HomeMy WebLinkAboutContract 62598-PM1CSC No. 62598-PM1
FORT WORTH
CONTRACT
FOR
THE CONSTRUCTION OF
GRADING AND DRAINAGE IMPROVEMENTS
TO SERVE
E� S"TPORT 24 DETENTION POND
IPRC Record No. IPRC24-0136
City Project No. 105634
rID No. 30114-0200431-105634-EO7685
Mattie Parker
Mayor
Christopher P. Harder, P.E.
Director, Water Department
David Cooke
City Manager
Michael Owen, P.E.
City Director, Transportation and Public Works Department
tPrepared for
The City of Fort Worth
. OF
r�rgrr..rrrr `i
..rrrrrrr.r.NrrN.rrrrrr..r.rrrrrrr
RAUL W ZAVALA XFXF
.... �rrrrrNrrrrrrrNrrrN.rrrrrrrrr /
b • r ' 944856 � 14q� i� �
4 04�o.eN
s.•G��'s
OFFICIAL RECORD
CITY SECRETARY
FT. WORTH, TX
00 00 00
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Page 1 of 9
SECTION 00 0010
TABLE OF CONTENTS
DEVELOPER AWARDED PROJECTS
Division 00 - General Conditions Last Revised
nn14-Atilm;nc/1v�rzzrz�ii
Bid Form
nct��
05/22/2019
nn�
00 41 00
00 42 43
Proposal Form Unit Price
05/22/2019
0043 13
Bid Bond
04/02/2014
0045 11
ct-
nn 101201 n
0045 12
Prequalification Statement
09/01/2015
0045 13
Bidder Prequalification Application
03/09/2020
00 45 26
Contractor Compliance with Workers' Compensation Law
04/02/2014
99-4�48
NGftorh-y :,
� :aaa E�ty.r�:�c-6�a1
09t2 i t2n� o
�4
00 52 43
Agreement
06/11/2016
00 61 25
Certificate of Insurance
07/01/2011
00 62 13
Performance Bond
01/1112012
00 62 14
Payment Bond
01/31/2012
00 62 19
Maintenance Bond
01/31/2012
` 00 72 00
General Conditions
11/15/2017
00 73 00
Supplementary Conditions
07/01/2011
I�
0073 10
Standard City Conditions of the Construction Contract for Developer
01/10/2013
I
Awarded Projects
Division 01- General Requirements
Last Revised
01 1100
Summary of Work
12/20/2012
01 25 00
Substitution Procedures
08/30/2013
01 31 19
Preconstruction Meeting
08/30/2013
n i�
FFBjeo* P.I tours
0:71'rr0 bQ0 ii I
01 3233
Preconstruction Video
08/30/2013 i
01 3300
Submittals
08/30/2013
01 35 13
Special Project Procedures
08/30/2013
01 45 23
Testing and Inspection Services
03/20/2020 ]
01 5000
Temporary Facilities and Controls
07/01/2011
01 55 26
Street Use Permit and Modifications to Traffic Control
07/01/2011
0157 13
Storm Water Pollution Prevention Plan
07/01/2011
016900
Nail
031 0
01 66 00
Product Storage and Handling Requirements
04/07/2014 ,
Qi 70
mni Rim3bilizeAie
04/0 T
01 71 23
Construction Stakin�2
04/07/2014
01 74 23
Cleaning
04/07/2014
01 77 19
Closeout Requirements
04/07/2014
CITY OF FORT WORTH Grading and Drainage Improvements — Westport 24 Pond
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS —DEVELOPER AWARDED PROJECTS City Project No. 105634
Revised March 20, 2020
00 00 00
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
01 7823 1 Operation and Maintenance Data
01 78 39 1 Project Record Documents
Page 2 of 9
04/07/2014 f
04/07/2014
CITY OF FORT WORTH Grading and Drainage Improvements — Westport 24 Pond
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS —DEVELOPER AWARDED PROJECTS City Project No. 105634
Revised March 20, 2020
00 00 00
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Page 3 of 9
Technical Specifications which have been modified by the Engineer specifically for this
Project; hard copies are included in the Project's Contract Documents
NONE
Date
Division 02 - Existing Conditions Modified
0241 13 Selective Site Demolition
1 02 41 14 Utility Removal/Abandonment
[02 41 15 Paving Removal
Division 03 - Concrete
03 30 00
Cast -In -Place Concrete t
0334 13
Controlled Low Strength Material tCLSMI
0334 16
Concrete Base Material for Trench Repair
03 80 00
Modifications to Existing Concrete Structures
Division 26 - Electrical
f 26 05 00
Common Work Results for Electrical
2605 10
Demolition for Electrical Systems
26 05 33
Raceways and Boxes for Electrical Systems
26 05 43
Underground Ducts and Racewm s for Electrical Systems
Division 31 - Earthwork
31 1000
Site Clearin.,
3123 16
Unclassified Excavation
31 23 23
Borrow
31 24 00
Embankments
31 25 00
Erosion and Sediment Control
31 36 00
Gabions
31 37 00
Riprap
Division 32 - Exterior Improvements
3201 17
Permanent Asphalt Paving Repair
3201 18
Temporary Asphalt Paving Repair
32 01 29
Concrete Paving Repair
321123
Flexible Base Courses
32 11 29
Lime Treated Base Courses
32 11 33
Cement Treated Base Courses
3211 37
Liquid Treated Soil Stabilizer
32 12 16
Asphalt Pa\ in�y
32 12 73
Asphalt Paving Crack Sealants
32 13 13
Concrete Paving
32 1320
Concrete Sidewalks, Driveway s and Barrier Free Ramps
32 1373
Concrete Pavin. Joint Sealants
32 14 16
Brick Unit Paving,
32 16 13
Concrete Curb and Gutters and Valley Gutters
32 17 23
Pavement Markin-qys
32 17 25
Curb Address Paintinu
3231 13
Chain Fences and Gates
CITY OF FORT WORTH Grading and Drainage Improvements — Westport 24 Pond
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS —DEVELOPER AWARDED PROJECTS City Project No. 105634
Revised March 20, 2020
00 00 00
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Page 4 of 9
32 31 26 Wire Fences and Gates
32 31 29 Wood Fences and Gates
3232 13 Cast -in -Place Concrete Retaining Walls
3291 19 Topsoil Placement and Finishing of Parkways
32 92 13 Hydro -Mulching, Seeding, and Sodding
32 93 43 Trees and Shrubs
Division 33 - Utilities
33 01 30 Sewer and Manhole Testing f j
33 01 31 Closed Circuit Television (CCTV) Inspection
3303 10 1 Bypass Pumping of Existing Sewer Systems
33 04 10 Joint Bonding and Electrical Isolation
33 04 11 Corrosion Control Test Stations
33 04 12 Magnesium Anode Cathodic Protection System
33 04 30 Temporary Water Services
33 04 40 Cleaning and Acceptance Testing of Water Mains
33 04 50 Cleaning of Sewer Mains j
3305 10 Utility Trench Excavation, Embedment, and Backfill
3305 12 Water Line Lowering
3305 13 Frame, Cover and Grade Rings - Cast Iron
3305 13.10 Frame, Cover and Grade Rings - Composite
3305 14 Adjusting Manholes, Inlets, Valve Boxes, and Other Structures to
Grade _
3305 16 Concrete Water Vaults
' 3305 17 Concrete Collars
33 05 20 Auger Boring
33 05 21 Tunnel Liner Plate
j 33 05 22 Steel Casing Pipe
33 05 23 Hand Tunneling
33 05 24 Installation of Carrier Pipe in Casin.� or Tunnel Liner Plate
33 05 26 Utility Markers/Locators
33 05 30 Location of Existing Utilities
33 1105 Bolts, Nuts, and Gaskets
33 11 10 Ductile Iron Pipe
33 11 11 Ductile Iron Fittings
33 11 12 Polyvinyl Chloride (PVC) Pressure Pipe
33 11 13 Concrete Pressure Pipe, Bar -Wrapped, Steel Cylinder Type
33 11 14 Buried Steel Pipe and Fittings
33 11 15 Pre -Stressed Concrete Cylinder Pipe
33 1210 Water Services 1-inch to 2-inch
33 1211 Large Water Meters
33 1220 Resilient Seated Gate Valve
33 1221 AWWA Rubber -Seated Butterfly Valves f
33 1225 Connection to Existing Water Mains
f 33 1230 Combination Air Valve Assemblies for Potable Water Systems
33 1240 Fire Hydrants
33 1250 Water Sample Stations
33 1260 Standard Blow -off Valve Assembly
3331 12 Cured in Place Pipe (CIPP)
CITY OF FORT WORTH Grading and Drainage Improvements — Westport 24 Pond
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS —DEVELOPER AWARDED PROJECTS City Project No. 105634
Revised March 20, 2020
00 00 00
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Page 5 of 9
33 31 13
Fiberglass Reinforced Pipe for Gravity Sanitary Sewers
3331 15
High Density Polyethylene (HDPE) Pipe for Sanitary Sewer
33 31 20
Polyvinyl Chloride (PVC) Gravity Sanitary Sewer Pipe
F33 21
Polyvinyl Chloride (PVC) Closed Profile Gravity Sanitary Sewer
Pipe
33 31 22
Sanitary Sewer Slip Lining
33 31 23
Sanitary Sewer Pipe Enlargement
33 31 50
Sanitary Sewer Service Connections and Service Line
33 31 70
Combination Air Valve for Sanitary Sewer Force Mains
33 39 10
Cast -in -Place Concrete Manholes
33 39 20
Precast Concrete Manholes
33 39 30
Fiberglass Manholes
33 39 40
Wastewater Access Chamber (WAC)
33 39 60
Epoxy Liners for Sanitary Sewer Structures
10
Reinforced Concrete Storm Sewer Pipe/Culverts
�3341
. 33 41 11
High Density Polyethylene (HDPE) Pipe for Storm Drain
3341 12
Reinforced Polyethlene (SRPE) Pipe
33 46 00
Subdrainage
33 46 01
Slotted Storm Drains
33 46 02
Trench Drains
33 49 10
Cast -in -Place Manholes and Junction Boxes
33 49 20
Curb and Drop Inlets
33 49 40
Storm Drainage Headwalls and Wingwalls
Division 34 - Transportation
3441 10
Traffic Signals
3441 10.01
Attachment A — Controller Cabinet
3441 10.02
Attachment B — Controller Specification
3441 10.03
Attachment C — Software Specification
3441 11
Temporary Traffic Signals
34-4 1 13
Removing Traffic Signals
3441 15
Rectangular Rapid Flashing Beacon
[-34 41 16
Pedestrian Hybrid Signal
34 41 20
Roadway Illumination Assemblies
34 41 20.01
Arterial LED Roadway Luminaires
34 41 20.02
Freeway LED Roadway Luminaires
34 41 20.03
Residential LED Roadway Luminaires
34 41 30
Aluminum Signs
3471 13
Traffic Control
CITY OF FORT WORTH Grading and Drainage Improvements — Westport 24 Pond
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105634
Revised March 20, 2020
00 00 00
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Page 6 of 9
Technical Specifications listed below are included for this Project by reference and can be
viewed/downloaded from the City's website at:
htl i):Hfortworthtexas.gOV/tDw/contractors/
or
hi I us://aovs.fortworthtexas.Lov/ProiectResources/
Division 02 - Existing Conditions
0241 13 Selective Site Demolition
0241 14 , ti. �
L��lti,
Division 03 - Concrete
00 3A 00 coy. L. p3aae ceflefete
0334 13 Controlled Low Strength Material (CLSM)
03-34-16 Cvnoritc lams MatorW 1 r Trusvk Ripaif
038000 Exining Co&x,�vc e�w,;iyfs
Last Revised
12/20/2012
1 /�(42
02tn o 1
7/20410 1
11/20/1012
12!^1�12
17/7 ,112
Division 26 - Electrical
L'1,...t 1
1 11 l2242013
26 05 00
26 0510
Commeff We-k Results for- fie.
DzT_-alitize ::rr Exlc:;!r:i ✓(rl4ma
+
1 �1�1:
26 05 33
R&oc%ay3 and Bsxm fm ✓,vtzmz
,''!�1 i
2605 49
'UT-Aa M_ 1 :V3 PI;ctI 2r_J I-. I fr1. li :wI :77i E7EtIms
nf/n�n1i I
260550 50
NI'Ats: DUO G Ifid it
024642016 I
1
Division 31- Earthwork
31 1000
Site Clearing
12/20/2012
3123 16
Unclassified Excavation
01/28/2013
j 31 23 23
Borrow
01/28/2013
31 24 00
Embankments
01/28/2013 1
31 25 00
Erosion and Sediment Control
12/20/2012
91�0
31 3700
GAW Aqq
Riprap
117l7�n1L
12/20/2012
Division 32 - Exterior Improvements
3n� n�T
lrrraa/. Aa;lia��lt 1Zz�ing T1:*nir
2''f�2 0i i4v
Tem;vu-an, A,3ph%J1 I Ci\ ,-/, Repai-F
320129
321129_Timp
r
Trwtpd RFiqp Gmmp,12/20/2012
1 �l�nhnl �
l
32 1137
�T
[
J.a�l� �li�tc3 Soil �7J�
08!', s
21�6
n�r:.lt 1l�IeY :$
/ 2l 1,l�n1 2
,n>z
32 1273
AcpY.alt P7<•.rng C-ec115.slmir.
11l2012011
32 13 13
C;3AG Z1C POVift
1',MrW200oii
32 i3 20
Ca-m-=r ✓Wcv,.kla, Dri ; -r.up ana lin,Ki:� Ric:
0610pa—s
47�3
Carncx P;.,ems ,. 9MW9,J
121
2'l�6
tNi.l...Unit Ialw.b
1212CV2012 �_ _
CITY OF FORT WORTH Grading and Drainage Improvements — Westport 24 Pond
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS —DEVELOPER AWARDED PROJECTS City Project No. 105634
Revised March 20, 2020
00 00 00
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Page 7 of 9
321619 C'3m".:1c C;.a-h �xxi 0021B and Valks. CHKeffi 1 n/nzv 0540016
� tee; Maki -Vs , , /X21=1 3 1
5 Cuwi Ad&xr Pz' nsrg 11,1042013
1
6 V'74a ,...a r yen 1 �'/�'zarzv/�'Q012 1
3 CGk, in Pla.c C-,wc= R3tzi:=;; Wclb nc/nvvroaz�iv
3391 19 T. pzc l Plammw .l a.i r:;ir! i:.a 'if Pz-tz 2r 12/�1
32 92 13 Hydro -Mulching, Seeding, and Sodding 12/20/2012
12�24'2012 1
Division 33 - Utilities
330130 Sewer and N4 Z13 Teat rg , 2/�12
1 33-01 31 Gesc3 Cin►,ti Tcic ticiar. (CCP7) i-Apeetieff OPOQ016
33 03 i$ -a3lp aM P AFf. l: Xb cf C k X E:(A: tils 12/20/2012
3-3-0•4-19 kidxt �'s:Iifyb zvl FiN-lr:-al i*C1utim
CeFfesivft C.3 k3l Tast statiens 12 0/2
33-04--1-2 C:A*CiiJ A-11a,1tim Cyztem „/''�12
_33-04-38 ocr-.zocq
33 04 40 Cleaning and Acceptance Testing of Water Mains 02/06/2013
33 04-50 GeRt:i.-4 vi' Ci trans M' i
33-05 10 &'qli 93lalill "/ o
Frcmc, Cc w wz_1 ''" d:'ii7 Z Cwx 1:'Zw n, /�9
33 05 13.10 Cctzy .tNings01,92, 2016
33-05 14 Adjttsting Manholes,e, Ifa. v 12,90Q012
33-l0155 ^67
33
1240/2012
33-05 20 A:)ge: I13r::g „/''�Q
T, r
33-0�� �Irr�el .ter. �r Pl:1e
33 05 22 £ 1 r-) cac; N. i'ir
1 /
33-03-23 mar..a T;nrrr-c-iing
33-0524 of Ca mar NV--i.'Cw' ng or Twarrcl Linty:'l�� n�/�;/,/2
33 05 26 UtiK�' y , ='0012
33 05 30 Location of Existing Utilities 12/20/2012
Belts, f
334444 Lvn Pipe 12/20/2012
33-P-P rJ: IR& hw:. F/iY lng_p 1 � /�12
33 11-12 Polyvinyl Chloride.. -<Vr. Pipe 11 /lrrrx'6/2018
{� t .t a ..:.t 1-2/20/2012
C ...7.."if..7 A \r'�C/4��.7' , %. 7.iYr/Cl�, ..f..... C. fl,'1�� T j'�'I'.7 zz-r�vrrvzz
33-114 Rvr ei f l-irJ. Pip3 e:xii FR1fings 0000,011
I 332 12 10 W,+er-Sei=,;,.es 1 ineh 4e 2 ineh m/lvsr�4/2017r
22 1, a ;(C l\ atac 1 Imem `'s12/20/2012viz
he 12/20/2012
�� ANr/11'A R.�-se"ttesf'iJ "IzYtCC, 12/�472
F3- 2-25 C'nar jv-�= 'm Watw 1`4arnC m m�;3
331230 Cm6aaalicr. Aa \1a1v_—Awx-nbl�o f3. Pa1&V..c NVOw ✓yoczm 12/20/2012
33 1240 Fire Hydrants 01/03/2014
CITY OF FORT WORTH Grading and Drainage Improvements — Westport 24 Pond
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS —DEVELOPER AWARDED PROJECTS City Project No. 105634
Revised March 20, 2020
00 00 00
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Page 8 of 9
2 2�so f c L20/20l n
R ads Earr;1.Y ✓�tio:3s 1 � ���
Z1�vv stanch J ilct:' Cfi%�j...� A030w� nctl�n 20113
33 31--112 Caved in PV_3z P;ra (CIPP) 1't7z srz014N2
f 33 31 15 1 ,SFsh Jcarr.'ty Pc)yodPf4e:tc (I1'_7PE) Pip: for Sex-Iia7y Saw 12 29QQQ
3�3120 IAwlyrri,l Cklgriit (PNI> Gzwr:Vj Sa:Aarj Sewer -Pie n6"�13
323 3 i N 12t20/ter
Xe
33 Z 1 77 c , a e , QQ0, 017
�z �., Sri nr-� ...tf'ii�' Jir .�vz�� a �,�z
f 2'�3 im :i tu. j ` -wX Pipe 1 :kowgeff"eflt , "'�1-2
II 33-34 38 -C Wutsrl- E:� :-•K' C1 a :c$ er:: i line n4 t�13
t� 33 3z1--7r0 Ix1nrt A,;fj,- Jnita�3'-- Sv_/._ 12rn� ni�z
II 'S'2� Preeftst Go emte Manholes 172z
33-39-39 r t 1rJ138'.'. aaholes 12/�1->r 012
23�0 9.1z,3wriAt1: Accm Ci+ L-w (WAJ 17 G7 2012
33 3960 ,em far Ewnnita.7.,-Eat:•a+' kw4oc,=-er 12/20,4012
33 41 10 #eiif rood C ya-mac 5'3��r.'C'i�l'�-ti u n7/n� 1vrri011
22�=' 940, 71a.. �.'-. D.-.l�V*L y1m (12,DPE) Ply Far Jam Drel- 12/404012
33 41 12 PC1y21k1WG1 (ERPE�j Pipe 11 t1�1G5
33 4600 aiilege 12�12
33 4601 geued Sttrw. Dr4m 07t0T
37�-46 02 Treaeh Dr-aiaa n7m��r
33 49 10 Cast -in -Place Manholes and Junction Boxes 12/20/2012
33 nn 20 /Ly �1. 1120401204017
T✓�-zv w\.. dIl1 1778�. 1'lr'�Z'tS r�rsvizvzz
33 49 40 Storm Drainage Headwalls and Win walls 07/01/2011
Division 34 - Transportation
T-,=R'ie 5�An>a�1
34 41 10.02 r-• 1 r0212012,
94 41 �r Tara, j Traffic Signz#s 11,924013
34 n 1 1 e' , 17/206901 7
�-Tr-ra �`�'SiJ �� ��a.�1 � ✓./aY\`1.If rtrsvnvrt
3^�- 41 15 » Rapid 5ai:img 9-aeeff 1 1,2242013I
3 ^�-�-4n 6 Pied xi t'n 1 Iyb ri 3 Fibres} , , t7�i3 I
34 ^-,moo Roewi,--y Hlwr:�-_ctioa Am/.Ibies ,�,�1
4 A�on,1=, ! 1EDn lmm.inaires o6 11Coon s
3n n�-r 41 20.02 F*FE:1saj' LED Ra"wey �1:.:�flC.�E nc 15 7�5
2n n�03
11&;:33rtial Lllr ncil 5i201 c Rxalira��L..\�tir..xi: �
3n�no t X20 z
Alarrlin.I�s 11
�n
34 41 50 giftgle 'tiJZ ii✓sr Op4e4g" 92/262016
3471 13 Traffic Control 11/22/2013
CITY OF FORT WORTH Grading and Drainage Improvements - Westport 24 Pond
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS -DEVELOPER AWARDED PROJECTS City Project No. 105634
Revised March 20, 2020
00 00 00
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Page 9 of 9
Appendix
GC-4.01
Availability of Lands
GC-4.02
Subsurface and Physical Conditions
6e 4.04
LTft&-rgrzmr.� BaWkties-
fE-406
llaz4rdou3 Dnvironmont-aW YANcN at Sits-
GG 6.9,'
`vague
GG 6.99
!'etc -w-A v liq@s-
E- :21A
NmA,-��ri�t+mw-
GR-01 60 00 Product Requirements
END OF SECTION
CITY OF FORT WORTH Grading and Drainage Improvements — Westport 24 Pond
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105634
Revised March 20, 2020
0o 42 43
DAP- Bm PROPOSAL
Pop 1 of]
SECTION 00 42 43
Developer Awarded Projects - PROPOSAL FORM
UNIT PRICE BID
Bidder's Application
WESTPORT 24 - DETENTION POND
Project Item Ldormaliam
BkkWIs Proposal
Bidtist Item j Description
Specification
Section No.
Unit Of
Measure
Bid Quantity
Unit Price 1
J
Bid ValueNo. I
DRAINAGE IMPROVEMENTS
1
3110.0101 Site Clearin
Alin
311010
LS
1
$7.500.00
$7.500.00
2
3123.0103 Borrow b} (FIB Per Plan
312316
CY
6,557
$6.50
$42.620.50
3
3123.0101 Unclassified Excav ' by Pi [Cut Per Plan •
312316
CY
26,742
$4.50
593.339.00
4
3292.0400 Sea di , Hydmmulch
329213
SY
10,310
$2.00
$20 620.OD
5
3125.0101 SWPPP a 1 acre
31 25 00
LS
1
$5 500.00
$5�00.001
6
3305.0109 Trench Safety
330510
LF
5.512
$4.00
$22.048.ODI
7
3211.0502 Compacted Subgrads
321100
SY
218
$6.00
$1 308.00i
8
3349.0102 4' Manhole Riser
334910
EA
16
$7.500.00
$120.000.001
9
3137.0102 Larqe Stone Riprap, dry
31 37 00
SY
44
$155.00
$6.820.001
10
3341.0205 24-'PCP, Class 111
33 41 10
LF
1.368
$105.00
5,143 640.ODI
11
9999.0001 Custom Remove HeadwallISET
00 00 00
EA
1
$24 500.00
S24 500.001
12
9999.0002 TX -DOT 24" 4:1 Headwall Tvpe Install
00 00 00
EA
2
$6,}s00.00
$13.000.00
13
9999.0003 41' x 9' Custom Junction Box
00 00 OD
EA
1
$115.000.00
$115 000.00
14
9999.0004 4 T x 3''RCB
00 00 00
LF
4,144
$570.00
$2.362.080.00
15
9999.0005 T x Y x 9O' Bend Install
00 00 00
EA
4
$2,500.00
510 000.00
16
9999.0DO6 TxDOT SW-0 Headwall
00 00 00
EA
1
$34,500.00
S34 500.00
17
9999.0007 7' x Y x 45" Bend Install
00 00 00
EA
4
$2,500.00.
$10 000.00
18
9999.0008 'P x 3' x 22.5" Bend Install
00 00 00
EA
8
$2,500A
$20 000.00
19
9999.0008 T x 3' x Vertical Bend Install
00 00 00
EA
4
$3,500.00
S14 000.00
20
9999.0010 24" x 45° Bend Install
00 00 00
EA
1
$2,600.00
52 500.00
21
9999.0011 STD. W DIA STMH Install
00 00 00
EA
3
$6,500.00
19 500.00
22
9999.0012 6" Concrete Flume
00 00 00
SY
218
$82.00
517 876,00 1
23
9999.0013 Flwmmat
00 W 00
SY
627
$165.00
$103 455.00-
DRAINAGE IMPROVEMENTS
$3,209,$06.50
Bid Summary
DRAINAGE IMPROVEMENTS
Total Conehvctiou Bld
$3,209,806.50
This Bid is submitted by the eatity named below:
BIDDER: BY: BROCK HUGGINS
5327 WICHITA ST. , r
DEN FORT WORTH, TX 76119 TITLE: PRESIT 'f
DATE:
Contractor agrees to complete WORK for FINAL ACCEPTANCE within ^ wt o, working days after the date when the
CONTRACT commence to rum as provided in the General Conditions.
END OF SECTION
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPEC94CATION DOCUMENTS - DEVELOPER AWARDED PROTECTS
Foao Vadon Mg22,200 00 42 43Did Proposal POND--Js
00 45 12
DAP PREQUALIFICATION STATEMENT
Pate 1 of 1
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
Tvoe" box provide the coma?lete maior work tvue and actual description as provided br the Water
Deoartment for water and sewer and TPW for vavine.
Major Work Type Contractor/Subcontractor Company Name Prequalification
Expiration Date
G'lY'�.1 C.1 � iKJ �- j�rZ-� � 1",1%�C� C�1C't�Ser C.�Y151T11�Or1 TIC � 4i � 3p f 25
The undersigned hereby certifies that the contractors and/or subcontractors described in the table above
are currently prequalified for the work types listed.
BIDDER:
c ncttser Gznst ruck C #` 1 TX I f_. P. BY: �r�-� �#, ,�,�,. inS
53XI VV, C4-j+G{ St ' ' `,"mod
�Vige)
TITLE: Pf'-'Side f
DATE:
END OF SECTION
CITY OF FORT WORTH
STANDARD CONSTRUCTION PREQUALIFICATI ON STATEMENT — DEVELOPER AWARDED PROJECTS 004512_PregcuRFlationStaternent201E POND
Form Version September 1, 2015
004526-1
CONTRACTOR COMPLIANCE WITH WORKERS COMPENSATION LAW
Page 1 of 2
1 SECTION 00 45 26
2 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW
3 Pursuant to Texas Labor Code Section 406.096(a), as amended, Contractor certifies that it
4 provides worker's compensation insurance coverage for all of its employees employed on
5 City Project No. 105364. Contractor further certifies that, pursuant to Texas Labor Code,
6 Section 406.096(b), as amended, it will provide to City its subcontractor's certificates of
7 compliance with worker's compensation coverage.
8
9 CONTRACTOR:
10
11 Cori+SP.Y t'C YI cZrY I CliM TAU--' By: Bnxk— Ilium I i'1 S
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
Company
,IVich#tn St
Address
FcvtvVD/vh,Tk -70la
City/State/Zip
THE STATE OF TEXAS 0
COUNTY OF TARRANT 0
(Please Print)
Signature:
Title:
(Please Print)
BEFORE ME, the undersigned authority, on this day personally appeared
i-l'vt is ri-400 c t , 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 CL 1 �' , L.- r for the purposes and
consideration therein expressed and in the capacity therein stated.
GIVEN UNDER MY HAND AND SEAL OF OFFICE this
_ Ctnt-AC( V A , 202-�
day of
CITY OF FORT WORTH Grading and Drainage Improvements—Westport24 Pond
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CityProject No. 105364
Revised July 1, 2011
0045 26 -2
CONTRACTOR COMPLIANCE WITI4 WORKER'S COMPENSATION LAW
Page 2 of 2
1 ---iurrrSatar: �osr
2 Neurp Pebifa, Sate of Texas +;
N7ir 13u67ti33 I
Cammlt I" EKOhl
rafter630, 2026
_ RA ] --
Notary Public in and for the State of Texas
5 END OF SECTION
Grading and Drairt89e irnArovements-Westoort24 Pond
CITY OF FORT WORTH City Project No.105364
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised July 1, 2011
005243-1
Developer Awarded Project Agreement
Pagel of 6
1 CTION 00 52 43
2 AGREEMENT
3 THIS AGREEMENT, authorized on 1/30/2025 is made by and between the Developer,
4 Hillwood Alliance Services, LLC a Texas lim- ited liability company authorized to do business in Texas ("Developer") ,
5 and Conatser Construction TX, L.P. , authorized to do
6 business in Texas, acting by and through its duly authorized representative, ("Contractor").
7 Developer and Contractor, in consideration of the mutual covenants hereinafter set forth,
8 agree as follows:
9 Article 1. WORK
10 Contractor shall complete all Work as specified or indicated in the Contract Documents for
11 the Project identified herein.
12 Article 2. PROJECT
13 The project for which the Work under the Contract Documents may be the whole or only a
14 part is generally described as follows:
15 Grading & Drainage -improvements— Westport 24 Pond
16 City Project No.105364
17 Article 3. CONTRACT TIME
18 3.1 Time is of the essence.
19 All time limits for Milestones, if any, and Final Acceptance as stated in the Contract
20 Documents are of the essence to this Contract.
21 3.2 Final Acceptance.
22 The Work will be complete for Final Acceptance within 120_calendar days after the
23 date when the Contract Time commences to run as provided in Paragraph 12.04 of the
24 Standard City Conditions of the Construction Contract for Developer Awarded
25 Projects.
CITY OF FORT WORTH
Gradingand Drainage Improvements— Westport24Pond
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS —DEVELOPER AWARDED PROJECTS CftyProjectNo.105364
Revised June 16, 2016
005243-2
Developer Awarded Project Agreement
Page 2 of 6
26 3.3 Liquidated damages
27 Contractor recognizes that time is of the essence of this Agreement and that
28 Developer will suffer financial loss if the Work is not completed within the times
29 specified in Paragraph 3.2 above, plus any extension thereof allowed in accordance
30 with Article 10 of the Standard City Conditions of the Construction Contract for
31 Developer Awarded Projects. The Contractor also recognizes the delays, expense
32 and difficulties involved in proving in a legal proceeding the actual loss suffered by
33 the Developer if the Work is not completed on time. Accordingly, instead of requiring
34 any such proof , Contractor agrees that as liquidated damages for delay (but not as
35 a penalty), Contractor shall pay Developer
36 Dollars ($ ) for each day that expires after the time specified in
37 Paragraph 3.2 for Final Acceptance until the City issues the Final Letter of
38 Acceptance.
39 Article 4. CONTRACT PRICE
40 Developer agrees to pay Contractor for performance of the Work in accordance with the
41 Contract Documents an amount in current funds of three million two hundred nine
42 thousand eight hundred six dollars and fifty cents ($3,209,806.50).
43 Article 5. CONTRACT DOCUMENTS
44 5.1 CONTENTS:
45 A. The Contract Documents which comprise the entire agreement between
46 Developer and Contractor concerning the Work consist of the following:
47 1. This Agreement.
48
2. Attachments to this Agreement:
49
a. Bid Form (As provided by Developer)
50
1) Proposal Form (DAP Version)
51
2) Prequalification Statement
52
3) State and Federal documents (project specific)
53
b. Insurance ACORD Form(s)
54 c. Payment Bond (DAP Version)
CITY OF FORT WORTH Gradingand Drainage improvements— Westport24 Pond
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No,T05364
Revised June 16, 2016
005243-3
Developer Awarded Project Agreement
Page 3 of 6
55
d.
Performance Bond (DAP Version)
56
e.
Maintenance Bond (DAP Version)
57
f.
Power of Attorney for the Bonds
58
g.
Worker's Compensation Affidavit
59
h.
MBE and/or SBE Commitment Form (If required)
60 3. Standard City General Conditions of the Construction Contract for Developer
61 Awarded Projects.
62 4. Supplementary Conditions.
63 5. Specifications specifically made a part of the Contract Documents by
64 attachment or, if not attached, as incorporated by reference and described in
65 the Table of Contents of the Project's Contract Documents.
66 6. Drawings.
67
68
69
70
71
72
73
74
75
76
77
7. Addenda.
8. Documentation submitted by Contractor prior to Notice of Award.
9. The following which may be delivered or issued after the Effective Date of the
Agreement and, if issued, become an incorporated part of the Contract
Documents:
a. Notice to Proceed.
b. Field Orders.
c. Change Orders.
d. Letter of Final Acceptance.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS
Revised June 16, 2016
Grading and Drainage Improvements— Westport24 Pond
CityProjectNo.105364
005243-4
Developer Awarded Project Agreement
Page 4 of 6
78 Article S. INDEMNIFICATION
79 6.1 Contractor covenants and agrees to indemnify, hold harmless and defend, at its
80 own expense, the city, its officers, servants and employees, from and against any
81 and all claims arising out of, or alleged to arise out of, the work and services to be
82 performed by the contractor, its officers, agents, employees, subcontractors,
83 Licenses or invitees under this contract. This indemnification provision is
84 specifically intended to operate and be effective even if It is alleged or proven that
85 all or some of the damages being SOL1ght were caused, in whole or in part, by any
86 act, omission or negHgence of the city. This indemnity provision is intended to
87 Include, without limitation, indemnity for costs, expenses and legal fees incurred
88 by the city in defending against such claims and causes of actions.
89
90 6.2 Contractor covenants and agrees to indemnify and hold harmless, at its own
91 expense, the city, its officers, servants and employees, from and against any and
92 all Loss, damage or destruction of property of the city, arising out of, or alleged to
93 arise out of, the work and services to be performed by the contractor, its officers,
94 agents, employees, subcontractors, licensees or invitees under this contract.
95 This indemnification provision is specifically/ intended to operate and be effective
96 even if it is alleged or proven that alL or some of the damages being sought were
97 caused, an whole or in part, by any act, omission or negligence of the city.
98
99 Article 7. MISCELLANEOUS
100 7.1 Terms.
101 Terms used in this Agreement are defined in Article 1 of the Standard City Conditions
102 of the Construction Contractfor Developer Awarded Projects.
103 7.2 Assignmentof Contract.
104 This Agreement, including all of the Contract Documents may not be assigned by the
105 Contractor without the advanced express written consent of the Developer.
CITY OF FORT WORTH Gradingand Drainage Improvements — Westport24 Pond
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS —DEVELOPER AWARDED PROJECTS City Project No.105364
Revised June 16.2016
005243-5
Developer Awarded Project Agreement
Page 5 of 6
106 7.3 Successors and Assigns.
107 Developer and Contractor each binds itself, its partners, successors, assigns and
108 legal representatives to the other party hereto, in respect to all covenants,
109 agreements and obligations contained in the Contract Documents.
110 7.4 Severability.
111 Any provision or part of the Contract Documents held to be unconstitutional, void or
112 unenforceable by a court of competent jurisdiction shall be deemed stricken, and all
113 remaining provisions shalt continue to be valid and binding upon DEVELOPER and
114 CONTRACTOR.
115 7.5 Governing Law and Venue.
116 This Agreement, including all of the Contract Documents is performable in the State
117 of Texas. Venue shall be Tarrant County, Texas, or the United States District Court for
118 the Northern District of Texas, Fort Worth Division.
119
120 7.6 Authorityto Sign.
121 Contractor shall attach evidence of authority to sign Agreement, if other than duly
122 authorized signatory of the Contractor.
123
124 IN WITNESS WHEREOF, Developer and Contractor have executed this Agreement in
125 multiple counterparts.
126
127 This Agreement is effective as of the last date signed by the Parties ("Effective Date").
128
Contractor: Developer:
4v'kj-Y'l-i:<ZPr-
7X IL.A.
CITY OF FORTWORTH Gradingand Drainage Improvements -Westport24 Pond
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS- DEVELOPER AWARDED PROJECTS CityProjectNo.105364
Revised June 16, 2016
129
By:
( Ign, )
�-- f Ar ins
(Printed Nanfef
005243-6
Developer Awarded Project Agreement
Page 6 of 6
By: r
(Signature)
(Printed Name)
Title: pi-,�--<,iC cnl Tittle: ef'. V � C.e �c,�s�a2r1
Company Name: ccra1"SOr- Company name: 1A\, `wD pok 4-1x "Nom e—L�-
Ckr T�,-1 r u L"ri Ott Tx, t_ . P.a Ti�as 1 i rn ► �,ea 1 �at� I is y Coy i �a ri Y
Address: Address:
City/State/Zip: City/State/Zip:
Foka: Dc� ,Tx -701 tia Fw* Ww4j)( `rrpl-7
Date Date
CITY OF FORT WORTH Gradingend Drainage Improvements- Westport24 Pond
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS -DEVELOPERAWARDED PROJECTS CityProjectNo.105364
Revised June 16, 2016
�►� "
El
Id
Bond No. 0266016
006213-1
PERFORMANCE BOND
Page 1 of 4
1 SECTION 00 6213
2 PERFORMANCE BOND
3
4 THE STATE OFTEXAS E
5 6 KNOW ALL BY THESE PRESENTS:
6 COUNTY OF TARRANT 6
7 Thatwe,_ Conatser Construction TX,L.P. , known as
8 "Principal" herein and Berkley Insurance Company , a corporate
9 surety(sureties, if more than one) duly authorized to do business in the State of Texas,
10 known as "Surety" herein (whether one or more), are held and firmly bound unto the
x Hillwood Alliance Services, UC
11 Developer, ( - ), authorized to do business in Texas ("Developer") and the City of Fort
12 Worth, a Texas municipal corporation ("City"), in the penal sum of, Three Million, Two Hundred
13 Nine Thousand, Eight Hundred Six and 50/100 Dollars ($ 3,209,806.50 ), lawful
14 money of the United States, to be paid in Fort Worth, Tarrant County, Texas for the payment
15 of which sum well and truly to be made jointly unto the Developer and the City as dual
16 obligees, we bind ourselves, our heirs, executors, administrators, successors and assigns,
17 jointly and severally, firmly by these presents.
18 WHEREAS, Developer and City have entered into an Agreement for the construction
19 of community facilities In the City of Fort Worth by and through a Community Facilities
20 Agreement, CFA Number and
21 WHEREAS, the Principal has entered into a certain written contract with the Developer
22 awarded the 30th day of January_ , 202a, which Contract is hereby referred to and
23 made apart hereof for all purposes as if fully set forth herein, to furnish all materials,
24 equipment labor and other accessories defined by taw, in the prosecution of the Work,
25 including any Change Orders, as provided for in said Contract designated as Grading and
Drainage Improvements - Westport 24 Pond
26 NOW, THEREFORE, the condition of this obligation is such that if the said Principal
27 shall faithfully perform it obligations under the Contract and shall in all respects duly and
28 faithfully perform the Work, including Change Orders, under the Contract, accordingto the
CnY OF FORT WORTH Oradingend Drainage Improvements—Westport24 Pond
STANDARD CITY CONDITIONS— DEVELOPER AWARDED PROJECTS CityProject No. 705634
Revised January31, 2012
006213.2
PERFORMANCE BOND
Page 2 of 4
1 plans, specifications, and contract documents therein referred to, and as well during any
2 period of extension of the Contract that may be granted on the part of the Developer and/or
3 City, then this obligation shall be and become null and void, otherwise to remain in full force
4 and effect.
5 PROVIDED FURTHER, that if any legal action be filed on this Bond, venue shall lie in
6 Tarrant County, Texas or the United States District Court for the Northern District of Texas,
7 Fort Worth Division.
8 This bond is made and executed in compliance with the provisions of Chapter 2253
9 of the Texas Government Code, as amended, and all liabilities on this bond shall be
10 determined in accordance with the provisions of said statue.
11 IN WITNESS WHEREOF, the Principal and the Surety have SIGNED and SEALED this
12 instrument by duly authorized agents and officers on this the 30th day of
13 January , 20 25 .
14
15
16
17
18
19
20
21
22
23
24
25
26
ATTEST:
CITY OF FORTWORTH
STANDARD CITY CONDITIONS - DEVELOPER AWARDED PROJECTS
Revised January 31, 2012
PRINCIPAL:
Conatser Construction TX, L.F.
BY:
Signature
Grading and Drainage Improvements - Westport24 Pond
CiYProlect No,105634
1
2
3
_
4
(Principal) Secretary
5
6
7
8
9
10
11
12
RrMrU
13
Witness as to Principal
14
15
16
17
18
18
20
21
22
23
24
25
26
27
28 _
CITY OF FORT WORtH
STANDARD CITY CONDITIONS - DEVELOPER AWARDED PROJECTS
Revised January 31, 2012
006213.3
PERFORMANCE BOND
Page 3 of 4
Brock Huggins sident
Name and Title
Address:
.5327 Wisljita $-L
Fort Worth, TX 76119
SURETY:
Berkley Insurance Company
BY:
Signature
C�'; zt � . -
�-
Robbi Morales, Attorney -in -fact
GradingandDrainage Improvements-WestportVPond
City Project No. 103634
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
X- - /�-'� � - S �
Witness as to Surety
006213-4
PERFORMANCE BOND
Page 4 Ot 4
Name and Title
Address:
5005 LBJ Freeway, Suite 1400
Dallas, TX 75244
Telephone Number:
214/989-0000
*Note: If signed by an officer of the Surety Company, there must be on file a certified
extract from the by-laws showing that this person has authority to sign such
obligation. If Surety's physical address is different from its mailing address, both
must be provided.
The date of the bond shall not be prior to the data the Contract is awarded.
CITY OF FORT WORTH Gredingend Drainage Improvements - WestportV Pond
STANDARD CITY CONDITIONS- DEVELOPER AWARDED PROJECTS City Project No. 105634
Revised January 31.2D72
Bond No. 0266016
006214-1
PAYMENTBOND
Page 1 of 3
1 SECTION OO 6214
2 PAYMENT BOND
3
4 THE STATE OF TEXAS 6
5 O KNOW ALL BY THESE PRESENTS:
6 COUNTYOFTARRANT ii
7 That we, Conatser Construction TX, L.P. known as
8 "Principal" herein, and Berkle Insurance Company a
9 corporate surety ( or sureties if more than one), duly authorized to do business in the State
10 of Texas, known as "Surety" herein (whether one or more), are held and firmly bound unto
* Hillwood Alliance Services, LLC
11 the Developer, ( * ), authorized to do business in Texas "(Developer"), and the City of Fart
12 Worth, a Texas municipal corporation ("City"), in the penal sum
Three Million, Two Hundred Nine Thousand,
13 of Eight xundred$ixand5o(ioo------------- - .--- _ Dollars ($„3,2Q9y$06.5Q. ), lawful
14 money of the United States, to be paid In Fort Worth, Tarrant County, Texas, for the payment
15 of which sum well and truly be made jointly unto the Developer and the City as dual
16 obligees, we bind ourselves, our heirs, executors, administrators, successors and assigns,
17 jointly and severalty, firmly by these presents:
1$ WHEREAS, Developer and City have entered into an Agreement for the construction
19 of community facilities in the City of Fort Worth, by and through a Community Facilities
20 Agreement, CFA Number and
21 WHEREAS, Principal has entered into a certain written Contract with Developer,
22 awarded the 30th day of January - , 2025 , which Contract is hereby
23 referred to and made a part hereof for all purposes as if fully set forth herein, to furnish all
24 materials, equipment, labor and other accessories as defined by law, in the prosecution of
25 the Work as provided for in said Contract and designated as Grading and Drainage
26 Improvements —Westport 24 Pond
27 NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION is such that if Principal
26 shall pay all monies owing to any (and all) payment bond beneficiary (as defined in Chapter
CITY OF FORT WORTH Grading and Drainage Improvements —Westport 24 Pond
STANDARD CITY CONDITIONS -DEVELOPER AWARDED PROJECTS Clty Pmj0Ct N0. 105364
Revised January 31, 2012
006214-2
PAYMENT BOND
Pegg 2 or 3
1 2253 of the Texas Government Code, as amended) in the prosecution of the Work under the
2 Contract, then this obligation shaU be and become null and void; otherwise to remain in full
3 force and effect.
4 This bond is made and executed in compliance with the provisions of Chapter 2253
5 of the Texas Government Code, as amended, and all liabilities on this bond shall be
6 determined in accordance with the provisions of said statute.
7 IN WITNESS WHEREOF, the Principal and Surety have each SIGNED and SEALED
8 this instrument by duly authorized agents and officers on this the 30th day of
9 January 20 25
10
PRINCIPAL:
Conatser Construction TX, L .P.
ATTEST* By.
.. `
Signature
(PrincipaL) Secretary
Witness as to Principal
��,��ggresdent
Name and Title
Address: _ 5327 Wichita St.
Fort Worth, TX 76119,
E;N]ZaCA
CITY OF FORT WORTH Grading and Drainage improvements — Westport 24 Pond
STANDARD CITY CONDITIONS —DEVELOPER AWARDED PROJECTS City Project W 105364
Revised January 31, 2012
ATTEST:
(Surety) Secretary
Witness as to Surety
1
006214-3
PAYMENT BOND
Page 3 013
Berkley Insurance Company
Signature
Robbi Morales, Attorney -in -fact
Name and Title
Address: 5005 LBJ Freeway, Suite 1400
Dallas, TX 75244
Telephone Number: ?111-M 0000-
2 Note: If signed by an officer of the Surety, there must be on file a certified extract from the
3 bylaws showing that this person has authority to sign such obligation. If Surety's physical
4 address is different from its mailing address, both must be provided.
A
6 The data of the bond shall not be prior to the date the Contract is awarded.
7
8
END OF SECTION
CITY OF FORT WORTH Grading and Drainage Improvements -Westport 24 Pond
STANDARD CITY CONDITIONS - DEVELOPER AWARDED PROJECTS CityProfeCt NO.105364
Revised January 31. 2012
Bond No. 0266016
006219.1
MAINTENANCE BOND
Page 1 of 6
1 SECTION 00 62 10
2 MAINTENANCE BOND
3
A THE STATE OF TEXAS 9
5 E KNOW ALL BY THESE PRESENTS:
6 COUNTY OF TARRANT E
7
8 That we— Conatser Construction TX, L.P. , known as
9 "Principal" herein and _ .Berkley Insurance Cgmpany�.__ , a corporate surety
10 (sureties, if more than one) duty authorized to do business in the State of Texas, known as
* Hillwood Alliance Services, LLC
11 "Surety" herein (whether one or more), are held and firmly bound unto the Developer,
12 authorized to do business in Texas ("Developer") and the City of Fort Worth, a Texas
Three Million, Two Hundred Nine Thousand,
13 municipal corporation ("City"), in the sum of EighL Hundred Six and 50/100---------; -
14 Dollars ($12�805.Q _ _ ), lawful money of the united States, to be paid in Fort
15 Worth, Tarrant County, Texas, for payment of which sum well and truly be made jointly unto
16 the Developer and the City as dual obligees and their successors, we bind ourselves, our
17 heirs, executors, administrators, successors and assigns, jointly and severally, firmly by
18 these presents.
19
20 WHEREAS, Developer and City have entered into an Agreementforthe construction of
21 community facilities in the City of Fort Worth by and through a Community Facilities
22 Agreement, CFA Number;and
23 WHEREAS, the Principal has entered into a certain written contract with the
24 Developer awarded the loth day of . Januaa , 20 25 , which
25 Contract is hereby referred to and a made part hereof for all purposes as if fully set forth
26 herein, to furnish all materials, equipment labor and other accessories as defined bylaw, in
27 the prosecution of the Work, including any Work resulting from ad uly authorized Change
28 Order (collectively herein, the "Work") as provided for in said Contract and designated as
29 Grading and Drainage Improvements— Westport 24 Pond; and
CITY OF FORT WORTH Gradingand Dminege tmorovements-Westoort 24 Pond
STANDARD CITY CONDITIONS - DEVELOPER AWARDED PROJECTS City Project No, 105364
Revised January 31, 2012
006219-3
MAINTENANCE BOND
Page 3 of 6
1 PROVIDED FURTHER, that this obligation shall be continuous in nature and
2 successive recoveries may be had hereon for successive breaches.
CITY OF FORT WORTH Gradingand Drainage Improvements —Westport 24 Pond
STANDARD CITY CONDITIONS —DEVELOPER AWARDED PROJECTS City Project No. 106364
t+ewsee i mutity of , 2012
00821s-2
MAINTENANCE BOND
Page 2 of 6
1
2 WHEREAS, Principal binds itself to use such materials and to so construct the Work
3 In accordance with the plans, specifications and Contract Documents thatthe Work is and
4 will remain free from defects in materials or workmanship for and duringthe period of two
5 (2) years afterthe date of Final Acceptance of the Work by the City ("Maintenance Period");
6 and
7
8 WHEREAS, Principal binds itself to repair or reconstruct the Work in whole or In part
9 upon receiving notice From the Developer and/or City of the need thereof at anytime within
10 the Maintenance Period.
11
12 NOW THEREFORE, the condition of this obligation is such that If Principal shall
13 remedy any defective Work, for which timely notice was provided by Developer or City, to a
14 completion satisfactoryto the City, then this obligation shall become null and void;
15 otherwise to remain in full force and effect.
it-
17 PROVIDED, HOWEVER, if Principal shall fail so to repair or reconstruct any timely
18 noticed detective Work, it is agreed that the Devetoper or City may cause any and sit such
19 defective Work to be repaired and/or reconstructed with all associated costs thereof being
20 borne by the Principal and the Surety under this Maintenance Bond; and
21
22 PROVIDED FURTHER, that if any legal action be filed on this Bond, venue shall lie in
23 Tarrant County, Texas orthe United States District Courtforthe Northern District of Texas,
24 Fort Worth Division; and
25
CITY OF FORT WORTH Oradingand Drainage Improvements - Wesrporr24 Pond
STANDARD CITYCONDITIONS- DEVELOPER AWARDED PROJECTS CityProjeetNo, 1053e4
Revised January 31, 2012
006219-4
MAINTENANCE BOND
Page Oaf 6
1 IN WITNESS WHEREOF, the Principal and the Surety have each SIGNED and SEALED this
2 instrument by duly authorized agents and officers on this the 30th day of
3 January 20-2_5,
4
5
6
7
8
9
10
11
12
13
14
1S
16
17
18
19
20
21
22
23
24
25
26
� Z - -; Z� I
ATTEST:
(Principal) Secretary
PRINCIPAL.
Conatser Construction TX, L.P.
BY
Signature
Brock Huggins, ,President
Name and Title
Address:
5327 Wichita St.
Fort Worth, TX 76119
CITY OF FORT WORTH Gredingand Drainage Imprwements—W wWrt24 Pond
STANDARD CITYCONDITIONS— DEVELOPER AWARDED PROJECTS CRYProjectM 105364
Revved January 81, 2012
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
I&J
Witness as to Principal
ATTEST.
(Surety) Secretary
CITY OF FORTWORTH
STANDARD CITY CONDITIONS- DEVELOPER AWARDED PROJECTS
Revised January 31, 2012
D06219.5
MAINTENANCE BOND
Page 5 ot6
SURETY:
Berkley Insurance Company
BY.
Signature
Robbi Nforales, Attorney -in -fact
Name and Titte
Address:
5005 LBj Freeway, Suite 1400_
Dallas, TX 76119
Grading and Drainage fmpro4emeM-WestPW 24 Pond
CRY FWaotAb.105364
oo621s-6
MAINTENANCE BOND
Page 6 of 6
1 Wit -.I'-, as to Sur ty Telephone Number-
2 ,: F 214/989-0000
3
4 *Note: If signed by an officer of the Surety Company, there must be on file a certified
5 extract from the by-laws showing that this person has authority to sign such
6 obligation. If Surety's physical address is different from its mailing address, both
7 must be provided.
9 The date of the bond shad not be prior to the date the Contract is awarded.
10
CITY OF FORT WORTH Grsdingand Drainage Improvements-WestportW Pond
STANDARD CITYCONDITIONS- DEVELOPER AWARDED PROJECTS CityPrqlectAh 105364
Aavised Janeanr S1.2b12
No. BI-72801
POWER OF ATTORNEY
BERKLEY INSURANCE COMPANY
WILMINGTON, DELAWARE
KNOW ALL MEN BY TIIESE PRESENTS, that BERKLEY INSURANCE COMPANY (the "Company'), a corporation duly
organized and existing under the laws of the State of Delaware, having its principal office in Greenwich, CT, has made, constituted
and appointed, and does by these presents make, constitute and appoint: Ricardo J. Reyna; Don E. Cornell; Sophinie Hunter;
Robbi Morales; Belly A. Westbrook; Tina McEwan; Joshua Saunders; Tone Petranek; or Mikaela Peppers of Aon Risk
Services Southwest, Ina of Dallas, TX its true and lawful Attomey-in-Fact, to sign its name as surety only as delineated below
.n and to execute, seal, acknowledge and deliver any and all bonds and undertakings, with the exception of Financial Guaranty
C Insurance, providing that no single obligation shall exceed Fifty Million and 001100 U.S. Dollars (U.S.$50,000,000.00), to the
same extent as if such bonds had been duly executed and acknowledged by the regularly elected officers of the Company at its
principal office in their own proper persons.
0 This Power of Attorney shall be construed and enforced in accordance with, and governed by, the laws of the State of Delaware,
o without giving effect to the principles of conflicts of laws thereof. This Power of Attorney is granted pursuant to the following
> 2 resolutions which were duly and validly adopted at a meeting of the Board of Directors of the Company held on January 25, 2010:
h 9
o
RESOLVED, that, with respect to the Surety business written by Berkley Surety, the Chairman of the Board, Chief
c°oo Executive Officer, President or any Vice President of the Company, in conjunction with the Secretary or any Assistant
C Secretary are hereby authorized to execute powers of attorney authorizing and qualifying the attomey-in-fact named therein
o to execute bonds, undertakings, recognizances, or other suretyship obligations on behalf of the Company, and to affix the
e corporate seal of the Company to powers of attorney executed pursuant hereto; and said officers may remove any such
o e attorney -in -fact and revoke any power of attorney previously granted; and further
�°- RESOLVED, that such power of attorney limits the acts of those named therein to the bonds, undertakings, recognizances,
or other suretyship obligations specifically named therein, and they have no authority to bind the Company except in the
manner and to the extent therein stated; and further
v RESOLVED, that such power of attorney revokes all previous powers issued on behalf of the attorney -in -fact named; and
Z further
o RESOLVED, that the signature of any authorized officer and the seal of the Company may be affixed by facsimile to any
a..E power of attorney or certification thereof authorizing the execution and delivery of any bond, undertaking, recognizance, or
E other suretyship obligation of the Company; and such signature and seal when so used shall have the same force and effect as
Cd
3 though manually affixed. The Company may continue to use for the purposes herein stated the facsimile signature of any
c person or persons who shall have been such officer or officers of the Company, notwithstanding the fact that they may have
0. ceased to be such at the time when such instruments shall be issued.
V IN WITNESS WHEREOF, the Company has caused these presents to be signed and attested by its appropriate officers and its
oa corporate seal hereunto affixed this 2"d day of Mai 2024 .
v Attest Berkley Irmirance Company
(Seal) By �e1t a By
P
Executive Vice President & Secretary senior vice President
v o STATE OF CONNECTICL T )
n ) ss:
COT.--%`TY OF FAI FIELD )
'^
E Sworn to before me, a Notary Public in the State of Connecticut, this Z day of IVIav 2024 , by Philip S. Wit and
•N O
Jeffiey M. HaRer who are sworn to me to be the Executive Vice President and Secretary, and the Senior Vice President,
respectively, of Bedday Insurance Company.
a � MpiifrlG. RUNDBAltIId
NOTOW Maw Notary Public, State of Connecticut
IiAIICCAAI &tK*1kMRWWG,M CERTIFICATE
I, the undersigned, Assistant Secretary of BERKLEY INSURANCE COMPANY, DO HEREBY CERTIFY that the foregoing is a
Z true, correct and complete copy of the origirW Power of Attomey; that said Power of Attorney has not been revoked or rescin ded
Z ' and that the authority of the Attomey-in Fad set fordo therein, who executed the band or undertaking to which this Power of
O4 Q Attorney is attached, is in full force and effect as of this date.
jGiven under my hand and seal of the Company, this day of ,
(Seal)
Vincent P. Forte
STANDARD CITY CONDITIONS
OF THE CONSTRUCTION CONTRACT
FOR DEVELOPER AWARDED PROJECTS
CITY OF FORT WORTH
STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
STANDARD CITY CONDITIONS OF THE
CONSTRUCTION CONTRACT
FOR DEVELOPER AWARDED PROJECTS
TABLE OF CONTENTS
Page
Article 1 — Definitions and Terminology.......................................................................................................... I
1.01
Defined Terms...............................................................................................................................
1
1.02
Terminology..................................................................................................................................5
Article2 —
Preliminary Matters.........................................................................................................................
6
2.01
Before Starting Construction........................................................................................................
6
2.02
Preconstruction Conference..........................................................................................................
6
2.03
Public Meeting.............................................................................................................................. 6
Article 3 —
Contract Documents and Amending...............................................................................................
6
3.01
Reference Standards.....................................................................................................................
6
3.02
Amending and Supplementing Contract Documents.................................................................. 6
Article 4 —
Bonds and Insurance.......................................................................................................................
7
4.01
Licensed Sureties and Insurers..................................................................................................... 7
4.02
Performance, Payment, and Maintenance Bonds........................................................................
7
4.03
Certificates of Insurance...............................................................................................................
7
4.04
Contractor's Insurance..................................................................................................................
9
4.05
Acceptance of Bonds and Insurance; Option to Replace...........................................................12
Article 5 —
Contractor's Responsibilities........................................................................................................
12
5.01
Supervision and Superintendent.................................................................................................
12
5.02
Labor; Working Hours................................................................................................................
13
5.03
Services, Materials, and Equipment...........................................................................................
13
5.04
Project Schedule..........................................................................................................................
14
5.05
Substitutes and "Or-Equals".......................................................................................................
14
5.06
Pre -Qualification of Bidders (Prime Contractors and Subcontractors) .....................................
16
5.07
Concerning Subcontractors, Suppliers, and Others...................................................................
16
5.08
Wage Rates..................................................................................................................................
18
5.09
Patent Fees and Royalties...........................................................................................................
19
5.10
Laws and Regulations.................................................................................................................
19
5.11
Use of Site and Other Areas.......................................................................................................
19
5.12
Record Documents......................................................................................................................
20
5.13
Safety and Protection..................................................................................................................
21
5.14
Safety Representative.................................................................................................................
21
5.15
Hazard Communication Programs.............................................................................................
22
5.16
Submittals....................................................................................................................................
22
5.17
Contractor's General Warranty and Guarantee..........................................................................23
CITY OF FORT WORTH
STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS
Revised: January
10, 2013
5.18 Indemnification........................................................................................................................... 24
5.19 Delegation of Professional Design Services.............................................................................. 24
5.20 Right to Audit: ............................................................................................................................ 25
5.21 Nondiscrimination.......................................................................................................................25
Article 6 - Other Work at the Site...................................................................................................................26
6.01 Related Work at Site...................................................................................................................26
Article 7 - City's Responsibilities...........................................................
7.01 Inspections, Tests, and Approvals.............................................................................................. 26
7.02 Limitations on City's Responsibilities....................................................................................... 26
7.03 Compliance with Safety Program...............................................................................................27
Article 8 - City's Observation Status During Construction........................................................................... 27
8.01 City's Project Representative..................................................................................................... 27
8.02 Authorized Variations in Work.................................................................................................. 27
8.03 Rejecting Defective Work.......................................................................................................... 27
8.04 Determinations for Work Performed..........................................................................................28
Article9 - Changes in the Work..................................................................................................................... 28
9.01 Authorized Changes in the Work............................................................................................... 28
9.02 Notification to Surety..................................................................................................................28
Article 10 - Change of Contract Price; Change of Contract Time................................................................ 28
10.01 Change of Contract Price............................................................................................................ 28
10.02 Change of Contract Time............................................................................................................ 28
10.03 Delays..........................................................................................................................................28
Article I I - Tests and Inspections; Correction, Removal or Acceptance of Defective Work ...................... 29
11.01 Notice of Defects........................................................................................................................ 29
11.02 Access to Work........................................................................................................................... 29
11.03 Tests and Inspections.................................................................................................................. 29
11.04 Uncovering Work....................................................................................................................... 30
11.05 City May Stop the Work............................................................................................................. 30
11.06 Correction or Removal of Defective Work................................................................................ 30
11.07 Correction Period........................................................................................................................ 30
11.08 City May Correct Defective Work.............................................................................................31
Article12 - Completion.................................................................................................................................. 32
12.01 Contractor's Warranty of Title................................................................................................... 32
12.02 Partial Utilization........................................................................................................................ 32
12.03 Final Inspection........................................................................................................................... 32
12.04 Final Acceptance.........................................................................................................................33
Article 13 - Suspension of Work.................................................................................................................... 33
13.01 City May Suspend Work............................................................................................................33
Article14 - Miscellaneous..............................................................................................................................34
14.01 Giving Notice.............................................................................................................................. 34
CITY OF FORT WORTH
STANDARD CITY CONDITIONS - DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
14.02 Computation of Times................................................................................................................ 34
14.03 Cumulative Remedies................................................................................................................. 34
14.04 Survival of Obligations............................................................................................................... 35
14.05 Headings......................................................................................................................................35
CITY OF FORT WORTH
STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
0073 10- 1
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 1 of 35
ARTICLE 1— DEFINITIONS AND TERMINOLOGY
1.01 Defined Terms
A. Wherever used in these General Conditions or in other Contract Documents, the terms listed
below have the meanings indicated which are applicable to both the singular and plural thereof,
and words denoting gender shall include the masculine, feminine and neuter. Said terms are
generally capitalized or written in italics, but not always. When used in a context consistent with
the definition of a listed -defined term, the term shall have a meaning as defined below whether
capitalized or italicized or otherwise. In addition to terms specifically defined, terms with initial
capital letters in the Contract Documents include references to identified articles and paragraphs,
and the titles of other documents or forms.
1. Agreement - The written instrument which is evidence of the agreement between Developer
and Contractor covering the Work
2. Asbestos —Any material that contains more than one percent asbestos and is friable or is
releasing asbestos fibers into the air above current action levels established by the United
States Occupational Safety and Health Administration.
3. Business Day — A business day is defined as a day that the City conducts normal business,
generally Monday through Friday, except for federal or state holidays observed by the City.
4. Buzzsaw — City's on-line, electronic document management and collaboration system.
5. Calendar Day — A day consisting of 24 hours measured from midnight to the next midnight.
6. City— The City of Fort Worth, Texas, a Texas home -rule municipal corporation, acting by,
its governing body through its City Manager, his designee, or agents authorized pursuant to its
duly authorized charter on his behalf.
7. Community Facilities Agreement (CFA) A Contract between the Developer and the City
for the Construction of one or more following public facilities within the City public right-of-
way or easement: Water, Sanitary Sewer, Street, Storm Drain, Street Light, and Street Signs.
A CFA may include private facilities within the right-of-way dedicated as private right-of-
way or easement on a recorded plat.
8. Contract —The entire and integrated written document incorporating the Contract
Documents between the Developer, Contractor, and/or City concerning the Work. The
Contract supersedes prior negotiations, representations, or agreements, whether written or
oral.
9. Contract Documents —Those items that make up the contract and which must include the
Agreement, and it's attachments such as standard construction specifications, standard City
Conditions, other general conditions of the Developer, including:
a. An Agreement
CITY OF FORT WORTH
STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
0073 10-2
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 2 of 35
b. Attachments to the Agreement
i. Bid Form
ii. Vendor Compliance with State Law Non -Resident Bidder
iii. Prequalification Statement
C. Current Prevailing Wage Rates Table (if required by City)
d. Insurance Accord Form
e. Payment Bond
f. Performance Bond
g. Maintenance Bond
h. Power of Attorney for Bonds
i. Workers Compensation Affidavit
j. MWBE Commitment Form( If required by City)
k. General Conditions
1. Supplementary Conditions
in. The Standard City Conditions
n. Specifications specifically made part of the Contract Documents by attachment, if
not attached, as incorporated by reference and described in the Table of Contents of
the Project's Contract Documents
o. Drawings
P. Documentation submitted by contractor prior to Notice of Award.
q. The following which may be delivered or issued after the effective date if the
Agreement and, if issued become an incorporated part of the Contract Documents
i. Notice to Proceed
ii. Field Orders
iii. Change Orders
iv. Letters of Final Acceptance
r. Approved Submittals, other Contractor submittals, and the reports and drawings of
subsurface and physical conditions are not Contract Documents.
10. Contractor —The individual or entity with whom Developer has entered into the Agreement.
11. Day or day — A day, unless otherwise defined, shall mean a Calendar Day.
12. Developer — An individual or entity that desires to make certain improvements within the
City of Fort Worth
13. Drawings —That part of the Contract Documents prepared or approved by Engineer which
graphically shows the scope, extent, and character of the Work to be performed by
Contractor. Submittals are not Drawings as so defined.
14. Engineer —The licensed professional engineer or engineering firm registered in the State of
Texas performing professional services for the Developer.
15. Final Acceptance — The written notice given by the City to the Developer and/or Contractor
that the Work specified in the Contract Documents has been completed to the satisfaction of
the City.
CITY OF FORT WORTH
STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
0073 10- 3
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 3 of 35
16. Final Inspection — Inspection carried out by the City to verb 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. in. and ending at 6: 00 p.m., Monday
thru Friday (excluding legal holidays).
29. Samples Physical examples of materials, equipment, or workmanship that are
representative of some portion of the Work and which establish the standards by which such
portion of the Work will be judged.
CITY OF FORT WORTH
STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
0073 10- 4
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 4 of 35
30. Schedule of Submittals —A schedule, prepared and maintained by Contractor, of required
submittals and the time requirements to support scheduled performance of
related construction activities.
31. Site —Lands or areas indicated in the Contract Documents as being furnished by City or
Developer upon which the Work is to be performed, including rights -of -way, permits, and
easements for access thereto, and such other lands furnished by City or Developer which are
designated for the use of Contractor.
32. Specifications —That part of the Contract Documents consisting of written requirements for
materials, equipment, systems, standards and workmanship as applied to the Work, and
certain administrative requirements and procedural matters applicable thereto.
Specifications may be specifically made apart 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 actfor the Contractor.
37. Supplementary Conditions —That part of the Contract Documents which amends
or supplements the General Conditions.
38. Supplier —A manufacturer, fabricator, supplier, distributor, materialman, or vendor having a
direct contract with Contractor or with any Subcontractor to furnish materials or
equipment to be incorporated in the Work by Contractor or Subcontractor.
39. Underground Facilities All underground pipelines, conduits, ducts, cables, wires,
manholes, vaults, tanks, tunnels, or other such facilities or attachments, and
any encasements containing such facilities, including but not limited to, those that
convey electricity, gases, steam, liquid petroleum products, telephone or other
communications, cable television, water, wastewater, storm water, other liquids or
chemicals, or traffic or other control systems.
40. Weekend Working Hours —Hours beginning at 9: 00 a.m. and ending at 5: 00 p.m., Saturday,
Sunday or legal holiday, as approved in advance by the City.
CITY OF FORT WORTH
STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
0073 10- 5
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 5 of 35
41. Work —The entire construction or the various separately identifiable parts thereof required
to be provided under the Contract Documents. Work includes and is the result of performing
or providing all labor, services, and documentation necessary to produce such construction
including any Participating Change Order, Non -Participating Change Order, or Field
Order, and furnishing, installing, and incorporating all materials and equipment into such
construction, all as required by the Contract Documents.
42. Working Day — A working day is defined as a day, not including Saturdays, Sundays, or
legal holidays authorized by the City for contract purposes, in which weather or other
conditions not under the control of the Contractor will permit the performance of the
principal unit of work underway for a continuous period of not less than 7 hours between 7
a.m. and 6 p. m.
1.02 Terminology
A. The words and terms discussed in Paragraph 1.02.13 through D are not defined but, when used in
the Bidding Requirements or Contract Documents, have the indicated meaning.
B. Defective:
1. The word "defective," when modifying the word "Work," refers to Work that
is unsatisfactory, faulty, or deficient in that it:
a. does not conform to the Contract Documents; or
b. does not meet the requirements of any applicable inspection, reference standard, test, or
approval referred to in the Contract Documents; or
c. has been damaged prior to City's written acceptance.
C. Furnish, Install, Perform, Provide:
1. The word "Furnish" or the word "Install" or the word "Perform" or the word "Provide" or
the word "Supply," or any combination or similar directive or usage thereof, shall mean
furnishing and incorporating in the Work including all necessary labor, materials, equipment,
and everything necessary to perform the Work indicated, unless specifically limited in the
context used.
D. Unless stated otherwise in the Contract Documents, words or phrases that have a well-known
technical or construction industry or trade meaning are used in the Contract Documents in
accordance with such recognized meaning.
CITY OF FORT WORTH
STANDARD CITY CONDITIONS —DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
0073 10- 6
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 6 of 35
ARTICLE 2 — PRELIMINARY MATTERS
2.01 Before Starting Construction
Baseline Schedules: Submit to City in accordance with the Contract Documents, and prior to starting
the Work. New schedules will be submitted to City when Participating Change Orders or Non -
Participating Change Orders occur.
2.02 Preconstruction Conference
Before any Work at the Site is started, the Contractor shall attend a Preconstruction Conference as
specified in the Contract Documents.
2.03 Public Meeting
Contractor may not mobilize any equipment, materials or resources to the Site prior to Contractor
attending the Public Meeting as scheduled by the City.
ARTICLE 3 — CONTRACT DOCUMENTS AND AMENDING
3.01 Reference Standards
A. Standards, Specifications, Codes, Laws, and Regulations
1. Reference to standards, specifications, manuals, or codes of any technical
society, organization, or association, or to Laws or Regulations, whether such reference be
specific or by implication, shall mean the standard, specification, manual, code, or Laws or
Regulations in effect at the time of opening of Bids (or on the Effective Date of the
Agreement if there were no Bids), except as may be otherwise specifically stated in the
Contract Documents.
2. No provision or instruction shall be effective to assign to City, or any of its officers,
directors, members, partners, employees, agents, consultants, or subcontractors, any duty or
authority to supervise or direct the performance of the Work or any duty or authority to
undertake responsibility inconsistent with the provisions of the Contract Documents.
3.02 Amending and Supplementing Contract Documents
A. The Contract Documents may be amended to provide for additions, deletions, and revisions in
the Work or to modify the terms and conditions thereof by a Participating Change Order or a
Non -Participating Change Order.
B. The requirements of the Contract Documents may be supplemented, and minor variations and
deviations in the Work not involving a change in Contract Price or Contract Time, may be
authorized, by one or more of the following ways:
1. A Field Order;
CITY OF FORT WORTH
STANDARD CITY CONDITIONS —DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
0073 ] 0- 7
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 7 of 35
1. City's or Engineer's review of a Submittal (subject to the provisions of Paragraph 5.16.C); or
2. City's written interpretation or clarification.
ARTICLE 4 — BONDS AND INSURANCE
4.01 Licensed Sureties and Insurers
All bonds and insurance required by the Contract Documents to be purchased and maintained by
Contractor shall be obtained from surety or insurance companies that are duly licensed or authorized in
the State of Texas to issue bonds or insurance policies for the limits and coverage so required.
Such surety and insurance companies shall also meet such additional requirements and qualifications
as may be provided Section 4.04.
4.02 Performance, Payment, and Maintenance Bonds
A. Contractor shall furnish performance and payment bonds in the name of Developer and City, in
accordance with Texas Government Code Chapter 2253 or successor statute, each in an amount
equal to the Contract Price as security for the faithful performance and payment of all of
Contractor's obligations under the Contract Documents.
B. Contractor shall furnish maintenance bonds in the name of Developer and City in an amount
equal to the Contract Price as security to protect the City against any defects in any portion of the
Work described in the Contract Documents. Maintenance bonds shall remain in effect for two
(2) years after the date of Final Acceptance by the City.
