �• I I Performance range - 042 Min. Moisture Content (14.0%) Control Specifications: ` - - - J > I `� 1. Performance range requires, and is only valid with, full compaction at wet-of- `` 115 - OAS optimum moisture contents in construction for the range of soils on site. `` 2. Fully compact in 9" maximum loose lifts with minimum of 8 compactor passes. ``•� - Qd9 3. Set density meter to 2.68 SG. '. 4. Maintain cleaner bar close to the drum. 5. Compact with static setting on compactor (vibrator turned off). 110 _ QS? �•� 6. Where gravel and sand are present in lifts, compact with high vibratory setting `. for the first 4 passes. Compact with static setting thereafter. 'w - Q55 7. When % air voids exceeds the maximum limit of 7.1%after lifts are fully "n Maximurn % Air Voids: 7.1% , •� compacted, the solution is always wetting and recompaction. 0 1��,-s - 0_5_4 �fN�fj�'+ 8. Moisture changes may only be made before compaction and on = scarified lifts. 9. Compacted lifts must be maintained in wet state after s~ - a63 compaction. w 10D - a67 , •`•ej 'A Min, Dry Density (94.0 pcf) > 90 — 4-86 - �`.�2AV (2.68) SS - a97 Notes: q' 1. Remove rocks, organics, and identifiable silt before lift placement. x - 1.03 2. Compaction controls are based on limited soil samples from on -site borings. These limited samples are assumed to be representative of the properties of these fill soils. 3. The controls on this chart reflect Family -of -Curve methods for compaction control. "A 80 — 1.09 5 _ '- 1 _ 20 = 35 Moisture Content (96] CHART 1b PROJECT NO: 21-25640 COMPACTION CONTROL CHART FOR CONSTRUCTION FILE NAME: R iL_ E BUILDING AND SUBGRADE RECONSTRUCTION AND GRADE DRAWN BY: GH DATE: 1-28-2022 RAISE FROM CUT AREAS FOR FULL SITE REVISED BY: CJ DATE: 1-28-2022 ° ! V CATTLEMAN'S CROSSING : REVISED BY: DATE: Between N. Saginaw Blvd. and US HWY 287 VAT- � a � ? Fort Worth, Texas APPROVED BY: CT DATE: 1-28-2022 21-25640 — Cattleman's Crossing, Fort Worth, TX — Full Site Moisture -Density -Air -Void Ratio Chart - D-698 Compaction Range for Full Soil Range 130 - •• LEGEND 03! ` • ` ••• Upper and lower optimum points at full compaction to construction • C) Midpoint optimum at full compaction in construction 125 - 0-34 ••� Line -of -optimums in construction covering the soil range to 4' design depth • Predominant soil range to 4' design depth `T ••, Line -of -optimums extension for unexpected soil variation Corrected/Stabilized �� ••* - - - - - - ZAV (SG -2.68 assumed average, based on 2 tests) r ?n _y ............•••••• %Air Voids (Na) Lab D-698 performance ^ 047 �• - 0.52 Void Ratio (e) across soil range ••` -- --� - -- - Design construction range - MC: 15.5 - 28.0%, Max % Air Voids: 7.1%, Min Dry 1IS - p.d5 I '' Density: 92 pcf (designed to encompass SG: 2.65- 2.70) t•�• Notes: a; — 0.49 t 1. SC/CL/CH Soil Range: C •• PI Range: 14 - 56 (predominant 21-46) 110 - 0.52 �••%Fines Range: 25 - 99% (predominant 56 - 94%) .� \ `+• %Gravel Range: 0 - 45% (predominant 1-17%) 7 - 0.56 t• 2. In -Situ moisture range based on data from 10/2021. •• 3. Non -cohesive soils are not covered in this plot. 4Z — 0.59 a — �63 Maximum %Air Voids: 7, % ��J► ,��, y Q! too - 0.6) % +�\ y G � 95 - D.Y6 • 0,91 Design moisture range ------------------=----- - - - - iE- 15,5% — 28,0% 2&+ 85 — 0.97 Fuil In -Situ Range Predominant In -situ Moisture Full In -Situ Moisture � IN E:------'-----L<-------------------------------��-------------------------- >� 1.03 (4' design depth) Flange (to 4' design depth) ; Range (to 4' design depth) $ SU - 1,09 15 20 35 Moisture Content (96j -`� CHART 2a PROJECT NO: 21-25640 FILE NAME: COMPACTION PERFORMANCE AND DESIGN CHART R E UTILITY TRENCH BACKFILL FOR FULL SITE DRAWN BY: GH DATE: 1-28-2022 i v _ REVISED BY: CJ DATE: 1-28-2022 < < F •c 4 CATTLEMAN'S CROSSING Between N. Saginaw Blvd. and US HWY 287 REVISED BY: DATE: Fort Worth, Texas APPROVED BY: CT DATE: 1-28-2022 21-25640 — Cattleman's Crossing, Fort Worth, TX — Full Site Moisture -Density -Air -Void Ratio Chart — D-698 Compaction Range for Full Soil Range 125 — a34 �% LEGEND — 0.31 * ZAV (SG — 2.68 shown) Air Voids (Na) 120 — 0-39 �% 0.52 Void Ratio (e) Acceptance range — 0-47— �% Control Specifications: 115 — 0.45 I `� 1. Acceptance range requires, and is only valid with, full compaction at wet -of - optimum moisture contents in construction for the range of soils on site. L 100 .N 9 ad9 Min. Moisture Content (15.5"l) H r `'. 2. Fully compact in 6" loose lifts. 3. Set density meter to 2.68 SG. 4. When % air voids exceeds the maximum limit of 7.1% after lifts are fully a52 `. compacted, the solution is always wetting and recompaction. 5. Moisture changes may only be made before compaction and on scarified lifts. — a56 '• a •- ass t — a63 Maximum % Air Voids: 7.1% � (with gouge setting SG=2.6s) a72 a76 0.8! 90 — 0-86 - a9l 85 — a97 Min. Dry Density (92.0 pcf) 1 ` — — — '+ -0 ++ Notes: 1. Compaction controls are based on limited soil samples from on -site borings. These limited samples are assumed to be representative of the properties of these fill soils. 2. The controls on this chart reflect Family -of -Curve methods for compaction control. 80 — 1.09 5 i0 15 20 M65tUre Content (%) CHART 2b COMPACTION CONTROL CHART FOR CONSTRUCTION R E UTILITY TRENCH BACKFILL FOR FULL SITE CATTLEMAN'S CROSSING Between N. Saginaw Blvd. and US HWY 287 Fort Worth, Texas 25 PROJECT NO: 21-25640 FILE NAME: DRAWN BY: GH DATE: 1-28-2022 REVISED BY: CJ DATE: 1-28-2022 REVISED BY: DATE: APPROVED BY: CT DATE: 1-28-2022 aZ O '_7 21-25640 — Cattleman's Crossing, Fort Worth, TX — Zone 1 Moisture -Density -Air -Void Ratio Chart — CAT 563 Static / Dynamic High Setting, 9" Maximum Loose Lift, Full Soil Range 130 - 0.2.9 ` % % LEGEND Upper and lower optimum points at full compaction in construction — 037 '•% 0 Midpoint optimum at full compaction in construction `• Line -of -optimums in construction covering the soil range to 4' design depth 125 — 0.34 ,•, Predominant soil range to 4' design depth Compactor �• Line -of -optimums extension for unexpected soil variation — 0.37 performance �`, — — — — — — ZAV (SG — 2.68 assumed average, based on 2 tests) across soil range I `•• .................. %Air Voids (Na) 1;0 — 0.39 `% — 0.52 Void Ratio (e) t `% w _ Design construction range — MC: 13.5-24.0%, Max % Air Voids: 6.9%, Min Dry — 0.42 Aug free swell: 8 ±25% � %N. Density: 97 pcf (designed to encompass SG: 2.65 — 2.70) 115 — 0.45 €GCS: —3100 IbS/ft2 ±20% f �•� Notes: � %% 1. Compactor performance is predetermined with generally good accuracy. `, 2. Compactor performance and control design is based on limited soil — 0.49 t �►, samples from on -site borings. These limited samples are assumed to be Maximum '� All Ol s' 6'9 c �� representative of the range of soils used for fill construction. 110 — 0.52 , ', 3. SC/CL/CH Soil Range: • 1 �% PI Range: 14 — 50 (predominant 16-38) .- aSG * .. `•% %Fines Range: 25 — 96% (predominant 52 — 94%) �* %Gravel Range: 0-45%(predominant 1-20%) 105 — 059 Predominant Soil Range: `.� 4. In -Situ moisture range based on data from 10/2021. Avg free smell: 1.2 - 1.6 ±25% 5. In -Situ gravel is accounted for on this chart. - 0.63 6. Non -cohesive soils are not covered in this Avg GCS: 43f�3 - " 61ti0 Ibs/fl2 ±20% ~•, plot. 7. Free swell does not equate to confined `�� JW — q,t,/ swell. t - 0.72 Avg free swell: 2.0 ±25% ` � � _ - _ �`��`�• UCS: -3600 lbs/ft2 ±20% 95 - 0,76 0.81 Design Moisture Range iE----------------------- i 13.5% - 24.0% 90 - 0.86 'Full in -Situ Range' Predominant In -Situ Moisture ' Full in -Situ Moisture '<-------=-' E--------------------------- �:-------------------- - - - - o.9z design depth), Runge ho 4' design depth?) ; Range (to 4' design depth) ,(4' 8,5 — 0.97 O Za is zn 35 Moisture Content ij9G} CHART 3a PROJECT NO: 21-25640 COMPACTION PERFORMANCE AND DESIGN CHART FILE NAME: JE BUILDING AND SUBGRADE RECONSTRUCTION DRAWN BY: GH DATE: 1-28-2022 OPTIONAL CONTROL FOR ZONE 1 REVISED BY: CJ DATE: 1-28-2022 e a CATTLEMAN'S CROSSING REVISED BY: DATE: F 6 T t T Between N. Saginaw Blvd. and US HWY 287 Fort Worth, Texas APPROVED BY: CT DATE: 1-28-2022 21-25640 — Cattleman's Crossing, Fort Worth, TX — Zone 1 Moisture -Density -Air -Void Ratio Chart — CAT 563 Static / Dynamic High Setting, 9" Maximum Loose Lift, Full Soil Range 130 — 0-29 ♦% LEGEND % _____- ZAV (SG — 2.68 shown) ♦ %* .................. %Air Voids (N6a) 12.5 — 0,34 ♦% — a52 Void Ratio (e) — 0-37 Performance range Control Specifications: 120 — a39 Min. Moisture I ♦+ 1. Performance range requires, and is only valid with, full compaction at wet -of - 1 I Content (13.5%) �`♦ optimum moisture contents in construction for the range of soils on site. % 2. Fully compact in 9" maximum loose lifts with minimum of 8 compactor passes. — a42 I% 3. Set density meter to 2.68 SG. `•� 4. Maintain cleaner bar close to the drum. 115 — 0_0 5. Compact with static setting on compactor (vibrator turned off). ♦ •% 6. Where gravel and sand are present in lifts, compact with high vibratory setting _ a49 , �,♦ for the first 4 passes. Compact with static setting thereafter. ` •• 7. ••� When % air voids exceeds the maximum limit of 6.9% after lifts are fully 110 - as2 compacted, the solution is always wetting and recompaction. `� 8. Moisture changes may only be made before compaction and on € aximum % Air Voids: 6.9% � � •• `••• scarified lifts. — as6 (with gouge setting SG=2.68) 9. Compacted lifts must be maintained in wet state after compaction. ` 105 — 0-59 `• — GtG3 , •••`• 100 — 1167 — a72 I Min. Dry Density (97.0 pcf) i >�'- I •� 95 — a76 IN '• — 0R1 90 — Ot86 Notes: -+ ZAV (2.68) +++ 1. Remove rocks, organics, and identifiable silt before lift placement. _ 091 2. Compaction controls are based on limited soil samples from on -site borings. These `�■ limited samples are assumed to be representative of the properties of these fill soils. 3. The controls on this chart reflect Family -of -Curve methods for compaction control. " os7 1= 20 2S 35 Moisture Content (9�) CHART sb PROJECT NO: 21-25640 COMPACTION CONTROL CHART FOR CONSTRUCTION FILE NAME: - E BUILDING AND SUBGRADE RECONSTRUCTION DRAWN BY: GH DATE: 1-28-2022 OPTIONAL CONTROL FOR ZONE 1 REVISED BY: CJ DATE: 1-28-2022 L N ' ' L L CATTLEMAN'S CROSSING REVISED BY: DATE: xsr Ir7s Between N. Saginaw Blvd. and US HWY 287 Fort Worth, Texas APPROVED BY: CT DATE: 1-28-2022 21-25640 - Cattleman's Crossing, Fort Worth, TX - Zone 1 Moisture -Density -Air -Void Ratio Chart — D-698 Compaction Range for Full Soil Range 130 — 0-V ♦�♦ LEGEND ♦ Upper and lower optimum points at full compaction in construction • 0-31 ` ♦♦ 0 Midpoint optimum at full compaction in construction L; f h "I AIA" d h 115 ^ "4 a37 1X) - 0,39 - a42 a, 115 — 0.45 O — 0.49 110 — ra52 a im 0.59 c n+ — 0.63 a 100 — 0.61 0,72 95 — 0,76 0,81 90 — 0,85 0,91 S5 — 0,97 4 ine-o -optimums in construction covering t e so i range to esign ept Predominant soil range to 4' design depth Line -of -optimums extension for unexpected soil variation ZAV (SG — 2.68 assumed average, based on 2 tests) % Air Voids (Na) Void Ratio (e) Design construction range — MC: 15-27%, Max %Air Voids: 6.9%, Min Dry Density: 94 pcf (designed to encompass SG: 2.65 — 2.70) Notes: 1. SC/CL/CH Soil Range: PI Range: 14 — 50 (predominant 16-38) %Fines Range: 25 — 96% (predominant 52 — 94%) %Gravel Range: 0-45%(predominant 1-20%) 2. In -Situ moisture range based on data from 10/2021. 3. Non -cohesive soils are not covered in this plot. Maximum % Air Voids- 6.9% ♦ ♦ • Design moisture range ♦ I ++� E----------- —- --- — --- ----- 4k- �i ++``► <---------IE, 3•� '• �Z`A,V (2.68) 'Full in -Situ Rangel Predominant In -Situ Moisture Full In -Situ -Moisture --------------------t-------�I------------------------++ ,(4' design depth), Range 0 o 4' design depth) ; Range (to 4' design depth) ; •�■ Corrected/Stabilized �%� `+ Lab D-698 performance across soil range %`. ♦ , 1 ♦♦ q0RNE Lit8N6 lai: 19712 10 15 20 35 Moisture Content(%) CHART 4a PROJECT NO: 21-25640 COMPACTION PERFORMANCE AND DESIGN CHART FILE NAME: UTILITY TRENCH BACKFILL DRAWN BY: GH DATE: 1-28-2022 OPTIONAL CONTROL FOR ZONE 1 REVISED BY: CJ DATE: 1-28-2022 CATTLEMAN'S CROSSING REVISED BY: DATE: Between N. Saginaw Blvd. and US HWY 287 Fort Worth, Texas APPROVED BY: CT DATE: 1-28-2022 21-25640 - Cattleman's Crossing, Fort Worth, TX - Zone 1 Moisture -Density -Air -Void Ratio Chart — D-698 Compaction Range for Full Soil Range 125 — 0.34 �% LEGEND — 0-31 * ZAV (SG — 2.68 shown) • `t .................. %Air Voids (Na) 120 — 0-39 s� — 0.52 Void Ratio (e) Acceptance range — 0.42---J Control Specifications: ``• Acceptance range requires, and is only valid with, full compaction at wet -of - 115 — OAS1. optimum moisture contents in construction for the range of soils on site. Min. Min. Moisture Content (15.0%) �� 2. Fully compact in 6" loose lifts. — ad9 3. Set density meter to 2.68 SG. 4. When % air voids exceeds the maximum limit of 6.9%after lifts are fully 110 — a52 ,% compacted, the solution is always wetting and recompaction. 5. Moisture changes may only be made before compaction and on scarified lifts. 'o — aS6 � .` E 105 — a59 Maxirsaum % Air Voids. 6.9% (with gouge setting SG=2,68) L - a63 r - a72 95 — a76 Min, Dry Density (94.0 pcf) — 0.81 •r 90 — 0-86 •```. FAY (2. 69) — a91 85 — a97 Notes: 4$ 1. Compaction controls are based on limited soil samples from on -site borings. These limited samples are assumed to be representative of the properties of these fill soils. 2. The controls on this chart reflect Family -of -Curve methods for compaction control. 80 — 1.09 5 ]-0 15 20 25 3G 35 M65tUre Content (% — CHART4b PROJECT NO: 21-25640 RUTILITY )4L E COMPACTION CONTROL CHART FOR CONSTRUCTION FILE NAME TRENCH BACKFILL DRAWN BY: GH DATE: 1-28-2022 e4 L Y. I N 6 OPTIONAL CONTROL FOR ZONE 1 REVISED BY: CJ DATE: 1-28-2022 CATTLEMAN'S CROSSING REVISED BY: DATE: Between N. Saginaw Blvd. and US HWY 287 Fort Worth, Texas APPROVED BY: CT DATE: 1-28-2022 21-25640 — Cattleman's Crossing, Fort Worth, TX — Zone 2 Moisture -Density -Air -Void Ratio Chart — CAT 563 Static / Dynamic High Setting, 9" Maximum Loose Lift, Full Soil Range f 30 `+• LEGEND 0 Upper and lower optimum points at full compaction in construction p ;� • •t 0 Midpoint optimum at full compaction in construction '• Line -of -optimums in construction covering the soil range to 4' design depth 125 Q3q ��ti Predominant soil range to 4' design depth �•` Line -of -optimums extension for unexpected soil variation ^ O 37 `, — — — — — — ZAV (SG — 2.68 assumed average, based on 2 tests) • Compactor •% .................. %Air Voids (Na) 120 0_" performance •% — 0.52 Void Ratio (e) across soil range t `, w _ Design construction range — MC: 14.5-27.0%, Max %Air Voids: 7.2%, Min Dry ` Q0l `•• Density: 93 pcf (designed to encompass SG: 2.66 — 2.70) I • aY+ 115 — a45 _ `• Notes: Avg free swell; 0.9 ±25% l i ••` 1. Compactor performance is predetermined with generally good accuracy. LJCS: —4100 lbs/$tZ ±2€$`r`a +, 2. Compactor performance and control design is based on limited soil 0.49 %• samples from on -site borings. These limited samples are assumed to be `*� 'o representative of the range of soils used for fill construction. C 110 — 0.52 �* 3. SC/CL/CH Soil Range: - PI Range: 19 — 56 (predominant 28 — 52) Maximum�� Air Voids. 7.2% `� `. ., aSG o /0 •` Fines Range:30-99/ (predominant 62-96%) a •• %Gravel Range: 0-41% (predominant 2-16%) 1U� — 59 `•, 4. In -Situ moisture range based on data from 10/2021. c •, 5. In -Situ gravel is accounted for on this chart. C Predominant Soil Range: `•, 6. Non -cohesive soils are not covered in this — Q.63 Avg free swell. 1.5 —1.9 ±25% `•+* plot. — 7. Free swell does not equate to confined Avg UCS: —3600 — —6100 lbs/ft2 m20% +++ 10D q,t,1 swell. — 0,72 • Avg free swell: 2.1 ±25% — 0.76 UCS: —3300 Ibs/ftz ±20% !+, — 0.81 , Design Moisture Range ,E-------------------------- 4.5:6 — 2 .0% i +.+ 90 0,86 1 1 1 ,%" 7A►t Full In -Situ Moisture � Predominant III -Situ Moisture ' Full In -Situ Moisture ' `+ tE-----------------'-------------------------�'---------------- �' ++� --E — 0.92 . Range (q' design depth) Range (to 4' design depth) ; Range (to 4' design depth) ; •. 85 - 0.97 0 5 10 is 20 2: 35 Moisture Content ij9G} CHART 5a PROJECT NO: 21-25640 COMPACTION PERFORMANCE AND DESIGN CHART FILE NAME: JN "' BUILDING AND SUBGRADE RECONSTRUCTION DRAWN BY: GH DATE: 1-28-2022 k R I R 6 OPTIONAL CONTROL FOR ZONE 2 REVISED BY: CJ DATE: 1-28-2022 CATTLEMAN'S CROSSING REVISED BY: DATE: Between N. Saginaw Blvd. and US HWY 287 Fort Worth, Texas APPROVED BY: CT DATE: 1-28-2022 21-25640 - Cattleman's Crossing, Fort Worth, TX - Zone 2 Moisture -Density -Air -Void Ratio Chart — CAT 563 Static / Dynamic High Setting, 9" Maximum Loose Lift, Full Soil Range • •• LEGEND - 0.3/ - ZAV (SG - 2.68 shown) • � •'•� .................. %Air Voids (N6a) 77f - �39 - a52 Void Ratio (e) II �• I I Performance range Min. Moisture Content (14.5%) I I ••t Control Specifications: 31� - OAS' + �� 1. Performance range requires, and is only valid with, full compaction at wet -of- I optimum moisture contents in construction for the range of soils on site. \. 2. Fully compact in 9" maximum loose lifts with minimum of 8 compactor passes. — a49 ` `• 3. Set density meter to 2.68 SG. `.\ 4. Maintain cleaner bar close to the drum. 110 - 0-52 �► `.` 5. Compact with static setting on compactor (vibrator turned off). ` •�` 6. Where gravel and sand are present in lifts, compact with high vibratory setting c _ am � . for the first 4 passes. Compact with static setting thereafter. 7. When % air voids exceeds the maximum limit of 7.2% after lifts are M 105 \ �`, fully compacted, the solution is always wetting and recompaction. ? = Q 59 Maximum % Air Voids 7.2% I - * � 8. Moisture changes may only be made before compaction `�•� (with gouge setting SG=2 68) Ir ��► , and on scarified lifts. `�\ C U 63 9. Compacted lifts must be maintained in wet state after compaction. T 10D - OL67 i '`- ej - 0012 *% 1� ' •\ Min. Dry Density (93.0 pci) �- � � i � n 90 — 4-86 SS - a97 Notes: 1. Remove rocks, organics, and identifiable silt before lift placement. - 1.83 2. Compaction controls are based on limited soil samples from on -site borings. These limited samples are assumed to be representative of the properties of these fill soils. 3. The controls on this chart reflect Family -of -Curve methods for compaction control. 1.09 3�r Moisture Content CHART 5b PROJECT NO: 21-25640 COMPACTION CONTROL CHART FOR CONSTRUCTION FILE NAME: R NE BUILDING AND SUBGRADE RECONSTRUCTION DRAWN BY: GH DATE: 1-28-2022 T_ OPTIONAL CONTROL FOR ZONE 2 REVISED BY: CJ DATE: 1-28-2022 L '� " 4 - L i. CATTLEMAN'S CROSSING REVISED BY: DATE: Between N. Saginaw Blvd. and US HWY 287 e s r , 1 * = s Fort Worth, Texas APPROVED BY: CT DATE: 1-28-2022 21-25640 — Cattleman's Crossing, Fort Worth, TX — Zone 2 Moisture -Density -Air -Void Ratio Chart - D-698 Compaction Range for Full Soil Range Ws _ 0.34 '� LEGEND �+ Upper and lower optimum points at full compaction in construction _ 0.37 • +� Q Midpoint optimum at full compaction in construction `+ Line -of -optimums in construction covering the soil range to 4' design depth 20 — 0.39 + `� �; Predominant soil range to 4' design depth Line -of -optimums extension for unexpected soil variation — 042 Corrected/Stabilized ��� `., — — — — — — ZAV (SG — 2.68 assumed average, based on 2 tests) .................. %Air Voids (Na) Lab D-698 performance % 1Is - 045 % across soil range I + — 0.52 Void Ratio (e) + Design construction range — MC: 16.5-29.0%, Max '/oAir Voids: 7.2%, Min Dry " 0.49 `� Density: 90 pcf (designed to encompass SG: 2.66 - 2.70) + 110 0 — 0.52 Notes: 1. SC/CL/CH Soil Range: a �+ PI Range: 19 — 56 (predominant 28-52) — 0.56 `+, %Fines Range: 30-99%(predominant 62-96%) %Gravel Range: 0-41% (predominant 2 —16%) C, 105 — 0.59 �� 2. In -Situ moisture range based on data from 10/2021. 3. Non -cohesive soils are not covered in this plot. Maximo f Air Voids. 7.2% ��� � `►� • V100 — 0.67 ��•ti C] — 0.72 , 9`_, - 0.76 `i 0.91 ; Design moisture range E------------------------- - - - - 96.5% - 29.0% , 85 - 0.97 1' Full In -Situ Moisture Predominant III -Situ Moisture Full Ire -Situ Moisture ''; 1.03 - i Gunge (q' design depth) Range (to 4' design depth) ; Range (to 4' design depth) 8,0 - 1,09 0 5 10 15 2U 25 3C 35 R NE Moisture Content (%) CHART 6a COMPACTION PERFORMANCE AND DESIGN CHART UTILITY TRENCH BACKFILL OPTIONAL CONTROL FOR ZONE 2 CATTLEMAN'S CROSSING Between N. Saginaw Blvd. and US HWY 287 Fort Worth. Texas PROJECT NO: 21-25640 FILE NAME: DRAWN BY: GH CJ CT DATE: 1-28-2022 DATE: 1-28-2022 DATE: DATE: 1-28-2022 21-25640 - Cattleman's Crossing, Fort Worth, TX - Zone 2 Moisture -Density -Air -Void Ratio Chart — D-698 Compaction Range for Full Soil Range 12U — 0.39 • • LEGEND - 0.42 ••• - - - - - - ZAV (SG - 2.68 shown) •• • % Air Voids (Na) 115 - 0,45 't - 0.52 Void Ratio (e) Acceptance range _ 0,41, Min. Moisture Content (16n5%) �� Control Specifications: 1. Acceptance range requires, and is only valid with, full compaction at wet -of - optimum moisture contents in construction for the range of soils on site. > iil - 0.51 2. Fully compact in 6" loose lifts. '� 3. Set density meter to 2.68 SG. _ ❑ S6 4. When % air voids exceeds the maximum limit of 7.2%after lifts are fully `•• compacted, the solution is always wetting and recompaction. 4F ** 5. Moisture changes may only be made before compaction and on scarified lifts. o los — 0 5,9 — 0.61 j Maximum % Air Voidsn 7.2% ~ 100 - 067 (wigs gouge setting SGm2.68} 4 . `% ♦� w — 0.72JA `. Qj a '• , ` �•.. 90 — 0.86 Min, Dry Density (90.0 pcf) > � � � � — 091 �`.. RS — 0.97 �`•■ Notes: ■`+� ZAV (2.68) _ 1.03 1. Compaction controls are based on limited soil samples from on -site borings. These '.■ limited samples are assumed to be representative of the properties of these fill soils.■� 2. The controls on this chart reflect Family -of -Curve methods for compaction control. 1,t4_ I2 jpS &S &�• 4_ ?,�`•� 8o — 1.09 5 10 15 20 25 3C 3S 40 Moisture Content (%) CHART 6b PROJECT NO: 21-25640 COMPACTION CONTROL CHART FOR CONSTRUCTION FILE NAME: R r G UTILITY TRENCH BACKFILL DRAWN BY: GH DATE: 1-28-2022 OPTIONAL CONTROL FOR ZONE 2 REVISED BY: CJ DATE: 1-28-2022 e p e CATTLEMAN'S CROSSING REVISED BY: DATE: Between N. Saginaw Blvd. and US HWY 287 Fort Worth, Texas APPROVED BY: CT DATE: 1-28-2022 R NE Project Number: 21-25640 Project Name: Cattleman's Crossing Project Owner: Ashton Woods - Dallas Division Control Specifications and References Min % of Max Dry Density 95% Resilient Modulus Method AASHTO Compacted Fill Property Requirements Air Voids Percentage 6.9% Factor of Safety 1.5 Design Compaction Conditions Loose Lift Thickness (in) 9 Compactor CAT 563 Dynamic High USCS Classification CL Ranges Specific Gravity 2.67 2.65 - 2.70 Liquid Limit (%) 34 32 - 36 Plasticity Index (%) 16 14 - 18 Plastic Limit (%) 18 % Fines (Passing #200) 52 48 - 54 % Gravel (Retained #4) 4 3 - 19 % Sand (Passing #4) 43 27 - 49 C w �T G 9 f:2 lit Molimm c6ww, w (%) RECT'" Compaction Design Report Fill: Foundation Report Number: 25640-01 Remarks: Subgrade Reconstruction Report Date: 1/27/2022 Produced By: Gary Hougardy Lift Properties at 95% Compaction on Construction Curve t Dry Side' Wet Side' Tolerance (%) 10.1 14.7 f1% MC y (Ibs/ft3) 114.2 114.2 f1.8% S (%) 59.0 85.6 f3% e 0.46 0.46 f3% Na (%) 12.9 4.5 f3% co Potential (%) +7.0 +2.5 f3% UCS (Ibs/ft2) ASTM D 2166 5,687 4,708 ±20% c (Ibs/ft2) ASTM D 2850 1,687 1,516 ±10% 0 (°) ASTM D 2850 29 24 ±10% Free Swell (%) ASTM D 4546 2.4 1.2 ±25% CBR* (%) Soaked 1.1 3.7 ±10% CBR* (%) Unsoaked 35.9 8.3 ±10% Res Mod (Ibs/in2) Soaked 1,632 5,490 ±10% Res Mod (Ibs/in2) Unsoaked 25,282 9,882 ±10% Graphics powered by Mathematica Construction Control Specifications Minimum % of Maximum Dry Density Construction Curve 95% Wet -of -Optimum Moisture Ranae for 95% 11.8% - 14.7% (t1% MC) Minimum # of Roller Passes 7 (Equiv 4 round2no passes, full lift coverage required) Compaction curves should be obtained regularly with changes in material index properties and upon change in color or texture for effective construction control. M-D probe depths should be centered on the center of the compacted lift. t c and m - Unsaturated triaxial test, total stress soil parameter. UCS - Unconfined Compressive Strength. Measured values include u, y, UCS, c, m Free Swell, and CBR (soaked and unsoaked). Calculated values include S, e, Na, m Potential, and Resilient Modulus (soaked and Unsoaked). Wet side permeability in field not factored in Free Swell test condition. * CBR based on field compacted state. 1 Properties represent average values. Soil Sample Date: 9/28/2021 Loc: On -site, Zone 1 Desc: Upper -bound, predominant soil range Authorization By: Print Name: Date: Firm Reg.#: Use of this Compaction Design Report ("CDR") is subject to all copyrights and shall comply with the terms and conditions of all software licenses applicable to the generation of this report. This CDR may be used in practice solely for design analysis purposes for the above fill lift ("Fill') and Project, and the use of this CDR for any other use or fill lift other than that Fill or for any purpose is not permitted. This report applies only to lifts compacted over stiff and well -compacted lifts and subgrades. No part of this CDR may be copied, downloaded, stored in a retrieval system, further transmitted, or otherwise reproduced, stored, disseminated, transferred, or used, in any form or by any means, except as permitted in writing by Rone Engineering Services, Ltd. Each reproduction of any part of this CDR must contain all copyright notices and registered trademark designations (®) and non -registered trademark designations Version: 2.31.1 - 7.2 PLATE A.116a R NE% Project Number: 21-25640 Project Name: Cattleman's Crossing Project Owner: Ashton Woods - Dallas Division RECT'" Compaction Design Report Fill: Foundation Report Number: 25640-02 Remarks: Subgrade Reconstruction Report Date: 1/27/2022 Produced By: Gary Hougardy Control Specifications and References Lift Properties at 95% Compaction on Construction Curve t Min % of Max Dry Density 95% Dry Side' Wet Side' Tolerance Resilient Modulus Method AASHTO w (%) 17.1 21.1 t1% MC Compacted Fill Property Requirements y (Ibs/ft3) 99.8 99.8 f1.9% Air Voids Percentage 6.9% S (%) 67.6 83.5 f3% Factor of Safety 1.0 a 0.68 0.68 f3% Na (%) 13.1 6.7 f3% Design Compaction Conditions w Potential (%) +8.2 +4.2 f3% Loose Lift Thickness (in) 9 UCS (Ibs/ft2) ASTM D 2166 4,535 4,559 ±20% Compactor CAT 563 Static c (Ibs/ft2) ASTM D 2850 1,488 1,692 ±10% USCS Classification CH Ranges 0 (o) ASTM D 2850 23 17 ±10% Specific Gravity 2.68 2.65 - 2.70 Free Swell (%) ASTM D 4546 4.5 1.6 ±25% Liquid Limit (%) 60 58 - 62 CBR* (%) Soaked 0.7 2.7 ±10% Plasticity Index (%) 38 36 - 40 CBR* (%) Unsoaked 19.5 4.7 ±10% Plastic Limit (%) 22 Res Mod (Ibs/in2) Soaked 1,054 4,016 ±10% % Fines (Passing #200) 94 92 - 96 Res Mod (Ibs/in2) Unsoaked 17,100 6,842 ±10% % Gravel (Retained #4) 0 0-0 % Sand (Passing #4) 6 4-8 ' • Construction Control Specifications *' Minimum % of Maximum Dry Densitv ' l Construction Curve 95% R Wet -of -Optimum Moisture Ranae for 95% 18.3% - 21.1% (t1% MC) U& CarAlrualft Curt* Minimum # of Roller Passes id Is �q 8 (Equiv 4 roundtrip passes, full lift coverage required) �b,. 1%++tij'a4 +� Compaction curves should be obtained '■, regularly with changes in material index I '•,� properties and upon change in color or I '+� texture for effective construction control. �nC •.�r ara•a. •aa •. 4` I I 's :c :. COOkIM, w [1} Graphics powered by Mathematica M-D probe depths should be centered on the center of the compacted lift. t c and m - Unsaturated triaxial test, total stress soil parameter. UCS - Unconfined Compressive Strength. Measured values include u, y, UCS, c, m Free Swell, and CBR (soaked and unsoaked). Calculated values include S, e, Na, m Potential, and Resilient Modulus (soaked and Unsoaked). Wet side permeability in field not factored in Free Swell test condition. * CBR based on field compacted state. 1 Properties represent average values. Soil Sample Date: 10/21/2021 Loc: On -site, Zone 1 Desc: Lower -bound, predominant soil range Authorization By: Print Name: Date: Firm Reg.