HomeMy WebLinkAboutContract 62868-PM1CSC No. 62868-PM1
FORT WORTH
PROJECT MANUAL
FOR
THE CONSTRUCTION OF
ROADWAY CONNECTION TO US HWY 377 IMPROVEMENTS
TO SER VE MA VERICK
IPRC Record No. IPRC24-0187
City Project No.105731
FID No. 30114-0200431-105731-EO7685
File No. K-3308
Mattie Parker David Cooke
Mayor City Manager
Christopher P. Harder, P.E.
Water Department
Lauren Prieur, P.E.
Director, Transportation and Public Works Department
..F lF Ito
...........................iV*.
DANIEL J. BETTEN
............................
140504 ow
fr'IiFSS/C ENSNG��v�/
11� �NAL����- 01.27.2025
Prepared for
The City of Fort Worth
January 2025
1JA
ENGINEERING
TEXAS REGISTRATION F-1386
3017 West 71h Street, Suite 300
Fort Worth, Texas 76107
OFFICIAL RECORD
CITY SECRETARY
FT. WORTH, TX
000010
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Page 1 of 8
SECTION 00 0010
TABLE OF CONTENTS
DEVELOPER AWARDED PROJECTS
Division 00 - General Conditions
nn 11 13 layiia4ion i Bidders
Last Revised
03,QO/2020
002113
00 41 00
00 42 43
0043 13
lastf,,etiors t Bidde :s
Bid Fefm
Proposal Form Unit Price
Bid Ben
03 QO/2020
nn in s
05/22/2019
nn in 4
0045 11
Bidde :s Pf:equ l;fieat; �.�s
Prequalification Statement
nn / 02/20i n
��
09/01/2015
�z
00 45 12
00 45 26
Contractor Compliance with Workers' Compensation Law
Mine Business E i
04/02/2014
nQ i
004540
00 52 43
-ity fAer-prise Ge
Agreement
a
06/16/2016
00 61 25
Certificate of Insurance
07/01/2011
00 62 13
Performance Bond
01/31/2012
00 62 14
Payment Bond
01/31/2012
00 62 19
00 7200
Maintenance Bond
Genef.,i Conditions
01/31/2012
i ii ii T
00 73 00
0073 10
c,,,.,.io,,.,enta y r,,.,difi np
Standard City Conditions of the Construction Contract for Developer
n7inm�vzi
01/10/2013
Awarded Projects
Division 01- General Requirements
Last Revised
01 1100
Summary of Work
12/20/2012
01 25 00
Substitution Procedures
08/30/2013
01 31 19
ni i
Preconstruction Meeting
D ;o .�
08/30/2013
i
2n
onoz
01 32 33
Meetings
Preconstruction Video
07i012
08/30/2013
01 33 00
Submittals
08/30/2013
01 35 13
Special Project Procedures
08/30/2013
01 45 23
Testing and Inspection Services
03/20/2020
01 50 00
Temporary Facilities and Controls
07/01/2011
01 5526
Street Use Permit and Modifications to Traffic Control
07/01/2011
0158 13
Temporary Project Signage
04/07/2014
01 60 00
Product Requirements
03/20/2020
01 66 00
Product Storage and Handling Requirements
04/07/2014
01 70 00
Mobilization and Remobilization
04/07/2014
01 71 23
Construction Staking
02/14/2018
01 74 23
Cleaning
04/07/2014
0177 19
Closeout Requirements
04/07/2014
01 78 23
Operation and Maintenance Data
04/07/2014
01 78 39
Project Record Documents
04/07/2014
CITY OF FORT WORTH Maverick Roadway Connection to US HWY 377
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105731
Revised March 20, 2020
000010
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Page 2 of 8
Technical Specifications which have been modified by the Engineer specifically for this
Project; hard copies are included in the Project's Contract Documents
Division 02 - Existing Conditions
82413 Seleetiye Site Tlemel;tie
Division 03 - Concrete
033000 e'en Z. PL�a Genefet;✓
03 ?/1 13 Gef4r-alled Tow St engti, T\R.,ter-i l (rT SM4
Division 26 - Electrical
260543 Uade-gr-e,,..,1 Distets a -a Raee,: ays f L l ootl aal Fjysteffts
Division 31- Earthwork
31 0 Site Gleafin
3,�6 1JZil kaoc6fea >r*ey tier
Z 1�r�z3 BefFe
Z 1� 1 24 00 1 /". i—ansk9f4s
313600 dens
Z1�v0
Division 32 - Exterior Improvements
32 01 18 Tempefary A0Oralt Per.,;.., Repaif
32 1123 Flexible Base Coufses
32 9 Lime e rr e tea Base Gets see
'27�T Liquid T -ea4e l Se l Stab lizef
32 1216 Asphalt Pa-ving
'27�3 Asphalt t Pa-yi g Gr-aek Sea its
32 13 3 C ete n
32 1 41 4 16 BfUk TJ:xt,%-,4 ig
'27�3 C ner-Ste r,,..l. and Q&Ae-s and Valley r_„ttefs-
Date
Modified
CITY OF FORT WORTH Maverick Roadway Connection to US HWY 377
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105731
Revised March 20, 2020
000010
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Page 3 of 8
•
Division 33 - Utilities
330130 Sewer- and Manhole Testing
'22�T Closed 7 Gi (CCTV) Television (CCT\ hispeeti ,..
33�--03 10 aS't, l� Du.. jrg .,fExisting Sewer- Systems
33 04 11 Ceffesien Gentfel Test Stations
33 04 40 (`leai.;n...,-a A. eept.,nee Testing of AxT4e- Mains
33 04 50 Cleaning of Sewer- Mains
Lifie 05 12 Water-Water-e I e v
3305 � 13.10 Fr -a -me, Eevef a -ad Grade Rings Composite
33 nc n 1
0�AT0, Imlots, e Be*ess, a -ad Other- vtfuetufeste
Gfade
Tz
'2'2�0 (`one -ete AxT4e - Vaults
33 05 20
330521 TuNreml line
330522 22 Stool Casing P;pe
3 Z�3 Hand Tumeli*g
33-05 24 Piro in Casing 3Y Tummol :iff.af Plate
330526 TT i!it-y ,, ar-ker-s/ ,,e ter-s
33 1111 05 Belts Nu4s and Gaskets
3/3 11 11 Diietile I,.e Fittings
i
3/3 11 13 Ee13efet3 ProOouro P1r3, Baf Ax T,.appea Stool Cylindef Type
33 11 14 Burie Stool Pipe .,n F-44 ng
} Large e Water- Meters
33 1220 ResiliefA Seated Gate Valve
33 1221 AWW-A Rubbef: Seated Butter -fly Valves
ZZ�5 Conneetionrto `I7
22�0 !''...,-.1.iaa4 e Air- - ATa4ye Assemblies F Potable AATmef Systems
33 4240 Fire
33 1250 aitO1 Z '. S
33 12 60 St.,...1.,,..1 Blow off Valve A ssomb!
22� Gif-ed in Dlaee Pipe (CIDDI
CITY OF FORT WORTH Maverick Roadway Connection to US HWY 377
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105731
Revised March 20, 2020
000010
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Page 4 of 8
33 31 113L:bef:.7T.l
] Pipe for Gravity e.,.�.itaf:y eo.:,o,-�
fass Reifi
33 31 5
f:ee -
High Dur.,oi I PelyethylenFO (�DPE) Eani1w j
2Z�
Pelyyia- ,1 Cb.l..fide (PVC) !"_fa-y;tom, anitary-Se 'eF D!ipe
33 3121 1
C/ ..hurry
�z
�Or F),Ir,
33 31 50
Sa-a tafy Sewer- co...,: r ,-ad Sef-,4ee T ; e
333170
e nneeti ns
G,.,,.,bia Fief n;f v,f . Sa-m tafy Sewer- > Mai
3339 10
ye or-ee
Ga&t in D�.o�z��'.�"1'�%� '1Muz
22�
PYti YR��tI V Manhokes
. n r)
333940
333960
Write, awe eeess Cha of (WAG)
E.. .., Liner- o Ea/71 1,-Se-Av Ei7.h117,x1�s
33 � 1 11
high Dur.,oi I U l.,ethylefie (1,1DPE) Pipe f0f: S o, DAin
33-44 12
Reinfefeed U lyet lene 0 E) Pip-
33 4600
F/a'k mirrage
3�-46 01
SlettedSto, D"ur�f
3�-46 02
Tren.Ak Draim
32 49 40
✓act in Pla e Manholes and T,,.,e fie,. Be*es
33-49 20
Garb and Drlets
33 4940
Storm Drainage44ea&ullvamd AWngwalls
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
3441 13
Removing Traffic Signals
3441 15
Rectangular Rapid Flashing Beacon
3441 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
34 41 50
Single -Mode Fiber Optic Cable
3471 13
Traffic Control
CITY OF FORT WORTH Maverick Roadway Connection to US HWY 377
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105731
Revised March 20, 2020
00 00 10
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Page 5 of 8
Technical Specifications listed below are included for this Project by reference and can be
viewed/downloaded from the City's website at:
httD:Hfortworthtexas.2ov/ti)w/contractors/
or
httvs:Happs.fortworthtexas.gov/Proi ectResources/
Division 02 - Existing Conditions Last Revised
0241 13 Seleetiye Site Tlom el;ti,,,.. 12/7 z
Division 03 - Concrete
0 .,[�1� In P1Qz-cvaciccc Qr20190rz
03 34-13 !' ent -ell"a Lew Stfength >\ R.,t"fia (C SM4 12/2042012
03 34 LLr'vr rLrtvrtvzz
93-89-00 Medifiea4ie o Ftamotur-es
Division 26 - Electrical
q6 05 10 Dl >
�o :��1ti�°� f moo; �1zictrvia1 Fr;teems 12/2042012
26 05 33 Raceways and Boxes for Electrical Systems 12/20/2012
26 05 43 Underground Ducts and Raceways for Electrical Systems 07/01/2011
Division 31- Earthwork
3,�0 Site Gleafing 12/�1')
31� 14 00 Ekal anll n+s 01/2842014
31�0 Ef:esief and Seth efA G rt l 12/�11
313600 Gabiens 11 /�12
Division 32 - Exterior Improvements
27� D",-...,.,,
Asphalt It D.,.,;ng D",-.ai 12/7zzrzvizviz
32-01 18
ei4
,opinit I\r
�-z-v-��
32 n1 29
37�3•
r 12/2042 �
.�C�'��� LL'V.'12T1j �O�R11T �,-�vr�v�
Flexible Base !`.,ufses 12/'f�zr2042012
372 1129
T/.1-.Q Trv"toa Base r ,, "o" 12/�12
11 ✓3
Cement Tr-ea4ed Base reth-""" 12/�12
3 7
11 ., ,
Z 7�v
Liquid a Tfea4e,l c no /21 201 c
�1 £t�ayl:��
A "..hak Paving 1
/'fizr2042012
32 1273
�
2
A "..hak D.,,,;ng r
,/Aack EOallnitr, 12/20a012 ��
-'- 13 13
Conefete Pwyi g 12/�12
3'�0
Cone.ate c;ao,,,alka, rDni-.e ays and B"ffie,.]Free Damps n6/no 5/-2018
32 3
Conefeto Ilzting4a;�ealants 11 /�12
32 14 16
lfiok i.T"lit 1%:ing 12/'f�,2042012
CITY OF FORT WORTH
Maverick Roadway Connection to US HWY 377
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105731
Revised March 20, 2020
000010
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Page 6 of 8
32 1 ^7 25 Gu -b Adozz 11/04,9013
3231 a Gates 2 12/20Q01
3 C�nr. F��r2 ��
323126 W .e >;enees and Gates 12/20QO z
'27�9 Weed >~enees and Gates 12/2042012
32 32 Cast in Dl.,ee r.,,, e -ete Retaining Tx7.,86/054204-9
32 nl I n Topsail Dl.,ee,ti.e..+ .,.,..1 Finis1.:.,.g of Parkways 12/20/-20 7
3293 43 Trees ai}d aArubG 1 /�472
Division 33 - Utilities
330130 Sewer- .,...1 Manhole ola Tesfing 17/7rer�0aoQ
33 01 31 Closed Circuit Television (CCTV) Inspection 03/03/2016
Z'2�0 T2c,..raofi PuW� x—ng eFT-.xisting Sewer- Systems r2/'fr2
s 1042012
��SS
33 04 10 TeipA Beading .,-a Fleet. e.,l lsela4 e12/'fez
33 04 11 CeFFesio GefAfel Test Stations 12/20a012
33 04-12 Magnesiti ., Anode /''.,tb.edie D,-ete„tie., System 12/20a012
33 0430 Tempefar-y Water- Se,-,4eems 07/0i
33 04 40 Cleaffin.. a -a Aeeepta- ee Testing e4'W4e,. Mains 02/03.
33 04 50 (`le.ffifig of Sewer- Mains 12/'fez
3305 10 Utility Trench Excavation, Embedment, and Backfill 12/12/2016
33-05 12 Wa4e,. Line T eweF 1 2 /�tz
33-05-13 Fra-me, E6ver- ikad Grade Rings Cast 01/22A2016
33 n�0 Fr -.,me, Cover- a,l n a i ling/z Composite 01 /�, 016
A djus�.. Nv afAieles, inlets, Valve Other- St�6ture�to
�� nc 1 n r"TJLTJ � > 1'l/�n/�n1 �
�J--v�-TT rtravravzz
Gfade
34 05 -16 Cene fete Tx me,- Vaults 12/20,L2012
3305 17 Cef a .ete Collafs 12/20,L2012
330520 20Auger-ng 1'f1 /7 z
33 05 21 Tum..21. Ltrer- Plate 12/'�12
33-0522 Steel Casing -Ripe 11 /7 z
33-03-23 Hand Tu�re2lixg
33 05 24 Installation of Carrier Pipe in Casing or Tunnel Liner Plate 06/19/2013
330526 26 TT444y N adie,-s/T ee4efs 12/20az
33 05 30 Location of Existing Utilities 12/20/2012
33 1105 Bolts, Nuts, and Gaskets 12/20/2012
33 11 0 D etile iron Pipe 12/�12
l.. 1 1 11 Tl�1 on Fittang/z 1'f1 /7 z
23 2 e Baf �a 7,-.,ppe.l Steel Cylinder- Type
.� 11 1., Eene�et� I�4'OOLCi10 Pik.,, 12/20a012
?i3 11 11 wed Dejd Rica eHa� 12/�12
1 1 ks We St,.esse,l rene,.ete Cylin e,. Pipe
11�0 Water- Se -vices 1 if el, to 2 if et, 02/1�T
Na
31 1211 i ., e �xl.,te.-ete, 12/20,9012
33 0 Resilient eat S ea4e,l G4e Valve ye 11 /7 z
33 1221 AW4 P_ubbor Fea4e,l Bi4te-fly Valves 12/20A2012
33 �a cvmicccrvrr-c0 D,-.Yl%ls"�" Wa4ef Mai
1� ��'L7 02r06r2013
3�- 1230 E .n`a�Ui.`.�'I!.1.,,., Air- Valve A sse,., bl;�, \:r Llt/!J `x 4e, Systems 12/7�-2042012
33 1240 L';,�3 01 /n 4
CITY OF FORT WORTH Maverick Roadway Connection to US HWY 377
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105731
Revised March 20, 2020
00 00 10
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Page 7 of 8
Z Zino
33 12 60
�Citol�.Za ".
S Stations
St.,n,1.,,.,a Blow „ff Valve Assembly
12 /2042012
�z
06/19,9013
3331 2
33 31 3
n,,.oa in Dlaee Pipe irmn4
Eibefg1wo I_oCc fee Pipe for- r ..,.,;tEG.Aitar -Sewefs
11 /�12
12/20a012
�z
?% ks
High Pefisit-y Polyethylene (1 PPE) Pipe Fi%' Sarxlk ry- ewef
12l'f�zr20,L2 z
ZZ 21 71
TT7TLT
Polyvinyl Chloride Closed Profile Gr-a-vity Sa-aitafy Sewer-
1�/�n/�n1�
rtravravzz
(PNIG)
Pipe
�2
33 31 23
Sanitary Se r
n� Dr E"li� .��rrn g
Sanitary Sewer- Pipe -E lafgemo.-.t
12/20/2012
��
12/'fez
33-39 10
333930 30
12/�Iz
12/r�aeriviz
C" t: P.Vae r, .,rote >\R.,.,holes
Fiber -glass 1\R.. heles
333960
33-44 10
1 11
z;..e*y r ; o s for- Sa-a tatty Sewer- ctruetefes
Reinfefeed r,,. e fete St,.,..,., Sewer- Pipe/r„lyet4s
High Peasiyy Polyethylene (1 PPE) Pipe F ,- Storm Drxi:4
11 /�12
n�n�/„ 1�ii
12/'fr�-aeriviz
1 17
33-4600
Reifif f:ee l Polyetl.leae (ERPE) Pipe
Stibdr-ai
11/13,L2015
11 /�12
33 4601
ge-
Slotted St3rm r �,rf
n�/no 1�11
3-3-4H-02
33 49 10
Tfar�h D,�u�r�
(as! i Dlaee Manholes .,,-..l T,,netio Boxes
n�/n1 /2n1 1
,n
12/'f�zrzvriviz
33 4920
33 4940
r,,,-l.and Drop !filets
Storm Dioiriage Headwalls ,-ad xx/;,.,..:,,.11s
12/20a012-
n�/no 1�n
Division 34 -
Transportation
3441 10
Traffic Signals
10/12/2015
3441 10.01
Attachment A — Controller Cabinet
12/18/2015
3441 10.02
Attachment B — Controller Specification
02/2012
3441 10.03
Attachment C — Software Specification
01/2012
3n�3
?/I 11 if
nom,,ying T-r-a f;e Signal
Re�ula RWid Fk-xAhinb Beaeea
12/�Iz
1111 /�13
34-416
Redoo'na1 I-I;bfid-Sigoa4
11 /�13
34 41 20
Roadway Illumination Assemblies
12/20/2012
34 41 20.01
Arterial LED Roadway Luminaires
06/15/2015
3n n�02
-Freeway LED a,,adw ., rzarn- Nakas
06/10 c�l-5
3n n�e3
l r >1 n,,,.a..,.,., r
dorfti� � ��ii�.�res
06/15a01 c
o��
34 41 30
Aluminum Signs
T !lift;,.
11/12/2013
34 41 500
3471 13
Single ede Fite. Cable
Traffic Control
02/moo
11/22/2013
CITY OF FORT WORTH Maverick Roadway Connection to US HWY 377
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105731
Revised March 20, 2020
000010
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Appendix
Page 8 of 8
GG4-.9
'k-woLlality o
GC-4.02
Subsurface and Physical Conditions
FE-4.06
It � \rdow Brriirormrr�:1 Condition , + Site
GG 6.07
lVag&R-CeS
GG-6-M
n?i mitv".a r T
1
1`t��:arrra��ti�:
GR-01 60 00 Product Requirements
END OF SECTION
CITY OF FORT WORTH Maverick Roadway Connection to US HWY 377
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105731
Revised March 20, 2020
TRAFFIC SIGNAL
IMPROVEMENTS
SECTION 00 42 43
Developer Awarded Projects - PROPOSAL FORM - Maverick Connection to Benbrook Hwy
UNIT PRICE BID
00 42 43
DAP - RID PROPOSAL
Page I of3
Bidder's Application
Project Item Information
Bidder's Proposal
Bidlist Item
Description
Specification
Unit of
Bid
Unit Price
Bid Value
No.
Section No.
Measure
Quantity
UNIT VI: TRAFFIC SIGNAL
IMPROVEMENTS
2605.0111 Furnish/Install Elec Sery Pedestal (Traffic
26 05 00
1
Signal)
EA
1
$15,500.00
$15,500.00
2
2605.3015 2" CONDT PVC SCH 80 (T)
26 05 33
LF
51
$38.00
$1,938.00
3
2605.3025 3" CONDT PVC SCH 80 (T)
26 05 33
LF
152
$40.00
$6,080.00
4
2605.3026 3" CONDT PVC SCH 80 (B)
26 05 33
LF
132
$88.00
$11,616.00
5
2605.3033 4" CONDT PVC SCH 80 (T)
26 05 33
LF
12
$44.00
$528.00
6
2605.3034 4" CONDT PVC SCH 80 (B)
26 05 33
LF
442
$92.00
$40,664.00
7
3441.1001 Furnish/Install 3-Sect Signal Head
3441 10
EA
13
$2,850.00
$37,050.00
8
3441.1003 Furnish/Install 5-Sect Signal Head
3441 10
EA
1
$4,950.00
$4,950.00
9
3441.1012 Furnish/Install Ped Signal Head Assmbly
3441 10
EA
2
$2,000.00
$4,000.00
10
3441.1031 Audible Pedestrian Pushbutton Station
3441 10
EA
2
$6,500.00
$13,000.00
11
3441.1209 Furnish/Install BBU System EXT Mounted
3441 10
EA
1
$11,500.00
$11,500.00
12
3441.1215 Furnish/Install Hybrid Detection System
3441 10
EA
5
$13,000.00
$65,000.00
13
3441.1220 Furnish/Install Model 711 Preemption
3441 10
EA
Detector
3
$4,000.00
$12,000.00
14
3441.1224 Furnish/Install Preemption Cable
3441 10
LF
822
$5.00
$4,110.00
15
3441.1250 Furnish/InstallPTZ Camera
344110
EA
1
$11,500.00
$11,500.00
16
3441.1255 Furnish/Install Communication Modem
3441 10
EA
1
$5,500.00
$5,500.00
17
3441.1260 Furnish/Install CAT5 Ethernet Cable
3441 10
LF
1600
$5.00
$8,000.00
18
3441.1311 5/C 14 AWG Multi -Conductor Cable
3441 10
LF
20
$5.00
$100.00
19
3441.1312 7/C 14 AWG Multi -Conductor Cable
3441 10
LF
705
$6.00
$4,230.00
20
3441.1314 10/C 14 AWG Multi -Conductor Cable
3441 10
LF
218
$7.00
$1,526.00
21
3441.1315 20/C 14 AWG Multi -Conductor Cable
3441 10
LF
1155
$11.00
$12,705.00
22
3441.1322 3/C 14 AWG Multi -Conductor Cable
3441 10
LF
228
$5.00
$1,140.00
23
3441.1408 NO 6 Insulated Elec Condr
3441 10
LF
36
$5.00
$180.00
24
3441.1410 NO 10 Insulated Elec Condr
3441 10
LF
1888
$3.00
$5,664.00
25
3441.1413 NO 6 Bare Elec Condr SLID
3441 10
LF
18
$5.00
$90.00
26
3441.1414 NO 8 Bare Elec Condr
3441 10
LF
771
$4.00
$3,084.00
3441.1503 Furnish/Install Ground Box Type D, w/Apron 3441 10
27
EA
8
$4,000.00
$32,000.00
28
3441.1603 Furnish/Install 10'- 20' Ped Pole Assmbly
3441 10
EA
1
$4,500.00
$4,500.00
29
3441.1611 Furnish/Install Type 41 Signal Pole
3441 10
EA
2
$15,500.00
$31,000.00
30
3441.1613 Furnish/Install Type 43 Signal Pole
3441 10
EA
1
$19,000.00
$19,000.00
31
3441.1615 Furnish/Install Type 45 Signal Pole
3441 10
EA
2
$19,500.00
$39,000.00
32
3441.1623 Furnish/Install Mast Arm 16' - 36'
3441 10
EA
2
$10,000.00
$20,000.00
33
3441.1624 Furnish/Install Mast Arm 40' - 48'
3441 10
EA
1
$11,000.00
$11,000.00
34
3441.1625 Furnish/Install Mast Arm 52' - 60'
3441 10
EA
2
$14,000.00
$28,000.00
35
3441.1701 TY 1 Signal Foundation
3441 10
EA
1
$6,500.00
$6,500.00
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS - DEVELOPER AWARDED PROJECTS
Form Version September 1, 2015
00 42 43_13id Proposal_DAP
00 42 43
DAP - RID PROPOSAL
Page 2 o f 3
SECTION 00 42 43
Developer Awarded Projects - PROPOSAL FORM - Maverick Connection to Benbrook Hwy
UNIT PRICE BID
Bidlist Item
No.
36
37
38
39
40
41
42
43
44
45
Bidder's Application
Project Item Information
Description
Specification
Unit of
Bid
Section No.
Measure
Quantity
3441.1703 TY 3 Signal Foundation
3441 10
EA
2
3441.1704 TY 4 Signal Foundation
3441 10
EA
1
3441.1705 TY 5 Signal Foundation
3441 10
EA
2
3441.1715 Signal Cabinet Foundation - 352i & BBU
3441 10
EA
1
3441.1725 Furnish/Install ATC Signal Controller
3441 10
EA
1
3441.1741 Furnish/Install 352i Controller Cabinet
3441 10
Assembly
EA
1
3441.3051 Furnish/Install LED Lighting Fixture (137
3441 20
EA
watt ATB2 Cobra Head)
5
3441.4001 Furnish/Install Alum Sign Mast Arm Mount
3441 30
EA
16
3441.4003 Furnish/Install Alum Sign Ground Mount
3441 30
EA
Citv Std.
6
0644.6001 IN SM RD SN SUP&AM TY10BWG(1)SA(P)
00 00 00
EA
6
TOTAL UNIT VI:
TRAFFIC SIGNAL IMPROVEMENTS
Bidder's Proposal
Unit Price Bid Value
$8,000.00
$16,000.00
$8,500.00
$8,500.00
$9,000.00
$18,000.00
$7,800.00
$7,800.00
$6,800.00
$6,800.00
$32,000.00 $32,000.00
$1,100.00 $5,500.00
$1,000.00 $16,000.00
$1,000.00 $6,000.00
$500.00 $3,000.00
$592,255.00
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS - DEVELOPER AWARDED PROJECTS
Form Version September 1, 2015 00 42 43_13id Proposal_DAP
00 42 43
DAP - BID PROPOSAL
Page 3 of 3
SECTION 00 42 43
Developer Awarded Projects - PROPOSAL FORM - Maverick Connection to Benbrook Hwy
UNIT PRICE BID Bidder's Application
IBidlist Item
No.
Project Item Information
Bidders Proposal
Description J Specification I Unit of f Bid Unit Price
Section No. f Measure Quantity
Bid Summary
UNIT I: WATER IMPROVEMENTS
UNIT II: SANITARY SEWER IMPROVEMENTS
Bid Value
N/A
N/A
UNIT III: DRAINAGE IMPROVEMENTS
N/A
UNIT IV: PAVING IMPROVEMENTS
N/A
UNIT V: STREET LIGHTING IMPROVEMENTS
N/A
UNIT VI: TRAFFIC SIGNAL IMPROVEMENTS
$592,255.00
This Bid is submitted by the entity named below:
BIDDER:
Conatser Construction TX, L.P
5327 Wichita Street
Fort Worth, Texas 76119
Total Construction Bid $592,255.00
BY: Brock Huggins
TITLE: President
U
DATE: January 27, 2025
Contractor agrees to complete WORK for FINAL ACCEPTANCE within 60 working days after the date when the
CONTRACT commences to run as provided in the General Conditions.
END OF SECTION
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS - DEVELOPER AWARDED PROJECTS
Form Version September 1, 2015 00 4243_Bid Proposal_DAP
0045 12
DAP PREQUALIFICAnON STATEMENT
Page 1 of 1
SECTION 00 45 12
DAP — PREQUALIFICATION STATEMENT
Each Bidder is required to complete the information below by identifying the prequalified contractors
and/or subcontractors whom they intend to utilize for the major work type(s) listed. In the "Maior Work
TvDe" box lorovide the complete maior work tvae and actual descrintion as provided by the Water
Department for water and sewer and TPW for navinp-.
Major Work Type Contractor/Subcontractor Company Name Prequalification
Expiration Date
STrz,et Ll ght-s Cc)natsirC�D"Srn.+Ct On TA LF I / 3 I / ?_0
The undersigned hereby certifies that the contractors and/or subcontractors described in the table above
are currently prequalified for the work types listed.
BIDDER:
Conatser Construction TX, L.P.
5327 Wichita Street
Fort Worth, Texas 76119
BY: Brock Huggins
It
ignature)
TITLE: President
DATE: January 27, 2025
END OF SECTION
CITY OF FORT WORTH
STANDARD CONSTRUCTION PREQUALIFICATI ON STATEMENT — DEVELOPER AWARDED PROJECTS
00 45 12_ 1 Prequalification Statement 2015_DAP
Form Version September 1, 2015
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
tZ
40
00 45 26 - 1
CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW
Page 1 of 1
SECTION 00 45 26
CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW
Pursuant to Texas Labor Code Section 406.096(a), as amended, Contractor certifies that it
provides worker's compensation insurance coverage for all of its employees employed on City
Project No. 105731. Contractor further certifies that, pursuant to Texas Labor Code, Section
406.096(b), as amended, it will provide to City its subcontractor's certificates of compliance with
worker's compensation coverage.
CONTRACTOR:
Conatser Construction TX. L.P.
Company
5327 Wichita Street
Address
Fort Worth. Texas 76119
City/State/Zip
THE STATE OF TEXAS §
COUNTY OF TARRANT §
By: Brock Hulzgins
(Please Print)
Signature:
Title: President
(Please Print)
BEFORE ME, the undersigned authority, on this day personally appeared
FI-OCK T UC)CL 1`)S , 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 C-[,TX I L. R for the purposes and
consideration therein expressed and in the capacity therein stated.
GIVEN UNDER MY HAND AND EAL OF OFFICE this day of
►GIYIUovy , 20X?
1
,r p„ KATHERI<rE RGSE
s� Notary Public. stale of Texas Notary Public in and for the State of Texas
ID# 133467933
My Commission Expires
November 30, 2025
END OF SECTION
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised April 2, 2014
Maverick Roadway Connection to US HWY 377
City Project No. 105731
00 52 43 - 1
Developer Awarded Project Agreement
Page 1 of 4
1 SECTION 00 52 43
2 AGREEMENT
3
4 THIS AGREEMENT, authorized on January 27, 2025 is made by and between the Developer,
5 FW Club, LP, authorized to do business in Texas ("Developer") , and Conatser Construction TX.
6 L.P., authorized to do business in Texas, acting by and through its duly authorized representative,
7 ("Contractor").
8 Developer and Contractor, in consideration of the mutual covenants hereinafter set forth, agree as
9 follows:
10 Article 1. WORK
11 Contractor shall complete all Work as specified or indicated in the Contract Documents for the
12 Project identified herein.
13 Article 2. PROJECT
14 The project for which the Work under the Contract Documents may be the whole or only a part is
15 generally described as follows:
16 Maverick Roadwav Connection to US HWY 377
17 City Proiect No. 105731
18 Article 3. CONTRACT TIME
19 3.1 Time is of the essence.
20 All time limits for Milestones, if any, and Final Acceptance as stated in the Contract
21 Documents are of the essence to this Contract.
22 3.2 Final Acceptance.
23 The Work will be complete for Final Acceptance within 60 working days after the date
24 when the Contract Time commences to run as provided in Paragraph 12.04 of the Standard
25 City Conditions of the Construction Contract for Developer Awarded Projects.
26 3.3 Liquidated damages
27 Contractor recognizes that time is of the essence of this Agreement and that Developer
28 will suffer financial loss if the Work is not completed within the times specified in
29 Paragraph 3.2 above, plus any extension thereof allowed in accordance with Article 10 of
30 the Standard City Conditions of the Construction Contract for Developer Awarded
31 Projects. The Contractor also recognizes the delays, expense and difficulties involved in
32 proving in a legal proceeding the actual loss suffered by the Developer if the Work is not
33 completed on time. Accordingly, instead of requiring any such proof , Contractor agrees
34 that as liquidated damages for delay (but not as a penalty), Contractor shall pay
35 Developer Five Hundred Dollars ($500.00) for each day that expires after the time
36 specified in Paragraph 3.2 for Final Acceptance until the City issues the Final Letter of
37 Acceptance.
CITY OF FORT WORTH Maverick Roadway Connection to US HWY 377
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105731
Revised June 16, 2016
00 52 43 - 2
Developer Awarded Project Agreement
Page 2 of 4
38 Article 4. CONTRACT PRICE
39 Developer agrees to pay Contractor for performance of the Work in accordance with the Contract
40 Documents an amount in current funds of Five Hundred Ninety -Two Thousand Two Hundred
41 Fiftv-Five Dollars and Zero Cents ($592.255.00).
42 Article 5. CONTRACT DOCUMENTS
43 5.1 CONTENTS:
44 A. The Contract Documents which comprise the entire agreement between Developer and
45 Contractor concerning the Work consist of the following:
46 1. This Agreement.
47 2. Attachments to this Agreement:
48 a. Bid Form (As provided by Developer)
49 1) Proposal Form (DAP Version)
50 2) Prequalification Statement
51 3) State and Federal documents (project specific)
52 b. Insurance ACORD Form(s)
53 c. Payment Bond (DAP Version)
54 d. Performance Bond (DAP Version)
55 e. Maintenance Bond (DAP Version)
56 f. Power of Attorney for the Bonds
57 g. Worker's Compensation Affidavit
58 h. MBE and/or SBE Commitment Form (If required)
59
3.
Standard City General Conditions of the Construction Contract for Developer
60
Awarded Projects.
61
4.
Supplementary Conditions.
62
5.
Specifications specifically made a part of the Contract Documents by attachment
63
or, if not attached, as incorporated by reference and described in the Table of
64
Contents of the Project's Contract Documents.
65
6.
Drawings.
66
7.
Addenda.
67
8.
Documentation submitted by Contractor prior to Notice of Award.
68
9.
The following which may be delivered or issued after the Effective Date of the
69
Agreement and, if issued, become an incorporated part of the Contract Documents:
70
a. Notice to Proceed.
71
b. Field Orders.
72
c. Change Orders.
73
d. Letter of Final Acceptance.
74
75
76
CITY OF FORT WORTH Maverick Roadway Connection to USHWY377
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105731
Revised June 16, 2016
00 52 43 - 3
Developer Awarded Project Agreement
Page 3 of 4
77 Article 6. INDEMNIFICATION
78 6.1 Contractor covenants and agrees to indemnify, hold harmless and defend, at its own
79 expense, the city, its officers, servants and employees, from and against any and all
80 claims arising out of, or alleged to arise out of, the work and services to be performed
81 by the contractor, its officers, agents, employees, subcontractors, licenses or invitees
82 under this contract. This indemnification provision is specifically intended to overate
83 and be effective even if it is alleged or vroven that all or some of the damages being
84 sought were caused, in whole or in cart, by anv act, omission or negligence of the citv.
85 This indemnity provision is intended to include, without limitation, indemnity for
86 costs, expenses and legal fees incurred by the city in defending against such claims and
87 causes of actions.
88
89 6.2 Contractor covenants and agrees to indemnify and hold harmless, at its own expense,
90 the city, its officers, servants and employees, from and against any and all loss, damage
91 or destruction of property of the city, arising out of, or alleged to arise out of, the work
92 and services to be performed by the contractor, its officers, agents, employees,
93 subcontractors, licensees or invitees under this contract. This indemnification
94 urovision is suecifically intended to overate and be effective even if it is alleged or
95 vroven that all or some of the damages being sought were caused, in whole or in Dart,
96 by anv act, omission or negligence of the city.
97
98 Article 7. MISCELLANEOUS
99 7.1 Terms.
100 Terms used in this Agreement are defined in Article 1 of the Standard City Conditions of
101 the Construction Contract for Developer Awarded Projects.
102 7.2 Assignment of Contract.
103 This Agreement, including all of the Contract Documents may not be assigned by the
104 Contractor without the advanced express written consent of the Developer.
105 7.3 Successors and Assigns.
106 Developer and Contractor each binds itself, its partners, successors, assigns and legal
107 representatives to the other party hereto, in respect to all covenants, agreements and
108 obligations contained in the Contract Documents.
109 7.4 Severability.
110 Any provision or part of the Contract Documents held to be unconstitutional, void or
111 unenforceable by a court of competent jurisdiction shall be deemed stricken, and all
112 remaining provisions shall continue to be valid and binding upon DEVELOPER and
113 CONTRACTOR.
114 7.5 Governing Law and Venue.
115 This Agreement, including all of the Contract Documents is performable in the State of
116 Texas. Venue shall be Tarrant County, Texas, or the United States District Court for the
117 Northern District of Texas, Fort Worth Division.
CITY OF FORT WORTH Maverick Roadway Connection to USHWY377
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105731
Revised June 16, 2016
005243-4
Developer Awarded Project Agreement
Page 4 of 4
118
119 7.6 Authority to Sign.
120 Contractor shall attach evidence of authority to sign Agreement, if other than duly
121 authorized signatory of the Contractor.
122
123 IN WITNESS WHEREOF, Developer and Contractor have executed this Agreement in multiple
124 counterparts.
125
126 This Agreement is effective as of the last date signed by the Parties ("Effective Date").
127
128
Contractor:
Conatser Construction TX, L.P
By:
(SilAure)
Brock Huggins
(Printed Name)
Title: President
Company Name: Conatser Construction
TX, L.P.
Address:
5327 Wichita Street
City/ State/ Zip: Fort Worth, Texas 76119
January 27, 2025
Date
Developer:
FW Club, LP
By: 71�L
(Signature)
Taylor Baird
(Printed Name)
Title: Manager
Company name: FW Club, LP
Address:
4001 Maple Avenue, Suite 270
City/State/Zip: Dallas, Texas 75219
11z11z5
Date
CITY OF FORT WORTH Maverick Roadway Connection to (IS HWY 377
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DFVELOPF,R AWARDED PROJF,CTS City Project No. 105731
Revised June 16, 2016
'
I]
Bond No. 0266021
006213-1
PERFORMANCE BOND
Page 1 of2
1
SECTION 00 6213
2
PERFORMANCE BOND
3
4 THE STATE OF TEXAS
§
5
§ KNOW ALL BY THESE PRESENTS:
6 COUNTY OF TARRANT
§
7
8 That we, Conatser Construction TX, L.P., known as "Principal" herein and
9 , f ey insurance C oulpi y = a corporate surety (sureties, if more than
10 one) duly authorized to do business in the State of Texas, known as "Surety" herein (whether one
1 I or more), are held and firmly bound unto the Developer, FW Club, LP, authorized to do business
12 in Texas ("Developer') and the City of Fort Worth, a Texas municipal corporation ("City"), in
13 the penal sum of, Five Hundred Niney-Two ThousarW TyQ JMndrAFifty-Five Dollars and Zero
14 Cents ($592,255A0), lawful money of the United States, to be paid in Fort Worth, Tarrant
15 County, Texas for the payment of which sum well and truly to be made jointly unto the
16 Developer and the City as dual obligees, we bind ourselves, our heirs, executors, administrators,
17 successors and assigns, jointly and severally, firmly by these presents.
18 WHEREAS, Developer and City have entered into an Agreement for the construction of
19 community facilities in the City of Fort Worth by and through a Community Facilities
20 Agreement, CPA Number CFA25-0014; and
21 WHEREAS, the Principal has entered into a certain written contract with the Developer awarded
22 the 27th day of Tanuary .20 25, which Contract is hereby referred to and made a
23 part hereof for all purposes as if fully set forth herein, to furnish all materials, equipment labor
24 and other accessories defined by law, in the prosecution of the Work, including any Change
25 Orders, as provided for in said Contract designated as Maverick Roadway Connection to US HWY
26 377.
27 NOW, THEREFORE, the condition of this obligation is such that if the said Principal
28 shall faithfully perform it obligations under the Contract and shall in all respects duly and
29 faithfully perform the Work, including Change Orders, under the Contract, according to the plans,
30 specifications, and contract documents therein referred to, and as well during any period of
31 extension of the Contract that may be granted on the part of the Developer and/or City, then this
32 obligation shall be and become null and void, otherwise to remain in full force and effect.
CITY OF FORT WORTH Maverick Roadway Connection to US HWY 377
STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS City Project No_ 105731
Revised January 31, 2012
00 62 13 - 2
PERFORMANCE BOND
Page 2 of 2
1 PROVIDED FURTHER, that if any legal action be filed on this Bond, venue shall lie in
2 Tarrant County, Texas or the United States District Court for the Northern District of Texas, Fort
3 Worth Division..
4 This bond is made and executed in compliance with the provisions of Chapter 2253 of the
5 Texas Government Code, as amended, and all liabilities on this bond shall be determined in
6 accordance with the provisions of said statue.
7 IN WITNESS WHEREOF, the Principal and the Surety have SIGNED and SEALED
8 this instrument by duly authorized agents and officers on this the 27th day of
9 January . 20 25 .
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
ATT/ESTk)Secretoo_�
: IRi(Princ
Witness as to Principal
PRINCIPAL:
.ouatm cq»struation TX. L.P•
BY: AW
Signature
Brock 13ueeins. President
Name and Title
Address: 5327 Wichita Street
Eock3�SI���Z�.1,19
SURETY:
Berkley Insurance Company
Signature
Robbi Morales, Attorney -in -fact
Name and Title
Address: _5005 LBJ Freeway, Suite 1400
_.Dallas, TX . 75244.
Telephone Number: 214/989-0000
W' ness as to Surety p
*Note: If signed by an officer of the Surety Company, there must be on file a certified extract
from the by-laws showing that this person has authority to sign such obligation. If Surety's
physical address is different from its mailing address, both must be provided.
The date of the bond shall not be prior to the date the Contract is awarded.
CITY OF FORT WORTH Maverick Roadway Connection to US IIWY 377
STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS City Project No. IOS731
Revised January 31, 2012
Bond No. 0266021
006214- 1
PAYMENfBOND
Page 1 of 2
I SECTION 00 62 14
2 PAYMENT BOND
3
4 THE STATE OF TEXAS §
5 § KNOW ALL BY THESE PRESENTS:
6 COUNTY OF TARRANT §
7 That we, CQnatser Conduction TX, -LP., known as "Principal" herein, and
8 _ Berkley Insurance Company a corporate surety (or
9 sureties if more than one), duly authorized to do business in the State of Texas, known as
10 "Surety" herein (whether one or more), are held and firmly bound unto the Developer, FW Club,
t i LP, authorized to do business in Texas "(Developer"), and the City of Fort Worth, a Texas
12 municipal corporation ("City"), in the penal sum of Five Humored Ningty-Two Thousand Two
13 Hundred Fifty -Five Dollars and Zero Ce= ($522 55.00), lawful money of the United States, to
14 be paid in Fort Worth, Tarrant County, Texas, for the payment of which sum well and truly be
15 made jointly unto the Developer and the City as dual obligees, we bind ourselves, our heirs,
16 executors, administrators, successors and assigns, jointly and severally, firmly by these presents:
17 WHEREAS, Developer and City have entered into an Agreement for the construction of
18 community facilities in the City of Fort Worth, by and through a Community Facilities
19 Agreement, CFA Number CE= A25-0014; and
20 WHEREAS, Principal has entered into a certain written Contract with Developer,
21 awarded the 27th , day of Tanuary , 20 25 , which Contract is hereby
22 referred to and made a part hereof for all purposes as if fully set forth herein, to furnish all
23 materials, equipment, labor and other accessories as defined by law, in the prosecution of the
24 Work as provided for in said Contract and designated as Maverick Roadway Connection to US
25 HWY377.
26 NOW, THEREFORE, TIE CONDITION OF THIS OBLIGATION is such that if
27 Principal shall pay all monies owing to any (and all) payment bond beneficiary (as defined in
28 Chapter 2253 of the Texas Government Code, as amended) in the prosecution of the Work under
29 the Contract, then this obligation shall be and become null and void; otherwise to remain in full
30 force and effect.
CITY OF FORT WORTH Maverick Roadway Connection to USHWY 377
STANDARD CITY CONDITIONS — DEVFLOPER AWARDED PROJECTS City Pmjeet No. 10573)
Revised January 31, 2012
006214-2
PAYMENT BOND
Page 2 of 2
1 This bond is made and executed in compliance with the provisions of Chapter 2253 of the
2 Texas Government Code, as amended, and all liabilities on this bond shall be determined in
3 accordance with the provisions of said statute.
4 IN WITNESS WHEREOF, the Principal and Surety have each SIGNED and SEALED this
5 instrument by duly authorized agents and officers on this the 27th day of
6 January , 20 25
PRINCIPAL:
Conatser Construction TX. L,P,
ATTEST: BY:
Signature � •
(Principal) Secree r �
R_)
Witness as to Principal
Brock Hurcins, President
Name and Title
Address: 5327.Wichita Street
Fort Wort. Texas 76119
SURETY:
Berkley Insurance Company
ATTEST: BY:
Signature
_ ��1►n t� _ _ __ Robbi Morales, Attorney -in -fact
(Surety) Secretary Name and Title
Address: 5005 LBJ Freeway, Suite 1400
_DJ1as, TX 75244 -_ _
itness 4asto ety - —
Telephone Number: 21141989-0000"
7
8 Note: If signed by an officer of the Surety, there must be on file a certified extract from the
9 bylaws showing that this person has authority to sign such obligation. If Surety's physical
Io address is different from its mailing address, both must be provided.
11
12 THE DATE OF THE BOND SHALL NOT BE PRIOR TO THE DATE THE CONTRACT
13 IS AWARDED.
14 END OF SECTION
CITY OF FORT WORTH Maverick Roadway Connection to US 1lWY377
STANDARD CITY CONDITIONS — DEVELOPF,R AWARDED PROJ> CT6 City Project No. JOS731
Revised January 31, 2012
Bond No. 0266021
006219-1
MAINTENANCE BOND
Page I of 3
1 SECTION 00 6219
2 MAINTENANCE BOND
3
4 THE STATE OF TEXAS §
5 § KNOW ALL BY THESE PRESENTS:
6 COUNTY OF TARRANT §
7
8 That we Conatser Construction TX. L.P., known as "Principal" herein and
9 Berkley Insurance Company , a corporate surety (sureties, if more than
10 one) duly authorized to do business in the State of Texas, known as "Surety" herein (whether one
I I or more), are held and firmly bound unto the Developer, FW Club, LP, authorized to do business
12 in Texas ("Developer") and the City of Fort Worth, a Texas municipal corporation ("City', in
13 the sum of, Five Hundred Ninety -Two Thousand Two hundred Fifiv-Five Dollars and Zera_Qents
14 ($592.255.00), lawful money of the United States, to be paid in Fort Worth, Tarrant County,
15 Texas, for payment of which sum well and truly be made jointly unto the Developer and the City
16 as dual obligees and their successors, we bind ourselves, our heirs, executors, administrators,
17 successors and assigns, jointly and severally, firmly by these presents.
18
19 WHEREAS, Developer and City have entered into an Agreement for the construction of
20 community facilities in the City of Fort Worth by and through a Community Facilities
21 Agreement, CFA Number CFA25-0014; and
22 WHEREAS, the Principal has entered into a certain written contract with the Developer
23 awarded the 27th day of January _ 20 25 , which Contract is
24 hereby referred to and a made part hereof for all purposes as if fully set forth herein, to furnish all
25 materials, equipment labor and other accessories as defined by law, in the prosecution of the
26 Work, including any Work resulting from a duly authorized Change Order (collectively herein,
27 the "Work") as provided for in said Contract and designated as Maverick Roadway Connection to
28 US MWY 377; and
29
30 WHEREAS, Principal binds itself to use such materials and to so construct the Work in
31 accordance with the plans, specifications and Contract Documents that the Work is and will
32 remain free from defects in materials or workmanship for and during the period of two (2) years
33 after the date of Final Acceptance of the Work by the City ("Maintenance Period"); and
34
MY OF FORT WORTIi Maverick Roadway Connection to US HWY 377
STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROXCTS City Project No. 105731
Revised January 31, 2012
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
006219-2
MAINTENANCE BOND
Page 2 of 3
WHEREAS, Principal binds itself to repair or reconstruct the Work in whole or in part
upon receiving notice from the Developer and/or City of the need thereof at any time within the
Maintenance Period.
NOW THEREFORE, the condition of this obligation is such that if Principal shall
remedy any defective Work, for which timely notice was provided by Developer or City, to a
completion satisfactory to the City, then this obligation shall become null and void; otherwise to
remain in full force and effect.
PROVIDED, HOWEVER, if Principal shall fail so to repair or reconstruct any timely
noticed defective Work, it is agreed that the Developer or City may cause any and all such
defective Work to be repaired and/or reconstructed with all associated costs thereof being borne
by the Principal and the Surety under this Maintenance Bond; and
PROVIDED FURTHER, that if any legal action be filed on this Bond, venue shall lie in
Tarrant County, Texas or the United States District Court for the Northern District of Texas, Fort
Worth Division; and
PROVIDED FURTHER, that this obligation shall be continuous in nature and
successive recoveries may be had hereon for successive breaches.
CITY OF FORT WORTH Maverick Roadway Connection to US HWY 377
STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS City Project No. 1 OS731
Revised January 31, 2012
006219-3
MAINTENANCE BOND
Psgc 3 of 3
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 27th day of
3 January 2025 .
4
5 PRINCIPAL:
6 Cz=r Constructiotl TX,?� P- -
7
8 y BY: A5S�
10 Signature
11 ATTEST:
12
13 s�..yy Brock Huggins. President
14 4rincit) See-rc4di ' Name and Title
15
16 Address: 5327 Wichita Street
17 Fort Wort• Texas 76119
19
20 Witness as to Principal
21 SURETY:
22 Berkley Insurance Company
23 —
24
25 BY: 6R_,�
26 Signature
27
28 R_ob_ b_ i Morales, Attorney -in -fact
29 ATTEST: Name and Title
30
31 Address: 5005 LBJ Freeway, Suite 1400
32 (Surety) 5 cretary J)At as, TX, 75244 ,
33 - - —
34 �r
35 tk'' ress as to Surety Telephone Number: 214(989-0000�
36
37 *Note: If signed by an officer of the Surety Company, there must be on file a certified extract
38 from the by-laws showing that this person has authority to sign such obligation. If
39 Surety's physical address is different from its mailing address, both must be provided.
40
41 The date of the bond shall not be prior to the date the Contract is awarded,
42
CM OF FORT WORTH Maverick Roadway Connection to US HWY 377
STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS City Project No. 105731
Revised 3anutuy 31, 2012
No. BI-72801
POWER OF ATTORNEY
BERKLEY INSURANCE COMPANY
WILMINGTON, DELAWARE
KNOW ALL MEN BY THESE 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; Kelly A. Westbrook, Tina McEwan; Joshua Saunders, Tonic Petranek; or Mikaela Peppers of Aon Risk
Services Southwest, Inc. of Dallas, TX its true and lawful Attorney -in -Fact, to sign its name as surety only as delineated below
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 00/100 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.
Zn
This Power of Attorney shall be construed and enforced in accordance with, and governed by, the laws of the State of Delaware,
owithout giving effect to the principles of conflicts of laws thereof. This Power of Attorney is granted pursuant to the following
> resolutions which were duly and validly adopted at a meeting of the Board of Directors of the Company held on January 25, 2010:
•— o
RESOLVED, that, with respect to the Surety business written by Berkley Surety, the Chainnan of the Board, Chief
0 o Executive Officer, President or any Vice President of the Company, in conjunction with the Secretary or any Assistant
Secretary are hereby authorized to execute powers of attorney authorizing and qualifying the attorney -in -fact named therein
o to execute bonds, undertakings, recognizances, or other suretyship obligations on behalf of the Company, and to affix the
c corporate seal of the Company to powers of attorney executed pursuant hereto; and said officers may remove any such
oc 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
further
o RESOLVED, that the signature of any authorized officer and the seal of the Company may be affixed by facsimile to any
power of attorney or certification thereof authorizing the execution and delivery of any bond, undertaking, recognizance, or
mpany; and such signature and seal when so used shall have the same force and effect as
other suretyship obligation of the Co
3 though manually affixed. The Company may continue to use for the purposes herein stated the facsimile signature of any
r- person or persons who shall have been such officer or officers of the Company, notwithstanding the fact that they may have
laceased to be such at the time when such instruments shall be issued.
yIN WITNESS WHEREOF, the Company has caused these presents to be signed and attested by its appropriate officers and its
ocorporate seal hereunto affixed this 2°d day of Mav 2024
o Attest Berkley Insurance Company
y
(Seal) By .' , !n By
F- Philip S.�1 PI It JJ M.
° o Executive Vice President & Secretary Senior Vice. President
o STATE OF CONNECTICUT )
ss:
a '�' COUNTY OF FAIRFIELD )
b o Sworn to before me, a Notary Public in the State of Connecticut, thus 2 a day of May 2024 , by Philip S. Welt and
N o Jeffrey M. Hafter who are sworn to me to be the Executive Vice President and Secretary, and the Senior Vice President,
o respectively, of Berkley Insurance Company.
MARfA C. RLINDBAKEN
MIORAFTY PUBIJr Notary Public., State. of Connecticut
OONNEC71CLIT
d W OMMISSION MRM 04. f 2 2Q CERTIFICATE
o I, the undersigned, Assistant Secretary of BERKLEY INSURANCE COMPANY, DO HEREBY CERTIFY that the foregoing is a
zU true, correct and complete copy of the original Power of Attorney; that said Power of Attorney has not been revoked or rescinded
z ' and that the authority of the Attorney -in -Fact set fords therein, who executed the bond or undertaking to which this Power of
a Attorney is attached, is in full force and effect as of this date.
Given under my hand and seal of the Company, this 27th day of Tanuary 2025
(Seal) L:f
Vincent P. Forte
IMPORTANT NOTICE
To obtain information or make a complaint:
You may call Berkley Surety Group, LLC and its affiliates by
telephone for information or to make a complaint:
BERKLEY SURETY GROUP, LLC
Please send all notices of claim on this bond to:
Berkley Surety Group, LLC
(866) 768-3534
412 Mount Kemble Avenue, Suite 310N
Morristown, NJ 07960
Attn: Surety Claims Department
You may contact the Texas Department of Insurance to obtain
information on companies, coverages, rights or complaints at:
1-800-252-3439
You may write the Texas Department of Insurance:
P. O. Box 149104
Austin, TX 78714-9104
Fax: (512) 475-1771
Web: http://www.tdi.state.tx.us
E-mail: ConsumerProtection(i'bltdi.state.tx.us
PREMIUM OR CLAIM DISPUTES:
Should you have a dispute concerning your premium or about a claim
you should contact your agent or Berkley Surety Group, LLC first. 1f
the dispute is not resolved, you may contact the Texas Department of
Insurance.
ATTACH THIS NOTICE TO YOUR BOND:
This notice is for information only and does not become a part or
condition of the attached document and is given to comply with Texas
legal and regulatory requirements.
STANDARD CITY CONDITIONS
OF THE CONSTRUCTION CONTRACT
FOR DEVELOPER AWARDED PROJECTS
CITY OF FORT WORTH
STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
STANDARD CITY CONDITIONS OF THE
CONSTRUCTION CONTRACT
FOR DEVELOPER AWARDED PROJECTS
TABLE OF CONTENTS
Article 1 — Definitions and Terminology..........
1.01 Defined Terms ...............................
1.02 Terminology ..................................
Article 2 —
Preliminary Matters .......................
2.01
Before Starting Construction......
2.02
Preconstruction Conference........
2.03
Public Meeting ............................
Page
.............................................1
.............................................1
............................................. 5
....................................................... 6
....................................................... 6
....................................................... 6
....................................................... 6
Article 3 — Contract Documents and Amending............................................................................................... 6
3.01 Reference Standards..................................................................................................................... 6
3.02 Amending and Supplementing Contract Documents.................................................................. 6
Article 4 — Bonds and Insurance....................................................................................................................... 7
4.01 Licensed Sureties and Insurers..................................................................................................... 7
4.02 Performance, Payment, and Maintenance Bonds........................................................................ 7
4.03 Certificates of Insurance............................................................................................................... 7
4.04 Contractor's Insurance.................................................................................................................. 9
4.05 Acceptance of Bonds and Insurance; Option to Replace...........................................................12
Article 5 —
Contractor's Responsibilities........................................................................................................12
5.01
Supervision and Superintendent.................................................................................................12
5.02
Labor; Working Hours................................................................................................................13
5.03
Services, Materials, and Equipment...........................................................................................13
5.04
Project Schedule..........................................................................................................................14
5.05
Substitutes and "Or-Equals".......................................................................................................14
5.06
Pre -Qualification of Bidders (Prime Contractors and Subcontractors).....................................16
5.07
Concerning Subcontractors, Suppliers, and Others...................................................................16
5.08
Wage Rates..................................................................................................................................18
5.09
Patent Fees and Royalties...........................................................................................................19
5.10
Laws and Regulations.................................................................................................................19
5.11
Use of Site and Other Areas.......................................................................................................19
5.12
Record Documents......................................................................................................................20
5.13
Safety and Protection..................................................................................................................
21
5.14
Safety Representative.................................................................................................................21
5.15
Hazard Communication Programs.............................................................................................22
5.16
Submittals....................................................................................................................................22
5.17
Contractor's General Warranty and Guarantee..........................................................................23
CITY OF FORT WORTH
STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
5.18 Indemnification ............................................
5.19 Delegation of Professional Design Services
5.20 Right to Audit: .............................................
5.21 Nondiscrimination ........................................
Article 6 - Other Work at the Site.......
6.01 Related Work at Site .......
Article 7 - City's Responsibilities ............................................
7.01 Inspections, Tests, and Approvals .......................
7.02 Limitations on City's Responsibilities ................
7.03 Compliance with Safety Program ........................
Article 8 - City's Observation Status During Construction.......
8.01 City's Project Representative .................................
8.02 Authorized Variations in Work ..............................
8.03 Rejecting Defective Work ......................................
8.04 Determinations for Work Performed ......................
Article 9 - Changes in the Work ......................
9.01 Authorized Changes in the Work
9.02 Notification to Surety ...................
Article 10 - Change of Contract Price; Change of Contract Time
10.01 Change of Contract Price ...........................................
10.02 Change of Contract Time ...........................................
10.03 Delays.........................................................................
Article 11 - Tests and Inspections; Correction, Removal or Acceptance of Defective Work ............
