HomeMy WebLinkAbout063926-PM1 - Construction-Related - Contract - PMB Ventana Developer South, LLC and Conatser Construction TX, LPPROJECT MANUAL
FOR
THE CONSTRUCTION OF
Grading, Paving, Water, Sanitary Sewer, Drainage & Street Light
Improvements
TO SERVE
Ventana Phase 8B
City Project No. 105702
W-File Number: W-3088
X-File Number: X-28290
FID No. 30114-0200431-105702-E07685
Mattie Parker Jesus “Jay” Chapa
Mayor City Manager
Christopher P. Harder, P.E.
Director, Water Department
Lauren Prieur, P.E.
Director, Transportation and Public Works Department
Prepared for
The City of Fort Worth
September 2025
6060 North Central Expressway
Suit 400 Dallas, Texas 75206
FRN-F-1386
09/11/2025
CSC No. 63926-PM1
00 00 00
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Page 1 of 5
CITY OF FORT WORTH Ventana Phase 8B
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CPN 105702
Revised March 20, 2020
SECTION 00 00 10
TABLE OF CONTENTS
DEVELOPER AWARDED PROJECTS
Division 00 - General Conditions Last Revised
00 11 13 Invitation to Bidders 03/20/2020
00 21 13 Instructions to Bidders 03/20/2020
00 41 00 Bid Form 04/02/2014
00 42 43 Proposal Form Unit Price 05/22/2019
00 43 13 Bid Bond 04/02/2014
00 45 11 Bidders Prequalification’s 04/02/2014
00 45 12 Prequalification Statement 09/01/2015
00 45 13 Bidder Prequalification Application 03/09/2020
00 45 26 Contractor Compliance with Workers' Compensation Law 04/02/2014
00 45 40 Minority Business Enterprise Goal 08/21/2018
00 52 43 Agreement 06/16/2016
00 61 25 Certificate of Insurance 07/01/2011
00 62 13 Performance Bond 01/31/2012
00 62 14 Payment Bond 01/31/2012
00 62 19 Maintenance Bond 01/31/2012
00 72 00 General Conditions 11/15/2017
00 73 00 Supplementary Conditions 07/01/2011
00 73 10 Standard City Conditions of the Construction Contract for Developer
Awarded Projects 01/10/2013
Division 01 - General Requirements Last Revised
01 11 00 Summary of Work 12/20/2012
01 25 00 Substitution Procedures 08/30/2013
01 31 19 Preconstruction Meeting 08/30/2013
01 31 20 Project Meetings 07/01/2011
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 50 00 Temporary Facilities and Controls 07/01/2011
01 55 26 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
00 00 00
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Page 2 of 5
CITY OF FORT WORTH Ventana Phase 8B
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CPN 105702
Revised March 20, 2020
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:
http://fortworthtexas.gov/tpw/contractors/
or
https://apps.fortworthtexas.gov/ProjectResources/
Division 02 - Existing Conditions Last Revised
02 41 13 Selective Site Demolition 12/20/2012
02 41 14 Utility Removal/Abandonment 12/20/2012
02 41 15 Paving Removal 02/02/2016
Division 03 - Concrete
03 30 00 Cast-In-Place Concrete 12/20/2012
03 34 13 Controlled Low Strength Material (CLSM) 12/20/2012
03 34 16 Concrete Base Material for Trench Repair 12/20/2012
03 80 00 Modifications to Existing Concrete Structures 12/20/2012
Division 26 - Electrical
26 05 00 Common Work Results for Electrical 11/22/2013
26 05 10 Demolition for Electrical Systems 12/20/2012
26 05 33 Raceways and Boxes for Electrical Systems 12/20/2012
26 05 43 Underground Ducts and Raceways for Electrical Systems 07/01/2011
26 05 50 Communications Multi-Duct Conduit 02/26/2016
Division 31 - Earthwork
31 10 00 Site Clearing 12/20/2012
31 23 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 12/20/2012
31 36 00 Gabions 12/20/2012
31 37 00 Riprap 12/20/2012
Division 32 - Exterior Improvements
32 01 17 Permanent Asphalt Paving Repair 12/20/2012
32 01 18 Temporary Asphalt Paving Repair 12/20/2012
32 01 29 Concrete Paving Repair 12/20/2012
32 11 23 Flexible Base Courses 12/20/2012
32 11 29 Lime Treated Base Courses 12/20/2012
32 11 33 Cement Treated Base Courses 12/20/2012
32 11 37 Liquid Treated Soil Stabilizer 08/21/2015
32 12 16 Asphalt Paving 12/20/2012
32 12 73 Asphalt Paving Crack Sealants 12/20/2012
00 00 00
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Page 3 of 5
CITY OF FORT WORTH Ventana Phase 8B
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CPN 105702
Revised March 20, 2020
32 13 13 Concrete Paving 12/20/2012
32 13 20 Concrete Sidewalks, Driveways and Barrier Free Ramps 06/05/2018
32 13 73 Concrete Paving Joint Sealants 12/20/2012
32 14 16 Brick Unit Paving 12/20/2012
32 16 13 Concrete Curb and Gutters and Valley Gutters 10/05/2016
32 17 23 Pavement Markings 11/22/2013
32 17 25 Curb Address Painting 11/04/2013
32 31 13 Chain Fences and Gates 12/20/2012
32 31 26 Wire Fences and Gates 12/20/2012
32 31 29 Wood Fences and Gates 12/20/2012
32 32 13 Cast-in-Place Concrete Retaining Walls 06/05/2018
32 91 19 Topsoil Placement and Finishing of Parkways 12/20/2012
32 92 13 Hydro-Mulching, Seeding, and Sodding 12/20/2012
32 93 43 Trees and Shrubs 12/20/2012
Division 33 - Utilities
33 01 30 Sewer and Manhole Testing 12/20/2012
33 01 31 Closed Circuit Television (CCTV) Inspection 03/03/2016
33 03 10 Bypass Pumping of Existing Sewer Systems 12/20/2012
33 04 10 Joint Bonding and Electrical Isolation 12/20/2012
33 04 11 Corrosion Control Test Stations 12/20/2012
33 04 12 Magnesium Anode Cathodic Protection System 12/20/2012
33 04 30 Temporary Water Services 07/01/2011
33 04 40 Cleaning and Acceptance Testing of Water Mains 02/06/2013
33 04 50 Cleaning of Sewer Mains 12/20/2012
33 05 10 Utility Trench Excavation, Embedment, and Backfill 12/12/2016
33 05 12 Water Line Lowering 12/20/2012
33 05 13 Frame, Cover and Grade Rings – Cast Iron 01/22/2016
33 05 13.10 Frame, Cover and Grade Rings – Composite 01/22/2016
33 05 14 Adjusting Manholes, Inlets, Valve Boxes, and Other Structures to
Grade 12/20/2012
33 05 16 Concrete Water Vaults 12/20/2012
33 05 17 Concrete Collars 12/20/2012
33 05 20 Auger Boring 12/20/2012
33 05 21 Tunnel Liner Plate 12/20/2012
33 05 22 Steel Casing Pipe 12/20/2012
33 05 23 Hand Tunneling 12/20/2012
33 05 24 Installation of Carrier Pipe in Casing or Tunnel Liner Plate 06/19/2013
33 05 26 Utility Markers/Locators 12/20/2012
33 05 30 Location of Existing Utilities 12/20/2012
33 11 05 Bolts, Nuts, and Gaskets 12/20/2012
33 11 10 Ductile Iron Pipe 12/20/2012
33 11 11 Ductile Iron Fittings 12/20/2012
33 11 12 Polyvinyl Chloride (PVC) Pressure Pipe 11/16/2018
33 11 13 Concrete Pressure Pipe, Bar-Wrapped, Steel Cylinder Type 12/20/2012
33 11 14 Buried Steel Pipe and Fittings 12/20/2012
33 12 10 Water Services 1-inch to 2-inch 02/14/2017
33 12 11 Large Water Meters 12/20/2012
33 12 20 Resilient Seated Gate Valve 12/20/2012
00 00 00
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Page 4 of 5
CITY OF FORT WORTH Ventana Phase 8B
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CPN 105702
Revised March 20, 2020
33 12 21 AWWA Rubber-Seated Butterfly Valves 12/20/2012
33 12 25 Connection to Existing Water Mains 02/06/2013
33 12 30 Combination Air Valve Assemblies for Potable Water Systems 12/20/2012
33 12 40 Fire Hydrants 01/03/2014
33 12 50 Water Sample Stations 12/20/2012
33 12 60 Standard Blow-off Valve Assembly 06/19/2013
33 31 12 Cured in Place Pipe (CIPP) 12/20/2012
33 31 13 Fiberglass Reinforced Pipe for Gravity Sanitary Sewers 12/20/2012
33 31 15 High Density Polyethylene (HDPE) Pipe for Sanitary Sewer 12/20/2012
33 31 20 Polyvinyl Chloride (PVC) Gravity Sanitary Sewer Pipe 06/19/2013
33 31 21 Polyvinyl Chloride (PVC) Closed Profile Gravity Sanitary Sewer
Pipe 12/20/2012
33 31 22 Sanitary Sewer Slip Lining 12/20/2012
33 31 23 Sanitary Sewer Pipe Enlargement 12/20/2012
33 31 50 Sanitary Sewer Service Connections and Service Line 04/26/2013
33 31 70 Combination Air Valve for Sanitary Sewer Force Mains 12/20/2012
33 39 10 Cast-in-Place Concrete Manholes 12/20/2012
33 39 20 Precast Concrete Manholes 12/20/2012
33 39 30 Fiberglass Manholes 12/20/2012
33 39 40 Wastewater Access Chamber (WAC) 12/20/2012
33 39 60 Epoxy Liners for Sanitary Sewer Structures 12/20/2012
33 41 10 Reinforced Concrete Storm Sewer Pipe/Culverts 07/01/2011
33 41 11 High Density Polyethylene (HDPE) Pipe for Storm Drain 12/20/2012
33 41 12 Reinforced Polyethlene (SRPE) Pipe 11/13/2015
33 46 00 Subdrainage 12/20/2012
33 46 01 Slotted Storm Drains 07/01/2011
33 46 02 Trench Drains 07/01/2011
33 49 10 Cast-in-Place Manholes and Junction Boxes 12/20/2012
33 49 20 Curb and Drop Inlets 12/20/2012
33 49 40 Storm Drainage Headwalls and Wingwalls 07/01/2011
Division 34 - Transportation
34 41 10 Traffic Signals 10/12/2015
34 41 10.01 Attachment A – Controller Cabinet 12/18/2015
34 41 10.02 Attachment B – Controller Specification 02/2012
34 41 10.03 Attachment C – Software Specification 01/2012
34 41 11 Temporary Traffic Signals 11/22/2013
34 41 13 Removing Traffic Signals 12/20/2012
34 41 15 Rectangular Rapid Flashing Beacon 11/22/2013
34 41 16 Pedestrian Hybrid Signal 11/22/2013
34 41 20 Roadway Illumination Assemblies 12/20/2012
34 41 20.01 Arterial LED Roadway Luminaires 06/15/2015
34 41 20.02 Freeway LED Roadway Luminaires 06/15/2015
34 41 20.03 Residential LED Roadway Luminaires 06/15/2015
34 41 30 Aluminum Signs 11/12/2013
34 41 50 Single-Mode Fiber Optic Cable 02/26/2016
34 71 13 Traffic Control 11/22/2013
00 00 00
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Page 5 of 5
CITY OF FORT WORTH Ventana Phase 8B
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CPN 105702
Revised March 20, 2020
Appendix
GC-4.01 Availability of Lands
GC-4.02 Subsurface and Physical Conditions
GC-4.04 Underground Facilities
GC-4.06 Hazardous Environmental Condition at Site
GC-6.06.D Minority and Women Owned Business Enterprise Compliance
GC-6.07 Wage Rates
GC-6.09 Permits and Utilities
GC-6.24 Nondiscrimination
GR-01 60 00 Product Requirements
END OF SECTION
00 42 43
DAP - BID PROPOSAL
Page 1 of 6
1 3302.1003 20" Casing By Open Cut 33 05 22 LF 78 $320.00 $24,960.00
2 3305.0003 8" Waterline Lowering 33 05 12 EA 18 $5,500.00 $99,000.00
3 3305.0005 12" Waterline Lowering 33 05 12 EA 1 $6,500.00 $6,500.00
4 3305.0109 Trench Safety 33 05 10 LF 7705 $2.00 $15,410.00
5 3305.2002 8" Water Carrier Pipe 33 05 24 LF 78 $66.00 $5,148.00
6 3311.0001 Ductile Iron Water Fittings w/ Restraint 33 11 11 TON 5.74 $10,500.00 $60,270.00
7 3311.0241 8" Water Pipe 33 11 10, 33 11 12 LF 5184 $56.00 $290,304.00
8 3311.0254 8" DIP Water, CLSM Backfill 33 11 10 LF 313 $86.00 $26,918.00
9 3311.0441 12" Water Pipe 33 11 10, 33 11 12 LF 1315 $102.00 $134,130.00
10 3311.0451 12" DIP Water 33 11 10 LF 73 $112.00 $8,176.00
11 3311.0457 12" DIP Water, CLSM Backfill 33 11 10 LF 64 $142.00 $9,088.00
12 3311.0541 16" Water Pipe 33 11 10, 33 11 12 LF 577 $122.00 $70,394.00
13 3311.0551 16" DIP Water 33 11 10 LF 41 $182.00 $7,462.00
14 3311.0557 16" DIP Water, CLSM Backfill 33 11 10 LF 60 $212.00 $12,720.00
15 3312.0001 Fire Hydrant 33 12 40 EA 17 $7,500.00 $127,500.00
16 3312.2003 1" Water Service 33 12 10 EA 165 $1,200.00 $198,000.00
17 3312.3003 8" Gate Valve 33 12 20 EA 21 $2,500.00 $52,500.00
18 3312.3005 12" Gate Valve 33 12 20 EA 6 $4,500.00 $27,000.00
19 3312.3006 16" Gate Valve w/ Vault 33 12 20 EA 3 $28,500.00 $85,500.00
20 3312.1002 2" Combination Air Valve Assembly for Water 33 12 30 EA 1 $14,500.00 $14,500.00
21 3312.0117 Connection to Existing 4"-12" Water Main 33 12 25 EA 5 $1,000.00 $5,000.00
22 9999.0001 1" Irrigation Service 00 00 00 EA 4 $1,500.00 $6,000.00
23 9999.0002 16" Waterline Lowering 00 00 00 EA 4 $7,500.00 $30,000.00
24 9999.0003 Tap 1" Water Service into Existing 8" Waterline 33 12 10 EA 1 $2,500.00 $2,500.00
UNIT I: WATER IMPROVEMENTS
TOTAL UNIT I: WATER IMPROVEMENTS $1,318,980.00
SECTION 00 42 43
Developer Awarded Projects - PROPOSAL FORM
UNIT PRICE BID Bidder's Application
Unit Price Bid Value
Project Item Information Bidder's Proposal
Ventana Phase 8B
Specification Section No.Unit of
MeasureBidlist Item No. Description
Bid
Quantity
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS - DEVELOPER AWARDED PROJECTS
Form Version May 22, 2019 00 42 43_Bid Proposal_Ventana Phase 8B.xlsx
00 42 43
DAP - BID PROPOSAL
Page 2 of 6
SECTION 00 42 43
Developer Awarded Projects - PROPOSAL FORM
UNIT PRICE BID Bidder's Application
Unit Price Bid Value
Project Item Information Bidder's Proposal
Ventana Phase 8B
Specification Section No.Unit of
MeasureBidlist Item No. Description
Bid
Quantity
1 3301.0002 Post-CCTV Inspection 33 01 31 LF 7752 $4.00 $31,008.00
2 3301.0004 Final MH-CCTV Inspection 33 01 31 EA 48 $400.00 $19,200.00
3 3301.0101 Manhole Vacuum Testing 33 01 30 EA 48 $200.00 $9,600.00
4 3305.0109 Trench Safety 33 05 10 LF 7752 $2.00 $15,504.00
5 3305.0112 Concrete Collar for Manhole 33 05 17 EA 5 $1,500.00 $7,500.00
6 3305.0113 Trench Water Stops 33 05 15 EA 33 $350.00 $11,550.00
7 3305.1003 20" Casing By Open Cut 33 05 22 LF 65 $380.00 $24,700.00
8 3305.1005 30" Casing By Open Cut 33 05 22 LF 20 $380.00 $7,600.00
9 3305.3002 8" Sewer Carrier Pipe 33 05 24 LF 65 $104.00 $6,760.00
10 3305.3006 16" Sewer Carrier Pipe 33 05 24 LF 20 $258.00 $5,160.00
11 3331.3101 4" Sewer Service 33 31 50 EA 180 $900.00 $162,000.00
12 3331.4115 8" Sewer Pipe 33 11 10, 33 31 12, 33 31 20 LF 5369 $74.00 $397,306.00
13 3331.4116 8" Sewer Pipe, CSS Backfill 33 11 10, 33 31 12, 33 31 20 LF 310 $94.00 $29,140.00
14 3331.4119 8" DIP Sewer Pipe 33 11 10 LF 47 $104.00 $4,888.00
15 3331.4215 15" Sewer Pipe 33 11 10, 33 31 12, 33 31 20 LF 1771 $178.00 $315,238.00
16 3331.4216 15" Sewer Pipe, CSS Backfill 33 11 10, 33 31 12, 33 31 20 LF 150 $208.00 $31,200.00
17 3331.4222 16" DIP Sewer 33 11 10 LF 20 $258.00 $5,160.00
18 3339.0001 Epoxy Manhole Liner 33 39 60 VF 369 $485.00 $178,965.00
19 3339.1001 4' Manhole 33 39 10, 33 39 20 EA 42 $4,961.90 $208,399.80
20 3339.1002 4' Drop Manhole 33 39 10, 33 39 20 EA 2 $6,000.00 $12,000.00
21 3339.1003 4' Extra Depth Manhole 33 39 10, 33 39 20 VF 194 $225.00 $43,650.00
22 9999.0004 4' Manhole W/ Hydraulic Slide 33 39 10, 33 39 20 EA 4 $6,800.00 $27,200.00
23 9999.0005 Connect to Existing 8" Sewer Stub 00 00 00 EA 2 $4,500.00 $9,000.00
24 9999.0006 Connect to Existing 15" Sewer Stub 00 00 00 EA 1 $5,500.00 $5,500.00
25 9999.0007 End and Plug 8" PVC 00 00 00 EA 2 $500.00 $1,000.00
26 9999.0008 End and Plug 15" PVC 00 00 00 EA 1 $2,000.20 $2,000.20
UNIT II: SANITARY SEWER IMPROVEMENTS
TOTAL UNIT II: SANITARY SEWER IMPROVEMENTS $1,571,229.00
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS - DEVELOPER AWARDED PROJECTS
Form Version May 22, 2019 00 42 43_Bid Proposal_Ventana Phase 8B.xlsx
00 42 43
DAP - BID PROPOSAL
Page 3 of 6
SECTION 00 42 43
Developer Awarded Projects - PROPOSAL FORM
UNIT PRICE BID Bidder's Application
Unit Price Bid Value
Project Item Information Bidder's Proposal
Ventana Phase 8B
Specification Section No.Unit of
MeasureBidlist Item No. Description
Bid
Quantity
1 3301.0012 Post-CCTV Inspection of Storm Drain 33 01 32 LF 5382 $4.00 $21,528.00
2 3305.0109 Trench Safety 33 05 10 LF 5382 $2.00 $10,764.00
3 3341.0201 21" RCP, Class III 33 41 10 LF 724 $75.00 $54,300.00
4 3341.0205 24" RCP, Class III 33 41 10 LF 1325 $85.00 $112,625.00
5 3341.0208 27" RCP, Class III 33 41 10 LF 287 $105.00 $30,135.00
6 3341.0302 30" RCP, Class III 33 41 10 LF 400 $115.00 $46,000.00
7 3341.0309 36" RCP, Class III 33 41 10 LF 1645 $160.00 $263,200.00
8 3341.0402 42" RCP, Class III 33 41 10 LF 299 $200.00 $59,800.00
9 3341.0409 48" RCP, Class III 33 41 10 LF 15 $235.00 $3,525.00
10 3341.0502 54" RCP, Class III 33 41 10 LF 349 $285.00 $99,465.00
11 3349.0001 4' Storm Junction Box 33 49 10 EA 7 $7,214.28 $50,499.96
12 3349.0002 5' Storm Junction Box 33 49 10 EA 7 $7,928.57 $55,499.99
13 3349.0104 4' Stacked Manhole 33 49 10 EA 2 $15,000.00 $30,000.00
14 3349.0003 6' Storm Junction Box 33 49 10 EA 2 $10,500.00 $21,000.00
15 3349.5001 10' Curb Inlet 33 49 20 EA 29 $4,000.00 $116,000.00
16 3349.5002 15' Curb Inlet 33 49 20 EA 5 $5,000.00 $25,000.00
17 3349.7001 4' X 4' Drop Inlet 33 49 20 EA 3 $4,500.00 $13,500.00
18 9999.0009 Dual 3x3 MBC 00 00 00 LF 338 $560.00 $189,280.00
19 9999.0010 12'-10" X 6' Junction Box 00 00 00 EA 1 $28,500.00 $28,500.00
20 9999.0011 12'-10" X 10'-6" Junction Box 00 00 00 EA 1 $50,500.00 $50,500.00
21 9999.0012 24" 4:1 Sloped End HW 00 00 00 EA 1 $3,500.00 $3,500.00
22 9999.0013 30" 4:1 Sloped End HW 00 00 00 EA 1 $4,500.00 $4,500.00
23 9999.0014 Dual 3'x3' 4:1 Sloped End HW 00 00 00 EA 1 $18,500.00 $18,500.00
24 9999.0015 36" 4:1 Sloped End HW 00 00 00 EA 1 $6,500.00 $6,500.00
25 9999.0016 42" 4:1 Sloped End HW 00 00 00 EA 1 $8,500.05 $8,500.05
26 9999.0017 12" Large Stone Type "A" Dry Rip Rap 00 00 00 SY 283 $165.00 $46,695.00
27 9999.0018 Inlet Protection 00 00 00 EA 37 $250.00 $9,250.00
TOTAL UNIT III: DRAINAGE IMPROVEMENTS $1,378,567.00
UNIT III: DRAINAGE IMPROVEMENTS
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS - DEVELOPER AWARDED PROJECTS
Form Version May 22, 2019 00 42 43_Bid Proposal_Ventana Phase 8B.xlsx
00 42 43
DAP - BID PROPOSAL
Page 4 of 6
SECTION 00 42 43
Developer Awarded Projects - PROPOSAL FORM
UNIT PRICE BID Bidder's Application
Unit Price Bid Value
Project Item Information Bidder's Proposal
Ventana Phase 8B
Specification Section No.Unit of
MeasureBidlist Item No. Description
Bid
Quantity
1 3211.0400 Hydrated Lime(32 lbs/sy for Residential & 42
lbs/sy for Orchard Way)32 11 29 TON 544.99 $282.13 $153,758.03
2 3211.0111 4" Flexible Base, Type A, GR-1 32 11 23 SY 795 $16.00 $12,720.00
3 3211.0501 6" Lime Treatment 32 11 29 SY 24,447 $4.00 $97,788.00
4 3211.0502 8" Lime Treatment 32 11 29 SY 7,326 $5.00 $36,630.00
5 3213.0101 6" Conc Pvmt 32 13 13 SY 23,726 $62.00 $1,471,012.00
6 3213.0301 4" Conc Sidewalk 32 13 20 SF 23,094 $4.25 $98,149.50
7 3213.0506 Barrier Free Ramp, Type P-1 32 13 20 EA 22 $2,400.00 $52,800.00
8 3291.0100 Topsoil 32 91 19 CY 420 $28.00 $11,760.00
9 3292.0100 Block Sod Placement 32 92 13 SY 2,524 $8.00 $20,192.00
10 9999.0019 7.5" Conc Pvmt 32 13 13 SY 6,950 $78.00 $542,100.00
11 9999.0020 Construct Type III Barricade 00 00 00 EA 3 $799.99 $2,399.97
12 9999.0021 Construct Std. Pvmt Header 00 00 00 LF 95 $25.00 $2,375.00
13 9999.0022 Remove Barricade and Connect to Existing
Pavement Header 00 00 00 EA 4 $1,000.00 $4,000.00
14 9999.0023 Stop Signs 00 00 00 EA 9 $850.00 $7,650.00
15 9999.0024 Street Name Blade Pair 00 00 00 EA 10 $250.00 $2,500.00
16 9999.0025 Street Sign Pole 00 00 00 EA 10 $300.00 $3,000.00
UNIT IV: PAVING IMPROVEMENTS
TOTAL UNIT IV: PAVING IMPROVEMENTS $2,518,834.50
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS - DEVELOPER AWARDED PROJECTS
Form Version May 22, 2019 00 42 43_Bid Proposal_Ventana Phase 8B.xlsx
00 42 43
DAP - BID PROPOSAL
Page 5 of 6
SECTION 00 42 43
Developer Awarded Projects - PROPOSAL FORM
UNIT PRICE BID Bidder's Application
Unit Price Bid Value
Project Item Information Bidder's Proposal
Ventana Phase 8B
Specification Section No.Unit of
MeasureBidlist Item No. Description
Bid
Quantity
1 2605.3015 2" CONDT PVC SCH 80 (T) 26 05 33 LF 3,593 $15.00 $53,895.00
2 3441.1633 Install Type 33B Arm 34 41 20 EA 48 $600.00 $28,800.00
3 3441.1771 Furnish/Install 120-240 Volt Single Phase
Metered Pedestal
34 41 20 EA 1 $10,500.00 $10,500.00
4 3441.3002 Rdwy Illum Assembly TY 8,11,D-25, and D-30 34 41 20 EA 48 $2,500.00 $120,000.00
6 3441.3301 Rdwy Illum Foundation TY 1,2, and 4 34 41 20 EA 48 $1,200.00 $57,600.00
7 3441.1405 NO 2 Insulated Elec Condr 34 41 10 LF 1,714 $8.00 $13,712.00
8 3441.1410 NO 10 Insulated Elec Condr 34 41 10 LF 1,879 $6.00 $11,274.00
9 3441.1502 Furnish/Install Ground Box Type B, w/Apron 34 41 10 EA 5 $750.00 $3,750.00
10 9999.0026 Type R2 LED Lighting Fixture (50W) 34 41 20 EA 44 $750.00 $33,000.00
11 9999.0027 Type R4 LED Lighting Fixture (50W) 34 41 20 EA 4 $950.00 $3,800.00
TOTAL UNIT V: STREET LIGHTING IMPROVEMENTS $336,331.00
UNIT V: STREET LIGHTING IMPROVEMENTS
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS - DEVELOPER AWARDED PROJECTS
Form Version May 22, 2019 00 42 43_Bid Proposal_Ventana Phase 8B.xlsx
00 42 43
DAP - BID PROPOSAL
Page 6 of 6
SECTION 00 42 43
Developer Awarded Projects - PROPOSAL FORM
UNIT PRICE BID Bidder's Application
Unit Price Bid Value
Project Item Information Bidder's Proposal
Ventana Phase 8B
Specification Section No.Unit of
MeasureBidlist Item No. Description
Bid
Quantity
This Bid is submitted by the entity named below:
BIDDER:BY:
CONATSER CONSTRUCTION TX, L.P.