#: Use of this Compaction Design Report ("CDR") is subject to all copyrights and shall comply with the terms and conditions of all software licenses applicable to the generation of this report. This CDR may be used in practice solely for design analysis purposes for the above fill lift ("Fill") and Project, and the use of this CDR for any other use or fill lift other than that Fill or for any purpose is not permitted. This report applies only to lifts compacted over stiff and well -compacted lifts and subgrades. No part of this CDR may be copied, downloaded, stored in a retrieval system, further transmitted, or otherwise reproduced, stored, disseminated, transferred, or used, in any form or by any means, except as permitted in writing by Rone Engineering Services, Ltd. Each reproduction of any part of this CDR must contain all copyright notices and registered trademark designations (®) and non -registered trademark designations Version: 2.31.1 - 7.2 PLATE A.116b R NE% Project Number: 21-25640 Project Name: Cattleman's Crossing Project Owner: Ashton Woods - Dallas Division Control Specifications and References Min % of Max Dry Density 95% Resilient Modulus Method AASHTO Compacted Fill Property Requirements Air Voids Percentage 7.2% Factor of Safety 1.6 Design Compaction Conditions Loose Lift Thickness (in) 9 Compactor CAT 563 Dynamic High USCS Classification SC Ranges Specific Gravity 2.66 2.66 - 2.70 Liquid Limit (%) 33 31 - 35 Plasticity Index (%) 19 17 - 21 Plastic Limit (%) 14 % Fines (Passing #200) 30 26 - 32 % Gravel (Retained #4) 4 4 - 38 % Sand (Passing #4) 66 30 - 70 9:%f RECT'" Compaction Design Report Fill: Foundation Report Number: 25640-03 Remarks: Subgrade Reconstruction Report Date: 1/27/2022 Produced By: Gary Hougardy Lift Properties at 95% Compaction on Construction Curve t Dry Side' Wet Side' Tolerance (%) 10.4 14.6 t1% MC y (Ibs/ft3) 114.2 114.2 f2.0% S (%) 60.9 85.9 f3% e 0.45 0.45 f3% Na (%) 12.2 4.4 f3% co Potential (%) +6.7 +2.4 f3% UCS (Ibs/ft2) ASTM D 2166 4,952 4,099 ±20% c (Ibs/ft2) ASTM D 2850 1,476 1,321 ±10% 0 (°) ASTM D 2850 28 24 ±10% Free Swell (%) ASTM D 4546 2.2 0.9 ±25% CBR* (%) Soaked 1.0 4.2 ±10% CBR* (%) Unsoaked 41.3 7.4 ±10% Res Mod (Ibs/in2) Soaked 1,436 6,421 ±10% Res Mod (Ibs/in2) Unsoaked 27,664 9,188 ±10% I=LA" L S•1 Iarr��rs ;-y• , 7 4 La C"$"Kd= cvnv L 94 IIV t 1 t I t 1 I I I I I I x#�69E- Construction Control Specifications Minimum % of Maximum Dry Densitv Construction Curve 95% Wet -of -Optimum Moisture Ranae for 95% 11.9% - 14.6% (t1% MC) Minimum # of Roller Passes 7 (Equiv 4 roundtno passes, full lift coverage required) Compaction curves should be obtained regularly with changes in material index properties and upon change in color or texture for effective construction control. M-D probe depths should be centered on the center of the compacted lift. t c and m - Unsaturated triaxial test, total stress soil parameter. UCS - Unconfined Compressive Strength. Measured values include u, y, UCS, c, m Free Swell, and CBR (soaked and unsoaked). Calculated values include S, e, Na, m ' Potential, and Resilient Modulus (soaked and Unsoaked). Wet side permeability in field not factored in Free Swell test condition. Graphics powered by Mathematica * CBR based on field compacted state. 1 Properties represent average values. Soil Sample Date: 10/21/2021 Loc: On -site, Zone 2 Desc: Upper -bound, full soil range Authorization By: Print Name: Date: Firm Reg.#: Use of this Compaction Design Report ("CDR") is subject to all copyrights and shall comply with the terms and conditions of all software licenses applicable to the generation of this report. This CDR may be used in practice solely for design analysis purposes for the above fill lift ("Fill') and Project, and the use of this CDR for any other use or fill lift other than that Fill or for any purpose is not permitted. This report applies only to lifts compacted over stiff and well -compacted lifts and subgrades. No part of this CDR may be copied, downloaded, stored in a retrieval system, further transmitted, or otherwise reproduced, stored, disseminated, transferred, or used, in any form or by any means, except as permitted in writing by Rone Engineering Services, Ltd. Each reproduction of any part of this CDR must contain all copyright notices and registered trademark designations (®) and non -registered trademark designations Version: 2.31.1 - 7.2 PLATE A.116c R NE% Project Number: 21-25640 Project Name: Cattleman's Crossing Project Owner: Ashton Woods - Dallas Division Control Specifications and References Min % of Max Dry Density 95% Resilient Modulus Method AASHTO Compacted Fill Property Requirements Air Voids Percentage 7.2% Factor of Safety 1.0 Design Compaction Conditions Loose Lift Thickness (in) 9 Compactor CAT 563 Static USCS Classification CH Ranges Specific Gravity 2.69 2.66 - 2.70 Liquid Limit (%) 74 72 - 76 Plasticity Index (%) 52 50 - 54 Plastic Limit (%) 22 % Fines (Passing #200) 96 94 - 98 % Gravel (Retained #4) 0 0-0 % Sand (Passing #4) 4 2-6 RECT'" Compaction Design Report Fill: Foundation Report Number: 25640-04 Remarks: Subgrade Reconstruction Report Date: 1/27/2022 Produced By: Gary Hougardy Lift Properties at 95% Compaction on Construction Curve t Dry Side' Wet Side' Tolerance (%) 19.9 23.9 t1% MC y (Ibs/ft3) 94.9 94.9 f1.9% S (%) 69.6 83.8 f3% e 0.77 0.77 f3% Na (%) 13.2 7.1 f3% co Potential (%) +8.7 +4.6 f3% UCS (Ibs/ft2) ASTM D 2166 3,795 3,751 ±20% c (Ibs/ft2) ASTM D 2850 1,278 1,445 ±10% 0 (°) ASTM D 2850 22 15 ±10% Free Swell (%) ASTM D 4546 5.3 1.9 ±25% CBR* (%) Soaked 0.5 2.4 ±10% CBR* (%) Unsoaked 14.0 3.4 ±10% Res Mod (Ibs/in2) Soaked 800 3,654 ±10% Res Mod (Ibs/in2) Unsoaked 13,839 5,071 ±10% 4 IE.iI� C+na�ivElinn �'ur�x yt : • 4 4� 4 !" Oil. �is'x'��li}.i�t Oi $• '_ •, I f I • - t I � I t a ! b b VSnee we f'ueAem. ra (A I Graphics powered by Mathematica Construction Control Specifications Minimum % of Maximum Dry Density Construction Curve 95% Wet -of -Optimum Moisture Ranae for 95% 21.0% - 23.9% (t1% MC) Minimum # of Roller Passes 8 (Equiv 4 roundtrip passes, full lift coverage required) Compaction curves should be obtained regularly with changes in material index properties and upon change in color or texture for effective construction control. M-D probe depths should be centered on the center of the compacted lift. t c and m - Unsaturated triaxial test, total stress soil parameter. UCS - Unconfined Compressive Strength. Measured values include u, y, UCS, c, m Free Swell, and CBR (soaked and unsoaked). Calculated values include S, e, Na, m Potential, and Resilient Modulus (soaked and Unsoaked). Wet side permeability in field not factored in Free Swell test condition. * CBR based on field compacted state. 1 Properties represent average values. Soil Sample Date: 10/21/2021 Loc: On -site, Zone 2 Desc: Lower -bound, predominant soil range Authorization By: Print Name: Date: Firm Reg.#: Use of this Compaction Design Report ("CDR") is subject to all copyrights and shall comply with the terms and conditions of all software licenses applicable to the generation of this report. This CDR may be used in practice solely for design analysis purposes for the above fill lift ("Fill') and Project, and the use of this CDR for any other use or fill lift other than that Fill or for any purpose is not permitted. This report applies only to lifts compacted over stiff and well -compacted lifts and subgrades. No part of this CDR may be copied, downloaded, stored in a retrieval system, further transmitted, or otherwise reproduced, stored, disseminated, transferred, or used, in any form or by any means, except as permitted in writing by Rone Engineering Services, Ltd. Each reproduction of any part of this CDR must contain all copyright notices and registered trademark designations (®) and non -registered trademark designations Version: 2.31.1 - 7.2 PLATE A.116d Project Number: 21-25640 Project Name: Cattleman's Crossing Project Owner: Ashton Woods - Dallas Division Control Specifications and References Min % of Max Dry Density 96% Lab Reference Standard ASTM D 698 (SP) Resilient Modulus Method AASHTO Compacted Fill Property Requirements Air Voids Percentage 7.2% Factor of Safety 1.0 Design Compaction Conditions Loose Lift Thickness (in) 9 Compactor CAT 563 Static USCS Classification CH Ranges Specific Gravity 2.69 2.66 - 2.70 Liquid Limit (%) 82 80 - 84 Plasticity Index (%) 56 54 - 58 Plastic Limit (%) 26 % Fines (Passing #200) 99 97 - 99 % Gravel (Retained #4) 0 0-0 % Sand (Passing #4) 1 1-3 RECT'" Compaction Design Report Fill: Foundation Report Number: 25640-05 Remarks: Subgrade Reconstruction Report Date: 1/27/2022 Produced By: Gary Hougardy Lift Properties at 96% Compaction on Construction Curve t Dry Side' Wet Side' Tolerance (%) 21.4 25.1 f1% MC y (Ibs/ft3) 93.3 93.3 f1.9% S (%) 72.1 84.4 f3% e 0.80 0.80 t3% Na (%) 12.4 6.9 f3% co Potential (%) +8.3 +4.6 f3% UCS (Ibs/ft2) ASTM D 2166 3,453 3,348 ±20% c (Ibs/ft2) ASTM D 2850 1,177 1,313 ±10% 0 (°) ASTM D 2850 21 14 ±10% Free Swell (%) ASTM D 4546 5.7 2.1 ±25% CBR* (%) Soaked 0.5 2.4 ±10% CBR* (%) Unsoaked 12.1 2.9 ±10% Res Mod (Ibs/in2) Soaked 713 3,531 ±10% Res Mod (Ibs/in2) Unsoaked 12,626 4,417 ±10% .y AIM •Y ` y y * ~4 Leo 4 LEI (:oassluoclmwr+rc`. Y E13C ** ASTM D 698 (SP) equivalent, corrected to control relative moisture standard in construction. Graphics powered by Mathematica Construction Control Specifications Minimum % of Maximum Dry Density Construction Curve 96% ASTM D 698 (SP) 102% Wet -of -Optimum Moisture Ranae for 96% 22.6 - 25.1% (fl% MC) Minimum # of Roller Passes 8 (Equiv. 4 roundtrip passes, full lift coverage required) Compaction curves should be obtained regularly with changes in material index properties and upon change in color or texture for effective construction control. M-D probe depths should be centered on the center of the compacted lift. t c and m - Unsaturated triaxial test, total stress soil parameter. UCS - Unconfined Compressive Strength. Measured values include u, y, UCS, c, m Free Swell, and OR (soaked and unsoaked). Calculated values include S, e, Na, w Potential, and Resilient Modulus (soaked and unsoaked). Wet side permeability in field not factored in Free Swell test condition. * CBR based on field compacted state. I Properties represent average values. Soil Sample Date: 10/21/2021 Loc: On site, Zone 2 Desc: Lower -bound, full soil range Authorization By: Print Name: Date: Firm Reg.#: Use of this Compaction Design Report ("CDR") is subject to all copyrights and shall comply with the terms and conditions of all software licenses applicable to the generation of this report. This CDR may be used in practice solely for design analysis purposes for the above fill lift ("Fill") and Project, and the use of this CDR for any other use or fill lift other than that Fill or for any purpose is not permitted. This report applies only to lifts compacted over stiff and well -compacted lifts and subgrades. No part of this CDR may be copied, downloaded, stored in a retrieval system, further transmitted, or otherwise reproduced, stored, disseminated, transferred, or used, in any form or by any means, except as permitted in writing by Rone Engineering Services, Ltd. Each reproduction of any part of this CDR must contain all copyright notices and registered trademark designations (®) and non -registered trademark designations Version: 2.31.1 - 7.2 PLATE A.116e APPENDIX A kY * .'ph I— �R E E$46 SE>r�reG F 11T 1919 F" F f r. F F •' F e / F a � rr PLATE A.1 PROJECT NO: VICINITY MAP FILE NAME: DRAWN BY: CATTLEMAN'S CROSSING REVISED BY: BETWEEN N. SAGINAW BLVD. AND US HWY 287 FORT WORTH, TEXAS REVISED BY: APPROVED BY: Ar�� Svc i SCALE: \N�5 V, 21-25640 2125640.DWG CM DATE: 1-19-2022 DATE: DATE: CT DATE: 1-19-2022 NA V FR F, I a ......... N Cd B-1 B-28 ii-63 — — CA:TLEiMN ' CRpfi5tHG SF 1 PHASE 1 ` '.. . —B-2 - — B 6 RAY• � Q�� I�29 B45I -46R} f ,� B-3 7� fr i B-10 B- 4 ti B-89 -' B-88 B-87 B-86 B- B-92 B-93 B-94 B-95 B796 B-97 , B-102 B-101 B-100 B-99 B-98 4B-105 — B-106,_ ,B-107 B-108 PLATE A.3a PROJECT NO: FILE NAME: 21-25640 2125640.DWG R E BORING LOCATION DIAGRAM DRAWN BY: CM DATE: 6-28-2022 t rs 6 NCR M g CATTLEMAN'S CROSSING BETWEEN N. SAGINAW BLVD. AND US HWY 287 REVISED BY: REVISED BY: DATE: DATE: ZDT; 107z FORT WORTH, TEXAS APPROVED BY: CT DATE: 6-28-2022 ®LOTS REQUIRED 4 FEET OF SUBGRADE MODIFICATION FROM FINAL PAD ELEVATION PROJECT NO: 21-25640 PLATEA.3b FILE NAME: 2125640.DWG R E GROUND MODIFICATION ZONES DIAGRAM DRAWN BY: CM DATE: 6-28-2022 CATTLEMAN'S CROSSING REVISED BY: DATE: E N g i R f k G BETWEEN N. SAGINAW BLVD. AND US HWY 287 REVISED BY: DATE: FORT WORTH, TEXAS ��� �o�� APPROVED BY: CT DATE: 6-28-2022 Log Project No. B-1 21-25640 Cattleman's Crossing Boring Location Between N. Saginaw Blvd. and US HWY 287 R E Fort Worth, Texas Latitude Date t N G E E it I Nc, Water Level Observations (feet) 32.962850 N While Drilling Not Observed 9-28-21 gs r- 1 v, Longitude At Completion Not Observed 97.42034' W End of Day Not Measured = CL y O >A r L G V) N d V) C C tL a+ O }' O m .— v a E Q Stratum Description �> o_= o a J o = a m £ > °gym 0 ya 'w� a o o M lu 16M a or M a' 0 3 c o Approximate Surface Elevation = 813.0 feet O rn a W a rn LL-PL-PI 2 rn 0 O U -%FAT CLAY (CH) - brown / 4.5+ 21 J / 4.5+ 93 74-24-50 20 2.3 107 5 — // 4.5+ 20 J 4.50 19 105 9,690 / 4.50 21 10— / 800.0 X WEATHERED LIMESTONE - tan, clay seams 50/5" 10 797.0 LIMESTONE - gray n i s 50/'/4' 20 793.0 50/%" 12 Boring Terminated at Approximately 20 Feet Proposed Elevation = 822.0 Feet Approximate Grading = 9.0 Feet Fill Material boundaries are approximate, in situ, transitions may be qradual. Driller: Drilling Method: Continuous Flight Augers Plate A.4 Log Project No. B-2 21-25640 Cattleman's Crossing Boring Location Between N. Saginaw Blvd. and US HWY 287 Fort Worth, Texas Latitude Water Level Observations (feet) Date 32.962290 N While Drilling Not Observed 9-28-21 Longitude At Completion Not Observed 97.420320 W End of Day Not Measured R NE r NG E£kltv(I O 0 w o V) N i to `mE o 0o Stratum Description �> U £., Z o_= o a J >Z T a M wul O i7to M _N w Approximate Surface Elevation = 818.0 feet � O H ran CM y> a W a w LL-PL-PI CLAYEY GRAVEL (GC) - brown — b 4.5+ 41 JY 4.5+ 5 � 4.5+ — 4.5+ 810.0 XWEATHERED LIMESTONE - tan, clay seams50/6" 10 806.0 LIMESTONE - gray 50/3/4' _ 15—= 50/%" Z S 50/'/2' 20 798.0 50/%" Boring Terminated at Approximately 20 Feet Proposed Elevation = 826.0 Feet Approximate Grading = 8.0 Feet Fill Material boundaries are approximate, in situ, transitions may be qradual. e u G y O. d L C � C U L, o y, C V) E 0 a N 2 rn 0 =11U 36-21-15 8 5 8 9 6 9 Driller: Drilling Method: Continuous Flight Augers Plate A.5 Log Project No. B-3 21-25640 Cattleman's Crossing Boring Location Between N. Saginaw Blvd. and US HWY 287 R E Fort Worth, Texas Latitude Level Observations (feet) Date t N G E E it I N (IWater 32.961710 N While Drilling Not Observed 9-28-21 gs r- 1 v, Longitude At Completion Not Observed 97.42035' W End of Day Not Measured = CL y O >A r L G V) tL a+ N O d V) }' C O U C a E Q « Stratum Description �> o_= o d •— a J o = a y £ > O o y O 'w j N O o M lu .O+ 16M a Approximate Surface Elevation = 820.0 feet O rn or a W M a' a rn LL-PL-PI 0 2 3 rn 0 c o O U b CLAYEY GRAVEL (GC) - brown — 4.5+ 6 4.5+ 11 5 4.5+ 35 37-22-15 6 0.0 105 — 7-21-28 9 812.0 N=49 WEATHERED LIMESTONE - tan, clay seams 15-37-50/5" 12 10 t 15 50/1" 50R/4' S 50/1" 20 800.0 50/'/2' Boring Terminated at Approximately 20 Feet Proposed Elevation = 826.0 Feet Approximate Grading = 6.0 Feet Fill Material boundaries are approximate, in situ, transitions may be qradual. Driller: Drilling Method: Continuous Flight Augers Plate A.6 Log Project No. B-4 21-25640 Cattleman's Crossing Boring Location Between N. Saginaw Blvd. and US HWY 287 R E Fort Worth, Texas Latitude Water Level Observations (feet) Date t N G E E it I Nc, 32.961180 N While Drilling Not Observed 9-27-21 gs r- I v, Longitude At Completion Not Observed 97.42033' W End of Day Not Measured = CL y O >A r L G V) tL a+ N O d V) }' C O U C a E Q Stratum Description « �> o_= o d •— a J o = a m £ > °gym 0 ma 'w� a o o M lu Approximate Surface Elevation = 820.0 feet 16M a O rn or a W M a' a rn LL-PL-PI 0 2 3 rn 0 c o O U CLAY (CH) - brown, calcareous nodules -%FAT 4.50 20 / J / 4.50 20 5 4.50 7 � / 813.0 WEATHERED LIMESTONE -tan, clay seams 18-34-39 N=73 21 45-21-24 4 50/2" 7 10— 50/'/2' 807.0 LIMESTONE - gray =i 50/13/" 3 50/3/4" S n i i = 50/'/2' 50/%" 800.0 s 20 Boring Terminated at Approximately 20 Feet Proposed Elevation = 827.0 Feet Approximate Grading = 7.0 Feet Fill Material boundaries are approximate, in situ, transitions may be qradual. Driller: Drilling Method: Continuous Flight Augers Plate A.7 Log Project No. B-5 21-25640 Cattleman's Crossing Boring Location Between N. Saginaw Blvd. and US HWY 287 Fort Worth, Texas Latitude Water Level Observations (feet) Date 32.960570 N While Drilling Not Observed 9-28-21 Longitude At Completion Not Observed 97.42034' W End of Day Not Measured R NE t NG E£kltv(I w o V) O N 0 i to `mE o Stratum Description 0o �> U £., o_= Z o a J >Z T a E M O i7to w Surface Elevation = 825.0 feet ul � rn CO aaApproximate W y> w LL-PL-PI b CLAYEY GRAVEL (GC) - brown — 4.5+ JY 4.5+ 821.0 WEATHERED LIMESTONE -tan, clay seams f 1 J "W' 810.0 LIMESTONE - gray S 20 T 805.0 Boring Terminated at Approximately 20 Feet Proposed Elevation = 831.0 Feet Approximate Grading = 6.0 Feet Fill Material boundaries are approximate, in situ, transitions may be qradual. 20-50/4" 50/%" 31-50/3%" 50/'/2' 50/3/4' 50/%" 50/%" e u G y O. d L C � C U L, o y, C V) E 0 O N_ O 2 rn 0 =11U Driller: Drilling Method: Continuous Flight Augers Plate A.8 Log Project No. B-6 21-25640 Cattleman's Crossing Boring Location Between N. Saginaw Blvd. and US HWY 287 R E Fort Worth, Texas Latitude Water Level Observations (feet) Date t N G E E it I Nc, 32.960020 N While Drilling Not Observed 9-28-21 gs r- 1 v, Longitude At Completion Not Observed 97.42034' W End of Day Not Measured = CL y O >A r L G V) tL a+ N O d V) }' C O U C a E Q « Stratum Description �> o_= o d •— a J o = a m £ > °gym 0 ma 'w� a o o M W 16M a Approximate Surface Elevation = 831.0 feet 3: O rn or a W M a' a rn LL-PL-PI 0 2 3 rn 0 c o O U FAT CLAY (CH) - brown, calcareous nodules —% 4.5+ 96 66-27-39 16 E f 829.0 WEATHERED LIMESTONE -tan, clay seams 818.0 LIMESTONE - gray 27-22-19 5 N=41 11-22-24 5 N=46 36-28-50/4" 10 50/6" 6 50/'/2' 1 J 50/'/4' 11 Z i 50/%" 20 = 811.0 50/Y4' Boring Terminated at Approximately 20 Feet Proposed Elevation = 833.0 Feet Approximate Grading = 2.0 Feet Fill Material boundaries are approximate, in situ, transitions may be qradual. Driller: Drilling Method: Continuous Flight Augers Plate A.9 Log Project No. B-7 21-25640 Cattleman's Crossing Boring Location Between N. Saginaw Blvd. and US HWY 287 R E Fort Worth, Texas Latitude Level Observations (feet) Date t N G E E it I N (IWater 32.959450 N While Drilling Not Observed 9-28-21 gs r- 1 v, Longitude At Completion Not Observed 97.420320 W End of Day Not Measured = CL y O >A r L G V) tL a+ N O d V) }' C O U C a E Q « Stratum Description �> o_= o d •— a J o = a y £ > O o y O 'w j N O o M lu .O+ 16M Approximate Surface Elevation = 836.0 feet O a rn or a W M a' a rn LL-PL-PI 0 2 3 rn 0 c o O U FAT CLAY (CH) - brown, with sand, calcareous —% nodules 4.5+ 15 / J / 4.5+ 82 51-21-30 12 -1.0 102 5 — X830.0 9-7-616 N=13 WEATHERED LIMESTONE - tan, clay seams X 50/3" 8 50/Y4' 6 10 50/%" 825.0 LIMESTONE - gray S 50/Y4' 7 1 J 50/%" 3 S n i g 50/Ya" i 20 T 816.0 50/%" Boring Terminated at Approximately 20 Feet Proposed Elevation = 838.0 Feet Approximate Grading = 2.0 Feet Fill Material boundaries are approximate, in situ, transitions may be qradual. Driller: Plate A.10 Drilling Method: Continuous Flight Augers Log Project No. B-8 21-25640 Cattleman's Crossing Boring Location Between N. Saginaw Blvd. and US HWY 287 Fort Worth, Texas Latitude Water Level Observations (feet) Date 32.958890 N While Drilling Not Observed 9-28-21 Longitude At Completion Not Observed 97.420320 W End of Day Not Measured R E fHG EERIit .6 car- 10172 O 0 w o V) N i to dE o �o Stratum Description -1 > U £., Z o >Z T a E M � � "' O 0 _N w u, Approximate Surface Elevation = 841.0 feet � O H ran c m n,> a W a w LL-PL-PI LEAN CLAY (CL) - brown, calcareous nodules 4.5+ 17N=27 3 27 5 — 10-12-27 N=39 4.5+ 4.5+ 91 10 / 831.0 WEATHERED LIMESTONE - tan, clay seams 829.0 LIMESTONE - gray 50/3/4' _ 15—= 50/%" Z S 50/%" 20 821.0 50/%" Boring Terminated at Approximately 20 Feet Proposed Elevation = 844.0 Feet Approximate Grading = 3.0 Feet Fill Material boundaries are approximate, in situ, transitions may be qradual. o u G y O. d t C � C U L, o y, C V) E 0 O N_ O 2 rn 0 =11U 14 6 9 21 47-20-27 13 0 Driller: Drilling Method: Continuous Flight Augers Plate A.11 Log Project No. B-9 21-25640 Cattleman's Crossing Boring Location Between N. Saginaw Blvd. and US HWY 287 R E Fort Worth, Texas Latitude Level Observations (feet) Date t N G E E it I N (IWater 32.958290 N While Drilling Not Observed 9-28-21 gs r- 1 v, Longitude At Completion Not Observed 97.42035' W End of Day Not Measured = CL y O >A r L G V) tL a+ N O d V) }' C O U C a E Q « Stratum Description �> o_= o d •— a J o = a y £ > O o y O 'w j N O o M lu .O+ 16M a Approximate Surface Elevation = 847.0 feet 3: O rn or a W M a' a rn LL-PL-PI 0 3 2 rn 0 c o O U —% FAT CLAY (CH) - brown, calcareous nodules 4.5+ J 4.5+ 843.0 LEAN CLAY (CL) -light brown, with sand 5 j f .0 WEATHERED LIMESTONE - tan .0 LIMESTONE - gray 18 24 4.5+ 14 4.5+ 84 41-19-22 15 1.8 101 50/3%" 8 i 50/Y4' 20 = 827.0 50/Y4' 6 Boring Terminated at Approximately 20 Feet Proposed Elevation = 846.0 Feet Approximate Grading = 1.0 Foot Cut Material boundaries are approximate, in situ, transitions may be qradual. Driller: Plate A.12 Drilling Method: Continuous Flight Augers Log Project No. B-10 21-25640 Cattleman's Crossing Boring Location Between N. Saginaw Blvd. and US HWY 287 R E Fort Worth, Texas Latitude Level Observations (feet) Date t N G E E it I N (IWater 32.957730 N While Drilling Not Observed 9-28-21 a s r 1 v, Longitude At Completion Not Observed 97.420360 W End of Day Not Measured = CL y O >A r L G V) tL a+ N O d V) }' C O U C a E Q « Stratum Description �> o_= o d •— a J o = a y £ > O o y O 'w j N O o M lu .O+ 16M a Approximate Surface Elevation = 855.0 feet 3: O rn or a W M a' a rn LL-PL-PI 0 2 3 rn 0 c o O U FAT CLAY (CH) - brown, calcareous nodules 4.5+ 14 853.0 WEATHERED LIMESTONE -tan, clay seams E f 842.0 LIMESTONE - gray 13-17-22 8 N=39 8-10-11 15 N=21 43-50/3" 10 50/6" 11 =i 50/1'/d' 10 1 � �-� 50/'/4" Z = � 50/3/4' 50/'/2' 835.0 20 Boring Terminated at Approximately 20 Feet Material boundaries are approximate, in situ, transitions may be qradual. Driller: Plate A.13 Drilling Method: Continuous Flight Augers Log Project No. B-11 21-25640 Cattleman's Crossing Boring Location Between N. Saginaw Blvd. and US HWY 287 R E Fort Worth, Texas Latitude Level Observations (feet) Date t N G E E it I av (IWater 32.959430 N While Drilling Not Observed 9-28-21 a s r 1 v, Longitude At Completion Not Observed 97.419650 W End of Day Not Measured = CL y O >A r L G V) tL a+ N O d V) }' C O U C a E Q « Stratum Description �> o_= o d •— a J o = a y £ > O o y O 'w j N O o M lu .O+ 16M a Approximate Surface Elevation = 840.0 feet 3: O rn or a W M a' a rn LL-PL-PI 0 3 2 rn 0 c o O U LEAN CLAY (CL) - light brown j 4.5+ 5 f / 4.5+ 89 41-18-23 9 836.0 WEATHERED LIMESTONE -tan, clay seams 828.0 LIMESTONE - gray 14-16-14 13 N=30 3-50/6" 14 50/3" 6 50/1" 15— _ 50/'/2 " 7 Z S 50/'/2' 20 � 820.0 50/Y4' Boring Terminated at Approximately 20 Feet Proposed Elevation = 837.0 Feet Approximate Grading = 3.0 Feet Cut Material boundaries are approximate, in situ, transitions may be qradual. Driller: Plate A.14 Drilling Method: Continuous Flight Augers Log Project No. B-12 21-25640 Cattleman's Crossing Boring Location Between N. Saginaw Blvd. and US HWY 287 R E Fort Worth, Texas Latitude Level Observations (feet) Date t N G E E it I N (IWater 32.960020 N While Drilling Not Observed 9-28-21 a s r 1 v, Longitude At Completion Not Observed 97.41969' W End of Day Not Measured = CL y O >A r L G V) tL a+ N O d V) }' C O U C a E Q « Stratum Description �> o_= o d •— a J o = a y £ > O o y O 'w j N O o M lu .O+ 16M a Approximate Surface Elevation = 832.0 feet O rn or a W M a' a rn LL-PL-PI 0 2 3 rn 0 c o O U %/ SANDY LEAN CLAY (CL) - light brown 4.5+ 12 830.0 11830. WEATHERED LIMESTONE - tan, clay seams X 16-37-50/3" 4 5 X 50/5" 53 29-14-15 5 15-45-50/3'/2" 12 823.0 LIMESTONE - gray 50/4" 5 10— S Z =j 50/'/4' 50/'/2 � 10 50/'/2' 20 812.0 50/'/4' Boring Terminated at Approximately 20 Feet Proposed Elevation = 833.0 Feet Approximate Grading = 1.0 Foot Fill Material boundaries are approximate, in situ, transitions may be qradual. Driller: Plate A.155 Drilling Method: Continuous Flight Augers Log Project No. B-13 21-25640 Cattleman's Crossing Boring Location Between N. Saginaw Blvd. and US HWY 287 R E Fort Worth, Texas Latitude Level Observations (feet) Date t N G E E it I N (IWater 32.960550 N While Drilling Not Observed 9-28-21 a s r 1 v, Longitude At Completion Not Observed 97.419680 W End of Day Not Measured = CL y O >A r L G V) tL a+ N O d V) }' C O U C a E Q « Stratum Description �> o_= o d •— a J o = a y £ > O o y O 'w j N O o M lu .O+ 16M a Approximate Surface Elevation = 826.0 feet 3: O rn or a W M a' a rn LL-PL-PI 0 2 3 rn 0 c o O U FAT CLAY (CH) - brown 4.5+ 21 824.0 WEATHERED LIMESTONE -tan, clay seams E f 815.0 LIMESTONE - gray 11-28-36 4 N=64 6-15-30 14 N=45 12-9-9 16 N=18 13-26-50/5" 86 36-14-22 14 S 50/'/4' 1 � 50/'/2 " 7 S —_ 50/3/4' 20 T 806.0 50/%" Boring Terminated at Approximately 20 Feet Proposed Elevation = 830.0 Feet Approximate Grading = 4.0 Feet Fill Material boundaries are approximate, in situ, transitions may be qradual. Driller: Plate A.16 Drilling Method: Continuous Flight Augers Log Project No. B-14 21-25640 Cattleman's Crossing Boring Location Between N. Saginaw Blvd. and US HWY 287 R E Fort Worth, Texas Latitude Level Observations (feet) Date t N G E E it I av (IWater 32.961150 N While Drilling Not Observed 9-27-21 gs r- I v, Longitude At Completion Not Observed 97.41969' W End of Day Not Measured = CL y O >A r L G V) tL a+ N O d V) }' C O U C a E Q « Stratum Description �> o_= o d •— a J o = a y £ > O O y O 'w j N O o M W .O+ 16M a Approximate Surface Elevation = 828.0 feet 3: O rn or a W M a' a rn LL-PL-PI 0 3 2 rn 0 c o O U b CLAYEY GRAVEL (GC) - brown — 4.50 16 53-25-28 4 f 826.0 WEATHERED LIMESTONE -tan, clay seams 815.0 LIMESTONE - gray 32-9-13 2 N=22 25-34-20 7 N=54 16-38-29 5 N=67 8-50/5" 11 =i 50 /1/27 " 50'/2 � Z 50/1" 20 = � 808.0 50/Y4' Boring Terminated at Approximately 20 Feet Proposed Elevation = 827.0 Feet Approximate Grading = 1.0 Foot Cut Material boundaries are approximate, in situ, transitions may be qradual. Driller: Plate A.17 Drilling Method: Continuous Flight Augers Log Project No. B-15 21-25640 Cattleman's Crossing Boring Location Between N. Saginaw Blvd. and US HWY 287 R E Fort Worth, Texas Latitude Level Observations (feet) Date t N G E E it I av (IWater 32.961720 N While Drilling Not Observed 9-28-21 a s r 1 v, Longitude At Completion Not Observed 97.41969' W End of Day Not Measured = CL y O >A r L G V) tL a+ N O d V) }' C O U C a E Q « Stratum Description �> o_= o d •— a J o = a y £ > O o y O 'w j N O o M lu .O+ 16M a Approximate Surface Elevation = 830.0 feet 3: O rn or a W M a' a rn LL-PL-PI 0 3 2 rn 0 c o O U WEATHERED LIMESTONE - tan, clay seams 18-40-18 x N=58 3 5 10 818.0 LIMESTONE - gray 11-12-8 12 N=20 30-50/3" 9 42-50/5'/i 10 8-16-35 98 54-20-34 21 N=51 50/2 /2' 7 _ 15—= 50/2" Z S 50/3/4' 20 810.0 50/%" Boring Terminated at Approximately 20 Feet Proposed Elevation = 825.0 Feet Approximate Grading = 5.0 Feet Cut Material boundaries are approximate, in situ, transitions may be qradual. Driller: Plate A.18 Drilling Method: Continuous Flight Augers Log Project No. B-16 21-25640 Cattleman's Crossing Boring Location Between N. Saginaw Blvd. and US HWY 287 R E Fort Worth, Texas Latitude Level Observations (feet) Date t N G E E it I av (IWater 32.961720 N While Drilling Not Observed 9-28-21 a s r 1 v, Longitude At Completion Not Observed 97.41902' W End of Day Not Measured = CL y O >A r L G V) tL a+ N O d V) }' C O U C a E Q « Stratum Description �> o_= o d •— a J o = a y £ > O o y O 'w j N O o M lu .O+ 16M a Approximate Surface Elevation = 831.0 feet 3: O rn or a W M a' a rn LL-PL-PI 0 3 2 rn 0 c o O U f %/ LEAN CLAY (CL) - light brown ��4.50 829.0 WEATHERED LIMESTONE -tan, clay seams 819.0 LIMESTONE - gray 12 10-11-13 8 N=24 11-14-15 76 6 N=29 12-11-15 11 N=26 16-17-20 8 N=37 50/3/4' 15— _ 50/%" 7 Z S 50/'/2' 20 � 811.0 50/Y4' Boring Terminated at Approximately 20 Feet Proposed Elevation = 831.0 Feet Approximate Grading = 0.0 Feet Fill Material boundaries are approximate, in situ, transitions may be qradual. Driller: Plate A.19 Drilling Method: Continuous Flight Augers Log Project No. B-17 21-25640 Cattleman's Crossing Boring Location Between N. Saginaw Blvd. and US HWY 287 R E Fort Worth, Texas Latitude Date t N G E E it I N (IWater Level Observations (feet) 32.961130 N While Drilling Not Observed 9-27-21 gs r- I v, Longitude At Completion Not Observed 97.418980 W End of Day Not Measured = CL y O >A r L G V) N d V) C C tL a+ O }' O d .