11.01 Notice of Defects..............................................................................................................
11.02 Access to Work.................................................................................................................
11.03 Tests and Inspections........................................................................................................
11.04 Uncovering Work.............................................................................................................
11.05 City May Stop the Work...................................................................................................
11.06 Correction or Removal of Defective Work......................................................................
11.07 Correction Period..............................................................................................................
11.08 City May Correct Defective Work...................................................................................
Article 12 - Completion ...........................................
12.01 Contractor's Warranty of Title ............
12.02 Partial Utilization .................................
12.03 Final Inspection ....................................
12.04 Final Acceptance ..................................
Article 13 - Suspension of Work .....................................
13.01 City May Suspend Work .............................
Article 14 - Miscellaneous .........................................
14.01 Giving Notice .........................................
CITY OF FORT WORTH
STANDARD CITY CONDITIONS - DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
24
24
25
25
26
26
26
26
26
27
a
a
... 29
... 29
... 29
... 29
... 30
... 30
... 30
... 30
... 31
................................. 32
................................. 32
................................. 32
................................. 32
................................. 33
............................................................. 33
............................................................. 33
34
34
14.02 Computation of Times................................................................................................................ 34
14.03 Cumulative Remedies................................................................................................................. 34
14.04 Survival of Obligations...............................................................................................................35
14.05 Headings......................................................................................................................................35
CITY OF FORT WORTH
STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
0073 10- 1
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 1 of 35
ARTICLE 1— DEFINITIONS AND TERMINOLOGY
1.01 Defined Terms
A. Wherever used in these General Conditions or in other Contract Documents, the terms listed
below have the meanings indicated which are applicable to both the singular and plural thereof,
and words denoting gender shall include the masculine, feminine and neuter. Said terms are
generally capitalized or written in italics, but not always. When used in a context consistent with
the definition of a listed -defined term, the term shall have a meaning as defined below whether
capitalized or italicized or otherwise. In addition to terms specifically defined, terms with initial
capital letters in the Contract Documents include references to identified articles and paragraphs,
and the titles of other documents or forms.
1. Agreement - The written instrument which is evidence of the agreement between Developer
and Contractor covering the Work
2. Asbestos —Any material that contains more than one percent asbestos and is friable or is
releasing asbestos fibers into the air above current action levels established by the United
States Occupational Safety and Health Administration.
3. Business Day — A business day is defined as a day that the City conducts normal business,
generally Monday through Friday, except for federal or state holidays observed by the City.
4. Buzzsaw — City's on-line, electronic document management and collaboration system.
5. Calendar Day — A day consisting of 24 hours measured from midnight to the next midnight.
6. City— The City of Fort Worth, Texas, a Texas home -rule municipal corporation, acting by,
its governing body through its City Manager, his designee, or agents authorized pursuant to
its duly authorized charter on his behalf.
7. Community Facilities Agreement (CFA) A Contract between the Developer and the City
for the Construction of one or more following public facilities within the City public right-of-
way or easement: Water, Sanitary Sewer, Street, Storm Drain, Street Light, and Street Signs.
A CFA may include private facilities within the right-of-way dedicated as private right-of-
way or easement on a recorded plat.
8. Contract —The entire and integrated written document incorporating the Contract
Documents between the Developer, Contractor, and/or City concerning the Work. The
Contract supersedes prior negotiations, representations, or agreements, whether written or
oral.
9. Contract Documents —Those items that make up the contract and which must include the
Agreement, and it's attachments such as standard construction specifications, standard City
Conditions, other general conditions of the Developer, including:
a. An Agreement
CITY OF FORT WORTH
STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
0073 10-2
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 2 of 35
b. Attachments to the Agreement
i. Bid Form
ii. Vendor Compliance with State Law Non -Resident Bidder
iii. Prequalification Statement
C. Current Prevailing Wage Rates Table (if required by City)
d. Insurance Accord Form
e. Payment Bond
f. Performance Bond
g. Maintenance Bond
h. Power of Attorney for Bonds
i. Workers Compensation Affidavit
j. MWBE Commitment Form( If required by City)
k. General Conditions
1. Supplementary Conditions
in. The Standard City Conditions
n. Specifications specifically made part of the Contract Documents by attachment, if
not attached, as incorporated by reference and described in the Table of Contents of
the Project's Contract Documents
o. Drawings
P. Documentation submitted by contractor prior to Notice of Award.
q. The following which may be delivered or issued after the effective date if the
Agreement and, if issued become an incorporated part of the Contract Documents
i. Notice to Proceed
ii. Field Orders
iii. Change Orders
iv. Letters of Final Acceptance
r. Approved Submittals, other Contractor submittals, and the reports and drawings of
subsurface and physical conditions are not Contract Documents.
10. Contractor —The individual or entity with whom Developer has entered into the Agreement.
11. Day or day —A day, unless otherwise defined, shall mean a Calendar Day.
12. Developer — An individual or entity that desires to make certain improvements within the
City of Fort Worth
13. Drawings —That part of the Contract Documents prepared or approved by Engineer which
graphically shows the scope, extent, and character of the Work to be performed by
Contractor. Submittals are not Drawings as so defined.
14. Engineer —The licensed professional engineer or engineering firm registered in the State of
Texas performing professional services for the Developer.
15. Final Acceptance — The written notice given by the City to the Developer and/or Contractor
that the Work specified in the Contract Documents has been completed to the satisfaction of
the City.
CITY OF FORT WORTH
STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
0073 10- 3
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 3 of 35
16. Final Inspection — Inspection carried out by the City to verify that the Contractor has
completed the Work, and each and every part or appurtenance thereof, fully, entirely, and in
conformance with the Contract Documents.
17. General Requirements —A part of the Contract Documents between the Developer and a
Contractor.
18. Laws and Regulations Any and all applicable laws, rules, regulations, ordinances, codes,
and orders of any and all governmental bodies, agencies, authorities, and courts having
jurisdiction.
19. Liens —Charges, security interests, or encumbrances upon Project funds, real property, or
personal property.
20. Milestone —A principal event specified in the Contract Documents relating to an
intermediate Contract Time prior to Final Acceptance of the Work.
21. Non -Participating Change Order —A document, which is prepared for and reviewed by the
City, which is signed by Contractor, and Developer, and authorizes an addition, deletion, or
revision in the Work or an adjustment in the Contract Price or the Contract Time, issued on
or after the Effective Date of the Agreement.
22. Participating Change Order —A document, which is prepared for and approved by the City,
which is signed by Contractor, Developer, and City and authorizes an addition, deletion, or
revision in the Work or an adjustment in the Contract Price or the Contract Time, issued on
or after the Effective Date of the Agreement.
23. Plans — See definition of Drawings.
24. Project Schedule —A schedule, prepared and maintained by Contractor, in accordance with
the General Requirements, describing the sequence and duration of the activities comprising
the Contractor's plan to accomplish the Work within the Contract Time.
25. Project —The Work to be performed under the Contract Documents.
26. Project Representative —The authorized representative of the City who will be assigned to
the Site.
27. Public Meeting — An announced meeting conducted by the Developer to facilitate public
participation and to assist the public in gaining an informed view of the Project.
28. Regular Working Hours — Hours beginning at 7: 00 a.m. and ending at 6:00 p.m., Monday
thru Friday (excluding legal holidays).
29. Samples Physical examples of materials, equipment, or workmanship that are
representative of some portion of the Work and which establish the standards by which such
portion of the Work will be judged.
CITY OF FORT WORTH
STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
0073 10- 4
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 4 of 35
30. Schedule of Submittals —A schedule, prepared and maintained by Contractor, of required
submittals and the time requirements to support scheduled performance of related
construction activities.
31. Site —Lands or areas indicated in the Contract Documents as being furnished by City or
Developer upon which the Work is to be performed, including rights -of -way, permits, and
easements for access thereto, and such other lands furnished by City or Developer which are
designated for the use of Contractor.
32. Specifications —That part of the Contract Documents consisting of written requirements for
materials, equipment, systems, standards and workmanship as applied to the Work, and
certain administrative requirements and procedural matters applicable thereto.
Specifications may be specifically made a part of the Contract Documents by attachment or,
if not attached, may be incorporated by reference as indicated in the Table of Contents
(Division 00 00 00) of each Project.
33. Standard City Conditions — That part of the Contract Documents setting forth requirements
of the City.
34. Subcontractor —An individual or entity having a direct contract with Contractor or with any
other Subcontractor for the performance of apart of the Work at the Site.
35. Submittals All drawings, diagrams, illustrations, schedules, and other data or information
which are specifically prepared or assembled by or for Contractor and submitted by
Contractor to illustrate some portion of the Work.
36. Superintendent — The representative of the Contractor who is available at all times and able
to receive instructions from the City and/or Developer and to act for the Contractor.
37. Supplementary Conditions —That part of the Contract Documents which amends or
supplements the General Conditions.
38. Supplier —A manufacturer, fabricator, supplier, distributor, materialman, or vendor having
a direct contract with Contractor or with any Subcontractor to furnish materials or
equipment to be incorporated in the Work by Contractor or Subcontractor.
39. Underground Facilities All underground pipelines, conduits, ducts, cables, wires,
manholes, vaults, tanks, tunnels, or other such facilities or attachments, and any
encasements containing such facilities, including but not limited to, those that convey
electricity, gases, steam, liquid petroleum products, telephone or other communications,
cable television, water, wastewater, storm water, other liquids or chemicals, or traffic or
other control systems.
40. Weekend Working Hours — Hours beginning at 9: 00 a. in. and ending at 5: 00 p.m., Saturday,
Sunday or legal holiday, as approved in advance by the City.
CITY OF FORT WORTH
STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
0073 10- 5
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 5 of 35
41. Work —The entire construction or the various separately identifiable parts thereof required
to be provided under the Contract Documents. Work includes and is the result of performing
or providing all labor, services, and documentation necessary to produce such construction
including any Participating Change Order, Non -Participating Change Order, or Field
Order, and furnishing, installing, and incorporating all materials and equipment into such
construction, all as required by the Contract Documents.
42. Working Day — A working day is defined as a day, not including Saturdays, Sundays, or
legal holidays authorized by the City for contract purposes, in which weather or other
conditions not under the control of the Contractor will permit the performance of the
principal unit of work underway for a continuous period of not less than 7 hours between 7
a.m. and 6 p. m.
1.02 Terminology
A. The words and terms discussed in Paragraph 1.02.13 through D are not defined but, when used in
the Bidding Requirements or Contract Documents, have the indicated meaning.
B. Defective:
1. The word "defective," when modifying the word "Work," refers to Work that is
unsatisfactory, faulty, or deficient in that it:
a. does not conform to the Contract Documents; or
b. does not meet the requirements of any applicable inspection, reference standard, test, or
approval referred to in the Contract Documents; or
c. has been damaged prior to City's written acceptance.
C. Furnish, Install, Perform, Provide:
1. The word "Furnish" or the word "Install" or the word "Perform" or the word "Provide" or
the word "Supply," or any combination or similar directive or usage thereof, shall mean
furnishing and incorporating in the Work including all necessary labor, materials, equipment,
and everything necessary to perform the Work indicated, unless specifically limited in the
context used.
D. Unless stated otherwise in the Contract Documents, words or phrases that have a well-known
technical or construction industry or trade meaning are used in the Contract Documents in
accordance with such recognized meaning.
CITY OF FORT WORTH
STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
0073 10- 6
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 6 of 35
ARTICLE 2 — PRELIMINARY MATTERS
2.01 Before Starting Construction
Baseline Schedules: Submit to City in accordance with the Contract Documents, and prior to starting
the Work. New schedules will be submitted to City when Participating Change Orders or Non -
Participating Change Orders occur.
2.02 Preconstruction Conference
Before any Work at the Site is started, the Contractor shall attend a Preconstruction Conference as
specified in the Contract Documents.
2.03 Public Meeting
Contractor may not mobilize any equipment, materials or resources to the Site prior to Contractor
attending the Public Meeting as scheduled by the City.
ARTICLE 3 — CONTRACT DOCUMENTS AND AMENDING
3.01 Reference Standards
A. Standards, Specifications, Codes, Laws, and Regulations
1. Reference to standards, specifications, manuals, or codes of any technical society,
organization, or association, or to Laws or Regulations, whether such reference be specific or
by implication, shall mean the standard, specification, manual, code, or Laws or Regulations
in effect at the time of opening of Bids (or on the Effective Date of the Agreement if there
were no Bids), except as may be otherwise specifically stated in the Contract Documents.
2. No provision or instruction shall be effective to assign to City, or any of its officers,
directors, members, partners, employees, agents, consultants, or subcontractors, any duty or
authority to supervise or direct the performance of the Work or any duty or authority to
undertake responsibility inconsistent with the provisions of the Contract Documents.
3.02 Amending and Supplementing Contract Documents
A. The Contract Documents may be amended to provide for additions, deletions, and revisions in
the Work or to modify the terms and conditions thereof by a Participating Change Order or a
Non -Participating Change Order.
B. The requirements of the Contract Documents may be supplemented, and minor variations and
deviations in the Work not involving a change in Contract Price or Contract Time, may be
authorized, by one or more of the following ways:
1. A Field Order;
CITY OF FORT WORTH
STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
0073 10- 7
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 7 of 35
1. City's or Engineer's review of a Submittal (subject to the provisions of Paragraph 5.16.C); or
2. City's written interpretation or clarification.
ARTICLE 4 — BONDS AND INSURANCE
4.01 Licensed Sureties and Insurers
All bonds and insurance required by the Contract Documents to be purchased and maintained by
Contractor shall be obtained from surety or insurance companies that are duly licensed or authorized
in the State of Texas to issue bonds or insurance policies for the limits and coverage so required.
Such surety and insurance companies shall also meet such additional requirements and qualifications
as may be provided Section 4.04.
4.02 Performance, Payment, and Maintenance Bonds
A. Contractor shall furnish performance and payment bonds in the name of Developer and City, in
accordance with Texas Government Code Chapter 2253 or successor statute, each in an amount
equal to the Contract Price as security for the faithful performance and payment of all of
Contractor's obligations under the Contract Documents.
B. Contractor shall furnish maintenance bonds in the name of Developer and City in an amount
equal to the Contract Price as security to protect the City against any defects in any portion of the
Work described in the Contract Documents. Maintenance bonds shall remain in effect for two
(2) years after the date of Final Acceptance by the City.
C. All bonds shall be in the form prescribed by the Contract Documents except as provided
otherwise by Laws or Regulations, and shall be executed by such sureties as are named in the list
of "Companies Holding Certificates of Authority as Acceptable Sureties on Federal Bonds and
as Acceptable Reinsuring Companies" as published in Circular 570 (amended) by the Financial
Management Service, Surety Bond Branch, U.S. Department of the Treasury. All bonds signed
by an agent or attorney -in -fact must be accompanied by a sealed and dated power of attorney
which shall show that it is effective on the date the agent or attorney -in -fact signed each bond.
D. If the surety on any bond furnished by Contractor is declared bankrupt or becomes insolvent or
its right to do business is terminated in the State of Texas or it ceases to meet the requirements of
Paragraph 4.02.C, Contractor shall promptly notify City and shall, within 30 days after the event
giving rise to such notification, provide another bond and surety, both of which shall comply
with the requirements of Paragraphs 4.01 and 4.02.C.
4.03 Certificates of Insurance
Contractor shall deliver to Developer and City, with copies to each additional insured and loss payee
identified in these Standard City Conditions certificates of insurance (and other evidence of
insurance requested by City or any other additional insured) which Contractor is required to
purchase and maintain.
CITY OF FORT WORTH
STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
0073 10- 8
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 8 of 35
1. The certificate of insurance shall document the City, an as "Additional Insured" on all
liability policies.
2. The Contractor's general liability insurance shall include a, "per project" or "per location",
endorsement, which shall be identified in the certificate of insurance provided to the City.
3. The certificate shall be signed by an agent authorized to bind coverage on behalf of the
insured, be complete in its entirety, and show complete insurance carrier names as listed in
the current A.M. Best Property & Casualty Guide
4. The insurers for all policies must be licensed and/or approved to do business in the State of
Texas. Except for workers' compensation, all insurers must have a minimum rating of A-:
VII in the current A. M. Best Key Rating Guide or have reasonably equivalent financial
strength and solvency to the satisfaction of Risk Management. If the rating is below that
required, written approval of City is required.
5. All applicable policies shall include a Waiver of Subrogation (Rights of Recovery) in favor
of the City. In addition, the Contractor agrees to waive all rights of subrogation against the
Engineer (if applicable), and each additional insured identified in these Standard City
Conditions. Failure of the City to demand such certificates or other evidence of full
compliance with the insurance requirements or failure of the City to identify a deficiency
from evidence that is provided shall not be construed as a waiver of Contractor's obligation
to maintain such lines of insurance coverage.
6. If insurance policies are not written for specified coverage limits, an Umbrella or Excess
Liability insurance for any differences is required. Excess Liability shall follow form of the
primary coverage.
7. Unless otherwise stated, all required insurance shall be written on the "occurrence basis". If
coverage is underwritten on a claims -made basis, the retroactive date shall be coincident with
or prior to the date of the effective date of the agreement and the certificate of insurance shall
state that the coverage is claims -made and the retroactive date. The insurance coverage shall
be maintained for the duration of the Contract and for three (3) years following Final
Acceptance provided under the Contract Documents or for the warranty period, whichever is
longer. An annual certificate of insurance submitted to the City shall evidence such
insurance coverage.
8. Policies shall have no exclusions by endorsements, which, neither nullify or amend, the
required lines of coverage, nor decrease the limits of said coverage unless such endorsements
are approved in writing by the City. In the event a Contract has been bid or executed and the
exclusions are determined to be unacceptable or the City desires additional insurance
coverage, and the City desires the contractor/engineer to obtain such coverage, the contract
price shall be adjusted by the cost of the premium for such additional coverage plus 10%.
9. Any self -insured retention (SIR), in excess of $25,000.00, affecting required insurance
coverage shall be approved by the City in regards to asset value and stockholders' equity. In
CITY OF FORT WORTH
STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
0073 10-9
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 9 of 35
lieu of traditional insurance, alternative coverage maintained through insurance pools or risk
retention groups, must also be approved by City.
10. Any deductible in excess of $5,000.00, for any policy that does not provide coverage on a
first -dollar basis, must be acceptable to and approved by the City.
11. City, at its sole discretion, reserves the right to review the insurance requirements and to
make reasonable adjustments to insurance coverage's and their limits when deemed
necessary and prudent by the City based upon changes in statutory law, court decision or the
claims history of the industry as well as of the contracting party to the City. The City shall
be required to provide prior notice of 90 days, and the insurance adjustments shall be
incorporated into the Work by Change Order.
12. City shall be entitled, upon written request and without expense, to receive copies of policies
and endorsements thereto and may make any reasonable requests for deletion or revision or
modifications of particular policy terms, conditions, limitations, or exclusions necessary to
conform the policy and endorsements to the requirements of the Contract. Deletions,
revisions, or modifications shall not be required where policy provisions are established by
law or regulations binding upon either parry or the underwriter on any such policies.
13. City shall not be responsible for the direct payment of insurance premium costs for
Contractor's insurance.
4.04 Contractor's Insurance
A. Workers Compensation and Employers' Liability. Contractor shall purchase and maintain such
insurance coverage with limits consistent with statutory benefits outlined in the Texas Workers'
Compensation Act (Texas Labor Code, Ch. 406, as amended), and minimum limits for
Employers' Liability as is appropriate for the Work being performed and as will provide
protection from claims set forth below which may arise out of or result from Contractor's
performance of the Work and Contractor's other obligations under the Contract Documents,
whether it is to be performed by Contractor, any Subcontractor or Supplier, or by anyone directly
or indirectly employed by any of them to perform any of the Work, or by anyone for whose acts
any of them may be liable:
1. claims under workers' compensation, disability benefits, and other similar employee benefit
acts;
2. claims for damages because of bodily injury, occupational sickness or disease, or death of
Contractor's employees.
3. The limits of liability for the insurance shall provide the following coverages for not less
than the following amounts or greater where required by Laws and Regulations
a. Statutory limits
b. Employer's liability
CITY OF FORT WORTH
STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
00 73 10- 10
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 10 of 35
1) $100,000 each accident/occurrence
2) $100,000 Disease - each employee
3) $500,000 Disease - policy limit
B. Commercial General Liability. Coverage shall include but not be limited to covering liability
(bodily injury or property damage) arising from: premises/operations, independent contractors,
products/completed operations, personal injury, and liability under an insured contract. Insurance
shall be provided on an occurrence basis, and as comprehensive as the current Insurance
Services Office (ISO) policy. This insurance shall apply as primary insurance with respect to
any other insurance or self-insurance programs afforded to the City. The Commercial General
Liability policy, shall have no exclusions by endorsements that would alter of nullify
premises/operations, products/completed operations, contractual, personal injury, or advertising
injury, which are normally contained with the policy, unless the City approves such exclusions
in writing.
1. For construction projects that present a substantial completed operation exposure, the City
may require the contractor to maintain completed operations coverage for a minimum of no
less than three (3) years following the completion of the project
2. Contractor's Liability Insurance under this Section which shall be on a per project basis
covering the Contractor with minimum limits of:
a. $1,000,000 each occurrence
b. $2,000,000 aggregate limit
3. The policy must have an endorsement (Amendment — Aggregate Limits of Insurance)
making the General Aggregate Limits apply separately to each job site.
4. The Commercial General Liability Insurance policies shall provide "X", "C", and "U"
coverage's. Verification of such coverage must be shown in the Remarks Article of the
Certificate of Insurance.
C. Automobile Liability. A commercial business auto policy shall provide coverage on "any auto",
defined as autos owned, hired and non -owned and provide indemnity for claims for damages
because bodily injury or death of any person and or property damage arising out of the work,
maintenance or use of any motor vehicle by the Contractor, any Subcontractor or Supplier, or by
anyone directly or indirectly employed by any of them to perform any of the Work, or by anyone
for whose acts any of them may be liable.
1. Automobile Liability, Contractor's Liability Insurance under this Section, which shall be in
an amount not less than the following amounts:
a. Automobile Liability - a commercial business policy shall provide coverage on "Any
Auto", defined as autos owned, hired and non -owned.
CITY OF FORT WORTH
STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
00 73 10- 11
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 11 of 35
1) $1, 000, 000 each accident on a combined single limit basis. Split limits are
acceptable if limits are at least:
2) $250,000 Bodily Injury per person
3) $500,000 Bodily Injury per accident /
4) $100,000 Property Damage
D. Railroad Protective Liability. If any of the work or any warranty work is within the limits of
railroad right-of-way, the Contractor shall comply with the following requirements:
1. The Contractor's construction activities will require its employees, agents, subcontractors,
equipment, and material deliveries to cross railroad properties and tracks owned and
operated by: None
Write the name of the railroad company. (If none, then write none)
2. The Contractor shall conduct its operations on railroad properties in such a manner as not to
interfere with, hinder, or obstruct the railroad company in any manner whatsoever in the use
or operation of its/their trains or other property. Such operations on railroad properties may
require that Contractor to execute a "Right of Entry Agreement" with the particular railroad
company or companies involved, and to this end the Contractor should satisfy itself as to the
requirements of each railroad company and be prepared to execute the right -of -entry (if any)
required by a railroad company. The requirements specified herein likewise relate to the
Contractor's use of private and/or construction access roads crossing said railroad company's
properties.
3. The Contractual Liability coverage required by Paragraph 5.04D of the General Conditions
shall provide coverage for not less than the following amounts, issued by companies
satisfactory to the City and to the Railroad Company for a term that continues for so long as
the Contractor's operations and work cross, occupy, or touch railroad property:
a. General Aggregate: None
Enter limits provided by Railroad Company (If none, write none)
b. Each Occurrence:: None
Enter limits provided by Railroad Company (If none, write none)
4. With respect to the above outlined insurance requirements, the following shall govern:
a. Where a single railroad company is involved, the Contractor shall provide one insurance
policy in the name of the railroad company. However, if more than one grade separation
or at -grade crossing is affected by the Project at entirely separate locations on the line or
lines of the same railroad company, separate coverage may be required, each in the
amount stated above.
b. Where more than one railroad company is operating on the same right-of-way or where
several railroad companies are involved and operated on their own separate rights -of -
CITY OF FORT WORTH
STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
00 73 10- 12
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 12 of 35
way, the Contractor may be required to provide separate insurance policies in the name
of each railroad company.
c. If, in addition to a grade separation or an at -grade crossing, other work or activity is
proposed on a railroad company's right-of-way at a location entirely separate from the
grade separation or at -grade crossing, insurance coverage for this work must be included
in the policy covering the grade separation.
d. If no grade separation is involved but other work is proposed on a railroad company's
right-of-way, all such other work may be covered in a single policy for that railroad, even
though the work may be at two or more separate locations.
5. No work or activities on a railroad company's property to be performed by the Contractor
shall be commenced until the Contractor has furnished the City with an original policy or
policies of the insurance for each railroad company named, as required above. All such
insurance must be approved by the City and each affected Railroad Company prior to the
Contractor's beginning work.
6. The insurance specified above must be carried until all Work to be performed on the railroad
right-of-way has been completed and the grade crossing, if any, is no longer used by the
Contractor. In addition, insurance must be carried during all maintenance and/or repair work
performed in the railroad right-of-way. Such insurance must name the railroad company as
the insured, together with any tenant or lessee of the railroad company operating over tracks
involved in the Project.
E. Notification of Policy Cancellation: Contractor shall immediately notify City upon cancellation
or other loss of insurance coverage. Contractor shall stop work until replacement insurance has
been procured. There shall be no time credit for days not worked pursuant to this section.
4.05 Acceptance of Bonds and Insurance; Option to Replace
If City has any objection to the coverage afforded by or other provisions of the bonds or insurance
required to be purchased and maintained by the Contractor in accordance with Article 5 on the basis
of non-conformance with the Contract Documents, the Developer and City shall so notify the
Contractor in writing within 10 Business Days after receipt of the certificates (or other evidence
requested). Contractor shall provide to the City such additional information in respect of insurance
provided as the Developer or City may reasonably request. If Contractor does not purchase or
maintain all of the bonds and insurance required by the Contract Documents, the Developer or City
shall notify the Contractor in writing of such failure prior to the start of the Work, or of such failure
to maintain prior to any change in the required coverage.
ARTICLE 5 — CONTRACTOR'S RESPONSIBILITIES
5.01 Supervision and Superintendent
A. Contractor shall supervise, inspect, and direct the Work competently and efficiently, devoting
such attention thereto and applying such skills and expertise as may be necessary to perform the
CITY OF FORT WORTH
STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
00 73 10- 13
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 13 of 35
Work in accordance with the Contract Documents. Contractor shall be solely responsible for the
means, methods, techniques, sequences, and procedures of construction.
B. At all times during the progress of the Work, Contractor shall assign a competent, English-
speaking, Superintendent who shall not be replaced without written notice to City. The
Superintendent will be Contractor's representative at the Site and shall have authority to act on
behalf of Contractor. All communication given to or received from the Superintendent shall be
binding on Contractor.
C. Contractor shall notify the City 24 hours prior to moving areas during the sequence of
construction.
5.02 Labor; Working Hours
A. Contractor shall provide competent, suitably qualified personnel to perform construction as
required by the Contract Documents. Contractor shall at all times maintain good discipline and
order at the Site.
B. Except as otherwise required for the safety or protection of persons or the Work or property at
the Site or adjacent thereto, and except as otherwise stated in the Contract Documents, all Work
at the Site shall be performed during Regular Working Hours. Contractor will not permit the
performance of Work beyond Regular Working Hours or for Weekend Working Hours without
City's written consent (which will not be unreasonably withheld). Written request (by letter or
electronic communication) to perform Work:
1. for beyond Regular Working Hours request must be made by noon at least two (2) Business
Days prior
2. for Weekend Working Hours request must be made by noon of the preceding Thursday
3. for legal holidays request must be made by noon two Business Days prior to the legal
holiday.
5.03 Services, Materials, and Equipment
A. Unless otherwise specified in the Contract Documents, Contractor shall provide and assume full
responsibility for all services, materials, equipment, labor, transportation, construction
equipment and machinery, tools, appliances, fuel, power, light, heat, telephone, water, sanitary
facilities, temporary facilities, and all other facilities and incidentals necessary for the
performance, Contractor required testing, start-up, and completion of the Work.
B. All materials and equipment incorporated into the Work shall be as specified or, if not specified,
shall be of good quality and new, except as otherwise provided in the Contract Documents. All
special warranties and guarantees required by the Specifications shall expressly run to the benefit
of City. If required by City, Contractor shall furnish satisfactory evidence (including reports of
required tests) as to the source, kind, and quality of materials and equipment.
CITY OF FORT WORTH
STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
00 73 10- 14
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 14 of 35
C. All materials and equipment to be incorporated into the Work shall be stored, applied, installed,
connected, erected, protected, used, cleaned, and conditioned in accordance with instructions of
the applicable Supplier, except as otherwise may be provided in the Contract Documents.
5.04 Project Schedule
A. Contractor shall adhere to the Project Schedule established in accordance with Paragraph 2.01
and the General Requirements as it may be adjusted from time to time as provided below.
1. Contractor shall submit to City for acceptance (to the extent indicated in Paragraph 2.01 and
the General Requirements) proposed adjustments in the Project Schedule.
2. Proposed adjustments in the Project Schedule that will change the Contract Time shall be
submitted in accordance with the requirements of Article 9. Adjustments in Contract Time
for projects with City participation shall be made by participating change orders.
5.05 Substitutes and "Or -Equals "
A. Whenever an item of material or equipment is specified or described in the Contract Documents
by using the name of a proprietary item or the name of a particular Supplier, the specification or
description is intended to establish the type, function, appearance, and quality required. Unless
the specification or description contains or is followed by words reading that no like, equivalent,
or "or -equal" item or no substitution is permitted, other items of material or equipment of other
Suppliers may be submitted to City for review under the circumstances described below.
1. "Or -Equal" Items: If in City's sole discretion an item of material or equipment proposed by
Contractor is functionally equal to that named and sufficiently similar so that no change in
related Work will be required, it may be considered by City as an "or -equal" item, in which
case review and approval of the proposed item may, in City's sole discretion, be
accomplished without compliance with some or all of the requirements for approval of
proposed substitute items. For the purposes of this Paragraph 5.05.A.1, a proposed item of
material or equipment will be considered functionally equal to an item so named if:
a. City determines that:
1) it is at least equal in materials of construction, quality, durability, appearance,
strength, and design characteristics;
2) it will reliably perform at least equally well the function and achieve the results
imposed by the design concept of the completed Project as a functioning whole; and
3) it has a proven record of performance and availability of responsive service; and
b. Contractor certifies that, if approved and incorporated into the Work:
1) there will be no increase in cost to the City or increase in Contract Time; and
CITY OF FORT WORTH
STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
00 73 10- 15
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 15 of 35
2) it will conform substantially to the detailed requirements of the item named in the
Contract Documents.
2. Substitute Items:
a. If in City's sole discretion an item of material or equipment proposed by Contractor does
not qualify as an "or -equal" item under Paragraph 5.05.A.1, it may be submitted as a
proposed substitute item.
b. Contractor shall submit sufficient information as provided below to allow City to
determine if the item of material or equipment proposed is essentially equivalent to that
named and an acceptable substitute therefor. Requests for review of proposed substitute
items of material or equipment will not be accepted by City from anyone other than
Contractor.
c. Contractor shall make written application to City for review of a proposed substitute item
of material or equipment that Contractor seeks to furnish or use. The application shall
comply with Section 0125 00 and:
1) shall certify that the proposed substitute item will:
i. perform adequately the functions and achieve the results called for by the general
design;
ii. be similar in substance to that specified;
iii. be suited to the same use as that specified; and
2) will state:
i. the extent, if any, to which the use of the proposed substitute item will prejudice
Contractor's achievement of final completion on time;
ii. whether use of the proposed substitute item in the Work will require a change in
any of the Contract Documents (or in the provisions of any other direct contract
with City for other work on the Project) to adapt the design to the proposed
substitute item;
iii. whether incorporation or use of the proposed substitute item in connection with
the Work is subject to payment of any license fee or royalty; and
3) will identify:
i. all variations of the proposed substitute item from that specified;
ii. available engineering, sales, maintenance, repair, and replacement services; and
CITY OF FORT WORTH
STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
00 73 10- 16
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 16 of 35
4) shall contain an itemized estimate of all costs or credits that will result directly or
indirectly from use of such substitute item, including costs of redesign and Damage
Claims of other contractors affected by any resulting change.
B. Substitute Construction Methods or Procedures: If a specific means, method, technique,
sequence, or procedure of construction is expressly required by the Contract Documents,
Contractor may furnish or utilize a substitute means, method, technique, sequence, or procedure
of construction approved by City. Contractor shall submit sufficient information to allow City, in
City's sole discretion, to determine that the substitute proposed is equivalent to that expressly
called for by the Contract Documents. Contractor shall make written application to City for
review in the same manner as those provided in Paragraph 5.05.A.2.
C. City's Evaluation: City will be allowed a reasonable time within which to evaluate each
proposal or submittal made pursuant to Paragraphs 5.05.A and 5.05.13. City may require
Contractor to furnish additional data about the proposed substitute. City will be the sole judge of
acceptability. No "or -equal" or substitute will be ordered, installed or utilized until City's review
is complete, which will be evidenced by a Change Order in the case of a substitute and an
accepted Submittal for an "or -equal." City will advise Contractor in writing of its determination.
D. Special Guarantee: City may require Contractor to furnish at Contractor's expense a special
performance guarantee, warranty, or other surety with respect to any substitute. Contractor shall
indemnify and hold harmless City and anyone directly or indirectly employed by them from and
against any and all claims, damages, losses and expenses (including attorneys fees) arising out
of the use of substituted materials or equipment.
E. City's Cost Reimbursement: City will record City's costs in evaluating a substitute proposed or
submitted by Contractor pursuant to Paragraphs 5.05.A.2 and 5.05.B. Whether or not City
approves a substitute so proposed or submitted by Contractor, Contractor may be required to
reimburse City for evaluating each such proposed substitute. Contractor may also be required to
reimburse City for the charges for making changes in the Contract Documents.
F. Contractor's Expense: Contractor shall provide all data in support of any proposed substitute or
"or -equal" at Contractor's expense.
G. Substitute Reimbursement: Costs (savings or charges) attributable to acceptance of a substitute
shall be incorporated to the Contract by Participating Change Order.
5.06 Pre -Qualification of Bidders (Prime Contractors and Subcontractors)
A. The Contractor and any subcontractors are required to be prequalified for the work types
requiring pre -qualification
5.07 Concerning Subcontractors, Suppliers, and Others
A. Minority and Women Owned Business Enterprise Compliance:
CITY OF FORT WORTH
STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
00 73 10- 17
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 17 of 35
❑ Required for this Contract.
(Check this box if there is any City Participation)
® Not Required for this Contract.
It is City policy to ensure the full and equitable participation by Minority and Women Business
Enterprises (MWBE) in the procurement of goods and services on a contractual basis. If the
Contract Documents provide for a MWBE goal, Contractor is required to comply with the intent
of the City's MWBE Ordinance (as amended) by the following:
1. Contractor shall, upon request by City, provide complete and accurate information regarding
actual work performed by a MWBE on the Contract and payment therefor.
2. Contractor will not make additions, deletions, or substitutions of accepted MWBE without
written consent of the City. Any unjustified change or deletion shall be a material breach of
Contract and may result in debarment in accordance with the procedures outlined in the
Ordinance.
3. Contractor shall, upon request by City, allow an audit and/or examination of any books,
records, or files in the possession of the Contractor that will substantiate the actual work
performed by an MWBE. Material misrepresentation of any nature will be grounds for
termination of the Contract. Any such misrepresentation may be grounds for disqualification
of Contractor to bid on future contracts with the City for a period of not less than three years.
B. Contractor shall be fully responsible to City for all acts and omissions of the Subcontractors,
Suppliers, and other individuals or entities performing or furnishing any of the Work just as
Contractor is responsible for Contractor's own acts and omissions. Nothing in the Contract
Documents:
1. shall create for the benefit of any such Subcontractor, Supplier, or other individual or entity
any contractual relationship between City and any such Subcontractor, Supplier or other
individual or entity; nor
2. shall create any obligation on the part of City to pay or to see to the payment of any moneys
due any such Subcontractor, Supplier, or other individual or entity except as may otherwise
be required by Laws and Regulations.
C. Contractor shall be solely responsible for scheduling and coordinating the Work of
Subcontractors, Suppliers, and other individuals or entities performing or furnishing any of the
Work under a direct or indirect contract with Contractor.
D. All Subcontractors, Suppliers, and such other individuals or entities performing or furnishing
any of the Work shall communicate with City through Contractor.
E. All Work performed for Contractor by a Subcontractor or Supplier will be pursuant to an
appropriate agreement between Contractor and the Subcontractor or Supplier which specifically
binds the Subcontractor or Supplier to the applicable terms and conditions of these Contract
CITY OF FORT WORTH
STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
00 73 10- 18
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 18 of 35
Documents, Contractor shall provide City contract numbers and reference numbers to the
Subcontractors and/or Suppliers.
5.08 Wage Rates
❑ Required for this Contract.
® Not Required for this Contract.
A. Duty to pay Prevailing Wage Rates. The Contractor shall comply with all requirements of
Chapter 2258, Texas Government Code (as amended), including the payment of not less than the
rates determined by the City Council of the City of Fort Worth to be the prevailing wage rates in
accordance with Chapter 2258. Such prevailing wage rates are included in these Contract
Documents.
B. Penalty for Violation. A Contractor or any Subcontractor who does not pay the prevailing wage
shall, upon demand made by the City, pay to the City $60 for each worker employed for each
calendar day or part of the day that the worker is paid less than the prevailing wage rates
stipulated in these contract documents. This penalty shall be retained by the City to offset its
administrative costs, pursuant to Texas Government Code 2258.023.
C. Complaints of Violations and City Determination of Good Cause. On receipt of information,
including a complaint by a worker, concerning an alleged violation of 2258.023, Texas
Government Code, by a Contractor or Subcontractor, the City shall make an initial
determination, before the 31 st day after the date the City receives the information, as to whether
good cause exists to believe that the violation occurred. The City shall notify in writing the
Contractor or Subcontractor and any affected worker of its initial determination. Upon the
City's determination that there is good cause to believe the Contractor or Subcontractor has
violated Chapter 2258, the City shall retain the full amounts claimed by the claimant or
claimants as the difference between wages paid and wages due under the prevailing wage rates,
such amounts being subtracted from successive progress payments pending a final determination
of the violation.
D. Arbitration Required if Violation Not Resolved. An issue relating to an alleged violation of
Section 2258.023, Texas Government Code, including a penalty owed to the City or an affected
worker, shall be submitted to binding arbitration in accordance with the Texas General
Arbitration Act (Article 224 et seq., Revised Statutes) if the Contractor or Subcontractor and any
affected worker does not resolve the issue by agreement before the 15th day after the date the
City makes its initial determination pursuant to Paragraph C above. If the persons required to
arbitrate under this section do not agree on an arbitrator before the 1 Ith day after the date that
arbitration is required, a district court shall appoint an arbitrator on the petition of any of the
persons. The City is not a party in the arbitration. The decision and award of the arbitrator is
final and binding on all parties and may be enforced in any court of competent jurisdiction.
E. Records to be Maintained. The Contractor and each Subcontractor shall, for a period of three (3)
years following the date of acceptance of the work, maintain records that show (i) the name and
CITY OF FORT WORTH
STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
00 73 10- 19
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 19 of 35
occupation of each worker employed by the Contractor in the construction of the Work provided
for in this Contract; and (ii) the actual per diem wages paid to each worker. The records shall be
open at all reasonable hours for inspection by the City. The provisions of Paragraph 6.23, Right
to Audit, shall pertain to this inspection.
F. Progress Payments. With each progress payment or payroll period, whichever is less, the
Contractor shall submit an affidavit stating that the Contractor has complied with the
requirements of Chapter 2258, Texas Government Code.
G. Posting of Wage Rates. The Contractor shall post prevailing wage rates in a conspicuous place at
all times.
H. Subcontractor Compliance. The Contractor shall include in its subcontracts and/or shall
otherwise require all of its Subcontractors to comply with Paragraphs A through G above.
5.09 Patent Fees and Royalties
A. To the fullest extent permitted by Laws and Regulations, Contractor shall indemnify and hold
harmless City, from and against all claims, costs, losses, and damages (including but not limited
to all fees and charges of engineers, architects, attorneys, and other professionals and all court
or arbitration or other dispute resolution costs) arising out of or relating to any infringement of
patent rights or copyrights incident to the use in the performance of the Work or resulting from
the incorporation in the Work of any invention, design, process, product, or device not specified
in the Contract Documents.
5.10 Laws and Regulations
A. Contractor shall give all notices required by and shall comply with all Laws and Regulations
applicable to the performance of the Work. Except where otherwise expressly required by
applicable Laws and Regulations, the City shall not be responsible for monitoring Contractor's
compliance with any Laws or Regulations.
B. If Contractor performs any Work knowing or having reason to know that it is contrary to Laws
or Regulations, Contractor shall bear all claims, costs, losses, and damages (including but not
limited to all fees and charges of engineers, architects, attorneys, and other professionals and all
court or arbitration or other dispute resolution costs) arising out of or relating to such Work.
However, it shall not be Contractor's responsibility to make certain that the Specifications and
Drawings are in accordance with Laws and Regulations, but this shall not relieve Contractor of
Contractor's obligations under Paragraph 3.01.
5.11 Use of Site and Other Areas
A. Limitation on Use of Site and Other Areas:
1. Contractor shall confine construction equipment, the storage of materials and equipment, and
the operations of workers to the Site and other areas permitted by Laws and Regulations, and
shall not unreasonably encumber the Site and other areas with construction equipment or
CITY OF FORT WORTH
STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
00 73 10- 20
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 20 of 35
other materials or equipment. Contractor shall assume full responsibility for any damage to
any such land or area, or to the owner or occupant thereof, or of any adjacent land or areas
resulting from the performance of the Work.
2. At any time when, in the judgment of the City, the Contractor has obstructed or closed or is
carrying on operations in a portion of a street, right-of-way, or easement greater than is
necessary for proper execution of the Work, the City may require the Contractor to finish the
section on which operations are in progress before work is commenced on any additional
area of the Site.
3. Should any Damage Claim be made by any such owner or occupant because of the
performance of the Work, Contractor shall promptly attempt to resolve the Damage Claim.
4. Pursuant to Paragraph 5.18, Contractor shall indemnify and hold harmless City, from and
against all claims, costs, losses, and damages arising out of or relating to any claim or
action, legal or equitable, brought by any such owner or occupant against City.
B. Removal of Debris During Performance of the Work: During the progress of the Work
Contractor shall keep the Site and other areas free from accumulations of waste materials,
rubbish, and other debris. Removal and disposal of such waste materials, rubbish, and other
debris shall conform to applicable Laws and Regulations.
C. Site Maintenance Cleaning: 24 hours after written notice is given to the Contractor that the
clean-up on the job site is proceeding in a manner unsatisfactory to the City or Developer, if the
Contractor fails to correct the unsatisfactory procedure, the City may take such direct action as
the City deems appropriate to correct the clean-up deficiencies cited to the Contractor in the
written notice (by letter or electronic communication), and shall be entitled to recover its cost in
doing so. The City may withhold Final Acceptance until clean-up is complete and cost are
recovered.
D. Final Site Cleaning: Prior to Final Acceptance of the Work Contractor shall clean the Site and
the Work and make it ready for utilization by City or adjacent property owner. At the completion
of the Work Contractor shall remove from the Site all tools, appliances, construction equipment
and machinery, and surplus materials and shall restore to original condition or better all property
disturbed by the Work.
E. Loading Structures: Contractor shall not load nor permit any part of any structure to be loaded
in any manner that will endanger the structure, nor shall Contractor subject any part of the Work
or adjacent property to stresses or pressures that will endanger it.
5.12 Record Documents
A. Contractor shall maintain in a safe place at the Site or in a place designated by the Contractor
and approved by the City, one (1) record copy of all Drawings, Specifications, Addenda, Change
Orders, Field Orders, and written interpretations and clarifications in good order and annotated
to show changes made during construction. These record documents together with all approved
CITY OF FORT WORTH
STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
00 73 10- 21
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 21 of 35
Samples and a counterpart of all accepted Submittals will be available to City for reference.
Upon completion of the Work, these record documents, any operation and maintenance manuals,
and Submittals will be delivered to City prior to Final Inspection. Contractor shall include
accurate locations for buried and imbedded items.
5.13 Safety and Protection
A. Contractor shall be solely responsible for initiating, maintaining and supervising all safety
precautions and programs in connection with the Work. Such responsibility does not relieve
Subcontractors of their responsibility for the safety of persons or property in the performance of
their work, nor for compliance with applicable safety Laws and Regulations. Contractor shall
take all necessary precautions for the safety of, and shall provide the necessary protection to
prevent damage, injury or loss to:
1. all persons on the Site or who may be affected by the Work;
2. all the Work and materials and equipment to be incorporated therein, whether in storage on
or off the Site; and
3. other property at the Site or adjacent thereto, including trees, shrubs, lawns, walks,
pavements, roadways, structures, utilities, and Underground Facilities not designated for
removal, relocation, or replacement in the course of construction.
B. Contractor shall comply with all applicable Laws and Regulations relating to the safety of
persons or property, or to the protection of persons or property from damage, injury, or loss; and
shall erect and maintain all necessary safeguards for such safety and protection. Contractor shall
notify owners of adjacent property and of Underground Facilities and other utility owners when
prosecution of the Work may affect them, and shall cooperate with them in the protection,
removal, relocation, and replacement of their property.
C. Contractor shall comply with the applicable requirements of City's safety programs, if any.
D. Contractor shall inform City of the specific requirements of Contractor's safety program, if any,
with which City's employees and representatives must comply while at the Site.
E. All damage, injury, or loss to any property referred to in Paragraph 5.13.A.2 or 5.13.A.3 caused,
directly or indirectly, in whole or in part, by Contractor, any Subcontractor, Supplier, or any
other individual or entity directly or indirectly employed by any of them to perform any of the
Work, or anyone for whose acts any of them may be liable, shall be remedied by Contractor.
F. Contractor's duties and responsibilities for safety and for protection of the Work shall continue
until such time as all the Work is completed and City has accepted the Work.
5.14 Safety Representative
Contractor shall inform City in writing of Contractor's designated safety representative at the Site.
CITY OF FORT WORTH
STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
00 73 10- 22
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 22 of 35
5.15 Hazard Communication Programs
Contractor shall be responsible for coordinating any exchange of material safety data sheets or other
hazard communication information required to be made available to or exchanged between or
among employers in accordance with Laws or Regulations.
5.16 Submittals
A. Contractor shall submit required Submittals to City for review and acceptance. Each submittal
will be identified as required by City.
1. Submit number of copies specified in the General Requirements.
2. Data shown on the Submittals will be complete with respect to quantities, dimensions,
specified performance and design criteria, materials, and similar data to show City the
services, materials, and equipment Contractor proposes to provide and to enable City to
review the information for the limited purposes required by Paragraph 5.16.C.
3. Submittals submitted as herein provided by Contractor and reviewed by City for
conformance with the design concept shall be executed in conformity with the Contract
Documents unless otherwise required by City.
4. When Submittals are submitted for the purpose of showing the installation in greater detail,
their review shall not excuse Contractor from requirements shown on the Drawings and
Specifications.
5. For -Information -Only submittals upon which the City is not expected to conduct review or
take responsive action may be so identified in the Contract Documents.
6. Submit required number of Samples specified in the Specifications.
7. Clearly identify each Sample as to material, Supplier, pertinent data such as catalog numbers,
the use for which intended and other data as City may require to enable City to review the
submittal for the limited purposes required by Paragraph 5.16.C.
B. Where a Submittal is required by the Contract Documents or the Schedule of Submittals, any
related Work performed prior to City's review and acceptance of the pertinent submittal will be
at the sole expense and responsibility of Contractor.
C. City's Review:
1. City will provide timely review of required Submittals in accordance with the Schedule of
Submittals acceptable to City. City's review and acceptance will be only to determine if the
items covered by the submittals will, after installation or incorporation in the Work, conform
to the information given in the Contract Documents and be compatible with the design
concept of the completed Project as a functioning whole as indicated by the Contract
Documents.
CITY OF FORT WORTH
STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
00 73 10- 23
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 23 of 35
2. City's review and acceptance will not extend to means, methods, techniques, sequences, or
procedures of construction (except where a particular means, method, technique, sequence,
or procedure of construction is specifically and expressly called for by the Contract
Documents) or to safety precautions or programs incident thereto. The review and
acceptance of a separate item as such will not indicate approval of the assembly in which the
item functions.
3. City's review and acceptance shall not relieve Contractor from responsibility for any
variation from the requirements of the Contract Documents unless Contractor has complied
with the requirements of Section 01 33 00 and City has given written acceptance of each
such variation by specific written notation thereof incorporated in or accompanying the
Submittal. City's review and acceptance shall not relieve Contractor from responsibility for
complying with the requirements of the Contract Documents.
5.17 Contractor's General Warranty and Guarantee
A. Contractor warrants and guarantees to City that all Work will be in accordance with the Contract
Documents and will not be defective. City and its officers, directors, members, partners,
employees, agents, consultants, and subcontractors shall be entitled to rely on representation of
Contractor's warranty and guarantee.
B. Contractor's warranty and guarantee hereunder excludes defects or damage caused by:
1. abuse, modification, or improper maintenance or operation by persons other than Contractor,
Subcontractors, Suppliers, or any other individual or entity for whom Contractor is
responsible; or
2. normal wear and tear under normal usage.
C. Contractor's obligation to perform and complete the Work in accordance with the Contract
Documents shall be absolute. None of the following will constitute an acceptance of Work that is
not in accordance with the Contract Documents or a release of Contractor's obligation to
perform the Work in accordance with the Contract Documents:
1. observations by City;
2. recommendation or payment by City or Developer of any progress or final payment;
3. the issuance of a certificate of Final Acceptance by City or any payment related thereto by
City;
4. use or occupancy of the Work or any part thereof by City;
5. any review and acceptance of a Submittal by City;
6. any inspection, test, or approval by others; or
CITY OF FORT WORTH
STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
00 73 10- 24
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 24 of 35
7. any correction of defective Work by City.
D. The Contractor shall remedy any defects or damages in the Work and pay for any damage to
other work or property resulting therefrom which shall appear within a period of two (2) years
from the date of Final Acceptance of the Work unless a longer period is specified and shall
furnish a good and sufficient maintenance bond, complying with the requirements of Article
4.02.13. The City will give notice of observed defects with reasonable promptness.
5.18 Indemnification
A. Contractor covenants and agrees to indemnify, hold harmless and defend, at its own expense, the
City, its officers, servants and employees, from and against any and all claims arising out of, or
alleged to arise out of, the work and services to be performed by the Contractor, its officers,
agents, employees, subcontractors, licenses or invitees under this Contract. THIS
INDEMNIFICATION PROVISION IS SPECIFICALLY INTENDED TO OPERATE
AND BE EFFECTIVE EVEN IF IT IS ALLEGED OR PROVEN THAT ALL OR SOME
OF THE DAMAGES BEING SOUGHT WERE CAUSED, IN WHOLE OR IN PART, BY
ANY ACT, OMISSION OR NEGLIGENCE OF THE CITY. This indemnity provision is
intended to include, without limitation, indemnity for costs, expenses and legal fees incurred by
the City in defending against such claims and causes of actions.
B. Contractor covenants and agrees to indemnify and hold harmless, at its own expense, the City, its
officers, servants and employees, from and against any and all loss, damage or destruction of
property of the City, arising out of, or alleged to arise out of, the work and services to be
performed by the Contractor, its officers, agents, employees, subcontractors, licensees or invitees
under this Contract. THIS INDEMNIFICATION PROVISION IS SPECIFICALLY
INTENDED TO OPERATE AND BE EFFECTIVE EVEN IF IT IS ALLEGED OR
PROVEN THAT ALL OR SOME OF THE DAMAGES BEING SOUGHT WERE
CAUSED, IN WHOLE OR IN PART, BY ANY ACT, OMISSION OR NEGLIGENCE OF
THE CITY.
5.19 Delegation of Professional Design Services
A. Contractor will not be required to provide professional design services unless such services are
specifically required by the Contract Documents for a portion of the Work or unless such
services are required to carry out Contractor's responsibilities for construction means, methods,
techniques, sequences and procedures.
B. If professional design services or certifications by a design professional related to systems,
materials or equipment are specifically required of Contractor by the Contract Documents, City
will specify all performance and design criteria that such services must satisfy. Contractor shall
cause such services or certifications to be provided by a properly licensed professional, whose
signature and seal shall appear on all drawings, calculations, specifications, certifications, and
Submittals prepared by such professional. Submittals related to the Work designed or certified
by such professional, if prepared by others, shall bear such professional's written approval when
submitted to City.
CITY OF FORT WORTH
STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
00 73 10- 25
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 25 of 35
C. City shall be entitled to rely upon the adequacy, accuracy and completeness of the services,
certifications or approvals performed by such design professionals, provided City has specified
to Contractor performance and design criteria that such services must satisfy.
D. Pursuant to this Paragraph 5.19, City's review and acceptance of design calculations and design
drawings will be only for the limited purpose of checking for conformance with performance
and design criteria given and the design concept expressed in the Contract Documents. City's
review and acceptance of Submittals (except design calculations and design drawings) will be
only for the purpose stated in Paragraph 5.16.C.
5.20 Right to Audit:
A. The City reserves the right to audit all projects utilizing City funds
B. The Contractor agrees that the City shall, until the expiration of three (3) years after final
payment under this Contract, have access to and the right to examine and photocopy any directly
pertinent books, documents, papers, and records of the Contractor involving transactions relating
to this Contract. Contractor agrees that the City shall have access during Regular Working Hours
to all necessary Contractor facilities and shall be provided adequate and appropriate work space
in order to conduct audits in compliance with the provisions of this Paragraph. The City shall
give Contractor reasonable advance notice of intended audits.
C. Contractor further agrees to include in all its subcontracts hereunder a provision to the effect that
the subcontractor agrees that the City shall, until the expiration of three (3) years after final
payment under this Contract, have access to and the right to examine and photocopy any directly
pertinent books, documents, papers, and records of such Subcontractor, involving transactions to
the subcontract, and further, that City shall have access during Regular Working Hours to all
Subcontractor facilities, and shall be provided adequate and appropriate work space in order to
conduct audits in compliance with the provisions of this Paragraph. The City shall give
Subcontractor reasonable advance notice of intended audits.
D. Contractor and Subcontractor agree to photocopy such documents as may be requested by the
City. The City agrees to reimburse Contractor for the cost of the copies as follows at the rate
published in the Texas Administrative Code in effect as of the time copying is performed.
5.21 Nondiscrimination
A. The City is responsible for operating Public Transportation Programs and implementing transit -
related projects, which are funded in part with Federal financial assistance awarded by the U.S.
Department of Transportation and the Federal Transit Administration (FTA), without
discriminating against any person in the United States on the basis of race, color, or national
origin.
B. Title VI, Civil Rights Act of 1964 as amended: Contractor shall comply with the requirements of
the Act and the Regulations as further defined in the Supplementary Conditions for any project
receiving Federal assistance.
CITY OF FORT WORTH
STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
00 73 10- 26
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 26 of 35
ARTICLE 6 — OTHER WORK AT THE SITE
6.01 Related Work at Site
A. City may perform other work related to the Project at the Site with City's employees, or other
City contractors, or through other direct contracts therefor, or have other work performed by
utility owners. If such other work is not noted in the Contract Documents, then written notice
thereof will be given to Contractor prior to starting any such other work; and
B. Contractor shall afford each other contractor who is a party to such a direct contract, each utility
owner, and City, if City is performing other work with City's employees or other City
contractors, proper and safe access to the Site, provide a reasonable opportunity for the
introduction and storage of materials and equipment and the execution of such other work, and
properly coordinate the Work with theirs. Contractor shall do all cutting, fitting, and patching of
the Work that may be required to properly connect or otherwise make its several parts come
together and properly integrate with such other work. Contractor shall not endanger any work of
others by cutting, excavating, or otherwise altering such work; provided, however, that
Contractor may cut or alter others' work with the written consent of City and the others whose
work will be affected.
C. If the proper execution or results of any part of Contractor's Work depends upon work
performed by others under this Article 7, Contractor shall inspect such other work and promptly
report to City in writing any delays, defects, or deficiencies in such other work that render it
unavailable or unsuitable for the proper execution and results of Contractor's Work. Contractor's
failure to so report will constitute an acceptance of such other work as fit and proper for
integration with Contractor's Work except for latent defects in the work provided by others.
ARTICLE 7 — CITY'S RESPONSIBILITIES
7.01 Inspections, Tests, and Approvals
City's responsibility with respect to certain inspections, tests, and approvals is set forth in Paragraph
11.03.
7.02 Limitations on City's Responsibilities
A. The City shall not supervise, direct, or have control or authority over, nor be responsible for,
Contractor's means, methods, techniques, sequences, or procedures of construction, or the safety
precautions and programs incident thereto, or for any failure of Contractor to comply with Laws
and Regulations applicable to the performance of the Work. City will not be responsible for
Contractor's failure to perform the Work in accordance with the Contract Documents.
B. City will notify the Contractor of applicable safety plans pursuant to Paragraph 5.13.
CITY OF FORT WORTH
STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
00 73 10- 27
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 27 of 35
7.03 Compliance with Safety Program
While at the Site, City's employees and representatives shall comply with the specific applicable
requirements of Contractor's safety programs of which City has been informed pursuant to
Paragraph 5.13.
