Loading...
HomeMy WebLinkAboutContract 60966-PM1CSC No. 60966-PM l PROJECT MANUAL FOR THE CONSTRUCTION OF Water, Sewer, Paving, Drainage, and Street Light Improvements to Serve Hampton Tract Phase 3 IPRC23 - 0047 City Project No.104657 FID No. 30114 — 0200431 — 104657 — E07685 File No. W - 2928 X File No. X - 27756 Mattie Parker David Cooke Mayor City Manager Christopher P. Harder, P.E. Director, Water Department Lauren Prieur, P.E. Director, Transportation and Public Works Department Shield Engineering Group TBPE Firm #F-11039 TBPLS FIRM #10193890 1600 W 7th Street, Suite 400 Fort Worth, TX 76102 817-810-0696 Prepared for The City of Fort Worth February 2024 01114AM a St�G .-.. 'tx�sa�a ........................... CALEB F. DUNN 127799 Owner/Developer D.R. Horton 6751 North Freeway Fort Worth, 76131 817-230-0805 OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 1 of 5 SECTION 00 00 10 TABLE OF CONTENTS DEVELOPER AWARDED PROJECTS Division 00 - General Conditions Last Revised nn�13 ln.yit io t bidders 03/20/2020 nn�13 inst ,,etiers t Bidders 03/20/2020 00 41 00 Bid Fe 04/02/2014 00 42 43 Proposal Form Unit Price 05/22/2019 00 43-13 Bid Ben 04/02/2014 0045 11 Bidders Prequalification's 04/02/2014 0045 12 Prequalification Statement 09/01/2015 99-45 13 Bidder Dreg alif4ea4iEK kWioa 03/09/2020 00 45 26 Contractor Compliance with Workers' Compensation Law 04/02/2014 0045 40 M iner-ity Btisi ess Enterprise Goal 08/21/2018 00 52 43 Agreement 06/16/2016 00 61 25 Certificate of Insurance 07/01/2011 00 62 13 Performance Bond 01/31/2012 00 62 14 Payment Bond 01/31/2012 00 62 19 Maintenance Bond 01/31/2012 0073 10 Standard City Conditions of the Construction Contract for Developer 01/10/2013 Awarded Projects Division 01- General Requirements Last Revised 01 1100 Summary of Work 12/20/2012 012500 Substitution Procedures 08/30/2013 O1 31 19 Preconstruction Meeting 08/30/2013 nib Pr-ejeet Meetings 07/01/2011 013233 Preconstruction Video 08/30/2013 013300 Submittals 08/30/2013 01 35 13 Special Project Procedures 08/30/2013 014523 Testing and Inspection Services 03/20/2020 015000 Temporary Facilities and Controls 07/01/2011 01 5526 Street Use Permit and Modifications to Traffic Control 07/01/2011 015713 Storm Water Pollution Prevention Plan 07/01/2011 016000 Product Requirements 03/20/2020 016600 Product Storage and Handling Requirements 04/07/2014 017000 Mobilization and Remobilization 04/07/2014 017123 Construction Staking 04/07/2014 017423 Cleaning 04/07/2014 017719 Closeout Requirements 04/07/2014 017823 Operation and Maintenance Data 04/07/2014 017839 Project Record Documents 04/07/2014 CITY OF FORT WORTH HAMPTON TRACT PHASE 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN: 104657 Revised March 20, 2020 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: htti):Hfortworthtexas.eov/ti)w/contractors/ or htti)s:Happs.fortworthtexas.eov/Proi ectResources/ Date Division 02 - Existing Conditions Modified 0241 13 Selective Site Demolition 12/20/2012 02 4 1 14 r fill -, v o,..,,.,,,1 i n b r,1 rw e 12/20/2012 0241 15 D^-"~ ^ Refn& f 02/02/2016 Division 03 - Concrete 03 30 00 Cast -In -Place Concrete 12/20/2012 0334 13 Controlled Low Strength Material (CLSM) 12/20/2012 0334 16 Concrete Base Material for Trench Repair 12/20/2012 038000 raodifl .atiors to > *istiag Gene,.ete 84-aet fes 12/20/2012 Division 26 - Electrical 26 05 00 Common Work Results for Electrical 11/22/2013 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 07/01/2011 26 05 50 Communication Multi - Duct Conduit 02/26/2016 Division 31- Earthwork 31 1000 Site Clearing 12/20/2012 3123 16 Unclassified Excavation 01/28/2013 31 23 23 Borrow 01/28/2013 312400 Embankments 01/28/2013 31 25 00 Erosion and Sediment Control 12/20/2012 31�o Gabiens 12/20/2012 31 37 00 Riprap 12/20/2012 Division 32 - Exterior Improvements 3'�T PeM1affefA-AGP,1'VJ.t -%:i 12/20/2012 3201 19 Tempefafy , I,.\aIt B---.4 12/20/2012 32 01 29 Concrete Paving Repair 12/20/2012 27�3 Flexible Base Gati see 12/20/2012 32 1129 Lime Treated Base Courses 12/20/2012 1 11 ✓3 Gemen4 Treated Brio Get~ 12/20/2012 11 �7 Liquid ,:a Tr-ea4ed coil De'aWli er 08/21/2015 32 1216 AD It I';r.ag 12/20/2012 12/20/2012 CITY OF FORT WORTH HAMPTON TRACT PHASE 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN: 104657 Revised March 20, 2020 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 3 of 5 32 13 13 Concrete Paving 12/20/2012 32 1320 Concrete Sidewalks, Driveways and Barrier Free Ramps 06/05/2018 32 1373 Concrete Paving Joint Sealants 12/20/2012 2'� Dcicl UnitPa-ving 12/20/2012 32 16 13 Concrete Curb and Gutters and Valley Gutters 10/05/2016 32 1723 Pavement Markings 11/22/2013 Z7�5 Gufb Ad ooz Aain2ing 11/04/2013 3231 13 /''1.ai Fences and Gatos 12/20/2012 27�0 Wire Fe„„es „,1 Ga4es 12/20/2012 27�9 WeedFences a -a Gates 12/20/2012 3232 13 Cast -in -Place Concrete Retaining Walls 06/05/2018 3291 19 Topsoil Placement and Finishing of Parkways 12/20/2012 32 92 13 Hydro -Mulching, Seeding, and Sodding 12/20/2012 32 93 43 Trees and Shrubs 12/20/2012 Division 33 - Utilities 33 01 30 Sewer and Manhole Testing 12/20/2012 33 01 31 Closed Circuit Television (CCTV) Inspection 03/03/2016 3303 10 Bypass Pumping of Existing Sewer Systems 12/20/2012 3304 10 Joint Bonding and Electrical Isolation 12/20/2012 3304 11 Corrosion Control Test Stations 12/20/2012 33 04 12 Magnesium Anode Cathodic Protection System 12/20/2012 33 04-30 Te,,,r,.fafy Wa4e,. SeM.; e 07/01/2011 33 04 40 Cleaning and Acceptance Testing of Water Mains 02/06/2013 Z 2�o Cleaning of Sewer- Mains 12/20/2012 3305 10 Utility Trench Excavation, Embedment, and Backfill 12/12/2016 3305 12 Water Line Lowering 12/20/2012 3305 13 Frame, Cover and Grade Rings - Cast Iron 01/22/2016 3305 13.10 Frame, Cover and Grade Rings - Composite 01/22/2016 Adjusting Manholes, Inlets, Valve Boxes, and Other Structures to 3305 14 Grade 12/20/2012 3305 16 Concrete Water Vaults 12/20/2012 3305 17 Concrete Collars 12/20/2012 22�0 A*g-3r Dosing 12/20/2012 } T,mnel Liner- Plate 12/20/2012 22�z Stool Casing Pipe 12/20/2012 3 2�3 Hand Tuaae4Rg 12/20/2012 22�4 fnmka).W3 e jn of r,.f fie,. Pipe i Gasi g or- Tunnel Liner- er Ul..to 06/19/2013 33 05 26 Utility Markers/Locators 12/20/2012 33 05 30 Location of Existing Utilities 12/20/2012 Z Z�5 Belts, T r„ s and Gaskets 12/20/2012 33 i i io Dt*etih frcy. Pi" 12/20/2012 33 11 11 Ductile Iron Fittings 12/20/2012 33 11 12 Polyvinyl Chloride (PVC) Pressure Pipe 11/16/2018 33 1 1 ii Winer-etePr-esPipe Bar- 3x7,..,,... Steel Cylinder- Type 12/20/2012 ed, ZZ�4 Bur-ied Stool Pipe .,n 1-44i .,Ts 12/20/2012 ✓3 11 15 Ppe Stint r, ner-ete Gy4i der- Pipe 02/14/2017 33 12 10 Water Services 1-inch to 2-inch 12/20/2012 132 12 11 Large v a4e . Metef:s 12/20/2012 CITY OF FORT WORTH HAMPTON TRACT PHASE 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS - DEVELOPER AWARDED PROJECTS CPN: 104657 Revised March 20, 2020 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 4 of 5 33 1220 Resilient Seated Gate Valve 12/20/2012 33�T AWALA Rubber- Coated BtA4e-fly Valves 02/06/2013 33 1225 Connection to Existing Water Mains 12/20/2012 33 1230 Combination Air Valve Assemblies for Potable Water Systems 01/03/2014 33 1240 Fire Hydrants 12/20/2012 33 'moo Wtc E��1e Stations 06/19/2013 2Z�o c+.,..dar-a Blow e ffV.,lye Assembly 12/20/2012 33� ! 12 Cufed i Place Pipe (CIPP4 12/20/2012 33 31 3 ErbtnAl&e R2inforeed Pipe for Gravity Sanitary Sew 12/20/2012 ZZ3z1 5 High Density Polyethylene (14DP ) Piro 4o,�anit&r, er 06/19/2013 33 31 20 Polyvinyl Chloride (PVC) Gravity Sanitary Sewer Pipe 12/20/2012 olyvinyl Chloride (PVC) Closed Profile Gravity Sanitary Sewer 33 31 21 P Pipe 12/20/2012 33 41 S a, e- Ukf, L;Aiing 12/20/2012 22�3 Sanitafy SeworPiro Enlargement 04/26/2013 3331 50 Sanitary Sewer Service Connections and Service Line 12/20/2012 33-3170 C,.,,,bin Rio Aif Vf - Sanitary Sewer- FE) -ee Mai 12/20/2012 ye 3339 10 Cast -in -Place Concrete Manholes 12/20/2012 33 39 20 Precast Concrete Manholes 12/20/2012 333930 Fite. -glass Manholes 12/20/2012 33 39-40 Wastewa4er- n eeess rat,.,.. bef (W n G4 12/20/2012 33 39 60 Epoxy Liners for Sanitary Sewer Structures 07/01/2011 3341 10 Reinforced Concrete Storm Sewer Pipe/Culverts 12/20/2012 ZZ�T High Dona I Polyethylene (14DPE) Pipe for- Sto Dmin 11/13/2015 3�-4 12 Reinfer-eed Pelyethlene 9P. E) Pirc 12/20/2012 33 46 00 Subdrainage 07/01/2011 33 4601 Slefte l StE)F.Y, ri,. ins 07/01/2011 33 4602 Tre-ncE D.ai a 12/20/2012 3349 10 Cast -in -Place Manholes and Junction Boxes 12/20/2012 33 49 20 Curb and Drop Inlets 12/20/2012 33 49 40 Storm Drainage Headwalls and Wingwalls 07/01/2011 Division 34 - Transportation 34 41 10 Tr-affie c;,.n 1s 10/12/2015 34 ^�0011 Attaehme-n4A Coatrellller- Cabinet 12/18/2015 34 ^�02 Attaehmen4 B Eentrenel-Speeifiemien 02/2012 3n ^env3 Attaehme-nCSe€twar-eSpeeifieatien 01/2012 2/1 11 11 Tomr,oAa\' Tfa ff;. c g* 1^ 11/22/2013 3 n�3 Removing owing T .a ffi , Signals 12/20/2012 34 41 15 ReetangulaF R*zd Fling Baaee 11/22/2013 2A�o Pedestrian 14ybr-id Signal 11/22/2013 34 41 20 Roadway Illumination Assemblies 12/20/2012 34 4120.01 Atrial LED Aoadwe-y 06/15/2015 34 n�o2 Freeway LED P,,, d-w ., L,,wminairvs 06/15/2015 34 4120.03 R-esidefAi; USD Raadw}' T/,t 3s 06/15/2015 34 41 30 Aluminum Signs 11/12/2013 3471 13 Traffic Control 11/12/2013 CITY OF FORT WORTH HAMPTON TRACT PHASE 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN: 104657 Revised March 20, 2020 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 5 of 5 Appendix GC-4.02 Subsurface and Physical Conditions GC-6.09 Permits and Utilities GR-01 60 00 Product Requirements END OF SECTION CITY OF FORT WORTH HAMPTON TRACT PHASE 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN: 104657 Revised March 20, 2020 UNIT PRICE BID SECTION 00 42 43 Developer Awarded Projects - PROPOSAL FORM Project Item InfurtnEmon OD 42 43 DAP- HI h PROPOSAL F.W 1 or3 Bidder's Application Bidlist Itcrn Descriplion Spccihcalion Unit ❑f I Rid No. Suction No. Mcasurc l Quantity UNIT I -A: WATER IMPROVEMENTS (OPSITE) 1 3005.0003 8" Waterline Lowering 33 05 12 EA 3 2 3305.0109 Trench Safety 33 05 10 LF 1616 3 3305.1103 20" Casinq By Other Than Open Cut 33 05 22 LF 20 4 3311.0001 Ductile Iran Water Fittings wl Restraint 3311 11 TON 1 5 3311.0261 8" PVC Water Pipe 3311 12 LF 1616 6 3312.0001 Fire Hydrant wl Gate Valve 33 12 40 EA 3 7 3 312.2 003 1" Water Service (Domestic) 33 12 10 EA 43 8 9999.0000 1" Water Service (Irrigation) 3312 10 EA 4 9 3312.3003 8" Gate Valve & Box 33 12 20 EA 2 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 4-4 45 TOTAL UNIT 1-A: WATER IMPROVEMENTS fONSITEI CFFY OF FORT WORTH S TAYDA Rn - DE VELD PER A W AILDE) PROIL= Form Version Vf y22. 20 19 Biddcls Proposal Unit Price I Bid Value $5.450.00 $16,350.00 $0.10 $161.60 1.356,00 $27,120.00 6,000.00 $6.000.00 $54.20 $87,587.20 $8.120.00 $24,360.00 $1,560.00 $67.080.00 1,560.00 $6.240.00 2.550.00 $5.100.00 $239,998.80 0041431 la mpionPhl n iLl Pmpaml_DA P_UlI UNIT PRICE BID SECTION 00 42 43 ❑evelope r Awarded Projects - PROPOSAL FORM Pmject 11cm Infonnation 004243 PAP - DID PROPOSAL Page 2 of 5 Bidder's Application Bidlist Item ) Description I spcciticaticm unit of I Sid No. Scctiun \u. Mcasurc Quantity UNIT I - B: WATER IMPROVEMENTS (OF -SITE) 1 ' 3005.0003 8" Waterline Lowering 3305 12 EA 1 2 3305.0109 Trench Safety 3305 10 LF 904 3 3305.1103 20" Casing By Other Than Open Cut 33 05 22 LF 20 4 3311.0001 Ductile Iron Wafer Fittings wl Restraint 3311 11 TON 0.5 5 3311.0261 8" PVC Water Pipe 3311 12 LF 904 6 3312,0117 Connection to Existing 4"-12" Water Main 33 12 25 EA 2 7 3312.3003 8" Gate Valve & Box 331220 EA 1 8 3471.0013 Traffic Control 3471 13 MO 1 9 9999.0001 Remove & Replace Concrete Pavement 3201 29 SY 25 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 TOTAL UNIT I - B: WATER IMPROVEMENTS fOFFSITE] CRY OF FORT WORTIF S FAN PA It 17 CON STRUCT [ON SPY(I F W ATION nt]Cf 1 M F V r5 - DF. V F1.OP FR A W ARr)F D PROFCOTS 17.— V-,ion uay 22, 2019 Bidders Proposal Unit Price I Bid Valuc $5.450.00 $5.450.00 $0,10 $90.40 $1.356.00 $27,120.00 $6.000.00 $3.000.00 $105.00 $94.920.00' $1.900.00 $3.800.00 $2.540.00 $2,540.00 $4,800.00 $4.800.00 $200.00 $5.000.00 $146,720.40 00 42 43 nampi.n Ph]_ Hid Propowl DAP U4I UNIT PRICE BID SECTION 00 42 43 Developer Awarded Projects - PROPOSAL FORM Project hein Information (10 a 43 DAP - BIT) PRO N) , A I PAW 3 vr5 Bidder's Application Bidiist Item) Description I Specification I Unil of I Bid No, Section No. Meas uantity UNIT II: SANITARY SEWER IMPROVEMENTS 1 '3137.0102 Large Stone Riprap, dry 31 3700 SY 229 2 3301.0002 Post -CCTV Inspection 33 01 31 LF 1.697 3 3301.0101 Manhole Vacuum Testing 3301 30 EA 8 4 3305.0109 Trench Safety 33 05 10 LF 1.697 5 3305.0113 Trench Water Stops 33 05 15 EA 4 6 3305.0202 Imported EmbedmentiBackfill, CSS 33 05 10 LF 140 7 3305.1003 20" Steel Casing By Open Cut 34 05 10 LF 150 8 3305.1103 20" Casing By Other Than Open Cut 33 05 22 LF 35 9 3331.3101 4" Sewer Service 3331 50 EA 43 10 3331.4115 8" Sewer Main 3331 20 LF 1.319 11 3331.4119 8" DIP Sewer Main 3311 10 LF 378 12 3339.0001 Epoxy Manhole Liner 33 39 60 VF 29 13 3339,1001 4' Manhole 3339 10 EA 8 14 3339.1003 Extra Depth Manhole { 6.0'] 33 39 10 VF 47 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 TOTAL UNIT II: SANITARY SEWER IMPROVEMENTS CrrY OF FORT WORTII STA NDA R D CONSTRLCTIO N SPTCIF ICA TION° DOCUMENTS - DF.VF.LOPFR AW A Rr) F D PRO] TCTS 12MM vm w May R?. 2011) Bidder's Proposal Unit Price I Bid Valtic $96.00 $21.984.00 $3,00 $5,091,00 $145.00 $1,160.00 $1.00 $1.697.00 $400.00 $1,600.00 $54.00 $7.560.00 $200.00 $30.000.00 $1,359.00 $47.565.00 $1,520.00 $65.360.00 $64.00 $a4.416.00 $122.00 $46.116.00 $420.00 $12.180.00 $000.00 $36.800.00 $217.00 $10.199.00 $371.728.00 I1f142 431 Inmp4unPh3 Rid P-p-1 DAP_ilul 00 42 0 DAP - Ell D PROPOSAL Pu®c 4 or 5 SECTION 00 42 43 Developer Awarded Projects - PROPOSAL FORM UNIT PRICE BID Bidder's Application Project Item Information BlddoeF Proposai Bidtist Iteml Description Specification I Unit of I Bid unit price I Bid Value No. Section No. Measure Quantity UNIT III: DRAINAGE �MPROVEMENTr 1 3125.0101 SWPPP z 1 Acre 312600 LS 1 $500.00 $500.00 2 3137.0102 Large Stone Rlprap, dry 31 37 00 SY 187 $96.00 $17,952.001 I 3 3305.0109 Trench Safety 33 05 10 LF 823 $0.50 $411.501 4 3341.0201 21" RCP, Class III 3341 10 LF 50 $101.00 $5.050.001 5 3341.0205 24" RCP, Class RI 3341 10 LF 387 $108.00 $41,796.001 6 3341.0305 33" RCP, Class flu 3341 10 LF 206 $157.00 $32-342.001 7 3341.0312 36" RCP, Class I II 3341 10 LF 180 $177.00 $31.860.00 8 3349.0001 4' Storrn Junction Box 33 49 10 EA 2 $6.300.00 $12.000.00 9 3349,6002 15' Curb Inlet 33 49 20 EA 4 $8.000.00 $32,000.00 1 10 3349,7003 6' Drop Inlet 33 49 20 EA 1 $9.400.00 $9.400.00 11 9999.0002 36" Sloping Headwail 00 00 00 EA 1 $3.400.00 $3.400.00 12 13 14 15 15 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 TQTAL UNIT III: DRAINAGE IMPROVEMENTS $187,311.501 CTTY OF FORT WORTH STANDARD CONSTRUCnON SPECIFICATFON DOCUMENTS - DEVELOPER A WARhPn PROJECTS Foml Vemon May 22. 2019 D042 43_I lamptunPBBid Pro"l_hAP_Uld UNIT PRICE BID Bidlist Iteml No. SECTION 00 42 43 ❑eveloper Awarded Projects - PROPOSAL FORM Project item Information Description 004:43 DAP- BID PROW-i' A I. Page S or3 Bidder's Application Specification Unil of Bid Suction No. Measure l Quantity Bid Summary TOTAL UNIT I - A: WATER IMPROVEMENTS (ONSITE) TOTAL UNIT 1- B: WATER IMPROVEMENTS (OFFSITE) TOTAL UNIT II: SANITARY SEWER IMPROVEMENTS TOTAL UNIT III: DRAINAGE IMPROVEMENTS This Bed i9 submitted by the entity named below: BIDDER: Burnsco Consftuction, Inc. 6331 Soulhwesl Blvd, Benbrock, TX 76132 (817) 73 9-3 200 Contractor uIreer to complete WORK for FINAL ACCEPTANCE witldn CONTRACT commences In run a9 provided to the General Condlllunq. Total Coomtructlon Bid Ab Grantges BY: TITLE: Vice President DATE: December 7. 2023 Bidder's Proposal Unit Price l Bid Value l 0 $239.998.80 $146.720,40 $371,728.00 $187.311.50 $945,758.70 50 working days after the date when the CrrY OF FORT WORTI I STANDARD CONSTRUCTION SPECrFICATFON DOCUMENT S- DF.4TLOPF R A W AR9FD PItO1F:(.'f 5 Fonn We ion May 22, M119 00 42 43_I lamplon Phi BW Pwpowi _DAP _U111 0045 11 -1 BIDDERS PREQUAI.IFICATIONS Pagel Qf 3 1 SECTION 00 45 11 2 BIDDERS PREQUALIFICATIONS 4 1. Summary. All contractors arc required to be prcqualified by the City prior to submitting 5 bids. To be eligible to bid the contractor must submit Section 00 45 12, Prequalification 6 Statement for the work type(s) listed with their Bid. Any contractor or subcontractor who is 7 not prequalified for the work type(s) listed must submit Section 00 45 13, Bidder 8 Prequalification Application in accordance with the requirements below. 9 10 The prequalification process will establish a bid limit based on a technical evaluation and 11 financial analysis of the contractor. The information must be submitted seven (7) days prior 12 to the date of the opening of bids. For example, a contractor wishing to submit bids on 13 projects to be opened on the 7th of April must file the information by the 31 st day of March 14 in order to bid on these projects. In order to expedite and facilitate the approval of a Bidder's 15 Prequalification Application, the following must accompany the submission. 16 a. A complete set of audited or reviewed financial statements. 17 (1) Classified Balance Sheet 18 (2) Income Statement 19 (3) Statement of Cash Flows 20 (4) Statement of Retained Earnings 21 (5) Notes to the Financial Statements, if any 22 b. A certified copy of the firm's organizational documents (Corporate Charter, Articles 23 of Incorporation, Articles of Organization, Certificate of Formation, LLC 24 Regulations, Certificate of Limited Partnership Agreement). 25 c. A completed Bidder Prequalification Application. 26 (1) The firm's Texas Taxpayer Identification Number as issued by the Texas 27 Comptroller of Public Accounts. To obtain a Texas Taxpayer Identification 28 number visit the Texas Comptroller of Public Accounts online at the 29 following web address www.window.state.tx.us/taxinermit/ and fill out the 30 application to apply for your Texas tax ID. 31 (2) The firm's e-mail address and fax number. 32 (3) The firm's DUNS number as issued by Dun & Bradstreet. This number 33 is used by the City for required reporting on Federal Aid projects. The DUNS 34 number may be obtained at www.dnb.com. 35 d. Resumes reflecting the construction experience of the principles of the firm for firms 36 submitting their initial prequalification. These resumes should include the size and 37 scope of the work performed. 38 e. Other information as requested by the City. 39 40 2. Prequalification Requirements 41 a. Financial Statements. Financial statement submission must be provided in 42 accordance with the following: 43 (1) The City requires that the original Financial Statement or a certified copy 44 be submitted for consideration. CITY OF FORT WORTH HAMPTON TRACT PHASE 3 STANDARD CONSTRUCTION SPFCIFICATION DOCUMENTS CPN: 104657 Rcvised April 2, 2014 004511-2 BIDDERS PREQUALLFICATIONS Page 2 of 3 1 (2) To be satisfactory, the financial statements must be audited or reviewed 2 by an independent, certified public accounting firm registered and in 3 good standing in any state. Current Texas statues also require that 4 accounting firms performing audits or reviews on business entities within 5 the State of Texas be properly licensed or registered with the Texas State 6 Board of Public Accountancy. 7 (3) The accounting firm should state in the audit report or review whether 8 the contractor is an individual, corporation, or limited liability company. 9 (4) Financial Statements must be presented in U.S. dollars at the current rate lU of exchange of the Balance Sheet date. 11 (5) The City will not recognize any certified public accountant as 12 independent who is not, in fact, independent. 13 (6) The accountant's opinion on the financial statements of the contracting 14 company should state that the audit or review has been conducted in 15 accordance with auditing standards generally accepted in the United 16 States of America. This must be stated in the accounting firm's opinion. 17 It should: (1) express an unqualified opinion, or (2) express a qualified Is opinion on the statements taken as a whole. I9 (7) The City reserves the right to require a new statement at any time. 20 (8) The financial statement must be prepared as of the last day of any month, 21 not more than one year old and must be on file with the City 16 months 22 thereafter, in accordance with Paragraph 1. 23 (9) The City will determine a contractor's bidding capacity for the purposes 24 of awarding contracts. Bidding capacity is determined by multiplying the 25 positive net working capital (working capital = current assets — current 26 liabilities) by a factor of 10. Only those statements reflecting a positive 27 net working capital position will be considered satisfactory for 28 prequalification purposes. 29 (10) In the case that a bidding date falls within the time a new financial 30 statement is being prepared, the previous statement shall be updated with 31 proper verification. 32 b. Bidder Prequal fcation Application. A Bidder Prequalification Application must be 33 submitted along with audited or reviewed financial statements by firms wishing to be 34 eligible to hid on all classes of construction and maintenance projects. incomplete 35 Applications will be rejected. 36 (I) In those schedules where there is nothing to report, the notation of 37 "None" or "NIA" should be inserted. 38 (2) A minimum of five (5) references of related work must be provided. 39 (3) Submission of an equipment schedule which indicates equipment under 40 the control of the Contractor and which is related to the type of work for 41 which the Contactor is seeking prcqualification. The schedule must 42 include the manufacturer, model and general common description of 43 each piece of equipment. Abbreviations or means of describing 44 equipment other than provided above will not be accepted. 45 46 3. Eligibility to Bid 47 a. The City shall be the sole judge as to a contractor's prequalification. 48 b. The City may reject, suspend, or modify any prequalification for failure by the 49 contractor to demonstrate acceptable financial ability or performance. 50 c. The City will issue a letter as to the status of the prequalification approval. CITY OF FORT WORTH HAMPTON TRACT PHASE 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN: 104657 Revised April 2, 2014 0045II-3 BIDDERS PRVQUALIFICATIONS Page 3 of 3 1 d. If a contractor has a valid prequalification letter, the contractor will be eligible to bid 2 the prequalified work types until the expiration date stated in the letter. 3 8 END OF SECI"ION CITY OF FORT WORTH HAMPTON TRACT" PHASE 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN: 104657 Rcviscd April 2, 2014 0045 12 DAP PREQUALI:F[CATION STATEMENT Page 1 of 1 SECTION 00 45 12 DAP — PREQUALIFICATION STATEMENT Each Bidder is required to complete the information below by identifying the prequalifed contractors and/or subcontractors whom they intend to utilize for the major work type(s) listed. In the "Maier Work Tvpe" box provide the complete maior work tune and actual description as nrovided by the Water Denartment for water and sewer and TPW for paving. Major Work Type Water Distribution New Development (? 8 in) Sewer Collection System, New Development (�! 8 in) Drainage Improvements Contractor/Subcontractor Company Name Burnsco Construction, Inc Burnsco Construction, Inc. Burnsco Construction, Inc. Prequalification Expiration Date 6/30/2024 6/30/2024 613012024 The undersigned hereby certifies that the contractors and/or subcontractors described in the table above are currently prequalified for the work types listed. BIDDER: Burnsco Construction, Inc. 6331 Southwest Blvd. Benbrook, TX 76132 (817) 738-3200 Ab Grantges BY: (Sign�re) TITLE; Mce President DATE: December 7, 2023 END OF SECTION CFFY OF FORT WORTH STANDARD CONSTRUCTION P REQUAli F ICATION STATEMENT —DEVELOPER AWARDED PROJECTS Farm Version September 1, 2015 DD 45 12_Prequalf cation Statement 2015 DAP HAMPTON TRACT PHASE 3 LPN 104657 2 3 4 5 6 7 8 9 to 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 00 45 26 - 1 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW Page 1 of 1 SECTION 00 45 26 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW Pursuant to Texas Labor Code Section 406.096(a), as amended, Contractor certifies that it provides worker's compensation insurance coverage for all of its employees employed on City Project No. 104657. Contractor further certifies that, pursuant to Texas Labor Code, Section 406.096(b), as amended, it will provide to City its subcontractor's certificates of compliance with Worker's compensation coverage. CONTRACTOR: Bumsco Construction. Inc. Company 6311 Southwest Blvd. Address Benbrook. TX 76132 City/State/Zip THE STATE OF TEXAS § COUNTY OF TARRANT § _ By: John B s (Pleas Print} f Signature: �V Title: —President_ (Please Print) BEFORE ME, the undersigned authority, on this day personally appeared John Burns , known to me to be the person whose name is subscribed to the foregoing instrument, and acknowledged to me that he/she executed the same as the act and deed of Bumsco Construction. Inc. for the purposes and consideration therein expressed and in the capacity therein stated. N UNDE MY HAND AND EAL OF OFFICE this day of �� _ 20� KASSANDRA CANALES Notary Public, State of Texas Notary Public in and for the State of Texas Comm. Expirss 01.23-2027 Natary I a 134158873 END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised April 2, 20l4 HAMPTON TRACT PHASE 3 104657 00 52 43 - 1 Developer Awarded Project Agreement Page 1 of 1 SECTION 00 52 43 2 AGREEMENT 3 4 THIS AGREEMENT, authorized on 1 /11 /2024 is made by and between the Developer, 5 D. R. Horton — Texas, Ltd, authorized to do business in Texas ("Developer") , and Surnsco 6 Construction, Inc., authorized to do business in Texas, acting by and through its duty authorized 7 representative, ("Contractor"). 8 Developer and Contractor, in consideration of the mutual covenants hereinafter set forth, agree as 9 follows: la Article 1. WORK 11 Contractor shall complete all Work as specified or indicated in the Contract Documents for the 12 Project identified heroin. 13 Article 2. PROJECT 14 The project for which the Work under the Contract Documents may be the whole or only a part is 15 generally described as follows: 16 HAMPTON TRACT PHASE 3 17 CITY PROJECT NUMBER: 104657 18 Article 3. CONTRACT TIME 19 3.1 Time is of the essence. 20 All time limits for Milestones, if any, and Final Acceptance as stated in the Contract 21 Documents are of the essence to this Contract. 22 3.2 Final Acceptance. 23 The Work will be complete for Final Acceptance within (50) working days after the date 24 when the Contract Time commences to run as provided in Paragraph 12.04 of the Standard 25 City Conditions of the Construction Contract for Developer Awarded Projects. 26 3.3 Liquidated damages 27 Contractor recognizes that time is of the essence of this Agreement and that Developer 28 will suffer financial loss if the Work is not completed within the times specified in 29 Paragraph 3.2 above, plus any extension thereof allowed in accordance with Article 10 of 30 the Standard City Conditions of the Construction Contract for Developer Awarded 31 Projects. The Contractor also recognizes the delays, expense and difficulties involved in 32 proving in a legal proceeding the actual loss suffered by the Developer if the Work is not 33 completed on time. Accordingly, instead of requiring any such proof , Contractor agrees 34 that as liquidated damages for delay (but not as a penalty), Contractor shall pay 35 Developer Six Hundred Fiftv Dollars ($650.00) for each day that expires after the time 36 specified in Paragraph 3.2 for Final Acceptance until the City issues the Final Letter of 37 Acceptance. CITY OF FORT WORTH HAMPTON TRACT PHASE 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS— DEVELOPER AWARDED PROJECTS CPN; 1.04657 Revised June lb, 2016 00 52 43 - 2 Developer Awarded Project Agreement Page 2 of 4 38 Article 4. CONTRACT PRICE 39 Developer agrees to pay Contractor for performance of the Work in accordance with the Contract 40 Documents an amount in current funds of NINE HUNDRED FOURTY FIVE THOUSAND 41 SEVEN HUNDRED FIFTY EIGHT DOLLARS AND SEVENTY CENTS ($945, 758.70). 42 Article 5. CONTRACT DOCUMENTS �.��K�]►11Y�1►MIf.� 44 A. The Contract Documents which comprise the entire agreement between Developer and 45 Contractor concerning the Work consist of the following: 46 1. This Agreement. 47 2. Attachments to this Agreement: 48 a. Bid Form (As provided by Developer) 49 1) Proposal Form (DAP Version) 50 2) Prequalification Statement 51 3) State and Federal documents (project specific) 52 b. Insurance ACORD Form(s) 53 c. Payment Bond (DAP Version) 54 d. Performance Bond (DAP Version) 55 e. Maintenance Bond (DAP Version) 56 f. Power of Attorney for the Bonds 57 g. Worker's Compensation Affidavit 58 h. MBE and/or SBE Commitment Form (If required) 59 3. Standard City General Conditions of the Construction Contract for Developer 60 Awarded Projects. 61 4. Supplementary Conditions. 62 5. Specifications specifically made a part of the Contract Documents by attachment 63 or, if not attached, as incorporated by reference and described in the Table of 64 Contents of the Project's Contract Documents. 65 6. Drawings. 66 7. Addenda. 67 8. Documentation submitted by Contractor prior to Notice of Award. 68 9. The following which may be delivered or issued after the Effective Date of the 69 Agreement and, if issued, become an incorporated part of the Contract Documents: 70 a. Notice to Proceed. 71 b. Field Orders. 72 c. Change Orders. 73 d. Letter of Final Acceptance. 74 75 CITY OF FORT WORTH HAMPTON TRACT PHASE 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN: 104657 Revised June 16, 2016 005243-3 Developer Awarded Project Agreement Page 3 of 4 77 Article 6. INDEMNIFICATION 78 6.1 Contractor covenants and agrees to indemnify, hold harmless and defend, at its own 79 expense, the city, its officers, servants and employees, from and against any and all 80 claims arising out of, or alleged to arise out of, the work and services to be performed 81 by the contractor, its officers, agents, employees, subcontractors, licenses or invitees 82 under this contract. This indemnification nrovision is snecificaliv intended to overate 83 and be effective even if it is alleged or nroven that all or some of the damages being. 84 sought were caused, in whole or in Dart, by anv act, omission or ne,llence of the city. 85 This indemnity provision is intended to include, without limitation, indemnity for 86 costs, expenses and legal fees incurred by the city in defending against such claims and 87 causes of actions. 88 89 6.2 Contractor covenants and agrees to indemnify and hold harmless, at its own expense, 90 the city, its officers, servants and employees, from and against any and all loss, damage 91 or destruction of property of the city, arising out of, or alleged to arise out of, the work 92 and services to be performed by the contractor, its officers, agents, employees, 93 subcontractors, licensees or invitees under this contract. This indemnification 94 provision is specifically intended to overate and be effective even if it is alleged or 95 proven that all or some of the damages being sought were caused, in whole or in Dart. 96 by anv act. omission or ne,IUence of the city. 97 98 Article 7. MISCELLANEOUS 99 7.1 Terms, 100 Terms used in this Agreement are defined in Article I of the Standard City Conditions of 101 the Construction Contract for Developer Awarded Projects. 102 7.2 Assignment of Contract. 103 This Agreement, including all of the Contract Documents may not be assigned by the 104 Contractor without the advanced express written consent of the Developer. 105 7.3 Successors and Assigns. 106 Developer and Contractor each binds itself, its partners, successors, assigns and legal 107 representatives to the other party hereto, in respect to all covenants, agreements and 108 obligations contained in the Contract Documents. 109 7.4 Severability. ! l o Any provision or part of the Contract Documents held to be unconstitutional, void or 111 unenforceable by a court of competent jurisdiction shall be deemed stricken, and all 112 remaining provisions shall continue to be valid and binding upon DEVELOPER and 113 CONTRACTOR. 114 7.5 Governing Law and Venue. 115 This Agreement, including all of the Contract Documents is performable in the State of 116 Texas. Venue shall be Tarrant County, Texas, or the United States District Court for the 117 Northern District of Texas, Fort Worth Division. CITY DF FORT WORTH HAMPTON TRACT PHASE 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN: 104657 Revised June 16, 2016 118 119 120 121 122 123 124 125 126 127 00 52 43 - 4 Developer Awarded Project Agreement Page 4 of 7.6 Authority to Sign. Contractor shall attach evidence of authority to sign Agreement, if other than duly authorized signatory of the Contractor. IN WITNESS WHEREOF, Developer and Contractor have executed this Agreement in multiple counterparts. This Agreement is effective as of the last date signed by the Parties ("Effective Date"). Contractor: Bu co struction, Inc. By. \� (Signature) Jahn Bums (Printed Name) Developer: D_R. HORTON — TEXAS, LTD BY: (Signature) Justin Bosworth (Printed Name) Title: President Title: Assistant Secretary Company Name: Burnsco Construction, Company name: D.R. Horton — Texas, Ltd Inc, Address: 6311 Southwest Blvd Address: 6751 North Fwy City/State/Zip: Benbrock, TX 76132 1 /11 /2024 City/State/Zip: Fort Worth, TX 76131 Date Date 128 1 /11 /2024 CITY Or FORT WORTH HAMPTON TRACT PHASE 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDI ) PROJECTS CPN+ 104657 Revised June 16, 2016 Bond #022238142 006213-1 PERFORMANCI: BOND Pagc i or2 1 SECTION 00 62 13 2 PERFORMANCE BOND 3 4 THE STATE OF TEXAS § 5 § KNOW ALL BY 'THESE PRESENT'S: 6 COUNTY OF TARRANT § 7 8 That we, Burnsco Construction, Inc. , known as "Principal" herein and 9 Liberty Mutual Fire Insurance Company —, a corporate surety(sureties, if more than 10 one) duly authorized to do business in the State of Texas, known as "Surety" herein (whether one 1 1 or more), are held and firmly bound unto the Developer, D.R. Holton — Texas, Ltd, authorized to 12 do business in Texas ("Developer") and the City of Fort Worth, a Texas municipal corporation 13 ("City"), in the penal sum of, NINE HUNDRED FOURTY FIVE THOUSAND SEVEN 14 HUNDRED FIFTY EIGHT DOLLARS AND SEVENTY CENTS ($945,758,70), Iawf'ul money 15 of the United States, to be paid in Fort Worth, Tarrant County, Texas for the payment of which 16 sum well and truly to be made jointly unto the Developer and the City as dual obliges, we bind 17 ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, 18 firmly by these presents. 19 WHEREAS, Developer and City have entered into an Agreement for the construction of 20 community facilities in the City of Fort Worth by and through a Community Facilities 21 Agreement, CFA Number CFA23-0132, and 22 WHEREAS, the Principal has entered into a certain written contract with the Developer awarded 23 the 11th day of January , 2024 , which Contract is hereby referred to and made a 24 part hereof for all purposes as if fully set forth herein, to furnish all materials, equipment Iabor 25 and other accessories defined by law, in the prosecution of the Work, including any Change 26 Orders, as provided for in said Contract designated as Harnplon Traci Phase 3. 27 NOW, THEREFORE, the condition of this obligation is such that if the said Principal 28 shall faithfully perform it obligations under the Contract and shall in all respects duly and 29 faithfully perfann the Work, including Change Orders, under the Contract, according to the plans, 30 specifications, and contract documents therein referred to, and as well during any period of 31 extension of the Contract that may be granted on the part of the Developer and/or City, then this 32 obligation shall be and become null and void, otherwise to remain in full force and effect, CITY OF FORT WORTf; IIainpton Tract Phas c 3 STANDARD CITY CONDITIONS — DEVELOPER AWARDED PRO]ECTS CPN: 104657 REVISER J.uivary 31, 2012 01) 62 13 -2 PERFORMANCE BONE} Page 2 of 2 1 PROVIDED FURTi-IER, that if any legal action he filed on this Bond, venue shall lie in 2 Tarrant County, Texas or the United States District Court for the Northern District of Texas, Fort 3 Worth Division. 4 This bond is made and executed in compliance with the provisions of Chapter 2253 of the 5 Texas Goverment Code, as amended, and alt liabilities on this bond shall be determined in 6 accordance with the provisions of said statue. 7 IN WITNESS WIIEREOF, the Principal and the Surety have SIGNED and SEALED 8 this instrument by duly authorized agents and officers on this the 11th Clay of 9 January 12024 , 10 12 13 14 15 16 17 I8 I9 20 21 22 23 24 25 26 27 29 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 ATTEST, (Principal) ccrutaty Veit usy as to rin�ipal � o Witness as to Surety PRINCIPAL: Bums isttllc n, Inc. BY: Sigma e John Burns. President Nmne and 'Title Address: 6331 Southwest Blvd F3enbrook. TX 76132 SURETY: Liberty Mutual Fire Insurance Company BY: i ature Sophinie Hunter, _Attorney -in -€Fact Namc and Titic Address: 2200 Renaissance Blvd, Suite_400 [ding of Prussia, PA 19406 Telephone Number: 214-989-0000 *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 maiIiltg address, both must be provided. The date of the bond shall not be prior to the date the Contract is awarded. CITY 01, 1,ORT WORT[I Hampton Tract Phase 3 STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS CPN; 104657 Revised January 31, 2012 Bond 022238142 ou6214-1 PAYMENT eaND Page I ❑f 2 1 SECTION 00 62 14 2 PAYMENTBOND 3 4 THE STATE OF TEXAS § 5 § KNOW ALL BY THESE PRESENTS: 6 COUNTY OF TARRANT § 7 8 That we, Bumsco Construction. Inc._, known as "Principal" herein, and 9 Liberty Mutual Fire Insurance Company , a corporate surety ( or 10 sureties if more than one), duly authorized to do business in the State of Texas, known as I I "Surety" herein (whether one or more), are held and firmly bound unto the Developer, D.R. 12 Horton -- Texas, Ltd, authorized to do business in Texas "(Developer"), and the City of Foil 13 Worth, a Texas municipal corporation ("City"), in the penal sum of NINE HUNDRED FOURTY 14 FIVE THOUSAND SEVEN HUNDRED FIFTY EIGHT DOLLARS AND SEVENTY CENTS 15 ($945,758,70), lawful money of the 1Jnitcd States, to be paid in Fort Worth, Tarrant County, 16 Texas, for the payment of which sum well and truly be made jointly unto the Developer and the 17 City as dual obliges, we bind ourselves, our heirs, executors, administrators, successors and 19 assigns, jointly and severally, firmly by these presents; 19 WHEREAS, Developer and City have entered into an Agreement for the construction of 20 community facilities in the City of Fort Worth, by and through a Community Facilities 21 Agreement, CFA Number CFA23-0132; and 22 WHEREAS, Principal has entered into a certain written Contract with Developer, 23 awarded the 11th day of January 20 24 , which Contract is hereby 24 referred to and nude a part hereof for all purposes as if fully set forth herein, to furnish all 25 materials, equipment, labor and other accessories as defined by law, in the prosecution of the 26 Work as provided for in said Contract and designated as Hampton Tract Phase 3. 27 NOW, THEREFORE, THE CONDITION OF TITIS ❑BLIGATION is such that if 28 Principal shall pay all monies owing to any (and all) payment band beneficiary (as defined in 29 Chapter 2253 of the Texas Government Code, as amended) in the prosecution of the Work under 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 WORTiI I IAMPTON TRACT PHASE 3 STANDAI I) CITY CONDITIONS— DEVELOPER AWAKDI.D PROJECTS CM 104657 Ri-vised hmaary 31, 2012 0062 14-2 PAYMENT 13OND Page 2 nN 1 This bond is made and executed in compliance with the provisions of Chapter 2253 of the 2 Texas Government Code, as amended, and all liabilities on this bond shall be determined in 3 accordance with the provisions of said statute. 4 IN WITNESS WHEREOF, the Principal and Surety have each SIGNE❑ and SEALED 5 this instnrment by duly authorized agents and officers on this the 11th day of G January 20 24 VA 14 ATTEST: D_ e, (Principal) Secretary Wit ss aL cipal ATTEST: J,.., i] (Surety) Secretary R, Witness as to Surety PRINCIPAL: Burnsca onstr }ction. Inc. BY:% S ignatu _John Burns. President Name and Title Address: 6331 Southwest Blvd Benhrook. TX 76132 SURETY: Liberty Mutual Fire Insurance Company BY: Signat ire Sophinie Hunter, Attorney - In -fact Name and Title Address: 2200 Renaissance Blvd, Suite 400 King of Prussia, PA 19406 Telephone Number: 214-989-0000 Note: If signed by an officer of the Surety, there niust be on file a certified extract from the bylaws showing that this person has authority to sign such obligation. If Surety's physical address is different from its mailing address, both must be provided. The date of the bond shall not be prior to the date the Contract is awarded, F,N❑ OF SECTION CFrY Or PORT WORTH IIAMPTON TRAC'r PHASE 3 STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS CM 104657 Revised January 31, 2012 Bond #022238 142 Oo6219-1 MAINTENANCE 13OND Page 1 U 3 1 SECTION 00 62 19 2 MAINTENANCE BOND 3 4 THE STATE. OF TEXAS § 5 § KNOW ALL BY THESE PRESENTS; 6 COUNTY OF TARRANT § 7 8 That we Burnsco Construction. Inc., known as "Principal" herein and 9 Liberty Mutual Fire Insurance Company -, a corporate surety (sureties, if more than 10 one) duly authorized to do business in the State of Texas, known as "Surety" herein (whether one 11 or more), are held and firmly bound unto the Developer, D.R. Horton — Texas, Ltd, authorized to 12 do business in Texas ("Developer") and the City of Fort Worth, a Texas municipal corporation 13 ("City"), in the sum of NINE HUNDRED FOURTY FIVETHOUSAND SEVEN HUNDRED 14 FIFTY EIGHT DOLLARS AND SEVENTY CENTS ($945,758.70), lawful motley ol'the United 15 States, to be paid in Fort Worth, Tarrant County, Texas, for payment of which sum well and truly 16 be made joil tit] y unto the Developer and the City as dual obliges and their successors, we bind 17 ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, 18 firmly by these presents. 19 20 WHEREAS, DevcIoper and City have entered into an Agreement for the construction of 2I community facilities in the City of Fort Worth by and through a Community Facitities 22 Agreement, CFA Number CFA23-132; and 23 WHEREAS, the Principal has entered into a certain written contract with the Developer 24 awarded the 11th day of January , 20 24 , which Contract is 25 hereby referred to and a made part hereof for all purposes as if Fully set forth herein, to furnish all 26 materials, equipment labor and other accessories as defined by law, in the prosecution of the 27 Work, including any Work resulting from a duly authorized Change Order (collectively herein, 28 the "Work") as provided for in said Contract and designated as Hampton Tract Phase 3; and 29 30 WHEREAS, Principal binds itself to use such materials and to so constrict the Work in 31 accordance with the plans, specifications and Contract Documents that the Work is and will 32 remain free fi-om defects in materials or workmanship for and during the period of t►'+•o (2) years 33 after the date of Final Acceptance of the Work by the City ("Maintenance Period"), and 34 CITY OF FORT WORTH HAMt'"rON TRACT PHASE 3 STANDARD CITY CONDITIONS — DEVELOPER AWARD14D PROJECTS CM 104567 Reviscd January 31, 2012 1 2 3 4 5 6 7 H 9 I fl 11 12 13 14 15 16 17 is 19 20 21 22 23 ❑062 19-2 MAINTENANCE BOND Page 2 of 3 WHEREAS, Principal hinds itself to repair or reconstruct the Work in whole or in part upon receiving notice from the Developer and/or City of the need thereof at any time within the Maintenance .Period. NOW THEREFORE, (lie condition of this obligation is such that if Principal shall remedy any defective Work, for which timely notice was provided by Developer or City, to a completion satisfactory to the City, then this obligation sliall become null and void; otherwise to remain in full force and effect. PROVIDED, HOWEVER, ii'Principal shall fail so to repair or reconstruct any timely noticed defective Work, it is agreed that the Developer or City may cause any and all such defective Work to be repaired and/or reconstructed with all associated costs thcrcof being borne by the Principal and the Surety under this Maintenance Bond; and PROVIDED FURTHER, that if any tegal action he filed on this Bond, venue shall lie in Tarrant County, Texas or the United States District Court for the Northern District of Texas, Fort Worth Division; and PROVIDED FURTHER, that this obligation shall be continuous in nature and successive recoveries may be had hereon for successive breaches. CITY OF FORT WORT[I s'rANDARD CITY CONDITIONS— DEVELOPER AWARDED PROJECTS Revisud January 31, 2012 HAMPTON TRACT PHASE 3 CPN;104567 1 2 3 4 5 G 7 8 9 10 00G219-3 MAINTENANCE 13OND Page 3 of 3 IN WITNESS WHEREOF, the Principal and the Surety have each SIGNED and SEALED this instrument by duly authorized agents and officers on this the 11th day of January 2024. PRINCIPAL: Burnsco Construction. Inc. ATTEST: BY; _, Signature iv John Burns, u zs, President (Principal Secretai-y Name and Title Address: 6331 Southwest Blvd ' Benbrook, i"}{ 76132 Wit crPrtllcipal SURETY: Liberty Mutual Fire Insurance Company ATTEST: BY: Sig�xa the •a j��c�u,G••� _ Sophinie Hunter, Attorney -In -Fact (Surety) Secretary Nalnc and Title Address: 2200 Renaissance Blvd, Suite 400 \ King of Prussia, PA 19406 Witness as to Surety Telephone Number: 214-989-0000 *Nate; 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 niulIing address, both must be provided. The date, of the bond shall not be prior to the date the Contract is awarded. CITY OF FORT WORT[I s'rANnARD CITY CONDITIONS— DEVELOPER AWARDED PROJECTS Rcviscd January 31, 2012 IIAMPTON TRACT PHASE 3 CM 104567 This Power of Attorney limits the acts of those named herein, and they have no authority to bind the Company except in the manner and to the extent herein stated. Liberty Liberty Mutual Fire Insurance Company Certificate No: 82054fi8-t322a29 10�Mutual Wausau, Wisconsin -- SURETY POWER OF ATTORNEY KNOWN ALL PERSONS BY THESE PRESENTS: Liberty Mutual Fire Insurance Company, being a Wisconsin Corporation having its principal office in the City of Wausau, State of Wisconsin does hereby make, constitute and appoint Don R C:orneI%.loshua Saunders; KeIlLA. Wcstbrook; Mikaela Peppers; Ricardo J_ Reyna; Robbi Morales; 5ophime Hunter; Tina MCL•.vvan; •tonic Pctram!k — all of the city of _ Dal [as state of TX each individually if there be more than one named, its true and lawful attornay(s)-in-fact, with full power and authority hereby conferred in theirfts name, place and stead, to sign, execute, acknowledge and deliver in the!rlits behalf, and as their/its act and deed, without power of redelegation, as follows: Bonds, undertakings, recognIzances, contracts of indemnity, and all other surety obligations, as required, unlimited as to Doi€ar amount and to bind the Company(ies) making this appointment thereby as fully and to the same extent as if such bond or undertaking was signed by the duly authorized officers of the Corn pany(i es), and all Iha acts of said attorney(s), pursuant to the authority herein given, are hereby ratified and eonfrmed. AUTHORITY FOR MAKING APPOINTMENT OF ATTORNEYS -IN -FACT Appointment of Attorneys -in -Fact by Liberty Mutual Fire Insurance Company are made pursuant to Article V, Section 14 of Liberty Mutual Fire insurance Company's By -Laws, as amended and by Unanimous Consent of the Board of Directors dated May 21st, 2013. Further, the President of Liberty Mutual Fire Insurance Company, executed a delegation of Authority and authorized the assistant secretary signing below to appoint attorneys -in -fact as may be necessary to act on behalf of Liberty Mutual Fire Insurance Company to make execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances, and other surety obligations. IN WITNESS WHEREOF, Liberty Mulual Fire insurance Company has caused these presents to be signed by its authorized representatives, and its Corporate Seal to be hereto affixed, this 23rd day of _ April , 2021 a] 0 a o? c@ �N m ca 11m State of PENNSYLVANIA 0— County of MONTGOMERY E� fNaL Liberty Mutual Fire Insurance Company OV'F �g�LOµPOr{�fRy� m 1 i � 190 80 ./9 n cif a y�caw9`� a$ By 7 a David M. Carey, Assistant Secretary jL-_6�Mw Attest: q001UL Heather B. Magee `o The foregoing instrument was acknowledged before me this 23rd day of April 2021 by David M. Carey, an authorized representative of liberty Mutual Fire Insurance Insurance Company. a y 'V l� �,y , Comrnonweallh of Pennsylvania - Notary Seal D tN�` ,iy� �!� { 1 Teresa Pastelra, Notary Publru Z {�•7 OF s f� Montgomery County My wrnfnis n exprres March 28, 2025 By: •� Commission number 1126044 ;y' L'tPy Member, Pennsylvania Assoclaron of Notaries eresa Pastel a, Notary Public r�Ry CERTIFICATE I, the undersigned, an Assistant Secretary of Liberty Mutual Fire Insurance Company, do hereby certify that the original power of attorney of which the foregoing is a full, true and correct copy, is in full farce and effect on the date of this certificate; and 1 do further certify that the officer or official who executed the said power of attorney was one of the officers or officials specially authorized by tha Board of Directors to appoint altomeys-in-fact as provided in the Unanimous Consent and Vote of the Board of Directors of Liberty Mutual Fire Insurance Company dated May 21, 2013. This certificate and the above power of attorney may be signed by facsimile or mechanically reproduced signatures under and by authority of the Board of Directors of Liberty Mutual Fire Insurance Company evidenced by the Unanimous Consent and Vote of the Board of Directors dated June 28, 2006 wherein it was VOTED that the signatures of such officers and the seal of the Company may be affixed to any such power of attorney or to any eertificatp re'aling thereto by facsimile, and any such power of attorney or certificate bearing such facsimile signature and facsimile seal shall be valid and binding upon the Company alien so affixed and in the future whit respect to any surety undertakings, bands, recog nizan ces and other surety obligations to which it Is attached. IN TESTIMONY WHEREOF, I have hereunto subscribed my name and affixed the corporate seal of the said company, affixed, this day of , LMS-22023 03r21 i%RP rry&L -1 / qk� �'Pyr % 1908tl m By:� --- -- Renee C. LlevJllyn, Assistant Secretary' r a �' SCONS n v'm E vv Q `o v ❑ cv CLM ❑C> `vCO v ry — 'ti ❑ U O 0] [[tl U_ Cl Liberty Mutuallf. SURETY TEXAS IMPORTANT NOTICE To obtain information or make a complaint: You may call toll -free for information or to make a complaint at 1-877-751-2640 You may also write to: 2200 Renaissance Blvd., Ste. 400 King of Prussia, PA 19406-2755 You may contact the Texas Department or Insurance to obtain information on companies, coverages, rights or complaints at 1-800-252-3439 You may write the Texas Department of Insurance Consumer Protection (1 I 1-IA) 11, O. Box 149091 Austin, TIC 78714-9091 FAX: (512) 490-1007 Web: littp://www.tdi.texas,gov E-mail: Con SLIM erProtection �]tdi.texas.ry PREMIUM OR CLAIM DISPUTES: Should you have a dispute concerning your premium or about a claim you should first contact the agent or call 1-800-843-6446. If the dispute is not resolved, you may contact the Texas Department of Insurance. ATTACH THIS NOTICE TO YOUR POLICY: This notice is for information only and does not become a part or condition of (lie attached document. TEXAS AVISO IMPORTANTE Para obtener informacion o Para someter una queja: Usted puede Ilamar a] numero de telefono gratis Para informacion o Para someter una queja al 1-877-751-2640 Usted tambien puede escribir a: 2200 Renaissance Blvd., Ste. 400 King of Prussia, PA 19406-2755 Puede comunicarse con el Departamento de Seguros de Texas Para ❑btener informacion acerca de companies, coberturas, derechos o quejas al l -800-252-3439 PLrede escribir a] Departamento de Seguros de Texas Consumer Protection (1 1 1-1 A) P. O. Box 149091 Austin, TX 78714-9091 FAX 4 (512) 490-1007 Web: htto://www.tdi.texas.Qov E-mail: Con SLIM er.Protectionatdi.texas.eov DISPUTAS SOBRE PRIMAS O RECLAMOS: Si tiena una disputa concerniente a su prima o a un reclamo, debe comunicarse con el agente o prinicro. Si no se resuelve la disputa, puede entonces comunicarse con el departamento (TDI) UNA ESTE AVISO A SU POLIZA: Este avis❑ es solo Para proposito de informacion y no se convierte cn parte o condicion del documento adjunto. NP 70 68 09 01 LMS-15292 10115 Policy Number TB2-Z91-473016-023 Issued by LIBERTY MUTUAL FIRE INSURANCE COMPANY THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. NOTICE OF CANCELLATION TO THIRD PARTIES This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE PART MOTOR CARRIER COVERAGE PART GARAGE COVERAGE PART TRUCKERS COVERAGE PART EXCESS AUTOMOBILE LIABILITY INDEMNITY COVERAGE PART SELF -INSURED TRUCKER EXCESS LIABILITY COVERAGE PART COMMERCIAL GENERAL LIABILITY COVERAGE PART EXCESS COMMERCIAL GENERAL LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART LIQUOR LIABILITY COVERAGE PART COMMERCIAL LIABILITY — UMBRELLA COVERAGE FORM Name of Other Person(s) / Organization(s): Per Schedule On File With The Company Schedule Email Address or mailing address Per Schedule On File With The Company Number Days Notice: 30 A. If we cancel this policy for any reason other than nonpayment of premium, we will notify the persons or organizations shown in the Schedule above. We will send notice to the email or mailing address listed above at least 10 days, or the number of days listed above, if any, before the cancellation becomes effective. In no event does the notice to the third party exceed the notice to the first named insured. B. This advance notification of a pending cancellation of coverage is intended as a courtesy only. Our failure to provide such advance notification will not extend the policy cancellation date nor negate cancellation of the policy. All other terms and conditions of this policy remain unchanged. LIM 99 01 05 11 © 2011 Liberty Mutual Group of Companies. All rights reserved. Page 1 of 1 Includes copyrighted material of Insurance Services Office, Inc., with its permission. Policy Number TB2-Z91-473016-023 Issued by LIBERTY MUTUAL FIRE INSURANCE COMPANY THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. NOTICE OF CANCELLATION TO THIRD PARTIES This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE PART MOTOR CARRIER COVERAGE PART GARAGE COVERAGE PART TRUCKERS COVERAGE PART EXCESS AUTOMOBILE LIABILITY INDEMNITY COVERAGE PART SELF -INSURED TRUCKER EXCESS LIABILITY COVERAGE PART COMMERCIAL GENERAL LIABILITY COVERAGE PART EXCESS COMMERCIAL GENERAL LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART LIQUOR LIABILITY COVERAGE PART COMMERCIAL LIABILITY — UMBRELLA COVERAGE FORM Name of Other Person(s) / Organization(s): Per Schedule On File With The Company Schedule Email Address or mailing address Per Schedule On File With The Company Number Days Notice: 30 A. If we cancel this policy for any reason other than nonpayment of premium, we will notify the persons or organizations shown in the Schedule above. We will send notice to the email or mailing address listed above at least 10 days, or the number of days listed above, if any, before the cancellation becomes effective. In no event does the notice to the third party exceed the notice to the first named insured. B. This advance notification of a pending cancellation of coverage is intended as a courtesy only. Our failure to provide such advance notification will not extend the policy cancellation date nor negate cancellation of the policy. All other terms and conditions of this policy remain unchanged. LIM 99 01 05 11 © 2011 Liberty Mutual Group of Companies. All rights reserved. Page 1 of 1 Includes copyrighted material of Insurance Services Office, Inc., with its permission. UNIT PRICE BID Bidlist Item No. 1 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 SECTION 00 42 43 Developer Awarded Projects - PROPOSAL FORM Project Item Information Description Specification I Unit of Section No. Measure UNIT IV - A: PAVING IMPROVEMENTS (ONSITE' 3211.0400 Hydrated Lime 3211 29 TON 3211.0501 6" Lime Treatment 3211 29 SY 3213.0101 6" Conc Pvmt 32 13 13 SY 3213.0302 4" Conc Sidewalk (By Developer) 32 13 20 SF 3213.0506 Barrier Free Ramp, Type P-1 32 13 20 EA 3292.0400 Seeding, Hydromulch (Open Space) 32 92 13 SY 3441.4003 Furnish/Install Alum Sign Ground Mount City 3441 30 EA 3291.0100 Topsoil 3291 19 CY 3292.0100 Block Sod Placement 32 92 13 SY 3471.0001 Traffic Control 3471 13 MO 00 42 43 DAP - BID PROPOSAL Pagel of4 Bidder's Application Bidder's Proposal Bid Unit Price Bid Value Quantity 90 $320.00 $28,800.00 4,946 $5.75 $28,439.50 4,496 $59.35 $266,837.60 1,218 $8.45 $10,292.10 4 $3,215.00 $12,860.00 10,665 $0.80 $8,532.00 2 $620.00 $1,240.00 1,805 $70.50 $127,252.50 162 $17.35 $2,810.70 1 $500.00 $500.00 TOTAL UNIT IV - A: PAVING IMPROVEMENTS (ONSITE) $487,564.40 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS - DEVELOPER AWARDED PROJECTS Form Version May 22, 2019 00 42 43_HamptonPh3_Bid Proposall_DAP _Paving UNIT PRICE BID Bidlist Iteml No. 1 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 00 42 43 DAP - BID PROPOSAL Page 2 of 4 SECTION 00 42 43 Developer Awarded Projects - PROPOSAL FORM Bidder's Application Project Item Information Description Specification Unit of Bid Section No. Measure Quantity UNIT IV - B: PAVING IMPROVEMENTS (OFFSITE - MCCART) 3211.0400 Hydrated Lime 3211 29 TON 38 3211.0503 10" Lime Treatment 3211 29 SY 2094 3213.0105 10" Conc Pvmt 32 13 13 SY 1904 3213.0302 4" Conc Sidewalk (By Developer) 32 13 20 SF 670 3217.0003 4" BRK Pvmt Marking HAS (W) 32 17 23 LF 930 3217.0004 4" BRK Pvmt Marking HAS (Y) 32 17 23 LF 145 3217.0102 6" SLID Pvmt Marking HAS (Y) 32 17 23 LF 1066 3217.0401 18" BRK Pvmt Marking HAE (W) 32 17 23 LF 275 3217.2104 REFL Raised Marker TY II-C-R 32 17 23 EA 58 3291.0100 Topsoil 3291 19 CY 1212 3292.0100 Block Sod Placement 32 92 13 SY 1131 3292.0400 Seeding, Hydromulch (Open Space) 32 92 13 SY 5602 9999.0005 Install FOR Barricade 00 00 00 EA 1 9999.0006 Remove FOR Barricade 00 00 00 EA 1 9999.0007 Connect to Exist Pavement 00 00 00 EA 1 3471.0001 Traffic Control 3471 13 MO 1 TOTAL UNIT IV - B: PAVING IMPROVEMENTS (OFFSITE - McCART) CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS - DEVELOPER AWARDED PROJECTS Form Version May 22, 2019 Bidder's Proposal Unit Price I Bid Value $320.00 $12,160.00 $4.75 $9,946.50 $78.70 $149,844.80 $8.45 $5,661.50 $1.50 $1,395.00 $1.50 $217.50 $2.45 $2,611.70 $12.90 $3,547.50 $5.60 $324.80 $69.90 $84,718.80 $8.85 $10,009.35 $0.90 $5,041.80 $1,500.00 $1,500.00 $500.00 $500.00 $1,000.00 $1,000.00 1000 $1,000.00 $289,479.25 00 42 43_HamptonPh3_Bid Proposal l_DAP_Paving UNIT PRICE BID SECTION 00 42 43 Developer Awarded Projects - PROPOSAL FORM 00 42 43 PAP - BID PROPOSAL Page 3 of 4 Bidder's Application Project Item Information Bidder's Proposal BidlistItem� Description Specification Unit of Bid Unit Price Bid Value No. Section No. Measure Quantity UNIT IV - C: PAVING IMPROVEMENTS `OFFSITE - OL) CLEBURNE CROWLEYI 1 0241.1100 Remove Asphalt Pvmt 132 41 15 SY 290 $20.00 $5,800.00 2 3211.0400 Hydrated Lime :32 11 29 TON 10 $320.00 $3,200.00 3 3211.0503 10" Lime Treatment :32 11 29 SY 523 $5.75 $3,007.25 4 3213.0102 10" Conc Pvmt :32 13 13 SY 475 $78.70 $37,382.50 5 3213.0302 4" Conc Sidewalk (By Developer) :32 13 20 SF 425 $8.45 $3,591.25 6 3217.0004 4" BRK Pvmt Marking HAS (Y) :32 17 23 LF 700 $1.50 $1,050.00 7 3217.0401 18" BRK Pvmt Marking HAE (W) 32 17 23 LF 178 $12.90 $2,296.20 8 3217.4302 Remove 6" Pvmt Marking 32 17 23 LF 984 $1.15 $1,131.60 9 3291.0100 Topsoil 3291 19 CY 90 $80.75 $7,267.50 10 3292.0100 Block Sod Placement 32 92 13 SY 541 $10.70 $5,788.70 11 9999.0007 Connect to Exist Pavement 00 00 00 EA 1 $1,000.00 $1,000.00 12 3471.0001 Traffic Control 3471 13 MO 1 $1,000.00 $1,000.00 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 TOTAL UNIT IV - C: PAVING IMPROVEMENTS (OFFSITE - OLD CLE WRNE CROWLEY) $72,515.00 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS - DEVELOPER AWARDED PROJECTS Form Version May 22, 2019 00 42 43_HamptonPh3_Bid Proposal I_DAP _Paving SECTION 00 42 43 Developer Awarded Projects - PROPOSAL FORM UNIT PRICE BID 00 42 43 DAP - BID PROPOSAL Page 4 of 4 Bidder's Application Project Item Information Bidder's Proposal Bidlist Item) Specification I Unit of I Bid Description Unit Price Bid Value No. Section No. Measure Quantity Bid Summary TOTAL UNIT IV - A: PAVING IMPROVEMENTS (ONSITE) $487,564.40 TOTAL UNIT IV - B: PAVING IMPROVEMENTS (OFFSITE - McCART) $289,479.25 TOTAL UNIT IV - C: PAVING IMPROVEMENTS (OFFSITE - OLD CLEBURNE CROWLEY) $72,515.00 Total Construction Bid $849,558.65 This Bid is submitted by the entity named below: BIDDER: BY: i`J`^ 0 Gilco Contracting, Inc. C 6331 Southwest Blvd Benbrook, TX 76132 TITLE: Vice President, Operations (817) 735-1600 DATE: 12-6-2023 Contractor agrees to complete WORK for FINAL ACCEPTANCE within 35 worldng days after the date when the CONTRACT commences to run as provided in the General Conditions. END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS - DEVELOPER AWARDED PROJECTS Form Version May 22, 2019 00 42 43_HamptonPh3_Bid Proposall_DAP _Paving 0045 11 -1 BIDDERS PREQUALIFICATIONS Page 1 of 3 1 SECTION 00 45 11 2 BIDDERS PREQUALIFICATIONS 4 1. Summary. All contractors are required to be prequalified by the City prior to submitting 5 bids. To be eligible to bid the contractor must submit Section 00 45 12, Prequalification 6 Statement for the work type(s) listed with their Bid. Any contractor or subcontractor who is 7 not prequalified for the work type(s) listed must submit Section 00 45 13, Bidder 8 Prequalification Application in accordance with the requirements below. 9 10 The prequalification process will establish a bid limit based on a technical evaluation and 11 financial analysis of the contractor. The information must be submitted seven (7) days prior 12 to the date of the opening of bids. For example, a contractor wishing to submit bids on 13 projects to be opened on the 7th of April must file the information by the 31 st day of March 14 in order to bid on these projects. In order to expedite and facilitate the approval of a Bidder's 15 Prequalification Application, the following must accompany the submission. 16 a. A complete set of audited or reviewed financial statements. 17 (1) Classified Balance Sheet 18 (2) Income Statement 19 (3) Statement of Cash Flows 20 (4) Statement of Retained Earnings 21 (5) Notes to the Financial Statements, if any 22 b. A certified copy of the firm's organizational documents (Corporate Charter, Articles 23 of Incorporation, Articles of Organization, Certificate of Formation, LLC 24 Regulations, Certificate of Limited Partnership Agreement). 25 c. A completed Bidder Prequalification Application. 26 (1) The firm's Texas Taxpayer Identification Number as issued by the Texas 27 Comptroller of Public Accounts. To obtain a Texas Taxpayer Identification 28 number visit the Texas Comptroller of Public Accounts online at the 29 following web address www.window.state.tx.us/taxDennit/ and fill out the 30 application to apply for your Texas tax ID. 31 (2) The firm's e-mail address and fax number. 32 (3) The firm's DUNS number as issued by Dun & Bradstreet. This number 33 is used by the City for required reporting on Federal Aid projects. The DUNS 34 number may be obtained at www.dnb.com. 35 d. Resumes reflecting the construction experience of the principles of the firm for firms 36 submitting their initial prequalification. These resumes should include the size and 37 scope of the work performed. 38 e. Other information as requested by the City. 39 40 2. Prequalification Requirements 41 a. Financial Statements. Financial statement submission must be provided in 42 accordance with the following: 43 (1) The City requires that the original Financial Statement or a certified copy 44 be submitted for consideration. CITY OF FORT WORTH HAMPTON TRACT PHASE 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN: 104657 Revised April 2, 2014 0045 11 -2 BIDDERS PREQUALIFICATIONS Page 2 of 3 1 (2) To be satisfactory, the financial statements must be audited or reviewed 2 by an independent, certified public accounting firm registered and in 3 good standing in any state. Current Texas statues also require that 4 accounting firms performing audits or reviews on business entities within 5 the State of Texas be properly licensed or registered with the Texas State 6 Board of Public Accountancy. 7 (3) The accounting firm should state in the audit report or review whether 8 the contractor is an individual, corporation, or limited liability company. 9 (4) Financial Statements must be presented in U.S. dollars at the current rate 10 of exchange of the Balance Sheet date. 11 (5) The City will not recognize any certified public accountant as 12 independent who is not, in fact, independent. 13 (6) The accountant's opinion on the financial statements of the contracting 14 company should state that the audit or review has been conducted in 15 accordance with auditing standards generally accepted in the United 16 States of America. This must be stated in the accounting firm's opinion. 17 It should: (1) express an unqualified opinion, or (2) express a qualified 18 opinion on the statements taken as a whole. 19 (7) The City reserves the right to require a new statement at any time. 20 (8) The financial statement must be prepared as of the last day of any month, 21 not more than one year old and must be on file with the City 16 months 22 thereafter, in accordance with Paragraph 1. 23 (9) The City will determine a contractor's bidding capacity for the purposes 24 of awarding contracts. Bidding capacity is determined by multiplying the 25 positive net working capital (working capital = current assets — current 26 liabilities) by a factor of 10. Only those statements reflecting a positive 27 net working capital position will be considered satisfactory for 28 prequalification purposes. 29 (10) In the case that a bidding date falls within the time a new financial 30 statement is being prepared, the previous statement shall be updated with 31 proper verification. 32 b. Bidder Prequalification Application. A Bidder Prequalifcation Application must be 33 submitted along with audited or reviewed financial statements by firms wishing to be 34 eligible to bid on all classes of construction and maintenance projects. Incomplete 35 Applications will be rejected. 36 (1) In those schedules where there is nothing to report, the notation of 37 "None" or "N/A" should be inserted. 38 (2) A minimum of five (5) references of related work must be provided. 39 (3) Submission of an equipment schedule which indicates equipment under 40 the control of the Contractor and which is related to the type of work for 41 which the Contactor is seeking prequalification. The schedule must 42 include the manufacturer, model and general common description of 43 each piece of equipment. Abbreviations or means of describing 44 equipment other than provided above will not be accepted. 45 46 3. Eligibility to Bid 47 a. The City shall be the sole judge as to a contractor's prequalification. 48 b. The City may reject, suspend, or modify any prequalification for failure by the 49 contractor to demonstrate acceptable financial ability or performance. 50 c. The City will issue a letter as to the status of the prequalification approval. CITY OF FORT WORTH HAMPTON TRACT PHASE 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN: 104657 Revised April 2, 2014 0045 11 -3 BIDDERS PREQUALIFICATIONS Page 3 of 3 I d. If a contractor has a valid prequalifcation letter, the contractor will be eligible to bid 2 the prequalified work types until the expiration date stated in the letter. 3 8 END OF SECTION CITY OF FORT WORTH HAMPTON TRACT PHASE 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN: 104657 Revised April 2, 2014 00 45 12 DAP PREQUALMICATION STATEMENT Page 1 of 1 SECTION 00 45 12 DAP — PREQUALIFICATION STATEMENT Each Bidder is required to complete the information below by identifying the prequalified contractors and/or subcontractors whom they intend to utilize for the major work type(s) listed. In the "Maior Work Type" box provide the complete maior work tvpe and actual description as provided by the Water Department for water and sewer and TPW for pavins. Major Work Type Contractor/Subcontractor Company Name Prequalification Expiration Date Concrete Paving Construction Gilco Contracting, Inc 12-31-24 The undersigned hereby certifies that the contractors and/or subcontractors described in the table above are currently prequalified for the work types listed. BIDDER: Gilco Contracting, Inc. 6331 Southwest Blvd Benbrook, TX 76132 BY: Leia McQuien �c (Signature) TITLE: Vice President, Operations DATE: 12-6-2023 END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION PREQUALIFICATION STATEMENT— DEVELOPER AWARDED PROJECTS 0045 12_Prequalification Statement 2015_DAP Form Version September 1, 2015 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 004526-1 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW Page 1 of 1 SECTION 00 45 26 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW Pursuant to Texas Labor Code Section 406.096(a), as amended, Contractor certifies that it provides worker's compensation insurance coverage for all of its employees employed on City Project No. 104657. Contractor further certifies that, pursuant to Texas Labor Code, Section 406.096(b), as amended, it will provide to City its subcontractor's certificates of compliance with worker's compensation coverage. CONTRACTOR: _Lilco Contracting, Inc. Company 6331 Southwest Blvd Address Benbrook. TX 76132 City/State/Zip THE STATE OF TEXAS § COUNTY OFTARRANT § By: Leia McQuien (Please Print) Signature: Title: Vice President, Operations (Please Print) BEFORE ME, the undersigned authority, on this day personally appeared Leia McQuien , known to me to be the person whose name is subscribed to the foregoing instrument, and acknowledged to me that he/she executed the same as the act and deed of Gilco Contracting, Inc. for the purposes and consideration therein expressed and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this 6th day of December , 2024. ••Pp'v'n�B.,, EMMA TURNER Notary Public, State of TOM `• += My Commission Expires qwvv August 12, 2025 NOTARY ID 13326419 Notary Pub is in and for the State of Texas END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised April 2, 2014 HAMPTON TRACT PHASE 3 104657 00 52 43 - 1 Developer Awarded Project Agreement Page 1 of 4 1 SECTION 00 52 43 2 AGREEMENT 3 4 THIS AGREEMENT, authorized on 12/12/2023 is made by and between the Developer, 5 D. R. Horton — Texas, Ltd, authorized to do business in Texas ("Developer") , and Gilco 6 Contractrins Inc., authorized to do business in Texas, acting by and through its duly authorized 7 representative, ("Contractor"). 8 Developer and Contractor, in consideration of the mutual covenants hereinafter set forth, agree as 9 follows: 10 Article 1. WORK 11 Contractor shall complete all Work as specified or indicated in the Contract Documents for the 12 Project identified herein. 13 Article 2. PROJECT 14 The project for which the Work under the Contract Documents may be the whole or only a part is 15 generally described as follows: 16 HAMPTON TRACT PHASE 3 17 CITYPROJECT NUMBER: 104657 18 Article 3. CONTRACT TIME 19 3.1 Time is of the essence. 20 All time limits for Milestones, if any, and Final Acceptance as stated in the Contract 21 Documents are of the essence to this Contract. 22 3.2 Final Acceptance. 23 The Work will be complete for Final Acceptance within (35) working days after the date 24 when the Contract Time commences to run as provided in Paragraph 12.04 of the Standard 25 City Conditions of the Construction Contract for Developer Awarded Projects. 26 3.3 Liquidated damages 27 Contractor recognizes that time is of the essence of this Agreement and that Developer 28 will suffer financial loss if the Work is not completed within the times specified in 29 Paragraph 3.2 above, plus any extension thereof allowed in accordance with Article 10 of 30 the Standard City Conditions of the Construction Contract for Developer Awarded 31 Projects. The Contractor also recognizes the delays, expense and difficulties involved in 32 proving in a legal proceeding the actual loss suffered by the Developer if the Work is not 33 completed on time. Accordingly, instead of requiring any such proof , Contractor agrees 34 that as liquidated damages for delay (but not as a penalty), Contractor shall pay 35 Developer Six Hundred Fiftv Dollars ($650.00) for each day that expires after the time 36 specified in Paragraph 3.2 for Final Acceptance until the City issues the Final Letter of 37 Acceptance. CITY OF FORT WORTH HAMPTON TRACT PHASE 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN: 104657 Revised June 16, 2016 00 52 43 - 2 Developer Awarded Project Agreement Page 2 of 4 38 Article 4. CONTRACT PRICE 39 Developer agrees to pay Contractor for performance of the Work in accordance with the Contract 40 Documents an amount in current funds of EIGHT HUNDRED FOURTY NINE THOUSAND 41 FIVE HUNDRED FIFTY EIGHT DOLLARS AND SIXTY FIVE CENTS ($849,558.65). 42 Article 5. CONTRACT DOCUMENTS 43 5.1 CONTENTS: 44 A. The Contract Documents which comprise the entire agreement between Developer and 45 Contractor concerning the Work consist of the following: 46 1. This Agreement. 47 2. Attachments to this Agreement: 48 a. Bid Form (As provided by Developer) 49 1) Proposal Form (DAP Version) 50 2) Prequalification Statement 51 3) State and Federal documents (project specific) 52 b. Insurance ACORD Form(s) 53 c. Payment Bond (DAP Version) 54 d. Performance Bond (DAP Version) 55 c. Maintenance Bond (DAP Version) 56 f. Power of Attorney for the Bonds 57 g. Worker's Compensation Affidavit 58 h. MBE and/or SBE Commitment Form (If required) 59 3. Standard City General Conditions of the Construction Contract for Developer 60 Awarded Projects. 61 4. Supplementary Conditions. 62 5. Specifications specifically made a part of the Contract Documents by attachment 63 or, if not attached, as incorporated by reference and described in the Table of 64 Contents of the Project's Contract Documents. 65 6. Drawings. 66 7. Addenda. 67 8. Documentation submitted by Contractor prior to Notice of Award. 68 9. The following which may be delivered or issued after the Effective Date of the 69 Agreement and, if issued, become an incorporated part of the Contract Documents: 70 a. Notice to Proceed. 71 b. Field Orders. 72 c. Change Orders. 73 d. Letter of Final Acceptance. 74 75 CITY OF FORT WORTH HAMPTON TRACT PHASE 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN: 104657 Revised June 16, 2016 00 52 43 - 3 Developer Awarded Project Agreement Page 3 of 4 76 Article 6. INDEMNIFICATION 77 6.1 Contractor covenants and agrees to indemnify, hold harmless and defend, at its own 78 expense, the city, its officers, servants and employees, from and against any and all 79 claims arising out of, or alleged to arise out of, the work and services to be performed 80 by the contractor, its officers, agents, employees, subcontractors, licenses or invitees 81 under this contract. This indemnification vrovision is svecifically intended to overate 82 and be effective even if it is alleged or vroven that all or some of the damages being 83 sought were caused, in whole or in vart, by anv act, omission or negligence of the citv. 84 This indemnity provision is intended to include, without limitation, indemnity for 85 costs, expenses and legal fees incurred by the city in defending against such claims and 86 causes of actions. 87 88 6.2 Contractor covenants and agrees to indemnify and hold harmless, at its own expense, 89 the city, its officers, servants and employees, from and against any and all loss, damage 90 or destruction of property of the city, arising out of, or alleged to arise out of, the work 91 and services to be performed by the contractor, its officers, agents, employees, 92 subcontractors, licensees or invitees under this contract. This indemnification 93 vrovision is svecifically intended to overate and be effective even if it is alleged or 94 Droven that all or some of the damages being sought were caused, in whole or in Dart. 95 by anv act, omission or negligence of the citv. 96 97 Article 7. MISCELLANEOUS 98 7.1 Terms. 99 Terms used in this Agreement are defined in Article 1 of the Standard City Conditions of 100 the Construction Contract for Developer Awarded Projects. 101 7.2 Assignment of Contract. 102 This Agreement, including all of the Contract Documents may not be assigned by the 103 Contractor without the advanced express written consent of the Developer. 104 7.3 Successors and Assigns. 105 Developer and Contractor each binds itself, its partners, successors, assigns and legal 106 representatives to the other party hereto, in respect to all covenants, agreements and 107 obligations contained in the Contract Documents. 108 7.4 Severability. 109 Any provision or part of the Contract Documents held to be unconstitutional, void or 110 unenforceable by a court of competent jurisdiction shall be deemed stricken, and all ill remaining provisions shall continue to be valid and binding upon DEVELOPER and 112 CONTRACTOR. 113 7.5 Governing Law and Venue. 114 This Agreement, including all of the Contract Documents is performable in the State of 115 Texas. Venue shall be Tarrant County, Texas, or the United States District Court for the 116 Northern District of Texas, Fort Worth Division. CITY OF FORT WORTH HAMPTON TRACT PHASE 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN: 104657 Revised June 16, 2016 00 52 43 - 4 Developer Awarded Project Agreement Page 4 of 4 117 118 7.6 Authority to Sign. 119 Contractor shall attach evidence of authority to sign Agreement, if other than duly 120 authorized signatory of the Contractor. 121 122 IN WITNESS WHEREOF, Developer and Contractor have executed this Agreement in multiple 123 counterparts. 124 125 This Agreement is effective as of the last date signed by the Parties ("Effective Date"). 126 Contractor: Gilco Contracting, Inc. c (Signature) Leia McOuien (Printed Name) Title: Vice President, Operations Company Name: Gilco Contracting, Inc Address: 6331 Southwest Blvd City/State/Zip: Benbrook, TX 76132 12/12/2023 Developer: D.R. HORTON — TEXAS, LTD By: e-- (Signature) Justin Bosworth (Printed Name) Title: Assistant Secretary Company name: D.R. Horton — Texas, Ltd Address: 6751 North Fwy City/State/Zip: Fort Worth, TX 76131 Date= Date 127 12/12/2023 CITY OF FORT WORTH HAMPTON TRACT PHASE 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN: 104657 Revised June 16, 2016 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 Bond 9022238143 006213-1 PERFORMANCE BOND Page I of 2 SECTION 00 62 13 PERFORMANCE BOND THE STATE OF TEXAS § § KNOW ALL BY THESE PRESENTS: COUNTY OF TARRANT § That we, Gilco Contractine. Inc., known as "Principal" herein and Liberty Mutual Fire Insurance Company , a corporate surety(sureties, if more than one) duly authorized to do business in the State of Texas, known as "Surety" herein (whether one or more), are held and firmly bound unto the Developer, D.R. Horton — Texas, Ltd, authorized to do business in Texas ("Developer") and the City of Fort Worth, a Texas municipal corporation ("City"), in the penal sum of, EIGHT HUNDRED FOURTY NINE THOUSAND FIVE HUUNDRED FIFTY EIGHT DOLLARS AND SIXTY FIVE CENTS ($849,558.65), lawful money of the United States, to be paid in Fort Worth, Tarrant County, Texas for the payment of which sum well and truly to be made jointly unto the Developer and the City as dual obliges, we bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, Developer and City have entered into an Agreement for the construction of community facilities in the City of Fort Worth by and through a Community Facilitics Agreement, CFA Number CFA23-132; and WHEREAS, the Principal has entered into a certain written contract with the Developer awarded the 12th day of December , 2023, which Contract is hereby referred to and made a part hereof for all purposes as if fully set forth herein, to furnish all materials, equipment labor and other accessories defined by law, in the prosecution of the Work, including any Change Orders, as provided for in said Contract designated as Hampton Tract Phase 3. 27 NOW, THEREFORE, the condition of this obligation is such that if the said Principal 28 shall faithfully perform it obligations under the Contract and shall in all respects duly and 29 faithfully perforrn the Work, including Change Orders, under the Contract, according to the plans, 30 specifications, and contract documents therein referred to, and as well during any period of 31 extension of the Contract that may be granted on the part of the Developer and/or City, then this 32 obligation shall be and become mull and void, otherwise to remain in full force and effect. CITY OF FORT WORTH Hampton Tract Phase 3 STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS CPN: 104657 Revised January 31, 2012 006213-2 PERFORMANCE BOND Page 2 of 2 I PROVIDED FURTHER, that if any legal action be fled on this Bond, venue shall lie in 2 Tarrant County, Texas or the United States District Court for the Northern District of Texas, Fort 3 Worth Division. 4 5 6 7 8 9 10 Il 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 This bond is made and executed in compliance with the provisions of Chapter 2253 of the Texas Government Code, as amended, and all liabilities on this bond shall be determined in accordance with the provisions of said statue. IN WITNESS WHEREOF, the Principal and the Surety have SIGNED and SEALED this instrument by duly authorized agents and officers on this the 12th day of December 120 23 . ATTEST: (Principal) S re OM V t� V 11�J V fitness as to Principal PRINCIPAL: Gilco Contracting, Inc. BY ignature Leia McQuien, Vice President, Operations Name and Title Address: 6331 Southwest Blvd Benbrook. TX 76132 SURETY: Liberty Mutual Fire Insurance Company BY: a turc Si a Sophinie Hunter, Attorney -In -Fact Name and Title Address: 2200 Renaissance Blvd., Suite 400 King of Prussia, PA 19406 i\�tro"��l Wi ness as to Surety Telephone Number: 214-989-0000 `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 (nailing address, both must be provided. The date of the bond shall not be prior to the date the Contract is awarded. CITY OF FORT WORTH Hampton Tract Phase 3 STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS CPN: 104657 Revised January 31, 2012 Bond #022238143 006214-1 PAYMENT BOND Page] of 2 1 SECTION 00 62 14 2 PAYMENT BOND 3 4 THE STATE OF TEXAS § 5 § KNOW ALL BY THESE PRESENTS: 6 COUNTY OF TARRANT § 7 8 That we, Gilco Contractine. Inc., known as "Principal" herein, and 9 Liberty Mutual Fire Insurance Company , a corporate surety ( or 10 sureties if more than one), duly authorized to do business in the State of Texas, known as 11 "Surety" herein (whether one or more), are held and firmly bound unto the Developer, D.R. 12 Horton — Texas, Ltd, authorized to do business in Texas "(Developer"), and the City of Fort 13 Worth, a Texas municipal corporation ("City"), in the penal sum of EIGHT HUNDRED FORTY 14 NINE THOUSAND FIVE HUNDRED FIFTY EIGHT DOLLARS AND SIXTY FIVE CENTS 15 ($849,558.65)lawful money of the United States, to be paid in Fort Worth, Tarrant County, 16 Texas, for the payment of which sum well and truly be made jointly unto the Developer and the 17 City as dual obliges, we bind ourselves, our heirs, executors, administrators, successors and 18 assigns, jointly and severally, firmly by these presents: 19 WHEREAS, Developer and City have entered into an Agreement for the construction of 20 community facilities in the City of Fort Worth, by and through a Community Facilities 21 Agreement, CFA Number CFA23-132; and 22 WHEREAS, Principal has entered into a certain written Contract with Developer, 23 awarded the 12th day of December , 20 23 , which Contract is hereby 24 referred to and made a part hereof for all purposes as if fully set forth herein, to furnish all 25 materials, equipment, labor and other accessories as defined by law, in the prosecution of the 26 Work as provided for in said Contract and designated as Hampton Tract Phase 3. 