5327 WICHITA ST.
FORT WORTH, TX 76119 TITLE:
DATE:
END OF SECTION
UNIT I: WATER IMPROVEMENTS
Bid Summary
$1,318,980.00
UNIT II: SANITARY SEWER IMPROVEMENTS
UNIT III: DRAINAGE IMPROVEMENTS
Total Construction Bid $7,123,941.50
$1,378,567.00
$1,571,229.00
UNIT IV: PAVING IMPROVEMENTS $2,518,834.50
UNIT V: STREET LIGHTING IMPROVEMENTS $336,331.00
CONTRACT commences to run as provided in the General Conditions.
Contractor agrees to complete WORK for FINAL ACCEPTANCE within working days after the date when the
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS - DEVELOPER AWARDED PROJECTS
Form Version May 22, 2019 00 42 43_Bid Proposal_Ventana Phase 8B.xlsx
08/01/2025
08/01/2025
004526-1
CONTRACTOR COMPLIANCE WITH WORKER'3 COMPENSATION LAW
Page 1 of 1
2
3
4
5
6
7
8
9
10
ll
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 OQ 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. 102239. 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. LP
Company
5327 Wichita St
Address
Fort Worth. TX 76119
City/State/Zip
THE STATE OF TEXAS
COUNTY OF TARRANT
By:
Signature
Title:
§
§
�t°�1'l�C� `Ni ��a� i t'� S�
(Ple s�e`f'rint)
e
�
Pr�s �� ci �n t
(Please Print)
BEFORE ME, the undersigned authority, on this day personally appeared
�x,� j�jZaQ�Dr'� . known to me to be the person whose name is
subscribed to the foregoing mstrument, and acknowledged to me that he/she executed the same as
the act and deed of � I X.. , �� i� • for the purposes and
consideration therein expressed and in the capacity therein stated.
GIVEN UNDER MY HAND AND SEAL OF OFFICE tivs 1 day of
r�t,IC�i �S�' , 20�
��'�-�- ���
�,�•P KATHERINE ROSE Not Public in and for the State of Texas
s° � NDTARYPUBLIC,STATEOFiD(AS = �
y�T loa 733467933
��aF'� COMM. EXP, 11-30-2025 �
END OF SECTION
CITY OF FORT WORTH
STANDARD CONSTRUCTIOI3 SPECIFICATION DOCUMENTS
Revised April 2, 2014
Vcntana Phase SA
CPN70�98�
08/01/2025
00 52 43 - 2
Developer Awarded Project Agreement
Page 2 of 4
CITY OF FORT WORTH Ventana Phase 8B
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CPN 105702
Revised June 16, 2016
Article 4. CONTRACT PRICE 37
Developer agrees to pay Contractor for performance of the Work in accordance with the Contract 38
Documents an amount in current funds of Seven Million, One Hundred Twenty-Three Thousand, 39
Nine Hundred Forty-Three Dollars and Sixty-One Cents ($7,123,943.61). 40
Article 5. CONTRACT DOCUMENTS 41
5.1 CONTENTS: 42
A. The Contract Documents which comprise the entire agreement between Developer and 43
Contractor concerning the Work consist of the following: 44
1. This Agreement. 45
2. Attachments to this Agreement: 46
a. Bid Form (As provided by Developer) 47
1) Proposal Form (DAP Version) 48
2) Prequalification Statement 49
3) State and Federal documents (project specific) 50
b. Insurance ACORD Form(s) 51
c. Payment Bond (DAP Version) 52
d. Performance Bond (DAP Version) 53
e. Maintenance Bond (DAP Version) 54
f. Power of Attorney for the Bonds 55
g. Worker’s Compensation Affidavit 56
h. MBE and/or SBE Commitment Form (If required) 57
3. Standard City General Conditions of the Construction Contract for Developer 58
Awarded Projects. 59
4. Supplementary Conditions. 60
5. Specifications specifically made a part of the Contract Documents by attachment 61
or, if not attached, as incorporated by reference and described in the Table of 62
Contents of the Project’s Contract Documents. 63
6. Drawings. 64
7. Addenda. 65
8. Documentation submitted by Contractor prior to Notice of Award. 66
9. The following which may be delivered or issued after the Effective Date of the 67
Agreement and, if issued, become an incorporated part of the Contract Documents: 68
a. Notice to Proceed. 69
b. Field Orders. 70
c. Change Orders. 71
d. Letter of Final Acceptance. 72
73
74
Nine Hundred Forty-One Dollars and fifty cents ($7,123,941.50)
00 52 43 - 3
Developer Awarded Project Agreement
Page 3 of 4
CITY OF FORT WORTH Ventana Phase 8B
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CPN 105702
Revised June 16, 2016
Article 6. INDEMNIFICATION 75
6.1 Contractor covenants and agrees to indemnify, hold harmless and defend, at its own 76
expense, the city, its officers, servants and employees, from and against any and all 77
claims arising out of, or alleged to arise out of, the work and services to be performed 78
by the contractor, its officers, agents, employees, subcontractors, licenses or invitees 79
under this contract. This indemnification provision is specifically intended to operate 80
and be effective even if it is alleged or proven that all or some of the damages being 81
sought were caused, in whole or in part, by any act, omission or negligence of the city. 82
This indemnity provision is intended to include, without limitation, indemnity for 83
costs, expenses and legal fees incurred by the city in defending against such claims and 84
causes of actions. 85
86
6.2 Contractor covenants and agrees to indemnify and hold harmless, at its own expense, 87
the city, its officers, servants and employees, from and against any and all loss, damage 88
or destruction of property of the city, arising out of, or alleged to arise out of, the work 89
and services to be performed by the contractor, its officers, agents, employees, 90
subcontractors, licensees or invitees under this contract. This indemnification 91
provision is specifically intended to operate and be effective even if it is alleged or 92
proven that all or some of the damages being sought were caused, in whole or in part, 93
by any act, omission or negligence of the city. 94
95
Article 7. MISCELLANEOUS 96
7.1 Terms. 97
Terms used in this Agreement are defined in Article 1 of the Standard City Conditions of 98
the Construction Contract for Developer Awarded Projects. 99
7.2 Assignment of Contract. 100
This Agreement, including all of the Contract Documents may not be assigned by the 101
Contractor without the advanced express written consent of the Developer. 102
7.3 Successors and Assigns. 103
Developer and Contractor each binds itself, its partners, successors, assigns and legal 104
representatives to the other party hereto, in respect to all covenants, agreements and 105
obligations contained in the Contract Documents. 106
7.4 Severability. 107
Any provision or part of the Contract Documents held to be unconstitutional, void or 108
unenforceable by a court of competent jurisdiction shall be deemed stricken, and all 109
remaining provisions shall continue to be valid and binding upon DEVELOPER and 110
CONTRACTOR. 111
7.5 Governing Law and Venue. 112
This Agreement, including all of the Contract Documents is performable in the State of 113
Texas. Venue shall be Tarrant County, Texas, or the United States District Court for the 114
Northern District of Texas, Fort Worth Division. 115
08/01/2025 08/01/2025
�"
CFA25-0055;
1st August 25
Hundred Forty-One Dollars and fifty cents ($7,123,941.50),
[Insert Project Name]
Insert Project Number] Ventana Phase 6A-2
CPN 103437
[Insert Project Name]
nsert Project Number] Ventana Phase 6A-2
CPN 103437
Ventana Phase 8B
CPN 105702
1st August
25
[Insert Project Name]
Insert Project Number] Ventana Phase 6A-2
CPN 103437
[Insert Project Name]
nsert Project Number] Ventana Phase 6A-2
CPN 103437
Ventana Phase 8B
CPN 105702
00 62 14 - 1
PAYMENT BOND
Page 1 of 2
CITY OF FORT WORTH Ventana Phase 8B
STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS CPN 105702
Revised January 31, 2012
`SECTION 00 61 14 1
PAYMENT BOND 2
3
THE STATE OF TEXAS § 4
§ KNOW ALL BY THESE PRESENTS: 5
COUNTY OF TARRANT § 6
That we, Conatser Construction TX, LP, known as “Principal” herein, and 7
_________________________________, a corporate surety ( or sureties if more than one), duly 8
authorized to do business in the State of Texas, known as “Surety” herein (whether one or more), 9
are held and firmly bound unto the Developer, PMB Ventana Developer South, LLC, authorized to 10
do business in Texas “(Developer”), and the City of Fort Worth, a Texas municipal corporation 11
(“City”), in the penal sum of Seven Million, One Hundred Twenty-Three Thousand, Nine Hundred 12
Forty-Three Dollars and Sixty-One Cents, ($7,123,943.61), lawful money of the United States, to 13
be paid in Fort Worth, Tarrant County, Texas, for the payment of which sum well and truly be 14
made jointly unto the Developer and the City as dual obligees, we bind ourselves, our heirs, 15
executors, administrators, successors and assigns, jointly and severally, firmly by these presents: 16
WHEREAS, Developer and City have entered into an Agreement for the construction of 17
community facilities in the City of Fort Worth, by and through a Community Facilities Agreement, 18
CFA Number CFA25-0055; and 19
WHEREAS, Principal has entered into a certain written Contract with Developer, awarded 20
the ________day of ______________________, 20_____, which Contract is hereby referred to 21
and made a part hereof for all purposes as if fully set forth herein, to furnish all materials, 22
equipment, labor and other accessories as defined by law, in the prosecution of the Work as 23
provided for in said Contract and designated as Ventana Phase 8B. 24
NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION is such that if 25
Principal shall pay all monies owing to any (and all) payment bond beneficiary (as defined in 26
Chapter 2253 of the Texas Government Code, as amended) in the prosecution of the Work under 27
the Contract, then this obligation shall be and become null and void; otherwise to remain in full 28
force and effect. 29
This bond is made and executed in compliance with the provisions of Chapter 2253 of the 30
Texas Government Code, as amended, and all liabilities on this bond shall be determined in 31
accordance with the provisions of said statute. 32
Berkley Insurance Company
1st August 25
Forty-One Dollars and fifty cents ($7,123,941.50),
1st
August 25
[Insert Project Name]
Insert Project Number] Ventana Phase 6A-2
CPN 103437
[Insert Project Name]
nsert Project Number] Ventana Phase 6A-2
CPN 103437
Ventana Phase 8B
CPN 105702
1st August 25
CFA25-0055;
[Insert Project Name]
Insert Project Number] Ventana Phase 6A-2
CPN 103437
[Insert Project Name]
nsert Project Number] Ventana Phase 6A-2
CPN 103437
Ventana Phase 8B
CPN 105702
Forty-One Dollars and fifty cents ($7,123,941.50),
00 62 19 - 2
MAINTENANCE BOND
Page 2 of 3
CITY OF FORT WORTH Ventana Phase 8B
STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS CPN 105702
Revised January 31, 2012
WHEREAS, Principal binds itself to repair or reconstruct the Work in whole or in part 1
upon receiving notice from the Developer and/or City of the need thereof at any time within the 2
Maintenance Period. 3
4
NOW THEREFORE, the condition of this obligation is such that if Principal shall 5
remedy any defective Work, for which timely notice was provided by Developer or City, to a 6
completion satisfactory to the City, then this obligation shall become null and void; otherwise to 7
remain in full force and effect. 8
9
PROVIDED, HOWEVER, if Principal shall fail so to repair or reconstruct any timely 10
noticed defective Work, it is agreed that the Developer or City may cause any and all such 11
defective Work to be repaired and/or reconstructed with all associated costs thereof being borne 12
by the Principal and the Surety under this Maintenance Bond; and 13
14
PROVIDED FURTHER, that if any legal action be filed on this Bond, venue shall lie in 15
Tarrant County, Texas or the United States District Court for the Northern District of Texas, Fort 16
Worth Division; and 17
18
PROVIDED FURTHER, that this obligation shall be continuous in nature and 19
successive recoveries may be had hereon for successive breaches. 20
21
22
23
1st August
25
�
r
� �
.� . �
� �
a� a
u �
� •—
� a�
� a
U +�
v: v%
� —
�:
� —
_ �
�
-o �
_ �
'o �
> �
�
•— o
>, `-'
� �
c c
o �
.� :..
�; u
� �
c ''
j C
3 '�
¢. .'
:� �
� r
�, u
F- �«.
.�
� �
� �
c
� r
o r�
2.
� �
� �
� �
U �
�
-� �
�, . _
�
c
`' o
o �
� �n
o =�
U
� �
� �
r �
� F'
0
❑ �
o �,
� �
U O
��
�
O �j
n. �
a� •—
�. �
� o
a�
N 0
p �
� °'
�
r
C r
:, ;
d `�
I o
J �
� �
.� . _
�
� �
� U
N
! �
POWER OF ATTORNEY
BERKL,EY INSURANCE COMYANY
WILMINGTON, DELAWARE
No. BI-72801
KNOW ALL MEN BY T'FiESE PRESENTS, that BBRKLEY 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; Dvn E. Cornell; Sophrnie R'unter;
Robbi Morales; Kelly A. Westbroolc; Tina McEwan; Joshua Saunders; Tonie Petranek; or Mikaela Peppers of Aon Risk
Services Southwes� Inc. of Dallas, TX its true and lau�ful Attorney-in-Fact, to sign its name as surety only as delineated below
and to execute, seal, aclmowledge and deliver any and all bonds and undertakings, with the exception of Financial Guaranty
Insurance, providing that no single obligation shall exceed �'ifty Million and 00/100 U.S. Dollars (IT.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 o�ce in their own proper persons.
T`his Power of Attorney shall be cons�ued and enforced in accordance with, and governed by, the laws of the State of Delaware,
without giviug effect to the principles of conflicts of laws thereof. This Power of Attomey 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 7anuary 25, 2010:
RESOiVED, that, with respect to the Surety business written by Berkley Surety, the Chairman of the Board, Cluef
Executive Officer, President or any Vice President of fhe Company, in conjunction with the 5ecretary or any Assistant
Secretary are hereby authorized to execute powers of attomey authorizing and qualifying d�e attomey-in-fact named therein
to execute bonds, undertakings, recognizances, or other suretyship obligations on behalf of the Company, and to affix the
corporate seal of the Company to powers of attomey executed puzsuant hereto; and said officers may remove any such
attorney-in-fact aud revoke any power of attomey previously granted; and further
RESOLVED, that such power of attomey limits tl�e acts of those named tl�erein to the bonds, undertalangs, recognizances,
or other suretyship obligations specifically named therein, and they have no authority to bind the Company except in the
manner and to the extent therein stated; and further
RESOLVED, that such power of attorney revokes all previous powers issued on behalf of the attorney-in-fac± named; and
further
RESOLVED, that the signature of any authorized officer and the seal of the Company may be affixed by facsimile to any
power of attomey or certification thereof authorizing tl�e execution and delivery of any bond, undei-taking, recognizance, or
oflier suretyship obligation of the Company; and such signature and seal wheu so used sha11 have the same force and effect as
though manually affixed. Tl�e Company may continue to use for the purposes herein stated the facsimile signature of any
person or persons wbo shall have been such officer or officers of the Company, notwithstanding the fact fl�at they may have
ceased to be such at the time when such instruments shall be issued.
IN WITNESS WI�REOF, the Company has caused these presents to be signed and attested by its appropriate ofFicers and its
corporate seal hereunto affixed this 2"d day of Mav . 2024 .
Attes�
(Seal) By `._��-. �' a�n k�
Philip Si3�i�elt `�
Esecuiive Vice President & Secretary
Berkley Insurance Company
sy �
Je M���iaf��r
Senior Vice President
ST �'IE OF CornvEcrrcL-r �
� S5:
C:aU�Ti' OF FanrFr�r.n �
Swarn to before me. a Notazy Public in the Siate of Connecticut this 2°d day of ivray zaz4 , by Philip S. Welt and
Jef&ey M_ Hafter vaho am swom to me to be tlie Exetutive. Vice President and Secretary, and the Seniar Vice President,
respectit�ely, of BExkle_y Insuiance. Conipauy.
/% r•` /�
MARIA G. Rt11VD6Al�NN �/` •�� r��/ �. �,rj� r Ii ti--�
�� ��� NotarS Public, State of Connecticut
�ONNBCTtCIlT
� � �'�1� �"�-�-� CERTIFICATE
I, the undersigned, Assistant Secretary of BERKI.EY INSURAI�kC.E COMPANY_ DO HEREBY CERT]F'Y that the faregaing is a
true, conect. and complete copy of the original Power of Attorney; �that said Power of Attorne.y �as nat been rer•oked orrescinded
and tl�at tl.ie au#liority of tlie AtEomey-in-Fact set forfii tltereia �ho exeeuted the bond or undertakin� to which tliis Powes of
Aitorney is attached, is in fiil.t force and effect as of this date.
Given under my hand and seal of the Company, this day of , .
(Sea1) . ���;�:�.�-=���'r-
V�ncent P_ Forte
IMPORTANT NQTlGE
To obtain information or make a complaint:
lfou may call Berkley Surety Group, LLC and its affiiiates by
tetephone for information or to make a complaini:
BERKtEY SURETY GROUP, LLC
Please send a!1 notices of cfaim on this bond to:
Berkiey Surety Group, LLC
�8fi6} 768-3534
412 Mount Kemble Avenue, Suite 310N
Morristown, NJ �7960
Attn: Surety Claims Department
You may contact #he Texas Department of lnsurance to obtain
information on companies, coverages, rights or complaints ai:
't-800-252-3439
You may write the Texas Departmeni of lnsurance:
P. O. Box 149104
Austin, TX 7871�-9104
�ax: (512) 475-'1779
1Neb: http:Jlwww.tdi.state.tx.us
E-mail: ConsumerProtection(a�#di.state.tx.us
PREMIUM OR CLAIM DISPUTES:
Should you have a dispute concerning your premium or about a claim
you shoutd contact your agent or Berk�ey Sucety Group, LLC first. lf
the dispu#e is not resolved, you may c�antact the Texas Departmen� of
Insurance.
ATTACH THIS NOT1�E T�3 YOUR BOND:
This notice is for information onfy and does not become a part or
condition af the aitached document and is gi�en to comply with Texas
tegaE and regutatory requiremen#s.
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
CITY OF FORT WORTH
STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
STANDARD CITY CONDITIONS OF THE
CONSTRUCTION CONTRACT
FOR DEVELOPER AWARDED PROJECTS
TABLE OF CONTENTS
Page
Article 1 – Definitions and Terminology .......................................................................................................... 1
1.01 Defined Terms ............................................................................................................................... 1
1.02 Terminology .................................................................................................................................. 5
Article 2 – Preliminary Matters ......................................................................................................................... 6
2.01 Before Starting Construction ........................................................................................................ 6
2.02 Preconstruction Conference .......................................................................................................... 6
2.03 Public Meeting .............................................................................................................................. 6
Article 3 – Contract Documents and Amending ............................................................................................... 6
3.01 Reference Standards ..................................................................................................................... 6
3.02 Amending and Supplementing Contract Documents .................................................................. 6
Article 4 – Bonds and Insurance ....................................................................................................................... 7
4.01 Licensed Sureties and Insurers ..................................................................................................... 7
4.02 Performance, Payment, and Maintenance Bonds ........................................................................ 7
4.03 Certificates of Insurance ............................................................................................................... 7
4.04 Contractor’s Insurance .................................................................................................................. 9
4.05 Acceptance of Bonds and Insurance; Option to Replace ........................................................... 12
Article 5 – Contractor’s Responsibilities ........................................................................................................ 12
5.01 Supervision and Superintendent ................................................................................................. 12
5.02 Labor; Working Hours ................................................................................................................ 13
5.03 Services, Materials, and Equipment ........................................................................................... 13
5.04 Project Schedule .......................................................................................................................... 14
5.05 Substitutes and “Or-Equals” ....................................................................................................... 14
5.06 Pre-Qualification of Bidders (Prime Contractors and Subcontractors) ..................................... 16
5.07 Concerning Subcontractors, Suppliers, and Others ................................................................... 16
5.08 Wage Rates.................................................................................................................................. 18
5.09 Patent Fees and Royalties ........................................................................................................... 19
5.10 Laws and Regulations ................................................................................................................. 19
5.11 Use of Site and Other Areas ....................................................................................................... 19
5.12 Record Documents ...................................................................................................................... 20
5.13 Safety and Protection .................................................................................................................. 21
5.14 Safety Representative ................................................................................................................. 21
5.15 Hazard Communication Programs ............................................................................................. 22
5.16 Submittals .................................................................................................................................... 22
5.17 Contractor’s General Warranty and Guarantee .......................................................................... 23
CITY OF FORT WORTH
STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
5.18 Indemnification ........................................................................................................................... 24
5.19 Delegation of Professional Design Services .............................................................................. 24
5.20 Right to Audit: ............................................................................................................................ 25
5.21 Nondiscrimination....................................................................................................................... 25
Article 6 – Other Work at the Site ................................................................................................................... 26
6.01 Related Work at Site ................................................................................................................... 26
Article 7 – City’s Responsibilities................................................................................................................... 26
7.01 Inspections, Tests, and Approvals .............................................................................................. 26
7.02 Limitations on City’s Responsibilities ....................................................................................... 26
7.03 Compliance with Safety Program ............................................................................................... 27
Article 8 – City’s Observation Status During Construction ........................................................................... 27
8.01 City’s Project Representative ..................................................................................................... 27
8.02 Authorized Variations in Work .................................................................................................. 27
8.03 Rejecting Defective Work .......................................................................................................... 27
8.04 Determinations for Work Performed .......................................................................................... 28
Article 9 – Changes in the Work ..................................................................................................................... 28
9.01 Authorized Changes in the Work ............................................................................................... 28
9.02 Notification to Surety .................................................................................................................. 28
Article 10 – Change of Contract Price; Change of Contract Time ................................................................ 28
10.01 Change of Contract Price ............................................................................................................ 28
10.02 Change of Contract Time............................................................................................................ 28
10.03 Delays .......................................................................................................................................... 28
Article 11 – Tests and Inspections; Correction, Removal or Acceptance of Defective Work ...................... 29
11.01 Notice of Defects ........................................................................................................................ 29
11.02 Access to Work ........................................................................................................................... 29
11.03 Tests and Inspections .................................................................................................................. 29
11.04 Uncovering Work ....................................................................................................................... 30
11.05 City May Stop the Work ............................................................................................................. 30
11.06 Correction or Removal of Defective Work ................................................................................ 30
11.07 Correction Period ........................................................................................................................ 30
11.08 City May Correct Defective Work ............................................................................................. 31
Article 12 – Completion .................................................................................................................................. 32
12.01 Contractor’s Warranty of Title ................................................................................................... 32
12.02 Partial Utilization ........................................................................................................................ 32
12.03 Final Inspection ........................................................................................................................... 32
12.04 Final Acceptance ......................................................................................................................... 33
Article 13 – Suspension of Work .................................................................................................................... 33
13.01 City May Suspend Work ............................................................................................................ 33
Article 14 – Miscellaneous .............................................................................................................................. 34
14.01 Giving Notice .............................................................................................................................. 34
CITY OF FORT WORTH
STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
14.02 Computation of Times ................................................................................................................ 34
14.03 Cumulative Remedies ................................................................................................................. 34
14.04 Survival of Obligations ............................................................................................................... 35
14.05 Headings ...................................................................................................................................... 35
00 73 10- 1
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 1 of 35
CITY OF FORT WORTH
STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
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
00 73 10- 2
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 2 of 35
CITY OF FORT WORTH
STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
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
l. Supplementary Conditions
m. The Standard City Conditions
n. Specifications specifically made part of the Contract Documents by attachment, if
not attached, as incorporated by reference and described in the Table of Contents of
the Project’s Contract Documents
o. Drawings
p. Documentation submitted by contractor prior to Notice of Award.
q. The following which may be delivered or issued after the effective date if the
Agreement and, if issued become an incorporated part of the Contract Documents
i. Notice to Proceed
ii. Field Orders
iii. Change Orders
iv. Letters of Final Acceptance
r. Approved Submittals, other Contractor submittals, and the reports and drawings of
subsurface and physical conditions are not Contract Documents.