ARTICLE 8 — CITY'S OBSERVATION STATUS DURING CONSTRUCTION
8.01 City's Project Representative
City will provide one or more Project Representative(s) during the construction period. The duties
and responsibilities and the limitations of authority of City's representative during construction are
set forth in the Contract Documents.
A. City's Project Representative will make visits to the Site at intervals appropriate to the various
stages of construction as City deems necessary in order to observe the progress that has been
made and the quality of the various aspects of Contractor's executed Work. Based on
information obtained during such visits and observations, City's Project Representative will
determine, in general, if the Work is proceeding in accordance with the Contract Documents.
City's Project Representative will not be required to make exhaustive or continuous inspections
on the Site to check the quality or quantity of the Work. City's Project Representative's efforts
will be directed toward providing City a greater degree of confidence that the completed Work
will conform generally to the Contract Documents.
B. City's Project Representative's visits and observations are subject to all the limitations on
authority and responsibility in the Contract Documents.
8.02 Authorized Variations in Work
City's Project Representative may authorize minor variations in the Work from the requirements of
the Contract Documents which do not involve an adjustment in the Contract Price or the Contract
Time and are compatible with the design concept of the completed Project as a functioning whole as
indicated by the Contract Documents. These may be accomplished by a Field Order and will be
binding on City Developer, and also on Contractor, who shall perform the Work involved promptly.
8.03 Rejecting Defective Work
City will have authority to reject Work which City's Project Representative believes to be defective,
or will not produce a completed Project that conforms to the Contract Documents or that will
prejudice the integrity of the design concept of the completed Project as a functioning whole as
indicated by the Contract Documents. City will have authority to conduct special inspection or
testing of the Work as provided in Article 11, whether or not the Work is fabricated, installed, or
completed.
CITY OF FORT WORTH
STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
00 73 10- 28
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 28 of 35
8.04 Determinations for Work Performed
Contractor will determine the actual quantities and classifications of Work performed. City's Project
Representative will review with Contractor the preliminary determinations on such matters before
rendering a written recommendation. City's written decision will be final (except as modified to
reflect changed factual conditions or more accurate data).
ARTICLE 9 — CHANGES IN THE WORK
9.01 Authorized Changes in the Work
A. Without invalidating the Contract and without notice to any surety, City may, at any time or
from time to time, order Extra Work. Upon notice of such Extra Work, Contractor shall
promptly proceed with the Work involved which will be performed under the applicable
conditions of the Contract Documents (except as otherwise specifically provided). Extra Work
shall be memorialized by a Participating Change Order which may or may not precede an order
of Extra work.
B. For minor changes of Work not requiring changes to Contract Time or Contract Price on a
project with City participation, a Field Order may be issued by the City.
9.02 Notification to Surety
If the provisions of any bond require notice to be given to a surety of any change affecting the
general scope of the Work or the provisions of the Contract Documents (including, but not limited
to, Contract Price or Contract Time), the giving of any such notice will be Contractor's
responsibility. The amount of each applicable bond will be adjusted by the Contractor to reflect the
effect of any such change.
ARTICLE 10 — CHANGE OF CONTRACT PRICE; CHANGE OF CONTRACT TIME
10.01 Change of Contract Price
A. The Contract Price may only be changed by a Participating Change Order for projects with City
participation.
10.02 Change of Contract Time
A. The Contract Time may only be changed by a Participating Change Order for projects with City
participation.
10.03 Delays
A. If Contractor is delayed, City shall not be liable to Contractor for any claims, costs, losses, or
damages (including but not limited to all fees and charges of engineers, architects, attorneys, and
other professionals and all court or arbitration or other dispute resolution costs) sustained by
Contractor on or in connection with any other project or anticipated project.
CITY OF FORT WORTH
STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
00 73 10- 29
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 29 of 35
ARTICLE 11— TESTS AND INSPECTIONS; CORRECTION, REMOVAL OR ACCEPTANCE OF
DEFECTIVE WORK
11.01 Notice of Defects
Notice of all defective Work of which City has actual knowledge will be given to Contractor.
Defective Work may be rejected, corrected, or accepted as provided in this Article 13.
11.02 Access to Work
City, independent testing laboratories, and governmental agencies with jurisdictional interests will
have access to the Site and the Work at reasonable times for their observation, inspection, and
testing. Contractor shall provide them proper and safe conditions for such access and advise them of
Contractor's safety procedures and programs so that they may comply therewith as applicable.
11.03 Tests and Inspections
A. Contractor shall give City timely notice of readiness of the Work for all required inspections,
tests, or approvals and shall cooperate with inspection and testing personnel to facilitate required
inspections or tests.
B. If Contract Documents, Laws or Regulations of any public body having jurisdiction require any
of the Work (or part thereof) to be inspected, tested, or approved, Contractor shall assume full
responsibility for arranging and obtaining such independent inspections, tests, retests or
approvals, pay all costs in connection therewith, and furnish City the required certificates of
inspection or approval; excepting, however, those fees specifically identified in the
Supplementary Conditions or any Texas Department of Licensure and Regulation (TDLR)
inspections, which shall be paid as described in the Supplementary Conditions.
C. Contractor shall be responsible for arranging and obtaining and shall pay all costs in connection
with any inspections, tests, re -tests, or approvals required for City's acceptance of materials or
equipment to be incorporated in the Work; or acceptance of materials, mix designs, or equipment
submitted for approval prior to Contractor's purchase thereof for incorporation in the Work.
Such inspections, tests, re -tests, or approvals shall be performed by organizations approved by
City.
D. City may arrange for the services of an independent testing laboratory ("Testing Lab") to
perform any inspections or tests ("Testing") for any part of the Work, as determined solely by
City.
1. City will coordinate such Testing to the extent possible, with Contractor;
2. Should any Testing under this Section 11.03 D result in a "fail", "did not pass" or other
similar negative result, the Contractor shall be responsible for paying for any and all retests.
Contractor's cancellation without cause of City initiated Testing shall be deemed a negative
result and require a retest.
CITY OF FORT WORTH
STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
00 73 10- 30
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 30 of 35
3. Any amounts owed for any retest under this Section 11.03 D shall be paid directly to the
Testing Lab by Contractor.
Developer/Contractor.
City will forward all invoices for retests to
4. If Contractor fails to pay the Testing Lab, City will not issue a letter of Final Acceptance
until the Testing Lab is Paid
E. If any Work (or the work of others) that is to be inspected, tested, or approved is covered by
Contractor without written concurrence of City, Contractor shall, if requested by City, uncover
such Work for observation.
11.04 Uncovering Work
A. If any Work is covered contrary to the Contract Documents or specific instructions by the City, it
must, if requested by City, be uncovered for City's observation and replaced at Contractor's
expense.
11.05 City May Stop the Work
If the Work is defective, or Contractor fails to supply sufficient skilled workers or suitable materials
or equipment, or fails to perform the Work in such a way that the completed Work will conform to
the Contract Documents, City may order Contractor to stop the Work, or any portion thereof, until
the cause for such order has been eliminated; however, this right of City to stop the Work shall not
give rise to any duty on the part of City to exercise this right for the benefit of Contractor, any
Subcontractor, any Supplier, any other individual or entity, or any surety for, or employee or agent
of any of them.
11.06 Correction or Removal of Defective Work
A. Promptly after receipt of written notice, Contractor shall correct all defective Work pursuant to
an acceptable schedule, whether or not fabricated, installed, or completed, or, if the Work has
been rejected by City, remove it from the Project and replace it with Work that is not defective.
Contractor shall pay all claims, costs, additional testing, losses, and damages (including but not
limited to all fees and charges of engineers, architects, attorneys, and other professionals and all
court or arbitration or other dispute resolution costs) arising out of or relating to such correction
or removal (including but not limited to all costs of repair or replacement of work of others).
Failure to require the removal of any defective Work shall not constitute acceptance of such
Work.
B. When correcting defective Work under the terms of this Paragraph 11.06 or Paragraph 11.07,
Contractor shall take no action that would void or otherwise impair City's special warranty and
guarantee, if any, on said Work.
11.07 Correction Period
A. If within two (2) years after the date of Final Acceptance (or such longer period of time as may
be prescribed by the terms of any applicable special guarantee required by the Contract
CITY OF FORT WORTH
STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
00 73 10- 31
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 31 of 35
Documents), any Work is found to be defective, or if the repair of any damages to the land or
areas made available for Contractor's use by City or permitted by Laws and Regulations as
contemplated in Paragraph 5.10.A is found to be defective, Contractor shall promptly, without
cost to City and in accordance with City's written instructions:
1. repair such defective land or areas; or
2. correct such defective Work; or
3. if the defective Work has been rejected by City, remove it from the Project and replace it
with Work that is not defective, and
4. satisfactorily correct or repair or remove and replace any damage to other Work, to the work
of others or other land or areas resulting therefrom.
B. If Contractor does not promptly comply with the terms of City's written instructions, or in an
emergency where delay would cause serious risk of loss or damage, City may have the defective
Work corrected or repaired or may have the rejected Work removed and replaced. All claims,
costs, losses, and damages (including but not limited to all fees and charges of engineers,
architects, attorneys, and other professionals and all court or other dispute resolution costs)
arising out of or relating to such correction or repair or such removal and replacement (including
but not limited to all costs of repair or replacement of work of others) will be paid by Contractor.
C. Where defective Work (and damage to other Work resulting therefrom) has been corrected or
removed and replaced under this Paragraph 11.07, the correction period hereunder with respect
to such Work may be required to be extended for an additional period of one year after the end
of the initial correction period. City shall provide 30 days written notice to Contractor and
Developer should such additional warranty coverage be required. Contractor's obligations under
this Paragraph 11.07 are in addition to any other obligation or warranty. The provisions of this
Paragraph 11.07 shall not be construed as a substitute for, or a waiver of, the provisions of any
applicable statute of limitation or repose.
11.08 City May Correct Defective Work
A. If Contractor fails within a reasonable time after written notice from City to correct defective
Work, or to remove and replace rejected Work as required by City in accordance with Paragraph
11.06.A, or if Contractor fails to perform the Work in accordance with the Contract Documents,
or if Contractor fails to comply with any other provision of the Contract Documents, City may,
after seven (7) days written notice to Contractor and the Developer, correct, or remedy any such
deficiency.
B. In exercising the rights and remedies under this Paragraph 11.09, City shall proceed
expeditiously. In connection with such corrective or remedial action, City may exclude
Contractor from all or part of the Site, take possession of all or part of the Work and suspend
Contractor's services related thereto, and incorporate in the Work all materials and equipment
incorporated in the Work, stored at the Site or for which City has paid Contractor but which are
CITY OF FORT WORTH
STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
00 73 10- 32
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 32 of 35
stored elsewhere. Contractor shall allow City, City's representatives, agents, consultants,
employees, and City's other contractors, access to the Site to enable City to exercise the rights
and remedies under this Paragraph.
C. All claims, costs, losses, and damages (including but not limited to all fees and charges of
engineers, architects, attorneys, and other professionals and all court or other dispute resolution
costs) incurred or sustained by City in exercising the rights and remedies under this Paragraph
13.09 will be charged against Contractor, and a Change Order will be issued incorporating the
necessary revisions in the Contract Documents with respect to the Work; and City shall be
entitled to an appropriate decrease in the Contract Price.
D. Contractor shall not be allowed an extension of the Contract Time because of any delay in the
performance of the Work attributable to the exercise of City's rights and remedies under this
Paragraph 11.09.
ARTICLE 12 — COMPLETION
12.01 Contractor's Warranty of Title
Contractor warrants and guarantees that title to all Work, materials, and equipment covered by any
Application for Payment will pass to City no later than the time of Final Acceptance and shall be
free and clear of all Liens.
12.02 Partial Utilization
A. Prior to Final Acceptance of all the Work, City may use or occupy any substantially completed
part of the Work which has specifically been identified in the Contract Documents, or which
City, determines constitutes a separately functioning and usable part of the Work that can be
used by City for its intended purpose without significant interference with Contractor's
performance of the remainder of the Work. City at any time may notify Contractor in writing to
permit City to use or occupy any such part of the Work which City determines to be ready for its
intended use, subject to the following conditions:
1. Contractor at any time may notify City in writing that Contractor considers any such part of
the Work ready for its intended use.
2. Within a reasonable time after notification as enumerated in Paragraph 14.05.A.1, City and
Contractor shall make an inspection of that part of the Work to determine its status of
completion. If City does not consider that part of the Work to be substantially complete, City
will notify Contractor in writing giving the reasons therefor.
3. Partial Utilization will not constitute Final Acceptance by City.
12.03 Final Inspection
A. Upon written notice from Contractor that the entire Work is complete in accordance with the
Contract Documents:
CITY OF FORT WORTH
STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
00 73 10- 33
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 33 of 35
1. within 10 days, City will schedule a Final Inspection with Contractor.
2. City will notify Contractor in writing of all particulars in which this inspection reveals that
the Work is incomplete or defective. Contractor shall immediately take such measures as are
necessary to complete such Work or remedy such deficiencies.
12.04 Final Acceptance
A. Upon completion by Contractor to City's satisfaction, of any additional Work identified in the
Final Inspection, City will issue to Contractor a letter of Final Acceptance upon the satisfaction
of the following:
1. All documentation called for in the Contract Documents, including but not limited to the
evidence of insurance required by Paragraph 5.03;
2. consent of the surety, if any, to Final Acceptance;
3. a list of all pending or released Damage Claims against City that Contractor believes are
unsettled; and
4. affidavits of payments and complete and legally effective releases or waivers (satisfactory to
City) of all Lien rights arising out of or Liens filed in connection with the Work.
5. after all Damage Claims have been resolved:
a. directly by the Contractor or;
b. Contractor provides evidence that the Damage Claim has been reported to Contractor's
insurance provider for resolution.
6. Issuing Final Acceptance by the City shall not relieve the Contractor of any guarantees or
other requirements of the Contract Documents which specifically continue thereafter.
ARTICLE 13 — SUSPENSION OF WORK
13.01 City May Suspend Work
A. At any time and without cause, City may suspend the Work or any portion thereof by written
notice to Contractor and which may fix the date on which Work will be resumed. Contractor
shall resume the Work on the date so fixed. During temporary suspension of the Work covered
by these Contract Documents, for any reason, the City will stop contract time on City
participation projects.
B. Should the Contractor not be able to complete a portion of the Project due to causes beyond the
control of and without the fault or negligence of the Contractor, and should it be determined by
mutual consent of the Contractor and City that a solution to allow construction to proceed is not
CITY OF FORT WORTH
STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
00 73 10- 34
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 34 of 35
available within a reasonable period of time, Contractor may request an extension in Contract
Time, directly attributable to any such suspension.
C. If it should become necessary to suspend the Work for an indefinite period, the Contractor shall
store all materials in such a manner that they will not obstruct or impede the public unnecessarily
nor become damaged in any way, and he shall take every precaution to prevent damage or
deterioration of the work performed; he shall provide suitable drainage about the work, and erect
temporary structures where necessary.
ARTICLE 14 — MISCELLANEOUS
14.01 Giving Notice
A. Whenever any provision of the Contract Documents requires the giving of written notice, it will
be deemed to have been validly given i£
1. delivered in person to the individual or to a member of the firm or to an officer of the
corporation for whom it is intended; or
2. delivered at or sent by registered or certified mail, postage prepaid, to the last business
address known to the giver of the notice.
B. Business address changes must be promptly made in writing to the other party.
C. Whenever the Contract Documents specifies giving notice by electronic means such electronic
notice shall be deemed sufficient upon confirmation of receipt by the receiving party.
14.02 Computation of Times
When any period of time is referred to in the Contract Documents by days, it will be computed to
exclude the first and include the last day of such period. If the last day of any such period falls on a
Saturday or Sunday or on a day made a legal holiday the next Working Day shall become the last
day of the period.
14.03 Cumulative Remedies
The duties and obligations imposed by these General Conditions and the rights and remedies
available hereunder to the parties hereto are in addition to, and are not to be construed in any way as
a limitation of, any rights and remedies available to any or all of them which are otherwise imposed
or available by Laws or Regulations, by special warranty or guarantee, or by other provisions of the
Contract Documents. The provisions of this Paragraph will be as effective as if repeated specifically
in the Contract Documents in connection with each particular duty, obligation, right, and remedy to
which they apply.
CITY OF FORT WORTH
STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
00 73 10- 35
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 35 of 35
14.04 Survival of Obligations
All representations, indemnifications, warranties, and guarantees made in, required by, or given in
accordance with the Contract Documents, as well as all continuing obligations indicated in the
Contract Documents, will survive final payment, completion, and acceptance of the Work or
termination or completion of the Contract or termination of the services of Contractor.
14.05 Headings
Article and paragraph headings are inserted for convenience only and do not constitute parts of these
General Conditions.
CITY OF FORT WORTH
STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
1
2
3 PART1- GENERAL
4 1.1 SUMMARY
SECTION 01 11 00
SUMMARY OF WORK
011100-1
DAP SUMMARY OF WORK
Page 1 of 3
5 A. Section Includes:
6 1. Summary of Work to be performed in accordance with the Contract Documents
7 B. Deviations from this City of Fort Worth Standard Specification
8 1. None.
9 C. Related Specification Sections include, but are not necessarily limited to:
10 1. Division 0 - Bidding Requirements, Contract Forms, and Conditions of the Contract
11 2. Division 1 - General Requirements
12 1.2 PRICE AND PAYMENT PROCEDURES
13 A. Measurement and Payment
14 1. Work associated with this Item is considered subsidiary to the various items bid.
15 No separate payment will be allowed for this Item.
16 1.3 REFERENCES [NOT USED]
17 1.4 ADMINISTRATIVE REQUIREMENTS
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
A. Work Covered by Contract Documents
1. Work is to include furnishing all labor, materials, and equipment, and performing
all Work necessary for this construction project as detailed in the Drawings and
Specifications.
B. Subsidiary Work
1. Any and all Work specifically governed by documentary requirements for the
project, such as conditions imposed by the Drawings or Contract Documents in
which no specific item for bid has been provided for in the Proposal and the item is
not a typical unit bid item included on the standard bid item list, then the item shall
be considered as a subsidiary item of Work, the cost of which shall be included in
the price bid in the Proposal for various bid items.
C. Use of Premises
1. Coordinate uses of premises under direction of the City.
2. Assume full responsibility for protection and safekeeping of materials and
equipment stored on the Site.
3. Use and occupy only portions of the public streets and alleys, or other public places
or other rights -of -way as provided for in the ordinances of the City, as shown in the
Contract Documents, or as may be specifically authorized in writing by the City.
a. A reasonable amount of tools, materials, and equipment for construction
purposes may be stored in such space, but no more than is necessary to avoid
delay in the construction operations.
CITY OF FORT WORTH Maverick Roadway Connection to US HWY 377
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — Developer Awarded Projects City Project No. 105731
Revised December 20, 2012
01 11 00 - 2
DAP SUMMARY OF WORK
Page 2 of 3
1 b. Excavated and waste materials shall be stored in such a way as not to interfere
2 with the use of spaces that may be designated to be left free and unobstructed
3 and so as not to inconvenience occupants of adjacent property.
4 c. If the street is occupied by railroad tracks, the Work shall be carried on in such
5 manner as not to interfere with the operation of the railroad.
6 1) All Work shall be in accordance with railroad requirements set forth in
7 Division 0 as well as the railroad permit.
8 D. Work within Easements
9 1. Do not enter upon private property for any purpose without having previously
10 obtained permission from the owner of such property.
11 2. Do not store equipment or material on private property unless and until the
12 specified approval of the property owner has been secured in writing by the
13 Contractor and a copy furnished to the City.
14 3. Unless specifically provided otherwise, clear all rights -of -way or easements of
15 obstructions which must be removed to make possible proper prosecution of the
16 Work as a part of the project construction operations.
17 4. Preserve and use every precaution to prevent damage to, all trees, shrubbery, plants,
18 lawns, fences, culverts, curbing, and all other types of structures or improvements,
19 to all water, sewer, and gas lines, to all conduits, overhead pole lines, or
20 appurtenances thereof, including the construction of temporary fences and to all
21 other public or private property adjacent to the Work.
22 5. Notify the proper representatives of the owners or occupants of the public or private
23 lands of interest in lands which might be affected by the Work.
24 a. Such notice shall be made at least 48 hours in advance of the beginning of the
25 Work.
26 b. Notices shall be applicable to both public and private utility companies and any
27 corporation, company, individual, or other, either as owners or occupants,
28 whose land or interest in land might be affected by the Work.
29 c. Be responsible for all damage or injury to property of any character resulting
30 from any act, omission, neglect, or misconduct in the manner or method or
31 execution of the Work, or at any time due to defective work, material, or
32 equipment.
33 6. Fence
34 a. Restore all fences encountered and removed during construction of the Project
35 to the original or a better than original condition.
36 b. Erect temporary fencing in place of the fencing removed whenever the Work is
37 not in progress and when the site is vacated overnight, and/or at all times to
38 provide site security.
39 c. The cost for all fence work within easements, including removal, temporary
40 closures and replacement, shall be subsidiary to the various items bid in the
41 project proposal, unless a bid item is specifically provided in the proposal.
CITY OF FORT WORTH Maverick Roadway Connection to US HWY 377
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — Developer Awarded Projects City Project No. 105731
Revised December 20, 2012
011100-3
DAP SUMMARY OF WORK
Page 3 of 3
1 1.5
SUBMITTALS [NOT USED]
2 1.6
ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED]
3 1.7
CLOSEOUT SUBMITTALS [NOT USED]
4 1.8
MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
5 1.9
QUALITY ASSURANCE [NOT USED]
6 1.10
DELIVERY, STORAGE, AND HANDLING [NOT USED]
7 1.11
FIELD [SITE] CONDITIONS [NOT USED]
8 1.12
WARRANTY [NOT USED]
9 PART 2 - PRODUCTS [NOT USED]
10 PART 3 - EXECUTION [NOT USED]
i 11QI ZI] Icy I[ON I IQ I
12
13
Revision Log
DATE NAME SUMMARY OF CHANGE
CITY OF FORT WORTH Maverick Roadway Connection to US HWY 377
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — Developer Awarded Projects City Project No. 105731
Revised December 20, 2012
012500-1
DAP SUBSTITUTION PROCEDURES
SECTION 0125 00
SUBSTITUTION PROCEDURES
PART1- GENERAL
1.1 SUMMARY
A. Section Includes:
Page 1 of 4
The procedure for requesting the approval of substitution of a product that is not
equivalent to a product which is specified by descriptive or performance criteria or
defined by reference to 1 or more of the following:
a. Name of manufacturer
b. Name of vendor
c. Trade name
d. Catalog number
2. Substitutions are not "or -equals".
B. Deviations from this City of Fort Worth Standard Specification
1. None.
C. Related Specification Sections include, but are not necessarily limited to:
1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract
2. Division 1 — General Requirements
1.2 PRICE AND PAYMENT PROCEDURES
A. Measurement and Payment
1. Work associated with this Item is considered subsidiary to the various items bid. No
separate payment will be allowed for this Item.
1.3 REFERENCES [NOT USED]
1.4 ADMINISTRATIVE REQUIREMENTS
A. Request for Substitution - General
1. Within 30 days after award of Contract (unless noted otherwise), the City will
consider formal requests from Contractor for substitution of products in place of
those specified.
2. Certain types of equipment and kinds of material are described in Specifications by
means of references to names of manufacturers and vendors, trade names, or catalog
numbers.
a. When this method of specifying is used, it is not intended to exclude from
consideration other products bearing other manufacturer's or vendor's names,
trade names, or catalog numbers, provided said products are "or -equals," as
determined by City.
3. Other types of equipment and kinds of material may be acceptable substitutions
under the following conditions:
a. Or -equals are unavailable due to strike, discontinued production of products
meeting specified requirements, or other factors beyond control of Contractor;
or,
CITY OF FORT WORTH Maverick Roadway Connection to US HWY 377
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105731
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 Maverick Roadway Connection to US HWY 377
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105731
Revised August 30, 2013
012500-3
DAP SUBSTITUTION PROCEDURES
Page 3 of 4
4. Substitution will be rejected if.
a. Submittal is not through the Contractor with his stamp of approval
b. Request is not made in accordance with this Specification Section
c. In the Developer's opinion, acceptance will require substantial revision of the
original design
d. In the City's or Developer's opinion, substitution will not perform adequately
the function consistent with the design intent
1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED]
1.7 CLOSEOUT SUBMITTALS [NOT USED]
1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
1.9 QUALITY ASSURANCE
A. In making request for substitution or in using an approved product, the Contractor
represents that the Contractor:
1. Has investigated proposed product, and has determined that it is adequate or
superior in all respects to that specified, and that it will perform function for which it
is intended
2. Will provide same guarantee for substitute item as for product specified
3. Will coordinate installation of accepted substitution into Work, to include building
modifications if necessary, making such changes as may be required for Work to be
complete in all respects
4. Waives all claims for additional costs related to substitution which subsequently
arise
1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED]
1.11 FIELD [SITE] CONDITIONS [NOT USED]
1.12 WARRANTY [NOT USED]
PART 2 - PRODUCTS [NOT USED]
PART 3 - EXECUTION [NOT USED]
END OF SECTION
Revision Log
DATE NAME SUMMARY OF CHANGE
CITY OF FORT WORTH Maverick Roadway Connection to US HWY 377
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105731
Revised August 30, 2013
012500-4
DAP SUBSTITUTION PROCEDURES
Page 4 of 4
EXHIBIT A
REQUEST FOR SUBSTITUTION FORM:
PROJECT: DATE:
We hereby submit for your consideration the following product instead of the specified item for
the above project:
SECTION PARAGRAPH SPECIFIED ITEM
Proposed Substitution:
Reason for Substitution:
Include complete information on changes to Drawings and/or Specifications which proposed
substitution will require for its proper installation.
Fill in Blanks Below:
A. Will the undersigned contractor pay for changes to the building design, including engineering
and detailing costs caused by the requested substitution?
B. What effect does substitution have on other trades?
C. Differences between proposed substitution and specified item?
D. Differences in product cost or product delivery time?
E. Manufacturer's guarantees of the proposed and specified items are:
Equal Better (explain on attachment)
The undersigned states that the function, appearance and quality are equivalent or superior to the
specified item.
Submitted By: For Use by City
Signature
as noted
Firm
Address
Date
Telephone
For Use by City:
Approved
City
Recommended Recommended
Not recommended Received late
By
Date
Remarks
Date
Rej ected
CITY OF FORT WORTH Maverick Roadway Connection to US HWY 377
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105731
Revised August 30, 2013
013119-1
DAP PRECONSTRUCTION MEETING
Pagel of 3
1 SECTION 01 31 19
2 PRECONSTRUCTION MEETING
3 PART 1-GENERAL
4 1.1 SUMMARY
5 A. Section Includes:
6 1. Provisions for the preconstruction meeting to be held prior to the start of Work to
7 clarify construction contract administration procedures
8 B. Deviations from this City of Fort Worth Standard Specification
9 1. No construction schedule required unless requested by the City.
10 C. Related Specification Sections include, but are not necessarily limited to:
11 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract
12 2. Division 1 — General Requirements
13 1.2 PRICE AND PAYMENT PROCEDURES
14 A. Measurement and Payment
15 1. Work associated with this Item is considered subsidiary to the various items bid.
16 No separate payment will be allowed for this Item.
17 1.3 REFERENCES [NOT USED]
18 1.4 ADMINISTRATIVE REQUIREMENTS
19 A. Coordination
20 1. Attend preconstruction. meeting.
21 2. Representatives of Contractor, subcontractors and suppliers attendingmeetings
22 shall be qualified and authorized to act on behalf of the entity each represents.
23 3. Meeting administered by City may be tape recorded.
24 a. If recorded, tapes will be used to prepare minutes and retained by City for
25 future reference.
26 B. Preconstruction Meeting
27 1. A preconstruction meeting will be held within 14 days after the delivery of the
28 distribution package to the City.
29 a. The meeting will be scheduled and administered by the City.
30 2. The Project Representative will preside at the meeting, prepare the notes of the
31 meeting and distribute copies of same to all participants who so request by fully
32 completing the attendance form to be circulated at the beginning of the meeting.
33 3. Attendance shallinclude:
34 a. Developer and Consultant
35 b. Contractor's projectmanager
36 c. Contractor's superintendent
37 d. Any subcontractor or supplier representatives whom the Contractor may desire
38 to invite or the City may request
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS —DEVELOPER AWARDED PROJECTS Maverick Roadway Connection to US HWY 377
Revised August 30, 2013
City Project No. 105731
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
01 31 19 - 2
DAP PRECONSTRUCTION MEETING
Page 2 of 3
e. Other City representatives
f. Others as appropriate
4. Preliminary Agenda may include:
a. Introduction of Project Personnel
b. General Description of Project
c. Status of right-of-way, utility clearances, easements or other pertinent permits
d. Contractor's work plan and schedule
e. Contract Time
f. Notice to Proceed
g. Construction Staking
h. Progress Payments
i. Extra Work and Change Order Procedures
j. Field Orders
k. Disposal Site Letter for Waste Material
1. Insurance Renewals
m. Payroll Certification
n. Material Certifications and Quality Control Testing
o. Public Safety and Convenience
p. Documentation of Pre -Construction Conditions
q. Weekend Work Notification
r. Legal Holidays
s. Trench Safety Plans
t. Confined Space Entry Standards
u. Coordination with the City's representative for operations of existing water
systems
v. Storm Water Pollution Prevention Plan
w. Coordination with other Contractors
x. Early Warning System
y. Contractor Evaluation
z. Special Conditions applicable to the project
aa. Damages Claims
bb. Submittal Procedures
cc. Substitution Procedures
dd. Correspondence Routing
ee. Record Drawings
f£ Temporary construction facilities
gg. MBE/SBE procedures
hh. Final Acceptance
ii. Final Payment
J. Questions or Comments
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS —DEVELOPER AWARDED PROJECTS
Revised August 30, 2013
Maverick Roadway Connection to US HWY 377
City Project No. 105731
01 31 19 - 3
DAP PRECONSTRUCTION MEETING
Page 3 of 3
1 1.5
SUBMITTALS [NOT USED]
2 1.6
ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED]
3 1.7
CLOSEOUT SUBMITTALS [NOT USED]
4 1.8
MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
5 1.9
QUALITY ASSURANCE [NOT USED]
6 1.10
DELIVERY, STORAGE, AND HANDLING [NOT USED]
7 1.11
FIELD [SITE] CONDITIONS [NOT USED]
8 1.12
WARRANTY [NOT USED]
9 PART 2 - PRODUCTS [NOT USED]
10 PART 3 - EXECUTION [NOT USED]
11 END OF SECTION
12
Revision Log
DATE NAME SUMMARY OF CHANGE
13
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS —DEVELOPER AWARDED PROJECTS Maverick Roadway Connection to US HWY 377
Revised August 30, 2013
City Project No. 105731
013233-1
DAP PRECONSTRUCTION VIDEO
Page 1 of 2
SECTION 0132 33
PRECONSTRUCTION VIDEO
PART1- GENERAL
1.1 SUMMARY
A. Section Includes:
1. Administrative and procedural requirements for:
a. Preconstruction Videos
B. Deviations from this City of Fort Worth Standard Specification
1. Though not mandatory, it is highly recommended on infill developer projects.
C. Related Specification Sections include, but are not necessarily limited to:
1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract
2. Division 1 — General Requirements
1.2 PRICE AND PAYMENT PROCEDURES
A. Measurement and Payment
1. Work associated with this Item is considered subsidiary to the various items bid.
No separate payment will be allowed for this Item.
1.3 REFERENCES [NOT USED]
1.4 ADMINISTRATIVE REQUIREMENTS
A. Preconstruction Video
1. Produce a preconstruction video of the site/alignment, including all areas in the
vicinity of and to be affected by construction.
a. Provide digital copy of video upon request by the City.
2. Retain a copy of the preconstruction video until the end of the maintenance surety
period.
1.5 SUBMITTALS [NOT USED]
1.6 ACTION 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 Maverick Roadway Connection to US HWY 377
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105731
Revised August 30, 2013
01 32 33 - 2
DAP PRECONSTRUCTION VIDEO
Page 2 of 2
PART 3 - EXECUTION [NOT USED]
END OF SECTION
Revision Log
DATE NAME SUMMARY OF CHANGE
CITY OF FORT WORTH Maverick Roadway Connection to US HWY 377
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105731
Revised August 30, 2013
1
2
3 PART1- GENERAL
4 1.1 SUMMARY
SECTION 0133 00
DAP SUBMITTALS
013300-1
DAP SUBMITTALS
Page 1 of 8
5 A. Section Includes:
6 1. General methods and requirements of submissions applicable to the following
7 Work -related submittals:
8 a. Shop Drawings
9 b. Product Data (including Standard Product List submittals)
10 c. Samples
11 d. Mock Ups
12 B. Deviations from this City of Fort Worth Standard Specification
13 1. None.
14 C. Related Specification Sections include, but are not necessarily limited to:
15 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract
16 2. Division 1 — General Requirements
17 1.2 PRICE AND PAYMENT PROCEDURES
18 A. Measurement and Payment
19 1. Work associated with this Item is considered subsidiary to the various items bid.
20 No separate payment will be allowed for this Item.
21 1.3 REFERENCES [NOT USED]
22 1.4 ADMINISTRATIVE REQUIREMENTS
23 A. Coordination
24 1. Notify the City in writing, at the time of submittal, of any deviations in the
25 submittals from the requirements of the Contract Documents.
26 2. Coordination of Submittal Times
27 a. Prepare, prioritize and transmit each submittal sufficiently in advance of
28 performing the related Work or other applicable activities, or within the time
29 specified in the individual Work Sections, of the Specifications.
30 b. Contractor is responsible such that the installation will not be delayed by
31 processing times including, but not limited to:
32 a) Disapproval and resubmittal (if required)
33 b) Coordination with other submittals
34 c) Testing
35 d) Purchasing
36 e) Fabrication
37 f) Delivery
38 g) Similar sequenced activities
39 c. No extension of time will be authorized because of the Contractor's failure to
40 transmit submittals sufficiently in advance of the Work.
CITY OF FORT WORTH Maverick Roadway Connection to US HWY 377
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105731
Revised August 30, 2013
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
013300-2
DAP SUBMITTALS
Page 2 of 8
d. Make submittals promptly in accordance with approved schedule, and in such
sequence as to cause no delay in the Work or in the work of any other
contractor.
B. Submittal Numbering
1. When submitting shop drawings or samples, utilize a 9-character submittal cross-
reference identification numbering system in the following manner:
a. Use the first 6 digits of the applicable Specification Section Number.
b. For the next 2 digits number use numbers 01-99 to sequentially number each
initial separate item or drawing submitted under each specific Section number.
c. Last use a letter, A-Z, indicating the resubmission of the same drawing (i.e.
A=2nd submission, B=3rd submission, C=4th submission, etc.). A typical
submittal number would be as follows:
1) 03 30 00 is the Specification Section for Concrete
2) 08 is the eighth initial submittal under this Specification Section
3) B is the third submission (second resubmission) of that particular shop
drawing
C. Contractor Certification
1. Review shop drawings, product data and samples, including those by
subcontractors, prior to submission to determine and verify the following:
a. Field measurements
b. Field construction criteria
c. Catalog numbers and similar data
d. Conformance with the Contract Documents
2. Provide each shop drawing, sample and product data submitted by the Contractor
with a Certification Statement affixed including:
a. The Contractor's Company name
b. Signature of submittal reviewer
c. Certification Statement
1) `By this submittal, I hereby represent that I have determined and verified
field measurements, field construction criteria, materials, dimensions,
catalog numbers and similar data and I have checked and coordinated each
item with other applicable approved shop drawings."
D. Submittal Format
1. Fold shop drawings larger than 8 1/2 inches x 11 inches to 8 1/2 inches x 11 inches.
2. Bind shop drawings and product data sheets together.
3. Order
a. Cover Sheet
1) Description of Packet
2) Contractor Certification
b. List of items / Table of Contents
c. Product Data /Shop Drawings/Samples /Calculations
E. Submittal Content
1. The date of submission and the dates of any previous submissions
CITY OF FORT WORTH Maverick Roadway Connection to US HWY 377
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105731
Revised August 30, 2013
013300-3
DAP SUBMITTALS
Page 3 of 8
1
2.
The Project title and number
2
3.
Contractor identification
3
4.
The names of-
4
a. Contractor
5
b. Supplier
6
c. Manufacturer
7
5.
Identification of the product, with the Specification Section number, page and
8
paragraph(s)
9
6.
Field dimensions, clearly identified as such
10
7.
Relation to adjacent or critical features of the Work or materials
11
8.
Applicable standards, such as ASTM or Federal Specification numbers
12
9.
Identification by highlighting of deviations from Contract Documents
13
10. Identification by highlighting of revisions on resubmittals
14
11. An 8-inch x 3-inch blank space for Contractor and City stamps
15
F. Shop Drawings
16
1.
As specified in individual Work Sections includes, but is not necessarily limited to:
17
a. Custom -prepared data such as fabrication and erection/installation (working)
18
drawings
19
b. Scheduled information
20
c. Setting diagrams
21
d. Actual shopwork manufacturing instructions
22
e. Custom templates
23
f. Special wiring diagrams
24
g. Coordination drawings
25
h. Individual system or equipment inspection and test reports including:
26
1) Performance curves and certifications
27
i. As applicable to the Work
28
2.
Details
29
a. Relation of the various parts to the main members and lines of the structure
30
b. Where correct fabrication of the Work depends upon field measurements
31
1) Provide such measurements and note on the drawings prior to submitting
32
for approval.
33
G. Product Data
34
1.
For submittals of product data for products included on the City's Standard Product
35
List, clearly identify each item selected for use on the Project.
36
2.
For submittals of product data for products not included on the City's Standard
37
Product List, submittal data may include, but is not necessarily limited to:
38
a. Standard prepared data for manufactured products (sometimes referred to as
39
catalog data)
40
1) Such as the manufacturer's product specification and installation
41
instructions
42
2) Availability of colors and patterns
43
3) Manufacturer's printed statements of compliances and applicability
44
4) Roughing -in diagrams and templates
45
5) Catalog cuts
46
6) Product photographs
CITY OF FORT WORTH Maverick Roadway Connection to US HWY 377
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105731
Revised August 30, 2013
013300-4
DAP SUBMITTALS
Page 4 of 8
1 7) Standard wiring diagrams
2 8) Printed performance curves and operational -range diagrams
3 9) Production or quality control inspection and test reports and certifications
4 10) Mill reports
5 11) Product operating and maintenance instructions and recommended
6 spare -parts listing and printed product warranties
7 12) As applicable to the Work
8 H. Samples
9 1. As specified in individual Sections, include, but are not necessarily limited to:
10 a. Physical examples of the Work such as:
11 1) Sections of manufactured or fabricated Work
12 2) Small cuts or containers of materials
13 3) Complete units of repetitively used products color/texture/pattern swatches
14 and range sets
15 4) Specimens for coordination of visual effect
16 5) Graphic symbols and units of Work to be used by the City for independent
17 inspection and testing, as applicable to the Work
18 I. Do not start Work requiring a shop drawing, sample or product data nor any material to
19 be fabricated or installed prior to the approval or qualified approval of such item.
20 1. Fabrication performed, materials purchased or on -site construction accomplished
21 which does not conform to approved shop drawings and data is at the Contractor's
22 risk.
23 2. The City will not be liable for any expense or delay due to corrections or remedies
24 required to accomplish conformity.
25 3. Complete project Work, materials, fabrication, and installations in conformance
26 with approved shop drawings, applicable samples, and product data.
27 J. Submittal Distribution
28 1. Electronic Distribution
29 a. Confirm development of Project directory for electronic submittals to be
30 uploaded to City's Buzzsaw site, or another external FTP site approved by the
31 City.
32 b. Shop Drawings
33 1) Upload submittal to designated project directory and notify appropriate
34 City representatives via email of submittal posting.
35 2) Hard Copies
36 a) 3 copies for all submittals
37 b) If Contractor requires more than 1 hard copy of Shop Drawings
38 returned, Contractor shall submit more than the number of copies listed
39 above.
40 c. Product Data
41 1) Upload submittal to designated project directory and notify appropriate
42 City representatives via email of submittal posting.
43 2) Hard Copies
44 a) 3 copies for all submittals
45 d. Samples
46 1) Distributed to the Project Representative
47 2. Hard Copy Distribution (if required in lieu of electronic distribution)
CITY OF FORT WORTH Maverick Roadway Connection to US HWY 377
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105731
Revised August 30, 2013
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
013300-5
DAP SUBMITTALS
Page 5 of 8
a. Shop Drawings
1) Distributed to the City
2) Copies
a) 8 copies for mechanical submittals
b) 7 copies for all other submittals
c) If Contractor requires more than 3 copies of Shop Drawings returned,
Contractor shall submit more than the number of copies listed above.
b. Product Data
1) Distributed to the City
2) Copies
a) 4 copies
c. Samples
1) Distributed to the Project Representative
2) Copies
a) Submit the number stated in the respective Specification Sections.
3. Distribute reproductions of approved shop drawings and copies of approved
product data and samples, where required, to the job site file and elsewhere as
directed by the City.
a. Provide number of copies as directed by the City but not exceeding the number
previously specified.
K. Submittal Review
1. The review of shop drawings, data and samples will be for general conformance
with the design concept and Contract Documents. This is not to be construed as:
a. Permitting any departure from the Contract requirements
b. Relieving the Contractor of responsibility for any errors, including details,
dimensions, and materials
c. Approving departures from details furnished by the City, except as otherwise
provided herein
2. The review and approval of shop drawings, samples or product data by the City
does not relieve the Contractor from his/her responsibility with regard to the
fulfillment of the terms of the Contract.
a. All risks of error and omission are assumed by the Contractor, and the City will
have no responsibility therefore.
3. The Contractor remains responsible for details and accuracy, for coordinating the
Work with all other associated work and trades, for selecting fabrication processes,
for techniques of assembly and for performing Work in a safe manner.
4. If the shop drawings, data or samples as submitted describe variations and show a
departure from the Contract requirements which City finds to be in the interest of
the City and to be so minor as not to involve a change in Contract Price or time for
performance, the City may return the reviewed drawings without noting an
exception.
5. Submittals will be returned to the Contractor under 1 of the following codes:
a. Code 1
1) "NO EXCEPTIONS TAKEN' is assigned when there are no notations or
comments on the submittal.
a) When returned under this code the Contractor may release the
equipment and/or material for manufacture.
b. Code 2
CITY OF FORT WORTH Maverick Roadway Connection to US HWY 377
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105731
Revised August 30, 2013
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
013300-6
DAP SUBMITTALS
Page 6 of 8
1) "EXCEPTIONS NOTED". This code is assigned when a confirmation of
the notations and comments IS NOT required by the Contractor.
a) The Contractor may release the equipment or material for manufacture;
however, all notations and comments must be incorporated into the
final product.
c. Code 3
1) "EXCEPTIONS NOTED/RESUBMIT". This combination of codes is
assigned when notations and comments are extensive enough to require a
resubmittal of the package.
a) The Contractor may release the equipment or material for manufacture;
however, all notations and comments must be incorporated into the
final product.
b) This resubmittal is to address all comments, omissions and
non -conforming items that were noted.
c) Resubmittal is to be received by the City within 15 Calendar Days of
the date of the City's transmittal requiring the resubmittal.
d. Code 4
1) "NOT APPROVED" is assigned when the submittal does not meet the
intent of the Contract Documents.
a) The Contractor must resubmit the entire package revised to bring the
submittal into conformance.
b) It may be necessary to resubmit using a different manufacturer/vendor
to meet the Contract Documents.
6. Resubmittals
a. Handled in the same manner as first submittals
1) Corrections other than requested by the City
2) Marked with revision triangle or other similar method
a) At Contractor's risk if not marked
b. Submittals for each item will be reviewed no more than twice at the City's
expense.
1) All subsequent reviews will be performed at times convenient to the City
and at the Contractor's expense, based on the City's or City
Representative's then prevailing rates.
2) Provide Contractor reimbursement to the City within 30 Calendar Days for
all such fees invoiced by the City.
c. The need for more than 1 resubmission or any other delay in obtaining City's
review of submittals, will not entitle the Contractor to an extension of Contract
Time.
7. Partial Submittals
a. City reserves the right to not review submittals deemed partial, at the City's
discretion.
b. Submittals deemed by the City to be not complete will be returned to the
Contractor, and will be considered "Not Approved" until resubmitted.
c. The City may at its option provide a list or mark the submittal directing the
Contractor to the areas that are incomplete.
8. If the Contractor considers any correction indicated on the shop drawings to
constitute a change to the Contract Documents, then written notice must be
provided thereof to the Developer at least 7 Calendar Days prior to release for
manufacture.
CITY OF FORT WORTH Maverick Roadway Connection to US HWY 377
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105731
Revised August 30, 2013
013300-7
DAP SUBMITTALS
Page 7 of 8
1 9. When the shop drawings have been completed to the satisfaction of the City, the
2 Contractor may carry out the construction in accordance therewith and no further
3 changes therein except upon written instructions from the City.
4 10. Each submittal, appropriately coded, will be returned within 30 Calendar Days
5 following receipt of submittal by the City.
6 L. Mock ups
7 1. Mock Up units as specified in individual Sections, include, but are not necessarily
8 limited to, complete units of the standard of acceptance for that type of Work to be
9 used on the Project. Remove at the completion of the Work or when directed.
10 M. Qualifications
11 1. If specifically required in other Sections of these Specifications, submit a P.E.
12 Certification for each item required.
13
N. Request for Information (RFI)
14
1. Contractor Request for additional information
15
a. Clarification or interpretation of the contract documents
16
b. When the Contractor believes there is a conflict between Contract Documents
17
c. When the Contractor believes there is a conflict between the Drawings and
18
Specifications
19
1) Identify the conflict and request clarification
20
2. Sufficient information shall be attached to permit a written response without further
21
information.
22
23
24
25
26
1.5
SUBMITTALS [NOT USED]
27
1.6
ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED]
28
1.7
CLOSEOUT SUBMITTALS [NOT USED]
29
1.8
MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
30
1.9
QUALITY ASSURANCE [NOT USED]
31
1.10
DELIVERY, STORAGE, AND HANDLING [NOT USED]
32
1.11
FIELD [SITE] CONDITIONS [NOT USED]
33
1.12
WARRANTY [NOT USED]
CITY OF FORT WORTH Maverick Roadway Connection to US HWY 377
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105731
Revised August 30, 2013
013300-8
DAP SUBMITTALS
Page 8 of 8
1 PART 2 - PRODUCTS [NOT USED]
2 PART 3 - EXECUTION [NOT USED]
3 END OF SECTION
Revision Log
DATE NAME SUMMARY OF CHANGE
12/20/2012 D. Johnson 1.4.K.8. Working Days modified to Calendar Days
CITY OF FORT WORTH Maverick Roadway Connection to US HWY 377
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105731
Revised August 30, 2013
013513-1
DAP SPECIAL PROJECT PROCEDURES
Page 1 of 7
1 SECTION 01 3513
2 SPECIAL PROJECT PROCEDURES
3 PART 1-GENERAL
4 1.1 SUMMARY
5 A. Section Includes:
6 1. The procedures for special project circumstances that includes, but is not limited to:
8 a. Coordination with the Texas Department of Transportation
9 b. Work near High Voltage Lines
10 c. Confined Space Entry Program
11 d. Air Pollution Watch Days
12 e. Use of Explosives, Drop Weight, Etc.
13 f. Water Department Notification
14 g. Public Notification Prior to Beginning Construction
15 h. Coordination with United States Army Corps of Engineers
16 i. Coordination within Railroad permits areas
17 j. Dust Control
18 k. Employee Parking
19
20
21 B. Deviations from this City of Fort Worth Standard Specification
22 1. None.
23 C. Related Specification Sections include, but are not necessarily limited to:
24 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract
25 2. Division 1 — General Requirements
26 3. Section 33 12 25 — Connection to Existing WaterMains
27
28 1.2 REFERENCES
29 A. Reference Standards
30 1. Reference standards cited in this Specification refer to the current reference
31 standard published at the time of the latest revision date logged at the end of this
32 Specification, unless a date is specifically cited.
33 2. Health and Safety Code, Title 9. Safety, Subtitle A. Public Safety, Chapter 752.
34 High Voltage Overhead Lines.
35 3. North Central Texas Council of Governments (NCTCOG) — Clean Construction
36 Specification
37 1.3 ADMINISTRATIVE REQUIREMENTS
38 A. Coordination with the Texas Department of Transportation
39 1. When work in the right-of-way which is under the jurisdiction of the Texas
40 Department of Transportation (TxDOT):
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS —DEVELOPER AWARDED PROJECTS Maverick Roadway Connection to US HWY 377
Revised August, 30, 2013
City Project No. 105731
0135 13-2
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 performedin
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 ordippers
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 Requiredfor
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 013 1 13
43 E. Water Department Coordination
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS —DEVELOPER AWARDED PROJECTS Maverick Roadway Connection to US HWY 377
Revised August, 30, 2013
City Project No. 105731
013513-3
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 ofProject
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 flyeris
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
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS —DEVELOPER AWARDED PROJECTS Maverick Roadway Connection to US HWY 377
Revised August, 30, 2013
City Project No. 105731
0135 13 - 4
DAP SPECIAL PROJECT PROCEDURES
Page 4 of 7
1 b. Prepare flyer on the contractor's letterhead and include the following
2 information:
3 1) Name of the project
4 2) City Project Number
5 3) Date of the interruption of service
6 4) Period the interruption will take place
7 5) Name of the contractor's foreman and phone number
8 6) Name of the City's inspector and phone number
9 c. A sample of the temporary water service interruption notification is attached as
10 Exhibit B.
11 d. Deliver a copy of the temporary interruption notification to the City inspector
12 for review prior to being distributed.
13 e. No interruption of water service can occur until the flyer has been delivered to
14 all affected residents and businesses.
15 f. Electronic versions of the sample flyers can be obtained from the Project
16 Construction Inspector.
17 H. Coordination with United States Army Corps of Engineers (USACE)
18 1. At locations in the Project where construction activities occur in areaswhere
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 areaswhere
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.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS —DEVELOPER AWARDED PROJECTS Maverick Roadway Connection to US HWY 377
Revised August, 30, 2013
City Project No. 105731
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
12
DATE NAME
8/31/2012 D.Johnson
13
END OF SECTION
Revision Log
SUMMARY OF CHANGE
1.3.13— Added requirement of compliance with Health and Safety Code, Title 9.
Safety, Subtitle A. Public Safety, Chapter 752. High Voltage Overhead Lines.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS —DEVELOPER AWARDED PROJECTS Maverick Roadway Connection to US HWY 377
Revised August, 30, 2013
City Project No. 105731
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
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS Maverick Roadway Connection to US HWY 377
Revised August, 30, 2013 City Project No. 105731
I
2
3
4
01 35 13 -7
DAP SPECIAL PROJECT PROCEDURES
Page 7 of 7
EXHIBIT B
FORT WORTH
Date:
DOE NO. XXXX
Project Name:
NOTICE OF TEMPORARY WATER SERVICE
INTERRUPTION
DUE TO UTILITY IMPROVEMENTS IN YOUR NEIGHBORHOOD, YOUR
WATER SERVICE WILL BE INTERRUPTED ON
BETWEEN THE HOURS OF AND
IF YOU HAVE QUESTIONS ABOUT THIS SHUT -OUT, PLEASE CALL:
MR. AT
(CONTRACTORS SUPERINTENDENT) (TELEPHONE NUMBER)
OR
MR. AT
(CITY INSPECTOR) (TELEPHONE NUMBER)
THIS INCONVENIENCE WILL BE AS SHORT AS POSSIBLE.
THANK YOU,
.,'CONTRACTOR
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS
Revised August, 30, 2013
Maverick Roadway Connection to US HWY 377
City Project No. 105731
01 45 23
DAP TESTING AND INSPECTION SERVICES
Page 1 of 2
SECTION 0145 23
TESTING AND INSPECTION SERVICES
PART1- GENERAL
1.1 SUMMARY
A. Section Includes:
1. Testing and inspection services procedures and coordination
B. Deviations from this City of Fort Worth Standard Specification
1. None.
C. Related Specification Sections include, but are not necessarily limited to:
1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract
2. Division 1 — General Requirements
1.2 PRICE AND PAYMENT PROCEDURES
A. Measurement and Payment
Work associated with this Item is considered subsidiary to the various Items bid.
No separate payment will be allowed for this Item.
a. Contractor is responsible for performing, coordinating, and payment of all
Quality Control testing.
b. City is responsible for performing and payment for first set of Quality
Assurance testing.
1) If the first Quality Assurance test performed by the City fails, the
Contractor is responsible for payment of subsequent Quality Assurance
testing until a passing test occurs.
a) Final acceptance will not be issued by City until all required payments
for testing by Contractor have been paid in full.
1.3 REFERENCES [NOT USED]
1.4 ADMINISTRATIVE REQUIREMENTS
A. Testing
1. Complete testing in accordance with the Contract Documents.
2. Coordination
a. When testing is required to be performed by the City, notify City, sufficiently
in advance, when testing is needed.
b. When testing is required to be completed by the Contractor, notify City,
sufficiently in advance, that testing will be performed.
3. Distribution of Testing Reports
a. Electronic Distribution
1) Confirm development of Project directory for electronic submittals to be
uploaded to the City's document management system, or another form of
distribution approved by the City.
CITY OF FORT WORTH Maverick Roadway Connection to US HWY 377
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105731
Revised March 20, 2020
01 45 23
DAP TESTING AND INSPECTION SERVICES
Page 2 of 2
2) Upload test reports to designated project directory and notify appropriate
City representatives via email of submittal posting.
3) Hard Copies
a) 1 copy for all submittals submitted to the Project Representative
b. Hard Copy Distribution (if required in lieu of electronic distribution)
1) Tests performed by City
a) Distribute 1 hard copy to the Contractor
2) Tests performed by the Contractor
a) Distribute 3 hard copies to City's Project Representative
4. Provide City's Project Representative with trip tickets for each delivered load of
Concrete or Lime material including the following information:
a. Name of pit
b. Date of delivery
c. Material delivered
B. Inspection
1. Inspection or lack of inspection does not relieve the Contractor from obligation to
perform work in accordance with the Contract Documents.
1.5 SUBMITTALS [NOT USED]
1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED]
1.7 CLOSEOUT SUBMITTALS [NOT USED]
1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
1.9 QUALITY ASSURANCE [NOT USED]
1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED]
1.11 FIELD [SITE] CONDITIONS [NOT USED]
1.12 WARRANTY [NOT USED]
PART 2 - PRODUCTS [NOT USED]
PART 3 - EXECUTION [NOT USED]
END OF SECTION
Revision Log
DATE NAME SUMMARY OF CHANGE
03/20/2020 D.V. Magana Removed reference to Buzzsaw and noted that electronic submittals be uploaded
through the City's document management system.
CITY OF FORT WORTH Maverick Roadway Connection to US HWY 377
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105731
Revised March 20, 2020
015000-1
DAP TEMPORARY FACILITIES AND CONTROLS
Pagel of 4
1 SECTION 0150 00
2 TEMPORARY FACILITIES AND CONTROLS
3 PART 1-GENERAL
4 1.1 SUMMARY
5 A. Section Includes:
6 1. Provide temporary facilities and controls needed for the Work including, but not
7 necessarily limited to:
8 a. Temporary utilities
9 b. Sanitary facilities
10 c. Storage Sheds and Buildings
it d. Dust control
12 e. Temporary fencing of the construction site
13 B. Deviations from this City of Fort Worth Standard Specification
14 1. None.
15 C. Related Specification Sections include, but are not necessarily limited to:
16 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract
17 2. Division 1 — General Requirements
18 1.2 PRICE AND PAYMENT PROCEDURES
19 A. Measurement and Payment
20 1. Work associated with this Item is considered subsidiary to the various Items bid.
21 No separate payment will be allowed for this Item.
22 1.3 REFERENCES [NOT USED]
23 1.4 ADMINISTRATIVE REQUIREMENTS
24 A. Temporary Utilities
25 1. Obtaining Temporary Service
26 a. Make arrangements with utility service companies for temporary services.
27 b. Abide by rules and regulations of utility service companies or authorities
28 having jurisdiction.
29 c. Be responsible for utility service costs until Work is approved for Final
30 Acceptance.
31 1) Included are fuel, power, light, heat and other utility services necessary for
32 execution, completion, testing and initial operation of Work.
33 2. Water
34 a. Contractor to provide water required for and in connection with Work to be
35 performed and for specified tests of piping, equipment, devices or other use as
36 required for the completion of the Work.
37 b. Provide and maintain adequate supply of potable water for domestic
38 consumption by Contractor personnel and City's Project Representatives.
39 c. Coordination
40 1) Contact City 1 week before water for construction is desired
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS —DEVELOPER AWARDED PROJECTS Maverick Roadway Connection to US HWY 377
Revised JULY 1, 2011
City Project No. 105731
01 50 00 - 2
DAP TEMPORARY FACILITIES AND CONTROLS
Page 2 of 4
1 d. Contractor Payment for Construction Water
2 1) Obtain construction water meter from City for payment as billed by City's
3 established rates.
4 3. Electricity and Lighting
5 a. Provide and pay for electric powered service as required for Work, including
6 testing of Work.
7 1) Provide power for lighting, operation of equipment, or other use.
8 b. Electric power service includes temporary power service or generator to
9 maintain operations during scheduled shutdown.
10 4. Telephone
11 a. Provide emergency telephone service at Site for use by Contractor personnel
12 and others performing work or furnishing services at Site.
13 5. Temporary Heat and Ventilation
14 a. Provide temporary heat as necessary for protection or completion of Work.
15 b. Provide temporary heat and ventilation to assure safe working conditions.
16 B. Sanitary Facilities
17 1. Provide and maintain sanitary facilities for persons on Site.
18 a. Comply with regulations of State and local departments of health.
19 2. Enforce use of sanitary facilities by construction personnel at job site.