27 NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION is such that if 28 Principal shall pay all monies owing to any (and all) payment bond beneficiary (as defined in 29 Chapter 2253 of the Texas Government Code, as amended) in the prosecution of the Work under 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 HAMPTON TRACT PHASE 3 STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS CPN: 104657 Revised January 31, 2012 006214-2 PAYMENTBOND Page 2 of 2 1 This bond is made and executed in compliance with the provisions of Chapter 2253 of the 2 Texas Government Code, as amended, and all liabilities on this bond shall be determined 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 duly authorized agents and officers on this the 12th day of 6 December 20 23 . 7 8 9 10 Il 12 13 14 ATTEST: C( --)4 (Principal) Segiey4 Witness as to Principal ATTEST: (Surety) Secretary Wetness as to Suret PRINCIPAL: Gilco Contractina, Inc. BY: Si ahire Leia McQuien, Vice President, Operations Name and Title Address: 6311 Southwest Blvd Benbrook, TX 76132 SURETY: Liberty Mutual Fire Insurance Company BY: (%-OA ! i S ignatud Sophinie Hunter, Attorney -In -Fact Name and Title Address: 2200 Renaissance Blvd., Suite 400 King of Prussia, PA 19406 Telephone Number: 214-989-0000 Note: If signed by an officer of the Surety, there must be on file a certified extract from the bylaws showing that this person has authority to sign such obligation. If Surety's physical address is different from its mailing address, both must be provided. The date of the bond shall not be prior to the date the Contract is awarded. END OF SECTION CITY OF FORT WORTH HAMPTON TRACT PHASE 3 STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS CPN: 104657 Revised January 31, 2012 Bond #022238143 006219-1 MAINTENANCE BOND Page] of 3 1 SECTION 00 62 19 2 MAINTENANCE BOND 3 4 THE STATE OF TEXAS § 5 § KNOW ALL BY THESE PRESENTS: 6 COUNTY OF TARRANT § 7 8 That we Gilco Contracting Inc.. known as "Principal' herein and 9 Liberty Mutual Fire Insurance Company , a corporate surety (sureties, if more than 10 one) duly authorized to do business in the State of Texas, known as "Surety" herein (whether one 11 or more), are held and firmly bound unto the Developer, D.R. Horton — Texas. Ltd. authorized to 12 do business in Texas ("Developer") and the City of Fort Worth, a Texas municipal corporation "See Below 13 ("City"), in the sum of lawful money of the United States, to be paid in Fort Worth, Tarrant 14 County, Texas, for payment of which sum well and truly be made jointly unto the Developer and 15 the City as dual obliges and their successors, we bind ourselves, our heirs, executors, 16 administrators, successors and assigns, jointly and severally, firmly by these presents. 17 *Eight Hundred Forty Nine Thousand Five Hundred Fifty Eight and 65/100 ($849,558.65) 18 WHEREAS, Developer and City have entered into an Agreement for the construction of 19 community facilities in the City of Fort Worth by and through a Community Facilities 20 Agreement, CFA Number CFA23-132; and 21 WHEREAS, the Principal has entered into a certain written contract with the Developer 22 awarded the 12th day of December , 20 23 , which Contract is 23 hereby referred to and a made part hereof for all purposes as if fully set forth herein, to furnish all 24 materials, equipment labor and other accessories as defined by law, in the prosecution of the 25 Work, including any Work resulting from a duly authorized Change Order (collectively herein, 26 the "Work") as provided for in said Contract and designated as Hampton Tract Phase 3; and 27 28 WHEREAS, Principal binds itself to use such materials and to so construct the Work in 29 accordance with the plans, specifications and Contract Documents that the Work is and will 30 remain free from defects in materials or workmanship for and during the period of two (2) years 31 after the date of Final Acceptance of the Work by the City ("Maintenance Period"); and 32 CITY OF FORT WORTH HAMPTON TRACT PHASE 3 STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS CPN: 104567 Revised January 31, 2012 006219-2 MAINTENANCE BOND Page 2 of 3 I WHEREAS, Principal binds itself to repair or reconstruct the Work in whole or in part 2 upon receiving notice from the Developer and/or City of the need thereof at any time within the 3 Maintenance Period. 4 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 8 remain in full force and effect. 9 10 PROVIDED, HOWEVER, 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 15 PROVIDED FURTHER, that if any legal action be filed on this Bond, venue shall lie in 16 Tarrant County, Texas or the United States District Court for the Northern District of Texas, Fort 17 Worth Division; and 18 19 PROVIDED FURTHER, that this obligation shall be continuous in nature and 20 successive recoveries may be had hereon for successive breaches. 21 22 23 CITY OF FORT WORTH HAMPTON TRACT PHASE 3 STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS CPN: 104567 Revised January 31, 2012 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 006219-3 MAINTENANCE BOND Page 3 of 3 IN WITNESS WHEREOF, the Principal and the Surety have each SIGNED and SEALED this instrument by duly authorized agents and officers on this the 12th day of December , 2023. ATTEST • (Principal) Vcy Witness as to Principal ATTEST: (Surety) Secietat W ess as to Suety PRINCIPAL: Gilco CQntractin& Inc.' ignature Leia McQuien, Vice President, Operations Name and Title Address: 6331 Southwest Blvd. Benbrook, TX 76132 SURETY: Liberty Mutual Fire Insurance Colppany BY: VfLJ�2cn�'f.G7 Sijnature Sophinie Hunter, Attorney -In -Fact Name and Title Address: 2200 Renaissance Blvd., Suite 400 King of Prussia, PA 19406 Telephone Number: 214-989-0000 *Note: If signed by an officer of the Surety Company, there must be on file a certified extract from the by-laws showing that this person has authority to sign such obligation. If Surety's physical address is different from its mailing address, both must be provided. The date of the bond shall not be prior to the date the Contract is awarded. CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised January 31, 2012 HAMPTON TRACT PHASE 3 CPN: 104567 This Power of Attorney limits the acts of those named herein, and they have no authority to bind the Company except in the manner and to the extent herein stated. Liberty Liberty Mutual Fire Insurance Company MutuilH Wausau, Wisconsin Certificate No: 8205468-022020 SURETY POWER OF ATTORNEY KNOWN ALL PERSONS BY THESE PRESENTS: Liberty Mutual Fire Insurance Company, being a Wisconsin Corporation having its principal office in the City of Wausau, State of Wisconsin does hereby make, constitute and appoint Don E. Cornell; Joshua Saunders; Kelly A. Westbrook; Mikaela Peppers; Ricardo J. Reyna; Robbi Morales; Sophinie Hunter; Tina McEwan; Tonic Petranek all of the city of Dallas state of ['X each individually if there be more than one named, its true and lawful attorney(s)-in-fact, with full power and authority hereby conferred in their/its name, place and stead, to sign, execute, acknowledge and deliver in their/its behalf, and as theirfits act and deed, without power of redelegation, as follows: Bonds, undertakings, recognizances, contracts of indemnity, and all other surety obligations, as required, unlimited as to Dollar amount and to bind the Company(ies) making this appointment thereby as fully and to the same extent as if such bond or undertaking was signed by the duly authorized officers of the Company(ies), and all the acts of said attorney(s), pursuant to the authority herein given, are hereby ratified and confirmed, AUTHORITY FOR MAKING APPOINTMENT OF ATTORNEYS -IN -FACT — Appointment of Attorneys -in -Fact by Liberty Mutual Fire Insurance Company are made pursuant to Article V, Section 10 of Liberty Mutual Fire Insurance Company's By -Laws, as amended and by Unanimous Consent of the Board of Directors dated May 21st, 2013. Further, the President of Liberty Mutual Fire Insurance Company, executed a Delegation of Authority and authorized the assistant secretary signing below to appoint attorneys -in -fact as may be necessary to act on behalf of Liberty Mutual Fire Insurance Company to make w a i execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances, and other surety obligations. W c0i m IN WITNESS WHEREOF, Liberty Mutual Fire Insurance Company has caused these presents to be signed by its authorized representatives, and its Corporate Seal to be hereto affixed, = Co this 23rd day of April 2021 c 0 (D Liberty Mutual Fire Insurance Company '0 ' cc O Co7",a PoRSV'r'y t�-2 -6co 19080 Q` , r�arr��``� Yd' �ScoN`'`� L;o By '�� a r= m ,� �'s�1 tad David M. Carey, Assistant Secretary a O 02 * —_ o� c`oE Attest: ru tea t�L 8. °' y Heather B, Magee o 0 C m State of PENNSYLVANIA 04 E c County of MONTGOMERY a � o The foregoing instrument was acknowledged before me this 23rd day of April 2021 by David M. Carey, an authorized representative of Liberty Mutual Fire Insurance o 20 Insurance Company. > a)>' 7'"' PA'5% cr°i `�;�,` �� Commonwealth of Pennsylvania - NotarySeal = ` a °s` .q Y' O N Z U p.'� Teresa Pastella, Notary Public ''//�� /1, � co Montgomery County /CGP�-(�r�t2iJ C) r6 My commission expires March 28, 2025 B O � 'd Commission number 1126044 y^ u_ i1 ,4 t` Teresa Pastella, Notary Public ....�`Member, Pennsylvania Association of Notaries u ry CERTIFICATE I, the undersigned, an Assistant Secretary of Liberty Mutual Fire Insurance Company, do hereby certify that the original power of attorney of which the foregoing is a full, true and correct copy, is in full force and effect on the date of this certificate; and I do further certify that the officer or official who executed the said power of attomey was one of the officers or officials specially authorized by the Board of Directors to appoint attorneys -in -fact as provided in the Unanimous Consent and Vote of the Board of Directors of Liberty Mutual Fire Insurance Company dated May 21, 2013. This certificate and the above power of attorney may be signed by facsimile or mechanically reproduced signatures under and by authority of the Board of Directors of Liberty Mutual Fire Insurance Company evidenced by the Unanimous Consent and Vote of the Board of Directors dated June 28, 2006 wherein it was VOTED that the signatures of such officers and the seal of the Company may be affixed to any such power of attorney or to any cerfifica;e relating thereto by facsimile, and any such power of attorney or certificate bearing such facsimile signature and facsimile seal shall be valid and binding upon the Company whan so affixed and m the future with respect to any surety undertakings, bonds, recognizances and other surety obligations to which it is attached. IN TESTIMONY WHEREOF, I have hereunto subscribed my name and affixed the corporate seal of the said company, affixed, this _ day of _ 19 08 By: o° Renee C. Llewellyn, Assistant Secretary rd�h'Scoe+s`rdaz' 9j7 LMS-22023 03/21 Liert� Mutua , ...... ......... ..- -- _ ...... _.... SURETY TEXAS IMPORTANT NOTICE To obtain information or make a complaint: You may call toll -free for information or to make a complaint at 1-877-751-2640 You may also write to: 2200 Renaissance Blvd., Ste. 400 King of Prussia, PA 19406-2755 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 Consumer Protection (I I I -1 A) P. O. Box 149091 Austin, TX 78714-9091 FAX: (512) 490-1007 Web: httr)://www.tdi.texas.aov E-mail: Con sum erProtectionntdi.texas.eov PREMIUM OR CLAIM DISPUTES: Should you have a dispute concerning your premium or about a claim you should first contact the agent or call 1-800-843-6446. If the dispute is not resolved, you may contact the Texas Department of Insurance. ATTACH THIS NOTICE TO YOUR POLICY: This notice is for information only and does not become a part or condition of the attached document. NP 70 68 09 01 LMS-15292 10/15 TEXAS AVISO IMPORTANTE Para obtener informacion o para someter una queja: Usted puede Ilamar al numero de telefono gratis para informacion o para someter una queja al 1-877-751-2640 Usted tambien puede escribir a: 2200 Renaissance Blvd., Ste. 400 King of Prussia, PA 19406-2755 Puede comunicarse con el Departamento de Seguros de Texas para obtener informacion acerca de companias, coberturas, derechos o quejas al 1-800-252-3439 Puede escribir al Departamento de Seguros de Texas Consumer Protection (I 11-1A) P. O. Box 149091 Austin, TX 78714-9091 FAX # (512) 490-1007 Web: httn://www.tdi.texas.eov E-mail: ConsumerProtectionVtdi.texas.gov DISPUTAS SOBRE PRIMAS O RECLAMOS: Si tiena una disputa concerniente a su prima o a un reclamo, debe comunicarse con el agente o primero. Si no se resuelve la disputa, puede entonces comunicarse con el departamento (TDI) UNA ESTE AVISO A SU POLIZA: Este aviso es solo para proposito de informacion y no se convierte en parte o condicion del documento adjunto. WORKERS COMPENSATION AND EMPLOYERS LIABILITY INSURANCE POLICY WC 42 06 01 (Ed. 7-84) 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 cancelation 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. Schedule 1. Number of days advance notice: 30 2. Notice will be mailed to: Gilco Contracting, Inc. 6331 southwest Blvd Benbrook, TX 76132 This endorsement changes the policy to which it is attached and is effective on the date issued unless otherwise stated. (The information below is required only when this endorsement is issued subsequent to preparation of the policy.) Endorsement Effective Policy No. WC2-Z91-473015-033 Endorsement No. Insured: Gilco Contracting, Inc.. Premium Insurance Company Liberty Mutual Fire Insurance Company Countersigned by WC420601 (Ed. 7-84) Policy Number: AS7-Z91-473015-013 Issued By: Liberty Mutual Fire Insurance Co. THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. NOTICE OF CANCELLATION TO THIRD PARTIES This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE PART MOTOR CARRIER COVERAGE PART GARAGE COVERAGE PART TRUCKERS COVERAGE PART EXCESS AUTOMOBILE LIABILITY INDEMNITY COVERAGE PART SELF -INSURED TRUCKER EXCESS LIABILITY COVERAGE PART COMMERCIAL GENERAL LIABILITY COVERAGE PART EXCESS COMMERCIAL GENERAL LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART LIQUOR LIABILITY COVERAGE PART Schedule Name of Other Person(s)/ Email Address or mailing Number Organization(s): address: Days Notice: Per Schedule On File With The 30 Company A. If we cancel this policy for any reason other than nonpayment of premium, we will notify the persons or organizations shown in the Schedule above. We will send notice to the email or mailing address listed above at least 10 days, or the number of days listed above, if any, before the cancellation becomes effective. In no event does the notice to the third party exceed the notice to the first named insured. B. This advance notification of a pending cancellation of coverage is intended as a courtesy only. Our failure to provide such advance notification will not extend the policy cancellation date nor negate cancellation of the policy. All other terms and conditions of this policy remain unchanged. LIM 99 0105 11 © 2011, Liberty Mutual Group of Companies. All rights reserved Includes copyrighted material of Insurance Services Office, Inc. Page 1 of 1 with its permission. Policy Number TB7-Z91-473015-023 Issued by Liberty Insurance Corp. THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. NOTICE OF CANCELLATION TO THIRD PARTIES This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE PART MOTOR CARRIER COVERAGE PART GARAGE COVERAGE PART TRUCKERS COVERAGE PART EXCESS AUTOMOBILE LIABILITY INDEMNITY COVERAGE PART SELF -INSURED TRUCKER EXCESS LIABILITY COVERAGE PART COMMERCIAL GENERAL LIABILITY COVERAGE PART EXCESS COMMERCIAL GENERAL LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART LIQUOR LIABILITY COVERAGE PART COMMERCIAL LIABILITY - UMBRELLA COVERAGE FORM A. If we cancel this policy for any reason other than nonpayment of premium, we will notify the persons or organizations shown in the Schedule of this endorsement. We will send notice to the email or mailing address listed above at least 10 days, or the number of days listed above, if any, before the cancellation becomes effective. In no event does the notice to the third party exceed the notice to the first named insured. B. This advance notification of a pending cancellation of coverage is intended as a courtesy only. Our failure to provide such advance notification will not extend the policy cancellation date nor negate cancellation of the policy. All other terms and conditions of this policy remain unchanged. Schedule Name of Other Person(s) / Email Address or mailing address: Number Days Notice: Organization(s): Per Schedule On File With The Company Per Schedule On File With The Company 30 LIM 99 01 05 11 © 2011, Liberty Mutual Group of Companies. All rights reserved. Page 1 of 1 Includes copyrighted material of Insurance Services Office, Inc., with its permission. WORKERS COMPENSATION AND EMPLOYERS LIABILITY INSURANCE POLICY WC 42 06 01 (Ed. 7-84) 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 cancelation 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. Schedule 1. Number of days advance notice: 30 2. Notice will be mailed to: Gilco Contracting, Inc. 6331 southwest Blvd Benbrook, TX 76132 This endorsement changes the policy to which it is attached and is effective on the date issued unless otherwise stated. (The information below is required only when this endorsement is issued subsequent to preparation of the policy.) Endorsement Effective Policy No. WC2-Z91-473015-033 Endorsement No. Insured: Gilco Contracting, Inc.. Premium Insurance Company Liberty Mutual Fire Insurance Company Countersigned by WC420601 (Ed. 7-84) Policy Number: AS7-Z91-473015-013 Issued By: Liberty Mutual Fire Insurance Co. THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. NOTICE OF CANCELLATION TO THIRD PARTIES This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE PART MOTOR CARRIER COVERAGE PART GARAGE COVERAGE PART TRUCKERS COVERAGE PART EXCESS AUTOMOBILE LIABILITY INDEMNITY COVERAGE PART SELF -INSURED TRUCKER EXCESS LIABILITY COVERAGE PART COMMERCIAL GENERAL LIABILITY COVERAGE PART EXCESS COMMERCIAL GENERAL LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART LIQUOR LIABILITY COVERAGE PART Schedule Name of Other Person(s)/ Email Address or mailing Number Organization(s): address: Days Notice: Per Schedule On File With The 30 Company A. If we cancel this policy for any reason other than nonpayment of premium, we will notify the persons or organizations shown in the Schedule above. We will send notice to the email or mailing address listed above at least 10 days, or the number of days listed above, if any, before the cancellation becomes effective. In no event does the notice to the third party exceed the notice to the first named insured. B. This advance notification of a pending cancellation of coverage is intended as a courtesy only. Our failure to provide such advance notification will not extend the policy cancellation date nor negate cancellation of the policy. All other terms and conditions of this policy remain unchanged. LIM 99 0105 11 © 2011, Liberty Mutual Group of Companies. All rights reserved Includes copyrighted material of Insurance Services Office, Inc. Page 1 of 1 with its permission. Policy Number TB7-Z91-473015-023 Issued by Liberty Insurance Corp. THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. NOTICE OF CANCELLATION TO THIRD PARTIES This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE PART MOTOR CARRIER COVERAGE PART GARAGE COVERAGE PART TRUCKERS COVERAGE PART EXCESS AUTOMOBILE LIABILITY INDEMNITY COVERAGE PART SELF -INSURED TRUCKER EXCESS LIABILITY COVERAGE PART COMMERCIAL GENERAL LIABILITY COVERAGE PART EXCESS COMMERCIAL GENERAL LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART LIQUOR LIABILITY COVERAGE PART COMMERCIAL LIABILITY - UMBRELLA COVERAGE FORM A. If we cancel this policy for any reason other than nonpayment of premium, we will notify the persons or organizations shown in the Schedule of this endorsement. We will send notice to the email or mailing address listed above at least 10 days, or the number of days listed above, if any, before the cancellation becomes effective. In no event does the notice to the third party exceed the notice to the first named insured. B. This advance notification of a pending cancellation of coverage is intended as a courtesy only. Our failure to provide such advance notification will not extend the policy cancellation date nor negate cancellation of the policy. All other terms and conditions of this policy remain unchanged. Schedule Name of Other Person(s) / Email Address or mailing address: Number Days Notice: Organization(s): Per Schedule On File With The Company Per Schedule On File With The Company 30 LIM 99 01 05 11 © 2011, Liberty Mutual Group of Companies. All rights reserved. Page 1 of 1 Includes copyrighted material of Insurance Services Office, Inc., with its permission. UNIT PRICE BID SECTION 00 42 43 Developer Awarded Projects - PROPOSAL FORM Project Item Information 00 42 43 DAP -BID PROPOSAL Page 1 or4 Bidder's Application Bidlist Description Specitication Unit of I Bid Item No. Section No. Measure Quantity UNIT V - A: STREET LIGHTING IMPROVEMElk TS (ONSI—E) 1 2605.3015 2" CONDT PVC SCH 80(T) 26 05 33 LF 419 2 3441.1410 NO 10 Insulated Elec Condr 3441 10 LF 1,146 3 3441.1646 Furnish/Install Type 33B Arm 3441 20 EA 8 4 3441.3050 Furnish/Install LED Lighting Fixture (70 watt ATBO Cobra Head) 3441 20 EA 8 5 3441.3301 Rdwy Ilium Foundation TY 1,2, and 4 3441 20 EA 8 6 3441.3351 Furnish/Install Rdway Ilium TY 11 Pole 3441 20 EA 8 7 8 9 10 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 Bidder's Proposal Unit Price ( Bid Value 21.52 $ 9,016.88 1.86 $ 2,131.56 398 $ 3,184.00 371 $ 2,968.00 1959 $ 15,672.00 2251 $ 18,008.00 TOTAL UNIT V - A: STREET LIGHTING IMPROVEMENTS (ONSITE) $50,980.44 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS- DEVELOPER AWARDED PROJECTS Fonn Vccsion May 22. 2019 00 42 43_HamptonPh3_8id Proposa12_DAP_Electrical UNIT PRICE BID Bidlist Item No. 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 31 32 _33 34 35 36 37 38 39 40 41 42 43 00 42 43 DAP -ArD PROPOSAL Pap 2of4 SECTION 00 42 43 Developer Awarded Projects - PROPOSAL FORM Bidder's Application Project Item Information Description Specification I Unit of Bid I Section No. Measure Quantity UNIT V - B: STREET LIGHTING IMPROVEMENTS (OFFSITE - McCART) 2605.3015 2" CONDT PVC SCH 80(T) 26 05 33 LF 524 3441.1410 NO 10 Insulated Elec Condr 3441 10 LF 2,096 3441.1646 Furnish/Install Type 33B Arm 3441 20 EA 4 3441.3050 Furnish/Install LED Lighting Fixture (70 watt ATBO 3441 20 EA 4 3441.3301 Rdwy Ilium Assmbly TY 18 3441 20 EA 4 3441.3301 Rdwy Ilium Foundation TY 18,18A,19, and D-40 '34 41 20 EA 4 TOTAL UNIT V - B: STREET LIGHTING IMPROVEMENTS (OFFSITE - McCART) Bidder's Proposal Unit Price I Bid Value 21.52 $ 11,276.48 4.7 $ 9,851.20 398 $ 1,592.00 563 $ 2,252.00 3102 $ 12,408.00 2327 $ 9,308.00 $46,687.68 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS -DEVELOPER .AWARDFD PROJECTS Form Vcrsion M.y 22. 2019 00 42 43_FI—ptonPh3_Bid Proposa12_DAP_F1mtrica1 Cw 42 43 DAP -BID PROPOSAL Pagc 3 ot4 SECTION 00 42 43 Developer Awarded Projects - PROPOSAL FORM UNIT PRICE BID Bidder's Application Project Item Information Bidder's Proposal Bidlist Description Specification Unit of Bid Unit Price Bid Value Item IQo. Section No. Measure Quantity UNIT V - C: STREET LIGHTING IMPROVEMENTS (OFFSITE - OLD CLEBURNE CROWLEY) 1 2605.3015 2" CONDT PVC SCH 80(T) 26 05 33 LF 200 21.52 $ 4,304.00 2 3441.1410 NO 10 Insulated Elec Condr 3441 10 LF 400 6.03 $ 2,412.00 3 3441.1646 Furnish/Install Type 33B Arm 3441 20 EA 2 398 $ 796.00 4 3441.3050 Furnish/Install LED Lighting Fixture (70 watt ATBO 3441 20 EA 2 563 $ 1,126.00 5 3441.3301 Rdwy Ilium Assmbly TY 18 3441 20 EA 2 3102 $ 6,204.00 6 3441.3301 Rdwy Ilium Foundation TY 18,18A,19, and D-40 3441 20 EA 2 2327 $ 4,654.00 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 UNIT V - C: STREET LIGHTING IMPROVEMENTS (OFFSITE - OLD CLEBURNE CROWLEY) $19,496.00 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS - DEVELOPER AWARDED PROJECTS Fonn Version May 22, 2019 00 42 43_Hampto,,PhJ_8id Pwpa,.l2_DAP _Elwncal SECTION 00 42 43 Developer Awarded Projects - PROPOSAL FORM UNIT PRICE BID 00 42 43 DAP - BID PROPOSAL Page 4 of 4 Bidder's Application Project Item Information Bidlist I I Specification I Unit of Bid Item No. Description Section No. Measure I Quantity Bid Summary TOTAL UNIT V - A: STREET LIGHTING IMPROVEMENTS (ONSITE) TOTAL UNIT V - B: STREET LIGHTING IMPROVEMENTS (OFFSITE - McCART) UNIT V - C: STREET LIGHTING IMPROVEMENTS (OFFSITE - OLD CLEBURNE CROWLEY) Total Construction Bid This Bid is submitted by the entity named below: BIDDER: Independent Utility Constructton, Inc. 5109 Sun Valley Drive Fort Worth, TX 76119 (817)479-4444 Contractor agrees to complete WORK for FINAL ACCEPTANCE within CONTRACT commences to run as prodded in the General Conditions. Bidder's Proposal Unit Price I Bid Value BY: ' and Wolf' j 1 TITLE: President DATE: 1 � _ 1 X,3 1 END OF SECTION $50,980.44 $46,687.68 $19,496.00 $117,164.12 25 working days after the date when the CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS- DEVELOPER AWARDED PROJECTS Font Vcrsion May 22. 2019 00 42 43_HamptonPh3 Rid ProposaL_DAP_Electrical 004511-1 BIDDERS PREQUALIFICATIONS Page l of 3 1 SECTION 00 45 11 2 BIDDERS PREQUALIFICATIONS 4 1. Summary. All contractors are required to be prequalified by the City prior to submitting 5 bids. To be eligible to bid the contractor must submit Section 00 45 12, Prequalification 6 Statement for the work type(s) listed with their Bid. Any contractor or subcontractor who is 7 not prequalified for the work type(s) listed must submit Section 00 45 13, Bidder 8 Prequalification Application in accordance with the requirements below. 10 The prequalifcation process will establish a bid limit based on a technical evaluation and 11 financial analysis of the contractor. The information must be submitted seven (7) days prior 12 to the date of the opening of bids. For example, a contractor wishing to submit bids on 13 projects to be opened on the 7th of April must file the information by the 31 st day of March 14 in order to bid on these projects. In order to expedite and facilitate the approval of a Bidder's 15 Prequalification Application, the following must accompany the submission. 16 a. A complete set of audited or reviewed financial statements. 17 (1) Classified Balance Sheet 18 (2) Income Statement 19 (3) Statement of Cash Flows 20 (4) Statement of Retained Earnings 21 (5) Notes to the Financial Statements, if any 22 b. A certified copy of the firm's organizational documents (Corporate Charter, Articles 23 of Incorporation, Articles of Organization, Certificate of Formation, LLC 24 Regulations, Certificate of Limited Partnership Agreement). 25 c. A completed Bidder Prequalification Application. 26 (1) The firm's Texas Taxpayer Identification Number as issued by the Texas 27 Comptroller of Public Accounts. To obtain a Texas Taxpayer Identification 28 number visit the Texas Comptroller of Public Accounts online at the 29 following web address www.window.state.tx.us/taxoennit/ and fill out the 30 application to apply for your Texas tax ID. 31 (2) The firm's e-mail address and fax number. 32 (3) The firm's DUNS number as issued by Dun & Bradstreet. This number 33 is used by the City for required reporting on Federal Aid projects. The DUNS 34 number may be obtained at www.dnb.com. 35 d. Resumes reflecting the construction experience of the principles of the firm for firms 36 submitting their initial prequalification. These resumes should include the size and 37 scope of the work performed. 38 e. Other information as requested by the City. 39 40 2. Prequalification Requirements 41 a. Financial Statements. Financial statement submission must be provided in 42 accordance with the following: 43 (1) The City requires that the original Financial Statement or a certified copy 44 be submitted for consideration. CITY OF FORT WORTH HAMPTON TRACT PHASE 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN: 104657 Revised April 2, 2014 004511-2 BIDDERS PREQUALIFICATIONS Page 2 of 3 1 (2) To be satisfactory, the financial statements must be audited or reviewed 2 by an independent, certified public accounting firm registered and in 3 good standing in any state. Current Texas statues also require that 4 accounting firms performing audits or reviews on business entities within 5 the State of Texas be properly licensed or registered with the Texas State 6 Board of Public Accountancy. 7 (3) The accounting firm should state in the audit report or review whether 8 the contractor is an individual, corporation, or limited liability company. 9 (4) Financial Statements must be presented in U.S. dollars at the current rate 10 of exchange of the Balance Sheet date. 11 (5) The City will not recognize any certified public accountant as 12 independent who is not, in fact, independent. 13 (6) The accountant's opinion on the financial statements of the contracting 14 company should state that the audit or review has been conducted in 15 accordance with auditing standards generally accepted in the United 16 States of America. This must be stated in the accounting firm's opinion. 17 It should: (1) express an unqualified opinion, or (2) express a qualified 18 opinion on the statements taken as a whole. 19 (7) The City reserves the right to require a new statement at any time. 20 (8) The financial statement must be prepared as of the last day of any month, 21 not more than one year old and must be on file with the City 16 months 22 thereafter, in accordance with Paragraph 1. 23 (9) The City will determine a contractor's bidding capacity for the purposes 24 of awarding contracts. Bidding capacity is determined by multiplying the 25 positive net working capital (working capital = current assets — current 26 liabilities) by a factor of 10. Only those statements reflecting a positive 27 net working capital position will be considered satisfactory for 28 prequalification purposes. 29 (10) In the case that a bidding date falls within the time a new financial 30 statement is being prepared, the previous statement shall be updated with 31 proper verification. 32 b. Bidder Prequalification Application. A Bidder Prequalification Application must be 33 submitted along with audited or reviewed financial statements by firms wishing to be 34 eligible to bid on all classes of construction and maintenance projects. Incomplete 35 Applications will be rejected. 36 (1) In those schedules where there is nothing to report, the notation of 37 "None" or "N/A" should be inserted. 38 (2) A minimum of five (5) references of related work must be provided. 39 (3) Submission of an equipment schedule which indicates equipment under 40 the control of the Contractor and which is related to the type of work for 41 which the Contactor is seeking prequalification. The schedule must 42 include the manufacturer, model and general common description of 43 each piece of equipment. Abbreviations or means of describing 44 equipment other than provided above will not be accepted. 45 46 3. Eligibility to Bid 47 a. The City shall be the sole judge as to a contractor's prequalification. 48 b. The City may reject, suspend, or modify any prequalification for failure by the 49 contractor to demonstrate acceptable financial ability or performance. 50 c. The City will issue a letter as to the status of the prequalification approval. CITY OF FORT WORTH HAMPTON TRACT PHASE 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN: 104657 Revised April 2, 2014 004511-3 BIDDERS PREQUALIFICATIONS Page 3 of 3 1 d. If a contractor has a valid prequalification letter, the contractor will be eligible to bid 2 the prequalified work types until the expiration date stated in the letter. 3 4 6 8 END OF SECTION CITY OF FORT WORTH HAMPTON TRACT PHASE 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN: 104657 Revised April 2, 2014 0045 12 OAP PREQUALIFICATION STATEMENT Page I of I SECTION 00 4512 DAP — PREQUALIFICATION STATEMENT Each Bidder is required to complete the information below by identifying the prequalified contractors and/or subcontractors whom they intend to utilize for the major work type(s) listed. In the "Maior Work Tvne" box provide the complete maior work tvpe and actual descrintion as provided by the Water Denartment for water and sewer and TPW for paving.. Major Work Type Contractor/Subcontractor Company Name I Prequalification Expiration Date IRoadway and Pedestrian Street Independent Utility Construction, Inc. I �- I �� Lighting The undersigned hereby certifies that the contractors and/or subcontractors described in the table above are currently prequalified for the work types listed. BIDDER: Independent Utility Construction, Inc. 5109 Sun Valley Dr Fort Worth, TX 76119 BY chard Wolfe (Signature) TITLE: President DATE: ra - Y— )Zd-3 END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION PREQUALIFICATION STATEMENT— DEVELOPER AWARDED PROJECTS Form Version September 1, 2015 00 45 12—Prequalification Statement 2015—DAP 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 00 45 26 - 1 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW Page I of 1 SECTION 00 45 26 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW Pursuant to Texas Labor Code Section 406.096(a), as amended, Contractor certifies that it provides worker's compensation insurance coverage for all of its employees employed on City Project No. 104657. Contractor further certifies that, pursuant to Texas Labor Code, Section 406.096(b), as amended, it will provide to City its subcontractor's certificates of compliance with worker's compensation coverage. CONTRACTOR: Independent Utilitv Construction, Inc. Company 5109 Sun Vallev Dr Address Fort Worth, TX 76119. City/State/Zip THE STATE OF TEXAS § COUNTY OF TARRANT § By: Richard Wolfe (Please Pr' Signature: Title: President (Please Print) BEFORE ME, the undersigned authority, on this day personally appeared Richard Wolfe , known to me to be the person whose name is subscribed to the foregoing instrument, and acknowledged to me that he/she executed the same as the act and deed of IndeDendent Utility Construction. Inc. for the purposes and consideration therein expressed and in the capacity therein stated. L �CN� & AND AL OF OFFICE this day of 220 n MCHRISTINA GARCIA Notary Public, State of Texas NO a Public in and for the State of Texas ,p ; ,-z Comm. Expires 12-20-2024 rY Notary ID 130940785 END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised April 2, 2014 HAMPTON TRACT PHASE 3 104657 00 52 43 - 1 Developer Awarded Project Agreement Page i of 4 1 SECTION 00 52 43 2 AGREEMENT 3 4 THIS AGREEMENT, authorized on 12/12/2023 is made by and between the Developer, 5 D. R. Horton — Texas, Ltd, authorized to do business in Texas ("Developer") , and Independent 6 Utility Construction, Inc., authorized to do business in Texas, acting by and through its duly 7 authorized representative, ("Contractor"). 8 Developer and Contractor, in consideration of the mutual covenants hereinafter set forth, agree as 9 follows: 10 Article 1. WORK 11 Contractor shall complete all Work as specified or indicated in the Contract Documents for the 12 Project identified herein. 13 Article 2. PROJECT 14 The project for which the Work under the Contract Documents may be the whole or only a part is 15 generally described as follows: 16 HAMPTON TRACT PHASE 3 17 CITYPROJECT NUMBER: 104657 18 Article 3. CONTRACT TIME 19 3.1 Time is of the essence. 20 All time limits for Milestones, if any, and Final Acceptance as stated in the Contract 21 Documents are of the essence to this Contract. 22 3.2 Final Acceptance. 23 The Work will be complete for Final Acceptance within (25) working days after the date 24 when the Contract Time commences to run as provided in Paragraph 12.04 of the Standard 25 City Conditions of the Construction Contract for Developer Awarded Projects. 26 3.3 Liquidated damages 27 Contractor recognizes that time is of the essence of this Agreement and that Developer 28 will suffer financial loss if the Work is not completed within the times specified in 29 Paragraph 3.2 above, plus any extension thereof allowed in accordance with Article 10 of 30 the Standard City Conditions of the Construction Contract for Developer Awarded 31 Projects. The Contractor also recognizes the delays, expense and difficulties involved in 32 proving in a legal proceeding the actual loss suffered by the Developer if the Work is not 33 completed on time. Accordingly, instead of requiring any such proof , Contractor agrees 34 that as liquidated damages for delay (but not as a penalty), Contractor shall pay 35 Developer Six Hundred Fiftv Dollars ($650.00) for each day that expires after the time 36 specified in Paragraph 3.2 for Final Acceptance until the City issues the Final Letter of 37 Acceptance. CITY OF FORT WORTH HAMPTON TRACT PHASE 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN: 104657 Revised June 16, 2016 005243-2 Developer Awarded Project Agreement Page 2 of 4 38 Article 4. CONTRACT PRICE 39 Developer agrees to pay Contractor for performance of the Work in accordance with the Contract 40 Documents an amount in current fiznds of ONE HUNDRED ELEVEN THOUSAND ONE 41 HUNDRED SIXTY FOUR DOLLARS AND TWELVE CENTS ($117,164.12). 42 Article 5. CONTRACT DOCUMENTS 43 5.1 CONTENTS: 44 A. The Contract Documents which comprise the entire agreement between Developer and 45 Contractor concerning the Work consist of the following: 46 1. This Agreement. 47 2. Attachments to this Agreement: 48 a. Bid Form (As provided by Developer) 49 1) Proposal Form (DAP Version) 50 2) Prequalification Statement 51 3) State and Federal documents (project specific) 52 b. Insurance ACORD Form(s) 53 c. Payment Bond (DAP Version) 54 d. Performance Bond (DAP Version) 55 e. Maintenance Bond (DAP Version) 56 f. Power of Attorney for the Bonds 57 g. Worker's Compensation Affidavit 58 h. MBE and/or SBE Commitment Form (If required) 59 3. Standard City General Conditions of the Construction Contract for Developer 60 Awarded Projects. 61 4. Supplementary Conditions. 62 5. Specifications specifically made a part of the Contract Documents by attachment 63 or, if not attached, as incorporated by reference and described in the Table of 64 Contents of the Project's Contract Documents. 65 6. Drawings. 66 7. Addenda. 67 8. Documentation submitted by Contractor prior to Notice of Award. 68 9. The following which may be delivered or issued after the Effective Date of the 69 Agreement and, if issued, become an incorporated part of the Contract Documents: 70 a. Notice to Proceed. 71 b. Field Orders. 72 c. Change Orders. 73 d. Letter of Final Acceptance. 74 75 CITY OF FORT WORTH HAMPTON TRACT PHASE 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN: 104657 Revised June 16, 2016 005243-3 Developer Awarded Project Agreement Page 3 of 4 76 Article 6. INDEMNIFICATION 77 6.1 Contractor covenants and agrees to indemnify, hold harmless and defend, at its own 78 expense, the city, its officers, servants and employees, from and against any and all 79 claims arising out of, or alleged to arise out of, the work and services to be performed 80 by the contractor, its officers, agents, employees, subcontractors, licenses or invitees 81 under this contract. This indemnification provision is suecifically intended to overate 82 and be effective even if it is alleged or proven that all or some of the damages being 83 sought were caused. in whole or in Dart, by anv act, omission or neglgence of the citv. 84 This indemnity provision is intended to include, without limitation, indemnity for 85 costs, expenses and legal fees incurred by the city in defending against such claims and 86 causes of actions. 87 88 6.2 Contractor covenants and agrees to indemnify and hold harmless, at its own expense, 89 the city, its officers, servants and employees, from and against any and all loss, damage 90 or destruction of property of the city, arising out of, or alleged to arise out of, the work 91 and services to be performed by the contractor, its officers, agents, employees, 92 subcontractors, licensees or invitees under this contract. This indemnification 93 Drovision is sDecificallv intended to overate and be effective even if it is alle ed or 94 proven that all or some of the damages being sought were caused. in whole or in Dart, 95 by anv act, omission or negligence of the citv. 96 97 Article 7. MISCELLANEOUS 98 7.1 Terms. 99 Terms used in this Agreement are defined in Article 1 of the Standard City Conditions of 100 the Construction Contract for Developer Awarded Projects. 101 7.2 Assignment of Contract. 102 This Agreement, including all of the Contract Documents may not be assigned by the 103 Contractor without the advanced express written consent of the Developer. 104 7.3 Successors and Assigns. 105 Developer and Contractor each binds itself, its partners, successors, assigns and legal 106 representatives to the other party hereto, in respect to all covenants, agreements and 107 obligations contained in the Contract Documents. 108 7.4 Severability. 109 Any provision or part of the Contract Documents held to be unconstitutional, void or 110 unenforceable by a court of competent jurisdiction shall be deemed stricken, and all 111 remaining provisions shall continue to be valid and binding upon DEVELOPER and 112 CONTRACTOR. 113 7.5 Governing Law and Venue. 114 This Agreement, including all of the Contract Documents is performable in the State of 115 Texas. Venue shall be Tarrant County, Texas, or the United States District Court for the 116 Northern District of Texas, Fort Worth Division. CITY OF FORT WORTH HAMPTON TRACT PHASE 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN: 104657 Revised June 16, 2016 117 118 7.6 Authority to Sign. 119 120 121 122 123 124 125 126 t27 00 52 43 - 4 DeseloM Awarded Projw Agreement Page 4 of 4 Contractor shall attach evidence of authority to sign Agreement, if other than duly authorized signatory of the Contractor. IN WITNESS WHEREOF, Developer and Contractor have executed this Agreement in multiple counterparts_ This Agreement is effective as of the last date signed by the Parties ("Effective Date"), Contractor: Developer: Indepe nt Utility Construction, I_uc. D.R. HORTON — TEXAS, LTD By: l By: (Signature) (Signature) Richard Wolfe (Printed Name) Title: President Company Name: Independent Utility Construction, Inc. Address: 5109 Sun Valley Dr City%State/Zip: Fort Worth, 76119 Ddte 12/12/2023 'tits {it IU10" pIASTt�Uc���i� �i' it U �EXNS 0,��`� Justin Bosworth (Printed Name) Title: Assistant Secretary Company name: D.R. Horton — Texas, Ltd Address: 6751 North Fwy City/State/Zip: Fort Worth, TX 76131 12/12/2023 Date CITY OF FORT WORTH HAMBTOi! TRACT PHASE 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS— DEVELOPER AWARDED PROJECTS CPN: 104657 Revised June 16, 2©16 1 2 3 4 5 6 7 8 9 10 It I? 13 14 15 16 (H) 61 13 • 1 PI RFORNIANC1. 130ND Pale I u12 Bond No. 339738P SECTION 00 62 13 PERFORMANCE BOND THE STATE OF TEXAS § § KNOW ALL BY THESE PRESENTS: COUNTY OF TARRANT § That we, Independent Utilitv Construction, Inc. known as "Principal" herein and Westfield insurance Company , a corporate surety(sureties, if more than one) duly authorized to do business in the State of Texas, known as "Surety" herein (whether one or more), are held and firmly bound unto the Developer, D.R. Horton — Texas. Ltd, authorized to do business in Texas ("Developer") and the City of Fort Worth, a Texas municipal corporation ("City"), in the penal sum of, One Hundred Seventeen Thousand, One Hundred Sixtv-Four Dollars & Twelve. Cents ($1 17.164.12) lawful money of the United States, to be paid in Fort Worth, Tarrant County, Texas for the payment of which sum well and truly to be made, jointly unto the Developer and the City as dual obliges, we bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. 17 WHEREAS, Developer and City have entered into an Agreement for the construction of 18 community facilities in the City of Fort Worth by and through a Community Facilities Agreement, 19 CFA Number 23-132 ; and 20 21 22 23 24 25 26 27 28 29 30 31 32 33 WHEREAS, the Principal has entered into a certain written contract with the Developer awarded the 12th day of December , 2023, which Contract is hereby referred to and made a part hereof for all purposes as if fully set forth herein, to furnish all materials, equipment labor and other accessories defined by law, in the prosecution of the Work, including any Change Orders, as provided for in said Contract designated as Street Lishtine Improvements to serve. Hampton Tract Phase 3.. 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.. according to the plans, specifications, and contract documents therein referred to, and as well during any period of extension of the Contract that may be granted on the part of the Developer and/or City, then this obligation shall be and become null and void, otherwise to remain in full force and effect. CITY OF FORT WORTIi STANDARD CITY CONDITIONS — DEVELOPER AWARDED PRO.IECTs Revised .1anuary 31. 2012 11amplon Trael Phase 3 City Project No. 104657 0061 I;i-2 PERFORMANCE. E. BOND Bond No. 3397381) 1 PROVIDED FURTHER, that if any legal action be tiled on this Bond. venue shall lie in Tarrant County, Texas or the United States District Court for the Northern District of'I-exas. Fort 3 Worth Division. 4 This bond is made and executed in compliance with the provisions of -Chapter 2253 ofthe 5 Texas Government Code, as amended, and all liabilities on this bond shall be determined in 6 accordance with the provisions of said statue. 7 IN WITNESS WHEREOF, the Principal and the Surety have SIGNED and SEALED this 8 instrument by duly authorized agents and officers on this the 12th day of' December . 2023. 9 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 rrgan Wolfe :hristina Garcia Witness as to Surety Elizabeth Gray PRINCIPAL: 1NDEPE NT UTILITY CONS T /l �TION. INC. BY: Richard Wolfe. President Name and "ride Address: 5109 Sun Vallev Drive _ Fort Worth. Texas 76119 SURETY: WESTFIELD INSURANCE COMPANY BY: / Signature Kvle W. Sweenev. Attornev-in-Fact Name and Title Address: 955 Garden Park Drive_. Suite 230 Allen. Texas 75013 Telephone Number: 972-516-2600 *Note: If signed by an officer of the Surety Company, there must be on file a certified extract from the by-laws showing that this person has authority to sign such obligation. if Surety's physical address is different from its mailing address. both must be provided. The date of the bond shall not be prior to the date the Contact is awarded. ci,rY OF FORT WORTI I I Campton Tract Phase 3 STANDARD CITY CONDITTOHNS — DEVELOPER AWARDED PROJECTS City Protect No, 104657 Revised January 31. 2012 0061 14- 1 PAYMIiNT BOND Past I o1'2 Bond No. 3397381' I SECTION 00 62 14 2 PAYMENT BOND 3 4 THE STATE OF TEXAS § 5 § KNOW ALL .BY THESE PRESENTS: 6 COUNTY OF TARRANT § 7 That we, Independent Utilitv Construction. Inc. , known as "Principal" herein, 8 and Westfield Insurance Company —, a corporate surety (or sureties if more than 9 one), duly authorized to do business in the State of Texas, known as "Surely" herein (whether one 10 or more), are held and firmly bound unto the Developer D.R. Horton — Texas. Ltd, authorized to I I do business in Texas ("Developer"), and the City of Fort Worth, a Texas municipal corporation 12 ("City"), in the penal sum of One Hundred Seventeen Thousand. One Hundred Sixtv-Four 13 Dollars & "Twelve Cents ($117.164.12) lawful money of the United States, to be paid in Fort 14 Worth, Tarrant County, Texas, for the payment of which sum well and truly be made jointly unto 15 the Developer and City as dual obligees, we bind ourselves, our heirs, executors, administrators, 16 successors and assigns, jointly and severally, firmly by these presents: 17 WHEREAS, Developer and City have entered into an Agreement for the construction of 18 community facilities in the City of Fort Worth, by and through a Community Facilities ►9 Agreement, CFA Number 23-132 ;and 20 WHEREAS, Principal has entered into a certain written Contract with Developer, 21 awarded the 12th day of December , 2023, which Contract is hereby referred to and 22 made a part hereof for all purposes as if fully set forth herein, to furnish all materials. equipment; 23 labor and other accessories as defined by law, in the prosecution of the Work as provided for in 24 said Contract and designated as Street Liahtinli Improvements to serve Hampton Tract Phase 3. 25 NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION is such that if 26 Principal shall pay all monies owing to any (and all) payment bond beneficiary (as defined in 27 Chapter 2253 of the Texas Government Code, as amended) in the prosecution of the Work under 28 the Contract, then this obligation shall be and become null and void; otherwise to remain in full 29 force and effect. 30 CITY OF FORD WORII I I la npion Tract PIxisc 3 S I ANDARD CI'IY C'ONDI'IIONS — DEVELOPER AWARDED PROJECTS City Project No. 104657 Revised Januzu), 31, 2012 2 3 a 5 6 7 8 9 10 II 12 13 0001 14 -' PAYMENT nONP Page 2 of 2 Bond No. 3397381) '['his bond is made and executed in compliance with the provisions of Chapter 2253 of the Texas Government Code, as amended, and all liabilities on this bond shall be determined in accordance with the provisions of said statute. IN WITNESS WHEREOF, the Principal and Surety have each SIGNED and SEALED this instrument by duly authorized agents and officers on this the 12thday of December, 2023. ATTE `. (Pr nc pal) e retary MorgRn.AVolfe Nk tness as to Principal Christina Garcia ATTEST: (Surety) Secretary Drank A. Carrino Witness as to Surety Elizabeth Gra PRINCIPAL: INDEP ENT UTILITY CONS CTION, INC. / BY: F(4�-7 �Q � Signature v Richard Wolfe. President_ Name and Title Address: 5109 Sun Vallev Drive Fort Worth, Texas 76119 SURETY: WESTFIELD INSURANCE COMPANY BY: —0'4 �� Signature Kyle W. Sweenev, Attorney -in -Fact Name and Title Address: 955 Garden Park Drive. Suite 230 Allen. Texas 75013 Telephone Number: 972-516-2600 Note: If signed by an officer of the Surety, there must be on file a certified extract from the bylaws showing that this person has authority to sign such obligation. if Surety's physical address is different from its mailing address, both must be provided. The date of the bond shall not be prior to the date the Contract is awarded. END OF SECTION CITY OF FORT WORT11 STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised January 31. 2012 I famplon I mv.1 Plkue 3 Crtc hoiect No 10407 0062 19- 1 v1AINTENANCI: BOND VaL,e I of Bond No. 33973811 I SECTION 00 62 19 2 MAINTENANCE BOND 3 4 THE STATE OF TEXAS § 5 § KNOW ALL BY THESE PRESENTS: 6 COUNTY OF TARRANT § 7 8 That we Independent Utilitv Construction, Inc. , known as "Principal" herein and 9 Westfield Insurance Company , a corporate surety (sureties, if more than one) duly 10 authorized to do business in the State of Texas, known as "Surety" herein (whether one or more), 1 I are held and firmly bound unto the Developer, D.R. Horton —Texas. Ltd. authorized to do 12 business in Texas ("Developer") and the City of Fort Worth, a Texas municipal corporation 13 ("City"), in the sum of One Hundred Seventeen Thousand. One Hundred Sixty -Four Dollars & 14 Twelve Cents ($1 17.164.12) lawful money of the United States, to be paid in Fort Worth. Tarrant 15 County, Texas, for payment of which sum well and truly be made jointly unto the Developer and 16 the City as dual obligees and their successors, we bind ourselves, our heirs, executors. 17 administrators, successors and assigns, jointly and severally, firmly by these presents. 18 19 WHEREAS, Developer and City have entered into an Agreement for the construction of 20 community facilities in the City of Fort Worth by and through a Community Facilities 21 Agreement, CFA Number 23-132 ; and 22 WHEREAS, the Principal has entered into a certain written contract with the Developer 23 awarded the 12th day of December , 2023, which Contract is hereby referred to and 24 a made part hereof for all purposes as if fully set forth herein, to furnish all materials. equipment 25 labor and other accessories as defined by law, in the prosecution of the Work, including any 26 Work resulting fi-om a duly authorized Change Order (collectively herein, the "Work") as 27 provided for in said Contract and designated as Street Liahtine Improvements to serve Hampton 28 Tract Phase 3; and 29 30 WHEREAS, Principal binds itself to use such materials and to so construct the Work in 31 accordance with the plans, specifications and Contract Documents that the Work is and will 32 remain free from defects in materials or workmanship for and during the period of two (2) years 33 after the date of Final Acceptance of the Work by the City ("Maintenance Period")-, and 34 CITY OF FORT WORTH I lampton Tract Phase 3 STANDARD CITY CONDITIONS— DEVELOPER AWARDED PROJECTS Citc Project No. 104657 Revised Jantkin 31. 2012 1 2 3 4 5 6 7 8 9 10 II 12 13 14 15 16 17 IN 19 20 21 22 23 Oil 62 19-2 MAINTI:NANCT BOND I'.�_e 2 of 3 Bond No. 339738P WHEREAS, Principal binds itself to repair or reconstruct the Work in whole or in part upon receiving notice from the Developer and/or City of the need thereof at any time within the Maintenance Period. NOW THEREFORE, the condition of this obligation is such that if Principal shall remedy any defective Work, for which timely notice was provided by Developer or City, to a completion satisfactory to the City, then this obligation shall become null and void; otherwise to remain in full force and effect. PROVIDED, HOWEVER, if Principal shall fail so to repair or reconstruct any timely noticed defective Work, it is agreed that the Developer or City may cause any and al I such defective Work to be repaired and/or reconstructed with all associated costs thereof being borne by the Principal and the. Surety under this Maintenance Bond; and PROVIDED FURTHER, that if any legal action be filed on this Bond, venue shall lie in Tarrant County, Texas or the United States District Court for the Northern District of Texas. Fort Worth Division; and PROVIDED FURTHER, that this obligation shall be continuous in nature and successive recoveries may be had hereon for successive breaches. CITY OI' FORT WORTH STANDARD CITY CONDITIONS — DFVELOPER AWARDED PROJECTS Revised.lanuary 31. 2012 I I:unplon I r ct Phase 3 Cm Protect No. 104657 2 3 4 5 6 7 8 9 10 II 12 13 14 IS 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 01)621y.+ MAINTENANU BOND Paee 3 of 3 Bond No. 339738P IN WITNESS WHEREOF, the Principal and the Surety have each SIGNED and SEALED this instrument by duly authorized agents and officers on this thel2th day of December . 2023. A (Priit�,ipltl) dcretary Morgan W lifeItness as to Principal CI ristina Garcia ATTEST: (Surety) Secretary Frank A. C rrino Witness as Vurt�yl-_Iizaheth Gray PRINCIPAL: INDEPE,QUENT UTILITY CONSYR/JCTION. INC. BY: _K - Stg'nature Richard Wolfe, President Name and Title Address: 5109 Sun Vallev Drive Fort Worth. Texas 76119 SURETY: WESTFIELD INSURANCE COMPANY gnature / Kvie W. Sweenev. Attornev-in-Fact Name and Title Address: 955 Garden Park Drive. Suite 230 Allen. Texas 75013 Telephone Number: 972-516-2600 'Note: If signed by an officer of the Surety Company, there must be on file a certified extract from the by-laws showing that this person has authority to sign such obligation. If Surety's physical address is different from its mailing address, both must be provided. The date of the bond shall not be prior to the date the Contract is awarded. CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised.lamcuv 31. 2012 Iiamixon I ract Phase 3 City Pro)ea No I01657 IMPORTANT NOTICE To obtain information or make a complaint: You may call Westfield Insurance Company's and/or Ohio Farmers Insurance Company's toll -free telephone number for information or to make a complaint at: 1-800-368-3597 You may also write to Westfield Insurance Company and/or Ohio Farmers Insurance Company at: 555 Republic Drive, Suite 450 Piano, Texas 75074-8848 You may contact the Texas Department of Insurance to obtain information on companies, coverages, rights or complaints at: 1-800-252-3439 You may write the Texas Department of Insurance: P. O. Box 149104 Austin, TX 78714-9104 Fax: (512) 475-1771 Web: hftp://www.tdi.state.tx.us E-mail: ConsumerProtection(a-btdi.state.tx.us PREMIUM OR CLAIM DISPUTES: Should you have a dispute concerning your premium or about a claim you should contact the agent or Westfield Insurance Company and/or Ohio Farmers Insurance Comapny first. If the dispute is not resolved, you may contact the Texas Department of Insurance. ATTACH THIS NOTICE TO YOUR POLICY: This notice is for information only and does not become a part or condition of the attached document. AVISO IMPORTANTE Para obtener informacion o para someter Una queja: Usted puede Ilamar al numero de telefono gratis de Westfield Insurance Company's / Ohio Farmers Insurance Company's para informacion o para someter una queja al. 1-800-368-3597 Usted tambien puede escribir a Westfield Insurance Company / Ohio Farmers Insurance Company: 555 Republic Drive, Suite 450 Plano, Texas 75074-8848 Puede comunicarse con el Departamento de Seguros de Texas para obtener informacion acerca de companias, coberturas, derechos o quejas al: 1-800-252-3439 Puede escribir al Departamento de Seguros de Texas: P. O. Box 149104 Austin, TX 78714-9104 Fax: (512) 475-1771 Web: htti)://www.tdi.state.tx.us E-mail: ConsumerProtection(a�.tdi.state.tx.us DISPUTAS SOBRE PRIMAS O RECLAMOS: Si tiene una disputa concerniente a su prima o a un reclamo, debe comunicarse con el agente o Westfield Insurance Company / Ohio Farmers Insurance Company primero. Si no se resuelve la disputa, puede entonces comunicarse con el departamento (TDI). UNA ESTE AVISO A SU POLIZA: Este aviso es solo para proposito de informacion y no se convierte en parte o condicion del documento adjunto. THIS POWER OF ATTORNEY SUPERCEDES ANY PREVIOUS POWER BEARING THIS SAME POWER # AND ISSUED PRIOR TO 09/28/23, FOR ANY PERSON OR PERSONS NAMED BELOW. General POWER NO. 4220052 06 Power Westfield Insurance Co. of Attorney Westfield National Insurance Co. CERTIFIED COPY Ohio Farmers Insurance Co. Westfield Center, Ohio Ki;ow All Men by These Presents, That WESTFIELD INSURANCE COMPANY, WESTFIELD NATIONAL INSURANCE COMPANY and OHIO FARMERS INSURANCE COMPANY.. corporations, hereinafter referred to individually as a "Company' and collectively as "Companies." duly organized and existing Under the laws of the State of Ohio, and having its principal office in Westfield Center, Medina County, Ohio, do by these presents make, constitute and appoint CHARLES D. SWEENEY, MICHAEL A. SWEENEY, KYLE W. SWEENEY, ELIZABETH GRAY, DAVID W. SWEENEY, JOINTLY OR SEVERALLY of FORT WORTH and State of TX its true and lawful AUorney(s)-in-Fact. with full power and authority hereby conferred In its name, place and stead, to execute, acknowledge and deliver any and all bonds, recognizances, undertakings, or other instruments or contracts of suretyship in any penal limit. - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - LIMITATION: THIS POWER OF ATTORNEY CANNOT BE USED TO EXECUTE NOTE GUARANTEE, MORTGAGE DEFICIENCY, MORTGAGE GUARANTEE, OR BANK DEPOSITORY BONDS. and to bind any of the Companies thereby as fully and to the same extent as if such bonds were signed by the President, sealed with the corporate seal of the applicable Company and duly attested by its Secretary, hereby ratifying and confirming all that the said Attorney (s)-in-Fact may do in the premises. Said appointment is made under and by authority of the following resolution adopted by the Board of Directors of each of the WESTFIELD INSURANCE COMPANY, WESTFIELD NATIONAL INSURANCE COMPANY and OHIO FARMERS INSURANCE COMPANY: "Be It Resolved, that the President, any Senior Executive, any Secretary or any Fidelity & Surety Operations Executive or other Executive shall be and is hereby vested with full power and authority to appoint any one or more suitable persons as Attorney(s)-in-Fact to represent and act for and on behalf of the Company subject to the following provisions: The Attorney -in -Fact. may be given full power and authority for and in the name of and on behalf of the Company, to execute, acknowledge and deliver, any and all bonds, recognizances, contracts, agreements of indemnity and other conditional or obligatory undertakings and any and all notices and documents canceling or terminating the Company's liability thereunder, and any such instruments so executed by any such Attorney -in -Fact shall be as binding upon the Company as if signed by the President and sealed and attested by the Corporate Secretary" Be it Further Resolved, that the signature of any such designated person and the seal of the Company heretofore or hereafter affixed to any power of attorney or any certificate relating thereto by facsimile, and any power of attorney or certificate bearing facsimile signatures or facsimile seal shall be valid and binding upon the Company with respect to any bond or undertaking to which it is attached." (Each adopted at a meeting held on February 8, 2000). In Witness Whereof, WESTFIELD INSURANCE COMPANY, WESTFIELD NATIONAL INSURANCE COMPANY and OHIO FARMERS INSURANCE COMPANY have caused these presents to be signed by their National Surety Leader and Senior Executive and their corporate seals to be hereto affixed this 28th day of SEPTEMBER A.D., 2023 . Corporate ,.»•....•'•,..,ate ,. .,. ESTFIELD Seals �Q fSYA( C��4 0 ��c)tJA(�NMPANY SG - 3. �NSllq,��c,WESTFIELD NATIONALINSURANCECOMPANY Affixed �v; .w s j .,..... • ff' r c o a ,y + �; 3 OHIO FARMERS INSURANCE COMPANY M: Jr �, t `LL: nT :0_ ChARTERfp �3 ~e c n. SEAL ;m� =o: :5- ? '� '••� ,� :1 J = 'p 1848 ,AF� State of Ohio """" """ By: County of Medina ss.: Gary W.I.. umper, National Surety Leader and Senior Executive On this 28th day of SEPTEMBER A.D., 2023 , before me personally came Gary W. Stumper to me known, who, being by me duly sworn, did depose and say, that he resides in Medina, OH; that he is National Surety Leader and Senior Executive of WESTFIELD INSURANCE COMPANY. WESTFIELD NATIONAL INSURANCE COMPANY and OHIO FARMERS INSURANCE COMPANY, the companies described in and which executed the above instrument: that he knows the seals of said Companies: that the seals affixed to said instrument are such corporate seals: that they were so affixed by order, of the Boards of Directors of said Companies: and that he signed his name thereto by like order. Notarial ,...o... Seal a1 A L, S'aa Affixed O%zed 0�� State of Ohio a+M+,io David A. Kotnik, Attorney at Law, Notary Public County of Medina ss.: �.t�:- My Commission Does Not Expire (Sec. 147.03 Ohio Revised Code) re OF° I, Frank A. Carrino, Secretary of WESTFIELD INSURANCE COMPANY, WESTFIELD NATIONAL INSURANCE COMPANY and OHIO FARMERS INSURANCE COMPANY, do hereby certify that the above and foregoing is a true and correct copy of a Power of Attorney, executed by said Companies, which is still in full force and effect: and furthermore, the resolutions of the Boards of Directors, set out in the Power of Attorney are in full force and effect. In Witness Whereof, I have hereunto set my hand and affixed the seals of said Companies at Westfield Center, Ohio, this day of A. D.. 0NAI�,Y,s''., a `s: SFAI Secretary ''tom/• r- 'Yj :p; ��. �: ' + Frank A. Carrino, Ser_reiary �''4'4..p.wne .Nr•M, ..1 *... q ,r,n.. BPOAC2 (combined) (03.22) / STANDARD CITY CONDITIONS OF THE CONSTRUCTION CONTRACT FOR DEVELOPER AWARDED PROJECTS CITY OF FORT WORTH HAMPTON TRACT PHASE 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — Developer Awarded Projects CPN: 104657 Revised December 20, 2012 STANDARD CITY CONDITIONS OF THE CONSTRUCTION CONTRACT FOR DEVELOPER AWARDED PROJECTS TABLE OF CONTENTS Article 1— Definitions and Terminology 1 1.1 Defined Terms..................................................................................... 1.2 Terminology........................................................................................ Page ................................1 ................................5 Article 2 — Preliminary Matters 6 2.1 Before Starting Construction..........................................................................................................6 2.2 Preconstruction Conference............................................................................................................6 2.3 Public Meeting................................................................................................................................6 Article 3 — Contract Documents and Amending 6 3.1 Reference Standards........................................................................................................................6 3.2 Amending and Supplementing Contract Documents....................................................................6 Article 4 — Bonds and Insurance 7 4.1 Licensed Sureties and Insurers.......................................................................................................7 4.2 Performance, Payment, and Maintenance Bonds..........................................................................7 4.3 Certificates of Insurance.................................................................................................................7 4.4 Contractor's Insurance....................................................................................................................9 4.5 Acceptance of Bonds and Insurance; Option to Replace.............................................................12 Article 5 — Contractor's Responsibilities 12 5.1 Supervision and Superintendent...................................................................................................12 5.2 Labor; Working Hours..................................................................................................................13 5.3 Services, Materials, and Equipment.............................................................................................13 5.4 Project Schedule............................................................................................................................14 5.5 Substitutes and "Or-Equals".........................................................................................................14 5.6 Pre -Qualification of Bidders (Prime Contractors and Subcontractors).......................................16 5.7 Concerning Subcontractors, Suppliers, and Others.....................................................................16 5.8 Wage Rates...................................................................................................................................18 5.9 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 HAMPTON TRACT PHASE 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — Developer Awarded Projects CPN: 104657 Revised December 20, 2012 5.18 Indemnification.............................................................................................................................24 5.19 Delegation of Professional Design Services................................................................................24 5.20 Right to Audit: :* ... ***** ... *******'*****'* ... ***********'**"**"**"**"**"**"**"**"**1 1-1-1 1-1-1 1-1-1 1-11*1 1-11--*11125 5.21 Nondiscrimination.........................................................................................................................25 Article6 — Other Work at the Site.....................................................................................................................26 6.01 Related Work at Site.....................................................................................................................26 Article 7 — City's Responsibilities.....................................................................................................................26 7.1 Inspections, Tests, and Approvals................................................................................................26 7.2 Limitations on City's Responsibilities.........................................................................................26 7.3 Compliance with Safety Program.................................................................................................27 Article 8 — City's Observation Status During Construction.............................................................................27 8.1 City's Project Representative.......................................................................................................27 8.2 Authorized Variations in Work....................................................................................................27 8.3 Rejecting Defective Work..........................................................................................................27 8.4 Determinations for Work Performed...........................................................................................28 Article9 — Changes in the Work.......................................................................................................................28 9.1 Authorized Changes in the Work.................................................................................................28 9.2 Notification to Surety....................................................................................................................28 Article 10 — Change of Contract Price; Change of Contract Time...................................................................28 10.1 Change of Contract Price..............................................................................................................28 10.2 Change of Contract Time.............................................................................................................28 10.3 Delays............................................................................................................................................28 Article I I — Tests and Inspections; Correction, Removal or Acceptance of Defective Work ........................29 11.1 Notice of Defects..........................................................................................................................29 11.2 Access to Work.............................................................................................................................29 11.3 Tests and Inspections....................................................................................................................29 11.4 Uncovering Work.......................................................................................................................30 11.5 City May Stop the Work...............................................................................................................30 11.6 Correction or Removal of Defective Work................................................................................30 11.7 Correction Period..........................................................................................................................30 11.8 City May Correct Defective Work...............................................................................................31 Article12 — Completion....................................................................................................................................32 12.1 Contractor's Warranty of Title.....................................................................................................32 12.2 Partial Utilization..........................................................................................................................32 12.3 Final Inspection.............................................................................................................................32 12.4 Final Acceptance...........................................................................................................................33 Article13 — Suspension of Work......................................................................................................................33 13.01 City May Suspend Work..............................................................................................................33 CITY OF FORT WORTH HAMPTON TRACT PHASE 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — Developer Awarded Projects CPN: 104657 Revised December 20, 2012 Article14 — Miscellaneous................................................................................................................................34 14.1 Giving Notice................................................................................................................................34 14.2 Computation of Times..................................................................................................................34 14.3 Cumulative Remedies...................................................................................................................34 14.4 Survival of Obligations.................................................................................................................35 14.5 Headings........................................................................................................................................35 CITY OF FORT WORTH HAMPTON TRACT PHASE 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — Developer Awarded Projects CPN: 104657 Revised December 20, 2012 01 70 00 -1 DAP MOBILIZATION AND REMOBILIZATION Pagel of4 SECTION 0170 00 MOBILIZATION AND REMOBILIZATION PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 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 forthis 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. Remobilization a. Remobilizationfor 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 toanother 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 Hampton Tract Phase 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS —DEVELOPER AWARDED PROJECTS CPN: 104657 Revised April 7, 2014 01 70 00 - 2 DAP MOBILIZATION AND REMOBILIZATION Page 2 of 4 1) Mobilization shall consist of the activities and cost on a Work Order basis necessary for: a) Transportation of Contractor's personnel, equipment, and operating supplies to the Site for the issued Work Order. b) Establishment of necessary general facilities for the Contractor's operation at the Site for the issued Work Order 2) Demobilization shall consist of the activities and cost necessary for: a) Transportation of Contractor's personnel, equipment, and operating supplies from the Site including disassembly for each issued Work Order b) Site Clean-up for each issued Work Order c) Removal of all buildings or other facilities assembled at the Site for each Work Oder b. Mobilization and Demobilization do not include activities for specific items of work for which payment is provided elsewhere in the contract. 4. Emergency Mobilizations and Demobilization for Miscellaneous Projects a. A Mobilization for Miscellaneous Projects when directed by the City and the mobilization occurs within 24 hours of the issuance of the Work Order. B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 —Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 —General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Mobilization and Demobilization a. Measure 1) This Item is considered subsidiary to the various Items bid. b. Payment 1) The work performed and materials furnished in accordance with this Item are subsidiary to the various Items bid and no other compensation will be allowed. 2. Remobilization for suspension of Work as specifically required in the Contract Documents a. Measurement 1) Measurement for this Item shall be per each remobilization performed. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price per each "Specified Remobilization" in accordance with Contract Documents. c. The price shall include: 1) Demobilization as described in Sectionl.I.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 associatedthis Item. CITY OF FORT WORTH Hampton Tract Phase 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS —DEVELOPER AWARDED PROJECTS CPN: 104657 Revised April 7, 2014 017000-3 DAP MOBILIZATION AND REMOBILIZATION Page 3 of 4 3. Remobilization for suspension of Work as required by City a. Measurement and Payment 1) This shall be submitted as a Contract Claim in accordance with Article 10 of Section 00 72 00. 2) No payments will be made for standby, idle time, or lost profits associated with this Item. 4. Mobilizations and Demobilizations for Miscellaneous Projects a. Measurement 1) Measurement for this Item shall be for each Mobilization and Demobilization required by the Contract Documents b. Payment 1) The Work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price per each "Work Order Mobilization" in accordance with Contract Documents. Demobilization shall be considered subsidiary to mobilization and shall not be paid for separately. c. The price shall include: 1) Mobilization as described in Section 1.1.A.3.a.1) 2) Demobilization as described in Section 1.1.A.3.a.2) d. No payments will be made for standby, idle time, or lost profits associated this Item. 5. Emergency Mobilizations and Demobilizations for Miscellaneous Projects a. Measurement 1) Measurement for this Item shall be for eachMobilization 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 associatedthis Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS [NOT USED] 1.6 INFORMATIONAL SUBMITTALS [NOTUSED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERV, STORAGE, AND HANDLING [NOT USED] CITY OF FORT WORTH Hampton Tract Phase 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS —DEVELOPER AWARDED PROJECTS CPN: 104657 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] DATE NAME 4/7/2014 M.Domenech END OF SECTION Revision Log SUMMARY OF CHANGE Revised for DAP application CITY OF FORT WORTH Hampton Tract Phase 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS —DEVELOPER AWARDED PROJECTS CPN: 104657 Revised April 7, 2014 017123-1 DAP CONSTRUCTION STAKING AND SURVEY Pagel of4 SECTION 01 71 23 CONSTRUCTION STAKING AND SURVEY PART 1 - GENERAL IMMIM"M .1 Wild A. Section Includes: 1. Requirements for construction staking and construction survey 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. 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 compensationwill 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 compensationwill be allowed. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS A. Submittals, if required, shall be in accordance with Section 0133 00. B. All submittals shall be approved by the City prior to delivery. 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS A. Certificates 1. Provide certificate certifying that elevations and locations of improvements are in conformance or non-conformance with requirements of the Contract Documents. a. Certificate must be sealed by a registered professional land surveyor in the State of Texas. CITY OF FORT WORTH Hampton Tract Phase 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS —DEVELOPER AWARDED PROJECTS CPN: 104657 Revised April 7, 2014 017123-2 DAP CONSTRUCTION STAKING AND SURVEY Page 2 of 4 B. Field Quality Control Submittals 1. Documentation verifying accuracy of field engineering work. 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE A. Construction Staking 1. Construction staking will be performed by the City. 2. Coordination a. Contact City's Project Representative at least 2 weeks in advance for scheduling of Construction Staking. b. It is the Contractor's responsibility to coordinate staking such that construction activities are not delayed or negatively impacted. 3. General a. Contractor is responsible for preserving and maintaining stakes furnished by City. b. If in the opinion of the City, a sufficient number of stakes or markings have been lost, destroyed or disturbed, by Contractor's neglect, such that the contracted Work cannot take place, then the Contractor will be required to pay the City for new staking with a 25 percent markup. The cost for staking will be deducted from the payment due to the Contractor for the Project. B. Construction Survey 1. Construction Survey will be performed by the City. 2. Coordination a. Contractor to verify that control data established in the design survey remains intact. b. Coordinate with the City prior to field investigation to determine which horizontal and vertical control data will be required forconstruction survey. c. It is the Contractor's responsibility tocoordinate Construction Survey such that construction activities are not delayed or negatively impacted. d. Notify City if any control data needs to be restored or replaced due to damage caused during construction operations. 1) City shall perform replacements and/or restorations. 3. General a. Construction survey will be performed in order to maintain complete and accurate logs of control and survey work as it progresses for Project Records. b. The Contractor will need to ensure coordination is maintained with the City to perform construction survey to obtain construction features, including but not limited to the following: 1) All Utility Lines a) Rim and flowline elevations and coordinates for each manhole or junction structure 2) Water Lines a) Top of pipe elevations and coordinates for waterlines at the following locations: (1) Every 250 linear feet CITY OF FORT WORTH Hampton Tract Phase 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS —DEVELOPER AWARDED PROJECTS CPN: 104657 Revised April 7, 2014 017123-3 DAP CONSTRUCTION STAKING AND SURVEY Page 3 of 4 (2) Horizontal and vertical points of inflection, curvature, etc. (All Fittings) (3) Cathodic protection test stations (4) Sampling stations (5) Meter boxes/vaults (All sizes) (6) Fire lines (7) Fire hydrants (8) Gate valves (9) Plugs, stubouts, dead-end lines (10) Air Release valves (Manhole rim and vent pipe) (11) Blow off valves (Manhole rim and valve lid) (12) Pressure plane valves (13) Cleaning wyes (14) Casing pipe (each end) b) Storm Sewer (1) Top of pipe elevations and coordinates at the following locations: (a) Every 250 linear feet (b) Horizontal and vertical points of inflection, curvature, etc. c) Sanitary Sewer (1) Top of pipe elevations and coordinates for sanitary sewer lines at the following locations: (a) Every 250 linear feet (b) Horizontal and vertical points of inflection, curvature, etc. (c) Cleanouts c. Construction survey will be performed in order to maintain complete and accurate logs of control and survey work associated with meeting or exceeding the line and grade required by these Specifications. d. The Contractor will need to ensure coordination is maintained with the City to perform construction survey and to verify control data, including but not limited to the following: 1) Established benchmarks and control points provided for the Contractor's use are accurate 2) Benchmarks were used to furnish and maintain all reference lines and grades for tunneling 3) Lines and grades were used to establish the location of the pipe 4) Submit to the City copies of field notes used to establish all lines and grades and allow the City to check guidance system setup prior to beginning each tunneling drive. 