10. Contractor—The individual or entity with whom Developer has entered into the Agreement.
11. Day or day – A day, unless otherwise defined, shall mean a Calendar Day.
12. Developer – An individual or entity that desires to make certain improvements within the
City of Fort Worth
13. Drawings—That part of the Contract Documents prepared or approved by Engineer which
graphically shows the scope, extent, and character of the Work to be performed by
Contractor. Submittals are not Drawings as so defined.
14. Engineer—The licensed professional engineer or engineering firm registered in the State of
Texas performing professional services for the Developer.
15. Final Acceptance – The written notice given by the City to the Developer and/or Contractor
that the Work specified in the Contract Documents has been completed to the satisfaction of
the City.
00 73 10- 3
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 3 of 35
CITY OF FORT WORTH
STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
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.
00 73 10- 4
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 4 of 35
CITY OF FORT WORTH
STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
30. Schedule of Submittals—A schedule, prepared and maintained by Contractor, of required
submittals and the time requirements to support scheduled performance of related
construction activities.
31. Site—Lands or areas indicated in the Contract Documents as being furnished by City or
Developer upon which the Work is to be performed, including rights-of-way, permits, and
easements for access thereto, and such other lands furnished by City or Developer which are
designated for the use of Contractor.
32. Specifications—That part of the Contract Documents consisting of written requirements for
materials, equipment, systems, standards and workmanship as applied to the Work, and
certain administrative requirements and procedural matters applicable thereto.
Specifications may be specifically made a part of the Contract Documents by attachment or,
if not attached, may be incorporated by reference as indicated in the Table of Contents
(Division 00 00 00) of each Project.
33. Standard City Conditions – That part of the Contract Documents setting forth requirements
of the City.
34. Subcontractor—An individual or entity having a direct contract with Contractor or with any
other Subcontractor for the performance of a part of the Work at the Site.
35. Submittals—All drawings, diagrams, illustrations, schedules, and other data or information
which are specifically prepared or assembled by or for Contractor and submitted by
Contractor to illustrate some portion of the Work.
36. Superintendent – The representative of the Contractor who is available at all times and able
to receive instructions from the City and/or Developer and to act for the Contractor.
37. Supplementary Conditions—That part of the Contract Documents which amends or
supplements the General Conditions.
38. Supplier—A manufacturer, fabricator, supplier, distributor, materialman, or vendor having
a direct contract with Contractor or with any Subcontractor to furnish materials or
equipment to be incorporated in the Work by Contractor or Subcontractor.
39. Underground Facilities—All underground pipelines, conduits, ducts, cables, wires,
manholes, vaults, tanks, tunnels, or other such facilities or attachments, and any
encasements containing such facilities, including but not limited to, those that convey
electricity, gases, steam, liquid petroleum products, telephone or other communications,
cable television, water, wastewater, storm water, other liquids or chemicals, or traffic or
other control systems.
40. Weekend Working Hours – Hours beginning at 9:00 a.m. and ending at 5:00 p.m., Saturday,
Sunday or legal holiday, as approved in advance by the City.
00 73 10- 5
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 5 of 35
CITY OF FORT WORTH
STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
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.B through D are not defined but, when used in
the Bidding Requirements or Contract Documents, have the indicated meaning.
B. Defective:
1. The word “defective,” when modifying the word “Work,” refers to Work that is
unsatisfactory, faulty, or deficient in that it:
a. does not conform to the Contract Documents; or
b. does not meet the requirements of any applicable inspection, reference standard, test, or
approval referred to in the Contract Documents; or
c. has been damaged prior to City’s written acceptance.
C. Furnish, Install, Perform, Provide:
1. The word “Furnish” or the word “Install” or the word “Perform” or the word “Provide” or
the word “Supply,” or any combination or similar directive or usage thereof, shall mean
furnishing and incorporating in the Work including all necessary labor, materials, equipment,
and everything necessary to perform the Work indicated, unless specifically limited in the
context used.
D. Unless stated otherwise in the Contract Documents, words or phrases that have a well-known
technical or construction industry or trade meaning are used in the Contract Documents in
accordance with such recognized meaning.
00 73 10- 6
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 6 of 35
CITY OF FORT WORTH
STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
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;
00 73 10- 7
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 7 of 35
CITY OF FORT WORTH
STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
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.
00 73 10- 8
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 8 of 35
CITY OF FORT WORTH
STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
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
00 73 10- 9
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 9 of 35
CITY OF FORT WORTH
STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
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 party or the underwriter on any such policies.
13. City shall not be responsible for the direct payment of insurance premium costs for
Contractor’s insurance.
4.04 Contractor’s Insurance
A. Workers Compensation and Employers’ Liability. Contractor shall purchase and maintain such
insurance coverage with limits consistent with statutory benefits outlined in the Texas Workers’
Compensation Act (Texas Labor Code, Ch. 406, as amended), and minimum limits for
Employers’ Liability as is appropriate for the Work being performed and as will provide
protection from claims set forth below which may arise out of or result from Contractor’s
performance of the Work and Contractor’s other obligations under the Contract Documents,
whether it is to be performed by Contractor, any Subcontractor or Supplier, or by anyone directly
or indirectly employed by any of them to perform any of the Work, or by anyone for whose acts
any of them may be liable:
1. claims under workers’ compensation, disability benefits, and other similar employee benefit
acts;
2. claims for damages because of bodily injury, occupational sickness or disease, or death of
Contractor’s employees.
3. The limits of liability for the insurance shall provide the following coverages for not less
than the following amounts or greater where required by Laws and Regulations
a. Statutory limits
b. Employer's liability
00 73 10- 10
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 10 of 35
CITY OF FORT WORTH
STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
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.
00 73 10- 11
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 11 of 35
CITY OF FORT WORTH
STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
1) $1,000,000 each accident on a combined single limit basis. Split limits are
acceptable if limits are at least:
2) $250,000 Bodily Injury per person
3) $500,000 Bodily Injury per accident /
4) $100,000 Property Damage
D. Railroad Protective Liability. If any of the work or any warranty work is within the limits of
railroad right-of-way, the Contractor shall comply with the following requirements:
1. The Contractor’s construction activities will require its employees, agents, subcontractors,
equipment, and material deliveries to cross railroad properties and tracks owned and
operated by: ____________________________________________________________
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: _____________________________________
Enter limits provided by Railroad Company (If none, write none)
b. Each Occurrence: : _____________________________________
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-
None
None
None
00 73 10- 12
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 12 of 35
CITY OF FORT WORTH
STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
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
00 73 10- 13
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 13 of 35
CITY OF FORT WORTH
STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
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.
00 73 10- 14
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 14 of 35
CITY OF FORT WORTH
STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
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
00 73 10- 15
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 15 of 35
CITY OF FORT WORTH
STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
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 01 25 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
00 73 10- 16
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 16 of 35
CITY OF FORT WORTH
STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
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.B. 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:
00 73 10- 17
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 17 of 35
CITY OF FORT WORTH
STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
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
x
00 73 10- 18
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 18 of 35
CITY OF FORT WORTH
STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
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 31st day after the date the City receives the information, as to whether
good cause exists to believe that the violation occurred. The City shall notify in writing the
Contractor or Subcontractor and any affected worker of its initial determination. Upon the
City’s determination that there is good cause to believe the Contractor or Subcontractor has
violated Chapter 2258, the City shall retain the full amounts claimed by the claimant or
claimants as the difference between wages paid and wages due under the prevailing wage rates,
such amounts being subtracted from successive progress payments pending a final determination
of the violation.
D. Arbitration Required if Violation Not Resolved. An issue relating to an alleged violation of
Section 2258.023, Texas Government Code, including a penalty owed to the City or an affected
worker, shall be submitted to binding arbitration in accordance with the Texas General
Arbitration Act (Article 224 et seq., Revised Statutes) if the Contractor or Subcontractor and any
affected worker does not resolve the issue by agreement before the 15th day after the date the
City makes its initial determination pursuant to Paragraph C above. If the persons required to
arbitrate under this section do not agree on an arbitrator before the 11th day after the date that
arbitration is required, a district court shall appoint an arbitrator on the petition of any of the
persons. The City is not a party in the arbitration. The decision and award of the arbitrator is
final and binding on all parties and may be enforced in any court of competent jurisdiction.
E. Records to be Maintained. The Contractor and each Subcontractor shall, for a period of three (3)
years following the date of acceptance of the work, maintain records that show (i) the name and
x
00 73 10- 19
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 19 of 35
CITY OF FORT WORTH
STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
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
00 73 10- 20
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 20 of 35
CITY OF FORT WORTH
STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
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
00 73 10- 21
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 21 of 35
CITY OF FORT WORTH
STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
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.
00 73 10- 22
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 22 of 35
CITY OF FORT WORTH
STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
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.
00 73 10- 23
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 23 of 35
CITY OF FORT WORTH
STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
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
00 73 10- 24
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 24 of 35
CITY OF FORT WORTH
STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
7. any correction of defective Work by City.
D. The Contractor shall remedy any defects or damages in the Work and pay for any damage to
other work or property resulting therefrom which shall appear within a period of two (2) years
from the date of Final Acceptance of the Work unless a longer period is specified and shall
furnish a good and sufficient maintenance bond, complying with the requirements of Article
4.02.B. The City will give notice of observed defects with reasonable promptness.
5.18 Indemnification
A. Contractor covenants and agrees to indemnify, hold harmless and defend, at its own expense, the
City, its officers, servants and employees, from and against any and all claims arising out of, or
alleged to arise out of, the work and services to be performed by the Contractor, its officers,
agents, employees, subcontractors, licenses or invitees under this Contract. THIS
INDEMNIFICATION PROVISION IS SPECIFICALLY INTENDED TO OPERATE
AND BE EFFECTIVE EVEN IF IT IS ALLEGED OR PROVEN THAT ALL OR SOME
OF THE DAMAGES BEING SOUGHT WERE CAUSED, IN WHOLE OR IN PART, BY
ANY ACT, OMISSION OR NEGLIGENCE OF THE CITY. This indemnity provision is
intended to include, without limitation, indemnity for costs, expenses and legal fees incurred by
the City in defending against such claims and causes of actions.
B. Contractor covenants and agrees to indemnify and hold harmless, at its own expense, the City, its
officers, servants and employees, from and against any and all loss, damage or destruction of
property of the City, arising out of, or alleged to arise out of, the work and services to be
performed by the Contractor, its officers, agents, employees, subcontractors, licensees or invitees
under this Contract. THIS INDEMNIFICATION PROVISION IS SPECIFICALLY
INTENDED TO OPERATE AND BE EFFECTIVE EVEN IF IT IS ALLEGED OR
PROVEN THAT ALL OR SOME OF THE DAMAGES BEING SOUGHT WERE
CAUSED, IN WHOLE OR IN PART, BY ANY ACT, OMISSION OR NEGLIGENCE OF
THE CITY.
5.19 Delegation of Professional Design Services
A. Contractor will not be required to provide professional design services unless such services are
specifically required by the Contract Documents for a portion of the Work or unless such
services are required to carry out Contractor’s responsibilities for construction means, methods,
techniques, sequences and procedures.
B. If professional design services or certifications by a design professional related to systems,
materials or equipment are specifically required of Contractor by the Contract Documents, City
will specify all performance and design criteria that such services must satisfy. Contractor shall
cause such services or certifications to be provided by a properly licensed professional, whose
signature and seal shall appear on all drawings, calculations, specifications, certifications, and
Submittals prepared by such professional. Submittals related to the Work designed or certified
by such professional, if prepared by others, shall bear such professional’s written approval when
submitted to City.
00 73 10- 25
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 25 of 35
CITY OF FORT WORTH
STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
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.
00 73 10- 26
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 26 of 35
CITY OF FORT WORTH
STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
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.
00 73 10- 27
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 27 of 35
CITY OF FORT WORTH
STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
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.
00 73 10- 28
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 28 of 35
CITY OF FORT WORTH
STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
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.
00 73 10- 29
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 29 of 35
CITY OF FORT WORTH
STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
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.
00 73 10- 30
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 30 of 35
CITY OF FORT WORTH
STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
3. Any amounts owed for any retest under this Section 11.03 D shall be paid directly to the
Testing Lab by Contractor. City will forward all invoices for retests to
Developer/Contractor.
4. If Contractor fails to pay the Testing Lab, City will not issue a letter of Final Acceptance
until the Testing Lab is Paid
E. If any Work (or the work of others) that is to be inspected, tested, or approved is covered by
Contractor without written concurrence of City, Contractor shall, if requested by City, uncover
such Work for observation.
11.04 Uncovering Work
A. If any Work is covered contrary to the Contract Documents or specific instructions by the City, it
must, if requested by City, be uncovered for City’s observation and replaced at Contractor’s
expense.
11.05 City May Stop the Work
If the Work is defective, or Contractor fails to supply sufficient skilled workers or suitable materials
or equipment, or fails to perform the Work in such a way that the completed Work will conform to
the Contract Documents, City may order Contractor to stop the Work, or any portion thereof, until
the cause for such order has been eliminated; however, this right of City to stop the Work shall not
give rise to any duty on the part of City to exercise this right for the benefit of Contractor, any
Subcontractor, any Supplier, any other individual or entity, or any surety for, or employee or agent
of any of them.
11.06 Correction or Removal of Defective Work
A. Promptly after receipt of written notice, Contractor shall correct all defective Work pursuant to
an acceptable schedule, whether or not fabricated, installed, or completed, or, if the Work has
been rejected by City, remove it from the Project and replace it with Work that is not defective.
Contractor shall pay all claims, costs, additional testing, losses, and damages (including but not
limited to all fees and charges of engineers, architects, attorneys, and other professionals and all
court or arbitration or other dispute resolution costs) arising out of or relating to such correction
or removal (including but not limited to all costs of repair or replacement of work of others).
Failure to require the removal of any defective Work shall not constitute acceptance of such
Work.
B. When correcting defective Work under the terms of this Paragraph 11.06 or Paragraph 11.07,
Contractor shall take no action that would void or otherwise impair City’s special warranty and
guarantee, if any, on said Work.
11.07 Correction Period
A. If within two (2) years after the date of Final Acceptance (or such longer period of time as may
be prescribed by the terms of any applicable special guarantee required by the Contract
00 73 10- 31
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 31 of 35
CITY OF FORT WORTH
STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
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
00 73 10- 32
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 32 of 35
CITY OF FORT WORTH
STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
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:
00 73 10- 33
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 33 of 35
CITY OF FORT WORTH
STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
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
00 73 10- 34
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 34 of 35
CITY OF FORT WORTH
STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
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 if:
1. delivered in person to the individual or to a member of the firm or to an officer of the
corporation for whom it is intended; or
2. delivered at or sent by registered or certified mail, postage prepaid, to the last business
address known to the giver of the notice.
B. Business address changes must be promptly made in writing to the other 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.
00 73 10- 35
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 35 of 35
CITY OF FORT WORTH
STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
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.
01 11 00 - 1
DAP SUMMARY OF WORK
Page 1 of 3
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – Developer Awarded Projects [Insert Project Number]
Revised December 20, 2012
SECTION 01 11 00
SUMMARY OF WORK
PART 1 - GENERAL
1.1 SUMMARY
A. Section Includes:
1. Summary of Work to be performed in accordance with the Contract Documents
B. Deviations from this City of Fort Worth Standard Specification
1. None.
C. Related Specification Sections include, but are not necessarily limited to:
1. Division 0 - Bidding Requirements, Contract Forms, and Conditions of the Contract
2. Division 1 - General Requirements
1.2 PRICE AND PAYMENT PROCEDURES
A. Measurement and Payment
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. Work Covered by Contract Documents
1. Work is to include furnishing all labor, materials, and equipment, and performing
all Work necessary for this construction project as detailed in the Drawings and
Specifications.
B. Subsidiary Work
1. Any and all Work specifically governed by documentary requirements for the
project, such as conditions imposed by the Drawings or Contract Documents in
which no specific item for bid has been provided for in the Proposal and the item is
not a typical unit bid item included on the standard bid item list, then the item shall
be considered as a subsidiary item of Work, the cost of which shall be included in
the price bid in the Proposal for various bid items.
C. Use of Premises
1. Coordinate uses of premises under direction of the City.
2. Assume full responsibility for protection and safekeeping of materials and
equipment stored on the Site.
3. Use and occupy only portions of the public streets and alleys, or other public places
or other rights-of-way as provided for in the ordinances of the City, as shown in the
Contract Documents, or as may be specifically authorized in writing by the City.
a. A reasonable amount of tools, materials, and equipment for construction
purposes may be stored in such space, but no more than is necessary to avoid
delay in the construction operations.
Ventana Phase 3B
CPN 102633
Ventana Phase 5A
CPN 102574
Ventana Phase 6A-2
CPN 103437
Ventana Phase 8B
CPN 105702
01 11 00 - 2
DAP SUMMARY OF WORK
Page 2 of 3
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – Developer Awarded Projects [Insert Project Number]
Revised December 20, 2012
b. Excavated and waste materials shall be stored in such a way as not to interfere
with the use of spaces that may be designated to be left free and unobstructed
and so as not to inconvenience occupants of adjacent property.
c. If the street is occupied by railroad tracks, the Work shall be carried on in such
manner as not to interfere with the operation of the railroad.
1) All Work shall be in accordance with railroad requirements set forth in
Division 0 as well as the railroad permit.
D. Work within Easements
1. Do not enter upon private property for any purpose without having previously
obtained permission from the owner of such property.
2. Do not store equipment or material on private property unless and until the
specified approval of the property owner has been secured in writing by the
Contractor and a copy furnished to the City.
3. Unless specifically provided otherwise, clear all rights-of-way or easements of
obstructions which must be removed to make possible proper prosecution of the
Work as a part of the project construction operations.
4. Preserve and use every precaution to prevent damage to, all trees, shrubbery, plants,
lawns, fences, culverts, curbing, and all other types of structures or improvements,
to all water, sewer, and gas lines, to all conduits, overhead pole lines, or
appurtenances thereof, including the construction of temporary fences and to all
other public or private property adjacent to the Work.
5. Notify the proper representatives of the owners or occupants of the public or private
lands of interest in lands which might be affected by the Work.
a. Such notice shall be made at least 48 hours in advance of the beginning of the
Work.
b. Notices shall be applicable to both public and private utility companies and any
corporation, company, individual, or other, either as owners or occupants,
whose land or interest in land might be affected by the Work.
c. Be responsible for all damage or injury to property of any character resulting
from any act, omission, neglect, or misconduct in the manner or method or
execution of the Work, or at any time due to defective work, material, or
equipment.
6. Fence
a. Restore all fences encountered and removed during construction of the Project
to the original or a better than original condition.
b. Erect temporary fencing in place of the fencing removed whenever the Work is
not in progress and when the site is vacated overnight, and/or at all times to
provide site security.
c. The cost for all fence work within easements, including removal, temporary
closures and replacement, shall be subsidiary to the various items bid in the
project proposal, unless a bid item is specifically provided in the proposal.
Ventana Phase 3B
CPN 102633
Ventana Phase 5A
CPN 102574
Ventana Phase 6A-2
CPN 103437
Ventana Phase 8B
CPN 105702
01 11 00 - 3
DAP SUMMARY OF WORK
Page 3 of 3
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – Developer Awarded Projects [Insert Project Number]
Revised December 20, 2012
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
Ventana Phase 3B
CPN 102633
Ventana Phase 5A
CPN 102574
Ventana Phase 6A-2
CPN 103437
Ventana Phase 8B
CPN 105702
01 25 00 - 1
DAP SUBSTITUTION PROCEDURES
Page 1 of 4
CITY OF FORT WORTH Ventana Phase 3B
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CPN 102633
Revised August 30, 2013
SECTION 01 25 00 1
SUBSTITUTION PROCEDURES 2
PART 1 - GENERAL 3
1.1 SUMMARY 4
A. Section Includes: 5
1. The procedure for requesting the approval of substitution of a product that is not 6
equivalent to a product which is specified by descriptive or performance criteria or 7
defined by reference to 1 or more of the following: 8
a. Name of manufacturer 9
b. Name of vendor 10
c. Trade name 11
d. Catalog number 12
2. Substitutions are not "or-equals". 13
B. Deviations from this City of Fort Worth Standard Specification 14
1. None. 15
C. Related Specification Sections include, but are not necessarily limited to: 16
1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract 17
2. Division 1 – General Requirements 18
1.2 PRICE AND PAYMENT PROCEDURES 19
A. Measurement and Payment 20
1. Work associated with this Item is considered subsidiary to the various items bid. No 21
separate payment will be allowed for this Item. 22
1.3 REFERENCES [NOT USED] 23
1.4 ADMINISTRATIVE REQUIREMENTS 24
A. Request for Substitution - General 25
1. Within 30 days after award of Contract (unless noted otherwise), the City will 26
consider formal requests from Contractor for substitution of products in place of 27
those specified. 28
2. Certain types of equipment and kinds of material are described in Specifications by 29
means of references to names of manufacturers and vendors, trade names, or catalog 30
numbers. 31
a. When this method of specifying is used, it is not intended to exclude from 32
consideration other products bearing other manufacturer's or vendor's names, 33
trade names, or catalog numbers, provided said products are "or-equals," as 34
determined by City. 35
3. Other types of equipment and kinds of material may be acceptable substitutions 36
under the following conditions: 37
a. Or-equals are unavailable due to strike, discontinued production of products 38
meeting specified requirements, or other factors beyond control of Contractor; 39
or, 40
Ventana Phase 6A-2
CPN 103437
Ventana Phase 8B
CPN 105702
01 25 00 - 2
DAP SUBSTITUTION PROCEDURES
Page 2 of 4
CITY OF FORT WORTH Ventana Phase 3B
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CPN 102633
Revised August 30, 2013
b. Contractor proposes a cost and/or time reduction incentive to the City. 1
1.5 SUBMITTALS 2
A. See Request for Substitution Form (attached) 3
B. Procedure for Requesting Substitution 4
1. Substitution shall be considered only: 5
a. After award of Contract 6
b. Under the conditions stated herein 7
2. Submit 3 copies of each written request for substitution, including: 8
a. Documentation 9
1) Complete data substantiating compliance of proposed substitution with 10
Contract Documents 11
2) Data relating to changes in construction schedule, when a reduction is 12
proposed 13
3) Data relating to changes in cost 14
b. For products 15
1) Product identification 16
a) Manufacturer's name 17
b) Telephone number and representative contact name 18
c) Specification Section or Drawing reference of originally specified 19
product, including discrete name or tag number assigned to original 20
product in the Contract Documents 21
2) Manufacturer's literature clearly marked to show compliance of proposed 22
product with Contract Documents 23
3) Itemized comparison of original and proposed product addressing product 24
characteristics including, but not necessarily limited to: 25
a) Size 26
b) Composition or materials of construction 27
c) Weight 28
d) Electrical or mechanical requirements 29
4) Product experience 30
a) Location of past projects utilizing product 31
b) Name and telephone number of persons associated with referenced 32
projects knowledgeable concerning proposed product 33
c) Available field data and reports associated with proposed product 34
5) Samples 35
a) Provide at request of City. 36
b) Samples become the property of the City. 37
c. For construction methods: 38
1) Detailed description of proposed method 39
2) Illustration drawings 40
C. Approval or Rejection 41
1. Written approval or rejection of substitution given by the City 42
2. City reserves the right to require proposed product to comply with color and pattern 43
of specified product if necessary to secure design intent. 44
3. In the event the substitution is approved, if a reduction in cost or time results, it will 45
be documented by Change Order. 46
Ventana Phase 6A-2
CPN 103437
Ventana Phase 8B
CPN 105702
01 25 00 - 3
DAP SUBSTITUTION PROCEDURES
Page 3 of 4
CITY OF FORT WORTH Ventana Phase 3B
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CPN 102633
Revised August 30, 2013
4. Substitution will be rejected if: 1
a. Submittal is not through the Contractor with his stamp of approval 2
b. Request is not made in accordance with this Specification Section 3
c. In the Developer’s opinion, acceptance will require substantial revision of the 4
original design 5
d. In the City’s or Developer’s opinion, substitution will not perform adequately 6
the function consistent with the design intent 7
1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 8
1.7 CLOSEOUT SUBMITTALS [NOT USED] 9
1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 10
1.9 QUALITY ASSURANCE 11
A. In making request for substitution or in using an approved product, the Contractor 12
represents that the Contractor: 13
1. Has investigated proposed product, and has determined that it is adequate or 14
superior in all respects to that specified, and that it will perform function for which it 15
is intended 16
2. Will provide same guarantee for substitute item as for product specified 17
3. Will coordinate installation of accepted substitution into Work, to include building 18
modifications if necessary, making such changes as may be required for Work to be 19
complete in all respects 20
4. Waives all claims for additional costs related to substitution which subsequently 21
arise 22
1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 23
1.11 FIELD [SITE] CONDITIONS [NOT USED] 24
1.12 WARRANTY [NOT USED] 25
PART 2 - PRODUCTS [NOT USED] 26
PART 3 - EXECUTION [NOT USED] 27
END OF SECTION 28
Revision Log
DATE NAME SUMMARY OF CHANGE
29
Ventana Phase 6A-2
CPN 103437
Ventana Phase 8B
CPN 105702
01 25 00 - 4
DAP SUBSTITUTION PROCEDURES
Page 4 of 4
CITY OF FORT WORTH Ventana Phase 3B
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CPN 102633
Revised August 30, 2013
EXHIBIT A 1
REQUEST FOR SUBSTITUTION FORM: 2
3
TO: 4
PROJECT: DATE: 5
We hereby submit for your consideration the following product instead of the specified item for 6
the above project: 7
SECTION PARAGRAPH SPECIFIED ITEM 8
9
Proposed Substitution: 10
Reason for Substitution: 11
Include complete information on changes to Drawings and/or Specifications which proposed 12
substitution will require for its proper installation. 13
14
Fill in Blanks Below: 15
A. Will the undersigned contractor pay for changes to the building design, including engineering 16
and detailing costs caused by the requested substitution? 17
18
19
B. What effect does substitution have on other trades? 20
21
22
C. Differences between proposed substitution and specified item? 23
24
25
D. Differences in product cost or product delivery time? 26
27
28
E. Manufacturer's guarantees of the proposed and specified items are: 29
30
Equal Better (explain on attachment) 31
The undersigned states that the function, appearance and quality are equivalent or superior to the 32
specified item. 33
Submitted By: For Use by City 34
35
Signature Recommended Recommended 36
as noted 37
38
Firm Not recommended Received late 39
Address By 40
Date 41
Date Remarks 42
Telephone 43
44
For Use by City: 45
46
Approved Rejected 47
City Date 48
Ventana Phase 6A-2
CPN 103437
Ventana Phase 8B
CPN 105702
01 31 19 - 1
DAP PRECONSTRUCTION MEETING
Page 1 of 3
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS [Insert Project Number]
Revised August 30, 2013
SECTION 01 31 19
PRECONSTRUCTION MEETING
PART 1 - GENERAL
1.1 SUMMARY
A. Section Includes:
1. Provisions for the preconstruction meeting to be held prior to the start of Work to
clarify construction contract administration procedures
B. Deviations from this City of Fort Worth Standard Specification
1. No construction schedule required unless requested by the City.
C. Related Specification Sections include, but are not necessarily limited to:
1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract
2. Division 1 – General Requirements
1.2 PRICE AND PAYMENT PROCEDURES
A. Measurement and Payment
1. Work associated with this Item is considered subsidiary to the various items bid.
No separate payment will be allowed for this Item.
