HomeMy WebLinkAboutContract 62852-PM1CSC No. 62852-PM1
FORT WORTH
PROJECT MANUAL
FOR
THE CONSTRUCTION OF
Water, Sewer, Paving, Drainage, and Street Light Improvements to Serve
Cattleman's Crossing Phase 2
IPRC Record No. 23-0147
City Project No. 105042
FID No. 30114-0200431-105042-EO7685
File No. X-27962
File No. W-3009
Mattie Parker Jesus "Jay" Chapa
Mayor City Manager
Christopher P. Harder, P.E.
Director, Water Department
Lauren Prieur, P.E., PMP, CCM
Director, Transportation and Public Works Department
Prepared for
The City of Fort Worth
March 2025
Shield Engineering Group
Owner/Developer
TBPE Firm #F-11039
Ashton Woods
TBPLS Firm # 10193890
1800 Valley View Lane, Ste 100
1600 W 7th St., Suite 400,
Farmers Branch, TX. 75234
Fort Worth, TX. 76102
214-693-5378
817-810-0696
:F
_`
i Z�P�(E
%.:......................:: *. j
j LANDON G. GEARY
OFFICIAL RECORD
..............................
let- ' 144251
CITY SECRETARY
/ON
FT. WORTH, TX
AL
03/11/2025
00 00 00
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Page 1 of 5
SECTION 00 00 10
TABLE OF CONTENTS
DEVELOPER AWARDED PROJECTS
Division 00 - General Conditions Last Revised
nn
Invitiiti-qn�
nn ins
00 42 43
nn
Proposal Form Unit Price
�
05/22/2019
nn ins
0045 12
Prequalification Statement
09/01/2015
en�e
00 45 26
Contractor Compliance with Workers' Compensation Law
04/02/2014
not
00 52 43
Agreement
06/16/2016
00 61 25
Certificate of Insurance
07/01/2011
00 62 13
Performance Bond
01/31/2012
00 62 14
Payment Bond
01/31/2012
0062 19
Maintenance Bond
01/31/2012
0073 10
Standard City Conditions of the Construction Contract for Developer
n� ins
01/10/2013
Awarded Projects
Division 01— General Requirements
01 11 00
Summary of Work
12/20/2012
01 25 00
Substitution Procedures
08/30/2013
01 31 19
n,
Preconstruction Meeting
08/30/2013
n� ins,
01 32 33
Preconstruction Video
08/30/2013
01 33 00
Submittals
08/30/2013
01 35 13
Special Project Procedures
08/30/2013
01 45 23
Testing and Inspection Services
03/20/2020
01 5000
Temporary Facilities and Controls
07/01/2011
01 5526
Street Use Permit and Modifications to Traffic Control
07/01/2011
01 57 13
Storm Water Pollution Prevention Plan
07/01/2011
01 60 00
Product Requirements
03/20/2020
01 66 00
Product Storage and Handling Requirements
04/07/2014
01 70 00
Mobilization and Remobilization
04/07/2014
01 71 23
Construction Staking
04/07/2014
01 74 23
Cleaning
04/07/2014
01 77 19
Closeout Requirements
04/07/2014
01 78 23
Operation and Maintenance Data
04/07/2014
01 78 39
Project Record Documents
04/07/2014
CITY OF FORT WORTH CATTLEMAN'S CROSSING PHASE 2
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS - DEVELOPER AWARDED PROJECTS CPN: 105042
Revised March 20, 2020
00 00 00
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Page 2 of 5
Technical Specifications which have been modified by the Engineer specifically for this
Project; hard copies are included in the Project's Contract Documents
NONE
Technical Specifications listed below are included for this Project by reference and can be
viewed/downloaded from the City's website at:
htti):Hfortworthtexas.eov/ti)w/contractors/
or
htti)s:Happs.fortworthtexas.eov/Proi ectResources/
Date
Division 02 - Existing Conditions
Modified
0241 13
Selective Site Demolition
02/11/2022
0241 14
Utility Removal/Abandonment
12/20/2012
0241 15
Paving Removal
02/02/2016
Division 03 - Concrete
03 30 00
Cast -In -Place Concrete
03/11/2022
0334 13
Controlled Low Strength Material (CLSM)
12/20/2012
0334 16
Concrete Base Material for Trench Repair
12/20/2012
Division 26 - Electrical
26 05 00
Common Work Results for Electrical
03/11/2022
2605 10
Demolition for Electrical Systems
12/20/2012
26 05 33
Raceways and Boxes for Electrical Systems
12/20/2012
26 05 43
Underground Ducts and Raceways for Electrical Systems
07/01/2016
Division 31-
Earthwork
31 1000
Site Clearing
03/22/2021
3123 16
Unclassified Excavation
01/28/2013
31 23 23
Borrow
01/28/2013
31 24 00
Embankments
01/28/2013
31 25 00
Erosion and Sediment Control
04/29/2021
, „�n, ,
1
1 31 37 00
Riprap
1
12/20/2012
Division 32 - Exterior Improvements
phnit-Po`=ink
�a _:aiJ-Aq9q#k-PpY11r-
32 01 29 Concrete Paving Repair 12/20/2012
1-2-!-!-21 ,-21' n'
32 1129 Lime Treated Base Courses 12/20/2012
1 7 1 3 Trvat-Akli
_ n
1i3i-71 9-2
32 13 13 Concrete Paving 06/10/2022
CITY OF FORT WORTH CATTLEMAN'S CROSSING PHASE 2
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS - DEVELOPER AWARDED PROJECTS CPN: 105042
Revised March 20, 2020
00 00 00
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Page 3 of 5
32 1320
Concrete Sidewalks, Driveways and Barrier Free Ramps
12/09/2022
32 1373
Concrete Paving Joint Sealants
12/20/2012
32 1613
Concrete Curb and Gutters and Valley Gutters
12/09/2022
32 1723
Pavement Markings
06/10/2022
,I,L.,.
12
hain-F
12,12n
32 32 13
Cast -in -Place Concrete Retaining Walls
06/05/2018
3291 19
Topsoil Placement and Finishing of Parkways
03/11/2022
32 92 13
Hydro -Mulching, Seeding, and Sodding
05/13/2021
32 93 43
Trees and Shrubs
12/20/2012
Division 33 - Utilities
33 01 30
Sewer and Manhole Testing
09/07/2018
33 01 31
Closed Circuit Television (CCTV) Inspection
03/11/2022
3304 10
Joint Bonding and Electrical Isolation
12/20/2022
3304 11
Corrosion Control Test Stations
12/20/2022
33 04 12
Magnesium Anode Cathodic Protection System
12/20/2022
Z------�_ts. - +JQ'5'
33 04 40
Cleaning and Acceptance Testing of Water Mains
02/06/2013
33 04 50
Cleaning of Sewer Mains
03/11/2022
3305 10
Utility Trench Excavation, Embedment, and Backfill
04/02/2021
3305 12
Water Line Lowering
12/20/2012
3305 13
Frame, Cover and Grade Rings - Cast Iron
09/09/2022
3305 13.10
Frame, Cover and Grade Rings - Composite
09/09/2022
3305 14
Adjusting Manholes, Inlets, Valve Boxes, and Other Structures to
03/11/2022
Grade
3305 17
Concrete Collars
03/11/2022
--�-^0
-A-�
tltg--------
33 05 26
Utility Markers/Locators
12/20/2022
33 05 30
Location of Existing Utilities
12/20/2022
33 1105
Bolts, Nuts, and Gaskets
12/20/2022
33 11 10
Ductile Iron Pipe
12/09/2012
33 11 11
Ductile Iron Fittings
09/20/2017
33 11 12
Polyvinyl Chloride (PVC) Pressure Pipe
09/09/2022
33 t3
.aa�in41ipn-,-_uctir J i Yf0
-3-1-1-11
32 , , ,5We;
J��l3pa
33 1210
Water Services 1-inch to 2-inch
02/14/2017
33-12-14
33 1220
Resilient Seated Gate Valve
05/06/2015
CITY OF FORT WORTH CATTLEMAN'S CROSSING PHASE 2
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS - DEVELOPER AWARDED PROJECTS CPN: 105042
Revised March 20, 2020
00 00 00
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Page 4 of 5
33
n^i
33 1225
Connection to Existing Water Mains
02/06/2013
33 1230
Combination Air Valve Assemblies for Potable Water Systems
12/20/2022
33 1240
Fire Hydrants
01/03/2014
33 1250
Water Sample Stations
12/20/2022
33-3�
33-14-43
1'1/'lam
-Ira---'
13 -i'_ '_ c
-"@ for-c11sJs</I\ lam
n ^ z-2 -2 0- 19
33 31 20
Polyvinyl Chloride (PVC) Gravity Sanitary Sewer Pipe
09/09/2022
33 31 21
Pe ollyvinyl Chloride (PVC) Closed Profile Gravity Sanitary Sewer
12/20/2022
Pip
33-147-;a
it f-SIip-Lining
334i-24
,
33 31 50
Sanitary Sewer Service Connections and Service Line
04/26/2013
✓crib na _____
, 21-2
3339 10
Cast -in -Place Concrete Manholes
12/20/2022
33 39 20
Precast Concrete Manholes
Fiberglass Ma....-I-s
12/20/2022
33 39 60
Epoxy Liners for Sanitary Sewer Structures
04/29/2021
3341 10
Reinforced Concrete Storm Sewer Pipe/Culverts
07/01/2011
--3 1-1-11
_�
lyethlone
33 46 00
Subdrainage
06/10/2022
3349 10
Cast -in -Place Manholes and Junction Boxes
12/20/2022
33 49 20
Curb and Drop Inlets
03/11/2022
33 49 40
Storm Drainage Headwalls and Wingwalls
07/01/2011
Division 34 - Transportation
A ii;Q
�rc�I�J Trcl
I141�Ti8
✓1 1-1-1 `
Ip�'.nPmoolq,
Ili=i�In __Jhri�Sil
34 41 20
Roadway Illumination Assemblies
12/20/2012
�^ ^
r,rITFT?_ J
ncnci�n,c
n ^
Reg , r �r� n AJ1
nci, ci�n, c
34 41 30
Aluminum Signs
11/12/2013
3471 13
Traffic Control
03/22/2021
CITY OF FORT WORTH CATTLEMAN'S CROSSING PHASE 2
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS - DEVELOPER AWARDED PROJECTS CPN: 105042
Revised March 20, 2020
00 00 00
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Appendix
.n
GC-4.02
Subsurface and Physical Conditions
01
T. nsuv&TOWA li4@0
1174 ouo- -E-:n IiromW, 2n*sal
.D
TAir4ffitr c►n4
GC-6.09
Permits and Utilities
N oft4i"rimins>i�qft
GR-01 60 00 Product Requirement
END OF SECTION
Page 5 of 5
CITY OF FORT WORTH CATTLEMAN'S CROSSING PHASE 2
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN: 105042
Revised March 20, 2020
SECTION 00 42 43
Developer Awarded Projects - PROPOSAL FORM
UNIT PRICE BID
Bidlist Description
tem No.
1 0241.1118 4"-12" Pressure Plug
2 3305.0109 Trench Safety
3 3311.0001 Ductile Iron Water Fittings w/ Restrain
4 3311.0261 8" PVC Water Pipe
5 3312.0001 Fire Hydrant w/ Gate Valve
6 3312.2003 1" Water Service (Domestic)
7 3312.2003 1" Water Service (Future Domestic)
8 3312.3003 8" Gate Valve & Box
9 3471.0013 Traffic Control
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
Project from Information
JSpecification Section No.
UNIT)o9TE IMPROVEMENTS
33 05 10
t 331111
33 11 12
33 12 40
33 12 10
331210
33 12 20
34 71 13
00 42 43
DAP-EIDPROPOSAL
Pvge 1 016
Bidder's Application
Bidders Proposal
Unit of Bid Unit Price 'i Bid Value
Measure Quantity
EA 3 $1000.00 $3000.00
LF 2,776 $1.00 $2 776.00
TON 0.2 $9.500.00 $1.900.00
LF 2,776 $62.00 $172,112.00
EA 4 $6.500.00 $26.000.00
EA 101 $1.400.00 $141400.00
EA 2 $1.400.00 $2,800.00
EA 6 $2.500.00 $22 500.00
EA 1 $2.500.00 $2 500.00
TOTAL UNIT 1: WATER IMPROVEMENTS
$374,988.00
CITY OF FORT WUk7A
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS - DEVELOPER AWARDED PROJECTS
Furth Version letsy 22.2019 CATTLEMAN'S CROSSING PHASE 2
UNIT PRICE BID
Bidlist
Item No.
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
SECTION 00 42 43
Developer Awarded Projects - PROPOSAL FORM
Description
3301.0002 Post -CCTV Inspection
3301.0101 Manhole Vacuum Testing
3305.0109 Trench Safety
3305.0202 Imported EmbedmenUBackfill CSS
3331.3101 4" Sewer Service
3331.3101 4" Sewer Service (Future)
3331.4115 8" Sewer Pipe
3331.4201 10" Sewer Pipe
3339.0001 Ep 0 Manhole Liner
3339.1001 Manhole
3339.1003 Extra Depth Manhole ( > 6.0')
3471.0013 Traffic Control
9999.0001 Conned to Existing 8" Sewer Main
9999.0002 Conned to Existing 10" Sewer Main
Project Item Information
Specification Section No.
UNIT 2: SAIJ TARY?EWER IMPROVEMENTS
3301 1
33 01 30
33 05 10
33 05 10
33 31 50
3331 50
3331 20
3311 10, 33 31 12, 33 3120
33 39 60
33 39 10
33 39 10
34 71 13
00 00 00
OD 00 00
004 43
DAP-8R)PROPOSAL
Pegc 2 or6
Bidder's Application
Biddels Proposal
Unitof Bid Unit Price Bid Value
Measure Quantity
LF 3,359 $4.00 $13.436.00
EA 11 $200.00 $2,200.00
LF 3,359 $2.00 $6.718.00
LF 260 $40.00 $10,400.00
EA 101 $900.00 $90,900.00
EA 2 $900.00 51.800.00
LF 2,746 $74.00 $203204.00
LF 613 $84.00 S51.492.00
VF 18 $485.00 $8.730.00
EA 11 $5 000.00 S55,000.00
VF 46 $225.00 $10.350.00
MO 1 $2 500.00 $2.500.00
EA 2 $3 500.00 $7.000.00.
EA 1 $4,000.00 64,000.00
TdTAL UNIT 2: SANITARY SEWER IMPROVEMENTS
$467,730. �O
CITY OP FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS -DEVELOPER AWARDED PROJECTS
F—, V—wu M.Y 22, 2019 CATTLEMANS CROSSING PHASE 2
UNIT PRICE BID
Bidlist
Item No. Description
I 1
3125.0101 SWPPP t 1 Acre
I 2
3305.0109 Trench Safety
I 3
3341.0201 21" RCP, Class III
4
3341.0205 24" RCP, Class III
5
3341.0208 27" RCP, Class III
6
3341.0302 30" RCP, Class III
7
3341.0312 36" RCP, Class III
8
3341.0402 42" RCP, Class III
9
3341.0409 48" RCP. Class III
1 10
3349.0001 4' Storm Junction Box
1 11
3349.0002 5' Storm Junction Box
I 12
3349.5001 10' Curb Inlet
I 13
3349.5002 15' Curb Inlet
I 14
3349.7001 4' Drop Inlet
I 15
9999.0003 21" Sloping Headwall
I 16
9999.0004 27" Storm Plug
I 17
9999.0005 24" Storm Plug
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
I
SECTION 00 42 43
Developer Awarded Projects - PROPOSAL FORM
Project Item information
Specification Section No
UNIT 3: SRAINAGE IMPROVEMENTS
31 25 00
33 05 10
'33 41 10
3341 10
3341 10
3341 10
33 41 10
3341 10
3341 10
334910
33 49 10
33 49 20
33 49 20
33 49 20
00 00 00
00 00 00
00 00 00
004241
DAP-BIDPROPOSAI.
Pug, 34G
Bidder's Application
Bidders Proposal
Unitof
Bid
Unit Price I
Bid Value
Measure
Quantity
LS
1
$5.500.001
$5.500.001
1 LF
2,720
$1.00
$2.720.001
LF
218
$85.00
$18.530.001
LF
950
$95.00
$90.250.001
LF
495
$100.00
$49,500.001
LF
50
1%110.00
$5.500.001
LF
290
$155.00
$44,9513.001
LF
480
$180.00
$86.40D.00
LF
237
$245.00
$58,065.00
EA
4
$6 500.00
$26.000.00
EA
2
$7.500.00
$15.000.00
EA
12
$4.600.00
$55.200.00
EA
2
$5.600.00
$11.200.00
EA
1
$6500.00
$6.500.00
EA _
2
$4.000.00
$8.000.00
EA
1
$750.OD
$750.00
EA
1
$650.00
$650.00
TOTAL UNIT 3: DRAINAGE IMPROVEMENTS
$484,715.60
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS -DEVELOPER AWARDED PROJECTS
Fmm Vaniwi May 22, 2019 CAT MEMANS CROSSINGPHASE 2
00 42 43
DAP- Bm PROPOSAL
Page 4 41,
SECTION 00 42 43
Developer Awarded Projects - PROPOSAL FORM
UNIT PRICE BID
Bidder's Application
Project Item Information
Bidders Proposal
Bidlist
Description
Specification Section No.
Unit of
Bid
Unit Price
Bid Value
Item No.
Measure
Quantity
UNIT 4: PAVING IMPROVEMENT$
1
3211.0400 Hydrated Lime
32 11 29
TON
255
$275.00
$70.125.00
2
3211.0501 6' Lime Treatment
32 11 29
SY
12.730
$4.25
$54,102.50
3
3213.0101 6" Conc Pvmt
32 13 13
SY
11.573
$68.00
$786,964.00
4
3213.0302 4" Conc Sidewalk (By Developer)
32 13 20
SF
952
$5.25
$4.998.00
5
3213.0506 Barrier Free Ramp, Type P-1
33 13 20
EA
12
$2 400.00
$28,800.001
6
3291.0100 Topsail
3291 19
CY
20
$28.00
$560.001
7
3292.0100 Block Sod Placement
32 92 13
SY
117
$8.00
$936.001
8
3292.0400 Seeding, Hydromulch (Open Space)
32 92 13
SY
14.680
$2.00
$29.360.001
9
3441.4003 Furnish/install Alum Sign Ground Mount City Std. 34 41 30
EA
5
$850.00
SA,250.001
10
3471.0001 Traffic Control
3471 13
MO
1
$3.500.00
S3,500.00
11
9999.0006 Install FOR Barricade
00 00 00
EA
3
$1 200.00
$3.600.00
1 12
9999.0007 Remove FOR Barricade
00 00 00
EA
2
$800.00
$1.600.00
13
9999.0008 Connect to Exist Pavement
00 00 00
EA
2
$2 500.00
$5.000.00.
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
TOTAL UNIT 4: PAVII413 IMPROVEMENTS
$993,795.501
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCIIMF.M'S - DEVELOPER AWARDED PROJECTS
F.- Version May 22.2019 CATTLEMAN'S CROSSING PHASE 2
UNIT PRICE BID
Bidlist
Item No.
I
I 1
I 2
( 3
4
I 5
I 6
00 42 43
DAP -BID PROPOSAL
Ng. 5 af6
SECTION 00 42 43
Developer Awarded Projects - PROPOSAL FORM
Bidder's Application
Pmject Item Information
Unit of
Bid
Description
Specification Section No.
Measure I
Quantity
UNITS: STf
=`ET LIGHTING IMPROVEMENTS
2605.3015 9f� � 1
,�y�
3441.1410 N�10 Inn ulated E= ec Condr
3441 10
LF
1.578
3441.1646 FumisMnstall Tyype 33B Arm
34 41 20
EA
15
3441.3050 FumisMnstall LEb Lighting Fixture (70 watt ATSO
34 41 20
EA
Cobra Headl
15
3441.3301 Rdwv Ilium Foundation TY 1.2. and 4
3441 20
EA
15
3441.3351 Furnish/Install Rdwav Ilium TY 11 Pole
34 41 20
EA
15
TOTAL UNIT 5: STREET LIGHTihG IMPROVEMENT$
CITY OF FORT WORTII
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS - DEVE OPER AWARDED PROJECTS
Fmm Vcnion May 22.2019
Bidders Proposal
Unit Price I Bid Value
$16.00
$8.416.00
$4.00
$6 312.00
$950.00
$14�50.00
$950.00
$14 250.00
$1800.00
$27N0.00
$A00.00
$45&.00.
$115.�28.00
CATTLEMAMS CROSSING PHASE 2
SECTION 00 42 43
Developer Awarded Projects - PROPOSAL FORM
UNIT PRICE BID
Project Item Infomtation
Bidlist Description Specification Section No.
Item No.
Bid Summary
TOTAL UNIT 1: WATER IMPROVEMENTS
TOTAL UNIT 2: SANITARY SEWER 1,KMRQQVEMENTS
TOTAL UNIT 3: DRAINAGE IMPRO\/EMENTS
TOTAL UNIT 4: PAVING IMPROVEMENTS
TOTAL UNIT 5: STREET LIGHTING IMPROVEMENTS
00 42 43
DAP -BID PROPOSAL
Page 6 or6
Bidder's Application
Biddels Proposal
Unit of Bid Unit Price Bid Value
Measure Quantity
$374,988.00
$467,730.00
$484,715.001
$993.795.501
$115,228.00I
Total Construction Bid $2,436,456.501
This Bid is submitted by the entity named below:
BIDDER: BY: Bmc uggms
CONATSER NCONSTRUCTION TX, L.P.
5327 Wichita St. TITLE: President um
Ft. Worth, TX 76119 DATE_
tIG/tl6/z4
Contractor agrees to complete WORK for FINAL ACCEPTANCE within 120 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 Veraiar Mar 22, 2019 CA'T7LEMANS CROSSING PHASE 2
0045 12
DAP PREQUALIFICATION STATEMENT
Page 1 of I
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
Tvpe" box provide the complete maior work tvoe and actual description as provided by the Water
Department for water and sewer and TPW for paving.
Major Work Type
Water Distribution,
Development, 12-inch Diameter
and smaller
Sewer Collection System,
Development, 12-inches and
smaller
Sanitary Sewer
Manhole/Structure Interior
Lining — Warren or Chesterton
Coating
Concrete Paving
Construction/Reconstruction
(15000 Square Yards and
Greater)
Roadway and Pedestrian
Lighting
Contractor/Subcontractor Company Name Prequalification
Expiration Date
Conatser Construction TX, L.P.
+/30/25
Conatser Construction TX, L.P.
4/30/25
ACE Pipe Cleaning, Inc. •Z / z g / Z (o
Conatser Construction TX, L.P.
11114121.0
Conatser Construction TX, L.P. ` `3 I -/
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
5327 Wichita Street,
Fort Worth TX, 76119
817-534-1743
BY: Brock Huggins
Signature)
TITLE: President
DATE: 03/04/2025
END OF SECTION
CITY OF FORT WORTH
STANDARD CONSTRUCTION PREQUALIFICATION STATEMENT— DEVELOPER AWARDED PROJECTS 00 45 12_Prequalification Statement 2015—DAP
CATTLEMAN'S CROSSING PHASE 2
CPN: 105042
Form Version September 1, 2015
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. 105042 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 TX. 76119
City/State/Zip
THE STATE OF TEXAS §
COUNTY OF TARRANT §
go
Signature:
Title:
Brock Huggins
(Please Print)
President
(Please Print)
BEFORE ME, the undersigned authority, on this day personally appeared
(-Ioxoik i 5- , known to me to be the person whose name is
subscribed to the foidg6ing instrument, and acknowledged to me that he/she executed the same as
the act and deed of L.L Tn . L - f' for the purposes and
consideration therein expressed and in the capacity therein stated.
GIVEN UNDER MY HAND AND SEAL OF OFFICE this `T day of
marc k , 20215
01b-
SZoi-o£-LL 'dX3'NOYO399ma,
££eL9t+££6 #01 Il��ll�JIJ��I9MI de KVI lonsumy ON Notary Public in and for the State of Texas
3SMA 3NI83HJ. A
END OF SECTION
CITY OF FORT WORTH CATTLEMAN'S CROSSING PHASE 2
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN: 105042
Revised April 2, 2014
005243-1
Developer Awarded Project Agreement
Pagel of 4
1 SECTION 00 52 43
2 AGREEMENT
3 THIS AGREEMENT, authorized on 03/04/2025 is made by and between the Developer,
4 Ashton Woods authorized to do business in Texas ("Developer") , and Conatser Construction TX.
5 L_P, ("CONTRACTOR"), authorized to do business in Texas, acting by and through its duly
6 authorized representative, ("Contractor").
7 Developer and Contractor, in consideration of the mutual covenants hereinafter set forth, agree as
8 follows:
9 Article 1. WORK
10 Contractor shall complete all Work as specified or indicated in the Contract Documents for the
11 Project identified herein.
12 Article 2. PROJECT
13 The project for which the Work under the Contract Documents may be the whole or only a part is
14 generally described as follows:
15 Cattleman's Crossing. Phase 2
16 Cii� ProiectNumber: 105042
17 Article 3. CONTRACT TIME
18 3.1 Time is of the essence.
19 All time limits for Milestones, if any, and Final Acceptance as stated in the Contract
20 Documents are of the essence to this Contract.
21 3.2 Final Acceptance.
22 The Work will be complete for Final Acceptance within 120 working days after the date
23 when the Contract Time commences to run as provided in Paragraph 12.04 of the Standard
24 City Conditions of the Construction Contract for Developer Awarded Projects.
25 3.3 Liquidated damages
26 Contractor recognizes that time is of the essence of this Agreement and that Developer
27 will suffer financial loss if the Work is not completed within the times specified in
28 Paragraph 3.2 above, plus any extension thereof allowed in accordance with Article 10 of
29 the Standard City Conditions of the Construction Contract for Developer Awarded
30 Projects. The Contractor also recognizes the delays, expense and difficulties involved in
31 proving in a legal proceeding the actual loss suffered by the Developer if the Work is not
32 completed on time. Accordingly, instead of requiring any such proof , Contractor agrees
33 that as liquidated damages for delay (but not as a penalty), Contractor shall pay
34 Developer Six Hundred Fifty Dollars ($650) for each day that expires after the time
35 specified in Paragraph 3.2 for Final Acceptance until the City issues the Final Letter of
36 Acceptance.
CITY OF FORT WORTH CATTLEMAN'S CROSSING PHASE 2
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN: 105042
Revised June 16, 2016
005243-2
Developer Awarded Project Agreement
Page 2 of 4
37 Article 4. CONTRACT PRICE
38 Developer agrees to pay Contractor for performance of the Work in accordance with the Contract
39 Documents an amount in current funds of TWO MILLION FOUR HUNDRER AND THIRTY-
40 SIX THOUSAND FOUR HUNDRED FIFTY-SIX DOLLARS AND FIFTY CENTS
41 ($2,436,456.50)
42
43 Article 5. CONTRACT DOCUMENTS
44 5.1 CONTENTS:
45
A. The Contract Documents which comprise the entire agreement between Developer and
46
Contractor concerning the Work consist of the following:
47
1.
This Agreement.
48
2.
Attachments to this Agreement:
49
a. Bid Form (As provided by Developer)
50
1) Proposal Form (DAP Version)
51
2) Prequalification Statement
52
3) State and Federal documents (project specific)
53
b. Insurance ACORD Form(s)
54
c. Payment Bond (DAP Version)
55
d. Performance Bond (DAP Version)
56
e. Maintenance Bond (DAP Version)
57
f. Power of Attorney for the Bonds
58
g. Worker's Compensation Affidavit
59
h. MBE and/or SBE Commitment Form (If required)
60
3.
Standard City General Conditions of the Construction Contract for Developer
61
Awarded Projects.
62
4.
Supplementary Conditions.
63
5.
Specifications specifically made a part of the Contract Documents by attachment
64
or, if not attached, as incorporated by reference and described in the Table of
65
Contents of the Project's Contract Documents.
66
6.
Drawings.
67
7.
Addenda.
68
8.
Documentation submitted by Contractor prior to Notice of Award.
69
9.
The following which may be delivered or issued after the Effective Date of the
70
Agreement and, if issued, become an incorporated part of the Contract Documents:
71
a. Notice to Proceed.
72
b. Field Orders.
73
c. Change Orders.
74
d. Letter of Final Acceptance.
75
76
CITY OF FORT WORTH CATTLEMAN'S CROSSING PHASE 2
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN: 105042
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 operate
83 and be effective even if it is alleged or proven that all or some of the damages being
84 sought were caused, in whole or in part, by any act. omission or neg Uii ence 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
provision is specifically intended to operate and be effective even if it is alle eg d or
95
proven that all or some of the damages being sought were caused, in whole or in part,
96
by any 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 CATTLEMAN'S CROSSING PHASE 2
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN: 105042
Revised June 16, 2016
118 7.6 Authority to Sign.
119
120
121
122
123
124
125
126
127
128
129
130
131
132
133
005243-4
Developer Awarded Project Agreement
Page 4 of 4
Contractor shall attach evidence of authority to sign Agreement, if other than duly
authorized signatory of the Contractor.
IN WITNESS WHEREOF, Developer and Contractor have executed this Agreement in multiple
counterparts.
This Agreement is effective as of the last date signed by the Parties ("Effective Date").
Contractor:
Conatser Construction TX, L.P
By: .�
(SI rSture)
Brock Huggins
(Printed Name)
Title: President
Company Name: Conatser Construction
Address:
5327 Wichita Street
City/State/Zip: Fort Worth TX, 76119
03/04/2025
Date
Developer:
AshtpiL.Ugallas Residential L.L.C/1-1
By.
(Sign e)
Daniel Satsky
(Printed Name)
Title: VP Land Development
Ashton Woods
Address: 1800 Valley View Ln, Suite 100,
Farmers Branch, TX 75234
City/State/Zip: Farmers Branch, TX 75234
03/04/2025
Date
CITY OF FORT WORTH CATTLEMAN'S CROSSING PHASE 2
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN: 105042
Revised June 16, 2016
Bond No. 0266025
0062 1 3 - 1
PERFORMANCE BOND
Page i of 2
1 SECTION 00 62 13
2 PERFORMANCE BOND
3
4 THE STATE OF TEXAS §
5 § KNOW ALL BY THESE PRESENTS:
6 COUNTY OF TARRANT §
7 That we, Conatser Construction TX. L.P.. known as "Principal" herein and
8 Berkle\, Insurance Compan\ , a corporate surety(sureties, if more than one) duly
9 authorized to do business in the State of Texas, known as "Surety" herein (whether one or more),
10 are held and firmly bound unto the Ashton Woods. authorized to do business in Texas
i I ("Developer") and the City of Fort Worth, a Texas municipal corporation ("City"), in the penal
12 sum of, TWO MILLION FOUR HUNDRED AND THIRTY SIX THOUSAND FOUR
13 HUNDRED FIFTY SIX DOLLARS AND FIFTY CENTS ($2,436,456.50)
14 lawful money of the United States, to be paid in Fort Worth, Tarrant County, Texas for the
15 payment of which sum well and truly to be made jointly unto the Developer and the City as dual
16 obligees, we bind ourselves, our heirs, executors, administrators, successors and assigns, jointly
l7 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, CFA Number CFA24-0105 and
21 WHEREAS, the Principal has entered into a certain written contract with the Developer awarded
22 the 4th day of March . 2025. which Contract is hereby referred to and made a
23 part hereof for all purposes as iffull-v 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 Cattleman's Crossing Phase 2.
26 NOW, THEREFORE, the condition of this obligation is such that if the said Principal
27 shall faithfully perform it obligations under the Contract and shall in all respects duly and
28 faithfully perform the Work, including Change Orders, under the Contract, according to the plans,
29 specifications, and contract documents therein referred to, and as well during any period of
30 extension of the Contract that may be granted on the part of the Developer and/or City, then this
31 obligation shall be and become null and void, otherwise to remain in full force and effect.
CITY OF FORT WORTH CATLLF.MAN'S CROSSING PHASF 2
STANDARD CITY CONDrrioNs — DEVELOPER AWARDED PROJECTS CPN: 105042
RUY1hCU ldflUdW 31, 2012
1
2
3
4
5
6
00b213-2
131 RFORMANCE BOND
Page 2 of 2
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.
This bond is made and executed in compliance with the provisions of Chapter 2253 of the
Texas Government Code, as amended, and all liabilities on this bond shall be determined in
accordance with the provisions of said statue.
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 4th day of
9 March . 20 25 .
10
12
13
14
15
16
17
18
19
20
21
72
2
24
-1;
26
27
28
29
30
31
32
33
34
1
36
37
38
39
40
41
42
43
44
45
46
ATTF ST:
a
(PrincipalI Secret
NVitness as to Principal
ness as to Surety
PRINCIPAL:
Conatser Construction TX,L.P.
w
BY.
Signature
Brock Hueeins. President
Name and Title
Address:
5327 Wichita St. Fort Worth_ TX 7611_9_
SURETY:
Berkley Insurance Company
BY:
Signature
Robbi Morales, Attorney -in -fact
Name and Title
Address: 5005 LBI Freeway, Suite 1400
Dallas. TX 75244
Telephone Number: 214/989-0000
*Note: If signed by an officer of the Surety Company, there must be on file a certified extract
from the by-laws showing that this person has authority to sign such obligation. If
Surety's physical address is different from its mailing address, both must be provided.
The date of the bond shall not be prior to the date the Contract is awarded.
CITY OF FORT WORTH
STANDARD C17FY CONDITIONS AWARDED PROJI"CTS
Revised January 31, 2012
CATI-ENIAN'S CROSSING P1IASE 2
Bond No. 0266025
006_ 14- 1
PAYMENT BOND
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 Conatser Construction TX. L.P.. known as "Principal" herein, and
8 Berkle\ Insurance Comoaw, a corporate surety ( or sureties if
9 more than one), duly authorized to do business in the State of Texas, known as "Surety" herein
10 (whether one or more), are held and firmly bound unto the Developer, Ashton Woods, authorized
1 I to do business in Texas "(Developer"), and the City of Fort Worth, a Texas municipal corporation
12 ("City"), in the penal sum of TWO MILLION FOUR HUNDRED AND THIRTY SIX
13 THOUSAND FOUR HUNDRED FIFTY SIX DOLLARS AND FIFTY CENTS
14 ($2,436,456.50)
15 lawful money of the United States, to be paid in Fort Worth. Tarrant County. Texas, for the
16 payment of which sum well and truly be made jointly unto the Developer and the City as dual
17 obliges, we bind ourselves, our heirs, executors, administrators, successors and assigns, jointly
18 and severally, firmly by these presents:
19 WHEREAS, Developer and City have entered into an Agreement for the construction of
20 community facilities in the City of Fort Worth. by and through a Community Facilities
21 Agreement, CFA Number CFA24-0"105; and
22 WHEREAS, Principal has entered into a certain written Contract with Developer,
23 awarded the 4th day of March , 20 25 , which Contract is hereby
24 referred to and made a part hereof for all purposes as if fully set fortli herein, to furnish all
25 materials, equipment, labor and other accessories as defined by law, in the prosecution of the
26 Work as provided for in said Contract and designated as Cattleman's Crossing Phase 2.
27 NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION is such that if
28 Principal shall pay all monies owing to any (and all) payment bond beneficiary (as defined in
29 Chapter 2253 of the Texas Government Code, as amended) in the prosecution of the Work under
30 the Contract, then this obligation shall be and become null and void; otherwise to remain in full
31 force and effect.
CITY OF FORT WORTH CATTLEMAN'S CROSSING PHASE 2
STANDARD CITY CONDITION'S — DEVELOPER AWARDED PROJECTS CPN: 105042
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
5 this instrument by duly authorized agents and officers on this the 4th day of
6 March 20 25 ,
7
8
9
10
K
13
ATTEST:
(Principal) Secretary
Witness as to Principal
ATTEST:
(Surety) Secretary
Xitness as to Surety
PRINCIPAL:
Conatser Construction TX. L.P
BY:
Signature
Brock Hu-,Lins. President
Name and Title
Address:
5327 Wichita St. Fort Worth. TX 76119
SURETY:
Berklev Insurance Companv
BY: � .. -. ,/
Signature
Robbi Morales, Attornet -in-fact
Name and Title
Address: 5005 LBI Freewa\-, Suite 1400
Dallas, TX 75244
Telephone Number: 214/989-0000
Note: If signed by an officer of the Surety, there must be on file a certified extract from the
bylaws showing that this person has authority to sign such obligation. If Surety's physical
address is ditTerent from its mailing address, both must be provided.
The date of the bond shall not be prior to the date the Contract is awarded.
END OF SECTION
CITY OF FORT WORTH CA"171-ENIAN-S CROSSING PHASE; 2
STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS CPN: 105042
Revised Januay 31, 20E2
Bond No. 0266025
0062 19 - 1
MAINTENANCE BOND
Page 1 of 3
SECTION 00 6219
MAINTENANCE BOND
THE STATE OF TEXAS §
§ KNOW ALL BY THESE PRESENTS:
COUNTY OF TARRANT §
That we Conatser Construction TX. L.P.., known as "Principal" herein and
Berklev Insurance Compamr, a corporate surety (sureties, if more than one) duty authorized to do
business in the State of Texas, known as "Surety" herein (whether one or more), are held and
firmly bound unto the Developer, Ashton Woods, authorized to do business in Texas
("Developer") and the City of Fort Worth, a Texas municipal corporation ("City"). in the sum of
TWO MILLION FOUR HUNDRED AND THIRTY SIX THOUSAND FOUR
HUNDRED FIFTY SIX DOLLARS AND FIFTY CENTS ($2,436,456.50)
lawful money of the United States, to be paid in Fort Worth, Tarrant County, Texas, for
payment of which sum well and truly be made jointly unto the Developer and the City as dual
obligees and their successors, we bind ourselves, our heirs, executors, administrators, successors
and assigns. jointly and severally, firmly by these presents.
WHEREAS, Developer and City have entered into an Agreement for the construction of
community facilities in the City of Fort Worth by and through a Community Facilities
Agreement, CFA Number CFA24.0105; and
WHEREAS, the Principal has entered into a certain written contract with the Developer
awarded the 4th day of March
, 20 25, which Contract is
hereby referred to and a made part hereof for all purposes as if fully set forth herein. to furnish all
materials, equipment labor and other accessories as defined by law, in the prosecution of the
Work, including any Work resulting from a duly authorized Change Order (collectively herein,
the "Work") as provided for in said Contract and designated as Cattleman's Crossing phase 2;
and
WHEREAS, Principal binds itself to use such materials and to so construct the Work in
accordance with the plans, specifications and Contract Documents that the Work is and will
remain free from defects in materials or workmanship for and during the period of two (2) years
after the date of Final Acceptance of the Work by the City ("Maintenance Period'): and
CITY OF FORT WORTI I CATTLEAIAN-S CROSSING PHASE 2
STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS CPN: 105042
Revised January 31, 20I2
006219-2
MAINTENANCE BONI)
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.
C[TY OF FORT WORTH CATTLEMAN'S CROSSING PHASE 2
STANDARD CITY CONDITIONS —DF,VF.LOPER AWARDC=D PROJECTS CPN; 105042
Revised lanuan• 31, 2012
006219-3
MAINTENANCE BOND
Page 3 of 3
IN WITNESS WHEREOF, the Principal and the Surety have each SIGNED and SEALED this
instrument by duly authorized agents and officers on this the 4th day of March
. 20 25 .
PRINCIPAL.
Conatser Construction TX. L.P.
ATTEST:
(Principal) Secre i
IGV J�J
Witness as to Principal
ATTEST -
(Surety) S cretary
Hess as to Surety
01
4
BY: _
Signature
Brock HuLn ins President
Name and Title
Address:
5327 Wichita St Fort Worth. TX 76119
SURETY:
Berklev Insurance Comaanv
BY: &G.Lv
Signature
Robbi Morales, Attornei,-in-fact
Name and Title
Address: 5005 LBJ Freeway, Suite 1400
Dallas, TX 75244
Telephone Number: 214/989-0000
*Note: If signed by an officer of the Surety Company, there must be on file a certified extract
from the by-laws showing that this person has authority to sign such obligation. If
Surety's physical address is different from its mailing address. both must be provided.
The date of the bond shall not be prior to the date the Contract is awarded.
CITY OF FORT WOR'l'Il CATTLEMAN'S CROSSINGPHASE 2
STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Cr'N- r 05C142
Revised January 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; Tonie Petranek; or Mikaela Peppers of Aon Risk
Services Southwest, Inc. of Dallas, TX its true and lawful Attomey-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
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.
i E
This Power of Attorney shall be construed and enforced in accordance with, and governed by, the laws of the State of Delaware,
a without 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:
c
•� o
V Z RESOLVED, that, with respect to the Surety business written by Berkley Surety, the Chairman of the Board, Chief
0 o Executive Officer, President or any Vice President of the Company, in conjunction with the Secretary or any Assistant
c a Secretary are hereby authorized to execute powers of attorney authorizing and qualifying the attorney -in -fact named therein
o 1 to execute bonds, undertakings, recognizances, or other suretyship obligations on behalf of the Company, and to affix the
ccorporate 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
Q ° RESOLVED, that such power of attorney limits the acts of those named therein to the bonds, undertakings, recognizances,
ci or other suretyship obligations specifically named therein, and they have no authority to bind the Company except in the
L manner and to the extent therein stated; and further
> RESOLVED, that such power of attorney revokes all previous powers issued on behalf of the attorney -in -fact named; and
b further
RESOLVED, that the signature of any authorized officer and the seal of the Company may be affixed by facsimile to any
P, . power of attorney or certification thereof authorizing the execution and delivery of any bond, undertaking, recognizance, or
other suretyship obligation of the Company; and such signature and seal when so used shall have the same force and effect as
3 though manually affixed. The Company may continue to use for the purposes herein stated the facsimile signature of any
c person or persons who shall have been such officer or officers of the Company, notwithstanding the fact that they may have
ceased to be such at the time when such instruments shall be issued.
d IN WITNESS WHEREOF, the Company has caused these presents to be signed and attested by its appropriate officers and its
0 o corporate seal hereunto affixed this 2nd day of Mav 2024
o S4 Attest Berkley Insurance Company
!'
� (Seal) By �-_��i ..�o r'�� By � U
PUP 5 ' Telt Je M-
Executive Vice President & Secretary Senior Vice President
o STATE OF CONNECTICL-T )
ss:
COL-N'IY OF F 4iRFIELD )
o S�-vorn to before me, a Notary Public in the State of Connecticut, this 21d day of Mai2024 , by Philip S. Welt and
N o Jeffrey M. Haffer who are sworn to me to be the Executive Vice President and Secretary, and the Senior Vice President,
respectively, of Berkley Insurance Company.
IIA C. RUNDBAKEN r / �� AARr l✓ ^- ^�� /1 ••- -
HWARt' Puauo
CONHET1ClJT Notary Public, State. of Connecticut
Q c W001wflAGUM EMR1G 04-W2= CERTIFIC ATE
o - -
I, the undersigned, Assistant Secretary- of BERKLEY INSURANCE COMPANY, DO HEREBY CERTIFY that the foregoing is a
Z U true, correct. and complete copy of the original Power of Attorney; that said Power of Attorney has not been rev, oked or rescin ded
0-0 Z ' and that the authority of the Attomey-in Fact set forth therein who executed the bond or undertaking to which this Power of
Attorney is attached, is in full force and effect as of thus. date.
Given under my hand and seal of the Company, this day of /
(Seal)
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: htt_)://www.tdi.state.tx.us
E-mail: ConsumerProtection;a)tdi.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. If
the dispute is not resolved, you may contact the Texas Department of
Insurance.
ATTACH THIS NOTICE TO YOUR BOND:
This notice is for information only and does not become a part or
condition of the attached document 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
operatedby: Fort Worth and Denver R.R. Company
Write the name of the railroad company. (If none, then write none)
2. The Contractor shall conduct its operations on railroad properties in such a manner as not to
interfere with, hinder, or obstruct the railroad company in any manner whatsoever in the use
or operation of its/their trains or other property. Such operations on railroad properties may
require that Contractor to execute a "Right of Entry Agreement" with the particular railroad
company or companies involved, and to this end the Contractor should satisfy itself as to the
requirements of each railroad company and be prepared to execute the right -of -entry (if any)
required by a railroad company. The requirements specified herein likewise relate to the
Contractor's use of private and/or construction access roads crossing said railroad company's
properties.
3. The Contractual Liability coverage required by Paragraph 5.04D of the General Conditions
shall provide coverage for not less than the following amounts, issued by companies
satisfactory to the City and to the Railroad Company for a term that continues for so long as
the Contractor's operations and work cross, occupy, or touch railroad property:
a. General Aggregate: none
Enter limits provided by Railroad Company (If none, write none)
b. Each Occurrence:: none
Enter limits provided by Railroad Company (If none, write none)
4. With respect to the above outlined insurance requirements, the following shall govern:
a. Where a single railroad company is involved, the Contractor shall provide one insurance
policy in the name of the railroad company. However, if more than one grade separation
or at -grade crossing is affected by the Project at entirely separate locations on the line or
lines of the same railroad company, separate coverage may be required, each in the
amount stated above.
b. Where more than one railroad company is operating on the same right-of-way or where
several railroad companies are involved and operated on their own separate rights -of -
CITY OF FORT WORTH
STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
00 73 10- 12
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 12 of 35
way, the Contractor may be required to provide separate insurance policies in the name
of each railroad company.
c. If, in addition to a grade separation or an at -grade crossing, other work or activity is
proposed on a railroad company's right-of-way at a location entirely separate from the
grade separation or at -grade crossing, insurance coverage for this work must be included
in the policy covering the grade separation.
d. If no grade separation is involved but other work is proposed on a railroad company's
right-of-way, all such other work may be covered in a single policy for that railroad, even
though the work may be at two or more separate locations.
5. No work or activities on a railroad company's property to be performed by the Contractor
shall be commenced until the Contractor has furnished the City with an original policy or
policies of the insurance for each railroad company named, as required above. All such
insurance must be approved by the City and each affected Railroad Company prior to the
Contractor's beginning work.
6. The insurance specified above must be carried until all Work to be performed on the railroad
right-of-way has been completed and the grade crossing, if any, is no longer used by the
Contractor. In addition, insurance must be carried during all maintenance and/or repair work
performed in the railroad right-of-way. Such insurance must name the railroad company as
the insured, together with any tenant or lessee of the railroad company operating over tracks
involved in the Project.
E. Notification of Policy Cancellation: Contractor shall immediately notify City upon cancellation
or other loss of insurance coverage. Contractor shall stop work until replacement insurance has
been procured. There shall be no time credit for days not worked pursuant to this section.
4.05 Acceptance of Bonds and Insurance; Option to Replace
If City has any objection to the coverage afforded by or other provisions of the bonds or insurance
required to be purchased and maintained by the Contractor in accordance with Article 5 on the basis
of non-conformance with the Contract Documents, the Developer and City shall so notify the
Contractor in writing within 10 Business Days after receipt of the certificates (or other evidence
requested). Contractor shall provide to the City such additional information in respect of insurance
provided as the Developer or City may reasonably request. If Contractor does not purchase or
maintain all of the bonds and insurance required by the Contract Documents, the Developer or City
shall notify the Contractor in writing of such failure prior to the start of the Work, or of such failure
to maintain prior to any change in the required coverage.
ARTICLE 5 — CONTRACTOR'S RESPONSIBILITIES
5.01 Supervision and Superintendent
A. Contractor shall supervise, inspect, and direct the Work competently and efficiently, devoting
such attention thereto and applying such skills and expertise as may be necessary to perform the
CITY OF FORT WORTH
STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
00 73 10- 13
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 13 of 35
Work in accordance with the Contract Documents. Contractor shall be solely responsible for the
means, methods, techniques, sequences, and procedures of construction.
B. At all times during the progress of the Work, Contractor shall assign a competent, English-
speaking, Superintendent who shall not be replaced without written notice to City. The
Superintendent will be Contractor's representative at the Site and shall have authority to act on
behalf of Contractor. All communication given to or received from the Superintendent shall be
binding on Contractor.
C. Contractor shall notify the City 24 hours prior to moving areas during the sequence of
construction.
5.02 Labor; Working Hours
A. Contractor shall provide competent, suitably qualified personnel to perform construction as
required by the Contract Documents. Contractor shall at all times maintain good discipline and
order at the Site.
B. Except as otherwise required for the safety or protection of persons or the Work or property at
the Site or adjacent thereto, and except as otherwise stated in the Contract Documents, all Work
at the Site shall be performed during Regular Working Hours. Contractor will not permit the
performance of Work beyond Regular Working Hours or for Weekend Working Hours without
City's written consent (which will not be unreasonably withheld). Written request (by letter or
electronic communication) to perform Work:
1. for beyond Regular Working Hours request must be made by noon at least two (2) Business
Days prior
2. for Weekend Working Hours request must be made by noon of the preceding Thursday
3. for legal holidays request must be made by noon two Business Days prior to the legal
holiday.
5.03 Services, Materials, and Equipment
A. Unless otherwise specified in the Contract Documents, Contractor shall provide and assume full
responsibility for all services, materials, equipment, labor, transportation, construction
equipment and machinery, tools, appliances, fuel, power, light, heat, telephone, water, sanitary
facilities, temporary facilities, and all other facilities and incidentals necessary for the
performance, Contractor required testing, start-up, and completion of the Work.
B. All materials and equipment incorporated into the Work shall be as specified or, if not specified,
shall be of good quality and new, except as otherwise provided in the Contract Documents. All
special warranties and guarantees required by the Specifications shall expressly run to the benefit
of City. If required by City, Contractor shall furnish satisfactory evidence (including reports of
required tests) as to the source, kind, and quality of materials and equipment.
CITY OF FORT WORTH
STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
00 73 10- 14
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 14 of 35
C. All materials and equipment to be incorporated into the Work shall be stored, applied, installed,
connected, erected, protected, used, cleaned, and conditioned in accordance with instructions of
the applicable Supplier, except as otherwise may be provided in the Contract Documents.
5.04 Project Schedule
A. Contractor shall adhere to the Project Schedule established in accordance with Paragraph 2.01
and the General Requirements as it may be adjusted from time to time as provided below.
1. Contractor shall submit to City for acceptance (to the extent indicated in Paragraph 2.01 and
the General Requirements) proposed adjustments in the Project Schedule.
2. Proposed adjustments in the Project Schedule that will change the Contract Time shall be
submitted in accordance with the requirements of Article 9. Adjustments in Contract Time
for projects with City participation shall be made by participating change orders.
5.05 Substitutes and "Or -Equals "
A. Whenever an item of material or equipment is specified or described in the Contract Documents
by using the name of a proprietary item or the name of a particular Supplier, the specification or
description is intended to establish the type, function, appearance, and quality required. Unless
the specification or description contains or is followed by words reading that no like, equivalent,
or "or -equal" item or no substitution is permitted, other items of material or equipment of other
Suppliers may be submitted to City for review under the circumstances described below.
1. "Or -Equal" Items: If in City's sole discretion an item of material or equipment proposed by
Contractor is functionally equal to that named and sufficiently similar so that no change in
related Work will be required, it may be considered by City as an "or -equal" item, in which
case review and approval of the proposed item may, in City's sole discretion, be
accomplished without compliance with some or all of the requirements for approval of
proposed substitute items. For the purposes of this Paragraph 5.05.A.1, a proposed item of
material or equipment will be considered functionally equal to an item so named if:
a. City determines that:
1) it is at least equal in materials of construction, quality, durability, appearance,
strength, and design characteristics;
2) it will reliably perform at least equally well the function and achieve the results
imposed by the design concept of the completed Project as a functioning whole; and
3) it has a proven record of performance and availability of responsive service; and
b. Contractor certifies that, if approved and incorporated into the Work:
1) there will be no increase in cost to the City or increase in Contract Time; and
CITY OF FORT WORTH
STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
00 73 10- 15
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 15 of 35
2) it will conform substantially to the detailed requirements of the item named in the
Contract Documents.
2. Substitute Items:
a. If in City's sole discretion an item of material or equipment proposed by Contractor does
not qualify as an "or -equal" item under Paragraph 5.05.A.1, it may be submitted as a
proposed substitute item.
b. Contractor shall submit sufficient information as provided below to allow City to
determine if the item of material or equipment proposed is essentially equivalent to that
named and an acceptable substitute therefor. Requests for review of proposed substitute
items of material or equipment will not be accepted by City from anyone other than
Contractor.
c. Contractor shall make written application to City for review of a proposed substitute item
of material or equipment that Contractor seeks to furnish or use. The application shall
comply with Section 0125 00 and:
1) shall certify that the proposed substitute item will:
i. perform adequately the functions and achieve the results called for by the general
design;
ii. be similar in substance to that specified;
iii. be suited to the same use as that specified; and
2) will state:
i. the extent, if any, to which the use of the proposed substitute item will prejudice
Contractor's achievement of final completion on time;
ii. whether use of the proposed substitute item in the Work will require a change in
any of the Contract Documents (or in the provisions of any other direct contract
with City for other work on the Project) to adapt the design to the proposed
substitute item;
iii. whether incorporation or use of the proposed substitute item in connection with
the Work is subject to payment of any license fee or royalty; and
3) will identify:
i. all variations of the proposed substitute item from that specified;
ii. available engineering, sales, maintenance, repair, and replacement services; and
CITY OF FORT WORTH
STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
00 73 10- 16
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 16 of 35
4) shall contain an itemized estimate of all costs or credits that will result directly or
indirectly from use of such substitute item, including costs of redesign and Damage
Claims of other contractors affected by any resulting change.
B. Substitute Construction Methods or Procedures: If a specific means, method, technique,
sequence, or procedure of construction is expressly required by the Contract Documents,
Contractor may furnish or utilize a substitute means, method, technique, sequence, or procedure
of construction approved by City. Contractor shall submit sufficient information to allow City, in
City's sole discretion, to determine that the substitute proposed is equivalent to that expressly
called for by the Contract Documents. Contractor shall make written application to City for
review in the same manner as those provided in Paragraph 5.05.A.2.
C. City's Evaluation: City will be allowed a reasonable time within which to evaluate each
proposal or submittal made pursuant to Paragraphs 5.05.A and 5.05.13. City may require
Contractor to furnish additional data about the proposed substitute. City will be the sole judge of
acceptability. No "or -equal" or substitute will be ordered, installed or utilized until City's review
is complete, which will be evidenced by a Change Order in the case of a substitute and an
accepted Submittal for an "or -equal." City will advise Contractor in writing of its determination.
D. Special Guarantee: City may require Contractor to furnish at Contractor's expense a special
performance guarantee, warranty, or other surety with respect to any substitute. Contractor shall
indemnify and hold harmless City and anyone directly or indirectly employed by them from and
against any and all claims, damages, losses and expenses (including attorneys fees) arising out
of the use of substituted materials or equipment.
E. City's Cost Reimbursement: City will record City's costs in evaluating a substitute proposed or
submitted by Contractor pursuant to Paragraphs 5.05.A.2 and 5.05.B. Whether or not City
approves a substitute so proposed or submitted by Contractor, Contractor may be required to
reimburse City for evaluating each such proposed substitute. Contractor may also be required to
reimburse City for the charges for making changes in the Contract Documents.
F. Contractor's Expense: Contractor shall provide all data in support of any proposed substitute or
"or -equal" at Contractor's expense.
G. Substitute Reimbursement: Costs (savings or charges) attributable to acceptance of a substitute
shall be incorporated to the Contract by Participating Change Order.
5.06 Pre -Qualification of Bidders (Prime Contractors and Subcontractors)
A. The Contractor and any subcontractors are required to be prequalified for the work types
requiring pre -qualification
5.07 Concerning Subcontractors, Suppliers, and Others
A. Minority and Women Owned Business Enterprise Compliance:
CITY OF FORT WORTH
STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
00 73 10- 17
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 17 of 35
❑x 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 lth day after the date that
arbitration is required, a district court shall appoint an arbitrator on the petition of any of the
persons. The City is not a party in the arbitration. The decision and award of the arbitrator is
final and binding on all parties and may be enforced in any court of competent jurisdiction.
E. Records to be Maintained. The Contractor and each Subcontractor shall, for a period of three (3)
years following the date of acceptance of the work, maintain records that show (i) the name and
CITY OF FORT WORTH
STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
00 73 10- 19
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 19 of 35
occupation of each worker employed by the Contractor in the construction of the Work provided
for in this Contract; and (ii) the actual per diem wages paid to each worker. The records shall be
open at all reasonable hours for inspection by the City. The provisions of Paragraph 6.23, Right
to Audit, shall pertain to this inspection.
F. Progress Payments. With each progress payment or payroll period, whichever is less, the
Contractor shall submit an affidavit stating that the Contractor has complied with the
requirements of Chapter 2258, Texas Government Code.
G. Posting of Wage Rates. The Contractor shall post prevailing wage rates in a conspicuous place at
all times.
H. Subcontractor Compliance. The Contractor shall include in its subcontracts and/or shall
otherwise require all of its Subcontractors to comply with Paragraphs A through G above.
5.09 Patent Fees and Royalties
A. To the fullest extent permitted by Laws and Regulations, Contractor shall indemnify and hold
harmless City, from and against all claims, costs, losses, and damages (including but not limited
to all fees and charges of engineers, architects, attorneys, and other professionals and all court
or arbitration or other dispute resolution costs) arising out of or relating to any infringement of
patent rights or copyrights incident to the use in the performance of the Work or resulting from
the incorporation in the Work of any invention, design, process, product, or device not specified
in the Contract Documents.
5.10 Laws and Regulations
A. Contractor shall give all notices required by and shall comply with all Laws and Regulations
applicable to the performance of the Work. Except where otherwise expressly required by
applicable Laws and Regulations, the City shall not be responsible for monitoring Contractor's
compliance with any Laws or Regulations.
B. If Contractor performs any Work knowing or having reason to know that it is contrary to Laws
or Regulations, Contractor shall bear all claims, costs, losses, and damages (including but not
limited to all fees and charges of engineers, architects, attorneys, and other professionals and all
court or arbitration or other dispute resolution costs) arising out of or relating to such Work.
However, it shall not be Contractor's responsibility to make certain that the Specifications and
Drawings are in accordance with Laws and Regulations, but this shall not relieve Contractor of
Contractor's obligations under Paragraph 3.01.
5.11 Use of Site and Other Areas
A. Limitation on Use of Site and Other Areas:
1. Contractor shall confine construction equipment, the storage of materials and equipment, and
the operations of workers to the Site and other areas permitted by Laws and Regulations, and
shall not unreasonably encumber the Site and other areas with construction equipment or
CITY OF FORT WORTH
STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
00 73 10- 20
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 20 of 35
other materials or equipment. Contractor shall assume full responsibility for any damage to
any such land or area, or to the owner or occupant thereof, or of any adjacent land or areas
resulting from the performance of the Work.
2. At any time when, in the judgment of the City, the Contractor has obstructed or closed or is
carrying on operations in a portion of a street, right-of-way, or easement greater than is
necessary for proper execution of the Work, the City may require the Contractor to finish the
section on which operations are in progress before work is commenced on any additional
area of the Site.
3. Should any Damage Claim be made by any such owner or occupant because of the
performance of the Work, Contractor shall promptly attempt to resolve the Damage Claim.
4. Pursuant to Paragraph 5.18, Contractor shall indemnify and hold harmless City, from and
against all claims, costs, losses, and damages arising out of or relating to any claim or
action, legal or equitable, brought by any such owner or occupant against City.
B. Removal of Debris During Performance of the Work: During the progress of the Work
Contractor shall keep the Site and other areas free from accumulations of waste materials,
rubbish, and other debris. Removal and disposal of such waste materials, rubbish, and other
debris shall conform to applicable Laws and Regulations.
C. Site Maintenance Cleaning: 24 hours after written notice is given to the Contractor that the
clean-up on the job site is proceeding in a manner unsatisfactory to the City or Developer, if the
Contractor fails to correct the unsatisfactory procedure, the City may take such direct action as
the City deems appropriate to correct the clean-up deficiencies cited to the Contractor in the
written notice (by letter or electronic communication), and shall be entitled to recover its cost in
doing so. The City may withhold Final Acceptance until clean-up is complete and cost are
recovered.
D. Final Site Cleaning: Prior to Final Acceptance of the Work Contractor shall clean the Site and
the Work and make it ready for utilization by City or adjacent property owner. At the completion
of the Work Contractor shall remove from the Site all tools, appliances, construction equipment
and machinery, and surplus materials and shall restore to original condition or better all property
disturbed by the Work.
E. Loading Structures: Contractor shall not load nor permit any part of any structure to be loaded
in any manner that will endanger the structure, nor shall Contractor subject any part of the Work
or adjacent property to stresses or pressures that will endanger it.
5.12 Record Documents
A. Contractor shall maintain in a safe place at the Site or in a place designated by the Contractor
and approved by the City, one (1) record copy of all Drawings, Specifications, Addenda, Change
Orders, Field Orders, and written interpretations and clarifications in good order and annotated
to show changes made during construction. These record documents together with all approved
CITY OF FORT WORTH
STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
00 73 10- 21
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 21 of 35
Samples and a counterpart of all accepted Submittals will be available to City for reference.
Upon completion of the Work, these record documents, any operation and maintenance manuals,
and Submittals will be delivered to City prior to Final Inspection. Contractor shall include
accurate locations for buried and imbedded items.
5.13 Safety and Protection
A. Contractor shall be solely responsible for initiating, maintaining and supervising all safety
precautions and programs in connection with the Work. Such responsibility does not relieve
Subcontractors of their responsibility for the safety of persons or property in the performance of
their work, nor for compliance with applicable safety Laws and Regulations. Contractor shall
take all necessary precautions for the safety of, and shall provide the necessary protection to
prevent damage, injury or loss to:
1. all persons on the Site or who may be affected by the Work;
2. all the Work and materials and equipment to be incorporated therein, whether in storage on
or off the Site; and
3. other property at the Site or adjacent thereto, including trees, shrubs, lawns, walks,
pavements, roadways, structures, utilities, and Underground Facilities not designated for
removal, relocation, or replacement in the course of construction.
B. Contractor shall comply with all applicable Laws and Regulations relating to the safety of
persons or property, or to the protection of persons or property from damage, injury, or loss; and
shall erect and maintain all necessary safeguards for such safety and protection. Contractor shall
notify owners of adjacent property and of Underground Facilities and other utility owners when
prosecution of the Work may affect them, and shall cooperate with them in the protection,
removal, relocation, and replacement of their property.
C. Contractor shall comply with the applicable requirements of City's safety programs, if any.
D. Contractor shall inform City of the specific requirements of Contractor's safety program, if any,
with which City's employees and representatives must comply while at the Site.
E. All damage, injury, or loss to any property referred to in Paragraph 5.13.A.2 or 5.13.A.3 caused,
directly or indirectly, in whole or in part, by Contractor, any Subcontractor, Supplier, or any
other individual or entity directly or indirectly employed by any of them to perform any of the
Work, or anyone for whose acts any of them may be liable, shall be remedied by Contractor.
F. Contractor's duties and responsibilities for safety and for protection of the Work shall continue
until such time as all the Work is completed and City has accepted the Work.
5.14 Safety Representative
Contractor shall inform City in writing of Contractor's designated safety representative at the Site.
CITY OF FORT WORTH
STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
00 73 10- 22
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 22 of 35
5.15 Hazard Communication Programs
Contractor shall be responsible for coordinating any exchange of material safety data sheets or other
hazard communication information required to be made available to or exchanged between or
among employers in accordance with Laws or Regulations.
5.16 Submittals
A. Contractor shall submit required Submittals to City for review and acceptance. Each submittal
will be identified as required by City.
1. Submit number of copies specified in the General Requirements.
2. Data shown on the Submittals will be complete with respect to quantities, dimensions,
specified performance and design criteria, materials, and similar data to show City the
services, materials, and equipment Contractor proposes to provide and to enable City to
review the information for the limited purposes required by Paragraph 5.16.C.
3. Submittals submitted as herein provided by Contractor and reviewed by City for
conformance with the design concept shall be executed in conformity with the Contract
Documents unless otherwise required by City.
4. When Submittals are submitted for the purpose of showing the installation in greater detail,
their review shall not excuse Contractor from requirements shown on the Drawings and
Specifications.
5. For -Information -Only submittals upon which the City is not expected to conduct review or
take responsive action may be so identified in the Contract Documents.
6. Submit required number of Samples specified in the Specifications.
7. Clearly identify each Sample as to material, Supplier, pertinent data such as catalog numbers,
the use for which intended and other data as City may require to enable City to review the
submittal for the limited purposes required by Paragraph 5.16.C.
B. Where a Submittal is required by the Contract Documents or the Schedule of Submittals, any
related Work performed prior to City's review and acceptance of the pertinent submittal will be
at the sole expense and responsibility of Contractor.
C. City's Review:
1. City will provide timely review of required Submittals in accordance with the Schedule of
Submittals acceptable to City. City's review and acceptance will be only to determine if the
items covered by the submittals will, after installation or incorporation in the Work, conform
to the information given in the Contract Documents and be compatible with the design
concept of the completed Project as a functioning whole as indicated by the Contract
Documents.
CITY OF FORT WORTH
STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
00 73 10- 23
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 23 of 35
2. City's review and acceptance will not extend to means, methods, techniques, sequences, or
procedures of construction (except where a particular means, method, technique, sequence,
or procedure of construction is specifically and expressly called for by the Contract
Documents) or to safety precautions or programs incident thereto. The review and
acceptance of a separate item as such will not indicate approval of the assembly in which the
item functions.
3. City's review and acceptance shall not relieve Contractor from responsibility for any
variation from the requirements of the Contract Documents unless Contractor has complied
with the requirements of Section 01 33 00 and City has given written acceptance of each
such variation by specific written notation thereof incorporated in or accompanying the
Submittal. City's review and acceptance shall not relieve Contractor from responsibility for
complying with the requirements of the Contract Documents.
5.17 Contractor's General Warranty and Guarantee
A. Contractor warrants and guarantees to City that all Work will be in accordance with the Contract
Documents and will not be defective. City and its officers, directors, members, partners,
employees, agents, consultants, and subcontractors shall be entitled to rely on representation of
Contractor's warranty and guarantee.
B. Contractor's warranty and guarantee hereunder excludes defects or damage caused by:
1. abuse, modification, or improper maintenance or operation by persons other than Contractor,
Subcontractors, Suppliers, or any other individual or entity for whom Contractor is
responsible; or
2. normal wear and tear under normal usage.
C. Contractor's obligation to perform and complete the Work in accordance with the Contract
Documents shall be absolute. None of the following will constitute an acceptance of Work that is
not in accordance with the Contract Documents or a release of Contractor's obligation to
perform the Work in accordance with the Contract Documents:
1. observations by City;
2. recommendation or payment by City or Developer of any progress or final payment;
3. the issuance of a certificate of Final Acceptance by City or any payment related thereto by
City;
4. use or occupancy of the Work or any part thereof by City;
5. any review and acceptance of a Submittal by City;
6. any inspection, test, or approval by others; or
CITY OF FORT WORTH
STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
00 73 10- 24
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 24 of 35
7. any correction of defective Work by City.
D. The Contractor shall remedy any defects or damages in the Work and pay for any damage to
other work or property resulting therefrom which shall appear within a period of two (2) years
from the date of Final Acceptance of the Work unless a longer period is specified and shall
furnish a good and sufficient maintenance bond, complying with the requirements of Article
4.02.13. The City will give notice of observed defects with reasonable promptness.
5.18 Indemnification
A. Contractor covenants and agrees to indemnify, hold harmless and defend, at its own expense, the
City, its officers, servants and employees, from and against any and all claims arising out of, or
alleged to arise out of, the work and services to be performed by the Contractor, its officers,
agents, employees, subcontractors, licenses or invitees under this Contract. THIS
INDEMNIFICATION PROVISION IS SPECIFICALLY INTENDED TO OPERATE
AND BE EFFECTIVE EVEN IF IT IS ALLEGED OR PROVEN THAT ALL OR SOME
OF THE DAMAGES BEING SOUGHT WERE CAUSED, IN WHOLE OR IN PART, BY
ANY ACT, OMISSION OR NEGLIGENCE OF THE CITY. This indemnity provision is
intended to include, without limitation, indemnity for costs, expenses and legal fees incurred by
the City in defending against such claims and causes of actions.
B. Contractor covenants and agrees to indemnify and hold harmless, at its own expense, the City, its
officers, servants and employees, from and against any and all loss, damage or destruction of
property of the City, arising out of, or alleged to arise out of, the work and services to be
performed by the Contractor, its officers, agents, employees, subcontractors, licensees or invitees
under this Contract. THIS INDEMNIFICATION PROVISION IS SPECIFICALLY
INTENDED TO OPERATE AND BE EFFECTIVE EVEN IF IT IS ALLEGED OR
PROVEN THAT ALL OR SOME OF THE DAMAGES BEING SOUGHT WERE
CAUSED, IN WHOLE OR IN PART, BY ANY ACT, OMISSION OR NEGLIGENCE OF
THE CITY.
5.19 Delegation of Professional Design Services
A. Contractor will not be required to provide professional design services unless such services are
specifically required by the Contract Documents for a portion of the Work or unless such
services are required to carry out Contractor's responsibilities for construction means, methods,
techniques, sequences and procedures.
B. If professional design services or certifications by a design professional related to systems,
materials or equipment are specifically required of Contractor by the Contract Documents, City
will specify all performance and design criteria that such services must satisfy. Contractor shall
cause such services or certifications to be provided by a properly licensed professional, whose
signature and seal shall appear on all drawings, calculations, specifications, certifications, and
Submittals prepared by such professional. Submittals related to the Work designed or certified
by such professional, if prepared by others, shall bear such professional's written approval when
submitted to City.
CITY OF FORT WORTH
STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
00 73 10- 25
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 25 of 35
C. City shall be entitled to rely upon the adequacy, accuracy and completeness of the services,
certifications or approvals performed by such design professionals, provided City has specified
to Contractor performance and design criteria that such services must satisfy.
D. Pursuant to this Paragraph 5.19, City's review and acceptance of design calculations and design
drawings will be only for the limited purpose of checking for conformance with performance
and design criteria given and the design concept expressed in the Contract Documents. City's
review and acceptance of Submittals (except design calculations and design drawings) will be
only for the purpose stated in Paragraph 5.16.C.
5.20 Right to Audit:
A. The City reserves the right to audit all projects utilizing City funds
B. The Contractor agrees that the City shall, until the expiration of three (3) years after final
payment under this Contract, have access to and the right to examine and photocopy any directly
pertinent books, documents, papers, and records of the Contractor involving transactions relating
to this Contract. Contractor agrees that the City shall have access during Regular Working Hours
to all necessary Contractor facilities and shall be provided adequate and appropriate work space
in order to conduct audits in compliance with the provisions of this Paragraph. The City shall
give Contractor reasonable advance notice of intended audits.
C. Contractor further agrees to include in all its subcontracts hereunder a provision to the effect that
the subcontractor agrees that the City shall, until the expiration of three (3) years after final
payment under this Contract, have access to and the right to examine and photocopy any directly
pertinent books, documents, papers, and records of such Subcontractor, involving transactions to
the subcontract, and further, that City shall have access during Regular Working Hours to all
Subcontractor facilities, and shall be provided adequate and appropriate work space in order to
conduct audits in compliance with the provisions of this Paragraph. The City shall give
Subcontractor reasonable advance notice of intended audits.
D. Contractor and Subcontractor agree to photocopy such documents as may be requested by the
City. The City agrees to reimburse Contractor for the cost of the copies as follows at the rate
published in the Texas Administrative Code in effect as of the time copying is performed.
5.21 Nondiscrimination
A. The City is responsible for operating Public Transportation Programs and implementing transit -
related projects, which are funded in part with Federal financial assistance awarded by the U.S.
Department of Transportation and the Federal Transit Administration (FTA), without
discriminating against any person in the United States on the basis of race, color, or national
origin.
B. Title VI, Civil Rights Act of 1964 as amended: Contractor shall comply with the requirements of
the Act and the Regulations as further defined in the Supplementary Conditions for any project
receiving Federal assistance.