C. All bonds shall be in the form prescribed by the Contract Documents except as provided
otherwise by Laws or Regulations, and shall be executed by such sureties as are named in the list
of "Companies Holding Certificates of Authority as Acceptable Sureties on Federal Bonds and as
Acceptable Reinsuring Companies" as published in Circular 570 (amended) by the Financial
Management Service, Surety Bond Branch, U.S. Department of the Treasury. All bonds signed by
an agent or attorney -in -fact must be accompanied by a sealed and dated power of attorney
which shall show that it is effective on the date the agent or attorney -in -fact signed each bond.
D. If the surety on any bond furnished by Contractor is declared bankrupt or becomes insolvent or its
right to do business is terminated in the State of Texas or it ceases to meet the requirements of
Paragraph 4.02.C, Contractor shall promptly notify City and shall, within 30 days after the event
giving rise to such notification, provide another bond and surety, both of which shall comply
with the requirements of Paragraphs 4.01 and 4.02.C.
4.03 Certificates of Insurance
Contractor shall deliver to Developer and City, with copies to each additional insured and loss payee
identified in these Standard City Conditions certificates of insurance (and other evidence of
insurance requested by City or any other additional insured) which Contractor is required to
purchase and maintain.
CITY OF FORT WORTH
STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
0073 10- 8
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 8 of 35
1. The certificate of insurance shall document the City, an as "Additional Insured" on all
liability policies.
2. The Contractor's general liability insurance shall include a, "per project" or "per location",
endorsement, which shall be identified in the certificate of insurance provided to the City.
3. The certificate shall be signed by an agent authorized to bind coverage on behalf of the
insured, be complete in its entirety, and show complete insurance carrier names as listed in the
current A.M. Best Property & Casualty Guide
4. The insurers for all policies must be licensed and/or approved to do business in the State of
Texas. Except for workers' compensation, all insurers must have a minimum rating of A-: VII
in the current A. M. Best Key Rating Guide or have reasonably equivalent financial
strength and solvency to the satisfaction of Risk Management. If the rating is below that
required, written approval of City is required.
5. All applicable policies shall include a Waiver of Subrogation (Rights of Recovery) in favor
of the City. In addition, the Contractor agrees to waive all rights of subrogation against the
Engineer (if applicable), and each additional insured identified in these Standard City
Conditions. Failure of the City to demand such certificates or other evidence of full
compliance with the insurance requirements or failure of the City to identify a deficiency
from evidence that is provided shall not be construed as a waiver of Contractor's obligation to
maintain such lines of insurance coverage.
6. If insurance policies are not written for specified coverage limits, an Umbrella or Excess
Liability insurance for any differences is required. Excess Liability shall follow form of the
primary coverage.
7. Unless otherwise stated, all required insurance shall be written on the "occurrence basis". If
coverage is underwritten on a claims -made basis, the retroactive date shall be coincident with
or prior to the date of the effective date of the agreement and the certificate of insurance shall
state that the coverage is claims -made and the retroactive date. The insurance coverage shall
be maintained for the duration of the Contract and for three (3) years following Final
Acceptance provided under the Contract Documents or for the warranty period, whichever is
longer. An annual certificate of insurance submitted to the City shall evidence such
insurance coverage.
8. Policies shall have no exclusions by endorsements, which, neither nullify or amend, the
required lines of coverage, nor decrease the limits of said coverage unless such endorsements
are approved in writing by the City. In the event a Contract has been bid or executed and the
exclusions are determined to be unacceptable or the City desires additional insurance
coverage, and the City desires the contractor/engineer to obtain such coverage, the contract
price shall be adjusted by the cost of the premium for such additional coverage plus 10%.
9. Any self -insured retention (SIR), in excess of $25,000.00, affecting required insurance
coverage shall be approved by the City in regards to asset value and stockholders' equity. In
CITY OF FORT WORTH
STANDARD CITY CONDITIONS - DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
0073 10-9
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 9 of 35
lieu of traditional insurance, alternative coverage maintained through insurance pools or risk
retention groups, must also be approved by City.
10. Any deductible in excess of $5,000.00, for any policy that does not provide coverage on a
first -dollar basis, must be acceptable to and approved by the City.
11. City, at its sole discretion, reserves the right to review the insurance requirements and to
make reasonable adjustments to insurance coverage's and their limits when
deemed necessary and prudent by the City based upon changes in statutory law, court decision
or the claims history of the industry as well as of the contracting 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.
4.04 Contractor's Insurance
A. Workers Compensation and Employers' Liability. Contractor shall purchase and maintain such
insurance coverage with limits consistent with statutory benefits outlined in the Texas Workers'
Compensation Act (Texas Labor Code, Ch. 406, as amended), and minimum limits
for Employers' Liability as is appropriate for the Work being performed and as will
provide protection from claims set forth below which may arise out of or result from
Contractor's performance of the Work and Contractor's other obligations under the Contract
Documents, whether it is to be performed by Contractor, any Subcontractor or Supplier, or by
anyone directly or indirectly employed by any of them to perform any of the Work, or by anyone
for whose acts any of them may be liable:
1. claims under workers' compensation, disability benefits, and other similar employee benefit
acts;
2. claims for damages because of bodily injury, occupational sickness or disease, or death of
Contractor's employees.
3. The limits of liability for the insurance shall provide the following coverages for not
less than the following amounts or greater where required by Laws and Regulations
a. Statutory limits
b. Employer's liability
CITY OF FORT WORTH
STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
0073 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 o£
a. $1,000,000 each occurrence
b. $2,000,000 aggregate limit
3. The policy must have an endorsement (Amendment — Aggregate Limits of Insurance)
making the General Aggregate Limits apply separately to each job site.
4. The Commercial General Liability Insurance policies shall provide "X", "C", and "U"
coverage's. Verification of such coverage must be shown in the Remarks Article of the
Certificate of Insurance.
C. Automobile Liability. A commercial business auto policy shall provide coverage on "any auto",
defined as autos owned, hired and non -owned and provide indemnity for claims for damages
because bodily injury or death of any person and or property damage arising out of the work,
maintenance or use of any motor vehicle by the Contractor, any Subcontractor or Supplier, or by
anyone directly or indirectly employed by any of them to perform any of the Work, or by anyone
for whose acts any of them may be liable.
1. Automobile Liability, Contractor's Liability Insurance under this Section, which shall be in an
amount not less than the following amounts:
a. Automobile Liability - a commercial business policy shall provide coverage on "Any
Auto", defined as autos owned, hired and non -owned.
CITY OF FORT WORTH
STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
00 73 10- 11
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 11 of35
1) $1, 000, 000 each accident on a combined single limit basis. Split limits are
acceptable if limits are at least:
2) $250,000 Bodily Injury per person
3) $500,000 Bodily Injury per accident /
4) $100,000 Property Damage
D. Railroad Protective Liability. If any of the work or any warranty work is within the limits of
railroad right-of-way, the Contractor shall comply with the following requirements:
1. The Contractor's construction activities will require its employees, agents, subcontractors,
equipment, and material deliveries to cross railroad properties and tracks owned and
operated by: _ none
Write the name ofthe railroad company_ (If none, then write none)
2. The Contractor shall conduct its operations on railroad properties in such a manner as not to
interfere with, hinder, or obstruct the railroad company in any manner whatsoever in the use
or operation of its/their trains or other property. Such operations on railroad properties may
require that Contractor to execute a "Right of Entry Agreement" with the particular railroad
company or companies involved, and to this end the Contractor should satisfy itself as to the
requirements of each railroad company and be prepared to execute the right -of -entry (if any)
required by a railroad company. The requirements specified herein likewise relate to the
Contractor's use of private and/or construction access roads crossing said railroad company's
properties.
3. The Contractual Liability coverage required by Paragraph 5.04D of the General Conditions
shall provide coverage for not less than the following amounts, issued by companies
satisfactory to the City and to the Railroad Company for a term that continues for so long as
the Contractor's operations and work cross, occupy, or touch railroad property:
a. General Aggregate: none
Enter limits provided by Railroad Company (It none, write none)
b. Each Occurrence:: none
Enter Joints provided by Railroad Company (If none, write none)
4. With respect to the above outlined insurance requirements, the following shall govern:
a. Where a single railroad company is involved, the Contractor shall provide one insurance
policy in the name of the railroad company. However, if more than one grade separation
or at -grade crossing is affected by the Project at entirely separate locations on the line or
lines of the same railroad company, separate coverage may be required, each in the
amount stated above.
b. Where more than one railroad company is operating on the same right-of-way or where
several railroad companies are involved and operated on their own separate rights -of -
CITY OF FORT WORTH
STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
00 73 10- 12
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 12 of 35
way, the Contractor may be required to provide separate insurance policies in the name of
each railroad company.
c. If, in addition to a grade separation or an at -grade crossing, other work or activity is
proposed on a railroad company's right-of-way at a location entirely separate from the
grade separation or at -grade crossing, insurance coverage for this work must be included
in the policy covering the grade separation.
d. If no grade separation is involved but other work is proposed on a railroad company's
right-of-way, all such other work may be covered in a single policy for that railroad, even
though the work may be at two or more separate locations.
5. No work or activities on a railroad company's property to be performed by the
Contractor shall be commenced until the Contractor has furnished the City with an original
policy or policies of the insurance for each railroad company named, as required above.
All such insurance must be approved by the City and each affected Railroad Company
prior to the Contractor's beginning work.
6. The insurance specified above must be carried until all Work to be performed on the railroad
right-of-way has been completed and the grade crossing, if any, is no longer used by the
Contractor. In addition, insurance must be carried during all maintenance and/or repair work
performed in the railroad right-of-way. Such insurance must name the railroad company as the
insured, together with any tenant or lessee of the railroad company operating over tracks
involved in the Project.
E. Notification of Policy Cancellation: Contractor shall immediately notify City upon cancellation or
other loss of insurance coverage. Contractor shall stop work until replacement insurance has
been procured. There shall be no time credit for days not worked pursuant to this section.
4.05 Acceptance of Bonds and Insurance; Option to Replace
If City has any objection to the coverage afforded by or other provisions of the bonds or insurance
required to be purchased and maintained by the Contractor in accordance with Article 5 on the basis
of non-conformance with the Contract Documents, the Developer and City shall so notify the
Contractor in writing within 10 Business Days after receipt of the certificates (or other evidence
requested). Contractor shall provide to the City such additional information in respect of insurance
provided as the Developer or City may reasonably request. If Contractor does not purchase or
maintain all of the bonds and insurance required by the Contract Documents, the Developer or City
shall notify the Contractor in writing of such failure prior to the start of the Work, or of such failure
to maintain prior to any change in the required coverage.
ARTICLE 5 — CONTRACTOR'S RESPONSIBILITIES
5.01 Supervision and Superintendent
A. Contractor shall supervise, inspect, and direct the Work competently and efficiently, devoting
such attention thereto and applying such skills and expertise as may be necessary to perform the
CITY OF FORT WORTH
STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
0073 10- 13
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 13 of 35
Work in accordance with the Contract Documents. Contractor shall be solely responsible for the
means, methods, techniques, sequences, and procedures of construction.
B. At all times during the progress of the Work, Contractor shall assign a competent, English-
speaking, Superintendent who shall not be replaced without written notice to City.
The Superintendent will be Contractor's representative at the Site and shall have authority to act
on behalf of Contractor. All communication given to or received from the Superintendent shall be
binding on Contractor.
C. Contractor shall notify the City 24 hours prior to moving areas during the sequence of
construction.
5.02 Labor; Working Hours
A. Contractor shall provide competent, suitably qualified personnel to perform construction as
required by the Contract Documents. Contractor shall at all times maintain good discipline and
order at the Site.
B. Except as otherwise required for the safety or protection of persons or the Work or property at the
Site or adjacent thereto, and except as otherwise stated in the Contract Documents, all Work at the
Site shall be performed during Regular Working Hours. Contractor will not permit the
performance of Work beyond Regular Working Hours or for Weekend Working Hours without
City's written consent (which will not be unreasonably withheld). Written request (by letter or
electronic communication) to perform Work:
1. for beyond Regular Working Hours request must be made by noon at least two (2) Business
Days prior
2. for Weekend Working Hours request must be made by noon of the preceding Thursday
3. for legal holidays request must be made by noon two Business Days prior to the legal
holiday.
5.03 Services, Materials, and Equipment
A. Unless otherwise specified in the Contract Documents, Contractor shall provide and assume full
responsibility for all services, materials, equipment, labor, transportation, construction
equipment and machinery, tools, appliances, fuel, power, light, heat, telephone, water, sanitary
facilities, temporary facilities, and all other facilities and incidentals necessary for
the performance, Contractor required testing, start-up, and completion of the Work.
B. All materials and equipment incorporated into the Work shall be as specified or, if not specified,
shall be of good quality and new, except as otherwise provided in the Contract Documents. All
special warranties and guarantees required by the Specifications shall expressly run to the benefit
of City. If required by City, Contractor shall furnish satisfactory evidence (including reports of
required tests) as to the source, kind, and quality of materials and equipment.
CITY OF FORT WORTH
STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
00 73 10-14
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 14 of 35
C. All materials and equipment to be incorporated into the Work shall be stored, applied, installed,
connected, erected, protected, used, cleaned, and conditioned in accordance with instructions of
the applicable Supplier, except as otherwise may be provided in the Contract Documents.
5.04 Project Schedule
A. Contractor shall adhere to the Project Schedule established in accordance with Paragraph 2.01
and the General Requirements as it may be adjusted from time to time as provided below.
1. Contractor shall submit to City for acceptance (to the extent indicated in Paragraph 2.01 and
the General Requirements) proposed adjustments in the Project Schedule.
2. Proposed adjustments in the Project Schedule that will change the Contract Time shall be
submitted in accordance with the requirements of Article 9. Adjustments in Contract Time
for projects with City participation shall be made by participating change orders.
5.05 Substitutes and "Or -Equals"
A. Whenever an item of material or equipment is specified or described in the Contract Documents
by using the name of a proprietary item or the name of a particular Supplier, the specification or
description is intended to establish the type, function, appearance, and quality required. Unless the
specification or description contains or is followed by words reading that no like, equivalent, or
"or -equal" item or no substitution is permitted, other items of material or equipment of other
Suppliers may be submitted to City for review under the circumstances described below.
I. "Or -Equal " Items: If in City's sole discretion an item of material or equipment proposed by
Contractor is functionally equal to that named and sufficiently similar so that no change in
related Work will be required, it may be considered by City as an "or -equal" item, in which
case review and approval of the proposed item may, in City's sole discretion,
be accomplished without compliance with some or all of the requirements for approval
of proposed substitute items. For the purposes of this Paragraph 5.05.A.1, a proposed
item of material or equipment will be considered functionally equal to an item so named if:
a. City determines that:
1) it is at least equal in materials of construction, quality, durability, appearance,
strength, and design characteristics;
2) it will reliably perform at least equally well the function and achieve the results
imposed by the design concept of the completed Project as a functioning whole; and
3) it has a proven record of performance and availability of responsive service; and
b. Contractor certifies that, if approved and incorporated into the Work:
1) there will be no increase in cost to the City or increase in Contract Time; and
CITY OF FORT WORTH
STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS
Revised. January 10, 2013
0073 10- 15
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 15 of 35
2) it will conform substantially to the detailed requirements of the item named in the
Contract Documents.
2. Substitute Items:
a. If in City's sole discretion an item of material or equipment proposed by Contractor does
not qualify as an "or -equal" item under Paragraph 5.05.A.1, it may be submitted as a
proposed substitute item.
b. Contractor shall submit sufficient information as provided below to allow City to
determine if the item of material or equipment proposed is essentially equivalent to that
named and an acceptable substitute therefor. Requests for review of proposed substitute
items of material or equipment will not be accepted by City from anyone other than
Contractor.
C. Contractor shall make written application to City for review of a proposed substitute
item of material or equipment that Contractor seeks to furnish or use. The application
shall comply with Section 0125 00 and:
1) shall certify that the proposed substitute item will:
i. perform adequately the functions and achieve the results called for by the general
design;
ii. be similar in substance to that specified;
iii. be suited to the same use as that specified; and
2) will state:
i. the extent, if any, to which the use of the proposed substitute item will prejudice
Contractor's achievement of final completion on time;
ii. whether use of the proposed substitute item in the Work will require a change in
any of the Contract Documents (or in the provisions of any other direct contract
with City for other work on the Project) to adapt the design to the proposed
substitute item;
iii. whether incorporation or use of the proposed substitute item in connection with the
Work is subject to payment of any license fee or royalty; and
3) will identify:
i. all variations of the proposed substitute item from that specified;
ii. available engineering, sales, maintenance, repair, and replacement services; and
CITY OF FORT WORTH
STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
00 73 10- 16
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 16 of 35
4) shall contain an itemized estimate of all costs or credits that will result directly or
indirectly from use of such substitute item, including costs of redesign and Damage
Claims of other contractors affected by any resulting change.
B. Substitute Construction Methods or Procedures: If a specific means, method, technique,
sequence, or procedure of construction is expressly required by the Contract Documents,
Contractor may furnish or utilize a substitute means, method, technique, sequence, or procedure of
construction approved by City. Contractor shall submit sufficient information to allow City, in
City's sole discretion, to determine that the substitute proposed is equivalent to that expressly
called for by the Contract Documents. Contractor shall make written application to City for
review in the same manner as those provided in Paragraph 5.05.A.2.
C: City's Evaluation: City will be allowed a reasonable time within which to evaluate each
proposal or submittal made pursuant to Paragraphs 5.05.A and 5.05.13. City may require
Contractor to furnish additional data about the proposed substitute. City will be the sole judge of
acceptability. No "or -equal" or substitute will be ordered, installed or utilized until City's review
is complete, which will be evidenced by a Change Order in the case of a substitute and an
accepted Submittal for an "or -equal." City will advise Contractor in writing of its determination.
D. Special Guarantee: City may require Contractor to furnish at Contractor's expense a special
performance guarantee, warranty, or other surety with respect to any substitute. Contractor shall
indemnify and hold harmless City and anyone directly or indirectly employed by them from and
against any and all claims, damages, losses and expenses (including attorneys fees) arising out of
the use of substituted materials or equipment.
E. City's Cost Reimbursement: City will record City's costs in evaluating a substitute proposed or
submitted by Contractor pursuant to Paragraphs 5.05.A.2 and 5.05.13. 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.
5.06 Pre -Qualification of Bidders (Prime Contractors and Subcontractors)
A. The Contractor and any subcontractors are required to be prequalified for the work types
requiring pre -qualification
5.07 Concerning Subcontractors, Suppliers, and Others
A. Minority and Women Owned Business Enterprise Compliance:
CITY OF FORT WORTH
STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
0073 10- 17
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 17 of 35
Required for this Contract.
13 (Check this box ifthere is any City Participation)
® Not Required for this Contract.
It is City policy to ensure the full and equitable participation by Minority and Women Business
Enterprises (MWBE) in the procurement of goods and services on a contractual basis. If the
Contract Documents provide for a MWBE goal, Contractor is required to comply with the intent
of the City's MWBE Ordinance (as amended) by the following:
1. Contractor shall, upon request by City, provide complete and accurate information regarding
actual work performed by a MWBE on the Contract and payment therefor.
2. Contractor will not make additions, deletions, or substitutions of accepted MWBE without
written consent of the City. Any unjustified change or deletion shall be a material breach of
Contract and may result in debarment in accordance with the procedures outlined in the
Ordinance.
3. Contractor shall, upon request by City, allow an audit and/or examination of any books,
records, or files in the possession of the Contractor that will substantiate the actual work
performed by an MWBE. Material misrepresentation of any nature will be grounds for
termination of the Contract. Any such misrepresentation may be grounds for disqualification
of Contractor to bid on future contracts with the City for a period of not less than three years.
B. Contractor shall be fully responsible to City for all acts and omissions of the Subcontractors,
Suppliers, and other individuals or entities performing or furnishing any of the Work just as
Contractor is responsible for Contractor's own acts and omissions. Nothing in the Contract
Documents:
1. shall create for the benefit of any such Subcontractor, Supplier, or other individual or entity
any contractual relationship between City and any such Subcontractor, Supplier or other
individual or entity; nor
2. shall create any obligation on the part of City to pay or to see to the payment of any moneys
due any such Subcontractor, Supplier, or other individual or entity except as may otherwise
be required by Laws and Regulations.
C. Contractor shall be solely responsible for scheduling and coordinating the Work of
Subcontractors, Suppliers, and other individuals or entities performing or furnishing any of the
Work under a direct or indirect contract with Contractor.
D. All Subcontractors, Suppliers, and such other individuals or entities performing or furnishing
any of the Work shall communicate with City through Contractor.
E. All Work performed for Contractor by a Subcontractor or Supplier will be pursuant to an
appropriate agreement between Contractor and the Subcontractor or Supplier which specifically
binds the Subcontractor or Supplier to the applicable terms and conditions of these Contract
CITY OF FORT WORTH
STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
00 73 10- 18
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 18 of 35
Documents, Contractor shall provide City contract numbers and reference numbers to the
Subcontractors and/or Suppliers.
5.08 Wage Rates
❑ Required for this Contract.
® Not Required for this Contract.
A. Duty to pay Prevailing Wage Rates. The Contractor shall comply with all requirements of
Chapter 2258, Texas Government Code (as amended), including the payment of not less than the
rates determined by the City Council of the City of Fort Worth to be the prevailing wage rates in
accordance with Chapter 2258. Such prevailing wage rates are included in these Contract
Documents.
B. Penalty for Violation. A Contractor or any Subcontractor who does not pay the prevailing wage
shall, upon demand made by the City, pay to the City $60 for each worker employed for each
calendar day or part of the day that the worker is paid less than the prevailing wage rates
stipulated in these contract documents. This penalty shall be retained by the City to offset its
administrative costs, pursuant to Texas Government Code 2258.023.
C. Complaints of Violations and City Determination of Good Cause. On receipt of information,
including a complaint by a worker, concerning an alleged violation of 2258.023, Texas
Government Code, by a Contractor or Subcontractor, the City shall make an
initial determination, before the 31 st day after the date the City receives the information, as to
whether good cause exists to believe that the violation occurred. The City shall notify in
writing the Contractor or Subcontractor and any affected worker of its initial determination.
Upon the City's determination that there is good cause to believe the Contractor or
Subcontractor has violated Chapter 2258, the City shall retain the full amounts claimed
by the claimant or claimants as the difference between wages paid and wages due under the
prevailing wage rates, such amounts being subtracted from successive progress payments pending
a final determination of the violation.
D. Arbitration Required if Violation Not Resolved. An issue relating to an alleged violation of
Section 2258.023, Texas Government Code, including a penalty owed to the City or an affected
worker, shall be submitted to binding arbitration in accordance with the Texas
General Arbitration Act (Article 224 et seq., Revised Statutes) if the Contractor or Subcontractor
and any affected worker does not resolve the issue by agreement before the 15th day after the
date the City makes its initial determination pursuant to Paragraph C above. If the persons
required to arbitrate under this section do not agree on an arbitrator before the I Ith day after the
date that arbitration is required, a district court shall appoint an arbitrator on the petition of
any of the persons. The City is not a party in the arbitration. The decision and award of the
arbitrator is final and binding on all parties and may be enforced in any court of competent
jurisdiction.
E. Records to be Maintained. The Contractor and each Subcontractor shall, for a period of three (3)
years following the date of acceptance of the work, maintain records that show (i) the name and
CITY OF FORT WORTH
STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
0073 10- 19
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 19 of 35
occupation of each worker employed by the Contractor in the construction of the Work provided
for in this Contract; and (ii) the actual per diem wages paid to each worker. The records shall be
open at all reasonable hours for inspection by the City. The provisions of Paragraph 6.23, Right to
Audit, shall pertain to this inspection.
F. Progress Payments. With each progress payment or payroll period, whichever is less, the
Contractor shall submit an affidavit stating that the Contractor has complied with
the requirements of Chapter 2258, Texas Government Code.
G. Posting of Wage Rates. The Contractor shall post prevailing wage rates in a conspicuous place at
all times.
H. Subcontractor Compliance. The Contractor shall include in its subcontracts and/or
shall otherwise require all of its Subcontractors to comply with Paragraphs A through G above.
5.09 Patent Fees and Royalties
A. To the fullest extent permitted by Laws and Regulations, Contractor shall indemnify and hold
harmless City, from and against all claims, costs, losses, and damages (including but not limited
to all fees and charges of engineers, architects, attorneys, and other professionals and all court or
arbitration or other dispute resolution costs) arising out of or relating to any infringement of
patent rights or copyrights incident to the use in the performance of the Work or resulting from
the incorporation in the Work of any invention, design, process, product, or device not specified in
the Contract Documents.
5.10 Laws and Regulations
A. Contractor shall give all notices required by and shall comply with all Laws and Regulations
applicable to the performance of the Work. Except where otherwise expressly required by
applicable Laws and Regulations, the City shall not be responsible for monitoring Contractor's
compliance with any Laws or Regulations.
B. If Contractor performs any Work knowing or having reason to know that it is contrary to Laws or
Regulations, Contractor shall bear all claims, costs, losses, and damages (including but not
limited to all fees and charges of engineers, architects, attorneys, and other professionals and all
court or arbitration or other dispute resolution costs) arising out of or relating to such Work.
However, it shall not be Contractor's responsibility to make certain that the Specifications and
Drawings are in accordance with Laws and Regulations, but this shall not relieve Contractor of
Contractor's obligations under Paragraph 3.01.
5.11 Use of Site and Other Areas
A. Limitation on Use of Site and Other Areas:
1. Contractor shall confine construction equipment, the storage of materials and equipment, and
the operations of workers to the Site and other areas permitted by Laws and Regulations, and
shall not unreasonably encumber the Site and other areas with construction equipment or
CITY OF FORT WORTH
STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
0073 10- 20
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 20 of 35
other materials or equipment. Contractor shall assume full responsibility for any damage to
any such land or area, or to the owner or occupant thereof, or of any adjacent land or areas
resulting from the performance of the Work.
2. At any time when, in the judgment of the City, the Contractor has obstructed or closed or is
carrying on operations in a portion of a street, right-of-way, or easement greater than is
necessary for proper execution of the Work, the City may require the Contractor to finish the
section on which operations are in progress before work is commenced on any additional
area of the Site.
3. Should any Damage Claim be made by any such owner or occupant because of the
performance of the Work, Contractor shall promptly attempt to resolve the Damage Claim.
4. Pursuant to Paragraph 5.18, Contractor shall indemnify and hold harmless City, from and
against all claims, costs, losses, and damages arising out of or relating to any claim or
action, legal or equitable, brought by any such owner or occupant against City.
B. Removal of Debris During Performance of the Work: During the progress of the Work
Contractor shall keep the Site and other areas free from accumulations of waste materials,
rubbish, and other debris. Removal and disposal of such waste materials, rubbish, and other
debris shall conform to applicable Laws and Regulations.
C. Site Maintenance Cleaning: 24 hours after written notice is given to the Contractor that the
clean-up on the job site is proceeding in a manner unsatisfactory to the City or Developer, if the
Contractor fails to correct the unsatisfactory procedure, the City may take such direct action as
the City deems appropriate to correct the clean-up deficiencies cited to the Contractor in the
written notice (by letter or electronic communication), and shall be entitled to recover its cost in
doing so. The City may withhold Final Acceptance until clean-up is complete and cost are
recovered.
D. Final Site Cleaning: Prior to Final Acceptance of the Work Contractor shall clean the Site and the
Work and make it ready for utilization by City or adjacent property owner. At the completion of
the Work Contractor shall remove from the Site all tools, appliances, construction equipment and
machinery, and surplus materials and shall restore to original condition or better all property
disturbed by the Work.
E. Loading Structures: Contractor shall not load nor permit any part of any structure to be loaded
in any manner that will endanger the structure, nor shall Contractor subject any part of the Work
or adjacent property to stresses or pressures that will endanger it.
5.12 Record Documents
A. Contractor shall maintain in a safe place at the Site or in a place designated by the Contractor
and approved by the City, one (1) record copy of all Drawings, Specifications, Addenda, Change
Orders, Field Orders, and written interpretations and clarifications in good order and annotated to
show changes made during construction. These record documents together with all approved
CITY OF FORT WORTH
STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
0073 10- 21
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 21 of 35
Samples and a counterpart of all accepted Submittals will be available to City for reference.
Upon completion of the Work, these record documents, any operation and maintenance manuals,
and Submittals will be delivered to City prior to Final Inspection. Contractor shall include
accurate locations for buried and imbedded items.
5.13 Safety and Protection
A. Contractor shall be solely responsible for initiating, maintaining and supervising all safety
precautions and programs in connection with the Work. Such responsibility does not relieve
Subcontractors of their responsibility for the safety of persons or property in the performance of
their work, nor for compliance with applicable safety Laws and Regulations. Contractor shall
take all necessary precautions for the safety of, and shall provide the necessary protection to
prevent damage, injury or loss to:
1. all persons on the Site or who may be affected by the Work;
2. all the Work and materials and equipment to be incorporated therein, whether in storage on
or off the Site; and
3. other property at the Site or adjacent thereto, including trees, shrubs, lawns, walks,
pavements, roadways, structures, utilities, and Underground Facilities not designated for
removal, relocation, or replacement in the course of construction.
B. Contractor shall comply with all applicable Laws and Regulations relating to the safety of
persons or property, or to the protection of persons or property from damage, injury, or loss; and
shall erect and maintain all necessary safeguards for such safety and protection. Contractor shall
notify owners of adjacent property and of Underground Facilities and other utility owners when
prosecution of the Work may affect them, and shall cooperate with them in the protection,
removal, relocation, and replacement of their property.
C. Contractor shall comply with the applicable requirements of City's safety programs, if any.
D. Contractor shall inform City of the specific requirements of Contractor's safety program, if any,
with which City's employees and representatives must comply while at the Site.
E. All damage, injury, or loss to any property referred to in Paragraph 5.13.A.2 or 5.13.A.3 caused,
directly or indirectly, in whole or in part, by Contractor, any Subcontractor, Supplier, or any
other individual or entity directly or indirectly employed by any of them to perform any of the
Work, or anyone for whose acts any of them may be liable, shall be remedied by Contractor.
F. Contractor's duties and responsibilities for safety and for protection of the Work shall continue
until such time as all the Work is completed and City has accepted the Work.
5.14 Safety Representative
Contractor shall inform City in writing of Contractor's designated safety representative at the Site.
CITY OF FORT WORTH
STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
0073 10- 22
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 22 of 35
5.15 Hazard Communication Programs
Contractor shall be responsible for coordinating any exchange of material safety data sheets or other
hazard communication information required to be made available to or exchanged between or
among employers in accordance with Laws or Regulations.
5.16 Submittals
A. Contractor shall submit required Submittals to City for review and acceptance. Each submittal
will be identified as required by City.
1. Submit number of copies specified in the General Requirements.
2. Data shown on the Submittals will be complete with respect to quantities, dimensions,
specified performance and design criteria, materials, and similar data to show City the
services, materials, and equipment Contractor proposes to provide and to enable City to
review the information for the limited purposes required by Paragraph 5.16.C.
3. Submittals submitted as herein provided by Contractor and reviewed by City
for conformance with the design concept shall be executed in conformity with the
Contract Documents unless otherwise required by City.
4. When Submittals are submitted for the purpose of showing the installation in greater detail,
their review shall not excuse Contractor from requirements shown on the Drawings and
Specifications.
5. For -Information -Only submittals upon which the City is not expected to conduct review or
take responsive action may be so identified in the Contract Documents.
6. Submit required number of Samples specified in the Specifications.
7. Clearly identify each Sample as to material, Supplier, pertinent data such as catalog numbers,
the use for which intended and other data as City may require to enable City to review the
submittal for the limited purposes required by Paragraph 5.16.C.
B. Where a Submittal is required by the Contract Documents or the Schedule of Submittals, any
related Work performed prior to City's review and acceptance of the pertinent submittal will be
at the sole expense and responsibility of Contractor.
C. City's Review:
1. City will provide timely review of required Submittals in accordance with the Schedule of
Submittals acceptable to City. City's review and acceptance will be only to determine if the
items covered by the submittals will, after installation or incorporation in the Work, conform
to the information given in the Contract Documents and be compatible with the design
concept of the completed Project as a functioning whole as indicated by the Contract
Documents.
CITY OF FORT WORTH
STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
0073 10- 23
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 23 of 35
2. City's review and acceptance will not extend to means, methods, techniques, sequences, or
procedures of construction (except where a particular means, method, technique, sequence,
or procedure of construction is specifically and expressly called for by the Contract
Documents) or to safety precautions or programs incident thereto. The review
and acceptance of a separate item as such will not indicate approval of the assembly in which
the item functions.
3. City's review and acceptance shall not relieve Contractor from responsibility for
any variation from the requirements of the Contract Documents unless Contractor has
complied with the requirements of Section 01 33 00 and City has given written
acceptance of each such variation by specific written notation thereof incorporated in or
accompanying the Submittal. City's review and acceptance shall not relieve Contractor from
responsibility for complying with the requirements of the Contract Documents.
5.17 Contractor's General Warranty and Guarantee
A. Contractor warrants and guarantees to City that all Work will be in accordance with the Contract
Documents and will not be defective. City and its officers, directors, members, partners,
employees, agents, consultants, and subcontractors shall be entitled to rely on representation of
Contractor's warranty and guarantee.
B. Contractor's warranty and guarantee hereunder excludes defects or damage caused by:
1. abuse, modification, or improper maintenance or operation by persons other than Contractor,
Subcontractors, Suppliers, or any other individual or entity for whom Contractor
is responsible; or
2. normal wear and tear under normal usage.
C. Contractor's obligation to perform and complete the Work in accordance with the Contract
Documents shall be absolute. None of the following will constitute an acceptance of Work that is
not in accordance with the Contract Documents or a release of Contractor's obligation to
perform the Work in accordance with the Contract Documents:
1. observations by City;
2. recommendation or payment by City or Developer of any progress or final payment;
3. the issuance of a certificate of Final Acceptance by City or any payment related thereto by
City;
4. use or occupancy of the Work or any part thereof by City;
5. any review and acceptance of a Submittal by City;
6. any inspection, test, or approval by others; or
CITY OF FORT WORTH
STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
0073 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.B. The City will give notice of observed defects with reasonable promptness.
5.18 Indemnification
A. Contractor covenants and agrees to indemnify, hold harmless and defend, at its own expense, the
City, its officers, servants and employees, from and against any and all claims arising out of, or
alleged to arise out of, the work and services to be performed by the Contractor, its officers,
agents, employees, subcontractors, licenses or invitees under this Contract. THIS
INDEMNIFICATION PROVISION IS SPECIFICALLY INTENDED TO OPERATE
AND BE EFFECTIVE EVEN IF IT IS ALLEGED OR PROVEN THAT ALL OR SOME
OF THE DAMAGES BEING SOUGHT WERE CAUSED, IN WHOLE OR IN PART, BY
ANY ACT, OMISSION OR NEGLIGENCE OF THE CITY. This indemnity provision is
intended to include, without limitation, indemnity for costs, expenses and legal fees incurred by the
City in defending against such claims and causes of actions.
B. Contractor covenants and agrees to indemnify and hold harmless, at its own expense, the City, its
officers, servants and employees, from and against any and all loss, damage or destruction of
property of the City, arising out of, or alleged to arise out of, the work and services to be
performed by the Contractor, its officers, agents, employees, subcontractors, licensees or invitees
under this Contract. THIS INDEMNIFICATION PROVISION IS
SPECIFICALLY INTENDED TO OPERATE AND BE EFFECTIVE EVEN IF IT IS
ALLEGED OR PROVEN THAT ALL OR SOME OF THE DAMAGES BEING
SOUGHT WERE CAUSED. IN WHOLE OR IN PART, BY ANY ACT, OMISSION OR
NEGLIGENCE OF THE CITY.
5.19 Delegation of Professional Design Services
A. Contractor will not be required to provide professional design services unless such services are
specifically required by the Contract Documents for a portion of the Work or unless such
services are required to carry out Contractor's responsibilities for construction means, methods,
techniques, sequences and procedures.
B. If professional design services or certifications by a design professional related to systems,
materials or equipment are specifically required of Contractor by the Contract Documents, City
will specify all performance and design criteria that such services must satisfy. Contractor shall
cause such services or certifications to be provided by a properly licensed professional, whose
signature and seal shall appear on all drawings, calculations, specifications, certifications, and
Submittals prepared by such professional. Submittals related to the Work designed or certified
by such professional, if prepared by others, shall bear such professional's written approval when
submitted to City.
CITY OF FORT WORTH
STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
0073 10- 25
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 25 of 35
C. City shall be entitled to rely upon the adequacy, accuracy and completeness of the services,
certifications or approvals performed by such design professionals, provided City has specified to
Contractor performance and design criteria that such services must satisfy.
D. Pursuant to this Paragraph 5.19, City's review and acceptance of design calculations and design
drawings will be only for the limited purpose of checking for conformance with performance
and design criteria given and the design concept expressed in the Contract Documents. City's
review and acceptance of Submittals (except design calculations and design drawings) will be
only for the purpose stated in Paragraph 5.16.C.
5.20 Right to Audit:
A. The City reserves the right to audit all projects utilizing City funds
B. The Contractor agrees that the City shall, until the expiration of three (3) years after final
payment under this Contract, have access to and the right to examine and photocopy any directly
pertinent books, documents, papers, and records of the Contractor involving transactions relating
to this Contract. Contractor agrees that the City shall have access during Regular Working Hours
to all necessary Contractor facilities and shall be provided adequate and appropriate work space in
order to conduct audits in compliance with the provisions of this Paragraph. The City shall give
Contractor reasonable advance notice of intended audits.
C. Contractor further agrees to include in all its subcontracts hereunder a provision to the effect that
the subcontractor agrees that the City shall, until the expiration of three (3) years after final
payment under this Contract, have access to and the right to examine and photocopy any directly
pertinent books, documents, papers, and records of such Subcontractor, involving transactions to
the subcontract, and further, that City shall have access during Regular Working Hours to all
Subcontractor facilities, and shall be provided adequate and appropriate work space in order to
conduct audits in compliance with the provisions of this Paragraph. The City shall give
Subcontractor reasonable advance notice of intended audits.
D. Contractor and Subcontractor agree to photocopy such documents as may be requested by the
City. The City agrees to reimburse Contractor for the cost of the copies as follows at the rate
published in the Texas Administrative Code in effect as of the time copying is performed.
5.21 Nondiscrimination
A. The City is responsible for operating Public Transportation Programs and implementing transit -
related projects, which are funded in part with Federal financial assistance awarded by the U.S.
Department of Transportation and the Federal Transit Administration (FTA), without
discriminating against any person in the United States on the basis of race, color, or national
origin.
B. Title VI, Civil Rights Act of 1964 as amended: Contractor shall comply with the requirements of
the Act and the Regulations as further defined in the Supplementary Conditions for any project
receiving Federal assistance.
CITY OF FORT WORTH
STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
0073 10- 26
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 26 of 35
ARTICLE 6 — OTHER WORK AT THE SITE
6.01 Related Work at Site
A. City may perform other work related to the Project at the Site with City's employees, or other
City contractors, or through other direct contracts therefor, or have other work performed by
utility owners. If such other work is not noted in the Contract Documents, then written notice
thereof will be given to Contractor prior to starting any such other work; and
B. Contractor shall afford each other contractor who is a party to such a direct contract, each utility
owner, and City, if City is performing other work with City's employees or other City
contractors, proper and safe access to the Site, provide a reasonable opportunity for the
introduction and storage of materials and equipment and the execution of such other work, and
properly coordinate the Work with theirs. Contractor shall do all cutting, fitting, and patching of
the Work that may be required to properly connect or otherwise make its several parts come
together and properly integrate with such other work. Contractor shall not endanger any work of
others by cutting, excavating, or otherwise altering such work; provided, however,
that Contractor may cut or alter others' work with the written consent of City and the others
whose work will be affected.
C. If the proper execution or results of any part of Contractor's Work depends upon work
performed by others under this Article 7, Contractor shall inspect such other work and promptly
report to City in writing any delays, defects, or deficiencies in such other work that render it
unavailable or unsuitable for the proper execution and results of Contractor's Work. Contractor's
failure to so report will constitute an acceptance of such other work as fit and proper for
integration with Contractor's Work except for latent defects in the work provided by others.
ARTICLE 7 — CITY'S RESPONSIBILITIES
7.01 Inspections, Tests, and Approvals
City's responsibility with respect to certain inspections, tests, and approvals is set forth in Paragraph
11.03.
7.02 Limitations on City's Responsibilities
A. The City shall not supervise, direct, or have control or authority over, nor be responsible for,
Contractor's means, methods, techniques, sequences, or procedures of construction, or the safety
precautions and programs incident thereto, or for any failure of Contractor to comply with Laws
and Regulations applicable to the performance of the Work. City will not be responsible for
Contractor's failure to perform the Work in accordance with the Contract Documents.
B. City will notify the Contractor of applicable safety plans pursuant to Paragraph 5.13.
CITY OF FORT WORTH
STANDARD CITY CONDITIONS —DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
0073 10- 27
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 27 of 35
7.03 Compliance with Safety Program
While at the Site, City's employees and representatives shall comply with the specific applicable
requirements of Contractor's safety programs of which City has been informed pursuant
to Paragraph 5.13.
ARTICLE 8 — CITY'S OBSERVATION STATUS DURING CONSTRUCTION
8.01 City's Project Representative
City will provide one or more Project Representative(s) during the construction period. The duties
and responsibilities and the limitations of authority of City's representative during construction are set
forth in the Contract Documents.
A. City's Project Representative will make visits to the Site at intervals appropriate to the various
stages of construction as City deems necessary in order to observe the progress that has been
made and the quality of the various aspects of Contractor's executed Work. Based
on information obtained during such visits and observations, City's Project Representative
will determine, in general, if the Work is proceeding in accordance with the Contract
Documents. City's Project Representative will not be required to make exhaustive or continuous
inspections on the Site to check the quality or quantity of the Work. City's Project
Representative's efforts will be directed toward providing City a greater degree of confidence
that the completed Work will conform generally to the Contract Documents.
B. City's Project Representative's visits and observations are subject to all the limitations on
authority and responsibility in the Contract Documents.
8.02 Authorized Variations in Work
City's Project Representative may authorize minor variations in the Work from the requirements of
the Contract Documents which do not involve an adjustment in the Contract Price or the Contract
Time and are compatible with the design concept of the completed Project as a functioning whole as
indicated by the Contract Documents. These may be accomplished by a Field Order and will be
binding on City Developer, and also on Contractor, who shall perform the Work involved promptly.
8.03 Rejecting Defective Work
City will have authority to reject Work which City's Project Representative believes to be defective,
or will not produce a completed Project that conforms to the Contract Documents or that will
prejudice the integrity of the design concept of the completed Project as a functioning whole as
indicated by the Contract Documents. City will have authority to conduct special inspection or
testing of the Work as provided in Article 11, whether or not the Work is fabricated, installed, or
completed.
CITY OF FORT WORTH
STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
0073 10- 28
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 28 of 35
8.04 Determinations for Work Performed
Contractor will determine the actual quantities and classifications of Work performed. City's Project
Representative will review with Contractor the preliminary determinations on such matters before
rendering a written recommendation. City's written decision will be final (except as modified to
reflect changed factual conditions or more accurate data).
ARTICLE 9 — CHANGES IN THE WORK
9.01 Authorized Changes in the Work
A. Without invalidating the Contract and without notice to any surety, City may, at any time or
from time to time, order Extra Work. Upon notice of such Extra Work, Contractor shall
promptly proceed with the Work involved which will be performed under the applicable
conditions of the Contract Documents (except as otherwise specifically provided). Extra Work
shall be memorialized by a Participating Change Order which may or may not precede an order of
Extra work.
B. For minor changes of Work not requiring changes to Contract Time or Contract Price on a
project with City participation, a Field Order may be issued by the City.
9.02 Notification to Surety
If the provisions of any bond require notice to be given to a surety of any change affecting the
general scope of the Work or the provisions of the Contract Documents (including, but not limited to,
Contract Price or Contract Time), the giving of any such notice will be Contractor's
responsibility. The amount of each applicable bond will be adjusted by the Contractor to reflect the
effect of any such change.
ARTICLE 10 — CHANGE OF CONTRACT PRICE; CHANGE OF CONTRACT TIME
10.01 Change of Contract Price
A. The Contract Price may only be changed by a Participating Change Order for projects with City
participation.
10.02 Change of Contract Time
A. The Contract Time may only be changed by a Participating Change Order for projects with City
participation.
10.03 Delays
A. If Contractor is delayed, City shall not be liable to Contractor for any claims, costs, losses, or
damages (including but not limited to all fees and charges of engineers, architects, attorneys, and
other professionals and all court or arbitration or other dispute resolution costs) sustained by
Contractor on or in connection with any other project or anticipated project.
CITY OF FORT WORTH
STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
00 73 10- 29
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 29 of 35
ARTICLE 11— TESTS AND INSPECTIONS; CORRECTION, REMOVAL OR ACCEPTANCE OF
DEFECTIVE WORK
11.01 Notice of Defects
Notice of all defective Work of which City has actual knowledge will be given to Contractor.
Defective Work may be rejected, corrected, or accepted as provided in this Article 13.
11.02 Access to Work
City, independent testing laboratories, and governmental agencies with jurisdictional interests will
have access to the Site and the Work at reasonable times for their observation, inspection, and
testing. Contractor shall provide them proper and safe conditions for such access and advise them of
Contractor's safety procedures and programs so that they may comply therewith as applicable.
11.03 Tests and Inspections
A. Contractor shall give City timely notice of readiness of the Work for all required inspections,
tests, or approvals and shall cooperate with inspection and testing personnel to facilitate required
inspections or tests.
B. If Contract Documents, Laws or Regulations of any public body having jurisdiction require any of
the Work (or part thereof) to be inspected, tested, or approved, Contractor shall assume full
responsibility for arranging and obtaining such independent inspections, tests, retests
or approvals, pay all costs in connection therewith, and furnish City the required certificates of
inspection or approval; excepting, however, those fees specifically identified in the
Supplementary Conditions or any Texas Department of Licensure and Regulation (TDLR)
inspections, which shall be paid as described in the Supplementary Conditions.
C. Contractor shall be responsible for arranging and obtaining and shall pay all costs in connection
with any inspections, tests, re -tests, or approvals required for City's acceptance of materials or
equipment to be incorporated in the Work; or acceptance of materials, mix designs, or equipment
submitted for approval prior to Contractor's purchase thereof for incorporation in the Work.
Such inspections, tests, re -tests, or approvals shall be performed by organizations approved by
City.
D. City may arrange for the services of an independent testing laboratory ("Testing Lab") to
perform any inspections or tests ("Testing") for any part of the Work, as determined solely by
City.
1. City will coordinate such Testing to the extent possible, with Contractor;
2. Should any Testing under this Section 11.03 D result in a "fail", "did not pass" or other
similar negative result, the Contractor shall be responsible for paying for any and all retests.
Contractor's cancellation without cause of City initiated Testing shall be deemed a negative
result and require a retest.
CITY OF FORT WORTH
STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
0073 10- 30
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 30 of35
3. Any amounts owed for any retest under this Section 11.03 D shall be paid directly to the
Testing Lab by Contractor. City will forward all invoices for retests to
Developer/Contractor.
4. If Contractor fails to pay the Testing Lab, City will not issue a letter of Final Acceptance
until the Testing Lab is Paid
E. If any Work (or the work of others) that is to be inspected, tested, or approved is covered by
Contractor without written concurrence of City, Contractor shall, if requested by City, uncover
such Work for observation.
11.04 Uncovering Work
A. If any Work is covered contrary to the Contract Documents or specific instructions by the City, it
must, if requested by City, be uncovered for City's observation and replaced at Contractor's
expense.
11.05 City May Stop the Work
If the Work is defective, or Contractor fails to supply sufficient skilled workers or suitable materials or
equipment, or fails to perform the Work in such a way that the completed Work will conform to the
Contract Documents, City may order Contractor to stop the Work, or any portion thereof, until the
cause for such order has been eliminated; however, this right of City to stop the Work shall not give
rise to any duty on the part of City to exercise this right for the benefit of Contractor, any
Subcontractor, any Supplier, any other individual or entity, or any surety for, or employee or agent of
any of them.
11.06 Correction or Removal of Defective Work
A. Promptly after receipt of written notice, Contractor shall correct all defective Work pursuant to
an acceptable schedule, whether or not fabricated, installed, or completed, or, if the Work has
been rejected by City, remove it from the Project and replace it with Work that is not defective.
Contractor shall pay all claims, costs, additional testing, losses, and damages (including but not
limited to all fees and charges of engineers, architects, attorneys, and other professionals and all
court or arbitration or other dispute resolution costs) arising out of or relating to such correction or
removal (including but not limited to all costs of repair or replacement of work of others).
Failure to require the removal of any defective Work shall not constitute acceptance of such
Work.
B. When correcting defective Work under the terms of this Paragraph 11.06 or Paragraph 11.07,
Contractor shall take no action that would void or otherwise impair City's special warranty and
guarantee, if any, on said Work.
11.07 Correction Period
A. If within two (2) years after the date of Final Acceptance (or such longer period of time as may
be prescribed by the terms of any applicable special guarantee required by the Contract
CITY OF FORT WORTH
STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
0073 10- 31
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 31 of 35
Documents), any Work is found to be defective, or if the repair of any damages to the land or
areas made available for Contractor's use by City or permitted by Laws and Regulations as
contemplated in Paragraph 5.10.A is found to be defective, Contractor shall promptly, without
cost to City and in accordance with City's written instructions:
1. repair such defective land or areas; or
2. correct such defective Work; or
3. if the defective Work has been rejected by City, remove it from the Project and replace it
with Work that is not defective, and
4. satisfactorily correct or repair or remove and replace any damage to other Work, to the work
of others or other land or areas resulting therefrom.
B. If Contractor does not promptly comply with the terms of City's written instructions, or in an
emergency where delay would cause serious risk of loss or damage, City may have the defective
Work corrected or repaired or may have the rejected Work removed and replaced. All claims,
costs, losses, and damages (including but not limited to all fees and charges of engineers,
architects, attorneys, and other professionals and all court or other dispute resolution costs)
arising out of or relating to such correction or repair or such removal and replacement (including
but not limited to all costs of repair or replacement of work of others) will be paid by Contractor.
C. Where defective Work (and damage to other Work resulting therefrom) has been corrected or
removed and replaced under this Paragraph 11.07, the correction period hereunder with respect to
such Work may be required to be extended for an additional period of one year after the end of
the initial correction period. City shall provide 30 days written notice to Contractor and
Developer should such additional warranty coverage be required. Contractor's obligations under
this Paragraph 11.07 are in addition to any other obligation or warranty. The provisions of this
Paragraph 11.07 shall not be construed as a substitute for, or a waiver of, the provisions of any
applicable statute of limitation or repose.
11.08 City May Correct Defective Work
A. If Contractor fails within a reasonable time after written notice from City to correct defective
Work, or to remove and replace rejected Work as required by City in accordance with Paragraph
11.06.A, or if Contractor fails to perform the Work in accordance with the Contract Documents,
or if Contractor fails to comply with any other provision of the Contract Documents, City may,
after seven (7) days written notice to Contractor and the Developer, correct, or remedy any such
deficiency.
B. In exercising the rights and remedies under this Paragraph 11.09, City shall
proceed expeditiously. In connection with such corrective or remedial action, City
may exclude Contractor from all or part of the Site, take possession of all or part of the Work
and suspend Contractor's services related thereto, and incorporate in the Work all materials and
equipment incorporated in the Work, stored at the Site or for which City has paid Contractor but
which are
CITY OF FORT WORTH
STANDARD CITY CONDITIONS —DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
0073 10- 32
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 32 of 35
stored elsewhere. Contractor shall allow City, City's representatives, agents, consultants,
employees, and City's other contractors, access to the Site to enable City to exercise the rights and
remedies under this Paragraph.
C. All claims, costs, losses, and damages (including but not limited to all fees and charges of
engineers, architects, attorneys, and other professionals and all court or other dispute resolution
costs) incurred or sustained by City in exercising the rights and remedies under this Paragraph
13.09 will be charged against Contractor, and a Change Order will be issued incorporating the
necessary revisions in the Contract Documents with respect to the Work; and City shall be
entitled to an appropriate decrease in the Contract Price.
D. Contractor shall not be allowed an extension of the Contract Time because of any delay in the
performance of the Work attributable to the exercise of City's rights and remedies under this
Paragraph 11.09.
ARTICLE 12 — COMPLETION
12.01 Contractor's Warranty of Title
Contractor warrants and guarantees that title to all Work, materials, and equipment covered by any
Application for Payment will pass to City no later than the time of Final Acceptance and shall be free
and clear of all Liens.
12.02 Partial Utilization
A. Prior to Final Acceptance of all the Work, City may use or occupy any substantially completed
part of the Work which has specifically been identified in the Contract Documents, or which
City, determines constitutes a separately functioning and usable part of the Work that can be
used by City for its intended purpose without significant interference with
Contractor's performance of the remainder of the Work. City at any time may notify Contractor
in writing to permit City to use or occupy any such part of the Work which City determines to be
ready for its intended use, subject to the following conditions:
1. Contractor at any time may notify City in writing that Contractor considers any such part of
the Work ready for its intended use.
2. Within a reasonable time after notification as enumerated in Paragraph 14.05.A.1, City and
Contractor shall make an inspection of that part of the Work to determine its status of
completion. If City does not consider that part of the Work to be substantially complete, City
will notify Contractor in writing giving the reasons therefor.
3. Partial Utilization will not constitute Final Acceptance by City.
12.03 Final Inspection
A. Upon written notice from Contractor that the entire Work is complete in accordance with the
Contract Documents:
CITY OF FORT WORTH
STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
0073 10- 33
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 33 of 35
1. within 10 days, City will schedule a Final Inspection with Contractor.
2. City will notify Contractor in writing of all particulars in which this inspection reveals that
the Work is incomplete or defective. Contractor shall immediately take such measures as are
necessary to complete such Work or remedy such deficiencies.
12.04 Final Acceptance
A. Upon completion by Contractor to City's satisfaction, of any additional Work identified in the
Final Inspection, City will issue to Contractor a letter of Final Acceptance upon the satisfaction of
the following:
1. All documentation called for in the Contract Documents, including but not limited to the
evidence of insurance required by Paragraph 5.03;
2. consent of the surety, if any, to Final Acceptance;
3. a list of all pending or released Damage Claims against City that Contractor believes are
unsettled; and
4. affidavits of payments and complete and legally effective releases or waivers (satisfactory to
City) of all Lien rights arising out of or Liens filed in connection with the Work.
5. after all Damage Claims have been resolved:
a. directly by the Contractor or;
b. Contractor provides evidence that the Damage Claim has been reported to Contractor's
insurance provider for resolution.
6. Issuing Final Acceptance by the City shall not relieve the Contractor of any guarantees or
other requirements of the Contract Documents which specifically continue thereafter.
ARTICLE 13 — SUSPENSION OF WORK
13.01 City May Suspend Work
A. At any time and without cause, City may suspend the Work or any portion thereof by written
notice to Contractor and which may fix the date on which Work will be resumed. Contractor
shall resume the Work on the date so fixed. During temporary suspension of the Work covered by
these Contract Documents, for any reason, the City will stop contract time on City
participation projects.
B. Should the Contractor not be able to complete a portion of the Project due to causes beyond the
control of and without the fault or negligence of the Contractor, and should it be determined by
mutual consent of the Contractor and City that a solution to allow construction to proceed is not
CITY OF FORT WORTH
STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
0073 10- 34
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 34 of 35
available within a reasonable period of time, Contractor may request an extension in Contract
Time, directly attributable to any such suspension.
C. If it should become necessary to suspend the Work for an indefinite period, the Contractor shall
store all materials in such a manner that they will not obstruct or impede the public unnecessarily
nor become damaged in any way, and he shall take every precaution to prevent damage or
deterioration of the work performed; he shall provide suitable drainage about the work, and erect
temporary structures where necessary.
ARTICLE 14 — MISCELLANEOUS
14.01 Giving Notice
A. Whenever any provision of the Contract Documents requires the giving of written notice, it will
be deemed to have been validly given i£
1. delivered in person to the individual or to a member of the firm or to an officer of the
corporation for whom it is intended; or
2. delivered at or sent by registered or certified mail, postage prepaid, to the last business
address known to the giver of the notice.
B. Business address changes must be promptly made in writing to the other party.
C. Whenever the Contract Documents specifies giving notice by electronic means such electronic
notice shall be deemed sufficient upon confirmation of receipt by the receiving party.
14.02 Computation of Times
When any period of time is referred to in the Contract Documents by days, it will be computed to
exclude the first and include the last day of such period. If the last day of any such period falls on a
Saturday or Sunday or on a day made a legal holiday the next Working Day shall become the last
day of the period.
14.03 Cumulative Remedies
The duties and obligations imposed by these General Conditions and the rights and remedies
available hereunder to the parties hereto are in addition to, and are not to be construed in any way as a
limitation of, any rights and remedies available to any or all of them which are otherwise imposed or
available by Laws or Regulations, by special warranty or guarantee, or by other provisions of the
Contract Documents. The provisions of this Paragraph will be as effective as if repeated specifically in
the Contract Documents in connection with each particular duty, obligation, right, and remedy to
which they apply.
CITY OF FORT WORTH
STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS
Revised: January 10,2013
0073 10- 35
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 35 of 35
14.04 Survival of Obligations
All representations, indemnifications, warranties, and guarantees made in, required by, or given in
accordance with the Contract Documents, as well as all continuing obligations indicated in the
Contract Documents, will survive final payment, completion, and acceptance of the Work or
termination or completion of the Contract or termination of the services of Contractor.
14.05 Headings
Article and paragraph headings are inserted for convenience only and do not constitute parts of these
General Conditions.
CITY OF FORT WORTH
STANDARD CITY CONDITIONS —DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
1
2
3 PART1- GENERAL
4 1.1 SUMMARY
SECTION 011100
SUMMARY OF WORK
01 11 00 -1
DAP SUMMARY OF WORK
Page] of 3
5 A. Section Includes:
6 1. Summary of Work to be performed in accordance with the Contract Documents
7 B. Deviations from this City of Fort Worth Standard Specification
8 1. None.
9 C. Related Specification Sections include, but are not necessarily limited to:
10 1. Division 0 - Bidding Requirements, Contract Forms, and Conditions of the Contract
11 2. Division 1 - General Requirements
12 1.2 PRICE AND PAYMENT PROCEDURES
13 A. Measurement and Payment
14 1. Work associated with this Item is considered subsidiary to the various items bid.
15 No separate payment will be allowed for this Item.
16 1.3 REFERENCES [NOT USED]
17 1.4 ADMINISTRATIVE REQUIREMENTS
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
A. Work Covered by Contract Documents
1. Work is to include furnishing all labor, materials, and equipment, and performing
all Work necessary for this construction project as detailed in the Drawings and
Specifications.
B. Subsidiary Work
1. Any and all Work specifically governed by documentary requirements for the
project, such as conditions imposed by the Drawings or Contract Documents in
which no specific item for bid has been provided for in the Proposal and the item is
not a typical unit bid item included on the standard bid item list, then the item shall
be considered as a subsidiary item of Work, the cost of which shall be included in
the price bid in the Proposal for various bid items.
C. Use of Premises
1. Coordinate uses of premises under direction of the City.
2. Assume full responsibility for protection and safekeeping of materials and
equipment stored on the Site.
3. Use and occupy only portions of the public streets and alleys, or other public places
or other rights -of -way as provided for in the ordinances of the City, as shown in the
Contract Documents, or as may be specifically authorized in writing by the City.
a. A reasonable amount of tools, materials, and equipment for construction
purposes may be stored in such space, but no more than is necessary to avoid
delay in the construction operations.
CITY OF FORT WORTH Grading and Drainage Improvements — Westport 24 Pond
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — Developer Awarded Projects City Project No. 105634
Revised December 20, 2012
011100-2
DAP SUMMARY OF WORK
Page 2 of 3
1 b. Excavated and waste materials shall be stored in such a way as not to interfere
2 with the use of spaces that may be designated to be left free and unobstructed
3 and so as not to inconvenience occupants of adjacent property.
4 c. If the street is occupied by railroad tracks, the Work shall be carried on in such
5 manner as not to interfere with the operation of the railroad.
6 1) All Work shall be in accordance with railroad requirements set forth in
7 Division 0 as well as the railroad permit.
8 D. Work within Easements
9 1. Do not enter upon private property for any purpose without having previously
10 obtained permission from the owner of such property.
11 2. Do not store equipment or material on private property unless and until the
12 specified approval of the property owner has been secured in writing by the
13 Contractor and a copy furnished to the City.
14 3. Unless specifically provided otherwise, clear all rights -of -way or easements of
15 obstructions which must be removed to make possible proper prosecution of the
16 Work as a part of the project construction operations.
17 4. Preserve and use every precaution to prevent damage to, all trees, shrubbery, plants,
18 lawns, fences, culverts, curbing, and all other types of structures or improvements,
19 to all water, sewer, and gas lines, to all conduits, overhead pole lines, or
20 appurtenances thereof, including the construction of temporary fences and to all
21 other public or private property adjacent to the Work.
22 5. Notify the proper representatives of the owners or occupants of the public or private
23 lands of interest in lands which might be affected by the Work.
24 a. Such notice shall be made at least 48 hours in advance of the beginning of the
25 Work.
26 b. Notices shall be applicable to both public and private utility companies and any
27 corporation, company, individual, or other, either as owners or occupants,
28 whose land or interest in land might be affected by the Work.
29 c. Be responsible for all damage or injury to property of any character resulting
30 from any act, omission, neglect, or misconduct in the manner or method or
31 execution of the Work, or at any time due to defective work, material, or
32 equipment.
33 6. Fence
34 a. Restore all fences encountered and removed during construction of the Project
35 to the original or a better than original condition.
36 b. Erect temporary fencing in place of the fencing removed whenever the Work is
37 not in progress and when the site is vacated overnight, and/or at all times to
38 provide site security.
39 c. The cost for all fence work within easements, including removal, temporary
40 closures and replacement, shall be subsidiary to the various items bid in the
41 project proposal, unless a bid item is specifically provided in the proposal.
CITY OF FORT WORTH Grading and Drainage Improvements — Westport 24 Pond
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — Developer Awarded Projects City Project No. 105634
Revised December 20, 2012
01 11 00 - 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
12
13
END OF SECTION
Revision Log
DATE NAME SUMMARY OF CHANGE
CITY OF FORT WORTH Grading and Drainage Improvements — Westport 24 Pond
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — Developer Awarded Projects City Project No. 105634
Revised December 20, 2012
SECTION 0125 00
SUBSTITUTION PROCEDURES
PART1- GENERAL
1.1 SUMMARY
01 25 00 - 1
DAP SUBSTITUTION PROCEDURES
Page 1 of 4
A. Section Includes:
1. The procedure for requesting the approval of substitution of a product that is not
equivalent to a product which is specified by descriptive or performance criteria or
defined by reference to 1 or more of the following:
a. Name of manufacturer
b. Name of vendor
c. Trade name
d. Catalog number
2. Substitutions are not "or -equals".
B. Deviations from this City of Fort Worth Standard Specification
1. None.
C. Related Specification Sections include, but are not necessarily limited to:
1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract
2. Division 1— General Requirements
1.2 PRICE AND PAYMENT PROCEDURES
A. Measurement and Payment
1. Work associated with this Item is considered subsidiary to the various items bid. No
separate payment will be allowed for this Item.
1.3 REFERENCES [NOT USED]
1.4 ADMINISTRATIVE REQUIREMENTS
A. Request for Substitution - General
1. Within 30 days after award of Contract (unless noted otherwise), the City will
consider formal requests from Contractor for substitution of products in place of
those specified.
2. Certain types of equipment and kinds of material are described in Specifications by
means of references to names of manufacturers and vendors, trade names, or catalog
numbers.
a. When this method of specifying is used, it is not intended to exclude from
consideration other products bearing other manufacturer's or vendor's names,
trade names, or catalog numbers, provided said products are "or -equals," as
determined by City.
3. Other types of equipment and kinds of material may be acceptable substitutions
under the following conditions:
a. Or -equals are unavailable due to strike, discontinued production of products
meeting specified requirements, or other factors beyond control of Contractor;
or,
CITY OF FORT WORTH Grading and Drainage Improvements — Westport 24 Pond
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No.105634
Revised August 30, 2013
012500-2
DAP SUBSTITUTION PROCEDURES
Page 2 of 4
b. Contractor proposes a cost and/or time reduction incentive to the City.
1.5 SUBMITTALS
A. See Request for Substitution Form (attached)
B. Procedure for Requesting Substitution
1. Substitution shall be considered only:
a. After award of Contract
b. Under the conditions stated herein
2. Submit 3 copies of each written request for substitution, including:
a. Documentation
1) Complete data substantiating compliance of proposed substitution with
Contract Documents
2) Data relating to changes in construction schedule, when a reduction is
proposed
3) Data relating to changes in cost
b. For products
1) Product identification
a) Manufacturer's name
b) Telephone number and representative contact name
c) Specification Section or Drawing reference of originally specified
product, including discrete name or tag number assigned to original
product in the Contract Documents
2) Manufacturer's literature clearly marked to show compliance of proposed
product with Contract Documents
3) Itemized comparison of original and proposed product addressing product
characteristics including, but not necessarily limited to:
a) Size
b) Composition or materials of construction
c) Weight
d) Electrical or mechanical requirements
4) Product experience
a) Location of past projects utilizing product
b) Name and telephone number of persons associated with referenced
projects knowledgeable concerning proposed product
c) Available field data and reports associated with proposed product
5) Samples
a) Provide at request of City.
b) Samples become the property of the City.
c. For construction methods:
1) Detailed description of proposed method
2) Illustration drawings
C. Approval or Rejection
1. Written approval or rejection of substitution given by the City
2. City reserves the right to require proposed product to comply with color and pattern
of specified product if necessary to secure design intent.
3. In the event the substitution is approved, if a reduction in cost or time results, it will
be documented by Change Order.
CITY OF FORT WORTH Grading and Drainage Improvements — Westport 24 Pond
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105634
Revised August 30, 2013
01 25 00 - 3
DAP SUBSTITUTION PROCEDURES
Page 3 of 4
4. Substitution will be rejected if.
a. Submittal is not through the Contractor with his stamp of approval
b. Request is not made in accordance with this Specification Section
c. In the Developer's opinion, acceptance will require substantial revision of the
original design
d. In the City's or Developer's opinion, substitution will not perform adequately
the function consistent with the design intent
1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED]
1.7 CLOSEOUT SUBMITTALS [NOT USED]
1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
1.9 QUALITY ASSURANCE
A. In making request for substitution or in using an approved product, the Contractor
represents that the Contractor:
1. Has investigated proposed product, and has determined that it is adequate or
superior in all respects to that specified, and that it will perform function for which it
is intended
2. Will provide same guarantee for substitute item as for product specified
3. Will coordinate installation of accepted substitution into Work, to include building
modifications if necessary, making such changes as may be required for Work to be
complete in all respects
4. Waives all claims for additional costs related to substitution which subsequently
arise
1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED]
1.11 FIELD [SITE] CONDITIONS [NOT USED]
1.12 WARRANTY [NOT USED]
PART 2 - PRODUCTS [NOT USED]
PART 3 - EXECUTION [NOT USED]
END OF SECTION
Ij Revision Log
I DATE NAME SUMMARY OF CHANGE
IL F
_I
CITY OF FORT WORTH Grading and Drainage Improvements — Westport 24 Pond
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105634
Revised August 30, 2013
012500-4
DAP SUBSTITUTION PROCEDURES
Page 4 of 4
EXHIBIT A
REQUEST FOR SUBSTITUTION FORM:
TO:
PROJECT: DATE:
We hereby submit for your consideration the following product instead of the specified item for
the above project:
SECTION PARAGRAPH SPECIFIED ITEM
Proposed Substitution:
Reason for Substitution:
Include complete information on changes to Drawings and/or Specifications which proposed
substitution will require for its proper installation.
Fill in Blanks Below:
A. Will the undersigned contractor pay for changes to the building design, including engineering?
and detailing costs caused by the requested substitution?
B. What effect does substitution have on other trades?
C. Differences between proposed substitution and specified item?
D. Differences in product cost or product delivery time?
E. Manufacturer's guarantees of the proposed and specified items are:
Equal Better (explain on attachment)
The undersigned states that the function, appearance and quality are equivalent or superior to the
specified item.
Submitted By: For Use by City
Signature Recommended Recommended
as noted
Firm Not recommended _Received late
Address By
Date
Date Remarks
Telephone
For Use by City:
Approved Rejected
City Date
CITY OF FORT WORTH Grading and Drainage Improvements — Westport 24 Pond
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105634
Revised August 30, 2013
SECTION 013119
PRECONSTRUCTION MEETING
PART1- GENERAL
1.1 SUMMARY
0131 19 - 1
DAP PRECONSTRUCTION MEETING
Page] of 3
A. Section Includes:
1. Provisions for the preconstruction meeting to be held prior to the start of Work to
clarify construction contract administration procedures
B. Deviations from this City of Fort Worth Standard Specification
1. No construction schedule required unless requested by the City.
C. Related Specification Sections include, but are not necessarily limited to:
1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract
2. Division 1 — General Requirements
1.2 PRICE AND PAYMENT PROCEDURES
A. Measurement and Payment
1. Work associated with this Item is considered subsidiary to the various items bid.
No separate payment will be allowed for this Item.
1.3 REFERENCES [NOT USED]
1.4 ADMINISTRATIVE REQUIREMENTS
A. Coordination
1. Attend preconstruction meeting.
2. Representatives of Contractor, subcontractors and suppliers attending meetings
shall be qualified and authorized to act on behalf of the entity each represents.
3. Meeting administered by City may be tape recorded.
a. If recorded, tapes will be used to prepare minutes and retained by City for
future reference.
B. Preconstruction Meeting
1. A preconstruction meeting will be held within 14 days after the delivery of the
distribution package to the City.
a. The meeting will be scheduled and administered by the City.
2. The Project Representative will preside at the meeting, prepare the notes of the
meeting and distribute copies of same to all participants who so request by fully
completing the attendance form to be circulated at the beginning of the meeting.
3. Attendance shall include:
a. Developer and Consultant
b. Contractor's project manager
c. Contractor's superintendent
d. Any subcontractor or supplier representatives whom the Contractor may desire
to invite or the City may request
CITY OF FORT WORTH Grading and Drainage Improvements — Westport 24 Pond
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Proiect No. 105634
Revised August 30, 2013
01 31 19 - 2
DAP PRECONSTRUCTION MEETING
Page 2 of 3
e. Other City representatives
f. Others as appropriate
4. Preliminary Agenda may include:
a. Introduction of Project Personnel
b. General Description of Project
c. Status of right-of-way, utility clearances, easements or other pertinent permits
d. Contractor's work plan and schedule
e. Contract Time
f. Notice to Proceed
g. Construction Staking
h. Progress Payments
i. Extra Work and Change Order Procedures
j. Field Orders
k. Disposal Site Letter for Waste Material
1. Insurance Renewals
in. 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 Grading and Drainage Improvements — Westport 24 Pond
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105634
Revised August 30, 2013
0131 19 - 3
DAP PRECONSTRUCTION MEETING
Page 3 of 3
1.5 SUBMITTALS [NOT USED]
1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED]
1.7 CLOSEOUT SUBMITTALS [NOT USED]
1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
1.9 QUALITY ASSURANCE [NOT USED]
1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED]
1.11 FIELD [SITE] CONDITIONS [NOT USED]
1.12 WARRANTY [NOT USED]
PART 2 - PRODUCTS [NOT USED]
PART 3 - EXECUTION [NOT USED]
END OF SECTION
tf Revision Log
DATE NAME SUMMARY OF CHANGE
� I
CITY OF FORT WORTH Grading and Drainage Improvements — Westport 24 Pond
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CityProjectNo. 105634
Revised August 30, 2013
SECTION 0132 33
PRECONSTRUCTION VIDEO
PART1- GENERAL
1.1 SUMMARY
01 32 33 - 1
DAP PRECONSTRUCTION VIDEO
Page 1 of 2
A. Section Includes:
1. Administrative and procedural requirements for:
a. Preconstruction Videos
B. Deviations from this City of Fort Worth Standard Specification
1. Though not mandatory, it is highly recommended on infill developer projects.
C. Related Specification Sections include, but are not necessarily limited to:
1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract
2. Division 1 — General Requirements
1.2 PRICE AND PAYMENT PROCEDURES
A. Measurement and Payment
1. Work associated with this Item is considered subsidiary to the various items bid.
No separate payment will be allowed for this Item.