1.3 REFERENCES [NOT USED]
1.4 ADMINISTRATIVE REQUIREMENTS
A. Coordination
1. Attend preconstruction meeting.
2. Representatives of Contractor, subcontractors and suppliers attending meetings
shall be qualified and authorized to act on behalf of the entity each represents.
3. Meeting administered by City may be tape recorded.
a. If recorded, tapes will be used to prepare minutes and retained by City for
future reference.
B. Preconstruction Meeting
1. A preconstruction meeting will be held within 14 days after the delivery of the
distribution package to the City.
a. The meeting will be scheduled and administered by the City.
2. The Project Representative will preside at the meeting, prepare the notes of the
meeting and distribute copies of same to all participants who so request by fully
completing the attendance form to be circulated at the beginning of the meeting.
3. Attendance shall include:
a. Developer and Consultant
b. Contractor's project manager
c. Contractor's superintendent
d. Any subcontractor or supplier representatives whom the Contractor may desire
to invite or the City may request
Ventana Phase 6A-2
CPN 103437
Ventana Phase 8B
CPN 105702
01 31 19 - 2
DAP PRECONSTRUCTION MEETING
Page 2 of 3
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS [Insert Project Number]
Revised August 30, 2013
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
l. 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
jj. Questions or Comments
Ventana Phase 6A-2
CPN 103437
Ventana Phase 8B
CPN 105702
01 31 19 - 3
DAP PRECONSTRUCTION MEETING
Page 3 of 3
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS [Insert Project Number]
Revised August 30, 2013
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
Ventana Phase 6A-2
CPN 103437
Ventana Phase 8B
CPN 105702
01 32 33 - 1
DAP PRECONSTRUCTION VIDEO
Page 1 of 2
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS [Insert Project Number]
Revised August 30, 2013
SECTION 01 32 33
PRECONSTRUCTION VIDEO
PART 1 - GENERAL
1.1 SUMMARY
A. Section Includes:
1. Administrative and procedural requirements for:
a. Preconstruction Videos
B. Deviations from this City of Fort Worth Standard Specification
1. Though not mandatory, it is highly recommended on infill developer projects.
C. Related Specification Sections include, but are not necessarily limited to:
1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract
2. Division 1 – General Requirements
1.2 PRICE AND PAYMENT PROCEDURES
A. Measurement and Payment
1. Work associated with this Item is considered subsidiary to the various items bid.
No separate payment will be allowed for this Item.
1.3 REFERENCES [NOT USED]
1.4 ADMINISTRATIVE REQUIREMENTS
A. Preconstruction Video
1. Produce a preconstruction video of the site/alignment, including all areas in the
vicinity of and to be affected by construction.
a. Provide digital copy of video upon request by the City.
2. Retain a copy of the preconstruction video until the end of the maintenance surety
period.
1.5 SUBMITTALS [NOT USED]
1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED]
1.7 CLOSEOUT SUBMITTALS [NOT USED]
1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
1.9 QUALITY ASSURANCE [NOT USED]
1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED]
1.11 FIELD [SITE] CONDITIONS [NOT USED]
1.12 WARRANTY [NOT USED]
PART 2 - PRODUCTS [NOT USED]
Ventana Phase 6A-2
CPN 103437
Ventana Phase 8B
CPN 105702
01 32 33 - 2
DAP PRECONSTRUCTION VIDEO
Page 2 of 2
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS [Insert Project Number]
Revised August 30, 2013
PART 3 - EXECUTION [NOT USED]
END OF SECTION
Revision Log
DATE NAME SUMMARY OF CHANGE
Ventana Phase 6A-2
CPN 103437
Ventana Phase 8B
CPN 105702
01 33 00 - 1
DAP SUBMITTALS
Page 1 of 8
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS [Insert Project Number]
Revised August 30, 2013
SECTION 01 33 00
DAP SUBMITTALS
PART 1 - GENERAL
1.1 SUMMARY
A. Section Includes:
1. General methods and requirements of submissions applicable to the following
Work-related submittals:
a. Shop Drawings
b. Product Data (including Standard Product List submittals)
c. Samples
d. Mock Ups
B. Deviations from this City of Fort Worth Standard Specification
1. None.
C. Related Specification Sections include, but are not necessarily limited to:
1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract
2. Division 1 – General Requirements
1.2 PRICE AND PAYMENT PROCEDURES
A. Measurement and Payment
1. Work associated with this Item is considered subsidiary to the various items bid.
No separate payment will be allowed for this Item.
1.3 REFERENCES [NOT USED]
1.4 ADMINISTRATIVE REQUIREMENTS
A. Coordination
1. Notify the City in writing, at the time of submittal, of any deviations in the
submittals from the requirements of the Contract Documents.
2. Coordination of Submittal Times
a. Prepare, prioritize and transmit each submittal sufficiently in advance of
performing the related Work or other applicable activities, or within the time
specified in the individual Work Sections, of the Specifications.
b. Contractor is responsible such that the installation will not be delayed by
processing times including, but not limited to:
a) Disapproval and resubmittal (if required)
b) Coordination with other submittals
c) Testing
d) Purchasing
e) Fabrication
f) Delivery
g) Similar sequenced activities
c. No extension of time will be authorized because of the Contractor's failure to
transmit submittals sufficiently in advance of the Work.
Ventana Phase 6A-2
CPN 103437
Ventana Phase 8B
CPN 105702
01 33 00 - 2
DAP SUBMITTALS
Page 2 of 8
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS [Insert Project Number]
Revised August 30, 2013
d. Make submittals promptly in accordance with approved schedule, and in such
sequence as to cause no delay in the Work or in the work of any other
contractor.
B. Submittal Numbering
1. When submitting shop drawings or samples, utilize a 9-character submittal cross-
reference identification numbering system in the following manner:
a. Use the first 6 digits of the applicable Specification Section Number.
b. For the next 2 digits number use numbers 01-99 to sequentially number each
initial separate item or drawing submitted under each specific Section number.
c. Last use a letter, A-Z, indicating the resubmission of the same drawing (i.e.
A=2nd submission, B=3rd submission, C=4th submission, etc.). A typical
submittal number would be as follows:
03 30 00-08-B
1) 03 30 00 is the Specification Section for Concrete
2) 08 is the eighth initial submittal under this Specification Section
3) B is the third submission (second resubmission) of that particular shop
drawing
C. Contractor Certification
1. Review shop drawings, product data and samples, including those by
subcontractors, prior to submission to determine and verify the following:
a. Field measurements
b. Field construction criteria
c. Catalog numbers and similar data
d. Conformance with the Contract Documents
2. Provide each shop drawing, sample and product data submitted by the Contractor
with a Certification Statement affixed including:
a. The Contractor's Company name
b. Signature of submittal reviewer
c. Certification Statement
1) “By this submittal, I hereby represent that I have determined and verified
field measurements, field construction criteria, materials, dimensions,
catalog numbers and similar data and I have checked and coordinated each
item with other applicable approved shop drawings."
D. Submittal Format
1. Fold shop drawings larger than 8 ½ inches x 11 inches to 8 ½ inches x 11inches.
2. Bind shop drawings and product data sheets together.
3. Order
a. Cover Sheet
1) Description of Packet
2) Contractor Certification
b. List of items / Table of Contents
c. Product Data /Shop Drawings/Samples /Calculations
E. Submittal Content
1. The date of submission and the dates of any previous submissions
Ventana Phase 8B
CPN 105702
01 33 00 - 3
DAP SUBMITTALS
Page 3 of 8
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS [Insert Project Number]
Revised August 30, 2013
2. The Project title and number
3. Contractor identification
4. The names of:
a. Contractor
b. Supplier
c. Manufacturer
5. Identification of the product, with the Specification Section number, page and
paragraph(s)
6. Field dimensions, clearly identified as such
7. Relation to adjacent or critical features of the Work or materials
8. Applicable standards, such as ASTM or Federal Specification numbers
9. Identification by highlighting of deviations from Contract Documents
10. Identification by highlighting of revisions on resubmittals
11. An 8-inch x 3-inch blank space for Contractor and City stamps
F. Shop Drawings
1. As specified in individual Work Sections includes, but is not necessarily limited to:
a. Custom-prepared data such as fabrication and erection/installation (working)
drawings
b. Scheduled information
c. Setting diagrams
d. Actual shopwork manufacturing instructions
e. Custom templates
f. Special wiring diagrams
g. Coordination drawings
h. Individual system or equipment inspection and test reports including:
1) Performance curves and certifications
i. As applicable to the Work
2. Details
a. Relation of the various parts to the main members and lines of the structure
b. Where correct fabrication of the Work depends upon field measurements
1) Provide such measurements and note on the drawings prior to submitting
for approval.
G. Product Data
1. For submittals of product data for products included on the City’s Standard Product
List, clearly identify each item selected for use on the Project.
2. For submittals of product data for products not included on the City’s Standard
Product List, submittal data may include, but is not necessarily limited to:
a. Standard prepared data for manufactured products (sometimes referred to as
catalog data)
1) Such as the manufacturer's product specification and installation
instructions
2) Availability of colors and patterns
3) Manufacturer's printed statements of compliances and applicability
4) Roughing-in diagrams and templates
5) Catalog cuts
6) Product photographs
Ventana Phase 8B
CPN 105702
01 33 00 - 4
DAP SUBMITTALS
Page 4 of 8
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS [Insert Project Number]
Revised August 30, 2013
7) Standard wiring diagrams
8) Printed performance curves and operational-range diagrams
9) Production or quality control inspection and test reports and certifications
10) Mill reports
11) Product operating and maintenance instructions and recommended
spare-parts listing and printed product warranties
12) As applicable to the Work
H. Samples
1. As specified in individual Sections, include, but are not necessarily limited to:
a. Physical examples of the Work such as:
1) Sections of manufactured or fabricated Work
2) Small cuts or containers of materials
3) Complete units of repetitively used products color/texture/pattern swatches
and range sets
4) Specimens for coordination of visual effect
5) Graphic symbols and units of Work to be used by the City for independent
inspection and testing, as applicable to the Work
I. Do not start Work requiring a shop drawing, sample or product data nor any material to
be fabricated or installed prior to the approval or qualified approval of such item.
1. Fabrication performed, materials purchased or on-site construction accomplished
which does not conform to approved shop drawings and data is at the Contractor's
risk.
2. The City will not be liable for any expense or delay due to corrections or remedies
required to accomplish conformity.
3. Complete project Work, materials, fabrication, and installations in conformance
with approved shop drawings, applicable samples, and product data.
J. Submittal Distribution
1. Electronic Distribution
a. Confirm development of Project directory for electronic submittals to be
uploaded to City’s Buzzsaw site, or another external FTP site approved by the
City.
b. Shop Drawings
1) Upload submittal to designated project directory and notify appropriate
City representatives via email of submittal posting.
2) Hard Copies
a) 3 copies for all submittals
b) If Contractor requires more than 1 hard copy of Shop Drawings
returned, Contractor shall submit more than the number of copies listed
above.
c. Product Data
1) Upload submittal to designated project directory and notify appropriate
City representatives via email of submittal posting.
2) Hard Copies
a) 3 copies for all submittals
d. Samples
1) Distributed to the Project Representative
2. Hard Copy Distribution (if required in lieu of electronic distribution)
Ventana Phase 8B
CPN 105702
01 33 00 - 5
DAP SUBMITTALS
Page 5 of 8
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS [Insert Project Number]
Revised August 30, 2013
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
Ventana Phase 8B
CPN 105702
01 33 00 - 6
DAP SUBMITTALS
Page 6 of 8
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS [Insert Project Number]
Revised August 30, 2013
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.
Ventana Phase 8B
CPN 105702
01 33 00 - 7
DAP SUBMITTALS
Page 7 of 8
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS [Insert Project Number]
Revised August 30, 2013
9. When the shop drawings have been completed to the satisfaction of the City, the
Contractor may carry out the construction in accordance therewith and no further
changes therein except upon written instructions from the City.
10. Each submittal, appropriately coded, will be returned within 30 Calendar Days
following receipt of submittal by the City.
L. Mock ups
1. Mock Up units as specified in individual Sections, include, but are not necessarily
limited to, complete units of the standard of acceptance for that type of Work to be
used on the Project. Remove at the completion of the Work or when directed.
M. Qualifications
1. If specifically required in other Sections of these Specifications, submit a P.E.
Certification for each item required.
N. Request for Information (RFI)
1. Contractor Request for additional information
a. Clarification or interpretation of the contract documents
b. When the Contractor believes there is a conflict between Contract Documents
c. When the Contractor believes there is a conflict between the Drawings and
Specifications
1) Identify the conflict and request clarification
2. Sufficient information shall be attached to permit a written response without further
information.
1.5 SUBMITTALS [NOT USED]
1.6 ACTION 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]
Ventana Phase 8B
CPN 105702
01 33 00 - 8
DAP SUBMITTALS
Page 8 of 8
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS [Insert Project Number]
Revised August 30, 2013
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
Ventana Phase 8B
CPN 105702
01 35 13 - 1
DAP SPECIAL PROJECT PROCEDURES
Page 1 of 7
CITY OF FORT WORTH Ventana Phase 3B
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CPN 102633
Revised August, 30, 2013
SECTION 01 35 13 1
SPECIAL PROJECT PROCEDURES 2
PART 1 - GENERAL 3
1.1 SUMMARY 4
A. Section Includes: 5
1. The procedures for special project circumstances that includes, but is not limited to: 6
a. Coordination with the Texas Department of Transportation 7
b. Work near High Voltage Lines 8
c. Confined Space Entry Program 9
d. Air Pollution Watch Days 10
e. Use of Explosives, Drop Weight, Etc. 11
f. Water Department Notification 12
g. Public Notification Prior to Beginning Construction 13
h. Coordination with United States Army Corps of Engineers 14
i. Coordination within Railroad permits areas 15
j. Dust Control 16
k. Employee Parking 17
B. Deviations from this City of Fort Worth Standard Specification 18
1. None. 19
C. Related Specification Sections include, but are not necessarily limited to: 20
1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract 21
2. Division 1 – General Requirements 22
3. Section 33 12 25 – Connection to Existing Water Mains 23
24
1.2 REFERENCES 25
A. Reference Standards 26
1. Reference standards cited in this Specification refer to the current reference 27
standard published at the time of the latest revision date logged at the end of this 28
Specification, unless a date is specifically cited. 29
2. Health and Safety Code, Title 9. Safety, Subtitle A. Public Safety, Chapter 752. 30
High Voltage Overhead Lines. 31
3. North Central Texas Council of Governments (NCTCOG) – Clean Construction 32
Specification 33
1.3 ADMINISTRATIVE REQUIREMENTS 34
A. Coordination with the Texas Department of Transportation 35
1. When work in the right-of-way which is under the jurisdiction of the Texas 36
Department of Transportation (TxDOT): 37
a. Notify the Texas Department of Transportation prior to commencing any work 38
therein in accordance with the provisions of the permit 39
Ventana Phase 6A-2
CPN 103437
[Insert Project Name]
nsert Project Number] Ventana Phase 6A-2
CPN 103437
Ventana Phase 8B
CPN 105702
01 35 13 - 2
DAP SPECIAL PROJECT PROCEDURES
Page 2 of 7
CITY OF FORT WORTH Ventana Phase 3B
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CPN 102633
Revised August, 30, 2013
b. All work performed in the TxDOT right-of-way shall be performed in 1
compliance with and subject to approval from the Texas Department of 2
Transportation 3
B. Work near High Voltage Lines 4
1. Regulatory Requirements 5
a. All Work near High Voltage Lines (more than 600 volts measured between 6
conductors or between a conductor and the ground) shall be in accordance with 7
Health and Safety Code, Title 9, Subtitle A, Chapter 752. 8
2. Warning sign 9
a. Provide sign of sufficient size meeting all OSHA requirements. 10
3. Equipment operating within 10 feet of high voltage lines will require the following 11
safety features 12
a. Insulating cage-type of guard about the boom or arm 13
b. Insulator links on the lift hook connections for back hoes or dippers 14
c. Equipment must meet the safety requirements as set forth by OSHA and the 15
safety requirements of the owner of the high voltage lines 16
4. Work within 6 feet of high voltage electric lines 17
a. Notification shall be given to: 18
1) The power company (example: ONCOR) 19
a) Maintain an accurate log of all such calls to power company and record 20
action taken in each case. 21
b. Coordination with power company 22
1) After notification coordinate with the power company to: 23
a) Erect temporary mechanical barriers, de-energize the lines, or raise or 24
lower the lines 25
c. No personnel may work within 6 feet of a high voltage line before the above 26
requirements have been met. 27
C. Confined Space Entry Program 28
1. Provide and follow approved Confined Space Entry Program in accordance with 29
OSHA requirements. 30
2. Confined Spaces include: 31
a. Manholes 32
b. All other confined spaces in accordance with OSHA’s Permit Required for 33
Confined Spaces 34
D. Use of Explosives, Drop Weight, Etc. 35
1. When Contract Documents permit on the project the following will apply: 36
a. Public Notification 37
1) Submit notice to City and proof of adequate insurance coverage, 24 hours 38
prior to commencing. 39
2) Minimum 24 hour public notification in accordance with Section 01 31 13 40
E. Water Department Coordination 41
1. During the construction of this project, it will be necessary to deactivate, for a 42
period of time, existing lines. The Contractor shall be required to coordinate with 43
the Water Department to determine the best times for deactivating and activating 44
those lines. 45
Ventana Phase 6A-2
CPN 103437
[Insert Project Name]
nsert Project Number] Ventana Phase 6A-2
CPN 103437
Ventana Phase 8B
CPN 105702
01 35 13 - 3
DAP SPECIAL PROJECT PROCEDURES
Page 3 of 7
CITY OF FORT WORTH Ventana Phase 3B
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CPN 102633
Revised August, 30, 2013
2. Coordinate any event that will require connecting to or the operation of an existing 1
City water line system with the City’s representative. 2
a. Coordination shall be in accordance with Section 33 12 25. 3
b. If needed, obtain a hydrant water meter from the Water Department for use 4
during the life of named project. 5
c. In the event that a water valve on an existing live system be turned off and on 6
to accommodate the construction of the project is required, coordinate this 7
activity through the appropriate City representative. 8
1) Do not operate water line valves of existing water system. 9
a) Failure to comply will render the Contractor in violation of Texas Penal 10
Code Title 7, Chapter 28.03 (Criminal Mischief) and the Contractor 11
will be prosecuted to the full extent of the law. 12
b) In addition, the Contractor will assume all liabilities and 13
responsibilities as a result of these actions. 14
F. Public Notification Prior to Beginning Construction 15
1. Prior to beginning construction on any block in the project, on a block by block 16
basis, prepare and deliver a notice or flyer of the pending construction to the front 17
door of each residence or business that will be impacted by construction. The notice 18
shall be prepared as follows: 19
a. Post notice or flyer 7 days prior to beginning any construction activity on each 20
block in the project area. 21
1) Prepare flyer on the Contractor’s letterhead and include the following 22
information: 23
a) Name of Project 24
b) City Project No (CPN) 25
c) Scope of Project (i.e. type of construction activity) 26
d) Actual construction duration within the block 27
e) Name of the contractor’s foreman and phone number 28
f) Name of the City’s inspector and phone number 29
g) City’s after-hours phone number 30
2) A sample of the ‘pre-construction notification’ flyer is attached as Exhibit 31
A. 32
3) Submit schedule showing the construction start and finish time for each 33
block of the project to the inspector. 34
4) Deliver flyer to the City Inspector for review prior to distribution. 35
b. No construction will be allowed to begin on any block until the flyer is 36
delivered to all residents of the block. 37
G. Public Notification of Temporary Water Service Interruption during Construction 38
1. In the event it becomes necessary to temporarily shut down water service to 39
residents or businesses during construction, prepare and deliver a notice or flyer of 40
the pending interruption to the front door of each affected resident. 41
2. Prepared notice as follows: 42
a. The notification or flyer shall be posted 24 hours prior to the temporary 43
interruption. 44
b. Prepare flyer on the contractor’s letterhead and include the following 45
information: 46
1) Name of the project 47
2) City Project Number 48
Ventana Phase 6A-2
CPN 103437
[Insert Project Name]
nsert Project Number] Ventana Phase 6A-2
CPN 103437
Ventana Phase 8B
CPN 105702
01 35 13 - 4
DAP SPECIAL PROJECT PROCEDURES
Page 4 of 7
CITY OF FORT WORTH Ventana Phase 3B
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CPN 102633
Revised August, 30, 2013
3) Date of the interruption of service 1
4) Period the interruption will take place 2
5) Name of the contractor’s foreman and phone number 3
6) Name of the City’s inspector and phone number 4
c. A sample of the temporary water service interruption notification is attached as 5
Exhibit B. 6
d. Deliver a copy of the temporary interruption notification to the City inspector 7
for review prior to being distributed. 8
e. No interruption of water service can occur until the flyer has been delivered to 9
all affected residents and businesses. 10
f. Electronic versions of the sample flyers can be obtained from the Project 11
Construction Inspector. 12
H. Coordination with United States Army Corps of Engineers (USACE) 13
1. At locations in the Project where construction activities occur in areas where 14
USACE permits are required, meet all requirements set forth in each designated 15
permit. 16
I. Coordination within Railroad Permit Areas 17
1. At locations in the project where construction activities occur in areas where 18
railroad permits are required, meet all requirements set forth in each designated 19
railroad permit. This includes, but is not limited to, provisions for: 20
a. Flagmen 21
b. Inspectors 22
c. Safety training 23
d. Additional insurance 24
e. Insurance certificates 25
f. Other employees required to protect the right-of-way and property of the 26
Railroad Company from damage arising out of and/or from the construction of 27
the project. Proper utility clearance procedures shall be used in accordance 28
with the permit guidelines. 29
2. Obtain any supplemental information needed to comply with the railroad’s 30
requirements. 31
J. Dust Control 32
1. Use acceptable measures to control dust at the Site. 33
a. If water is used to control dust, capture and properly dispose of waste water. 34
b. If wet saw cutting is performed, capture and properly dispose of slurry. 35
K. Employee Parking 36
1. Provide parking for employees at locations approved by the City. 37
Ventana Phase 6A-2
CPN 103437
[Insert Project Name]
nsert Project Number] Ventana Phase 6A-2
CPN 103437
Ventana Phase 8B
CPN 105702
01 35 13 - 5
DAP SPECIAL PROJECT PROCEDURES
Page 5 of 7
CITY OF FORT WORTH Ventana Phase 3B
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CPN 102633
Revised August, 30, 2013
1.4 SUBMITTALS [NOT USED] 1
1.5 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 2
1.6 CLOSEOUT SUBMITTALS [NOT USED] 3
1.7 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 4
1.8 QUALITY ASSURANCE [NOT USED] 5
1.9 DELIVERY, STORAGE, AND HANDLING [NOT USED] 6
1.10 FIELD [SITE] CONDITIONS [NOT USED] 7
1.11 WARRANTY [NOT USED] 8
PART 2 - PRODUCTS [NOT USED] 9
PART 3 - EXECUTION [NOT USED] 10
END OF SECTION 11
12
Revision Log
DATE NAME SUMMARY OF CHANGE
8/31/2012 D. Johnson
1.3.B – Added requirement of compliance with Health and Safety Code, Title 9.
Safety, Subtitle A. Public Safety, Chapter 752. High Voltage Overhead Lines.