20 a. Enclose and anchor sanitary facilities.
21 b. No discharge will be allowed from these facilities.
22 c. Collect and store sewage and waste so as not to cause nuisance or health
23 problem.
24 d. Haul sewage and waste off -site at no less than weekly intervals and properly
25 dispose in accordance with applicable regulation.
26 3. Locate facilities near Work Site and keep clean and maintained throughout Project.
27 4. Remove facilities at completion of Project
28 C. Storage Sheds and Buildings
29 1. Provide adequately ventilated, watertight, weatherproof storage facilities with floor
30 above ground level for materials and equipment susceptible to weather damage.
31 2. Storage of materials not susceptible to weather damage may be on blocks off
32 ground.
33 3. Store materials in a neat and orderlymanner.
34 a. Place materials and equipment to permit easy access for identification,
35 inspection and inventory.
36 4. Equip building with lockable doors and lighting, and provide electrical service for
37 equipment space heaters and heating or ventilation as necessary to provide storage
38 environments acceptable to specified manufacturers.
39 5. Fill and grade site for temporary structures to provide drainage away from
40 temporary and existing buildings.
41 6. Remove building from site prior to Final Acceptance.
42 D. Temporary Fencing
43 1. Provide and maintain for the duration or construction when required incontract
44 documents
45 E. Dust Control
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS —DEVELOPER AWARDED PROJECTS Maverick Roadway Connection to US HWY 377
Revised JULY 1, 2011
City Project No. 105731
01 50 00 - 3
DAP TEMPORARY FACILITIES AND CONTROLS
Page 3 of 4
1 1. Contractor is responsible for maintaining dust control through the duration of the
2 project.
3 a. Contractor remains on -call at all times
4 b. Must respond in a timelymanner
5 F. Temporary Protection ofConstruction
6 1. Contractor or subcontractors are responsible for protecting Work from damage due
7 to weather.
8 1.5 SUBMITTALS [NOT USED]
9 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED]
10 1.7 CLOSEOUT SUBMITTALS [NOT USED]
11 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
12 1.9 QUALITY ASSURANCE [NOT USED]
13 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED]
14 1.11 FIELD [SITE] CONDITIONS [NOT USED]
15 1.12 WARRANTY [NOT USED]
16 PART 2 - PRODUCTS [NOT USED]
17 PART 3 - EXECUTION [NOT USED]
18 3.1 INSTALLERS [NOT USED]
19 3.2 EXAMINATION [NOT USED]
20 3.3 PREPARATION [NOT USED]
21 3.4 INSTALLATION
22 A. Temporary Facilities
23 1. Maintain all temporary facilities for duration of construction activities as needed.
24 3.5 [REPAIR] / [RESTORATION]
25 3.6 RE -INSTALLATION
26
3.7
FIELD [OR] SITE QUALITY CONTROL [NOT USED]
27
3.8
SYSTEM STARTUP [NOT USED]
28
3.9
ADJUSTING [NOT USED]
29
3.10
CLEANING [NOT USED]
30
3.11
CLOSEOUT ACTIVITIES
31
A. Temporary Facilities
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS —DEVELOPER AWARDED PROJECTS Maverick Roadway Connection to US HWY 377
Revised JULY 1, 2011
City Project No. 105731
1
2
3
4
5
8
01 50 00 - 4
DAP TEMPORARY FACILITIES AND CONTROLS
Page 4 of 4
1. Remove all temporary facilities and restore area after completion of the Work, to a
condition equal to or better than prior to start of Work.
3.12 PROTECTION [NOT USED]
3.13 MAINTENANCE [NOT USED]
3.14 ATTACHMENTS [NOT USED]
END OF SECTION
Revision Log
DATE NAME SUMMARY OF CHANGE
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS —DEVELOPER AWARDED PROJECTS Maverick Roadway Connection to US HWY 377
Revised JULY 1, 2011
City Project No. 105731
015526-1
DAP STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL
Page 1 of 3
1 SECTION 0155 26
2 STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL
3 PART1- GENERAL
4 1.1 SUMMARY
5 A. Section Includes:
6 1. Administrative procedures for:
7 a. Street Use Permit
8 b. Modification of approved traffic control
9 c. Removal of Street Signs
10 B. Deviations from this City of Fort Worth Standard Specification
11 1. None.
12 C. Related Specification Sections include, but are not necessarily limited to:
13 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract
14 2. Division 1 — General Requirements
15 3. Section 34 71 13 — Traffic Control
16 1.2 PRICE AND PAYMENT PROCEDURES
17 A. Measurement and Payment
18 1. Work associated with this Item is considered subsidiary to the various Items bid.
19 No separate payment will be allowed for this Item.
20 1.3 REFERENCES
21 A. Reference Standards
22 1. Reference standards cited in this specification refer to the current reference standard
23 published at the time of the latest revision date logged at the end of this
24 specification, unless a date is specifically cited.
25 2. Texas Manual on Uniform Traffic Control Devices (TMUTCD).
26 1.4 ADMINISTRATIVE REQUIREMENTS
27 A. Traffic Control
28 1. General
29 a. When traffic control plans are included in the Drawings, provide Traffic
30 Control in accordance with Drawings and Section 34 71 13.
31 b. When traffic control plans are not included in the Drawings, prepare traffic
32 control plans in accordance with Section 34 71 13 and submit to City for
33 review.
34 1) Allow minimum 10 working days for review of proposed Traffic Control.
35 B. Street Use Permit
36 1. Prior to installation of Traffic Control, a City Street Use Permit is required.
37 a. To obtain Street Use Permit, submit Traffic Control Plans to City
38 Transportation and Public Works Department.
CITY OF FORT WORTH Maverick Roadway Connection to US HWY 377
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105731
Revised July 1, 2011
015526-2
DAP STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL
Page 2 of 3
1 1) Allow a minimum of 5 working days for permit review.
2 2) Contractor's responsibility to coordinate review of Traffic Control plans for
3 Street Use Permit, such that construction is not delayed.
4 C. Modification to Approved Traffic Control
5 1. Prior to installation traffic control:
6 a. Submit revised traffic control plans to City Department Transportation and
7 Public Works Department.
8 1) Revise Traffic Control plans in accordance with Section 34 71 13.
9 2) Allow minimum 5 working days for review of revised Traffic Control.
10 3) It is the Contractor's responsibility to coordinate review of Traffic Control
11 plans for Street Use Permit, such that construction is not delayed.
12 D. Removal of Street Sign
13 1. If it is determined that a street sign must be removed for construction, then contact
14 City Transportation and Public Works Department, Signs and Markings Division to
15 remove the sign.
16 E. Temporary Signage
17 1. In the case of regulatory signs, replace permanent sign with temporary sign meeting
18 requirements of the latest edition of the Texas Manual on Uniform Traffic Control
19 Devices (MUTCD).
20 2. Install temporary sign before the removal of permanent sign.
21 3. When construction is complete, to the extent that the permanent sign can be
22 reinstalled, contact the City Transportation and Public Works Department, Signs
23 and Markings Division, to reinstall the permanent sign.
24 F. Traffic Control Standards
25 1. Traffic Control Standards can be found on the City's Buzzsaw website.
26 1.5 SUBMITTALS [NOT USED]
27 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED]
28 1.7 CLOSEOUT SUBMITTALS [NOT USED]
29 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
30 1.9 QUALITY ASSURANCE [NOT USED]
31 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED]
32 1.11 FIELD [SITE] CONDITIONS [NOT USED]
33 1.12 WARRANTY [NOT USED]
34 PART 2 - PRODUCTS [NOT USED]
35 PART 3 - EXECUTION [NOT USED]
36 END OF SECTION
CITY OF FORT WORTH Maverick Roadway Connection to US HWY 377
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105731
Revised July 1, 2011
015526-3
DAP STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL
Page 3 of 3
Revision Log
DATE NAME SUMMARY OF CHANGE
CITY OF FORT WORTH Maverick Roadway Connection to US HWY 377
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105731
Revised July 1, 2011
015813-1
DAP TEMPORARY PROJECT SIGNAGE
Page 1 of 3
SECTION 0158 13
TEMPORARY PROJECT SIGNAGE
PART1- GENERAL
1.1 SUMMARY
A. Section Includes:
1. Temporary Project Signage Requirements
B. Deviations from this City of Fort Worth Standard Specification
1. None.
C. Related Specification Sections include, but are not necessarily limited to:
1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract
2. Division 1 — General Requirements
1.2 PRICE AND PAYMENT PROCEDURES
A. Measurement and Payment
1. Work associated with this Item is considered subsidiary to the various Items bid.
No separate payment will be allowed for this Item.
1.3 REFERENCES [NOT USED]
1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED]
1.5 SUBMITTALS [NOT USED]
1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED]
1.7 CLOSEOUT SUBMITTALS [NOT USED]
1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
1.9 QUALITY ASSURANCE [NOT USED]
1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED]
1.11 FIELD [SITE] CONDITIONS [NOT USED]
1.12 WARRANTY [NOT USED]
PART2- PRODUCTS
2.1 OWNER -FURNISHED [oR] OWNER-SUPPLIEDPRODUCTS [NOT USEDI
2.2 EQUIPMENT, PRODUCT TYPES, AND MATERIALS
A. Design Criteria
1. Provide free standing Project Designation Sign in accordance with City's Standard
Details for project signs.
CITY OF FORT WORTH Maverick Roadway Connection to US HWY 377
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105731
Revised April 7, 2014
01 58 13 - 2
DAP TEMPORARY PROJECT SIGNAGE
Page 2 of 3
B. Materials
1. Sign
a. Constructed of 3/4-inch fir plywood, grade A-C (exterior) or better
2.3 ACCESSORIES [NOT USED]
2.4 SOURCE QUALITY CONTROL [NOT USED]
PART 3 - EXECUTION
3.1 INSTALLERS [NOT USED]
3.2 EXAMINATION [NOT USED]
3.3 PREPARATION [NOT USED]
3.4 INSTALLATION
A. General
1. Provide vertical installation at extents of project.
2. Relocate sign as needed, upon request of the City.
B. Mounting options
a. Skids
b. Posts
c. Barricade
3.5 REPAIR / RESTORATION [NOT USED]
3.6 RE -INSTALLATION [NOT USED]
3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED]
3.8 SYSTEM STARTUP [NOT USED]
3.9 ADJUSTING [NOT USED]
3.10 CLEANING [NOT USED]
3.11 CLOSEOUT ACTIVITIES [NOT USED]
3.12 PROTECTION [NOT USED]
3.13 MAINTENANCE
A. General
1. Maintenance will include painting and repairs as needed or directed by the City.
3.14 ATTACHMENTS [NOT USED]
END OF SECTION
CITY OF FORT WORTH Maverick Roadway Connection to US HWY 377
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105731
Revised April 7, 2014
0158 13 -3
DAP TEMPORARY PROJECT SIGNAGE
Page 3 of 3
Revision Log
DATE NAME SUMMARY OF CHANGE
4/7/2014 M. Domenech Revised for DAP application
CITY OF FORT WORTH Maverick Roadway Connection to US HWY 377
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105731
Revised April 7, 2014
SECTION 0160 00
PRODUCT REQUIREMENTS
PART1- GENERAL
1.1 SUMMARY
A. Section Includes:
01 60 00
DAP PRODUCT REQUIREMENTS
Page 1 of 2
1. References for Product Requirements and City Standard Products List
B. Deviations from this City of Fort Worth Standard Specification
1. None.
C. Related Specification Sections include, but are not necessarily limited to:
1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract
2. Division 1 — General Requirements
1.2 PRICE AND PAYMENT PROCEDURES [NOT USED]
1.3 REFERENCES [NOT USED]
1.4 ADMINISTRATIVE REQUIREMENTS
A list of City approved products for use is available through the City's website at:
httDs://apps.fortworthtexas.2ov/ProiectResources/ and following the directory
path: 02 - Construction Documents\Standard Products List
A. Only products specifically included on City's Standard Product List in these Contract
Documents shall be allowed for use on the Project.
1. Any subsequently approved products will only be allowed for use upon specific
approval by the City.
B. Any specific product requirements in the Contract Documents supersede similar
products included on the City's Standard Product List.
1. The City reserves the right to not allow products to be used for certain projects even
though the product is listed on the City's Standard Product List.
C. Although a specific product is included on City's Standard Product List, not all
products from that manufacturer are approved for use, including but not limited to, that
manufacturer's standard product.
D. See Section 0133 00 for submittal requirements of Product Data included on City's
Standard Product List.
1.5 SUBMITTALS [NOT USED]
1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED]
1.7 CLOSEOUT SUBMITTALS [NOT USED]
1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
1.9 QUALITY ASSURANCE [NOT USED]
CITY OF FORT WORTH Maverick Roadway Connection to US HWY 377
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105731
Revised March 20, 2020
01 60 00
DAP PRODUCT REQUIREMENTS
Page 2 of 2
1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED]
1.11 FIELD [SITE] CONDITIONS [NOT USED]
1.12 WARRANTY [NOT USED]
PART 2 - PRODUCTS [NOT USED]
PART 3 - EXECUTION [NOT USED]
END OF SECTION
Revision Log
DATE NAME SUMMARY OF CHANGE
10/12/12 D. Johnson Modified Location of City's Standard Product List
4/7/2014 M.Domenech Revised for DAP application
03/20/2020 D.V. Magafia Removed reference to Buzzsaw and noted that the City approved products list is
accessible through the City's website.
CITY OF FORT WORTH Maverick Roadway Connection to US HWY 377
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105731
Revised March 20, 2020
016600-1
DAP PRODUCT STORAGE AND HANDLING REQUIREMENTS
Page 1 of 4
1 SECTION 0166 00
2 PRODUCT STORAGE AND HANDLING REQUIREMENTS
3 PART1- GENERAL
4 1.1 SUMMARY
5 A. Section Includes:
6 1. Scheduling of product delivery
7 2. Packaging of products for delivery
8 3. Protection of products against damage from:
9 a. Handling
10 b. Exposure to elements or harsh environments
11 B. Deviations from this City of Fort Worth Standard Specification
12 1. None.
13 C. Related Specification Sections include, but are not necessarily limited to:
14 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract
15 2. Division 1 — General Requirements
16 1.2 PRICE AND PAYMENT PROCEDURES
17 A. Measurement and Payment
18 1. Work associated with this Item is considered subsidiary to the various Items bid.
19 No separate payment will be allowed for this Item.
20 1.3 REFERENCES [NOT USED]
21 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED]
22 1.5 SUBMITTALS [NOT USED]
23 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED]
24 1.7 CLOSEOUT SUBMITTALS [NOT USED]
25 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
26 1.9 QUALITY ASSURANCE [NOT USED]
27 1.10 DELIVERY AND HANDLING
28 A. Delivery Requirements
29 1. Schedule delivery of products or equipment as required to allow timely installation
30 and to avoid prolonged storage.
31 2. Provide appropriate personnel and equipment to receive deliveries.
32 3. Delivery trucks will not be permitted to wait extended periods of time on the Site
33 for personnel or equipment to receive the delivery.
CITY OF FORT WORTH Maverick Roadway Connection to US HWY 377
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105731
Revised April 7, 2014
01 66 00 - 2
DAP PRODUCT STORAGE AND HANDLING REQUIREMENTS
Page 2 of 4
1
4.
Deliver products or equipment in manufacturer's original unbroken cartons or other
2
containers designed and constructed to protect the contents from physical or
3
environmental damage.
4
5.
Clearly and fully mark and identify as to manufacturer, item and installation
5
location.
6
6.
Provide manufacturer's instructions for storage and handling.
7
B. Handling
Requirements
8
1.
Handle products or equipment in accordance with these Contract Documents and
9
manufacturer's recommendations and instructions.
10
C. Storage Requirements
11
1.
Store materials in accordance with manufacturer's recommendations and
12
requirements of these Specifications.
13
2.
Make necessary provisions for safe storage of materials and equipment.
14
a. Place loose soil materials and materials to be incorporated into Work to prevent
15
damage to any part of Work or existing facilities and to maintain free access at
16
all times to all parts of Work and to utility service company installations in
17
vicinity of Work.
18
3.
Keep materials and equipment neatly and compactly stored in locations that will
19
cause minimum inconvenience to other contractors, public travel, adjoining owners,
20
tenants and occupants.
21
a. Arrange storage to provide easy access for inspection.
22
4.
Restrict storage to areas available on construction site for storage of material and
23
equipment as shown on Drawings, or approved by City's Project Representative.
24
5.
Provide off -site storage and protection when on -site storage is not adequate.
25
a. Provide addresses of and access to off -site storage locations for inspection by
26
City's Project Representative.
27
6.
Do not use lawns, grass plots or other private property for storage purposes without
28
written permission of owner or other person in possession or control of premises.
29
7.
Store in manufacturers' unopened containers.
30
8.
Neatly, safely and compactly stack materials delivered and stored along line of
31
Work to avoid inconvenience and damage to property owners and general public
32
and maintain at least 3 feet from fire hydrant.
33
9.
Keep public and private driveways and street crossings open.
34
10. Repair or replace damaged lawns, sidewalks, streets or other improvements to
35
satisfaction of City's Project Representative.
36
a. Total length which materials may be distributed along route of construction at
37
one time is 1,000 linear feet, unless otherwise approved in writing by City's
38
Project Representative.
CITY OF FORT WORTH Maverick Roadway Connection to US HWY 377
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105731
Revised April 7, 2014
016600-3
DAP PRODUCT STORAGE AND HANDLING REQUIREMENTS
Page 3 of 4
1 1.11 FIELD [SITE] CONDITIONS [NOT USED]
2 1.12 WARRANTY [NOT USED]
3 PART 2 - PRODUCTS [NOT USED]
4 PART 3 - EXECUTION
5 3.1
INSTALLERS [NOT USED]
6 3.2
EXAMINATION [NOT USED]
7 3.3
PREPARATION [NOT USED]
8 3.4
ERECTION [NOT USED]
9 3.5
REPAIR / RESTORATION [NOT USED]
10 3.6
RE -INSTALLATION [NOT USED]
11 3.7
FIELD [OR] SITE QUALITY CONTROL
12 A. Tests and Inspections
13 1. Inspect all products or equipment delivered to the site prior to unloading.
14 B. Non -Conforming Work
15 1. Reject all products or equipment that are damaged, used or in any other way
16 unsatisfactory for use on the project.
17 3.8 SYSTEM STARTUP [NOT USED]
18 3.9 ADJUSTING [NOT USED]
19 3.10 CLEANING [NOT USED]
20 3.11 CLOSEOUT ACTIVITIES [NOT USED]
21 3.12 PROTECTION
22 A. Protect all products or equipment in accordance with manufacturer's written directions.
23 B. Store products or equipment in location to avoid physical damage to items while in
24 storage.
25 C. Protect equipment from exposure to elements and keep thoroughly dry if required by
26 the manufacturer.
27 3.13 MAINTENANCE [NOT USED]
28 3.14 ATTACHMENTS [NOT USED]
29 END OF SECTION
30
CITY OF FORT WORTH Maverick Roadway Connection to US HWY 377
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105731
Revised April 7, 2014
01 66 00 - 4
DAP PRODUCT STORAGE AND HANDLING REQUIREMENTS
Page 4 of 4
Revision Log
DATE NAME SUMMARY OF CHANGE
4/7/2014 M.Domenech Revised for DAP application
CITY OF FORT WORTH Maverick Roadway Connection to US HWY 377
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105731
Revised April 7, 2014
017000-1
DAP MOBILIZATION AND REMOBILIZATION
Page 1 of 4
SECTION 0170 00
MOBILIZATION AND REMOBILIZATION
PART1- GENERAL
1.1 SUMMARY
A. Section Includes:
1. Mobilization and Demobilization
a. Mobilization
1) Transportation of Contractor's personnel, equipment, and operating supplies
to the Site
2) Establishment of necessary general facilities for the Contractor's operation
at the Site
3) Premiums paid for performance and payment bonds
4) Transportation of Contractor's personnel, equipment, and operating supplies
to another location within the designated Site
5) Relocation of necessary general facilities for the Contractor's operation
from 1 location to another location on the Site.
b. Demobilization
1) Transportation of Contractor's personnel, equipment, and operating supplies
away from the Site including disassembly
2) Site Clean-up
3) Removal of all buildings and/or other facilities assembled at the Site for this
Contract
c. Mobilization and Demobilization do not include activities for specific items of
work that are for which payment is provided elsewhere in the contract.
2. Remobilization
a. Remobilization for Suspension of Work specifically required in the Contract
Documents or as required by City includes:
1) Demobilization
a) Transportation of Contractor's personnel, equipment, and operating
supplies from the Site including disassembly or temporarily securing
equipment, supplies, and other facilities as designated by the Contract
Documents necessary to suspend the Work.
b) Site Clean-up as designated in the Contract Documents
2) Remobilization
a) Transportation of Contractor's personnel, equipment, and operating
supplies to the Site necessary to resume the Work.
b) Establishment of necessary general facilities for the Contractor's
operation at the Site necessary to resume the Work.
3) No Payments will be made for:
a) Mobilization and Demobilization from one location to another on the
Site in the normal progress of performing the Work.
b) Stand-by or idle time
c) Lost profits
3. Mobilizations and Demobilization for Miscellaneous Projects
a. Mobilization and Demobilization
CITY OF FORT WORTH Maverick Roadway Connection to US HWY 377
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105731
Revised April 7, 2014
01 70 00 - 2
DAP MOBILIZATION AND REMOBILIZATION
Page 2 of 4
1) Mobilization shall consist of the activities and cost on a Work Order basis
necessary for:
a) Transportation of Contractor's personnel, equipment, and operating
supplies to the Site for the issued Work Order.
b) Establishment of necessary general facilities for the Contractor's
operation at the Site for the issued Work Order
2) Demobilization shall consist of the activities and cost necessary for:
a) Transportation of Contractor's personnel, equipment, and operating
supplies from the Site including disassembly for each issued Work
Order
b) Site Clean-up for each issued Work Order
c) Removal of all buildings or other facilities assembled at the Site for
each Work Oder
b. Mobilization and Demobilization do not include activities for specific items of
work for which payment is provided elsewhere in the contract.
4. Emergency Mobilizations and Demobilization for Miscellaneous Projects
a. A Mobilization for Miscellaneous Projects when directed by the City and the
mobilization occurs within 24 hours of the issuance of the Work Order.
B. Deviations from this City of Fort Worth Standard Specification
1. None.
C. Related Specification Sections include, but are not necessarily limited to:
1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract
2. Division 1 — General Requirements
IRM97[yW.307Z%140IDleh89,11101111114`1V
A. Measurement and Payment
1. Mobilization and Demobilization
a. Measure
1) This Item is considered subsidiary to the various Items bid.
b. Payment
1) The work performed and materials furnished in accordance with this Item
are subsidiary to the various Items bid and no other compensation will be
allowed.
2. Remobilization for suspension of Work as specifically required in the Contract
Documents
a. Measurement
1) Measurement for this Item shall be per each remobilization performed.
b. Payment
1) The work performed and materials furnished in accordance with this Item
and measured as provided under "Measurement" will be paid for at the unit
price per each "Specified Remobilization" in accordance with Contract
Documents.
c. The price shall include:
1) Demobilization as described in Section 1.1.A.2.a.1)
2) Remobilization as described in Section 1.1.A.2.a.2)
d. No payments will be made for standby, idle time, or lost profits associated this
Item.
CITY OF FORT WORTH Maverick Roadway Connection to US HWY 377
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105731
Revised April 7, 2014
01 70 00 - 3
DAP MOBILIZATION AND REMOBILIZATION
Page 3 of 4
Remobilization for suspension of Work as required by City
a. Measurement and Payment
1) This shall be submitted as a Contract Claim in accordance with Article 10
of Section 00 72 00.
2) No payments will be made for standby, idle time, or lost profits associated
with this Item.
4. Mobilizations and Demobilizations for Miscellaneous Projects
a. Measurement
1) Measurement for this Item shall be for each Mobilization and
Demobilization required by the Contract Documents
b. Payment
1) The Work performed and materials furnished in accordance with this Item
and measured as provided under "Measurement" will be paid for at the unit
price per each "Work Order Mobilization" in accordance with Contract
Documents. Demobilization shall be considered subsidiary to mobilization
and shall not be paid for separately.
c. The price shall include:
1) Mobilization as described in Section 1.1.A.3.a.1)
2) Demobilization as described in Section 1.1.A.3.a.2)
d. No payments will be made for standby, idle time, or lost profits associated this
Item.
Emergency Mobilizations and Demobilizations for Miscellaneous Projects
a. Measurement
1) Measurement for this Item shall be for each Mobilization and
Demobilization required by the Contract Documents
b. Payment
1) The Work performed and materials furnished in accordance with this Item
and measured as provided under "Measurement' will be paid for at the unit
price per each "Work Order Emergency Mobilization" in accordance with
Contract Documents. Demobilization shall be considered subsidiary to
mobilization and shall not be paid for separately.
c. The price shall include
1) Mobilization as described in Section 1.1.A.4.a)
2) Demobilization as described in Section 1.1.A.3.a.2)
d. No payments will be made for standby, idle time, or lost profits associated this
Item.
1.3 REFERENCES [NOT USED]
1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED]
1.5 SUBMITTALS [NOT USED]
1.6 INFORMATIONAL SUBMITTALS [NOT USED]
1.7 CLOSEOUT SUBMITTALS [NOT USED]
1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
1.9 QUALITY ASSURANCE [NOT USED]
1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED]
CITY OF FORT WORTH Maverick Roadway Connection to US HWY 377
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105731
Revised April 7, 2014
01 70 00 - 4
DAP MOBILIZATION AND REMOBILIZATION
Page 4 of 4
1.11 FIELD [SITE] CONDITIONS [NOT USED]
1.12 WARRANTY [NOT USED]
PART 2 - PRODUCTS [NOT USED]
PART 3 - EXECUTION [NOT USED]
END OF SECTION
Revision Log
DATE NAME SUMMARY OF CHANGE
4/7/2014 M.Domenech Revised for DAP application
CITY OF FORT WORTH Maverick Roadway Connection to US HWY 377
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105731
Revised April 7, 2014
1
2
3 PART1- GENERAL
4 1.1 SUMMARY
5
6
7
8
9
10
11
12 1.2
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
017123-1
CONSTRUCTION STAKING AND SURVEY
Page 1 of 8
SECTION 01 71 23
CONSTRUCTION STAKING AND SURVEY
A. Section Includes:
1. Requirements for construction staking and construction survey
B. Deviations from this City of Fort Worth Standard Specification
1. See Changes (Highlighted in Yellow).
C. Related Specification Sections include, but are not necessarily limited to:
1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract
2. Division 1— General Requirements
PRICE AND PAYMENT PROCEDURES
A. Measurement and Payment
1. Construction Staking
a. Measurement
1) This Item is considered subsidiary to the various Items bid.
b. Payment
1) The work performed and the materials furnished in accordance with this
Item are subsidiary to the various Items bid and no other compensation will
be allowed.
2. Construction Survey
a. Measurement
1) This Item is considered subsidiary to the various Items bid.
b. Payment
1) The work performed and the materials furnished in accordance with this
Item are subsidiary to the various Items bid and no other compensation will be
allowed.
3. As -Built Survey
a. Measurement
1) This Item is considered subsidiary to the various Items bid.
b. Payment
1) The work performed and the materials furnished in accordance with this
Item are subsidiary to the various Items bid and no other compensation will be
allowed.
CITY OF FORT WORTH Maverick Roadway Connection to US HWY 377
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105731
Revised February 14, 2018
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
017123-2
CONSTRUCTION STAKING AND SURVEY
Page 2 of 8
1.3 REFERENCES
A. Definitions
1. Construction Survey - The survey measurements made prior to or while
construction is in progress to control elevation, horizontal position, dimensions and
configuration of structures/improvements included in the Project Drawings.
2. As -built Survey —The measurements made after the construction of the
improvement features are complete to provide position coordinates for the features
of a project.
3. Construction Staking — The placement of stakes and markings to provide offsets
and elevations to cut and fill in order to locate on the ground the designed
structures/improvements included in the Project Drawings. Construction staking
shall include staking easements and/or right of way if indicated on the plans.
4. Survey "Field Checks" — Measurements made after construction staking is
completed and before construction work begins to ensure that structures marked on
the ground are accurately located per Project Drawings.
B. Technical References
1. City of Fort Worth — Construction Staking Standards (available on City's Buzzsaw
website) — 01 71 23.16.01— Attachment A Survey Staking Standards
2. City of Fort Worth - Standard Survey Data Collector Library (fxl) files (available
on City's Buzzsaw website).
3. Texas Department of Transportation (TxDOT) Survey Manual, latest revision
4. Texas Society of Professional Land Surveyors (TSPS), Manual of Practice for Land
Surveying in the State of Texas, Category 5
25 1.4 ADMINISTRATIVE REQUIREMENTS
26 A. The Contractor's selection of a surveyor must comply with Texas Government
27 Code 2254 (qualifications based selection) for this project.
28 1.5 SUBMITTALS
29 A. Submittals, if required, shall be in accordance with Section 01 33 00.
30 B. All submittals shall be received and reviewed by the City prior to delivery of work.
31 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS
32 A. Field Quality Control Submittals
33 1. Documentation verifying accuracy of field engineering work, including coordinate
34 conversions if plans do not indicate grid or ground coordinates.
35 2. Submit "Cut -Sheets" conforming to the standard template provided by the City
36 (refer to 01 71 23.16.01— Attachment A — Survey Staking Standards).
37
38 1.7 CLOSEOUT SUBMITTALS
39 B. As -built Redline Drawing Submittal
CITY OF FORT WORTH Maverick Roadway Connection to US HWY 377
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105731
Revised February 14, 2018
017123-3
CONSTRUCTION STAKING AND SURVEY
Page 3 of 8
1 1. Submit As -Built Survey Redline Drawings documenting the locations/elevations of
2 constructed improvements signed and sealed by Registered Professional Land
3 Surveyor (RPLS) responsible for the work (refer to 01 71 23.16.01 — Attachment A
4 — Survey Staking Standards) .
5 2. Contractor shall submit the proposed as -built and completed redline drawing
6 submittal one (1) week prior to scheduling the project final inspection for City
7 review and comment. Revisions, if necessary, shall be made to the as -built redline
8 drawings and resubmitted to the City prior to scheduling the construction final
9 inspection.
10 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
11 1.9 QUALITY ASSURANCE
12 A. Construction Staking
13 1. Construction staking will be performed by the Contractor.
14 2. Coordination
15 a. Contact City and Developer's Project Representative at least one week in
16 advance notifying the City of when Construction Staking is scheduled.
17 b. It is the Contractor's responsibility to coordinate staking such that
18 construction activities are not delayed or negatively impacted.
19 3. General
20 a. Contractor is responsible for preserving and maintaining stakes. If City
21 surveyors or Developer's Project Representative are required to re -stake for
22 any reason, the Contractor will be responsible for costs to perform staking. If
23 in the opinion of the City, a sufficient number of stakes or markings have been
24 lost, destroyed disturbed or omitted that the contracted Work cannot take place
25 then the Contractor will be required to stake or re -stake the deficient areas.
26 B. Construction Survey
27 1. Construction Survey will be performed by the Contractor.
28 2. Coordination
29 a. Contractor to verify that horizontal and vertical control data established in the
30 design survey and required for construction survey is available and in place.
31 3. General
32 a. Construction survey will be performed in order to construct the work shown
33 on the Construction Drawings and specified in the Contract Documents.
34 b. For construction methods other than open cut, the Contractor shall perform
35 construction survey and verify control data including, but not limited to, the
36 following:
37 1) Verification that established benchmarks and control are accurate.
38 2) Use of Benchmarks to furnish and maintain all reference lines and grades
39 for tunneling.
40 3) Use of line and grades to establish the location of the pipe.
41 4) Submit to the City copies of field notes used to establish all lines and
42 grades, if requested, and allow the City to check guidance system setup prior
43 to beginning each tunneling drive.
44 5) Provide access for the City, if requested, to verify the guidance system and
45 the line and grade of the carrier pipe.
CITY OF FORT WORTH Maverick Roadway Connection to US HWY 377
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105731
Revised February 14, 2018
01 71 23 - 4
CONSTRUCTION STAKING AND SURVEY
Page 4 of 8
1 6) The Contractor remains fully responsible for the accuracy of the work and
2 correction of it, as required.
3 7) Monitor line and grade continuously during construction.
4 8) Record deviation with respect to design line and grade once at each pipe
5 joint and submit daily records to the City.
6 9) If the installation does not meet the specified tolerances (as outlined in
7 Sections 33 05 23 and/or 33 05 24), immediately notify the City and correct
8 the installation in accordance with the Contract Documents.
9 C. As -Built Survey
10 1. Required As -Built Survey will be performed by the Contractor.
11 2. Coordination
12 a. Contractor is to coordinate with City to confirm which features require as-
13 built surveying.
14 b. It is the Contractor's responsibility to coordinate the as -built survey and
15 required measurements for items that are to be buried such that construction
16 activities are not delayed or negatively impacted.
17 c. For sewer mains and water mains 12" and under in diameter, it is acceptable
18 to physically measure depth and mark the location during the progress of
19 construction and take as -built survey after the facility has been buried. The
20 Contractor is responsible for the quality control needed to ensure accuracy.
21 3. General
22 a. The Contractor shall provide as -built survey including the elevation and
23 location (and provide written documentation to the City) of construction
24 features during the progress of the construction including the following:
25 1) Water Lines
26 a) Top of pipe elevations and coordinates for waterlines at the following
27 locations:
28
(1) Minimum every 250 linear feet, including
29
(2) Horizontal and vertical points of inflection, curvature,
30
etc.
31
(3) Fire line tee
32
(4) Plugs, stub -outs, dead-end lines
33
(5) Casing pipe (each end) and all buried fittings
34
2) Sanitary Sewer
35
a) Top of pipe elevations and coordinates for force mains and siphon
36
sanitary sewer lines (non -gravity facilities) at the following locations:
37
(1) Minimum every 250 linear feet and any buried fittings
38
(2) Horizontal and vertical points of inflection, curvature,
39
etc.
40
3) Stormwater — Not Applicable
41
b. The Contractor shall provide as -built survey including the elevation and
42
location (and provide written documentation to the City) of construction
43
features after the construction is completed including the following:
44
1) Manholes
45
a) Rim and flowline elevations and coordinates for each manhole
46
2) Water Lines
47
a) Cathodic protection test stations
48
b) Sampling stations
49
c) Meter boxes/vaults (All sizes)
CITY OF FORT WORTH Maverick Roadway Connection to US HWY 377
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105731
Revised February 14, 2018
017123-5
CONSTRUCTION STAKING AND SURVEY
Page 5 of 8
1 d)
Fire hydrants
2 e)
Valves (gate, butterfly, etc.)
3 f)
Air Release valves (Manhole rim and vent pipe)
4 g)
Blow off valves (Manhole rim and valve lid)
5 h)
Pressure plane valves
6 i)
Underground Vaults
7
(1) Rim and flowline elevations and coordinates for each
8
Underground Vault.
9 3) Sanitary Sewer
10 a)
Cleanouts
11
(1) Rim and flowline elevations and coordinates for each
12 b)
Manholes and Junction Structures
13
(1) Rim and flowline elevations and coordinates for each
14
manhole and junction structure.
15 4) Stormwater — Not Applicable
16 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED]
17 1.11 FIELD [SITE] CONDITIONS [NOT USED]
18 1.12 WARRANTY
19 PART 2 - PRODUCTS
20
A. A construction survey will produce, but will not be limited to:
21
1.
Recovery of relevant control points, points of curvature and points of intersection.
22
2.
Establish temporary horizontal and vertical control elevations (benchmarks)
23
sufficiently permanent and located in a manner to be used throughout construction.
24
3.
The location of planned facilities, easements and improvements.
25
a. Establishing final line and grade stakes for piers, floors, grade beams, parking
26
areas, utilities, streets, highways, tunnels, and other construction.
27
b. A record of revisions or corrections noted in an orderly manner for reference.
28
c. A drawing, when required by the client, indicating the horizontal and vertical
29
location of facilities, easements and improvements, as built.
30
4.
Cut sheets shall be provided to the City inspector and Survey Superintendent for all
31
construction staking projects. These cut sheets shall be on the standard city template
32
which can be obtained from the Survey Superintendent (817-392-7925).
33
5.
Digital survey files in the following formats shall be acceptable:
34
a. AutoCAD (.dwg)
35
b. ESRI Shapefile (.shp)
36
c. CSV file (.csv), formatted with X and Y coordinates in separate columns (use
37
standard templates, if available)
38
6.
Survey files shall include vertical and horizontal data tied to original project
39
control and benchmarks, and shall include feature descriptions
40 PART 3 - EXECUTION
41 3.1 INSTALLERS
CITY OF FORT WORTH Maverick Roadway Connection to US HWY 377
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105731
Revised February 14, 2018
017123-6
CONSTRUCTION STAKING AND SURVEY
Page 6 of 8
1 A. Tolerances:
2
1. The staked location of any improvement or facility should be as accurate as
3
practical and necessary. The degree of precision required is dependent on many
4
factors all of which must remain judgmental. The tolerances listed hereafter are
5
based on generalities and, under certain circumstances, shall yield to specific
6
requirements. The surveyor shall assess any situation by review of the overall plans
7
and through consultation with responsible parties as to the need for specific
8
tolerances.
9
a. Earthwork: Grades for earthwork or rough cut should not exceed 0.1 ft. vertical
10
tolerance. Horizontal alignment for earthwork and rough cut should not exceed
11
1.0 ft. tolerance.
12
b. Horizontal alignment on a structure shall be within .0.lft tolerance.
13
c. Paving or concrete for streets, curbs, gutters, parking areas, drives, alleys and
14
walkways shall be located within the confines of the site boundaries and,
15
occasionally, along a boundary or any other restrictive line. Away from any
16
restrictive line, these facilities should be staked with an accuracy producing no
17
more than 0.05ft. tolerance from their specified locations.
18
d. Underground and overhead utilities, such as sewers, gas, water, telephone and
19
electric lines, shall be located horizontally within their prescribed areas or
20
easements. Within assigned areas, these utilities should be staked with an
21
accuracy producing no more than 0.1 ft tolerance from a specified location.
22
e. The accuracy required for the vertical location of utilities varies widely. Many
23
underground utilities require only a minimum cover and a tolerance of 0.1 ft.
24
should be maintained. Underground and overhead utilities on planned profile,
25
but not depending on gravity flow for performance, should not exceed 0.1 ft.
26
tolerance.
27 B. Surveying instruments shall be kept in close adjustment according to manufacturer's
28 specifications or in compliance to standards. The City reserves the right to request a
29 calibration report at any time and recommends regular maintenance schedule be
30 performed by a certified technician every 6 months.
31 1. Field measurements of angles and distances shall be done in such fashion as to
32 satisfy the closures and tolerances expressed in Part 3.1.A.
33 2. Vertical locations shall be established from a pre -established benchmark and
34 checked by closing to a different bench mark on the same datum.
35 3. Construction survey field work shall correspond to the client's plans. Irregularities
36 or conflicts found shall be reported promptly to the City.
37 4. Revisions, corrections and other pertinent data shall be logged for future reference.
38
39 3.2 EXAMINATION [NOT USED]
40 3.3 PREPARATION [NOT USED]
41 3.4 APPLICATION
42 3.5 REPAIR / RESTORATION
43 A. If the Contractor's work damages or destroys one or more of the control
44 monuments/points set by the City or Developer's Project Representative, the monuments
45 shall be adequately referenced for expedient restoration.
CITY OF FORT WORTH Maverick Roadway Connection to US HWY 377
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105731
Revised February 14, 2018
017123-7
CONSTRUCTION STAKING AND SURVEY
Page 7 of 8
1 1. Notify City or Developer's Project Representative if any control data needs to be
2 restored or replaced due to damage caused during construction operations.
3 a. Contractor shall perform replacements and/or restorations.
4 b. The City or Developer's Project Representative may require at anytime a
5 survey "Field Check" of any monument or benchmarks that are set be verified
6 by the City surveyors or Developer's Project Representative before further
7 associated work can move forward.
8 3.6 RE -INSTALLATION [NOT USED]
9 3.7 FIELD [OR] SITE QUALITY CONTROL
10 A. It is the Contractor's responsibility to maintain all stakes and control data placed by the
11 City or Developer's Project Representative in accordance with this Specification. This
12 includes easements and right of way, if noted on the plans.
13 B. Do not change or relocate stakes or control data without approval from the City.
14 3.8 SYSTEM STARTUP
15 A. Survey Checks
16 1. The City reserves the right to perform a Survey Check at any time deemed
17 necessary.
18 2. Checks by City personnel or 31 party contracted surveyor are not intended to
19 relieve the contractor of his/her responsibility for accuracy.
20
21 3.9 ADJUSTING [NOT USED]
22 3.10 CLEANING [NOT USED]
23 3.11 CLOSEOUT ACTIVITIES [NOT USED]
24 3.12 PROTECTION [NOT USED]
25 3.13 MAINTENANCE [NOT USED]
26 3.14 ATTACHMENTS [NOT USED]
27 END OF SECTION
28
Revision Log
DATE NAME SUMMARY OF CHANGE
8/31/2012 D. Johnson
Added instruction and modified measurement & payment under 1.2; added
8/31/2017 M. Owen definitions and references under 1.3; modified 1.6; added 1.7 closeout submittal
requirements; modified 1.9 Quality Assurance; added PART 2 — PRODUCTS;
Added 3.1 Installers; added 3.5 Repair/Restoration; and added 3.8 System Startup.
Removed "blue text"; revised measurement and payment sections for Construction
2/14/2018 M Owen Staking and As -Built Survey; added reference to selection compliance with TGC
2254; revised action and Closeout submittal requirements; added acceptable depth
CITY OF FORT WORTH Maverick Roadway Connection to US HWY 377
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105731
Revised February 14, 2018
017123-8
CONSTRUCTION STAKING AND SURVEY
Page 8 of 8
measurement criteria; revised list of items requiring as -built survey "during" and
"after" construction; and revised acceptable digital survey file format
CITY OF FORT WORTH Maverick Roadway Connection to US HWY 377
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105731
Revised February 14, 2018
017423-1
DAP CLEANING
Page 1 of 4
1 SECTION 0174 23
2 CLEANING
3 PART1- GENERAL
4 1.1 SUMMARY
5 A. Section Includes:
6 1. Intermediate and final cleaning for Work not including special cleaning of closed
7 systems specified elsewhere
8 B. Deviations from this City of Fort Worth Standard Specification
9 1. None.
10 C. Related Specification Sections include, but are not necessarily limited to:
11 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract
12 2. Division 1 — General Requirements
13 3. Section 32 92 13 — Hydro -Mulching, Seeding and Sodding
14 1.2 PRICE AND PAYMENT PROCEDURES
15 A. Measurement and Payment
16 1. Work associated with this Item is considered subsidiary to the various Items bid.
17 No separate payment will be allowed for this Item.
18 1.3 REFERENCES [NOT USED]
19 1.4 ADMINISTRATIVE REQUIREMENTS
20 A. Scheduling
21 1. Schedule cleaning operations so that dust and other contaminants disturbed by
22 cleaning process will not fall on newly painted surfaces.
23 2. Schedule final cleaning upon completion of Work and immediately prior to final
24 inspection.
25 1.5 SUBMITTALS [NOT USED]
26 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED]
27 1.7 CLOSEOUT SUBMITTALS [NOT USED]
28 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
29 1.9 QUALITY ASSURANCE [NOT USED]
30 1.10 STORAGE, AND HANDLING
31 A. Storage and Handling Requirements
32 1. Store cleaning products and cleaning wastes in containers specifically designed for
33 those materials.
CITY OF FORT WORTH Maverick Roadway Connection to US HWY 377
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105731
Revised April 7, 2014
01 74 23 - 2
DAP CLEANING
Page 2 of 4
1 1.11 FIELD [SITE] CONDITIONS [NOT USED]
2 1.12 WARRANTY [NOT USED]
3 PART 2 - PRODUCTS
4 2.1 OWNER -FURNISHED [oR] OWNER-SUPPLIEDPRODUCTS [NOT USED]
5 2.2 MATERIALS
6 A. Cleaning Agents
7 1. Compatible with surface being cleaned
8 2. New and uncontaminated
9 3. For manufactured surfaces
10 a. Material recommended by manufacturer
11 2.3 ACCESSORIES [NOT USED]
12 2.4 SOURCE QUALITY CONTROL [NOT USED]
13 PART 3 - EXECUTION
14
3.1
INSTALLERS [NOT USED]
15
3.2
EXAMINATION [NOT USED]
16
3.3
PREPARATION [NOT USED]
17
3.4
APPLICATION [NOT USED]
18
3.5
REPAIR / RESTORATION [NOT USED]
19
3.6
RE -INSTALLATION [NOT USED]
20
3.7
FIELD [OR] SITE QUALITY CONTROL [NOT USED]
21
3.8
SYSTEM STARTUP [NOT USED]
22
3.9
ADJUSTING [NOT USED]
23
3.10
CLEANING
24 A. General
25 1. Prevent accumulation of wastes that create hazardous conditions.
26 2. Conduct cleaning and disposal operations to comply with laws and safety orders of
27 governing authorities.
28 3. Do not dispose of volatile wastes such as mineral spirits, oil or paint thinner in
29 storm or sanitary drains or sewers.
30 4. Dispose of degradable debris at an approved solid waste disposal site.
31 5. Dispose of nondegradable debris at an approved solid waste disposal site or in an
32 alternate manner approved by City and regulatory agencies.
CITY OF FORT WORTH Maverick Roadway Connection to US HWY 377
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105731
Revised April 7, 2014
01 74 23 - 3
DAP CLEANING
Page 3 of 4
1
6.
Handle materials in a controlled manner with as few handlings as possible.
2
7.
Thoroughly clean, sweep, wash and polish all Work and equipment associated with
3
this project.
4
8.
Remove all signs of temporary construction and activities incidental to construction
5
of required permanent Work.
6
9.
If project is not cleaned to the satisfaction of the City, the City reserves the right to
7
have the cleaning completed at the expense of the Contractor.
8
10.
Do not burn on -site.
9
B. Intermediate Cleaning during Construction
10
1.
Keep Work areas clean so as not to hinder health, safety or convenience of
11
personnel in existing facility operations.
12
2.
At maximum weekly intervals, dispose of waste materials, debris and rubbish.
13
3.
Confine construction debris daily in strategically located container(s):
14
a. Cover to prevent blowing by wind
15
b. Store debris away from construction or operational activities
16
c. Haul from site at a minimum of once per week
17
4.
Vacuum clean interior areas when ready to receive finish painting.
18
a. Continue vacuum cleaning on an as -needed basis, until Final Acceptance.
19
5.
Prior to storm events, thoroughly clean site of all loose or unsecured items, which
20
may become airborne or transported by flowing water during the storm.
21
C. Exterior
(Site or Right of Way) Final Cleaning
22
1.
Remove trash and debris containers from site.
23
a. Re -seed areas disturbed by location of trash and debris containers in accordance
24
with Section 32 92 13.
25
2.
Sweep roadway to remove all rocks, pieces of asphalt, concrete or any other object
26
that may hinder or disrupt the flow of traffic along the roadway.
27
3.
Clean any interior areas including, but not limited to, vaults, manholes, structures,
28
junction boxes and inlets.
29
4.
If no longer required for maintenance of erosion facilities, and upon approval by
30
City, remove erosion control from site.
31
5.
Clean signs, lights, signals, etc.
32
3.11 CLOSEOUT
ACTIVITIES [NOT USED]
33 3.12 PROTECTION [NOT USED]
34 3.13 MAINTENANCE [NOT USED]
35 3.14 ATTACHMENTS [NOT USED]
36
37
38
39
40
CITY OF FORT WORTH Maverick Roadway Connection to US HWY 377
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105731
Revised April 7, 2014
01 74 23 - 4
DAP CLEANING
Page 4 of 4
END OF SECTION
Revision Log
DATE NAME SUMMARY OF CHANGE
4/7/2014 M.Domenech Revised for DAP application
CITY OF FORT WORTH Maverick Roadway Connection to US HWY 377
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105731
Revised April 7, 2014
1
2
3 PART1- GENERAL
4 1.1 SUMMARY
SECTION 0177 19
CLOSEOUT REQUIREMENTS
017719-1
DAP CLOSEOUT REQUIREMENTS
Page 1 of 3
5 A. Section Includes:
6 1. The procedure for closing out a contract
7 B. Deviations from this City of Fort Worth Standard Specification
8 1. None.
9 C. Related Specification Sections include, but are not necessarily limited to:
10 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract
11 2. Division 1 — General Requirements
12 1.2 PRICE AND PAYMENT PROCEDURES
13 A. Measurement and Payment
14 1. Work associated with this Item is considered subsidiary to the various Items bid.
15 No separate payment will be allowed for this Item.
16 1.3 REFERENCES [NOT USED]
17 1.4 ADMINISTRATIVE REQUIREMENTS
18 A. Guarantees, Bonds and Affidavits
19 1. No application for final payment will be accepted until all guarantees, bonds,
20 certificates, licenses and affidavits required for Work or equipment as specified are
21 satisfactorily filed with the City.
22 B. Release of Liens or Claims
23 1. No application for final payment will be accepted until satisfactory evidence of
24 release of liens has been submitted to the City.
25 1.5 SUBMITTALS
26 A. Submit all required documentation to City's Project Representative.
CITY OF FORT WORTH Maverick Roadway Connection to US HWY 377
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105731
Revised April 7, 2014
017719-2
DAP CLOSEOUT REQUIREMENTS
Page 2 of 3
1.6 INFORMATIONAL SUBMITTALS [NOT USED]
2 1.7 CLOSEOUT SUBMITTALS [NOT USED]
3 PART 2 - PRODUCTS [NOT USED]
4 PART 3 - EXECUTION
5 3.1 INSTALLERS [NOT USED]
6 3.2 EXAMINATION [NOT USED]
7 3.3 PREPARATION [NOT USED]
8 3.4 CLOSEOUT PROCEDURE
9 A. Prior to requesting Final Inspection, submit:
10 1. Project Record Documents in accordance with Section 0178 39
11 2. Operation and Maintenance Data, if required, in accordance with Section 0178 23
12 B. Prior to requesting Final Inspection, perform final cleaning in accordance with Section
13 01 74 23.
14 C. Final Inspection
15 1. After final cleaning, provide notice to the City Project Representative that the Work
16 is completed.
17 a. The City will make an initial Final Inspection with the Contractor present.
18 b. Upon completion of this inspection, the City will notify the Contractor, in
19 writing within 10 business days, of any particulars in which this inspection
20 reveals that the Work is defective or incomplete.
21 2. Upon receiving written notice from the City, immediately undertake the Work
22 required to remedy deficiencies and complete the Work to the satisfaction of the
23 City.
24 3. Upon completion of Work associated with the items listed in the City's written
25 notice, inform the City, that the required Work has been completed. Upon receipt
26 of this notice, the City, in the presence of the Contractor, will make a subsequent
27 Final Inspection of the project.
28 4. Provide all special accessories required to place each item of equipment in full
29 operation. These special accessory items include, but are not limited to:
30 a. Specified spare parts
31 b. Adequate oil and grease as required for the first lubrication of the equipment
32 c. Initial fill up of all chemical tanks and fuel tanks
33 d. Light bulbs
34 e. Fuses
35 f. Vault keys
36 g. Handwheels
37 h. Other expendable items as required for initial start-up and operation of all
38 equipment
39 D. Notice of Project Completion
CITY OF FORT WORTH Maverick Roadway Connection to US HWY 377
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105731
Revised April 7, 2014
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
017719-3
DAP CLOSEOUT REQUIREMENTS
Page 3 of 3
1. Once the City Project Representative finds the Work subsequent to Final Inspection
to be satisfactory, the City will issue a Notice of Project Completion (Green Sheet).
E. Supporting Documentation
1. Coordinate with the City Project Representative to complete the following
additional forms:
a. Final Payment Request
b. Statement of Contract Time
c. Affidavit of Payment and Release of Liens
d. Consent of Surety to Final Payment
e. Pipe Report (if required)
£ Contractor's Evaluation of City
g. Performance Evaluation of Contractor
F. Letter of Final Acceptance
1. Upon review and acceptance of Notice of Project Completion and Supporting
Documentation, in accordance with General Conditions, City will issue Letter of
Final Acceptance and release the Final Payment Request for payment.
3.5 REPAIR / RESTORATION [NOT USED]
3.6 RE -INSTALLATION [NOT USED]
3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED]
3.8 SYSTEM STARTUP [NOT USED]
3.9 ADJUSTING [NOT USED]
3.10 CLEANING [NOT USED]
3.11 CLOSEOUT ACTIVITIES [NOT USED]
3.12 PROTECTION [NOT USED]
3.13 MAINTENANCE [NOT USED]
3.14 ATTACHMENTS [NOT USED]
DATE NAME
4/7/2014 M.Domenech
END OF SECTION
Revision Log
SUMMARY OF CHANGE
Revised for DAP application
CITY OF FORT WORTH Maverick Roadway Connection to US HWY 377
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105731
Revised April 7, 2014
017823-1
DAP OPERATION AND MAINTENANCE DATA
Pagel of 5
1 SECTION 0178 23
2 OPERATION AND MAINTENANCE DATA
3 PART1- GENERAL
4 1.1 SUMMARY
5 A. Section Includes:
6 1. Product data and related information appropriate for City's maintenance and
7 operation of products furnished under Contract
8 2. Such products may include, but are not limitedto:
9 a. Traffic Controllers
10 b. Irrigation Controllers (to be operated by the City)
11 c. Butterfly Valves
12 B. Deviations from this City of Fort Worth Standard Specification
13 1. None.
14 C. Related Specification Sections include, but are not necessarily limited to:
15 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract
16 2. Division 1 — General Requirements
17 1.2 PRICE AND PAYMENT PROCEDURES
18 A. Measurement and Payment
19 1. Work associated with this Item is considered subsidiary to the various Items bid.
20 No separate payment will be allowed for this Item.
21 1.3 REFERENCES [NOT USED]
22 1.4 ADMINISTRATIVE REQUIREMENTS
23 A. Schedule
24 1. Submit manuals in final form to the City within 30 calendar days of product
25 shipment to the project site.
26 1.5 SUBMITTALS
27 A. Submittals shall be in accordance with Section 01 33 00. All submittals shallbe
28 approved by the City prior to delivery.
29 1.6 INFORMATIONAL SUBMITTALS
30 A. Submittal Form
31 1. Prepare data in form of an instructional manual for use by City personnel.
32 2. Format
33 a. Size: 8 % inches x 11 inches
34 b. Paper
35 1) 40 pound minimum, white, for typed pages
36 2) Holes reinforced with plastic, cloth or metal
37 c. Text: Manufacturer's printed data, or neatly typewritten
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS Maverick Roadway Connection to U$ HwY 377
Revised April 7, 2014 City Project No. 105731
01 78 23 - 2
DAP OPERATION AND MAINTENANCE DATA
Page 2 of 5
1
d. Drawings
2
1) Provide reinforced punched binder tab, bind in with text
3
2) Reduce larger drawings and fold to size of text pages.
4
e. Provide fly -leaf for each separate product, or each piece of operating
5
equipment.
6
1) Provide typed description of product, and major component parts of
7
equipment.
8
2) Provide indexed tabs.
9
£ Cover
10
1) Identify each volume with typed or printed title "OPERATING AND
11
MAINTENANCE INSTRUCTIONS".
12
2) List:
13
a) Title ofProject
14
b) Identity of separate structure as applicable
15
c) Identity of general subject matter covered in themanual
16 3. Binders
17 a. Commercial quality 3-ring binders with durable and cleanable plastic covers
18 b. When multiple binders are used, correlate the data into related consistent
19 groupings.
20 4. If available, provide an electronic form of the O&M Manual.
21 B. Manual Content
22 1. Neatly typewritten table of contents for each volume, arranged in systematic order
23 a. Contractor, name of responsible principal, address and telephone number
24 b. A list of each product required to be included, indexed to content of the volume
25 c. List, with each product:
26 1) The name, address and telephone number of the subcontractor or installer
27 2) A list of each product required to be included, indexed to content of the
28 volume
29 3) Identify area of responsibility of each
30 4) Local source of supply for parts and replacement
31 d. Identify each product by product name and other identifying symbols as set
32 forth in Contract Documents.
33 2. Product Data
34 a. Include only those sheets which are pertinent to the specific product.
35 b. Annotate each sheet to:
36 1) Clearly identify specific product or part installed
37 2) Clearly identify data applicable to installation
38 3) Delete references to inapplicable information
39 3. Drawings
40 a. Supplement product data with drawings as necessary to clearly illustrate:
41 1) Relations of component parts of equipment and systems
42 2) Control and flow diagrams
43 b. Coordinate drawings with information in Project Record Documents toassure
44 correct illustration of completed installation.
45 c. Do not use Project Record Drawings as maintenance drawings.
46 4. Written text, as required to supplement product data for the particular installation:
47 a. Organize in consistent format under separate headings for different procedures.
48 b. Provide logical sequence of instructions of eachprocedure.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS Maverick Roadway Connection to US xwY 377
Revised April 7, 2014 City Project No. 105731
01 78 23 - 3
DAP OPERATION AND MAINTENANCE DATA
Page 3 of 5
1 5. Copy of each warranty, bond and service contractissued
2 a. Provide information sheet for City personnel giving:
3 1) Proper procedures in event of failure
4 2) Instances which might affect validity of warranties or bonds
5 C. Manual for Materials and Finishes
6 1. Submit 5 copies of complete manual in final form.