1.3 REFERENCES [NOT USED]
1.4 ADMINISTRATIVE REQUIREMENTS
A. Preconstruction Video
1. Produce a preconstruction video of the site/alignment, including all areas in the
vicinity of and to be affected by construction.
a. Provide digital copy of video upon request by the City.
2. Retain a copy of the preconstruction video until the end of the maintenance surety
period.
1.5 SUBMITTALS [NOT USED]
1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED]
1.7 CLOSEOUT SUBMITTALS [NOT USED]
1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
1.9 QUALITY ASSURANCE [NOT USED]
1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED]
1.11 FIELD [SITE] CONDITIONS [NOT USED]
1.12 WARRANTY [NOT USED]
PART 2 - PRODUCTS [NOT USED]
CITY OF FORT WORTH Grading and Drainage Improvements — Westport 24 Pond
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No, 105634
Revised August 30, 2013
PART 3 - EXECUTION [NOT USED]
CITY OF FORT WORTH
01 32 33 - 2
DAP PRECONSTRUCTION VIDEO
Page 2 of 2
END OF SECTION
Revision Log
'NAME SUMMARY OF CHANGE
Grading and Drainage Improvements — Westport 24 Pond
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105634
Revised August 30, 2013
SECTION 01 33 00
DAP SUBMITTALS
PART1- GENERAL
1.1 SUMMARY
01 33 00 - 1
DAP SUBMITTALS
Page] of 8
A. Section Includes:
I. General methods and requirements of submissions applicable to the following
Work -related submittals:
a. Shop Drawings
b. Product Data (including Standard Product List submittals)
c. Samples
d. Mock Ups
B. Deviations from this City of Fort Worth Standard Specification
1. None.
C. Related Specification Sections include, but are not necessarily limited to:
1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract
2. Division I — General Requirements
1.2 PRICE AND PAYMENT PROCEDURES
A. Measurement and Payment
1. Work associated with this Item is considered subsidiary to the various items bid.
No separate payment will be allowed for this Item.
1.3 REFERENCES [NOT USED]
1.4 ADMINISTRATIVE REQUIREMENTS
A. Coordination
1. Notify the City in writing, at the time of submittal, of any deviations in the
submittals from the requirements of the Contract Documents.
Coordination of Submittal Times
a. Prepare, prioritize and transmit each submittal sufficiently in advance of
performing the related Work or other applicable activities, or within the time
specified in the individual Work Sections, of the Specifications.
b. Contractor is responsible such that the installation will not be delayed by
processing times including, but not limited to:
a) Disapproval and resubmittal (if required)
b) Coordination with other submittals
c) Testing
d) Purchasing
e) Fabrication
f) Delivery
g) Similar sequenced activities
c. No extension of time will be authorized because of the Contractor's failure to
transmit submittals sufficiently in advance of the Work.
CITY OF FORT WORTH Grading and Drainage Improvements — Westport 24 Pond
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105634
Revised August 30, 2013
01 33 00 - 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:
03 30 00-08-B
1) 03 30 00 is the Specification Section for Concrete
2) 08 is the eighth initial submittal under this Specification Section
3) B is the third submission (second resubmission) of that particular shop
drawing
C. Contractor Certification
1. Review shop drawings, product data and samples, including those by
subcontractors, prior to submission to determine and verify the following:
a. Field measurements
b. Field construction criteria
c. Catalog numbers and similar data
d. Conformance with the Contract Documents
2. Provide each shop drawing, sample and product data submitted by the Contractor
with a Certification Statement affixed including:
a. The Contractor's Company name
b. Signature of submittal reviewer
c. Certification Statement
1) "By this submittal, I hereby represent that I have determined and verified
field measurements, field construction criteria, materials, dimensions,
catalog numbers and similar data and I have checked and coordinated each
item with other applicable approved shop drawings."
D. Submittal Format
1. Fold shop drawings larger than 8 1/2 inches x 11 inches to 8 1/2 inches x 11inches.
2. Bind shop drawings and product data sheets together.
3. Order
a. Cover Sheet
1) Description of Packet
2) Contractor Certification
b. List of items / Table of Contents
c. Product Data /Shop Drawings/Samples /Calculations
E. Submittal Content
1. The date of submission and the dates of any previous submissions
CITY OF FORT WORTH
Grading and Drainage Improvements — Westport 24 Pond
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CityProject No. 105634
Revised August 30, 2013
013300-3
DAP SUBMITTALS
Page 3 of 8
2. The Project title and number
3. Contractor identification
4. The names of:
a. Contractor
b. Supplier
c. Manufacturer
5. Identification of the product, with the Specification Section number, page and
paragraph(s)
6. Field dimensions, clearly identified as such
7. Relation to adjacent or critical features of the Work or materials
8. Applicable standards, such as ASTM or Federal Specification numbers
9. Identification by highlighting of deviations from Contract Documents
10. Identification by highlighting of revisions on resubmittals.
11. An 8-inch x 3-inch blank space for Contractor and City stamps
F. Shop Drawings
1. As specified in individual Work Sections includes, but is not necessarily limited to:
a. Custom -prepared data such as fabrication and erection/installation (working)
drawings
b. Scheduled information
c. Setting diagrams
d. Actual shopwork manufacturing instructions
e. Custom templates
f. Special wiring diagrams
g. Coordination drawings
h. Individual system or equipment inspection and test reports including:
1) Performance curves and certifications
i. As applicable to the Work
2. Details
a. Relation of the various parts to the main members and lines of the structure
b. Where correct fabrication of the Work depends upon field measurements
1) Provide such measurements and note on the drawings prior to submitting
for approval.
G. Product Data
1. For submittals of product data for products included on the City's Standard Product
List, clearly identify each item selected for use on the Project.
2. For submittals of product data for products not included on the City's Standard
Product List, submittal data may include, but is not necessarily limited to:
a. Standard prepared data for manufactured products (sometimes referred to as
catalog data)
1) Such as the manufacturer's product specification and installation
instructions
2) Availability of colors and patterns
3) Manufacturer's printed statements of compliances and applicability
4) Roughing -in diagrams and templates
5) Catalog cuts
6) Product photographs
CITY OF FORT WORTH Grading and Drainage Improvements — Westport 24 Pond
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105634
Revised August 30, 2013
01 33 00 - 4
DAP SUBMITTALS
Page 4 of 8
7) Standard wiring diagrams
8) Printed performance curves and operational -range diagrams
9) Production or quality control inspection and test reports and certifications
10) Mill reports
11) Product operating and maintenance instructions and recommended
spare -parts listing and printed product warranties
12) As applicable to the Work
H. Samples
1. As specified in individual Sections, include, but are not necessarily limited to:
a. Physical examples of the Work such as:
1) Sections of manufactured or fabricated Work
2) Small cuts or containers of materials
3) Complete units of repetitively used products color/texture/pattern swatches
and range sets
4) Specimens for coordination of visual effect
5) Graphic symbols and units of Work to be used by the City for independent
inspection and testing, as applicable to the Work
I. Do not start Work requiring a shop drawing, sample or product data nor any material to
be fabricated or installed prior to the approval or qualified approval of such item.
1. Fabrication performed, materials purchased or on -site construction accomplished
which does not conform to approved shop drawings and data is at the Contractor's
risk.
2. The City will not be liable for any expense or delay due to corrections or remedies
required to accomplish conformity.
3. Complete project Work, materials, fabrication, and installations in conformance
with approved shop drawings, applicable samples, and product data.
J. Submittal Distribution
1. Electronic Distribution
a. Confirm development of Project directory for electronic submittals to be
uploaded to City's Buzzsaw site, or another external FTP site approved by the
City.
b. Shop Drawings
1) Upload submittal to designated project directory and notify appropriate
City representatives via email of submittal posting.
2) Hard Copies
a) 3 copies for all submittals
b) If Contractor requires more than 1 hard copy of Shop Drawings
returned, Contractor shall submit more than the number of copies listed
above.
c. Product Data
1) Upload submittal to designated project directory and notify appropriate
City representatives via email of submittal posting.
2) Hard Copies
a) 3 copies for all submittals
d. Samples
1) Distributed to the Project Representative
2. Hard Copy Distribution (if required in lieu of electronic distribution)
CITY OF FORT WORTH
Grading and Drainage Improvements — Westport 24 Pond
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105634
Revised August 30, 2013
01 33 00 - 5
DAP SUBMITTALS
Page 5 of 8
a. Shop Drawings
1) Distributed to the City
2) Copies
a) 8 copies for mechanical submittals
b) 7 copies for all other submittals
c) If Contractor requires more than 3 copies of Shop Drawings returned,
Contractor shall submit more than the number of copies listed above.
b. Product Data
1) Distributed to the City
2) Copies
a) 4 copies
c. Samples
1) Distributed to the Project Representative
2) Copies
a) Submit the number stated in the respective Specification Sections.
3. Distribute reproductions of approved shop drawings and copies of approved
product data and samples, where required, to the job site file and elsewhere as
directed by the City.
a. Provide number of copies as directed by the City but not exceeding the number
previously specified.
K. Submittal Review
1. The review of shop drawings, data and samples will be for general conformance
with the design concept and Contract Documents. This is not to be construed as:
a. Permitting any departure from the Contract requirements
b. Relieving the Contractor of responsibility for any errors, including details,
dimensions, and materials
c. Approving departures from details furnished by the City, except as otherwise
provided herein
2. The review and approval of shop drawings, samples or product data by the City
does not relieve the Contractor from his/her responsibility with regard to the
fulfillment of the terms of the Contract.
a. All risks of error and omission are assumed by the Contractor, and the City will
have no responsibility therefore.
3. The Contractor remains responsible for details and accuracy, for coordinating the
Work with all other associated work and trades, for selecting fabrication processes,
for techniques of assembly and for performing Work in a safe manner.
4. If the shop drawings, data or samples as submitted describe variations and show a
departure from the Contract requirements which City finds to be in the interest of
the City and to be so minor as not to involve a change in Contract Price or time for
performance, the City may return the reviewed drawings without noting an
exception.
5. Submittals will be returned to the Contractor under 1 of the following codes:
a. Code 1
1) "NO EXCEPTIONS TAKEN" is assigned when there are no notations or
comments on the submittal.
a) When returned under this code the Contractor may release the
equipment and/or material for manufacture.
b. Code 2
CITY OF FORT WORTH Grading and Drainage Improvements — Westport 24 Pond
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105634
Revised August 30, 2013
01 33 00 - 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.
1. 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.
�. 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 Grading and Drainage Improvements - Westport 24 Pond
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS - DEVELOPER AWARDED PROJECTS City Project No. 105634
Revised August 30, 2013
013300-7
DAP SUBMITTALS
Page 7 of 8
9. When the shop drawings have been completed to the satisfaction of the City, the
Contractor may carry out the construction in accordance therewith and no further
changes therein except upon written instructions from the City.
10. Each submittal, appropriately coded, will be returned within 30 Calendar Days
following receipt of submittal by the City.
L. Mock ups
1. Mock Up units as specified in individual Sections, include, but are not necessarily
limited to, complete units of the standard of acceptance for that type of Work to be
used on the Project. Remove at the completion of the Work or when directed.
M. Qualifications
1. If specifically required in other Sections of these Specifications, submit a P.E.
v.
Certification for each item required.
N. Request for Information (RFI)
1. Contractor Request for additional information
a. Clarification or interpretation of the contract documents
b. When the Contractor believes there is a conflict between Contract Documents c.
When the Contractor believes there is a conflict between the Drawings and
Specifications
1) Identify the conflict and request clarification
2. Sufficient information shall be attached to permit a written response without further
information.
1.5 SUBMITTALS [NOT USED]
1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED]
1.7 CLOSEOUT SUBMITTALS [NOT USED]
1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
1.9 QUALITY ASSURANCE [NOT USED]
1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED]
1.11 FIELD [SITE] CONDITIONS [NOT USED]
1.12 WARRANTY [NOT USED]
CITY OF FORT WORTH Grading and Drainage Improvements — Westport 24 Pond
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105634
Revised August 30, 2013
013300-8
DAP SUBMITTALS
Page 8 of 8
PART 2 - PRODUCTS [NOT USED]
PART 3 - EXECUTION [NOT USED]
END OF SECTION
1 Revision Log
DATE NAME SUMMARY OF CHANGE
12/20/2012 D. Johnson 1.4.K.8. Working Days modified to Calendar Days 1
CITY OF FORT WORTH Grading and Drainage Improvements - Westport 24 Pond
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105634
Revised August 30, 2013
01 35 13-1
DAP SPECIAL PROJECT PROCEDURES
Page 1 of 7
1 SECTION 013513
2 SPECIAL PROJECT PROCEDURES
3 PART1- GENERAL
4 1.1 SUMMARY
5
A. Section Includes:
6
1. The procedures for special project circumstances that includes, but is not limited to:
7
a.
Coordination with the Texas Department of Transportation
8
b.
Work near High Voltage Lines
9
c.
Confined Space Entry Program
10
d.
Air Pollution Watch Days
11
e.
Use of Explosives, Drop Weight, Etc.
12
f.
Water Department Notification
13
g.
Public Notification Prior to Beginning Construction
14
h.
Coordination with United States Army Corps of Engineers
15
i.
Coordination within Railroad permits areas
16
j.
Dust Control
17
k.
Employee Parking
18
1.
(Coordination with North Central Texas Council of Governments Clean
19
Construction Specification [remove if not required])
20
B. Deviations from this City of Fort Worth Standard Specification
21
1. None.
22 C. Related Specification Sections include, but are not necessarily limited to:
23 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract
24 2. Division 1 — General Requirements
25 3. Section 33 12 25 — Connection to Existing Water Mains
26
27 1.2 REFERENCES
28 A. Reference Standards
29 1. Reference standards cited in this Specification refer to the current reference
30 standard published at the time of the latest revision date logged at the end of this
31 Specification, unless a date is specifically cited.
32 2. Health and Safety Code, Title 9. Safety, Subtitle A. Public Safety, Chapter 752.
33 High Voltage Overhead Lines.
34 3. North Central Texas Council of Governments (NCTCOG) — Clean Construction
35 Specification
36 1.3 ADMINISTRATIVE REQUIREMENTS
37 A. Coordination with the Texas Department of Transportation
38 1. When work in the right-of-way which is under the jurisdiction of the Texas
39 Department of Transportation (TxDOT):
CITY OF FORT WORTH Grading and Drainage Improvements — Westport 24 Pond
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS
Revised August, 30, 2013 City Project No. 105634
013513-2
DAP SPECIAL PROJECT PROCEDURES
Page 2 of 7
1 a. Notify the Texas Department of Transportation prior to commencing any work
2 therein in accordance with the provisions of the permit
3 b. All work performed in the TxDOT right-of-way shall be performed in
4 compliance with and subject to approval from the Texas Department of
5 Transportation
6 B. Work near High Voltage Lines
7 1. Regulatory Requirements
8 a. All Work near High Voltage Lines (more than 600 volts measured between
9 conductors or between a conductor and the ground) shall be in accordance with
10 Health and Safety Code, Title 9, Subtitle A, Chapter 752.
11 2. Warning sign
12 a. Provide sign of sufficient size meeting all OSHA requirements.
13 3. Equipment operating within 10 feet of high voltage lines will require the following
14 safety features
15 a. Insulating cage -type of guard about the boom or arm
16 b. Insulator links on the lift hook connections for back hoes or dippers
17 c. Equipment must meet the safety requirements as set forth by OSHA and the
18 safety requirements of the owner of the high voltage lines
19 4. Work within 6 feet of high voltage electric lines
20 a. Notification shall be given to:
21 1) The power company (example: ONCOR)
22 a) Maintain an accurate log of all such calls to power company and record
23 action taken in each case.
24 b. Coordination with power company
25 1) After notification coordinate with the power company to:
26 a) Erect temporary mechanical barriers, de -energize the lines, or raise or
27 lower the lines
28 c. No personnel may work within 6 feet of a high voltage line before the above
29 requirements have been met.
30 C. Confined Space Entry Program
31 1. Provide and follow approved Confined Space Entry Program in accordance with
32 OSHA requirements.
33 2. Confined Spaces include:
34 a. Manholes
35 b. All other confined spaces in accordance with OSHA's Permit Required for
36 Confined Spaces
37 D. Use of Explosives, Drop Weight, Etc.
38 1. When Contract Documents permit on the project the following will apply:
39 a. Public Notification
40 1) Submit notice to City and proof of adequate insurance coverage, 24 hours
41 prior to commencing.
42 2) Minimum 24 hour public notification in accordance with Section 01 31 13
43 E. Water Department Coordination
CITY OF FORT WORTH Grading and Drainage Improvements — Westport 24 Pond
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS
Revised August, 30, 2013 City Project No. 105634
01 35 13 -3
DAP SPECIAL PROJECT PROCEDURES
Page 3 of 7
1 1. During the construction of this project, it will be necessary to deactivate, for a
2 period of time, existing lines. The Contractor shall be required to coordinate with
3 the Water Department to determine the best times for deactivating and activating
4 those lines.
5 2. Coordinate any event that will require connecting to or the operation of an existing
6 City water line system with the City's representative.
7 a. Coordination shall be in accordance with Section 33 12 25.
8 b. If needed, obtain a hydrant water meter from the Water Department for use
9 during the life of named project.
10 c. In the event that a water valve on an existing live system be turned off and on
11 to accommodate the construction of the project is required, coordinate this
12 activity through the appropriate City representative.
13 1) Do not operate water line valves of existing water system.
14 a) Failure to comply will render the Contractor in violation of Texas Penal
15 Code Title 7, Chapter 28.03 (Criminal Mischief) and the Contractor
16 will be prosecuted to the full extent of the law.
17 b) In addition, the Contractor will assume all liabilities and
18 responsibilities as a result of these actions.
19 F. Public Notification Prior to Beginning Construction
20 1. Prior to beginning construction on any block in the project, on a block by block
21 basis, prepare and deliver a notice or flyer of the pending construction to the front
22 door of each residence or business that will be impacted by construction. The notice
23 shall be prepared as follows:
24 a. Post notice or flyer 7 days prior to beginning any construction activity on each
25 block in the project area.
26 1) Prepare flyer on the Contractor's letterhead and include the following
27 information:
28 a) Name of Project
29 b) City Project No (CPN)
30 c) Scope of Project (i.e. type of construction activity)
31 d) Actual construction duration within the block
32 e) Name of the contractor's foreman and phone number
33 f) Name of the City's inspector and phone number
34 g) City's after-hours phone number
35 2) A sample of the `pre -construction notification' flyer is attached as Exhibit
36 A.
37 3) Submit schedule showing the construction start and finish time for each
38 block of the project to the inspector.
39 4) Deliver flyer to the City Inspector for review prior to distribution.
40 b. No construction will be allowed to begin on any block until the flyer is
41 delivered to all residents of the block.
42 G. Public Notification of Temporary Water Service Interruption during Construction
43 1. In the event it becomes necessary to temporarily shut down water service to
44 residents or businesses during construction, prepare and deliver a notice or flyer of
45 the pending interruption to the front door of each affected resident.
46 2. Prepared notice as follows:
47 a. The notification or flyer shall be posted 24 hours prior to the temporary
48 interruption.
CITY OF FORT WORTH Grading and Drainage Improvements — Westport 24 Pond
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS
Revised August, 30, 2013 City Project No. 105634
013513-4
DAP SPECIAL PROJECT PROCEDURES
Page 4 of 7
1 b. Prepare flyer on the contractor's letterhead and include the following
2 information:
3 1) Name of the project
4 2) City Project Number
5 3) Date of the interruption of service
6 4) Period the interruption will take place
7 5) Name of the contractor's foreman and phone number
8 6) Name of the City's inspector and phone number
9 c. A sample of the temporary water service interruption notification is attached as
10 Exhibit B.
11 d. Deliver a copy of the temporary interruption notification to the City inspector
12 for review prior to being distributed.
13 e. No interruption of water service can occur until the flyer has been delivered to
14 all affected residents and businesses.
15 f. Electronic versions of the sample flyers can be obtained from the Project
16 Construction Inspector.
17 H. Coordination with United States Army Corps of Engineers (USACE)
18 1. At locations in the Project where construction activities occur in areas where
19 USACE permits are required, meet all requirements set forth in each designated
20 permit.
21 I. Coordination within Railroad Permit Areas
22 1. At locations in the project where construction activities occur in areas where
23 railroad permits are required, meet all requirements set forth in each designated
24 railroad permit. This includes, but is not limited to, provisions for:
25 a. Flagmen
26 b. Inspectors
27 c. Safety training
28 d. Additional insurance
29 e. Insurance certificates
30 f. Other employees required to protect the right-of-way and property of the
31 Railroad Company from damage arising out of and/or from the construction of
32 the project. Proper utility clearance procedures shall be used in accordance
33 with the permit guidelines.
34 2. Obtain any supplemental information needed to comply with the railroad's
35 requirements.
36 J. Dust Control
37 1. Use acceptable measures to control dust at the Site.
38 a. If water is used to control dust, capture and properly dispose of waste water.
39 b. If wet saw cutting is performed, capture and properly dispose of slurry.
40 K. Employee Parking
41 1. Provide parking for employees at locations approved by the City.
42 L. tCoordination with North Central Texas Council of Governments (NCTCOG) Clean
43 Construction Specification [if required for the project]
44 1. Comply with equipment, operational, reporting and enforcement requirements set
45 forth in NCTCOG's Clean Construction Specification.)
CITY OF FORT WORTH Grading and Drainage Improvements — Westport 24 Pond
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS
Revised August, 30, 2013 City Project No. 105634
013513-5
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
13
Revision Log
DATE NAME SUMMARY OF CHANGE
1.3.13— Added requirement of compliance with Health and Safety Code, Title 9.
8/31/2012 D. Johnson Safety, Subtitle A. Public Safety, Chapter 752. High Voltage Overhead Lines.
CITY OF FORT WORTH Grading and Drainage Improvements — Westport 24 Pond
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS
Revised August, 30, 2013 City Project No. 105634
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
01 35 13 -6
DAP SPECIAL PROJECT PROCEDURES
Page 6 of 7
EXHIBIT A
(To be printed on Contractor's Letterhead)
Date:
CPN No.:
Project Name:
Mapsco Location:
Limits of Construction:
THIS IS TO INFORM YOU THAT UNDER A CONTRACT WITH THE CITY OF FORT
WORTH, OUR COMPANY WILL WORK ON UTILITY LINES ON OR AROUND YOUR
PROPERTY.
CONSTRUCTION WILL BEGIN APPROXIMATELY SEVEN DAYS FROM THE DATE
OF THIS NOTICE.
IF YOU HAVE QUESTIONS ABOUT ACCESS, SECURITY, SAFETY OR ANY OTHER
ISSUE, PLEASE CALL:
Mr. <CONTRACTOR'S SUPERINTENDENT> AT <TELEPHONE NO.>
OR
Mr. <CITY INSPECTOR> AT < TELEPHONE NO.>
AFTER 4:30 PM OR ON WEEKENDS, PLEASE CALL (817) 392 8306
PLEASE KEEP THIS FLYER HANDY WHEN YOU CALL
CITY OF FORT WORTH Grading and Drainage Improvements — Westport 24 Pond
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS
Revised August, 30, 2013 City Project No. 105634
01 35 13-7
DAP SPECIAL PROJECT PROCEDURES
Page 7 of 7
1 EXHIBIT B
E
FORTWORTH
DOLL 110. xxxx
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
3 - - -- - -
4
CITY OF FORT WORTH Grading and Drainage Improvements — Westport 24 Pond
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS
Revised August, 30, 2013 City Project No. 105634
014523
DAP TESTING AND INSPECTION SERVICES
Page I of 2
SECTION 0145 23
TESTING AND INSPECTION SERVICES
PART1- GENERAL
1.1 SUMMARY
A. Section Includes:
1. Testing and inspection services procedures and coordination
B. Deviations from this City of Fort Worth Standard Specification
1. None.
C. Related Specification Sections include, but are not necessarily limited to:
1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract
2. Division 1 — General Requirements
1.2 PRICE AND PAYMENT PROCEDURES
A. Measurement and Payment
1. Work associated with this Item is considered subsidiary to the various Items bid.
No separate payment will be allowed for this Item.
a. Contractor is responsible for performing, coordinating, and payment of all
Quality Control testing.
b. City is responsible for performing and payment for first set of Quality
Assurance testing.
1) If the first Quality Assurance test performed by the City fails, the
Contractor is responsible for payment of subsequent Quality Assurance
testing until a passing test occurs.
a) Final acceptance will not be issued by City until all required payments
for testing by Contractor have been paid in full.
1.3 REFERENCES [NOT USED]
1.4 ADMINISTRATIVE REQUIREMENTS
A. Testing
1. Complete testing in accordance with the Contract Documents.
2. Coordination
a. When testing is required to be performed by the City, notify City, sufficiently
in advance, when testing is needed.
b. When testing is required to be completed by the Contractor, notify City,
sufficiently in advance, that testing will be performed.
3. Distribution of Testing Reports
a. Electronic Distribution
1) Confirm development of Project directory for electronic submittals to be
uploaded to the City's document management system, or another form of
distribution approved by the City.
CITY OF FORT WORTH Grading and Drainage Improvements — Westport 24 Pond
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105634
Revised !March 20, 2020
01 45 23
DAP TESTING AND INSPECTION SERVICES
Page 2 of 2
2) Upload test reports to designated project directory and notify appropriate
City representatives via email of submittal posting.
3) Hard Copies
a) 1 copy for all submittals submitted to the Project Representative
b. Hard Copy Distribution (if required in lieu of electronic distribution)
1) Tests performed by City
a) Distribute I hard copy to the Contractor
2) Tests performed by the Contractor
a) Distribute 3 hard copies to City's Project Representative
4. Provide City's Project Representative with trip tickets for each delivered load of
Concrete or Lime material including the following information:
a. Name of pit
b. Date of delivery
c. Material delivered
B. Inspection
1. Inspection or lack of inspection does not relieve the Contractor from obligation to
perform work in accordance with the Contract Documents.
1.5 SUBMITTALS [NOT USED]
1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED]
1.7 CLOSEOUT SUBMITTALS [NOT USED]
1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
1.9 QUALITY ASSURANCE [NOT USED]
1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED]
1.11 FIELD [SITE] CONDITIONS [NOT USED]
1.12 WARRANTY [NOT USED]
PART 2 - PRODUCTS [NOT USED]
PART 3 - EXECUTION [NOT USED]
END OF SECTION
Revision Log
DATE NAME SUMMARY OF CHANGE
i)3/1UJ�IU1U U.V. Magana eP deg rtgiIro g�iethe°elff zsadoc ncen�mariagement s°ys emudmittais ee
CITY OF FORT WORTH Grading and Drainage Improvements — Westport 24 Pond
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105634
Revised March 20, 2020
01 50 00 - 1
DAP TEMPORARY FACILITIES AND CONTROLS
Page I of 4
SECTION 0150 00
TEMPORARY FACILITIES AND CONTROLS
PART1- GENERAL
1.1 SUMMARY
A. Section Includes:
1. Provide temporary facilities and controls needed for the Work including, but not
necessarily limited to:
a. Temporary utilities
b. Sanitary facilities
c. Storage Sheds and Buildings
d. Dust control
e. Temporary fencing of the construction site
B. Deviations from this City of Fort Worth Standard Specification
1. None.
C. Related Specification Sections include, but are not necessarily limited to:
1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract
2. Division 1 — General Requirements
1.2 PRICE AND PAYMENT PROCEDURES
A. Measurement and Payment
1. Work associated with this Item is considered subsidiary to the various Items bid.
No separate payment will be allowed for this Item.
1.3 REFERENCES [NOT USED]
1.4 ADMINISTRATIVE REQUIREMENTS
A. Temporary Utilities
1. Obtaining Temporary Service
a. Make arrangements with utility service companies for temporary services.
b. Abide by rules and regulations of utility service companies or authorities
having jurisdiction.
c. Be responsible for utility service costs until Work is approved for Final
Acceptance.
1) Included are fuel, power, light, heat and other utility services necessary for
execution, completion, testing and initial operation of Work.
2. Water
a. Contractor to provide water required for and in connection with Work to be
performed and for specified tests of piping, equipment, devices or other use as
required for the completion of the Work.
b. Provide and maintain adequate supply of potable water for domestic
consumption by Contractor personnel and City's Project Representatives.
c. Coordination
1) Contact City 1 week before water for construction is desired
CITY OF FORT WORTH Grading and Drainage Improvements — Wes400,124 Pond
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105634
Revised JULY 1, 2011
015000-2
DAP TEMPORARY FACILITIES AND CONTROLS
Page 2 of 4
d. Contractor Payment for Construction Water
1) Obtain construction water meter from City for payment as billed by City's
established rates.
3. Electricity and Lighting
a. Provide and pay for electric powered service as required for Work, including
testing of Work.
1) Provide power for lighting, operation of equipment, or other use.
b. Electric power service includes temporary power service or generator to
maintain operations during scheduled shutdown.
4. Telephone
a. Provide emergency telephone service at Site for use by Contractor personnel
and others performing work or furnishing services at Site.
5. Temporary Heat and Ventilation
a. Provide temporary heat as necessary for protection or completion of Work.
b. Provide temporary heat and ventilation to assure safe working conditions.
B. Sanitary Facilities
1. Provide and maintain sanitary facilities for persons on Site.
a. Comply with regulations of State and local departments of health.
2. Enforce use of sanitary facilities by construction personnel at job site.
a. Enclose and anchor sanitary facilities.
b. No discharge will be allowed from these facilities.
c. Collect and store sewage and waste so as not to cause nuisance or health
problem.
d. Haul sewage and waste off -site at no less than weekly intervals and properly
dispose in accordance with applicable regulation.
3. Locate facilities near Work Site and keep clean and maintained throughout Project.
4. Remove facilities at completion of Project
C. Storage Sheds and Buildings
1. Provide adequately ventilated, watertight, weatherproof storage facilities with floor
above ground level for materials and equipment susceptible to weather damage.
2. Storage of materials not susceptible to weather damage may be on blocks off
ground.
3. Store materials in a neat and orderly manner.
a. Place materials and equipment to permit easy access for identification,
inspection and inventory.
4. Equip building with lockable doors and lighting, and provide electrical service for
equipment space heaters and heating or ventilation as necessary to provide storage
environments acceptable to specified manufacturers.
5. Fill and grade site for temporary structures to provide drainage away from
temporary and existing buildings.
6. Remove building from site prior to Final Acceptance.
D. Temporary Fencing
1. Provide and maintain for the duration or construction when required in contract
documents
E. Dust Control
CITY OF FORT WORTH Grading and Drainage Improvements — Westport 24 Pond
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City PrgjectNo. 105634
Revised JULY 1, 2011
015000-3
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 Grading and Drainage Improvements — Westport24 Pond
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105634
Revised JULY 1, 2011
I
N�
ul
015000-4
DAP TEMPORARY FACILITIES AND CONTROLS
Page 4 of 4
1. Remove all temporary facilities and restore area after completion of the Work, to a
condition equal to or better than prior to start of Work.
3.12 PROTECTION [NOT USED]
3.13 MAINTENANCE [NOT USED]
3.14 ATTACHMENTS [NOT USED]
END OF SECTION
Revision Log
DATE NAME SUMMARY OF CHANGE
L_
CITY OF FORT WORTH Grading and Drainage Improvements — Westpoit24 Pond
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City ProjcctNo. 105634
Revised JULY 1, 2011
01 55 26 - 1
DAP STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL
Page 1 of 3
SECTION 0155 26
STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL
PART1- GENERAL
1.1 SUMMARY
A. Section Includes:
1. Administrative procedures for:
a. Street Use Permit
b. Modification of approved traffic control
c. Removal of Street Signs
B. Deviations from this City of Fort Worth Standard Specification
1. None.
C. Related Specification Sections include, but are not necessarily limited to:
1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract
2. Division 1 — General Requirements
3. Section 34 71 13 — Traffic Control
1.2 PRICE AND PAYMENT PROCEDURES
A. Measurement and Payment
1. Work associated with this Item is considered subsidiary to the various Items bid.
No separate payment will be allowed for this Item.
1.3 REFERENCES
A. Reference Standards
1. Reference standards cited in this specification refer to the current reference standard
published at the time of the latest revision date logged at the end of this
specification, unless a date is specifically cited.
2. Texas Manual on Uniform Traffic Control Devices (TMUTCD).
1.4 ADMINISTRATIVE REQUIREMENTS
A. Traffic Control
1. General
a. When traffic control plans are included in the Drawings, provide Traffic
Control in accordance with Drawings and Section 34 71 13.
b. When traffic control plans are not included in the Drawings, prepare traffic
control plans in accordance with Section 34 71 13 and submit to City for
review.
1) Allow minimum 10 working days for review of proposed Traffic Control.
B. Street Use Permit
1. Prior to installation of Traffic Control, a City Street Use Permit is required.
a. To obtain Street Use Permit, submit Traffic Control Plans to City
Transportation and Public Works Department.
CITY OF FORT WORTH Grading and Drainage Improvements — Westport 24 Pond
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CityProject No. 105634
Revised July 1, 2011
015526-2
DAP STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL
Page 2 of 3
1) Allow a minimum of 5 working days for permit review.
2) Contractor's responsibility to coordinate review of Traffic Control plans for
Street Use Permit, such that construction is not delayed.
C. Modification to Approved Traffic Control
1. Prior to installation traffic control:
a. Submit revised traffic control plans to City Department Transportation and
Public Works Department.
1) Revise Traffic Control plans in accordance with Section 34 71 13.
2) Allow minimum 5 working days for review of revised Traffic Control.
3) It is the Contractor's responsibility to coordinate review of Traffic Control
plans for Street Use Permit, such that construction is not delayed.
D. Removal of Street Sign
1. If it is determined that a street sign must be removed for construction, then contact
City Transportation and Public Works Department, Signs and Markings Division to
remove the sign.
E. Temporary Signage
1. In the case of regulatory signs, replace permanent sign with temporary sign meeting
requirements of the latest edition of the Texas Manual on Uniform Traffic Control
Devices (MUTCD).
2. Install temporary sign before the removal of permanent sign.
3. When construction is complete, to the extent that the permanent sign can be
reinstalled, contact the City Transportation and Public Works Department, Signs
and Markings Division, to reinstall the permanent sign.
F. Traffic Control Standards
1. Traffic Control Standards can be found on the City's Buzzsaw website.
1.5 SUBMITTALS [NOT USED]
1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED]
1.7 CLOSEOUT SUBMITTALS [NOT USED]
1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
1.9 QUALITY ASSURANCE [NOT USED]
1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED]
1.11 FIELD [SITE] CONDITIONS [NOT USED]
1.12 WARRANTY [NOT USED]
PART 2 - PRODUCTS [NOT USED]
PART 3 - EXECUTION [NOT USED]
END OF SECTION
CITY OF FORT WORTH Grading and Drainage Improvements — Westport 24 Pond
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105634
Revised July 1, 2011
015526-3
DAP STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL
Page 3 of 3
r� Revision Log
iI DATE NAME SUMMARY OF CHANGE
f
f
CITY OF FORT WORTH Grading and Drainage Improvements — Westport 24 Pond
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105634
Revised July 1, 2011
015713-1
DAP STORM WATER POLLUTION PREVENTION
Page] of 3
SECTION 015713
STORM WATER POLLUTION PREVENTION
PART1- GENERAL
1.1 SUMMARY
A. Section Includes:
1. Procedures for Storm Water Pollution Prevention Plans
B. Deviations from this City of Fort Worth Standard Specification
1. None.
C. Related Specification Sections include, but are not necessarily limited to:
1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the
Contract
2. Division 1 — General Requirements
3. Section 3125 00 — Erosion and Sediment Control
1.2 PRICE AND PAYMENT PROCEDURES
A. Measurement and Payment
1. Construction Activities resulting in less than 1 acre of disturbance
a. Work associated with this Item is considered subsidiary to the various Items
bid. No separate payment will be allowed for this Item.
2. Construction Activities resulting in greater than 1 acre of disturbance
a. Measurement and Payment shall be in accordance with Section 3125 00.
1.3 REFERENCES
A. Abbreviations and Acronyms
1. Notice of Intent: NOI
2. Notice of Termination: NOT
3. Storm Water Pollution Prevention Plan: SWPPP
4. Texas Commission on Environmental Quality: TCEQ
5. Notice of Change: NOC
A. Reference Standards
1. Reference standards cited in this Specification refer to the current reference
standard published at the time of the latest revision date logged at the end of this
Specification, unless a date is specifically cited.
2. Integrated Storm Management (iSWM) Technical Manual for Construction
Controls
1.4 ADMINISTRATIVE REQUIREMENTS
A. General
1. Contractor is responsible for resolution and payment of any fines issued associated with
compliance to Stormwater Pollution Prevention Plan.
CITY OF FORT WORTH Grading and Drainage Improvements — Westport 24 Pond
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105634
Revised July 1, 2011
01 57 13 - 2
DAP STORM WATER POLLUTION PREVENTION
Page 2 of 3
B. Construction Activities resulting in:
1. Less than 1 acre of disturbance
a. Provide erosion and sediment control in accordance with Section 3125 00 and
Drawings.
2. 1 to less than 5 acres of disturbance
a. Texas Pollutant Discharge Elimination System (TPDES) General Construction
Permit is required
b. Complete SWPPP in accordance with TCEQ requirements
1) TCEQ Small Construction Site Notice Required under general permit
TXR150000
a) Sign and post at job site
b) Prior to Preconstruction Meeting, send 1 copy to City Department of
Transportation and Public Works, Environmental Division, (817) 392-
6088.
2) Provide erosion and sediment control in accordance with:
a) Section 3125 00
b) The Drawings
c) TXR150000 General Permit
d) SWPPP
e) TCEQ requirements
3. 5 acres or more of Disturbance
a. Texas Pollutant Discharge Elimination System (TPDES) General Construction
Permit is required
b. Complete SWPPP in accordance with TCEQ requirements
1) Prepare a TCEQ NOI form and submit to TCEQ along with required fee
a) Sign and post at job site
b) Send copy to City Department of Transportation and Public Works,
Environmental Division, (817) 392-6088.
2) TCEQ Notice of Change required if making changes or updates to NOI
3) Provide erosion and sediment control in accordance with:
a) Section 3125 00
b) The Drawings
c) TXR150000 General Permit
d) SWPPP
e) TCEQ requirements
4) Once the project has been completed and all the closeout requirements of
TCEQ have been met a TCEQ Notice of Termination can be submitted.
a) Send copy to City Department of Transportation and Public Works,
Environmental Division, (817) 392-6088.
1.5 SUBMITTALS
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
Grading and Drainage Improvements — Westport 24 Pond
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105634
Revised July 1, 2011
015713-3
DAP STORM WATER POLLUTION PREVENTION
Page 3 of 3
B. Modified SWPPP
1. If the SWPPP is revised during construction, resubmit modified SWPPP to the City
in accordance With Section 01 33 00.
1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED]
1.7 CLOSEOUT SUBMITTALS [NOT USED]
1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
1.9 QUALITY ASSURANCE [NOT USED]
1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED]
1.11 FIELD [SITE] CONDITIONS [NOT USED]
1.12 WARRANTY [NOT USED]
PART 2 - PRODUCTS [NOT USED]
PART 3 - EXECUTION [NOT USED]
END OF SECTION
h� Revision Log
DATE NAME SUMMARY OF CHANGE
I
CITY OF FORT WORTH Grading and Drainage Improvements — Westport 24 Pond
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105634
Revised July 1, 2011
016600-1
DAP PRODUCT STORAGE AND HANDLING REQUIREMENTS
Page I of 4
SECTION 0166 00
PRODUCT STORAGE AND HANDLING REQUIREMENTS
PART1- GENERAL
1.1 SUMMARY
A. Section Includes:
1. Scheduling of product delivery
2. Packaging of products for delivery
3. Protection of products against damage from:
a. Handling
b. Exposure to elements or harsh environments
B. Deviations from this City of Fort Worth Standard Specification
1. None.
C. Related Specification Sections include, but are not necessarily limited to:
1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract
2. Division 1— General Requirements
1.2 PRICE AND PAYMENT PROCEDURES
A. Measurement and Payment
1. Work associated with this Item is considered subsidiary to the various Items bid.
No separate payment will be allowed for this Item.
1.3 REFERENCES [NOT USED]
1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED]
1.5 SUBMITTALS [NOT USED]
1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED]
1.7 CLOSEOUT SUBMITTALS [NOT USED]
1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
1.9 QUALITY ASSURANCE [NOT USED]
1.10 DELIVERY AND HANDLING
A. Delivery Requirements
1. Schedule delivery of products or equipment as required to allow timely installation
and to avoid prolonged storage.
2. Provide appropriate personnel and equipment to receive deliveries.
3. Delivery trucks will not be permitted to wait extended periods of time on the Site
for personnel or equipment to receive the delivery.
CITY OF FORT WORTH Grading and Drainage Improvements — Westport 24 Pond
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105634
Revised April 7, 2014
016600-2
DAP PRODUCT STORAGE AND HANDLING REQUIREMENTS
Page 2 of 4
4. Deliver products or equipment in manufacturer's original unbroken cartons or other
containers designed and constructed to protect the contents from physical or
environmental damage.
5. Clearly and fully mark and identify as to manufacturer, item and installation
location.
6. Provide manufacturer's instructions for storage and handling.
B. Handling Requirements
1. Handle products or equipment in accordance with these Contract Documents and
manufacturer's recommendations and instructions.
C. Storage Requirements
1. Store materials in accordance with manufacturer's recommendations and
requirements of these Specifications.
2. Make necessary provisions for safe storage of materials and equipment.
a. Place loose soil materials and materials to be incorporated into Work to prevent
damage to any part of Work or existing facilities and to maintain free access at
all times to all parts of Work and to utility service company installations in
vicinity of Work.
3. Keep materials and equipment neatly and compactly stored in locations that will
cause minimum inconvenience to other contractors, public travel, adjoining owners,
tenants and occupants.
a. Arrange storage to provide easy access for inspection.
4. Restrict storage to areas available on construction site for storage of material and
equipment as shown on Drawings, or approved by City's Project Representative.
5. Provide off -site storage and protection when on -site storage is not adequate.
a. Provide addresses of and access to off -site storage locations for inspection by
City's Project Representative.
6. Do not use lawns, grass plots or other private property for storage purposes without
written permission of owner or other person in possession or control of premises.
7. Store in manufacturers' unopened containers.
8. Neatly, safely and compactly stack materials delivered and stored along line of
Work to avoid inconvenience and damage to property owners and general public
and maintain at least 3 feet from fire hydrant.
9. Keep public and private driveways and street crossings open.
10. Repair or replace damaged lawns, sidewalks, streets or other improvements to
satisfaction of City's Project Representative.
a. Total length which materials may be distributed along route of construction at
one time is 1,000 linear feet, unless otherwise approved in writing by City's
Project Representative.
CITY OF FORT WORTH Grading and Drainage Improvements — Westport 24 Pond
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Piatect No. 105634
Revised April 7, 2014
016600-3
DAP PRODUCT STORAGE AND HANDLING REQUIREMENTS
Page 3 of 4
1.11 FIELD [SITE] CONDITIONS [NOT USED]
1.12 WARRANTY [NOT USED]
PART 2 - PRODUCTS [NOT USED]
PART 3 - EXECUTION
3.1 INSTALLERS [NOT USED]
3.2 EXAMINATION [NOT USED]
3.3 PREPARATION [NOT USED]
3.4 ERECTION [NOT USED]
3.5 REPAIR / RESTORATION [NOT USED]
3.6 RE -INSTALLATION [NOT USED]
3.7 FIELD [OR] SITE QUALITY CONTROL
A. Tests and Inspections
1. Inspect all products or equipment delivered to the site prior to unloading.
B. Non -Conforming Work
1. Reject all products or equipment that are damaged, used or in any other way
unsatisfactory for use on the project.
3.8 SYSTEM STARTUP [NOT USED]
3.9 ADJUSTING [NOT USED]
3.10 CLEANING [NOT USED]
3.11 CLOSEOUT ACTIVITIES [NOT USED]
3.12 PROTECTION
A. Protect all products or equipment in accordance with manufacturer's written directions.
B. Store products or equipment in location to avoid physical damage to items while in
storage.
C. Protect equipment from exposure to elements and keep thoroughly dry if required by
the manufacturer.
3.13 MAINTENANCE [NOT USED]
3.14 ATTACHMENTS [NOT USED]
END OF SECTION
CITY OF FORT WORTH Grading and Drainage Improvements — Westport 24 Pond
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105634
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 Grading and Drainage Improvements — Westport 24 Pond
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105634
Revised April 7, 2014
01 7123- 1
DAP CONSTRUCTION STAKING AND SURVEY
Pagel of 4
SECTION 017123
CONSTRUCTION STAKING AND SURVEY
PART1- GENERAL
1.1 SUMMARY
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 compensation will
be allowed.
2. Construction Survey
a. Measurement
1) This Item is considered subsidiary to the various Items bid.
b. Payment
1) The work performed and the materials furnished in accordance with this
Item are subsidiary to the various Items bid and no other compensation will
be allowed.
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
Grading and Drainage Improvements — Westport 24 Pond
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105634
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 for construction survey.
c. It is the Contractor's responsibility to coordinate 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 Grading and Drainage Improvements — Westport 24 Pond
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Pro%ect No. 105634
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 DELIVERY, STORAGE, AND HANDLING [NOT USED]
CITY OF FORT WORTH Grading and Drainage Improvements — Westport 24 Pond
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105634
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 [NOT USED]
3.6 RE -INSTALLATION [NOT USED]
3.7 FIELD [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 1
�4/7/2014 M.Domenech Revised for DAP application
I
CITY OF FORT WORTH Gradrng and Drainage Improvements — Westport 24 Pond
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105634
Revised April 7, 2014
SECTION 0174 23
CLEANING
PART1- GENERAL
1.1 SUMMARY
017423-1
DAP CLEANING
Page 1 of 4
A. Section Includes:
1. Intermediate and final cleaning for Work not including special cleaning of closed
systems specified elsewhere
B. Deviations from this City of Fort Worth Standard Specification
1. None.
C. Related Specification Sections include, but are not necessarily limited to:
1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract
2. Division 1 — General Requirements
3. Section 32 92 13 — Hydro -Mulching, Seeding and Sodding
1.2 PRICE AND PAYMENT PROCEDURES
A. Measurement and Payment
1. Work associated with this Item is considered subsidiary to the various Items bid.
No separate payment will be allowed for this Item.
1.3 REFERENCES [NOT USED]
1.4 ADMINISTRATIVE REQUIREMENTS
A. Scheduling
1. Schedule cleaning operations so that dust and other contaminants disturbed by
cleaning process will not fall on newly painted surfaces.
2. Schedule final cleaning upon completion of Work and immediately prior to final
inspection.
1.5 SUBMITTALS [NOT USED]
1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED]
1.7 CLOSEOUT SUBMITTALS [NOT USED]
1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
1.9 QUALITY ASSURANCE [NOT USED]
1.10 STORAGE, AND HANDLING
A. Storage and Handling Requirements
1. Store cleaning products and cleaning wastes in containers specifically designed for
those materials.
CITY OF FORT WORTH Grading and Drainage Improvements — Westport 24 Pond
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105634
Revised April 7, 2014
017423-2
DAP CLEANING
Page 2 of 4
1.11 FIELD [SITE] CONDITIONS [NOT USED]
1.12 WARRANTY [NOT USED]
PART2- PRODUCTS
2.1 OWNER -FURNISHED [OR] OWNER-SUPPLIEDPRODUCTS [NOT USED]
2.2 MATERIALS
A. Cleaning Agents
1. Compatible with surface being cleaned
2. New and uncontaminated
3. For manufactured surfaces
a. Material recommended by manufacturer
2.3 ACCESSORIES [NOT USED]
2.4 SOURCE QUALITY CONTROL [NOT USED]
PART 3 - EXECUTION
3.1 INSTALLERS [NOT USED]
3.2 EXAMINATION [NOT USED]
3.3 PREPARATION [NOT USED]
3.4 APPLICATION [NOT USED]
3.5 REPAIR / RESTORATION [NOT USED]
3.6 RE -INSTALLATION [NOT USED]
3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED]
3.8 SYSTEM STARTUP [NOT USED]
3.9 ADJUSTING [NOT USED]
3.10 CLEANING
A. General
1. Prevent accumulation of wastes that create hazardous conditions.
2. Conduct cleaning and disposal operations to comply with laws and safety orders of
governing authorities.
3. Do not dispose of volatile wastes such as mineral spirits, oil or paint thinner in
storm or sanitary drains or sewers.
4. Dispose of degradable debris at an approved solid waste disposal site.
5. Dispose of nondegradable debris at an approved solid waste disposal site or in an
alternate manner approved by City and regulatory agencies.
CITY OF FORT WORTH Grading and Drainage Improvements — Westport 24 Pond
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105634
Revised April 7, 2014
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.
5. Clean signs, lights, signals, etc.
3.11 CLOSEOUT ACTIVITIES [NOT USED]
3.12 PROTECTION [NOT USED]
3.13 MAINTENANCE [NOT USED]
3.14 ATTACHMENTS [NOT USED]
CITY OF FORT WORTH Grading and Drainage Improvements — Westport 24 Pond
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. I05-634
Revised April 7, 2014
017423-4
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 I
CITY OF FORT WORTH Grading and Drainage Improvements — Westport 24 Pond
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105634
Revised April 7, 2014
SECTION 0177 19
CLOSEOUT REQUIREMENTS
PART1- GENERAL
1.1 SUMMARY
017719-1
DAP CLOSEOUT REQUIREMENTS
Page 1 of 3
A. Section Includes:
1. The procedure for closing out a contract
B. Deviations from this City of Fort Worth Standard Specification
1. None.
C. Related Specification Sections include, but are not necessarily limited to:
1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract
2. Division 1 — General Requirements
1.2 PRICE AND PAYMENT PROCEDURES
A. Measurement and Payment
1. Work associated with this Item is considered subsidiary to the various Items bid.
No separate payment will be allowed for this Item.
1.3 REFERENCES [NOT USED]
1.4 ADMINISTRATIVE REQUIREMENTS
A. Guarantees, Bonds and Affidavits
1. No application for final payment will be accepted until all guarantees, bonds,
certificates, licenses and affidavits required for Work or equipment as specified are
satisfactorily filed with the City.
B. Release of Liens or Claims
1. No application for final payment will be accepted until satisfactory evidence of
release of liens has been submitted to the City.
1.5 SUBMITTALS
A. Submit all required documentation to City's Project Representative.
CITY OF FORT WORTH Grading and Drainage Improvements — Westport 24 Pond
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS —DEVELOPER AWARDED PROJECTS City Project No. 105634
Revised April 7, 2014
017719-2
DAP CLOSEOUT REQUIREMENTS
Page 2 of 3
1.6 INFORMATIONAL SUBMITTALS [NOT USED]
1.7 CLOSEOUT SUBMITTALS [NOT USED]
PART 2 - PRODUCTS [NOT USED]
PART 3 - EXECUTION
3.1 INSTALLERS [NOT USED]
3.2 EXAMINATION [NOT USED]
3.3 PREPARATION [NOT USED]
3.4 CLOSEOUT PROCEDURE
A. Prior to requesting Final Inspection, submit:
1. Project Record Documents in accordance with Section 01 78 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 Grading and Drainage Improvements — Westport 24 Pond
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105634
Revised April 7, 2014
01 77 19-3
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
4/7/2014 M.Domenech Revised for DAP application
CITY OF FORT WORTH Grading and Drainage Improvements — Westport 24 Pond
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CityPro/ectNo. 105634
Revised April 7, 2014
017823-1
DAP OPERATION AND MAINTENANCE DATA
Page 1 of 5
SECTION 0178 23
OPERATION AND MAINTENANCE DATA
PART1- GENERAL
1.1 SUMMARY
A. Section Includes:
1. Product data and related information appropriate for City's maintenance and
operation of products furnished under Contract
2. Such products may include, but are not limited to:
a. Traffic Controllers
b. Irrigation Controllers (to be operated by the City)
c. Butterfly Valves
B. Deviations from this City of Fort Worth Standard Specification
1. None.
C. Related Specification Sections include, but are not necessarily limited to:
1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract
2. Division 1— General Requirements
1.2 PRICE AND PAYMENT PROCEDURES
A. Measurement and Payment
1. Work associated with this Item is considered subsidiary to the various Items bid.
No separate payment will be allowed for this Item.
1.3 REFERENCES [NOT USED]
1.4 ADMINISTRATIVE REQUIREMENTS
A. Schedule
1. Submit manuals in final form to the City within 30 calendar days of product
shipment to the project site.
1.5 SUBMITTALS
A. Submittals shall be in accordance with Section 0133 00. All submittals shall be
approved by the City prior to delivery.
1.6 INFORMATIONAL SUBMITTALS
A. Submittal Form
1. Prepare data in form of an instructional manual for use by City personnel.
2. Format
a. Size: 8 1h inches x 11 inches
b. Paper
1) 40 pound minimum, white, for typed pages
2) Holes reinforced with plastic, cloth or metal
c. Text: Manufacturer's printed data, or neatly typewritten
CITY OF FORT WORTH Grading and Drainage Improvements — Westport 24 Pond
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105634
Revised April 7, 2014
017823-2
DAP OPERATION AND MAINTENANCE DATA
Page 2 of 5
d. Drawings
1) Provide reinforced punched binder tab, bind in with text
2) Reduce larger drawings and fold to size of text pages.
e. Provide fly -leaf for each separate product, or each piece of operating
equipment.
l) Provide typed description of product, and major component parts of
equipment.
2) Provide indexed tabs.
f. Cover
1) Identify each volume with typed or printed title "OPERATING AND
MAINTENANCE INSTRUCTIONS".
2) List:
a) Title of Project
b) Identity of separate structure as applicable
c) Identity of general subject matter covered in the manual
Binders
a. Commercial quality 3-ring binders with durable and cleanable plastic covers
b. When multiple binders are used, correlate the data into related consistent
groupings.
4. If available, provide an electronic form of the O&M Manual.
B. Manual Content
Neatly typewritten table of contents for each volume, arranged in systematic order
a. Contractor, name of responsible principal, address and telephone number
b. A list of each product required to be included, indexed to content of the volume
c. List, with each product:
1) The name, address and telephone number of the subcontractor or installer
2) A list of each product required to be included, indexed to content of the
volume
3) Identify area of responsibility of each
4) Local source of supply for parts and replacement
d. Identify each product by product name and other identifying symbols as set
forth in Contract Documents.
2. Product Data
a. Include only those sheets which are pertinent to the specific product.
b. Annotate each sheet to:
1) Clearly identify specific product or part installed
2) Clearly identify data applicable to installation
3) Delete references to inapplicable information
3. Drawings
a. Supplement product data with drawings as necessary to clearly illustrate:
1) Relations of component parts of equipment and systems
2) Control and flow diagrams
b. Coordinate drawings with information in Project Record Documents to assure
correct illustration of completed installation.
c. Do not use Project Record Drawings as maintenance drawings.
4. Written text, as required to supplement product data for the particular installation:
a. Organize in consistent format under separate headings for different procedures.
b. Provide logical sequence of instructions of each procedure.
CITY OF FORT WORTH Grading and Drainage Improvements — Westport 24 Pond
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105634
Revised April 7, 2014
01 78 23 - 3
DAP OPERATION AND MAINTENANCE DATA
Page 3 of 5
5. Copy of each warranty, bond and service contract issued
a. Provide information sheet for City personnel giving:
1) Proper procedures in event of failure
2) Instances which might affect validity of warranties or bonds
C. Manual for Materials and Finishes
1. Submit 5 copies of complete manual in final form.
2. Content, for architectural products, applied materials and finishes:
a. Manufacturer's data, giving full information on products
1) Catalog number, size, composition
2) Color and texture designations
3) Information required for reordering special manufactured products
b. Instructions for care and maintenance
1) Manufacturer's recommendation for types of cleaning agents and methods
2) Cautions against cleaning agents and methods which are detrimental to
product
3) Recommended schedule for cleaning and maintenance
3. Content, for moisture protection and weather exposure products:
a. Manufacturer's data, giving full information on products
1) Applicable standards
2) Chemical composition
3) Details of installation
b. Instructions for inspection, maintenance and repair
D. Manual for Equipment and Systems
1. Submit 5 copies of complete manual in final form.
2. Content, for each unit of equipment and system, as appropriate:
a. Description of unit and component parts
1) Function, normal operating characteristics and limiting conditions
2) Performance curves, engineering data and tests
3) Complete nomenclature and commercial number of replaceable parts
b. Operating procedures
1) Start-up, break-in, routine and normal operating instructions
2) Regulation, control, stopping, shut -down and emergency instructions
3) Summer and winter operating instructions
4) Special operating instructions
c. Maintenance procedures
1) Routine operations
2) Guide to "trouble shooting"
3) Disassembly, repair and reassembly
4) Alignment, adjusting and checking
d. Servicing and lubrication schedule
1) List of lubricants required
e. Manufacturer's printed operating and maintenance instructions
f. Description of sequence of operation by control manufacturer
1) Predicted life of parts subject to wear
2) Items recommended to be stocked as spare parts
g. As installed control diagrams by controls manufacturer
h. Each contractor's coordination drawings
1) As installed color coded piping diagrams
CITY OF FORT WORTH Grading and Drainage Improvements — Westport 24 Pond
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105634
Revised April 7, 2014
01 78 23 - 4
DAP OPERATION AND MAINTENANCE DATA
Page 4 of 5
i. Charts of valve tag numbers, with location and function of each valve
j. List of original manufacturer's spare parts, manufacturer's current prices, and
recommended quantities to be maintained in storage
k. Other data as required under pertinent Sections of Specifications
3. Content, for each electric and electronic system, as appropriate:
a. Description of system and component parts
1) Function, normal operating characteristics, and limiting conditions
2) Performance curves, engineering data and tests
3) Complete nomenclature and commercial number of replaceable parts
b. Circuit directories of panelboards
1) Electrical service
2) Controls
3) Communications
c. As installed color coded wiring diagrams
d. Operating procedures
1) Routine and normal operating instructions
2) Sequences required
3) Special operating instructions
e. Maintenance procedures
1) Routine operations
2) Guide to "trouble shooting"
3) Disassembly, repair and reassembly
4) Adjustment and checking
f. Manufacturer's printed operating and maintenance instructions
g. List of original manufacturer's spare parts, manufacturer's current prices, and
recommended quantities to be maintained in storage
h. Other data as required under pertinent Sections of Specifications
4. Prepare and include additional data when the need for such data becomes apparent
during instruction of City's personnel.
1.7 CLOSEOUT SUBMITTALS [NOT USED]
1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
1.9 QUALITY ASSURANCE
A. Provide operation and maintenance data by personnel with the following criteria:
1. Trained and experienced in maintenance and operation of described products
2. Skilled as technical writer to the extent required to communicate essential data
3. Skilled as draftsman competent to prepare required drawings
CITY OF FORT WORTH Grading and Drainage Improvements — Westport 24 Pond
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105634
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]
1.11 FIELD [SITE] CONDITIONS [NOT USED]
1.12 WARRANTY [NOT USED]
PART 2 - PRODUCTS [NOT USED]
PART 3 - EXECUTION [NOT USED]
DATE NAME
8/31/2012 D. Johnson
f 4/7/2014 M.Domenech
END OF SECTION
Revision Log
SUMMARY OF CHANGE
1.5.A.1 — title of section removed
Revised for DAP Application
CITY OF FORT WORTH Grading and Drainage Improvements — Westport 24 Pond
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105634
Revised April 7, 2014
SECTION 0178 39
PROJECT RECORD DOCUMENTS
PART1- GENERAL
1.1 SUMMARY
01 78 39 - 1
DAP PROJECT RECORD DOCUMENTS
Page] ofit
A. Section Includes:
1. Work associated with the documenting the project and recording changes to project
documents, including:
a. Record Drawings
b. Water Meter Service Reports
c. Sanitary Sewer Service Reports
d. Large Water Meter Reports
B. Deviations from this City of Fort Worth Standard Specification
1. None.
C. Related Specification Sections include, but are not necessarily limited to:
1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract
2. Division 1 — General Requirements
1.2 PRICE AND PAYMENT PROCEDURES
A. Measurement and Payment
1. Work associated with this Item is considered subsidiary to the various Items bid.
No separate payment will be allowed for this Item.
1.3 REFERENCES [NOT USED]
1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED]
1.5 SUBMITTALS
A. Prior to submitting a request for Final Inspection, deliver Project Record Documents to
City's Project Representative.
1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED]
1.7 CLOSEOUT SUBMITTALS [NOT USED]
1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
1.9 QUALITY ASSURANCE
A. Accuracy of Records
1. Thoroughly coordinate changes within the Record Documents, making adequate
and proper entries on each page of Specifications and each sheet of Drawings and
other Documents where such entry is required to show the change properly.
2. Accuracy of records shall be such that future search for items shown in the Contract
Documents may rely reasonably on information obtained from the approved Project
Record Documents.
CITY OF FORT WORTH Grading and Drainage Improvements — Westport 24 Pond
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105634
Revised April 7, 2014
017839-2
DAP PROJECT RECORD DOCUMENTS
Page 2 of 4
3. To facilitate accuracy of records, make entries within 24 hours after receipt of
information that the change has occurred.
4. Provide factual information regarding all aspects of the Work, both concealed and
visible, to enable future modification of the Work to proceed without lengthy and
expensive site measurement, investigation and examination.
1.10 STORAGE AND HANDLING
A. Storage and Handling Requirements
1. Maintain the job set of Record Documents completely protected from deterioration
and from loss and damage until completion of the Work and transfer of all recorded
data to the final Project Record Documents.
2. In the event of loss of recorded data, use means necessary to again secure the data to
the City's approval.
a. In such case, provide replacements to the standards originally required by the
Contract Documents.
1.11 FIELD [SITE] CONDITIONS [NOT USED]
1.12 WARRANTY [NOT USED]
PART 2- PRODUCTS
2.1 OWNER -FURNISHED [oR] OWNER -SUPPLIED PRODUCTS [NOT USED]
2.2 RECORD DOCUMENTS
A. Job set
1. Promptly following receipt of the Notice to Proceed, secure from the City, at no
charge to the Contractor, I complete set of all Documents comprising the Contract.
B. Final Record Documents
1. At a time nearing the completion of the Work and prior to Final Inspection, provide
the City I complete set of all Final Record Drawings in the Contract.
2.3 ACCESSORIES [NOT USED]
2.4 SOURCE QUALITY CONTROL [NOT USED]
PART 3 - EXECUTION
3.1 INSTALLERS [NOT USED]
3.2 EXAMINATION [NOT USED]
3.3 PREPARATION [NOT USED]
3.4 MAINTENANCE DOCUMENTS
A. Maintenance of Job Set
1. Immediately upon receipt of the job set, identify each of the Documents with the
title, "RECORD DOCUMENTS - JOB SET".
CITY OF FORT WORTH Grading and Drainage Improvements — Westport 24 Pond
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105634
Revised April 7, 2014
017839-3
DAP PROJECT RECORD DOCUMENTS
Page 3 of 4
2. Preservation
a. Considering the Contract completion time, the probable number of occasions
upon which the job set must be taken out for new entries and for examination,
and the conditions under which these activities will be performed, devise a
suitable method for protecting the job set.
b. Do not use the job set for any purpose except entry of new data and for review
by the City, until start of transfer of data to final Project Record Documents.
c. Maintain the job set at the site of work.
3. Coordination with Construction Survey
a. At a minimum clearly mark any deviations from Contract Documents
associated with installation of the infrastructure.
4. Making entries on Drawings
a. Record any deviations from Contract Documents.
b. Use an erasable colored pencil (not ink or indelible pencil), clearly describe the
change by graphic line and note as required.
c. Date all entries.
d. Call attention to the entry by a "cloud" drawn around the area or areas affected.
e. In the event of overlapping changes, use different colors for the overlapping
changes.
5. Conversion of schematic layouts
a. In some cases on the Drawings, arrangements of conduits, circuits, piping,
ducts, and similar items, are shown schematically and are not intended to
portray precise physical layout.
1) Final physical arrangement is determined by the Contractor, subject to the
City's approval.
2) However, design of future modifications of the facility may require
accurate information as to the final physical layout of items which are
shown only schematically on the Drawings.
b. Show on the job set of Record Drawings, by dimension accurate to within 1
inch, the centerline of each run of items.
1) Final physical arrangement is determined by the Contractor, subject to the
City's approval.
2) Show, by symbol or note, the vertical location of the Item ("under slab", "in
ceiling plenum", "exposed", and the like).
3) Make all identification sufficiently descriptive that it may be related
reliably to the Specifications.
c. The City may waive the requirements for conversion of schematic layouts
where, in the City's judgment, conversion serves no useful purpose. However,
do not rely upon waivers being issued except as specifically issued in writing
by the City.
B. Final Project Record Documents
1. Transfer of data to Drawings
a. Carefully transfer change data shown on the job set of Record Drawings to the
corresponding final documents, coordinating the changes as required.
b. Clearly indicate at each affected detail and other Drawing a full description of
changes made during construction, and the actual location of items.
c. Call attention to each entry by drawing a "cloud" around the area or areas
affected.
CITY OF FORT WORTH Grading and Drainage Improvements — Westport 24 Pond
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105634
Revised April 7, 2014
017839-4
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 loR] 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
f 4/7/2014 M.Domenech Revised for DAP Application
I
CITY OF FORT WORTH Grading and Drainage Improvements — Westport 24 Pond
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105634
Revised April 7, 2014
GC-4.01 Availability of Lands
THIS PAGE LEFT INTENTIONALLY BLANK
CITY OF FORT WORTH Paving, Drainage, Water, Sewer, Street Light & Traffic Signal Improvements to
serve Intermodal Parkway
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN:104135
Revised July 1, 2011
Denton County
Juli Luke
County Clerk
Instrument Number: 6683
ERecordings-RP
EASEMENT
Recorded On: January 23, 2025 1126 AM
Number of Pages: 13
" Examined and Charged as Follows: "
Total Recording: $73.00
*********** THIS PAGE IS PART OF THE INSTRUMENT ***********
Any provision herein which restricts the Sale, Rental or use of the described REAL PROPERTY
because of color or race is invalid and unenforceable under federal law.
File Information:
Document Number:
Receipt Number:
Recorded Date/Time:
User:
Station:
6683
20250123000250
January 23, 2025 11:26 AM
Maria L
Station 17
Record and Return To:
Corporation Service Company
STATE OF TEXAS
COUNTY OF DENTON
I hereby certify that this Instrument was FILED In the File Number sequence on the date/time
printed hereon, and was duly RECORDED in the Official Records of Denton County, Texas.
Juli Luke
County Clerk
Denton County, TX
Project:CPN105634-Westport24-Detention Pond
Parcel#: ACF#8827
STATE OF TEXAS §
§ KNOW ALL MEN BY THESE PRESENTS
COUNTY OF DENTON §
CITY OF FORT WORTH
PERMANENT DRAINAGE EASEMENT
as
DATE: , 2024
GRANTOR: Alliance Westport No. 24, Ltd.
GRANTOR'S MAILING ADDRESS (including County):
9800 HILLWOOD PARKWAY, SUITE 300
FORT WORTH, TARRANT COUNTY, TX 76177
GRANTEE: CITY OF FORT WORTH
GRANTEE'S MAILING ADDRESS (including County):
200 TEXAS STREET
FORT WORTH, TARRANT COUNTY, TX 76102
CONSIDERATION: Ten Dollars ($10.00) and other good and valuable consideration, the receipt
and sufficiency of which is hereby acknowledged.
Property:
Tract One:
BEING a tract of land situated in the A.W. Robertson Survey, Abstract Number 1553, and the G.
Overton Survey, Abstract Number 972, City of Fort Worth, Denton County, Texas, and being a
portion of that tract of land described by deed to Alliance Westport No. 24, Ltd., recorded in
Instrument Number 2024-112337, Real Property Records, Denton County, Texas, and being more
particularly described by metes and bounds as described on Exhibit "A".
1. Grantor, for the consideration paid to Grantor and other good and valuable consideration,
hereby grants, sells, and conveys to Grantee, its successors and assigns, an exclusive, perpetual
Pemanem DrainW Easement
ACF 8827-dea-WP24-wf%v-2024
easement for the construction, operation, maintenance, replacement, upgrade, and repair of a
Permanent Drainage Facility, hereafter referred to as "Facility". The Facility includes all incidental
underground and aboveground attachments, equipment and appurtenances, including, but not
limited to manholes, manhole vents, lateral line connections, pipelines, junction boxes in, upon,
under and across a portion of the Property and more fully described in Exhibit "A" attached hereto
and incorporated herein for all pertinent purposes, together with the right and privilege at any and
all times to enter Property, or any part thereof, for the purpose of constructing, operating,
maintaining, replacing, upgrading, and repairing said Facility.
2. In no event shall Grantor (I) use the Property in any manner which interferes in any material
way or is inconsistent with the rights granted hereunder, or (II) erect or permit to be erected within
the easement property a permanent structure or building, including, but not limited to, monument
sign, pole sign, billboard, brick or masonry fences or walls or other structures that require a building
permit. However, Grantor shall be permitted to maintain any existing concrete driveway or road on
the Property. Grantee shall be obligated to restore the surface of the Property at Grantee's sole cost
and expense, including the restoration of any sidewalks, driveways, or similar surface improvements
located upon or adjacent to the Property which may have been removed, relocated, altered, damaged,
or destroyed as a result of the Grantee's use of the easement granted hereunder. Provided, however,
that Grantee shall not be obligated to restore or replace irrigation systems or other improvements
installed in violation of the provisions and intended use of this Easement.
TO HAVE AND TO HOLD the above -described easement, together with all and singular the rights
and appurtenances thereto in anyway belonging unto Grantee, and Grantee's successors and assigns
forever; and Grantor does hereby bind itself and its successor and assigns to warrant and forever
defend all and singular the easement unto Grantee, its successor and assigns, against every person
whomsoever lawfully claiming or to claim the same, or any part thereof.
When the context requires, singular nouns and pronouns include the plural.
See Addendum attached hereto and incorporated herein by reference. In the event of a conflict
between the Addendum and this easement, the provisions of the Addendum shall control.
[SIGNATURES APPEAR ON THE FOLLOWING PAGES]
Permmienl Dminsge Easement
ACF 8827-des-WP24- fiv-2024
GRANTOR: Alliance Westport No. 24, Ltd.,
a Texas limited partnership
By: Hillwood Alliance Management II, LLC,
a Texas limited liability company,
its general pa nerr /I
By:
Name: �alr �_QoD
Title: "Lame VP
STATE OF TEXAS
COUNTY OF TARRANT §
This instrum t was ac nowledged before me on �YA VILA lc 4 iD 202 by
�Q , r .� ?5of Hillwood Alliance Management II, LLC, a Texas limited
liability company, in its capacity as general partner of Alliance Westport No. 24, Ltd., a Texas
limited partnership, on behalf of said limited partnership.
LO BOWLING U
Notary Public, State of Texas _
+.'• + iz Comm. Expires 10-17.2027 Notary Public, State of Texas
Notary ID 124717691 11
,nm ••
Permanent Drainage Easement
ACF 8827-dca-WP24-wfw-2024
GRANTEE: CITY OF FORT WORTH
Dana Burando1FFF
By. Dana BurgM1Aofl )Jdn2 ,20252331 CST)
Dana Burghdoff
Assistant City Manager
APPROVED AS TO FORM AND LEGALITY:
By: 9`w"
Name: Hye Won Kim
Assistant City Attorney
CONTRACT COMPLIANCE MANAGER:
By signing, I acknowledge that I am the person responsible for the monitoring and administration
of this contract, including ensuring all performance and reporting requirements.