CITY OF FORT WORTH
STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
00 73 10- 26
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 26 of 35
ARTICLE 6 — OTHER WORK AT THE SITE
6.01 Related Work at Site
A. City may perform other work related to the Project at the Site with City's employees, or other
City contractors, or through other direct contracts therefor, or have other work performed by
utility owners. If such other work is not noted in the Contract Documents, then written notice
thereof will be given to Contractor prior to starting any such other work; and
B. Contractor shall afford each other contractor who is a party to such a direct contract, each utility
owner, and City, if City is performing other work with City's employees or other City
contractors, proper and safe access to the Site, provide a reasonable opportunity for the
introduction and storage of materials and equipment and the execution of such other work, and
properly coordinate the Work with theirs. Contractor shall do all cutting, fitting, and patching of
the Work that may be required to properly connect or otherwise make its several parts come
together and properly integrate with such other work. Contractor shall not endanger any work of
others by cutting, excavating, or otherwise altering such work; provided, however, that
Contractor may cut or alter others' work with the written consent of City and the others whose
work will be affected.
C. If the proper execution or results of any part of Contractor's Work depends upon work
performed by others under this Article 7, Contractor shall inspect such other work and promptly
report to City in writing any delays, defects, or deficiencies in such other work that render it
unavailable or unsuitable for the proper execution and results of Contractor's Work. Contractor's
failure to so report will constitute an acceptance of such other work as fit and proper for
integration with Contractor's Work except for latent defects in the work provided by others.
ARTICLE 7 — CITY'S RESPONSIBILITIES
7.01 Inspections, Tests, and Approvals
City's responsibility with respect to certain inspections, tests, and approvals is set forth in Paragraph
11.03.
7.02 Limitations on City's Responsibilities
A. The City shall not supervise, direct, or have control or authority over, nor be responsible for,
Contractor's means, methods, techniques, sequences, or procedures of construction, or the safety
precautions and programs incident thereto, or for any failure of Contractor to comply with Laws
and Regulations applicable to the performance of the Work. City will not be responsible for
Contractor's failure to perform the Work in accordance with the Contract Documents.
B. City will notify the Contractor of applicable safety plans pursuant to Paragraph 5.13.
CITY OF FORT WORTH
STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
00 73 10- 27
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 27 of 35
7.03 Compliance with Safety Program
While at the Site, City's employees and representatives shall comply with the specific applicable
requirements of Contractor's safety programs of which City has been informed pursuant to
Paragraph 5.13.
ARTICLE 8 — CITY'S OBSERVATION STATUS DURING CONSTRUCTION
8.01 City's Project Representative
City will provide one or more Project Representative(s) during the construction period. The duties
and responsibilities and the limitations of authority of City's representative during construction are
set forth in the Contract Documents.
A. City's Project Representative will make visits to the Site at intervals appropriate to the various
stages of construction as City deems necessary in order to observe the progress that has been
made and the quality of the various aspects of Contractor's executed Work. Based on
information obtained during such visits and observations, City's Project Representative will
determine, in general, if the Work is proceeding in accordance with the Contract Documents.
City's Project Representative will not be required to make exhaustive or continuous inspections
on the Site to check the quality or quantity of the Work. City's Project Representative's efforts
will be directed toward providing City a greater degree of confidence that the completed Work
will conform generally to the Contract Documents.
B. City's Project Representative's visits and observations are subject to all the limitations on
authority and responsibility in the Contract Documents.
8.02 Authorized Variations in Work
City's Project Representative may authorize minor variations in the Work from the requirements of
the Contract Documents which do not involve an adjustment in the Contract Price or the Contract
Time and are compatible with the design concept of the completed Project as a functioning whole as
indicated by the Contract Documents. These may be accomplished by a Field Order and will be
binding on City Developer, and also on Contractor, who shall perform the Work involved promptly.
8.03 Rejecting Defective Work
City will have authority to reject Work which City's Project Representative believes to be defective,
or will not produce a completed Project that conforms to the Contract Documents or that will
prejudice the integrity of the design concept of the completed Project as a functioning whole as
indicated by the Contract Documents. City will have authority to conduct special inspection or
testing of the Work as provided in Article 11, whether or not the Work is fabricated, installed, or
completed.
CITY OF FORT WORTH
STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
00 73 10- 28
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 28 of 35
8.04 Determinations for Work Performed
Contractor will determine the actual quantities and classifications of Work performed. City's Project
Representative will review with Contractor the preliminary determinations on such matters before
rendering a written recommendation. City's written decision will be final (except as modified to
reflect changed factual conditions or more accurate data).
ARTICLE 9 — CHANGES IN THE WORK
9.01 Authorized Changes in the Work
A. Without invalidating the Contract and without notice to any surety, City may, at any time or
from time to time, order Extra Work. Upon notice of such Extra Work, Contractor shall
promptly proceed with the Work involved which will be performed under the applicable
conditions of the Contract Documents (except as otherwise specifically provided). Extra Work
shall be memorialized by a Participating Change Order which may or may not precede an order
of Extra work.
B. For minor changes of Work not requiring changes to Contract Time or Contract Price on a
project with City participation, a Field Order may be issued by the City.
9.02 Notification to Surety
If the provisions of any bond require notice to be given to a surety of any change affecting the
general scope of the Work or the provisions of the Contract Documents (including, but not limited
to, Contract Price or Contract Time), the giving of any such notice will be Contractor's
responsibility. The amount of each applicable bond will be adjusted by the Contractor to reflect the
effect of any such change.
ARTICLE 10 — CHANGE OF CONTRACT PRICE; CHANGE OF CONTRACT TIME
10.01 Change of Contract Price
A. The Contract Price may only be changed by a Participating Change Order for projects with City
participation.
10.02 Change of Contract Time
A. The Contract Time may only be changed by a Participating Change Order for projects with City
participation.
10.03 Delays
A. If Contractor is delayed, City shall not be liable to Contractor for any claims, costs, losses, or
damages (including but not limited to all fees and charges of engineers, architects, attorneys, and
other professionals and all court or arbitration or other dispute resolution costs) sustained by
Contractor on or in connection with any other project or anticipated project.
CITY OF FORT WORTH
STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
00 73 10- 29
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 29 of 35
ARTICLE 11— TESTS AND INSPECTIONS; CORRECTION, REMOVAL OR ACCEPTANCE OF
DEFECTIVE WORK
11.01 Notice of Defects
Notice of all defective Work of which City has actual knowledge will be given to Contractor.
Defective Work may be rejected, corrected, or accepted as provided in this Article 13.
11.02 Access to Work
City, independent testing laboratories, and governmental agencies with jurisdictional interests will
have access to the Site and the Work at reasonable times for their observation, inspection, and
testing. Contractor shall provide them proper and safe conditions for such access and advise them of
Contractor's safety procedures and programs so that they may comply therewith as applicable.
11.03 Tests and Inspections
A. Contractor shall give City timely notice of readiness of the Work for all required inspections,
tests, or approvals and shall cooperate with inspection and testing personnel to facilitate required
inspections or tests.
B. If Contract Documents, Laws or Regulations of any public body having jurisdiction require any
of the Work (or part thereof) to be inspected, tested, or approved, Contractor shall assume full
responsibility for arranging and obtaining such independent inspections, tests, retests or
approvals, pay all costs in connection therewith, and furnish City the required certificates of
inspection or approval; excepting, however, those fees specifically identified in the
Supplementary Conditions or any Texas Department of Licensure and Regulation (TDLR)
inspections, which shall be paid as described in the Supplementary Conditions.
C. Contractor shall be responsible for arranging and obtaining and shall pay all costs in connection
with any inspections, tests, re -tests, or approvals required for City's acceptance of materials or
equipment to be incorporated in the Work; or acceptance of materials, mix designs, or equipment
submitted for approval prior to Contractor's purchase thereof for incorporation in the Work.
Such inspections, tests, re -tests, or approvals shall be performed by organizations approved by
City.
D. City may arrange for the services of an independent testing laboratory ("Testing Lab") to
perform any inspections or tests ("Testing") for any part of the Work, as determined solely by
City.
1. City will coordinate such Testing to the extent possible, with Contractor;
2. Should any Testing under this Section 11.03 D result in a "fail", "did not pass" or other
similar negative result, the Contractor shall be responsible for paying for any and all retests.
Contractor's cancellation without cause of City initiated Testing shall be deemed a negative
result and require a retest.
CITY OF FORT WORTH
STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
00 73 10- 30
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 30 of 35
3. Any amounts owed for any retest under this Section 11.03 D shall be paid directly to the
Testing Lab by Contractor.
Developer/Contractor.
City will forward all invoices for retests to
4. If Contractor fails to pay the Testing Lab, City will not issue a letter of Final Acceptance
until the Testing Lab is Paid
E. If any Work (or the work of others) that is to be inspected, tested, or approved is covered by
Contractor without written concurrence of City, Contractor shall, if requested by City, uncover
such Work for observation.
11.04 Uncovering Work
A. If any Work is covered contrary to the Contract Documents or specific instructions by the City, it
must, if requested by City, be uncovered for City's observation and replaced at Contractor's
expense.
11.05 City May Stop the Work
If the Work is defective, or Contractor fails to supply sufficient skilled workers or suitable materials
or equipment, or fails to perform the Work in such a way that the completed Work will conform to
the Contract Documents, City may order Contractor to stop the Work, or any portion thereof, until
the cause for such order has been eliminated; however, this right of City to stop the Work shall not
give rise to any duty on the part of City to exercise this right for the benefit of Contractor, any
Subcontractor, any Supplier, any other individual or entity, or any surety for, or employee or agent
of any of them.
11.06 Correction or Removal of Defective Work
A. Promptly after receipt of written notice, Contractor shall correct all defective Work pursuant to
an acceptable schedule, whether or not fabricated, installed, or completed, or, if the Work has
been rejected by City, remove it from the Project and replace it with Work that is not defective.
Contractor shall pay all claims, costs, additional testing, losses, and damages (including but not
limited to all fees and charges of engineers, architects, attorneys, and other professionals and all
court or arbitration or other dispute resolution costs) arising out of or relating to such correction
or removal (including but not limited to all costs of repair or replacement of work of others).
Failure to require the removal of any defective Work shall not constitute acceptance of such
Work.
B. When correcting defective Work under the terms of this Paragraph 11.06 or Paragraph 11.07,
Contractor shall take no action that would void or otherwise impair City's special warranty and
guarantee, if any, on said Work.
11.07 Correction Period
A. If within two (2) years after the date of Final Acceptance (or such longer period of time as may
be prescribed by the terms of any applicable special guarantee required by the Contract
CITY OF FORT WORTH
STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
00 73 10- 31
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 31 of 35
Documents), any Work is found to be defective, or if the repair of any damages to the land or
areas made available for Contractor's use by City or permitted by Laws and Regulations as
contemplated in Paragraph 5.10.A is found to be defective, Contractor shall promptly, without
cost to City and in accordance with City's written instructions:
1. repair such defective land or areas; or
2. correct such defective Work; or
3. if the defective Work has been rejected by City, remove it from the Project and replace it
with Work that is not defective, and
4. satisfactorily correct or repair or remove and replace any damage to other Work, to the work
of others or other land or areas resulting therefrom.
B. If Contractor does not promptly comply with the terms of City's written instructions, or in an
emergency where delay would cause serious risk of loss or damage, City may have the defective
Work corrected or repaired or may have the rejected Work removed and replaced. All claims,
costs, losses, and damages (including but not limited to all fees and charges of engineers,
architects, attorneys, and other professionals and all court or other dispute resolution costs)
arising out of or relating to such correction or repair or such removal and replacement (including
but not limited to all costs of repair or replacement of work of others) will be paid by Contractor.
C. Where defective Work (and damage to other Work resulting therefrom) has been corrected or
removed and replaced under this Paragraph 11.07, the correction period hereunder with respect
to such Work may be required to be extended for an additional period of one year after the end
of the initial correction period. City shall provide 30 days written notice to Contractor and
Developer should such additional warranty coverage be required. Contractor's obligations under
this Paragraph 11.07 are in addition to any other obligation or warranty. The provisions of this
Paragraph 11.07 shall not be construed as a substitute for, or a waiver of, the provisions of any
applicable statute of limitation or repose.
11.08 City May Correct Defective Work
A. If Contractor fails within a reasonable time after written notice from City to correct defective
Work, or to remove and replace rejected Work as required by City in accordance with Paragraph
11.06.A, or if Contractor fails to perform the Work in accordance with the Contract Documents,
or if Contractor fails to comply with any other provision of the Contract Documents, City may,
after seven (7) days written notice to Contractor and the Developer, correct, or remedy any such
deficiency.
B. In exercising the rights and remedies under this Paragraph 11.09, City shall proceed
expeditiously. In connection with such corrective or remedial action, City may exclude
Contractor from all or part of the Site, take possession of all or part of the Work and suspend
Contractor's services related thereto, and incorporate in the Work all materials and equipment
incorporated in the Work, stored at the Site or for which City has paid Contractor but which are
CITY OF FORT WORTH
STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
00 73 10- 32
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 32 of 35
stored elsewhere. Contractor shall allow City, City's representatives, agents, consultants,
employees, and City's other contractors, access to the Site to enable City to exercise the rights
and remedies under this Paragraph.
C. All claims, costs, losses, and damages (including but not limited to all fees and charges of
engineers, architects, attorneys, and other professionals and all court or other dispute resolution
costs) incurred or sustained by City in exercising the rights and remedies under this Paragraph
13.09 will be charged against Contractor, and a Change Order will be issued incorporating the
necessary revisions in the Contract Documents with respect to the Work; and City shall be
entitled to an appropriate decrease in the Contract Price.
D. Contractor shall not be allowed an extension of the Contract Time because of any delay in the
performance of the Work attributable to the exercise of City's rights and remedies under this
Paragraph 11.09.
ARTICLE 12 — COMPLETION
12.01 Contractor's Warranty of Title
Contractor warrants and guarantees that title to all Work, materials, and equipment covered by any
Application for Payment will pass to City no later than the time of Final Acceptance and shall be
free and clear of all Liens.
12.02 Partial Utilization
A. Prior to Final Acceptance of all the Work, City may use or occupy any substantially completed
part of the Work which has specifically been identified in the Contract Documents, or which
City, determines constitutes a separately functioning and usable part of the Work that can be
used by City for its intended purpose without significant interference with Contractor's
performance of the remainder of the Work. City at any time may notify Contractor in writing to
permit City to use or occupy any such part of the Work which City determines to be ready for its
intended use, subject to the following conditions:
1. Contractor at any time may notify City in writing that Contractor considers any such part of
the Work ready for its intended use.
2. Within a reasonable time after notification as enumerated in Paragraph 14.05.A.1, City and
Contractor shall make an inspection of that part of the Work to determine its status of
completion. If City does not consider that part of the Work to be substantially complete, City
will notify Contractor in writing giving the reasons therefor.
3. Partial Utilization will not constitute Final Acceptance by City.
12.03 Final Inspection
A. Upon written notice from Contractor that the entire Work is complete in accordance with the
Contract Documents:
CITY OF FORT WORTH
STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
00 73 10- 33
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 33 of 35
1. within 10 days, City will schedule a Final Inspection with Contractor.
2. City will notify Contractor in writing of all particulars in which this inspection reveals that
the Work is incomplete or defective. Contractor shall immediately take such measures as are
necessary to complete such Work or remedy such deficiencies.
12.04 Final Acceptance
A. Upon completion by Contractor to City's satisfaction, of any additional Work identified in the
Final Inspection, City will issue to Contractor a letter of Final Acceptance upon the satisfaction
of the following:
1. All documentation called for in the Contract Documents, including but not limited to the
evidence of insurance required by Paragraph 5.03;
2. consent of the surety, if any, to Final Acceptance;
3. a list of all pending or released Damage Claims against City that Contractor believes are
unsettled; and
4. affidavits of payments and complete and legally effective releases or waivers (satisfactory to
City) of all Lien rights arising out of or Liens filed in connection with the Work.
5. after all Damage Claims have been resolved:
a. directly by the Contractor or;
b. Contractor provides evidence that the Damage Claim has been reported to Contractor's
insurance provider for resolution.
6. Issuing Final Acceptance by the City shall not relieve the Contractor of any guarantees or
other requirements of the Contract Documents which specifically continue thereafter.
ARTICLE 13 — SUSPENSION OF WORK
13.01 City May Suspend Work
A. At any time and without cause, City may suspend the Work or any portion thereof by written
notice to Contractor and which may fix the date on which Work will be resumed. Contractor
shall resume the Work on the date so fixed. During temporary suspension of the Work covered
by these Contract Documents, for any reason, the City will stop contract time on City
participation projects.
B. Should the Contractor not be able to complete a portion of the Project due to causes beyond the
control of and without the fault or negligence of the Contractor, and should it be determined by
mutual consent of the Contractor and City that a solution to allow construction to proceed is not
CITY OF FORT WORTH
STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
00 73 10- 34
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 34 of 35
available within a reasonable period of time, Contractor may request an extension in Contract
Time, directly attributable to any such suspension.
C. If it should become necessary to suspend the Work for an indefinite period, the Contractor shall
store all materials in such a manner that they will not obstruct or impede the public unnecessarily
nor become damaged in any way, and he shall take every precaution to prevent damage or
deterioration of the work performed; he shall provide suitable drainage about the work, and erect
temporary structures where necessary.
ARTICLE 14 — MISCELLANEOUS
14.01 Giving Notice
A. Whenever any provision of the Contract Documents requires the giving of written notice, it will
be deemed to have been validly given i£
1. delivered in person to the individual or to a member of the firm or to an officer of the
corporation for whom it is intended; or
2. delivered at or sent by registered or certified mail, postage prepaid, to the last business
address known to the giver of the notice.
B. Business address changes must be promptly made in writing to the other party.
C. Whenever the Contract Documents specifies giving notice by electronic means such electronic
notice shall be deemed sufficient upon confirmation of receipt by the receiving party.
14.02 Computation of Times
When any period of time is referred to in the Contract Documents by days, it will be computed to
exclude the first and include the last day of such period. If the last day of any such period falls on a
Saturday or Sunday or on a day made a legal holiday the next Working Day shall become the last
day of the period.
14.03 Cumulative Remedies
The duties and obligations imposed by these General Conditions and the rights and remedies
available hereunder to the parties hereto are in addition to, and are not to be construed in any way as
a limitation of, any rights and remedies available to any or all of them which are otherwise imposed
or available by Laws or Regulations, by special warranty or guarantee, or by other provisions of the
Contract Documents. The provisions of this Paragraph will be as effective as if repeated specifically
in the Contract Documents in connection with each particular duty, obligation, right, and remedy to
which they apply.
CITY OF FORT WORTH
STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
00 73 10- 35
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 35 of 35
14.04 Survival of Obligations
All representations, indemnifications, warranties, and guarantees made in, required by, or given in
accordance with the Contract Documents, as well as all continuing obligations indicated in the
Contract Documents, will survive final payment, completion, and acceptance of the Work or
termination or completion of the Contract or termination of the services of Contractor.
14.05 Headings
Article and paragraph headings are inserted for convenience only and do not constitute parts of these
General Conditions.
CITY OF FORT WORTH
STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
1
2
3 PART1- GENERAL
4 1.1 SUMMARY
SECTION 01 11 00
SUMMARY OF WORK
011100-1
SUMMARY OF WORK
Pagel 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. Modified 1.2.A.1
9 2. Added 1.2.A.2
10 3. Modified 1.4.13.1
11 4. Added 1.4.13.2
12 5. Added 1.4.0 & 1.4.F
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. Unit Price - Work associated with this Item is considered subsidiary to the various
19 items bid. No separate payment will be allowed for this Item.
20 2. Lump Sum Price - Work associated with this Item is included in the total lump
21 sum price.
22 1.3 REFERENCES [NOT USED]
23 1.4 ADMINISTRATIVE REQUIREMENTS
24 A. Work Covered by Contract Documents
25 1. Work is to include furnishing all labor, materials, and equipment, and performing
26 all Work necessary for this construction project as detailed in the Drawings and
27 Specifications.
28 B. Subsidiary Work
29 1. Unit Price Bid - Any and all Work specifically governed by documentary
30 requirements for the project, such as conditions imposed by the Drawings or
31 Contract Documents in which no specific item for bid has been provided for in the
32 Proposal and the item is not a typical unit bid item included on the standard bid
33 item list, then the item shall be considered as a subsidiary item of Work, the cost of
34 which shall be included in the price bid in the Proposal for various bid items.
35 2. Lump Sum Price — Anv and all Work specifically governed by documentary
36 reauirements for the Droiect. such as conditions imposed by the Drawings or
37 Contract Documents are included in the total lump sum price bid.
CITY OF FORT WORTH STANDARD CONSTRUCTION CATTLEMAN'S CROSSING PHASE 3
SPECIFICATION DOCUMENTS — WATER FACILITY PROJECTS CPN: 105370
Revised December 20, 2012
011100-2
SUMMARY OF WORK
Page 2 of 3
1
C. Examination of the Site
2
1.
Visit the site, to compare drawings and specifications with anv work in place,
3
and observe all site conditions. including other work. if anv. is being
4
performed. Failure to visit the site shall not relieve the Contractor from the
5
necessity of furnishing materials or performing work required to complete
6
work in accordance with the Contract Documents.
7
D. Use
of Premises
8
1.
Coordinate uses of premises under direction of the City.
9
2.
Assume full responsibility for protection and safekeeping of materials and
10
equipment stored on the Site.
11
3.
Use and occupy only portions of the public streets and alleys, or other public places
12
or other rights -of -way as provided for in the ordinances of the City, as shown in the
13
Contract Documents, or as may be specifically authorized in writing by the City.
14
a. A reasonable amount of tools, materials, and equipment for construction
15
purposes may be stored in such space, but no more than is necessary to avoid
16
delay in the construction operations.
17
b. Excavated and waste materials shall be stored in such a way as not to interfere
18
with the use of spaces that may be designated to be left free and unobstructed
19
and so as not to inconvenience occupants of adjacent property.
20
c. If the street is occupied by railroad tracks, the Work shall be carried on in such
21
manner as not to interfere with the operation of the railroad.
22
1) All Work shall be in accordance with railroad requirements set forth in
23
Division 0 as well as the railroad permit.
24
E. Work within Easements
25
1.
Do not enter upon private property for any purpose without having previously
26
obtained permission from the owner of such property.
27
2.
Do not store equipment or material on private property unless and until the
28
specified approval of the property owner has been secured in writing by the
29
Contractor and a copy furnished to the City.
30
3.
Unless specifically provided otherwise, clear all rights -of -way or easements of
31
obstructions which must be removed to make possible proper prosecution of the
32
Work as a part of the project construction operations.
33
4.
Preserve and use every precaution to prevent damage to, all trees, shrubbery, plants,
34
lawns, fences, culverts, curbing, and all other types of structures or improvements,
35
to all water, sewer, and gas lines, to all conduits, overhead pole lines, or
36
appurtenances thereof, including the construction of temporary fences and to all
37
other public or private property adjacent to the Work.
38
5.
Notify the proper representatives of the owners or occupants of the public or private
39
lands of interest in lands which might be affected by the Work.
40
a. Such notice shall be made at least 48 hours in advance of the beginning of the
41
Work.
42
b. Notices shall be applicable to both public and private utility companies and any
43
corporation, company, individual, or other, either as owners or occupants,
44
whose land or interest in land might be affected by the Work.
CITY OF FORT WORTH STANDARD CONSTRUCTION CATTLEMAN'S CROSSING PHASE 3
SPECIFICATION DOCUMENTS — WATER FACILITY PROJECTS CPN: 105370
Revised December 20, 2012
011100-3
SUMMARY OF WORK
Page 3 of 3
1 c. Be responsible for all damage or injury to property of any character resulting
2 from any act, omission, neglect, or misconduct in the manner or method or
3 execution of the Work, or at any time due to defective work, material, or
4 equipment.
5 6. Fence
6 a. Restore all fences encountered and removed during construction of the Project
7 to the original or a better than original condition.
8 b. Erect temporary fencing in place of the fencing removed whenever the Work is
9 not in progress and when the site is vacated overnight, and/or at all times to
10 provide site security.
11 c. The cost for all fence work within easements, including removal, temporary
12 closures and replacement, shall be subsidiary to the various items bid in the
13 project proposal, unless a bid item is specifically provided in the proposal.
14 F. Partial Owner Occuvancv
15 1. The Citv reserves the right to take possession and use anv completed or
16 partially completed portion of the Work regardless of the time of completion
17 of the Work. providing it does not interfere with the Contractor's work. Such
18 possession or use of the Work shall not be construed as final acceptance of the
19 proiect or anv portion thereof.
20 1.5 SUBMITTALS [NOT USED]
21 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED]
22 1.7 CLOSEOUT SUBMITTALS [NOT USED]
23 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
24 1.9 QUALITY ASSURANCE [NOT USED]
25 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED]
26 1.11 FIELD [SITE] CONDITIONS [NOT USED]
27 1.12 WARRANTY [NOT USED]
28 PART 2 - PRODUCTS [NOT USED]
29 PART 3 - EXECUTION [NOT USED]
30 END OF SECTION
Revision Log
DATE NAME SUMMARY OF CHANGE
31
CITY OF FORT WORTH STANDARD CONSTRUCTION CATTLEMAN'S CROSSING PHASE 3
SPECIFICATION DOCUMENTS — WATER FACILITY PROJECTS CPN: 105370
Revised December 20, 2012
1
2
3 PART1- GENERAL
4 1.1 SUMMARY
SECTION 01 11 00
SUMMARY OF WORK
011100-1
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. Modified 1.2.A.1
9 2. Added 1.2.A.2
10 3. Modified 1.4.13.1
11 4. Added 1.4.13.2
12 5. Added 1.4.0 & 1.4.17
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. Unit Price - Work associated with this Item is considered subsidiary to the various
19 items bid. No separate payment will be allowed for this Item.
20 2. Lump Sum Price - Work associated with this Item is included in the total lump
21 sum price.
22 1.3 REFERENCES [NOT USED]
23 1.4 ADMINISTRATIVE REQUIREMENTS
24 A. Work Covered by Contract Documents
25 1. Work is to include furnishing all labor, materials, and equipment, and performing
26 all Work necessary for this construction project as detailed in the Drawings and
27 Specifications.
28 B. Subsidiary Work
29 1. Unit Price Bid - Any and all Work specifically governed by documentary
30 requirements for the project, such as conditions imposed by the Drawings or
31 Contract Documents in which no specific item for bid has been provided for in the
32 Proposal and the item is not a typical unit bid item included on the standard bid
33 item list, then the item shall be considered as a subsidiary item of Work, the cost of
34 which shall be included in the price bid in the Proposal for various bid items.
35 2. Lump Sum Price — Anv and all Work specifically governed by documentary
36 requirements for the Droiect, such as conditions imposed by the Drawings or
37 Contract Documents are included in the total lump sum price bid.
CITY OF FORT WORTH STANDARD CONSTRUCTION Cattleman's Crossing Phase 2
SPECIFICATION DOCUMENTS — WATER FACILITY PROJECTS CPN: 105042
Revised December 20, 2012
01 11 00 - 2
SUMMARY OF WORK
Page 2 of 3
1
C. Examination of the Site
2
1.
Visit the site, to compare drawings and specifications with anv work in place,
3
and observe all site conditions, including other work, if anv, is being
4
performed. Failure to visit the site shall not relieve the Contractor from the
5
necessity of furnishing materials or performing work required to complete
6
work in accordance with the Contract Documents.
7
D. Use
of Premises
8
1.
Coordinate uses of premises under direction of the City.
9
2.
Assume full responsibility for protection and safekeeping of materials and
10
equipment stored on the Site.
11
3.
Use and occupy only portions of the public streets and alleys, or other public places
12
or other rights -of -way as provided for in the ordinances of the City, as shown in the
13
Contract Documents, or as may be specifically authorized in writing by the City.
14
a. A reasonable amount of tools, materials, and equipment for construction
15
purposes may be stored in such space, but no more than is necessary to avoid
16
delay in the construction operations.
17
b. Excavated and waste materials shall be stored in such a way as not to interfere
18
with the use of spaces that may be designated to be left free and unobstructed
19
and so as not to inconvenience occupants of adjacent property.
20
c. If the street is occupied by railroad tracks, the Work shall be carried on in such
21
manner as not to interfere with the operation of the railroad.
22
1) All Work shall be in accordance with railroad requirements set forth in
23
Division 0 as well as the railroad permit.
24
E. Work within Easements
25
1.
Do not enter upon private property for any purpose without having previously
26
obtained permission from the owner of such property.
27
2.
Do not store equipment or material on private property unless and until the
28
specified approval of the property owner has been secured in writing by the
29
Contractor and a copy furnished to the City.
30
3.
Unless specifically provided otherwise, clear all rights -of -way or easements of
31
obstructions which must be removed to make possible proper prosecution of the
32
Work as a part of the project construction operations.
33
4.
Preserve and use every precaution to prevent damage to, all trees, shrubbery, plants,
34
lawns, fences, culverts, curbing, and all other types of structures or improvements,
35
to all water, sewer, and gas lines, to all conduits, overhead pole lines, or
36
appurtenances thereof, including the construction of temporary fences and to all
37
other public or private property adjacent to the Work.
38
5.
Notify the proper representatives of the owners or occupants of the public or private
39
lands of interest in lands which might be affected by the Work.
40
a. Such notice shall be made at least 48 hours in advance of the beginning of the
41
Work.
42
b. Notices shall be applicable to both public and private utility companies and any
43
corporation, company, individual, or other, either as owners or occupants,
44
whose land or interest in land might be affected by the Work.
CITY OF FORT WORTH STANDARD CONSTRUCTION Cattleman's Crossing Phase 2
SPECIFICATION DOCUMENTS — WATER FACILITY PROJECTS CPN: 105042
Revised December 20, 2012
011100-3
SUMMARY OF WORK
Page 3 of 3
1 c. Be responsible for all damage or injury to property of any character resulting
2 from any act, omission, neglect, or misconduct in the manner or method or
3 execution of the Work, or at any time due to defective work, material, or
4 equipment.
5 6. Fence
6 a. Restore all fences encountered and removed during construction of the Project
7 to the original or a better than original condition.
8 b. Erect temporary fencing in place of the fencing removed whenever the Work is
9 not in progress and when the site is vacated overnight, and/or at all times to
10 provide site security.
11 c. The cost for all fence work within easements, including removal, temporary
12 closures and replacement, shall be subsidiary to the various items bid in the
13 project proposal, unless a bid item is specifically provided in the proposal.
14 F. Partial Owner Occuvancv
15 1. The Citv reserves the right to take possession and use anv completed or
16 partially completed portion of the Work regardless of the time of completion
17 of the Work, providing it does not interfere with the Contractor's work. Such
18 possession or use of the Work shall not be construed as final acceptance of the
19 project or anv portion thereof.
20 1.5 SUBMITTALS [NOT USED]
21 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED]
22 1.7 CLOSEOUT SUBMITTALS [NOT USED]
23 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
24 1.9 QUALITY ASSURANCE [NOT USED]
25 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED]
26 1.11 FIELD [SITE] CONDITIONS [NOT USED]
27 1.12 WARRANTY [NOT USED]
28 PART 2 - PRODUCTS [NOT USED]
29 PART 3 - EXECUTION [NOT USED]
30 END OF SECTION
Revision Log
DATE NAME SUMMARY OF CHANGE
31
CITY OF FORT WORTH STANDARD CONSTRUCTION Cattleman's Crossing Phase 2
SPECIFICATION DOCUMENTS — WATER FACILITY PROJECTS CPN: 105042
Revised December 20, 2012
012500-1
DAP SUBSTITUTION PROCEDURES
Page 1 of 4
1 SECTION 0125 00
2 SUBSTITUTION PROCEDURES
3 PART1- GENERAL
4 1.1 SUMMARY
5 A. Section Includes:
6 1. The procedure for requesting the approval of substitution of a product that is not
7 equivalent to a product which is specified by descriptive or performance criteria or
8 defined by reference to 1 or more of the following:
9 a. Name of manufacturer
10 b. Name of vendor
11 c. Trade name
12 d. Catalog number
13 2. Substitutions are not "or -equals".
14 B. Deviations from this City of Fort Worth Standard Specification
15 1. None.
16 C. Related Specification Sections include, but are not necessarily limited to:
17 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract
18 2. Division 1 — General Requirements
19 1.2 PRICE AND PAYMENT PROCEDURES
20 A. Measurement and Payment
21 1. Work associated with this Item is considered subsidiary to the various items bid. No
22 separate payment will be allowed for this Item.
23 1.3 REFERENCES [NOT USED]
24 1.4 ADMINISTRATIVE REQUIREMENTS
25 A. Request for Substitution - General
26 1. Within 30 days after award of Contract (unless noted otherwise), the City will
27 consider formal requests from Contractor for substitution of products in place of
28 those specified.
29 2. Certain types of equipment and kinds of material are described in Specifications by
30 means of references to names of manufacturers and vendors, trade names, or catalog
31 numbers.
32 a. When this method of specifying is used, it is not intended to exclude from
33 consideration other products bearing other manufacturer's or vendor's names,
34 trade names, or catalog numbers, provided said products are "or -equals," as
35 determined by City.
36 3. Other types of equipment and kinds of material may be acceptable substitutions
37 under the following conditions:
38 a. Or -equals are unavailable due to strike, discontinued production of products
39 meeting specified requirements, or other factors beyond control of Contractor;
40 or,
CITY OF FORT WORTH Cattleman's Crossing Phase 2
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN: 105042
Revised August 30, 2013
012500-2
DAP SUBSTITUTION PROCEDURES
Page 2 of 4
1 b. Contractor proposes a cost and/or time reduction incentive to the City.
2 1.5 SUBMITTALS
3 A. See Request for Substitution Form (attached)
4 B. Procedure for Requesting Substitution
5 1. Substitution shall be considered only:
6 a. After award of Contract
7 b. Under the conditions stated herein
8 2. Submit 3 copies of each written request for substitution, including:
9 a. Documentation
10 1) Complete data substantiating compliance of proposed substitution with
11 Contract Documents
12 2) Data relating to changes in construction schedule, when a reduction is
13 proposed
14 3) Data relating to changes in cost
15 b. For products
16 1) Product identification
17 a) Manufacturer's name
18 b) Telephone number and representative contact name
19 c) Specification Section or Drawing reference of originally specified
20 product, including discrete name or tag number assigned to original
21 product in the Contract Documents
22 2) Manufacturer's literature clearly marked to show compliance of proposed
23 product with Contract Documents
24 3) Itemized comparison of original and proposed product addressing product
25 characteristics including, but not necessarily limited to:
26 a) Size
27 b) Composition or materials of construction
28 c) Weight
29 d) Electrical or mechanical requirements
30 4) Product experience
31 a) Location of past projects utilizing product
32 b) Name and telephone number of persons associated with referenced
33 projects knowledgeable concerning proposed product
34 c) Available field data and reports associated with proposed product
35 5) Samples
36 a) Provide at request of City.
37 b) Samples become the property of the City.
38 c. For construction methods:
39 1) Detailed description of proposed method
40 2) Illustration drawings
41 C. Approval or Rejection
42 1. Written approval or rejection of substitution given by the City
43 2. City reserves the right to require proposed product to comply with color and pattern
44 of specified product if necessary to secure design intent.
45 3. In the event the substitution is approved, if a reduction in cost or time results, it will
46 be documented by Change Order.
CITY OF FORT WORTH Cattleman's Crossing Phase 2
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN: 105042
Revised August 30, 2013
012500-3
DAP SUBSTITUTION PROCEDURES
Page 3 of 4
1 4. Substitution will be rejected if:
2 a. Submittal is not through the Contractor with his stamp of approval
3 b. Request is not made in accordance with this Specification Section
4 c. In the Developer's opinion, acceptance will require substantial revision of the
5 original design
6 d. In the City's or Developer's opinion, substitution will not perform adequately
7 the function consistent with the design intent
8 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED]
9 1.7 CLOSEOUT SUBMITTALS [NOT USED]
10 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
11 1.9 QUALITY ASSURANCE
12 A. In making request for substitution or in using an approved product, the Contractor
13 represents that the Contractor:
14 1. Has investigated proposed product, and has determined that it is adequate or
15 superior in all respects to that specified, and that it will perform function for which it
16 is intended
17 2. Will provide same guarantee for substitute item as for product specified
18 3. Will coordinate installation of accepted substitution into Work, to include building
19 modifications if necessary, making such changes as may be required for Work to be
20 complete in all respects
21 4. Waives all claims for additional costs related to substitution which subsequently
22 arise
23 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED]
24 1.11 FIELD [SITE] CONDITIONS [NOT USED]
25 1.12 WARRANTY [NOT USED]
26 PART 2 - PRODUCTS [NOT USED]
27 PART 3 - EXECUTION [NOT USED]
28 END OF SECTION
29
Revision Log
DATE NAME SUMMARY OF CHANGE
30
CITY OF FORT WORTH Cattleman's Crossing Phase 2
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN: 105042
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
012500-4
DAP SUBSTITUTION PROCEDURES
Page 4 of 4
EXHIBIT A
REQUEST FOR SUBSTITUTION FORM:
Imo.
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
Rejected
CITY OF FORT WORTH Cattleman's Crossing Phase 2
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN: 105042
Revised August 30, 2013
013119-1
DAP PRECONSTRUCTION MEETING
f.Y1C�[1)�D7[c3f G�
I9;1 :role) ►6*10:YIl4i 0Is] ►Iu 191 so 112It
PART 1 - GENERAL
1.1 SUMMARY
A. Section Includes:
Pagel of 3
1. Provisions for the preconstruction meeting to be held prior to the start of Work to
clarify construction contract administration procedures
B. Deviations from this City of Fort Worth Standard Specification
1. No construction schedule required unless requested by the City.
C. Related Specification Sections include, but are not necessarily limited to:
1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract
2. Division 1 — General Requirements
1W4=914101WW177\'/u1Dle1@9ZIZy011117D6y
A. Measurement and Payment
1. Work associated with this Item is considered subsidiary to the various items bid.
No separate payment will be allowed for this Item.
1.3 REFERENCES [NOT USED]
1.4 ADMINISTRATIVE REQUIREMENTS
A. Coordination
1. Attend preconstruction meeting.
2. Representatives of Contractor, subcontractors and suppliers attending meetings
shall be qualified and authorized to act on behalf of the entity each represents.
3. Meeting administered by City may be tape recorded.
a. If recorded, tapes will be used to prepare minutes and retained by City for
future reference.
B. Preconstruction Meeting
1. A preconstruction meeting will be held within 14 days after the delivery of the
distribution package to the City.
a. The meeting will be scheduled and administered by the City.
2. The Project Representative will preside at the meeting, prepare the notes of the
meeting and distribute copies of same to all participants who so request by fully
completing the attendance form to be circulated at the beginning of the meeting.
3. Attendance shall include:
a. Developer and Consultant
b. Contractor's project manager
c. Contractor's superintendent
d. Any subcontractor or supplier representatives whom the Contractor may desire
to invite or the City may request
CITY OF FORT WORTH Cattleman's Crossing Phase 2
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS - DEVELOPER AWARDED PROJECTS CPN: 105042
Revised August 30, 2013
0131 19 - 2
DAP PRECONSTRUCTION MEETING
Page 2 of 3
e. Other City representatives
f. Others as appropriate
4. Preliminary Agenda may include:
a. Introduction of Project Personnel
b. General Description of Project
c. Status of right-of-way, utility clearances, easements or other pertinent permits
d. Contractor's work plan and schedule
e. Contract Time
f. Notice to Proceed
g. Construction Staking
h. Progress Payments
i. Extra Work and Change Order Procedures
j. Field Orders
k. Disposal Site Letter for Waste Material
1. Insurance Renewals
m. Payroll Certification
n. Material Certifications and Quality Control Testing
o. Public Safety and Convenience
p. Documentation of Pre -Construction Conditions
q. Weekend Work Notification
r. Legal Holidays
s. Trench Safety Plans
t. Confined Space Entry Standards
u. Coordination with the City's representative for operations of existing water
systems
v. Storm Water Pollution Prevention Plan
w. Coordination with other Contractors
x. Early Warning System
y. Contractor Evaluation
z. Special Conditions applicable to the project
aa. Damages Claims
bb. Submittal Procedures
cc. Substitution Procedures
dd. Correspondence Routing
ee. Record Drawings
ff. Temporary construction facilities
gg. MBE/SBE procedures
hh. Final Acceptance
ii. Final Payment
J. Questions or Comments
CITY OF FORT WORTH Cattleman's Crossing Phase 2
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN: 105042
Revised August 30, 2013
0131 19 - 3
DAP PRECONSTRUCTION MEETING
Page 3 of 3
1.5 SUBMITTALS [NOT USED]
1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED]
1.7 CLOSEOUT SUBMITTALS [NOT USED]
1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
1.9 QUALITY ASSURANCE [NOT USED]
1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED]
1.11 FIELD [SITE] CONDITIONS [NOT USED]
1.12 WARRANTY [NOT USED]
PART 2 - PRODUCTS [NOT USED]
PART 3 - EXECUTION [NOT USED]
END OF SECTION
Revision Log
DATE NAME SUMMARY OF CHANGE
CITY OF FORT WORTH Cattleman's Crossing Phase 2
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN: 105042
Revised August 30, 2013
1
2
3 PART1- GENERAL
4 1.1 SUMMARY
SECTION 0132 33
PRECONSTRUCTION VIDEO
013233-1
DAP PRECONSTRUCTION VIDEO
Page 1 of 2
5 A. Section Includes:
6 1. Administrative and procedural requirements for:
7 a. Preconstruction Videos
8 B. Deviations from this City of Fort Worth Standard Specification
9 1. Though not mandatory, it is highly recommended on infill developer projects.
10 C. Related Specification Sections include, but are not necessarily limited to:
11 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract
12 2. Division 1 — General Requirements
13 1.2 PRICE AND PAYMENT PROCEDURES
14 A. Measurement and Payment
15 1. Work associated with this Item is considered subsidiary to the various items bid.
16 No separate payment will be allowed for this Item.
17 1.3 REFERENCES [NOT USED]
18 1.4 ADMINISTRATIVE REQUIREMENTS
19 A. Preconstruction Video
20 1. Produce a preconstruction video of the site/alignment, including all areas in the
21 vicinity of and to be affected by construction.
22 a. Provide digital copy of video upon request by the City.
23 2. Retain a copy of the preconstruction video until the end of the maintenance surety
24 period.
25 1.5 SUBMITTALS [NOT USED]
26 1.6 ACTION 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 DELIVERY, STORAGE, AND HANDLING [NOT USED]
31 1.11 FIELD [SITE] CONDITIONS [NOT USED]
32 1.12 WARRANTY [NOT USED]
33 PART 2 - PRODUCTS [NOT USED]
CITY OF FORT WORTH Cattleman's Crossing Phase 2
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN: 105042
Revised August 30, 2013
01 32 33 - 2
DAP PRECONSTRUCTION VIDEO
Page 2 of 2
PART 3 - EXECUTION [NOT USED]
1040 IZI] wl 010M 111130
Revision Log
DATE NAME SUMMARY OF CHANGE
CITY OF FORT WORTH Cattleman's Crossing Phase 2
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN: 105042
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 Cattleman's Crossing Phase 2
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN: 105042
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 '/2 inches x 11 inches to 8 '/2 inches x 11 inches.
2. Bind shop drawings and product data sheets together.
3. Order
a. Cover Sheet
1) Description of Packet
2) Contractor Certification
b. List of items / Table of Contents
c. Product Data /Shop Drawings/Samples /Calculations
E. Submittal Content
1. The date of submission and the dates of any previous submissions
CITY OF FORT WORTH Cattleman's Crossing Phase 2
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN: 105042
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 Cattleman's Crossing Phase 2
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN: 105042
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 Cattleman's Crossing Phase 2
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN: 105042
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 Cattleman's Crossing Phase 2
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN: 105042
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 Cattleman's Crossing Phase 2
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN: 105042
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 Cattleman's Crossing Phase 2
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN: 105042
Revised August 30, 2013
013300-8
DAP SUBMITTALS
Page 8 of 8
PART 2 - PRODUCTS [NOT USED]
PART 3 - EXECUTION [NOT USED]
END OF SECTION
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 Cattleman's Crossing Phase 2
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN: 105042
Revised August 30, 2013
0135 13 -1
DAP SPECIAL PROJECT PROCEDURES
Page 1 of 7
1 SECTION 0135 13
2 SPECIAL PROJECT PROCEDURES
3 PART1- GENERAL
4 1.1 SUMMARY
5 A. Section Includes:
6 1. The procedures for special project circumstances that includes, but is not limited to:
7 a. Coordination with the Texas Department of Transportation
8 b. Work near High Voltage Lines
9 c. Confined Space Entry Program
10 d. Air Pollution Watch Days
11 e. Use of Explosives, Drop Weight, Etc.
12 f. Water Department Notification
13 g. Public Notification Prior to Beginning Construction
14 h. Coordination with United States Army Corps of Engineers
15 i. Coordination within Railroad permits areas
16 j. Dust Control
17 k. Employee Parking
18 B. Deviations from this City of Fort Worth Standard Specification
19 1. None.
20 C. Related Specification Sections include, but are not necessarily limited to:
21 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract
22 2. Division 1 — General Requirements
23 3. Section 33 12 25 — Connection to Existing Water Mains
24
25 1.2 REFERENCES
26 A. Reference Standards
27 1. Reference standards cited in this Specification refer to the current reference
28 standard published at the time of the latest revision date logged at the end of this
29 Specification, unless a date is specifically cited.
30 2. Health and Safety Code, Title 9. Safety, Subtitle A. Public Safety, Chapter 752.
31 High Voltage Overhead Lines.
32 3. North Central Texas Council of Governments (NCTCOG) — Clean Construction
33 Specification
34 1.3 ADMINISTRATIVE REQUIREMENTS
35 A. Coordination with the Texas Department of Transportation
36 1. When work in the right-of-way which is under the jurisdiction of the Texas
37 Department of Transportation (TxDOT):
38 a. Notify the Texas Department of Transportation prior to commencing any work
39 therein in accordance with the provisions of the permit
CITY OF FORT WORTH Cattleman's Crossing Phase 2
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN: 105042
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
0135 13 -2
DAP SPECIAL PROJECT PROCEDURES
Page 2 of 7
b. All work performed in the TxDOT right-of-way shall be performed in
compliance with and subject to approval from the Texas Department of
Transportation
B. Work near High Voltage Lines
1. Regulatory Requirements
a. All Work near High Voltage Lines (more than 600 volts measured between
conductors or between a conductor and the ground) shall be in accordance with
Health and Safety Code, Title 9, Subtitle A, Chapter 752.
2. Warning sign
a. Provide sign of sufficient size meeting all OSHA requirements.
3. Equipment operating within 10 feet of high voltage lines will require the following
safety features
a. Insulating cage -type of guard about the boom or arm
b. Insulator links on the lift hook connections for back hoes or dippers
c. Equipment must meet the safety requirements as set forth by OSHA and the
safety requirements of the owner of the high voltage lines
4. Work within 6 feet of high voltage electric lines
a. Notification shall be given to:
1) The power company (example: ONCOR)
a) Maintain an accurate log of all such calls to power company and record
action taken in each case.
b. Coordination with power company
1) After notification coordinate with the power company to:
a) Erect temporary mechanical barriers, de -energize the lines, or raise or
lower the lines
c. No personnel may work within 6 feet of a high voltage line before the above
requirements have been met.
C. Confined Space Entry Program
1. Provide and follow approved Confined Space Entry Program in accordance with
OSHA requirements.
2. Confined Spaces include:
a. Manholes
b. All other confined spaces in accordance with OSHA's Permit Required for
Confined Spaces
D. Use of Explosives, Drop Weight, Etc.
1. When Contract Documents permit on the project the following will apply:
a. Public Notification
1) Submit notice to City and proof of adequate insurance coverage, 24 hours
prior to commencing.
2) Minimum 24 hour public notification in accordance with Section 0131 13
E. Water Department Coordination
1. During the construction of this project, it will be necessary to deactivate, for a
period of time, existing lines. The Contractor shall be required to coordinate with
the Water Department to determine the best times for deactivating and activating
those lines.
CITY OF FORT WORTH Cattleman's Crossing Phase 2
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN: 105042
Revised August, 30, 2013
0135 13 -3
DAP SPECIAL PROJECT PROCEDURES
Page 3 of 7
1 2. Coordinate any event that will require connecting to or the operation of an existing
2 City water line system with the City's representative.
3 a. Coordination shall be in accordance with Section 33 12 25.
4 b. If needed, obtain a hydrant water meter from the Water Department for use
5 during the life of named project.
6 c. In the event that a water valve on an existing live system be turned off and on
7 to accommodate the construction of the project is required, coordinate this
8 activity through the appropriate City representative.
9 1) Do not operate water line valves of existing water system.
10 a) Failure to comply will render the Contractor in violation of Texas Penal
11 Code Title 7, Chapter 28.03 (Criminal Mischief) and the Contractor
12 will be prosecuted to the full extent of the law.
13 b) In addition, the Contractor will assume all liabilities and
14 responsibilities as a result of these actions.
15 F. Public Notification Prior to Beginning Construction
16 1. Prior to beginning construction on any block in the project, on a block by block
17 basis, prepare and deliver a notice or flyer of the pending construction to the front
18 door of each residence or business that will be impacted by construction. The notice
19 shall be prepared as follows:
20 a. Post notice or flyer 7 days prior to beginning any construction activity on each
21 block in the project area.
22 1) Prepare flyer on the Contractor's letterhead and include the following
23 information:
24
a) Name of Project
25
b) City Project No (CPN)
26
c) Scope of Project (i.e. type of construction activity)
27
d) Actual construction duration within the block
28
e) Name of the contractor's foreman and phone number
29
f) Name of the City's inspector and phone number
30
g) City's after-hours phone number
31
2) A sample of the `pre -construction notification' flyer is attached as Exhibit
32
A.
33
3) Submit schedule showing the construction start and finish time for each
34
block of the project to the inspector.
35
4) Deliver flyer to the City Inspector for review prior to distribution.
36
b. No construction will be allowed to begin on any block until the flyer is
37
delivered to all residents of the block.
38 G. Public Notification of Temporary Water Service Interruption during Construction
39 1. In the event it becomes necessary to temporarily shut down water service to
40 residents or businesses during construction, prepare and deliver a notice or flyer of
41 the pending interruption to the front door of each affected resident.
42 2. Prepared notice as follows:
43 a. The notification or flyer shall be posted 24 hours prior to the temporary
44 interruption.
45 b. Prepare flyer on the contractor's letterhead and include the following
46 information:
47 1) Name of the project
48 2) City Project Number
CITY OF FORT WORTH Cattleman's Crossing Phase 2
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN: 105042
Revised August, 30, 2013
0135 13 -4
DAP SPECIAL PROJECT PROCEDURES
Page 4 of 7
1 3) Date of the interruption of service
2 4) Period the interruption will take place
3 5) Name of the contractor's foreman and phone number
4 6) Name of the City's inspector and phone number
5 c. A sample of the temporary water service interruption notification is attached as
6 Exhibit B.
7 d. Deliver a copy of the temporary interruption notification to the City inspector
8 for review prior to being distributed.
9 e. No interruption of water service can occur until the flyer has been delivered to
10 all affected residents and businesses.
11 f. Electronic versions of the sample flyers can be obtained from the Project
12 Construction Inspector.
13 H. Coordination with United States Army Corps of Engineers (USACE)
14 1. At locations in the Project where construction activities occur in areas where
15 USACE permits are required, meet all requirements set forth in each designated
16 permit.
17 I. Coordination within Railroad Permit Areas
18 1. At locations in the project where construction activities occur in areas where
19 railroad permits are required, meet all requirements set forth in each designated
20 railroad permit. This includes, but is not limited to, provisions for:
21 a. Flagmen
22 b. Inspectors
23 c. Safety training
24 d. Additional insurance
25 e. Insurance certificates
26 f. Other employees required to protect the right-of-way and property of the
27 Railroad Company from damage arising out of and/or from the construction of
28 the project. Proper utility clearance procedures shall be used in accordance
29 with the permit guidelines.
30 2. Obtain any supplemental information needed to comply with the railroad's
31 requirements.
32 J. Dust Control
33 1. Use acceptable measures to control dust at the Site.
34 a. If water is used to control dust, capture and properly dispose of waste water.
35 b. If wet saw cutting is performed, capture and properly dispose of slurry.
36 K. Employee Parking
37 1. Provide parking for employees at locations approved by the City.
38 L. {Coordination with North Central Texas Council of Governments (NCTCOG) Clean
39 Construction Specification [if required for the project]
40 1. Comply with equipment, operational, reporting and enforcement requirements set
41 forth in NCTCOG's Clean Construction Specification. }
CITY OF FORT WORTH Cattleman's Crossing Phase 2
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN: 105042
Revised August, 30, 2013
0135 13 -5
DAP SPECIAL PROJECT PROCEDURES
Page 5 of 7
1 1.4
SUBMITTALS [NOT USED]
2 1.5
ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED]
3 1.6
CLOSEOUT SUBMITTALS [NOT USED]
4 1.7
MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
5 1.8
QUALITY ASSURANCE [NOT USED]
6 1.9
DELIVERY, STORAGE, AND HANDLING [NOT USED]
7 1.10
FIELD [SITE] CONDITIONS [NOT USED]
8 1.11
WARRANTY [NOT USED]
9 PART 2 - PRODUCTS [NOT USED]
10 PART 3 - EXECUTION [NOT USED]
i 11QI ZI] Icy I[ON I IQ I
12
13
Revision Log
DATE NAME SUMMARY OF CHANGE
1.3.13— Added requirement of compliance with Health and Safety Code, Title 9.
8/31/2012 D. Johnson Safety, Subtitle A. Public Safety, Chapter 752. High Voltage Overhead Lines.
CITY OF FORT WORTH Cattleman's Crossing Phase 2
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN: 105042
Revised August, 30, 2013
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
01 35 13 -6
DAP SPECIAL PROJECT PROCEDURES
Page 6 of 7
EXHIBIT A
(To be printed on Contractor's Letterhead)
Date:
CPN No.:
Project Name:
Mapsco Location:
Limits of Construction:
THIS IS TO INFORM YOU THAT UNDER A CONTRACT WITH THE CITY OF FORT
WORTH, OUR COMPANY WILL WORK ON UTILITY LINES ON OR AROUND YOUR
PROPERTY.
CONSTRUCTION WILL BEGIN APPROXIMATELY SEVEN DAYS FROM THE DATE
OF THIS NOTICE.
IF YOU HAVE QUESTIONS ABOUT ACCESS, SECURITY, SAFETY OR ANY OTHER
ISSUE, PLEASE CALL:
Mr. <CONTRACTOR'S SUPERINTENDENT> AT <TELEPHONE NO.>
OR
Mr. <CITY INSPECTOR> AT < TELEPHONE NO.>
AFTER 4:30 PM OR ON WEEKENDS, PLEASE CALL (817) 392 8306
PLEASE KEEP THIS FLYER HANDY WHEN YOU CALL
CITY OF FORT WORTH Cattleman's Crossing Phase 2
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN: 105042
Revised August, 30, 2013
1
2
3
4
Date:
EXHIBIT B
FORT WORTH
DOE NO. xxxx
Project Name:
0135 13 -7
DAP SPECIAL PROJECT PROCEDURES
Page 7 of 7
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)
C630
MR. AT
(CITY INSPECTOR) (TELEPHONE NUMBER)
THIS INCONVENIENCE WILL BE AS SHORT AS POSSIBLE.
THANK YOU,
CONTRACTOR
CITY OF FORT WORTH Cattleman's Crossing Phase 2
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN: 105042
Revised August, 30, 2013
01 45 23
DAP TESTING AND INSPECTION SERVICES
Pagel of 2
;y 0(61111301111E, &* ]
Is1611NORKM1101►f39114JI00eVol11:NT/lei M11
PART 1 - 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 Cattleman's Crossing Phase 2
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN: 105042
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 Cattleman's Crossing Phase 2
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN: 105042
Revised March 20, 2020
015000-1
TEMPORARY FACILITIES AND CONTROLS
Page 1 of 4
SECTION 0150 00
TEMPORARY FACILITIES AND CONTROLS
PART1- GENERAL
1.1 SUMMARY
A. Section Includes:
Provide temporary facilities and controls needed for the Work including, but not
necessarily limited to:
a. Temporary utilities
b. Sanitary facilities
c. Storage Sheds and Buildings
d. Dust control
e. Temporary fencing of the construction site
B. Deviations from this City of Fort Worth Standard Specification
1. None.
C. Related Specification Sections include, but are not necessarily limited to:
1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract
2. Division 1 — General Requirements
1.2 PRICE AND PAYMENT PROCEDURES
A. Measurement and Payment
1. Work associated with this Item is considered subsidiary to the various Items bid.
No separate payment will be allowed for this Item.
1.3 REFERENCES [NOT USED]
1.4 ADMINISTRATIVE REQUIREMENTS
A. Temporary Utilities
1. Obtaining Temporary Service
a. Make arrangements with utility service companies for temporary services.
b. Abide by rules and regulations of utility service companies or authorities
having jurisdiction.
c. Be responsible for utility service costs until Work is approved for Final
Acceptance.
1) Included are fuel, power, light, heat and other utility services necessary for
execution, completion, testing and initial operation of Work.
2. Water
a. Contractor to provide water required for and in connection with Work to be
performed and for specified tests of piping, equipment, devices or other use as
required for the completion of the Work.
b. Provide and maintain adequate supply of potable water for domestic
consumption by Contractor personnel and City's Project Representatives.
c. Coordination
1) Contact City 1 week before water for construction is desired
CITY OF FORT WORTH Cattleman's Crossing Phase 2
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN: 105042
Revised July 1, 2011
01 50 00 - 2
TEMPORARY FACILITIES AND CONTROLS
Page 2 of 4
d. Contractor Payment for Construction Water
1) Obtain construction water meter from City for payment as billed by City's
established rates.
3. Electricity and Lighting
a. Provide and pay for electric powered service as required for Work, including
testing of Work.
1) Provide power for lighting, operation of equipment, or other use.
b. Electric power service includes temporary power service or generator to
maintain operations during scheduled shutdown.
4. Telephone
a. Provide emergency telephone service at Site for use by Contractor personnel
and others performing work or furnishing services at Site.
5. Temporary Heat and Ventilation
a. Provide temporary heat as necessary for protection or completion of Work.
b. Provide temporary heat and ventilation to assure safe working conditions.
B. Sanitary Facilities
1. Provide and maintain sanitary facilities for persons on Site.
a. Comply with regulations of State and local departments of health.
2. Enforce use of sanitary facilities by construction personnel at job site.
a. Enclose and anchor sanitary facilities.
b. No discharge will be allowed from these facilities.
c. Collect and store sewage and waste so as not to cause nuisance or health
problem.
d. Haul sewage and waste off -site at no less than weekly intervals and properly
dispose in accordance with applicable regulation.
3. Locate facilities near Work Site and keep clean and maintained throughout Project.
4. Remove facilities at completion of Project
C. Storage Sheds and Buildings
1. Provide adequately ventilated, watertight, weatherproof storage facilities with floor
above ground level for materials and equipment susceptible to weather damage.
2. Storage of materials not susceptible to weather damage may be on blocks off
ground.
3. Store materials in a neat and orderly manner.
a. Place materials and equipment to permit easy access for identification,
inspection and inventory.
4. Equip building with lockable doors and lighting, and provide electrical service for
equipment space heaters and heating or ventilation as necessary to provide storage
environments acceptable to specified manufacturers.
5. Fill and grade site for temporary structures to provide drainage away from
temporary and existing buildings.
6. Remove building from site prior to Final Acceptance.
D. Temporary Fencing
1. Provide and maintain for the duration or construction when required in contract
documents
E. Dust Control
CITY OF FORT WORTH Cattleman's Crossing Phase 2
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN: 105042
Revised July 1, 2011
015000-3
TEMPORARY FACILITIES AND CONTROLS
Page 3 of 4
1. Contractor is responsible for maintaining dust control through the duration of the
project.
a. Contractor remains on -call at all times
b. Must respond in a timely manner
F. Temporary Protection of Construction
1. Contractor or subcontractors are responsible for protecting Work from damage due
to weather.
1.5 SUBMITTALS [NOT USED]
1.6 ACTION 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]
3.1 INSTALLERS [NOT USED]
3.2 EXAMINATION [NOT USED]
3.3 PREPARATION [NOT USED]
3.4 INSTALLATION
A. Temporary Facilities
1. Maintain all temporary facilities for duration of construction activities as needed.
3.5 [REPAIR] / [RESTORATION]
3.6 RE -INSTALLATION
3.7 FIELD [oR] SITE QUALITY CONTROL [NOT USED]
3.8 SYSTEM STARTUP [NOT USED]
3.9 ADJUSTING [NOT USED]
3.10 CLEANING [NOT USED]
3.11 CLOSEOUT ACTIVITIES
A. Temporary Facilities
CITY OF FORT WORTH Cattleman's Crossing Phase 2
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN: 105042
Revised July 1, 2011
01 50 00 - 4
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 Cattleman's Crossing Phase 2
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN: 105042
Revised July 1, 2011
015526-1
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 Cattleman's Crossing Phase 2
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN: 105042
Revised July 1, 2011
015526-2
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 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]
34 PART 2 - PRODUCTS [NOT USED]
35 PART 3 - EXECUTION [NOT USED]
36 END OF SECTION
CITY OF FORT WORTH Cattleman's Crossing Phase 2
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN: 105042
Revised July 1, 2011
015526-3
STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL
Page 3 of 3
Revision Log
DATE NAME SUMMARY OF CHANGE
CITY OF FORT WORTH Cattleman's Crossing Phase 2
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN: 105042
Revised July 1, 2011
015713-1
STORM WATER POLLUTION PREVENTION
Page 1 of 3
1 SECTION 0157 13
2 STORM WATER POLLUTION PREVENTION
3 PART1- GENERAL
4 1.1 SUMMARY
5 A. Section Includes:
6 1. Procedures for Storm Water Pollution Prevention Plans
7 B. Deviations from this City of Fort Worth Standard Specification
8 1. None.
9 C. Related Specification Sections include, but are not necessarily limited to:
10 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the
11 Contract
12 2. Division 1 — General Requirements
13 3. Section 3125 00 — Erosion and Sediment Control
14 1.2 PRICE AND PAYMENT PROCEDURES
15 A. Measurement and Payment
16 1. Construction Activities resulting in less than 1 acre of disturbance
17 a. Work associated with this Item is considered subsidiary to the various Items
18 bid. No separate payment will be allowed for this Item.
19 2. Construction Activities resulting in greater than 1 acre of disturbance
20 a. Measurement and Payment shall be in accordance with Section 3125 00.
21 1.3 REFERENCES
22 A. Abbreviations and Acronyms
23 1. Notice of Intent: NOI
24 2. Notice of Termination: NOT
25 3. Storm Water Pollution Prevention Plan: SWPPP
26 4. Texas Commission on Environmental Quality: TCEQ
27 5. Notice of Change: NOC
28 A. Reference Standards
29 1. Reference standards cited in this Specification refer to the current reference
30 standard published at the time of the latest revision date logged at the end of this
31 Specification, unless a date is specifically cited.
32 2. Integrated Storm Management (iSWM) Technical Manual for Construction
33 Controls
34 1.4 ADMINISTRATIVE REQUIREMENTS
35 A. General
36 1. Contractor is responsible for resolution and payment of any fines issued associated
37 with compliance to Stormwater Pollution Prevention Plan.
CITY OF FORT WORTH Cattleman's Crossing Phase 2
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN: 105042
Revised July 1, 2011
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
01 57 13 - 2
STORM WATER POLLUTION PREVENTION
Page 2 of 3
B. Construction Activities resulting in:
1. Less than 1 acre of disturbance
a. Provide erosion and sediment control in accordance with Section 3125 00 and
Drawings.
2. 1 to less than 5 acres of disturbance
a. Texas Pollutant Discharge Elimination System (TPDES) General Construction
Permit is required
b. Complete SWPPP in accordance with TCEQ requirements
1) TCEQ Small Construction Site Notice Required under general permit
TXR150000
a) Sign and post at job site
b) Prior to Preconstruction Meeting, send 1 copy to City Department of
Transportation and Public Works, Environmental Division, (817) 392-
6088.
2) Provide erosion and sediment control in accordance with:
a) Section 3125 00
b) The Drawings
c) TXR150000 General Permit
d) SWPPP
e) TCEQ requirements
3. 5 acres or more of Disturbance
a. Texas Pollutant Discharge Elimination System (TPDES) General Construction
Permit is required
b. Complete SWPPP in accordance with TCEQ requirements
1) Prepare a TCEQ NOI form and submit to TCEQ along with required fee
a) Sign and post at job site
b) Send copy to City Department of Transportation and Public Works,
Environmental Division, (817) 392-6088.
2) TCEQ Notice of Change required if making changes or updates to NOI
3) Provide erosion and sediment control in accordance with:
a) Section 3125 00
b) The Drawings
c) TXR150000 General Permit
d) SWPPP
e) TCEQ requirements
4) Once the project has been completed and all the closeout requirements of
TCEQ have been met a TCEQ Notice of Termination can be submitted.
a) Send copy to City Department of Transportation and Public Works,
Environmental Division, (817) 392-6088.
40 1.5 SUBMITTALS
41 A. SWPPP
42 1. Submit in accordance with Section 0133 00, except as stated herein.
43 a. Prior to the Preconstruction Meeting, submit a draft copy of SWPPP to the City
44 as follows:
45 1) 1 copy to the City Project Manager
46 a) City Project Manager will forward to the City Department of
47 Transportation and Public Works, Environmental Division for review
CITY OF FORT WORTH Cattleman's Crossing Phase 2
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN: 105042
Revised July 1, 2011
0157 13 -3
STORM WATER POLLUTION PREVENTION
Page 3 of 3
1 B. Modified SWPPP
2 1. If the SWPPP is revised during construction, resubmit modified SWPPP to the City
3 in accordance with Section 0133 00.
4 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED]
5 1.7 CLOSEOUT SUBMITTALS [NOT USED]
6 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
7 1.9 QUALITY ASSURANCE [NOT USED]
8 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED]
9 1.11 FIELD [SITE] CONDITIONS [NOT USED]
10 1.12 WARRANTY [NOT USED]
11 PART 2 - PRODUCTS [NOT USED]
12 PART 3 - EXECUTION [NOT USED]
13
14
15
END OF SECTION
Revision Log
DATE NAME SUMMARY OF CHANGE
CITY OF FORT WORTH Cattleman's Crossing Phase 2
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN: 105042
Revised July 1, 2011
SECTION 0160 00
PRODUCT REQUIREMENTS
171;7I IiQeI 01►101;7.11 0
1.1 SUMMARY
A. Section Includes:
01 60 00
DAP PRODUCT REQUIREMENTS
Pagel 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:HaDDs.fortworthtexas.gov/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 01 33 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 Cattleman's Crossing Phase 2
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN: 105042
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]
DATE NAME
END OF SECTION
Revision Log
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 Cattleman's Crossing Phase 2
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN: 105042
Revised March 20, 2020
016600-1
DAP PRODUCT STORAGE AND HANDLING REQUIREMENTS
Pagel 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 SNOT 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 Cattleman's Crossing Phase 2
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN: 105042
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 Cattleman's Crossing Phase 2
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN: 105042
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 Cattleman's Crossing Phase 2
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN: 105042
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 Cattleman's Crossing Phase 2
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN: 105042
Revised April 7, 2014
017000-1
DAP MOBILIZATION AND REMOBILIZATION
Page 1 of 4
1 SECTION 0170 00
2 MOBILIZATION AND REMOBILIZATION
3 PART1- GENERAL
4 1.1 SUMMARY
5 A. Section Includes:
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
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 Cattleman's Crossing Phase 2
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN: 105042
Revised April 7, 2014
01 70 00 - 2
DAP MOBILIZATION AND REMOBILIZATION
Page 2 of 4
1 1) Mobilization shall consist of the activities and cost on a Work Order basis
2 necessary for:
3 a) Transportation of Contractor's personnel, equipment, and operating
4 supplies to the Site for the issued Work Order.
5 b) Establishment of necessary general facilities for the Contractor's
6 operation at the Site for the issued Work Order
7 2) Demobilization shall consist of the activities and cost necessary for:
8 a) Transportation of Contractor's personnel, equipment, and operating
9 supplies from the Site including disassembly for each issued Work
10 Order
11 b) Site Clean-up for each issued Work Order
12 c) Removal of all buildings or other facilities assembled at the Site for
13 each Work Oder
14 b. Mobilization and Demobilization do not include activities for specific items of
15 work for which payment is provided elsewhere in the contract.
16 4. Emergency Mobilizations and Demobilization for Miscellaneous Projects
17 a. A Mobilization for Miscellaneous Projects when directed by the City and the
18 mobilization occurs within 24 hours of the issuance of the Work Order.
19 B. Deviations from this City of Fort Worth Standard Specification
20 1. None.
21 C. Related Specification Sections include, but are not necessarily limited to:
22 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract
23 2. Division 1 — General Requirements
24 1.2 PRICE AND PAYMENT PROCEDURES
25 A. Measurement and Payment
26 1. Mobilization and Demobilization
27 a. Measure
28 1) This Item is considered subsidiary to the various Items bid.
29 b. Payment
30 1) The work performed and materials furnished in accordance with this Item
31 are subsidiary to the various Items bid and no other compensation will be
32 allowed.
33 2. Remobilization for suspension of Work as specifically required in the Contract
34 Documents
35 a. Measurement
36 1) Measurement for this Item shall be per each remobilization performed.
37 b. Payment
38 1) The work performed and materials furnished in accordance with this Item
39 and measured as provided under "Measurement" will be paid for at the unit
40 price per each "Specified Remobilization" in accordance with Contract
41 Documents.
42 c. The price shall include:
43 1) Demobilization as described in Section 1.1.A.2.a.1)
44 2) Remobilization as described in Section 1.1.A.2.a.2)
45 d. No payments will be made for standby, idle time, or lost profits associated this
46 Item.
CITY OF FORT WORTH Cattleman's Crossing Phase 2
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN: 105042
Revised April 7, 2014
017000-3
DAP MOBILIZATION AND REMOBILIZATION
Page 3 of 4
1 3. Remobilization for suspension of Work as required by City
2 a. Measurement and Payment
3 1) This shall be submitted as a Contract Claim in accordance with Article 10
4 of Section 00 72 00.
5 2) No payments will be made for standby, idle time, or lost profits associated
6 with this Item.
7 4. Mobilizations and Demobilizations for Miscellaneous Projects
8 a. Measurement
9 1) Measurement for this Item shall be for each Mobilization and
10 Demobilization required by the Contract Documents
11 b. Payment
12 1) The Work performed and materials furnished in accordance with this Item
13 and measured as provided under "Measurement" will be paid for at the unit
14 price per each "Work Order Mobilization" in accordance with Contract
15 Documents. Demobilization shall be considered subsidiary to mobilization
16 and shall not be paid for separately.
17 c. The price shall include:
18 1) Mobilization as described in Section 1.1.A.3.a.1)
19 2) Demobilization as described in Section 1.1.A.3.a.2)
20 d. No payments will be made for standby, idle time, or lost profits associated this
21 Item.
22 5. Emergency Mobilizations and Demobilizations for Miscellaneous Projects
23 a. Measurement
24 1) Measurement for this Item shall be for each Mobilization and
25 Demobilization required by the Contract Documents
26 b. Payment
27 1) The Work performed and materials furnished in accordance with this Item
28 and measured as provided under "Measurement" will be paid for at the unit
29 price per each "Work Order Emergency Mobilization" in accordance with
30 Contract Documents. Demobilization shall be considered subsidiary to
31 mobilization and shall not be paid for separately.
32 c. The price shall include
33 1) Mobilization as described in Section 1.1.A.4.a)
34 2) Demobilization as described in Section 1.1.A.3.a.2)
35 d. No payments will be made for standby, idle time, or lost profits associated this
36 Item.
37 1.3 REFERENCES [NOT USED]
38 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED]
39 1.5 SUBMITTALS [NOT USED]
40 1.6 INFORMATIONAL SUBMITTALS [NOT USED]
41 1.7 CLOSEOUT SUBMITTALS [NOT USED]
42 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
43 1.9 QUALITY ASSURANCE [NOT USED]
44 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED]
CITY OF FORT WORTH Cattleman's Crossing Phase 2
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN: 105042
Revised April 7, 2014
01 70 00 - 4
DAP MOBILIZATION AND REMOBILIZATION
Page 4 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 [NOT USED]
5 END OF SECTION
6
Revision Log
DATE NAME SUMMARY OF CHANGE
4/7/2014 M.Domenech Revised for DAP application
7
CITY OF FORT WORTH Cattleman's Crossing Phase 2
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN: 105042
Revised April 7, 2014
017123-1
CONSTRUCTION STAKING AND SURVEY
Page 1 of 7
1 SECTION 01 71 23
2 CONSTRUCTION STAKING AND SURVEY
3 PART1- GENERAL
4 1.1 SUMMARY
5 A. Section Includes:
6 1. Requirements for construction staking and construction survey
7 B. Deviations from this City of Fort Worth Standard Specification
8 1. See Changes (Highlighted in Yellow).