5) Provide access for the City to verify the guidance system and the line and grade of the carrier pipe on a daily basis. 6) The Contractor remains fully responsible for the accuracy of the work and the correction of it, as required. 7) Monitor line and grade continuously during construction. 8) Record deviation with respect to design line and grade once at each pipe joint and submit daily records to City. 9) If the installation does not meet the specified tolerances, immediately notify the City and correct the installation in accordance with the Contract Documents. 1.10 DELIVERV, STORAGE, AND HANDLING [NOT USED] CITY OF FORT WORTH Hampton Tract Phase 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS —DEVELOPER AWARDED PROJECTS CPN: 104657 Revised April 7, 2014 01 71 23 - 4 DAP CONSTRUCTION STAKING AND SURVEY Page 4 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 APPLICATION 3.5 REPAIR / RESTORATION [NOTUSED] 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELO [OR] SITE QUALITY CONTROL A. It is the Contractor's responsibility to maintain all stakes and control data placed by the City in accordance with this Specification. B. Do not change or relocate stakes or control data without approval from the City. 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 4/7/2014 M.Domenech Revised for DAP application CITY OF FORT WORTH Hampton Tract Phase 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS —DEVELOPER AWARDED PROJECTS CPN: 104657 Revised April 7, 2014 00 73 10-1 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 1 of35 ARTICLE I — DEFINITIONS AND TERMINOLOGY 1.1 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—Theentire 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 HAMPTON TRACT PHASE 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — Developer Awarded Projects CPN: 104657 Revised December 20, 2012 00 73 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 M. The Standard City Conditions n. Specifications specifically made part of the Contract Documents by attachment, if not attached, as incorporated by reference and described in the Table of Contents of the Project's Contract Documents o. Drawings P. Documentation submitted by contractor prior to Notice of Award. q. The following which may be delivered or issued after the effective date if the Agreement and, if issued become an incorporated part of the Contract Documents i. Notice to Proceed ii. Field Orders iii. Change Orders iv. Letters of Final Acceptance r. Approved Submittals, other Contractor submittals, and the reports and drawings of subsurface and physical conditions are not Contract Documents. 10. Contractor —The individual or entity with whom Developer has entered into the Agreement. 11. Day or day — A day, unless otherwise defined, shall mean a Calendar Day. 12. Developer — An individual or entity that desires to make certain improvements within the City of Fort Worth 13. Drawings —That part of the Contract Documents prepared or approved by Engineer which graphically shows the scope, extent, and character of the Work to be performed by Contractor. Submittals are not Drawings as so defined. 14. Engineer —The licensed professional engineer or engineering firm registered in the State of Texas performing professional services for the Developer. 15. Final Acceptance — The written notice given by the City to the Developer and/or Contractor that the Work specified in the Contract Documents has been completed to the satisfaction of the City. CITY OF FORT WORTH HAMPTON TRACT PHASE 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — Developer Awarded Projects CPN: 104657 Revised December 20, 2012 00 73 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 HAMPTON TRACT PHASE 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — Developer Awarded Projects CPN: 104657 Revised December 20, 2012 00 73 10- 4 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 4 of 35 30. Schedule of Submittals —A schedule, prepared and maintained by Contractor, of required submittals and the time requirements to support scheduled performance of related construction activities. 31. Site —Lands or areas indicated in the Contract Documents as being furnished by City or Developer upon which the Work is to be performed, including rights -of -way, permits, and easements for access thereto, and such other lands furnished by City or Developer which are designated for the use of Contractor. 32. Specifications —That part of the Contract Documents consisting of written requirements for materials, equipment, systems, standards and workmanship as applied to the Work, and certain administrative requirements and procedural matters applicable thereto. Specifications may be specifically made a part of the Contract Documents by attachment or, if not attached, may be incorporated by reference as indicated in the Table of Contents (Division 00 00 00) of each Project. 33. Standard City Conditions — That part of the Contract Documents setting forth requirements of the City. 34. Subcontractor An individual or entity having a direct contract with Contractor or with any other Subcontractor for the performance of a part of the Work at 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 HAMPTON TRACT PHASE 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — Developer Awarded Projects CPN: 104657 Revised December 20, 2012 00 73 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. 1.2 Terminology A. The words and terms discussed in Paragraph 1.02.B through D are not defined but, when used in the Bidding Requirements or Contract Documents, have the indicated meaning. B. Defective: 1. The word "defective," when modifying the word "Work," refers to Work that is unsatisfactory, faulty, or deficient in that it: a. does not conform to the Contract Documents; or b. does not meet the requirements of any applicable inspection, reference standard, test, or approval referred to in the Contract Documents; or c. has been damaged prior to City's written acceptance. C. Furnish, Install, Perform, Provide: 1. The word "Furnish" or the word "Install" or the word "Perform" or the word "Provide" or the word "Supply," or any combination or similar directive or usage thereof, shall mean furnishing and incorporating in the Work including all necessary labor, materials, equipment, and everything necessary to perform the Work indicated, unless specifically limited in the context used. D. Unless stated otherwise in the Contract Documents, words or phrases that have a well-known technical or construction industry or trade meaning are used in the Contract Documents in accordance with such recognized meaning. CITY OF FORT WORTH HAMPTON TRACT PHASE 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — Developer Awarded Projects CPN: 104657 Revised December 20, 2012 00 73 10- 6 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 6 of 35 ARTICLE 2 - PRELIMINARY MATTERS 2.1 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. 2.2 Preconstruction Conference Before any Work at the Site is started, the Contractor shall attend a Preconstruction Conference as specified in the Contract Documents. 2.3 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 3.1 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. 3.2 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 HAMPTON TRACT PHASE 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — Developer Awarded Projects CPN: 104657 Revised December 20, 2012 00 73 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 4.1 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. 4.2 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. 4.3 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 HAMPTON TRACT PHASE 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — Developer Awarded Projects CPN: 104657 Revised December 20, 2012 00 73 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 pnmary 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 HAMPTON TRACT PHASE 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — Developer Awarded Projects CPN: 104657 Revised December 20, 2012 00 73 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 parry to the City. The City shall be required to provide prior notice of 90 days, and the insurance adjustments shall be incorporated into the Work by Change Order. 12. City shall be entitled, upon written request and without expense, to receive copies of policies and endorsements thereto and may make any reasonable requests for deletion or revision or modifications of particular policy terms, conditions, limitations, or exclusions necessary to conform the policy and endorsements to the requirements of the Contract. Deletions, revisions, or modifications shall not be required where policy provisions are established by law or regulations binding upon either party or the underwriter on any such policies. 13. City shall not be responsible for the direct payment of insurance premium costs for Contractor's insurance. 4.4 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 HAMPTON TRACT PHASE 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — Developer Awarded Projects CPN: 104657 Revised December 20, 2012 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 HAMPTON TRACT PHASE 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — Developer Awarded Projects CPN: 104657 Revised December 20, 2012 00 73 10-11 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 11 of 35 1) $1, 000, 000 each accident on a combined single limit basis. Split limits are acceptable if limits are at least: 2) $250,000 Bodily Injury per person 3) $500,000 Bodily Injury per accident / 4) $100,000 Property Damage D. Railroad Protective Liability. If any of the work or any warranty work is within the limits of railroad right-of-way, the Contractor shall comply with the following requirements: 1. The Contractor's construction activities will require its employees, agents, subcontractors, equipment, and material deliveries to cross railroad properties and tracks owned and operated by: None 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 b. Each Occurrence: None 4. With respect to the above outlined insurance requirements, the following shall govern: a. Where a single railroad company is involved, the Contractor shall provide one insurance policy in the name of the railroad company. However, if more than one grade separation or at -grade crossing is affected by the Project at entirely separate locations on the line or lines of the same railroad company, separate coverage may be required, each in the amount stated above. b. Where more than one railroad company is operating on the same right-of-way or where several railroad companies are involved and operated on their own separate rights -of - CITY OF FORT WORTH HAMPTON TRACT PHASE 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — Developer Awarded Projects CPN: 104657 Revised December 20, 2012 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. 4.5 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 5.1 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 HAMPTON TRACT PHASE 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — Developer Awarded Projects CPN: 104657 Revised December 20, 2012 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. 5.2 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. 5.3 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 HAMPTON TRACT PHASE 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — Developer Awarded Projects CPN: 104657 Revised December 20, 2012 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. 5.4 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. 5.5 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 HAMPTON TRACT PHASE 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — Developer Awarded Projects CPN: 104657 Revised December 20, 2012 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 HAMPTON TRACT PHASE 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — Developer Awarded Projects CPN: 104657 Revised December 20, 2012 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 5.05.13. 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. 5.6 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 5.7 Concerning Subcontractors, Suppliers, and Others A. Minority and Women Owned Business Enterprise Compliance: CITY OF FORT WORTH HAMPTON TRACT PHASE 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — Developer Awarded Projects CPN: 104657 Revised December 20, 2012 00 73 10-17 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 17 of 35 ❑ Required for this Contract. © 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 HAMPTON TRACT PHASE 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — Developer Awarded Projects CPN: 104657 Revised December 20, 2012 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. 5.8 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 11th day after the date that arbitration is required, a district court shall appoint an arbitrator on the petition of any of the persons. The City is not a party in the arbitration. The decision and award of the arbitrator is final and binding on all parties and may be enforced in any court of competent jurisdiction. E. Records to be Maintained. The Contractor and each Subcontractor shall, for a period of three (3) years following the date of acceptance of the work, maintain records that show (i) the name and CITY OF FORT WORTH HAMPTON TRACT PHASE 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — Developer Awarded Projects CPN: 104657 Revised December 20, 2012 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. 5.9 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 HAMPTON TRACT PHASE 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — Developer Awarded Projects CPN: 104657 Revised December 20, 2012 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 HAMPTON TRACT PHASE 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — Developer Awarded Projects CPN: 104657 Revised December 20, 2012 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 HAMPTON TRACT PHASE 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — Developer Awarded Projects CPN: 104657 Revised December 20, 2012 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 HAMPTON TRACT PHASE 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — Developer Awarded Projects CPN: 104657 Revised December 20, 2012 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 HAMPTON TRACT PHASE 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — Developer Awarded Projects CPN: 104657 Revised December 20, 2012 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 HAMPTON TRACT PHASE 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — Developer Awarded Projects CPN: 104657 Revised December 20, 2012 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 HAMPTON TRACT PHASE 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — Developer Awarded Projects CPN: 104657 Revised December 20, 2012 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 parry to such a direct contract, each utility owner, and City, if City is performing other work with City's employees or other City contractors, proper and safe access to the Site, provide a reasonable opportunity for the introduction and storage of materials and equipment and the execution of such other work, and properly coordinate the Work with theirs. Contractor shall do all cutting, fitting, and patching of the Work that may be required to properly connect or otherwise make its several parts come together and properly integrate with such other work. Contractor shall not endanger any work of others by cutting, excavating, or otherwise altering such work; provided, however, that Contractor may cut or alter others' work with the written consent of City and the others whose work will be affected. C. If the proper execution or results of any part of Contractor's Work depends upon work performed by others under this Article 7, Contractor shall inspect such other work and promptly report to City in writing any delays, defects, or deficiencies in such other work that render it unavailable or unsuitable for the proper execution and results of Contractor's Work. Contractor's failure to so report will constitute an acceptance of such other work as fit and proper for integration with Contractor's Work except for latent defects in the work provided by others. ARTICLE 7 — CITY'S RESPONSIBILITIES 7.1 Inspections, Tests, and Approvals City's responsibility with respect to certain inspections, tests, and approvals is set forth in Paragraph 11.03. 7.2 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 HAMPTON TRACT PHASE 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — Developer Awarded Projects CPN: 104657 Revised December 20, 2012 00 73 10- 27 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 27 of 35 7.3 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 8.1 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. 8.2 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. 8.3 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 HAMPTON TRACT PHASE 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — Developer Awarded Projects CPN: 104657 Revised December 20, 2012 00 73 10- 28 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 28 of 35 8.4 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 9.1 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. 9.2 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 10.1 Change of Contract Price A. The Contract Price may only be changed by a Participating Change Order for projects with City participation. 10.2 Change of Contract Time A. The Contract Time may only be changed by a Participating Change Order for projects with City participation. 10.3 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 HAMPTON TRACT PHASE 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — Developer Awarded Projects CPN: 104657 Revised December 20, 2012 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 11.1 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. 11.2 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. 11.3 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 HAMPTON TRACT PHASE 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — Developer Awarded Projects CPN: 104657 Revised December 20, 2012 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. City will forward all invoices for retests to Developer/Contractor. 4. If Contractor fails to pay the Testing Lab, City will not issue a letter of Final Acceptance until the Testing Lab is Paid E. If any Work (or the work of others) that is to Contractor without written concurrence of City, such Work for observation. 11.4 Uncovering Work be inspected, tested, or approved is covered by Contractor shall, if requested by City, uncover 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. 11.5 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. 11.6 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. 11.7 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 HAMPTON TRACT PHASE 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — Developer Awarded Projects CPN: 104657 Revised December 20, 2012 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. 11.8 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 HAMPTON TRACT PHASE 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — Developer Awarded Projects CPN: 104657 Revised December 20, 2012 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 12.1 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. 12.2 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. 12.3 Final Inspection A. Upon written notice from Contractor that the entire Work is complete in accordance with the Contract Documents: CITY OF FORT WORTH HAMPTON TRACT PHASE 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — Developer Awarded Projects CPN: 104657 Revised December 20, 2012 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. 12.4 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: 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 HAMPTON TRACT PHASE 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — Developer Awarded Projects CPN: 104657 Revised December 20, 2012 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 14.1 Giving Notice A. Whenever any provision of the Contract Documents requires the giving of written notice, it will be deemed to have been validly given if: 1. delivered in person to the individual or to a member of the firm or to an officer of the corporation for whom it is intended; or 2. delivered at or sent by registered or certified mail, postage prepaid, to the last business address known to the giver of the notice. B. Business address changes must be promptly made in writing to the other parry. 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. 14.2 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. 14.3 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 HAMPTON TRACT PHASE 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — Developer Awarded Projects CPN: 104657 Revised December 20, 2012 00 73 10- 35 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 35 of 35 14.4 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. 14.5 Headings Article and paragraph headings are inserted for convenience only and do not constitute parts of these General Conditions. CITY OF FORT WORTH HAMPTON TRACT PHASE 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — Developer Awarded Projects CPN: 104657 Revised December 20, 2012 1 2 3 GENERAL 4 SUMMARY SECTION 01 11 00 SUMMARY OF WORK 01 11 0001 78 39 - 1 DAP SUMMARY OF WORK Page 1 of 3 5 A. Section Includes: 6 1. Summary of Work to be performed in accordance with the Contract Documents 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. None. 9 C. Related Specification Sections include, but are not necessarily limited to: 10 1. Division 0 - Bidding Requirements, Contract Forms, and Conditions of the Contract 11 2. Division 1 - General Requirements 12 1.2 PRICE AND PAYMENT PROCEDURES 13 A. Measurement and Payment 14 1. Work associated with this Item is considered subsidiary to the various items bid. 15 No separate payment will be allowed for this Item. 16 1.3 REFERENCES [NOT USED] 17 1.4 ADMINISTRATIVE REQUIREMENTS 18 A. Work Covered by Contract Documents 19 1. Work is to include furnishing all labor, materials, and equipment, and performing 20 all Work necessary for this construction project as detailed in the Drawings and 21 Specifications. 22 B. Subsidiary Work 23 1. Any and all Work specifically governed by documentary requirements for the 24 project, such as conditions imposed by the Drawings or Contract Documents in 25 which no specific item for bid has been provided for in the Proposal and the item is 26 not a typical unit bid item included on the standard bid item list, then the item shall 27 be considered as a subsidiary item of Work, the cost of which shall be included in 28 the price bid in the Proposal for various bid items. 29 C. Use of Premises 30 1. Coordinate uses of premises under direction of the City. 31 2. Assume full responsibility for protection and safekeeping of materials and 32 equipment stored on the Site. 33 3. Use and occupy only portions of the public streets and alleys, or other public places 34 or other rights -of -way as provided for in the ordinances of the City, as shown in the 35 Contract Documents, or as may be specifically authorized in writing by the City. 36 a. A reasonable amount of tools, materials, and equipment for construction 37 purposes may be stored in such space, but no more than is necessary to avoid 38 delay in the construction operations. CITY OF FORT WORTH HAMPTON TRACT PHASE 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — Developer Awarded Projects CPN: 104657 Revised December 20, 2012 01 11 0001 78 39 - 2 DAP SUMMARY OF WORK Page 2 of 3 1 b. Excavated and waste materials shall be stored in such a way as not to interfere 2 with the use of spaces that may be designated to be left free and unobstructed 3 and so as not to inconvenience occupants of adjacent property. 4 c. If the street is occupied by railroad tracks, the Work shall be carried on in such 5 manner as not to interfere with the operation of the railroad. 6 All Work shall be in accordance with railroad requirements set forth in Division 7 0 as well as the railroad permit. 8 D. Work within Easements 9 1. Do not enter upon private property for any purpose without having previously 10 obtained permission from the owner of such property. 11 2. Do not store equipment or material on private property unless and until the 12 specified approval of the property owner has been secured in writing by the 13 Contractor and a copy furnished to the City. 14 3. Unless specifically provided otherwise, clear all rights -of -way or easements of 15 obstructions which must be removed to make possible proper prosecution of the 16 Work as a part of the project construction operations. 17 4. Preserve and use every precaution to prevent damage to, all trees, shrubbery, 18 plants, lawns, fences, culverts, curbing, and all other types of structures or 19 improvements, to all water, sewer, and gas lines, to all conduits, overhead pole 20 lines, or appurtenances thereof, including the construction of temporary fences 21 and to all other public or private property adjacent to the Work. 22 5. Notify the proper representatives of the owners or occupants of the public or 23 private lands of interest in lands which might be affected by the Work. 24 a. Such notice shall be made at least 48 hours in advance of the beginning of 25 the Work. 26 b. Notices shall be applicable to both public and private utility companies and 27 any corporation, company, individual, or other, either as owners or 28 occupants, whose land or interest in land might be affected by the Work. 29 c. Be responsible for all damage or injury to property of any character 30 resulting from any act, omission, neglect, or misconduct in the manner or 31 method or execution of the Work, or at any time due to defective work, 32 material, or equipment. 33 6. Fence 34 a. Restore all fences encountered and removed during construction of the 35 Project to the original or a better than original condition. 36 b. Erect temporary fencing in place of the fencing removed whenever the 37 Work is not in progress and when the site is vacated overnight, and/or at all 38 times to provide site security. 39 c. The cost for all fence work within easements, including removal, temporary 40 closures and replacement, shall be subsidiary to the various items bid in the 41 project proposal, unless a bid item is specifically provided in the proposal. CITY OF FORT WORTH HAMPTON TRACT PHASE 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — Developer Awarded Projects CPN: 104657 Revised December 20, 2012 01 11 0001 78 39 - 3 DAP SUMMARY OF WORK Page 3 of 3 1 1.5 SUBMITTALS [NOT USED] 2 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 3 1.7 CLOSEOUT SUBMITTALS [NOT USED] 4 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 5 1.9 QUALITY ASSURANCE [NOT USED] 6 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 7 1.11 FIELD [SITE] CONDITIONS [NOT USED] 8 1.12 WARRANTY [NOT USED] 9 PART 2 - PRODUCTS [NOT USED] 10 PART 3 -EXECUTION [NOT USED] 11 END OF SECTION 12 13 Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH HAMPTON TRACT PHASE 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — Developer Awarded Projects CPN: 104657 Revised December 20, 2012 1 2 3 PART 1 - GENERAL 4 1.1 SUMMARY SECTION 013119 PRECONSTRUCTION MEETING 01 31 01 78 3919 - 1 DAP PRECONSTRUCTION MEETING Page 1 of 3 5 A. Section Includes: 6 1. Provisions for the preconstruction meeting to be held prior to the start of Work to 7 clarify construction contract administration procedures 8 B. Deviations from this City of Fort Worth Standard Specification 9 1. No construction schedule required unless requested by the City. 10 C. Related Specification Sections include, but are not necessarily limited to: 11 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 12 2. Division 1 — General Requirements 13 1.2 PRICE AND PAYMENT PROCEDURES 14 A. Measurement and Payment 15 1. Work associated with this Item is considered subsidiary to the various items bid. 16 No separate payment will be allowed for this Item. 17 1.3 REFERENCES [NOT USED] 18 1.4 ADMINISTRATIVE REQUIREMENTS 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 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. 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 HAMPTON TRACT PHASE 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN: 104657 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 01 31 01 78 3919 - 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 HAMPTON TRACT PHASE 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN: 104657 Revised August 30, 2013 01 31 01 78 3919 - 3 DAP PRECONSTRUCTION MEETING Page 3 of 3 1 1.5 SUBMITTALS [NOT USED] 2 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 3 1.7 CLOSEOUT SUBMITTALS [NOT USED] 4 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 5 1.9 QUALITY ASSURANCE [NOT USED] 6 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 7 1.11 FIELD [SITE] CONDITIONS [NOT USED] 8 1.12 WARRANTY [NOT USED] 9 PART 2 - PRODUCTS [NOT USED] 10 PART 3 - EXECUTION [NOT USED] 11 END OF SECTION 12 13 Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH HAMPTON TRACT PHASE 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN: 104657 Revised August 30, 2013 0133 000178 39 - 1 DAP SUBMITTALS Pagel of 8 1 SECTION 0133 00 2 DAP SUBMITTALS 3 PART 1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. General methods and requirements of submissions applicable to the following Work- 7 related submittals: 8 a. Shop Drawings 9 b. Product Data (including Standard Product List submittals) 10 c. Samples 11 d. Mock Ups 12 B. Deviations from this City of Fort Worth Standard Specification 13 1. None. 14 C. Related Specification Sections include, but are not necessarily limited to: 15 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 16 2. Division 1 — General Requirements 17 1.2 PRICE AND PAYMENT PROCEDURES 18 A. Measurement and Payment 19 1. Work associated with this Item is considered subsidiary to the various items bid. No 20 separate payment will be allowed for this Item. 21 1.3 REFERENCES [NOT USED] 22 1.4 ADMINISTRATIVE REQUIREMENTS 23 A. Coordination 24 1. Notify the City in writing, at the time of submittal, of any deviations in the submittals 25 from the requirements of the Contract Documents. 26 2. Coordination of Submittal Times 27 a. Prepare, prioritize and transmit each submittal sufficiently in advance of performing 28 the related Work or other applicable activities, or within the time specified in the 29 individual Work Sections, of the Specifications. 30 b. Contractor is responsible such that the installation will not be delayed by processing 31 times including, but not limited to: 32 a) Disapproval and resubmittal (if required) 33 b) Coordination with other submittals 34 c) Testing 35 d) Purchasing 36 e) Fabrication 37 f) Delivery 38 Similar sequenced activities 39 c. No extension of time will be authorized because of the Contractor's failure to 40 transmit submittals sufficiently in advance of the Work. CITY OF FORT WORTH HAMPTON TRACT PHASE 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN: 104657 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 0133 000178 39 - 2 DAP SUBMITTALS Page 2 of 8 d. Make submittals promptly in accordance with approved schedule, and in such sequence as to cause no delay in the Work or in the work of any other contractor. B. Submittal Numbering 1. When submitting shop drawings or samples, utilize a 9-character submittal cross- reference identification numbering system in the following manner: a. Use the first 6 digits of the applicable Specification Section Number. b. For the next 2 digits number use numbers 01-99 to sequentially number each initial separate item or drawing submitted under each specific Section number. c. Last use a letter, A-Z, indicating the resubmission of the same drawing (i.e. A=2nd submission, B=3rd submission, C=4th submission, etc.). A typical submittal number would be as follows: 1119101111111T.M. 1) 03 30 00 is the Specification Section for Concrete 2) 08 is the eighth initial submittal under this Specification Section 3) B is the third submission (second resubmission) of that particular shop drawing C. Contractor Certification 1. Review shop drawings, product data and samples, including those by subcontractors, prior to submission to determine and verify the following: a. Field measurements b. Field construction criteria c. Catalog numbers and similar data d. Conformance with the Contract Documents 2. Provide each shop drawing, sample and product data submitted by the Contractor with a Certification Statement affixed including: a. The Contractor's Company name b. Signature of submittal reviewer c. Certification Statement 1) `By this submittal, I hereby represent that I have determined and verified field measurements, field construction criteria, materials, dimensions, catalog numbers and similar data and I have checked and coordinated each item with other applicable approved shop drawings." D. Submittal Format 1. Fold shop drawings larger than 8 '/2 inches x 11 inches to 8 '/2 inches x 11 inches. 2. Bind shop drawings and product data sheets together. 3. Order a. Cover Sheet 1) Description of Packet 2) Contractor Certification b. List of items / Table of Contents c. Product Data /Shop Drawings/Samples /Calculations E. Submittal Content 1. The date of submission and the dates of any previous submissions CITY OF FORT WORTH HAMPTON TRACT PHASE 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN: 104657 Revised August 30, 2013 0133 000178 39 - 3 DAP SUBMITTALS Page 3 of 8 1 2. The Project title and number 2 3. Contractor identification 3 4. The names of- 4 a. Contractor 5 b. Supplier 6 c. Manufacturer 7 5. Identification of the product, with the Specification Section number, page and 8 paragraph(s) 9 6. Field dimensions, clearly identified as such 10 7. Relation to adjacent or critical features of the Work or materials 11 8. Applicable standards, such as ASTM or Federal Specification numbers 12 9. Identification by highlighting of deviations from Contract Documents 13 10. Identification by highlighting of revisions on resubmittals 14 11. An 8-inch x 3-inch blank space for Contractor and City stamps 15 F. Shop Drawings 16 1. As specified in individual Work Sections includes, but is not necessarily limited to: 17 a. Custom -prepared data such as fabrication and erection/installation (working) 18 drawings 19 b. Scheduled information 20 c. Setting diagrams 21 d. Actual shopwork manufacturing instructions 22 e. Custom templates 23 f. Special wiring diagrams 24 g. Coordination drawings 25 h. Individual system or equipment inspection and test reports including: 26 1) Performance curves and certifications 27 i. As applicable to the Work 28 2. Details 29 a. Relation of the various parts to the main members and lines of the structure 30 b. Where correct fabrication of the Work depends upon field measurements 31 Provide such measurements and note on the drawings prior to submitting for 32 approval. 33 G. Product Data 34 1. For submittals of product data for products included on the City's Standard Product 35 List, clearly identify each item selected for use on the Project. 36 2. For submittals of product data for products not included on the City's Standard 37 Product List, submittal data may include, but is not necessarily limited to: 38 a. Standard prepared data for manufactured products (sometimes referred to as 39 catalog data) 40 1) Such as the manufacturer's product specification and installation instructions 41 2) Availability of colors and patterns 42 3) Manufacturer's printed statements of compliances and applicability 43 4) Roughing -in diagrams and templates 44 5) Catalog cuts CITY OF FORT WORTH HAMPTON TRACT PHASE 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN: 104657 Revised August 30, 2013 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 0133 000178 39 - 4 DAP SUBMITTALS Page 4 of 8 6) Product photographs 7) Standard wiring diagrams 8) Printed performance curves and operational -range diagrams 9) Production or quality control inspection and test reports and certifications 10) Mill reports 11) Product operating and maintenance instructions and recommended spare -parts listing and printed product warranties 12) As applicable to the Work H. Samples As specified in individual Sections, include, but are not necessarily limited to: a. Physical examples of the Work such as: 1) Sections of manufactured or fabricated Work 2) Small cuts or containers of materials 3) Complete units of repetitively used products color/texture/pattern swatches and range sets 4) Specimens for coordination of visual effect 5) Graphic symbols and units of Work to be used by the City for independent inspection and testing, as applicable to the Work I. Do not start Work requiring a shop drawing, sample or product data nor any material to be fabricated or installed prior to the approval or qualified approval of such item. 1. Fabrication performed, materials purchased or on -site construction accomplished which does not conform to approved shop drawings and data is at the Contractor's risk. 2. The City will not be liable for any expense or delay due to corrections or remedies required to accomplish conformity. 3. Complete project Work, materials, fabrication, and installations in conformance with approved shop drawings, applicable samples, and product data. J. Submittal Distribution 1. Electronic Distribution a. Confirm development of Project directory for electronic submittals to be uploaded to City's Buzzsaw site, or another external FTP site approved by the City. b. Shop Drawings 1) Upload submittal to designated project directory and notify appropriate City representatives via email of submittal posting. 2) Hard Copies a) 3 copies for all submittals b) If Contractor requires more than 1 hard copy of Shop Drawings returned, Contractor shall submit more than the number of copies listed above. c. Product Data 1) Upload submittal to designated project directory and notify appropriate City representatives via email of submittal posting. 2) Hard Copies a) 3 copies for all submittals d. Samples 1) Distributed to the Project Representative 2. Hard Copy Distribution (if required in lieu of electronic distribution) CITY OF FORT WORTH HAMPTON TRACT PHASE 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN: 104657 Revised August 30, 2013 0133 000178 39 - 5 DAP SUBMITTALS Page 5 of 8 1 a. Shop Drawings 2 1) Distributed to the City 3 2) Copies 4 a. 8 copies for mechanical submittals 5 b. 7 copies for all other submittals 6 c. If Contractor requires more than 3 copies of Shop Drawings returned, 7 Contractor shall submit more than the number of copies listed above. 8 b. Product Data 9 1) Distributed to the City 10 2) Copies 11 a) 4 copies 12 c. Samples 13 1) Distributed to the Project Representative 14 2) Copies 15 a) Submit the number stated in the respective Specification Sections. 16 3. Distribute reproductions of approved shop drawings and copies of approved product 17 data and samples, where required, to the job site file and elsewhere as directed by 18 the City. 19 a. Provide number of copies as directed by the City but not exceeding the number 20 previously specified. 21 K. Submittal Review 22 1. The review of shop drawings, data and samples will be for general conformance with 23 the design concept and Contract Documents. This is not to be construed as: 24 a. Permitting any departure from the Contract requirements 25 b. Relieving the Contractor of responsibility for any errors, including details, 26 dimensions, and materials 27 c. Approving departures from details furnished by the City, except as otherwise 28 provided herein 29 2. The review and approval of shop drawings, samples or product data by the City does 30 not relieve the Contractor from his/her responsibility with regard to the fulfillment of 31 the terms of the Contract. 32 a. All risks of error and omission are assumed by the Contractor, and the City will 33 have no responsibility therefore. 34 3. The Contractor remains responsible for details and accuracy, for coordinating the Work 35 with all other associated work and trades, for selecting fabrication processes, for 36 techniques of assembly and for performing Work in a safe manner. 37 4. If the shop drawings, data or samples as submitted describe variations and show a 38 departure from the Contract requirements which City finds to be in the interest of the 39 City and to be so minor as not to involve a change in Contract Price or time for 40 performance, the City may return the reviewed drawings without noting an exception. 41 5. Submittals will be returned to the Contractor under 1 of the following codes: 42 a. Code 1 43 1) "NO EXCEPTIONS TAKEN' is assigned when there are no notations or 44 comments on the submittal. 45 a. When returned under this code the Contractor may release the equipment 46 and/or material for manufacture. 47 b. Code 2 CITY OF FORT WORTH HAMPTON TRACT PHASE 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN: 104657 Revised August 30, 2013 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 0133 000178 39 - 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 HAMPTON TRACT PHASE 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN: 104657 Revised August 30, 2013 0133 000178 39 - 7 DAP SUBMITTALS Page 7 of 8 1 9. When the shop drawings have been completed to the satisfaction of the City, the 2 Contractor may carry out the construction in accordance therewith and no further 3 changes therein except upon written instructions from the City. 4 10. Each submittal, appropriately coded, will be returned within 30 Calendar Days 5 following receipt of submittal by the City. 6 L. Mock ups 7 1. Mock Up units as specified in individual Sections, include, but are not necessarily 8 limited to, complete units of the standard of acceptance for that type of Work to be used 9 on the Project. Remove at the completion of the Work or when directed. 10 M. Qualifications 11 If specifically required in other Sections of these Specifications, submit a P.E. Certification 12 for each item required. 13 N. Request for Information (RFI) 14 1. Contractor Request for additional information 15 a. Clarification or interpretation of the contract documents 16 b. When the Contractor believes there is a conflict between Contract Documents 17 c. When the Contractor believes there is a conflict between the Drawings and 18 Specifications 19 1) Identify the conflict and request clarification 20 2. Sufficient information shall be attached to permit a written response without further 21 information. 22 23 24 25 26 1.5 SUBMITTALS [NOT USED] 27 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 28 1.7 CLOSEOUT SUBMITTALS [NOT USED] 29 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 30 1.9 QUALITY ASSURANCE [NOT USED] 31 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 32 1.11 FIELD [SITE] CONDITIONS [NOT USED] 33 1.12 WARRANTY [NOT USED] CITY OF FORT WORTH HAMPTON TRACT PHASE 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN: 104657 Revised August 30, 2013 2 3 0133 000178 39 - 8 DAP SUBMITTALS Page 8 of 8 5 PART 2 — PRODUCTS [NOT USED] 6 PART 3 - EXECUTION [NOT USED] 7 END OF SECTION Revision Log DATE NAME UMMARY OF CHANGE 12/20/2012 D. Johnson 1.4.K.8. Working Days modified to Calendar Days CITY OF FORT WORTH HAMPTON TRACT PHASE 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN: 104657 Revised August 30, 2013 0135 130178 39 - 1 DAP SPECIAL PROJECT PROCEDURES Page 1 of 7 1 SECTION 0135 13 2 SPECIAL PROJECT PROCEDURES 3 PART 1 - 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 f. Water Department Notification 13 g. Public Notification Prior to Beginning Construction 14 h. Coordination with United States Army Corps of Engineers 15 i. Coordination within Railroad permits areas 16 j. Dust Control 17 k. Employee Parking 18 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 standard 28 published at the time of the latest revision date logged at the end of this Specification, 29 unless a date is specifically cited. 30 2. Health and Safety Code, Title 9. Safety, Subtitle A. Public Safety, Chapter 752. High 31 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 Department 37 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 40 b. All work performed in the TxDOT right-of-way shall be performed in compliance 41 with and subject to approval from the Texas Department of Transportation CITY OF FORT WORTH HAMPTON TRACT PHASE 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN: 104657 Revised August, 30, 2013 0135 130178 39 - 2 DAP SPECIAL PROJECT PROCEDURES Page 2 of 7 1 B. Work near High Voltage Lines 2 1. Regulatory Requirements 3 a. All Work near High Voltage Lines (more than 600 volts measured between 4 conductors or between a conductor and the ground) shall be in accordance with 5 Health and Safety Code, Title 9, Subtitle A, Chapter 752. 6 2. Warning sign 7 a. Provide sign of sufficient size meeting all OSHA requirements. 8 3. Equipment operating within 10 feet of high voltage lines will require the following 9 safety features 10 a. Insulating cage -type of guard about the boom or arm 11 b. Insulator links on the lift hook connections for back hoes or dippers 12 c. Equipment must meet the safety requirements as set forth by OSHA and the safety 13 requirements of the owner of the high voltage lines 14 4. Work within 6 feet of high voltage electric lines 15 a. Notification shall be given to: 16 1) The power company (example: ONCOR) 17 a) Maintain an accurate log of all such calls to power company and record 18 action taken in each case. 19 b. Coordination with power company 20 1) After notification coordinate with the power company to: 21 a) Erect temporary mechanical barriers, de -energize the lines, or raise or lower 22 the lines 23 c. No personnel may work within 6 feet of a high voltage line before the above 24 requirements have been met. 25 C. Confined Space Entry Program 26 1. Provide and follow approved Confined Space Entry Program in accordance with OSHA 27 requirements. 28 2. Confined Spaces include: 29 a. Manholes 30 b. All other confined spaces in accordance with OSHA's Permit Required for 31 Confined Spaces 32 D. Use of Explosives, Drop Weight, Etc. 33 1. When Contract Documents permit on the project the following will apply: 34 a. Public Notification 35 1) Submit notice to City and proof of adequate insurance coverage, 24 hours prior 36 to commencing. 37 2) Minimum 24 hour public notification in accordance with Section 013 1 13 38 E. Water Department Coordination 39 40 1. During the construction of this project, it will be necessary to deactivate, for a 41 period of time, existing lines. The Contractor shall be required to coordinate with 42 the Water Department to determine the best times for deactivating and activating 43 those lines. 44 2. Coordinate any event that will require connecting to or the operation of an existing 45 City water line system with the City's representative. 46 a. Coordination shall be in accordance with Section 33 12 25. CITY OF FORT WORTH HAMPTON TRACT PHASE 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN: 104657 Revised August, 30, 2013 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 01 35 130178 39 - 3 DAP SPECIAL PROJECT PROCEDURES Page 3 of 7 b. If needed, obtain a hydrant water meter from the Water Department for use during the life of named project. C. In the event that a water valve on an existing live system be turned off and on to accommodate the construction of the project is required, coordinate this activity through the appropriate City representative. 1) Do not operate water line valves of existing water system. a) Failure to comply will render the Contractor in violation of Texas Penal Code Title 7, Chapter 28.03 (Criminal Mischief) and the Contractor will be prosecuted to the full extent of the law. b) In addition, the Contractor will assume all liabilities and responsibilities as a result of these actions. F. Public Notification Prior to Beginning Construction 1. Prior to beginning construction on any block in the project, on a block by block basis, prepare and deliver a notice or flyer of the pending construction to the front door of each residence or business that will be impacted by construction. The notice shall be prepared as follows: a. Post notice or flyer 7 days prior to beginning any construction activity on each block in the project area. 1) Prepare flyer on the Contractor's letterhead and include the following information: a) Name of Project b) City Project No (CPN) c) Scope of Project (i.e. type of construction activity) d) Actual construction duration within the block e) Name of the contractor's foreman and phone number f) Name of the City's inspector and phone number g) City's after-hours phone number 2) A sample of the `pre -construction notification' flyer is attached as Exhibit A. 3) Submit schedule showing the construction start and finish time for each block of the project to the inspector. 4) Deliver flyer to the City Inspector for review prior to distribution. b. No construction will be allowed to begin on any block until the flyer is delivered to all residents of the block. G. Public Notification of Temporary Water Service Interruption during Construction 1. In the event it becomes necessary to temporarily shut down water service to residents or businesses during construction, prepare and deliver a notice or flyer of the pending interruption to the front door of each affected resident. 2. Prepared notice as follows: a. The notification or flyer shall be posted 24 hours prior to the temporary interruption. b. Prepare flyer on the contractor's letterhead and include the following information: 1) Name of the project 2) City Project Number 3) Date of the interruption of service 4) Period the interruption will take place 5) Name of the contractor's foreman and phone number 6) Name of the City's inspector and phone number CITY OF FORT WORTH HAMPTON TRACT PHASE 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN: 104657 Revised August, 30, 2013 0135 130178 39 - 4 DAP SPECIAL PROJECT PROCEDURES 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 Page 4 of 7 c. A sample of the temporary water service interruption notification is attached as Exhibit B. d. Deliver a copy of the temporary interruption notification to the City inspector for review prior to being distributed. e. No interruption of water service can occur until the flyer has been delivered to all affected residents and businesses. f. Electronic versions of the sample flyers can be obtained from the Project Construction Inspector. H. Coordination with United States Army Corps of Engineers (USACE) 1. At locations in the Project where construction activities occur in areas where USACE permits are required, meet all requirements set forth in each designated permit. I. Coordination within Railroad Permit Areas At locations in the project where construction activities occur in areas where railroad permits are required, meet all requirements set forth in each designated railroad permit. This includes, but is not limited to, provisions for: a. Flagmen b. Inspectors c. Safety training d. Additional insurance e. Insurance certificates f. Other employees required to protect the right-of-way and property of the Railroad Company from damage arising out of and/or from the construction of the project. Proper utility clearance procedures shall be used in accordance with the permit guidelines. 2. Obtain any supplemental information needed to comply with the railroad's requirements. J. Dust Control 1. Use acceptable measures to control dust at the Site. a. If water is used to control dust, capture and properly dispose of waste water. b. If wet saw cutting is performed, capture and properly dispose of slurry. K. Employee Parking 1. Provide parking for employees at locations approved by the City. CITY OF FORT WORTH HAMPTON TRACT PHASE 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN: 104657 Revised August, 30, 2013 0135 130178 39 - 5 DAP SPECIAL PROJECT PROCEDURES Page 5 of 7 1 1.4 SUBMITTALS [NOT USED] 2 1.5 ACTION SUBMITTALS/INFORMATIONAL 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 Revision Log DATE NAM UMMARY OF CHANGE 1.3.B — 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 HAMPTON TRACT PHASE 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN: 104657 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 0135 1301 78 39 - 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: NOTICE 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 36 PLEASE KEEP THIS FLYER HANDY WHEN YOU CALL CITY OF FORT WORTH HAMPTON TRACT PHASE 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN: 104657 Revised August, 30, 2013 1 2 3 0135 130178 39 - 7 DAP SPECIAL PROJECT PROCEDURES Page 7 of 7 EXHIBIT B FORT WORTH Imo: D019 XXXX I�� Imo: NOTICE OF TEMPORARY WATER SERVICE INTERRUPTION DUE TO UTILITY IMPROVEMENTS IN YOUR NEIGHBORHOOD, YOUR WATER SERVICE WILL BE INTERRUPTED ON BETWEEN THE HOURS OF AND IF YOU HAVE QUESTIONS ABOUT THIS SHUT -OUT, PLEASE CALL: MR. AT (CONTRACTORS SUPERINTENDENT) (TELEPHONE NUMBER) OR MR. AT (CITY INSPECTOR) (TELEPHONE NUMBER) THIS INCONVENIENCE WILL BE AS SHORT AS POSSIBLE. THANK YOU, ,CONTRACTOR CITY OF FORT WORTH HAMPTON TRACT PHASE 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN: 104657 Revised August, 30, 2013 04 45 230178 39 - 1 DAP TESTING AND INSPECTION SERVICES Page 1 of 2 1 SECTION 0145 23 2 TESTING AND INSPECTION SERVICES 3 PART 1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Testing and inspection services procedures and coordination 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. None. 9 C. Related Specification Sections include, but are not necessarily limited to: 10 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 11 2. Division 1 — General Requirements 12 1.2 PRICE AND PAYMENT PROCEDURES 13 A. Measurement and Payment 14 1. W rk associated with this Item is considered subsidiary to the various Items bid. 15 No separate payment will be allowed for this Item. 16 a. Contractor is responsible for performing, coordinating, and payment of all 17 Quality Control testing. 18 b. City is responsible for performing and payment for first set of Quality 19 Assurance testing. 20 1) If the first Quality Assurance test performed by the City fails, the 21 Contractor is responsible for payment of subsequent Quality Assurance 22 testing until a passing test occurs. 23 a) Final acceptance will not be issued by City until all required payments 24 for testing by Contractor have been paid in full. 25 1.3 REFERENCES [NOT USED] 26 1.4 ADMINISTRATIVE REQUIREMENTS 27 A. Testing 28 1. Complete testing in accordance with the Contract Documents. 29 2. Coordination 30 a. W en testing is required to be performed by the City, notify City, sufficiently 31 in advance, when testing is needed. 32 b. W en testing is required to be completed by the Contractor, notify City, 33 sufficiently in advance, that testing will be performed. 34 3. Distribution of Testing Reports 35 a. Electronic Distribution 36 1) Confirm development of Project directory for electronic submittals to be 37 uploaded to City's Buzzsaw site, or another form of distribution approved 38 by the City. 39 40 CITY OF FORT WORTH HAMPTON TRACT PHASE 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN: 104657 Revised August 30, 2013 04 45 230178 39 - 2 DAP TESTING AND INSPECTION SERVICES Page 2 of 2 1 2) Upload test reports to designated project directory and notify appropriate 2 City representatives via email of submittal posting. 3 3) Hard Copies 4 a) 1 copy for all submittals submitted to the Project Representative 5 b. Hard Copy Distribution (if required in lieu of electronic distribution) 6 1) Tests performed by City 7 a) Distribute 1 hard copy to the Contractor 8 2) Tests performed by the Contractor 9 a) Distribute 3 hard copies to City's Project Representative 10 4. Provide City's Project Representative with trip tickets for each delivered 11 load of Concrete or Lime material including the following information: 12 a. Name of pit 13 b. Date of delivery 14 c. Material delivered 15 B. Inspection 16 1. Inspection or lack of inspection does not relieve the Contractor from obligation to 17 perform work in accordance with the Contract Documents. 18 1.5 SUBMITTALS [NOT USED] 19 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 20 1.7 CLOSEOUT SUBMITTALS [NOT USED] 21 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 22 1.9 QUALITY ASSURANCE [NOT USED] 23 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 24 1.11 FIELD [SITE] CONDITIONS [NOT USED] 25 1.12 WARRANTY [NOT USED] 26 PART 2 - PRODUCTS [NOT USED] 27 PART 3 - EXECUTION [NOT USED] 28 END OF SECTION 29 DATE NAME 30 Revision Log SUMMARY OF CHANGE CITY OF FORT WORTH HAMPTON TRACT PHASE 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN: 104657 Revised August 30, 2013 0150 000178 39 - 1 DAP TEMPORARY FACILITIES AND CONTROLS Page 1 of 4 1 SECTION 0150 00 2 TEMPORARY FACILITIES AND CONTROLS 3 PART 1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Provide temporary facilities and controls needed for the Work including, but not 7 necessarily limited to: 8 a. Temporary utilities 9 b. Sanitary facilities 10 c. Storage Sheds and Buildings 11 d. Dust control 12 e. Temporary fencing of the construction site 13 B. Deviations from this City of Fort Worth Standard Specification 14 1. None. 15 C. Related Specification Sections include, but are not necessarily limited to: 16 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 17 2. Division 1 — General Requirements 18 1.2 PRICE AND PAYMENT PROCEDURES 19 A. Measurement and Payment 20 1. Work associated with this Item is considered subsidiary to the various Items bid. 21 No separate payment will be allowed for this Item. 22 1.3 REFERENCES [NOT USED] 23 1.4 ADMINISTRATIVE REQUIREMENTS 24 A. Temporary Utilities 25 1. Obtaining Temporary Service 26 a. Make arrangements with utility service companies for temporary services. 27 b. Abide by rules and regulations of utility service companies or authorities 28 having jurisdiction. 29 c. Be responsible for utility service costs until Work is approved for Final 30 Acceptance. 31 1) Included are fuel, power, light, heat and other utility services necessary for 32 execution, completion, testing and initial operation of Work. 33 2. Water 34 a. Contractor to provide water required for and in connection with Work to be 35 performed and for specified tests of piping, equipment, devices or other use as 36 required for the completion of the Work. 37 b. Provide and maintain adequate supply of potable water for domestic 38 consumption by Contractor personnel and City's Project Representatives. 39 c. Coordination 40 1) Contact City 1 week before water for construction is desired 41 CITY OF FORT WORTH HAMPTON TRACT PHASE 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN: 104657 Revised JULY 1, 2011 0150 000178 39 - 2 DAP TEMPORARY FACILITIES AND CONTROLS Page 2 of 4 1 d. Contractor Payment for Construction Water 2 1) Obtain construction water meter from City for payment as billed by City's 3 established rates. 4 3. Electricity and Lighting 5 a. Provide and pay for electric powered service as required for Work, including 6 testing of Work. 7 Provide power for lighting, operation of equipment, or other use. 8 b. Electric power service includes temporary power service or generator to 9 maintain operations during scheduled shutdown. 10 4. Telephone 11 a. Provide emergency telephone service at Site for use by Contractor personnel 12 and others performing work or furnishing services at Site. 13 5. Temporary Heat and Ventilation 14 a. Provide temporary heat as necessary for protection or completion of Work. 15 b. Provide temporary heat and ventilation to assure safe working conditions. 16 B. Sanitary Facilities 17 1. Provide and maintain sanitary facilities for persons on Site. 18 a. Comply with regulations of State and local departments of health. 19 2. Enforce use of sanitary facilities by construction personnel at job site. 20 a. Enclose and anchor sanitary facilities. 21 b. No discharge will be allowed from these facilities. 22 c. Collect and store sewage and waste so as not to cause nuisance or health 23 problem. 24 d. Haul sewage and waste off -site at no less than weekly intervals and properly 25 dispose in accordance with applicable regulation. 26 3. Locate facilities near Work Site and keep clean and maintained throughout Project. 27 4. Remove facilities at completion of Project 28 C. Storage Sheds and Buildings 29 1. Provide adequately ventilated, watertight, weatherproof storage facilities with floor 30 above ground level for materials and equipment susceptible to weather damage. 31 2. Storage of materials not susceptible to weather damage may be on blocks off 32 ground. 33 3. Store materials in a neat and orderly manner. 34 a. Place materials and equipment to permit easy access for identification, 35 inspection and inventory. 36 4. Equip building with lockable doors and lighting, and provide electrical service for 37 equipment space heaters and heating or ventilation as necessary to provide storage 38 environments acceptable to specified manufacturers. 39 5. Fill and grade site for temporary structures to provide drainage away from 40 temporary and existing buildings. 41 6. Remove building from site prior to Final Acceptance. 42 D. Temporary Fencing 43 1. Provide and maintain for the duration or construction when required in contract 44 documents 45 E. Dust Control CITY OF FORT WORTH HAMPTON TRACT PHASE 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN: 104657 Revised JULY 1, 2011 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 0150 000178 39 - 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 HAMPTON TRACT PHASE 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN: 104657 Revised JULY 1, 2011 0150 000178 39 - 4 DAP TEMPORARY FACILITIES AND CONTROLS Page 4 of 4 1 1. Remove all temporary facilities and restore area after completion of the Work, 2 to a condition equal to or better than prior to start of Work. 3 3.12 PROTECTION [NOT USED] 4 3.13 MAINTENANCE [NOT USED] 5 3.14 ATTACHMENTS [NOT USED] 6 END OF SECTION 7 Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH HAMPTON TRACT PHASE 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN: 104657 Revised JULY 1, 2011 0155 260178 39 - 1 DAP STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL Page 1 of 3 1 SECTION 0155 26 2 STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL 3 PART 1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Administrative procedures for: 7 a. Street Use Permit 8 b. Modification of approved traffic control 9 c. Removal of Street Signs 10 B. Deviations from this City of Fort Worth Standard Specification 11 1. None. 12 C. Related Specification Sections include, but are not necessarily limited to: 13 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 14 2. Division 1 — General Requirements 15 3. Section 34 71 13 — Traffic Control 16 1.2 PRICE AND PAYMENT PROCEDURES 17 A. Measurement and Payment 18 1. Work associated with this Item is considered subsidiary to the various Items bid. 19 No separate payment will be allowed for this Item. 20 1.3 REFERENCES 21 A. Reference Standards 22 1. Reference standards cited in this specification refer to the current reference standard 23 published at the time of the latest revision date logged at the end of this 24 specification, unless a date is specifically cited. 25 2. Texas Manual on Uniform Traffic Control Devices (TMUTCD). 26 1.4 ADMINISTRATIVE REQUIREMENTS 27 A. Traffic Control 28 1. General 29 a. When traffic control plans are included in the Drawings, provide Traffic 30 Control in accordance with Drawings and Section 34 71 13. 31 b. When traffic control plans are not included in the Drawings, prepare traffic 32 control plans in accordance with Section 34 71 13 and submit to City for 33 review. 34 1) Allow minimum 10 working days for review of proposed Traffic Control. 35 B. Street Use Permit 36 1. Prior to installation of Traffic Control, a City Street Use Permit is required. 37 a. To obtain Street Use Permit, submit Traffic Control Plans to City 38 Transportation and Public Works Department. 39 40 CITY OF FORT WORTH HAMPTON TRACT PHASE 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN: 104657 Revised July 1, 2011 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 0155 260178 39 - 2 DAP STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL Page 2 of 3 1) Allow a minimum of 5 working days for permit review. 2) Contractor's responsibility to coordinate review of Traffic Control plans for Street Use Permit, such that construction is not delayed. C. Modification to Approved Traffic Control 1. Prior to installation traffic control: a. Submit revised traffic control plans to City Department Transportation and Public Works Department. 1) Revise Traffic Control plans in accordance with Section 34 71 13. 2) Allow minimum 5 working days for review of revised Traffic Control. 3) It is the Contractor's responsibility to coordinate review of Traffic Control plans for Street Use Permit, such that construction is not delayed. D. Removal of Street Sign 1. If it is determined that a street sign must be removed for construction, then contact City Transportation and Public Works Department, Signs and Markings Division to remove the sign. E. Temporary Signage 1. In the case of regulatory signs, replace permanent sign with temporary sign meeting requirements of the latest edition of the Texas Manual on Uniform Traffic Control Devices (MUTCD). 2. Install temporary sign before the removal of permanent sign. 3. When construction is complete, to the extent that the permanent sign can be reinstalled, contact the City Transportation and Public Works Department, Signs and Markings Division, to reinstall the permanent sign. F. Traffic Control Standards 1. Traffic Control Standards can be found on the City's Buzzsaw website. 27 1.5 SUBMITTALS [NOT USED] 28 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 29 1.7 CLOSEOUT SUBMITTALS [NOT USED] 30 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 31 1.9 QUALITY ASSURANCE [NOT USED] 32 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 33 1.11 FIELD [SITE] CONDITIONS [NOT USED] 34 1.12 WARRANTY [NOT USED] 35 PART 2 - PRODUCTS [NOT USED] 36 PART 3 - EXECUTION [NOT USED] 37 END OF SECTION CITY OF FORT WORTH HAMPTON TRACT PHASE 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN: 104657 Revised July 1, 2011 0155 260178 39 - 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 HAMPTON TRACT PHASE 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN: 104657 Revised July 1, 2011 0157 130178 39 - 1 DAP STORM WATER POLLUTION PREVENTION Page 1 of 3 1 SECTION 0157 13 2 STORM WATER POLLUTION PREVENTION 3 PART 1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Procedures for Storm Water Pollution Prevention Plans 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. None. 9 C. Related Specification Sections include, but are not necessarily limited to: 10 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the 11 Contract 12 2. Division 1 — General Requirements 13 3. Section 3125 00 — Erosion and Sediment Control 14 1.2 PRICE AND PAYMENT PROCEDURES 15 A. Measurement and Payment 16 1. Construction Activities resulting in less than 1 acre of disturbance 17 A. Work associated with this Item is considered subsidiary to the various Items 18 bid. No separate payment will be allowed for this Item. 19 2. Construction Activities resulting in greater than 1 acre of disturbance 20 Measurement and Payment shall be in accordance with Section 3125 00. 21 1.3 REFERENCES 22 A. Abbreviations and Acronyms 23 1. Notice of Intent: NOI 24 2. Notice of Termination: NOT 25 3. Storm Water Pollution Prevention Plan: SWPPP 26 4. Texas Commission on Environmental Quality: TCEQ 27 5. Notice of Change: NOC 28 B. Reference Standards 29 1. Reference standards cited in this Specification refer to the current reference 30 standard published at the time of the latest revision date logged at the end of this 31 Specification, unless a date is specifically cited. 32 2. Integrated Storm Management (iSWM) Technical Manual for Construction 33 Controls 34 1.4 ADMINISTRATIVE REQUIREMENTS 35 A. General 36 1. Contractor is responsible for resolution and payment of any fines issued associated 37 with compliance to Stormwater Pollution Prevention Plan. 38 CITY OF FORT WORTH HAMPTON TRACT PHASE 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN: 104657 Revised July 1, 2011 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 0157 130178 39 - 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 31 25 00 and Drawings. 2. 1 to less than 5 acres of disturbance a. Texas Pollutant Discharge Elimination System (TPDES) General Construction Permit is required b. Complete SWPPP in accordance with TCEQ requirements 1) TCEQ Small Construction Site Notice Required under general permit TXR150000 a) Sign and post at job site b) Prior to Preconstruction Meeting, send 1 copy to City Department of Transportation and Public Works, Environmental Division, (817) 392- 6088. 2) Provide erosion and sediment control in accordance with: a) Section 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. 40 1.5 SUBMITTALS 41 42 43 44 45 46 47 A. SWPPP 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 HAMPTON TRACT PHASE 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN: 104657 Revised July 1, 2011 0157 130178 39 - 3 DAP STORM WATER POLLUTION PREVENTION Page 3 of 3 1 B. Modified SWPPP 2 1. If the SWPPP is revised during construction, resubmit modified SWPPP to the City 3 in accordance with Section 0133 00. 4 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 5 1.7 CLOSEOUT SUBMITTALS [NOT USED] 6 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 7 1.9 QUALITY ASSURANCE [NOT USED] 8 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 9 1.11 FIELD [SITE] CONDITIONS [NOT USED] 10 1.12 WARRANTY [NOT USED] 11 PART 2 - -PRODUCTS [NOT USED] 12 PART 3 - EXECUTION [NOT USED] 13 END OF SECTION 14 15 Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH HAMPTON TRACT PHASE 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN: 104657 Revised July 1, 2011 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 SECTION 0160 00 PRODUCT REQUIREMENTS PART 1- GENERAL 1.1 SUMMARY 0160 000178 39 - 1 DAP PRODUCT REQUIREMENTS Page 1 of 2 A. Section Includes: 1. References for Product Requirements and City Standard Products List B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 1.2 PRICE AND PAYMENT PROCEDURES [NOT USED] 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A list of City approved products for use is available through the City's website at: httDs:Hai)ps.fortworthtexas.2ov/ProiectResources/ and following the directory path: 02 — Construction Documents\Standard Product 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 HAMPTN TRACT PHASE 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN: 104657 Revised March 20, 2020 0160 000178 39 - 2 DAP PRODUCT REQUIREMENTS Page 2 of 2 1 2 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 3 1.11 FIELD [SITE] CONDITIONS [NOT USED] 4 1.12 WARRANTY [NOT USED] 5 PART 2 - PRODUCTS [NOT USED] 6 PART 3 - EXECUTION [NOT USED] 7 END OF SECTION 0 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 03/20/20 D.V. Magana Removed reference to Buzzsaw and noted that the City approved product list is accessible through the City's website. CITY OF FORT WORTH HAMPTN TRACT PHASE 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN: 104657 Revised March 20, 2020 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 016600-1 DAP PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 1 of 4 SECTION 0166 00 PRODUCT STORAGE AND HANDLING REQUIREMENTS PART 1- GENERAL 1.1 SUMMARY A. Section Includes: 1. Scheduling of product delivery 2. Packaging of products for delivery 3. Protection of products against damage from: a. Handling b. Exposure to elements or harsh environments B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY AND HANDLING A. Delivery Requirements 1. Schedule delivery of products or equipment as required to allow timely installation and to avoid prolonged storage. 2. Provide appropriate personnel and equipment to receive deliveries. 3. Delivery trucks will not be permitted to wait extended periods of time on the Site for personnel or equipment to receive the delivery. CITY OF FORT WORTH HAMPTON TRACT PHASE 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN: 104657 Revised April 7, 2014 016600-2 DAP PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 2 of 4 1 4. Deliver products or equipment in manufacturer's original unbroken cartons or other 2 containers designed and constructed to protect the contents from physical or 3 environmental damage. 4 5. Clearly and fully mark and identify as to manufacturer, item and installation 5 location. 6 6. Provide manufacturer's instructions for storage and handling. 7 B. Handling Requirements 8 1. Handle products or equipment in accordance with these Contract Documents and 9 manufacturer's recommendations and instructions. 10 C. Storage Requirements 11 1. Store materials in accordance with manufacturer's recommendations and 12 requirements of these Specifications. 13 2. Make necessary provisions for safe storage of materials and equipment. 14 a. Place loose soil materials and materials to be incorporated into Work to prevent 15 damage to any part of Work or existing facilities and to maintain free access at 16 all times to all parts of Work and to utility service company installations in 17 vicinity of Work. 18 3. Keep materials and equipment neatly and compactly stored in locations that will 19 cause minimum inconvenience to other contractors, public travel, adjoining owners, 20 tenants and occupants. 21 a. Arrange storage to provide easy access for inspection. 22 4. Restrict storage to areas available on construction site for storage of material and 23 equipment as shown on Drawings, or approved by City's Project Representative. 24 5. Provide off -site storage and protection when on -site storage is not adequate. 25 a. Provide addresses of and access to off -site storage locations for inspection by 26 City's Project Representative. 27 6. Do not use lawns, grass plots or other private property for storage purposes without 28 written permission of owner or other person in possession or control of premises. 29 7. Store in manufacturers' unopened containers. 30 8. Neatly, safely and compactly stack materials delivered and stored along line of 31 Work to avoid inconvenience and damage to property owners and general public 32 and maintain at least 3 feet from fire hydrant. 33 9. Keep public and private driveways and street crossings open. 34 10. Repair or replace damaged lawns, sidewalks, streets or other improvements to 35 satisfaction of City's Project Representative. 36 a. Total length which materials may be distributed along route of construction at 37 one time is 1,000 linear feet, unless otherwise approved in writing by City's 38 Project Representative. CITY OF FORT WORTH HAMPTON TRACT PHASE 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN: 104657 Revised April 7, 2014 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 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 HAMPTON TRACT PHASE 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN: 104657 Revised April 7, 2014 016600-4 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 HAMPTON TRACT PHASE 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN: 104657 Revised April 7, 2014 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 SECTION 0174 23 CLEANING PART 1- GENERAL 1.1 SUMMARY 01 74 23 - 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 HAMPTON TRACT PHASE 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN: 104657 Revised April 7, 2014 1 2 3 4 5 6 7 8 9 10 11 01 74 23 - 2 DAP CLEANING Page 2 of 4 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS 2.1 OWNER -FURNISHED [OR] OWNER-SUPPLIEDPRODUCTS [NOT USED] 2.2 MATERIALS A. Cleaning Agents 1. Compatible with surface being cleaned 2. New and uncontaminated 3. For manufactured surfaces a. Material recommended by manufacturer 2.3 ACCESSORIES [NOT USED] 12 2.4 SOURCE QUALITY CONTROL [NOT USED] 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 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 HAMPTON TRACT PHASE 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN: 104657 Revised April 7, 2014 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 017423-3 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. 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 HAMPTON TRACT PHASE 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN: 104657 Revised April 7, 2014 0) 3 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 HAMPTON TRACT PHASE 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN: 104657 Revised April 7, 2014 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 017719-1 DAP CLOSEOUT REQUIREMENTS Page 1 of 3 SECTION 0177 19 CLOSEOUT REQUIREMENTS PART 1- GENERAL 1.1 SUMMARY A. Section Includes: 1. The procedure for closing out a contract B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 1. 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 HAMPTON TRACT PHASE 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN: 104657 Revised April 7, 2014 0177 19 - 2 DAP CLOSEOUT REQUIREMENTS Page 2 of 3 1 1.6 INFORMATIONAL SUBMITTALS [NOT USED] 2 1.7 CLOSEOUT SUBMITTALS [NOT USED] 3 PAT 2 - PRODUCTS [NOT USED] 4 PART 3 - EXECUTION 5 3.1 INSTALLERS [NOT USED] 6 3.2 EXAMINATION [NOT USED] 7 3.3 PREPARATION [NOT USED] M 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 tKIto KIM X11" r 7 45-11110J I)11l 711 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 HAMPTON TRACT PHASE 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN: 104657 Revised April 7, 2014 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 W. 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] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH HAMPTON TRACT PHASE 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN: 104657 Revised April 7, 2014 01 78 23 - 1 DAP OPERATION AND MAINTENANCE DATA Page 1 of 5 1 SECTION 0178 23 2 OPERATION AND MAINTENANCE DATA 3 PART 1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Product data and related information appropriate for City's maintenance and 7 operation of products furnished under Contract 8 2. Such products may include, but are not limited to: 9 a. Traffic Controllers 10 b. Irrigation Controllers (to be operated by the City) 11 c. Butterfly Valves 12 B. Deviations from this City of Fort Worth Standard Specification 13 1. None. 14 C. Related Specification Sections include, but are not necessarily limited to: 15 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 16 2. Division 1 — General Requirements 17 1.2 PRICE AND PAYMENT PROCEDURES 18 A. Measurement and Payment 19 1. Work associated with this Item is considered subsidiary to the various Items bid. 20 No separate payment will be allowed for this Item. 21 1.3 REFERENCES [NOT USED] 22 1.4 ADMINISTRATIVE REQUIREMENTS 23 A. Schedule 24 1. Submit manuals in final form to the City within 30 calendar days of product 25 shipment to the project site. 26 1.5 SUBMITTALS 27 A. Submittals shall be in accordance with Section 01 33 00. All submittals shall be 28 approved by the City prior to delivery. 29 1.6 INFORMATIONAL SUBMITTALS 30 A. Submittal Form 31 1. Prepare data in form of an instructional manual for use by City personnel. 32 2. Format 33 a. Size: 8 '/2 inches x 11 inches 34 b. Paper 35 1) 40 pound minimum, white, for typed pages 36 2) Holes reinforced with plastic, cloth or metal 37 c. Text: Manufacturer's printed data, or neatly typewritten 38 39 CITY OF FORT WORTH HAMPTON TRACT PHASE 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN: 104657 Revised April 7, 2014 01 78 23 - 2 DAP OPERATION AND MAINTENANCE DATA Page 2 of 5 1 d. Drawings 2 1) Provide reinforced punched binder tab, bind in with text 3 2) Reduce larger drawings and fold to size of text pages. 4 e. Provide fly -leaf for each separate product, or each piece of operating 5 equipment. 6 1) Provide typed description of product, and major component parts of 7 equipment. 8 2) Provide indexed tabs. 9 f. Cover 10 1) Identify each volume with typed or printed title "OPERATING AND 11 MAINTENANCE INSTRUCTIONS". 12 2) List: 13 a) Title of Project 14 b) Identity of separate structure as applicable 15 c) Identity of general subject matter covered in the manual 16 3. Binders 17 a. Commercial quality 3-ring binders with durable and cleanable plastic covers 18 b. When multiple binders are used, correlate the data into related consistent 19 groupings. 20 4. If available, provide an electronic form of the O&M Manual. 21 B. Manual Content 22 1. Neatly typewritten table of contents for each volume, arranged in systematic order 23 a. Contractor, name of responsible principal, address and telephone number 24 b. A list of each product required to be included, indexed to content of the volume 25 c. List, with each product: 26 1) The name, address and telephone number of the subcontractor or installer 27 2) A list of each product required to be included, indexed to content of the 28 volume 29 3) Identify area of responsibility of each 30 4) Local source of supply for parts and replacement 31 d. Identify each product by product name and other identifying symbols as set 32 forth in Contract Documents. 33 2. Product Data 34 a. Include only those sheets which are pertinent to the specific product. 35 b. Annotate each sheet to: 36 1) Clearly identify specific product or part installed 37 2) Clearly identify data applicable to installation 38 3) Delete references to inapplicable information 39 3. Drawings 40 a. Supplement product data with drawings as necessary to clearly illustrate: 41 1) Relations of component parts of equipment and systems 42 2) Control and flow diagrams 43 b. Coordinate drawings with information in Project Record Documents to assure 44 correct illustration of completed installation. 45 c. Do not use Project Record Drawings as maintenance drawings. 46 4. Written text, as required to supplement product data for the particular installation: 47 a. Organize in consistent format under separate headings for different procedures. 48 b. Provide logical sequence of instructions of each procedure. CITY OF FORT WORTH HAMPTON TRACT PHASE 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN: 104657 Revised April 7, 2014 01 78 23 - 3 DAP OPERATION AND MAINTENANCE DATA 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 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 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 HAMPTON TRACT PHASE 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN: 104657 Revised April 7, 2014 01 78 23 - 4 DAP OPERATION AND MAINTENANCE DATA 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 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 £ Manufacturer's printed operating and maintenance instructions g. List of original manufacturer's spare parts, manufacturer's current prices, and recommended quantities to be maintained in storage h. Other data as required under pertinent Sections of Specifications 4. Prepare and include additional data when the need for such data becomes apparent during instruction of City's personnel. 