By: aexn 3I.3035,0 D9 �5T�
Rebecca Diane Owen
Planning Manager
ACKNOWLEDGEMENT
THE STATE OF TEXAS §
COUNTY OF TARRANT §
BEFORE ME, the undersigned authority, a Notary Public in and for the State of TEXAS,
on this day personally appeared Dana Burghdoff, Assistant City Manager of the CITY OF FORT
WORTH, known to me to be the same person whose name is subscribed to the foregoing
instrument, and acknowledged to me that the same was the act of the CITY OF FORT WORTH
and that he executed the same for the purposes and consideration therein expressed and, in the
capacity, therein stated.
GIVEN UNDER MY HAND AND SEAL OF OFFICE this 22nd day of
January 2025
TIFFANY BACON
Notary Public
STATE OF TEXAS
Notary I.D. 128261860
MY Comm. Exp. Jan. 20, 2027
Notary Public in and for the State of TEXAS
4
Permanent Drainage Emment
ACF 8827.dea•WP24- ofTo-2024
ADDENDUM
This Addendum to the foregoing City of Fort Worth Permanent Drainage Easement (the "Easement")
modifies the Easement as follows:
Notwithstanding any provision in the Easement to the contrary:
I. The second sentence of Section 1 of the Easement is hereby deleted and the following is
substituted therefor:
The Facility includes all reasonable and customary incidental underground and aboveground
attachments, equipment and appurtenances, including, but not limited to manholes, inlets, headwalls,
rip -rap, channels (lined or earthen), pipelines, junction boxes in, upon, under and across the Property
more fully described in Exhibit "A" attached hereto and incorporated herein for all purposes, together
with the right and privilege at any and all times to enter the Property or any part thereof for the purpose
of constructing, operating, maintaining, replacing, upgrading, and repairing said Facility. This grant
and conveyance is made subject to all matters of record affecting the Property.
2. The last sentence of Section 2 of the Easement is hereby deleted and the following is
substituted therefor:
Provided, however, that Grantee shall not be obligated to restore or replace improvements installed
in violation of the provisions of this Easement.
3. The Easement is not assignable by Grantee without the prior written consent of Grantor, which
consent shall not be unreasonably withheld.
4. Grantor reserves and retains the right to grant other rights and easements across, over or under
(but not parallel and overlapping) the Property to such other persons as Grantor deems proper,
provided such other grants do not interfere with the use of the Easement by Grantee for the purpose
set forth herein. Notwithstanding anything to the contrary, Grantor and any future owners of the fee
title to the Property and their designees shall retain the following rights with respect to the Property:
(a) to build fences (unless construction of said fence requires a building permit, in which case
Grantor must obtain written consent from Grantee's Director of the Transportation and Public Works
Department), one or more roads, driveways, alleys, and to construct underground utilities across, over
and under the Property; and
(b) to landscape the Property.
Grantor and any future owner of the fee title to the Property shall locate any such fences, roads, alleys,
or utilities crossing Grantee's facilities within the Property at an angle of approximately 90 degrees;
provided, however, the crossing angle of such improvements with the facilities may be reduced to no
less than 60 degrees to the extent such reduction is deemed appropriate or desirable by Grantor or
such future owners of the Property in their sole discretion, but in no event shall such fences, roads,
Permaman Drainage Easement
ACP 8827-dca-WP24- Av-2024
alleys, or utilities cross the facilities within the Property at less than a 60 degree angle without the
prior consent of Grantee. The horizontal and vertical location of all fences, roads, alleys, or utilities
or landscaping improvements within the Property shall be subject to reasonable minimum horizontal
and vertical clearance requirements of the Grantee. The right of Grantor and any future owners of the
Property to landscape the surface of the Property as set forth above shall not give Grantor and any
future owners of the Property the right to place hardscape (such as fountains, walls and retaining
walls) on the surface of the Property without the written consent of Grantee so long as the construction
of such hardscape does not require a building permit. In the event the construction of such hardscape
does require a building permit, Grantor and any future owners must obtain, from Grantee's Director
of the Transportation and Public Works Department, written consent of the construction. Further,
Grantor, at its expense, shall have the right to relocate any facilities installed pursuant to this Easement
provided that the level of service provided by such facilities at the new location will not be impaired
or disrupted in any respect either in the process of such relocation or after the completion thereof.
5. Grantee shall repair any damage to improvements on the Property or surrounding property
and restore the surface of the Property and surrounding property from damage resulting from
Grantee's use of the Property.
6. Grantee shall not use the Property, or permit use of the Property by any other person, in a
manner that violates applicable laws or regulations or constitutes a hazard to the health, safety and/or
welfare of the public. Except for the normal use of fuels, lubricants, chemicals required to install said
public utilities and their normal byproducts of use, the Grantee shall not, and shall not permit any of
its employees, agents, contractors, subcontractors, suppliers or invitees to generate, manufacture or
dispose of on or about the Property any hazardous substance. If Grantor in good faith believes that a
hazardous substance may have been generated, manufactured or disposed of on or about the Property
by the Grantee or any of its employees, agents, contractors, subcontractors, suppliers or invitees,
Grantor may have environmental studies of the Property conducted as it deems appropriate. In the
event such studies reveal that a hazardous substance has been generated, manufactured or disposed
of on or about the Property, except as noted above, the cost of such studies shall be paid by Grantee.
7. Except with regard to those arising from the gross negligence or willful act or omission of
Grantor, Grantor shall not be responsible for any claims, suits, losses, liability, costs and expenses
from a User's use of the Property. A "User" is defined to include any person, other than the City,
providing materials or service in connection with the design and construction of the facilities.
8. All notices required or permitted hereby shall be in writing and become effective after being
deposited in the U.S. mail, certified or registered with appropriate postage prepaid or, if delivered by
some other manner, when actually received. Notices to the parties shall be addressed as follows:
Penuanent Drainage Ememenl
ACF 8827-dca-WP24-wfiv-2024
To Grantor: Alliance Westport No. 24, Ltd.
9800 Hillwood Parkway, Suite 300
Fort Worth, TX 76177
Attention: Eric Elrod
To Grantee: The City of Fort Worth, Texas
200 Texas Street
Fort Worth, TX 76102
Attention: Dana Burghdoff
From time to time a party may designate a new address for the purpose of receiving notices hereunder
by giving notice of its new address to the other party in the manner provided above.
9. This grant of the Easement shall automatically terminate and revert to Grantor or its successors
in interest upon abandonment by Grantee or when the Property ceases to be used exclusively for the
purposes permitted herein. This easement shall automatically terminate upon dedication of the
Property for use as a right of way for a public road.
10. The paragraph in the Easement beginning "TO HAVE AND TO HOLD" is hereby deleted
and the following is substituted therefor:
TO HAVE AND TO HOLD the above -described premises, together with all and singular, the rights
and appurtenances thereto in anywise belonging, unto Grantee, its successors and permitted assigns,
forever. Grantor does hereby bind itself, its successors and assigns, to warrant and forever defend, all
and singular, the said premises, subject to all matters now of record affecting said premises, unto
Grantee, its successors and permitted assigns, against every person whomsoever lawfully claiming or
to claim the same or any part thereof, by, through or under Grantor, but not otherwise.
This Easement and Addendum to be effective as of the date first set forth in the Easement.
12. In the event of a conflict between this Addendum and the Easement, the provisions of this
Addendum shall control.
[SIGNATURES APPEAR ON THE FOLLOWING PAGE]
Permancnt Drainagc Ewmcnt
ACr• 8827-aaa-wr24-roat-a024
GRANTOR: ALLIANCE WESTPORT NO.24, LTD.,
a Texas limited partnership
By: Hillwood Alliance Management II, LLC,
a Texas limited liability company,
its general partner ,
By: �n�3Lls.�
_ 1<L Name: Ror>
Title: _ tar V?
STATE OF TEXAS
COUNTY OF TARRANT §
2
This instrument`, was acknowledged before me on (1ftuat�t (D . 2024-5 by
Ff i C. EIM Q . V its P I'EStof Hillwood Alliance Management II, LLC, a Texas limited
liability company, in its capacity as general partner of Alliance Westport No. 24, Ltd., a Texas limited
partnership, on behalf of said limited partnership.
JGnnq,,
LOBI BOWLING
-,i Notary Public, State of Texas
il
Comm. Expires 10-17.2027
Notary Public State of Texas
Notary ID 124717681 1'3'
Permanent Drainage Easement
ACF 8827-dea-WP24-coRv-2024
GRANTEE: CITY OF FORT WORTH
Dana BurandoFF
By:anaDm
Dff(Jan 2,20252331 CST)
Dana Burghdoff
Assistant City Manager
APPROVED AS TO FORM AND LEGALITY:
By: %�
Name: Hye Won Kim
Assistant City Attorney
CONTRACT COMPLIANCE MANAGER:
By signing, I acknowledge that I am the person responsible for the monitoring and administration of
this contract, including ensuring all performance and reporting requirements.
By R. `CaDweR)Jan 22, 20251008-T)
Rebecca Diane Owen
Planning Manager
ACKNOWLEDGEMENT
THE STATE OF TEXAS §
COUNTY OF TARRANT §
BEFORE ME, the undersigned authority, a Notary Public in and for the State of TEXAS, on
this day personally appeared Dana Burghdoff, Assistant City Manager of the CITY OF FORT
WORTH, known to me to be the same person whose name is subscribed to the foregoing instrument,
and acknowledged to me that the same was the act of the CITY OF FORT WORTH and that he
executed the same for the purposes and consideration therein expressed and, in the capacity, therein
stated.
GIVEN UNDER MY HAND AND SEAL OF OFFICE this 22nd day of
January 20 25.
7 9�,
O�pRYPveI/ TIFFANY BACON
z Notary Public
+ t STATE OF TEXAS
N9�oFy Notary I.D. 128261860
My Comm. Exp. Jan. 20, 2027
Notary Public in and for the State of TEXAS
5
ftm 1 1 Drainage casement
Acr 8827-dea-wr24-eefiv-2024
GRANTEE'S ADDRESS: AFTER RECORDING, RETURN TO:
City of Fort Worth City of Fort Worth
200 Texas Street Transportation and Public Works
Fort Worth, TX 76102 Right of Way and Easements Division
Attention: Dana Burghdoff 900 Monroe Street, Suite 404
Fort Worth, TX 76102
WITH COPY TO:
Alliance Westport No. 24, Ltd.
9800 Hillwood Parkway, Suite 300
Fort Worth, TX 76177
Attention: Eric Elrod
Pennancnt Draimp Eascn¢nt
ACF 8827-den-WP24-cofiv-2024
Exhibit "A"
Description of a
50 pool Drainage Easement
BEING a tract of land situated in the A.W. Robertson Survey, Abstract Number 1553, and the Q Overton
Survey, Abstract Number 972, City of Fort Worth, Denton Counly,'rexas, and being a portion of that Iraq of
land described by deed to Alliance Westport No. 24, Ltd., recordcd in Instrument Number 2024-1 12337,
Real Property Records, Denton County, Texas, and being more particularly described by metes and bounds
as follows:
COMMENCING at a Texas Department of Transportation monument, found in the west line of said
Alliance tract, in the east right-of-way line o1'Farrn to Markel 156 (a 200 foot right-of-way) recorded in
Instrument Number 2007-110923, said Real Property Records, the beginning of a curve to the left, from
which a Texas Department of Transportation monument bears N 41 °31'45"E, 2,286.16 feet;
THENCE with said common line and said curve to the lefl, on arc distance of 729.94 feet, through a central
angle ol'09°19'40", having a radius of 4483.66 feet, the long chord which bears S 36051'56"W, 729.13 feet
to the POINT OF BEGINNING;
THENCE departing said common line over and across said Alliance tract the following courses and
distances:
S 58-07.23" B, 115.97 feet, to the beginning of a non -tangent curve to the left;
With said non -tangent curve to the left, an are distance of 573.44 feel, through a central angle of
07"31'15", having a radius of 4,368.66 feet, the long chord which bean S 28a25'59" W, 573.03 feet;
S 01 °36' 10" W, 41.66 feel, to the beginning of a non -tangent curve to the left;
With said non -tangent curve to the left, an are distance of 206.45 feet, through a central angle of
02043'06", !raving a radius of 4,351.44 feel, the long chord which bean S 22049'07" W, 206.43 feet;
N 6R°32'27" W, 50.00 feel, to the beginning of a non -tangent curve to the right;
With said non -tangent curve to the right, an arc distance of 198.82 feet, through a central angle of
02035'17", having a radius of 4,401.44 feet, the long chord which bears N 22045' l2" E, 198.80 feet;
N 01036'10" E, 41.89 feet, to the beginning of a non -tangent curve to the right;
With said non -tangent curve to the right, an arc distance of 539.96 feet, through a central angle of
07°00'05", having a radius of 4,418.66 feet, the long chord which bears N 28°02'26" E, 539.62 feet;
N 58°07'23" W, 65.98 feet, to the aforementioned common line, the beginning of a non -tangent
curve to the right;
THENCE with said common line and non -tangent curve to the right, an arc distance of 30.00 lec6 through a
central angle of 00038'20", having a radius of 4,483.66 feel, the long chord which bears N 3I "52'56" li,
50.00 feet to the Point or Beginning and containing 44,604 square feet or 1.024 acres of land more or less.
"Intugml pans of this tkwunime,
1. Denriplion
2. Cxhiho
Pcloton Job No. 0051431 Tr"king No. ACpa s827
Denton Novelnbca 05, 2024
G!UOa10051430.INh2_SltVY\ESI,4*l S\I-EGALSt0051430 EAI.DOCX Pep oft
uBasis or Bearing is the lexos Coordinate
System North Central lone 4202, NAO 83
N
N
/
/ TxDOT
cwrele
Uw nl
i
t 0, / / / /qs/.• 2OfTT/02q
U 200 400 RPROGT.
w GRAPHIC SCALE IN FEET wak-, /
o "Inlegrolporls or this document" pN h Point of
1. Description / Tx00T
2. Exhibit Caxrele Commencing
4p Pad
00° 38' 20" ° A • 09'19' 40'
R • 4483.66' R • 4483,W
L • 50.00' / C • 72994
h . LC- N31° 52' 56"E / / LC, S36-5r 56W
// 72913' AIIIonCe Westport
/50.00' // Point of No. 24, Lid.
Inst.• 2024-112337
/ Beginning R.P.R.D.C.T.
C1 A 02.35'17" of S58007'23"E
R 4401.44' g1 / / / 115.97'
L - 198.82' L2
LC- N220 45' 12"E I
198.80' '
—I / / // .
_...-----------� ---i--------�-/----------mroror.-srrlrv�lr�e---------
C2 A • 07.00' 05" / Or/C2 �.
R • 4418.66' / / / a 9 Line Table
/ / ti 02' 26"E / // 4 A • 07031'15" R - 4368.66' L1 NOt° 36'10"E 41.89'
LC- N28
539.62' / L - 573.44' L2 N58.07'23"W 65.98'
F='
LC- S280 25' 58"W
u / / 573.03' �l
zawaeAc eben2rc rr a ,
i ^� / / r, RPR.D.GL '�� B Q
Lt Sol' 36'10"W 0to
H
41.66'
€v // Ct A • 02043'06" tf OFp
R • 4351.44' •C"6�Sff'•S�-Ji•
N
A L • 206.45' yQ'� RFA �iII
s i l L, LC- S220 49' 07"W ..
'N; 206.43' TODO A. BRIDGES r
//I a 1..............11.........
8 / /N68. 32'27"W' 1'l'1 4940 r
o / / //50.00, rsrk E2 nl ,��.<'scrQ yp2
al l l RPRD.CT. 1fiUE1V1- /
it l , l Ali Investment, L.P.
a AIL west LLC. Exhibit of a
lnsl.• 2019-99456
f R.P.R.D.C.T. 50' Drainage Easement
W@5'tWOOd Situated in the AM Robertson Survey, Abstract Number 1553.
DIY a and the G. Overton Survey, Abstract Number 972,
VAMt.d P.I.I.A Berlkn B City of Fort Worth, Denton County, Texas. ACFN 8827
B%WR-1k0 HILLEXA no?? AY, 3Urrc z 1Ce N 0051430 DRAWN BY: D. Freemon (CHECKED BY: T. Bridges ( DATE: 05-18.24 PAGE N 2 of 2
YOR 960031141fxA3 X1A MI/NM2 BfisB 1y 3
i \JOUWUSIUV OU\l.S.vY\LPIB\ + P.- /B/102• JUY •/✓iu
Denton County
Juli Luke
County Clerk
Instrument Number: 6682
ERecordings-RP
EASEMENT
Recorded On: January 23, 2025 1121 AM
Number of Pages: 16
" Examined and Charged as Follows: "
Total Recording: $85.00
*********** THIS PAGE IS PART OF THE INSTRUMENT ***********
Any provision herein which restricts the Sale, Rental or use of the described REAL PROPERTY
because of color or race is invalid and unenforceable under federal law.
File Information:
Document Number:
Receipt Number:
Recorded Date/Time:
User:
Station:
6682
20250123000234
January 23, 2025 11:21 AM
Maria L
Station 17
Record and Return To:
Corporation Service Company
STATE OF TEXAS
COUNTY OF DENTON
I hereby certify that this Instrument was FILED In the File Number sequence on the date/time
printed hereon, and was duly RECORDED in the Official Records of Denton County, Texas.
Juli Luke
County Clerk
Denton County, TX
Project: CPN 105634 Westport 24
Detention Pond
Parcel: ACF# 9829
STATE OF TEXAS §
COUNTY OF DENTON §
KNOW ALL MEN BY THESE PRESENTS
CITY OF FORT WORTH
PERMANENT DRAINAGE EASEMENT
DATE: (', 2024
GRANTOR: AIL INVESTMENT, L.P.
AIL West, LLC
GRANTOR'S MAILING ADDRESS (including County):
9800 HILLWOOD PARKWAY, SUITE 300
FORT WORTH, TARRANT COUNTY, TX 76177
GRANTEE: CITY OF FORT WORTH
GRANTEE'S MAILING ADDRESS (including County):
200 TEXAS STREET
FORT WORTH, TARRANT COUNTY, TX 76102
CONSIDERATION: Ten Dollars ($10.00) and other good and valuable consideration, the receipt
and sufficiency of which is hereby acknowledged.
Property:
Tract One:
BEING a tract of land situated in the G. Overton Survey, Abstract Number 972, City of Fort Worth,
Denton County, Texas, and being a portion ofthat tract of land described by deed to AIL Investment,
L.P. and AIL West, LLC, recorded in Instrument Number 2019-99456, Real Property Records,
Denton County, Texas, and being more particularly described by metes and bounds as described on
Exhibit "A".
Permanent Drainage Easement
ACF 8829-dea-AIL/AIL West- ft- 4
1. Grantor, for the consideration paid to Grantor and other good and valuable consideration,
hereby grants, sells, and conveys to Grantee, its successors and assigns, an exclusive, perpetual
easement for the construction, operation, maintenance, replacement, upgrade, and repair of a
Permanent Drainage Facility, hereafter referred to as "Facility". The Facility includes all incidental
underground and aboveground attachments, equipment and appurtenances, including, but not
limited to manholes, manhole vents, lateral line connections, pipelines, junction boxes in, upon,
under and across a portion of the Property and more fully described in Exhibit "A" attached hereto
and incorporated herein for all pertinent purposes, together with the right and privilege at any and
all times to enter Property, or any part thereof, for the purpose of constructing, operating,
maintaining, replacing, upgrading, and repairing said Facility.
2. In no event shall Grantor (I) use the Property in any manner which interferes in any material
way or is inconsistent with the rights granted hereunder, or (II) erect or permit to be erected within
the easement property a permanent structure or building, including, but not limited to, monument
sign, pole sign, billboard, brick or masonry fences or walls or other structures that require a building
permit. However, Grantor shall be permitted to maintain any existing concrete driveway or road on
the Property. Grantee shall be obligated to restore the surface of the Property at Grantee's sole cost
and expense, including the restoration of any sidewalks, driveways, or similar surface improvements
located upon or adjacent to the Property which may have been removed, relocated, altered, damaged,
or destroyed as a result of the Grantee's use of the easement granted hereunder. Provided, however,
that Grantee shall not be obligated to restore or replace irrigation systems or other improvements
installed in violation of the provisions and intended use of this Easement.
TO HAVE AND TO HOLD the above -described easement, together with all and singular the rights
and appurtenances thereto in anyway belonging unto Grantee, and Grantee's successors and assigns
forever; and Grantor does hereby bind itself and its successor and assigns to warrant and forever
defend all and singular the easement unto Grantee, its successor and assigns, against every person
whomsoever lawfully claiming or to claim the same, or any part thereof.
When the context requires, singular nouns and pronouns include the plural.
See Addendum attached hereto and incorporated herein by reference. In the event of a conflict
between the Addendum and this easement, the provisions of the Addendum shall control.
[SIGNATURES APPEAR ON THE FOLLOWING PAGES]
Permanent Drainage Easement
ACF 8829-dm-AIUAIL West- &-2024
GRANTOR: AIL INVESTMlNT, L.P.,
a Texas limited partnership
By: AIL GP, LLC,
a Texas limited liability company,
its general artner
By: { V'"-/
Name: GRIG 6,00
Title: 5W
STATE OF TEXAS
COUNTY OF TARRANT §
This in tram nt 1lwas acknowledged before me on NINJ m _ C 2024, by
of ALL GY, LLC, a Texas limited liability company, on
behalf of said limited liability company, in its capacity as general partner of AIL Investment, L.P.,
a Texas limited partnership, on behalf of said limited partnership.
LOalaOWLING,��,�
,�`��"7`•'s'r;' Notary Public, State of Teas,,
z4': of Comm. Expires 10.17-2027
''.'ec• R� Notary ID 124717681 Notary Public, State of Texas
Permanent Drainage Easement
ACF 8829-dea-AIUA& West- (W-2024
GRANTOR: AIL West, LLC,
a Texas limited liability company
Bv: �-' �� 2
Name: 1✓Wc- e_Rn9
Title: 150
STATE OF TEXAS §
COUNTY OF TARRANT §
Ttlltrumn was acknowledged before me on 4Wf-APC )!�, 2024, by
PV, - W , of AIL West, LLC, a Texas limited liability company, on
behalf of rimited liability company.
LORI BOWLING 1�LYlX.V({!i
_Votary Public, State of Taxes
_.•' Comm. Expires 10-17-2027 Notary Public, State of Texas
Notary ID 124717681
4
Permanent Drainage Easement
ACF 8829dea-AIL/AR. West-wfw-2024
CC) ffi%I f I919WIll I WKS] A II81;y I LIAXI A 1101
b g��v
By, �enaeurgnaavfJen2�2015 31
Dana Burghdoff
Assistant City Manager
APPROVED AS TO FORM AND LEGALITY:
By: %�
Name: Hye Won Kim
Assistant City Attorney
CONTRACT COMPLIANCE MANAGER:
By signing, I acknowledge that I am the person responsible for the monitoring and administration
of this contract, including ensuring all performance and reporting requirements.
By: Reb—Awen(Jen22,20251009C5i)
Rebecca Diane Owen
Planning Manager
ACKNOWLEDGEMENT
THE STATE OF TEXAS §
COUNTY OF TARRANT §
BEFORE ME, the undersigned authority, a Notary Public in and for the State of TEXAS,
on this day personally appeared Dana Burghdoff, Assistant City Manager of the CITY OF FORT
WORTH, known to me to be the same person whose name is subscribed to the foregoing
instrument, and acknowledged to me that the same was the act of the CITY OF FORT WORTH
and that he executed the same for the purposes and consideration therein expressed and, in the
capacity, therein stated.
GIVEN UNDER MY HAND AND SEAL OF OFFICE this _22nd day of
January 20 25 .
a��
Notary Public in and for the State of TEXAS
O�pRYPVe�i TIFFANY BACON
a Notary Public
+ + STATE OF TEXAS
9 W P Notary I.D. 128261860 5
�OF My Comm. Exp. Jan. 20� 2027 Permanent Drainage Easement
a ACF 8829-deaAWAIL West-cofa,202/
ADDENDUM
This Addendum to the foregoing City of Fort Worth Permanent Drainage Easement (the "Easement")
modifies the Easement as follows:
Notwithstanding any provision in the Easement to the contrary:
1. The second sentence of Section 1 of the Easement is hereby deleted and the following is
substituted therefor:
The Facility includes all reasonable and customary incidental underground and aboveground
attachments, equipment and appurtenances, including, but not limited to manholes, inlets, headwalls,
rip -rap, channels (lined or earthen), pipelines, junction boxes in, upon, under and across the Property
more fully described in Exhibit "A" attached hereto and incorporated herein for all purposes, together
with the right and privilege at any and all times to enter the Property or any part thereof for the purpose
of constructing, operating, maintaining, replacing, upgrading, and repairing said Facility. This grant
and conveyance is made subject to all matters of record affecting the Property.
2. The last sentence of Section 2 of the Easement is hereby deleted and the following is
substituted therefor:
Provided, however, that Grantee shall not be obligated to restore or replace improvements installed
in violation of the provisions of this Easement.
3. The Easement is not assignable by Grantee without the prior written consent of Grantor, which
consent shall not be unreasonably withheld.
4. Grantor reserves and retains the right to grant other rights and easements across, over or under
(but not parallel and overlapping) the Property to such other persons as Grantor deems proper,
provided such other grants do not interfere with the use of the Easement by Grantee for the purpose
set forth herein. Notwithstanding anything to the contrary, Grantor and any future owners of the fee
title to the Property and their designees shall retain the following rights with respect to the Property:
(a) to build fences (unless construction of said fence requires a building permit, in which case
Grantor must obtain written consent from Grantee's Director of the Transportation and Public Works
Department), one or more roads, driveways, alleys, and to construct underground utilities across, over
and under the Property; and
(b) to landscape the Property.
Grantor and any future owner of the fee title to the Property shall locate any such fences, roads, alleys,
or utilities crossing Grantee's facilities within the Property at an angle of approximately 90 degrees;
provided, however, the crossing angle of such improvements with the facilities may be reduced to no
less than 60 degrees to the extent such reduction is deemed appropriate or desirable by Grantor or
such future owners of the Property in their sole discretion, but in no event shall such fences, roads,
Permanent Drainage Easement
ACF 8829-dea-AIL/AIL West-cofw-2024
alleys, or utilities cross the facilities within the Property at less than a 60 degree angle without the
prior consent of Grantee. The horizontal and vertical location of all fences, roads, alleys, or utilities
or landscaping improvements within the Property shall be subject to reasonable minimum horizontal
and vertical clearance requirements of the Grantee. The right of Grantor and any future owners of the
Property to landscape the surface of the Property as set forth above shall not give Grantor and any
future owners of the Property the right to place hardscape (such as fountains, walls and retaining
walls) on the surface of the Property without the written consent of Grantee so long as the consi action
of such hardscape does not require a building permit. In the event the construction of such hardscape
does require a building permit, Grantor and any future owners must obtain, from Grantee's Director
of the Transportation and Public Works Department, written consent of the construction. Further,
Grantor, at its expense, shall have the right to relocate any facilities installed pursuant to this Easement
provided that the level of service provided by such facilities at the new location will not be impaired
or disrupted in any respect either in the process of such relocation or after the completion thereof.
5. Grantee shall repair any damage to improvements on the Property or surrounding property
and restore the surface of the Property and surrounding property from damage resulting from
Grantee's use of the Property.
6. Grantee shall not use the Property, or permit use of the Property by any other person, in a
manner that violates applicable laws or regulations or constitutes a hazard to the health, safety and/or
welfare of the public. Except for the normal use of fuels, lubricants, chemicals required to install said
public utilities and their normal byproducts of use, the Grantee shall not, and shall not permit any of
its employees, agents, contractors, subcontractors, suppliers or invitees to generate, manufacture or
dispose of on or about the Property any hazardous substance. If Grantor in good faith believes that a
hazardous substance may have been generated, manufactured or disposed of on or about the Property
by the Grantee or any of its employees, agents, contractors, subcontractors, suppliers or invitees,
Grantor may have environmental studies of the Property conducted as it deems appropriate. In the
event such studies reveal that a hazardous substance has been generated, manufactured or disposed
of on or about the Property, except as noted above, the cost of such studies shall be paid by Grantee.
7. Except with regard to those arising from the gross negligence or willful act or omission of
Grantor, Grantor shall not be responsible for any claims, suits, losses, liability, costs and expenses
from a User's use of the Property. A "User" is defined to include any person, other than the City,
providing materials or service in connection with the design and construction of the facilities.
8. All notices required or permitted hereby shall be in writing and become effective after being
deposited in the U.S. mail, certified or registered with appropriate postage prepaid or, if delivered by
some other manner, when actually received. Notices to the parties shall be addressed as follows:
2
Permanent Drainage Easement
ACF 8829-dea-AIWAIL West-wfw-2024
To Grantor: AIL Investment, LP
9800 Hillwood Parkway, Suite 300
Fort Worth, TX 76177
Attention: Eric Elrod
AIL West, LLC
9800 Hillwood Parkway, Suite 300
Fort Worth, TX 76177
Attention: Eric Elrod
To Grantee: The City of Fort Worth, Texas
200 Texas Street
Fort Worth, TX 76102
Attention: Dana Burghdoff
From time to time a party may designate a new address for the purpose of receiving notices hereunder
by giving notice of its new address to the other party in the manner provided above.
9. This grant of the Easement shall automatically terminate and revert to Grantor or its successors
in interest upon abandonment by Grantee or when the Property ceases to be used exclusively for the
purposes permitted herein. This easement shall automatically terminate upon dedication of the
Property for use as a right of way for a public road.
10. The paragraph in the Easement beginning "TO HAVE AND TO HOLD" is hereby deleted
and the following is substituted therefor:
TO HAVE AND TO HOLD the above -described premises, together with all and singular, the rights
and appurtenances thereto in anywise belonging, unto Grantee, its successors and permitted assigns,
forever. Grantor does hereby bind itself, its successors and assigns, to warrant and forever defend, all
and singular, the said premises, subject to all matters now of record affecting said premises, unto
Grantee, its successors and permitted assigns, against every person whomsoever lawfully claiming or
to claim the same or any part thereof, by, through or under Grantor, but not otherwise.
11. This Easement and Addendum to be effective as of the date first set forth in the Easement.
12. In the event of a conflict between this Addendum and the Easement, the provisions of this
Addendum shall control.
[SIGNATURES APPEAR ON THE FOLLOWING PAGE]
Permanent Drainage Easement
ACF 8829-dea-AIUAIL West-cofW-2024
GRANTOR: AIL INVESTMENT, L.P.,
a Texas limited partnership
By: AIL GP, LLC,
a Texas limited liability company,
its general partner.
40- By: W t &2
Name:_f aic, Ft aoD
Title: SVP
STATE OF TEXAS
COUNTY OF TARRANT §
This intro ent` 1 wa acknowledged before me on O}a eSNI ! eC 6 2024, by
�f i C Pf ink , V 1 of AIL GP, LLC, a Texas limited liability company, on behalf
of said limited liability company, in its capacity as general partner of AIL Investment, L.P., a Texas
limited partnership, on behalf of said limited partnership.
�••„�.,, LORI96WLING
�> Notary Public, State of Texas
•:`�� Comm. Expires 1617-2027
q�....+�. LL/jj\
",,,a,•• Notary ID 124717687 I Notary Public, State of Texas
Permanent Drainage Eascmcnt
ACF 8829-dea-AIUAQ. West-wfty-2024
GRANTOR: AIL West, LLC,
a Texas limited liability company
BY:
� L �'l
Name:_
AL.¢VD
Title:
SYP
STATE OF TEXAS §
COUNTY OF TARRANT §
f s instrument Was arknowledgcd before me on 1 D 1� P �0 .. i � 2024, by
C V j(e Tie-5.of AIL West, LLC, a Texasimited liability company, on
behalf of said limited liability company.
LORI BOWLING
zr `'
Notary Pu01ie, State of Texas
z9 .''= Comm. Expires 10.17.2027
,,,,�,. Notary ID 124717881
f
Notary Public, State of Texas
5
Permanent Drainage Easement
ACF 8829 1atAILAIL West-wfiw2024
GRANTEE: CITY OF FORT WORTH
By; oasnBh-IFpanY,zo s K31 CST)
Dana Burghdoff
Assistant City Manager
APPROVED AS TO FORM AND LEGALITY:
By: %
Name: Hye Won Kim
Assistant City Attorney
CONTRACT COMPLIANCE MANAGER:
By signing, I acknowledge that I am the person responsible for the monitoring and administration of
this contract, including ensuring all performance and reporting requirements.
_rDW4
By. Rebecca Owen(Jan 22, 202S 10:09 CST)
Rebecca Diane Owen
Planning Manager
ACKNOWLEDGEMENT
THE STATE OF TEXAS
COUNTY OF TARRANT
BEFORE ME, the undersigned authority, a Notary Public in and for the State of TEXAS, on
this day personally appeared Dana Burghdoff, Assistant City Manager of the CITY OF FORT
WORTH, known to me to be the same person whose name is subscribed to the foregoing instrument,
and acknowledged to me that the same was the act of the CTTY OF FORT WORTH and that he
executed the same for the purposes and consideration therein expressed and, in the capacity, therein
stated.
GIVEN UNDER MY HAND AND SEAL OF OFFICE this _ _22nd day of
January 20 25
. . . . . . . . . . . . ,
o�Pav pU@�� TIFFANY BACON
a Notary Public
* * STATE OF TEXAS
Notary I.D. 128261860
of My Comm. Exp. Jan. 20, 2027
aac,w
Notary Public in and for the State of TEXAS
Permanent Drainage Easement
ACF 8829-dea-AIUAIL West-wfw-2024
GRANTEE'S ADDRESS: AFTER RECORDING, RETURN TO:
City of Fort Worth City of Fort Worth
200 Texas Street Transportation and Public Works
Fort Worth, TX 76102 Right of Way and Easements Division
Attention: Dana Burghdoff 900 Monroe Street, Suite 404
Fort Worth, TX 76102
WITH COPY TO:
AIL Investment, LP
9800 Hillwood Parkway, Suite 300
Fort Worth, TX 76177
Attention: Eric Elrod
AIL West, LLC
9800 Hillwood Parkway, Suite 300
Fort Worth, TX 76177
Attention: Eric Elrod
Permanent Drainage Easement
ACF 8829-0ea-AIVAIL West- fw-2024
Exhibit "A"
Description of a
15 Foot Drainage Basement
BEING a tract of land situated in the 0. Overton Survey, Abstract Number 972, City of Fort Worth, Denton
County, Texas, and being a portion of that tract of land described by deed to AIL Investment, L.P., and All,
West, LLC, recorded in Instrument Number 2019-99456, Real Property Records, Denton County, Texas,
and being more particularly described by metes and bounds as follows:
COMMENCING at the northerly southwest comer of said All, tract, the east rigbt-of-way line of Farm to
Market 156 (a 200' right-of-way) recorded in Instrument Number 2007-110923, and the southwest comer of
that tract of land described by to Alliance Westport No. 24, Ltd., recorded in Instrument Number 2024-
112337, both of said Real Property Records;
THENCE with the south line of said Alliance tract, and the north line of said AIL tract, the following
bearings and distances:
S 68°32'04"E, 132.08 feet;
S 48°27'55" E, 345.02 feet, to the POINT OF BEGINNING;
THENCE continuing with said common line, the following bearings and distances:
S 48-27.55" E, 80.78 feet;
N 78°09'48" E, 890.80 feet;
THENCE departing said common line, over and across said AIL tract, the following bearings and distances:
S 86n18'47"
E, 307.21 feet;
S 03n41' 13"
W, 15.00 feet;
N 86°18'47"
W, 305.17 feet;
S 78009'48"
W, 896.30 feet;
N 48°27'55"
W, 83.08 feet;
N 87°00'05"
W, 31.49 feet;
NO2a59'55"
E, 15.00 feet;
THENCE S 87°00'05" E, 36.74 feet, to the Point of Beginning and containing 19,733 square feet or 0.453
acres of land more or less.
"Integral pans of dds dmument"
1. Dmdption— 1 Page
2. Exhibit —2 Pages
Peloton Job No. 0051430 Tracking No. ACF# 8829
Denton November 06, 2024
G:UOB\0051430.00\2 SRVY\rS,%fTS\LEGALS\0051430, EA3.DOCX Page I of 3
CO
Point of
ti
Commencuxg
x`} •
j'� %�32 �„'
.'r'
)a.aT Err1111
N!T.
Roya,Ltd.
ins.- 2024-:12337
RPR.OLI.
! � 9.Tj'Laa cr-nm�r/
r�
i
�3rS
p • 4483.66
C. Y.Ib 3U
77v4
j
Jf�� S87°0C'05"E�
m'ccryFaser✓✓
• r!'
NO2'
3E.74'
59'55"E
15.00'
N87'00'05"W
+ AIL Investment, L.P.
f" l
i 8, AiL West, LLC,
j Inst.- 2019-99456 d
7 it 1 R.P.R.D.C.T. 1;i, 2J'rme f�en¢nro
Uos,s oBenrino Is b;e :cxns Cowd,nule Syc;en
North Ce,l-1:onc 4202. Ntd, d3
IF.F non iod
i
C,PO�WC SCPL_ IN CEET
.nley. alporls Of th•S Ontrtrnert
Des:np;mn I �nges
7 f xtnDil - 2 Panes
Point of
Beginning
IiIrS48' 27'55"F
a0.78'
N48' 27'55"W
83.08' c,t}P•.•� E
r CI P1
0\
(2 • P.
;r
7NO
RF
j; Exhibit of a
w \
lof FI Oak 2 \
WSS'QC T Addif, On
1,,,0.9 2023-112
R.P.R.D.C.c.
15' Drainage hasement
legs s FIRM ,RFC NO 10074301 C,ty o. For, Anrth, Denton Cn',.n`y Isx^s P;1124 was;.uoe rmless o,ol Sa..,rbs. o-c
Ian
y
j
0 100 200
LSM'61#---
GRAPHIC SCALE IN FEE
"olegrolpofts at lhls document"
1. Descnpbon 1 Pages
2. ?xh.an . 2 Rogcs
"V- bj
tl,b
FSPEIS - LS FYiu nEG NO IM74301
G, A65R �fJ 97LIpVE y
2
Aficoce We 4wf
Wa.24. L%.
lost• 2024-1,2351
RP.R.rlU
Basis of Beonna Is the Teas Coordlr,me System m 3
North Control/one 4202, NAD 83 o i
i w .
IRF - Iron Rod Found twat n
10 prwine E�semlol
vaRa9eo"Pµl2%
p"J.
S
_. S86o 18'47"E 307.21' n \
305.— p
M^ \ E
a
m
AIL Investment, L.P. '
\'.i/
Tlr Soon v
& AIt. west, LLC.
P,xla E50.
Pfyoox D,M Fad EosprcM
inst.- 2019-99456 Inn.•xansi2ae
Ind• 2004.85N
RP RDc7. /
R.P-R.D.C.T. FVPD[r — "
rnµa-e=., mncn,
/ P,g
Exhibit of a
1 n /1 T n O ssee. t,
15 Drainage �u.�„�..ent,
Sdun_:ed ''I ;he C. Overton Survey, Abstract NuTlber 972,
Cty of fort Worth, Derton Count, 'texas.
Crpv,x,htfn2024 Wel Mood PmIN]Drcl SeraDel,lrc Y
GC-4.02 Subsurface and Physical Conditions
THIS PAGE LEFT INTENTIONALLY BLANK
CITY OF FORT WORTH Paving, Drainage, Water, Sewer, Street Light & Traffic Signal Improvements to
serve Intermodal Parkway
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN:104135
Revised July 1, 2011
Westport 24
Geotechnical Engineering Report
Fort Worth, Texas
September 27, 2024 1 Terracon Project No. 94245346
Prepared for:
Hillwood Alliance Services, LLC
9800 Hillwood Parkway, Suite 300
Fort Worth, Texas 76177
Iierracon
Explore with us
Nationwide Facilities
■ Environmental
■ Czeotechnical
Terracon.com ■ Materials
r rerracon
1801 Handley Ederville Road
Fort Worth, Texas 76118
P (817) 268-8600
Terracon.com
September 27, 2024
Hillwood Alliance Services, LLC
9800 Hillwood Parkway, Suite 300
Fort Worth, Texas 76177
Attn: Mr. Jesse Carrasco
P: (817) 224-6000
E: Jesse.Carrasco@hillwood.com
Re: Geotechnical Engineering Report
Westport 24
FM 156
Fort Worth, Texas
Terracon Project No. 94245346
Dear Mr. Carrasco:
We have completed the scope of Geotechnical Engineering services for the above
referenced project in general accordance with Terracon Proposal No. P94245346 dated
June 14, 2024. This report presents the findings of the subsurface exploration and
provides geotechnical recommendations concerning earthwork and the design and
construction of foundations, floor slabs, and pavements for the proposed project.
We appreciate the opportunity to be of service to you on this project. If you have any
questions concerning this report or if we may be of further service, please contact us.
Sincerely,
Terracon
Registration No. F-3272
Sushanta Bhusal, E.I.T.
Senior Staff Engineer
Christopher W. Eddy, P.E.
Senior Geotechnical Engineer
Facilities I Environmental I Geotechnical I Materials
Geotechnical Engineering Report
Westport 24 1 Fort Worth, Texas r ierracon
September 27, 2024 1 Terracon Project No. 94245346
Table of Contents
ReportSummary.............................................................................................. i
Introduction.................................................................................................... 1
ProjectDescription.......................................................................................... 1
SiteConditions................................................................................................
2
Geotechnical Characterization......................................................................... 3
SeismicSite Class............................................................................................ 6
GeotechnicalOverview.................................................................................... 7
Earthwork....................................................................................................... 8
SitePreparation........................................................................................
8
Building Pad Preparation............................................................................
9
FillMaterial Types....................................................................................11
Fill Placement and Compaction Requirements...............................................11
Utility Trench Backfill................................................................................12
Earthwork Construction Considerations.......................................................13
Construction Observation and Testing.........................................................
14
Site Grades and Drainage..........................................................................16
Landscape Considerations.............................................................................
16
DeepFoundations..........................................................................................
17
Straight Drilled Shafts - Axial Capacity........................................................17
LateralCapacity......................................................................................18
Soil Induced Uplift Loads...........................................................................19
Drilled Shafts Construction Considerations...................................................19
Grade Beams, Pier Caps, and Wall Panels....................................................20
FootingFoundations......................................................................................
21
Design Parameters - Compressive Loads.....................................................21
Footing Foundation Construction Considerations...........................................21
FloorSlabs....................................................................................................
23
Floor Slab and Flatwork on Modified Subgrade..............................................23
Floor Slab Design Parameters....................................................................24
Floor Slab Construction Considerations........................................................24
Lateral Earth Pressures.................................................................................
24
Design Parameters...................................................................................24
Wall Drainage Considerations....................................................................26
Wall Backfill Settlement............................................................................
26
Pavements....................................................................................................
27
Parking and Drive Lane Pavement Subgrades...............................................27
PavementSections...................................................................................28
Pavement Maintenance.............................................................................
29
Pavement Design Considerations................................................................29
GeneralComments........................................................................................
30
Facilities I Environmental I Geotechnical I Materials
Geotechnical Engineering Report
Westport 24 1 Fort Worth, Texas
September 27, 2024 1 Terracon Project No. 94245346
Figures
GeoModel
Attachments
Exploration and Testing Procedures
Site Location and Exploration Plans
Exploration and Laboratory Results
Supporting Information
ierracon
Note: This report was originally delivered in a web -based format. Blue Bold text in the
report indicates a referenced section heading. The PDF version also includes hyperlinks
which direct the reader to that section and clicking on the Werracon logo will bring you
back to this page. For more interactive features, please view your project online at
client.terracon.com.
Refer to each individual Attachment for a listing of contents.
Facilities I Environmental I Geotechnical I Materials ii
Geotechnical Engineering Report
Westport 24 1 Fort Worth, Texas .lerracon
September 27, 2024 1 Terracon Project No. 94245346
Report Summary
Topic 1
Overview Statement 2
The project includes a 1,145,760-sf warehouse building with
associated parking lots and drive lanes on all sides of the
Project Description
building. A detention pond is planned south of the building and
pavements.
Subsurface profile of the project site consists of overburden
clay soils underlain by tan/gray limestone. Groundwater was
Geotechnical
encountered in boring B-4 and B-29 at a depths of about 8 to
Characterization
13 feet while drilling and groundwater level observed at depths
of about 19 to 20 feet at completion of drilling.
Straight drilled shafts founded in the gray limestone can be
Deep Foundations
used to support the structural loads through a combination of
end bearing and skin friction.
Footing
Shallow foundations can be used to support site retaining walls
Foundations
that can tolerate vertical movements.
Slabs supported on a modified subgrade that have been
Floor Slabs
prepared to reduce soil movements are recommended for floor
slab and flatwork support
Truck dock walls are expected to be constructed as part of site
Lateral Earth
development to achieve final grades. Wall heights of up to
Pressures
5 feet are anticipated.
Concrete pavements placed on a compacted natural or
Pavements
stabilized subgrade can be used for parking, driveway, and
dumpster areas.
General Comments
This section contains important information about the
limitations of this geotechnical engineering report.
1. If the reader is reviewing this report as a pdf, the topics provided in the table
can be used to access the appropriate section of the report by simply clicking
on the topic itself.
2. This summary is for convenience only. It should be used in conjunction with the
entire report for design purposes.
Facilities I Environmental I Geotechnical I Materials
Geotechnical Engineering Report
Westport 24 1 Fort Worth, Texas ■ ierracon
September 27, 2024 1 Terracon Project No. 94245346
Introduction
This report presents the results of our subsurface exploration and Geotechnical
Engineering services performed for the proposed project. The purpose of these services
is to provide information and geotechnical engineering recommendations relative to:
■ Subsurface conditions
■ Groundwater conditions
■ Seismic site classification
■ Site preparation and earthwork
■ Foundation design and construction
■ Floor slab design and construction
■ Lateral earth pressure
■ Pavement design and construction
The geotechnical engineering Scope of Services for this project included the
advancement of borings, laboratory testing, engineering analysis, and preparation of this
report.
Drawings showing the site and boring locations are shown on the Site Location and
Exploration Plan, respectively. The results of the laboratory testing performed on soil
samples obtained from the site during our field exploration are included on the boring
logs in the Exploration and Laboratory Results section.
Project Description
Our initial understanding of the project was provided in our proposal and was discussed
during project planning and our final understanding of the project conditions is as
follows:
Item
Description
Project
The project includes a 1,145,760-sf warehouse building with
Description
parking lots and drive lanes on all sides of the building. A
detention pond is planned south of the building and pavements.
Building
We anticipate the building will be constructed using concrete
Construction
tilt -up panels, interior steel columns, and a grade -supported
floor slab.
Finished Floor
Finished floor elevation for the building is anticipated to be
Elevation
718.58 feet based on the Westport 24 - Site Plan Exhibit dated
May 2024 and provided by Hillwood.
Facilities I Environmental I Geotechnical I Materials
Geotechnical Engineering Report
Westport 24 1 Fort Worth, Texas ■ ierracon
September 27, 2024 1 Terracon Project No. 94245346
Item Description
■ Columns: 200 kips
Maximum Loads 0 Walls: 2 to 3 k/ft
Based on the Westport 24 - Site Plan Exhibit, as much as 4 to
11 feet of cut and/or fill will be required to establish finish
Grading/Slopes grades in the building and pavement areas. Final slopes are
planned with an inclination of 4H:1V (Horizontal: Vertical) or
flatter.
Below -Grade
None
Structures
Truck dock walls are expected to be constructed as part of site
Retaining Walls development to achieve final grades. Wall heights of up to 5 feet
are anticipated.
Portland cement concrete driveway and parking areas will be
Pavements constructed on the site. The pavement design period is 20
years.
We should be notified if any of the stated information is inconsistent with the planned
construction, especially the grading limits, as modifications to our recommendations may
be necessary.
Site Conditions
The following description of site conditions is derived from our site visit in association
with the field exploration and our review of publicly available geologic and topographic
maps.
Item Description
Parcel
The project site is an approximately 75-acre tract located along
the southeast side of FM 156 in Fort Worth, Texas
Information Latitude/Longitude (approximate): 33.009420N, 97.33766°W
Existing The site is a vacant tract of land with a fence row extending
Improvements east -west across the north portion of the site.
Current Ground Grassy vegetation with some brush/trees located along a fence
Cover row and drainage features.
Based on the Westport 24 - Site Plan Exhibit provided by
Existing
Hillwood, the project site is generally highest in elevation along
Topography the west side of the site and tends to slope down to the east
and north with as much as 30 feet of elevation change across
the site.
Facilities I Environmental I Geotechnical I Materials 2
Geotechnical Engineering Report
Westport 24 1 Fort Worth, Texas ■ ierracon
September 27, 2024 1 Terracon Project No. 94245346
Item I ascription
Geology The site is situated within the Fort Worth Limestone and Duck
Creek geologic formation.
Geotechnical Characterization
We have developed a general characterization of the subsurface conditions based upon
our review of the subsurface exploration, laboratory data, geologic setting and our
understanding of the project. This characterization, termed GeoModel, forms the basis of
our geotechnical calculations and evaluation of the site. Conditions observed at each
boring are indicated on the individual logs. The individual logs can be found in the
Exploration and Laboratory Results and the GeoModel can be found in the Figures
attachment.
As part of our analyses, we identified the following model layers within the subsurface
profile. For a more detailed view of the model layer depths at each boring location, refer
to the GeoModel.
Model
Layer Name
General Description
Layer
Fat Clay (CH) and lean Clay (CL) with limestone
1
Overburden
fragments and calcareous nodules, dark brown, brown,
Soil
light brown and gray
Weathered
Limestone, weathered, with clay layers, tan
2
Bedrock
Limestone, with interbedded dark gray shale seams
3
Bedrock
and layers, gray
The following table summarizes the rock profile at the boring locations:
Ground
Depth to
Top of Tan
Depth to Top
Top of Gray
Boring
Surface
Top of Tan
Limestone
of Gray
Limestone
No.
Elevation
Limestone
Elevation
Limestone
Elevation
(ft.)
(ft.)
(ft.)
(ft.)
(ft.)
B-1
722.67
2
720.67
13
709.67
B-2
720.85
4
716.85
10
710.85
B-3
718.89
4
714.89
12
706.89
B-4
720.85
2
718.85
13
707.85
B-5
722.44
4
718.44
16
706.44
B-6
721.51
2
719.51
14
707.51
Facilities I Environmental I Geotechnical I Materials 3
Geotechnical Engineering Report
Westport 24 1 Fort Worth, Texas
September 27, 2024 1 Terracon Project No. 94245346
Boring
No.
B-7
B-8
B-9
B-10
B-11
B-12
B-13
B-14
B-15
B-16
B-17
B-18
B-19
B-20
B-21
B-22
B-23
B-24
B-25
B-26
B-27
B-28
B-29
B-30
B-31
B-32
B-33
B-34
B-35
B-36
B-37
B-38
B-39
B-40
Ground
Surface
Elevation
(ft.)
718.53
714.78
710.94
720.13
718.98
718.87
719.89
720.87
719.64
717.00
713.54
718.67
717.94
716.82
716.44
718.44
718.11
718.43
715.83
712.70
717.11
715.94
713.58
714.46
715.62
716.67
716.21
712.91
715.24
715.47
714.10
711.57
711.91
714.12
Depth to
Top of Tan
Limestone
(ft.)
4
10
10
4
4
3
2
4
2
1
1
2
2
10
3
4
2
1
1
2
1
2
6
8
4
2
2
1
2
1
2
4
13
2
Top of Tan
Limestone
Elevation
(ft.)
714.53
704.78
700.94
716.13
714.98
715.87
717.89
716.87
717.64
716.00
712.54
716.67
715.94
706.82
713.44
714.44
716.11
717.43
714.83
710.70
716.11
713.94
707.58
706.46
711.62
714.67
714.21
711.91
713.24
714.47
712.10
707.57
698.91
712.12
Depth to Top
of Gray
Limestone
(ft.)
12
12
13
12
12
12
12
16
13
13
11
12
13
13
13
13
13
12
12
11
12
12
14
18
13
12
13
12
12
13
10
14
17
13
ierracon
Top of Gray
Limestone
Elevation
(ft.)
706.53
702.78
697.94
708.13
706.98
706.87
707.89
704.87
706.64
704.00
702.54
706.67
704.94
703.82
703.44
705.44
705.11
706.43
703.83
701.70
705.11
703.94
699.58
696.46
702.62
704.67
703.21
700.91
703.24
702.47
704.10
697.57
694.91
701.12
Facilities I Environmental I Geotechnical I Materials 4
Geotechnical Engineering Report
Westport 24 1 Fort Worth, Texas
September 27, 2024 1 Terracon Project No. 94245346
ierracon
Ground
Depth to Top of Tan
Depth to Top Top of Gray
Boring
Surface
Top of
Tan Limestone
of Gray Limestone
No.
Elevation
Limestone Elevation
Limestone Elevation
(ft.)
(ft.)
(ft.)
(ft.) (ft.)
B-41
714.83
1
713.83
12 702.83
B-42
714.30
1
713.30
12 702.30
B-43
708.26
6
702.26
17 691.26
Not observed within boring
P-1
720.70
6
714.70
termination depth
Not observed within boring
P-2
723.17
2
719.17
termination depth
Not observed within boring
P-3
720.65
3
717.65
termination depth
Not observed within boring
P-4
715.45
2
713.45
termination depth
P-5
702.49
Not observed within
boring termination depth
P-6
707.13
Not observed within
boring termination depth
P-7
698.18
Not observed within
boring termination depth
Not observed within boring
P-8
712.46
1
711.46
termination depth
Not observed within boring
P-9
711.43
4
707.43
termination depth
Not observed within boring
P-10
710.32
4
706.32
termination depth
Not observed within boring
P-11
711.88
4
707.88
termination depth
P-12
716.81
Not observed within
boring termination depth
P-13
722.74
4
718.74
P-14
711.16
Not observed within
boring termination depth
P-15
708.41
Not observed within
boring termination depth
Not observed within boring
P-16
700.64
4
696.64
termination depth
Not observed within boring
P-17
705.36
6
699.36
termination depth
Not observed within boring
P-18
709.10
3
706.10
termination depth
Not observed within boring
P-19
702.46
3
699.46
termination depth
Not observed within boring
P-20
700.84
8
692.84
termination depth
Facilities I Environmental I Geotechnical I Materials 5
Geotechnical Engineering Report
Westport 24 1 Fort Worth, Texas
September 27, 2024 1 Terracon Project No. 94245346
Ground
Boring
Surface
No.
Elevation
(ft.)
P-21
692.31
DP-1
719.73
ierracon
Depth to
Top of Tan
Depth to Top
Top of Gray
Top of Tan
Limestone
of Gray
Limestone
Limestone
Elevation
Limestone
Elevation
(ft.)
(ft.)
(ft.)
(ft.)
Not observed
within
boring termination depth
12
707.73
16
703.73
The boreholes were observed while drilling and after completion for the presence and
level of groundwater. The water levels observed in the boreholes can be found on the
boring logs in the Exploration Results and are summarized in the following table.
Approximate Depth to Approximate Depth to
Boring Groundwater While Groundwater After
Drilling (ft) 1 Drilling (ft) 1
B-4 13 19
B-29 8 20
1. Below ground surface at the time the borings were advanced
Groundwater was not observed in the remaining borings while drilling, or for the short duration
the borings could remain open. These groundwater observations provide an indication of the
groundwater conditions present at the time the borings were drilled. Groundwater conditions
may be different at the time of construction.
A relatively long period may be necessary for a groundwater level to develop and stabilize in a
borehole. Long-term observations in piezometers or observation wells sealed from the
influence of surface water are often required to define groundwater levels. Long-term
groundwater monitoring was outside the scope of services for this project.
Groundwater level fluctuations occur due to seasonal variations in the amount of rainfall,
runoff and other factors not evident at the time the borings were performed. Perched
water seepage can be present in and above the limestone stratum, particularly during or
following rainy periods of the year. Groundwater levels during construction or at other
times in the life of the structure may be higher or lower than the levels indicated on the
boring logs. The possibility of groundwater level fluctuations should be considered when
developing the design and construction plans for the project.
Seismic Site Class
The seismic design requirements for buildings and other structures are based on Seismic
Design Category. Site Classification is required to determine the Seismic Design
Category for a structure. The Site Classification is based on the upper 100 feet of the
site profile defined by a weighted average value of either shear wave velocity, standard
Facilities I Environmental I Geotechnical I Materials 6
Geotechnical Engineering Report
Westport 24 1 Fort Worth, Texas ■ ierracon
September 27, 2024 1 Terracon Project No. 94245346
penetration resistance, or undrained shear strength in accordance with Section 20.4 of
ASCE 7-16 and the International Building Code (IBC 2021). Based on the soil/bedrock
properties observed at the site and as described on the exploration logs and results, our
professional opinion is that a Seismic Site Classification of C be considered for the
project. Subsurface explorations at this site were extended to a maximum depth of 40
feet. The site properties below the boring depth to 100 feet were estimated based on our
experience and knowledge of geologic conditions of the general area. Additional deeper
borings or geophysical testing may be performed to confirm the conditions below the
current boring depth.
Geotechnical Overview
Subsurface conditions encountered in the borings consisted of clay soils overlying tan
ang gray limestone bedrock.
Expansive soils are present on this site. The magnitude of the moisture induced potential
vertical movement (PVM) is dependent on several factors including the thickness of
active clay soils and moisture levels of the overburden soils at the time of construction.
Based on the plasticity index (PI) of the soils and swell tests, the maximum PVM of the
site soils is estimated to be on the order of 4 to 5 inches when the soils are in a dry
moisture state.
The expansive soils present at this site can subject shallow foundations to significant
differential movements due to moisture fluctuations in the soils. This report provides
recommendations to help mitigate the effects of soil shrinkage and expansion. However,
even if these procedures are followed, some movement and cracking in the structure
should be anticipated. The severity of cracking and other damage such as uneven floor
slabs will increase if excessive wetting or drying of the expansive soils is allowed to
occur during or after construction.
Straight drilled shafts bearing in gray limestone are recommended to support the
proposed structure. Grade beams and pier caps should be supported by the drilled shaft
foundations with a void space between the grade beams and the subsurface clay soils.
The floor slab should be structurally supported above the subgrade soils if floor slab
movements cannot be tolerated. If floor movements on the order of 1 inch are acceptable, the
floor slab can be placed on a modified subgrade. The Deep Foundation section addresses
support of the building foundations. The Floor Systems section addresses structurally
suspended and grade supported floor slabs.
Retaining walls will be constructed as part of the truck dock walls. Walls that cannot
tolerate vertical movements or that are associated with the building should be supported
by drilled shafts, as discussed in Deep Foundations. A void space should be provided
below drilled shaft supported walls, as described in Grade Beams. Walls that can
Facilities I Environmental I Geotechnical I Materials 7
Geotechnical Engineering Report
Westport 24 1 Fort Worth, Texas
September 27, 2024 1 Terracon Project No. 94245346
ierracon
tolerate movements can be supported by spread footings, as discussed in Shallow
Foundations. Retaining walls should be designed using the parameters provided in the
Lateral Earth Pressures section.
A detention pond is planned at the southwest corner of the project site. Considerations for
liners and groundwater effects are addressed in the Retention Pond section.
Portland cement concrete (PCC) pavement sections can be used for the pavement area.
The Pavements section addresses the design of pavement systems.
The recommendations contained in this report are based upon the results of field and
laboratory testing, engineering analyses, and our current understanding of the proposed
project. The General Comments section provides an understanding of the report
limitations.
Earthwork
Earthwork is anticipated to include clearing and grubbing, excavations, and engineered
fill placement. The following sections provide recommendations for use in the
preparation of specifications for the work.
Site Preparation
The site should be stripped and grubbed to remove all vegetation, deleterious material,
and debris. The exposed subgrade should then be proof rolled prior to placing any fill. In
cut areas, proof rolling should be performed after excavating to final grade. The proof
rolling should be performed with a fully loaded, tandem -axle dump truck or other
equipment providing an equivalent subgrade loading. A minimum gross weight of
20 tons is recommended for the proof rolling equipment. Where practical, the proof
rolling should consist of several overlapping passes in mutually perpendicular directions
over a given area. Any soft or pumping areas should be modified using one of the
methods discussed in this section.
Methods of remediating soft areas identified during the proof rolling include scarification
and compaction at the proper moisture content, lime treatment, or removal of unstable
materials and replacement with granular fill (with or without a geogrid). The appropriate
method of improvement, if required, would be dependent on factors such as schedule,
weather, the size of the area to be stabilized, and the nature of the instability. More
detailed recommendations can be provided during construction as the need for subgrade
modification occurs. Performing site grading operations during warm seasons and dry
periods would help to reduce the amount of subgrade stabilization required.
Facilities I Environmental I Geotechnical I Materials 8
Geotechnical Engineering Report
Westport 24 1 Fort Worth, Texas ■ Terracon
September 27, 2024 1 Terracon Project No. 94245346
Building Pad Preparation
Foundations and flatwork placed on -grade will be subject to movement because of
moisture induced volume changes in the active clay soils that can occur following
construction. The soils expand (heave) with increases in moisture and contract (shrink)
with decreases in moisture.
The magnitude of the moisture induced potential vertical movement (PVM) is variable
and is influenced by the soil properties, overburden pressures, thickness of clay, and soil
moisture levels at the time of construction. Based on the soil types and thickness
encountered in the borings, the PVM for slabs placed on grade is estimated to be about 4
to 5 inches for dry soil moisture conditions that can exist prior to construction. The PVM
is estimated based on Texas Department of Transportation's Test Procedure Tex-124-E,
dry soil conditions, and the results of swell tests.
Large warehouse structures typically use slab -on -grade construction with some type of
subgrade preparation to reduce expected movements. If potential floor slab movements
on the order of 1 inch are acceptable, the floor slab can be supported on a
modified/moisture conditioned subgrade. If floor slab movements must be limited to less
than 1 inch, Terracon should be contacted for recommendations for a structural floor
slab.
Note that movements of 1/2 inch can result in uneven floors, sticking doors, and cracking
of floor slabs and wall partitions. If the risk of these movements is unacceptable, the
floor slab should be structurally supported above the active clays.
Slab on grade construction should only be considered if slab movements on the order of
1 inch are considered acceptable. Reductions in anticipated movements to about 1 inch
can be achieved by using methods developed in this area. A suitable method for this site
consists of moisture conditioning the clay soils and capping them with flexible base or
lime treated soil. The moisture conditioning can be achieved by excavation and
replacement as described in following paragraphs.
Excavation and Replacement
If movements on the order of 1 inch are acceptable, the subgrade should be moisture
conditioned by performing the following steps:
1. Excavate on -site soils to a depth of 101/2 feet below finished building pad
elevation. If tan limestone is encountered it is not necessary to excavate beyond
the top of the tan limestone layer to install moisture conditioned soil. If limestone
is exposed at the final building pad elevation, a minimum of 6 inches of flexible base
should be placed between the limestone and concrete floor slab as a bond breaker.
Excavation should extend laterally at least 5 feet beyond the building perimeter
Facilities I Environmental I Geotechnical I Materials 9
Geotechnical Engineering Report
Westport 24 1 Fort Worth, Texas
September 27, 2024 1 Terracon Project No. 94245346
ierracon
and should extend below any flatwork and pavement that is sensitive to
movement.
2. Scarify any clay soils at the bottom of the excavation to a depth of 6 inches,
adjust the soil moisture content and compact soil to meet the requirements for
moisture conditioned soil as described in Fill Placement and Compaction
Requirements.
3. Backfill the excavated area with the moisture conditioned soils up to 8 inches
below finished building pad elevation if a flexible base cap is used or to the
finished pad elevation if a lime -treated soil cap is used. The excavated soil or
imported fill, except for deleterious materials or rock greater than 4 inches, can
be placed as moisture conditioned soil in accordance with Fill Placement and
Compaction Requirements for moisture conditioned clay.
a. For the flexible base cap, place 8 inches of flexible base material over the
moisture conditioned subgrade to establish finish building pad elevation.
The flexible base material should be compacted as recommended in Fill
Placement and Compaction Requirements. The flexible base should
not extend beyond the perimeter of the structure.
b. For the lime -treated soil cap, the upper 8inches of the building pad should
be lime treated. A minimum of 8 percent hydrated lime (TxDOT Item 260),
by dry weight, is estimated for treating the subgrade soil. The lime
application rate should be determined by laboratory testing (lime -PI
series) once the building pad subgrade is rough graded. The lime should be
thoroughly mixed and blended with the top 8 inches of the subgrade and
uniformly compacted to the criteria described in Fill Placement and
Compaction Requirements for pavement subgrades.
Care should be taken that a lift of moisture conditioned soils is not allowed to desiccate
prior to placing a subsequent lift. If the surface of the moisture conditioned soil is
allowed to desiccate prior to placement of the cap, the desiccated soils should be
reworked and placed in a moisture conditioned state as recommended in this report.
Positive drainage must be provided away from the structure to prevent the ponding of
water in the fill, during and following construction.
The flexible base or lime treated soil cap must be placed above the moisture conditioned
soils in a short period of time (i.e. within 48 hours) following completion of the moisture
conditioning process to prevent the loss of soil moisture. If the surface of the moisture
conditioned soil is allowed to desiccate prior to placement of the subsequent lift or cap,
the desiccated soils should be reworked and placed in a moisture conditioned state.
Where limestone is present at finished building pad elevation, we recommend the
limestone be excavated to allow placement of 4 inches of flexible base material or
processed on -site limestone to provide a relatively smooth pavement subgrade to act as
a bond breaker between the portland cement concrete and underlying limestone.
Facilities I Environmental I Geotechnical I Materials 10
Geotechnical Engineering Report
Westport 24 1 Fort Worth, Texas
September 27, 2024 1 Terracon Project No. 94245346
Fill Material Types
Fill materials should meet the following requirements.
Material Type
Description
Free of vegetation, organic material,
On -Site Soils debris, and rocks greater than
4 inches in maximum dimension.
Clay soil free of hazardous chemicals,
vegetation, organic material, debris,
Imported Fill and rocks greater than 4 inches in
maximum dimension, with a liquid
limit (LL) of 80 or less
ierracon
Appropriate Use
■ General site grading
■ Pavement subgrade
■ Utility trench backfill
■ Moisture conditioned soils
■ Truck dock wall backfill
TxDOT Item 247, Type A or D, Grade
■ Cap above moisture
Flexible Base 1-2. Recycled concrete meeting this
gradation is acceptable. conditioned clay
Non -plastic material with less than
Granular Wall 3% passing no. 200 sieve and less
■ Truck dock wall backfill
Backfill than 30% passing #40 sieve.
Maximum aggregate size of 2 inches.
Fill Placement and Compaction Requirements
We recommend that all fill be observed and tested for moisture content and compaction
during placement. Should the results of the in -place density tests indicate the specified
moisture or compaction limits have not been met, the area represented by the test must
be reworked and retested as required until the specified moisture and compaction
requirements are achieved.
Recommendations for compaction are presented in the following table. Fills should be
placed at a maximum loose lift thickness of 6 and 9 inches for hand -operated and heavy
compaction equipment, respectively.
Item
On -Site Soils or
Imported Fills Placed
Outside the Moisture
Conditioned Zone
Compaction
A minimum of 95%
maximum standard
Proctor dry density (ASTM
D698)
Moisture Content
At or above optimum
moisture content
Facilities i Environmental I Geotechnical I Materials 11
Geotechnical Engineering Report
Westport 24 1 Fort Worth, Texas
September 27, 2024 1 Terracon Project No. 94245346
Item
Moisture Conditioned
Soil and Backfill Against
the Face of Grade Beams
and Tilt -Wall Panels
Flexible Base
Pavement Subgrades 1
(natural or lime treated)
Compaction
In the range of 93% to
98% maximum standard
Proctor dry density (ASTM
D698)
A minimum of 95%
maximum standard
Proctor dry density (ASTM
D698)
A minimum of 95%
maximum standard
Proctor dry density (ASTM
D698)
ierracon
Moisture Content
In the range of +5 to
+8 percentage points of
optimum moisture content 2
In the range of -2 to
+2 percentage points of
optimum moisture content
In the range of 0 to
+3 percentage points of
optimum moisture content
At a minimum of 60% of
Granular Wall Backfill relative density (ASTM fa il moisture content that
facilitates compaction
D4253) fa
1. The compaction criteria in the fire lanes and public roadways must meet the
requirements of the local governing authority.
2. Swell tests must be performed on the moisture conditioned soils to evaluate the
compaction moisture content that results in 1 percent or less swell. The testing
program is described in Construction Observation and Testing.
Utility Trench Backfill
Utility trenches are a common source of water infiltration and migration. All utility
trenches that penetrate beneath the structure should be backfilled to restrict water
intrusion and flow through the trenches that could migrate below the structure. We
recommend constructing a clay or flowable fill "trench plug" that extends at least 2 feet
out from the exterior perimeter of the building. The clay fill/flowable fill should be placed
to surround the entire utility line and it should fill the utility trench in width and height,
with the exception of topsoil at the surface. If a clay plug is used, it should consist of
clay soil with a minimum plasticity index (PI) of 30 and should be compacted in
accordance with the applicable recommendations as described in Fill Placement and
Compaction Requirements. If flowable fill is used, it should meet the requirement of
TxDOT Item 401, excavatable or non-excavatable characteristics.
Utility lines will be placed in backfilled trenches surrounded by expansive clays capable
of moving several inches cyclically throughout the year. This level of movement can lead
to bending, cracking, or separation of utility lines and connections. Care should be taken
that utility trenches are not left open for extended periods, and they are properly
backfilled. Flexible joints and connections should be designed by the MEP to
Facilities I Environmental I Geotechnical I Materials 12
Geotechnical Engineering Report
Westport 24 1 Fort Worth, Texas
September 27, 2024 1 Terracon Project No. 94245346
ierracon
accommodate differential movements along the utility lines, particularly in areas where
ground supported utilities and structurally supported utilities converge. Where utilities
penetrate grade beams, wall panels, and below -grade walls, an opening should be
provided in the grade beams, wall panels, and below -grade walls and the utility line
should be centered in the opening. A clear spacing equivalent to the potential vertical
movement (PVM) of the on -site soil should be provided between the outside surface of
the utility line and the grade beam, wall panel, and below -grade wall. If moisture
conditioning is performed as discussed in Building Pad Preparation, the PVM will be
about 1 inch.
Earthwork Construction Considerations
Shallow excavations for the proposed structure are anticipated to be accomplished with
conventional construction equipment. In some areas, limestone was shallow. The
limestone is hard and may be difficult to excavate. Excavations extending into the
limestone may require breaker hoes, trenchers, and milling machines equipped with rock
teeth. Line drilling can be used to control over break at the limits of the excavation. The
limestone may be very difficult to process down for use as suitable fill in the building
and paving areas and may have to be placed in landscape areas (i.e. outside building
and pavement areas) or wasted.
The on -site clay soils exposed during construction are anticipated to be relatively stiff
and therefore should be able to support lightly loaded construction equipment when dry.
However, stability of the subgrade will be affected by rainfall and repetitive construction
traffic. If unstable conditions develop, workability of the soils may be improved by
scarifying and drying. Effective drainage should be completed early in the construction
sequence and maintained after construction to avoid potential issues. If possible, the
grading should be performed during the warmer and drier time of the year. If grading is
performed during the winter months, an increased risk for possible undercutting and
replacement of unstable subgrade will persist.
The earthwork contractor selected for moisture conditioning (by mechanically mixing of
soil and water) should have experience with the process. Disks, plows or other
equipment capable of mixing and achieving a uniform moisture content throughout each
lift should be used. Proper equipment capable of achieving a uniform moisture content
within the moisture conditioned fill is essential. Dry or extremely wet zones within the
moisture conditioned fill can result in excess swelling if the fill is dry or settlement if the
fill is too wet. Either of these conditions can be detrimental to the long-term
performance of the building subgrade.
Upon completion of filling and grading, care should be taken to maintain the subgrade
water content prior to construction of grade -supported improvements such as floor slabs
and pavements. Construction traffic over the completed subgrades should be avoided.