- a E Q Stratum Description �> o= __ o = a y £ > .O+ O o y O 'w j N O o M lu 16M a or M a' 0 3 c o Approximate Surface Elevation = 830.0 feet 3: O rn a W a rn LL-PL-PI 2 rn 0 O U % LEAN CLAY (CL) - light brown 11828.0 4.5+ 10 \ / WEATHERED LIMESTONE - tan, clay seams X 18-50/4" 4 5- 12-38-50/2" 6 X 50/1" 78 24-12-12 5 18-25-46 18 N=71 820.0 10 L LIMESTONE - gray S 50/1'/" 3 50/'/2' 15— = S _ 50/'/2' 20 -�411 810.0 50/'/4' Boring Terminated at Approximately 20 Feet Proposed Elevation = 831.0 Feet Approximate Grading = 1.0 Foot Fill Material boundaries are approximate, in situ, transitions may be qradual. Driller: Plate A.20 Drilling Method: Continuous Flight Augers Log Project No. B-18 21-25640 Cattleman's Crossing Boring Location Between N. Saginaw Blvd. and US HWY 287 R E Fort Worth, Texas Latitude Water Level Observations (feet) Date t N G E E it I Nc, 32.960580 N While Drilling Not Observed 9-28-21 a s r 1 v, Longitude At Completion Not Observed 97.41900' W End of Day Not Measured = CL y O >A r L G V) tL a+ N O d V) }' C O U C a E Q « Stratum Description �> o_= o d •— a J o = a m £ > °gym 0 ma 'w� a o o M lu 16M a Approximate Surface Elevation = 832.0 feet 3: O rn or a W M a' a rn LL-PL-PI 0 2 3 rn 0 c o O U FAT CLAY (CH) - dark brown 4.50 20 830.0 WEATHERED LIMESTONE -tan, clay seams E f 820.0 LIMESTONE - gray 15-29-29 4 N=58 50/'/4' 4 10-18-21 8 N=39 7-15-20 95 50-17-33 15 N=35 50/1" 15— _ 50/3/4' 7 Z S 50/'/2' 20 � 812.0 50/'/2' Boring Terminated at Approximately 20 Feet Proposed Elevation = 833.0 Feet Approximate Grading = 1.0 Foot Fill Material boundaries are approximate, in situ, transitions may be qradual. Driller: Drilling Method: Continuous Flight Augers Plate A.21 Log Project No. B-19 21-25640 Cattleman's Crossing Boring Location Between N. Saginaw Blvd. and US HWY 287 Fort Worth, Texas Latitude Water Level Observations (feet) Date 32.960010 N While Drilling Not Observed 9-28-21 Longitude At Completion Not Observed 97.41900' W End of Day Not Measured R NE r NG E£kltv(I O 0 w o V) N i to `mE o 0o Stratum Description �> U £., Z o_= o a J >Z T a M wul O i7to M _N w Approximate Surface Elevation = 833.0 feet � O H ran CO y> a W a w LL-PL-PI —% FAT CLAY (CH) - dark brown 4.5+ 831.0 12(1 CLAYEY GRAVEL (GC) -brown e u G y O. d L C � C U L, o y, C V) E 0 O N_ O 2 rn 0 =11U 15 1—a'7' j� 4.5+ 30 68-19-49 5 829.0 WEATHERED LIMESTONE - tan, clay seams 5— X 50/4" 3 50/'/4' 7 825.0 LIMESTONE - gray 50/3/4' 4 10 50/'/4' Z _ 50/1" 7 15—= 50/'/2' S 50/'/2' 50/'/2' 20 813.0 Boring Terminated at Approximately 20 Feet Proposed Elevation = 833.0 Feet Approximate Grading = 0.0 Feet Fill Material boundaries are approximate, in situ, transitions may be qradual. Driller: Drilling Method: Continuous Flight Augers Plate A.22 Log B-20 Project No. 21-25640 Cattleman's Crossing Boring Location Between N. Saginaw Blvd. and US HWY 287 R E Fort Worth, Texas Latitude Water Level Observations (feet) Date f H G E E R I it G 32.959470 N While Drilling Not Observed 10-20-21 I: s r - 10,72 Longitude At Completion Not Observed 97.419010 W End of Day Not Measured = CL y a V) tL a+ N O d V) C }' O U C a E Q « Stratum Description �> o_= o d •— a J o = a y £ > O o y O 'w j N O o M lu .O+ 16M a Approximate Surface Elevation = 840.0 feet 3: O rn or a W M a' a rn 0 3 LL-PL-PI 2 rn 0 c o O v LEAN CLAY (CL) - light brown 5 —% 10 15 20� 820.0 Boring Terminated at Approximately 20 Feet Proposed Elevation = 837.0 Feet Approximate Grading = 3.0 Feet Cut Material boundaries are approximate, in situ, transitions may be qradual. Driller: Drilling Method: Continuous Flight Augers 4.5+ 20 4.5+ 7 4.5+ 92 31-16-15 7 0.6 115 4.5+ 11 4.5+ 11 4.5+ 6 4.5+ 12 Plate A.23 Log Project No. B-21 21-25640 Cattleman's Crossing Boring Location Between N. Saginaw Blvd. and US HWY 287 R E Fort Worth, Texas Latitude Level Observations (feet) Date t N G E E it I N (IWater 32.958860 N While Drilling Not Observed 9-29-21 a s r 1 v, Longitude At Completion Not Observed 97.418330 W End of Day Not Measured = CL y O >A r L G V) tL a+ N O d V) }' C O U C a E Q « Stratum Description �> o_= o d •— a J o = a m E > °gym 0 ya 'w� a o o M lu 16M a Approximate Surface Elevation = 844.0 feet 3: O rn or a W M a' a rn LL-PL-PI 0 3 2 rn 0 c o O U %/ LEAN CLAY (CL) - light brown ��4.50 842.0 WEATHERED LIMESTONE -tan, clay seams f 13 827.0 LIMESTONE - gray �i 20 = 824.0 Boring Terminated at Approximately 20 Feet Proposed Elevation = 838.0 Feet Approximate Grading = 6.0 Feet Cut 18-31-22 N=53 14 11-13-14 13 N=27 12-13-18 12 N=31 36-21-27 19 N=48 30-25-26 22 N=51 50/3/4' 50/%" 6 Material boundaries are approximate, in situ, transitions may be qradual. Driller: Plate A.24 Drilling Method: Continuous Flight Augers Log Project No. B-22 21-25640 Cattleman's Crossing Boring Location Between N. Saginaw Blvd. and US HWY 287 Fort Worth, Texas Latitude Water Level Observations (feet) Date 32.959450 N While Drilling Not Observed 9-29-21 Longitude At Completion Not Observed 97.418330 W End of Day Not Measured R E fHG EERIit .6 car- 10172 O 0 w o V) N i to dE o �o Stratum Description -1 > U £., Z o >Z T a E M � � "' O 0 _N w u, Approximate Surface Elevation = 838.0 feet � O H ran c m n,> a W a w LL-PL-PI LEAN CLAY (CL) - light brown 4.50 4.50 5 — % 4.50 o u G y O. d t C � C U L, o y, C V) E 0 O N_ O 2 rn 0 =11U 17 19 17 / 4.50 94 39-17-22 13 7.9 117 830.0 XWEATHERED LIMESTONE - tan, clay seams50/4" 10 826.0 LIMESTONE - gray 50/'/2' _ '/2' 15—= 50/ Z S 50/%" 20 818.0 50/%" Boring Terminated at Approximately 20 Feet Proposed Elevation = 836.0 Feet Approximate Grading = 2.0 Feet Cut Material boundaries are approximate, in situ, transitions may be qradual. 7 5 Driller: Drilling Method: Continuous Flight Augers Plate A.25 Log Project No. B-23 21-25640 Cattleman's Crossing Boring Location Between N. Saginaw Blvd. and US HWY 287 Fort Worth, Texas Latitude Water Level Observations (feet) Date 32.959980 N While Drilling Not Observed 9-29-21 Longitude At Completion Not Observed 97.418320 W End of Day Not Measured R NE r NG E£kltv(I O 0 w o V) N i to `mE o 0o Stratum Description �> U £., Z o_= o a J >Z T a M wul O i7to M _N w Approximate Surface Elevation = 834.0 feet � O H ran CO y> a W a w LL-PL-PI —% FAT CLAY (CH) - dark brown / 4.50 J e u G y O. d L C � C U L, o y, C V) E 0 O N_ O 2 rn 0 =11U m / 4.50 89 65-21-44 17 4.4 93 5 — / 4.50 18 828.0 WEATHERED LIMESTONE - tan, clay seams — X 15-20-22 N=42 10 x 50/%" 6 10 / \823.0 LIMESTONE - gray S 50/%" 5 ` 1 J 50/'/4 S —_ 50/%" T 814.0 50/%" 20 Boring Terminated at Approximately 20 Feet Proposed Elevation = 835.0 Feet Approximate Grading = 1.0 Foot Fill Material boundaries are approximate, in situ, transitions may be qradual. Driller: Drilling Method: Continuous Flight Augers Plate A.26 Log Project No. B-24 21-25640 Cattleman's Crossing Boring Location Between N. Saginaw Blvd. and US HWY 287 R E Fort Worth, Texas Latitude Level Observations (feet) Date t N G E E it I N (IWater 32.960580 N While Drilling Not Observed 9-29-21 a s r 1 v, Longitude At Completion Not Observed 97.418310 W End of Day Not Measured = CL y O >A r L G V) tL a+ N O d V) }' C O U C a E Q « Stratum Description �> o_= o d •— a J o = a y £ > O o y O 'w j N O o M lu .O+ 16M a Approximate Surface Elevation = 833.0 feet 3: O rn or a W M a' a rn LL-PL-PI 0 3 2 rn 0 c o O U f %/ LEAN CLAY (CL) - brown ��4.50 831.0 WEATHERED LIMESTONE -tan, clay seams 822.0 LIMESTONE - gray 12 9-11-13 7 N=24 50/%" 4 50/%" 40 22-13-9 4 50/%" 5 S 5 1 J 0/1/2 50/'/2' S —_ 50/'/2' 50/%" 20 T 813.0 Boring Terminated at Approximately 20 Feet Proposed Elevation = 834.0 Feet Approximate Grading = 1.0 Foot Fill Material boundaries are approximate, in situ, transitions may be qradual. Driller: Plate A.27 Drilling Method: Continuous Flight Augers Log Project No. B-25 21-25640 Cattleman's Crossing Boring Location Between N. Saginaw Blvd. and US HWY 287 R E Fort Worth, Texas Latitude Level Observations (feet) Date t N G E E it I av (IWater 32.961150 N While Drilling Not Observed 9-27-21 gs r- I v, Longitude At Completion Not Observed 97.418330 W End of Day Not Measured = CL y O >A r L G V) tL a+ N O d V) }' C O U C a E Q « Stratum Description �> o_= o d •— a J o = a y £ > O O y O 'w j N O o M lu .O+ 16M a Approximate Surface Elevation = 832.0 feet 3: O rn or a W M a' a rn LL-PL-PI 0 3 2 rn 0 c o O U %/ SANDY LEAN CLAY (CL) - brown, with gravel / 4.50 57 43-21-22 8 830.0 WEATHERED LIMESTONE -tan, clay seams f X818.0 LIMESTONE -gray 15— 1 S Z � 812.0 20 Boring Terminated at Approximately 20 Feet Proposed Elevation = 833.0 Feet Approximate Grading = 1.0 Foot Fill Material boundaries are approximate, in situ, transitions may be qradual. Driller: Drilling Method: Continuous Flight Augers 32-25-17 2 N=42 50/%" 4 50/4" 12 20-18-44 10 N=62 50/3" 3 50/'/2' 50/%" Plate A.28 Log Project No. B-26 21-25640 Cattleman's Crossing Boring Location Between N. Saginaw Blvd. and US HWY 287 R E Fort Worth, Texas Latitude Level Observations (feet) Date t N G E E it I av (IWater 32.961720 N While Drilling Not Observed 9-28-21 a s r 1 v, Longitude At Completion Not Observed 97.418380 W End of Day Not Measured = CL y O >A r L G V) tL a+ N O d V) }' C O U C a E Q « Stratum Description �> o_= o d •— a J o = a y £ > O o y O 'w j N O o M lu .O+ 16M a Approximate Surface Elevation = 829.0 feet 3: O rn or a W M a' a rn LL-PL-PI 0 3 2 rn 0 c o O U f %/ LEAN CLAY (CL) - brown ��4.50 827.0 WEATHERED LIMESTONE -tan, clay seams 816.0 LIMESTONE - gray 14 22-50/3" 4 17-23-30 gg 10 N=53 50/%" 8 15-24-30 9 N=54 50/3/4' 70 1 � 50/'/4' 7 � Z 50/'/2' 20 = 809.0 50/%" Boring Terminated at Approximately 20 Feet Proposed Elevation = 830.0 Feet Approximate Grading = 1.0 Foot Fill Material boundaries are approximate, in situ, transitions may be qradual. Driller: Plate A.29 Drilling Method: Continuous Flight Augers Log Project No. B-27 21-25640 Cattleman's Crossing Boring Location Between N. Saginaw Blvd. and US HWY 287 R E Fort Worth, Texas Latitude Level Observations (feet) Date t N G E E it I N (IWater 32.962300 N While Drilling Not Observed 9-28-21 a s r 1 v, Longitude At Completion Not Observed 97.417960 W End of Day Not Measured = CL y O >A r L G V) tL a+ N O d V) }' C O U C a E Q « Stratum Description �> o_= o d •— a J o = a y £ > O o y O 'w j N O o M lu .O+ 16M a Approximate Surface Elevation = 825.0 feet 3: O rn or a W M a' a rn LL-PL-PI 0 2 3 rn 0 c o O U FAT CLAY (CH) - dark brown 4.50 18 823.0 WEATHERED LIMESTONE -tan, clay seams E f 813.0 LIMESTONE - gray 12-13-16 4 N=29 23-24-40 6 N=64 50/%" 4 22-30-33 40 44-20-24 8 N=63 50/'/2' 15— _ 50/'/2 " 8 Z S 50/%" 20 � 805.0 50/'/4' Boring Terminated at Approximately 20 Feet Proposed Elevation = 829.0 Feet Approximate Grading = 4.0 Feet Fill Material boundaries are approximate, in situ, transitions may be qradual. Driller: Plate A.30 Drilling Method: Continuous Flight Augers Log Project No. B-28 21-25640 Cattleman's Crossing Boring Location Between N. Saginaw Blvd. and US HWY 287 R E Fort Worth, Texas Latitude Water Level Observations (feet) Date t N G E E R I Nc, 32.962880 N While Drilling Not Observed 10-21-21 gs r- I v, Longitude At Completion Not Observed 97.417990 W End of Day Not Measured = CL y O >A r L G V) tL a+ N O d V) }' C O U C a E Q « Stratum Description �> o_= o d •— a J o = a m £ > °gym 0 ma 'w� a o o M lu 16M a Approximate Surface Elevation = 821.0 feet O rn or a W M a' a rn LL-PL-PI 0 2 3 rn 0 c o O U CLAY (CH) - dark brown -%FAT 4.5+ 32 / J / 4.5+ 25 5—/ 4.5+ 19 106 6,300 815.0 LEAN CLAY (CL) -light brown j4.5+ 89 35-14-21 9 2.3 127 j 4.5+ 11 811.0 10 WEATHERED LIMESTONE - tan, clay seams 807.0 4p LIMESTONE - gray 50/11/2' S 15—= 3 50/1" � S s _ _ i Z i —= 50/11/2" i 20 801.0 50/3/4' Boring Terminated at Approximately 20 Feet Material boundaries are approximate, in situ, transitions may be qradual. Driller: Drilling Method: Continuous Flight Augers Plate A.31 Log Project No. B-29 21-25640 Cattleman's Crossing Boring Location Between N. Saginaw Blvd. and US HWY 287 Fort Worth, Texas Latitude Water Level Observations (feet) Date 32.961730 N While Drilling Not Observed 9-28-21 Longitude At Completion Not Observed 97.417630 W End of Day Not Measured R NE r NG E£kltv(I O 0 w o V) N i to `mE o 0o Stratum Description �> U £., Z o_= o a J >Z T a M wul O i7to M _N w Approximate Surface Elevation = 827.0 feet � O H ran CM y> a W a w LL-PL-PI e u G y O. d L C � C U L, o y, C V) E 0 a N 2 rn 0 =11U —% FAT CLAY (CH) - dark brown 4.50 96 58-29-29 14 / 825.0 WEATHERED LIMESTONE - tan, clay seams X 50/5" 5 — x 50/%" 50/%" 819.0 LIMESTONE - gray 50P 50/" 10 Z _ 50P 15— 50P _ S 50P 50P 20 807.0 Boring Terminated at Approximately 20 Feet Proposed Elevation = 829.0 Feet Approximate Grading = 2.0 Feet Fill Material boundaries are approximate, in situ, transitions may be qradual. 2 6 5 8 9 Driller: Drilling Method: Continuous Flight Augers Plate A.32 Log Project No. B-30 21-25640 Cattleman's Crossing Boring Location Between N. Saginaw Blvd. and US HWY 287 R E Fort Worth, Texas Latitude Level Observations (feet) Date t N G E E it I av (IWater 32.961170 N While Drilling Not Observed 9-27-21 gs r- I v, Longitude At Completion Not Observed 97.417630 W End of Day Not Measured = CL y O >A r L G V) tL a+ N O d V) }' C O U C a E Q « Stratum Description �> o_= o d •— a J o = a y £ > O o y O 'w j N O o M lu .O+ 16M a Approximate Surface Elevation = 831.0 feet 3: O rn or a W M a' a rn LL-PL-PI 0 3 2 rn 0 c o O U f —% FAT CLAY (CH) - dark brown 4.50 / 829.0 SANDY LEAN CLAY (CL) -light brown 4.50 827.0 WEATHERED LIMESTONE -tan, clay seams 819.0 LIMESTONE - gray 17 8 28-38-18 15 2 N=56 50/1'/z' 6 15 = 50/4" 10 15 Z S 50/1' 4 20 � '/2 811.0 Boring Terminated at Approximately 20 Feet 50/'/2 " Proposed Elevation = 832.0 Feet Approximate Grading = 1.0 Foot Fill Material boundaries are approximate, in situ, transitions may be qradual. Driller: Plate A.33 Drilling Method: Continuous Flight Augers Log Project No. B-31 21-25640 Cattleman's Crossing Boring Location Between N. Saginaw Blvd. and US HWY 287 Fort Worth, Texas Latitude Water Level Observations (feet) Date 32.960580 N While Drilling Not Observed 9-29-21 Longitude At Completion Not Observed 97.417630 W End of Day Not Measured R NE t NG E£kltv(I O 0 w o V) N i to `mE o 0o Stratum Description �> U £., Z o_= o a J >Z T a M wul O i7to M _N w Approximate Surface Elevation = 836.0 feet � O H ran CO y> a W a w LL-PL-PI LEAN CLAY (CL) - dark brown 4.00 light brown, limestone seams �j 50/2'/�" 5 -X 50/2'/2" 50/3" 87 j 4.5+ 10 826.0 WEATHERED LIMESTONE - tan, clay seams 823.0 LIMESTONE - gray =i 50/ 1� �_'� 50/1/1" � Z i 50/1'/2' 20 = 816.0 50/1" Boring Terminated at Approximately 20 Feet Proposed Elevation = 834.0 Feet Approximate Grading = 2.0 Feet Cut Material boundaries are approximate, in situ, transitions may be qradual. e u G y O. d L C � C U L, o y, C V) E 0 O N_ O 2 rn 0 =11U 13 6 15 43-20-23 11 18 111 Driller: Drilling Method: Continuous Flight Augers Plate A.34 Log Project No. B-32 21-25640 Cattleman's Crossing Boring Location Between N. Saginaw Blvd. and US HWY 287 Fort Worth, Texas Latitude Water Level Observations (feet) Date 32.960030 N While Drilling Not Observed 9-29-21 Longitude At Completion Not Observed 97.417610 W End of Day Not Measured R NE r NG E£kltv(I O 0 w o V) N i to `mE o 0o Stratum Description �> U £., Z o_= o a J >Z T a M wul O i7to M _N w Approximate Surface Elevation = 841.0 feet � O H ran CO y> a W a w LL-PL-PI LEAN CLAY (CL) - dark brown 4.00 light brown, limestone seams 50/3" 5 X 50/3" 50/2'/z' j 4.5+ 90 10 831.0 WEATHERED LIMESTONE - tan, clay seams 828.0 LIMESTONE - gray =i 50/23/" ` 1 J �-� 50/2'/z' � Z i 50/2%" 20 = 821.0 50/2%" Boring Terminated at Approximately 20 Feet Proposed Elevation = 840.0 Feet Approximate Grading = 1.0 Foot Cut Material boundaries are approximate, in situ, transitions may be qradual. e u G y O. d L C � C U L, o y, C V) E 0 O N_ O 2 rn 0 =11U 12 7 9 7 22 M Driller: Drilling Method: Continuous Flight Augers Plate A.35 Log Project No. B-33 21-25640 Cattleman's Crossing Boring Location Between N. Saginaw Blvd. and US HWY 287 Fort Worth, Texas Latitude Water Level Observations (feet) Date 32.959480 N While Drilling Not Observed 9-29-21 Longitude At Completion Not Observed 97.41764' W End of Day Not Measured R NE t NG E£kltv(I O 0 w o V) N i to `mE o 0o Stratum Description �> U £., Z o_= o a J >Z T a M wul O i7to M _N w Approximate Surface Elevation = 844.0 feet � O H ran CO y> a W a w LL-PL-PI LEAN CLAY (CL) - dark brown 4.5+ 86 light brown, limestone seams �j 50/3" 5 -X 50/2%" 50/3" j 4.00 10 834.0 WEATHERED LIMESTONE - tan, clay seams 831.0 LIMESTONE - gray 50/2" 1 J70 50/2" � Z i 50/1 %" 20 = 824.0 50/1%" Boring Terminated at Approximately 20 Feet Proposed Elevation = 843.0 Feet Approximate Grading = 1.0 Foot Cut Material boundaries are approximate, in situ, transitions may be qradual. e u G y O. d L C � C U L, o y, C V) E 0 O N_ O 2 rn 0 =11U 10 8 9 10 17 8 Driller: Drilling Method: Continuous Flight Augers Plate A.36 Log Project No. B-34 21-25640 Cattleman's Crossing Boring Location Between N. Saginaw Blvd. and US HWY 287 R E Fort Worth, Texas Latitude Level Observations (feet) Date t N G E E it I N (IWater 32.958860 N While Drilling Not Observed 9-29-21 a s r 1 v, Longitude At Completion Not Observed 97.41764' W End of Day Not Measured = CL y O >A r L G V) tL a+ N O d V) }' C O U C a E Q « Stratum Description �> o_= o d •— a J o = a y £ > O o y O 'w j N O o M lu .O+ 16M a Approximate Surface Elevation = 845.0 feet 3: O rn or a W M a' a rn LL-PL-PI 0 2 3 rn 0 c o O U LEAN CLAY (CL) - dark brown 4.5+ 12 light brown, limestone seams j 23-34-38 N-72 5 X 50/1" 50/1'/z' j 4.00 10 835.0 WEATHERED LIMESTONE - tan, clay seams 832.0 LIMESTONE - gray =i 50/21/" 1 J �-'� 50/2'/2' � Z i 50/2%" 20 = 825.0 50/2%" Boring Terminated at Approximately 20 Feet Proposed Elevation = 841.0 Feet Approximate Grading = 4.0 Feet Cut Material boundaries are approximate, in situ, transitions may be qradual. 7 7 20 9 Driller: Drilling Method: Continuous Flight Augers Plate A.37 Log Project No. B-35 21-25640 Cattleman's Crossing Boring Location Between N. Saginaw Blvd. and US HWY 287 Fort Worth, Texas Latitude Water Level Observations (feet) Date 32.958330 N While Drilling Not Observed 9-29-21 Longitude At Completion Not Observed 97.417980 W End of Day Not Measured R E fHG EERIit .6 car- 10172 O 0 w o V) N i to dE o �o Stratum Description -1 > U £., Z o >Z T a E M � � °' O 0 _N w u, Approximate Surface Elevation = 849.0 feet � O H ran c m n,> a W a w LL-PL-PI LEAN CLAY (CL) - dark brown 4.50 - light brown, limestone seams 18-25-21 All N=46 5 — 11-8-8 71 N=16 20-18-18 N=36 21-14-16 N=30 10� — / 836.0 WEATHERED LIMESTONE - tan, clay seams \ / — V 1 5 N=29 29 1� 833.0 LIMESTONE -gray S r = 50/3" 20 829.0 Boring Terminated at Approximately 20 Feet Proposed Elevation = 846.0 Feet Approximate Grading = 3.0 Feet Cut Material boundaries are approximate, in situ, transitions may be qradual. o u G y O. d t C � C U L, o y, C V) E 0 O N_ O 2 rn 0 =11U 14 3 48-18-30 9 9 21 23 13 Driller: Drilling Method: Continuous Flight Augers Plate A.38 Log Project No. B-36 21-25640 Cattleman's Crossing Boring Location Between N. Saginaw Blvd. and US HWY 287 Fort Worth, Texas Latitude Water Level Observations (feet) Date 32.957760 N While Drilling Not Observed 9-29-21 Longitude At Completion Not Observed 97.418000 W End of Day Not Measured R E fHG EERIit .6 car- 10172 O 0 w o V) N i to dE o �o Stratum Description -1 > U £., Z o >Z T a E M � � °' O 0 _N w u, Approximate Surface Elevation = 854.0 feet � O H ran c m n,> a W a w LL-PL-PI LEAN CLAY (CL) - dark brown 4.50 - light brown, limestone seams A33-50/4" 5 X 50/1" 16-21-22 N=43 75 18-20-24 � N=44 10 — / 841.0 \ / WEATHERED LIMESTONE - tan, clay seams x 50/5" 838.0 LIMESTONE -gray S 50/%" 20 834.0 50/'/4' Boring Terminated at Approximately 20 Feet Proposed Elevation = 848.0 Feet Approximate Grading = 6.0 Feet Cut Material boundaries are approximate, in situ, transitions may be qradual. o u G y O. d t C � C U o V) E 0 O N_ O 2 rn 0 =11U 18 3 3 17 11 13 11 Driller: Drilling Method: Continuous Flight Augers Plate A.39 Log Project No. B-37 21-25640 Cattleman's Crossing Boring Location Between N. Saginaw Blvd. and US HWY 287 Fort Worth, Texas Latitude Water Level Observations (feet) Date 32.958030 N While Drilling Not Observed 9-29-21 Longitude At Completion Not Observed 97.417630 W End of Day Not Measured R E fHG EERIit .6 car- 10172 O 0 w o V) N i to dE o �o Stratum Description -1 > U £., Z o >Z T a E M � � "' O 0 _N w u, Approximate Surface Elevation = 850.0 feet � O H ran c m n,> a W a w LL-PL-PI LEAN CLAY (CL) - dark brown 4.5+ light brown, limestone seams 42-50/1 " 5—� 6 12 18 o u G y O. d t C � C U L, o y, C V) E 0 O N_ O 2 rn 0 =11U 20 4 / - -- 78 33-13-20 6 N- Material boundaries are approximate, in situ, transitions may be qradual. 7 IF 9 Driller: Drilling Method: Continuous Flight Augers Plate A.40 Log Project No. B-38 21-25640 Cattleman's Crossing Boring Location Between N. Saginaw Blvd. and US HWY 287 R E Fort Worth, Texas Latitude Water Level Observations (feet) Date t N G E E it I :v c, 32.957720 N While Drilling Not Observed 9-29-21 a s r 1 v, Longitude At Completion Not Observed 97.41694' W End of Day Not Measured = CL y O >A r L G V) tL a+ N O d V) }' C O U C a E Q « Stratum Description �> o_= o d •— a J o = a m £ > °gym 0 ma 'w� a o o M lu 16M a Approximate Surface Elevation = 854.0 feet 3: O rn or a W M a' a rn LL-PL-PI 0 3 2 rn 0 c o O U WEATHERED LIMESTONE - tan, clay seams 11-11-15 x N=26 5 10 842.0 LIMESTONE - gray 50/5" 15-50/3" 50/1'/d' 18-50/5" 50/'/2' 15— _ 50/%" Z S 50/%" 20 � 834.0 50/%"Boring Terminated at Approximately 20 Feet Proposed Elevation = 849.0 Feet Approximate Grading = 5.0 Feet Cut Material boundaries are approximate, in situ, transitions may be qradual. Driller: Drilling Method: Continuous Flight Augers Plate A.41 Log Project No. B-39 21-25640 Cattleman's Crossing Boring Location Between N. Saginaw Blvd. and US HWY 287 R E Fort Worth, Texas Latitude Level Observations (feet) Date t N G E E it I N (IWater 32.958300 N While Drilling Not Observed 9-29-21 a s r 1 v, Longitude At Completion Not Observed 97.416930 W End of Day Not Measured = CL y O >A r L G V) tL a+ N O d V) }' C O U C a E Q « Stratum Description �> o_= o d •— a J o = a y £ > O o y O 'w j N O o M lu .O+ 16M a Approximate Surface Elevation = 854.0 feet 3: O rn or a W M a' a rn LL-PL-PI 0 3 2 rn 0 c o O U WEATHERED LIMESTONE - tan, clay seams 10-18-37 x N=55 5 10 841.0 LIMESTONE - gray 50/1" 50/4" 9-50/4'/2" 50/5'/z' 50/'/2' 1 J 50/'/4' Z i 50/%" 20 = 834.0 50/Y4' Boring Terminated at Approximately 20 Feet Proposed Elevation = 847.0 Feet Approximate Grading = 7.0 Feet Cut Material boundaries are approximate, in situ, transitions may be qradual. Driller: Plate A.42 Drilling Method: Continuous Flight Augers Log Project No. B-40 21-25640 Cattleman's Crossing Boring Location Between N. Saginaw Blvd. and US HWY 287 R E Fort Worth, Texas Latitude Level Observations (feet) Date t N G E E it I av (IWater 32.958870 N While Drilling Not Observed 9-29-21 a s r 1 v, Longitude At Completion Not Observed 97.416930 W End of Day Not Measured = CL y O >A r L G V) tL a+ N O d V) }' C O U C a E Q « Stratum Description �> o_= o d •— a J o = a y £ > O o y O 'w j N O o M lu .O+ 16M a Approximate Surface Elevation = 852.0 feet 3: O rn or a W M a' a rn LL-PL-PI 0 3 2 rn 0 c o O U \ / WEATHERED LIMESTONE - tan, clay seams X 50/5'/z' 1 5 10 839.0 LIMESTONE - gray 50/4" 7 9-19-8 N=27 55 12 5-50/5'/2" 18 50/4" 10 =i 50/'/4' 1 � �_'� 50/'/2 " 6 � Z i 50/'/2' 20 = 832.0 50/%" Boring Terminated at Approximately 20 Feet Proposed Elevation = 841.0 Feet Approximate Grading = 11.0 Feet Cut Material boundaries are approximate, in situ, transitions may be qradual. Driller: Plate A.43 Drilling Method: Continuous Flight Augers Log Project No. B-41 21-25640 Cattleman's Crossing Boring Location Between N. Saginaw Blvd. and US HWY 287 R E Fort Worth, Texas Latitude Level Observations (feet) Date t N G E E it I N (IWater 32.959440 N While Drilling Not Observed 9-29-21 a s r 1 v, Longitude At Completion Not Observed 97.41695' W End of Day Not Measured = CL y O >A r L G V) tL a+ N O d V) }' C O U C a E Q « Stratum Description �> o_= o d •— a J o = a y £ > O o y O 'w j N O o M lu .O+ 16M a Approximate Surface Elevation = 849.0 feet 3: O rn or a W M a' a rn LL-PL-PI 0 3 2 rn 0 c o O U WEATHERED LIMESTONE - tan, clay seams 18-27-12 x N=39 2 5 10 836.0 LIMESTONE - gray 4-6-8 18 N=14 5-50/5/%" 25 6 13-10-50/4'/2" 12 17-50/1'/i' 11 =i 50/'/4' ` 1 J �_'� 50/'/2' 12 � Z i 50/'/2' 20 = 829.0 50/%" Boring Terminated at Approximately 20 Feet Proposed Elevation = 842.0 Feet Approximate Grading = 7.0 Feet Cut Material boundaries are approximate, in situ, transitions may be qradual. Driller: Plate A.44 Drilling Method: Continuous Flight Augers Log B-42 Project No. 21-25640 Cattleman's Crossing Boring Location Between N. Saginaw Blvd. and US HWY 287 R E Fort Worth, Texas Latitude Water Level Observations (feet) Date f N G E E R I N G 32.960000 N While Drilling Not Observed 9-29-21 car- 10,72 Longitude At Completion Not Observed 97.41695' W End of Day Not Measured = CL y a V) tL -2 W N O d y C }' O U C a E Q « Stratum Description -1> o_= o d •E a J o = a y £ > O o y O 'w j N O o M lu .O+ 16M a Approximate Surface Elevation = 843.0 feet 3: O rn or 0i a W M a) a rn 0 3 LL-PL-PI 2 rn � 0 c o O v LEAN CLAY (CL) - light brown, with sand 5- 1 0-3/1 1 J X 828.0 WEATHERED LIMESTONE - tan, clay seams 20 823.0 Boring Terminated at Approximately 20 Feet Proposed Elevation = 841.0 Feet Approximate Grading = 2.0 Feet Cut Material boundaries are approximate, in situ, transitions may be qradual. Driller: Drilling Method: Continuous Flight Augers 4.5+ 4 15-20-12 9 N=32 4.50 87 43-17-26 16 24-16-14 12 N=30 8-13-14 18 N=27 7-10-27 20 N=37 50/1 %" 7 Plate A.45 Log Project No. B-43 21-25640 Cattleman's Crossing Boring Location Between N. Saginaw Blvd. and US HWY 287 Fort Worth, Texas Latitude Water Level Observations (feet) Date 32.960590 N While Drilling Not Observed 9-29-21 Longitude At Completion Not Observed 97.41696' W End of Day Not Measured R NE t NG E£kltv(I O 0 w o V) N i to `mE o 0o Stratum Description �> U £., Z o_= o a J >Z T a M wul O i7to M _N w Approximate Surface Elevation = 836.0 feet � O H ran CO y> a W a w LL-PL-PI LEAN CLAY (CL) - dark brown 4.5+ j e u G y O. d L C � C U L, o y, C V) E 0 O N_ O 2 rn 0 =11U 8 4.5+ 93 43-15-28 8 -0.1 92 light brown, limestone seams 7-7-7 12 5—� N=14 V 6N=35 15 35 % 50/2" 16 826.0 10 WEATHERED LIMESTONE - tan, clay seams 823.0 LIMESTONE - gray 50/Y4' 5 1 70 50/%" � Z = i 50/%" 50/%" 816.0 20 Boring Terminated at Approximately 20 Feet Proposed Elevation = 834.0 Feet Approximate Grading = 2.0 Feet Cut Material boundaries are approximate, in situ, transitions may be qradual. Driller: Drilling Method: Continuous Flight Augers Plate A.46 Log Project No. B-44 21-25640 Cattleman's Crossing Boring Location Between N. Saginaw Blvd. and US HWY 287 R E Fort Worth, Texas Latitude Level Observations (feet) Date t N G E E it I av (IWater 32.961140 N While Drilling Not Observed 9-27-21 gs r- I v, Longitude At Completion Not Observed 97.416970 W End of Day Not Measured = CL y O >A r L G V) tL a+ N O d V) }' C O U C a E Q « Stratum Description �> o_= o d •— a J o = a y £ > O o y O 'w j N O o M lu .O+ 16M a Approximate Surface Elevation = 830.0 feet 3: O rn or a W M a' a rn LL-PL-PI 0 3 2 rn 0 c o O U f LEAN CLAY (CL) - dark brown 4.5+ j J/ 4.5+ 826.0 WEATHERED LIMESTONE -tan, clay seams 819.0 LIMESTONE - gray 50/3'/z' 50/1'/z' 10 17 19-50/5'/i 12 S 50/'/2S 1 J 50/'/2' S —_ 50/%" 50/'/2' 20 T 810.0 Boring Terminated at Approximately 20 Feet Proposed Elevation = 831.0 Feet Approximate Grading = 1.0 Foot Fill Material boundaries are approximate, in situ, transitions may be qradual. Driller: Plate A.47 Drilling Method: Continuous Flight Augers Log Project No. B-45 21-25640 Cattleman's Crossing Boring Location Between N. Saginaw Blvd. and US HWY 287 R E Fort Worth, Texas Latitude Level Observations (feet) Date t N G E E it I av (IWater 32.961720 N While Drilling Not Observed 9-27-21 gs r- I v, Longitude At Completion Not Observed 97.416920 W End of Day Not Measured = CL y O >A r L G V) tL a+ N O d V) }' C O U C a E Q « Stratum Description �> o_= o d •— a J o = a y £ > O o y O 'w j N O o M lu .O+ 16M a Approximate Surface Elevation = 827.0 feet 3: O rn or a W M a' a rn LL-PL-PI 0 3 2 rn 0 c o O U f LEAN CLAY (CL) - dark brown 4.50 j J/ 4.50 823.0 WEATHERED LIMESTONE -tan, clay seams 816.0 LIMESTONE - gray 12 18 25-50/5'/i' 3 50/1" 80 24-13-11 6 50/4" 7 S 50/%" 1 � 50/'/4 4 S —_ 50/'/2' 20 T 807.0 50/%" Boring Terminated at Approximately 20 Feet Proposed Elevation = 830.0 Feet Approximate Grading = 3.0 Feet Fill Material boundaries are approximate, in situ, transitions may be qradual. Driller: Plate A.48 Drilling Method: Continuous Flight Augers Log Project No. B-46 21-25640 Cattleman's Crossing Boring Location Between N. Saginaw Blvd. and US HWY 287 R E Fort Worth, Texas Latitude Level Observations (feet) Date t N G E E it I av (IWater 32.961720 N While Drilling Not Observed 9-27-21 gs r- I v, Longitude At Completion Not Observed 97.416260 W End of Day Not Measured = CL y O >A r L G V) tL a+ N O d V) }' C O U C a E Q « Stratum Description �> o_= o d •— a J o = a y £ > O o y O 'w j N O o M lu .O+ 16M a Approximate Surface Elevation = 824.0 feet 3: O rn or a W M a' a rn LL-PL-PI 0 2 3 rn 0 c o O U LEAN CLAY (CL) - dark brown 4.50 19 j 821.0 WEATHERED LIMESTONE - tan, clay seams 4.50 20 f 810.0 LIMESTONE - gray 15— ='' S _ Z 20 � 804.0 Boring Terminated at Approximately 20 Feet Proposed Elevation = 829.0 Feet Approximate Grading = 5.0 Feet Fill Material boundaries are approximate, in situ, transitions may be qradual. Driller: Drilling Method: Continuous Flight Augers 36-34-50/2" 1 50/4" 1 50/6" 18-29-50/2" 15 50/'/2' 50/'/2' 6 Plate A.49 Log Project No. B-47 21-25640 Cattleman's Crossing Boring Location Between N. Saginaw Blvd. and US HWY 287 R E Fort Worth, Texas Latitude Level Observations (feet) Date t N G E E it I av (IWater 32.961150 N While