9 C. Related Specification Sections include, but are not necessarily limited to:
10 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract
11 2. Division 1 — General Requirements
12 1.2 PRICE AND PAYMENT PROCEDURES
13 A. Measurement and Payment
14 1. Construction Staking
15 a. Measurement
16 1) This Item is considered subsidiary to the various Items bid.
17 b. Payment
18 1) The work performed and the materials furnished in accordance with this
19 Item are subsidiary to the various Items bid and no other compensation will
20 be allowed.
21 2. Construction Survey
22 a. Measurement
23 1) This Item is considered subsidiary to the various Items bid.
24 b. Payment
25 1) The work performed and the materials furnished in accordance with this
26 Item are subsidiary to the various Items bid and no other compensation will be
27 allowed.
28 3. As -Built Survey
29 a. Measurement
30 1) This Item is considered subsidiary to the various Items bid.
31 b. Payment
32 1) The work performed and the materials furnished in accordance with this
33 Item are subsidiary to the various Items bid and no other compensation will be
34 allowed.
35 1.3 REFERENCES
36 A. Definitions
37 1. Construction Survev - The survey measurements made prior to or while
38 construction is in progress to control elevation, horizontal position, dimensions and
39 configuration of structures/improvements included in the Project Drawings.
CITY OF FORT WORTH Cattleman's Crossing Phase 2
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN: 105042
Revised February 14, 2018
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
01 71 23 - 2
CONSTRUCTION STAKING AND SURVEY
Page 2 of 7
2. As -built Survev —The measurements made after the construction of the
improvement features are complete to provide position coordinates for the features
of a project.
3. Construction Stakiniz — The placement of stakes and markings to provide offsets
and elevations to cut and fill in order to locate on the ground the designed
structures/improvements included in the Project Drawings. Construction staking
shall include staking easements and/or right of way if indicated on the plans.
4. Survev "Field Checks" — Measurements made after construction staking is
completed and before construction work begins to ensure that structures marked on
the ground are accurately located per Project Drawings.
B. Technical References
1. City of Fort Worth — Construction Staking Standards (available on City's Buzzsaw
website) — 01 71 23.16.01— Attachment A Survey Staking Standards
2. City of Fort Worth - Standard Survey Data Collector Library (fxl) files (available
on City's Buzzsaw website).
3. Texas Department of Transportation (TxDOT) Survey Manual, latest revision
4. Texas Society of Professional Land Surveyors (TSPS), Manual of Practice for Land
Surveying in the State of Texas, Category 5
20 1.4 ADMINISTRATIVE REQUIREMENTS
21 A. The Contractor's selection of a surveyor must comply with Texas Government
22 Code 2254 (qualifications based selection) for this project.
23 1.5 SUBMITTALS
24 A. Submittals, if required, shall be in accordance with Section 0133 00.
25 B. All submittals shall be received and reviewed by the City prior to delivery of work.
26 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS
27 A. Field Quality Control Submittals
28 1. Documentation verifying accuracy of field engineering work, including coordinate
29 conversions if plans do not indicate grid or ground coordinates.
30 2. Submit "Cut -Sheets" conforming to the standard template provided by the City
31 (refer to 01 71 23.16.01 — Attachment A — Survey Staking Standards).
32 1.7 CLOSEOUT SUBMITTALS
33 B. As -built Redline Drawing Submittal
34 1. Submit As -Built Survey Redline Drawings documenting the locations/elevations of
35 constructed improvements signed and sealed by Registered Professional Land
36 Surveyor (RPLS) responsible for the work (refer to 01 71 23.16.01 — Attachment A
37 — Survey Staking Standards) .
38 2. Contractor shall submit the proposed as -built and completed redline drawing
39 submittal one (1) week prior to scheduling the project final inspection for City
40 review and comment. Revisions, if necessary, shall be made to the as -built redline
41 drawings and resubmitted to the City prior to scheduling the construction final
42 inspection.
CITY OF FORT WORTH Cattleman's Crossing Phase 2
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN: 105042
Revised February 14, 2018
017123-3
CONSTRUCTION STAKING AND SURVEY
Page 3 of 7
1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
2 1.9 QUALITY ASSURANCE
3 A. Construction Staking
4 1. Construction staking will be performed by the Contractor.
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
2. Coordination
a. Contact City and Developer's Project Representative at least one week in
advance notifying the City of when Construction Staking is scheduled.
b. It is the Contractor's responsibility to coordinate staking such that
construction activities are not delayed or negatively impacted.
3. General
a. Contractor is responsible for preserving and maintaining stakes. If
Developer's Project Representative is required to re -stake for any reason, the
Contractor will be responsible for costs to perform staking. If in the opinion of
the City, a sufficient number of stakes or markings have been lost, destroyed
disturbed or omitted that the contracted Work cannot take place then the
Contractor will be required to stake or re -stake the deficient areas.
B. Construction Survey
1. Construction Survey will be performed by the Contractor.
2. Coordination
a. Contractor to verify that horizontal and vertical control data established in the
design survey and required for construction survey is available and in place.
3. General
a. Construction survey will be performed in order to construct the work shown
on the Construction Drawings and specified in the Contract Documents.
b. For construction methods other than open cut, the Contractor shall perform
construction survey and verify control data including, but not limited to, the
following:
1) Verification that established benchmarks and control are accurate.
2) Use of Benchmarks to furnish and maintain all reference lines and grades
for tunneling.
3) Use of line and grades to establish the location of the pipe.
4) Submit to the City copies of field notes used to establish all lines and
grades, if requested, and allow the City to check guidance system setup prior
to beginning each tunneling drive.
5) Provide access for the City, if requested, to verify the guidance system and
the line and grade of the carrier pipe.
6) The Contractor remains fully responsible for the accuracy of the work and
correction of it, as required.
7) Monitor line and grade continuously during construction.
8) Record deviation with respect to design line and grade once at each pipe
joint and submit daily records to the City.
9) If the installation does not meet the specified tolerances (as outlined in
Sections 33 05 23 and/or 33 05 24), immediately notify the City and correct
the installation in accordance with the Contract Documents.
C. As -Built Survey
1. Required As -Built Survey will be performed by the Contractor.
CITY OF FORT WORTH Cattleman's Crossing Phase 2
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN: 105042
Revised February 14, 2018
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
50
01 71 23 - 4
CONSTRUCTION STAKING AND SURVEY
Page 4 of 7
2. Coordination
a. Contractor is to coordinate with City to confirm which features require as -
built surveying.
b. It is the Contractor's responsibility to coordinate the as -built survey and
required measurements for items that are to be buried such that construction
activities are not delayed or negatively impacted.
c. For sewer mains and water mains 12" and under in diameter, it is acceptable
to physically measure depth and mark the location during the progress of
construction and take as -built survey after the facility has been buried. The
Contractor is responsible for the quality control needed to ensure accuracy.
3. General
a. The Contractor shall provide as -built survey including the elevation and
location (and provide written documentation to the City) of construction
features during the progress of the construction including the following:
1) Water Lines
a) Top of pipe elevations and coordinates for waterlines at the following
locations:
(1) Minimum every 250 linear feet, including
(2) Horizontal and vertical points of inflection, curvature,
etc.
(3) Fire line tee
(4) Plugs, stub -outs, dead-end lines
(5) Casing pipe (each end) and all buried fittings
2) Sanitary Sewer
a) Top of pipe elevations and coordinates for force mains and siphon
sanitary sewer lines (non -gravity facilities) at the following locations:
(1) Minimum every 250 linear feet and any buried fittings
(2) Horizontal and vertical points of inflection, curvature,
etc.
3) Stormwater — Not Applicable
b. The Contractor shall provide as -built survey including the elevation and
location (and provide written documentation to the City) of construction
features after the construction is completed including the following:
1) Manholes
a) Rim and flowline elevations and coordinates for each manhole
2) Water Lines
a) Cathodic protection test stations
b) Sampling stations
c) Meter boxes/vaults (All sizes)
d) Fire hydrants
e) Valves (gate, butterfly, etc.)
f) Air Release valves (Manhole rim and vent pipe)
g) Blow off valves (Manhole rim and valve lid)
h) Pressure plane valves
i) Underground Vaults
(1) Rim and flowline elevations and coordinates for each
Underground Vault.
3) Sanitary Sewer
a) Cleanouts
(1) Rim and flowline elevations and coordinates for each
CITY OF FORT WORTH Cattleman's Crossing Phase 2
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN: 105042
Revised February 14, 2018
017123-5
CONSTRUCTION STAKING AND SURVEY
Page 5 of 7
1 b) Manholes and Junction Structures
2 (1) Rim and flowline elevations and coordinates for each
3 manhole and junction structure.
4 4) Stormwater — Not Applicable
5 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED]
6 1.11 FIELD [SITE] CONDITIONS [NOT USED]
7 1.12 WARRANTY
8 PART 2- PRODUCTS
9
A. A construction survey will produce, but will not be limited to:
10
1.
Recovery of relevant control points, points of curvature and points of intersection.
11
2.
Establish temporary horizontal and vertical control elevations (benchmarks)
12
sufficiently permanent and located in a manner to be used throughout construction.
13
3.
The location of planned facilities, easements and improvements.
14
a. Establishing final line and grade stakes for piers, floors, grade beams, parking
15
areas, utilities, streets, highways, tunnels, and other construction.
16
b. A record of revisions or corrections noted in an orderly manner for reference.
17
c. A drawing, when required by the client, indicating the horizontal and vertical
18
location of facilities, easements and improvements, as built.
19
4.
Cut sheets shall be provided to the City inspector and Survey Superintendent for all
20
construction staking projects. These cut sheets shall be on the standard city template
21
which can be obtained from the Survey Superintendent (817-392-7925).
22
5.
Digital survey files in the following formats shall be acceptable:
23
a. AutoCAD (.dwg)
24
b. ESRI Shapefile (shp)
25
c. CSV file (.csv), formatted with X and Y coordinates in separate columns (use
26
standard templates, if available)
27
6.
Survey files shall include vertical and horizontal data tied to original project
28
control and benchmarks, and shall include feature descriptions
29 PART 3 - EXECUTION
30 3.1 INSTALLERS
31 A. Tolerances:
32 1. The staked location of any improvement or facility should be as accurate as
33 practical and necessary. The degree of precision required is dependent on many
34 factors all of which must remain judgmental. The tolerances listed hereafter are
35 based on generalities and, under certain circumstances, shall yield to specific
36 requirements. The surveyor shall assess any situation by review of the overall plans
37 and through consultation with responsible parties as to the need for specific
38 tolerances.
39 a. Earthwork: Grades for earthwork or rough cut should not exceed 0.1 ft. vertical
40 tolerance. Horizontal alignment for earthwork and rough cut should not exceed
41 1.0 ft. tolerance.
CITY OF FORT WORTH Cattleman's Crossing Phase 2
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN: 105042
Revised February 14, 2018
017123-6
CONSTRUCTION STAKING AND SURVEY
Page 6 of 7
1
b. Horizontal alignment on a structure shall be within .0.Ift tolerance.
2
c. Paving or concrete for streets, curbs, gutters, parking areas, drives, alleys and
3
walkways shall be located within the confines of the site boundaries and,
4
occasionally, along a boundary or any other restrictive line. Away from any
5
restrictive line, these facilities should be staked with an accuracy producing no
6
more than 0.05ft. tolerance from their specified locations.
7
d. Underground and overhead utilities, such as sewers, gas, water, telephone and
8
electric lines, shall be located horizontally within their prescribed areas or
9
easements. Within assigned areas, these utilities should be staked with an
10
accuracy producing no more than 0.1 ft tolerance from a specified location.
11
e. The accuracy required for the vertical location of utilities varies widely. Many
12
underground utilities require only a minimum cover and a tolerance of 0.1 ft.
13
should be maintained. Underground and overhead utilities on planned profile,
14
but not depending on gravity flow for performance, should not exceed 0.1 ft.
15
tolerance.
16 B. Surveying instruments shall be kept in close adjustment according to manufacturer's
17 specifications or in compliance to standards. The City reserves the right to request a
18 calibration report at any time and recommends regular maintenance schedule be
19 performed by a certified technician every 6 months.
20 1. Field measurements of angles and distances shall be done in such fashion as to
21 satisfy the closures and tolerances expressed in Part 3.1.A.
22 2. Vertical locations shall be established from a pre -established benchmark and
23 checked by closing to a different bench mark on the same datum.
24 3. Construction survey field work shall correspond to the client's plans. Irregularities
25 or conflicts found shall be reported promptly to the City.
26 4. Revisions, corrections and other pertinent data shall be logged for future reference.
27
28 3.2 EXAMINATION [NOT USED]
29 3.3 PREPARATION [NOT USED]
30 3.4 APPLICATION
31 3.5 REPAIR / RESTORATION
32 A. If the Contractor's work damages or destroys one or more of the control
33 monuments/points set by the Developer's Project Representative, the monuments shall be
34 adequately referenced for expedient restoration.
35 1. Notify City or Developer's Project Representative if any control data needs to be
36 restored or replaced due to damage caused during construction operations.
37 a. Contractor shall perform replacements and/or restorations.
38 b. The City or Developer's Project Representative may require at anytime a
39 survey "Field Check" of any monument or benchmarks that are set be verified
40 by the Developer's Project Representative before further associated work can
41 move forward.
CITY OF FORT WORTH Cattleman's Crossing Phase 2
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN: 105042
Revised February 14, 2018
017123-7
CONSTRUCTION STAKING AND SURVEY
Page 7 of 7
1 3.6 RE -INSTALLATION [NOT USED]
2 3.7 FIELD [OR] SITE QUALITY CONTROL
3 A. It is the Contractor's responsibility to maintain all stakes and control data placed by the
4 Developer's Project Representative in accordance with this Specification. This includes
5 easements and right of way, if noted on the plans.
6 B. Do not change or relocate stakes or control data without approval from the City.
7 3.8 SYSTEM STARTUP
8 A. Survey Checks
9 1. The City reserves the right to perform a Survey Check at any time deemed
10 necessary.
11 2. Checks by City personnel or 31 party contracted surveyor are not intended to
12 relieve the contractor of his/her responsibility for accuracy.
13
14
3.9
ADJUSTING [NOT USED]
15
3.10
CLEANING [NOT USED]
16
3.11
CLOSEOUT ACTIVITIES [NOT USED]
17
3.12
PROTECTION [NOT USED]
18
3.13
MAINTENANCE [NOT USED]
19
3.14
ATTACHMENTS [NOT USED]
20
21
22
END OF SECTION
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
Staking and As -Built Survey; added reference to selection compliance with TGC
2/14/2018 M Owen 2254; revised action and Closeout submittal requirements; added acceptable depth
measurement criteria; revised list of items requiring as -built survey "during" and
"after" construction; and revised acceptable digital survey file format
CITY OF FORT WORTH Cattleman's Crossing Phase 2
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN: 105042
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 Cattleman's Crossing Phase 2
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN: 105042
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 Cattleman's Crossing Phase 2
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN: 105042
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 Cattleman's Crossing Phase 2
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN: 105042
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 Cattleman's Crossing Phase 2
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN: 105042
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.
27
28
29
30
31
32
33
34
35
36
CITY OF FORT WORTH Cattleman's Crossing Phase 2
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN: 105042
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
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
3.4 CLOSEOUT PROCEDURE
A. Prior to requesting Final Inspection, submit:
1. Project Record Documents in accordance with Section 01 78 39
2. Operation and Maintenance Data, if required, in accordance with Section 0178 23
B. Prior to requesting Final Inspection, perform final cleaning in accordance with Section
01 74 23.
C. Final Inspection
1. After final cleaning, provide notice to the City Project Representative that the Work
is completed.
a. The City will make an initial Final Inspection with the Contractor present.
b. Upon completion of this inspection, the City will notify the Contractor, in
writing within 10 business days, of any particulars in which this inspection
reveals that the Work is defective or incomplete.
2. Upon receiving written notice from the City, immediately undertake the Work
required to remedy deficiencies and complete the Work to the satisfaction of the
City.
3. Upon completion of Work associated with the items listed in the City's written
notice, inform the City, that the required Work has been completed. Upon receipt
of this notice, the City, in the presence of the Contractor, will make a subsequent
Final Inspection of the project.
4. Provide all special accessories required to place each item of equipment in full
operation. These special accessory items include, but are not limited to:
a. Specified spare parts
b. Adequate oil and grease as required for the first lubrication of the equipment
c. Initial fill up of all chemical tanks and fuel tanks
d. Light bulbs
e. Fuses
f. Vault keys
g. Handwheels
h. Other expendable items as required for initial start-up and operation of all
equipment
39 D. Notice of Project Completion
CITY OF FORT WORTH Cattleman's Crossing Phase 2
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN: 105042
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 Cattleman's Crossing Phase 2
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN: 105042
Revised April 7, 2014
017823-1
DAP OPERATION AND MAINTENANCE DATA
Page 1 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 limited to:
9 a. Traffic Controllers
10 b. Irrigation Controllers (to be operated by the City)
11 c. Butterfly Valves
12 B. Deviations from this City of Fort Worth Standard Specification
13 1. None.
14 C. Related Specification Sections include, but are not necessarily limited to:
15 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract
16 2. Division 1 — General Requirements
17 1.2 PRICE AND PAYMENT PROCEDURES
18 A. Measurement and Payment
19 1. Work associated with this Item is considered subsidiary to the various Items bid.
20 No separate payment will be allowed for this Item.
21 1.3 REFERENCES [NOT USED]
22 1.4 ADMINISTRATIVE REQUIREMENTS
23 A. Schedule
24 1. Submit manuals in final form to the City within 30 calendar days of product
25 shipment to the project site.
26 1.5 SUBMITTALS
27 A. Submittals shall be in accordance with Section 01 33 00. All submittals shall be
28 approved by the City prior to delivery.
29 1.6 INFORMATIONAL SUBMITTALS
30 A. Submittal Form
31 1. Prepare data in form of an instructional manual for use by City personnel.
32 2. Format
33 a. Size: 8 '/z 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 Cattleman's Crossing Phase 2
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN: 105042
Revised April 7, 2014
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
01 78 23 - 2
DAP OPERATION AND MAINTENANCE DATA
Page 2 of 5
d. Drawings
1) Provide reinforced punched binder tab, bind in with text
2) Reduce larger drawings and fold to size of text pages.
e. Provide fly -leaf for each separate product, or each piece of operating
equipment.
1) Provide typed description of product, and major component parts of
equipment.
2) Provide indexed tabs.
f. Cover
1) Identify each volume with typed or printed title "OPERATING AND
MAINTENANCE INSTRUCTIONS".
2) List:
a) Title of Project
b) Identity of separate structure as applicable
c) Identity of general subject matter covered in the manual
3. Binders
a. Commercial quality 3-ring binders with durable and cleanable plastic covers
b. When multiple binders are used, correlate the data into related consistent
groupings.
4. If available, provide an electronic form of the O&M Manual.
B. Manual Content
1. Neatly typewritten table of contents for each volume, arranged in systematic order
a. Contractor, name of responsible principal, address and telephone number
b. A list of each product required to be included, indexed to content of the volume
c. List, with each product:
1) The name, address and telephone number of the subcontractor or installer
2) A list of each product required to be included, indexed to content of the
volume
3) Identify area of responsibility of each
4) Local source of supply for parts and replacement
d. Identify each product by product name and other identifying symbols as set
forth in Contract Documents.
2. Product Data
a. Include only those sheets which are pertinent to the specific product.
b. Annotate each sheet to:
1) Clearly identify specific product or part installed
2) Clearly identify data applicable to installation
3) Delete references to inapplicable information
3. Drawings
a. Supplement product data with drawings as necessary to clearly illustrate:
1) Relations of component parts of equipment and systems
2) Control and flow diagrams
b. Coordinate drawings with information in Project Record Documents to assure
correct illustration of completed installation.
c. Do not use Project Record Drawings as maintenance drawings.
4. Written text, as required to supplement product data for the particular installation:
a. Organize in consistent format under separate headings for different procedures.
b. Provide logical sequence of instructions of each procedure.
CITY OF FORT WORTH Cattleman's Crossing Phase 2
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN: 105042
Revised April 7, 2014
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
01 78 23 - 3
DAP OPERATION AND MAINTENANCE DATA
Page 3 of 5
5. Copy of each warranty, bond and service contract issued
a. Provide information sheet for City personnel giving:
1) Proper procedures in event of failure
2) Instances which might affect validity of warranties or bonds
C. Manual for Materials and Finishes
1. Submit 5 copies of complete manual in final form.
2. Content, for architectural products, applied materials and finishes:
a. Manufacturer's data, giving full information on products
1) Catalog number, size, composition
2) Color and texture designations
3) Information required for reordering special manufactured products
b. Instructions for care and maintenance
1) Manufacturer's recommendation for types of cleaning agents and methods
2) Cautions against cleaning agents and methods which are detrimental to
product
3) Recommended schedule for cleaning and maintenance
3. Content, for moisture protection and weather exposure products:
a. Manufacturer's data, giving full information on products
1) Applicable standards
2) Chemical composition
3) Details of installation
b. Instructions for inspection, maintenance and repair
D. Manual for Equipment and Systems
1. Submit 5 copies of complete manual in final form.
2. Content, for each unit of equipment and system, as appropriate:
a. Description of unit and component parts
1) Function, normal operating characteristics and limiting conditions
2) Performance curves, engineering data and tests
3) Complete nomenclature and commercial number of replaceable parts
b. Operating procedures
1) Start-up, break-in, routine and normal operating instructions
2) Regulation, control, stopping, shut -down and emergency instructions
3) Summer and winter operating instructions
4) Special operating instructions
c. Maintenance procedures
1) Routine operations
2) Guide to "trouble shooting"
3) Disassembly, repair and reassembly
4) Alignment, adjusting and checking
d. Servicing and lubrication schedule
1) List of lubricants required
e. Manufacturer's printed operating and maintenance instructions
f. Description of sequence of operation by control manufacturer
1) Predicted life of parts subject to wear
2) Items recommended to be stocked as spare parts
g. As installed control diagrams by controls manufacturer
h. Each contractor's coordination drawings
1) As installed color coded piping diagrams
CITY OF FORT WORTH Cattleman's Crossing Phase 2
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN: 105042
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
01 78 23 - 4
DAP OPERATION AND MAINTENANCE DATA
Page 4 of 5
i. Charts of valve tag numbers, with location and function of each valve
j. List of original manufacturer's spare parts, manufacturer's current prices, and
recommended quantities to be maintained in storage
k. Other data as required under pertinent Sections of Specifications
3. Content, for each electric and electronic system, as appropriate:
a. Description of system and component parts
1) Function, normal operating characteristics, and limiting conditions
2) Performance curves, engineering data and tests
3) Complete nomenclature and commercial number of replaceable parts
b. Circuit directories of panelboards
1) Electrical service
2) Controls
3) Communications
c. As installed color coded wiring diagrams
d. Operating procedures
1) Routine and normal operating instructions
2) Sequences required
3) Special operating instructions
e. Maintenance procedures
1) Routine operations
2) Guide to "trouble shooting"
3) Disassembly, repair and reassembly
4) Adjustment and checking
f. Manufacturer's printed operating and maintenance instructions
g. List of original manufacturer's spare parts, manufacturer's current prices, and
recommended quantities to be maintained in storage
h. Other data as required under pertinent Sections of Specifications
4. Prepare and include additional data when the need for such data becomes apparent
during instruction of City's personnel.
30 1.7 CLOSEOUT SUBMITTALS [NOT USED]
31 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
32 1.9 QUALITY ASSURANCE
33 A. Provide operation and maintenance data by personnel with the following criteria:
34 1. Trained and experienced in maintenance and operation of described products
35 2. Skilled as technical writer to the extent required to communicate essential data
36 3. Skilled as draftsman competent to prepare required drawings
CITY OF FORT WORTH Cattleman's Crossing Phase 2
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN: 105042
Revised April 7, 2014
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 END OF SECTION
7
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
8
CITY OF FORT WORTH Cattleman's Crossing Phase 2
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN: 105042
Revised April 7, 2014
017839-1
DAP PROJECT RECORD DOCUMENTS
Page 1 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 SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED]
27 1.7 CLOSEOUT SUBMITTALS [NOT USED]
28 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
29 1.9 QUALITY ASSURANCE
30 A. Accuracy of Records
31 1. Thoroughly coordinate changes within the Record Documents, making adequate
32 and proper entries on each page of Specifications and each sheet of Drawings and
33 other Documents where such entry is required to show the change properly.
34 2. Accuracy of records shall be such that future search for items shown in the Contract
35 Documents may rely reasonably on information obtained from the approved Project
36 Record Documents.
CITY OF FORT WORTH Cattleman's Crossing Phase 2
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN: 105042
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 Cattleman's Crossing Phase 2
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN: 105042
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 Cattleman's Crossing Phase 2
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN: 105042
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 Cattleman's Crossing Phase 2
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN: 105042
Revised April 7, 2014
APPENDIX
GC-4.01 Availability of Lands - None
GC-4.02 Subsurface and Physical Conditions —Geotechnical Report Provided
GC-4.04 Underground Facilities - None
GC-4.06 Hazardous Environmental Condition at Site -None
GC-6.06.D Minority and Women Owned Business Enterprise Compliance — Not Required
GC-6.07 Wage Rates - Provided
GC-6.09 Permits and Utilities - Urban Forestry Permit Provided
GC-6.24 Nondiscrimination - None
GR-01 60 00 Product Requirements — COFW Water Department & TPW Standard Product List Provided
CITY OF FORT WORTH CATTLEMAN'S CROSSING PHASE 2
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN: 105042
Revised July 1, 2011
GC-4.02 Subsurface and Physical Conditions
THIS PAGE LEFT INTENTIONALLY BLANK
CITY OF FORT WORTH CATTLEMAN'S CROSSING PHASE 2
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN: 105042
Revised July 1, 2011
R NE
E N G E E R 1 N G
EST: 1972
GEOTECHNICAL ENGINEERING REPORT
CATTLEMAN'S CROSSING
BETWEEN N. SAGINAW BLVD AND US HWY 287
FORT WORTH, TEXAS
Prepared For:
Ashton Woods — Dallas Division
1800 Valley View Lane, Suite 100
Farmers Branch, Texas 75234
Attn: Mr. Scot Albert
June 2022 (Revised)
PROJECT NO. 21-25640
www.roneenaineers.com
96F�F NE
R I N G
EST:
July 1, 2022 (Revised)
Mr. Scot Albert
Ashton Woods — Dallas Division
1800 Valley View Lane, Suite 100
Farmers Branch, Texas 75234
Re: Geotechnical Engineering Report
Cattleman's Crossing
Fort Worth, Texas
Rone Report No. 21-25640
Dear Mr. Albert:
GEOTECHNICAL ENGINEERING
EARTHWORKS CONTROL
ENVIRONMENTAL CONSULTING
CONSTRUCTION MATERIAL TESTING
Rone Engineering Services, Ltd. (Rone) is pleased to submit the Geotechnical Engineering
Report for the above referenced project. The geotechnical engineering services performed for
this study were carried out in general accordance with Rone Proposal No. P-31722-21, dated
September 13, 2021. The report was revised this date to incorporate final grading plans into the
subgrade modification recommendations
This report presents engineering analyses and recommendations for site grading, foundations,
and pavements with respect to known project and site characteristics. Detailed results of our field
exploration and laboratory testing are provided in the appendix of the report.
We appreciate the opportunity to be of service to you on this project. We look forward to providing
additional Geotechnical Engineering and Construction Materials Testing services as the project
progresses through the final design and construction phases. Please contact us if you have any
questions or if we can be of further assistance.
Respectfully submitted,
C ton M. Torrance, E.I.T.
ject Engineer
Texas Engineering Firm License No. F-1572
...:.%......................�
h 0. GRAY i
:.....t...;. , 6790;
r ray, P t�
Partner ��� s` '/ONAO -Q -yo
DALLAS I FORT WORTH I AUSTIN I SAN ANTONIO I HOUSTON I KANSAS CITY
3201 NE Loop 820, SUITE 180 1 FORT WORTH, TExAs 76137 1 TEL: 817.717.1040
ra%
1 PROJECT INFORMATION..................................................................................................... 1
1.1 Site Description................................................................................................................
1
2 PURPOSES AND SCOPE OF STUDY................................................................................... 1
3 FIELD INVESTIGATION AND LABORATORY TESTING ...................................................... 2
4 SITE CONDITIONS................................................................................................................. 3
4.1 Site Geology....................................................................................................................
3
4.2 Subsurface Soil Conditions..............................................................................................
3
4.3 Groundwater....................................................................................................................
6
4.4 Soluble Sulfates...............................................................................................................
6
5 ANALYSIS OF SITE AND FOUNDATION ALTERNATIVES.................................................. 7
5.1 Geotechnical Analysis......................................................................................................
7
5.2 Subsurface Volume Change Potential..............................................................................
8
5.3 Seismic Site Class.........................................................................................................
11
6 FOUNDATION SYSTEM RECOMMENDATIONS.................................................................
11
6.1 Ground Modification and Subgrade Treatment...............................................................
12
6.2 Subgrade Recompaction................................................................................................
12
6.3 Excavation Safety Considerations..................................................................................
13
6.4 Foundation Structure......................................................................................................
13
7 SITE PREPARATION FOR CONSTRUCTION.....................................................................
13
7.1 General..........................................................................................................................
13
7.2 Excavations....................................................................................................................
13
8 CONSTRUCTION OF SUBGRADE FILLS...........................................................................
14
8.1 Subgrade Preparation....................................................................................................
14
8.2 Subgrade Fill Construction.............................................................................................
15
8.2.1 Project Fills...............................................................................................................15
8.2.2 Fill Material Requirements........................................................................................15
8.2.3 Borrow Selection......................................................................................................15
8.3 Fill Construction Specifications.......................................................................................
16
8.3.1 Recompaction of Existing Subgrade and Grade Raise Below Buildings ...................17
8.3.2 Utility Trench Backfill................................................................................................17
8.3.3 Existing Pond Excavation and Backfill......................................................................18
8.3.4 General Site Fills for Site Grading and Drainage......................................................18
8.3.5 Compaction Specification Summary.........................................................................18
8.4 Quality Control and Field Verification Testing.................................................................
19
8.5 Construction Oversight...................................................................................................
19
9 BUILDING FOUNDATION STRUCTURE.............................................................................
20
9.1 Slab Foundation Design.................................................................................................
20
10 DETENTION / RETENTION POND.....................................................................................
21
11 LATERAL EARTH PRESSURES.......................................................................................
22
11.1 Wall Drainage...............................................................................................................
23
11.2 Wall Backfill..................................................................................................................
24
12 PAVEMENTS......................................................................................................................
24
12.1 Rigid Pavements..........................................................................................................
24
12.2 Pavement Base Course...............................................................................................
25
12.3 Pavement Construction and Maintenance Recommendations ......................................
26
13 SITE COMPLETION AND MAINTENANCE........................................................................
26
13.1 Site Grading and Drainage...........................................................................................
26
13.2 Landscaping and Irrigation...........................................................................................
26
14 STUDY CLOSURE.............................................................................................................
27
15 COPYRIGHT 2022 RONE ENGINEERING SERVICES, LTD .............................................
29
COMPACTION DESIGN — FULL SITE SUBGRADE RECONSTRUCTION AND GRADE RAISE - 563 ................... 1a
COMPACTION CONTROL — FULL SITE RECONSTRUCTION AND GRADE RAISE - 563.................................... 1 b
COMPACTION DESIGN — FULL SITE UTILITY TRENCH BACKFILL.................................................................... 2a
COMPACTION CONTROL — FULL SITE UTILITY TRENCH BACKFILL................................................................ 2b
APPENDIX A
Plate
VICINITYMAP.................................................................................................................................................... A.1
GEOLOGYMAP..................................................................................................................................................A.2
BORING LOCATION DIAGRAM................................................................................................................A.3a-A.3b
LOGS OF BORING...................................................................................................................................A.4-A.111
KEY TO CLASSIFICATIONS AND SYMBOLS.................................................................................................. A.112
UNIFIED SOIL CLASSIFICATION SYSTEM.................................................................................................... A.113
SWELL TEST RESULTS................................................................................................................................. A.114
HYDROMETER TEST RESULTS...................................................................................................... A. 1 15a-A. 1 15b
RECTM COMPACTION DESIGN REPORTS....................................................................................... A.116a-A.116e
APPENDIX B
Plate
FIELD OPERATIONS.......................................................................................................................................... B.1
LABORATORY TESTING.................................................................................................................................... B.2
RONE SPECRICATION 400 LIME TREATMENT................................................................................................. B.3
,PPENDIX C
Plate
IMPORTANT INFORMATION ABOUT THIS GEOTECHNICAL ENGINEERING REPORT.....................................C.1
RN E
GEOTECHNICAL ENGINEERING REPORT
1 PROJECT INFORMATION
1.1 Site Description
A tabular summary of the site description is provided below.
Table 1: Site Description
Item Description
Location The project is located between North Saginaw Boulevard and US Highway 287,
north of Prairie Ridge Trail in Fort Worth, Texas.
The project consists of developing 554 single-family residential lots with
Project Description associated utilities and paved streets. Based on grading plans that have been
provided, cuts up to 11 feet and fills up to 9 feet are indicated for the building
pads at the site.
At the time of our field investigation, the site was generally covered with native
grass and dense trees. There are two large detention ponds on the site. One
pond is located on the north side of the site and the other pond is located in the
Existing Conditions center of the site. There is a small detention pond located on the west side of
the site. Current development plans indicate the ponds will be reshaped and
enlarged requiring portions of the existing ponds to be filled with compacted soil
and rock beneath proposed residential house pads and roadways.
Based on the topographic information obtained from Google Earth®, the site
Topography generally slopes downward toward the north side of the property, with ground
surface elevations ranging from approximately 858 feet to 810 feet.
Previous Studies No known previous geotechnical studies at the site.
Geologic Setting Fort Worth Limestone and Duck Creek Formation, undivided
Site vicinity and geology maps are attached as Plates A.1 and A.2, respectively in Appendix A of
this report. Boring locations relative to the site plan are shown on the Boring Location Diagram,
Plate A.3.
2 PURPOSES AND SCOPE OF STUDY
The site investigation was scoped based on the planned development and design boundaries
outlined above. The principal purposes of this study are to evaluate the general subsurface
conditions and develop geotechnical recommendations for the design and construction of
foundations and pavements. For these purposes, the study was conducted in the following
phases:
RN E
• Borings were drilled and sampled at approximate 200-foot intervals to evaluate the subsurface
conditions at the boring locations and to obtain soil samples.
• Laboratory tests were conducted on selected samples recovered from the borings to evaluate the
pertinent engineering characteristics of the foundation soils.
• Engineering analyses were performed using field and laboratory data to develop foundation and
pavement design recommendations.
• Onsite soils were evaluated for potential sources of fill materials required for the project.
As the Geotechnical Engineer of Record serving this project, it is recommended that a Rone
engineer provide assistance during the design phase to verify the intent of the geotechnical
recommendations. In addition, Rone must be retained to provide oversight of the Rone Earthwork
Controls during the construction phase to verify full compaction utilizing the advanced engineering
tools as discussed throughout this report.
3 FIELD INVESTIGATION AND LABORATORY TESTING
The borings were located in the field by Rone personnel with measurements taken from site
landmarks and using an aerial photograph of the site. Ground surface elevations at the boring
locations were interpolated from topographic information obtained from Google Earth®. The
locations and elevations were not surveyed, and are accurate only to the extent implied by the
technique used in their determination.
A total of 107 borings were completed to depths ranging from approximately 20 feet below existing
grades. Boring B-69 was not drilled due to proximity to the existing natural gas pipeline easement.
The approximate boring locations are shown on Plate A.3a, Boring Location Diagram. Sample
depth, description of soils, and classification (based on the Unified Soil Classification System) are
presented in the Logs of Boring, Plates A.4 through A.111. Keys to terms and symbols used on
the logs are also included in Appendix A.
Laboratory tests were performed on selected samples recovered from the borings to confirm
visual classification, and to estimate material strata, in -situ consolidation states, and other
pertinent engineering properties of the materials encountered. In addition, one-dimensional swell
and swell pressure tests were performed on selected samples. Descriptions of the procedures
used in the field and laboratory phases of this study are presented in Appendix B.
RN E
4 SITE CONDITIONS
4.1 Site Geology
Based on the subsurface conditions encountered in the borings and the Geologic Atlas of Texas,
Dallas Sheet (published by the Bureau of Economic Geology), the site is located within the
undivided Fort Worth Limestone and Duck Creek Formation (mapped as Kfd).
The Fort Worth Limestone consists of limestone and clay. The limestone is light to medium gray
and weathers yellowish brown. The clay is medium gray to yellowish brown and weathers
yellowish brown. The thickness of the Fort Worth Limestone is approximately 25 to 35 feet. The
Duck Creek Formation consists of medium gray to yellowish gray limestone that weathers dark
gray with yellowish brown patches. The thickness of the Duck Creek Formation is approximately
30 to 100 feet.
Please note that the geologic mapping was originally performed using aerial photography. Local
variations and anomalies do occur.
4.2 Subsurface Soil Conditions
The results of the field and laboratory testing have been used to develop generalized subsurface
profiles of the project site. The strata identified in the borings at this site are described below:
• Stratum I — generally consisted of dark brown to brown to light brown fat clay (CH) lean clay (CL)
and clayey gravel (GC) containing various amounts of silt, sand, and gravel from the ground surface
to depths ranging from 2 to 20 feet.
• Stratum II — generally consisted of tan weathered limestone and gray limestone extending to the
termination depths of approximately 20 feet.
Hand penetrometer readings ranged from 1.0 to more than 4.5 tons per square foot (tsf) in the
cohesive soils. Unconfined compression strengths in the tested cohesive materials ranged from
approximately 6,300 to 14,300 pounds per square foot (psf). In -situ moisture levels ranged from
approximately 21 percent below to 11 percent above their measured plastic limits, indicating
mostly dry soil conditions. Standard Penetration Test N-values ranged from 13 blows per foot to
50 blows for one (1) inch. The Texas Cone Penetrometer blow counts ranged from 100 blows for
9'/2 inches to 100 blows for'/2 inch. Moisture content values ranged from 1 (in limestone cuttings)
up to 35 percent in the fat clays. A tabular summary of the soil properties considered for design
is provided in the following table.
R NE
Table 2:
In Situ Soil Property
Estimated Specific Gravity, Gs
Percent Fines (%)
Liquid Limit
Plasticity Index
Dry Density (pcf)
Void Ratio, e
Moisture Content (%)
Moisture Increase Potential (%)
Generalized Subsurface Profile
Full Range
2.66-2.70
2-99
22-91
8-69
88-104
0.60-0.90
1-35
3.8-21.4
Predominant Range
2.68
56-98
38-68
21-46
90-101
0.69-0.86
6-20
6.5-16.0
While both lean and fat clay shrink and swell with changes in moisture content, higher plasticity
materials typically have greater sensitivity to moisture variation, and an increased potential for
volume change. With sufficient moisture increase, swell pressures ranged from approximately
1,500 to 5,000. Modification of the upper soils will control subgrade and foundation design
recommendations. A generalized profile of the subsurface conditions is included below.
The Logs of Boring should be reviewed for specific information at individual boring locations.
Stratification boundaries shown in the logs represent the approximate locations of changes in
types of in -situ materials. The transition between material types may vary between borings and
be gradual and indistinct. Variations will occur and should be expected across the site.
--4 West East ►
855................................................................................................................................................................................................................................ 855
33-84
850 .. %/, ......... 3_83................................................................................................................. a42.................................................................................... 850
26� % 3-82 % 3-32
/ -�9 ;-23
.....................�y.........................................................845
845 ............... ......... ....... T
f . 3.81................................................................... ,23' .......
/45/ % 3-58
840 .. ........ 3-80.................................. 3-59l........ % ....... % . 840
a)
/ -12
N
/ -
W --
p835 ... ........ .................. /� ...........................................050 ........ % .................. .................. ........ 49� ........ .... .......; 9I ................. 835
a) = / / / _15
W
830................ _......._................�..................................%........_..............._........_........_.................. 830
_........_ .......... .
820....................................................... C�.................................. _............................................................................. ......... 820
815 815
0 0.001 0.002 0.003 0.004 0.005 0.006 0.007 0.008 0.009 0.010 0.011
Distance Along Baseline (Feet)
Water Observations
While Drilling Q
At Completion 1
GENERALIZED SUBSURFACE PROFILE ® Fat Clay Weathered Limestone
Figure 1 Limestone
15
Cattleman's Crossing Lean Clay ® Clayey
Between N. Saginaw Blvd. and US HWY 287 Gravel
Fort Worth, Texas
RN E
4.3 Groundwater
The borings were advanced using continuous flight augers. The borings were monitored during
and immediately after drilling for the presence of water seepage. Free water was observed in
two (2) borings at depths of approximately 12 to 15 feet below existing grades. Groundwater was
not observed in the remaining borings. A thorough assessment of the vadose zone or upper
groundwater was not conducted, and the study did not include extended monitoring of
groundwater levels or perched water conditions. A full hydrogeologic study can be conducted
upon request to assess the sources and variation of in -situ moisture levels in the vadose zone
water levels beneath the site, and how various site development alternatives could potentially
effect groundwater conditions.
In general, groundwater levels and moisture content in the vadose zone vary climatically and
seasonally depending on topography, land use, surface hydrology, subsurface hydrogeology, and
proximity to bodies of water. The rate and extent of these variations depend on many variables
including subsurface stratigraphy, soil properties, moisture sources, capillary strength,
consolidation states, soil structure, thermal cover, and surface infiltration and evapotranspiration
rates. A limited hydrogeologic assessment of the vadose zone is provided in Section 5.1
Geotechnical Analysis.
4.4 Soluble Sulfates
Soluble sulfate levels are generally considered to be high when levels exceed 3,000 parts per
million (ppm). Based on testing performed on selected samples, soluble sulfate levels at the site
range from less than 100 ppm to 2,253, indicating negligible to moderate soluble sulfate levels.
In soil, soluble sulfates are often encountered in concentrated banks or seams, generally in the
form of gypsum. As site grading is performed, these areas of concentrated sulfates are likely to
be randomly distributed throughout the site. When soluble sulfates come into contact with calcium
(supplied by lime or cement during subgrade treatment) and water, a process commonly referred
to as "sulfate -induced heave" will occur. In this process, a chemical reaction releases aluminum
from the soil, forming a material called ettringite which causes large volume increases. The rate
at which the reaction occurs is highly variable and is primarily dependent on the availability of the
reagents and the size of the soluble sulfate crystals. It can occur in as little as 10 to 12 hours, or
take years to fully manifest itself; however, with sufficient supply of the reagents, the reaction is
typically complete within 4 to 5 days.
RN E
5 ANALYSIS OF SITE AND FOUNDATION ALTERNATIVES
Foundation alternatives have been evaluated based on site -specific geotechnical conditions,
proposed development plans, and known design preferences.
5.1 Geotechnical Analysis
Subgrade preparation and foundation fill elements are critical components of all foundation
systems. Foundation alternatives for the proposed buildings have been evaluated based on the
following engineering criteria:
• Bearing capacity
• Settlement potential
• Volume change (shrink -swell) potential
The rate and magnitude of volume change is controlled by the rate and extent of wetting and
drying cycles. Volume change potential is affected by moisture change potential, clay mineralogy,
material density, soil structure, hydrogeologic environment, and confining pressure to swell
pressure ratios. Moisture change potential, material density, and soil structure can be modified
and controlled; and clay content, hydrogeologic environment and confining pressure can be
managed to limit volume change as necessary for each foundation alternative. These are key
factors in the ground modification elements of foundation alternatives when evaluating various
foundation designs. The primary provisions for managing the hydrogeologic environment are
long-term stabilization of subgrade moisture levels, and management of desiccation risk.
A limited hydrogeologic assessment of the vadose zone indicates the primary source of
subsurface moisture is likely periodic groundwater from the detention ponds, supported by
seasonal surface water infiltration. The abundance of granular soil identified in the borings can
impede or break the capillary action and reduce the opportunity for continuous moisture supply
from a water source at depth. Given the geologic setting, such impedances are expected across
the site. The site is generally undeveloped and relatively open. Free water was encountered in
borings B-80 and B-104. Deeper borings and/or open piezometers would be required to further
evaluate for the presence of groundwater beneath the site. The average soil moisture profile
across the project site at the time of sampling is illustrated below.
Figure 2: Average Soil Moisture Profile
20
18
16
v
3 14
Ln
+n
12
10 INN
8
■ 0-2' ■ 2-4' ■ 4-6'
■ 6-8' ■ 8-10' ■ 13-15'
�N E
ENG ERIN'G
ES T: M1iT2
■ 18-20'
Foundation systems often require ground modification within the vadose zone. Each ground
modification element includes provisions for limiting moisture content variation, and preparing for
its effects. The following ground modification elements were evaluated for slab foundations:
• Need and extent of subgrade replacement / re -compaction fill,
• Management and tolerance of in -situ conditions below ground modification depths,
• Grade raise elements,
• Strength and stability requirements of each foundation fill element; and,
• Subgrade stabilization options.
Analyses of volume change and settlement potential relative to the various foundation alternatives
are summarized in the following sections.
5.2 Subsurface Volume Change Potential
Direct measurement of soil expansion and the resulting swell pressures under the anticipated
stress conditions is the most reliable way to account for the factors that control volume change
within natural clay formations and assess swell -shrink conditions within the vadose zone. These
analyses indirectly account for clay mineralogy, clay content, clay mix, soil structure, compaction
states, and stress states. Measurement of swell pressures allows determination of ground
modification requirements for foundation system design. For this study, an assessment of swell
potential was conducted on samples recovered from various depths. Due to the generally shallow
limestone, swell pressure testing was not performed. Swell test results are summarized in the
table below:
RN E
Table 3: Swell Test Details
Depth
Plasticity
Total
Moisture (%)
Final
Swell
Boring
(feet)
Load (psf)
Index
Fines
Initial
Final
Increase
Void
N
(n
Ratio
B-1
2
375
50
93
19.7
26.9
7.2
0.73
2.3
B-3
4
625
15
35
11.7
22.5
10.8
0.61
0.0
B-6
4
625
--
--
17.3
28.3
11.0
0.76
5.5
B-7
2
375
30
82
12.0
25.2
13.2
0.68
0.0
B-9
8
1125
22
84
26.0
29.7
3.7
0.80
1.8
B-20
4
625
15
92
10.4
21.9
11.5
0.59
0.6
B-22
6
875
22
94
12.9
19.9
7.1
0.54
7.9
B-23
2
375
43
89
18.4
33.2
14.8
0.90
4.4
B-28
6
875
21
89
10.8
15.4
4.6
0.42
2.3
B-43
2
375
28
93
9.5
28.2
18.7
0.76
0.0
B-56
8
1125
46
87
21.8
25.3
3.5
0.68
2.3
B-58
6
875
49
83
23.9
31.1
7.1
0.84
4.3
B-59
4
625
50
94
21.2
33.4
12.2
0.90
8.4
B-60
2
375
44
95
20.5
26.3
5.8
0.71
4.6
B-63
2
375
47
94
26.8
38.4
11.7
1.04
7.7
B-64
6
875
55
90
20.8
29.8
9.0
0.81
7.3
B-65
8
1125
48
90
17.1
25.0
7.9
0.68
2.8
B-66
6
875
45
91
17.3
25.8
8.5
0.70
8.1
B-70
8
1125
48
61
17.0
23.3
6.2
0.63
4.8
B-71
4
625
42
95
18.0
27.1
9.1
0.73
8.6
B-72
6
875
--
70
6.3
27.4
21.1
0.74
0.0
B-75
2
375
59
85
19.4
31.5
12.1
0.85
7.2
B-79
4
625
37
89
14.2
27.2
13.0
0.74
8.5
B-80
6
875
--
90
20.7
27.1
6.3
0.73
4.3
B-81
8
1125
44
89
17.7
22.7
5.0
0.62
3.3
B-84
2
375
26
85
7.7
23.4
15.7
0.63
0.4
B-88
6
875
69
94
22.3
31.0
8.7
0.84
6.6
B-89
4
625
54
94
20.6
31.2
10.6
0.84
6.3
B-90
8
1125
41
100
20.4
22.9
2.6
0.62
0.2
B-91
2
375
--
89
13.5
25.0
11.6
0.68
1.1
B-95
4
625
--
50
4.8
23.8
19.0
0.64
0.0
B-97
2
375
19
86
9.1
24.9
15.9
0.67
3.4
B-100
2
375
--
67
13.8
29.3
15.5
0.79
1.7
B-103
4
625
--
82
20.4
29.2
8.8
0.79
4.6
RN E
Depth
Load
Total
Plasticity
Moisture
Final
Swell
Depth
Boring
(feet)
(psf)
Fines
Fine
Index
(%)
Void
(%)
goring
(feet)
(
Ratio
B-104
6
875
-- 92
27.2
33.5
6.3
0.91
1.9
B-105
2
375
-- 97
21.0
32.7
11.7
0.88
11.5
B-106
0
125
-- 96
22.9
28.7
5.8
0.78
2.0
The swell test results generally indicate low to high swell potential with sufficient moisture
increase. Estimated swell pressures of approximately 1,500 to 5,000 psf were used in our
evaluation of the Stratum I soils at the site. An average swell potential of approximately 4 percent
was determined for design analyses. The resultant Potential Vertical Rise (PVR) was found to
range from negligible to about 6 inches.
As an additional means of evaluating subgrade swell potential, Potential Vertical Rise (PVR)
estimates were also performed in general accordance with the Texas Department of
Transportation (TxDOT) Test Method Tex-124-E. The TxDOT method is empirical, assumption -
based, generalized, and based on correlations with the Atterberg limits, density, and moisture
content of the soils at the time of the investigation. All conditions influencing swell potential are
not accounted for in this procedure. The procedure was applied to an estimated 12-foot deep
active zone (limited by the depth to limestone in many areas), for soils in a dry moisture condition.
Based on the TxDOT method, the estimated PVR is approximately 1 to 6 inches. Based on the
PVR analyses, the following parameters have been used to evaluate foundation design
alternatives:
Table 4: Untreated Subgrade Movement Potential
Design Depth Estimated Stratum I Untreated Swell
Material (feet) Swell Pressure (psf) Potential (inches)
Native Clays Up to 4 feet 1,500 to 5,000 1 to 6
Based on the subsurface profile encountered mostly along and near the flood plain/pond area in
the central portion of the site, subgrade modification will be required to achieve the design PVR
of 4'/2 inches or less. For the lots identified, the subgrade should be excavated to a depth of 4
feet below final pad elevation and replaced using the controls outlined in Section 8.3.1 later in
this report. A detailed listing of the Blocks and Lots in provided in Table 5 below:
R NE
ENG EERIN'G
ES T: M1iT2
Table 5: Lots Requiring Subgrade Modification
Block
Lots
B
27 through 41, 62 through 65 and 86 and 87
D
1 and 2
E
5 through 10
1
1 through 14
J
1 through 13 and 24 through 32
K
1 through 32, 64 through 67 and 74 through 79
M
1, through 9, 19 through 22 and 25 though 27
Plate A.3b in the appendix graphically illustrates the boring numbers and associate blocks and
lots where subgrade modification will be necessary for the lots reflected in the Table above.
5.3 Seismic Site Class
The site class for seismic design is based on several factors that include subsurface profile, shear
wave velocity, density, relative hardness, and strength, averaged over a depth of 100 feet. The
borings for this project did not extend to a depth of 100 feet; therefore, we assumed the conditions
below the depth of the borings to be similar to those encountered at the termination depth of the
borings. Based on Section 1613.2.2 of the 2018 International Building Code and Table 20.3-1 of
ASCE 7-16, we recommend using Site Class C (Soft Rock/Stiff Soil) for seismic design.
6 FOUNDATION SYSTEM RECOMMENDATIONS
Design evaluations have been made for the building foundation systems based on our current
understanding of the project and the available subsurface information. The proposed residential
buildings may be supported on slab foundations bearing within controlled fill, suitable native soil
and/or limestone rock. A schematic cross-section of the foundation system is provided below.
Figure 3: Residential Slab Foundation Cross Section Schematic
Existing Grade
Floor Slab
---------------- _ ---- ----
Ground modification should be completed as required for the designated Blocks and Lots stated
earlier and reflected on Plate A.3a. It is not necessary to over -excavate subgrade that is
RN E
comprised of limestone for any purpose. All fill should be place using the Rone Earthwork
Controls (REC'sTM) provided in this report. Subgrade compaction will result in the following
ground stability improvements when constructed as recommended in this report. These
parameters should be used for design of the structural foundation system. Surficial clays with
increased swell potential were identified from existing site grades in select borings as indicated in
Table 5: Lots Requiring No Subgrade Excavation below:
Table 6: Summary of Estimated Ground Improvement
Thickness from
Estimated Swell
Swell Potential at
Material
Final Pad Elevation
Pressure (psf)
Finished Pad (inches)
(feet)
Imported Fill (if used)
Negligible
Negligible
Negligible
Recompacted RECTM Subgrade
0 to 4
800
'/2
Native Soils
20+
1,500 to 5,000
1 to 3'/2
6.1 Ground Modification and Subgrade Treatment
Modification of the existing subgrade material is designed to control the building pad subgrade
and provide an improved foundation bearing material. Any grade raise fill used to achieve final
pad elevations serves a similar purpose. Over -excavation will be required in the areas referenced
in Table 5 earlier in the report. All fills should be placed using the compaction controls
recommended in this report. Controlled fill should extend at least 5 feet laterally beyond the
proposed residential buildings to allow for adequate edge preparation. Determination of the
compaction energies enables this control, along with compaction efficiencies required for the
existing soil property ranges. Effective construction controls for the proposed fill elements are
provided in Section 8 Construction of Subgrade Fills. Estimated construction performance
and results are also included.
6.2 Subgrade Recompaction
The subgrade recompaction is designed to restructure the cohesive soils such that strength and
volume change can be better controlled. Determination of the compaction energies and
compaction efficiencies required for the existing soil property ranges allow this control. Effective
construction controls for the proposed fill elements are provided in Section 8 Construction of
Subgrade Fills. Estimated construction performance and results are also included.
RN E
6.3 Excavation Safety Considerations
All excavations should be sloped, shored, or shielded in accordance with Occupational Safety
and Health Administration (OSHA) requirements. In accordance with Texas state law, the design
and maintenance of excavation safety systems is the sole responsibility of the construction
contractor. OSHA Standards 29 CFR — 1926 Subpart P, including Appendices A and B, should
be referenced for guidance in the design of such systems
6.4 Foundation Structure
Slab foundations bearing in controlled fill, suitable native soil or limestone rock may be used to
support the proposed residential structures provided fill construction and testing is performed as
recommended in this report. Ground movement potential will be limited with the recommended
design provisions; however, the grade -supported slabs should be designed to accommodate the
estimated potential vertical ground movement. A moisture barrier should be placed immediately
beneath the concrete slabs.
7 SITE PREPARATION FOR CONSTRUCTION
7.1 General
Existing foundations, structures, deleterious materials, debris, utilities and other manmade
features should be removed, and existing utilities should be relocated in accordance with the
project plans and specifications. All vegetation and organic matter should be removed from within
the proposed construction limits, including tree stumps and root systems. Unless otherwise
indicated in the specifications, all materials resulting from clearing and grubbing operations should
be properly disposed. In no case should any organic or deleterious material be used within the
earthworks or fill materials, or permanently placed onsite except where authorized by the
geotechnical engineer.
7.2 Excavations
All excavations should be performed to the limits and grades indicated in the design documents.
This study was not performed to evaluate the difficulty of ripping, processing and/or excavating
the on -site materials, or estimating the volume of those excavated materials. The earthwork
contractor should have experience in construction and excavation within these materials. The
contractor must use his or her own experience when making decisions regarding means, methods
and costs to accomplish the proposed construction, including excavation tools, excavation rates,
and number of trucks.
RN E
8 CONSTRUCTION OF SUBGRADE FILLS
Soil fill elements are critical components of any foundation system. Strength and stability of the
fill are essential to limiting subgrade movements below foundations, floor slabs, and pavements.
Mechanical soil compaction is designed to improve the engineering properties of soils; however,
inadequate fill control methods often do not achieve the desired compaction during construction.
The soil construction specifications in this report provide for effective compaction control,
including direct data verification and real-time control.
The fill construction specifications provided in this report are designed for the specific
geotechnical requirements of this project. The specifications provide the construction controls
needed to prepare cohesive fills for saturation and drying potential. If the specified controls are
not properly implemented, the fills will be vulnerable to strength loss and swell with saturation,
and potential shrinkage from drying. The initiation of shrinkage or swelling can lead to increased
shrink -swell cycles with moisture variation.
The design of these soil compaction specifications includes estimates of compacted soil
properties corresponding to varying compaction energies and compaction efficiencies, enabling
assessment of the final compacted performance of the fill. The construction specifications below
will prepare the fills for potential saturation; however, the environments of these fills must maintain
generally moist conditions without excessive drying. In many cases, equilibrium moisture ranges
can be established during construction, but in other cases equilibrium moisture cannot be
achieved without maintenance following construction. Potential maintenance requirements for
fills on this project are discussed in Section 12 Site Completion and Maintenance.
8.1 Subgrade Preparation
After site clearing, the exposed subgrade should be prepared for construction of foundation fills.
All areas that will underlie foundations, floor slabs, or pavements will require ground modification
as presented in the following sections.
Exposed subgrades in cut areas of 3 feet or less should be scarified to a depth of 8 inches and
recompacted wet of the optimum moisture content at full compaction in construction, to at least
95 percent of maximum density in construction, as generated by a CAT 563 footed compactor or
approved equivalent. Field verification testing will be conducted in accordance with Section 8.4
Quality Control and Field Verification Testing. Any areas where the specified properties are
not achieved often indicate a soft or low modulus subgrade is present below the compacted lift.
RN E
If testing confirms that soft soils underlie any section of the recompacted surface, those sections
should be overexcavated and recompacted in lifts as required by the Geotechnical Engineer. It
is not necessary to over -excavate limestone exposed within the upper 3 feet.
8.2 Subgrade Fill Construction
All foundations and pavements include a structural fill element. These fill elements are critical to
ground modification requirements and the strength and stability of each foundation. Fill
construction requirements depend on the design purpose and service conditions of each fill. Each
fill element must be constructed to achieve the properties required for the long term stability of
each foundation. Each completed lift of fill should be maintained at the recommended moisture
level until placement of subsequent fill or permanent protective cover such as pavement or floor
slabs.
8.2.1 Project Fills
The fill elements identified for this project are listed below:
• Recompaction of existing subgrade and grade raise below the floor slabs and pavements
• Utility trench backfill
• General fills for site grading and drainage
8.2.2 Fill Material Requirements
The following table provides general property requirements and applications for the cohesive soils
that may be used as fill on this project.
Table 7: Fill Material
Material Source I Property Ranges I Use
Native Soils On -Site N/A Building and Pavement
Subgrade
Select Fill Import CL: 15 <_ PI <_ 35 or Flexible Base Building Pad Cap
Percent silt <_ 20 /o (optional)
Silt soil classifications are not acceptable. Gravel content should be generally less than 45
percent. Fill should be free of organics, debris, large rocks, and deleterious material.
8.2.3 Borrow Selection
Rone can assist the contractor in the selection of borrow sources and compactor pairings in order
to reduce moisture amendment needs during construction. With this assistance, allowable soil
property limits may also be expanded by matching the compaction energy of specific compactors
with the borrow materials.
RN E
For improved control and more consistent fill properties, stratified borrow sources approved for
use as fill material should be excavated and processed in a manner to produce consistent mixing
and increased uniformity of the fill materials. The Geotechnical Engineer of Record can provide
additional guidance for this as needed.
8.3 Fill Construction Specifications
In general, all fill soils should be placed in consistent loose lift thicknesses, and fully and uniformly
compacted across each lift. The moisture content at the time of compaction should be wet of the
optimum moisture content in construction as defined by the field compaction curves provided in
this report. Any moisture adjustments that are required should be completed before compaction.
Each lift should be compacted using at least the minimum number of passes required to achieve
full compaction as specified by the Geotechnical Engineer of Record.
The compaction specifications for soil construction provided in this report have been developed
for each fill expected on this project. These specifications are based on the predetermined
compaction performance of specific compactor and soil combinations relative to the known project
design requirements. The recommended controls have been developed based on source soil
and moisture ranges determined during the site exploration, and typical compactors suitable for
these fills and fill volumes. The specifications employ family -of -curve methods for compaction
curves produced during construction in order to use the compactor's performance for control and
accommodate soil variation during construction. RECTM Compaction Design Reports supporting
this analysis, along with the resulting process control requirements, are included in the appendix
of this report. The design charts provided in the appendix are based on a whole site design as
well as two zones defined by the changes in the plasticity of the soils. The zoned charts have
been provided as a reference, and should not be used during construction until grading plans can
be reviewed. The construction specifications and illustrations of the performance, range and limits
of construction for each fill type are provided below. At the end of this section, a summary table
is provided as a quick reference for the fill specifications. Additional information can also be
provided regarding alternative compactors to account for changes during construction and optimal
selection by the earthwork contractor.
All completed lifts should be protected by subsequent lifts placed as soon as practical during
construction. Completed lifts to be exposed more than 1 day should be kept wet with light water
application. Completed lifts damaged by desiccation, erosion, construction traffic, or other
RN E
disturbances should be scarified and re -compacted according to the process control requirements
for that particular fill.
8.3.1 Recompaction of Existing Subgrade and Grade Raise Below Buildings
All fills should be placed using the compaction controls provided below. For the designated lots
in Table 5 and reflected on Plate A.3b, the upper 4 feet of the building pad subgrade from the final
pad elevation should be over -excavated, then fully and uniformly compacted wet of the optimum
moisture content during construction using a footed compactor equivalent to a CAT 563, or as
approved by the Geotechnical Engineer of Record. All fill should be compacted in 9-inch loose
lifts to at least 95 percent of the maximum dry density in construction and to an air content not
exceeding 7.1 percent. The optimum moisture content and maximum density in construction
should be determined from the field moisture -density curves (field compaction curves) generated
by the compactor for the range of soils used in construction. This family -of -curve range for the
specified compactor energy is provided by the Geotechnical Engineer of Record.
Compaction Performance and Design Chart 1a provides the performance and design
construction range for the specified compactor and the in -situ moisture ranges relative to the
design moisture range for construction for the site. This range can be refined with more soil
information prior to or during construction. A diagram of the compaction specification is provided
on Compaction Control Chart 1 b. The Compaction Control Chart includes the required
construction range and minimum number of passes required for full lift compaction. The
construction range provided is only valid for full compaction using at least the minimum number
of passes. Additional control specifications are also noted on the chart. It is critical for the strength
and stability requirements of the fill that each lift is fully and uniformly compacted using at least
the minimum number of passes for the compactor -soil range combination. Chart 1 b can be used
as a separate reference during construction. The RECTI Compaction Design Reports covering
the soil ranges at the site are included in the appendix.
8.3.2 Utility Trench Backfill
Utility trench backfill may consist of on -site clay uniformly compacted in 6-inch loose lifts wet of
the optimum moisture contents in construction at an air content not exceeding 7.1 percent.
Optimum moisture is determined from representative standard Proctor curves normalized on the
lab line -of -optimums for the soil range used, and corrected according to standard dry unit weight
relations. Use hand -operated compaction equipment approved by the Geotechnical Engineer of
Record. The family -of -curves and construction acceptance range will be provided by the
Geotechnical Engineer of Record. The general performance, range and limits of this construction
R NE
ENG EFRING
using an approved compactor are illustrated on the Compaction Performance and Design
Chart 2a, and on the Compaction Control Chart 2b. This information should be confirmed prior
to construction using additional subsurface information.
8.3.3 Existing Pond Excavation and Backfill
We understand that the existing pond will be backfilled and a majority of the backfilled area will
be located within the proposed residential house pads. In order to provide a subgrade surface
suitable for compaction of new fill, we recommend excavating at least 3 feet below the base of
the pond and disposing of the soft soils removed from the excavation. The base of the excavation
should be proofrolled prior to placement of fill. Soft areas encountered during the proofroll should
be excavated until firm material is encountered. The sides of the pond overexcavation should be
benched into suitable soil at a 3H:1V effective slope, with bench widths large enough to
accommodate the recommended compaction equipment. New fill material should be placed and
compacted according to the guidance provided in Section 8.3.1 Subgrade and Grade Raise for
Building Foundations and Pavement Areas and illustrated in Charts 1 a and 1 b in the Appendix.
8.3.4 General Site Fills for Site Grading and Drainage
General fill for grading and drainage may consist of native clay compacted in 12-inch loose lifts
using the available earthwork equipment. Use visual controls for wet -of -optimum compaction.
Surficial topsoil in landscape areas does not require additional compaction beyond that produced
incidentally during spreading and grading.
8.3.5 Compaction Specification Summary
The following summary table is provided for quick reference purposes. The table does not fully
encompass or replace the compaction specifications provided for each fill in the sections above.
Table 8: Compaction Specification Summar
Fill
Building Pad and
Pavement Subgrade
Utility Trench
Backfill
General Site
Grading
Material
On -Site Soil
CAT 563
6
9
8
7.1
94
14.0
3,100
On -Site Soil
Hand operated
NA
6
NA
7.1
92
15.5
NA
On -Site Soil
NA
NA
12
NA
NA
NA
NA
NA
Compactor
Minimum Foot Length (inches)
Maximum Lift Thickness (inches)
Minimum Number of Passes
Maximum Air Voids (%)
Minimum Dry Density (pcf)
Minimum Moisture Content (%)
Min. Compacted Strength (psf)
RN E
8.4 Quality Control and Field Verification Testing
Before fill construction, the property ranges of fill materials should be determined using index
property testing. During construction, index properties should be obtained periodically and upon
changes in material, color, texture, or excavation procedures. Field compaction curves should be
obtained upon unexpected changes in soil properties, compactor, or lift thickness, and at
minimum frequencies recommended by Rone based upon the property ranges of each fill material
and expected variations. Borrow material sampling during construction should be planned and
coordinated to fit the required production rates, and generally at least two days in advance of the
compaction of corresponding fill lifts.
Rone should monitor compaction and conduct verification testing during all fill construction.
Verification testing of compacted lifts should be conducted at appropriate frequencies to ensure
that compaction controls are satisfied and design requirements are achieved in construction. The
engineer should monitor the number of compactor passes, lift thickness, air content, moisture and
density for each fill.
We recommend that Rone assist in developing a work plan for effective process controls designed
for engineering requirements, the construction plan, production needs, and direct data verification
records. We strongly encourage Rone be included in the pre -bid process with earthwork
contractors to provide guidance in regard to fill controls for this project. A pre -construction
meeting including the general contractor, earthwork contractor and soils engineer is critical to an
effective launch of the project.
Nuclear density gauges are recommended for field testing of compacted lifts. Rone will provide
the specific gravity (Gs) values required for each fill, based on compactor performance and the
soil variation expected during construction. The Geotechnical Engineer must also be able to
monitor the specific gravity setting remotely in real-time based on the gauge readings in the field.
8.5 Construction Oversight
Design requirements and recommendations presented in this report are based on critical controls
during the earthworks and soil construction process. The monitoring required to verify the controls
are correctly implemented is essential to proper fill construction. The requirements of this report
are based on limited geotechnical, geologic and hydrogeologic information about the subsurface
conditions. Subgrade conditions have been interpolated between borings and subsurface testing
locations. Anomalies are often encountered during construction. The potential for subsurface
RN E
variation from the conditions used for design could result in design changes and/or increased
geotechnical risk during and/or following construction.
We recommend that Rone be retained to provide the controls needed for proper soil construction,
monitor earthwork operations, observe foundation construction, evaluate materials, and conduct
periodic testing during the soil construction phase of the project. Use of grade stakes or GPS
controls on earthwork equipment can aide in controlling required lift thicknesses. This enables
the geotechnical engineer to verify design conditions, manage geotechnical risks, verify compliant
construction, adjust design requirements when unanticipated conditions are encountered, assist
the builder, and represent owner interests.
9 BUILDING FOUNDATION STRUCTURE
9.1 Slab Foundation Design
The proposed residential structures may be supported on ground supported foundations
consisting of a conventionally reinforced beam and slab system or a post -tensioned slab
foundation system, provided the estimated floor movements can be tolerated. The foundations
should be designed with exterior and interior grade beams adequate to provide sufficient rigidity
to the foundation system to tolerate the potential vertical movement of the foundation subgrade.
A net allowable soil bearing pressure of 3,000 psf may be used for design of all grade beams
bearing in tested and approved controlled fill, suitable native soil and/or limestone rock. Exterior
grade beams should bear at least 18 inches below final grade. The bottom of the beam trenches
should be free of any loose or soft material prior to the placement of the concrete. All grade
beams and floor slabs should be adequately reinforced for eccentric loading that could occur from
potential differential subgrade movement.
Design criteria for the foundation slab have been estimated according to the Post Tensioning
Institute (PTI) based on the methods described in their most recent manual for designing slab -on -
grade foundation systems. An effective PI of 50 may be used for design of a conventionally
reinforced concrete slab foundation. Recommended PTI foundation design criteria for a
Thornthwaite Moisture Index (TMI) of zero are tabulated below:
RN E
Table 9: PTI Design Parameters
Parameter I Condition I 4%-inch PVR
Center Lift 6.7
Edge Moisture Variation Distance, em (feet)
Edge Lift 3.7
Center Lift 1.8
Differential Soil Movement, yn, (inches)
Edge Lift 2.1
Once grading plans have been completed the site may be able to be divided into zones with lesser
PVR than 4'/z inches. The PTI method incorporates multiple design assumptions associated with
derivation of the variables needed to estimate the foundation design criteria. The PTI method of
estimating differential soil movement is applicable when subgrade moisture conditions are
controlled only by the climate on well -graded building pads (i.e. proper site drainage, properly
lined landscaped areas, no utility water leaks or other free water sources). As soil moisture
increases, the soils may swell. The PTI design method is intended to provide stiffened foundation
systems that can perform well under typical natural changes in soil moisture. The differential
foundation movements resulting from seasonal soil moisture variations are typically much lower
than movements that occur due to free water sources near or beneath the structure, which are
not directly addressed by the PTI design method.
10 DETENTION / RETENTION POND
In general, the purpose of a detention pond is to temporarily store rainfall runoff and release the
water at a controlled rate. Depending on the site, project, global stability considerations,
environmental regulations and owners' expectations, the detention pond may need to have a low
rate of infiltration into the ground.
A detailed hydraulic conductivity (permeability) study was not included in our scope of services;
therefore, the following recommendations should be considered as general guidelines for water
retention, and not as an assurance that the retention pond will maintain a constant water surface
elevation. Rone would be pleased to provide these as additional services if the Owner desires.
If permanent water storage is desired (retention pond), a pond lining will be required. The lining
may consist of clay soils, a synthetic liner, or a combination of these. If a clay liner option is
selected, we recommend the material should have a liquid limit greater than 50 and a plasticity
index greater than 30. Based on the boring results, such materials are available at the site. The
RN E
subgrade preparation and clay liner construction should follow the recommendations in
Section 8 Construction of Subgrade Fills. Liner construction must be conducted wet -of -
optimum moisture contents in construction, with full lift kneading and full compaction with sufficient
compaction energy. The compacted thickness of the liner should be at least 2 feet. Portions of
the clay liner above the permanent water elevation will be subject to typical shrink/swell behavior.
The clay liner should be irrigated to maintain sufficient moisture levels and prevent the liner from
drying and experiencing the formation of shrinkage cracks. The ponds slope should be kept at
3H:1V, or flatter, or as required by the City of Fort Worth.
11 LATERAL EARTH PRESSURES
Retaining walls or below grade walls for swimming pools will be subjected to lateral pressures
from soil backfill. Lateral earth pressures will be influenced by structural design, conditions of the
wall restraint, methods of construction and/or compaction, the type of materials being retained,
and drainage conditions. Walls that will be restrained from movement and rotation (rigid wall)
should be designed using at -rest earth -pressures. The equivalent fluid pressures (triangular
distribution) provided below may be used for horizontal backfill in a drained condition. To design
for a drained condition, the wall must include an adequate drainage system. The provided
equivalent fluid pressures do not include a Factor of Safety and do not provide for dynamic
pressures on the wall.