The site should also be graded to prevent ponding surface water on the prepared
Facilities I Environmental I Geotechnical I Materials 13
Geotechnical Engineering Report
Westport 24 1 Fort Worth, Texas
September 27, 2024 1 Terracon Project No. 94245346
Terracon
subgrades or in excavations. Water collecting over or adjacent to construction areas
should be removed. If the subgrade freezes, desiccates, saturates, or is disturbed, the
affected material should be removed, or the materials should be scarified, moisture
conditioned, and recompacted prior to floor slab construction.
As a minimum, excavations should be performed in accordance with OSHA 29 CFR, Part
1926, Subpart P, "Excavations" and its appendices, and in accordance with any
applicable local and/or state regulations.
Construction site safety is the sole responsibility of the contractor who controls the
means, methods, and sequencing of construction operations. Under no circumstances
shall the information provided herein be interpreted to mean Terracon is assuming
responsibility for construction site safety or the contractor's activities; such
responsibility shall neither be implied nor inferred.
Excavations or other activities resulting in ground disturbance have the potential to
affect adjoining properties and structures. Our scope of services does not include review
of available final grading information or consider potential temporary grading performed
by the contractor for potential effects such as ground movement beyond the project
limits. A preconstruction/precondition survey should be conducted to document nearby
property/infrastructure prior to any site development activity. Excavation or ground
disturbance activities adjacent or near property lines should be monitored or
instrumented for potential ground movements that could negatively affect adjoining
property and/or structures.
Construction Observation and Testing
The earthwork efforts should be monitored under the direction of the Geotechnical
Engineer. Monitoring should include documentation of adequate removal of any existing
fill, vegetation, any debris/ deleterious materials, trees, tree roots, and topsoil, proof -
rolling and mitigation of areas delineated by the proof -roll to require mitigation.
Each lift of compacted fill should be tested, evaluated, and reworked as necessary until
approved by the Geotechnical Engineer prior to placement of additional lifts as outlined
in Fill Placement and Compaction Requirements and as recommended in the
following table.
Material Type
Frequency of In -Place Moisture and Density Tests 1
Building Pad Areas and At least 1 test per 10,000 sf of area per compacted
Pavement Areas lift with a minimum of 3 tests per lift
Trench Backfill At least 1 test for every 100 linear feet per lift of
compacted trench backfill
Facilities I Environmental I Geotechnical I Materials 14
Geotechnical Engineering Report
Westport 24 1 Fort Worth, Texas ■ ierracon
September 27, 2024 1 Terracon Project No. 94245346
Material Type Frequency of In -Place Moisture and Density
Tests
1. If limestone is exposed during site preparation, no compaction is necessary
within limestone. However, the exposed surface with limestone may create an
uneven surface, which should be crushed/broken-up to create an even surface,
or the surface could be leveled with lean cement concrete.
Daily reports documenting activities, test results and a list of non -conforming tests
should be provided to the team. The imported fill and flexible base should be sampled
and tested on a regular basis to confirm that it does meet the properties recommended
in this report.
The following requirements must be met where moisture conditioning is used:
■ The soil samples used to determine the soil moisture -density relationship (i.e.,
Proctor testing) of moisture conditioned materials with a plasticity index (PI) of
30 or higher should be allowed to cure for a minimum period of 48 hours
following the addition of water and prior to compaction.
■ Prior to the start of the moisture conditioning operations, laboratory swell testing
is required on laboratory compaction sample points (i.e., Proctor points) to
evaluate the target field moisture contents that result in 1 percent swell or less.
Swell tests should be performed on the laboratory compaction sample points (i.e.,
Proctor points) that are prepared at molding water contents greater than
optimum moisture. The swell tests must be performed with a surcharge pressure
of 250 psf. The water content that results in 1 percent or less swell should be
considered the minimum field target moisture content to be used during moisture
conditioning.
■ Swell tests must be performed on the moisture conditioned soils during earthwork
operations to verify that the target moisture content for the moisture conditioned
soil results in 1 percent or less swell at the estimated overburden pressures at
completion of grading. Samples of the moisture conditioned fill should be
periodically obtained as the fill is being placed, and swell test performed with the
applicable overburden pressure applied. Should the swell exceed 1 percent, the
specified moisture content of the moisture conditioned soils should be adjusted to
achieve 1 percent or less swell. In areas of foundation excavations, the bearing
subgrade should be evaluated by the Geotechnical Engineer. If unanticipated
conditions are observed, the Geotechnical Engineer should prescribe mitigation
options.
In addition to the documentation of the essential parameters necessary for construction,
the continuation of the Geotechnical Engineer into the construction phase of the project
provides the continuity to maintain the Geotechnical Engineer's evaluation of subsurface
conditions, including assessing variations and associated design changes.
Facilities I Environmental I Geotechnical I Materials 15
Geotechnical Engineering Report
Westport 24 1 Fort Worth, Texas ■ ierracon
September 27, 2024 1 Terracon Project No. 94245346
Site Grades and Drainage
All permanent slopes taller than 6 feet should be 4 Horizontal to 1 Vertical (4H:1V) or
flatter. A slope stability analysis should be performed if steeper slopes are considered.
Positive drainage away from the building must be provided during the construction and
maintained throughout the life of the building. Infiltration of water into excavations
should be prevented during construction. It is important that subgrade soils are not
allowed to become excessively wet or dry. Exposed (unpaved) ground should be sloped
away from the building for at least 10 feet beyond the perimeter of the building.
Roof runoff and surface drainage should be collected and discharged away from the
building to prevent wetting of the subgrade soils. Roof gutters should be installed and
connected to downspouts and pipes directing the roof runoff at least 10 feet away from
the building or discharged on to positively sloped flatwork such as the aprons. Ideally,
roof drains should discharge by closed pipe into the storm drainage system.
Locally, flatter grades may be necessary to transition ADA access requirements for
flatwork. After building construction and landscaping, final grades should be verified to
document effective drainage has been achieved. Grades around the structures should
also be periodically inspected and adjusted as necessary as part of the structure's
maintenance program. Where paving or flatwork abuts the structures, a maintenance
program should be established to effectively seal and maintain joints and prevent
surface water infiltration. Water permitted to pond next to the structures can result in
greater soil movements than those discussed in this report. Estimated movements
described in this report are based on effective drainage for the life of the structures and
cannot be relied upon if effective drainage is not maintained.
Landscape Considerations
Sprinkler mains and spray heads should be located at least 10 feet away from the
building such that they cannot become a potential point source of water directly adjacent
to the building. Watering of vegetation should be performed in a timely and controlled
manner and prolonged watering, or prolonged non -watering periods, should be avoided.
Special care should be taken such that underground utilities do not develop leaks with
time.
The owner and landscape designer should be made aware that placing large bushes and
trees adjacent to the building may cause significant moisture variations in the soils
underlying the building that could cause distress. A general guideline would be to locate
trees no closer than a distance equal to the mature tree height for that tree species.
Planters located adjacent to the building should preferably be self-contained, or at least
designed to drain away from the building.
Facilities I Environmental I Geotechnical I Materials 16
Geotechnical Engineering Report
Westport 24 1 Fort Worth, Texas ■ ierracon
September 27, 2024 1 Terracon Project No. 94245346
Deep Foundations
Straight Drilled Shafts - Axial Capacity
Straight drilled shaft foundations can be used to support the loads of the planned
structures. They should be designed in accordance with the recommendations provided
in the following table.
Design Parameter Recommendations
Bearing Stratum
Gray limestone with dark gray shale seams and
layers
GeoModel Layer No.
3
Maximum Net Allowable End
Bearing Capacity'
40,000 psf
Allowable Skin Friction —
Compression '
6,000 psf
Allowable Skin Friction —
Tension'
4,500 psf
Minimum Penetration to
2 feet or 1 shaft diameter, whichever is greater.
Develop End Bearing
Minimum Penetration to
Below the surface of the limestone or below any
Develop Skin Friction
temporary casing set in the limestone, whichever
is deeper.
2.5 times the diameter of the larger shaft. Closer
spacing may require some reductions in skin
Minimum Center -To -Center
friction and/or changes in installation sequences.
Spacing to Develop Full Skin
Closely spaced shafts should be examined on a
Friction
case -by -case basis. As a general guide, the
design skin friction will vary linearly from the full
value at a spacing of 2.5 diameters to 50 percent
of the design value at 1.0 diameter.
Should be evaluated on a case -by -case basis by
Groups of 3 or More Shafts this office. Alternative installation sequences
Spaced Closer Than 2.5 Shaft may be needed to allow for a minimum of
Diameters 48 hours concrete curing time, before installation
of adjacent shafts.
Total Settlement 2 Less than 1/2 inch
Facilities I Environmental I Geotechnical I Materials 17
Geotechnical Engineering Report
Westport 24 1 Fort Worth, Texas ■ ierracon
September 27, 2024 1 Terracon Project No. 94245346
Design Parameter Recommendations
Differential Settlement 2 50 to 75 percent of the total settlement
1. The allowable end bearing and skin friction (both compression and tension)
values are based on a safety factor of 3.
2. The foundation settlement will depend upon the variations within the subsurface
profile, the structural loading conditions, and the embedment depth.
Lateral Capacity
The following table lists input values for use in LPILE analyses. Modern versions of LPILE
provide estimated default values of kh and sso based on strength and are recommended
for the project. Since deflection or a service limit criterion will most likely control lateral
capacity design, no safety/resistance factor is included with the parameters.
Undisturbed
Moisture
Design
Clay and
Tan
Gray
Conditioned
Parameter
Clayey Sand
Limestone
Limestone
Clay Soils
Soils
LPILE
Stiff clay w/o
Weak Rock
Weak Rock
Soft Clay
Material T
Type
free water
(Reese)
(Reese)
Effective Unit
120
125
135
140
Weight (pcf)
Undrained
Cohesion, c
750
1,500
N/A
N/A
(psf)
Initial
Modulus of
N/A
N/A
11,500
34,000
Rock Mass, Er
(Psi)
Uniaxial
Compressive
N/A
N/A
115
340
Strength (psi)
Rock Quality
Designation,
N/A
N/A
75
85
RQD (%)
Krm
N/A
N/A
0.0005
0.0005
Facilities I Environmental I Geotechnical I Materials 18
Geotechnical Engineering Report
Westport 24 1 Fort Worth, Texas ■ ierracon
September 27, 2024 1 Terracon Project No. 94245346
Soil Induced Uplift Loads
Drilled shafts will be subject to uplift as a result of heave in the overlying clay soils. The
magnitude of these loads varies with the shaft diameter, soil parameters, and the in -situ
moisture levels at the time of construction. The shafts must contain sufficient continuous
vertical reinforcing to resist the net tensile load (soil induced uplift minus structural dead
load). The drilled shafts must have enough embedment depth into the bedrock to resist
the net tensile load.
For the conditions encountered at this site, the uplift load can be approximated by
assuming a uniform uplift of 1,800 psf over the shaft perimeter for a depth of 10 feet. If
the building pad is moisture conditioned as discussed in Building Pad Preparation, a
uniform uplift of 500 psf can be used if the moisture conditioned zone is in.
Drilled Shafts Construction Considerations
The construction of all drilled shafts should be observed by experienced geotechnical
personnel during construction to confirm: 1) the bearing stratum; 2) the minimum
bearing depth; 3) that groundwater seepage, if encountered, is correctly handled; and
4) that the shafts are within acceptable vertical tolerance.
Recommendations for drilled shaft construction are presented in the following table.
Item
Recommendation
Drilled Shaft
Current version of American Concrete Institute's "Standard
Installation
Specification for the Construction of Drilled Piers" ACI 336.
Specification
Top Of Shaft
Enlarged (mushroom -shaped) top in contact with the clays
Completion
should not be allowed.
Drilled shaft construction should be completed within 8 hours in
Time To Complete
a continuous manner to reduce side wall and base deterioration.
Shaft excavations should be installed using dry methods within
the bearing material. The concrete should be placed in a manner
to avoid striking the reinforcing steel during placement. Care
should be taken to not disturb the sides and bottom of the
Installation
excavation during construction. The bottom of the shaft
Methods
excavation should be free of loose material and less than
3 inches of water before concrete placement. Concrete should
be placed as soon as possible after the foundation excavation is
completed, to reduce potential disturbance of the bearing
surface.
Facilities I Environmental I Geotechnical I Materials 19
Geotechnical Engineering Report
Westport 24 1 Fort Worth, Texas ■ ierracon
September 27, 2024 1 Terracon Project No. 94245346
Item Recommendation
Water seepage was observed in two of the borings and could be
encountered during drilled shaft installation particularly during
or following wet periods throughout the year.
If groundwater is encountered, rapid placement of steel and
concrete may permit shaft installation to proceed; however,
Groundwater seepage rates could be sufficient to require the use of
Control temporary casing or underwater placement. The casing should
be seated in the limestone with all water and most of the loose
material removed prior to beginning the design penetration.
While withdrawing casing, care should be exercised to maintain
concrete inside the casing at a sufficient level to resist earth and
hydrostatic pressures acting on the casing exterior.
Special The limestone is hard and may be difficult to penetrate. A
Conditions
contractor experienced with drilling in hard rock in a similar
geologic setting should be retained for this project.
The drilled shaft installation process should be performed under the observation of the
Geotechnical Engineer. The Geotechnical Engineer should document the shaft installation
process including soil/rock and groundwater conditions observed, consistency with
expected conditions, and details of the installed shaft.
Grade Beams, Pier Caps, and Wall Panels
All grade beams should be supported by drilled shafts. A minimum void space of
10 inches is recommended between the bottom of grade beams, pier cap extensions,
and walls panels and the subgrade soil. The void space may be reduced to 4 inches
where it is found within the moisture conditioned fill. Where undisturbed limestone is
exposed, a void space is not required. This void will serve to reduce distress resulting
from swell pressures generated by the clay soils. Structural cardboard forms are one
acceptable means of providing the void space beneath cast -in -place elements. Soil
retainers should be used to prevent infilling of the void.
The grade beams should be formed rather than cast against earth trenches. Backfill
against the exterior face of grade beams, wall panels and pier caps should be on site
materials placed and compacted as described in Fill Placement and Compaction
Requirements.
Facilities I Environmental I Geotechnical I Materials 20
Geotechnical Engineering Report
Westport 24 1 Fort Worth, Texas ■ ierracon
September 27, 2024 1 Terracon Project No. 94245346
Footing Foundations
Footing foundations can be used to support retaining walls and truck dock walls that can
tolerate vertical movements. They should be designed in accordance with the
recommendations provided in the following table.
Design Parameters — Compressive Loads
Item
Bearing Stratum'
Maximum Net Allowable
Bearing Pressure 2
Minimum Foundation
Dimensions
Minimum Embedment Below
Finished Grade
Ultimate Passive Resistance 3
Ultimate Sliding Resistance
Estimated Vertical Movement
Due to Active Clay Soil
Description
Undisturbed native soils or properly compacted
fill soils
2,000 psf
18 inches
24 inches
210 psf/ft (uniform)
0.33
About 4 inches
1. Unsuitable or soft soils should be over excavated and replaced per the
recommendations presented in Earthwork.
2. The maximum net allowable bearing pressure is the pressure in excess of the
minimum surrounding overburden pressure at the footing base elevation. Values
assume that exterior grades are no steeper than 20% within 10 feet of structure.
3. Use of passive earth pressures require the sides of the excavation for the spread
footing foundation to be nearly vertical and the concrete placed neat against
these vertical faces or that the footing forms be removed and compacted
structural fill be placed against the vertical footing face. Assumes no hydrostatic
pressure.
4. Differential settlements are noted for equivalent -loaded foundations and
bearing elevation as measured over a span of 50 feet.
Footing Foundation Construction Considerations
As noted in Earthwork, the footing excavations should be evaluated under the
observation of the Geotechnical Engineer. The base of all foundation excavations should
be free of water and loose soil, prior to placing concrete. Concrete should be placed soon
after excavating to reduce bearing soil disturbance. Care should be taken to prevent
Facilities I Environmental I Geotechnical I Materials 21
Geotechnical Engineering Report
Westport 24 1 Fort Worth, Texas
September 27, 2024 1 Terracon Project No. 94245346
ierracon
wetting or drying of the bearing materials during construction. Excessively wet or dry
material or any loose/disturbed material in the bottom of the footing excavations should
be removed/reconditioned before foundation concrete is placed.
If unsuitable bearing soils are observed at the base of the planned footing excavation,
the excavation should be extended deeper to suitable soils, and the footings could bear
directly on these soils at the lower level or on lean concrete backfill placed in the
excavations. The lean concrete replacement zone is illustrated in the following sketch.
l�� I I I
DESIGN
FOOTING LEVEL $ -�
LEAN
RECOMMENDED$ I —I
EXCAVATION LEVEL I LI I—LI-1 IJ
LEAN CONCRETE BACKFILL
NOTE; EXCAVATIONS ARE SHOWN VERTICAL[ HOWEVER, THE
SIDEWALLS SHOULD BE SLOPED AS NECESSARY FOR SAFETY
Overexcavation to suitable bearing soil below footings, if needed, should be conducted
as shown in the following sketch. The overexcavation should be backfilled up to the
footing base elevation with on -site soil or imported fill placed as recommended in the
Earthwork section.
FA
ALFniul '=i 11=1 III I =1 I I
zlsD w- usD
DESIGNFOOTING LEVEL o
STRUCTURAL D —ll
FILL
RECOMMENDED e, 11
EXCAVATION LEVEL-111-111-11 111
—111—III-11 —111-
OVER-EXCAVATION / BACKFILL ZONE
NOTE: EXCAVA7IONS ARE SHOWN VERTICAL. HOWEVER. THE
SIDEWALLS SHOULD BE SLOPED AS NECESSARY FOR SAFETY
Facilities I Environmental I Geotechnical I Materials 22
Geotechnical Engineering Report
Westport 24 1 Fort Worth, Texas ■ Terracon
September 27, 2024 1 Terracon Project No. 94245346
Floor Slabs
The finished floor is planned at elevation 718.58 feet (MSL). Terracon should be contacted
if the planned grading is changed so that we may review and/or modify the
recommendations presented in this report.
Lightly loaded floor slabs and flatwork placed on -grade will be subject to movement
because of moisture induced volume changes in the active soils that can occur following
construction. The soils expand (heave) with increases in moisture and contract (shrink)
with decreases in moisture. The movement typically occurs as post construction heave.
Large warehouse structures typically use slab -on -grade construction with some type of
subgrade preparation to reduce expected movements. If potential floor slab movements
on the order of 1 inch are acceptable, the floor slab can be supported on a modified
subgrade as directed in Building Pad Preparation. If floor slab movements must be
limited to less than 1 inch, Terracon should be contacted for recommendations for a
structural floor slab.
Floor Slab and Flatwork on Modified Subgrade
Slab -on -grade construction should only be considered if slab movements on the order of
1 inch are considered acceptable. If floor movements of about 1 inch are acceptable, the
building floor slab can be supported on a modified subgrade that has been prepared to
reduce soil movements according to the Building Pad Preparation section.
The use of a vapor retarder should be considered beneath concrete slabs on grade
covered with wood, tile, carpet, or other moisture sensitive or impervious coverings,
when the project includes humidity -controlled areas, or when the slab will support
equipment sensitive to moisture. When conditions warrant the use of a vapor retarder,
the slab designer should refer to ACI 302 and/or ACI 360 for procedures and cautions
regarding the use and placement of a vapor retarder.
Where floor slabs are tied to perimeter walls or turn -down slabs to meet structural or
other construction objectives, our experience indicates differential movement between
the walls and slabs will likely be observed in adjacent slab expansion joints or floor slab
cracks beyond the length of the structural dowels. The Structural Engineer should
account for potential differential settlement through use of sufficient control joints,
appropriate reinforcing or other means.
It should be noted that excessive water from any source, during or after construction,
could result in movements greater than two inches. For example, should leaks develop
in underground water or sewer lines or the grades around the structure allow ponding of
water, unacceptable slab movements could develop. The area around the structure must
be well drained, landscape beds must not be over watered or allow ponding of water,
Facilities I Environmental I Geotechnical I Materials 23
Geotechnical Engineering Report
Westport 24 1 Fort Worth, Texas ■ ierracon
September 27, 2024 1 Terracon Project No. 94245346
and utility leaks are promptly repaired. Trees should be planted at least one -mature tree
height from the building. Root barriers should be installed if trees are planted closer.
Floor Slab Design Parameters
Item Description
Floor Slab For building pad prepared with moisture conditioned soils and a
Supports
cap of flexible base or lime -treated soils as discussed in
Building Pad Preparation.
Estimated Modulus
of Subgrade 100 pounds per square inch per inch (psi/in) for point loads
Reaction 2
1. Modulus of subgrade reaction is an estimated value based upon our experience
with the subgrade condition, the requirements noted in Earthwork, and the
floor slab support as noted in this table. It is provided for point loads. For large
area loads the modulus of subgrade reaction would be lower.
Floor Slab Construction Considerations
Finished subgrade, within and for at least 10 feet beyond the floor slab, should be
protected from traffic, rutting, or other disturbance and maintained in a relatively moist
condition until floor slabs are constructed. If the subgrade should become damaged or
desiccated prior to construction of floor slabs, the affected material should be removed,
and structural fill should be added to replace the resulting excavation. Final conditioning
of the finished subgrade should be performed immediately prior to placement of the floor
slab support course.
The Geotechnical Engineer should observe the condition of the floor slab subgrades
immediately prior to placement of the floor slab support course, reinforcing steel, and
concrete. Attention should be paid to high traffic areas that were rutted and disturbed
earlier, and to areas where backfilled trenches are located.
Lateral Earth Pressures
Design Parameters
Structures with unbalanced backfill levels on opposite sides should be designed for earth
pressures at least equal to values indicated in the following table. Earth pressures will be
influenced by structural design of the walls, conditions of wall restraint, methods of
construction, and/or compaction and the strength of the materials being restrained. Two
Facilities I Environmental I Geotechnical I Materials 24
Geotechnical Engineering Report
Westport 24 1 Fort Worth, Texas
September 27, 2024 1 Terracon Project No. 94245346
ierracon
wall restraint conditions are shown in the following diagram. Active earth pressure is
commonly used for design of free-standing cantilever retaining walls and assumes wall
movement. The "at -rest" condition assumes no wall movement and is commonly used
for basement walls, loading dock walls, or other walls restrained at the top. The
recommended design lateral earth pressures do not include a factor of safety and do not
provide for possible hydrostatic pressure on the walls (unless stated).
For active pressure movement
S = Surcharge (0.002 H to 0.004 H)
For at -rest pressure
No Movement Assumed
Horizontal
Finished
Grade
H
Horizontal
Finished Grade
I+—P, P,-1 Retaining Wall
Lateral Earth Pressure Design Parameters
Earth
Surcharge
Equivalent Fluid Pressures
Pressure
Coefficient for
Pressure 3
(psf) 2,4
Condition 1
Backfill Type 2
pi (psf)
s
Unsaturated
Granular Fill - 0.31
(0.31)S
(38)H
Active (Ka)
On Site Soils - 0.59
(0.59)S
(74)H
Granular Fill - 0.47
(0.47)S
(55)H
At -Rest (Ko)
On Site Soil - 0.74
(0.74)S
(93)H
1. For active earth pressure, wall must rotate about base, with top lateral
movements 0.002 H to 0.004 H, where H is wall height. For passive earth
pressure, wall must move horizontally to mobilize resistance.
2. Uniform, horizontal backfill, with a maximum unit weight of 120 pcf for granular
fill and 125 pcf for cohesive soils.
3. Uniform surcharge, where S is surcharge pressure.
4. Loading from heavy compaction equipment is not included.
5. To achieve "unsaturated" conditions, follow guidelines Wall Drainage
Considerations.
Backfill placed against structures should consist of granular soils or low plasticity
cohesive soils. For the granular values to be valid, the granular backfill must extend
outward at least 2 feet from the base of the wall and then upward on a 1H:1V slope. The
top of the backfill should be protected by flatwork/paving or a minimum thickness of
2 feet of clay fill (PI>30) to reduce surface water infiltration.
Facilities I Environmental I Geotechnical I Materials 25
Geotechnical Engineering Report
Westport 24 1 Fort Worth, Texas
September 27, 2024 1 Terracon Project No. 94245346
ierracon
Footings, floor slabs or other loads bearing on backfill behind walls may have a
significant influence on the lateral earth pressure. Placing footings within wall backfill
and in the zone of active soil influence on the wall should be avoided unless structural
analyses indicate the wall can safely withstand the increased pressure.
The lateral earth pressure recommendations given in this section are applicable to the
design of rigid retaining walls subject to slight rotation, such as cantilever, or gravity
type concrete walls. These recommendations are not applicable to the design of modular
block - geogrid reinforced backfill walls (also termed MSE walls). Recommendations
covering these types of wall systems are beyond the scope of services for this
assignment. However, we would be pleased to develop a proposal for evaluation and
design of such wall systems upon request.
Wall Drainage Considerations
The "unsaturated" earth pressures presented in the previous table were developed based
on the assumption that the walls are drained. Drainage must be provided behind the
walls to prevent the development of hydrostatic pressures. A vertical drain is
recommended behind the walls. This drain may consist of a manufactured drainage
panel or an aggregate drain.
The aggregate drain should meet the graduation requirements presented in Fill
Material Types for granular backfill. For walls associated with the structure, the vertical
drain should be connected to a permanent perimeter drainage system that is located at
the base of the wall. Drainage for free standing walls can be provided by using a
collector pipe or weep holes near the base of the wall.
The perimeter drain should be a perforated or slotted drain with a minimum pipe
diameter of 6 inches. The pipe should be surrounded with at least 6 inches of drainage
rock. The drainage rock should be wrapped with an effective geotextile for protection
against infiltration. Accessible clean -outs should be provided.
Wall Backfill Settlement
Settlement of the wall backfill should be anticipated. Piping and conduits through the fill
should be designed for potential soil loading due to fill settlement. Flatwork, sidewalks
and pavements over fills may also settle. Backfill compacted to the density
recommended above is anticipated to settle on the order of one to two percent of the fill
thickness.
Facilities I Environmental I Geotechnical I Materials 26
Geotechnical Engineering Report
Westport 24 1 Fort Worth, Texas ■ ierracon
September 27, 2024 1 Terracon Project No. 94245346
Pavements
Parking and Drive Lane Pavement Subgrades
Subgrade materials at this site will most likely consist of clay soils. Portland cement
concrete pavements in employee parking and drive areas situated north of the building
can be placed on unmodified, properly compacted subgrade. In the truck court areas, we
recommend that the subgrade be lime treated. The pavement subgrades should be proof
rolled as discussed in Site Preparation. The exposed pavement subgrade should be
scarified to a depth of 6 inches and uniformly compacted to the criteria described in Fill
Placement and Compaction Requirements.
For the lime treatment of the pavement subgrade, a minimum of 8 percent hydrated
lime (TxDOT Item 260), by dry weight, is estimated for treating the subgrade soil. The
lime application rate should be determined by laboratory testing once the pavement
subgrade is rough graded. The lime should be thoroughly mixed and blended with the
top 6 inches of the subgrade and uniformly compacted to the criteria described in Fill
Placement and Compaction Requirements. Lime treatment should extend a
minimum of 1 foot beyond the edge of the pavement.
Where limestone is present at the pavement subgrade, we recommend the limestone be
excavated to allow placement of 4 inches of flexible base material or processed on -site
limestone to provide a relatively smooth pavement subgrade to act as a bond breaker
between the portland cement concrete and underlying limestone.
Pavement subgrades should be protected and maintained in a moist condition until the
pavement is placed. Pavement subgrades should be graded to prevent ponding and
infiltration of excessive moisture on or adjacent to the pavement subgrade surface.
Site grading is generally accomplished early in the construction phase. However, as
construction proceeds, the subgrade may be disturbed due to utility excavations,
construction traffic, desiccation, or rainfall. As a result, the pavement subgrade may not
be suitable for pavement construction and corrective action will be required. The
subgrade should be carefully evaluated at the time of pavement construction for signs of
disturbance or excessive rutting. If disturbance has occurred, pavement subgrade areas
should be reworked, moisture conditioned, and properly compacted to the
recommendations in this report immediately prior to paving.
Support characteristics of the subgrade for pavement design do not account for
shrink/swell movements of an expansive clay subgrade, such as soils encountered on
this project. Thus, the pavement may be adequate from a structural standpoint, yet still
experience cracking and deformation due to shrink/swell related movement of the
subgrade.
Facilities I Environmental I Geotechnical I Materials 27
Geotechnical Engineering Report
Westport 24 1 Fort Worth, Texas ■ Terracon
September 27, 2024 1 Terracon Project No. 94245346
Pavement Sections
Design of portland cement concrete (PCC) pavements are based upon American Concrete
Institute (ACI) 330-21 - Commercial Concrete Parking Lots and Site Paving Design and
Construction - Guide.
Detailed traffic loads and frequencies were not available; however, we anticipate that
traffic will consist primarily of passenger vehicles in the parking areas and passenger
vehicles combined with emergency vehicles, occasional garbage trucks, service trucks,
and delivery trucks in driveways. If heavier traffic loading is expected or other traffic
information is available, Terracon should be provided with the information and allowed
to review the pavement sections provided herein.
The anticipated ACI traffic categories (per ACI 330-21) and daily truck traffic will be
assumed to consist of:
■ Category A: Car parking areas and access lanes, 2 trucks per day
■ Category B: Entrance and truck service lanes, 10 trucks per day
■ Category D: Heavy duty trucks, 10/100/500 trucks per day
■ Category E: Garbage, dumpster pads, and fire truck lanes
The pavement design period is 20 years.
The following tables provide our estimated minimum thickness of PCC pavements.
Employee Parking Areas
Thickness (inches)
Layer
Traffic Category A Traffic Category B 2
PCC 51 61 1 71
Compacted
Subgrade 6 6 6
1. The section should be reinforced with No. 3 bars on 18-i h-h h hudl
directions.
2. Traffic Category E will withstand the axle loading of an 85,000-pound fire truck
weight.
Used for Fire Lane
Facilities I Environmental I Geotechnical I Materials 28
Geotechnical Engineering Report
Westport 24 1 Fort Worth, Texas
September 27, 2024 1 Terracon Project No. 94245346
ierracon
Truck Court Areas (Traffic Category D - Heavy Duty Trucks)
Pavement Thickness over 6 inches of
Lime Treated Subgrade
61
71
82
1. The section should be reinforced with No
directions.
2. The section should be reinforced with No
Allowable Daily Tractor Trailer
Repetitions
10
100
500
3 bars on 18-inch centers in both
3 bars on 14-inch centers in both
directions.
Used for truck court
The PCC should have a minimum 28-day compressive strength of 3,500 areas
contain a minimum of 4.5f1.5 percent entrained air. Refer to ACI 330 "Guide for Design
and Construction of Concrete Parking Lots" for more information concerning joint
spacing, joint depth, joint location, etc.
The soils in this region may contain high level of sulfates. Sulfates can react with lime to
form ettringite crystals that can lead to heave of pavements and premature pavement
failure. Sulfate tests performed at the time of our investigation indicated sulfate less
than 100 ppm. If lime treatment of the pavement subgrade is performed, the surface
soils should be tested for sulfates after rough grading is complete. When the sulfate
concentrations are less than 3,000 ppm, the subgrade soils are considered to be suitable
for lime treatment in the conventional manner using a single lime application. When
sulfate concentrations are higher than about 3,000 ppm, there is risk of lime/sulfate
induced heave occurring.
Pavement Maintenance
The pavement sections represent minimum recommended thicknesses and, as such,
periodic upkeep should be anticipated. Preventive maintenance should be planned and
provided for through an on -going pavement management program. Maintenance
activities are intended to slow the rate of pavement deterioration and to preserve the
pavement investment. Pavement care consists of both localized (e.g., crack and joint
sealing and patching) and global maintenance (e.g., surface sealing). Additional
engineering consultation is recommended to determine the type and extent of a cost-
effective program. Even with periodic maintenance, some movements and related
cracking may still occur, and repairs may be required.
Pavement Design Considerations
Proper joint spacing will be required to prevent excessive slab curling and shrinkage
cracking. Joints should be sealed to prevent entry of foreign material and doweled where
Facilities I Environmental I Geotechnical I Materials 29
Geotechnical Engineering Report
Westport 24 1 Fort Worth, Texas
September 27, 2024 1 Terracon Project No. 94245346
Terracon
necessary for load transfer. PCC pavement details for joint spacing, joint reinforcement,
and joint sealing should be prepared in accordance with ACI 330 and ACI 325.
Where practical, we recommend early -entry cutting of crack -control joints in PCC
pavements. Cutting of the concrete in its "green" state typically reduces the potential for
micro -cracking of the pavements prior to the crack control joints being formed,
compared to cutting the joints after the concrete has fully set. Micro -cracking of
pavements may lead to crack formation in locations other than the sawed joints, and/or
reduction of fatigue life of the pavement.
Openings in pavements, such as decorative landscaped areas, are sources for water
infiltration into surrounding pavement systems. Water can collect in the islands and
migrate into the surrounding subgrade soils thereby degrading support of the pavement.
Islands with raised concrete curbs and irrigated foliage are particular areas of concern.
The civil design for the pavements with these conditions should include features to
restrict or collect and discharge excess water from the islands. Examples of features are
edge drains connected to the stormwater collection system, longitudinal subdrains, or
other suitable outlets and impermeable barriers preventing lateral migration of water
such as a cutoff wall installed to a depth below the pavement structure.
Pavement performance is affected by its surroundings. In addition to providing
preventive maintenance, the civil engineer should consider the following
recommendations in the design and layout of pavements:
■ Final grade adjacent to paved areas should slope to prevent ponding of water.
■ Subgrade and pavement surfaces should be sloped to promote proper surface
drainage.
■ Install joint sealant and seal cracks immediately.
■ Seal all landscaped areas in or adjacent to pavements to reduce moisture
migration to subgrade soils.
■ Compacted, on site clay soils should be used as backfill against the exterior side
of curb and gutter.
■ Place curb, gutter and/or sidewalk directly on clay subgrade soils rather than
granular material.
General Comments
Our analysis and opinions are based upon our understanding of the project, the
geotechnical conditions in the area, and the data obtained from our site exploration.
Variations will occur between exploration point locations or due to the modifying effects
of construction or weather. The nature and extent of such variations may not become
evident until during or after construction. Terracon should be retained as the
Facilities I Environmental I Geotechnical I Materials 30
Geotechnical Engineering Report
Westport 24 1 Fort Worth, Texas
September 27, 2024 1 Terracon Project No. 94245346
Terracon
Geotechnical Engineer, as noted in this report, to provide observation and testing
services during pertinent construction phases. If variations appear, we can provide
further evaluation and supplemental recommendations. If variations are noted in the
absence of our observation and testing services on -site, we should be immediately
notified so that we can provide evaluation and supplemental recommendations.
Our Scope of Services does not include either specifically or by implication any
environmental or biological (e.g., mold, fungi, bacteria) assessment of the site or
identification or prevention of pollutants, hazardous materials or conditions. If the owner
is concerned about the potential for such contamination or pollution, other studies
should be undertaken.
Our services and any correspondence are intended for the sole benefit and exclusive use
of our client for specific application to the project discussed and are accomplished in
accordance with generally accepted geotechnical engineering practices with no third -
party beneficiaries intended. Any third -party access to services or correspondence is
solely for information purposes to support the services provided by Terracon to our
client. Reliance upon the services and any work product is limited to our client and is not
intended for third parties. Any use or reliance on the provided information by third
parties is done solely at their own risk. No warranties, either express or implied, are
intended or made.
Site characteristics as provided are for design purposes and not to estimate excavation
cost. Any use of our report in that regard is made at the sole risk of the excavating cost
estimator as there may be variations on the site that are not apparent in the data that
could significantly affect excavation cost. Any parties charged with estimating excavation
costs should seek their own site characterization for specific purposes to obtain the
specific level of detail necessary for costing. Site safety and cost estimating including
excavation support and dewatering requirements/design are the responsibility of others.
Construction and site development have the potential to affect adjacent properties. Such
impacts can include damages due to vibration, modification of groundwater/surface
water flow during construction, foundation movement due to undermining or subsidence
from excavation, as well as noise or air quality concerns. Evaluation of these items on
nearby properties are commonly associated with contractor means and methods and are
not addressed in this report. The owner and contractor should consider a
preconstruction/precondition survey of surrounding development. If changes in the
nature, design, or location of the project are planned, our conclusions and
recommendations shall not be considered valid unless we review the changes and either
verify or modify our conclusions in writing.
Facilities I Environmental I Geotechnical I Materials 31
Geotechnical Engineering Report
Westport 24 1 Fort Worth, Texas
September 27, 2024 1 Terracon Project No. 94245346
Figures
Contents:
GeoModel (7 pages)
terracon
Facilities I Environmental I Geotechnical I Materials
Westport 24
FM 156 1 Fort Worth, TX
Terracon Project No. 94245346
ferracon
901 John W Carpenter Fwy
Ste 100
Dallas, TX
GeoModel
/[b
B-1
B-5 B 6
2 B-2
B-4
720 .......
.........
1
8.3 ...........
2........
... 4........
3..........B17
............................................
a
4
.........
a........
B-8
2
B-9
710 .......
13.......
...........
2
..
......
............
....14.......
2
.........
.�
......
12..13...
13
1.
12
705 .......
.........
.........
.........
2
....10.......
1
..........
w
19
10
J
700 .......
3
............
3
.......
2
.13....
3
3
3
695 .......
...........
3
.....
3
............
.........
z
0
3
Q
690 .......
.........
.........
...........
.......
...........
............
.......
w
35
35
35
35
35
w685
..........................................
5............................................................
35......
..........
3
..........
680..................................................................................................................................
.......
675....................................................................................................................................................
.......
40
670...................................................................................................................................................................
66F
This
is not a cross section.
This is intended to display the Geotechnical Model only. See
individual logs for
more detailed conditions.
Model
Layer
Layer Name
General Description
Legend
Fat Clay (CH) and Lean Clay (CL), with limestone
® Fat Clay
® Weathered
1
Overburden Soil
fragments and calcareous nodules, dark brown, brown,
Limestone
light brown and gray
® Limestone
E] Lean Clay
2
Weathered Bedrock
Limestone, weathered, with clay layers, tan
3
Bedrock
Limestone, with interbedded dark gray shale seams and
layers, gray
J7 First Water Observation
= Second Water Observation
Groundwater levels are temporal. The levels shown are representative
of the date and time of our exploration. Significant changes are
possible overtime.
Water levels shown are as measured during and/or after drilling. In
some cases, boring advancement methods mask the presence/absence
of groundwater. See individual logs for details.
NOTES:
Layering shown on this figure has been developed by the
geotechnical engineer for purposes of modeling the subsurface
conditions as required for the subsequent geotechnical engineering
for this project.
Numbers adjacent to soil column indicate depth below ground
surface.
Westport 24
FM 156 1 Fort Worth, TX
Terracon Project No. 94245346
ferracon
901 John W Carpenter Fwy
Ste 100
Dallas, TX
GeoModel
/L5
B 10
B-14
B 13 .2........
B 15
1
4
1
1
1
1
4
1
2
B-16
3
715 .......
............
............
...........
...........
............
.............
. ............. .B-17........
2
2
2
2
2
2
1
710 .......
.. ...........
..............
24
............
......
12
12
12
12
13
2
r705
.......
............
...............
............
? �..........
............
13 .........
41
w
11
..
700 .......
...............
............
............
...........
.............
J
f3
3
3
3
...............
...............
3
...............
.............
...............
......
0
3
3
............
............
3
>
w
J35
w
685 .......
.........
5.........
.........
35.........
...........
35..........
..35.680
..........135
......
40
.......................................................................................................................................................
675...................................................................................................................................................................
670...................................................................................................................................................................
66F
This
is not a cross section.
This is intended to display the Geotechnical Model only. See individual
logs for
more detailed conditions.
Model
Layer
Layer Name
General Description
Legend
Fat Clay (CH) and Lean Clay (CL), with limestone
®Fat Clay
® Weathered
1
Overburden Soil
fragments and calcareous nodules, dark brown, brown,
Limestone
light brown and gray
® Limestone
E] Lean Clay
2
Weathered Bedrock
Limestone, weathered, with clay layers, tan
3
Bedrock
Limestone, with interbedded dark gray shale seams and
layers, gray
First Water Observation
= Second Water Observation
Groundwater levels are temporal. The levels shown are representative
of the date and time of our exploration. Significant changes are
possible overtime.
Water levels shown are as measured during and/or after drilling. In
some cases, boring advancement methods mask the presence/absence
of groundwater. See individual logs for details.
NOTES:
Layering shown on this figure has been developed by the
geotechnical engineer for purposes of modeling the subsurface
conditions as required for the subsequent geotechnical engineering
for this project.
Numbers adjacent to soil column indicate depth below ground
surface.
Westport 24
FM 156 1 Fort Worth, TX
Terracon Project No. 94245346
GeoModel
ferracon
901 John W Carpenter Fwy
Ste 100
Dallas, TX
/L5
720 ........
B-1-8............................................................
..8.22 ...........
B,24...........................................
1
2
1
2 B-20 B-21
1
1
2
1
B-25
24
2
1
2
24
1
�.....
710 .......
.........
...........
.............
.........
2
..........
.........
.........
2
.........
2
^
12
2
10
13
13
121
a
705 .......
.........
.??.......
.. 1.3.......
.. 13 ......
.........
.........
.........
..12.......
......
�
11
..
700 .......
............
.............
..........
.............
J
... .........
.. ........
0
3
a
3
a690
.......
.........
.............
3
.........
.. .........
.........
..........
.........
3
..........
>
W
w
685 .......
35 ......
35.......
.........
.........35.......
................
35
3535
.. .......
ff.'
35
680..........................................................................................................................................
.......
40
35
675...................................................................................................................................................................
670...................................................................................................................................................................
66F
This
is not a cross section.
This is intended to display the Geotechnical Model only. See individual logs for
more detailed conditions.
Model
Layer
Layer Name
General Description
Legend
Fat Clay (CH) and Lean Clay (CL), with limestone
®Fat Clay
® Weathered
1
Overburden Soil
fragments and calcareous nodules, dark brown, brown,
Limestone
light brown and gray
® Limestone
E] Lean Clay
2
Weathered Bedrock
Limestone, weathered, with clay layers, tan
3
Bedrock
Limestone, with interbedded dark gray shale seams and
layers, gray
First Water Observation
= Second Water Observation
Groundwater levels are temporal. The levels shown are representative
of the date and time of our exploration. Significant changes are
possible overtime.
Water levels shown are as measured during and/or after drilling. In
some cases, boring advancement methods mask the presence/absence
of groundwater. See individual logs for details.
NOTES:
Layering shown on this figure has been developed by the
geotechnical engineer for purposes of modeling the subsurface
conditions as required for the subsequent geotechnical engineering
for this project.
Numbers adjacent to soil column indicate depth below ground
surface.
Westport 24
FM 156 1 Fort Worth, TX
Terracon Project No. 94245346
GeoModel
ferracon
901 John W Carpenter Fwy
Ste 100
Dallas, TX
/L5
720...................................................................................................................................................................
B-27
B-28 B-31
B-32
B-33
715 .......
............
1
7............g.29..............B, 30.............
1
1
z...........
1 ...
�.
4
1
710 .......
2
............
21
............11.4
s..........
1
............
.............
2
......
2 .
............
.........
2...1...........
r705.......
??..........
77.....8..............
...........
12..........
............2..
.......
y
13
N
2
..
700 .......
...............
.. .....................
_ ...........
................
............
............
.. ..1.?....
J
2
�
18
f
3
0
3
3
a
690 .......
...............
..........
3
3
>
W
w
685 .......
3
...............
............
...............
..........
35
35
35
35
35
680...............................................
35.........
.......................................................................
........
35
675...................................................................
o.....................................................................................
670...................................................................................................................................................................
66F
This
is not a cross section. This is intended to display the Geotechnical Model only. See individual
logs for more
detailed conditions.
Model
Layer
Layer Name General Description
Legend
Fat Clay (CH) and Lean Clay (CL), with limestone
Lean Clay
® Weathered
1
Overburden Soil fragments and calcareous nodules, dark brown, brown,
Limestone
light brown and gray
® Limestone
®Fat Clay
2
Weathered Bedrock Limestone, weathered, with clay layers, tan
3
Bedrock Limestone, with interbedded dark gray shale seams and
layers, gray
First Water Observation
= Second Water Observation
Groundwater levels are temporal. The levels shown are representative
of the date and time of our exploration. Significant changes are
possible overtime.
Water levels shown are as measured during and/or after drilling. In
some cases, boring advancement methods mask the presence/absence
of groundwater. See individual logs for details.
NOTES:
Layering shown on this figure has been developed by the
geotechnical engineer for purposes of modeling the subsurface
conditions as required for the subsequent geotechnical engineering
for this project.
Numbers adjacent to soil column indicate depth below ground
surface.
Westport 24
FM 156 1 Fort Worth, TX
Terracon Project No. 94245346
GeoModel
ferracon
901 John W Carpenter Fwy
Ste 100
Dallas, TX
/L5
720...................................................................................................................................................................
715 .......
B-35 B-36
.......
.B.-37..............................................
B-41
B.-.42..........................
2
1........
1702
B-38 B-39
1.-40..........
21
1.........
710 .......
.........
2
...................
.. .........
.......
.........
41
13
2
12
12
6
w
13
V700
.......
.........
..........
.........
.......'13
.......
............
............
.............
.. .......
J
1
14
21
2
695 .......
� ?.......
......
z
°
3
3
3
3
3
17
a
690 .......
.........
..........
.........
3
......
............
.........
.......
W-T
3
.......
.. ..........
3
680 ..............
35
...........................
35
35.......
..........
... 35.......
,3b.......
85.......
3
... .......
35
675.............................................................................
..............................................................
.......
40
670....................................................................................................................................................
..
40....
66F
This
is not a cross section.
This is intended to display the Geotechnical Model only. See individual logs for
more detailed conditions.
Model
Layer
Layer Name
General Description
Legend
Fat Clay (CH) and Lean Clay (CL), with limestone
®Fat Clay
® Weathered
1
Overburden Soil
fragments and calcareous nodules, dark brown, brown,
Limestone
light brown and gray
® Limestone
E] Lean Clay
2
Weathered Bedrock
Limestone, weathered, with clay layers, tan
3
Bedrock
Limestone, with interbedded dark gray shale seams and
layers, gray
J7 First Water Observation
= Second Water Observation
Groundwater levels are temporal. The levels shown are representative
of the date and time of our exploration. Significant changes are
possible overtime.
Water levels shown are as measured during and/or after drilling. In
some cases, boring advancement methods mask the presence/absence
of groundwater. See individual logs for details.
NOTES:
Layering shown on this figure has been developed by the
geotechnical engineer for purposes of modeling the subsurface
conditions as required for the subsequent geotechnical engineering
for this project.
Numbers adjacent to soil column indicate depth below ground
surface.
Westport 24
FM 156 1 Fort Worth, TX
Terracon Project No. 94245346
ferracon
901 John W Carpenter Fwy
Ste 100
Dallas, TX
GeoModel
P-1 P-3
720 ....... ...... 4..... 12*�O.�
.....................................................................................................................
,�3P-42P-8 P 11
10 11 P 9 P-10
............................................ 24 .......
71.0
P-6 � a �
705................................................................P-5....... ....................... 10...2.. 10...2 2 .1.....
1 10
700............................................................... ......... ........................
{/1 1 10
s
Z 10
0
..
10
w
w685...................................................................................................................................................................
680
675...................................................................................................................................................................
670
66F
This is not a cross section. This is intended to display the Geotechnical Model only. See individual logs for more detailed conditions.
Model Layer Layer Name
1 Overburden Soil
2 Weathered Bedrock
3 Bedrock
First Water Observation
= Second Water Observation
General Description
Fat Clay (CH) and Lean Clay (CL), with limestone
fragments and calcareous nodules, dark brown, brown,
light brown and gray
Limestone, weathered, with clay layers, tan
Limestone, with interbedded dark gray shale seams and
layers, gray
Groundwater levels are temporal. The levels shown are representative
of the date and time of our exploration. Significant changes are
possible overtime.
Water levels shown are as measured during and/or after drilling. In
some cases, boring advancement methods mask the presence/absence
of groundwater. See individual logs for details.
Legend
® ®Weathered
Fat Clay
Limestone
❑ Lean Clay
NOTES:
Layering shown on this figure has been developed by the
geotechnical engineer for purposes of modeling the subsurface
conditions as required for the subsequent geotechnical engineering
for this project.
Numbers adjacent to soil column indicate depth below ground
surface.
Westport 24
FM 156 1 Fort Worth, TX
Terracon Project No. 94245346
ferracon
901 John W Carpenter Fwy
Ste 100
Dallas, TX
GeoModel
/[b P-13
DP-..1
........
P-12
715 ....... ......21. ......................................................................................................................
1 10 P-14 12—
710 ....... ............................................................... P.-.1&.................................................
1110
P-17 1 3
705......................................... .................... P19................................... .1.�....
w 1 P-16 1 2 P-20
700 ................................................. .� o ... 110
...... .6 .... 10... 1 3....................... 3.. 2n ....
695......................................................................°................. 2 ...... ......................................
Z 10 8 P-21
O = 8.9
1
690......................................................................................................................................
' W
w685...................................................................................................................................... .....................
10
680...................................................................................................................................................................
675...................................................................................................................................................................
670
66F
This is not a cross section. This is intended to display the Geotechnical Model only. See individual logs for more detailed conditions.
Model Layer Layer Name
1 Overburden Soil
2 Weathered Bedrock
3 Bedrock
First Water Observation
= Second Water Observation
General Description
Fat Clay (CH) and Lean Clay (CL), with limestone
fragments and calcareous nodules, dark brown, brown,
light brown and gray
Limestone, weathered, with clay layers, tan
Limestone, with interbedded dark gray shale seams and
layers, gray
Groundwater levels are temporal. The levels shown are representative
of the date and time of our exploration. Significant changes are
possible overtime.
Water levels shown are as measured during and/or after drilling. In
some cases, boring advancement methods mask the presence/absence
of groundwater. See individual logs for details.
Legend
® Fat Clay ❑ Lean Clay
®Weathered ® Limestone
Limestone
NOTES:
Layering shown on this figure has been developed by the
geotechnical engineer for purposes of modeling the subsurface
conditions as required for the subsequent geotechnical engineering
for this project.
Numbers adjacent to soil column indicate depth below ground
surface.
Geotechnical Engineering Report
Westport 24 1 Fort Worth, Texas
September 27, 2024 1 Terracon Project No. 94245346
Attachments
ierracon
Facilities I Environmental I Geotechnical I Materials
Geotechnical Engineering Report
Westport 24 1 Fort Worth, Texas ■ ierracon
September 27, 2024 1 Terracon Project No. 94245346
Exploration and Testing Procedures
Field Exploration
Approximate
Boring Designation Boring Depth Location
(feet)
B-5, B-9, B-14, B-20, B-39, B-43 40
B-1, B-2, B-3, B-4, B-6, B-7, B-8, B-10, B-11,
B-12, B-13, B-15, B-16, B-17, B-18, B-19, B-21,
B-22, B-23, B-24, B-25, B-26, B-27, B-28, B-29, 35 Building area
B-31, B-32, B-33, B-34, B-35, B-36, B-37, B-38,
B-40, B-41, B-42
B-30 30
DP-1 20 Detention pond
P-1 through P-21 9 to 10 Pavement areas
Boring Layout and Elevations: Boring layout and ground surface elevations were
provided by Westwood Professional Services.
Subsurface Exploration Procedures: We advanced the borings with a truck -mounted
rotary drill rig using continuous flight augers (solid stem and/or hollow stem, as
necessary, depending on soil conditions). Samples were obtained at 2 feet intervals in
the upper 10 feet of each boring and at intervals of 5 feet thereafter using push tube
sampling and split -spoon sampling procedures. In the push tube sampling procedure, a
seamless steel tube with a sharp cutting edge was pushed hydraulically into the soil to
obtain a relatively undisturbed sample. In the split -spoon sampling procedure, a
standard 2-inch outer diameter split -spoon sampler was driven into the ground by an
automatic hammer. The number of blows required to advance the sampling spoon the
last 12 inches of a normal 18-inch penetration is recorded as the Standard Penetration
Test (SPT) resistance value. The load -carrying capacity of bedrock was evaluated in place by
the Texas Department of Transportation (TxDOT) cone penetration test.
We observed and recorded groundwater levels during drilling and sampling. The
groundwater levels are shown on the attached boring logs, if observed. For safety
purposes, all borings were backfilled with auger cuttings after their completion.
Pavements were patched with cold -mix asphaltic concrete and/or bagged portland
cement concrete, as appropriate.
The sampling depths, penetration distances, SPT resistance values (N-values), and other
sampling information was recorded on the field boring logs. The samples were placed in
Facilities I Environmental I Geotechnical I Materials
Geotechnical Engineering Report
Westport 24 1 Fort Worth, Texas
September 27, 2024 1 Terracon Project No. 94245346
ierracon
appropriate containers and taken to our soil laboratory for testing and classification by a
Geotechnical Engineer. Our exploration team prepared field boring logs as part of the
drilling operations. These field logs included visual classifications of the materials
observed during drilling and our interpretation of the subsurface conditions between
samples. Final boring logs were prepared from the field logs. The final boring logs
represent the Geotechnical Engineer's interpretation of the field logs and include
modifications based on observations and tests of the samples in our laboratory.
Laboratory Testing
The project engineer reviewed the field data and assigned laboratory tests. The
laboratory testing program included the following types of tests:
■ Water (moisture) content
■ Liquid limit, plastic limit, and plasticity index
■ Absorption swell tests
■ Soluble sulfates
The laboratory testing program often included examination of soil samples by an
engineer. Based on the results of our field and laboratory programs, we described and
classified the soil samples in accordance with the Unified Soil Classification System.
The results of the laboratory tests are presented on the individual boring logs, tables, or
graphs in Exploration and Laboratory Results.
Facilities I Environmental I Geotechnical I Materials
Geotechnical Engineering Report
Westport 24 1 Fort Worth, Texas
September 27, 2024 1 Terracon Project No. 94245346
Site Location and Exploration Plans
Contents:
Site Location Plan
Exploration Plan
ierracon
Facilities I Environmental I Geotechnical I Materials
Geotechnical Engineering Report
Westport 24 1 Fort Worth, Texas
September 27, 2024 1 Terracon Project No. 94245346
Site Location
.N
i
Wrerracon
��.��...1�
r
Ik -
16
---- -
■
�x.
■
♦ Historical Terracon Project
IS FOR GENERAL LOCATION ONLY, AND IS NOT INTENDED FOR CONSTRUCTION PURPOSES MAP PROVIDED BY MICROSOFT BING MAPS
Facilities I Environmental I Geotechnical Materials
Geotechnical Engineering Report
Westport 24 i Fort Worth, Texas Verracon
September 27, 2024 i Terracon Project No. 94245346
Exploration Plan
r VP
9-25
B-fir B-15
24 8-33 B-42
*V/ *
P-20 P-24
- B-5 B-14 �32 ,P-8
/ 8-8-41
r w
4 B-13
c B-31 B P-
B-12 PJ4,c �' F
21 8-30 8-34
B 2 B 11 B-29 P-17 `.
B-38
}1
B 10 P-1
8-19 8-28 B-3- '
QN
' n=
8-27 B 36 k P-15 i
B-35
DP-1
-12 _- - Z
J `V
M}
" .•� � �Building Boring Location
Pavement Boring Location
Detention Pond Boring Location
i
DIAGRAM IS FOR GENERAL LOCATION ONLY, AND IS NOT INTENDED FOR CONSTRUCTION PURPOSES MAP PROVIDED BY MICROSOFT BING MAPS
Facilities i Environmental i Geotechnical i Materials
Exploration and Laboratory Results
Contents:
Boring Logs (B-1 through B-43, P-1 through P-21, DP-1)
Summary of Swell Tests
Summary of Soluble Sulfate Tests
Facilities I Environmental I Geotechnical I Materials
Westport 24
FM 156 1 Fort Worth, TX
Terracon Project No. 94245346
P!Tacon
1 John W Carpenter Fwy Ste
100
Dallas, TX
o Location: See Exploration Plan
J
Latitude: 33.00810 Longitude:-97.34030
v �
v fl-
0 0
� C7
3
Boring Log No. B-1
Depth (Ft.) Elevation: 722.67 (Ft.) +/-
FAT CLAY (CH), brown, hard
y
i
Y
J Cc~
a y
E
v�
>� 0
LL
> O
4.5+ (HP)
720.67
LIMESTONE, weathered, with clay layers, , 100/3.25"
tan —
0
LIMESTONE, with interbedded dark gray
shale seams and layers, gray
0
Boring Terminated at 35 Feet
Strength Test
o
w Atterberg
v
U Limits
=
QJ
y
t
> y 0,M
d c N c
v
C
a LL
O1 LL-PL-PI CL
��
a� a`y m
E t V
U
I— n
v
_
1
100/2.5"
5-
hill,
100/2.25"
10-
709.67 _
,
100/1.25"
1 5—
,
100/1.25"
20-
100/1.0"
2 5-hL
hL
100/0.5"
30-
687.67
35-,
100/0.75"
14.0 70-24-46
See Exploration and Testing Procedures for a description of field and laboratory procedures used and
Water Level Observations
Drill Rig
additional data (If any).
Groundwater not encountered while drilling
Truck
See Supporting Information for explanation of symbols and abbreviations.
Borehole dry at completion of drilling
Hammer Type
Automatic
Driller
Strata Bore
Notes
Advancement Method
Logged by
Boring coordinates and surface elevation were provided by Westwood.
Dry augered
D. Lemar
Boring Started
08-29-2024
Abandonment Method
BoringCo
Completed
g Co
Boring backfilled with soil cuttings upon completion.
Facilities I Environmental I Geotechnical I Materials
Westport 24
FM 156 1 Fort Worth, TX
Terracon Project No. 94245346
F!Tacon
901John W Carpenter Fwy Ste
100
Dallas, TX
Boring
Log
No.
B-2
ration: See Exploration Plan
y
a)
itude: 33.00861 Longitude: 97.33970
a
J'cc
~
m
y
a y
n
E
v oc
�-0
O
N
LL
Dth (Ft.) Elevation: 720.85 (Ft.) +/-
FAT CLAY (CH), brown, hard
LIMESTONE, weathered, with clay layers,
tan
0
LIMESTONE, with interbedded dark gray
shale seams and layers, gray
0
Boring Terminated at 35 Feet
—
4.5+ (HP)
—
4.5+ (HP)
716.85
_
\
100/1.0"
5-
710.85 1 G
\
100/1.5"
\
100/1.0"
15—
\
100/1.25"
20-
\
100/0.75"
25-
\
100/1.0"
30-
685.85 3 5-,
100/0.75"
Strength Test
o
w Atterberg
v
U Limits
=
QJ
M
y
t
> y 0,
c N c
v
O LL-PL-PI a LL
E
I— Ln
v
9.6
19.4 70-23-47
See Exploration and Testing Procedures for a description of field and laboratory procedures used and Water Level Observations Drill Rig
additional data (If any). Groundwater not encountered while drilling Truck
See Supporting Information for explanation of symbols and abbreviations.
Borehole dry at completion of drilling
Notes
Boring coordinates and surface elevation were provided by Westwood.
Hammer Type
Automatic
Driller
Strata Bore
Advancement Method
Logged by
Dry augered
Costilla
Boring Started
08-26-2024
Abandonment Method
Boring Completed
Boring backfilled with soil cuttings upon completion.
08-26-2024
Facilities I Environmental I Geotechnical I Materials
Westport 24
FM 156 1 Fort Worth, TX
Terracon Project No. 94245346
F!Tacon
901John W Carpenter Fwy Ste
100
Dallas, TX
Boring Log No. B-3
p,
Location: See Exploration Plan
a)
ai o
u
Latitude: 33.00900 Longitude:-97.33920
H
Ul
mto
N
£
�
N pv[
C7
p
LL
Depth (Ft.) Elevation: 718.89 (Ft.)
�,A
FAT CLAY (CH), brown, hard
LIMESTONE, weathered, with clay layers,
tan
0
LIIESTONE, with interbedded dark gray
shhalle seams and layers, gray
0
Boring Terminated at 35 Feet
—
4.5+ (HP)
—
4.5+ (HP)
714.89
_
100/2.75"
5-
,
100/1.25"
1
706.89 _
,
100/1.0"
15—
,
100/1.25"
20--
hill,100/0.75"
25-
\
100/1.0"
30-
683.89 35-,
100/0.5"
Strength Test
o
w Atterberg
v
U Limits
=
QJ
M
y
0,
d c N c
C
a LL
O1 LL-PL-PI CL
��
a� a`y m
E t V
U
I— n
v
22.3
23.7 78-26-52
See Exploration and Testing Procedures for a description of field and laboratory procedures used and Water Level Observations Drill Rig
additional data (If any). Groundwater not encountered while drilling Truck
See Supporting Information for explanation of symbols and abbreviations.
Borehole dry at completion of drilling
Notes
Boring coordinates and surface elevation were provided by Westwood.
Hammer Type
Automatic
Driller
Strata Bore
Advancement Method
Logged by
Dry augered
D. Lemar
Boring Started
08-29-2024
Abandonment Method
Boring Completed
Boring backfilled with soil cuttings upon completion.
08-29-2024
Facilities l Environmental l Geotechnical l Materials
Westport 24
FM 156 1 Fort Worth, TX
Terracon Project No. 94245346
V90mmacon
arpenter Fwy Ste
100
Dallas, TX
o Location: See Exploration Plan
J
Latitude: 33.00950 Longitude:-97.33870
v �
v fl-
0 0
� C7
3
Boring Log No. B-4
Depth (Ft.) Elevation: 720.85 (Ft.) +/-
FAT CLAY (CH), brown, hard
i Q
~
Y
J M
a y
E
v�
>� 0
�
> O
718.85 _
LIMESTONE, weathered, with clay layers, , 100/4.0"
tan —
0
LIMESTONE, with interbedded dark gray
shale seams and layers, gray
0
Boring Terminated at 35 Feet
Strength Test
o
w Atterberg
v
U Limits
=
QJ
y
t
> y 0,M
d c N c
v
C
a LL
O1 LL-PL-PI CL
��
a� a`y m
E t V
U
I— n
v
hL
100/0.75"
5-
hL
100/0.5"
10--
707.85
,
100/0.75"
1 5--
20
,
100/1.25"
100/0.5"
2 5-
,
100/0.75"
3 0
685.85 35-,
100/0.75"
15.7 69-24-45
See Exploration and Testing Procedures for a description of field and laboratory procedures used and
Water Level Observations
Drill Rig
additional data (If any).
Groundwater encountered @13' while drilling
Truck
See Supporting Information for explanation of symbols and abbreviations.
Groundwater observed @19' at completion of
Hammer Type
drilling
Automatic
Driller
Strata Bore
Notes
Advancement Method
Logged by
Boring coordinates and surface elevation were provided by Westwood.
Dry augered
Fleming
Boring Started
08-21-2024
Abandonment Method
Boring backfilled with soil cuttings upon completion.
Co
Boring Boring Co
Completed
Facilities I Environmental I Geotechnical I Materials
Westport 24
FM 156 1 Fort Worth, TX
Terracon Project No. 94245346
F!Tacon
901John W Carpenter Fwy Ste
100
Dallas, TX
Boring Log No. B-5
p, Location: See Exploration Plan
a)
ai o
u Latitude: 33.01000 Longitude:-97.33820
H
Ul
m
N
£
�
N pv[
2: U
n
LL
Depth (Ft.) Elevation: 722.44 (Ft.) +/-
LEAN CLAY CHI,, with calcareous nodules,
brown to light brown, hard — 4.5+ (HP)
LIMESTONE, weathered, with clay layers,
tan
0
LIMESTONE, with interbedded dark gray
shale seams and layers, gray
0
Boring Terminated at 35 Feet
—
4.5+ (HP)
718.44 _
5-
100/2.5"
,
100/2.5"
1 0
,
100/1.75"
15—
706.44 _
,
100/1.25"
20
100/1"
25-kL
\
100/0.75"
30-
687.44 3 r
100/0.5"
Strength Test
o
w Atterberg
v
= U Limits
�
QJ
c
JJ
v
]. y p +-' .-.
d c N c
M
C
L
O1
i
a LL
a`y m
LL-PL-PI
��
CL
a� V
E
U
I— t n
v
15.0
9.0 42-19-23
See Exploration and Testing Procedures for a description of field and laboratory procedures used and Water Level Observations Drill Rig
additional data (If any). Groundwater not encountered while drilling Truck
See Supporting Information for explanation of symbols and abbreviations.
Borehole dry at completion of drilling
Notes
Boring coordinates and surface elevation were provided by Westwood.
Hammer Type
Automatic
Driller
Strata Bore
Advancement Method
Logged by
Dry augered
D. Lemar
Boring Started
08-28-2024
Abandonment Method
Boring Completed
Boring backfilled with soil cuttings upon completion.
08-28-2024
Facilities l Environmental l Geotechnical l Materials
Westport 24
FM 156 1 Fort Worth, TX
Terracon Project No. 94245346
V90mmacon
arpenter Fwy Ste
100
Dallas, TX
Boring Log No. B-6
o Location: See Exploration Plan
J
u Latitude: 33.01050 Longitude:-97.33770
v �
v fl-
:pth (Ft.) Elevation: 721.51 (Ft.) +/-
FAT CLAY (CH), brown, hard
a+
y i Y
J M ~
a >� y E v ooc
> 0
O
719.51 _
LEAN CLAY (CLI, with limestone seams, tan, 718.51 47/12.0"
hard
`IMESTONE, weathered, with clay layers,
tan , 100/0.75"
0
LESTONE, with interbedded dark gray
shale seams and layers, gray
0
Boring Terminated at 35 Feet
5
10- , 100/0.75"
707.51 _
15- , 100/0.75"
20- ,
2 5- ,
3 0- ,
686.51 3 5----
100/1.25"
Strength Test
o
w Atterberg
v
U Limits
=
QJ
y
t
> y 0,M
d c N c
v
C
a LL
O1 LL-PL-PI CL
��
a� a+`y m
Et V
U
H n
v
100/0.S" 1
100/0.75"
100/1.01,
14.2 63-22-41
See Exploration and Testing Procedures for a description of field and laboratory procedures used and
Water Level Observations
Drill Rig
additional data (If any).
Groundwater not encountered while drilling
Truck
See Supporting Information for explanation of symbols and abbreviations.
Borehole dry at completion of drilling
Hammer Type
Automatic
Driller
Strata Bore
Notes
Advancement Method
Logged by
Boring coordinates and surface elevation were provided by Westwood.
Dry augered
Fleming
Boring Started
08-23-2024
Abandonment Method
Boring backfilled with soil cuttings upon completion.
Co
Boring Boring Co
Completed
Facilities I Environmental I Geotechnical I Materials
Westport 24
FM 156 1 Fort Worth, TX
Terracon Project No. 94245346
F!Tacon
901John W Carpenter Fwy Ste
100
Dallas, TX
Boring Log No. B-7
p,
Location: See Exploration Plan
a)
ai o
u
Latitude: 33.01090 Longitude:-97.33720
H
Ul
'O O_
mto
Q N N
£
�
N pv[
C7
p
LL
Depth (Ft.) Elevation: 718.53 (Ft.) +/-
//�
FAT CLAY (CH), with limestone fragments,
brown, hard
—
4.5+ (HP)
LIMESTONE, weathered, with clay layers,
tan
0
LIMESTONE, with interbedded dark gray
shale seams and layers, gray
0
Boring Terminated at 35 Feet
4.5+ (HP)
714.53
\
100/2.75"
5-
\
100/1.5"
1
706.53 _
\
100/0.75"
1 5--
\
100/1.0"
20-
\
100/0.75"
2 5-
\
100/0.75"
So-
683.53 35-,
100/0.5"
Strength Test
o
w Atterberg
v
U Limits
=
QJ
JJ
0,
d c N c
M
C
O1
a LL
a`y m
LL-PL-PI
��
CL
a� V
E
U
I— t n
v
17.1
20.4 78-27-51
See Exploration and Testing Procedures for a description of field and laboratory procedures used and Water Level Observations Drill Rig
additional data (If any). Groundwater not encountered while drilling Truck
See Supporting Information for explanation of symbols and abbreviations.
Borehole dry at completion of drilling
Notes
Boring coordinates and surface elevation were provided by Westwood.
Hammer Type
Automatic
Driller
Strata Bore
Advancement Method
Logged by
Dry augered
Costilla
Boring Started
08-21-2024
Abandonment Method
Boring Completed
Boring backfilled with soil cuttings upon completion.
08-21-2024
Facilities I Environmental I Geotechnical I Materials
Westport 24
FM 156 1 Fort Worth, TX
Terracon Project No. 94245346
F!Tacon
901John W Carpenter Fwy Ste
100
Dallas, TX
Boring Log No. B-8
p,
Location: See Exploration Plan
a)
a
o
u
Latitude: 33.01140 Longitude:-97.33670
H
Ul
'O
O_
mto
Q
N N
£
�
N pv[
C7
p
LL
Depth (Ft.) Elevation: 714.78 (Ft.)
FAT CLAY (CH), with limestone fragments,
brown, hard
—
4.5+ (HP)
—
4.5+ (HP)
1
5 —
4.5+ (HP)
.0 708.78
_
LEAN CLAY (CL), light brown and gray, very
stiff to hard
—
3.75 (HP)
—
4.5+ (HP)
0.0 704.78
LIMESTONE, weathered, with clay layers,
10-
2
tan
—
2.0 702.78
LIMESTONE, with interbedded dark gray
_
shale seams and layers, gray
—
Strength Test
o
w
Atterberg
v
= U
Limits
QJ
JJ
0,
d c N c
M
C
O1
a LL
a+`y m
��
LL-PL-PI
CL
a�
E
U
I—
n
v
15.1
84-30-54
21.3
22.5
17.7
42-17-25
18.6
,
100/1.5"
15-
,
100/1.0"
20-
3
100/1.0"
2 5-
,
100/0.75"
So-
15.0 679.78
35—,
100/0.75"
Boring Terminated at 35 Feet
See Exploration and Testing Procedures for a description of field and laboratory procedures used and Water Level Observations
additional data (If any). Groundwater not encountered while drilling
See Supporting Information for explanation of symbols and abbreviations.
Borehole dry at completion of drilling
Notes Advancement Method
Boring coordinates and surface elevation were provided by Westwood. Dry augered
Abandonment Method
Boring backfilled with soil cuttings upon completion
Drill Rig
Truck
Hammer Type
Automatic
Driller
Strata Bore
Logged by
Costilla
Boring Started
08-20-2024
Boring Completed
08-20-2024
Facilities I Environmental I Geotechnical I Materials
Westport 24
FM 156 1 Fort Worth, TX
Terracon Project No. 94245346
P!Tacon
1 John W Carpenter Fwy Ste
100
Dallas, TX
Boring Log No. B-9
p, Location: See Exploration Plan
o
,-,
y
a
n
I Strength Test
,-.
o
Atterberg
Limits
u_ Latitude: 33.01180 Longitude:-97.33620
c
N
H
a
> s
p; +�
_
0
v a�i
L
m
t
v
m N
n
E
a ^
v
>
~
Nr �'
° c N c
MN
Zrn
p'v
vLL
LL-PL-PI a
O
LL
QJ
E
U
Depth (Ft.) Elevation: 710.94 (Ft.) +/-
~
Ln
U
FAT CLAY (CH), brown, hard
—
4.5+ (HP)
18.5
81-28-53
—
4.5+ (HP)
23.0
4.0
706.94
_
LEAN CLAY (CL), light brown and gray, very
stiff to hard
5 —
4.5+ (HP)
15.8
33-17-16
—
4.0 (HP)
18.4
—
3.0 (HP)
14.1
0.0
//
700.94
1
LIMESTONE, weathered, with clay layers,
tan
—
3.0
697.94
LESTONE, with interbedded dark gray
shale seams and layers, gray
,
100/5.5"
15-
,
100/1.75"
Z0
100/1.0"
2 5-
100/1.5"
30-
100/0.75"
35-
40.0
670.94
40- -
100/0.75"
Boring Terminated at 40 Feet
See Exploration and Testing Procedures for a description of field and laboratory procedures used and Water Level Observations Drill Rig
additional data (If any). Groundwater not encountered while drilling Truck
See Supporting Information for explanation of symbols and abbreviations.