13
Ventana Phase 6A-2
CPN 103437
[Insert Project Name]
nsert Project Number] Ventana Phase 6A-2
CPN 103437
Ventana Phase 8B
CPN 105702
01 35 13 - 6
DAP SPECIAL PROJECT PROCEDURES
Page 6 of 7
CITY OF FORT WORTH Ventana Phase 3B
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CPN 102633
Revised August, 30, 2013
EXHIBIT A 1
(To be printed on Contractor’s Letterhead) 2
3
4
5
Date: 6
7
CPN No.: 8
Project Name: 9
Mapsco Location: 10
Limits of Construction: 11
12
13
14
15
16
THIS IS TO INFORM YOU THAT UNDER A CONTRACT WITH THE CITY OF FORT 17
WORTH, OUR COMPANY WILL WORK ON UTILITY LINES ON OR AROUND YOUR 18
PROPERTY. 19
20
CONSTRUCTION WILL BEGIN APPROXIMATELY SEVEN DAYS FROM THE DATE 21
OF THIS NOTICE. 22
23
IF YOU HAVE QUESTIONS ABOUT ACCESS, SECURITY, SAFETY OR ANY OTHER 24
ISSUE, PLEASE CALL: 25
26
27
Mr. <CONTRACTOR’S SUPERINTENDENT> AT <TELEPHONE NO.> 28
29
OR 30
31
Mr. <CITY INSPECTOR> AT < TELEPHONE NO.> 32
33
AFTER 4:30 PM OR ON WEEKENDS, PLEASE CALL (817) 392 8306 34
35
PLEASE KEEP THIS FLYER HANDY WHEN YOU CALL 36
37
Ventana Phase 6A-2
CPN 103437
[Insert Project Name]
nsert Project Number] Ventana Phase 6A-2
CPN 103437
Ventana Phase 8B
CPN 105702
01 35 13 - 7
DAP SPECIAL PROJECT PROCEDURES
Page 7 of 7
CITY OF FORT WORTH Ventana Phase 3B
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CPN 102633
Revised August, 30, 2013
EXHIBIT B 1
2
3
4
Ventana Phase 6A-2
CPN 103437
[Insert Project Name]
nsert Project Number] Ventana Phase 6A-2
CPN 103437
Ventana Phase 8B
CPN 105702
01 45 23
DAP TESTING AND INSPECTION SERVICES
Page 1 of 2
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS [Insert Project Number]
Revised March 20, 2020
SECTION 01 45 23
TESTING AND INSPECTION SERVICES
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
1. Work associated with this Item is considered subsidiary to the various Items bid.
No separate payment will be allowed for this Item.
a. Contractor is responsible for performing, coordinating, and payment of all
Quality Control testing.
b. City is responsible for performing and payment for first set of Quality
Assurance testing.
1) If the first Quality Assurance test performed by the City fails, the
Contractor is responsible for payment of subsequent Quality Assurance
testing until a passing test occurs.
a) Final acceptance will not be issued by City until all required payments
for testing by Contractor have been paid in full.
1.3 REFERENCES [NOT USED]
1.4 ADMINISTRATIVE REQUIREMENTS
A. Testing
1. Complete testing in accordance with the Contract Documents.
2. Coordination
a. When testing is required to be performed by the City, notify City, sufficiently
in advance, when testing is needed.
b. When testing is required to be completed by the Contractor, notify City,
sufficiently in advance, that testing will be performed.
3. Distribution of Testing Reports
a. Electronic Distribution
1) Confirm development of Project directory for electronic submittals to be
uploaded to the City’s document management system, or another form of
distribution approved by the City.
Ventana Phase 6A-2
CPN 103437
[Insert Project Name]
nsert Project Number] Ventana Phase 6A-2
CPN 103437
Ventana Phase 8B
CPN 105702
01 45 23
DAP TESTING AND INSPECTION SERVICES
Page 2 of 2
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS [Insert Project Number]
Revised March 20, 2020
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 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
03/20/2020 D.V. Magaña Removed reference to Buzzsaw and noted that electronic submittals be uploaded
through the City’s document management system.
Ventana Phase 6A-2
CPN 103437
[Insert Project Name]
nsert Project Number] Ventana Phase 6A-2
CPN 103437
Ventana Phase 8B
CPN 105702
01 50 00 - 1
DAP TEMPORARY FACILITIES AND CONTROLS
Page 1 of 4
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS [Insert Project Number]
Revised JULY 1, 2011
SECTION 01 50 00
TEMPORARY FACILITIES AND CONTROLS
PART 1 - GENERAL
1.1 SUMMARY
A. Section Includes:
1. Provide temporary facilities and controls needed for the Work including, but not
necessarily limited to:
a. Temporary utilities
b. Sanitary facilities
c. Storage Sheds and Buildings
d. Dust control
e. Temporary fencing of the construction site
B. Deviations from this City of Fort Worth Standard Specification
1. None.
C. Related Specification Sections include, but are not necessarily limited to:
1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract
2. Division 1 – General Requirements
1.2 PRICE AND PAYMENT PROCEDURES
A. Measurement and Payment
1. Work associated with this Item is considered subsidiary to the various Items bid.
No separate payment will be allowed for this Item.
1.3 REFERENCES [NOT USED]
1.4 ADMINISTRATIVE REQUIREMENTS
A. Temporary Utilities
1. Obtaining Temporary Service
a. Make arrangements with utility service companies for temporary services.
b. Abide by rules and regulations of utility service companies or authorities
having jurisdiction.
c. Be responsible for utility service costs until Work is approved for Final
Acceptance.
1) Included are fuel, power, light, heat and other utility services necessary for
execution, completion, testing and initial operation of Work.
2. Water
a. Contractor to provide water required for and in connection with Work to be
performed and for specified tests of piping, equipment, devices or other use as
required for the completion of the Work.
b. Provide and maintain adequate supply of potable water for domestic
consumption by Contractor personnel and City’s Project Representatives.
c. Coordination
1) Contact City 1 week before water for construction is desired
Ventana Phase 3B
CPN 102633
Ventana Phase 5A
CPN 102574
Ventana Phase 6A-2
CPN 103437
[Insert Project Name]
nsert Project Number] Ventana Phase 6A-2
CPN 103437
Ventana Phase 8B
CPN 105702
01 50 00 - 2
DAP TEMPORARY FACILITIES AND CONTROLS
Page 2 of 4
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS [Insert Project Number]
Revised JULY 1, 2011
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
Ventana Phase 3B
CPN 102633
Ventana Phase 5A
CPN 102574
[Insert Project Name]
nsert Project Number] Ventana Phase 6A-2
CPN 103437
Ventana Phase 8B
CPN 105702
01 50 00 - 3
DAP TEMPORARY FACILITIES AND CONTROLS
Page 3 of 4
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS [Insert Project Number]
Revised JULY 1, 2011
1. Contractor is responsible for maintaining dust control through the duration of the
project.
a. Contractor remains on-call at all times
b. Must respond in a timely manner
F. Temporary Protection of Construction
1. Contractor or subcontractors are responsible for protecting Work from damage due
to weather.
1.5 SUBMITTALS [NOT USED]
1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED]
1.7 CLOSEOUT SUBMITTALS [NOT USED]
1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
1.9 QUALITY ASSURANCE [NOT USED]
1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED]
1.11 FIELD [SITE] CONDITIONS [NOT USED]
1.12 WARRANTY [NOT USED]
PART 2 - PRODUCTS [NOT USED]
PART 3 - EXECUTION [NOT USED]
3.1 INSTALLERS [NOT USED]
3.2 EXAMINATION [NOT USED]
3.3 PREPARATION [NOT USED]
3.4 INSTALLATION
A. Temporary Facilities
1. Maintain all temporary facilities for duration of construction activities as needed.
3.5 [REPAIR] / [RESTORATION]
3.6 RE-INSTALLATION
3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED]
3.8 SYSTEM STARTUP [NOT USED]
3.9 ADJUSTING [NOT USED]
3.10 CLEANING [NOT USED]
3.11 CLOSEOUT ACTIVITIES
A. Temporary Facilities
Ventana Phase 3B
CPN 102633
Ventana Phase 5A
CPN 102574
[Insert Project Name]
nsert Project Number] Ventana Phase 6A-2
CPN 103437
Ventana Phase 8B
CPN 105702
01 50 00 - 4
DAP TEMPORARY FACILITIES AND CONTROLS
Page 4 of 4
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS [Insert Project Number]
Revised JULY 1, 2011
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
Ventana Phase 3B
CPN 102633
Ventana Phase 5A
CPN 102574
[Insert Project Name]
nsert Project Number] Ventana Phase 6A-2
CPN 103437
Ventana Phase 8B
CPN 105702
01 55 26 - 1
DAP STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL
Page 1 of 3
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS [Insert Project Number]
Revised July 1, 2011
SECTION 01 55 26
STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL
PART 1 - GENERAL
1.1 SUMMARY
A. Section Includes:
1. Administrative procedures for:
a. Street Use Permit
b. Modification of approved traffic control
c. Removal of Street Signs
B. Deviations from this City of Fort Worth Standard Specification
1. None.
C. Related Specification Sections include, but are not necessarily limited to:
1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract
2. Division 1 – General Requirements
3. Section 34 71 13 – Traffic Control
1.2 PRICE AND PAYMENT PROCEDURES
A. Measurement and Payment
1. Work associated with this Item is considered subsidiary to the various Items bid.
No separate payment will be allowed for this Item.
1.3 REFERENCES
A. Reference Standards
1. Reference standards cited in this specification refer to the current reference standard
published at the time of the latest revision date logged at the end of this
specification, unless a date is specifically cited.
2. Texas Manual on Uniform Traffic Control Devices (TMUTCD).
1.4 ADMINISTRATIVE REQUIREMENTS
A. Traffic Control
1. General
a. When traffic control plans are included in the Drawings, provide Traffic
Control in accordance with Drawings and Section 34 71 13.
b. When traffic control plans are not included in the Drawings, prepare traffic
control plans in accordance with Section 34 71 13 and submit to City for
review.
1) Allow minimum 10 working days for review of proposed Traffic Control.
B. Street Use Permit
1. Prior to installation of Traffic Control, a City Street Use Permit is required.
a. To obtain Street Use Permit, submit Traffic Control Plans to City
Transportation and Public Works Department.
Ventana Phase 3B
CPN 102633
Ventana Phase 5A
CPN 102574
Ventana Phase 6A-2
CPN 103437
[Insert Project Name]
nsert Project Number] Ventana Phase 6A-2
CPN 103437
Ventana Phase 8B
CPN 105702
01 55 26 - 2
DAP STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL
Page 2 of 3
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS [Insert Project Number]
Revised July 1, 2011
1) Allow a minimum of 5 working days for permit review.
2) Contractor’s responsibility to coordinate review of Traffic Control plans for
Street Use Permit, such that construction is not delayed.
C. Modification to Approved Traffic Control
1. Prior to installation traffic control:
a. Submit revised traffic control plans to City Department Transportation and
Public Works Department.
1) Revise Traffic Control plans in accordance with Section 34 71 13.
2) Allow minimum 5 working days for review of revised Traffic Control.
3) It is the Contractor’s responsibility to coordinate review of Traffic Control
plans for Street Use Permit, such that construction is not delayed.
D. Removal of Street Sign
1. If it is determined that a street sign must be removed for construction, then contact
City Transportation and Public Works Department, Signs and Markings Division to
remove the sign.
E. Temporary Signage
1. In the case of regulatory signs, replace permanent sign with temporary sign meeting
requirements of the latest edition of the Texas Manual on Uniform Traffic Control
Devices (MUTCD).
2. Install temporary sign before the removal of permanent sign.
3. When construction is complete, to the extent that the permanent sign can be
reinstalled, contact the City Transportation and Public Works Department, Signs
and Markings Division, to reinstall the permanent sign.
F. Traffic Control Standards
1. Traffic Control Standards can be found on the City’s Buzzsaw website.
1.5 SUBMITTALS [NOT USED]
1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED]
1.7 CLOSEOUT SUBMITTALS [NOT USED]
1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
1.9 QUALITY ASSURANCE [NOT USED]
1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED]
1.11 FIELD [SITE] CONDITIONS [NOT USED]
1.12 WARRANTY [NOT USED]
PART 2 - PRODUCTS [NOT USED]
PART 3 - EXECUTION [NOT USED]
END OF SECTION
Ventana Phase 3B
CPN 102633
Ventana Phase 5A
CPN 102574
Ventana Phase 6A-2
CPN 103437
[Insert Project Name]
nsert Project Number] Ventana Phase 6A-2
CPN 103437
Ventana Phase 8B
CPN 105702
01 55 26 - 3
DAP STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL
Page 3 of 3
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS [Insert Project Number]
Revised July 1, 2011
Revision Log
DATE NAME SUMMARY OF CHANGE
Ventana Phase 3B
CPN 102633
Ventana Phase 5A
CPN 102574
Ventana Phase 6A-2
CPN 103437
[Insert Project Name]
nsert Project Number] Ventana Phase 6A-2
CPN 103437
Ventana Phase 8B
CPN 105702
01 57 13 - 1
DAP STORM WATER POLLUTION PREVENTION
Page 1 of 3
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS [Insert Project Number]
Revised July 1, 2011
SECTION 01 57 13
STORM WATER POLLUTION PREVENTION
PART 1 - GENERAL
1.1 SUMMARY
A. Section Includes:
1. Procedures for Storm Water Pollution Prevention Plans
B. Deviations from this City of Fort Worth Standard Specification
1. None.
C. Related Specification Sections include, but are not necessarily limited to:
1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the
Contract
2. Division 1 – General Requirements
3. Section 31 25 00 – Erosion and Sediment Control
1.2 PRICE AND PAYMENT PROCEDURES
A. Measurement and Payment
1. Construction Activities resulting in less than 1 acre of disturbance
a. Work associated with this Item is considered subsidiary to the various Items
bid. No separate payment will be allowed for this Item.
2. Construction Activities resulting in greater than 1 acre of disturbance
a. Measurement and Payment shall be in accordance with Section 31 25 00.
1.3 REFERENCES
A. Abbreviations and Acronyms
1. Notice of Intent: NOI
2. Notice of Termination: NOT
3. Storm Water Pollution Prevention Plan: SWPPP
4. Texas Commission on Environmental Quality: TCEQ
5. Notice of Change: NOC
A. Reference Standards
1. Reference standards cited in this Specification refer to the current reference
standard published at the time of the latest revision date logged at the end of this
Specification, unless a date is specifically cited.
2. Integrated Storm Management (iSWM) Technical Manual for Construction
Controls
1.4 ADMINISTRATIVE REQUIREMENTS
A. General
1. Contractor is responsible for resolution and payment of any fines issued associated
with compliance to Stormwater Pollution Prevention Plan.
Ventana Phase 3B
CPN 102633
Ventana Phase 5A
CPN 102574
Ventana Phase 6A-2
CPN 103437
[Insert Project Name]
nsert Project Number] Ventana Phase 6A-2
CPN 103437
Ventana Phase 8B
CPN 105702
01 57 13 - 2
DAP STORM WATER POLLUTION PREVENTION
Page 2 of 3
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS [Insert Project Number]
Revised July 1, 2011
B. Construction Activities resulting in:
1. Less than 1 acre of disturbance
a. Provide erosion and sediment control in accordance with Section 31 25 00 and
Drawings.
2. 1 to less than 5 acres of disturbance
a. Texas Pollutant Discharge Elimination System (TPDES) General Construction
Permit is required
b. Complete SWPPP in accordance with TCEQ requirements
1) TCEQ Small Construction Site Notice Required under general permit
TXR150000
a) Sign and post at job site
b) Prior to Preconstruction Meeting, send 1 copy to City Department of
Transportation and Public Works, Environmental Division, (817) 392-
6088.
2) Provide erosion and sediment control in accordance with:
a) Section 31 25 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 31 25 00
b) The Drawings
c) TXR150000 General Permit
d) SWPPP
e) TCEQ requirements
4) Once the project has been completed and all the closeout requirements of
TCEQ have been met a TCEQ Notice of Termination can be submitted.
a) Send copy to City Department of Transportation and Public Works,
Environmental Division, (817) 392-6088.
1.5 SUBMITTALS
A. SWPPP
1. Submit in accordance with Section 01 33 00, except as stated herein.
a. Prior to the Preconstruction Meeting, submit a draft copy of SWPPP to the City
as follows:
1) 1 copy to the City Project Manager
a) City Project Manager will forward to the City Department of
Transportation and Public Works, Environmental Division for review
Ventana Phase 3B
CPN 102633
Ventana Phase 5A
CPN 102574
Ventana Phase 6A-2
CPN 103437
[Insert Project Name]
nsert Project Number] Ventana Phase 6A-2
CPN 103437
Ventana Phase 8B
CPN 105702
01 57 13 - 3
DAP STORM WATER POLLUTION PREVENTION
Page 3 of 3
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS [Insert Project Number]
Revised July 1, 2011
B. Modified SWPPP
1. If the SWPPP is revised during construction, resubmit modified SWPPP to the City
in accordance with Section 01 33 00.
1.6 ACTION 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
Ventana Phase 3B
CPN 102633
Ventana Phase 5A
CPN 102574
Ventana Phase 6A-2
CPN 103437
[Insert Project Name]
nsert Project Number] Ventana Phase 6A-2
CPN 103437
Ventana Phase 8B
CPN 105702
01 60 00
DAP PRODUCT REQUIREMENTS
Page 1 of 2
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS [Insert Project Number]
Revised March 20, 2020
SECTION 01 60 00
PRODUCT REQUIREMENTS
PART 1 - GENERAL
1.1 SUMMARY
A. Section Includes:
1. References for Product Requirements and City Standard Products List
B. Deviations from this City of Fort Worth Standard Specification
1. None.
C. Related Specification Sections include, but are not necessarily limited to:
1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract
2. Division 1 – General Requirements
1.2 PRICE AND PAYMENT PROCEDURES [NOT USED]
1.3 REFERENCES [NOT USED]
1.4 ADMINISTRATIVE REQUIREMENTS
A list of City approved products for use is available through the City’s website at:
https://apps.fortworthtexas.gov/ProjectResources/ 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]
Ventana Phase 6A-2
CPN 103437
[Insert Project Name]
nsert Project Number] Ventana Phase 6A-2
CPN 103437
Ventana Phase 8B
CPN 105702
01 60 00
DAP PRODUCT REQUIREMENTS
Page 2 of 2
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS [Insert Project Number]
Revised March 20, 2020
1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED]
1.11 FIELD [SITE] CONDITIONS [NOT USED]
1.12 WARRANTY [NOT USED]
PART 2 - PRODUCTS [NOT USED]
PART 3 - EXECUTION [NOT USED]
END OF SECTION
Revision Log
DATE NAME SUMMARY OF CHANGE
10/12/12 D. Johnson Modified Location of City’s Standard Product List
4/7/2014 M.Domenech Revised for DAP application
03/20/2020 D.V. Magaña Removed reference to Buzzsaw and noted that the City approved products list is
accessible through the City’s website.
Ventana Phase 6A-2
CPN 103437
[Insert Project Name]
nsert Project Number] Ventana Phase 6A-2
CPN 103437
Ventana Phase 8B
CPN 105702
01 66 00 - 1
DAP PRODUCT STORAGE AND HANDLING REQUIREMENTS
Page 1 of 4
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS [Insert Project Number]
Revised April 7, 2014
SECTION 01 66 00
PRODUCT STORAGE AND HANDLING REQUIREMENTS
PART 1 - GENERAL
1.1 SUMMARY
A. Section Includes:
1. Scheduling of product delivery
2. Packaging of products for delivery
3. Protection of products against damage from:
a. Handling
b. Exposure to elements or harsh environments
B. Deviations from this City of Fort Worth Standard Specification
1. None.
C. Related Specification Sections include, but are not necessarily limited to:
1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract
2. Division 1 – General Requirements
1.2 PRICE AND PAYMENT PROCEDURES
A. Measurement and Payment
1. Work associated with this Item is considered subsidiary to the various Items bid.
No separate payment will be allowed for this Item.
1.3 REFERENCES [NOT USED]
1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED]
1.5 SUBMITTALS [NOT USED]
1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED]
1.7 CLOSEOUT SUBMITTALS [NOT USED]
1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
1.9 QUALITY ASSURANCE [NOT USED]
1.10 DELIVERY AND HANDLING
A. Delivery Requirements
1. Schedule delivery of products or equipment as required to allow timely installation
and to avoid prolonged storage.
2. Provide appropriate personnel and equipment to receive deliveries.
3. Delivery trucks will not be permitted to wait extended periods of time on the Site
for personnel or equipment to receive the delivery.
Ventana Phase 6A-2
CPN 103437
[Insert Project Name]
nsert Project Number] Ventana Phase 6A-2
CPN 103437
Ventana Phase 8B
CPN 105702
01 66 00 - 2
DAP PRODUCT STORAGE AND HANDLING REQUIREMENTS
Page 2 of 4
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS [Insert Project Number]
Revised April 7, 2014
4. Deliver products or equipment in manufacturer's original unbroken cartons or other
containers designed and constructed to protect the contents from physical or
environmental damage.
5. Clearly and fully mark and identify as to manufacturer, item and installation
location.
6. Provide manufacturer's instructions for storage and handling.
B. Handling Requirements
1. Handle products or equipment in accordance with these Contract Documents and
manufacturer’s recommendations and instructions.
C. Storage Requirements
1. Store materials in accordance with manufacturer’s recommendations and
requirements of these Specifications.
2. Make necessary provisions for safe storage of materials and equipment.
a. Place loose soil materials and materials to be incorporated into Work to prevent
damage to any part of Work or existing facilities and to maintain free access at
all times to all parts of Work and to utility service company installations in
vicinity of Work.
3. Keep materials and equipment neatly and compactly stored in locations that will
cause minimum inconvenience to other contractors, public travel, adjoining owners,
tenants and occupants.
a. Arrange storage to provide easy access for inspection.
4. Restrict storage to areas available on construction site for storage of material and
equipment as shown on Drawings, or approved by City’s Project Representative.
5. Provide off-site storage and protection when on-site storage is not adequate.
a. Provide addresses of and access to off-site storage locations for inspection by
City’s Project Representative.
6. Do not use lawns, grass plots or other private property for storage purposes without
written permission of owner or other person in possession or control of premises.
7. Store in manufacturers’ unopened containers.
8. Neatly, safely and compactly stack materials delivered and stored along line of
Work to avoid inconvenience and damage to property owners and general public
and maintain at least 3 feet from fire hydrant.
9. Keep public and private driveways and street crossings open.
10. Repair or replace damaged lawns, sidewalks, streets or other improvements to
satisfaction of City’s Project Representative.
a. Total length which materials may be distributed along route of construction at
one time is 1,000 linear feet, unless otherwise approved in writing by City’s
Project Representative.
Ventana Phase 6A-2
CPN 103437
[Insert Project Name]
nsert Project Number] Ventana Phase 6A-2
CPN 103437
Ventana Phase 8B
CPN 105702
01 66 00 - 3
DAP PRODUCT STORAGE AND HANDLING REQUIREMENTS
Page 3 of 4
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS [Insert Project Number]
Revised April 7, 2014
1.11 FIELD [SITE] CONDITIONS [NOT USED]
1.12 WARRANTY [NOT USED]
PART 2 - PRODUCTS [NOT USED]
PART 3 - EXECUTION
3.1 INSTALLERS [NOT USED]
3.2 EXAMINATION [NOT USED]
3.3 PREPARATION [NOT USED]
3.4 ERECTION [NOT USED]
3.5 REPAIR / RESTORATION [NOT USED]
3.6 RE-INSTALLATION [NOT USED]
3.7 FIELD [OR] SITE QUALITY CONTROL
A. Tests and Inspections
1. Inspect all products or equipment delivered to the site prior to unloading.
B. Non-Conforming Work
1. Reject all products or equipment that are damaged, used or in any other way
unsatisfactory for use on the project.
3.8 SYSTEM STARTUP [NOT USED]
3.9 ADJUSTING [NOT USED]
3.10 CLEANING [NOT USED]
3.11 CLOSEOUT ACTIVITIES [NOT USED]
3.12 PROTECTION
A. Protect all products or equipment in accordance with manufacturer's written directions.
B. Store products or equipment in location to avoid physical damage to items while in
storage.
C. Protect equipment from exposure to elements and keep thoroughly dry if required by
the manufacturer.
3.13 MAINTENANCE [NOT USED]
3.14 ATTACHMENTS [NOT USED]
END OF SECTION
Ventana Phase 6A-2
CPN 103437
[Insert Project Name]
nsert Project Number] Ventana Phase 6A-2
CPN 103437
Ventana Phase 8B
CPN 105702
01 66 00 - 4
DAP PRODUCT STORAGE AND HANDLING REQUIREMENTS
Page 4 of 4
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS [Insert Project Number]
Revised April 7, 2014
Revision Log
DATE NAME SUMMARY OF CHANGE
4/7/2014 M.Domenech Revised for DAP application
Ventana Phase 6A-2
CPN 103437
[Insert Project Name]
nsert Project Number] Ventana Phase 6A-2
CPN 103437
Ventana Phase 8B
CPN 105702
01 74 23 - 1
DAP CLEANING
Page 1 of 4
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS [Insert Project Number]
Revised April 7, 2014
SECTION 01 74 23
CLEANING
PART 1 - GENERAL
1.1 SUMMARY
A. Section Includes:
1. Intermediate and final cleaning for Work not including special cleaning of closed
systems specified elsewhere
B. Deviations from this City of Fort Worth Standard Specification
1. None.
C. Related Specification Sections include, but are not necessarily limited to:
1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract
2. Division 1 – General Requirements
3. Section 32 92 13 – Hydro-Mulching, Seeding and Sodding
1.2 PRICE AND PAYMENT PROCEDURES
A. Measurement and Payment
1. Work associated with this Item is considered subsidiary to the various Items bid.
No separate payment will be allowed for this Item.