30 1.7 CLOSEOUT SUBMITTALS [NOT USED] 31 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 32 1.9 QUALITY ASSURANCE 33 A. Provide operation and maintenance data by personnel with the following criteria: 34 1. Trained and experienced in maintenance and operation of described products 35 2. Skilled as technical writer to the extent required to communicate essential data 36 3. Skilled as draftsman competent to prepare required drawings 37 CITY OF FORT WORTH HAMPTON TRACT PHASE 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN: 104657 Revised April 7, 2014 01 78 23 - 5 DAP OPERATION AND MAINTENANCE DATA Page 5 of 5 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 2 1.11 FIELD [SITE] CONDITIONS [NOT USED] 3 1.12 WARRANTY [NOT USED] 4 PART 2 - PRODUCTS [NOT USED] 5 PART 3 - EXECUTION [NOT USED] 6 END OF SECTION 7 Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH HAMPTON TRACT PHASE 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN: 104657 Revised April 7, 2014 01 78 39 - 1 DAP PROJECT RECORD DOCUMENTS Page 1 of 4 1 SECTION 0178 39 2 PROJECT RECORD DOCUMENTS 3 PART 1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Work associated with the documenting the project and recording changes to project 7 documents, including: 8 a. Record Drawings 9 b. Water Meter Service Reports 10 c. Sanitary Sewer Service Reports 11 d. Large Water Meter Reports 12 B. Deviations from this City of Fort Worth Standard Specification 13 1. None. 14 C. Related Specification Sections include, but are not necessarily limited to: 15 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 16 2. Division 1 — General Requirements 17 1.3 PRICE AND PAYMENT PROCEDURES 18 A. Measurement and Payment 19 1. Work associated with this Item is considered subsidiary to the various Items bid. 20 No separate payment will be allowed for this Item. 21 1.3 REFERENCES [NOT USED] 22 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 23 1.5 SUBMITTALS 24 A. Prior to submitting a request for Final Inspection, deliver Project Record Documents to 25 City's Project Representative. 26 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 27 1.7 CLOSEOUT SUBMITTALS [NOT USED] 28 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 29 1.9 QUALITY ASSURANCE 30 A. Accuracy of Records 31 1. Thoroughly coordinate changes within the Record Documents, making adequate 32 and proper entries on each page of Specifications and each sheet of Drawings and 33 other Documents where such entry is required to show the change properly. 34 2. Accuracy of records shall be such that future search for items shown in the Contract 35 Documents may rely reasonably on information obtained from the approved Project 36 Record Documents. 37 CITY OF FORT WORTH HAMPTON TRACT PHASE 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN: 104657 Revised April 7, 2014 01 78 39 - 2 DAP PROJECT RECORD DOCUMENTS Page 2 of 4 1 3. To facilitate accuracy of records, make entries within 24 hours after receipt of 2 information that the change has occurred. 3 4. Provide factual information regarding all aspects of the Work, both concealed and 4 visible, to enable future modification of the Work to proceed without lengthy and 5 expensive site measurement, investigation and examination. 6 1.10 STORAGE AND HANDLING 7 A. Storage and Handling Requirements 8 1. Maintain the job set of Record Documents completely protected from deterioration 9 and from loss and damage until completion of the Work and transfer of all recorded 10 data to the final Project Record Documents. 11 2. In the event of loss of recorded data, use means necessary to again secure the data 12 to the City's approval. 13 a. In such case, provide replacements to the standards originally required by the 14 Contract Documents. 15 1.11 FIELD [SITE] CONDITIONS [NOT USED] 16 1.12 WARRANTY [NOT USED] 17 PART 2 - PRODUCTS 18 2.1 OWNER -FURNISHED [oR] OWNER -SUPPLIED PRODUCTS [NOT USED] 19 2.2 RECORD DOCUMENTS 20 A. Job set 21 1. Promptly following receipt of the Notice to Proceed, secure from the City, at no 22 charge to the Contractor, 1 complete set of all Documents comprising the Contract. 23 B. Final Record Documents 24 1. At a time nearing the completion of the Work and prior to Final Inspection, provide 25 the City 1 complete set of all Final Record Drawings in the Contract. 26 2.3 ACCESSORIES [NOT USED] 27 2.4 SOURCE QUALITY CONTROL [NOT USED] 28 PART 3 - EXECUTION 29 3.1 INSTALLERS [NOT USED] 30 3.2 EXAMINATION [NOT USED] 31 3.3 PREPARATION [NOT USED] 32 3.4 MAINTENANCE DOCUMENTS 33 A. Maintenance of Job Set 34 1. Immediately upon receipt of the job set, identify each of the Documents with the 35 title, "RECORD DOCUMENTS - JOB SET". 36 37 38 CITY OF FORT WORTH HAMPTON TRACT PHASE 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN: 104657 Revised April 7, 2014 017839-3 DAP PROJECT RECORD DOCUMENTS 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 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. 5. Conversion of schematic layouts a. In some cases on the Drawings, arrangements of conduits, circuits, piping, ducts, and similar items, are shown schematically and are not intended to portray precise physical layout. 1) Final physical arrangement is determined by the Contractor, subject to the City's approval. 2) However, design of future modifications of the facility may require accurate information as to the final physical layout of items which are shown only schematically on the Drawings. b. Show on the job set of Record Drawings, by dimension accurate to within 1 inch, the centerline of each run of items. 1) Final physical arrangement is determined by the Contractor, subject to the City's approval. 2) Show, by symbol or note, the vertical location of the Item ("under slab", "in ceiling plenum", "exposed", and the like). 3) Make all identification sufficiently descriptive that it may be related reliably to the Specifications. c. The City may waive the requirements for conversion of schematic layouts where, in the City's judgment, conversion serves no useful purpose. However, do not rely upon waivers being issued except as specifically issued in writing by the City. 41 B. Final Project Record Documents 42 1. Transfer of data to Drawings 43 a. Carefully transfer change data shown on the job set of Record Drawings to the 44 corresponding final documents, coordinating the changes as required. 45 b. Clearly indicate at each affected detail and other Drawing a full description of 46 changes made during construction, and the actual location of items. 47 c. Call attention to each entry by drawing a "cloud" around the area or areas 48 affected. CITY OF FORT WORTH HAMPTON TRACT PHASE 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN: 104657 Revised April 7, 2014 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 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] 22 23 DATE NAME 24 25 END OF SECTION Revision Log SUMMARY OF CHANGE CITY OF FORT WORTH HAMPTON TRACT PHASE 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN: 104657 Revised April 7, 2014 APPENDIX GC-4.01 Availability of Lands - None GC-4.02 Subsurface and Physical Conditions —Geotechnical Report Provided GC-4.04 Underground Facilities — Subsurface Utility Investigation GC-4.06 Hazardous Environmental Condition at Site -None GC-6.06. D Minority and Women Owned Business Enterprise Compliance — Not Required GC-6.07 Wage Rates - Not Required GC-6.09 Permits and Utilities - Urban Forestry Permit, Encroachment Agreement GC-6.24 Nondiscrimination - None GR-01 60 00 Product Requirements — COFW Water Department & TPW Standard Product List Provided CITY OF FORT WORTH HAMPTON TRACT PHASE 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN: 104657 Revised July 1, 2011 GC-4.02 Subsurface and Physical Conditions THIS PAGE LEFT INTENTIONALLY BLANK CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 HAMPTON TRACT PHASE 3 CPN: 104657 GEOTECHNICAL EXPLORATION HAMPTON TRACT (PHASE I, II AND III) Off McCart Avenue Fort Worth, Texas ALPHA Report No. W220325 June 16, 2022 Prepared for: D. R. HORTON — TEXAS, LTD. (DFW WEST DIVISION) 6751 North Freeway, Building A Fort Worth, Texas 76131 Attention: Mr. Jonathan Thompson, PE Prepared By: ALPHA #XTESTING WHERE IT ALL BEGINS Geotechnica ALPHA /X T E S T I N G Constrructionl Materials Environmental WHERE IT ALL BEGINS TBPE Firm No. 813 June 16, 2022 D.R. Horton — Texas, Ltd. (DFW West Division) 4001 Maple Avenue, Suite 600 Dallas, Texas 75219 Attention: Mr. Jonathan Thompson, PE Re: Geotechnical Exploration Hampton Tract (Phase I, II and III) Off McCart Avenue Fort Worth, Texas ALPHA Report No. W220325 5058 Brush Creek Road Tel: 817-496-5600 Fort Worth, Texas 76119 Fax: 817-496-5608 www.alphatesting.com Attached is the report of the geotechnical exploration performed for the project referenced above. This study was authorized by Mr. Justin Bosworth on January 31, 2022 and performed in accordance with ALPHA Proposal No. 87505 dated November 5, 2021. Borings 80, 88 and 93 were excluded from this study due to the stockpiles offill restricting access. Boring 89 was excluded due conflict with an existing electrical line location. Existing stockpiles prohibited modification to the location of Boring 89. These borings can be drilled once the stockpiles are removed and the locations are accessible. This report contains results of field explorations and laboratory testing and an engineering interpretation of these with respect to available project characteristics. The results and analyses were used to develop recommendations to aid design and construction of residential foundations. Recommendations for public streets will be provided in a separate report at a later date. ALPHA TESTING, LLC appreciates the opportunity to be of service on this project. If we can be of further assistance, such as providing materials testing services during construction, please contact our office. Sincerely, ALPHA TESTING, LLC Karina Cohuo Geotechnical Project Manager KC/BJH/tla Copies: (1-PDF) Client �% ( 4P Brian J. Hoyt, P.E. Regional Manager TABLE OF CONTENTS ALPHA REPORT NO. W220325 1.0 PURPOSE AND SCOPE.................................................................................................... 1 2.0 PROJECT CHARACTERISTICS...................................................................................... 1 3.0 FIELD EXPLORATION.................................................................................................... 2 4.0 LABORATORY TESTS.................................................................................................... 2 5.0 GENERAL SUBSURFACE CONDITIONS...................................................................... 2 6.0 DESIGN RECOMMENDATIONS.................................................................................... 3 6.1 Existing Fill, Structures and Pond.......................................................................... 4 6.2 Slab -on -Grade Foundations.................................................................................... 4 6.2.1 Subgrade Improvement Using Moisture Conditioning in Zone II, III and IV..................................................................................................................... 6 6.2.2 Alternative to Plastic Sheeting and Subgrade Improvement in Zones II, III andIV..................................................................................................................... 7 6.3 Post -Tensioning Institute, Design of Post -Tensioned Slab -on -Grade .................... 7 6.4 Drainage and Other Considerations........................................................................ 7 7.0 GENERAL CONSTRUCTION PROCEDURES AND GUIDELINES ............................. 8 7.1 Site Preparation and Grading.................................................................................. 8 7.2 Foundation Excavations........................................................................................ 10 7.3 Fill Compaction.................................................................................................... 10 7.4 Utilities..................................................................................................................11 7.5 Groundwater......................................................................................................... 11 8.0 LIMITATIONS.................................................................................................................12 APPENDIX A-1 Methods of Field Exploration Boring Location Plan — Figure 1 B-1 Methods of Laboratory Testing Logs of Borings Key to Soil Symbols and Classifications ALPHA Report No. W220325 11tX 1.0 PURPOSE AND SCOPE The purpose of this geotechnical exploration is for ALPHA TESTING, LLC (ALPHA) to evaluate for D.R. Horton -Texas, Ltd. (DFW West Division) (Client) some of the physical and engineering properties of subsurface materials at selected locations on the subject site with respect to formulation of geotechnical design parameters for the subject construction. The field exploration was accomplished by securing subsurface samples from widely spaced test borings performed across the project site. Engineering analyses were performed from results of the field exploration and laboratory tests performed on representative samples. In addition, results of the Preliminary Geotechnical Exploration performed at the site (ALHPA Report No. W212429 dated October 15, 2021) was reviewed as part of this current study. Also included are general comments pertaining to reasonably anticipated construction problems and recommendations concerning earthwork and quality control testing during construction. This information can be used to evaluate subsurface conditions and to aid in ascertaining construction meets project specifications. Recommendations provided in this report were developed from information obtained in test borings depicting subsurface conditions only at the specific boring locations and at the particular time designated on the logs. Subsurface conditions at other locations may differ from those observed at the boring locations, and subsurface conditions at boring locations may vary at different times of the year. The scope of work may not fully define the variability of subsurface materials and conditions that are present on the site. The nature and extent of variations between borings may not become evident until construction. If significant variations then appear evident, our office should be contacted to re-evaluate our recommendations after performing on -site observations and possibly other tests. 2.0 PROJECT CHARACTERISTICS It is proposed to develop a residential subdivision (Hampton Tract) on a 116.77 acre tract of land generally located west of McCart Avenue, between Old Cleburne Crowley Road and Dublin Ridge Drive in Fort Worth, Texas. A site plan illustrating the subject site is provided as Figure 1, the Boring Location Plan, in the Appendix. At the time of the field exploration was performed, the site generally consisted of a mostly undeveloped tract of land with moderate to dense tree coverage in the southern portion and northeastern corner of the site. A pond was observed in the vicinity of Boring 25. Two (2) gas pads with associated gravel access roads were observed on the site in the vicinity of Borings 42 and 93. Existing structures were observed in the vicinity of Borings 41 and 50. We understand the structure near Boring 50 is to be demolished. Review of historical aerial images from Google Earth® indicates stockpiles of fill were placed on top of and to the north of the southeastern gas pad in the vicinity of Boring 93. No information regarding previous development on the site was provided to us. Asper conversations with the Client, Borings 80, 88 and 93 were excluded from this study due to the stockpiles of fill restricting access. Boring 89 was excluded due conflict with an existing electrical line location. Existing stockpiles prohibited modification to the location of Boring 89. These borings can be drilled once the stockpiles are removed and the locations are accessible. 1 ALPHA Report No. W220325 Lots excluded from the study, associated with these boring, are delineated on the boring Location Plan, Figure 1, with heavy black outline. Review of preliminary grading plans prepared by Shield Engineering Group (Sheet Nos. 36 through 40, 45 through 50, and 402 through 404) indicates the site has variable topography. Phase I of the site generally slopes down to the southeast about 20 ft (Approx. Elev. 805 ft to 785 ft). Phase II of the site generally slopes down to the east about 30 ft (Approx. Elev. 810 ft to 780 ft) and Phase III of the site generally slopes down to the north and west about 13 ft (Approx. Elev. 801 ft to 788 ft). These grading plans also indicate cuts of up to 6 ft and fills of up to 8 ft will be required to achieve final grade in the building pad areas. Present plans provide for the construction of new residential buildings. The new structures are expected to create light loads to be carried by the foundations. It is also anticipated the new structures will be supported using post -tensioned slab -on -grade foundations designed for potential seasonal movements of 4% inches or less. No below grade slabs are planned. 3.0 FIELD EXPLORATION Subsurface conditions on the site were explored by drilling a total of 89 test borings. Forty-four (44) test borings were drilled to a depth of about 20 ft and forty-five (45) test borings were drilled to a depth of about 15 ft. The approximate location of each test boring is shown on the Boring Location Plan, Figure 1, enclosed in the Appendix. Details of drilling and sampling operations are briefly summarized in Methods of Field Exploration, Section A-1 of the Appendix. Subsurface types encountered during the field exploration are presented on the Log of Boring sheets (boring logs) included in the Appendix. The boring logs contain our Field Technician's and Engineer's interpretation of conditions believed to exist between actual samples retrieved. Therefore, the boring logs contain both factual and interpretive information. Lines delineating subsurface strata on the boring logs are approximate and the actual transition between strata may be gradual. 4.0 LABORATORY TESTS Selected samples of the subsurface materials were tested in the laboratory to evaluate their engineering properties as a basis in providing recommendations for residential foundation design and earthwork construction. A brief description of testing procedures used in the laboratory can be found in Methods of Laboratory Testing, Section B-1 of the Appendix. Individual test results are presented on the Log of Boring sheets in the Appendix. 5.0 GENERAL SUBSURFACE CONDITIONS Based on geological atlas maps available from the Bureau of Economic Geology, published by the University of Texas at Austin, the project site lies within the undivided Grayson Marl and Main Street Limestone formation. This formation generally consist of interbedded limestone and marl (limey shale). Residual soils associated with this formation generally consist of clay soils with moderate to very high shrink/swell potential. ALPHA Report No. W220325 Subsurface conditions encountered in most of the borings generally consisted of clay to depths of about 1 ft to 6 ft below the ground surface underlain by limestone extending to the 15 ft and 20 ft termination depth of the borings. About one -fifth of the borings generally consisted of clay, shaly clay, sandy clay, gravelly clay and/or clayey sand extending to the 15 ft and 20 ft termination depths of the borings. Layers of limestone about 3 ft to 15 ft thick were encountered in another one -fifth of the borings between clay layers extending from depths of about 1 ft to 16 ft below the ground surface with test borings terminating in clay and/or shaly clay extending to the 15 ft and 20 ft terminations depths. Subsurface conditions encountered in Borings 2, 58, 81 and 82 consisted of limestone at the surface which extended to the 15 ft and 20 ft termination depths. Boring 51 consisted of about 10 ft of limestone underlain by clay extending to the 20 ft termination depth of the boring. Boring 11 consisted of alternating layers of clay and limestone to the 20 ft termination depth. Existing fill was visually identified in Borings 41, 42, and 53 to depths of about 8 ft to 13 ft below ground surface. Possible fill was identified in the upper 2 ft of clay in Boring 75. More detailed stratigraphic information is presented on the attached Log of Boring sheets. The granular materials (clayey sand) encountered in some of the borings are considered relatively permeable and are anticipated to have a relatively rapid response to water movement. However, the clay, sandy clay, gravelly clay, shaly clay and limestone encountered in the borings are considered relatively impermeable and are anticipated to have a relatively slow response to water movement. Therefore, several days of observation would be required to evaluate actual groundwater levels within the depths explored. Also, the groundwater level at the subject site is anticipated to fluctuate seasonally depending on the amount of rainfall, prevailing weather conditions, and subsurface drainage characteristics. Free groundwater was encountered on drilling tools during drilling in Borings 53, 60, 71 and 79 at depths of about 11 ft to 12 ft below the ground surface. Groundwater was observed in these open boreholes at depths of about 11 ft to 13 ft below the ground surface. No free groundwater was encountered in the remaining borings. However, it is common to encounter seasonal groundwater in fill and granular materials, from natural fractures within the clayey matrix, at the soil/rock (limestone) interface or from fractures in the rock, particularly during or after periods of precipitation. If more detailed groundwater information is required, monitoring wells or piezometers can be installed. Further information concerning subsurface materials and conditions encountered can be obtained from the boring logs in the Appendix. 6.0 DESIGN RECOMMENDATIONS The following design recommendations were developed on the basis of the previously described Project Characteristics (Section 2.0) and General Subsurface Conditions (Section 5.0). Should the project criteria change, our office should conduct a review to determine if modifications to the recommendations are required. Further, it is recommended our office be provided with a copy of the final building plans and specifications for review prior to construction. The following design recommendations were evaluated based on final grades as indicated on the referenced grading plans. Cutting and filling on the site other than depicted on the referenced grading plans can alter the recommended foundation design parameters. Therefore, it is recommended our office be provided with final grading plans prior to construction to verify appropriate design parameters are utilized for final foundation design. 3 ALPHA Report No. W220325 11t% 6.1 Existing Fill, Structures and Pond As discussed in Section 5.0, existing fill was visually identified in Borings 41, 42 and 53, to depths of about 8 ft to 13 ft below ground surface. Possible fill was identified in Boring 75 to a depth of about 2 ft below ground surface. Stockpiles of fill were also present around Borings 72, 80, 81, 88 and 93. It is not known if existing fill on the site was placed under engineering supervision with compaction record. If compaction records for existing fill cannot be obtained, the existing fill should be considered as uncontrolled fill. Uncontrolled fill is generally not considered suitable for support of foundations due to the risk of under -compacted zones resulting in failures of weak soil and/or indeterminate levels of settlement. Any existing uncontrolled fill should be removed from the building pad area and replaced with engineered fill as recommended in Section 6.2 or Section 7.3 as applicable. The excavated materials may be suitable for reuse as engineered fill provided, they are free of organics, boulders, rubble, and other debris. Rubble and debris observed on the site will require sorting and removal. The presence, lateral extent, depth and nature of existing fill are not known. Test pits could be performed prior to construction to verify the presence, lateral extent, depth, and nature of the existing fill materials. ALPHA would be pleased to provide this service if desired. As discussed in Section 2.0, a pond was observed in the vicinity of Boring 25 where residences will be built. Ponds should be dewatered and de -mucked so that all organic, soft and unsuitable materials are removed, and a firm native subgrade is exposed prior to backfilling. As discussed in Section 2.0, we understand the existing structure observed near Boring 50 will be demolished. Any soil disturbed due to removal of structures or foundations should be re - compacted in accordance with recommendations provided in Section 6.2 or Section 7.3, as applicable. All foundation elements of the existing structures should be removed or cut off at least 1 ft below finished grade or 1 ft below the new structural elements, whichever is deeper. All abandoned utility lines should be either removed or positively sealed to prevent possible water seepage into subgrade soils 6.2 Slab -on -Grade Foundations Slab -on -grade foundations should be designed with exterior and interior grade beams adequate to provide sufficient rigidity to the foundation system. A net allowable bearing pressure of 1.5 kips per sq ft should be used for all grade beams bearing on undisturbed cuts in native clay, on fill material placed as recommended in Section 7.3, on moisture improved soil placed as recommended in Section 6.2.1 or on limestone. Grade beams should bear a minimum depth of 12 inches below final grade and should have a minimum width of 10 inches considering the recommended bearing capacity. To reduce cracking as normal movement occurs in foundation soils, all grade beams and slab foundations should be adequately reinforced with steel (conventional reinforcing steel and/or post - tensioned reinforcement). It is common to experience some minor cosmetic distress to structures with slab -on -grade foundation systems due to normal ground movements. A properly designed and constructed moisture barrier should be placed between the slabs and subgrade soils to retard moisture migration through the slabs. Conditions encountered in the test borings, the planned cut/fill within the building pads and results of the laboratory tests reveal variations in highly expansive clay thickness and expansive properties 4 ALPHA Report No. W220325 across the site. Such variations in clay thickness and expansive properties will directly affect design parameters used for slab -on -grade foundations. Therefore, lots with apparently common average clay thickness, similar expansive clay properties and similar corresponding estimated potential movements have been grouped into Zones I through IV and delineated on the Boring Location Plan, Figure 1. Subgrade improvement in the respective Zones (see Figure 1) should be performed using the information summarized in Table A. TABLE A Estimated Potential Seasonal Movements and Recommended Subgrade Improvement ZONE ESTIMATED POTENTIAL IMPROVEMENT REQUIRED TO MOVEMENT, INCHES REDUCE MOVEMENTS TO 4'/2 INCHES I Up to 4'/z No Improvement Required II Up to about 5 4 ft Moisture Conditioning III Up to about 7 6 ft Moisture Conditioning IV Up to about 9 8 ft of Moisture Conditioning Potential seasonal movements were estimated using results from absorption swell tests, in general accordance with methods outlined by the Texas Department of Transportation (TxDOT) Test Method Tex-124-E and engineering judgment and experience. Estimated movements were calculated assuming the moisture content of the in -situ soil within the normal zone of seasonal moisture content change varies between a "dry" condition and a "wet" condition as defined by Tex-124-E. Also, it was assumed a 1 psi surcharge load from the floor slab acts on the subgrade soils. Movements exceeding our estimates could occur if positive drainage of surface water is not maintained or if soils are subject to an outside water source, such as leakage from a utility line or subsurface moisture migration from off -site locations. Potential seasonal movements were estimated assuming fill material used to raise the grade will consist of onsite or similar material with a plasticity index of 50 or less. If the plasticity index of material used to raise the grade is higher than 50, potential movements could be higher than our estimates. Potential movements estimated for slab foundations in Zone II, III and IV (see Figure 1 for delineation of Zones) are considered outside normal design tolerances without subgrade improvement as presented in Table A. Movement of slab foundations in Zone II, III and IV could be reduced to not more than about 41/2 inches if the upper 4 ft to 8 ft of on -site soils below final grade, respectively, are improved through moisture conditioning, then covered with an impermeable plastic barrier (polyethylene sheeting) following the recommendations provided in Section 6.2.1. Please note, improvement of the existing soils using moisture conditioning with plastic sheeting is intended only for the designated building pad areas plus S ft beyond the building pad limits, and not the entire residential lot. Accordingly, planned residences must be exclusively constructed within the building pad designated on the referenced project grading plans. The purpose of the plastic sheeting is to maintain the moisture of the underlying soils relatively the same from the ALPHA Report No. W220325 time the plastic sheeting is placed through the time the foundation is placed. This plastic sheeting is not intended as a moisture barrier component for the actual foundation. Any such requirements should be addressed by the designer of the foundation and should be followed by the builder. Prior to building on the improved designated building pad area, a surveyor should verify the lateral extent of the plastic sheeting and to confirm that no portion of the new residences will extend beyond the limits of the designated building pad. If any part of the slab footprint extends beyond the designated building pad, ALPHA should be contacted for additional design recommendations. 6.2.1 Subgrade Improvement Using Moisture Conditioning in Zone II, III and IV Estimated potential movements for slab foundations in Zone II, III and IV could be reduced to about 41/2 inches by moisture -conditioning the upper 4 ft to 8 ft of on -site soils below final grade as recommended in Table A. Shallow limestone was encountered in several of the borings which could be encountered during moisture conditioning in some of the lots, particularly near zone boundaries. It is not required to over -excavate limestone if at least 3 ft of sufficiently hard limestone remains below final grade across the entire building pad. Test pits should be performed to evaluate the depth and nature of limestone prior to terminating moisture conditioning due to shallow limestone. ALPHA should be retained to observe the test pits. Moisture -conditioning consists of over -excavating (where necessary) and/or filling with on -site soil that is compacted at a "target" moisture content at least 5 percentage points above the material's optimum moisture content as determined by the standard Proctor method (ASTM D 698). The moisture -conditioned soil should be compacted to a dry density between 93 and 98 percent of standard Proctor maximum dry density. Moisture - conditioning with on -site soil should extend throughout the entire building pad area and at least 5 ft beyond the perimeter of the designated building pad (as indicated on the referenced project grading plans). Plastic sheeting (6 to 8 mil thickness) should be placed above the moisture -conditioned soil for long-term maintenance of the moisture content of the conditioned soil. This sheeting should be placed 8 to 12 inches below final grade and should also extend at least 5 ft beyond the perimeter of the building pad. Following completion of moisture -conditioning and placement of the plastic sheeting, estimated movements in Zone II, III and IV should not exceed about 41/2 inches. The purpose of moisture -conditioning is to reduce the free swell of the moisture - conditioned soils to 1 percent or less. Additional laboratory tests (i.e., standard Proctors, absorption swell tests, etc.) should be conducted during construction to verify that the "target" moisture content for moisture -conditioning (estimated at 5 percentage points above the material's optimum moisture content as defined by ASTM D 698) is sufficient to reduce the free swell potential of the processed soil to 1 percent or less. Moisture conditioning should be observed and tested on a full-time basis by a representative of ALPHA to verify the moisture conditioned clays are placed with the proper lift thickness, moisture content, and density. 6 ALPHA Report No. W220325 11tX 6.2.2 Alternative to Plastic Sheeting and Subgrade Improvement in Zones II, III and IV Due to the presence of shallow limestone in some areas of the site, we expect some of the fill material generated from site grading will consist of processed limestone and/or lean clay and limestone mixtures. As an alternative to moisture conditioning with plastic sheeting in Zone II, III and IV , potential seasonal movements could be reduced to about 41/z inches by placing at least 4 ft to 8 ft of low PI material below final grade in Zone II, III and IV as summarized in Table A. Low PI material could consist of processed limestone and/or lean clay with a plasticity index of 20 or less, placed and compacted in accordance with Section 7.3. 6.3 Post -Tensioning Institute, Design of Post -Tensioned Slab -on -Grade Table B contains information for design of the post -tensioned, slab -on -grade foundations. Design parameters were evaluated based on the conditions encountered in the borings and using information and correlations published by PTI Third Edition and VOLFLO 1.5 computer program provided by Geostructural Tool Kit, Inc. (GTI). TABLE B PTI Design Parameters Potential Seasonal Movement = 41/2 inches in Zone I and after Improvement as discussed in Section 6.2 in Zones II , III and IV Edge Lift Center Lift Edge Moisture Distance (em), ft 4.3 9.0 Differential Soil Movement (ym), inches 2.2 (swell) 1.6 (Shrink) 6.4 Drainage and Other Considerations Adequate drainage should be provided to reduce seasonal variations in the moisture content of foundation soils. All pavement and sidewalks within 5 ft of the residences should be sloped away from the structures to prevent ponding of water around the foundations. Final grades within 5 ft of the structures should be adjusted to slope away from the structures at a minimum slope of 2 percent. Maintaining positive surface drainage throughout the life of the structures is essential. In areas with pavement or sidewalks adjacent to the new residences, a positive seal must be maintained between the structure and the pavement or sidewalk to minimize seepage of water into the underlying supporting soils. Post -construction movement of pavement and flatwork is common. Normal maintenance should include inspection of all joints in paving and sidewalks, etc. as well as resealing where necessary. Several factors relate to civil and architectural design and/or maintenance, which can significantly affect future movements of the foundation and floor slab systems. ALPHA Report No. W220325 • Preferably, a complete system of gutters and downspouts should carry runoff water a minimum of 5 ft from the completed structures. • Large trees and shrubs should not be allowed closer to the foundation than a horizontal distance equal to roughly one-half of their mature height due to their significant moisture demand upon maturing. • Moisture conditions should be maintained "constant" around the edge of the slab. Ponding of water in planters, in unpaved areas, and around joints in paving and sidewalks can cause slab movements beyond those predicted in this report. • Planter box structures placed adjacent to building should be provided with a means to assure concentrations of water are not available to the subsoil stratigraphy. • Architectural design of the floor slabs should avoid additional features such as wing walls as extensions of the slab. • The root systems from existing or recently removed trees at this site will have dried and desiccated the surrounding clay soils, resulting in soil with near -maximum swell potential. Clay soils surrounding tree root mats in areas to be covered with at -grade slabs (including but not limited to foundations, driveways, porches, patios, and sidewalks) should be removed to a depth of at least 1 ft below the tree root ball. The resulting excavation should be backfilled with engineered fill as described in Section 7.3. Trench backfill for utilities should be properly placed and compacted as outlined in Section 7.4 and in accordance with requirements of local City standards. Since granular bedding backfill is used for most utility lines, the backfilled trench should not become a conduit and allow access for surface or subsurface water to travel toward the new structures. Concrete cut-off collars or clay plugs should be provided where utility lines cross building lines to prevent water from traveling in the trench backfill and entering beneath the structure. 7.0 GENERAL CONSTRUCTION PROCEDURES AND GUIDELINES Variations in subsurface conditions could be encountered during construction. To permit correlation between test boring data and actual subsurface conditions encountered during construction, it is recommended a registered Professional Engineering firm be retained to observe construction procedures and materials. Some construction problems, particularly degree or magnitude, cannot be reasonably anticipated until the course of construction. The recommendations offered in the following paragraphs are intended not to limit or preclude other conceivable solutions, but rather to provide our observations based on our experience and understanding of the project characteristics and subsurface conditions encountered in the borings. 7.1 Site Preparation and Grading Limestone was encountered within 4 ft of the ground surface in most of the borings. We expect limestone will be encountered during grading and general excavation at this site. From our ALPHA Report No. W220325 experience, this limestone can be hard and difficult to excavate. Rock excavation methods (including, but not limited to rock teeth, rippers, jack hammers, or sawcutting) may be required to remove the limestone. Crushing equipment may be required to process this limestone if it is desired to use this material as compacted fill on the site. The contractor selected should have experience with excavation in hard limestone. All areas supporting slab foundations, flatwork or areas to receive new fill should be properly prepared. • After completion of the necessary stripping, clearing, and excavating and prior to placing any required fill, the exposed subgrade should be carefully evaluated by probing and testing. Any undesirable material (organic material, wet, soft, or loose soil) still in place should be removed. • The exposed subgrade should be further evaluated by proof -rolling with a heavy pneumatic tired roller, loaded dump truck or similar equipment weighing approximately 10 tons to check for pockets of soft or loose material hidden beneath a thin crust of possibly better soil. • Proof -rolling procedures should be observed routinely by a Professional Engineer or his designated representative. Any undesirable material (organic material, wet, soft, or loose soil) exposed from the proof roll should be removed and replaced with well -compacted material as outlined in Section 7.3. • Prior to placement of any fill, the exposed subgrade should then be scarified to a minimum depth of 6 inches and recompacted as outlined in Section 7.3. If fill is to be placed on existing slopes (natural or constructed) steeper than six horizontals to one vertical (6:1), the fill materials should be benched into the existing slopes in such a manner as to provide a minimum bench width of five (5) ft. This should provide a good contact between the existing soils and new fill materials, reduce potential sliding planes, and allow relatively horizontal lift placements. Even if fill is properly compacted as recommended in Section 7.3, fills in excess of about 10 ft are still subject to settlements over time of up to about 1 to 2 percent of the total fill thickness. This should be considered when planning or placing deep fills. Slope stability analysis of embankments (natural or constructed) and global stability analysis for retaining walls was not within the scope of this study. The contractor is responsible for designing any excavation slopes, temporary sheeting or shoring. Design of these structures should include any imposed surface surcharges. Construction site safety is the sole responsibility of the contractor, who shall also be solely responsible for the means, methods and sequencing of construction operations. The contractor should also be aware that slope height, slope inclination or excavation depths (including utility trench excavations) should in no case exceed those specified in local, state and/or federal safety regulations, such as OSHA Health and Safety Standard for Excavations, 29 CFR Part 1926, or successor regulations. Stockpiles should be place well away from the edge of the excavation and their heights should be 9 ALPHA Report No. W220325 controlled so they do not surcharge the sides of the excavation. Surface drainage should be carefully controlled to prevent flow of water over the slopes and/or into the excavations. Construction slopes should be closely observed for signs of mass movement, including tension cracks near the crest or bulging at the toe. If potential stability problems are observed, a geotechnical engineer should be contacted immediately. Shoring, bracing or underpinning required for the project (if any) should be designed by a professional engineer registered in the State of Texas. Due to the nature of the clay soils found near the surface at the borings, traffic of heavy equipment (including heavy compaction equipment) may create pumping and general deterioration of shallow soils. Therefore, some construction difficulties should be anticipated during periods when these soils are saturated. 7.2 Foundation Excavations All foundation excavations should be monitored to verify foundations bear on suitable material. The bearing stratum exposed in the base of all foundation excavations should be protected against any detrimental change in conditions. Surface runoff water should be drained away from excavations and not allowed to collect. All concrete for foundations should be placed as soon as practical after the excavation is made. Piers should be excavated, and concrete placed the same day. Prolonged exposure of the bearing surface to air or water will result in changes in strength and compressibility of the bearing stratum. Therefore, if delays occur, excavations should be slightly deepened and cleaned, in order to provide a fresh bearing surface. 7.3 Fill Compaction The following are recommendations pertaining to general fill compaction. Moisture conditioned soil should conform to the recommendations provided in Section 6.2.1. Clayey soil with a plasticity index equal to or greater than 25 should be compacted to a dry density between 93 and 98 percent of standard Proctor maximum dry density (ASTM D 698). The compacted moisture content of the clays during placement should be within the range of 2 to 6 percentage points above optimum. Clayey soil with a plasticity index less than 25 should be compacted to a dry density of at least 95 percent of standard Proctor maximum dry density (ASTM D 698) and within the range of 1 percentage point below to 3 percentage points above the material's optimum moisture content. Clayey materials used as fill should be processed and the largest particle or clod should be less than 6 inches prior to compaction. Processed limestone used as fill should be compacted to at least 95 percent of standard Proctor maximum dry density. The compacted moisture content of the processed limestone is not considered crucial to proper performance. However, if the material's moisture content during placement is within 3 percentage points of optimum, the compactive effort required to achieve the minimum compaction criteria may be minimized. Individual rock pieces larger than 6 inches in dimension should not be used as fill. However, if rock fill is utilized within 3 ft below the bottom 10 ALPHA Report No. W220325 of floor slabs, the maximum allowable size of individual rock pieces should be reduced to 3 inches. Processed limestone used as fill should incorporate sufficient fines to prevent the presence of voids around larger diameter rock pieces. A gradation of at least 40 percent passing a standard No. 4 sieve is recommended. Where mass fills are deeper than 10 ft, the fill/backfill below 10 ft should be compacted to at least 100 percent of standard Proctor maximum dry density (ASTM D-698) and within 2 percentage points of the material's optimum moisture content. The portion of the fill/backfill shallower than 10 ft should be compacted as outlined herein. Compaction should be accomplished by placing fill in about 8-inch-thick loose lifts and compacting each lift to at least the specified minimum dry density. Field density and moisture content tests should be performed on each lift. 7.4 Utilities Where utility lines are deeper than 10 ft, the fill/backfill below 10 ft should be compacted to at least 100 percent of standard Proctor maximum dry density (ASTM D 698) and within —2 to +2 percentage points of the material's optimum moisture content. The portion of the fill/backfill shallower than 10 ft should be compacted as previously outlined. Density tests should be performed on each lift (maximum 12-inch thick) and should be performed as the trench is being backfilled. Even if fill is properly compacted, fills in excess of about 10 ft are still subject to settlements over time of up to about I to 2 percent of the total fill thickness. This should be considered when designing pavement over utility lines and/or other areas with deep fill. If utility trenches or other excavations extend to or beyond a depth of 5 ft below construction grade, the contractor or others shall be required to develop an excavation safety plan to protect personnel entering the excavation or excavation vicinity. The collection of specific geotechnical data and the development of such a plan, which could include designs for sloping and benching or various types of temporary shoring, is beyond the scope of this study. Any such designs and safety plans shall be developed in accordance with current OSHA guidelines and other applicable industry standards. 7.5 Groundwater Free groundwater was encountered on drilling tools during drilling in Borings 53, 60, 71 and 79 at depths of about 11 ft to 13 ft below the ground surface. However from our experience, shallower groundwater seepage could be encountered from the subsurface stratigraphy in excavations for foundations, utilities and other general excavations at this site. The risk of seepage increases with depth of excavation and during or after periods of precipitation. Standard sump pits and pumping may be adequate to control seepage on a local basis. In any areas where cuts are made, attention should be given to possible seasonal water seepage that could occur through natural cracks and fissures in the newly exposed stratigraphy. The risk of seepage is increased where limestone is exposed in excavations and slopes or is near final grade. In these areas subsurface drains may be required to intercept seasonal groundwater seepage. The 11 ALPHA Report No. W220325 need for these or other dewatering devices should be carefully addressed during construction. Our office could be contacted to visually observe final grades to evaluate the need for such drains. 8.0 LIMITATIONS Professional services provided in this geotechnical exploration were performed, findings obtained, and recommendations prepared in accordance with generally accepted geotechnical engineering principles and practices. The scope of services provided herein does not include an environmental assessment of the site or investigation for the presence or absence of hazardous materials in the soil, surface water or groundwater. ALPHA, upon written request, can be retained to provide these services. ALPHA is not responsible for conclusions, opinions or recommendations made by others based on this data. Information contained in this report is intended for the exclusive use of the Client (and their designated design representatives), and is related solely to design of the specific structures outlined in Section 2.0. No party other than the Client (and their designated design representatives) shall use or rely upon this report in any manner whatsoever unless such party shall have obtained ALPHA's written acceptance of such intended use. Any such third party using this report after obtaining ALPHA's written acceptance shall be bound by the limitations and limitations of liability contained herein, including ALPHA's liability being limited to the fee paid to it for this report. Recommendations presented in this report should not be used for design of any other structures except those specifically described in this report. In all areas of this report in which ALPHA may provide additional services if requested to do so in writing, it is presumed that such requests have not been made if not evidenced by a written document accepted by ALPHA. Further, subsurface conditions can change with passage of time. Recommendations contained herein are not considered applicable for an extended period of time after the completion date of this report. It is recommended our office be contacted for a review of the contents of this report for construction commencing more than one (1) year after completion of this report. Non- compliance with any of these requirements by the Client or anyone else shall release ALPHA from any liability resulting from the use of, or reliance upon, this report. Recommendations provided in this report are based on our understanding of information provided by the Client about characteristics of the project. If the Client notes any deviation from the facts about project characteristics, our office should be contacted immediately since this may materially alter the recommendations. Further, ALPHA is not responsible for damages resulting from workmanship of designers or contractors. It is recommended the Owner retain qualified personnel, such as a Geotechnical Engineering firm, to verify construction is performed in accordance with plans and specifications. 12 #t\ APPENDIX ALPHA Report No. W220325 11t\ A-1 METHODS OF FIELD EXPLORATION Using standard rotary drilling equipment, a total of 89 test borings were performed for this geotechnical exploration. The approximate locations of the borings are shown on the Boring Location Plan, Figure 1. The test boring locations were staked using a handheld GPS unit or by pacing/taping and estimating right angles from landmarks which could be identified in the field and as shown on the site plan provided during this study. The locations of test borings shown on the Boring Location Plan are considered accurate only to the degree implied by the methods used to define them. Relatively undisturbed samples of the cohesive subsurface materials were obtained by hydraulically pressing 3-inch O.D. thin -wall sampling tubes into the underlying soils at selected depths (ASTM D 1587). These samples were removed from the sampling tubes in the field and evaluated visually. One representative portion of each sample was sealed in a plastic bag for use in future visual evaluation and possible testing in the laboratory. A modified version of the Texas Cone Penetration (TCP) test was completed in the field to determine the apparent in -place strength characteristics of the rock type materials. A 3-inch diameter steel cone driven by a 170-pound hammer dropped 24 inches is the basis for TxDOT strength correlations. In this case, ALPHA TESTING, LLC has modified the procedure by using a 140-pound hammer dropping 30-inches for completion of the field test. Depending on the resistance (strength) of the materials, either the number of blows of the hammer required to provide 12 inches of penetration, or the inches of penetration of the cone due to 100 blows of the hammer are recorded on the field log and are shown on the Log of Boring sheets as "TX Cone" (reference TxDOT Test Method TEX 132-E, as modified). Logs of the borings are included in the Appendix. The logs show visual descriptions of subsurface strata encountered using the Unified Soil Classification System. Sampling information, pertinent field data, and field observations are also included. Samples not consumed by testing will be retained in our laboratory for at least 14 days and then discarded unless the Client requests otherwise. GEOTECHNICAL EXPLORATION HAMPTON TRACT OFF MCCART AVENUE FORT WORTH, TEXAS ALPHA PROJECT NO. W220325 ALPNA#\ TESTING WHERE IT ALL BEGINS FIGURE 1 BORING LOCATION PLAN APPROXIMATE BORING LOCATION APPROXIMATE PRELIMINARY BORING LOCATION ♦ EXCLUDED BORINGS EMU ZONE I EXCLUDED sm ZONE II AREA om ZONE III . ZONE IV ALPHA Report No. W220325 11t% B-1 METHODS OF LABORATORY TESTING Representative samples were evaluated and classified by a qualified member of the Geotechnical Division and the boring logs were edited as necessary. To aid in classifying the subsurface materials and to determine the general engineering characteristics, natural moisture content tests (ASTM D 2216), Atterberg-limit tests (ASTM D 4318), percent passing a No. 200 sieve (ASTM D 1140) and dry unit weight determinations were performed on selected samples. In addition, unconfined compressive strength tests (ASTM D 2166) and pocket -penetrometer tests were conducted on selected soil samples to evaluate the soil shear strength. Results of these laboratory tests are provided on the Log of Boring sheets. In addition to the Atterberg-limit tests, the expansive properties of the clayey soils were further analyzed by absorption swell tests in general accordance with ASTM D 4546. The swell test is performed by placing a selected sample in a consolidation machine and applying either the approximate current or expected overburden pressure and then allowing the sample to absorb water. When the sample exhibits very little tendency for further expansion, the height increase is recorded, and the percent free swell and total moisture gain calculated. Results of the absorption swell tests are provided on the attached Log of Boring sheets. 5058BrushCreek Rd. BORING NO.: 1 A L P H A T E S T I N G Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W212429 WHERE IT ALL BEGINS www.alphatesting.com Client: Project: Start Date: Drilling Method: 0 0 r, 5 10J 151 20 25 30 35 40 45 50 D.R. Horton - Texas, Ltd Location: Fort Worth, TX Hampton Tract Surface Elevation: 9/7/2021 End Date: 9/7/2021 West: CONTINUOUS FLIGHT AUGER North: GROUND WATER OBSERVATIONS -�ZOn Rods (ft): NONE ZAfter Drilling (ft): DRY SFAfter Hours (ft): MATERIAL DESCRIPTION Dark Brown CLAY with limestone fragments Tan LIMESTONE with clay seams and layers TEST BORING TERMINATED AT 20 FT Hammer Drop (lbs / in): 170 / 24 o.S d E a) -I--_ o x a > 0 O oZ 0 E 00 N 5 c N� o� 0 p 0 U -o .V n N .� W 0 0 0 J d T (n U) x H a Z 0 a- 1.0 4.5+ 6 61 19 42 1g05 / 1028.5" 505 4 10/ 307/ 20.0 kh, 1 00/ ubb �� FBrush Creek Rd. Fortort Worth, Texas 76119 Phone: 817-496-5600 Fax: 817-496-5608 WHERE IT ALL BEGINS www.alphatesting.com Client: D.R. Horton - Texas, Ltd Project: Hampton Tract Start Date: 9/2/2021 End Date: 9/2/2021 Drilling Method: CONTINUOUS FLIGHT AUGER 0) GROUND WATER OBSERVATIONS -�ZOn Rods (ft): NONE oZAfter Drilling (ft): DRY O SFAfter Hours (ft): MATERIAL DESCRIPTION Dark Brown CLAY _ 5 Tan LIMESTONE with clay seams and layers 10 _ _15� Tan and Gray SHALY CLAY _20 TEST BORING TERMINATED AT 20 FT 25 30 35 40 45 50 BORING NO.: 2 Sheet 1 of 1 PROJECT NO.: W212429 Location: Fort Worth, TX Surface Elevation: West: North: Hammer Drop (lbs / in): 170 / 24 o.S 2 d E a)s o _ x _0)� o E E o a o oZ a° o c o� p U n .� � x� OUP o O J a (n � a a Z a 4.5+ 9.3 104 17 4.5+ 20 73 30 43 4.5 4.0 _ 30' 1305 / lllkh� 4 0/ 13.0 4.0 23 57 20 37 20.0 3.5 20 5058BrushCreek Rd. BORING NO.: 3 A L P H A T E S T I N G Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W212429 WHERE IT ALL BEGINS www.alphatesting.com Client: Project: Start Date: Drilling Method: D.R. Horton - Texas, Ltd Location: Fort Worth, TX Hampton Tract Surface Elevation: 9/7/2021 End Date: 9/7/2021 West: CONTINUOUS FLIGHT AUGER North: 0) GROUND WATER OBSERVATIONS -�ZOn Rods (ft): NONE oZAfter Drilling (ft): DRY O SFAfter Hours (ft): MATERIAL DESCRIPTION _ Brown CLAY with limestone fraqments Tan LIMESTONE with clay seams and layers 5 10 _15 Gray LIMESTONE with shale seams 20 TEST BORING TERMINATED AT 20 FT 25 30 35 40 45 50 Hammer Drop (lbs / in): 170 / 24 o.S d E a) -I--_ o x Q U ^ J J a > oW o oZ u E 00 4) 75 c m � o04 & p O U -o .2 n .� W OU o O J d T (n U) x� H a Z 3 a- 1.0 4.5+ 13 60 26 34 66 8 0/ 160p / 8 0/ 15.0 100/ 2.0" 20.0 100/ 1.5" 5058BrushCreek Rd. BORING NO.: 4 A L P H A T E S T I N G Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W212429 WHERE IT ALL BEGINS www.alphatesting.com Client: Project: Start Date: Drilling Method: D.R. Horton - Texas, Ltd Location: Fort Worth, TX Hampton Tract Surface Elevation: 9/7/2021 End Date: 9/7/2021 West: CONTINUOUS FLIGHT AUGER North: 0) GROUND WATER OBSERVATIONS -�ZOn Rods (ft): NONE oZAfter Drilling (ft): DRY O After Hours (ft): r MATERIAL DESCRIPTION Brown CLAY with limestone fragments _ Tan LIMESTONE with clay seams and layers 5 10 _15 Gray LIMESTONE with shale seams 20 TEST BORING TERMINATED AT 20 FT 25 30 35 40 45 50 Hammer Drop (lbs / in): 170 / 24 o.S d E a) -I--_ o x > o u E 4) 75 m � & O -o .2 a o oZ 00 c a� p U n .� (n U) W x� OU o O Z J [L T H a a- 3 4.5+ 15 60 24 36 3.0 4.5+ 7 57 4 10/ 075�, 15.0 100/ 0.5" 20.0 100/ 0.5" 5058BrushCreek Rd. BORING NO.: 5A L P H A T E S T I N G Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W212429 WHERE IT ALL BEGINS www.alphatesting.com Client: Project: Start Date: Drilling Method: D.R. Horton - Texas, Ltd Location: Fort Worth, TX Hampton Tract Surface Elevation: 9/7/2021 End Date: 9/7/2021 West: CONTINUOUS FLIGHT AUGER North: 0) GROUND WATER OBSERVATIONS -�ZOn Rods (ft): NONE oZAfter Drilling (ft): DRY O SFAfter Hours (ft): r MATERIAL DESCRIPTION Dark Brown CLAY with calcareous deposits 5 Brown SANDY CLAY 10 —15 Brown SHALY CLAY 20 TEST BORING TERMINATED AT 20 FT 25 30 35 40 45 50 Hammer Drop (lbs / in): 170 / 24 o.S d E a) -I--_ o x Q > a' o u E �' a� U m ^ O J -o J .2 a o oZ 00 c a� p�� U n .� (n U) x OU o O Z J [L T H a a 4.5+ 14 4.5+ 12 4.5+ 13 62 20 42 4.0 4.5 16 7.0 17 65 10 33 12 21 15.0 X 32 17 4.5+ 10 74 22 52 20.0 5058BrushCreek Rd. BORING NO.: 6 A L P H A T E S T I N G Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W212429 WHERE IT ALL BEGINS www.alphatesting.com Client: Project: Start Date: Drilling Method: 0 0 —5� —10— _ J 15 / 20� 25 30 35 40 45 50 D.R. Horton - Texas, Ltd Location: Fort Worth, TX Hampton Tract Surface Elevation: 9/2/2021 End Date: 9/2/2021 West: CONTINUOUS FLIGHT AUGER North: GROUND WATER OBSERVATIONS -�ZOn Rods (ft): 15 ZAfter Drilling (ft): 18 SFAfter Hours (ft): MATERIAL DESCRIPTION Dark Brown CLAY Brown CLAY - with calcareous nodules at 8 ft - with gravel at 13 ft Brown SHALY CLAY 1 TEST BORING TERMINATED AT 20 FT Hammer Drop (lbs / in): 170 / 24 o.S d E a) -I--_ o x >� O 0 E N 5 N� w 0 c 0 -o .V y - N a o� o� a0 0 c aN p�� U n .� 3 U) x o OU)0 0 0 J tl T (n H a a- Z 3 4.5+ 15 4.5+ 21 4.0 4.5+ 18 64 20 44 3.6 4.5+ 17 4.0 17 15.0 . 4.5+ 13 20.0 3.5 24 5058BrushCreek Rd. BORING NO.: 7 A L P H A T E S T I N G Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W212429 WHERE IT ALL BEGINS www.alphatesting.com Client: Project: Start Date: Drilling Method: 0 0 —5� 10 15� J 20 25 30 35 40 45 50 D.R. Horton - Texas, Ltd Location: Fort Worth, TX Hampton Tract Surface Elevation: 9/2/2021 End Date: 9/2/2021 West: CONTINUOUS FLIGHT AUGER North: GROUND WATER OBSERVATIONS -�ZOn Rods (ft): NONE ZAfter Drilling (ft): DRY SFAfter Hours (ft): MATERIAL DESCRIPTION Dark Brown CLAY Brown CLAY with calcareous nodules Brown SHALY CLAY TEST BORING TERMINATED AT 20 FT Hammer Drop (lbs / in): 170 / 24 o.S d E a) -I--_ o x > O 0 E N 5 N� 0 0 -o .V N a 0 oZ 00 c a� p U n .� � x o OU)0 0 0 J tl T (n H a a- Z 3 4.5+ 15 4.5+ 19 63 22 41 4.0 4.5 21 4.0 25 4.5+ 19 10.0 2.5 22 68 25 43 1.2 20.0 E 3.5 23 5058BrushCreek Rd. BORING NO.: 8 A L P H A T E S T I N G Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W212429 WHERE IT ALL BEGINS www.alphatesting.com Client: Project: Start Date: Drilling Method: D.R. Horton - Texas, Ltd Location: Fort Worth, TX Hampton Tract Surface Elevation: 9/7/2021 End Date: 9/7/2021 West: CONTINUOUS FLIGHT AUGER North: GROUND WATER OBSERVATIONS 0) Rods (ft): NONE -�ZOn Drilling (ft): DRY oZAfter SFAfter Hours (ft): O MATERIAL DESCRIPTION Dark Brown CLAY _5 Brown CLAY _ Tan LIMESTONE with clay seams and layers 10 15 20 TEST BORING TERMINATED AT 20 FT 25 30 35 40 45 50 Hammer Drop (lbs / in): 170 / 24 o.S d E a) -I--_ o x �' > o u E w & c O -o .2 y - a o oZ 00 c a� p U n .� (n U) W x� OU o O Z J [L T H a a- 3 4.5+ 21 4.5+ 19.5 108 20 72 25 47 4.0 3.75 12 32 16 16 0.0 6.0 58 100/ 3.0" hhh� 100/ 20.0 100/ i 5058BrushCreek Rd. BORING NO.: 9 A L P H A T E S T I N G Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W212429 WHERE IT ALL BEGINS www.alphatesting.com Client: Project: Start Date: Drilling Method: D.R. Horton - Texas, Ltd Location: Fort Worth, TX Hampton Tract Surface Elevation: 9/3/2021 End Date: 9/3/2021 West: CONTINUOUS FLIGHT AUGER North: 0) GROUND WATER OBSERVATIONS -�ZOn Rods (ft): NONE Drilling (ft): DRY oZAfter SFAfter Hours (ft): O MATERIAL DESCRIPTION Tan LIMESTONE with clay seams and layers 5 10 _15 Gray LIMESTONE with shale seams 20 TEST BORING TERMINATED AT 20 FT 25 30 35 40 45 50 Hammer Drop (lbs / in): 170 / 24 o.S d E a) -I--_ o x > o u E 4) 75 m � & O -o .2 a o oZ 00 c a� p U n .� (n U) W x� OU o O Z J [L T H a a- X 450/ 1� 1/ 10/ 2 00/ 14.0 ` 2100/ 20.0 100/ 3 �� FBrush Creek Rd. Fortort Worth, Texas 76119 Phone: 817-496-5600 Fax: 817-496-5608 WHERE IT ALL BEGINS www.alphatesting.com Client: D.R. Horton - Texas, Ltd Project: Hampton Tract Start Date: 9/3/2021 End Date: 9/3/2021 Drilling Method: CONTINUOUS FLIGHT AUGER 0) GROUND WATER OBSERVATIONS -�ZOn Rods (ft): NONE oZAfter Drilling (ft): DRY O SFAfter Hours (ft): MATERIAL DESCRIPTION Dark Brown CLAY with limestone fragments 5 _ Tan CLAY with calcareous deposits —10 _15 Tan and Gray SHALY CLAY 20 TEST BORING TERMINATED AT 20 FT 25 30 35 40 45 50 BORING NO.: 10 Sheet 1 of 1 PROJECT NO.: W212429 Location: Fort Worth, TX Surface Elevation: West: North: Hammer Drop (lbs / in): 170 / 24 o.S 2 d E a)s o _ x _0)� o E o a o oZ a° o c o� p U n .� (n � x� OUP o O J a � a a Z a 4.5+ 6 4.5+ 19 70 18 52 4.5+ 21 6.0 4.5+ 16 4.5+ 16 38 17 21 0.0 15.0 IX 25 7 20.0 4.0 22 �� FBrush Creek Rd. Fortort Worth, Texas 76119 Phone: 817-496-5600 Fax: 817-496-5608 WHERE IT ALL BEGINS www.alphatesting.com Client: D.R. Horton - Texas, Ltd Project: Hampton Tract Start Date: 9/2/2021 End Date: 9/2/2021 Drilling Method: CONTINUOUS FLIGHT AUGER 0) GROUND WATER OBSERVATIONS -�ZOn Rods (ft): NONE oZAfter Drilling (ft): DRY O SFAfter Hours (ft): r MATERIAL DESCRIPTION Dark Brown CLAY with limestone fragments _5 Tan WEATHERED LIMESTONE with clay seams '/ Brown CLAY with limestone fragments 10� _ Brown SHALY CLAY 15 _20 TEST BORING TERMINATED AT 20 FT 25 30 35 40 45 50 BORING NO.: 11 Sheet 1 of 1 PROJECT NO.: W212429 Location: Fort Worth, TX Surface Elevation: West: North: Hammer Drop (lbs / in): 170 / 24 d o o.S 2 E a)s _ x o 0t6 c_'� E E c o > uE c y m C1 00 ° -° .2 a o� oZ a° o c o� pU n .� ) U) X c ca ° .E m J a H a a- Z a 4.5+ 15 4.5+ 15 59 21 38 5.0 4.5+ 11 38 7 8.0 39 6 7 4.5+ 13 13.0 4.5+ 19 63 22 41 2.9 20.0 4.5+ 21 5058BrushCreek Rd. BORING NO.: 12 A L P H A T E S T I N G Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W212429 WHERE IT ALL BEGINS www.alphatesting.com Client: Project: Start Date: Drilling Method: 0 0 r, 5 10J 151 20 25 30 35 40 45 50 D.R. Horton - Texas, Ltd Location: Fort Worth, TX Hampton Tract Surface Elevation: 9/7/2021 End Date: 9/7/2021 West: CONTINUOUS FLIGHT AUGER North: GROUND WATER OBSERVATIONS -�ZOn Rods (ft): NONE ZAfter Drilling (ft): DRY SFAfter Hours (ft): MATERIAL DESCRIPTION Dark Brown CLAY Tan LIMESTONE with clay seams and layers TEST BORING TERMINATED AT 20 FT Hammer Drop (lbs / in): 170 / 24 o.S d E a) -I--_ o x 0 a > 0 O oZ 0 E 00 N 5 c N� a� p 0 U -o .V n N .� U) a x 0 �� 0 0 Z 0 J a (n � a a- a 1.0 17 57 21 36 100/ W 9.5" 107.5 / 0 00/ 1 5/ 2 00/ 20.0 kh.,- 100/ 4. 5058BrushCreek Rd. BORING NO.: 13 A L P H A T E S T I N G Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W212429 WHERE IT ALL BEGINS www.alphatesting.com Client: Project: Start Date: Drilling Method: 0 0 — —5� _10� _ J 15� 20� 25 30 35 40 45 50 D.R. Horton - Texas, Ltd Location: Fort Worth, TX Hampton Tract Surface Elevation: 9/7/2021 End Date: 9/7/2021 West: CONTINUOUS FLIGHT AUGER North: GROUND WATER OBSERVATIONS -�ZOn Rods (ft): 12 ZAfter Drilling (ft): 14 SFAfter Hours (ft): MATERIAL DESCRIPTION Dark Brown CLAY Brown CLAY with limestone fragments Z Brown SHALY CLAY TEST BORING TERMINATED AT 20 FT Hammer Drop (lbs / in): 170 / 24 o.S d E a) -I--_ o x >� O 0 E N 5 N� w 0 c 0 -o .V y - N a o� o� a0 0 c aN C)— U n .� 3 (n � x 0 �� 0 0 0 J a � a a- Z a 4.5+ 22 4.5+ 20 4.5+ 19 4.5+ 20 8.0 4.5+ 17 52 16 36 0.5 13.0 4.0 19 68 20 48 1.2 3.75 25 20.0 ALPHA**\*# TESTING WHERE IT ALL BEGINS Client: Project: Start Date: Drilling Method: 0 0 20 25 30 35 40 45 50 5058 Brush Creek Rd. BORING NO.: 14 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W212429 www.alphatesting.com D.R. Horton - Texas, Ltd Location: Fort Worth, TX Hampton Tract Surface Elevation: 9/2/2021 End Date: 9/2/2021 West: CONTINUOUS FLIGHT AUGER North: GROUND WATER OBSERVATIONS -�ZOn Rods (ft): NONE ZAfter Drilling (ft): DRY SFAfter Hours (ft): MATERIAL DESCRIPTION Brown CLAY Tan LIMESTONE with clay seams and layers Gray LIMESTONE with shale seams TEST BORING TERMINATED AT 20 FT Hammer Drop (lbs / in): 170 / 24 o.S d E a) -I--o _ x 0 a > 0 O oZ 0 E 00 N 5 c N� a� p 0 -o U .V n N .� (n U) a x 0 �� 0 0 Z 0 J a �a a- a 1.0 100/ 1.5" X 2 p�, 101.5 / 2 5/ ` 100/ 16.0 6 5" 20.0 100/ 9.0" �� FBrush Creek Rd. Fortort Worth, Texas 76119 Phone: 817-496-5600 Fax: 817-496-5608 WHERE IT ALL BEGINS www.alphatesting.com Client: D.R. Horton - Texas, Ltd Project: Hampton Tract Start Date: 9/3/2021 End Date: 9/3/2021 Drilling Method: CONTINUOUS FLIGHT AUGER 0) GROUND WATER OBSERVATIONS -�ZOn Rods (ft): NONE oZAfter Drilling (ft): DRY O SFAfter Hours (ft): MATERIAL DESCRIPTION _ Dark Brown CLAY Tan LIMESTONE with clay seams and layers 5 10 _ Gray LIMESTONE with shale seams 15 20 TEST BORING TERMINATED AT 20 FT 25 30 35 40 45 50 BORING NO.: 15 Sheet 1 of 1 PROJECT NO.: W212429 Location: Fort Worth, TX Surface Elevation: West: North: Hammer Drop (lbs / in): 170 / 24 o.S 2 d E a)s o o _ E x _0)� o a o oZ o c o� 3 a a° OUP o O J a (n U) x� � a Z a a 1.0 4.5+ 5.6 91 15 54 18 36 4 0/' 77 8 0/ 100/ / 13.0 2 0/ 20.0 100/ 4.0" 0) GROUND WATER OBSERVATIONS -�ZOn Rods (ft): NONE oZAfter Drilling (ft): DRY O SFAfter Hours (ft): MATERIAL DESCRIPTION jTan CLAY with calcareous deposits _ Tan LIMESTONE with clay seams and layers 5 10 _ Gray LIMESTONE with shale seams 15 20 TEST BORING TERMINATED AT 20 FT 25 30 35 40 45 50 BORING NO.: 16 Sheet 1 of 1 PROJECT NO.: W212429 Location: Fort Worth, TX Surface Elevation: West: North: Hammer Drop (lbs / in): 170 / 24 o.S d E a) o _ x > `o U .:_. o E o 0 > 3 Yo �' o f 0s �' a� N M m w o c O o y a o� o: aoo Sc p U n .� 3 (n x OUP o O J a �CU a a� Z� a 4 5 4.5.5 9 38 14 24 0.9 3.0 5 0/' 10/ 10/ 13.0 101.0 / 20.0 lbk,, 100/ ALPHA**\*# TESTING WHERE IT ALL BEGINS Client: Project: Start Date: Drilling Method: 5058 Brush Creek Rd. BORING NO.: Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W220325 www.alphatesting.com D.R. Horton - Texas, Ltd. (DFW West Division) Location: Fort Worth, TX Hampton Tract Surface Elevation: 3/29/2022 End Date: 3/29/2022 West: CONTINUOUS FLIGHT AUGER North: 0) GROUND WATER OBSERVATIONS -�ZOn Rods (ft): NONE Drilling (ft): DRY oZAfter SFAfter Hours (ft): O MATERIAL DESCRIPTION jDark Brown CLAY with limestone fragments Tan LIMESTONE with clay seams and layers 5 10_ Gray LIMESTONE with clay seams and layers _15_ 20 TEST BORING TERMINATED AT 20 FT Hammer Drop (lbs / in): 140 / 30 o.S d E o o _ x 0 Q o 0E Na> U Nc ^ w 0 c 0 J -0 J .V y N a 0 o� o� 00 c a5 p�� (n U x 0 O0 U o 0 Z 0 J D_ (a HCU a a Z o- 4.5+ 17 1.0 10 10" 12.0 100/ 4.50" 100/ 1.25" 6 100/ 1" 100/ 20.0 , 0.75" ALPHA**\*# TESTING WHERE IT ALL BEGINS Client: Project: Start Date: Drilling Method: 5058 Brush Creek Rd. BORING NO.: 2 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W220325 www.alphatesting.com D.R. Horton - Texas, Ltd. (DFW West Division) Location: Fort Worth, TX Hampton Tract Surface Elevation: 3/25/2022 End Date: 3/25/2022 West: CONTINUOUS FLIGHT AUGER North: 0) GROUND WATER OBSERVATIONS ZOn Rods (ft): NONE oZAfter Drilling (ft): DRY O SFAfter Hours (ft): MATERIAL DESCRIPTION Tan LIMESTONE with clay seams and layers _10— 15 20 TEST BORING TERMINATED AT 15 FT Hammer Drop (lbs / in): 140 / 30 o.S d E a)s _ x ~ co 0't6 0)� oo E_ E C o N� > �N �a>w OC -JJo� Jo y5 a ow oo .S 3 (nzox �oZCm a -a 100/ 10.50.50' 12" 100/ 1.50" 100/ 15.0 , 1 ALPHA**\*# TESTING WHERE IT ALL BEGINS Client: D.R. Horton - Texas, Ltd. (DFW West Di Project: Hampton Tract Start Date: 3/28/2022 End Date: Drilling Method: CONTINUOUS FLIGHT AU GROUND WATER OBSERVATIONS 0) -�ZOn Rods (ft): NONE Drilling (ft): DRY oZAfter SFAfter Hours (ft): O MATERIAL DESCRIPTION jDark Brown CLAY with limestone fragments Tan LIMESTONE with clay seams and layers 10 Gray LIMESTONE with clay seams and layers _15_ 20 TEST BORING TERMINATED AT 20 FT 5058 Brush Creek Rd. BORING NO.: 3 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W220325 www.alphatesting.com vision) Location: Fort Worth, TX Surface Elevation: 3/28/2022 West: GER North: Hammer Drop (lbs / in): 140 / 30 d o o.S E o _ x o U� c_'� E E c o Q U7 ^ J J 0 N c y °' 0 No 0E Na> (6c 0 0 -0 .V N a o� oz a0 0 c o p�— U) Xc �� o CD .E m J a Ha a Z Z a 4.5+ 21 65 22 43 2.0 100/ 10.25.25' 100/ 2.50" 12.0 12" 100/ 1.75" 100/ 20.0 , 1.50" ALPHA**\*# TESTING WHERE IT ALL BEGINS Client: D.R. Horton - Texas, Ltd. (DFW West Di Project: Hampton Tract Start Date: 3/28/2022 End Date: Drilling Method: CONTINUOUS FLIGHT AU GROUND WATER OBSERVATIONS 0) -�ZOn Rods (ft): NONE Drilling (ft): DRY oZAfter SFAfter Hours (ft): O MATERIAL DESCRIPTION jDark Brown CLAY with limestone fragments Tan LIMESTONE with clay seams and layers _5_ 10 15 Gray LIMESTONE with clay seams and layers at 18-20 20 TEST BORING TERMINATED AT 20 FT 5058 Brush Creek Rd. BORING NO.: 4 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W220325 www.alphatesting.com vision) Location: Fort Worth, TX Surface Elevation: 3/28/2022 West: GER North: Hammer Drop (lbs / in): 140 / 30 d o o.S E o _ x o U� c_'� E E c o Q U7 ^ J J 0 N c y °' 0 No 0E Na> (6c 0 0 -0 .V N a o� oz a0 0 c o p�— U) Xc �� o CD .E m J a Ha a Z Z a 4.5+ 23 76 25 51 2.0 100/ 7.50" 100/ 3.75" 100/ 2.50" 100/ 15.0 , 1.50" 20.0 , ALPHA**\*# TESTING WHERE IT ALL BEGINS Client: D.R. Horton - Texas, Ltd. (DFW West Di Project: Hampton Tract Start Date: 3/28/2022 End Date: Drilling Method: CONTINUOUS FLIGHT AU GROUND WATER OBSERVATIONS 0) Rods (ft): NONE -�ZOn Drilling (ft): DRY oZAfter SFAfter Hours (ft): O MATERIAL DESCRIPTION jDark Brown CLAY Tan LIMESTONE with clay seams and layers _10 Gray LIMESTONE with clay seams and layers at 18' _15_ 20 TEST BORING TERMINATED AT 20 FT 5058 Brush Creek Rd. BORING NO.: 5 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W220325 www.alphatesting.com vision) Location: Fort Worth, TX Surface Elevation: 3/28/2022 West: GER North: Hammer Drop (lbs / in): 140 / 30 d o o.S E o _ x o U� c_'� E E c o Q U7 ^ J J 0 N c y °' 0 No 0E Na> (6c 0 0 -0 .V N a o� oz a0 0 c o p�— U) Xc �� o CD .E m J a Ha a Z Z a 4.5+ 18 2.0 16" 100/ 1.50" 12.0 18.0 100/ 0.7575' 100/ 1.50" 100/ 1.50" ALPHA**\*# TESTING WHERE IT ALL BEGINS Client: D.R. Horton - Texas, Ltd. (DFW West Di Project: Hampton Tract Start Date: 3/28/2022 End Date: Drilling Method: CONTINUOUS FLIGHT AU GROUND WATER OBSERVATIONS 0) Rods (ft): NONE -�ZOn Drilling (ft): DRY oZAfter SFAfter Hours (ft): O MATERIAL DESCRIPTION jBrown CLAY Tan LIMESTONE with clay seams and layers _5_ 10 15 TEST BORING TERMINATED AT 15 FT 20 5058 Brush Creek Rd. BORING NO.: 6 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W220325 www.alphatesting.com vision) Location: Fort Worth, TX Surface Elevation: 3/28/2022 West: GER North: Hammer Drop (lbs / in): 140 / 30 d o o.S E o _ x o U� c_'� E E c o Q U7 ^ J J 0 N c y °' 0 No 0E Na> (6c 0 0 -0 .V N a o� oz a0 0 c o p�— U) Xc �� o CD .E m J a Ha a Z Z a 4.5+ 13 52 18 34 2.0 100/ 7.75" 100/ 1.75" 100/ 1.50" 100/ 15.0 , 1.75" ALPHA**\*# TESTING WHERE IT ALL BEGINS Client: Project: Start Date: Drilling Method: 5058 Brush Creek Rd. BORING NO.: 7 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W220325 www.alphatesting.com D.R. Horton - Texas, Ltd. (DFW West Division) Location: Fort Worth, TX Hampton Tract Surface Elevation: 3/28/2022 End Date: 3/28/2022 West: CONTINUOUS FLIGHT AUGER North: 0) GROUND WATER OBSERVATIONS -�ZOn Rods (ft): NONE Drilling (ft): DRY oZAfter SFAfter Hours (ft): O MATERIAL DESCRIPTION jDark Brown CLAY with calcareous deposits Brown CLAY with calcareous deposits Tan LIMESTONE with clay seams and layers 5 _10_ 15 Gray LIMESTONE 20 TEST BORING TERMINATED AT 20 FT Hammer Drop (lbs / in): 140 / 30 o.S d E o o _ x 0 Q �o 0E Na> U7 N (6c ^ w 0 c 0 J -0 J .0 y N a 0 o� oz a0 0 c a� p�� U n .� 3 (n U x 0 O0 U o 0 Z 0 (d J d T H - d - 3 4.5+ 11.0 113 18 2.0 4.5+ 3.0 100/ 8.75" 100/ 3.25" 100/ 1.75" 16.0 100/ 20.0 66 1 11 51 23 28 2.3 ALPHA**\*# TESTING WHERE IT ALL BEGINS Client: D.R. Horton - Texas, Ltd. (DFW West Di Project: Hampton Tract Start Date: 3/28/2022 End Date: Drilling Method: CONTINUOUS FLIGHT AU GROUND WATER OBSERVATIONS 0) �On Rods (ft): NONE Drilling (ft): DRY oZAfter SFAfter Hours (ft): O MATERIAL DESCRIPTION jBrown CLAY Tan LIMESTONE 5 _10 _15_ TEST BORING TERMINATED AT 15 FT 20 5058 Brush Creek Rd. BORING NO.: 8 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W220325 www.alphatesting.com Location: Fort Worth, TX Surface Elevation: 3/28/2022 West: GER North: Hammer Drop (lbs / in): 140 / 30 -o .S � d E o � o _ x m 0 Q >� 3 �'o Yo �E U7 �s N a)o) ^ w c J J y a o� oz a° o c o p�— (n U x OU U o O ZZ C (d J a �a a� a 19 1.0 100/ 4.25" 100/ 3.25" 12" 100/ 15.0 , 1.25" ALPHA**\*# TESTING WHERE IT ALL BEGINS Client: D.R. Horton - Texas, Ltd. (DFW West Di Project: Hampton Tract Start Date: 3/25/2022 End Date: Drilling Method: CONTINUOUS FLIGHT AU GROUND WATER OBSERVATIONS 0) Rods (ft): NONE -�ZOn Drilling (ft): DRY oZAfter SFAfter Hours (ft): O MATERIAL DESCRIPTION j Dark Brown CLAY with limestone fragments at 2' Tan LIMESTONE 10 Gray LIMESTONE 15_ 20 TEST BORING TERMINATED AT 20 FT 5058 Brush Creek Rd. BORING NO.: 9 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W220325 www.alphatesting.com vision) Location: Fort Worth, TX Surface Elevation: 3/25/2022 West: GER North: Hammer Drop (lbs / in): 140 / 30 d o o.S E o _ x Q U7 ^ J J 0 N c y °' >� No 0E Na> (6c U o -O .V N a o� oz ao o c o p�— U) Xc �� o CD .E m J a Ha a Z Z a 4.5+ 19 57 21 36 2.0 100/ 2.50" 100/ 2.25" 12.0 100/ 1.50" 100/ 1.25" 100/ 20.0 66 1 ALPHA**\*# TESTING WHERE IT ALL BEGINS Client: D.R. Horton - Texas, Ltd. (DFW West Di Project: Hampton Tract Start Date: 3/25/2022 End Date: Drilling Method: CONTINUOUS FLIGHT AU 0) GROUND WATER OBSERVATIONS -�ZOn Rods (ft): NONE oZAfter Drilling (ft): DRY O SFAfter Hours (ft): MATERIAL DESCRIPTION jDark Brown CLAY Tan LIMESTONE _5_ 10 Gray LIMESTONE 15 TEST BORING TERMINATED AT 15 FT 20 5058 Brush Creek Rd. BORING NO.: 10 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W220325 www.alphatesting.com vision) Location: Fort Worth, TX Surface Elevation: 3/25/2022 West: GER North: Hammer Drop (lbs / in): 140 / 30 o d o.S E a> -I--_ x o U� c_' E E c o Q U ^ J J a) 3 Y° �s N c y m >C1 °o °E °a� a3� ° ° -o .2 a ° oZ 00 c o� p�� U n .� ) U) X c ca ° .E m J o T Ha a- Z 4.5+ 20 54 21 33 2.0 100/ 4.75" 100/ 1.25" 100/ 66 1" 13.0 100/ 15.0 66 1.50" ALPHA**\*# TESTING WHERE IT ALL BEGINS Client: Project: Start Date: Drilling Method: 5058 Brush Creek Rd. BORING NO.: 11 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W220325 www.alphatesting.com D.R. Horton - Texas, Ltd. (DFW West Division) Location: Fort Worth, TX Hampton Tract Surface Elevation: 3/25/2022 End Date: 3/25/2022 West: CONTINUOUS FLIGHT AUGER North: 0) GROUND WATER OBSERVATIONS -�ZOn Rods (ft): NONE Drilling (ft): DRY oZAfter SFAfter Hours (ft): O MATERIAL DESCRIPTION jDark Brown CLAY with limestone fragments Tan LIMESTONE with clay seams and layers 5 10_ Dark Brown SHALY CLAY 15 Gray LIMESTONE with clay seams and layers 20 TEST BORING TERMINATED AT 20 FT Hammer Drop (lbs / in): 140 / 30 o.S d E a) -I--_ o x co 0't6 _0)� E E o > o uE 4)75 m� & O -o .2 a o oZ 00 c a� p U n .� (n U) W x� OU o O Z J d T Ha a- 4.5+ 21 1.0 100/ 10.50.50' 100/ 3.25" 100/ 1.50" 12.0 4.5+ 19 59 21 38 15.0 100/ 20.0 , 2 ALPHA**\*# TESTING WHERE IT ALL BEGINS Client: D.R. Horton - Texas, Ltd. (DFW West Di Project: Hampton Tract Start Date: 3/28/2022 End Date: Drilling Method: CONTINUOUS FLIGHT AU GROUND WATER OBSERVATIONS 0) -�ZOn Rods (ft): NONE Drilling (ft): DRY oZAfter SFAfter Hours (ft): O MATERIAL DESCRIPTION r OF,Dark Brown CLAY with limestone fragments Tan LIMESTONE with clay seams and layers 10 Gray LIMESTONE 15 TEST BORINGS TERMINATED AT 15 FT 20 5058 Brush Creek Rd. BORING NO.: 12 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W220325 www.alphatesting.com vision) Location: Fort Worth, TX Surface Elevation: 3/28/2022 West: GER North: Hammer Drop (lbs / in): 140 / 30 o d o.S E a> -I--_ x o U� c_' E E c o Q U ^ J J a) 3 Y° �s N c y m >C1 °o °E °a� a3� ° ° -o .2 a ° oZ 00 c o� p�� U n .� ) U) X c ca ° .E m J o T Ha a- Z 4.5+ 19 59 20 39 2.0 100/ 8.50" 100/ 2.50" 100/ 1.75" 12.0 100/ 15.0 , 1 ALPHA**\*# TESTING WHERE IT ALL BEGINS Client: Project: Start Date: Drilling Method: 5058 Brush Creek Rd. BORING NO.: 13 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W220325 www.alphatesting.com D.R. Horton - Texas, Ltd. (DFW West Division) Location: Fort Worth, TX Hampton Tract Surface Elevation: 3/28/2022 End Date: 3/28/2022 West: CONTINUOUS FLIGHT AUGER North: 0) GROUND WATER OBSERVATIONS -�ZOn Rods (ft): NONE Drilling (ft): DRY oZAfter After Hours (ft): O MATERIAL DESCRIPTION jBrown CLAY with limestone fragments Tan LIMESTONE with clay seams and layers 5 10_ _15 Gray LIMESTONE 20 TEST BORING TERMINATED AT 20 FT Hammer Drop (lbs / in): 140 / 30 o.S d E a) -I--_ o x co 0't6 _0)� E E o > o uE 4)75 m� & O -o .2 a o oZ 00 c a� p U n .� (n U) W x� OU o O Z J d T Ha a- 4.5+ 19 54 20 34 1.0 100/ 13" 13" 100/ 4.25" 16.0 100/ 20.0 , 1.50" ALPHA**\*# TESTING WHERE IT ALL BEGINS Client: Project: Start Date: Drilling Method: 5058 Brush Creek Rd. BORING NO.: 14 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W220325 www.alphatesting.com D.R. Horton - Texas, Ltd. (DFW West Division) Location: Fort Worth, TX Hampton Tract Surface Elevation: 3/25/2022 End Date: 3/25/2022 West: CONTINUOUS FLIGHT AUGER North: GROUND WATER OBSERVATIONS 0) -�ZOn Rods (ft): NONE Drilling (ft): DRY oZAfter SFAfter Hours (ft): O MATERIAL DESCRIPTION jDark Brown CLAY _5 Tan LIMESTONE with clay seams and layers _10 15_ TEST BORING TERMINATED AT 15 FT 20 Hammer Drop (lbs / in): 140 / 30 o.S d E a) -I--_ o x > o u E 4) 75 m � & O -o .2 a o oZ 00 c a� p U n .� (n U) W x� OU o O Z J d T Ha a-� 1 4.5+ 7.8 100 22 78 25 53 4.5+ 21 5.0 4.5+ 22 100/ 2.50" 100/ IL 1.25" 100/ 15.0 IL6 6" ALPHA**\*# TESTING WHERE IT ALL BEGINS Client: D.R. Horton - Texas, Ltd. (DFW West Di Project: Hampton Tract Start Date: 3/25/2022 End Date: Drilling Method: CONTINUOUS FLIGHT AU GROUND WATER OBSERVATIONS 0) -�ZOn Rods (ft): NONE Drilling (ft): DRY oZAfter SFAfter Hours (ft): O MATERIAL DESCRIPTION jDark Brown CLAY Tan LIMESTONE with clay seams and layers _10 15 - 1,00,0 Brown SHALY CLAY _20 TEST BORING TERMINATED AT 20 FT 5058 Brush Creek Rd. BORING NO.: 15 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W220325 www.alphatesting.com vision) Location: Fort Worth, TX Surface Elevation: 3/25/2022 West: GER North: Hammer Drop (lbs / in): 140 / 30 o.S d E a> -I--_ o x a) Q >C1 3 �o Y� uE U �s N a'a� a3� ^ w c O J -o J .2 y a o oZ a° o c o� p�� U n .� (n ) U) a x� OU o O Z J a_ T Ha a- 4.5+ 21 4.5+ 21 67 23 44 0.9 4.0 100/ 1.75" 100/ 66 1" 100/ 7.25" 16.0 4.5+ 20 56 21 35 20.0 ALPHA**\*# TESTING WHERE IT ALL BEGINS Client: Project: Start Date: Drilling Method: 5058 Brush Creek Rd. BORING NO.: 16 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W220325 www.alphatesting.com D.R. Horton - Texas, Ltd. (DFW West Division) Location: Fort Worth, TX Hampton Tract Surface Elevation: 3/25/2022 End Date: 3/25/2022 West: CONTINUOUS FLIGHT AUGER North: GROUND WATER OBSERVATIONS 0) Rods (ft): NONE -�ZOn Drilling (ft): DRY oZAfter SFAfter Hours (ft): O MATERIAL DESCRIPTION jDark Brown CLAY Tan LIMESTONE 5 _10_ _15 TEST BORING TERMINATED AT 15 FT 20 3.0 Hammer Drop (lbs / in): 140 / 30 o.S d E a) -I-- o x co 0't6 _0)� o E o a o oZ a° o c a� p U n .� (n � x� OU o O Z J d T Ha a- 4.5+ 28 4.5+ 23 70 24 46 4.7 12" 100/ 2.25" 100/ 15.0 , 3.50" ALPHA**\*# TESTING WHERE IT ALL BEGINS Client: Project: Start Date: Drilling Method: 5058 Brush Creek Rd. BORING NO.: 17 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W220325 www.alphatesting.com D.R. Horton - Texas, Ltd. (DFW West Division) Location: Fort Worth, TX Hampton Tract Surface Elevation: 3/25/2022 End Date: 3/25/2022 West: CONTINUOUS FLIGHT AUGER North: 0) GROUND WATER OBSERVATIONS -�ZOn Rods (ft): NONE Drilling (ft): DRY oZAfter SFAfter Hours (ft): O MATERIAL DESCRIPTION r j Dark Brown CLAY with calcareous deposits at 7, 5 Tan CLAY with gravel and calcareous nodules — j 10 Light Brown and Gray SHALY CLAY 15 20 TEST BORING TERMINATED AT 20 FT 8.0 10.0 Hammer Drop (lbs / in): 140 / 30 o.S d E a) -I--_ o x > Co `o 0't6 U� 0) _� E E o Q >0 a) o uE �a� U m� ^ O J -o J .2 a oW oZ 00 c a� 3 (n U) x OU o O Z J D_ T Ha a- 1 4.5+ 21 4.5+ 24 4.5+ 8.1 107 19 4.5+ 20 4.5+ 12 31 15 16 0.0 4.5+ 26 4.5+ 26 20.0 ALPHA**\*# TESTING WHERE IT ALL BEGINS 5058 Brush Creek Rd. BORING NO.: 18 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W220325 www.alphatesting.com Client: D.R. Horton - Texas, Ltd. (DFW West Division) Location: Fort Worth, TX Project: Hampton Tract Surface Elevation: Start Date: 3/24/2022 End Date: 3/24/2022 West: Drilling Method: CONTINUOUS FLIGHT AUGER North: Hammer Drop (lbs / in): 140 / 30 GROUND WATER OBSERVATIONS m -o•E .4 E - a> � _ x 0 �On Rods (ft): NONE T �� N U� �� U) J ZAfter Drilling (ft): DRY 3 a, > a c v SFAfter Hours (ft): a @ o� oZ v- a o ao o �, L7 T 3 cn o o o MATERIAL DESCRIPTION 00r, Dark Brown CLAY — 4.5+ 23 4.5+ 23 _ 3.0 Tan LIMESTONE with clay seams and layers 100/ 5 5„ 100/ 12 2.75" 10 11.0 _ %,/ Light Brown and Gray SHALY CLAY — 4.5+ 20 55 21 34 15 15.0 TEST BORING TERMINATED AT 15 FT 20 ALPHA**\*# TESTING WHERE IT ALL BEGINS 5058 Brush Creek Rd. BORING NO.: 19 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W220325 www.alphatesting.com Client: D.R. Horton - Texas, Ltd. (DFW West Division) Location: Fort Worth, TX Project: Hampton Tract Surface Elevation: Start Date: 3/24/2022 End Date: 3/24/2022 West: Drilling Method: CONTINUOUS FLIGHT AUGER North: Hammer Drop (lbs / in): 140 / 30 GROUND WATER OBSERVATIONS m -o•E .4 E - a> � _ x 0 �On Rods (ft): NONE T �� N U� �� U) J ZAfter Drilling (ft): DRY 3 a, > a c v SFAfter Hours (ft): a @ o� oZ v- a o ao o �, L7 T 3 cn o o o MATERIAL DESCRIPTION jDark Brown CLAY - 4.5+ 7.7 96 25 79 27 52 4.5+ 21 _ 3.0 Tan LIMESTONE 100/ - 5 , 2.75" 1 00/ 10 - - , 4" 12.0 _ - Light Brown SHALY CLAY - 4.5+ 24 15 - 4.5+ 23 _20-0o� 20.0 TEST BORING TERMINATED AT 20 FT ALPHA**\*# TESTING WHERE IT ALL BEGINS Client: Project: Start Date: Drilling Method: 5058 Brush Creek Rd. BORING NO.: 20 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W220325 www.alphatesting.com D.R. Horton - Texas, Ltd. (DFW West Division) Location: Fort Worth, TX Hampton Tract Surface Elevation: 3/24/2022 End Date: 3/24/2022 West: CONTINUOUS FLIGHT AUGER North: GROUND WATER OBSERVATIONS 0) Rods (ft): NONE -�ZOn Drilling (ft): DRY oZAfter SFAfter Hours (ft): O MATERIAL DESCRIPTION OF,Dark Brown CLAY Dark Brown CLAY with calcareous nodules _5 Tan LIMESTONE with clay seams and layers _10 15_ TEST BORING TERMINATED AT 15 FT 20 2.0 Hammer Drop (lbs / in): 140 / 30 o.S d E a) -I--_ o x > o u E 4) 75 m � & O -o .2 a o oZ 00 c a� p U n .