Borehole dry at completion of drilling
Notes
Boring coordinates and surface elevation were provided by Westwood.
Hammer Type
Automatic
Driller
Strata Bore
Advancement Method Logged by
Dry augered Costilla
Boring Started
08-20-2024
Abandonment Method Completed
Co
Boring backfilled with soil cuttings upon completion. Boring Boring Co
Facilities I Environmental I Geotechnical I Materials
Westport 24
FM 156 1 Fort Worth, TX
Terracon Project No. 94245346
F!Tacon
901John W Carpenter Fwy Ste
100
Dallas, TX
o Location: See Exploration Plan
J
Latitude: 33.00800 Longitude:-97.33960
v �
v fl-
o °
� C7
Depth (Ft.) Elevation:
FAT CLAY CH), with limestone frag
brown, har
LIMESTONE, weathered, with clay la
tan
0
LIMESTONE, with interbedded dark g
shale seams and layers, gray
0
Boring Terminated at 35 Feet
Boring Log No. B-10
720.13
ments,
yers,
a)+
y
i
J Cc~
Y
a
a)E
v�
>�
> 0
O
LL
(Ft.)
—
4.5+ (HP)
716.13
_
\
100/1.5"
5-
\
100/1.75"
1 0-
708.13
_
ray
\
100/1.75"
1 5
\
100/1.25"
20-
\
100/0.75"
2 5-
\
100/0.75"
So-
685.13
35-,
100/0.75"
Strength Test
o
w
Atterberg
v
= U
Limits
QJ
�
C
t
JJ
v
>
y 0,M
d c N c
v
C
O1
��
LL-PL-PI
a LL
CL
a�
a`y m
E t V
U
I—
n
v
8.0
8.8
62-22-40
See Exploration and Testing Procedures for a description of field and laboratory procedures used and Water Level Observations
additional data (If any). Groundwater not encountered while drilling
See Supporting Information for explanation of symbols and abbreviations.
Borehole dry at completion of drilling
Notes
Boring coordinates and surface elevation were provided by Westwood.
Advancement
Dry augered
Abandonment
Boring backfilled
Drill Rig
Truck
Hammer Type
Automatic
Driller
Strata Bore
Method Logged by
Costilla
Boring Started
08-26-2024
Method Boring Completed
with soil cuttings upon completion. 08-26-2024
Facilities I Environmental I Geotechnical I Materials
Westport 24
FM 156 1 Fort Worth, TX
Terracon Project No. 94245346
F!Tacon
901John W Carpenter Fwy Ste
100
Dallas, TX
o Location: See Exploration Plan
J
Latitude: 33.00850 Longitude:-97.33910
v �
v fl-
o °
� C7
Depth (Ft.) Elevation:
FAT CLAY CH), with limestone frag
brown, har
LIMESTONE, weathered, with clay la
tan
0
LIMESTONE, with interbedded dark g
shale seams and layers, gray
0
Boring Terminated at 35 Feet
Boring Log No. B-11
718.98
ments,
yers,
a)+
y
i
J Cc~
Y
a
a)E
v�
>�
> 0
O
LL
(Ft.)
—
2.5 (HP)
714.98
_
,
100/3.25"
5-
,
100/2.0"
1
706.98
_
ray
,
100/1.75"
1 5--
,
100/1.0"
to-
100/1.25"
2 5-hL
,
100/1.5"
3 0—
683.98
35-,
100/1.0"
Strength Test
o
w
Atterberg
v
= U
Limits
QJ
JJ
>
y 0,M
d c N c
v
C
t
O1
a LL
a`y m
��
LL-PL-PI
CL
a�
E t V
U
I—
n
v
10.7
22.7
69-24-45
See Exploration and Testing Procedures for a description of field and laboratory procedures used and Water Level Observations
additional data (If any). Groundwater not encountered while drilling
See Supporting Information for explanation of symbols and abbreviations.
Borehole dry at completion of drilling
Notes
Boring coordinates and surface elevation were provided by Westwood.
Advancement
Dry augered
Abandonment
Boring backfilled
Drill Rig
Truck
Hammer Type
Automatic
Driller
Strata Bore
Method Logged by
Costilla
Boring Started
08-22-2024
Method Boring Completed
with soil cuttings upon completion. 08-22-2024
Facilities I Environmental I Geotechnical I Materials
Westport 24
FM 156 1 Fort Worth, TX
Terracon Project No. 94245346
F!Tacon
901John W Carpenter Fwy Ste
100
Dallas, TX
Boring Log No. B-12
a) Location: See Exploration Plan y a)
v o a c 0. '-'
u Latitude: 33.00900 Longitude:-97.33860-J m H
Ul �
N £ N pv[
m
C7 p LL
Depth (Ft.) Elevation: 718.87 (Ft.) +/-
FAT CLAY (CH), dark brown, hard
LIMESTONE, weathered, with clay la
tan
0
LIMESTONE, with interbedded dark g
shale seams and layers, gray
0
Boring Terminated at 35 Feet
4.5+ (HP)
715.87 4.5+ (HP)
yers, — , 100/3.0"
5-
1 , 100/4.0"
706.87 _
ray
1 Er- , 100/1.25"
to- , 100/1.5"
2 5-hL 100/0.5"
So- , 100/0.75"
683.87 35-, 100/0.5"
Strength Test
o
w
Atterberg
v
= U
Limits
QJ
�
M
c
y
v
0,
d c N c
C
O1
��
LL-PL-PI
a LL
CL
a�
a+`y m
Et V
U
H
n
v
17.2
79-27-52
19.1
See Exploration and Testing Procedures for a description of field and laboratory procedures used and Water Level Observations
additional data (If any). Groundwater not encountered while drilling
See Supporting Information for explanation of symbols and abbreviations.
Borehole dry at completion of drilling
Notes
Boring coordinates and surface elevation were provided by Westwood.
Advancement
Dry augered
Abandonment
Boring backfilled
Drill Rig
Truck
Hammer Type
Automatic
Driller
Strata Bore
Method Logged by
J.Sanchez
Boring Started
08-26-2024
Method Boring Completed
with soil cuttings upon completion. 08-26-2024
Facilities I Environmental I Geotechnical I Materials
Westport 24
FM 156 1 Fort Worth, TX
Terracon Project No. 94245346
V90mmacon
arpenter Fwy Ste
100
Dallas, TX
Boring Log No. B-13
o Location: See Exploration Plan
J
Latitude: 33.00950 Longitude:-97.33810
v �
v fl-
0 0
� C7
Depth (Ft.) Elevation: 719.89 (Ft.) +/-
FAT CLAY (CH), brown, hard
y
i
~
Y
J M
a y
E
v�
>� 0
LL
> O
(
717.89 _
LIMESTONE, weathered, with clay layers, , 100/3.75"
tan —
100/3.0"
0
LIMESTONE, with interbedded dark gray
shale seams and layers, gray
0
Boring Terminated at 35 Feet
5
10- 100/2.25"
707.89 _
1 , 100/1.25"
20- ,
2 5- ,
3 0- ,
684.89 35—,
100/1.0"
Strength Test
o
w Atterberg
v
U Limits
=
QJ
y
t
> y 0,M
d c N c
v
C
a LL
O1 LL-PL-PI CL
��
a� a`y m
E t V
U
I— n
v
100/0.5" 1
100/0.5" 1
100/0.5"
15.6 73-26-47
See Exploration and Testing Procedures for a description of field and laboratory procedures used and
Water Level Observations
Drill Rig
additional data (If any).
Groundwater not encountered while drilling
Truck
See Supporting Information for explanation of symbols and abbreviations.
Borehole dry at completion of drilling
Hammer Type
Automatic
Driller
Strata Bore
Notes
Advancement Method
Logged by
Boring coordinates and surface elevation were provided by Westwood.
Dry augered
D. Lemar
Boring Started
08-28-2024
Abandonment Method
Boring Boring Co
Co
Completed
Boring backfilled with soil cuttings upon completion.
Facilities I Environmental I Geotechnical I Materials
Westport 24
FM 156 1 Fort Worth, TX
Terracon Project No. 94245346
F!Tacon
901John W Carpenter Fwy Ste
100
Dallas, TX
Boring Log No. B-14
a) Location: See Exploration Plan y a)
v o a c 0. '-'
u Latitude: 33.00990 Longitude:-97.33760—J m H
Ul �
N £ N pv[
mto
C7 p LL
Depth (Ft.) Elevation: 720.87 (Ft.) +/-
FAT CLAY (CH), brown and gray, hard
LIMESTONE, weathered, with clay la
tan
0
LIMESTONE, with interbedded dark g
shale seams and layers, gray
0
Boring Terminated at 40 Feet
4.5+ (HP)
4.5+ (HP)
716.87 _
yers, 5- 100/2.75"
10-- , 100/2.0"
15— , 100/0.75"
704.87 _
ray —
to- , 100/0.25"
25-
100/0.75"
So- \ 100/1.0"
35- \ 100/1.0"
680.87 100/0.75"
Strength Test
o
w
Atterberg
v
= U
Limits
QJ
�
c
y
v
].
y p +-' .-.
d c N c
M
C
L
O1
i
a LL
a`y m
��
LL-PL-PI
CL
a�
E t V
U
I—
n
v
16.4
15.1
65-22-43
See Exploration and Testing Procedures for a description of field and laboratory procedures used and Water Level Observations
additional data (If any). Groundwater not encountered while drilling
See Supporting Information for explanation of symbols and abbreviations.
Borehole dry at completion of drilling
Notes
Boring coordinates and surface elevation were provided by Westwood.
Advancement
Dry augered
Abandonment
Boring backfilled
Drill Rig
Truck
Hammer Type
Automatic
Driller
Strata Bore
Method Logged by
D. Lemar
Boring Started
08-28-2024
Method Boring Completed
with soil cuttings upon completion. 08-28-2024
Facilities l Environmental l Geotechnical l Materials
Westport 24
FM 156 1 Fort Worth, TX
Terracon Project No. 94245346
F!Tacon
901John W Carpenter Fwy Ste
100
Dallas, TX
o Location: See Exploration Plan
J
Latitude: 33.01040 Longitude:-97.33710
v �
v fl-
0 0
� C7
3
Boring Log No. B-15
Depth (Ft.) Elevation: 719.64 (Ft.) +/-
FAT CLAY (CH), with limestone fragments,
y i
J Cc~
Y
a y
E
v�
>�
> 0
O
LL
4.5+ (HP)
brown, har — , 717.64 35/12.0"
LIMESTONE, weathered, with clay layers,
tan —
0
LIMESTONE, with interbedded dark gray
shale seams and layers, gray
0
Boring Terminated at 35 Feet
Strength Test
o
w Atterberg
v
U Limits
=
QJ
y
t
> y 0,M
d c N c
v
C
a LL
O1 LL-PL-PI CL
��
a� a`y m
E t V
U
I— n
v
9.5
_
1
100/0.75"
5-
,
100/6.5"
10-
706.64
,
100/0.5"
15—
,
100/0.75"
20-
hL
100/0.5"
2 5-
,
100/0.75"
30--
684.64 35-,
100/0.75"
See Exploration and Testing Procedures for a description of field and laboratory procedures used and
Water Level Observations
Drill Rig
additional data (If any).
Groundwater not encountered while drilling
Truck
See Supporting Information for explanation of symbols and abbreviations.
Borehole dry at completion of drilling
Hammer Type
Automatic
Driller
Strata Bore
Notes
Advancement Method
Logged by
Boring coordinates and surface elevation were provided by Westwood.
Dry augered
Fleming
Boring Started
08-23-2024
Abandonment Method
Boring backfilled with soil cuttings upon completion.
Co
Boring Boring Co
Completed
Facilities I Environmental I Geotechnical I Materials
Westport 24
FM 156 1 Fort Worth, TX
Terracon Project No. 94245346
F!Tacon
901John W Carpenter Fwy Ste
100
Dallas, TX
o Location: See Exploration Plan
J
Latitude: 33.01090 Longitude:-97.33650
v �
v fl-
o °
2: U
Depth (Ft.) Elevation:
LEAN CLAY (CU, brown, hard
aLIMESTONE, weathered, with clay la
n
0
LESTONE, with interbedded dark g
shale seams and layers, gray
0
Boring Terminated at 35 Feet
Boring Log No. B-16
717.00
yers,
a)+
y
i
J Cc~
Y
a
a)E
v�
>�
> 0
O
(Ft.)
716
,
100/2.0"
100/1.25"
5-
\
100/0.75"
10--
704 _
ray
,
100/1.0"
1
,
100/1.5"
2 0
100/0.75"
25-
\
100/1.0"
30-
682 3 5
100/0.75"
Strength Test
o
w Atterberg
v
U Limits
=
QJ
y
> y 0,M
d c N c
v
C
t
O1
a LL
a+`y m
LL-PL-PI
��
CL
a�
Et V
U
H n
v
7.8
See Exploration and Testing Procedures for a description of field and laboratory procedures used and Water Level Observations
additional data (If any). Groundwater not encountered while drilling
See Supporting Information for explanation of symbols and abbreviations.
Borehole dry at completion of drilling
Notes
Boring coordinates and surface elevation were provided by Westwood.
Advancement
Dry augered
Abandonment
Boring backfilled
Drill Rig
Truck
Hammer Type
Automatic
Driller
Strata Bore
Method Logged by
Costilla
Boring Started
08-21-2024
Method Boring Completed
with soil cuttings upon completion. 08-21-2024
Facilities I Environmental I Geotechnical I Materials
Westport 24
FM 156 1 Fort Worth, TX
Terracon Project No. 94245346
F!Tacon
901John W Carpenter Fwy Ste
100
Dallas, TX
o Location: See Exploration Plan
J
Latitude: 33.01130 Longitude:-97.33600
v �
v fl-
o °
2: U
Depth (Ft.) Elevation:
J LEAN CLAY (CL), with limestone frag
brown, hard
`JMESTONE, weathered, with clay la
an
lay
0
LJIESTONE, with interbedded dark g
shale seams and layers, gray
0
Boring Terminated at 35 Feet
Boring Log No. B-17
713.54
a)+
J Cc~
a
a)E
v�
>�
> 0
O
(Ft.)
ments, 712.54
Strength Test
o
w Atterberg
v
= U Limits
�
QJ
C
JJ
v
> y N
d c
M v
C
t�
LLc
a
a`
LL -PL-PI
aE+
H�
n
v
2.6
See Exploration and Testing Procedures for a description of field and laboratory procedures used and Water Level Observations
additional data (If any). Groundwater not encountered while drilling
See Supporting Information for explanation of symbols and abbreviations.
Borehole dry at completion of drilling
Notes
Boring coordinates and surface elevation were provided by Westwood.
Advancement
Dry augered
Abandonment
Boring backfilled
Drill Rig
Truck
Hammer Type
Automatic
Driller
Strata Bore
Method Logged by
Costilla
Boring Started
08-20-2024
Method Boring Completed
with soil cuttings upon completion. 08-20-2024
Facilities l Environmental l Geotechnical l Materials
Westport 24
FM 156 1 Fort Worth, TX
Terracon Project No. 94245346
F!Tacon
901John W Carpenter Fwy Ste
100
Dallas, TX
Location: See Exploration Plan
o
J
Latitude: 33.00750 Longitude:-97.33950
v �
v fl-
0 0
� C7
Depth (Ft.) Elevation:
1
FAT CLAY (CH), brown, hard
2.0
LIMESTONE, weathered, with clay la
tan
0
LIMESTONE, with interbedded dark g
shale seams and layers, gray
0
Boring Terminated at 35 Feet
Boring Log No. B-18
718.67
yers,
a)+
J Cc~
a
a)E
v�
>�
> 0
O
LL
(Ft.)
4.5+ (HP)
_
716.67
_
,
100/6.0"
100/1.75"
5-
\
100/1.5"
1�
706.67 _
ray
,
100/0.75"
15—
,
100/1.0"
20-
hL
100/0.75"
2 5-
,
100/0.75"
So-
683.67 35-,
100/0.75"
Strength Test
o
w
Atterberg
v
= U
Limits
QJ
t
y
>
y 0,M
d c N c
v
C
O1
��
LL-PL-PI
a LL
CL
a�
a`y m
E t V
U
I—
n
v
9.4
68-24-44
See Exploration and Testing Procedures for a description of field and laboratory procedures used and Water Level Observations
additional data (If any). Groundwater not encountered while drilling
See Supporting Information for explanation of symbols and abbreviations.
Borehole dry at completion of drilling
Notes
Boring coordinates and surface elevation were provided by Westwood.
Advancement
Dry augered
Abandonment
Boring backfilled
Drill Rig
Truck
Hammer Type
Automatic
Driller
Strata Bore
Method Logged by
Costilla
Boring Started
08-23-2024
Method Boring Completed
with soil cuttings upon completion. 08-23-2024
Facilities I Environmental I Geotechnical I Materials
Westport 24
FM 156 1 Fort Worth, TX
Terracon Project No. 94245346
F!Tacon
901John W Carpenter Fwy Ste
100
Dallas, TX
Location: See Exploration Plan
o
J
Latitude: 33.00800 Longitude:-97.33900
v �
v fl-
0 0
� C7
Depth (Ft.) Elevation:
1
FAT CLAY (CH), brown, hard
2.0
LIMESTONE, weathered, with clay la
tan
3
0
LIMESTONE, with interbedded dark g
shale seams and layers, gray
0
Boring Terminated at 35 Feet
Boring Log No. B-19
717.94
yers,
a)+
J Cc~
a
a)E
v�
>�
> 0
O
LL
(Ft.) +/-
—
,
4.5+ (HP)
715.94
_
—
\
100/0.75"
\
100/1.5"
5-
\
100/0.75"
1
704.94 _
ray
\
100/0.75"
1 5
\
100/1.0"
20-
\
100/0.75"
2 5-
\
100/0.75"
So-
682.94 35-
,
100/1.01,
Strength Test
o
w
Atterberg
v
= U
Limits
QJ
y
>
y 0,M
d c N c
v
C
t
O1
a LL
a`y m
��
LL-PL-PI
CL
a�
E t V
U
I—
n
v
13.6
71-24-47
See Exploration and Testing Procedures for a description of field and laboratory procedures used and Water Level Observations
additional data (If any). Groundwater not encountered while drilling
See Supporting Information for explanation of symbols and abbreviations.
Borehole dry at completion of drilling
Notes
Boring coordinates and surface elevation were provided by Westwood.
Advancement
Dry augered
Abandonment
Boring backfilled
Drill Rig
Truck
Hammer Type
Automatic
Driller
Strata Bore
Method Logged by
Costilla
Boring Started
08-26-2024
Method Boring Completed
with soil cuttings upon completion. 08-26-2024
Facilities I Environmental I Geotechnical I Materials
Westport 24
FM 156 1 Fort Worth, TX
Terracon Project No. 94245346
P!Tacon
1 John W Carpenter Fwy Ste
100
Dallas, TX
Boring Log No. B-20
p, Location: See Exploration Plan
o
,-,
y
a
n
I Strength Test
,-.
o
Atterberg
Limits
u_ Latitude: 33.00850 Longitude:-97.33850
c
N
H
a
> s
p; +�
_
0
v a�i
L
m
t
v
y
n
a ^
v
>
~
Nr �'
° c c
Fa
MN
Zrn
p'v
vLL
LL-PL-PI a
O
LL
QJ
E
U
Depth (Ft.) Elevation: 716.82 (Ft.) +/-
~
Ln
U
FAT CLAY (CH), brown, hard
—
4.5+ (HP)
15.0
—
4.5+ (HP)
23.4
5 —
2.0 (HP)
28.7
82-27-55
.0
710.82
LEAN CLAY (CL), wtih limestone fragments,
light brown, stiff to very stiff
—
3.0 (HP)
18.9
�
1.5 (HP)
22.2
48-19-29
0.0
�
706.82
1
LIMESTONE, weathered, with clay layers,
tan
—
3.0
703.82
LESTONE, with interbedded dark gray
shale seams and layers, gray
\
100/1.25"
15—
\
100/1.75"
to-
\
100/5.25"
2 5—
\
100/2.25"
30—
\
100/1.s"
3 5—
40.0
676.82
40--�
100/1.25"
Boring Terminated at 40 Feet
See Exploration and Testing Procedures for a description of field and laboratory procedures used and Water Level Observations Drill Rig
additional data (If any). Groundwater not encountered while drilling Truck
See Supporting Information for explanation of symbols and abbreviations.
Borehole dry at completion of drilling
Notes
Boring coordinates and surface elevation were provided by Westwood.
Hammer Type
Automatic
Driller
Strata Bore
Advancement Method Logged by
Dry augered Costilla
Boring Started
08-22-2024
Abandonment Method Completed
g Co
Boring backfilled with soil cuttings upon completion. Boring
Co
Facilities I Environmental I Geotechnical I Materials
Westport 24
FM 156 1 Fort Worth, TX
Terracon Project No. 94245346
P!Tacon
1 John W Carpenter Fwy Ste
100
Dallas, TX
Boring Log No. B-21
a
Location: See Exploration Plan
y
Strength Test
o
�
Atterberg
Limits
J
u
Latitude: 33.00890 Longitude:-97.33800
y > a n
+�
H
a
> s
p; +�
_
0
v a�i
o m
a) ELL
y
p�.-.
a `"�, L
-
o
O)
p'v
U1 LL
LL-PL-PI a
C7
aai
0 v)
QJ
E ,
U
Depth (Ft.) Elevation: 716.44 (Ft.) +/-
~
v�
FAT CLAY (CH), brown, hard
1
—
4.5+ (HP)
14.1
63 22-41
3.0 713.44
4.5+ (HP)
I
13.1
i LIMESTONE, weathered, with clay layers,
,
100/4.5"
i
tan
5-
2
-
,
100/2.75"
1 G
3.0 703.44
_
LIMESTONE, with interbedded dark gray
shale seams and layers, gray
,
100/1.75"
15-
,
100/1.25"
20-
3
—
100/1.0"
2 5-
,
100/0.75"
3 0
5.0 681.44
--
35,
100/0.75"
Boring Terminated at 35 Feet
See Exploration and Testing Procedures for a description of field and laboratory procedures used and Water Level Observations Drill Rig
additional data (If any). Groundwater not encountered while drilling Truck
See Supporting Information for explanation of symbols and abbreviations.
Borehole dry at completion of drilling
Notes
Boring coordinates and surface elevation were provided by Westwood.
Hammer Type
Automatic
Driller
Strata Bore
Advancement Method Logged by
Dry augered J.Sanchez
Boring Started
08-26-2024
Abandonment Method Completed
Co
Boring backfilled with soil cuttings upon completion. Boring Boring Co
Facilities I Environmental I Geotechnical I Materials
Westport 24
FM 156 1 Fort Worth, TX
Terracon Project No. 94245346
F!Tacon
901John W Carpenter Fwy Ste
100
Dallas, TX
Boring Log No. B-22
a) Location: See Exploration Plan y a)
a o > c0.
a-Ni Y
u Latitude: 33.00940 Longitude:-97.33740 H
Ul �
'O O_ Q N N £ N pv[
m
C7 0J to
p LL
Depth (Ft.) Elevation: 718.44 (Ft.) +/-
FAT CLAY (CH), dark brown, hard
LIMESTONE, weathered, with clay la
tan
0
LJ. ESTONE, with interbedded dark g
shale seams and layers, gray
0
Boring Terminated at 35 Feet
4.5+ (HP)
4.5+ (HP)
714.44 _
yers, \ 5- 100/4.0"
10 \ 100/2.0"
705.44 _
ray
15-- \ 100/1.25"
20- \ 100/1.5"
\ 25- 100/1.0"
30- \ 100/1.0"
683.44 35-, 100/0.75"
Strength Test
o
w
Atterberg
v
= U
Limits
QJ
�
c
y
v
].
y p +-' .-.
d c N c
M
C
L
O1
i
a LL
a`y m
��
LL-PL-PI
CL
a�
E t V
U
I—
n
v
19.1
16.6
68-23-45
See Exploration and Testing Procedures for a description of field and laboratory procedures used and Water Level Observations
additional data (If any). Groundwater not encountered while drilling
See Supporting Information for explanation of symbols and abbreviations.
Borehole dry at completion of drilling
Notes
Boring coordinates and surface elevation were provided by Westwood.
Advancement
Dry augered
Abandonment
Boring backfilled
Drill Rig
Truck
Hammer Type
Automatic
Driller
Strata Bore
Method Logged by
D. Lemar
Boring Started
08-27-2024
Method Boring Completed
with soil cuttings upon completion. 08-27-2024
Facilities I Environmental I Geotechnical I Materials
Westport 24
FM 156 1 Fort Worth, TX
Terracon Project No. 94245346
F!Tacon
901John W Carpenter Fwy Ste
100
Dallas, TX
Location: See Exploration Plan
o
J
Latitude: 33.00990 Longitude:-97.33690
v �
v fl-
0 0
� C7
Depth (Ft.) Elevation:
1
FAT CLAY (CH), brown, hard
2.0
LIMESTONE, weathered, with clay la
tan
3
0
LIMESTONE, with interbedded dark g
shale seams and layers, gray
0
Boring Terminated at 35 Feet
Boring Log No. B-23
718.11
yers,
a)+
J Cc~
a
a)E
v�
>�
> 0
O
LL
(Ft.)
4.5+ (HP)
_
716.11
_
,
100/6.5"
100/2.5"
5-
,
100/4.0"
1 0--
705.11 _
ray
,
100/0.75"
15—
,
100/0.5"
2 0—
hL
100/0.5"
25-
,
100/4.0"
3 0—
683.11 35-
,
100/1.0"
Strength Test
o
w
Atterberg
v
= U
Limits
QJ
y
>
y 0,M
d c N c
v
C
t
O1
a LL
a`y m
��
LL-PL-PI
CL
a�
E t V
U
I—
n
v
15.2
73-25-48
See Exploration and Testing Procedures for a description of field and laboratory procedures used and Water Level Observations
additional data (If any). Groundwater not encountered while drilling
See Supporting Information for explanation of symbols and abbreviations.
Borehole dry at completion of drilling
Notes
Boring coordinates and surface elevation were provided by Westwood.
Advancement
Dry augered
Abandonment
Boring backfilled
Drill Rig
Truck
Hammer Type
Automatic
Driller
Strata Bore
Method Logged by
Fleming
Boring Started
08-27-2024
Method Boring Completed
with soil cuttings upon completion. 08-27-2024
Facilities I Environmental I Geotechnical I Materials
Westport 24
FM 156 1 Fort Worth, TX
Terracon Project No. 94245346
P!Tacon
1 John W Carpenter Fwy Ste
100
Dallas, TX
Boring Log No. B-24
p,
Location: See Exploration Plan
a
o
u
Latitude: 33.01040 Longitude:-97.33640
t
a c
L
m
U
Q
E
N
�
�0
Depth (Ft.) Elevation: 718.43 (Ft.) +/-
t
j/ 0 LEAN CLAY (CL), with limestone fragments, 717.43
'
brown, hard
_
`JMESTONE, weathered, with clay layers,
an
,
5-
,
10-
i
2.0 706.43
_
I 1
LESTONE, with interbedded dark gray
shale seams and layers, gray
0
Boring Terminated at 35 Feet
15- ,
20- ,
25- ,
3 0- ,
683.43 3 5—`
U W
N �
ii
100/9.01,
100/1.25"
100/0.5"
Strength Test
o
w Atterberg
v
= U Limits
�
QJ
+-'
M
y
c v
L i
]. y p .-.
d c N c
C
a LL
O1 LL-PL-PI CL
��
a� a`y m
E t V
U
I— n
v
7.3
100/0.S" 1
100/0.5"
100/0.75"
100/0.S" 1
100/1.0" 1
100/0.5"
See Exploration and Testing Procedures for a description of field and laboratory procedures used and
Water Level Observations
Drill Rig
additional data (If any).
Groundwater not encountered while drilling
Truck
See Supporting Information for explanation of symbols and abbreviations.
Borehole dry at completion of drilling
Hammer Type
Automatic
Driller
Strata Bore
Notes
Advancement Method
Logged by
Boring coordinates and surface elevation were provided by Westwood.
Dry augered
Fleming
Boring Started
08-23-2024
Abandonment Method
Boring backfilled with soil cuttings upon completion.
Co
Boring Boring Co
Completed
Facilities l Environmental l Geotechnical l Materials
Westport 24
FM 156 1 Fort Worth, TX
Terracon Project No. 94245346
P!Tacon
1 John W Carpenter Fwy Ste
100
Dallas, TX
Boring Log No. B-25
rn Location: See Exploration Plan
v
Strength Test
o
�
Atterberg
Limits
J y
U Latitude: 33.01080 Longitude:-97.33590
> a
n
+�
H
a > s
p; +�
_
0
v a` )
al
o
QL
m
fl
m
�
A p,
y a`,� Fa
yak
o
O
LL-PL-PI
a1 LL
a
0J
C7
0
v)
QJ E ,
U
Depth (Ft.) Elevation: 715.83 (Ft.) +/-
Ln
~ v�
t
1 0 FAT CLAY (CLI, brown 714.83
.
2.7
51-24-27
�IMESTONE, weathered, with clay layers,
an
5- ,
10- ,
i 2.0 703.83 _
I 1 LESTONE, with interbedded dark gray
shale seams and layers, gray
0
Boring Terminated at 35 Feet
,
15-
,
20-
,
25-
,
3 0-
680.83 35---�
100/1.5"
100/1.0" 1
100/0.75"
100/0.75"
100/1.0"
100/0.75"
100/0.75"
100/0.75"
See Exploration and Testing Procedures for a description of field and laboratory procedures used and
Water Level Observations
Drill Rig
additional data (If any).
Groundwater not encountered while drilling
Truck
See Supporting Information for explanation of symbols and abbreviations.
Borehole dry at completion of drilling
Hammer Type
Automatic
Driller
Strata Bore
Notes
Advancement Method
Logged by
Boring coordinates and surface elevation were provided by Westwood.
Dry augered
Costilla
Boring Started
08-21-2024
Abandonment Method
Boring Boring Co
Co
Completed
Boring backfilled with soil cuttings upon completion.
Facilities l Environmental l Geotechnical l Materials
Westport 24
FM 156 1 Fort Worth, TX
Terracon Project No. 94245346
F!Tacon
901John W Carpenter Fwy Ste
100
Dallas, TX
Boring Log No. B-26
o Location: See Exploration Plan
J
Latitude: 33.01130 Longitude:-97.33540
o °
� 0
Depth (Ft.) Elevation: 712.70 (Ft.) +/-
LEAN CLAY (CL), with limestone fragments,
a
I Strength Test
w
Atterberg
y
L.� > C
N L
F
(nY
a)
> .-.
v
= Q
E .�
Limits
LA
C (A
J cc
a)
fl
I—
N
a
�'
L c
to 0,
a.�
M
0 y,
V a)
yLi a)
Eaai
LL
~
y � c
m
0'v
LL-PL-PI
a)l.L
a
�0
QJ
Eby
U
o�V in
v
4.5+ jHP�
2.2
36-21-15
brown, very stiff to hard — 67/12.0
] 710.7 _ I
`JMESTONE, weathered, with clay layers, — , 100/0.5"
tan
100/0.75"
0
LJIESTONE, with interbedded dark gray
shale seams and layers, gray
0
Boring Terminated at 35 Feet
5
,
10-
701.7
,
15-
,
20-
,
25-
,
30-
677.7 35----k&
100/2.25" 1
100/1.25"
100/3.75"
100/1.75"
100/1.25"
100/0.75"
See Exploration and Testing Procedures for a description of field and laboratory procedures used and
Water Level Observations
Drill Rig
additional data (If any).
Groundwater not encountered while drilling
Truck
See Supporting Information for explanation of symbols and abbreviations.
Borehole dry at completion of drilling
Hammer Type
Automatic
Driller
Strata Bore
Notes
Advancement Method
Logged by
Boring coordinates and surface elevation were provided by Westwood.
Dry augered
Fleming
Boring Started
08-22-2024
Abandonment Method
Boring backfilled with soil cuttings upon completion.
Co
Boring Boring Co
Completed
Facilities l Environmental l Geotechnical l Materials
Westport 24
FM 156 1 Fort Worth, TX
Terracon Project No. 94245346
F!Tacon
901John W Carpenter Fwy Ste
100
Dallas, TX
Boring Log No. B-27
rn
Location: See Exploration Plan
y
a)
a
o
u
Latitude: 33.00750 Longitude:-97.33880—J
c
cc
a�Ni Y
H
U1
'O
O_
m
Q
N
£
N pv[
�
U
�0
N
LL
Depth (Ft.) Elevation: 717.11 (Ft.) +/-
t
j/ 0 LEAN CLAY (CL), brown, hard 716.11
4.5+ (HP)
fIMESTONE, weathered, with clay layers,
_
_
,
100/1.51,
an
5- ,
10- ,
2.0 705.11 _
I 1 LESTONE, with interbedded dark gray
shale seams and layers, gray
0
Boring Terminated at 35 Feet
15- ,
20- ,
25- ,
3 0- ,
682.11 35-- -
100/1.25"
100/1.25"
100/1.5"
100/0.75"
Strength Test
o
w Atterberg
v
= U Limits
�
QJ
y
c v
p
d c N c
O LL-PL-PI a LL
E
I— Ln
v
7.1
100/0.S" 1
100/1.0" 1
100/0.5"
See Exploration and Testing Procedures for a description of field and laboratory procedures used and
Water Level Observations
Drill Rig
additional data (If any).
Groundwater not encountered while drilling
Truck
See Supporting Information for explanation of symbols and abbreviations.
Borehole dry at completion of drilling
Hammer Type
Automatic
Driller
Strata Bore
Notes
Advancement Method
Logged by
Boring coordinates and surface elevation were provided by Westwood.
Dry augered
Costilla
Boring Started
08-23-2024
Abandonment Method
Boring Boring Co
Co
Completed
Boring backfilled with soil cuttings upon completion.
Facilities l Environmental l Geotechnical l Materials
Westport 24
FM 156 1 Fort Worth, TX
Terracon Project No. 94245346
F!Tacon
901John W Carpenter Fwy Ste
100
Dallas, TX
Location: See Exploration Plan
o
J
Latitude: 33.00790 Longitude:-97.33830
v �
v fl-
0 0
� C7
Depth (Ft.) Elevation:
1
FAT CLAY (CH), brown, hard
2.0
LIMESTONE, weathered, with clay la
tan
0
LIMESTONE, with interbedded dark g
shale seams and layers, gray
0
Boring Terminated at 35 Feet
Boring Log No. B-28
715.94
yers,
a)+
J Cc~
a
a)E
v�
>�
> 0
O
LL
(Ft.) +/-
—
,
4.5+ (HP)
713.94
_
—
\
100/3.75"
\
100/2.0"
5-
\
100/2.25"
1
703.94 _
ray
\
100/1.0"
1 5--
\
100/1.25"
20-
\
100/1.0"
2 5-
\
100/0.75"
So-
680.94 35-,
100/0.75"
Strength Test
o
w Atterberg
v
U Limits
=
QJ
t
y
>
y 0,M
d c N c
v
C
O1 LL-PL-PI
��
a LL
CL
a�
a`y m
E t V
U
I—
n
v
10.2
See Exploration and Testing Procedures for a description of field and laboratory procedures used and Water Level Observations
additional data (If any). Groundwater not encountered while drilling
See Supporting Information for explanation of symbols and abbreviations.
Borehole dry at completion of drilling
Notes
Boring coordinates and surface elevation were provided by Westwood.
Advancement
Dry augered
Abandonment
Boring backfilled
Drill Rig
Truck
Hammer Type
Automatic
Driller
Strata Bore
Method Logged by
D. Lemar
Boring Started
08-26-2024
Method Boring Completed
with soil cuttings upon completion. 08-26-2024
Facilities I Environmental I Geotechnical I Materials
Westport 24
FM 156 1 Fort Worth, TX
Terracon Project No. 94245346
F!Tacon
901John W Carpenter Fwy Ste
100
Dallas, TX
Boring Log No. B-29
a
Location: See Exploration Plan
y
Strength Test
o
�
Atterberg
Limits
J
U
Latitude: 33.00840 Longitude:-97.33780
y > a n
+�
H
a
> s
p; +�
_
v a�i
Ul Q
o m
L-+ fl
a) ELL
`
y
to p�.-.
a` "�, L
-
o
O)
0 'v
U1 LL
LL-PL-PI a
C7
aai
0 v)
QJ
E ,
U
Depth (Ft.) Elevation: 713.58 (Ft.) +/-
~
v� Ln
FAT CLAY (CH), dark gray, stiff to very stiff
—
4.5+ (HP)
21.6
1
—
4.5+ (HP)
27.1
tj —
1.5 (HP)
30.8
81-27-54
.0 707.58
_
LIMESTONE, weathered, with clay layers,
tan
�7 `
100/3.0"
C
100/2.75"
2
1�
14.0 699.58
LJNjESTONE, with interbedded dark gray
layers,
_
`
15—
100/1.0"
shhalle seams and gray
2 E7 `
100/1.0"
3
,
100/1.25"
25-
,
100/0.75"
3 0
5.0 678.58
35--66
100/0.5"
Boring Terminated at 35 Feet
See Exploration and Testing Procedures for a description of field and laboratory procedures used and
Water Level Observations
Drill Rig
additional data (If any).
Groundwater encountered @8' while drilling
Truck
See Supporting Information for explanation of symbols and abbreviations.
Groundwater observed @20' at completion of
Hammer Type
drilling
Automatic
Driller
Strata Bore
Notes
Advancement Method
Logged by
Boring coordinates and surface elevation were provided by Westwood.
Dry augered
D.Lemar
Boring Started
08-27-2024
Abandonment Method
Boring backfilled with soil cuttings upon completion.
Boring Boring Co
Completed
Co
Facilities l Environmental l Geotechnical l Materials
Westport 24
FM 156 1 Fort Worth, TX
Terracon Project No. 94245346
P!Tacon
1 John W Carpenter Fwy Ste
100
Dallas, TX
Boring Log No. B-30
a
Location: See Exploration Plan
y
Strength Test
o
�
Atterberg
Limits
J
U
Latitude: 33.00890 Longitude:-97.33730
y
> a
n
+�
H
a
> s
p; +�
_
0
v a�i
o m
a)
ELL
y
p�.-.
a` "�, L
-
o
O)
0 'v
U1 LL
LL-PL-PI a
C7
aai
0
v)
QJ
E ,
U
Depth (Ft.) Elevation: 714.46 (Ft.) +/-
~
v
FAT CLAY (CH), brown, hard
—
4.5+ (HP)
12.4
—
4.5+ (HP)
21.4
1
—
tj —
4.5+ (HP)
22.3
74-25-49
6.0 708.46
FAT CLAY (CHI,, with limestone layers, light
brown, hard
—
4.5+ (HP)
21.1
8.0 706.46
_
LIMESTONE, weathered, with clay layers,
X
N=50/4.75"
I
6.6
/
tan
—
10-
2
—
,
100/3.25"
15-
/
8.0 696.46
LESTONE, with interbedded dark gray
shale seams and layers, gray
,
100/1.5"
20-
100/1.25"
25-
3
—
100/1.0°
30-
100/1.0"
35-
40.0 674.46
100/0.75"
Boring Terminated at 40 Feet
40-
-
See Exploration and Testing Procedures for a description of field and laboratory procedures used and Water Level Observations Drill Rig
additional data (If any). Groundwater not encountered while drilling Truck
See Supporting Information for explanation of symbols and abbreviations.
Borehole dry at completion of drilling
Notes
Boring coordinates and surface elevation were provided by Westwood.
Hammer Type
Automatic
Driller
Strata Bore
Advancement Method Logged by
Dry augered J.Sanchez
Boring Started
08-26-2024
Abandonment Method Completed
Co
Boring backfilled with soil cuttings upon completion. Boring Boring Co
Facilities I Environmental I Geotechnical I Materials
Westport 24
FM 156 1 Fort Worth, TX
Terracon Project No. 94245346
F!Tacon
901John W Carpenter Fwy Ste
100
Dallas, TX
Boring Log No. B-31
a Location: See Exploration Plan y a)
a o > c a-Ni Y
u Latitude: 33.00940 Longitude:-97.33680—J m H
Ul �
N £ N pv[
mto
C7 p LL
Depth (Ft.) Elevation: 715.62 (Ft.) +/-
FAT CLAY (CH), brown, hard
LIMESTONE, weathered, with clay la
tan
0
LJ. ESTONE, with interbedded dark g
shale seams and layers, gray
0
Boring Terminated at 35 Feet
4.5+ (HP)
4.5+ (HP)
711.62 _
yers, \ 5- 100/9.0"
10 \ 100/0.5"
702.62 _
ray
15— \ 100/1.75"
20 \ 100/0.5"
\ 2 5- 100/0.75"
3 0 \ 100/4.5"
680.62 35-, 100/ 1.5"
Strength Test
o
w
Atterberg
v
= U
Limits
QJ
�
c
y
v
].
y p +-' .-.
d c N c
M
C
L
O1
i
a LL
a`y m
��
LL-PL-PI
CL
a�
E t V
U
I—
n
v
22.4
24.4
79-28-51
See Exploration and Testing Procedures for a description of field and laboratory procedures used and Water Level Observations
additional data (If any). Groundwater not encountered while drilling
See Supporting Information for explanation of symbols and abbreviations.
Borehole dry at completion of drilling
Notes
Boring coordinates and surface elevation were provided by Westwood.
Advancement
Dry augered
Abandonment
Boring backfilled
Drill Rig
Truck
Hammer Type
Automatic
Driller
Strata Bore
Method Logged by
Fleming
Boring Started
08-26-2024
Method Boring Completed
with soil cuttings upon completion. 08-26-2024
Facilities I Environmental I Geotechnical I Materials
Westport 24
FM 156 1 Fort Worth, TX
Terracon Project No. 94245346
F!Tacon
901John W Carpenter Fwy Ste
100
Dallas, TX
Location: See Exploration Plan
o
J
Latitude: 33.00980 Longitude:-97.33630
v �
v fl-
0 0
� C7
Depth (Ft.) Elevation:
1
FAT CLAY (CH), brown, hard
2.0
LIMESTONE, weathered, with clay la
tan
0
LIMESTONE, with interbedded dark g
shale seams and layers, gray
0
Boring Terminated at 35 Feet
Boring Log No. B-32
716.67
yers,
a)+
J Cc~
a
a)E
v�
>�
> 0
O
LL
(Ft.)
4.5+ (HP)
_
714.67
_
,
100/7.75"
100/5.25"
5-
,
100/1.25"
1
704.67 _
ray
,
100/3.25"
15—
,
100/0.75"
20-
100/0.5"
2 5-hL
,
100/0.75"
3 0—
681.67 3 5-
,
100/0.75"
Strength Test
o
w
Atterberg
v
= U
Limits
QJ
t
y
>
y 0,M
d c N c
v
C
O1
��
LL-PL-PI
a LL
CL
a�
a`y m
E t V
U
I—
n
v
15.3
65-22-43
See Exploration and Testing Procedures for a description of field and laboratory procedures used and Water Level Observations
additional data (If any). Groundwater not encountered while drilling
See Supporting Information for explanation of symbols and abbreviations.
Borehole dry at completion of drilling
Notes
Boring coordinates and surface elevation were provided by Westwood.
Advancement
Dry augered
Abandonment
Boring backfilled
Drill Rig
Truck
Hammer Type
Automatic
Driller
Strata Bore
Method Logged by
Fleming
Boring Started
08-21-2024
Method Boring Completed
with soil cuttings upon completion. 08-21-2024
Facilities I Environmental I Geotechnical I Materials
Westport 24
FM 156 1 Fort Worth, TX
Terracon Project No. 94245346
F!Tacon
901John W Carpenter Fwy Ste
100
Dallas, TX
o Location: See Exploration Plan
J
u Latitude: 33.01030 Longitude:-97.33580
v L
o fa
fa
2: U
Depth (Ft.) Elevation:
j LEAN CLAY (CL), with limestone frag
0 brown, hard
LIMESTONE, weathered, with clay la
tan
a
2 x
3
0
LIMESTONE, with interbedded dark g
shale seams and layers, gray
0
Boring Terminated at 35 Feet
Boring Log No. B-33
716.21
yers,
a)+
J Cc~
a
a,)E
v ooc
��
O
N
LL
(Ft.)
ments,
_
;
4.5+ jHP�
51/12.0'
714.21
_
_
100/1.0"
5—
,
100/1.75"
10--
703.21
_
ray
C
100/0.75"
15—
,
100/3.0"
20--
100/1.25"
2 5—
,
100/0.75"
So-
681.21
35—,
100/0.75"
Strength Test
o
w Atterberg
v
= U Limits
�
QJ
C
JJ
v
>. y 0rn
d c N c
M y
t
o
a LL
LL-PL-PI
E
I— Ln
v
6.6
See Exploration and Testing Procedures for a description of field and laboratory procedures used and Water Level Observations
additional data (If any). Groundwater not encountered while drilling
See Supporting Information for explanation of symbols and abbreviations.
Borehole dry at completion of drilling
Notes
Boring coordinates and surface elevation were provided by Westwood.
Advancement
Dry augered
Abandonment
Boring backfilled
Drill Rig
Truck
Hammer Type
Automatic
Driller
Strata Bore
Method Logged by
Fleming
Boring Started
08-26-2024
Method Boring Completed
with soil cuttings upon completion. 08-26-2024
Facilities I Environmental I Geotechnical I Materials
Westport 24
FM 156 1 Fort Worth, TX
Terracon Project No. 94245346
P!Tacon
1 John W Carpenter Fwy Ste
100
Dallas, TX
Boring Log No. B-34
p,
Location: See Exploration Plan
a
o
Latitude: 33.01080 Longitude: 97.33530
t
a c
� m
L
m
U
Q
E
N
�
�0
Depth (Ft.) Elevation: 712.91 (Ft.) +/-
t
j/ 0 LEAN CLAY (CL), with limestone fragments, 711.91
'
brown, hard
_
`JMESTONE, weathered, with clay layers,
an
,
5-
,
10-
i
2.0 700.91
_
I 1
LESTONE, with interbedded dark gray
shale seams and layers, gray
_
0
Boring Terminated at 35 Feet
15- ,
20- ,
2 5- ,
3 0- ,
677.91 35---�
U W
N �
ii
100/7.75"
100/0.75"
100/0.5"
Strength Test
o
w Atterberg
v
= U Limits
�
QJ
+-'
M
y
c v
L i
]. y p .-.
d c N c
C
a LL
O1 LL-PL-PI CL
��
a� a+`y m
Et V
U
H n
v
4.0
100/0.S" 1
100/0.75"
100/1.25"
100/2.25" 1
100/0.75"
100/0.75"
See Exploration and Testing Procedures for a description of field and laboratory procedures used and
Water Level Observations
Drill Rig
additional data (If any).
Groundwater not encountered while drilling
Truck
See Supporting Information for explanation of symbols and abbreviations.
Borehole dry at completion of drilling
Hammer Type
Automatic
Driller
Strata Bore
Notes
Advancement Method
Logged by
Boring coordinates and surface elevation were provided by Westwood.
Dry augered
Fleming
Boring Started
08-22-2024
Abandonment Method
Boring backfilled with soil cuttings upon completion.
Co
Boring Boring Co
Completed
Facilities l Environmental l Geotechnical l Materials
Westport 24
FM 156 1 Fort Worth, TX
Terracon Project No. 94245346
F!Tacon
901John W Carpenter Fwy Ste
100
Dallas, TX
Location: See Exploration Plan
o
J
Latitude: 33.00700 Longitude:-97.33870
v �
v fl-
0 0
� C7
Depth (Ft.) Elevation:
1
FAT CLAY (CH), brown, hard
2.0
LIMESTONE, weathered, with clay la
tan
0
LIMESTONE, with interbedded dark g
shale seams and layers, gray
0
Boring Terminated at 35 Feet
Boring Log No. B-35
715.24
yers,
a)+
J Cc~
a
a)E
v�
>�
> 0
O
LL
(Ft.) +/-
—
,
4.5+ (HP)
713.24
_
—
\
100/2.75"
5-
\
100/3.25"
1
703.24 _
ray
\
100/1.25"
15—
\
100/0.75"
20-
\
100/1.0"
25-
\
100/1.0"
30-
680.24 35-,
100/0.75"
Strength Test
o
w
Atterberg
v
= U
Limits
QJ
t
y
>
y 0,M
d c N c
v
C
O1
��
LL-PL-PI
a LL
CL
a�
a`y m
E t V
U
I—
n
v
17.5
73-24-49
See Exploration and Testing Procedures for a description of field and laboratory procedures used and Water Level Observations
additional data (If any). Groundwater not encountered while drilling
See Supporting Information for explanation of symbols and abbreviations.
Borehole dry at completion of drilling
Notes
Boring coordinates and surface elevation were provided by Westwood.
Advancement
Dry augered
Abandonment
Boring backfilled
Drill Rig
Truck
Hammer Type
Automatic
Driller
Strata Bore
Method Logged by
D. Lemar
Boring Started
08-26-2024
Method Boring Completed
with soil cuttings upon completion. 08-26-2024
Facilities I Environmental I Geotechnical I Materials
Westport 24
FM 156 1 Fort Worth, TX
Terracon Project No. 94245346
F!Tacon
901John W Carpenter Fwy Ste
100
Dallas, TX
o Location: See Exploration Plan
J
Latitude: 33.00740 Longitude:-97.33820
v �
v fl-
0 0
� C7
Depth (Ft.) Elevation:
J FAT CLAY (CH), brown, hard
fIMESTONE, weathered, with clay la
an
0
LESTONE, with interbedded dark g
shale seams and layers, gray
0
Boring Terminated at 35 Feet
Boring Log No. B-36
715.47
yers,
a)+
y
i
J Cc~
Y
a
a)E
v�
>�
> 0
O
LL
(Ft.)
714.47
4.5+ (HP)
—_
100/0.75"
100/1.5"
5-
\
100/0.75"
10
702.47 _
ray
,
100/1.5"
1 5—
,
100/0.75"
20-
100/0.5"
2 5-hL
,
100/0.75"
3 0—
680.47 3 r
100/0.75"
Strength Test
o
w Atterberg
v
= U Limits
QJ
�
M
C
t�
y
v
>
y N
d c
v
C
-PL-PI
LL
LLc
a
a
a`
E+
I—�
n v
14.6
See Exploration and Testing Procedures for a description of field and laboratory procedures used and Water Level Observations
additional data (If any). Groundwater not encountered while drilling
See Supporting Information for explanation of symbols and abbreviations.
Borehole dry at completion of drilling
Notes
Boring coordinates and surface elevation were provided by Westwood.
Advancement
Dry augered
Abandonment
Boring backfilled
Drill Rig
Truck
Hammer Type
Automatic
Driller
Strata Bore
Method Logged by
Costilla
Boring Started
08-23-2024
Method Boring Completed
with soil cuttings upon completion. 08-23-2024
Facilities I Environmental I Geotechnical I Materials
Westport 24
FM 156 1 Fort Worth, TX
Terracon Project No. 94245346
F!Tacon
901John W Carpenter Fwy Ste
100
Dallas, TX
Boring
Log No.
B-37
)cation: See Exploration Plan
y
a)
titude: 33.00791 Longitude: 97.33770
a
J'cc
~
a)
m
y
a y
E
v oc
�-0
O
N
LL
?pth (Ft.) Elevation: 714.10 (Ft.) +/-
FAT CLAY (CH), brown, hard
4.5+ (HP)
712.1
LIMESTONE, weathered, with clay layers,
—
,
100/3.5"
tan
—
100/2.75"
0
LIMESTONE, with interbedded dark gray
shale seams and layers, gray
0
Boring Terminated at 35 Feet
Strength Test
o
w Atterberg
v
U Limits
=
QJ
M
y
t
> y 0,
c N c
v
O LL-PL-PI a LL
E
I— Ln
v
5
704.1 1 0
,
100/1.5"
,
100/1.25"
1 5
,
100/0.75"
20-
100/1.0"
2 5-
,
100/0.75"
30—
679.1 35-,
100/0.5"
12.5 67-22-45
See Exploration and Testing Procedures for a description of field and laboratory procedures used and
Water Level Observations
Drill Rig
additional data (If any).
Groundwater not encountered while drilling
Truck
See Supporting Information for explanation of symbols and abbreviations.
Borehole dry at completion of drilling
Hammer Type
Automatic
Driller
Strata Bore
Notes
Advancement Method
Logged by
Boring coordinates and surface elevation were provided by Westwood.
Dry augered
D.Lemar
Boring Started
08-26-2024
Abandonment Method
Boring Boring Co
Co
Completed
Boring backfilled with soil cuttings upon completion.
Facilities I Environmental I Geotechnical I Materials
Westport 24
FM 156 1 Fort Worth, TX
Terracon Project No. 94245346
F!Tacon
901John W Carpenter Fwy Ste
100
Dallas, TX
Boring Log No. B-38
o Location: See Exploration Plan
J
Latitude: 33.00840 Longitude:-97.33720
v �
v fl-
o °
2: (D
Depth (Ft.) Elevation: 711.57 (Ft.) +/-
FAT CLAY (CHI, with limestone fragments,
a+
y i
J Y
Cc~
a >� y E v�
> 0 LL
O
brown,
709.57
FAT CLAY (CLI, with limestone fragments,
tan, hard — 4.5+ (HP)
707.57
LIMESTONE, weathered, with clay layers, 100/4.0"
tan 5 —
0
LESTONE, with interbedded dark gray
shale seams and layers, gray
0
Boring Terminated at 35 Feet
hL 100/1.25"
10-
697.57
_
,
15-
,
20-
,
25-
,
3 0-
676.57 3 r
100/1.5"
100/1.25"
Strength Test
o
w Atterberg
v
U Limits
=
QJ
t
y
>
y 0,M
d c N c
v
C
O1 LL-PL-PI
��
a LL
CL
a�
a`y m
E t V
U
I—
n
v
23.4
100/1.0" 1
100/0.75"
100/1.01,
8.5 79-26-53
See Exploration and Testing Procedures for a description of field and laboratory procedures used and
Water Level Observations
Drill Rig
additional data (If any).
Groundwater not encountered while drilling
Truck
See Supporting Information for explanation of symbols and abbreviations.
Borehole dry at completion of drilling
Hammer Type
Automatic
Driller
Strata Bore
Notes
Advancement Method
Logged by
Boring coordinates and surface elevation were provided by Westwood.
Dry augered
Costilla
Boring Started
08-22-2024
Abandonment Method
BoringCo
Completed
g Co
Boring backfilled with soil cuttings upon completion.
Facilities I Environmental I Geotechnical I Materials
Westport 24
FM 156 1 Fort Worth, TX
Terracon Project No. 94245346
P!Tacon
1 John W Carpenter Fwy Ste
100
Dallas, TX
Boring Log No. B-39
a Location: See Exploration Plan
y
Strength Test
o
�
Atterberg
Limits
J
U Latitude: 33.00880 Longitude:-97.33670
y
> a
'�
n
+�
H
a
> s
p; +�
_
v a�i
o m
d
N
LL
'
y
y per.
a `"�, L
-
o
O)
p'v
U1 LL
LL-PL-PI a
C7
aai
�p
v)
QJ
E,
U
Depth (Ft.) Elevation: 711.91 (Ft.)
+/-
~
v� Ln
FAT CLAY (CHI,with limestone fragments,
dark brown and brown, hard
—
4.5+ (HP)
29.5
—
4.5+ (HP)
22.7
5 —
4.5+ (HP)
25.9
82-27-55
6.0
705.91
_
FAT CLAY ICLI, with limestone fragments,
light brown and gray, very stiff
—
2.5 (HP)
27.6
8.0
703.91
_
FAT CLAY ICLI, with calcareous nodules,
light brown, very stiff
—
2.0 (HP)
27.7
67-24-43
10-
13.0
698.91
_
� JMESTONE, weathered, with clay layers,
an
,
100/3.5"
2
15—
7.0
694.91
LESTONE, with interbedded dark gray
shale seams and layers, gray
—
,
100/1.5"
20
100/1.25"
25-
3
100/1.0"
30-
,
100/1.25"
35-
0.0
671.91
4C
Boring Terminated at 40 Feet
See Exploration and Testing Procedures for a description of field and laboratory procedures used and Water Level Observations Drill Rig
additional data (If any). Groundwater not encountered while drilling Truck
See Supporting Information for explanation of symbols and abbreviations.
Borehole dry at completion of drilling
Notes
Boring coordinates and surface elevation were provided by Westwood.
Hammer Type
Automatic
Driller
Strata Bore
Advancement Method Logged by
Dry augered D.Lemar
Boring Started
08-27-2024
Abandonment Method Completed
Co
Boring backfilled with soil cuttings upon completion. Boring Boring Co
Facilities I Environmental I Geotechnical I Materials
Westport 24
FM 156 1 Fort Worth, TX
Terracon Project No. 94245346
F!Tacon
901John W Carpenter Fwy Ste
100
Dallas, TX
Location: See Exploration Plan
o
J
Latitude: 33.00930 Longitude:-97.33620
v �
v fl-
0 0
� C7
Depth (Ft.) Elevation:
1
FAT CLAY (CH), brown, hard
2.0
LIMESTONE, weathered, with clay la
tan
3
0
LIMESTONE, with interbedded dark g
shale seams and layers, gray
0
Boring Terminated at 35 Feet
Boring Log No. B-40
714.12
yers,
a)+
J Cc~
a
a)E
v�
>�
> 0
O
LL
(Ft.)
4.5+ (HP)
_
712.12
_
,
100/1.51,
41/12.0"
5-
,
100/4.5"
10--
701.12 _
ray
,
100/1.75"
15—
,
100/3.25"
20-
hL
100/4.5"
25-
,
100/2.0"
3 0—
679.12 35-
,
100/1.25"
Strength Test
o
w
Atterberg
v
= U
Limits
QJ
y
>
y 0,M
d c N c
v
C
t
O1
a LL
a`y m
��
LL-PL-PI
CL
a�
E t V
U
I—
n
v
16.6
76-26-50
See Exploration and Testing Procedures for a description of field and laboratory procedures used and Water Level Observations
additional data (If any). Groundwater not encountered while drilling
See Supporting Information for explanation of symbols and abbreviations.
Borehole dry at completion of drilling
Notes
Boring coordinates and surface elevation were provided by Westwood.
Advancement
Dry augered
Abandonment
Boring backfilled
Drill Rig
Truck
Hammer Type
Automatic
Driller
Strata Bore
Method Logged by
Fleming
Boring Started
08-26-2024
Method Boring Completed
with soil cuttings upon completion. 08-26-2024
Facilities I Environmental I Geotechnical I Materials
Westport 24
FM 156 1 Fort Worth, TX
Terracon Project No. 94245346
F!Tacon
901John W Carpenter Fwy Ste
100
Dallas, TX
Boring Log No. B-41
p,
Location: See Exploration Plan
a)
ai
o
u
Latitude: 33.00980 Longitude:-97.33570
H
Ul
'O
O_
mto
Q
N N
£
�
N pv[
�
U
�0
N
LL
Depth (Ft.) Elevation: 714.83 (Ft.)
LEAN CLAY (CL), with limestone fragments, '0
brown, hard 7
—
4.5+ HP
IMESTONE weathered with clay layers
_
100/1.75"
tan
5- ,
10- ,
2.0 702.83 _
I 1 LESTONE, with interbedded dark gray —
shale seams and layers, gray
0
Boring Terminated at 35 Feet
,
15-
,
20-
,
25-
,
3 0-
679.83 35----
Strength Test
o
w Atterberg
v
U Limits
=
QJ
M
y
0,
d c N c
C
a LL
O1 LL-PL-PI CL
��
a� a`y m
E t V
U
I— n
v
4.7
100/0.S" 1
100/0.S" 1
100/0.5"
100/0.75"
100/1.0" 1
100/0.75"
100/0.75"
See Exploration and Testing Procedures for a description of field and laboratory procedures used and
Water Level Observations
Drill Rig
additional data (If any).
Groundwater not encountered while drilling
Truck
See Supporting Information for explanation of symbols and abbreviations.
Borehole dry at completion of drilling
Hammer Type
Automatic
Driller
Strata Bore
Notes
Advancement Method
Logged by
Boring coordinates and surface elevation were provided by Westwood.
Dry augered
Fleming
Boring Started
08-21-2024
Abandonment Method
Boring backfilled with soil cuttings upon completion.
Co
Boring Boring Co
Completed
Facilities l Environmental l Geotechnical l Materials
Westport 24
FM 156 1 Fort Worth, TX
Terracon Project No. 94245346
F!Tacon
901John W Carpenter Fwy Ste
100
Dallas, TX
Boring Log No. B-42
p,
Location: See Exploration Plan
a)
ai
o
u
Latitude: 33.01030 Longitude:-97.33520
H
Ul
mto
N
£
�
N pv[
�
U
�0
N
LL
Depth (Ft.) Elevation: 714.30 (Ft.) +/-
t
j/ 0 LEAN CLAY (CU, brown, hard 713.3
4.5+ (HP)
fIMESTONE, weathered, with clay layers,
_
_
,
100/1.25"
an
5- ,
10- ,
i 2.0 702.3 _
I 1 LESTONE, with interbedded dark gray
shale seams and layers, gray
0
Boring Terminated at 35 Feet
,
15-
,
20-
,
25-
,
3 0-
679.3 35----
Strength Test
o
w Atterberg
v
= U Limits
�
QJ
+-'
M
y
c v
L i
]. y p .-.
d c N c
C
a LL
O1 LL-PL-PI CL
��
a� a`y m
E t V
U
I— n
v
8.5
100/0.S" 1
100/1.25"
100/0.5"
100/1.25"
100/3.5"
100/0.75"
100/0.75"
See Exploration and Testing Procedures for a description of field and laboratory procedures used and
Water Level Observations
Drill Rig
additional data (If any).
Groundwater not encountered while drilling
Truck
See Supporting Information for explanation of symbols and abbreviations.
Borehole dry at completion of drilling
Hammer Type
Automatic
Driller
Strata Bore
Notes
Advancement Method
Logged by
Boring coordinates and surface elevation were provided by Westwood.
Dry augered
Fleming
Boring Started
08-22-2024
Abandonment Method
Boring backfilled with soil cuttings upon completion.
Co
Boring Boring Co
Completed
Facilities l Environmental l Geotechnical l Materials
Westport 24
FM 156 1 Fort Worth, TX
Terracon Project No. 94245346
P!Tacon
1 John W Carpenter Fwy Ste
100
Dallas, TX
Boring Log No. B-43
a Location: See Exploration Plan y Strength Test
Atterberg
J y > a n +� o _ � Limits
U Latitude: 33.01070 Longitude:-97.33470 H a > t p; v a�i
o m aa) E y "L o -PL-PI
ai , pa
2: U 0 (J) QJ E, U
Ln
Depth (Ft.) Elevation: 708.26 (Ft.) +/- ~ v�
FAT CLAY (CH), with limestone fragments,
brown, hard — 4.5+ (HP) 22.1 82-28-54
2.0 706.26 _
LEAN CLAY /CL), with limestone fragments, 34/12.0"
light brown, hard —
/1 /6.0 702.26 5 —
51/12.0"
// LIMESTONE, weathered, with clay layers, ,
tan —
10- ,
2 —
15- ,
i. 7.0 691.26 —
LJ.I�ESTONE, with interbedded dark gray —
shale seams and layers, gray
0
Boring Terminated at 40 Feet
20- ,
2 5- ,
3 0- ,
35- ,
668.26 40- -
100/7.0" 1
100/6.75" 1
100/3.5" 1
100/0.75" 1
100/0.75" 1
100/0.75" 1
100/0.75"
See Exploration and Testing Procedures for a description of field and laboratory procedures used and
Water Level Observations
Drill Rig
additional data (If any).
Groundwater not encountered while drilling
Truck
See Supporting Information for explanation of symbols and abbreviations.
Borehole dry at completion of drilling
Hammer Type
Automatic
Driller
Strata Bore
Notes
Advancement Method
Logged by
Boring coordinates and surface elevation were provided by Westwood.
Dry augered
Fleming
Boring Started
08-22-2024
Abandonment Method
Boring backfilled with soil cuttings upon completion.
Co
Boring Boring Co
Completed
Facilities I Environmental I Geotechnical I Materials
Westport 24
FM 156 1 Fort Worth, TX
Terracon Project No. 94245346
F!Tacon
901John W Carpenter Fwy Ste
100
Dallas, TX
Boring Log No. P-1
p,
Location: See Exploration Plan
a)
ai
o
u
Latitude: 33.00900 Longitude:-97.33970
H
Ul
'O
O_
m
Q a)a,)£
N pv[
C7
�p
LL
Depth (Ft.) Elevation: 720.70 (Ft.)
FAT CLAY (CH), dark brown, hard
—
4.5+ (HP)
1
—
4.5+ (HP)
5 —
4.5+ (HP)
/ft5.0 714.7
_
LIMESTONE, weathered, with clay layers,
100/0.75"
�
tan
—
2
—
�
0.0 710.7
^ ,
/1.0"
100
Boring Terminated at 10 Feet
111—`
Strength Test
o
w Atterberg
v
Limits
=
d L c
M C
+�
y
pl
d c N c
O LL-PL-PI
a LL
CL
a� n+`y m
0 Ln in
U
v
20.1
20.8
28.9 74-26-48
See Exploration and Testing Procedures for a description of field and laboratory procedures used and
Water Level Observations
Drill Rig
additional data (If any).
Groundwater not encountered while drilling
Truck
See Supporting Information for explanation of symbols and abbreviations.
Borehole dry at completion of drilling
Hammer Type
Automatic
Driller
Strata Bore
Notes
Advancement Method
Logged by
Boring coordinates and surface elevation were provided by Westwood.
Dry augered
J.Sanchez
Boring Started
08-26-2024
Abandonment Method
Boring Boring Co
Co
Completed
Boring backfilled with soil cuttings upon completion.
Facilities I Environmental I Geotechnical I Materials
Westport 24
FM 156 1 Fort Worth, TX
Terracon Project No. 94245346
F!Tacon
901John W Carpenter Fwy Ste
100
Dallas, TX
Boring Log No. P-2
p, Location: See Exploration Plan a)
ai o
u Latitude: 33.01000 Longitude:-97.33880—J m H
Ul
N a,)£ N pv[
m
2: U 0O N LL
Depth (Ft.) Elevation: 723.17 (Ft.)ewo
FAT CLAY (CH), brown, hard
4.5+ (HP)
� 2.0 721.17 —
LEAN CLAY (CL), tan, hard 19-12-7
E'//N=19
r4.0 719.17 —
10.0
LIMESTONE, weathered, with clay layers, � N=50/3.25"
tan 5—
2
1� 100
Boring Terminated at 10 Feet 713.17 /0.75"
Strength Test
o
w Atterberg
v
Limits
=
d L c
M C
y
+�
pl
d c N c
a LL
O LL-PL-PI CL
a� n+`y m
0 Ln in
U
v
12.8
7.4
13.2
See Exploration and Testing Procedures for a description of field and laboratory procedures used and
Water Level Observations
Drill Rig
additional data (If any).
Groundwater not encountered while drilling
Truck
See Supporting Information for explanation of symbols and abbreviations.
Borehole dry at completion of drilling
Hammer Type
Automatic
Driller
Strata Bore
Notes
Advancement Method
Logged by
Boring coordinates and surface elevation were provided by Westwood.
Dry augered
Partain
Boring Started
08-21-2024
Abandonment Method
Boring Boring Co
Co
Completed
Boring backfilled with soil cuttings upon completion.
Facilities I Environmental I Geotechnical I Materials
Westport 24
FM 156 1 Fort Worth, TX
Terracon Project No. 94245346
F!Tacon
901John W Carpenter Fwy Ste
100
Dallas, TX
Boring Log No. P-3
p, Location: See Exploration Plan a)
ai o
u Latitude: 33.01100 Longitude:-97.33770 H
Ul
'O O_ Q a)a,)£ N pv[
m
2: U 0 N LL
Depth (Ft.) Elevation: 720.65 (Ft.)0 PO4r,
FAT CLAY (CH), brown, hard
2.0 718.65
10.0
0LEAN CLAY (CL), tan, hard 717.65 13-50/1"
LIMESTONE, weathered, with clay layers,an ,100/0.75"
5—
71o.6s loo/l.o°
Boring Terminated at 10 Feet 1
Strength Test
o
w Atterberg
v
Limits
=
a L c
M C
y
+�
pl
d c N c
a LL
O LL-PL-PI CL
a� a+`y m
0 Ln in
U
v
20.2 71-25-46
7.8
See Exploration and Testing Procedures for a description of field and laboratory procedures used and
Water Level Observations
Drill Rig
additional data (If any).
Groundwater not encountered while drilling
Truck
See Supporting Information for explanation of symbols and abbreviations.
Borehole dry at completion of drilling
Hammer Type
Automatic
Driller
Strata Bore
Notes
Advancement Method
Logged by
Boring coordinates and surface elevation were provided by Westwood.
Dry augered
Partain
Boring Started
08-21-2024
Abandonment Method
Boring Boring Co
Co
Completed
Boring backfilled with soil cuttings upon completion.
Facilities I Environmental I Geotechnical I Materials
Westport 24
FM 156 1 Fort Worth, TX
Terracon Project No. 94245346
F!Tacon
901John W Carpenter Fwy Ste
100
Dallas, TX
Boring Log No. P-4
p, Location: See Exploration Plan
a)
ai
o
u Latitude: 33.01190 Longitude:-97.33670
H
Ul
'O
O_ Q
m
a)a,)£
N pv[
2:
U 0
0
N
LL
Depth (Ft.) Elevation: 715.45 (Ft.)
2 1.0 FAT CLAY (CHI, brown, hard 714.45
4.5+ (HP)
LEAN CLAY �(CL), light brown, hard 713.45
_
_
X
20-24-50/2"
' `JMESTONE, weathered, with clay layers, —
tan
hL 100/3.25"
5—
s —
1 _
10.0 705.45 1 100/5.25"
Boring Terminated at 10 Feet
Strength Test
o
w Atterberg
v
Limits
=
d L c
M C
+�
y
pl
d c N c
O LL-PL-PI
a LL
CL
a� n+`y m
0 Ln in
U
v
11.9
3.7
See Exploration and Testing Procedures for a description of field and laboratory procedures used and
Water Level Observations
Drill Rig
additional data (If any).
Groundwater not encountered while drilling
Truck
See Supporting Information for explanation of symbols and abbreviations.
Borehole dry at completion of drilling
Hammer Type
Automatic
Driller
Strata Bore
Notes
Advancement Method
Logged by
Boring coordinates and surface elevation were provided by Westwood.
Dry augered
Partain
Boring Started
08-21-2024
Abandonment Method
Boring Boring Co
Co
Completed
Boring backfilled with soil cuttings upon completion.
Facilities I Environmental I Geotechnical I Materials
Westport 24
FM 156 1 Fort Worth, TX
Terracon Project No. 94245346
F!Tacon
901John W Carpenter Fwy Ste
100
Dallas, TX
Boring Log No. P-5
p, Location: See Exploration Plan a)
ai o
u Latitude: 33.01190 Longitude:-97.33540 H
Ul
'O O_ Q a)a,)£ N pv[
m
2: U 0 N LL
Depth (Ft.) Elevation: 702.49 (Ft.)0 PO4r,
FAT CLAY (CH), brown, hard
4.5+ (HP)
2.0 700.49 _
LEAN CLAY (CLI, light brown, hard — 6-5-4
N=9
12
5 - X 5
N=20
_ u 7-35-50/6"
l
%— 9-29-42
0.0 692.49 1C X N=71
Boring Terminated at 10 Feet
Strength Test
o
w Atterberg
v
Limits
=
a L c
M C
+�
y
pl
d c N c
O LL-PL-PI
a LL
CL
a� a+`y m
0 Ln in
U
v
17.4
13.1
13.1 37-16-21
13.1
15.2
See Exploration and Testing Procedures for a description of field and laboratory procedures used and Water Level Observations
additional data (If any). Groundwater not encountered while drilling
See Supporting Information for explanation of symbols and abbreviations.