Drilling Not Observed 9-27-21 gs r- I v, Longitude At Completion Not Observed 97.416280 W End of Day Not Measured = CL y O >A r L G V) tL a+ N O d V) }' C O U C a E Q « Stratum Description �> o_= o d •— a J o = a y £ > O o y O 'w j N O o M lu .O+ 16M a Approximate Surface Elevation = 828.0 feet 3: O rn or a W M a' a rn LL-PL-PI 0 3 2 rn 0 c o O U f LEAN CLAY (CL) - dark brown 4.50 j J/ 4.50 824.0 WEATHERED LIMESTONE -tan, clay seams 817.0 LIMESTONE - gray 21 10 16-38-50/1 " 4 50/1" 6 50/1" 6 S = 19-50/6" 98 49-16-33 16 S —_i 50/1" 20 T 808.0 50/'/2 " 6 Boring Terminated at Approximately 20 Feet Proposed Elevation = 830.0 Feet Approximate Grading = 2.0 Feet Fill Material boundaries are approximate, in situ, transitions may be qradual. Driller: Plate A.50 Drilling Method: Continuous Flight Augers Log Project No. B-48 21-25640 Cattleman's Crossing Boring Location Between N. Saginaw Blvd. and US HWY 287 R E Fort Worth, Texas Latitude Water Level Observations (feet) Date t N G E E it I Nc, 32.960580 N While Drilling Not Observed 9-29-21 a s r 1 v, Longitude At Completion Not Observed 97.41627' W End of Day Not Measured = CL y O >A r L G V) tL a+ N O d V) }' C O U C a E Q « Stratum Description �> o_= o d •— a J o = a m £ > °gym 0 ma 'w� a o o M lu 16M a Approximate Surface Elevation = 832.0 feet 3: O rn or a W M a' a rn LL-PL-PI 0 2 3 rn 0 c o O U LEAN CLAY (CL) - brown 4.50 14 j 4.00 6 j 5—/ 4.00 88 31-17-14 20 826.0 WEATHERED LIMESTONE -tan, clay seams f 819.0 LIMESTONE - gray 13-12-4 12 N=16 50/Y4' 50/%" 7 50/'/2' 1 � 50/Y4 " 5 Z i 50/%" 20 = 812.0 50/%"Boring Terminated at Approximately 20 Feet Proposed Elevation = 833.0 Feet Approximate Grading = 1.0 Foot Fill Material boundaries are approximate, in situ, transitions may be qradual. Driller: Drilling Method: Continuous Flight Augers Plate A.51 Log Project No. B-49 21-25640 Cattleman's Crossing Boring Location Between N. Saginaw Blvd. and US HWY 287 R E Fort Worth, Texas Latitude Level Observations (feet) Date t N G E E it I N (IWater 32.960020 N While Drilling Not Observed 9-29-21 a s r 1 v, Longitude At Completion Not Observed 97.41627' W End of Day Not Measured = CL y O >A r L G V) tL a+ N O d V) }' C O U C a E Q « Stratum Description �> o_= o d •— a J o = a y £ > O O y O 'w j N O o M W .O+ 16M a Approximate Surface Elevation = 837.0 feet O rn or a W M a' a rn LL-PL-PI 0 2 3 rn 0 c o O U SANDY LEAN CLAY (CL) - brown 4.50 66 45-22-23 7 J 10-11-13 N=24 8 832.0 5 WEATHERED LIMESTONE - tan, clay seams 1 -12 11 11 10- 16 824.0 LIMESTONE - gray 50/'/2' 50/%" 10 50/%" 50/%" 10 50/3/4' 1 � 50/%"4 Z i 50/'/2' 20 = 817.0 50/%"Boring Terminated at Approximately 20 Feet Proposed Elevation = 841.0 Feet Approximate Grading = 4.0 Feet Fill Material boundaries are approximate, in situ, transitions may be qradual. Driller: Plate A.52 Drilling Method: Continuous Flight Augers Log Project No. B-50 21-25640 Cattleman's Crossing Boring Location Between N. Saginaw Blvd. and US HWY 287 R E Fort Worth, Texas Latitude Level Observations (feet) Date t N G E E it I av (IWater 32.959460 N While Drilling Not Observed 9-29-21 a s r 1 v, Longitude At Completion Not Observed 97.416280 W End of Day Not Measured = CL y O >A r L G V) tL a+ N O d V) }' C O U C a E Q « Stratum Description �> o_= o d •— a J o = a y £ > O o y O 'w j N O o M lu .O+ 16M a Approximate Surface Elevation = 839.0 feet 3: O rn or a W M a' a rn LL-PL-PI 0 3 2 rn 0 c o O U %/ LEAN CLAY (CL) - dark brown ��4.50 837.0 WEATHERED LIMESTONE -tan, clay seams f 825.0 LIMESTONE -gray 15—=qw S _ Z � 819.0 20 Boring Terminated at Approximately 20 Feet Proposed Elevation = 843.0 Feet Approximate Grading = 4.0 Feet Fill 5 10-12-14 88 4 N=26 11-4-13 6 N=17 50/Y4' 50/'/2' 8 50/'/2' 50/%" 10 50/'/2' 50/%" S 50/'/2' 50/%" Material boundaries are approximate, in situ, transitions may be qradual. Driller: Plate A.53 Drilling Method: Continuous Flight Augers Log Project No. B-51 21-25640 Cattleman's Crossing Boring Location Between N. Saginaw Blvd. and US HWY 287 R E Fort Worth, Texas Latitude Level Observations (feet) Date t N G E E it I N (IWater 32.958860 N While Drilling Not Observed 9-29-21 a s r 1 v, Longitude At Completion Not Observed 97.416260 W End of Day Not Measured = CL y O >A r L G V) tL a+ N O d V) }' C O U C a E Q « Stratum Description �> o_= o d •— a J o = a y £ > O o y O 'w j N O o M lu .O+ 16M a Approximate Surface Elevation = 844.0 feet 3: O rn or a W M a' a rn LL-PL-PI 0 3 2 rn 0 c o O U %/ LEAN CLAY (CL) - dark brown ��4.50 842.0 WEATHERED LIMESTONE -tan, clay seams f 830.0 LIMESTONE -gray 15—=qw S _ Z � 824.0 20 Boring Terminated at Approximately 20 Feet Proposed Elevation = 842.0 Feet Approximate Grading = 2.0 Feet Cut 13 14-20-22 10 N=42 15-17-20 5 N=37 9 5 50/'/4' 50/'/2' 7 50/'/2' 50/%" 8 50/'/2' 50/%" 4 50/'/2' 50/%" Material boundaries are approximate, in situ, transitions may be qradual. Driller: Plate A.54 Drilling Method: Continuous Flight Augers Log Project No. B-52 21-25640 Cattleman's Crossing Boring Location Between N. Saginaw Blvd. and US HWY 287 R E Fort Worth, Texas Latitude Level Observations (feet) Date t N G E E it I N (IWater 32.958310 N While Drilling Not Observed 9-29-21 a s r 1 v, Longitude At Completion Not Observed 97.41627' W End of Day Not Measured = CL y O >A r L G V) tL a+ N O d V) }' C O U C a E Q « Stratum Description �> o_= o d •— a J o = a y £ > O o y O 'w j N O o M lu .O+ 16M a Approximate Surface Elevation = 853.0 feet 3: O rn or a W M a' a rn LL-PL-PI 0 3 2 rn 0 c o O U %/ LEAN CLAY (CL) - dark brown ��4.50 851.0 WEATHERED LIMESTONE -tan, clay seams f 839.0 LIMESTONE -gray 15—=qw S _ Z � 833.0 20 Boring Terminated at Approximately 20 Feet Proposed Elevation = 848.0 Feet Approximate Grading = 5.0 Feet Cut m 12-17-19 53 35-17-18 6 N=36 15-14-21 7 N=35 50/Y4' 50/%" 8 50/'/2' 50/%" 9 50/Y4' 50/%" 4 50/%" 50/%" Material boundaries are approximate, in situ, transitions may be qradual. Driller: Plate A.55 Drilling Method: Continuous Flight Augers Log Project No. B-53 21-25640 Cattleman's Crossing Boring Location Between N. Saginaw Blvd. and US HWY 287 R E Fort Worth, Texas Latitude Water Level Observations (feet) Date t N G E E R I N (I 32.957730 N While Drilling Not Observed 10-20-21 gs r- I v, Longitude At Completion Not Observed 97.416270 W End of Day Not Measured = CL y O >A r L G V) tL a+ N O d V) }' C O U C a E Q « Stratum Description �> o_= o d •— a J o = a y £ > O o y O 'w j N O o M lu .O+ 16M a Approximate Surface Elevation = 854.0 feet 3: O rn or a W M a' a rn LL-PL-PI 0 3 2 rn 0 c o O U LEAN CLAY (CL) - dark brown 4.5+ j J/ 4.5+ 850.0 WEATHERED LIMESTONE -tan, clay seams f 840.0 LIMESTONE -gray 15—=- S _ Z � 834.0 20 Boring Terminated at Approximately 20 Feet Proposed Elevation = 849.0 Feet Approximate Grading = 5.0 Feet Cut I� 0 50/6" 43 33-16-17 5 50/2" 8 50/1" 7 50/3" 8 50/3" 50/2" 50/2" Material boundaries are approximate, in situ, transitions may be qradual. Driller: Plate A.56 Drilling Method: Continuous Flight Augers Log Project No. B-54 21-25640 Cattleman's Crossing Boring Location Between N. Saginaw Blvd. and US HWY 287 Fort Worth, Texas Latitude Water Level Observations (feet) Date 32.957700 N While Drilling Not Observed 9-29-21 Longitude At Completion Not Observed 97.41558' W End of Day Not Measured R E fHG EERIit .6 car- 10172 O 0 w o V) N i to dE o �o Stratum Description -1 > U £., Z o >Z T a E M � � "' O 0 _N w u, Approximate Surface Elevation = 851.0 feet � O H ran c m n,> a W a w LL-PL-PI LEAN CLAY (CL) - dark brown 4.00 light brown, limestone seams 50/2" 5 � X 50/1'/4" o u G y O. d t C � C U L, o y, C V) E 0 O N_ O 2 rn 0 =11U 15 7 12 50/1" 94 43-20-23 11 j 4.5+ 10 841.0 WEATHERED LIMESTONE - tan, clay seams 839.0 LIMESTONE - gray 50/50/1'Y2' 15— _ 50/50/1 " Z S 50/50/1'Y2' 20 831.0 50/50/1" Boring Terminated at Approximately 20 Feet Proposed Elevation = 847.0 Feet Approximate Grading = 4.0 Feet Cut Material boundaries are approximate, in situ, transitions may be qradual. 21 HE Driller: Drilling Method: Continuous Flight Augers Plate A.57 Log Project No. B-55 21-25640 Cattleman's Crossing Boring Location Between N. Saginaw Blvd. and US HWY 287 Fort Worth, Texas Latitude Water Level Observations (feet) Date 32.958280 N While Drilling Not Observed 9-29-21 Longitude At Completion Not Observed 97.41559' W End of Day Not Measured R E fHG EERIit .6 car- 10172 O 0 w o V) N i to dE o �o Stratum Description -1 > U £., Z o >Z T a E M � � "' O 0 _N w u, Approximate Surface Elevation = 848.0 feet � O H ran c m n,> a W a w LL-PL-PI LEAN CLAY (CL) - dark brown 4.00 light brown, limestone seams 50/1 5 � X 50/2'/z' 50/2" j 4.00 80 10 838.0 WEATHERED LIMESTONE - tan, clay seams 836.0 LIMESTONE - gray 50/1 %" _ 15—= 50/1" Z S 50/1" 20 828.0 50/1" Boring Terminated at Approximately 20 Feet Proposed Elevation = 847.0 Feet Approximate Grading = 1.0 Foot Cut Material boundaries are approximate, in situ, transitions may be qradual. o u G y O. d t C � C U L, o y, C V) E 0 O N_ O 2 rn 0 =11U 15 2 1 7 15 9 Driller: Drilling Method: Continuous Flight Augers Plate A.58 Log Project No. B-56 21-25640 Cattleman's Crossing Boring Location Between N. Saginaw Blvd. and US HWY 287 R E Fort Worth, Texas Latitude Water Level Observations (feet) Date t N G E E R I av (I 32.958870 N While Drilling Not Observed 10-20-21 gs r- I v, Longitude At Completion Not Observed 97.415600 W End of Day Not Measured = CL y O >A r L G V) tL a+ N O d V) }' C O U C a E Q « Stratum Description �> o_= o d •— a J o = a y £ > O o y O 'w j N O o M lu .O+ 16M a Approximate Surface Elevation = 842.0 feet 3: O rn or a W M a' a rn LL-PL-PI 0 2 3 rn 0 c o O U FAT CLAY (CH) - dark brown —� 3.50 28 E f 2 - light brown 0 Boring Terminated at Approximately 20 Feet Proposed Elevation = 839.0 Feet Approximate Grading = 3.0 Feet Cut 4.5+ 21 4.5+ 22 4.5+ 22 103 9,080 4.00 87 66-20-46 23 2.3 105 3.50 21 3.00 22 Material boundaries are approximate, in situ, transitions may be qradual. Driller: Plate A.59 Drilling Method: Continuous Flight Augers Log Project No. B-57 21-25640 Cattleman's Crossing Boring Location Between N. Saginaw Blvd. and US HWY 287 R E Fort Worth, Texas Latitude Level Observations (feet) Date t N G E E it I N (IWater 32.959450 N While Drilling Not Observed 9-29-21 gs r- 1 v, Longitude At Completion Not Observed 97.41559' W End of Day Not Measured = CL y O >A r L G V) tL a+ N O d V) }' C O U C a E Q « Stratum Description �> o_= o d •— a J o = a y £ > O o y O 'w j N O o M lu .O+ 16M a Approximate Surface Elevation = 836.0 feet 3: O rn or a W M a' a rn LL-PL-PI 0 3 2 rn 0 c o O U f %/ LEAN CLAY (CL) - dark brown ��4.50 834.0 WEATHERED LIMESTONE -tan, clay seams 825.0 LIMESTONE - gray 12 9-11-11 7 N=22 50/1 " 4 10-22-23 11 N=45 13-20-21 91 41-20-21 15 N=41 S 50/'/4' 1 � 50/'/2 " 4 S —_ 50/'/2' 20 T 816.0 50/%" Boring Terminated at Approximately 20 Feet Proposed Elevation = 840.0 Feet Approximate Grading = 4.0 Feet Fill Material boundaries are approximate, in situ, transitions may be qradual. Driller: Plate A.60 Drilling Method: Continuous Flight Augers Log Project No. B-58 21-25640 Cattleman's Crossing Boring Location Between N. Saginaw Blvd. and US HWY 287 R E Fort Worth, Texas Latitude Water Level Observations (feet) Date t N G E E it I Nc, 32.960040 N While Drilling Not Observed 9-29-21 a s r 1 v, Longitude At Completion Not Observed 97.415600 W End of Day Not Measured = CL y O >A r L G V) tL a+ N O d V) }' C O U C a E Q « Stratum Description �> o_= o d •— a J o = a m £ > °gym 0 ma 'w� a o o M lu 16M a Approximate Surface Elevation = 833.0 feet O rn or a W M a' a rn LL-PL-PI 0 2 3 rn 0 c o O U CLAY (CH) - dark brown -%FAT 4.50 19 / J / 4.50 21 5 4.50 21 � 4.50 83 73-24-49 22 4.3 98 J / 4.50 22 10 823.0 WEATHERED LIMESTONE - tan, clay seams 821.0 LIMESTONE - gray = � 50/3/4' 6 15— 50/%" Z n � T i s =4f 50/%" 50/%" 813.0 s 20 Boring Terminated at Approximately 20 Feet Proposed Elevation = 837.0 Feet Approximate Grading = 4.0 Feet Fill Material boundaries are approximate, in situ, transitions may be qradual. Driller: Drilling Method: Continuous Flight Augers Plate A.61 Log Project No. B-59 21-25640 Cattleman's Crossing Boring Location Between N. Saginaw Blvd. and US HWY 287 R E Fort Worth, Texas Latitude Level Observations (feet) Date t N G E E it I N (IWater 32.960030 N While Drilling Not Observed 9-29-21 a s r 1 v, Longitude At Completion Not Observed 97.414920 W End of Day Not Measured = CL y O >A r L G V) tL a+ N O d V) }' C O U C a E Q « Stratum Description �> o_= o d •— a J o = a y £ > O o y O 'w j N O o M lu .O+ 16M a Approximate Surface Elevation = 830.0 feet O rn or a W M a' a rn LL-PL-PI 0 2 3 rn 0 c o O U CLAY (CH) - dark brown -%FAT 4.50 21 / / 4.50 20 5 4.50 94 75-25-50 21 8.4 93 — 4.50 17 / 10— 4.50 19 818.0 WEATHERED LIMESTONE - tan, clay seams 50/1" 3 15- 3 ' 814.0 LIMESTONE - gray n i s 50/'/2' 50/%" 7 20 810.0 Boring Terminated at Approximately 20 Feet Proposed Elevation = 834.0 Feet Approximate Grading = 4.0 Feet Fill Material boundaries are approximate, in situ, transitions may be qradual. Driller: Plate A.62 Drilling Method: Continuous Flight Augers Log Project No. B-60 21-25640 Cattleman's Crossing Boring Location Between N. Saginaw Blvd. and US HWY 287 R E Fort Worth, Texas Latitude Water Level Observations (feet) Date t N G E E R I av (I 32.959470 N While Drilling Not Observed 10-20-21 gs r- I v, Longitude At Completion Not Observed 97.41495' W End of Day Not Measured = CL y O >A r L G V) tL a+ N O d V) }' C O U C a E Q « Stratum Description �> o_= o d •— a J o = a y £ > O o y O 'w j N O o M lu .O+ 16M a Approximate Surface Elevation = 835.0 feet 3: O rn or a W M a' a rn LL-PL-PI 0 2 3 rn 0 c o O U FAT CLAY (CH) - dark brown —� 4.5+ 27 E f IN W, - light brown 15.0 Boring Terminated at Approximately 20 Feet Proposed Elevation = 836.0 Feet Approximate Grading = 1.0 Foot Fill 4.5+ 95 62-18-44 21 4.6 100 4.00 19 3.00 22 3.00 21 2.50 23 2.50 18 Material boundaries are approximate, in situ, transitions may be qradual. Driller: Plate A.63 Drilling Method: Continuous Flight Augers Log Project No. B-61 21-25640 Cattleman's Crossing Boring Location Between N. Saginaw Blvd. and US HWY 287 R E Fort Worth, Texas Latitude Water Level Observations (feet) Date t N G E E R I N (I 32.958890 N While Drilling Not Observed 10-20-21 gs r- I v, Longitude At Completion Not Observed 97.414920 W End of Day Not Measured = CL y O >A r L G V) tL a+ N O d V) }' C O U C a E Q « Stratum Description �> o_= o d •— a J o = a y £ > O o y O 'w j N O o M lu .O+ 16M a or M a' 0 3 c o Approximate Surface Elevation = 838.0 feet 3: O rn a W a rn LL-PL-PI 2 rn 0 O U CLAY (CH) - dark brown -%FAT 4.5+ 27 / J 4.5+ 88 67-21-46 18 5 — 4.5+ 832.0 WEATHERED LIMESTONE -tan f 824.0 LIMESTONE - gray 15—=- S _ Z � 818.0 20 Boring Terminated at Approximately 20 Feet Proposed Elevation = 837.0 Feet Approximate Grading = 1.0 Foot Cut 7 50/4" 17 50/3" 11 50/4" 9 50/4" 50/3" 50/3" Material boundaries are approximate, in situ, transitions may be qradual. Driller: Plate A.64 Drilling Method: Continuous Flight Augers Log Project No. B-62 21-25640 Cattleman's Crossing Boring Location Between N. Saginaw Blvd. and US HWY 287 R E Fort Worth, Texas Latitude Water Level Observations (feet) Date t N G E E R I N (I 32.958010 N While Drilling Not Observed 10-20-21 gs r- I v, Longitude At Completion Not Observed 97.41491' W End of Day Not Measured = CL y O >A r L G V) tL a+ N O d V) }' C O U C a E Q « Stratum Description �> o_= o d •— a J o = a y £ > O O y O 'w j N O o M W .O+ 16M a Approximate Surface Elevation = 843.0 feet 3: O rn or a W M a' a rn LL-PL-PI 0 2 3 rn 0 c o O U FAT CLAY (CH) - dark brown —% 4.5+ 92 69-29-40 24 841.0 WEATHERED LIMESTONE -tan E f 829.0 LIMESTONE -gray 15—=- S _ Z � 823.0 20 Boring Terminated at Approximately 20 Feet Proposed Elevation = 840.0 Feet Approximate Grading = 3.0 Feet Cut Material boundaries are approximate, in situ, transitions may be qradual. Driller: Drilling Method: Continuous Flight Augers 50/5" 2 50/1" 2 50/2" 2 50/3" 3 50/4" 9 50/4" 50/3" 50/3" Plate A.65 Log Project No. B-63 21-25640 Cattleman's Crossing Boring Location Between N. Saginaw Blvd. and US HWY 287 R E Fort Worth, Texas Latitude Water Level Observations (feet) Date t N G E E R I N (I 32.962880 N While Drilling Not Observed 10-21-21 gs r- I v, Longitude At Completion Not Observed 97.41558' W End of Day Not Measured = CL y O >A r L G V) tL a+ N O d V) }' C O U C a E Q « Stratum Description �> o_= o d •— a J o = a y £ > O o y O 'w j N O o M lu .O+ 16M a or M a' 0 3 c o Approximate Surface Elevation = 827.0 feet 3: O rn a W a rn LL-PL-PI 2 rn 0 O U FAT CLAY (CH) - dark brown — 2.00 23 4.00 94 75-28-47 26 7.7 89 E f IN I, - light brown 0 Boring Terminated at Approximately 20 Feet Proposed Elevation = 828.0 Feet Approximate Grading = 1.0 Foot Fill 4.00 26 4.5+ 26 3.00 26 3.00 10 4.5+ 19 Material boundaries are approximate, in situ, transitions may be qradual. Driller: Plate A.66 Drilling Method: Continuous Flight Augers Log Project No. B-64 21-25640 Cattleman's Crossing Boring Location Between N. Saginaw Blvd. and US HWY 287 R E Fort Worth, Texas Latitude Water Level Observations (feet) Date t N G E E R I N (I 32.962310 N While Drilling Not Observed 10-21-21 gs r- I v, Longitude At Completion Not Observed 97.41559' W End of Day Not Measured = CL y O >A r L G V) tL a+ N O d V) }' C O U C a E Q « Stratum Description �> o_= o d •— a J o = a y £ > O o y O 'w j N O o M lu .O+ 16M a Approximate Surface Elevation = 826.0 feet O rn or a IY M a' a rn LL-PL-PI 0 2 3 rn 0 c o O U CLAY (CH) - dark brown -%FAT 3.50 27 / J / 4.5+ 21 5 — // 4.5+ 21 — 4.5+ 90 77-22-55 22 7.3 101 818.0 LEAN CLAY (CL) -light brown, limestone seams / 4.5+ 9 10 j813.0 \ / WEATHERED LIMESTONE - tan �( 50/1" 5 ' 1J 3 s — i n i i s s 50/2" 8 s 20 806.0 Boring Terminated at Approximately 20 Feet Proposed Elevation = 828.0 Feet Approximate Grading = 2.0 Feet Fill Material boundaries are approximate, in situ, transitions may be qradual. Driller: Plate A.67 Drilling Method: Continuous Flight Augers Log Project No. B-65 21-25640 Cattleman's Crossing Boring Location Between N. Saginaw Blvd. and US HWY 287 R E Fort Worth, Texas Latitude Water Level Observations (feet) Date t N G E E R I av (I 32.961730 N While Drilling Not Observed 10-21-21 gs r- I v, Longitude At Completion Not Observed 97.41558' W End of Day Not Measured = CL y O >A r L G V) tL a+ N O d V) }' C O U C a E Q « Stratum Description �> o_= o d •— a J o = a y £ > O o y O 'w j N O o M lu .O+ 16M a Approximate Surface Elevation = 825.0 feet O rn or a IY M a' a rn LL-PL-PI 0 2 3 rn 0 c o O U CLAY (CH) - dark brown -%FAT 3.00 27 / J / 4.5+ 18 5 — // 4.5+ 18 — / 4.5+ 18 Jam/ / 4.5+ 90 70-22-48 18 2.8 101 10 815.0 LEAN CLAY (CL) -light brown, limestone seams j j 812.0 \ / WEATHERED LIMESTONE - tan �( 50/4" 6 ' 1J 3 s — i n i i s s 50/1" 10 s 20 805.0 Boring Terminated at Approximately 20 Feet Proposed Elevation = 828.0 Feet Approximate Grading = 3.0 Feet Fill Material boundaries are approximate, in situ, transitions may be qradual. Driller: Plate A.68 Drilling Method: Continuous Flight Augers Log Project No. B-66 21-25640 Cattleman's Crossing Boring Location Between N. Saginaw Blvd. and US HWY 287 R E Water Level Observations (feet) Fort Worth, Texas Latitude Date t N G E E R I av (I 32.961730 N While Drilling Not Observed 10-21-21 gs r- I v, Longitude At Completion Not Observed 97.41494' W End of Day Not Measured = CL y O >A r L G V) N d V) C C tL a+ O }' O d .- a E Q Stratum Description �> o= __ o = a y £ > .O+ O o y O 'w j N O o M lu 16M a or M a' 0 3 c o Approximate Surface Elevation = 829.0 feet O rn a W a rn LL-PL-PI 2 rn 0 O U -%FAT CLAY (CH) - dark brown / 4.00 28 J / 4.5+ 16 5 — // 4.5+ 17 J 4.5+ 91 63-18-45 16 8.1 104 / 4.5+ 13 10— / 816.0 \ / WEATHERED LIMESTONE - tan x 50/6" 5 3 s 1809.0 i n i i s s 50/3" 10 20 Boring Terminated at Approximately 20 Feet Proposed Elevation = 830.0 Feet Approximate Grading = 1.0 Foot Fill Material boundaries are approximate, in situ, transitions may be qradual. Driller: Plate A.69 Drilling Method: Continuous Flight Augers Log Project No. B-67 21-25640 Cattleman's Crossing Boring Location Between N. Saginaw Blvd. and US HWY 287 R E Water Level Observations (feet) Fort Worth, Texas Latitude Date t N G E E R I av (I 32.961710 N While Drilling Not Observed 10-21-21 gs r- I v, Longitude At Completion Not Observed 97.414240 W End of Day Not Measured = CL y O >A r L G V) N d V) C C tL a+ O }' O d .- a E Q Stratum Description �> o= __ o = a y £ > .O+ O o y O 'w j N O o M lu 16M a or M a' 0 3 c o Approximate Surface Elevation = 834.0 feet O rn a W a rn LL-PL-PI 2 rn 0 O U -%FAT CLAY (CH) - dark brown / 3.50 26 J / 4.5+ 21 5 — // 4.5+ 93 66-22-44 16 — / 4.5+ 13 Jam/ / 4.5+ 10 10— / 821.0 \ / WEATHERED LIMESTONE - tan �( 50/3" 14 ' 1J 3 s 1814.0 i n i i s s 50/4" 15 20 Boring Terminated at Approximately 20 Feet Proposed Elevation = 834.0 Feet Approximate Grading = 0.0 Feet Fill Material boundaries are approximate, in situ, transitions may be qradual. Driller: Plate A.70 Drilling Method: Continuous Flight Augers Log Project No. B-68 21-25640 Cattleman's Crossing Boring Location Between N. Saginaw Blvd. and US HWY 287 R E Fort Worth, Texas Latitude Water Level Observations (feet) Date t N G E E R I av (I 32.961770 N While Drilling Not Observed 10-26-21 gs r- I v, Longitude At Completion Not Observed 97.413560 W End of Day Not Measured = CL y O >A r L G V) tL a+ N O d V) }' C O U C a E Q « Stratum Description �> o_= o d •— a J o = a y £ > O o y O 'w j N O o M lu .O+ 16M a Approximate Surface Elevation = 839.0 feet 3: O rn or a W M a' a rn LL-PL-PI 0 2 3 rn 0 c o O U FAT CLAY (CH) - dark brown —� 3.50 14 5 4.50 56 13 4.50 8 - light brown, limestone seams 14-13-14 16 N=27 _I 10-000, _ 15— J 20_� 819.0 Boring Terminated at Approximately 20 Feet Proposed Elevation = 836.0 Feet Approximate Grading = 3.0 Feet Cut Material boundaries are approximate, in situ, transitions may be qradual. Driller: Drilling Method: Continuous Flight Augers 5-7-10 16 N=17 4.5+ 21 4.00 10 Plate A.71 Log Project No. B-69 21-25640 Cattleman's Crossing Boring Location Between N. Saginaw Blvd. and US HWY 287 R E Fort Worth, Texas Latitude Level Observations (feet) Date t N G E E it I av (IWater 32.961780 N While Drilling Not Observed a s r + v, Longitude At Completion Not Observed 97.412890 W End of Day Not Measured = CL y O >A r L G V3 tL a+ N O d V) }' C O U C a E Q « Stratum Description �> o_= o d •— a J o = a N £ > y d ° 4) 'w j N O M lu 16M a or 0i M a) 0 3 � c o O rn a W a rn LL-PL-PI 2 rn 0 =11 U - Unable to be drilled due to gas line easement 5 10 20 Boring Terminated at Approximately 20 Feet Material boundaries are approximate, in situ, transitions may be qradual. Driller: Plate A.72 Drilling Method: Continuous Flight Augers Log Project No. B-70 21-25640 Cattleman's Crossing Boring Location Between N. Saginaw Blvd. and US HWY 287 R E Fort Worth, Texas Latitude Water Level Observations (feet) Date t N G E E R I av (I 32.961170 N While Drilling Not Observed 10-22-21 gs r- I v, Longitude At Completion Not Observed 97.41494' W End of Day Not Measured = CL y O >A r L G V) tL a+ N O d V) }' C O U C a E Q « Stratum Description �> o_= o d •— a J o = a y £ > O o y O 'w j N O o M lu .O+ 16M a Approximate Surface Elevation = 829.0 feet O rn or a W M a' a rn LL-PL-PI 0 2 3 rn 0 c o O U CLAY (CH) - dark brown -%FAT 4.00 24 / / 4.5+ 17 5 — 4.5+ 15 — 4.5+ 23 821.0 GRAVELY FAT CLAY (CH) -brown —/ 10—�/ 4.5+ 61 64-15-49 12 4.8 115 J/ 816.0 LIMESTONE -gray —= s 50/1'/2" 6 1 J 50/1 i n i i = 50/3/4' 50/%" 809.0 s 20 Boring Terminated at Approximately 20 Feet Proposed Elevation = 833.0 Feet Approximate Grading = 4.0 Feet Fill Material boundaries are approximate, in situ, transitions may be qradual. Driller: Plate A.73 Drilling Method: Continuous Flight Augers Log Project No. B-71 21-25640 Cattleman's Crossing Boring Location Between N. Saginaw Blvd. and US HWY 287 R E Water Level Observations (feet) Fort Worth, Texas Latitude Date t N G E E R I av (I 32.961170 N While Drilling Not Observed 10-22-21 gs r- I v, Longitude At Completion Not Observed 97.414240 W End of Day Not Measured = CL y O >A r L G V) N d V) C C tL a+ O }' O d .- a E Q Stratum Description �> o= __ o = a y £ > .O+ O o y O 'w j N O o M lu 16M a or M a' 0 3 c o Approximate Surface Elevation = 833.0 feet O rn a W a rn LL-PL-PI 2 rn 0 O U -%FAT CLAY (CH) - dark brown / 4.5+ 28 / 4.5+ 22 5 — 4.5+ 95 66-24-42 17 8.6 99 — / 4.5+ 17 Jam/ / 4.5+ 11 10— 820.0 LIMESTONE -gray s == 50/1'/d' 50/1 6 i n i i i 50/'/2' 20 = 813.0 50/%" Boring Terminated at Approximately 20 Feet Proposed Elevation = 835.0 Feet Approximate Grading = 2.0 Feet Fill Material boundaries are approximate, in situ, transitions may be qradual. Driller: Plate A.74 Drilling Method: Continuous Flight Augers Log B-72 Project No. 21-25640 Cattleman's Crossing Boring Location Between N. Saginaw Blvd. and US HWY 287 R E Fort Worth, Texas Latitude Water Level Observations (feet) Date t N G E E R I N (I 32.961160 N While Drilling Not Observed 10-22-21 gs r- I v, Longitude At Completion Not Observed 97.413550 W End of Day Not Measured = CL y V) O N >A d V) r C L G C E tL « a+ O }' d •— J O U a Q Stratum Description �> o_= o a o = a y £ > o .O+ O o a y O 'w j N O c o M lu 16M Approximate Surface Elevation = 838.0 feet 3: O rn or a W M a' a rn LL-PL-PI 0 2 3 rn 0 O U CLAY (CH) - dark brown -%FAT 4.5+ 28 / J / 4.5+ 17 834.0 LEAN CLAY (CL) -light brown, with limestone seams 5 4.5+ 7 j 4.5+ 70 6 -0.2 95 j — j 4.5+ 5 10 j825.0 LIMESTONE -gray =i 50/1'/4' 6 50/1" i n i i = i 50/1" 50/%" 818.0 i 20 Boring Terminated at Approximately 20 Feet Proposed Elevation = 839.0 Feet Approximate Grading = 1.0 Foot Fill Material boundaries are approximate, in situ, transitions may be qradual. Driller: Plate A.75 Drilling Method: Continuous Flight Augers Log Project No. B-73 21-25640 Cattleman's Crossing Boring Location Between N. Saginaw Blvd. and US HWY 287 Fort Worth, Texas Latitude Water Level Observations (feet) Date 32.961170 N While Drilling Not Observed 10-21-21 Longitude At Completion Not Observed 97.412880 W End of Day Not Measured R NE t NG E£kltv(I O 0 w o V) N i to `mE o 0o Stratum Description �> U £., Z o_= o a J >Z T a M wul O i7to M _N w Approximate Surface Elevation = 842.0 feet � O H ran CM y> a W a N LL-PL-PI e u G y O. d L C � C U L, o y, C V) E 0 a N 2 rn 0 =11U -%FAT CLAY (CH) - dark brown / 4.5+ 94 62-20-42 26 J 4.5+ 5 — 4.5+ — 4.5+ 834.0 WEATHERED LIMESTONE - tan 24-30-37 N=67 10 t 30-38-42 N=80 E 50/6" 2u 822.0 Boring Terminated at Approximately 20 Feet Proposed Elevation = 840.0 Feet Approximate Grading = 2.0 Feet Cut Material boundaries are approximate, in situ, transitions may be qradual. 25 24 24 4 4 4 Driller: Drilling Method: Continuous Flight Augers Plate A.76 Log Project No. B-74 21-25640 Cattleman's Crossing Boring Location Between N. Saginaw Blvd. and US HWY 287 Fort Worth, Texas Latitude Water Level Observations (feet) Date 32.961180 N While Drilling Not Observed 10-22-21 Longitude At Completion Not Observed 97.412210 W End of Day Not Measured R NE r NG E£kltv(I w o V) O N 0 i to dE o Stratum Description �o �> U £., o== Z o a J >Z T a M E � � "' O 0 _N w u, O H c m a W n,> a Approximate Surface Elevation = 841.0 feet ran w LL-PL-PI FAT CLAY (CH) - dark brown —% J/ 1837.0 WEATHERED LIMESTONE - tan, clay seams 5— 50/5" 2 x 9-21-50/5" 13-33-50/1" 10 830.0 LIMESTONE -gray S 50/1 /4" 1 J 50/'/4 � S —_i 50/1" T 821.0 50/'/2' 20 Boring Terminated at Approximately 20 Feet Proposed Elevation = 843.0 Feet Approximate Grading = 2.0 Feet Fill Material boundaries are approximate, in situ, transitions may be qradual. e u G y O. d L C � C U L, o y, C V) E 0 O N_ O 2 rn 0 =11U 22 21 1 13 19 15 Driller: Drilling Method: Continuous Flight Augers Plate A.77 Log J Project No. B-75 21-25640 Cattleman's Crossing Boring Location Between N. Saginaw Blvd. and US HWY 287 R E Fort Worth, Texas Latitude Water Level Observations (feet) Date t N G E E R I av (I 32.961170 N While Drilling Not Observed 10-22-21 gs r- I v, Longitude At Completion Not Observed 97.411510 W End of Day Not Measured = CL y O >A r L G V) tL a+ N O d V) }' C O U C a E Q « Stratum Description �> o_= o d •— a J o = a y £ > O o y O 'w j N O o M lu .O+ 16M a Approximate Surface Elevation = 841.0 feet 3: O rn or a W M a' a rn LL-PL-PI 0 2 3 rn 0 c o O U —% FAT CLAY (CH) - dark brown 24 / / 85 79-20-59 20 7.2 94 837.0 WEATHERED LIMESTONE -tan, clay seams f 1 J "W' 826.0 LIMESTONE - gray S 20 T 821.0 Boring Terminated at Approximately 20 Feet Proposed Elevation = 841.0 Feet Approximate Grading = 0.0 Feet Fill Material boundaries are approximate, in situ, transitions may be qradual. Driller: Drilling Method: Continuous Flight Augers 50/4" 5 50/5%" 9 50/1" 50/'/2' 50/%" 10 50/2%" 50P Plate A.78 Log Project No. B-76 21-25640 Cattleman's Crossing Boring Location Between N. Saginaw Blvd. and US HWY 287 R E Fort Worth, Texas Latitude Water Level Observations (feet) Date t N G E E R I N (I 32.960590 N While Drilling Not Observed 10-22-21 gs r- I v, Longitude At Completion Not Observed 97.410860 W End of Day Not Measured = CL y O >A r L G V) tL a+ N O d V) }' C O U C a E Q « Stratum Description �> o_= o d •— a J o = a y £ > O o y O 'w j N O o M lu .O+ 16M a Approximate Surface Elevation = 843.0 feet 3: O rn or a W M a' a rn LL-PL-PI 0 3 2 rn 0 c o O U —% FAT CLAY (CH) - dark brown 4.50 94 / 841.0 WEATHERED LIMESTONE -tan, clay seams i f 1 J 828.0 LIMESTONE - gray S 20 T 823.0 Boring Terminated at Approximately 20 Feet Proposed Elevation = 843.0 Feet Approximate Grading = 0.0 Feet Fill 23 50/Y48 50/'/4' 26-2%" 13 50/1'/2' 50/1 %" 11 50/1 %" 50R/4" Material boundaries are approximate, in situ, transitions may be qradual. Driller: Plate A.79 Drilling Method: Continuous Flight Augers Log Project No. B-77 21-25640 Cattleman's Crossing Boring Location Between N. Saginaw Blvd. and US HWY 287 R E Water Level Observations (feet) Fort Worth, Texas Latitude Date t N G E E R I N (I 32.960600 N While Drilling Not Observed 10-25-21 gs r- I v, Longitude At Completion Not Observed 97.411520 W End of Day Not Measured = CL y O >A r L G V) N d V) C C tL a+ O }' O d .