Figure 4: Lateral Earth Pressure Diagram
For active pressure movement
S =Surcharge � �(0.002 H to 0.004 H)
TS
Horizontal
Finished
Grade
H
. q
I-- p2 p,�
For at -rest pressure
- No Movement Assumed
Horizontal
Finished Grade
I
Retaining Wall
RN E
Material
Free Draining
Granular Soil
On -Site Clay Soil
Table 10: Lateral Earth Pressures
Condition
Equivalent Fluid Pressure, pcf
Undrained
At -Rest, k = 0.45
55
90
Active, k = 0.30
38
81
At -Rest, k = 0.79
100
112
Active, k = 0.67
84
104
Conditions applicable to the table above include:
• A maximum in -situ total unit weight of 125 pcf
• Properly compacted horizontal backfill
• No surcharge loads (construction equipment, pavement, footings, floor slabs, etc.)
The values provided in the table above are for a full "wedge" of material behind the wall, where
the backfill extends horizontally 1 to 2 feet away from the bottom of the wall and then slopes
upward and away from the wall at a slope of 1 H:1 V (horizontal to vertical), or flatter. The location
and magnitude of permanent surcharge loads (if present) should be determined, and additional
pressures generated by these loads should be considered during design. Surcharge loads can
be factored using the appropriate earth -pressure coefficient values provided in the table above.
11.1 Wall Drainage
Retaining walls, or below grade walls should be expected to collect water due to condensation,
surface water infiltration, and other means. Drainage should be provided behind all below grade
walls to reduce the development of hydrostatic pressure and limit saturation of the backfill and
foundation soils. Collector pipes should be placed at or slightly below the bottom level of the wall
to prevent the collection of water in the drainage material beneath the collector pipes. Pipes
should connect to a sump or gravity drainage system to prevent the accumulation of water behind
the walls. Gravity lines should include a backflow preventer to block water from being transmitted
into the drainage layer in the event of flooding near the gravity outfall.
The drainage material should consist of free -draining, clean, granular fill. This material should be
compatible with ASTM C33, sizes 4 through 9. The drainage layer should extend at least 12
inches from the back face of the wall. A geosynthetic wrap should enclose the granular backfill
to reduce the infiltration of fines. The top 2 feet of backfill should consist of clay materials with a
plasticity index of 25 or more, compacted as recommended in the charts based on the zoning
RN E
location, and extending at least 5 feet beyond the wall excavation to reduce surface water
infiltration into the underlying fill.
11.2 Wall Backfill
Free -draining backfill soils should be placed in maximum lifts of 1 foot and lightly consolidated by
use of a small hand -operated compactors or other appropriate methods to adequately compact
the backfill. Heavy compactors and grading equipment should not be allowed to operate within
15 feet of the crest of the wall to avoid developing excessive additional temporary or long-term
lateral soil pressures. If onsite clayey soils are used, these materials should be placed in
maximum 6-inch lifts and compacted as recommended in the charts based on the zoning location.
12 PAVEMENTS
This report includes recommendations for rigid pavements. While some minor differential
movement should be anticipated, if the provisions of this report are strictly adhered to in
construction, the pavement subgrades can be expected to be relatively stable. To the extent the
provisions of this report are not adhered to in construction, increased risk of ground movement
should be expected. Design of the proposed pavement sections should factor the performance
of the subgrade construction provided for in this report.
12.1 Rigid Pavements
This report includes recommendations for rigid pavements. Maintenance requirements over the
life of the pavement are typically much lower for rigid pavements. Rigid pavements tend to be
more durable and require less maintenance after construction, and rehabilitation/reconstruction
of the pavement section is not typically considered a part of the pavement life cycle.
When designing proposed pavement sections, subgrade conditions must be considered, along
with expected traffic use/frequency, pavement type and intended design life. For this project,
applicable traffic loading conditions and pavement design parameters were based on the City of
Fort Worth Pavement Design Manual for an Industrial roadway classifications. A more precise
design can be made if specific traffic loading information is provided. The following information
was used in our analysis:
Table 11: Pavement Design Input Parameters
Item
Value
Roadway Designation
Residential
Annual Equivalent Single Axle Loads (ESALs)
35,000
Annual traffic growth (%)
0.5
Reliability, R (%)
85
Initial serviceability, p°
4.5
Terminal serviceability, pt
2.00
Design life (years)
25
Concrete modulus of rupture, S'c (psi)
620
Concrete modulus of elasticity, Ec (psi)
4,000,000
Standard deviation, S°
0.39
Load transfer coefficient, J
3.0
Drainage coefficient, Cd
1.0
Treated modulus of subgrade reaction, k (pci)
220
The pavement thickness determinations were performed in general accordance with the
"AASHTO Guide for the Design of Pavement Structures 1993 edition" using the WinPAS 12
software from the American Concrete Pavement Association (ACPA). The minimum pavement
sections are presented in the table below.
Table 12: Rigid Pavement Sections
Material Thickness (inches)
Jointed Reinforced Concrete 6
Lime Treated Subgrade 6
The concrete pavement should have between 4 and 6 percent entrained air. We recommend a
minimum concrete compressive strength of 3,600 psi. Hand -placed concrete should have a
maximum slump of 6 inches. A sand leveling course should not be permitted beneath pavements.
All steel reinforcement, dowel spacing/diameter, and pavement joints should conform to City of
Fort Worth standards.
12.2 Pavement Base Course
We recommend 6 inches of treated subgrade beneath concrete pavements. At this time, we
estimate approximately 6 to 8 percent hydrated lime by weight (27 to 36 pounds per square yard
for a 6 inch thickness) will be required to adequately treat the pavement subgrade, though the
actual lime requirement should be determined based on the in -place soil properties and soluble
sulfate levels after the pavement subgrade has reached final grade. Lime treatment should be
RN E
performed in accordance with Rone Specification 400, included in Appendix B. Lime treated
subgrade should have a PI between 7 and 20.
The treated subgrade should extend a minimum of 2 feet outside the curb line. This will improve
the edge support of the pavement and reduce the effects associated with shrinkage during dry
periods. Sand or other granular fill should not be used as a leveling course beneath the pavement,
as these more porous materials increase water migration beneath the pavement, causing heave
and strength loss of the subgrade.
12.3 Pavement Construction and Maintenance Recommendations
It is important that the recommended moisture content and compaction be maintained until the
concrete is placed. Maintenance after construction should include regular observation to identify
and seal cracks. A flexible joint material should be used to seal cracks as they degrade, which
can occur during the design life of pavements.
13 SITE COMPLETION AND MAINTENANCE
13.1 Site Grading and Drainage
The geotechnical design for this project includes a limited assessment of hydrogeologic conditions
and intends to provide for efforts to maintain stable, moist subgrade conditions after construction.
Site grading and drainage should support this intention where possible. Drainage should be
efficient in paved areas and less efficient in lawn and landscape areas. Roof runoff should be
collected by gutters and downspouts, and discharge onto paved areas draining away from the
buildings.
13.2 Landscaping and Irrigation
Subgrade moisture levels should be maintained around the building perimeter before and during
construction. Irrigated landscaping and lawn areas are recommended with even distribution
around the structures. Irrigated areas will serve as supplemental moisture sources surrounding
the foundations and pavement areas. Accordingly, regular and uniform irrigation will be required
in these areas, particularly during dry and hot weather periods.
We do not recommend the use of landscaping against or around the exterior of the foundations, as
landscaped areas can adversely affect subgrade moisture. Landscaped areas can create both
RN E
saturated and desiccated conditions that cause localized differential movements and the formation
of cracks. If used, landscaping should be kept as far away from the foundation as possible and
positive drainage must be maintained. Landscaping elements (such as edging) must not prohibit or
slow the drainage of water. When feasible, irrigation lines and heads should not be placed in close
proximity to the foundation to prevent the collection of water near the foundation or flatwork,
particularly in the event of leaking lines or sprinkler heads.
Trees and large vegetation should not be placed near structures or movement -sensitive flatwork.
The root systems of these plants can remove relatively large quantities of moisture from the subgrade
soils, causing localized soil settlement. The desiccation zone varies by tree size and species, but
trees should generally be set back at least 1'/2 times the mature tree height, and in no cases should
the drip -line of the mature tree extend over or within 15 feet of roof lines.
14 STUDY CLOSURE
The analyses, conclusions and recommendations contained in this report are based on site
conditions as they existed at the time of the field exploration and further on the assumption that
the exploratory borings are representative of the subsurface conditions throughout the site with
little variance beyond that found by the borings. If different subsurface conditions from those
encountered in our borings are observed or appear to be present in excavations, Rone must be
advised promptly so that these conditions can be evaluated and our recommendations can be
reassessed as may be necessary. If there is a substantial lapse of time between submission of
this report and the start of the work at the site, if conditions have changed due either to natural
causes or to construction operations at or adjacent to the site, or if structure locations, structural
loads or finish grades are changed, Rone should be promptly informed and retained if necessary
if the changed conditions warrant review and reassessment.
It is important that Rone be retained to assist in design reviews or review those portions of the
plans and specifications that pertain to earthwork and foundation systems for this particular
project to ensure the plans and specifications are consistent with the controls and
recommendations provided in this report. It is also advised that Rone provide oversight and
monitoring services during construction to ensure that the controls required for design
requirements during earthworks construction are provided correctly and implemented effectively.
R NE
EER��
This report has been prepared for the exclusive use of the client and their designated agents for
specific application to design and construction of this project. We have exercised a degree of
care and skill exceeding that ordinarily exercised under similar conditions by reputable members
of our profession practicing in the same or similar locality. The engineering services and solutions
provided herein are considered advanced, and while design and construction controls are
improved, no warranty, expressed or implied, can be made or intended.
R NE
ENG EERIN'G
es r: aiTz
15 COPYRIGHT 2022 RONE ENGINEERING SERVICES, LTD.
This report provides advanced engineering services, and is in its entirety the sole property of the
Client, Rone Engineering Services, Ltd., and its affiliates. Use of this report is subject to all
applicable copyrights. This report may be used in practice or referenced by any project party as
necessary, solely for the party's role on the project for which this report is prepared. Beyond that
use, no part of this report may be copied, downloaded, transmitted, or otherwise reproduced or
stored, in any form or means, except as permitted in writing by Rone Engineering Services, Ltd.
Each reproduction of any part of this report must include all copyright notices, registered
trademark (0) designations, and non -registered trademark (TM) designations.
CHARTS
21-25640 - Cattleman's Crossing, Fort Worth, TX - Full Site
Moisture -Density -Air -Void Ratio
Chart - CAT 563 Static / Dynamic High Setting, 9" Maximum Loose Lift, Full Soil Range
130 - 0.23 `
�ti, LEGEND
Upper and lower optimum points at full compaction in construction
- 0,31
`, 0 Midpoint optimum at full compaction in construction
Line -of -optimums in construction covering the soil range to 4' design depth
i 2C: - 0.34 Compactor
`�� Predominant soil range to 4' design depth
-
performance
,
Line -of -optimums extension for unexpected soil variation
`,�
- 0.37
across soil range
-----_ ZAV (SG - 2.68 assumed average, based on 2 tests)
% Air Voids (Na)
�s.`
120 - 0.33
- 0.52 Void Ratio (e)
`. - - - - - Design construction range- MC: 14-26%, Max %Air Voids: 7.1%, Min Dry
- 0,42 Avg free swell: 0.8 ±25%
�•,� Density: 94 pcf (designed to encompass SG: 2.65 - 2.70)
115 - 0.45 UCS: "3100 Ibs/ft2 ±20%
•.- _ I '%% Notes:
6'
1. Compactor performance is predetermined with generally good accuracy.
2. Compactor performance and control design is based on limited soil
- D•49
•� samples from on -site borings. These limited samples are assumed to be
representative of the range of soils used for fill construction.
j 110 - 0.52 Maximum % Air Voids: 7.1% / V 4 ter, 3. SC/CL/CH Soil Range:
•, PI Range: 14 - 56 (predominant 21-46)
- 0.56
%Fines Range: 25 - 99% (predominant 56 - 94%)
%Gravel Range: 0-45%(predominant )-17%)
}-� 105 - 059
•. `.� 4. In -Situ moisture range based on data from 10/2021.
N .
Predominant Soil Range:--.. ■, 5. In -Situ gravel is accounted for on this chart.
c
Avg free swell: 1.3 - 1.8 ±25% ��,` 6. Non -cohesive soils are not covered in this
- 0.63
Avg
UCS: -3900 - -6100 Ibs/ft' ±.209/6- •�' plot.
p
7. Free swell does not equate to confined
100 - 0,67
'�� swell.
- 0,72
Avg free swell: 2.1 ±25%
UCS: -3300 Ibs/ft2 ±20% � `•��
95 - 0.76
_ 0.81
Design Moisture Range
iE--------------------- - - - - -- >i `.
i 14.0% - 26.0%
90 - 0.86
' ' �. _ '■. ZAV (2.68)
' Full In -Situ Range '
Predominant In -Situ Moisture ' Full In -Situ Moisture ' ' •_ '•�
----------- - - - - -- ------------=--- i
0.91 (4' design depth)
_
Range (to 4' design depth) Range to 4' design depth
85
0 5
10 15 20 25 30 35
Moisture Content (%)
CHART 1a PROJECT NO: 21-25640
COMPACTION PERFORMANCE AND DESIGN CHART FILE NAME:
�RN�_E
BUILDING AND SUBGRADE RECONSTRUCTION AND GRADE DRAWN BY: GH DATE: 1-28-2022
RAISE FROM CUT AREAS FOR FULL SITE REVISED BY: CJ DATE: 1-28-2022
e v E E R i N e
CATTLEMAN'S CROSSING REVISED BY: DATE:
EST: 7977
Between
BetN. Saginaw Blvd. and US HWY 287
9
Fort Worth, Texas APPROVED BY: CT DATE: 1-28-2022
21-25640 - Cattleman's Crossing, Fort Worth, TX - Full Site
Moisture -Density -Air -Void Ratio Chart - CAT 563 Static / Dynamic High Setting, 9" Maximum Loose Lift, Full Soil Range
125 - 0.34 -•
•
120
115
110
a�
v
0 105
7
100
aj
❑ 95
•
LEGEND
- 0.37'-._
��
•
______ ZAV (SG - 2.68 shown)
•
•
.................. °o Air Voids (N6a)
- 0.39
'••
- 0.52 Void Ratio (e)
�+
I
I Performance range
- 0.42
Min. Moisture Co'ntenf •.(14.'0%) I
., •�
•++
Control Specifications:
�•.. I +,
1.
Performance range requires, and is only valid with, full compaction at wet-of-
- 0•45
�
optimum moisture contents in construction for the range of soils on site.
`�•
l
2.
Fully compact in 9" maximum loose lifts with minimum of 8 compactor passes.
- 0.49
++
3.
Set density meter to 2.68 SG.
�.
4.
Maintain cleaner bar close to the drum.
+`•
5.
Compact with static setting on compactor (vibrator turned off).
- 0.52
++
•' •--
• 6.
Where ravel and sand are resent in lifts, compact with high vibrator setting
g p P g Y g
`
+•+
for the first 4 passes. Compact with static setting thereafter.
- 0.56
`+ 7.
When % air voids exceeds the maximum limit of 7.1%after lifts are fully
Maximum % Air Voids: 7.1%
++•
compacted, the solution is always wetting and recompaction.
- 0.59
(with gauge Setting SG=2.68)
`•+`
8. Moisture changes may only be made before compaction and on
•• scarified lifts.
•+ 9. Compacted lifts must be maintained in wet state after
- 0,63
++++ compaction.
- 0.67
,
•._
- 0.72
- 0.76
0.81
90 - 0.86
0.91
85
80
0.97 Notes:
1. Remove rocks, organics, and identifiable silt before lift placement. 4�
103 2. Compaction controls are based on limited soil samples from on -site borings. These s� "
limited samples are assumed to be representative of the properties of these fill soils.
3. The controls on his chart reflect Family-of-Curv� methods for compaction control. " • :19 11� • .IOC .$%
1, 09
5 10 15 20 25 30 35
TNG OF
E
EST: 1972
Mo[sture Content (%)
CHART 1b PROJECT NO: 21-25640
COMPACTION CONTROL CHART FOR CONSTRUCTION FILE NAME:
BUILDING AND SUBGRADE RECONSTRUCTION AND GRADE DRAWN BY: GH DATE: 1-28-2022
RAISE FROM CUT AREAS FOR FULL SITE REVISED BY: CJ DATE: 1-28-2022
CATTLEMAN'S CROSSING REVISED BY: DATE:
Between N. Saginaw Blvd. and US HWY 287
Fort Worth, Texas APPROVED BY: CT DATE: 1-28-2022
130
125
120
115
a�
0
110
v
0
7
105
a
100
21-25640 — Cattleman's Crossing, Fort Worth, TX — Full Site
Moisture -Density -Air -Void Ratio Chart - D-698 Compaction Range for Full Soil Range
- 0.29
�♦
LEGEND
- 0.31
a
` •. as
Upper and lower optimum points at full compaction in construction
♦�
O Midpoint optimum at full compaction in construction
- 0.34
aaa
Line -of -optimums in construction covering the soil range to 4' design depth
a
♦
Predominant soil range to 4' design depth
- 0.37
as
Line -of -optimums extension for unexpected soil variation
-
a
Corrected/Stabilized __ �.�
- - - - - - ZAV (SG - 2.68 assumed average, based on 2 tests)
039
_
Lab D-698 performance`-..
""""""""" %Air voids (Na)
- 0.42
across soil range
- 0.52 Void Ratio e
a ( )
aaa - - - - - Design construction range - MC: 15.5 - 28.0%, Max % Air Voids: 7.1%, Min Dry
0.45
—
I `♦ Density: 92 pcf (designed to encompass SG: 2.65 - 2.70)
- 0.49
- 0.52
- 0.56
- 0.59
- 0.63
- 0.67
- 0.72
95 - 0.76
- 0.81
90 - 0.86
- 0.91
85 - 0.97
- 1.03
80 - 1,09
0
Notes:
a 1. SC/CL/CH Soil Range:
■
aa` PI Range: 14 - 56 (predominant 21-46)
%Fines Range: 25 - 99% (predominant 56 - 94%)
■a■ %Gravel Range: 0-45%(predominant 1-17%)
■■ 2. In -Situ moisture range based on data from 10/2021.
\ �•� 3. Non -cohesive soils are not covered in this plot.
— - — - \ — - ■ate
Maximum % Air Voids: 7.1% -. ■+�
■
■
•
Design moisture range
iE------------------ -
=---- �•.->� •..-
15.5% - 28.0%
Full In -Situ Range Predominant In -Situ Moisture ' Full In -Situ Moisture•'••.. �•
'E 4 design depth) E Range to 4' design depth) �' Range to 4' design de th ='
-------- - - - - --
R E
ENG EERI NG
Est: 1072
5
10
15 20
Moisture Content (%)
CHART 2a
COMPACTION PERFORMANCE AND DESIGN CHART
UTILITY TRENCH BACKFILL FOR FULL SITE
CATTLEMAN'S CROSSING
Between N. Saginaw Blvd. and US HWY 287
Fort Worth. Texas
=
30
35
PROJECT NO:
21-25640
FILE NAME:
DRAWN BY:
GH
DATE:
1-28-2022
REVISED BY:
CJ
DATE:
1-28-2022
REVISED BY:
DATE:
APPROVED BY:
CT
DATE:
1-28-2022
21-25640 — Cattleman's Crossing, Fort Worth, TX — Full Site
Moisture -Density -Air -Void Ratio Chart — D-698 Compaction Range for Full Soil Range
125
— 0.34 -+
LEGEND
— 0.37 �+
______ ZAV (SG — 2.68 shown)
•
++
.................. °o Air Voids (Na)
120
— 0.39
— a52 Void Ratio (e)
�•+
I Acceptance range
— 0.42 ��
— — —
•� Control Specifications:
115
— 0.45 1.
I
Acceptance range requires, and is only valid with, full compaction at wet -of-
%•
•
optimum moisture contents in construction for the range of soils on site.
+`. 2•
Fully compact in 6" loose lifts.
— 0.49 Min. Moisture Content (15.5%) I 3.
Set density meter to 2.68 SG.
4.
When % air voids exceeds the maximum limit of 7.1%after lifts are fully
110
— 0.52
compacted, the solution is always wetting and recompaction.
�'
�•� 5.
Moisture changes may only be made before compaction and on scarified lifts.
56
ro
1 %%
0
105
— 0.59 � •• ..• +`.
— 0.63 Maximum % Air Voids: 7:1%
`.
(with gauge setting SG=2.68)-.. \ '' •.-
��.
a
100
— 0.67
`
C
❑
— 0.72
❑
95
— 0.76
— 0.82
Min. Dry Density (92.0 pcf)
.
90
— 0,86
-•+'�.�ZAV(2.68)
— 0.91
�.
85
— 0.97
Notes:
- —
�Og
1. Compaction controls are based on limited soil samples from on -site borings. These
— T.03
s' •.-
limited samples are assumed to be representative of the properties of these fill soils.
.
2. The controls on this chart reflect Family-of-Curv� methods for compaction control.
dq ' - . - I� ' ••. Ip' -.,• 8$ "
80
— 1.09 _
5 10 15 20
25 30 35
Moisture Content (%)
CHART 2b
PROJECT NO: 21-25640
COMPACTION CONTROL CHART FOR CONSTRUCTION
R
FILE NAME
UTILITY TRENCH BACKFILL FOR FULL SITE
O�Na
DRAWN BY: GH DATE: 1-28-2022
e N � e CATTLEMAN'S CROSSING
REVISED BY: CJ DATE: 1-28-2022
Between N. Saginaw Blvd. and US HWY 287
REVISED BY: DATE:
E s T: 1 s 7 x
Fort Worth, Texas
APPROVED BY: CT DATE: 1-28-2022
21-25640 - Cattleman's Crossing, Fort Worth, TX - Zone 1
Moisture -Density -Air -Void Ratio Chart - CAT 563 Static / Dynamic High Setting, 9" Maximum Loose Lift, Full Soil Range
130
- 0.23
` �ti� LEGEND
`
+ti Upper and lower optimum points at full compaction in construction
- 0.31
% 0 Midpoint optimum at full compaction in construction
Line -of -optimums in construction covering the soil range to 4' design depth
125
- 0.34
+
` Predominant soil range to 4' design depth
Compactor % Line -of -optimums extension for unexpected soil variation
- 0.37
performance `�, - - - - - - ZAV (SG - 2.68 assumed average, based on 2 tests)
across soil range ��+ .................. %Air Voids (Na)
120
- 0.39
%% - 0.52 Void Ratio (e)
`% - - - - - Design construction range - MC: 13.5 - 24.0%, Max % Air Voids: 6.9%, Min Dry
Density 97 cf (designed to encompass SG: 2.65 - 2.70
)0.42 Avg free swell: 0.8 ±25% %
115
- 0.45
UCS: -3100 Ibs/ft2 ±20% •.- � % Notes:
a�
� +% 1. Compactor performance is predetermined with generally good accuracy.
`% 2. Compactor performance and control design is based on limited soil
- 0.49
`•, samples from on -site borings. These limited samples are assumed to be
o�`�� ., \ `. representative of the range of soils used for fill construction.
Maximum % Air Voids: 6.9%
j 110
- 0.52
_ +3. SC/CL/CH Soil Range:
•% PI Range: 14 - 50 (predominant 16-38)
- 0.56
`1.%Fines Range: 25 - 96% (predominant 52 - 94%)
.. �+ %Gravel Range: 0-45% (predominant 1-20%)
> 105
- 0.59
Predominant Soil Range-:-- `%% 4. In -Situ moisture range based on data from 10/2021.
c
Avg free swell: 1.2 - 1.6 ±25%' •.- `.� 5. In -Situ gravel is accounted for on this chart.
a�
- 0.63
. 6. Non -cohesive soils are not covered in this
Avg UCS: -4300 - -6100 Ibs/ft?...±26%-
plot.
`•�
p�
7. Free swell does not equate to confined
100
- 0,67
'�� swell.
- 0,72
Avg free swell: 2.0 ±25%
l
UCS: -3600 Ibs/ft2 ±20% � `•.�
95
- 0.76
_ 0.81
Design Moisture Range ; �`.■
iE----------------- - - - - -- >,
i 13.5% - 24.0%
90
- 0.86
, r r - .r •■. ZAV (2.68)
'Full In -Situ Range' Predominant In -Situ Moisture ' Full In -Situ Moisture ' '•�
<---------1E--------------------------- >'-- - - - -�' `.
0.91
' (4' design depth): Range (to 4' design depth) ' Range to 4' desi n d.e th ; i •..• �`.�
85
0
5 10 15 20 25 30 35
Moisture Content (%)
CHART 3a PROJECT NO: 21-25640
COMPACTION PERFORMANCE AND DESIGN CHART FILE NAME:
R
E BUILDING AND SUBGRADE RECONSTRUCTION DRAWN BY: GH DATE: 1-28-2022
OPTIONAL CONTROL FOR ZONE 1 REVISED BY: CJ DATE: 1-28-2022
LNG
E E R T N G
CATTLEMAN'S CROSSING REVISED BY: DATE:
EST:
1972 Between N. Saginaw Blvd. and US HWY 287
Fort Worth, Texas APPROVED BY: CT DATE: 1-28-2022
21-25640 - Cattleman's Crossing, Fort Worth, TX - Zone 1
Moisture -Density -Air -Void Ratio Chart - CAT 563 Static / Dynamic High Setting, 9" Maximum Loose Lift, Full Soil Range
130 - 0.29 +
- 0.31
125 - R34
- 0.37 .
120 - 0.39 Min. Moisture
Content (13.5%
- 0.42
115 - 0.45
a�
0
p - 0.49
0 110 - 0.52
- 0.56
105 L 0.59
N
C
p - 0.63
100 - 0.67
- 0.72
95 - 0.76
- 0.81
90 - 0.86
- 0.91
85 - 0.97
+aa LEGEND
•
as ------ ZAV (SG - 2.68 shown)
•
................ %Air Voids (N6a)
+
a+a - a52 Void Ratio (e)
Performance range
+a+a Control Specifications:
�+ 1. Performance range requires, and is only valid with, full compaction at wet -of-
f I ++ optimum moisture contents in construction for the range of soils on site.
+� 2. Fully compact in 9" maximum loose lifts with minimum of 8 compactor passes.
3. Set density meter to 2.68 SG.
a•+ 4. Maintain cleaner bar close to the drum.
5. Compact with static setting on compactor (vibrator turned off).
a `a 6. Where gravel and sand are present in lifts, compact with high vibratory setting
`.` for the first 4 passes. Compact with static setting thereafter.
`a 7. When % air voids exceeds the maximum limit of 6.9% after lifts are fully
�•ti compacted, the solution is always wetting and recompaction.
`. 8. Moisture changes may only be made before compaction and on
Maximum % Air Voids: 6.9% scarified lifts.
(with gauge setting SG=2.68) 9. Compacted lifts must be maintained in wet state after compaction.
Notes: - - ��• 2AV {2.6$}
1. Remove rocks, organics, and identifiable silt before lift placement.
2. Compaction controls are based on limited soil samples from on -site borings. These
limited samples are assumed to be representative of the properties of these fill soils. 1
3. The controls on this chart reflect Family -of -Curve methods for compaction control. 14 ' • ,�2� ' •. job'
5 10
/R NE
ENG EERING
EST: IR72
15 20 25
Moisture Content
CHART 3b
COMPACTION CONTROL CHART FOR CONSTRUCTION
BUILDING AND SUBGRADE RECONSTRUCTION
OPTIONAL CONTROL FOR ZONE 1
CATTLEMAN'S CROSSING
Between N. Saginaw Blvd. and US HWY 287
Fort Worth, Texas
Elm
35
PROJECT NO:
21-25640
FILE NAME:
DRAWN BY:
GH DATE: 1-28-2022
REVISED BY:
CJ DATE: 1-28-2022
REVISED BY:
DATE:
APPROVED BY:
CT DATE: 1-28-2022
21-25640 — Cattleman's Crossing, Fort Worth, TX — Zone 1
Moisture -Density -Air -Void Ratio Chart — D-698 Compaction Range for Full Soil Range
130 = 0.29 +t• LEGEND
• Upper and lower optimum points at full compaction in construction
+
- 0,31 `_ ••• 0 Midpoint optimum at full compaction in construction
'• Line -of -optimums in construction covering the soil range to 4' design depth
•
125 - 0.34 `� Predominant soil range to 4' design depth
••� Line -of -optimums extension for unexpected soil variation
- 0.37 Corrected/Stabilized - - - - - - ZAV (SG - 2.68 assumed average, based on 2 tests)
�%� s`
Lab D-698 performance `� """"""""" %Air Voids (Na)
120 - 0.39 '•` - 0.52 Void Ratio (e)
across soil range
� - - - - - Design construction range - MC: 15-27%, Max %Air Voids: 6.9%, Min Dry
- 0.42 j �* Density: 94 pcf (designed to encompass SG: 2.65 - 2.70)
J& 115 - 0.45
0
- 0.49
j 110 - 0.52
- 0.56
a
}-� 105 - 0.59
c
a�
- 0.63
0
100 - 0.67
0.72
95 - 0.76
- 0.81
90 - 0.86
- 0.91
+
Notes:
• 1. SC/CL/CH Soil Range:
+
•• PI Range: 14-50(predominant 16-38)
+�% %Fines Range: 25 - 96% (predominant 52 - 94%)
%— — •� %Gravel Range:0-45%(predominant 1-20%)
2. In -Situ moisture range based on data from 10/2021.
3. Non -cohesive soils are not covered in this plot.
Maximum % Air Voids: 6.9%.� - ®� '•�
i ti• ;•
Design moisture range'' •.. �'' -. �'
ZAV (2.68)
'Full In -Situ Range' Predominant In -Situ Moisture ' Full In-Situ-Moisture
<---------'E--------------------- - - - - -- >'-------- - - - - -- - �.. `•
' (4' design depth); Range (to 4' design depth) ' Range to 4' desi n de th
85 - 0:97--I ' �9� ?2�t ?�� s% 4t2 -
0 5
R JFNG
E N G E
EST- i9T2
10 15 20
Moisture Content (%)
CHART 4a
COMPACTION PERFORMANCE AND DESIGN CHART
UTILITY TRENCH BACKFILL
OPTIONAL CONTROL FOR ZONE 1
CATTLEMAN'S CROSSING
Between N. Saginaw Blvd. and US HWY 287
Fort Worth, Texas
25
30
35
PROJECT NO:
21-25640
FILE NAME:
DRAWN BY:
GH
DATE:
1-28-2022
REVISED BY:
CJ
DATE:
1-28-2022
REVISED BY:
DATE:
APPROVED BY:
CT
DATE:
1-28-2022
21-25640 — Cattleman's Crossing, Fort Worth, TX — Zone 1
Moisture -Density -Air -Void Ratio Chart — D-698 Compaction Range for Full
Soil Range
125
— 0.34
-+
LEGEND
— 0.37
�+
______ ZAV (SG — 2.68 shown)
+
++
.................. % Air Voids (Na)
120
— 0.39
— 0.52 Void Ratio (e)
�•
��---�
i I Acceptance range
— 0.42
Control Specifications:
`•`
1. Acceptance range requires, and is only valid with, full compaction at wet -of -
— 0.45
Min. Moisture Content (15.0%)
Min.
•�
`+�
optimum moisture contents in construction for the range of soils on site.
2. Fully compact in 6" loose lifts.
— 0.49
`�
`+%
3. Set density meter to 2.68 SG.
4. When % air voids exceeds the maximum limit of 6.9%after lifts are fully
110
— 0.52
+.�
compacted, the solution is always wetting and recompaction.
5. Moisture changes may only be made before compaction and on scarified lifts.
o
0,56
0
105
— 0.59
Maximum % Air Voids: 6.9%
•`.
(with gauge setting SG=2.68)
1,
��•�
— 0.63
�
V
�••.
100
- 0.67
❑
95
— 0.76
Min. Dry Density (94.0 pcf)
— 0,81
90
— 0,86
•`►
�.� ZAV (2.68)
— 0.91
_ rr
`-
85
— 0.97
Notes:
- —
�Og
— T.03
1. Compaction controls are based on limited soil samples from on -site borings. These
s'' •.-
limited samples are assumed to be representative of the properties of these fill soils.
2. The controls on this chart reflect Family-of-Curv� methods for compaction control.
dq'' - . - I� ' ••. Ip' -.,• 8$ "
80
— 1.09
5
10 15 20
25 30 35
Moisture Content (%)
CHART4b
PROJECT NO:
21-25640
COMPACTION CONTROL CHART FOR CONSTRUCTION
FILE NAME:
R ONr,
UTILITY TRENCH BACKFILL
DRAWN BY:
GH DATE: 1-28-2022
)
OPTIONAL CONTROL FOR ZONE 1
REVISED BY:
CJ DATE: 1-28-2022
E N G E
CATTLEMAN'S CROSSING
REVISED BY:
DATE:
Between N. Saginaw Blvd. and US HWY 287
Fort Worth, Texas
APPROVED BY:
CT DATE: 1-28-2022
21-25640 - Cattleman's Crossing, Fort Worth, TX - Zone 2
Moisture
-Density -Air -Void Ratio Chart - CAT 563 Static / Dynamic High Setting, 9" Maximum Loose Lift, Full Soil Range
130 - 0.29
♦ti♦ LEGEND
♦♦ Upper and lower optimum points at full compaction in construction
- 0.32
♦♦ 0 Midpoint optimum at full compaction in construction
Line -of -optimums in construction covering the soil range to 4' design depth
125 - 0.34
`♦ _ Predominant soil range to 4' design depth
`% Line -of -optimums extension for unexpected soil variation
- 0,37
♦
�♦ - - - - - - ZAV (SG - 2.68 assumed average, based on 2 tests)
♦
Compactor ♦♦ .................. %Air Voids (Na)
127 - 0.39
performance `.♦ - 0.52 Void Ratio (e)
across soil range - - - - - Design construction range - MC: 14.5-27.0%, Max %Air Voids: 7.2%, Min Dry
- 0.42
I' .• `+, Density: 93 pcf (designed to encompass SG: 2.66-2.70)
6'
115 - 0.45
♦
_ �.. '♦ Notes:
Avg free swell: 0.9 ±25% `♦ 1. Compactor performance is predetermined with generally good accuracy.
.0
UCS: -4100 Ibs/ft2 ±20% %♦ 2. Compactor performance and control design is based on limited soil
- 0.49
♦♦ samples from on -site borings. These limited samples are assumed to be
♦tom
representative of the range of soils used for fill construction.
0
110 - 0.52
`♦ 3. SC/CL/CH Soil Range:
o o / "� ` ♦`♦ PI Range: 19 - 56 (predominant 28-52)
Maximum / Air Voids: 7.2/ •,
- 0.56
%Fines Range: 30-99%(predominant 62-96%)
'\ •
♦♦ %Gravel Range: 0 - 41% (predominant 2 - 16%)
}-�
105 - 0.59
- 4. In -Situ moisture range based on data from 10/2021.
v 5. In -Situ gravel is accounted for on this chart.
♦��`
-
Predominant Soil Range: 6. Non -cohesive soils are not covered in this
0.63
Avg free swell: 1.5 -1.9 ±25%-. •�' plot.
❑
7. Free swell does not equate to confined
Avg UCS: -3600 - -6100 Ibs/ft2 ±20% `
100 - 0.67
swell.
- 0.72
'•
Avg free swell: 2.1 ±25%
95 - 0.76
Sk
UCS: -3300 Ibs/ft2 ±20% � ' -., �•�
_ 0.81
Design Moisture Range I , - - -i - - - �`•.
�E-----------------------------1 •.
I 14.5% - 27.0%
90 - 0.86
_i-•--, _ _
' I �- _ 1`. 2AV (2.68)
' Full In -Situ Moisture I Predominant In -Situ Moisture ' FUi4.l-n-Situ, Moisture' -. ' ' `•�
'E-------------------'E------------------------->'---------=----�--'
���.
- 0.92
; Range (4' design depth) Range (to 4' design depth) ; Range (to 4' .design. depth) '' •
I I I : q o - 12 0 .. d0 � . ayo'•'+-,• G�-'•-.-• _4�'-•-.• d�`I
85 - 0.97
ci
5. 15 20 - 30 35
Moisture Content (%)
CHART 5a PROJECT NO: 21-25640
COMPACTION PERFORMANCE AND DESIGN CHART FILE NAME:
IR
E BUILDING AND SUBGRADE RECONSTRUCTION DRAWN BY: GH DATE: 1-28-2022
G
E E R I N 6 OPTIONAL CONTROL FOR ZONE 2 REVISED BY: CJ DATE: 1-28-2022
CATTLEMAN'S CROSSING REVISED BY: DATE:
EST:
1 B 72 Between N. Saginaw Blvd. and US HWY 287
Fort Worth, Texas APPROVED BY: CT DATE: 1-28-2022
21-25640 - Cattleman's Crossing, Fort Worth, TX - Zone 2
Moisture -Density -Air -Void Ratio Chart - CAT 563 Static / Dynamic High Setting, 9" Maximum Loose Lift, Full Soil Range
125 - 0.34 -+
•
` LEGEND
0.37'-._ �� ______ ZAV (SG - 2.68 shown)
•
•
.................. %Air Voids (N6a)
•
120 - 0.39 ''+• _0.52 Void Ratio (e)
�• i I Performance range
- 0.42 '�---�
Min. Moi.stur'eContent (14.5%)- '•+ Control Specifications:
115 - 0.45 I ++ 1. Performance range requires, and is only valid with, full compaction at wet -of- `!
� optimum moisture contents in construction for the range of soils on site.
••� 2. Fully compact in 9" maximum loose lifts with minimum of 8 compactor passes.
- 0.49 `� 3. Set density meter to 2.68 SG.
�+ 4 Maintain cleaner bar close to the drum
110 - D.52
a�
v_
- 0.56
0 105 - 0.59
7
- 0,63
V
100 - 0.67
N
C
O - 0.72
z
❑ 95 - 0.76
- 0.81
90 - 0.86
- 0.91
85
80
+. 5. Compact with static setting on compactor (vibrator turned off).
6. Where gravel and sand are present in lifts, compact with high vibratory setting
�.� for the first 4 passes. Compact with static setting thereafter.
-'S `. 7. When % air voids exceeds the maximum limit of 7.2%after lifts are
•
`• fully compacted, the solution is always wetting and recompaction.
Maximum %Air Voids: 7.2% * �•� 8. Moisture changes may only be made before compaction
(with gauge Setting SG=2.68) _ `` _ and on scarified lifts.
0.97 Notes:
1. Remove rocks, organics, and identifiable silt before lift placement. 4
103 2. Compaction controls are based on limited soil samples from on -site borings. These sa
limited samples are assumed to be representative of the properties of these fill soils.
3. The controls on this chart reflect Family-of-Curv� methods for compaction control. " • :19 �2� I0� ��
1,09 -
5 10
i5 20 25
30
35
Mo[sture Content (%)
CHART 5b
PROJECT NO:
21-25640
COMPACTION CONTROL CHART FOR CONSTRUCTION
FILE NAME:
O�NG
BUILDING AND SUBGRADE RECONSTRUCTION
DRAWN BY:
GH DATE:
1-28-2022
9-G1
OPTIONAL CONTROL FOR ZONE 2
REVISED BY:
CJ DATE:
1-28-2022
E s T: 1 9 7 z
CATTLEMAN'S CROSSING
Between N. Saginaw Blvd. and US HWY 287
Fort Worth, Texas
REVISED BY:
APPROVED BY:
DATE:
CT DATE:
1-28-2022
21-25640 — Cattleman's Crossing, Fort Worth, TX — Zone 2
Moisture
-Density -Air -Void Ratio Chart — D-698 Compaction Range for Full Soil Range
125 — 0.34
% LEGEND
•• Upper and lower optimum points at full compaction in construction
— 0,37
♦% O Midpoint optimum at full compaction in construction
`• Line -of -optimums in construction covering the soil range to 4design depth
120 — 0.39
•
•• �; Predominant soil range to 4' design depth
`•\ Line -of -optimums extension for unexpected soil variation
- 0.42
Corrected/Stabilized-.j�--1 ` _ `�♦ -----' ZAV (SG — 2.68 assumed average, based on 2 tests)
Lab D-698 performance """""'••••••• %Air Voids (Na)
\•\
115 — 0.45
— 0.52 Void Ratio (e)
across soil range
`\- — — — — Design construction range — MC: 16.5-29.0%, Max %Air Voids: 7.2%, Min Dry
— 0,49
I ♦\ Density: 90 pcf (designed to encompass SG: 2.66 — 2.70)
•
a�
110 — 0.52
\
' + Notes:
`•`
1. SC/CL/CH Soil Range:
PI Range: 19 — 56 (predominant 28-52)
— 0.56
`•� %Fines Range: 30-99%(predominant 62-96%)
"a
`• %Gravel Range: 0-41% (predominant 2 —16%)
0
105 — 0.59
, - `♦ 2. In -Situ moisture range based on data from 10/2021.
+`•
3. Non -cohesive soils are not covered in this plot.
— 0.63
Maximum % Air Voids: 7.2% ��� `••
0,67
++
C
�+
❑
— 0.72
\ ■\
■
95 — 0.76
+\�
+
— 0.81
■
+■
90 0,86
— 0,91
; Design moisture range ' ''~• ►�
E---------------------- ---.--_.--->
16.5% — 29.0% ;
85 — 0.97
Full In -Situ Moisture Predominant In -Situ Moisture ' Full In -Situ Moisture 1
s
Range.depth) Range (4' design depth) (to 4' de depth) Range (to 4' design '; •.•:
80 �1.09
0
5 10 15 20 25 30 35
Moisture Content (%)
— CHART 6a PROJECT NO: 21-25640
COMPACTION PERFORMANCE AND DESIGN CHART FILE NAME:
qNG
N E UTILITY TRENCH BACKFILL DRAWN BY: GH DATE: 1-28-2022
OPTIONAL CONTROL FOR ZONE 2 REVISED BY: CJ DATE: 1-28-2022
ERINGCATTLEMAN'S CROSSING REVISED BY: DATE:
Fs, :
1 � - ,, Between N. Saginaw Blvd. and US HWY 287
Fort Worth. Texas APPROVED BY: CT DATE: 1-28-2022
21-25640 — Cattleman's Crossing, Fort Worth, TX — Zone 2
Moisture -Density -Air -Void Ratio Chart - D-698 Compaction Range for Full Soil Range
120
- 0.39
LEGEND
- 0.42 `�,
- - - - - - ZAV (SG - 2.68 shown)
.................. %Air Voids (Na)
115
- 0.45 '�
- 0.52 Void Ratio (e)
Acceptance range
- 0.49 t Control Specifications:
Min. Moisture.Coritent (.16.5%) I �•�
1.
Acceptance range requires, and is only valid with, full compaction at wet -of-
optimum moisture contents in construction for the range of soils on site.
110
- 0.52 '•` 2.
Fully compact in 6" loose lifts.
•� 3.
'%
Set density meter to 2.68 SG.
- 0.56 4.
`•�
When % air voids exceeds the maximum limit of 7.2%after lifts are fully
compacted, the solution is always wetting and recompaction.
.•
•% 5.
Moisture changes may only be made before compaction and on scarified lifts.
v_
105
- 0.59 `.
; `•
- 0.63
j
Maximum % Air Voids: 7.2% ''•., �•�
100
— 0.67 (with gauge setting SG=2.68)' •-. ��*
IS
+
- 0,72
N
C
`+`
95
- 0.76
�•�
- 0,81
N `.
90
— 0.86 Min. Dry Density (90.0 pcf)
> -
0,91
Notes:
+
`•� ZAV (2.68)
- 1,03 1. Compaction controls are based on limited soil samples from on -site borings. These
limited samples are assumed to be representative of the properties of these fill soils.+�
2. The controls on this chart reflect Familrf-Curve methods for compaction control.
jQ '' --, �2ys' •-• gyp ' --- 8� •., G -.. '' ..- 2 +1
80
- 1,09 ]
—.-
5 10 15 20 25
30 35 40
Moisture Content%}
CHART 6b
PROJECT NO: 21-25640
COMPACTION CONTROL CHART FOR CONSTRUCTION FILE NAME:
UTILITY TRENCH BACKFILL
R N E
DRAWN BY: GH DATE: 1-28-2022
OPTIONAL CONTROL FOR ZONE 2
REVISED BY: CJ DATE: 1-28-2022
e N e e R N c CATTLEMAN'S CROSSING
REVISED BY: DATE:
Between N. Saginaw Blvd. and US HWY 287
EST- 1972 Fort Worth, Texas
APPROVED BY: CT DATE: 1-28-2022
R NE
E N G E E R I N G
RECT'" Compaction Design Report
Project Number: 21-25640 Fill: Foundation Report Number: 25640-01
Project Name: Cattleman's Crossing Remarks: Subgrade Reconstruction Report Date: 1/27/2022
Project Owner: Ashton Woods - Dallas Division Produced By: Gary Hougardy
Control Specifications and References
Lift Properties at 95% Compaction on Construction Curve t
Min % of Max Dry Density 95%
Dry Side' Wet Side' Tolerance
Resilient Modulus Method AASHTO
w (%)
10.1 14.7 f1% MC
Compacted Fill Property Requirements
y (Ibs/ft3)
114.2 114.2 f1.8%
Air Voids Percentage 6.9%
S (%)
59.0 85.6 f3%
Factor of Safety 1.5
e
0.46 0.46 f3%
Na (%)
12.9 4.5 f3%
Design Compaction Conditions
w Potential (%)
+7.0 +2.5 f3%
Loose Lift Thickness (in) 9
UCS (Ibs/ft2)
ASTM D 2166 5,687 4,708 ±20%
Compactor CAT 563 Dynamic High
c (Ibs/ft2)
ASTM D 2850 1,687 1,516 ±10%
USCS Classification CL Ranges
0 (o)
ASTM D 2850 29 24 ±10%
Specific Gravity 2.67 2.65 - 2.70
Free Swell (%)
ASTM D 4546 2.4 1.2 ±25%
Liquid Limit (%) 34 32 - 36
CBR* (%)
Soaked 1.1 3.7 ±10%
Plasticity Index (%) 16 14 - 18
CBR* (%)
Unsoaked 35.9 8.3 ±10%
Plastic Limit (%) 18
Res Mod (Ibs/in2)
Soaked 1,632 5,490 ±10%
% Fines (Passing #200) 52 48 - 54
Res Mod (Ibs/in2)
Unsoaked 25,282 9,882 ±10%
% Gravel (Retained #4) 4 3 - 19
% Sand (Passing #4) 43 27 - 49
Construction Control Specifications
Minimum % of Maximum Dry Densitv
*�
Construction Curve 95%
`
Wet -of -Optimum Moisture Ranae for 95%
+`
11.8% - 14.7% (t1% MC)
Lift Construction Curve
Minimum # of Roller Passes
LJ - 11. g Ott ••
7 (Equiv 4 roundtno passes, full lift coverage required)
= 120-2 lbs/ ft'
i
�'•�
Compaction curves should be obtained
i
regularly with changes in material index
properties and upon change in color or
texture for effective construction control.
-95C cognRaction
s------- ----------1-----------
`. -
M-D probe depths should be centered on
3 114-2 lb TC
-,
the center of the compacted lift.
i
- * 4
t c and m - Unsaturated triaxial test, total stress soil parameter.
`
UCS - Unconfined Compressive Strength.
1 0 -
.
Measured values include a, y, UCS, c, m Free Swell, and CBR
(soaked and unsoaked). Calculated values include S, e, Na, m
Potential, and Resilient Modulus (soaked and Unsoaked).
Wet side permeability in field not factored in Free Swell test
condition.
* CBR based on field compacted state.
1 Properties represent average values.
4 I
Soil Sample Date: 9/28/2021
i
Loc: On -site, Zone 1
Desc: Upper -bound, predominant soil range
. 111-8�k 114.74fc
Authorization By:
oistlrre Content, w (envI
Print Name:
Graphics powered byMathematica Date: Firm Reg.#:
Use of this Compaction Design Report ("CDR") is subject to all copyrights and shall comply with the terms and conditions of all software licenses applicable to the generation of this report. This CDR may be
used in practice solely for design analysis purposes for the above fill lift ("Fill') and Project, and the use of this CDR for any other use or fill lift other than that Fill or for any purpose is not permitted. This report
applies only to lifts compacted over stiff and well -compacted lifts and subgrades. No part of this CDR may be copied, downloaded, stored in a retrieval system, further transmitted, or otherwise reproduced,
stored, disseminated, transferred, or used, in any form or by any means, except as permitted in writing
by Rone Engineering Services, Ltd. Each reproduction of any part of this CDR must contain all copyright
notices and registered trademark designations (®) and non -registered trademark designations
Version: 2.31.1 - 7.2
PLATE A.116a
R NE
RECT'" Compaction Design Report
Project Number: 21-25640 Fill: Foundation Report Number: 25640-02
Project Name: Cattleman's Crossing Remarks: Subgrade Reconstruction Report Date: 1/27/2022
Project Owner: Ashton Woods - Dallas Division Produced By: Gary Hougardy
Control Specifications and References
Lift Properties at 95% Compaction on Construction Curve t
Min % of Max Dry Density 95%
Dry Side' Wet Side' Tolerance
Resilient Modulus Method AASHTO
(%)
17.1 21.1 t1% MC
Compacted Fill Property Requirements
y (Ibs/ft3)
99.8 99.8 f1.9%
Air Voids Percentage 6.9%
S (%)
67.6 83.5 f3%
Factor of Safety 1.0
a
0.68 0.68 f3%
Na (%)
13.1 6.7 f3%
Design Compaction Conditions
w Potential (%)
+8.2 +4.2 f3%
Loose Lift Thickness (in) 9
UCS (Ibs/ft2)
ASTM D 2166 4,535 4,559 ±20%
Compactor CAT 563 Static
c (Ibs/ft2)
ASTM D 2850 1,488 1,692 ±10%
USCS Classification CH Ranges
0 (o)
ASTM D 2850 23 17 ±10%
Specific Gravity 2.68 2.65 - 2.70
Free Swell (%)
ASTM D 4546 4.5 1.6 ±25%
Liquid Limit (%) 60 58 - 62
CBR* (%)
Soaked 0.7 2.7 ±10%
Plasticity Index (%) 38 36 - 40
CBR* (%)
Unsoaked 19.5 4.7 ±10%
Plastic Limit (%) 22
Res Mod (Ibs/in2)
Soaked 1,054 4,016 ±10%
% Fines (Passing #200) 94 92 - 96
Res Mod (Ibs/in2)
Unsoaked 17,100 6,842 ±10%
% Gravel (Retained #4) 0 0-0
% Sand (Passing #4) 6 4-8
Construction Control Specifications
*
Minimum % of Maximum Dry Density
_ - - - - -
•,
"4
_ �-
Construction Curve 95%
A
�*
Wet -of -Optimum Moisture Ranae for 95%
"-t
18.3% - 21.1% (t1% MC)
Lift Construction Curve
Minimum # of Roller Passes
LJ - 15. 3 % `,
8 (Equiv 4 roundtrip passes, full lift coverage required)
Compaction curves should be obtained
-�
r
regularly with changes in material index
I
properties and upon change in color or
texture for effective construction control.
icy -95Nc campactian _- 1
---�------•--•-
.99.8 tbs;. T _ 1
`•
`, ~.
M-D probe depths should be centered on
1
the center of the compacted lift.
. 1
t c and m - Unsaturated triaxial test, total stress soil parameter.
UCS - Unconfined Compressive Strength.
Measured values include a, y, UCS, c, m Free Swell, and CBR
a
(soaked and unsoaked). Calculated values include S, e, Na, m
iPotential,
and Resilient Modulus (soaked and Unsoaked).
Wet side permeability in field not factored in Free Swell test
1
condition.
CBR based on field compacted state.
1 Properties represent average values.
I
Soil Sample Date: 10/21/2021
1
Loc: On -site, Zone 1
Desc: Lower -bound, predominant soil range
�18.3% 12L.I%
20
-
Authorization By:
aisttae Cantmt, W (Ckc)
Print Name:
Graphics powered byMathematica Date: Firm Reg.#:
Use of this Compaction Design Report ("CDR") is subject to all copyrights and shall comply with the terms and conditions of all software licenses applicable to the generation of this report. This CDR may be
used in practice solely for design analysis purposes for the above fill lift ("Fill') and Project, and the use of this CDR for any other use or fill lift other than that Fill or for any purpose is not permitted. This report
applies only to lifts compacted over stiff and well -compacted lifts and subgrades. No part of this CDR may be copied, downloaded, stored in a retrieval system, further transmitted, or otherwise reproduced,
stored, disseminated, transferred, or used, in any form or by any means, except as permitted in writing
by Rone Engineering Services, Ltd. Each reproduction of any part of this CDR must contain all copyright
notices and registered trademark designations (®) and non -registered trademark designations
Version: 2.31.1 - 7.2
PLATE A.116b
R NE
Project Number: 21-25640
Project Name: Cattleman's Crossing
Project Owner: Ashton Woods - Dallas Division
Control Specifications and References
Min % of Max Dry Density 95%
Resilient Modulus Method AASHTO
Compacted Fill Property Requirements
Air Voids Percentage 7.2%
Factor of Safety 1.6
Design Compaction Conditions
Loose Lift Thickness (in) 9
Compactor
CAT 563 Dynamic High
USCS Classification
SC
Ranges
Specific Gravity
2.66
2.66 - 2.70
Liquid Limit (%)
33
31 - 35
Plasticity Index (%)
19
17 - 21
Plastic Limit (%)
14
% Fines (Passing #200)
30
26 - 32
% Gravel (Retained #4)
4
4 - 38
% Sand (Passing #4)
66
30 - 70
RECT'" Compaction Design Report
Fill: Foundation Report Number: 25640-03
Remarks: Subgrade Reconstruction Report Date: 1/27/2022
Produced By: Gary Hougardy
Lift Properties at 95% Compaction on Construction Curve t
Dry Side'
Wet Side'
Tolerance
(%)
10.4
14.6
t1% MC
y (Ibs/ft3)
114.2
114.2
f2.0%
S (%)
60.9
85.9
f3%
e
0.45
0.45
t3%
Na (%)
12.2
4.4
f3%
co Potential (%)
+6.7
+2.4
f3%
UCS (Ibs/ft2)
ASTM D 2166
4,952
4,099
±20%
c (Ibs/ft2)
ASTM D 2850
1,476
1,321
±10%
0 (°)
ASTM D 2850
28
24
±10%
Free Swell (%)
ASTM D 4546
2.2
0.9
±25%
CBR* (%)
Soaked
1.0
4.2
±10%
CBR* (%)
Unsoaked
41.3
7.4
±10%
Res Mod (Ibs/in2)
Soaked
1,436
6,421
±10%
Res Mod (Ibs/in2)
Unsoaked
27,664
9,188
±10%
5
4 I
_ . C.ocsr. Curve 1■■■■■
4
rt
Lift t Gnstructiau Curse
_N'Iaist e Cantmt, W (arc)
Graphics powered by Mathematica
Construction Control Specifications
Minimum % of Maximum Dry Density
Construction Curve 95%
Wet -of -Optimum Moisture Ranae for 95%
11.9% - 14.6% (t1% MC)
Minimum # of Roller Passes
7 (Equiv 4 roundtno passes, full lift coverage required)
Compaction curves should be obtained
regularly with changes in material index
properties and upon change in color or
texture for effective construction control.
M-D probe depths should be centered on
the center of the compacted lift.
t c and m - Unsaturated triaxial test, total stress soil parameter.
UCS - Unconfined Compressive Strength.
Measured values include u, y, UCS, c, m Free Swell, and CBR
(soaked and unsoaked). Calculated values include S, e, Na, m
Potential, and Resilient Modulus (soaked and Unsoaked).
Wet side permeability in field not factored in Free Swell test
condition.
* CBR based on field compacted state.
1 Properties represent average values.
Soil Sample Date: 10/21/2021
Loc: On -site, Zone 2
Desc: Upper -bound, full soil range
Authorization By:
Print Name:
Date: Firm Reg.#:
Use of this Compaction Design Report ("CDR") is subject to all copyrights and shall comply with the terms and conditions of all software licenses applicable to the generation of this report. This CDR may be
used in practice solely for design analysis purposes for the above fill lift ("Fill') and Project, and the use of this CDR for any other use or fill lift other than that Fill or for any purpose is not permitted. This report
applies only to lifts compacted over stiff and well -compacted lifts and subgrades. No part of this CDR may be copied, downloaded, stored in a retrieval system, further transmitted, or otherwise reproduced,
stored, disseminated, transferred, or used, in any form or by any means, except as permitted in writing by Rone Engineering Services, Ltd. Each reproduction of any part of this CDR must contain all copyright
notices and registered trademark designations (®) and non -registered trademark designations
Version: 2.31.1 - 7.2
PLATE A.116c
R NE
Project Number: 21-25640
Project Name: Cattleman's Crossing
Project Owner: Ashton Woods - Dallas Division
Control Specifications and References
Min % of Max Dry Density 95%
Resilient Modulus Method AASHTO
Compacted Fill Property Requirements
Air Voids Percentage 7.2%
Factor of Safety 1.0
Design Compaction Conditions
Loose Lift Thickness (in) 9
Compactor
CAT 563 Static
USCS Classification
CH
Ranges
Specific Gravity
2.69
2.66 - 2.70
Liquid Limit (%)
74
72 - 76
Plasticity Index (%)
52
50 - 54
Plastic Limit (%)
22
% Fines (Passing #200)
96
94 - 98
% Gravel (Retained #4)
0
0-0
% Sand (Passing #4)
4
2-6
1-Da -
RECT'" Compaction Design Report
Fill: Foundation Report Number: 25640-04
Remarks: Subgrade Reconstruction Report Date: 1/27/2022
Produced By: Gary Hougardy
Lift Properties at 95% Compaction on Construction Curve t
Dry Side'
Wet Side'
Tolerance
(%)
19.9
23.9
t1% MC
y (Ibs/ft3)
94.9
94.9
f1.9%
S (%)
69.6
83.8
f3%
e
0.77
0.77
t3%
Na (%)
13.2
7.1
f3%
co Potential (%)
+8.7
+4.6
f3%
UCS (Ibs/ft2)
ASTM D 2166
3,795
3,751
±20%
c (Ibs/ft2)
ASTM D 2850
1,278
1,445
±10%
0 (°)
ASTM D 2850
22
15
±10%
Free Swell (%)
ASTM D 4546
5.3
1.9
±25%
CBR* (%)
Soaked
0.5
2.4
±10%
CBR* (%)
Unsoaked
14.0
3.4
±10%
Res Mod (Ibs/in2)
Soaked
800
3,654
±10%
Res Mod (Ibs/in2)
Unsoaked
13,839
5,071
±10%
'4 L
•« - CV1t8[. + wee 1■■■■
'«-- - - - -- 7-kv
«
k«`
Lift Construction Curve
ca : i 1-ffc
y 99_9lbs/ft-
-Moisture Co4ltent, ra (%)
K
Graphics powered by Mathematica
Construction Control Specifications
Minimum % of Maximum Dry Density
Construction Curve 95%
Wet -of -Optimum Moisture Ranae for 95%
21.0% - 23.9% (t1% MC)
Minimum # of Roller Passes
8 (Equiv 4 roundtrip passes, full lift coverage required)
Compaction curves should be obtained
regularly with changes in material index
properties and upon change in color or
texture for effective construction control.
M-D probe depths should be centered on
the center of the compacted lift.
t c and m - Unsaturated triaxial test, total stress soil parameter.
UCS - Unconfined Compressive Strength.
Measured values include u, y, UCS, c, m Free Swell, and CBR
(soaked and unsoaked). Calculated values include S, e, Na, m
Potential, and Resilient Modulus (soaked and Unsoaked).
Wet side permeability in field not factored in Free Swell test
condition.
* CBR based on field compacted state.
1 Properties represent average values.
Soil Sample Date: 10/21/2021
Loc: On -site, Zone 2
Desc: Lower -bound, predominant soil range
Authorization By:
Print Name:
Date: Firm Reg.#:
Use of this Compaction Design Report ("CDR") is subject to all copyrights and shall comply with the terms and conditions of all software licenses applicable to the generation of this report. This CDR may be
used in practice solely for design analysis purposes for the above fill lift ("Fill') and Project, and the use of this CDR for any other use or fill lift other than that Fill or for any purpose is not permitted. This report
applies only to lifts compacted over stiff and well -compacted lifts and subgrades. No part of this CDR may be copied, downloaded, stored in a retrieval system, further transmitted, or otherwise reproduced,
stored, disseminated, transferred, or used, in any form or by any means, except as permitted in writing by Rone Engineering Services, Ltd. Each reproduction of any part of this CDR must contain all copyright
notices and registered trademark designations (®) and non -registered trademark designations
Version: 2.31.1 - 7.2
PLATE A.116d
R NE
Project Number: 21-25640
Project Name: Cattleman's Crossing
Project Owner: Ashton Woods - Dallas Division
Control Specifications and References
Min % of Max Dry Density 96%
Lab Reference Standard ASTM D 698 (SP)
Resilient Modulus Method AASHTO
Compacted Fill Property Requirements
Air Voids Percentage 7.2%
Factor of Safety 1.0
Design Compaction Conditions
Loose Lift Thickness (in) 9
Compactor
CAT 563 Static
USCS Classification
CH
Ranges
Specific Gravity
2.69
2.66 - 2.70
Liquid Limit (%)
82
80 - 84
Plasticity Index (%)
56
54 - 58
Plastic Limit (%)
26
% Fines (Passing #200)
99
97 - 99
% Gravel (Retained #4)
0
0-0
% Sand (Passing #4)
1
1-3
RECT'" Compaction Design Report
Fill: Foundation Report Number: 25640-05
Remarks: Subgrade Reconstruction Report Date: 1/27/2022
Produced By: Gary Hougardy
Lift Properties at 96% Compaction on Construction Curve t
Dry Side'
Wet Side'
Tolerance
(%)
21.4
25.1
f1% MC
y (Ibs/ft3)
93.3
93.3
f1.9%
S (%)
72.1
84.4
f3%
e
0.80
0.80
t3%
Na (%)
12.4
6.9
f3%
co Potential (%)
+8.3
+4.6
f3%
UCS (Ibs/ft2)
ASTM D 2166
3,453
3,348
±20%
c (Ibs/ft2)
ASTM D 2850
1,177
1,313
±10%
0 (°)
ASTM D 2850
21
14
±10%
Free Swell (%)
ASTM D 4546
5.7
2.1
±25%
CBR* (%)
Soaked
0.5
2.4
±10%
CBR* (%)
Unsoaked
12.1
2.9
±10%
Res Mod (Ibs/in2)
Soaked
713
3,531
±10%
Res Mod (Ibs/in2)
Unsoaked
12,626
4,417
±10%
•4 J'.��
•5
...... ZAV
*•'. Lab c-i at 961�C compaction
Dr-y- Side: 24-9 c
Wet Side: 29-4 cr
I:ift Construction Cun-e•,
w : 22-6% •'t.
y - (?7-2 lbs/fP
96 compaction AST11 D 698 (SP)*
9331bs;`f --- ---- ------ ri-26-6q '•.
91.5lbs?fO
r
•
22.6 '25.1%
zv
Massture Content_ &, f I
** ASTM D 698 (SP) equivalent, corrected to control relative moisture standard in construction. Graphics powered by Mathematica
Construction Control Specifications
Minimum % of Maximum Dry Density
Construction Curve 96%
ASTM D 698 (SP) 102%
Wet -of -Optimum Moisture Ranae for 96%
22.6 - 25.1% (fl% MC)
Minimum # of Roller Passes
8 (Equiv. 4 roundtrip passes, full lift coverage required)
Compaction curves should be obtained
regularly with changes in material index
properties and upon change in color or
texture for effective construction control.
M-D probe depths should be centered on
the center of the compacted lift.
t c and m - Unsaturated triaxial test, total stress soil parameter.
UCS - Unconfined Compressive Strength.
Measured values include u, y, UCS, c, m Free Swell, and CBR
(soaked and unsoaked). Calculated values include S, e, Na, w
Potential, and Resilient Modulus (soaked and unsoaked).
Wet side permeability in field not factored in Free Swell test
condition.
* CBR based on field compacted state.
I Properties represent average values.
Soil Sample Date: 10/21/2021
Loc: On site, Zone 2
Desc: Lower -bound, full soil range
Authorization By:
Print Name:
Date: Firm Reg.#:
Use of this Compaction Design Report ("CDR") is subject to all copyrights and shall comply with the terms and conditions of all software licenses applicable to the generation of this report. This CDR may be
used in practice solely for design analysis purposes for the above fill lift ("Fill') and Project, and the use of this CDR for any other use or fill lift other than that Fill or for any purpose is not permitted. This report
applies only to lifts compacted over stiff and well -compacted lifts and subgrades. No part of this CDR may be copied, downloaded, stored in a retrieval system, further transmitted, or otherwise reproduced,
stored, disseminated, transferred, or used, in any form or by any means, except as permitted in writing by Rone Engineering Services, Ltd. Each reproduction of any part of this CDR must contain all copyright
notices and registered trademark designations (®) and non -registered trademark designations
Version: 2.31.1 - 7.2
PLATE A.116e
APPENDIX A
ul
XoFM $
® -
■ ' SCALE: N
cdo
P,y
d/
PC
c� a°
tR°a —For[ Worth-- _ --
arunca.e_ as,et Read
N
-9VOndu,2 iGM 71R � / Avondale
Q
—'y Lane
0
N
R
ONGE
N G
E
EST:
1972
PLATE A.1 PROJECT NO: 21-25640
VICINITY MAP FILE NAME: 2125640.DWG
DRAWN BY: CM DATE: 1-19-2022
CATTLEMAN'S CROSSING REVISED BY: DATE:
BETWEEN N. SAGINAW BLVD. AND US HWY 287
FORT WORTH, TEXAS REVISED BY: DATE:
APPROVED BY: CT DATE: 1-19-2022
X
:l•
po,R
I
_ � i
m
15' SS EWIN
7 �'B68s`szBC92 \`
m
10 10
4` `
PLATE A.3a
PROJECT NO:
FILE NAME:
21-25640
2125640.DWG
R E
BORING LOCATION DIAGRAM
DRAWN BY:
CM DATE: 6-28-2022
CATTLEMAN'S CROSSING
REVISED BY:
DATE:
E N G E E R I N G
BETWEEN N. SAGINAW BLVD. AND US HWY 287
REVISED BY:
DATE:
FORT WORTH, TEXAS
EST: 1972
APPROVED BY:
CT DATE: 6-28-2022
-- — —— ---1
0
m
!4B-110B-1-07I�B-1 Q$ r
®LOTS REQUIRED 4 FEET OF SUBGRADE
MODIFICATION FROM FINAL PAD ELEVATION
PROJECT NO:
21-25640
PLATEA.3b
FILE NAME:
2125640.DWG
R ONG
GROUND MODIFICATION ZONES DIAGRAM
DRAWN BY:
CM DATE: 6-28-2022
E N G E
CATTLEMAN'S CROSSING
BETWEEN N. SAGINAW BLVD. AND US HWY 287
REVISED BY:
REVISED BY:
DATE:
DATE:
EST: 1972
FORT WORTH, TEXAS
APPROVED BY:
CT DATE: 6-28-2022
Log Project No.
B-1 21-25640 Cattleman's Crossing
Boring Location Between N. Saginaw Blvd. and US HWY 287
Fort Worth, Texas
Latitude Water Level Observations (feet) Date
32.962850 N While Drilling Not Observed 9-28-21
Longitude At Completion Not Observed
�9GE NVG
E R
97.42034'
W End of Day
Not Measured
_ a
O~
w
V1
=
a
N
°Y' w o
Q, V) C
A! o
U
L
E
O
Y Stratum Description
(D-
-1 >
L)
E� 0
o __ =o
d J d
a
O. a a
0 to E
M
y
4; N
O
N a V) >
N
rn
_
w Approximate Surface Elevation = 813.0 feet
� O
�
ran
C r0 M
a X a w
LL-PL-PI 2
u
CL
L O.
� o
C V)
O a
3 C O
rn 0 =11 U
-%FAT CLAY (CH) - brown
/ 4.5+ 21
J
/ 4.5+ 93 74-24-50 20 2.3 107
5 — // 4.5+ 20
J 4.50 19 105 9,690
/ 4.50 21
10—
/ 800.0
X
WEATHERED LIMESTONE - tan, clay seams
50/5" 10
797.0
LIMESTONE - gray
n
i
s
50/'/4'
20 793.0 50/%" 12
Boring Terminated at Approximately 20 Feet
Proposed Elevation = 822.0 Feet
Approximate Grading = 9.0 Feet Fill
Material boundaries are approximate, in situ, transitions may be qradual.
Driller:
Drilling Method: Continuous Flight Augers Plate A.4
Log Project No.
B-2 21-25640 Cattleman's Crossing
Boring Location Between N. Saginaw Blvd. and US HWY 287
Fort Worth, Texas
Latitude Water Level Observations (feet) Date
32.962290 N While Drilling Not Observed 9-28-21
Longitude At Completion Not Observed
97.420320 W End of Day Not Measured
�9GE NVG
E R
O
0
w o
V)
N
i to
`mE
o
0o
Stratum Description �>
U
£., Z
o_= o
a J
>Z T
a
M
wul
O
i7to
M
_N
w
Approximate Surface Elevation = 818.0 feet � O
H
ran
CM y>
a X a w
LL-PL-PI
CLAYEY GRAVEL (GC) - brown
— b 4.5+ 41
JY 4.5+
5 � 4.5+
— 4.5+
810.0
XWEATHERED LIMESTONE - tan, clay seams50/6"
10
806.0
LIMESTONE - gray
50/3/4'
_ 15—= 50/%"
Z
S
50/'/2'
20 798.0 50/%"
Boring Terminated at Approximately 20 Feet
Proposed Elevation = 826.0 Feet
Approximate Grading = 8.0 Feet Fill
Material boundaries are approximate, in situ, transitions may be qradual.
e
u
CL
X
+-
V)_
O.
a)L
C
�
C
U
L,
o
y,
C V)
EN 0 a
2 rn
0
=11U
36-21-15 8
5
8
9
6
9
Driller:
Drilling Method: Continuous Flight Augers
Plate A.5
Log Project No.
B-3 21-25640 Cattleman's Crossing
Boring Location Between N. Saginaw Blvd. and US HWY 287
Fort Worth, Texas
Latitude Water Level Observations (feet) Date
32.961710 N While Drilling Not Observed 9-28-21
Longitude At Completion Not Observed
�9GE NVG
E R
97.42035'
W End of Day
Not Measured
O~
V1
N
o
O V) _
'= °
U
L
E
O
Y Stratum Description
(D-
-1 >
L)
E� 0
o __ =o
d J d
a
O. a a
0 to E
M
y
4; N
O
N a V) >
N
rn
_
W Approximate Surface Elevation = 820.0 feet
� O
�
ran
= r0 M
a X a w
LL-PL-PI 2
CLAYEY GRAVEL (GC) - brown
— b 4.5+ 6
4.5+ 11
5 4.5+ 35 37-22-15 6 0.0 105
7-21-28
1e,X812.0 N=49
WEATHERED LIMESTONE - tan, clay seams
15-37-50/5"
10 t
i
20
800.0
Boring Terminated at Approximately 20 Feet
Proposed Elevation = 826.0 Feet
Approximate Grading = 6.0 Feet Fill
50/1"
50/3/4'
50/1"
50/'/2'
9
12
5
Material boundaries are approximate, in situ, transitions may be qradual.
Driller:
Drilling Method: Continuous Flight Augers Plate A.6
Log Project No.
B-4 21-25640 Cattleman's Crossing
Boring Location Between N. Saginaw Blvd. and US HWY 287
Fort Worth, Texas
Latitude Water Level Observations (feet) Date
32.961180 N While Drilling Not Observed 9-27-21
Longitude At Completion Not Observed
�9GE NVG
E R
97.42033' W
End of Day
Not Measured
O
V1
N
o
O V) _
'= °
U
L ~ O
E Y
Stratum Description
d 1—
-1 >
L)
E�
o __
0
=o
d J d
a
O. a a M
0 to E y
O
Na
V)>
N
_
w
.O+N
O
�
= r0
a X
M
a
2
Approximate Surface Elevation = 820.0 feet
ran
w
LL-PL-PI
CLAY (CH) - brown, calcareous nodules
-%FAT
4.50
20
/
J
/
4.50
20
5
4.50
7
�
/
813.0
WEATHERED LIMESTONE -tan, clay seams
18-34-39
N=73
21
45-21-24 4
50/2"
7
50/'/2'
10—
807.0
LIMESTONE - gray
=i
50/13/"
3
50/3/4"
i
n
i
i
=
50/'/2'
50/%"
800.0
s 20
Boring Terminated at Approximately 20 Feet
Proposed Elevation = 827.0 Feet
Approximate Grading = 7.0 Feet Fill
Material boundaries are approximate, in situ, transitions may be qradual.