Borehole dry at completion of drilling
Notes Advancement Method
Boring coordinates and surface elevation were provided by Westwood. Dry augered
Abandonment Method
Boring backfilled with soil cuttings upon completion
Drill Rig
Truck
Hammer Type
Automatic
Driller
Strata Bore
Logged by
Partain
Boring Started
08-21-2024
Boring Completed
08-21-2024
Facilities I Environmental I Geotechnical I Materials
Westport 24
FM 156 1 Fort Worth, TX
Terracon Project No. 94245346
F!Tacon
901John W Carpenter Fwy Ste
100
Dallas, TX
Boring Log No. P-6
a Location: See Exploration Plan y a)
v o a c fl
u Latitude: 33.01130 Longitude:-97.33470 —J m a) H
Ul
'O O_ Q a)a,)£ N pv[
m
2: U 0 N LL
Depth (Ft.) Elevation: 707.13 (Ft.)
j LEAN CLAY (CU, with limestone seams, — 13-24-19
light brown, very stiff to hard — N=43
— -10
X N� 17
j
5 — X 1N 5161
— X 11-50/6"
7-11-32
0.0 697.13 1C X N=43
Boring Terminated at 10 Feet
Strength Test
o
w
Atterberg
v
=
Limits
a L c
C
+�
y
pl
d c N c
M
O
a LL
a+`y m
LL-PL-PI
CL
a�
U
0 Ln in
v
4.3
3.9
30-18-12
17.4
10.2
18.0
See Exploration and Testing Procedures for a description of field and laboratory procedures used and Water Level Observations Drill Rig
additional data (If any). Groundwater not encountered while drilling Truck
See Supporting Information for explanation of symbols and abbreviations.
Borehole dry at completion of drilling
Notes
Boring coordinates and surface elevation were provided by Westwood.
Hammer Type
Automatic
Driller
Strata Bore
Advancement Method
Logged by
Dry augered
Partain
Boring Started
08-21-2024
Abandonment Method
Boring Completed
Boring backfilled with soil cuttings upon completion.
08-21-2024
Facilities I Environmental I Geotechnical I Materials
Westport 24
FM 156 1 Fort Worth, TX
Terracon Project No. 94245346
F!Tacon
901John W Carpenter Fwy Ste
100
Dallas, TX
Boring
Log
No.
P-7
p,
Location: See Exploration Plan
a)
a
o
u
Latitude: 33.01070 Longitude:-97.33380—J
c
m
a�Ni Y
H
Ul
'O
O_
m
Q
N a,)£
N pv[
C7
p
LL
Depth (Ft.) Elevation: 698.18 (Ft.)
FAT CLAY (CH), brown, hard
—
4.5+ (HP)
—
4.5+ (HP)
4.0 694.18
LEAN CLAY (CU, with calcareous nodules,
_
light brown, very stiff to hard
5
4.0 (HP)
—
=
—
4.5+ (HP)
/
11-8-10
0.0 688.18
is
1N g18
Boring Terminated at 10 Feet
Strength Test
o
w
Atterberg
v
=
Limits
a L c
C
+�
y
pl
d c N c
M
O
a LL
a+`y m
LL-PL-PI
CL
a�
0 Ln in
U
v
15.0
65-23-42
12.5
17.8
15.9
17.9
See Exploration and Testing Procedures for a description of field and laboratory procedures used and Water Level Observations Drill Rig
additional data (If any). Groundwater not encountered while drilling Truck
See Supporting Information for explanation of symbols and abbreviations.
Borehole dry at completion of drilling
Notes
Boring coordinates and surface elevation were provided by Westwood.
Hammer Type
Automatic
Driller
Strata Bore
Advancement Method Logged by
Dry augered Partain
Boring Started
08-21-2024
Abandonment Method Completed
Co
Boring backfilled with soil cuttings upon completion. Boring Boring Co
Facilities I Environmental I Geotechnical I Materials
Westport 24
FM 156 1 Fort Worth, TX
Terracon Project No. 94245346
P!Tacon
1 John W Carpenter Fwy Ste
100
Dallas, TX
Boring Log No. P-8
p,
Location: See Exploration Plan
a)
ai
o
u
Latitude: 33.00990 Longitude:-97.33470
H
Ul
'O
O_
m
Q
a)a,)£
N pv[
C7
p
LL
Depth (Ft.) Elevation: 712.46 (Ft.)
t
L=0
1 AT CLAY, tan, very stiff to hard 711.46
x
23-50/3"
�IMESTONE, weathered, with clay layers,
i
an
100/1.25"
s 5—
110.0 702.46 100/0.75"
Boring Terminated at 10 Feet 1
Strength Test
o
w
Atterberg
v
=
Limits
a L c
M C
+�
y
pl
d c N c
O
LL-PL-PI
a LL
CL
a� a+`y m
0 Ln in
U
v
4.2
50-21-29
See Exploration and Testing Procedures for a description of field and laboratory procedures used and
Water Level Observations
Drill Rig
additional data (If any).
Groundwater not encountered while drilling
Truck
See Supporting Information for explanation of symbols and abbreviations.
Borehole dry at completion of drilling
Hammer Type
Automatic
Driller
Strata Bore
Notes
Advancement Method
Logged by
Boring coordinates and surface elevation were provided by Westwood.
Dry augered
Partain
Boring Started
08-21-2024
Abandonment Method
Boring Boring Co
Co
Completed
Boring backfilled with soil cuttings upon completion.
Facilities I Environmental I Geotechnical I Materials
Westport 24
FM 156 1 Fort Worth, TX
Terracon Project No. 94245346
P!Tacon
1 John W Carpenter Fwy Ste
100
Dallas, TX
Boring Log No. P-9
p,
Location: See Exploration Plan
y a)
a
o
Latitude: 33.00900 Longitude: 97.33570
a c 0.
t � m a)
0
m
Q a)E
2:
U
p U)
Depth (Ft.) Elevation: 711.43 (Ft.)
FAT CLAY (CLI, with limestone fragments,
light brown, hard
—
1
—
.0 707.43
_
LIMESTONE, weathered, with clay layers,
tan
5 —
2
/
—
i
77
0.0 701.43
1
Boring Terminated at 10 Feet
Strength Test
o
w
Atterberg
N
v
=
Limits J
U
QJ
T
yL.i
y
c
=L
Z O
v C
a LL
v
ii
d N c
ay+ m
0
LL-PL-PI CL
0 Ln in
v
4.5+ (HP)
9.9
69-24-45
4.5+ (HP)
9.1
100/4.25"
100/3.75"
See Exploration and Testing Procedures for a description of field and laboratory procedures used and Water Level Observations
additional data (If any). Groundwater not encountered while drilling
See Supporting Information for explanation of symbols and abbreviations.
Borehole dry at completion of drilling
Notes Advancement Method
Boring coordinates and surface elevation were provided by Westwood. Dry augered
Abandonment Method
Boring backfilled with soil cuttings upon completion
Drill Rig
Truck
Hammer Type
Automatic
Driller
Strata Bore
Logged by
J.Sanchez
Boring Started
08-22-2024
Boring Completed
08-22-2024
Facilities I Environmental I Geotechnical I Materials
Westport 24
FM 156 1 Fort Worth, TX
Terracon Project No. 94245346
P!Tacon
1 John W Carpenter Fwy Ste
100
Dallas, TX
Boring Log No. P-10
p,
Location: See Exploration Plan
y a)
a
o
Latitude: 33.00800 Longitude: 97.33670
a c 0.
t � m a)
0
m
Q a)E
2:
U
p U)
Depth (Ft.) Elevation: 710.32 (Ft.)
FAT CLAY (CLI, with limestone fragments,
light brown, hard
—
1
—
.0 706.32
_
LIMESTONE, weathered, with clay layers,
tan
5 —
2
/77
—
i
0.0 700.32
1
Boring Terminated at 10 Feet
Strength Test
o
w
Atterberg
N
v
=
Limits
J
QJ
yL.i
=L
v C
U
v
ii
T
y
d c N c
ay+ m
Z O
LL-PL-PI
a LL
CL
0
0 Ln in
v
4.5+ (HP)
14.4
82-28-54
4.5+ (HP)
15.5
100/3.25"
100/4.0"
See Exploration and Testing Procedures for a description of field and laboratory procedures used and Water Level Observations
additional data (If any). Groundwater not encountered while drilling
See Supporting Information for explanation of symbols and abbreviations.
Borehole dry at completion of drilling
Notes Advancement Method
Boring coordinates and surface elevation were provided by Westwood. Dry augered
Abandonment Method
Boring backfilled with soil cuttings upon completion
Drill Rig
Truck
Hammer Type
Automatic
Driller
Strata Bore
Logged by
J.Sanchez
Boring Started
08-22-2024
Boring Completed
08-22-2024
Facilities I Environmental I Geotechnical I Materials
Westport 24
FM 156 1 Fort Worth, TX
Terracon Project No. 94245346
F!Tacon
901John W Carpenter Fwy Ste
100
Dallas, TX
Boring Log No. P-11
p,
Location: See Exploration Plan
a)
a
o
u
Latitude: 33.00710 Longitude:-97.33770
H
Ul
'O
O_
m
Q a)a,)£
N pv[
C7
p
LL
Depth (Ft.) Elevation: 711.88 (Ft.)
FAT CLAY (CH), dark brown, hard
—
4.5+ (HP)
1
-
-
4.5+ (HP)
.0 707.88
_
LIMESTONE, weathered, with clay layers,
100/5.75"
tan
5 —
2
—
/
0.0 701.88
^ ` 111�`
/8.0"
100
77 �
Boring Terminated at 10 Feet
Strength Test
o
w Atterberg
v
Limits
=
d L c
M C
y
+�
pl
d c N c
a LL
O LL-PL-PI CL
a� n+`y m
0 Ln in
U
v
17.5
20.3 73-25-48
See Exploration and Testing Procedures for a description of field and laboratory procedures used and
Water Level Observations
Drill Rig
additional data (If any).
Groundwater not encountered while drilling
Truck
See Supporting Information for explanation of symbols and abbreviations.
Borehole dry at completion of drilling
Hammer Type
Automatic
Driller
Strata Bore
Notes
Advancement Method
Logged by
Boring coordinates and surface elevation were provided by Westwood.
Dry augered
J.Sanchez
Boring Started
08-22-2024
Abandonment Method
BoringCo
Completed
g Co
Boring backfilled with soil cuttings upon completion.
Facilities I Environmental I Geotechnical I Materials
Westport 24
FM 156 1 Fort Worth, TX
Terracon Project No. 94245346
F!Tacon
901John W Carpenter Fwy Ste
100
Dallas, TX
Boring Log No. P-12
p,
Location: See Exploration Plan
a)
a
o
u
Latitude: 33.00670 Longitude:-97.33950—J
m
H
Ul
m
N a,)£
N pv[
C7
p
LL
Depth (Ft.) Elevation: 716.81 (Ft.)
FAT CLAY (CH), with limestone fragments,
dark brown, very stiff to hard
—
4.5+ (HP)
—
4.5+ (HP)
1
2.5 (HP)
6.0 710.81
FAT CLAY (CH1J, with limestone fragments,
brown, hard
8.0 708.81
—
_
4.5+ (HP)
LEAN CLAY (CL), with limestone fragments,
jtan,
hard
4.5+ (HP)
10.0 706.81
1
Boring Terminated at 10 Feet
Strength Test
o
w Atterberg
v
Limits
=
a L c
M C
+�
JJ
pl
d c N c
O LL-PL-PI
a LL
CL
a� a+`y m
0 Ln in
U
v
11.0
22.5 72-26-46
25.8
27.1
13.2
See Exploration and Testing Procedures for a description of field and laboratory procedures used and Water Level Observations
additional data (If any). Groundwater not encountered while drilling
See Supporting Information for explanation of symbols and abbreviations.
Borehole dry at completion of drilling
Notes Advancement Method
Boring coordinates and surface elevation were provided by Westwood. Dry augered
Abandonment Method
Boring backfilled with soil cuttings upon completion
Drill Rig
Truck
Hammer Type
Automatic
Driller
Strata Bore
Logged by
J.Sanchez
Boring Started
08-26-2024
Boring Completed
08-26-2024
Facilities I Environmental I Geotechnical I Materials
Westport 24
FM 156 1 Fort Worth, TX
Terracon Project No. 94245346
F!Tacon
901John W Carpenter Fwy Ste
100
Dallas, TX
Boring Log No. P-13
p,
Location: See Exploration Plan
a)
a
o
u
Latitude: 33.00750 Longitude:-97.34060—J
m
H
Ul
m
N a,)£
N pv[
C7
p
LL
Depth (Ft.) Elevation: 722.74 (Ft.)
FAT CLAY (CH), dark brown, hard
—
4.5+ (HP)
1
-
-
4.5+ (HP)
.0 718.74
_
LIMESTONE, weathered, with clay layers,
100/0.75"
tan
5 —
2
—
/
0.0 712.74
1
100 /0.5 "
77 �
Boring Terminated at 10 Feet
Strength Test
o
w Atterberg
v
Limits
=
d L c
C
+�
y
pl
d c N c
M
O
a LL
n+`y m
LL-PL-PI
CL
a�
U
0 Ln in
v
12.2
22.6
See Exploration and Testing Procedures for a description of field and laboratory procedures used and Water Level Observations
additional data (If any). Groundwater not encountered while drilling
See Supporting Information for explanation of symbols and abbreviations.
Borehole dry at completion of drilling
Notes Advancement Method
Boring coordinates and surface elevation were provided by Westwood. Dry augered
Abandonment Method
Boring backfilled with soil cuttings upon completion
58-22-36
Drill Rig
Truck
Hammer Type
Automatic
Driller
Strata Bore
Logged by
J.Sanchez
Boring Started
08-26-2024
Boring Completed
08-26-2024
Facilities I Environmental I Geotechnical I Materials
Westport 24
FM 156 1 Fort Worth, TX
Terracon Project No. 94245346
F!Tacon
901John W Carpenter Fwy Ste
100
Dallas, TX
Boring Log No. P-14
p,
Location: See Exploration Plan
a)
ai
o
u
Latitude: 33.00730 Longitude:-97.33680—J
m
H
Ul
m
N a,)£
N pv[
C7
p
LL
Depth (Ft.) Elevation: 711.16 (Ft.)
FAT CLAY (CH), dark brown, hard
VZAA4.5+
_
(HP)
3.0 708.16
_
3.75 (HP)
FAT CLAY (CLI, with limestone seams, light
AA
brown, hard
—
1
5 —
3.5 (HP)
—
3.75 (HP)
—
4.0 (HP)
/�10.0
701.16
1
Boring Terminated at 10 Feet
Strength Test
o
w Atterberg
v
Limits
=
a L c
M C
+�
y
pl
d c N c
O LL-PL-PI
a LL
CL
a� a+`y m
0 Ln in
U
v
23.0
26.9 73-26-47
26.0
26.2
23.7
See Exploration and Testing Procedures for a description of field and laboratory procedures used and Water Level Observations
additional data (If any). Groundwater not encountered while drilling
See Supporting Information for explanation of symbols and abbreviations.
Borehole dry at completion of drilling
Notes Advancement Method
Boring coordinates and surface elevation were provided by Westwood. Dry augered
Abandonment Method
Boring backfilled with soil cuttings upon completion
Drill Rig
Truck
Hammer Type
Automatic
Driller
Strata Bore
Logged by
J.Sanchez
Boring Started
08-22-2024
Boring Completed
08-22-2024
Facilities I Environmental I Geotechnical I Materials
Westport 24
FM 156 1 Fort Worth, TX
Terracon Project No. 94245346
F!Tacon
901John W Carpenter Fwy Ste
100
Dallas, TX
Boring Log No. P-15
p,
Location: See Exploration Plan
a)
a
o
u
Latitude: 33.00750 Longitude:-97.33590—J
m
H
Ul
m
N a,)£
N pv[
C7
p
LL
Depth (Ft.) Elevation: 708.41 (Ft.)
FAT CLAY (CH), with limestone fragments,
dark brown, hard
—
4.5+ (HP)
—
4.5+ (HP)
1
5 —
4.5+ (HP)
8.0 700.41
—
_
4.5+ (HP)
LEAN CLAY (CL), with limestone fragments,
light brown and brown, hard
4.5+ (HP)
0.0 698.41
1
Boring Terminated at 10 Feet
Strength Test
o
w Atterberg
v
Limits
=
a L c
M C
JJ
+�
pl
d c N c
a LL
O LL-PL-PI CL
a� a+`y m
0 Ln in
U
v
15.1
20.4
20.0 67-24-43
20.5
12.0
See Exploration and Testing Procedures for a description of field and laboratory procedures used and Water Level Observations
additional data (If any). Groundwater not encountered while drilling
See Supporting Information for explanation of symbols and abbreviations.
Borehole dry at completion of drilling
Notes Advancement Method
Boring coordinates and surface elevation were provided by Westwood. Dry augered
Abandonment Method
Boring backfilled with soil cuttings upon completion
Drill Rig
Truck
Hammer Type
Automatic
Driller
Strata Bore
Logged by
J.Sanchez
Boring Started
08-22-2024
Boring Completed
08-22-2024
Facilities I Environmental I Geotechnical I Materials
Westport 24
FM 156 1 Fort Worth, TX
Terracon Project No. 94245346
P!Tacon
1 John W Carpenter Fwy Ste
100
Dallas, TX
Boring Log No. P-16
p,
Location: See Exploration Plan
y a)
a
o
Latitude: 33.00820 Longitude: 97.33580
a c 0.
t � m
0
m
Q a)E
2:
U
p (J)
Depth (Ft.) Elevation: 700.64 (Ft.)
FAT CLAY (CLI, with limestone fragments,
brown, hard
—
1
—
.0 696.64
_
LIMESTONE, weathered, with clay layers,
tan
5 —
2
—
/
0.0 690.64
1
i
77
Boring Terminated at 10 Feet
Strength Test
o
w Atterberg
N
v
Limits
=
J
QJ
yL.i
=L
v
U
v
T y
d c N c
Z O
C
a LL
ii
ay+ m
0
LL-PL-PI
CL
0 Ln in
v
5.8
4.5+ (HP) 6.7
91/7.25"
100/6.0"
See Exploration and Testing Procedures for a description of field and laboratory procedures used and Water Level Observations
additional data (If any). Groundwater not encountered while drilling
See Supporting Information for explanation of symbols and abbreviations.
Borehole dry at completion of drilling
Notes Advancement Method
Boring coordinates and surface elevation were provided by Westwood. Dry augered
Abandonment Method
Boring backfilled with soil cuttings upon completion
79-28-51
Drill Rig
Truck
Hammer Type
Automatic
Driller
Strata Bore
Logged by
J.Sanchez
Boring Started
08-22-2024
Boring Completed
08-22-2024
Facilities I Environmental I Geotechnical I Materials
Westport 24
FM 156 1 Fort Worth, TX
Terracon Project No. 94245346
P!Tacon
1 John W Carpenter Fwy Ste
100
Dallas, TX
Boring Log No. P-17
p,
Location: See Exploration Plan
y a)
a
o
Latitude: 33.00850 Longitude: 97.33490
a c 0.
t � C
0
m
Q a)E
2:
U
p (J)
Depth (Ft.) Elevation: 705.36 (Ft.)
FAT CLAY (CHI, with limestone fragments,
brown, hard
—
1
—
5-
/ft5.0 699.36
_
LIMESTONE, weathered, with clay layers,
/
tan
—
2
—
0.0 695.36
Boring Terminated at 10 Feet
1 U�
Strength Test
o
w Atterberg
N
v
Limits
=
J
QJ
yL.i
=L
v
U
v
T y
d c N c
Z O
C
a LL
ii
ay+ m
0
LL-PL-PI
CL
0 Ln in
v
4.5+ (HP)
20.1
4.5+ (HP) 23.5
4.5+ (HP) 27.2
98/8.0"
100/5.0"
See Exploration and Testing Procedures for a description of field and laboratory procedures used and Water Level Observations
additional data (If any). Groundwater not encountered while drilling
See Supporting Information for explanation of symbols and abbreviations.
Borehole dry at completion of drilling
Notes Advancement Method
Boring coordinates and surface elevation were provided by Westwood. Dry augered
Abandonment Method
Boring backfilled with soil cuttings upon completion
71-26-45
Drill Rig
Truck
Hammer Type
Automatic
Driller
Strata Bore
Logged by
J.Sanchez
Boring Started
08-22-2024
Boring Completed
08-22-2024
Facilities I Environmental I Geotechnical I Materials
Westport 24
FM 156 1 Fort Worth, TX
Terracon Project No. 94245346
P!Tacon
1 John W Carpenter Fwy Ste
100
Dallas, TX
Boring Log No. P-18
p,
Location: See Exploration Plan
a)
ai
o
u
Latitude: 33.00920 Longitude:-97.33480—J
m
H
Ul
m
N a,)£
N pv[
C7
p
LL
Depth (Ft.) Elevation: 709.10 (Ft.)I
OF
FAT CLAY (CHI, with limestone fragments,
brown, hard
—
4.5+ (HP)
3.0 706.1
4.5+ (HP)
I IMESTONE, weathered, with clay layers,
—
,
100/2.75"
to n
5-
2 —
/ 0.0 699.1 100/2.75"
Boring Terminated at 10 Feet 1
Strength Test
o
w Atterberg
v
Limits
=
a L c
M C
y
+�
C
pl
d c N c
O LL-PL-PI a LL
a� a+`y m
0 Ln in
U
v
13.0 61-22-39
13.4
See Exploration and Testing Procedures for a description of field and laboratory procedures used and
Water Level Observations
Drill Rig
additional data (If any).
Groundwater not encountered while drilling
Truck
See Supporting Information for explanation of symbols and abbreviations.
Borehole dry at completion of drilling
Hammer Type
Automatic
Driller
Strata Bore
Notes
Advancement Method
Logged by
Boring coordinates and surface elevation were provided by Westwood.
Dry augered
J.Sanchez
Boring Started
08-22-2024
Abandonment Method
BoringCo
Completed
g Co
Boring backfilled with soil cuttings upon completion.
Facilities I Environmental I Geotechnical I Materials
Westport 24
FM 156 1 Fort Worth, TX
Terracon Project No. 94245346
P!Tacon
1 John W Carpenter Fwy Ste
100
Dallas, TX
Boring Log No. P-19
p,
Location: See Exploration Plan
a)
ai
o
u
Latitude: 33.00930 Longitude:-97.33390—J
m
H
Ul
m
N a,)£
N pv[
C7
p
LL
Depth (Ft.) Elevation: 702.46 (Ft.)I
OF
FAT CLAY (CLI, with limestone fragments,
brown, hard
4.5+ (HP)
3.0 699.46
4.5+ (HP)
I IMESTONE, weathered, with clay layers,
_
,
100/6.25"
to n
5-
2 —
/ 0.0 692.46 100/4.25"
Boring Terminated at 10 Feet 1
Strength Test
o
w Atterberg
v
Limits
=
a L c
M C
y
+�
C
pl
d c N c
O LL-PL-PI a LL
a� a+`y m
0 Ln in
U
v
9.1 51-20-31
6.9
See Exploration and Testing Procedures for a description of field and laboratory procedures used and
Water Level Observations
Drill Rig
additional data (If any).
Groundwater not encountered while drilling
Truck
See Supporting Information for explanation of symbols and abbreviations.
Borehole dry at completion of drilling
Hammer Type
Automatic
Driller
Strata Bore
Notes
Advancement Method
Logged by
Boring coordinates and surface elevation were provided by Westwood.
Dry augered
J.Sanchez
Boring Started
08-22-2024
Abandonment Method
BoringCo
Completed
g Co
Boring backfilled with soil cuttings upon completion.
Facilities I Environmental I Geotechnical I Materials
Westport 24
FM 156 1 Fort Worth, TX
Terracon Project No. 94245346
F!Tacon
901John W Carpenter Fwy Ste
100
Dallas, TX
Boring Log No. P-20
p, Location: See Exploration Plan a)
ai o
u Latitude: 33.01000 Longitude:-97.33390—J m H
Ul
N a,)£ N pv[
m
� U �0 N LL
Depth (Ft.) Elevation: 700.84 (Ft.)
j LEAN CLAY fCU, with limestone fragments, —
brown, hard — 4.5+ (HP)
j— 4.5+ (HP)
5 — 4.5+ (HP)
-I
— �4.5+ (HP) �.0 692.84 _ ,
.9 LIMESTONE, weathered, with clay layers, 691.94 50/5"
\tan
Boring Terminated at 8.9 Feet
Strength Test
o
w
Atterberg
v
=
Limits
a L c
M C
+�
JJ
pl
d c N c
O
LL-PL-PI
a LL
CL
a� a+`y m
0 Ln in
U
v
9.4
9.5
47-21-26
18.8
8.1
5.4 i
See Exploration and Testing Procedures for a description of field and laboratory procedures used and Water Level Observations Drill Rig
additional data (If any). Groundwater not encountered while drilling Truck
See Supporting Information for explanation of symbols and abbreviations.
Borehole dry at completion of drilling
Notes
Boring coordinates and surface elevation were provided by Westwood.
Hammer Type
Automatic
Driller
Strata Bore
Advancement Method Logged by
Dry augered J.Sanchez
Boring Started
08-22-2024
Abandonment Method Completed
g Co
Boring backfilled with soil cuttings upon completion. Boring
Co
Facilities I Environmental I Geotechnical I Materials
Westport 24
FM 156 1 Fort Worth, TX
Terracon Project No. 94245346
F!Tacon
901John W Carpenter Fwy Ste
100
Dallas, TX
Boring Log No. P-21
p,
Location: See Exploration Plan
a)
a
o
u
Latitude: 33.01010 Longitude:-97.33310
H
Ul
'O
O_
m
Q
a)a,)£
N pv[
C7
p
LL
Depth (Ft.) Elevation: 692.31 (Ft.)GAZA
FAT CLAY (CHI, with limestone fragments,
brown, hard
—
4.5+ (HP)
—
4.5+ (HP)
1
110.0
5 —
4.5+ (HP)
—
4.5+ (HP)
682.31
1
Boring Terminated at 10 Feet
Strength Test
o
w Atterberg
v
Limits
=
a L c
M C
+�
JJ
pl
d c N c
O LL-PL-PI
a LL
CL
a� a+`y m
0 Ln in
U
v
16.4
17.0 75-26-49
17.0
19.8
20.0
See Exploration and Testing Procedures for a description of field and laboratory procedures used and Water Level Observations
additional data (If any). Groundwater not encountered while drilling
See Supporting Information for explanation of symbols and abbreviations.
Borehole dry at completion of drilling
Notes Advancement Method
Boring coordinates and surface elevation were provided by Westwood. Dry augered
Abandonment Method
Boring backfilled with soil cuttings upon completion
Drill Rig
Truck
Hammer Type
Automatic
Driller
Strata Bore
Logged by
J.Sanchez
Boring Started
08-22-2024
Boring Completed
08-22-2024
Facilities I Environmental I Geotechnical I Materials
Westport 24
FM 156 1 Fort Worth, TX
Terracon Project No. 94245346
!Tacon
19F01 John W Carpenter Fwy Ste
100
Dallas, TX
o Location: See Exploration Plan
J
Latitude: 33.00680 Longitude:-97.34060
v �
v fl-
o °
� C7
Boring Log No. DP-1
y
i
~
Y
J C
E
v�
0
LL
> O
U)
Depth (Ft.) Elevation: 719.73 (Ft.) +/-
FAT CLAY (CH), with limestone fragments,
dark brown, hard — 0 4.5+ (HP)
4.5+ (HP)
5 —
4.5+ (HP)
713.73
FAT CLAY (CH), with limestone fragments,
brown and light brown, very stiff
—
3.5 (HP)
— ,
3.25 (HP)
1�
.0
707.73 _
LIMESTONE, weathered, with clay layers,
tan
—
,
100/1.5"
1 5--
.0
703.73 _
LJ.ajESTONE, with interbedded dark gray
shhalle seams and layers, gray
—
.0
699.73 20
100/0.75"
Boring Terminated at 20 Feet
Strength Test
o
w
Atterberg
v
=
Limits
a L c
C
+�
JJ
> y rn
d c N c
M v
t
O
a LL
a+`y m
LL-PL-PI
CL
a�
0 Ln in
U
v
16.7
79-27-52
20.2
19.7
24.8
20.3
57-20-37
See Exploration and Testing Procedures for a description of field and laboratory procedures used and Water Level Observations Drill Rig
additional data (If any). Groundwater not encountered while drilling Truck
See Supporting Information for explanation of symbols and abbreviations.
Borehole dry at completion of drilling
Notes
Boring coordinates and surface elevation were provided by Westwood.
Hammer Type
Automatic
Driller
Strata Bore
Advancement Method
Logged by
Dry augered
Costilla
Boring Started
08-26-2024
Abandonment Method
Boring Completed
Boring backfilled with soil cuttings upon completion.
08-26-2024
Facilities l Environmental l Geotechnical l Materials
Geotechnical Engineering Report
Westport 24 1 Fort Worth, Texas
September 27, 2024 1 Terracon Project No. 94245346
SUMMARY OF SWELL TESTS
Boring Depth Liquid Plasticity
(ft) Limit Index
B-2
2 to 4
70
47
B-3
2 to 4
78
52
B-7
2 to 4
78
51
B-8
6 to 8
42
25
B-9
4 to 6
33
16
B-14
2 to 4
65
43
B-20
4 to 6
82
55
B-22
2 to 4
68
45
B-29
4 to 6
81
54
B-30
4 to 6
74
49
B-38
2 to 4
79
53
B-39
4 to 6
82
55
Initial
Final
Moisture
Moisture
(%)
(%)
19.4
25.1
23.7
28.6
20.4
33.7
17.7
18.8
15.8
17.0
15.1
24.4
28.7
30.0
16.6
24.8
30.8
31.9
22.3
27.9
25.9
29.6
19.4
25.1
ierracon
Surcharge
Swell
(psf)
(%)
375
7.2
375
6.2
375
11.0
875
0.1
625
0
375
13.0
625
1.3
375
10.9
625
0.9
625
7.8
625
4.2
375
7.2
Facilities I Environmental I Geotechnical I Materials
Geotechnical Engineering Report
Westport 24 1 Fort Worth, Texas
September 27, 2024 1 Terracon Project No. 94245346
SUMMARY OF SOLUBLE SULFATE TESTS
Depth
Boring
(ft)
P-1
0 to 2
P-4
0 to 1
P-5
2 to 3.5
P-6
0 to 1.5
P-7
4 to 6
P-10
2 to 3
P-12
0 to 2
P-15
0 to 2
Soluble Sulfate
- TEX-145-E
ierracon
Soluble Sulfates
(ppm)
<100
<100
<100
<100
<100
<100
<100
<100
Facilities I Environmental I Geotechnical I Materials
Supporting Information
Contents:
General Notes
Unified Soil Classification System
Facilities I Environmental I Geotechnical I Materials
Westport 24
FM 156 Fort Worth, TX
Werracon
Terracon Project
No. 94245346
8901 John W Carpenter Fwy
Ste 100
General Notes
Dallas, TX
Sampling
Water Level
Field Tests
N
Standard Penetration Test
Water Initially
Encountered
Resistance (Blows/Ft.)
'
Shelby
Split Spoon
(HP)
Hand Penetrometer
Tube
Water Level After a
Specified Period of Time
Water Level After
(T)
Torvane
Texas Cone
a Specified Period of Time
Penetrometer
Cave In
(DCP)
Dynamic Cone Penetrometer
Encountered
Water levels indicated on the soil boring logs are the
UC
Unconfined Compressive
Strength
levels measured in the borehole at the times
indicated. Groundwater level variations will occur over
(PID)
Photo -Ionization Detector
time. In low permeability soils, accurate
determination of groundwater levels is not possible
with short term water level observations.
(OVA)
Organic Vapor Analyzer
Soil classification as noted on the soil boring logs is based Unified Soil Classification System. Where sufficient laboratory data exist to classify the
soils consistent with ASTM D2487 "Classification of Soils for Engineering Purposes" this procedure is used. ASTM D2488 "Description and
Identification of Soils (Visual -Manual Procedure)" is also used to classify the soils, particularly where insufficient laboratory data exist to classify the
soils in accordance with ASTM D2487. In addition to USCS classification, coarse grained soils are classified on the basis of their in -place relative
density, and fine-grained soils are classified on the basis of their consistency. See "Strength Terms" table below for details. The ASTM standards
noted above are for reference to methodology in general. In some cases, variations to methods are applied as a result of local practice or
professional judgment.
Note
Exploration point locations as shown on the Exploration Plan and as noted on the soil boring logs in the form of Latitude and Longitude are
approximate. See Exploration and Testing Procedures in the report for the methods used to locate the exploration points for this project. Surface
elevation data annotated with +/- indicates that no actual topographical survey was conducted to confirm the surface elevation. Instead, the surface
elevation was approximately determined from topographic maps of the area.
Strength Terms
Relative Density of Coarse -Grained Soils Consistency of Fine -Grained Soils
(More than 50% retained on No. 200 sieve.) (50% or more passing the No. 200 sieve.)
Density determined by Standard Penetration Consistency determined by laboratory shear strength testing, field visual -manual
Resistance procedures or standard penetration resistance
Relative Density
Very Loose
Loose
Medium Dense
Dense
Very Dense
Standard Penetration or
N-Value
(Blows/Ft.)
0-3
4-9
10-29
30 - 50
> 50
Consiste
Very Soft
Soft
Medium Stiff
Stiff
Very Stiff
Hard
Unconfined Compressive
Strength
Qu (tsf)
less than 0.25
0.25 to 0.50
0.50 to 1.00
1.00 to 2.00
2.00 to 4.00
> 4.00
Relevance of Exploration and Laboratory Test Results
Standard Penetration or
N-Value
(Blows/Ft.)
0-1
2-4
4-8
8-15
15-30
> 30
Exploration/field results and/or laboratory test data contained within this document are intended for application to the project as described in this
document. Use of such exploration/field results and/or laboratory test data should not be used independently of this document.
Facilities I Environmental I Geotechnical I Materials
Geotechnical Engineering Report
Westport 24 1 Fort Worth, Texas hierracon
September 27, 2024 1 Terracon Project No. 94245346
Unified Soil Classification System
Criteria for Assigning Group Symbols and Group Names Using
Soil Classification
Laboratory Tests A
Group
Group Name B
Symbol
Clean Gravels:
Cu>_4 and 1<_Cc<_3 E
GW
Well -graded gravel F
Gravels:
More than 500% of Less than 50% fines c
Cu<4 and/or [Cc<1 or Cc>3.0] E
GP
Poorly graded gravel F
coarse fraction
Fines classify as ML or MH
GM
Silty gravel F, G•"
retained on No. 4 Gravels with Fines:
Coarse -Grained Soils: sieve More than 12% fines c
Fines classify as CL or CH
GC
Clayey gravel F, 1,
More than 50% retained
on No. 200 sieve Clean Sands:
Cu>_6 and 1<_Cc<_3 E
SW
Well -graded sand I
Sands:
° or more of Less than 5% fines °
50/o
Cu<6 and/or [Cc<1 or Cc>3.0] E
SP
Poorly graded sand I
coarse fraction
passes No. 4 sieve Sands with Fines:
Fines classify as ML or MH
SM
Silty sand G• "• I
More than 12% fines D
Fines classify as CL or CH
SC
Clayey sand G• "• I
PI > 7 and plots above "A" line'
CL
Lean clay K, I• M
Silts and Clays:Inorganic:
PI < 4 or plots below "A" line I
ML
Silt K, I, M
Liquid limit less than
50
LL oven dried
Organic clay K, I, M,"
Oi
Fine -Grained Soils: rganc:
< 0.75
LL not dried
OL
K, I, M, o
Organic silt
50% or more passes the
No. 200 sieve
PI plots on or above "A" line
CH
Fat clay K, I, M
Inoranic:
Silts and Clays: g
PI plots below "A" line
MH
Elastic silt K, I, M
Liquid limit 50 or
more Organic:
LL oven dried
< 0.75
OH
Organic clay K, I, M, v
LL not dried
Organic silt K, I, M, Q
Highly organic soils: Primarily organic matter, dark in color,
and organic odor
PT
Peat
A Based on the material passing the 3-inch (75-mm) sieve.
" If fines are organic, add "with
organic fines" to group name.
e If field sample contained cobbles or boulders, or both, add "with
I If soil contains >_ 15% gravel,
add "with gravel" to group name.
cobbles or boulders, or both" to group name.
' If Atterberg limits plot in shaded area, soil
is a CL-ML, silty clay.
c Gravels with 5 to 12% fines require dual symbols: GW-GM well-
K If soil contains 15 to 29% plus
No. 200, add 'with sand" or
graded gravel with silt, GW-GC well -graded gravel with clay, GP -GM
"with gravel," whichever is predominant.
poorly graded gravel with silt, GP -GC poorly graded gravel with clay.
` If soil contains >_ 30% plus No.
200 predominantly sand, add
D Sands with 5 to 12% fines require dual symbols: SW-SM well-
"sandy" to group name.
graded sand with silt, SW -SC well -graded sand with clay, SP-SM
M If soil contains >_ 30% plus No.
200, predominantly
gravel, add
poorly graded sand with silt, SP-SC poorly graded sand with clay.
"gravelly" to group name.
E Cu = D6o/Dio Cc = (D36)2
" PI >_ 4 and plots on or above "A"
line.
D PI < 4 or plots below "A" line.
D16 x D6o
° PI plots on or above "A" line.
F If soil contains >_ 15% sand, add 'with sand" to group name.
Q PI plots below "A" line.
G If fines classify as CL-ML, use dual symbol GC -GM, or SC-SM.
60
1 1 1 1
For classification of fine-grained
soils and fine-grained fraction
50
of coarse -grained soils
Equation of "A!'- line
a
X
Horizontal at PI=4 to LL=25.5.
— then PI=0.73 (LL-20)
40
w
❑
hoc
Equation of "U" -line G
'
?
Vertical at LL=16 to PI=',
30
then PI=0.9 (LL-8)
a 20
G
_J
MH or OH
IL
10
7
CL - ML
4
-- ML or OL
0
0 10 16 20 30 40 50 60 70
80 90 100 110
LIQUID LIMIT (LL)
Facilities I Environmental I Geotechnical I Materials
GR-01 60 00 Product Requirements
THIS PAGE LEFT INTENTIONALLY BLANK
CITY OF FORT WORTH Paving, Drainage, Water, Sewer, Street Light & Traffic Signal Improvements to
serve Intermodal Parkway
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN:104135
Revised July 1, 2011
FORT WORTH-. CITY OF FORT WORTH TRANSPORTATION/PUBLIC WORKS DEPARTMENT
'�s "
STANDARD PRODUCTS LIST AS OF 2/4/2025
I erete
I Class AJSidewe�,ADA Ramos. Driveways.Curb/Gutter
Median Pavement)
19/9/2022 03 30 OU
Mirz Ue Iio
Ammcm Concrete Company
30CAF029
3000 psi Concrete for SWewalka & ADA Romps
3-5" Slump; 3-6% Av
16/24/2024 03 30 00
Mu Des�op
Big Town Concrete
302050-1
3000 psi Concrete for Curbs and Sidewalks
3-5" Slump. 3-6% Air
19/9/2022 03 30 00
Ma Dearg,
Bumco Texas
30U101AG
3000 ps, Co.crete Ma for Flamork
3-5" Slump; 3-6% Av
14/12024 03 30 00
Mu, Design
Bumco Texas
30U500BG
3000gsi Concrete Mu for Sidewalks
3-5" Slump. 3-6% Av
3 30 00
19/92022 033000
Ma D-Ip,
Carder Concrete
FWCC502001
3006 psi for Std:,Tt, Dnveways, Ramps, Cmb &Gutter, Elatwork
3-5" Slump; 3-6% Au
3 30 00
19/92022 033000
Mi. Design
Carder ConmUe
FWCC502021
3510 psi concrete f Sidewalks, Drivewaj'�, Ramps, Curb & Goner
3-5" Slump. 36%Air
19/92022 03 30 00
Ma Des,eo
Chisholm Trail R.& Ma
C13020AE
3000 psi Concrete fm Drveways, Cmb &Gotta
3-5" Slomp; 4.5-7.5%At,
19/92022 03300
M&Des'
City Conmela Comp?4)'
30HA20R
3000 psi Concrete Mix fir Bloc Sidewalks, F7atwork, Pads
3-5"Slump. 3fi%Air
19/92022 033000 0
Ma Degr�
Cow Town Redi Min
253-W
3000 psi Concrete Mix Sidewa0. ,ADA Ramps, Driveways, Curb &Gutter, Safety End Treatments, Nov-TxDOT RGammg Walls
3-5" Slump; 3-6% At,
19/92022 03 30 00
Miz DIP,
Cow Town Redi Mi.
250
3000 psi ConmUe Mix fir Sidewalks, Driveways, ADA Ramps
3-5" Slump, 36%Air
19/9/2022 03 30 00
Ma Design
Cow Town R.& Ma
350
3000 psi Concrete Mix for SW-11-., Dmoways, ADA Ramps
3-5" Slump; 36% At,
3 30 00
11/29/2024 033000
Mu Des1P,p
Estrada Ready Mi.
R3050AEWR
5.00 Sacks / 3,000 psi Concrete for Sidewalks, Ramps, Inlets, and Manholes
3-5" Slump, 36%Air
3 30 00
19/92022 033000
Ma Desgn
GCH Comets S-,k.
GCH4000
4000 psi Concrete for for Sidewalks, Ramps, Headwalls, Inlets, and Storm Dram Shuctures
3-5" Slump; 3-6%An
19/92022 03 30 00
Miz Desjp
Holcim - SOR, Inc
1261
3000 psi Concrete Mix fir Sidewalks
3-5" Slump, 36% Air
19/23/2024 03 30 00
Ma Design
Holcim - $GR, Inc.
5177
3000 Ni Concrete Mu for Sidewalks, Curbs and Gutters
3-5" Slump; 36% Av
3 30 00
19/92022 033000
Mu D' p
Holcim - SOR, Inc.
5409
4000 Ni Concrete Mu for Sidewalks, Inlets
3-5" Slump, 3-6 Air
14n2023 03 30 00
Ma Design
Ligmd Stove
C301D
3,000 psi Coasts for Sidewalks, Approaches, and Driveways
3-5" Slump; 36% Air
19/92022 03 30 00
Mi. Design
Martin Marietta
R2136214
3,000 psi Co,crero for Sidewalks & Ramps
3-5" Slump, 36%Air
19/92022 03 30 00
Ma Design
Mart, Manetta
R2136014
3,000 psi Concrete for Sidewalks & Ramps
3-5" Slump; 36,r %A
14/12023 03 3000
Mi. Des�p
Marlin Marietta
R2136N14
5.00 sacks / 3,000 n i concrete for Sidewalks
3-5" Slump. 3-6%Air
16/12023 03 3000
Ma Design
Mart, M—R.
R2136R20
3,000 psi Concrete for Sidewalks and Ramps
3-5" Slump; 3-6%Ao
16/1/2023 03 30 00
Mi. Desp
Marlin M.M.
R2136N20
3,000 psi Concrete f Sidewalks and Ramps
3-5" Slump. 3-6%Ab
11122022 03 3000
Ma Des,g,
Mari, Manetta
R2141K24
4,000 ps, Coocrete for Ju.a,o. Boxes, Sidewalks and Ramps
3-5" Slump; 3-6%An
14/7/2023 03 30 00
Mi. Design
Marlin Marietta
psi 3,000 psi concrete for sidewalks and ramps
31" Slomp. 36%Air
19/9/2022 03 30 00
Ma D-Ip,
Mart, Ma.ala
R2131314
3,000 psr Concrete for Sidewalk, & Ramps
3-5" Shoop; 3fi%Air
19/92022 03 30 00
Mi. Design
Marlin M.W.
R2132214
3,000 psi Concrete for Sidewalks & Ramps
31" Slump, 36%Air
19/9/2022 03 30 00
Ma Dories
Mart, Ma.Mta
D9490SC
3,000 psi Concrete for Sidewalks & Ramps
3-5" Slomp; 4.5-7.5%An
110/42023 03 30 00
Mu Des�p
NBR Ready Mi,
CIS A-YY
5.00 Sacks / 3,000 psi Concrete for Sidewalks & Ramps, and Cuff & Gutter
3-5" Slomp, 36%Air
110/4/2023 03 30 00
Ma Design
NBR Ready Mix
CLS A -NY
5 00 Sacks / 3,000 psi Concrete for Sidewalks & Ramps, and Curb & Gutter
3-5" Slomp; 3-6%At,
17/102023 03 30 00
Mi. Desi.g
M n
30A50MR
5 SK / 3,000 psi Concrete for Sidewalks
3-5" Slump, 36%Air
11/18/2023 03 30 00
Ma Design
RVA Redi Ma
RRM5020A
3000 psi Concrete f Curb, Gutter, Driveways, Sidewalk, Ramps
3-5" Slump; 3-6%Ai,
11242023 03 30 00
Mu Des1F
Rapid R.& Mi.
RRM5525A
3600 psi Concrete for Sidewalks, Approaches, ADA Ramps
3-5" Slump, 36%Air
19/9/2022 - D3 30 00
Ma Desrgo
Red, -Mix
IOL11504
6 00 Sacks / 4,000 Ni Concrete Mix for Sidewalks, Curb & Gutter, Sewer Manhole, Inlets, & Jovctlov Boxes
3-5" Slump; 36 n %A
110242024 -D3 30 00
Mu D' p
SRM Concrete
30850
3000 psi Concrete for Sidewalks & ADA Ramps
3-5" Slump, 36%Air
333000
110/24/2024 1333000
Ma Design
SRM Co.crete
30350
3000 Ni Concrete fro Sidewalks & ADA Ramps
3-5" Slump; 3-6%Air
110/182024 -D3 30 00
Mu D-0
SRM Concrete
30050
3000 psi Concrete for Sidewalks, Ramps, Inlets, Junction Boxes, Thmst Blocks, Cuff and Gutter, Driveways, Barrier Ramp
3-5" Slump, 36%Air
19/9/2022033000
Ma Design
Tarrant Coasts
FW5025A
3000 Ni Concrete Mi. fir Coda & Gutter, Driveways, Sidewalks, ADA Ramps
3-5" Shsmp; 36%Air
19/9/2022 -33 30 00
Mi. Design
Taaam C.CP5020A
3000 psi Concrete Mix for Crrb and Gutter
3-5" Slump, 36%Air
110/102022 033000
Ma Design
Tarrant Concrete
TCFW5020A
3000 psi Concrete for Sidewalks
3-5" Slomp; 3-6%Ao
19/9/2022 -33 3000
Mi. De10
Tam„t Concrete
FW5525A2
3600 psi Concrete Mix for Sidewalks, Drive Apm000hes, ADA Ramp, Cuff and Gutter
3-5" Slump. 3-6%Air
19/9/2022 -33 3000
Ma Des,g,
To. Ready Ma
3020AE
3000 psi C..crete for SWew.IV,
3-5" Slomp; 3-6%Ao
19/92022 03 300
Mu Des�9n
True Gri[ Rd i Mu
0250.230
3000A� �f Ramps
sways,
19/92022 D3 30 00
1 �aee CB /In�
Mu, Dest
M��yr Manholes, Junction
True Grit Redi Mu 0250.2301
Boxes.rncasemenJJ BlocBng. Co..- Lightpxrt Foundations)
300 Conmete Mix f Cuib & Gutter, Dn Sidewal , ADA Rom s
31" Slump, 36%Ab
19/92022 03 30 00
Moe Des,g.
Ammca. i,ovcrete Company
40CNF065
4000 psi Coocrete for Manholes & Utlhty Stmctures
3-5" Slump; 0-3 % Av
19/9/2022 03 3000
Mix MIr
Bumco Texas
40U500BG
4000 psi Concrete Mix fm Storm Drain Stm .N , Dmewa�s Screen Walls, Collars
3-5" Slump. 3-6%Ai,
19/92022 03 3000
Ma D.op,
Cow Tow. Red, Ma
255-2
3000 psi C..crete Ma for Inlets, Thmst Blmk,g, Coocrete 6vcasement
3-5" Slump; 3-6%Av
19/9/2022 03 30 00
Mi. Design
Cow Town Redi Mie
355
3000 phi Concrero Mix f h,las, Thmst Blotto; ConmUe E.casement
31" Slump, 36%Ab
19/9/2022 03 30 00
Ma D-Ip,
Cow Town Red, Ma
255
3500 psi Concrete Mix for Fkm.,k, I.].', Th—t &.g Co— Encasement
3-5" Slump; 3-6%Au
19/92022 03 30 00
Mi. Dlon
Cow Town Roth Mi.
270
5000 psi C0000 a Mix f Cast -in -Place Box Culverts
31" Slump, 36%Air
19/9/2022 03 30 00
Ma Design
Cow Town R.& Ma
370
5000 psi Coo —to Mix for Cast -,-Place Box Culverts
3-5" Slomp; 3-6%An
19/9/2022 03 30 00
Mu DIP
Cow Town Re& Mi.
353
3000 psi Concrete Mi, for Sidewalks, ADA Ramos, Driveways, Curb & Cmner, Safety End Tmamaent,, Nov-TxDOT Retaining Walls
31" Slump, 36%Air
19/9/2022 033000
Ma DmIip
Cow Town Roth Ma
257
3600 psi Concrete maforValley Guitar, Lightpole F000datioos
3-5"Slu3-6%A,
m;
19/9/2022 033000
Miz D-01
Cow Town Redi M&
357
3600 psi ConmUe Mix fir Valle Goners, Lightpole Foundations
3-5"Slum, 36%Ai,
19/9/2022 03 30 00
Ma Design
Hold. SOR, Inc.
1701
4000 psi Concrete Mix for Stprm�ram Swcmres, Sanitary Sewer Manholes, Junction Box
3-5" Slump; 3-6%At,
19/9/2022 033000
Mix D-01
Holcim-SOR, Ins
1551
3000 psi ConmUe Mix fir Blockii�$$
3-5"Slump, 3-%Air
3 30 00
19/92022 033000
Ma Design
Holcim - SOR, Inc.
5409
4000 psi Concrete Mix for S,dewa&s, Inlets
3-5" Slump; 3-6%An
14272023 03300 0
Mu Des1P,p
Liquid Stour
C361DNFA
3,600 psi Concrete for Retaining wall, drivewa ,junction box apron, approach
3-5" Slump, 36%Air
3 30 00
I9/92022 033000
Ma Design
Mart, Mantua
R2141230
4,000 psi Concrete for M-holes, Inlets & H..Aw. S, Valve Pads
3-5" Slump; 36%An
18/42023 03 30 00
Mu D-0
Mani, Marietta
R2141R24
5.53 Sacks / 4,000 psi Concrete for Junction Box, Box C,l—, Sidewalks and Ramos.
3-5" Slump, 36%Air
1112M023 033000
Ma Design
Mart, Manetta
R2146R33
60l Sacks/4,000psi Concrete Mu for CIPSewer Manholes
3-5"Slum;36%Ai,
111202023 033000
Mi. Design
Martin Marietta
R2146K33
6.01 Sacks/4,000 psi Coocrete Mi. for CIP Sewer Manholes.
3-5"Slump, 36%Air
19/9/2022 03 30 00
Ma Design
Mart, Manetto
R2142233
3,600 psi Concrete for Manholes, Inlets & Headwalls
3-5" Slump; 4.5-7.5%An
19/92022 03 3000
Mi. Delp
Marlin Marietta
R2136224
3,600 psi Concrete f Curb Inlets
31" Slump. 3-6%Air
19/9/2022 03 3000
Ma Des,g,
Mart, M—R.
R2141233
3,600 psi Coocrete for Storm Stmctures, Inlets, Blmk,g & E.ca-o-
3-5" Slomp; 3-6%Ao
19/9/2022 03 30 00
Mi. Des�9p
Martin Marietta
R2146038
4,500 Ri Concrete fm Inlets, Strom Di, St ,c s
31" Slomp. 3-6%Air
110242024 03 3000
Ma Des,g,
Mart, M-coo
R2146K34
4000 psr C-0c f,r Inlets, Mmiholes, Headwalls, Thmst Blocks, Colima
3-5" Slump; 3-6%Au
19/122023 033000
Mi. Design
NBRR7a Mix
CISPI-YY
6.00 Sacks/4,000��{{ggi,C—o- for C.11m, Manholes, Box Culvert
31"Slump. 36%Air
19/92022 03 30 00
Ma DmIp,
NBR Ready Mix
TX C-YY
3000 psi Concrete Rxix for Corb lnlets
3-5" Slump; 3-6%Air
19/92022 03 30 00
Mix Design
NB Read Mix
TX C-NY
3000 psi ConmUe Mix fir Cuff lolels
31" Slump, 36%Air
11/182023 03 30 00
Ma Dmgn
Rapid Ro'd a
RRM5320A
3000 psi Concrete fro Bl-kmg
3-5" Shoop; 3-6%At,
11/182023 03 3000
Ma Design
Rapid Red, Ma
RRM6020ASS
4000 psi Concrete for Sturm Dro, Structures
3-5" Slomp; 3-6%Ao
FORT WORTH,. CITY OF FORT WORTH TRANSPORTATION/PUBLIC WORKS DEPARTMENT
STANDARD PRODUCTS LIST AS OF 2/4/2025
I Concrete (Continued)
I10/24/2024
03 30 00
Mu Des,
SRM Concrete
40350
4000 psi Concrete for Inlets, Manholes, Headwalls, Thrust Blocks, Collars
3-5" Slump. 3-6% Ai,
110/24/2024
03 30 00
MM.
Des gn
SRM Concrete
40850
4000 psi Concrete for Inlets, Manholes, Headwalls, Thmst Blocks, Collars
3-5" Slump; 3-6%Au
I9/l6/2024
03 3001
Mu Des ,
SRM Concrele
35050
3500 psi Concrete for Tluuat Blocks and Collars
3-5" Slump. 3-6% A'v
I9/9/2022
03 30 00
M. Design
Tartan[ Concrete
FW5320A
3000 psi Concrete Mix for Blocking
3-5" Slump; 36% Aa
110/]0/2022
033000
M. DesfnewaDa,
Crete
TCFW6025A2
4000 psi Concrete for Manholes
3-5"Slump; 3fi%An,
I ass C fHea waD,, N�` Culverts, Dr�Tana
Sha is
Willed
I Drilled 8hefta
:919/2022 03 00
Mve Design
Bumco Texas
36U500BG
3600 osi Concrete Ma for Loil tm¢ and Traffic S,¢na1 Foundations (Drilled Shafts)
5.5-7.5" Slump; 3-6% Av
1.11023 03 30 00
Mu Des ,
Cow Town Redi Mu
360-DS
3600 osi Concrete for Drilled ShafLiehtine and Traffic Siena! Foundation (Drilled Shaf[sl
5.5-7.5" Slump. 3-6%A,
I10/30/2024 03 30 00
M. Design
Estrada Ready Ma
R36575AEWR
3600 osr Concrete for Dolled Shah/L thtin¢ and Traffic Si¢nal Foundation!Drilled Shafts)
5.5-7.5" Slump; 3-6%An
I12/52022 03 30 00
Mu Des ,
Hold. - SOR Inc
1822
3600 vsi Concrete for (Dialed Shafb)/Liehting and Traffic Signal Foundations
5.5-7.5" Slum,, 0-3%1
I9/92022 03 3000
M. Design
Holcun - SDR, Inc
1859
4000 osr Concrete for fDrRled Shaftsld.i¢hhn¢snd TmlEc Si¢nal Foundehons
5.5-7.5" Slump; 3-6% Av
I4n/2023 03 300
Mu Des ,
L�%��:d Slone
C361DHR
3.600 osi Concrete for (DrIDed Shuft)/Liehtine and Traffic Signal Foundations
5.5-7.5" Slump. 3-6% Ai,
I6272023 03 3000
M. Design
Maihn Manette
U2146N41
6.44saeks / 3.600 osi Concrete for (Drilled Shaft,) / Lr¢htm¢ and Traffic S,¢ne1 Foundehons
5-7" Slump; 3-6% Av
16272023 03 300
Mu Des ,
Marlin Marietta
U2146K45
6.65 sacks / 3.600 vsi Concrete for (Drilled Shafts) / Liehting and Trefic Signal Foundations
5-7" Slump. 3-6%Ah
I8222024 03 30 00
Mve Design
NBR Ready Ma
135K2524
3500 osi Concrete for!Drilled Shaft) Li¢htoole Foundehons
5.5" S1omp; 3-6% Av
I8222024 0``3 3000
Moe De'a n
NBR Read, Ma
135K0524
3500 vsi Concrete for (Dialed Shaft) Liehtvole Foundations
5.5" Slump; 3-6%An
I Vther AppBeaaons
I9/9/2022 03 30 00
Min Design
Ca der Covade
FWCC602001
4000 psi Concrete fr Storm Dmin Stnietares, Manholes, Headwalls, Retaining Walls, Valley Gutters, Drive Approaches
3-5" Slump. 3-6%Ah
I9/92022 03 3000
Ma Design
City Coi aete Company
40LA2011
4000 psi Coi aete M. for Stoma Dram Shuaures
3-5" Slump; 3-6%Au
I9/9/2022 03 300
Mu Des ,
Cow Town Redi Mu
260-2
3600 osi Concede Mu for Box Culverts, Headwalls
3-5" Slam,, 3-6% A'v
I9/92022 03 30 00
Ma Design
Cow Town Red, Ma
360-1
3600 psi Concrete Mix for Box Culverts, Headwalla, Wingwalls
3-5" Slump; 3-6% Aa
3 30 00
I9/9/2022 033000
Mi. Design
Cow Town Redi M&
260-1
3600 g�i Concede Mix for Headwalls
3-5" Slump. 3fi% Air
I1292024 03 30 00
Ma Design
Estrada Ready Mix
R3655AEWR
550 Sacks / 3,600 psi Comae fin HeAwaps, Wmgwalls, and Culverta
3-5" Slump; 3-6%Air
I9/92022 03 30 00
Mu Desiaa
GCH Concrele Services
GCH4000
4000 psi Concero for for Sidewalks, Ramps, Headwalls, hdets, and Storm Draw Structures
3-5" Slump, 3-6%Air
I9/92022 03 30 00
Mve Design
Hold. - SOR, Inc.
1851
4500 psi Concrele for Stoon Dram Structures, Hand Placed Paving
3-5" Slump; 36%At,
I4/12023 03 30 00
Mu D-01
Marlin Marietta
3 JOLBP
3,600 pQhi Concrele for Reta�' -'9y Walls
3-5" Stomp, 4-7%Ai,
I8/30/2023 03 30 00
Moe Design
Mahn Maoata
R2141R30
5 85 SK/ 4,000 psi Concrete m Box Culverts & Headwalls
3-5. SlumP; 3-6% Ah
I9/92022 03300 0
Mu Des*
lip
Martin Marietta
R2146035
4,OOO psi Concrele for Manholes, inlets &Headwalls, Valve Pads
3-5" Slump, 3fi% Air
I9/9/2022 033000
3 30 00
Ma
SRM Concrete
40050
4,000 psi Covaete for Headwalla, Raa..g Wall, Collars
3-5" Slump; 3fi%Air
I9/92022 033000
3 30 00
Mh' DesIPp
SRM Concrete
35022
3,600 pai Concrete for ]unction Box, Rdawwa Walls
3-5" Sump, 3fi%Ah
I4/12024 03 30 00
M. Design
SRM Concrete
45050
4500 psi Concrete fin--.— SSc
3-5" Slump; 36%Air
I9/92022 033000
Mi,Des�"P
Tarrant Concrete
FW6020A2
4000 psi Concrete Mi, for Sturm Draw Structures
3-5" Slump, 36%Air
I lass P fMacLie Placed Pavin¢)
1624/2024 321313
Mix Desp
B?Town Concrete
360060-1
3600 psi Concede for Machine Placed Pavl9j
L-3"Slum,. 3-6%Ah
I6242024 32
M. Design
Big Town Concrete
362060-1
3600 psi Comae for Mach —Placed Pavmg
t-3"Slump; 3-6%Av
I9/9/2022 32 13 l3
Mi. Dee ,
Carder Concede
FWCC552091
3600 psi for Machine Placed Pavia
1-3" Stamp, 3-6%Ah
I9/92022 32 13 13
Ma Design
Carder Concrele
FWCC602091
4000 psi for Mach.e Placed Paving
1-3" Slamp; 3-6 An
I9/9/2022 3213 L3
Mi. Design
City Comae Coo,
36LA2011
3600 pin Concrero Mix for Machine Placed Paving
L-3"Slump. 3-6 Air
I9/92022 33 13 13
M. Desrgo
Cow Town Pe. Min
257-M
3600 psi Concrete Mix for Machine Placed Paviag
1-3" Slump; 36% Air
I1l/142022 321313
M&Della
Cow Town Redi Mix
357-M
3600psi Concrete Mixfr Machine Placed Paving
1-3"Slump. 36%Air
I9/92022 3213 l3
Ma Design
Cow Town Redi Ma
260-M
4000 psi Concrete Mix for Mach.e Placed Paving
1-3" Slump; 3-6 At,
I9/92022 32 13 13
Mix Design
Cow Town Redi Mix
360-M
4000P�i Concrete Mix fin Machine Placed Pavii'44��
L 3" Slump, 3-6 Air
I2/62024 321313
Ma Design
Estrada Ready Mix
TD3655AEWR
5505acks/3,600 psi Concrete for Machine Placed Paving
1-3"Slump; 3-6%Ah
I8/4/2023 321313
Mix Design
Mani Marietta
Q214IR27
5.69 sacks/4,000 psi Concrete for Machine Placed Pavw¢
13"Slam,, 36%Air
I11/2/2022 32 13 13
Ma Design
Mat. Maoata
Q214IK30
4,000 psi Covae. for Mach.. Placed Paving
1-3" Slump; 3fi% Air
I10/42023 3213 l3
M&Des�p
NBR Ready Mix
TXCSP-YY
5.50 Sacks/3,600 psi Concede for Machine Placed Paving
13"Slump, 36%Air
I10/4/2023 32 13 13
M. Design
NBR Ready Mix
TX C SF -NY
5 50 Sacks / 3,600 psi Concrete for Machine Placed Pay.g
1-3" Slump; 36% Air
I10242024 321313
Mix D-01
SRM Concrete
40068
4000 psi Concrete for Machine Placed Paving
1-3"Slump, 36%Air
I10/24/2024 321313
M. Desip,
SRM Concrete
40825
4000NiConcretefor Machine Placed Paving
1-3" Stamp;36%Ah
19/162024 321313
Mu Des�gp
SRM Concrete
40@5
4000 psi Concrero for Machine Placed Paving
1-3"Slump, 36%Air
Il0/182024 321313
Ma Desgo
SRM Concrete
35023
3600NiConcrerofor Machine Placed Paving
1-3" Slump; 36%Air
I9/92022 32 13 13
Mu Design
Tannot Concrete
FW5520AW
3600 psi Concrete for Machine Placed Paving
1-3"Slu 36%Ah
I9/92022 32 13 13
M. Design
Tme Got Red, Moe
0255.2301
3600 psi Concrete M. for Meeh.e Placed Paving
l-3" Slump; 3 5-6 5%Au
I9/9/2022 13 13
M. Dear
Tme Got Red, Mve
0260.2302
4000 psi Comae Mm for Machine Placed Pavan,
l-3" Slomp; 3 5-6 5% An
9
I Class R !Rani I Placed ,Min)
I9/9/2022 32 13 13
Mis Desp
American Concrete Company
45CAF076
4500 psi Concede for Hand Placed P.i a
3-5" Slump. 3-'%Ah
I522023 32 13 13
M. Design
Big D Concrete
CM14520AE
4500 psi Comae for Hand Placed Pev.g
3-5" Slump; 3-6%Au
I9/9/2022 32 13 13
Mu Des ,
B� Town Concrete
452065-1
4500 osi hand �laced,avwa
3-5" Stamp, 3-6%Ah
I9/92022 32 13 l3
M. Design
Big Town Concrete
450065-1
4500 psi hand placed p..g
3-5" Slump; 3-6% An
I9/9/2022 32 13 l3
Mix Deign
Bumco Tenors
45U500BG
4500 pai Concrete Mix fr Hand Placed Paving, Sronn Srucures
3-5" Slop. 36%Air
I9/92022 32 13 13
Ma Design
Ceder Concrete
FWCC602021
4500 psi concrete for Hand Placed Paving
3-5" Slump; 3-6%Air
I9/92022 321313
Mix Deiaa
City Concrete Comp�agy
4SNA206
4500 psi Concrete Mix fr Hand Placed Pavia
3-5 "Slump. 36%Air
I9/92022 32 13 l3
M. Design
Cow Town Re6 Min
265
4500 psi Concrele Mix for Hand Placed Paving
3-5" Slump; 3-6 At,
I9/92022 321313
Mix Deign
Cow Town Redi Mix
365
4500y�iConcrete Mufr Hand Placed Pavi'4�
3-5"Sl"" -6%Air
I1/29/2024 321313
Mve De""'
Estrada Ready Mix
R4560AEWR/
6005acks/4,500 psi Coacrete for Hand Placed Paving
3-5"Slump; 4-6%Ah
I9/9/2022 32 13 13
Mix DeIP,p
GCH Concrele Services
GCH4500
4500 psi Concrero Hand Placed Pavia
3-5" Slump, 36% Ah
I10/4/2024 321313
Muc DenRa
Holeii-SOR, Inc.
5507
4500 psi Concrete Hand Placed Paving
3-5"Slump;36%Ah
I9/92022 32 13 13
Mh' De
Hold. - SOR, Me.
1851
4500 psi Concede for Stom, Drain Sttaaure, Hand Placed Pavia
3-5" Slump, 36% A'v
I1122022 32 13 13
Mi. Dergu
Mani. Marietta
R2146N35
6.11 sacks /4,500 psi venen a fin, Hand Place Paving, hdds, Ma�oles, Headwalls
3-5" Slump, 36%Air
FORT WORTH,. CITY OF FORT WORTH TRANSPORTATION/PUBLIC WORKS DEPARTMENT
STANDARD PRODUCTS LIST AS OF 2/4/2025
I Concrete(Con'inued)
18/4/2023 32 13 13
Mac Desp
Marlin Male,
R2146R36
6.17 / 4,500 psi Concrete fr Hand Placed Pavmg
31" Slump, 3-6%Ate
111/1/2022 32 13 13
Mu Design
Mart, Marlette
R2146N36
4,500 psi Covcmte for Heed Placed Pav,g
3-5" Slump; 3-6% At,
11l/2/2022 32 13 l3
Mac Dee'
Marti. Male,
R2146K36
4,500� Concrete fr Hand Placed Pav' a
3-5" Slump. 3-6% Av
15222023 321313
Ma Design
Mart, Marlette
R2146K37
6.22sack/4,500 pa Concrete for Hand Placed Pavmg
3-5"Slump; 3fi%At,
112/22/2023 321313
Mix Desipp
Marti. Marie,
R2146R44
6.605acks/4,500psi Concrete Mixfr Hand Placed Pavmg
3-5"Slump.36%Air
I U/22YL023 32 13 l3
Ma Desigv
Mahn Maneta
R2146K44
6.60 Sacks / 4,500 psi Concrete Mix for Hand Placed Pavmg
3-5" Slump; 3fi% Air
111/152022 32 13 l3
Mu Design
Ma1W Marietta
R2146P36
4,500 psi Concrete for Hand Placed Pavmg
3-S" Slump. 36%Air
I11/1 S/2022 3213 l3
Ma Design
Mat, Marleta
R2146K36
4,500 psi Covaete for Hand Placed Paving
3-5" Slump; 3fi%An
19/92022 32 13 13
Mu Desl�p
Ma1W Marietta
R2147241
4,500 psi Concrete for Hand Placed Pavmg
3-5" Slump, 4.5-7.5%Air
19/9/2022 3213 L3
Ma Design
Mat, Marietta
R2146236
4,500 pst Coverete for Hand Placed Pavmg
3-5" 91nmP; 3fi% An
19/9/2022 32 13 13
Mu Des1P,p
Manta Marietta
R2146036
4,500 psi Concrete for Hand Placed Pavmg, hdets
3-5" Slump, 36%Air
19/9/2022 32 13 13
Ma Destgo
Mat, Maneta
R2146242
4,500 psi Covaete for Hand Placed Pavmg
3-5" Slump; 3fi% Air
19/92022 32 13 13
Mu Des1P,p
Manta Marietta
R2146042
4,500 psi Concrete for Hand Placed Pavio\
3-5" Stamp, 36% Ai'
110/4/2023 32 13 13
Mu Destgo
NBR Ready Mix
CLS P2-YY
6 50 Sacks / 4,500 Ni Covcrete for Heed led Pav,g
3-5" Slump; 3fi% Ah
110/42023 321313
M&Dear
NBRReady Mu
CLS P2-NY
6.50 Sacks/4,500 psi Concree for Hand Placed Pa,Wg
3-5"Slump, 36%Air
17/10/2023 32
Mu D—pi
Osbum
45A60MR
6SK/4,500 pst Concrete for Hand Placed Paving
3-5"Slump; 3fi%Air
11/24/2023 321313
Mu Des�p
Rapid Re&Mu
RRM6320ARP
4500pei Concretefor Hand Placed Pavmg
3-5"Slump,36%Air
1l/13/2023 321313
Mu Desigo
BRM Concrete
45023
4500 psi Concrete for Heed Placed Pav,g
3-5"$tamp; 3fi%Ai.
19/92022 32 13 13
Mu Design
SRM Concrete
45000
4500 psi Concrete for Hand Placed Pavmg
3-5" Slump, 36%Ate
I10242024 32 13 l3
Ma Design
SRM Cov—te
45350
4500 pst Concrete for Hand Placed Pav,g
3-5" Slump; 3-6%Au
110/24/2024 32 13 13
Mi. Dead
SRM Concrete
45850
4500 psi Concrete for Hand Placed Pavmg
3-5" Slump, 3-6%Ate
110/182024 321313
Ma Design
SRM Covc..
45050
4500 pst Concrete for Hand Placed Pav,g
3-5"Slump; 3-6%Av
19/9/2022 321313
Mhc Design
Tarrant Concrete
FW6020AHP
4500 psi Concree Mix fr Hand Placed Pavmg
3-5"Slump.36%Ate
19N2022 32 13 l3
Ma Design
Tartant Covcrete
FW60AHP
4500 ps, Concrete Ma for Hand Placed Paving
3-5" Slump; 3fi%At,
19/92022 32 13 13
Mix Design
Tavant Concrete
TCFW6020AHP
4500 psi Concrete Mix fr Hand Placed P-i g
3-5" Sluing, 3-%Air
19/92022 3213 l3
Ma Design
Titan Ready Mix
TRC4520
4500 psi Concrete for Hand Placed Pav,g
3-5" Slump; 3fi% Air
19/9/2022 321313
Mi.Desi,t
True Grit Redi Mie
0260.2301
4500 psi Concrete Mu fr Hand Placed PuvWg
3-5"Slump. 36%Air
19110. 3213 13
Ma Design
T1ue Gnt Re6 Ma
0265 2301
4500 psi Concrete Mix fr Valley Gutters, Hand Placed Paving
3-5" Slump; 3.5-6 5%Air
19/9/2022 321313
Mix Des
True Grit Redi Mix
270.230
5000 psi Concrete for Hand Placed Pavmg
3-5 "Slump, 36%Ai,
110/92024 32 13 13
M. Destgn
Wildcatter
4520AI
4500 psi Concrete for Hand Placed Paving
3-5" Stamp, 36%Air
1 hLee HES
GI 77h Earl, Strength Paving)
19/92022 3213 13
Mu Design
Big D Concrete
14500AE
4500 psi Concrete f,, High Early Strang£ Pav,g
3-5" Slump; 3-6%Au
19/9/2022 32 13 13
Mu Desp
Bumco Texas
55U120AG
4000 psi Concrete Mi. for High Early Strength Paving
3-5" Slump. 3-6%Ate
19/92022 321313
Mu Design
Cow Town Redi Mix
370-INC
4500 pst Concrete for HES Pev,g
3-5 "Slump; 3-6%An
19/9/2022 321313
Mi. Desigp
Cow Town Rath Mi.