7 2. Content, for architectural products, applied materials and finishes:
8 a. Manufacturer's data, giving full information on products
9 1) Catalog number, size, composition
10 2) Color and texture designations
11 3) Information required for reordering special manufactured products
12 b. Instructions for care andmaintenance
13 1) Manufacturer's recommendation for types of cleaning agents and methods
14 2) Cautions against cleaning agents and methods which are detrimental to
15 product
16 3) Recommended schedule for cleaning and maintenance
17 3. Content, for moisture protection and weather exposure products:
18 a. Manufacturer's data, giving full information on products
19 1) Applicable standards
20 2) Chemical composition
21 3) Details of installation
22 b. Instructions for inspection, maintenance andrepair
23 D. Manual for Equipment and Systems
24 1. Submit 5 copies of complete manual in final form.
25 2. Content, for each unit of equipment and system, as appropriate:
26 a. Description of unit and component parts
27 1) Function, normal operating characteristics and limiting conditions
28 2) Performance curves, engineering data and tests
29 3) Complete nomenclature and commercial number of replaceable parts
30 b. Operating procedures
31 1) Start-up, break-in, routine and normal operating instructions
32 2) Regulation, control, stopping, shut -down and emergency instructions
33 3) Summer and winter operating instructions
34 4) Special operating instructions
35 c. Maintenance procedures
36 1) Routine operations
37 2) Guide to "trouble shooting"
38 3) Disassembly, repair and reassembly
39 4) Alignment, adjusting and checking
40 d. Servicing and lubrication schedule
41 1) List of lubricants required
42 e. Manufacturer's printed operating and maintenance instructions
43 f. Description of sequence of operation by control manufacturer
44 1) Predicted life of parts subject to wear
45 2) Items recommended to be stocked as spare parts
46 g. As installed control diagrams by controls manufacturer
47 h. Each contractor's coordination drawings
48 1) As installed color coded piping diagrams
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS Maverick Roadway Connection to US xwY 377
Revised April 7, 2014 City Project No. 105731
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
01 78 23 - 4
DAP OPERATION AND MAINTENANCE DATA
Page 4 of 5
i. Charts of valve tag numbers, with location and function of each valve
j. List of original manufacturer's spare parts, manufacturer's current prices, and
recommended quantities to be maintained in storage
k. Other data as required under pertinent Sections of Specifications
3. Content, for each electric and electronic system, as appropriate:
a. Description of system and component parts
1) Function, normal operating characteristics, and limiting conditions
2) Performance curves, engineering data and tests
3) Complete nomenclature and commercial number of replaceable parts
b. Circuit directories ofpanelboards
1) Electrical service
2) Controls
3) Communications
c. As installed color coded wiring diagrams
d. Operating procedures
1) Routine and normal operating instructions
2) Sequences required
3) Special operating instructions
e. Maintenance procedures
1) Routine operations
2) Guide to "trouble shooting"
3) Disassembly, repair and reassembly
4) Adjustment and checking
f. Manufacturer's printed operating and maintenance instructions
g. List of original manufacturer's spare parts, manufacturer's current prices, and
recommended quantities to be maintained in storage
h. Other data as required under pertinent Sections of Specifications
4. Prepare and include additional data when the need for such data becomes apparent
during instruction of City's personnel.
30 1.7 CLOSEOUT SUBMITTALS [NOT USED]
31 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
32 1.9 QUALITY ASSURANCE
33 A. Provide operation and maintenance data by personnel with the following criteria:
34 1. Trained and experienced in maintenance and operation of describedproducts
35 2. Skilled as technical writer to the extent required to communicate essential data
36 3. Skilled as draftsman competent to prepare required drawings
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS Maverick Roadway Connection to US xwY 377
Revised April 7, 2014 City Project No. 105731
01 78 23 - 5
DAP OPERATION AND MAINTENANCE DATA
Page 5 of 5
1 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED]
2 1.11 FIELD [SITE] CONDITIONS [NOT USED]
3 1.12 WARRANTY [NOT USED]
4 PART 2 - PRODUCTS [NOT USED]
5 PART 3 - EXECUTION [NOT USED]
6
7
8
END OF SECTION
Revision Log
DATE NAME SUMMARY OF CHANGE
8/31 /2012 D. Johnson 1.5.A.1 — title of section removed
4/7/2014 M.Domenech Revised for DAP Application
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS Maverick Roadway Connection to US xwY 377
Revised April 7, 2014 City Project No. 105731
017839-1
DAP PROJECT RECORD DOCUMENTS
Pagel of 4
1 SECTION 0178 39
2 PROJECT RECORD DOCUMENTS
3 PART1- GENERAL
4 1.1 SUMMARY
5 A. Section Includes:
6 1. Work associated with the documenting the project and recording changes to project
7 documents, including:
8 a. Record Drawings
9 b. Water Meter Service Reports
10 c. Sanitary Sewer Service Reports
11 d. Large Water Meter Reports
12 B. Deviations from this City of Fort Worth Standard Specification
13 1. None.
14 C. Related Specification Sections include, but are not necessarily limited to:
15 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract
16 2. Division 1 — General Requirements
17 1.2 PRICE AND PAYMENT PROCEDURES
18 A. Measurement and Payment
19 1. Work associated with this Item is considered subsidiary to the various Items bid.
20 No separate payment will be allowed for this Item.
21 1.3 REFERENCES [NOT USED]
22 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED]
23 1.5 SUBMITTALS
24 A. Prior to submitting a request for Final Inspection, deliver Project Record Documents to
25 City's Project Representative.
26 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED]
27 1.7 CLOSEOUT SUBMITTALS [NOT USED]
28 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
29 1.9 QUALITY ASSURANCE
30 A. Accuracy of Records
31 1. Thoroughly coordinate changes within the Record Documents, making adequate
32 and proper entries on each page of Specifications and each sheet of Drawings and
33 other Documents where such entry is required to show the change properly.
34 2. Accuracy of records shall be such that future search for items shown in the Contract
35 Documents may rely reasonably on information obtained from the approved Project
36 Record Documents.
CITY OF FORT WORTH Maverick Roadway Connection to US HWY 377
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105731
Revised April 7, 2014
01 78 39 - 2
DAP PROJECT RECORD DOCUMENTS
Page 2 of 4
1 3. To facilitate accuracy of records, make entries within 24 hours after receipt of
2 information that the change has occurred.
3 4. Provide factual information regarding all aspects of the Work, both concealed and
4 visible, to enable future modification of the Work to proceed without lengthy and
5 expensive site measurement, investigation and examination.
6 1.10 STORAGE AND HANDLING
7 A. Storage and Handling Requirements
8 1. Maintain the job set of Record Documents completely protected from deterioration
9 and from loss and damage until completion of the Work and transfer of all recorded
10 data to the final Project Record Documents.
11 2. In the event of loss of recorded data, use means necessary to again secure the data
12 to the City's approval.
13 a. In such case, provide replacements to the standards originally required by the
14 Contract Documents.
15 1.11 FIELD [SITE] CONDITIONS [NOT USED]
16 1.12 WARRANTY [NOT USED]
17 PART 2 - PRODUCTS
18 2.1 OWNER -FURNISHED [OR] OWNER -SUPPLIED PRODUCTS [NOT USED]
19 2.2 RECORD DOCUMENTS
20 A. Job set
21 1. Promptly following receipt of the Notice to Proceed, secure from the City, at no
22 charge to the Contractor, 1 complete set of all Documents comprising the Contract.
23 B. Final Record Documents
24 1. At a time nearing the completion of the Work and prior to Final Inspection, provide
25 the City 1 complete set of all Final Record Drawings in the Contract.
26 2.3 ACCESSORIES [NOT USED]
27 2.4 SOURCE QUALITY CONTROL [NOT USED]
28 PART 3 - EXECUTION
29 3.1 INSTALLERS [NOT USED]
30 3.2 EXAMINATION [NOT USED]
31 3.3 PREPARATION [NOT USED]
32 3.4 MAINTENANCE DOCUMENTS
33 A. Maintenance of Job Set
34 1. Immediately upon receipt of the job set, identify each of the Documents with the
35 title, "RECORD DOCUMENTS - JOB SET".
CITY OF FORT WORTH Maverick Roadway Connection to US HWY 377
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105731
Revised April 7, 2014
017839-3
DAP PROJECT RECORD DOCUMENTS
Page 3 of 4
1 2. Preservation
2 a. Considering the Contract completion time, the probable number of occasions
3 upon which the job set must be taken out for new entries and for examination,
4 and the conditions under which these activities will be performed, devise a
5 suitable method for protecting the job set.
6 b. Do not use the job set for any purpose except entry of new data and for review
7 by the City, until start of transfer of data to final Project Record Documents.
8 c. Maintain the job set at the site of work.
9 3. Coordination with Construction Survey
10 a. At a minimum clearly mark any deviations from Contract Documents
11 associated with installation of the infrastructure.
12 4. Making entries on Drawings
13 a. Record any deviations from Contract Documents.
14 b. Use an erasable colored pencil (not ink or indelible pencil), clearly describe the
15 change by graphic line and note as required.
16 c. Date all entries.
17 d. Call attention to the entry by a "cloud" drawn around the area or areas affected.
18 e. In the event of overlapping changes, use different colors for the overlapping
19 changes.
20 5. Conversion of schematic layouts
21 a. In some cases on the Drawings, arrangements of conduits, circuits, piping,
22 ducts, and similar items, are shown schematically and are not intended to
23 portray precise physical layout.
24 1) Final physical arrangement is determined by the Contractor, subject to the
25 City's approval.
26 2) However, design of future modifications of the facility may require
27 accurate information as to the final physical layout of items which are
28 shown only schematically on the Drawings.
29 b. Show on the job set of Record Drawings, by dimension accurate to within 1
30 inch, the centerline of each run of items.
31 1) Final physical arrangement is determined by the Contractor, subject to the
32 City's approval.
33 2) Show, by symbol or note, the vertical location of the Item ("under slab", "in
34 ceiling plenum", "exposed", and the like).
35 3) Make all identification sufficiently descriptive that it may be related
36 reliably to the Specifications.
37 c. The City may waive the requirements for conversion of schematic layouts
38 where, in the City's judgment, conversion serves no useful purpose. However,
39 do not rely upon waivers being issued except as specifically issued in writing
40 by the City.
41 B. Final Project Record Documents
42 1. Transfer of data to Drawings
43 a. Carefully transfer change data shown on the job set of Record Drawings to the
44 corresponding final documents, coordinating the changes as required.
45 b. Clearly indicate at each affected detail and other Drawing a full description of
46 changes made during construction, and the actual location of items.
47 c. Call attention to each entry by drawing a "cloud" around the area or areas
48 affected.
CITY OF FORT WORTH Maverick Roadway Connection to US HWY 377
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105731
Revised April 7, 2014
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
PX
23
24
01 78 39 - 4
DAP PROJECT RECORD DOCUMENTS
Page 4 of 4
d. Make changes neatly, consistently and with the proper media to assure
longevity and clear reproduction.
2. Transfer of data to other Documents
a. If the Documents, other than Drawings, have been kept clean during progress of
the Work, and if entries thereon have been orderly to the approval of the City,
the job set of those Documents, other than Drawings, will be accepted as final
Record Documents.
b. If any such Document is not so approved by the City, secure a new copy of that
Document from the City at the City's usual charge for reproduction and
handling, and carefully transfer the change data to the new copy to the approval
of the City.
3.5 REPAIR / RESTORATION [NOT USED]
3.6 RE -INSTALLATION [NOT USED]
3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED]
3.8 SYSTEM STARTUP [NOT USED]
3.9 ADJUSTING [NOT USED]
3.10 CLEANING [NOT USED]
3.11 CLOSEOUT ACTIVITIES [NOT USED]
3.12 PROTECTION [NOT USED]
3.13 MAINTENANCE [NOT USED]
3.14 ATTACHMENTS [NOT USED]
END OF SECTION
Revision Log
DATE NAME SUMMARY OF CHANGE
4/7/2014 M.Domenech Revised for DAP Application
CITY OF FORT WORTH Maverick Roadway Connection to US HWY 377
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105731
Revised April 7, 2014
APPENDIX
GC-4.02 Subsurface and Physical Conditions
GR-01 60 00 Product Requirements
CITY OF FORT WORTH Maverick Roadway Connection to USHWY377
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105731
Revised July 1, 2011
GC-4.02 Subsurface and Physical Conditions
THIS PAGE LEFT INTENTIONALLY BLANK
CITY OF FORT WORTH Maverick Roadway Connection to USHWY377
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105731
Revised July 1, 2011
GEOTECHNICAL EXPLORATION
VEALE SOUTH- AMENITY BUILDINGS AND WATERLINE
Off Highway 377
Fort Worth, Texas
UES Report No. W240918
June 25, 2024
Prepared for:
FW CLUB LP
4001 Maple Avenue, Suite 270
Dallas, Texas 75219
Attention: Mr. Ryan Burgess
Prepared By:
/10 uEs.
Environmental
Geotechnical Engineering
Materials Testing
Field Inspections & Code Compliance
Geophysical Technologies
June 25, 2024
FW Club LP
4001 Maple Avenue, Suite 270
Dallas, Texas 75219
Attention: Mr. Ryan Burgess
Re: Geotechnical Exploration
Veale South- Amenity Buildings and Waterline
Off Highway 377
Fort Worth, Texas
UES Report No. W240918
Attached is the report of the geotechnical exploration performed for the project referenced above. This
study was authorized by Mr. Taylor Baird on June 7, 2024 and performed in accordance with UES
Professional Solutions 44, LLC (hereinafter UES) Proposal No. 104194-rev3, dated June 6, 2024.
Boring 2 (amenity building boring) and Boring 12 (water line boring) were not accessible at the time of this
study due to difficult site conditions. The report will be updated once these borings are accessible and
drilled. A separate report for an eighth amenity building (future Boring 42) will be issued under a separate
cover. A pavement report (Borings 17 through 41) will also be issued under a separate cover.
This report contains results of field explorations and laboratory testing and an engineering interpretation
of these with respect to available project characteristics. The results and analyses were used to develop
recommendations to aid design and construction of foundations and waterline. Recommendations for
public pavement will be provided in a separate report.
UES Professional Solutions 44, LLC appreciates the opportunity to be of service on this project. If we can
be of further assistance, such as providing materials testing services during construction, please contact
our office.
Sincerely,
UES PROFESSIONAL SOLUTIONS 44, LLC•A��,
X . O..
...
to
X BRIAN J. HiWT
I6 11574$ c1�
t{� June 25, 2024
Karina Cohuo Bryan J. Hoyt, P.E.
Geotechnical Project Manager Area Managing Director
KC/BJH/dt
Copies: (1-PDF) Client
5058 Brush Creek Rd I Fort Worth, TX 761191 ph 817-496-5600
TeamUES.com
UES REPORT NO. W240918
1.0
PURPOSE AND SCOPE......................................................................................................... 1
2.0
PROJECT CHARACTERISTICS................................................................................................ 1
3.0
FIELD EXPLORATION............................................................................................................ 2
4.0
LABORATORY TESTS............................................................................................................ 2
5.0
GENERAL SUBSURFACE CONDITIONS................................................................................. 2
6.0
DESIGN RECOMMENDATIONS............................................................................................3
6.1 Floor Slab and Potential Seasonal Movements -(Amenity Buildings, Borings 1, 3
through7)...........................................................................................................................
4
6.1.1 Subgrade Improvement Using Moisture Conditioning ...........................................
5
6.2 Slab -On -Grade Foundation.....................................................................................
6
6.3 Post -Tensioned Slab -on Grade Design Criteria....................................................... 7
6.4 Wire Reinforcement Institute Design Criteria (Alternative) ...................................
7
6.5 Exterior Flatwork.....................................................................................................
7
6.6 Seismic Considerations...........................................................................................
8
6.7 Drainage and Other Considerations.......................................................................
8
7.0
GENERAL CONSTRUCTION PROCEDURES AND guidelines .................................................. 9
7.1 Site Preparation and Grading..................................................................................
9
7.2 Foundation Excavations........................................................................................
11
7.3 Fill Compaction.....................................................................................................
11
7.4 Utilities..................................................................................................................12
7.5 Groundwater.........................................................................................................13
8.0
LIMITATIONS.....................................................................................................................13
APPENDIX
A-1 Methods of Field Exploration
Boring Location Plan — Figure 1
B-1 Methods of Laboratory Testing
Logs of Borings
Key to Soil Symbols and Classifications
1.0 PURPOSE AND SCOPE
The purpose of this geotechnical exploration is for UES PROFESSIONAL SOLUTIONS 44, LLC (UES)
to evaluate for FW Club LP (Client) some of the physical and engineering properties of subsurface
materials at selected locations on the subject site with respect to formulation of appropriate
geotechnical design parameters for the proposed construction. The field exploration was
accomplished by securing subsurface samples from widely spaced test borings performed across
the expanse of the site. Engineering analyses were performed from results of the field
exploration and results of laboratory tests performed on representative samples.
Also included are general comments pertaining to reasonably anticipated construction problems
and recommendations concerning earthwork and quality control testing during construction.
This information can be used to evaluate subsurface conditions and to aid in ascertaining
construction meets project specifications.
Recommendations provided in this report were developed from information obtained in test
borings depicting subsurface conditions only at the specific boring locations and at the particular
time designated on the logs. Subsurface conditions at other locations may differ from those
observed at the boring locations, and subsurface conditions at boring locations may vary at
different times of the year. The scope of work may not fully define the variability of subsurface
materials and conditions that are present on the site.
The nature and extent of variations between borings may not become evident until construction.
If significant variations then appear evident, our office should be contacted to re-evaluate our
recommendations after performing on -site observations and possibly other tests.
2.0 PROJECT CHARACTERISTICS
It is proposed to construct amenity buildings and a waterline on a tract of land located north of
Highway 377 and west of Hawkins Home Boulevard in Fort Worth, Texas. A site plan illustrating
the general outline of the property is provided as Figure 1, the Boring Location Plan, in the
Appendix.
At the time the field exploration was performed, the site consisted of a vacant tract of land with
scattered trees and several creeks crossing the property. No information regarding previous
development on the site was provided to us. Review of the topographical maps available at
www.dfwmai)s.com indicate the site generally slopes down towards the northeast about 110 ft
(Appx. Elev. 860 ft to Appx. Elev. 750 ft).
We understand the new structures are expected to create light loads to be carried by the
foundation. It is also anticipated the new structures will be supported using a slab -on -grade
foundation designed for potential seasonal movements of 1 inch or less. No below -grade slabs
are planned. Grading plans were not provided to us for this study. For the purpose of our
1
analysis, we have assumed maximum cuts and/or fills of up to 2 ft will be required to achieve
final grade.
3.0 FIELD EXPLORATION
Subsurface conditions on the site were explored by drilling a total of 14 test borings drilled to
depths of about 15 ft to 20 ft. The test borings were drilled in general accordance with ASTM
Standard D 420 using standard rotary drilling equipment. The approximate location of each test
boring is shown on the Boring Location Plan, Figure 1, enclosed in the Appendix. Details of drilling
and sampling operations are briefly summarized in Methods of Field Exploration, Section A-1 of
the Appendix.
Subsurface types encountered during the field exploration are presented on Log of Boring sheets
included in the Appendix. The boring logs contain our Field Technician's and Engineer's
interpretation of conditions believed to exist between actual samples retrieved. Therefore, these
boring logs contain both factual and interpretive information. Lines delineating subsurface strata
on the boring logs are approximate and the actual transition between strata may be gradual.
4.0 LABORATORY TESTS
Selected samples of the subsurface materials were tested in the laboratory to evaluate their
engineering properties as a basis in providing recommendations for foundation design and
earthwork construction. A brief description of testing procedures used in the laboratory can be
found in Methods of Laboratory Testing, Section B-1 of the Appendix. Individual test results are
presented on the Log of Boring sheets enclosed in the Appendix.
5.0 GENERAL SUBSURFACE CONDITIONS
Based on geological atlas maps available from the Bureau of Economic Geology, published by the
University of Texas at Austin, the project site lies within the mapped interface of the Duck Creek
Limestone formation, Kiamichi formation and the undivided Goodland Limestone and Walnut
Clay formation. These formations generally consist of limestone with marl (limey shale) layers.
Residual overburden soils associated with these formations generally consist of clay soils with
low to high shrink/swell potential. Subsurface conditions at geological interfaces can be highly
variable as indicated on the attached boring logs.
Amenity Buildings (Borings 1 and 3 through 7)
Subsurface conditions encountered in the borings generally consisted of clay and/or sandy clay
to depths of about 1 ft to 10 ft below the ground surface, underlain by weathered limestone
and/or limestone extending to the 20 ft termination depth.
2
Waterline (Borings 8 through 11 and 13 through 16)
Subsurface conditions encountered in most of the borings generally consisted of clay and/or
sandy clay to depths of about 2 ft to 8 ft below the ground surface, underlain by limestone
extending to the 15 ft termination depth. Subsurface conditions encountered in Boring 15
generally consisted of clay extending to the 15 ft termination depth.
Most of the materials encountered in the borings are considered relatively impermeable and are
expected to have a relatively slow response to water movement. Therefore, several days of
observation would be required to evaluate actual groundwater levels within the depths explored.
Also, the groundwater level at the subject site is anticipated to fluctuate seasonally depending
on the amount of rainfall, prevailing weather conditions, and subsurface drainage characteristics.
Free groundwater was encountered on drilling tools during drilling in Borings 1, 6 and 11 at
depths of about 8 ft to 11 ft below the ground surface. The open boreholes were dry immediately
upon completion of drilling in these borings. No groundwater was encountered in the remaining
borings. However, it is common to encounter seasonal groundwater from natural fractures
within the clayey matrix, at the soil/rock (limestone) interface and from fractures within the rock,
particularly during or after periods of precipitation. If more detailed groundwater information is
required, monitoring wells or piezometers can be installed.
Further details concerning subsurface materials and conditions encountered can be obtained
from the Log of Boring sheets provided in the Appendix.
6.0 DESIGN RECOMMENDATIONS
The following design recommendations were developed on the basis of the previously described
Project Characteristics (Section 2.0) and General Subsurface Conditions (Section 5.0). Should the
project criteria change, including the building location on the site, our office should conduct a
review to determine if modifications to the recommendations are required. Further, it is
recommended our office be provided with a copy of the final plans and specifications for review
prior to construction.
The design information provided in this report was developed assuming that final grades are
constructed within 2 ft of existing grades. Additional cutting and filling beyond that assumed
might require modifications to the recommendations provided herein. It is recommended our
office be contacted once final grades are established to determine if modifications to the
recommendations in this report are necessary.
3
6.1 Floor Slab and Potential Seasonal Movements -(Amenity Buildings, Borings 1, 3 through 7)
Our findings indicate potential seasonal movements of the floor slabs constructed within 2 ft of
the existing ground surface could be up to about 2 to 4 inches due to the shrinking and swelling
of active clay soils, depending on the depth of limestone. Our estimate of potential movement
is based on the assumption that any fill used to raise the grade will consist of onsite or similar
soils with a plasticity index of 30 or less. Use of fill material with a higher plasticity index could
result in potential movements exceeding our estimates and should therefore not be placed in the
building pad.
If grading requires cuts or fills greater than 2 ft are required to achieve final grade in any of the
amenity building areas, a revision to our recommendations may be required. Our office should
be provided with final plans prior to construction to review and revise recommendations
contained herein as applicable.
Potential seasonal movements were estimated in general accordance with methods outlined by
the Texas Department of Transportation (TxDOT) Test Method Tex-124-E and engineering
judgment and experience. The estimated movements were calculated assuming the moisture
content of the in -situ soil within the normal zone of seasonal moisture content change varies
between a "dry" condition and a "wet" condition as defined by methods outlined in Texas
Department of Transportation Test Method Tex-124-E. Also, it was assumed a 1 psi surcharge
load from the slab acts on the subgrade soils. Movements exceeding our estimates could occur
if the existing soils are exposed to an extended dry period, positive drainage of surface water is
not maintained or if soils are subject to an outside water source, such as leakage from a utility
line or subsurface migration from off -site locations.
We understand it is desired to reduce the potential seasonal movement of floor slabs to about 1
inch. Movements could be reduced to about 1 inch by placing non -expansive fill below the
bottom of the floor slab in conjunction with moisture conditioned soil (if required, depending on
the location of the amenity building) extending to a specified depth below the non -expansive fill,
or the top surface of limestone, whichever is encountered first. The non -expansive fill thickness
and depth of moisture conditioning is summarized in Table A.
Moisture conditioning is described in Section 6.1.1. Non -expansive fill could consist of select fill
or flexible base material as described in Section 7.3.
Table A contains a summary of recommended subgrade improvements for the buildings based
on subsurface conditions encountered in the borings.
4
TABLE A
Summary of Recommended Subgrade Improvements
to Reduce Potential Movements to about 1 inch
(Based on maximum cuts and fills of 2 ft)
Boring Nos. Non -Expansive Fill Thickness Depth of Moisture Conditioning
1, 5 and 6 2 ft 10 ft'
3, 4 and 7 2 ft2 None required
'Limestone could be encountered within the recommended depth of subgrade improvement. Moisture
conditioning should extend to a depth of 10 ft below the non -expansive fill, or to the top surface of
limestone, whichever is encountered first.
zlt is not required to over -excavate limestone for the placement of the non -expansive fill.
6.1.1 Subgrade Improvement Using Moisture Conditioning
Potential movements could be reduced to about 1 inch by placing moisture conditioned
soil extending to a depth as summarized in Table A below the non -expansive fill to the
depth summarized in Table A, or the top surface of limestone, whichever is encountered
first. Non -expansive fill could consist of select fill or flexible base material as described in
Section 7.3.
Moisture -conditioning consists of processing and compacting the specified minimum
thickness of on -site soil at a "target" moisture content approximated to be at least 5
percentage points above the material's optimum moisture content as determined by the
standard Proctor method (ASTM D 698). The moisture -conditioned soil should be
compacted to a dry density of 93 to 97 percent of standard Proctor maximum dry density.
Moisture conditioning of the on -site soil should extend throughout the entire building
pad, turf and tennis court areas and at least 5 ft beyond the perimeter of the building pad,
turf and tennis court areas. Moisture conditioning should also extend below any adjacent
flatwork for which it is desired to reduce movements. However, non -expansive material
should not extend beyond the limits of the building limits, impervious turf, tennis court
or flatwork surfaces. If flatwork or paving is not planned adjacent to the structures for
which it is desired to reduce movements (i.e. above the moisture -conditioned soils
extending beyond the designated structures), a moisture barrier consisting of a minimum
of 10 mil plastic sheeting with 8 to 12 inches of soil cover should be provided above the
moisture conditioned soils. Moisture -conditioned soils should be maintained in a moist
condition prior to placement of the required thickness of non -expansive material or
flatwork.
The resulting estimated potential seasonal movement (about 1 inch) was calculated
assuming the moisture content of the moisture -conditioned soil varies between the
"target" moisture content and the "wet" condition while the deeper undisturbed in -situ
soil within the normal zone of seasonal moisture content change varies between the "dry"
condition and the "wet" condition as defined by methods outlined in TxDOT Test Method
Tex-124-E.
5
The purpose of moisture -conditioning is to reduce the free swell potential of the
moisture -conditioned soil to 1 percent or less. Additional laboratory tests (i.e., standard
Proctors, absorption swell tests, etc.) should be conducted during construction to verify
the "target" moisture content for moisture -conditioning (estimated at 5 percentage
points above the material's optimum moisture content as defined by ASTM D 698) is
sufficient to reduce the free swell potential of the processed soil to 1 percent or less. In
addition, it is recommended samples of the moisture -conditioned material be routinely
obtained during construction to verify the free swell of the improved material is 1 percent
or less.
In choosing moisture conditioning, the Owner is accepting some post construction
seasonal movement of the grade supported structure (about 1 inch).
Moisture conditioning should be monitored and tested on a full-time basis by UES to
verify materials tested are placed with the proper degree of moisture and compaction as
presented in this report. Field density tests should be performed for each lift of fill placed
in each building pad area.
6.2 Slab -On -Grade Foundation
Our findings indicate the amenity buildings could be supported on slab foundations. Slab
foundations will be subject to potential movements as discussed in Section 6.1 (about 2 to 4
inches). Subgrade improvement will be required to reduce potential movements of slab
foundations to the desired level (1 inch) as discussed in Section 6.1.
The slab foundations should be designed with exterior and interior grade beams adequate to
provide sufficient rigidity to the foundation system. A net allowable soil bearing pressure of 1.5
kips per sq ft may be used for design of grade beams bearing on an improved subgrade as
discussed in Section 6.1. Grade beams should bear a minimum depth of 12 inches below final
grade and should have a minimum width of 10 inches for bearing capacity considerations.
To reduce cracking as normal movements occur in foundation soils, all grade beams and the floor
slabs should be adequately reinforced with steel (conventional reinforcing steel and/or post -
tension reinforcement). It is common to experience some minor cosmetic distress to structures
with slab -on -grade foundation systems due to normal ground movements. A properly designed
and constructed moisture barrier should be placed between the slab and subgrade soils to retard
moisture migration through the slab.
M.
6.3 Post -Tensioned Slab -on Grade Design Criteria
Table B contains information for design of the post -tensioned, slab -on -grade foundation. Design
parameters were evaluated based on the conditions encountered in the borings and using
information and correlations published by PTI Third Edition and VOLFLO 1.5 computer program
provided by Geostructural Tool Kit, Inc. (GTI).
TABLE B
Post -Tensioned Slab -on -Ground Design Criteria
Potential Seasonal Movement = 1 inch
Edge Moisture Distance, ft (em)
Differential Soil Movement, inches (ym)
EDGE LIFT CENTER LIFT
4.3 8.5
1.2 (swell) 1.0 (shrink)
6.4 Wire Reinforcement Institute Design Criteria (Alternative)
Alternatively, the foundation could be designed using the Design of Slab -On -Ground Foundations
published by the Wire Reinforcement Institute, Inc. (Aug., 1981). WRI parameters are provided
in Table C.
TABLE C
WRI Design Criteria
Potential Seasonal Movement = 1 inch
Design Method WRI
Climatic Rating (Cw) 17
Effective Plasticity Index 38
Soil Compressive Strength (tsf) 0.5
The structural engineer should verify beam spacing is adequate for support of structural loads
and applicable building codes. WRI design procedures do not account for the effects of moisture
conditioning.
6.5 Exterior Flatwork
Exterior flatwork supported within 2 ft of existing grade could be subjected to potential seasonal
movements of up to about 2 to 4 inches as described in Section 6.1. If this level of movement is
not acceptable, subgrade improvement as discussed in Section 6.1 can be considered to reduce
potential movements to about 1 inch.
7
6.6 Seismic Considerations
The Site Class for seismic design is based on several factors that include soil profile (soil or rock),
shear wave velocity, and strength, averaged over a depth of 100 ft. Since our borings did not
extend to 100-foot depths, we based our determinations on the assumption that the subsurface
materials below the bottom of the borings were similar to those encountered at the termination
depth of the borings. Based on Section 1613.3.2 of the 2012 International Building Code and
Table 20.3-1 in the 2010 ASCE-7, we recommend using Site Class C (very dense soil and soft rock)
for seismic design at this site.
6.7 Drainage and Other Considerations
Adequate drainage should be provided to reduce seasonal variations in the moisture content of
foundation soils. All pavement and sidewalks within 10 ft of the structure should be sloped away
from the building to prevent ponding of water around the building. Final grades within 10 ft of
the structure should be adjusted to slope away from the structure at a minimum slope of 2
percent. Maintaining positive surface drainage throughout the life of the structure is essential.
In areas with pavement or sidewalks adjacent to the new structure, a positive seal must be
maintained between the structure and the pavement or sidewalk to minimize seepage of water
into the underlying supporting soils. Post -construction movement of pavement and flatwork is
common. Normal maintenance should include inspection of all joints in paving and sidewalks,
etc. as well as resealing where necessary.
Several factors relate to civil and architectural design and/or maintenance, which can significantly
affect future movements of the foundation and floor slab system:
• Preferably, a complete system of gutters and downspouts should carry runoff water a
minimum of 10 feet from the completed structure.
• Large trees and shrubs should not be allowed closer to the foundation than a horizontal
distance equal to roughly one-half of their mature height due to their significant moisture
demand upon maturing.
• Moisture conditions should be maintained "constant" around the edge of the slab.
Ponding of water in planters, in unpaved areas, and around joints in paving and sidewalks
can cause slab movements beyond those predicted in this report.
• Planter box structures placed adjacent to the building should be provided with a means
to assure concentrations of water are not available to the subsoil stratigraphy.
H.,
• The root systems from any existing trees at this site will have dried and desiccated the
surrounding clay soils, resulting in soil with near -maximum swell potential. Clay soils
surrounding tree root mats within the building areas or areas to be covered with grade
slabs (including, but not limited to, flatwork, pavement, equipment pads, etc.) should be
removed to a depth of at least 1 ft below the root ball and compacted in -place with
moisture and density control as described in Section 7.3.
Trench backfill for utilities should be properly placed and compacted as outlined in Section 7.4
and in accordance with requirements of local City standards. Since granular bedding backfill is
used for most utility lines, the backfilled trench should not become a conduit and allow access
for surface or subsurface water to travel toward the new structure. Concrete cut-off collars or
clay plugs should be provided where utility lines cross building lines to prevent water from
traveling in the trench backfill and entering beneath the structure.
7.0 GENERAL CONSTRUCTION PROCEDURES AND GUIDELINES
Variations in subsurface conditions could be encountered during construction. To permit
correlation between test boring data and actual subsurface conditions encountered during
construction, it is recommended a registered Professional Engineering firm be retained to
observe construction procedures and materials.
Some construction problems, particularly degree or magnitude, cannot be anticipated until the
course of construction. The recommendations offered in the following paragraphs are intended
not to limit or preclude other conceivable solutions, but rather to provide our observations based
on our experience and understanding of the project characteristics and subsurface conditions
encountered in the borings.
7.1 Site Preparation and Grading
Limestone was encountered within 4 ft of the ground surface in several of the borings. We expect
limestone will be encountered during grading and general excavation at this site. From our
experience, this limestone can be hard and difficult to excavate. Rock excavation methods
(including, but not limited to rock teeth, rippers, jack hammers, or sawcutting) may be required
to remove the limestone. Crushing equipment may be required to process this limestone if it is
desired to use this material as compacted fill on the site. The contractor selected should have
experience with excavation in hard limestone.
All areas supporting floor slabs, footings, flatwork, pavement, or areas to receive new fill should
be properly prepared.
• After completion of the necessary stripping, clearing, and excavating, and prior to placing
any required fill, the exposed soil subgrade should be carefully evaluated by probing and
testing. Any undesirable material (organic material, wet, soft, or loose soil) still in place
PJ
should be removed.
• The exposed soil subgrade should be further evaluated by proof -rolling with a heavy
pneumatic tired roller, loaded dump truck or similar equipment weighing approximately
20 tons to check for pockets of soft or loose material hidden beneath a thin crust of
possibly better soil.
• Proof -rolling procedures should be observed routinely by a Professional Engineer or their
designated representative. Any undesirable material (organic material, wet, soft, or loose
soil) exposed during the proof -roll should be removed and replaced with well -compacted
material as outlined in Section 7.3.
• Prior to placement of any fill, the exposed soil subgrade should then be scarified to a
minimum depth of 6 inches and recompacted as outlined in Section 7.3.
If fill is to be placed on existing slopes (natural or constructed) steeper than six horizontal to one
vertical (6:1), the fill materials should be benched into the existing slopes in such a manner as to
provide a minimum bench width of five (5) feet. This should provide a good contact between the
existing soils and new fill materials, reduce potential sliding planes and allow relatively horizontal
lift placements.
Even if fill is properly compacted as recommended in Section 7.3, deep fills in excess of about 10
ft are still subject to settlements over time of up to about 1 to 2 percent of the total fill thickness.
This should be considered when planning or placing deep fills.
Slope stability analysis of embankments (natural or constructed) and global stability analysis for
retaining walls was not within the scope of this study.
The contractor is responsible for designing any excavation slopes, temporary sheeting or shoring.
Design of these structures should include any imposed surface surcharges. Construction site
safety is the sole responsibility of the contractor, who shall also be solely responsible for the
means, methods and sequencing of construction operations. The contractor should also be
aware that slope height, slope inclination or excavation depths (including utility trench
excavations) should in no case exceed those specified in local, state and/or federal safety
regulations, such as OSHA Health and Safety Standard for Excavations, 29 CFR Part 1926, or
successor regulations. Stockpiles should be placed well away from the edge of the excavation
and their heights should be controlled so they do not surcharge the sides of the excavation.
Surface drainage should be carefully controlled to prevent flow of water over the slopes and/or
into the excavations. Construction slopes should be closely observed for signs of mass
movement, including tension cracks near the crest or bulging at the toe. If potential stability
problems are observed, a geotechnical engineer should be contacted immediately. Shoring,
bracing or underpinning required for the project (if any) should be designed by a professional
engineer registered in the State of Texas.
10
Due to the nature of the clay soils found near the surface at some of the borings, traffic of heavy
equipment (including heavy compaction equipment) may create pumping and general
deterioration of shallow soils. Therefore, some construction difficulties should be anticipated
during periods when these soils are saturated.
7.2 Foundation Excavations
All foundation excavations should be properly monitored to verify loose, soft, or otherwise
unsuitable material are removed. All foundation excavations should be monitored to verify
foundations bear on suitable material. The bearing stratum exposed in the base of all foundation
excavations should be protected against any detrimental change in condition, , such as surface
sloughing or side disturbance, rain or excessive drying.
Surface runoff should be drained away from excavations and not allowed to pond in the bottom
of the excavation. Concrete for foundations should be placed as soon as practical after the
excavation is made. That is, the exposed foundation soils should not be allowed to become
excessively dry or wet before placement of concrete.
7.3 Fill Compaction
Select fill used as non -expansive material should have a liquid limit less than 35, a plasticity index
(PI) not less than about 4 nor greater than 15 and contain no more than 0.5 percent fibrous
organic materials, by weight. All select material should contain no deleterious material and
should be compacted to a dry density of at least 98 percent standard Proctor maximum dry
density (ASTM D 698) and within the range of 1 percentage point below to 3 percentage points
above the material's optimum moisture content. The plasticity index and liquid limit of material
used as select non -expansive material should be routinely verified during placement using
laboratory tests. Visual observation and classification should not be relied upon to confirm the
material to be used as select, non -expansive material satisfies the required Atterberg-limit
criteria.
Flexible base used as non -expansive material in the building pad should consist of material
meeting the requirements of TOOT Standard Specifications Item 247, Type A, B, C, or D, Grade
1-2 or 3. The flexible base should be compacted to at least 98 percent of standard Proctor
maximum dry density (ASTM D 698) and within the range of 2 percentage points below to 2
percentage points above the material's optimum moisture content.
The following recommendations pertain to general fill. Moisture conditioned soil should conform
to recommendations in Section 6.1.
11
Clay soils with a plasticity index equal to or greater than 25 should be compacted to a dry density
between 93 and 98 percent of standard Proctor maximum dry density (ASTM D 698). The
compacted moisture content of the clays during placement should be within the range of +2 to
+6 percentage points of the material's optimum moisture.
Clay soils used for general fill with a plasticity index less than 25 should be compacted to a dry
density of at least 95 percent of standard Proctor maximum dry density (ASTM D 698). The
compacted moisture content of the clays during placement should be within the range of -1 to
+3 percentage points of the material's optimum moisture.
Clayey material used as fill should be processed such that the largest particle or clod is less than
6 inches prior to compaction.
Processed limestone used as fill should be compacted to at least 95 percent of standard Proctor
maximum dry density. The compacted moisture content of the processed limestone is not
considered crucial to proper performance. However, if the material's moisture content during
placement is within 3 percentage points of optimum, the compactive effort required to achieve
the minimum compaction criteria may be minimized. Individual rock pieces larger than 6 inches
in dimension should not be used as fill. However, if rock fill is utilized within 3 ft below the bottom
of floor slabs, the maximum allowable size of individual rock pieces should be reduced to 3 inches.
Processed limestone used as fill should incorporate sufficient fines to prevent the presence of
voids around larger diameter rock pieces. A gradation of at least 40 percent passing a standard
No. 4 sieve is recommended.
Where mass fills are deeper than 10 ft, the fill/backfill below 10 ft should be compacted to at
least 100 percent of standard Proctor maximum dry density (ASTM D 698) and within — 2 to +2
percentage points of the material's optimum moisture content. The portion of the fill/backfill
shallower than 10 ft should be compacted as outlined above.
Compaction should be accomplished by placing fill in about 8-inch thick loose lifts and
compacting each lift to at least the specified minimum dry density. Field density and moisture
content tests should be performed on each lift.
7.4 Utilities
Where utility lines are deeper than 10 ft, the fill/backfill below 10 ft should be compacted to at
least 100 percent of standard Proctor maximum dry density (ASTM D 698) and within —2 to +2
percentage points of the material's optimum moisture content. The portion of the fill/backfill
shallower than 10 ft should be compacted as previously outlined. Density tests should be
performed on each lift (maximum 12-inch thick) and should be performed as the trench is being
backfilled.
12
Even if fill is properly compacted, fills in excess of about 10 ft are still subject to settlements over
time of up to about 1 to 2 percent of the total fill thickness. This should be considered when
designing pavement over utility lines.
If utility trenches or other excavations extend to or beyond a depth of 5 ft below construction
grade, the contractor or others shall be required to develop an excavation safety plan to protect
personnel entering the excavation or excavation vicinity. The collection of specific geotechnical
data and the development of such a plan, which could include designs for sloping and benching
or various types of temporary shoring, is beyond the scope of this study. Any such designs and
safety plans shall be developed in accordance with current OSHA guidelines and other applicable
industry standards.
7.5 Groundwater
Free groundwater was encountered in Borings 1, 6 and 11 at depths of about 8 ft to 11 ft below
the ground surface. However, from our experience, shallower groundwater seepage could be
encountered from the subsurface stratigraphy in excavations for pavement, utilities and other
general excavations at this site. The risk of seepage increases with depth of excavation and
during or after periods of precipitation. Standard sump pits and pumping may be adequate to
control seepage on a local basis.
In any areas where cuts are made, attention should be given to possible seasonal water seepage
that could occur through natural cracks and fissures in the newly exposed stratigraphy. The risk
of seepage is increased where limestone is exposed in excavations and slopes or is near final
grade. In these areas subsurface drains may be required to intercept seasonal groundwater
seepage. The need for these or other dewatering devices should be carefully addressed during
construction. Our office could be contacted to visually observe final grades to evaluate the need
for such drains.
8.0 LIMITATIONS
Professional services provided in this geotechnical exploration were performed, findings
obtained, and recommendations prepared in accordance with generally accepted geotechnical
engineering principles and practices. The scope of services provided herein does not include an
environmental assessment of the site or investigation for the presence or absence of hazardous
materials in the soil, surface water or groundwater. LIES, upon written request, can be retained
to provide these services.
UES is not responsible for conclusions, opinions or recommendations made by others based on
this data. Information contained in this report is intended for the exclusive use of the Client (and
their designated design representatives), and is related solely to design of the specific structures
outlined in Section 2.0. No party other than the Client (and their designated design
representatives) shall use or rely upon this report in any manner whatsoever unless such party
13
shall have obtained UES's written acceptance of such intended use. Any such third party using
this report after obtaining UES's written acceptance shall be bound by the limitations and
limitations of liability contained herein, including UES's liability being limited to the fee paid to it
for this report. Recommendations presented in this report should not be used for design of any
other structures except those specifically described in this report. In all areas of this report in
which UES may provide additional services if requested to do so in writing, it is presumed that
such requests have not been made if not evidenced by a written document accepted by UES.
Further, subsurface conditions can change with passage of time. Recommendations contained
herein are not considered applicable for an extended period of time after the completion date of
this report. It is recommended our office be contacted for a review of the contents of this report
for construction commencing more than one (1) year after completion of this report. Non-
compliance with any of these requirements by the Client or anyone else shall release UES from
any liability resulting from the use of, or reliance upon, this report.
Recommendations provided in this report are based on our understanding of information
provided by the Client about characteristics of the project. If the Client notes any deviation from
the facts about project characteristics, our office should be contacted immediately since this may
materially alter the recommendations. Further, UES is not responsible for damages resulting
from workmanship of designers or contractors. It is recommended the Owner retain qualified
personnel, such as a Geotechnical Engineering firm, to verify construction is performed in
accordance with plans and specifications.
14
APPENDIX
A-1 METHODS OF FIELD EXPLORATION
Using standard rotary drilling equipment, a total of 14 test borings were performed for this
geotechnical exploration. The approximate locations of the borings are shown on the Boring
Location Plan, Figure 1. The test boring locations were staked by either pacing or taping and
estimating right angles from landmarks which could be identified in the field and as shown on
the site plan provided during this study. The locations of test borings shown on the Boring
Location Plan are considered accurate only to the degree implied by the methods used to define
them.
Relatively undisturbed samples of the cohesive subsurface materials were obtained by
hydraulically pressing 3-inch O.D. thin -wall sampling tubes into the underlying soils at selected
depths (ASTM D 1587). These samples were removed from the sampling tubes in the field and
evaluated visually. One representative portion of each sample was sealed in a plastic bag for use
in future visual evaluation and possible testing in the laboratory.
Texas Department of Transportation Texas Cone Penetration (TCP) tests were completed in the
field to determine the apparent in -place strength characteristics of the rock type materials. A 3-
inch diameter steel cone driven by a 170-pound hammer dropped 24 inches is the basis forTxDOT
strength correlations. Depending on the resistance (strength) of the materials, either the number
of blows of the hammer required to provide 12 inches of penetration, or the inches of
penetration of the cone due to 100 blows of the hammer are recorded on the field log and are
shown on the Log of Boring sheet as "TX Cone" (reference: TxDOT Test Method TEX 132-E).
Logs of the borings are included in the Appendix. The logs show visual descriptions of subsurface
strata encountered using the Unified Soil Classification System. Sampling information, pertinent
field data, and field observations are also included. Samples not consumed by testing will be
retained in our laboratory for at least 14 days and then discarded unless the Client requests
otherwise.
W
�"�� r'r '• r.
r 1 '
ti
r
r + �
4
LAKE
1
1
`BOH • 1'1�
�o r ��1�i11L1fill �d t
�i to
1 `
%' • B-33�
B-2 .r f IF Fr i
i
'• B-35- r B-26, B-12
1f' x i B-27
_ B-39 i B-36
P i B-25
r1 `` B-41" 1
1 - , ry' - t
B 4 B-40 r B-38 B-37 i+•�-1 1
# 1
o A B- 3
B-31 B 3 0! B-28 B-22
,15.
r
rB-110.
e '
I-
}L.
,I
GEOTECHNICAL EXPLORATION
VEALESOUTH
OFF HIGHWAY 377
FORT WORTH, TEXAS
UES PROJECT NO. W240918
B .42 M.,gm
1
B-3 r'
B-
. t t. con 'o o�, h e`.. B-21Ej
{ nkl
B-32
l B-5 B-19
B-17
B-6 y.
rjo UES-�-
formerly Alpha Testing
FIGURE 1
BORINGS NOT DRILLED
AMENITY BUILDINGS AND
WATERLINE BORINGS
PAVEMENT BORINGS
BORING LOCATION PLAN
B-1 METHODS OF LABORATORY TESTING
Representative samples were evaluated and classified by a qualified member of the Geotechnical
Division and the boring logs were edited as necessary. To aid in classifying the subsurface
materials and to determine the general engineering characteristics, natural moisture content
tests (ASTM D 2216), Atterberg-limit tests (ASTM D 4318), percent material finer than the No.
200 sieve tests (ASTM D 1140), and dry unit weight determinations were conducted on selected
samples. In addition, unconfined compressive strength tests (ASMT D 2166) and pocket -
penetrometer tests were conducted on selected soil samples to evaluate the soil shear strength.
Results of these laboratory tests are provided on the Log of Boring sheets.
In addition to the Atterberg-limit tests, the expansive properties of the clayey soils were further
analyzed by absorption swell tests. The swell test is performed by placing a selected sample in a
consolidation machine and applying either the approximate current or expected overburden
pressure and then allowing the sample to absorb water. When the sample exhibits very little
tendency for further expansion, the height increase is recorded and the percent free swell and
total moisture gain calculated. Results of the absorption swell tests are provided on the attached
Log of Boring sheets.
5058 Brush Creek Rd.
BORING NO.:
1
Fort Worth, Texas 76119
F817-496-5600
Sheet 1 of 1
�10U E
Fax: 817-496-5608
PROJECT NO.:
W240918
.
www.alphatesting.com
Formerly Alpha Testing
Client:
FW Club LP
Location:
Fort Worth, Texas
Project:
Veale South
Surface Elevation:
Start Date:
5/14/2024 End Date:
5/14/2024
West:
Drilling Method: CONTINUOUS FLIGHT AUGER
North:
Hammer Drop
(lbs / in):
170 / 24
GROUND WATER OBSERVATIONS
m -6
E
o
m
w
�7 On Rods (ft): g
> o
ii�
(B �.� �,
�,
E E
a
Q a
ZAfter Drilling (ft): DRY
o o 3 Y
o o o
-05
a,
s
cn o, m o Q
c
v
�
-o
=
a,
o m
After Hours (ft):
a
" ° - a
D aN o"
3
(!)
Q Ur
X CO
O
o O
Z
J Il T
I—d
MATERIAL DESCRIPTION
Dark Brown CLAY with gravel
4.5+
19
77 24 53
— —
4.5+
4.0
107
16
4.0
5
Brown CLAY with limestone fragments
and calcareous nodules
4.5+
18
43 18 25
0.0
—
_
9.0
10
Tan LIMESTONE with clay seams and
100/
17
— —
layers
0
15
100/
18
20
20.0
100/
19
TEST BORING TERMINATED AT 20 FT
G
25
30
35
5058 Brush Creek Rd.
BORING NO.:
3
I10U E S,.
Fort Worth, Texas 76119
Phone: 817-496-5600
Sheet 1 of 1
Fax: 817-496-5608
PROJECT NO.:
W240918
www.alphatesting.com
Formerly Alpha Testing
Client: FW Club LP
Location: Fort Worth, Texas
Project: Veale South
Surface Elevation:
Start Date: 5/15/2024 End Date:
5/15/2024
West:
Drilling Method: CONTINUOUS FLIGHT AUGER
North:
0
51
_ T
_—T
10-1
--T
15
_—T
_—T
201
25
30
35
Hammer Drop (lbs / in):
170 / 24
GROUND WATER OBSERVATIONS
m
-6•E
E.-.
_
x
VOn Rods (ft): NONE
o
U?a'
c.°'
w
E
a
ZAfter Drilling (ft):
o W
o
aa,a
o
o
iDRY
7After Hours (ft):
.5
L
o,
(�n
o
a
Z
oe'
Tx
Ha
MATERIAL DESCRIPTION
Dark Brown CLAY with limestone fragments
and calcareous nodules
1.0 ,-
Tan LIMESTONE with clay seams and
layers
4.0
Tan LIMESTONE
,
100/
0.50"
100/
1"
14.0
Gray LIMESTONE with shale seams and 100/
layers , 0.50"
20.0 , 100/
TEST BORING TERMINATED AT 20 FT 6.3u
5058 Brush Creek Rd.
BORING NO.:
4
�Jo
Fort Worth, Texas 76119
Phone: 817-496-5600
Sheet 1 of 1
TM
Fax:
817-496-5608
PROJECT
NO.:
W240918
www.alphatesting.com
Formerly Alpha Testing
Client:
FW Club LP
Location:
Fort Worth, Texas
Project:
Veale South
Surface Elevation:
Start Date: 5/15/2024 End Date:
5/15/2024
West:
Drilling Method: CONTINUOUS FLIGHT AUGER
North:
Hammer Drop
(lbs / in):
170 / 24
GROUND WATER OBSERVATIONS
m
-6
E—
m
�7 On Rods (ft): NONE
T
o
N
U�
-0
�� j
E C c
1
Q
a
ZAfter Drilling (ft): DRY
o
3 Y
o o
s
a,
s > w
cn o, m o Q
c
v
-o a,
m
7After Hours (ft):
a
"
° - a
aN o"
3
(!)
Q
Ur
X
O
o O
Z
J Il T
Ha
MATERIAL DESCRIPTION
j
Brown CLAY with gravel and calcareous
nodules
4.5+
10
35 17 18
2.0
Tan LIMESTONE with clay seams and
layers
5
,
100/
7
1"
10
,
50/
11
2"
15
,
100/
10
1"
20
20.0
,
100/
7
TEST BORING TERMINATED AT 20 FT
6.3u
25
30
35
UEST.
5058 Brush Creek Rd.
Worth, Texas 76119
Phone: 817-496-5600(0
BORING NO.:
5Fort
Sheet 1 of 1
Fax: 817-496-5608
PROJECT NO.:
W240918
www.alphatesting.com
Formerly
Alpha Testing
Client:
FW Club LP
Location: Fort Worth, Texas
Project:
Veale South
Surface Elevation:
Start Date:
5/15/2024 End Date:
5/15/2024
West:
Drilling Method:
CONTINUOUS FLIGHT AUGER
North:
GROUND WATER OBSERVATIONS
0)
VOn Rods (ft): NONE
ZAfter Drilling (ft): DRY
o
7After Hours (ft):
MATERIAL DESCRIPTION
Dark Brown CLAY with limestone fragments
and calcareous nodules
5
Tan LIMESTONE with clay seams and
layers
_10
_15
20_
TEST BORING TERMINATED AT 20 FT
25
30
35
Hammer Drop (lbs / in):
170 / 24
o.S
a
E
°
I
o
_
x
`o
U�
E
8-1
>
ha
E
U
o4
d
9 C
N
aN
0 -'
s
,V 3
x°
°
o�
��_
o °
°
J
FL
(n
Ha
a-
Z
4.5+
8
4.5+ 17
4.5+ 12 50 18 32 3.7
6.0
100/ 10
0.50"
61 100/ 9
1.50"
100/ 7
0.50"
20.0 , 100/ 7
6.3u
I10UES.
5058 Brush Creek Rd.
Fort Worth, Texas 76119
Phone: 817-496-5600
BORING NO.:
6
Sheet 1 of 1
Fax: 817-496-5608
PROJECT NO.:
W240918
www.alphatesting.com
Formerly Alpha Testing
Client: FW Club LP
Location: Fort Worth, Texas
Project: Veale South
Surface Elevation:
Start Date: 5/14/2024 End Date:
5/14/2024
West:
Drilling Method: CONTINUOUS FLIGHT AUGER
North:
0)
GROUND WATER OBSERVATIONS
VOn Rods (ft): 11
ZAfter Drilling (ft): DRY
o
7After Hours (ft):
MATERIAL DESCRIPTION
Dark Brown CLAY
Brown CLAY with gravel
5
Tan CLAY with gravel
10
Tan LIMESTONE with clay seams and
— —
- layers
15
20
TEST BORING TERMINATED AT 20 FT
25
30
35
Hammer Drop (lbs / in):
170 / 24
o.S
a
E
a)
I
o
_
x
`o
U�
E
8-1
a
��
of
�o)
u) a�
mo
�a
O
a
o�
E U�
o4
d
9 C
N
aN
0 -'
(�
s
,V
3
x�
o�
��_
o a
J
o
(n
Ha
d
Z
2.75
26
4.0
20
57
21
36
0.0
2.5 18
6.0
1.75 17
10.0
2.0 12
100/ 16
1"
20.0 , 100/ 19
6.3u
5058 Brush Creek Rd.
BORING NO.:
7
UES
Fort Worth, Texas 76119
Phone: 817-496-5600
Sheet 1 of 1
Wo
Fax: 817-496-5608
PROJECT
NO.:
W240918
www.alphatesting.com
Formerly Alpha Testing
Client:
FW Club LP
Location:
Fort Worth, Texas
Project:
Veale South
Surface Elevation:
Start Date: 5/13/2024 End Date:
5/13/2024
West:
Drilling Method: CONTINUOUS FLIGHT AUGER
North:
Hammer Drop
(lbs / in):
170 / 24
GROUND WATER OBSERVATIONS
m -6
E
m
�7 On Rods (ft): NONE
T N
o
U�
-0
�� j
E C c
1
Q
a
ZAfter Drilling (ft): DRY
3 Y
o o o
s
a,
s > w
cn o, m o Q
c
v
-o a,
m
7After Hours (ft):
a
" ° - a
aN o"
3
(!)
Q
Ur
X
O
o O
Z
J Il T
Ha
MATERIAL DESCRIPTION
Brown CLAY with gravel
3.75
20
49 20 29
_
2.0
Tan SANDY CLAY
4.5+
51
14
_
4.0
5
Tan WEATHERED LIMESTONE with clay
100/
6
seams and layers
6.50"
_
7.0
Tan LIMESTONE with clay seams and
layers
10
, 100/
8
1.50"
15
, 1000/
9
20
20.0
, 100/
7
TEST BORING TERMINATED AT 20 FT
6.3u
25
30
35
I10 U E S,.
Formerly Alpha Testing
Client:
Project:
Start Date:
Drilling Method:
5058 Brush Creek Rd.
Fort Worth, Texas 76119
Phone: 817-496-5600
Fax: 817-496-5608
www.alphatesting.com
BORING NO.: 8
Sheet 1 of 1
PROJECT NO.: W240918
FW Club LP Location: Fort Worth, Texas
Veale South Surface Elevation:
5/13/2024 End Date: 5/13/2024 West:
CONTINUOUS FLIGHT AUGER North:
0)
GROUND WATER OBSERVATIONS
VOn Rods (ft): NONE
ZAfter Drilling (ft): DRY
o
7After Hours (ft):
MATERIAL DESCRIPTION
Brown CLAY with gravel and limestone
fragments
Tan LIMESTONE with clay seams and
layers
_5
10
15
Gray LIMESTONE with clay seams and
lavers
TEST BORING TERMINATED AT 15 FT
20
25
30
35
Hammer Drop (lbs / in):
170 / 24
o.S
a
E
a)
I
o
_
x
�
8-1-)
o
m
�
Oo
aa
E
U
o
40-
9C
N
aN
0'
s
,V
o
J
Fxa
(3n
d
Z
4.5+
12
59
18
41
2.0
100/
9
1.50"
100/
7
1"
100/ 10
0.50"
14.0
100/
15.0/, 6
8
5058 Brush Creek Rd.
BORING NO.:
9
Fort Worth, Texas 76119
Phone: 817-496-5600
Sheet 1 of 1
TM
Wo
Fax: 817-496-5608
PROJECT
NO.:
W240918
www.alphatesting.com
Formerly Alpha Testing
Client:
FW Club LP
Location:
Fort Worth, Texas
Project:
Veale South
Surface Elevation:
Start Date: 5/13/2024 End Date:
5/13/2024
West:
Drilling Method: CONTINUOUS FLIGHT AUGER
North:
Hammer Drop
(lbs / in): 170 / 24
GROUND WATER OBSERVATIONS
m -6
E
o
m
�7 On Rods (ft): NONE
T N
o
U�
-0
�� j
E C c
1
Q
a
ZAfter Drilling (ft): DRY
3 Y
o o o
s
a,
s > w
cn o, m o Q
c
v
-o a,
o
m
After Hours (ft):
a
" ° - a
D aN o"
3
(!)