Driller:
Drilling Method: Continuous Flight Augers
u
i1 y
L O.
� o
c VVi
O a
3 = O
in 0 =11 U
Plate A.7
Log Project No.
B-5 21-25640 Cattleman's Crossing
Boring Location Between N. Saginaw Blvd. and US HWY 287
Fort Worth, Texas
Latitude Water Level Observations (feet) Date
32.960570 N While Drilling Not Observed 9-28-21
Longitude At Completion Not Observed
97.42034' W End of Day Not Measured
�9GE NVG
E R
w o
V)
O
N
0
i to
`mE
o
Stratum Description
0o
�>
U
£.,
o_=
Z
o
a J
>Z T
a
E
M
O
i7to
w
Surface Elevation = 825.0 feet
ul
�
rn
CO
aaApproximate
W
y>
w
LL-PL-PI
b
CLAYEY GRAVEL (GC) - brown
—
4.5+
JY
4.5+
821.0
WEATHERED LIMESTONE -tan, clay seams
f
1 J "W' 810.0
LIMESTONE - gray
S
20 T 805.0
Boring Terminated at Approximately 20 Feet
Proposed Elevation = 831.0 Feet
Approximate Grading = 6.0 Feet Fill
Material boundaries are approximate, in situ, transitions may be qradual.
20-50/4"
50/%"
31-50/3%"
50/'/2'
50/3/4'
50/%"
50/%"
e
u
CL
X
+-
V)_
O.
a)L
C
�
C
U
L,
o
y,
C V)
E
0
N_
O
2 rn
0
=11U
Driller:
Drilling Method: Continuous Flight Augers
Plate A.8
Log Project No.
B-6 21-25640 Cattleman's Crossing
Boring Location Between N. Saginaw Blvd. and US HWY 287
Fort Worth, Texas
Latitude Water Level Observations (feet) Date
32.960020 N While Drilling Not Observed 9-28-21
Longitude At Completion Not Observed
�9GE NVG
E R
97.42034'
W
End of Day
Not Measured
_ c
O
w
V1
=
a
°Y' w
N
o
d y C
A! o
U
~
L
E
O
Y
Stratum Description
d 1—
-1 >
L)
E
o __
Z
=o
d J d
a
O. a a
0 to E
M
w N
O
N 'O
Vl >
N
w
Approximate Surface Elevation = 831.0 feet
��
� O
�
a
rn
(D (D
a X
R m
a rn
o
LL-PL-PI 2
FAT CLAY (CH) - brown, calcareous nodules
4.5+
96
66-27-39 16
829.0
WEATHERED LIMESTONE -tan, clay seams
E
f
818.0
LIMESTONE - gray
1�
Z
�i
20 = 811.0
Boring Terminated at Approximately 20 Feet
Proposed Elevation = 833.0 Feet
Approximate Grading = 2.0 Feet Fill
27-22-19
N=41
11-22-24
N=46
36-28-50/4"
50/6"
50/'/2'
50/%"
50/%"
50/%"
5
5
10
6
If
Material boundaries are approximate, in situ, transitions may be qradual.
Driller:
Drilling Method: Continuous Flight Augers Plate A.9
Log Project No.
B-7 21-25640 Cattleman's Crossing
Boring Location Between N. Saginaw Blvd. and US HWY 287
Fort Worth, Texas
Latitude Water Level Observations (feet) Date
32.959450 N While Drilling Not Observed 9-28-21
Longitude At Completion Not Observed
�9GE NVG
E R
97.420320
J
W
End of Day
Not Measured
_
O
a
w
V1
=
a
°�'' w
N
o
Q, V) C
A! O
U
L
E
~
O
Y
Stratum Description
d 1—
-1 >
L)
E�
o __
0
=o
d J d
a
O. a
0 to
a
E
M
y
O
Na
V)>
N
_
w
.O+N
O
�
C r0
a X
M
a
2
Approximate Surface Elevation = 836.0 feet
�
ran
w
LL-PL-PI
FAT CLAY (CH) - brown, with sand, calcareous
nodules
—%
4.5+
15
/
u
CL
L O.
� o
c VVi
O a
3 C O
rn 0 =11 U
/
4.5+ 82 51-21-30 12 -1.0 102
5 — X830.0
9-7-616 N=13
WEATHERED LIMESTONE - tan, clay seams
X
50/3"
8
50/Y4'
6
10
50/%"
825.0
LIMESTONE - gray
S
50/Y4'
7
1 J
50/%"
3
S
n
i
g
50/Ya"
T 816.0
50/%"
i 20
Boring Terminated at Approximately 20 Feet
Proposed Elevation = 838.0 Feet
Approximate Grading = 2.0 Feet Fill
Material boundaries are approximate, in situ, transitions may be qradual.
Driller:
Drilling Method: Continuous Flight Augers
Plate A.10
Log Project No.
B-8 21-25640 Cattleman's Crossing
Boring Location Between N. Saginaw Blvd. and US HWY 287
Fort Worth, Texas
Latitude Water Level Observations (feet) Date
32.958890 N While Drilling Not Observed 9-28-21
Longitude At Completion Not Observed
97.420320 W End of Day Not Measured
�9GE NVG
E R
O
0
w o
V)
N
i to
`mE
o
0o
Stratum Description �>
U
£., Z
o_= o
a J
>Z T
a
M
wul
O
i7to
M
_N
w
Approximate Surface Elevation = 841.0 feet � O
H
ran
CO y>
a X a w
LL-PL-PI
LEAN CLAY (CL) - brown, calcareous nodules
4.5+
17N=27 3
27
5 — 10-12-27
N=39
4.5+
j
4.5+ 91
10 / 831.0
WEATHERED LIMESTONE - tan, clay seams
829.0
LIMESTONE - gray
50/3/4'
_ 15—= 50/%"
Z
S
50/%"
20 821.0 50/%"
Boring Terminated at Approximately 20 Feet
Proposed Elevation = 844.0 Feet
Approximate Grading = 3.0 Feet Fill
Material boundaries are approximate, in situ, transitions may be qradual.
e
u
CL
X
+-
V)_
O.
a)L
C
�
C
U
L,
o
y,
C V)
E
0
N_
O
2 rn
0
=11U
14
6
9
21
47-20-27 13
0
Driller:
Drilling Method: Continuous Flight Augers
Plate A.11
Log Project No.
B-9 21-25640 Cattleman's Crossing
Boring Location Between N. Saginaw Blvd. and US HWY 287
Fort Worth, Texas
Latitude Water Level Observations (feet) Date
32.958290 N While Drilling Not Observed 9-28-21
Longitude At Completion Not Observed
�9GE NVG
E R
97.42035'
W End of Day
Not Measured
O
V1
N
o
O V) _
'= °
U
~
L
E
O
Y Stratum Description
d 1—
-1 >
L)
E� 0
o __ =o
d J d
a
O. a a
0 to E
M
y
O
Na V)>
N
rn
_
w Approximate Surface Elevation = 847.0 feet
.O+N
� O
�
ran
= r0 M
a X a w
LL-PL-PI 2
—% FAT CLAY (CH) - brown, calcareous nodules
4.5+
J
4.5+
843.0
LEAN CLAY (CL) -light brown, with sand
5 j
f
.0
WEATHERED LIMESTONE - tan
.0
LIMESTONE - gray
�i
20 = 827.0
Boring Terminated at Approximately 20 Feet
Proposed Elevation = 846.0 Feet
Approximate Grading = 1.0 Foot Cut
4.5+
18
24
14
u
CL
L O.
� o
c VVi
O a
3 = O
rn 0 =11 U
4.5+ 84 41-19-22 15 1.8 101
50/3%" 8
50/Y4'
50/%" 6
Material boundaries are approximate, in situ, transitions may be qradual.
Driller: Plate A.12
Drilling Method: Continuous Flight Augers
Log
Project No.
B-10
21-25640 Cattleman's Crossing
Boring Location
Between N. Saginaw Blvd. and US HWY 287
NVG
Fort Worth, Texas
9GE
Latitude
Water Level Observations (feet) Date
E R
32.957730
N
While Drilling
Not Observed 9-28-21
Longitude
At Completion
Not Observed
w
97.420360
W
End of Day
Not Measured
= CL
y
G
V)
tL
a+
N
O
d V)
}'
C
O
U
C
a E Q
«
Stratum Description -1>
o_=
o
d •—
a J
o
= a
y £
>
O o
y O
'w j
N
O
o M
w
.O+
16M a
Approximate Surface Elevation = 855.0 feet 3: O rn
or
a W
M a'
a rn
LL-PL-PI
0 3
2 rn 0
c o
O U
E
f
—% FAT CLAY (CH) - brown, calcareous nodules
4.5+
853.0
WEATHERED LIMESTONE -tan, clay seams
842.0
LIMESTONE - gray
1�70
� Z
20 = 835.0
Boring Terminated at Approximately 20 Feet
13-17-22
N=39
8-10-11
N=21
43-50/3"
50/6"
50/1 %"
50/3/4'
50/3/4'
50/'/2'
14
8
15
10
11
10
Material boundaries are approximate, in situ, transitions may be qradual.
Driller: Plate A.13
Drilling Method: Continuous Flight Augers
Log Project No.
B-11 21-25640 Cattleman's Crossing
Boring Location Between N. Saginaw Blvd. and US HWY 287
Fort Worth, Texas
Latitude Water Level Observations (feet) Date
32.959430 N While Drilling Not Observed 9-28-21
Longitude At Completion Not Observed
�9GE NVG
E R
97.419650
W End of Day
Not Measured
_ a
O
w
V1
=
a
N
°�'' w o
Q, V) C
A! O
U
~
L
E
O
Y Stratum Description
d 1—
-1 >
L)
E� 0
o __ =o
d J d
a
O. a a
0 to E
M
y
O
Na V)>
N
rn
_
w Approximate Surface Elevation = 840.0 feet
.O+N
� O
ran
C r0 M
a W a w
LL-PL-PI 2
f
LEAN CLAY (CL) - light brown
4.5+ 5
j
4.5+ 89 41-18-23 9
836.0
WEATHERED LIMESTONE -tan, clay seams
828.0
LIMESTONE - gray
15—=�
Z
S
20 =40 820.0
Boring Terminated at Approximately 20 Feet
Proposed Elevation = 837.0 Feet
Approximate Grading = 3.0 Feet Cut
14-16-14 13
N=30
3-50/6" 14
50/3" 6
50/1"
50/'/2' 7
50/'/2'
50/%"
u
CL
L O.
� o
c VVi
O a
3 C O
rn 0 =11 U
Material boundaries are approximate, in situ, transitions may be qradual.
Driller: Plate A.14
Drilling Method: Continuous Flight Augers
Log Project No.
B-12 21-25640 Cattleman's Crossing
Boring Location Between N. Saginaw Blvd. and US HWY 287
Fort Worth, Texas
Latitude Water Level Observations (feet) Date
32.960020 N While Drilling Not Observed 9-28-21
Longitude At Completion Not Observed
�9GE NVG
E R
97.41969'
W End of Day Not Measured
O
V1
N
o
O V) _
'= °
U
~
L
E
O
Y Stratum Description
d 1—
-1 >
L)
E� 0
o __ =o
d J d
a
O. a a
0 to E
M
y
O
Na V)>
N
rn
_
w Approximate Surface Elevation = 832.0 feet
.O+N
� O
ran
= r0 M
a W a w
LL-PL-PI 2
%/ SANDY LEAN CLAY (CL) - light brown
��4.5+ 12
830.0
X
WEATHERED LIMESTONE - tan, clay seams
16-37-50/3" 4
5 X
50/5" 53 29-14-15 5
823.0
LIMESTONE - gray
10—
S
Z
1�
20 812.0
Boring Terminated at Approximately 20 Feet
Proposed Elevation = 833.0 Feet
Approximate Grading = 1.0 Foot Fill
15-45-50/3'/2"
50/4"
50/3/4'
50/'/2'
50/'/2'
50/%"
12
5
10
u
CL
L O.
� o
c VVi
O a
3 = O
rn 0 =11 U
Material boundaries are approximate, in situ, transitions may be qradual.
Driller: Plate A.155
Drilling Method: Continuous Flight Augers
Log Project No.
B-13 21-25640 Cattleman's Crossing
Boring Location Between N. Saginaw Blvd. and US HWY 287
Fort Worth, Texas
Latitude Water Level Observations (feet) Date
32.960550 N While Drilling Not Observed 9-28-21
Longitude At Completion Not Observed
�9GE NVG
E R
97.419680
W End of Day
Not Measured
_ a
O
w
V1
=
a
N
°�'' w o
Q, V) C
A! O
U
~
L
E
O
Y Stratum Description
d 1—
-1 >
L)
E� 0
o __ =o
d J d
a
O. a a
0 to E
M
y
O
Na V)>
N
rn
_
w Approximate Surface Elevation = 826.0 feet
.O+N
� O
ran
C r0 M
a W a w
LL-PL-PI 2
E
f
—% FAT CLAY (CH) - brown
4.5+
824.0
WEATHERED LIMESTONE -tan, clay seams
815.0
LIMESTONE - gray
S
1�
S
20 T 806.0
Boring Terminated at Approximately 20 Feet
Proposed Elevation = 830.0 Feet
Approximate Grading = 4.0 Feet Fill
11-28-36
N=64
6-15-30
N=45
12-9-9
N=18
13-26-50/5"
50/3/4'
50/'/2'
50/3/4'
50/%"
21
4
14
16
86 36-14-22 14
7
u
CL
L O.
� o
c VVi
O a
3 C O
rn 0 =11 U
Material boundaries are approximate, in situ, transitions may be qradual.
Driller: Plate A.16
Drilling Method: Continuous Flight Augers
Log
Project No.
B-14
21-25640 Cattleman's Crossing
Boring Location
Between N. Saginaw Blvd. and US HWY 287
NVG
Fort Worth, Texas
9GE
Latitude
Water Level Observations (feet) Date
E R
32.961150
N
While Drilling
Not Observed 9-27-21
Longitude
At Completion
Not Observed
w
97.41969'
W
End of Day
Not Measured
= CL
y
G
V)
tL
a+
N
O
d V)
}'
C
O
U
C
a E Q
«
Stratum Description -1>
o_=
o
d •—
a J
o
= a
y £
>
O O
y O
'w j
N
O
o M
W
.O+
16M a
Approximate Surface Elevation = 828.0 feet 3: O rn
or
a W
M a'
a rn
LL-PL-PI
0 3
2 rn 0
c o
O U
b
CLAYEY GRAVEL (GC) - brown
—
4.50
16
53-25-28
4
f
826.0
WEATHERED LIMESTONE -tan, clay seams
815.0
LIMESTONE - gray
1�70
� Z
20 = i 808.0
Boring Terminated at Approximately 20 Feet
Proposed Elevation = 827.0 Feet
Approximate Grading = 1.0 Foot Cut
Material boundaries are approximate, in situ, transitions may be qradual.
Driller:
Drilling Method: Continuous Flight Augers
32-9-13
N=22
25-34-20
N=54
16-38-29
N=67
8-50/5"
50/2'/2'
50/'/2'
50/1"
50/%"
2
7
5
11
7
Plate A.17
Log
Project No.
B-15
21-25640 Cattleman's Crossing
Boring Location
Between N. Saginaw Blvd. and US HWY 287
NVG
Fort Worth, Texas
9GE
Latitude
Water Level Observations (feet) Date
E R
32.961720
N
While Drilling
Not Observed 9-28-21
Longitude
At Completion
Not Observed
w
97.41969'
W
End of Day
Not Measured
= CL
y
G
V)
tL
a+
N
O
d V)
}'
C
O
U
C
a E Q
«
Stratum Description -1>
o_=
o
d •—
a J
o
= a
y £
>
O o
y O
'w j
N
O
o M
w
.O+
16M a
or
M a'
0 3
c o
Approximate Surface Elevation = 830.0 feet 3: O rn
a W
a rn
LL-PL-PI
2 rn 0
O U
WEATHERED LIMESTONE - tan, clay seams
x
18-40-18
3
N=58
5
10
818.0
LIMESTONE - gray
11-12-8 12
N=20
30-50/3" 9
42-50/5'/i 10
8-16-35 98 54-20-34 21
N=51
50/2 /2' 7
_ 15—= 50/2"
Z
S
50/3/4'
20 810.0 50/%"
Boring Terminated at Approximately 20 Feet
Proposed Elevation = 825.0 Feet
Approximate Grading = 5.0 Feet Cut
Material boundaries are approximate, in situ, transitions may be qradual.
Driller: Plate A.18
Drilling Method: Continuous Flight Augers
Log
Project No.
B-16
21-25640 Cattleman's Crossing
Boring Location
Between N. Saginaw Blvd. and US HWY 287
NVG
Fort Worth, Texas
9GE
Latitude
Water Level Observations (feet) Date
E R
32.961720
N
While Drilling
Not Observed 9-28-21
Longitude
At Completion
Not Observed
w
97.41902'
W
End of Day
Not Measured
= CL
y
G
V)
tL
a+
N
O
d V)
}'
C
O
U
C
a E Q
«
Stratum Description -1>
o_=
o
d •—
a J
o
= a
y £
>
O o
y O
'w j
N
O
o M
w
.O+
16M a
Approximate Surface Elevation = 831.0 feet 3: O rn
or
a W
M a'
a rn
LL-PL-PI
0 3
2 rn 0
c o
O U
f
%/ LEAN CLAY (CL) - light brown
��4.50
829.0
WEATHERED LIMESTONE -tan, clay seams
819.0
LIMESTONE - gray
15—=�
Z
S
20 811.0
Boring Terminated at Approximately 20 Feet
Proposed Elevation = 831.0 Feet
Approximate Grading = 0.0 Feet Fill
10-11-13
N=24
11-14-15 76
N=29
12-11-15
N=26
16-17-20
N=37
50/3/4'
50/%"
50/'/2'
50/%"
12
8
6
11
8
7
Material boundaries are approximate, in situ, transitions may be qradual.
Driller: Plate A.19
Drilling Method: Continuous Flight Augers
Log
Project No.
B-17
21-25640 Cattleman's Crossing
Boring Location
Between N. Saginaw Blvd. and US HWY 287
NVG
Fort Worth, Texas
9GE
Latitude
Water Level Observations (feet) Date
E R
32.961130
N
While Drilling
Not Observed 9-27-21
Longitude
At Completion
Not Observed
w
97.418980
W
End of Day
Not Measured
= CL
y
G
V)
tL
a+
N
O
d V)
}'
C
O
U
C
a E Q
«
Stratum Description -1>
o_=
o
d •—
a J
o
= a
y £
>
O o
y O
'w j
N
O
o M
w
.O+
16M a
Approximate Surface Elevation = 830.0 feet 3: O rn
or
a W
M a'
a rn
LL-PL-PI
0 3
2 rn 0
c o
O U
%/ LEAN CLAY (CL) - light brown
11828.
4.5+ 10
828.0
X
WEATHERED LIMESTONE - tan, clay seams
18-50/4" 4
5 X 12-38-50/2" 6
X
50/1" 78 24-12-12 5
18-25-46 18
N=71
820.0
10 L
LIMESTONE - gray
S
4p
50/1'/" 3
15— =
50/'/2'
S
_
50/'/2'
20 810.0
50/%"
Boring Terminated at Approximately 20 Feet
Proposed Elevation = 831.0 Feet
Approximate Grading = 1.0 Foot Fill
Material boundaries are approximate, in situ, transitions may be qradual.
Driller: Plate A.20
Drilling Method: Continuous Flight Augers
Log Project No.
B-18 21-25640 Cattleman's Crossing
Boring Location Between N. Saginaw Blvd. and US HWY 287
Fort Worth, Texas
Latitude Water Level Observations (feet) Date
32.960580 N While Drilling Not Observed 9-28-21
Longitude At Completion Not Observed
�9GE NVG
E R
97.41900'
W End of Day
Not Measured
O
V1
N
o
O V) _
'= °
U
~
L
E
O
Y Stratum Description
(D -
-1 >
L)
E� 0
o __ =o
(D d
a
O. a a
0 to E
M
y
4; N
O
N a V) >
N
rn
_
w Approximate Surface Elevation = 832.0 feet
� O
ran
= r0 M
a W a w
LL-PL-PI 2
E
f
FAT CLAY (CH) - dark brown 4.50
830.0
WEATHERED LIMESTONE -tan, clay seams
820.0
LIMESTONE - gray
15—=�
Z
S
20 =4f 812.0
Boring Terminated at Approximately 20 Feet
Proposed Elevation = 833.0 Feet
Approximate Grading = 1.0 Foot Fill
15-29-29
N=58
50/'/4'
10-18-21
N=39
7-15-20
N=35
50/1"
50/3/4
50/'/2'
50/'/2'
20
4
4
8
95 50-17-33 15
7
Material boundaries are approximate, in situ, transitions may be qradual.
Driller:
Drilling Method: Continuous Flight Augers Plate A.21
Log Project No.
B-19 21-25640 Cattleman's Crossing
Boring Location Between N. Saginaw Blvd. and US HWY 287
Fort Worth, Texas
Latitude Water Level Observations (feet) Date
32.960010 N While Drilling Not Observed 9-28-21
Longitude At Completion Not Observed
97.41900' W End of Day Not Measured
�9GE NVG
E R
O
t)
w o
V)
N
i to
`mE
o
0o
Stratum Description �>
U
£., Z
o_= o
a J
>Z T
a
M
wul
O
i7to
M
_N
w
Approximate Surface Elevation = 833.0 feet � O
H
ran
CO y>
a W a w
LL-PL-PI
—% FAT CLAY (CH) - dark brown
4.5+
831.0
12(1 CLAYEY GRAVEL (GC) -brown
e
u
CL
X
+-
V)_
O.
a)L
C
�
C
U
L,
o
y,
C V)
E
0
N_
O
2 rn
0
=11U
15
1—a'7'
j�
4.5+ 30 68-19-49 5
829.0
WEATHERED LIMESTONE - tan, clay seams
5—
X
50/4"
3
50/'/4'
7
825.0
LIMESTONE - gray
50/3/4'
4
10
50/'/4'
Z
_
50/1"
7
15—=
50/'/2'
S
50/'/2'
50/'/2'
20 813.0
Boring Terminated at Approximately 20 Feet
Proposed Elevation = 833.0 Feet
Approximate Grading = 0.0 Feet Fill
Material boundaries are approximate, in situ, transitions may be qradual.
Driller:
Drilling Method: Continuous Flight Augers
Plate A.22
Log
B-20
Project No.
21-25640 Cattleman's Crossing
Boring Location
Between N. Saginaw Blvd. and US HWY 287
RiEOERIFNG
Fort Worth, Texas
Latitude
Water Level Observations (feet) Date
ENG
32.959470
N
While Drilling
Not Observed 10-20-21
EST:
1972
Longitude
At Completion
Not Observed
97.419010
W
End of Day
Not Measured
= CL
y
G
V)
tL
a+
N
O
d V)
}'
C
O
U
C
a E Q
«
Stratum Description �>
o_=
o
d •—
a J
o
= a
y £
>
O o
y O
'w j
N
O
o M
w
.O+
16M a
Approximate Surface Elevation = 840.0 feet 3: O rn
or
a W
M a'
a rn
LL-PL-PI
0 3
2 rn 0
c o
O U
LEAN CLAY (CL) - light brown
5 —%
10
15
20� 820.0
Boring Terminated at Approximately 20 Feet
Proposed Elevation = 837.0 Feet
Approximate Grading = 3.0 Feet Cut
Material boundaries are approximate, in situ, transitions may be qradual.
Driller:
Drilling Method: Continuous Flight Augers
4.5+ 20
4.5+ 7
4.5+ 92 31-16-15 7 0.6 115
4.5+ 11
4.5+ 11
4.5+ 6
4.5+ 12
Plate A.23
Log
Project No.
B-21
21-25640 Cattleman's Crossing
Boring Location
Between N. Saginaw Blvd. and US HWY 287
NVG
Fort Worth, Texas
9GE
Latitude
Water Level Observations (feet) Date
E R
32.958860
N
While Drilling
Not Observed 9-29-21
Longitude
At Completion
Not Observed
w
97.418330
W
End of Day
Not Measured
= CL
y
G
V)
tL
a+
N
O
d V)
}'
C
O
U
C
a E Q
«
Stratum Description -1>
o_=
o
d •—
a J
o
= a
m E
>
°gym 0
ya
'w�
a
o
o M
w
16M a
Approximate Surface Elevation = 844.0 feet 3: O rn
or
a W
M a'
a rn
LL-PL-PI
0 3
2 rn 0
c o
O U
%/ LEAN CLAY (CL) - light brown
��4.50
842.0
WEATHERED LIMESTONE -tan, clay seams
f
827.0
LIMESTONE - gray
�i
20 = 824.0
Boring Terminated at Approximately 20 Feet
Proposed Elevation = 838.0 Feet
Approximate Grading = 6.0 Feet Cut
18-31-22
N=53
11-13-14
N=27
12-13-18
N=31
36-21-27
N=48
30-25-26
N=51
50/3/4'
50/%"
14
13
12
22
M
Material boundaries are approximate, in situ, transitions may be qradual.
Driller: Plate A.24
Drilling Method: Continuous Flight Augers
Log Project No.
B-22 21-25640 Cattleman's Crossing
Boring Location Between N. Saginaw Blvd. and US HWY 287
Fort Worth, Texas
Latitude Water Level Observations (feet) Date
32.959450 N While Drilling Not Observed 9-29-21
Longitude At Completion Not Observed
97.418330 W End of Day Not Measured
�9GE NVG
E R
O
t)
w o
V)
N
i to
`mE
o
0o
Stratum Description �>
U
£., Z
o_= o
a J
>Z T
a
M
wul
O
i7to
M
_N
w
Approximate Surface Elevation = 838.0 feet � O
H
ran
CO y>
a W a w
LL-PL-PI
LEAN CLAY (CL) - light brown
4.50
j
4.50
j
5 — j 4.50
e
u
CL
X
+-
V)_
O.
a)L
C
�
C
U
L,
o
y,
C V)
E
0
N_
O
2 rn
0
=11U
17
19
17
/ 4.50 94 39-17-22 13 7.9 117
830.0
XWEATHERED LIMESTONE - tan, clay seams50/4"
10
826.0
LIMESTONE - gray
50/'/2'
_ '/2'
15—= 50/
Z
S
50/%"
20 818.0 50/%"
Boring Terminated at Approximately 20 Feet
Proposed Elevation = 836.0 Feet
Approximate Grading = 2.0 Feet Cut
Material boundaries are approximate, in situ, transitions may be qradual.
7
5
Driller:
Drilling Method: Continuous Flight Augers
Plate A.25
Log Project No.
B-23 21-25640 Cattleman's Crossing
Boring Location Between N. Saginaw Blvd. and US HWY 287
Fort Worth, Texas
Latitude Water Level Observations (feet) Date
32.959980 N While Drilling Not Observed 9-29-21
Longitude At Completion Not Observed
97.418320 W End of Day Not Measured
�9GE NVG
E R
O
t)
w o
V)
N
i to
`mE
o
0o
Stratum Description �>
U
£., Z
o_= o
a J
>Z T
a
M
wul
O
i7to
M
_N
w
Approximate Surface Elevation = 834.0 feet � O
H
ran
CO y>
a W a w
LL-PL-PI
—% FAT CLAY (CH) - dark brown
/ 4.50
J
e
u
CL
X
+-
V)_
O.
a)L
C
�
C
U
L,
o
y,
C V)
E
0
N_
O
2 rn
0
=11U
m
/
4.50 89 65-21-44 17 4.4 93
5 — /
4.50 18
828.0
WEATHERED LIMESTONE - tan, clay seams
—
X
15-20-22
N=42
10
x
50/%"
6
10 / \823.0
LIMESTONE - gray
S
50/%"
5
` 1 J
50/'/4
S
—_
50/%"
T 814.0
50/%"
20
Boring Terminated at Approximately 20 Feet
Proposed Elevation = 835.0 Feet
Approximate Grading = 1.0 Foot Fill
Material boundaries are approximate, in situ, transitions may be qradual.
Driller:
Drilling Method: Continuous Flight Augers
Plate A.26
Log
Project No.
B-24
21-25640 Cattleman's Crossing
Boring Location
Between N. Saginaw Blvd. and US HWY 287
NVG
Fort Worth, Texas
9GE
Latitude
Water Level Observations (feet) Date
E R
32.960580
N
While Drilling Not Observed 9-29-21
Longitude
At Completion Not Observed
w
97.418310
W
End of Day Not Measured
= CL
y
G
V)
tL
a+
N
O
d V)
}'
C
O
U
C
a E Q
«
Stratum Description -1>
o_=
o
d •—
a J
o
= a
y £
>
O o
y O
'w j
N
O
o M
w
.O+
16M a
Approximate Surface Elevation = 833.0 feet 3: O rn
or
a W
M a'
a rn
LL-PL-PI
0 3
2 rn 0
c o
O U
f
%/ LEAN CLAY (CL) - brown
��4.50
831.0
WEATHERED LIMESTONE -tan, clay seams
822.0
LIMESTONE - gray
S
S
20 T 813.0
Boring Terminated at Approximately 20 Feet
Proposed Elevation = 834.0 Feet
Approximate Grading = 1.0 Foot Fill
12
9-11-13
7
N=24
50/%"
4
50/%"
40 22-13-9 4
50/%"
5
50/1" 5
50/'/2'
50/'/2'
50/%"
Material boundaries are approximate, in situ, transitions may be qradual.
Driller: Plate A.27
Drilling Method: Continuous Flight Augers
Log
Project No.
B-25
21-25640 Cattleman's Crossing
Boring Location
Between N. Saginaw Blvd. and US HWY 287
NVG
Fort Worth, Texas
9GE
Latitude
Water Level Observations (feet) Date
E R
32.961150
N
While Drilling
Not Observed 9-27-21
Longitude
At Completion
Not Observed
w
97.418330
W
End of Day
Not Measured
= CL
y
G
V)
tL
a+
N
O
d V)
}'
C
O
U
C
a E Q
«
Stratum Description -1>
o_=
o
d •—
a J
o
= a
y £
>
O O
y O
'w j
N
O
o M
w
.O+
16M a
Approximate Surface Elevation = 832.0 feet 3: O rn
or
a W
M a'
a rn
LL-PL-PI
0 3
2 rn 0
c o
O U
%/
SANDY LEAN CLAY (CL) - brown, with gravel
/
4.50
57
43-21-22
8
830.0
WEATHERED LIMESTONE -tan, clay seams
f
X818.0
LIMESTONE -gray
15— 1
S
Z
812.0
20
Boring Terminated at Approximately 20 Feet
Proposed Elevation = 833.0 Feet
Approximate Grading = 1.0 Foot Fill
Material boundaries are approximate, in situ, transitions may be qradual.
Driller:
Drilling Method: Continuous Flight Augers
32-25-17
N=42
50/%"
50/4"
20-18-44
N=62
50/3"
50/'/2'
50/%"
2
4
12
10
3
Plate A.28
Log
Project No.
B-26
21-25640 Cattleman's Crossing
Boring Location
Between N. Saginaw Blvd. and US HWY 287
NVG
Fort Worth, Texas
9GE
Latitude
Water Level Observations (feet) Date
E R
32.961720
N
While Drilling
Not Observed 9-28-21
Longitude
At Completion
Not Observed
w
97.418380
W
End of Day
Not Measured
=
CL
y
G
V)
tL
a+
N
O
d V)
}'
C
O
U
C
a E Q
«
Stratum Description -1>
o_=
o
d •—
a J
o
= a
y £
>
O o
y O
'w j
N
O
o M
w
.O+
16M a
Approximate Surface Elevation = 829.0 feet 3: O rn
or
a W
M a'
a rn
LL-PL-PI
0
2
3
rn 0
c o
O U
%/
LEAN CLAY (CL) - brown
��4.50
14
827.0
WEATHERED LIMESTONE -tan, clay seams
f
816.0
LIMESTONE - gray
22-50/3" 4
17-23-30 gg 10
N=53
50/%" 8
15-24-30 9
N=54
50/3/4' 70 1 � 50/'/4' 7
� Z
50/'/2'
20 = 809.0 50/%"
Boring Terminated at Approximately 20 Feet
Proposed Elevation = 830.0 Feet
Approximate Grading = 1.0 Foot Fill
Material boundaries are approximate, in situ, transitions may be qradual.
Driller: Plate A.29
Drilling Method: Continuous Flight Augers
Log Project No.
B-27 21-25640 Cattleman's Crossing
Boring Location Between N. Saginaw Blvd. and US HWY 287
Fort Worth, Texas
Latitude Water Level Observations (feet) Date
32.962300 N While Drilling Not Observed 9-28-21
Longitude At Completion Not Observed
�9GE NVG
E R
97.417960
W End of Day
Not Measured
_ a
O
w
V1
=
a
N
°�'' w o
Q, V) C
A! O
U
~
L
E
O
Y Stratum Description
d 1—
-1 >
L)
E Z
o __ =o
d J d
a
O. a a
0 to E
M
y
O
Na V)>
N
rn
_
W Approximate Surface Elevation = 825.0 feet
.O+N
� O
ran
C r0 M
a W a N
LL-PL-PI 2
E
f
FAT CLAY (CH) - dark brown 4.50
823.0
WEATHERED LIMESTONE -tan, clay seams
813.0
LIMESTONE - gray
15—=�
Z
S
20 =4f 805.0
Boring Terminated at Approximately 20 Feet
Proposed Elevation = 829.0 Feet
Approximate Grading = 4.0 Feet Fill
12-13-16
N=29
23-24-40
N=64
50/%"
22-30-33
N=63
50/'/2'
50/'/2'
50/%"
50/%"
18
4
6
4
40 44-20-24 8
8
u
CL
L O.
� o
c VVi
O a
3 C O
rn 0 =11 U
Material boundaries are approximate, in situ, transitions may be qradual.
Driller: Plate A.30
Drilling Method: Continuous Flight Augers
Log Project No.
B-28 21-25640 Cattleman's Crossing
Boring Location Between N. Saginaw Blvd. and US HWY 287
Fort Worth, Texas
Latitude Water Level Observations (feet) Date
32.962880 N While Drilling Not Observed 10-21-21
Longitude At Completion Not Observed
�9GE NVG
E R
97.417990
W End of Day Not Measured
_ a
O
w
V1
=
a
N
°�'' w o
Q, V) C
A! O
U
~
L
E
O
Y Stratum Description
d 1—
-1 >
L)
E� 0
o __ =o
d J d
a
O. a a
0 to E
M
y
O
Na V)>
N
rn
_
w Approximate Surface Elevation = 821.0 feet
.O+N
� O
ran
C r0 M
a W a w
LL-PL-PI 2
u
i1 y
L O.
� o
c VVi
O a
3 C O
in 0 =11 U
CLAY (CH) - dark brown
-%FAT
4.5+
32
/
J
/
4.5+
25
5—/
4.5+
19 106 6,300
815.0
LEAN CLAY (CL) -light brown
j4.5+
89 35-14-21
9 2.3 127
j
J/
4.5+
11
10
811.0
WEATHERED LIMESTONE - tan, clay seams
807.0
4p
LIMESTONE - gray
50/11/2'
S
15—=
3
50/1"
� S
s
_
_
i Z
i
—=
50/11/2"
i 20 801.0
50/3/a"
Boring Terminated at Approximately 20 Feet
Material boundaries are approximate, in situ, transitions may be qradual.
Driller:
Drilling Method: Continuous Flight Augers
Plate A.31
Log Project No.
B-29 21-25640 Cattleman's Crossing
Boring Location Between N. Saginaw Blvd. and US HWY 287
Fort Worth, Texas
Latitude Water Level Observations (feet) Date
32.961730 N While Drilling Not Observed 9-28-21
Longitude At Completion Not Observed
97.417630 W End of Day Not Measured
�9GE NVG
E R
O
t)
w o
V)
N
i to
`mE
o
0o
Stratum Description �>
U
£., Z
o_= o
a J
>Z T
a
M
wul
O
i7to
M
_N
w
Approximate Surface Elevation = 827.0 feet � O
H
ran
CM y>
a W a w
LL-PL-PI
e
u
CL
X
+-
V)_
O.
a)L
C
�
C
U
L,
o
y,
C V)
EN 0 a
2 rn
0
=11U
—% FAT CLAY (CH) - dark brown
4.50 96 58-29-29 14
/
825.0
WEATHERED LIMESTONE - tan, clay seams
X
50/5"
5 — x
50/%"
50/%"
819.0
LIMESTONE - gray
50P
50/"
10
Z
_
50P
15—
50P
_
S
50P
50P
20 807.0
Boring Terminated at Approximately 20 Feet
Proposed Elevation = 829.0 Feet
Approximate Grading = 2.0 Feet Fill
Material boundaries are approximate, in situ, transitions may be qradual.
2
6
5
8
9
Driller:
Drilling Method: Continuous Flight Augers
Plate A.32
Log Project No.
B-30 21-25640 Cattleman's Crossing
Boring Location Between N. Saginaw Blvd. and US HWY 287
Fort Worth, Texas
Latitude Water Level Observations (feet) Date
32.961170 N While Drilling Not Observed 9-27-21
Longitude At Completion Not Observed
�9GE NVG
E R
97.417630
W End of Day
Not Measured
_ a
O
w
V1
=
a
N
°�'' w o
Q, V) C
A! O
U
~
L
E
O
Y Stratum Description
d 1—
-1 >
L)
E� 0
o __ =o
d J d
a
O. a a
0 to E
M
y
O
Na V)>
N
rn
_
w Approximate Surface Elevation = 831.0 feet
.O+N
� O
ran
C r0 M
a W a w
LL-PL-PI 2
f
—% FAT CLAY (CH) - dark brown
4.50 /
829.0
SANDY LEAN CLAY (CL) -light brown
4.50
827.0
WEATHERED LIMESTONE -tan, clay seams
819.0
LIMESTONE - gray
15— =X
Z
S
20 =4f 811.0
Boring Terminated at Approximately 20 Feet
Proposed Elevation = 832.0 Feet
Approximate Grading = 1.0 Foot Fill
28-38-18 15
N=56
50/1'/z'
50/4"
50/1'/2'
50/'/2'
17
8
2
6
15
10
4
u
CL
L O.
� o
c VVi
O a
3 C O
rn 0 =11 U
Material boundaries are approximate, in situ, transitions may be qradual.
Driller: Plate A.33
Drilling Method: Continuous Flight Augers
Log Project No.
B-31 21-25640 Cattleman's Crossing
Boring Location Between N. Saginaw Blvd. and US HWY 287
Fort Worth, Texas
Latitude Water Level Observations (feet) Date
32.960580 N While Drilling Not Observed 9-29-21
Longitude At Completion Not Observed
97.417630 W End of Day Not Measured
�9GE NVG
E R
O
0
w o
V)
N
i to
`mE
o
0o
Stratum Description �>
U
£., Z
o_= o
a J
>Z T
a
M
wul
O
i7to
M
_N
w
Approximate Surface Elevation = 836.0 feet � O
H
ran
CO y>
a W a w
LL-PL-PI
LEAN CLAY (CL) - dark brown
4.00
light brown, limestone seams
�j
50/2'/�"
5 -X
50/2'/2"
50/3" 87
j 4.5+
10 826.0
WEATHERED LIMESTONE - tan, clay seams
823.0
LIMESTONE - gray
=i 50/
1� �_'� 50/1/1"
� Z
i 50/1'/2'
20 = 816.0 50/1"
Boring Terminated at Approximately 20 Feet
Proposed Elevation = 834.0 Feet
Approximate Grading = 2.0 Feet Cut
Material boundaries are approximate, in situ, transitions may be qradual.
e
u
CL
X
+-
V)_
O.
a)L
C
�
C
U
L,
o
y,
C V)
E
0
N_
O
2 rn
0
=11U
13
6
15
43-20-23 11
18
111
Driller:
Drilling Method: Continuous Flight Augers
Plate A.34
Log Project No.
B-32 21-25640 Cattleman's Crossing
Boring Location Between N. Saginaw Blvd. and US HWY 287
Fort Worth, Texas
Latitude Water Level Observations (feet) Date
32.960030 N While Drilling Not Observed 9-29-21
Longitude At Completion Not Observed
97.417610 W End of Day Not Measured
�9GE NVG
E R
O
t)
w o
V)
N
i to
`mE
o
0o
Stratum Description �>
U
£., Z
o_= o
a J
>Z T
a
M
wul
O
i7to
M
_N
w
Approximate Surface Elevation = 841.0 feet � O
H
ran
CO y>
a W a w
LL-PL-PI
LEAN CLAY (CL) - dark brown
4.00
light brown, limestone seams
50/3"
5 X 50/3"
50/2'/z'
j 4.5+ 90
10 831.0
WEATHERED LIMESTONE - tan, clay seams
828.0
LIMESTONE - gray
=i 50/23/"
` 1 J �-� 50/2'/z'
� Z
i 50/2%"
20 = 821.0 50/2%"
Boring Terminated at Approximately 20 Feet
Proposed Elevation = 840.0 Feet
Approximate Grading = 1.0 Foot Cut
Material boundaries are approximate, in situ, transitions may be qradual.
e
u
CL
X
+-
V)_
O.
a)L
C
�
C
U
L,
o
y,
C V)
E
0
N_
O
2 rn
0
=11U
12
7
9
7
22
M
Driller:
Drilling Method: Continuous Flight Augers
Plate A.35
Log Project No.
B-33 21-25640 Cattleman's Crossing
Boring Location Between N. Saginaw Blvd. and US HWY 287
Fort Worth, Texas
Latitude Water Level Observations (feet) Date
32.959480 N While Drilling Not Observed 9-29-21
Longitude At Completion Not Observed
97.41764' W End of Day Not Measured
�9GE NVG
E R
O
t)
w o
V)
N
i to
`mE
o
0o
Stratum Description �>
U
£., Z
o_= o
a J
>Z T
a
M
wul
O
i7to
M
_N
w
Approximate Surface Elevation = 844.0 feet � O
H
ran
CO y>
a W a w
LL-PL-PI
LEAN CLAY (CL) - dark brown
4.5+ 86
light brown, limestone seams
�j
50/3"
5 -X
50/2%"
50/3"
j 4.00
10 834.0
WEATHERED LIMESTONE - tan, clay seams
831.0
LIMESTONE - gray
50/2"
1 J70 50/2"
� Z
i 50/1 %"
20 = 824.0 50/1%"
Boring Terminated at Approximately 20 Feet
Proposed Elevation = 843.0 Feet
Approximate Grading = 1.0 Foot Cut
Material boundaries are approximate, in situ, transitions may be qradual.
e
u
CL
X
+-
V)_
O.
a)L
C
�
C
U
L,
o
y,
C V)
E
0
N_
O
2 rn
0
=11U
10
8
9
10
17
8
Driller:
Drilling Method: Continuous Flight Augers
Plate A.36
Log
Project No.
B-34
21-25640 Cattleman's Crossing
Boring Location
Between N. Saginaw Blvd. and US HWY 287
NVG
Fort Worth, Texas
9GE
Latitude
Water Level Observations (feet) Date
E R
32.958860
N
While Drilling
Not Observed 9-29-21
Longitude
At Completion
Not Observed
w
97.41764'
W
End of Day
Not Measured
=
CL
y
G
V)
tL
a+
N
O
d V)
}'
C
O
U
C
a E Q
«
Stratum Description -1>
o_=
o
d •—
a J
o
= a
y £
>
O o
y O
'w j
N
O
o M
w
.O+
16M a
Approximate Surface Elevation = 845.0 feet 3: O rn
or
a W
M a'
a rn
LL-PL-PI
0
2
3
rn 0
c o
O U
LEAN CLAY (CL) - dark brown
4.5+
12
light brown, limestone seams
j
23-34-38
N-72
5 X 50/1"
50/1'/z'
j 4.00
10 835.0
WEATHERED LIMESTONE - tan, clay seams
832.0
LIMESTONE - gray
=i 50/21/"
1 J �-'� 50/2'/2'
� Z
i 50/2%"
20 = 825.0 50/2%"
Boring Terminated at Approximately 20 Feet
Proposed Elevation = 841.0 Feet
Approximate Grading = 4.0 Feet Cut
Material boundaries are approximate, in situ, transitions may be qradual.
7
7
20
9
Driller:
Drilling Method: Continuous Flight Augers
Plate A.37
Log Project No.
B-35 21-25640 Cattleman's Crossing
Boring Location Between N. Saginaw Blvd. and US HWY 287
Fort Worth, Texas
Latitude Water Level Observations (feet) Date
32.958330 N While Drilling Not Observed 9-29-21
Longitude At Completion Not Observed
97.417980 W End of Day Not Measured
�9GE NVG
E R
O
0
w o
V)
N
i to
`mE
o
0o
Stratum Description �>
U
£., Z
o_= o
a J
>Z T
a
M
wul
O
i7to
M
_N
w
Approximate Surface Elevation = 849.0 feet � O
H
ran
CO y>
a W a w
LL-PL-PI
LEAN CLAY (CL) - dark brown
4.50
light brown, limestone seams
18-=46
N46
5
11-86 71
/ \
N=1
j�
20-18-18
N=36
21-14-16
N=30
10�
j
— /
836.0
WEATHERED LIMESTONE - tan, clay seams
— X
13-14-15
N=29
1�
833.0
LIMESTONE -gray
S
r
=
50/3"
20 829.0
Boring Terminated at Approximately 20 Feet
Proposed Elevation = 846.0 Feet
Approximate Grading = 3.0 Feet Cut
Material boundaries are approximate, in situ, transitions may be qradual.
e
u
CL
X
+-
V)_
O.
a)L
C
�
C
U
L,
o
y,
C V)
E
0
N_
O
2 rn
0
=11U
14
3
48-18-30 9
9
21
23
13
Driller:
Drilling Method: Continuous Flight Augers
Plate A.38
Log Project No.
B-36 21-25640 Cattleman's Crossing
Boring Location Between N. Saginaw Blvd. and US HWY 287
Fort Worth, Texas
Latitude Water Level Observations (feet) Date
32.957760 N While Drilling Not Observed 9-29-21
Longitude At Completion Not Observed
97.418000 W End of Day Not Measured
�9GE NVG
E R
O
t)
w o
V)
N
i to
`mE
o
0o
Stratum Description �>
U
£., Z
o_= o
a J
>Z T
a
M
� �
wul
O
i7to
M
_N
w
Approximate Surface Elevation = 854.0 feet � O
H
ran
CO y>
a W a w
LL-PL-PI
LEAN CLAY (CL) - dark brown
4.50
light brown, limestone seams
33-50/4"
5 X 50/1"
16-21-22
N=43 75
18-20-24
� N=44
10
j
— / 841.0
X
WEATHERED LIMESTONE - tan, clay seams
50/5"
838.0
LIMESTONE -gray
S
50/%"
20 834.0 50/'/4'
Boring Terminated at Approximately 20 Feet
Proposed Elevation = 848.0 Feet
Approximate Grading = 6.0 Feet Cut
Material boundaries are approximate, in situ, transitions may be qradual.
e
u
CL
X
+-
V)_
O.
a)L
C
�
C
U
L,
o
y,
C V)
E
0
N_
O
2 rn
0
=11U
18
3
3
17
11
13
11
Driller:
Drilling Method: Continuous Flight Augers
Plate A.39
Log Project No.
B-37 21-25640 Cattleman's Crossing
Boring Location Between N. Saginaw Blvd. and US HWY 287
Fort Worth, Texas
Latitude Water Level Observations (feet) Date
32.958030 N While Drilling Not Observed 9-29-21
Longitude At Completion Not Observed
97.417630 W End of Day Not Measured
�9GE NVG
E R
O
t)
w o
V)
N
i to
`mE
o
0o
Stratum Description �>
U
£., Z
o_= o
a J
>Z T
a
M
wul
O
i7to
M
_N
w
Approximate Surface Elevation = 850.0 feet � O
H
ran
CO y>
a W a w
LL-PL-PI
LEAN CLAY (CL) - dark brown
4.5+
light brown, limestone seams
42-50/1"
5 —� 6 12 18
e
u
CL
X
+-
V)_
O.
a)L
C
�
C
U
L,
o
y,
C V)
E
0
N_
O
2 rn
0
=11U
20
4
N=30 78 33-13-20 6
7-19-16
N=35
j 4.00
10 840.0
WEATHERED LIMESTONE - tan, clay seams
838.0
LIMESTONE - gray
50/2"
15—= 50/1'/2"
Z
S
50/2'/2"
20 830.0 50/2"
Boring Terminated at Approximately 20 Feet
Proposed Elevation = 847.0 Feet
Approximate Grading = 3.0 Feet Cut
Material boundaries are approximate, in situ, transitions may be qradual.
7
IF
9
Driller:
Drilling Method: Continuous Flight Augers
Plate A.40
Log Project No.
B-38 21-25640 Cattleman's Crossing
Boring Location Between N. Saginaw Blvd. and US HWY 287
Fort Worth, Texas
Latitude Water Level Observations (feet) Date
32.957720 N While Drilling Not Observed 9-29-21
Longitude At Completion Not Observed
�9GE NVG
E R
97.41694'
W
End of Day
Not Measured
_
O~
a
w
V1
=
a
°Y' w
N
o
Q, V) C
A! o
U
L
E
O
Y
Stratum Description
(D-
-1 >
L)
E�
o __
0
=o
d J d
a
O. a
0 to
a
E
M
y
4; N
O
N a
V) >
N
_
w
O
C r0
a W
M
a
2
Approximate Surface Elevation = 854.0 feet
�
ran
w
LL-PL-PI
WEATHERED LIMESTONE - tan, clay seams
11-11-15
x
N=26
5
10
842.0
LIMESTONE - gray
15—=�
Z
S
20 =40 834.0
Boring Terminated at Approximately 20 Feet
Proposed Elevation = 849.0 Feet
Approximate Grading = 5.0 Feet Cut
50/5"
15-50/3"
50/1'/d'
18-50/5"
50/'/2'
50/%"
50/%"
50/%"
Material boundaries are approximate, in situ, transitions may be qradual.
Driller:
Drilling Method: Continuous Flight Augers Plate A.41
Log Project No.
B-39 21-25640 Cattleman's Crossing
Boring Location Between N. Saginaw Blvd. and US HWY 287
Fort Worth, Texas
Latitude Water Level Observations (feet) Date
32.958300 N While Drilling Not Observed 9-29-21
Longitude At Completion Not Observed
�9GE NVG
E R
97.416930
W
End of Day
Not Measured
_
O
c
w
V1
=
a
°�'' w
N
o
Q, V) C
A! O
U
L
E
~
O
Y
Stratum Description
d 1—
-1 >
L)
E�
o __
0
=o
d J d
a
O. a
0 to
a
E
M
y
O
Na
V)>
N
_
w
.O+N
O
vi
C r0
a W
M
a
2
Approximate Surface Elevation = 854.0 feet
�
w
LL-PL-PI
WEATHERED LIMESTONE - tan, clay seams
10-18-37
x
N=55
5
10
841.0
LIMESTONE - gray
1�
Z
20 = � 834.0
Boring Terminated at Approximately 20 Feet
Proposed Elevation = 847.0 Feet
Approximate Grading = 7.0 Feet Cut
50/1"
50/4"
9-50/4'/2"
50/5'/z'
50/'/2'
50/%"
50/%"
50/%"
u
CL
L O.
� o
c VVi
O a
3 C O
rn 0 =11 U
Material boundaries are approximate, in situ, transitions may be qradual.
Driller: Plate A.42
Drilling Method: Continuous Flight Augers
Log
Project No.
B-40
21-25640 Cattleman's Crossing
Boring Location
Between N. Saginaw Blvd. and US HWY 287
NVG
Fort Worth, Texas
9GE
Latitude
Water Level Observations (feet) Date
E R
32.958870
N
While Drilling
Not Observed 9-29-21
Longitude
At Completion
Not Observed
w
97.416930
W
End of Day
Not Measured
= CL
y
G
V)
tL
a+
N
O
d V)
}'
C
O
U
C
a E Q
«
Stratum Description -1>
o_=
o
d •—
a J
o
= a
y £
>
O o
y O
'w j
N
O
o M
w
.O+
16M a
Approximate Surface Elevation = 852.0 feet 3: O rn
or
a W
M a'
a rn
LL-PL-PI
0 3
2 rn 0
c o
O U
\ /
WEATHERED LIMESTONE - tan, clay seams
X
50/5'/z'
1
5
10
839.0
LIMESTONE - gray
50/4" 7
9-19-8 N=27 55 12
5-50/5'/2" 18
50/4" 10
=i 50/'/4'
1 � �_'� 50/'/2 " 6
� Z
i 50/'/2'
20 = 832.0 50/%"
Boring Terminated at Approximately 20 Feet
Proposed Elevation = 841.0 Feet
Approximate Grading = 11.0 Feet Cut
Material boundaries are approximate, in situ, transitions may be qradual.
Driller: Plate A.43
Drilling Method: Continuous Flight Augers
Log
Project No.
B-41
21-25640 Cattleman's Crossing
Boring Location
Between N. Saginaw Blvd. and US HWY 287
NVG
Fort Worth, Texas
9GE
Latitude
Water Level Observations (feet) Date
E R
32.959440
N
While Drilling
Not Observed 9-29-21
Longitude
At Completion
Not Observed
w
97.41695'
W
End of Day
Not Measured
= CL
y
G
V)
tL
a+
N
O
d V)
}'
C
O
U
C
a E Q
«
Stratum Description -1>
o_=
o
d •—
a J
o
= a
y £
>
O o
y O
'w j
N
O
o M
w
.O+
16M a
Approximate Surface Elevation = 849.0 feet 3: O rn
or
a W
M a'
a rn
LL-PL-PI
0 3
2 rn 0
c o
O U
WEATHERED LIMESTONE - tan, clay seams 18-27-12
x
N=39
2
5
10
836.0
LIMESTONE - gray
4-6-8 18
N=14
5-50/5/%" 25 6
13-10-50/4'/2" 12
17-50/1'/i' 11
=i 50/'/4'
` 1 J �_'� 50/'/2' 12
� Z
i 50/'/2'
20 = 829.0 50/%"
Boring Terminated at Approximately 20 Feet
Proposed Elevation = 842.0 Feet
Approximate Grading = 7.0 Feet Cut
Material boundaries are approximate, in situ, transitions may be qradual.
Driller: Plate A.44
Drilling Method: Continuous Flight Augers
Log Project No.
B-42 21-25640 Cattleman's Crossing
Boring Location Between N. Saginaw Blvd. and US HWY 287
Fort Worth, Texas
Latitude Water Level Observations (feet) Date
32.960000 N While Drilling Not Observed 9-29-21
Longitude At Completion Not Observed
�9GE NVG
E R
97.41695'
W
End of Day
Not Measured
O
V1
N
o
O V) _
'= °
U
L
E
~
O
Y
Stratum Description
d 1—
-1 >
L)
E�
o __
0
=o
d J d
a
O. a
0 to
a
E
M
y
O
Na
V)>
N
_
W
.O+N
O
= r0
M
2
rn
Approximate Surface Elevation = 843.0 feet
�
ran
a W
a w
LL-PL-PI
LEAN CLAY (CL) - light brown, with sand
5— j
�X
j�
j
_j
�j
1 J 828.0
WEATHERED LIMESTONE - tan, clay seams
20 823.0
Boring Terminated at Approximately 20 Feet
Proposed Elevation = 841.0 Feet
Approximate Grading = 2.0 Feet Cut
Material boundaries are approximate, in situ, transitions may be qradual.
Driller:
Drilling Method: Continuous Flight Augers
4.5+
4
15-20-12 9
N=32
4.50 87 43-17-26 16
24-16-14 12
N=30
8-13-14 18
N=27
7-10-27 20
N=37
50/1 %" 7
u
CL
L O.
� o
c VVi
O a
3 = O
rn 0 =11 U
Plate A.45
Log Project No.
B-43 21-25640 Cattleman's Crossing
Boring Location Between N. Saginaw Blvd. and US HWY 287
Fort Worth, Texas
Latitude Water Level Observations (feet) Date
32.960590 N While Drilling Not Observed 9-29-21
Longitude At Completion Not Observed
97.41696' W End of Day Not Measured
�9GE NVG
E R
O
t)
w o
V)
N
i to
`mE
o
0o
Stratum Description �>
U
£., Z
o_= o
a J
>Z T
a
M
wul
O
i7to
M
_N
w
Approximate Surface Elevation = 836.0 feet � O
H
ran
CO y>
a W a w
LL-PL-PI
LEAN CLAY (CL) - dark brown
4.5+
j
e
u
CL
X
+-
V)_
O.
a)L
C
�
C
U
L,
o
y,
C V)
E
0
N_
O
2 rn
0
=11U
8
4.5+ 93 43-15-28 8 -0.1 92
light brown, limestone seams
7-7-7
12
5—�
N=14
V
6N=35
15
35
%
50/2"
16
826.0
10
WEATHERED LIMESTONE - tan, clay seams
823.0
LIMESTONE - gray
50/Y4'
5
1 70
50/%"
� Z
= i
50/%"
50/%"
816.0
20
Boring Terminated at Approximately 20 Feet
Proposed Elevation = 834.0 Feet
Approximate Grading = 2.0 Feet Cut
Material boundaries are approximate, in situ, transitions may be qradual.
Driller:
Drilling Method: Continuous Flight Augers
Plate A.46
Log Project No.
B-44 21-25640 Cattleman's Crossing
Boring Location Between N. Saginaw Blvd. and US HWY 287
Fort Worth, Texas
Latitude Water Level Observations (feet) Date
32.961140 N While Drilling Not Observed 9-27-21
Longitude At Completion Not Observed
�9GE NVG
E R
97.416970
W End of Day
Not Measured
_ a
O
w
V1
=
a
N
°�'' w o
Q, V) C
A! O
U
~
L
E
O
Y Stratum Description
d 1—
-1 >
L)
E� 0
o __ =o
d J d
a
O. a a
0 to E
M
y
O
Na V)>
N
rn
_
w Approximate Surface Elevation = 830.0 feet
.O+N
� O
ran
C r0 M
a W a w
LL-PL-PI 2
f
LEAN CLAY (CL) - dark brown
4.5+
j
J/ 4.5+
826.0
WEATHERED LIMESTONE -tan, clay seams
819.0
LIMESTONE - gray
S
1�
S
20 T 810.0
Boring Terminated at Approximately 20 Feet
Proposed Elevation = 831.0 Feet
Approximate Grading = 1.0 Foot Fill
50/3'/z'
50/1'/z'
19-50/5'/i
50/'/2'
50/'/2'
50/%"
50/'/2'
10
17
12
5
u
CL
L O.
� o
c VVi
O a
3 C O
rn 0 =11 U
Material boundaries are approximate, in situ, transitions may be qradual.
Driller: Plate A.47
Drilling Method: Continuous Flight Augers
Log Project No.
B-45 21-25640 Cattleman's Crossing
Boring Location Between N. Saginaw Blvd. and US HWY 287
Fort Worth, Texas
Latitude Water Level Observations (feet) Date
32.961720 N While Drilling Not Observed 9-27-21
Longitude At Completion Not Observed
�9GE NVG
E R
97.416920
W End of Day Not Measured
_ a
O
w
V1
=
a
N
°�'' w o
Q, V) C
A! O
U
~
L
E
O
Y Stratum Description
d 1—
-1 >
L)
E� 0
o __ =o
d J d
a
O. a a
0 to E
M
y
O
Na V)>
N
rn
_
w Approximate Surface Elevation = 827.0 feet
.O+N
� O
ran
C r0 M
a W a w
LL-PL-PI 2
f
LEAN CLAY (CL) - dark brown
4.50
j
J/ 4.50
823.0
WEATHERED LIMESTONE -tan, clay seams
816.0
LIMESTONE - gray
S
1�
S
20 T 807.0
Boring Terminated at Approximately 20 Feet
Proposed Elevation = 830.0 Feet
Approximate Grading = 3.0 Feet Fill
12
18
25-50/5'/i' 3
50/11, 80 24-13-11 6
50/4" 7
50/3/4'
50/%" 4
50/'/2'
50/%"
u
CL
L O.
� o
c VVi
O a
3 C O
rn 0 =11 U
Material boundaries are approximate, in situ, transitions may be qradual.
Driller: Plate A.48
Drilling Method: Continuous Flight Augers
Log
Project No.
B-46
21-25640 Cattleman's Crossing
Boring Location
Between N. Saginaw Blvd. and US HWY 287
NVG
Fort Worth, Texas
9GE
Latitude
Water Level Observations (feet) Date
E R
32.961720
N
While Drilling
Not Observed 9-27-21
Longitude
At Completion
Not Observed
w
97.416260
W
End of Day
Not Measured
=
CL
y
G
V)
tL
a+
N
O
d V)
}'
C
O
U
C
a E Q
«
Stratum Description -1>
o_=
o
d •—
a J
o
= a
y £
>
O o
y O
'w j
N
O
o M
w
.O+
16M a
Approximate Surface Elevation = 824.0 feet 3: O rn
or
a W
M a'
a rn
LL-PL-PI
0
2
3
rn 0
c o
O U
LEAN CLAY (CL) - dark brown
4.50
19
j
821.0
WEATHERED LIMESTONE - tan, clay seams
4.50
20
0
810.0
LIMESTONE - gray
15— =''
S
_
Z
20 804.0
Boring Terminated at Approximately 20 Feet
Proposed Elevation = 829.0 Feet
Approximate Grading = 5.0 Feet Fill
Material boundaries are approximate, in situ, transitions may be qradual.
Driller:
Drilling Method: Continuous Flight Augers
36-34-50/2"
50/4"
50/6"
18-29-50/2"
50/'/2'
50/'/2'
0
0
15
11
Plate A.49
Log Project No.
B-47 21-25640 Cattleman's Crossing
Boring Location Between N. Saginaw Blvd. and US HWY 287
Fort Worth, Texas
Latitude Water Level Observations (feet) Date
32.961150 N While Drilling Not Observed 9-27-21
Longitude At Completion Not Observed
�9GE NVG
E R
97.416280
W End of Day
Not Measured
_ a
O
w
V1
=
a
N
°�'' w o
Q, V) C
A! O
U
~
L
E
O
Y Stratum Description
d 1—
-1 >
L)
E� 0
o __ =o
d J d
a
O. a a
0 to E
M
y
O
Na V)>
N
rn
_
w Approximate Surface Elevation = 828.0 feet
.O+N
� O
ran
C r0 M
a W a w
LL-PL-PI 2
f
LEAN CLAY (CL) - dark brown
4.50
j
J/ 4.50
824.0
WEATHERED LIMESTONE -tan, clay seams
817.0
LIMESTONE - gray
S
S
20 —_ 808.0
Boring Terminated at Approximately 20 Feet
Proposed Elevation = 830.0 Feet
Approximate Grading = 2.0 Feet Fill
21
10
16-38-50/1 " 4
50/1" 6
50/1" 6
19-50/6" 98 49-16-33 16
50/1"
50/'/2' 6
u
CL
L O.
� o
c VVi
O a
3 C O
rn 0 =11 U
Material boundaries are approximate, in situ, transitions may be qradual.
Driller: Plate A.50
Drilling Method: Continuous Flight Augers
Log Project No.
B-48 21-25640 Cattleman's Crossing
Boring Location Between N. Saginaw Blvd. and US HWY 287
Fort Worth, Texas
Latitude Water Level Observations (feet) Date
32.960580 N While Drilling Not Observed 9-29-21
Longitude At Completion Not Observed
�9GE NVG
E R
97.41627'
W End of Day
Not Measured
_ a
O~
w
V1
=
a
N
°Y' w o
Q, V) C
A! o
U
L
E
O
Y Stratum Description
(D-
-1 >
L)
E� 0
o __ =o
d J d
a
O. a a
0 to E
M
y
4; N
O
N a V) >
N
rn
_
w Approximate Surface Elevation = 832.0 feet
� O
ran
C r0 M
a W a w
LL-PL-PI 2
%/ LEAN CLAY (CL) - brown
�� 4.50 14
j
4.00 6
j
5 — j 4.00 88 31-17-14 20
826.0
WEATHERED LIMESTONE -tan, clay seams
f
819.0
LIMESTONE - gray
1�
Z
20 =i812.0
Boring Terminated at Approximately 20 Feet
Proposed Elevation = 833.0 Feet
Approximate Grading = 1.0 Foot Fill
13-12-4
N=16
50/%"
50/%"
50/'/2'
50/%"
50/%"
50/%"
12
rA
5
Material boundaries are approximate, in situ, transitions may be qradual.
Driller:
Drilling Method: Continuous Flight Augers Plate A.51
Log
Project No.
B-49
21-25640 Cattleman's Crossing
Boring Location
Between N. Saginaw Blvd. and US HWY 287
NVG
Fort Worth, Texas
9GE
Latitude
Water Level Observations (feet) Date
E R
32.960020
N
While Drilling
Not Observed 9-29-21
Longitude
At Completion
Not Observed
w
97.41627'
W
End of Day
Not Measured
=
CL
y
G
V)
tL
a+
N
O
d V)
}'
C
O
U
C
a E Q
«
Stratum Description -1>
o_=
o
d •—
a J
o
= a
y £
>
O O
y O
'w j
N
O
o M
W
.O+
16M a
Approximate Surface Elevation = 837.0 feet O rn
or
a W
M a'
a rn
LL-PL-PI
0
2
3
rn 0
c o
O U
SANDY LEAN CLAY (CL) - brown
4.50
66
45-22-23
7
J
10-11-13
N=24
8
832.0
5
WEATHERED LIMESTONE - tan, clay seams 1 -12 11
11
f
i
824.0
LIMESTONE - gray
1�74
� Z
20 =i817.0
Boring Terminated at Approximately 20 Feet
Proposed Elevation = 841.0 Feet
Approximate Grading = 4.0 Feet Fill
Material boundaries are approximate, in situ, transitions may be qradual.
Driller:
Drilling Method: Continuous Flight Augers
50/'/2'
50/%"
50/%"
50/%"
50/3/4'
50/%"
50/'/2'
50/%"
10
10
4
Plate A.52
Log
Project No.
B-50
21-25640 Cattleman's Crossing
Boring Location
Between N. Saginaw Blvd. and US HWY 287
NVG
Fort Worth, Texas
9GE
Latitude
Water Level Observations (feet) Date
E R
32.959460
N
While Drilling
Not Observed 9-29-21
Longitude
At Completion
Not Observed
w
97.416280
W
End of Day
Not Measured
= CL
y
G
V)
tL
a+
N
O
d V)
}'
C
O
U
C
a E Q
«
Stratum Description -1>
o_=
o
d •—
a J
o
= a
y £
>
O o
y O
'w j
N
O
o M
w
.O+
16M a
Approximate Surface Elevation = 839.0 feet 3: O rn
or
a W
M a'
a rn
LL-PL-PI
0 3
2 rn 0
c o
O U
%/ LEAN CLAY (CL) - dark brown
��4.50
837.0
WEATHERED LIMESTONE -tan, clay seams
f
825.0
LIMESTONE -gray
15—=-
S
_
Z
819.0
20
Boring Terminated at Approximately 20 Feet
Proposed Elevation = 843.0 Feet
Approximate Grading = 4.0 Feet Fill
10-12-14 88
N=26
11-4-13
N=17
50/%"
50/'/2'
50/'/2'
50/%"
50/'/2'
50/%"
50/'/2'
50/%"
5
4
0
8
we
5
Material boundaries are approximate, in situ, transitions may be qradual.
Driller: Plate A.53
Drilling Method: Continuous Flight Augers
Log
Project No.
B-51
21-25640 Cattleman's Crossing
Boring Location
Between N. Saginaw Blvd. and US HWY 287
NVG
Fort Worth, Texas
9GE
Latitude
Water Level Observations (feet) Date
E R
32.958860
N
While Drilling
Not Observed 9-29-21
Longitude
At Completion
Not Observed
w
97.416260
W
End of Day
Not Measured
= CL
y
G
V)
tL
a+
N
O
d V)
}'
C
O
U
C
a E Q
«
Stratum Description -1>
o_=
o
d •—
a J
o
= a
y £
>
O o
y O
'w j
N
O
o M
w
.O+
16M a
Approximate Surface Elevation = 844.0 feet 3: O rn
or
a W
M a'
a rn
LL-PL-PI
0 3
2 rn 0
c o
O U
%/ LEAN CLAY (CL) - dark brown
��4.50
842.0
WEATHERED LIMESTONE -tan, clay seams
f
830.0
LIMESTONE -gray
15—=-
S
_
Z
824.0
20
Boring Terminated at Approximately 20 Feet
Proposed Elevation = 842.0 Feet
Approximate Grading = 2.0 Feet Cut
14-20-22
N=42
15-17-20 59
N=37
50/'/4'
50/'/2'
50/'/2'
50/%"
50/'/2'
50/%"
50/'/2'
50/%"
13
10
5
7
8
4
Material boundaries are approximate, in situ, transitions may be qradual.
Driller: Plate A.54
Drilling Method: Continuous Flight Augers
Log
Project No.
B-52
21-25640 Cattleman's Crossing
Boring Location
Between N. Saginaw Blvd. and US HWY 287
NVG
Fort Worth, Texas
9GE
Latitude
Water Level Observations (feet) Date
E R
32.958310
N
While Drilling
Not Observed 9-29-21
Longitude
At Completion
Not Observed
w
97.41627'
W
End of Day
Not Measured
= CL
y
G
V)
tL
a+
N
O
d V)
}'
C
O
U
C
a E Q
«
Stratum Description -1>
o_=
o
d •—
a J
o
= a
y £
>
O o
y O
'w j
N
O
o M
w
.O+
16M a
Approximate Surface Elevation = 853.0 feet 3: O rn
or
a W
M a'
a rn
LL-PL-PI
0 3
2 rn 0
c o
O U
%/ LEAN CLAY (CL) - dark brown
��4.50
851.0
WEATHERED LIMESTONE -tan, clay seams
f
839.0
LIMESTONE -gray
15—=-
S
_
Z
833.0
20
Boring Terminated at Approximately 20 Feet
Proposed Elevation = 848.0 Feet
Approximate Grading = 5.0 Feet Cut
m
12-17-19 53 35-17-18 6
N=36
15-14-21
N=35
50/%"
50/%"
50/'/2'
50/%"
50/%"
50/%"
50/%"
50/%"
7
8
9
4
Material boundaries are approximate, in situ, transitions may be qradual.
Driller: Plate A.55
Drilling Method: Continuous Flight Augers
Log Project No.
B-53 21-25640 Cattleman's Crossing
Boring Location Between N. Saginaw Blvd. and US HWY 287
Fort Worth, Texas
Latitude Water Level Observations (feet) Date
32.957730 N While Drilling Not Observed 10-20-21
Longitude At Completion Not Observed
�9GE NVG
E R
97.41627'
W End of Day
Not Measured
_ a
O
w
V1
=
a
N
°�'' w o
Q, V) C
A! O
U
~
L
E
O
Y Stratum Description
d 1—
-1 >
L)
E� 0
o __ =o
d J d
a
O. a a
0 to E
M
y
O
Na V)>
N
rn
_
W Approximate Surface Elevation = 854.0 feet
.O+N
� O
ran
C r0 M
a W a w
LL-PL-PI 2
LEAN CLAY (CL) - dark brown
4.5+
j
J/ 4.5+
850.0
WEATHERED LIMESTONE -tan, clay seams
f
840.0
LIMESTONE -gray
15—=-
S
_
Z
� 834.0
20
Boring Terminated at Approximately 20 Feet
Proposed Elevation = 849.0 Feet
Approximate Grading = 5.0 Feet Cut
50/6"
50/2"
50/1"
50/3"
50/3"
50/2"
50/2"
I�
0
43 33-16-17 5
8
7
8
u
CL
L O.
� o
c VVi
O a
3 C O
rn 0 =11 U
Material boundaries are approximate, in situ, transitions may be qradual.
Driller: Plate A.56
Drilling Method: Continuous Flight Augers
Log Project No.