1.3 REFERENCES [NOT USED]
1.4 ADMINISTRATIVE REQUIREMENTS
A. Scheduling
1. Schedule cleaning operations so that dust and other contaminants disturbed by
cleaning process will not fall on newly painted surfaces.
2. Schedule final cleaning upon completion of Work and immediately prior to final
inspection.
1.5 SUBMITTALS [NOT USED]
1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED]
1.7 CLOSEOUT SUBMITTALS [NOT USED]
1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
1.9 QUALITY ASSURANCE [NOT USED]
1.10 STORAGE, AND HANDLING
A. Storage and Handling Requirements
1. Store cleaning products and cleaning wastes in containers specifically designed for
those materials.
Ventana Phase 6A-2
CPN 103437
[Insert Project Name]
nsert Project Number] Ventana Phase 6A-2
CPN 103437
Ventana Phase 8B
CPN 105702
01 74 23 - 2
DAP CLEANING
Page 2 of 4
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS [Insert Project Number]
Revised April 7, 2014
1.11 FIELD [SITE] CONDITIONS [NOT USED]
1.12 WARRANTY [NOT USED]
PART 2 - PRODUCTS
2.1 OWNER-FURNISHED [OR] OWNER-SUPPLIEDPRODUCTS [NOT USED]
2.2 MATERIALS
A. Cleaning Agents
1. Compatible with surface being cleaned
2. New and uncontaminated
3. For manufactured surfaces
a. Material recommended by manufacturer
2.3 ACCESSORIES [NOT USED]
2.4 SOURCE QUALITY CONTROL [NOT USED]
PART 3 - EXECUTION
3.1 INSTALLERS [NOT USED]
3.2 EXAMINATION [NOT USED]
3.3 PREPARATION [NOT USED]
3.4 APPLICATION [NOT USED]
3.5 REPAIR / RESTORATION [NOT USED]
3.6 RE-INSTALLATION [NOT USED]
3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED]
3.8 SYSTEM STARTUP [NOT USED]
3.9 ADJUSTING [NOT USED]
3.10 CLEANING
A. General
1. Prevent accumulation of wastes that create hazardous conditions.
2. Conduct cleaning and disposal operations to comply with laws and safety orders of
governing authorities.
3. Do not dispose of volatile wastes such as mineral spirits, oil or paint thinner in
storm or sanitary drains or sewers.
4. Dispose of degradable debris at an approved solid waste disposal site.
5. Dispose of nondegradable debris at an approved solid waste disposal site or in an
alternate manner approved by City and regulatory agencies.
Ventana Phase 6A-2
CPN 103437
[Insert Project Name]
nsert Project Number] Ventana Phase 6A-2
CPN 103437
Ventana Phase 8B
CPN 105702
01 74 23 - 3
DAP CLEANING
Page 3 of 4
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS [Insert Project Number]
Revised April 7, 2014
6. Handle materials in a controlled manner with as few handlings as possible.
7. Thoroughly clean, sweep, wash and polish all Work and equipment associated with
this project.
8. Remove all signs of temporary construction and activities incidental to construction
of required permanent Work.
9. If project is not cleaned to the satisfaction of the City, the City reserves the right to
have the cleaning completed at the expense of the Contractor.
10. Do not burn on-site.
B. Intermediate Cleaning during Construction
1. Keep Work areas clean so as not to hinder health, safety or convenience of
personnel in existing facility operations.
2. At maximum weekly intervals, dispose of waste materials, debris and rubbish.
3. Confine construction debris daily in strategically located container(s):
a. Cover to prevent blowing by wind
b. Store debris away from construction or operational activities
c. Haul from site at a minimum of once per week
4. Vacuum clean interior areas when ready to receive finish painting.
a. Continue vacuum cleaning on an as-needed basis, until Final Acceptance.
5. Prior to storm events, thoroughly clean site of all loose or unsecured items, which
may become airborne or transported by flowing water during the storm.
C. Exterior (Site or Right of Way) Final Cleaning
1. Remove trash and debris containers from site.
a. Re-seed areas disturbed by location of trash and debris containers in accordance
with Section 32 92 13.
2. Sweep roadway to remove all rocks, pieces of asphalt, concrete or any other object
that may hinder or disrupt the flow of traffic along the roadway.
3. Clean any interior areas including, but not limited to, vaults, manholes, structures,
junction boxes and inlets.
4. If no longer required for maintenance of erosion facilities, and upon approval by
City, remove erosion control from site.
5. Clean signs, lights, signals, etc.
3.11 CLOSEOUT ACTIVITIES [NOT USED]
3.12 PROTECTION [NOT USED]
3.13 MAINTENANCE [NOT USED]
3.14 ATTACHMENTS [NOT USED]
Ventana Phase 6A-2
CPN 103437
[Insert Project Name]
nsert Project Number] Ventana Phase 6A-2
CPN 103437
Ventana Phase 8B
CPN 105702
01 74 23 - 4
DAP CLEANING
Page 4 of 4
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS [Insert Project Number]
Revised April 7, 2014
END OF SECTION
Revision Log
DATE NAME SUMMARY OF CHANGE
4/7/2014 M.Domenech Revised for DAP application
Ventana Phase 6A-2
CPN 103437
[Insert Project Name]
nsert Project Number] Ventana Phase 6A-2
CPN 103437
Ventana Phase 8B
CPN 105702
01 77 19 - 1
DAP CLOSEOUT REQUIREMENTS
Page 1 of 3
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS [Insert Project Number]
Revised April 7, 2014
SECTION 01 77 19
CLOSEOUT REQUIREMENTS
PART 1 - GENERAL
1.1 SUMMARY
A. Section Includes:
1. The procedure for closing out a contract
B. Deviations from this City of Fort Worth Standard Specification
1. None.
C. Related Specification Sections include, but are not necessarily limited to:
1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract
2. Division 1 – General Requirements
1.2 PRICE AND PAYMENT PROCEDURES
A. Measurement and Payment
1. Work associated with this Item is considered subsidiary to the various Items bid.
No separate payment will be allowed for this Item.
1.3 REFERENCES [NOT USED]
1.4 ADMINISTRATIVE REQUIREMENTS
A. Guarantees, Bonds and Affidavits
1. No application for final payment will be accepted until all guarantees, bonds,
certificates, licenses and affidavits required for Work or equipment as specified are
satisfactorily filed with the City.
B. Release of Liens or Claims
1. No application for final payment will be accepted until satisfactory evidence of
release of liens has been submitted to the City.
1.5 SUBMITTALS
A. Submit all required documentation to City’s Project Representative.
Ventana Phase 6A-2
CPN 103437
[Insert Project Name]
nsert Project Number] Ventana Phase 6A-2
CPN 103437
Ventana Phase 8B
CPN 105702
01 77 19 - 2
DAP CLOSEOUT REQUIREMENTS
Page 2 of 3
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS [Insert Project Number]
Revised April 7, 2014
1.6 INFORMATIONAL SUBMITTALS [NOT USED]
1.7 CLOSEOUT SUBMITTALS [NOT USED]
PART 2 - PRODUCTS [NOT USED]
PART 3 - EXECUTION
3.1 INSTALLERS [NOT USED]
3.2 EXAMINATION [NOT USED]
3.3 PREPARATION [NOT USED]
3.4 CLOSEOUT PROCEDURE
A. Prior to requesting Final Inspection, submit:
1. Project Record Documents in accordance with Section 01 78 39
2. Operation and Maintenance Data, if required, in accordance with Section 01 78 23
B. Prior to requesting Final Inspection, perform final cleaning in accordance with Section
01 74 23.
C. Final Inspection
1. After final cleaning, provide notice to the City Project Representative that the Work
is completed.
a. The City will make an initial Final Inspection with the Contractor present.
b. Upon completion of this inspection, the City will notify the Contractor, in
writing within 10 business days, of any particulars in which this inspection
reveals that the Work is defective or incomplete.
2. Upon receiving written notice from the City, immediately undertake the Work
required to remedy deficiencies and complete the Work to the satisfaction of the
City.
3. Upon completion of Work associated with the items listed in the City's written
notice, inform the City, that the required Work has been completed. Upon receipt
of this notice, the City, in the presence of the Contractor, will make a subsequent
Final Inspection of the project.
4. Provide all special accessories required to place each item of equipment in full
operation. These special accessory items include, but are not limited to:
a. Specified spare parts
b. Adequate oil and grease as required for the first lubrication of the equipment
c. Initial fill up of all chemical tanks and fuel tanks
d. Light bulbs
e. Fuses
f. Vault keys
g. Handwheels
h. Other expendable items as required for initial start-up and operation of all
equipment
D. Notice of Project Completion
Ventana Phase 6A-2
CPN 103437
[Insert Project Name]
nsert Project Number] Ventana Phase 6A-2
CPN 103437
Ventana Phase 8B
CPN 105702
01 77 19 - 3
DAP CLOSEOUT REQUIREMENTS
Page 3 of 3
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS [Insert Project Number]
Revised April 7, 2014
1. Once the City Project Representative finds the Work subsequent to Final Inspection
to be satisfactory, the City will issue a Notice of Project Completion (Green Sheet).
E. Supporting Documentation
1. Coordinate with the City Project Representative to complete the following
additional forms:
a. Final Payment Request
b. Statement of Contract Time
c. Affidavit of Payment and Release of Liens
d. Consent of Surety to Final Payment
e. Pipe Report (if required)
f. Contractor’s Evaluation of City
g. Performance Evaluation of Contractor
F. Letter of Final Acceptance
1. Upon review and acceptance of Notice of Project Completion and Supporting
Documentation, in accordance with General Conditions, City will issue Letter of
Final Acceptance and release the Final Payment Request for payment.
3.5 REPAIR / RESTORATION [NOT USED]
3.6 RE-INSTALLATION [NOT USED]
3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED]
3.8 SYSTEM STARTUP [NOT USED]
3.9 ADJUSTING [NOT USED]
3.10 CLEANING [NOT USED]
3.11 CLOSEOUT ACTIVITIES [NOT USED]
3.12 PROTECTION [NOT USED]
3.13 MAINTENANCE [NOT USED]
3.14 ATTACHMENTS [NOT USED]
END OF SECTION
Revision Log
DATE NAME SUMMARY OF CHANGE
4/7/2014 M.Domenech Revised for DAP application
Ventana Phase 6A-2
CPN 103437
[Insert Project Name]
nsert Project Number] Ventana Phase 6A-2
CPN 103437
Ventana Phase 8B
CPN 105702
01 78 23 - 1
DAP OPERATION AND MAINTENANCE DATA
Page 1 of 5
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS [Insert Project Number]
Revised April 7, 2014
SECTION 01 78 23
OPERATION AND MAINTENANCE DATA
PART 1 - GENERAL
1.1 SUMMARY
A. Section Includes:
1. Product data and related information appropriate for City's maintenance and
operation of products furnished under Contract
2. Such products may include, but are not limited to:
a. Traffic Controllers
b. Irrigation Controllers (to be operated by the City)
c. Butterfly Valves
B. Deviations from this City of Fort Worth Standard Specification
1. None.
C. Related Specification Sections include, but are not necessarily limited to:
1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract
2. Division 1 – General Requirements
1.2 PRICE AND PAYMENT PROCEDURES
A. Measurement and Payment
1. Work associated with this Item is considered subsidiary to the various Items bid.
No separate payment will be allowed for this Item.
1.3 REFERENCES [NOT USED]
1.4 ADMINISTRATIVE REQUIREMENTS
A. Schedule
1. Submit manuals in final form to the City within 30 calendar days of product
shipment to the project site.
1.5 SUBMITTALS
A. Submittals shall be in accordance with Section 01 33 00. All submittals shall be
approved by the City prior to delivery.
1.6 INFORMATIONAL SUBMITTALS
A. Submittal Form
1. Prepare data in form of an instructional manual for use by City personnel.
2. Format
a. Size: 8 ½ inches x 11 inches
b. Paper
1) 40 pound minimum, white, for typed pages
2) Holes reinforced with plastic, cloth or metal
c. Text: Manufacturer’s printed data, or neatly typewritten
Ventana Phase 6A-2
CPN 103437
[Insert Project Name]
nsert Project Number] Ventana Phase 6A-2
CPN 103437
Ventana Phase 8B
CPN 105702
01 78 23 - 2
DAP OPERATION AND MAINTENANCE DATA
Page 2 of 5
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS [Insert Project Number]
Revised April 7, 2014
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.
Ventana Phase 6A-2
CPN 103437
[Insert Project Name]
nsert Project Number] Ventana Phase 6A-2
CPN 103437
Ventana Phase 8B
CPN 105702
01 78 23 - 3
DAP OPERATION AND MAINTENANCE DATA
Page 3 of 5
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS [Insert Project Number]
Revised April 7, 2014
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
Ventana Phase 6A-2
CPN 103437
[Insert Project Name]
nsert Project Number] Ventana Phase 6A-2
CPN 103437
Ventana Phase 8B
CPN 105702
01 78 23 - 4
DAP OPERATION AND MAINTENANCE DATA
Page 4 of 5
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS [Insert Project Number]
Revised April 7, 2014
i. Charts of valve tag numbers, with location and function of each valve
j. List of original manufacturer's spare parts, manufacturer's current prices, and
recommended quantities to be maintained in storage
k. Other data as required under pertinent Sections of Specifications
3. Content, for each electric and electronic system, as appropriate:
a. Description of system and component parts
1) Function, normal operating characteristics, and limiting conditions
2) Performance curves, engineering data and tests
3) Complete nomenclature and commercial number of replaceable parts
b. Circuit directories of panelboards
1) Electrical service
2) Controls
3) Communications
c. As installed color coded wiring diagrams
d. Operating procedures
1) Routine and normal operating instructions
2) Sequences required
3) Special operating instructions
e. Maintenance procedures
1) Routine operations
2) Guide to "trouble shooting"
3) Disassembly, repair and reassembly
4) Adjustment and checking
f. Manufacturer's printed operating and maintenance instructions
g. List of original manufacturer's spare parts, manufacturer's current prices, and
recommended quantities to be maintained in storage
h. Other data as required under pertinent Sections of Specifications
4. Prepare and include additional data when the need for such data becomes apparent
during instruction of City's personnel.
1.7 CLOSEOUT SUBMITTALS [NOT USED]
1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
1.9 QUALITY ASSURANCE
A. Provide operation and maintenance data by personnel with the following criteria:
1. Trained and experienced in maintenance and operation of described products
2. Skilled as technical writer to the extent required to communicate essential data
3. Skilled as draftsman competent to prepare required drawings
Ventana Phase 6A-2
CPN 103437
[Insert Project Name]
nsert Project Number] Ventana Phase 6A-2
CPN 103437
Ventana Phase 8B
CPN 105702
01 78 23 - 5
DAP OPERATION AND MAINTENANCE DATA
Page 5 of 5
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS [Insert Project Number]
Revised April 7, 2014
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
8/31/2012 D. Johnson 1.5.A.1 – title of section removed
4/7/2014 M.Domenech Revised for DAP Application
Ventana Phase 6A-2
CPN 103437
[Insert Project Name]
nsert Project Number] Ventana Phase 6A-2
CPN 103437
Ventana Phase 8B
CPN 105702
01 78 39 - 1
DAP PROJECT RECORD DOCUMENTS
Page 1 of 4
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS [Insert Project Number]
Revised April 7, 2014
SECTION 01 78 39
PROJECT RECORD DOCUMENTS
PART 1 - GENERAL
1.1 SUMMARY
A. Section Includes:
1. Work associated with the documenting the project and recording changes to project
documents, including:
a. Record Drawings
b. Water Meter Service Reports
c. Sanitary Sewer Service Reports
d. Large Water Meter Reports
B. Deviations from this City of Fort Worth Standard Specification
1. None.
C. Related Specification Sections include, but are not necessarily limited to:
1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract
2. Division 1 – General Requirements
1.2 PRICE AND PAYMENT PROCEDURES
A. Measurement and Payment
1. Work associated with this Item is considered subsidiary to the various Items bid.
No separate payment will be allowed for this Item.
1.3 REFERENCES [NOT USED]
1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED]
1.5 SUBMITTALS
A. Prior to submitting a request for Final Inspection, deliver Project Record Documents to
City’s Project Representative.
1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED]
1.7 CLOSEOUT SUBMITTALS [NOT USED]
1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
1.9 QUALITY ASSURANCE
A. Accuracy of Records
1. Thoroughly coordinate changes within the Record Documents, making adequate
and proper entries on each page of Specifications and each sheet of Drawings and
other Documents where such entry is required to show the change properly.
2. Accuracy of records shall be such that future search for items shown in the Contract
Documents may rely reasonably on information obtained from the approved Project
Record Documents.
Ventana Phase 6A-2
CPN 103437
[Insert Project Name]
nsert Project Number] Ventana Phase 6A-2
CPN 103437
Ventana Phase 8B
CPN 105702
01 78 39 - 2
DAP PROJECT RECORD DOCUMENTS
Page 2 of 4
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS [Insert Project Number]
Revised April 7, 2014
3. To facilitate accuracy of records, make entries within 24 hours after receipt of
information that the change has occurred.
4. Provide factual information regarding all aspects of the Work, both concealed and
visible, to enable future modification of the Work to proceed without lengthy and
expensive site measurement, investigation and examination.
1.10 STORAGE AND HANDLING
A. Storage and Handling Requirements
1. Maintain the job set of Record Documents completely protected from deterioration
and from loss and damage until completion of the Work and transfer of all recorded
data to the final Project Record Documents.
2. In the event of loss of recorded data, use means necessary to again secure the data
to the City's approval.
a. In such case, provide replacements to the standards originally required by the
Contract Documents.
1.11 FIELD [SITE] CONDITIONS [NOT USED]
1.12 WARRANTY [NOT USED]
PART 2 - PRODUCTS
2.1 OWNER-FURNISHED [OR] OWNER-SUPPLIED PRODUCTS [NOT USED]
2.2 RECORD DOCUMENTS
A. Job set
1. Promptly following receipt of the Notice to Proceed, secure from the City, at no
charge to the Contractor, 1 complete set of all Documents comprising the Contract.
B. Final Record Documents
1. At a time nearing the completion of the Work and prior to Final Inspection, provide
the City 1 complete set of all Final Record Drawings in the Contract.
2.3 ACCESSORIES [NOT USED]
2.4 SOURCE QUALITY CONTROL [NOT USED]
PART 3 - EXECUTION
3.1 INSTALLERS [NOT USED]
3.2 EXAMINATION [NOT USED]
3.3 PREPARATION [NOT USED]
3.4 MAINTENANCE DOCUMENTS
A. Maintenance of Job Set
1. Immediately upon receipt of the job set, identify each of the Documents with the
title, "RECORD DOCUMENTS - JOB SET".
Ventana Phase 6A-2
CPN 103437
[Insert Project Name]
nsert Project Number] Ventana Phase 6A-2
CPN 103437
Ventana Phase 8B
CPN 105702
01 78 39 - 3
DAP PROJECT RECORD DOCUMENTS
Page 3 of 4
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS [Insert Project Number]
Revised April 7, 2014
2. Preservation
a. Considering the Contract completion time, the probable number of occasions
upon which the job set must be taken out for new entries and for examination,
and the conditions under which these activities will be performed, devise a
suitable method for protecting the job set.
b. Do not use the job set for any purpose except entry of new data and for review
by the City, until start of transfer of data to final Project Record Documents.
c. Maintain the job set at the site of work.
3. Coordination with Construction Survey
a. At a minimum clearly mark any deviations from Contract Documents
associated with installation of the infrastructure.
4. Making entries on Drawings
a. Record any deviations from Contract Documents.
b. Use an erasable colored pencil (not ink or indelible pencil), clearly describe the
change by graphic line and note as required.
c. Date all entries.
d. Call attention to the entry by a "cloud" drawn around the area or areas affected.
e. In the event of overlapping changes, use different colors for the overlapping
changes.
5. Conversion of schematic layouts
a. In some cases on the Drawings, arrangements of conduits, circuits, piping,
ducts, and similar items, are shown schematically and are not intended to
portray precise physical layout.
1) Final physical arrangement is determined by the Contractor, subject to the
City's approval.
2) However, design of future modifications of the facility may require
accurate information as to the final physical layout of items which are
shown only schematically on the Drawings.
b. Show on the job set of Record Drawings, by dimension accurate to within 1
inch, the centerline of each run of items.
1) Final physical arrangement is determined by the Contractor, subject to the
City's approval.
2) Show, by symbol or note, the vertical location of the Item ("under slab", "in
ceiling plenum", "exposed", and the like).
3) Make all identification sufficiently descriptive that it may be related
reliably to the Specifications.
c. The City may waive the requirements for conversion of schematic layouts
where, in the City's judgment, conversion serves no useful purpose. However,
do not rely upon waivers being issued except as specifically issued in writing
by the City.
B. Final Project Record Documents
1. Transfer of data to Drawings
a. Carefully transfer change data shown on the job set of Record Drawings to the
corresponding final documents, coordinating the changes as required.
b. Clearly indicate at each affected detail and other Drawing a full description of
changes made during construction, and the actual location of items.
c. Call attention to each entry by drawing a "cloud" around the area or areas
affected.
Ventana Phase 6A-2
CPN 103437
[Insert Project Name]
nsert Project Number] Ventana Phase 6A-2
CPN 103437
Ventana Phase 8B
CPN 105702
01 78 39 - 4
DAP PROJECT RECORD DOCUMENTS
Page 4 of 4
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS [Insert Project Number]
Revised April 7, 2014
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
Ventana Phase 6A-2
CPN 103437
[Insert Project Name]
nsert Project Number] Ventana Phase 6A-2
CPN 103437
Ventana Phase 8B
CPN 105702
GC-4.02 Subsurface and Physical Conditions
Page 1 of 1
Ventana Phase 5A
CPN 102574
GC-4.02 SUBSURFACE AND PHYSICAL CONDITIONS
Ventana Phase 6A-2
CPN 103437
[Insert Project Name]
nsert Project Number] Ventana Phase 6A-2
CPN 103437
[Insert Project Name]
nsert Project Number] Ventana Phase 6A-2
CPN 103437
Ventana Phase 8B
CPN 105702
GEOTECHNICAL EXPLORATION
VENTANA – PHASE 8B
Off Benbrook Boulevard
Fort Worth, Texas
UES Report No. W242313
November 25, 2024
Prepared for:
PHDFW – VENTANA 36, LLC
5055 W. Park Boulevard, Suite 500
Plano, Texas 75093
Attention: Mr. Larry Delzell
Prepared By:
November 25, 2024
PHDFW – Ventana 36, LLC
5055 W. Park Boulevard, Suite 500
Plano, Texas 75093
Attention: Mr. Larry Delzell
Re: Geotechnical Exploration
Ventana – Phase 8B
Off Benbrook Boulevard
Fort Worth, Texas
UES Report No. W242313
Attached is the report of the geotechnical exploration performed for the project referenced above.
This study was authorized by Mr. Larry Delzell on August 14, 2024 and performed in accordance with
UES Professional Solutions, LLC Proposal No. 106341-rev1 dated August 8, 2024.
This report contains results of field explorations and laboratory testing and an engineering
interpretation of these with respect to available project characteristics. The results and analyses
were used to develop recommendations to aid design and construction of residential foundations.
UES Professional Solutions 44, LLC appreciates the opportunity to be of service on this project. If we
can be of further assistance, such as providing materials testing services during construction, please
contact our office.
Sincerely,
UES PROFESSIONAL SOLUTIONS 44, LLC
TBPE Firm No. 813
November 25, 2024
Karina Cohuo, EIT Gregory S. Fagan, P.E.
Geotechnical Project Manager Geotechnical Department Manager
KC/GSF/nl
Copies: (1-PDF) Client
UES REPORT NO. W242313
1.0 PURPOSE AND SCOPE ......................................................................................................... 1
2.0 PROJECT CHARACTERISTICS ................................................................................................ 1
3.0 FIELD EXPLORATION ............................................................................................................ 2
4.0 LABORATORY TESTS ............................................................................................................ 2
5.0 GENERAL SUBSURFACE CONDITIONS ................................................................................. 2
6.0 DESIGN RECOMMENDATIONS ............................................................................................ 3
6.1 Existing Fill and Existing Stockpiles ......................................................................... 3
6.2 Slab-on-Grade Foundations .................................................................................... 4
6.2.1 Subgrade Improvement Using Moisture Conditioning in
Zones II, III and IV ........................................................................................ 6
6.3 Post-Tensioning Institute, Design of Post-Tensioned Slab-on-Grade ..................... 7
6.4 Drainage and Other Considerations ....................................................................... 7
7.0 GENERAL CONSTRUCTION PROCEDURES AND GUIDELINES ............................................... 8
7.1 Site Preparation and Grading.................................................................................. 9
7.2 Foundation Excavations ........................................................................................ 10
7.3 Fill Compaction ..................................................................................................... 10
7.4 Utilities .................................................................................................................. 11
7.5 Groundwater ......................................................................................................... 12
8.0 LIMITATIONS ..................................................................................................................... 12
APPENDIX
A-1 Methods of Field Exploration
Boring Location Plan – Figure 1
B-1 Methods of Laboratory Testing
Logs of Borings
Key to Soil Symbols and Classifications
TABLE OF CONTENTS
UES Report No. W242313
1
1.0 PURPOSE AND SCOPE
The purpose of this geotechnical exploration is for UES PROFESSIONAL SOLUTIONS 44, LLC (UES)
to evaluate for PHDFW – Ventana 36, LLC (Client) some of the physical and engineering properties
of subsurface materials at selected locations on the subject site with respect to formulation of
appropriate geotechnical design parameters for the proposed construction. The field exploration
was accomplished by securing subsurface samples from widely spaced test borings performed
across the expanse of the site. Engineering analyses were performed from results of the field
exploration and results of laboratory tests performed on representative samples.