Q
Ur
X CO
O
o O
Z
J Il T
I—d
MATERIAL DESCRIPTION
Brown CLAY with gravel
3.0
19
_
2.0
Tan CLAY with gravel and calcareous nodules
—
4.5+
3.2
109
16
4.0
_
5
Tan LIMESTONE with clay seams and
, 100/
11
—
—
layers
1"
10
, 100/
8
0.50"
15
15.0
, 100/
9
TEST BORING TERMINATED AT 15 FT
J
20
25
30
35
5058 Brush Creek Rd.
BORING NO.:
10
I10UES
Fort Worth, Texas 76119
Phone: 817-496-5600
Sheet 1 of 1
Fax: 817-496-5608
PROJECT NO.:
W240918
www.alphatesting.com
Formerly Alpha Testing
Client:
FW Club LP
Location: Fort Worth, Texas
Project:
Veale South
Surface Elevation:
Start Date: 5/13/2024 End Date:
5/13/2024
West:
Drilling Method: CONTINUOUS FLIGHT AUGER
North:
Hammer Drop (lbs / in):
170 / 24
GROUND WATER OBSERVATIONS
m -6
E—
m
�7 On Rods (ft): NONE
T N
o
U�
-0
�� j
E C c
1
Q
a
ZAfter Drilling (ft): DRY
3 Y
o o o
s
a,
s > w c
cn o, m o Q v
-o a,
m
7After Hours (ft):
a
" ° - a
aN o"
3
(!)
Q
Ur
X CO
O
o O
Z
J Il T
Ha
MATERIAL DESCRIPTION
%,
Brown CLAY with gravel and limestone
�/
fragments
4.25
16
50 18 32
i
3.0
11
_
Tan LIMESTONE
, 100/
7
_
0.50"
, 1000/
7
_5_
10
, 100/
7
1"
_
13.0
Gray LIMESTONE
15
15.0
, 100/
7
TEST BORING TERMINATED AT 15 FT
6.3u
20
25
30
35
5058 Brush Creek Rd.
BORING NO.:
11
IJoUES
Fort Worth, Texas 76119
Phone: 817-496-5600
Sheet 1 of 1
Fax:
817-496-5608
PROJECT
NO.:
W240918
www.alphatesting.com
Formerly Alpha Testing
Client:
FW Club LP
Location:
Fort Worth, Texas
Project:
Veale South
Surface Elevation:
Start Date:
5/14/2024 End Date:
5/14/2024
West:
Drilling Method: CONTINUOUS FLIGHT AUGER
North:
Hammer Drop
(lbs / in):
170 / 24
GROUND WATER OBSERVATIONS
m
-6
E—
m
V On Rods (ft): 8o
-05
s
Q
a
ZAfter Drilling (ft): DRY
o
3 Y
o o
a,
cn o, m o Q
c
v
-o a,
m
7After Hours (ft):
a
"
° - a
aN o"
3
(!)
Q
Ur
X
O
o O
Z
J Il T
I—d
MATERIAL DESCRIPTION
j
Dark Brown CLAY with gravel, calcareous
j
nodules and limestone fragments
18
48 19 29
2.0
—
Gray LIMESTONE with clay seams and
,
50/
10
layers
0.50"
5
,
0 50/'
9
10
,
100/
25
15
15.0
,
100/
30
TEST BORING TERMINATED AT 15 FT
I
20
25
30
35
5058 Brush Creek Rd.
BORING NO.:
13
r/0
Fort Worth, Texas 76119
Phone: 817-496-5600
Sheet 1 of 1
TM
Fax: 817-496-5608
PROJECT NO.:
W240918
www.alphatesting.com
Formerly Alpha Testing
Client:
FW Club LP
Location: Fort Worth, Texas
Project:
Veale South
Surface Elevation:
Start Date: 5/14/2024 End Date:
5/14/2024
West:
Drilling Method: CONTINUOUS FLIGHT AUGER
North:
Hammer Drop (lbs / in):
170 / 24
GROUND WATER OBSERVATIONS
m -6
E—
m
�7 On Rods (ft): NONE
T N
o
U�
-0
�� j
E C c
1
Q
a
ZAfter Drilling (ft): DRY
3 Y
o o o
s
a,
s > w c
cn o, m o Q v
-o a,
m
7After Hours (ft):
a
" ° - a
aN o"
3
(!)
Q
Ur
X
O
o O
Z
J Il T
I—d
MATERIAL DESCRIPTION
Brown CLAY with limestone fragments
and calcareous nodules
4.5+
13
58 19 39
2.0
_
Gray LIMESTONE
, 100/
10
1"
5
, 0 50/'
7
10
, 100/
7
0.50"
15
15.0
, 100/
7
TEST BORING TERMINATED AT 15 FT
6
20
25
30
35
5058 Brush Creek Rd.
BORING NO.:
14
UES.
Fort Worth, Texas 76119
Phone: 817-496-5600
Sheet 1 of 1
Wo
Fax: 817-496-5608
PROJECT
NO.:
W240918
www.alphatesting.com
Formerly Alpha Testing
Client:
FW Club LP
Location:
Fort Worth, Texas
Project:
Veale South
Surface Elevation:
Start Date: 5/15/2024 End Date:
5/15/2024
West:
Drilling Method: CONTINUOUS FLIGHT AUGER
North:
Hammer Drop
(lbs / in):
170 / 24
GROUND WATER OBSERVATIONS
m -6
E—
m
�7 On Rods (ft): NONE
T N
U�
�� j
E C c
Q
a
ZAfter Drilling (ft): DRY
o 3 Y
o o o
-0s
a,
s > w
cn o, m o Q
c
v
1
-o a,
m
7After Hours (ft):
a
" ° - a
aN o"
L M o
(!)
Q
Ur
X CO
O
o O
Z
J Il T
I—d
MATERIAL DESCRIPTION
Dark Brown CLAY
3.25
26
-
-
4.5+
19
67 21 46
_
4.0
5
Brown CLAY with gravel and calcareous
-
nodules
4.5+
19
-
-
4.5+
9
_
8.0
Tan LIMESTONE with clay seams and
-
10
layers
, 100/
13
0.50"
14.0
_
15
-LT
Tan LIMESTONE 15.0
, 100/
7
TEST BORING TERMINATED AT 15 FT
6.3u
20
25
30
35
5058 Brush Creek Rd. BORING NO.: 15Fort Worth, Texas 76119
Phone: 817-496-5600Wo Sheet 1 of 1
UEST.
Fax: 817-496-5608 PROJECT NO.: W240918
www.alphatesting.com
Formerly Alpha Testing
Client: FW Club LP Location: Fort Worth, Texas
Project: Veale South Surface Elevation:
Start Date: 5/15/2024 End Date: 5/15/2024 West:
Drilling Method: CONTINUOUS FLIGHT AUGER North:
Hammer Drop (lbs / in):
GROUND WATER OBSERVATIONS m -6 E— t m
> 2,ff
NONE T i m U� V5U) E E c a
�7 On Rods (ft): p 3 Y a> s w c
n a VAfter Drilling (ft): DRY a ow �� 00 u) a� mo �a 0 o
m 7After Hours (ft): " ° - a aN o" L M o
Q Ur X CO O o O J Il T (!)
�a Z
MATERIAL DESCRIPTION
Dark Brown CLAY
2.0 27
3.5 25
- 5 4.5+ 2.4 100 22
_ 6.0
Brown CLAY with gravel
- 4.0 22 63 21 42
_ 8.0
Tan CLAY with gravel and calcareous nodules
- 4.5+ 15
10
- - 4.5+ 16
15 15.0
TEST BORING TERMINATED AT 15 FT
20
25
30
35
Client:
Project:
Start Date:
Drilling Method:
5058 Brush Creek Rd. BORING NO.: 16
Fort Worth, Texas 76119 Sheet 1 of 1
Phone: 817-496-5600
(0 UEST.
Fax: 817-496-5608 PROJECT NO.: W246918
www.alphatesting.com
Formerly Alpha Testing
FW Club LP Location: Fort Worth, Texas
Veale South Surface Elevation:
5/15/2024 End Date: 5/15/2024 West:
CONTINUOUS FLIGHT AUGER North:
0)
GROUND WATER OBSERVATIONS
VOn Rods (ft): NONE
ZAfter Drilling (ft): DRY
o
7After Hours (ft):
MATERIAL DESCRIPTION
Dark Brown CLAY with gravel, limestone
�j
fragments and calcareous nodules
5
Tan LIMESTONE
10
151
Gray LIMESTONE
TEST BORING TERMINATED AT 15 FT
20
25
30
35
Hammer Drop (lbs / in):
170 / 24
o.S
a
E
a)
I
o
_
x
`o
U�
E
8-1
a
��
of
�o)
u) a�
mo
�a
O
a
E
o�
U�
o4
d
9 C
N
aN
0 -'
(�
s
,V 3
U
x�
'
o�
��_
o a
J
o
(n
I- d
d
Z
4.5+
20
4.25
19
43
18
25
4.0
100/
1"
100/
1"
14.0
15.0 , 100/
6.3u'
Wo
KEY TO SOIL SYMBOLS
E S TM AND CLASSIFICATIONS
Formerly Alpha Testing
SOIL & ROCK SYMBOLS
RELATIVE DENSITY OF COHESIONLESS SOILS (blows/ft)
®
(CH), High Plasticity CLAY
VERY LOOSE 0 TO 4
®
(CL), Low Plasticity CLAY
LOOSE 5 TO 10
MEDIUM 11 TO 30
(SC), CLAYEY SAND
DENSE 31 TO 50
VERY DENSE OVER 50
(SP), Poorly Graded SAND
(SW), Well Graded SAND
SHEAR STRENGTH OF COHESIVE SOILS (tsfl
(SM), SILTY SAND
VERY SOFT LESS THAN 0.25
SOFT 0.25 TO 0.50
IN(ML),
SILT
FIRM 0.50 TO 1.00
STIFF 1.00 TO 2.00
®
(MH), Elastic SILT
VERY STIFF 2.00 TO 4.00
HARD OVER 4.00
19
LIMESTONE
RELATIVE DEGREE OF PLASTICITY (PI)
®
SHALE / MARL
LOW 4 TO 15
SANDSTONE
MEDIUM 16 TO 25
HIGH 26 TO 35
o
(GP), Poorly Graded GRAVEL
VERY HIGH OVER 35
(GW), Well Graded GRAVEL
®
(GC), CLAYEY GRAVEL
RELATIVE PROPORTIONS (%)
W
(GM), SILTY GRAVEL
n(OL),
ORGANIC SILT
TRACE 1 TO 10
LITTLE 11 TO 20
SOME 21 TO 35
(OH), ORGANIC CLAY
AND 36 TO 50
1♦
S
SAMPLING SYMBOLS
PARTICLE SIZE IDENTIFICATION (DIAMETER)
■SHELBY
TUBE (3" OD except where
BOULDERS
8.0" OR LARGER
noted otherwise)
COBBLES
3.0" TO 8.0"
SPLIT SPOON (2" OD except where
COARSE GRAVEL
0.75' TO 3.0"
noted otherwise)
FINE GRAVEL
5.0 mm TO 3.0"
®
AUGER SAMPLE
COURSE SAND
2.0 mm TO 5.0 mm
❑
TEXAS CONE PENETRATION
MEDIUM SAND
FINE SAND
0.4 mm TO 5.0 mm
0.07 mm TO 0.4 mm
❑SILT
ROCK CORE (2" ID except where
CLAY
0.002 mm TO 0.07 mm
LESS THAN 0.002 mm
noted otherwise)
//I UES'.
June 25, 2024
FW Club LP
4001 Maple Avenue, Suite 270
Dallas, Texas 75129
Attention: Mr. Ryan Burgess
Re: Public Pavement Recommendations
Veale South
Off Highway 377
Fort Worth, Texas
UES Report No. W240918-A
Environmental
Geotechnical 'Engineering
Materials Testing
Field Inspections & Code Compliance
Geophysical Technologies
Submitted herein are the recommended pavement sections for the selected proposed public
streets. The proposed streets are generally located north of Highway 377 and west of Hawkins
Home Boulevard in Fort Worth, Texas. This study was authorized by Mr. Taylor Baird on June 7,
2024 and performed in accordance with UES Proposal No. 104194-rev3 dated June 6, 2024.
Boring 25 was not accessible at the time of this study due to difficult site conditions. The report
will be updated once this boring is accessible and drilled. Reports for amenity buildings and water
line utilities will be issued under separate reports which will reference Borings 1 through 7, 8
through 16 and 42).
The purpose of this study is to develop pavement sections for the planned streets. We
understand the pavement will be constructed in accordance with the City of Fort Worth
Pavement Design Manual (January 2015). We understand the proposed streets could be
classified as "Residential -Urban", "Collector" or "Arterial", as described in the referenced
manual.
PURPOSE AND SCOPE
The purpose of this geotechnical exploration is for UES PROFESSIONAL SOLUTIONS 44, LLC (UES)
to evaluate for FW Club LP (Client) some of the physical and engineering properties of subsurface
materials at selected locations on the subject site with respect to formulation of appropriate
geotechnical design parameters for the proposed pavement. The field exploration was
accomplished by securing subsurface samples from widely spaced test borings performed across
the expanse of the site. Engineering analyses were performed from results of the field
exploration and results of laboratory tests performed on representative samples.
5058 Brush Creek Rd I Fort Worth, TX 761191 ph 817-496-5600
TeamUES.com
Also included are general comments pertaining to reasonably anticipated construction problems
and recommendations concerning earthwork and quality control testing during construction.
This information can be used to evaluate subsurface conditions and to aid in ascertaining
construction meets project specifications.
Recommendations provided in this report were developed from information obtained in test
borings depicting subsurface conditions only at the specific boring locations and at the particular
time designated on the logs. Subsurface conditions at other locations may differ from those
observed at the boring locations, and subsurface conditions at the boring locations may vary at
different times of the year. The scope of work may not fully define the variability of subsurface
materials and conditions that are present on the site.
The nature and extent of variations between borings may not become evident until construction.
If significant variations then appear evident, our office should be contacted to re-evaluate our
recommendations after performing on -site observations and possibly other tests.
14191► 1►1rile1: &O2:1:14161 MILTA 1I►UJ_111I M 0M
Table A contains a summary of pavement section requirements for proposed streets at the
subject project.
TABLE A
Summary of Pavement Section Requirements
Street Classification Residential -Urban Collector Arterial
PCC Pavement Thickness(in) placed
on lime stabilized subgrade soil
28-day Concrete Compressive Strength (psi)
Subgrade Treatment
Application Rate (Ibs per sq yd)
Reinforcing Bar No.
Reinforcing Bar Spacing (in)
6 7% 10
3,600 3,600 3,600
6 inches Lime 8 inches8 inches Lime
Lime
30 36 36
3 3 4
18 18 18
Further recommendations and analyses used to develop the summary in Table A are provided
further in this report.
FIELD EXPLORATION
Subsurface conditions on the site were explored by drilling a total of 24 test borings drilled to
depths of about 10 ft to 30 ft. The test borings were performed in general accordance with ASTM
D 420 using standard rotary drilling equipment. The approximate location of each boring is
shown on the attached Boring Location Plan, Figure 1.
Subsurface types encountered during the field exploration are presented on the attached Log of
Boring sheets (boring logs). These boring logs contain our Field Technician's and Engineer's
interpretation of conditions believed to exist between actual samples retrieved. Therefore, the
boring logs contain both factual and interpretive information. Lines delineating subsurface strata
on the boring logs are approximate and the actual transition between strata may be gradual.
LABORATORY TESTS
Selected samples of the subsurface materials were tested in the laboratory to evaluate their
engineering properties as a basis in providing recommendations for pavement sections design
and earthwork construction. The following laboratory tests were performed to facilitate
pavement section recommendations:
• Moisture Content (ASTM D 2216)
• Atterberg-Limits (ASTM D 4318)
• Unconfined Compressive Strength (ASTM D 2166)
• Sulfate Content (TX-145-E Part II)
• Lime Series (Plasticity Index vs. Lime Content)
GENERAL SUBSURFACE CONDITIONS
Based on geological atlas maps available from the Bureau of Economic Geology, published by the
University of Texas at Austin, the project site lies within the mapped interface of the Duck Creek
Limestone formation, the Kiamichi formation and the undivided Goodland Limestone and Walnut
Clay formation. These formations generally consist of limestone with marl (limey shale) layers.
Residual overburden soils associated with these formations generally consist of clay soils with
low to high shrink/swell potential. Subsurface conditions at geological interfaces can be highly
variable as indicated on the attached boring logs.
Subsurface conditions encountered in most of the borings generally consisted of clay, shaly clay,
clayey gravel, sandy clay and/or clayey sand to depths of about 1 ft to 10 ft below the ground
surface underlain by weathered limestone, limestone and/or shale extending to the 10 ft, 15 ft,
20 ft or 30 ft termination depths of the borings. More detailed stratigraphic information is
presented on the attached Log of Boring sheets.
The granular soils (clayey sand and clayey gravel) encountered in the borings are considered
relatively permeable and are expected to have a relatively rapid response to water movement.
However, the clay, sandy clay, shaly clay, limestone and shale encountered in the borings are
considered relatively impermeable and are expected to have a relatively slow response to water
movement. Therefore, several days of observation would be required to evaluate actual
groundwater levels within the depths explored. Also, the groundwater level at the site is
anticipated to fluctuate seasonally depending on the amount of rainfall, prevailing weather
conditions and subsurface drainage characteristics.
Free groundwater was encountered on drilling tools during drilling in Borings 27 and 33 at depths
of about 6 ft and 19 ft below the ground surface, respectively. The open boreholes were dry
immediately upon completion of drilling in these borings. No groundwater was encountered in
the remaining borings. However, it is common to encounter seasonal groundwater in granular
materials, from natural fractures within the clayey matrix, at the soil/rock (limestone) interface
and from fractures within the rock, particularly during or after periods of precipitation. If more
detailed groundwater information is required, monitoring wells or piezometers can be installed.
Further information concerning subsurface materials and conditions encountered can be
obtained from the attached boring logs.
aONlei 10 14 4.11 '! [CV-11 L1 M WM RWA 0111:1X4L01k1r,ILTA 1401D7_119lei 0 V
Calculations used to determine the required pavement thickness are based only on the physical
and engineering properties of the materials and conventional thickness determination
procedures. Related civil design factors such as subgrade drainage, shoulder support, cross -
sectional configurations, surface elevations, joint design and environmental factors will
significantly affect the service life and must be included in preparation of the construction
drawings and specifications but were not included in the scope of this study. Normal periodic
maintenance will be required for all pavement to achieve the design life of the pavement system.
Pavement Subgrade Preparation
Based on review of the borings and a "heat map" grading exhibit provided by the client, we
expect the pavement subgrade could consist of clay soils, limestone or similar onsite materials
used for grading the site. Since the subgrade conditions and required treatments could vary
along the proposed road alignment, UES should be retained to observe construction to verify
conditions are as expected. Also, we should be provided with the final grading plan for review
prior to construction to verify or modify in writing the recommendations contained in this report.
The exposed clayey surface soils should be scarified to a depth of 6 inches and 8 inches for
Residential Urban and Collector/Arterial streets, respectively and mixed with a minimum 30 Ibs
per sq yard of hydrated lime (by dry soil weight) for Residential Urban streets and 36 Ibs per sq
yard for Collector and Arterial streets in conformance with TxDOT Standard Specifications Item
260. The recommended application rate for Residential Urban streets is the minimum required
by the City of Fort Worth. The recommended application rate equates to about 6 percent based
on a dry soil unit weight of 100 pcf. The results of lime series tests performed on representative
clay samples are attached (Figure 2).
We recommend lime stabilization procedures extend at least 1 ft beyond the edge of the
pavement to reduce effects of seasonal shrinking and swelling upon the extreme edges of
pavement. The soil -lime mixture should be compacted to at least 95 percent of standard Proctor
maximum dry density (ASTM D 698) and within the range of 0 to 4 percentage points above the
mixture's optimum moisture content. In all areas where hydrated lime is used to stabilize
subgrade soil, routine Atterberg-limit tests should be performed to verify the resulting plasticity
index of the soil -lime mixture is at or below 15.
Where the pavement subgrade consists of limestone, lime stabilization is not required. Cuttings
from lime stabilized clay, cuttings from limestone excavations or flexible base material can be
used as a leveling course to provide a smooth subgrade where the pavement subgrade consists
of limestone.
Mechanical lime stabilization of the pavement subgrade soil will not prevent normal seasonal
movement of the underlying untreated materials. Pavement and other flatwork constructed at
final grades as could experience soil -related potential seasonal movements up to about 4 inches
as discussed in the referenced foundation report. Potential seasonal movements are discussed
in more detail in UES Report No. W240918.
California Bearing Ratio (CBR) tests were not performed for this specific project. However, based
on our experience in the area and similar conditions, the CBR value for the natural clay soil is
estimated to be about 2 to 3. Following improvement with lime, the CBR value for the lime
stabilized clayey soils is expected to be at least 10.
Portland Cement Concrete Pavement Section
Using the 1993 AASHTO pavement design procedures (WinPAS computer program distributed by
American Concrete Pavement Association), the following design parameters were used in
analyses of the PCC pavement section.
• Compressive strength of concrete
• Modulus of Elasticity
• Modulus of Rupture
• Modulus of Subgrade Reaction*
• Load Transfer Co -efficient
• Drainage Coefficient
• Initial PSI
• Terminal PSI for
3,600 psi at 28 days
4,000,000 psi
620 psi
280 pci
3.0
1.0
4.5
2.0 (Residential Urban)
2.25 (Collector)
2.5 (Arterial)
• Standard Deviation 0.39
• Reliability 85 percent
*Modulus of subgrade reaction is based on a lime stabilized subgrade or graded limestone
subgrade as discussed in the previous Pavement Subgrade Preparation section.
Design parameters used for our analysis are based on our experience with typical street design
in north Texas. If the streets have different design tolerances or if the expected traffic volume is
higher than supported by the recommended pavement section, our office should be contacted
to re-evaluate our recommendations.
Using the Street Classification of "Residential -Urban" as described in the referenced Fort Worth
Pavement Design Manual, it is estimated annual traffic volume will be about 35,000 Equivalent
Single Axle Loads (ESALs) in one direction over a 25-year design life with 0.5 percent annual traffic
growth. Based on this, we estimate the cumulative ESALs over the design life of the Residential
Urban street pavement to be about 930,000.
Using the Street Classification of "Collector" as described in the referenced Fort Worth Pavement
Design Manual, the annual traffic volume will be about 100,000 Equivalent Single Axle Loads
(ESALs) in one direction over a 25-year design life with 1.5 percent annual traffic growth. Based
on this, we estimate the cumulative ESALs over the design life of the pavement to be about
3,000,000.
Using the Street Classification of "Arterial" as described in the referenced Fort Worth Pavement
Design Manual, the annual traffic volume will be about 300,000 Equivalent Single Axle Loads
(ESALs) in one direction over a 30-year design life with 2.5 percent annual traffic growth. Based
on this, we estimate the cumulative ESALs over the design life of the pavement to be about
13,000,000.
If the actual expected traffic volume is different than used for our analysis herein, our office
should be provided with the actual expected traffic volume so that we can re-evaluate our
recommendations.
Based on the subgrade preparations recommended herein, the projected traffic volume and
stated design parameters, a minimum 6-inch section of Portland cement concrete is required for
Residential Urban classified streets, a minimum 7%-inch section of Portland cement concrete is
required for Collector classified streets and a minimum 10-inch section of Portland cement
concrete is required for Arterial classified streets at this project.
PCC should have a minimum 3,600 psi compressive strength at 28 days. The concrete section
should be placed over a properly prepared subgrade as discussed herein. Concrete should be
designed with 4.5 ± 1.5 percent entrained air. Joints in concrete paving should not exceed 15 ft.
Reinforcing steel for concrete pavement could consist of No. 3 bars at 18 inches on center in each
direction.
Drainage and Maintenance
Routine maintenance, including sealing of cracks and joints should be performed over the life of
the pavement. Adequate drainage should be provided to reduce seasonal variations in the
moisture content of subgrade soils. Maintaining positive surface drainage throughout the life
of the pavement is essential.
Soluble Sulfates
A total of four (4) samples obtained from the borings were tested for soluble sulfate
concentrations. Results of the laboratory testing (TxDOT Test Method TEX-145-E Part II) are
summarized in Table B.
Sample Boring Depth,
No. No. ft
TABLE B
Soluble Sulfates
Material Type
Dark Brown CLAY with gravel and
1 23
0-2
limestone fragments
Brown CLAY with limestone fragments
2 31
0-2
and calcareous nodules
Dark Brown CLAY with limestone
3 33
0-2
fragments and cobbles
Dark Brown CLAY with limestone
4 38
0-2
fragments and cobbles
Soluble Sulfate,
mg/Kg (ppm)
83
102
92
61
Based on the results of laboratory testing, the soluble sulfate content measured in the samples
tested is considered relatively low (<3,000 ppm). It should be noted that concentrations of
soluble sulfates in soil are typically very localized and concentrations in other areas of the site
could vary significantly. Therefore, it is recommended sulfate sampling/testing be performed
along the pavement subgrade during construction. During construction, experienced
geotechnical personnel should make close observations for possible sulfate reactions.
GENERAL CONSTRUCTION PROCEDURES AND RECOMMENDATIONS
Variations in subsurface conditions could be encountered during construction. To permit
correlation between test boring data and actual subsurface conditions encountered during
construction, it is recommended a registered Professional Engineering firm be retained to
observe construction procedures and materials.
Some construction problems, particularly degree or magnitude, cannot be reasonably
anticipated until the course of construction. The recommendations offered in the following
paragraphs are intended not to limit or preclude other conceivable solutions, but rather to
provide our observations based on our experience and understanding of the project
characteristics and subsurface conditions encountered in the borings.
Site Preparation and Grading
Limestone was encountered within 4 ft of the ground surface in several of the borings. We expect
limestone will be encountered during grading and general excavation at this site. From our
experience, this limestone can be hard and difficult to excavate. Rock excavation methods
(including, but not limited to rock teeth, rippers, jack hammers, or sawcutting) may be required
to remove the limestone. Crushing equipment may be required to process this limestone if it is
desired to use this material as compacted fill on the site. The contractor selected should have
experience with excavation in hard limestone.
All areas supporting pavement or areas to receive new fill should be properly prepared.
• After completion of the necessary stripping, clearing, and excavating and prior to placing
any required fill, the exposed subgrade should be carefully evaluated by probing and
testing. Any undesirable material (organic material, wet, soft, or loose soil) still in place
should be removed.
• The exposed subgrade should be further evaluated by proof -rolling with a heavy
pneumatic tired roller, loaded dump truck or similar equipment weighing approximately
25 tons to check for pockets of soft or loose material hidden beneath a thin crust of
possibly better soil.
• Proof -rolling procedures should be observed routinely by a Professional Engineer or his
designated representative. Any undesirable material (organic material, wet, soft, or loose
soil) exposed from the proof -roll should be removed and replaced with well -compacted
material as outlined in the Fill Compaction section.
• Prior to placement of any fill, the exposed subgrade should then be scarified to a
minimum depth of 6 inches and recompacted as outlined in the Fill Compaction section.
If fill is to be placed on existing slopes (natural or constructed) steeper than six horizontal to one
vertical (6:1), the fill materials should be benched into the existing slopes in such a manner as to
provide a minimum bench width of five (5) ft. This should provide a good contact between the
existing soils and new fill materials, reduce potential sliding planes, and allow relatively horizontal
lift placements.
Even if fill is properly compacted as recommended in the Fill Compaction section, fills in excess
of about 10 ft are still subject to settlements over time of up to about 1 to 2 percent of the total
fill thickness. This should be considered when planning or placing deep fills.
Slope stability analysis of embankments (natural or constructed) and global stability analysis for
retaining walls was not within the scope of this study.
The contractor is responsible for designing any excavation slopes, temporary sheeting or shoring.
Design of these structures should include any imposed surface surcharges. Construction site
safety is the sole responsibility of the contractor, who shall also be solely responsible for the
means, methods and sequencing of construction operations. The contractor should also be
aware that slope height, slope inclination or excavation depths (including utility trench
excavations) should in no case exceed those specified in local, state and/or federal safety
regulations, such as OSHA Health and Safety Standard for Excavations, 29 CFR Part 1926, or
successor regulations. Stockpiles should be place well away from the edge of the excavation and
their heights should be controlled so they do not surcharge the sides of the excavation. Surface
drainage should be carefully controlled to prevent flow of water over the slopes and/or into the
excavations. Construction slopes should be closely observed for signs of mass movement,
including tension cracks near the crest or bulging at the toe. If potential stability problems are
observed, a geotechnical engineer should be contacted immediately. Shoring, bracing or
underpinning required for the project (if any) should be designed by a professional engineer
registered in the State of Texas.
Due to the nature of the clayey and sandy soils found near the surface at most of the borings,
traffic of heavy equipment (including heavy compaction equipment) may create pumping and
general deterioration of shallow soils. Therefore, some construction difficulties should be
anticipated during periods when these soils are saturated.
Fill Compaction
The following compaction recommendations pertain to general filling and site grading. The
pavement subgrade should be prepared as discussed in the Pavement Subgrade Preparation
section.
Clay soils with a plasticity index equal to or greater than 25 should be compacted to a dry density
between 93 and 98 percent of standard Proctor maximum dry density (ASTM D 698). The
compacted moisture content of the clays during placement should be within the range of 2 to 6
percentage points above optimum.
Clay soils with a plasticity index less than 25 should be compacted to a dry density of at least 95
percent of standard Proctor maximum dry density (ASTM D 698) and within the range of 1
percentage point below to 3 percentage points above the material's optimum moisture content.
Clayey soils used as fill should be processed and the largest particle or clod should be less than 6
inches prior to compaction.
Processed limestone used as fill should be compacted to at least 95 percent of standard Proctor
maximum dry density. The compacted moisture content of the processed limestone is not
considered crucial to proper performance. However, if the material's moisture content during
placement is within 3 percentage points of optimum, the compactive effort required to achieve
the minimum compaction criteria may be minimized. Individual rock pieces larger than 6 inches
in dimension should not be used as fill. However, if rock fill is utilized within 3 ft below the bottom
of floor slabs, the maximum allowable size of individual rock pieces should be reduced to 3 inches.
Processed limestone used as fill should incorporate sufficient fines to prevent the presence of
voids around larger diameter rock pieces. A gradation of at least 40 percent passing a standard
No. 4 sieve is recommended.
Where mass fills or utility lines are deeper than 10 ft, the fill/backfill below 10 ft should be
compacted to at least 100 percent of standard Proctor maximum dry density (ASTM D 698) and
within — 2 to +2 percentage points of the material's optimum moisture content. The portion of
the fill/backfill shallower than 10 ft should be compacted as outlined herein.
Compaction should be accomplished by placing fill in about 8-inch thick loose lifts and
compacting each lift to at least the specified minimum dry density. Field density and moisture
content tests should be performed on each lift.
Even if fill is properly compacted, fills in excess of about 10 ft are still subject to settlements over
time of up to about 1 to 2 percent of the total fill thickness. This should be considered when
designing utility lines under pavements and/or wall backfill.
Utilities
Where utility lines are deeper than 10 ft, the fill/backfill below 10 ft should be compacted to at
least 100 percent of standard Proctor maximum dry density (ASTM D 698) and within —2 to +2
percentage points of the material's optimum moisture content. The portion of the fill/backfill
shallower than 10 ft should be compacted as previously outlined. Density tests should be
performed on each lift (maximum 12-inch thick) and should be performed as the trench is being
backfilled.
Even if fill is properly compacted, fills in excess of about 10 ft are still subject to settlements over
time of up to about 1 to 2 percent of the total fill thickness. This should be considered when
designing pavement over utility lines and/or other areas with deep fill.
If utility trenches or other excavations extend to or beyond a depth of 5 ft below construction
grade, the contractor or others shall be required to develop an excavation safety plan to protect
personnel entering the excavation or excavation vicinity. The collection of specific geotechnical
data and the development of such a plan, which could include designs for sloping and benching
or various types of temporary shoring, is beyond the scope of this study. Any such designs and
safety plans shall be developed in accordance with current OSHA guidelines and other applicable
industry standards.
Groundwater
Free groundwater was encountered in Borings 27 and 33 at depths of about 6 ft and 19 ft below
the ground surface, respectively. However, from our experience, shallower groundwater
seepage could be encountered from the subsurface stratigraphy in excavations for pavement,
utilities and other general excavations at this site. The risk of seepage increases with depth of
excavation and during or after periods of precipitation. Standard sump pits and pumping may be
adequate to control seepage on a local basis.
In any areas where cuts are made, attention should be given to possible seasonal water seepage
that could occur through natural cracks and fissures in the newly exposed stratigraphy. The risk
of seepage is increased where limestone is exposed in excavations and slopes or is near final
grade. In these areas subsurface drains may be required to intercept seasonal groundwater
seepage. The need for these or other dewatering devices should be carefully addressed during
construction. Our office could be contacted to visually observe final grades to evaluate the need
for such drains.
LIMITATIONS
Professional services provided in this geotechnical exploration were performed, findings
obtained, and recommendations prepared in accordance with generally accepted geotechnical
engineering principles and practices. The scope of services provided herein does not include an
environmental assessment of the site or investigation for the presence or absence of hazardous
materials in the soil, surface water or groundwater. UES, upon written request, can be retained
to provide same.
UES is not responsible for conclusions, opinions or recommendations made by others based on
this data. Information contained in this report is intended for the exclusive use of the Client (and
their designated design representatives), and is related solely to design of the specific structures
outlined on the cover page of this report. No party other than the Client (and their designated
design representatives) shall use or rely upon this report in any manner whatsoever unless such
party shall have obtained UES's written acceptance of such intended use. Any such third party
using this report after obtaining UES's written acceptance shall be bound by the limitations and
limitations of liability contained herein, including UES's liability being limited to the fee paid to it
for this report. Recommendations presented in this report should not be used for design of any
other structures except those specifically described in this report. In all areas of this report in
which UES may provide additional services if requested to do so in writing, it is presumed that
such requests have not been made if not evidenced by a written document accepted by UES.
Further, subsurface conditions can change with passage of time. Recommendations contained
herein are not considered applicable for an extended period of time after the completion date of
this report. It is recommended our office be contacted for a review of the contents of this report
for construction commencing more than one (1) year after completion of this report. Non-
compliance with any of these requirements by the Client or anyone else shall release UES from
any liability resulting from the use of, or reliance upon, this report.
Recommendations provided in this report are based on our understanding of information
provided by the Client about characteristics of the project. If the Client notes any deviation from
the facts about project characteristics, our office should be contacted immediately since this may
materially alter the recommendations. Further, UES is not responsible for damages resulting
from workmanship of designers or contractors and it is recommended the Owner retain qualified
personnel, such as a Geotechnical Engineering firm, to verify construction is performed in
accordance with plans and specifications.
CLOSURE
All recommendations in the referenced geotechnical report remain unchanged unless specifically
modified herein. We appreciate the opportunity to be of service. Please contact us with any
questions or comments.
Sincerely,
UES PROFESSIONAL SOLUTIONS 44, LLC
� � I
Karina Cohuo
Geotechnical Project Manager
KC/BJH/dt
Copies: (1-PDF) Client
Attachments: Boring Location Plan — Figure 1
Mechanical Lime Series — Figure 2
WinPAS Analysis Results
Log of Borings
Key to Soil Symbols and Classifications
4 � *
Bryan J. Hoyt, P.E.
Area Managing Director
B-16
B-15 =ice
B-14:.
~a_ i ,R I•�'�j]]5+��-�`� •ti B-1
.` �• is .r' ��� _ �:,..�.
y1L \a �•• ti�C m '. f f _ fr �• . r L-KE
r. f B-13
-42
Z. B-35r B-12
B-3- f B-36 -
B-25
r1 B-4I
B 4 n� B-40 r q B-38 B- j7 e-11
f e `
TTr .pp 3
• I ga ° ar r _ B-24 ".o
B-31� B-28 B-22
"i.` I J:'•' ■ L ,.,I$ ' Cful , �r
BI—
B-20 B-29
B-214 j
1 � { {� nki
,. B-5 B-9
`BCH
[• 1'1 �x �.1 � -�T � a e'er B-1�,�ii::i
B-18�
PUBLIC PAVEMENT RECOMMENDATIONS BORINGS NOT DRILLED
VEALE SOUTH ' UES-�-
PAVEMENT BORINGS
OFF HIGHWAY 377 formerly Alpha Testing
FORT WORTH, TEXAS AMENITY BUILDINGS AND
UES PROJECT NO. W240918-A FIGURE 1 WATERLINE BORINGS
BORING LOCATION PLAN
r/0 TM
Formerly Alpha Testing
Geotechnical • Construction Materials • Environmental • TBPE Firm No. 813
REPORT OF MECHANICAL LIME SERIES RESULTS
Project No: W240918
Date: 05/24/24
% Lime 0% 4% 6% 8% 10%
PI 38 18 13 10 8
70
65
60
55
50
45
40
a 35
30
25
20
15
10
5
0
0% 1% 2% 3% 4% 5% 6% 7% 8% 9% 10% 11% 12% 13% 14% 15%
Percent Dry Weight of Lime
Figure 2
Win PAS
Pavement Thickness Design According to
1993 AASHTO Guide for Design of Pavements Structures
American Concrete Pavement Association
Rigid Design Inputs
Agency:
City of Fort Worth
Company:
Alpha Testing Inc.
Contractor:
Project Description:
Residential Pavement Analysis
Location:
Fort Worth, TX
Rigid Pavement Design/Evaluation
PCC Thickness
5.91
inches
Load Transfer, J
Design ESALs
930,000
Mod. Subgrade Reaction, k
Reliability
85.00
percent
Drainage Coefficient, Cd
Overall Deviation
0.39
Initial Serviceability
Modulus of Rupture
620
psi
Terminal Serviceability
Modulus of Elasticity
4,000,000
psi
Modulus of Subqrade Reaction (k-value) Determination
Resilient Modulus of the Subgrade 0.0 psi
Resilient Modulus of the Subbase 0.0 psi
Subbase Thickness 0.00 inches
Depth to Rigid Foundation 0.00 feet
Loss of Support Value (0,1,2,3) 0.0
Modulus of Subgrade Reaction 280.00 psi/in
3.00
280 psi/in
1.00
4.50
2.00
Thursday, April 23, 2015 1:12:04PM Engineer:
Win PAS
Pavement Thickness Design According to
1993 AASHTO Guide for Design of Pavements Structures
American Concrete Pavement Association
Rigid Design Inputs
Agency: City of Fort Worth
Company: Alpha Testing Inc.
Contractor:
Project Description: Collector Pavement Analysis
Location: Fort Worth, TX
Rigid Pavement Design/Evaluation
PCC Thickness
7.52 inches
Load Transfer, J
Design ESALs
3,000,000
Mod. Subgrade Reaction, k
Reliability
85.00 percent
Drainage Coefficient, Cd
Overall Deviation
0.39
Initial Serviceability
Modulus of Rupture
620 psi
Terminal Serviceability
Modulus of Elasticity
4,000,000 psi
Modulus of Subqrade Reaction (k-value) Determination
Resilient Modulus of the Subgrade 0.0 psi
Resilient Modulus of the Subbase 0.0 psi
Subbase Thickness 0.00 inches
Depth to Rigid Foundation 0.00 feet
Loss of Support Value (0,1,2,3) 0.0
Modulus of Subgrade Reaction 280.00 psi/in
3.00
280 psi/in
1.00
4.50
2.25
Thursday, April 23, 2015 1:11:04PM Engineer:
Win PAS
Pavement Thickness Design According to
1993 AASHTO Guide for Design of Pavements Structures
American Concrete Pavement Association
Rigid Design Inputs
Agency:
City of Fort Worth
Company:
Alpha Testing Inc.
Contractor:
Project Description:
Arterial Pavement Analysis
Location:
Fort Worth, TX
Rigid Pavement Design/Evaluation
PCC Thickness
9.87 inches
Load Transfer, J
Design ESALs
13,000,000
Mod. Subgrade Reaction, k
Reliability
85.00 percent
Drainage Coefficient, Cd
Overall Deviation
0.39
Initial Serviceability
Modulus of Rupture
620 psi
Terminal Serviceability
Modulus of Elasticity
4,000,000 psi
Modulus of Subqrade Reaction (k-value) Determination
Resilient Modulus of the Subgrade 0.0 psi
Resilient Modulus of the Subbase 0.0 psi
Subbase Thickness 0.00 inches
Depth to Rigid Foundation 0.00 feet
Loss of Support Value (0,1,2,3) 0.0
Modulus of Subgrade Reaction 280.00 psi/in
3.00
280 psi/in
1.00
4.50
2.50
Thursday, April 23, 2015 1:09:59PM Engineer:
Client:
Project:
Start Date:
Drilling Method:
5058 Brush Creek Rd. BORING NO.: 17
Fort Worth, Texas 76119
(0
Phone: 817-496-5600 Sheet 1 of 1
UESTm
Fax: 817-496-5608 PROJECT NO.: W240918
www.alphatesting.com
Formerly Alpha Testing
FW Club LP Location: Fort Worth, Texas
Veale South Surface Elevation:
5/13/2024 End Date: 5/13/2024 West:
CONTINUOUS FLIGHT AUGER North:
0)
GROUND WATER OBSERVATIONS
VOn Rods (ft): NONE
ZAfter Drilling (ft): DRY
o
7After Hours (ft):
MATERIAL DESCRIPTION
Dark Brown CLAY with limestone fragments
Tan LIMESTONE with clay seams and
layers
_5
10
TEST BORING TERMINATED AT 10 FT
15
20
25
30
35
Hammer Drop (lbs / in):
170 / 24
o.S
a
E
a)
I
o
_
x
�
,V
�
Ho
2.0 2.5 30 67 22 45
100/ 20
2"
100/ 9
1"
10.0 , 100/ 11
1-
5058 Brush Creek Rd.
BORING NO.:
18
I10U E S.
Fort Worth, Texas 76119
Phone: 817-496-5600
Sheet 1 of 1
Fax: 817-496-5608
PROJECT
NO.:
W240918
www.alphatesting.com
Formerly Alpha Testing
Client:
FW Club LP
Location:
Fort Worth, Texas
Project:
Veale South
Surface Elevation:
Start Date: 5/13/2024 End Date:
5/13/2024
West:
Drilling Method: CONTINUOUS FLIGHT AUGER
North:
Hammer Drop
(lbs / in):
170 / 24
GROUND WATER OBSERVATIONS
m -6
E—
m
�7 On Rods (ft): NONE
T N
U�
�� j
E C
-
c
Q
a
ZAfter Drilling (ft): DRY
o 3 Y
o o o
-0s
a,
s > w
cn o, m o Q
c
v
1
-o
=
a,
m
7After Hours (ft):
a
" ° - a
aN o"
L M
o
(!)
Q
Ur
X CO
O
o O
Z
J Il T
I—d
MATERIAL DESCRIPTION
Dark Brown CLAY
3.0
27
_
2.0
Brown CLAY with gravel and calcareous
nodules
4.25
18
62 20 42
0.0
4.0
_
5
Tan SANDY CLAY with calcareous nodules
-
3.25
2.75
58
16
18
_
7.0
Tan LIMESTONE
100/
7
0
10
10.0
100/
5
TEST BORING TERMINATED AT 10 FT
6.3u
15
20
25
30
35
5058 Brush Creek Rd. BORING NO.: 19
Fort Worth, Texas 76119
Phone: 817-496-5600Wo Sheet 1 of 1
UESTm
Fax: 817-496-5608 PROJECT NO.: W249918
www.alphatesting.com
Formerly Alpha Testing
Client: FW Club LP Location: Fort Worth, Texas
Project: Veale South Surface Elevation:
Start Date: 5/13/2024 End Date: 5/13/2024 West:
Drilling Method: CONTINUOUS FLIGHT AUGER North:
Hammer Drop (lbs / in): 170 / 24
GROUND WATER OBSERVATIONS m -6 E— m
NONE T i m U� �'.� E E c a
�7On Rods (ft): p 3 Y a> s .V5� w c
n a VAfter Drilling (ft): DRY a ow �� 00 a� u) a� mo �a 0 o
m 7After Hours (ft): " ° - a aN o" 3
Q Ur X CO O o O J Il T (!)
�a Z
MATERIAL DESCRIPTION
Dark Brown CLAY with gravel
2.0 23 59 19 40
_ 2.0
Brown SANDY CLAY
3.0 1.2 52 99 18
4.0
5 Tan LIMESTONE 100/
0.50"
10 10.0 100/ 5
TEST BORING TERMINATED AT 10 FT 6
15
20
25
30
35
5058 Brush Creek Rd. BORING NO.: 20
r/0 UES. Fort Worth, Texas 76119 Sheet 1 of 1
Phone: 817-496-5600
Fax: 817-496-5608 PROJECT NO.: W240918
www.alphatesting.com
Formerly Alpha Testing
Client:
Project:
Start Date:
Drilling Method:
FW Club LP Location: Fort Worth, Texas
Veale South Surface Elevation:
5/15/2024 End Date: 5/15/2024 West:
CONTINUOUS FLIGHT AUGER North:
GROUND WATER OBSERVATIONS
0)
VOn Rods (ft): NONE
ZAfter Drilling (ft): DRY
o
7After Hours (ft):
MATERIAL DESCRIPTION
Brown CLAY with limestone fragments
and cobbles
Tan LIMESTONE with clay seams and
layers
5
Tan LIMESTONE
10
TEST BORING TERMINATED AT 10 FT
15
20
25
30
35
Hammer Drop (lbs / in):
170 / 24
o.S
a
E
a)
I
o
_
x
`o
U�
E
8-1
o9
�
Oo
aa
`—'
U
o
4
d
9C
N
aNE
,V 3
U
x
'o
�)�
Js
o
(n
I- d
d
Z
4.25
2.0
100/
0.50"
4.0
100/
0.50"
10.0 , 100/
I-
15 40 17 23
5058 Brush Creek Rd.
BORING NO.:
21
r/0UES.
Fort Worth, Texas 76119
Phone: 817-496-5600
Sheet 1 of 1
Fax: 817-496-5608
PROJECT NO.:
W240918
www.alphatesting.com
Formerly Alpha Testing
Client:
FW Club LP
Location: Fort Worth, Texas
Project:
Veale South
Surface Elevation:
Start Date: 5/14/2024 End Date:
5/14/2024
West:
Drilling Method: CONTINUOUS FLIGHT AUGER
North:
Hammer Drop (lbs / in): 170 / 24
GROUND WATER OBSERVATIONS
m -6
E—
m
�7 On Rods (ft): NONE
T N
o
U�
-0
�� j
E C c
1
Q
a
ZAfter Drilling (ft): DRY
3 Y
o o o
s
a,
s > w c
cn o, m o Q v
-o a,
m
7After Hours (ft):
a
" ° - a
aN o"
3
(!)
Q
Ur
X
O
o O
Z
J Il T
I—d
MATERIAL DESCRIPTION
Dark Brown CLAY with gravel and limestone
fragments
2.0
18
_
2.0
Tan LIMESTONE with clay seams and
15
layers
5
100/
15
1"
_
6.0
Tan LIMESTONE
10
10.0
, 100/
7
TEST BORING TERMINATED AT 10 FT
6.3u'
15
20
25
30
35
5058 Brush Creek Rd.
BORING NO.:
22
I10U E
Fort Worth, Texas 76119
Phone: 817-496-5600
Sheet 1 of 1
TM
Fax:
817-496-5608
PROJECT
NO.:
W240918
www.alphatesting.com
Formerly Alpha Testing
Client:
FW Club LP
Location:
Fort Worth, Texas
Project:
Veale South
Surface Elevation:
Start Date: 5/14/2024 End Date:
5/14/2024
West:
Drilling Method: CONTINUOUS FLIGHT AUGER
North:
Hammer Drop
(lbs / in):
170 / 24
GROUND WATER OBSERVATIONS
m
-6
E—
m
�7 On Rods (ft): NONE
T
o
N
U�
-0
�� j
E C c
1
Q
a
ZAfter Drilling (ft): DRY
o
3 Y
o o
s
a,
s > w
cn o, m o Q
c
v
-o a,
m
7After Hours (ft):
a
"
° - a
aN o"
L M o
(!)
Q
Ur
X CO
O
o O
Z
J Il T
I—d
MATERIAL DESCRIPTION
j
Dark Brown CLAY with gravel and limestone
fragments
4.25
19
48 20 28
2.0
Tan LIMESTONE with clay seams and
,
100/
12
layers
0.50"
4.0
_
5
Tan LIMESTONE
,
100/
9
1"
10
10.0
,
100/
6
TEST BORING TERMINATED AT 10 FT
6.3u'
15
20
25
30
35
5058 Brush Creek Rd.
BORING NO.:
23
I10U E
Fort Worth, Texas 76119
Phone: 817-496-5600
Sheet 1 of 1
TM
Fax: 817-496-5608
PROJECT NO.:
W240918
www.alphatesting.com
Formerly Alpha Testing
Client:
FW Club LP
Location: Fort Worth, Texas
Project:
Veale South
Surface Elevation:
Start Date: 5/14/2024 End Date:
5/14/2024
West:
Drilling Method: CONTINUOUS FLIGHT AUGER
North:
Hammer Drop (lbs / in): 170 / 24
GROUND WATER OBSERVATIONS
m -6
E
m
�7 On Rods (ft): NONE
T N
U�
�� j
E C c
Q
a
ZAfter Drilling (ft): DRY
o 3 Y
o o o
-0s
a,
s > w c
cn o, m o Q v
1
-o a,
m
7After Hours (ft):
a
" ° - a
aN o"
L M o
(!)
Q
Ur
X CO
O
o O
Z
J Il T
Ha
MATERIAL DESCRIPTION
Dark Brown CLAY with gravel and limestone
fragments
4.5+
13
2.0
_
Tan LIMESTONE with clay seams and
,
g
layers
5
, 100/
14
1"
10
10.0
, 88/
8
TEST BORING TERMINATED AT 10 FT
IL"
15
20
25
30
35
5058 Brush Creek Rd.
BORING NO.:
24
UES.
Fort Worth, Texas 76119
Phone: 817-496-5600
Sheet 1 of 1
Wo
Fax: 817-496-5608
PROJECT NO.:
W240918
www.alphatesting.com
Formerly Alpha Testing
Client:
FW Club LP
Location: Fort Worth, Texas
Project:
Veale South
Surface Elevation:
Start Date: 5/14/2024 End Date:
5/14/2024
West:
Drilling Method: CONTINUOUS FLIGHT AUGER
North:
Hammer Drop (lbs / in): 170 / 24
GROUND WATER OBSERVATIONS
m -6
E
m
�7 On Rods (ft): NONE
T N
o
U�
-0
�� j
E C c
1
Q
a
ZAfter Drilling (ft): DRY
3 Y
o o o
s
a,
s > w c
cn o, m o Q v
-o a,
m
7After Hours (ft):
a
" ° - a
aN o"
L M o
(!)
Q
Ur
X CO
O
o O
Z
J Il T
Ha
MATERIAL DESCRIPTION
Brown CLAY with limestone fragments
and boulders
13
2.0
_
Tan LIMESTONE
,
5
5
, 0 50/'
5
10
, 100/
7
1"
15
15.0
, 100/
9
TEST BORING TERMINATED AT 15 FT
I
20
25
30
35
5058 Brush Creek Rd. BORING NO.: 26
Fort Worth, Texas 76119
�10
Phone: 817-496-5600 Sheet 1 of 1
ES,-U Fax: 817-496-5608 PROJECT NO.: W246918
www.alphatesting.com
Formerly Alpha Testing
Client:
Project:
Start Date:
Drilling Method:
FW Club LP Location: Fort Worth, Texas
Veale South Surface Elevation:
5/23/2024 End Date: 5/23/2024 West:
CONTINUOUS FLIGHT AUGER North:
GROUND WATER OBSERVATIONS
0)
VOn Rods (ft): NONE
ZAfter Drilling (ft): DRY
o
7After Hours (ft):
MATERIAL DESCRIPTION
Dark Brown CLAYEY GRAVEL
_10_
15
20
25
30
35
Tan LIMESTONE
TEST BORING TERMINATED AT 15 FT
Hammer Drop (lbs / in):
170 / 24
o.S
a
E
a)
I
o
_
x
�
E
8-1-)
o
m
�
Oo
aa
E U
o
40-
9C
N
aN
0'
s
,V
�
o
J
Fxa
Ho
d
Z
I
3.0
,
100/
100/
1.001,
100/
0.50"
15.0 , 100/
6.3u
5058 Brush Creek Rd.
BORING NO.:
27
IJoU E
Fort Worth, Texas 76119
Phone: 817-496-5600
Sheet 1 of 1
T
Fax: 817-496-5608
PROJECT NO.:
W240918
www.alphatesting.com
Formerly Alpha Testing
Client:
FW Club LP
Location: Fort Worth, Texas
Project:
Veale South
Surface Elevation:
Start Date:
5/14/2024 End Date:
5/14/2024
West:
Drilling Method: CONTINUOUS FLIGHT AUGER
North:
Hammer Drop (lbs / in):
170 / 24
GROUND WATER OBSERVATIONS
m -6
E—
o
m
w�
On Rods (ft): 6
-05
r-.q? �E
a
Q
a
ZAfter Drilling (ft): DRY
o W
C:
cn o, m o Q v
-o a,
o
m
After Hours (ft):
a 00
" ° - a
aN o"
L � o
(!)
Q
Ur
X CO
O
o O
Z
J Il T
d-
a-
MATERIAL DESCRIPTION
Dark Brown CLAY with gravel
4.0
22
50 20 30
-
-
3.0
1.3
94 21
4.0
_
5
Tan CLAYEY SAND
0.5
37 26
_
6.0
Tan LIMESTONE with clay seams and
-
layers
10
, 100/
31
1"
151
15.0
, 100/
23
TEST BORING TERMINATED AT 15 FT
6.3u
20
25
30
35
0
20
25
30
35
5058 Brush Creek Rd.
BORING NO.:
28
UES
Fort Worth, Texas 76119
Phone: 817-496-5600
Sheet 1 of 1
Wo
Fax: 817-496-5608
PROJECT NO.:
W240918
www.alphatesting.com
Formerly Alpha Testing
Client: FW Club LP
Location: Fort Worth, Texas
Project: Veale South
Surface Elevation:
Start Date: 5/14/2024 End Date:
5/14/2024
West:
Drilling Method: CONTINUOUS FLIGHT AUGER
North:
Hammer Drop (lbs / in):
170 / 24
GROUND WATER OBSERVATIONS
m
-6•E
E.-.
_
x
VOn Rods (ft): NONE
o
U?'
c.°'
w
E
a
ZAfter Drilling (ft): DRY
o W
o
aa,a
o
o
i
7After Hours (ft):
a
.5
L
o,
(�n
o
a
Z
oe'
Tx
Ha
MATERIAL DESCRIPTION
Brown CLAY with limestone fragments
24
and boulders
1.0 ,-
Tan LIMESTONE
100/
0.50"
100/
9
2.50"
100/ 11
2"
15.0 , 100/
TEST BORING TERMINATED AT 15 FT 6.3u
UEST.
5058 Brush Creek Rd.
Fort Worth, Texas 76119
Phone: 817-496-5600(0
BORING NO.:
29
Sheet 1 of 1
Fax: 817-496-5608
PROJECT
NO.:
W249918
www.alphatesting.com
Formerly Alpha Testing
Client:
FW Club LP
Location:
Fort Worth, Texas
Project:
Veale South
Surface Elevation:
Start Date: 5/13/2024 End Date:
5/13/2024
West:
Drilling Method: CONTINUOUS FLIGHT AUGER
North:
Hammer Drop
(lbs / in):
170 / 24
GROUND WATER OBSERVATIONS
m -6
E
m
�7On Rods (ft): NONE
T N
U�
�� j
.V5�
E C c
Q
ZAfter Drilling (ft): DRY
o 3 Y
ow
a,
s >w
cn o, mo Q
c
0
o a,
0-
m7After
Hours (ft):
a 00
" ° - aaN
o"
L M o
(!)
Q
Ur
X CO
O
o O
Z
J Il T
Ha
MATERIAL DESCRIPTION
Brown CLAY with gravel
2.0
23
63 21 42
_
2.0
Tan CLAY with gravel 3.0
Tan LIMESTONE
5
, 100/
11
_
_
1.50"
10
, 100/
11
0.50"
_
13.0
Gray LIMESTONE
15
15.0
, 100/
TEST BORING TERMINATED AT 15 FT
6.3u
20
25
30
35
5058 Brush Creek Rd.
BORING NO.:
30
Wo
Fort Worth, Texas 76119
Phone: 817-496-5600
Sheet 1 of 1
TM
Fax: 817-496-5608
PROJECT NO.:
W240918
www.alphatesting.com
Formerly Alpha Testing
Client:
FW Club LP
Location: Fort Worth, Texas
Project:
Veale South
Surface Elevation:
Start Date: 5/15/2024 End Date:
5/15/2024
West:
Drilling Method: CONTINUOUS FLIGHT AUGER
North:
Hammer Drop (lbs / in): 170 / 24
GROUND WATER OBSERVATIONS
m -6
E
o
m
�7 On Rods (ft): NONE
T N
o
U�
-0
�� j
E C c
1
Q
a
ZAfter Drilling (ft): DRY
3 Y
o o o
s
a,
s > w c
cn o, m o Q v
-o a,
o
m
After Hours (ft):
a
" ° - a
D aN o"
3
(!)