- a E Q Stratum Description �> o= __ o = a y £ > .O+ O o y O 'w j N O o M lu 16M a or M a' 0 3 c o Approximate Surface Elevation = 841.0 feet O rn a W a rn LL-PL-PI 2 rn 0 O U -%FAT CLAY (CH) -dark brown /3.00 24 839.0 X WEATHERED LIMESTONE - tan 21-19-36 29 65-17-48 8 N=55 50/2" 5— 50/13/," 7 50/5" 8 10 831.0 50/4' '/2 J— LIMESTONE - gray S 50/'/2' 9 15— = 50/%" S _ 50/%" 20 � 821.0 50/%"Boring Terminated at Approximately 20 Feet Proposed Elevation = 843.0 Feet Approximate Grading = 2.0 Feet Fill Material boundaries are approximate, in situ, transitions may be qradual. Driller: Plate A.80 Drilling Method: Continuous Flight Augers Log J Project No. B-78 21-25640 Cattleman's Crossing Boring Location Between N. Saginaw Blvd. and US HWY 287 R E Fort Worth, Texas Latitude Water Level Observations (feet) Date t N G E E R I N (I 32.960590 N While Drilling Not Observed 10-22-21 gs r- I v, Longitude At Completion Not Observed 97.412210 W End of Day Not Measured = CL y O >A r L G V) tL a+ N O d V) }' C O U C a E Q « Stratum Description �> o_= o d •— a J o = a y £ > O O y O 'w j N O o M lu .O+ 16M a Approximate Surface Elevation = 840.0 feet 3: O rn or a W M a' a rn LL-PL-PI 0 2 3 rn 0 c o O U —% FAT CLAY (CH) - dark brown 10 / / 85 75-17-58 28 836.0 WEATHERED LIMESTONE -tan f 827.0 LIMESTONE -gray X13 � Z = � 820.0 20 Boring Terminated at Approximately 20 Feet Proposed Elevation = 840.0 Feet Approximate Grading = 0.0 Feet Fill Material boundaries are approximate, in situ, transitions may be qradual. Driller: Drilling Method: Continuous Flight Augers 20-16-11 4 N=27 10-50/3" 9 12-23-12 16 N=35 50/6" 10 50/1'/4' 50R/4' 10 Plate A.81 Log Project No. B-79 21-25640 Cattleman's Crossing Boring Location Between N. Saginaw Blvd. and US HWY 287 R E Fort Worth, Texas Latitude Water Level Observations (feet) Date t N G E E R I N (I 32.960600 N While Drilling Not Observed 10-21-21 gs r- I v, Longitude At Completion Not Observed 97.412870 W End of Day Not Measured = CL y O >A r L G V) tL a+ N O d V) }' C O U C a E Q « Stratum Description �> o_= o d •— a J o = a y £ > O o y O 'w j N O o M lu .O+ 16M a Approximate Surface Elevation = 838.0 feet 3: O rn or a W M a' a rn LL-PL-PI 0 2 3 rn 0 c o O U CLAY (CH) - dark brown -%FAT 4.5+ 29 / J / 4.5+ 23 94 7,400 5 — / 4.5+ 89 65-28-37 15 8.5 104 832.0 WEATHERED LIMESTONE -tan f iE 818.0 Boring Terminated at Approximately 20 Feet Proposed Elevation = 838.0 Feet Approximate Grading = 0.0 Feet Fill 28-32-37 2 N=69 30-38-41 4 N=79 42-50/2" 6 50/4" 8 Material boundaries are approximate, in situ, transitions may be qradual. Driller: Plate A.82 Drilling Method: Continuous Flight Augers Log B-80 Project No. 21-25640 Cattleman's Crossing Boring Location Between N. Saginaw Blvd. and US HWY 287 R NE Fort Worth, Texas Latitude Water Level Observations (feet) Date t N G E £ k I H G 32.960030 N While Drilling SZ 12 10-22-21 I: s r - 10,72 Longitude At Completion Not Observed 97.412900 W End of Day Not Measured = CL y a V) tL a+ N O d V) }' C O U C a E Q « Stratum Description �> o_= o d •— a J o = a y £ > O o y O 'w j N O o M lu .O+ 16M a Approximate Surface Elevation = 835.0 feet 3: O rn or a W M a' a rn LL-PL-PI 0 2 3 rn 0 c o O U FAT CLAY (CH) - dark brown —� 4.00 30 E f 2 - brown 15.0 Boring Terminated at Approximately 20 Feet Proposed Elevation = 835.0 Feet Approximate Grading = 0.0 Feet Fill U 2.50 29 4.00 23 4.5+ 90 21 4.3 101 3.00 23 2.00 27 2.50 22 Material boundaries are approximate, in situ, transitions may be qradual. Driller: Plate A.83 Drilling Method: Continuous Flight Augers Log Project No. B-81 21-25640 Cattleman's Crossing Boring Location Between N. Saginaw Blvd. and US HWY 287 R E Fort Worth, Texas Latitude Water Level Observations (feet) Date t N G E E R I N (I 32.960050 N While Drilling Not Observed 10-22-21 gs r- I v, Longitude At Completion Not Observed 97.412190 W End of Day Not Measured = CL y O >A r L G V) tL a+ N O d V) }' C O U C a E Q « Stratum Description �> o_= o d •— a J o = a y £ > O o y O 'w j N O o M lu .O+ 16M a Approximate Surface Elevation = 839.0 feet O rn or a W M a' a rn LL-PL-PI 0 2 3 rn 0 c o O U CLAY (CH) - dark brown -%FAT 4.50 28 / J / 4.50 25 5 — // 4.50 25 — / 4.50 20 Jam/ / 4.50 89 63-19-44 20 3.3 110 10— 827.0 WEATHERED LIMESTONE - tan 50/1" 11 15- 3 s i n 821.0 i LIMESTONE - gray i — = 50/3/4' i 20 � 819.0 50/'/z" 12 Boring Terminated at Approximately 20 Feet Proposed Elevation = 842.0 Feet Approximate Grading = 3.0 Feet Fill Material boundaries are approximate, in situ, transitions may be qradual. Driller: Plate A.84 Drilling Method: Continuous Flight Augers Log J Project No. B-82 21-25640 Cattleman's Crossing Boring Location Between N. Saginaw Blvd. and US HWY 287 R E Fort Worth, Texas Latitude Water Level Observations (feet) Date t N G E E R I N (I 32.960040 N While Drilling Not Observed 10-25-21 gs r- I v, Longitude At Completion Not Observed 97.411500 W End of Day Not Measured = CL y O >A r L G V) tL a+ N O d V) }' C O U C a E Q « Stratum Description �> o_= o d •— a J o = a y £ > O o y O 'w j N O o M lu .O+ 16M a Approximate Surface Elevation = 841.0 feet 3: O rn or a W M a' a rn LL-PL-PI 0 2 3 rn 0 c o O U CLAY (CH) - dark brown -%FAT 4.5+ 24 / E f / 4.5+ 92 66-21-45 21 837.0 WEATHERED LIMESTONE -tan, clay seams 825.0 LIMESTONE - gray 28-50/5'/i' 2 19-50/4" 12 50/1" 50/%" 12 S 50/'/2' 20 � 82 1. 0 50/'/4' Boring Terminated at Approximately 20 Feet Proposed Elevation = 841.0 Feet Approximate Grading = 0.0 Feet Fill Material boundaries are approximate, in situ, transitions may be qradual. Driller: Plate A.85 Drilling Method: Continuous Flight Augers Log Project No. B-83 21-25640 Cattleman's Crossing Boring Location Between N. Saginaw Blvd. and US HWY 287 R E Fort Worth, Texas Latitude Water Level Observations (feet) Date t N G E E R I N (I 32.960050 N While Drilling Not Observed 10-25-21 gs r- I v, Longitude At Completion Not Observed 97.410870 W End of Day Not Measured = CL y O >A r L G V) tL a+ N O d V) }' C O U C a E Q « Stratum Description �> o_= o d •— a J o = a y £ > O o y O 'w j N O o M lu .O+ 16M a Approximate Surface Elevation = 842.0 feet 3: O rn or a W M a' a rn LL-PL-PI 0 3 2 rn 0 c o O U -%FAT CLAY (CH) - dark brown / 4.5+ 94 23-37-34 / N=71 838.0 WEATHERED LIMESTONE - tan f 828.0 LIMESTONE -gray 15—=qW S _ Z � 822.0 20 Boring Terminated at Approximately 20 Feet Proposed Elevation = 843.0 Feet Approximate Grading = 1.0 Foot Fill 22 8 50/2%" 50/%" 6 50/'/2' 50/%" 13 50/'/2' 50/%" 8 50/3/4' 50/%" Material boundaries are approximate, in situ, transitions may be qradual. Driller: Plate A.86 Drilling Method: Continuous Flight Augers Log Project No. B-84 21-25640 Cattleman's Crossing Boring Location Between N. Saginaw Blvd. and US HWY 287 R E Fort Worth, Texas Latitude Water Level Observations (feet) Date t N G E E R I N (I 32.960040 N While Drilling Not Observed 10-22-21 gs r- I v, Longitude At Completion Not Observed 97.410160 W End of Day Not Measured = CL y O >A r L G V) tL a+ N O d V) }' C O U C a E Q « Stratum Description �> o_= o d •— a J o = a y £ > O o y O 'w j N O o M lu .O+ 16M a Approximate Surface Elevation = 844.0 feet 3: O rn or a W M a' a rn LL-PL-PI 0 2 3 rn 0 c o O U LEAN CLAY (CL) - dark brown j 3.50 25 / 4.5+ 85 42-16-26 7 0.4 102 840.0 WEATHERED LIMESTONE - tan 50/5" 5— 50/%" 6 f 832.0 LIMESTONE - gray 50/1" 50/3/4' 10 50/Y4' 15— _ 50/%" 9 Z S 50/%" 20 � 824.0 50/%"Boring Terminated at Approximately 20 Feet Proposed Elevation = 844.0 Feet Approximate Grading = 0.0 Feet Fill Material boundaries are approximate, in situ, transitions may be qradual. Driller: Plate A.87 Drilling Method: Continuous Flight Augers Log Project No. B-85 21-25640 Cattleman's Crossing Boring Location Between N. Saginaw Blvd. and US HWY 287 R E Water Level Observations (feet) Fort Worth, Texas Latitude Date t N G E E R I av (I 32.959470 N While Drilling Not Observed 10-22-21 gs r- I v, Longitude At Completion Not Observed 97.40948' W End of Day Not Measured = CL y O >A r L G V) N d V) C C tL a+ O }' O d .- a E Q Stratum Description �> o= __ o = a y £ > .O+ O O y O 'w j N O o M W 16M a or M a' 0 3 c o Approximate Surface Elevation = 847.0 feet O rn a W a rn LL-PL-PI 2 rn 0 O U -%FAT CLAY (CH) - dark brown /3.00 94 56-20-36 25 845.0 WEATHERED LIMESTONE - tan 50/'/2' 5— 50/%" 4 50/3/4' 10 50/'/2' 7 834.0 LIMESTONE - gray 50/'/2' 1 � 50/%"8 Z i 50/%" 20 = 827.0 Boring Terminated at Approximately 20 Feet 50/1/8" Proposed Elevation = 847.0 Feet Approximate Grading = 0.0 Feet Fill Material boundaries are approximate, in situ, transitions may be qradual. Driller: Plate A.88 Drilling Method: Continuous Flight Augers Log Project No. B-86 21-25640 Cattleman's Crossing Boring Location Between N. Saginaw Blvd. and US HWY 287 R E Fort Worth, Texas Latitude Water Level Observations (feet) Date t N G E E R I av (I 32.959470 N While Drilling Not Observed 10-25-21 gs r- I v, Longitude At Completion Not Observed 97.41014' W End of Day Not Measured = CL y O >A r L G V) tL a+ N O d V) }' C O U C a E Q « Stratum Description �> o_= o d •— a J o = a y £ > O o y O 'w j N O o M lu .O+ 16M a Approximate Surface Elevation = 844.0 feet 3: O rn or a W M a' a rn LL-PL-PI 0 3 2 rn 0 c o O U f —% FAT CLAY (CH) - dark brown J/ 1840.0 WEATHERED LIMESTONE -tan 831.0 LIMESTONE - gray 18 18 20-50/2" 30 6 50/1" 9 50/2" 50/%" 1 J 50/%"10 Z i 50/%" 20 = 824.0 50/%"Boring Terminated at Approximately 20 Feet Proposed Elevation = 845.0 Feet Approximate Grading = 1.0 Foot Fill Material boundaries are approximate, in situ, transitions may be qradual. Driller: Plate A.89 Drilling Method: Continuous Flight Augers Log Project No. B-87 21-25640 Cattleman's Crossing Boring Location Between N. Saginaw Blvd. and US HWY 287 R E Fort Worth, Texas Latitude Water Level Observations (feet) Date t N G E E R I av (I 32.959460 N While Drilling Not Observed 10-26-21 gs r- I v, Longitude At Completion Not Observed 97.41083' W End of Day Not Measured = CL y O >A r L G V) tL a+ N O d V) }' C O U C a E Q « Stratum Description �> o_= o d •— a J o = a y £ > O O y O 'w j N O o M lu .O+ 16M a Approximate Surface Elevation = 842.0 feet O rn or a W M a' a rn LL-PL-PI 0 2 3 rn 0 c o O U CLAY (CH) - dark brown -%FAT 4.5+ 91 62-21-41 18 / J/ 1838.0 4.5+ 19 S WEATHERED LIMESTONE - tan 50/3'/" 9 5— 50/'/4' f 829.0 LIMESTONE - gray 50/1 " 9 50/'/2' =i 50/1 " '/2 9 50/ Z i 50/%" 20 = 822.0 50/Y4' Boring Terminated at Approximately 20 Feet Proposed Elevation = 843.0 Feet Approximate Grading = 1.0 Foot Fill Material boundaries are approximate, in situ, transitions may be qradual. Driller: Plate A.90 Drilling Method: Continuous Flight Augers Log Project No. B-88 21-25640 Cattleman's Crossing Boring Location Between N. Saginaw Blvd. and US HWY 287 Fort Worth, Texas Latitude Water Level Observations (feet) Date 32.959480 N While Drilling Not Observed 10-26-21 Longitude At Completion Not Observed 97.411520 W End of Day Not Measured R NE t NG E£kltv(I O 0 w o V) N i to `mE o 0o Stratum Description �> U £., Z o_= o a J >Z T a M wul O i7to M _N w Approximate Surface Elevation = 841.0 feet � O H ran CO y> a W a w LL-PL-PI —% FAT CLAY (CH) - dark brown 4.5+ J 4.5+ 5 — 41 4.5+ e u G y O. d L C � C U L, o y, C V) E 0 O N_ O 2 rn 0 =11U 27 21 22 99 14,360 — 4.5+ 94 91-22-69 24 6.6 95 833.0 WEATHERED LIMESTONE - tan 50/'/2' 10 50/%" 9-21-30 L 826.0 N=51 1 LIMESTONE - gray S �i 50/3/4' 20 T 821.0 50/%" Boring Terminated at Approximately 20 Feet Proposed Elevation = 844.0 Feet Approximate Grading = 3.0 Feet Fill Material boundaries are approximate, in situ, transitions may be qradual. 11 18 Driller: Drilling Method: Continuous Flight Augers Plate A.91 Log Project No. B-89 21-25640 Cattleman's Crossing Boring Location Between N. Saginaw Blvd. and US HWY 287 R E Water Level Observations (feet) Fort Worth, Texas Latitude Date t N G E E R I av (I 32.959450 N While Drilling Not Observed 10-26-21 gs r- I v, Longitude At Completion Not Observed 97.412190 W End of Day Not Measured = CL y O >A r L G V) N d V) C C tL a+ O }' O d .- a E Q Stratum Description �> o= __ o = a y £ > .O+ O o y O 'w j N O o M lu 16M a or M a' 0 3 c o Approximate Surface Elevation = 839.0 feet O rn a W a rn LL-PL-PI 2 rn 0 O U -%FAT CLAY (CH) - dark brown / 4.5+ 27 J / 4.5+ 21 5 — // 4.5+ 94 75-21-54 22 6.3 91 — 4.5+ 21 831.0 XWEATHERED LIMESTONE - tan10-50/1'/i" 23 10 48-29-20 11 L 824.0 N=49 1 LIMESTONE - gray S 50/'/2' 20 T 819.0 50/%" 6 Boring Terminated at Approximately 20 Feet Proposed Elevation = 841.0 Feet Approximate Grading = 2.0 Feet Fill Material boundaries are approximate, in situ, transitions may be qradual. Driller: Plate A.92 Drilling Method: Continuous Flight Augers Log Project No. B-90 21-25640 Cattleman's Crossing Boring Location Between N. Saginaw Blvd. and US HWY 287 R E Fort Worth, Texas Latitude Water Level Observations (feet) Date t N G E E R I av (I 32.959470 N While Drilling Not Observed 10-25-21 gs r- I v, Longitude At Completion Not Observed 97.412900 W End of Day Not Measured = 0- y O >A r L G V) tL a+ N O d V) }' C O U C a E Q « Stratum Description �> o_= o d •— a J o = a y £ > O o y O 'w j N O o M lu .O+ 16M a Approximate Surface Elevation = 838.0 feet 3: O rn or a W M a' a rn LL-PL-PI 0 2 3 rn 0 c o O U FAT CLAY (CH) - dark brown —� 2.75 29 5 10- - light brown, limestone seams 15— /� J/ 20 818.0 Boring Terminated at Approximately 20 Feet Proposed Elevation = 839.0 Feet Approximate Grading = 1.0 Foot Fill Material boundaries are approximate, in situ, transitions may be qradual. Driller: Drilling Method: Continuous Flight Augers 3.75 19 4.5+ 17 2.50 21 3.00 100 60-18-42 22 0.2 107 50/5" 20 4-9-48 26 N=57 Plate A.93 Log Project No. B-91 21-25640 Cattleman's Crossing Boring Location Between N. Saginaw Blvd. and US HWY 287 R E Water Level Observations (feet) Fort Worth, Texas Latitude Date t N G E E R I av (I 32.958870 N While Drilling Not Observed 10-25-21 gs r- I v, Longitude At Completion Not Observed 97.412850 W End of Day Not Measured = CL y O >A r L G V) N d V) C C tL a+ O }' O d .- a E Q Stratum Description �> o= __ o = a y £ > .O+ O o y O 'w j N O o M lu 16M a or M a' 0 3 c o Approximate Surface Elevation = 838.0 feet O rn a W a rn LL-PL-PI 2 rn 0 O U -%FAT CLAY (CH) - dark brown / 4.25 34 J / 4.5+ 89 12 1.1 101 5 — // 4.5+ 13 — / 4.5+ 16 Jam/ / 4.5+ 13 10— / 825.0 X WEATHERED LIMESTONE - tan 50/1" 10 1J 3 s — i n 820.0 i LIMESTONE - gray i —= 50/1'/2' i 20 � 818.0 50/'/z" 14 Boring Terminated at Approximately 20 Feet Proposed Elevation = 838.0 Feet Approximate Grading = 0.0 Feet Fill Material boundaries are approximate, in situ, transitions may be qradual. Driller: Plate A.94 Drilling Method: Continuous Flight Augers Log Project No. B-92 21-25640 Cattleman's Crossing Boring Location Between N. Saginaw Blvd. and US HWY 287 R E Fort Worth, Texas Latitude Water Level Observations (feet) Date t N G E E R I N (I 32.958900 N While Drilling Not Observed 10-22-21 gs r- I v, Longitude At Completion Not Observed 97.412160 W End of Day Not Measured = CL y O >A r L G V) tL a+ N O d V) }' C O U C a E Q « Stratum Description �> o_= o d •— a J o = a y £ > O o y O 'w j N O o M lu .O+ 16M a Approximate Surface Elevation = 840.0 feet 3: O rn or a W M a' a rn LL-PL-PI 0 2 3 rn 0 c o O U FAT CLAY (CH) - dark brown —% 4.50 24 / 838.0 WEATHERED LIMESTONE -tan E f 827.0 LIMESTONE - gray 19-33-45 14 N=78 39-50/2" 72 14 50/1" 3 50/1 %" 50/3/4' 3 50/1" 1 J 50/'/2' 29 Z i 50/'/2' 20 = 820.0 50/Y4' Boring Terminated at Approximately 20 Feet Proposed Elevation = 840.0 Feet Approximate Grading = 0.0 Feet Fill Material boundaries are approximate, in situ, transitions may be qradual. Driller: Plate A.95 Drilling Method: Continuous Flight Augers Log Project No. B-93 21-25640 Cattleman's Crossing Boring Location Between N. Saginaw Blvd. and US HWY 287 Fort Worth, Texas Latitude Water Level Observations (feet) Date 32.958890 N While Drilling Not Observed 10-25-21 Longitude At Completion Not Observed 97.411500 W End of Day Not Measured R NE t NG E£kltv(I O 0 w o V) N i to `mE o 0o Stratum Description �> U £., Z o_= o a J >Z T a M wul O i7to M _N w Approximate Surface Elevation = 841.0 feet � O H ran CO y> a W a w LL-PL-PI f —% FAT CLAY (CH) - dark brown 4.5+ J 4.5+ 1837.0 WEATHERED LIMESTONE -tan 828.0 LIMESTONE - gray 1� Z �i 20 = 821.0 Boring Terminated at Approximately 20 Feet Proposed Elevation = 844.0 Feet Approximate Grading = 3.0 Feet Fill Material boundaries are approximate, in situ, transitions may be qradual. 18-20-25 N=45 50/1 " 50/'/4' 50/1'/2' 50/1'/2' 50/'/2' 50/'/2' e u G y O. d L C � C U L, o y, C V) E 0 O N_ O 2 rn 0 =11U Driller: Drilling Method: Continuous Flight Augers Plate A.96 Log Project No. B-94 21-25640 Cattleman's Crossing Boring Location Between N. Saginaw Blvd. and US HWY 287 R E Fort Worth, Texas Latitude Water Level Observations (feet) Date t N G E E R I N (I 32.958900 N While Drilling Not Observed 10-26-21 gs r- I v, Longitude At Completion Not Observed 97.410860 W End of Day Not Measured = CL y O >A r L G V) tL a+ N O d V) }' C O U C a E Q « Stratum Description �> o_= o d •— a J o = a y £ > O o y O 'w j N O o M lu .O+ 16M a Approximate Surface Elevation = 843.0 feet 3: O rn or a W M a' a rn LL-PL-PI 0 2 3 rn 0 c o O U FAT CLAY (CH) - dark brown —% 4.50 15 / 841.0 WEATHERED LIMESTONE -tan E f 830.0 LIMESTONE - gray 15� Z S 20 ±9823.0 Boring Terminated at Approximately 20 Feet Proposed Elevation = 844.0 Feet Approximate Grading = 1.0 Foot Fill Material boundaries are approximate, in situ, transitions may be qradual. Driller: Drilling Method: Continuous Flight Augers 22-19-13 3 N=32 50/1" 27 6 50/1 " 11 9 Plate A.97 Log Project No. B-95 21-25640 Cattleman's Crossing Boring Location Between N. Saginaw Blvd. and US HWY 287 Fort Worth, Texas Latitude Water Level Observations (feet) Date 32.958870 N While Drilling Not Observed 10-26-21 Longitude At Completion Not Observed 97.410160 W End of Day Not Measured R NE t NG E£kltv(I O 0 w o V) N i to `mE o 0o Stratum Description �> U £., Z o_= o a J >Z T a M wul O i7to M _N w Approximate Surface Elevation = 845.0 feet � O H ran CO y> a W a w LL-PL-PI —% FAT CLAY (CH) - dark brown 4.5+ J 4.5+ 5 — / 4.5+ 50 839.0 WEATHERED LIMESTONE -tan f 832.0 LIMESTONE - gray 1� Z 20 = � 825.0 Boring Terminated at Approximately 20 Feet Proposed Elevation = 846.0 Feet Approximate Grading = 1.0 Foot Fill Material boundaries are approximate, in situ, transitions may be qradual. 50/%" 50/%" 50/%" 50/%" 50/1" 50/'/2' e u G y O. d L C � C U L, o y, C V) E 0 O N_ O 2 rn 0 =11U 20 17 5 -0.6 102 9 7 Driller: Drilling Method: Continuous Flight Augers Plate A.98 Log J Project No. B-96 21-25640 Cattleman's Crossing Boring Location Between N. Saginaw Blvd. and US HWY 287 R E Fort Worth, Texas Latitude Water Level Observations (feet) Date t N G E E R I N (I 32.958890 N While Drilling Not Observed 10-22-21 gs r- I v, Longitude At Completion Not Observed 97.40947' W End of Day Not Measured = CL y O >A r L G V) tL a+ N O d V) }' C O U C a E Q « Stratum Description �> o_= o d •— a J o = a y £ > O O y O 'w j N O o M lu .O+ 16M a Approximate Surface Elevation = 847.0 feet 3: O rn or a W M a' a rn LL-PL-PI 0 2 3 rn 0 c o O U CLAY (CH) - dark brown -%FAT 3.00 25 / / 4.5+ 78 72-26-46 13 843.0 WEATHERED LIMESTONE - tan 50/3/4' 5— 50/'/2' 2 f 834.0 LIMESTONE - gray 50/'/2' 50/'/2' 4 50/Y4' 1 � 50/'/4' 7 Z i 50/%" 20 = 827.0 50/Y4' Boring Terminated at Approximately 20 Feet Proposed Elevation = 847.0 Feet Approximate Grading = 0.0 Feet Fill Material boundaries are approximate, in situ, transitions may be qradual. Driller: Plate A.99 Drilling Method: Continuous Flight Augers Log Project No. B-97 21-25640 Cattleman's Crossing Boring Location Between N. Saginaw Blvd. and US HWY 287 R E Fort Worth, Texas Latitude Water Level Observations (feet) Date t N G E E R I N (I 32.958900 N While Drilling Not Observed 10-22-21 gs r- I v, Longitude At Completion Not Observed 97.408800 W End of Day Not Measured = CL y O >A r L G V) tL a+ N O d V) }' C O U C a E Q « Stratum Description �> o_= o d •— a J o = a y £ > O o y O 'w j N O o M lu .O+ 16M a Approximate Surface Elevation = 848.0 feet 3: O rn or a W M a' a rn LL-PL-PI 0 2 3 rn 0 c o O U LEAN CLAY (CL) - dark brown j 3.00 12 / 4.5+ 86 38-19-19 7 3.4 99 844.0 WEATHERED LIMESTONE - tan 50/4" 5— 50/'/2' 4 # * 50/1 %" 50/3/4' 8 835.0 LIMESTONE - gray 50R/4' 1 � 50/Y4' 6 Z i 50/%" 20 = 828.0 50/1" Boring Terminated at Approximately 20 Feet Proposed Elevation = 848.0 Feet Approximate Grading = 0.0 Feet Fill Material boundaries are approximate, in situ, transitions may be qradual. Driller: Plate A.100 Drilling Method: Continuous Flight Augers Log Project No. B-98 21-25640 Cattleman's Crossing Boring Location Between N. Saginaw Blvd. and US HWY 287 R E Water Level Observations (feet) Fort Worth, Texas Latitude Date t N G E E R I av (I 32.958350 N While Drilling Not Observed 10-22-21 gs r- I v, Longitude At Completion Not Observed 97.40950' W End of Day Not Measured = CL y O >A r L G V) N d V) C C tL a+ O }' O d .- a E Q Stratum Description �> o= __ o = a y £ > .O+ O O y O 'w j N O o M W 16M a or M a' 0 3 c o Approximate Surface Elevation = 848.0 feet O rn a W a rn LL-PL-PI 2 rn 0 O U —% FAT CLAY (CH) - dark brown 3.00 93 64-19-45 23 / 846.0 WEATHERED LIMESTONE - tan 50/3/4' 5— 50/'/2' 2 50/1" 10 50/3/4' 4 835.0 LIMESTONE - gray =i 50/'/4' 50/'/2 " 6 Z i 50/'/2' 20 = 828.0 50/Y4' Boring Terminated at Approximately 20 Feet Proposed Elevation = 848.0 Feet Approximate Grading = 0.0 Feet Fill Material boundaries are approximate, in situ, transitions may be qradual. Driller: Plate A.101 Drilling Method: Continuous Flight Augers Log J Project No. B-99 21-25640 Cattleman's Crossing Boring Location Between N. Saginaw Blvd. and US HWY 287 R E Fort Worth, Texas Latitude Water Level Observations (feet) Date t N G E E R I av (I 32.958350 N While Drilling Not Observed 10-26-21 gs r- I v, Longitude At Completion Not Observed 97.41014' W End of Day Not Measured = CL y O >A r L G V) tL a+ N O d V) }' C O U C a E Q « Stratum Description �> o_= o d •— a J o = a y £ > O O y O 'w j N O o M lu .O+ 16M a Approximate Surface Elevation = 846.0 feet 3: O rn or a W M a' a rn LL-PL-PI 0 2 3 rn 0 c o O U CLAY (CH) - dark brown -%FAT 4.5+ 20 / / 4.5+ 81 82-25-57 19 842.0 WEATHERED LIMESTONE - tan 50/1" 5— 50/%" 6 f 833.0 LIMESTONE - gray 50/Y4' 50/%" S 50/3/4' 1 � 50/%"8 Z i 50/1" 20 = 826.0 Boring Terminated at Approximately 20 Feet 50/'/2' Proposed Elevation = 848.0 Feet Approximate Grading = 2.0 Feet Fill Material boundaries are approximate, in situ, transitions may be qradual. Driller: Plate A.102 Drilling Method: Continuous Flight Augers Log Project No. B-100 21-25640 Cattleman's Crossing Boring Location Between N. Saginaw Blvd. and US HWY 287 R E Fort Worth, Texas Latitude Water Level Observations (feet) Date t N G E E R I N (I 32.958330 N While Drilling Not Observed 10-25-21 gs r- I v, Longitude At Completion Not Observed 97.41084' W End of Day Not Measured = CL y O >A r L G V) d a+ N O d V) }' C O U C a E Q « Stratum Description �> o_= o d •— a J o = a y £ > O o y O 'w j N O o M lu .O+ 16M a Approximate Surface Elevation = 844.0 feet 3: O rn or a W M a' a rn LL-PL-PI 0 3 2 rn 0 c o O v f —% FAT CLAY (CH) - dark brown / 4.50 J/ 4.50 67 1840.0 WEATHERED LIMESTONE -tan 831.0 LIMESTONE - gray 12 1.7 95 50/3" 6 50/2" 50/%" 4 50/2" 6 1 J 50/2" Z i 50/%" 20 = 824.0 50/%"Boring Terminated at Approximately 20 Feet Proposed Elevation = 845.0 Feet Approximate Grading = 1.0 Foot Fill Material boundaries are approximate, in situ, transitions may be qradual. Driller: Plate A.103 Drilling Method: Continuous Flight Augers Log Project No. B-101 21-25640 Cattleman's Crossing Boring Location Between N. Saginaw Blvd. and US HWY 287 R E Fort Worth, Texas Latitude Water Level Observations (feet) Date t N G E E R I N (I 32.958350 N While Drilling Not Observed 10-25-21 gs r- I v, Longitude At Completion Not Observed 97.41148' W End of Day Not Measured = CL y O >A r L G V) tL a+ N O d V) }' C O U C a E Q « Stratum Description �> o_= o d •— a J o = a y £ > O o y O 'w j N O o M lu .O+ 16M a Approximate Surface Elevation = 842.0 feet 3: O rn or a W M a' a rn LL-PL-PI 0 2 3 rn 0 c o O U FAT CLAY (CH) - dark brown —% 20 / 840.0 WEATHERED LIMESTONE -tan i f 829.0 LIMESTONE - gray 11-50/1" 49 9 50/4" 3 50/2" 50/1" 8 50/1" 50/%" 12 1 50/" Z i 50/%" 20 = 822.0 50/%"Boring Terminated at Approximately 20 Feet Proposed Elevation = 842.0 Feet Approximate Grading = 0.0 Feet Fill Material boundaries are approximate, in situ, transitions may be qradual. Driller: Plate A.104 Drilling Method: Continuous Flight Augers Log Project No. B-102 21-25640 Cattleman's Crossing Boring Location Between N. Saginaw Blvd. and US HWY 287 R E Fort Worth, Texas Latitude Water Level Observations (feet) Date t N G E E R I N (I 32.958340 N While Drilling Not Observed 10-22-21 gs r- I v, Longitude At Completion Not Observed 97.412170 W End of Day Not Measured = CL y O >A r L G V) tL a+ N O d V) }' C O U C a E Q « Stratum Description �> o_= o d •— a J o = a y £ > O o y O 'w j N O o M lu .O+ 16M a Approximate Surface Elevation = 840.0 feet 3: O rn or a W M a' a rn LL-PL-PI 0 2 3 rn 0 c o O U FAT CLAY (CH) - dark brown 1.50 28 11-20-23 4 838 0 N=43 f WEATHERED LIMESTONE - tan 827.0 LIMESTONE - gray 33-35-50/6" 89 11 50/2'/2' 50/'/2' 7 21-50/2" 12 =i 50/1 Y2' 13 �_'� 50/'/2 " 8 � Z i 50/'/2' 20 = 820.0 50/%" Boring Terminated at Approximately 20 Feet Proposed Elevation = 841.0 Feet Approximate Grading = 1.0 Foot Fill Material boundaries are approximate, in situ, transitions may be qradual. Driller: Plate A.105 Drilling Method: Continuous Flight Augers Log Project No. B-103 21-25640 Cattleman's Crossing Boring Location Between N. Saginaw Blvd. and US HWY 287 Fort Worth, Texas Latitude Water Level Observations (feet) Date 32.958320 N While Drilling Not Observed 10-25-21 Longitude At Completion Not Observed 97.412880 W End of Day Not Measured R NE t NG E£kltv(I O 0 w o V) N i to `mE o 0o Stratum Description �> U £., Z o_= o a J >Z T a M wul O i7to M _N w Approximate Surface Elevation = 838.0 feet � O H ran CO y> a W a w LL-PL-PI —% FAT CLAY (CH) - dark brown / 3.75 J 4.5+ 5—// 4.5+ 82 — 1.00 830.0 X WEATHERED LIMESTONE - tan, clay seams11-12-18 N=30 10 50/3" 17, 823.0 LIMESTONE - gray S �i 50/'/2' 20 T 818.0 50/%" Boring Terminated at Approximately 20 Feet Material boundaries are approximate, in situ, transitions may be qradual. e u G y O. d L C � C U L, o y, C V) E 0 O N_ O 2 rn 0 =11U 29 24 19 4.6 100 15 14 8 9 Driller: Drilling Method: Continuous Flight Augers Plate A.106 Log Project No. B-104 21-25640 Cattleman's Crossing Boring Location Between N. Saginaw Blvd. and US HWY 287 R E Fort Worth, Texas Latitude Water Level Observations (feet) Date t N G E E R I N (I 32.957740 N While Drilling SZ 15 10-26-21 gs r- I v, Longitude At Completion Not Observed 97.412900 W End of Day Not Measured = CL y O >A r L G V) tL a+ N O d V) }' C O U C a E Q « Stratum Description �> o_= o d •— a J o = a y £ > O o y O 'w j N O o M lu .O+ 16M a Approximate Surface Elevation = 841.0 feet O rn or a W M a' a rn LL-PL-PI 0 2 3 rn 0 c o O U CLAY (CH) - dark brown -%FAT 4.5+ 13 / J / 4.5+ 21 5 — // 4.50 24 —/ 2.75 92 28 1.9 95 Jam/ / 10— 2.75 35 / 828.0 WEATHERED LIMESTONE - tan \ / X 50/4" 16 3 s — 7 i n 823.0 i LIMESTONE - gray i � 50/%" 18 821.0 20 50/%" Boring Terminated at Approximately 20 Feet Proposed Elevation = 842.0 Feet Approximate Grading = 1.0 Foot Fill Material boundaries are approximate, in situ, transitions may be qradual. Driller: Plate A.107 Drilling Method: Continuous Flight Augers Log Project No. B-105 21-25640 Cattleman's Crossing Boring Location Between N. Saginaw Blvd. and US HWY 287 R E Fort Worth, Texas Latitude Water Level Observations (feet) Date t N G E E R I N (I 32.957760 N While Drilling Not Observed 10-22-21 gs r- I v, Longitude At Completion Not Observed 97.412200 W End of Day Not Measured = CL y O >A r L G V) tL a+ N O d V) }' C O U C a E Q « Stratum Description �> o_= o d •— a J o = a y £ > O o y O 'w j N O o M lu .O+ 16M a Approximate Surface Elevation = 841.0 feet 3: O rn or a W M a' a rn LL-PL-PI 0 3 2 rn 0 c o O U f —% FAT CLAY (CH) - dark brown 4.5+ J/ 4.5+ 97 1837.0 WEATHERED LIMESTONE -tan 829.0 LIMESTONE - gray 22 21 11.5 93 18-50/6" 5 50/'/2' 50/%" 7 50/'/2' 15— _ 50/%" 10 Z S 50/1' 20 � '/2821.0 50/%"Boring Terminated at Approximately 20 Feet Proposed Elevation = 843.0 Feet Approximate Grading = 2.0 Feet Fill Material boundaries are approximate, in situ, transitions may be qradual. Driller: Plate A.108 Drilling Method: Continuous Flight Augers Log Project No. B-106 21-25640 Cattleman's Crossing Boring Location Between N. Saginaw Blvd. and US HWY 287 R E Fort Worth, Texas Latitude Water Level Observations (feet) Date t N G E E R I N (I 32.957740 N While Drilling Not Observed 10-22-21 gs r- I v, Longitude At Completion Not Observed 97.411500 W End of Day Not Measured = CL y O >A r L G V) tL a+ N O d V) }' C O U C a E Q « Stratum Description �> o_= o d •— a J o = a y £ > O O y O 'w j N O o M lu .O+ 16M a or M a' 0 3 c o Approximate Surface Elevation = 843.0 feet 3: O rn a W a rn LL-PL-PI 2 rn 0 O U FAT CLAY (CH) - dark brown 3.25 96 22 2.0 97 I 4.5+ 17 Y/ X 839.0 WEATHERED LIMESTONE -tan 11-50/4" 9 E f 831.0 LIMESTONE - gray 15—=� Z S 20 823.0 Boring Terminated at Approximately 20 Feet Proposed Elevation = 842.0 Feet Approximate Grading = 1.0 Foot Cut Material boundaries are approximate, in situ, transitions may be qradual. Driller: Drilling Method: Continuous Flight Augers 50/3" 50/'/2' 9 50/1'/2' 50/'/2' 8 50/1" 50/'/2' Plate A.109 Log Project No. B-107 21-25640 Cattleman's Crossing Boring Location Between N. Saginaw Blvd. and US HWY 287 Fort Worth, Texas Latitude Water Level Observations (feet) Date 32.957760 N While Drilling Not Observed 10-25-21 Longitude At Completion Not Observed 97.41084' W End of Day Not Measured R NE r NG E£kltv(I w o V) O N 0 i to `mE o Stratum Description 0o �> U £., o_= Z o a J >Z T a M wul O i7to M _N w O H CO a W y> a Approximate Surface Elevation = 845.0 feet ran w LL-PL-PI FAT CLAY (CH) - dark brown —% 4.5+ 843.0 WEATHERED LIMESTONE - tan X 12-31-50/6" 50/3" 50/6" V 14-42-31 N=73 50/5" 837.0 LIMESTONE - gray =i 50/'/, 10 �-'� 50/1" Z _ 50/'/2' 15—= 50/'/2' S 50/1" 50/'/2' 20 825.0 Boring Terminated at Approximately 20 Feet Proposed Elevation = 845.0 Feet Approximate Grading = 0.0 Feet Fill Material boundaries are approximate, in situ, transitions may be qradual. e u G y O. d L C � C U L, o y, C V) E 0 O N_ O 2 rn 0 =11U Driller: Drilling Method: Continuous Flight Augers Plate A.110 Log Project No. B-108 21-25640 Cattleman's Crossing Boring Location Between N. Saginaw Blvd. and US HWY 287 Fort Worth, Texas Latitude Water Level Observations (feet) Date 32.957750 N While Drilling Not Observed 10-25-21 Longitude At Completion Not Observed 97.410160 W End of Day Not Measured R NE t NG E£kltv(I O 0 w o V) N i to `mE o Stratum Description 0o �> U £., o_= Z o a J >Z T a M wul O i7to M _N w O H CO a W y> a Approximate Surface Elevation = 847.0 feet � ran w LL-PL-PI FAT CLAY (CH) - dark brown —% 4.00 / 845.0 WEATHERED LIMESTONE -tan E f 834.0 LIMESTONE - gray 1� Z �i 20 = 827.0 Boring Terminated at Approximately 20 Feet Proposed Elevation = 848.0 Feet Approximate Grading = 1.0 Foot Fill Material boundaries are approximate, in situ, transitions may be qradual. 