Also included are general comments pertaining to reasonably anticipated construction problems
and recommendations concerning earthwork and quality control testing during construction. This
information can be used to evaluate subsurface conditions and to aid in ascertaining construction
meets project specifications.
Recommendations provided in this report were developed from information obtained in test
borings depicting subsurface conditions only at the specific boring locations and at the particular
time designated on the logs. Subsurface conditions at other locations may differ from those
observed at the boring locations, and subsurface conditions at boring locations may vary at
different times of the year. The scope of work may not fully define the variability of subsurface
materials and conditions that are present on the site.
The nature and extent of variations between borings may not become evident until construction.
If significant variations then appear evident, our office should be contacted to re-evaluate our
recommendations after performing on-site observations and possibly other tests.
2.0 PROJECT CHARACTERISTICS
It is proposed to develop a residential subdivision (Ventana – Phase 8B) on a tract of land located
west of Benbrook Boulevard, about three (3) miles south of Ronald Reagan Memorial Highway, in
Fort Worth, Texas. A site plan illustrating the subject site is provided as Figure 1, the Boring
Location Plan, in the Appendix.
At the time the field exploration was performed, the site generally consisted of a vacant tract of
land with scattered to dense tree coverage. Review of historical aerial images available from
Google Earth indicates the area of Borings 7, 8, 16, 17, 26 and 27 is currently under construction
and stockpiles are also present. Review of topographical maps available at www.dfwmaps.com
indicates the site generally slopes down towards the southeast about 76 ft (Appx. Elev. 842 ft to
Elev. 766 ft). No information regarding previous development on the site was provided to us.
Present plans provide for the construction of new residential buildings. The new structures are
expected to create light loads to be carried by the foundations. It is also anticipated the new
structures will be supported using post -tensioned slab-on-grade foundations designed for
UES Report No. W242313
2
potential seasonal movements of 4½ inches or less. No below grade slabs are planned. Grading
plans were not available at the time of this study. For the purpose of our analysis, we have
maximum cuts and/or fills of up to 2 ft will be required to achieve final grade in the building pad
areas.
3.0 FIELD EXPLORATION
Subsurface conditions on the site were explored by drilling 48 test borings to a depth of about 20
ft. The borings were drilled in general accordance with ASTM Standard D 420 using standard
rotary drilling equipment. The approximate location of each test boring is shown on the Boring
Location Plan, Figure 1, enclosed in the Appendix. Details of drilling and sampling operations are
briefly summarized in Methods of Field Exploration, Section A -1 of the Appendix.
Subsurface types encountered during the field exploration are presented on the Log of Boring
sheet (boring log) included in the Appendix. The boring log contains our Field Technician's and
Engineer's interpretation of conditions believed to exist between actual samples retrieved.
Therefore, the boring log contains both factual and interpretive information. Lines delineating
subsurface strata on the boring log are approximate and the actual transition between strata may
be gradual.
4.0 LABORATORY TESTS
Selected samples of the subsurface materials were tested in the laboratory to evaluate their
engineering properties as a basis in providing recommendations for foundation design and
earthwork construction. A brief description of testing procedures used in the laboratory can be
found in Methods of Laboratory Testing, Section B-1 of the Appendix. Individual test results are
presented on the Log of Boring sheets enclosed in the Appendix.
5.0 GENERAL SUBSURFACE CONDITIONS
Based on geological maps available from the Bureau of Economic Geology, published by The
University of Texas at Austin, the project site lies within the Kiamichi formation and the undivided
Goodland Limestone and Walnut Clay formation. These formations generally consist of limestone
with marl (limey shale) layers. Residual overburden soils associated with these formations
generally consist of clay soils characterized by low to high shrink/swell potential. Subsurface
conditions at geological interfaces can be highly variable as indicated on the attached boring logs.
Subsurface conditions encountered in Borings 1, 9, 10, 14, 15 and 23 generally consisted of clay
extending to the 20 ft termination depth of the borings. Subsurface conditions encountered in
Borings 8 and 17 generally consisted of limestone extending to the 20 ft termination depth of the
borings. Subsurface conditions encountered in the remaining borings generally consisted of clay
to depths of about 2 ft to 13 ft below the ground surface underlain by limestone extending to the
20 ft termination depth of the borings. The upper 2 ft to 14 ft of clay and limestone fill
UES Report No. W242313
3
encountered in Borings 4, 6, 7, 8, 16, 17, 26 and 27 were visually identified as fill material. More
detailed stratigraphic information is presented on the attached Log of Boring sheets.
Most of the materials encountered in the borings are considered relatively impermeable and are
expected to have a relatively slow response to water movement. Therefore, several days of
observation would be required to evaluate actual groundwater levels within the depths explored.
Also, the groundwater level at the site is anticipated to fluctuate seasonally depending on the
amount of rainfall, prevailing weather conditions and subsurface drainage characteristics.
Free groundwater was encountered on drilling tools during drilling in Boring 26 at a depth of about
3 ft below the ground surface and the same boring was dry upon completion. No free
groundwater was encountered in the remaining borings. It is common to encounter seasonal
groundwater from fill material, from natural fractures within the clayey matrix, at the soil/rock
(limestone) interface and from fractures within the rock (limestone), particularly during or after
periods of precipitation. If more detailed groundwater information is required, monitoring wells
or piezometers can be installed.
Further information concerning subsurface materials and conditions encountered can be obtained
from the boring logs in the Appendix.
6.0 DESIGN RECOMMENDATIONS
The following design recommendations were developed on the basis of the previously described
Project Characteristics (Section 2.0) and General Subsurface Conditions (Section 5.0). Should the
project criteria change, our office should conduct a review to determine if modifications to the
recommendations are required. Further, it is recommended our office be provided with a copy of
the final building plans and specifications for review prior to construction.
The following design recommendations were evaluated assuming grading will consist of maximum
cuts and fills of 2 ft. Cutting and filling on the site more than 2 ft can alter the recommended
foundation design parameters. Therefore, it is recommended our office be provided with final
grading plans prior to construction to verify appropriate design parameters are utilized for final
foundation design.
6.1 Existing Fill and Existing Stockpiles
As discussed in Section 5.0, upper 2 ft to 14 ft of clay and limestone fill encountered in Borings 4,
6, 7, 8, 16, 17, 26 and 27 were visually identified as fill material. It is not known if this fill was
placed under engineering supervision with compaction records. If compaction records for this fill
cannot be obtained, the existing fill should be considered as uncontrolled fill. Uncontrolled fill is
generally not considered suitable for support of slab foundations due to the risk of under-
compacted zones resulting in failures of weak soil and/or indeterminate levels of settlement. Any
existing uncontrolled fill should be removed from the building pad areas and replaced with
UES Report No. W242313
4
engineered fill as recommended in Section 6.2 where moisture conditioned soils are required or
Section 7.3 where general fill is required. The excavated materials may be suitable for reuse as
engineered fill provided they are free of organics, boulders, r ubble, and other debris.
The lateral extent, depth and nature of existing fill are not known. Test pits could be performed
prior to construction to verify the presence, lateral extent, depth, and nature of the existing fill
materials. UES would be pleased to provide this service if desired.
Stockpiles of fill were observed at the planned locations of Borings 8, 16, 17, 26 and 27 as
discussed in Section 2.0. The earthwork and excavation contracts should contain provision for
complete removal of the material. The ground surface should be prepared in accordance with
Section 7.1 after removal of the stockpiles.
6.2 Slab-on-Grade Foundations
Slab-on-grade foundations should be designed with exterior and interior grade beams adequate
to provide sufficient rigidity to the foundation system. A net allowable bearing pressure of 1.5
kips per sq ft should be used for all grade beams bearing on undisturbed cuts in native clay, on
limestone, on fill material placed as recommended in Section 7.3, or on moisture conditioned soil
as recommended in Section 6.2.1. Grade beams should bear a minimum depth of 12 inches below
final grade and should have a minimum width of 10 inches considering the recommended bearing
capacity.
To reduce cracking as normal movement occurs in foundation soils, all grade beams and slab
foundations should be adequately reinforced with steel (conventional reinforcing steel and/or
post-tensioned reinforcement). It is common to experience some minor cosmetic distress to
structures with slab-on-grade foundation systems due to normal ground movements. A properly
designed and constructed moisture barrier should be placed between the slabs and subgrade soils
to retard moisture migration through the slabs.
Conditions encountered in the test borings, the assumed cut/fill depths within the building pads
and results of the laboratory tests reveal variations in highly expansive clay thickness and
expansive properties across the site. Such variations in clay thickness and expansive properties
will directly affect design parameters used for slab-on-grade foundations. Therefore, lots with
apparently common average clay thickness, similar expansive clay properties and similar
corresponding estimated potential movements have been grouped into Zones I, II, III and IV
delineated on the Boring Location Plan, Figure 1.
Subgrade improvement in the respective Zones (see Figure 1) should be performed using the
information summarized in Table A.
UES Report No. W242313
5
TABLE A
Estimated Potential Seasonal Movements and Recommended Subgrade Improvement
ZONE ESTIMATED POTENTIAL
MOVEMENT, INCHES
IMPROVEMENT REQUIRED TO REDUCE
MOVEMENTS TO 4½ INCHES
I Up to 4½ No Improvement Required
II Up to 6 4 ft of Moisture Conditioning
III Up to 8 6 ft of Moisture Conditioning
IV More than 8 8 ft of Moisture Conditioning
Potential seasonal movements were estimated using results from absorption swell tests, in
general accordance with methods outlined by the Texas Department of Transportation (TxDOT)
Test Method Tex-124-E and engineering judgment and experience. Estimated movements were
calculated assuming the moisture content of the in -situ soil within the normal zone of seasonal
moisture content change varies between a "dry" condition and a "wet" condition as defined by
Tex-124-E. Also, it was assumed a 1 psi surcharge load from the floor slab acts on the subgrade
soils. Movements exceeding our estimates could occur if positive drainage of surface water is not
maintained or if soils are subject to an outside water source, such as leakage from a utility line or
subsurface moisture migration from off-site locations.
Potential seasonal movements were estimated assuming fill material used to raise the grade will
consist of onsite or similar material with a plasticity index of 50 or less. If the plasticity index of
material used to raise the grade is higher than 50, potential movements could be higher than our
estimates.
Potential movements estimated for slab foundations in Zones II, III and IV (see Figure 1 for
delineation of Zones) are considered outside normal design tolerances. Movement of slab
foundations in Zones II, III and IV could be reduced to not more than 4½ inches if the upper 4 ft
to 8 ft of on-site soils and/or new fill below final grade, as summarized in Table A, are moisture
conditioned and then covered with an impermeable plastic barrier (polyethylene sheeting).
Moisture conditioning recommendations are provided in Section 6.2.1.
In choosing moisture conditioning as a method of slab movement reduction, the Client is
accepting some post construction movement of slabs (about 4½ inches). Therefore, the Client
understands and acknowledges that in the geographical region covered by thi s report, a potential
movement of 4½ inches is considered a reasonable compromise between foundation design and
construction cost and the amount of allowable movement of the foundation.
Please note, improvement of the existing soils using moisture conditioning with plastic sheeting is
intended only for the designated building pad areas plus 5 ft beyond the building pad limits, and
not the entire residential lot. Accordingly, planned residences must be exclusively constructed
within 1 ft of the existing ground surface. The purpose of the plastic sheeting is to maintain the
UES Report No. W242313
6
moisture of the underlying soils relatively the same from the time the plastic sheeting is placed
through the time the foundation is placed. This plastic sheeting is not intended as a moisture
barrier component for the actual foundation. Any such requirements should be addressed by the
designer of the foundation, and should be followed by the builder. Prior to building on the
improved designated building pad area, a surveyor should verify the lateral extent of the plastic
sheeting and to confirm that no portion of the new residences will extend beyond the limits of the
designated building pad. If any part of the slab footprint extends beyond the designated building
pad, UES should be contacted for additional design recommendations.
6.2.1 Subgrade Improvement Using Moisture Conditioning in Zones II, III and IV
Estimated potential movements of slab foundations in Zones II, III and IV could be reduced
to about 4½ inches by moisture-conditioning the uppermost 4 ft to 8 ft of on-site and/or
fill soils below final grade as recommended in Table A.
Limestone could be encountered within the recommended depth of moisture
conditioning, particularly near zone boundaries. It will be required to over excavate this
limestone unless the limestone is at least 3 ft thick, sufficiently strong and extending across
the entire building pad. Test pits should be performed verify the nature of limestone prior
to terminating moisture conditioning shallower than the recommended depth. UES should
be retained to observe the test pits.
Moisture-conditioning consists of over-excavating (where necessary) and/or filling with
on-site soil that is compacted at a “target” moisture content at least 5 percentage points
above the material’s optimum moisture content as determined by the standard P roctor
method (ASTM D 698). Some of the onsite soils with a lower plasticity index may require
compaction at a moisture content closer to optimum. Any deviation from them minimum
5 percentage points above optimum should be verified by UES during construction. The
moisture-conditioned soil should be compacted to a dry density between 93 and 98
percent of standard Proctor maximum dry density. Moisture-conditioning with on-site soil
should extend throughout the entire building pad area and at least 5 ft beyond th e
perimeter of the designated building pad (as indicated on the referenced project grading
plans). Plastic sheeting (6 to 8 mil thickness) should be placed above the moisture -
conditioned soil for long-term maintenance of the moisture content of the conditioned
soil. This sheeting should be placed 8 to 12 inches below final grade and should also extend
at least 5 ft beyond the perimeter of the building pad. Following completion of moisture -
conditioning and placement of the plastic sheeting, estimat ed movements in Zones II, III
and IV should not exceed about 4½ inches.
The purpose of moisture-conditioning is to reduce the free swell of the moisture-
conditioned soils to 1 percent or less. Additional laboratory tests (i.e., standard Proctors,
absorption swell tests, etc.) should be conducted during construction to verify that the
“target” moisture content for moisture-conditioning (estimated at 5 percentage points
UES Report No. W242313
7
above the material’s optimum moisture content as defined by ASTM D 698) is sufficient to
reduce the free swell potential of the processed soil to 1 percent or less.
Moisture conditioning should be observed and tested on a full time basis by a
representative of UES to verify the moisture conditioned clays are placed with the proper
lift thickness, moisture content, and density.
6.3 Post-Tensioning Institute, Design of Post-Tensioned Slab-on-Grade
Table B contains information for design of the post-tensioned, slab-on-grade foundations. Design
parameters were evaluated based on the conditions encountered in the borings and using
information and correlations published by PTI Third Edition and VOLFLO 1.5 computer pro gram
provided by Geostructural Tool Kit, Inc. (GTI).
TABLE B
PTI Design Parameters
Potential Seasonal Movement = 4½ inches
In Zone I and after subgrade improvement in Zones II, III and IV as recommended in Section 6.2
Edge Lift Center Lift
Edge Moisture Distance (em), ft 4.0 8.0
Differential Soil Movement (ym), inches 2.2 (swell) 1.6 (Shrink)
6.4 Drainage and Other Considerations
Adequate drainage should be provided to reduce seasonal variations in the moisture content of
foundation soils. All pavement and sidewalks within 5 ft of the residences should be sloped away
from the structures to prevent ponding of water around the found ations. Final grades within 5 ft
of the structures should be adjusted to slope away from the structures at a minimum slope of 2
percent. Maintaining positive surface drainage throughout the life of the structures is essential.
In areas with pavement or sidewalks adjacent to the new residences, a positive seal must be
maintained between the structure and the pavement or sidewalk to minimize seepage of water
into the underlying supporting soils. Post-construction movement of pavement and flatwork is
common. Normal maintenance should include inspection of all joints in paving and sidewalks, etc.
as well as resealing where necessary.
Several factors relate to civil and architectural design and/or maintenance, which can significantly
affect future movements of the foundation and floor slab systems:
• Preferably, a complete system of gutters and downspouts should carry runoff water a
minimum of 5 ft from the completed structure.
UES Report No. W242313
8
• Large trees and shrubs should not be allowed closer to the foundation than a horizontal
distance equal to roughly one-half of their mature height due to their significant moisture
demand upon maturing.
• Moisture conditions should be maintained “constant” around the edge of the slab.
Ponding of water in planters, in unpaved areas, and around joints in paving and sidewalks
can cause slab movements beyond those predicted in this report.
• Planter box structures placed adjacent to building should be provided with a means to
assure concentrations of water are not available to the subsoil stratigraphy.
• Architectural design of the floor slabs should avoid additional features such as wing walls
as extensions of the slab.
• The root systems from existing or recently removed trees at this site will have dried and
desiccated the surrounding clay soils, resulting in soil with near-maximum swell potential.
Clay soils surrounding tree root mats in areas to be covered with at -grade slabs (including
but not limited to foundations, driveways, porches, patios, and sidewalks) should be
removed to a depth of at least 1 ft below the tree root ball. The resulting excavation should
be backfilled with engineered fill as described in Section 7.3.
Trench backfill for utilities should be properly placed and compacted as outlined in Section 7.4
and in accordance with requirements of local City standards. Since granular bedding backfill is
used for most utility lines, the backfilled trench should not become a conduit and allow access for
surface or subsurface water to travel toward the new structures. Concrete cut -off collars or clay
plugs should be provided where utility lines cross building lines to prevent water from traveling in
the trench backfill and entering beneath the structure.
7.0 GENERAL CONSTRUCTION PROCEDURES AND GUIDELINES
Variations in subsurface conditions could be encountered during construction. To permit
correlation between test boring data and actual subsurface conditions encountered during
construction, it is recommended a registered Professional Engineering firm be retained to observe
construction procedures and materials.
Some construction problems, particularly degree or magnitude, cannot be reasonably anticipated
until the course of construction. The recommendations offered in the following paragraphs are
intended not to limit or preclude other conceivable solutions, but rather to provide our
observations based on our experience and understanding of the project characteristics and
subsurface conditions encountered in the borings.
UES Report No. W242313
9
7.1 Site Preparation and Grading
Limestone was encountered within 4 ft of the ground surface in several borings and could be
encountered during general excavation and grading at this site. From our experience, this
limestone can be hard and difficult to excavate. Rock excavation methods (including, but not
limited to rock teeth, rippers, jack hammers, or sawcutting) may be required to remove the
limestone. Crushing equipment may be required to process this limestone if it is desired to use
this material as compacted fill on the site. The contractor selected should have experience with
excavation in hard limestone.
All areas supporting slab foundations, flatwork or areas to receive new fill should be properly
prepared.
• After completion of the necessary stripping, clearing, and excavating and prior to placing
any required fill, the exposed subgrade should be carefully evaluated by probing and
testing. Any undesirable material (organic material, wet, soft, or loose soil) still in place
should be removed.
• The exposed subgrade should be further evaluated by proof-rolling with a heavy
pneumatic tired roller, loaded dump truck or similar equipment weighing approximately
10 tons to check for pockets of soft or loose material hidden beneath a thin crust of
possibly better soil.
• Proof-rolling procedures should be observed routinely by a Professional Engineer or his
designated representative. Any undesirable material (organic material, wet, soft, or loose
soil) exposed from the proof roll should be removed and replaced with well -compacted
material as outlined in Section 7.3.
• Prior to placement of any fill, the exposed subgrade should then be scarified to a
minimum depth of 6 inches and recompacted as outlined in Section 7.3.
If fill is to be placed on existing slopes (natural or constructed) steeper than six horizontal to one
vertical (6:1), the fill materials should be benched into the existing slopes in such a manner as to
provide a minimum bench width of five (5) ft. This should provide a good contact between the
existing soils and new fill materials, reduce potential sliding planes, and allow relatively horizontal
lift placements.
Even if fill is properly compacted as recommended in Section 7.3, fills in excess of about 10 ft are
still subject to settlements over time of up to about 1 to 2 percent of the total fill thickness. This
should be considered when planning or placing deep fills.
Slope stability analysis of embankments (natural or constructed) and global stability analysis for
retaining walls was not within the scope of this study.
UES Report No. W242313
10
The contractor is responsible for designing any excavation slopes, temporary sheeting or shoring.
Design of these structures should include any imposed surface surcharges. Construction site
safety is the sole responsibility of the contractor, who shall a lso be solely responsible for the
means, methods and sequencing of construction operations. The contractor should also be aware
that slope height, slope inclination or excavation depths (including utility trench excavations)
should in no case exceed those specified in local, state and/or federal safety regulations, such as
OSHA Health and Safety Standard for Excavations, 29 CFR Part 1926, or successor regulations.
Stockpiles should be place well away from the edge of the excavation and their heights shoul d be
controlled so they do not surcharge the sides of the excavation. Surface drainage should be
carefully controlled to prevent flow of water over the slopes and/or into the excavations.
Construction slopes should be closely observed for signs of mass m ovement, including tension
cracks near the crest or bulging at the toe. If potential stability problems are observed, a
geotechnical engineer should be contacted immediately. Shoring, bracing or underpinning
required for the project (if any) should be de signed by a professional engineer registered in the
State of Texas.
Traffic of heavy equipment (including heavy compaction equipment) may create pumping and
general deterioration of shallow soils. Therefore, some construction difficulties should be
anticipated.
7.2 Foundation Excavations
All foundation excavations should be monitored to verify foundations bear on suitable material.
The bearing stratum exposed in the base of all foundation excavations should be protected against
any detrimental change in conditions. Surface runoff water sh ould be drained away from
excavations and not allowed to collect. All concrete for foundations should be placed as soon as
practical after the excavation is made.
Prolonged exposure of the bearing surface to air or water will result in changes in strength and
compressibility of the bearing stratum. Therefore, if delays occur, excavations should be slightly
deepened and cleaned, in order to provide a fresh bearing s urface.
7.3 Fill Compaction
The following are recommendations pertaining to general fill compaction. Moisture conditioned
soil should conform to the recommendations provided in Section 6.2.
Clay soils with a plasticity index equal to or greater than 25 should be compacted to a dry density
between 93 and 98 percent of standard Proctor maximum dry density (ASTM D 698). The
compacted moisture content of the clays during placement should be within the range of +2 to +6
percentage points of the material’s optimum moisture.
UES Report No. W242313
11
Clay soils used for general fill with a plasticity index less than 25 should be compacted to a dry
density of at least 95 percent of standard Proctor maximum dry density (ASTM D 698). The
compacted moisture content of the clays during placement should be within the range of -1 to +3
percentage points of the material’s optimum moisture.
Clay soils used as fill should be processed and the largest particle or clod should be less than 6
inches prior to compaction.
Processed limestone used as fill should be compacted to at least 95 percent of standard Proctor
maximum dry density. The compacted moisture content of the processed sandstone is not
considered crucial to proper performance. However, if the material's moisture content during
placement is within 3 percentage points of optimum, the compactive effort required to achieve
the minimum compaction criteria may be minimized. Individual rock pieces larger than 6 inches
in dimension should not be used as fill. However, if rock fill is utilized within 3 ft below the bottom
of floor slabs, the maximum allowable size of individual rock pieces should be reduced to 3 inches.
Processed limestone used as fill should incorporate sufficient fines to prevent the presence of
voids around larger diameter rock pieces. A gradation of at least 40 percent passing a standard
No. 4 sieve is recommended.
Where mass fills are deeper than 10 ft, the fill/backfill below 10 ft should be compacted to at least
100 percent of standard Proctor maximum dry density (ASTM D -698) and within 2 percentage
points of the material's optimum moisture content. The portion of the fill/backfill shallower than
10 ft should be compacted as outlined herein.
Compaction should be accomplished by placing fill in about 8-inch thick loose lifts and compacting
each lift to at least the specified minimum dry density. Field density and moisture content tests
should be performed on each lift.
7.4 Utilities
Where utility lines are deeper than 10 ft, the fill/backfill below 10 ft should be compacted to at
least 100 percent of standard Proctor maximum dry density (ASTM D 698) and within –2 to +2
percentage points of the material's optimum moisture content. The portion of the fill/backfill
shallower than 10 ft should be compacted as previously outlined. Density tests should be
performed on each lift (maximum 12-inch thick) and should be performed as the trench is being
backfilled.
Even if fill is properly compacted, fills in excess of about 10 ft are still subject to settlements over
time of up to about 1 to 2 percent of the total fill thickness. This should be considered when
designing pavement over utility lines.
UES Report No. W242313
12
If utility trenches or other excavations extend to or beyond a depth of 5 ft below construction
grade, the contractor or others shall be required to develop an excavation safety plan to protect
personnel entering the excavation or excavation vicinity. The collection of specific geotechnical
data and the development of such a plan, which could include designs for sloping and benching
or various types of temporary shoring, is beyond the scope of this study. Any such designs and
safety plans shall be developed in accordance with current OSHA guidelines and other applicable
industry standards.
7.5 Groundwater
Groundwater was encountered in Boring 26 at a depth of about 3 ft below the ground surface .
From our experience, shallow groundwater seepage could be encountered in excavations for
foundations, utilities and other general excavations at this site. The risk of seepage increases with
depth of excavation and during or after periods of precipitation. Standard sump pits and pumping
may be adequate to control seepage on a local basis in clayey soils.