Q
Ur
X CO
O
o O
Z
J Il T
I—d
MATERIAL DESCRIPTION
%,
Brown CLAY with gravel, calcareous nodules
�/
and limestone fragments
4.5+
16
_
♦
3.0
Tan LIMESTONE
5
, 100/
1"
10
, 0 50"
15
15.0
, 100/
TEST BORING TERMINATED AT 15 FT
6.3u
20
25
30
35
Client:
Project:
Start Date:
Drilling Method:
5058 Brush Creek Rd. BORING NO.: 31
Fort Worth, Texas 76119 Sheet 1 of 1
Phone: 817-496-5600
(0 UESTm
Fax: 817-496-5608 PROJECT NO.: W240918
www.alphatesting.com
Formerly Alpha Testing
FW Club LP Location: Fort Worth, Texas
Veale South Surface Elevation:
5/15/2024 End Date: 5/15/2024 West:
CONTINUOUS FLIGHT AUGER North:
GROUND WATER OBSERVATIONS
0)
VOn Rods (ft): NONE
ZAfter Drilling (ft): DRY
o
7After Hours (ft):
MATERIAL DESCRIPTION
Brown CLAY with limestone fragments
and calcareous nodules
Tan LIMESTONE
_5
10
15
TEST BORING TERMINATED AT 15 FT
20
25
30
35
Hammer Drop (lbs / in):
170 / 24
o.S
a
E
a)
I
o
_
x
�
8-1-)
o
m
�
Oo
aa
E
U
o
4d
9C
N
aN
0'
s
,V(B
U
0
xaaU
V31
Ho
d
Z
4.5+
13
2.0
100/
11
1"
100/
0.50"
100/
0.50"
15.0 , 100/
5058 Brush Creek Rd.
BORING NO.:
32
U E
r/0 S.
Fort Worth, Texas 76119
Phone: 817-496-5600
Sheet 1 of 1
Fax: 817-496-5608
PROJECT NO.:
W240918
www.alphatesting.com
Formerly Alpha Testing
Client:
FW Club LP
Location: Fort Worth, Texas
Project:
Veale South
Surface Elevation:
Start Date: 5/15/2024 End Date:
5/15/2024
West:
Drilling Method: CONTINUOUS FLIGHT AUGER
North:
Hammer Drop (lbs / in): 170 / 24
GROUND WATER OBSERVATIONS
m -6
E—
m
�7 On Rods (ft): NONE
T N
o
U�
-0
�� j
E C c
1
Q
a
ZAfter Drilling (ft): DRY
3 Y
o o o
s
a,
s > w c
cn o, m o Q v
-o a,
m
7After Hours (ft):
a
" ° - a
aN o"
L M o
(!)
Q
Ur
X CO
O
o O
Z
J Il T
I—d
MATERIAL DESCRIPTION
Brown CLAY with gravel
1.75
27
2.0
Tan LIMESTONE
, 100/
15
1"
5
, 0 50"
10
, 0 50"
15
15.0
, 100/
TEST BORING TERMINATED AT 15 FT
20
25
30
35
5058 Brush Creek Rd. BORING NO.: 33
Fort Worth, Texas 76119
Phone: 817-496-5600(0 Sheet 1 of 1
UESTm
Fax: 817-496-5608 PROJECT NO.: W240918
www.alphatesting.com
Formerly Alpha Testing
Client: FW Club LP Location: Fort Worth, Texas
Project: Veale South Surface Elevation:
Start Date: 5/14/2024 End Date: 5/14/2024 West:
Drilling Method: CONTINUOUS FLIGHT AUGER North:
Hammer Drop (lbs / in): 170 / 24
GROUND WATER OBSERVATIONS m -6 E— o m
J 19 > i m U� m �'.� E E C a
�7 On Rods (ft): p 3 Y a> -0s s w c 1 - =
n a ZAfter Drilling (ft): DRY a o� �� 00 a) u) a� mo �a U -o �
o m After Hours (ft): " ° - a aN o" L � 3
Q Ur X O o O J Il T (!)
i— d-
Z
MATERIAL DESCRIPTION
Dark Brown CLAY with limestone fragments
and cobbles 4.25 22
_ 2.0
Brown SHALY CLAY with gravel and calcareous
nodules 4.0 2.6 104 19
_ 4.0
5 Tan SHALY CLAY with calcareous nodules
and gravel 4.0 19 50 19 31 0.7
- - 3.5 14
_ 8.0
Tan and Gray SHALY CLAY with calcareous
nodules 1.5 43 23
10 10.0
Tan LIMESTONE
_ 14.0
15 Gray SHALE with clay seams and layers , 100/ 11
0.50"
20 , 100/ 22
1.50"
25 , 100/ 22
3.50"
30 30.0 , 100/ 11
TEST BORING TERMINATED AT 30 FT I.3u
35
5058 Brush Creek Rd.
BORING NO.:
34
I10U E
Fort Worth, Texas 76119
Phone: 817-496-5600
Sheet 1 of 1
T
Fax:
817-496-5608
PROJECT
NO.:
W240918
www.alphatesting.com
Formerly Alpha Testing
Client:
FW Club LP
Location:
Fort Worth, Texas
Project:
Veale South
Surface Elevation:
Start Date: 5/14/2024 End Date:
5/14/2024
West:
Drilling Method: CONTINUOUS FLIGHT AUGER
North:
Hammer Drop
(lbs / in): 170 / 24
GROUND WATER OBSERVATIONS
m
-6
E—
o
m
�7 NONE On Rods (ft):
T
N
U�
��
8-1j E C
Q
a
ZAfter Drilling (ft): DRY
o
o W
3 Y
-0s
C:
s > w
cn o, m o Q
c
v
1
-o a,
o
m
After Hours (ft):
a
"
00
° - a
aN o"
L � o
(!)
Q
Ur
X CO
O
o O
Z
J Il T
d-
a-
MATERIAL DESCRIPTION
Dark Brown CLAY with limestone fragments,
calcareous nodules and cobbles
4.5+
13
2.0
_
Tan LIMESTONE with clay seams and
,
100/
16
layers
0.50"
5
,
100/
12
0.50"
10
,
100/
15
3.50"
15
with shale seams and layers at 14'
,
100/
18
0
20
,
100/
9
4.50"
_
23.0
Gray SHALE
25
,
100/
13
2"
30
30.0
,
100/
13
I.3u
TEST BORING TERMINATED AT 30 FT
35
(0 UESTm
5058 Brush Creek Rd.
Fort Worth, Texas 76119
Phone: 817-496-5600
BORING NO.:
35
Sheet 1 of 1
Fax: 817-496-5608
PROJECT
NO.:
W240918
www.alphatesting.com
Formerly Alpha Testing
Client:
FW Club LP
Location:
Fort Worth, Texas
Project:
Veale South
Surface Elevation:
Start Date: 5/15/2024 End Date:
5/15/2024
West:
Drilling Method: CONTINUOUS FLIGHT AUGER
North:
Hammer Drop
(lbs / in): 170 / 24
GROUND WATER OBSERVATIONS
m -6
E—
m
�7 On Rods (ft): NONE
T N
o
U�
�� j
.7, �>
E C c
Q
ZAfter Drilling (ft): DRY
3 Y
ow
a,
s w
cn o, mo Q
c
0
o a,
0-
m7After
Hours (ft):
a 00
" ° - aaN
o"
3
(!)
Q
Ur
X CO
O
o O
Z
J Il T
Ha
MATERIAL DESCRIPTION
Dark Brown CLAY with limestone fragments
and cobbles
_
Tan LIMESTONE
100/
10
—
2"
5
, 100/
18
_
_
1.50"
10
, 100/
18
1"
15
, 100/
29
4"
_
18.0
Gray SHALE with limestone seams and
20
layers
20.0
, 100/
11
TEST BORING TERMINATED AT 20 FT
25
30
35
5058 Brush Creek Rd.
BORING NO.:
36
r/0UES
Fort Worth, Texas 76119
Phone: 817-496-5600
Sheet 1 of 1
Fax: 817-496-5608
PROJECT NO.:
W240918
www.alphatesting.com
Formerly Alpha Testing
Client:
FW Club LP
Location: Fort Worth, Texas
Project:
Veale South
Surface Elevation:
Start Date: 5/15/2024 End Date:
5/15/2024
West:
Drilling Method: CONTINUOUS FLIGHT AUGER
North:
Hammer Drop (lbs / in): 170 / 24
GROUND WATER OBSERVATIONS
m -6
E
o
m
�7 On Rods (ft): NONE
T N
o
U�
-0
�� j
E C c
1
Q
a
ZAfter Drilling (ft): DRY
3 Y
o o o
s
a,
s > w c
cn o, m o Q v
-o a,
o
m
After Hours (ft):
a
" ° - a
D aN o"
3
(!)
Q
Ur
X
O
o O
Z
J Il T
Ha
MATERIAL DESCRIPTION
OOZZO
Brown CLAY with limestone fragments,
-
calcareous nodules and gravel 1.0,-
Brown CLAYEY GRAVEL 2.0_
_
Tan LIMESTONE
,
62/
5
, 120/
10
, 1 50"
15
, 100/
20
20.0
, 100/
Gray LIMESTONE
6.3u
25
, 100/
30
30.0
, 120/
TEST BORING TERMINATED AT 30 FT
35
UES.
5058 Brush Creek Rd.
Fort Worth, Texas 76119
Phone: 817-496-5600Wo
BORING NO.:
37
Sheet 1 of 1
Fax: 817-496-5608
PROJECT NO.:
W240918
www.alphatesting.com
Formerly Alpha Testing
Client:
FW Club LP
Location: Fort Worth, Texas
Project:
Veale South
Surface Elevation:
Start Date: 5/15/2024 End Date:
5/15/2024
West:
Drilling Method: CONTINUOUS FLIGHT AUGER
North:
Hammer Drop (lbs / in):
170 / 24
GROUND WATER OBSERVATIONS
m -6
E—
m
�7 On Rods (ft): NONE
T N
o
U�
-0
�� j
E C c
1
Q
a
ZAfter Drilling (ft): DRY
3 Y
o o o
s
a,
s > w c
cn o, m o Q v
-o a,
m
7After Hours (ft):
a
" ° - a
aN o"
3
(!)
Q
Ur
X
O
o O
Z
J Il T
Ha
MATERIAL DESCRIPTION
j
Dark Brown CLAY with limestone fragments
13
41 18 23
and boulders "0
_
Tan LIMESTONE
12"
—
2
5
, 100/
_
_
10
, 100/
15
, 1000/
, 0�0"
_20
25
25.0
, 100/
Gray LIMESTONE
6.3u
30
30.0
, 100/
TEST BORING TERMINATED AT 30 FT
6.3u
35
5058 Brush Creek Rd. BORING NO.: 38
Fort Worth, Texas 76119
Phone: 817-496-5600(0 Sheet 1 of 1
UESTm
Fax: 817-496-5608 PROJECT NO.: W240918
www.alphatesting.com
Formerly Alpha Testing
Client: FW Club LP Location: Fort Worth, Texas
Project: Veale South Surface Elevation:
Start Date: 5/15/2024 End Date: 5/15/2024 West:
Drilling Method: CONTINUOUS FLIGHT AUGER North:
Hammer Drop (lbs / in): 170 / 24
GROUND WATER OBSERVATIONS m -6 E— m
NONE T i m U� �'.� E E c a
�7 On Rods (ft): p 3 Y a> s .7, � w c
n a V After Drilling (ft): DRY a o w 00 C: u) a� m o a 0 o
m 7After Hours (ft): " ° - a aN o" L M o
Q Ur X CO O o O J Il T (!)
�a Z
MATERIAL DESCRIPTION
Dark Brown CLAY with limestone fragments
and cobbles 4.0 26
_ 2.0
Tan WEATHERED LIMESTONE with clay 78/ 11
seams and layers 12"
5 100/ 15
1.50"
_ 6.0
Tan LIMESTONE
10 , 100/
15 , 100/
20 , 1000/
_ 21.0
Gray LIMESTONE
25 , 0 50"
30 30.0 , 100/
TEST BORING TERMINATED AT 30 FT 2.3U
35
Client:
Project:
Start Date:
Drilling Method:
5058 Brush Creek Rd. BORING NO.: 39
Fort Worth, Texas 76119 Sheet 1 of 1
Phone: 817-496-5600
(0 UESTm
Fax: 817-496-5608 PROJECT NO.: W249918
www.alphatesting.com
Formerly Alpha Testing
FW Club LP Location: Fort Worth, Texas
Veale South Surface Elevation:
5/15/2024 End Date: 5/15/2024 West:
CONTINUOUS FLIGHT AUGER North:
GROUND WATER OBSERVATIONS
0)
VOn Rods (ft): NONE
ZAfter Drilling (ft): DRY
o
7After Hours (ft):
MATERIAL DESCRIPTION
Dark Brown CLAY with limestone fragments
and cobbles
Tan LIMESTONE
_5
10
15
20
_25_
Gray LIMESTONE
30
TEST BORING TERMINATED AT 30 FT
35
Hammer Drop (lbs / in):
170 / 24
o.S
a
E
a)
I
o
_
x
`o
U�
E
8-1
o9
�
Oo
aa
`—'
U
o
4
d
9C
N
aNE
,V 3
U
x
'o
�)�
Js
o
(n
I- d
d
Z
2.0 1
50/
0.50"
100/
0.50"
1000/
100/
0.50"
100/
1"
1000/
26.0
30.0 , 100/
I"
9 30 16 14
5058 Brush Creek Rd. BORING NO.: 40
Fort Worth, Texas 76119
r/0
Phone: 817-496-5600 Sheet 1 of 1
UESTm
Fax: 817-496-5608 PROJECT NO.: W240918
www.alphatesting.com
Formerly Alpha Testing
Client: FW Club LP Location: Fort Worth, Texas
Project: Veale South Surface Elevation:
Start Date: 5/15/2024 End Date: 5/15/2024 West:
Drilling Method: CONTINUOUS FLIGHT AUGER North:
Hammer Drop (lbs / in): 170 / 24
GROUND WATER OBSERVATIONS m -6 E m
NONE T i m U� �'.� E E c a
�7 On Rods (ft): p 3 Y a> -0s s w c 1
n a VAfter Drilling (ft): DRY a o� �� o o a� u) a� mo �a U -o
m 7After Hours (ft): " ° - a aN o" 3
Q Ur X O o O J Il T (!)
�a Z
MATERIAL DESCRIPTION
Dark Brown CLAY with limestone fragments L 100/ 4.5+ 11
and cobbles 1.0 ,- J
Tan LIMESTONE
5 _ , 100/ 7
1"
10 , 0 50"
15 , 1000/ 9
20 , 100/ 9
1"
-25 , 0 50/'
30 30.0 , 100/
TEST BORING TERMINATED AT 30 FT
35
5058 Brush Creek Rd.
BORING NO.:
41
I10U E S.
Fort Worth, Texas 76119
Phone: 817-496-5600
Sheet 1 of 1
Fax: 817-496-5608
PROJECT
NO.:
W240918
www.alphatesting.com
Formerly Alpha Testing
Client:
FW Club LP
Location:
Fort Worth, Texas
Project:
Veale South
Surface Elevation:
Start Date: 5/14/2024 End Date:
5/14/2024
West:
Drilling Method: CONTINUOUS FLIGHT AUGER
North:
Hammer Drop
(lbs / in):
170 / 24
GROUND WATER OBSERVATIONS
m -6
E—
m
�7 On Rods (ft): NONE
T N
U�
�� j
E C c
Q
a
ZAfter Drilling (ft): DRY
o 3 Y
o o o
-0s
a,
s > w
cn o, m o Q
c
v
1
-o a,
m
7After Hours (ft):
a
" ° - a
aN o"
L M o
co
Q
Ur
X CO
O
o O
Z
J Il T
I—d
MATERIAL DESCRIPTION
Dark Brown CLAY with limestone fragments
and cobbles
4.5
20
50 20 30
2.0
_
Tan LIMESTONE with clay seams and
, 100/
11
layers
1"
5
, 150"
8
9.0
_
Tan LIMESTONE
, 100/
9
_10_
1.50"
15
, 100/
6
0.50"
20
20.0
, 100/
TEST BORING TERMINATED AT 20 FT
25
30
35
Wo
KEY TO SOIL SYMBOLS
E S TM AND CLASSIFICATIONS
Formerly Alpha Testing
SOIL & ROCK SYMBOLS
RELATIVE DENSITY OF COHESIONLESS SOILS (blows/ft)
®
(CH), High Plasticity CLAY
VERY LOOSE 0 TO 4
®
(CL), Low Plasticity CLAY
LOOSE 5 TO 10
MEDIUM 11 TO 30
(SC), CLAYEY SAND
DENSE 31 TO 50
VERY DENSE OVER 50
(SP), Poorly Graded SAND
(SW), Well Graded SAND
SHEAR STRENGTH OF COHESIVE SOILS (tsfl
(SM), SILTY SAND
VERY SOFT LESS THAN 0.25
SOFT 0.25 TO 0.50
IN(ML),
SILT
FIRM 0.50 TO 1.00
STIFF 1.00 TO 2.00
®
(MH), Elastic SILT
VERY STIFF 2.00 TO 4.00
HARD OVER 4.00
19
LIMESTONE
RELATIVE DEGREE OF PLASTICITY (PI)
®
SHALE / MARL
LOW 4 TO 15
SANDSTONE
MEDIUM 16 TO 25
HIGH 26 TO 35
o
(GP), Poorly Graded GRAVEL
VERY HIGH OVER 35
(GW), Well Graded GRAVEL
®
(GC), CLAYEY GRAVEL
RELATIVE PROPORTIONS (%)
W
(GM), SILTY GRAVEL
n(OL),
ORGANIC SILT
TRACE 1 TO 10
LITTLE 11 TO 20
SOME 21 TO 35
(OH), ORGANIC CLAY
AND 36 TO 50
1♦
S
SAMPLING SYMBOLS
PARTICLE SIZE IDENTIFICATION (DIAMETER)
■SHELBY
TUBE (3" OD except where
BOULDERS
8.0" OR LARGER
noted otherwise)
COBBLES
3.0" TO 8.0"
SPLIT SPOON (2" OD except where
COARSE GRAVEL
0.75' TO 3.0"
noted otherwise)
FINE GRAVEL
5.0 mm TO 3.0"
®
AUGER SAMPLE
COURSE SAND
2.0 mm TO 5.0 mm
❑
TEXAS CONE PENETRATION
MEDIUM SAND
FINE SAND
0.4 mm TO 5.0 mm
0.07 mm TO 0.4 mm
❑SILT
ROCK CORE (2" ID except where
CLAY
0.002 mm TO 0.07 mm
LESS THAN 0.002 mm
noted otherwise)
ALPHA #XTESTING Geotechnical 5058 Brush Creek Road Tel: 817.496.5600
Construction Materials Fort Worth, Texas 76119 Fax: 817.496.5608
Environmental www.alphatesting.com
A Universal Engineering Sciences Company TBPELS Firm No. 813
December 19, 2023
PMB Acquisitions, LLC
4001 Maple Avenue, Suite 270
Dallas, Texas 75219
Attention: Mr. Ryan Burgess
Re: Pavement Recommendations
544 Acre Tract
Off US Highway 377 South
Fort Worth, Texas
ALPHA Report No. W222985-A
Submitted herein are recommended pavement sections for a contemplated subdivision on a tract
of land generally located west of Highway 377 South, about 1,200 ft north of Bella Quinn Drive
in Fort Worth, Texas. This report is an extension of ALPHA Report No. W222985-revl dated
December 22, 2022 containing preliminary geotechnical recommendations for residential
foundations.
The purpose of this study is to develop conceptual asphalt pavement sections for private streets
within the contemplated subdivision. Traffic volume information was not available for this
study. For the purpose of our analysis, we are utilizing traffic volume criteria set forth in the
City of Fort Worth Pavement Design Manual (January 2015) for residential urban streets. The
referenced pavement study contains equivalent single axle load volumes for portland cement
concrete (PCC) pavement. Asphalt pavement ESALs and PCC ESALs are not equivalent.
Therefore, we have converted the provided ESALs in the referenced design manual to asphalt
ESALs for our analysis of asphalt pavement design.
Note that recommendations in this study are based on limited information from five (5) borings
drilled across a 544 acre tract of land. These recommendations should be verified up
completion of a final geotechnical study with borings drilled at a closer spacing with additional
laboratory testing.
PURPOSE AND SCOPE
The purpose of this geotechnical exploration is for ALPHA TESTING, LLC (ALPHA) to
evaluate for the PMB Acquisitions, LLC (Client) some of the physical and engineering
properties of subsurface materials at selected locations on the subject site with respect to
formulation of appropriate geotechnical design parameters for the proposed pavement. The field
exploration was accomplished by securing subsurface samples from widely spaced test borings
performed across the expanse of the site. Engineering analyses were performed from results of
the field exploration and results of laboratory tests performed on representative samples.
Also included are general comments pertaining to reasonably anticipated construction problems
and recommendations concerning earthwork and quality control testing during construction.
This information can be used to evaluate subsurface conditions and to aid in ascertaining
construction meets project specifications.
ALHA Report No. W222985-A
Recommendations provided in this report were developed from information obtained in test
borings depicting subsurface conditions only at the specific boring locations and at the particular
time designated on the logs. Subsurface conditions at other locations may differ from those
observed at the boring locations, and subsurface conditions at boring locations may vary at
different times of the year. The scope of work may not fully define the variability of subsurface
materials and conditions that are present on the site.
The nature and extent of variations between borings may not become evident until construction.
If significant variations then appear evident, our office should be contacted to re-evaluate our
recommendations after performing on -site observations and possibly other tests.
SUMMARY OF RECOMMENDATIONS
Table A contains a summary of pavement section requirements for proposed streets at the subject
project.
Recommended Asphalt Pavement Sections
Flexible Pavement Layers
Residential Urban Layer Thickness (in)
HMAC Surface Course — Type D 2.0
HMAC Base Course — Type B 4.0
Subgrade Treatment 6 inches Lime'
'Lime application rate is preliminarily estimated to be about 7 percent, or 32 psy
Further recommendations and analyses used to develop the summary in Table A are provided
further in this report.
FIELD EXPLORATION
Subsurface conditions on the site were explored by drilling a total of five (5) widely spaced test
borings to a depth of about 20 ft. The approximate location of each test boring is shown on the
Boring Location Plan, Figure 1, enclosed in the Appendix. Details of drilling and sampling
operations are briefly summarized in Methods of Field Exploration, Section A-1 of the
Appendix.
Subsurface types encountered during the field exploration are presented on the attached Log of
Boring sheets (boring logs). These boring logs contain our Field Technician's and Engineer's
interpretation of conditions believed to exist between actual samples retrieved. Therefore, the
boring logs contain both factual and interpretive information. Lines delineating subsurface strata
on the boring logs are approximate and the actual transition between strata may be gradual.
LABORATORY TESTS
Selected samples of the subsurface materials were tested in the laboratory to evaluate their
engineering properties as a basis in providing recommendations for pavement sections design
and earthwork construction. The following laboratory tests were performed to facilitate
pavement section recommendations:
PJ
ALHA Report No. W222985-A #X
• Moisture Content (ASTM D 2216)
• Atterberg-Limits (ASTM D 4318)
• Unconfined Compressive Strength (ASTM D 2166)
GENERAL SUBSURFACE CONDITIONS
Based on geological atlas maps available from the Bureau of Economic Geology, published by
the University of Texas at Austin, the project site lies within mapped interface of the undivided
Goodland Limestone and Walnut Clay formation, the Kiamichi formation and the Duck Creek
Limestone formation. These formations also generally consist of limestone and marl with low to
high shrink/swell potential overburden clays. Geological formations can be highly variable at or
near geological interfaces.
Subsurface conditions encountered in Borings 2, 4 and 5 generally consisted of gravelly clay or
clayey gravel to depths of about 1 ft to 2 ft below the ground surface underlain by limestone
extending to the 20 ft termination depth of the borings. Subsurface conditions encountered in
Borings 1 and 3 generally consisted of alternating layers of clay, calcareous clay, shaly clay,
weathered limestone and/or limestone extending to the 20 ft termination depth of the borings.
More detailed stratigraphic information is presented on the attached Log of Boring sheets.
The granular soils (clayey gravel) encountered in the borings are considered relatively permeable
and are expected to have a relatively rapid response to water movement. However, the clay,
calcareous clay shaly clay and limestone encountered in the borings are considered relatively
impermeable and are expected to have a relatively slow response to water movement. Most of
the materials encountered in the borings are considered relatively impermeable and are
anticipated to have a relatively slow response to water movement. Therefore, several days of
observation would be required to evaluate actual groundwater levels within the depths explored.
Also, the groundwater level at the site is anticipated to fluctuate seasonally depending on the
amount of rainfall, prevailing weather conditions and subsurface drainage characteristics.
Free groundwater was not encountered in the borings. However, it is common to encounter
seasonal groundwater in granular soils, from natural fractures within the clayey matrix, at the
soil/rock (limestone) interface or from fractures in the rock, particularly during or after periods
of precipitation. If more detailed groundwater information is required, monitoring wells or
piezometers can be installed.
ENGINEERING ANALYSIS AND RECOMENDATIONS
Calculations used to determine the required pavement thickness are based only on the physical
and engineering properties of the materials and conventional thickness determination procedures.
Related civil design factors such as subgrade drainage, shoulder support, cross -sectional
configurations, surface elevations, joint design and environmental factors will significantly affect
the service life and must be included in preparation of the construction drawings and
specifications but were not included in the scope of this study. Normal periodic maintenance
will be required for all pavement to achieve the design life of the pavement system.
3
ALHA Report No. W222985-A
Pavement Subuade Preparation
Based on review of the borings, we expect the pavement subgrade could consist of clayey soils
or similar onsite materials used for grading the site. In addition, the pavement subgrade could
also consist of limestone in some areas depending on the given location along the alignment and
grading requirements. Since the subgrade conditions and required treatments could vary along
the proposed road alignment, ALPHA should be retained to observe construction to verify
conditions are as expected. Also, we should be provided with the final grading plan for review
prior to construction to verify or modify in writing the recommendations contained in this report.
The exposed clayey surface soils should be scarified to a depth of 6 inches for Residential Urban
streets and mixed with a minimum 32 lbs per sq yard of hydrated lime (by dry soil weight) in
conformance with TxDOT Standard Specifications Item 260. The application rate equates to
about 7 percent lime based on a dry unit soil weight of 100 pcf. This is a preliminary estimate of
the required lime application rate. The actual amount of lime required should be confirmed by
additional laboratory tests (ASTM C 977 Appendix XI) prior to construction.
We recommend lime stabilization procedures extend at least 1 ft beyond the edge of the
pavement to reduce effects of seasonal shrinking and swelling upon the extreme edges of
pavement. The soil -lime mixture should be compacted to at least 95 percent of standard Proctor
maximum dry density (ASTM D 698) and within the range of 0 to 4 percentage points above the
mixture's optimum moisture content. In all areas where hydrated lime is used to stabilize
subgrade soil, routine Atterberg-limit tests should be performed to verify the resulting plasticity
index of the soil -lime mixture is at/or below 15.
Lime stabilization of the pavement subgrade is not required where the pavement subgrade
consists of limestone. In pavement areas where limestone is exposed after final subgrade
elevation is achieved, on -site lime stabilized clay cuttings, on -site processed limestone cuttings,
or flexible base material could be used as a leveling course (as needed) to provide a smooth
surface for placement of the pavement.
Mechanical lime stabilization of the pavement subgrade soil will not prevent normal seasonal
movement of the underlying untreated materials. Pavement and other flatwork constructed at
final grades could experience soil -related potential seasonal movements of less than 4'/2 inches as
preliminarily estimated in the referenced foundation report (ALPHA Report No. W222985-revl).
California Bearing Ratio (CBR) tests were not performed for this specific project indicate the
CBR values for the natural clay soils are estimated to be about 2 to 3. Following improvement
with lime, the CBR value for the lime stabilized clayey soils is expected to be at least 12.
Portland Cement Concrete Pavement Section
Using the 1993 AASHTO pavement design procedures (WinPAS computer program distributed
by American Concrete Pavement Association), the following design parameters were used in
analyses of the PCC pavement section.
• Subgrade Resilient Modulus 10,636 psi (CBR = 12)
• Drainage Coefficient 1.0
• Initial PSI 4.2
• Terminal PSI for 2.0 (Residential Urban)
4
ALHA Report No. W222985-A
• Standard Deviation 0.45
• Reliability 85 percent
*Subgrade prepared with lime stabilization, or graded limestone as discussed in the previous
section.
Using the Street Classification of "Residential -Urban" as described in the referenced Fort Worth
Pavement Design Manual, it is estimated annual traffic volume will be about 35,000 Equivalent
Single Axle Loads (ESALs) in one direction over a 25-year design life with 0.5 percent annual
traffic growth. Based on this, we estimate the cumulative ESALs over the design life of the
Residential Urban street pavement to be about 930,000. This is equivalent to about 540,000
flexible asphalt pavement ESALs.
If the actual expected traffic volume is different than used for our analysis herein, our office
should be provided with the actual expected traffic volume so that we can re-evaluate our
recommendations.
Based on the subgrade preparations recommended herein, the projected traffic volume and stated
design parameters, the pavement section in Table B should be considered the minimum section
thickness.
TABLE B
Minimum Asphalt Pavement Sections
Flexible Pavement Layers
Residential Urban Layer Thickness (in)
HMAC Surface Course — Type D 2.0
HMAC Base Course — Type B 4.0
Subgrade Treatment 6 inches Lime'
'Lime application rate is preliminarily estimated to be about 7 percent, or 32 psy
HMAC should conform to TxDOT Standard Specification Item 340 — Type D Surface Course)
and TxDOT Standard Specification Item 340 — Type A or B Base Course. The coarse aggregate
in the surface course should be composed of angular crushed limestone rather than smooth
gravel.
Drainage and Maintenance
Routine maintenance, including sealing of cracks and joints should be performed over the life of
the pavement. Adequate drainage should be provided to reduce seasonal variations in the
moisture content of subgrade soils. Maintaining positive surface drainage throughout the life
of the pavement is essential.
Soluble Sulfates
Soluble sulfate tests (TxDOT Test Method TEX-145-E Part II) should be performed prior to new
construction to verify subgrade preparation treatments.
5
ALHA Report No. W222985-A #X
GENERAL CONSTRUCTION PROCEDURES AND RECOMMENDATIONS
Variations in subsurface conditions could be encountered during construction. To permit
correlation between test boring data and actual subsurface conditions encountered during
construction, it is recommended a registered Professional Engineering firm be retained to
observe construction procedures and materials.
Some construction problems, particularly degree or magnitude, cannot be reasonably anticipated
until the course of construction. The recommendations offered in the following paragraphs are
intended not to limit or preclude other conceivable solutions, but rather to provide our
observations based on our experience and understanding of the project characteristics and
subsurface conditions encountered in the borings.
Site Preparation and Grading
Limestone was encountered within 4 ft of the ground surface in the borings. We expect
limestone will be encountered during grading and general excavation at this site, particularly in
lots with deeper cuts. From our experience, this limestone can be hard and difficult to excavate.
Rock excavation methods (including, but not limited to rock teeth, rippers, jack hammers, or
sawcutting) may be required to remove the limestone. Crushing equipment may be required to
process this limestone if it is desired to use this material as compacted fill on the site. The
contractor selected should have experience with excavation in hard limestone.
All areas supporting pavement or areas to receive new fill should be properly prepared.
• After completion of the necessary stripping, clearing, and excavating and prior to placing
any required fill, the exposed subgrade should be carefully evaluated by probing and
testing. Any undesirable material (organic material, wet, soft, or loose soil) still in place
should be removed.
• The exposed subgrade should be further evaluated by proof -rolling with a heavy
pneumatic tired roller, loaded dump truck or similar equipment weighing approximately
25 tons to check for pockets of soft or loose material hidden beneath a thin crust of
possibly better soil. Proof -rolling procedures should be observed routinely by a
Professional Engineer or his designated representative. Any undesirable material
(organic material, wet, soft, or loose soil) exposed from the proof -roll should be removed
and replaced with well -compacted material as outlined in the Fill Compaction section.
• Prior to placement of any fill, the exposed subgrade should then be scarified to a
minimum depth of 6 inches and recompacted as outlined in the Fill Compaction section.
If fill is to be placed on existing slopes (natural or constructed) steeper than six horizontal to one
vertical (6:1), the fill materials should be benched into the existing slopes in such a manner as to
provide a minimum bench width of five (5) ft. This should provide a good contact between the
existing soils and new fill materials, reduce potential sliding planes, and allow relatively
horizontal lift placements.
6
ALHA Report No. W222985-A
#X
Even if fill is properly compacted as recommended in the Fill Compaction section, fills in excess
of about 10 ft are still subject to settlements over time of up to about 1 to 2 percent of the total
fill thickness. This should be considered when planning or placing deep fills.
Slope stability analysis of embankments (natural or constructed) and global stability analysis for
retaining walls was not within the scope of this study.
The contractor is responsible for designing any excavation slopes, temporary sheeting or shoring.
Design of these structures should include any imposed surface surcharges. Construction site
safety is the sole responsibility of the contractor, who shall also be solely responsible for the
means, methods and sequencing of construction operations. The contractor should also be aware
that slope height, slope inclination or excavation depths (including utility trench excavations)
should in no case exceed those specified in local, state and/or federal safety regulations, such as
OSHA Health and Safety Standard for Excavations, 29 CFR Part 1926, or successor regulations.
Stockpiles should be place well away from the edge of the excavation and their heights should be
controlled so they do not surcharge the sides of the excavation. Surface drainage should be
carefully controlled to prevent flow of water over the slopes and/or into the excavations.
Construction slopes should be closely observed for signs of mass movement, including tension
cracks near the crest or bulging at the toe. If potential stability problems are observed, a
geotechnical engineer should be contacted immediately. Shoring, bracing or underpinning
required for the project (if any) should be designed by a professional engineer registered in the
State of Texas.
Due to the nature of the clay soils found near the surface at most of the borings, traffic of heavy
equipment (including heavy compaction equipment) may create pumping and general
deterioration of shallow soils. Therefore, some construction difficulties should be anticipated
during periods when these soils are saturated.
Fill Compaction
The following compaction recommendations pertain to general filling and site grading. The
pavement subgrade should be prepared as discussed in the "Pavement Subgrade Preparation"
section.
Clay with a plasticity index equal to or greater than 25 should be compacted to a dry density
between 95 and 100 percent of standard Proctor maximum dry density (ASTM D 698). The
compacted moisture content of the clays during placement should be within the range of 2 to 5
percentage points above optimum.
Clay with a plasticity index less than 25 should be compacted to a dry density of at least 95
percent of standard Proctor maximum dry density (ASTM D 698) and within the range of 1
percentage point below to 3 percentage points above the material's optimum moisture content.
Clayey materials used as fill should be processed and the largest particle or clod should be less
than 6 inches prior to compaction.
Processed limestone used as fill should be compacted to at least 95 percent of standard Proctor
maximum dry density. The compacted moisture content of the processed limestone is not
considered crucial to proper performance. However, if the material's moisture content during
placement is within 3 percentage points of optimum, the compactive effort required to achieve
7
ALHA Report No. W222985-A
#X
the minimum compaction criteria may be minimized. Individual rock pieces larger than 6 inches
in dimension should not be used as fill. However, if rock fill is utilized within 3 ft below the
bottom of floor slabs, the maximum allowable size of individual rock pieces should be reduced
to 3 inches. Processed limestone used as fill should incorporate sufficient fines to prevent the
presence of voids around larger diameter rock pieces. A gradation of at least 40 percent passing
a standard No. 4 sieve is recommended.
Where mass fills are deeper than 10 ft, the fill/backfill below 10 ft should be compacted to at
least 100 percent of standard Proctor maximum dry density (ASTM D-698) and within 2
percentage points of the material's optimum moisture content. The portion of the fill/backfill
shallower than 10 ft should be compacted as outlined herein.
Compaction should be accomplished by placing fill in about 8-inch thick loose lifts and
compacting each lift to at least the specified minimum dry density. Field density and moisture
content tests should be performed on each lift.
In general site grading areas where final fill slopes will be four horizontal to one vertical (4:1) or
steeper and greater than 5 ft in height, field density and moisture content tests should be
performed on each lift.
Utilities
Where utility lines are deeper than 10 ft, the fill/backfill below 10 ft should be compacted to at
least 100 percent of standard Proctor maximum dry density (ASTM D 698) and within —2 to +2
percentage points of the material's optimum moisture content. The portion of the fill/backfill
shallower than 10 ft should be compacted as previously outlined. Density tests should be
performed on each lift (maximum 12-inch thick) and should be performed as the trench is being
backfilled.
Even if fill is properly compacted, fills in excess of about 10 ft are still subject to settlements over
time of up to about 1 to 2 percent of the total fill thickness. This should be considered when
designing pavement over utility lines and/or other areas with deep fill.
If utility trenches or other excavations extend to or beyond a depth of 5 ft below construction
grade, the contractor or others shall be required to develop an excavation safety plan to protect
personnel entering the excavation or excavation vicinity. The collection of specific geotechnical
data and the development of such a plan, which could include designs for sloping and benching
or various types of temporary shoring, is beyond the scope of this study. Any such designs and
safety plans shall be developed in accordance with current OSHA guidelines and other
applicable industry standards.
Groundwater
Groundwater was not encountered in the borings. However, from our experience, groundwater
seepage could be encountered from the subsurface stratigraphy in excavations for pavement,
utilities and other general excavations at this site. The risk of seepage increases with depth of
excavation and during or after periods of precipitation. Standard sump pits and pumping may be
adequate to control seepage on a local basis.
8
ALHA Report No. W222985-A
#X
In any areas where cuts are made, attention should be given to possible seasonal water seepage
that could occur through natural cracks and fissures in the newly exposed stratigraphy. The risk
of seepage is increased where limestone is exposed in excavations and slopes or is near final
grade. In these areas subsurface drains may be required to intercept seasonal groundwater
seepage. The need for these or other dewatering devices should be carefully addressed during
construction. Our office could be contacted to visually observe final grades to evaluate the need
for such drains.
LIMITATIONS
Professional services provided in this geotechnical exploration were performed, findings
obtained, and recommendations prepared in accordance with generally accepted geotechnical
engineering principles and practices. The scope of services provided herein does not include an
environmental assessment of the site or investigation for the presence or absence of hazardous
materials in the soil, surface water or groundwater. ALPHA, upon written request, can be
retained to provide same.
ALPHA is not responsible for conclusions, opinions or recommendations made by others based
on this data. Information contained in this report is intended for the exclusive use of the Client
(and their designated design representatives), and is related solely to design of the specific
structures outlined on the cover page of this report. No party other than the Client (and their
designated design representatives) shall use or rely upon this report in any manner whatsoever
unless such party shall have obtained ALPHA's written acceptance of such intended use. Any
such third party using this report after obtaining ALPHA's written acceptance shall be bound by
the limitations and limitations of liability contained herein, including ALPHA's liability being
limited to the fee paid to it for this report. Recommendations presented in this report should not
be used for design of any other structures except those specifically described in this report. In all
areas of this report in which ALPHA may provide additional services if requested to do so in
writing, it is presumed that such requests have not been made if not evidenced by a written
document accepted by ALPHA. Further, subsurface conditions can change with passage of time.
Recommendations contained herein are not considered applicable for an extended period of time
after the completion date of this report. It is recommended our office be contacted for a review
of the contents of this report for construction commencing more than one (1) year after
completion of this report. Non-compliance with any of these requirements by the Client or
anyone else shall release ALPHA from any liability resulting from the use of, or reliance upon,
this report.
Recommendations provided in this report are based on our understanding of information
provided by the Client about characteristics of the project. If the Client notes any deviation from
the facts about project characteristics, our office should be contacted immediately since this may
materially alter the recommendations. Further, ALPHA is not responsible for damages resulting
from workmanship of designers or contractors and it is recommended the Owner retain qualified
personnel, such as a Geotechnical Engineering firm, to verify construction is performed in
accordance with plans and specifications.
9
ALHA Report No. W222985-A
CLOSING
All recommendations in the referenced geotechnical report remain unchanged unless specifically
modified herein. We appreciate the opportunity to be of service. Please contact us with any
questions or comments.
Sincerely,
ALPHA TESTING, LLC
December 19, 2023
Karina Cohuo
Geotechnical Project Manager
KC/GSF/eg
Copies: (I-PDF) Client
Brian J. Hoyt, P.E.
Regional Manager
Attachments: Boring Location Plan — Figure 1
WinPAS ESALs Analysis
WinPAS Pavement Section Analysis
Log of Borings (Borings 1 through 5)
Key to Soil Symbols and Classifications
10
n u � yMery P�FFI¢ SY� LL[
iqT LOW —7-11t
e- of
yl
$ -
ik
..ii
CAM 3}}µwj LFN
LT[LL��
-
� 0
Ly`si4
hl YF
h 69 an,
nr'
rr
Lyra
sr+
B-2
5
Y
B-3
i
5"ne&
a
Jplr y OMIJM INA 1 %'Mw ■ Ce UW71 VinlWr
I
LNMi 1=Hall Aues
620975 M
,
I71
{ L 9i
i fy
�I B-4
Ts
�l
I
LIMITED PRELIMINARY GEOTECHNICAL A L R N A TESTING
EXPLORATION #\
544ACRE TRACT WHERE IT ALL BEGINS
OFF U.S. HIGHWAY 377 SOUTH
FORT WORTH, TEXAS
ALPHA PROJECT NO. W222985 FIGURE 1
Vm
caww&2
Y APPROXIMATE BORING LOCATION
BORING LOCATION PLAN
WinPAS 12
Pavement Thickness Design According to
1993 AASHTO Guide for Design of Pavements Structures
American Concrete Pavement Association
ESAL Data by Vehicle Type
Project Name: W222985 544 Acre Tract
Route:
Location: Fort Worth, Texas
Owner/Agency:
Design Engineer:
Traffic Factor
Traffic Input by
Estimated Rigid Thickness
6.00 inches
Design Lane
Estimated Structural Number
2.6
Design Lane Distribution 0.00 percent
Terminal Serviceability
2.0
Directional Distribution
0.00 percent
Design Life
25 years
Annual Growth Rate
0.50 percent
Traffic Input by
Day
Vehicle Axle Load
Axle Type
Number
Vehicle
Axle Load
Axle Type
0.00
Single
0.00
Single
0.00
r Y
Single
�V JI"- IJ IJ
0.00
Single
0.00
Single
0
0.00
Single
0.00
0.00
Single
Single
.00
34
34.00
Single
Tandem
0.00
Single
0
34.00
Tandem
0.00
Single
0.00
Single
£]� 0.00
Single
0.00
Single
0.00
Single
0
0.00
Single
0.00
Single
0.00
Single
Total Rigid ESALs
928,396
Total Flexible ESALs
5465133
Number
0
24
Tuesday, December 19, 2023 12:02:49PM Engineer:
WinPAS
Pavement Thickness Design According to
1993 AASHTO Guide for Design of Pavements Structures
American Concrete Pavement Association
Flexible Design Inputs
Project Name:
Route:
Location:
Owner/Agency:
Design Engineer:
Flexible Pavement Design/Evaluation
Structural Number 2.58
Total Flexible ESALs 546,133
Reliability 85.00 percent
Overall Standard Deviation 0.45
Layer Pavement Design/Evaluation
Layer Layer
Material Coefficient
Asphalt Cement Concrete 0.44
Subgrade Resilient Modulus
Initial Serviceability
Terminal Serviceability
Drainage
Coefficient
1.00
Layer
Thickness
6.00
E SN
10,636.60 psi
4.20
2.00
Layer
SN
2.64
2.64
Tuesday, December 19, 2023 3:14:16PM Engineer:
ALPHA /TESTING
WHERE IT ALL BEGINS
Client:
Project:
Start Date:
Drilling Method:
5058 Brush Creek Rd. BORING NO.:
Fort Worth, Texas 76119 Sheet 1 of 1
Phone: 817-496-5600
Fax: 817-496-5608 PROJECT NO.: W222985
www.alphatesting.com
PMB Capital Investments Location: Fort Worth, Texas
544 Acre Tract Surface Elevation:
11/1/2022 End Date: 11/1/2022 West:
CONTINUOUS FLIGHT AUGER North:
GROUND WATER OBSERVATIONS
0)
XZOn Rods (ft): NONE
Drilling (ft): DRY
oZAfter
7After Hours (ft):
O
MATERIAL DESCRIPTION
jDark
Brown CLAY
Tan CALCAREOUS CLAY
—
Tan WEATHERED LIMESTONE with clay seams
5
and layers
10
Tan CLAY
Gray LIMESTONE with shale seams and layers
15
20
TEST BORING TERMINATED AT 20 FT
2.0
4.0
10.0
13.0
Hammer Drop (lbs / in):
170 / 24
o.S
d
E
a)t
_
x
o
E
E
o
N�
>C1
3
00
Y E
�E
6L
oar
N
m�
w
o
C
O
J
o
J
y
a
ow
oz
ao o
.S c
1E a)
o
0—
U
5
in
.5 3
CU
CD
0
Z
Ha
d
2.0
32 56 20 36
4.5+ 8.5 117 9
32
61 13
100/
3.25"
100/
20.0 , 4.75"
ALPHA /TESTING
WHERE IT ALL BEGINS
Client:
Project:
Start Date:
Drilling Method:
5058 Brush Creek Rd. BORING NO.: 2
Fort Worth, Texas 76119 Sheet 1 of 1
Phone: 817-496-5600
Fax: 817-496-5608 PROJECT NO.: W222985
www.alphatesting.com
PMB Capital Investments Location: Fort Worth, Texas
544 Acre Tract Surface Elevation:
10/31/2022 End Date: 10/31/2022 West:
CONTINUOUS FLIGHT AUGER North:
GROUND WATER OBSERVATIONS
0)
XZOn Rods (ft): NONE
Drilling (ft): DRY
oZAfter
7After Hours (ft):
O
MATERIAL DESCRIPTION
Dark Brown CLAYEY GRAVEL
Tan LIMESTONE with clay seams and layers
_5_
10
_15
with soft clay layer at 15'
_20
TEST BORING TERMINATED AT 20 FT
Hammer Drop (lbs / in): 170 / 24
d
o.S E a)t _ x
o 0t6 c' E E c o
p°C JoN1 Ne waa °°o .SozaJ y
cn X c ° u° i=
Ha Z d
2.25 20
2.0
100/
0.75"
100/
0.50"
100/
0.75"
92/
66 11"
20.0 L 100/ 100/
ALPHA /TESTING
WHERE IT ALL BEGINS
Client:
Project:
Start Date:
Drilling Method:
5058 Brush Creek Rd. BORING NO.: 3
Fort Worth, Texas 76119 Sheet 1 of 1
Phone: 817-496-5600
Fax: 817-496-5608 PROJECT NO.: W222985
www.alphatesting.com
PMB Capital Investments Location: Fort Worth, Texas
544 Acre Tract Surface Elevation:
11/1/2022 End Date: 11/1/2022 West:
CONTINUOUS FLIGHT AUGER North:
0) GROUND WATER OBSERVATIONS
XZOn Rods (ft): NONE
oZAfter Drilling (ft): DRY
O 7After Hours (ft):
MATERIAL DESCRIPTION
1jDark Brown CLAY with limestone fragments
Tan CALCAREOUS CLAY
Tan WEATHERED LIMESTONE with clay seams
5 and layers
Tan LIMESTONE
_10
jTan and Gray SHALY CLAY
15
Gray LIMESTONE
_20
TEST BORING TERMINATED AT 20 FT
Hammer Drop (lbs / in):
170 / 24
o.S
d
E
a)
t
_
x
E
E
o
N�
0C1
0o
0E
tea)
N
m�
w
e
C
o
J
o
J
y
0
a
ow
oz
0
a° o
.S c
1E a)0—
o
U
5
in
.5 3
(n
CU
CD
x�
o�
o a
Z
m
J
o
Ha
d
1
3.0
25
2.0
4.0
70
8.0
100/
0.7575"
11.0
15.0
100/
0.25"
100/
20.0 , 0.75"
4.5+ 5 39 16 23
3.25 24 60 22 38 0.7
ALPHA /TESTING
WHERE IT ALL BEGINS
Client:
Project:
Start Date:
Drilling Method:
0 0
5058 Brush Creek Rd. BORING NO.: 4
Fort Worth, Texas 76119 Sheet 1 of 1
Phone: 817-496-5600
Fax: 817-496-5608 PROJECT NO.: W222985
www.alphatesting.com
PMB Capital Investments Location: Fort Worth, Texas
544 Acre Tract Surface Elevation:
11/1/2022 End Date: 11/1/2022 West:
CONTINUOUS FLIGHT AUGER North:
GROUND WATER OBSERVATIONS
XZOn Rods (ft): NONE
ZAfter Drilling (ft): DRY
7After Hours (ft):
MATERIAL DESCRIPTION
Dark Brown CLAYEY GRAVEL
Tan LIMESTONE with clay seams and layers
Gray LIMESTONE
TEST BORING TERMINATED AT 20 FT
Hammer Drop (lbs / in):
170 / 24
o.S
d
E
a)
t
E
_
E
x
Ncwaa
C
o
o
°o
.Soza
p
aNC
CU
Z
Ha
d
1.0
14
95/
9
100/
0.75"
100/
0.75"
11.0
100/
0.75"
100/
20.0 , 0.75"
ALPHA /TESTING
WHERE IT ALL BEGINS
Client: PMB Capital Investments
Project: 544 Acre Tract
Start Date: 10/31/2022 End Date:
Drilling Method: CONTINUOUS FLIGHT AU
0) GROUND WATER OBSERVATIONS
XZOn Rods (ft): NONE
oZAfter Drilling (ft): DRY
O 7After Hours (ft):
MATERIAL DESCRIPTION
Brown GRAVELLY CLAY
Tan LIMESTONE
_5_
10
Gray LIMESTONE
_15
20
TEST BORING TERMINATED AT 20 FT
5058 Brush Creek Rd. BORING NO.: 5
Fort Worth, Texas 76119 Sheet 1 of 1
Phone: 817-496-5600
Fax: 817-496-5608 PROJECT NO.: W222985
www.alphatesting.com
Location: Fort Worth, Texas
Surface Elevation:
10/31 /2022 West:
GER North:
Hammer Drop (lbs / in): 170 / 24
d
o.S a)t _ x E
o 0t6 c' E E c o
>� 3 Y 6Lc o w� °C -JoNCE N� a oo°o .SzapJ y
cn X c ca ° .E m a_ T
Ha a- Z 3
4.5+ 13 26 16 10
2.0
13"
100/
2.50"
13.0
100/
0.75"
100/
0.75"
100/
20.0 , 0.75"
A L P H A #NtTESTING KEY TO SOIL SYMBOLS
WHERE IT ALL BEGINS
AND CLASSIFICATIONS
SOIL & ROCK SYMBOLS
RELATIVE DENSITY OF COHESIONLESS SOILS (blows/ft)
®
(CH), High Plasticity CLAY
VERY LOOSE 0 TO 4
®
(CL), Low Plasticity CLAY
LOOSE 5 TO 10
MEDIUM 11 TO 30
(SC), CLAYEY SAND
DENSE 31 TO 50
VERY DENSE OVER 50
(SP), Poorly Graded SAND
(SW), Well Graded SAND
SHEAR STRENGTH OF COHESIVE SOILS (tsfl
(SM), SILTY SAND
VERY SOFT LESS THAN 0.25
SOFT 0.25 TO 0.50
IN(ML),
SILT
FIRM 0.50 TO 1.00
STIFF 1.00 TO 2.00
®
(MH), Elastic SILT
VERY STIFF 2.00 TO 4.00
HARD OVER 4.00
19
LIMESTONE
RELATIVE DEGREE OF PLASTICITY (PI)
®
SHALE / MARL
LOW 4 TO 15
SANDSTONE
MEDIUM 16 TO 25
HIGH 26 TO 35
o
(GP), Poorly Graded GRAVEL
VERY HIGH OVER 35
(GW), Well Graded GRAVEL
®
(GC), CLAYEY GRAVEL
RELATIVE PROPORTIONS (%)
W
(GM), SILTY GRAVEL
m(OL),
ORGANIC SILT
TRACE 1 TO 10
LITTLE 11 TO 20
SOME 21 TO 35
(OH), ORGANIC CLAY
AND 36 TO 50
1mm
S
SAMPLING SYMBOLS
PARTICLE SIZE IDENTIFICATION (DIAMETER)
■SHELBY
TUBE (3" OD except where
BOULDERS
8.0" OR LARGER
noted otherwise)
COBBLES
3.0" TO 8.0"
SPLIT SPOON (2" OD except where
COARSE GRAVEL
0.75' TO 3.0"
noted otherwise)
FINE GRAVEL
5.0 mm TO 3.0"
®
AUGER SAMPLE
COURSE SAND
2.0 mm TO 5.0 mm
❑
TEXAS CONE PENETRATION
MEDIUM SAND
FINE SAND
0.4 mm TO 5.0 mm
0.07 mm TO 0.4 mm
❑SILT
ROCK CORE (2" ID except where
CLAY
0.002 mm TO 0.07 mm
LESS THAN 0.002 mm
noted otherwise)
GR-01 60 00 Product Requirements
THIS PAGE LEFT INTENTIONALLY BLANK
CITY OF FORT WORTH Maverick Roadway Connection to USHWY377
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105731
Revised July 1, 2011
CITY OF FORT WORTH TRANSPORTATION/PUBLIC WORKS DEPARTMENT
STANDARD PRODUCTS LIST AS OF 09/23/2024
I Concrete
I Class A (Sidewalk, ADA Ramps, Driveways,
Curb/Gutter, Median PaveineaD
19/92022 03 3000
M. Desop,
AoP_.P Concrete Co.Prny
30CAF029
3000 psi Conaete for Sidewalks & ADA Ramps
3-5" Slump; 3-6° o Air
19/92022 011001
Ma Design
Argos
DL00000 t0433
3000 pet Concrete Cor SWmvalks, Curbs
3-5" Slump; 3-6% Av
I9/92022 03 30 00
Ma Destgv
Argos
DIOOO0001055
3000 pet Concrete for fide,, Jvncton Boxes, Manholes, Channel L.ers, Sidewalks, Driveways, Curb & Gutter
3-5" Slump; 3-6%Air
16/2 024 03 3000
Ma Design
Big Town Concrete
302050-1
3000 psi Concrete for Curbs said Sidewalks
3-5" Slump; 3-6%Air
19/92022 03 30 00
Ma Design
Bumco Texas
30U101AG
3000 psi Concrete Ma for Flatwork
3-5" Slump; 3fi% AP
14/1 024 03 30 00
Ma Design
Bumco Texas
30U500BG
3000psi Concrete Mix for Sidewalk,
3-5" Slump; 3fi%Air
19/92022 03 30 00
Ma Design
Carder Conaae
FWCC502001
3000 psi for Sidewalks, Driveways, Ramps, Cmb & Gutter, Flatwmk
3-5" Slump; 3fi% Air
19/92022 03 3000
M. Design
Card. Concrete
FWCC502021
3500 psi concrete for SidewaR.s, Driveways, Ramps, Curb & Gutter
3-5" Slump; 3-6% Air
19/92022 03 30 00
Ma Design
Cltmley's Concrete
3759
3000 psi Concrete Ma Cor Sidewalks
3-5" S1_P; 3-6% Air
19/9/2022 03 30 00
M. Design
Charky's Concrete
4102
3000 psi Concrete Mu Cor Sidewalks
3-5" Slump; 3-6%Air
19/9/2022 03 30 00
M. Design
Chisholm Tied Red, Mu
C13020AE
3000 psi Co.::. for Driveways, Curb & Gutter
3-5" Slump; 4.5-7.5%Air
19/92022 03 30 00
M. Design
City Concrete Company
30HA20E
3000 psi Covaele Mu far Blocking, Sidewalks, F1roc ak, Pads
3-5" Slump; 3-6% AQ
19/92022 03 30 00
M. Design
Cow Town Redi Mu
253-W
3000 psi Concrete Mu Sidewalks, ADA Ramps, Driveways, Curb &Gull., Safery End Treatments, Non-TkDOT Retuvmg Walls
3-5" Slump; 3-6% An
19/92022 03 30 00
Mu Design
Cow Town Red, Mu
210
3000 psi Conae1, Mu far, Sidewalks, Driveways, ADA Ramps
3-5" Slump; 36% Air
19/92022 03 30 00
Mu Design
Cow Town Red, Mu
350
3000 psi Concrete Mu far, Sidewalks, Driveways, ADA Ramps
3-5" Slump; 36 Air
11/29/2024 033000
Ma Desigo
Estuda Ready Mir
R3050AEWR
5.00 Sacks / 3,000 psi Concrete for Sidewalk,, Ramps, inlets, s id Manholes
3-5" Slump; 36% Air
19/92022 03 30 00
Ma Design
GCH Concrete Services
GCH4000
4000 psi Concrete fir far, Sidewalks, Ramps, Headwalls, mle6, said Storin Dm. Sttucmres
3-5" 1lump; 3-6 Air
19/92022 03 30 00
Mu Design
Hokin, - SOR, arc.
1261
3000 psi Concrete Mu fm Sidewalks
3-5" Slump; 3fi% Aar
19/92022 03 30 00
Ma Design
Holcim - SOR, arc.