� (n U) W x� OU o O Z J d T Ha a- 3 1 4.5+ 23 4.5+ 19 62 22 40 5.0 4.5+ 19 100/ 3.25" 100/ IL 2.25" 100/ 15.0 IL 4.50" ALPHA**\*# TESTING WHERE IT ALL BEGINS Client: Project: Start Date: Drilling Method: 5058 Brush Creek Rd. BORING NO.: 21 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W220325 www.alphatesting.com D.R. Horton - Texas, Ltd. (DFW West Division) Location: Fort Worth, TX Hampton Tract Surface Elevation: 3/24/2022 End Date: 3/24/2022 West: CONTINUOUS FLIGHT AUGER North: GROUND WATER OBSERVATIONS 0) -�ZOn Rods (ft): NONE Drilling (ft): DRY oZAfter SFAfter Hours (ft): O MATERIAL DESCRIPTION jDark Brown CLAY Tan LIMESTONE with clay seams and layers 5 10_ Gray LIMESTONE _15_ 20 TEST BORING TERMINATED AT 20 FT Hammer Drop (lbs / in): 140 / 30 o.S d E a) -I--_ o x co 0't6 _0)� E E o > o uE 4)75 m� & O -o .2 a o oZ 00 c a� p U n .� (n U) W x� OU o O Z J d T Ha a- 4.5+ 20 64 23 41 1.0 100/ 6.25" 12.0 100/ 1.50" 100/ 2.50" 100/ 0.50" 100/ 20.0 , 0.75" ALPHA**\*# TESTING WHERE IT ALL BEGINS Client: D.R. Horton - Texas, Ltd. (DFW West Di Project: Hampton Tract Start Date: 3/24/2022 End Date: Drilling Method: CONTINUOUS FLIGHT AU GROUND WATER OBSERVATIONS 0) -�ZOn Rods (ft): NONE Drilling (ft): DRY oZAfter SFAfter Hours (ft): O MATERIAL DESCRIPTION r OF,Dark Brown CLAY with limestone fragments Tan LIMESTONE with clay seams and layers 10 — ',/ Gray and Brown SHALY CLAY 15 TEST BORING TERMINATED AT 15 FT 20 5058 Brush Creek Rd. BORING NO.: 22 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W220325 www.alphatesting.com vision) Location: Fort Worth, TX Surface Elevation: 3/24/2022 West: GER North: Hammer Drop (lbs / in): 140 / 30 o d o.S E a> -I--_ x o U� c_' E E c o Q U ^ J J a) 3 Y° �s N c y m >C1 °o °E °a� a3� ° ° -o .2 a ° oZ 00 c o� p�� U n .� ) U) X c ca ° .E m J o T Ha a- Z 4.5+ 24 80 27 53 2.0 10 10" 100/ 1.25" 100/ 1.25" 11.0 4.5+ 23 15.0 A L P H A T E S T I N G 5058BrushCreek Rd. Fort Worth, Texas 76119 Phone: 817-496-5600 BORING NO.: 23 Sheet 1 of 1 Fax: 817-496-5608 PROJECT NO.: W220325 WHERE IT ALL BEGINS www.alphatesting.com Client: D.R. Horton - Texas, Ltd. (DFW West Division) Location: Fort Worth, TX Project: Hampton Tract Surface Elevation: Start Date: 3/24/2022 End Date: 3/24/2022 West: Drillin Method: CONTINUOUS FLIGHT AUGER North: 9 0) GROUND WATER OBSERVATIONS -�ZOn Rods (ft): NONE oZAfter Drilling (ft): DRY O SFAfter Hours (ft): MATERIAL DESCRIPTION jDark Brown CLAY Brown CLAY with calcareous nodules 5 Tan CLAY with calcareous nodules and deposits j j 10 Light Brown SHALY CLAY 15 20 TEST BORING TERMINATED AT 20 FT 4.0 .E 10.0 Hammer Drop (lbs / in): 140 / 30 o.S d E a) -I--_ o x > Co `o 0't6 U� 0) _� E E o Q >0 a) o uE �a� U m� ^ O J -o J .2 a oW oZ 00 c a� p U n .� 3 (n � x OU o O Z J [L T H a a 1 4.5+ 6.9 96 24 81 26 55 4.5+ 21 4.5+ 19 67 23 44 1.5 4.5+ 15 37 18 19 0.0 4.5+ 15 4.5 22 4.5+ 25 20.0 ALPHA**\*# TESTING WHERE IT ALL BEGINS Client: Project: Start Date: Drilling Method: 5058 Brush Creek Rd. BORING NO.: 24 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W220325 www.alphatesting.com D.R. Horton - Texas, Ltd. (DFW West Division) Location: Fort Worth, TX Hampton Tract Surface Elevation: 3/24/2022 End Date: 3/24/2022 West: CONTINUOUS FLIGHT AUGER North: 0) GROUND WATER OBSERVATIONS -�ZOn Rods (ft): NONE oZAfter Drilling (ft): DRY O SFAfter Hours (ft): MATERIAL DESCRIPTION jDark Brown CLAY 5 Brown CLAY with calcareous nodules 10 Tan CLAYEY SAND with gravel and limestone fragments 15 TEST BORING TERMINATED AT 15 FT 20 M 10.0 15.0 Hammer Drop (lbs / in): 140 / 30 o.S d E a) -I--_ o x Q > 0 �' o u E 4) 75 U m � ^ O J -o J .2 a oW oZ 00 c a� 3 (n U) x OU o O Z J D_ T Ha a- 1 4.5+ 20 4.5+ 17 4.5+ 23 4.5+ 18 4.5 18 4.5+ 30 15 45 19 26 ALPHA**\*# TESTING WHERE IT ALL BEGINS Client: Project: Start Date: Drilling Method: 5058 Brush Creek Rd. BORING NO.: 25 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W220325 www.alphatesting.com D.R. Horton - Texas, Ltd. (DFW West Division) Location: Fort Worth, TX Hampton Tract Surface Elevation: 3/24/2022 End Date: 3/24/2022 West: CONTINUOUS FLIGHT AUGER North: GROUND WATER OBSERVATIONS 0) -�ZOn Rods (ft): NONE Drilling (ft): DRY oZAfter SFAfter Hours (ft): O MATERIAL DESCRIPTION r jDark Brown CLAY with calcareous nodules 5 Brown CLAY with calcareous nodules 10 Light Brown CLAY with calcareous nodules and deposits 15 Brown and Gray SHALY CLAY with limestone fragments 20 i TEST BORING TERMINATED AT 20 FT .R Hammer Drop (lbs / in): 140 / 30 o.S d E a) -I--_ o x co 0't6 _0)� E E o > o uE 4)75 m� & O -o .2 a o oZ 00 c a� p U n .� (n U) W x� OU o O Z J d T Ha a- 3 1 4.5+ 15 4.5+ 23 78 26 52 2.5 4.5+ 22 4.25 23 3.5 22 10.0 3.25 26 65 23 42 15.0 3.5 25 20.0 ALPHA**\*# TESTING WHERE IT ALL BEGINS 5058 Brush Creek Rd. BORING NO.: 26 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W220325 www.alphatesting.com Client: D.R. Horton - Texas, Ltd. (DFW West Division) Location: Fort Worth, TX Project: Hampton Tract Surface Elevation: Start Date: 3/24/2022 End Date: 3/24/2022 West: Drilling Method: CONTINUOUS FLIGHT AUGER North: 0) GROUND WATER OBSERVATIONS -�ZOn Rods (ft): NONE oZAfter Drilling (ft): DRY O SFAfter Hours (ft): r MATERIAL DESCRIPTION jDark Brown CLAY with calcareous nodules 5 Brown CLAY with calcareous nodules — Light Brown CLAYEY SAND with gravel _10 Tan CLAYEY SAND 15 TEST BORING TERMINATED AT 15 FT 20 M Hammer Drop (lbs / in): 140 / 30 o.S d E a) -I--_ o x Q > 0 �' o u E 4) 75 U m � ^ O J -o J .2 a oW oZ 00 c a� p U n .� 3 (n � x OU o O Z J d T Ha a- 4.5+ 25 4.5+ 25 4.5+ 8.3 111 17 4.5+ 20 78 27 51 2.0 4.25 48 16 49 19 30 13.0 1 1.0 48 16 29 13 16 15.0 ALPHA**\*# TESTING WHERE IT ALL BEGINS Client: Project: Start Date: Drilling Method: 5058 Brush Creek Rd. BORING NO.: 27 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W220325 www.alphatesting.com D.R. Horton - Texas, Ltd. (DFW West Division) Location: Fort Worth, TX Hampton Tract Surface Elevation: 3/24/2022 End Date: 3/24/2022 West: CONTINUOUS FLIGHT AUGER North: GROUND WATER OBSERVATIONS 0) -�ZOn Rods (ft): NONE Drilling (ft): DRY oZAfter SFAfter Hours (ft): O MATERIAL DESCRIPTION r jDark Brown CLAY with calcareous nodules Tan LIMESTONE 5 10 Light Brown CLAY 15 20 TEST BORING TERMINATED AT 20 FT Hammer Drop (lbs / in): 140 / 30 o.S d E a) -I--_ o x co 0't6 _0)� E E o > o uE 4)75 m� & O -o .2 a o oZ 00 c a� p U n .� (n U) W x� OU o O Z J d T Ha a- 3 1 4.5+ 26 3.0 4.5+ 21 78 25 53 100/ 2.75" 13" 11.0 4.5+ 21 51 23 28 4.5+ 19 20.0 ALPHA**\*# TESTING WHERE IT ALL BEGINS 5058 Brush Creek Rd. BORING NO.: 28 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W220325 www.alphatesting.com Client: D.R. Horton - Texas, Ltd. (DFW West Division) Location: Fort Worth, TX Project: Hampton Tract Surface Elevation: Start Date: 3/16/2022 End Date: 3/16/2022 West: Drilling Method: CONTINUOUS FLIGHT AUGER North: Hammer Drop (lbs / in): 140 / 30 GROUND WATER OBSERVATIONS m -o•E .4 E - a> � _ x 0 �On Rods (ft): NONE T �� N U� �� U) ZAfter Drilling (ft): DRY 3 a, a v SFAfter Hours (ft): a @ o� a, oZ (J a o ao o �, L7 T 3 cn o � o o MATERIAL DESCRIPTION r jDark Brown CLAY with calcareous deposits — 4.5+ 20 _ 2.0 Brown CLAY with calcareous deposits — 4.5+ 13 _ 4.0 Brown SHALY CLAY — 5 4.5+ 14 62 20 42 4.5 — 4.5+ 16 — — 4.5+ 16 10 limestone layer — — 4.5+ 15 15 15.0 TEST BORING TERMINATED AT 15 FT 20 ALPHA**\*# TESTING WHERE IT ALL BEGINS Client: Project: Start Date: Drilling Method: 5058 Brush Creek Rd. BORING NO.: 29 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W220325 www.alphatesting.com D.R. Horton - Texas, Ltd. (DFW West Division) Location: Fort Worth, TX Hampton Tract Surface Elevation: 3/16/2022 End Date: 3/16/2022 West: CONTINUOUS FLIGHT AUGER North: 0) GROUND WATER OBSERVATIONS -�ZOn Rods (ft): NONE Drilling (ft): DRY oZAfter SFAfter Hours (ft): O MATERIAL DESCRIPTION ,"'A Dark Brown CLAY with calcareous deposits _5 Tan LIMESTONE with clay seams and layers 10 1e'l'00,0 Reddish Brown SHALY CLAY 15 _20-0o� TEST BORING TERMINATED AT 20 FT Hammer Drop (lbs / in): 140 / 30 o.S d E a) -I--_ o x co 0't6 _0)� E E o > o uE 4)75 & O -o .2 a o oZ 00 c a04 0— U n .� (n U) W x� OU o O Z J d T Ha a- 3 1 4.5+ 14 4.5+ 11 65 23 42 5.0 4.5+ 9 100/ 5" 100/ 2.50" 12.0 4.5+ 17 20.0 4.5+ 17 3.9 ALPHA**\*# TESTING WHERE IT ALL BEGINS Client: Project: Start Date: Drilling Method: 5058 Brush Creek Rd. BORING NO.: 30 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W220325 www.alphatesting.com D.R. Horton - Texas, Ltd. (DFW West Division) Location: Fort Worth, TX Hampton Tract Surface Elevation: 3/24/2022 End Date: 3/24/2022 West: CONTINUOUS FLIGHT AUGER North: 0) GROUND WATER OBSERVATIONS -�ZOn Rods (ft): NONE Drilling (ft): DRY oZAfter SFAfter Hours (ft): O MATERIAL DESCRIPTION r jDark Brown CLAY with calcareous deposits 5 Brown CLAY with calcareous deposits 10 Tan CLAY with gravel limestone fragments 15 TEST BORING TERMINATED AT 15 FT 20 .R Hammer Drop (lbs / in): 140 / 30 o.S d E a) -I-- o x co 0't6 _0)� o E o a o oZ a° o c a� p U n .� (n U) W x� OU o O Z J d T Ha a- 3 1 4.5+ 20 4.5+ 14 63 19 44 4.5+ 20 4.5+ 19 4.5+ 19 10.0 3.25 16 15.0 ALPHA**\*# TESTING WHERE IT ALL BEGINS Client: D.R. Horton - Texas, Ltd. (DFW West Di Project: Hampton Tract Start Date: 3/15/2022 End Date: Drilling Method: CONTINUOUS FLIGHT AU GROUND WATER OBSERVATIONS 0) -�ZOn Rods (ft): NONE Drilling (ft): DRY oZAfter SFAfter Hours (ft): O MATERIAL DESCRIPTION jDark Brown CLAY with calcareous deposits ;'0'0 Brown CLAY with limestone fragments Tan LIMESTONE with clay seams and layers _5 10 Gray LIMESTONE 15 _20 TEST BORING TERMINATED AT 20 FT 5058 Brush Creek Rd. BORING NO.: 31 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W220325 www.alphatesting.com vision) Location: Fort Worth, TX Surface Elevation: 3/15/2022 West: GER North: Hammer Drop (lbs / in): 140 / 30 o.S d E a> -I--_ o x co ` 0't6 U z:-- C�> E o Q a)C �> Oc -JoE .J2 y� a oWoZ °o oC4 (n � x� OU o O Z J a_ T Ha a- 4.5+ 21 67 24 43 2.0 4.5+ 11 4.0 100/ 6.75" 13.0 100/ 0.75" 100/ 4.75" 100/ 20.0 , 2.75" ALPHA**\*# TESTING WHERE IT ALL BEGINS Client: Project: Start Date: Drilling Method: 5058 Brush Creek Rd. BORING NO.: 32 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W220325 www.alphatesting.com D.R. Horton - Texas, Ltd. (DFW West Division) Location: Fort Worth, TX Hampton Tract Surface Elevation: 3/16/2022 End Date: 3/16/2022 West: CONTINUOUS FLIGHT AUGER North: GROUND WATER OBSERVATIONS 0) -�ZOn Rods (ft): NONE Drilling (ft): DRY oZAfter SFAfter Hours (ft): O MATERIAL DESCRIPTION jDark Brown CLAY 5 Brown CLAY with calcareous deposits 10 Light Brown CLAY 15 TEST BORING TERMINATED AT 15 FT 20 8.0 Hammer Drop (lbs / in): 140 / 30 o.S d E a)_ o x > o u E 4) 75 m � & O -o .2 a o oZ 00 c a� p U n .� (n U) W x� OU o O Z J d T Ha a-- 3 4.5+ 3.6 97 24 4.5+ 19 4.5+ 19 4.5+ 18 4.5+ 17 58 19 39 2.5 13.0 1 4.5+ 12 15.0 ALPHA**\*# TESTING WHERE IT ALL BEGINS Client: Project: Start Date: Drilling Method: 5058 Brush Creek Rd. BORING NO.: 33 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W220325 www.alphatesting.com D.R. Horton - Texas, Ltd. (DFW West Division) Location: Fort Worth, TX Hampton Tract Surface Elevation: 3/16/2022 End Date: 3/16/2022 West: CONTINUOUS FLIGHT AUGER North: 0) GROUND WATER OBSERVATIONS -�ZOn Rods (ft): NONE Drilling (ft): DRY oZAfter SFAfter Hours (ft): O MATERIAL DESCRIPTION r jDark Brown to Brown CLAY with calcareous deposits 5 10 Tan LIMESTONE with clay seams and layers 15 Brown SHALY CLAY _20 TEST BORING TERMINATED AT 20 FT 13.0 16.0 20.0 Hammer Drop (lbs / in): 140 / 30 o.S d E a) -I--_ o x co 0't6 _0)� E E o > o uE 4)75 m� & O -o .2 a o oZ 00 c a� p U n .� (n U) W x� OU o O Z J d T Ha a- 3 1 4.5+ 20 100/ 5.50" 4.5+ 15 4.5+ 16 65 22 43 4.5+ 18 4.5+ 17 8 ALPHA**\*# TESTING WHERE IT ALL BEGINS Client: Project: Start Date: Drilling Method: 5058 Brush Creek Rd. BORING NO.: 34 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W220325 www.alphatesting.com D.R. Horton - Texas, Ltd. (DFW West Division) Location: Fort Worth, TX Hampton Tract Surface Elevation: 3/16/2022 End Date: 3/16/2022 West: CONTINUOUS FLIGHT AUGER North: 0) GROUND WATER OBSERVATIONS -�ZOn Rods (ft): NONE Drilling (ft): DRY oZAfter SFAfter Hours (ft): O MATERIAL DESCRIPTION r jDark Brown CLAY with calcareous deposits 5 6.0 _ Brown CLAY with limestone fragments and calcareous nodules 10 Reddish Brown SHALY CLAY 15 TEST BORING TERMINATED AT 15 FT 20 13.0 1 15.0 Hammer Drop (lbs / in): 140 / 30 o.S d E a) -I--_ o x > o u E 4) 75 m � & O -o .2 a o oZ 00 c a� p U n .� (n U) W x� OU o O Z J d T Ha a- 1 4.5+ 15 4.5+ 13 4.5+ 13 4.5+ 14 67 23 44 1.7 4.5+ 16 4.5+ 22 79 26 53 ALPHA**\*# TESTING WHERE IT ALL BEGINS Client: Project: Start Date: Drilling Method: 5058 Brush Creek Rd. BORING NO.: 35 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W220325 www.alphatesting.com D.R. Horton - Texas, Ltd. (DFW West Division) Location: Fort Worth, TX Hampton Tract Surface Elevation: 3/15/2022 End Date: 3/15/2022 West: CONTINUOUS FLIGHT AUGER North: 0) GROUND WATER OBSERVATIONS -�ZOn Rods (ft): NONE Drilling (ft): DRY oZAfter After Hours (ft): O MATERIAL DESCRIPTION jBrown CLAY with limestone fragments Tan LIMESTONE with clay seams and layers 5 10_ Gray LIMESTONE _15_ 20 TEST BORING TERMINATED AT 20 FT Hammer Drop (lbs / in): 140 / 30 o.S d E a) -I--_ o x co 0't6 _0)� E E o > o uE 4)75 m� & O -o .2 a o oZ 00 c a� p U n .� (n U) W x� OU o O Z J d T Ha a- 4.5+ 8 1.0 100/ 4.75" 12.0 100/ 6.75" 12" 100/ 3.50" 100/ 20.0 , 2.75" ALPHA**\*# TESTING WHERE IT ALL BEGINS Client: D.R. Horton - Texas, Ltd. (DFW West Di Project: Hampton Tract Start Date: 3/15/2022 End Date: Drilling Method: CONTINUOUS FLIGHT AU GROUND WATER OBSERVATIONS 0) -�ZOn Rods (ft): NONE Drilling (ft): DRY oZAfter SFAfter Hours (ft): O MATERIAL DESCRIPTION jDark Brown CLAY with limestone fragments Tan LIMESTONE with clay seams and layers _5_ 10 15 TEST BORING TERMINATED AT 15 FT 20 5058 Brush Creek Rd. BORING NO.: 36 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W220325 www.alphatesting.com vision) Location: Fort Worth, TX Surface Elevation: 3/15/2022 West: GER North: Hammer Drop (lbs / in): 140 / 30 o d o.S E a> -I--_ x o U� c_' E E c o Q U ^ J J a) 3 Y° �s N c y m >C1 °o °E °a� a3� ° ° -o .2 a ° oZ 00 c o� p�� U n .� ) U) X c ca ° .E m J o T Ha a- Z 4.5+ 23 2.0 100/ 10.50.50' 100/ 7.50" 100/ 1.75" 100/ 15.0 , 0.50" ALPHA**\*# TESTING WHERE IT ALL BEGINS Client: Project: Start Date: Drilling Method: 5058 Brush Creek Rd. BORING NO.: 37 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W220325 www.alphatesting.com D.R. Horton - Texas, Ltd. (DFW West Division) Location: Fort Worth, TX Hampton Tract Surface Elevation: 3/15/2022 End Date: 3/15/2022 West: CONTINUOUS FLIGHT AUGER North: GROUND WATER OBSERVATIONS 0) -�ZOn Rods (ft): NONE Drilling (ft): DRY oZAfter SFAfter Hours (ft): O MATERIAL DESCRIPTION jDark Brown CLAY with calcareous nodules 5 Tan LIMESTONE with clay seams and layers 10 15 — 011 Brown SHALY CLAY _20 TEST BORING TERMINATED AT 20 FT 7.0 16.0 20.0 Hammer Drop (lbs / in): 140 / 30 o.S d E a) -I--_ o x co 0't6 _0)� E E o > o uE 4)75 m� & O -o .2 a o oZ 00 c a� p U n .� (n U) W x� OU o O Z J d T Ha a-- 3 1 4.5 4.5 94 24 76 25 51 4.5+ 22 4.5+ 22 4.5+ 19 48 56 9 4.5+ 20 ALPHA**\*# TESTING WHERE IT ALL BEGINS Client: Project: Start Date: Drilling Method: 5058 Brush Creek Rd. BORING NO.: 38 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W220325 www.alphatesting.com D.R. Horton - Texas, Ltd. (DFW West Division) Location: Fort Worth, TX Hampton Tract Surface Elevation: 3/15/2022 End Date: 3/15/2022 West: CONTINUOUS FLIGHT AUGER North: 0) GROUND WATER OBSERVATIONS -�ZOn Rods (ft): NONE Drilling (ft): DRY oZAfter SFAfter Hours (ft): O MATERIAL DESCRIPTION r jDark Brown CLAY with calcareous deposits 5 Light Brown CLAY with calcareous deposits and ferrous staining 10 Tan CLAY with calcareous deposits and gravel — j15 TEST BORING TERMINATED AT 15 FT 20 M Hammer Drop (lbs / in): 140 / 30 o.S d E a) -I--_ o x Q > 0 �' o u E 4) 75 U m � ^ O J -o J .2 a oW oZ 00 c a� 3 (n U) x OU o O Z J D_ T Ha a- 1 4.5+ 17 4.5+ 16 4.5+ 17 4.5+ 15 63 19 44 3.3 4.5+ 16 13.0 1 4.0 16 45 17 28 15.0 ALPHA**\*# TESTING WHERE IT ALL BEGINS Client: Project: Start Date: Drilling Method: 5058 Brush Creek Rd. BORING NO.: 39 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W220325 www.alphatesting.com D.R. Horton - Texas, Ltd. (DFW West Division) Location: Fort Worth, TX Hampton Tract Surface Elevation: 3/16/2022 End Date: 3/16/2022 West: CONTINUOUS FLIGHT AUGER North: 0) GROUND WATER OBSERVATIONS -�ZOn Rods (ft): NONE oZAfter Drilling (ft): DRY O SFAfter Hours (ft): r MATERIAL DESCRIPTION jDark Brown CLAY with limestone fragments 5 10 Tan CLAY with limestone seams and layers _15 j Brown SHALY CLAY 20 TEST BORING TERMINATED AT 20 FT Hammer Drop (lbs / in): 140 / 30 o.S d E a) -I--_ o x > Co `o 0't6 U� 0) _� E E o Q >0 a) o uE �a� U m� ^ O J -o J .2 a oW oZ 00 c a� p U n .� 3 (n � x OU o O Z J d T Ha a- 4.5+ 20 4.5+ 21.3 122 11 53 19 34 4.5+ 13 4.5+ 12 54 18 36 2.5 4.5+ 13 10.0 73 6 16.0 20.0 4.5+ 20 ALPHA**\*# TESTING WHERE IT ALL BEGINS Client: Project: Start Date: Drilling Method: 5058 Brush Creek Rd. BORING NO.: 40 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W220325 www.alphatesting.com D.R. Horton - Texas, Ltd. (DFW West Division) Location: Fort Worth, TX Hampton Tract Surface Elevation: 3/16/2022 End Date: 3/16/2022 West: CONTINUOUS FLIGHT AUGER North: 0) GROUND WATER OBSERVATIONS -�ZOn Rods (ft): NONE oZAfter Drilling (ft): DRY O SFAfter Hours (ft): r MATERIAL DESCRIPTION jDark Brown to Brown CLAY with limestone fragments 5 10 — Tan CLAY with limestone seams and layers j j15 TEST BORING TERMINATED AT 15 FT 20 Hammer Drop (lbs / in): 140 / 30 o.S d E a) -I--_ o x Q > 0 �' o u E 4) 75 U m � ^ O J -o J .2 a oW oZ 00 c a� 3 (n U) x OU o O Z J D_ T Ha a- 1 4.5+ 16 11.0 15.0 75 4.5+ 13 4.5+ 14 53 23 30 2.4 4.5+ 15 4.5+ 20 6 43 16 27 A L P H A T E S T I N G 5058BrushCreek Rd. Fort Worth, Texas 76119 Phone: 817-496-5600 BORING NO.: 41 Sheet 1 of 1 Fax: 817-496-5608 PROJECT NO.: W220325 WHERE IT ALL BEGINS www.alphatesting.com Client: D.R. Horton - Texas, Ltd. (DFW West Division) Location: Fort Worth, TX Project: Hampton Tract Surface Elevation: Start Date: 3/11/2022 End Date: 3/11/2022 West: Drillin Method: CONTINUOUS FLIGHT AUGER North: 9 0) GROUND WATER OBSERVATIONS -�ZOn Rods (ft): NONE oZAfter Drilling (ft): DRY O SFAfter Hours (ft): MATERIAL DESCRIPTION Light Brown CLAY with gravel - FILL 5 10 15 20 Hammer Drop (lbs / in): 140 / 30 o.S d E a) -I--_ o x co 0't6 _0)� E E o > o uE 4)75 m� & O -o .2 a o oZ 00 c o� p U n .� (n U) W x� OU o O Z J [L T H a a- 3 5 2.5 22 4.5+ 16 45 13 39 17 22 8.0 Tan CLAY with calcareous deposits 4.25 22 71 23 48 2.1 13.0 Brown and Gray SHALY CLAY , 4.5+ 22 TEST BORING TERMINATED AT 20 FT 20.0 4.5+ 21 ALPHA**\*# TESTING WHERE IT ALL BEGINS Client: Project: Start Date: Drilling Method: 5058 Brush Creek Rd. BORING NO.: 42 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W220325 www.alphatesting.com D.R. Horton - Texas, Ltd. (DFW West Division) Location: Fort Worth, TX Hampton Tract Surface Elevation: 3/11/2022 End Date: 3/11/2022 West: CONTINUOUS FLIGHT AUGER North: 0) GROUND WATER OBSERVATIONS -�ZOn Rods (ft): NONE oZAfter Drilling (ft): DRY O SFAfter Hours (ft): MATERIAL DESCRIPTION Light Brown and Gray GRAVELLY CLAY - FILL 5 10 Brown and Gray SHALY CLAY 15 TEST BORING TERMINATED AT 15 FT 20 13.0 1 15.0 Hammer Drop (lbs / in): 140 / 30 o.S d E a) -I--_ o x > o u E 4) 75 m � & O -o .2 a o oZ 00 c o� p U n .� (n U) W x� OU o O Z J d T Ha a-� 4 6 4.5+ 4.5+ 44 11 51 22 29 4.5+ 10 4.0 25 77 25 52 0.9 ALPHA**\*# TESTING WHERE IT ALL BEGINS Client: Project: Start Date: Drilling Method: 5058 Brush Creek Rd. BORING NO.: 43 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W220325 www.alphatesting.com D.R. Horton - Texas, Ltd. (DFW West Division) Location: Fort Worth, TX Hampton Tract Surface Elevation: 3/15/2022 End Date: 3/15/2022 West: CONTINUOUS FLIGHT AUGER North: 0) GROUND WATER OBSERVATIONS -�ZOn Rods (ft): NONE oZAfter Drilling (ft): DRY O SFAfter Hours (ft): MATERIAL DESCRIPTION Dark Brown CLAY calcareous j Tan LIMESTONE with clay seams and layers _5 _10_ Gray LIMESTONE 20 TEST BORING TERMINATED AT 20 FT 3.0 Hammer Drop (lbs / in): 140 / 30 o.S d E a) -I-- o x > Co `o 0't6 U� 0) _� o E E o Q >C1 00 uE oar U m� ^ o o J -o J .2 a o oZ 00 c a� p U n .� 3 (n � x OU o O Z J d T Ha a- 1 4.5+ 16 46 22 24 100/ 5" 100/ 1.50" 14.0 100/ 1.50" 20.0 L 100/ 100/ 4.5+ 16 ALPHA**\*# TESTING WHERE IT ALL BEGINS 5058 Brush Creek Rd. BORING NO.: 44 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W220325 www.alphatesting.com Client: D.R. Horton - Texas, Ltd. (DFW West Division) Location: Fort Worth, TX Project: Hampton Tract Surface Elevation: Start Date: 3/15/2022 End Date: 3/15/2022 West: Drilling Method: CONTINUOUS FLIGHT AUGER North: Hammer Drop (lbs / in): 140 / 30 GROUND WATER OBSERVATIONS m -o•E .4 E - a> � _ x 0 �On Rods (ft): NONE T �� N U� �� U) ZAfter Drilling (ft): DRY 3 a, a v SFAfter Hours (ft): a @ o� oZ v- a o ao o �, L7 T 3 cn o o o MATERIAL DESCRIPTION 001, Dark Brown CLAY — 4.5+ 7.6 100 17 — 4.5+ 16 74 24 50 4.7 _ 4.0 Dark Brown CLAY with limestone fragments — 5 4.5+ 17 _ 6.0 Tan LIMESTONE with clay seams and layers 100/ 3.50" 100/ 10 1.50" 100/ 15 15.0 0.50" TEST BORING TERMINATED AT 15 FT 20 ALPHA**\*# TESTING WHERE IT ALL BEGINS Client: Project: Start Date: Drilling Method: 5058 Brush Creek Rd. BORING NO.: 45 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W220325 www.alphatesting.com D.R. Horton - Texas, Ltd. (DFW West Division) Location: Fort Worth, TX Hampton Tract Surface Elevation: 3/15/2022 End Date: 3/15/2022 West: CONTINUOUS FLIGHT AUGER North: GROUND WATER OBSERVATIONS 0) -�ZOn Rods (ft): NONE Drilling (ft): DRY oZAfter SFAfter Hours (ft): O MATERIAL DESCRIPTION r jDark Brown CLAY with calcareous nodules 5 Brown CLAY with limestone fragments 10 Tan LIMESTONE with clay seams and layers _15_ Brown SHALY CLAY _20 TEST BORING TERMINATED AT 20 FT 8.0 10.0 16.0 20.0 Hammer Drop (lbs / in): 140 / 30 o.S d E a) -I-- o x co 0't6 _0)� o E E o >C1 00 uE oar m� o o -o .2 a o oZ 00 c a� p U n .� (n U) W x� OU o O Z J d T Ha a- 3 1 4.5+ 17 100/ 8.50" 4.5+ 17 4.5+ 17 4.5+ 19 4.5+ 20 63 21 42 3.9 4.5+ 21 ALPHA**\*# TESTING WHERE IT ALL BEGINS Client: Project: Start Date: Drilling Method: 5058 Brush Creek Rd. BORING NO.: 46 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W220325 www.alphatesting.com D.R. Horton - Texas, Ltd. (DFW West Division) Location: Fort Worth, TX Hampton Tract Surface Elevation: 3/16/2022 End Date: 3/16/2022 West: CONTINUOUS FLIGHT AUGER North: 0) GROUND WATER OBSERVATIONS -�ZOn Rods (ft): NONE Drilling (ft): DRY oZAfter SFAfter Hours (ft): O MATERIAL DESCRIPTION rj Dark Brown CLAY with limestone fragments at 5' _5 Tan LIMESTONE with clay seams and layers 10 %,� Light Brown SHALY CLAY — 15 TEST BORING TERMINATED AT 15 FT 20 Hammer Drop (lbs / in): 140 / 30 o.S d E a)_ o x > o u E 4) 75 m � & O -o .2 a o oZ 00 c a� p U n .� (n U) W x� OU o O Z J d T Ha a-� 4.5+ 8.9 102 17 4.5+ 19 74 25 49 4.8 5.0 4.5+ 16 100/ 8.50" 100/ 7 4.25" 13.0 1 4.5+ 16 15.0 ALPHA**\*# TESTING WHERE IT ALL BEGINS Client: Project: Start Date: Drilling Method: 5058 Brush Creek Rd. BORING NO.: 47 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W220325 www.alphatesting.com D.R. Horton - Texas, Ltd. (DFW West Division) Location: Fort Worth, TX Hampton Tract Surface Elevation: 3/16/2022 End Date: 3/16/2022 West: CONTINUOUS FLIGHT AUGER North: 0) GROUND WATER OBSERVATIONS -�ZOn Rods (ft): NONE Drilling (ft): DRY oZAfter SFAfter Hours (ft): O MATERIAL DESCRIPTION jDark Brown CLAY with limestone fragments Tan LIMESTONE with clay seams and layers 5 10_ r Light Brown SHALY CLAY with ferrous deposits 15 Gray SHALY CLAY 20 i TEST BORING TERMINATED AT 20 FT Hammer Drop (lbs / in): 140 / 30 o.S d E a) -I--_ o x > Co `o 0't6 U� 0) _� E E o Q >C1 �o uE �a� U m� ^ O J -o J .2 a o� o: 00 c a� p U n .� 3 (n U) W x� OU o O Z J d T Ha a- 4.5+ 16 1.0 17" 100/ 1" 175 4 2.75" 11.0 4.25 15 56 18 38 15.0 4.5+ 20 20.0 ALPHA**\*# TESTING WHERE IT ALL BEGINS Client: D.R. Horton - Texas, Ltd. (DFW West Di Project: Hampton Tract Start Date: 3/14/2022 End Date: Drilling Method: CONTINUOUS FLIGHT AU GROUND WATER OBSERVATIONS 0) �On Rods (ft): NONE Drilling (ft): DRY oZAfter After Hours (ft): O MATERIAL DESCRIPTION jBrown CLAY with limestone fragments Tan LIMESTONE 5 _10_ %,� Light Brown SHALY CLAY — 15 TEST BORING TERMINATED AT 15 FT 20 5058 Brush Creek Rd. BORING NO.: 48 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W220325 www.alphatesting.com Location: Fort Worth, TX Surface Elevation: 3/14/2022 West: GER North: Hammer Drop (lbs / in): 140 / 30 o.S d E a> -I--_ o x a) Q > 3 a:o Y� uE U �s N a'a� a30 ^ w c J O -o J .2 y a oW oZ a°o c oC4 0— U 5 in .� 3 (n U x OU o O Z C J D_ Ha a- 4.5+ 14 1.0 100/ 66 1" 100/ 1.25" 100/ 2.75" 13.0 4.5+ 13 15.0 ALPHA**\*# TESTING WHERE IT ALL BEGINS Client: Project: Start Date: Drilling Method: 5058 Brush Creek Rd. BORING NO.: 49 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W220325 www.alphatesting.com D.R. Horton - Texas, Ltd. (DFW West Division) Location: Fort Worth, TX Hampton Tract Surface Elevation: 3/14/2022 End Date: 3/14/2022 West: CONTINUOUS FLIGHT AUGER North: 0) GROUND WATER OBSERVATIONS -�ZOn Rods (ft): NONE Drilling (ft): DRY oZAfter After Hours (ft): O MATERIAL DESCRIPTION jBrown CLAY with limestone fragments Tan LIMESTONE with clay seams and layers 5 10_ r Dark Brown SHALY CLAY 15 20 TEST BORING TERMINATED AT 20 FT Hammer Drop (lbs / in): 140 / 30 o.S d E a) -I--_ o x co 0't6 _0)� E E o > o uE 4)75 m� & O -o .2 a o oZ 00 c a� p U n .� (n U) W x� OU o O Z J d T Ha a- 1.0 17 1.0 16" 100/ 6.75" 100/ 2.50" 11.0 4.5+ 18 64 21 43 4.5+ 17 20.0 ALPHA**\*# TESTING WHERE IT ALL BEGINS Client: D.R. Horton - Texas, Ltd. (DFW West Di Project: Hampton Tract Start Date: 3/14/2022 End Date: Drilling Method: CONTINUOUS FLIGHT AU GROUND WATER OBSERVATIONS 0) �On Rods (ft): NONE Drilling (ft): DRY oZAfter SFAfter Hours (ft): O MATERIAL DESCRIPTION jDark Brown CLAY with calcareous nodules Tan LIMESTONE with clay seams and layers 5 10 — ,// Brown SHALY CLAY 15 TEST BORING TERMINATED AT 15 FT 20 5058 Brush Creek Rd. BORING NO.: 50 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W220325 www.alphatesting.com Location: Fort Worth, TX Surface Elevation: 3/14/2022 West: GER North: Hammer Drop (lbs / in): 140 / 30 o.S d E a> -I--_ o x a) Q > 3 a:o Y� uE U �s N a'a� a30 ^ w c O J -o J .2 y a oW oZ a°o c oC4 0— U 5 in .� 3 (n U x OU o O Z C J D_ Ha a- 4.5+ 16 65 22 43 1.0 100/ 4.25" 100/ 8.50" 10.0 33, 4.5+ 19 15.0 ALPHA**\*# TESTING WHERE IT ALL BEGINS Client: Project: Start Date: Drilling Method: 5058 Brush Creek Rd. BORING NO.: 51 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W220325 www.alphatesting.com D.R. Horton - Texas, Ltd. (DFW West Division) Location: Fort Worth, TX Hampton Tract Surface Elevation: 3/23/2022 End Date: 3/23/2022 West: CONTINUOUS FLIGHT AUGER North: 0) GROUND WATER OBSERVATIONS -�ZOn Rods (ft): NONE oZAfter Drilling (ft): DRY O SFAfter Hours (ft): MATERIAL DESCRIPTION Tan LIMESTONE with clay seams and layers 10 Brown SHALY CLAY 15 20 TEST BORING TERMINATED AT 20 FT Hammer Drop (lbs / in): 140 / 30 o.S d E a) -I--_ o x co 0't6 _0)� E E o > o uE 4)75 m� & O -o .2 a o oZ 00 c o� p U n .� (n U) W x� OU o O Z J d T Ha a- 100/ 10" 100/ 2.25" 100/ 10.0 , 3.25" 4.5+ 22 4.5+ 21 20.0 ALPHA**\*# TESTING WHERE IT ALL BEGINS Client: D.R. Horton - Texas, Ltd. (DFW West Di Project: Hampton Tract Start Date: 3/24/2022 End Date: Drilling Method: CONTINUOUS FLIGHT AU GROUND WATER OBSERVATIONS 0) Rods (ft): NONE -�ZOn Drilling (ft): DRY oZAfter SFAfter Hours (ft): O MATERIAL DESCRIPTION r OF,Dark Brown CLAY with calcareous nodules Tan LIMESTONE with clay seams and layers 10 — ',/ Brown SHALY CLAY 15 TEST BORING TERMINATED AT 15 FT 20 5058 Brush Creek Rd. BORING NO.: 52 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W220325 www.alphatesting.com vision) Location: Fort Worth, TX Surface Elevation: 3/24/2022 West: GER North: Hammer Drop (lbs / in): 140 / 30 o d o.S E a> -I--_ x o U� c_' E E c o Q U ^ J J a) 3 Y° �s N c y m >C1 °o °E °a� a3� ° ° -o .2 a ° oZ 00 c o� p�� U n .� ) U) X c ca ° .E m J o T Ha a- Z 4.5+ 17 2.0 100/ 11" 100/ 3.50" 100/ 5.50" 11.0 4.5+ 20 15.0 ALPHA**\*# TESTING WHERE IT ALL BEGINS Client: Project: Start Date: Drilling Method: 5058 Brush Creek Rd. BORING NO.: 53 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W220325 www.alphatesting.com D.R. Horton - Texas, Ltd. (DFW West Division) Location: Fort Worth, TX Hampton Tract Surface Elevation: 3/11/2022 End Date: 3/11/2022 West: CONTINUOUS FLIGHT AUGER North: 0) GROUND WATER OBSERVATIONS -�ZOn Rods (ft): 12 oZAfter Drilling (ft): 13 O SFAfter Hours (ft): MATERIAL DESCRIPTION Light Brown and Gray GRAVELLY CLAY with limestone fragments and sand 5 10 77 _ 1 Tan GRAVELLY CLAY 15 Tan SHALY CLAY 20 i TEST BORING TERMINATED AT 20 FT Hammer Drop (lbs / in): 140 / 30 o.S d E a) -I--_ o x co 0't6 _0)� E E o > o uE �a & O -o .2 a o� �o C)— � 3 (n U) W x OU o O Z J d T Ha a-� 4.5+ 7 4.5+ 9 9 4.5+ 10 13.0 1 2.0 16 15.0 3.5 23 20.0 ALPHA**\*# TESTING WHERE IT ALL BEGINS Client: Project: Start Date: Drilling Method: 5058 Brush Creek Rd. BORING NO.: 54 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W220325 www.alphatesting.com D.R. Horton - Texas, Ltd. (DFW West Division) Location: Fort Worth, TX Hampton Tract Surface Elevation: 3/16/2022 End Date: 3/16/2022 West: CONTINUOUS FLIGHT AUGER North: 0) GROUND WATER OBSERVATIONS -�ZOn Rods (ft): NONE Drilling (ft): DRY oZAfter SFAfter Hours (ft): O MATERIAL DESCRIPTION r jDark Brown CLAY with limestone fragments Tan LIMESTONE with clay seams and layers 5 _10_ _15 TEST BORING TERMINATED AT 15 FT 20 3.0 Hammer Drop (lbs / in): 140 / 30 o.S d E a) -I--_ o x > o u E 4) 75 m � & O -o .2 a o oZ 00 c a� p U n .� (n U) W x� OU o O Z J d T Ha a-� 1 4.5+ 7.2 102 23 74 25 49 100/ 5.75" 100/ 1.50" 100/ 15.0 , 1 4.5+ im ALPHA**\*# TESTING WHERE IT ALL BEGINS Client: D.R. Horton - Texas, Ltd. (DFW West Di Project: Hampton Tract Start Date: 3/16/2022 End Date: Drilling Method: CONTINUOUS FLIGHT AU GROUND WATER OBSERVATIONS 0) -�ZOn Rods (ft): NONE Drilling (ft): DRY oZAfter SFAfter Hours (ft): O MATERIAL DESCRIPTION jDark Brown CLAY with limestone fragments Tan LIMESTONE with clay seams and layers 10 Gray LIMESTONE _15_ 20 TEST BORING TERMINATED AT 20 FT 5058 Brush Creek Rd. BORING NO.: 55 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W220325 www.alphatesting.com vision) Location: Fort Worth, TX Surface Elevation: 3/16/2022 West: GER North: Hammer Drop (lbs / in): 140 / 30 o d o.S .4 E a> -I--_ x o U� c_' E E c o Q U ^ J J a) 3 Y° �s N c y m >C1 °o °E °a� a3� ° ° -o .2 a ° oZ 00 c o� p�� U n .� ) U) X c ca ° .E m J o T Ha a- Z 4.5+ 20 2.0 100/ 4.25" 100/ 3.50" 12.0 100/ 1.25" 100/ 0.50" 100/ 20.0 66 1 ALPHA**\*# TESTING WHERE IT ALL BEGINS Client: D.R. Horton - Texas, Ltd. (DFW West Di Project: Hampton Tract Start Date: 3/16/2022 End Date: Drilling Method: CONTINUOUS FLIGHT AU 0) GROUND WATER OBSERVATIONS -�ZOn Rods (ft): NONE oZAfter Drilling (ft): DRY O SFAfter Hours (ft): MATERIAL DESCRIPTION jDark Brown CLAY with limestone fragments Tan LIMESTONE with clay seams and layer _5_ 10 Gray LIMESTONE 15 TEST BORING TERMINATED AT 15 FT 20 5058 Brush Creek Rd. BORING NO.: 56 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W220325 www.alphatesting.com vision) Location: Fort Worth, TX Surface Elevation: 3/16/2022 West: GER North: Hammer Drop (lbs / in): 140 / 30 o d o.S .4 E a> -I--_ x o U� c_' E E c o Q U ^ J J a) 3 Y° �s N c y m >C1 °o °E °a� a3� ° ° -o .2 a ° oZ 00 c o� p�� U n .� ) U) X c ca ° .E m J o T Ha a- Z 4.5+ 13 57 21 36 2.0 100/ 6.75" 13" 100/ 66 1" 13.0 100/ 15.0 66 0.75" ALPHA**\*# TESTING WHERE IT ALL BEGINS Client: Project: Start Date: Drilling Method: 5058 Brush Creek Rd. BORING NO.: 57 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W220325 www.alphatesting.com D.R. Horton - Texas, Ltd. (DFW West Division) Location: Fort Worth, TX Hampton Tract Surface Elevation: 3/15/2022 End Date: 3/15/2022 West: CONTINUOUS FLIGHT AUGER North: 0) GROUND WATER OBSERVATIONS -�ZOn Rods (ft): NONE Drilling (ft): DRY oZAfter After Hours (ft): O MATERIAL DESCRIPTION jBrown CLAY with limestone fragments Tan LIMESTONE with clay seams and layers 5 10_ _15 20 TEST BORING TERMINATED AT 20 FT Hammer Drop (lbs / in): 140 / 30 o.S d E a) -I--_ o x co 0't6 _0)� E E o > o uE 4)75 m� & O -o .2 a o oZ 00 c a� p U n .� (n U) W x� OU o O Z J d T Ha a- 8 1.0 100/ 9.50" 100/ 2.25" 100/ 66 1" 100/ 0.75" 100/ 20.0 , 1.25" ALPHA**\*# TESTING WHERE IT ALL BEGINS Client: Project: Start Date: Drilling Method: 5058 Brush Creek Rd. BORING NO.: 58 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W220325 www.alphatesting.com D.R. Horton - Texas, Ltd. (DFW West Division) Location: Fort Worth, TX Hampton Tract Surface Elevation: 3/14/2022 End Date: 3/14/2022 West: CONTINUOUS FLIGHT AUGER North: 0) GROUND WATER OBSERVATIONS -�ZOn Rods (ft): NONE oZAfter Drilling (ft): DRY O SFAfter Hours (ft): MATERIAL DESCRIPTION Tan LIMESTONE with clay seams and layers 10 Gray LIMESTONE 15 TEST BORING TERMINATED AT 15 FT 20 Hammer Drop (lbs / in): 140 / 30 o.S d E a) -I-- o x > Co `o 0't6 U� 0) _� o E o Q U ^ J J a o oZ a° o c a� 3 (n U) x OU o O Z J D_ T Ha a- 16" L 100/ 1.75" 100/ 1.75" 11.0 100/ 15.0 , 0.75" ALPHA**\*# TESTING WHERE IT ALL BEGINS Client: Project: Start Date: Drilling Method: 5058 Brush Creek Rd. BORING NO.: 59 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W220325 www.alphatesting.com D.R. Horton - Texas, Ltd. (DFW West Division) Location: Fort Worth, TX Hampton Tract Surface Elevation: 3/14/2022 End Date: 3/14/2022 West: CONTINUOUS FLIGHT AUGER North: 0) GROUND WATER OBSERVATIONS -�ZOn Rods (ft): NONE Drilling (ft): DRY oZAfter After Hours (ft): O MATERIAL DESCRIPTION jBrown CLAY with limestone fragments Tan LIMESTONE with clay seams and layers 5 10_ Dark Brown SHALY CLAY 15 201 TEST BORING TERMINATED AT 20 FT Hammer Drop (lbs / in): 140 / 30 o.S d E a) -I--_ o x co 0't6 _0)� E E o > o uE 4)75 m� & O -o .2 a o oZ 00 c a� p U n .� (n U) W x� OU o O Z J d T Ha a- 3.0 13 1.0 100/ 4.75" 12.0 20.0 100/ 7.50" 100/ 4 4.50" 4.5+ 18 69 23 46 4.5+ 18 5058BrushCreek Rd. BORING NO.: 60 A L P H A T E S T I N G Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W220325 WHERE IT ALL BEGINS www.alphatesting.com Client: D.R. Horton - Texas, Ltd. (DFW West Division) Location: Fort Worth, TX Project: Hampton Tract Surface Elevation: Start Date: 3/14/2022 End Date: 3/14/2022 West: Drilling Method: CONTINUOUS FLIGHT AUGER North: Hammer Drop (lbs / in): 140 / 30 GROUND WATER OBSERVATIONS m -.S .4 E - a> � _ x 0 12 T ip 3 �� m U� c'.g' E c o �On Rods (ft): �Y v s .7)� s ZAfter Drilling (ft): 11 a o� o o E a) 5 mo L,a O -o .2 n n �� O� tl O c aN �" <) 3 o m SFAfter Hours (ft): @ a, U � o 2 o �, a cn r MATERIAL DESCRIPTION jDark Brown CLAY with limestone fragments — 4.5+ 15 2.0 Brown CLAY with limestone fragments , 42 j — j — 5 , 24 9 46 21 25 j6.0 Dark Brown CLAY with limestone fragments 4.5+ 17 54 19 35 1.1 _ 8.0 Light Brown CLAYEY SAND with limestone fragments and gravel 4.5+ 18 43 20 23 1.7 _10 _ � 1 j 4.5+ 31 10 15 � 15.0 TEST BORING TERMINATED AT 15 FT 20 ALPHA**\*# TESTING WHERE IT ALL BEGINS 5058 Brush Creek Rd. BORING NO.: 61 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W220325 www.alphatesting.com Client: D.R. Horton - Texas, Ltd. (DFW West Division) Location: Fort Worth, TX Project: Hampton Tract Surface Elevation: Start Date: 3/24/2022 End Date: 3/24/2022 West: Drilling Method: CONTINUOUS FLIGHT AUGER North: Hammer Drop (lbs / in): 140 / 30 GROUND WATER OBSERVATIONS m -o•E .4 E - a> � _ x 0 �On Rods (ft): NONE T �� N U� �� U) ZAfter Drilling (ft): DRY 3 a, a v SFAfter Hours (ft): a @ o� oZ v- a o ao o �, L7 T 3 cn o o o MATERIAL DESCRIPTION r jDark Brown CLAY with calcareous nodules — 4.5+ 6.8 97 26 — 4.5+ 18 76 25 51 3.1 — 5 — 4.5+ 18 — 4.5+ 18 _ 8.0 Brown SHALY CLAY — 4.5+ 14 63 21 42 6.3 10 — 4.5+ 19 15 .5+ 20 L4 20 20.0 TEST BORING TERMINATED AT 20 FT ALPHA**\*# TESTING WHERE IT ALL BEGINS Client: D.R. Horton - Texas, Ltd. (DFW West Di Project: Hampton Tract Start Date: 3/22/2022 End Date: Drilling Method: CONTINUOUS FLIGHT AU GROUND WATER OBSERVATIONS 0) -�ZOn Rods (ft): NONE Drilling (ft): DRY oZAfter After Hours (ft): O MATERIAL DESCRIPTION jBrown CLAY with limestone fragments Tan LIMESTONE with clay seams and layers _5_ 10 15 TEST BORING TERMINATED AT 15 FT 20 5058 Brush Creek Rd. BORING NO.: 62 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W220325 www.alphatesting.com vision) Location: Fort Worth, TX Surface Elevation: 3/22/2022 West: GER North: Hammer Drop (lbs / in): 140 / 30 o d o.S E a> -I--_ x o U� c_' E E c o Q U ^ J J a) 3 Y° �s N c y m >C1 °o °E °a� a3� ° ° -o .2 a ° oZ 00 c o� p�� U n .� ) U) X c ca ° .E m J o T Ha a- Z 4.5+ 15 58 21 37 2.0 77 100/ 9.75" 17" 100/ 15.0 , 3.75" ALPHA**\*# TESTING WHERE IT ALL BEGINS Client: Project: Start Date: Drilling Method: 5058 Brush Creek Rd. BORING NO.: 63 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W220325 www.alphatesting.com D.R. Horton - Texas, Ltd. (DFW West Division) Location: Fort Worth, TX Hampton Tract Surface Elevation: 3/22/2022 End Date: 3/22/2022 West: CONTINUOUS FLIGHT AUGER North: 0) GROUND WATER OBSERVATIONS -�ZOn Rods (ft): NONE Drilling (ft): DRY oZAfter After Hours (ft): O MATERIAL DESCRIPTION jBrown CLAY with limestone fragments Tan LIMESTONE with clay seams and layers 5— 10_ Gray LIMESTONE _15_ 20 TEST BORING TERMINATED AT 20 FT Hammer Drop (lbs / in): 140 / 30 o.S d E a) -I--_ o x co 0't6 _0)� E E o > o uE 4)75 m� & O -o .2 a o oZ 00 c a� p U n .� (n U) W x� OU o O Z J d T Ha a- 4.5+ 11 49 21 28 1.0 51 12.0 50/ 475 .75" 100/ 2.50" 100/ 1.25" 100/ 20.0 , 1.50" ALPHA**\*# TESTING WHERE IT ALL BEGINS Client: D.R. Horton - Texas, Ltd. (DFW West Di Project: Hampton Tract Start Date: 3/22/2022 End Date: Drilling Method: CONTINUOUS FLIGHT AU GROUND WATER OBSERVATIONS 0) -�ZOn Rods (ft): NONE Drilling (ft): DRY oZAfter SFAfter Hours (ft): O MATERIAL DESCRIPTION jDark Brown CLAY with limestone fragments Tan LIMESTONE with clay seams and layers _5_ 10 15 TEST BORING TERMINATED AT 15 FT 20 5058 Brush Creek Rd. BORING NO.: 64 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W220325 www.alphatesting.com vision) Location: Fort Worth, TX Surface Elevation: 3/22/2022 West: GER North: Hammer Drop (lbs / in): 140 / 30 o d o.S E a> -I--_ x o U� c_' E E c o Q U ^ J J a) 3 Y° �s N c y m >C1 °o °E °a� a3� ° ° -o .2 a ° oZ 00 c o� p�� U n .� ) U) X c ca ° .E m J o T Ha d � Z 4.5+ 6.0 108 18 62 20 42 2.0 82 78 100/ 10.50.50' 100/ 15.0 , 101, ALPHA**\*# TESTING WHERE IT ALL BEGINS Client: D.R. Horton - Texas, Ltd. (DFW West Di Project: Hampton Tract Start Date: 3/14/2022 End Date: Drilling Method: CONTINUOUS FLIGHT AU 0) GROUND WATER OBSERVATIONS -�ZOn Rods (ft): NONE oZAfter Drilling (ft): DRY O SFAfter Hours (ft): MATERIAL DESCRIPTION Tan CLAY with limestone fragments Tan LIMESTONE _5 10 15 Dark Brown SHALY CLAY 7/0 _20 TEST BORING TERMINATED AT 20 FT 5058 Brush Creek Rd. BORING NO.: 65 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W220325 www.alphatesting.com vision) Location: Fort Worth, TX Surface Elevation: 3/14/2022 West: GER North: Hammer Drop (lbs / in): 140 / 30 o d o.S E a> -I--_ x o U� c_' E E c o Q U ^ J J a) 3 Y° �s N c y m >C1 °o °E °a� a3� ° ° -o .2 a ° oZ 00 c o� p�� U n .� ) U) X c ca ° .E m J o T Ha a- Z 4.5+ 7 36 16 20 2.0 50/ 450 .50" 12" 100/ 66 1" 100/ 1.50" 16.0 4.5+ 19 62 21 41 20.0 ALPHA**\*# TESTING WHERE IT ALL BEGINS Client: Project: Start Date: Drilling Method: 5058 Brush Creek Rd. BORING NO.: 66 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W220325 www.alphatesting.com D.R. Horton - Texas, Ltd. (DFW West Division) Location: Fort Worth, TX Hampton Tract Surface Elevation: 3/14/2022 End Date: 3/14/2022 West: CONTINUOUS FLIGHT AUGER North: GROUND WATER OBSERVATIONS 0) -�ZOn Rods (ft): NONE Drilling (ft): DRY oZAfter SFAfter Hours (ft): O MATERIAL DESCRIPTION r OF,Dark Brown CLAY with calcareous nodules Tan LIMESTONE with clay seams and layers 5 10 Brown SHALY CLAY 15 TEST BORING TERMINATED AT 15 FT 20 4.0 Hammer Drop (lbs / in): 140 / 30 o.S d E a) -I--_ o x > o u E 4) 75 m � & O -o .2 a o oZ 00 c a� p U n .� (n U) W x� OU o O Z J d T Ha a- 3 1 4.5+ 21 100/ 2.25" 100/ 9„ 4.5+ 15 61 20 41 4.7 4.5+ 21 ALPHA**\*# TESTING WHERE IT ALL BEGINS Client: Project: Start Date: Drilling Method: 5058 Brush Creek Rd. BORING NO.: 67 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W220325 www.alphatesting.com D.R. Horton - Texas, Ltd. (DFW West Division) Location: Fort Worth, TX Hampton Tract Surface Elevation: 3/22/2022 End Date: 3/22/2022 West: CONTINUOUS FLIGHT AUGER North: 0) GROUND WATER OBSERVATIONS -�ZOn Rods (ft): NONE Drilling (ft): DRY oZAfter After Hours (ft): O MATERIAL DESCRIPTION jBrown CLAY with limestone fragments Tan LIMESTONE with clay seams and layers 5 10_ _15 Gray LIMESTONE 20 TEST BORING TERMINATED AT 20 FT Hammer Drop (lbs / in): 140 / 30 o.S d E a) -I--_ o x co 0't6 _0)� E E o > o uE 4)75 m� & O -o .2 a o oZ 00 c a� p U n .� (n U) W x� OU o O Z J d T Ha a- 4.5+ 16 56 19 37 1.0 55 100/ 8.25" 100/ 4.75" 100/ 15.0 , 1.75" 100/ 20.0 , 0.75" ALPHA**\*# TESTING WHERE IT ALL BEGINS Client: D.R. Horton - Texas, Ltd. (DFW West Di Project: Hampton Tract Start Date: 3/22/2022 End Date: Drilling Method: CONTINUOUS FLIGHT AU GROUND WATER OBSERVATIONS 0) -�ZOn Rods (ft): NONE Drilling (ft): DRY oZAfter After Hours (ft): O MATERIAL DESCRIPTION jBrown CLAY with limestone fragments Tan LIMESTONE with clay seams and layers _5_ 10 15 TEST BORING TERMINATED AT 15 FT 20 5058 Brush Creek Rd. BORING NO.: 68 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W220325 www.alphatesting.com vision) Location: Fort Worth, TX Surface Elevation: 3/22/2022 West: GER North: Hammer Drop (lbs / in): 140 / 30 o d o.S E a> -I--_ x o U� c_' E E c o Q U ^ J J a) 3 Y° �s N c y m >C1 °o °E °a� a3� ° ° -o .2 a ° oZ 00 c o� p�� U n .� ) U) X c ca ° .E m J o T Ha d � Z 4.5+ 4.0 116 10 2.0 59 50/ 550 .50" 100/ 2.50" 100/ 15.0 , 1 ALPHA**\*# TESTING WHERE IT ALL BEGINS Client: Project: Start Date: Drilling Method: 5058 Brush Creek Rd. BORING NO.: 69 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W220325 www.alphatesting.com D.R. Horton - Texas, Ltd. (DFW West Division) Location: Fort Worth, TX Hampton Tract Surface Elevation: 3/23/2022 End Date: 3/23/2022 West: CONTINUOUS FLIGHT AUGER North: 0) GROUND WATER OBSERVATIONS -�ZOn Rods (ft): NONE Drilling (ft): DRY oZAfter After Hours (ft): O MATERIAL DESCRIPTION jBrown CLAY with limestone fragments Tan LIMESTONE with clay seams and layers 5 10_ _15 — 0 Brown SHALY CLAY _20 TEST BORING TERMINATED AT 20 FT Hammer Drop (lbs / in): 140 / 30 o.S co d E 0't6 a) -I--_ o E E x _0)� & o a > o o oZ uE 00 4)75 c m� a� p O -o U .2 n .� (n U) W x� OU o O Z J d T Ha a- 1.0 4.5+ 11 57 100/ 4.75" 100/ 2.75" 100/ 2.50" 16.0 4.5 21 60 22 38 20.0 ALPHA**\*# TESTING WHERE IT ALL BEGINS Client: D.R. Horton - Texas, Ltd. (DFW West Di Project: Hampton Tract Start Date: 3/23/2022 End Date: Drilling Method: CONTINUOUS FLIGHT AU GROUND WATER OBSERVATIONS 0) -�ZOn Rods (ft): NONE Drilling (ft): DRY oZAfter After Hours (ft): O MATERIAL DESCRIPTION jBrown CLAY with limestone fragments Tan LIMESTONE with clay seams and layers _5_ 10 15 TEST BORING TERMINATED AT 15 FT 20 5058 Brush Creek Rd. BORING NO.: 70 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W220325 www.alphatesting.com vision) Location: Fort Worth, TX Surface Elevation: 3/23/2022 West: GER North: Hammer Drop (lbs / in): 140 / 30 o d o.S E a> -I--_ x o U� c_' E E c o Q U ^ J J a) 3 Y° �s N c y m >C1 °o °E °a� a3� ° ° -o .2 a ° oZ 00 c o� p�� U n .� ) U) X c ca ° .E m J o T Ha a- Z 4.5+ 16 53 20 33 2.0 83 100/ 2.50" 100/ 66 1" 100/ 15.0 , 1.50" 5058BrushCreek Rd. BORING NO.: 71 A L P H A T E S T I N G Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W220325 WHERE IT ALL BEGINS www.alphatesting.com Client: D.R. Horton - Texas, Ltd. (DFW West Division) Location: Fort Worth, TX Project: Hampton Tract Surface Elevation: Start Date: 3/23/2022 End Date: 3/23/2022 West: Drilling Method: CONTINUOUS FLIGHT AUGER North: Hammer Drop (lbs / in): 140 / 30 GROUND WATER OBSERVATIONS m -.S .4 E - a> � _ x 0 12 T ip 3 �� m U� c'.g' E c o �On Rods (ft): �Y s .7)� s ZAfter Drilling (ft): 12 a oC1 o o f a) 5 mo L,a o -o .2 n n �� OQ tl o c aN �" <) 3 o m SFAfter Hours (ft): @ a, U � o 2 o �, s cn r MATERIAL DESCRIPTION jDark Brown CLAY with limestone fragments 4.5+ 20 4.5+ 17 63 22 41 4.4 — 5 — 4.5+ 6.6 112 15 4.0 21 _ 8.0 Light Brown CLAY with calcareous nodules 4.25 20 62 21 41 10 10.0 Light Brown CLAYEY SAND with gravel 1 4.0 29 17 15 — 1.0 26 20 i 20.0 TEST BORING TERMINATED AT 20 FT ALPHA**\*# TESTING WHERE IT ALL BEGINS Client: D.R. Horton - Texas, Ltd. (DFW West Di Project: Hampton Tract Start Date: 3/29/2022 End Date: Drilling Method: CONTINUOUS FLIGHT AU GROUND WATER OBSERVATIONS 0) -�ZOn Rods (ft): NONE Drilling (ft): DRY oZAfter SFAfter Hours (ft): O MATERIAL DESCRIPTION r OF, Dark Brown CLAY with limestone fragments Tan LIMESTONE with clay seams and layers — I'X/00,0 Light Brown SHALY CLAY 10 Brown SHALY CLAY 15 TEST BORING TERMINATED AT 15 FT 20 5058 Brush Creek Rd. BORING NO.: 72 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W220325 www.alphatesting.com vision) Location: Fort Worth, TX Surface Elevation: 3/29/2022 West: GER North: Hammer Drop (lbs / in): 140 / 30 o d o.S E a> -I--_ x o U� c_' E E c o Q U ^ J J a) 3 Y° �s N c y m >C1 °o °E °a� a3� ° ° -o .2 a ° oZ 00 c o� p�� U n .� ) U) X c ca ° .E m J o T Ha a- Z 4.5+ 15 2.0 100/ 7.75" 13" 8.0 4.5+ 18 55 20 35 6.1 10.0 4.5+ 17 62 23 39 15.0 ALPHA**\*# TESTING WHERE IT ALL BEGINS Client: Project: Start Date: Drilling Method: 5058 Brush Creek Rd. BORING NO.: 73 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W220325 www.alphatesting.com D.R. Horton - Texas, Ltd. (DFW West Division) Location: Fort Worth, TX Hampton Tract Surface Elevation: 3/29/2022 End Date: 3/29/2022 West: CONTINUOUS FLIGHT AUGER North: GROUND WATER OBSERVATIONS 0) -�ZOn Rods (ft): NONE Drilling (ft): DRY oZAfter SFAfter Hours (ft): O MATERIAL DESCRIPTION jDark Brown CLAY Tan LIMESTONE with clay seams and layers 5 10_ _15 Gray LIMESTONE 20 TEST BORING TERMINATED AT 20 FT Hammer Drop (lbs / in): 140 / 30 o.S d E a) -I--_ o x co 0't6 _0)� E E o > o uE 4)75 m� & O -o .2 a o oZ 00 c a� p U n .� (n U) W x� OU o O Z J d T Ha a- L 100/ 9 1.0 5.75" 100/ 1.50" 100/ 2.50" 100/ 15.0 , 1 100/ 20.0 , 1 ALPHA**\*# TESTING WHERE IT ALL BEGINS Client: D.R. Horton - Texas, Ltd. (DFW West Di Project: Hampton Tract Start Date: 3/29/2022 End Date: Drilling Method: CONTINUOUS FLIGHT AU GROUND WATER OBSERVATIONS 0) Rods (ft): NONE -�ZOn Drilling (ft): DRY oZAfter SFAfter Hours (ft): O MATERIAL DESCRIPTION jDark Brown CLAY with calcareous nodules Tan LIMESTONE with clay seams and layers _5_ 10 15 TEST BORING TERMINATED AT 15 FT 20 5058 Brush Creek Rd. BORING NO.: 74 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W220325 www.alphatesting.com vision) Location: Fort Worth, TX Surface Elevation: 3/29/2022 West: GER North: Hammer Drop (lbs / in): 140 / 30 o d o.S E a> -I--_ x o U� c_' E E c o Q U ^ J J a) 3 Y° �s N c y m >C1 °o °E °a� a3� ° ° -o .2 a ° oZ 00 c o� p�� U n .� ) U) X c ca ° .E m J o T Ha a- Z 4.5+ 19 65 22 43 2.0 50/ 550 .50" 100/ 1.25" 100/ 66 1" 100/ 15.0 , 1.50" ALPHA**\*# TESTING WHERE IT ALL BEGINS Client: Project: Start Date: Drilling Method: 5058 Brush Creek Rd. BORING NO.: 75 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W220325 www.alphatesting.com D.R. Horton - Texas, Ltd. (DFW West Division) Location: Fort Worth, TX Hampton Tract Surface Elevation: 3/29/2022 End Date: 3/29/2022 West: CONTINUOUS FLIGHT AUGER North: 0) GROUND WATER OBSERVATIONS -�ZOn Rods (ft): NONE oZAfter Drilling (ft): DRY O SFAfter Hours (ft): MATERIAL DESCRIPTION Brown GRAVELLY CLAY with limestone fragments Hammer Drop (lbs / in): 140 / 30 o.S d E a) -I--_ o x > o u E 4) 75 m � & O -o .2 a o oZ 00 c a� p U n .� (n U) W x� OU o O Z J d T Ha a-� 100/ 15 6 42 21 21 5.50" 2.0 Tan LIMESTONE with clay seams and layers Gray LIMESTONE 20.0 , TEST BORING TERMINATED AT 20 FT 100/ 4" 100/ 3" 100/ 1.25" 100/ 0.75" ALPHA**\*# TESTING WHERE IT ALL BEGINS Client: Project: Start Date: Drilling Method: 5058 Brush Creek Rd. BORING NO.: 76 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W220325 www.alphatesting.com D.R. Horton - Texas, Ltd. (DFW West Division) Location: Fort Worth, TX Hampton Tract Surface Elevation: 3/22/2022 End Date: 3/22/2022 West: CONTINUOUS FLIGHT AUGER North: GROUND WATER OBSERVATIONS 0) -�ZOn Rods (ft): NONE Drilling (ft): DRY oZAfter SFAfter Hours (ft): O MATERIAL DESCRIPTION OF,Dark Brown CLAY Tan CALCAREOUS CLAY with limestone fragments Tan LIMESTONE with clay seams and layers _5 _10_ Gray LIMESTONE _15 TEST BORING TERMINATED AT 15 FT 20 2.0 3.0 12.0 Hammer Drop (lbs / in): 140 / 30 o.S d E a) -I--_ o x > o u E 4) 75 m � & O -o .2 a o oZ 00 c a� p U n .� (n � x� OU o O Z J d T Ha a- 4.5+ 12 53 19 34 4.5+ 9 40 18 22 100/ 11" 100/ 10.50.50' 100/ 15.0 , 1.50" ALPHA**\*# TESTING WHERE IT ALL BEGINS Client: Project: Start Date: Drilling Method: 5058 Brush Creek Rd. BORING NO.: 77 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W220325 www.alphatesting.com D.R. Horton - Texas, Ltd. (DFW West Division) Location: Fort Worth, TX Hampton Tract Surface Elevation: 3/22/2022 End Date: 3/22/2022 West: CONTINUOUS FLIGHT AUGER North: 0) GROUND WATER OBSERVATIONS -�ZOn Rods (ft): NONE Drilling (ft): DRY oZAfter SFAfter Hours (ft): O MATERIAL DESCRIPTION jDark Brown CLAY with limestone fragments Tan LIMESTONE with clay seams and layers 5 10_ Gray LIMESTONE 15 _20 TEST BORING TERMINATED AT 20 FT Hammer Drop (lbs / in): 140 / 30 o.S d E a) -I--_ o x co 0't6 _0)� E E o > o uE 4)75 m� & O -o .2 a o oZ 00 c a� p U n .� (n U) W x� OU o O Z J d T Ha a- 3.5 23 1.0 100/ 9„ 13.0 50/ 450 .50" 100/ 2.50" 100/ 1.25" 100/ 20.0 , 1.50" ALPHA**\*# TESTING WHERE IT ALL BEGINS Client: Project: Start Date: Drilling Method: 5058 Brush Creek Rd. BORING NO.: 78 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W220325 www.alphatesting.com D.R. Horton - Texas, Ltd. (DFW West Division) Location: Fort Worth, TX Hampton Tract Surface Elevation: 3/23/2022 End Date: 3/23/2022 West: CONTINUOUS FLIGHT AUGER North: 0) GROUND WATER OBSERVATIONS -�ZOn Rods (ft): NONE oZAfter Drilling (ft): DRY O SFAfter Hours (ft): ,"'A MATERIAL DESCRIPTION Dark Brown CLAY with calcareous nodules _5 Tan LIMESTONE with clay seams and layers 10 Light Brown SHALY CLAY 15 , TEST BORING TERMINATED AT 15 FT 20 Hammer Drop (lbs / in): 140 / 30 o.S d E a) -I--_ o x > o u E 4) 75 m � & O -o .2 a o oZ 00 c a� p U n .� (n U) W x� OU o O Z J d T Ha a-- 3 4.5+ 6.2 99 23 4.5+ 19 69 23 46 5.6 5.0 4.5+ 17 50/ 4.75" 100/ 5" 12.0 4.5+ 17 56 19 37 15.0 ALPHA**\*# TESTING WHERE IT ALL BEGINS Client: Project: Start Date: Drilling Method: 5058 Brush Creek Rd. BORING NO.: 79 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W220325 www.alphatesting.com D.R. Horton - Texas, Ltd. (DFW West Division) Location: Fort Worth, TX Hampton Tract Surface Elevation: 3/23/2022 End Date: 3/23/2022 West: CONTINUOUS FLIGHT AUGER North: 0) GROUND WATER OBSERVATIONS -�ZOn Rods (ft): 11 Drilling (ft): 13 oZAfter SFAfter Hours (ft): O MATERIAL DESCRIPTION r jDark Brown CLAY with calcareous nodules 5 6.0 _ Brown CLAY with limestone fragments and calcareous nodules 10 Light Brown CLAY with sand and gravel 1 15 20 TEST BORING TERMINATED AT 20 FT 10.0 20.0 Hammer Drop (lbs / in): 140 / 30 o.S d E a)_ o x > o u E 4) 5 & O -o .2 a o� �o � 3 (n U) W x OU o O Z J d T Ha a-� 3.0 4.5+ 4.5+ 4.5+ 4.25 4.5+ HUI 28 im 20 78 27 51 5.9 iffli 20 60 21 39 0.8 8 iE7 ALPHA**\*# TESTING WHERE IT ALL BEGINS Client: Project: Start Date: Drilling Method: 5058 Brush Creek Rd. BORING NO.: 81 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W220325 www.alphatesting.com D.R. Horton - Texas, Ltd. (DFW West Division) Location: Fort Worth, TX Hampton Tract Surface Elevation: 3/29/2022 End Date: 3/29/2022 West: CONTINUOUS FLIGHT AUGER North: 0) GROUND WATER OBSERVATIONS -�ZOn Rods (ft): NONE oZAfter Drilling (ft): DRY O SFAfter Hours (ft): MATERIAL DESCRIPTION Tan LIMESTONE with clay seams and layers 10 15 Gray LIMESTONE 20 TEST BORING TERMINATED AT 20 FT Hammer Drop (lbs / in): 140 / 30 o.S d E a) -I--_ o x co 0't6 _0)� E E o > o uE 4)75 m� & O -o .2 a o oZ 00 c a� p U n .� (n U) W x� OU o O Z J d T Ha a- 100/ 4.7575" 100/ 2.25" 100/ 1.75" 100/ 0.75" 16.0 100/ 20.0 k 1 ALPHA**\*# TESTING WHERE IT ALL BEGINS Client: Project: Start Date: Drilling Method: 5058 Brush Creek Rd. BORING NO.: 82 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W220325 www.alphatesting.com D.R. Horton - Texas, Ltd. (DFW West Division) Location: Fort Worth, TX Hampton Tract Surface Elevation: 3/29/2022 End Date: 3/29/2022 West: CONTINUOUS FLIGHT AUGER North: 0) GROUND WATER OBSERVATIONS -�ZOn Rods (ft): NONE oZAfter Drilling (ft): DRY O SFAfter Hours (ft): MATERIAL DESCRIPTION Tan LIMESTONE with clay seams and layers _10— _15_ 20 TEST BORING TERMINATED AT 20 FT Hammer Drop (lbs / in): 140 / 30 o.S d E a) -I--_ o x co 0't6 _0)� E E o > o uE 4)75 m� & O -o .2 a o oZ 00 c a� p U n .� (n U) W x� OU o O Z J d T Ha a- 17" L 20.0 , 100/ 2.50" 100/ 1.75" 100/ 1.25" ALPHA**\*# TESTING WHERE IT ALL BEGINS Client: Project: Start Date: Drilling Method: 5058 Brush Creek Rd. BORING NO.: 83 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W220325 www.alphatesting.com D.R. Horton - Texas, Ltd. (DFW West Division) Location: Fort Worth, TX Hampton Tract Surface Elevation: 3/29/2022 End Date: 3/29/2022 West: CONTINUOUS FLIGHT AUGER North: GROUND WATER OBSERVATIONS 0) -�ZOn Rods (ft): NONE Drilling (ft): DRY oZAfter SFAfter Hours (ft): O MATERIAL DESCRIPTION jDark Brown CLAY Tan LIMESTONE with clay seams and layers 5 _10_ 15 Gray LIMESTONE 20 TEST BORING TERMINATED AT 20 FT 3.0 Hammer Drop (lbs / in): 140 / 30 o.S d E a) -I-- o x > Co `o 0't6 U� 0) _� o E E o Q >C1 00 uE oar U m� ^ o o J -o J .2 a o oZ 00 c a� p U n .� (n U) x OU o O Z J D_ T Ha a- 4.5+ 24 4.5+ 19 75 24 51 6.9 17" 13" 100/ 15.0 , 1.50" 100/ 20.0 , 1.50" ALPHA**\*# TESTING WHERE IT ALL BEGINS Client: D.R. Horton - Texas, Ltd. (DFW West Di Project: Hampton Tract Start Date: 3/22/2022 End Date: Drilling Method: CONTINUOUS FLIGHT AU GROUND WATER OBSERVATIONS 0) �On Rods (ft): NONE Drilling (ft): DRY oZAfter SFAfter Hours (ft): O MATERIAL DESCRIPTION Brown CALCAREOUS CLAY Tan LIMESTONE with clay seams and layers 5— 10 _15_ TEST BORING TERMINATED AT 15 FT 20 5058 Brush Creek Rd. BORING NO.: 84 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W220325 www.alphatesting.com Location: Fort Worth, TX Surface Elevation: 3/22/2022 West: GER North: Hammer Drop (lbs / in): 140 / 30 o.S d E a> -I--_ o x a) Q > 3 a:o Y� uE U �s N a'a� a30 ^ w c O J -o J .2 y a oW oZ a°o c oC4 0— U 5 in .� 3 (n U x OU o O Z C J D_ Ha a- 4.5+ 13 48 19 29 1.0 54 5" 6 100/ 6.25" 100/ 15.0 , 0.75" ALPHA**\*# TESTING WHERE IT ALL BEGINS Client: Project: Start Date: Drilling Method: 5058 Brush Creek Rd. BORING NO.: 85 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W220325 www.alphatesting.com D.R. Horton - Texas, Ltd. (DFW West Division) Location: Fort Worth, TX Hampton Tract Surface Elevation: 3/22/2022 End Date: 3/22/2022 West: CONTINUOUS FLIGHT AUGER North: 0) GROUND WATER OBSERVATIONS -�ZOn Rods (ft): NONE Drilling (ft): DRY oZAfter After Hours (ft): O MATERIAL DESCRIPTION jBrown CLAY with limestone fragments Tan LIMESTONE with clay seams and layers 5— 10_ Gray LIMESTONE 20 TEST BORING TERMINATED AT 20 FT Hammer Drop (lbs / in): 140 / 30 o.S Co d E 0't6 a) 0) -I-- o o E E x > Q `o U� _� U ^ J J o a >C1 o 00 oZ uE 00 oar c m� a� o o -o .2 3 OU o O J D_ T (n U) x Ha a- Z 1.0 4.5+ 23 47 100/ 1.25" 100/ 1.50" 14.0 100/ 1.75" 100/ 1.1 20.0 L ALPHA**\*# TESTING WHERE IT ALL BEGINS Client: Project: Start Date: Drilling Method: 5058 Brush Creek Rd. BORING NO.: 86 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W220325 www.alphatesting.com D.R. Horton - Texas, Ltd. (DFW West Division) Location: Fort Worth, TX Hampton Tract Surface Elevation: 3/23/2022 End Date: 3/23/2022 West: CONTINUOUS FLIGHT AUGER North: 0) GROUND WATER OBSERVATIONS -�ZOn Rods (ft): NONE Drilling (ft): DRY oZAfter After Hours (ft): O MATERIAL DESCRIPTION jBrown CLAY with limestone fragments Tan LIMESTONE with clay seams and layers 5 Gray LIMESTONE _10 15_ TEST BORING TERMINATED AT 15 FT 20 Hammer Drop (lbs / in): 140 / 30 o.S d E a) -I--_ o x > o u E 4) 75 m � & O -o .2 a o oZ 00 c a� p U n .� (n U) W x� OU o O Z J d T Ha a- 4.5+ 14 1.0 52 100/ 5.0 , 3.25" 100/ 1.25" 100/ 15.0 , 1 ALPHA**\*# TESTING WHERE IT ALL BEGINS Client: D.R. Horton - Texas, Ltd. (DFW West Di Project: Hampton Tract Start Date: 3/23/2022 End Date: Drilling Method: CONTINUOUS FLIGHT AU GROUND WATER OBSERVATIONS 0) -�ZOn Rods (ft): NONE Drilling (ft): DRY oZAfter SFAfter Hours (ft): O MATERIAL DESCRIPTION jDark Brown CLAY with limestone fragments Tan LIMESTONE with clay seams and layers _5_ 10 15 Gray LIMESTONE 20 TEST BORING TERMINATED AT 20 FT 5058 Brush Creek Rd. BORING NO.: 87 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W220325 www.alphatesting.com vision) Location: Fort Worth, TX Surface Elevation: 3/23/2022 West: GER North: Hammer Drop (lbs / in): 140 / 30 o d o.S E a> -I--_ x o U� c_' E E c o Q U ^ J J a) 3 Y° �s N c y m >C1 °o °E °a� a3� ° ° -o .2 a ° oZ 00 c o� p�� U n .� ) U) X c ca ° .E m J o T Ha a- Z 4.5+ 17 60 22 38 2.0 100/ 8.50" 100/ 1.50" 100/ 1.25" 100/ 1.75" 16.0 100/ 20.0 , 1.25" ALPHA**\*# TESTING WHERE IT ALL BEGINS Client: D.R. Horton - Texas, Ltd. (DFW West Di Project: Hampton Tract Start Date: 3/22/2022 End Date: Drilling Method: CONTINUOUS FLIGHT AU 0) GROUND WATER OBSERVATIONS �On Rods (ft): NONE oZAfter Drilling (ft): DRY O SFAfter Hours (ft): MATERIAL DESCRIPTION jDark Brown CLAY with limestone fragments Tan LIMESTONE with clay seams and layers 5 _10_ Gray LIMESTONE 15 TEST BORING TERMINATED AT 15 FT 20 5058 Brush Creek Rd. BORING NO.: 90 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W220325 www.alphatesting.com Location: Fort Worth, TX Surface Elevation: 3/22/2022 West: GER North: Hammer Drop (lbs / in): 140 / 30 o.S d E a> -I--_ o x a) Q > 3 a:o Y� uE U �s N a'a� a30 ^ w c O J -o J .2 y a oW oZ a°o c oC4 0— U 5 in .� 3 (n U x OU o O Z C J D_ Ha a- 4.5+ 16 51 20 31 1.0 5" 6 87 100/ 2.50" 12.0 100/ 15.0 , 1.25" ALPHA**\*# TESTING WHERE IT ALL BEGINS Client: Project: Start Date: Drilling Method: 5058 Brush Creek Rd. BORING NO.: 91 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W220325 www.alphatesting.com D.R. Horton - Texas, Ltd. (DFW West Division) Location: Fort Worth, TX Hampton Tract Surface Elevation: 3/23/2022 End Date: 3/23/2022 West: CONTINUOUS FLIGHT AUGER North: 0) GROUND WATER OBSERVATIONS -�ZOn Rods (ft): NONE Drilling (ft): DRY oZAfter After Hours (ft): O MATERIAL DESCRIPTION jBrown CLAY with limestone fragments Tan LIMESTONE with clay seams and layers 5 _10_ Gray LIMESTONE 15 20 TEST BORING TERMINATED AT 20 FT Hammer Drop (lbs / in): 140 / 30 o.S co d E 0't6 a) -I--_ o E E x _0)� o a > o o oZ uE 00 4)75 c m� a� & p O -o U .2 n .� W OU o O J d T (n U) x� Ha Z a- 1.0 4.5+ 12 44 100/ 4.75" 100/ 1.75" 11.0 100/ 1.25" 100/ 20.0 , 1 ALPHA**\*# TESTING WHERE IT ALL BEGINS Client: D.R. Horton - Texas, Ltd. (DFW West Di Project: Hampton Tract Start Date: 3/23/2022 End Date: Drilling Method: CONTINUOUS FLIGHT AU GROUND WATER OBSERVATIONS 0) -ZOn Rods (ft): NONE Drilling (ft): DRY oZAfter After Hours (ft): O MATERIAL DESCRIPTION jBrown CLAY with limestone fragments Tan LIMESTONE with clay seams and layers 5 10 Gray LIMESTONE _15 TEST BORING TERMINATED AT 15 FT 20 5058 Brush Creek Rd. BORING NO.: 92 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W220325 www.alphatesting.com Location: Fort Worth, TX Surface Elevation: 3/23/2022 West: GER North: Hammer Drop (lbs / in): 140 / 30 o.S d E a) s _ x ~ co 0't6 0)� >>0 E-ff E C o 2 N� >0 � >j No UE N� a�a) mo >w C J o o J y a oW oz a° o .S c o p�� U n .� 3 (n x� o� o a Z J o T Ha d 3 4.5+ 10 1.0 66 100/ 3.25" 100/ 10.0 , 1.75" 100/ 15.0 JL 1 A L P H A+ T E S T I N G KEY TO SOIL SYMBOLS WHERE IT ALL BEGINS AND CLASSIFICATIONS SOIL & ROCK SYMBOLS RELATIVE DENSITY OF COHESIONLESS SOILS (blows/ft) ® (CH), High Plasticity CLAY VERY LOOSE 0 TO 4 ® (CL), Low Plasticity CLAY LOOSE 5 TO 10 MEDIUM 11 TO 30 (SC), CLAYEY SAND DENSE 31 TO 50 VERY DENSE OVER 50 (SP), Poorly Graded SAND (SW), Well Graded SAND SHEAR STRENGTH OF COHESIVE SOILS (tsfl (SM), SILTY SAND VERY SOFT LESS THAN 0.25 SOFT 0.25 TO 0.50 IN(ML), SILT FIRM 0.50 TO 1.00 STIFF 1.00 TO 2.00 ® (MH), Elastic SILT VERY STIFF 2.00 TO 4.00 HARD OVER 4.00 19 LIMESTONE RELATIVE DEGREE OF PLASTICITY (PI) ® SHALE / MARL LOW 4 TO 15 SANDSTONE MEDIUM 16 TO 25 HIGH 26 TO 35 o (GP), Poorly Graded GRAVEL VERY HIGH OVER 35 (GW), Well Graded GRAVEL ® (GC), CLAYEY GRAVEL RELATIVE PROPORTIONS (%) W (GM), SILTY GRAVEL m(OL), ORGANIC SILT TRACE 1 TO 10 LITTLE 11 TO 20 SOME 21 TO 35 (OH), ORGANIC CLAY AND 36 TO 50 15mm 1♦ S SAMPLING SYMBOLS PARTICLE SIZE IDENTIFICATION (DIAMETER) ■SHELBY TUBE (3" OD except where BOULDERS 8.0" OR LARGER noted otherwise) COBBLES 3.0" TO 8.0" SPLIT SPOON (2" OD except where COARSE GRAVEL 0.75' TO 3.0" noted otherwise) FINE GRAVEL 5.0 mm TO 3.0" ® AUGER SAMPLE COURSE SAND 2.0 mm TO 5.0 mm ❑ TEXAS CONE PENETRATION MEDIUM SAND FINE SAND 0.4 mm TO 5.0 mm 0.07 mm TO 0.4 mm ROCK CORE (2" ID except where SILT CLAY 0.002 mm TO 0.07 mm LESS THAN 0.002 mm noted otherwise) ALPHA #XTESTI NO Geotechnical 5058 Brush Creek Road Tel: 817.496.5600 Construction Materials Fort Worth, Texas 76119 Fax: 817.496.5608 Environmental www.alphatesting.com A Universal Engineering Sciences Company TBPELS Firm No. 813 July 18, 2022 D.R. Horton — Texas, Ltd. (DFW West Division) 6751 North Freeway, Building A Fort Worth, Texas 76131 Attention: Mr. Jonathan Thompson, PE Re: Pavement Recommendations Hampton Tract Off McCart Avenue Fort Worth, Texas ALPHA Report No. W220325-A Submitted herein are the recommended pavement sections for public streets of the proposed subdivision (Hampton Tract) on a 116.77 acre tract of land generally located west of McCart Avenue, between Old Cleburne Crowley Road and Dublin Ridge Drive, in Fort Worth, Texas. This study was authorized by Mr. Justin Bosworth on January 31, 2022 and performed in accordance with ALPHA Proposal No. 87505 dated November 5, 2021. Recommendations for foundations are issued under ALPHA Report No. W220325 dated June 16, 2022. The purpose of this study is to develop pavement sections for public streets in the subject subdivision in accordance with the City of Fort Worth Pavement Design Manual (January 2015). We understand the proposed street within the subdivision could be classified as "Residential - Urban", "Collector" or "Arterial", as described in the referenced manual. PURPOSE AND SCOPE The purpose of this geotechnical exploration is for ALPHA TESTING, LLC (ALPHA) to evaluate for the D.R. Horton — Texas, Ltd (DFW West Division) (Client) some of the physical and engineering properties of subsurface materials at selected locations on the subject site with respect to formulation of appropriate geotechnical design parameters for the proposed pavement. The field exploration was accomplished by securing subsurface samples from widely spaced test borings performed across the expanse of the site. Engineering analyses were performed from results of the field exploration and results of laboratory tests performed on representative samples. Also included are general comments pertaining to reasonably anticipated construction problems and recommendations concerning earthwork and quality control testing during construction. This information can be used to evaluate subsurface conditions and to aid in ascertaining construction meets project specifications. ALPHA Report No. W220325-A Recommendations provided in this report were developed from information obtained in test borings depicting subsurface conditions only at the specific boring locations and at the particular time designated on the logs. Subsurface conditions at other locations may differ from those observed at the boring locations, and subsurface conditions at boring locations may vary at different times of the year. The scope of work may not fully define the variability of subsurface materials and conditions that are present on the site. The nature and extent of variations between borings may not become evident until construction. If significant variations then appear evident, our office should be contacted to re-evaluate our recommendations after performing on -site observations and possibly other tests. SUMMARY OF RECOMMENDATIONS Table A contains a summary of pavement section requirements for proposed streets at the subject project. TABLE A Summary of Pavement Section Requirements Street Classification Residential -Urban Collector Arterial PCC Pavement Thickness(in) placed on lime stabilized subgrade soil 28-day Concrete Compressive Strength (psi) Subgrade Treatment Application Rate (lbs per sq yd) Reinforcing Bar No. Reinforcing Bar Spacing (in) 6 T/2 10 3,600 3,600 3,600 6 inches Lime 8 inches Lime 8 inches Lime 30 36 36 3 3 4 18 18 18 Further recommendations and analyses used to develop the summary in Table A are provided further in this report. FIELD EXPLORATION Subsurface conditions on the site were explored by drilling a total of 89 test borings. Forty-four (44) test borings were drilled to a depth of about 20 ft and forty-five (45) test borings were drilled to a depth of about 15 ft. The approximate location of each test boring is shown on the attached Boring Location Plan, Figure 1. Subsurface types encountered during the field exploration are presented on the attached Log of Boring sheets (boring logs). These boring logs contain our Field Technician's and Engineer's interpretation of conditions believed to exist between actual samples retrieved. Therefore, the boring logs contain both factual and interpretive information. Lines delineating subsurface strata on the boring logs are approximate and the actual transition between strata may be gradual. 2 ALPHA Report No. W220325-A LABORATORY TESTS Selected samples of the subsurface materials were tested in the laboratory to evaluate their engineering properties as a basis in providing recommendations for pavement sections design and earthwork construction. The following laboratory tests were performed to facilitate pavement section recommendations: • Moisture Content (ASTM D 2216) • Atterberg-Limits (ASTM D 4318) • Unconfined Compressive Strength (ASTM D 2166) • Sulfate Content (TX-145-E Part II) • Lime Series (Plasticity Index vs. Lime Content) GENERAL SUBSURFACE CONDITIONS Based on geological atlas maps available from the Bureau of Economic Geology, published by the University of Texas at Austin, the project site lies within the undivided Grayson Marl and Main Street Limestone formation. This formation generally consist of interbedded limestone and marl (limey shale). Residual soils associated with this formation generally consist of clay soils with moderate to very high shrink/swell potential. Subsurface conditions encountered in most of the borings generally consisted of clay to depths of about 1 ft to 6 ft below the ground surface underlain by limestone extending to the 15 ft and 20 ft termination depth of the borings. About one -fifth of the borings generally consisted of clay, shaly clay, sandy clay, gravelly clay and/or clayey sand extending to the 15 ft and 20 ft termination depths of the borings. Layers of limestone about 3 ft to 15 ft thick were encountered in another one -fifth of the borings between clay layers extending from depths of about 1 ft to 16 ft below the ground surface with test borings terminating in clay and/or shaly clay extending to the 15 ft and 20 ft terminations depths. Subsurface conditions encountered in Borings 2, 58, 81 and 82 consisted of limestone at the surface which extended to the 15 ft and 20 ft termination depths. Boring 51 consisted of about 10 ft of limestone underlain by clay extending to the 20 ft termination depth of the boring. Boring 11 consisted of alternating layers of clay and limestone to the 20 ft termination depth. Existing fill was visually identified in Borings 41, 42, and 53 to depths of about 8 ft to 13 ft below ground surface. Possible fill was identified in the upper 2 ft of clay in Boring 75. More detailed stratigraphic information is presented on the attached Log of Boring sheets. The granular materials (clayey sand) encountered in some of the borings are considered relatively permeable and are anticipated to have a relatively rapid response to water movement. However, the clay, sandy clay, gravelly clay, shaly clay and limestone encountered in the borings are considered relatively impermeable and are anticipated to have a relatively slow response to water movement. Therefore, several days of observation would be required to evaluate actual groundwater levels within the depths explored. Also, the groundwater level at the subject site is anticipated to fluctuate seasonally depending on the amount of rainfall, prevailing weather conditions, and subsurface drainage characteristics. Free groundwater was encountered on drilling tools during drilling in Borings 53, 60, 71 and 79 at depths of about 11 ft to 12 ft below the ground surface. Groundwater was observed in these ALPHA Report No. W220325-A #X open boreholes at depths of about 11 ft to 13 ft below the ground surface. No free groundwater was encountered in the remaining borings. However, it is common to encounter seasonal groundwater in fill and granular materials, from natural fractures within the clayey matrix, at the soil/rock (limestone) interface or from fractures in the rock, particularly during or after periods of precipitation. If more detailed groundwater information is required, monitoring wells or piezometers can be installed. Further information concerning subsurface materials and conditions encountered can be obtained from the boring logs in the Appendix. ENGINEERING ANALYSIS AND RECOMENDATIONS Calculations used to determine the required pavement thickness are based only on the physical and engineering properties of the materials and conventional thickness determination procedures. Related civil design factors such as subgrade drainage, shoulder support, cross -sectional configurations, surface elevations, joint design and environmental factors will significantly affect the service life and must be included in preparation of the construction drawings and specifications but were not included in the scope of this study. Normal periodic maintenance will be required for all pavement to achieve the design life of the pavement system. Pavement Suburade Preparation Based on review of the borings, it is expected the pavement subgrade could consist of clay soils or similar onsite materials used for grading the site. The pavement subgrade could also consist of limestone in some areas depending on the given location along the alignment and grading requirements. Since the subgrade conditions and required treatments could vary along the proposed road alignment, ALPHA should be retained to observe construction to verify conditions are as expected. Also, we should be provided with the final grading plan for review prior to construction to verify or modify in writing the recommendations contained in this report. The exposed clayey surface soils should be scarified to a depth of 6 inches and 8 inches for Residential Urban and Collector/Arterial streets, respectively and mixed with a minimum 30 lbs per sq yard of hydrated lime (by dry soil weight) for Residential Urban streets and 36 lbs per sq yard for Collector and Arterial streets in conformance with TxDOT Standard Specifications Item 260. The recommended application rate for Residential -Urban streets is the minimum required by the City of Fort Worth. The recommended application rate for Collector/Arterial streets equates to about 6 percent based on a dry soil unit weight of 100 pcf. The results of lime series tests performed on representative clay samples are attached (Figures 2a and 2b). We recommend lime stabilization procedures extend at least 1 ft beyond the edge of the pavement to reduce effects of seasonal shrinking and swelling upon the extreme edges of pavement. The soil -lime mixture should be compacted to at least 95 percent of standard Proctor maximum dry density (ASTM D 698) and within the range of 0 to 4 percentage points above the mixture's optimum moisture content. In all areas where hydrated lime is used to stabilize subgrade soil, routine Atterberg-limit tests should be performed to verify the resulting plasticity index of the soil -lime mixture is at/or below 15. Lime stabilization of the pavement subgrade is not required where the pavement subgrade consists of limestone. In pavement areas where limestone is exposed after final subgrade 4 ALPHA Report No. W220325-A #X elevation is achieved, on -site lime stabilized clay cuttings, on -site processed limestone cuttings, or flexible base material could be used as a leveling course (as needed) to provide a smooth surface for placement of the pavement. Mechanical lime stabilization of the pavement subgrade soil will not prevent normal seasonal movement of the underlying untreated materials. Pavement and other flatwork constructed at final grades could experience soil -related potential seasonal movements of more than about 6 inches depending on the depth of limestone from final grade as discussed in the referenced foundation report (ALPHA Report No. W220325). A California Bearing Ratio (CBR) test was not performed for this specific project. Based on our experience with similar projects, we anticipate the CBR for native subgrade material is estimated to be between 2.0 and 3.0. Following improvement with lime, the CBR value for the lime stabilized clayey soils is expected to be at least 10. Portland Cement Concrete Pavement Section Using the 1993 AASHTO pavement design procedures (WinPAS computer program distributed by American Concrete Pavement Association), the following design parameters were used in analyses of the PCC pavement section. • Compressive strength of concrete 3,600 psi at 28 days • Modulus of Elasticity 4,000,000 psi • Modulus of Rupture 620 psi • Modulus of Subgrade Reaction* 280 pci • Load Transfer Co -efficient 3.0 • Drainage Coefficient 1.0 • Initial PSI 4.5 • Terminal PSI for 2.0 (Residential Urban) 2.25 (Collector) 2.5 (Arterial) • Standard Deviation 0.39 • Reliability 85 percent *Subgrade prepared with lime stabilization, or graded limestone as discussed in the previous section. Using the Street Classification of "Residential -Urban" as described in the referenced Fort Worth Pavement Design Manual, it is estimated annual traffic volume will be about 35,000 Equivalent Single Axle Loads (ESALs) in one direction over a 25-year design life with 0.5 percent annual traffic growth. Based on this, we estimate the cumulative ESALs over the design life of the Residential Urban Street pavement to be about 930,000. Using the Street Classification of "Collector" as described in the referenced Fort Worth Pavement Design Manual, the annual traffic volume will be about 100,000 Equivalent Single Axle Loads (ESALs) in one direction over a 25-year design life with 1.5 percent annual traffic growth. Based on this, we estimate the cumulative ESALs over the design life of the pavement to be about 3,000,000. 