375-NC
5000 psi Concrete for HES Pavmg
3-5"Slump. 36%Ate
19/92022 3213 L3
Mix Design
Cow Town Re&Mix
370-NC
4500 psi Concrete for HES Pav,g
3-5"Slump; 3fi%At,
'1/182023 321313
Mi. Design
Cow Town Redi M&
380-NC
4500 g�i Concreefor HESPuv�' °
3-S"Slump.36%Air
11292024 3213 l3
Ma Deagn
Estrada Ready Mix
4575AESC
7 50 Sacks / 4,500 psi 13,000 p (al 3-day) Covcrete fr HE$ Pav,g
3-5" Slump; 3fi% Ai'
19/92022 321313
Mi. Des�p
Holcim-SOR, Me.
2125
SOOO psi Concrete for HES Pavmg
3-5"Slump.36%Ai,
11/24/2023 3213 l3
Ma Deagn
Liquid Stone
C451DHR-A
4500pst Coverete for HES Pav,g
3-5" Slump; 3fi% Air
14/72023 32 13 13
Mix Des'gp
Marlin Marietta
R2161K70
6,000 psi (3,000 psi R 24 hrs.) fr HES Paving
3-5"S tamp, 36%Air
12/10/2023 32 13 l3
Ma Destgo
SRM Co. —le
50310
5,000 pst Covnerete for HES Pav,g
3-5" Slump; 3fi% Air
19/9/2022 32 13 13
Mix DIP,
SRM Concrete
40326
4,500 (3,000 \' 3-&ys) psi Conuete for HES P-i g
3-5" Stamp, 36%A'v
19/92022 32 13 13
Mu Design
TamnI Corvette
FW6520AMR
4500 (3000 psi (d, 3days) psi HES Pavmg
3-5" Stamp; 3fi% Ai,
19/92022 32 13 13
Ma Descp�
Taant Concrete
FW7520AMR
4500 (3000 pet (d, 3days) psi Concrete HES P—g
3-5" Stamp; 3fi% Atr
I bass S (Brideee
Top Slabs of Direct
Traffic Culverts. Approach Slab")
19/9/2022 32 13 13
Miz Des
Cow Town Redi Mix
260
4000 psi Concrete Miz fr Bri��FI�°vve Slabs, Box Culverts, Headwalls
3-5" Slump. 3-6%Ate
19/9/2022 32 13 13
Mu Design
Cow Town Redi Mu
360
4000 pst Concrete Mu for Britlge Slsbe, Box Culverts, Headwalls
31" Slump; 3-6% At,
11/2 022 32 13 l3
Mu Desp
Cow Town Redi Mu
365-STX
4000 psi Concrete for Bridge slabs, t,� slabs ofdi—I traffic culverts, apt uch slabs-TXDOT Class S-No Fly Ash
3-5" Slump. 3-6%Air
11292024 321313
Mu Design
Estrada Ready Mix
R4060AEWR
6.00 Sacks/4,000 psi Concrete fr Bridge Slabs, Top Slabs, and App� cli Slabs
4-6 Slump; 3fi%At,
15/3/2023 32 13 l3
Mi. Del=
Malin Marie,
M7842344
4,000 tR��i Concrete fr Bridge Deck
3-5" Slump, 4.5-7.5%Air
14/12023 3213 l3
Ma Design
Mart, Marietta
R2146P33
6.01 sera lu / 4,000 psi covcrete for Bridge Deck
3-5" Shmp; 3fi% Air
14/152024 321313
Mu Design
NBR Ready Mix
TXS-NY
5.50 Sacks/4000yysl Concmte Mi. for Class S Slab Pavmg-No Fly Ash
3-S"Stamp. 36%Air
14/152024 32 13 l3
Mu Deagn
NBR Ready Mix
TX S-YY
4.50 Sacks / 4000axi Concrete Mix for Class S Slab Pavmg
3-5" Slump; 3fi% Air
3213 l3
Ma Desig�n
SRM Coverete
D100008553CB
4,000 psi Cone for Bdiidge Approach Slab, Deck Slab
3-5" Sh— 3fi%Ab
:115/1023
I ipmrete Ba"etrwch Re pair
14/12023 03 34 16
Mix Desjyp
19/92022 \OC3 34 l6
I Mix Dcslllhr
IH�co Texas
08Y450BA
800 osi�Conocrete Ma for Ht a fr Treiirch Rape?
5-7" Sllump. 3 61%A'%v
I onlrol1w
Low Strrnet Metetial
19/9/2022 03 34 13
Mu Design
Bumco Texas
OIY690BF
100 psi Concrete Mu for Flowable Fill
Flowable; 8 5-11.5%Air
19/9/2022 03
Mac Desp
Carder Couuee
FWCC359101
50-150psl Flowable PW-CLSM
3-5"Slum(, 8-12%Ab
19/9/2022 0334 L3
Mix Design
Cader Concrete
FWFF237501
50-150ps,Flowsble Fdl-CLSM
Flowab1e;15-11.5%
19/9/2022 0334 L3
Mix Desipp
City Concrete CompIX y
11-350-FF
50-150p/ei Concrete fr Flowable FM-CLSM
Plowable, 8-12%Air
19/92022 033413
Ma Desgt
Cow Town RediM
Mug9
70 ps, Fl wable Pdl-CLSM
7-9"Slump; 8-11%Air
110/42023 0334 13
Mi. Di,
NBR Ready Mix
FTW FLOW FILL
150n�i concrete Cor Flowable
7-10"SW 18-12%A'v
19/9/2022 033413 Rttt Mi.Design
Tarrant Concrete
FWFF150CLSM
50- 0 psi Flowable Fill -CLSM
£Towable, 2%Air
14/
4lI313700
IMuDsn
M, Mrle
e
JR216
R24033
4000 pConce fr R.-
.si reo
" -/2023
I3-5Slm36%Au
1 A�Ihalt Pavin7
19/92022 3112 16
16
Mu Design
Aust, Asphalt
FTSB117965
FT5BI17965 PG64-22 Type B F,e Base
19/9/2022 32 12
Mu Desp
Asti, Asphalt
FT B139965
FF1B139965PG64-22TaYIkBFine Hase
19/92024 321216
Ma Design
Aust, Asphalt
FT]B1172
FT1B117.2PG64-22TypeB F,e Base
15/12024 32 12 l6
Mu Desigp
Reynolds As1{halt
340-DG-B P
340-DG-B PG64-22 Ty1� B Base Course
19/92022 3212 l6
Ma Design
Reyvolds Asphalt
1112B
11012B PG64-22 TypeB A,e Base
19/92022 32 12 l6
Mix Desigp
Reyvolds AA halt
1612B
1612B PG64-22 T}��', "B Pine Base
112/52022 331216
Ma Deaeo
Suninount Fav,g
3076BV6422
3076BV6422 P2(; 2i Type B Fine Base
19/92022 32 12 16
Mu Des�p
Sunntount Paving
341-BRAP6422ERG
341-BRAP6422ERG PG64-22 T e H FWe Hase
19/92022 3212 16
Mu DMD'i
TXBIT
37-211305-20
37-211305-20 PG64-22 Type B e Base
19/9/2022 321216
Mu Des
TXHIT
44-211305-17
44-211305-17 PG64-22 Type H Fie Base
19/9/2022 32 12 16
Mi. Design
TXBIT
211305 (1757)
211305 (1757) PG64-22 Type B Fie Base
FORT WORTH,. CITY OF FORT WORTH TRANSPORTATION/PUBLIC WORKS DEPARTMENT
STANDARD PRODUCTS LIST AS OF 2/4/2025
I Asphalt(Co firmed)
19/92022 32 12 16
Mix DesOaf
TXBIT
64-224125-18 PG
64-224125-18 PG70-22 Type D Fine Surface
I4/12024 32 12 l6
1
Mix Des�e
TXBIT
344 MAC-SP-D 70-22XR
344 MACSP-D 70-22XR SAC A-R Tvce D Fme Surface
19/9/2022
eteotable
21320
a i 77 Su�ace
DW$-Pavers
Pme Hall Bnck(Wmsmn Salem,NC)
Todd, Pavers
19/92022
213 20
TOWS -Pavers
Western Brick Co. (Houston, TX)
Detectable WaMnt, Pavers
19/92022
321320
�31
DWS-Composite
Armor Tile
19/9/2022
32 13 20
TOWS -Composite
ADA Solutions (Wihnin¢ton, MA)
Heritage Brick CIE Composite Paver
I4/72023
321320
TONS -Pavers
ADA Solution,(Wiliongion, MA)
Detectable Wemmg Pavers
I SWcooe Joint
Sealant
19/9/2022
32 13 73
Joint Sealant
Dow
890SL
8905L - Cold Applied Sit��e Component, I ficone Joint Sealant
ASTM D5893
I9/92022
32 13 73
lomt Sealant
To —
90OSL
900SL - Cold pp tart, Smg a Componrnt, Sihcone Jomt Sealant
ASTM D5893
IdAp
-Cold conetJoin[
ASTM D589
I9 9/2022
321373
Joint Sealant
Corho
RoadSaver Silicone
RoadSaveroSifi—c h'ed, 5e gle Component, Stl Sealant
ASTM D58933
1 Udlitv Trench Embedment Sand
on
ute, �s
}� dn- Send
ASTM 31
I9 92022
33 OS l0
Embedment Sand
Crouch Materials
UtdiNty mbedmrnt Send
ASTM C33
19/9
S it
—
Crib
I9 92022
3305 10
Embedment Sand
F and L Dut Movers
Ut tiNty mbedtnent Send
ASTM C33
19/92022
3305 10
Emb dm,,t Send
Tm Top Mortm Manette
Uhh v Embedmmt Sand
ASTM C33
1 Storm Sewer-
Manholes & Bases/Frames & Covers/Stendard JRound)11-01 13
19282018 33 05 13
Manhole Flames and COVET,
A.00ast (Govin Steel Company, LTD)
MHRC #220605
MHRC #220605 (Size -•e24" Die.)
ASTM A48 AASHTO M306
19282018 33 05 13
Manhole Cove
Neenah Four,
NF-1274-T91
NF-1274-T91 (Size -32" Dia)
ASTM A48 AASHTO M306
1928/2 18 3305 13
Manhole Formes end Covers
Neeneh Foundry
NF-1743-LM (Hlvged)
NF-1743-LM (Hinged) (Sze- 32" D.)
ASTM A48 AASHTO M306
1928/2 18 3305 13
Manhole Frame
Neenah F,_
NF-1930-30
NF-1930-30 (Size - 32.25" Dia)
ASTM A48 AASHTO M306
I9282018 330513
Manhole Formes and Covers
Neenah Foundry
R-1743-HV
R-1743-HV(S--32"Din)
ASTM A48 AASHTO M306
14/3/2019 3305 13
Manhole Frames and Covers
SIP htdustries++
2279ST
2279ST (Size - 24" Diu))
ASTM A48 AASHTO M306
I4/32019 3305 13
Manhole Formes and Covers
SIP Industnes++
2280ST
2280ST (So c - 32' Dm)
ASTM A48 AASHTO M306
110/8/2020 3305 13
Manhole Frames and Covets
EJ (FomtaQy East Jordan bon Works)
EJI033 M/A
EJ1033 Z2/A (Size -32 25" Dia.)
ASTM A536 AASHTO M306
13/8/2024 3305 13
Cmb Inlet Covers
SIP Industnes++
2296T
2296T (Sze-' 24" Too.)
ASTM A48 AASHTO M306
16/182024 3305 13
Curb Inlet Covers
SIP Industnes++
2279STN
2279STN (S ze-24" Too.)
ASTM A48 AASHTO M306
—Note: AI/new developmen(andnew
insmlluimanhole lids
shall meet the minimum 30-inch opening regm eom—peckedin OVSpecifi-A. 33 05 13. Any smaller opening sins will Doty beallowedfor ermig manholes ehm requirereplecemeneframes and covers
I Storm Sewer-
Inlet & St m r, s 33-05-13
110/8/2020 33 49 20
Cvrb INete
Fonema
FRT-l0x3-005-PRECAST'" (Scw-10' X 31
ASTM C913
11().020 33 49 20
Curb klcts
Fonema
FRT-l0x3-006-PRECAST'" (Size-10' X 31
ASTM C913
110/82020 334 20
Cmb Inlets
Fonema
FRT-10x4.5-407-PRECAST" (Size -10' X 4 5')
ASTM C913
110/8/2020 334 20
Curb klcts
Fonema
FRT_,thol 542 _PRECAST" IS— 10'X 4.5�
ASTM C913
110/8/2020 33 39 20
Manhole
Fore ma
FRT-0X4-00
110/82020 33 39 20
Manhole
Fortenra
-WJE N-�(��� �Srz-44XX 47
PRT-0X4 �j�CA$� �f
ASTM C913
11O/ 2020 333920
Manhole
Fonema
FRT-5X54]0-PRECAST-TOP(Size-TX 51ASTM
C913
110/82020 333920
Manhole
Fonema
FRT-5X54 O-PRECAST-BASE(Size-5'X 5)
ASTM C913
110/8/2020 333920
Manhole
Fonema
FRT6X6-011-PRECAST-TOP(Size-6'X 61
AS C913
110/8/2020 33 39 20
Manhole
Fpnerna
FRT6X64 1 PRECAST -BASE (Si. -6' X 6)
AS C913
13/19/2021 33 49 20
Curb Inlets
Thompson P�e Goup
TPG-I OX3-005-PRECAST INLET" (Size -10' X 31
AS 615
I3/19/2021 33492 0
C. Inlets
Thompson Pt Group
TPG-ISX3-0OS-PRECAST A'LET" (Suz -15' X 3�
AS 615
13/19/2021 334920
3 49 20
Curb Inlets
Thompsoo Pipe Group
TPG-2OX3-005-PRECAST INLET" (Size -20' X 7)
AS 615
13/19/2021 33 39 20
Manhole
Thompson Pipe Group
TPG-0X4-009-PRECAST TOP (Sue -4' X 43
AS 615
13/192021 33 39 20
Manhole
Thompson Pipe Group
TPG-0X4-009-PRECAST BASE (Size -T X 41
AS 615
13/19/2021 33 39 20
Mavlick
Thompson Pipe Group
TPG-0X4-012-PRECAST 4-FT RISER (Sue -4' X 43
AS 615
13/192021 33 39 20
Manhole
Thompson Pipe Group
TPG-5X5-010-PRECAST TOP (Size - 5' X 51
AS 615
13/19/2021 33 39 20
Manhole
Thompson Pipe Group
TPG-5X5-010-PRECAST BASE (SnO - 5' X 53
AS 615
13/192021 33 39 20
Msuhole
Thompson Pipe Group
TPG-5X5412-PRECAST 5-FT RISER (Size- 5'X 51
AS 615
13/19/2021 333920
Manhole
Thompeon Pipe Group
TPG6X&47:-PRECAST TOP (S--6'X6'1
ASTM 615
13/19/2021 33 39 20
Manhole
Thompson Pipe Group
TPG6X6-011-PRECAST BASE (Si.- 6' X 61
AS 615
13/19/2021 33 39 20
Manhole
Thompson Pipe Group
TPG6Xfi-012-PRECAST 6-FT RISER (S-- 6' X 6')
AS 615
13/19/2021 333920
Manhole
Thompson Pipe Group
TPG-7X7411-PRECAST TOP (St. -TX 7)
ASTM 6l5
13/19/2021 333920
Manhole
Thompson Pipe Group
TPG-7X7-011-PRECAST BASE(Soc - TX 7�
ASTM fi15
13/192021 33 3920
Manhole
Thompson Pipe Group
TPG-7X7-012-PRECAST 4-FT RISER (Size - TX 7')
ASTM 615
13/192021 333920
Manhole
Thump eon Pipe Group
TPG-8X8-011_PRECAST TOP (Soc-8'X 8O
ASTM 615
13/19/2021 33 39 20
Manhole
Thompson P�e Group
TPG-8X8411-PRECAST BASE (Size - 8' X n
ASTM 615
13/192021 33 39 20
Manhole
Thompson Pyle Group
TPG-8X8-012-PRECAST 5-FT RISER (Sze- 8' X 8�
ASTM 6 ,
13/192021 334920
3 49 20
Drol�lnle[
Thompson Pine Group
TPG-0X4-0O8-PRECAST INLET (Si. -4' X 4T
ASTM 615
13/192021 33 49 20
Inlet
Drop13/19/2021
Thompnson Pipe Group
TPG-5X5-008-PRECAST INLET (Srze - 5' X 5)
ASTM 615
33492q
ern
Pipe Group
TPGPrecas6t t%je�4'X �6,
AS M 615
I8282023 334910
Manbo
Oldcasdeo
46x 4' tacE�
AS C478
18282023 334910
3 49 10
Manhole
Oldcastle
Precast 5' x 8' Smmt Junction Box (Size -5' X 8'1
AS C478
18/28/2023 334910
MaMo10
Oldc I,
P,_t4' x4'Smrm Junction Box (Sae-4'X4�
AS C478
18/28/2023 33 49 10
Manhole
Oldcastle
Precast 5' x 5' Stomt Junction Box (Size -5' X 5')
ASTM C478
18/28/2023 33 49 10
MaMole
Old —do
Precast 6' x 6' Storm Junction Box (Sae - 6' X 6)
AS C478
18282023 33 49 10
Manhole
Oldcastle
Precast 8' x 8' Sto— Junction Box Base (Sae - 8' X 8l
AS C478
18/28/2023 33 49 10
MaMote
Oldcastle
Precast 5' x 8' Storm Junctmn Box Base (Size - 5' X 8,
AS C478
18282023 33 49 10
Manhole
Rinker Materials
Reiotbrmd 48" Diameter Spread Footing Manhole (Size -4' X 41
AS C433
18/28/2023 333920
Curb Inlet 10k3'Riser
Thompeov Pipe Group
Inlet Riser(Sae-3 FT)
AS C913-16
18282023 333920
Curb Inlet 15', 3'Riser
Thompson Pipe Group
Inle[Riaer (Sae-3 FT)
AS C913-16
18/28/2023 333920
Curb Inlet 20'x3'Ruer
Thompeon Pipe Group
Inlet Riser(Size-3 FT)
AS C913-16
11/12/2024 33 49 20
Drop Inlet
AmeriTex Pipe &Products
Drop Inlet (4' X 4)
AS C913
I l/12/2024 33 49 20
Drop Inlet
AmenTex Pipe &Products
Drop Inlet (5' X 5'J
AS C913
11/19/2024 33 49 20
Manhole
Ame Tex Pipe &Products
Precast 4k4' Storm Junction Box
ASTM C913
3 49 20
11/19/2024 334920
Manhole
AmenTex Pipe &Products
Priest 5S5' Storm Junction Box
ASTM C913
11/19/2024 33 49 20
Manhole
AmeriTex Pie &Products
5' Precast Tersition MH (4' MH on the top of 5' JB)
ASTM C913
11/19/2024 33 49 20
Manhole
AmenTex Pipe &Products
Precast 6W Storm Junction Box
ASTM C913
11/19/2024 33 49 20
Manhole
Am_Tex Pie &Products
6' Precast Tersition MH (4' MH on the top of 6' JB)
ASTM C913
11/19/2024 33 49 20
Manhole
A. -Tex Pyle &Products
Precast 8'x8' Storm ]unction Box
ASTM C913
11/19/2024 33 49 20
Manhole
AmmTex Pipe &Products
8' Precool Taosition MH (4' MH on the top of 8' JB)
ASTM C913
11/19/2024 33 49 20
mork le
Ame Tex Pipe &Products
Type C Smmt Unit.Manhole on Box (4' MH on the top of RCB)
ASTM C913
17/16/2024 33 49 20
Cmb Inets
Am —Tex Pipe &Product,
10x3 Precast" (S ze 10' x 3')
ASTM C913
17/16/2024 334920
Curb Irdets
AmeriTex Pipe &Producre
I Sx3 Precast"' (Sze I5' x 31
ASTM C913
"Note: Pre -cast heke, are Opovedfor the a gelporn'on ofthe (basin) only. Stage Hpordon ofMe
s.rveture are required m be c,roin-place.
No exrepn'ons to Mis requirementsha(I be al/owed.
FORT WORTH-. CITY OF FORT WORTH TRANSPORTATION/PUBLIC WORKS DEPARTMENT
STANDARD PRODUCTS LIST AS OF 2/4/2025
I Itorm Sewer-�ives & Boxes 3345-13
14/9/2021 3341 13
Sm. Drain Pipes
Adm vanced Dmage Systems, Inc (ADS)
ADS HP Storm Polvmowleoe (PP) Pme (S=-12"- 60")
ASTM F2881 & AASHTO M330
1828/2023 3341 10
Storm Dram Pipes
Rmkeo Matenals
Renfooced Concrete Pipe Tongue amd Groove J—Ptpe (Sze- 21" or Imgco)
ASTM C76, C655
18/2 023 334110
Culvert Be.
Rinker Materials
Relnfmced Concrete Box Culvert(Sze - Various)
ASTM C789, C850
110/122023 3341 10
Storm Doom Pipes
AmenTex Pipe &Pmduas
Renfooced Concoctc Pipe Tongue and Groove Jomt Pipe" (Size -15" or Img)
ASTM C76, C506
110/12/2023 344110
Culvert Be,
AmmTez Pippe&Pmducts
Reiufced Concrete Box Culvert (size -Various))
ASTMC1433,C1577
110/1812 23 3541 10
Sto® Dram Pipes
The Tumm Co.
Renfooced Concrete Pipe Tongue and Groove Jomt Pipe" (Size -15" or Imger)
ASTM C76, C506
110/18/2 23 3341 10
Cohen Box
The Tumer Co.
Renforced Concrete Box Culvert (size- Vanous)
ASTM C1433,C1577
14/12/2 24 3341 10
Storm Dmm Ptpcs
Thompsom Pipe Group
Reinforced Concoetc Pipe Tongue ad Groove Joint Pipc" (S ze Vanous)
ASTM C76, C506
16252024 3341 10
Culvert Box
Oldcastle
Reinfced Conceta Box Culvert
ASTM C1433,C1577
Ib/25/2024 3341 10
So— Diain Pipes
Oldcastle
Reinforced Concrete Pipe Tongue and Groove Joint PiW (Size Various)
ASTM C76, C506
Revm- Removed Argos, h gmm, Redi-Mix, Chmley DW (1-29-2025)
CFW Lighting Approved Products List
CFW Product Name Manufacturer I Manufacturer Product Name & Description
Residential -Standard
MRT2470AB-Type 11, 36" or 60" Rise 2/Bolt 8' Arm,
Makers Sales and Marketing, LLC Galvanized
MRT2470AB-Type 11, 36" or 60" Rise 2/Bolt 8' Arm,
Type 11 Pole
Makers Sales and Marketing, LLC
Black
DB01373(page 1 of 6)-Shoe Base Pole Type 11,
Valmont Industries, Inc
Galvanized
Makers Sales and Marketing, LLC
Type 33B, 36" Rise Simplex 8' Arm, Galvanized
Makers Sales and Marketing, LLC
Type 33B, 36" Rise Simplex 8' Arm, Black
Type 33B Arm
Valmont Industries, Inc
D1301373(page 4 of 6)-Single Arm Type 33B, Galvanized
American Electric Lighting, ATBO-P101-Mvolt-R2-3K-
Acuity Brands Lighting, Inc.
MP-NL-P7-AO-RFD325607
American Electric Lighting, ATBO-P101-Mvolt-R4-3K-
Acuity Brands Lighting, Inc.
M P-N L-P7-AO-RFD325606
Residential Luminaire
American Electric Lighting, ATBO-P101-Mvolt-R2-3K-BK-
Acuity Brands Lighting, Inc.
MP-NL-P7-AO-RFD325609
American Electric Lighting, ATB0-P101-Mvolt-R4-3K-BK-
Acuity Brands Lighting, Inc.
M P-N L-P7-AO-RFD325608
McFarland Cascade
CREOSOTE 30/35 FOOT TIMBER POLE
Timber Pole
Bayou Forest Products
30-35' .80 CCA Green Timber Pole
Makers Sales and Marketing, LLC
Wood Pole Arm, 36" Rise Simplex 8' Arm, Galvanized
Wood Pole Arm
Makers Sales and Marketing, LLC
Wood Pole Arm, 36" Rise Simplex 8' Arm, Black
Valmont Industries, Inc
DB01373(page 6 of 6)-Wood Pole Arm, Galvanized
Arterial -Standard
MRT33.585AB-Type 18, 36" or 60" Rise 2/Bolt 8' Arm,
Makers Sales and Marketing, LLC
Galvanized
MRT33.585AB-Type 18, 36" or 60" Rise 2/Bolt 8' Arm,
Type 18 Pole
Makers Sales and Marketing, LLC
Black
DB01373(page 2 of 6)-Shoe Base Pole Type 18,
Valmont Industries, Inc
Galvanized
Makers Sales and Marketing, LLC
Type 33A, 60" Rise Simplex 8' Arm, Galvanized
Makers Sales and Marketing, LLC
Type 33A, 60" Rise Simplex 8' Arm, Black
Type 33A Arm
Valmont Industries, Inc
D1301373(page 3 of 6)-Single Arm Type 33A, Galvanized
American Electric Lighting, ATBO-P303-Mvolt-R2-3K-
Acuity Brands Lighting, Inc.
M P-N L-P7-AO-RFD322792
American Electric Lighting, ATBO-P303-Mvolt-R4-3K-
Acuity Brands Lighting, Inc.
M P-N L-P7-AO-RFD322794
Arterial Luminaire
American Electric Lighting, ATBO-P303-Mvolt-R2-3K-BK-
Acuity Brands Lighting, Inc.
M P-N L-P7-AO-RFD322793
Acuity Brands Lighting, Inc.
American Electric Lighting, ATBO-P303-Mvolt-R4-3K-BK-
M P-N L-P7-AO-RFD322795
McFarland Cascade
CREOSOTE 35/40 FOOT TIMBER POLE
Timber Pole
Bayou Forest Products
30-35' .80 CCA Green Timber Pole
Makers Sales and Marketing, LLC
Wood Pole Arm, 60" Rise Simplex 8' Arm, Galvanized
Wood Pole Arm
Makers Sales and Marketing, LLC
Wood Pole Arm, 60" Rise Simplex 8' Arm, Black
Valmont Industries, Inc
DB01373(page 5 of 6)-Wood Pole Arm, Galvanized
Decorative -Pedestrian
Holophane, CLA 10.6(OAL)FT J20P07BK-MOD, AB-31-4
Washington 10' Pole
Acuity Brands Lighting, Inc.
RFD110736
Holophane, CLA14FT J20DMODC03BK RFD325026, AB-
Washington 14' Pole
Acuity Brands Lighting, Inc.
16-4 SPEC RFD325026
Holophane, WFCL3 P40 30K MVOLT FC3 NF BK AO PR7
Washington Luminaire
Acuity Brands Lighting, Inc.
FRGL RFD338699
Washington Globe
Holophane, AWDE3 P40 30K MVOLT MS AL3 BK PR7
Luminaire
Acuity Brands Lighting, Inc.
AO RFD-315548
Oleander Type A Pole
Acuity Brands Lighting, Inc.
Holophane, PDA 12S5L20POBBK-MOD
Oleander Type B Pole
Acuity Brands Lighting, Inc.
Holophane, PDA20S5L20P08BK-MOD
Oleander Type B Arm
Acuity Brands Lighting, Inc.
Holophane, OHC 151N 2A TN BK
Holophane, AUCL2 P40 30K AS BK L3 N P7 AO
Oleander Luminaire
Acuity Brands Lighting, Inc.
RFD338741
Berry 12' Pole
Acuity Brands Lighting, Inc.
Holophane, RSA 12 50 G12 SC BK AB-26-4 RFD326400
Berry 20' Pole
Acuity Brands Lighting, Inc.
Holophane, PD20S5J20P11BK RFD338816
Berry Arm
Acuity Brands Lighting, Inc.
Holophane, VLC 271N 1A TN QSM BK
Holophane, GPLF3 P40 30K MVOLT ASY QSM BK PR7
Berry Luminaire
Acuity Brands Lighting, Inc.
AO SH
Banner Arms
Acuity Brands Lighting, Inc.
Holophane, BA-241N-2A-CO-S4J-BL-075P-BK
System
Rigid Nonmetallic Schedule 80 Conduit, Meets UL 651
Cantex Inc.
specifi cations and NEMA TC2, Rated for 90°C Cable,
Sunlight Resistant, 10' Lengths and 20' lengths
Rigid Nonmetallic Schedule 80 Electric Conduit, Meets
UL 651 specifications, RUS listed, NEMA TC-2 and
Heritage Plastics
NEMA TC-3, Rated for 90°C Cable, Sunlight & Weather
Conduit
Resistant
PVC Rigid Schedule 80 Conduit, Conforms to UL 651
Atkore-Heritage Plastics
and NEMA TC 2, Sunlight Resistant, Listed for 90°C
conductors or cable
Schedule 80 PVC Rigid Nonmetallic Conduit, Extra
Prime Conduit, Inc
Heavy Wall EPC-80, Sunlight resistant, Rated for use
with 90°C conductors, Meets UL651
Splice Kit With Connector NSi Industries, LLC
Gel Stub Splice Kit with Connector, Easy -Splice, ESSLK
Series
Copper Wire/Conductor
Southwire
Encore Wire
Encore Wire
Service Wire Co
Advanced Digital Cable Inc
Aluminum Wire -Triplex Priority Wire & Cable, Inc
Fuse & Fuse Holder
Edison
Edison
Cooper
EATON
EATON
Connector Thomas & Betts
Metered Pedestal 120-240V Electrol Systems, Inc
WE Manufacturing & Controls
Metered Pedestal 240- Electrol Systems, Inc
480V WE Manufacturing & Controls
Ground Box
Kearneys
Photocell
Shorting Caps
MacLean Highline
Oldcastle
Type XHHW-2 copper conductor, 600V
TYPE XHHW-2 / RW90, copper conductor, Superslick
Elite, 600V/1000V
THHN / MTW / THWN-2 Copper conductor, 600V
Servicepro-X XHHW-2, 600/1,000 Volt Copper, CT
Rated
XHHW-2 Low Smoke Halogen Free, Cross -linked
Polyethylene Insulated 14 AWG-750 MCM, 600 Volts,
90°C Dry and wet
Triplex Overhead Aluminum Conductor
General Purpose, Midget Class MEN Fuses, Voltage
Rating: MEN - 250 VAC, Ampere Rating: 0.5 - 30 Amps,
Interrupting Rating: 10,000 RMS Amps @ 125V
Modular Ferrule Fuse Blocks for Midget Class and CC
Fuses
In -line fuse holders for Single -Pole 13/32" x 1 1/2"
Fuses HEB-AA
Bussmann Series, HEB breakaway and non -breakaway
in -line fuse holders for UL 13/32" x 1-
1/2"supplemental fuses
Bussmann Series, FNM 13/32" x 1-1/2- 250Vac time -
delay supplemental fuses
Wire Joints for Copper Conductor, Cat No: 54615,
54620, 54625-TB, 54635, 54640, 54630
TY A (120/240) 100(NS)AL(E)PS(U)
TY A 120/240 100(NS)AL(E)PS(U)
TY A (240/480) 100(NS)AL(E)PS(U)
TY A 240/480 100(NS)AL(E)PS(U)
Polymer Concrete, PHA132412X0002: TIER 22 (X) 22,
500lbs
Polymer Concrete, H-SERIES UNIT, H1730-24 TIER-22 -
TXDOT 2x 1/2" CAPTIVE BOLT - 2x BRASS FLOATING
NUT
Polymer Concrete, H-SERIES UNIT, H1324-24 TIER-15 -
Oldcastle TXDOT 2x 1/2" CAPTIVE BOLT- 2x BRASS FLOATING
NUT
NSi Industries, LLC Split Bolt Connectors, Copper Split Bolts 2 Wire, N
Series
Dark To Light, DLL Elite, Electronic Locking, Type
Acuity Brands Lighting, Inc. Photocontrol, DLL-127 or DLL-480
Acuity Brands Lighting, Inc. Dark To Light, Part # DSHORT SBK U
Interim Products
Residential Luminaire I TRASTARINC. IDURA-STR25-3K-120-3-GR-SCL
DURA-STR10A-3K-120-3-GR-SCL
Arterial Luminaire TRASTARINC.
FORT WORTH.
Approval Spec No.
Classsification
CITY OF FORT WORTH
WATER DEPARTMENT
STANDARD PRODUCT LIST
Manufacturer
Water & Sewer - Manholes & Bases/Components 33-39-10 (Rev 2/3/16)
Model No.
National Spec
Updated: 11-6-24
Size
07/23/97
33 05 13
Urethane Hydrophilic Waterstop
Asahi Kogyo K.K.
Adeka Ultra -Seal P-201
ASTM D2240/D412/D792
04/26/00
33 05 13
Offset Joint for 4' Diam. MH
Hanson Concrete Products
Drawing No. 35-0048-001
04/26/00
33 05 13
Profile Gasket for 4' Diam. MH.
Press -Seal Gasket Corp.
2504G Gasket
ASTM C-443/C-361
SS MH
1/26/99
33 05 13
HDPE Manhole Adjustment Rings
Ladtech, Inc
HDPE Adjustment Ring
Traffic and Non -traffic area
5/13/05
33 05 13
Manhole External Wrap
Canusa - CPS WrapidSeal Manhole Encapsulation System
Water & Sewer - Manholes & Bases/FiberLlass 33-39-13 (1/8/13)
1/26/99
33 39 13
Fiberglass Manhole
Fluid Containment, Inc.
I
Flowtite
ASTM 3753
Non -traffic area
08/30/06
33 39 13
Fiberglass Manhole
L.F. Manufacturing
Non -traffic area
Water & Sewer - Manholes & Bases/Frames & Covers/Rectangular 33-05-13 (Rev 2/3/16)
*
33 05 13
(Manhole Frames and Covers
I Western Iron Works, Bass & Hays Foundry f
1001
24"x40" WD
Water & Sewer - Manholes & Bases/Frames & Covers/Standard
(Round) 33-05-13 (Rev 2/3/16)
*
33 05 13
Manhole Frames and Covers
Western Iron Works, Bass & Hays Foundry
30024
24" Dia.
*
33 05 13
Manhole Frames and Covers
McKinley Iron Works Inc.
A 24 AM
24" Dia.
08/24/18
33 05 13
Manhole Frames and Covers
Neenah Foundry
R-1272
ASTM A48 & AASHTO M306
24" Dia.
08/24/18
33 05 13
Manhole Frames and Covers
Neenah Foundry
NF 1274
ASTM A48 & AASHTO M306
30" Dia.
33 05 13
Manhole Frames and Covers
Sigma Corporation
MH-144N
33 05 13
Manhole Frames and Covers
Sigma Corporation
MH-143N
33 05 13
Manhole Frames and Covers
Pont-A-Mousson
GTS-STD
24" dia.
33 05 13
Manhole Frames and Covers
Neenah Casting
24" dia.
10/31/06
33 05 13
Manhole Frames and Covers (Hinged)
Powerseal
Hinged Ductile Iron Manhole
ASTM A536
24" Dia.
7/25/03
33 05 13
Manhole Frames and Covers
Saint-Gobain Pipelines (Pamrex/rexus)
RE32-R817S
30" Dia.
01/31/06
33 05 13
30" Dia. MH Ring and Cover
East Jordan Iron Works
V1432-2 and V1483 Designs
AASHTO M306-04
30" Dia.
11/02/10
33 05 13
30" Dia. MH Ring and Cover
Sigma Corporation
MH1651FWN & MH16502
30" Dia
07/19/11
33 05 13
30" Dia. MH Ring and Cover
Star Pipe Products
MH32FTWSS-DC
30" Dia
08/10/11
33 05 13
30" Dia. MH Ring and Cover
Accucast
220700 Heavy Duty with Gasket Ring
30" Dia
30" ERGO XL Assembly
10/14/13
33 05 13
30" Dia. MH Ring and Cover (Hinged & Lockable)
East Jordan Iron Works
with Cam Lock/MPIC/T-Gasket
ASSHTO M105 & ASTM A536
30" Dia
06/01/17
3405 13
30" Dia. MH Ring and Cover (Lockable) Cl
SIP Industries
2280 (32")
ASTM A 48
30" Dia.
12/05/23
3405 13
30" Dia. MH Ring and Cover (Hinged & Lockable) Cl
SIP Industries
4267WT - Hinged (32")
ASTM A 48
30" Dia.
CAP-ONE-30-FTW, Composite, w/ Lock
09/16/19
33 05 13
30" Dia. MH Ring and Cover
Composite Access Products, L.P.
w/o Hing
30" Dia.
10/07/21
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 33-05-13 (Rev 2/3/16)
*
33 05 13
Manhole Frames and Covers
Pont-A-Mousson
Pamtight
24" Dia.
*
33 05 13
Manhole Frames and Covers
Neenah Casting
24" Dia.
*
33 05 13
Manhole Frames and Covers
Western Iron Works,Bass & Hays Foundry
300-24P
24" Dia.
*
33 05 13
Manhole Frames and Covers
McKinley Iron Works Inc.
WPA24AM
24" Dia.
03/08/00
33 05 13
Manhole Frames and Covers
Accucast
RC-2100
ASTM A 48
24" Dia.
04/20/01
33 05 13
Manhole Frames and Covers
(SIP)Serampore Industries Private Ltd.
300-24-23.75 Ring and Cover
ASTM A 48
24" Dia.
Water & Sewer - Manholes & Bases/Precast Concrete (Rev
1/8/13)
*
33 39 10
Manhole, Precast Concrete
Hydro Conduit Corp
SPL Item #49
ASTM C 478
48"
*
33 39 10
Manhole, Precast Concrete
Wall Concrete Pipe Co. Inc.
ASTM C-443
48"
09/23/96
33 39 10
Manhole, Precast Concrete
Concrete Product Inc.
48" I.D. Manhole w/ 32" Cone
ASTM C 478
48" w/32" cone
12/05/23
33 39 10
Manhole, Precast Concrete
The Turner Company
72" I.D. Manhole w/ 32" Cone
ASTM C 478
72"
05/08/18
33 39 10
Manhole, Precast Concrete
The Turner Company
48", 60" I.D. Manhole w/ 32" Cone
ASTM C 478
4811,6011
Manhole, 32" Opening and Flat top, (No
09/03/24
33 39 10
Manhole, Precast Concrete
Oldcastle Precast Inc.
Transition Cones)
ASTM C 478
48" to 84" I.D.
06/09/10
33 39 10
Manhole, Precast (Reinforced Polymer)Concrete
US Composite Pipe
Reinforced Polymer Concrete
ASTM C-76
48" to 72"
09/06/19
33 39 20
Manhole, Precast Concrete
Forterra Pipe and Precast
60" & 72" I.D. Manhole w/32" Cone
ASTM C-76
60" & 72"
10/07/21
32 39 20
Manhole, Precast Concrete
Forterra Pipe and Precast
48" I.D. Manhole w/32" Cone
ASTM C-77
48"
10/07/21
33 39 20
Manhole, Precast (Reinforced Polymer) Concrete
Armorock
48" & 60" I.D. Manhole w/32" Cone
48" & 60"
10/07/21
33 39 20
Manhole, Precast (Hybrid) Polymer & PVC
Geneva Pipe and Precast (Predl Systems)
48" & 60" I.D. Manhole w/32" Cone
48" & 60" Non Traffic Areas
ASTM C-478; ASTM C-923;
03/07/23
33 39 20
Manhole, Precast Concrete
AmeriTex Pipe and Products, LLC
48" & 60" I.D. Manhole w/32" Cone
ASTM C-443
03/07/23
33 39 20
Manhole, Precast (Reinforced Polymer) Concrete
P3 Polymers, RockHardscp
48" & 60" I.D. Manhole w/32" Cone
04/28/07
Manhole, Precast (Reinforced Polymer) Concrete
Amitech USA
Meyer Polycrete Pipe
Sewer -(WAC) Wastewater Access Chamber 33 39 40
For use when Std. MH cannot be
12/29/23
33 39 20
Wastewater Access Chamber
Quickstream Solutions, Inc.
Type 8 Maintenace Shaft (Poopit)
installed due to depth
Water & Sewer - Manholes & Bases/Rehab Svstems/Cementitious
*
E1-14
Manhole Rehab Systems
Quadex
04/23/01
E1-14
Manhole Rehab Systems
Standard Cement Materials, Inc.
Reliner MSP
E1-14
Manhole Rehab Systems
AP/M Permaform
4/20/01
E1-14
Manhole Rehab System
Strong Company
Strong Seal MS2A Rehab System
5/12/03
E1-14
Manhole Rehab System (Liner)
Triplex Lining System
MH repair product to stop infiltration
ASTM D5813
08/30/06
General Concrete Repair
F1exKrete Technologies
Vinyl Polyester Repair Product
Misc. Use
* From Original Standard Products List 1
FORT WORTH.
CITY OF FORT WORTH
WATER DEPARTMENT
STANDARD PRODUCT LIST
Updated: 11-6-24
Approval
Spec No.
I Classsification I
Manufacturer
Model No.
National Spec
Size
Water & Sewer
- Manholes & Bases/Rehab Svstems/NonCementitious
05/20/96
E1-14
Manhole Rehab Systems
Sprayroq,
Spray Wall Polyurethane Coating
ASTM D639/D790
12/14/01
Coating for Corrosion protection(Exterior)
ERTECH
Series 20230 and 2100 (Asphatic Emulsion)
Structures Only
01/31/06
Coatings for Corrosion Protection
Chesterton
Arc 791, S1HB, S1, S2
Acid Resistance Test
Sewer Applications
8/28/2006
Coatings for Corrosion Protection
Warren Environmental
S-301 and M-301
Sewer Applications
33 05 16, 33 39 10,
RR&C Dampproofing Non-Fibered Spray
For Exterior Coating of Concrete
03/19/18
33 39 20
Coating for Corrosion protection(Exterior)
Sherwin Williams
Grade (Asphatic Emulsion)
Structures Only
Water & Sewer
- Manhole Inserts - Field Operations Use Onlv (Rev 2/3/16)
*
33 05 13
Manhole Insert
Knutson Enterprises
Made to Order - Plastic
ASTM D 1248
For 24" dia.
*
33 05 13
Manhole Insert
South Western Packaging
Made to Order - Plastic
ASTM D 1248
For 24" dia.
*
33 05 13
Manhole Insert
Noflow-Inflow
Made to Order - Plastic
ASTM D 1248
For 24" dia.
09/23/96
33 05 13
Manhole Insert
Southwestern Packing & Seals, Inc.
Lifesaver - Stainless Steel
For 24" dia.
09/23/96
33 05 13
Manhole Insert
Southwestern Packing & Seals, Inc.
TetherLok - Stainless Steel
For 24" dia
Water & Sewer
- Pipe Casino Spacers 33-05-24 (07/01/13)
11/04/02
Steel Band Casing Spacers
Advanced Products and Systems, Inc.
Carbon Steel Spacers, Model SI
02/02/93
Stainless Steel Casing Spacer
Advanced Products and Systems, Inc.
Stainless Steel Spacer, Model SSI
04/22/87
Casing Spacers
Cascade Waterworks Manufacturing
Casing Spacers
09/14/10
Stainless Steel Casing Spacer
Pipeline Seal and Insulator
Stainless Steel Casing Spacer
Up to 48"
09/14/10
Coated Steel Casin Spacers
Pipeline Seal and Insulator
Coated Steel Casing Spacers
Up to 48"
05/10/11
Stainless Steel Casing Spacer
Powerseal
4810 Powerchock
Up to 48"
03/19/18
Casing Spacers
BWM
SS-12 Casing Spacer(Stainless Steel)
03/19/18
Casing Spacers
BWM
FB-12 Casing Spacer (Coated Carbon Steel)
for Non pressure Pipe and Grouted Casing
03/29/22
33 05 13
Casing Spacers
CCI Pipeline Systems
CSC12, CSS12
09/03/24
33 05 13
Casing Spacers
Raci (Completely HDPE)
Per Manufacturers Requirements (Sewer
8" - 12" (Sewer Only)
Applications Only)
Water & Sewer - Pipes/Ductile Iron 33-11-10(1/8/13)
*
33 11 10 Ductile Iron Pipe
Griffin Pipe Products, Co.
Super Bell-Tite Ductile Iron Pressure Pipe,
AWWA C150, C151
3" thru 24"
08/24/18
33 11 10 Ductile Iron Pipe
American Ductile Iron Pipe Co.
American Fastite Pipe (Bell Spigot)
AWWA C150, C151
4" thru 30"
08/24/18
33 11 10 Ductile Iron Pipe
American Ductile Iron Pipe Co.
American Flex Ring (Restrained Joint)
AWWA C150, C151
4" thru 30"
*
33 11 10 Ductile Iron Pipe
U.S. Pipe and Foundry Co.
AWWA C150, C151
*
33 11 10 Ductile Iron Pipe
McWane Cast Iron Pipe Co.
AWWA C150, C151
Water & Sewer - Utility Line Marker (08/24/2018)
Sewer - Coatings/Evoxv 33-39-60 (01/08/13)
02/25/02
Epoxy Lining System
Sauereisen, Inc
SewerGard 210RS
LA County #210-1.33
12/14/01
Epoxy Lining System
Ertech Technical Coatings
Ertech 2030 and 2100 Series
04/14/05
Interior Ductile Iron Pipe Coating
Induron
Protecto 401
ASTM B-117
Ductile Iron Pipe Only
01/31/06
Coatings for Corrosion Protection
Chesterton
Arc 791, S1HB, S1, S2
Acid Resistance Test
Sewer Applications
8/28/2006
Coatings for Corrosion Protection
Warren Environmental
S-301 and M-301
Sewer Applications
Sewer - Coatings/Polyurethane
Sewer - Combination Air Valves
05/25/18
33-31-70
Air Release Valve
A.R.I. USA, Inc.
D025LTP02(Composite Body)
2"
Sewer - Pipes/Concrete
*
E1-04 Conc. Pipe, Reinforced
Wall Concrete Pipe Co. Inc.
ASTM C 76
*
E1-04 Conc. Pipe, Reinforced
Hydro Conduit Corporation
Class III T&G, SPL Item #77
ASTM C 76
*
E1-04 Conc. Pipe, Reinforced
Hanson Concrete Products
SPL i«o. #95 ra,...hol #99 Pip
ASTM C 76
*
E1-04 Conc. Pipe, Reinforced
Concrete Pipe & Products Co. Inc.
ASTM C 76
Sewer - Pipe Enlarcment Svstem (Method)33-31-23 (01/18/13)
PIM System
PIM Corporation
Polyethylene
PIM Corp., Piscata Way, N.J.
Approved Previously
McConnell Systems
McLat Construction
Polyethylene
Houston, Texas
Approved Previously
TRS Systems
Trenchless Replacement System
Polyethylene
Calgary, Canada
Approved Previously
Sewer - Pipe/Fiberclass Reinforced/ 33-31-13(1/8/13)
7/21/97
33 31 13 Cent. Cast Fiberglass (FRP)
Hobas Pipe USA, Inc.
Hobas Pipe (Non -Pressure)
ASTM D3262/D3754
03/22/10
33 31 13 Fiberglass Pipe (FRP)
Ameron
Bondstrand RPMP Pipe
ASTM D3262/D3754
04/09/21
33 31 13 Glass -Fiber Reinforced Polymer Pipe (FRP)
Thompson Pipe Group
Thompson Pipe (Flowtite)
ASTM D3262/D3754
ASTM D3262, ASTM D3681,
03/07/23
33 31 13 Fiberglass Pipe (FRP)
Future Pipe Industries
Fiberstrong FRP
ASTM D4161, AWWA M45
ASTM D3262, ASTM D3517,
09/03/24
33 31 13 Fiberglass Pipe (FRP)
Superlit Boru Sanayi A.S.
Superlit FRP
ASTM 3754, AWWA C950
* From Original Standard Products List 2
FORT WORTH.
Approval Spec No. I Classsification
Sewer - Pipe/Polymer Pipe
4/14/05 Polymer Modified Concrete Pipe
06/09/10 E1-9 Reinforced Polymer Concrete Pipe
Sewer - Pipes/HDPE 33-31-23(1/8/13)
* High -density polyethylene pipe
* High -density polyethylene pipe
* High -density polyethylene pipe
High -density polyethylene pipe
Sewer - Pipes/PVC (Pressure Sewer) 33-11-12 (4/1/13)
12/02/11 33-11-12 DR-14 PVC Pressure Pipe
10/22/14 33-11-12 DR-14 PVC Pressure Pipe
Sewer - Pipes/PVC* 33-31-20 (7/1/13)
*
33-31-20
PVC Sewer Pipe
12/23/97*
33-31-20
PVC Sewer Pipe
*
33-31-20
PVC Sewer Pipe
12/05/23
33-31-20
PVC Sewer Pipe
12/05/23
33-31-20
PVC Sewer Pipe
*
33-31-20
PVC Sewer Pipe
05/06/05
33-31-20
PVC Solid Wall Pipe
04/27/06
33-31-20
PVC Sewer Fittings
*
33-31-20
PVC Sewer Fittings
3/19/2018
33 31 20
PVC Sewer Pipe
3/19/2018
33 31 20
PVC Sewer Pipe
3/29/2019
33 31 20
Gasketed Fittings (PVC)
10/21/2020
33 31 20
PVC Sewer Pipe
10/22/2020
33 31 20
PVC Sewer Pipe
10/21/2020
33 3120
PVC Sewer Pipe
CITY OF FORT WORTH
WATER DEPARTMENT
STANDARD PRODUCT LIST
Updated: 11-6-24
Manufacturer Model No. National Spec Size
Amitech USA Meyer Polycrete Pipe ASTM C33, A276, F477 8" to 102", Class V
US Composite Pipe Reinforced Polymer Concrete Pipe ASTM C-76
Phillips Driscopipe, Inc.
Opticore Ductile Polyethylene Pipe
ASTM D 1248
8"
Plexco Inc.
ASTM D 1248
8"
Polly Pipe, Inc.
ASTM D 1248
8"
CSR Hydro Conduit/Pipeline Systems
McConnell Pipe Enlargement
ASTM D 1248
Pipelife Jetstream
PVC Pressure Pipe
AWWA C900
4" thru 12"
Royal Building Products
Royal Seal PVC Pressure Pipe
AWWA C900
4" thru 12"
J-M Manufacturing Co., Inc. QM Eagle)
SDR-26 (PSI 15)
ASTM D 3034
4" - 15"
Diamond Plastics Corporation
SDR-26 (PSI 15)
ASTM D 3034
4" thru 15"
Lamson Vylon Pipe
SDR-26 (PSI 15)
ASTM D 3034
4" thru 15"
Vinyltech PVC Pipe
SDR-26 (PSI 15)
ASTM D3034
4" thru 15"
Vinyltech PVC Pipe
Gravity Sewer PS 115
ASTM F 679
18"
J-M Manufacturing Co, Inc. (JM Eagle)
PS 115
ASTM F 679
18" - 28"
Diamond Plastics Corporation
PS 115
ASTM F-679
18" to 48"
Harco
SDR-26 (PS 115) Gasket Fittings
ASTM D-3034, D-1784, etc
4" - 15"
Plastic Trends, Inc.(Westlake)
Gasketed PVC Sewer Main Fittings
ASTM D 3034
Pipelife Jet Stream
SDR 26 (PS 115)
ASTM F679
1811- 24"
Pipelife Jet Stream
SDR 26
ASTM D3034
4"- 15"
GPK Products, Inc.
SDR 26
ASTM D3034
4"- 15"
NAPCO(Westlake)
SDR 26
ASTM D3034
4" - 15"
Sanderson Pipe Corp.
SDR 26
ASTM D3034
4"- 15"
NAPCO(Westlake)
SDR 26 PS 115
ASTM F-679
1811- 36"
* From Original Standard Products List 3
FORT WORTH.
CITY OF FORT WORTH
WATER DEPARTMENT
STANDARD PRODUCT LIST
Updated: 11-6-24
Approval
Spec No.
I Classsification
Manufacturer
Model No.
National Spec
Size
Water - Appurtenances
33-12-10 (07/01/13)
09/03/24
33-12-10
Double Strap Saddle
Ford Meter Box Co., Inc.
202B
V-2" SVC, up to 16" Pipe
01/18/18
33-12-10
Double Strap Saddle
Romac
202NS Nylon Coated
AWWA C800
V-2" SVC, up to 24" Pipe
08/28/02
Double Strap Saddle
Smith Blair
#317 Nylon Coated Double Strap Saddle
07/23/12
33-12-10
Double Strap Service Saddle
Mueller Company
DR2S Double (SS) Strap DI Saddle
AWWA C800
1"-2" SVC, up to 24" Pipe
03/07/23
33-12-10
Double Strap Service Saddle
Powerseal
3450AS, Inc]. Corp. Stop, Dbl Strap, Stainless
NSF ANSI 372
1"-2" SVC, up to 24" Pipe
10/27/87
Curb Stops -Ball Meter Valves
McDonald
6100M,6100MT & 61OMT
3/4" and 1"
10/27/87
Curb Stops -Ball Meter Valves
McDonald
4603B, 4604B, 6100M, 610OTM and 6101M
1'/2" and 2"
FB600-7NL, FB1600-7-NL, FV23-777-W-NL,
5/25/2018
33-12-10
Curb Stops -Ball Meter Valves
Ford Meter Box Co., Inc.
L22-77NL
AWWA C800
2"
FB600-6-NL, FB1600-6-NL, FV23-666-W-
5/25/2018
33-12-10
Curb Stops -Ball Meter Valves
Ford Meter Box Co., Inc.
NL, L22-66NL
AWWA C800
1-1/2"
FB600-4-NL, FBI600-4-NL, B I 1-444-WR-
5/25/2018
33-12-10
Curb Stops -Ball Meter Valves
Ford Meter Box Co., Inc.
NL, B22444-WR-NL, L28-44NL
AWWA C800
I"
B-25000N, B-24277N-3, B-20200N-3, H-
AWWA C800, ANSF 61,
5/25/2018
33-12-10
Curb Stops -Ball Meter Valves
Mueller Co., Ltd.
15000N, , H-1552N, H142276N
ANSI/NSF 372
2"
B-25000N, B-20200N-3, B-24277N-3,H-
AWWA C800, ANSF 61,
5/25/2018
33-12-10
Curb Stops -Ball Meter Valves
Mueller Co., Ltd.
15000N, H-14276N, H-15525N
ANSI/NSF 372
1-1/2"
B-25000N, B-20200N-3,H-15000N, H-
AWWA C800, ANSF 61,
5/25/2018
33-12-10
Curb Stops -Ball Meter Valves
Mueller Co., Ltd.
15530N
ANSI/NSF 372
1"
01/26/00
Coated Tapping Saddle with Double SS Straps
JCM Industries, Inc.
#406 Double Band SS Saddle
1"-2" Taps on up to 12"
0/5/21/12
33-12-25
Tapping Sleeve (Coated Steel)
JCM Industries, Inc.
412 Tapping Sleeve ESS
AWWA C-223
Up to 30" w/12" Out
03/29/22
33-12-25
Tapping Sleeve (Coated or Stainless Steel)
JCM Industries, Inc.
415 Tapping Sleeve
AWWA C-223
Concrete Pipe Only
05/10/11
Tapping Sleeve (Stainless Steel)
Powerseal
3490AS (Flange) & 3490MJ
4"-8" and 16"
02/29/12
33-12-25
Tapping Sleeve (Coated Steel)
Romac
FTS 420
AWWA C-223
U p to 42" w/24" Out
02/29/12
33-12-25
Tapping Sleeve (Stainless Steel)
Romac
SST Stainless Steel
AWWA C-223
Up to 24" w/12" Out
02/29/12
33-12-25
Tapping Sleeve (Stainless Steel)
Romac
SST III Stainless Steel
AWWA C-223
Up to 30" w/12" Out
05/10/11
Joint Repair Clamp
Powerseal
3232 Bell Joint Repair Clamp
4" to 30"
Plastic Meter Box w/Composite Lid
DFW Plastics Inc.
DFW37C-12-IEPAF FTW
Plastic Meter Box w/Composite Lid
DFW Plastics Inc.
DFW39C-12-IEPAF FTW
08/30/06
Plastic Meter Box w/Composite Lid
DFW Plastics Inc.
DFW65C-14-IEPAF FTW
Class "A"
Concrete Meter Box
Bass & Hays
CM1337-1312 1118 LID-9
Concrete Meter Box
Bass & Hays
CMB-I8-Dual 1416 LID-9
Concrete Meter Box
Bass & Hays
CM1365-1365 1527 LID-9
Water - Bolts, Nuts, and Gaskets 33-11-05 (01/08/13)
None
Water - Combination Air Release 33-31-70 (01/08/13)
*
EI-11
Combination Air Release Valve
GA Industries, Inc.
Empire Air and Vacuum Valve, Model 935
ASTM A 126 Class B, ASTM A
1" & 2"
*
E1-11
Combination Air Release Valve
Multiplex Manufacturing Co.
Crispin Air and Vacuum Valves, Model No.
1/211, 1" & 2"
*
E1-11
Combination Air Release Valve
Valve and Primer Corp.
APCO #143C, #145C and #147C
111, 2" & 3"
Water - Dry Barrel Fire Hvdrants 33-12-40 (01/15/14)
10/01/87
E-1-12
Dry Barrel Fire Hydrant
American -Darling Valve
Drawing Nos. 90-18608, 94-18560
AWWA C-502
03/31/88
E-1-12
Dry Barrel Fire Hydrant
American Darling Valve
Shop Drawing No. 94-18791
AWWA C-502
09/30/87
E-1-12
Dry Barrel Fire Hydrant
Clow Corporation
Shop Drawing No. D-19895
AWWA C-502
01/12/93
E-1-12
Dry Barrel Fire Hydrant
American AVK Company
Model 2700
AWWA C-502
08/24/88
E-1-12
Dry Barrel Fire Hydrant
Clow Corporation
Drawings D20435, D20436, B20506
AWWA C-502
E-1-12
Dry Barrel Fire Hydrant
ITT Kennedy Valve
Shop Drawing No. D-80783FW
AWWA C-502
09/24/87
E-1-12
Dry Barrel Fire Hydrant
M&H Valve Company
Shop Drawing No. 13476
AWWA C-502
Shop Drawings No. 6461
10/14/87
E-1-12
Dry Barrel Fire Hydrant
Mueller Company
A-423 Centurion
AWWA C-502
Shop Drawing FH-12
01/15/88
E1-12
Dry Barrel Fire Hydrant
Mueller Company
A-423 Super Centurion 200
AWWA C-502
10/09/87
E-1-12
Dry Barrel Fire Hydrant
U.S. Pipe & Foundry
Shop Drawing No. 960250
AWWA C-502
09/16/87
E-1-12
Dry Barrel Fire Hydrant
American Flow Control (AFC)
Waterous Pacer W1367
AWWA C-502
08/12/16
33-12-40
Dry Barrel Fire Hydrant
EJ (East Jordan Iron Works)
WaterMaster 5CD250
Water - Meters
02/05/93
E101-5
Detector Check Meter
Ames Company
Model 1000 Detector Check Valve
AWWA C550
4" - 10"
08/05/04
Magnetic Drive Vertical Turbine
Hersey
Magnetic Drive Vertical
AWWA C701, Class 1
3/4" - 6"
* From Original Standard Products List 4
FORT WORTH.
CITY OF FORT WORTH
WATER DEPARTMENT
STANDARD PRODUCT LIST
Approval
Spec No.
�Classsification I
Manufacturer I
Model No.
Water - Pipes/PVC (Pressure Water) 33-31-70 (01/08/13)
12/05/23
33-11-12
PVC Pressure Pipe
Vinyltech PVC Pipe
DR14
12/05/23
33-11-12
PVC Pressure Pipe
Vinyltech PVC Pipe
DR18
09/03/24
33-11-12
PVC Pressure Pipe
Northern Pipe Products
DR14
09/03/24
33-11-12
PVC Pressure Pipe
Northern Pipe Products
DR18
3/19/2018
33 11 12
PVC Pressure Pipe
Pipelife Jet Stream
DR14
3/19/2018
33 11 12
PVC Pressure Pipe
Pipelife Jet Stream
DR18
5/25/2018
33 11 12
PVC Pressure Pipe
Diamond Plastics Corporation
DR 14
5/25/2018
33 11 12
PVC Pressure Pipe
Diamond Plastics Corporation
DR 18
12/6/2018
33 11 12
PVC Pressure Pipe
J-M Manufacturing Co., Inc d/b/a JM Eagle
DR 14
12/6/2018
33 11 12
PVC Pressure Pipe
J-M Manufacturing Co., Inc d/b/a JM Eagle
DR 18
9/6/2019
33 11 12
PVC Pressure Pipe
Underground Solutions Inc.
DR14 Fusible PVC
9/6/2019
33 11 12
PVC Pressure Pipe
NAPCO(Westlake)
DR18
9/6/2019
33 11 12
PVC Pressure Pipe
NAPCO(Westlake)
DR14
9/6/2019
33 11 12
PVC Pressure Pipe
Sanderson Pipe Corp.
DR14
Water - Pives/Valves & Fittines/Ductile Iron Fittincs 33-11-11 (01/08/13)
07/23/92
E1-07
Ductile Iron Fittings
Star Pipe Products, Inc.
*
E1-07
Ductile Iron Fittings
Griffin Pipe Products, Co.
*
E1-07
Ductile Iron Fittings
McWane/Tyler Pipe/ Union Utilities Division
08/11/98
E1-07
Ductile Iron Fittings
Sigma, Co.
02/26/14
E1-07
MJ Fittings
Accucast
05/14/98
E1-07
Ductile Iron Joint Restraints
Ford Meter Box Co./Uni-Flange
05/14/98
E1-24
PVC Joint Restraints
Ford Meter Box Co./Uni-Flange
11/09/04
E1-07
Ductile Iron Joint Restraints
One Bolt, Inc.
02/29/12
33-11-11
Ductile Iron Pipe Mechanical Joint Restraint
EBAA Iron, Inc.
02/29/12
33-11-11
PVC Pipe Mechanical Joint Restraint
EBAA Iron, Inc.
08/05/04
E1-07
Mechanical Joint Retainer Glands(PVC)
Sigma, Co.
03/06/19
33-11-11
Mechanical Joint Retainer Glands(PVC)
Sigma, Co.
08/05/04
E1-07
Mechanical Joint Retainer Glands(PVC)
Sigma, Co.
08/10/98
E1-07
MJ Fittings(DIP)
Sigma, Co.
10/12/10
E1-24
Interior Restrained Joint System
S & B Techncial Products
08/16/06
E1-07
Mechanical Joint Fittings
SIP Industries(Serampore)
11/07/16
33-11-11
Mechanical Joint Retainer Glands
Star Pipe Products, Inc.
11/07/16
33-11-11
Mechanical Joint Retainer Glands
Star Pipe Products, Inc.
03/19/18
33-11-11
Mechanical Joint Retainer Glands
SIP Industries(Serampore)
03/19/18
33-11-11
Mechanical Joint Retainer Glands
SIP Industries(Serampore)
03/19/18
33-11-11
Mechanical Joint Retainer Glands
SIP Industries(Serampore)
Mechanical Joint Fittings
Mechanical Joint Fittings
Mechanical Joint Fittings, SSB Class 350
Mechanical Joint Fittings, SSB Class 351
Class 350 C-153 MJ Fittings
Uni-Flange Series 1400
Uni-Flange Series 1500 Circle -Lock
One Bolt Restrained Joint Fitting
Megalug Series 1100 (for DI Pipe)
Megalug Series 2000 (for PVC Pipe)
Sigma One-Lok SLC4 - SLC10
Sigma One-Lok SLCS4 - SLCS12
Sigma One-Lok SLCE
Sigma One-Lok SLDE
Bulldog System ( Diamond Lok 21 & JM
Mechanical Joint Fittings
PVC Stargrip Series 4000
DIP Stargrip Series 3000
EZ Grip Joint Restraint (EZD) Black For DIP
EZ Grip Joint Restraint (EZD) Red for C900
DR14 PVC Pipe
EZ Grip Joint Restraint (EZD) Red for C900
DR18 PVC Pipe
National Spec
AWWA C900, AWWA C605,
ASTM D1784
AWWA C900, AWWA C605,
ASTM D1784
AWWA C900, AWWA C605,
ASTM D1784
AWWA C900, AWWA C605,
ASTM D1784
AWWA C900
AWWA C900
AWWA C900
AWWA C900
AWWA C900-16
UL 1285
ANSI/NSF 61
FM 1612
AWWA C900-16
UL 1285
ANSI/NSF 61
FM 1612
AWWA C900
AWWA C900
AWWA C900
AWWA C900
AWWA C153 & C110
AWWA C 110
AWWA C 153, C 110, C III
AWWA C 153, C 110, C 112
AWWA C153
AWWA Clll/C153
AWWA C111/C153
AWWA C111/Cll6/C153
AWWA C111/Cll6/C153
AWWA C111/C116/C153
AWWA C111/C153
AWWA C111/C153
AWWA Clll/C153
AWWA C153
ASTM F-1624
AWWA C153
ASTM A536 AWWA C111
ASTM A536 AWWA C111
ASTM A536 AWWA C111
ASTM A536 AWWA CI I I
ASTM A536 AWWA CI I I
Updated: 11-6-24
Size
4"-1 6"
16"-18"
4"-1 6"
16"-18"
4"-12"
16"-24"
4"-12"
1 6"-24"
4"-28"
16"-24"
4" - 8"
16" - 24"
4"- 12"
4'1- 12'1
4"-12"
4" to 36"
4" to 24"
4" to 12"
4" to 42"
4" to 24"
4" to 10"
4" to 12"
12" to 24"
4" - 24"
4" to 12"
4" to 24"
3"-48"
4"-12"
16"-24"
* From Original Standard Products List 5
FORT WORTH.
CITY OF FORT WORTH
WATER DEPARTMENT
STANDARD PRODUCT LIST
Approval
Spec No.
I Classsification
I Manufacturer
Water - Pives/Valves
& Fittincs/Resilient Seated Gate
Valve* 33-12-20 (05/13/15)
Resilient Wedged Gate Valve w/no Gears
American Flow Control
12/13/02
Resilient Wedge Gate Valve
American Flow Control
08/31/99
Resilient Wedge Gate Valve
American Flow Control
05/18/99
Resilient Wedge Gate Valve
American Flow Control
10/24/00
E1-26
Resilient Wedge Gate Valve
American Flow Control
08/05/04
Resilient Wedge Gate Valve
American Flow Control
05/23/91
E1-26
Resilient Wedge Gate Valve
American AVK Company
01/24/02
E1-26
Resilient Wedge Gate Valve
American AVK Company
*
E1-26
Resilient Seated Gate Valve
Kennedy
*
E1-26
Resilient Seated Gate Valve
M&H
*
E1-26
Resilient Seated Gate Valve
Mueller Co.
11/08/99
Resilient Wedge Gate Valve
Mueller Co.
01/23/03
Resilient Wedge Gate Valve
Mueller Co.
05/13/05
Resilient Wedge Gate Valve
Mueller Co.
01/31/06
Resilient Wedge Gate Valve
Mueller Co.
01/28/88
E1-26
Resilient Wedge Gate Valve
Clow Valve Co.
10/04/94
Resilient Wedge Gate Valve
Clow Valve Co.
11/08/99
E1-26
Resilient Wedge Gate Valve
Clow Valve Co.
11/29/04
Resilient Wedge Gate Valve
Clow Valve Co.
11/30/12
Resilient Wedge Gate Valve
Clow Valve Co.
05/08/91
E1-26
Resilient Seated Gate Valve
Stockham Valves & Fittings
*
E1-26
Resilient Seated Gate Valve
U.S. Pipe and Foundry Co.
10/26/16
33-12-20
Resilient Seated Gate Valve
EJ (East Jordan Iron Works)
08/24/18
Matco Gate Valve
Matco-Norca
Water - Pives/Valves
& Fittincs/Rubber Seated Butterflv
Valve 33-12-21 (07/10/14)
*
E1-30
Rubber Seated Butterfly Valve
Henry Pratt Co.
*
E1-30
Rubber Seated Butterfly Valve
Mueller Co.
1/11/99
E1-30
Rubber Seated Butterfly Valve
Dezurik Valves Co.
06/12/03
E1-30
Valmatic American Butterfly Valve
Valmatic Valve and Manufacturing Corp
04/06/07
E1-30
Rubber Seated Butterfly Valve
M&H Valve
03/19/18
33 1221
Rubber Seated Butterfly Valve
G. A. Industries (Golden Anderson)
09/03/24
33 1221
Rubber Seated Butterfly Valve
American AVK Company
Water - Polvethvlene Encasement 33-11-10 (01/08/13)
05/12/05
E1-13
Polyethylene Encasment
05/12/05
E1-13
Polyethylene Encasment
05/12/05
E1-13
Polyethylene Encasment
09/06/19
33-11-11
Polyethylene Encasment
Model No.
Series 2500 Drawing # 94-20247
Series 2530 and Series 2536
Series 2520 & 2524 (SD 94-20255)
Series 2516 (SD 94-20247)
Series 2500 (Ductile Iron)
42" and 48" AFC 2500
American AVK Resilient Seaded GV
Series A2361 (SD 6647)
Series A2360 for 18"-24" (SD 6709)
Mueller 30" & 36", C-515
Mueller 42" & 48", C-515
16" RS GV (SD D-20995)
Clow RW Valve (SD D-21652)
Clow 30" & 36" C-515
Clow Valve Model 2638
Metroseal 250, requirements SPL #74
EJ F1owMaster Gate Valve & Boxes
225 MR
Valmatic American Butterfly Valve.
M&H Style 4500 & 1450
AWWA C504 Butterfly Valve
AWWA C504 Butterfly Valve Class 250B
Flexsol Packaging Fulton Enterprises
Mountain States Plastics (MSP) and AEP Ind. Standard Hardware
AEP Industries Bullstrong by Cowtown Bolt & Gasket
Northtown Products Inc. PE Encasement for DIP
National Spec
AWWA C515
AWWA C515
AWWA C515
AWWA C515
AWWA C515
AWWA C509
AWWA C515
AWWA C515
AWWA C515
AWWA C515
AWWA C509
AWWA C515
AWWA C515
AWWA C515
AWWA C515
AWWA C 509, ANSI 420 - stem,
AWWA/ANSI C115/An21.15
AWWA C-504
AWWA C-504
AWWA C-504
AWWA C-504
AWWA C-504
AWWA C-504
AWWA C-504
AWWA C105
AWWA C105
AWWA C105
AWWA C105
Updated: 11-6-24
Size
16"
30" and 36"
20" and 24"
16"
4" to 12"
42" and 48"
4" to 12"
20" and smaller
4" - 12"
4" - 12"
4" - 12"
16"
24" and smaller
30" and 36"
42" and 48"
4" - 12"
16"
24" and smaller
30" and 36" (Note 3)
24" to 48" (Note 3)
4" - 12"
3" to 16"
4" to 16"
24"
24"and smaller
24" and larger
Up to 84" diameter
24" to 48"
30"-54"
24" - 48"
8 mil LLD
8 mil LLD
8 mil LLD
8 mil LLD
Water - Samplinc Station
03/07/23 33 12 50 Water Sampling Station Kupferle Foundry Company Eclipse, Number 88 , 12-inch Depth of Bury As shown in spec. 33 12 50
09/02/24 33 i2 50 Mueller Water Products, Inc;a BSS0 r, UDG2 D N This product removed
�-rcw ,�Oc� vvvvi-36-rvronvz, C�v-rr�€'�oe$�
10/21/20
04/09/21
04/09/21
Water - Automatic Flusher
Automated Flushing System
Automated Flushing System
Automated Flushing System
HG6-A-IN-2-BRN-LPRR(Portable)
Mueller Hydroguard HG2-A-IN--2-PVC-018-LPLG(Permanent)
Kupferle Foundry Company Eclipse #9800wc
Kupferle Foundry Company Eclipse #9700 (Portable)
The Fort Worth Water Department's Standard Products List has been developed to minimize the submittal review of products which meet the Fort Worth Water Department's Standard Specifications during utility construction projects. When Technical
Specifications for specific products, are included as part of the Construction Contract Documents, the requirements of the Technical Specification will override the Fort Worth Water Department's Standard Specifications and the Fort Worth Water Department's
Standard Products List and approval of the specific products will be based on the requirements of the Technical Specification whether or not the specific product meets the Fort Worth Water Department's Standard Specifications or is on the Fort Worth Water
Yellow Highlight indicates recent changes
* From Original Standard Products List 6