B-54 21-25640 Cattleman's Crossing
Boring Location Between N. Saginaw Blvd. and US HWY 287
Fort Worth, Texas
Latitude Water Level Observations (feet) Date
32.957700 N While Drilling Not Observed 9-29-21
Longitude At Completion Not Observed
97.41558' W End of Day Not Measured
�9GE NVG
E R
O
t)
w o
V)
N
i to
`mE
o
0o
Stratum Description �>
U
£., Z
o_= o
a J
>Z T
a
M
� �
wul
O
i7to
M
_N
w
Approximate Surface Elevation = 851.0 feet � O
H
ran
CO y>
a W a w
LL-PL-PI
LEAN CLAY (CL) - dark brown
4.00
light brown, limestone seams
�j
50/2"
5 -X
50/1'/4"
e
u
CL
X
+-
V)_
O.
a)L
C
�
C
U
L,
o
y,
C V)
E
0
N_
O
2 rn
0
=11U
15
7
12
50/1" 94 43-20-23 11
j 4.5+
10 841.0
WEATHERED LIMESTONE - tan, clay seams
839.0
LIMESTONE - gray
50/50/1'Y2'
15— _ 50/50/1 "
Z
S
50/50/1'Y2'
20 831.0 50/50/1"
Boring Terminated at Approximately 20 Feet
Proposed Elevation = 847.0 Feet
Approximate Grading = 4.0 Feet Cut
Material boundaries are approximate, in situ, transitions may be qradual.
21
HE
Driller:
Drilling Method: Continuous Flight Augers
Plate A.57
Log Project No.
B-55 21-25640 Cattleman's Crossing
Boring Location Between N. Saginaw Blvd. and US HWY 287
Fort Worth, Texas
Latitude Water Level Observations (feet) Date
32.958280 N While Drilling Not Observed 9-29-21
Longitude At Completion Not Observed
97.41559' W End of Day Not Measured
�9GE NVG
E R
O
t)
w o
V)
N
i to
`mE
o
0o
Stratum Description �>
U
£., Z
o_= o
a J
>Z T
a
M
wul
O
i7to
M
_N
w
Approximate Surface Elevation = 848.0 feet � O
H
ran
CO y>
a W a w
LL-PL-PI
LEAN CLAY (CL) - dark brown
4.00
light brown, limestone seams
�j50/1
5 -X
50/2%"
50/2"
j 4.00 80
10 838.0
WEATHERED LIMESTONE - tan, clay seams
836.0
LIMESTONE - gray
50/1 %"
_ 15—= 50/1"
Z
S
50/1"
20 828.0 50/1"
Boring Terminated at Approximately 20 Feet
Proposed Elevation = 847.0 Feet
Approximate Grading = 1.0 Foot Cut
Material boundaries are approximate, in situ, transitions may be qradual.
e
u
CL
X
+-
V)_
O.
a)L
C
0
C
U
L,
o
y,
C V)
E
0
N_
O
2 rn
0
=11U
15
2
1
7
15
9
Driller:
Drilling Method: Continuous Flight Augers
Plate A.58
Log
Project No.
B-56
21-25640 Cattleman's Crossing
Boring Location
Between N. Saginaw Blvd. and US HWY 287
NVG
Fort Worth, Texas
9GE
Latitude
Water Level Observations (feet) Date
E R
32.958870
N
While Drilling
Not Observed 10-20-21
Longitude
At Completion
Not Observed
w
97.415600
W
End of Day
Not Measured
=
CL
y
G
V)
tL
a+
N
O
d V)
}'
C
O
U
C
a E Q
«
Stratum Description -1>
o_=
o
d •—
a J
o
= a
y £
>
O o
y O
'w j
N
O
o M
w
.O+
16M a
Approximate Surface Elevation = 842.0 feet 3: O rn
or
a W
M a'
a rn
LL-PL-PI
0
2
3
rn 0
c o
O U
FAT CLAY (CH) - dark brown
—�
3.50
28
E
f
2
- light brown
0
Boring Terminated at Approximately 20 Feet
Proposed Elevation = 839.0 Feet
Approximate Grading = 3.0 Feet Cut
4.5+ 21
4.5+ 22
4.5+ 22 103 9,080
4.00 87 66-20-46 23 2.3 105
3.50 21
3.00 22
Material boundaries are approximate, in situ, transitions may be qradual.
Driller: Plate A.59
Drilling Method: Continuous Flight Augers
Log
Project No.
B-57
21-25640 Cattleman's Crossing
Boring Location
Between N. Saginaw Blvd. and US HWY 287
NVG
Fort Worth, Texas
9GE
Latitude
Water Level Observations (feet) Date
E R
32.959450
N
While Drilling
Not Observed 9-29-21
Longitude
At Completion
Not Observed
w
97.41559'
W
End of Day
Not Measured
= CL
y
G
V)
tL
a+
N
O
d V)
}'
C
O
U
C
a E Q
«
Stratum Description -1>
o_=
o
d •—
a J
o
= a
y £
>
O o
y O
'w j
N
O
o M
w
.O+
16M a
Approximate Surface Elevation = 836.0 feet 3: O rn
or
a W
M a'
a rn
LL-PL-PI
0 3
2 rn 0
c o
O U
f
%/ LEAN CLAY (CL) - dark brown
��4.50
834.0
WEATHERED LIMESTONE -tan, clay seams
825.0
LIMESTONE - gray
S
S
20 T 816.0
Boring Terminated at Approximately 20 Feet
Proposed Elevation = 840.0 Feet
Approximate Grading = 4.0 Feet Fill
12
9-11-11 7
N=22
50/1 " 4
10-22-23 11
N=45
13-20-21 91 41-20-21 15
N=41
50/3/4'
50/'/2' 4
50/'/2'
50/%"
Material boundaries are approximate, in situ, transitions may be qradual.
Driller: Plate A.60
Drilling Method: Continuous Flight Augers
Log Project No.
B-58 21-25640 Cattleman's Crossing
Boring Location Between N. Saginaw Blvd. and US HWY 287
Fort Worth, Texas
Latitude Water Level Observations (feet) Date
32.960040 N While Drilling Not Observed 9-29-21
Longitude At Completion Not Observed
�9GE NVG
E R
97.415600
W End of Day Not Measured
_ a
O~
w
V1
=
a
N
°Y' w o
Q, V) C
A! o
U
L
E
O
Y Stratum Description
(D-
-1 >
L)
E� 0
o __ =o
d J d
a
O. a a
0 to E
M
y
4; N
O
N a V) >
N
rn
_
w Approximate Surface Elevation = 833.0 feet
� O
ran
C r0 M
a W a w
LL-PL-PI 2
-%FAT CLAY (CH) - dark brown
/ 4.50 19
J
/ 4.50 21
� 5 4.50 21
— /
Jam/
4.50 83 73-24-49 22 4.3 98
/
4.50 22
10
823.0
WEATHERED LIMESTONE - tan, clay seams
821.0
LIMESTONE - gray
= �
50/3/4' 6
15—
50/%"
Z
n
� T
i
s
=4f
50/%"
50/%"
813.0
s 20
Boring Terminated at Approximately 20 Feet
Proposed Elevation = 837.0 Feet
Approximate Grading = 4.0 Feet Fill
Material boundaries are approximate, in situ, transitions may be qradual.
Driller:
Drilling Method: Continuous Flight Augers Plate A.61
Log Project No.
B-59 21-25640 Cattleman's Crossing
Boring Location Between N. Saginaw Blvd. and US HWY 287
Fort Worth, Texas
Latitude Water Level Observations (feet) Date
32.960030 N While Drilling Not Observed 9-29-21
Longitude At Completion Not Observed
�9GE NVG
E R
97.414920
W
End of Day
Not Measured
O~
V1
N
Q, V) C
U
L
E
O
Y
Stratum Description
(D—
-1 >
L)
E�
o __
0
=o
d J d
a
O. a
0 to
a
E
M
y
O
Na
V)>
N
_
w
.O+N
O
C r0
a W
M
a
2
Approximate Surface Elevation = 830.0 feet
�
ran
w
LL-PL-PI
CLAY (CH) - dark brown
-%FAT
4.50
21
/
/
4.50
20
u
CL
L O.
� o
c VVi
O a
3 C O
rn 0 =11 U
5
4.50 94 75-25-50 21 8.4 93
—
4.50 17
/
4.50 19
10—
818.0
WEATHERED LIMESTONE - tan, clay seams
50/1" 3
15-
3
' 814.0
LIMESTONE - gray
n
i
s
50/'/2'
50/%" 7
20 810.0
Boring Terminated at Approximately 20 Feet
Proposed Elevation = 834.0 Feet
Approximate Grading = 4.0 Feet Fill
Material boundaries are approximate, in situ, transitions may be qradual.
Driller:
Drilling Method: Continuous Flight Augers
Plate A.62
Log
Project No.
B-60
21-25640 Cattleman's Crossing
Boring Location
Between N. Saginaw Blvd. and US HWY 287
NVG
Fort Worth, Texas
9GE
Latitude
Water Level Observations (feet) Date
E R
32.959470
N
While Drilling
Not Observed 10-20-21
Longitude
At Completion
Not Observed
w
97.41495'
W
End of Day
Not Measured
=
CL
y
G
V)
tL
a+
N
O
d V)
}'
C
O
U
C
a E Q
«
Stratum Description -1>
o_=
o
d •—
a J
o
= a
y £
>
O o
y O
'w j
N
O
o M
w
.O+
16M a
Approximate Surface Elevation = 835.0 feet 3: O rn
or
a W
M a'
a rn
LL-PL-PI
0
2
3
rn 0
c o
O U
FAT CLAY (CH) - dark brown
—�
4.5+
27
E
f
IN
W,
- light brown
15.0
Boring Terminated at Approximately 20 Feet
Proposed Elevation = 836.0 Feet
Approximate Grading = 1.0 Foot Fill
4.5+ 95 62-18-44 21 4.6 100
4.00 19
3.00 22
3.00 21
2.50 23
2.50 18
Material boundaries are approximate, in situ, transitions may be qradual.
Driller: Plate A.63
Drilling Method: Continuous Flight Augers
Log Project No.
B-61 21-25640 Cattleman's Crossing
Boring Location Between N. Saginaw Blvd. and US HWY 287
Fort Worth, Texas
Latitude Water Level Observations (feet) Date
32.958890 N While Drilling Not Observed 10-20-21
Longitude At Completion Not Observed
�9GE NVG
E R
97.414920
W End of Day
Not Measured
_ a
O
w
V1
=
a
N
°�'' w o
Q, V) C
A! O
U
~
L
E
O
Y Stratum Description
d 1—
-1 >
L)
E� 0
o __ =o
d J d
a
O. a a
0 to E
M
y
O
Na V)>
N
rn
_
w Approximate Surface Elevation = 838.0 feet
.O+N
� O
ran
C r0 M
a W a w
LL-PL-PI 2
-%FAT CLAY (CH) - dark brown
/ 4.5+ 27
J
/ 4.5+ 88 67-21-46 18
5 — / 4.5+
832.0
WEATHERED LIMESTONE -tan
f
824.0
LIMESTONE - gray
15—=-
S
_
Z
� 818.0
20
Boring Terminated at Approximately 20 Feet
Proposed Elevation = 837.0 Feet
Approximate Grading = 1.0 Foot Cut
50/4"
50/3"
50/4"
50/4"
50/3"
50/3"
7
17
1K
9
u
CL
L O.
� o
c VVi
O a
3 C O
rn 0 =11 U
Material boundaries are approximate, in situ, transitions may be qradual.
Driller: Plate A.64
Drilling Method: Continuous Flight Augers
Log Project No.
B-62 21-25640 Cattleman's Crossing
Boring Location Between N. Saginaw Blvd. and US HWY 287
Fort Worth, Texas
Latitude Water Level Observations (feet) Date
32.958010 N While Drilling Not Observed 10-20-21
Longitude At Completion Not Observed
�9GE NVG
E R
97.41491'
W
End of Day
Not Measured
_ c
O
w
V1
=
a
°�'' w
N
o
d y C
A! O
U
~
L
E
O
Y
Stratum Description
d 1—
-1 >
L)
E
o __
Z
=o
d J d
a
O. a a
0 to E
M
w N
O
N 'O
Vl j
N
Approximate Surface Elevation = 843.0 feet
3: O
rn
a W
a rn
LL-PL-PI 2
FAT CLAY (CH) - dark brown
—%
4.5+
92
69-29-40 24
/
841.0
WEATHERED LIMESTONE -tan
E
f
829.0
LIMESTONE -gray
15—=-
S
_
Z
� 823.0
20
Boring Terminated at Approximately 20 Feet
Proposed Elevation = 840.0 Feet
Approximate Grading = 3.0 Feet Cut
50/5"
50/1"
50/2"
50/3"
50/4"
50/4"
50/3"
50/3"
2
2
2
3
9
Material boundaries are approximate, in situ, transitions may be qradual.
Driller: Plate A.65
Drilling Method: Continuous Flight Augers
Log
Project No.
B-63
21-25640 Cattleman's Crossing
Boring Location
Between N. Saginaw Blvd. and US HWY 287
NVG
Fort Worth, Texas
9GE
Latitude
Water Level Observations (feet) Date
E R
32.962880
N
While Drilling
Not Observed 10-21-21
Longitude
At Completion
Not Observed
w
97.41558'
W
End of Day
Not Measured
=
CL
y
G
V)
tL
a+
N
O
d V)
}'
C
O
U
C
a E Q
«
Stratum Description -1>
o_=
o
d •—
a J
o
= a
y £
>
O o
y O
'w j
N
O
o M
w
.O+
16M a
Approximate Surface Elevation = 827.0 feet 3: O rn
or
a W
M a'
a rn
LL-PL-PI
0
2
3
rn 0
c o
O U
FAT CLAY (CH) - dark brown
—
2.00
23
4.00
94
75-28-47
26
7.7 89
E
f
IN
W,
- light brown
0
Boring Terminated at Approximately 20 Feet
Proposed Elevation = 828.0 Feet
Approximate Grading = 1.0 Foot Fill
4.00 26
4.5+ 26
3.00 26
3.00 10
4.5+ 19
Material boundaries are approximate, in situ, transitions may be qradual.
Driller: Plate A.66
Drilling Method: Continuous Flight Augers
Log Project No.
B-64 21-25640 Cattleman's Crossing
Boring Location Between N. Saginaw Blvd. and US HWY 287
Fort Worth, Texas
Latitude Water Level Observations (feet) Date
32.962310 N While Drilling Not Observed 10-21-21
Longitude At Completion Not Observed
�9GE NVG
E R
97.41559'
W End of Day Not Measured
O
V1
N
O V) _
U
~
L
E
O
Y Stratum Description
d 1—
-1 >
L)
E� 0
o __ =o
d J d
a
O. a a
0 to E
M
y
O
Na V)>
N
rn
_
w Approximate Surface Elevation = 826.0 feet
.O+N
� O
ran
= r0 M
a IY a N
LL-PL-PI 2
-%FAT CLAY (CH) - dark brown
/ 3.50 27
J
/ 4.5+ 21
5 — // 4.5+ 21
u
CL
L O.
� o
c VVi
O a
= O
rn 0 =11 U
— 4.5+ 90 77-22-55 22 7.3 101
818.0
LEAN CLAY (CL) -light brown, limestone seams
/ 4.5+ 9
10
j813.0
\ / WEATHERED LIMESTONE - tan
�( 50/1" 5
' 1J
3
s —
i
n
i
i
s
s 50/2" 8
s 20 806.0
Boring Terminated at Approximately 20 Feet
Proposed Elevation = 828.0 Feet
Approximate Grading = 2.0 Feet Fill
Material boundaries are approximate, in situ, transitions may be qradual.
Driller: Plate A.67
Drilling Method: Continuous Flight Augers
Log Project No.
B-65 21-25640 Cattleman's Crossing
Boring Location Between N. Saginaw Blvd. and US HWY 287
Fort Worth, Texas
Latitude Water Level Observations (feet) Date
32.961730 N While Drilling Not Observed 10-21-21
Longitude At Completion Not Observed
�9GE NVG
E R
97.41558'
W End of Day Not Measured
O
V1
N
O V) _
U
~
L
E
O
Y Stratum Description
d 1—
-1 >
L)
E� 0
o __ =o
d J d
a
O. a a
0 to E
M
y
O
Na V)>
N
rn
_
W Approximate Surface Elevation = 825.0 feet
.O+N
� O
ran
= r0 M
a W a N
LL-PL-PI 2
u
i1 y
L O.
� o
c VVi
O a
= O
in 0 =11 U
CLAY (CH) - dark brown
-%FAT
3.00
27
/
J
/
4.5+
18
5 — //
4.5+
18
— /
4.5+
18
Jam/
/
4.5+ 90
70-22-48 18 2.8 101
10
815.0
LEAN CLAY (CL) -light brown, limestone seams
j
j
812.0
WEATHERED LIMESTONE - tan
\ /
�(
50/4"
6
' 1J
3
s
i
n
i
i
s
s
50/1"
10
s 20 805.0
Boring Terminated at Approximately 20 Feet
Proposed Elevation = 828.0 Feet
Approximate Grading = 3.0 Feet Fill
Material boundaries are approximate, in situ, transitions may be qradual.
Driller:
Drilling Method: Continuous Flight Augers
Plate A.68
Log Project No.
B-66 21-25640 Cattleman's Crossing
Boring Location Between N. Saginaw Blvd. and US HWY 287
Fort Worth, Texas
Latitude Water Level Observations (feet) Date
32.961730 N While Drilling Not Observed 10-21-21
Longitude At Completion Not Observed
�9GE NVG
E R
97.41494'
W End of Day Not Measured
_ a
O
w
V1
=
a
N
°�'' w o
Q, V) C
A! O
U
~
L
E
O
Y Stratum Description
d 1—
-1 >
L)
E� 0
o __ =o
d J d
a
O. a a
0 to E
M
y
O
Na V)>
N
rn
_
w Approximate Surface Elevation = 829.0 feet
.O+N
� O
ran
C r0 M
a W a w
LL-PL-PI 2
-%FAT CLAY (CH) - dark brown
/ 4.00 28
J
/ 4.5+ 16
5 — // 4.5+ 17
u
CL
L O.
� o
c VVi
O a
3 C O
rn 0 =11 U
4.5+ 91 63-18-45 16 8.1 104
/
4.5+ 13
10—
/
816.0
WEATHERED LIMESTONE - tan
\ /
x
50/6" 5
3
s
i
n
i
i
s
s
50/3" 10
s 201809.0
Boring Terminated at Approximately 20 Feet
Proposed Elevation = 830.0 Feet
Approximate Grading = 1.0 Foot Fill
Material boundaries are approximate, in situ, transitions may be qradual.
Driller: Plate A.69
Drilling Method: Continuous Flight Augers
Log Project No.
B-67 21-25640 Cattleman's Crossing
Boring Location Between N. Saginaw Blvd. and US HWY 287
Fort Worth, Texas
Latitude Water Level Observations (feet) Date
32.961710 N While Drilling Not Observed 10-21-21
Longitude At Completion Not Observed
�9GE NVG
E R
97.414240
W
End of Day
Not Measured
_
O
a
w
V1
=
a
°�'' w
N
o
Q, V) C
A! O
U
L
E
~
O
Y
Stratum Description
d 1—
-1 >
L)
E�
o __
0
=o
d J d
a
O. a
0 to
a
E
M
y
O
Na
V)>
N
_
w
.O+N
O
C r0
a W
M
a
2
Approximate Surface Elevation = 834.0 feet
ran
w
LL-PL-PI
CLAY (CH) - dark brown
-%FAT
3.50
26
/
J
/
4.5+
21
5 — /
4.5+
93
66-22-44 16
J 4.5+
4.5+
10—
/ 821.0
\ / WEATHERED LIMESTONE - tan
�( 50/3"
' 1J
3
s
i
n
i
i
s
s 50/4"
20 814.0
Boring Terminated at Approximately 20 Feet
Proposed Elevation = 834.0 Feet
Approximate Grading = 0.0 Feet Fill
Material boundaries are approximate, in situ, transitions may be qradual.
Driller:
Drilling Method: Continuous Flight Augers
13
In
14
15
u
i1 y
L O.
� o
c VVi
O a
3 C O
in 0 =11 U
Plate A.70
Log
Project No.
B-68
21-25640 Cattleman's Crossing
Boring Location
Between N. Saginaw Blvd. and US HWY 287
NVG
Fort Worth, Texas
9GE
Latitude
Water Level Observations (feet) Date
E R
32.961770
N
While Drilling
Not Observed 10-26-21
Longitude
At Completion
Not Observed
w
97.413560
W
End of Day
Not Measured
=
CL
y
G
V)
tL
a+
N
O
d V)
}'
C
O
U
C
a E Q
«
Stratum Description -1>
o_=
o
d •—
a J
o
= a
y £
>
O o
y O
'w j
N
O
o M
w
.O+
16M a
Approximate Surface Elevation = 839.0 feet 3: O rn
or
a W
M a'
a rn
LL-PL-PI
0
2
3
rn 0
c o
O U
FAT CLAY (CH) - dark brown
—�
3.50
14
5
4.50 56 13
4.50 8
- light brown, limestone seams 14-13-14 16
N=27
_I
10-000,
_
15—
J
20_� 819.0
Boring Terminated at Approximately 20 Feet
Proposed Elevation = 836.0 Feet
Approximate Grading = 3.0 Feet Cut
Material boundaries are approximate, in situ, transitions may be qradual.
Driller:
Drilling Method: Continuous Flight Augers
5-7-10 16
N=17
4.5+ 21
4.00 10
Plate A.71
Log
Project No.
B-69
21-25640 Cattleman's Crossing
Boring Location
Between N. Saginaw Blvd. and US HWY 287
NVG
Fort Worth, Texas
9GE
Latitude
Water Level Observations (feet) Date
E R
32.961780
N
While Drilling
Not Observed
Longitude
At Completion
Not Observed
w
97.412890
W
End of Day
Not Measured
= CL
y
G
V)
tL
a+
N
O
d V)
}'
C
O
U
C
a E Q
«
Stratum Description -1>
o_=
o
d •—
a J
o
= a
m £
>
°gy m °
4)
'w �
a
o
M
w
16M a
O rn
or
a W
M a'
a rn
LL-PL-PI
0 3
2 rn 0
c o
=11 U
- Unable to be drilled due to gas line easement
5-
10-
15-
20 Boring Terminated at Approximately 20 Feet
Material boundaries are approximate, in situ, transitions may be qradual.
Driller: Plate A.72
Drilling Method: Continuous Flight Augers
Log Project No.
B-70 21-25640 Cattleman's Crossing
Boring Location Between N. Saginaw Blvd. and US HWY 287
Fort Worth, Texas
Latitude Water Level Observations (feet) Date
32.961170 N While Drilling Not Observed 10-22-21
Longitude At Completion Not Observed
�9GE NVG
E R
97.41494'
W End of Day Not Measured
_ a
O
w
V1
=
a
N
°�'' w o
Q, V) C
A! O
U
~
L
E
O
Y Stratum Description
d 1—
-1 >
L)
E� 0
o __ =o
d J d
a
O. a a
0 to E
M
y
O
Na V)>
N
rn
_
w Approximate Surface Elevation = 829.0 feet
.O+N
� O
ran
C r0 M
a W a w
LL-PL-PI 2
u
i1 y
L O.
� o
c VVi
O a
3 C O
in 0 =11 U
CLAY (CH) - dark brown
-%FAT
4.00
24
/
/
4.5+
17
5 —
4.5+
15
—
4.5+
23
821.0
GRAVELY FAT CLAY (CH) -brown
—/
10—�/
4.5+ 61
64-15-49 12 4.8 115
J/
816.0
LIMESTONE -gray
—=
s
50/1'/2"
6
1 J
50/1
i
n
i
i
=
50/3/4'
50/%"
809.0
s 20
Boring Terminated at Approximately 20 Feet
Proposed Elevation = 833.0 Feet
Approximate Grading = 4.0 Feet Fill
Material boundaries are approximate, in situ, transitions may be qradual.
Driller:
Drilling Method: Continuous Flight Augers
Plate A.73
Log Project No.
B-71 21-25640 Cattleman's Crossing
Boring Location Between N. Saginaw Blvd. and US HWY 287
Fort Worth, Texas
Latitude Water Level Observations (feet) Date
32.961170 N While Drilling Not Observed 10-22-21
Longitude At Completion Not Observed
�9GE NVG
E R
97.414240
W
End of Day
Not Measured
_
O
a
w
V1
=
a
°�'' w
N
o
Q, V) C
A! O
U
L
E
~
O
Y
Stratum Description
d 1—
-1 >
L)
E�
o __
0
=o
d J d
a
O. a
0 to
a
E
M
y
O
Na
V)>
N
_
w
.O+N
O
C r0
a W
M
a
2
Approximate Surface Elevation = 833.0 feet
�
ran
w
LL-PL-PI
CLAY (CH) - dark brown
-%FAT
4.5+
28
/
/
4.5+
22
u
CL
L O.
� o
c VVi
O a
3 C O
rn 0 =11 U
5 — 4.5+ 95 66-24-42 17 8.6 99
J 4.5+
4.5+
10—
820.0
LIMESTONE -gray
s == 50//1
50
i
n
i
i
i 50/'/2'
20 = 813.0 50/%"
Boring Terminated at Approximately 20 Feet
Proposed Elevation = 835.0 Feet
Approximate Grading = 2.0 Feet Fill
17
m
0
Material boundaries are approximate, in situ, transitions may be qradual.
Driller: Plate A.74
Drilling Method: Continuous Flight Augers
Log Project No.
B-72 21-25640 Cattleman's Crossing
Boring Location Between N. Saginaw Blvd. and US HWY 287
Fort Worth, Texas
Latitude Water Level Observations (feet) Date
32.961160 N While Drilling Not Observed 10-22-21
Longitude At Completion Not Observed
�9GE NVG
E R
97.413550
W End of Day
Not Measured
_ a
O
w
V1
=
a
N
°�'' w o
Q, V) C
A! O
U
~
L
E
O
Y Stratum Description
d 1—
-1 >
L)
E� 0
o __ =o
d J d
a
O. a a
0 to E
M
y
O
Na V)>
N
rn
_
w Approximate Surface Elevation = 838.0 feet
.O+N
� O
ran
C r0 M
a W a w
LL-PL-PI 2
u
CL
L O.
� o
c VVi
O a
3 C O
rn 0 =11 U
CLAY (CH) - dark brown
-%FAT
4.5+
28
/
J
/
4.5+
17
834.0
LEAN CLAY (CL) -light brown, with limestone seams
5
4.5+
7
j
4.5+ 70
6 -0.2 95
j
— j
4.5+
5
10
j825.0
LIMESTONE -gray
=i
50/1'/4'
6
50/1"
i
n
i
i
= i
50/1"
50/%"
818.0
i 20
Boring Terminated at Approximately 20 Feet
Proposed Elevation = 839.0 Feet
Approximate Grading = 1.0 Foot Fill
Material boundaries are approximate, in situ, transitions may be qradual.
Driller: Plate A.75
Drilling Method: Continuous Flight Augers
Log Project No.
B-73 21-25640 Cattleman's Crossing
Boring Location Between N. Saginaw Blvd. and US HWY 287
Fort Worth, Texas
Latitude Water Level Observations (feet) Date
32.961170 N While Drilling Not Observed 10-21-21
Longitude At Completion Not Observed
97.412880 W End of Day Not Measured
�9GE NVG
E R
O
t)
w o
V)
N
i to
`mE
o
0o
Stratum Description �>
U
£., Z
o_= o
a J
>Z T
a
M
wul
O
i7to
M
_N
w
Approximate Surface Elevation = 842.0 feet � O
H
ran
CM y>
a W a N
LL-PL-PI
e
u
CL
X
+-
V)_
O.
a)L
C
�
C
U
L,
o
y,
C V)
EN 0 a
2 rn
0
=11U
-%FAT CLAY (CH) - dark brown
/ 4.5+ 94 62-20-42 26
J
4.5+
5 — 4.5+
— 4.5+
834.0
WEATHERED LIMESTONE - tan
24-30-37
N=67
10 t
30-38-42
N=80
E
50/6"
2u
822.0
Boring Terminated at Approximately 20 Feet
Proposed Elevation = 840.0 Feet
Approximate Grading = 2.0 Feet Cut
Material boundaries are approximate, in situ, transitions may be qradual.
25
24
24
4
4
4
Driller:
Drilling Method: Continuous Flight Augers
Plate A.76
Log Project No.
B-74 21-25640 Cattleman's Crossing
Boring Location Between N. Saginaw Blvd. and US HWY 287
Fort Worth, Texas
Latitude Water Level Observations (feet) Date
32.961180 N While Drilling Not Observed 10-22-21
Longitude At Completion Not Observed
97.412210 W End of Day Not Measured
�9GE NVG
E R
w o
V)
O
N
t)
i to
`mE
o
Stratum Description
0o
�>
U
£.,
o==
Z
o
a J
>Z T a M
� �
wul
O
i7to M _N
w
O
H
CO
a W
y>
a
Approximate Surface Elevation = 841.0 feet
ran
w
LL-PL-PI
FAT CLAY (CH) - dark brown
—%
J/
1837.0
WEATHERED LIMESTONE - tan, clay seams
5—
50/5"
2
x
9-21-50/5"
13-33-50/1"
10
830.0
LIMESTONE -gray
S
50/1 /4"
1 J
50/'/4
�
S
—_i
50/1"
T 821.0
50/'/2'
20
Boring Terminated at Approximately 20 Feet
Proposed Elevation = 843.0 Feet
Approximate Grading = 2.0 Feet Fill
Material boundaries are approximate, in situ, transitions may be qradual.
e
u
CL
X
+-
V)_
O.
a)L
C
�
C
U
L,
o
y,
C V)
E
0
N_
O
2 rn
0
=11U
22
21
1
13
19
15
Driller:
Drilling Method: Continuous Flight Augers
Plate A.77
Log Project No.
B-75 21-25640 Cattleman's Crossing
Boring Location Between N. Saginaw Blvd. and US HWY 287
Fort Worth, Texas
Latitude Water Level Observations (feet) Date
32.961170 N While Drilling Not Observed 10-22-21
Longitude At Completion Not Observed
�9GE NVG
E R
97.411510
W End of Day
Not Measured
_ a
O~
w
V1
=
a
N
°�'' w o
Q, V) C
A! O
U
L
E
O
Y Stratum Description
(D—
-1 >
L)
E� 0
o __ =o
d J d
a
O. a a
0 to E
M
y
O
Na V)>
N
rn
_
w Approximate Surface Elevation = 841.0 feet
.O+N
� O
ran
C r0 M
a W a w
LL-PL-PI 2
f
—% FAT CLAY (CH) - dark brown
/ 24
J
u
CL
L O.
� o
c VVi
O a
3 C O
rn 0 =11 U
/ 85 79-20-59 20 7.2 94
837.0
WEATHERED LIMESTONE -tan, clay seams
1 J "W' 826.0
LIMESTONE - gray
S
20 T 821.0
Boring Terminated at Approximately 20 Feet
Proposed Elevation = 841.0 Feet
Approximate Grading = 0.0 Feet Fill
50/4"
50/5%"
50/1"
50/'/2'
50/%"
50/2%"
50P
5
9
10
Material boundaries are approximate, in situ, transitions may be qradual.
Driller: Plate A.78
Drilling Method: Continuous Flight Augers
Log
Project No.
B-76
21-25640 Cattleman's Crossing
Boring Location
Between N. Saginaw Blvd. and US HWY 287
NVG
Fort Worth, Texas
9GE
Latitude
Water Level Observations (feet) Date
E R
32.960590
N
While Drilling
Not Observed 10-22-21
Longitude
At Completion
Not Observed
w
97.410860
W
End of Day
Not Measured
= CL
y
G
V)
tL
a+
N
O
d V)
}'
C
O
U
C
a E Q
«
Stratum Description -1>
o_=
o
d •—
a J
o
= a
y £
>
O o
y O
'w j
N
O
o M
w
.O+
16M a
Approximate Surface Elevation = 843.0 feet 3: O rn
or
a W
M a'
a rn
LL-PL-PI
0 3
2 rn 0
c o
O U
—% FAT CLAY (CH) - dark brown
4.50 94 /
841.0
WEATHERED LIMESTONE -tan, clay seams
f
` 828.0
1 J
LIMESTONE - gray
S
T 823.0
20
Boring Terminated at Approximately 20 Feet
Proposed Elevation = 843.0 Feet
Approximate Grading = 0.0 Feet Fill
50/'/4'
50/'/4'
26-2%"
50/1'/2'
50/1 %"
50/1 %"
50R/4"
23
8
13
111
Material boundaries are approximate, in situ, transitions may be qradual.
Driller: Plate A.79
Drilling Method: Continuous Flight Augers
Log Project No.
B-77 21-25640 Cattleman's Crossing
Boring Location Between N. Saginaw Blvd. and US HWY 287
Fort Worth, Texas
Latitude Water Level Observations (feet) Date
32.960600 N While Drilling Not Observed 10-25-21
Longitude At Completion Not Observed
�9GE NVG
E R
97.411520 W End of Day Not Measured
V1 N d y C
_ a w = a °�'' w o
o o (D- L) E" 0 °' J d
U
E Y Stratum Description -1 > o _ =o a
a >, a R o
0 to E a>i a; uoi H m a 'w > a
_ C r0 M
w Approximate Surface Elevation = 841.0 feet O ran a X a w LL-PL-PI 2
-%FAT CLAY (CH) -dark brown
/3.00 24
839.0
X
WEATHERED LIMESTONE - tan
21-19-36 29 65-17-48 8
N=55
0 50/2"
5—
50/1 %" 7
50/5" 8
10 831.0
50/4'
'/2
J—
LIMESTONE - gray
S
50/'/2' 9
15— =
50/%"
S
_
50/%"
20 � 821.0
50/%"Boring
Terminated at Approximately 20 Feet
Proposed Elevation = 843.0 Feet
Approximate Grading = 2.0 Feet Fill
Material boundaries are approximate, in situ, transitions may be qradual.
Driller:
Drilling Method: Continuous Flight Augers
u
a y
L C'
� o
c w
ca
3 c o
in 0 =11 U
Plate A.80
Log Project No.
B-78 21-25640 Cattleman's Crossing
Boring Location Between N. Saginaw Blvd. and US HWY 287
Fort Worth, Texas
Latitude Water Level Observations (feet) Date
32.960590 N While Drilling Not Observed 10-22-21
Longitude At Completion Not Observed
�9GE NVG
E R
97.412210
W End of Day
Not Measured
_ a
O~
w
V1
=
a
N
°Y' w o
Q, V) C
A! o
U
L
E
O
Y Stratum Description
(D-
-1 >
L)
E� Z
o __ =o
d J d
a
O. a a
0 to E
M
y
4; N
O
N a V) >
N
rn
_
W Approximate Surface Elevation = 840.0 feet
� O
ran
C r0 M
a W a N
LL-PL-PI 2
—% FAT CLAY (CH) - dark brown
/ 10
J/ 85 75-17-58 28
1836.0
WEATHERED LIMESTONE -tan
f
827.0
LIMESTONE -gray
_ X13
�
Z
=i820.0
20
Boring Terminated at Approximately 20 Feet
Proposed Elevation = 840.0 Feet
Approximate Grading = 0.0 Feet Fill
20-16-11 4
N=27
10-50/3" 9
12-23-12 16
N=35
50/6" 10
50/1'/4'
50R/4' 10
Material boundaries are approximate, in situ, transitions may be qradual.
Driller:
Drilling Method: Continuous Flight Augers Plate A.81
Log
Project No.
B-79
21-25640 Cattleman's Crossing
Boring Location
Between N. Saginaw Blvd. and US HWY 287
NVG
Fort Worth, Texas
9GE
Latitude
Water Level Observations (feet) Date
E R
32.960600
N
While Drilling
Not Observed 10-21-21
Longitude
At Completion
Not Observed
w
97.412870
W
End of Day
Not Measured
=
CL
y
G
V)
tL
a+
N
O
d V)
}'
C
O
U
C
a E Q
«
Stratum Description -1>
o_=
o
d •—
a J
o
= a
y £
>
O o
y O
'w j
N
O
o M
w
.O+
16M a
Approximate Surface Elevation = 838.0 feet 3: O rn
or
a W
M a'
a rn
LL-PL-PI
0
2
3
rn 0
c o
O U
CLAY (CH) - dark brown
-%FAT
4.5+
29
/
J
/
4.5+
23
94
7,400
5 — / 4.5+ 89 65-28-37 15 8.5 104
832.0
WEATHERED LIMESTONE -tan
f
iE
818.0
Boring Terminated at Approximately 20 Feet
Proposed Elevation = 838.0 Feet
Approximate Grading = 0.0 Feet Fill
28-32-37 2
N=69
30-38-41 4
N=79
42-50/2" 6
50/4" 8
Material boundaries are approximate, in situ, transitions may be qradual.
Driller: Plate A.82
Drilling Method: Continuous Flight Augers
Log
Project No.
B-80
21-25640 Cattleman's Crossing
Boring Location
Between N. Saginaw Blvd. and US HWY 287
NVG
Fort Worth, Texas
9GE
Latitude
Water Level Observations (feet) Date
E R
32.960030
N
While Drilling SZ
12 10-22-21
Longitude
At Completion
Not Observed
w
97.412900
W
End of Day
Not Measured
=
CL
y
G
V)
tL
a+
N
O
d V)
}'
C
O
U
C
a E Q
«
Stratum Description -1>
o_=
o
d •—
a J
o
= a
y £
>
O o
y O
'w j
N
O
o M
w
.O+
16M a
Approximate Surface Elevation = 835.0 feet 3: O rn
or
a W
M a'
a rn
LL-PL-PI
0
2
3
rn 0
c o
O U
FAT CLAY (CH) - dark brown
—�
4.00
30
E
f
2
- brown
15.0
Boring Terminated at Approximately 20 Feet
Proposed Elevation = 835.0 Feet
Approximate Grading = 0.0 Feet Fill
U
2.50 29
4.00 23
4.5+ 90 21 4.3 101
3.00 23
2.00 27
2.50 22
Material boundaries are approximate, in situ, transitions may be qradual.
Driller: Plate A.83
Drilling Method: Continuous Flight Augers
Log Project No.
B-81 21-25640 Cattleman's Crossing
Boring Location Between N. Saginaw Blvd. and US HWY 287
Fort Worth, Texas
Latitude Water Level Observations (feet) Date
32.960050 N While Drilling Not Observed 10-22-21
Longitude At Completion Not Observed
�9GE NVG
E R
97.412190
W End of Day Not Measured
O
V1
N
Q, V) C
U
~
L
E
O
Y Stratum Description
d 1—
-1 >
L)
E� 0
o __ =o
d J d
a
O. a a
0 to E
M
y
O
Na V)>
N
rn
_
w Approximate Surface Elevation = 839.0 feet
.O+N
� O
ran
C r0 M
a W a w
LL-PL-PI 2
u
CL
L O.
� o
c VVi
O a
3 C O
rn 0 =11 U
CLAY (CH) - dark brown
-%FAT
4.50
28
/
J
/
4.50
25
5 — //
4.50
25
— /
4.50
20
Jam/
4.50 89
63-19-44 20 3.3 110
10—
J/
827.0
WEATHERED LIMESTONE - tan
50/1"
15-
3
s
i
n
821.0
i LIMESTONE - gray
i
= 50/3/4'
i 20 � 819.0 50/'/z"
Boring Terminated at Approximately 20 Feet
Proposed Elevation = 842.0 Feet
Approximate Grading = 3.0 Feet Fill
m
12
Material boundaries are approximate, in situ, transitions may be qradual.
Driller: Plate A.84
Drilling Method: Continuous Flight Augers
Log Project No.
B-82 21-25640 Cattleman's Crossing
Boring Location Between N. Saginaw Blvd. and US HWY 287
Fort Worth, Texas
Latitude Water Level Observations (feet) Date
32.960040 N While Drilling Not Observed 10-25-21
Longitude At Completion Not Observed
�9GE NVG
E R
97.411500
W End of Day
Not Measured
_ a
O
w
V1
=
a
N
°�'' w o
Q, V) C
A! O
U
~
L
E
O
Y Stratum Description
d 1—
-1 >
L)
E� 0
o __ =o
d J d
a
O. a a
0 to E
M
y
O
Na V)>
N
rn
_
w Approximate Surface Elevation = 841.0 feet
.O+N
� O
ran
C r0 M
a W a w
LL-PL-PI 2
E
f
-%FAT CLAY (CH) - dark brown
/ 4.5+ 24
J
/ 4.5+ 92 66-21-45 21
837.0
WEATHERED LIMESTONE -tan, clay seams
825.0
LIMESTONE - gray
S
20 � 82 1. 0
Boring Terminated at Approximately 20 Feet
Proposed Elevation = 841.0 Feet
Approximate Grading = 0.0 Feet Fill
28-50/5'/2"
19-50/4"
50/1"
50/%"
50/'/2'
50/%"
2
12
12
u
CL
L O.
� o
c VVi
O a
3 C O
rn 0 =11 U
Material boundaries are approximate, in situ, transitions may be qradual.
Driller: Plate A.85
Drilling Method: Continuous Flight Augers
Log Project No.
B-83 21-25640 Cattleman's Crossing
Boring Location Between N. Saginaw Blvd. and US HWY 287
Fort Worth, Texas
Latitude Water Level Observations (feet) Date
32.960050 N While Drilling Not Observed 10-25-21
Longitude At Completion Not Observed
�9GE NVG
E R
97.410870
W End of Day
Not Measured
_ a
O
w
V1
=
a
N
°�'' w o
Q, V) C
A! O
U
~
L
E
O
Y Stratum Description
d 1—
-1 >
L)
E Z
o __ =o
d J d
a
O. a a
0 to E
M
y
O
Na V)>
N
rn
_
W Approximate Surface Elevation = 842.0 feet
.O+N
� O
ran
C r0 M
a W a N
LL-PL-PI 2
-%FAT CLAY (CH) - dark brown
/ 4.5+ 94
23-37-34
/ N=71
838.0
WEATHERED LIMESTONE - tan
f
828.0
LIMESTONE -gray
15—=qW
S
_
Z
� 822.0
20
Boring Terminated at Approximately 20 Feet
Proposed Elevation = 843.0 Feet
Approximate Grading = 1.0 Foot Fill
50/2%"
50/%"
50/'/2'
50/%"
50/'/2'
50/%"
50/3/4'
50/%"
22
8
0
13
8
u
CL
L O.
� o
c VVi
O a
3 C O
rn 0 =11 U
Material boundaries are approximate, in situ, transitions may be qradual.
Driller: Plate A.86
Drilling Method: Continuous Flight Augers
Log Project No.
B-84 21-25640 Cattleman's Crossing
Boring Location Between N. Saginaw Blvd. and US HWY 287
Fort Worth, Texas
Latitude Water Level Observations (feet) Date
32.960040 N While Drilling Not Observed 10-22-21
Longitude At Completion Not Observed
�9GE NVG
E R
97.410160
W End of Day
Not Measured
_ a
O
w
V1
=
a
N
°�'' w o
Q, V) C
A! O
U
~
L
E
O
Y Stratum Description
d 1—
-1 >
L)
E� 0
o __ =o
d J d
a
O. a a
0 to E
M
y
O
Na V)>
N
rn
_
W Approximate Surface Elevation = 844.0 feet
.O+N
� O
ran
C r0 M
a W a w
LL-PL-PI 2
LEAN CLAY (CL) - dark brown
3.50 25
j
u
i1 y
L O.
� o
c VVi
O a
3 C O
in 0 =11 U
/ 4.5+ 85 42-16-26 7 0.4 102
840.0
WEATHERED LIMESTONE - tan 50/5"
5—
50/%" 6
f
832.0
LIMESTONE - gray
15—=�
Z
S
20 =40 824.0
Boring Terminated at Approximately 20 Feet
Proposed Elevation = 844.0 Feet
Approximate Grading = 0.0 Feet Fill
50/1"
50/3/4' 10
50/Y4'
50/%" 9
50/%"
50/%"
Material boundaries are approximate, in situ, transitions may be qradual.
Driller: Plate A.87
Drilling Method: Continuous Flight Augers
Log Project No.
B-85 21-25640 Cattleman's Crossing
Boring Location Between N. Saginaw Blvd. and US HWY 287
Fort Worth, Texas
Latitude Water Level Observations (feet) Date
32.959470 N While Drilling Not Observed 10-22-21
Longitude At Completion Not Observed
�9GE NVG
E R
97.40948'
W
End of Day
Not Measured
O
V1
N
o
O to =
'= °
U
~
L
E
O
Y
Stratum Description
d 1—
-1 >
L)
E
o __
Z
=o
d J d
a
O. a a
0 to E
M
w N
O
N 'O
Vl j
N
Approximate Surface Elevation = 847.0 feet
3: O
rn
a W
a rn
LL-PL-PI 2
FAT CLAY (CH) - dark brown
—%
3.00
94
56-20-36 25
/
845.0
WEATHERED LIMESTONE -tan
f
834.0
LIMESTONE - gray
1�
Z
�i
20 = 827.0
Boring Terminated at Approximately 20 Feet
Proposed Elevation = 847.0 Feet
Approximate Grading = 0.0 Feet Fill
Material boundaries are approximate, in situ, transitions may be qradual.
Driller:
Drilling Method: Continuous Flight Augers
50/'/2'
50/%"
50/3/4'
50/'/2'
50/'/2'
50/%"
50/%"
50/1 /8"
4
rA
8
Plate A.88
Log Project No.
B-86 21-25640 Cattleman's Crossing
Boring Location Between N. Saginaw Blvd. and US HWY 287
Fort Worth, Texas
Latitude Water Level Observations (feet) Date
32.959470 N While Drilling Not Observed 10-25-21
Longitude At Completion Not Observed
�9GE NVG
E R
97.41014'
W End of Day
Not Measured
_ a
O
w
V1
=
a
N
°�'' w o
Q, V) C
A! O
U
~
L
E
O
Y Stratum Description
d 1—
-1 >
L)
E� 0
o __ =o
d J d
a
O. a a
0 to E
M
y
O
Na V)>
N
rn
_
W Approximate Surface Elevation = 844.0 feet
.O+N
� O
ran
C r0 M
a W a w
LL-PL-PI 2
f
—% FAT CLAY (CH) - dark brown
J/
1840.0
WEATHERED LIMESTONE -tan
831.0
LIMESTONE - gray
1�
Z
�i
20 = 824.0
Boring Terminated at Approximately 20 Feet
Proposed Elevation = 845.0 Feet
Approximate Grading = 1.0 Foot Fill
20-50/2" 30
50/1"
50/2"
50/%"
50/%"
50/%"
50/%"
18
18
0
9
10
u
CL
L O.
� o
c VVi
O a
3 C O
rn 0 =11 U
Material boundaries are approximate, in situ, transitions may be qradual.
Driller: Plate A.89
Drilling Method: Continuous Flight Augers
Log Project No.
B-87 21-25640 Cattleman's Crossing
Boring Location Between N. Saginaw Blvd. and US HWY 287
Fort Worth, Texas
Latitude Water Level Observations (feet) Date
32.959460 N While Drilling Not Observed 10-26-21
Longitude At Completion Not Observed
�9GE NVG
E R
97.41083'
W
End of Day
Not Measured
O
V1
N
o
O V) _
'= °
U
~
L
E
O
Y
Stratum Description
d 1—
-1 >
L)
E
o __
Z
=o
d J d
a
O. a a
0 to E
M
y
O
Na
V)>
N
M
w
.O+N
n
a-
E.(,
Rm
o
Approximate Surface Elevation = 842.0 feet
� O
rn
a W
a rn
LL-PL-PI 2
FAT CLAY (CH) - dark brown
—%
4.5+
91
62-21-41 18
J/ 4.5+
1838.0
S WEATHERED LIMESTONE - tan 50/3'/"
5—
50/'/4'
f
829.0
LIMESTONE - gray
1�
Z
�i
20 = 822.0
Boring Terminated at Approximately 20 Feet
Proposed Elevation = 843.0 Feet
Approximate Grading = 1.0 Foot Fill
Material boundaries are approximate, in situ, transitions may be qradual.
Driller:
Drilling Method: Continuous Flight Augers
50/1 "
50/'/2'
50/1'/2'
50/'/2'
50/%"
50/%"
19
9
9
9
u
i1 y
L O.
� o
c VVi
O a
3 = O
in 0 =11 U
Plate A.90
Log Project No.
B-88 21-25640 Cattleman's Crossing
Boring Location Between N. Saginaw Blvd. and US HWY 287
Fort Worth, Texas
Latitude Water Level Observations (feet) Date
32.959480 N While Drilling Not Observed 10-26-21
Longitude At Completion Not Observed
97.411520 W End of Day Not Measured
�9GE NVG
E R
O
t)
w o
V)
N
i to
`mE
o
0o
Stratum Description �>
U
£., Z
o_= o
a J
>Z T
a
M
wul
O
i7to
M
_N
w
Approximate Surface Elevation = 841.0 feet � O
H
ran
CO y>
a W a w
LL-PL-PI
—% FAT CLAY (CH) - dark brown
4.5+
J
4.5+
5 — 41 4.5+
e
u
CL
X
+-
V)_
O.
a)L
C
�
C
U
L,
o
y,
C V)
E
0
N_
O
2 rn
0
=11U
27
21
22 99 14,360
— 4.5+ 94 91-22-69 24 6.6 95
833.0
WEATHERED LIMESTONE - tan
50/'/2'
10 50/%"
9-21-30
L
826.0 N=51 1 LIMESTONE - gray
S
�i 50/3/4'
20 T 821.0 50/%"
Boring Terminated at Approximately 20 Feet
Proposed Elevation = 844.0 Feet
Approximate Grading = 3.0 Feet Fill
Material boundaries are approximate, in situ, transitions may be qradual.
11
18
Driller:
Drilling Method: Continuous Flight Augers
Plate A.91
Log Project No.
B-89 21-25640 Cattleman's Crossing
Boring Location Between N. Saginaw Blvd. and US HWY 287
Fort Worth, Texas 9GE
NVG
Latitude Date E R
Water Level Observations (feet)
32.959450 N While Drilling Not Observed 10-26-21
Longitude At Completion Not Observed w
97.412190 W End of Day Not Measured = CL y
G
V) N d V) C C
O
tL a+ O }'
d .-
a E Q Stratum Description o= __ o = a
y £ > .O+ O o y O 'w j N O
o M w 16M a or M a' 0 3 c o
Approximate Surface Elevation = 839.0 feet O rn a W a rn LL-PL-PI 2 rn 0 O U
-%FAT CLAY (CH) - dark brown
/ 4.5+ 27
J
/ 4.5+ 21
5 — // 4.5+ 94 75-21-54 22 6.3 91
— 4.5+ 21
831.0
XWEATHERED LIMESTONE - tan10-50/1'/i" 23
10
48-29-20 11
L
824.0 N=49 1 LIMESTONE - gray
S
50/'/2'
20 T 819.0 50/%" 6
Boring Terminated at Approximately 20 Feet
Proposed Elevation = 841.0 Feet
Approximate Grading = 2.0 Feet Fill
Material boundaries are approximate, in situ, transitions may be qradual.
Driller: Plate A.92
Drilling Method: Continuous Flight Augers
Log
Project No.
B-90
21-25640 Cattleman's Crossing
Boring Location
Between N. Saginaw Blvd. and US HWY 287
NVG
Fort Worth, Texas
9GE
Latitude
Water Level Observations (feet) Date
E R
32.959470
N
While Drilling
Not Observed 10-25-21
Longitude
At Completion
Not Observed
w
97.412900
W
End of Day
Not Measured
=
0-
y
G
V)
tL
a+
N
O
d V)
}'
C
O
U
C
a E Q
«
Stratum Description -1>
o_=
o
d •—
a J
o
= a
y £
>
O o
y O
'w j
N
O
o M
w
.O+
16M a
Approximate Surface Elevation = 838.0 feet 3: O rn
or
a W
M a'
a rn
LL-PL-PI
0
2
3
rn 0
c o
O U
FAT CLAY (CH) - dark brown
—�
2.75
29
5
10-
- light brown, limestone seams
15— /�
J/
20 818.0
Boring Terminated at Approximately 20 Feet
Proposed Elevation = 839.0 Feet
Approximate Grading = 1.0 Foot Fill
Material boundaries are approximate, in situ, transitions may be qradual.
Driller:
Drilling Method: Continuous Flight Augers
3.75 19
4.5+ 17
2.50 21
3.00 100 60-18-42 22 0.2 107
50/5" 20
4-9-48 26
N=57
Plate A.93
Log Project No.
B-91 21-25640 Cattleman's Crossing
Boring Location Between N. Saginaw Blvd. and US HWY 287
Fort Worth, Texas
Latitude Water Level Observations (feet) Date
32.958870 N While Drilling Not Observed 10-25-21
Longitude At Completion Not Observed
�9GE NVG
E R
97.412850
W End of Day
Not Measured
O~
V1
N
Q, V) C
U
L
E
O
Y Stratum Description
(D—
-1 >
L)
E� 0
o __ =o
d J d
a
O. a a
0 to E
M
y
O
Na V)>
N
rn
_
w Approximate Surface Elevation = 838.0 feet
.O+N
� O
ran
C r0 M
a W a w
LL-PL-PI 2
u
CL
L O.
� o
c VVi
O a
3 C O
rn 0 =11 U
-%FAT CLAY (CH) - dark brown
/ 4.25 34
J
/ 4.5+ 89 12 1.1 101
5 — // 4.5+ 13
— / 4.5+ 16
Jam/
/ 4.5+ 13
10—
/ 825.0
X
WEATHERED LIMESTONE - tan
50/1" 10
1J
3
s
i
n
820.0
i LIMESTONE - gray
i
—= 50/1'/2'
i 20 � 818.0 50/'/z" 14
Boring Terminated at Approximately 20 Feet
Proposed Elevation = 838.0 Feet
Approximate Grading = 0.0 Feet Fill
Material boundaries are approximate, in situ, transitions may be qradual.
Driller: Plate A.94
Drilling Method: Continuous Flight Augers
Log
Project No.
B-92
21-25640 Cattleman's Crossing
Boring Location
Between N. Saginaw Blvd. and US HWY 287
NVG
Fort Worth, Texas
9GE
Latitude
Water Level Observations (feet) Date
E R
32.958900
N
While Drilling
Not Observed 10-22-21
Longitude
At Completion
Not Observed
w
97.412160
W
End of Day
Not Measured
= CL
y
G
V)
tL
a+
N
O
d V)
}'
C
O
U
C
a E Q
«
Stratum Description -1>
o_=
o
d •—
a J
o
= a
y £
>
O o
y O
'w j
N
O
o M
w
.O+
16M a
Approximate Surface Elevation = 840.0 feet 3: O rn
or
a W
M a'
a rn
LL-PL-PI
0 3
2 rn 0
c o
O U
E
f
—% FAT CLAY (CH) - dark brown
4.50 /
838.0
WEATHERED LIMESTONE -tan
827.0
LIMESTONE - gray
1370
� Z
20 = i 820.0
Boring Terminated at Approximately 20 Feet
Proposed Elevation = 840.0 Feet
Approximate Grading = 0.0 Feet Fill
19-33-45
N=78
39-50/2" 72
50/1"
50/1 %"
50/3/4'
50/1"
50/'/2'
50/'/2'
50/%"
24
14
14
3
3
29
Material boundaries are approximate, in situ, transitions may be qradual.
Driller: Plate A.95
Drilling Method: Continuous Flight Augers
Log Project No.
B-93 21-25640 Cattleman's Crossing
Boring Location Between N. Saginaw Blvd. and US HWY 287
Fort Worth, Texas
Latitude Water Level Observations (feet) Date
32.958890 N While Drilling Not Observed 10-25-21
Longitude At Completion Not Observed
97.411500 W End of Day Not Measured
�9GE NVG
E R
O
t)
w o
V)
N
i to
`mE
o
0o
Stratum Description �>
U
£., Z
o_= o
a J
>Z T
a
M
wul
O
i7to
M
_N
w
Approximate Surface Elevation = 841.0 feet � O
H
ran
CO y>
a W a w
LL-PL-PI
f
—% FAT CLAY (CH) - dark brown
4.5+
J
4.5+
1837.0
WEATHERED LIMESTONE -tan
828.0
LIMESTONE - gray
1�
Z
�i
20 = 821.0
Boring Terminated at Approximately 20 Feet
Proposed Elevation = 844.0 Feet
Approximate Grading = 3.0 Feet Fill
Material boundaries are approximate, in situ, transitions may be qradual.
18-20-25
N=45
50/1 "
50/'/4'
50/1'/2'
50/1'/2'
50/'/2'
50/'/2'
e
u
CL
X
+-
V)_
O.
a)L
C
�
C
U
L,
o
y,
C V)
E
0
N_
O
2 rn
0
=11U
Driller:
Drilling Method: Continuous Flight Augers
Plate A.96
Log Project No.
B-94 21-25640 Cattleman's Crossing
Boring Location Between N. Saginaw Blvd. and US HWY 287
Fort Worth, Texas
Latitude Water Level Observations (feet) Date
32.958900 N While Drilling Not Observed 10-26-21
Longitude At Completion Not Observed
�9GE NVG
E R
97.410860
W End of Day
Not Measured
_ a
O
w
V1
=
a
N
°�'' w o
Q, V) C
A! O
U
~
L
E
O
Y Stratum Description
d 1—
-1 >
L)
E� 0
o __ =o
d J d
a
O. a a
0 to E
M
y
O
Na V)>
N
rn
_
W Approximate Surface Elevation = 843.0 feet
.O+N
� O
ran
C r0 M
a W a w
LL-PL-PI 2
E
f
—% FAT CLAY (CH) - dark brown
4.50 /
841.0
WEATHERED LIMESTONE -tan
830.0
LIMESTONE - gray
15�
Z
S
20 ±9823.0
Boring Terminated at Approximately 20 Feet
Proposed Elevation = 844.0 Feet
Approximate Grading = 1.0 Foot Fill
22-19-13
N=32
50/1" 27
50/1 "
15
3
6
11
9
u
CL
L O.
� o
c VVi
O a
3 C O
rn 0 =11 U
Material boundaries are approximate, in situ, transitions may be qradual.
Driller: Plate A.97
Drilling Method: Continuous Flight Augers
Log Project No.
B-95 21-25640 Cattleman's Crossing
Boring Location Between N. Saginaw Blvd. and US HWY 287
Fort Worth, Texas
Latitude Water Level Observations (feet) Date
32.958870 N While Drilling Not Observed 10-26-21
Longitude At Completion Not Observed
97.410160 W End of Day Not Measured
�9GE NVG
E R
O
0
w o
V)
N
i to
`mE
o
0o
Stratum Description �>
U
£., Z
o_= o
a J
>Z T
a
M
wul
O
i7to
M
_N
w
Approximate Surface Elevation = 845.0 feet � O
H
ran
CO y>
a W a w
LL-PL-PI
—% FAT CLAY (CH) - dark brown
4.5+
J
4.5+
5 — / 4.5+ 50
839.0
WEATHERED LIMESTONE -tan
f
832.0
LIMESTONE - gray
1�
Z
20 = � 825.0
Boring Terminated at Approximately 20 Feet
Proposed Elevation = 846.0 Feet
Approximate Grading = 1.0 Foot Fill
Material boundaries are approximate, in situ, transitions may be qradual.
50/%"
50/%"
50/%"
50/%"
50/1"
50/'/2'
e
u
CL
X
+-
V)_
O.
a)L
C
�
C
U
L,
o
y,
C V)
E
0
N_
O
2 rn
0
=11U
20
17
5 -0.6 102
9
7
Driller:
Drilling Method: Continuous Flight Augers
Plate A.98
Log Project No.
B-96 21-25640 Cattleman's Crossing
Boring Location Between N. Saginaw Blvd. and US HWY 287
Fort Worth, Texas
Latitude Water Level Observations (feet) Date
32.958890 N While Drilling Not Observed 10-22-21
Longitude At Completion Not Observed
�9GE NVG
E R
97.40947' W
End of Day
Not Measured
_ a w
O
V1
=
a
°�'' w
N
o
Q, V) C
A! O
U
L
~ O
E Y
Stratum Description
d 1—
-1 >
L)
E�
o __
0
=o
d J d
a
O.
0
a a M
to E y
O
Na
V)>
N
_
w
.O+N
O
C r0
a W
M
a
2
Approximate Surface Elevation = 847.0 feet
ran
w
LL-PL-PI
CLAY (CH) - dark brown
-%FAT
3.00
25
/
J
/
4.5+
78
72-26-46 13
843.0
WEATHERED LIMESTONE - tan
50/3/4'
2
50/'/2'
5—
50/'/2'
4
50/'/2'
10
834.0
LIMESTONE - gray
50/Y4'
7
1 �
50/'/4'
Z
= i
50/%"
50/Y4'
20
827.0
Boring Terminated at Approximately 20 Feet
Proposed Elevation = 847.0 Feet
Approximate Grading = 0.0 Feet Fill
Material boundaries are approximate, in situ, transitions may be qradual.
Driller:
Drilling Method: Continuous Flight Augers
u
i1 y
L O.
� o
c VVi
O a
3 C O
in 0 =11 U
Plate A.99
Log Project No.
B-97 21-25640 Cattleman's Crossing
Boring Location Between N. Saginaw Blvd. and US HWY 287
Fort Worth, Texas
Latitude Water Level Observations (feet) Date
32.958900 N While Drilling Not Observed 10-22-21
Longitude At Completion Not Observed
�9GE NVG
E R
97.408800
W End of Day
Not Measured
_ a
O
w
V1
=
a
N
°�'' w o
Q, V) C
A! O
U
~
L
E
O
Y Stratum Description
d 1—
-1 >
L)
E� 0
o __ =o
d J d
a
O. a a
0 to E
M
y
O
Na V)>
N
rn
_
W Approximate Surface Elevation = 848.0 feet
.O+N
� O
ran
C r0 M
a W a w
LL-PL-PI 2
LEAN CLAY (CL) - dark brown
3.00 12
j
u
i1 y
L O.
� o
c VVi
O a
3 C O
in 0 =11 U
/ 4.5+ 86 38-19-19 7 3.4 99
844.0
WEATHERED LIMESTONE - tan 50/4"
5—
50/'/2' 4 # *
835.0
LIMESTONE - gray
1�
Z
20 = � 828.0
Boring Terminated at Approximately 20 Feet
Proposed Elevation = 848.0 Feet
Approximate Grading = 0.0 Feet Fill
50/1 %"
50/3/4' 8
50/3/4'
50/%" 6
50/%"
50/1"
Material boundaries are approximate, in situ, transitions may be qradual.
Driller: Plate A.100
Drilling Method: Continuous Flight Augers
Log Project No.
B-98 21-25640 Cattleman's Crossing
Boring Location Between N. Saginaw Blvd. and US HWY 287
Fort Worth, Texas
Latitude Water Level Observations (feet) Date
32.958350 N While Drilling Not Observed 10-22-21
Longitude At Completion Not Observed
�9GE NVG
E R
97.40950' W End of Day Not Measured
V1 N to
d =
o °
o o (D- L) E" z °' J d
U
E Y Stratum Description -1 > o _ =o a
a >, a R o
0 to E a>i a; uoi H m a 'w a
Approximate Surface Elevation = 848.0 feet 3: O rn a W a rn LL-PL-PI 2
—% FAT CLAY (CH) - dark brown
3.00 93 64-19-45 23 /
846.0
WEATHERED LIMESTONE - tan
50/3/4'
5—
50/'/2' 2
50/1"
10 50/3/4' 4
835.0
LIMESTONE -gray
=i
50/'/4'
" 6
50/'/2
Z
= i
50/'/2'
50/Y4'
828.0
20
Boring Terminated at Approximately 20 Feet
Proposed Elevation = 848.0 Feet
Approximate Grading = 0.0 Feet Fill
u
a
L C'
� o
c w
ca
3 c o
rn 0 =11 U
Material boundaries are approximate, in situ, transitions may be qradual.
Driller: Plate A.101
Drilling Method: Continuous Flight Augers
Log Project No.
B-99 21-25640 Cattleman's Crossing
Boring Location Between N. Saginaw Blvd. and US HWY 287
Fort Worth, Texas
Latitude Water Level Observations (feet) Date
32.958350 N While Drilling Not Observed 10-26-21
Longitude At Completion Not Observed
�9GE NVG
E R
97.41014' W
End of Day
Not Measured
_ a w
O
V1
=
a
°�'' w
N
o
Q, V) C
A! O
U
L
~ O
E Y
Stratum Description
d 1—
-1 >
L)
E�
o __
0
=o
d J d
a
O.
0
a a M
to E y
O
Na
V)>
N
_
w
.O+N
O
C r0
a W
M
a
2
Approximate Surface Elevation = 846.0 feet
ran
w
LL-PL-PI
CLAY (CH) - dark brown
-%FAT
4.5+
20
/
J
/
4.5+
81
82-25-57 19
842.0
WEATHERED LIMESTONE - tan
50/1"
6
50/%"
5—
50/Y4'
5
50/%"
10
833.0
LIMESTONE - gray
50/3/4'
1 �
50/%"8
Z
= i
50/1"
50/'/2'
20
826.0
Boring Terminated at Approximately 20 Feet
Proposed Elevation = 848.0 Feet
Approximate Grading = 2.0 Feet Fill
Material boundaries are approximate, in situ, transitions may be qradual.
Driller:
Drilling Method: Continuous Flight Augers
u
i1 y
L O.
� o
c VVi
O a
3 C O
in 0 =11 U
Plate A.102
Log Project No.
B-100 21-25640 Cattleman's Crossing
Boring Location Between N. Saginaw Blvd. and US HWY 287
Fort Worth, Texas
Latitude Water Level Observations (feet) Date
32.958330 N While Drilling Not Observed 10-25-21
Longitude At Completion Not Observed
�9GE NVG
E R
97.41084'
W End of Day
Not Measured
_ a
O
w
V1
=
a
N
°�'' w o
Q, V) C
A! O
U
~
L
E
O
Y Stratum Description
d 1—
-1 >
L)
E� 0
o __ =o
d J d
a
O. a a
0 to E
M
y
O
Na V)>
N
rn
_
W Approximate Surface Elevation = 844.0 feet
.O+N
� O
ran
C r0 M
a W a w
LL-PL-PI 2
f
—% FAT CLAY (CH) - dark brown
/ 4.50
J/ 4.50 67
1840.0
WEATHERED LIMESTONE -tan
831.0
LIMESTONE - gray
1�
Z
�i
20 = 824.0
Boring Terminated at Approximately 20 Feet
Proposed Elevation = 845.0 Feet
Approximate Grading = 1.0 Foot Fill
50/3"
50/2"
50/%"
50/2"
50/2"
50/%"
50/%"
IR
u
CL
L O.
� o
c VVi
O a
3 C O
rn 0 =11 U
12 1.7 95
0
4
0
Material boundaries are approximate, in situ, transitions may be qradual.
Driller: Plate A.103
Drilling Method: Continuous Flight Augers
Log
Project No.
B-101
21-25640 Cattleman's Crossing
Boring Location
Between N. Saginaw Blvd. and US HWY 287
NVG
Fort Worth, Texas
9GE
Latitude
Water Level Observations (feet) Date
E R
32.958350
N
While Drilling
Not Observed 10-25-21
Longitude
At Completion
Not Observed
w
97.41148'
W
End of Day
Not Measured
=
CL
y
G
V)
tL
a+
N
O
d V)
}'
C
O
U
C
a E Q
«
Stratum Description -1>
o_=
o
d •—
a J
o
= a
y £
>
O o
y O
'w j
N
O
o M
w
.O+
16M a
Approximate Surface Elevation = 842.0 feet 3: O rn
or
a W
M a'
a rn
LL-PL-PI
0
2
3
rn 0
c o
O U
FAT CLAY (CH) - dark brown
—%
20
/
840.0
WEATHERED LIMESTONE -tan
f
829.0
LIMESTONE - gray
1�70
� Z
20 = i 822.0
Boring Terminated at Approximately 20 Feet
Proposed Elevation = 842.0 Feet
Approximate Grading = 0.0 Feet Fill
Material boundaries are approximate, in situ, transitions may be qradual.
Driller:
Drilling Method: Continuous Flight Augers
11-50/1" 49
50/4"
50/2"
50/1"
50/1"
50/%"
50P
50/%"
50/%"
9
3
8
12
Plate A.104
Log
Project No.
B-102
21-25640 Cattleman's Crossing
Boring Location
Between N. Saginaw Blvd. and US HWY 287
NVG
Fort Worth, Texas
9GE
Latitude
Water Level Observations (feet) Date
E R
32.958340 N
While Drilling
Not Observed 10-22-21
Longitude
At Completion
Not Observed
w
97.412170 W
End of Day
Not Measured
=
CL
y
G
V)
tL
a+
N
O
d V)
}'
C
O
U
C
a E Q
«
Stratum Description -1>
o_=
o
d •—
a J
o
= a
y £ >
O o
y O
'w j
N
O
o M w
.O+
16M a
Approximate Surface Elevation = 840.0 feet 3: O rn
or
a W
M a'
a rn
LL-PL-PI
0
2
3
rn 0
c o
O U
FAT CLAY (CH) - dark brown
1.50
28
11-20-23
4
838 0
N=43
i
f
WEATHERED LIMESTONE - tan
827.0
LIMESTONE - gray
1370
� Z
20 = i 820.0
Boring Terminated at Approximately 20 Feet
Proposed Elevation = 841.0 Feet
Approximate Grading = 1.0 Foot Fill
Material boundaries are approximate, in situ, transitions may be qradual.
Driller:
Drilling Method: Continuous Flight Augers
33-35-50/6" 89
50/2'/2'
50/'/2'
21-50/2"
50/1'/2'
50/'/2'
50/'/2'
50/%"
I`l
7
12
8
Plate A.105
Log Project No.
B-103 21-25640 Cattleman's Crossing
Boring Location Between N. Saginaw Blvd. and US HWY 287
Fort Worth, Texas
Latitude Water Level Observations (feet) Date
32.958320 N While Drilling Not Observed 10-25-21
Longitude At Completion Not Observed
97.412880 W End of Day Not Measured
�9GE NVG
E R
O
t)
w o
V)
N
i to
`mE
o
0o
Stratum Description �>
U
£., Z
o_= o
a J
>Z T
a
M
wul
O
i7to
M
_N
w
Approximate Surface Elevation = 838.0 feet � O
H
ran
CO y>
a X a w
LL-PL-PI
—% FAT CLAY (CH) - dark brown
/ 3.75
J
4.5+
5—// 4.5+ 82
— 1.00
830.0
X
WEATHERED LIMESTONE - tan, clay seams11-12-18
N=30
10
50/3"
17, 823.0
LIMESTONE - gray
S
�i 50/'/2'
20 T 818.0 50/%"
Boring Terminated at Approximately 20 Feet
Material boundaries are approximate, in situ, transitions may be qradual.
e
u
CL
X
+-
V)_
O.
a)L
C
�
C
U
L,
o
y,
C V)
E
0
N_
O
2
rn
0
=11U
29
24
19
4.6
100
15
14
8
9
Driller:
Drilling Method: Continuous Flight Augers
Plate A.106
Log Project No.
B-104 21-25640 Cattleman's Crossing
Boring Location Between N. Saginaw Blvd. and US HWY 287
Fort Worth, Texas
Latitude Water Level Observations (feet) Date
32.957740 N While Drilling -V 15 10-26-21
Longitude At Completion Not Observed
�9GE NVG
E R
97.412900
W End of Day
Not Measured
_ a
O~
w
V1
=
a
N
°�'' w o
Q, V) C
A! O
U
L
E
O
Y Stratum Description
(D—
-1 >
L)
E� 0
o __ =o
d J d
a
O. a a
0 to E
M
y
O
Na V)>
N
rn
_
w Approximate Surface Elevation = 841.0 feet
.O+N
� O
�
ran
C r0 M
a X a w
LL-PL-PI 2
u
CL
L O.
� o
c VVi
O a
3 C O
rn 0 =11 U
CLAY (CH) - dark brown
-%FAT
4.5+
13
/
J
/
4.5+
21
5 — //
4.50
24
—/
2.75 92
28 1.9 95
Jam/
/
10—
2.75
35
/ 828.0
WEATHERED LIMESTONE - tan
\ /
X
50/4"
16
3
s —
7
i
n
823.0
i
LIMESTONE - gray
i
�7411
50/%"
18
821.0
20
50/%"
Boring Terminated at Approximately 20 Feet
Proposed Elevation = 842.0 Feet
Approximate Grading = 1.0 Foot Fill
Material boundaries are approximate, in situ, transitions may be qradual.
Driller: Plate A.107
Drilling Method: Continuous Flight Augers
Log Project No.