5 ALPHA Report No. W220325-A #X Using the Street Classification of "Arterial" as described in the referenced Fort Worth Pavement Design Manual, the annual traffic volume will be about 300,000 Equivalent Single Axle Loads (ESALs) in one direction over a 30-year design life with 2.5 percent annual traffic growth. Based on this, we estimate the cumulative ESALs over the design life of the pavement to be about 13,000,000. If the actual expected traffic volume is different than used for our analysis herein, our office should be provided with the actual expected traffic volume so that we can re-evaluate our recommendations. Based on the subgrade preparations recommended herein, the projected traffic volume and stated design parameters, a minimum 6-inch section of Portland cement concrete is required for Residential Urban classified streets, a minimum 7%-inch section of Portland cement concrete is required for Collector classified streets and a minimum 10-inch section of Portland cement concrete is required for Arterial classified streets at this project. PCC should have a minimum 3,600 psi compressive strength at 28 days. The concrete section should be placed over a properly prepared subgrade as discussed herein. Concrete should be designed with 4.5 ± 1.5 percent entrained air. Reinforcing steel for concrete pavement should be in accordance with Table 4.1 of the referenced Pavement Design Manual. Joints and saw -cutting in concrete should be in accordance with Section Four of the referenced Pavement Design Manual. Drainage and Maintenance Routine maintenance, including sealing of cracks and joints should be performed over the life of the pavement. Adequate drainage should be provided to reduce seasonal variations in the moisture content of subgrade soils. Maintaining positive surface drainage throughout the life of the pavement is essential. Soluble Sulfates A total of 18 samples obtained from the borings were tested for soluble sulfate concentrations. Results of the laboratory testing (TxDOT Test Method TEX-145-E Part II) are summarized in Table B. Sample Boring Depth, No. No. ft 1 4 0-2 2 9 0-2 3 14 2-4 4 19 2-3 5 24 4-6 6 28 0-2 7 32 2-4 8 37 2-4 TABLE B Soluble Sulfates Material Type Dark Brown Clay Dark Brown Clay Dark Brown Clay Dark Brown Clay Dark Brown Clay Dark Brown Clay Dark Brown Clay Dark Brown Clay Soluble Sulfate, mg/Kg (ppm) 65 72 59 57 70 83 55 108 0 ALPHA Report No. W220325-A #X TABLE B Soluble Sulfates 9 44 0-2 Dark Brown Clay 60 10 49 0-2 Brown Clay 55 11 52 0-2 Dark Brown Clay 67 12 56 0-2 Dark Brown Clay 65 13 60 0-2 Dark Brown Clay 66 14 66 0-2 Dark Brown Clay 71 15 70 0-2 Brown Clay 42 16 74 0-2 Dark Brown Clay 57 17 76 0-2 Dark Brown Clay 55 18 91 0-1 Brown Clay 71 Based on the results of laboratory testing, the soluble sulfate content measured in the samples tested is considered relatively low (<3,000 ppm). It should be noted that concentrations of soluble sulfates in soil are typically very localized and concentrations in other areas of the site could vary significantly. Therefore, it is recommended sulfate sampling/testing be performed along the pavement subgrade during construction. During construction, experienced geotechnical personnel should make close observations for possible sulfate reactions. GENERAL CONSTRUCTION PROCEDURES AND RECOMMENDATIONS Variations in subsurface conditions could be encountered during construction. To permit correlation between test boring data and actual subsurface conditions encountered during construction, it is recommended a registered Professional Engineering firm be retained to observe construction procedures and materials. Some construction problems, particularly degree or magnitude, cannot be reasonably anticipated until the course of construction. The recommendations offered in the following paragraphs are intended not to limit or preclude other conceivable solutions, but rather to provide our observations based on our experience and understanding of the project characteristics and subsurface conditions encountered in the borings. Site Preparation and Grading As discussed in Section 5.0, existing fill was visually identified in Borings 41, 42, and 53 to depths of about 8 ft to 13 ft below ground surface. Possible fill was identified in the upper 2 ft of clay in Boring 75. More detailed stratigraphic information is presented on the attached Log of Boring sheets. Although not encountered in the borings, existing fill materials could also contain organics, boulders and other debris which could be encountered during site grading and general excavation. Test pit excavations performed prior to construction can be used to evaluate the depth, extent and composition of existing fill at this site. ALPHA would be pleased to provide this service if desired. Limestone was encountered at the surface in several of the borings and will likely be encountered during general excavation and grading at this site. From our experience, this 7 ALPHA Report No. W220325-A #X limestone can be hard and difficult to excavate. Rock excavation methods (including, but not limited to rock teeth, rippers, jack hammers, or sawcutting) may be required to remove the limestone. Crushing equipment may be required to process this limestone if it is desired to use this material as compacted fill on the site. The contractor selected should have experience with excavation in hard limestone. All areas supporting pavement or areas to receive new fill should be properly prepared. After completion of the necessary stripping, clearing, and excavating and prior to placing any required fill, the exposed subgrade should be carefully evaluated by probing and testing. Any undesirable material (organic material, wet, soft, or loose soil) still in place should be removed. The exposed subgrade should be further evaluated by proof -rolling with a heavy pneumatic tired roller, loaded dump truck or similar equipment weighing approximately 25 tons to check for pockets of soft or loose material hidden beneath a thin crust of possibly better soil. Proof -rolling procedures should be observed routinely by a Professional Engineer or their designated representative. Any undesirable material (organic material, wet, soft, or loose soil) exposed from the proof -roll should be removed and replaced with well -compacted material as outlined in the Fill Compaction section. Prior to placement of any fill, the exposed subgrade should then be scarified to a minimum depth of 6 inches and recompacted as outlined in the Fill Compaction section. If fill is to be placed on existing slopes (natural or constructed) steeper than six horizontals to one vertical (6:1), the fill materials should be benched into the existing slopes in such a manner as to provide a minimum bench width of five (5) ft. This should provide a good contact between the existing soils and new fill materials, reduce potential sliding planes, and allow relatively horizontal lift placements. Even if fill is properly compacted as recommended in the Fill Compaction section, fills in excess of about 10 ft are still subject to settlements over time of up to about 1 to 2 percent of the total fill thickness. This should be considered when planning or placing deep fills, especially where utilities are planned below pavement. Slope stability analysis of embankments (natural or constructed) and global stability analysis for retaining walls was not within the scope of this study. The contractor is responsible for designing any excavation slopes, temporary sheeting or shoring. Design of these structures should include any imposed surface surcharges. Construction site safety is the sole responsibility of the contractor, who shall also be solely responsible for the means, methods and sequencing of construction operations. The contractor should also be aware that slope height, slope inclination or excavation depths (including utility trench excavations) should in no case exceed those specified in local, state and/or federal safety regulations, such as OSHA Health and Safety Standard for Excavations, 29 CFR Part 1926, or successor regulations. Stockpiles should be place well away from the edge of the excavation and their heights should be controlled so they do not surcharge the sides of the excavation. Surface drainage should be ALPHA Report No. W220325-A #X carefully controlled to prevent flow of water over the slopes and/or into the excavations. Construction slopes should be closely observed for signs of mass movement, including tension cracks near the crest or bulging at the toe. If potential stability problems are observed, a geotechnical engineer should be contacted immediately. Shoring, bracing or underpinning required for the project (if any) should be designed by a professional engineer registered in the State of Texas. Due to the nature of the clay soils found near the surface at most of the borings, traffic of heavy equipment (including heavy compaction equipment) may create pumping and general deterioration of shallow soils. Therefore, some construction difficulties should be anticipated during periods when these soils are saturated. Fill Compaction The following compaction recommendations pertain to general filling and site grading. The pavement subgrade should be prepared as discussed in the Pavement Subgrade Preparation section of this report. Clay soil with a plasticity index equal to or greater than 25 should be compacted to a dry density between 93 and 98 percent of standard Proctor maximum dry density (ASTM D 698). The compacted moisture content of the clays during placement should be within the range of 2 to 6 percentage points above optimum. Clay soil with a plasticity index less than 25 should be compacted to a dry density of at least 95 percent of standard Proctor maximum dry density (ASTM D 698) and within the range of 1 percentage point below to 3 percentage points above the material's optimum moisture content. Clay materials used as fill should be processed and the largest particle or clod should be less than 6 inches prior to compaction. Processed limestone used as fill should be compacted to at least 95 percent of standard Proctor maximum dry density. The compacted moisture content of the processed limestone is not considered crucial to proper performance. However, if the material's moisture content during placement is within 3 percentage points of optimum, the compactive effort required to achieve the minimum compaction criteria may be minimized. Individual rock pieces larger than 6 inches in dimension should not be used as fill. However, if rock fill is utilized within 3 ft below the bottom of pavement, the maximum allowable size of individual rock pieces should be reduced to 3 inches. Processed limestone used as fill should incorporate sufficient fines to prevent the presence of voids around larger diameter rock pieces. A gradation of at least 40 percent passing a standard No. 4 sieve is recommended. Where mass fills are deeper than 10 ft, the fill/backfill below 10 ft should be compacted to at least 100 percent of standard Proctor maximum dry density (ASTM D-698) and within 2 percentage points of the material's optimum moisture content. The portion of the fill/backfill shallower than 10 ft should be compacted as outlined herein. Compaction should be accomplished by placing fill in about 8-inch-thick loose lifts and compacting each lift to at least the specified minimum dry density. Field density and moisture content tests should be performed on each lift. 9 ALPHA Report No. W220325-A Utilities Where utility lines are deeper than 10 ft, the fill/backfill below 10 ft should be compacted to at least 100 percent of standard Proctor maximum dry density (ASTM D 698) and within —2 to +2 percentage points of the material's optimum moisture content. The portion of the fill/backfill shallower than 10 ft should be compacted as previously outlined. Density tests should be performed on each lift (maximum 12-inch thick) and should be performed as the trench is being backfilled. Even if fill is properly compacted, fills in excess of about 10 ft are still subject to settlements over time of up to about I to 2 percent of the total fill thickness. This should be considered when designing pavement over utility lines and/or other areas with deep fill. If utility trenches or other excavations extend to or beyond a depth of 5 ft below construction grade, the contractor or others shall be required to develop an excavation safety plan to protect personnel entering the excavation or excavation vicinity. The collection of specific geotechnical data and the development of such a plan, which could include designs for sloping and benching or various types of temporary shoring, is beyond the scope of this study. Any such designs and safety plans shall be developed in accordance with current OSHA guidelines and other applicable industry standards. Groundwater Free groundwater was encountered on drilling tools during drilling in Borings 53, 60, 71 and 79 at depths of about 11 ft to 13 ft below the ground surface. From our experience, shallower groundwater seepage could be encountered from the subsurface stratigraphy in excavations for foundations, utilities and other general excavations at this site. The risk of seepage increases with depth of excavation and during or after periods of precipitation. Standard sump pits and pumping may be adequate to control seepage on a local basis. In any areas where cuts are made, attention should be given to possible seasonal water seepage that could occur through natural cracks and fissures in the newly exposed stratigraphy. The risk of seepage is increased where limestone is exposed in excavations and slopes or is near final grade. In these areas subsurface drains may be required to intercept seasonal groundwater seepage. The need for these or other dewatering devices should be carefully addressed during construction. Our office could be contacted to visually observe final grades to evaluate the need for such drains. LIMITATIONS Professional services provided in this geotechnical exploration were performed, findings obtained, and recommendations prepared in accordance with generally accepted geotechnical engineering principles and practices. The scope of services provided herein does not include an environmental assessment of the site or investigation for the presence or absence of hazardous materials in the soil, surface water or groundwater. ALPHA, upon written request, can be retained to provide same. ALPHA is not responsible for conclusions, opinions or recommendations made by others based on this data. Information contained in this report is intended for the exclusive use of the Client 10 ALPHA Report No. W220325-A #X (and their designated design representatives), and is related solely to design of the specific structures outlined on the cover page of this report. No party other than the Client (and their designated design representatives) shall use or rely upon this report in any manner whatsoever unless such party shall have obtained ALPHA's written acceptance of such intended use. Any such third party using this report after obtaining ALPHA's written acceptance shall be bound by the limitations and limitations of liability contained herein, including ALPHA's liability being limited to the fee paid to it for this report. Recommendations presented in this report should not be used for design of any other structures except those specifically described in this report. In all areas of this report in which ALPHA may provide additional services if requested to do so in writing, it is presumed that such requests have not been made if not evidenced by a written document accepted by ALPHA. Further, subsurface conditions can change with passage of time. Recommendations contained herein are not considered applicable for an extended period of time after the completion date of this report. It is recommended our office be contacted for a review of the contents of this report for construction commencing more than one (1) year after completion of this report. Non-compliance with any of these requirements by the Client or anyone else shall release ALPHA from any liability resulting from the use of, or reliance upon, this report. Recommendations provided in this report are based on our understanding of information provided by the Client about characteristics of the project. If the Client notes any deviation from the facts about project characteristics, our office should be contacted immediately since this may materially alter the recommendations. Further, ALPHA is not responsible for damages resulting from workmanship of designers or contractors and it is recommended the Owner retain qualified personnel, such as a Geotechnical Engineering firm, to verify construction is performed in accordance with plans and specifications. 11 ALPHA Report No. W220325-A CLOSING All recommendations in the referenced geotechnical report remain unchanged unless specifically modified herein. We appreciate the opportunity to be of service. Please contact us with any questions or comments. Sincerely, ALPHA TESTING, LLC Karina Cohuo Geotechnical Project Manager GSF/tla Copies: (1-PDF) Client OF C .......................... GREGORY S. FAGAN 116518 ... �\\ S�ONALENr� July 18, 2022 Gregory S. Fagan, P.E. Senior Geotechnical Engineer Attachments: Boring Location Plan — Figure 1 Mechanical Lime Series — Figures 2a and 2b WinPAS Analysis Results Log of Borings Key to Soil Symbols and Classifications 12 2 B-88 B-89P Xp* 1 "S OUT B-87 F ti.l IF AO O ar J, P-16 B-93 ram. -L ri 4 T, N An _:r trrr r IMOMN T(r nor - far ik wow- ZmAd TIC Q E 11 DMA A TECTINIP. ALPHA #t\ TESTING WHERE IT ALL BEGINS Geotechnical • Construction Materials • Environmental • TBPE Firm No. 813 REPORT OF MECHANICAL LIME SERIES RESULTS Project No: W220325 Date: 05/05/22 % Lime 0% 4% 6% 8% 10% PI 45 19 15 12 10 70 65 60 55 50 45 40 a 35 30 \ 25 20 \' 15 `\ titer 10 5 N 0% 1% 2% 3% 4% 5% 6% 7% 8% 9% 10% 11% 12% 13% 14% 15% Percent Dry Weight of Lime FIGURE 2A ALPHA/TESTING WHERE IT ALL BEGINS Geotechnical • Construction Materials • Environmental • TBPE Firm No. 813 REPORT OF MECHANICAL LIME SERIES RESULTS Project No: W220325 I Date: 05/05/22 % Lime 0% 4% 6% 8% 10% PI 36 13 11 7 5 70 65 60 55 50 45 40 a 35 30 25 20 \ \ 15 10 5 0 0% 1% 2% 3% 4% 5% 6% 7% 8% 9% 10% 11% 12% 13% 14% 15% Percent Dry Weight of Lime FIGURE 213 Win PAS Pavement Thickness Design According to 1993 AASHTO Guide for Design of Pavements Structures American Concrete Pavement Association Rigid Design Inputs Agency: City of Fort Worth Company: Alpha Testing Inc. Contractor: Project Description: Residential Pavement Analysis Location: Fort Worth, TX Rigid Pavement Design/Evaluation PCC Thickness 5.91 inches Load Transfer, J Design ESALs 930,000 Mod. Subgrade Reaction, k Reliability 85.00 percent Drainage Coefficient, Cd Overall Deviation 0.39 Initial Serviceability Modulus of Rupture 620 psi Terminal Serviceability Modulus of Elasticity 4,000,000 psi Modulus of Subqrade Reaction (k-value) Determination Resilient Modulus of the Subgrade 0.0 psi Resilient Modulus of the Subbase 0.0 psi Subbase Thickness 0.00 inches Depth to Rigid Foundation 0.00 feet Loss of Support Value (0,1,2,3) 0.0 Modulus of Subgrade Reaction 280.00 psi/in 3.00 280 psi/in 1.00 4.50 2.00 Thursday, April 23, 2015 1:12:04PM Engineer: Win PAS Pavement Thickness Design According to 1993 AASHTO Guide for Design of Pavements Structures American Concrete Pavement Association Rigid Design Inputs Agency: City of Fort Worth Company: Alpha Testing Inc. Contractor: Project Description: Collector Pavement Analysis Location: Fort Worth, TX Rigid Pavement Design/Evaluation PCC Thickness 7.52 inches Load Transfer, J Design ESALs 3,000,000 Mod. Subgrade Reaction, k Reliability 85.00 percent Drainage Coefficient, Cd Overall Deviation 0.39 Initial Serviceability Modulus of Rupture 620 psi Terminal Serviceability Modulus of Elasticity 4,000,000 psi Modulus of Subqrade Reaction (k-value) Determination Resilient Modulus of the Subgrade 0.0 psi Resilient Modulus of the Subbase 0.0 psi Subbase Thickness 0.00 inches Depth to Rigid Foundation 0.00 feet Loss of Support Value (0,1,2,3) 0.0 Modulus of Subgrade Reaction 280.00 psi/in 3.00 280 psi/in 1.00 4.50 2.25 Thursday, April 23, 2015 1:11:04PM Engineer: Win PAS Pavement Thickness Design According to 1993 AASHTO Guide for Design of Pavements Structures American Concrete Pavement Association Rigid Design Inputs Agency: City of Fort Worth Company: Alpha Testing Inc. Contractor: Project Description: Arterial Pavement Analysis Location: Fort Worth, TX Rigid Pavement Design/Evaluation PCC Thickness 9.87 inches Load Transfer, J Design ESALs 13,000,000 Mod. Subgrade Reaction, k Reliability 85.00 percent Drainage Coefficient, Cd Overall Deviation 0.39 Initial Serviceability Modulus of Rupture 620 psi Terminal Serviceability Modulus of Elasticity 4,000,000 psi Modulus of Subqrade Reaction (k-value) Determination Resilient Modulus of the Subgrade 0.0 psi Resilient Modulus of the Subbase 0.0 psi Subbase Thickness 0.00 inches Depth to Rigid Foundation 0.00 feet Loss of Support Value (0,1,2,3) 0.0 Modulus of Subgrade Reaction 280.00 psi/in 3.00 280 psi/in 1.00 4.50 2.50 Thursday, April 23, 2015 1:09:59PM Engineer: 5058BrushCreek Rd. BORING NO.: 1 A L P H A T E S T I N G Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W212429 WHERE IT ALL BEGINS www.alphatesting.com Client: Project: Start Date: Drilling Method: 0 0 r, 5 10J 151 20 25 30 35 40 45 50 D.R. Horton - Texas, Ltd Location: Fort Worth, TX Hampton Tract Surface Elevation: 9/7/2021 End Date: 9/7/2021 West: CONTINUOUS FLIGHT AUGER North: GROUND WATER OBSERVATIONS -�ZOn Rods (ft): NONE ZAfter Drilling (ft): DRY SFAfter Hours (ft): MATERIAL DESCRIPTION Dark Brown CLAY with limestone fragments Tan LIMESTONE with clay seams and layers TEST BORING TERMINATED AT 20 FT Hammer Drop (lbs / in): 170 / 24 o.S d E a) -I--_ o x a > 0 O oZ 0 E 00 N 5 c N� o� 0 p 0 U -o .V n N .� W 0 0 0 J d T (n U) x H a Z 0 a- 1.0 4.5+ 6 61 19 42 1g05 / 1028.5" 505 4 10/ 307/ 20.0 kh, 1 00/ ubb �� FBrush Creek Rd. Fortort Worth, Texas 76119 Phone: 817-496-5600 Fax: 817-496-5608 WHERE IT ALL BEGINS www.alphatesting.com Client: D.R. Horton - Texas, Ltd Project: Hampton Tract Start Date: 9/2/2021 End Date: 9/2/2021 Drilling Method: CONTINUOUS FLIGHT AUGER 0) GROUND WATER OBSERVATIONS -�ZOn Rods (ft): NONE oZAfter Drilling (ft): DRY O SFAfter Hours (ft): MATERIAL DESCRIPTION Dark Brown CLAY _ 5 Tan LIMESTONE with clay seams and layers 10 _ _15� Tan and Gray SHALY CLAY _20 TEST BORING TERMINATED AT 20 FT 25 30 35 40 45 50 BORING NO.: 2 Sheet 1 of 1 PROJECT NO.: W212429 Location: Fort Worth, TX Surface Elevation: West: North: Hammer Drop (lbs / in): 170 / 24 o.S 2 d E a)s o _ x _0)� o E E o a o oZ a° o c o� p U n .� � x� OUP o O J a (n � a a Z a 4.5+ 9.3 104 17 4.5+ 20 73 30 43 4.5 4.0 _ 30' 1305 / lllkh� 4 0/ 13.0 4.0 23 57 20 37 20.0 3.5 20 5058BrushCreek Rd. BORING NO.: 3 A L P H A T E S T I N G Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W212429 WHERE IT ALL BEGINS www.alphatesting.com Client: Project: Start Date: Drilling Method: D.R. Horton - Texas, Ltd Location: Fort Worth, TX Hampton Tract Surface Elevation: 9/7/2021 End Date: 9/7/2021 West: CONTINUOUS FLIGHT AUGER North: 0) GROUND WATER OBSERVATIONS -�ZOn Rods (ft): NONE oZAfter Drilling (ft): DRY O SFAfter Hours (ft): MATERIAL DESCRIPTION _ Brown CLAY with limestone fraqments Tan LIMESTONE with clay seams and layers 5 10 _15 Gray LIMESTONE with shale seams 20 TEST BORING TERMINATED AT 20 FT 25 30 35 40 45 50 Hammer Drop (lbs / in): 170 / 24 o.S d E a) -I--_ o x Q U ^ J J a > oW o oZ u E 00 4) 75 c m � o04 & p O U -o .2 n .� W OU o O J d T (n U) x� H a Z 3 a- 1.0 4.5+ 13 60 26 34 66 8 0/ 160p / 8 0/ 15.0 100/ 2.0" 20.0 100/ 1.5" 5058BrushCreek Rd. BORING NO.: 4 A L P H A T E S T I N G Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W212429 WHERE IT ALL BEGINS www.alphatesting.com Client: Project: Start Date: Drilling Method: D.R. Horton - Texas, Ltd Location: Fort Worth, TX Hampton Tract Surface Elevation: 9/7/2021 End Date: 9/7/2021 West: CONTINUOUS FLIGHT AUGER North: 0) GROUND WATER OBSERVATIONS -�ZOn Rods (ft): NONE oZAfter Drilling (ft): DRY O After Hours (ft): r MATERIAL DESCRIPTION Brown CLAY with limestone fragments _ Tan LIMESTONE with clay seams and layers 5 10 _15 Gray LIMESTONE with shale seams 20 TEST BORING TERMINATED AT 20 FT 25 30 35 40 45 50 Hammer Drop (lbs / in): 170 / 24 o.S d E a) -I--_ o x > o u E 4) 75 m � & O -o .2 a o oZ 00 c a� p U n .� (n U) W x� OU o O Z J [L T H a a- 3 4.5+ 15 60 24 36 3.0 4.5+ 7 57 4 10/ 075�, 15.0 100/ 0.5" 20.0 100/ 0.5" 5058BrushCreek Rd. BORING NO.: 5A L P H A T E S T I N G Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W212429 WHERE IT ALL BEGINS www.alphatesting.com Client: Project: Start Date: Drilling Method: D.R. Horton - Texas, Ltd Location: Fort Worth, TX Hampton Tract Surface Elevation: 9/7/2021 End Date: 9/7/2021 West: CONTINUOUS FLIGHT AUGER North: 0) GROUND WATER OBSERVATIONS -�ZOn Rods (ft): NONE oZAfter Drilling (ft): DRY O SFAfter Hours (ft): r MATERIAL DESCRIPTION Dark Brown CLAY with calcareous deposits 5 Brown SANDY CLAY 10 —15 Brown SHALY CLAY 20 TEST BORING TERMINATED AT 20 FT 25 30 35 40 45 50 Hammer Drop (lbs / in): 170 / 24 o.S d E a) -I--_ o x Q > a' o u E �' a� U m ^ O J -o J .2 a o oZ 00 c a� p�� U n .� (n U) x OU o O Z J [L T H a a 4.5+ 14 4.5+ 12 4.5+ 13 62 20 42 4.0 4.5 16 7.0 17 65 10 33 12 21 15.0 X 32 17 4.5+ 10 74 22 52 20.0 5058BrushCreek Rd. BORING NO.: 6 A L P H A T E S T I N G Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W212429 WHERE IT ALL BEGINS www.alphatesting.com Client: Project: Start Date: Drilling Method: 0 0 —5� —10— _ J 15 / 20� 25 30 35 40 45 50 D.R. Horton - Texas, Ltd Location: Fort Worth, TX Hampton Tract Surface Elevation: 9/2/2021 End Date: 9/2/2021 West: CONTINUOUS FLIGHT AUGER North: GROUND WATER OBSERVATIONS -�ZOn Rods (ft): 15 ZAfter Drilling (ft): 18 SFAfter Hours (ft): MATERIAL DESCRIPTION Dark Brown CLAY Brown CLAY - with calcareous nodules at 8 ft - with gravel at 13 ft Brown SHALY CLAY 1 TEST BORING TERMINATED AT 20 FT Hammer Drop (lbs / in): 170 / 24 o.S d E a) -I--_ o x >� O 0 E N 5 N� w 0 c 0 -o .V y - N a o� o� a0 0 c aN p�� U n .� 3 U) x o OU)0 0 0 J tl T (n H a a- Z 3 4.5+ 15 4.5+ 21 4.0 4.5+ 18 64 20 44 3.6 4.5+ 17 4.0 17 15.0 . 4.5+ 13 20.0 3.5 24 5058BrushCreek Rd. BORING NO.: 7 A L P H A T E S T I N G Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W212429 WHERE IT ALL BEGINS www.alphatesting.com Client: Project: Start Date: Drilling Method: 0 0 —5� 10 15� J 20 25 30 35 40 45 50 D.R. Horton - Texas, Ltd Location: Fort Worth, TX Hampton Tract Surface Elevation: 9/2/2021 End Date: 9/2/2021 West: CONTINUOUS FLIGHT AUGER North: GROUND WATER OBSERVATIONS -�ZOn Rods (ft): NONE ZAfter Drilling (ft): DRY SFAfter Hours (ft): MATERIAL DESCRIPTION Dark Brown CLAY Brown CLAY with calcareous nodules Brown SHALY CLAY TEST BORING TERMINATED AT 20 FT Hammer Drop (lbs / in): 170 / 24 o.S d E a) -I--_ o x > O 0 E N 5 N� 0 0 -o .V N a 0 oZ 00 c a� p U n .� � x o OU)0 0 0 J tl T (n H a a- Z 3 4.5+ 15 4.5+ 19 63 22 41 4.0 4.5 21 4.0 25 4.5+ 19 10.0 2.5 22 68 25 43 1.2 20.0 E 3.5 23 5058BrushCreek Rd. BORING NO.: 8 A L P H A T E S T I N G Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W212429 WHERE IT ALL BEGINS www.alphatesting.com Client: Project: Start Date: Drilling Method: D.R. Horton - Texas, Ltd Location: Fort Worth, TX Hampton Tract Surface Elevation: 9/7/2021 End Date: 9/7/2021 West: CONTINUOUS FLIGHT AUGER North: GROUND WATER OBSERVATIONS 0) Rods (ft): NONE -�ZOn Drilling (ft): DRY oZAfter SFAfter Hours (ft): O MATERIAL DESCRIPTION Dark Brown CLAY _5 Brown CLAY _ Tan LIMESTONE with clay seams and layers 10 15 20 TEST BORING TERMINATED AT 20 FT 25 30 35 40 45 50 Hammer Drop (lbs / in): 170 / 24 o.S d E a) -I--_ o x �' > o u E w & c O -o .2 y - a o oZ 00 c a� p U n .� (n U) W x� OU o O Z J [L T H a a- 3 4.5+ 21 4.5+ 19.5 108 20 72 25 47 4.0 3.75 12 32 16 16 0.0 6.0 58 100/ 3.0" hhh� 100/ 20.0 100/ i 5058BrushCreek Rd. BORING NO.: 9 A L P H A T E S T I N G Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W212429 WHERE IT ALL BEGINS www.alphatesting.com Client: Project: Start Date: Drilling Method: D.R. Horton - Texas, Ltd Location: Fort Worth, TX Hampton Tract Surface Elevation: 9/3/2021 End Date: 9/3/2021 West: CONTINUOUS FLIGHT AUGER North: 0) GROUND WATER OBSERVATIONS -�ZOn Rods (ft): NONE Drilling (ft): DRY oZAfter SFAfter Hours (ft): O MATERIAL DESCRIPTION Tan LIMESTONE with clay seams and layers 5 10 _15 Gray LIMESTONE with shale seams 20 TEST BORING TERMINATED AT 20 FT 25 30 35 40 45 50 Hammer Drop (lbs / in): 170 / 24 o.S d E a) -I--_ o x > o u E 4) 75 m � & O -o .2 a o oZ 00 c a� p U n .� (n U) W x� OU o O Z J [L T H a a- X 450/ 1� 1/ 10/ 2 00/ 14.0 ` 2100/ 20.0 100/ 3 �� FBrush Creek Rd. Fortort Worth, Texas 76119 Phone: 817-496-5600 Fax: 817-496-5608 WHERE IT ALL BEGINS www.alphatesting.com Client: D.R. Horton - Texas, Ltd Project: Hampton Tract Start Date: 9/3/2021 End Date: 9/3/2021 Drilling Method: CONTINUOUS FLIGHT AUGER 0) GROUND WATER OBSERVATIONS -�ZOn Rods (ft): NONE oZAfter Drilling (ft): DRY O SFAfter Hours (ft): MATERIAL DESCRIPTION Dark Brown CLAY with limestone fragments 5 _ Tan CLAY with calcareous deposits —10 _15 Tan and Gray SHALY CLAY 20 TEST BORING TERMINATED AT 20 FT 25 30 35 40 45 50 BORING NO.: 10 Sheet 1 of 1 PROJECT NO.: W212429 Location: Fort Worth, TX Surface Elevation: West: North: Hammer Drop (lbs / in): 170 / 24 o.S 2 d E a)s o _ x _0)� o E o a o oZ a° o c o� p U n .� (n � x� OUP o O J a � a a Z a 4.5+ 6 4.5+ 19 70 18 52 4.5+ 21 6.0 4.5+ 16 4.5+ 16 38 17 21 0.0 15.0 IX 25 7 20.0 4.0 22 �� FBrush Creek Rd. Fortort Worth, Texas 76119 Phone: 817-496-5600 Fax: 817-496-5608 WHERE IT ALL BEGINS www.alphatesting.com Client: D.R. Horton - Texas, Ltd Project: Hampton Tract Start Date: 9/2/2021 End Date: 9/2/2021 Drilling Method: CONTINUOUS FLIGHT AUGER 0) GROUND WATER OBSERVATIONS -�ZOn Rods (ft): NONE oZAfter Drilling (ft): DRY O SFAfter Hours (ft): r MATERIAL DESCRIPTION Dark Brown CLAY with limestone fragments _5 Tan WEATHERED LIMESTONE with clay seams '/ Brown CLAY with limestone fragments 10� _ Brown SHALY CLAY 15 _20 TEST BORING TERMINATED AT 20 FT 25 30 35 40 45 50 BORING NO.: 11 Sheet 1 of 1 PROJECT NO.: W212429 Location: Fort Worth, TX Surface Elevation: West: North: Hammer Drop (lbs / in): 170 / 24 d o o.S 2 E a)s _ x o 0t6 c_'� E E c o > uE c y m C1 00 ° -° .2 a o� oZ a° o c o� pU n .� ) U) X c ca ° .E m J a H a a- Z a 4.5+ 15 4.5+ 15 59 21 38 5.0 4.5+ 11 38 7 8.0 39 6 7 4.5+ 13 13.0 4.5+ 19 63 22 41 2.9 20.0 4.5+ 21 5058BrushCreek Rd. BORING NO.: 12 A L P H A T E S T I N G Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W212429 WHERE IT ALL BEGINS www.alphatesting.com Client: Project: Start Date: Drilling Method: 0 0 r, 5 10J 151 20 25 30 35 40 45 50 D.R. Horton - Texas, Ltd Location: Fort Worth, TX Hampton Tract Surface Elevation: 9/7/2021 End Date: 9/7/2021 West: CONTINUOUS FLIGHT AUGER North: GROUND WATER OBSERVATIONS -�ZOn Rods (ft): NONE ZAfter Drilling (ft): DRY SFAfter Hours (ft): MATERIAL DESCRIPTION Dark Brown CLAY Tan LIMESTONE with clay seams and layers TEST BORING TERMINATED AT 20 FT Hammer Drop (lbs / in): 170 / 24 o.S d E a) -I--_ o x 0 a > 0 O oZ 0 E 00 N 5 c N� a� p 0 U -o .V n N .� U) a x 0 �� 0 0 Z 0 J a (n � a a- a 1.0 17 57 21 36 100/ W 9.5" 107.5 / 0 00/ 1 5/ 2 00/ 20.0 kh.,- 100/ 4. 5058BrushCreek Rd. BORING NO.: 13 A L P H A T E S T I N G Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W212429 WHERE IT ALL BEGINS www.alphatesting.com Client: Project: Start Date: Drilling Method: 0 0 — —5� _10� _ J 15� 20� 25 30 35 40 45 50 D.R. Horton - Texas, Ltd Location: Fort Worth, TX Hampton Tract Surface Elevation: 9/7/2021 End Date: 9/7/2021 West: CONTINUOUS FLIGHT AUGER North: GROUND WATER OBSERVATIONS -�ZOn Rods (ft): 12 ZAfter Drilling (ft): 14 SFAfter Hours (ft): MATERIAL DESCRIPTION Dark Brown CLAY Brown CLAY with limestone fragments Z Brown SHALY CLAY TEST BORING TERMINATED AT 20 FT Hammer Drop (lbs / in): 170 / 24 o.S d E a) -I--_ o x >� O 0 E N 5 N� w 0 c 0 -o .V y - N a o� o� a0 0 c aN C)— U n .� 3 (n � x 0 �� 0 0 0 J a � a a- Z a 4.5+ 22 4.5+ 20 4.5+ 19 4.5+ 20 8.0 4.5+ 17 52 16 36 0.5 13.0 4.0 19 68 20 48 1.2 3.75 25 20.0 ALPHA**\*# TESTING WHERE IT ALL BEGINS Client: Project: Start Date: Drilling Method: 0 0 20 25 30 35 40 45 50 5058 Brush Creek Rd. BORING NO.: 14 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W212429 www.alphatesting.com D.R. Horton - Texas, Ltd Location: Fort Worth, TX Hampton Tract Surface Elevation: 9/2/2021 End Date: 9/2/2021 West: CONTINUOUS FLIGHT AUGER North: GROUND WATER OBSERVATIONS -�ZOn Rods (ft): NONE ZAfter Drilling (ft): DRY SFAfter Hours (ft): MATERIAL DESCRIPTION Brown CLAY Tan LIMESTONE with clay seams and layers Gray LIMESTONE with shale seams TEST BORING TERMINATED AT 20 FT Hammer Drop (lbs / in): 170 / 24 o.S d E a) -I--o _ x 0 a > 0 O oZ 0 E 00 N 5 c N� a� p 0 -o U .V n N .� (n U) a x 0 �� 0 0 Z 0 J a �a a- a 1.0 100/ 1.5" X 2 p�, 101.5 / 2 5/ ` 100/ 16.0 6 5" 20.0 100/ 9.0" �� FBrush Creek Rd. Fortort Worth, Texas 76119 Phone: 817-496-5600 Fax: 817-496-5608 WHERE IT ALL BEGINS www.alphatesting.com Client: D.R. Horton - Texas, Ltd Project: Hampton Tract Start Date: 9/3/2021 End Date: 9/3/2021 Drilling Method: CONTINUOUS FLIGHT AUGER 0) GROUND WATER OBSERVATIONS -�ZOn Rods (ft): NONE oZAfter Drilling (ft): DRY O SFAfter Hours (ft): MATERIAL DESCRIPTION _ Dark Brown CLAY Tan LIMESTONE with clay seams and layers 5 10 _ Gray LIMESTONE with shale seams 15 20 TEST BORING TERMINATED AT 20 FT 25 30 35 40 45 50 BORING NO.: 15 Sheet 1 of 1 PROJECT NO.: W212429 Location: Fort Worth, TX Surface Elevation: West: North: Hammer Drop (lbs / in): 170 / 24 o.S 2 d E a)s o o _ E x _0)� o a o oZ o c o� 3 a a° OUP o O J a (n U) x� � a Z a a 1.0 4.5+ 5.6 91 15 54 18 36 4 0/' 77 8 0/ 100/ / 13.0 2 0/ 20.0 100/ 4.0" 0) GROUND WATER OBSERVATIONS -�ZOn Rods (ft): NONE oZAfter Drilling (ft): DRY O SFAfter Hours (ft): MATERIAL DESCRIPTION jTan CLAY with calcareous deposits _ Tan LIMESTONE with clay seams and layers 5 10 _ Gray LIMESTONE with shale seams 15 20 TEST BORING TERMINATED AT 20 FT 25 30 35 40 45 50 BORING NO.: 16 Sheet 1 of 1 PROJECT NO.: W212429 Location: Fort Worth, TX Surface Elevation: West: North: Hammer Drop (lbs / in): 170 / 24 o.S d E a) o _ x > `o U .:_. o E o 0 > 3 Yo �' o f 0s �' a� N M m w o c O o y a o� o: aoo Sc p U n .� 3 (n x OUP o O J a �CU a a� Z� a 4 5 4.5.5 9 38 14 24 0.9 3.0 5 0/' 10/ 10/ 13.0 101.0 / 20.0 lbk,, 100/ ALPHA**\*# TESTING WHERE IT ALL BEGINS Client: Project: Start Date: Drilling Method: 5058 Brush Creek Rd. BORING NO.: Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W220325 www.alphatesting.com D.R. Horton - Texas, Ltd. (DFW West Division) Location: Fort Worth, TX Hampton Tract Surface Elevation: 3/29/2022 End Date: 3/29/2022 West: CONTINUOUS FLIGHT AUGER North: 0) GROUND WATER OBSERVATIONS ZOn Rods (ft): NONE Drilling (ft): DRY oZAfter SFAfter Hours (ft): O MATERIAL DESCRIPTION jDark Brown CLAY with limestone fragments Tan LIMESTONE with clay seams and layers 5 10_ Gray LIMESTONE with clay seams and layers _15_ 20 TEST BORING TERMINATED AT 20 FT Hammer Drop (lbs / in): 140 / 30 o.S d E a)s _ x ~ co 0't6 0)� oo E_ E C o >� NC N >w OC -JJo� Jo y5 a ow oo .S 3 (nzox �oZCm a a- 3 4.5+ 17 1.0 10 10" 12.0 100/ 4.50" 100/ 1.25" 6 100/ 1" 100/ 20.0 , 0.75" ALPHA**\*# TESTING WHERE IT ALL BEGINS Client: Project: Start Date: Drilling Method: 5058 Brush Creek Rd. BORING NO.: 2 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W220325 www.alphatesting.com D.R. Horton - Texas, Ltd. (DFW West Division) Location: Fort Worth, TX Hampton Tract Surface Elevation: 3/25/2022 End Date: 3/25/2022 West: CONTINUOUS FLIGHT AUGER North: 0) GROUND WATER OBSERVATIONS -�ZOn Rods (ft): NONE oZAfter Drilling (ft): DRY O SFAfter Hours (ft): MATERIAL DESCRIPTION Tan LIMESTONE with clay seams and layers _10— 15 20 TEST BORING TERMINATED AT 15 FT Hammer Drop (lbs / in): 140 / 30 o.S d E o o _ x `o U� ( o E E o 0 Q o 0 E 0),5) U N c ^ w 0 c 0 J -0 J .V y N a 0 o� o� a0 0 c a5 p�� (n � x 0 O0 U o 0 Z 0CU J D_ (a Ha a Z o- 100/ 10.50.50' 12" 100/ 1.50" 100/ 15.0 , 1 ALPHA**\*# TESTING WHERE IT ALL BEGINS Client: D.R. Horton - Texas, Ltd. (DFW West Di Project: Hampton Tract Start Date: 3/28/2022 End Date: Drilling Method: CONTINUOUS FLIGHT AU GROUND WATER OBSERVATIONS 0) -�ZOn Rods (ft): NONE Drilling (ft): DRY oZAfter SFAfter Hours (ft): O MATERIAL DESCRIPTION jDark Brown CLAY with limestone fragments Tan LIMESTONE with clay seams and layers 10 Gray LIMESTONE with clay seams and layers _15_ 20 TEST BORING TERMINATED AT 20 FT 5058 Brush Creek Rd. BORING NO.: 3 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W220325 www.alphatesting.com vision) Location: Fort Worth, TX Surface Elevation: 3/28/2022 West: GER North: Hammer Drop (lbs / in): 140 / 30 d o o.S E o _ x o U� c_'� E E c o Q U7 ^ J J 0 N c y °' 0 No 0E Na> (6c 0 0 -0 .V N a o� oz a0 0 c o p�— U) Xc �� o CD .E m J a Ha a Z Z a 4.5+ 21 65 22 43 2.0 100/ 10.25.25' 100/ 2.50" 12.0 12" 100/ 1.75" 100/ 20.0 , 1.50" ALPHA**\*# TESTING WHERE IT ALL BEGINS Client: D.R. Horton - Texas, Ltd. (DFW West Di Project: Hampton Tract Start Date: 3/28/2022 End Date: Drilling Method: CONTINUOUS FLIGHT AU GROUND WATER OBSERVATIONS 0) -�ZOn Rods (ft): NONE Drilling (ft): DRY oZAfter SFAfter Hours (ft): O MATERIAL DESCRIPTION jDark Brown CLAY with limestone fragments Tan LIMESTONE with clay seams and layers _5_ 10 15 Gray LIMESTONE with clay seams and layers at 18-20 20 TEST BORING TERMINATED AT 20 FT 5058 Brush Creek Rd. BORING NO.: 4 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W220325 www.alphatesting.com vision) Location: Fort Worth, TX Surface Elevation: 3/28/2022 West: GER North: Hammer Drop (lbs / in): 140 / 30 d o o.S E o _ x o U� c_'� E E c o Q U7 ^ J J 0 N c y °' 0 No 0E Na> (6c 0 0 -0 .V N a o� oz a0 0 c o p�— U) Xc �� o CD .E m J a Ha a Z Z a 4.5+ 23 76 25 51 2.0 100/ 7.50" 100/ 3.75" 100/ 2.50" 100/ 15.0 , 1.50" 20.0 , ALPHA**\*# TESTING WHERE IT ALL BEGINS Client: D.R. Horton - Texas, Ltd. (DFW West Di Project: Hampton Tract Start Date: 3/28/2022 End Date: Drilling Method: CONTINUOUS FLIGHT AU GROUND WATER OBSERVATIONS 0) Rods (ft): NONE -�ZOn Drilling (ft): DRY oZAfter SFAfter Hours (ft): O MATERIAL DESCRIPTION jDark Brown CLAY Tan LIMESTONE with clay seams and layers _10 Gray LIMESTONE with clay seams and layers at 18' _15_ 20 TEST BORING TERMINATED AT 20 FT 5058 Brush Creek Rd. BORING NO.: 5 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W220325 www.alphatesting.com vision) Location: Fort Worth, TX Surface Elevation: 3/28/2022 West: GER North: Hammer Drop (lbs / in): 140 / 30 d o o.S E o _ x o U� c_'� E E c o Q U7 ^ J J 0 N c y °' 0 No 0E Na> (6c 0 0 -0 .V N a o� oz a0 0 c o p�— U) Xc �� o CD .E m J a Ha a Z Z a 4.5+ 18 2.0 16" 100/ 1.50" 12.0 18.0 100/ 0.7575' 100/ 1.50" 100/ 1.50" ALPHA**\*# TESTING WHERE IT ALL BEGINS Client: D.R. Horton - Texas, Ltd. (DFW West Di Project: Hampton Tract Start Date: 3/28/2022 End Date: Drilling Method: CONTINUOUS FLIGHT AU GROUND WATER OBSERVATIONS 0) Rods (ft): NONE -�ZOn Drilling (ft): DRY oZAfter SFAfter Hours (ft): O MATERIAL DESCRIPTION jBrown CLAY Tan LIMESTONE with clay seams and layers _5_ 10 15 TEST BORING TERMINATED AT 15 FT 20 5058 Brush Creek Rd. BORING NO.: 6 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W220325 www.alphatesting.com vision) Location: Fort Worth, TX Surface Elevation: 3/28/2022 West: GER North: Hammer Drop (lbs / in): 140 / 30 d o o.S E o _ x o U� c_'� E E c o Q U7 ^ J J 0 N c y °' 0 No 0E Na> (6c 0 0 -0 .V N a o� oz a0 0 c o p�— U) Xc �� o CD .E m J a Ha a Z Z a 4.5+ 13 52 18 34 2.0 100/ 7.75" 100/ 1.75" 100/ 1.50" 100/ 15.0 , 1.75" ALPHA**\*# TESTING WHERE IT ALL BEGINS Client: Project: Start Date: Drilling Method: 5058 Brush Creek Rd. BORING NO.: 7 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W220325 www.alphatesting.com D.R. Horton - Texas, Ltd. (DFW West Division) Location: Fort Worth, TX Hampton Tract Surface Elevation: 3/28/2022 End Date: 3/28/2022 West: CONTINUOUS FLIGHT AUGER North: 0) GROUND WATER OBSERVATIONS -�ZOn Rods (ft): NONE Drilling (ft): DRY oZAfter SFAfter Hours (ft): O MATERIAL DESCRIPTION jDark Brown CLAY with calcareous deposits Brown CLAY with calcareous deposits Tan LIMESTONE with clay seams and layers 5 _10_ 15 Gray LIMESTONE 20 TEST BORING TERMINATED AT 20 FT Hammer Drop (lbs / in): 140 / 30 o.S d E o o _ x 0 Q �o 0E Na> U7 N (6c ^ w 0 c 0 J -0 J .0 y N a 0 o� oz a0 0 c a� p�� U n .� 3 (n U x 0 O0 U o 0 Z 0 (d J d T H - d - 3 4.5+ 11.0 113 18 2.0 4.5+ 3.0 100/ 8.75" 100/ 3.25" 100/ 1.75" 16.0 100/ 20.0 66 1 11 51 23 28 2.3 ALPHA**\*# TESTING WHERE IT ALL BEGINS Client: D.R. Horton - Texas, Ltd. (DFW West Di Project: Hampton Tract Start Date: 3/28/2022 End Date: Drilling Method: CONTINUOUS FLIGHT AU GROUND WATER OBSERVATIONS 0) �On Rods (ft): NONE Drilling (ft): DRY oZAfter SFAfter Hours (ft): O MATERIAL DESCRIPTION jBrown CLAY Tan LIMESTONE 5 _10 _15_ TEST BORING TERMINATED AT 15 FT 20 5058 Brush Creek Rd. BORING NO.: 8 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W220325 www.alphatesting.com Location: Fort Worth, TX Surface Elevation: 3/28/2022 West: GER North: Hammer Drop (lbs / in): 140 / 30 -o .S � d E o � o _ x m 0 Q >� 3 �'o Yo �E U7 �s N a)o) ^ w c J J y a o� oz a° o c o p�— (n U x OU U o O ZZ C (d J a �a a� a 19 1.0 100/ 4.25" 100/ 3.25" 12" 100/ 15.0 , 1.25" ALPHA**\*# TESTING WHERE IT ALL BEGINS Client: D.R. Horton - Texas, Ltd. (DFW West Di Project: Hampton Tract Start Date: 3/25/2022 End Date: Drilling Method: CONTINUOUS FLIGHT AU GROUND WATER OBSERVATIONS 0) Rods (ft): NONE -�ZOn Drilling (ft): DRY oZAfter SFAfter Hours (ft): O MATERIAL DESCRIPTION j Dark Brown CLAY with limestone fragments at 2' Tan LIMESTONE 10 Gray LIMESTONE 15_ 20 TEST BORING TERMINATED AT 20 FT 5058 Brush Creek Rd. BORING NO.: 9 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W220325 www.alphatesting.com vision) Location: Fort Worth, TX Surface Elevation: 3/25/2022 West: GER North: Hammer Drop (lbs / in): 140 / 30 d o o.S E o _ x Q U7 ^ J J 0 N c y °' >� No 0E Na> (6c U o -O .V N a o� oz ao o c o p�— U) Xc �� o CD .E m J a Ha a Z Z a 4.5+ 19 57 21 36 2.0 100/ 2.50" 100/ 2.25" 12.0 100/ 1.50" 100/ 1.25" 100/ 20.0 66 1 ALPHA**\*# TESTING WHERE IT ALL BEGINS Client: D.R. Horton - Texas, Ltd. (DFW West Di Project: Hampton Tract Start Date: 3/25/2022 End Date: Drilling Method: CONTINUOUS FLIGHT AU 0) GROUND WATER OBSERVATIONS -�ZOn Rods (ft): NONE oZAfter Drilling (ft): DRY O SFAfter Hours (ft): MATERIAL DESCRIPTION jDark Brown CLAY Tan LIMESTONE _5_ 10 Gray LIMESTONE 15 TEST BORING TERMINATED AT 15 FT 20 5058 Brush Creek Rd. BORING NO.: 10 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W220325 www.alphatesting.com vision) Location: Fort Worth, TX Surface Elevation: 3/25/2022 West: GER North: Hammer Drop (lbs / in): 140 / 30 o d o.S E a> -I--_ x o U� c_' E E c o Q U ^ J J a) 3 Y° �s N c y m >C1 °o °E °a� a3� ° ° -o .2 a ° oZ 00 c o� p�� U n .� ) U) X c ca ° .E m J o T Ha a- Z 4.5+ 20 54 21 33 2.0 100/ 4.75" 100/ 1.25" 100/ 66 1" 13.0 100/ 15.0 66 1.50" ALPHA**\*# TESTING WHERE IT ALL BEGINS Client: Project: Start Date: Drilling Method: 5058 Brush Creek Rd. BORING NO.: 11 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W220325 www.alphatesting.com D.R. Horton - Texas, Ltd. (DFW West Division) Location: Fort Worth, TX Hampton Tract Surface Elevation: 3/25/2022 End Date: 3/25/2022 West: CONTINUOUS FLIGHT AUGER North: 0) GROUND WATER OBSERVATIONS -�ZOn Rods (ft): NONE Drilling (ft): DRY oZAfter SFAfter Hours (ft): O MATERIAL DESCRIPTION jDark Brown CLAY with limestone fragments Tan LIMESTONE with clay seams and layers 5 10_ Dark Brown SHALY CLAY 15 Gray LIMESTONE with clay seams and layers 20 TEST BORING TERMINATED AT 20 FT Hammer Drop (lbs / in): 140 / 30 o.S d E a) -I--_ o x co 0't6 _0)� E E o > o uE 4)75 m� & O -o .2 a o oZ 00 c a� p U n .� (n U) W x� OU o O Z J d T Ha a- 4.5+ 21 1.0 100/ 10.50.50' 100/ 3.25" 100/ 1.50" 12.0 4.5+ 19 59 21 38 15.0 100/ 20.0 , 2 ALPHA**\*# TESTING WHERE IT ALL BEGINS Client: D.R. Horton - Texas, Ltd. (DFW West Di Project: Hampton Tract Start Date: 3/28/2022 End Date: Drilling Method: CONTINUOUS FLIGHT AU GROUND WATER OBSERVATIONS 0) -�ZOn Rods (ft): NONE Drilling (ft): DRY oZAfter SFAfter Hours (ft): O MATERIAL DESCRIPTION r OF,Dark Brown CLAY with limestone fragments Tan LIMESTONE with clay seams and layers 10 Gray LIMESTONE 15 TEST BORINGS TERMINATED AT 15 FT 20 5058 Brush Creek Rd. BORING NO.: 12 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W220325 www.alphatesting.com vision) Location: Fort Worth, TX Surface Elevation: 3/28/2022 West: GER North: Hammer Drop (lbs / in): 140 / 30 o d o.S E a> -I--_ x o U� c_' E E c o Q U ^ J J a) 3 Y° �s N c y m >C1 °o °E °a� a3� ° ° -o .2 a ° oZ 00 c o� p�� U n .� ) U) X c ca ° .E m J o T Ha a- Z 4.5+ 19 59 20 39 2.0 100/ 8.50" 100/ 2.50" 100/ 1.75" 12.0 100/ 15.0 , 1 ALPHA**\*# TESTING WHERE IT ALL BEGINS Client: Project: Start Date: Drilling Method: 5058 Brush Creek Rd. BORING NO.: 13 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W220325 www.alphatesting.com D.R. Horton - Texas, Ltd. (DFW West Division) Location: Fort Worth, TX Hampton Tract Surface Elevation: 3/28/2022 End Date: 3/28/2022 West: CONTINUOUS FLIGHT AUGER North: 0) GROUND WATER OBSERVATIONS -�ZOn Rods (ft): NONE Drilling (ft): DRY oZAfter After Hours (ft): O MATERIAL DESCRIPTION jBrown CLAY with limestone fragments Tan LIMESTONE with clay seams and layers 5 10_ _15 Gray LIMESTONE 20 TEST BORING TERMINATED AT 20 FT Hammer Drop (lbs / in): 140 / 30 o.S d E a) -I--_ o x co 0't6 _0)� E E o > o uE 4)75 m� & O -o .2 a o oZ 00 c a� p U n .� (n U) W x� OU o O Z J d T Ha a- 4.5+ 19 54 20 34 1.0 100/ 13" 13" 100/ 4.25" 16.0 100/ 20.0 , 1.50" ALPHA**\*# TESTING WHERE IT ALL BEGINS Client: Project: Start Date: Drilling Method: 5058 Brush Creek Rd. BORING NO.: 14 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W220325 www.alphatesting.com D.R. Horton - Texas, Ltd. (DFW West Division) Location: Fort Worth, TX Hampton Tract Surface Elevation: 3/25/2022 End Date: 3/25/2022 West: CONTINUOUS FLIGHT AUGER North: GROUND WATER OBSERVATIONS 0) -�ZOn Rods (ft): NONE Drilling (ft): DRY oZAfter SFAfter Hours (ft): O MATERIAL DESCRIPTION jDark Brown CLAY _5 Tan LIMESTONE with clay seams and layers _10 15_ TEST BORING TERMINATED AT 15 FT 20 Hammer Drop (lbs / in): 140 / 30 o.S d E a) -I--_ o x > o u E 4) 75 m � & O -o .2 a o oZ 00 c a� p U n .� (n U) W x� OU o O Z J d T Ha a-� 1 4.5+ 7.8 100 22 78 25 53 4.5+ 21 5.0 4.5+ 22 100/ 2.50" 100/ IL 1.25" 100/ 15.0 IL6 6" ALPHA**\*# TESTING WHERE IT ALL BEGINS Client: D.R. Horton - Texas, Ltd. (DFW West Di Project: Hampton Tract Start Date: 3/25/2022 End Date: Drilling Method: CONTINUOUS FLIGHT AU GROUND WATER OBSERVATIONS 0) -�ZOn Rods (ft): NONE Drilling (ft): DRY oZAfter SFAfter Hours (ft): O MATERIAL DESCRIPTION jDark Brown CLAY Tan LIMESTONE with clay seams and layers _10 15 - 1,00,0 Brown SHALY CLAY _20 TEST BORING TERMINATED AT 20 FT 5058 Brush Creek Rd. BORING NO.: 15 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W220325 www.alphatesting.com vision) Location: Fort Worth, TX Surface Elevation: 3/25/2022 West: GER North: Hammer Drop (lbs / in): 140 / 30 o.S d E a> -I--_ o x a) Q >C1 3 �o Y� uE U �s N a'a� a3� ^ w c O J -o J .2 y a o oZ a° o c o� p�� U n .� (n ) U) a x� OU o O Z J a_ T Ha a- 4.5+ 21 4.5+ 21 67 23 44 0.9 4.0 100/ 1.75" 100/ 66 1" 100/ 7.25" 16.0 4.5+ 20 56 21 35 20.0 ALPHA**\*# TESTING WHERE IT ALL BEGINS Client: Project: Start Date: Drilling Method: 5058 Brush Creek Rd. BORING NO.: 16 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W220325 www.alphatesting.com D.R. Horton - Texas, Ltd. (DFW West Division) Location: Fort Worth, TX Hampton Tract Surface Elevation: 3/25/2022 End Date: 3/25/2022 West: CONTINUOUS FLIGHT AUGER North: GROUND WATER OBSERVATIONS 0) Rods (ft): NONE -�ZOn Drilling (ft): DRY oZAfter SFAfter Hours (ft): O MATERIAL DESCRIPTION jDark Brown CLAY Tan LIMESTONE 5 _10_ _15 TEST BORING TERMINATED AT 15 FT 20 3.0 Hammer Drop (lbs / in): 140 / 30 o.S d E a) -I-- o x co 0't6 _0)� o E o a o oZ a° o c a� p U n .� (n � x� OU o O Z J d T Ha a- 4.5+ 28 4.5+ 23 70 24 46 4.7 12" 100/ 2.25" 100/ 15.0 , 3.50" ALPHA**\*# TESTING WHERE IT ALL BEGINS Client: Project: Start Date: Drilling Method: 5058 Brush Creek Rd. BORING NO.: 17 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W220325 www.alphatesting.com D.R. Horton - Texas, Ltd. (DFW West Division) Location: Fort Worth, TX Hampton Tract Surface Elevation: 3/25/2022 End Date: 3/25/2022 West: CONTINUOUS FLIGHT AUGER North: 0) GROUND WATER OBSERVATIONS -�ZOn Rods (ft): NONE Drilling (ft): DRY oZAfter SFAfter Hours (ft): O MATERIAL DESCRIPTION r j Dark Brown CLAY with calcareous deposits at 7, 5 Tan CLAY with gravel and calcareous nodules — j 10 Light Brown and Gray SHALY CLAY 15 20 TEST BORING TERMINATED AT 20 FT 8.0 10.0 Hammer Drop (lbs / in): 140 / 30 o.S d E a) -I--_ o x > Co `o 0't6 U� 0) _� E E o Q >0 a) o uE �a� U m� ^ O J -o J .2 a oW oZ 00 c a� 3 (n U) x OU o O Z J D_ T Ha a- 1 4.5+ 21 4.5+ 24 4.5+ 8.1 107 19 4.5+ 20 4.5+ 12 31 15 16 0.0 4.5+ 26 4.5+ 26 20.0 ALPHA**\*# TESTING WHERE IT ALL BEGINS 5058 Brush Creek Rd. BORING NO.: 18 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W220325 www.alphatesting.com Client: D.R. Horton - Texas, Ltd. (DFW West Division) Location: Fort Worth, TX Project: Hampton Tract Surface Elevation: Start Date: 3/24/2022 End Date: 3/24/2022 West: Drilling Method: CONTINUOUS FLIGHT AUGER North: Hammer Drop (lbs / in): 140 / 30 GROUND WATER OBSERVATIONS m -o•E .4 E - a> � _ x 0 �On Rods (ft): NONE T �� N U� �� U) J ZAfter Drilling (ft): DRY 3 a, > a c v SFAfter Hours (ft): a @ o� oZ v- a o ao o �, L7 T 3 cn o o o MATERIAL DESCRIPTION 00r, Dark Brown CLAY — 4.5+ 23 4.5+ 23 _ 3.0 Tan LIMESTONE with clay seams and layers 100/ 5 5„ 100/ 12 2.75" 10 11.0 _ %,/ Light Brown and Gray SHALY CLAY — 4.5+ 20 55 21 34 15 15.0 TEST BORING TERMINATED AT 15 FT 20 ALPHA**\*# TESTING WHERE IT ALL BEGINS 5058 Brush Creek Rd. BORING NO.: 19 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W220325 www.alphatesting.com Client: D.R. Horton - Texas, Ltd. (DFW West Division) Location: Fort Worth, TX Project: Hampton Tract Surface Elevation: Start Date: 3/24/2022 End Date: 3/24/2022 West: Drilling Method: CONTINUOUS FLIGHT AUGER North: Hammer Drop (lbs / in): 140 / 30 GROUND WATER OBSERVATIONS m -o•E .4 E - a> � _ x 0 �On Rods (ft): NONE T �� N U� �� U) J ZAfter Drilling (ft): DRY 3 a, > a c v SFAfter Hours (ft): a @ o� oZ v- a o ao o �, L7 T 3 cn o o o MATERIAL DESCRIPTION jDark Brown CLAY - 4.5+ 7.7 96 25 79 27 52 4.5+ 21 _ 3.0 Tan LIMESTONE 100/ - 5 , 2.75" 1 00/ 10 - - , 4" 12.0 _ - Light Brown SHALY CLAY - 4.5+ 24 15 - 4.5+ 23 _20-0o� 20.0 TEST BORING TERMINATED AT 20 FT ALPHA**\*# TESTING WHERE IT ALL BEGINS Client: Project: Start Date: Drilling Method: 5058 Brush Creek Rd. BORING NO.: 20 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W220325 www.alphatesting.com D.R. Horton - Texas, Ltd. (DFW West Division) Location: Fort Worth, TX Hampton Tract Surface Elevation: 3/24/2022 End Date: 3/24/2022 West: CONTINUOUS FLIGHT AUGER North: GROUND WATER OBSERVATIONS 0) Rods (ft): NONE -�ZOn Drilling (ft): DRY oZAfter SFAfter Hours (ft): O MATERIAL DESCRIPTION OF,Dark Brown CLAY Dark Brown CLAY with calcareous nodules _5 Tan LIMESTONE with clay seams and layers _10 15_ TEST BORING TERMINATED AT 15 FT 20 2.0 Hammer Drop (lbs / in): 140 / 30 o.S d E a) -I--_ o x > o u E 4) 75 m � & O -o .2 a o oZ 00 c a� p U n .� (n U) W x� OU o O Z J d T Ha a- 3 1 4.5+ 23 4.5+ 19 62 22 40 5.0 4.5+ 19 100/ 3.25" 100/ IL 2.25" 100/ 15.0 IL 4.50" ALPHA**\*# TESTING WHERE IT ALL BEGINS Client: Project: Start Date: Drilling Method: 5058 Brush Creek Rd. BORING NO.: 21 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W220325 www.alphatesting.com D.R. Horton - Texas, Ltd. (DFW West Division) Location: Fort Worth, TX Hampton Tract Surface Elevation: 3/24/2022 End Date: 3/24/2022 West: CONTINUOUS FLIGHT AUGER North: GROUND WATER OBSERVATIONS 0) -�ZOn Rods (ft): NONE Drilling (ft): DRY oZAfter SFAfter Hours (ft): O MATERIAL DESCRIPTION jDark Brown CLAY Tan LIMESTONE with clay seams and layers 5 10_ Gray LIMESTONE _15_ 20 TEST BORING TERMINATED AT 20 FT Hammer Drop (lbs / in): 140 / 30 o.S d E a) -I--_ o x co 0't6 _0)� E E o > o uE 4)75 m� & O -o .2 a o oZ 00 c a� p U n .� (n U) W x� OU o O Z J d T Ha a- 4.5+ 20 64 23 41 1.0 100/ 6.25" 12.0 100/ 1.50" 100/ 2.50" 100/ 0.50" 100/ 20.0 , 0.75" ALPHA**\*# TESTING WHERE IT ALL BEGINS Client: D.R. Horton - Texas, Ltd. (DFW West Di Project: Hampton Tract Start Date: 3/24/2022 End Date: Drilling Method: CONTINUOUS FLIGHT AU GROUND WATER OBSERVATIONS 0) -�ZOn Rods (ft): NONE Drilling (ft): DRY oZAfter SFAfter Hours (ft): O MATERIAL DESCRIPTION r OF,Dark Brown CLAY with limestone fragments Tan LIMESTONE with clay seams and layers 10 — ',/ Gray and Brown SHALY CLAY 15 TEST BORING TERMINATED AT 15 FT 20 5058 Brush Creek Rd. BORING NO.: 22 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W220325 www.alphatesting.com vision) Location: Fort Worth, TX Surface Elevation: 3/24/2022 West: GER North: Hammer Drop (lbs / in): 140 / 30 o d o.S E a> -I--_ x o U� c_' E E c o Q U ^ J J a) 3 Y° �s N c y m >C1 °o °E °a� a3� ° ° -o .2 a ° oZ 00 c o� p�� U n .� ) U) X c ca ° .E m J o T Ha a- Z 4.5+ 24 80 27 53 2.0 10 10" 100/ 1.25" 100/ 1.25" 11.0 4.5+ 23 15.0 A L P H A T E S T I N G 5058BrushCreek Rd. Fort Worth, Texas 76119 Phone: 817-496-5600 BORING NO.: 23 Sheet 1 of 1 Fax: 817-496-5608 PROJECT NO.: W220325 WHERE IT ALL BEGINS www.alphatesting.com Client: D.R. Horton - Texas, Ltd. (DFW West Division) Location: Fort Worth, TX Project: Hampton Tract Surface Elevation: Start Date: 3/24/2022 End Date: 3/24/2022 West: Drillin Method: CONTINUOUS FLIGHT AUGER North: 9 0) GROUND WATER OBSERVATIONS -�ZOn Rods (ft): NONE oZAfter Drilling (ft): DRY O SFAfter Hours (ft): MATERIAL DESCRIPTION jDark Brown CLAY Brown CLAY with calcareous nodules 5 Tan CLAY with calcareous nodules and deposits j j 10 Light Brown SHALY CLAY 15 20 TEST BORING TERMINATED AT 20 FT 4.0 .E 10.0 Hammer Drop (lbs / in): 140 / 30 o.S d E a) -I--_ o x > Co `o 0't6 U� 0) _� E E o Q >0 a) o uE �a� U m� ^ O J -o J .2 a oW oZ 00 c a� p U n .� 3 (n � x OU o O Z J [L T H a a 1 4.5+ 6.9 96 24 81 26 55 4.5+ 21 4.5+ 19 67 23 44 1.5 4.5+ 15 37 18 19 0.0 4.5+ 15 4.5 22 4.5+ 25 20.0 ALPHA**\*# TESTING WHERE IT ALL BEGINS Client: Project: Start Date: Drilling Method: 5058 Brush Creek Rd. BORING NO.: 24 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W220325 www.alphatesting.com D.R. Horton - Texas, Ltd. (DFW West Division) Location: Fort Worth, TX Hampton Tract Surface Elevation: 3/24/2022 End Date: 3/24/2022 West: CONTINUOUS FLIGHT AUGER North: 0) GROUND WATER OBSERVATIONS -�ZOn Rods (ft): NONE oZAfter Drilling (ft): DRY O SFAfter Hours (ft): MATERIAL DESCRIPTION jDark Brown CLAY 5 Brown CLAY with calcareous nodules 10 Tan CLAYEY SAND with gravel and limestone fragments 15 TEST BORING TERMINATED AT 15 FT 20 M 10.0 15.0 Hammer Drop (lbs / in): 140 / 30 o.S d E a) -I--_ o x Q > 0 �' o u E 4) 75 U m � ^ O J -o J .2 a oW oZ 00 c a� 3 (n U) x OU o O Z J D_ T Ha a- 1 4.5+ 20 4.5+ 17 4.5+ 23 4.5+ 18 4.5 18 4.5+ 30 15 45 19 26 ALPHA**\*# TESTING WHERE IT ALL BEGINS Client: Project: Start Date: Drilling Method: 5058 Brush Creek Rd. BORING NO.: 25 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W220325 www.alphatesting.com D.R. Horton - Texas, Ltd. (DFW West Division) Location: Fort Worth, TX Hampton Tract Surface Elevation: 3/24/2022 End Date: 3/24/2022 West: CONTINUOUS FLIGHT AUGER North: GROUND WATER OBSERVATIONS 0) -�ZOn Rods (ft): NONE Drilling (ft): DRY oZAfter SFAfter Hours (ft): O MATERIAL DESCRIPTION r jDark Brown CLAY with calcareous nodules 5 Brown CLAY with calcareous nodules 10 Light Brown CLAY with calcareous nodules and deposits 15 Brown and Gray SHALY CLAY with limestone fragments 20 i TEST BORING TERMINATED AT 20 FT .R Hammer Drop (lbs / in): 140 / 30 o.S d E a) -I--_ o x co 0't6 _0)� E E o > o uE 4)75 m� & O -o .2 a o oZ 00 c a� p U n .� (n U) W x� OU o O Z J d T Ha a- 3 1 4.5+ 15 4.5+ 23 78 26 52 2.5 4.5+ 22 4.25 23 3.5 22 10.0 3.25 26 65 23 42 15.0 3.5 25 20.0 ALPHA**\*# TESTING WHERE IT ALL BEGINS 5058 Brush Creek Rd. BORING NO.: 26 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W220325 www.alphatesting.com Client: D.R. Horton - Texas, Ltd. (DFW West Division) Location: Fort Worth, TX Project: Hampton Tract Surface Elevation: Start Date: 3/24/2022 End Date: 3/24/2022 West: Drilling Method: CONTINUOUS FLIGHT AUGER North: 0) GROUND WATER OBSERVATIONS -�ZOn Rods (ft): NONE oZAfter Drilling (ft): DRY O SFAfter Hours (ft): r MATERIAL DESCRIPTION jDark Brown CLAY with calcareous nodules 5 Brown CLAY with calcareous nodules — Light Brown CLAYEY SAND with gravel _10 Tan CLAYEY SAND 15 TEST BORING TERMINATED AT 15 FT 20 M Hammer Drop (lbs / in): 140 / 30 o.S d E a) -I--_ o x Q > 0 �' o u E 4) 75 U m � ^ O J -o J .2 a oW oZ 00 c a� p U n .� 3 (n � x OU o O Z J d T Ha a- 4.5+ 25 4.5+ 25 4.5+ 8.3 111 17 4.5+ 20 78 27 51 2.0 4.25 48 16 49 19 30 13.0 1 1.0 48 16 29 13 16 15.0 ALPHA**\*# TESTING WHERE IT ALL BEGINS Client: Project: Start Date: Drilling Method: 5058 Brush Creek Rd. BORING NO.: 27 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W220325 www.alphatesting.com D.R. Horton - Texas, Ltd. (DFW West Division) Location: Fort Worth, TX Hampton Tract Surface Elevation: 3/24/2022 End Date: 3/24/2022 West: CONTINUOUS FLIGHT AUGER North: GROUND WATER OBSERVATIONS 0) -�ZOn Rods (ft): NONE Drilling (ft): DRY oZAfter SFAfter Hours (ft): O MATERIAL DESCRIPTION r jDark Brown CLAY with calcareous nodules Tan LIMESTONE 5 10 Light Brown CLAY 15 20 TEST BORING TERMINATED AT 20 FT Hammer Drop (lbs / in): 140 / 30 o.S d E a) -I--_ o x co 0't6 _0)� E E o > o uE 4)75 m� & O -o .2 a o oZ 00 c a� p U n .� (n U) W x� OU o O Z J d T Ha a- 3 1 4.5+ 26 3.0 4.5+ 21 78 25 53 100/ 2.75" 13" 11.0 4.5+ 21 51 23 28 4.5+ 19 20.0 ALPHA**\*# TESTING WHERE IT ALL BEGINS 5058 Brush Creek Rd. BORING NO.: 28 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W220325 www.alphatesting.com Client: D.R. Horton - Texas, Ltd. (DFW West Division) Location: Fort Worth, TX Project: Hampton Tract Surface Elevation: Start Date: 3/16/2022 End Date: 3/16/2022 West: Drilling Method: CONTINUOUS FLIGHT AUGER North: Hammer Drop (lbs / in): 140 / 30 GROUND WATER OBSERVATIONS m -o•E .4 E - a> � _ x 0 �On Rods (ft): NONE T �� N U� �� U) ZAfter Drilling (ft): DRY 3 a, a v SFAfter Hours (ft): a @ o� a, oZ (J a o ao o �, L7 T 3 cn o � o o MATERIAL DESCRIPTION r jDark Brown CLAY with calcareous deposits — 4.5+ 20 _ 2.0 Brown CLAY with calcareous deposits — 4.5+ 13 _ 4.0 Brown SHALY CLAY — 5 4.5+ 14 62 20 42 4.5 — 4.5+ 16 — — 4.5+ 16 10 limestone layer — — 4.5+ 15 15 15.0 TEST BORING TERMINATED AT 15 FT 20 ALPHA**\*# TESTING WHERE IT ALL BEGINS Client: Project: Start Date: Drilling Method: 5058 Brush Creek Rd. BORING NO.: 29 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W220325 www.alphatesting.com D.R. Horton - Texas, Ltd. (DFW West Division) Location: Fort Worth, TX Hampton Tract Surface Elevation: 3/16/2022 End Date: 3/16/2022 West: CONTINUOUS FLIGHT AUGER North: 0) GROUND WATER OBSERVATIONS -�ZOn Rods (ft): NONE Drilling (ft): DRY oZAfter SFAfter Hours (ft): O MATERIAL DESCRIPTION ,"'A Dark Brown CLAY with calcareous deposits _5 Tan LIMESTONE with clay seams and layers 10 1e'l'00,0 Reddish Brown SHALY CLAY 15 _20-0o� TEST BORING TERMINATED AT 20 FT Hammer Drop (lbs / in): 140 / 30 o.S d E a) -I--_ o x co 0't6 _0)� E E o > o uE 4)75 & O -o .2 a o oZ 00 c a04 0— U n .� (n U) W x� OU o O Z J d T Ha a- 3 1 4.5+ 14 4.5+ 11 65 23 42 5.0 4.5+ 9 100/ 5" 100/ 2.50" 12.0 4.5+ 17 20.0 4.5+ 17 3.9 ALPHA**\*# TESTING WHERE IT ALL BEGINS Client: Project: Start Date: Drilling Method: 5058 Brush Creek Rd. BORING NO.: 30 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W220325 www.alphatesting.com D.R. Horton - Texas, Ltd. (DFW West Division) Location: Fort Worth, TX Hampton Tract Surface Elevation: 3/24/2022 End Date: 3/24/2022 West: CONTINUOUS FLIGHT AUGER North: 0) GROUND WATER OBSERVATIONS -�ZOn Rods (ft): NONE Drilling (ft): DRY oZAfter SFAfter Hours (ft): O MATERIAL DESCRIPTION r jDark Brown CLAY with calcareous deposits 5 Brown CLAY with calcareous deposits 10 Tan CLAY with gravel limestone fragments 15 TEST BORING TERMINATED AT 15 FT 20 .R Hammer Drop (lbs / in): 140 / 30 o.S d E a) -I-- o x co 0't6 _0)� o E o a o oZ a° o c a� p U n .� (n U) W x� OU o O Z J d T Ha a- 3 1 4.5+ 20 4.5+ 14 63 19 44 4.5+ 20 4.5+ 19 4.5+ 19 10.0 3.25 16 15.0 ALPHA**\*# TESTING WHERE IT ALL BEGINS Client: D.R. Horton - Texas, Ltd. (DFW West Di Project: Hampton Tract Start Date: 3/15/2022 End Date: Drilling Method: CONTINUOUS FLIGHT AU GROUND WATER OBSERVATIONS 0) -�ZOn Rods (ft): NONE Drilling (ft): DRY oZAfter SFAfter Hours (ft): O MATERIAL DESCRIPTION jDark Brown CLAY with calcareous deposits ;'0'0 Brown CLAY with limestone fragments Tan LIMESTONE with clay seams and layers _5 10 Gray LIMESTONE 15 _20 TEST BORING TERMINATED AT 20 FT 5058 Brush Creek Rd. BORING NO.: 31 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W220325 www.alphatesting.com vision) Location: Fort Worth, TX Surface Elevation: 3/15/2022 West: GER North: Hammer Drop (lbs / in): 140 / 30 o.S d E a> -I--_ o x co ` 0't6 U z:-- C�> E o Q a)C �> Oc -JoE .J2 y� a oWoZ °o oC4 (n � x� OU o O Z J a_ T Ha a- 4.5+ 21 67 24 43 2.0 4.5+ 11 4.0 100/ 6.75" 13.0 100/ 0.75" 100/ 4.75" 100/ 20.0 , 2.75" ALPHA**\*# TESTING WHERE IT ALL BEGINS Client: Project: Start Date: Drilling Method: 5058 Brush Creek Rd. BORING NO.: 32 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W220325 www.alphatesting.com D.R. Horton - Texas, Ltd. (DFW West Division) Location: Fort Worth, TX Hampton Tract Surface Elevation: 3/16/2022 End Date: 3/16/2022 West: CONTINUOUS FLIGHT AUGER North: GROUND WATER OBSERVATIONS 0) -�ZOn Rods (ft): NONE Drilling (ft): DRY oZAfter SFAfter Hours (ft): O MATERIAL DESCRIPTION jDark Brown CLAY 5 Brown CLAY with calcareous deposits 10 Light Brown CLAY 15 TEST BORING TERMINATED AT 15 FT 20 8.0 Hammer Drop (lbs / in): 140 / 30 o.S d E a)_ o x > o u E 4) 75 m � & O -o .2 a o oZ 00 c a� p U n .� (n U) W x� OU o O Z J d T Ha a-- 3 4.5+ 3.6 97 24 4.5+ 19 4.5+ 19 4.5+ 18 4.5+ 17 58 19 39 2.5 13.0 1 4.5+ 12 15.0 ALPHA**\*# TESTING WHERE IT ALL BEGINS Client: Project: Start Date: Drilling Method: 5058 Brush Creek Rd. BORING NO.: 33 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W220325 www.alphatesting.com D.R. Horton - Texas, Ltd. (DFW West Division) Location: Fort Worth, TX Hampton Tract Surface Elevation: 3/16/2022 End Date: 3/16/2022 West: CONTINUOUS FLIGHT AUGER North: 0) GROUND WATER OBSERVATIONS -�ZOn Rods (ft): NONE Drilling (ft): DRY oZAfter SFAfter Hours (ft): O MATERIAL DESCRIPTION r jDark Brown to Brown CLAY with calcareous deposits 5 10 Tan LIMESTONE with clay seams and layers 15 Brown SHALY CLAY _20 TEST BORING TERMINATED AT 20 FT 13.0 16.0 20.0 Hammer Drop (lbs / in): 140 / 30 o.S d E a) -I--_ o x co 0't6 _0)� E E o > o uE 4)75 m� & O -o .2 a o oZ 00 c a� p U n .� (n U) W x� OU o O Z J d T Ha a- 3 1 4.5+ 20 100/ 5.50" 4.5+ 15 4.5+ 16 65 22 43 4.5+ 18 4.5+ 17 8 ALPHA**\*# TESTING WHERE IT ALL BEGINS Client: Project: Start Date: Drilling Method: 5058 Brush Creek Rd. BORING NO.: 34 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W220325 www.alphatesting.com D.R. Horton - Texas, Ltd. (DFW West Division) Location: Fort Worth, TX Hampton Tract Surface Elevation: 3/16/2022 End Date: 3/16/2022 West: CONTINUOUS FLIGHT AUGER North: 0) GROUND WATER OBSERVATIONS -�ZOn Rods (ft): NONE Drilling (ft): DRY oZAfter SFAfter Hours (ft): O MATERIAL DESCRIPTION r jDark Brown CLAY with calcareous deposits 5 6.0 _ Brown CLAY with limestone fragments and calcareous nodules 10 Reddish Brown SHALY CLAY 15 TEST BORING TERMINATED AT 15 FT 20 13.0 1 15.0 Hammer Drop (lbs / in): 140 / 30 o.S d E a) -I--_ o x > o u E 4) 75 m � & O -o .2 a o oZ 00 c a� p U n .� (n U) W x� OU o O Z J d T Ha a- 1 4.5+ 15 4.5+ 13 4.5+ 13 4.5+ 14 67 23 44 1.7 4.5+ 16 4.5+ 22 79 26 53 ALPHA**\*# TESTING WHERE IT ALL BEGINS Client: Project: Start Date: Drilling Method: 5058 Brush Creek Rd. BORING NO.: 35 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W220325 www.alphatesting.com D.R. Horton - Texas, Ltd. (DFW West Division) Location: Fort Worth, TX Hampton Tract Surface Elevation: 3/15/2022 End Date: 3/15/2022 West: CONTINUOUS FLIGHT AUGER North: 0) GROUND WATER OBSERVATIONS -�ZOn Rods (ft): NONE Drilling (ft): DRY oZAfter After Hours (ft): O MATERIAL DESCRIPTION jBrown CLAY with limestone fragments Tan LIMESTONE with clay seams and layers 5 10_ Gray LIMESTONE _15_ 20 TEST BORING TERMINATED AT 20 FT Hammer Drop (lbs / in): 140 / 30 o.S d E a) -I--_ o x co 0't6 _0)� E E o > o uE 4)75 m� & O -o .2 a o oZ 00 c a� p U n .� (n U) W x� OU o O Z J d T Ha a- 4.5+ 8 1.0 100/ 4.75" 12.0 100/ 6.75" 12" 100/ 3.50" 100/ 20.0 , 2.75" ALPHA**\*# TESTING WHERE IT ALL BEGINS Client: D.R. Horton - Texas, Ltd. (DFW West Di Project: Hampton Tract Start Date: 3/15/2022 End Date: Drilling Method: CONTINUOUS FLIGHT AU GROUND WATER OBSERVATIONS 0) -�ZOn Rods (ft): NONE Drilling (ft): DRY oZAfter SFAfter Hours (ft): O MATERIAL DESCRIPTION jDark Brown CLAY with limestone fragments Tan LIMESTONE with clay seams and layers _5_ 10 15 TEST BORING TERMINATED AT 15 FT 20 5058 Brush Creek Rd. BORING NO.: 36 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W220325 www.alphatesting.com vision) Location: Fort Worth, TX Surface Elevation: 3/15/2022 West: GER North: Hammer Drop (lbs / in): 140 / 30 o d o.S E a> -I--_ x o U� c_' E E c o Q U ^ J J a) 3 Y° �s N c y m >C1 °o °E °a� a3� ° ° -o .2 a ° oZ 00 c o� p�� U n .� ) U) X c ca ° .E m J o T Ha a- Z 4.5+ 23 2.0 100/ 10.50.50' 100/ 7.50" 100/ 1.75" 100/ 15.0 , 0.50" ALPHA**\*# TESTING WHERE IT ALL BEGINS Client: Project: Start Date: Drilling Method: 5058 Brush Creek Rd. BORING NO.: 37 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W220325 www.alphatesting.com D.R. Horton - Texas, Ltd. (DFW West Division) Location: Fort Worth, TX Hampton Tract Surface Elevation: 3/15/2022 End Date: 3/15/2022 West: CONTINUOUS FLIGHT AUGER North: GROUND WATER OBSERVATIONS 0) -�ZOn Rods (ft): NONE Drilling (ft): DRY oZAfter SFAfter Hours (ft): O MATERIAL DESCRIPTION jDark Brown CLAY with calcareous nodules 5 Tan LIMESTONE with clay seams and layers 10 15 — 011 Brown SHALY CLAY _20 TEST BORING TERMINATED AT 20 FT 7.0 16.0 20.0 Hammer Drop (lbs / in): 140 / 30 o.S d E a) -I--_ o x co 0't6 _0)� E E o > o uE 4)75 m� & O -o .2 a o oZ 00 c a� p U n .� (n U) W x� OU o O Z J d T Ha a-- 3 1 4.5 4.5 94 24 76 25 51 4.5+ 22 4.5+ 22 4.5+ 19 48 56 9 4.5+ 20 ALPHA**\*# TESTING WHERE IT ALL BEGINS Client: Project: Start Date: Drilling Method: 5058 Brush Creek Rd. BORING NO.: 38 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W220325 www.alphatesting.com D.R. Horton - Texas, Ltd. (DFW West Division) Location: Fort Worth, TX Hampton Tract Surface Elevation: 3/15/2022 End Date: 3/15/2022 West: CONTINUOUS FLIGHT AUGER North: 0) GROUND WATER OBSERVATIONS -�ZOn Rods (ft): NONE Drilling (ft): DRY oZAfter SFAfter Hours (ft): O MATERIAL DESCRIPTION r jDark Brown CLAY with calcareous deposits 5 Light Brown CLAY with calcareous deposits and ferrous staining 10 Tan CLAY with calcareous deposits and gravel — j15 TEST BORING TERMINATED AT 15 FT 20 M Hammer Drop (lbs / in): 140 / 30 o.S d E a) -I--_ o x Q > 0 �' o u E 4) 75 U m � ^ O J -o J .2 a oW oZ 00 c a� 3 (n U) x OU o O Z J D_ T Ha a- 1 4.5+ 17 4.5+ 16 4.5+ 17 4.5+ 15 63 19 44 3.3 4.5+ 16 13.0 1 4.0 16 45 17 28 15.0 ALPHA**\*# TESTING WHERE IT ALL BEGINS Client: Project: Start Date: Drilling Method: 5058 Brush Creek Rd. BORING NO.: 39 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W220325 www.alphatesting.com D.R. Horton - Texas, Ltd. (DFW West Division) Location: Fort Worth, TX Hampton Tract Surface Elevation: 3/16/2022 End Date: 3/16/2022 West: CONTINUOUS FLIGHT AUGER North: 0) GROUND WATER OBSERVATIONS -�ZOn Rods (ft): NONE oZAfter Drilling (ft): DRY O SFAfter Hours (ft): r MATERIAL DESCRIPTION jDark Brown CLAY with limestone fragments 5 10 Tan CLAY with limestone seams and layers _15 j Brown SHALY CLAY 20 TEST BORING TERMINATED AT 20 FT Hammer Drop (lbs / in): 140 / 30 o.S d E a) -I--_ o x > Co `o 0't6 U� 0) _� E E o Q >0 a) o uE �a� U m� ^ O J -o J .2 a oW oZ 00 c a� p U n .� 3 (n � x OU o O Z J d T Ha a- 4.5+ 20 4.5+ 21.3 122 11 53 19 34 4.5+ 13 4.5+ 12 54 18 36 2.5 4.5+ 13 10.0 73 6 16.0 20.0 4.5+ 20 ALPHA**\*# TESTING WHERE IT ALL BEGINS Client: Project: Start Date: Drilling Method: 5058 Brush Creek Rd. BORING NO.: 40 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W220325 www.alphatesting.com D.R. Horton - Texas, Ltd. (DFW West Division) Location: Fort Worth, TX Hampton Tract Surface Elevation: 3/16/2022 End Date: 3/16/2022 West: CONTINUOUS FLIGHT AUGER North: 0) GROUND WATER OBSERVATIONS -�ZOn Rods (ft): NONE oZAfter Drilling (ft): DRY O SFAfter Hours (ft): r MATERIAL DESCRIPTION jDark Brown to Brown CLAY with limestone fragments 5 10 — Tan CLAY with limestone seams and layers j j15 TEST BORING TERMINATED AT 15 FT 20 Hammer Drop (lbs / in): 140 / 30 o.S d E a) -I--_ o x Q > 0 �' o u E 4) 75 U m � ^ O J -o J .2 a oW oZ 00 c a� 3 (n U) x OU o O Z J D_ T Ha a- 1 4.5+ 16 11.0 15.0 75 4.5+ 13 4.5+ 14 53 23 30 2.4 4.5+ 15 4.5+ 20 6 43 16 27 A L P H A T E S T I N G 5058BrushCreek Rd. Fort Worth, Texas 76119 Phone: 817-496-5600 BORING NO.: 41 Sheet 1 of 1 Fax: 817-496-5608 PROJECT NO.: W220325 WHERE IT ALL BEGINS www.alphatesting.com Client: D.R. Horton - Texas, Ltd. (DFW West Division) Location: Fort Worth, TX Project: Hampton Tract Surface Elevation: Start Date: 3/11/2022 End Date: 3/11/2022 West: Drillin Method: CONTINUOUS FLIGHT AUGER North: 9 0) GROUND WATER OBSERVATIONS -�ZOn Rods (ft): NONE oZAfter Drilling (ft): DRY O SFAfter Hours (ft): MATERIAL DESCRIPTION Light Brown CLAY with gravel - FILL 5 10 15 20 Hammer Drop (lbs / in): 140 / 30 o.S d E a) -I--_ o x co 0't6 _0)� E E o > o uE 4)75 m� & O -o .2 a o oZ 00 c o� p U n .� (n U) W x� OU o O Z J [L T H a a- 3 5 2.5 22 4.5+ 16 45 13 39 17 22 8.0 Tan CLAY with calcareous deposits 4.25 22 71 23 48 2.1 13.0 Brown and Gray SHALY CLAY , 4.5+ 22 TEST BORING TERMINATED AT 20 FT 20.0 4.5+ 21 ALPHA**\*# TESTING WHERE IT ALL BEGINS Client: Project: Start Date: Drilling Method: 5058 Brush Creek Rd. BORING NO.: 42 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W220325 www.alphatesting.com D.R. Horton - Texas, Ltd. (DFW West Division) Location: Fort Worth, TX Hampton Tract Surface Elevation: 3/11/2022 End Date: 3/11/2022 West: CONTINUOUS FLIGHT AUGER North: 0) GROUND WATER OBSERVATIONS -�ZOn Rods (ft): NONE oZAfter Drilling (ft): DRY O SFAfter Hours (ft): MATERIAL DESCRIPTION Light Brown and Gray GRAVELLY CLAY - FILL 5 10 Brown and Gray SHALY CLAY 15 TEST BORING TERMINATED AT 15 FT 20 13.0 1 15.0 Hammer Drop (lbs / in): 140 / 30 o.S d E a) -I--_ o x > o u E 4) 75 m � & O -o .2 a o oZ 00 c o� p U n .� (n U) W x� OU o O Z J d T Ha a-� 4 6 4.5+ 4.5+ 44 11 51 22 29 4.5+ 10 4.0 25 77 25 52 0.9 ALPHA**\*# TESTING WHERE IT ALL BEGINS Client: Project: Start Date: Drilling Method: 5058 Brush Creek Rd. BORING NO.: 43 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W220325 www.alphatesting.com D.R. Horton - Texas, Ltd. (DFW West Division) Location: Fort Worth, TX Hampton Tract Surface Elevation: 3/15/2022 End Date: 3/15/2022 West: CONTINUOUS FLIGHT AUGER North: 0) GROUND WATER OBSERVATIONS -�ZOn Rods (ft): NONE oZAfter Drilling (ft): DRY O SFAfter Hours (ft): MATERIAL DESCRIPTION Dark Brown CLAY calcareous j Tan LIMESTONE with clay seams and layers _5 _10_ Gray LIMESTONE 20 TEST BORING TERMINATED AT 20 FT 3.0 Hammer Drop (lbs / in): 140 / 30 o.S d E a) -I-- o x > Co `o 0't6 U� 0) _� o E E o Q >C1 00 uE oar U m� ^ o o J -o J .2 a o oZ 00 c a� p U n .� 3 (n � x OU o O Z J d T Ha a- 1 4.5+ 16 46 22 24 100/ 5" 100/ 1.50" 14.0 100/ 1.50" 20.0 L 100/ 100/ 4.5+ 16 ALPHA**\*# TESTING WHERE IT ALL BEGINS 5058 Brush Creek Rd. BORING NO.: 44 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W220325 www.alphatesting.com Client: D.R. Horton - Texas, Ltd. (DFW West Division) Location: Fort Worth, TX Project: Hampton Tract Surface Elevation: Start Date: 3/15/2022 End Date: 3/15/2022 West: Drilling Method: CONTINUOUS FLIGHT AUGER North: Hammer Drop (lbs / in): 140 / 30 GROUND WATER OBSERVATIONS m -o•E .4 E - a> � _ x 0 �On Rods (ft): NONE T �� N U� �� U) ZAfter Drilling (ft): DRY 3 a, a v SFAfter Hours (ft): a @ o� oZ v- a o ao o �, L7 T 3 cn o o o MATERIAL DESCRIPTION 001, Dark Brown CLAY — 4.5+ 7.6 100 17 — 4.5+ 16 74 24 50 4.7 _ 4.0 Dark Brown CLAY with limestone fragments — 5 4.5+ 17 _ 6.0 Tan LIMESTONE with clay seams and layers 100/ 3.50" 100/ 10 1.50" 100/ 15 15.0 0.50" TEST BORING TERMINATED AT 15 FT 20 ALPHA**\*# TESTING WHERE IT ALL BEGINS Client: Project: Start Date: Drilling Method: 5058 Brush Creek Rd. BORING NO.: 45 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W220325 www.alphatesting.com D.R. Horton - Texas, Ltd. (DFW West Division) Location: Fort Worth, TX Hampton Tract Surface Elevation: 3/15/2022 End Date: 3/15/2022 West: CONTINUOUS FLIGHT AUGER North: GROUND WATER OBSERVATIONS 0) -�ZOn Rods (ft): NONE Drilling (ft): DRY oZAfter SFAfter Hours (ft): O MATERIAL DESCRIPTION r jDark Brown CLAY with calcareous nodules 5 Brown CLAY with limestone fragments 10 Tan LIMESTONE with clay seams and layers _15_ Brown SHALY CLAY _20 TEST BORING TERMINATED AT 20 FT 8.0 10.0 16.0 20.0 Hammer Drop (lbs / in): 140 / 30 o.S d E a) -I-- o x co 0't6 _0)� o E E o >C1 00 uE oar m� o o -o .2 a o oZ 00 c a� p U n .� (n U) W x� OU o O Z J d T Ha a- 3 1 4.5+ 17 100/ 8.50" 4.5+ 17 4.5+ 17 4.5+ 19 4.5+ 20 63 21 42 3.9 4.5+ 21 ALPHA**\*# TESTING WHERE IT ALL BEGINS Client: Project: Start Date: Drilling Method: 5058 Brush Creek Rd. BORING NO.: 46 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W220325 www.alphatesting.com D.R. Horton - Texas, Ltd. (DFW West Division) Location: Fort Worth, TX Hampton Tract Surface Elevation: 3/16/2022 End Date: 3/16/2022 West: CONTINUOUS FLIGHT AUGER North: 0) GROUND WATER OBSERVATIONS -�ZOn Rods (ft): NONE Drilling (ft): DRY oZAfter SFAfter Hours (ft): O MATERIAL DESCRIPTION rj Dark Brown CLAY with limestone fragments at 5' _5 Tan LIMESTONE with clay seams and layers 10 %,� Light Brown SHALY CLAY — 15 TEST BORING TERMINATED AT 15 FT 20 Hammer Drop (lbs / in): 140 / 30 o.S d E a)_ o x > o u E 4) 75 m � & O -o .2 a o oZ 00 c a� p U n .� (n U) W x� OU o O Z J d T Ha a-� 4.5+ 8.9 102 17 4.5+ 19 74 25 49 4.8 5.0 4.5+ 16 100/ 8.50" 100/ 7 4.25" 13.0 1 4.5+ 16 15.0 ALPHA**\*# TESTING WHERE IT ALL BEGINS Client: Project: Start Date: Drilling Method: 5058 Brush Creek Rd. BORING NO.: 47 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W220325 www.alphatesting.com D.R. Horton - Texas, Ltd. (DFW West Division) Location: Fort Worth, TX Hampton Tract Surface Elevation: 3/16/2022 End Date: 3/16/2022 West: CONTINUOUS FLIGHT AUGER North: 0) GROUND WATER OBSERVATIONS -�ZOn Rods (ft): NONE Drilling (ft): DRY oZAfter SFAfter Hours (ft): O MATERIAL DESCRIPTION jDark Brown CLAY with limestone fragments Tan LIMESTONE with clay seams and layers 5 10_ r Light Brown SHALY CLAY with ferrous deposits 15 Gray SHALY CLAY 20 i TEST BORING TERMINATED AT 20 FT Hammer Drop (lbs / in): 140 / 30 o.S d E a) -I--_ o x > Co `o 0't6 U� 0) _� E E o Q >C1 �o uE �a� U m� ^ O J -o J .2 a o� o: 00 c a� p U n .� 3 (n U) W x� OU o O Z J d T Ha a- 4.5+ 16 1.0 17" 100/ 1" 175 4 2.75" 11.0 4.25 15 56 18 38 15.0 4.5+ 20 20.0 ALPHA**\*# TESTING WHERE IT ALL BEGINS Client: D.R. Horton - Texas, Ltd. (DFW West Di Project: Hampton Tract Start Date: 3/14/2022 End Date: Drilling Method: CONTINUOUS FLIGHT AU GROUND WATER OBSERVATIONS 0) �On Rods (ft): NONE Drilling (ft): DRY oZAfter After Hours (ft): O MATERIAL DESCRIPTION jBrown CLAY with limestone fragments Tan LIMESTONE 5 _10_ %,� Light Brown SHALY CLAY — 15 TEST BORING TERMINATED AT 15 FT 20 5058 Brush Creek Rd. BORING NO.: 48 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W220325 www.alphatesting.com Location: Fort Worth, TX Surface Elevation: 3/14/2022 West: GER North: Hammer Drop (lbs / in): 140 / 30 o.S d E a> -I--_ o x a) Q > 3 a:o Y� uE U �s N a'a� a30 ^ w c J O -o J .2 y a oW oZ a°o c oC4 0— U 5 in .� 3 (n U x OU o O Z C J D_ Ha a- 4.5+ 14 1.0 100/ 66 1" 100/ 1.25" 100/ 2.75" 13.0 4.5+ 13 15.0 ALPHA**\*# TESTING WHERE IT ALL BEGINS Client: Project: Start Date: Drilling Method: 5058 Brush Creek Rd. BORING NO.: 49 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W220325 www.alphatesting.com D.R. Horton - Texas, Ltd. (DFW West Division) Location: Fort Worth, TX Hampton Tract Surface Elevation: 3/14/2022 End Date: 3/14/2022 West: CONTINUOUS FLIGHT AUGER North: 0) GROUND WATER OBSERVATIONS -�ZOn Rods (ft): NONE Drilling (ft): DRY oZAfter After Hours (ft): O MATERIAL DESCRIPTION jBrown CLAY with limestone fragments Tan LIMESTONE with clay seams and layers 5 10_ r Dark Brown SHALY CLAY 15 20 TEST BORING TERMINATED AT 20 FT Hammer Drop (lbs / in): 140 / 30 o.S d E a) -I--_ o x co 0't6 _0)� E E o > o uE 4)75 m� & O -o .2 a o oZ 00 c a� p U n .� (n U) W x� OU o O Z J d T Ha a- 1.0 17 1.0 16" 100/ 6.75" 100/ 2.50" 11.0 4.5+ 18 64 21 43 4.5+ 17 20.0 ALPHA**\*# TESTING WHERE IT ALL BEGINS Client: D.R. Horton - Texas, Ltd. (DFW West Di Project: Hampton Tract Start Date: 3/14/2022 End Date: Drilling Method: CONTINUOUS FLIGHT AU GROUND WATER OBSERVATIONS 0) �On Rods (ft): NONE Drilling (ft): DRY oZAfter SFAfter Hours (ft): O MATERIAL DESCRIPTION jDark Brown CLAY with calcareous nodules Tan LIMESTONE with clay seams and layers 5 10 — ,// Brown SHALY CLAY 15 TEST BORING TERMINATED AT 15 FT 20 5058 Brush Creek Rd. BORING NO.: 50 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W220325 www.alphatesting.com Location: Fort Worth, TX Surface Elevation: 3/14/2022 West: GER North: Hammer Drop (lbs / in): 140 / 30 o.S d E a> -I--_ o x a) Q > 3 a:o Y� uE U �s N a'a� a30 ^ w c O J -o J .2 y a oW oZ a°o c oC4 0— U 5 in .� 3 (n U x OU o O Z C J D_ Ha a- 4.5+ 16 65 22 43 1.0 100/ 4.25" 100/ 8.50" 10.0 33, 4.5+ 19 15.0 ALPHA**\*# TESTING WHERE IT ALL BEGINS Client: Project: Start Date: Drilling Method: 5058 Brush Creek Rd. BORING NO.: 51 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W220325 www.alphatesting.com D.R. Horton - Texas, Ltd. (DFW West Division) Location: Fort Worth, TX Hampton Tract Surface Elevation: 3/23/2022 End Date: 3/23/2022 West: CONTINUOUS FLIGHT AUGER North: 0) GROUND WATER OBSERVATIONS -�ZOn Rods (ft): NONE oZAfter Drilling (ft): DRY O SFAfter Hours (ft): MATERIAL DESCRIPTION Tan LIMESTONE with clay seams and layers 10 Brown SHALY CLAY 15 20 TEST BORING TERMINATED AT 20 FT Hammer Drop (lbs / in): 140 / 30 o.S d E a) -I--_ o x co 0't6 _0)� E E o > o uE 4)75 m� & O -o .2 a o oZ 00 c o� p U n .� (n U) W x� OU o O Z J d T Ha a- 100/ 10" 100/ 2.25" 100/ 10.0 , 3.25" 4.5+ 22 4.5+ 21 20.0 ALPHA**\*# TESTING WHERE IT ALL BEGINS Client: D.R. Horton - Texas, Ltd. (DFW West Di Project: Hampton Tract Start Date: 3/24/2022 End Date: Drilling Method: CONTINUOUS FLIGHT AU GROUND WATER OBSERVATIONS 0) Rods (ft): NONE -�ZOn Drilling (ft): DRY oZAfter SFAfter Hours (ft): O MATERIAL DESCRIPTION r OF,Dark Brown CLAY with calcareous nodules Tan LIMESTONE with clay seams and layers 10 — ',/ Brown SHALY CLAY 15 TEST BORING TERMINATED AT 15 FT 20 5058 Brush Creek Rd. BORING NO.: 52 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W220325 www.alphatesting.com vision) Location: Fort Worth, TX Surface Elevation: 3/24/2022 West: GER North: Hammer Drop (lbs / in): 140 / 30 o d o.S E a> -I--_ x o U� c_' E E c o Q U ^ J J a) 3 Y° �s N c y m >C1 °o °E °a� a3� ° ° -o .2 a ° oZ 00 c o� p�� U n .� ) U) X c ca ° .E m J o T Ha a- Z 4.5+ 17 2.0 100/ 11" 100/ 3.50" 100/ 5.50" 11.0 4.5+ 20 15.0 ALPHA**\*# TESTING WHERE IT ALL BEGINS Client: Project: Start Date: Drilling Method: 5058 Brush Creek Rd. BORING NO.: 53 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W220325 www.alphatesting.com D.R. Horton - Texas, Ltd. (DFW West Division) Location: Fort Worth, TX Hampton Tract Surface Elevation: 3/11/2022 End Date: 3/11/2022 West: CONTINUOUS FLIGHT AUGER North: 0) GROUND WATER OBSERVATIONS -�ZOn Rods (ft): 12 oZAfter Drilling (ft): 13 O SFAfter Hours (ft): MATERIAL DESCRIPTION Light Brown and Gray GRAVELLY CLAY with limestone fragments and sand 5 10 77 _ 1 Tan GRAVELLY CLAY 15 Tan SHALY CLAY 20 i TEST BORING TERMINATED AT 20 FT Hammer Drop (lbs / in): 140 / 30 o.S d E a) -I--_ o x co 0't6 _0)� E E o > o uE �a & O -o .2 a o� �o C)— � 3 (n U) W x OU o O Z J d T Ha a-� 4.5+ 7 4.5+ 9 9 4.5+ 10 13.0 1 2.0 16 15.0 3.5 23 20.0 ALPHA**\*# TESTING WHERE IT ALL BEGINS Client: Project: Start Date: Drilling Method: 5058 Brush Creek Rd. BORING NO.: 54 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W220325 www.alphatesting.com D.R. Horton - Texas, Ltd. (DFW West Division) Location: Fort Worth, TX Hampton Tract Surface Elevation: 3/16/2022 End Date: 3/16/2022 West: CONTINUOUS FLIGHT AUGER North: 0) GROUND WATER OBSERVATIONS -�ZOn Rods (ft): NONE Drilling (ft): DRY oZAfter SFAfter Hours (ft): O MATERIAL DESCRIPTION r jDark Brown CLAY with limestone fragments Tan LIMESTONE with clay seams and layers 5 _10_ _15 TEST BORING TERMINATED AT 15 FT 20 3.0 Hammer Drop (lbs / in): 140 / 30 o.S d E a) -I--_ o x > o u E 4) 75 m � & O -o .2 a o oZ 00 c a� p U n .� (n U) W x� OU o O Z J d T Ha a-� 1 4.5+ 7.2 102 23 74 25 49 100/ 5.75" 100/ 1.50" 100/ 15.0 , 1 4.5+ im ALPHA**\*# TESTING WHERE IT ALL BEGINS Client: D.R. Horton - Texas, Ltd. (DFW West Di Project: Hampton Tract Start Date: 3/16/2022 End Date: Drilling Method: CONTINUOUS FLIGHT AU GROUND WATER OBSERVATIONS 0) -�ZOn Rods (ft): NONE Drilling (ft): DRY oZAfter SFAfter Hours (ft): O MATERIAL DESCRIPTION jDark Brown CLAY with limestone fragments Tan LIMESTONE with clay seams and layers 10 Gray LIMESTONE _15_ 20 TEST BORING TERMINATED AT 20 FT 5058 Brush Creek Rd. BORING NO.: 55 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W220325 www.alphatesting.com vision) Location: Fort Worth, TX Surface Elevation: 3/16/2022 West: GER North: Hammer Drop (lbs / in): 140 / 30 o d o.S .4 E a> -I--_ x o U� c_' E E c o Q U ^ J J a) 3 Y° �s N c y m >C1 °o °E °a� a3� ° ° -o .2 a ° oZ 00 c o� p�� U n .� ) U) X c ca ° .E m J o T Ha a- Z 4.5+ 20 2.0 100/ 4.25" 100/ 3.50" 12.0 100/ 1.25" 100/ 0.50" 100/ 20.0 66 1 ALPHA**\*# TESTING WHERE IT ALL BEGINS Client: D.R. Horton - Texas, Ltd. (DFW West Di Project: Hampton Tract Start Date: 3/16/2022 End Date: Drilling Method: CONTINUOUS FLIGHT AU 0) GROUND WATER OBSERVATIONS -�ZOn Rods (ft): NONE oZAfter Drilling (ft): DRY O SFAfter Hours (ft): MATERIAL DESCRIPTION jDark Brown CLAY with limestone fragments Tan LIMESTONE with clay seams and layer _5_ 10 Gray LIMESTONE 15 TEST BORING TERMINATED AT 15 FT 20 5058 Brush Creek Rd. BORING NO.: 56 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W220325 www.alphatesting.com vision) Location: Fort Worth, TX Surface Elevation: 3/16/2022 West: GER North: Hammer Drop (lbs / in): 140 / 30 o d o.S .4 E a> -I--_ x o U� c_' E E c o Q U ^ J J a) 3 Y° �s N c y m >C1 °o °E °a� a3� ° ° -o .2 a ° oZ 00 c o� p�� U n .� ) U) X c ca ° .E m J o T Ha a- Z 4.5+ 13 57 21 36 2.0 100/ 6.75" 13" 100/ 66 1" 13.0 100/ 15.0 66 0.75" ALPHA**\*# TESTING WHERE IT ALL BEGINS Client: Project: Start Date: Drilling Method: 5058 Brush Creek Rd. BORING NO.: 57 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W220325 www.alphatesting.com D.R. Horton - Texas, Ltd. (DFW West Division) Location: Fort Worth, TX Hampton Tract Surface Elevation: 3/15/2022 End Date: 3/15/2022 West: CONTINUOUS FLIGHT AUGER North: 0) GROUND WATER OBSERVATIONS -�ZOn Rods (ft): NONE Drilling (ft): DRY oZAfter After Hours (ft): O MATERIAL DESCRIPTION jBrown CLAY with limestone fragments Tan LIMESTONE with clay seams and layers 5 10_ _15 20 TEST BORING TERMINATED AT 20 FT Hammer Drop (lbs / in): 140 / 30 o.S d E a) -I--_ o x co 0't6 _0)� E E o > o uE 4)75 m� & O -o .2 a o oZ 00 c a� p U n .� (n U) W x� OU o O Z J d T Ha a- 8 1.0 100/ 9.50" 100/ 2.25" 100/ 66 1" 100/ 0.75" 100/ 20.0 , 1.25" ALPHA**\*# TESTING WHERE IT ALL BEGINS Client: Project: Start Date: Drilling Method: 5058 Brush Creek Rd. BORING NO.: 58 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W220325 www.alphatesting.com D.R. Horton - Texas, Ltd. (DFW West Division) Location: Fort Worth, TX Hampton Tract Surface Elevation: 3/14/2022 End Date: 3/14/2022 West: CONTINUOUS FLIGHT AUGER North: 0) GROUND WATER OBSERVATIONS -�ZOn Rods (ft): NONE oZAfter Drilling (ft): DRY O SFAfter Hours (ft): MATERIAL DESCRIPTION Tan LIMESTONE with clay seams and layers 10 Gray LIMESTONE 15 TEST BORING TERMINATED AT 15 FT 20 Hammer Drop (lbs / in): 140 / 30 o.S d E a) -I-- o x > Co `o 0't6 U� 0) _� o E o Q U ^ J J a o oZ a° o c a� 3 (n U) x OU o O Z J D_ T Ha a- 16" L 100/ 1.75" 100/ 1.75" 11.0 100/ 15.0 , 0.75" ALPHA**\*# TESTING WHERE IT ALL BEGINS Client: Project: Start Date: Drilling Method: 5058 Brush Creek Rd. BORING NO.: 59 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W220325 www.alphatesting.com D.R. Horton - Texas, Ltd. (DFW West Division) Location: Fort Worth, TX Hampton Tract Surface Elevation: 3/14/2022 End Date: 3/14/2022 West: CONTINUOUS FLIGHT AUGER North: 0) GROUND WATER OBSERVATIONS -�ZOn Rods (ft): NONE Drilling (ft): DRY oZAfter After Hours (ft): O MATERIAL DESCRIPTION jBrown CLAY with limestone fragments Tan LIMESTONE with clay seams and layers 5 10_ Dark Brown SHALY CLAY 15 201 TEST BORING TERMINATED AT 20 FT Hammer Drop (lbs / in): 140 / 30 o.S d E a) -I--_ o x co 0't6 _0)� E E o > o uE 4)75 m� & O -o .2 a o oZ 00 c a� p U n .� (n U) W x� OU o O Z J d T Ha a- 3.0 13 1.0 100/ 4.75" 12.0 20.0 100/ 7.50" 100/ 4 4.50" 4.5+ 18 69 23 46 4.5+ 18 5058BrushCreek Rd. BORING NO.: 60 A L P H A T E S T I N G Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W220325 WHERE IT ALL BEGINS www.alphatesting.com Client: D.R. Horton - Texas, Ltd. (DFW West Division) Location: Fort Worth, TX Project: Hampton Tract Surface Elevation: Start Date: 3/14/2022 End Date: 3/14/2022 West: Drilling Method: CONTINUOUS FLIGHT AUGER North: Hammer Drop (lbs / in): 140 / 30 GROUND WATER OBSERVATIONS m -.S .4 E - a> � _ x 0 12 T ip 3 �� m U� c'.g' E c o �On Rods (ft): �Y v s .7)� s ZAfter Drilling (ft): 11 a o� o o E a) 5 mo L,a O -o .2 n n �� O� tl O c aN �" <) 3 o m SFAfter Hours (ft): @ a, U � o 2 o �, a cn r MATERIAL DESCRIPTION jDark Brown CLAY with limestone fragments — 4.5+ 15 2.0 Brown CLAY with limestone fragments , 42 j — j — 5 , 24 9 46 21 25 j6.0 Dark Brown CLAY with limestone fragments 4.5+ 17 54 19 35 1.1 _ 8.0 Light Brown CLAYEY SAND with limestone fragments and gravel 4.5+ 18 43 20 23 1.7 _10 _ � 1 j 4.5+ 31 10 15 � 15.0 TEST BORING TERMINATED AT 15 FT 20 ALPHA**\*# TESTING WHERE IT ALL BEGINS 5058 Brush Creek Rd. BORING NO.: 61 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W220325 www.alphatesting.com Client: D.R. Horton - Texas, Ltd. (DFW West Division) Location: Fort Worth, TX Project: Hampton Tract Surface Elevation: Start Date: 3/24/2022 End Date: 3/24/2022 West: Drilling Method: CONTINUOUS FLIGHT AUGER North: Hammer Drop (lbs / in): 140 / 30 GROUND WATER OBSERVATIONS m -o•E .4 E - a> � _ x 0 �On Rods (ft): NONE T �� N U� �� U) ZAfter Drilling (ft): DRY 3 a, a v SFAfter Hours (ft): a @ o� oZ v- a o ao o �, L7 T 3 cn o o o MATERIAL DESCRIPTION r jDark Brown CLAY with calcareous nodules — 4.5+ 6.8 97 26 — 4.5+ 18 76 25 51 3.1 — 5 — 4.5+ 18 — 4.5+ 18 _ 8.0 Brown SHALY CLAY — 4.5+ 14 63 21 42 6.3 10 — 4.5+ 19 15 .5+ 20 L4 20 20.0 TEST BORING TERMINATED AT 20 FT ALPHA**\*# TESTING WHERE IT ALL BEGINS Client: D.R. Horton - Texas, Ltd. (DFW West Di Project: Hampton Tract Start Date: 3/22/2022 End Date: Drilling Method: CONTINUOUS FLIGHT AU GROUND WATER OBSERVATIONS 0) -�ZOn Rods (ft): NONE Drilling (ft): DRY oZAfter After Hours (ft): O MATERIAL DESCRIPTION jBrown CLAY with limestone fragments Tan LIMESTONE with clay seams and layers _5_ 10 15 TEST BORING TERMINATED AT 15 FT 20 5058 Brush Creek Rd. BORING NO.: 62 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W220325 www.alphatesting.com vision) Location: Fort Worth, TX Surface Elevation: 3/22/2022 West: GER North: Hammer Drop (lbs / in): 140 / 30 o d o.S E a> -I--_ x o U� c_' E E c o Q U ^ J J a) 3 Y° �s N c y m >C1 °o °E °a� a3� ° ° -o .2 a ° oZ 00 c o� p�� U n .� ) U) X c ca ° .E m J o T Ha a- Z 4.5+ 15 58 21 37 2.0 77 100/ 9.75" 17" 100/ 15.0 , 3.75" ALPHA**\*# TESTING WHERE IT ALL BEGINS Client: Project: Start Date: Drilling Method: 5058 Brush Creek Rd. BORING NO.: 63 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W220325 www.alphatesting.com D.R. Horton - Texas, Ltd. (DFW West Division) Location: Fort Worth, TX Hampton Tract Surface Elevation: 3/22/2022 End Date: 3/22/2022 West: CONTINUOUS FLIGHT AUGER North: 0) GROUND WATER OBSERVATIONS -�ZOn Rods (ft): NONE Drilling (ft): DRY oZAfter After Hours (ft): O MATERIAL DESCRIPTION jBrown CLAY with limestone fragments Tan LIMESTONE with clay seams and layers 5— 10_ Gray LIMESTONE _15_ 20 TEST BORING TERMINATED AT 20 FT Hammer Drop (lbs / in): 140 / 30 o.S d E a) -I--_ o x co 0't6 _0)� E E o > o uE 4)75 m� & O -o .2 a o oZ 00 c a� p U n .� (n U) W x� OU o O Z J d T Ha a- 4.5+ 11 49 21 28 1.0 51 12.0 50/ 475 .75" 100/ 2.50" 100/ 1.25" 100/ 20.0 , 1.50" ALPHA**\*# TESTING WHERE IT ALL BEGINS Client: D.R. Horton - Texas, Ltd. (DFW West Di Project: Hampton Tract Start Date: 3/22/2022 End Date: Drilling Method: CONTINUOUS FLIGHT AU GROUND WATER OBSERVATIONS 0) -�ZOn Rods (ft): NONE Drilling (ft): DRY oZAfter SFAfter Hours (ft): O MATERIAL DESCRIPTION jDark Brown CLAY with limestone fragments Tan LIMESTONE with clay seams and layers _5_ 10 15 TEST BORING TERMINATED AT 15 FT 20 5058 Brush Creek Rd. BORING NO.: 64 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W220325 www.alphatesting.com vision) Location: Fort Worth, TX Surface Elevation: 3/22/2022 West: GER North: Hammer Drop (lbs / in): 140 / 30 o d o.S E a> -I--_ x o U� c_' E E c o Q U ^ J J a) 3 Y° �s N c y m >C1 °o °E °a� a3� ° ° -o .2 a ° oZ 00 c o� p�� U n .� ) U) X c ca ° .E m J o T Ha d � Z 4.5+ 6.0 108 18 62 20 42 2.0 82 78 100/ 10.50.50' 100/ 15.0 , 101, ALPHA**\*# TESTING WHERE IT ALL BEGINS Client: D.R. Horton - Texas, Ltd. (DFW West Di Project: Hampton Tract Start Date: 3/14/2022 End Date: Drilling Method: CONTINUOUS FLIGHT AU 0) GROUND WATER OBSERVATIONS -�ZOn Rods (ft): NONE oZAfter Drilling (ft): DRY O SFAfter Hours (ft): MATERIAL DESCRIPTION Tan CLAY with limestone fragments Tan LIMESTONE _5 10 15 Dark Brown SHALY CLAY 7/0 _20 TEST BORING TERMINATED AT 20 FT 5058 Brush Creek Rd. BORING NO.: 65 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W220325 www.alphatesting.com vision) Location: Fort Worth, TX Surface Elevation: 3/14/2022 West: GER North: Hammer Drop (lbs / in): 140 / 30 o d o.S E a> -I--_ x o U� c_' E E c o Q U ^ J J a) 3 Y° �s N c y m >C1 °o °E °a� a3� ° ° -o .2 a ° oZ 00 c o� p�� U n .� ) U) X c ca ° .E m J o T Ha a- Z 4.5+ 7 36 16 20 2.0 50/ 450 .50" 12" 100/ 66 1" 100/ 1.50" 16.0 4.5+ 19 62 21 41 20.0 ALPHA**\*# TESTING WHERE IT ALL BEGINS Client: Project: Start Date: Drilling Method: 5058 Brush Creek Rd. BORING NO.: 66 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W220325 www.alphatesting.com D.R. Horton - Texas, Ltd. (DFW West Division) Location: Fort Worth, TX Hampton Tract Surface Elevation: 3/14/2022 End Date: 3/14/2022 West: CONTINUOUS FLIGHT AUGER North: GROUND WATER OBSERVATIONS 0) -�ZOn Rods (ft): NONE Drilling (ft): DRY oZAfter SFAfter Hours (ft): O MATERIAL DESCRIPTION r OF,Dark Brown CLAY with calcareous nodules Tan LIMESTONE with clay seams and layers 5 10 Brown SHALY CLAY 15 TEST BORING TERMINATED AT 15 FT 20 4.0 Hammer Drop (lbs / in): 140 / 30 o.S d E a) -I--_ o x > o u E 4) 75 m � & O -o .2 a o oZ 00 c a� p U n .