5177
3000 psi Concrete Mu for Sidewalks
3-5" Slump; 36%An
19/92022 03 3000
Mu Design
Holcon - SOP- Inc
5409
4000 psi Concrete Ma Cor Sidewalks, inlets
3-5" Slump; 3-6%AP
19/92022 03 3000
M. Design
Ingram Concrete & Aggregates
2MWR-147QW5D5
3000 psi Concrete Mu Cor Sidewalks, ADA Ramps
3", Slump; 3-6%Au
19/92022 03 3000
Ma Design
Ing— Concrete & Aggregates
2MWR-70J23504
3000 psi Concrete for Sidewalks, ADA Ramps
3-5" Slump; 3-6% Av
14/72023 03 3000
Ma Design
Liquid Stone
C30ID
3,000 psi Concrete for Sidewalks, Approaches, and Driveways.
-6
3-5" Slump; 3-6% Av
19/92022 03 3000
9/9
Ma Design
Marto M—
R2136214
3,000 psi Concrete for Sidewalks & Ramps
3-5" Slump;
19/92022 03 30 00
Ma Desigo
Mart. Manetm
R2136014
3,000 psi Concrete for Sidewalks & Ramps
3-5" Slump; 3fi% Air
14/12023 03300 00
Ma Design
Marto M—Pe
R2136N14
5 00 sacks / 3,000 psi concete fm Sidewalks
3-5" Slump; 3-6%Air
16/12023 033000
Ma Design
Mart. Mariam
R2136R20
3,000 psi Concrete for Sidewalks and Ramps
3-5" Slump; 3-6% An
16/12023 03 30 00
Ma Dea,eo
Mart. Manata
R2136N20
3,000 psi Conmae for Sidewalks and Ramps
3-5" Slump; 3-6%Air
1112/2022 03 30 00
M. Design
Mazt. Mariate
R2141K24
4,000 psi Concrete for luncuon Boxes, Sidewalks and Ramps
3-5" Slump; 3-6% Air
18/42023 0330.0
Ma Design
Minim Manata
R2136R14
5.00 sacks / 3,500 psi Concrete for Sidewalks and Ramps
3-5" Slump; 3fi% Air
33000
14/7/2023 .33..0
M. Design
Maze. Manata
R2136K14
3,000 psi concrete for sidewalks and romps
3-5" Slump; 3-6% Air
19/92022 03 30 00
Mur Design
Marl. Manata
R2131314
3,000 psi Concrete f Sidewalks & Ramps
3-5" Slump; 3-6% An
19/92022 03 30 00
Mu Design
Marl. Manata
R2132214
3,000 Psi Concrete far Sidewalks & Ramps
3-5" Slump; 36%Ah
19/92022 03 30 00
Mu Design
Mart. Marietta
D9490SC
3,000 psi Concrete far, Sidewalks & Ramps
3-5" Slump; 4.5-7.5%Air
110/4/2023 03 30 00
Mu Design
NBR Ready Mu
CLS A-YY
5.00 Sacks / 3,000 psi Concrete for Sidewalks & Ramps, and Curb & Gutter
3-5" Slump; 3fi% Air
110/4/2023 03 30 00
Mu Design
NBR Ready Mu
CLS A -NY
5.00 Sacks / 3,000 psi Concrete for Sidewalks & Ramps, and Curb & Gutter
3-5" Slump; 3fi% Air
17/10/2023 03 30 00
Mu Ding
Oebum
30A50MR
5 SK / 3,000 psi Concrete far Sidewalks
3-5" Slump; 3fi% Air
11/18/2023 03 30 00
Ma Design
Rapid Redi Ma
RRM5020A
3000 psi Concrete for Curb, Gutter, Driveways, Sidewalk, Ramps
3-5" Slump; 36%An
11/24/2023 03 30 00
Mu Design
Rapid Redi Mu
RRM5525A
3600 psi Concrete for Valley Gutters, Sidewalk,, Approaches, ADA Ramps
3-5" Slump; 3-6%Au
19/92022 03 3000
Ma Design
Re-M.IOL11504
6 00 Sacks / 4,000 psi Concrete Mu for Sidewalks, Curb & Gutter, Sewer Manhole, Inlets, & luncton Boxes
31" Slump; 3-6%Au
19/92022 03 300
Ma Design
Bedi-Mu
10JI1524
3000 psi Concrete Ma for Driveways, Sidewalks, ADA Ramps
3-5" Slump; 3-6%Au
19/92022 03 3000
Ma Design
Redi-Mu
VO111524
3000 psi Concrete Ma for Cmb &Gutter
3-5" Slump; 3-6% AP
19/92022 03 3000
Mae Design
SRM Concrete
30050
3,000 psi Concrete for Sidewalks, Ramps, Inlets, Junction Boxes, Thmst Blocks, Curb and Gutter, Driveways, Barr,. Ramp
3-5" Slump; 3-6% Air
19/92022 03 30 00
Ma Design
Tarrant Concrete
FW5025A
3000 psi Concrete Ma for Cmb & Gutter, Driveways, Salm.11,, ADA Ramps
3-5" Slump; 3fi%Air
19/92022 03 30 00
Ma Design
Tartant Concrete
CP5020A
3000 psi Concrete Ma for Cmb and Gut.
3-5" Slump; 3fi% Air
110/102022 03 3000
Ma Design
Tarrant Concrete
TCFW5020A
3000 psi Concrete for Sidewalks
3-5" Slump; 3fi% An
19/9/2022 03 30 00
Mee Design
Tariant Concrete
FW5525A2
3600 psi Concrete Ma far Sidewalks, Drive Approaches, ADA Ramp, Curb and Gutter
3-5" Slump; 3-6%An
19/9/2022 03 30 00
M. Design
I— Ready Mix
3020AE
3000 psi Covaele for Sidewalks
3-5" Slump; 3fi% Air
19/9/2022 03 30 00
Ma Design
Tme Cnt Red, Ma
0250 230
3000 psi Concrete Mix far Flamrok, Curb & Gutter, Driveways, Sidewalks, ADA Ramps
3-5" Slump; 3fi% Air
19/9/2022 0)33 30 00
Mu Der-yr�
Tine Girl Red, Ma
0250 2301
3000 Psi Conaele Mor for Curb & Gutter, Driveways, Sidewalks, ADA Ramps
3-5" Si- 3-6%A r
I Class CM..,Mnt.jae Ju..Boxes,
keneaseurent. BlocIdne, Collars. Liehtp Foundations)
19/9/2022 03 30 00
Mu Design
American Concrete Company
-40CNF065
4000 psi Concrete for Manholes & Utility Structures
3-5" Slump; 0-3%Au
19/9/2022 03 3000
Mu Design
Argos
DIOOO0001061
3600 pei Concrete for Inlets, Boxes, Enc.s t, Blocking
3-5" Slump; 3-6%Air
19/9/2022 03 3000
Mu Design
Argos
D10000001055
3000 psi Concrete for Inlets, luncton Boxes, Mm boles, Chsunel L.ers, Sidewalks, Driveways, Curb & Gutter
31" Slump; 3-6%AP
19/9/2022 03 3000
Ma Design
Argos
D1000001615
3600 psi Concrete for Inlets, Boxes, EncasemrnS Blockmg
3-5" Slump; 3fi% Air
19/9/2022 03 3000
Mae Design
Ch lcVs Concrete
4502
3000 psi Concrete Mae for Sidewalks, BlocJwg
3-5" Sl_P; 3-6%Air
19/9/2022 03 30 00
Ma Design
Bumcc Texas
40U500BG
4000 psi Concrete Ma for Stony Dram Stmctmes, Driveways, Scrcrn Wells, Collars
3-5" Slump; 3-6%Air
19/9/2022 03 30 00
Ma Design
Cow Town Redi Ma
255-2
3000 psi Concrete Ma for Inlets, Tmust Blocking, Concrete Encasement
3-5" Slump; 3-6% An
19/92022 03 30 00
Ma Design
Cow Town Red, Ma
355
3000 psi Can to Ma for Inlets, Thmst Bmekoig, Covaele Encasemrnt
3-5" Slump; 3-6% Air
19/92022 03 30 00
Ma Design
Cow Town Red, Ma
255
3500 psi Covaele Ma fm Flatwmk Inlets, Thmsl Blocking Covaele Encasement
3-5" Slump; 3-6%Air
19/9/2022 03 30 00
M. Design
Cow Town Redi Mu
270
5000 psi Concrete Mu far Cask-m-Place Box Culverts
3-5" Slump; 3-6%Air
19/9/2022 03 30 00
Ma Desiga
Cow Town Red, Ma
370
5000 psi Covaele Ma for Cask-m-Place Box Culverts
3-5" Slump; 3fi%Air
19/9/2022 03 30 00
Ma Design
Cow Toxin Red, Ma
353
3000 psi Concrete Ma f Sidewalks, ADA Ramps, Driveways, Curb & Gutter, Safety End Treatments, Nov-TxDOT Raa..g Walla
3-5" Slump; 3fi "Aar
19/9/2022 03 30 00
M. Design
Cow Town Redi Mur
257
3600 psi Covaele mu far Valley Gutters, Lightpole Found,tmne
3-5" Slump; 3-6%A r
19/9/2022 03 30 00
Mu Design
Cow Town Red, Mu
357
3600 psi Canaele Mu far Valley Gutters, Lightpok Foundalmvs
3-5" Slump; 366 Air19/9/2022
03 30 00
Mu Design
Hold. - SOR, Inc.
1701
4000 per Co.aele Mu far Storm Dram Sttuc.res, Sanitary Sewer Manholes, JuncPon Box
3-5" Slump; 3b% Av
19/92022 033000
Mu Design
Holcim - SOR, Inc.
1551
3000 psi Concrete Mu far Blocking
3-5" Slump; 3fi% Av
19/92022 03 30 00
Mu Design
Hold. - SOR, Inc.
5409
4000 psi Concrete Mu for Sidewalks, Inlets
3-5" Slump; 3fi% Air
14/27/2023 03 30 00
Mu Design
Liquid Stone
C361DNFA
3,600 Psi Concrete for Retaining wall, driveway, tunaop boX aproq approach
3-5" Slump; 3fi% Air
19/92022 03 30 00
Ma Design
Mart. Marietta
R2141230
4,000 psi Concrete for Manholes, inlets & Headwalls, �f (( p rid
3-5" Slump; 3-6%An
18/42023 03 3000
Mu Design
Martin Mariam
R2141 R24
5 53 Sacks / 4,000 psi Concrete for J action Box, Box Culvert, Sidewalks said Ramps.
3-5" Slump; 3-6% Av
111202023 03 3000
Mu Design
Martin Marta
R2146R33
6 Ol Sacks / 4,000 psi Concrete Mu for CIPSewer Manholes
31" Slump; 3-6%Au
111202023 03 3000
Mu Design
Martin Mariam
R2146K33
6 Ol Sacks / 4,000 psi Concrete Ma for CIP Sewer Manholes.
3-5" Slump; 3-6%Au
19/9/2022 03 3000
Ma Design
Martin Marietta
R2142233
3,600 psi Concrete for Manholes, inlets & Headwalls
3-5" Slump; 4 5-7 5%Air
19/9/2022 03 3000
MsDesign
Mart. Mariam
R2136224
3,600 psi Concrete for Cmb Inlets
3-5" Slump; 3-6%Air
19/9/2022 03 30 00
Ma Design
Marto Marietta
R2141233
3,600 psi Concrete for Storin S-cones, Inlets, Blodmg & Encasemrnt
3-5" Shunp; 3fi%Air
19/9/2022 03 30 00
M. Design
Marta Marietta
R2146038
4,500 psi Concrete for Inlets, Storm Dram S.—a
3-5" Slump; 3fi% An
18/42023 03 30 00
MsDesign
Mart. Marietta
R2146R35
6.11 Sacks / 4,500 psi Covaele for Inlets, Manholes, and Headwalls
3-5" Slump; 3-6%An
19/122023 03 30 00
M. Design
NBR Ready Mix
CLS Pl-YY
6.00 Sacks / 4,000 psi Concrete for Collars, Manholes, Box Culv.ls
3-5" Slump; 3fi% Air
19/9/2022 03 30 00
M. Design
NBR Ready Mix
TX C-YY
3000 psi Concrete Mu far, Curb Inlets
3-5" Slump;3-6% Air
19/92022 03 30 00
M. Design
NBR Ready Mix
TX C-NY
3000 psi Can=. M. far, Curb fillets
3-5" S1nmP; 3-6% Air
11/18/2023 03 30 00
M. Design
Rapid Red, M.
RRM5320A
3000 psi Can=. for Block.g
3-5" Slump; 3-6% An
11/18/2023 03 30 00
Mur Design
Rapid Redi Mu
RRM6020ASS
4000 psi Concrete for Strom Dram Stuctures
3-5" Slump; 3-6% An
19/92022 03 30 00
Ma Design
Redt-Mix
IRJ11524
3500 psi Covaele Ma far Thmst Blocks, Valve Pads
3-5" Slump; 36% Av
19/92022 03 30 00
Ma Design
Redi-Mix
156/1524
4000 psi Concrete Ma far Caret-m-Place Stonn Drz, Structures
3-5" Slump; 36% Air
112/52022 03 30 00
Ma Design
Redt-Mu
10K115C4
3500 psi Concrete for Thmst Blocks, Valve Pads
3-5" Slump; 3-6%Au
CITY OF FORT WORTH TRANSPORTATION/PUBLIC WORKS DEPARTMENT
STANDARD PRODUCTS LIST AS OF 09/23/2024
I i,'o.cref (cv.ti.uedl
I12/52022 03 30 00
Mu Design
Re is
I9292022 03 30 00
Mu Design
Re is
I11/212022 03 30 00
Mu Design
Redi-Mix
I9/162024 03 30 00
Mu Design
SRM Concrete
I9/92022 03 30 00
Mu Design
TapanI Concrete
110/102022 03 30 W
I C
M. Deejj$$1,
W--Rs, Culverts,
Tamgn[ Concrete
Dr fled Sha Del
es P �saRa.
Drilled
I Dred hafts
I9/9/2022 03 3000
M. D-ga
Bumco Texas
I6212023 011101
Mu Dearea
Cow T.— Redr M.
112/52022 03 3000
Ma DCa,ea
Hcicun - SOR, Inc
I9/9/2022 03 3000
Ma Desren
Holcun - SOR, Inc
I4/7/2023 03 3001
Ma Desren
Ingmry Conce, & Aggregates
I4/7/2023 03 3000
Ma Dearen
Lq al Stove
I6272023 03 30 00
Ma Drs,er,
Madm Manetta
I6272023 03 30 00
Ma Dearen
Madu, Manetta
I8/4/2023 03 30 00
Ma Drs,er,
Ms., Manetta
'024 03 30 00
M: Desren
NBR Ready Ma
I8/2 024 03 3000
M. Dearer,
NBR Ready M.
I5/152023 0``3 3000
M. Dearer,
Red,-M.
I Vther Applications
I919/2022 03 3001
Mu Des,-
Argos
I9/9/2022 03 3000
M. D.ren
Argos
I9/92022 03 3000
M. Dearen
Argos
I9/92022 03 3000
M. Dearg.
Carder Concrete
I9/9/2022 03 30 00
Mil Deeiaa
Charls s Co
I9/92022 03 30 00
Mi. Deelaa
Charlencrete
s Concrete
I9/92022 03 30 00
Mil De gar
City Concrete Co�P/any
I9192022 03 30 00
Mu Design
Cow Town R.0 Mu
I9/9/2022 03 30 00
Mu Design
Cow Town R.& Mi.
I9/92022 03 30 00
Mi. Design
Cow Town Rer i Mi.
11/292024 03 30 00
Mi. Design
Estrada Ready, -
I9/92022 03 30 00
Mi. Design
GCH Concrete —csa
I9/92022 03 30 00
Mu Design
Holcim - SOR, Inc.
I4/12023 03 30 00
Mic DesigP
Marlin Marietta
I8/30/2023 033000
Mr. DesI,
Marlin Marietta
I9/92022 03 30 00
Mu Des;
Mani. Marietta
I12/52022 03 30 00
M. Des
Redi-Min
I9/92022 03 30"
Mu Des;
SRM Concrete
I9/92022 03 M DO
M. Des
SRM Concrete
I4/12024 03 3011
Mix Design
SRM Concrete
I9/9,022 03 30 00
M. Dcs 11��
I—" Concrete
I Mass P (M.Ai.e Plac.U.A..)
I919/2022 121113
M, Deng.
Argos
I6/2 024 32 13 13
M. Deargn
Bra Tow. Concrete
I6/2 024 3213 13
M. Dearen
Bra Tow. Covcretc
I9/92022 32 13 13
M. Dearer,
Carder Co.crete
I9/92022 32 13 13
M. Dealer,
Carder Concrete
I9/92022 3213 13
M. Dealer,
Ch.lcVs Co.crete
I9/92022 32 13 13
M. Desigr,
C,ty Co.cretc Company
I9/92022 33 13 13
M. Dealka
Cow Town R.dl M.
I11/142022 321313
M.Desiga
CowT.— Redi M.
I9/9/2022 32 13 13
M. Design
Cow Tow. Redi Ma
I9/9/2022 32 13 13
M. Desiga
Cow Town Redi Ma
I2/62024 321313
Mu Design
Estrada Ready Mix
I9/92022 32 13 13
M. Design
mgam Concrete & Aggregates
I8/42023 32 13 13
M. Design
Man. Manetta
IIM/2022 321313
Mrs Design
Men. Man.tta
I10/4/2023 321313
M. Design
NBR Ready Mu
It0/4/2023 321313
M. Design
NBR Ready Mi.
I9/16/2024 321313
Mrs Design
SRM Concrete
I9/92022 32 13 13
M. Desq"
Tartant Cor,cr.te
I9/92022 32 13 13
M. Dear"
Tme Gnt Red,M,
I9/9/2022 21313
M.c De)�n
Tme Gnt Red, M,
I ces H (Ilam I Placed Pa_.)
I9/9/2022 3213 13
M' Dea,gn
Ara— Concrete Company
I9/9/2022 32 13 13
M. Deargn
Argoa
32 13 13
M.c Dealer,
Argos
i9/9/2022
9/92022 32 13 l3
M.Dearga
Argos
I9192022 3213 13
Ma Dearga
Argos
I9/92022 3213 13
M. Dealer,
Argos
I522023 3213 13
M. Design
Bra D Concrete
I9/92022 3213 13
M. Design
Brg Town Concrete
I9/92022 32 13 13
M. Dealka
Brg Tow. Concrete
I9/9/2022 32 13 13
M. Design
B.mco Texas
I9/9/2022 32 13 13
M. Desiea
Carder Concrete
I9/92022 32 13 13
M. Design
Charley's Concrete
I9/92022 32 13 13
M. Design
Charley's C--
9/9 022 32 13 13
M. Design
C,ty Concrete Company
I9/92022 32 13 13
M. Design
Cow Tow. Red, Mu
I9/9/2022 32 13 13
M. Design
Cow Town Redi Mu
11/29/2024 32 13 13
M. Design
Estrada Ready Ma
I9/92022 32 13 13
M. Design
GCH Concrete Services
I9/92022 32 13 13
M. D.,an
Holcim -SOR, roc.
I9/92022 321313
M. Dearer,
mgaa Concrete&Aggregates
I9/92022 3213 13
M' Drs,er,
mgam Concrete & Aggregates
I9/92022 321313
M.Dwrgn
Ing—Concrete&Aggregates
I I122022 32 13 13
M. Desrga
Mart. Marlette
I8/42023 32 13 13
M. Desrgr,
Mart. Manetta
156115C4 4000 psi Concrete f CrP Sar m Drain Stmctures 3-5" Slump. 3-6% Air
]OL21524 4000 psi Concrete Mi. for Manholes 3-5" Slump, 3-6%Ate
145P2
350505P4 3500 psi Concrete f SThmst Blocks and Collars 3-5" Slamp, 3-6%Ate
FW5320A 3000 psi Concrete Mi. for Blocking 3-5"Slump.36%A'v
TCFW6025A2 4000 psi Concrete f Manholes 3-S" Slamp, 3-6%Ate
36U500BG
3600 psi Concrete Mi. for Li¢htina and Traffic Signal Foundations (Drilled Shafts)
5.5-7.5" Slump; 3-6%Av
360-DS
3600 psi Concrete f Drilled Shutt/Lighting and Traffic Signal Foundation (Drilled Shafts)
5.5-7.5" Slump; 3-6% Av
1822
3600 psi Concrete f (DrRled Shafts)/Ligh[ine and Traffic Signal Foundations
5.5-7.5" Slump; 0-3 % Av
1859
4000 psi Concrete for (DrRled Shafts)/Ligh[ine and Traffic Signal Foundations
5.5-7.5" Slump; 3-6% Av
]OLQS50N
3.600 vsi Concrete for (DrRled Shafts)/Lighting and Traffic Signal Foundations
5.5-7.5" Slump; 3-6% Av
C36IDHR
3.600 mi Concrete for (DrRled Shaft)/Ligbfi-and Traffic Signal Foundations
5.5-7.5" Slump; 3-6%Au
U2146N41
6 44sacka / 3,600 car Concrete for (DrMW Shafts) / Lighting and Traffic Signal I ..datlo.s
5-7" Slump; 3-6% Av
U2146K45
6 65 sacks / 3.600 psi Concrete for (Ddled Shafts) / Lighting and Tmfic Signal Foundations
5-7" Slump; 3-6%Au
U2146R41
6 44 sacks l4.500 psi Concrete for (Drilled Pic.)/Light Pole bases
5-7" Slump; 3-6%Au
135K2524
3500 psi Concrete for (DrRled Shaft) Liehmole I ..datlona
55" Slump; 3-6%Au
135K0524
3500 psi Concrete for (Drilled 6haft) Lich Pouvdatiova
5:5 Slump; 3-6%Au
BOLL I5D5
3600 osi Concrete f (Ddled Shafts) /Lighting and Traffic Signal Foundation=
5.5-7.5" Slump; 3-6%Au
D10000001083S
4000 psi Concrete for Valve Pads, Inlets, Structures, Headwalls, Thmst Blocking
3-5" Slump; 3-6%Au
D10000001083
4000 per Concrete for Valve Pads, Inlets, St ucta cs, Headwalls, Thmst Blocking
3-5" Slump; 3-6% Av
D 10000001681
4000 psr Covcretc for Headwalls, Retam.g Walls, Box Culverts, Valley Guam
3-5" Slump; 3-6%Al,
FWCC602001
4000 psr Concrete for Storm Drain S-rar cs, Manholes, Headwalls, Retaining Walls, Valley G.—, Drive Approaches
3-5" Slamp; 3-6% Aa
4518
4000 psi Concrete for Headwalls, Wingwalls
3-5" Slump. 3-6% Air
5642
4000 psi Concrete f Storm Drain Swcmres
3-5" Slump. 36%Air
40LA2011
4000 psi Concrete Mi. for Stomr Drain Stm..—
3-S" Slump. 3fi , Air
260-2
3600 psi Concrete Mi for Box C.1 srls, Headwalls
3-S" Slump, 3-6%Air
360-1
3600 psi Concrete for Box Culverts, Headwalls,
3-5" Slump, 36% A'v
yMi. �Wi.gw.11s
5.50
Slam'
GCH4 0�
4000 psi Cocoa foa for Sid—.&s, Rampss, H dwalls, inlets, and St.— Drain Stmctures
3-5" Slump, 3fi%Ate
1851
4500 psi Concrete for Storm Drain S-ctures, Hand Placed Paving
31" Slump, 3fi%A'v
310LBP
3,6001Q7��fj Co.uete fr RetainWalls
3-5"Stump,4-7%Air
R2141R30
5.85 SIK / 4,000 psi Concrete for Box Culverts & Headwalls
3-5" Stump, 36%Air
R2146035
4,000p�\ for Manholes, hdets & Headwalls, Valve Pads
3-5" Stump, 36% Air
l OL115C4
�C,o.crete
3600 pet � .rZa for Manhole, milt, Junction Box, Headwall
3-5" Stu—:36% Air
40050
4,000 pi Concrete fr Hdwalls, Retainvuv Wall, Collars
3-5" Slump, 36% Air
35022
3,600p� Concrete fr Junction Box, Retaining Walls
3-5"Slamp,36%Air
45050
4500 psi _as for S.— Stmetarw
3-5" Slump. 3-6%Ate
FW6020A2
4000 psi Concrete Mu for Stonn Drain Stmctares
3-5" Slamp, 3-6%Ate
D10000001617
3610 psr Concrete for Mech.e Placed Paving
1-3" Slump; 3-6%Au
360060-1
3600 per Concrete for Machine Placed Paving
l-3" Slump; 3-6%Ara
362060-1
3600 psr Concrete for Mach— Placed Paving
l-3" Slump; 3-6% Av
FWCC552091
3600 psr fr Machine Placed Paving
L-3" Slump; 3-6% Arr
FWCC602091
4000 psr for Machine Placed Paving
l-3"Slump; 3-6 Aa
5167
3600 psr Concrete M.c for Machine Placed Paving
l-3" Slump; 36% Air
3fiLA2011
3600 psr Concrete M. for Machine Placed Paving
L-3" Slump; 36%An
257-M
36M psr Concrete M. Cor Machiace ne Placed Paving
1-3"m6 p; 3-Air
:la
357-M
3600 psr Concrete M. Cor Machine Placed Paving
1-3" Slump; 3-6 Air
260-M
4000 psr Concrete Mu Cor Machine Placed Paving
1-3" Slump; 36% Air
360-M
4000 psr Cpr,mete M. for Machine Placed Paving
1-3" Slump; 36a Air
TD3655AEWR
5.50 Sacks / 3,600 psr C--lc for Machine Placed Paving
1-3" Slump; 36a Air
2MWRC56PS5D5
4000 psr Concrete Machine Placed Paving
1-3" Smmp; 36a Air
Q2141R27
5.69 sacks/4,000 psr Cmmte for Machine Placed Paving
1-3"Slump; 36%Air
Q2141K30
4,000 psi Concrete for Machine Placed Pay.g
1-3 "Slump; 36%Ate
TX C SF-YY
5.50 Sacks / 3,600 psr Concrete for Mach.. Placed Paving
1-3" Slump; 3-6 Air
TX C SF -NY
5.50 Sack' / 3,600 psr Covcr.te for Machine Placed Paving
1-3" Stump; 3-6 Air
40025
4000 per Concrete fr Machine Placed Pay.g
1-3 "Slump; 36%Air
FW5520AMP
3600 psr Concrete for Machine Placed Pay.g
1-3"Slump; 36%A
0255.2301
3600 psr Concrete M. for Machine Placed Pavrag
l-3" Slump; 3 5-6 5%Au
0260.2302
4000 psr Concrete M. for Machine Placed Pave
l-3" Slump; 3 5-6 5%Au
45CAF'076
4500 ps, Concrete for Hand Placed Paving
3-5" Slump; 3-6%Au
D 10000001273
4500 psi Concrete for Head Placed Paving
3-5" Slump; 3-6%Au
D10000001737
4500 psr Concrete for Hand Placed Paving
3-5" Slamp; 3-6% Av
D 10000002107
4500 psr Concrete for Hand Placed Paving
3-5" Slump; 3-6 Au
D 10000001791
4500 psr Concrete for Hand Placed Paving
3-5" Slump; 3-6 Aa
DJOOO0001103
4500 psi Concrete for Hand Placed Paving
3-5" Slump; 3-6% Air
CM14528AE
4500 psi Concrete for Hand Placed Paving
3-5" Slump; 3-6 An
452065-1
4500 psi hand placed paving
3-5" Stamp; 36%Air
450065-1
4500 psi hand placed paving
3-5"Slump; 3-6 Air
45U500BG
4500 psr Concr.t. M. fin Hand Placed Pay.g, Storm Swcturea
3-5" Slump; 36% Air
FWCC602021
4500 psr concrete fin Hand Placed Pay.g
3-5" Slump; 36% Air
4609
4500 psr Concrete Mu f Hand Placed Paving, Manholca
3-5" Slump; 36% Air
6103
4500 ps, Concrete M. for Hand Placed Pay.g, Manhol a
3-5" Smmp; 36% Air
45NA20R
4500 psr Concrete Mu for Hand Placed Pay.g
3-5" Slump; 36% Air265
4500 psr Concrete Mrs for Hand Placed Pay.g
3-5" Slump; 36% Air365
4500 psr Concrete M. for Heard Placed Pay.g
3-5" Slump; 3-6 AirR4560AEWR/
6.00 Sacks / 4,500 psr Concrete for Hand Placed Paving
3-5" Slump; 4-6 AirGCH4500
4500 psr Concrete Hand Placed Paving
3-5"Slump; 36%Air
1851
4500 psr Concrete for Storm D—Stmcmres, Hand Placed Paving
3-5" Slump; 36%Aa
2MWR-1fi1PSMM
4500 psi Concrete M, for Hand Placed Pay.g
3-5"Slump; 35-65%Au
2MWR-]fi]UVSDM
4500 psi Concrete for Head Placed Pay.g
31"Slump; 3-6%Au
2MWR-IOMQS50N
4500 psr Concrete for Hand Placed Paving
3-5" Slump; 3-6%Au
R2146N35
6 1l sacks / 4,500 psr cocrete for Hand Place Pay.g, inlets, Manholes, HcW aRs
3-5" Slamp; 36% Aa
R2146R36
6 17 / 4,500 psr Conce, f r Haad Placed Pay.g
3-5" Slump; 3-6%Au
CITY OF FORT WORTH TRANSPORTATION/PUBLIC WORKS DEPARTMENT
STANDARD PRODUCTS LIST AS OF 09/23/2024
I
111/22022
111/22022
I5/22/2023
112/22/2023
112/22/2023
111/152022
111/1520 2
19/92022
19/92022
19/92022
19/92022
19/92022
110/42023
110/42023
17/102023
11/24/2023
19/92022
19/92022
19/92022
19/92022
11/132023
19/9/2022
19/92022
19/92022
19/92022
19/92022
19/92022
19/9,022
19/92022
19/9/2022
19/9/2022
19/9/2022
19/92022
19/92022
19/91022
I I/18202,
1112 124
19/92022
11/242023
14n12023
19/92022
12/102023
I9/92022
19/92022
19/92022
19/9/2022
19/9/2022
19/9/2022
11/292024
15/3/2023
14/120 3
14/152024
14/152024
19/92022
15/5/2023
I
14/1/2023
19/92022
19/9/2022
19/9/2022
19/9/2022
19/92022
19/92022
19/92022
110/42023
19/92022
I
14/12023
14/l'023
3213 IS Mix Design
3213 13 Mi. Design
3213 13 Mi. Design
32 13 13 Mi, Deaipp
32 13 L3 Mi. Dea go,
3213 13 Mi. Design
32 13 13 Mix De Ign
32 13 13 M& Design
32 13 13 Mix Design
32 13 13 Mix Design
32 13 13 Mix Desigp
32 13 13 M. Desigp
32 13 13 Miz Design
32 13 13 Mi. Design
32 13 13 Mix DIP,
32 13 13 Mu Desfl
32 13 13 Mu Demon
32 13 13 Mu D.W,
321313 Mu Delp
321313 Mu Design
321313 Mi, Design
3213 L3 Mi. Design
3213 13 Mi. Design
3213 L3 Mix Design
32 13 13 Mi. Design
32 13 13 Mi. Desion
32 13 13 Mi. Design
32 13 13 Mix Design
32 13 13 &Des v
hhaa HE B q�i�Earl,trwgthP
321313 M Design
321313 Mi. De on
32 13 13 M. De ion
3213 L3 M&Des
igp
32 13 13 Mix De ion
32 13 L3 Mix Dear
32 13 13 Mi. Dail on
32 13 13 Mi. Design
32 13 13 Mi. Design
32 13 13 Mi. Design
32 13 13 Mix Desigp
32 13 13 Mix Design
32 13 13 M. Design
32 13 13 Mix Desigp
32 13 13 Mi. Des�p
3s�21313 MieDe�r
Clas S rida�ba1Ton Slabs o
32131r M, De
321313 M&Desion
321313 M&Design
3213 13 M-Deaipp
32 13 13 Mm Desion
3213 13 Mix De ion
32 13 13 Mix De ion
32 13 13 Mix Desion
32 13 13 Mix Desion
32 13 13 Mix Des n
ZonI Base l'rmch epmr
03 34 16 Mix Design
03 M l6 Mu Dcs�°n
ontrouw Low Strm4 Material
03 34 13 Mix Design
03 34 l3 Mu Desion
03 34 l3 Mu Desion
03 34 l3 Mm Desipp
0334 13 Mm Design
03 34 l3 Mm Desion
03 34 13 Mu Design
03 34 13 Mm D—
...
rete Rink �n
I31 37 00 X Desion
31 37 00 Mi. Desion
Marlin Marietta
Marlin Marietta
Marlin Marietta
Marlin Marietta
Marlin Marietta
Marlin Marietta
Marlin Marietta
Marlin M—
Marlin Marietta
Marlin Marietta
Marlin Marietta
Mann Mantas
NBR Re Mu
NBR Re a
Osbum
R.�jjid Redi Mu
Redi-Min
Redi-Mix
Redi-Mix
Redi-Mix
SRM Concrete
SRM Concrete
Tarrant Concrete
TarrmI Concrete
Tarrmt Concrete
Tian Ready Mix
Tme Grit Redi M.
Tme Grit Redi M&
Tme Grit Redi Miz
suing)
Big D Concrete
Bumco Texas
Charleys C ncr t
Cow Town Redi Mu
Cow Town Redi Mu
Cow Town Redi Mu
Cow Town Redi Mu
Estrada Readyy Mu
Holcim - S(SR, Inc.
t.' d Stone
Marvin Marietta
Redi-Ml
SRM Concrete
SRM Concrete
TaranI Concrete
Tarrant Concrete
f Direct T.CBi Culverh, AJ p.rh Slabs)
Cow Town Red{ M
Cow Town Rd i Mu
Cow Town Redi Mu
Estrada Ready Mix
Marlin Marietta
Martin Marietta
NBR Read��Mix
NBR ReadyMix
Redi-Mix
SRM Concrete
Bumco T—
B r. T—
B— Terns
Carder C.—
Carder Concete
CityConmUe CamJnJ?nY
Cow Town Redi M&
Martin Marietta
NBR Ready Mu
Tarrant Concrete
(Martin Marietta
Martin Marietta
si
R2146K36
4,506 Concrete, for Hand Placed Pavmg
3-5"Slump. 3-6%Air
1. �°
.I // �4,500 rete �
3-6 Air
R2146R444
6.60 S.I.psCCon Mu for H dd Placed Paving
3-5" Slump. 3-6 Air
R2146K44
6.60 Sacks / 4,500 Concrete Mi for Hand Placed Paving
3-5" Slump. 36%Air
R2146P36
%,
4,500 psiC nc Ue PPor Hand Placed Paving
3-S"Slump. 36%Air
R2146K36
4,SOOpsi Conc Uefor Hand Placed Paving
31"Slump. 36%Ate
R2147241
4,500 pace pi Concrete for Hand Placed Pavig n
31:: Slump, 4.51.5%Air
R2146236
4,500 p5 Conc to for Hand Placed Paving
3-5"Slump,36%A'v
R2146036
4,500 q�`�onc to for Hand Placed Paving, Inlets
31" Stamp, 36% Ah
R2146242
4,500 P� Coneret for Hand Placed Paving
3-5" Slam,, 36%Ab
R2146042
4,500 psi Concrete for Hand Placed Pavine
3-5" Slump, 36% Air
CLS P2-YY
6.50 Sacks / 4,500 psi Concrete for Hand Placed Paving
3-5" Slump, 3-6 Air
CLS P2-NY
6.50 Sacks / 4,500 psi Can— for Hand Placed Paving
3-5" Slump, 3-6 Air
45A6OMR
6SK/4,500 psi Concrete for Hand Placed Paving
3-5"Slump, 36%Air
RRM6320ARP
4500 psi Concrete for Hand Placed Pavit�ff
3-5" Slump, 36% Air
1OM11524
4500 psi Concrete Mu for Hand Placed Pa
3-5" Slump, 36%Ate
lOM1l5D4
4500 psi Concrete Mu for Hand Placed Paving, S[onn Drain StrucNas
3-5" Slump, 36% Air
IOM71504
4500psi Concrete Mi for Hand Placed Pavmg"
3-5 "Slump, 36%Air
145CD5P4
4500 psi Concrete Mix for Hand Placed Paving, Storm Drain Stmcta—
3-5" Slump, 3-6%Ate
45023
4,500 iConmetefor Hand Placed Paving
3-5 "Slump. 3-6%Ate
45000
4,506 iConcrete Cor Hand Placed Paving
31"Slump. 3-6%Air
FW6020AHP
4500 psi Concrete Mu for Hand Placed Paving
3-5" Slump. 3-6 Ah
FW60AHP
4500 psi Concrete Mu for Hand Placed Paving
3-5"Slump.36%Air
TCFW6020AHP
4500 psi Concrete Mu for Hand Placed Paving
3-5"Sharp, 36%Air
TRC4520
4500 psi Concrete for Hand Placed Pavi9ff
3-S" Slump. 36% Air
02602301
4500 psi Concrete Mu for Hand Placed Pav!
3-S" Slump, 36%Air
0265.2301
4500 psi Concrete Mu for Valle_ Gutters, Han Placed Paving
3-5" Slump, 3.56.5%Air
270.230
5000 psi Concrete for Hand Pla� Paving
31" Slump, 36%Air
14500AE
4500 psi Concrete f H' Early Strength Paving
3-5" Slump. 3-6%Ate
55UI20AG
4000 psi Concrete Mbe m Earl�Streng�h Paving
3-5" Slump, 3-6%Air
6589
4500 psi Concrete Mu for Hrearly Strength Paving
3-5" Slump, 3-6% Air
370-INC
4500 psi Concrete f HES Pavmg
3-5" Slump, 36%Ate
375-NC
5000 psi Concrete f HISS Paving
3-5" Slump, 36% Air
370-NC
4500 psi Concrete fm RES Paving
3-5 Shunp. 36%Air
380-NC
4500 si Concrete far HISS Pav�"r
31" Slump. 36%Air
4575AESC
7.50 ks/4,500 Qsi(3,000,Ti (a,3-&,)Concretefor HESPaving
3-S"Slump, 36%Ate
2125
5000 psi Concrete f HISS Paving
3-5" Slump, 36% Air
C451DHR-A
4500 (3,000e f r H241vs. HES Pav�'9C
3-5" Slump, 36% Air
ONI I507
4500 psi (2600 psi r 4 hrsJ Concrete Mu for HES Paving
3-5" Slump, 4.56.5 % Air
50310
5,000 �iConcreteor HES Pavia,
3-5"Skimp, 36%Air
40326
4,500 t 000 4 3-0a ) i Concrete for HES Paving
3-5" Slump, 36%Air
FW6520AMR
4500 (3000 � \3 psi HISS Pawl$
3-5" Slump, 36%Air
FW7520AMR
4500 (3000 psai -d— psi Concate s Paving
3-5" Slump, 36%Air
260
4000 psi Concrete Mi, for Bn �e Slabs, Box Culverts, Headwalls
31" Slump, 3-6%Ate
360
4000 psi Concrete Mu for Bn f Slabs, Box Culverts, Headwalls
3-5" Slump, 3-6% Air
365-STX
4000 prsi Concrete fin Bridge s s, [qq slabs of di mt Iratfic mlverts, approach slabs-TXDOT Class S-No Fly Ash
3-5" Slump, 3-6% Air
R4060AEWR
6.00 Sacks / 4,000 zi Concrete f Budge Slabs, Top Slabs, and Approach Slabs
4-6 Slump, 36%Ate
M7842344
4,000 psiCncetc Por BridgeD k
3-5"Slump. 4.5-7.5%Air
R2146P33
6.01 sacks / 4,00jJ ,i Conc to for Bri D k
3-S" Slump. 36%Ate
S. No Fly Ash
orN_S
TX S-YY
4.50 Sacks / 400611��� Concrete Mu for Class S Slab Paving
oncre a
31" Slump, 36%Ate
I56115D4
4000pi Bridge yllaha
3-5" Slomp, 36% Air
D100008553CB
4,006 psi Concret for Bdridge Approach Slab, Dark Slab
3-5 "Slump, 36%Ate
al far n
08Y450BA
800 psi 'toMu far ase for Trench Rep
51" Sllump. 3 61%Ate
OIY69OBF
100nn�i Covmete M& f Plowable Fib
Plowable, 8 5-11.5%Air
FWCC359101
50-I$0 psi Flowable Fill - CLSM
3-5" Slum{R(, 8-12%Ate
FWFF237501
50-150 psi Flowable Fill - CLSM
Flowable, 8 5-11.5%Ate
11-350-FF
50-150 psi Concrete f Flowable Fill-CLSM
Flowable, 8-12%Air
Mix# 9
70 OJai Flowable Fill - CLSM
7A" Slump, 8-11%AAir
bl�
eoncrette
8-10'
FTW FLOW FILL
ISd�AAi f HowableFdUCLSM
SI;76 8-12%Air
FWFF150CLSM
5FN01pei Plowable Poll-CLSM
Plowable, 2%Ate
1030
R2146033
14
4,006 psi Concrete for Rrmap
I3-5"Slump. 3-6%Ate
I
Asphalt Pavi„
19/92022
32 12 16
Mu Design
Austm Asphalt
FT5B117965
FT5B 117965 PG64-22 Type B Fme Base
11/92/22
321216
Mu Design
Au: Asphalt
FT1B139965
FT1B139965PG64-22TypeBPme Base
I9/92022
321216
Mu Design
Austm Asphalt
FT1B1l72
FT1B1172PG64-22TWp BF-13-
5/1 024
3212 16
Mu Dvaga
Reynolds Asphalt
340-DG-B P
340-DG-B PG64-22 Type B Base Course
19/92022
3212 16
Mix Dvoga
Reynolds Asphalt
1112B
1I12B PG64-22 Type B Fme Base
I9/92022
3212 16
Ma Design
Reynolds Asphalt
1612E
1612B PG64-22 Type B Fme Base
112/52022
3312 L6
Moe Design
Suumon,: Pavmg
3476BV6422
3076BV6422 PG62-22 Type B Fme Base
19/92022
321216
Ma D"O"
Surmount Pavmg
341-BRAP6422ERG
341-BRAP6422ERGPG64-22Ty BFine Base
19/92022
321216
MaD-110i
TXBIT
37-211305-20
37-211305-20 PG64-22 Type B Fine Base
19/9/2022
321216
Ma Desigo
TXBIT
44-211305-17
44-211305-17 PG64-22 Type B Fme Base
19/92022
32 12 l6
Ma Design
TXBIT
211305 (1757)
211305 (1757) PG64-22 Type B Fme Base
CITY OF FORT WORTH TRANSPORTATION/PUBLIC WORKS DEPARTMENT
STANDARD PRODUCTS LIST AS OF 09/23/2024
I As h. Continued?
I9/9/2022 32 12"
Mix Ues�af
TXBIT
64-224125-18 PG
64-224125-18 PG10-22 Type D Fine Sarface
I4/l/2024 32 12 16
I
Mu Desve
N...
TXBIT
I344 MAC-SP-D 7012.
I344 MAC-SP-D 70-22XR SAC A-R Tvne D Fme Surface
I9/9/2022
eleet.hle
321320
.rninp 3
DWS-Pavers
Pine Hall Brick (Winston Salem, NC
Tactile Pavers
I9/9/2022
32 13 20
D.-Pavers
Westem Brick Co. (11—toa, TX)
Delectable Waming Pavers
I9/9/2022
321320
DWS-Composite
Armor Tile
I9/9/2022
321320
DWS-Composte
ADA Saint—(Wrhnmghat MA)
Hentage B-1, CIP Composrte Paver
I4/7/2023
32 13 20
DWS -Pavers
ADSolnMn$ (Wrhnmgton. MA)
Detectable Warm.. Pavers
I Silicone Joint Sealant
I919/2022
I9/9/2022
32 13 73
32 13 73
]Dint Sealant
]Dint Sealant
Dow
Tremco
890SL
90OSL
1901L-Cold Ued, S' 'e Component, Silicone Joint Sealant
900SL-Cold ed, S e Component, Silicone Joint Sealant
I9/9/2022
32 13 73
]Dint Sealant
P—an
300SL
300SL-Cold `ad, S�9y e Co enL Silicone Joint Sealant
I9/9/2022
32 13 73
Joint Sealant
Ciah.
RoadSaver Silicone
Road .a S icone - Cold Apphe gle Component, Silicone Joint Sealant
I Utility Trench Embedment Sand
I9/92022
3305 10
Embedment Sand
Sdver Creek Metenals
UOhty Embedment Sand
I9/92122
13305 10
Embedment Sand
Crouch M..,o is
Utrhly Embedment Sand
I9/92022
330510
Embedment Sand
FandLDut Movers
UOhty Embedment Sand
I9/92022
330510
Embedment Sand
FendLDut Movers
Utility Embedment Sand
I9/92022
13305 10
Embedment Sand
Tat Top Manm Manetto
UOhty Embedment Sand
I Storm Sewer- Manholes & B.... /Fr.mea 8,Covers/Stavd.rd JRounall 13 1-13
I9282018 3305 13
McMole F., ead Covee
A ,.Cent (Govi Stwl Company, LTD)
M11 tl220605
MHRC #220605 (Size - **24" Din)
I9282018 330513
Manhole Cover
Neenah Foot
NF-1214-Tll
NI-1274-T91(Size-32"DiaJ
I928/2 18 3305 l3
Manhole Frames and Covers
,a
Neenah
NF-1743-LM (Hlaged)
NF-1743-LJA (Hit�Fd) (Size - 32" Die.)
I928/2 18 3305 13
Manhole Frame
Neenah Faun
NF-1930-30
NF-1930-30 (Size -32 25" Di..)
I9282018 330513
Manhole Frames and Covers
Neenah Foot
R-1743-HV
R-1743-HV(Size-32"DiaJ
I4/3/2019 330513
Manhole Frames and Covers
SIP Ind`ties ++
2279ST
2279ST(Size-24"DiaJ
I4/3/2019 330513
Manhole Frames and Covers
SIP Industries++
2280ST
2280ST(Size-32"DiaJ
I10/82020 3305 13
Manhole Prames and Covers
EJ (F—Ily East Jordan bon Works)
EJ1033 M/A
EJ1033 Z2/A (Si,. -32.25" Di.)
I3/8/2024 330513
Cmbhrlet Covers
SIP Industries++
2296T
2296T(Size-***24"Die)
I6/18/2024 330513
Cmb toldCove,a
SIPlnduatries++
2279STN
2279STNT(Siza-24"Di. )
**Note: AU new develop .iead new iru 11,W'.n ea,hok lids
shall meetthe minimum 30-inch opening requ� ementas Deckedin L}ry Spechcebon 33 OS l3. Any smaller opening sius wil(onty be allowedjor esisdng manholes that require replacemerttfiames and covers
I Storm Sewer-Inlet&Structures 33A5-13
I10/82020 33 49 20
Cad,(Nets
Fonema
FRT-10.3-0OS-PRECAST** (Size - l0' X 31
I10/82020 33 49 20
Curb Inlet,
Fonema
FRT-Ox3-406-PRECAST** (Size - l0' X 31
I10/82020 334 20
Curb Inlets
Fonema
FRT-1 Ox4 5-007-PRECAST** (Size - l0' X 4.5I
I10/8/2020 334 20
Curb Inlet,
F—itte
FRT-1 Ox4 5-420-PRECAST** (Size - lO' X 4.51
I10/t2020 333920
Manhole
Fonema
FRT-0X4-009-PRECAST-TOP(Size-4'X 41
I10/t2020 333920
Manhole
Fonema
FRT-0X4-009-PRECAST-BASE(Size-4'X 41
I10/t2020 333920
Manhole
Fonema
FRT-5X5410-PRECAST-TOP(St.-5'X 5)
I10/82020 333920
ManhOle
Fonema
FRT-5X5-010-PRECAST-BASE(Size-5'X 5)
I10/82020 333920
ManhOle
Fonema
FRT.411-PRECAST-TOP(Size-6'X 6)
I10/82020 333920
Manhole
Fonema
FRT-6X6-011-PRECAST-BASE(Sim -6'X 61
I3/192021 334920
Cmb Inlets
Thompson Pipe Goup
TPG10X3-0OS-PRECAST INLET**(Size-10'X3)
I3/19/2021 33 49 20
Curb Inlets
Thompson Pipe Group
TPG15X3-0OS-PRE CAST INLET** (Size - IS' X 31
I3/19/2021 334920
Curb Inlets
Thompson Pipe Goup
TPG2OX3-00,7(5��`Tpa��(t\RR�`�EE� ��L�) *(Size-20'X 71
*e-4'X4)
I3/19/2021 333920
Manhole
Thompson Pipe Goup
TPLX4-009
I3/19/2021 333920
ManhOle
Thompson Pipe Goup
PRREC� ASE
TPG-0X4 �iza-4'X4)
I3/19/2021 33 39 20
Manhole
Thompson Pipe Goup
TPG-0X4412-PRECgASST�T 44T-FI RISER (Size - 4' X 4)
I3/19/2021 333920
Manhole
Thompson Pipe Of"'
TPG-SXS-0I�-ASTB (SizeSSX51
I3/19/2021 333920
Manhole
Thompson Pipe Group
TPG-5X5-012-PRECAST 5-Ff RISER (Size-5'X 5)
I3/192021 333920
Manhole
Thompson Pipe Group
TPG-6X6-0II-PRECAST TOP (Size -b'X 61
I3/19/2021 333920
Manhole
Thompson Pipe Group
TPG-6X6-i -PRECAST BASE (Size-6'X 6)
I3/19/2021 333920
Manhole
Thompson Pipe Group
TPG-6X6-412-PRECAST 6-FI RISER (Sie-6'X 61
I3/19/2021 333920
Manhole
Thompson Pipe Group
TPG-7X7-011-PRECASTTOP(Sie-7'X71
I3/19/2021 333920
Manhole
Thompson Foe G.u,
TPG-7X7411-PRECAST BASE(Size-7'X7)
I3/192021 33 3920
Manhole
Thompson Fie Goup
TPG-7X7-412-PRECAST 4-FT RISER (Size - TX 71
I3/19/2021 33 39 20
Manhole
Thompson Fie Goup
TPG-SX8-01 l-PRECAST TOP (Size - 8' X 81
3 39 20
I3/19/2021 333920
ManhOle
Thompson Fie Group
TPG-8X8-01 l-PRECAST BASE (Size - 8' X 81
I3/192021 33 39 20
Manhole
Thompson Fie Group
TPG-8X8412-PRECAST 5-FT RISER (Size - 8' X 81
I3/192021 33 49 20
Drot�lnle[
Thompson F./e Goup
TPG-0X4-008-PRECAST INLET (Size -4' X 41
I3/192021 33 49 20
Drot�Llet
Thompson F./e Group
TPG-5X5408-PRECAST INLET (Size - 5' X 5)
I3/192021 33 49 20
Dmtl Intel
Thomt�sSon F—je Group
TPGfiX6-008-PRECAST INLET (Si. - 6' X b)
I8282023 334910
Manhole
Oldcaste
Precast 4' x4'Stacked Maahole(Size-4'X4)
I8/28/2023 33 49 10
Manhole
Oldc.sde
Precast 5' x 8' Storm Junction Box (Size - 5' X 8)
I8282023 334910
Manhole
Oldcasde
Precas14'x 4' Storm Junction Box (Size-4'X 41
I8282023 334910
Manhole
Oldcasde
Precas15' x 5' Storm Junction Boa
I8282023 33491 0
Manhole
Oldcastie
ISize-5'XS)
Precaa16' x b' Storm ]unction Box (Size - 6' X b)
I8282023 334910
Manhole
Oldcesde
Precas18'x8'Sl Junction Box Base(Slze-8'X 8)
I8/28/2023 334910
Manhole
Old —tie
Precast 5'x8' Storm Junction Box Base (Size-5'X 8)
I8/28/2023 334910
Manhole
Rinker Materials
Reinforced 48" Diameter Spread Footing Manhole (Sie-4'X 4)
I8282023 33 39 20
Curb Inlet 10 S 3' Riser
Thompson Pit a Goap
told Rise, (Size-3 FT)
I8/28/2023 333920
3 39 20
Curb Inlet 15', 3' Rae,
Thompson Pipa Goup
Inlet Riser (Size - 3 FT)
I8/28/2023 33 39 20
Curb Inlet 20' x 3' Rae,
Thompson Pipe Group
Inlet Riser (Size - 3 FT)
I1/12/2024 33 49 20
Drop Inlet
AmenTex Pipe &Products
Drop hole[ (4' X 41
I1/12/2024 33 49 20
Drop Inlet
Ame Tex Pipe &Products
Drop hilet (5' X 5)
11/19/2024 33 49 20
Manhole
Ame Tex Pipe &Products
Precast 4M' Storrs Junction Box
11/19/2024 33 49 20
Manhole
Aoo Tex Pipe &Products
Precast 5k,T Stomr Junction Box
I1/l9/2024 33 49 20
Manhole
Am —Tex Pie &Product,
5' Precast Toneitlon MH (4' MH on the top of 5' JB)
I1/l9/2024 33 49 20
Menhole
Am —Tex Pre &Products
Precast 6k6' Storm Junction Box
I l/,9/2024 33 49 20
Manhole
An —Tex Pre &Products
6' Precast Tm,ition MH (4, MH on the top ofb' JB)
I1/19/2024 33 49 20
Manhole
AmeriTex Pre &Products
Precast 8k8' Storm Junction Box
11/192024 33 49 20
Menhole
Ame,iTex Pipe &Product,
8' Precast Tonsition MH (4' MH on the top of 8' JB)
I I/192024 33 49 20
M.Mo1e
AmenTex Pipe &Prod—
T— C Swim Dmin Manhole on Box (4' MH on the top ofRCB)
I7/162024 33 49 20
Cad, (Nets
AmenTex Pipe &Pmducrs
10x3 Precast** (Size ]0' x 31
I7/162024 33 49 20
Cmb (nets
Amen'Iex Pipe &Pmducrs
11.3 Precast"" (Svx 15' x 31
**Note: Pr-1udar are OPovedfor the stagelporn'on ofthe .vcturelbasin)-1y. Stage Hp -don ofth—rveture
are required to be cos
h place.Na—epdons to this requiremeneshall be aYoxed.
ASTM D1111
ASTM D5893
ASTM D5893
ASTM D5893
[TM C33
TM C33
TMC33
TM C33
TM C33
ASTM A48 AASHTO M306
ASTM A48 AASHTO M306
ASTM A48 AASHTO M306
ASTM A48 AASHTO M306
ASTM A48 AASHTO M306
ASTM A48 AASHTO M306
ASTM A48 AASHTO M306
ASTM A536 AASHTO M306
ASTM A48 AASHTO M306
ASTM A48 AASHTO M306
ASTM C9t3
ASTM C913
ASTM C913
ASTM C913
ASTM C913
ASTM C913
ASTM C913
ASTM C913
ASTM C913
ASTM C913
ASTM 615
ASTM 615
ASTM 615
ASTM 615
ASTM 615
ASTM 615
ASTM 615
ASTM 615
ASTM 615
ASTM 615
ASTM 615
AS 615
ASTM 6l5
ASTM 615
ASTM 615
ASTM 615
ASTM 615
ASTM 615
ASTM 615
ASTM 615
ASTM 615
AS C478
ASTM C478
ASTM C478
ASTM C478
ASTM C478
AS C478
AS C478
AS C433
AS C913-16
ASTM C913-16
AS C913-16
AS C913
AS C913
ASTM C913
ASTM C913
ASTM C913
ASTM C913
ASTM C913
ASTM C913
ASTM C913
ASTM C9t3
ASTM C9t3
ASTM C9t3
CITY OF FORT WORTH TRANSPORTATION/PUBLIC WORKS DEPARTMENT
STANDARD PRODUCTS LIST AS OF 09/23/2024
I Storm Sewer
-Pines & Boxes 33-05-13
14/9/2021 33 41 13
Storm Drain Npee
Advanced Dramege Syetema, Inc (ADS)
ADS HP Sturm Polwmwlene (PP) Pine (Size - 12" - 60")
ASTM P2881 & AASHTO M330
I8/28/2023 33 4l l0
Sturm Dmin Pipes
Rinker Materials
Reinfored Concrete Pipe Tongue and Groove Joint Pipe (Size -21"or lu—)
ASTM C76, C655
18/28/2023 334110
Culvert Box
Rinker Materials
Reinforced Concrete Box Culvert(Sm- Various)
ASTM C789, C850
110/12/2023 33 41 10
Storm Dmin Pipes
AmeriTex Pipe &Products
Reinforced Concrete Pipe Tongue and Groove Joint Pipe` (Size - 15" or larder)
ASTM C76, C506
110/12/2023 344110
Culvert Box
A. —Tex Pr99e&Products
Reinforoed C.—Box Culvert(eize-Vai—O
ASTMC1433,C1577
110/18/2023 354110
Storm Dmin Pipes
The T— Co.
Reinforoed Conemte Pipe Tongue and Groove Joint Pipe" (Size- 15" or 1-0
ASTM C76, C506
110/18/2023 33 41 10
Culvert Box
The Tumor Co.
Reinforced C.—Box Culert (size - Vaious)
ASTM C1433,C1577
14/12/2024 33 41 10
Sturm Dmin Pipes
Thoml��son Pipe Group
Reinforced Concrete Pipe Tongue and Groove Joint Pipe` (Si,, Vaious)
ASTM C76, C506
16/25/2024 334110
Culvert Box
Oldcaste
Reinforced Concrete Box Culvert
ASTMC1433,C1577
16/25/2024 33 41 10
Storm Drain Npes
Old —de
Reinforced Concrete Pipe Tongue and Groove Joint Pipe` (Si,, Vaious)
ASTM C76, C506
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
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.