B-105 21-25640 Cattleman's Crossing
Boring Location Between N. Saginaw Blvd. and US HWY 287
Fort Worth, Texas
Latitude Water Level Observations (feet) Date
32.957760 N While Drilling Not Observed 10-22-21
Longitude At Completion Not Observed
�9GE NVG
E R
97.412200
W End of Day
Not Measured
_ a
O
w
V1
=
a
N
°�'' w o
Q, V) C
A! O
U
~
L
E
O
Y Stratum Description
d 1—
-1 >
L)
E� 0
o __ =o
d J d
a
O. a a
0 to E
M
y
O
Na V)>
N
rn
_
w Approximate Surface Elevation = 841.0 feet
.O+N
� O
�
ran
C r0 M
a X a w
LL-PL-PI 2
f
—% FAT CLAY (CH) - dark brown
4.5+
J/ 4.5+ 97
1837.0
WEATHERED LIMESTONE -tan
829.0
LIMESTONE - gray
15—=�
Z
S
20 =4f 821.0
Boring Terminated at Approximately 20 Feet
Proposed Elevation = 843.0 Feet
Approximate Grading = 2.0 Feet Fill
18-50/6"
50/'/2'
50/%"
50/'/2'
50/%"
50/1'/2'
50/%"
22
u
CL
L O.
� o
c VVi
O a
3 C O
rn 0 =11 U
21 11.5 93
5
rA
10
Material boundaries are approximate, in situ, transitions may be qradual.
Driller: Plate A.108
Drilling Method: Continuous Flight Augers
Log
Project No.
B-106
21-25640 Cattleman's Crossing
Boring Location
Between N. Saginaw Blvd. and US HWY 287
NVG
Fort Worth, Texas
9GE
Latitude
Water Level Observations (feet) Date
E R
32.957740
N
While Drilling Not Observed 10-22-21
Longitude
At Completion Not Observed
w
97.411500
W
End of Day Not Measured
= CL
y
G
V)
tL
a+
N
O
d V)
}'
C
O
U
C
a E Q
«
Stratum Description -1>
o_=
o
d •—
a J
o
= a
y £
>
O O
y O
'w j
N
O
o M
w
.O+
16M a
Approximate Surface Elevation = 843.0 feet 3: O rn
or
a W
M a'
a rn
LL-PL-PI
0 3
2 rn 0
c o
O U
E
f
FAT CLAY (CH) - dark brown
839.0
WEATHERED LIMESTONE - tan
831.0
LIMESTONE - gray
15—=�
Z
S
20 823.0
Boring Terminated at Approximately 20 Feet
Proposed Elevation = 842.0 Feet
Approximate Grading = 1.0 Foot Cut
Material boundaries are approximate, in situ, transitions may be qradual.
Driller:
Drilling Method: Continuous Flight Augers
3.25 96 22 2.0 97
4.5+ 17
11-50/4" 9
50/3"
50/'/2' 9
50/1'/2'
50/'/2' 8
50/1"
50/'/2'
Plate A.109
Log Project No.
B-107 21-25640 Cattleman's Crossing
Boring Location Between N. Saginaw Blvd. and US HWY 287
Fort Worth, Texas
Latitude Water Level Observations (feet) Date
32.957760 N While Drilling Not Observed 10-25-21
Longitude At Completion Not Observed
97.41084' W End of Day Not Measured
�9GE NVG
E R
w
o
V)
O
N
t)
i to
`mE
o
Stratum Description
0o
�>
U
£.,
o_=
Z
o
a J
>Z
T a M
wul
O
i7to
M _N
w
O
H
CO
a X
y>
a
Approximate Surface Elevation = 845.0 feet
ran
w
LL-PL-PI
FAT CLAY (CH) - dark brown
—%
4.5+
843.0
WEATHERED LIMESTONE - tan
X
12-31-50/6"
50/3"
50/6"
V
14-42-31
N=73
50/5"
837.0
LIMESTONE - gray
=i
50/'/,
10
�-'�
50/1"
Z
_
50/'/2'
15—=
50/'/2'
S
50/1"
50/'/2'
20
825.0
Boring Terminated at Approximately 20 Feet
Proposed Elevation = 845.0 Feet
Approximate Grading = 0.0 Feet Fill
Material boundaries are approximate, in situ, transitions may be qradual.
e
u
CL
X
+-
V)_
O.
a)L
C
�
C
U
L,
o
y,
C V)
E
0
N_
O
2 rn
0
=11U
Driller:
Drilling Method: Continuous Flight Augers
Plate A.110
Log Project No.
B-108 21-25640 Cattleman's Crossing
Boring Location Between N. Saginaw Blvd. and US HWY 287
Fort Worth, Texas
Latitude Water Level Observations (feet) Date
32.957750 N While Drilling Not Observed 10-25-21
Longitude At Completion Not Observed
97.410160 W End of Day Not Measured
�9GE NVG
E R
O
t)
w o
V)
N
i to
`mE
o
Stratum Description
0o
�>
U
£.,
o_=
Z
o
a J
>Z T
a
M
wul
O
i7to
M
_N
w
O
H
CO
a W
y>
a
Approximate Surface Elevation = 847.0 feet
�
ran
w
LL-PL-PI
FAT CLAY (CH) - dark brown
—%
4.00
/
845.0
WEATHERED LIMESTONE -tan
E
f
834.0
LIMESTONE - gray
1�
Z
�i
20 = 827.0
Boring Terminated at Approximately 20 Feet
Proposed Elevation = 848.0 Feet
Approximate Grading = 1.0 Foot Fill
Material boundaries are approximate, in situ, transitions may be qradual.
17-50/4"
50/3"
22-50/2"
50/1 "
50/1 "
50/%"
50/'/2'
50/1"
50/'/2'
e
u
CL
X
+-
V)_
O.
a)L
C
�
C
U
L,
o
y,
C V)
E
0
N_
O
2 rn
0
=11U
Driller:
Drilling Method: Continuous Flight Augers
Plate A.111
SOIL OR ROCK TYPES
''���•''�
Undocumented Fill
F1111A
Lean Clay (CL)
Gravelly Lean Clay (CL)
r///A
Fat Clay (CH)
°
Gravelly Fat Clay (CH)
Clayey Gravel (GC)
Silt (ML)
Poorly -Graded Sand (SP)
Well -Graded Sand (SW)
rA//Clayey
Sand (SC)
v�_jav
Well -Graded Gravel
O D O
—
Marl
_=
Weathered Shale
Shale
RCN VGE N G E El I
DRILLING AND SAMPLING METHODS
(GW) I X i
Shelby Split Texas
Tube Spoon Cone
Pen
Weathered Limestone
I ' I ' I (Limestone
I I
I H
CFA HSA Rock
Core
TERMS DESCRIBING CONSISTENCY, CONDITION, AND STRUCTURE OF SOIL
Fine Grained Soils (More than 50 % Passing No. 200 Sieve)
Consistency
Penetrometer Reading, (tsf)
Very Soft
< 0.5
Soft
0.5 to 1.0
Firm
1.0 to 2.0
Hard
2.0 to 4.0
Very Hard
> 4.0
Coarse Grained Soils (More than 50% Retained on No. 200 Sieve)
Penetration Resistance
(Blows / Foot)
0to4
4to10
10 to 30
30 to 50
Over 50
Soil Structure
Calcareous
Slickensided
Laminated
Fissured
Interbedded
Descriptive Item
Very Loose
Loose
Medium Dense
Dense
Very Dense
Unconfined Compression, (psf)
< 1000
1000 to 2000
2000 to 4000
4000 to 8000
> 8000
Relative Density
0 to 20%
20 to 40%
40 to 70%
70 to 90%
90 to 100%
Contains appreciable deposits of calcium carbonate; generally nodular
Having inclined planes of weakness that ate slick and glossy in appearance
Composed of thin layers of varying color or texture
Containing cracks, sometimes filled with fine sand or silt
Composed of alternated layers of different soil types, usually in approximately equal proportions
TERMS DESCRIBING PHYSICAL PROPERTIES OF ROCK
Hardness and Degree of Cementation
Very Soft or Plastic Can be remolded in hand; corresponds in consistency up to hard in soils
Soft Can be scratched with fingernail
Moderately Hard Can be scratched easily with knife; cannot be scratched with fingernail
Hard Difficult to scratch with knife
Very Hard Cannot be scratched with knife
Poorly Cemented or Friable Easily crumbled
Cemented Bound together by chemically precipitated material; Quartz, calcite, dolomite, siderite, and iron oxide are common cementing
materials.
Degree of Weathering
Unweathered Rock in its natural state before being exposed to atmospheric agents
Slightly Weathered Noted predominantly by color change with no disintegrated zones
Weathered Complete color change with zones of slightly decomposed rock
Extremely Weathered Complete color change with consistency, texture, and general appearance approaching soil
KEY TO CLASSIFICATION AND SYMBOLS PLATE A.112
Grp.
Major Divisions
Typical Names
m
Well graded gravels,
w a)
GW
gravel -sand mixtures,
.T
o
little or no fines
c
>
o
C o
Poorly graded gravels,
oU
=
GP
gravel -sand mixtures,
5 °�,' a'�
v
little or no fines
i�L
Z
M O V
= M
O o Z
u,
GM
Silty gravels, gravel -
o
sand - silt mixtures
ai
�M
c
4 C:
= .�
co
° O
�'
Q
Clayey gravels, gravel
.L
0
> o
Q 0
GC
- sand - clay mixtures
L
`i
f P1
O E
v
U)
SW
Well graded sands,
^
-
gravelly sands, little or
°
O O
O
no fines
>_
°
Poorly graded sands,
;n U)
U
Sp
gravelly sands, little or
no fines
°
M o Z
E
U)
a�
M
Silty sands, sand silt
�_
mixtures
❑ L
co
.Co �
CU
UH
3
o Cn
o
Clayey sands, sand
E
m Q E
SC
clay mixtures
U) M
Inorganic silts and very fine
ML
sands, rock flour, silty or
clayey fine sands, or clayey
U)
—
silts with slight plasticity
o
U o
Inorganic clays of low to
—
CL
medium plasticity, gravelly
5
clays, sandy clays, silty
Zp
clays, and lean clays
O
C5 J
OL
Organic silts and organic
(n L
silty clays of low plasticity
8_1
J
-0 E
Inorganic silts, micaceous
a) U
L
MH
or diatomaceous fine sandy
cL
or silty soils, elastic silts
T
U 0)o
E"=
CH
Inorganic clays of high
iL m
cv=�
plasticity, fat clays
U) -0
Organic clays of medium to
OH
high plasticity, organic silts
c
c�
�
(D
°
M o
Pt
Peat and other highly
_� " U)
=O
organic soils
Laboratory Classification
Criteria
' RC)N E
E N G E E R I N G
0
D so
C = greater than 4: C = ------ between 1 and 3
u
co
Do D X D10
so
o
Not meeting all gradation requirements
for GW
U) U) 5
Liquid and Plastic limits Liquid and plastic
>
N .L
2
�, limits plotting In
below A line or P.I. p g
o
U)
greaterthan 4 hatched zone
N
O O
between 4 and 7
Z
2 :L
Liquid and Plastic limits are borderline
o
? m
above "A" line with P.I. cases requiring use
greater than 7 of dual symbols
Cn
co
L E
Cn
N
U
Doo �Dao�z
.o
Cu ---- greater than 6: Cc= ------ between 1 and 3
Dio D X D10
eo
--
E
a) m
•. a)Not
meeting all gradation requirements
(n o
0
for SW
CO 3 °v
L Q Y
0-04 Q)
c o
Ln P
Liquid and Plastic limits Liquid and plastic
2 °
o m Q-
below "A" line or P.I. limits plotting
N a
:5- N_
less than 4 between 4 and 7
C °
U)L° °
are borderline
E � 55
J 2 u)
Liquid and Plastic limits cases requiring use
m 0 °
above "A" line with P.I. of dual symbols
p o co
greater than 7
60
50
w 40
Z
r
U 30
J
d
'046
CL
IE
"L-ML /
0 1/
0 10 20
ML and OL
30 40 50 60 70 80 90 100
LIQUID LIMIT
PLASTICITY CHART
UNIFIED SOIL CLASSIFICATION SYSTEM PLATE A.113
SWELL TEST RESULTS
Cattleman's Crossing
Between N. Saginaw Blvd. and US HWY 287
Fort Worth, Texas
Rone Project Number: 21-25640
Depth
Liquid
Plastic
Plasticity
Initial
Final
Load
Swell
Boring
(ft)
Limit
Limit
Index
Mc (/o)
Mc (/o)
(psf)
( /o)
B-1
3
74
24
50
20
27
375
2.3
B-3
5
37
22
15
12
22
625
0.0
B-6
5
--
--
--
17
28
625
5.5
B-7
3
51
21
30
12
25
375
0.0
B-9
9
41
19
22
26
30
1125
1.8
B-20
5
31
16
15
10
22
625
0.6
B-22
7
39
17
22
13
20
875
7.9
B-23
3
65
21
43
18
33
375
4.4
B-28
7
35
14
21
11
15
875
2.3
B-43
3
43
15
28
9
28
375
0.0
B-56
9
66
20
46
22
25
1125
2.3
B-58
7
73
24
49
24
31
875
4.3
B-59
5
75
25
50
21
33
625
8.4
B-60
3
62
18
44
21
26
375
4.6
B-63
3
75
28
47
27
38
375
7.7
B-64
7
77
22
55
21
30
875
7.3
B-65
9
70
22
48
17
25
1125
2.8
B-66
7
63
18
45
17
26
875
8.1
B-70
9
64
15
48
17
23
1125
4.8
B-71
5
66
24
42
18
27
625
8.6
B-72
7
--
--
--
6
27
875
0.0
B-75
3
79
20
59
19
31
375
7.2
B-79
5
65
28
37
14
27
625
8.5
B-80
7
--
--
--
21
27
875
4.3
B-81
9
63
19
44
18
23
1125
3.3
B-84
3
42
16
26
8
23
375
0.4
B-88
7
91
22
69
22
31
875
6.6
PLATE A.114
B-89
5
75 21 54 21
31
625
6.3
B-90
9
60 18 41 20
23
1125
0.2
B-91
3
-- -- -- 13
25
375
1.1
B-95
5
-- -- -- 5
24
625
0.0
B-97
3
38 19 19 9
25
375
3.4
B-100
3
-- -- -- 14
29
375
1.7
B-103
5
-- -- -- 20
29
625
4.6
B-104
7
-- -- -- 27
33
875
1.9
B-105
3
-- -- -- 21
33
375
11.5
B-106
1
-- -- -- 23
29
125
2.0
PLATE A.114
R OFE N G E
EST: 18
U.S. Standard Sieve U.S. Standard Sieve Numbers Hydrometer
N
V \o O O p O
(p Cl) co M N N
100
90
80 \
r
70 \
t
a�
60
m 50 �
v_
40
L '
W
a 30
20
10
0
1000 100 10 1 0.1 0.01 0.001
Grain Size - mm
Legend I Sample No I Depth, ft I % Gravel I % Sand I %Silt I %Clay I USCS
� B-1 2'-40.0 6.0 47.3 46.7 0
Material Description Texture
Olive Black CLAY with occasional calcareous nodules Silty Clay
RESULTS OF SIEVE ANALYSIS
Cattleman's Crossing
Rone Engineers
21-25640 I PLATE A.115a
R OFE N G E
EST: 18
U.S. Standard Sieve U.S. Standard Sieve Numbers Hydrometer
N
V \o O O p O
(p Cl) co M N N
100
r
70
t
60
50
LL
r- 40
m
L '
0
a 30
20
10
0
1000 100
Legend Sample No Depth, ft
--A7- I B-81 2'-4'
10 1 0.1 0.01 0.001
Grain Size - mm
% Gravel I % Sand I %Silt I %Clay I USCS
0.0 5.3 47.4 47.3 0
Material Description
rayish Black CLAY with occasional calcareous nodule
Texture
Silty Clay
RESULTS OF SIEVE ANALYSIS
Cattleman's Crossing
Rone Engineers
21-25640 I PLATE A.115b
APPENDIX B
RCN E /
FIELD EXPLORATION
Subsurface conditions were defined by 108 sample borings located as shown on the Boring
Location Diagram, Plate A.3. The borings were completed at locations staked in the field by Rone
personnel. The borings were advanced between sample intervals using continuous flight auger
drilling procedures. The results of each boring are shown graphically on the Logs of Boring.
Sample depth, description, and soil classification based on the Unified Soil Classification System
are shown on the Logs of Boring. Keys to the symbols and terms used on the Logs of Boring are
presented in the appendix section of the report.
Relatively undisturbed samples of cohesive soils were obtained using nominal 3-inch diameter
tube samplers at the locations shown on the Logs of Boring. The tube sampler consists of a steel
tube with a sharp cutting edge connected to a head equipped with a ball valve threaded for rod
connection. The tube is pushed into the soil by the hydraulic pulldown of the drilling rig. The soil
specimens were extruded from the tube in the field, logged, tested for consistency with a hand
penetrometer, sealed and packaged to limit loss of moisture.
The consistency of cohesive soil samples was evaluated in the field using a calibrated hand
penetrometer. In this test, a'/4 inch diameter piston is pushed into a relatively undisturbed sample
at a constant rate to a depth of approximately'/4 inch. The results of these tests are presented at
the respective sample depths on the Logs of Boring. When the capacity of the penetrometer is
exceeded, the value is tabulated as 4.5+.
Samples of stiff and/or granular materials were obtained using split -barrel sampling procedures
in general accordance with ASTM D1586. In the split -barrel procedure, a disturbed sample is
obtained in a standard 2-inch OD split -barrel sampler driven 18 inches into the ground using
a 140-pound hammer falling freely 30 inches. The number of blows for the last 12 inches of the
standard 18-inch penetration is recorded as the Standard Penetration Test resistance (N-value).
The N-values are recorded on the Logs of Boring at the depth of sampling. The samples were
sealed and returned to our laboratory for further examination and testing.
As
RN E
' J `�J
The rock and rock -like materials encountered in the borings were evaluated with a modified
version of the Texas Cone Penetration test. Texas Department of Transportation (TX -DOT) Test
Method Tex-132-E specifies driving a 3-inch diameter cone with a 170-pound hammer freely
falling 24 inches. This results in 340 foot-pounds of energy for each hammer blow. This method
was modified by utilizing a 140-pound hammer freely falling 30 inches. This results in 350 foot-
pounds of energy per blow. In relatively soft materials, the penetrometer cone is driven 1 foot
and the number of blows required for each 6-inch penetration is tabulated at the respective test
depths as blows-per-6-inches on the log of boring. In hard materials (rock or rock -like), the
penetrometer cone is driven and the resulting penetration distances are recorded in inches for
the first and second sets of 50 blows, for a total of 100 blows. The penetration for the total 100
blows is recorded at the respective testing depths on the Logs of Boring.
Groundwater observations during and at completion of drilling are shown on the Logs of Boring.
Upon completion of the borings, the boreholes were backfilled with auger cuttings to ground level.
B.1
LABORATORY TESTING
Laboratory tests were performed on selected samples retrieved from the borings to evaluate the
engineering characteristics of the subsurface materials, and to provide data for developing
engineering design parameters. The subsurface materials recovered during the field exploration
were described by an engineering geologist or senior staff member in the field and/or the
laboratory, and were later refined based on results of the laboratory tests performed.
Classification Tests
All recovered soil samples were classified and described, in part, using the Unified Soil
Classification System (USCS). Visual classification of soils was verified by index testing, including
natural moisture content determinations, Atterberg limits determinations, and gradation tests
(percent passing the No. 200 U.S. Standard Sieve). All testing was performed in general
accordance with applicable American Society for Testing and Materials (ASTM) procedures as
follows:
Test
Atterberg Limits
Percentage of Particles Passing the No. 200 Sieve
Moisture Content
Dry Unit Weight
Unconfined Compressive Strength — Soil
Moisture -Density Relation (Standard Proctor)
Swell Test
Hydrometer
Swell Test
ASTM Standard Number
D4318
D1140
D2216
D2167
D2166
D698
D4546, Method B
D7928
In the swell test, a sample is placed in a consolidometer and subjected to the estimated
overburden pressure. The sample is then inundated with water and allowed to swell. Moisture
contents are determined both before and after completion of the test. Test results are recorded
as the percent swell, with initial and final moisture content. Detailed swell test results are
tabulated in Appendix A.
:N
R NE
Unconfined Compression Strength Test -Soil
In the unconfined compression test, a cylindrical specimen is subjected to axial load at a constant
rate of strain until failure occurs. Strengths determined by this test are tabulated at their respective
sample depths on the Logs of Boring. Results of natural moisture content and dry unit weight
determinations are also tabulated at the respective sample depths on the logs.
Hydrometer Test
A representative sample of the material is thoroughly mixed with water and a dispersing agent, and
placed into a cylindrical column of water. A sphygmomanometer is used to measure the decrease
in density of the soil/water slurry as soil particles settle out of the mixture. The rate in density change
is used to determine the particle size distribution of material finer than the No. 200 sieve.
B.2
RONE /
Rone Specification 400
LIME STABILIZATION OF COMPACTE CLAYEY SOILS
1. Description
Mix and compact lime and water with in -place, pre -compacted clayey soil in order to construct a
lime stabilized subgrade in accordance with this specification and as required by the geotechnical
report and site design plans and specifications.
2. Materials
2.1 Lime
Furnish hydrated (slaked) lime, commercial lime slurry, quicklime, or carbide lime slurry that
meets the requirements of DMS-6350, "Lime and Lime Slurry" and DMS-6330 "Pre -
Qualification of Lime Sources." Use Do not use quicklime when sulfates are present in
quantities greater than 3,000 ppm. When furnishing quicklime, provide it in bulk.
2.2 Water
Furnish potable water free of and wastes and other deleterious or objectionable material.
2.3 In -Place Clay Soils
In accordance with Rone's geotechnical report.
2.4 Mix Design
Rone will provide the required lime mix percentage in accordance with the geotechnical report.
3. Equipment
Furnish equipment in accordance with Item 260 of the latest edition of the Standard Specifications
for Construction of Highways, Streets and Bridges, Texas Department of Transportation (TxDOT).
4. Construction
Construct the lime -stabilized subgrade as required by the geotechnical report and design
specifications in accordance with the following construction steps.
4.1 In -Place, Pre -Compacted Grades
The in -place clay subgrade must be fully compacted using kneading compaction wet -of the
optimum moisture contents in construction in full accordance with Rone's compaction control
specifications as provided in the geotechnical report or report addendum, and to the lines and
grades required in the project plans and specifications. The moisture states of the finished
grades shall have been maintained in accordance with the geotechnical report.
4.2 Preparation of the In -Place, Pre -Compacted Grades
5/19/21
Lightly spray the grade surface with water. If visible drying has occurred on the grade surfaces
since compaction, spray additional water in those areas as may be needed to establish a
Page 1 of 3
B.3
RON /
Rone Specification 400
wetted surface and preserve the wet -of -optimum moisture states established during
compaction. Allow soak time before scarifying any areas requiring more significant wetting.
4.3 Scarification
Use a road mixer to fully scarify and pulverize the in -place grades to the design stabilization
depth. The pre -kneaded clays will pulverize to optimal surface area exposure for lime coating
and mixing. Spray any scarified soils that appear visibly dry. The scarified depth must appear
visibly well pulverized and moist before application of lime.
4.4 Application
5/19/21
Uniformly apply lime using dry or slurry placement as shown on the plans or as directed.
Slurry placement is recommended for most efficient hydration and stabilization.
Add lime at the required percentage in accordance with the geotechnical report. Apply lime
only on areas where mixing can be completed during the same working day.
Start lime application only when the air temperature is at least 350F and rising or is at least
40°F. Temperatures must be taken in the shade and away from artificial heat. Lime may not
be applied during rainfall. Suspend application when weather conditions become unsuitable.
Minimize dust and scattering of lime by wind. Do not apply lime when wind conditions cause
blowing lime to become dangerous to traffic or objectionable to adjacent property owners.
Use of quicklime can be hazardous. Inform users of the recommended precautions for
handling and storage.
4.4.1 Slurry Placement
Provide lime slurry free of objectionable materials, at or above the minimum dry solids
content, and with a uniform consistency that will allow ease of handling and uniform
application. Deliver commercial lime slurry or carbide lime slurry to the jobsite, or use
hydrated lime or quicklime to prepare lime slurry at the jobsite or other approved
location, as specified. When dry quicklime is applied as slurry, use 80% of the amount
required.
Distribute the prepared slurry uniformly over measured sections of the scarified grades
until the specified lime content is reached. Uniformly spread the residue from
quicklime slurry over the length of the section being processed.
4.4.2 Dry Placement
Distribute the required quantity of hydrated lime or pebble grade quicklime with
approved equipment. Only hydrated lime may be distributed by bag. Do not use a
motor grader to spread hydrated lime.
Page 2 of 3
B.3
RON /
Rone Specification 400
5. Mixing
Begin mixing within 2 hours of application. Hydrated lime shall not be exposed to the open air for
more than 3 hours. When pebble grade quicklime is placed dry, mixing must be done immediately
after application.
Mixing must be conducted thoroughly and uniformly using a road mixer. Allow the lime mixture
to soak, hydrate and flocculate the pulverized clay soil for at least 4 hours and no more than 24
hours. Add water as needed to maintain a moist condition and prevent excessive drying to
support hydration and chemical reaction during and after mixing and prior to compaction.
Mixed soils should not be exposed to rain prior to compaction. Mixed soils exposed to rain prior
to compaction may require full rework with reapplication of lime and remixing.
6. Compaction
After 4 to 24 hours, the mixed layer may be compacted. The mixed lift must be fully and uniformly
compacted with a footed compactor wet -of the optimum moisture contents generated during
compaction in accordance with the compaction specifications provided in the geotechnical report.
The footed compactors must be utilized in static mode, without vibration. Full compaction must
occur before any heavy rainfall.
7. Finishing
Immediately after completing compaction, blade and smooth roll the surface as needed to
establish a smooth surface to the required design lines and grades. Add small amounts of water
if and where needed during shaping and rolling.
8. Curing
Cure the stabilized subgrade for at least 24 hours and as needed to establish a sturdy working
surface before traversing with construction traffic and subsequent construction. Maintain moisture
as may be needed during curing.
END
5/19/21
Page 3 of 3
B.3
APPENDIX C
nnnfnnhninni Cnninnnninn Onnnnf
The Geoprofessional Business Association (GBA)
has prepared this advisory to help you — assumedly
a client representative — interpret and apply this
geotechnical-engineering report as effectively as
possible. In that way, you can benefit from a lowered
exposure to problems associated with subsurface
conditions at project sites and development of
them that, for decades, have been a principal cause
of construction delays, cost overruns, claims,
and disputes. If you have questions or want more
information about any of the issues discussed herein,
contact your GBA-member geotechnical engineer.
Active engagement in GBA exposes geotechnical
engineers to a wide array of risk -confrontation
techniques that can be of genuine benefit for
everyone involved with a construction project.
Understand the Geotechnical-Engineering Services
Provided for this Report
Geotechnical-engineering services typically include the planning,
collection, interpretation, and analysis of exploratory data from
widely spaced borings and/or test pits. Field data are combined
with results from laboratory tests of soil and rock samples obtained
from field exploration (if applicable), observations made during site
reconnaissance, and historical information to form one or more models
of the expected subsurface conditions beneath the site. Local geology
and alterations of the site surface and subsurface by previous and
proposed construction are also important considerations. Geotechnical
engineers apply their engineering training, experience, and judgment
to adapt the requirements of the prospective project to the subsurface
model(s). Estimates are made of the subsurface conditions that
will likely be exposed during construction as well as the expected
performance of foundations and other structures being planned and/or
affected by construction activities.
The culmination of these geotechnical-engineering services is typically a
geotechnical-engineering report providing the data obtained, a discussion
of the subsurface model(s), the engineering and geologic engineering
assessments and analyses made, and the recommendations developed
to satisfy the given requirements of the project. These reports may be
titled investigations, explorations, studies, assessments, or evaluations.
Regardless of the title used, the geotechnical-engineering report is an
engineering interpretation of the subsurface conditions within the context
of the project and does not represent a close examination, systematic
inquiry, or thorough investigation of all site and subsurface conditions.
Geotechnical-Engineering Services are Performed
for Specific Purposes, Persons, and Projects,
and At Specific Times
Geotechnical engineers structure their services to meet the specific
needs, goals, and risk management preferences of their clients. A
geotechnical-engineering study conducted for a given civil engineer
will not likely meet the needs of a civil -works constructor or even a
different civil engineer. Because each geotechnical-engineering study
is unique, each geotechnical-engineering report is unique, prepared
solely for the client.
Likewise, geotechnical-engineering services are performed for a specific
project and purpose. For example, it is unlikely that a geotechnical-
engineering study for a refrigerated warehouse will be the same as
one prepared for a parking garage; and a few borings drilled during
a preliminary study to evaluate site feasibility will not be adequate to
develop geotechnical design recommendations for the project.
Do not rely on this report if your geotechnical engineer prepared it:
• for a different client;
• for a different project or purpose;
• for a different site (that may or may not include all or a portion of
the original site); or
• before important events occurred at the site or adjacent to it;
e.g., man-made events like construction or environmental
remediation, or natural events like floods, droughts, earthquakes,
or groundwater fluctuations.
Note, too, the reliability of a geotechnical-engineering report can
be affected by the passage of time, because of factors like changed
subsurface conditions; new or modified codes, standards, or
regulations; or new techniques or tools. If you are the least bit uncertain
about the continued reliability of this report, contact your geotechnical
engineer before applying the recommendations in it. A minor amount
of additional testing or analysis after the passage of time - if any is
required at all - could prevent major problems.
Read this Report in Full
Costly problems have occurred because those relying on a geotechnical-
engineering report did not read the report in its entirety. Do not rely on
an executive summary. Do not read selective elements only. Read and
refer to the report in full.
You Need to Inform Your Geotechnical Engineer
About Change
Your geotechnical engineer considered unique, project -specific factors
when developing the scope of study behind this report and developing
the confirmation -dependent recommendations the report conveys.
Typical changes that could erode the reliability of this report include
those that affect:
• the site's size or shape;
• the elevation, configuration, location, orientation,
function or weight of the proposed structure and
the desired performance criteria;
• the composition of the design team; or
• project ownership.
As a general rule, always inform your geotechnical engineer of project
or site changes - even minor ones - and request an assessment of their
impact. The geotechnical engineer who prepared this report cannot accept
responsibility or liability for problems that arise because the geotechnical
engineer was not informed about developments the engineer otherwise
would have considered.
Most of the "Findings" Related in This Report
Are Professional Opinions
Before construction begins, geotechnical engineers explore a site's
subsurface using various sampling and testing procedures. Geotechnical
engineers can observe actual subsurface conditions only at those specific
locations where sampling and testing is performed. The data derived from
that sampling and testing were reviewed by your geotechnical engineer,
who then applied professional judgement to form opinions about
subsurface conditions throughout the site. Actual sitewide-subsurface
conditions may differ - maybe significantly - from those indicated in
this report. Confront that risk by retaining your geotechnical engineer
to serve on the design team through project completion to obtain
informed guidance quickly, whenever needed.
This Report's Recommendations Are
Confirmation -Dependent
The recommendations included in this report - including any options or
alternatives - are confirmation -dependent. In other words, they are not
final, because the geotedmical engineer who developed them relied heavily
on judgement and opinion to do so. Your geotechnical engineer can finalize
the recommendations only after observing actual subsurface conditions
exposed during construction. If through observation your geotechnical
engineer confirms that the conditions assumed to exist actually do exist,
the recommendations can be relied upon, assuming no other changes have
occurred. The geotechnical engineer who prepared this report cannot assume
responsibility or liability for confirmation -dependent recommendations if you
fail to retain that engineer to perform construction observation.
This Report Could Be Misinterpreted
Other design professionals' misinterpretation of geotechnical-
engineering reports has resulted in costly problems. Confront that risk
by having your geotechnical engineer serve as a continuing member of
the design team, to:
• confer with other design -team members;
• help develop specifications;
• review pertinent elements of other design professionals' plans and
specifications; and
• be available whenever geotechnical-engineering guidance is needed.
You should also confront the risk of constructors misinterpreting this
report. Do so by retaining your geotechnical engineer to participate in
prebid and preconstruction conferences and to perform construction -
phase observations.
Give Constructors a Complete Report and Guidance
Some owners and design professionals mistakenly believe they can shift
unanticipated -subsurface -conditions liability to constructors by limiting
the information they provide for bid preparation. To help prevent
the costly, contentious problems this practice has caused, include the
complete geotechnical-engineering report, along with any attachments
or appendices, with your contract documents, but be certain to note
conspicuously that you've included the material for information purposes
only. To avoid misunderstanding, you may also want to note that
"informational purposes" means constructors have no right to rely on
the interpretations, opinions, conclusions, or recommendations in the
report. Be certain that constructors know they may learn about specific
project requirements, including options selected from the report, only
from the design drawings and specifications. Remind constructors
that they may perform their own studies if they want to, and be sure to
allow enough time to permit them to do so. Only then might you be in
a position to give constructors the information available to you, while
requiring them to at least share some of the financial responsibilities
stemming from unanticipated conditions. Conducting prebid and
preconstruction conferences can also be valuable in this respect.
Read Responsibility Provisions Closely
Some client representatives, design professionals, and constructors do
not realize that geotechnical engineering is far less exact than other
engineering disciplines. This happens in part because soil and rock on
project sites are typically heterogeneous and not manufactured materials
with well-defined engineering properties like steel and concrete. That
lack of understanding has nurtured unrealistic expectations that have
resulted in disappointments, delays, cost overruns, claims, and disputes.
To confront that risk, geotechnical engineers commonly include
explanatory provisions in their reports. Sometimes labeled "limitations;'
many of these provisions indicate where geotechnical engineers'
responsibilities begin and end, to help others recognize their own
responsibilities and risks. Read these provisions closely. Ask questions.
Your geotechnical engineer should respond fully and frankly.
Geoenvironmental Concerns Are Not Covered
The personnel, equipment, and techniques used to perform an
environmental study - e.g., a "phase -one" or "phase -two" environmental
site assessment - differ significantly from those used to perform a
geotechnical-engineering study. For that reason, a geotechnical-engineering
report does not usually provide environmental findings, conclusions, or
recommendations; e.g., about the likelihood of encountering underground
storage tanks or regulated contaminants. Unanticipated subsurface
environmental problems have led to project failures. If you have not
obtained your own environmental information about the project site,
ask your geotechnical consultant for a recommendation on how to find
environmental risk -management guidance.
Obtain Professional Assistance to Deal with
Moisture Infiltration and Mold
While your geotechnical engineer may have addressed groundwater,
water infiltration, or similar issues in this report, the engineer's
services were not designed, conducted, or intended to prevent
migration of moisture - including water vapor - from the soil
through building slabs and walls and into the building interior, where
it can cause mold growth and material -performance deficiencies.
Accordingly, proper implementation of the geotechnical engineer's
recommendations will not of itself be sufficient to prevent
moisture infiltration. Confront the risk of moisture infiltration by
including building -envelope or mold specialists on the design team.
Geotechnical engineers are not building -envelope or mold specialists.
GEOPROFESSIONAL
BUSINESS
SEA ASSOCIATION
Telephone: 301 /565-2733
e-mail: info@geoprofessional.org www.geoprofessional.org
Copyright 2019 by Geoprofessional Business Association (GBA). Duplication, reproduction, or copying of this document, in whole or in part, by any means whatsoever, is strictly
prohibited, except with GBAs specific written permission. Excerpting, quoting, or otherwise extracting wording from this document is permitted only with the express written
permission of GBA, and only for purposes of scholarly research or book review. Only members of GBA may use this document or its wording as a complement to or as an element
of a report of any kind. Any other firm, individual, or other entity that so uses this document without being a GBA member could be committing negligent
GC-6.09 Permits & Utilities
THIS PAGE LEFT INTENTIONALLY BLANK
CITY OF FORT WORTH CATTLEMAN'S CROSSING PHASE 3
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN: 105370
Revised July 1, 2011
FORT WORTH
DEVELOPMENT SERVICES
INFRASTRUCTURE DEVELOPMENT
200 Texas St, Fort Worth, TX 76102
DRAINAGE STUDY
ACCEPTANCE LETTER
STORMWATER DEVELOPMENT SERVICES (SDS)
S DS(d)fortworthtexas.gov
Project Information:
Name: Cattlemans Crossing Phase 2 Date: 12/09/2022
Location: East of BUS-287 and southwest of US-287; north of Prarie Ridge Est. Site / Plat Area (ac): 172.8
Description: Proposed A-5 single family subdivision Disturbance Area (ac): 172.8
Owner: Engineer: Surveyor:
Name: Daniel Satsky Name: Kevin Glaub, PE, CFM Name: Robert Allen, RPLS
Company: Ashton Woods Firm: Shield Engineering Group, PLLC Firm: 11039
Phone: 972-428-5413 Phone: 817-810-0696 Phone: 817-810-0696
Email: Daniel.Satsky@ashtonwoods.com Email: Kevin.Glaub@segplIc.com Email: Robert.Allen@segpllc.com
Address: 1800 Valley View Lane, Suite 100 Address: 1600 W. 7th St., Suite 400 Address: 1600 W. 7th St., Suite 400
Farmers Branch, Texas 75234 Fort Worth, Texas 76102 Fort Worth, Texas 76102
❑✓ The project has an applicable and accepted Drainage Study: DS-22-0218
❑ If applicable, the project has an accepted Flood Study: FSR — 20_ — 0
❑ The project does not require a drainage study because acceptable documentation was provided to
confirm that the work is limited to offsite linear underground utility installation, and all land disturbance
shall be remediated and re -vegetated.
❑ The project does not require a drainage study because acceptable documentation confirming all of the
following items was provided to SDS staff:
• The total of onsite and offsite land disturbance associated with this project is less than 1 acre.
• The project is not part of a common plan of development.
• Offsite areas do not drain to or through the project or plat limits.
• There are no existing or proposed drainage facilities.
• There is no known, adjacent, suspected or regulated flood risk that impacts this project.
The accepted Drainage Study supports the following development applications (check all that apply):
❑Single -Phase ❑ Multi -Phase ❑ Concept Plan ❑ Infrastructure Plan Review
Preliminary Plat Preliminary Plat (Multi -Phase)
❑❑ ❑ Zone A (only) ❑ Update To Previous Study
✓ Grading Permit ✓ Final Plat Flood Study ✓ DS — 2022 — 0218
Proposed drainage improvements and mitigation (check all that apply):
❑Stormwater Low Impact Onsite Open Drainage Infrastructure
Detention Facility ❑ Design (LID) ❑✓ Channels ❑ (CFA)
SDS Representative or Reviewer:
Name: Misty Christian, P.E.
Signature:-4�ti�tC� _�. _ Date: 12/19/2022
Notes: Minor comment on HEC-RAS model to be addressed on resubmittal if needed during IPRC or Grading Permit Review.
Instructions to the Applicant:
1. Complete the Project Information details and attach a project boundary map (area that study applies to).
2. Submit the completed form and attachments with the drainage study submission, or email to SDS separately.
3. Include a copy of this signed form and attachments with applications for Plats and Infrastructure Plans.
Revised 01/03/2020
/ Mwxs WP50 °y2
e RA N
I I
ors R icr� I i I I I I I I I /
�I
I r+RS C9�4 AA,
r5�mrswcs��Wmvc' I ' I 29711' a �Ias , a oaRrcr m I 'I /z�� rz
cl
rT/z sursrcnr+c' C2
gg'ICIA,
s -ml II
---- - - - - - I
I� I I m I ,III
Y�=a'
ciRs S00°ifi'0.5"E .292' Ixs c� Nc00'18'ST'W ,I�
CIA, Li 110.00'
3 c,06 S00°19'5TE 95500' _ }
wwww.`�'w' m"',.�i° 0I II I I I I O ,,., ...w ww .., ,. ..... ,•,.. W ..w ",._ W,° w «.. .,.w �.w .., ..."c� y I I I I '¢yl 3
in S 00°19'S]" E �wsasWsvr I I _ "3
Msrcrs0cwossvaos..a , I—
aU
o v.R.rcr I,cl. LBu IIcl
d.8 I j a 6 § �.$ a.§ '
--s� ,,
Q!9' _ - m e cs L14¢ cs c SQ9
_ _ _ _ _ _ _ _ a� - _ a mm STRE?TE ®m . _ m nm am _ 9 .' I � tors
2 _ _ �1 L15 1
L J_I___-__ __vTM�________ 3��m- _.gym '"=� ym - - zs"
§ Via.§ 3.6 6 3 § 3.§- 6 - A9� 9.§ xa ;/zt
®le °o= a -® ' -6 : 6 : -s : "a '.� § eW : `e ` •§ : x§
,/w o 1
S3 I: aa6s,§ a,6 �.6
P 3 , 6
_m" _ — ._am
m STREEi DE _ —� al M On1PANY SUR ,ovmem °.w,c 'w,r Ff o
W tore
-
P a IS _ II
a O I I i
A I, m
/ ff 4:1 �I.mmE x
.s`a :§6 ,6s .§a e6a w§a §a §a .6§ .§� .§e 4aa as°$$ ar. of II S.
tort
"1*-STREETA =-gym. °"TREETA
- -
Hxe. BN�I.�LE,a f a
I e xx,.�aa�e IN.
I u ear,eere u, L0�..10
I a saw,ema „o '-P
v rvavmosE a4. VICIN YMAP
use mzo� ,ao'
I L,rs xIN a,rsew IN.,
I a„ ezr,e�e are
j L,a U, INaaw s�,as>v,„aaa aaa
I ,.,
u su a0vsw ,s 0 100 200
GRAPHIC SCALE IN FEET
I LIN e.s,eara ,.,
I L31 .Paaw ,.,
Lsa x«.aaaE ,.,
`7 " 1.7 Tx
rA ,.
I c, aa. a,rs, szo�� aem I
I re z6. ar ,z z.�. Tee zroef ze.ar I
I w .,a. on ro, svzo- xza ssnw e,ez I
4_ >.w
c„ rva� N.op ems A.
145o so oarvo• s«.aos,r xmi�
Ikon 1 sue• a,u
I o„ a 5 ze°P ,
I c,a a, aeae 9o�omF F,4.�aw aaAa I
„� HORIZONTAL CONTROL PLAN
m' bR
e § § a "a 6 �e§a=a § .6 R®� s § ,§� § a §Q 6 6e § § § § ads s 66a s�6 §III ie 0 §` OF
®m. �_� .m o �.6.x. gsp _@np w.e _ CATTLEMANS CROSSING SF;
- - - — - - - - w �� L —'� LOTS 1-24, IX BLOCK A;
N00°19'57"W 227220'-
TOF�- - a m US BUSINESS 287 - — - 1_ - cl6s LOTS 1-12, 86-97, 8X, 86X BLOCK B;
NLN__ _ (Lza tuaxi-0a-wn_v) 1 LOTS 1-29, 15X BLOCK C; LOTS 1-29, 14X BLOCK D;
LEGEND —R a YOo P4R8�, PCc 563 w.x,n,° LOTS 1-42 BLOCK E; LOTS 4-22, BLOCK F;
DE INDICATES A DRNNAGE EASEMEM AN ADDITION TO
THE CITY OF FORT WORTH,
ssE = IrvDIOATEs A snrvrrnar SEWER EASEMENT TARRANT COUNTY, TEXAS
UE =INDICATES A UTILITY EASEMENT BEING 55.884 ACRES OF LAND
BL - INDICATES A BUILDING LINE SITUATED IN THE M.E.P. & P. RR CO SURVEY,
XCF INDICATES "X" CUT IN CONCRETE, FOUND ENGINEER/SURVEYOR DEVELOPER U.".w,w".w...w # 17 ABSTRACT 1131 TRACT 4 & 4A HS.
sLIEtD ENGINEERING GROUP. PUG ASHTGN WOODS - DANIEL snTSNr CITY OF FORT WORTH, TARRANT COUNTY, TEXAS
XCS =INDICATES "%" CUT IN CONCRETE SET 1 WEST TH STREET, SUITE 200 1B00 VALLEY VIEW IPNE. SUITE 100
0� (el]) 81 Gx06966102 FARMERS92)8620-5413
CIRF INDICATES 5/B-INCH IRON ROD FOUND WITH PLASTIC F cw,,cma+.L wrt.
GAP STAMPED "SHIELD ENGINEERING" OWNER I , SHIELD
JEN 101E 31, LLC
CIRS = INDICATES 5/8-INCH IRON ROD SET WITH PLASTIC CAP 1601 ELM ST
STAMPED 'SHIELD ENGINEERING" DAWS. T% oeec,w
ENGINEERING GROUP
Cl INDICATES A CONTROLLING MONUMENT
POB POINT OF BEGINNING
OPRTCT OFFICIAL PUBLIC RECORDS. TARRANT COUNTY, TEXAS RM pF11039• TBLS FIRM#10193090
1600 Wect HIS
Suit 400, Fort Worth, T%T6102 • 017.810.0696
T C T PIAT RECORDS. 1111 COUNTY, TE%AS nnL w. ws wax n-n-m wxx , ray.rm .„ mxz ne' ow e s am vew mxn wens esauuem wuew
NOTES
1. ALL DISTANCES ALONG ARCS ARE GIVEN AS ARC LENGTHS.
A S1No IRON ROD WITH BWE PLASTIC CAP STAMPED SHIELD
EERING ENGINUNLESS OTHERWISE NO
4. ALL PRIVATE OPEN SPACE LOTS SHALL BE OWNED AND MAINTAINED BY THE HOA
NO BSIRACTING HAS BEEN PERFORMED BY THE SURVEYOR THERE MAYOR ENCUMBRANCES AFFECTING THE SUBJECT TRACT WHICH THE SURVEYOR IS UNA1
THEREFORE ARE NOT SHOWN HEREON
V'S REQUIRED PRIVATE PRESSURE REDUCING VALVES WILL BE REQUIRED, WATE
EXCEEDS 80 PSI.
WASTEWATER 1.1 FEES FINE T.T. AMOUNT ASSESSED I ESTABUS.E. ON THE REG.R
GT DN, BASED UPON SCHEDULE E F THE UI CURRENT
DINI
OR THE CONNECTION DATE TO THE MUNICIPAL WATER AND/OF WASTEWATER SYSTEM L
HER
BE I NSRUCTED LIVE
SANITARY SEWER, DRAINAGE, GAS, ELECTRIC, OR OTHER UTILITY EASEMENT OF ANY
THE C OF FORT WORTH SUN NOT BE RESPONSIBLE FOR THE MAINTENANCE GENCY ACCESS EASEMENTS,PC ACCESS ASEMENTS,
EASEMENTS. RECREATION AREAS. OPEN SPACES AND DRAINAGE FACILITIES, AND SATE
INDEMNIFY AND SAVE HARMLESS THE CITY OF FORT WORTH,OTEXA TEXAS, FROM CWMS,
TLOSSES AN S US HIS PARAGRAPH OUT F OR FROM PERFORMANCE OF THE BLIGA ONS OF SAID O
ANY PUBLIC UTILITY INCLUDING THE CRY OF FONT WORTH, EFF&L HAVE THE RIGHT
MOV
VIED ALL OR PART IF DING, FENCE, FREE, ER GROWTH 0R
IN ANY WAY ENDANGERS ORYINTERFER. WRHE THECONSTRUCTION, MAINTENANCE '
IS RESPECTNE SYSTEMS ON ANY OF THE EASEMENTS SHOWN HEREON, AND THEY
RIGHT NTNG. ANID ADDINGNORE
REMOV NG ALL
OR PART LIUPON "FO ITSSRESPECTIVE SYSTEM!
NECESSITY AT ANY TIME OF PROCURING THE PERMISSION OF ANYONE
NO BUILDING PERMUFS SHALL BE ISSUED FOR
COMMUNITY FACILITIES AGREEMENT OR OTHER ACCEPTABLE PROVISIONS ARE MADE
CONSTRUCTION OF ANY APPLICABLE WATER, SANITARY SEWER, DRAINAGE IMPROVEME
SIDEWALKS,
WORTH
SIGNS OR PAVING IMPROVEMENTS, AND APPROVAL IS FIRST OBTAINED F
FORTWOR
PARKWAY IMPROVEMENTSSUCH AS CURB AND
GUTIF RA PAVEMENT TIE-IN,, DRIVE AF
SIDEWALKS
IDE KSAND DRAINAGE
MAY AT BE E OF BUILDING PER
WA
ACCESIDESS KEASEMENTS AS AND STREET LIGHTS
E GUY ROEF RPOONTO RTH STANDARR ALL DS AND PRIVATE sRE
A SITE DRAINAGE STUDY. SHOWING CONFORMANCE WITH THE APPROVED ROADWAY E
BE REQUIREDBEFORE ANY BUILDING PERIAN IS ISSUED ON THIS SITE A GRADING
INSTANCES MAY
Y BE ADEQUATE IF THE SITE DOES NOT CONFORM, THEN A DRANA�
REQUIRED. ALONG WITH A COMMUNITY FACILITIES AGREEMENT FOR ANY REQUIRED D
WORTH CITY CODE, NO BUILDING(S) NOT NECESSARY TO THE OPERATION OF AN OIL OR GAS WELL
SNALL EONSTRUCIED WITHIN THE SETK
BAC REQUIRED BTGAS INCE A"ADOPTED FIRE
CODE FROM ANY EXISTING ORPERMInED OIL ORH GASUWELL
BORE SHE DISTANCE SHALL
BE MEASURED IN A STRAIGHT LINE FROM THE WELL BORE TO THE CLOSEST EXTERIOR POINT OF THE
BUILDING, WITHOUT REGARDS TO INTERVENING STRUCTURES OR OBJECTS
7 CLHANNERNNAGE-WAY MANTENANCE THE E%IBRNG CREEK,• DRATUAGE
LL TIRAVERSING ALONG OR ACROSS PORTIONS OF THIS ADDITION, WILLRREMAIN RUNOBSTRUCTED AT
ALL TIMES AND WILL BE MAINTAINED BY THE INDIVIDUAL LOT OWNERS WHOSE LOTS ARE TRAVERSED BY,
OR ADJACENT TO, THE ore - YS THE CITY OF FORT WORTH W NOT BE R HE
MAINTENANCE, EROSION CONTROL, AND/OR OPERATION OF SAID DRAINAGE -WAYS PROPERTY OWNERS
KEEPHALL THE ADJACENT DRAINAGE -WAYS TRAVERSING THEIR PROPERTY
SILT OR OTHER SUBSTANCES WHICH WOULD RESULT IN UNSANITARY CONDITIONS, AND THE GUY SHALL
S
HAVE THE RIGHT OF ENTRY FOR THE PURPOSE OF INSPECTING THE MAINTENANCE WORK BY THE
PROPERTY OWNERS THE DRAINAGE -WAYS ARE OCCASIONALLY SUBJECT TO STORM WATER OVERFLOW
AND/OR BANK EROSION THAT CANNOT BE DEFINED. THE CITY OF FORT WORTH SHALL NOT BE (ABLE
ANYFOR ANY IDANAGEI ENI"lli NIB THE FILIRE IF
STRUCTURE(S) WITHIN I'HE
NG FDRAINAGE WAYSRI" THE 'HE
THE DRAINAGE RENCE IF SWAY HCROSENG EACH LOT IS CONTAINED
WITHIN THE I'LOOD—IN EASEMENT UNE AS SHOWN ON THE PLAT
18 PRIVATE COMMON AREAS AND FACILRES. THE CITY OF FORT WORTH SHALL NOT BE HELD RESPONSIBLE
CONSTRUCTION,FORTHE
MAINTENANCE 0 OPERATION 0
ACILRES RNI"U ARS OR D SUCH ON
O SINCLUDE,B NOT BE
UMITED PD. PRIVATE STREETS. EMERGENCY ACCESS EASEMENTS. AND
SECURITY ENTRANCES;
RECREATION AREAS, LANDSCAPED AREAS AND OPEN SPACES, WATER AND WASTEWATER DISTRIBUTION
SYSTEMS AND UFFIES RAND OWNERS T FACILIFFIES, AND AND SUBSEQUENT OFHTOHES LOTSERANDSE/PARCUEEDINNSTMSD
SUBDINSIOU.HACTING JOINTLY AND SEVERALLY AS A LAND OWNERS ASSOCIATION, SHALL BE RESPONSIBLE
FOR SUCH CONSTRUCTION. RECONSTRUCTION, MAINTENANCE AND OPERATION OF THE SUBDIVISION'S
CITY"OF FORT( WORTHTIN AN"TEXAS, FROM AND 'ACITALL CLAMS, DAMAGES•AND LOSSES ARISINGTO INDEMNIFY ANN HOLD EAT
CUT
OFR OR S THE
RESULTING FROM THE PERFORMANCE OF THE OBLIGATIONS OF SAID OWNERS ASSOCIATION, AS SET
FORTH HEREIN
FLOODPLAIN NOTE
BY GRAPHICAL PLOTTING, THE PARCEL DESCRIBED HEREIN LIES WITHIN ZONE 'X" AS DELINEATED
ON THE TARRANT COUNTY, TEXAS AND INCORPORATED AREAS FLOOD INSURANCE RATE MAP, NO
EMERGENCY
MANAGEMENTLNVAGENCTZONE MARCH3"FEDERAL %'1S DEFINED AS AREAS DETERMINED TO BE OUTSIDE THE 0.29.
ANNUAL CHANCE FL SSOT CERTIFY THAT REvI
INFORMATION HAS OR HAS NOT BEEN ILEUSHED BYTHE FEDERAL EMERGENCY EMANAGEMENTN
AGENCY OR ANY OTHER SOURCE
nRrP�onnN nc cllmr�Y DEVELOPMENT YIELD AREA(ACRRXI 55854 TOTL LNUMeea EOIS III O p
BLUMBERNO F"
SING A TRACT OF LAND SITUATED IN THE E EL PASO AN PACIFIC D CO NY SURVEY.
ABSTRACT NO 1131, CITY OF FORT WORTH MIARRANT COUNTY. TEXAS. BEING ALL A"CERTAIN"TRACT OF LAND AIIIAGE GLEPAMILV OETACx _ SLNGLEPAMLLYATTACH TWO FAMI 111n6AMT
AS DESCRIBED BY DEED TO TRIPLE W PROPERTIES. LTD. AND RECORDED IN INSTRUMENT NO, D207043622. MB PRIVATE OPEN SPACE LOTS —EDA
TEXAS, (OPECT) AND BEING MORE PARTICULARLY DESCRIBED BY
ACREAGE ICOMMERCTU LOT50000 wOUSTLUALLOT50000 OeEN SewCE LOT52596 TUGxT-OF-wwv T.9M
METEMUNDS DFOLLOWSN( ASIS OF RENCE TO THE TEXAS STATE NE COORDINATE Locena
SYSTEM,, ND RAL 20NE, NAD VN THE TRRIMB E VRS NETWORK FOR NORTH CENTRAL TEXAS PLL i.y
DISTANCESARESURFACE DISTANCES)
VICINTTY MAP
BEGINNING AT A M-IRON ROD FOUND IN THE NORTH ONE OF THE SAD TRIPLE
I AS IDEICINIED BY
ED
AND RECORDED INS NiNOA D204335429, (OPRTCT), ALSO BEING INETHE
TO EVEREST ENERGY INSTITUTIONAL AND RECORDED IN INSTRUMENT N0. D212017692, (OPRi IF FORT T). AND THE
REC FDEDEIN NSIF TRUMEM NO CDAIN TT2 64. (OPIF NO AS RTCT)B A DIISTANCE OFED 'RED TO 2213 30 TIE "FEET TO AW3/4 EMCH IRON
ROD FOUND FIR GIRNIR IF ID 11 OF FORT -IN TRACT PINS COMMON WITH THE
sGUNTWSET
RIGHT
TOF W�AYRT LINE OF E HIGHWAY NO 287 (A VANABLE WILTH RIGHT OF WAY).
SOCIEWEll RIGHT OF
WAY ONE .1 THE SAX US
WAY HIGHNO
MONUMENT FOUNDFO H CORNER OF A
CERTAIN 69�(OPMCr)ESCRIBED BY DEED To WJH ENERGY, INC. AND RECORDED IN INSTRUMENT NO
STATE OF TEXAS $
COUNTY OF TARRANT $
E, THE UNDERSIGNED AUTHORITY, ON THIS DAYPERSONALITY KNOWN TO ME TO BETHE PERSON WHOSE NAME IS SUBSCRIBEDTOAPPEARED J THEFOREGOINGN`ONUT AND
ACKNOWLEDGED TO ME THAT HE EXECUTED THE SAME FOR THE PURPOSE AND CONSIDERATION THEREIN
EXPRESSED
THENCE WITH THE SAID TRACT 2, THE FOLLOWING COURSES AND DISTANCES NOTARY PUBLIC IN AND FOR THE STATE OF TEXAS
SOUTH 00-20'- EAST, A DISTANCE OF 219,97 FEET TO A 5/8-INCH CAPPED IRON ROD MARKED 'SHIELD ENGINEERING" SET, MT COMMISSION EXPIRES.
NORTH 89-26'4T EAST, A DISTANCE OF 28785 FEET TO A TXDOT ROW MONUMENT FOUND FOR THE EAST
TRACT 2 AND BEING IN THE SOUTHWEST RIGHT OF WAY ONE OF THE SAD US
THENCE "ITIER" "" THE 111"IEST RIGHT OF WAY LNE IF THE SAJD US HIGH— NO 2BI, THE
SOUTH 05' EAST, A DISTANCE OF 74170 FEEL TO A TXDDT ROW MONUMENT FOUND,
SOUTH 44-57 49 EAST, A DISTANCE OF 53059 FEET To A TXDDT ROW MONUMENT FOUND.
SOUTH 53-05'23" EAST A DISTANCE OF 33D 28 FEET TO A TXDOT ROW MONUMENT FOUND IN THE
SOUTHEAST ONE OF THE SAID TRIPLE w TR AND BEING COMMON WITH THE NORTHWEST RIGHT OF WAY
AY (A TOO — RIGHT OF WAY) AS
OIESCRIBED BY GEED AND E 4p (OPRTCT); 0
HENCE SOUTH 36 WEST. CWITH THE SO OFTHEAFORESND TRIPLE W TRACT AND BEING
COMMON WNH THE NORTHWEST RIGHT OF WAY SOUTHEAST
TOM WORTH AND DE
DISTANCE OF 1075 42 FEET TO THE SOUTHEAST CORNER T OF THE AFOREMENTIONED TRIPLES W.reTRACT AND
BEING COMMON WITH THE NORTHEAST CORNER OF LOT 3. BLOCK 3. OF THE PRAIRIE RIDGE ESTATES. AN
ADDITION TO THE CITY OF FORT WORTH. TARRANT COUNTY. TEXAS. RECORDED IN
GOODQPRTDn. FRAM WHIGH A 5/e N x IaoNWRQo FOUND"_RE SOUTH
38 21 21 WEST. A DISTANCE OF 079 FEET.
THENCE SOUTH 89-46— WEST, WITH THE SOUTH ONE OF THE SAD TRIPLE W TRACT AND BEING COMMON
5/8-
CAPPED IR RINCE SEf FOR THE (NORTHWEST CORNER OE BUICNN I, OF
BAD uRIE RIDGE ESTATES ANDNINTHE EAST RIGHT OF WAY ONE OF THE END US BUSINESS HIGH —
NO 287; PR
THENCE NORTH 00-19'57' WEST, W THE EAST RIGHT OF WAY ONE OF THE SAD US BUSINESS HIGHWAY N0.
DISTANCE OAGRES OFF 22MORE POINT OF BEGINNING, CONTAINING 7,472,770 SQUARE FEET OR
KNOW ALL MEN BY THESE PRESENTS
THAT I. ROBERT P. &LEN. DO HEREBY CERTIFY THAT I PREPARED THIS PLAT FROM AN ACTUAL AND
ACCURATE SURVEYTHE LA OADD THAT THE
H CORNER MONUMENTS SHOWN THEREON AS SET WERE
UNDER
R
PRELIMINARY, THIS DOCUMENT SHALL NOT BE RECORDED FOR ANY PURPOSE AND
SHALL NOT BE USED OR VIEWED OR RELIED UPON AS A FINAL SURVEY DOCUMENT
ROBERT P ALLEN
REGISTERED PROFESSIONAL LAND SURVEYOR
TEXAS BEGISTRANON NV 6495
STATE OF TEXAS $
COUNTY OF TARRANT $
BEFORE ME, THE UNDERSIGNED AUTHORITY. ON THIS DAY PERSONALLY APPEARED ROBERT P. ALLEN.
KNOWN TO ME TO BE THE PERSON WHOSE NAME IS SUBSCRIBED TO THE FOREGOING INSTRUMENT AND
ACKNOWLEDGED TO ME THAT HE EXECUTED THE SAME FOR THE PURPOSE AND CONSIDERATION THEREIN
EXPRESSED
ENGINEER/SURVEYOR DEVELOPER
SHIELD ENGINEERING GROUP, PLLC ASHTON WOODS - DANIEL EATSKY
1E00 OWEEST 7THH STREET. SUITZ200 1800 VALLEY VIEW LANE. SUIT 100
RT (BI]) 810-069661 AR (9]2) 428-5413
OWNER
JEN FIX AS 31. LUG
1601 ELM ST
D S, T%
HORIZONTAL CONTROL PLAN
OF
CATTLEMANS CROSSING SF;
LOTS I-24, 1X BLOCK A; LOTS 1-12, 86-97, 8X, 86X BLOCK B;
LOTS 1-29, 15X BLOCK C; LOTS 1-29, 14X BLOCK D;
LOTS 1-42 BLOCK E; LOTS 4-22, BLOCK F;
AN ADDITION TO
THE CITY OF FORT WORTH,
TARRANT COUNTY, TEXAS
BEING 55.884 ACRES OF LAND
SITUATED IN THE M.E.P. & P. RR CO SURVEY,
# 17 ABSTRACT 1131 TRACT 4 & 4A HS.
CITY OF FORT WORTH, TARRANT COUNTY, TEXAS
I , SHIELD
ENGINEERING GROUP
TO PROTECT TRUNK WHEN CRITICAL ROOT ZONE LEGEND REVISIONS
FENCE IS INSTALLED CLOSER DRIP LINE
THANK S'TO TRUNK LANTREE PROTECTION FENCED�yyMPj71(JE,�F//�PFR ENGINEER/SURVEYORSHIELD ENGINEERING GROUP,PLLC SHAE KIPP TREE TO BE REMOVED ` / NO Q DESCRIPTION DATE
R-D'HT 1800 VALLEY
FIVIIEELWSALANE, SUITE 100 1600 WEST 7TH STREET, SUITE 400 CERTIFIED ARBORIST-T-51 RA '^v`
METAL POST FARMERS BRANCH, TX]5234 FORT WORTH, TX 761N INTEGRATED ENVIRONMENTAL SOLUTIONS,LLC
9] 26-5413 S1_10 S 301 ELDORADO PKWY, MCKINNEY, TX]5088
FENCEABRIC OR
ORANN LINK PROTECTED TREE O y
.-� NOWG FENCE O TREE PROTECTION FENCE NOTES
1 CHAIN LINK FENCE TO BE 12 GAUGE. WITH 1 a" DIAMETER SCHEDULE 20 POSTS AT S'-0' O C MAX SIGNIFICANT TREE O
2 NO -STING TREES DESIGNATED FOR REMOVAL
3 PROTECT ALL INDIVIDUAL TREES OR GROWTH OF TREES TO BE PRESERVED BY ERECTING A BARRIER AROUND EACH TREEORGROUPOFTREES
DRPUNErvutIESI 0 6' 4 INSTAL TOFHAVYCONIN ISTRUER TIONISSCHEDREE DRIP SCHEBARRIDULED
RSHRWITHINTHEDALL REMAIN IN LIPLINEACE OF
(STINGVAL IS NECESSARY. SHIELD'
5 IN THE EVENT OF HEAVY CONSTRUCTION IS SCHEDULED TO OCCUR WITHIN DRIP LINE AN EXISTING TREE, CONTRACTOR SHALL ERECT APROTECTION FENCE SIGNIFICANT PROTECTED TREE
OUTSIDE OF THE DRIP LINE UNTIL CONSTRUCTION IS SCHEDU LED TO OCCUR, THE PROTECTION FENCE MAN' THEN BE ADJUSTED AS REQUIRED TO COMPLETE THE
ou INDIVIDUAL TREE PROTECTION PROPOSED CONSTRUCTION. AFTER CONSTRUCTION IN THIS AREA IS COMPLETED, THE PROTECTION FENCE SHALL BE ADJUSTED TO ITS ORIGINAL LOCATION. ENGINEERING GROUP
S CONTRACTOR SHALL NOT PARK, CLEAN TOOL AND EQUIPMENTS OR STORE MATERIALS WITHIN THE DRIP LINE OF ANY TREE
�oxi I H,rzzl e' CHAINLINK FENCE
_URmuNxoinMe-rEx TREE PROTECTION DETAILS ] ALL ROO`TS�OVE�R{RILI"IN DIAMETERSHALL BE CUT CLE4N BVAH4ND SAW �� TIFF FIlM lF110J11lFU FIlM 1101fJJM
�"j/Jf//7JjjTrj/J EASEMENT B ROW AREA
721�7///
—
\', \ 9,pr Gy, \
PRELIMINARY - FOR REVIEW ONLY
®\ \\ 9 \\ THESE DOCARE FORDESIGN REVIOW
D NOT TENDED FOR CONSTRUCTION,
SIDDINGORPEMITPURPOSES. THEYWERE
\ ♦,O i PREPARED BY, OR UNDER SUPERVISION OF
rvPFOR PRIxrnunF PF# wTe
TREE 0 ,n no 450
2,1
0
I \ \ \ GRAPHIC SCALE IN FEET
22
CONSTRUCTION NOTES
—� NSTRucraN noTFs
B 1I i IIII II - I I
` ���,���•�' \\\
• \
11
\
YAIHrTHE FOLLOWING AT LEasTae HOURS PRIOR TO
cTNCAcL
I II II NvonAnoNJvueucwoKs
SUSGTRIC
AT&TNERDY
/ ��j/T\\ \ \•�AME9 nNO slcw.L DIVISION
PARns D` M ..RY SERVICES DEPT R O. TF
1 / \ \ �� �µDHORIZONTAL R VERTICAL CONTROL oaa
II Y NCHMn DESCRIPTION
VEE
p II II II
I�
J L J it II n n n l
II II II II II II
II I II II II II II I I I �
GAS WELL SETBACK
-- _ I
II r--- -- -- — n I
1 �
r__�___ ________ _____ r___ }
. .. .. Per.c. .. .. 1
_.. .. I III .. •• \ .• .. .v.er c. .. .. I 'Ir l I -
I
j'
el r �
/
CITY PROJECT# FILE#SD-
MAPSCD#_
�/ r rr♦ •��' j
4
CITY OF FORT WORTH, TEXAS
't� r
1
U'
Z
CATTLEMAN'S CROSSING
/
z
Z
URBAN FORESTRY EXHIBIT
w
J
(DESIGNED (SCALE (DATE (SHEET: U
DRAWN _ 1-15 Q
-_ 0' MAR 2022 1 OF 2
Protected& Significantree Survey Dra REVISIONS
DanOpv canOpv significant Net Urban Forestry Area (Phase land 2) SF AC
DEN Preserved/ Protected NO DEGCRIPTION DATE
Treep :ommonnameorspecie Radius Area 7 Exclusions Mi[igationMethod cOmmena Grossareaofproperty 7,525,426 172.76
• Iln) (Feet IsFl Removea• Species0• 1227,1 s + A
13 paten 2+3 26 212172 PRESERVED v - - - Regulated utilityeasementsand other deductableareas 2,133,482 48.978 L o
14 paten 261 27 22M22 PRESERVED r - - - - Net Urban Forestry Area 5,391,944 123.782 IIN
15 Paten 261 20 2463.01 PRESERVED V - - - -
16 pecan 142 17 907.92 R Y - - - -
19 kw Oak 255 26 2R Y
Pecan 8 a 201.01.- - - Required Tree Canopy Area (Phase 2)
211 05 R Y - - - -
21 paean 283 26 2463.
01 R v v - - - Minimum Canoovcovera¢e Requirement S H I E L D S 22 1hum-, aak 161 16 g0y,25 R Y - - - -
23 suga"" 329 25 2" 01 R - y - - Residential (40%)/ 1,347,986 30.95 ENGINEERING GROUP
2d pecan 314 35 3848.45 R Y y - - -
2fi sugerbeny 301 34 301M PRESERVED - y - _ New Subdivision w/trees planted on each lot (25%) FIRE FIRM M-„-TIFU FIRM.,0191800
27 aagaba 240 27 229D22 PRESERVED Additional 5%if using preservation method B ("protected trees") 269,597 6.19 x
26 IneOak 2,5 26 212172 R Y - - - IITotalrequiredcano coverage including mitigation 1,617,583 37.13
29 Pecan 8.5 7 353.99 R V - - - - PY ii (including mitigation)
38 vaaan 8.6 9 254.47 R Y - - - - I PRELIMINARY - FOR REVIEW ONLY
31 pecan 1]] 19 1134.11 R Y - - - - THESE DOCUMENTS ARE FOR DESIGN REVIEW
32 Ine Oak 188 23 1661.90 R Y - - - - Preservation/Retention of Existing Canopy(Phase land 2) AND NOT("TENOEO FOR CONSTRUCTION•
BIDDING OR PERMIT PURPOSES, THEY WERE
IExistingtree canopy within net urban forestry area 22,553 0.52 PREPARED1,ORUNDER SUPERVISIONOF
If seeking approval for phase 1 only, then preserve a minimum of N/A N/A r eOPP"ImxME a.E
50%canopy and stop after completing line M.
I Preservation requi reme nt (25%) 5,638 0.13
(Additional 5%if using preservation method B ("protected trees") 1,128 0.03
Additional preservation option for mitigation of significant 13,162 0.30
tree removal (only if removing significant trees)
Total preservation requirement 19,928 0.16 CONSTRUCTION NOTES
IAreaofexisting canopy preserved 6,877 0.16 00N5`RULTgNNO-
Total preservation credit toward planting 8,693 0.20
New Tree Planting (Phase 2)
Required new planting coverage
1,608,890
36.94
_530_ large canopy trees@2,000sgftper tree
1,060,000
24.33
B """"G"Me"LOO"O" TMEr01R0INOATREST4a"00R6PRIORro
I_795_medium canopy trees @ 700sq ft per tree
556,500
12.78
NBPO"TARON4PUBLIOWrO
ILI
small canopy trees @ 100sq ft per tree
0
0.00
NC -
Total Planting
1,616,500
37.11
PARxa NDBI0NL0NIBI0N
rs 8
�µDHORIZONTAL
R V ERTICAL CONTROL
Fulfillment of Requirements
KENOHMAR"0660RIPTION
(Total required canopy coverage forsite
1,617,583
37.13
IProvidedcanopy coverage
1,625,193
37.31
(Excess/deficient overall canopy
7,610
0.17
Significant Trees
All Post Oaks/ Blackjack Oaks>_18" dbh (if east of 1-35)
0
0
All other trees 27' dbh (regardless ofspecies orlocation)
12,406
0.28
(Total of significant trees to be preserved
3,632
0.08
ISignificant Tree Preservation Credit
1,816
0.04
-- -
M
(Total of significant trees to be removed
8,774
0.20
PfiDO.=
CITY OF FORT WORTH, TEXAS
Significant Tree Removal Mitigation Options
z
Preservation of exiting canopy 1.5x the canopy removed
�
significant trees in excess of required can or
13,162
0.30
CATTLEMAN'S CROSSING
p
Planting additional trees 5x the canopy of removed significant trees
U
in
43,872
1.01
excess of required canopy or
URBAN FORESTRY TABLES
w
Payment into Tree Fund fortotal dbh inches of significant trees
�
removed @$300perinch dbh
$ 27,780
$ 27,780
DFSIGNED_ (SCALE IRATE SHEET:
DRAWN-_ N.T6 MAR 2022 2 OF 2
I¢
F�
tovrxlcx 11 avaxlBLP BxoIxBBRNa1-1ILLo-III m I-111-
FORTWORTH
i-ni-vi-v.forti-northtexas. gov
DECISION LETTER OF THE CITY OF FORT WORTH
PLAN COMMISSION
This letter serves as official notice under Texas Local Government Code Section
212.001, et. seq., that your PLAT for PP-21-064 was reviewed and
CONDITIONALLY APPROVED by the City Plan Commission per Resolution 1-
09-2021 on the 13t" DAY OF OCTOBER, 2021. The reasons are as follows:
City Plan Commission approved the following: 1) Approved a Subdivision
Ordinance waiver to allow one stub -out (Little Prairie Trail) to not be extended
to the property boundary; 2) approved a Subdivision Ordinance waiver to allow
Park Ridge Trail to function as emergency access to the subdivision to the
south, which is located in the County, 3) Approved a Subdivision Ordinance
waiver to allow one block face (Block B) to exceed the maximum 1,320 feet;
and, 4) Conditionally approved the preliminary plat upon meeting the attached
platting comments.