17-50/4" 50/3" 22-50/2" 50/1 " 50/1 " 50/%" 50/'/2' 50/1" 50/'/2' e u G y O. d L C � C U L, o y, C V) E 0 O N_ O 2 rn 0 =11U Driller: Drilling Method: Continuous Flight Augers Plate A.111 SOIL OR ROCK TYPES ��• Undocumented Fill Well -Graded Sand (SW) R N E PEALean Clay (CL) rA/// Clayey Sand (SC) DRILLING AND SAMPLING METHODS Gravelly Lean Clay (CL) v�_jav O D O Well -Graded Gravel (GW) I X r///A Fat Clay (CH)� ° Gravelly Fat Clay (CH) _= Marl Weathered Shale Shelby Split Texas Tube Spoon Cone Pen Clayey Gravel (GC) Shale Silt (ML) Weathered Limestone Poorly -Graded Sand (SP) Limestone CFA HSA Rock Core TERMS DESCRIBING CONSISTENCY, CONDITION, AND STRUCTURE OF SOIL Fine Grained Soils (More than 50 % Passing No. 200 Sieve) Consistency Penetrometer Reading, (tsf) Unconfined Compression, (psf) Very Soft < 0.5 < 1000 Soft 0.5 to 1.0 1000 to 2000 Firm 1.0 to 2.0 2000 to 4000 Hard 2.0 to 4.0 4000 to 8000 Very Hard > 4.0 > 8000 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 ate 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 alternated layers of different soil types, usually in approximately equal proportions TERMS DESCRIBING PHYSICAL PROPERTIES OF ROCK Hardness and Degree of Cementation Very Soft or Plastic Can be remolded in hand; corresponds in consistency up to hard in soils Soft Can be scratched with fingernail Moderately Hard Can be scratched easily with knife; cannot be scratched with fingernail Hard Difficult to scratch with knife Very Hard Cannot be scratched with knife Poorly Cemented or Friable Easily crumbled Cemented Bound together by chemically precipitated material; Quartz, calcite, dolomite, siderite, and iron oxide are common cementing materials. Degree of Weathering Unweathered Rock in its natural state before being exposed to atmospheric agents Slightly Weathered Noted predominantly by color change with no disintegrated zones Weathered Complete color change with zones of slightly decomposed rock Extremely Weathered Complete color change with consistency, texture, and general appearance approaching soil KEY TO CLASSIFICATION AND SYMBOLS PLATE A.112 Grp. Major Divisions Typical Names m Well graded gravels, w a) GW gravel -sand mixtures, .�,> o little or no fines c > o C o Poorly graded gravels, oU = GP gravel -sand mixtures, 5 °�,' a'� v little or no fines i�L Z M O V = M O o Z u, GM Silty gravels, gravel - o sand - silt mixtures ai �M c 4 C: = .� co ° O (D Q Clayey gravels, gravel .L 0 > o > Q GC - sand - clay mixtures L `i f P1 O E v U) SW Well graded sands, ^ - gravelly sands, little or ° 0 O O N O M c no fines >_ ° Poorly graded sands, ;n U) U Sp gravelly sands, little or no fines ° M o Z E U) a� M Silty sands, sand silt �_ mixtures ❑ L co .Co � CU UH 3 o Cn o Clayey sands, sand E m Q E SC clay mixtures U) M Inorganic silts and very fine ML sands, rock flour, silty or clayey fine sands, or clayey U) — silts with slight plasticity o U o Inorganic clays of low to — CL medium plasticity, gravelly 5 clays, sandy clays, silty Zp clays, and lean clays O C5 J OL Organic silts and organic (n L silty clays of low plasticity 8_1 J -0 E Inorganic silts, micaceous a) U L MH or diatomaceous fine sandy cL or silty soils, elastic silts T U 0)o c "= CH Inorganic clays of high iL m cv=� plasticity, fat clays U) -0 Organic clays of medium to OH high plasticity, organic silts c c� � (D ° M o Pt Peat and other highly _� " U) =O organic soils Laboratory Classification Criteria R NE 0 D so C = greater than 4: C = u ------ between 1 and 3 co Do D X D10 so o Not meeting all gradation requirements for GW U) u) 5 Liquid and Plastic limits Liquid and plastic > .N .L � 2 �, below A line or P.I. limits plotting In p g o U) greaterthan 4 hatched zone N O O between 4 and 7 °' Z 2 :L Liquid and Plastic limits are borderline o�? m above "A" line with P.I. cases requiring use greater than 7 of dual symbols Cn L E N U Doo �Dao�z C:.o Cu ----greater than 6: C� ------ between 1 and 3 Dio D X D10 eo -- E a) m •. a)Not meeting all gradation requirements (n o °; for SW CO m 3 L Q Y 04 Q) c o P Liquid and Plastic limits Liquid and plastic 2 ° o m Q- below "A" line or P.I. limits plotting N a :15 N_ less than 4 between 4 and 7 C ° N L° ° are borderline E = J 2 u) Liquid and Plastic limits cases requiring use m 0 ° above "A" line with P.I. of dual symbols p o co greater than 7 60 50 w 40 Z r U 30 _I d '046 CL IE "L-ML / 0 1/ 0 10 20 ML and OL 30 40 50 60 70 80 90 100 LIQUID LIMIT PLASTICITY CHART UNIFIED SOIL CLASSIFICATION SYSTEM PLATE A.113 SWELL TEST RESULTS Cattleman's Crossing Between N. Saginaw Blvd. and US HWY 287 Fort Worth, Texas Rone Project Number: 21-25640 Depth Liquid Plastic Plasticity Initial Final Load Swell Boring (ft) Limit Limit Index Mc (/o) Mc (/o) (psf) ( /o) B-1 3 74 24 50 20 27 375 2.3 B-3 5 37 22 15 12 22 625 0.0 B-6 5 -- -- -- 17 28 625 5.5 B-7 3 51 21 30 12 25 375 0.0 B-9 9 41 19 22 26 30 1125 1.8 B-20 5 31 16 15 10 22 625 0.6 B-22 7 39 17 22 13 20 875 7.9 B-23 3 65 21 43 18 33 375 4.4 B-28 7 35 14 21 11 15 875 2.3 B-43 3 43 15 28 9 28 375 0.0 B-56 9 66 20 46 22 25 1125 2.3 B-58 7 73 24 49 24 31 875 4.3 B-59 5 75 25 50 21 33 625 8.4 B-60 3 62 18 44 21 26 375 4.6 B-63 3 75 28 47 27 38 375 7.7 B-64 7 77 22 55 21 30 875 7.3 B-65 9 70 22 48 17 25 1125 2.8 B-66 7 63 18 45 17 26 875 8.1 B-70 9 64 15 48 17 23 1125 4.8 B-71 5 66 24 42 18 27 625 8.6 B-72 7 -- -- -- 6 27 875 0.0 B-75 3 79 20 59 19 31 375 7.2 B-79 5 65 28 37 14 27 625 8.5 B-80 7 -- -- -- 21 27 875 4.3 B-81 9 63 19 44 18 23 1125 3.3 B-84 3 42 16 26 8 23 375 0.4 B-88 7 91 22 69 22 31 875 6.6 PLATE A.114 B-89 5 75 21 54 21 31 625 6.3 B-90 9 60 18 41 20 23 1125 0.2 B-91 3 -- -- -- 13 25 375 1.1 B-95 5 -- -- -- 5 24 625 0.0 B-97 3 38 19 19 9 25 375 3.4 B-100 3 -- -- -- 14 29 375 1.7 B-103 5 -- -- -- 20 29 625 4.6 B-104 7 -- -- -- 27 33 875 1.9 B-105 3 -- -- -- 21 33 375 11.5 B-106 1 -- -- -- 23 29 125 2.0 PLATE A.114 f' R NE F N C 1{ E I N f U.S. Standard Sieve U.S. Standard Sieve Numbers Hydrometer N V \o O O p O (p Cl) co M N N 100 90 80 \ r 70 \ t a� 60 m 50 � v_ 40 L ' W a 30 20 10 0 1000 100 10 1 0.1 0.01 0.001 Grain Size - mm Legend I Sample No I Depth, ft I % Gravel I % Sand I %Silt I %Clay I USCS � B-1 2'-40.0 6.0 47.3 46.7 0 Material Description Texture Olive Black CLAY with occasional calcareous nodules Silty Clay RESULTS OF SIEVE ANALYSIS Cattleman's Crossing Rone Engineers 21-25640 I PLATE A.115a f' R NE F N C 1{ E I N f U.S. Standard Sieve U.S. Standard Sieve Numbers Hydrometer N V \o O O p O (p Cl) co M N N 100 r 70 t 60 50 LL r- 40 m L ' 0 a 30 20 10 0 1000 100 Legend Sample No Depth, ft --A7- I B-81 2'-4' 10 1 0.1 0.01 0.001 Grain Size - mm % Gravel I % Sand I %Silt I %Clay I USCS 0.0 5.3 47.4 47.3 0 Material Description rayish Black CLAY with occasional calcareous nodule Texture Silty Clay RESULTS OF SIEVE ANALYSIS Cattleman's Crossing Rone Engineers 21-25640 I PLATE A.115b APPENDIX B FIELD EXPLORATION Subsurface conditions were defined by 108 sample borings located as shown on the Boring Location Diagram, Plate A.3. The borings were completed at locations staked in the field by Rone personnel. The borings were advanced between sample intervals using continuous flight auger drilling procedures. The results of each boring are shown graphically on the Logs of Boring. Sample depth, description, and soil classification based on the Unified Soil Classification System are shown on the Logs of Boring. Keys to the symbols and terms used on the Logs of Boring are presented in the appendix section of the report. Relatively undisturbed samples of cohesive soils were obtained using nominal 3-inch diameter tube samplers at the locations shown on the Logs of Boring. The tube sampler consists of a steel tube with a sharp cutting edge connected to a head equipped with a ball valve threaded for rod connection. The tube is pushed into the soil by the hydraulic pulldown of the drilling rig. The soil specimens were extruded from the tube in the field, logged, tested for consistency with a hand penetrometer, sealed and packaged to limit loss of moisture. The consistency of cohesive soil samples was evaluated in the field using a calibrated hand penetrometer. In this test, a'/4 inch diameter piston is pushed into a relatively undisturbed sample at a constant rate to a depth of approximately'/4 inch. The results of these tests are presented at the respective sample depths on the Logs of Boring. When the capacity of the penetrometer is exceeded, the value is tabulated as 4.5+. Samples of stiff and/or granular materials were obtained using split -barrel sampling procedures in general accordance with ASTM D1586. In the split -barrel procedure, a disturbed sample is obtained in a standard 2-inch OD split -barrel sampler driven 18 inches into the ground using a 140-pound hammer falling freely 30 inches. The number of blows for the last 12 inches of the standard 18-inch penetration is recorded as the Standard Penetration Test resistance (N-value). The N-values are recorded on the Logs of Boring at the depth of sampling. The samples were sealed and returned to our laboratory for further examination and testing. As The rock and rock -like materials encountered in the borings were evaluated with a modified version of the Texas Cone Penetration test. Texas Department of Transportation (TX -DOT) 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 hammer blow. This method was modified by utilizing a 140-pound hammer freely falling 30 inches. This results in 350 foot- pounds of energy per 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 the respective test depths as blows-per-6-inches on the log of boring. In hard materials (rock or rock -like), the penetrometer cone is driven and the resulting penetration distances are recorded in inches for the first and second sets of 50 blows, for a total of 100 blows. The penetration for the total 100 blows is recorded at the respective testing depths on the Logs of Boring. Groundwater observations during and at completion of drilling are shown on the Logs of Boring. Upon completion of the borings, the boreholes were backfilled with auger cuttings to ground level. B.1 LABORATORY TESTING Laboratory tests were performed on selected samples retrieved from the borings to evaluate the engineering characteristics of the subsurface materials, and to provide data for developing engineering design parameters. The subsurface materials recovered during the field exploration were described by an engineering geologist or senior staff member in the field and/or the laboratory, and were later refined based on results of the laboratory tests performed. Classification Tests All recovered soil samples were classified and described, in part, using the Unified Soil Classification System (USCS). Visual classification of soils was verified by index testing, including natural moisture content determinations, Atterberg limits determinations, and gradation tests (percent passing the No. 200 U.S. Standard Sieve). All testing was performed in general accordance with applicable American Society for Testing and Materials (ASTM) procedures as follows: Test Atterberg Limits Percentage of Particles Passing the No. 200 Sieve Moisture Content Dry Unit Weight Unconfined Compressive Strength — Soil Moisture -Density Relation (Standard Proctor) Swell Test Hydrometer Swell Test ASTM Standard Number D4318 D1140 D2216 D2167 D2166 D698 D4546, Method B D7928 In the swell test, a sample is placed in a consolidometer and subjected to the estimated overburden pressure. The sample is then inundated with water and allowed to swell. Moisture contents are determined both before and after completion of the test. Test results are recorded as the percent swell, with initial and final moisture content. Detailed swell test results are tabulated in Appendix A. :N �J Unconfined Compression Strength Test -Soil In the unconfined compression test, a cylindrical specimen is subjected to axial load at a constant rate of strain until failure occurs. Strengths determined by this test are tabulated at their respective sample depths on the Logs of Boring. Results of natural moisture content and dry unit weight determinations are also tabulated at the respective sample depths on the logs. Hydrometer Test A representative sample of the material is thoroughly mixed with water and a dispersing agent, and placed into a cylindrical column of water. A sphygmomanometer is used to measure the decrease in density of the soil/water slurry as soil particles settle out of the mixture. The rate in density change is used to determine the particle size distribution of material finer than the No. 200 sieve. B.2 ROVE f Rone Specification 400 LIME STABILIZATION OF COMPACTE CLAYEY SOILS 1. Description Mix and compact lime and water with in -place, pre -compacted clayey soil in order to construct a lime stabilized subgrade in accordance with this specification and as required by the geotechnical report and site design plans and specifications. 2. Materials 2.1 Lime Furnish hydrated (slaked) lime, commercial lime slurry, quicklime, or carbide lime slurry that meets the requirements of DMS-6350, "Lime and Lime Slurry" and DMS-6330 "Pre - Qualification of Lime Sources." Use Do not use quicklime when sulfates are present in quantities greater than 3,000 ppm. When furnishing quicklime, provide it in bulk. 2.2 Water Furnish potable water free of and wastes and other deleterious or objectionable material. 2.3 In -Place Clay Soils In accordance with Rone's geotechnical report. 2.4 Mix Design Rone will provide the required lime mix percentage in accordance with the geotechnical report. 3. Equipment Furnish equipment in accordance with Item 260 of the latest edition of the Standard Specifications for Construction of Highways, Streets and Bridges, Texas Department of Transportation (TxDOT). 4. Construction Construct the lime -stabilized subgrade as required by the geotechnical report and design specifications in accordance with the following construction steps. 4.1 In -Place, Pre -Compacted Grades The in -place clay subgrade must be fully compacted using kneading compaction wet -of the optimum moisture contents in construction in full accordance with Rone's compaction control specifications as provided in the geotechnical report or report addendum, and to the lines and grades required in the project plans and specifications. The moisture states of the finished grades shall have been maintained in accordance with the geotechnical report. 4.2 Preparation of the In -Place, Pre -Compacted Grades 5/19/21 Lightly spray the grade surface with water. If visible drying has occurred on the grade surfaces since compaction, spray additional water in those areas as may be needed to establish a Page 1 of 3 B.3 RUNE Rone Specification 400 wetted surface and preserve the wet -of -optimum moisture states established during compaction. Allow soak time before scarifying any areas requiring more significant wetting. 4.3 Scarification Use a road mixer to fully scarify and pulverize the in -place grades to the design stabilization depth. The pre -kneaded clays will pulverize to optimal surface area exposure for lime coating and mixing. Spray any scarified soils that appear visibly dry. The scarified depth must appear visibly well pulverized and moist before application of lime. 4.4 Application 5/19/21 Uniformly apply lime using dry or slurry placement as shown on the plans or as directed. Slurry placement is recommended for most efficient hydration and stabilization. Add lime at the required percentage in accordance with the geotechnical report. Apply lime only on areas where mixing can be completed during the same working day. Start lime application only when the air temperature is at least 350F and rising or is at least 40°F. Temperatures must be taken in the shade and away from artificial heat. Lime may not be applied during rainfall. Suspend application when weather conditions become unsuitable. Minimize dust and scattering of lime by wind. Do not apply lime when wind conditions cause blowing lime to become dangerous to traffic or objectionable to adjacent property owners. Use of quicklime can be hazardous. Inform users of the recommended precautions for handling and storage. 4.4.1 Slurry Placement Provide lime slurry free of objectionable materials, at or above the minimum dry solids content, and with a uniform consistency that will allow ease of handling and uniform application. Deliver commercial lime slurry or carbide lime slurry to the jobsite, or use hydrated lime or quicklime to prepare lime slurry at the jobsite or other approved location, as specified. When dry quicklime is applied as slurry, use 80% of the amount required. Distribute the prepared slurry uniformly over measured sections of the scarified grades until the specified lime content is reached. Uniformly spread the residue from quicklime slurry over the length of the section being processed. 4.4.2 Dry Placement Distribute the required quantity of hydrated lime or pebble grade quicklime with approved equipment. Only hydrated lime may be distributed by bag. Do not use a motor grader to spread hydrated lime. Page 2 of 3 B.3 RUNE Rone Specification 400 5. Mixing Begin mixing within 2 hours of application. Hydrated lime shall not be exposed to the open air for more than 3 hours. When pebble grade quicklime is placed dry, mixing must be done immediately after application. Mixing must be conducted thoroughly and uniformly using a road mixer. Allow the lime mixture to soak, hydrate and flocculate the pulverized clay soil for at least 4 hours and no more than 24 hours. Add water as needed to maintain a moist condition and prevent excessive drying to support hydration and chemical reaction during and after mixing and prior to compaction. Mixed soils should not be exposed to rain prior to compaction. Mixed soils exposed to rain prior to compaction may require full rework with reapplication of lime and remixing. 6. Compaction After 4 to 24 hours, the mixed layer may be compacted. The mixed lift must be fully and uniformly compacted with a footed compactor wet -of the optimum moisture contents generated during compaction in accordance with the compaction specifications provided in the geotechnical report. The footed compactors must be utilized in static mode, without vibration. Full compaction must occur before any heavy rainfall. 7. Finishing Immediately after completing compaction, blade and smooth roll the surface as needed to establish a smooth surface to the required design lines and grades. Add small amounts of water if and where needed during shaping and rolling. 8. Curing Cure the stabilized subgrade for at least 24 hours and as needed to establish a sturdy working surface before traversing with construction traffic and subsequent construction. Maintain moisture as may be needed during curing. END 5/19/21 Page 3 of 3 B.3 APPENDIX C nnnfnnhninni Cnninnnninn Onnnnf The Geoprofessional Business Association (GBA) has prepared this advisory to help you — assumedly a client representative — interpret and apply this geotechnical-engineering report as effectively as possible. In that way, you can benefit from a lowered exposure to problems associated with subsurface conditions at project sites and development of them that, for decades, have been a principal cause of construction delays, cost overruns, claims, and disputes. If you have questions or want more information about any of the issues discussed herein, contact your GBA-member geotechnical engineer. Active engagement in GBA exposes geotechnical engineers to a wide array of risk -confrontation techniques that can be of genuine benefit for everyone involved with a construction project. Understand the Geotechnical-Engineering Services Provided for this Report Geotechnical-engineering services typically include the planning, collection, interpretation, and analysis of exploratory data from widely spaced borings and/or test pits. Field data are combined with results from laboratory tests of soil and rock samples obtained from field exploration (if applicable), observations made during site reconnaissance, and historical information to form one or more models of the expected subsurface conditions beneath the site. Local geology and alterations of the site surface and subsurface by previous and proposed construction are also important considerations. Geotechnical engineers apply their engineering training, experience, and judgment to adapt the requirements of the prospective project to the subsurface model(s). Estimates are made of the subsurface conditions that will likely be exposed during construction as well as the expected performance of foundations and other structures being planned and/or affected by construction activities. The culmination of these geotechnical-engineering services is typically a geotechnical-engineering report providing the data obtained, a discussion of the subsurface model(s), the engineering and geologic engineering assessments and analyses made, and the recommendations developed to satisfy the given requirements of the project. These reports may be titled investigations, explorations, studies, assessments, or evaluations. Regardless of the title used, the geotechnical-engineering report is an engineering interpretation of the subsurface conditions within the context of the project and does not represent a close examination, systematic inquiry, or thorough investigation of all site and subsurface conditions. Geotechnical-Engineering Services are Performed for Specific Purposes, Persons, and Projects, and At Specific Times Geotechnical engineers structure their services to meet the specific needs, goals, and risk management preferences of their clients. A geotechnical-engineering study conducted for a given civil engineer will not likely meet the needs of a civil -works constructor or even a different civil engineer. Because each geotechnical-engineering study is unique, each geotechnical-engineering report is unique, prepared solely for the client. Likewise, geotechnical-engineering services are performed for a specific project and purpose. For example, it is unlikely that a geotechnical- engineering study for a refrigerated warehouse will be the same as one prepared for a parking garage; and a few borings drilled during a preliminary study to evaluate site feasibility will not be adequate to develop geotechnical design recommendations for the project. Do not rely on this report if your geotechnical engineer prepared it: • for a different client; • for a different project or purpose; • for a different site (that may or may not include all or a portion of the original site); or • before important events occurred at the site or adjacent to it; e.g., man-made events like construction or environmental remediation, or natural events like floods, droughts, earthquakes, or groundwater fluctuations. Note, too, the reliability of a geotechnical-engineering report can be affected by the passage of time, because of factors like changed subsurface conditions; new or modified codes, standards, or regulations; or new techniques or tools. If you are the least bit uncertain about the continued reliability of this report, contact your geotechnical engineer before applying the recommendations in it. A minor amount of additional testing or analysis after the passage of time - if any is required at all - could prevent major problems. Read this Report in Full Costly problems have occurred because those relying on a geotechnical- engineering report did not read the report in its entirety. Do not rely on an executive summary. Do not read selective elements only. Read and refer to the report in full. You Need to Inform Your Geotechnical Engineer About Change Your geotechnical engineer considered unique, project -specific factors when developing the scope of study behind this report and developing the confirmation -dependent recommendations the report conveys. Typical changes that could erode the reliability of this report include those that affect: • the site's size or shape; • the elevation, configuration, location, orientation, function or weight of the proposed structure and the desired performance criteria; • the composition of the design team; or • project ownership. As a general rule, always inform your geotechnical engineer of project or site changes - even minor ones - and request an assessment of their impact. The geotechnical engineer who prepared this report cannot accept responsibility or liability for problems that arise because the geotechnical engineer was not informed about developments the engineer otherwise would have considered. Most of the "Findings" Related in This Report Are Professional Opinions Before construction begins, geotechnical engineers explore a site's subsurface using various sampling and testing procedures. Geotechnical engineers can observe actual subsurface conditions only at those specific locations where sampling and testing is performed. The data derived from that sampling and testing were reviewed by your geotechnical engineer, who then applied professional judgement to form opinions about subsurface conditions throughout the site. Actual sitewide-subsurface conditions may differ - maybe significantly - from those indicated in this report. Confront that risk by retaining your geotechnical engineer to serve on the design team through project completion to obtain informed guidance quickly, whenever needed. This Report's Recommendations Are Confirmation -Dependent The recommendations included in this report - including any options or alternatives - are confirmation -dependent. In other words, they are not final, because the geotedmical engineer who developed them relied heavily on judgement and opinion to do so. Your geotechnical engineer can finalize the recommendations only after observing actual subsurface conditions exposed during construction. If through observation your geotechnical engineer confirms that the conditions assumed to exist actually do exist, the recommendations can be relied upon, assuming no other changes have occurred. The geotechnical engineer who prepared this report cannot assume responsibility or liability for confirmation -dependent recommendations if you fail to retain that engineer to perform construction observation. This Report Could Be Misinterpreted Other design professionals' misinterpretation