� (n U) W x� OU o O Z J d T Ha a- 3 1 4.5+ 21 100/ 2.25" 100/ 9„ 4.5+ 15 61 20 41 4.7 4.5+ 21 ALPHA**\*# TESTING WHERE IT ALL BEGINS Client: Project: Start Date: Drilling Method: 5058 Brush Creek Rd. BORING NO.: 67 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W220325 www.alphatesting.com D.R. Horton - Texas, Ltd. (DFW West Division) Location: Fort Worth, TX Hampton Tract Surface Elevation: 3/22/2022 End Date: 3/22/2022 West: CONTINUOUS FLIGHT AUGER North: 0) GROUND WATER OBSERVATIONS -�ZOn Rods (ft): NONE Drilling (ft): DRY oZAfter After Hours (ft): O MATERIAL DESCRIPTION jBrown CLAY with limestone fragments Tan LIMESTONE with clay seams and layers 5 10_ _15 Gray LIMESTONE 20 TEST BORING TERMINATED AT 20 FT Hammer Drop (lbs / in): 140 / 30 o.S d E a) -I--_ o x co 0't6 _0)� E E o > o uE 4)75 m� & O -o .2 a o oZ 00 c a� p U n .� (n U) W x� OU o O Z J d T Ha a- 4.5+ 16 56 19 37 1.0 55 100/ 8.25" 100/ 4.75" 100/ 15.0 , 1.75" 100/ 20.0 , 0.75" ALPHA**\*# TESTING WHERE IT ALL BEGINS Client: D.R. Horton - Texas, Ltd. (DFW West Di Project: Hampton Tract Start Date: 3/22/2022 End Date: Drilling Method: CONTINUOUS FLIGHT AU GROUND WATER OBSERVATIONS 0) -�ZOn Rods (ft): NONE Drilling (ft): DRY oZAfter After Hours (ft): O MATERIAL DESCRIPTION jBrown CLAY with limestone fragments Tan LIMESTONE with clay seams and layers _5_ 10 15 TEST BORING TERMINATED AT 15 FT 20 5058 Brush Creek Rd. BORING NO.: 68 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W220325 www.alphatesting.com vision) Location: Fort Worth, TX Surface Elevation: 3/22/2022 West: GER North: Hammer Drop (lbs / in): 140 / 30 o d o.S E a> -I--_ x o U� c_' E E c o Q U ^ J J a) 3 Y° �s N c y m >C1 °o °E °a� a3� ° ° -o .2 a ° oZ 00 c o� p�� U n .� ) U) X c ca ° .E m J o T Ha d � Z 4.5+ 4.0 116 10 2.0 59 50/ 550 .50" 100/ 2.50" 100/ 15.0 , 1 ALPHA**\*# TESTING WHERE IT ALL BEGINS Client: Project: Start Date: Drilling Method: 5058 Brush Creek Rd. BORING NO.: 69 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W220325 www.alphatesting.com D.R. Horton - Texas, Ltd. (DFW West Division) Location: Fort Worth, TX Hampton Tract Surface Elevation: 3/23/2022 End Date: 3/23/2022 West: CONTINUOUS FLIGHT AUGER North: 0) GROUND WATER OBSERVATIONS -�ZOn Rods (ft): NONE Drilling (ft): DRY oZAfter After Hours (ft): O MATERIAL DESCRIPTION jBrown CLAY with limestone fragments Tan LIMESTONE with clay seams and layers 5 10_ _15 — 0 Brown SHALY CLAY _20 TEST BORING TERMINATED AT 20 FT Hammer Drop (lbs / in): 140 / 30 o.S co d E 0't6 a) -I--_ o E E x _0)� & o a > o o oZ uE 00 4)75 c m� a� p O -o U .2 n .� (n U) W x� OU o O Z J d T Ha a- 1.0 4.5+ 11 57 100/ 4.75" 100/ 2.75" 100/ 2.50" 16.0 4.5 21 60 22 38 20.0 ALPHA**\*# TESTING WHERE IT ALL BEGINS Client: D.R. Horton - Texas, Ltd. (DFW West Di Project: Hampton Tract Start Date: 3/23/2022 End Date: Drilling Method: CONTINUOUS FLIGHT AU GROUND WATER OBSERVATIONS 0) -�ZOn Rods (ft): NONE Drilling (ft): DRY oZAfter After Hours (ft): O MATERIAL DESCRIPTION jBrown CLAY with limestone fragments Tan LIMESTONE with clay seams and layers _5_ 10 15 TEST BORING TERMINATED AT 15 FT 20 5058 Brush Creek Rd. BORING NO.: 70 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W220325 www.alphatesting.com vision) Location: Fort Worth, TX Surface Elevation: 3/23/2022 West: GER North: Hammer Drop (lbs / in): 140 / 30 o d o.S E a> -I--_ x o U� c_' E E c o Q U ^ J J a) 3 Y° �s N c y m >C1 °o °E °a� a3� ° ° -o .2 a ° oZ 00 c o� p�� U n .� ) U) X c ca ° .E m J o T Ha a- Z 4.5+ 16 53 20 33 2.0 83 100/ 2.50" 100/ 66 1" 100/ 15.0 , 1.50" 5058BrushCreek Rd. BORING NO.: 71 A L P H A T E S T I N G Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W220325 WHERE IT ALL BEGINS www.alphatesting.com Client: D.R. Horton - Texas, Ltd. (DFW West Division) Location: Fort Worth, TX Project: Hampton Tract Surface Elevation: Start Date: 3/23/2022 End Date: 3/23/2022 West: Drilling Method: CONTINUOUS FLIGHT AUGER North: Hammer Drop (lbs / in): 140 / 30 GROUND WATER OBSERVATIONS m -.S .4 E - a> � _ x 0 12 T ip 3 �� m U� c'.g' E c o �On Rods (ft): �Y s .7)� s ZAfter Drilling (ft): 12 a oC1 o o f a) 5 mo L,a o -o .2 n n �� OQ tl o c aN �" <) 3 o m SFAfter Hours (ft): @ a, U � o 2 o �, s cn r MATERIAL DESCRIPTION jDark Brown CLAY with limestone fragments 4.5+ 20 4.5+ 17 63 22 41 4.4 — 5 — 4.5+ 6.6 112 15 4.0 21 _ 8.0 Light Brown CLAY with calcareous nodules 4.25 20 62 21 41 10 10.0 Light Brown CLAYEY SAND with gravel 1 4.0 29 17 15 — 1.0 26 20 i 20.0 TEST BORING TERMINATED AT 20 FT ALPHA**\*# TESTING WHERE IT ALL BEGINS Client: D.R. Horton - Texas, Ltd. (DFW West Di Project: Hampton Tract Start Date: 3/29/2022 End Date: Drilling Method: CONTINUOUS FLIGHT AU GROUND WATER OBSERVATIONS 0) -�ZOn Rods (ft): NONE Drilling (ft): DRY oZAfter SFAfter Hours (ft): O MATERIAL DESCRIPTION r OF, Dark Brown CLAY with limestone fragments Tan LIMESTONE with clay seams and layers — I'X/00,0 Light Brown SHALY CLAY 10 Brown SHALY CLAY 15 TEST BORING TERMINATED AT 15 FT 20 5058 Brush Creek Rd. BORING NO.: 72 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W220325 www.alphatesting.com vision) Location: Fort Worth, TX Surface Elevation: 3/29/2022 West: GER North: Hammer Drop (lbs / in): 140 / 30 o d o.S E a> -I--_ x o U� c_' E E c o Q U ^ J J a) 3 Y° �s N c y m >C1 °o °E °a� a3� ° ° -o .2 a ° oZ 00 c o� p�� U n .� ) U) X c ca ° .E m J o T Ha a- Z 4.5+ 15 2.0 100/ 7.75" 13" 8.0 4.5+ 18 55 20 35 6.1 10.0 4.5+ 17 62 23 39 15.0 ALPHA**\*# TESTING WHERE IT ALL BEGINS Client: Project: Start Date: Drilling Method: 5058 Brush Creek Rd. BORING NO.: 73 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W220325 www.alphatesting.com D.R. Horton - Texas, Ltd. (DFW West Division) Location: Fort Worth, TX Hampton Tract Surface Elevation: 3/29/2022 End Date: 3/29/2022 West: CONTINUOUS FLIGHT AUGER North: GROUND WATER OBSERVATIONS 0) -�ZOn Rods (ft): NONE Drilling (ft): DRY oZAfter SFAfter Hours (ft): O MATERIAL DESCRIPTION jDark Brown CLAY Tan LIMESTONE with clay seams and layers 5 10_ _15 Gray LIMESTONE 20 TEST BORING TERMINATED AT 20 FT Hammer Drop (lbs / in): 140 / 30 o.S d E a) -I--_ o x co 0't6 _0)� E E o > o uE 4)75 m� & O -o .2 a o oZ 00 c a� p U n .� (n U) W x� OU o O Z J d T Ha a- L 100/ 9 1.0 5.75" 100/ 1.50" 100/ 2.50" 100/ 15.0 , 1 100/ 20.0 , 1 ALPHA**\*# TESTING WHERE IT ALL BEGINS Client: D.R. Horton - Texas, Ltd. (DFW West Di Project: Hampton Tract Start Date: 3/29/2022 End Date: Drilling Method: CONTINUOUS FLIGHT AU GROUND WATER OBSERVATIONS 0) Rods (ft): NONE -�ZOn Drilling (ft): DRY oZAfter SFAfter Hours (ft): O MATERIAL DESCRIPTION jDark Brown CLAY with calcareous nodules Tan LIMESTONE with clay seams and layers _5_ 10 15 TEST BORING TERMINATED AT 15 FT 20 5058 Brush Creek Rd. BORING NO.: 74 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W220325 www.alphatesting.com vision) Location: Fort Worth, TX Surface Elevation: 3/29/2022 West: GER North: Hammer Drop (lbs / in): 140 / 30 o d o.S E a> -I--_ x o U� c_' E E c o Q U ^ J J a) 3 Y° �s N c y m >C1 °o °E °a� a3� ° ° -o .2 a ° oZ 00 c o� p�� U n .� ) U) X c ca ° .E m J o T Ha a- Z 4.5+ 19 65 22 43 2.0 50/ 550 .50" 100/ 1.25" 100/ 66 1" 100/ 15.0 , 1.50" ALPHA**\*# TESTING WHERE IT ALL BEGINS Client: Project: Start Date: Drilling Method: 5058 Brush Creek Rd. BORING NO.: 75 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W220325 www.alphatesting.com D.R. Horton - Texas, Ltd. (DFW West Division) Location: Fort Worth, TX Hampton Tract Surface Elevation: 3/29/2022 End Date: 3/29/2022 West: CONTINUOUS FLIGHT AUGER North: 0) GROUND WATER OBSERVATIONS -�ZOn Rods (ft): NONE oZAfter Drilling (ft): DRY O SFAfter Hours (ft): MATERIAL DESCRIPTION Brown GRAVELLY CLAY with limestone fragments Hammer Drop (lbs / in): 140 / 30 o.S d E a) -I--_ o x > o u E 4) 75 m � & O -o .2 a o oZ 00 c a� p U n .� (n U) W x� OU o O Z J d T Ha a-� 100/ 15 6 42 21 21 5.50" 2.0 Tan LIMESTONE with clay seams and layers Gray LIMESTONE 20.0 , TEST BORING TERMINATED AT 20 FT 100/ 4" 100/ 3" 100/ 1.25" 100/ 0.75" ALPHA**\*# TESTING WHERE IT ALL BEGINS Client: Project: Start Date: Drilling Method: 5058 Brush Creek Rd. BORING NO.: 76 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W220325 www.alphatesting.com D.R. Horton - Texas, Ltd. (DFW West Division) Location: Fort Worth, TX Hampton Tract Surface Elevation: 3/22/2022 End Date: 3/22/2022 West: CONTINUOUS FLIGHT AUGER North: GROUND WATER OBSERVATIONS 0) -�ZOn Rods (ft): NONE Drilling (ft): DRY oZAfter SFAfter Hours (ft): O MATERIAL DESCRIPTION OF,Dark Brown CLAY Tan CALCAREOUS CLAY with limestone fragments Tan LIMESTONE with clay seams and layers _5 _10_ Gray LIMESTONE _15 TEST BORING TERMINATED AT 15 FT 20 2.0 3.0 12.0 Hammer Drop (lbs / in): 140 / 30 o.S d E a) -I--_ o x > o u E 4) 75 m � & O -o .2 a o oZ 00 c a� p U n .� (n � x� OU o O Z J d T Ha a- 4.5+ 12 53 19 34 4.5+ 9 40 18 22 100/ 11" 100/ 10.50.50' 100/ 15.0 , 1.50" ALPHA**\*# TESTING WHERE IT ALL BEGINS Client: Project: Start Date: Drilling Method: 5058 Brush Creek Rd. BORING NO.: 77 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W220325 www.alphatesting.com D.R. Horton - Texas, Ltd. (DFW West Division) Location: Fort Worth, TX Hampton Tract Surface Elevation: 3/22/2022 End Date: 3/22/2022 West: CONTINUOUS FLIGHT AUGER North: 0) GROUND WATER OBSERVATIONS -�ZOn Rods (ft): NONE Drilling (ft): DRY oZAfter SFAfter Hours (ft): O MATERIAL DESCRIPTION jDark Brown CLAY with limestone fragments Tan LIMESTONE with clay seams and layers 5 10_ Gray LIMESTONE 15 _20 TEST BORING TERMINATED AT 20 FT Hammer Drop (lbs / in): 140 / 30 o.S d E a) -I--_ o x co 0't6 _0)� E E o > o uE 4)75 m� & O -o .2 a o oZ 00 c a� p U n .� (n U) W x� OU o O Z J d T Ha a- 3.5 23 1.0 100/ 9„ 13.0 50/ 450 .50" 100/ 2.50" 100/ 1.25" 100/ 20.0 , 1.50" ALPHA**\*# TESTING WHERE IT ALL BEGINS Client: Project: Start Date: Drilling Method: 5058 Brush Creek Rd. BORING NO.: 78 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W220325 www.alphatesting.com D.R. Horton - Texas, Ltd. (DFW West Division) Location: Fort Worth, TX Hampton Tract Surface Elevation: 3/23/2022 End Date: 3/23/2022 West: CONTINUOUS FLIGHT AUGER North: 0) GROUND WATER OBSERVATIONS -�ZOn Rods (ft): NONE oZAfter Drilling (ft): DRY O SFAfter Hours (ft): ,"'A MATERIAL DESCRIPTION Dark Brown CLAY with calcareous nodules _5 Tan LIMESTONE with clay seams and layers 10 Light Brown SHALY CLAY 15 , TEST BORING TERMINATED AT 15 FT 20 Hammer Drop (lbs / in): 140 / 30 o.S d E a) -I--_ o x > o u E 4) 75 m � & O -o .2 a o oZ 00 c a� p U n .� (n U) W x� OU o O Z J d T Ha a-- 3 4.5+ 6.2 99 23 4.5+ 19 69 23 46 5.6 5.0 4.5+ 17 50/ 4.75" 100/ 5" 12.0 4.5+ 17 56 19 37 15.0 ALPHA**\*# TESTING WHERE IT ALL BEGINS Client: Project: Start Date: Drilling Method: 5058 Brush Creek Rd. BORING NO.: 79 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W220325 www.alphatesting.com D.R. Horton - Texas, Ltd. (DFW West Division) Location: Fort Worth, TX Hampton Tract Surface Elevation: 3/23/2022 End Date: 3/23/2022 West: CONTINUOUS FLIGHT AUGER North: 0) GROUND WATER OBSERVATIONS -�ZOn Rods (ft): 11 Drilling (ft): 13 oZAfter SFAfter Hours (ft): O MATERIAL DESCRIPTION r jDark Brown CLAY with calcareous nodules 5 6.0 _ Brown CLAY with limestone fragments and calcareous nodules 10 Light Brown CLAY with sand and gravel 1 15 20 TEST BORING TERMINATED AT 20 FT 10.0 20.0 Hammer Drop (lbs / in): 140 / 30 o.S d E a)_ o x > o u E 4) 5 & O -o .2 a o� �o � 3 (n U) W x OU o O Z J d T Ha a-� 3.0 4.5+ 4.5+ 4.5+ 4.25 4.5+ HUI 28 im 20 78 27 51 5.9 iffli 20 60 21 39 0.8 8 iE7 ALPHA**\*# TESTING WHERE IT ALL BEGINS Client: Project: Start Date: Drilling Method: 5058 Brush Creek Rd. BORING NO.: 81 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W220325 www.alphatesting.com D.R. Horton - Texas, Ltd. (DFW West Division) Location: Fort Worth, TX Hampton Tract Surface Elevation: 3/29/2022 End Date: 3/29/2022 West: CONTINUOUS FLIGHT AUGER North: 0) GROUND WATER OBSERVATIONS -�ZOn Rods (ft): NONE oZAfter Drilling (ft): DRY O SFAfter Hours (ft): MATERIAL DESCRIPTION Tan LIMESTONE with clay seams and layers 10 15 Gray LIMESTONE 20 TEST BORING TERMINATED AT 20 FT Hammer Drop (lbs / in): 140 / 30 o.S d E a) -I--_ o x co 0't6 _0)� E E o > o uE 4)75 m� & O -o .2 a o oZ 00 c a� p U n .� (n U) W x� OU o O Z J d T Ha a- 100/ 4.7575" 100/ 2.25" 100/ 1.75" 100/ 0.75" 16.0 100/ 20.0 k 1 ALPHA**\*# TESTING WHERE IT ALL BEGINS Client: Project: Start Date: Drilling Method: 5058 Brush Creek Rd. BORING NO.: 82 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W220325 www.alphatesting.com D.R. Horton - Texas, Ltd. (DFW West Division) Location: Fort Worth, TX Hampton Tract Surface Elevation: 3/29/2022 End Date: 3/29/2022 West: CONTINUOUS FLIGHT AUGER North: 0) GROUND WATER OBSERVATIONS -�ZOn Rods (ft): NONE oZAfter Drilling (ft): DRY O SFAfter Hours (ft): MATERIAL DESCRIPTION Tan LIMESTONE with clay seams and layers _10— _15_ 20 TEST BORING TERMINATED AT 20 FT Hammer Drop (lbs / in): 140 / 30 o.S d E a) -I--_ o x co 0't6 _0)� E E o > o uE 4)75 m� & O -o .2 a o oZ 00 c a� p U n .� (n U) W x� OU o O Z J d T Ha a- 17" L 20.0 , 100/ 2.50" 100/ 1.75" 100/ 1.25" ALPHA**\*# TESTING WHERE IT ALL BEGINS Client: Project: Start Date: Drilling Method: 5058 Brush Creek Rd. BORING NO.: 83 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W220325 www.alphatesting.com D.R. Horton - Texas, Ltd. (DFW West Division) Location: Fort Worth, TX Hampton Tract Surface Elevation: 3/29/2022 End Date: 3/29/2022 West: CONTINUOUS FLIGHT AUGER North: GROUND WATER OBSERVATIONS 0) -�ZOn Rods (ft): NONE Drilling (ft): DRY oZAfter SFAfter Hours (ft): O MATERIAL DESCRIPTION jDark Brown CLAY Tan LIMESTONE with clay seams and layers 5 _10_ 15 Gray LIMESTONE 20 TEST BORING TERMINATED AT 20 FT 3.0 Hammer Drop (lbs / in): 140 / 30 o.S d E a) -I-- o x > Co `o 0't6 U� 0) _� o E E o Q >C1 00 uE oar U m� ^ o o J -o J .2 a o oZ 00 c a� p U n .� (n U) x OU o O Z J D_ T Ha a- 4.5+ 24 4.5+ 19 75 24 51 6.9 17" 13" 100/ 15.0 , 1.50" 100/ 20.0 , 1.50" ALPHA**\*# TESTING WHERE IT ALL BEGINS Client: D.R. Horton - Texas, Ltd. (DFW West Di Project: Hampton Tract Start Date: 3/22/2022 End Date: Drilling Method: CONTINUOUS FLIGHT AU GROUND WATER OBSERVATIONS 0) �On Rods (ft): NONE Drilling (ft): DRY oZAfter SFAfter Hours (ft): O MATERIAL DESCRIPTION Brown CALCAREOUS CLAY Tan LIMESTONE with clay seams and layers 5— 10 _15_ TEST BORING TERMINATED AT 15 FT 20 5058 Brush Creek Rd. BORING NO.: 84 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W220325 www.alphatesting.com Location: Fort Worth, TX Surface Elevation: 3/22/2022 West: GER North: Hammer Drop (lbs / in): 140 / 30 o.S d E a> -I--_ o x a) Q > 3 a:o Y� uE U �s N a'a� a30 ^ w c O J -o J .2 y a oW oZ a°o c oC4 0— U 5 in .� 3 (n U x OU o O Z C J D_ Ha a- 4.5+ 13 48 19 29 1.0 54 5" 6 100/ 6.25" 100/ 15.0 , 0.75" ALPHA**\*# TESTING WHERE IT ALL BEGINS Client: Project: Start Date: Drilling Method: 5058 Brush Creek Rd. BORING NO.: 85 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W220325 www.alphatesting.com D.R. Horton - Texas, Ltd. (DFW West Division) Location: Fort Worth, TX Hampton Tract Surface Elevation: 3/22/2022 End Date: 3/22/2022 West: CONTINUOUS FLIGHT AUGER North: 0) GROUND WATER OBSERVATIONS -�ZOn Rods (ft): NONE Drilling (ft): DRY oZAfter After Hours (ft): O MATERIAL DESCRIPTION jBrown CLAY with limestone fragments Tan LIMESTONE with clay seams and layers 5— 10_ Gray LIMESTONE 20 TEST BORING TERMINATED AT 20 FT Hammer Drop (lbs / in): 140 / 30 o.S Co d E 0't6 a) 0) -I-- o o E E x > Q `o U� _� U ^ J J o a >C1 o 00 oZ uE 00 oar c m� a� o o -o .2 3 OU o O J D_ T (n U) x Ha a- Z 1.0 4.5+ 23 47 100/ 1.25" 100/ 1.50" 14.0 100/ 1.75" 100/ 1.1 20.0 L ALPHA**\*# TESTING WHERE IT ALL BEGINS Client: Project: Start Date: Drilling Method: 5058 Brush Creek Rd. BORING NO.: 86 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W220325 www.alphatesting.com D.R. Horton - Texas, Ltd. (DFW West Division) Location: Fort Worth, TX Hampton Tract Surface Elevation: 3/23/2022 End Date: 3/23/2022 West: CONTINUOUS FLIGHT AUGER North: 0) GROUND WATER OBSERVATIONS -�ZOn Rods (ft): NONE Drilling (ft): DRY oZAfter After Hours (ft): O MATERIAL DESCRIPTION jBrown CLAY with limestone fragments Tan LIMESTONE with clay seams and layers 5 Gray LIMESTONE _10 15_ TEST BORING TERMINATED AT 15 FT 20 Hammer Drop (lbs / in): 140 / 30 o.S d E a) -I--_ o x > o u E 4) 75 m � & O -o .2 a o oZ 00 c a� p U n .� (n U) W x� OU o O Z J d T Ha a- 4.5+ 14 1.0 52 100/ 5.0 , 3.25" 100/ 1.25" 100/ 15.0 , 1 ALPHA**\*# TESTING WHERE IT ALL BEGINS Client: D.R. Horton - Texas, Ltd. (DFW West Di Project: Hampton Tract Start Date: 3/23/2022 End Date: Drilling Method: CONTINUOUS FLIGHT AU GROUND WATER OBSERVATIONS 0) -�ZOn Rods (ft): NONE Drilling (ft): DRY oZAfter SFAfter Hours (ft): O MATERIAL DESCRIPTION jDark Brown CLAY with limestone fragments Tan LIMESTONE with clay seams and layers _5_ 10 15 Gray LIMESTONE 20 TEST BORING TERMINATED AT 20 FT 5058 Brush Creek Rd. BORING NO.: 87 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W220325 www.alphatesting.com vision) Location: Fort Worth, TX Surface Elevation: 3/23/2022 West: GER North: Hammer Drop (lbs / in): 140 / 30 o d o.S E a> -I--_ x o U� c_' E E c o Q U ^ J J a) 3 Y° �s N c y m >C1 °o °E °a� a3� ° ° -o .2 a ° oZ 00 c o� p�� U n .� ) U) X c ca ° .E m J o T Ha a- Z 4.5+ 17 60 22 38 2.0 100/ 8.50" 100/ 1.50" 100/ 1.25" 100/ 1.75" 16.0 100/ 20.0 , 1.25" ALPHA**\*# TESTING WHERE IT ALL BEGINS Client: D.R. Horton - Texas, Ltd. (DFW West Di Project: Hampton Tract Start Date: 3/22/2022 End Date: Drilling Method: CONTINUOUS FLIGHT AU 0) GROUND WATER OBSERVATIONS �On Rods (ft): NONE oZAfter Drilling (ft): DRY O SFAfter Hours (ft): MATERIAL DESCRIPTION jDark Brown CLAY with limestone fragments Tan LIMESTONE with clay seams and layers 5 _10_ Gray LIMESTONE 15 TEST BORING TERMINATED AT 15 FT 20 5058 Brush Creek Rd. BORING NO.: 90 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W220325 www.alphatesting.com Location: Fort Worth, TX Surface Elevation: 3/22/2022 West: GER North: Hammer Drop (lbs / in): 140 / 30 o.S d E a> -I--_ o x a) Q > 3 a:o Y� uE U �s N a'a� a30 ^ w c O J -o J .2 y a oW oZ a°o c oC4 0— U 5 in .� 3 (n U x OU o O Z C J D_ Ha a- 4.5+ 16 51 20 31 1.0 5" 6 87 100/ 2.50" 12.0 100/ 15.0 , 1.25" ALPHA**\*# TESTING WHERE IT ALL BEGINS Client: Project: Start Date: Drilling Method: 5058 Brush Creek Rd. BORING NO.: 91 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W220325 www.alphatesting.com D.R. Horton - Texas, Ltd. (DFW West Division) Location: Fort Worth, TX Hampton Tract Surface Elevation: 3/23/2022 End Date: 3/23/2022 West: CONTINUOUS FLIGHT AUGER North: 0) GROUND WATER OBSERVATIONS -�ZOn Rods (ft): NONE Drilling (ft): DRY oZAfter After Hours (ft): O MATERIAL DESCRIPTION jBrown CLAY with limestone fragments Tan LIMESTONE with clay seams and layers 5 _10_ Gray LIMESTONE 15 20 TEST BORING TERMINATED AT 20 FT Hammer Drop (lbs / in): 140 / 30 o.S co d E 0't6 a) -I--_ o E E x _0)� o a > o o oZ uE 00 4)75 c m� a� & p O -o U .2 n .� W OU o O J d T (n U) x� Ha Z a- 1.0 4.5+ 12 44 100/ 4.75" 100/ 1.75" 11.0 100/ 1.25" 100/ 20.0 , 1 ALPHA**\*# TESTING WHERE IT ALL BEGINS Client: D.R. Horton - Texas, Ltd. (DFW West Di Project: Hampton Tract Start Date: 3/23/2022 End Date: Drilling Method: CONTINUOUS FLIGHT AU GROUND WATER OBSERVATIONS 0) �On Rods (ft): NONE Drilling (ft): DRY oZAfter After Hours (ft): O MATERIAL DESCRIPTION jBrown CLAY with limestone fragments Tan LIMESTONE with clay seams and layers 5 10 Gray LIMESTONE _15 TEST BORING TERMINATED AT 15 FT 20 5058 Brush Creek Rd. BORING NO.: 92 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W220325 www.alphatesting.com Location: Fort Worth, TX Surface Elevation: 3/23/2022 West: GER North: Hammer Drop (lbs / in): 140 / 30 o.S d E a> -I--_ o x a) Q > 3 a:o Y� uE U �s N a'a� a30 ^ w c J O -o J .2 y a oW oZ a°o c oC4 0— U 5 in .� 3 (n U x OU o O Z C J D_ Ha a- 4.5+ 10 1.0 66 100/ 3.25" 100/ 10.0 , 1.75" 100/ 15.0 , 1 A L P H A+ T E S T I N G KEY TO SOIL SYMBOLS WHERE IT ALL BEGINS AND CLASSIFICATIONS SOIL & ROCK SYMBOLS RELATIVE DENSITY OF COHESIONLESS SOILS (blows/ft) ® (CH), High Plasticity CLAY VERY LOOSE 0 TO 4 ® (CL), Low Plasticity CLAY LOOSE 5 TO 10 MEDIUM 11 TO 30 (SC), CLAYEY SAND DENSE 31 TO 50 VERY DENSE OVER 50 (SP), Poorly Graded SAND (SW), Well Graded SAND SHEAR STRENGTH OF COHESIVE SOILS (tsfl (SM), SILTY SAND VERY SOFT LESS THAN 0.25 SOFT 0.25 TO 0.50 IN(ML), SILT FIRM 0.50 TO 1.00 STIFF 1.00 TO 2.00 ® (MH), Elastic SILT VERY STIFF 2.00 TO 4.00 HARD OVER 4.00 19 LIMESTONE RELATIVE DEGREE OF PLASTICITY (PI) ® SHALE / MARL LOW 4 TO 15 SANDSTONE MEDIUM 16 TO 25 HIGH 26 TO 35 o (GP), Poorly Graded GRAVEL VERY HIGH OVER 35 (GW), Well Graded GRAVEL ® (GC), CLAYEY GRAVEL RELATIVE PROPORTIONS (%) W (GM), SILTY GRAVEL m(OL), ORGANIC SILT TRACE 1 TO 10 LITTLE 11 TO 20 SOME 21 TO 35 (OH), ORGANIC CLAY AND 36 TO 50 15mm 1♦ S SAMPLING SYMBOLS PARTICLE SIZE IDENTIFICATION (DIAMETER) ■SHELBY TUBE (3" OD except where BOULDERS 8.0" OR LARGER noted otherwise) COBBLES 3.0" TO 8.0" SPLIT SPOON (2" OD except where COARSE GRAVEL 0.75' TO 3.0" noted otherwise) FINE GRAVEL 5.0 mm TO 3.0" ® AUGER SAMPLE COURSE SAND 2.0 mm TO 5.0 mm ❑ TEXAS CONE PENETRATION MEDIUM SAND FINE SAND 0.4 mm TO 5.0 mm 0.07 mm TO 0.4 mm ROCK CORE (2" ID except where SILT CLAY 0.002 mm TO 0.07 mm LESS THAN 0.002 mm noted otherwise) GC-4.04 Underground Facilities THIS PAGE LEFT INTENTIONALLY BLANK CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 HAMPTON TRACT PHASE 3 CPN:104657 HEADQUARTERS 210 Derrick Drive Humble, TX 77338 P 281.254.9514 email: info@omnivuendt.com OmniVueNDT GPR, BIM & Non Destructive Testing LETTER REPORT SUBSURFACE UTILITY INVESTIGATION Iw MCCART AVE/LEE ANN ST. FORT WORTH, TX FOR SHIELD ENGINEERING GROUP, PLLC FEBRUARY 91 2023 PROJECT NO. OV2023-1084 PROJECT NUMBER: OV2023-1084 PROJECT NAME: Gas Line Investigation PAGE I 1 DATE: 2/9/23 HEADQUARTERS 210 Derrick Drive Humble, TX 77338 P 281.254.9514 email: info@omnivuendt.com February 16, 2023 Caleb Dunn, P.E. Shield Engineering Group, PLLC — GAS LINE INVESTIGATION P 817.810.0696 E caleb.dunn@shield-engineering.com Re: Subsurface Utility Investigation Dear Mr. Dunn- OmniVueNDT GPR, BIM & Non Destructive Testing OmniVueNDT was contacted to complete a subsurface utility location at four different locations to provide information about the natural gas line. Limitations on the effectiveness of the scanning in these areas were due to the soil composition. This limits the use of GPR (Ground Penetrating Radar) to locate utilities as it is less effective in these conditions. Despite this limitation, gas line location was marked out utilizing a Dynatel line locator and a Fisher metal detector. A FISHER metal detector is only able to locate metallic and ferro metallic utilities, no polymer or fiber utilities are able to be located with this setup. Approximate depth readings from the Dynatel ranged from 57"-68". This information should provide value in determining excavation locations. Please see attached images and KML file for further information. Detected anomalies were flagged out onsite by using YELLOW flags. We appreciate the opportunity to be of service to you. Should you have any questions, please do not hesitate to contact me. Regards, Gabor Enekes, MS Gabe.enekes@omnivuendt.com PROJECT NUMBER: OV2023-1084 PROJECT NAME: Gas Line Investigation PAGE 12 DATE: 2/9/23 HEADQUARTERS 210 Derrick Drive OmniVueNDT Humble, TX 77338 P 281.254.9514 email: info@omnivuendt.com GPR, BIM & Non Destructive Testing Notes: • A GPR, Dynatel line locator, and FISHER metal detector were used to collect the data for this survey. Each device scanned the accessible portions of the site in a 3' X 3' grid pattern for full coverage, depending on surface obstructions. • It should be understood that the location of subsurface objects, pipes, and utilities is dependent upon the recognition of physical phenomena at the ground surface. These phenomena can be magnetic fields or electromagnetic waves that are interpreted as representative of subsurface objects. The fields or waves, however, can be attenuated and/or distorted by a number of factors including soil moisture, steel reinforced concrete, and proximity to other surface and subsurface facilities. In practical terms, this investigation serves to reduce the chances of accidental damage during excavation operations. However, it is important to be aware that not all underground lines, piping, utilities, and facilities are detectable. Underground conduits or utilities made of non-metallic or non - electrically conductive materials (i.e. PVC, fiberglass, transite, etc.) are usually more difficult to detect than ones made of conducting metals. PROJECT NUMBER: OV2023-1084 PROJECT NAME: Gas Line Investigation PAGE 13 DATE: 2/9/23 210 Derrick Drive Humble, TX 77338 P 281.254.9514 email: info@omnivuendt.com GOOGLE EARTH KML PLAN VIEW PROJECT NUMBER: OV2023-1084 PROJECT NAME: Gas Line Investigation DATE: 2/9/23 OmniVueNDT GPR, BIM & Non Destructive Testing PAGE 14 210 Derrick Drive Humble, TX 77338 P 281.254.9514 email: info@omnivuendt.com POTHOLE LOCATIONS 1 SW CORNER OF PROPERTY PROJECT NUMBER: OV2023-1084 PROJECT NAME: Gas Line Investigation DATE: 2/9/23 OmniVueNDT GPR, BIM & Non Destructive Testing PAGE 15 210 Derrick Drive Humble, TX 77338 P 281.254.9514 email: info@omnivuendt.com POTHOLE LOCATION 2 EAST OF VALVE STATION Mlt i ► a► raw ! WOW ► 1 �. tr • ♦ � s � IL t � �"�. � ♦ �` _ s : � �*�'Y' � ,;fie; : �,� . OmniVueNDT GPR, BIM & Non Destructive Testing Detected Gas Line PROJECT NUMBER: OV2023-1084 PROJECT NAME: Gas Line Investigation PAGE 16 DATE: 2/9/23 210 Derrick Drive Humble, TX 77338 P 281.254.9514 email: info@omnivuendt.com POTHOLE LOCATIONS 3 AND 4 NE CORNER OF PROPERTY - Pothole A k t Location 3 r * ■ "- >„ ummum PROJECT NUMBER: OV2023-1084 PROJECT NAME: Gas Line Investigation DATE: 2/9/23 Pothole Location 4 OmniVueNDT GPR, BIM & Non Destructive Testing PAGE 17 210 Derrick Drive Humble, TX 77338 P 281.254.9514 email: info@omnivuendt.com GPR Scan Result 2.5 5.0 OmniVueNDT GPR, BIM & Non Destructive Testing Image on the left indicates a typical GPR cross section that we collected onsite. There is no Utility -like anomaly is shown in the near zone. The floor of radar signal was determined to be 5-6' deep thus the effective signal penetration was 5-6' deep. Below this depth is NOISE. PROJECT NUMBER: OV2023-1084 PROJECT NAME: Gas Line Investigation PAGE 18 DATE: 2/9/23 210 Derrick Drive Humble, TX 77338 P 281.254.9514 email: info@omnivuendt.com OmniVueNDT GPR, BIM & Non Destructive Testing NOTE: The report for this project is not to be construed as a guaranty or warranty of the condition of the materials tested. OmniVueNDT LLC is not liable for any misinterpretation of results or conditions, or for any claims attributable to performance of examination. These services are rendered without any warranty. Any liability is limited to the amount paid for the services at issue. All orders are subject to OmniVueNDT LLC's Standard Terms and Conditions of Sale, which are available upon request. "his document and all services and/or products provided in connection with this document are subject to and governed by the OmniVueNDT LLC Standard Service Terms' in effect when the services and/or products are ordered. ARE EXPRESSLY NCORPORATED BY REFERENCE INTO THIS DOCUMENT AND SHALL SUPERSEDE ANY CONFLICTING TERMS IN ANY OTHER DOCUMENT. CLIENT (PRINT: CLIENT (SIGN): OmniVueNDT REVIEW 1 ST TECHNICIAN (SIGN): 2NoTECHNICIAN (SIGN): 1ST TECHNICIAN PRINT): GABOR ENEKES, MS 2ND TECHNICIAN PRINT): PROJECT NUMBER: OV2023-1084 PROJECT NAME: Gas Line Investigation PAGE 19 DATE: 2/9/23 GC-6.09 Permits & Utilities THIS PAGE LEFT INTENTIONALLY BLANK CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 HAMPTON TRACT PHASE 3 CPN: 104657 1LOWNED/DEVELOPED BY: REVISIONS DESCRIPTION DATE _ D.R.HORTON -TEXAS, LTD GI 6751 NORTH FREEWAY , 4 �11 FORT WORTH TX, TX 76131 -� I �- P OJE 817-230-0600 C-I- C i I C I t I ®® L CAT( N t I I , I 1 . I i I l l I I i l I ualNJw G5 R�11 I I i l x m ]2 C F 12 it 10 9 8 ) 8 5 4 3 I 2 3 4 5 8 ] 8 9 10 11 12 19 14 15 L11 L 4V PERMANENT DRAINAGE 49 4 1]1 FACILITY EASEMENT 3 O B I+ I W I CITY OF FORT WORTH _ SHIELD vweex r 24 29 ?2 20 19 18 17 16 15 14 131 ?� 118 1T 18 19 20 21 22 23 24 25 W 27 I� DOC..C.T. 80fi8905 a o �' - I _ - �W I- _- __ D.R.T.c.T. ENGINEERING GROUP STREETS _ STREETS_ _ _ _ , 1 ♦�+ cto ® �I ■. I 14 2 1 1; 2 3 4 5 B ]B 9 1011 12 13 143+ Iqkl 3 \ \ B K 32 I 1BLOCK)4`BII # PRELIMINARY- FOR REVIEW ONLY L' 18 23 Y2 2t 20 19 16 1T 16 lrn I 05 4ICINITY MAP ` 29 I \----- --34ANDTHENO INTEND D ARE FOR OFSCTION.IGN IEW N.T.S. \_ AND NOT INTENDED FOR CONSTRUCTION,n 9 \]_STR_EETC 173` 401 - aSTREETC r lA BIDDINGORPERMIT PURPOSES THEYWERE _ _ _ 1 BY,oa UNDERSUPE-Ia*NGF: 6 9 10 11 12 13 F 1 2 3 46 5 8 I W iI CALEB F. DUNN -.a )2)T12 32 \ S 22 I W I 9 38 ILL '^ ttPE ORPxxrxNaE FEr onn: Li � as F�� \ u 418 K 14 N 1 S1 ILQ 13 35 B 25 19 26 28 29 30 1~/1 i 11 10 9 a K KI' MULTIPLE PIPELINE - cj I BASEMENTATHERI-OPWAY • DOC N .GATHERING, LP DOC. NO. D220B115032 N LEGEND 11 2 2525 -9 _ TREETB q D_R.T.CT. _ _ \ / 37 3B 39 40 41 I�\ _ \� \ 1 J519� - -_ _ - _ O 4 - _ _ _ _ _ _ _ - 0 ISO 300 450 PROJECT BOUNDARY - - - _ \� �� ` - LOCK I 353 y _ _ _ ��� �\ C 63 89��i GRAPHICSCALE INFEET I 36 _ "� / EXISTING TREE CANOPY PRESERVED 35 21 14: 1d E N�1 4z \I dN�q�t SANOARY \Q `t 2_C• 0 I'\"/'1' ' �3 CONSTRUCTION NOTES �BLQQK>•z 3 4 fi 6 ] e e 1O 11 121 43 / SEWE9zASEMENT L12 oK 1 W l CITY O�P�O,gTJ"/ RDJ 151EXISTING TREE CANOPY REMOVED DOC.HY Z423 ?2 21 20 19 18 1) 16 15 14 1311E../ Jr2ap2 PERMANE Il^�31FACILITY EASEM\)ARRANTCOUNTY, TNE-axs sex mswawrroxoxLv rxsoDxmncroxsxeu�wxruLEXISTING TREE CANOPYROW U 166 - - - - - - ` \ 1- 1\ 205 - 12 HOC. NO. D2p9202T)8 revacwaxconra vi IF STREET _ Y�--� �_ 1 �' �OC. NO. W1523azd3 G LU II 215 - - - 213 - - -II 1 L 241y D.R.T.C.T. s.Rucruu-a uxlEssomswreExoreo. xorxsss,seNcxs,N T .Mwe AND EXISTING TREE CANOPY IN PERMANENT Of II 1 2 5 8 ) 8 9 10 1 14 15 i6 1) 18 a I \- o 10 II -� 28' I WPERMANENT x nVZ-n u. EsouowixGni LSAsrae 1puxs vRioxrO ubw UTILITY EASEMENT N 1 W 1 I 58 1 i E ������ 28 I 28 W I S g ] 1 ) 3x1i II WATERFACILITY SIGNIFICANT TREE TO BE 2) II I 4] 46 09 50 5 "\ai s5/3 2 EASEMENT CITY 5 I Y OF CROWLEY REMOVED Se BL 35 34 33 32 31 28 27 26 25 24 23 22 21 20 19I1 Tp I 396 tE 413 34 ) I, f.- slwxrAnox4xusuc vroxxs _ 33 �1 I couMUxicAnoxs _ Il 391 - 3! 1:12 n f SIGNIFICANT& PROTECTED TREE STREETP _ STREET I STR _ e _ 411412� :' /;III I _ Joao oa - - - 21 i II -1 30� W Ir za - - -I\ II -I- _ 1B z0 z1 zz _%� 8 �jl e IJ /� P NS DgC%"mSER CEs,1EPi. e a >s 1S za z3 zz \ \ 21 m 19 / 1 / 1 16 ]9 T 39B �o-4W �' / 4'il I I \µ HORIZONTAL &VERTICAL CONTROL p TREE TO BE REMOVED ZO F 2 29 N \ 26 BL 1 _\ 1��37fi I 1 10'EASEMENT �wl,Faewvs LO K 19 W 3 \ - 1 / /I �GXt--'. - - RIG,R-OF-WAY Deieixm Eowur_ Dueuxw DxNE amxDNwrti�ss xwrarmccumw�xEcr W 28 25 / 1 4�2 ]0 II R`S`- ENERGY _� 18 4 17 1 . ✓ 1 CORPORATION TREE PROTECTION FENCING -OF- W 27 26 // 1 I'% ` 3]1 'i LOCKE 18 / / III 189 PROP D.R.T.C.T. oF.emm ME. 110 / 1�0\) mNceosrusamrxxmw. xoa.,.srt aonxarvnurvswerNxvvwovexowrDiceseTwR 1 207 206 I I iI 431 ,'O'"�.. +> / / REASEMEN WAV 15 8 ) 9 10 11 12 13 14 15 I I �', \ ! UFC22-0116 _ _ _ - _ _ 630 1. 365 O CITY OFCROWLEY 14 15] - - / 3T DO T.NO 2 98818 181\ = h' 423 49M IBM FR MNI FF NOTE: UFP1 Plan Approved STREET — 1 zo1 ■0 2�a, 1Sa,' aRo 111 mExw��� � w�xNx n�«xx E�,mRRm«�rR.wa ALL UNMARKED LOTS SHALL RECEIVE TWO Only. 13 -- - 115 1 _I 1 153 !I ,5'W. 20'PIPELINE MEDIUM CANOPYTREES. ALL LOTS OVER Y 1 I I} �M P 1 2 1 S., .E I R-O-W 8 2 5 6 ] 8 II O I 14 m l / 5 4 48 d] 46 d .2 41 40 39 _ �A�MENT - _ 5000 SF SHALL HAVE TWO NEW PLANTED ( I N I �{rT, e'S3 1)g III I TREES. I APPROVED M w I W I-,`: MI - - - - - - - = r1 - aARNETr- Il B Caleb Olsm et 2.27 W' S6 DQW• 13 I \ )NgGp 6 / ST EET N +]4 W GATHERING, Y Pm.A g04, 1011 1p IF II I/. MIIbPF I> L.P. 9P N 118 17 1 13 12 11 10 11y 1 +2 /%N m T _ ,. - -- '< _ 44V E95ENENL&_ 15' .E - -- - -� 1 it 1 / I W W `'i5 t2 11 10 9 e ] 3 2 1 I� FIGHT -OF -WAY TREE PROTECTION FENCE STREET L c I /O_'a / I INS1F R ar RF CE -ME-- _BL _ _ - - - - -I I {{q�� TEAS MIDSTREAM 3 8 I 10 I Q Q MIN9� GAS SERYICES,L.L.Q. CITYPROJECT#_ HLE#SD-_ S CRITICAL ROOT ZONE -- -- _= II _ pOC. NO. D209018824 FIB#X MAPSCO#TAR-1f]G INSTALL Y%4•BOARDS ) I I / TOPROTECT-UNKWHEN ) I 1 8 169 11 DOC. NO. 0209081021 FENCE IS INSTALLED CLOSER DRIP LINE I+ 2 3 4 5 8 8 I 1 \ D R.T.C.T. _ I l a N r I _ CITY OF FORT WORTH, TEXAS THANK S'TO TRUNK I 1 I %.� -'J.I W �>r 26 L 1 6'-0•HT. 5 -- _ I u1 w I. CHAIN UNK FNFENCENOT2 G W METALT POST 4 I16 15 14 t3 12 11 10 9 1 1 I/ ,; NI INS �LKH I. CES OHCAINK FENCE TO BE I2 GAUGE, WITH 1i6• DIAMETER SCHEDULE 20 POSTS AT e'4P Q GALVANIZED CHAIN LINK _ - - - i r 17 2. NO EXISTING TREES DESIGNATED FOR REMOVAL. 2 FENCEORANGAERIC OR o STREET K EWER EABEMEC A 3 (1 / / j94 3. PROTECT ALL BARR IDUALTREESORGRONTHOFTREESTBE PRESERVED BY .I d - - - - 152 I 18 ERECTNGABARRIERAROUND EACH TREE OR GROUP OFT REES. HAMPTON TRACT PHASE I SNOW FENCE 2 I / / i j CRY OF FORT W TH \ Id)O 6+ T INSTALL AND MAINTAIN BARRIER ATTREE DRIP LINE. BARRIER SHALL REMAIN IN 11 2 3 4 5 6 �/ DOGNO D21)14b1 62 19 CYil 0'-0• / R.T.CT PLACE UNTIL REMWAL IS NECESSARY. 1 I - - 5. IN THE EVENT OF HEAVY CONSTRUCTION IS SCHEDULED TO OCCURWRHIN THE DRIP P-6' _-1. \- - /�- _ -.hF _ LINE OF AN EXISTING TREE, CONTRACTOR SHALL ERECT A PROTECTION FENCE -- - _ - = - OUT3IDEOFMEDRIP LINE UNTIL CONSTRUCTION IS SCHEDULED TO OCCUR,THE URBANFORESTRY EXHIBIT ~ S Dx wxervax ss, m -CROA^ LEY R6 PROTECTION FENCE MAY THEN BE ADJUSTED AS REQUIRED TO COMPLETE THE Z xexcE �nceriDx p - _ - CLEBURNE, _ f _ _ - - - -"'- PROPOSEDCONSTRUCTION.AFTERCONSTRUCTIONINTHISAREAISCOMPLETED, (Method ��B��) O INDIVIDUAL TREE PROTECTION - - - - - 8 �� _ _ C THE PROTECTION FENCE SWILL BE ADJUSTED TO ITS ORIGINAL LOCATION. F b Omo Fmwc�il oilc TREE PROTECTION DETAILS 6, CONTRACTOR SHALL NOT PARK, CLEAN TOOL AND EQUIPMENTS OR STORE d mmax DUNT:TER MATEFBAS WITHIN THE DRIP LINE OF ANY TREE. DESIGNED: CFD SCALE: DATE: SHEET: 2 PRELIMINARY PLAT CASE NUMBER: PP-21-063FUoss4revcs+mweN T ALL ROOTS OVER 1' IN DIAMETER SHALL BE CUT CLEAN BY HAND SAW. (DRAWN: CSD 1'=150' JUL L. 1 OF 8 = LEGENn EXISTING TREE CANOPY PRESERVED EXISTING TREE CANOPY REMOVED EXISTING TREE CANOPY ROW EXISTING TREE CANOPY IN PERMANENT UTILITY EASEMENT SIGNIFICANT S PROTECTED TREE TREE TO BE REMOVED TREE PROTECTION FENCING NOT ALL UNMARKED LOTS SHALL RECEIVE TNO MEDIUM CANOPY TREES, ALL LOTS OVER 5000 SF SHALL HAVE TV0D NEW PLANTED TREES. G TREE PROTECTION FENCE NOTES' w 1. CHAIN LINK FENCE TO BE 12 GAUGE, WITH lVe DIAMETER SCHEDULE 20 POSTS AT 8'-0' O.0 MAX 2. No EXISTING TREES DESIGNATED FOR REMOVAL. I PROTECT ALL INDIVIDUAL TREES OR GROWTH OF TREES TO BE PRESERVED BY ERECTING A BARRIER AROUND EACH TREE OR GROUPOFTREES. 4 INSTALL ANDMAINTAINBARRIERATTREEDRIPUNE BARRIER SHALL REMAIN IN PLACE UNTIL REMOVAL IS NECESSARY B. IN THE EVENTOF HEAVY CONSTRUCTION IS SCHEDULEO TO g OCCUR WITHIN THE DRIP LINE OFAN EXISTING TREE, Z CONTRACTOR SHALL ERECT A PROTECTION FENCE OUTSIDE 6 OF THE DRIP LINE UNTIL CONSTRUCTION IS SCHEDULED TO OCCUR, THE PROTECTION FENCE MAY THEN BE ADJUSTED AS REQUIRED TO COMPLETE THE PROPOSED CONSTRUCTION, AFTER COJSTRUCTION IN THIS AREA IS COMPLETED, THE PROTECTION FENCESHALLBEADJUISTEDTOITSORIGINAL LOCATION. 6. CONTRACTOR SHALL NOT PARK, CLEAN TOOL AND 3 EQUIPMENTS ORS K ANY TREE. ]. ALL ROOTS OVER HANDSAW. I I s � � 2 lk� I i I 2 3 4 BL \\ 1 5 KK 28 T 25 ] 24 S 23 B 22 10 21 11 20 12 18 13 18 14 1 K 17 1 _j[LOCl II II 8 10 11 12 13 I 1 1 2 3 4 5 I F I I F I W I N II 28 2] 28 29 30 1 10 B 8 � I I II \ 1 1( 10 FLOODPLAIN 1 \ `r J _ / 41 42 A , EASEMENT SLOCKI —�^ 25'DE s'�T 'v I _ _ r II ]] 1 ' OWNED/DEVELOPED BY: 1\_ - TEXAS, LTD 6751 THI 6751 NORTH FREEWAY FORT WORTH TX, TX 76131 817-230-0800 UFC22-0116 UFP1 Plan Approved ll Only. INDNIDUAL TREE PROTECTION KEY MAP I APPROVED Rpb"na Rol TREE PROTECTION DETAILS NJ S By Caleb Olson at 2:27 Pm, Aug 04, 2022 fs x PRELIMINARY PLAT CASE NUMBER: PP-21-063 REVISIONS NO. DESCRIPTION DaiE 1 I N I II SHIELD3I 40' PERMANENT ENGINEERING rIRr4 s OGROUP evo DRAINAGE FACILITY EASEMENT CITY OF FORT X NORTH WC. NO. D806B908 D.R21.T CT. PRELIMINARY - FOR REVIEW ONLY THESE DOCUMENTS ARE FOR DESIGN REVIEW AND NOT INTENDED FOR CONSTRUCTKXJ, ' BIDOING OR PERMIT PURPOSES. THEY WERE PREPARED BY. CR UNDER SUPERVISKJN OF I, 'PE—INTN.ME xEx D 1E —ULTIP`E— O PIPELINE 0 SO 1. 7A0 EASEMENTS IG T-0E-NE TI WAY GRAPHIC SCALE IN FEET I BAR PIT PERDONLP O CONSTRUCTION NOTES 2Da„5�2 m EEm�Ia�IN� nox..L m<,xo Ra Rloxro D R.T C.T. I. � ieovmxM�Exrss Acom�xcoxFl Nwoxwwnaxoxalc xcxcoxMxncrov sxuirEvnuL Eruu s.xuc.UaEsunEssmxemvivExoreo xcrosss,Ea�css. sE*axlxcwuLs.a+s / TAN OE rvERcv FORTWOsroainnonavueucvoRKs M. ATT CHARTER COMMUNKAT"S i�l I RKsnnoHORI;ONTAL B�VERTICAL CONTROL _ 1w 111 s� � \` wzm � �wuav wux aioa onr��rorsmuw.rtsvx wssraszxscwrtnixsn s x5 I c. Posrozuare ceaxD. ssnos issr acusxcFuntmwLE sro�vwasncwswcs arxn nrawxxwxisxocxcssxa TMExo,mnusrorwEsrcla Row II s.w cce.wsresLTaxR. I ;N II 324 325 pTVPROJECTk_ FIlEkSO-_ FLEkX-_ FILEkW-_ MAPSCO kTAR-ii]G :RITICAL Poor ZONE RIP NE CITY OF FORT WORTH, TEXAS U REE PROTECTION FENCE U-1 cn 1M' Q X a HAMPTON TRACT PHASE 1 � URBAN FORESTRY EXHIBITT z (Method "B") O a DRAM:CSDFD V DATE SHEET: OF 8 = 2 1 EGENn TREE PROTECTION FENCE PROJECT BOUNDARY CRITICILL RODTZONE INSTALL 2' X 4' BOARDS TO PROTECT TRUNK WHEN DRIPLINE EXISTING TREE CANOPY PRESERVED h. FENCE IS INSTALLED CLOSER THANI(5 TO TRIXJK V.VHT, METALTPOBT EXISTING TREE CANOPY REMOVED ,s J GALVANIZEDCHAINUNK FENCE FABRICOR ORANGE O EXISTING TREE CANOPY ROW SNOW FENCE EXISTINGTREECANOPVIN PERMANENT O UTILITY EASEMENT MPux aM in SIGNIFICANT TREE TO BE ox INDIVIDUAL TREE PROTECTION REMOVED Ta - c"iExpll F'I _ _ TREE PROTECTION DETAILS SIGNIFICANT B PROTECTED TREE O PRELIMINARY PLAT CASE NUMBER: PP-21-063 TREE TO BE REMOVED X TREE PROMOTION FENCE NOTED: 1 CH IN UNK FENCE TO BE 12 GAUGE, WTH 1%d DIAMETER SCHEDULE M POSTS ATVO.0 r TREE PROTECTION FENCING —OF— 2. NOEXISTNGTREESDESIGNATEDFORREMWAL. KEY MAP N.T.S. REVISIONS NO Q DESCRIPTION DATE N SHIELD3I I , ENGINEERING GROUP nPE FIRM YFt,oa9 TIP. FIRM Y,ot93k90 X PRELIMINARY- FOR REVIEW ONLY THESE DOCUMENTS ARE FOR DESIGN REVIEW AND NOT INTENDED FOR CONSTRUCTION, 81MroSES. THEY WERE PREP REDBY.ORUNDERSUPERVISKJNOFTYPE-1—E PE. 3 PROTECT ALL INDIVIDUAL TREES OR GROWTH OF TREES TO BE PRESERVED BY ERECTNGA BARRIER AROUND EACH TREE OR GROUP OF TREES. I O 4. REMOINSTALLA&ISN INTAINBARRIERAT TREE DI2IP NNE. BARRIER SHALL REMAIN IN PLACE UNTL 25 n O REMOVAL IS NECESSARY. 5. IN EXISTING EVENT OFHEAW CONSTRUCTION IS ERECT A ULED PROTTO OPI UR PENITHIN EOUTHE IDE RIP OF EDRINE 1 2fi 2J 28 29 30 33 34 3T 36 Z AN EXISTNG TREE, CONTRACTOR SHALL ERECT A PROTECTION FENCE OUTBIDS OF THE DI21P 1 LINE ADJUSTED NSTRUCTION IS SCHEDULED TOOCCUR, THE PROTECTION FENCE IMV THEN - - NOTE. BE CONSTRUCTION THIS ARDTO COMPLETED. THE SMALL AFTER 24 BLOCK D 2 _ 0 80 180 2A0 ALL UNMARKED LOTS TREES. LL LOTS RECEIVE TWO CONSTRUCTION INTOSAREA IS COMPLETED, THE PROTECTION FENCE SHALL BE ADJUSTED -_- - SF CANOPY TREES. ALL LOTS OVER TO ITS ORIGINAL LOCATION. GRAPHIC SCALE IN FEET TREE SF SHALL HAVE TWO NEW PLANTED 8. WITHI HEDRIPALLNOTPARK,CLEAN TOOL AND EQUIPMENTS OR STORE IMTERIALS 23 _STREETG - - - - - TREES. WITHIN THE DRIP LINE OF ANY TREE 1 ]. ALLROCTS OVERT' IN DIAMETER SHALL BE CUT CLEAN BY A HANDSAW. -- -i _\ CONSTRUCTION NOTES 22 - 11 /1 211 I PEclxxmscoxamucnox AcrixEcmcxlETSlxwEttoR Ai LF.wraexwRS PR1oRro 24 38 1 216 EfNLs BLOCK fn ILof 1 A l 3T 2 23 2 covwxMExrsaiAwoAnoslxclRCAnoxe FOPwazlcwoRxs wxsm„cnon. 1 2 3 4 5 J 8 8 10 13 14 15 18 1] 18 18 2E 21 m " - -T rawcRroxlcwrA ARE roR wfoRannaxoxLr. rxccoxrxncroR—L-R11- OP i xcmfss facss xsraxixcwuLs Axs 1 OE 22 3 srxucruREsuxLass orxaRwlsExo,Eo x rxEcomaAcrca SxuLaxorEcrul Fwsn J T 34 _ _ 163' STREETJ 161 I 21 4 1 EXCAVATNGATEACNLGCATIGN T"E Fouov4NC Ar LEAsraa Nou9s mloR ro _ _ _ _ _ _ _ STREETJ _ _ 20J 1 BLOCK 1��----- - - - - - - - - - T 32 B 215 20 5A1.0 11 rvERGYRTATIFORT TR ONBPUGLIGNORK9 15 1 (I 13 1 1 S 4 9 2 6 19 9 1 BLOCK F:�I SGNu R ANOdvlsoN BLOCKC 15/ 5 1 31 I A p �NCOMMUNRY SERVICES OEPf z 1 tfi z 11z *�17 1 1m _ 1 m PARKS HORIZONTAL 8 VERTICAL CONTROL I BLOCKS �I! ] 1 T _ of wL,�E«Na I _ v l ««rhmrwmllw,eLr,c mwlao,mcunx«wa�xxo«oarre 3 1 14 BLOCKS 3 26 3 ! 17 29 1 8 B wu«wux RoasonrvE asrRwvwrtsLvx wssr«ixecvnssLxsn p N 30 1- 4 m 13 4 I ill 9 ,� -- 1 1 3J alsv m.a vE 164 9� 16 0 APT-s%nos,sFr acusxcFuntnv NLE sro�vwa[ncwspcs ssrxn \ 1 1 H TSS I m _ _ _ c«rc xwTazuwE «axD. BLOL\KA 12 s I 1 6 10 2] _STREETI 10 1 1 11 15 1R J 1 _ --- _ _ cdaxo romersrAT-r.nscosrenroAeRxwxl.xocRLssxoTMeRo ,m.T usTorwcsrcle Row s\\ 11 fi 1 13 fi 11 I 11 14 it mes.w c«.arsiesLTwrcR. 428 1 26 / 26 1 21 1 1 xl \ I 10 ] II 12 T~ I I I I t2 II I I I I I 1 DP N F'I—-' 25 23 25 12'' 13 - - - 12- - BL OQ M NCI 9 B 1 11 a 1 13 24 _ 1 20 �I STREET H - 1 - 4 arvanw[oTk_ _ 14 \ I T - - - - MAPSCO kTAR-ii]G 23 14 CITY OF FORT WORTH, TEXAS is -- 4s 41 43 4z 16 - m 22 15 W BLOC A _ _ 17 21 �] B 8 _ _ 18 IBLOCKE 158 TI 21 16 1 a 10 11 zo - 12 13 \209 �UFC22-0116 HAMPTON TRACT PHASE 1 14 OWNED/DEVELOPED BY: I 15 6 a3s zRb �\ 9 zo PPfOVed D. R.HORTON -TEXAS, LTD UFP1 Plan A 6761 NORTH FREEWAY _---- _ Is B Only. URBAN FORESTRY EXHIBIT Z FORT WORTH TX, TX 76131 ----_ ' - - — - - �/ 1 I APPROVED (Method "B") o TI 817-230-0800STREE_ By Caleb Gaon ar z:2]pm, AU9 DES LY DRAIMP IWN: C3OFD SCALE:DATEJUL 2022 SHEET: OF S = FrQc REVISIONS ,U SIG NIFICANTTREETOBE TREETOBEREMOVED v INO. DESCRIPTION DATE PROJECT BOUNDARY REMOVED ^ 1 L\ NOTE: PROJEEXISTING TREE CANOPY PRESERVED SON IFICANTSPROTECTEDTREE O AMEDI M COFY AALOHAVEID EES. ALL LOTS OVDR IV N ® LVCATI TREES, PERMANENT ORAINAG EXISTING TREE CANOPY REMOVED TREE PROTECTION FENCING —OF— _ FACILITY EASEMENT TARRANT COUNTV, TEXAS _ \ DOC. NO. D20820YM ' EXISTING TREE CANOPY ROW im 198— Goo NO.D2152342 S S H I E L D 3 q22 _ D.R.T.0 T. J _ ¢ 420. 41T wELL En�D� — II /, ENGINEERING GROUP EXISTING TREE CANOPY IN PERMANENT 151 418/ / •/ 1kPE fIMA tlF11039 iMla flRM tl10193k90 ® UTILITY EASEMENT 418 WOES RNECROWL.EYROADJ _d ® 2115 425 t90��� r,\ ��� 1 LHEAD 1 58� i 3] 38 l III — — _ g\.oGK 5] h y T I sze 4 I I PRELIMINARY- FOR REVIEW ONLY SS KEY MAP 41 48 48 50 51 53 54„ 55 6 \ 35 /� THESE VIEW N.T.S. 34 ��% 111 I BWNG OR PERMRRIR C V`F 1 POSES. THEY WERE 9'- I ( PREPARED 6! OR UNDERSUPERVISKJNOF' I 1PEw PtlnTx.ME FEx wTe —395 i93 400 3T/ i TREE PROTECTION FENCE 1 21 22 23 4]92 5 `' R6 , '; 9 1 ` O INSTALL 2'X 4'BOARDS CMTICAL ROOT ZONE I I WID SANIT VSE R li �1 i� 399 \ '" -� / 0 80 180 210 /" FENCE INSTALLED , /1 / EME T 2009 x x,— yl 3 FENCE IS INSTALLED CLOSER DRIP LINE I/ 1� ITV OF O TH - ^� 146/ 13. THANK S TO TRUNK .D21]145169 �� 923 �185� ,f� 25."""NEN GRAPHICSCALE INFEET -+r,),/_''_,✓� 1 O.R T.C.T 403 153 WATER FACILI 1 S' 0'Hi I I p1 18q y // 't .yf :� EASEMENT METALTPOST ,4]2 /j l r /�, n \ —IY— �I I c—'F CONSTRUCTION NOTES GALVANIZEDCHAINUNK 1 � ��i � i Z\ 11 3p CROWLEY uorNE xiiHEcmcxlFFSIx�EttoR ni LFnsiaexwRa wloRro PENCEFABRICOR I _ \I JHASE T� 3y; aEclrvrvlxoc"n`ra°6N0Lo`cni ^^" ORANGE o ( %, w f _ 14T PHASES \ r PROP16 y' EruLs SNOW FENCE I�j% 1 _ 400 \ DE �r —3]1 a3] PERMANENT SLOPE ILof 4•-0' 1 1 _� \� I II EASEMENTTARRPN, covsixMExissiAxDARDaPECIRcnnoxa FOR wslcwoRxa wxamvrnon. I, COUNTY AaE rox wroxwwnaxoxLr ixccoxTxncrox sxuLrExinnu GkIxINENAMEsID-a I• /}/ - " — — — — — — — — — aonT„Resax<FaamxcRwue,aTco xcTxfEa.�cEs.tlETMx�ncwuLa.Axo INDIVIDUAL TREE PROTECTION I ,1, r `\\, , \ '—�x-ri� x`,a I -RIGHT-0E-WAY AC'O GnT Encn LocnTlOry THE FOLLOWING AT LEAST48 HOURS PRIOR TO G"R:nl�ua`-ftOi f°TTv a"itE F'' TREE PROTECTION DETAILS/ 1�YYY... v ( CIT`/EOF CROWLEV �MA� munxdwETER /. I \ . I_ yx. 1� 187 PROP 15 DOC. NO 209298818� FORT ACRTH T PRELIMINARY PLAT CASE NUMBER: PP-21-063i5 I \\�\ —�T— /,/�pROP 15' 363 WE I D.R.TC.T METEASY 6PoRTATIONBPUBUO WORKS S.SE — — — — — I 369 �I—40'EASEMENTB RIGHT-OF-WAV SYST. scNu dvlsoN IX_� _ % 4M' j0///', TEXAS MIDSTREAM 24 �UFC22�0116 p1 f�! LOCKGAS SERVICES,LLC. RG COMA SERVIL&V LI _ xGHORIZONTAL 8 VERTICAL CONTROL ( % // 52 qq 48 0] 48 i , q2 41 40 39 DOC NO D209081110021 UFP1I.n Approved fj I1, ZT II 53 I B DRTCT m fore Pmw¢r,s mOK omcuneo wexaiOFOR Ow E0E g" Only. IT ¢¢� /II -- - - ---- - - --- -- --------- z - \ .1 \\II \ — — __ _ i— — xc�rin N�inettumwuaf wuNxoae9xrvE as.nrovx.TSLvx'wenastxeammLxEn APPROVED i _ ,t -.. STREET N _ nq _ _ E �'�aPz9oPnNE 0 13Y Caleb 01so0 at 2:27 pm, Aug W, 2022 , lei `I I —_ — _ —I I ! E6aD515P,Rtl0. CfMtm PpE srO,vwosExcwFfxce arxn TREE PROTECTION FENCE NOTES: 1. CHAIN LINK FENCE TO BE 12 GAUGE, WITH 1W DIAMETERFASEMENTB SCHEWLE 20 POSTS AT B'-0'01 MAX 1 � I �� k I I 13 12 11 10 9 e ] 6 > 2 1 RIGHT-OF-WAV 2. NOEXISTNGTREESDESIGNATEDFORREMOVAL. BLocKH I � ATM- EN ER TMEiw cw.Ofsei�Twen s'Es'x°"Enxiww�oci�sna inoa�mn�usio�rAvc�sTPcaisOno ws 3. PROTECT ALL INDIVIDUAL TREES OR GROWRi OF TREES TO 10'FLOODPLAIN I it Yt BE PRESERVED BY ERECTING A BAR EASEMENT I �xi S6 I" CORPORATION TREE OR GROUP OF TREES.---',i— I S DOC, No- D208158823 4. INSTALL AND MAINTAIN BARRIER AT TREE DRIP LINE. I D.R.T.C.T. NECESSARY. LL REMAIN IN PLACE UNTIL REMOVAL IS \ (/ EASEMENT u CONTRACTOR SHALL ERECT A PROTECTION FENCE 5] Ir tq I I _ a 5. INTI EEVENTOFHEAWCONSTRUCTIONISSCHEWLED TO —, ; OCCUR WITHIN THE DRIP LINE SPAN EXISTING TREE, ' �� i OUTSIDE OF THE DRIP LINE UNTIL CONSTRUCTION IS : r �1 Z FILEpx-_ "'So - 3 SCHEDULED TO OCCUR, THE PROTECTION FENCE MAY THENWclT BE ADJUSTED AS REQUIRED TO COMPLETE THE PROPOSED MAPSCO kTAR-ii]G CONSTRUCTION. AFTER CONSTRUCTION INTHIS AREA IS/ II' 150 i5 k CITY OF FORT WORTH, TEXAS COMPLETED,THEPROTECTION FENCESHALLBEADJUSTED I y F yp TO ITS ORIGINAL LOCATION Iry I Z 6. CONTRACTOR $HALL NOT PARK, CLEAN TOOL AND 1 �1 SE III1SSKH ll.l EQUIPMENTS OR STORE MATERIALS WITHIN THE DRIP U HE I : OF ANY TREE. IWE HEADCAP- T T HALL DOTS ANDSAW OVER 1" IN DIAMETERSHALL BE CUTCLEAN BY / _ fi0 1 d )tOOKA 6 HAMPTON TRACT PHASE 1 OWNED/DEVELOPED BY: �/ jj"" D.R.HORTON - TEXAS, LTD / 15z jj p 6751 NORTH FREEWAY / ; 62 I' ,s f - URBAN FORESTRY EXHIBIT Z FORT WORTH TX, TX 76131 ! I , + (Method "B") O 817-230-0800 _ �1+ / _ - 9 _ DESIGN ED: CFD SCALE: DATE: SHEET: 2 —�_r- / I — _BEAN DRIVE ; �L_ DRAWM: C80 1'=80' JULp22 4 OF 8 T ENCROACHMENT AGREEMENT BY AND BETWEEN Texas Midstream Gas Services, L.L.C. AND Hampton Tract Phase 3 THIS ENCROACHMENT AGREEMENT ("Agreement") is entered into this 22"d day of Feburaiy, 2021 by Texas Midstream Gas Services, LI.C. (the "Company"), an Oklahoma limited liability company, whose address is 5601 E I" Street, Fort Worth, Texas 76103, and D,R. Horton -Texas, LTD, ("User") whose address is 6751 North Freeway, Fort Worth, Texas 76131. Company is the current legal holder of a certain easement and/or right-of-way situated in Tarrant Texas pursuant to the following described instrument, which instruments is filed in the Deed Records of Tarrant, Texas (hereinafter the "Easement"): Grantor: J Betsy Hampton Kirk Revocable Trust Grantee: Texas Midstream Gas Services Execution Date: 10/30/2008 Recording Information: Filed on 11/14/2008 Bk Pg Entry D208428136 Legal Description: Hiram Riddle Survey, Abstract 1329 Company has one or more pipelines and other underground and/or surface facilities located within the Easement (hereafter collectively referred to as the "Pipeline"). User desires to use, in common with Company, and Company is willing to permit such use in common with User a portion of the Easement for the construction, operation, maintenance, inspection, replacement and removal by User of certain underground and/or surface facilities (the "Facilities") that will encroach upon the Easement, subject to the terms and conditions herein contained. NOW THEREFORE, Company and User, in consideration of the mutual promises herein contained, do hereby agree as follows: 1. User, its respective successors, heirs and assigns, is hereby granted the non- exclusive right to use, in common, with Company and subject to the terms and conditions of the Easement, a portion of the easement and/or right-of-way as granted in the Easement (the "Encroachment Area") for the construction, operation, maintenance, inspection, replacement and removal by User of the Facilities as more fully described and set forth on the attached Exhibit "A". 2. The rights of User granted herein are conditioned upon and limited to the following: (a) Company reserves the right of full use and enjoyment of the Encroachment Area, except for the purposes herein granted, and User agrees that, except for the construction, operation, maintenance, inspection, replacement and removal by User of the Facilities, no excavation, building, structure or obstruction will be made, constructed or permitted within the Encroachment Area without the prior written consent of Company. (b) Company shall be notified forty-eight (48) hours in advance before any work by or on behalf of User begins within the Encroachment Area. Notification should be made through the local One Call System (811) and to Land Representative at 682-730-4880. Company shall have the right to have a Company representative present at all times during the construction and installation of the Facilities. (c) No trees or bushes or other landscaping shall be placed or allowed to grow within the Encroachment Area unless required by applicable laws, regulations or local ordinances. (d) Existing Pipeline marker signs placed within the Encroachment Area by Company shall at all times remain easily distinguishable from the surface, air and from any access road to the Encroachment Area. Pipeline marker signs temporarily removed during installation of the Facilities shall be reinstalled at the completion of installation of the Facilities. (e) With respect to that part of the Encroachment Area used by User a minimum of twenty-four inches (24") of undisturbed soil shall be placed upon and/or maintained at all times over the Pipeline; provided, however, at least forty- eight inches (48") of undisturbed soil shall be placed upon and/or maintained over any portion of the Pipeline located within 50 feet of any building or structure which is or may be occupied by humans. (f) With respect to that part of the Encroachment Area used by User, the existing grade located within ten (10) feet either side of the centerline of the Pipeline will remain unchanged at all times. Adequate erosion control devices will be installed and maintained by User to prevent any erosion within the Encroachment Area. (g) No stockpiling of dint or debris within the Encroachment Area will be allowed except (i) due to emergency operations, or (ii) repair of the Facilities. (h) No heavy construction equipment of a type that has axle loads exceeding 20,000 pounds per axle shall be allowed to operate, cross or park over the Encroachment Area where there is less than 48" of cover over the Pipeline. (i) Any Facilities running across the Encroachment Area shall cross at an angle no less than 45' to the centerline of Pipeline. Barnett Nortli GGS — Grace to Sycamore Tract 11.00 (j) Unless otherwise advised by the Company representative, all subsurface Facilities that cross the Pipeline shall be installed by User below the Pipeline a minimum distance of twenty-four inches (24") from the nearest exterior surface of the Pipeline. All subsurface Facilities that are parallel to the Pipeline shall be installed by User a minimum distance of ten feet (10') from the nearest exterior surface of the Pipeline. (k) Any subsurface telephone, cable and electrical lines will be encased in non- metallic conduit and in colored concrete with color as specified in guidelines of the American Public Works Association. Electrical lines shall be installed in accordance with the National Electric Safety Code. (1) User shall be responsible for obtaining all necessary rights for construction and installation of the Facilities from the landowner of the Encroachment Area. (m)Before starting any work within the Encroachment Area, User shall submit all plans and specifications for the Facilities and any further improvements within the Encroachment Area to Company for approval. (n) User shall maintain insurance coverage of the types and in the amounts set forth on Schedule 1 attached to this Agreement and shall provide proof of insurance before starting any work within the Encroachment Area. (o) User shall be responsible for compliance with the Company's construction standards and guidelines by User's contractors and their subcontractors. (p) Listed Encroachments • Please see Attached "Rev 2 Hampton Tract Phase 3 Plans" 3. User agrees that, should it become necessary for Company to work on, repair, remove or replace any portion of the Pipeline or other improvements, which work results in damage to the Facilities or other surface or subsurface improvements within the Encroachment Area, all repair or replacement work of such Facilities or improvements shall be at User's sole cost and expense, including the relocation of the Facilities, if necessary in the sole opinion of Company. 4. USER AGREES TO PROTECT, INDEMNIFY FULLY, HOLD HARMLESS AND DEFEND AT USER'S SOLE EXPENSE THE COMPANY, ITS SUBSIDIARIES, JOINT VENTURERS, AND AFFILIATES AND ITS AND THEIR AGENTS, OFFICERS, DIRECTORS, EMPLOYEES, REPRESENTATIVES, CONTRACTORS, SUCCESSORS AND ASSIGNS (HEREIN COLLECTIVELY REFERRED TO AS "INDEMNIFIED PARTIES") FROM AND AGAINST ALL DAMAGES (AS HEREINAFTER DEFINED) CLAIMED BY USER OR THIRD PARTIES, INCLUDING EMPLOYEES, CONTRACTORS, AGENTS, REPRESENTATIVES AND AFFILIATES OF USER OR THIRD PARTIES THAT Barnett North GGS — Grace to Sycamore `tract 11.00 ARISE FROM OR RELATE TO THE FACILITIES AND THE USE, CONSTRUCTION, OPERATION, MAINTENANCE, INSPECTION, REPLACEMENT AND/OR REPAIR OF THE FACILITIES; PROVIDED HOWEVER, USER SHALL NOT BE REQUIRED TO INDEMNIFY THE INDEMNIFIED PARTIES AGAINST THEIR OWN GROSS NEGLIGENCE OR WILLFUL MISCONDUCT. IN THE EVENT OF JOINT AND CONCURRENT NEGLIGENCE OF BOTH USER AND COMPANY, LIABILITY, IF ANY, SHALL BE APPORTIONED COMPARATIVELY IN ACCORDANCE WITH THE LAW OF THE APPLICABLE JURISDICTION. COMPANY RESERVES THE RIGHT BUT NOT THE DUTY TO APPROVE ALL ATTORNEYS SELECTED BY USER OR USER'S INSURANCE CARRIER FOR COMPANY'S DEFENSE HEREUNDER. The term "Damages" shall mean any and all (i) obligations, (ii) liabilities, (iii) personal injuries (including, but not limited to death of any person), (iv) damages to property (including, but not limited to, (a) damage to or destruction of the land, or any improvements, facilities, vehicle and equipment in the vicinity of the Easement, (b) damage to or destruction of third party owned or operated improvements, facilities, vehicle and equipment located within the land in the vicinity of the Easement), (v) penalties, (vi) actions, (vii) lawsuits, (viii) claims, (ix) settlements, (x) judgments, orders, directives, injunctions, decrees or awards of any federal, state, local or foreign court, arbitrator•, administrative or governmental authority, bureau or agency and (xi) costs and expenses (including, but not limited to, reasonable attorneys' and/or arbitrator's fees) relating to the foregoing. 5. Any notice to be given hereunder shall be given by (i) mailing the same by United States registered or certified mail, postage prepaid and return receipt requested, or (ii) delivery in person, or (iii) pre -paid delivery by a commercial delivery service (such as UPS or FedEx) to the address herein below shown of the party being notified, as follows: USER: D.R. Horton-Texas,LTD 6751 North Freeway Fort Worth, Texas 76131 Attention: Justin Bosworth COMPANY: Texas Midstream Gas Services, L.L.C. 5601 East I't Street. Fort Worth, Texas 76103 Or to such other address as the parties may from time to time specify in writing by notice given in the manner provided above. Notice shall be deemed received (i) if given by US Mail, on the receipt date shown on the return receipt card; (ii) if by delivery in person, when actually received by the recipient; (iii) if, by commercial delivery service, on the receipt date shown in the records of such delivery service. 6. This Agreement may not be assigned by User without the prior, written consent of the Company. This Agreement shall apply to, inure to the benefit of, and be Barnett North GGS — Grace to Sycamore Tract 11.00 binding upon and enforceable against the parties hereto and their respective successors, assigns, heirs, executors, administrators and legal representatives. 7. This Agreement contains all the terms, promises, covenants, conditions and representations made or entered into by and between Company and User and supersedes all prior discussions and agreements, whether written or oral, between the parties with respect to the use of the Encroachment Area and all other matters contained herein and constitutes the sole and entire agreement between Company and User with respect thereto. Except as expressly set forth herein, this Agreement shall not in any way alter, modify or terminate any provision of the Easement. 8. This Agreement may not be modified or amended unless such amendment is set forth in writing and executed by Company and User with the formalities hereof. f _ .� EXECUTED this � day of 20, COMPANY Texas Midstream Gas Servi s, L.xt.0 "'� illie Lee Land Re Sr. Land West USER D.R. Horton -Texas, Ltd A Texas Limited Partnership By D.R. Horton, Inc A Delaware corporation Its Authorized agent By. Name: Justin Bosworth Title: Assistant Secretary Barnett North GGS -- Grace to Sycamore Tract 11,00 ACKNOWLEDGEMENTS STATE OF TEXAS COUNTY OF TARRANT This instrument was acknowledged before me on the 3 day of J "-OJ , by S $ t t Le-elthesr of Texas Midstream Gas Service L.L,C,, on behalf of s i ntity, Notary Public. State o Printed Name: Lj`m a My Co miss'on Expires, ,51 (S J A L) STATE OF "�-iC ( § aV VO Y COUNTY OF § § " Linde Mills My Commission Expires • 6127/2026 Notary I©133784957 This ' sr ment was acknowledged before me on the�51 'day of �Ovtm by t �yi m0V- � , the sS S CV60 of D.R. Horton - Texas, LTD. on behalf of said entity. RUTH RESENDEZ ?r°e-Notary Public, State of Texas = '• T; Comm. Expires 11-01-2020 Notary ID 131781375 My Commission Expires; i I -Lq (SEAL) " V) Notary Public, State of Printed Name; � A- -o 7 Barnett North GGS — Grace to Sycamore Tract 11.00 SCHEDULE I INSURANCE REQUIREMENTS At any and all times during the term of this Agreement, User shall at its expense maintain, with an insurance company or companies authorized to do business in the state where the work is to be performed or through a self-insurance program, insurance coverage of the kind and in the minimum amounts as follows: (a) Statutory Workers' Compensation, including coverage for occupational disease, and Employer's Liability Insurance with a minimum limit of $500,000 for each accident, occurrence, or disease, covering all employees, agents or servants of User in compliance with all applicable state and federal law. Such insurance shall include a "Borrowed Servant/Alternate Employer Endorsement", providing for claims brought against Company by any agent, servant or employee of User as a "borrowed servant" to be treated as a claim against User. (b) Commercial General Liability Insurance, on an "Occurrence" form unless otherwise agreed to in writing by Company, including operations of Independent Contractors; Contractual Liability to the fullest extent permitted by law, including Action Over/Indemnity Buyback; Products and Completed Operations; Explosion, Collapse and Underground Property Damage Hazards; Pollution Liability; and Underground Resources with a combined single lirnit for Bodily Injury, Personal Injury and Property Damage liability in an arnount no less than $2,000,000 per occurrence, (c) Automobile Liability Insurance covering all owned, non -owned and hired vehicles with a combined single limit for Bodily Injury and Property Damage liability in an amount not less than $1,000,000 per occurrence. (d) Excess Umbrella Insurance in an amount not less than $5,000,000 per occurrence. (e) User further agrees to provide additional amounts or kinds of insurance as may be reasonably deemed necessary by Company from time to time in accordance with the ongoing nature of operations and changes in exposure to loss, to the extent such insurance is commercially available. Prior to User's entry on the Easement, User shall obtain from its insurers a waiver of subrogation against (i) the Company and (ii) any other party indentifred by the Company on all insurance policies required herein, User shall name Company and any other party identified by Company as an additional insured to the fullest extent permitted by law on all required insurance with the sole exception of worker's compensation. All required insurance shall be primary to any insurance of Company that may apply to such occurrence, accident or claim and no "other insurance" provision shall be applicable to Barnett North GGS — Grace to Sycamore Tract 11.00 Company and its affiliated, subsidiary and/or interrelated companies, by virtue of having been named an additional insured under any policy of insurance. All Such insurance shall be carried in a company or companies acceptable to Company and shall be maintained in full force and effect during the term of this agreement, and shall not be cancelled, altered, or amended without thirty (30) days prior written notice having been furnished to Company. User, in its agreements with its subcontractors, shall require subcontractors to obtain, maintain and keep in force during the time in they are engaged in performing work hereunder, insurance and to include insurance contractual provisions which are substantially similar in coverage and scope and endorsements to that which Company requires of User herein, Bartrett North GGS -- Grace to Sycamore Tract 11,00 LOT LEGENIM REVISIONS wASFR gFRv,{cJ',R NQT[S„ E P PROP SANITARY SEWER ONE----_____- PENRCSI aN EACR sloe or vaovrnTr vn[wxw REslDnvrwL A-sewER Jllfll4 DrAReSSALGeREp SERwcES trT PC" l P 6PSANRARYSEWERhNN 2-FORSTRLCTSW LOTS OIRLCRY ACRS �� 1"WATER EXLST SAN RARY SEWER LINE FIpM ONE ANOrr1EFl PEACE—TERSE-Ims W SCRVILCS ATO MEETS-MNIMUM SPACIrvC • MW EXIST SANITARY SEWER MANHOLE ➢Z7WCCNLTWCCN SERVICES —Y:', p I �•'".1.-.�"."' — ". T"" I.ON EACH ODE OF PROPERTY LINE ON THE sAGc OF GURR—�- PRDp WATER L3NE 5 c SICE FURTNCST FROM TRC WATCR UNL ONFAO SWFOF ➢ROPERTY ON ii4E9EDF 1.'FROMPRCPW 1a'PYPICP}J PROP CATE VALVE -- T ff CLOSEST TO TIE WATER LINE. DRNEwPY (TY°IGLI V TTI NO SPLICING OF COPPER SCRI LINES -=_� I,I�__- a.LpY+Ea P LOT PL PROP FIRE RrORarlr — S I j DI x IxSYALL.3 ,-T'rPE'K-COPPERSERVICES jynTFR SF If:Fffla'ATInN GATE VALybnyO FrvRF.NmgAN'r, nr:nnny EXSr WATERLAE PLRCm pi FORrwparRSPECIFIGnON �� - � � 71; I ENGINEERING GROUP 7 rvuMXERST EXIST GATE VALVE NOP'.9, EXIST FIRE HYDRANT 1. ALL WATE R LINESSHALL DE AWWAGBOO OR 1s CLASS 2OO MkL DETAIUDD OTNERWSE. 2. ALLFWATOLNESSNALLbEMANLI}ACTURLOFRCMIWPDOOFAPRiOVEDLDUAL WATERSMEETKEY O TRC pO$YCNGCANP LOC TIOk OF VNPfRGROUND Ui0.1FIC^•On nIC PRwwING;,wCXEPWKP FXOMwvNLAPLC,ICGPgPsuuP Sa{a10[cPN51oF1'ttb asPVROAIMAYC. NTS J11�^ Y'� CONTRACTOR SX+ IM EDIATEYCOFORF,EEE CNGN G Ex ANYDSCREPLOGTNIx3A.5 wtLLTS XORf2ArTALANOvERTICu PLACEMENT. S. CONRaACTOR5YJ3i3MMEDIATEL 70 TIE TTTWE PIP'LU ROF ANYDISCRENOTEDS 4 Au wwSiR UNE TI[varlpN5ARE 50 TH[TpP OF PwC UNec550iN{RwLS[NOrEP 1. ALL PROP09En WATER LWESMW"f BE CONSTRUCTED WACCOPflA CE WRN T+�'CIIVRENT TE%nSCOMM1S510x RUCTION FOR PTAL OUAtm(Tf�OIRW MUIET DREOUiATAMINIMU WBUC WFTCR SMJI.ZS 90 TEvA^, Mf FORnVEGCIOE(fPLI CNPPTER 2005U6CHPPTERA. vfXEN F " CON .KTG AFCNOTCO WITH LOCALSTANpAPF1GTiC MOiE STRINGENT flCOVIREMCNT SHPEL➢CAPPUCD CONSTRUCTION FOR PUDLIC WRIER SYSTEMS MVEi ALWAYS. ATA MINIMUM. M[RTCCOS'RULLSATm RCGULAnON3 FOR PUDUG wwTCRSYSfLMS' li & PROP PRESSURE REDUCING VALK TO tlE iNGTALLEO OV RpM[CURpER - C7>w . s N,L NORP.PNiN,nrvpvLRTIGAL FartNGSMUGT DE XES FIN SL D- A0PR1HREOTANCID j➢NTS A AANP GAT CDNGET 0EXE5ntt—PERn�IGNCRIORMCI, ,O. ALLVCR T)INN0NOX20NY Fa1iM1G5ANOVALVC99Xw-L BL nRAINED w1'MIiCHA ND[DJDIN FVC wATE ONTO COxCRCTC TWRWST➢LOCKIN[: ANGNDRTCCS'CRANLHOR LOUPLNGs sNOVLOOC USED TO SCWRC PLL ONPNCR VAEVES Tp FITTINGS TAOLC4RIPVG P9C JGM RESTRANTI INCLUpESTME MINIMUM EENLTNSOP PIPE ?b BE REDTPAINEO FOR &INCH AND ,2-INCH WL WATER MAINS. 1,- ONLYALLOwCDWJfIMUK PEtREGTIONANGLE OFP�C JOM NOTC+(QCOWASOx OF xUSIUFACTLIRCRM'OLCPCFLCOr10N RCGOMMCrvpnnPN aCRvcS,¢N CRfr[RIA 54, I ECmOF FD6a nORTHSST0.Vt]nIa CAN3rNGCIWNO[TNLSFpXALL wATCM LOwWGPPWRYCWNtCCS/LL1 wwTCRLOwCPJNG PCRTINCNIIkFDRMwTION CANBEFOUND WTkC WATCRLOWNGN CLOCAT LCCNGCIPINTHEwATCR ,5 WARN'�NG•h E11sTINGS-EAY ALONG PRWECT COxrw.Cr00.GXESPONSIBLE TD VEX4rTr VEkTN�iI TWO HDk,20NTAt PLACGtCNTDE[ORE tl[GCwING WNSTRUAnON wTALE PRCPO:EO CXOAGNG:CONTXACTOP-SNnIL CONTACwILIyw,4 CaAwNUY FpRANv pUESTIORCPE¢TAINING ' TO iNL f]45nNG wpASXEN+YPG LINE PS,G.:'F>Y.PNW MATCHLINE SHEET g O' "Zd gb Zd fiM1y^"+GRAFHE svaE IN FcT ''/ I i� -� - s�'•e 3 io '"7cw� 070 CONSTRUCTION NOTE- 1 _ _ / I I �_ .____. --.--_ ', mrtru�+o. "E'�••'c,•ac .:rxcro.. ,u., .au�, c =UST OROV MPCD,—T[ 17 PVC W.9 H3) ! I wXr wPX,N wAr[Frnc ar• .,!+:,�`>„ , r u N+RXrA,mna Fwwcwa,na •,gym ', S LF B- YC 1nrwNo.> L wT 1 - t � I,, I I __ - I O I I @ia6. % -- SLF B'_d �_ o«HrFo`.aw_ �Tw•+srv...o�. _� p1Ds.ee'x 'm¢ �-�, r, / PRGPGsm i IE I � '� '_ :tr A25'-J' i +-ttr x'zs' Prw,1� wwuNn •.r>'.rrSaF"r w,.,v--�.. !/ sD osnY \I E - BOREPa 1 _DO RE rir ITOMLZONTAL& VERTICAL CONTROL I ! W-9 IPN31 GTA�•1B.d4 IE __ WITRASE.6 EL" .. i. .. wt.warvW,r.. v+w.uw,»A+�wu...s., e.:•_u.w•. CONNECT TO ENCASEMENT -i .... .... ��! % REM R2 OFCpNCRETE- —\ F ,{PROPOSED GAZ CROSSING ] rmaaw..+w e..r ,wee...-n-a-rr•�m�.va w-61PM]t GTA h.sT2L - PYMi 0. 1 --_. _. ._. - PE caw G32a 2B ,N-NIPXx,srAc,.�»] I E{3y -l-Al- - -----._.. / r E231211•j� � CONE P.T.FT ,{` x5d;•:UO.,i \I rl', W y1211GOG _ �' __ � IP. I I �. , •w w•wwo.,e �, ,'/ 1 PERPFrLPezT/ /]' I I .: �-� INStALL, �.aa xJaB 2ew➢` x+.sE ,.,.r�.a..,,,e-...n,e.,.�,..�..eN.e,.Rr..,..:o•..,,..� I / MG wARN,rI h.�_ / W.91PH'JISTAD3••,Y r: 1.B'X C'ANONGNTEE ..- / --------- -''�.,�•.�: A HONTkPcsoHr TCR aNEC LOG 10x rE GTP ER WATCRST OY% ORGCrffALa vCfi'f fit NotlSFNO d{Ir PPLE ip AI LOGTION I w5i-2021-i43G GY OTR[IGEO FxISTIN.G EEF TFa _ i[[ �" 1 `� ':./ 'HC LONTRACION fS,2L:J'ONSIf0.0 FOR F���r vA/�.fAnlM-}.)G F%1ST_ CI.EkSL'RNF{KOWLLY ROAD - - _ _ - N �A J ,GEM,FY LOCAT,NGNAUNPETtdROunn - M1VR J3'PVMT , �� UTRaIES PR[ORTO OONST0.DC7WN_ALL 40VETION , aa, wear.ac Nnn etr Raw W14P,M 1 cx�r Fnw.ar;,v. _cars-� f ,rEFPIwwnON s{OwN Iry IeFSt aLANSIse]sED CITY OF FORT WORTH, T 1A$ 1, v�vi'1�' ON BEST AVAI4➢cL REFERENCE pOCVMCMS. DATAPROVIDEACYlf1LRYpwNEXS,A LLF -wm LL2aNJ 2]•ao C W-b SYI-ul 20+a0 25wa " r t = _ _ _ P+ns+u:wPPUIrEI+.vsDast:RvenNTXe WATER [iEPARTMENT Ep FfCE,DT C �DWRAVOR IS RCSPONVDLC FOR PEVIEWIhGANDA—NCALLSVCH T ApxWGm 4 ---w�fPI+J1 STwye.syn w-y1PN?�I ETA�05I t_- wroaino.uirlr� t-a'GATC VALVCF➢O "1in"FOrarC+ " >n'rCRMAPON. d `,`�v L- _ _ NOe8041T16 - HAN[PTON TRACT PHASE 3NAS•REhp INSERT POLY e, x0.2 w-,a SrA t+'S•� V U r Rfarea -N IdB63L1]S WOOd,TW r N989661)15 4 LNO wL, L 231203T,sp �tA.20 j r✓nG ,Cer��I W$IPX31 STA 2A-103A W'g IPIA15TA .^.•2d ) E23,21T4-r0 MSTRVi wr �eC• NSTA yy WATER PLAN ~ R E 2 ,Ns R1rTPLL t k' G - - �GMOY.iOLxRIGiN91 'Z! r..arr N�4'BENP xBa0t.9Op ys NbB9hs;B <tl O SBO ••f aF'°•�'°"' C E 1?J 2d9.0a Cb12T5O96 YFF���---ni{------���IIII " Eutaxu.te .., a / ...... CMIINEO: CFC $ SA CALF 'TE: ISXEET ] OFW I , DRAWN: CSO - -r- ��«:.<•, �ra�w��_r,�...urh�. YT ,.I{,,..IH.. {o,,,.,, Rlae...MI•,.,.�,,,,o-,o-NN>a.",,,..,owrw.laPe o.LH...BbN.....P,,.-r,...z+e.:,a�w.,..,.�o,o-.�oeoGA...�„e"I.w.,.rwl"�ul�o.oIN.N�.aN.�..,"Y�NurN.I.or"�.,o<,Im lw,a.��w.o��I�.K� RiL-^7 f—RSTUDYR WSL-2021.143d C,nurIDW1 ,xlRnlvr. DnLmrx THE GTONkLSVDNSIDLE FOR i,1LIFIIII LOLAWPUNDERGROUND R4S PRIOR TO cpuSrA,/cTtON-ALL NFORmnTIOn EurOwn WTHESEPLArv415 SED DN DCSTAVAI:ADit RrFG9J'CC aOCiIMCNTS, OATAPROVIDED SY UT14TYgWNEFS.d 'HYSIOALAPPURTEAANCES OBSERYEq IN THE �-1CLII.33a CAN'MCTOR L4 P15PONSIOLt fOR FIEViEW]Na ANO VFIdFYfNGA[1 GLOM INFORMAT30N. FHa�O f �rSE l wT LEGEND REVISIONS TPRsr Jcrs uoTTs L F p PROP SANITARY SEWER LINE -. 1, WATERSI!WCESTOBEPLACEO''ONFACH _ _- - - -+ J 1+O D DLSCWPfION PAT[ LOTS F STA UNEwHpI RCSIgCNr1Al 4'DCwER LOTSNC STAGGERED SEaVICFs`g� 'ITwICra} PROP SANITARY SEWER MANHOLE C.FOR GTRGCTGWITH LOT,', DIRCCTLYACR0S5 —E c lJ b FROM ONE ANOTHER. WATER SERVICES ''WATER EXIST SANITARY SEWER L IN PS$HO-TO MEET I: MINlNOM$PAOING DCT,vCCry OCBYIOru^ a W]MIN Ir EXIST SANITARY SEWER MANHOLE VONEACP SIDE OE FROPERTVLINEON PROP WATER EME SIDE FURTHCST FROM THE WATER UNC. BACK OF CU"—� I - - --- • V ON EACH SIDE OF PROPERTY 0% THE SIDE ,.TCTYPI-j PROP CATE VALVE CLOSEST TOTHEWATERDNE F¢FRO.+PRaP-TT-IyUI.IF_`.'_ • NO SPLICINDor GOPPERSEBVSE LINES DRWL`x/AV ITYf yPl I' .l - • - - 3 Awamn IL LOT lllL PRCPFIREHYDRAEa T SHIELD D.INSTAu ax''nPF x CDPPER SFRwcEs WATER CFRVICE Loc 7- EX STWATER LINE —•— ''� 1 - ENCaiNEECING frA[3StP PCRCm pF FOIFIVFD HSPECIFICATION Nf NVMaek3 ,Z,0- EXIST WTE VALVE G� `.-» - - - ure.lml a-:elwsf,vwx�+'WPk EXIST FIRE HYDRANT —••— .1.E - ,< NOT TYPICAL SCYICIL SCRVIGC LgarloN �` WATER SHEET HEY j6fa'fao^a r r f k' `7 uLVIN01n I ¢OrOS oryN�' r V , , IPn]7 GTA,WJa �TI rya [SJ 's5.OLND µ4 1 TI N6E9d9i10.! 4 � I \\\NA IPH3i 5'AfW95T � 1; BEh � I • �zizmzr ARNINq�II r I ' � AA11/ II I - 1 aORE PR r1 PROPOSED JT( OPEN SPACE f 1' � l I I J J W BLOCK A s2 u I 51 EG 69 � I 17 aE Ay ll � Z J l C 'a•m. H� cIIM, , '+'9➢PYcsS-yT- - �.,,? 21 0 .. e a _._' f y! - -- - - -1- - — a IAnlry vns. L - - - - ` - „ '1 w-0ryN3]ST 1t6•aFlAa AT-N�OWf NIrvc CRO G rv0.2 INSTAii SECFAIL OH i-a-%6-ANi ;HORTCE SHE T,t F 1-B'CATkV LLVkd 90% N a9rn as S y 7 E I 1 ,3,-� �ssAPYYYIIIpANr 17 :1 E� Rooao � I F:3tTTl25Tl - 3LOC< H 10 rIy�II RNSP05,ST AIE•W.1r PNOPOSEP Tt-R LOIMFryuT,mv N$YALL 9r! [LL CADTWL LF NOTES ALLwATCR UNC55Hu1-Rr Aw.vA :Ro¢¢R-tatuS4 x¢'JNLLSS � DEYAAED OTWFRwSti. FROM NAPCp C GiW F PIPFI $ 3. Ail e'WATGRLWESSHFi.L BE MANUFpgr,JrsSp OR rTMPPRovEa rouAl C1>'� � LvrEACE AND Loc1TIGNOE UNDEaGRDDNDvrLn1>:soN rHe OMWIN05 WCRC OERIVCp FROMAVAl1ADlC PLCORD9PN8 SHALL BC '%,,,'I'L+`Po". OONEIDERED AS APPROwNATE ✓� n OONy#AOI'OR$HALL SE RCSp(),sLSIULC rOR ttLtJI VCA[FYWG E%13T'NC wMEDATEl.N DONTAL AND VCRRCAL P1AGQyENT. s, OONTRLCOCOARTSIOSHALLSL gNTALi TNE'_NZINEER Of Aw D13CREPANCICS Q H NEELEvaroOru>ARe rO FEE rOP OF PIPE UNLESS OTN OTEqW"E4Wl0E NOTED 0 QN TRLIgrC01N AOCOROANCL T WRNTHE CURRENTENVRmNMENrAI.OUAu,v UR ENTGR COMMISSION THECURRENTTEXASTlo MF ¢ ,'_•F RP a TCYA. I (1'gCINRVL'w Arv0 FOR PV➢ITCW (Tsc tTAJp -GYSYCMSaE STG CONFLICMENTI ARE NOTED 1FEMORE STRWGEM OENFLJ IRArnECW£(fACI LOCAL S7AKOI iDGUD THE MORE GRAPHIC SChLE IN FEET RLou1RGMGNrsHKL DG APPLZD. co1�TRucTIaN FOR PuwxwwiGR � APPLOCAEONSTRUCTIO SYSTEP4; MUSTALWAvS. wiA MINPn{M, MEEr TCEas -RULES Aw0 CONSTRUCTION NOTES REOUEPrgN5 F4RPUBE.rC wATER SYIIrEMR' i•'c"� t r. mono- x,a.c wro a ALL HORKOMAIANp vERrl'/4 FI'TINGSMU$Y BE RESTRAIN ANDVIITH �'Kc,•,,,a"��Lrnp��r���"-�'x.xcmzn AODMOwN. CONCYtEFE➢LOCKINOANO GATE VALVE MUST➢E RESFPAINED - PCR➢CSION CRRERV.5.83. �a c�.�wrw�crv�u�.F«� cam, �w,rr:cdr�-a�murcrm'��� 9 PiL VERTICPi ANB HORIZONrPi FTS"RNOSANO vayv555M,LLL®E ewervw..:re:.wmwnerulurv-aewrv•Ic•oe•weiu�w DCSIONCOwRN RCSrPAINW JOINTS iN ADOrRONTD CONCa[TL ripU$T �r� BLOCK3NG. P11Q10R TEES OR MICHORCOUPEINCS SHgVLp BC cSW YO r ��rrpalnrpnl:.�oxar� rammvntr;rurl rrN�'w, SELVR'_ ALl BRANCI' vµvESTa Eki:lrv05 rANLE sz IPVC PIPE JO¢fl RT_1AAIM')w0LUOCSTHCa.IINOF PIPC TO➢EPL`-TRIJI•GO "'�"O"r""`rroxn Klrmr+nrvcv raga arMWc.w:.-wo WATERATERLCNGT"+S FOR aWC>'AF+O 12-WCH PVC WJ14. s,xkNieyvHe,rn a.m.,-brio. fa aNLYALLgWCONW%IAIUM DGFLEOTION ANGLC OF PIPE.+OINT NOT_ ��T�CWUM,�uG�rlf E%CEEDNO TA,', OF MANDFACTU RER ANSLE DEE LEGION ,OVA ��swuz. Frggro RECOMMENDATION PE0.UF91CN CR4TERADS., ,t.PGFCRTOIHGCRYOFFORT IM FORFHJRT STANOML C045TRULr,ON 0£rANS PLL WATERLINE PURT APENANCtS. FpgFwOrtlr•iNa.�>ryyrwrlpxaWgarGw¢Yr+ T,u c[cmc ,z rgReoNETAIL STRFtrS CRYOr roar AnPe:aA�. OI,OBE EPAViECENTFEF wOR11i DETAIL O'.2l FOR COnCRCTE PAVEMENT REPtALCMCNT.yrA��µ,�t � wSM �LIa�TANDa1Gw ONWOI� airmn� R HORIZONTAL d VERTICAL CCNTROl I� �I 010 g� 'pNi Yr �w •�° �- w.r w `il 7 Tm im'3 rW Ygm3 I xs..rm mv�u:wn+ I : -0 PRdPOROUN 1 ROC ]N5 MrcW vf;Rlr'Y W/I '!�" "'•'H1M'1' BF pVG vK.s PH31 �_ ...11 IEHI fi lj 8'ID,✓ �' 6LF 5, DE, r9c 'P 104.2 'OO.00F.: PH- -- - ' - I / _ sv%:n DORrFJPn, 01'L,8"Di I . ➢gglvrr- --- - `1 I w WE wsINL DVSTINO ML OPEPATWG cGNfancrO Tq vEa¢Y -' WARNINGIII _ T!u WIIHZII'S'IE-L. ENtAS Ery1ElIT -_ 1 _ F-- LL- - - ..--_- ' PROPDSE[I OROSDiNG 13 1 I I I� I� 6906RFvEH1' G�,rraAa 3F gPGN ______T_____-_ I �N-9�P�13) ---I r - ... MATCHLINE SHEET 7 a aD 171G Tawu ta•50 h CrM1PPO/ELTF_ N[E.FO-_ MAP:cG. rAP.rrrO I CITY OF FORT YVOR7H, TEXAS WATER DEPARTMENT Lu 4 HAMPTON TRACT PHASE 8 WATER PLAN ~ z O F- a OPNVrt:ECS7ro t' ��JUN1. $HCEa OFS3 LOT LFC.'FND - - - - w-?7-7--ITL I4?T& E P PROP SANITARY SEWERLINE 1 ATE 9BRVICEy TO BE PIa:Ee f•ON FAGN SIDC OF PROPC/ttY UNE WHCN gC51DCuTIAt A-sEwCx I T,0•RypIFA) PROP SANITARY SEWER NAN HOLE b - -- LGrsAREsrALcfaED sERv,cES RQw 'I _ I 2. POR STRLCiS wRH LOTS DIRCGTLYAGROSa $F-C R ' - FRWe OIUE TO PACE WATER SERVICES `~'-w E45T SAN RARY sv' RUNE AS sn°wN TO MELT ,� MINIMUM SPAcm4 -b'w; SERhc[s 1 - 6CTWCLN SCFVKT.D � � EYJST SANITARY SE'NER MANHOLE ONE VDtD n PEATYLINEONTHt a PROP WATER LIN£ h SIDC FURTHc, FROM THCwaipx UNC BALK OF CLLRD --1 _ t - - ON EACH SIDE OF PROPERW ON THE $IDE (�Ijlr (n'P l PROPOATFVALVE M 8 ��__- ryO TOTMEWAT UNE. 1A'FROM 9ROP �1P 4! .. T � - O PLICINGOFCOILRSCftY UNC5 ORrvEWAY[rYPF+LLI �C�_ PIL L Ph PROP FIRE HYDRANT GATE VALVE nun 1W5FN.L °?t-TWt'N-ZOwtRSERVICES WATER SERVICE LOCATION EXIST' WATER LINE Elac HvnaauTitx•An9p' PCRclTY OF FORT WORTH SPCCIFIGTIOV M_ I M1IG NMDER ]] 101C EXIST GATE VALVE ExOT FIRE HYDRANT WATER SHEET K WATERSiII°vs, `FApPp:,ED 1y ! ' �{ _ i���' � I IIIi ansnno lorMiLlTeFt INL1NMTgN A 1 I -•� }� . i �10LLK THE CONTPACTOR IS HESPGxyLSLE Fp0. BOVNDARY 1 f 1"i ��� ' IDIT'TIFFIwGBLOGLTIwGAu uNDExGRDUND It, I ' 1 + , It:ILIF�s vMOR T IN TT CT0.Y. ALt INFORMATIOMSHDWN IN nCSCPLNGl:IIA5C0 uRLFtT+iNR GGCVmEN Y p 1 \ 1 CX°IS�r avP '!I'lll - I FI o�TNE�CW TrNNR°�I.S M�lw°ID fOR GcTTOIN REVIEwWGakovEglnMC AlL s4CF / f t-I'BEND I {+:; 't ! INFORINATIGN Wad Y f ( REMOVE POLY AIO NO2 �i� r tllr J Nph�i2sp�yp +rf'-' Eatyic.Ts fB� �1 N°TCgSy waTER UNES GCET e O -NNDP.Ia we J% s1�31 STAIn141e I.r� I- I asss x°R UNIs_.soETA1LEa OTNFAWIGE a8 WATERLINES RH pEa�f:�1FALTIIkCD F- EM sPGD OR APPROYEDEOUAL +`.I 3. '+1[UaSTNU ANDLOGATIONOF {b$FPW! VwpERORpuwC lmuTIFS ON THE DHAwINGU F ! I LM1r5 wGRE DERNFD FROM AVNIFLIL ALCORDO a IPN's15TA b-�i;,w p 1 PN09l4LLLf3E LON510CRfA h`.4PPROXIM+TE W Mu �u�GI+4✓`: II I I a GOMPAGfORSW1L DE RES?O>CJ8LE SOk !� 1.d GATE VALVES Rcr. l• T ., 1 1 I "jP w P,7" i'=+ FCLpvLRIiYI RIZOIIUGunL:1YL0GTe°N> J N•A,Ytea-n \ e ee' 1,2, IWA IPH135Tw T.00.14 IvS WELLA'. HORGpNTAL 4D VEMIGLL f E�13_GSW .. + IN.^.IPLL GORLE CM. S. coNrrucrassHALLIMNE.°uTt:GLY wN=Acr .s•1-=Ts- I1�s DCND TNEENaIwEEROFANYDISt�PANr,Es- Y�``` rjpy J - - NbeB11]t.8t p pyy WATER LINE RCVATID.—TOTkET9P OF PIVE UNLE:d OTHEawl:i t'+OT[G /�O IWH IPNJI STAT•L`.Ta _ CDPROPCSED NA=DINCSNVGT pc ` wA iPH315igMFTpai Ns4ALL T CONSTRVCTEDINACCOPS]PNLE WITH?Mf ✓- �` I\' 1 "�B-aCNP NnRENTTEYJSCAMMISSION ON D _ ll- INeeRT1Tt �P CNVPWNMCNTA; OIuuTVONOIRULCS AMO J \ 'JI1�81 {+a'- �p II IC23tDYA2B NEGUULiIONS KIR—LIC.A1"ERSITEa15 ]a l // E:31:i5055+ \ f III -o rnmu� YCMAS ADMV115. TFY OODC(TAcICMAPTCR ( / W-g srA ].y1,111 N. \ :FO SMaLIWPTER D. Wi,CN LONFLiGiSAQC INSTA L . T9'�' I Csid_`�I NOTFA WITH LGCAL SfrWDA�ID5 tt1EM� • RF�,i"p-_,-.-r. _ 4 1 I STRiS klCl l OQPWLlC xTll AP 111 �•.-..^r�, MU 9TRUCFION TANNOLiCI. —TYSTEMS MIISTALWAYSATAMINIMIIM.MPVF IC LS FRWII - --� a -fit1LE5AND REGVUTONa FOR PUB-IGwAr[R DE wu1 ru1,,0.1-A nC� :., ;: a ALIT,- • `,T�j INuiALL % wggN�L GI�� ORm0NTA1 AND VFRDMOFITTINGSMNSTPLCRET[ iADDmGNWw DLOCNINDANDGATE Te Y.PLYE w�T aE - L E:)IiGaO GT r' Litt `� I III i� 'x RLSNIAINCC PER C[sION OWTERtASS] wAtPV:15Tp'B•W5S a N,L vERTCALA=ID nGRLTONTAL FITTINGGAND IN&T.uL kC b r VpLVC55NALL DL OCS[GNCC WITH RC•TRAWCD .- rm » --- LLwrs IN ADomoN TocoNc»rETHRusr W 91PHaISTA1t-1] '-�xp-ANa RTEE l a-VI'"f SLOGfWO.ANPIOR TCCy OR AiO' C wAhN EOwC3+ING WTE VALVEx M .: H `I •e - f-0IWLIUGi.SHovLC of uSEDTCSLCLLRC AIi �F CRC INGNOt t FINE HYDRANT WIACHY ES TO FITTINGS, Tp Ea31PVC (- SCCQ AIL ON NaY'�W3G=b LCtATIOK'I, i 1 ^� u PPmm'm' PII+C ]DtN1'RL^TWNNn INCWOES TNC N3NPAAf [j.( SnCtjT 1p - G�t3'A1 M11 _I_ h- - w s- TLIL _ I_ _ _ _F_ _ _ _ _ tENGTM50FPWET09EREgRVJNEDFOR +•' 6 x,Wao� _ _ I111 _ _ _ _ _ - - M14NORANOt2ANLH F C WATCR WIwS [f.F I =a3l�hl [V LIYLITY EA:EHENT ;� - I 1 ! -�.� _ tp, Okly ALepwEa wuowM DEFLECTIOnavGLE d __-.� _� ti 1-D —A f OF PWE]OINT NOT SXCEEDING aOt.OF fi vv-SIPns1 I l 1 pp,,,•„a. RArLUFALTURCR HNGLC CIO LLI omGR LRR-I ERV•5-0.t ... n•°p ' "� .�- -._. __}5.p0.- RLCOMMENDATION PER DESIGN - u ._ V I• I� - I, II ( `C O>aTls1 ALM TOTHCLRYOFFORTRT ! r 4 WO jTAND0.ROL TRUGTIDN DCTNL FOR aLt WATERLINEA UNiENANGEs- f PORcONGRLTC5TRCMB 0vRF, OLDRFFCR �F�- _ - v 1 IP USTt�tt En`wLM-'T'_ _ _ T \ r TOTNE CITY DF FORYwDRTn ORNL G520 FOR W WAIPItl1A B•:'0� WuI �e CGkCRCTE PAVEMENT REPIALEMEN7, Y Q� wal tP)\PI3TA °,62� r + i - IN3TPLL' I II .1,' ��- I-1'IRWGTION GEP.YICE I � l•", N=4T9 ]tl ; i C,D31 N]T 7f I REVISIONS_ SHIELD; ENGINEERING GROUP tNi ru•L al,cA'Txs Hqs �minaanP ._.. 06lxe ,yam it .. � s p <D 10G ~ GRAPHIC SCALE INFEST aanisTeiucrloN Noyes ���� NTAL & ynOOCA.L COm pIY PRtvFLY•_ NLf uFG-_ Fuf P+lFi,n - MOY.W a FA4.11 EG CITY OF FORT WORTH, TEXAS WATER DEPARTMENT HAMPTON TRACT PHASE 3 4 WATER PLAN ~ Z 0 DESIGNEO.CFC SLALE'. SHEEY. a. (DATE CRnwn. C.O t"-dP ,:lyNZ(q ®aFFa � ��- LITT I Er,RNo 1. — SANITARY SEWERLINESSFALL BE 5EWER LNESARF PIL i L PROP SANITARY SENFR LINE CUM pRAILCDOTHC ME- 1 - '.0'(TYRIOALl ExIsliNO unLITtEG PROP SAV ITA,ir SL"/•'CR UI.wNOLC,I � ]. SAiaITAAYSCWCR SEftvICC55MALL pca•ypR35 UULCSSuprp i,_-,_- �a w_ rNE cpgrRAcl°N IS NLa SIDLE FOa "I t,l 6TNEAWLSEONTHEPWNS. ¢-SCW[A �1 t"WATER ]pENRFYING6LOfATING PLL IX6T SPNRPRYSEWCR LINO a_ 8 ITARYSEWER INnVNOLESSNAu aE IrLSTuI.EC USwC TNt CffYJtl SCRVIGES —avvL _ 5'AVICLS UNOEROROUND UTI.ITRS PRIOR TO CKLSY 3ArvITARTtiEwCR VANNOLC--a — Lrr ACSCINpYOCT/aL THIN-I�- muSTRUGTION_ALt NFORW.TwN 8Nvwn I r 1 f 1NTNL`E PLWSIS FiA.:CDdJ¢EST PROP WATCR [/lvC \ _ ¢. AILCOPRWK)NRCSIOTAHT COA'1N6APPLIGTIONG SHALL BC WAW3CN AVAILAOLC RCFCRCNCC OOCUMCNTS, DATA I {F"--I, .Sa01.t�tPDXV. oAoe O�curm--1iO,�P - PRPuRTC BYIFRUtt afnrelss.nalttsrf•L PR�dtTE wuvC-...._. 5 FORCONGRCfESTRECIS.'-OYRS OLO REFER TOTNtatt OF FOR 1�'FROIAARCP �1.0'(IYPIUYS APPuRTE++ANc[9 oH9=RVED NTNC FICLO. PRPP FlPL HYPRA�",l'!15 .- WORTNpCTAILMM'OR CONCRRCPAVC ,RCPV.CCN CNT. �kpEWAY(SYFICAL THE CtlNTAAtTOR IS RESP0.VSIULt FOR '' IL LOT P A[YICWINOANp> LRI^IINOPIL 911C,11 -..., I , X INFORNIATIO?L E%67' TERLWE / SEWER STUDY a:� CkCa: GATC VALK. SANfTARY SEWER SERVICE LOCATION - �.r•---_, ---- �wSL-421-1aSA ExL:T K1RE Fn'DRANT 1213k C NTTCSEWERSERNCE ,lo LOATM -- -?TEEN O 17 16 rlRoTx B i:. to'urJrlrtv -IT- ARY SNER R-IrC' KEY MATCFLINE A +$ pl 13 NTS OODF[I3.ENt: F-- -F mcV_iNOCKM 9•W-9(PN3) alp _ .� - - - Tf=zt•a>z�4_ w _ _ • '. W- +--.I 7 I s;�v woo aENa❑ F T r - -� -�apHstN I • _ _ _ _tn Ut. L ^^'1 - N6BA¢90 ..8, W-p I1 y31 C2:+rzTaT�n Sg -.. Sx se 55 60 Ot 62 S'L•?4Tw 0•¢ °°• l •, 39KI OPEN BLOCK alA y 5S A '^ CCnnECT lC RCP NN S9-E W EZJ�l F.zu eLac2 a e1° � PR FILL crAEE- � I _ I F�I.0 SG4C' I I 1 •� sas I I;�ro I I. I I i I MR li I I !m nts!cn. I I I I I I I I m�j'" au Io�^Kg�ll Y' q �r I I'CbST OR04 40' .-.._ ., �c z -17 ARn 4ROS1N6 _ e o pane e ]00 fl00 I jj sENvi% _ �ugtE * III sn •'/ e I orPi - t l - 1 ..- I - _. - 7-2,60-LFi9'%'cM. Ilan' - -_i I - L7 F I �� { i Cpcn 9TRUC TRENCkW TE t - zeA I1�'OV CEUEtST PP.' StL- W w,nY,rYJS� • ` ! n OALxiIL' sra .RcO "0 1-:.. xprr L SBNL.B t'U •%R�h- - '- �l`, .. od 1 cpNmwcT1 ca WATER - ns - SS•121 U ns es a x Q, oea rA pgr' SIS. 7 I I I j- 2 iz an o��PAt Phi M1 S_ I 0.00 I.W 1. 3+°¢ 3.6¢ 6.00 ].qP 1-y¢ REVISIONSIVA - Ntl 4 OCSCRIPTION '', IIATC It 0 I I I w I I I I SHIELD'} ENGINE ECING GA011P s u emA Y' ¢ N¢ eo121 C¢LIF+IC SGLLE IN BEET CONSTNL1a..r-O.eKro-NOTES w..n...,ss�•�.�a:.-a.�c.�w...a..wc..a,wco.s�u oaw, �c�o x, ,Iwc�w.ssa.M�ro w c�ec..Txc•e•N.,.c.wv,.�.o hpiaA;TaR 3xAu wM�'-"M WLLOMgca'ISs^¢e wl,rG w+KK+G ' w�,uG/., rnG tOGTAv wveu prwu.�C� nRAtJ[9n .L.�a HORZ�ONTAL&Y£R71CAJ, CONTROL ���� :rtrFEOJEcro� .eE•� CITY OF FORT WORTH, TEXAS WATER DEPARTMENT W Q i11 HAMPTON TRACT PHASE 3 a SANITARY SEWER PLAN & PROFILE SS-12 Z O r a SNEETt°OFG3 SCALE' f R4TE:JVu ]RAwhECS� � I Q LOT 01LtCIK TYPE 9 D.M Q..TO RCM LOT L 1 � T µOl LPAOIrW TYPO �4 ✓P - L 70 $TREE} GRADING LOT TYP£S N1. LEGEND TOPOORAAkN:1.4FORhcATION WAS OBTAINLD BY ON TI,E GROIINDSYRVC'r PROVOEDBYSNIEXENGINEERrNG PRWSPOTOLCVATION GRaYv- lJPGT BPOT ELEVATION 2. AVO —AR YHYT TkRDWJN eG ATTERAS— :1VEfL`aYATALTCWSTNGPR OWN[RS FINISH. vb _�[vAnaN 3. AD11) STNRTPLTERNNECYRRENTCP1+lEP0 OF NTT Tav OF WRIT. RY FFLFMO* RUNOFF+pVO>D CONGFN'AATgN qF FLq'A'f TryATwOVIP FNICNLD Gft50EnT 6CTTOm GF Whu AOKRv[LV ASF[cr C[L41'IrvG VRgvERIY YvvvERS. FLOW ARNOW A. RrT !FN GWM IINCLLDNG FOOTINCj GH BE CDN-ML T-i COUALt-fcLY ON PRIVATE PROPCRTY. PROP RCTPINN6 -ALL PAD SQL TO L,a ASS' (UNLESS OTNCit—E NOTED) cR DR TREE PROTECTION FCNCMC MATGHLINE SHEET 22 • wAaNING•II ' ��F�Ao � � -,I� I �LDc< k i • F w.. dF� a0 I 15 final �IYur I xp -P p� I FP=eO:AE %Op. \��' r R r: FP -Hoax I l i 13 Il I / 99 F'cA %9C.I f ro c_rosww� Mrn FF 1 `I U &l TYPEI .YGo+az �Y� P-eop5p .., w ae.9�5�' • '.�ao1:: us a � -�x Ej�rr I I I I M I ao ewa 5 I MIN pT A I r I - I I , rvpkA - �I > 1 I � �,'F _ � �. .Iny ::es.%mot•{. I rY'-- ..m xDtr FP•em.>E �I ttPLH 39x CPEN 1 LL1� I• ui f11 PTYPEA p I CHI£ FX15T1NG 1 FttPe1s r e II✓4 I 14 I I 'DI FF FP-aoxm I ' ,I kOt�pra I I _ sS.T I � s� TYPEA �lr 1.� r Al' ell lT 9B °I ► a� ,9x 3 s t��fl`—�/ L-hR wlnR� xlalrt.a .w'n`G -__. _-__-___-_'-_--__ GRADING Sk*Irf •KEY - 1 NTS �LfA'1 .Nu yy �i •TS �J 0 ap BO 1M cwaPIC SCALe Iry GEEF CONSTRUCTION NOTES ��cf°"�"ammri""cri si-aKrvurvarw+wLc..o�.scvm.w�crw�•o,.c oa.ro� �[ wta.ereae�. m�.rocTt� reuomwRr u..sr..,uYrs ReoR.o w"m1G Trwn�prrnd w�� �� tmR PrmucrmRrc emti cwo°cR.L � Bmviaa rvon WPWOYRIZ^ oNTAL�&�ER71G'G�N�ROLp�,�d� �GT/PRNFCTe CGTY OF FORT WORTH, TEXAS TRANSPORTATION & PUBLIC WORKS OEPT a T EL HAMPTON TRACT PHASE 3 GRADING PLAN Z O r 'OMwhECS'1� 1�--LL4B' ��JUN:BlJ S„S�i, gCNT a NCTES t TOPOOW 1C INF—TIONwAOOBTNNEO SYONTHE C9OU14 SWCYEY PNOVIOEO BY, BHIELO ENOINECRwc cRcm- 2.AVOIDANYARL45 TALTERORAWAOE PATTCRNS THAr wouln A4VERSCLv AFFiCT Enmlvc PaoPEmr -0110 C, AVOIO FnA A M CCA pTpLT[RTMOF FTOM T BPRFRA OF NLLNOFF jAV01O CONCENTRa- On OF FLOW} TH—cn aOVEASEiY.aFFECf ExLST NO PROPERTY OWNERS, a. RCTSTN WAu51 FLE1. NC POOTMC9r.NAu6C CONSFRUCTEO C�APLEFELY 0f3 PFrvATE PROPERtt ~x"•� era t LOT CRNNP I B kn^ WTH TO STACLT 10T orAmlc TYPC . � LOT LNE All q+A'NAt,C 10 STI4CT GRADING LOT TYPES 1 ` xxSJUO.TG{•�'� GIL" `'�-�'�ffp +m -. ,. ] 1 - ,- / a-wNOATwN^^^���\\\•t�' � es<ns3 I •.� k 1 BCNNOA0.Y �—I i�F' Ss,o Sy I+N SE2 iw'YJI& LEGEND -' PROPS TLLEVATIon E>IS SPOT ELEA70N CA— TOPOFwAu FINLSHEOC EAT OOttOM OF wA TW BW _ ri 1r JH { PROP RETawNc wALt k. yl�r 21*�, .'- �i IUN[EsS OTHEAwl5C nOTCOi .`/ � 1L CMOCORCN( _ _ — _ _ _ TFEE PR01'ECTgn FEHCWO —OFF GRADING SHEET KEY MS 1 �.-I 1 j - rao-rrr�-a'-� i B� eP.rer. md]�rsa rn,atiw.ao FP-]sa.vo GP=rbsars 1 11 , iLOODPWN � ! Tw B TYPE B , TYPE B , TYPE 9 MSG 0. WWI MIN FF \r{ / We TYPcB BLccK =]8o a -]9ov -1'4 1/ f - •`T S 1�-t1 I�r+IW Bd,a -TN FF n oROP ]S%c I ��I 1 3 4 T-TId.ED FPry]yOB " TYPE B \ M-.7 MIN FF -Lu I FDw i]AOPPWi} _� 1 p i.0 _ 7� wCOOHIt! 6 �� O cf) LLJ t a �`_ // - TYPE6 I ' 1 FP=100.J0 �I Fs-TBr90 FP=T]].001 Ia.TB9a0 sP-Tl'xBO II GM}BS BO I F�- J/I MM IF ryP[A PEA T LA PEA PCA PC ppp ��� tj I d � O'3 `r � p[t 9S5 � T 9'" my �• F I w' ,L1F .gncw� - dve yre yas,'L��m„. �w Li eHle IWLL�v,u� Iw"e.. w.u� hJmir. R 71 __-�• -- -��--x of r 'C70-zixus FTYPE aP �!} I Mttt FF I I 1 1 I MEArO XW,4 ��nY PI AaNwcm• l rowao.00 I I �I�'.., BLOCK H i1^a TrnEB C¢ .w5t 1 f .: Mr FF AIQ .PO xSC.r FTYPEA .I MATCHLINE SHEET 21 uvAl[NT LNE� OFWNAGE E [� 1 G:ENL Y Ex1giINC OAOurvL TYPICAL BEPm C(iST CROUKC INTERCEPTOR SWALE 'TYPICAL SECTION A -A c•oJm c•o,ea a'ist�nc A 241 v=use rPx V=ear lP• A•odxs .