You may submit a written response that satisfies each of the conditions for the
conditional approval or remedies each reason for disapproval provided above. All
revisions to the plat or plan that serve as a written response or remedy must
comply with all laws and the City codes, ordinances, policies, rules, regulations,
and design criteria.
10/13/2021
,.r+
Date Don Boren, Chairman
City Plan Commission
10/13/2021
(/maw
Date Mary Elliott, Exetive Secretary
City Plan Commission
Development Services Department, Platting, 200 Texas Street, Ft. Worth, TX 76102, (817) 392-8027
Case: PP-21-064
Submitted: 8/23/2021
Title: Cattleman's Crossing
FORTWORTH,
Conditions and Comments
Remarks Due:
ZC Hearing:
Case Status: In Review
Case Description: Cattleman's Crossing is a proposed 171+/- AC Tract located just south of the
HWY 287 & Bus HWY 287 intersection.
Address:
Applicant:
Owner:
List of Conditions:
GENERAL
General
.This application corresponds to August 23rd deadline day.
PLAN REVIEW
Gas Well
Acres:
• 9.20.21: CLEARED - Revised plat has the gas well and lift compressor setbacks shown and labeled.
Need to show and label gas well setbacks for gas well site located in the northeast corner outside the
project area: 300' setback for protected uses and public buildings and 200' setback for habitable
structures. Gas well site located at the northwest corner of the project area has a lift compressor,
therefore a 200' setback needs to be shown and labeled for all protected uses, public buildings, and
habitable structures.
PLATTING
Fire
FWFD - (Lt. Donna York, donna.york@fortworthtexas.gov)
CLEARED 09/22/2021 1. Correct US Business 287 to Saginaw Blvd.
CLEARED 09/22/2021 2. Correct US Highway 287 to NW Highway 287 SB SR
3. FYI: Bates Aston Road, Park Ridge Trail, and Little Prairie Trail are existing and correct.
4. FYI: Little Prairie Trail and Park Ridge Trail are existing and correct but should be continuations
into this plat.
CLEARED 09/22/2021 5. Correction required: Gas Well Setback for Enervest Energy Institutional
along northern border of plat:
A. Show 300' Building Setback radii from each gas well bore and label:
"300' Building Setback for Protected Use and Public Building Structures".
B. Show 200' Building Setback radii from each gas well bore and label:
"200' Building Setback for Habitable Structures"
FYI: several lots fall within the gas well setbacks
IFC 2015/CFW Adopted Amendments Jan 1, 2017 Section 5706.3.1.3.3 Existing Gas Wells
6. FYI: Cul-de-sac required to be marked as a minimum of 100 feet diameter.
IFC 2015/CFW Adopted Amendments Jan 1, 2017 Section 503.2.5 Fire Lane Specifications
7. FYI: Streets within this subdivision will need to be named on the final plat/s. All street names in
the City of Fort Worth must be approved by the Fire Department. Email
FWFDStreets@fortworthtexas.gov to request approval for street names prior to FINAL PLATTING.
Please include the subdivision name and plat number in the subject line. Approved streets are
reserved for 6 months. Extensions are possible but will be subject to review for each 6 month period.
8. FYI: Two points of access are required for Final Plats having more than 30 lots. Approved
preliminary plats must be phased such that they do not violate this ruling.
IFC 2015/CFW Adopted Amendments Jan 1, 2017 Section 503.1.2 Secondary Access
FYI COMMENTS:
Street name errors that result from changes/additions to revisions occurring after a plat is approved
by fire may result in rejection of signature/stamp for recording.
Any new address, suite address, or any other permanent address must be approved by the
Addressing Division of the Bureau of Fire Prevention. Any changes to existing addresses must be
approved as well. Addresses must be posted in a manner that complies with the current City of Fort
Worth Fire Code. DO NOT SELF ADDRESS YOUR PLAT or property. All plats within the city limits
of Fort Worth will be addressed by the FWFD Fire Addressing Division AFTER recording of the plat at
the county courthouse. Plats will be addressed once we receive a copy of the plat after recording. All
plats will be addressed in the order in which we receive them. Most plats will be addressed and
posted to the City of Fort Worth Plat Directory within 10 business days of being recorded.
Failure to recognize violations of the fire code by the fire code official does not waive the requirement
of meeting minimum requirements of the fire code in the future.
It is the applicant's and the owner's responsibility to meet all minimum fire code requirements at all
times.
The City of Fort Worth has adopted the 2015 International Fire Code as its current fire code at the
time of this review. The City of Fort Worth also has adopted amendments (January 1, 2017 version)
to this code. The Fort Worth Fire Code Amendments can be found online at
www.fortworthtexas.gov/Fire/ (click on Bureau of Fire Prevention)
PACS
•A Neighborhood parkland dedication is required. Minimum dedication is 5.4210 acres. 25% of the
dedication is to be out of the floodplain and contiguous. Land with slopes greater than 10% will not
be considered.
Lots in the subdivision are to be a 10 minute walk (a 1/3 mile radius) from parkland per the 2019
Neighborhood and Community Park Dedication Policy. Submit a walkability study with proposed
parkland locations for discussion.
Contact Lori Gordon(lori.gordon@fortworthtexas.gov) with questions
Planning
• Development Services
Lynn Jordan 817-392-2309
lynn.jordan@fortworthtexas.gov
(FYI) (Please be advised to wait for all departments review comments before submitting a revision to
address them all at one time. Revisions are subject to additional fees. Please email me and include
Diana Lopez diana.lopez@fortworthtexas.gov when a revision has been submitted).
9-24-21 for the DRC meeting on 9-27-21 be prepared to talk about the revised plat in relation to block
lengths, stubs, connectivity and provide a txdot letter on access.
For the DRC meeting be prepared to talk about the block lengths in relation to Street A, Street B and
as it comes around to Street L in relation to [SO. Sec 31-106(20)(d)(2)] lots less than 150 feet in width
shall have a maximum block face of 1,320 feet; Internal Connectivity [SO. Sec 31-101(d)]; and
extension of stub outs with adjoining streets [SO. Sec 31-106(c)(7)]
1. Urban Local streets shall be extended to the subdivision boundary to connect with adjoining streets
or, where no adjacent streets are available for such connection, to allow for the future connection with
adjoining un-platted property. [SO. Sec. 31-106(c)(7)]. A redesign or waiver will be required from the
City Plan Commission.
2. (Cleared 9/10/21) The internal connectivity index must be a minimum of 1.4 [SO. Sec. 31-101(d)]
Provide the connectivity index number on the plat if less than 1.4 A redesign or waiver is required
from the City Plan Commission.
3. Standard public and private local streets that serve urban lots, less than 150 feet in width, shall
have a maximum block face of 1,320 feet. [SO. Sec 31-106(20)(d)(2)] Along Block B, Streets A, B, L
and E, F exceed the block length. A redesign or waiver is required from the City Plan Commission.
4. (Cleared 9/10/21) (FYI) Reference the plat case number PP-21-064.
5. (Cleared 9/10/21) (FYI) Show 10' x 10' triangular public open space easement (POSE) on each
side of the driveway turnout section with a dedicated street.
6. Ingress/Egress is being provided by US Business 287, has there been any talks with TxDot about
access, if so provide a letter from TxDot.
7. (FYI) Show boundary of existing tree canopy.
8. (FYI) Show areas of open space, homeowners association lots and park land dedications.
9. (FYI) Some lots appear to be in the gas well setback and may be unbuildable.
Public Franchise Utility
• Oncor I PMDS - Jimmy B. Conner
Please have the customer review the attached plat. I marked up a location that Oncor still has a line
on serving an old home. I am sure this will be removed but until it is it will need to show on the plat.
everything else looks great.
(See documents for Oncor mark-ups)
T/PW Engineering
-Transportation (Armond Bryant, 817-392-8702, Armond.Bryant@fortworthtexas.gov).
1. ROW Dedication: Dedication of 5 +/- feet of right-of-way is required for Saginaw a Commercial
Connector.
2. The extension of Little Prairie and Park Ridge is required in accordance with the subdivision
ordinance (31-102-2).
Final Plat Notes:
-CFA (Ch. 31-131) - Community Facilities Agreement required for streets (to include border streets,
alleys and access easements), lights, signs, sidewalks, and drainage improvements.
-TXDOT Permit - TXDOT permit is required for work in and along State ROW. Street connections to
TXDOT ROW is contingent upon TXDOT approval. New access to and/or sidewalk improvements to
US 287 and Saginaw Blvd. will require a TXDOT permit. TxDOT has updated their policies regarding
sidewalks. A 10ft. shared path is required along frontage roads in most instances.
-Master Thoroughfare Plan (MTP): The project is adjacent to an arterial identified on the MTP. The
proposed alignment of the arterial shall be included in the project. The new classification(s) are as
follows:
• The cross section assignment for Saginaw designates it as a CCO-L3-TO-NTMS-PO-BOP (130)
o Saginaw is a Commercial Connector with 3 lane(s) in each direction 10 ft. sidewalks with a standard
median (130 ft.)
-Sidewalks: Sidewalks are required on all public and/or private city streets. Pedestrian mobility is a
priority for the City of Fort Worth as identified within the Blue Zones Project and the Active
Transportation Plan. A 10ft sidewalk is required along Saginaw and 5ft sidewalk is required within the
development. A 10ft. shared path was included on the adjacent commercial development along the
US 287 frontage road within a public use easement. The extension of this would provide pedestrian
connectivity within this corridor.
T/PW Stormwater
•related to DS-21-0075
1. Has Oncor agreed to share their existing 100' electric easement with the variable width DE on the
northwest corner of site?
REMOVED DE FROM EASEMENT - CLEARED - RNS - 9/30/21
2. include FEMA effective statement
{NOT ADDRESSED}
3. 65' UE must be exclusive DE or DE and SSE/WE.
CLEARED - RNS - 9/10/21
4. DE on lot 1X must be continuous to cover culvert connection between ponds, please revise.
CLEARED - RNS - 9/10/21
5. DE must extend at least 25' beyond end section and it appears the DE on Lot 1X and 8X would
need to extend to the ROW to cover the culverts. Please review all DE and ensure all public
infrastructure is properly protected.
CULVERTS REMOVED - RNS - 9/30/21
6. show the DE for the outfall pipes within the 100' Oncor easement and see comment #1.
Permission or clearance from Oncor must be provided prior to drainage study approval. If Oncor
does not permit you may need to reconfigure some lots.
{NOT ADDRESSED - LOT 8X V. W. D. E. LOOKS TO NARROW TO CONTAIN THE 30 " RCP, A
4'X3' RCB, AND 4, 4'X4' RCB'S; UPDATED EASEMENT}
CULVERTS REMOVED - RNS - 9/30/21
7. the variable width DE appears very close to several lots, please note that no part of the DE may
encroach on a residential lot.
CLEARED - RNS - 9/10/21
8. it appears existing lots along Prairie Ridge drain to the site. Is a private facility planned on lot 67x?
if so, please confirm existing pipeline easement(s) allows a private facility within their easement and
show the private DE on the plat.
{NOT ADDRESSED - APPLICANT PLANS TO CONTACT FOR ENCROACHMENTS PRIOIR TO
HB3167 1ST SUB}
CULVERTS REMOVED - RNS - 9/30/21
9. FYI, outstanding DS comments must be resolved prior to HB3167 IPRC 1ST SUB construction
plan submittal.
FYI - SWFMA will be required, must be recorded prior to precon
Transportation Impact
• FYI Comments:
• The project is located in Transportation Impact Fee Service Area B
• The project does not qualify for discounts.
• The approval date of the final plat will determine the applicable collection rate for building permits
Water
Plat case review Performed On: 09/10/2021
You may address hold comments by emailing: DSWS@fortworthtexas.gov
Note: All revisions requested per our initial review to the proposed plat document must be submitted
to Platting department. Staff will upload revised plat and notify our department. If this is an electronic
submittal, you must still contact the platting office when you have uploaded the document, otherwise
we will not be notified. Please be advised to wait for ALL departments review comments before
submitting a revision to address them all at one time. Revisions are subject to additional fees. Thank
you for your understanding.
Platting Department contact info: 817-392-8027
All comments based on Installation Policy and Design Criteria for Water, Wastewater and Reclaimed
Water. To view Policy visit http://fortworthtexas.gov/standards/#waterdesign
All comments for preliminary plats are considered FYI and will be "holds' on final plat submittal.
- No Permanent Structure note required on plat face
- P.R.V note required on plat face
- Water Impact Fee note required on plat face
- Provide Sanitary Sewer Loadings / Water Demand
Provide sanitary sewer loadings/water demand at Final Plat. Loadings need to be reviewed and
accepted prior to submitting for Infrastructure Plan Review (IPRC) pre -submittal meeting. Results
may trigger water/sewer upsizing. Contact: Reza Broun 817-392-8073 or Mark Wilson 817-392-6149
You may submit your study by email to WPD@fortworthtexas.gov
- Extend water and sewer outside development frontage
- Water and Sewer Extension is required by (CFA) - Per City accepted construction plans
Water and Sewer extension across frontage to every proposed lot is required - will need to be under
pavement: provide a community facilities agreement for the water improvement as necessary to serve
the subject property. No water/sewer in side or back of lots per Subdivision Ordinance.
Per Policy and Design Criteria for Water, Wastewater, and Reclaimed Water Infrastructure May 2019
(3.3.1)
- Provide adequate water/sewer exclusive easements to match city accepted construction plans per
the Installation Policy and Design Criteria for Water, Wastewater, and Reclaimed Water Infrastructure
May 2019. Offsite easements and or easements by separate instrument need to have recording
information shown on plat before hold can be cleared. Plat will be reconciled with reviewed and
accepted plans to make sure all easement are correct before hold can be cleared.
minimum 15' exclusive water easement, minimum 15' sanitary sewer easement, or minimum shared
25' exclusive water and sewer easement
For all mains with depths greater than 10 feet, the following equation will apply
(Depth of Pipe) x 2) + (O.D. of Pipe) + (2 Feet) = Easement Width/ Width is rounded up to nearest 5
feet.
Per Policy and Design Criteria for Water, Wastewater, and Reclaimed Water Infrastructure May 2019
(3.8.8)
- No water and sewer lines and easement in detention ponds
- Water masterplan future 24" water will come from Crumb Elevated tank south, will need to dedicate
easement minimum 25' exclusive water easement
- Any utilities crossing water and sewer lines and their easement will need to apply Encroachment
Agreement
- Rec ID 820 Sewer Basin M-618 holds a sewer per acre charge of $354.73 per acre
171.551 acres x 354.73 = $60,854.29
Two percent (2%) annual cost adjustment for pro-rata fees after January 1st Per Ordinance 23708-
06- 2019
Zoning
Lynn Jordan 817-392-2309
(FYI) The zoning request for "A-5" (ZC-21-107) went to Zoning Commission on August 11, 2021,
recommended for approval and scheduled to be heard by the City Council September 14, 2021.
(FYI) There are several lots within the development that have projected setbacks across them and
may be unbuildable, a variance from the BOA would be required should they not be reconfigured.
UTILITY
Planning
• Please have the customer review the attached plat uploaded to accela. I marked up a location that
Oncor still has a line on serving an old home. I am sure this will be removed but until it is it will need
to show on the plat. everything else looks great.
Jim
Jimmy B. Conner
Oncor I PMDS
Cell: 817.470.6399
jimmy.conner@oncor.com
List of Comments:
GR-01 60 00 Product Requirements
THIS PAGE LEFT INTENTIONALLY BLANK
CITY OF FORT WORTH CATTLEMAN'S CROSSING PHASE 2
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN: 105042
Revised July 1, 2011
APPENDIX
GC-4.01 Availability of Lands - None
GC-4.02 Subsurface and Physical Conditions —Geotechnical Report Provided
GC-4.04 Underground Facilities - None
GC-4.06 Hazardous Environmental Condition at Site -None
GC-6.06.D Minority and Women Owned Business Enterprise Compliance — Not Required
GC-6.07 Wage Rates - Provided
GC-6.09 Permits and Utilities - Urban Forestry Permit Provided
GC-6.24 Nondiscrimination - None
GR-01 60 00 Product Requirements — COFW Water Department & TPW Standard Product List Provided
CITY OF FORT WORTH CATTLEMAN'S CROSSING PHASE 2
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN: 105042
Revised July 1, 2011
FORT WORTHS; CITY OF FORT WORTH TRANSPORTATION/PUBLIC WORKS DEPARTMENT
STANDARD PRODUCTS LIST AS OF 10/04/2023
Approval Spec No. Classification Manufacturer Model No. National Spec
Concrete
9/9/2022
03 30 00
Mix Design
American Concrete Company
9/9/2022
03 30 00
Mix Design
American Concrete Company
9/9/2022
03 30 00
Mix Design
American Concrete Company
9/9/2022
03 30 00
Mix Design
American Concrete Company
9/9/2022
03 30 00
Mix Design
Argos
9/9/2022
03 30 00
Mix Design
Argos
9/9/2022
03 30 00
Mix Design
Argos
9/9/2022
03 30 00
Mix Design
Argos
9/9/2022
03 30 00
Mix Design
Argos
9/9/2022
03 30 00
Mix Design
Argos
9/9/2022
03 30 00
Mix Design
Argos
9/9/2022
03 30 00
Mix Design
Argos
9/9/2022
03 30 00
Mix Design
Argos
9/9/2022
03 30 00
Mix Design
Argos
9/9/2022
03 30 00
Mix Design
Argos
9/9/2022
03 30 00
Mix Design
Argos
9/9/2022
03 30 00
Mix Design
Argos
9/9/2022
03 30 00
Mix Design
Argos
9/9/2022
03 30 00
Mix Design
Argos
9/9/2022
03 30 00
Mix Design
Argos
9/9/2022
03 30 00
Mix Design
Argos
9/9/2022
03 30 00
Mix Design
Argos
9/9/2022
03 30 00
Mix Design
Argos
9/9/2022
03 30 00
Mix Design
Big D Concrete
9/9/2022
03 30 00
Mix Design
Big D Concrete
5/2/2023
32 13 13
Mix Design
Big D Concrete
9/9/2022
03 30 00
Mix Design
Big Town Concrete
9/9/2022
03 30 00
Mix Design
Big Town Concrete
9/9/2022
03 30 00
Mix Design
Burnco Texas
9/9/2022
03 30 00
Mix Design
Butnco Texas
9/9/2022
03 30 00
Mix Design
Bumco Texas
9/9/2022
03 30 00
Mix Design
Butnco Texas
9/9/2022
03 30 00
Mix Design
Bumco Texas
9/9/2022
03 30 00
Mix Design
Bumco Texas
9/9/2022
03 30 00
Mix Design
Bumco Texas
9/9/2022
03 30 00
Mix Design
Bumco Texas
9/9/2022
03 30 00
Mix Design
Bumco Texas
9/9/2022
03 30 00
Mix Design
Bumco Texas
4/1/2023
03 34 16
Mix Design
Bumco Texas
9/9/2022
03 30 00
Mix Design
Carder Concrete
9/9/2022
03 30 00
Mix Design
Carder Concrete
9/9/2022
03 30 00
Mix Design
Carder Concrete
9/9/2022
03 30 00
Mix Design
Carder Concrete
9/9/2022
03 30 00
Mix Design
Carder Concrete
9/9/2022
03 30 00
Mix Design
Carder Concrete
9/9/2022
03 30 00
Mix Design
Carder Concrete
9/9/2022
03 30 00
Mix Design
Carder Concrete
9/9/2022
03 30 00
Mix Design
Charley's Concrete
9/9/2022
03 30 00
Mix Design
Charley's Concrete
9/9/2022
03 30 00
Mix Design
Charley's Concrete
9/9/2022
03 30 00
Mix Design
Charley's Concrete
9/9/2022
03 30 00
Mix Design
Charley's Concrete
9/9/2022
03 30 00
Mix Design
Charley's Concrete
9/9/2022
03 30 00
Mix Design
Charley's Concrete
9/9/2022
03 30 00
Mix Design
Charley's Concrete
9/9/2022
03 30 00
Mix Design
Charley's Concrete
9/9/2022
03 30 00
Mix Design
Charley's Concrete
9/9/2022
03 30 00
Mix Design
Charley's Concrete
9/9/2022
03 30 00
Mix Design
Charley's Concrete
9/9/2022
03 30 00
Mix Design
Chisholm Trail Redi Mix
9/9/2022
03 30 00
Mix Design
City Concrete Company
30CAF029 3000 psi Concrete for Sidewalks & ADA Ramps
OIJAF382 1000 psi Concrete Base Material for Trench Repair
40CNF065 4000 psi Concrete for Manholes & Utility Structures
45CAF076 4500 psi Concrete for Hand Placed Paving
D IOOO0001737 4500 psi Concrete for Hand Placed Paving
DIOOO0001791 4500 psi Concrete for Hand Placed Paving
DIOOO0001793 4500 psi Concrete for Hand Placed Paving
1310000001103 4500 psi Concrete for Hand Placed Paving
D IOOO0002107 4500 psi Concrete for Hand Placed Paving
DIOOO0001273 4500 psi Concrete for Hand Placed Paving
DIOOO0001617 3600 psi Concrete for Machine Placed Paving
DIOOO0008381 4500 psi Concrete for HES Paving
DIOOO0009857 50 psi Flowable Fill - CLSM
DIOOO0001055 3000 psi Concrete for Inlets, Junction Boxes, Manholes, Channel Liners, Sidewalks, Driveways, Curb & Gutter
DIOOOOO1043S 3000 psi Concrete for Sidewalks, Curbs
DIOOOOO1565S 3000 psi Concrete for Curbs, Curb & Gutters, Sidewalks, Driveways, ADA Ramps
DIOOOOO1615 3600 psi Concrete for Inlets, Boxes, Encasement, Blocking
DIOOO0001061 3600 psi Concrete for Inlets, Boxes, Encasement, Blocking
DIOOO0001083S 4000 psi Concrete for Valve Pads, Inlets, Structures, Headwalls, Thrust Blocking
DIOOO0001083 4000 psi Concrete for Valve Pads, Inlets, Structures, Headwalls, Thrust Blocking
DIOOO0001685 4000 psi Concrete for Valve Pads
DIOOO0005751 750 Psi Concrete Base for Trench Repair
D 10000001681 4000 psi Concrete for Headwalls, Retaining Walls, Box Culverts, Valley Gutters
7SKGRT 3000 psi Concrete for Grouting
14500AE 4500 psi Concrete for High Early Strength Paving
CM14520AE 4500 psi Concrete for Hand Placed Paving
452065-1 4500 psi hand placed paving
450065-1 4500 psi hand placed paving
45U500BG 4500 psi Concrete Mix for Hand Placed Paving, Storm Structures
40U553BG 4000 psi Concrete Mix for Machine Placed Paving
55U120AG 4000 psi Concrete Mix for High Early Strength Paving
30U100AG 3000 psi Concrete Mix for Pipe Collars, Inlets, Thrust Blocks, Sidewalks, ADA Ramps
30U1O1AG 3000 psi Concrete Mix for Flatwork
30U500BG 3000 psi Concrete Mix for Blocking, Encasement, Curb Inlets, Junction Boxes, Fire Hydrant Pads, Driveways, Curb & Gutters,
Sidewalks, ADA Ramps
40U500BG 4000 psi Concrete Mix for Storm Drain Structures, Driveways, Screen Walls, Collars
36U500BG 3600 psi Concrete Mix for Lighting and Traffic Signal Foundations
08Y450BA 800 psi Concrete Mix for Base for Trench Repair
OIY690BF 100 psi Concrete Mix for Flowable Fill
lOYH50BF 1000 psi Concrete Base Material for Trench Repair
FWCC602021 4500 psi concrete for Hand Placed Paving
FWCC552091 3600 psi for Machine Placed Paving
FWCC602091 3600 psi for Machine Placed Paving
FWCC359101 Flowable Fill - CLSM
FWFF237501 Flowable Fill - CLSM
FWCC602001 4000 psi Concrete for Storm Drain Structures, Manholes, Headwalls, Retaining Walls, Valley Gutters, Drive Approaches
FWCC502021 3500 psi concrete for Sidewalks, Driveways, Ramps, Curb & Gutter
FWCC502001 3000 psi for Sidewalks, Driveways, Ramps, Curb & Gutter, Flatwork
4142 3600 psi Concrete for Curb Inlets, Junction Boxes
4518 4000 psi Concrete for Headwalls, Wingwalls
5167 3600 psi Concrete Mix for Machine Placed Paving
4609 4500 psi Concrete Mix for Hand Placed Paving, Manholes
6103 4500 psi Concrete Mix for Hand Placed Paving, Manholes
4502 3000 psi Concrete Mix for Sidewalks
3759 3000 psi Concrete Mix for Sidewalks
1502 150 psi Concrete for Flowable Fill-CLSM
1518 150 Psi Concrete for Flowable Fill-CLSM
5642 4000 psi Concrete for Storm Drain Structures
6595 5000 psi Concrete Mix for High Early Strength Paving
6589 4500 psi Concrete Mix for High Early Strength Paving
C13020AE 3000 psi Concrete for Driveways, Curb & Gutter
11-350-FF 50-150 psi Concrete for Flowable Fill-CLSM
FORT WORTH: CITY OF FORT WORTH TRANSPORTATION/PUBLIC WORKS DEPARTMENT
STANDARD PRODUCTS LIST AS OF 10/04/2023
Approval Spec No. Classification Manufacturer Model No. National Spec
Concrete (Continued)
9/9/2022
03 30 00
Mix Design
City Concrete Company
30HA25II 3000 psi Concrete for Rip -Rap
9/9/2022
03 30 00
Mix Design
City Concrete Company
30HA20II 3000 psi Concrete Mix for Blocking, Sidewalks, Flatwork, Pads
9/9/2022
03 30 00
Mix Design
City Concrete Company
45NG25II 3600 psi Concrete Mix for Drilled Shafts/Lighting and Traffic Signal Foundations
9/9/2022
03 30 00
Mix Design
City Concrete Company
50QG25II 3600 psi Slurry Displaced Drilled Shaft
9/9/2022
03 30 00
Mix Design
City Concrete Company
45NA20II 4500 psi Concrete Mix for Hand Placed Paving
9/9/2022
03 30 00
Mix Design
City Concrete Company
36LA2011 3600 psi Concrete Mix for Machine Placed Paving
9/9/2022
03 30 00
Mix Design
City Concrete Company
36JAOOIJ 3600 psi Concrete Mix for Machine Placed Paving
9/9/2022
03 30 00
Mix Design
City Concrete Company
40LA2011 4000 psi Concrete Mix for Storm Drain Structures
11/16/2022
03 30 00
Mix Design
City Concrete Company
CLNG25II 3600 psi Concrete for Drilled Shaft/Lighting and Traffic Signal Foundations
5/5/2023
03 30 00
Mix Design
City Concrete Company
CCNA25OAG 3600 psi Concrete for Drilled ShaftsLighting and Traffic Signal Foundations
5/5/2023
03 30 00
Mix Design
City Concrete Company
CSSQA25OAG 3,600 psi Concrete for Slurry Displacement Shafts, Underwater Shafts
9/9/2022
03 30 00
Mix Design
Cow Town Redi Mix
250 3000 psi Concrete Mix for Sidewalks, Driveways, ADA Ramps
9/9/2022
03 30 00
Mix Design
Cow Town Redi Mix
350 3000 psi Concrete Mix for Sidewalks, Driveways, ADA Ramps
9/9/2022
03 34 13
Mix Design
Cow Town Redi Mix
9 70 psi Flowable Fill - CLSM
9/9/2022
03 34 13
Mix Design
Cow Town Redi Mix
9-5-2 70 psi Flowable Fill - CLSM
9/9/2022
03 34 13
Mix Design
Cow Town Redi Mix
220-8 50 psi Concrete Mix for Flowable Fill - CLSM
9/9/2022
03 34 13
Mix Design
Cow Town Redi Mix
320-8 50 psi Concrete Mix for Flowable Fill - CLSM
9/9/2022
03 30 00
Mix Design
Cow Town Redi Mix
230-8 750 psi Concrete Base Material for Trench Repair
9/9/2022
03 30 00
Mix Design
Cow Town Redi Mix
330-58 750 psi Concrete Base Material for Trench Repair
9/9/2022
03 30 00
Mix Design
Cow Town Redi Mix
353 3000 psi Concrete Mix for Sidewalks, ADA Ramps, Driveways, Curb & Gutter, Safety End Treatments, Non-TxDOT Retaining Walls
9/9/2022
03 30 00
Mix Design
Cow Town Redi Mix
253-W 3000 psi Concrete Mix Sidewalks, ADA Ramps, Driveways, Curb & Gutter, Safety End Treatments, Non-TxDOT Retaining Walls
9/9/2022
03 30 00
Mix Design
Cow Town Redi Mix
260 4000 psi Concrete Mix for Bridge Slabs, Box Culverts, Headwalls
9/9/2022
03 30 00
Mix Design
Cow Town Redi Mix
260-1 3600 psi Concrete Mix for Headwalls
9/9/2022
03 30 00
Mix Design
Cow Town Redi Mix
260-2 3600 psi Concrete Mix for Box Culverts, Headwalls
9/9/2022
03 30 00
Mix Design
Cow Town Redi Mix
360 4000 psi Concrete Mix for Bridge Slabs, Box Culverts, Headwalls
9/9/2022
03 30 00
Mix Design
Cow Town Redi Mix
360-1 3600 psi Concrete Mix for Box Culverts, Headwalls, Wingwalls
9/9/2022
03 30 00
Mix Design
Cow Town Redi Mix
264-N 4500 psi Concrete Mix for Hand Placed Paving
9/9/2022
03 30 00
Mix Design
Cow Town Redi Mix
366 4500 psi Concrete Mix for Hand Placed Paving
9/9/2022
03 30 00
Mix Design
Cow Town Redi Mix
265 4500 psi Concrete Mix for Hand Placed Paving
9/9/2022
03 30 00
Mix Design
Cow Town Redi Mix
365 4500 psi Concrete Mix for Hand Placed Paving
9/9/2022
03 30 00
Mix Design
Cow Town Redi Mix
370-NC 4500 psi Concrete for HES Paving
9/9/2022
03 30 00
Mix Design
Cow Town Redi Mix
370-INC 5000 psi Concrete for HES Paving
9/9/2022
03 30 00
Mix Design
Cow Town Redi Mix
375-NC 5000 psi Concrete for HES Paving
9/9/2022
03 30 00
Mix Design
Cow Town Redi Mix
267 4200 psi Concrete Mix for Manholes and Drainage Structures
9/9/2022
03 30 00
Mix Design
Cow Town Redi Mix
270 5000 psi Concrete Mix for Cast -in -Place Box Culverts
9/9/2022
03 30 00
Mix Design
Cow Town Redi Mix
370 5000 psi Concrete Mix for Cast -in -Place Box Culverts
9/9/2022
03 30 00
Mix Design
Cow Town Redi Mix
255-2 3000 psi Concrete Mix for Inlets, Thrust Blocking, Concrete Encasement
9/9/2022
03 30 00
Mix Design
Cow Town Redi Mix
257 3600 psi Concrete mix for Valley Gutters
11/14/2022
32 13 13
Mix Design
Cow Town Redi Mix
357-M 3600 psi Concrete Mix for Machine Placed Paving
9/9/2022
33 13 13
Mix Design
Cow Town Redi Mix
257-M 3600 psi Concrete Mix for Machine Placed Paving
9/9/2022
34 13 13
Mix Design
Cow Town Redi Mix
260-M 4000 psi Concrete Mix for Machine Placed Paving
9/9/2022
35 13 13
Mix Design
Cow Town Redi Mix
360-M 4000 psi Concrete Mix for Machine Placed Paving
9/9/2022
03 30 00
Mix Design
Cow Town Redi Mix
255-LP 3000 psi Concrete Mix for Curb & Gutter
9/9/2022
03 30 00
Mix Design
Cow Town Redi Mix
355-LP 3000 psi Concrete Mix for Curb & Gutter
9/9/2022
03 30 00
Mix Design
Cow Town Redi Mix
255 3500 psi Concrete Mix for Flatwork, Inlets, Thrust Blocking Concrete Encasement
9/9/2022
03 30 00
Mix Design
Cow Town Redi Mix
355 3000 psi Concrete Mix for Inlets, Thrust Blocking, Concrete Encasement
9/9/2022
03 30 00
Mix Design
Cow Town Redi Mix
365-STX 4000 psi Concrete for Bridge slabs, top slabs of direct traffic culverts, approach slabs
9/9/2022
03 30 00
Mix Design
Cow Town Redi Mix
357 3600 psi Concrete Mix for Valley Gutters
6/21/2023
03 30 00
Mix Design
Cow Town Redi Mix
360-DS 3600 psi Concrete for Drilled Shaft/Lighting and Traffic Signal Foundation
1/18/2023
03 30 00
Mix Design
Cow Town Redi Mix
380-NC 4500 psi Concrete for HES Paving
9/9/2022
03 30 00
Mix Design
GCH Concrete Services
GCH4000 4000 psi Concrete for for Sidewalks, Ramps, Headwalls, Inlets, and Storm Drain Structures
9/9/2022
03 30 00
Mix Design
GCH Concrete Services
GCHVS 4000 psi Concrete for Machine Placed Paving
9/9/2022
03 30 00
Mix Design
GCH Concrete Services
GCH4500 4500 psi Concrete Hand Placed Paving
9/9/2022
03 30 00
Mix Design
Ingram Concrete & Aggregates
C47PV5E5 3000 psi Concrete for Sidewalks, ADA Ramps
9/9/2022
03 30 00
Mix Design
Ingram Concrete & Aggregates
2MWR-70J23504 3000 psi Concrete for Sidewalks, ADA Ramps
9/9/2022
03 30 00
Mix Design
Ingram Concrete & Aggregates
2MWR-147QW5D5 3000 psi Concrete Mix for Sidewalks, ADA Ramps
9/9/2022
03 30 00
Mix Design
Ingram Concrete & Aggregates
2MWR-056PS5D5 4000 psi Concrete Machine Placed Paving
9/9/2022
03 30 00
Mix Design
Ingram Concrete & Aggregates
2MWR-161UV5DM 4500 psi Concrete for Hand Placed Paving
9/9/2022
03 30 00
Mix Design
Ingram Concrete & Aggregates
2MWR-10MQS50N 4500 psi Concrete for Hand Placed Paving
9/9/2022
03 30 00
Mix Design
Ingram Concrete & Aggregates
161PS5EM 4500 psi Concrete for Hand Placed Paving
9/9/2022
03 30 00
Mix Design
Ingram Concrete & Aggregates
C47PV5E5 3000 psi Concrete Mix for Sidewalks, ADA Ramps
4/7/2023
03 30 00
mix Design
Ingram Concrete & Aggregates
1 OLQS50N 3,600 psi Concrete for Drilled Shafts/Lighting and Traffic Signal Foundations
9/9/2022
03 30 00
Mix Design
Ingram Concrete & Aggregates
161PS5EM 4500 psi Concrete Mix for Hand Placed Paving
9/9/2022
03 30 00
Mix Design
Holcim - SOR, Inc.
1551 3000 psi Concrete Mix for Blocking
FORT WORTH; CITY OF FORT WORTH TRANSPORTATION/PUBLIC WORKS DEPARTMENT
Approval
Spec No.
STANDARD PRODUCTS LIST AS OF 10/04/2023
Classification Manufacturer
Model No. National Spec
Concrete(Continued)
9/9/2022
03 3000
Mix Design
Holcim - SOR, hic.
5177 3000 psi Concrete Mix for Sidewalks
9/9/2022
03 30 00
Mix Design
Holcim - SOR, hic.
1261 3000 psi Concrete Mix for Sidewalks
9/9/2022
4 30 00
Mix Design
Holcim - SOR, hic.
2125 4500 psi Concrete for HES Paving
9/9/2022
03 30 00
Mix Design
Holcim - SOR, hic.
1701 4000 psi Concrete Mix for Storm Drain Structures, Sanitary Sewer Manholes, Junction Box
9/9/2022
03 30 00
Mix Design
Holcim - SOR, hic.
5409 4000 psi Concrete Mix for Sidewalks, Inlets
9/9/2022
03 30 00
Mix Design
Holcim - SOR, Inc.
5507 4500 psi Concrete Mix for Hand Placed Paving
12/15/2022
3 3000
Mix Design
Holcim - SOR, Inc.
3741 100 psi concrete for flowable fill/CSLM
9/9/2022
04 30 00
Mix Design
Holcim - SOR, Inc.
5017 200 psi Concrete for Base Material for Trench Repair
9/9/2022
03 30 00
Mix Design
Holcim - SOR, Inc.
9600 3600 psi Concrete for Drill Shafts/Lighting and Traffic Signal Foundations
9/9/2022
03 30 00
Mix Design
Holcim - SOR, Inc.
1851 4500 psi Concrete for Storm Drain Structures, Hand Placed Paving
12/5/2022
4 30 00
Mix Design
Holcim - SOR, Inc.
1822 3600 psi Concrete for Drilled Shafts/Lighting and Traffic Signal Foundations
9/9/2022
03 30 00
Mix Design
Holcim - SOR, Inc.
1859 4000 psi Concrete for Drilled Shafts/Lighting and Traffic Signal Foundations
4/7/2023
03 30 00
Mix Design
Liquid Stone
C301D 3,000 psi Concrete for Sidewalks, Approaches, and Driveways.
4/27/2023
03 30 00
Mix Design
Liquid Stone
C361DNFA 3,600 psi Concrete for Retaining wall, driveway, junction box apron, approach
4/7/2023
03 30 00
Mix Design
Liquid Stone
C361DHR 3,600 psi Concrete for Drilled Shaft/Lighting and Traffic Signal Foundations
1/24/2023
03 30 00
Mix Design
Liquid Stone
C451DHR-A 4500psi Concrete for HES Paving
9/9/2022
03 30 00
Mix Design
Martin Marietta
R2132214 3,000 psi Concrete for Sidewalks & Ramps
9/9/2022
03 30 00
Mix Design
Martin Marietta
D9490SC 3,000 psi Concrete for Sidewalks & Ramps
9/9/2022
03 30 00
Mix Design
Martin Marietta
R2131214 3,000 psi Concrete for Sidewalks & Ramps
9/9/2022
03 30 00
Mix Design
Martin Marietta
R2131314 3,000 psi Concrete for Sidewalks & Ramps
9/9/2022
03 30 00
Mix Design
Martin Marietta
R2136014 3,000 psi Concrete for Sidewalks & Ramps
9/9/2022
03 30 00
Mix Design
Martin Marietta
R2136214 3,000 psi Concrete for Sidewalks & Ramps
9/9/2022
03 30 00
Mix Design
Martin Marietta
R2141224 4,000 psi Concrete for Sidewalks & Ramps
9/9/2022
03 30 00
Mix Design
Martin Marietta
R2141024 4,000 psi Concrete for Sidewalks & Ramps
9/9/2022
03 30 00
Mix Design
Martin Marietta
R2136224 3,600 psi Concrete for Curb Inlets
9/9/2022
03 30 00
Mix Design
Martin Marietta
R2141233 3,600 psi Concrete for Storm Structures, Inlets, Blocking & Encasement
9/9/2022
03 30 00
Mix Design
Martin Marietta
FLOW25A 50 psi Concrete for Flowable Fill/CLSM
9/9/2022
03 30 00
Mix Design
Martin Marietta
R2142233 3,600 psi Concrete for Manholes, Inlets & Headwalls
9/9/2022
03 30 00
Mix Design
Martin Marietta
R2146333 3,600 psi Concrete for Manholes, hilets & Headwalls, Concrete Encasement
9/9/2022
03 30 00
Mix Design
Martin Marietta
R21412304,000 psi Concrete for Manholes, Inlets & Headwalls, Valve Pads
9/9/2022
03 30 00
Mix Design
Martin Marietta
R2146035 4,000 psi Concrete for Manholes, hilets & Headwalls, Valve Pads
9/9/2022
03 30 00
Mix Design
Martin Marietta
R2146335 4,500 psi Concrete for Hand Placed Paving, Inlets, Storm Drain Structures
11/2/2022
32 13 13
Mix Design
Martin Marietta
Q214IN27 4,000 psi Concrete for Machine Placed paving
11/2/2022
32 13 13
Mix Design
Martin Marietta
Q2141K30 4,000 psi Concrete for Machine Placed Paving
11/2/2022
32 13 13
Mix Design
Martin Marietta
R2146N36 4,500 psi Concrete for Hand Placed Paving
11/15/2022
33 13 13
Mix Design
Martin Marietta
R2146K36 4,500 psi Concrete for Hand Placed Paving
11/15/2022
34 13 13
Mix Design
Martin Marietta
R2146P36 4,500 psi Concrete for Hand Placed Paving
11/2/2022
32 13 13
Mix Design
Martin Marietta
R2146K36 4,500 psi Concrete for Hand Placed Paving
11/2/2022
32 13 13
Mix Design
Martin Marietta
R2146N35 / 6.11 sacks / 4,500 psi concrete for Hand Place Paving, Inlets, Manholes, Headwalls
11/2/2022
32 13 13
Mix Design
Martin Marietta
R2146K34 4,000 psi Concrete for Inlets, Manholes, Headwalls
11/2/2022
32 13 13
Mix Design
Martin Marietta
R2141N24 4,000 psi Concrete for Sidewalks and Ramps
11/2/2022
32 13 13
Mix Design
Martin Marietta
R2141K24 4,000 psi Concrete for Junction Boxes, Sidewalks and Ramps
9/9/2022
03 30 00
Mix Design
Martin Marietta
R2146038 4,500 psi Concrete for Inlets, Storm Drain Structures
9/9/2022
03 30 00
Mix Design
Martin Marietta
R2146036 4,500 psi Concrete for Hand Placed Paving, Inlets
9/9/2022
03 30 00
Mix Design
Martin Marietta
R2146042 4,500 psi Concrete for Hand Placed Paving
9/9/2022
03 30 00
Mix Design
Martin Marietta
R2146242 4,500 psi Concrete for Hand Placed Paving
9/9/2022
03 30 00
Mix Design
Martin Marietta
R2146236 4,500 psi Concrete for Hand Placed Paving
9/9/2022
03 30 00
Mix Design
Martin Marietta
D9493SC 4,500 psi Concrete for Hand Placed Paving
9/9/2022
03 30 00
Mix Design
Martin Marietta
R2147241 4,500 psi Concrete for Hand Placed Paving
4/1/2023
32 1320
Mix Design
Martin Marietta
R2136N14 / 5.00 sacks / 3,000 psi concrete for Sidewalks
4/l/2023
03 30 00
Mix Design
Martin Marietta
R2146P33 / 6.01 sacks / 4,000 psi concrete for Bridge Deck
4/1/2023
03 30 00
Mix Design
Martin Marietta
R2146033 4,000 psi Concrete for Riprap
4/7/2023
32 1320
Mix Design
Martin Marietta
R2136K14 3,000 psi concrete for sidewalks and ramps
4/7/2023
32 13 13
Mix Design
Martin Marietta
R216IK70 6,000 psi (3,000 psi @ 24 hrs.) for HES Paving
4/1/2023
03 30 00
Mix Design
Martin Marietta
310LBP 3,600 psi Concrete for Retaining Walls
5/22/2023
32 13 13
Mix Design
Martin Marietta
R2146K37/6.22 sack / 4,500 psi Concrete for Hand Placed Paving
4/1/2023
03 30 00
Mix Design
Martin Marietta
R2141030 4,000 psi Concrete for Riprap
FORT WORTH; CITY OF FORT WORTH TRANSPORTATION/PUBLIC WORKS DEPARTMENT
Approval
Spec No.
STANDARD PRODUCTS LIST AS OF 10/04/2023
Classification Manufacturer
Model No. National Spec
Concrete(Continued)
5/3/2023
03 3000
Mix Design
Martin Marietta
M7842344 4,000 psi Concrete for Bridge Deck
6/l/2023
32 1320
Mix Design
Martin Marietta
R2136R20 3,000 psi Concrete for Sidewalks and Ramps
6/1/2023
32 1320
Mix Design
Martin Marietta
R2136N20 3,000 psi Concrete for Sidewalks and Ramps
6/27/2023
03 30 00
Mix Design
Martin Marietta
U2146N41 / 6.44sacks / 3,600 psi Concrete for Drilled Shafts / Lighting and Traffic Signal Foundations
6/27/2023
03 30 00
Mix Design
Martin Marietta
U2146K45 / 6.65 sacks / 3,600 psi Concrete for Drilled Shafts / Lighting and Trafic Signal Foundations
8/4/2023
03 30 00
Mix Design
Martin Marietta
U2146R41 / 6.44 sacks / 4,500 psi Concrete for Drilled Piers/Light Pole bases.
8/4/2023
03 30 00
Mix Design
Martin Marietta
R2136R14 / 5.00 sacks / 3,500 psi Concrete for Sidewalks and Ramps
8/4/2023
32 1320
Mix Design
Martin Marietta
R2141 R24 / 5.53 / 4,000 psi Concrete for Junction Box, Box Culvert, Sidewalks and Ramps.
8/4/2023
03 30 00
Mix Design
Martin Marietta
R2146R35 / 6.11 / 4,500 psi Concrete for Inlets, Manholes, and Headwalls
8/4/2023
32 13 13
Mix Design
Martin Marietta
R2146R36 / 6.17 / 4,500 psi Concrete for Hand Placed Paving
8/30/2023
03 30 00
Mix Design
Martin Marietta
R2141 R30 / 5.85 SK / 4,000 psi Concrete for Box Culverts & Headwalls
8/4/2023
32 13 13
Mix Design
Martin Marietta
Q214IR27 / 5.69 sacks / 4,000 psi Concrete for Machine Placed Paving
9/9/2022
32 1320
Mix Design
NCS Redi Mix
NCS5020A 3000 psi Concrete Mix for Curb & Gutter, Driveways, Sidewalks
9/9/2022
03 30 00
Mix Design
NBR Ready Mix
TX C-YY 3000 psi Concrete Mix for Curb Inlets
9/9/2022
03 30 00
Mix Design
NBR Ready Mix
TX C-NY 3000 psi Concrete Mix for Curb Inlets
9/12/2023
03 30 00
Mix Design
NBR Ready Mix
CLS Pl-YY / 6.00 Sacks / 4,000 psi Concrete for Collars, Manholes, Box Culverts
10/4/2023
03 30 00
Mix Design
NBR Ready Mix
CLS A-YY / 5.00 Sacks / 3,000 psi Concrete for Sidewalks & Ramps, and Curb & Gutter
10/4/2023
03 30 00
Mix Design
NBR Ready Mix
CLS A -NY/ 5.00 Sacks / 3,000 psi Concrete for Sidewalks & Ramps, and Curb & Gutter
10/4/2023
32 13 13
Mix Design
NBR Ready Mix
TX C SF-YY / 5.50 Sacks / 3,600 psi Concrete for Machine Placed Paving
10/4/2023
32 13 13
Mix Design
NBR Ready Mix
TX C SF -NY 5.50 Sacks / 3,600 psi Concrete for Machine Placed Paving
10/4/2023
32 13 13
Mix Design
NBR Ready Mix
CLS P2-YY / 6.50 Sacks / 4,500 psi Concrete for Hand Placed Paving
10/4/2023
32 13 13
Mix Design
NBR Ready Mix
CLS P2-NY / 6.50 Sacks / 4,500 psi Concrte for Hand Placed Paving
10/4/2023
03 34 13
Mix Design
NBR Ready Mix
FTW FLOW FILL / 150 psi concrete for Flowable
7/10/2023
03 30 00
Mix Desing
Osborn
30A50MR / 5 SK / 3,000 psi Concrete for Sidewalks
7/10/2023
32 13 13
Mix Design
Osbum
45A60MR / 6 SK / 4,500 psi Concrete for Hand Placed Paving
1/24/2023
03 30 00
Mix Design
Rapid Redi Mix
RRM6320AHP 4500 psi Concrete for Hand Placed Paving
1/24/2023
03 30 00
Mix Design
Rapid Redi Mix
RRM5525A 3600 psi Concrete for Valley Gutters, Sidewalks, Approaches, ADA Ramps
1/18/2023
03 30 00
Mix Design
Rapid Redi Mix
RRM6020ASS 4000 psi Concrete for Strom Drain Structures
1/18/2023
03 30 00
Mix Design
Rapid Redi Mix
RRM5320A 3000 psi Concrete for Blocking
1/18/2023
03 30 00
Mix Design
Rapid Redi Mix
RRM5020A 3000 psi Concrete for Curb, Gutter, Driveways, Sidewalk, Ramps
9/9/2022
03 30 00
Mix Design
Redi-Mix
DCA2E554 3000 psi Concrete Mix for Rip Rap
9/9/2022
03 30 00
Mix Design
Redi-Mix
VOJ11524 3000 psi Concrete Mix for Curb & Gutter
9/9/2022
03 34 13
Mix Design
Redi-Mix
FOCIO021 215 psi Flowable Fill - CLSM
9/9/2022
03 30 00
Mix Design
Redi-Mix
1 OJ11524 3000 psi Concrete Mix for Driveways, Sidewalks, ADA Ramps
9/9/2022
03 30 00
Mix Design
Redi-Mix
1 OJ11504 3000 psi Concrete Mix for Sidewalks
9/9/2022
03 30 00
Mix Design
Redi-Mix
1 OL11504 3,600 psi Concrete Mix for Sidewalks, Curb & Gutter
9/9/2022
03 30 00
Mix Design
Redi-Mix
10LI1524 3600 psi Concrete Mix Manholes, Inlets, Junction Boxes, Headwalls
9/9/2022
03 30 00
Mix Design
Redi-Mix
1RJ11524 3500 psi Concrete Mix for Thrust Blocks, Valve Pads
9/29/2022
03 30 00
Mix Design
Redi-Mix
1 OL21524 4000 psi Concrete Mix for Manholes
9/9/2022
03 30 00
Mix Design
Redi-Mix
15611524 4000 psi Concrete Mix for Cast -in -Place Storm Drain Structures
9/9/2022
03 30 00
Mix Design
Redi-Mix
1 OL115E4 3600 psi Concrete Mix for Bridge substructures
9/9/2022
03 30 00
Mix Design
Redi-Mix
156115D4 4000 psi Bridge Slabs
9/9/2022
03 34 13
Mix Design
Redi-Mix
F35238VN 100 psi Flowable Fill - CLSM
9/9/2022
03 34 13
Mix Design
Redi-Mix
FOD138VM 100 psi Flowable Fill - CLSM
9/9/2022
03 34 13
Mix Design
Redi-Mix
1 OJ11554 3000 psi Concrete Mix for Rip -Rap
9/9/2022
03 30 00
Mix Design
Redi-Mix
POG138K9 1000 psi Concrete Mix for Trench Repair Base Material
9/9/2022
03 30 00
Mix Design
Redi-Mix
1 OKI 1524 3600 psi Concrete Mix for Encasement
9/9/2022
03 30 00
Mix Design
Redi-Mix
1 ONI 1507 4500 psi (2600 psi (& 24 hrs.) Concrete Mix for HES Paving
9/9/2022
03 30 00
Mix Design
Redi-Mix
1 ON11504 5000 psi (3600 psi @ 2 days) Concrete Mix for HES Paving
9/9/2022
03 30 00
Mix Design
Redi-Mix
50KI1524 3600 psi Concrete Mix for Machine Placed Paving
9/9/2022
03 30 00
Mix Design
Redi-Mix
1 OM115D4 4500 psi Concrete Mix for Hand Placed Paving, Storm Drain Structures
9/9/2022
03 30 00
Mix Design
Redi-Mix
1 OM11524 4500 psi Concrete Mix for Hand Placed Paving
9/9/2022
03 30 00
Mix Design
Redi-Mix
10MI 1504 4500 psi Concrete Mix for Hand Placed Paving
9/9/2022
03 30 00
Mix Design
Redi-Mix
145CD5P4 4500 psi Concrete Mix for Hand Placed Paving, Storm Drain Structures
11/2/2022
03 30 00
Mix Design
Redi-Mix
145P25P4 4500 psi Concrete for Storm Drain Structures
12/5/2022
03 30 00
Mix Design
Redi-Mix
10KI15C4 3500 psi Concrete for Thrust Blocks, Valve Pads
12/5/2022
03 30 00
Mix Design
Redi-Mix
156115C4 4000 psi Concrete for CIP Storm Drain Structures
12/5/2022
03 30 00
Mix Design
Redi-Mix
10LI15C4 3600 psi Concrete for Manhole, Inlet, Junction Box, Headwall
5/15/2023
03 30 00
Mix Design
Redi-Mix
80LI 15135 3600 psi Concrete for Drilled Shafts/Lighting and Traffic Signal Foundations
5/15/2023
03 30 00
Mix Design
Redi-Mix
10NI15136 Slurry Displacement Shafts, Underwater Drilled shafts
9/9/2022
03 34 13
Mix Design
SRM Concrete
30000 3,000 psi Concrete for Sidewalks and Ramps, Curb & Gutter
9/9/2022
03 34 13
Mix Design
SRM Concrete
40050 4,000 psi Concrete for Headwalls, Retaining Wall, Collars
9/9/2022
03 30 00
Mix Design
SRM Concrete
35023 3,600 psi Concrete for Machine Placed Paving
9/9/2022
03 30 00
Mix Design
SRM Concrete
40068 3,600 psi Concrete for Machine Placed Paving
9/9/2022
03 30 00
Mix Design
SRM Concrete
45000 4,500 psi Concrete for Hand Placed Paving
9/9/2022
03 30 00
Mix Design
SRM Concrete
45300 4,500 psi Concrete for Hand Placed Paving
9/9/2022
03 30 00
Mix Design
SRM Concrete
40326 4,500 (3,00 @ 3-days) psi Concrete for HISS Paving
FORT WORTHS; CITY OF FORT WORTH TRANSPORTATION/PUBLIC WORKS DEPARTMENT
Spec No.
STANDARD PRODUCTS LIST AS OF 10/04/2023
Classification Manufacturer
Model National
Approval
Concrete(Continued)
No. Spec
10/10/2022
03 3000
Mix Design
SRM Concrete
35000 3600 psi Concrete for Sewer Manholes
10/10/2022
03 30 00
Mix Design
SRM Concrete
35300 3600 psi Concrete for Swere Manholes
9/9/2022
03 30 00
Mix Design
SRM Concrete
35022 3,600 psi Concrete for Junction Box, Retaining Walls
9/9/2022
03 30 00
Mix Design
SRM Concrete
30050 3,000 psi Concrete for Sidewalks, Ramps, Inlets, Junction Boxes, Thrust Blocks, Curb and Gutter, Driveways, Barrier Ramp
2/10/2023
03 30 00
Mix Design
SRM Concrete
50310 5,000 psi Concrete for HES Paving
1/13/2023
32 13 13
Mix Design
SRM Concrete
45023 4,500 psi Concrete for Hand Placed Paving
5/5/2023
03 30 00
Mix Design
SRM Concrete
D100008553CB 4,000 psi Concrete for Bdridge Approach Slab, Deck Slab
9/9/2022
03 30 00
Mix Design
Tarrant Concrete
FW60AHP 4500 psi Concrete Mix for Hand Placed Paving
9/9/2022
03 30 00
Mix Design
Tarrant Concrete
FW6020AHP 4500 psi Concrete Mix for Hand Placed Paving
9/9/2022
03 30 00
Mix Design
Tarrant Concrete
TCFW6020AHP 4500 psi Concrete Mix for Hand Placed Paving
9/9/2022
03 30 00
Mix Design
Tarrant Concrete
FW7520AMR 4500 (3000 psi (a) 3-days) psi Concrete HES Paving
9/9/2022
03 30 00
Mix Design
Tarrant Concrete
FW6520AMR 4500 (3000 psi na, 3-days) psi HES Paving
9/9/2022
03 30 00
Mix Design
Tarrant Concrete
FW5520AMP 3600 psi Concrete for Machine Placed Paving
9/9/2022
03 30 00
Mix Design
Tarrant Concrete
FW5320A 3000 psi Concrete Mix for Blocking
9/9/2022
03 34 13
Mix Design
Tarrant Concrete
FWFF150CLSM 50-150 psi Flowable Fill - CLSM
9/9/2022
03 34 13
Mix Design
Tarrant Concrete
FWFF275 50-150 psi Flowable Fill - CLSM
9/9/2022
03 30 00
Mix Design
Tarrant Concrete
FW6020A2 4000 psi Concrete Mix for Storm Drain Structures
10/10/2022
03 30 00
Mix Design
Tarrant Concrete
TCFW6025A2 4000 psi Concrete for Manholes
10/10/2022
03 30 00
Mix Design
Tarrant Concrete
TCFW5020A 3000 psi Concrete for Sidewalks
9/9/2022
03 30 00
Mix Design
Tarrant Concrete
FW5025A 3000 psi Concrete Mix for Curb & Gutter, Driveways, Sidewalks, ADA Ramps
9/9/2022
03 30 00
Mix Design
Titan Ready Mix
3020AE 3000 psi Concrete for Sidewalks
9/9/2022
03 30 00
Mix Design
Tarrant Concrete
CP5020A 3000 psi Concrete Mix for Curb and Gutter
9/9/2022
03 30 00
Mix Design
Tarrant Concrete
FW5525A2 3600 psi Concrete Mix for Sidewalks, Drive Approaches, ADA Ramp
9/9/2022
03 30 00
Mix Design
Titan Ready Mix
TRC4520 4500 psi Concrete for Hand Placed Paving
9/9/2022
03 30 00
Mix Design
True Grit Redi Mix
0250.230 3000 psi Concrete Mix for Flatwork, Curb & Gutter, Driveways, Sidewalks, ADA Ramps
9/9/2022
03 30 00
Mix Design
True Grit Redi Mix
270.230 5000 psi Concrete for Hand Placed Paving
9/9/2022
03 30 00
Mix Design
True Grit Redi Mix
0250.2301 3000 psi Concret Mix for Curb & Gutter, Driveways, Sidewalks, ADA Ramps
9/9/2022
03 30 00
Mix Design
True Grit Redi Mix
0260.2302 4000 psi Concrete Mix for Machine Placed Paving
9/9/2022
03 30 00
Mix Design
True Grit Redi Mix
0255.2301 3600 psi Concrete Mix for Machine Placed Paving
9/9/2022
03 30 00
Mix Design
True Grit Redi Mix
0260.2301 4500 psi Concrete Mix for Hand Placed Paving
9/9/2022
03 30 00
Mix Design
True Grit Redi Mix
0265.2301 4500 psi Concrete Mix for Valley Gutters, Hand Placed Paving
9/9/2022
03 30 00
Mix Design
Wise Redi Mix
3678 3600 psi Concrete Mix for Lighting and Traffic Signal Foundations
Ashall Pavia
9/9/2022
32216
1�
Mix Design
9/9/2022
32 12 16
Mix Design
9/9/2022
32 1216
Mix Design
9/9/2022
32 12 16
Mix Design
9/9/2022
32 1216
Mix Design
9/9/2022
32 12 16
Mix Design
9/9/2022
32 1216
Mix Design
9/9/2022
32 12 16
Mix Design
9/9/2022
32 1216
Mix Design
11/26/2022
32 12 16
Mix Design
12/5/2022
33 1216
Mix Design
9/9/2022
32 12 16
Mix Design
9/9/2022
32 1216
Mix Design
9/9/2022
32 12 16
Mix Design
9/9/2022
32 1216
Mix Design
9/9/2022
32 12 16
Mix Design
9/9/2022
32 1216
Mix Design
9/9/2022
32 12 16
Mix Design
9/9/2022
32 1216
Mix Design
9/9/2022
32 12 16
Mix Design
Detectable
WarniuP, Surface
9/9/2022
32 1320
DW$ - Pavers
9/9/2022
32 1320
DWS - Pavers
9/9/2022
32 1320
DWS - Composite
9/9/2022
32 1320
DWS - Composite
4/7/2023
32 1320
DWS - Pavers
Austin Asphalt
FT5D137965 PG64-22 Type D Fine Surface
Austin Asphalt
DA513135965 PG64-22 Type D Fine Surface
Austin Asphalt
FT5B117965 PG64-22 Type B Fine Base
Austin Asphalt
FTHH39965 PG64-22 Type B Fine Base
Austin Asphalt
FT1B117.2 PG64-22 Type B Fine Base
Reynolds Asphalt
1901D PG64-22 Type D Fine Surface
Reynolds Asphalt
1112B PG64-22 Type B Fine Base
Reynolds Asphalt
1612B PG64-22 Type B Fine Base
Sunmount Paving
341DV6422 PG64-22 Type D Fine Surface
Sunmount Paving
340DV6422 PG64-22 Type D Fine Surface
Sunmount Paving
3076BV6422 PG62-22 Type B Fine Base
Sunmount Paving
341-BRAP6422ERG PG64-22 Type B Fine Base
TXBIT
37-211305-20 PG64-22 Type B Fine Base
TXBIT
44-211305-17 PG64-22 Type B Fine Base
TXBIT
211305 (1757) PG64-22 Type B Fine Base
TXBIT
222475 (1857) PG64-22 Type D Fine Surface
TXBIT
29-222475-19 PG64-22 Type D Fine Surface
TXBIT
1-222475-20 PG64-22 Type D Fine Surface
TXBIT
64-224125-18 PG70-22 Type D Fine Surface
TXBIT
12-222475-19 PG64-22 Type D Fine Surface
Pine Hall Brick (Winston Salem, NC) Tactile Pavers
Western Brick Co. (Houston, TX) Detectable Warning Pavers
Engineered Plastics, hic. (Williamsville. Armor Tile
ADA Solutions (Wilmington, MA) Heritage Brick CIP Composite Paver
ADA Solutions (Wilmington, MA) Detectable Warning Pavers
FORT WORTH: CITY OF FORT WORTH TRANSPORTATION/PUBLIC WORKS DEPARTMENT
Approval
Spec No.
STANDARD PRODUCTS LIST AS OF 10/04/2023
Classification Manufacturer
Model No.
National Spec
Silicone Joint Sealant
9/9/2022
132 1373
Joint Sealant
w
890SL - Cold Applied, Single Component, Silicone Joint Sealant
ASTM D5893
9/9/2022
32 1373
Joint Sealant
mco
900SL - Cold Applied, Single Component, Silicone Joint Sealant
ASTM D5893
9/9/2022
32 1373
Joint Sealant
om
Etco
300SL - Cold Applied, Single Component, Silicone Joint Sealant
ASTM D5893
9/9/2022
32 1373
Joint Sealant
RoadSaver Silicone - Cold Applied, Single Component, Silicone Joint Sealant
ASTM D5893
Utility Trench Embedment Sand
9/9/2022
3305 10
Embedment Sand
Silver Creek Materials
Utility Embedment Sand
ASTM C33
9/9/2022
3305 10
Embedment Sand
Crouch Materials
Utility Embedment Sand
ASTM C33
9/9/2022
3305 10
Embedment Sand
F and L Dirt Movers
Utility Embedment Sand
ASTM C33
9/9/2022
3305 10
Embedment Sand
F and L Dirt Movers
Utility Embedment Sand
ASTM C33
9/9/2022
3305 10
Embedment Sand
Tin Top Martin Marietta
Utility Embedment Sand
ASTM C33
Storm Sewer - Manholes & Bases/Frames & Covers/Standard (Round) 33-05-13
9/28/2018
3305 13
Manhole Frames and Covers
AccuCast (Govind Steel Company, LTD)
MHRC #220605 (Size - **24" Dia.)
ASTM A48 AASHTO M306
9/28/2018
3305 13
Manhole Cover
Neenah Foundry
NF-1274-T91 (Size - 32" Dial
ASTM A48 AASHTO M306
9/28/2018
3305 13
Manhole Frames and Covers
Neenah Foundry
NF-1743-LM (Hinged) (Size - 32" Dial
ASTM A48 AASHTO M306
9/28/2018
3305 13
Manhole Frame
Neenah Foundry
NF-1930-30 (Size - 32.25" Dial
ASTM A48 AASHTO M306
9/28/2018
3305 13
Manhole Frames and Covers
Neenah Foundry
R-1743-HV (Size - 32" Dia.)
ASTM A48 AASHTO M306
4/3/2019
3305 13
Manhole Frames and Covers
SIP Industries ++
2279ST (Size - 24" Dia.)
ASTM A48 AASHTO M306
4/3/2019
3305 13
Manhole Frames and Covers
SIP Industries ++
2280ST (Size - 32" Dia.)
ASTM A48 AASHTO M306
10/8/2020
3305 13
Manhole Frames and Covers
EJ ( Formally East Jordan Iron Works)
EJ1033 Z2/A (Size - 32.25" Dial
ASTM A536 AASHTO M306
—Note. All new development and new installation manhole lids shall meet the minimum 30-inch opening requirement as specified in City Specification 33 0513. Any smaller opening sizes will only be allowed for existing manholes that require replacement frames and covers.
FORT WORTH: CITY OF FORT WORTH TRANSPORTATION/PUBLIC WORKS DEPARTMENT
STANDARD PRODUCTS LIST AS OF 10/04/2023
Approval Spec No. Classification Manufacturer Model No. National Spec
Storm Sewer - Inlet & Structures 33-05-13
10/8/2020
33 49 20
Curb Inlets
Forterrra
FRT-lOx3-405-PRECAST** (Size - 10' X 3')
ASTM C913
10/8/2020
33 49 20
Curb Inlets
Fortema
FRT-lOx3-406-PRECAST** (Size - 10' X 3')
ASTM C913
10/8/2020
33 49 20
Curb Inlets
Fortema
FRT-I0x4.5-407-PRECAST** (Size - 10' X 4.5')
ASTM C913
10/8/2020
33 49 20
Curb Inlets
Fortema
FRT-I0x4.5-420-PRECAST** (Size - 10' X 4.5')
ASTM C913
10/8/2020
33 3920
Manhole
Fortema
FRT-4X4-409-PRECAST-TOP (Size - TX T)
ASTM C913
10/8/2020
33 3920
Manhole
Fortema
FRT-4X4-409-PRECAST-BASE (Size - TX T)
ASTM C913
10/8/2020
33 3920
Manhole
Fortema
FRT-5X5-410-PRECAST-TOP (Size - 5' X 5')
ASTM C913
10/8/2020
33 3920
Manhole
Fortema
FRT-5X5-410-PRECAST-BASE (Size - 5' X T)
ASTM C913
10/8/2020
33 3920
Manhole
Fortema
FRT-6X6-411-PRECAST-TOP (Size - 6' X 6')
ASTM C913
10/8/2020
33 3920
Manhole
Fortema
FRT-6X6-411-PRECAST-BASE (Size - 6' X 6')
ASTM C913
3/19/2021
33 49 20
Curb Inlets
Thompson Pipe Group
TPG-IOX3405-PRECAST INLET** (Size - 10' X 3�
ASTM 615
3/19/2021
33 49 20
Curb Inlets
Thompson Pipe Group
TPG-15X3-405-PRECAST INLET** (Size - 15' X 31
ASTM 615
3/19/2021
33 49 20
Curb Inlets
Thompson Pipe Group
TPG-20X3-405-PRECAST INLET** (Size - 20' X 7�
ASTM 615
3/19/2021
33 3920
Manhole
Thompson Pipe Group
TPG-4X4409-PRECAST TOP (Size - TX 4)
ASTM 615
3/19/2021
33 3920
Manhole
Thompson Pipe Group
TPG-4X4409-PRECAST BASE (Size - TX 4)
ASTM 615
3/19/2021
33 3920
Manhole
Thompson Pipe Group
TPG-4X4412-PRECAST 4-FT RISER (Size - TX T)
ASTM 615
3/19/2021
33 3920
Manhole
Thompson Pipe Group
TPG-5X5410-PRECAST TOP (Size - 5' X 5�
ASTM 615
3/19/2021
33 3920
Manhole
Thompson Pipe Group
TPG-5X5-410-PRECAST BASE (Size - TX 5)
ASTM 615
3/19/2021
33 3920
Manhole
Thompson Pipe Group
TPG-5X5412-PRECAST 5-FT RISER (Size - 5' X 5')
ASTM 615
3/19/2021
33 3920
Manhole
Thompson Pipe Group
TPG-6X6-411-PRECAST TOP (Size - 6' X 6)
ASTM 615
3/19/2021
33 3920
Manhole
Thompson Pipe Group
TPG-6X6-41I-PRECAST BASE (Size - 6' X 6)
ASTM 615
3/19/2021
33 3920
Manhole
Thompson Pipe Group
TPG-6X6-412-PRECAST 6-FT RISER (Size - 6' X 6')
ASTM 615
3/19/2021
33 3920
Manhole
Thompson Pipe Group
TPG-7X7-41I-PRECAST TOP (Size - TX 7�
ASTM 615
3/19/2021
33 3920
Manhole
Thompson Pipe Group
TPG-7X7-411-PRECAST BASE (Size - TX T)
ASTM 615
3/19/2021
33 3920
Manhole
Thompson Pipe Group
TPG-7X7412-PRECAST 4-FT RISER (Size - TX T)
ASTM 615
3/19/2021
33 3920
Manhole
Thompson Pipe Group
TPG-8X8-411-PRECAST TOP (Size - 8' X 8)
ASTM 615
3/19/2021
33 3920
Manhole
Thompson Pipe Group
TPG-8X8-41I-PRECAST BASE (Size - 8' X 8)
ASTM 615
3/19/2021
33 3920
Manhole
Thompson Pipe Group
TPG-8X8-412-PRECAST 5-FT RISER (Size - 8' X 8')
ASTM 615
3/19/2021
33 49 20
Drop Inlet
Thompson Pipe Group
TPG-4X4408-PRECAST INLET (Size - TX 4)
ASTM 615
3/19/2021
33 49 20
Drop Inlet
Thompson Pipe Group
TPG-5X5-408-PRECAST INLET (Size - 5' X 5)
ASTM 615
3/19/2021
33 49 20
Drop Inlet
Thompson Pipe Group
TPG-6X6408-PRECAST INLET (Size - 6' X 6)
ASTM 615
8/28/2023
33 49 10
Manhole
Oldcastle
Precast Tx 4' Stacked Manhole (Size - TX 4')
ASTM C478
8/28/2023
33 49 10
Manhole
Oldcastle
Precast 5' x 8' Storm Junction Box (Size - 5' X 8')
ASTM C478
8/28/2023
33 49 10
Manhole
Oldcastle
Precast Tx 4' Storm Junction Box (Size - TX T)
ASTM C478
8/28/2023
33 49 10
Manhole
Oldcastle
Precast 5' x 5' Storm Junction Box (Size - 5' X 5')
ASTM C478
8/28/2023
33 49 10
Manhole
Oldcastle
Precast 6' x 6' Storm Junction Box (Size - 6' X 6')
ASTM C478
8/28/2023
33 49 10
Manhole
Oldcastle
Precast 8' x 8' Storm Junction Box Base (Size - 8' X 8')
ASTM C478
8/28/2023
33 49 10
Manhole
Oldcastle
Precast 5' x 8' Storm Junction Box Base (Size - 5' X 8')
ASTM C478
8/28/2023
33 49 10
Manhole
Rinker Materials
Reinforced 48" Diameter Spread Footing Manhole (Size - 4' X T)
ASTM C433
8/28/2023
33 3920
Curb Inlet 10'x 3' Riser
Thompson Pipe Group
Inlet Riser (Size - 3 FT)
ASTM C913-16
8/28/2023
33 3920
Curb Inlet 15 'x 3' Riser
Thompson Pipe Group
Inlet Riser (Size - 3 FT)
ASTM C913-16
8/28/2023
33 3920
Curb Inlet 20' x 3' Riser
Thompson Pipe Group
Inlet Riser (Size - 3 FT)
ASTM C913-16
**Note. Pre -cast inlets are appoved for the stage I portion of the structure (basin) only. Stage II portion of the structure
are required to be cast inplam No exceptions to this requirement shall be allowed.
Storm Sewer - Pipes & Boxes 33-05-13
4/9/2021
13341 13
Storm Drain Pipes
Advanced Drainage Systems, Inc. (ADS)
ADS HP Storm Polypropylene (PP) Pipe (Size - 12" - 60")
ASTM F2881 & AASHTO M330
8/28/2023
33 49 10
Storm Drain Pipes
Rinker Materials
Reinforced Concrete Pipe Tongue and Groove Joint Pipe (Size - 2 1 " or larger)
ASTM C76, C655
1/28/2023
33 49 10
Culvert Box
Rinker Materials
Reinforced Concrete Box Culvert (Sze - Various)
ASTM C789, C850