of geotechnical- engineering reports has resulted in costly problems. Confront that risk by having your geotechnical engineer serve as a continuing member of the design team, to: • confer with other design -team members; • help develop specifications; • review pertinent elements of other design professionals' plans and specifications; and • be available whenever geotechnical-engineering guidance is needed. You should also confront the risk of constructors misinterpreting this report. Do so by retaining your geotechnical engineer to participate in prebid and preconstruction conferences and to perform construction - phase observations. Give Constructors a Complete Report and Guidance Some owners and design professionals mistakenly believe they can shift unanticipated -subsurface -conditions liability to constructors by limiting the information they provide for bid preparation. To help prevent the costly, contentious problems this practice has caused, include the complete geotechnical-engineering report, along with any attachments or appendices, with your contract documents, but be certain to note conspicuously that you've included the material for information purposes only. To avoid misunderstanding, you may also want to note that "informational purposes" means constructors have no right to rely on the interpretations, opinions, conclusions, or recommendations in the report. Be certain that constructors know they may learn about specific project requirements, including options selected from the report, only from the design drawings and specifications. Remind constructors that they may perform their own studies if they want to, and be sure to allow enough time to permit them to do so. Only then might you be in a position to give constructors the information available to you, while requiring them to at least share some of the financial responsibilities stemming from unanticipated conditions. Conducting prebid and preconstruction conferences can also be valuable in this respect. Read Responsibility Provisions Closely Some client representatives, design professionals, and constructors do not realize that geotechnical engineering is far less exact than other engineering disciplines. This happens in part because soil and rock on project sites are typically heterogeneous and not manufactured materials with well-defined engineering properties like steel and concrete. That lack of understanding has nurtured unrealistic expectations that have resulted in disappointments, delays, cost overruns, claims, and disputes. To confront that risk, geotechnical engineers commonly include explanatory provisions in their reports. Sometimes labeled "limitations;' many of these provisions indicate where geotechnical engineers' responsibilities begin and end, to help others recognize their own responsibilities and risks. Read these provisions closely. Ask questions. Your geotechnical engineer should respond fully and frankly. Geoenvironmental Concerns Are Not Covered The personnel, equipment, and techniques used to perform an environmental study - e.g., a "phase -one" or "phase -two" environmental site assessment - differ significantly from those used to perform a geotechnical-engineering study. For that reason, a geotechnical-engineering report does not usually provide environmental findings, conclusions, or recommendations; e.g., about the likelihood of encountering underground storage tanks or regulated contaminants. Unanticipated subsurface environmental problems have led to project failures. If you have not obtained your own environmental information about the project site, ask your geotechnical consultant for a recommendation on how to find environmental risk -management guidance. Obtain Professional Assistance to Deal with Moisture Infiltration and Mold While your geotechnical engineer may have addressed groundwater, water infiltration, or similar issues in this report, the engineer's services were not designed, conducted, or intended to prevent migration of moisture - including water vapor - from the soil through building slabs and walls and into the building interior, where it can cause mold growth and material -performance deficiencies. Accordingly, proper implementation of the geotechnical engineer's recommendations will not of itself be sufficient to prevent moisture infiltration. Confront the risk of moisture infiltration by including building -envelope or mold specialists on the design team. Geotechnical engineers are not building -envelope or mold specialists. GEOPROFESSIONAL BUSINESS SEA ASSOCIATION Telephone: 301 /565-2733 e-mail: info@geoprofessional.org www.geoprofessional.org Copyright 2019 by Geoprofessional Business Association (GBA). Duplication, reproduction, or copying of this document, in whole or in part, by any means whatsoever, is strictly prohibited, except with GBAs specific written permission. Excerpting, quoting, or otherwise extracting wording from this document is permitted only with the express written permission of GBA, and only for purposes of scholarly research or book review. Only members of GBA may use this document or its wording as a complement to or as an element of a report of any kind. Any other firm, individual, or other entity that so uses this document without being a GBA member could be committing negligent GG6007 WAGE RATES 2013 PREVAILING WAGE RATES (Heavy and Highway Construction Projects) CLASSIFICATION DESCRIPTION Wage Rate Asphalt Distributor Operator $ 15.32 Asphalt Paving Machine Operator $ 13.99 Asphalt Raker $ 12.69 Broom or Sweeper Operator $ 11.74 Concrete Finisher, Paving and Structures $ 14.12 Concrete Pavement Finishing Machine Operator $ 16.05 Concrete Saw Operator $ 14.48 Crane Operator, Hydraulic 80 tons or less $ 18.12 Crane Operator, Lattice Boom 80 Tons or Less $ 17.27 Crane Operator, Lattice Boom Over 80 Tons $ 20.52 Crawler Tractor Operator $ 14.07 Electrician $ 19.80 Excavator Operator, 50,000 pounds or less $ 17.19 Excavator Operator, Over 50,000 pounds $ 16.99 Flagger $ 10.06 Form Builder/Setter, Structures $ 13.84 Form Setter, Paving & Curb $ 13.16 Foundation Drill Operator, Crawler Mounted $ 17.99 Foundation Drill Operator, Truck Mounted $ 21.07 Front End Loader Operator, 3 CY or Less $ 13.69 Front End Loader Operator, Over 3 CY $ 14.72 Laborer, Common $ 10.72 Laborer, Utility $ 12.32 Loader/Backhoe Operator $ 15.18 Mechanic $ 17.68 Milling Machine Operator $ 14.32 Motor Grader Operator, Fine Grade $ 17.19 Motor Grader Operator, Rough $ 16.02 Off Road Hauler $ 12.25 Pavement Marking Machine Operator $ 13.63 Pipelayer $ 13.24 Reclaimer/Pulverizer Operator $ 11.01 Reinforcing Steel Worker $ 16.18 Roller Operator, Asphalt $ 13.08 Roller Operator, Other $ 11.51 Scraper Operator $ 12.96 Servicer $ 14.58 Small Slipform Machine Operator $ 15.96 Spreader Box Operator $ 14.73 Truck Driver Lowboy -Float $ 16.24 Truck Driver Transit -Mix $ 14.14 Truck Driver, Single Axle $ 12.31 Truck Driver, Single or Tandem Axle Dump Truck $ 12.62 Truck Driver, Tandem Axle Tractor with Semi Trailer $ 12.86 Welder $ 14.84 Work Zone Barricade Servicer $ 11.68 The Davis -Bacon Act prevailing wage rates shown for Heavy and Highway construction projects were determined by the United States Department of Labor and current as of September 2013. The titles and descriptions for the classifications listed are detailed in the AGC of Texas' Standard Job Classifications and Descriptions for Highway, Heavy, Utilities, and Industrial Construction in Texas. Page 1 of 1 2013 PREVAILING WAGE RATES (Commercial Construction Projects) CLASSIFICATION DESCRIPTION Wage Rate AC Mechanic $ 25.24 AC Mechanic Helper $ 13.67 Acoustical Ceiling Installer $ 16.83 Acoustical Ceiling Installer Helper $ 12.70 Bricklayer/Stone Mason $ 19.45 Bricklayer/Stone Mason Trainee $ 13.31 Bricklayer/Stone Mason Helper $ 10.91 Carpenter $ 17.75 Carpenter Helper $ 14.32 Concrete Cutter/Sawer $ 17.00 Concrete Cutter/Sawer Helper $ 11.00 Concrete Finisher $ 15.77 Concrete Finisher Helper $ 11.00 Concrete Form Builder $ 15.27 Concrete Form Builder Helper $ 11.00 Drywall Mechanic $ 15.36 Drywall Helper $ 12.54 Drywall Taper $ 15.00 Drywall Taper Helper $ 11.50 Electrician (Journeyman) $ 19.63 Electrician Apprentice (Helper) $ 15.64 Electronic Technician $ 20.00 Floor Layer $ 18.00 Floor Layer Helper $ 10.00 Glazier $ 21.03 Glazier Helper $ 12.81 Insulator $ 16.59 Insulator Helper $ 11.21 Laborer Common $ 10.89 Laborer Skilled $ 14.15 Lather $ 12.99 Metal Building Assembler $ 16.00 Metal Building Assembler Helper $ 12.00 Metal Installer (Miscellaneous) $ 13.00 Metal Installer Helper (Miscellaneous) $ 11.00 Metal Stud Framer $ 16.12 Metal Stud Framer Helper $ 12.54 Painter $ 16.44 Painter Helper $ 9.98 Pipefitter $ 21.22 Pipefitter Helper $ 15.39 Plasterer $ 16.17 Plasterer Helper $ 12.85 Plumber $ 21.98 Plumber Helper $ 15.85 Reinforcing Steel Setter $ 12.87 Page 1 of 2 Reinforcing Steel Setter Helper $ 11.08 Roofer $ 16.90 Roofer Helper $ 11.15 Sheet Metal Worker $ 16.35 Sheet Metal Worker Helper $ 13.11 Sprinkler System Installer $ 19.17 Sprinkler System Installer Helper $ 14.15 Steel Worker Structural $ 17.00 Steel Worker Structural Helper $ 13.74 Waterproofer $ 15.00 Equipment Operators Concrete Pump $ 18.50 Crane, Clamsheel, Backhoe, Derrick, D'Line Shovel $ 19.31 Forklift $ 16.45 Foundation Drill Operator $ 22.50 Front End Loader $ 16.97 Truck Driver $ 16.77 Welder $ 19.96 Welder Helper $ 13.00 The prevailing wage rates shown for Commercial construction projects were based on a salary survey conducted and published by the North Texas Construction Industry (Fall 2012) Independently compiled by the Lane Gorman Trubitt, PLLC Construction Group. The descriptions for the classifications listed are provided on the TEXO's (The Construction Association) website. www.texoassociation.org/Chapter/wagerates.asp Page 2 of 2 GC-6.09 Permits & Utilities THIS PAGE LEFT INTENTIONALLY BLANK CITY OF FORT WORTH CATTLEMAN'S CROSSING LIFT STATION & FORCE MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN: 105377 Revised July 1, 2011 INS I ALL 2' A I' BUARDS TO PROTECT TRUNK WHEN CRITICAL ROOT ZONE LEGEND REVISIONS FENCE IS INSTALLED CLOSER DRIP LINE THANK S'TO TRUNK TREE PROTECTION FENCED�yyMPj71(JE1�F//�PFR ENGINEER/SURVEYORSHIELD ENGINEERING GROUP,PLLC SHAE KIPP TREE TO BE REMOVED ` / NO Q DESCRIPTION DATE R-D'HT 1800 VALLEY FIVIIEELWSALANE, SUITE 100 1600 WEST 7TH STREET, SUITE 400 CERTIFIED ARBORIST-T-51 RA '^v` METAL POST FARMERS BRANCH, TX]5234 FORT WORTH, TX 761N INTEGRATED ENVIRONMENTAL SOLUTIONS,LLC 9-26-5413 Si]-8i—S 301 ELDORADO PKWY, MCKINNEY, TX]5088 FENCEABRIC OR ORANN LINK PROTECTED TREE O y .-� NOWG FENCE O TREE PROTECTION FENCE NOTES 1 CHAIN LINK FENCE TO BE 12 GAUGE. WITH 1 a" DIAMETER SCHEDULE 20 POSTS AT 8'-0' O C MAX SIGNIFICANT TREE O 2 NOEXISTING TREES DESIGNATED FOR REMOVAL 3 PROTECT ALL INDIVIDUAL TREES OR GROWTH OF TREES TO BE PRESERVED BY ERECTING A BARRIER AROUND EACH TREEORGROUPOFTREES DRPUNFrvutIESI 0 6' 4 INSTAL TOFHAVYCONIN ISTRUER TIONISSCHEDREE DRIP SCHEBARRIDULED RSHRWITHINTHEDALL REMAIN IN LIPLINEACE OF (STINGVAL IS NECESSARY. SHIELD' 5 IN THE EVENT OF HEAVY CONSTRUCTION IS SCHEDULED TO OCCUR WITHIN DRIP LINE AN EXISTING TREE, CONTRACTOR SHALL ERECT APROTECTION FENCE SIGNIFICANT PROTECTED TREE OUTSIDE OF THE DRIP LINE UNTIL CONSTRUCTION IS SCHEDU LED TO OCCUR, THE PROTECTION FENCE MAY THEN BE ADJUSTED AS REQUIRED TO COMPLETE THE ou INDIVIDUAL TREE PROTECTION PROPOSED CONSTRUCTION. AFTER CONSTRUCTION IN THIS AREA IS COMPLETED, THE PROTECTION FENCE SHALL BE ADJUSTED TO ITS ORIGINAL LOCATION. ENGINEERING GROUP B CON TRACTOR SHALL NOT PARK, CLEAN TOOL AND EQUIPMENTS OR STORE MATERIALS WITHIN THE DRIP LINE OF ANY TREE �oxi I H,rzz,l eI CHAINLINK FENCE _USmuxxoinMe-rEx TREE PROTECTION DETAILS ] ALL ROOTS OVER I"IN DIAMETERSHALL BE CUT CLE4N BVAH4ND SAW �� ]IFF FIlM lF110J11lFU FIlM 1101fJJM ed EASEMENT B ROW AREA PRELIMINARY - FOR REVIEW ONLY THESE DOCUMENTSARE FOR IN—UCTIIN, REVIEW BIDDING -INITOR PERMIT PURPOSES. THEY WERE ♦ 'I,O 1 PREPARED BY, OR UNDER SUPERVISION OF RYMj LLL 114314 TREE 0 150 no 450 GRAPHIC SCALE IN FEET 22 CONSTRUCTION NOTES TFI TEE 2] 18 I I I I I I II II II II II I I II II 2B B II II II N II II II II � e •\ \\ \ CAVATuc ATEACx LPnoNJPueuc wl oRKJ LFasTee HOURS PRIOR TO II II II II II Gr/i ��� �• \ %C>/J II is \• << . �\ cr \ \• \ NERDY o F.a Tc. \ \ \ PARKS 'mMMHuti NRroSERwcEs oEFT eoo iiiz. Tc ��j DHORIZONTAL R VERTICAL CONTROL BENc MARK DESCRIPTION I p �� II I I I I IRp I I II I II IL — I I I I L II II II II II II II I II II II II II I I II � I I I I I I I I I L _ _ J — _ J L J L — _ J GAS WELL SETBACK I `� 1 � RT .- I / / CITY PROJECTX FILE#SD- E# MAPSCD#_ iIF /� r rr♦ •w j CITY OF FORT WORTH, TEXAS CATTLEMAN'S CROSSING / z Z URBAN FORESTRY EXHIBIT n // w _ // (DESIGNED (SCALE (DATE IS DRAWN-_ 1-150' MAR 2022 1 OF 2 U Tree a 13 14 15 18 19 20 21 22 23 zs 27 29 Si 32 Protected & Sign ifiamt T-e a Suwev Data Net Urban Forestry Area ( Phase 1 and 2) :ommon name orspecle CanOPy Canopy DBH Preserved/ Radius Area Significant Protected 7 Exclusions Mitigation Method Comments (Gross area of property Peron lini + (Feet 21.3 2B Removed + (0) ' 12123.72 PRESERVED NpeciesP 1127.)1 Y - - I Regulated utility easements and otherdeductable areas Pecan 26.1 27 261 28 1 2290.22 PRESERVED v - - - Net Urban Forestry Area Dean Pecan 1,12 17 12463.01 PRESERVED 1 9G7.92 R Y Y- lieoak Pew. 256 26 7.8 B 12123.72 R zo1.o6 R Y - - Y - I - - - - - Required Tree Canopy Area (Phase 2) Peron 28.3 28 I IM"G Y j Minimum Canoovcovera¢e Reauirement Sbu.-oak .......y Pecan 188 18 12.1 28 30A 35 I R 12463.01 R 3631.68 R Y - Y I - v - _ Residential (40R-/°)/ lot suga2e.y 30.1 34 3631.68 PRESERVED y - V ( - New Subdivision w/trees planted on each (25%) - - ...:,be" 240 27 2290.22 PRESERVED - - I - - - IAddltlonal 5%If using preservation method B ("protected trees") Ine oak 2% 28 7 2123.72 R Y - - - - ITotal required canopy coverage for site (including mitigation) IF- Pew. 85 BB a 1163.94 R 1254.47 R Y - - Y - - Pecan bwa•k ,].7 19 BB 23 11134.11 R 11661.90 R V - - Y I - - Preservation/Retention of Existing Canopy (Phase 1 and 2) Existing tree canopy within net urban forestry area If seeking approval for phase 1 only, then preserve a minimum of 50n/o canopy and stop after completing line M. (Preservation requirement (25%) (Additional 5% if using preservation method B ("protected trees") Additional preservation option for mitigation of significant tree removal (only if removing significant trees) Total preservation requirement Area of existing canopy preserved Total preservation credit toward planting New Tree Planting (Phase 2) (Required new planting coverage I_530_Iarge canopy trees @ 2,000sq ft per tree I_795_medium canopy trees @ 700 sq ft per tree I small canopy trees @ 100sq ft pertree ITotal Planting Fulfillment of Requirements ITotal required canopy coverage for site IProvided canopy coverage IExcess/deficient overall canopy SF 7,525,426 2,133,482 5,391,944 1,347,986 269,597 1,617,593 22,553 N/A 5,638 1,128 13,162 19,928 6,877 8,693 AC I REVISIONS 172.76 INO A DESCRIPTION DATE 1 p I 48.978 123.782 N SHIELD3I 30.95 ENGINEERING GROUP TIRE FIRM M-110J1-1RNE FIRM a10110890 6.19 x 37.13 0.52 N/A 0.13 0.03 0.30 PRELIMINARY - FOR REVIEW ONLY T1ESE DOCUMENTS ARE FOR DESIGN REVIEW BIDDING OR PERMIT PURPOSES. THEY WERE PREPARED BY, OR UNDER SUPERVISION OF 0.16 CONSTRUCTION NOTES 0.16 DDNBTRUBTION NOTES 0.20 1,608,890 36,94 1,060,000 ETHE CONTRACTOR SHALL x°AYATNGATEACHB°GATax TMBPPtBowINGATLEAST <BHPBRSPRIPRro 24.33 556,500 12.78 NSPORTATION&PUBDCwDRk6 0 0.00 NERGY R COMMUNICATIONS DO 344 8317 1,616,500 37.11 PARHBRTH GHT NPSIGNBDIYISIPN �µoHORIZONTAL RVERTICAL CONTROLTZB BENCHM- DESCRIPTION 1,617,583 37.13 1,625,193 37.31 7,610 0.17 Significant Trees IAII Post Oaks/ Blackjack Oaks >_18" dbh (if east of 1-35) 0 0 IAII othertrees 27" dbh (regardless of species or location) 12,406 0.28 ITotal of significant trees to be preserved 3,632 0.08 ISignificant Tree Preservation Credit 1,816 0.04 ITotal of significant trees to be removed 8,774 0.20 M PSDD.= CITY OF FORT WORTH, TEXAS Significant Tree Removal Mitigation Options z Preservation of exiting canopy 1.5x the canopy removed U) significant trees in excess of required canopy or 13,162 0.30 CATTLEMAN'S CROSSING p Planting additional trees Sx the canopy of removed significant trees U in 43,872 1.01 Q excess of required canopy or URBAN FORESTRY TABLES w Payment into Tree Fund fortotal dbh inches of significant trees $ 27,780 $27,780 � removed@$300perinchdbh DESIGNED_ INCASE (DATE (SHEET: DN-_ N.TS MAR 2022 2 OF 2 RAW I¢ f3 FORTWORTH ►i■w►fibP,twoi,1h1exar. goiP DECISION LETTER OF THE CITY OF FORT WORTH PLAN COMMISSION This letter serves as official notice under Texas Local Govemment Code Section 212.001, et. seq., that your PLAT for PP-21-064 was reviewed and CONDITIONALLY APPROVED by the City Plan Commission per Resolution 1- 09-2021 on the 13th DAY OF OCTOBER, 2021. The reasons are as follows: City Plan Commission approved the following: 1) Approved a Subdivision Ordinance waiver to allow one stub -out (Little Prairie Trail) to not be extended to the property boundary; 2) approved a Subdivision Ordinance waiver to allow Park Ridge Trail to function as emergency access to the subdivision to the south, which is located in the County, 3) Approved a Subdivision Ordinance waiver to allow one block face (Block B) to exceed the maximum 1,320 feet; and, 4) Conditionally approved the preliminary plat upon meeting the attached platting Comments. You may submit a written response that satisfies each of the conditions for the conditional approval or remedies each reason for disapproval provided above. All revisions to the plat or plan that serve as a written response or remedy must comply with all laws and the City codes, ordinances, policies, rules, regulations, and design criteria. 10/13/2021 Date Don Boren, Chairman City Plan Commission 1011312021 � Date Mary Elliott, Ex�tive Secretary CityCity Plan Commission Develolmnent services nelwriment, Plaiting, 200 Texas Street, FL Worth. TX 76102, (817) 392-8027 Case: PP-21-064 Submitted: 8/23/2021 Title: Cattleman's Crossing FORTWORTH Conditions and Comments Remarks Due: ZC Hearing: Case Status: In Review Case Description: Cattleman's Crossing is a proposed 171+/- AC Tract located just south of the HWY 287 & Bus HWY 287 intersection. Address: Applicant: Owner: List of Conditions: GENERAL General .This application corresponds to August 23rd deadline day. PLAN REVIEW Gas Well Acres: • 9.20.21: CLEARED - Revised plat has the gas well and lift compressor setbacks shown and labeled. Need to show and label gas well setbacks for gas well site located in the northeast corner outside the project area: 300' setback for protected uses and public buildings and 200' setback for habitable structures. Gas well site located at the northwest corner of the project area has a lift compressor, therefore a 200' setback needs to be shown and labeled for all protected uses, public buildings, and habitable structures. PLATTING Fire FWFD - (Lt. Donna York, donna.york@fortworthtexas.gov) CLEARED 09/22/2021 1. Correct US Business 287 to Saginaw Blvd. CLEARED 09/22/2021 2. Correct US Highway 287 to NW Highway 287 SB SR 3. FYI: Bates Aston Road, Park Ridge Trail, and Little Prairie Trail are existing and correct. 4. FYI: Little Prairie Trail and Park Ridge Trail are existing and correct but should be continuations into this plat. CLEARED 09/22/2021 5. Correction required: Gas Well Setback for Enervest Energy Institutional along northern border of plat: A. Show 300' Building Setback radii from each gas well bore and label: "300' Building Setback for Protected Use and Public Building Structures". B. Show 200' Building Setback radii from each gas well bore and label: "200' Building Setback for Habitable Structures" FYI: several lots fall within the gas well setbacks IFC 2015/CFW Adopted Amendments Jan 1, 2017 Section 5706.3.1.3.3 Existing Gas Wells 6. FYI: Cul-de-sac required to be marked as a minimum of 100 feet diameter. IFC 2015/CFW Adopted Amendments Jan 1, 2017 Section 503.2.5 Fire Lane Specifications 7. FYI: Streets within this subdivision will need to be named on the final plat/s. All street names in the City of Fort Worth must be approved by the Fire Department. Email FWFDStreets@fortworthtexas.gov to request approval for street names prior to FINAL PLATTING. Please include the subdivision name and plat number in the subject line. Approved streets are reserved for 6 months. Extensions are possible but will be subject to review for each 6 month period. 8. FYI: Two points of access are required for Final Plats having more than 30 lots. Approved preliminary plats must be phased such that they do not violate this ruling. IFC 2015/CFW Adopted Amendments Jan 1, 2017 Section 503.1.2 Secondary Access FYI COMMENTS: Street name errors that result from changes/additions to revisions occurring after a plat is approved by fire may result in rejection of signature/stamp for recording. Any new address, suite address, or any other permanent address must be approved by the Addressing Division of the Bureau of Fire Prevention. Any changes to existing addresses must be approved as well. Addresses must be posted in a manner that complies with the current City of Fort Worth Fire Code. DO NOT SELF ADDRESS YOUR PLAT or property. All plats within the city limits of Fort Worth will be addressed by the FWFD Fire Addressing Division AFTER recording of the plat at the county courthouse. Plats will be addressed once we receive a copy of the plat after recording. All plats will be addressed in the order in which we receive them. Most plats will be addressed and posted to the City of Fort Worth Plat Directory within 10 business days of being recorded. Failure to recognize violations of the fire code by the fire code official does not waive the requirement of meeting minimum requirements of the fire code in the future. It is the applicant's and the owner's responsibility to meet all minimum fire code requirements at all times. The City of Fort Worth has adopted the 2015 International Fire Code as its current fire code at the time of this review. The City of Fort Worth also has adopted amendments (January 1, 2017 version) to this code. The Fort Worth Fire Code Amendments can be found online at www.fortworthtexas.gov/Fire/ (click on Bureau of Fire Prevention) PACS •A Neighborhood parkland dedication is required. Minimum dedication is 5.4210 acres. 25% of the dedication is to be out of the floodplain and contiguous. Land with slopes greater than 10% will not be considered. Lots in the subdivision are to be a 10 minute walk (a 1/3 mile radius) from parkland per the 2019 Neighborhood and Community Park Dedication Policy. Submit a walkability study with proposed parkland locations for discussion. Contact Lori Gordon(lori.gordon@fortworthtexas.gov) with questions Planning • Development Services Lynn Jordan 817-392-2309 lynn.jordan@fortworthtexas.gov (FYI) (Please be advised to wait for all departments review comments before submitting a revision to address them all at one time. Revisions are subject to additional fees. Please email me and include Diana Lopez diana.lopez@fortworthtexas.gov when a revision has been submitted). 9-24-21 for the DRC meeting on 9-27-21 be prepared to talk about the revised plat in relation to block lengths, stubs, connectivity and provide a txdot letter on access. For the DRC meeting be prepared to talk about the block lengths in relation to Street A, Street B and as it comes around to Street L in relation to [SO. Sec 31-106(20)(d)(2)] lots less than 150 feet in width shall have a maximum block face of 1,320 feet; Internal Connectivity [SO. Sec 31-101(d)]; and extension of stub outs with adjoining streets [SO. Sec 31-106(c)(7)] 1. Urban Local streets shall be extended to the subdivision boundary to connect with adjoining streets or, where no adjacent streets are available for such connection, to allow for the future connection with adjoining un-platted property. [SO. Sec. 31-106(c)(7)]. A redesign or waiver will be required from the City Plan Commission. 2. (Cleared 9/10/21) The internal connectivity index must be a minimum of 1.4 [SO. Sec. 31-101(d)] Provide the connectivity index number on the plat if less than 1.4 A redesign or waiver is required from the City Plan Commission. 3. Standard public and private local streets that serve urban lots, less than 150 feet in width, shall have a maximum block face of 1,320 feet. [SO. Sec 31-106(20)(d)(2)] Along Block B, Streets A, B, L and E, F exceed the block length. A redesign or waiver is required from the City Plan Commission. 4. (Cleared 9/10/21) (FYI) Reference the plat case number PP-21-064. 5. (Cleared 9/10/21) (FYI) Show 10' x 10' triangular public open space easement (POSE) on each side of the driveway turnout section with a dedicated street. 6. Ingress/Egress is being provided by US Business 287, has there been any talks with TxDot about access, if so provide a letter from TxDot. 7. (FYI) Show boundary of existing tree canopy. 8. (FYI) Show areas of open space, homeowners association lots and park land dedications. 9. (FYI) Some lots appear to be in the gas well setback and may be unbuildable. Public Franchise Utility • Oncor I PMDS - Jimmy B. Conner Please have the customer review the attached plat. I marked up a location that Oncor still has a line on serving an old home. I am sure this will be removed but until it is it will need to show on the plat. everything else looks great. (See documents for Oncor mark-ups) T/PW Engineering -Transportation (Armond Bryant, 817-392-8702, Armond.Bryant@fortworthtexas.gov). 1. ROW Dedication: Dedication of 5 +/- feet of right-of-way is required for Saginaw a Commercial Connector. 2. The extension of Little Prairie and Park Ridge is required in accordance with the subdivision ordinance (31-102-2). Final Plat Notes: -CFA (Ch. 31-131) - Community Facilities Agreement required for streets (to include border streets, alleys and access easements), lights, signs, sidewalks, and drainage improvements. -TXDOT Permit - TXDOT permit is required for work in and along State ROW. Street connections to TXDOT ROW is contingent upon TXDOT approval. New access to and/or sidewalk improvements to US 287 and Saginaw Blvd. will require a TXDOT permit. TxDOT has updated their policies regarding sidewalks. A 10ft. shared path is required along frontage roads in most instances. -Master Thoroughfare Plan (MTP): The project is adjacent to an arterial identified on the MTP. The proposed alignment of the arterial shall be included in the project. The new classification(s) are as follows: • The cross section assignment for Saginaw designates it as a CCO-L3-TO-NTMS-PO-BOP (130) o Saginaw is a Commercial Connector with 3 lane(s) in each direction 10 ft. sidewalks with a standard median (130 ft.) -Sidewalks: Sidewalks are required on all public and/or private city streets. Pedestrian mobility is a priority for the City of Fort Worth as identified within the Blue Zones Project and the Active Transportation Plan. A 10ft sidewalk is required along Saginaw and 5ft sidewalk is required within the development. A 10ft. shared path was included on the adjacent commercial development along the US 287 frontage road within a public use easement. The extension of this would provide pedestrian connectivity within this corridor. T/PW Stormwater •related to DS-21-0075 1. Has Oncor agreed to share their existing 100' electric easement with the variable width DE on the northwest corner of site? REMOVED DE FROM EASEMENT - CLEARED - RNS - 9/30/21 2. include FEMA effective statement {NOT ADDRESSED} 3. 