•ms 0;MAI CIS 0=:[ 41 CIS •1XA y•1A:0. 0lj w ' K P w.xxxxx5ry cwaHtc sGLE �x GEFT CONSTRUCTION NOTES OxG•xxip��c,� '� xur cxvsroC:.[c�o..r [;r.nu.n,ns.ndra "':,.o�>�,�».cam � `x�"�'•b.,.�� �.^�..� ,w.w�cc wG°'r.� ;'�•`e roan.ra«•nP.oxr,�n<cw+e.c.aa�w,....,.� �G[LOn� ORS �W)�.4t TnC Fd,{gmuGA, WO,u HPLaS�xrJirV rcerx,oFT„�,.TEnr�r� � ..,a,•�F r��wa�nH�Tw�vo evcwaac, e-our.am WPT �� ?utr,gv9 µPr+uOx e� � F P�OR20NTAL�7VER71CAL CONmOL6-.,.Y,.. n,YAadecru "�_�. }an rr,Ic rnFFr. — vr�� CITY OF FORT WORTH, TEXAS co TRANSPC RTATION & PUBLIC WORKS DEFT; O EL HAMPTON TRACT PHASE 3 ~ 1lL GRADING PLAN IZ O CL ONawNN C$� Its-LeO ���JVN.'rDb 'ISHEET�OF631a 7 r Lor cwaNc rrPE a w � �e F GRAvlAOG BOM id :TREC! EOT ORuO rYP[ A L REW lAl 11NE AL; NA:[ TO 5'Tn¢T GRADING LOT TYPES /! Z `~\� I� VAprrLiBL[wrG11� BwVxAGE ESMT 'A F G�YN;,ap i ! FP=i9)]0 TYPC 61 T GTVP46 I � I F':•?0 TYPE G }1 TYw= U I MIN f[ ll MINF" iµ 1slN FF�' NtxSi fUV fc •YgY.P .Yxin .>p_•f .TW!y I � �I-,BiY NOTea _ TnPx nwrsosiaN IcwFO—Ta—ONTHE t GRO4N0 SVAVCY PROVIom CY. sNIELG CNGINCCRING GROUP. 2 AYOIDAVYAR[ASTHATALTCR DWNP EPATTERNS TNAT w UXa nnCLY AFFEGTE 471NC FROP[kW —F w wYOIGANY AREA. TNATALTERTH[LVkpCMSPRCA00F puNOFF wYotB caN[tNrnw*ron of FLOwt THarwOUTo aCTEN LV AGFEC.F !L:NG FOOTI. Ynv DE a. R[TAIWr1G Wnl9VPLEITLY FOOTINGS)PROP RE COMSTfECCFFD CONPLETELY ON PRNAIF PpGPERT'. w yTEpLtN[ G:M' ' eF_rg3W F�Ypo,YO I rP+Tti_0 TYPEB p[6 {I TYa[G FM FG I � MIN FF LEGEND ROP9POT CLiYaitpN sn3 vnin]N IX555: FWISFILG PPFJ CLNATION rA ALL TW FIN —FINfSNC➢ GRAaE AT COTTON OF wALL GLGw MRcw P OP FtUAININ4 WAS FAOSTE tO BF <o' x }y' IuwLs [Rw6[nOTC➢; ORAOc0F TREE PAOTLCTN]N FLNGING 4 \ I I l l Jp I Ir I f II I I T I f, 11 13 I I - I r wAr•,Nw cn• II Ir I 4—a53�� 1 I I 1 1 ��I I t Iir aEwGvc c asrLw •�I I + I I I urnr cLwra I { I1 1 I � � wttsn0.� uC c it i F F+F3y tlp FP•T]}]0 YYPEA ` I TYPCA xuN IF 1 AT 35.5 •` 5ia� �t �V - 'III Iw�ry +-F_! I I = NCn• . I III I 11 _ ew.. CAw I -I. GRADING SHEET KEY F.AF LINT LINE I LOY F_4G'l NTt LINE �c5nrw GRGuxO ­ a�P,N E%IST c,cOupO ,za• INTERCEPTOR SWALE TYPICAL SECTION A -A C-nan c=o,m V-2P, AC v-3At AG � 5 - 0` .1 n •9A35 a •:0n, SF9 O - spat C 5 uFGiE �--Gl:.CNCNT :NtM1IEMFNtI°L E Up`uOT1�0 B r,roNx ocPTR �L�— ' F caouxo INTERCEPTOR SWALE TYPICAL SECTION S-B C=m C•om m-OW 0 sxs Ac a:a AC rt-58d ips VM1 28a}os q.,B.aaO%sa_,na h Y=t.nn r=tin r�EmSrrr �—�tSErcCM �k.AaSEMIJ+TE JNC IX15TING CROUNG TYPY.+1 GEPrN rxas- u c auNu taa INTERCEPTOR SWALE TYPICAL SECTION C-C c-o.ee Fc=Dan w•3.4T SM-9 tl3 qe{}OAL A=a,}OAa Y^ 5.10 Sps V=3.tl01pF O • TBb, GFS O. n8 A, ri's y_t�Sn Y=,Lnh REVISIONS W� -_a[ccwFrloN aAx �' SHIES l ENGINEERING GROUP ,..c nU.e.nrx.e.0 Fs..u,xoFo CNiBn�. CND O ��cruPHlcswLe Iv FEET YCCNSTRVCT[ON cCTE.�..,�F:.,M.w,c GVu.`°""�"'�wnT�-'"iarWnrtntTT"�°cw�.n�r..icrw.r. �,.caao.m I 'T�"cwrrr FN. �F A.oSww oN'oo" xt�,'�a1}d1�rica ~—hORrCO TAL 8 VERTICAL CONTROL suc iuro�,.arsia.a .as +rt.,.,•rww•ac�a :.w c.a..�us•rw I FreEyso MmcO. ran r,Tc CITY OF FORT WORTH, TEXAS TRANSPORTATION & PUBLIC WORKS DEPT:,co Q IT. a HAMPTON TRACT PHASE 3 of GRADING PLAN !z o GEGiGNEG: CsI] SCALE: MTE- SnEETj¢ GFtn,vn. C50 ,•-a0 JUN 3p,. :JCF67It TOP a<OURS CLCL'A O. a UT40N- REVISIONS SnawNWMWFItt I —IN. VTII FIl4 FRI. SlsxwAUGuv �f�-�------�-- --~ OJTCR TOP OF CURB CLCVATIOA' , M'BG�' N OC=/' a_riw+ _ Or.YC S"aWNINTA9LC I..LTA INFOR ,�TION S�E✓NINC O PIAN SIN TnL °gmnIJIL NG By I� L.-�7 I.NESROwII PN PUN u ❑1 Sw LC ..LT b' ]BU 0-$ESFOVIDLDBY LTILITVNOE CC,a PROFECDC SR Ct--INE cu—TAtlLE I JTUM ES PR*A TO CONST CTM,.ALL WOP sIOCW,BABY ATA WN 9H6YVN 3N TA8AE � i 0 tg-tp yP I CURYC NO. aCLTA RADIUS FANGGT 4 LENGTH I WFaRMATtoN SHOWNIN THCSC PlPN515 B/5C4 MOMEBVIIDER 'I—CON—CONlS RESRONSItlLE FOR 1 FF RG'/IGw'INGANO `/GRIMN6ALI.SVFH EXIST ROW TYPICAL SECTION AT ELBOW IN}OR-T4N. AW Ram '•""""""T mcsr SHIELD' t cL£aNUNe cP:w:tr r V-. _ - _ _ __ _. " 1\ ecBDwroaoP cuTM TAaLE ENGINEERING GROUP ` tA orw ene�� , _,,•r+en {;"------'- —"--- YhIL TBT.2i w� 'Ao % `LJY `'\ rL\ ] roT. s cB�it3n_ tAn. a ' "EFL. '•r-�/ it \ /oc.La auwves,ce,-rss B - -- - .-o-u,TurrE.uMr� /�'-��,1I�� `-k1 Raor•.- u•c:'-. � c roeao �uosvao,�a :v n ':,;r•\�; wooaHuz ov+o oR+vE P.13�OEw-LtRM,➢5 - -�- vV000MLLL 6Er+O OR '�� _ , J -.J I / EL60W GUTTER PJIM TP➢LC �iWIDEV+OCwnyHTOOC N-okYc:Y'o 14_ `i wPooxlu ¢Crvo oR I PCuar GV NELE\' ,WRTHI C ! t n.o - W�Ua¢a:EN00R GON`,:fRVOTEOjOY Bi+,IAIEN C:S,:Tvth' YrtiYn.-s-sn_ �� /y roT51 ee9av^B�: E]+.rst.Br Z\ ��,".� - rwriw°aar LTA ww oo tl r rasa+ en�on+aza avrv„b < ,=� � N B 60 2],T>¢9B L_. n wDODnIU OENO LVt r tr SB LT�- '.:TAr.GOA.,a:5'RT / ��^y LUHIf Nui C-T.0 N- - II.\LL DRTVE - _�roSm �ws wui "--r+sn, 55 tlGu9bArb,ea �. 'l:Er+nA-_------- CC3NSTRUCTION NOTES d., I� Ili 7 M 0.W axbEy.�. ,a Tre"tau °5 ,..-_._. .,_.-� -- — ----- Y , I ram- I 1 u TIb.4S °bBu46GY Z�":9P 66 "'�waru�w,cw-mv=:✓•n,.a or c..rti,..,.rr-.-,..-.. w.v,�v".n MATCH LINE STA 7+50 NOTES I li j vROF4kSW.E- L>C>. .r vrv.Gn 1. ALL RANI ARE 195'GNIr«, Aueo nC�otc v. r�i.n w.re.nn. Rxa.wwc.wW. OF cuRa uNtEIIS': svc[v.v.nw ^• �n SPEatFItAD RCR'MSL IN., I Uslwune cxt .rev l a;° IN PUCEUNLEss oTaEmkNSOR T[a DN THE PIPNS ORAPPROVCD ! R7TC-- -" '- -' .- --� 6YTHE ENOWEERPNO jrloRIzoluTnLx+�RncALcaRrRoL - OF _ _ _ _ _ cm eRcoR or oRNO -�7 _ _ _ _ _ II - �- - j 1 a AL-aa NIF or TAnccNc,• ................ ...�..�...v...� ..m. a..,.y,..k �LI I L - _-- AGONS AVSPC.REQ µi4Y•,ww ....wcou,we.r ue.�. ( eBE _ w 7 non f 1�. PER COFw sB5 I RT B/'y T TO �. � ISaEC FNa'OPh�t3 .�.>�>a".e •ma ,.. w+.ouv .a.c.0 >.o �w. w_..,. ,aas2 t5 to - .�'-.-. .. > &� hG �p GT ROW _ g W�RCTOR T..V00G'+PIIC ? LTITt„ - ��—'� I•--•.ii h IT - _ __� rC� Nc ¢��rc riaW --i �i- fi Pm cECITLCx I -, I REPORT Na_waoa� vI _I I i ... I i I I j i I trlSo x•',f � I I -_ I I I. � I I _ -_- I, II i I I yrl ronMutBnurnA•xweod[as I _ ! _ ___.__L.__� -- - - - -- CITY OF FORT wORTN. T��' (AS 70�IV�VITPENT NiPw - _F liJ I II RANSPORTATION & PUBLIC WORKS DEPT jPERCOFw sPEcD n coW c% SI sEcr oN ]. ! ul e¢ G _ a 21 -z a x HAMPTON TRACT PHASE 3 v vi 'woo ILL BE[>[D_ DR I _ . I I - I ~ T9B _ rBB I I I �maB Ya I PAVING PLAN AND PROFILE WOODHILL Z y &I� BEND DR O CL y '£ x ns EEC- CF. 1EI.E. DATe snEEr. � ] -0b0 OMp :MT ]00 YOB Y�00 SSW r•BO s5Pc5] 'NI wtt C50 Ir'-d0' 9UN NDrEB, GumoMl IFnrkD ALc D—MLiV_s uwT[s5sPLOr CURS OTn[nw15C. �x15Tlrvc °Tn rtlfv OF"rwoCR Ow Z Alf. DIME S!N5ARErOTW OFDCEUN tWOT E"ISLSTA1RRWI,^.E caNiRnCTON tS —ALE IDENTIFrWGd O LDPEp J. ALL INLETS aIWJ. BE CABT Pi PLALE UNLESBOTHERw15E STATED ON THE PLANS OR LONSI U aLLN9[RDROUND JRLSH PwDR E He [ncln[E2 nvC cRv P'.toR To �o[wNG COkSTRUCTION.Au INhORMATi0.v BHOwN fN THESE s.° ,. ALLPtDWmCTT5O0nFTTo ccnsrxucT.,PuO[icw.oL ACVUURVPAAYvIwIu PWfIRLL GRLEob-'J[IcRNERA[PokY no- V W - 6:TAVAI�- C[ �w K RO.L.Ek COSKN X-PICR00wEVrl]151] 00-]EMCnTAPkO000 W T.I—PRO'S0ONND6+ AL MN JOWiAL BINVPLEO MRWLPCIFICTIO3i]13b3IS P MNCIFO OMWD)INHZFIELD VPR IS NCON77OR1SBOLLFOR RINNO pipRe FVOYRIYINL45CHNFORMqu -d OV57ROW —RAMP PROPBALROFC— FXVST BACK DP CURB ! I PROP xY I � iERLwET-�y I ' I I I —---_-_ - ocr.wooDr,uil I.Da 1 { ..�—.._ . - PROP [•;��� rtaz. ! I I o + weeenn EEkoDR I ' J r» - - - _ . l III ^ co4sTRliCTEn By 6ul[D[R µi�r :pOK'Osde:W': E _ TPr TG•T10 P1 - J (n .w _ _ _ _ _ _ _ _ _ _ _ _ _ I/ T --- -I .- 1 W I-` _ _ _ 7 _ y _ _ - --- - _ _ _ _ _ _ _ _ _ _. IP II/iL3TY CA:CM[P _ � � 1 f _. u ^'m� WOODNILL BEND DRIvC "L �----I-- �---""iaumir,rr&LSEa�r-I- _ _ _ _ _ _ _ - -" wOQOwu, B¢no aRi P.t YeEw.wlR.usr3 r I �rvc, cv .,L ! II_�I uma]v TG'T1909� DE N (x{C 56 bs i I e� II I I _ NG qQ RT Row ! RT TC u .. RT&lT'TC(�II ',� -RT & LTITC Q_ RT & iT TC ICE .. .. - I. . 3 I RT 8 LTjT'C (D� �, �_ � I✓_. ms LT TC Y�2.0% ry8 •F '� I - I - - 4. IllIl0�8E CPACiF.D I I I I III �'ynwxH.-.w ' � 78AMINIMUa aY. gRUZYSt� Etl4hMD°E DPTrWM rm a,a I 9 WOODHILI BEND;DR I0-c o FlI .. ryI 1 g'-- III i.,° a-oo PwD +o-w nwa u•Ea 43.00 saw° I.-w REVISIONS Ma —T10N S H I ELD': ENGINEERING GROUP TL.e naw �.:=woY.ns•,e�.loenaoo r - cwwruc7cALE IN FEET I CONSTRUCTIONMNOMS�IJ cnurniownl �ia[wn�vNn FCUPr���'.T u:.}rc..waHro .. w•¢'r¢m°:°Wuu•r�.wv�-.Ivw °vc�ol. ei1•n.>,.mr: a HORIZONTAL S VERT€CA. CONTROL7�I�0.Y FUFx ;n- CITY OF FORT WORTH, TEXAS Ni TRANSPORTATION & PUBLIC WORKS DEPT x d HAMPTON TRACT PHASE 3 U a I � PAVING PLAN AND PROFILE WOODHILL ~ z BEND DR O aRwm �cFa suL. DnrtluN aw sHEr:TzecP� GUTIO LCGC - - - . ---. ---- --- -- -- R 11 AN 1VNLL " bFt-LD uT,L"I� -Ol DL -L �o � OF Cu. ..�, �Ql�m a�OPo.sc .-L.- UlDkk�U D��LM�MORTO I �--E-Tl �,vDe-,�by THE ENUN� �D M� MORTOOPDE­G .-EA R, C o. � hFO—ON �10- TH- CO BATA vagagLE BE o-"" `B' "I ­%c ay -m p= , ?.-- 't- mw Poo COII�TOI �M='F`O�R T�T� TO Co�-RU�- �B�Ea G P�C VF.R GEOTE� REnRT �lsrROV; I -Ol � OF C11.Z EiJST EkZF CUR 1:11 SHIELD; L T All�x F- ENGINEERING GROUP — -CON—T �CAM 1-1— I—T NB �iEMFJRaN —T- -71-11 kc ENO - - - - - - -- - - - YWI �OLIIE� TO e Z TELM '_ ,...�._— __ _ _ — _._._.__._.__._—_._ _ _—_ _ ��� p, • Il1 is.:VTYuvC LVa TOOE 1c. "I -,FL TOK ( N): -70uc lOTllTl Ll �7 7 -L— To C vLncl L � �, I �:-- .- r I - I CONSTRUCnON NCTFS. r oo—= 'T CL kiFiEO-KTZiVERTICAL CONTROL w rve CL 7. @ yl: _2 C17Y OF FORT WORTH, TEXAS a. LU !TRANSPORTATION PUBLIC WORKS DEPT;to io 2i onrHAMPTON TRACT PHASE 3 PAVING PLAN & PROFILE MCCART AVE McCART AVE ; 0 L5 71 I- t7M 1F+M 11I. u. 1< _wp<vqc I F TIM WZD rIDI- PROP ID PRDP:LTRaPrnvAY € PR� PROIS.D�­ �CDUIUDER PAOP60URD TE,URWALI[PROP ­MLT --------- �j �0"ODD`G 11—­P1 SIDE �7_E d� v-[iI+ILRLINC CENTERLINE ­p THE Oct OCN7 IFYING & LOCATIHGA.L ILNCLAGkXNZ CuORALi aOx ­O_wN IIIEsc _s Cx MST— aKR.CE COCu.c.1- CL!5u_caPvr.LaPURTCr- OMMED IN Tl.e 10 IINFO�710N. _'T I �110 DR— W_ I IL 1.— -0— OP N­=­ ".2 NDv[R,FYU1G Ali SUCH 1D �K LL E.. D 0��ov_c�a.ay_ �N �CAZi;l �;l VIM��ONS ARE 70 OF dIAG U�, �OT,C�SCs­M��c 106 Z P�MR�NYTIEENCIWURwGT,G,R�TIC k, ­v. ALL np[NTSDP 7 .. -M�MIUWnRcc- OLD CXZU�4RO�1 � ST_ INSTALLED PER COW(OF1-1- L, _O_ MD PA�L 7 .N � C'.'C NTIMIRU�MLN�A I _-Z C�TRA=RTOCCN6TRUCTSUO�C -1- - - - - - - ON. 'D _W­ �� R_ Ile, I L co w 4-1 w I, as 4. t H 1 N, A m 711c'u-, LT eIL.Tp8e COMPA= U IT11T 11R tki -0 _D CLEBURNECRPWILEY RD' -1 LU REViSIONS VCG PTION DArc SHIELD ENOINEUING GROUP fN OapgIIC SCALE IN PEET CONSTRL;CTnION NOTES_ T, zfl= HORIZONTAL VERVCAL CON7RM CITY OF FORT WORTH, 7EXAS I TRANSPORTATION & PUBLIC WORKS DEPT: CE HAMPTON TRACT PHASE 3 L) I PAVING PLAN & PROFILE OLD CLEBURNE z CROWLEY RD CL OeGIGnEO: CFO SCALE: IOAT(; HE­ U­= I, 2FCFfr1 < G"Ogr Ncrea I REVISIONS j FxK,NG UTII ITIFS ,. M INLCTs sW 8EC 5T 1N FMCS 7NE tONfR4Lf0+ RF.B> C-SLE FOR UN1f550TMEA. M VATCD, TNC Ntl pLsoavlydJ G41C �p[Nift-vd06 Lp /.XNm'cTIo.. pUNp Pµµ9 prt�aW(:p BV TN(: ENGw Jt j, liLrfl£SPRIpNTOCCNST#�CTItlN. F1L ArvO tlAV PPoORTO CRCglN6 1 _ 1kFOPMATIpN SHCNT IN THL9C aLA45 IS IIt5[O $ ON pCSf ANXw Rf'V_,W 0 CC OOCUMCNTS. �nYAARpvrpE0 I By �rRY pA'N'cPS. s NrsirxxPP�aTc B Tx OBS OI4 NT =rELn.TnE coNrancTon � aESPorvSIpLE Foa ,uvrExnuoAuo> <RF,'luo Ausucn �NFtlRMnTrO++ C H I E I1 F ENGINEERING G NGlNEELINGG t<MP- � $ -o- 23T -- a - 3*A Ii CW'4i 'JU- PREUMINARY-FOR REVIEW ONLY - - - - - _ _ WCN.efNY6/Jd W4pCL(in PEVCw z _;_ _ •.:� wVnM°rw,CNoip FpNwua,wx:Tgn —_ �y ', BIp3iN0 P, P[rsMRacmam[-S. rNcvwCUY xs- so-c,`� W _ OHIJ,I,�$EN� _^ ---' *: s PaEP.nEOBv. oPuwcu euccn.onN o~ grAo-wam Ca+sr.°BCNp. ' wese WIt'no ' i N6e96BT1.99 y _ E2]t31ss.00 R Czat�Sr.,a j I sEFr., slr.:.osaa o do ar ,:p 1 % m CONa1 S10Y LET IM1LET � I,V( a11{ Erp 4CF ATINIfT —r'e EaWWD.aP II caAPNu;Sa,Lr INFr T CONSTRUCTION NOTES - � - a,o ' -a m.rucoPF.wLmu,.crnrc wuw+..c.r �r,.-r«.a,Psw�.-atc I I RNor,L[� Irse...1Ac.: ac.Loc+ma. Bas 1 gQ E ^'m -� �koRlzoNr7&+arlcnLconrrROL� I I �I`` .,„ I -- II---I� j- i- i-' -I -- II n..or�..�e�.�...m.�..,�e,»n.m...n• ° -i- `I - I i I ! I vllsrz.Fc,s I rnvar�rc°,°am: Ync.w.ix'e 3 ° 1 IISEWT.TI T2�p pgoP �y' CITY OF FORT WORTH. 7EX4S PRpv v _ si=5_ e I I TRANSPORTATION &PUBLIC WORKS DEPT w. �exl�,M=•I'm" eSIro>rsd" . I HAMP70N TRACT PHASE 3P U 6u¢d vn s=a uu STORM DRAINS PROFILE SO G I z ,4 ,r o rra I pose aas �suuc a+Te sNccr B•W 1.W S-M pw.wN. CSD '"Jff NOY:03p �OFrit Q �tior�T 2:wTF:cYw1XGi Z"tiNuloS1'dXY'\luoY uauwu1 OVERALL RESIDENTIAL LIGHT TABLE SUMMARY OF CONDUITAND C 5 LONDUR PULE OIIAN'Tlry aEACN ___ PDLETWE TYPO 1s :?•GTn - a08([8� „, ATep F,.s FI 1. PFN[N UMIN flL TYPE L—K R])K mP NL P]AO r I I tw T i 1 l v LUMINAIR.ERUANTRY .TOTAL T , n Y M T S TYPE M LUMAIR'_ IN 1EpiS1 T' CRI WMINARC 1 EACH n Y Tct a T 1 uBli ut ntl isa1 FOUNOAT40N TYPE TYPE1 rpneu[F(BunnTGEV1 II ..rnh-�ENOi .ai TVPE aReA 3]E ARAI I MmOUANTM 6FAaS I ME]EREO PECESTAL oFAAGI OVLRALLRESIDLNTW. PROJECT SIGN TABLE s�cn OEUCR�t'IOn TMUTcp OE$IGIu.T[pN Sf..E QUANTITY STOP SIGN q1., 3%CW NOTE: OVERALL ARTERIAL LIGHT TABLE -ou oLUWRT! BEACH Pp,�T.TpE tvPE va AT Pn—OLT WMInaRE TYPE P? MP NLI RPo="2 ILUNINARE GUPNTRY .TOTAL FOUNCAT10NTWC TYPED AFW TYPO Tjq pJ� ARV OVAVTm 6LAFH I TYPLt WM3NWRE UNLEBI NOTED OTNLRWSL hOTC$ OONOUO5116LL et I so1CUULC S. S mVTRACTOR TO REFER TO DNCiIQ^PLAN FOR LOCAnOR OF ANY CLCCTRICFL MPURTCNww m ], STREET UGRTB SH— 8EINsTAUEO BETWEEN CURBN SCLW KAT ALL LO rn + ONCOR CONTACT NUMDCR a,]n1s66h,GLSXiNC4 5 COVCRETE FOUNOATIpN FOAL—T UGRT STRUCTVRES OtlTNC OITf51DCOTRG AYMUSTDC =¢-FTlpu fAOE Of OVflB Tp FApE pF pkR .- STRCLZLIOMS TOSC NSTALLCO DYAGOY wF�D srRELr ucRrcDNTRAcroN TUGNT CONS—nON INCLUDING CONOUOS e ccN-- swu.L SL... COL. eo SUAICtl wT w TOP DEP OF V. MWIMU u FQM U WITERN OGETO INGTwLLEo: MMIMVM FROM ALL WwTFRA45ET5, 111 w L LZmTING GYSTCM A TCRIALS MUST OCA PROYCO DY CRY OF FORT WORTH LIO.RSNO DEPARTIACNT (CRY Oe FORT WORTH LIOHTINO AP%RONLDPRODUOIS LLSTL LE -,ENO C%LST STRCCT LIOHT TO BC PROTCCTCD FROFB ULIOHT PROP SINGLC ARTCRIAL STREET LiGI1T ' PROPCONDVR �R� hsNOHOtC IDY CLCTRIC I]TIL.1 - — — ------ PAD MOuf='R DORMER Q NCICR N�A, SERVICE PCDCSTAI GROUND 60X GB METGYD PEDESTAL MP PPOV STREETSIGN i MOn ECm �— -" Jam/ JI_5 ,Ii 5 L€GHTINGSHEET KEY .. . — NTS. MATCHLINE SHEET 54 T� •• •• ••�� r. i-rlP— F � I I +I If7 _ �eAa�Is�Tr wuvuees`rm 'w � I Ww LnGgl r I I 5] I1 T I BLOCK H EV I SC A � ~XSd', I I i$ i 11131 I 77 w E I BLOCK A cea e.lm[•v' �IG Ywar] � i137l I l� I{lf I i I i 7l FLOOPPLAIN I � � I f CC—C( ro a�Sn on ,RAFT PHASC- AW010 vLId.Q.PAJ%L?S..S P QSTOP;TOT 13% �f ! SIrUTO ITT Rd21 R.Zj lYA1t NYbnl p:911TU1� W nYI ---"---------- -- - - - - -I - - - - - - - -- - - -- �c�nvrefrs] I I I - I I �- to I o i. 80 1 p GRAPnK. SLALE iN FlET CONSTRUCTION NOTES xn�rwcwawn�w•n�cm-acx.c.lccr..11xl��s..w.+occ� ?�L GOeTn.LrOabwi mrnACTI¢ wupnrK Ar W.nm Wuw. raoaw AMCAt I.P LOC+Tpr m wcmlNn4.vaFFwlMv.T e��aa� w tea. fit �TuuLmPlttnlmv¢Fuul[xCwa einm mPawia.w new aG�YL�j.rui0rc�uS Pfremx maC m O...,1MNTAL&VERTICAL OO�N�D pR1'A.lRlFCI¢ CITY OF FORT WORTH, TEXAS TRANSPORTATION & PUBLIC WORKS DEPT 0. HAMPTON TRACT PHASE 3 STREET LIGHT & RESIDENTIAL SIGNAGE z PLAN O a DEER-oCPO srAE: BATE SnEET- OW.WN.OSO I1'=¢B' ¢uN v:, .]OFB] T I SUMMARY CFCONDUITAND CFBLES C PJT I _ I ",xE, Lrc {�LLn �InT L ? rA T � a T i —A Gut_ EOr,:L: i ti OLIRCWN'R44f Ul � . xaal TOPrI - eN OVERALL RESIOENT1.4L PROJECT SIGN TABLE SIGN a- -Op SION SiAEET NAME I 011 YMAr2 4 OVERALL RESIDENTIAL LGHT TABLE PLctaurwrm VEA I PCLE TYPO tYPC tt AT86PtPr—OLT tUMu.A1RE TYPE R]PKNPNLPl AO Ll1MINAIREOUANITTY eTOT- ttivE RS LumlwuRc )EACH ETYPE RC LU.I"I'IL EACH FOUNDATIo. TYPE TYPCt ARV TYPE J98 ARM AnuouA.rITY e£ACH T1PCTYP: fC LUNnwuRL uN1y5.,.GTCo OTMCkwLSL NOTES. 1. ALL LGNOURSH4LL 6C 2"SCHLDULLB6 ]. COVTPACTOR TO REFER TO �CORS PWN FOR LO T*N GFANY ELEG'PICeLAPVJRTEWWC[$5. o ]. SRIEEf LIGHTSSHAf18EINSTwfO HETwEEN GVRB6 SIOEWAL%ATP LLCGTIOr . 4. WCCR COMACT NumDU atTa4ao¢TB, DEGIGRER .. C6NCRETE ool rlos FOR DTREET UGT STRULTl3RC5 ON TWE OUTSIDE Of ROAPWAr w=BE a4•FROM FACE C=CU 70 FNC£OF PIER �RCCT LIOMS TO BE IIGTeIIrn DY A CRY < PR[pUALIFIEU BTRCET UCHT CONTRACTOR ;# ) C° 511 PRIOR TO ANY"TRLET UGNT CONSTRUCT*. INOLIJDBIG CONDllITO, a. CONDI SHALL M BGNLDULL 50 DUHICD AT A TOP DFI 9. STREET UI TFOUNMT,ONLNS LL Ui;.' TN.LEO'i k MINWUM FROM ALL WATER w ET5. S. IV ALL LIGHTING SYSTEM w,TER1ALO mI HC APRROVCD 3 BY CITY OF FORT WORM LIGHTNG OEPA IF4T fCC OF FO WT IH .IGFTINGAPPRDVCD PROOULTS y LIST x 3 d' 9 c ! I 1 11 fl ! I I Ir��l Pk0P t5' I - - I mrvassr EM"CmExT � j � I3 { 17 - , _ it 1 'I I` �r VrvaRNlrvum LLJ 1 ILu Z L r .If PlACCST;MELT GILT I I _ NC51]ew S0 ­NC slo.TOP RI. I`I -. IL If PPDP R,t r ' OE I I I I 11i _ _ _ _ _ _ _ _ _ ri R ,5 ,•ccreNT CIF IwmProNrRA� i PHn`�E3uGM'INU IMFLOYEME.Tg I REVISIONS _ I 54 _ S H I E L --- _ n.LGINETERING�GROUP SNEETKEY NT$ y`lA6�IV7.� r'- u " I OVER+ELARTEiLAL LICNTTABLE 7 �✓- ✓'� Putt aDA.rmr BEAD. FGLE TYpE LYPE IH TDo Moo V T I LUm1NAIRL TYPE 12] mP NL P]M� �^�GgrWNIc SCALE IN FELT LumiNnlR[aw.Vim NOTES iCONSTRUCTION FOJNOATION 1YPt -PEJ •� .P. c.rt w,. +..uc c APOu1 TYPE yyr ARM „wv,.,to-. azuv,wca.ner:cn ARM, a ,rr31,r F ICTSTREET IJE TTO OE PROTEClEO s nv �nrwesan•r�:e aTe�y�e:e wpea. e�--�iY-..m PROP STREET LILHT r«�cx[rurw..N m PROP DINGLEn TEAw ST ECT LIOrff i AmGw icnN µ��wku Pmvow s� wiw PROP CANDVR �R� � I vnnr_. �uuuxlrver uVrrr. Prr. ai-1 r, r Pvc SLEEVE _________ HORiZONTALd VERTICAL GONTROL� PRODHOLEmY PwOmWNTCDTRANSFOPrdR Q "• wA-fER •RTER ,:w-�M eel vwuwswomr.Woa.n.n a-ar-ro+-.s..c SERVICE PED]STAL CROUNO Do. Q LIETERED PEIIEGTAL � Y a„�,„,-�...s.mw., sae-•xr,xm,�a�„a ...rvT..�w_Tn PROP STREET SIGN PRDPEpB F1 0 CITY OF FORT WORTH. TEXAS TRANSPORTATION & PUBLIC WORKS DEPT y 4 HAMPTON TRACT PHASE 3 STREET LIGHT & RESIDENTIAL SIGNAGE Z PLAN O ti DEsml�D-cFD Isu LE. DATE sHEET� •� DRAlvN: CSD '; 4'a4V tUN]W3 55CFL3T v- I _ TNI WGT= T" I I f - I suNrrr Rnw WIG - - - -- - - r } VI/ =?:- _ •7 _ - tlAp 11LL NT nf1i II f r H� aka wLLLwfnS MI,P aPPWTINdGAS I E%ISTWC 2a" CaR �N FK-0Rp ' Co=TO OFAIFE 7agft mw, wrx raor COpRSSPDmD.O PLW SWCETNP.- . � . - _ - sunlr'x cRE.57 uN� .. - ; s � d # /,• � I �, I � � I � '� I I ' i - - --. - I I PRGAGgTu OF T7L ? �I I - r I avPPax Ton GF nIaE. Tear: , ... . 4 JO .MK OPap DE GDRRESPOHaIUG PU CHCCTNG. F_�-�P9PEClLRY --S T90 XOINGNROpgO %6IhcCmvryp CS GROUND CEe RooRIXWP SHIELD I�' ,a 0 .aPPROx TOP OF PIPC-1413'. CORRE,^.PONOIND PILAU SNGET NO - - - - Q -. � _ �,^(1.-✓+N--'��-- ��. .1"�-; fw'iw.:v�z�v.�J P'' k F:C'mw"r� _III I -_ - - _-- _ -- - 1 {A6wy,F c(),BUIWk,Y ><Onb —r"s-�_e� ' ;�w.wmnl nx�n' - /� v `WILLWA1GMtP OPeMTwG 3 I- -., I C et�rh.[dd '< --..c i'� - E%lS1WGN'GAS PLR RCCORL - �y ��yrcrc ) GRaPKIG `SCALE IHEEf* PckowOanPRa�OxRGgOl p-EL -E- - B.7a, raOFr PmG—NSHF x uo �o � �" �1 - II � CITY Of FOR? WORTH. TEXAS HAMPTON TRACT PHASE 3 s — MIDSTREAM GAS CROSSINGS DESIGNED-' D G E- :OAa 5MEET. R-.'3�VFwTtp�@.'�c1�352@YafGIAVW�T�if:+IG YTBFI-,'¢>•i(io - 'I i' ', ''i � I ' i oMWN_G50 T-"ar I .'uN]023 ,aF1 GR-01 60 00 PRODUCT REQUIREMENTS THIS PAGE LEFT INTENTIONALLY BLANK CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 HAMPTON TRACT PHASE 2 CPN:104313 FORT WORTH® Note: All water or CITY OF FORT WORTH WATER DEPARTMENT STANDARD PRODUCT LIST than 1S inch diameter shall be approved for use by the Water basis. Special bedding may be required for some Updated: 03/07/2023 Water & Sewer - Manholes & Bases/Components 33-39-10 (Rev 2/3/16) ' ` 07/23/97 33 05 13 Urethane Hydrophilic Watcrstop Asahi Kogyo K.K. Adeka Ultra -Seal P-201 ASTM D2240/D412/1)792 04/26/00 33 05 13 Offset Joint for 4' Dim. MH Hanson Concrete Products Drawing No. 35-0048-001 04/26/00 33 05 13 Profile Gasket for 4' Diam. MH. Press -Seal Gasket Corp. 250-4G Gasket ASTM C-443/C-361 SS MH 1126199 33 05 13 HOPE Manhole Adjustment Rings Ladtech, Inc HDPE Adjustment Ring Traffic and Non -traffic area 5/13/05 33 05 13 Manhole External Wrap Canusa - CPS WrapidSeal Manhole Encapsulation System er - MTanriors & Bases/Fiberelass 33-39-13 (1/8/13 1/26/99 33 39 13 Fiberglass Manhole Fluid Containment, Inc. Floayme ASTM 3153 Non -traffic area 08/30/06 33 39 13 Fiberglass Manhole L.F. Manufacturing Non -traffic area 1 EI Water & Sewer - Manholes & Bases/Frames & Covers/Rectammlar 33-05-13 (Rev 2/3/16) 1 33 05 13 IManholc Frames and Covers Western Iron Works, Bass & Hays Foundry 1001 24"x40" WD Water & Sewer - Manholes & Bases/Frames & Covers/Standard (Round) 33-05-13 (Rev 2/3/16) 3305 13 Manhole Frames and Covers Western Iron Works, Bass & Hays Foundry 30024 24" Dia. * 3305 13 Manhole Frames and Covers McKinley Iron Works Inc. A 24 AM 24" Dia. 08/24/18 3305 13 Manhole Frames and Covers Neenah Foundry R-1272 ASTM A48 & AASHTO M306 24" Dia. 08/24/18 33 05 13 Manhole Frames and Covers Neenah Foundry R- 165-LM (Hinged) ASTM A48 & AASHTO M306 24" Dia. 08/24/18 33 05 13 Manhole Frames and Covers Neenah Foundry NF 1274 ASTM A48 & AASHTO M306 30" Dia. 08/24/18 33 05 13 Manhole Frames and Covers Neenah Foundry R-1743-LM (Hinged) ASTM A48 & AASHTO M306 30" dia. 33 05 13 Manhole Frames and Covers Sigma Corporation MH-144N 33 05 13 Manhole Frames and Covers Sigma Corporation MH-143N 3305 13 Manhole Frames and Covers Pont-A-Mousson GTS-STD 24" dia. 3305 13 Manhole Frames and Covers Neenah Casting 24" dia. 10/31/06 33 05 13 Manhole Frames and Covers (Hinged) Powerseal Hinged Ductile Iron Manhole ASTM A536 24" Dia. 7/25/03 33 05 13 Manhole Frames and Covers Saint-Gobain Pipelines (Pamrex/rexus) RE32-R8FS 30" Dia. 01/31/06 33 05 13 30" Dia. MH Ring and Cover East Jordan Iron Works V1432-2 and V1483 Designs AASFITO M306.04 30" Dia. I 11/02/10 3305 13 30" Dia. MH Ring and Cover Sigma Corporation MH165IFWN & MH16502 30" Dia 07/19/1 t 3305 13 30" Dia. MH Ring and Cover Star Pipe Products NIH32FTWSS-DC 30" Dia 08/10/11 3305 13 30" Dia. MH Ring and Cover Accucast 220700 Heavy Duty with Gasket Ring 30" Dia 30" ERGO XL Assembly 10/14/13 3305 13 30" Dia. MH Ring and Cover (Hinged & Lockable) East Jordan Iron Works with Cam Lock/MPIC/T-Gasket ASSFITO MI 05 & ASTM A536 30" Dia I 06/01/17 3405 13 30" Dia. MH Ring and Cover (Hinged & Lockable) CI SIP Industries 2280 (32") ASTM A 48 30" Dia. CAP-ONE-30-FTW, Composite, w/ Lack .111111 33 OS 13 30" Dia. MH Ring and Cover Composne Access Producs, L.P. w/o Hmg 30" Dia. 10/07/21 3405 13 30" Dia. MH Ring and Cover Trumbull Manufacturing 32"(30") Frame and Cover 30" Dia. Water & Sewer - Manholes & Bases/Frames & Covers/Water Tight & Pressure Tight 33-05M� 2/3/1� 33 05 13 Manhole Frames and Covers Pont-A-Mousson Pamtight 24" Dia. * 33 05 13 Manhole Frames and Covers Neenah Casting 24" Dia. * 33 05 13 Manhole Frames and Covers Western Iron Works,Bass & Hays Foundry 300-24P 24" Dia. * 33 05 13 Manhole Frames and Covers McKinley Iron Works Inc. WPA24AM 24" Dia. 03/08/00 33 05 13 Manhole Frames and Covers Accuc rst RC-2100 ASTM A 48 24" Dia. 04/20/01 3305 13 Manhole Frames and Covers (SIP)Scrampore Industries Private Ltd. 300-24-23.75 Ring and Cover ASTM A 48 24" Dia. wer - Manholes & Bases/Precast Concrete 11ev 1/8/13 33 39 10 Manhole, Precast Concrete Hydra Conduit Corp SPL Item 449 ASTM C 478 48" * 33 39 10 Manhole, Precast Concrete Wall Concrete Pipe Co. Inc. ASTM C-443 48" 09/23/96 33 39 10 Manhole, Precast Concrete Concrete Product Inc. 48" I.D. Manhole w/ 32" Cone ASTM C 478 48" w/32" cone 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" 10/27/06 33 39 10 Manhole, Precast Concrete Oldeastle Precast Inc. 48" I.D. Manhole w/ 24" Cone ASTM C 478 48" Dim w 24" Ring 06/09/10 33 39 10 Manhole, Precast (Reinforced Polymer)Concrete US Composite Pipe Reinforced Polymer Concrete ASTM C-76 48" to 72" 09/06/19 33 3920 Manhole, Precast Concrete Forterra Pipe and Precast 60" & 72" I.D. Manhole w/32" Cone ASTM C-76 60" & 72" 10/07/21 32 39 20 Manhole, Precast Concrete Forterra Pipe and Precast 48" I.D. Manhole w/32" Cone ASTM C-77 48" I 10/07/21 33 3920 Manhole, Precast (Reinforced Polymer) Concrete Armorock 48" & 60" I.D. Manhole w/32" Cone 48" & 60" ASTM C-478; ASTM C-923; 03/07/23 1 33 3920 Manhole. Precast Concrete I AmeriTex Pipe and Products. LLC 1 48" & 60" I.D. Manhole w/32" Cone ASTM C-443 I 04/28/07 1 IManholc, Precast (Reinforced Polymer) Concrete I Amitech USA I Meyer Polycrete Pipe Eater & Sewer - Manholes & Bases/Rehab Svstems/Cementitious E1-14 Manhole Rehab Systems Quadex 04/23/01 EI-14 Manhole Rehab Systems Standard Cement Materials, Inc. Relmer MSP E1-14 Manhole Rehab Systems AP/M Permaform 4120101 E I-14 Manhole Rehab System Strong Company Strong Seal MS2A Rehab System 5/12/03 EI-14 Manhole Rehab System (Liner) Triplex Lining System MH repair product to stop infiltration ASTM D5813 08/30/06 General Concrete Repair FlexKrete Technologies Vinyl Polyester Repair Product Misc. Use * From Original Standard Products List CITY OF FORT WORTH FORT WORTH. WATER DEPARTMENT STANDARD PRODUCT LIST Updated: 03/07/2023 Note: All water or sewer pipe larger than 1S inch diameter shall be approved for use by the Water Department on a project specific basis. Special bedding maybe required for some pipes. Approv pec No./ IManufacturer Model1. National Spec Water &Sewer - an o es Bases/Rehab Svstems/NonCementitious ` 05/ 00/96 E1-14 Manhole Rehab Systems Sprayroa, Spray Wall Polyurethane Coating ASTM D639/D790 I 12/14/01 Coating for Corrosion protection(Exterior) ERTECH Series 20230 and 2100 (Asphatic Emulsion) Structures Only I01/31/06 Coatings for Corrosion Protection Chesterton Arc 791, S1BB, Sl, S2 Acid Resistance Test Sewer Applications I8/28/2006 Coatings for Corrosion Protection Warren Environmental S-301 and M-301 Sewer Applications » v�33 ..v�i-rice" _P ay ol loull- x `Structures 03/19/18 I 39 20' Coating for Corrosion orotection(Exterim) Sherwin Williams Grade (Asohatic Emulsion) Onlv I 33 05 13 Manhole Insert 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 I * 3305 13 Manhole Insert Noflow-Inflow Made to Order - Plastic ASTM D 1248 For 24" dia. I I 09/23/96 3305 13 Manhole Insert Southwestern Packing & Seals, Inc. Lifesaver - Stainless Steel For 24" dia. I I 09/23/96 3305 13 Manhole Insert Southwestern Packing & Seals, Inc. TetherLok - Stainless Steel For 24" dia I I 7111 ati arer & Sewer - Pine Casine Spacers 33-05-24 (07/01/13). I 04/02 Steel Band Casing Spacers Advanced Products and Systems, Inc. Carbon Steel Spacers, Model SI IO2/02/93 Stainless Steel Casing Spacer Advanced Products and Systems, Inc. Stainless Steel Spacer, Model SSI I04/22/87 Casing Spacers Cascade Waterworks Manufacturing Casing Spacers I09/14/10 Stainless Steel Casing Spacer Pipeline Seal and Insulator Stainless Steel Casing Spacer Up to 48" I09/14/10 Coated Steel Casin Spacers Pipeline Seal and Insulator Coated Steel Caam Spacers Up to 48" I 05/10/11 Stainless Steel Casing Spacer Powerseal 4810 Powerchock Up to 48" 03/19/18 Casing Spacers BWM SS-12 Casing Spacer(Stainleas Steel) 03/19/18 Casing Spacers BWM FB-12 Casing Spacer (Coated Carbon Steel) for Non_pressure Pipe and Grouted Casing 03/29/22 33 05 13 Casing Spacers CCI Pipeline Systems CSC12, CSS12 I Water & Sewer - Pines/Ductile Iron 33-11-10(1/8/13) I * 3311 10 Ductile Iron Pipe Griffin Pipe Products, Co. Super Bell-Tite Ductile Iron Pressure Pipe, AW WA C150, C151 3" thou 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" thin 30" 08/24/18 33 11 10 Ductile Icon Pipe American Ductile Iron Pipe Co. American Flex Ring (Restrained Joint) AW WA C150, C151 4" thin 30" * 33 11 10 Ductile Iron Pipe U.S. Pipe and Foundry Co. AW WA C150, C151 * 33 11 10 Ductile Iron Pipe McWane Cast Iron Pipe Co. AW WA C150, C151 I Water & Sewer - Utility Line Marker (08/24/2018) I I ewer - Coatinss/EDoxv 33-39-60 (01/08/13) I 02/25/02 Epoxy Lining System Sauereisen, Inc SewerGard 21 ORS LA County 9210-1.33 I 12/14/01 Epoxy Lining System Ertech Technical Coatings Ertcch 2030 and 2100 Series I I 04/14/05 Interim Ductile Iron Pipe Coating Induron Protecto 401 ASTM B-117 Ductile Iron Pipe Only I I01/31/06 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 I Sewer - Coatings/Polvurethane I I I Sewer - Combination Air Valves I I 05/25/18 I 33-31-70 Air Release Valve A.R.I. USA, Inc. D121LTP02(Compwite Body) 2" I I Sewer - PiDes/Concrete I I E I-04 Conc, Pipe, Reinforced Wall Concrete Pipe Co. Inc. ASTM C 76 I E I-04 Conc. Pipe, Reinforced Hydro Conduit Corporation Class III T&G, SPL Item #77 ASTM C 76 I IE I-04 Conc. Pipe, Reinforced Hanson Concrete Products SPL item ASTM C 76 I IE I-04 Conc. Pipe, Reinforced Concrete Pipe & Products Co. Inc. ASTM C 76 I I Sewer - Pine Enlargment Svstem (Method)33-31-23 (01/18/13). I PIM Corporation Polyethylene PIM Corp., Fiscal, Way, N.J. Approved Previously �Plmswim McConnell Systems McLat Construction Polyethylene Houston, Texas Approved Previously I TRS Systems Treachless Replacement System Polyethylene Calgary, Canada Approved Previously I I Sewer - PiDe/Fibers aTI ss Mnforced/ 33-31-13(1/8/13) I Hobas Pipe USA, Inc. Hobas Pipe (Non -Pressure) ASTM D3262/D3754 I 7/21 /97 33 31 13 Cent. Cast Fiberglass (FRP) I 03/22/10 333 13 Fiberglass It,. (FRP) Ameron Bondstrand RPMP Pipe AST-.3262-3154 I 04/09/21 33 31 13 Glass -Fiber Reinforced Polviner Pipe FRP Thompson Pie Group Thompson Pipe Flowtite ASTM D3262/D3754 03/07/23 3331 13 Fiberglass Pioe (FRP) Future Pine Industries Fiberstron¢ FRP ASTM D3212. ASTM D3681. ASTM D4161. AW WA M45 Sewer - PiDe/Polvmer Pipe 4/14/OS Polvmer Modified Concrete Pioe Amnech USA Meyer Polycrete Pipe ASTM C33, A276, F477 8" tp 1112", Class V I06/09/10 El-9 Reinforced Polymer Concrete Pipe US Composite Pipe Reinforced Polymer Concrete Pioe ASTM C-76 I I I �PiDes/HDPE 33-31-23(1/8/13) * From Original Standard Products List CITY OF FORT WORTH FORT WORTH. WATER DEPARTMENT STANDARD PRODUCT LIST Updated: 03/07/2023 Note: All water or sewer pipe larger than 1S inch diameter shall be approved for use by the Water Department on a proiect specific basis. Special bedding maybe required for some I ' ihdsity polyethylene pipe Phillips Driswpipe, Inc Opticore Ductile Polyethylene Pipe ASTM D 1248 8" I * High-denstty polyethylene pipe �'I'ii�gh_d_msitv PIexco Inc. ASTM D 1248 8" * High -density polyethylene pipe Polly Pipe, Inc. ASTMD 1248 8" polyethylene pipe CSR Hydro CondmUPioelme Systems McConnell Pipe Enlargement ASTM D 1248 Sewer - PiDes/PVC (Pressure Sewer) 33-11-12 (4/1/13) 12/02/11 33-11-1� DR -Id PVC Pressure Pipe Apelife Jetstream PVC PressurePipe AWWA C900 4"thin 12" 10/22/14 33-11-12 DR-14 PVC Pressure Pipe Royal Building Products Royal Seal PVC Pressure Pipe AW WA C900 4" thin 12" 33-31-20 PVC Sewer Poe 12/23/97* 33-31-20 PVC Sewer Pipe * 33-31-20 PVC Sewer Pipe 01/18/18 33-31-20 PVC Sewer Pipe 11/11/98 33-31-20 PVC Sewer Pipe * 33-31-20 PVC Sewer Pipe 09/11/12 33-31-20 PVC Sewer 05/06/05 33-31-20 , PVC Sohd Wall Pipe 04/27/06 33-31-20 PVC Sewer Fittings * 33-31-20 PVC Sewer Fittings 1 3/19/2018 33 3120 PVC Sewer Pipe 1 3/19/2018 33 3120 PVC Sewer Pre 1 3/29/2019 33 3120 Gasketed Fittings (PVC) 1 10/21/2020 33 3120 PVC Sewer Pipe 1 10/22/2020 33 3120 PVC Sewer Pipe 1 10/21/2020 33 3120 PVC Sewer Pipe P 33-31-12 1 * Cured in Place Pipe 05/03/99 Cured in Place Ape 05/29/96 Cured in Place Pipe Sewer - Pipes/Rehab/Fold & Form Fold and Form Pi 11/03/98 Fold and Form Pipe Fold and Form Pipe 12/04/00 Fold and Form Pipe 06/09/03 Fold and Form Pipe Sewer - PIDes/ODen Profile Large Diameter 09/26/91 E100-2 PVC Sewer Pipe, Ribbed 09/26/91 E100-2 PVC Sewer Pipe, Ribbed E100-2 PVC Sewer Pipe, Ribbed 11/10/10 (E100-2) Polypropylene (PP) Sewer Pipe, Double Wall 11/10/10 (E100-2) Polypropylene (PP) Sewer Pipe, Triple Wall 05/16/11 Steel Reinforced Polyethylene Pipe * From Original Standard Products List 1-M Manufacturing Co., Inc. (JM Eagle) Diamond Plastics Corporation Lamson Vylon Pipe Vinyltech PVC Pipe Diamond Plastics Corporation J-M Manufacturing Co, Inc. (JM Eagle) P,qq life Jet Stream Diamond Plastics Corporation Harco Plastic Trends, Inc.(Westlake) Pipelife Jet Stream Pipelife Jet Stream GPK Products, Inc. NAPCO(Westlake) Sanderson Pipe Com. NAPCO(Westlake) Insimfrrm Texark, Inc National Envirotech Group Remolds Inc/Inliner Technolgy (Inliner USA) Cullum Pipe Systems, Inc. Insimfimm Technologies, Inc. American Pipe & Plastics, Inc. Ultralmer Miller Pipeline Corp. Lamson Vylm Pipe Extrusion Technologies, Inc. Up -or ETI Company Advanced Drainage Systems (ADS) Advanced Drainage Systems (ADS) C-Tech Construction Products SDR-26 SDR-26 Gravity Sewer "S" Gravity Sewer Pipe SDR 26/35 PS 115/46 SDR-26 and SDR-35 SDR 26/35 PS 115/46 SDR-26 and SDR-35 Gasket Fittings Gasketed PVC Sewer Main Finings SDR 35 SDR 26 SDR 26 SDR 26 SDR 26 SDR 26/35 PS 115/46 National Liner, (SPL) Item #27 Inliner Technology Insim "NuPIpe" Ultralmer PVC Alloy Pir eliner EX Method Carlon Vylon H.C. Closed Profile Pipe, Ultra -Rib Open Profile Sewer Pipe SaniTite HP Double Wall (Corrugated) SmuTne HP Triple Wall Pipe Durmaxx ASTM D 3034 ASTM D 3034 ASTM F 789 ASTM D3034 ASTM F 679 ASTM F 679 ASTM F-679 ASTM F-679 ASTM D-3034, D-1784, etc ASTM D 3034 ASTM F679 ASTM D3034 ASTM D3034/F-679 ASTM D3034 ASTM D3034 ASTM F-679 ASTM F 1216 ASTM F-1216/D-5813 ASTM F 1216 ASTM F-1504 ASTM F-1504, 1871, 1867 ASTM F-1504, F-1947 ASTM F 679 ASTM F 679 ASTM F 2736 ASTM F 2764 ASTM F 2562 4" - 15" 4" thin 15" 4" thin 15" 4" thin 15" 18" to 27" 18" - 28" 18" 18" to 48" 4" - 11" 18"- 24" 4"- 15" 4"- 15" 4" - 15" 4"- 15" 18"- 36" Demo. Purpose Only Up to 18" diameter 18" to 48" 18" to 48" 24"-30" 30" to 60" 24" to 72" CITY OF FORT WORTH FORT WORTH. WATER DEPARTMENT STANDARD PRODUCT LIST Updated: 03/07/2023 Note: All water or sewer pipe larger than 1S inch diameter shall be approved for use by the Water Department on a project specific basis. Special bedding maybe required for some pipes. Approval Spec I on 1W Manufacturer Model1. National Spec Water - Aoour�enancesgig -10 (07/Ol/13) Ol/18/18 33-12-10 Double Strap Saddle Romac 202NS Nylon Coated AWWA C800 1"-2"SVC, up to 24 "Pipe 08/28/02 Double Strap Saddle Smith Blair 4317 Nylon Coated Double Strap Saddle 07/23/12 33-12-10 Double Stra Service Saddle Mueller Company DR2S Double SS Stra DI Saddle AWWA C800 W 1"-2" SVC, u to 24" Pipe 03/07/23 33-12-10 Double Soup Service Saddle Powerseal 3450AS, Inc. Corp. Stop, Dbl Spur, Stainless NSF ANSI 372 1"-2" SVC, up to 24" Pipe 10/27/87 Curb Stops -Ball Meter Valves McDonald 6100M,6100MT & 610MT 3/4" and 1" 10/27/87 Curb Stops -Ball Meter Valves McDonald 4603B, 4604B, 6100M, 6100TM and 6101M 1 h" and 2" FB600-7NL, FB1600-7-NL, FV23-777-W-NL, 1/25/2018 33-12-10 Curb Stops -Ball Meter Valves Ford Meter Box Co., Inc. -2-7-L AWWA C800 2" FB600-6-NL, FB1600-6-NL, FV23-666-W- 1111018 33-12-10 Curb Stops -Ball Meter Valves Ford Meter Box Co., Inc. NL, L22-66NL AWWA C800 1-1/2" FB600-4-NL, FB1600-4-NL, Bt 1-444-WR- 1111018 33-12-10 Curb Stops -Ball Meter Valves Ford Meter Box Co., Inc. NL, B22444-WR-NL, L28-44NL AWWA C800 I " 13-25000N, B-24277N-3, B-20200N-3, H- AWWA C800, ANSF 61, 1/25/2018 33-12-10 Curb Stops -Ball Meter Valves Mueller Co., Ltd. 15000N, , H-1552N, H142276N ANSI/NSF 372 _ B-25000N, B-20200N-3, B-24277N-3,H- AWWA C800, ANSF 61, 1111.1. 33-12-1. Curb Stops -Ball Meter Valves Mueller Co., Ltd. 15000N, H-14276N, H-15525N ANSI/NSF 372 1-1/2" 5/25/2018 33-12-10 Curb Stops -Ball Meter Valves Mueller Co., Ltd. 15530N ANSI/NSF 372 V, 01/26/00 Coated Tapping Saddle with Double SS Straps 1CM Industries, Inc. 4406 Double Band SS Saddle 1"-2" Taps on up to 12" 0/5/21/12 33-12-25 Tapping Sleeve (Coated Steel) 1CM Industries, Inc. 412 Tapping Sleeve ESS AWWA C-223 Up to 30" w/12" Out 03/29/22 33-12-25 Tapping Sleeve (Coated or Stainless Steel) 1CM Industries, Inc. 415 Tapping Sleeve AWWA C-223 Concrete Pipe Only 05/10/11 Tapping Sleeve (Stainless Steel) Powerseal 3490AS (Flange) & 3490MJ 4"-1" and 16" 02/29/12 33-12-25 Tapping Sleeve (Coated Steel) Roma, FTS 420 AWWA C-223 U p to 42" w/24" Out 02/29/12 33-12-25 Tapping Sleeve (Stainless Steel) Ronnie SST Stainless Steel AWWA C-223 Up to 24" w/12" Out 02/29/12 33-12-25 Tapping Sleeve (Stainless Steel) Romac SST III Stainless Steel AWWA C-223 Up to 30" w/12" Out 05/10/11 Joint Repair Clamp Powerseal 3232 Bell Joint Repair Clamp 4" to 30" Plastic Meter Box w/Composite Lid DFW Plastics Inc. DFW37C-12-1EPAF FTW Plastic Meter Box w/Composite Lid DFW Plastics Inc. DFW39C-12-1EPAF FTW 08/30/06 Plastic Meter Box w/Composite Lid DFW Plastics Inc. DFW65C-14-1EPAF FTW Class "A" Concrete Meter Box Bass & Hays CMB37-B12 1118 LID-9 Concrete Meter Box Bass & Hays CMB-18-Dual 1416 LID-9 Concrete Meter Box Bass & Hays CMB65-B65 1527 LID-9 r Water - Combination Air Release 33-31-70 (01/08/13) 1 E I -I I Au Release Valve GA Industries, Inc. Empve Air and Vacuum Valve, Model 935 ASTM A 126 Class B, ASTM A 1" &W21' * EI-11 [ourbiration ombmation Ar Release Valve Multiplex Manufacturing Co. Crispin Air and Vacuum Valves, Model No. 1/2", 1" & 2" EI-11 ombination Air Release Valve Valve and Primer Corp. APCO #143C, #145C and #147C 1", 2" & 3" Water 4WRarrel Fire Hvdrant 10/Ol/87 E-1-12 Dry Barrel Fire Hydrant American -Darting Valve Drawing Nos. 90-18608, 94-18560 AWWA C-502 03/31/88 E-1-12 Dry Barrel Fire Hydrant American Darling Valve Shop Drawing No. 94-18791 AWWA C-502 09/30/87 E-1-12 Dry Barrel Fire Hydrant Clow Corporation Shop Drawing No. D-19895 AWWA C-502 01/12/93 E-1-12 Dry Barrel Fire Hydrant American AVK Company Model 2700 AWWA C-502 08/24/88 E-1-12 Dry Barrel Fire Hydrant Clow Corporation Drawings D20435, D20436, B20506 AWWA C-502 E-1-12 Dry Barrel Fire Hydrant ITT Kennedy Valve Shop Drawing No. D-80783FW AWWA C-502 0.1.7 E-1-12 Dry Barrel Fire Hydrant M&H Valve Company Shop Drawing No. 13476 AWWA C-502 Shop Drawings No. 6461 t0/14/87 E-1-12 Dry Barrel Fire Hydrant Mueller Company A-423 Centurion tur AWWA C-502 01/15/88 E1-12 Dry Barrel Fire Hydrant Mueller Company A-423 Super Centurion 200 AWWA C-502 10/09/87 E-1-12 Dry Barrel Fire Hydrant U.S. Pipe & Foundry Shop Drawing No. 960250 AWWA C-502 09/16/87 E-1-12 Dry Barrel Fire Hydrant American Flow Control (AFC) Waterous Pacer W1367 AWWA C-502 08/12/16 33-12-40 Dry Barrel Fire Hydrant EJ (East Jordan Iron Works) WaterMaster 5CD250 I 02/05/93 E101-5 Detector Check Meter Ames Company Model 1000 Detector Check Valve AWWA C550 4" - 10" 08/05/04 Magnetic Drive Vertical Turbine Hersey Magnetic Drive Vertical AWWA C701, Class 1 3/4" - 6" * From Original Standard Products List CITY OF FORT WORTH FORT WORTH. WATER DEPARTMENT STANDARD PRODUCT LIST Updated: 03/07/2023 Note: All water or sewer pipe larger than 1S inch diameter shall be approved for use by the Water Department on a project specific basis. Special bedding maybe required for some pipes. Approval IModel INational Water -Pines/PVC(Pressure Waterl33-31-70(01/08/13) J& MEL M` —AL I 01/18/18 33-11-12 PVC Pressure Pipe Vinyltech PVC Pipe DR14 ASTM D1784 V-12" I I 3/19/2018 33 11 12 PVC Pressure Pipe Pipelife Jet Stream DR14 AWWA C900 4"-12" I I 3/19/2018 3311 12 PVC Pressure Pipe Pipelife Jet Stream DR18 AWWA C900 16"-24" I I 5/25/2018 3311 12 PVC Pressure Pipe Diamond Plastics Corporation DR 14 AWWA C900 4"-12" I 5/25/2018 3311 12 PVC Pressure Pipe Diamond Plastics Corporation DR 18 AWWA C900 16"-24" AWWA C900-16 UL 1285 12/6/2018 3311 12 PVC Pressure Pipe J-M Manufacnrring Co., Inc d/b/a JM Eagle DR 14 ANSI/NSF 61 4"-28" FM 1612 12/6/2018 3311 12 PVC Pressure Pipe J-M Manufacturing Co., Inc d/b/a JM Eagle DR 18 ° 16"-24" 9/6/2019 3311 12 PVC Pressure Pipe Underground Solutions Inc. DR14 Fusible PVC AWWA C900 4" - 8" 9/6/2019 33 11 12 PVC Pressure Pipe NAPCO(Weatlake) DR18 AWWA C900 16"-24" 9/6/2019 33 11 12 PVC Pressure Pipe NAPCO(Westlake) DR14 AWWA C900 4"-12" 9/6/2019 33 11 12 PVC Pressure Pipe Sanderson Pipe Corp. DR14 AWWA C900 4"- 12" I Water - PinesNalves & Fittings/Ductile Iron Fittings 33-11-11 (01/08/13) I 77/1/107/23/92 EI-07 Ductile Iron Fittings Star Pipe Products, Inc. Mechanical Joint Finings AW WA C153 & C110 I * EI-07 Ductile Iron Fittings Griffin Pipe Products, Co. Mechanical Joint Fittiq @ AWWA C 110 I * E1-07 Ductile Iron Fittings McWane/Tyler Pipe/ Union Unlmes Division Mechanical Joint Finings, SSB lass 350 AWWA C 153, C 110, C III I 08/11/98 E1-07 Ductile Iron Fittings Sigma, Co. Mechanical Joint Finings, SSB Class 351 AWWA C 153, C 110, C 112 I 02/26/14 E1-07 MJ Fittings Accucast Class 350 C-153 MJ Finings AWWA C153 4"-12" I 05/14/98 E1-07 Ductile Iron Joint Restraints Ford Meter Box Co./Uno-Flange Uni-Flange Series 1400 AW WA C111/C153 4" to 36" I 05/14/98 E1-24 PVC Joint Restraints Ford Meter Box Co./Uni-Flange Uni-Flange Series 1500 Circle -Lock AW WA C111/C153 4" to 24" I 11/09/04 E1-07 Ductde Iron Joint Restraints One Bolt, Inc. One Bolt Restrained Joint Fitting AWWA C111/C116/C153 4" to 12" I I 02/29/12 33-11-11 Ductile Iron Pipe Mechanical Joint Restraint EBAA Iron, Inc. Megalug Series 1100 (for DI Pipe) AWWA C111/C116/C153 4" to I" I I 02/29/12 33-11-11 PVC Pipe Mechanical Joint Restraint EBAA Iron, hic. Megalug Series 2000 (for PVC Pipe) AWWA C111/C116/C153 4" to 24" I I 08/05/04 E1-07 Mechanical Joint Retainer Glands(PVC) Sigma, Co. Sigma One-Lok SLC4 - SLC10 AW WA C111/C153 4" to 10" I I 03/06/19 33-11-11 Mechanical Joint Retainer Glands(PVC) Sigma, Co. Sigma One-Lok SLCS4 - SLCS12 AW WA C111/C153 4" to 12" I I 08/05/04 E1-07 Mechanical Joint Retainer Glands(PVC) Sigma, Co. Sigma One-Lok SLCE AW WA C111/C153 12" to 24" I I 08/10/98 E1-07 MJ Fiffir IP) Sigma, Co. Sigma One-Lok SLDE AW WA C153 4" - 24" I I 10/12/10 E1-24 Interim Restrained Joint System S & B Techncial Products Bulldog System ( Diamond Lok 21 & JM ASTM F-1624 4" to 12" I I 08/16/06 E1-07 Mechanical Joint Fittings SIP Ind-nies(Serampore) Mechanical Joint Fittings AW WA C153 4" to 24" I I 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 I I 11/07/16 33-11-11 Mechanical Joint Retainer Glands Star Pipe Products, Inc. DIP Stmgrip Series 3000 ASTM A536 AW WA CI I I I EZ Grip Joint Restraint (EZD) Black For DIP 03/19/18 33-11-11 Mechanical Joint Remmer Glands SIP Industries(Seramnore) ASTM A536 AW WA CI I I 3"-48" EZ Grip Joint Restraint (EZD) Red for C900 03/19/18 33-I1-I1 Mechanical Joint Retainer Glands SIP Industries(Sersmpore) DR14 PVC Pipe ASTM A536 AW WA CI I I 4"-12" 03/19/18 33-I1-I1 Mechanical Joint Retainer Glands SIP Industries(Sersmpore) �` vuP J V11i. nn, oa;,t,�V7 nGLL �V1 �J°✓ ASTM A536 AW WA CI11 16"-24" I Water - Pioes/Valves & Fittings/Resilient Seated Gate Valve* 33-12-20 (05/13/15). I Resilient Wedged Gate Valve w/no Gears American Flow Control Series 2500 Drawing # 94-20247 16" I 12/13/02 Resilient Wedge Gate Valve American Flow Control Series 2530 and Series 2536 AWWA C515 30" and 36" I I 08/31/99 Resilient Wedge Gate Valve American Flow Control Series 2520 & 2524 (SD 94-20255) AWWA C515 20" and 24" I I 05/18/99 Resilient Wedge Gate Valve American Flow Control Series 2516 (SD 94-20247) AWWA C515 16" I I 10/24/00 E1-26 Resilient Wedge Gate Valve American Flow Control Series 2500 (Ductile Iron) AWWA C515 4" to 12" I I 08/05/04 Resilient Wedge Gate Valve American Flow Control 42" and 48" AFC 2500 AWWA C515 42" and 48" I I 05/23/91 E1-26 Resilient Wedge Gate Valve American AVK Company American AVK Resilient Seeded GV AWWA C509 4" to 12" I I01/24/02 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) AWWA C515 16" I I 01/23/03 Resilient Wedge Gate Valve Mueller Co. Series A2360 for 18"-24" (SD 6709) AWWA 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 EI-26 Resilient Wedge Gate Valve Clow Valve Co. AWWA 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 EI-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 AWWA C515 30" and 36" (Note 3) l l/30/12 Resilient We Gate Valve Clow Valve Co. Clow Valve Model 2638 AWWA C515 24" to 48" (Nola 3) 05/08/91 E1-26 Resilient Seat Gate Valve Stockham Valves & Fittings AWWA C 509, ANSI 420 - stem, 4" - 12" I EI-26 Resilient Seated Gate Valve U.S. Pipe and Foundry Co. Meinesea1250, regwremerts SPL #74 3" to 16" 11/16/16 33-12-20 Resilient Seated Gate Valve EJ (East Jordan Iron Works) EJ F1owMa uer Gat. Valve & Boxes 08/24/18 I Mateo Gate Valve Matco-Norca 225 MR AWWA/ANSI C115/An21.15 4" to 16" I * From Original Standard Products List FORT WORTH® Note: All water or CITY OF FORT WORTH WATER DEPARTMENT STANDARD PRODUCT LIST than 1S inch diameter shall be approved for use by the Water basis. for some Updated: 03/07/2023 I * E1-30 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 1/11/99 E1-30 Rubber Seated Butterfly Valve Dozurik Valves Co. AW WA C-504 24" and larger 06/12/03 E1-30 Valmatm American Butterfly Valve Valmanc Valve and Manufacturing Corp. Valmatic American Butterfly Valve. AW WA C-504 Up to 84" diameter 04/06/07 E1-30 Rubber Seated Butterfly Valve M&H Valve M&H Style 4500 & 1450 AW WA C-504 24" to 48" 03/19/18 33 12 21 Rubber Seated ButterFly Valve G. A. Industries (Golden Anderson) AW WA C504 Butterfly Valve AW WA C-504 30"-54" Water�ne Encasement 33-11-10 (01/08/13) O1/12/OS EI-13 Polyethylene Encasment Flossol Packaging Fulton Enterprises AW WA C105 8 mil LLD 05/12/05 EI-13 Polyethylene Encasment Mountain States Plastics (MSP) and AEP Ind. Standard Hardware AW WA C105 8 mil LLD 05/12/05 E1-13 Polyethylene Encasment AEP Industries Bullstrong by Cowtown Bolt & Gasket AW WA C105 8 mil LLD 09/06/19 33-11-11 Polyethylene Encasment Northtown Products Inc. PE Encasement for DIP AW WA C105 8 mil LLD Water - SamDUnt= Station 03/07/23 33 12 50 Water Sam lin Station I Eclipse Number 88, 12-inch Depth of Bur As shown in spec. 33 12 50 OW21121) Water - Automatic Flusher Automated Flushing System Mueller Hydrogaud HG2-A-IN-2-PVC-018-LPLG(Permanent) 04/09/21 Automated Flushing System Kupf le Foundry Company Eclipse #9800we 04/09/21 Automated Flushing System Kupf le Foundry Company Eclipse 99700 (Portable) * From Original Standard Products List FORT WORTH., CITY OF FORT WORTH TRANSPORTATION/PUBLIC WORKS DEPARTMENT STANDARD PRODUCTS LIST AS OF 09/07/2023 Approval Spec No. Concrete Classification Manufacturer Model No. National Spec 9/9/2022 03 30 00 Mix Design American Concrete Company 30CAF029 3000 psi Concrete for Sidewalks & ADA Ramps 9/9/2022 03 30 00 Mix Des�n American Concrete Company 01JAF382 1000 psi Concrete Base Material for Trench Repair 9/9/2022 03 30 00 Mix Design American Concrete Company 40CNF065 4000 psi Concrete for Manholes & Utility Structures 9/9/2022 03 30 00 Mix Design American Concrete Company 45CAF076 4500 psi Concrete for Hand Placed Paving 9/9/2022 03 30 00 Mix Design Argos DIOOO0001737 4500 psi Concrete for Hand Placed Paving 9/9/2022 03 30 00 Mix Design Argos DIOOO0001791 4500 psi Concrete for Hand Placed Paving 9/9/2022 03 30 00 Mix Design Argos DIOOO0001793 4500 psi Concrete for Hand Placed Paving 9/9/2022 03 30 00 Mix Design Argos D10000001103 4500 psi Concrete for Hand Placed Paving 9/9/2022 03 30 00 Mix Design Argos DIOOO0002107 4500 psi Concrete for Hand Placed Paving 9/9/2022 03 30 00 Mix Design Argos DIOOO0001273 4500 psi Concrete for Hand Placed Paving 9/9/2022 03 30 00 Mix Design Argos DIOOO0001617 3600 psi Concrete for Machine Placed Paving 9/9/2022 03 30 00 Mix Design Argos DIOOO0008381 4500 psi Concrete for HES Paving 9/9/2022 03 30 00 Mix Design Argos DIOOO0009857 50 psi Flowable Fill - CLSM 9/9/2022 03 30 00 Mix Design Argos DIOOO0001055 3000 psi Concrete for Inlets, Junction Boxes, Manholes, Channel Liners, Sidewalks, Driveways, Curb & Gutter 9/9/2022 03 30 00 Mix Design Argos DIOOOOO1043S 3000 psi Concrete for Sidewalks, Curbs 9/9/2022 03 30 00 Mix Design Argos DIOOOOO1565S 3000 psi Concrete for Curbs, Curb & Gutters, Sidewalks, Driveways, ADA Ramps 9/9/2022 03 30 00 Mix Design Argos DIOOOOO1615 3600 psi Concrete for Inlets, Boxes, Encasement, Blocking 9/9/2022 03 30 00 Mix Design Argos DIOOO0001061 3600 psi Concrete for hilets, Boxes, Encasement, Blocking 9/9/2022 03 30 00 Mix Design Argos DIOOO0001083S 4000 psi Concrete for Valve Pads, Inlets, Structures, Headwalls, Thrust Blocking 9/9/2022 03 30 00 Mix Design Argos DIOOO0001083 4000 psi Concrete for Valve Pads, Inlets, Structures, Headwalls, Thrust Blocking 9/9/2022 03 30 00 Mix Design Argos DIOOO0001685 4000 psi Concrete for Valve Pads 9/9/2022 03 30 00 Mix Design Argos DIOOO0005751 750 Psi Concrete Base for Trench Repair 9/9/2022 03 30 00 Mix Design Argos DI OOO0001681 4000 psi Concrete for Headwalls, Retaining Walls, Box Culverts, Valley Gutters 9/9/2022 03 30 00 Mix Design Big D Concrete 7SKGRT 3000 psi Concrete for Grouting 9/9/2022 03 30 00 Mix Design Big D Concrete 14500AE 4500 psi Concrete for High Early Strength Paving 5/2/2023 32 13 13 Mix Design Big D Concrete CM14520AE 4500 psi Concrete for Hand Placed Paving 9/9/2022 03 30 00 Mix Design Big Town Concrete 452065-1 4500 psi hand placed paving 9/9/2022 03 30 00 Mix Desri Big Town Concrete 450065-1 4500 psi hand placed paving 9/9/2022 03 30 00 Mix Design Borneo Texas 45U500BG 4500 psi Concrete Mix for Hand Placed Paving, Storm Structures 9/9/2022 03 30 00 Mix Desri Borneo Texas 40U553BG 4000 psi Concrete Mix for Machine Placed Paving 9/9/2022 03 30 00 Mix Design Borneo Texas 55UI20AG 4000 psi Concrete Mix for High Early Strength Paving 9/9/2022 03 30 00 Mix Design Borneo Texas 30U100AG 3000 psi Concrete Mix for Pipe Collars, Inlets, Thrust Blocks, Sidewalks, ADA Ramps 9/9/2022 03 30 00 Mix Design Borneo Texas 30U101AG 3000 psi Concrete Mix for Flatwork 9/9/2022 03 30 00 Mix Design Borneo Texas 30U500BG 3000 psi Concrete Mix for Blocking, Encasement, Curb Inlets, Junction Boxes, Fire Hydrant Pads, Driveways, Curb & Gutters, Sidewalks, ADA Ramps 9/9/2022 03 30 00 Mix Design Borneo Texas 40U500BG 4000 psi Concrete Mix for Storm Drain Structures, Driveways, Screen Walls, Collars 9/9/2022 03 30 00 Mix Design Borneo Texas 36U500BG 3600 psi Concrete Mix for Lighting and Traffic Signal Foundations 9/9/2022 03 30 00 Mix Design Burrrco Texas 08Y450BA 800 psi Concrete Mix for Base for Trench Repair 9/9/2022 03 30 00 Mix Design Borneo Texas OIY690BF 100 psi Concrete Mix for Flowable Fill 4/1/2023 03 34 16 Mix Design Borneo Texas IOYH50BF 1000 psi Concrete Base Material for Trench Repair 9/9/2022 03 30 00 Mix Design Carder Concrete FWCC602021 4500 psi concrete for Hand Placed Paving 9/9/2022 03 30 00 Mix Design Carder Concrete FWCC552091 3600 psi for Machine Placed Paving 9/9/2022 03 30 00 Mix Design Carder Concrete FWCC602091 3600 psi for Machine Placed Paving 9/9/2022 03 30 00 Mix Design Carder Concrete FWCC359101 Flowable Fill - CLSM 9/9/2022 03 30 00 Mix Design Carder Concrete FWFF237501 Flowable Fill - CLSM 9/9/2022 03 30 00 Mix Design Carder Concrete FWCC602001 4000 psi Concrete for Storm Drain Structures, Manholes, Headwalls, Retaining Walls, Valley Gutters, Drive Approaches 9/9/2022 03 30 00 Mix Design Carder Concrete FWCC502021 3500 psi concrete for Sidewalks, Driveways, Ramps, Curb & Gutter 9/9/2022 03 30 00 Mix Design Carder Concrete FWCC502001 3000 psi for Sidewalks, Driveways, Ramps, Curb & Gutter, Flatwork 9/9/2022 03 30 00 Mix Design Charley's Concrete 4142 3600 psi Concrete for Curb Inlets, Junction Boxes 9/9/2022 03 30 00 Mix Design Charley+s Concrete 4518 4000 psi Concrete for Headwalls, Wingwalls 9/9/2022 03 30 00 Mix Design Charley's Concrete 5167 3600 psi Concrete Mix for Machine Placed Paving 9/9/2022 03 30 00 Mix Design Charley+s Concrete 4609 4500 psi Concrete Mix for Hand Placed Paving, Manholes 9/9/2022 03 30 00 Mix Design Charley's Concrete 6103 4500 psi Concrete Mix for Hand Placed Paving, Manholes 9/9/2022 03 30 00 Mix Design Charley+s Concrete 4502 3000 psi Concrete Mix for Sidewalks 9/9/2022 03 30 00 Mix Design Charley's Concrete 3759 3000 psi Concrete Mix for Sidewalks 9/9/2022 03 30 00 Mix Design Charley+s Concrete 1502 150 psi Concrete for Flowable Fill-CLSM 9/9/2022 03 30 00 Mix Design Charley's Concrete 1518 150 Psi Concrete for Flowable Fill-CLSM 9/9/2022 03 30 00 Mix Design Charley's Concrete 5642 4000 psi Concrete for Storm Drain Structures 9/9/2022 03 30 00 Mix Design Charley's Concrete 6595 5000 psi Concrete Mix for High Early Strength Paving 9/9/2022 03 30 00 Mix Design Charley+s Concrete 6589 4500 psi Concrete Mix for High Early Strength Paving 9/9/2022 03 30 00 Mix Design Chisholm Trail Redi Mix C 13020AE 3000 psi Concrete for Driveways, Curb & Gutter 9/9/2022 03 30 00 Mix Design City Concrete Company 11-350-FF 50-150 psi Concrete for Flowable Fill-CLSM FORT WORTH,., CITY OF FORT WORTH TRANSPORTATION/PUBLIC WORKS DEPARTMENT STANDARD PRODUCTS LIST AS OF 09/07/2023 Approval Spec No. Classification Concrete (Continued) Manufacturer Model No. National Spec 9/9/2022 03 30 00 Mix Design City Concrete Company 30HA25II 3000 psi Concrete for Rip -Rap 9/9/2022 03 30 00 Mix Design City Concrete Company 30HA20II 3000 psi Concrete Mix for Blocking, Sidewalks, Flatwork, Pads 9/9/2022 03 30 00 Mix Design City Concrete Company 45NG25II 3600 psi Concrete Mix for Drilled Shafts/Lighting and Traffic Signal Foundations 9/9/2022 03 30 00 Mix Des�in City Concrete Company 50QG25II 3600 psi Slurry Displaced Drilled Shaft 9/9/2022 03 30 00 Mix Design City Concrete Company 45NA20II 4500 psi Concrete Mix for Hand Placed Paving 9/9/2022 03 30 00 Mix Design City Concrete Company 36LA2011 3600 psi Concrete Mix for Machine Placed Paving 9/9/2022 03 30 00 Mix Design City Concrete Company 36JAOOIJ 3600 psi Concrete Mix for Machine Placed Paving 9/9/2022 03 30 00 Mix Design City Concrete Company 40LA2011 4000 psi Concrete Mix for Storm Drain Structures 11/16/2022 03 30 00 Mix Design City Concrete Company CLNG25II 3600 psi Concrete for Drilled Shaft/Lighting and Traffic Signal Foundations 5/5/2023 03 30 00 Mix Design City Concrete Company CCNA25OAG 3600 psi Concrete for Drilled ShaftsLighting and Traffic Signal Foundations 5/5/2023 03 30 00 Mix Design City Concrete Company CSSQA25OAG 3,600 psi Concrete for Slurry Displacement Shafts, Underwater Shafts 9/9/2022 03 30 00 Mix Design Cow Town Redi Mix 250 3000 psi Concrete Mix for Sidewalks, Driveways, ADA Ramps 9/9/2022 03 30 00 Mix Design Cow Town Redi Mix 350 3000 psi Concrete Mix for Sidewalks, Driveways, ADA Ramps 9/9/2022 03 34 13 Mix Design Cow Town Redi Mix 9 70 psi Flowable Fill - CLSM 9/9/2022 03 34 13 Mix Design Cow Town Redi Mix 9-5-2 70 psi Flowable Fill - CLSM 9/9/2022 03 34 13 Mix Design Cow Town Redi Mix 220-8 50 psi Concrete Mix for Flowable Fill - CLSM 9/9/2022 03 34 13 Mix Design Cow Town Redi Mix 320-8 50 psi Concrete Mix for Flowable Fill - CLSM 9/9/2022 03 30 00 Mix Design Cow Town Redi Mix 230-8 750 psi Concrete Base Material for Trench Repair 9/9/2022 03 30 00 Mix Design Cow Town Redi Mix 330-58 750 psi Concrete Base Material for Trench Repair 9/9/2022 03 30 00 Mix Design Cow Town Redi Mix 353 3000 psi Concrete Mix for Sidewalks, ADA Ramps, Driveways, Curb & Gutter, Safety End Treatments, Non-TxDOT Retaining Walls 9/9/2022 03 30 00 Mix Design Cow Town Redi Mix 253-W 3000 psi Concrete Mix Sidewalks, ADA Ramps, Driveways, Curb & Gutter, Safety End Treatments, Non-TxDOT Retaining Walls 9/9/2022 03 30 00 Mix Design Cow Town Redi Mix 260 4000 psi Concrete Mix for Bridge Slabs, Box Culverts, Headwalls 9/9/2022 03 30 00 Mix Design Cow Town Redi Mix 260-1 3600 psi Concrete Mix for Headwalls 9/9/2022 03 30 00 Mix Design Cow Town Redi Mix 260-2 3600 psi Concrete Mix for Box Culverts, Headwalls 9/9/2022 03 30 00 Mix Design Cow Town Redi Mix 360 4000 psi Concrete Mix for Bridge Slabs, Box Culverts, Headwalls 9/9/2022 03 30 00 Mix Design Cow Town Redi Mix 360-1 3600 psi Concrete Mix for Box Culverts, Headwalls, Wingwalls 9/9/2022 03 30 00 Mix Design Cow Town Redi Mix 264-N 4500 psi Concrete Mix for Hand Placed Paving 9/9/2022 03 30 00 Mix Desgn Cow Town Redi Mix 366 4500 psi Concrete Mix for Hand Placed Paving 9/9/2022 03 30 00 Mix Design Cow Town Redi Mix 265 4500 psi Concrete Mix for Hand Placed Paving 9/9/2022 03 30 00 Mix Desgn Cow Town Redi Mix 365 4500 psi Concrete Mix for Hand Placed Paving 9/9/2022 03 30 00 Mix Design Cow Town Redi Mix 370-NC 4500 psi Concrete for HES Paving 9/9/2022 03 30 00 Mix Desgn Cow Town Redi Mix 370-INC 5000 psi Concrete for HES Paving 9/9/2022 03 30 00 Mix Design Cow Town Redi Mix 375-NC 5000 psi Concrete for HES Paving 9/9/2022 03 30 00 Mix Design Cow Town Redi Mix 267 4200 psi Concrete Mix for Manholes and Drainage Structures 9/9/2022 03 30 00 Mix Design Cow Town Redi Mix 270 5000 psi Concrete Mix for Cast -in -Place Box Culverts 9/9/2022 03 30 00 Mix Design Cow Town Redi Mix 370 5000 psi Concrete Mix for Cast -in -Place Box Culverts 9/9/2022 03 30 00 Mix Design Cow Town Redi Mix 255-2 3000 psi Concrete Mix for Inlets, Thrust Blocking, Concrete Encasement 9/9/2022 03 30 00 Mix Design Cow Town Redi Mix 257 3600 psi Concrete mix for Valley Gutters 11/14/2022 32 13 13 Mix Design Cow Town Redi Mix 357-M 3600 psi Concrete Mix for Machine Placed Paving 9/9/2022 33 13 13 Mix Design Cow Town Redi Mix 257-M 3600 psi Concrete Mix for Machine Placed Paving 9/9/2022 34 13 13 Mix Design Cow Town Redi Mix 260-M 4000 psi Concrete Mix for Machine Placed Paving 9/9/2022 35 13 13 Mix Design Cow Town Redi Mix 360-M 4000 psi Concrete Mix for Machine Placed Paving 9/9/2022 03 30 00 Mix Design Cow Town Redi Mix 255-LP 3000 psi Concrete Mix for Curb & Gutter 9/9/2022 03 30 00 Mix Design Cow Town Redi Mix 355-LP 3000 psi Concrete Mix for Curb & Gutter 9/9/2022 03 30 00 Mix Design Cow Town Redi Mix 255 3500 psi Concrete Mix for Flatwork, Inlets, Thrust Blocking Concrete Encasement 9/9/2022 03 30 00 Mix Design Cow Town Redi Mix 355 3000 psi Concrete Mix for Inlets, Thrust Blocking, Concrete Encasement 9/9/2022 03 30 00 Mix Design Cow Town Redi Mix 365-STX 4000 psi Concrete for Bridge slabs, top slabs of direct traffic culverts, approach slabs 9/9/2022 03 30 00 Mix Design Cow Town Redi Mix 357 3600 psi Concrete Mix for Valley Gutters 6/21/2023 03 30 00 Mix Design Cow Town Redi Mix 360-DS 3600 psi Concrete for Drilled Shaft/Lighting and Traffic Signal Foundation 1/18/2023 03 30 00 Mix Design Cow Town Redi Mix 380-NC 4500 psi Concrete for HES Paving 9/9/2022 03 30 00 Mix Design GCH Concrete Services GCH4000 4000 psi Concrete for for Sidewalks, Ramps, Headwalls, Inlets, and Storm Drain Structures 9/9/2022 03 30 00 Mix Design GCH Concrete Services GCHV5 4000 psi Concrete for Machine Placed Paving 9/9/2022 03 30 00 Mix Design GCH Concrete Services GCH4500 4500 psi Concrete Hand Placed Paving 9/9/2022 03 30 00 Mix Design Ingram Concrete & Aggregates C47PV5E5 3000 psi Concrete for Sidewalks, ADA Ramps 9/9/2022 03 30 00 Mix Design Ingram Concrete & Aggregates 2MWR-70J23504 3000 psi Concrete for Sidewalks, ADA Ramps 9/9/2022 03 30 00 Mix Design Ingram Concrete & Aggregates 2MWR-147QW5D5 3000 psi Concrete Mix for Sidewalks, ADA Ramps 9/9/2022 03 30 00 Mix Design Ingram Concrete & Aggregates 2MWR-056PS5D5 4000 psi Concrete Machine Placed Paving 9/9/2022 03 30 00 Mix Design Ingram Concrete & Aggregates 2MWR-161UV5DM 4500 psi Concrete for Hand Placed Paving 9/9/2022 03 30 00 Mix Design Ingram Concrete & Aggregates 2MWR-IOMQS50N 4500 psi Concrete for Hand Placed Paving 9/9/2022 03 30 00 Mix Design Ingram Concrete & Aggregates 161PS5EM 4500 psi Concrete for Hand Placed Paving 9/9/2022 03 30 00 Mix Design Ingram Concrete & Aggregates C47PV5E5 3000 psi Concrete Mix for Sidewalks, ADA Ramps 4/7/2023 03 30 00 mix Design Ingram Concrete & Aggregates IOLQS50N 3,600 psi Concrete for Drilled Shafts/Lighting and Traffic Signal Foundations 9/9/2022 03 30 00 Mix Design Ingram Concrete & Aggregates 161PS5EM 4500 psi Concrete Mix for Hand Placed Paving 9/9/2022 03 30 00 Mix Design Holcim - SOR, Inc. 1551 3000 psi Concrete Mix for Blocking FORT WORTH., CITY OF FORT WORTH TRANSPORTATION/PUBLIC WORKS DEPARTMENT STANDARD PRODUCTS LIST AS OF 09/07/2023 Approval Spec No. Classification Conerete(Conronued) Manufacturer Model No. National Spec 9/9/2022 03 30 00 Mix Design Holcim - SOR, Inc. 5177 3000 psi Concrete Mix for Sidewalks 9/9/2022 03 30 00 Mix Design Holcim - SOR, Inc. 1261 3000 psi Concrete Mix for Sidewalks 9/9/2022 4 30 00 Mix Design Holcim - SOR, Inc. 2125 4500 psi Concrete for HES Paving 9/9/2022 03 30 00 Mix Design Holcim - SOR, Inc. 1701 4000 psi Concrete Mix for Storm Drain Structures, Sanitary Sewer Manholes, Junction Box 9/9/2022 03 30 00 Mix Design Holcim - SOR, Inc. 5409 4000 psi Concrete Mix for Sidewalks, Inlets 9/9/2022 03 30 00 Mix Design Holcim - SOR, Inc. 5507 4500 psi Concrete Mix for Hand Placed Paving 12/15/2022 3 30 00 Mix Design Holcim - SOR, Inc. 3741 100 psi concrete for flowable fiIVCSLM 9/9/2022 04 30 00 Mix Design Holcim - SOR, Inc. 5017 200 psi Concrete for Base Material for Trench Repair 9/9/2022 03 30 00 Mix Design Holcim - SOR, Inc. 9600 3600 psi Concrete for Drill Shafts/Lighting and Traffic Signal Foundations 9/9/2022 03 30 00 Mix Design Holcim - SOR, Inc. 1851 4500 psi Concrete for Storm Drain Structures, Hand Placed Paving 12/5/2022 4 30 00 Mix Design Holcim - SOR, Inc. 1822 3600 psi Concrete for Drilled Shafts/Lighting and Traffic Signal Foundations 9/9/2022 03 30 00 Mix Design Holcim - SOR, Inc. 1859 4000 psi Concrete for Drilled Shafts/Lighting and Traffic Signal Foundations 4/7/2023 03 30 00 Mix Design Liquid Stone C301D 3,000 psi Concrete for Sidewalks, Approaches, and Driveways. 4/27/2023 03 30 00 Mix Design Liquid Stone C361DNFA 3,600 psi Concrete for Retaining wall, driveway, junction box apron, approach 4/7/2023 03 30 00 Mix Design Liquid Stone C361DHR 3,600 psi Concrete for Drilled Shaft/Lighting and Traffic Signal Foundations 1/24/2023 03 30 00 Mix Design Liquid Stone C451DHR-A 4500psi Concrete for HES Paving 9/9/2022 03 30 00 Mix Design Martin Marietta R2132214 3,000 psi Concrete for Sidewalks & Ramps 9/9/2022 03 30 00 Mix Design Martin Marietta D9490SC 3,000 psi Concrete for Sidewalks & Ramps 9/9/2022 03 30 00 Mix Design Martin Marietta R2131214 3,000 psi Concrete for Sidewalks & Ramps 9/9/2022 03 30 00 Mix Design Martin Marietta R2131314 3,000 psi Concrete for Sidewalks & Ramps 9/9/2022 03 30 00 Mix Design Martin Marietta R2136014 3,000 psi Concrete for Sidewalks & Ramps 9/9/2022 03 30 00 Mix Design Martin Marietta R2136214 3,000 psi Concrete for Sidewalks & Ramps 9/9/2022 03 30 00 Mix Design Martin Marietta R2141224 4,000 psi Concrete for Sidewalks & Ramps 9/9/2022 03 30 00 Mix Design Martin Marietta R2141024 4,000 psi Concrete for Sidewalks & Ramps 9/9/2022 03 30 00 Mix Design Martin Marietta R2136224 3,600 psi Concrete for Curb Inlets 9/9/2022 03 30 00 Mix Design Martin Marietta R2141233 3,600 psi Concrete for Storm Structures, Inlets, Blocking & Encasement 9/9/2022 03 30 00 Mix Design Martin Marietta FLOW25A 50 psi Concrete for Flowable FiIVCLSM 9/9/2022 03 30 00 Mix Desgn Martin Marietta R2142233 3,600 psi Concrete for Manholes, Inlets & Headwalls 9/9/2022 03 30 00 Mix Design Martin Marietta R2146333 3,600 psi Concrete for Manholes, Inlets & Headwalls, Concrete Encasement 9/9/2022 03 30 00 Mix Desgn Martin Marietta R21412304,000 psi Concrete for Manholes, Inlets & Headwalls, Valve Pads 9/9/2022 03 30 00 Mix Design Martin Marietta R2146035 4,000 psi Concrete for Manholes, Inlets & Headwalls, Valve Pads 9/9/2022 03 30 00 Mix De7n Martin Marietta R2146335 4,500 psi Concrete for Hand Placed Paving,Inlets, Storm Drain Structures 11/2/2022 32 13 13 Mix Design Martin Marietta Q214IN27 4,000 psi Concrete for Machine Placed paving 11/2/2022 32 13 13 Mix Design Martin Marietta Q214IK30 4,000 psi Concrete for Machine Placed Paving 11/2/2022 32 13 13 Mix Design Martin Marietta R2146N36 4,500 psi Concrete for Hand Placed Paving 11/15/2022 33 13 13 Mix Design Martin Marietta R2146K36 4,500 psi Concrete for Hand Placed Paving 11/15/2022 34 13 13 Mix Design Martin Marietta R2146P36 4,500 psi Concrete for Hand Placed Paving 11/2/2022 32 13 13 Mix Design Martin Marietta R2146K36 4,500 psi Concrete for Hand Placed Paving 11/2/2022 32 13 13 Mix Design Martin Marietta R2146N35 / 6.11 sacks / 4,500 psi concrete for Hand Place Paving, Inlets, Manholes, Headwalls 11/2/2022 32 13 13 Mix Design Martin Marietta R2146K34 4,000 psi Concrete for Inlets, Manholes, Headwalls 11/2/2022 32 13 13 Mix Design Martin Marietta R2141N24 4,000 psi Concrete for Sidewalks and Ramps 11/2/2022 32 13 13 Mix Design Martin Marietta R2141K24 4,000 psi Concrete for Junction Boxes, Sidewalks and Ramps 9/9/2022 03 30 00 Mix Design Martin Marietta R2146038 4,500 psi Concrete for Inlets, Storm Drain Structures 9/9/2022 03 30 00 Mix Design Martin Marietta R2146036 4,500 psi Concrete for Hand Placed Paving, Inlets 9/9/2022 03 30 00 Mix Design Martin Marietta R2146042 4,500 psi Concrete for Hand Placed Paving 9/9/2022 03 30 00 Mix Design Martin Marietta R2146242 4,500 psi Concrete for Hand Placed Paving 9/9/2022 03 30 00 Mix Design Martin Marietta R2146236 4,500 psi Concrete for Hand Placed Paving 9/9/2022 03 30 00 Mix Design Martin Marietta D9493 SC 4,500 psi Concrete for Hand Placed Paving 9/9/2022 03 30 00 Mix Design Martin Marietta R2147241 4,500 psi Concrete for Hand Placed Paving 4/1/2023 32 13 20 Mix Design Martin Marietta R2136N14 / 5.00 sacks / 3,000 psi concrete for Sidewalks 4/1/2023 03 30 00 Mix Design Martin Marietta R2146P33 / 6.01 sacks / 4,000 psi concrete for Bridge Deck 4/1/2023 03 30 00 Mix Design Martin Marietta R2146033 4,000 psi Concrete for Riprap 4/7/2023 32 13 20 Mix Design Martin Marietta R2136K14 3,000 psi concrete for sidewalks and ramps 4/7/2023 32 13 13 Mix Design Martin Marietta R2161K70 6,000 psi (3,000 psi (D, 24 hrs.) for HES Paving 4/1/2023 03 30 00 Mix Design Martin Marietta 310LBP 3,600 psi Concrete for Retaining Walls 5/22/2023 32 13 13 Mix Design Martin Marietta R2146K37/6.22 sack / 4,500 psi Concrete for Hand Placed Paving 4/1/2023 03 30 00 Mix Design Martin Marietta R2141030 4,000 psi Concrete for Riprap FORT WORTH., CITY OF FORT WORTH TRANSPORTATION/PUBLIC WORKS DEPARTMENT STANDARD PRODUCTS LIST AS OF 09/07/2023 Approval Spec No. Classification Conerete(Conronued) Manufacturer Model No. National Spec 5/3/2023 03 30 00 Mix Design Martin Marietta M7842344 4,000 psi Concrete for Bridge Deck 6/1/2023 32 13 20 Mix Design Martin Marietta R2136R20 3,000 psi Concrete for Sidewalks and Ramps 6/1/2023 32 13 20 Mix Design Martin Marietta R2136N20 3,000 psi Concrete for Sidewalks and Ramps 6/27/2023 03 30 00 Mix Destgln Martin Marietta U2146N41 / 6.44sacks / 3,600 psi Concrete for Drilled Shafts / Lighti7 and Traffic S�gnal Foundations 6/27/2023 03 30 00 Mix Desaign Martin Marietta U2146K45 / 6.65 sacks / 3,600 psi Concrete for Drilled Shafts / Lighting and Trafic Signal Foundations 8/4/2023 03 30 00 Mix Desaign Martin Marietta U2146R41 / 6.44 sacks / 4,500 psi Concrete for Drilled Piers/Light Pole bases. 8/4/2023 03 30 00 Mix Desaign Martin Marietta R2136R14 / 5.00 sacks / 3,500 psi Concrete for Sidewalks and Ramps 8/4/2023 32 13 20 Mix Desaign Martin Marietta R2141R24 / 5.53 / 4,000 psi Concrete for Junction Box, Box Culvert, Sidewalks and Ramps. 8/4/2023 03 30 00 Mix Desaign Martin Marietta R2146R35 / 6.11 / 4,500 psi Concrete for Inlets, Manholes, and Headwalls 8/4/2023 32 13 13 Mix Desaign Martin Marietta R2146R36 / 6.17 / 4,500 psi Concrete for Hand Placed Paving 8/30/2023 03 30 00 Mix Design Martin Marietta R2141R30 / 5.85 SK / 4,000 psi Concrete for Box Culverts & Headwalls 8/4/2023 32 13 13 Mix Desaign Martin Marietta Q2141 R27 / 5.69 sacks / 4,000 psi Concrete for Machine Placed Paving 9/9/2022 32 13 20 Mix Design NCS Redi Mix NCS5020A 3000 psi Concrete Mix for Curb & Gutter, Driveways, Sidewalks 9/9/2022 03 30 00 Mix Design NBR Ready Mix TX C-YY 3000 psi Concrete Mix for Curb Inlets 9/9/2022 03 30 00 Mix Design NBR Ready Mix TX C-NY 3000 psi Concrete Mix for Curb Inlets 9/12/2023 03 30 00 Mix Design NBR Ready Mix CLS Pl-YY / 6.00 Sacks / 4,000 psi Concrete for Collars, Manholes, Box Culverts 7/10/2023 03 30 00 Mix Desigg Osbum 30A50MR / 5 SK / 3,000 psi Concrete for Sidewalks 7/10/2023 32 13 13 Mix Design Osborn 45A60MR / 6 SK / 4,500 psi Concrete for Hand Placed Paving 1/24/2023 03 30 00 Mix Design Rapid Redi Mix RRM6320AHP 4500 psi Concrete for Hand Placed Paving 1/24/2023 03 30 00 Mix Design Rapid Redi Mix RRM5525A 3600 psi Concrete for Valley Gutters, Sidewalks, Approaches, ADA Ramps 1/18/2023 03 30 00 Mix Design Rapid Redi Mix RRM6020ASS 4000 psi Concrete for Strom Drain Structures 1/18/2023 03 30 00 Mix Design Rapid Redi Mix RRM5320A 3000 psi Concrete for Blocking 1/18/2023 03 30 00 Mix Design Rapid Redi Mix RRM5020A 3000 psi Concrete for Curb, Gutter, Driveways, Sidewalk, Ramps 9/9/2022 03 30 00 Mix Design Redi-Mix DCA2E554 3000 psi Concrete Mix for Rip Rap 9/9/2022 03 30 00 Mix Design Redi-Mix VOJ11524 3000 psi Concrete Mix for Curb & Gutter 9/9/2022 03 34 13 Mix Design Redi-Mix FOCI 0021 215 psi Flowable Fill - CLSM 9/9/2022 03 30 00 Mix Design Redi-Mix 1OJ11524 3000 psi Concrete Mix for Driveways, Sidewalks, ADA Ramps 9/9/2022 03 30 00 Mix Desgn Redi-Mix 1OJ11504 3000 psi Concrete Mix for Sidewalks 9/9/2022 03 30 00 Mix Design Redi-Mix 1OL11504 3,600 psi Concrete Mix for Sidewalks, Curb & Gutter 9/9/2022 03 30 00 Mix Desgn Redi-Mix IOLI 1524 3600 psi Concrete Mix Manholes, Inlets, Junction Boxes, Headwalls 9/9/2022 03 30 00 Mix Design Redi-Mix 1RJ11524 3500 psi Concrete Mix for Thrust Blocks, Valve Pads 9/29/2022 03 30 00 Mix Desgn Redi-Mix IOL21524 4000 psi Concrete Mix for Manholes 9/9/2022 03 30 00 Mix Design Redi-Mix 15611524 4000 psi Concrete Mix for Cast -in -Place Storm Drain Structures 9/9/2022 03 30 00 Mix Design Redi-Mix 1OL115E4 3600 psi Concrete Mix for Bridge substructures 9/9/2022 03 30 00 Mix Design Redi-Mix 156115D4 4000 psi Bridge Slabs 9/9/2022 03 34 13 Mix Design Redi-Mix F35238VN 100 psi Flowable Fill - CLSM 9/9/2022 03 34 13 Mix Design Redi-Mix FOD138VM 100 psi Flowable Fill - CLSM 9/9/2022 03 34 13 Mix Design Redi-Mix 1OJ11554 3000 psi Concrete Mix for Rip -Rap 9/9/2022 03 30 00 Mix Design Redi-Mix POG138K9 1000 psi Concrete Mix for Trench Repair Base Material 9/9/2022 03 30 00 Mix Design Redi-Mix IOKI 1524 3600 psi Concrete Mix for Encasement 9/9/2022 03 30 00 Mix Design Redi-Mix 1ON11507 4500 psi (2600 psi 24 hrs.) Concrete Mix for HES Paving 9/9/2022 03 30 00 Mix Design Redi-Mix IONI 1504 5000 psi (3600 psi na, 2 days) Concrete Mix for HES Paving 9/9/2022 03 30 00 Mix Design Redi-Mix 50KI1524 3600 psi Concrete Mix for Machine Placed Paving 9/9/2022 03 30 00 Mix Design Redi-Mix 1OM115D4 4500 psi Concrete Mix for Hand Placed Paving, Storm Drain Structures 9/9/2022 03 30 00 Mix Design Redi-Mix 1OM11524 4500 psi Concrete Mix for Hand Placed Paving 9/9/2022 03 30 00 Mix Design Redi-Mix 1OM11504 4500 psi Concrete Mix for Hand Placed Paving 9/9/2022 03 30 00 Mix Design Redi-Mix 145CD5P4 4500 psi Concrete Mix for Hand Placed Paving, Storm Drain Structures 11/2/2022 03 30 00 Mix Design Redi-Mix 145P25P4 4500 psi Concrete for Storm Drain Structures 12/5/2022 03 30 00 Mix Design Redi-Mix 1OK115C4 3500 psi Concrete for Thrust Blocks, Valve Pads 12/5/2022 03 30 00 Mix Design Redi-Mix 156115C4 4000 psi Concrete for CIP Storm Drain Structures 12/5/2022 03 30 00 Mix Design Redi-Mix 1OL115C4 3600 psi Concrete for Manhole, Inlet, Junction Box, Headwall 5/15/2023 03 30 00 Mix Design Redi-Mix 80LI15135 3600 psi Concrete for Drilled Shafts/Lighting and Traffic Signal Foundations 5/15/2023 03 30 00 Mix Design Redi-Mix 1ON115D6 Slurry Displacement Shafts, Underwater Drilled shafts 9/9/2022 03 34 13 Mix Design SRM Concrete 30000 3,000 psi Concrete for Sidewalks and Ramps, Curb & Gutter 9/9/2022 03 34 13 Mix Design SRM Concrete 40050 4,000 psi Concrete for Headwalls, Retaining Wall, Collars 9/9/2022 03 30 00 Mix Design SRM Concrete 35023 3,600 psi Concrete for Machine Placed Paving 9/9/2022 03 30 00 Mix Design SRM Concrete 40068 3,600 psi Concrete for Machine Placed Paving 9/9/2022 03 30 00 Mix Design SRM Concrete 45000 4,500 psi Concrete for Hand Placed Paving 9/9/2022 03 30 00 Mix Design SRM Concrete 45300 4,500 psi Concrete for Hand Placed Paving 9/9/2022 03 30 00 Mix Design SRM Concrete 40326 4,500 (3,00 na, 3-days) psi Concrete for HES Paving 10/10/2022 03 30 00 Mix Design SRM Concrete 35000 3600 psi Concrete for Sewer Manholes 10/10/2022 03 30 00 Mix Design SRM Concrete 35300 3600 psi Concrete for Swere Manholes 9/9/2022 03 30 00 Mix Design SRM Concrete 35022 3,600 psi Concrete for Junction Box, Retaining Walls 9/9/2022 03 30 00 Mix Design SRM Concrete 30050 3,000 psi Concrete for Sidewalks, Ramps, Inlets, Junction Boxes, Thrust Blocks, Curb and Gutter, Driveways, Barrier Ramp 2/10/2023 03 30 00 Mix Design SRM Concrete 50310 5,000 psi Concrete for HES Paving 1/13/2023 32 13 13 Mix Design SRM Concrete 45023 4,500 psi Concrete for Hand Placed Paving 5/5/2023 03 30 00 Mix Design SRM Concrete DIOOOO8553CB 4,000 psi Concrete for Bdridge Approach Slab, Deck Slab FORT WORTH., CITY OF FORT WORTH TRANSPORTATION/PUBLIC WORKS DEPARTMENT STANDARD PRODUCTS LIST AS OF 09/07/2023 Approval Spec No. Classification Conerete(Corinued) Manufacturer Model No. National Spec 9/9/2022 03 30 00 Mix Design Tarrant Concrete FW60AHP 4500 psi Concrete Mix for Hand Placed Paving 9/9/2022 03 30 00 Mix Design Tarrant Concrete FW6020AHP 4500 psi Concrete Mix for Hand Placed Paving 9/9/2022 03 30 00 Mix Design Tarrant Concrete TCFW6020AHP 4500 psi Concrete Mix for Hand Placed Paving 9/9/2022 03 30 00 Mix Des�in Tarrant Concrete FW7520AMR 4500 (3000 psi 3-days) psi Concrete HES Paving 9 9/9/2022 03 30 00 Mix Design Tarrant Concrete FW6520AMR 4500 (3000 psi 3-days) psi HES Paving 9/9/2022 03 30 00 Mix Design Tarrant Concrete FW5520AW 3600 psi Concrete for Machine Placed Paving 9/9/2022 03 30 00 Mix Design Tarrant Concrete FW5320A 3000 psi Concrete Mix for Blocking 9/9/2022 03 34 13 Mix Design Tarrant Concrete FWFF150CLSM 50-150 psi Flowable Fill - CLSM 9/9/2022 03 34 13 Mix Design Tarrant Concrete FWFF275 50-150 psi Flowable Fill - CLSM 9/9/2022 03 30 00 Mix Design Tarrant Concrete FW6020A2 4000 psi Concrete Mix for Storm Drain Structures 10/10/2022 03 30 00 Mix Design Tarrant Concrete TCFW6025A2 4000 psi Concrete for Manholes 10/10/2022 03 30 00 Mix Design Tarrant Concrete TCFW5020A 3000 psi Concrete for Sidewalks 9/9/2022 03 30 00 Mix Design Tarrant Concrete FW5025A 3000 psi Concrete Mix for Curb & Gutter, Driveways, Sidewalks, ADA Ramps 9/9/2022 03 30 00 Mix Design Titan Ready Mix 3020AE 3000 psi Concrete for Sidewalks 9/9/2022 03 30 00 Mix Design Tarrant Concrete CP5020A 3000 psi Concrete Mix for Curb and Gutter 9/9/2022 03 30 00 Mix Design Tarrant Concrete FW5525A2 3600 psi Concrete Mix for Sidewalks, Drive Approaches, ADA Ramp 9/9/2022 03 30 00 Mix Design Titan Ready Mix TRC4520 4500 psi Concrete for Hand Placed Paving 9/9/2022 03 30 00 Mix Design True Grit Redi Mix 0250.230 3000 psi Concrete Mix for Flatwork, Curb & Gutter, Driveways, Sidewalks, ADA Ramps 9/9/2022 03 30 00 Mix Design True Grit Redi Mix 270.230 5000 psi Concrete for Hand Placed Paving 9/9/2022 03 30 00 Mix Design True Grit Redi Mix 0250.2301 3000 psi Concret Mix for Curb & Gutter, Driveways, Sidewalks, ADA Ramps 9/9/2022 03 30 00 Mix Design True Grit Redi Mix 0260.2302 4000 psi Concrete Mix for Machine Placed Paving 9/9/2022 03 30 00 Mix Design True Grit Redi Mix 0255.2301 3600 psi Concrete Mix for Machine Placed Paving 9/9/2022 03 30 00 Mix Design True Grit Redi Mix 0260.2301 4500 psi Concrete Mix for Hand Placed Paving 9/9/2022 03 30 00 Mix Design True Grit Redi Mix 0265.2301 4500 psi Concrete Mix for Valley Gutters, Hand Placed Paving 9/9/2022 03 30 00 Mix Design Wise Redi Mix 3678 3600 psi Concrete Mix for Lighting and Traffic Signal Foundations As halt Paviq 9/9/2022 322 16 Mix Design Austin Asphalt FT513137965 PG64-22 Type D Fine Surface 9/9/2022 3212 16 Mix Design Austin Asphalt DA5D135965 PG64-22 Type D Fine Surface 9/9/2022 3212 16 Mix Design Austin Asphalt FT5B 117965 PG64-22 Type B Fine Base 9/9/2022 32 12 16 Mix Des' Austin Asphalt FTIB139965 PG64-22 Type B Fine Base 9/9/2022 32 12 16 Mix Design Austin Asphalt FT1B117.2 PG64-22 Type B Fine Base 9/9/2022 32 12 16 Mix Des�in Reynolds Asphalt 1901D PG64-22 Type D Fine Surface 9/9/2022 32 12 16 Mix Design Reynolds Asphalt 1112B PG64-22 Type B Fine Base 9/9/2022 32 12 16 Mix Design Reynolds Asphalt 1612B PG64-22 Type B Fine Base 9/9/2022 3212 16 Mix Design Surmount Paving 341DV6422 PG64-22 Type D Fine Surface 11/26/2022 32 12 16 Mix Design Surmount Paving 340DV6422 PG64-22 Type D Fine Surface 12/5/2022 33 12 16 Mix Design Surmount Paving 3076BV6422 PG62-22 Type B Fine Base 9/9/2022 32 12 16 Mix Design Surmount Paving 341-BRAP6422ERG PG64-22 Type B Fine Base 9/9/2022 3212 16 Mix Design TXBIT 37-211305-20 PG64-22 Type B Fine Base 9/9/2022 32 12 16 Mix Design TXBIT 44-211305-17 PG64-22 Type B Fine Base 9/9/2022 3212 16 Mix Design TXBIT 211305 (1757) PG64-22 Type B Fine Base 9/9/2022 32 12 16 Mix Design TXBIT 222475 (1857) PG64-22 Type D Fine Surface 9/9/2022 3212 16 Mix Design TXBIT 29-222475-19 PG64-22 Type D Fine Surface 9/9/2022 32 12 16 Mix Design TXBIT 1-222475-20 PG64-22 Type D Fine Surface 9/9/2022 3212 16 Mix Design TXBIT 64-224125-18 PG70-22 Type D Fine Surface 9/9/2022 32 12 16 Mix Design TXBIT 12-222475-19 PG64-22 Type D Fine Surface Detectable Warning Surface 9/9/2022 32 13 20 DWS - Pavers Pine Hall Brick (Winston Salem, NC) Tactile Pavers 9/9/2022 32 1320 DWS - Pavers Western Brick Co. (Houston, TX) Detectable Warning Pavers 9/9/2022 32 13 20 DWS - Composite Engineered Plastics, Inc. (Williamsville, Armor Tile 9/9/2022 32 13 20 DWS - Composite ADA Solutions (Wilmington, MA) Heritage Brick CIP Composite Paver 4/7/2023 32 13 20 DWS - Pavers ADA Solutions (Wilmington, MA) Detectable Warning Pavers Silicone Joint Sealant 9/9/2022 132 13 73 Joint Sealant w 0SL - Cold Applied, Single Component, Silicone Joint Sealant ASTM D5893 9/9/2022 32 13 73 Joint Sealant emco Ealco 0SL - Cold Applied, Single Component, Silicone Joint Sealant Ead[Saver ASTM D5893 9/9/2022 32 13 73 Joint Sealant com 0SL - Cold Applied, Single Component, Silicone Joint Sealant ASTM D5893 9/9/2022 32 13 73 Joint Sealant Silicone - Cold Applied, Single Component, Silicone Joint Sealant ASTM D5893 FORT WORTH., CITY OF FORT WORTH TRANSPORTATION/PUBLIC WORKS DEPARTMENT STANDARD PRODUCTS LIST AS OF 09/07/2023 Approval Spec No. Classification Utili Trench Embedment Sand Manufacturer Model No. National Spec 9/9/2022 33 0 0 Embedment Sand Silver Creek Materials Utility Embedment Sand ASTM C33 9/9/2022 3305 10 Embedment Sand Crouch Materials Utility Embedment Sand ASTM C33 9/9/2022 3305 10 Embedment Sand F and L Dirt Movers Utility Embedment Sand ASTM C33 9/9/2022 3305 10 Embedment Sand F and L Dirt Movers Utility Embedment Sand ASTM C33 9/9/2022 3305 10 Embedment Sand Tin Top Martin Marietta Utility Embedment Sand ASTM C33 Storm Sewer - Manholes & Bases/Frames & Covers/Standard (Round) 33-05-13 9/28/2018 3305 13 Manhole Frames and Covers AccuCast (Govind Steel Company, LTD) MHRC #220605 (Size - **24" Dia.) ASTM A48 AASHTO M306 9/28/2018 3305 13 Manhole Cover Neenah Foundry NF-1274-T91 (Size - 32" Dia.) ASTM A48 AASHTO M306 9/28/2018 3305 13 Manhole Frames and Covers Neenah Foundry NF-1743-LM (Hinged) (Size - 32" Dial ASTM A48 AASHTO M306 9/28/2018 3305 13 Manhole Frame Neenah Foundry NF-1930-30 (Size - 32.25" Dia.) ASTM A48 AASHTO M306 9/28/2018 3305 13 Manhole Frames and Covers Neenah Foundry R-1743-ITV (Size - 32" Dia.) ASTM A48 AASHTO M306 4/3/2019 3305 13 Manhole Frames and Covers SIP Industries ++ 2279ST (Size - 24" Dia.) ASTM A48 AASHTO M306 4/3/2019 3305 13 Manhole Frames and Covers SIP Industries ++ 2280ST (Size - 32" Dia.) ASTM A48 AASHTO M306 10/8/2020 3305 13 Manhole Frames and Covers EJ ( Formally East Jordan Iron Works) EJ1033 Z2/A (Size - 32.25" Dial ASTM A536 AASHTO M306 **Note: AM new development and new installation manhole lids shall meet the minnimum 30-inch opening requirement as specified in City Specification 33 0513. Any smaller opening sizes will only be allowed for existing manholes that require replacement frames aniicovers. FORT WORTH., CITY OF FORT WORTH TRANSPORTATION/PUBLIC WORKS DEPARTMENT STANDARD PRODUCTS LIST AS OF 09/07/2023 Approval Spec No. Classification Storm Sewer - Inlet & Structures 33-05-13 Manufacturer Model No. National Spec 10/8/2020 33 49 20 Curb Inlets Fortema FRT-IOx3-405-PRECAST** (Size - 10' X 3') ASTM C913 10/8/2020 33 49 20 Curb Inlets Fortema FRT-lOx3-406-PRECAST** (Size - 10' X 3') ASTM C913 10/8/2020 33 49 20 Curb Inlets Fortema FRT-lOx4.5-407-PRECAST** (Size - 10' X 4.5) ASTM C913 10/8/2020 33 49 20 Curb Inlets Fortema FRT-lOx4.5-420-PRECAST** (Size - 10' X 4.5') ASTM C913 10/8/2020 33 39 20 Manhole Fortema FRT-4X4-409-PRECAST-TOP (Size - 4' X 4') ASTM C913 10/8/2020 33 39 20 Manhole Fortema FRT-4X4-409-PRECAST-BASE (Size - 4' X 4') ASTM C913 10/8/2020 33 39 20 Manhole Fortema FRT-5X5-410-PRECAST-TOP (Size - TX 5') ASTM C913 10/8/2020 33 39 20 Manhole Fortema FRT-5X5-410-PRECAST-BASE (Size - 5' X 5') ASTM C913 10/8/2020 33 39 20 Manhole Fortema FRT-6X6-411-PRECAST-TOP (Size - 6' X 6') ASTM C913 10/8/2020 33 39 20 Manhole Fortema FRT-6X6-411-PRECAST-BASE (Size - 6' X 6') ASTM C913 3/19/2021 33 49 20 Curb Inlets Thompson Pipe Group TPG-IOX3-405-PRECAST INLET** (Size - 10' X T) ASTM 615 3/19/2021 33 49 20 Curb Inlets Thompson Pipe Group TPG-15X3-405-PRECAST INLET** (Size - 15' X 3') ASTM 615 3/19/2021 33 49 20 Curb Inlets Thompson Pipe Group TPG-20X3-405-PRECAST INLET** (Size - 20' X T) ASTM 615 3/19/2021 33 39 20 Manhole Thompson Pipe Group TPG-4X4-409-PRECAST TOP (Size - 4' X 4') ASTM 615 3/19/2021 33 39 20 Manhole Thompson Pipe Group TPG-4X4-409-PRECAST BASE (Size - 4' X 4') ASTM 615 3/19/2021 33 39 20 Manhole Thompson Pipe Group TPG-4X4-412-PRECAST 4-FT RISER (Size - 4' X 4') ASTM 615 3/19/2021 33 39 20 Manhole Thompson Pipe Group TPG-5X5-410-PRECAST TOP (Size - TX T) ASTM 615 3/19/2021 33 39 20 Manhole Thompson Pipe Group TPG-5X5-410-PRECAST BASE (Size - 5' X 5') ASTM 615 3/19/2021 33 39 20 Manhole Thompson Pipe Group TPG-5X5-412-PRECAST 5-FT RISER (Size - TX 59 ASTM 615 3/19/2021 33 39 20 Manhole Thompson Pipe Group TPG-6X6-411-PRECAST TOP (Size - 6' X 6') ASTM 615 3/19/2021 33 39 20 Manhole Thompson Pipe Group TPG-6X6-411-PRECAST BASE (Size - 6' X 6') ASTM 615 3/19/2021 33 39 20 Manhole Thompson Pipe Group TPG-6X6-412-PRECAST 6-FT RISER (Size - 6' X 6') ASTM 615 3/19/2021 33 39 20 Manhole Thompson Pipe Group TPG-7X7-411-PRECAST TOP (Size - TX T) ASTM 615 3/19/2021 33 39 20 Manhole Thompson Pipe Group TPG-7X7-411-PRECAST BASE (Size - TX T) ASTM 615 3/19/2021 33 39 20 Manhole Thompson Pipe Group TPG-7X7-412-PRECAST 4-FT RISER (Size - TX 71 ASTM 615 3/19/2021 33 39 20 Manhole Thompson Pipe Group TPG-8X8-411-PRECAST TOP (Size - 8' X 8') ASTM 615 3/19/2021 33 39 20 Manhole Thompson Pipe Group TPG-8X8-411-PRECAST BASE (Size - 8' X 8') ASTM 615 3/19/2021 33 39 20 Manhole Thompson Pipe Group TPG-8X8-412-PRECAST 5-FT RISER (Size - 8' X 89 ASTM 615 3/19/2021 33 49 20 Drop Inlet Thompson Pipe Group TPG-4X4-408-PRECAST INLET (Size - 4' X 4') ASTM 615 3/19/2021 33 49 20 Drop Inlet Thompson Pipe Group TPG-5X5-408-PRECAST INLET (ize - TX T) ASTM 615 3/19/2021 33 49 20 Drop Inlet Thompson Pipe Group TPG-6X6-408-PRECAST INLET (Size - 6' X 6') ASTM 615 8/28/2023 3349 10 Manhole Oldcastle Precast 4' x 4' Stacked Manhole (Size - 4' X 4') ASTM C478 8/28/2023 3349 10 Manhole Oldcastle Precast Tx 8' Storm Junction Box (Size - TX 81 ASTM C478 8/28/2023 3349 10 Manhole Oldcastle Precast Tx 4' Storm Junction Box (Size - 4' X 4') ASTM C478 8/28/2023 3349 10 Manhole Oldcastle Precast 5' x 5' Storm Junction Box (Size - 5' X 51 ASTM C478 8/28/2023 3349 10 Manhole Oldcastle Precast 6' x 6' Storm Junction Box (Size - 6' X 6') ASTM C478 8/28/2023 3349 10 Manhole Oldcastle Precast 8' x 8' Storm Junction Box Base (Size - 8' X 81 ASTM C478 8/28/2023 3349 10 Manhole Oldcastle Precast Tx 8' Storm Junction Box Base (Size - TX 8') ASTM C478 8/28/2023 3349 10 Manhole Rinker Materials Reinforced 48" Diameter Spread Footing Manhole (Size - 4' X 4') ASTM C433 8/28/2023 33 39 20 Curb Inlet 10'x 3' Riser Thompson Pipe Group Inlet Riser (Size - 3 FT) ASTM C913-16 8/28/2023 33 39 20 Curb Inlet 15 'x 3' Riser Thompson Pipe Group Inlet Riser (Size - 3 FT) ASTM C913-16 8/28/2023 33 39 20 Curb Inlet 20' x 3' Riser Thompson Pipe Group Inlet Riser (Size - 3 FT) ASTM C913-16 **Note: Pre -cast inlets are appoved for the stage I portion of the structure (basin) only. Stage II portion of the structure are required to be cast in place. No exceptions to this requirement shall be allowed. Storm Sewer - Pipes & Boxes 33-05-13 4/9/2021 13341 13 Storm Drain Pipes Advanced Drainage Systems, Inc. (ADS) ADS HP Storm Polypropylene (PP) Pipe (Size - 12" - 60") ASTM F2881 & AASHTO M330 8/28/2023 33 49 10 Storm Drain Pipes Rinker Materials Reinforced Concrete Pipe Tongue and Groove Joint Pipe (Size - 21" or larger) ASTM C76, C655 8/28/2023 33 49 10 Culvert Box Rinker Materials Reinforced Concrete Box Culvert (Sze -Various) ASTM C789, C850