65' UE must be exclusive DE or DE and SSE/WE. CLEARED - RNS - 9/10/21 4. DE on lot 1X must be continuous to cover culvert connection between ponds, please revise. CLEARED - RNS - 9/10/21 5. DE must extend at least 25' beyond end section and it appears the DE on Lot 1X and 8X would need to extend to the ROW to cover the culverts. Please review all DE and ensure all public infrastructure is properly protected. CULVERTS REMOVED - RNS - 9/30/21 6. show the DE for the outfall pipes within the 100' Oncor easement and see comment #1. Permission or clearance from Oncor must be provided prior to drainage study approval. If Oncor does not permit you may need to reconfigure some lots. {NOT ADDRESSED - LOT 8X V. W. D. E. LOOKS TO NARROW TO CONTAIN THE 30 " RCP, A 4'X3' RCB, AND 4, 4'X4' RCB'S; UPDATED EASEMENT} CULVERTS REMOVED - RNS - 9/30/21 7. the variable width DE appears very close to several lots, please note that no part of the DE may encroach on a residential lot. CLEARED - RNS - 9/10/21 8. it appears existing lots along Prairie Ridge drain to the site. Is a private facility planned on lot 67x? if so, please confirm existing pipeline easement(s) allows a private facility within their easement and show the private DE on the plat. {NOT ADDRESSED - APPLICANT PLANS TO CONTACT FOR ENCROACHMENTS PRIOIR TO HB3167 1ST SUB} CULVERTS REMOVED - RNS - 9/30/21 9. FYI, outstanding DS comments must be resolved prior to HB3167 IPRC 1ST SUB construction plan submittal. FYI - SWFMA will be required, must be recorded prior to precon Transportation Impact • FYI Comments: • The project is located in Transportation Impact Fee Service Area B • The project does not qualify for discounts. • The approval date of the final plat will determine the applicable collection rate for building permits Water Plat case review Performed On: 09/10/2021 You may address hold comments by emailing: DSWS@fortworthtexas.gov Note: All revisions requested per our initial review to the proposed plat document must be submitted to Platting department. Staff will upload revised plat and notify our department. If this is an electronic submittal, you must still contact the platting office when you have uploaded the document, otherwise we will not be notified. Please be advised to wait for ALL departments review comments before submitting a revision to address them all at one time. Revisions are subject to additional fees. Thank you for your understanding. Platting Department contact info: 817-392-8027 All comments based on Installation Policy and Design Criteria for Water, Wastewater and Reclaimed Water. To view Policy visit http://fortworthtexas.gov/standards/#waterdesign All comments for preliminary plats are considered FYI and will be "holds' on final plat submittal. - No Permanent Structure note required on plat face - P.R.V note required on plat face - Water Impact Fee note required on plat face - Provide Sanitary Sewer Loadings / Water Demand Provide sanitary sewer loadings/water demand at Final Plat. Loadings need to be reviewed and accepted prior to submitting for Infrastructure Plan Review (IPRC) pre -submittal meeting. Results may trigger water/sewer upsizing. Contact: Reza Broun 817-392-8073 or Mark Wilson 817-392-6149 You may submit your study by email to WPD@fortworthtexas.gov - Extend water and sewer outside development frontage - Water and Sewer Extension is required by (CFA) - Per City accepted construction plans Water and Sewer extension across frontage to every proposed lot is required - will need to be under pavement: provide a community facilities agreement for the water improvement as necessary to serve the subject property. No water/sewer in side or back of lots per Subdivision Ordinance. Per Policy and Design Criteria for Water, Wastewater, and Reclaimed Water Infrastructure May 2019 (3.3.1) - Provide adequate water/sewer exclusive easements to match city accepted construction plans per the Installation Policy and Design Criteria for Water, Wastewater, and Reclaimed Water Infrastructure May 2019. Offsite easements and or easements by separate instrument need to have recording information shown on plat before hold can be cleared. Plat will be reconciled with reviewed and accepted plans to make sure all easement are correct before hold can be cleared. minimum 15' exclusive water easement, minimum 15' sanitary sewer easement, or minimum shared 25' exclusive water and sewer easement For all mains with depths greater than 10 feet, the following equation will apply (Depth of Pipe) x 2) + (O.D. of Pipe) + (2 Feet) = Easement Width/ Width is rounded up to nearest 5 feet. Per Policy and Design Criteria for Water, Wastewater, and Reclaimed Water Infrastructure May 2019 (3.8.8) - No water and sewer lines and easement in detention ponds - Water masterplan future 24" water will come from Crumb Elevated tank south, will need to dedicate easement minimum 25' exclusive water easement - Any utilities crossing water and sewer lines and their easement will need to apply Encroachment Agreement - Rec ID 820 Sewer Basin M-618 holds a sewer per acre charge of $354.73 per acre 171.551 acres x 354.73 = $60,854.29 Two percent (2%) annual cost adjustment for pro-rata fees after January 1st Per Ordinance 23708- 06- 2019 Zoning Lynn Jordan 817-392-2309 (FYI) The zoning request for "A-5" (ZC-21-107) went to Zoning Commission on August 11, 2021, recommended for approval and scheduled to be heard by the City Council September 14, 2021. (FYI) There are several lots within the development that have projected setbacks across them and may be unbuildable, a variance from the BOA would be required should they not be reconfigured. UTILITY Planning • Please have the customer review the attached plat uploaded to accela. I marked up a location that Oncor still has a line on serving an old home. I am sure this will be removed but until it is it will need to show on the plat. everything else looks great. Jim Jimmy B. Conner Oncor I PMDS Cell: 817.470.6399 jimmy.conner@oncor.com List of Comments: GR-01 60 00 Product Requirements THIS PAGE LEFT INTENTIONALLY BLANK CITY OF FORT WORTH CATTLEMAN'S CROSSING LIFT STATION & FORCE MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN: 105377 Revised July 1, 2011 CITY OF FORT WORTH FORT WORTHS WATER DEPARTMENT STANDARD PRODUCT LIST Updated: 11-6-24 IApprovall Spec No. IClasssification Manufacturer Model No. National Spec Size Water & Sewer - Manholes & Bases/Components 33-39-10 (Rev 2/3/16) I 07/23/97 33 05 13 Urethane Hydrophilic Waterstop Asahi Kogyo K.K. Adeka Ultra -Seal P-201 ASTM D2240/D412/D792 I 04/26/00 33 05 13 Offset Joint for 4' Diam. MH Hanson Concrete Products Drawing No. 35-0048-001 I 04/26/00 33 05 13 Profile Gasket for 4' Diam. MH. Press -Seal Gasket Corp. 250-4G Gasket ASTM C-443/C-361 SS MH I 1126199 33 05 13 HDPE Manhole Adjustment Rings Ladtech, Inc HDPE Adjustment Ring Traffic and Non -traffic area I 5/13105 33 05 13 Manhole External Wrap Canusa - CPS WrapidSeal Manhole Encapsulation System I Water & Sewer - Manholes & Bases/Fiberglass 33-39-13 (1/8/13) I I 1126199 33 39 13 Fiberglass Manhole Fluid Containment, Inc. Flowthe ASTM 3753 Non -traffic area I 08/30/06 I 33 39 13 Fiberglass Manhole L.F. Manufacturing Non -traffic area I Water & Sewer - Manholes & Bases/Frames & Covers/Rectangular 33-05-13 (Rev 2/3/16) I33 05 13 IManhole Frames and Covers I 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. I 08/24/18 33 05 13 Manhole Frames and Covers Neenah Foundry R-1272 ASTM A48 & AASHTO M306 24" Dia. I 08/24/18 33 05 13 Manhole Frames and Covers Neenah Foundry NF 1274 ASTM A48 & AASHTO M306 30" Dia. I33 05 13 Manhole Frames and Covers Sigma Corporation MH-144N I33 05 13 Manhole Frames and Covers Sigma Corporation MH-143N I33 05 13 Manhole Frames and Covers Pont-A-Mousson GTS-STD 24" this. I3305 13 Manhole Frames and Covers Neenah Casting 24" this. I 10/31/06 3305 13 Manhole Frames and Covers (Hinged) Powerseal Hinged Ductile Iron Manhole ASTM A536 24" Dia. I 7/25/03 3305 13 Manhole Frames and Covers Saint-Gobain Pipelines (Pamnex/nexus) RE32-R8FS 30" Dia. I 01/31/06 3305 13 30" Dia. MH Ring and Cover East Jordan Iron Works V 1432-2 and V 1483 Designs AASHTO M306-04 30" Dia. I 11/02/10 3305 13 30" Dia. MH Ring and Cover Sigma Corporation MH165IFWN & MH16502 30" Dia I 07/19/11 33 05 13 30" Dia. MH Ring and Cover Star Pipe Products NIH32FTWSS-DC 30" Dia I 08/10/11 33 05 13 30" Dia. MH Ring and Cover Accucast 220700 Heavy Duty with Gasket Ring 30" Dia 30" ERGO XL Assembly 10/14/13 33 05 13 30" Dia. MH Ring and Cover (Hinged & Lockable) East Jordan Iron Works with Cam Lock/MPIC/T-Gasket ASSITID MI 05 & ASTM A536 30" Dia I 06/01/17 3405 13 30" Dia. MH Ring and Cover (Lockable) CI SIP Industries 2280 (32") ASTM A 48 30" Dia. I 12/05/23 3405 13 30" Dia. MH Ring and Cover (Hinged & Lockable) CI SIP Industries 4267WT - Hinged (32") ASTM A 48 30" Dia. CAP-ONE-30-FTW, Composite, w/ Lock .111111 33 M 13 30" Dia. MH Ring and Cover Composite Access Products, L.P. w/o Hmg 30" Dia. I 10/07/21 I 3405 13 30" Dia. MH Ring and Cover Trumbull Manufacturing 32"(30") Frame and Cover 30" Dia. I Water & Sewer - Manholes & Bases/Frames & Covers/Water Tight & Pressure Tight 33-05-13 (Rev 2/3/16) I* 3305 13 Manhole Frames and Covers Pont-A-Mousson Fortnight 24" Dia. I I3305 13 Manhole Frames and Covers Neenah Casting 24" Dia. I I3305 13 Manhole Frames and Covers Western Iron Works,Bass & Hays Foundry 300-24P 24" Dia. I I * 3305 13 Manhole Frames and Covers McKinley Iron Works Inc. WPA24AM 24" Dia. I I 03/08/00 3305 13 Manhole Frames and Covers Accucast RC-2100 ASTM A 48 24" Dia. I I 04/20/01 I 3305 13 Manhole Frames and Covers (SIP)Serampore Industries Private Ltd. 300-24-23.75 Ring and Cover ASTM A 48 24" Dia. I Water & Sewer - Manholes & Bases/Precast Concrete Bev 1/8/131 I * 33 39 10 Manhole, Precast Concrete Hydro Condurt Corp SPL Item 449 ASTM C 478 48" I * 33 39 10 Manhole, Precast Concrete Wall Concrete Pipe Co. Inc. ASTM C-443 48" I 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 I 12/05/23 33 39 10 Manhole, Precast Concrete The Turner Company 72" I.D. Manhole w/ 32" Cone ASTM C 478 72" I 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" Manhole, sr• upenprg and Plat top, (No 09/03/24 33 39 10 Manhole, Precast Concrete Oldcastle Precast Inc. Transition Cones) ASTM C 478 48" to 84" I.D. I 06/09/10 33 39 10 Manhole, Precast (Reinforced Polymer)Concrete US Composite Pipe Reinforced Polymer Concrete ASTM C-76 48" to 72" I 09/06/19 33 3920 Manhole, Precast Concrete Forterra Pipe and Precast 60" & 72" I.D. Manhole w/32" Cone ASTM C-76 60" & 72" I 10/07/21 32 39 20 Manhole, Precast Concrete Forterra Pipe and Precast 48" I.D. Manhole w/32" Cone ASTM C-77 48" I 10/07/21 33 3920 Manhole, Precast (Reinforced Polymer) Concrete Armorock 48" & 60" I.D. Manhole w/32" Cone 48" & 60" I 10/07/21 33 3920 Manhole, Precast (Hybrid) Polymer & PVC Geneva Pipe and Precast (Predl Systems) 48" & 60" I.D. Manhole w/32" Cone 48" & 60" Non Traffic Areas ASTM C-478; ASTM C-923; -1/07/23 33 3920 Manhole, Precast Concrete AmeriTex Pipe and Products, LLC 48" & 60" I.D. Manhole w/32" Cone ASTM C-443 I 03/07/23 33 3920 Manhole, Precast (Reinforced Polymer) Concrete P3 Polymers, RockHardsep 48" & 60" I.D. Manhole w/32" Cone I 04/28/07 Manhole, Precast (Reinforced Polymer) Concrete Amiteeh USA Meyer Polycrete Pipe I Sewer -(WAC) Wastewater Access Chamber 33 39 40 I For use when Std. MH cannot be 12/29/23 33 39 20 Wastewater Access Chamber Onickstream Solutions, Inc. Type 8 Maintenace Shaft (Poopit) installed due to depth I Water & Sewer - Manholes & Bases/Rehab Svstems/Cementitious I I * EI-14 Manhole Rehab Systems Ouadex I I 04/23/01 E1-14 Manhole Rehab Systems Standard Cement Materials, Inc. Reliner MSP I E1-14 Manhole Rehab Systems AP/M Permaform I I 4/20/01 E1-14 Manhole Rehab System Strong Company Strong Seal MS2A Rehab System I I 5/12/03 E1-14 Manhole Rehab System (Liner) Triplex Lining System MH repair product to stop infiltration ASTM D5813 I I08/30/06 I General Concrete Repair FlcxKretc Technologies Vinyl Polyester Repair Product Misc. Use I I * From Original Standard Products List 1 FORT WORTH CITY OF FORT WORTH WATER DEPARTMENT STANDARD PRODUCT LIST Updated: 11-6-24 (Approval Spec No. IClasssification I Manufacturer Model No. national Spec Size Water & Sewer - Manholes & Bases/Rehab Svstems/NonCementitious I 05/20/96 E1-14 Manhole Rehab Systems Spraynal Spray Wall Polyurethane Coating ASTM D639/13790 I I 12/14/01 Coating for Corrosion protection(Exterior) ERTECH Series 20230 and 2100 (Asphatic Emulsion) Structures Only I I 01/31/06 Coatings for Corrosion Protection Chesterton Arc 791, S1BB, Sl, S2 Acid Resistance Test Sewer Applications I I8/28/2006 Coatings for Corrosion Protection Warren Environmental S-301 and M-301 Sewer Applications I 33 01 16, 33 39 10, RR&C Dampproofing Non-Fibered Spray For Exterior Coating of Concrete 03/19/18 I 33 39 20 Coating for Corrosion protecticn(Exterior) Sherwin Williams Grade (Asphatic Emulsion) Structures Only I Water & Sewer - Manhole Inserts - Field Onerations Use Only (Rev 2/3/16) I * 33 05 13 Manhole Insw Knutson Enterprises Made to Order - Plastic ASTM D 1248 For 24" dia. I * 33 05 13 Manhole Insert South Western Packaging Made to Order - Plastic ASTM D 1248 For 24" dia. I * 3305 13 Manhole Insert Nofiow-Inflow Made to Order - Plastic ASTM D 1248 For 24" dia. I 09/23/96 3305 13 Manhole Insert Southwestern Packing & Seals, Inc. LifeSaver - Stainless Steel For 24" dia. I 09/23/96 3305 13 Manhole Insert Southwestern Packing & Seals, Inc. TetherLok - Stainless Steel For 24" dia I Water & Sewer - Pine Casine Spacers 33-05-24 (07/01/13) I 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) FB-12 Casing Spacer (Coated Carbon Steel) 03/19/18 Casing Spacers BWM for Non_rressure Pipe and Grouted Casing 03/29/22 33 M 13 Casing Spacers CCI Pipeline Systems CSC12, CSS12 Per Manufacturers Requirements (Sewer 09/03/24 33 M 13 Casing Spacers Race (Completely HDPE) Applications Only) 8^ _ 12" (Sewer Only) I Water & Sewer - Pipes/Ductile Iron 33-11-10(1/8/13) I I * 33 11 10 Ductile Iron Pipe Griffin Pipe Products, Co. Super Bell-Tite Ductile Iron Pressure Pipe, AW WA C150, C151 I 3" thru 24" OS/24/18 33 11 10 Ductile Iron Pipe American Ductile Iron Pipe Co. American Fastite Pipe (Bell Spigot) AW WA C150, C151 4" thru 30" 08/24/18 33 11 10 Ductile Iron Pipe American Ductile Iron Pipe Co. American Flex Ring (Restrained Joint) AW WA 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 Jon Pipe Co. AW WA C150, C151 Water &Sewer -Utility Line Marker (08/24/2018) I Sewer - Coatiini,s/EDoxv 33-39-60 (01/08/131 I 02/25/02 Epoxy Lining System Sauereisen, Inc S—Gard 21 ORS LA County 4210-1.33 I 12/14/01 Epoxy Lining System Ertech Technical Coatings Ertech 2030 and 2100 Series I 04/14/05 Interior Ductile Iron Pipe Coating Induron Protecto 401 ASTM B-117 Ductile Iron Pipe Only I01/31/06 Coatings f Corrosion Protection Chesterton Arc 791, SIBB, Sl, S2 Acid Resistance Test Sewer Applications I8/28/2006 I Coatings for Corrosion Protection Warren Environmental S-301 and M-301 Sewer Applications I I Sewer - Coatines/Polvurethane I I I Sewer - Combination Air Valves I I 05/25/18 I 33-31-70 Air Release Valve A. -I. USA, Inc. D0251P02(Composite Body) 2" I I I Sewer - Pipes/Concrete I * 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 * EI-04 Conc. Pipe, Reinforced Hanson Concrete Products SPL item #95 P laribele,- ASTM C 76 * EI-04 Conc. Pipe, Reinforced Concrete Pipe & Products Co. Inc. ASTM C 76 Sewer - Pipe Enlargment Svstem (Method)33-31-23 (01/18/13) M System PIM Corporation Polyethylene PIM Corp., Piscam Way, 11.1. Approved Previously I Connell Systems �PRS McLat Construction Polyethylene Houston, Texas Approved Previously I I Systems Trcnchless Replacement Svstem Polyethylene Calgary, Canada Approved Previously I I Sewer - PiDe/Fiberglass Reinforced/ 33-31-13(1/8/13) I 7/21/97 3331 13 Cent. Cast Fiberglass (FRP) Hates Pipe USA, Inc. Hobas Pipe (Non -Pressure) ASTM 133262/133754 I I 03/22/10 3331 13 Fiberglass Pipe (FREI Amcron Bondstrand RPMP Pipe ASTM D3262/1)3754 I I 04/09/21 3331 13 Glass -Fiber Reinforced Polymer Pipe (FRP) Thompson Pipe Group Thompson Pipe (Flowtite) ASTM 133262/133754 I ASTM D3262, ASTM D3681, 03/07/23 3331 13 Fiberglass Pipe (FRP) Future Pipe Industries Fiberstrong FRP ASTM D4161, AW WA M45 ASTM D3262, ASTM D3517, 09/03/24 I 3331 13 Fiberglass Pipe (FRP) Superlit Boru Sanayi A.S. Superlit FRP ASTM 3754, AW WA C950 I * From Original Standard Products List 2 CITY OF FORT WORTH FORT WORTH, WATER DEPARTMENT STANDARD PRODUCT LIST Updated: 11-6-24 IApprovall Spec No. [Classsification I Manufacturer I Model No. I National Spec I Size Sewer - Piue/Polvmer Pioe 4/14/05 Polymer Modified Concrete Pro, Amrtech USA Meyer Polycrete Pipe AS— C33, A276, -11 8" to 102", Class V 06/09/10 El-9 Reinforced Polymer Concrete Pipe US Composite Pipe Reinforced Polymer Concrete Pipe ASTM C-76 Sewer - Piues/HDPE 33-31-23(1/8/131 * High-dens�ry polyethylene pipe Phillips Dnscooipe, hp:. Opticore Ductile Polyethylene Pipe ASTM D 1248 8" * High -ma ty polyethylene pipe Plesco Inc. ASTM D 1248 8" * High -density polyethylene pipe Polly Pipe, Inc. ASTM D 1248 8" High-densnv polyethylene pipe CSR Hydro Conduit/Pipeline Systems McConnell Pipe Enlargement ASTM D 1248 Sewer - PiDes/PVC (Pressure Sewer) 33-11-12 (4/1/131 12/02/11 33-11-1� DR -Id PVC Pressure Pipe Pipch. letstream PVC Pressure Pipe AW WA C900 4" thou 12" 10/22/14 33-11-12 DR-14 PVC Pressure Pipe Royal Budding Products Royal Seal PVC Pressure Pipe AW WA C900 4" thou 12" Sewer - PiDes/PVC* 33-31-20 (7/1/13) * 33-31-20 PVC Sewer Pipe 1-M Manufacturing Co., Inc. (JM Eagle) SDR-26 (PSI 15) ASTM D 3034 4" - 11" 12/23/97* 33-31-20 PVC Sewer Pipe Diamond Plastics Corporation SDR-26 (PSI 15) ASTM D 3034 4" thru 15" * 33-31-20 PVC Sewer Pipe Lamson Won Pipe SDR-26 (PSI 15) ASTM D 3034 4" thru 15" 12/05/23 33-31-20 PVC Sewer Pipe Vinyltech PVC Pipe SDR-26 (PSI 15) ASTM D3034 4" thru 15" 12/05/23 33-31-20 PVC Sewer Pipe Vinyltech PVC Pipe Graytty Sewer PS 115 ASTM F 679 18" * 33-31-20 PVC Sewer PiJ7e 1-M Man ufacturin\v�Co, Ina (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 Finings Harco SDR-26 (PS 115) Gasket Finings ASTM D-3034, D-1784, etc 4" - 11" * 33-31-20 PVC Sewer Finings Plastic Trends, Ina.(Weadake) Gasketed PVC Sewer Main Finings ASTM D 3034 1 3/19/2018 33 3120 PVC Sewer Pipe Aoelife Jet Stream SDR 26 (PS 115) ASTM F679 18"- 24" 1 3/19/2018 33 3120 PVC Sewer Ppe Aoelife Jet Stream SDR 26 ASTM D3034 4"- 15" 1 3/29/2019 33 3120 Gasketed Fittings (PVC) GPK Products, Inc. SDR 26 ASTM D3034 4"- 15" 1 10/21/2020 33 3120 PVC Sewer Pipe NAPCO(Westlake) SDR 26 ASTM D3034 4" - 11" 1 10/22/2020 33 3120 PVC Sewer Pipe Sanderson Pipe Corp. SDR 26 ASTM D3034 4"- 15" 1 10/21/2020 33 3120 PVC Sewer Pipe NAPCO(Westlake) SDR 26 PS 115 ASTM F-679 18"-36" * From Original Standard Products List FORT WORTH CITY OF FORT WORTH WATER DEPARTMENT STANDARD PRODUCT LIST Updated: 11-6-24 (Approval Spec No. IClasssification Manufacturer Model No. National Spec Size Water - Auour^enances 33-12-10 (07/01/13) 09/03/24 33-12-10 Double Strap Saddle Ford Meter Box Co., Inc 202B 1"1" SVC, up to 16" Pipe 01/18/18 33-12-10 Double Strap Saddle Romac 202NS Nylon Coated AWWA C800 1"1" SVC, up to 24" Pipe 08/28/02 Double Strap Saddle Smith Blair 4317 Nylon Coated Double Strap Saddle 07/23/12 33-12-10 Double Strap Service Saddle Mueller Company DR2S Double (SS) Strap DI Saddle AWWA C800 1"1" 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 & 61 OMT 3/4" and 1" 1.1.7 Curb Stops -Ball Meter Valves McDonald 4603B, 4604B, 6100M, 610OTM and 6101M 1%" and 2" FB600-7NL, FB1600-7-NL, FV23-777-W-NL, 111101. 33-12-10 Curb Stops -Ball Meter Valves Ford Meter Box Co., Inc. L22-77NL AWWA C800 _ FB600-6-NL, FB1600-6-NL, FV23-666-W- 1/25/2018 33-12-10 Curb Stops -Ball Meter Valves Ford Meter Box Co., Inc. NL, L22-66NL AWWA C800 1-1/2" FB600-4-NL, FB1600-4-NL, B11-444-WR- 5/25/2018 33-12-10 Curb Stops -Ball Meter Valves Ford Meter Box Co., Inc. NL, B22444-WR-NL, L28-44NL AWWA C800 I, B-25000N, B-24277N-3, B-20200N-3, H- AWWA C800, ANSE 61, 1/21/2.1. 33-12-10 Curb Stops -Ball Meter Valves Mueller Co., Ltd. 15000N, , H-1552N, H142276N ANSI/NSF 372 2" B-25000N, B-20200N-3, B-24277N-3,H- AWWA C800, ANSE 61, 5/25/2018 33-12-10 Curb Stops -Ball Meter Valves Mueller Co., Ltd. 15000N, H-14276N, H-15525N ANSI/NSF 372 1-1/2" B-25000N, B-20200N-3,H-15000N, H- AWWA C800, ANSE 61, 1/25/2018 33-12-10 Curb Stops -Ball Meter Valves Mueller Co., Ltd. 1553ON 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 Steep 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 Steep JCM Industries, Inc. 415 Tapping Sleeve AWWA C-223 Concrete Pipe Only 05/10/11 Tapping Sleeve (Stainless Steep Powerseal 3490AS (Flange) & 3490MJ 4"-8" and 16" 02/29/12 33-12-25 Tapping Sleeve (Coated Steep 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 Steep 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 DEW Plastics Inc. DFW37C-12-IEPAF FTW Plastic Meter Box w/Composite Lid DEW Plastics Inc. DFW39C-12-IEPAF FTW 08/30/06 Plastic Meter Box w/Composite Lid DEW Plastics Inc. DFW65C-14-IEPAF 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" * EI-11 Combination Air Release Valve Multiplex Manufacturing Co. Crispin Air and Vacuum Valves, Model No. 1/2" 1" & 2" * EI-11 Combination Air Release Valve Valve and Primer Corp. APCO #143C, #145C and #147C 1", 2" & 3" Water - Dry Barrel Fire Hvdrants 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 Shop Drawings No. 6461 1.11.7 E-1-12 DryBarrel Fire Hydrant Mueller Company A423 Centurion AWWA C-502 Shop Drawing FH-12 01/15/88 E1-12 Dry Barrel Fire Hydrant Mueller Company A-423 Super Centurion 200 AWWA C-502 10/09/87 E-1-12 Dry Barrel Fire Hydrant U.S. Pipe & Foundry Shop Drawing No. 960250 AWWA C-502 09/16/97 E-1-12 Dry Barrel Fire Hydrant American Flow Control (AFC) Waterous Pacer WB67 AWWA C-502 08/12/16 33-12-40 Dry Barrel Fire Hydrant EJ (East Jordan Iron Works) WaterMaster 5CD250 Water - Meters 02/05/93 E101-5 Detector Check Meter Ames Company Model 1000 Detector Check Valve AW WA C550 4" - 10" 08/05/04 Magnetic Drive Vertical Turbine Hersey Magnetic Drive Vertical AWWA C701, Class 1 3/4" - 6" * From Original Standard Products List 4 CITY OF FORT WORTH FORT WORTHS WATER DEPARTMENT STANDARD PRODUCT LIST Updated: 11-6-24 IApprovall Spec No. IClasssification Manufacturer Model No. national Spec Size Water - Pioes/PVC (Pressure Water) 33-31-70 (01/08/13) AW WA C900, AW WA C605, 1.113 33-11-12 PVC Pressure Pipe Vinyltech PVC Pipe DR14 ASTM D1784 4"-16" AW WA C900, AW WA C605, 1.113 33-11-12 PVC Pressure Pipe Vinyltech PVC Pipe DR18 ASTM D1784 16"-18" AW WA C900, AW WA C605, 0.314 33-11-12 PVC Pressure Pipe Northern Pipe Products DR14 ASTM D1784 4"-16" AW WA C900, AW WA C605, 0.314 33-11-U PVC Pressure Pipe Northern Pipe Products DR18 ASTM D1784 16"-18" 3/19/2018 33 11 12 PVC Pressure Pipe Pipelife Jet Stream DR14 AW WA C900 4"-12" 3/19/2018 33 11 12 PVC Pressure Pipe Pipelife Jet Stream DR18 AW WA C900 16"-24" 5/25/2018 3311 12 PVC Pressure Pipe Diamond Plastics Corporation DR 14 AW WA C900 4"-12" 5/25/2018 3311 12 PVC Pressure Pipe Diamond Plastics Corporation DR 18 AW WA C900 16"-24" AW WA C900-16 UL 1285 12/6/2018 3311 12 PVC Pressure Pipe J-M Manufacturing Co., Inc d/b/a JM Eagle DR 14 ANSIMSF 61 4"-28" FM 1612 AW WA C900-16 UL 1285 12/6/2018 3311 12 PVC Pressure Pipe J-M Manufacturing Co., Inc d/b/a JM Eagle DR 18 ANSIMSF 61 16"-24" FM 1612 9/6/2019 33 11 12 PVC Pressure Pipe Underground Solutions Inc. DR14 Fusible PVC AW WA 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 AW WA C900 4"- 12" 9/6/2019 33 11 12 PVC Pressure Pipe Sanderson Pipe Corp. DR14 AW WA C900 4"- 12" Water - PinesNalves & Fittings/Ductile Iron Fittines 33-11-11 (01/08/13) 07/23/92 EI-07 Ductile Iron Fittings Star Pipe Products, Inc. Mechanical Joint Fittings AW WA C153 & C110 * E1-07 Ductile Iron Fittings Griffin Pipe Products, Co. Mechanical Joint Fittings AW WA C 110 * E1-07 Ductile Iron Fittings McWane/lyler Pipe/ Union Utilities Division Mechanical Joint Fittings, SSB Class 350 AW WA C 153, C 110, C 111 08/11/98 EI-07 Ductile Iron Fittings Sigma, Co. Mechanical Joint Fittings, SSB Class 351 AWWAC 153, C 110, C 112 02/26/14 EI-07 MJ Fittings Accucast Class 350 C-153 MJ Fittings AW WA C153 4"-12" 05/14/98 EI-07 Ductile Iron Joint Restraints Ford Meter Box CoXin-Flange Uni-Flange Series 1400 AW WA CI I IIC153 4" to 36" 05/14/98 E1-24 PVC Joint Restraints Ford Meter Box CoXin-Flange Uni-Flange Series 1500 Circle -Lock AW WA CI I IIC153 4" to 24" 11/09/04 E1-07 Ductile Iron Joint Restraints One Bolt, Inc. One Bolt Restrained Joint Fitting AWWAC111/CI16/C153 4"to12" 02/29/12 33-11-11 Ductile Iron Pipe Mechanical Joint Restraint EBAA Iron, Inc. Megalug Series 1100 (for DI Pipe) AW WA CI11/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) AW WA CI11/C116/C153 4" to 24" 08/05/04 EI-07 Mechanical Joint Retainer Glands(PVC) Sigma, Co. Sigma One-Lok SLC4 - SLC10 AW WA CI I IIC153 4" to 10" 03/06/19 33-I1-I1 Mechanical Joint Retainer Glands(PVC) Sigma, Co. Sigma One-Lok SLCS4 - SLCS12 AW WA C111/C153 4" to 12" 08/05/04 EI-07 Mechanical Joint Retainer Glands(PVC) Sigma, Co. Sigma One-Lok SLCE AW WA C111/C153 12" to 24" 08/10/98 E1-07 MJ Fittings(DIP) Sigma, Co. Sigma One-Lok SLDE AW WA 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 AW WA C153 4" to 24" 11/07/16 33-11-11 Mechanical Joint Retainer Glands Star Pipe Products, Inc. PVC Stargrip Series 4000 ASTM A536 AW WA CI I I 11/07/16 33-11-11 Mechanical Joint Retainer Glands Star Pipe Products, Inc. DIP Stargrip Series 3000 ASTM A536 AW WA CI I I EZ Grip Joint Restraint (EZD) Black For DIP .3119118 33-11-11 Mechanical Joint Retainer Glands SIP Industries(Serampore) ASTM A536 AW WA CI I I 3"-48" EZ Grip Joint Restraint (EZD) Red for C900 03/19/18 33-11-11 Mechanical Joint Retaner Glands SIP Industries(Serampore) DR14 PVC Pipe ASTM A536 AW WA CI I I 4"-12" EZ Grip Joint Restraint (EZD) Red for C900 03/19/18 33-1141 Mechanical Joint Retaner Glands SIP Industnes(Serampore) DR18 PVC Pipe ASTM A536 AW WA C111 16"-24" * From Original Standard Products List 5 CITY OF FORT WORTH FORT WORTHS WATER DEPARTMENT STANDARD PRODUCT LIST Updated: 11-6-24 Approval Spec No. [Classsification Manufacturer Water Pines & Fittings/Resilient Seated Gate 33-12-20 (05/13/151, Model No. national Spec Size - alves Resilient Wedged Gate Valve w/no Gears alve* American Flow Control Series 2500 Drawing # 94-20247 16" I I 12/13/02 Resilient Wedge Gate Valve American Flow Control Series2530 and Series 2536 AW WA C515 30" and 36" I I 08/31/99 Resilient Wedge Gate Valve American Flow Control Senes 2520 & 2524 (SD 94-20255) AW WA C515 20" and 24" I I 05/18/99 Resilient Wedge Gate Valve American Flow Control Series 2516 (SD 94-20247) AW WA C515 16" I I 10/24/00 E1-26 Resilient Wedge Gate Valve American Flow Control Series 2500 (Ductile Iron) AW WA C515 4" to 12" I I 08/05/04 Resilient Wedge Gate Valve American Flow Control 42" and 48" AFC 2500 AW WA C515 42" and 48" I I 05/23/91 E1-26 Resilient Wedge Gate Valve American AVK Company American AVK Resilient Seaded GV AW WA C509 4" to 12" I I 01/24/02 E1-26 Resilient Wedge Gate Valve American AVK Company 20" and smaller I I * E1-26 Resilient Seated Gate Valve Kennedy 4" - 12" I I E1-26 Resilient Seated Gate Valve M&H 4" - 12" I I * E1-26 Resilient Seated Gate Valve Mueller Co. 4" - 12" I I 11/08/99 Resilient Wedge Gate Valve Mueller Co. Series A2361 (SD 6647) AW WA C515 16" I 01/23/03 Resilient Wedge Gate Valve Mueller Co. Series A2360 for 18"-24" (SD 6709) AW WA C515 24" and smaller I 05/13/05 Resilient Wedge Gate Valve Mueller Co. Mueller 30" & 36", C-515 AW WA C515 30" and 36" I 01/31/06 Resilient Wedge Gate Valve Mueller Co. Mueller 42" & 48", C-515 AW WA C515 42" and 48" I 01/28/88 E1-26 Resilient Wedge Gate Valve Clow Valve Co. AW WA C509 4" - 12" I 10/04/94 Resilient Wedge Gate Valve Clow Valve Co. 16" RS GV (SD D-20995) AW WA C515 16" I 11/08/99 E1-26 Resilient Wedge Gate Valve Clow Valve Co. Clow RW Valve (SD D-21652) AW WA C515 24" and smaller I 11/29/04 Resilient Wedge Gate Valve Clow Valve Co. Clow 30" & 36" C-515 AW WA C515 30" and 36" (Note 3) 11/30/12 Resilient We Gate Valve Clow Valve Co. Clow Valve Model 2638 AW WA C515 24" to 48" (Nora 3) 05/08/91 E1-26 Resilient Seat eedd Gate Valve Stockham Valves & Fittings AW WA C 509, ANSI 420 - stem, 4" - 12" I * E1-26 Resilient Seated Gate Valve U.S. Pipe and Foundry Co. Mcuoseal 250, requirements SPL #74 3" to 16" 10/26/16 33-12-20 Resilient Seated Gate Valve EJ (East Jordan Iron Works) EJ FI—Master Gat. Valve & Boxes 08/24/18 Mateo Gate Valve Matco-Norca 225 MR AW WA/ANSI C115/An21.15 4" to 16" I Water - Pioes/Valves & Fittings/Rubber Seated Butterfly Valve 33-12-21 (07/10/14) I I * EI-30 Rubber Seated Butterfly Valve Henry Pratt Co. AW WA C-504 24" I * E1-30 Rubber Seated Butterfly Valve Mueller Co. AW WA C-504 24"and smaller I 1/11/99 E1-30 Rubber Seated Butterfly Valve Dezurik Valves Co. AW WA C-504 24" and larger I 06/12/03 E1-30 Valmatic American Butterfly Valve Valmatic Valve and Manufacturing Corp. Valmahc American Butterfly Valve. AW WA C-504 Up to 84" diameter I 04/06/07 E1-30 Rubber Seated Butterfly Valve M&H Valve M&H Style 4500 & 1450 AW WA C-504 24" to 48" I 03/19/18 33 1221 Rubber Seated Butterfly Valve G. A. Industries (Golden Anderson) AW WA C504 Butterfly Valve AW WA C-504 30"-54" I I 09/03/24 I 33 1221 Rubber Seated Butterfly Valve American AVK Company AW WA C504 Butterfly Valve Class 250B AW WA C-504 24" - 48" I I Water - Polvethvlene Encasement 33-11-10 (01/08/13) I 05/12/05 E1-13 Polyethylene Encasmcnt Fl-sol Packaging Fulton Enterprises AW WA C105 8 it LLD I I 05/12/05 E1-13 Polyethylene Encasmcnt Mountain States Plastics (MSP) and AEP Ind. Standard Hardware AW WA C105 8 mil LLD I I 05/12/05 E1-13 Polyethylene Encasmcnt AEP Industries Bullstrong by Cowtown Bolt & Gasket AW WA C105 8 mil LLD I I 09/06/19 33-11-11 IPolvethylene Encasment Northtown Products Inc. PE Encasement for DIP AW WA C105 8 mil LLD I I Water - SamnlinH Station I 03/07/23 33 12 50 lWater Sampling Station Kupf le Foundry Company Eclipse, Number 88, 12-inch Depth ofBury As shown in spec. 33 12 50 09l02F24 3344-M - Sampling Statio is, hie -D NL, ReezeThis Proof, I !asp for Lacking Access Hatch product removed Water - Automatic Flusher HG6-A-IN-2-BRN-LPRR(Portable) 1.110 Automated Flushing System Mueller Hydrosami d HG2-A-IN--2-PVC-018-LPLG(Perno,... ) 04/09/21 Automated Flushing System KupliMe Foundry Company Eclipse #9800wc 04/09/21 I Automated Flushing System Kupferle Foundry Company Eclipse #9700 (Portable) I 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 Yellow Highlight indicates recent changes * From Original Standard Products List 6