In any areas where cuts are made, attention should be given to possible seasonal water seepage
that could occur through natural cracks and fissures in the newly exposed stratigraphy. Also, the
risk of seepage is increased where limestone is exposed in excavations and slopes or is near final
grade. In these areas subsurface drains may be required to intercept seasonal groundwater
seepage. The need for these or other dewatering devices should be carefully addressed during
construction. Our office could be contacted to visually observe final grades to evaluate the need
for such drains.
8.0 LIMITATIONS
Professional services provided in this geotechnical exploration were performed, findings
obtained, and recommendations prepared in accordance with generally accepted geotechnical
engineering principles and practices. The scope of services provided herein does not include an
environmental assessment of the site or investigation for the presence or absence of hazardous
materials in the soil, surface water or groundwater. UES, upon written request, can be retained
to provide these services.
UES is not responsible for conclusions, opinions or recommendations made by others based on
this data. Information contained in this report is intended for the exclusive use of the Client (and
their designated design representatives), and is related solely to design of the specific structures
outlined in Section 2.0. No party other than the Client (and their designated design
representatives) shall use or rely upon this report in any manner whatsoever unless such party
shall have obtained UES’s written acceptance of such intended use. Any such third party using
this report after obtaining UES’s written acceptance shall be bound by the limitations and
limitations of liability contained herein, including UES’s liability being limited to the fee paid to it
for this report. Recommendations presented in this report should not be used for design of any
other structures except those specifically described in this report. In all areas of this report in
UES Report No. W242313
13
which UES may provide additional services if requested to do so in writing, it is presumed that
such requests have not been made if not evidenced by a written document accepted by UES.
Further, subsurface conditions can change with passage of time. Recommendations contained
herein are not considered applicable for an extended period of time after the completion date of
this report. It is recommended our office be contacted for a revi ew of the contents of this report
for construction commencing more than one (1) year after completion of this report. Non-
compliance with any of these requirements by the Client or anyone else shall release UES from
any liability resulting from the use of, or reliance upon, this report.
Recommendations provided in this report are based on our understanding of information
provided by the Client about characteristics of the project. If the Client notes any deviation from
the facts about project characteristics, our office should be contacted immediately since this may
materially alter the recommendations. Further, UES is not responsible for damages resulting from
workmanship of designers or contractors. It is recommended the Owner retain qualified
personnel, such as a Geotechnical Engineering firm, to verify construction is performed in
accordance with plans and specifications.
APPENDIX
UES Report No. W242313
A-1 METHODS OF FIELD EXPLORATION
Using standard rotary drilling equipment, a total of 48 test borings were performed for this
geotechnical exploration. The approximate location of the boring is shown on the Boring Location
Plan, Figure 1. The test boring locations were staked using a handheld GPS unit or by
pacing/taping and estimating right angles from landmar ks which could be identified in the field
and as shown on the site plan provided during this study. The location of test boring shown on
the Boring Location Plan is considered accurate only to the degree implied by the methods used
to define them.
Relatively undisturbed samples of the cohesive subsurface materials were obtained by
hydraulically pressing 3-inch O.D. thin-wall sampling tubes into the underlying soils at selected
depths (ASTM D 1587). These samples were removed from the sampling tubes in the field and
evaluated visually. One representative portion of each sample was sealed in a plastic bag for use
in future visual evaluation and possible testing in the laboratory.
A modified version of the Texas Cone Penetration (TCP) test was completed in the field to
determine the apparent in-place strength characteristics of the rock type materials. A 3-inch
diameter steel cone driven by a 170-pound hammer dropped 24 inches is the basis for TxDOT
strength correlations. In this case, UES has modified the procedure by using a 140-pound
hammer dropping 30-inches for completion of the field test. Depending on the resistance
(strength) of the materials, either the number of blows of the hammer required to provide 12
inches of penetration, or the inches of penetration of the cone due to 100 blows of the hammer
are recorded on the field log and are shown on the Log of Boring sheets as “TX Cone” (reference
TxDOT Test Method TEX 132-E, as modified).
Log of the boring is included in the Appendix. The log shows visual descriptions of subsurface
strata encountered using the Unified Soil Classification System. Sampling information, pertinent
field data, and field observations are also included. Samples not consumed by testing will be
retained in our laboratory for at least 14 days and then discarded unless the Client requests
otherwise.
BORING LOCATION PLANGEOTECHNICAL EXPLORATIONVENTANA - PHASE 8BOFF BENBROOK BOULEVARDFORT WORTH, TEXASUES PROJECT NO. W242313FIGURE 1B-48B-47B-46B-45B-44B-42B-43B-41B-21B-23B-22B-24B-25B-26B-27B-28B-11B-13B-12B-14B-15B-16B-17B-18B-19B-20 B-1 B-3 B-2 B-4 B-5 B-6 B-7 B-8 B-9 B-10 B-29B-30B-31B-32B-33B-34B-35B-36B-37B-38B-39B-40 JERRY DUNN PARKW AYIIIIIIIIIIIIIIIIIIIIIII IIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIVIVIVB-48B-47B-46B-45B-44B-42B-43B-41B-21B-23B-22B-24B-25B-26B-27B-28B-11B-13B-12B-14B-15B-16B-17B-18B-19B-20 B-1 B-3 B-2 B-4 B-5 B-6 B-7 B-8 B-9 B-10 B-29B-30B-31B-32B-33B-34B-35B-36B-37B-38B-39B-40 JERRY DUNN PARKW AYIIIIIIIIIIIIIIIIIIIIIII IIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIVIVIVNAPPROXIMATE BORING LOCATIONZONE II I ZONE I II ZONE III III ZONE IV IV
UES Report No. W242313
B-1 METHODS OF LABORATORY TESTING
Representative samples were evaluated and classified by a qualified member of the Geotechnical
Division and the boring logs were edited as necessary. To aid in classifying the subsurface
materials and to determine the general engineering characteristics, natural moisture content
tests (ASTM D 2216), Atterberg-limit tests (ASTM D 4318) and dry unit weight determinations
were performed on selected samples. In addition, unconfined compressive strength tests (ASTM
D 2166) and pocket-penetrometer tests were conducted on selected soil samples to evaluate the
soil shear strength. Results of these laboratory tests are provided on the Log of Boring sheets.
In addition to the Atterberg-limit tests, the expansive properties of the clayey soils were further
analyzed by absorption swell tests in general accordance with ASTM D 4546. The swell test is
performed by placing a selected sample in a consolidation machine and applying either the
approximate current or expected overburden pressure and then allowing the sample to absorb
water. When the sample exhibits very little tendency for further expansion, the height increase
is recorded and the percent free swell and total moisture gain calculated. Results of these
laboratory tests are provided on the Log of Boring sheets.
Client:
Project:
Start Date:End Date:
Drilling Method:
BORING NO.:
PROJECT NO.:
Location:
Surface Elevation:
West:
North:
Hammer Drop (lbs / in):Depth, feetGraphic LogMATERIAL DESCRIPTION Sample TypeRecovery %RQDTX Cone or Std.Pen. (blows/ft, in)PocketPenetrometer (tsf)Unconfined Comp.Strength (tsf)UU ShearStrength (tsf)% PassingNo. 200 SieveUnit Dry Weight(pcf)Water Content, %Liquid LimitPlastic LimitPlasticity IndexSwell, %GROUND WATER OBSERVATIONS
On Rods (ft):
After Drilling (ft):
After Hours (ft):
PHDFW - Ventana 36, LLC
Ventana Phase 8B
10/8/2024 10/8/2024
CONTINUOUS FLIGHT AUGER
1
W242313
Fort Worth, Texas
140 / 30
NONE
DRY
5058 Brush Creek Rd.
Fort Worth, Texas 76119
Phone: 817-496-5600
Fax: 817-496-5608
www.alphatesting.com
5
10
15
20
Dark Brown CLAY with limestone fragments
6.0
Brown CLAY with limestone fragments
and calcareous deposits
10.0
Tan and Gray CLAY with limestone fragments
and calcareous deposits
20.0
TEST BORING TERMINATED AT 20 FT
4.5+20
4.5+18 62 21 41 3.2
4.5+21
4.5+23 64 19 45 0.8
4.5+17
4.5+17
3.5 16
Sheet 1 of 1
Client:
Project:
Start Date:End Date:
Drilling Method:
BORING NO.:
PROJECT NO.:
Location:
Surface Elevation:
West:
North:
Hammer Drop (lbs / in):Depth, feetGraphic LogMATERIAL DESCRIPTION Sample TypeRecovery %RQDTX Cone or Std.Pen. (blows/ft, in)PocketPenetrometer (tsf)Unconfined Comp.Strength (tsf)UU ShearStrength (tsf)% PassingNo. 200 SieveUnit Dry Weight(pcf)Water Content, %Liquid LimitPlastic LimitPlasticity IndexSwell, %GROUND WATER OBSERVATIONS
On Rods (ft):
After Drilling (ft):
After Hours (ft):
PHDFW - Ventana 36, LLC
Ventana Phase 8B
10/8/2024 10/8/2024
CONTINUOUS FLIGHT AUGER
2
W242313
Fort Worth, Texas
140 / 30
NONE
DRY
5058 Brush Creek Rd.
Fort Worth, Texas 76119
Phone: 817-496-5600
Fax: 817-496-5608
www.alphatesting.com
5
10
15
20
Dark Brown CLAY with limestone fragments
2.0
Tan LIMESTONE
13.0
Gray LIMESTONE
20.0
TEST BORING TERMINATED AT 20 FT
4.5+46
100/1.50"
100/1.50"
100/1.00"
Sheet 1 of 1
Client:
Project:
Start Date:End Date:
Drilling Method:
BORING NO.:
PROJECT NO.:
Location:
Surface Elevation:
West:
North:
Hammer Drop (lbs / in):Depth, feetGraphic LogMATERIAL DESCRIPTION Sample TypeRecovery %RQDTX Cone or Std.Pen. (blows/ft, in)PocketPenetrometer (tsf)Unconfined Comp.Strength (tsf)UU ShearStrength (tsf)% PassingNo. 200 SieveUnit Dry Weight(pcf)Water Content, %Liquid LimitPlastic LimitPlasticity IndexSwell, %GROUND WATER OBSERVATIONS
On Rods (ft):
After Drilling (ft):
After Hours (ft):
PHDFW - Ventana 36, LLC
Ventana Phase 8B
10/8/2024 10/8/2024
CONTINUOUS FLIGHT AUGER
3
W242313
Fort Worth, Texas
140 / 30
NONE
DRY
5058 Brush Creek Rd.
Fort Worth, Texas 76119
Phone: 817-496-5600
Fax: 817-496-5608
www.alphatesting.com
5
10
15
20
Tan CLAY with limestone fragments and
calcareous deposits
6.0
Tan LIMESTONE with clay seams and
layers
13.0
Gray LIMESTONE
20.0
TEST BORING TERMINATED AT 20 FT
4.5+7
4.5+16 63 16 47 3.5
4.5+11
100/2.00"
100/1.00"
Sheet 1 of 1
Client:
Project:
Start Date:End Date:
Drilling Method:
BORING NO.:
PROJECT NO.:
Location:
Surface Elevation:
West:
North:
Hammer Drop (lbs / in):Depth, feetGraphic LogMATERIAL DESCRIPTION Sample TypeRecovery %RQDTX Cone or Std.Pen. (blows/ft, in)PocketPenetrometer (tsf)Unconfined Comp.Strength (tsf)UU ShearStrength (tsf)% PassingNo. 200 SieveUnit Dry Weight(pcf)Water Content, %Liquid LimitPlastic LimitPlasticity IndexSwell, %GROUND WATER OBSERVATIONS
On Rods (ft):
After Drilling (ft):
After Hours (ft):
PHDFW - Ventana 36, LLC
Ventana Phase 8B
10/8/2024 10/8/2024
CONTINUOUS FLIGHT AUGER
4
W242313
Fort Worth, Texas
140 / 30
NONE
DRY
5058 Brush Creek Rd.
Fort Worth, Texas 76119
Phone: 817-496-5600
Fax: 817-496-5608
www.alphatesting.com
5
10
15
20
Brown and Tan CLAY with limestone fragments
- FILL
2.0
Tan LIMESTONE with clay seams and
layers
20.0
TEST BORING TERMINATED AT 20 FT
4.5+7 41 16 25
100/3.50"
100/2.50"
100/2.00"
Sheet 1 of 1
Client:
Project:
Start Date:End Date:
Drilling Method:
BORING NO.:
PROJECT NO.:
Location:
Surface Elevation:
West:
North:
Hammer Drop (lbs / in):Depth, feetGraphic LogMATERIAL DESCRIPTION Sample TypeRecovery %RQDTX Cone or Std.Pen. (blows/ft, in)PocketPenetrometer (tsf)Unconfined Comp.Strength (tsf)UU ShearStrength (tsf)% PassingNo. 200 SieveUnit Dry Weight(pcf)Water Content, %Liquid LimitPlastic LimitPlasticity IndexSwell, %GROUND WATER OBSERVATIONS
On Rods (ft):
After Drilling (ft):
After Hours (ft):
PHDFW - Ventana 36, LLC
Ventana Phase 8B
10/8/2024 10/8/2024
CONTINUOUS FLIGHT AUGER
5
W242313
Fort Worth, Texas
140 / 30
NONE
DRY
5058 Brush Creek Rd.
Fort Worth, Texas 76119
Phone: 817-496-5600
Fax: 817-496-5608
www.alphatesting.com
5
10
15
20
Dark Brown CLAY with limestone fragments
2.0
Tan CLAY with limestone fragments and
calcareous deposits
6.0
Tan LIMESTONE
12.0
Gray LIMESTONE
20.0
TEST BORING TERMINATED AT 20 FT
4.5+14
4.5+11
4.5+9 66 18 48 4.8
100/0.50"
100/1.00"
Sheet 1 of 1
Client:
Project:
Start Date:End Date:
Drilling Method:
BORING NO.:
PROJECT NO.:
Location:
Surface Elevation:
West:
North:
Hammer Drop (lbs / in):Depth, feetGraphic LogMATERIAL DESCRIPTION Sample TypeRecovery %RQDTX Cone or Std.Pen. (blows/ft, in)PocketPenetrometer (tsf)Unconfined Comp.Strength (tsf)UU ShearStrength (tsf)% PassingNo. 200 SieveUnit Dry Weight(pcf)Water Content, %Liquid LimitPlastic LimitPlasticity IndexSwell, %GROUND WATER OBSERVATIONS
On Rods (ft):
After Drilling (ft):
After Hours (ft):
PHDFW - Ventana 36, LLC
Ventana Phase 8B
10/8/2024 10/8/2024
CONTINUOUS FLIGHT AUGER
6
W242313
Fort Worth, Texas
140 / 30
NONE
DRY
5058 Brush Creek Rd.
Fort Worth, Texas 76119
Phone: 817-496-5600
Fax: 817-496-5608
www.alphatesting.com
5
10
15
20
Brown and Tan CLAY with limestone fragments
and calcareous deposits - FILL
5.0
Tan LIMESTONE
12.0
Gray LIMESTONE
20.0
TEST BORING TERMINATED AT 20 FT
4.5+7 35 15 20
1.5 15
100/1.50"
100/1.00"
Sheet 1 of 1
Client:
Project:
Start Date:End Date:
Drilling Method:
BORING NO.:
PROJECT NO.:
Location:
Surface Elevation:
West:
North:
Hammer Drop (lbs / in):Depth, feetGraphic LogMATERIAL DESCRIPTION Sample TypeRecovery %RQDTX Cone or Std.Pen. (blows/ft, in)PocketPenetrometer (tsf)Unconfined Comp.Strength (tsf)UU ShearStrength (tsf)% PassingNo. 200 SieveUnit Dry Weight(pcf)Water Content, %Liquid LimitPlastic LimitPlasticity IndexSwell, %GROUND WATER OBSERVATIONS
On Rods (ft):
After Drilling (ft):
After Hours (ft):
PHDFW - Ventana 36, LLC
Ventana Phase 8B
10/8/2024 10/8/2024
CONTINUOUS FLIGHT AUGER
7
W242313
Fort Worth, Texas
140 / 30
NONE
DRY
5058 Brush Creek Rd.
Fort Worth, Texas 76119
Phone: 817-496-5600
Fax: 817-496-5608
www.alphatesting.com
5
10
15
20
Brown and Tan CLAY with limestone fragments
and calcareous deposits - FILL
4.0
Tan LIMESTONE
12.0
Gray LIMESTONE
20.0
TEST BORING TERMINATED AT 20 FT
4.5+13
4.5+12
100/1.00"
100/1.50"
100/1.00"
Sheet 1 of 1
Client:
Project:
Start Date:End Date:
Drilling Method:
BORING NO.:
PROJECT NO.:
Location:
Surface Elevation:
West:
North:
Hammer Drop (lbs / in):Depth, feetGraphic LogMATERIAL DESCRIPTION Sample TypeRecovery %RQDTX Cone or Std.Pen. (blows/ft, in)PocketPenetrometer (tsf)Unconfined Comp.Strength (tsf)UU ShearStrength (tsf)% PassingNo. 200 SieveUnit Dry Weight(pcf)Water Content, %Liquid LimitPlastic LimitPlasticity IndexSwell, %GROUND WATER OBSERVATIONS
On Rods (ft):
After Drilling (ft):
After Hours (ft):
PHDFW - Ventana 36, LLC
Ventana Phase 8B
10/8/2024 10/8/2024
CONTINUOUS FLIGHT AUGER
8
W242313
Fort Worth, Texas
140 / 30
NONE
DRY
5058 Brush Creek Rd.
Fort Worth, Texas 76119
Phone: 817-496-5600
Fax: 817-496-5608
www.alphatesting.com
5
10
15
20
Tan LIMESTONE FILL
14.0
Tan LIMESTONE with clay seams and
layers
20.0
TEST BORING TERMINATED AT 20 FT
100/7.50"
100/9.00"
100/2.00"
100/2.00"
Sheet 1 of 1
Client:
Project:
Start Date:End Date:
Drilling Method:
BORING NO.:
PROJECT NO.:
Location:
Surface Elevation:
West:
North:
Hammer Drop (lbs / in):Depth, feetGraphic LogMATERIAL DESCRIPTION Sample TypeRecovery %RQDTX Cone or Std.Pen. (blows/ft, in)PocketPenetrometer (tsf)Unconfined Comp.Strength (tsf)UU ShearStrength (tsf)% PassingNo. 200 SieveUnit Dry Weight(pcf)Water Content, %Liquid LimitPlastic LimitPlasticity IndexSwell, %GROUND WATER OBSERVATIONS
On Rods (ft):
After Drilling (ft):
After Hours (ft):
PHDFW - Ventana 36, LLC
Ventana Phase 8B
10/7/2024 10/7/2024
CONTINUOUS FLIGHT AUGER
9
W242313
Fort Worth, Texas
140 / 30
NONE
DRY
5058 Brush Creek Rd.
Fort Worth, Texas 76119
Phone: 817-496-5600
Fax: 817-496-5608
www.alphatesting.com
5
10
15
20
Dark Brown CLAY with limestone fragments
8.0
Brown CLAY with limestone fragments
and calcareous deposits
10.0
Tan CLAY with limestone fragments and
calcareous deposits
20.0
TEST BORING TERMINATED AT 20 FT
4.5+22
4.5+17 76 15 61
4.5+20
4.5+22
4.5+25
4.5+17
4.5+14
Sheet 1 of 1
Client:
Project:
Start Date:End Date:
Drilling Method:
BORING NO.:
PROJECT NO.:
Location:
Surface Elevation:
West:
North:
Hammer Drop (lbs / in):Depth, feetGraphic LogMATERIAL DESCRIPTION Sample TypeRecovery %RQDTX Cone or Std.Pen. (blows/ft, in)PocketPenetrometer (tsf)Unconfined Comp.Strength (tsf)UU ShearStrength (tsf)% PassingNo. 200 SieveUnit Dry Weight(pcf)Water Content, %Liquid LimitPlastic LimitPlasticity IndexSwell, %GROUND WATER OBSERVATIONS
On Rods (ft):
After Drilling (ft):
After Hours (ft):
PHDFW - Ventana 36, LLC
Ventana Phase 8B
10/7/2024 10/7/2024
CONTINUOUS FLIGHT AUGER
10
W242313
Fort Worth, Texas
140 / 30
NONE
DRY
5058 Brush Creek Rd.
Fort Worth, Texas 76119
Phone: 817-496-5600
Fax: 817-496-5608
www.alphatesting.com
5
10
15
20
Dark Brown CLAY with limestone fragments
6.0
Brown CLAY
8.0
Tan CLAY with limestone fragments and
calcareous deposits
15.0
Tan and Gray CLAY with calcareous deposits
20.0
TEST BORING TERMINATED AT 20 FT
4.5+19
4.5+18
4.5+17
3.5 253.4 99 73 17 56
4.25 22
4.5+17 42 14 28 0.1
3.25 181.8 110
Sheet 1 of 1
Client:
Project:
Start Date:End Date:
Drilling Method:
BORING NO.:
PROJECT NO.:
Location:
Surface Elevation:
West:
North:
Hammer Drop (lbs / in):Depth, feetGraphic LogMATERIAL DESCRIPTION Sample TypeRecovery %RQDTX Cone or Std.Pen. (blows/ft, in)PocketPenetrometer (tsf)Unconfined Comp.Strength (tsf)UU ShearStrength (tsf)% PassingNo. 200 SieveUnit Dry Weight(pcf)Water Content, %Liquid LimitPlastic LimitPlasticity IndexSwell, %GROUND WATER OBSERVATIONS
On Rods (ft):
After Drilling (ft):
After Hours (ft):
PHDFW - Ventana 36, LLC
Ventana Phase 8B
10/7/2024 10/7/2024
CONTINUOUS FLIGHT AUGER
11
W242313
Fort Worth, Texas
140 / 30
NONE
DRY
5058 Brush Creek Rd.
Fort Worth, Texas 76119
Phone: 817-496-5600
Fax: 817-496-5608
www.alphatesting.com
5
10
15
20
Dark Brown CLAY with limestone fragments
2.0
Tan LIMESTONE
14.0
Gray LIMESTONE
20.0
TEST BORING TERMINATED AT 20 FT
4.5+9 43 20 23
100/1.50"
100/1.50"
100/1.00"
Sheet 1 of 1
Client:
Project:
Start Date:End Date:
Drilling Method:
BORING NO.:
PROJECT NO.:
Location:
Surface Elevation:
West:
North:
Hammer Drop (lbs / in):Depth, feetGraphic LogMATERIAL DESCRIPTION Sample TypeRecovery %RQDTX Cone or Std.Pen. (blows/ft, in)PocketPenetrometer (tsf)Unconfined Comp.Strength (tsf)UU ShearStrength (tsf)% PassingNo. 200 SieveUnit Dry Weight(pcf)Water Content, %Liquid LimitPlastic LimitPlasticity IndexSwell, %GROUND WATER OBSERVATIONS
On Rods (ft):
After Drilling (ft):
After Hours (ft):
PHDFW - Ventana 36, LLC
Ventana Phase 8B
10/7/2024 10/7/2024
CONTINUOUS FLIGHT AUGER
12
W242313
Fort Worth, Texas
140 / 30
NONE
DRY
5058 Brush Creek Rd.
Fort Worth, Texas 76119
Phone: 817-496-5600
Fax: 817-496-5608
www.alphatesting.com
5
10
15
20
Brown CLAY with limestone fragments
and calcareous deposits
2.0
Tan LIMESTONE
20.0
TEST BORING TERMINATED AT 20 FT
4.5+10 44 17 27
100/1.00"
100/1.00"
100/1.00"
Sheet 1 of 1
Client:
Project:
Start Date:End Date:
Drilling Method:
BORING NO.:
PROJECT NO.:
Location:
Surface Elevation:
West:
North:
Hammer Drop (lbs / in):Depth, feetGraphic LogMATERIAL DESCRIPTION Sample TypeRecovery %RQDTX Cone or Std.Pen. (blows/ft, in)PocketPenetrometer (tsf)Unconfined Comp.Strength (tsf)UU ShearStrength (tsf)% PassingNo. 200 SieveUnit Dry Weight(pcf)Water Content, %Liquid LimitPlastic LimitPlasticity IndexSwell, %GROUND WATER OBSERVATIONS
On Rods (ft):
After Drilling (ft):
After Hours (ft):
PHDFW - Ventana 36, LLC
Ventana Phase 8B
10/7/2024 10/7/2024
CONTINUOUS FLIGHT AUGER
13
W242313
Fort Worth, Texas
140 / 30
NONE
DRY
5058 Brush Creek Rd.
Fort Worth, Texas 76119
Phone: 817-496-5600
Fax: 817-496-5608
www.alphatesting.com
5
10
15
20
Dark Brown CLAY with limestone fragments
2.0
Tan CLAY with limestone fragments and
calcareous deposits 3.0
Tan LIMESTONE
20.0
TEST BORING TERMINATED AT 20 FT
4.5+8
4.5+4 31 19 12
100/1.00"
100/1.00"
100/1.50"
Sheet 1 of 1
Client:
Project:
Start Date:End Date:
Drilling Method:
BORING NO.:
PROJECT NO.:
Location:
Surface Elevation:
West:
North:
Hammer Drop (lbs / in):Depth, feetGraphic LogMATERIAL DESCRIPTION Sample TypeRecovery %RQDTX Cone or Std.Pen. (blows/ft, in)PocketPenetrometer (tsf)Unconfined Comp.Strength (tsf)UU ShearStrength (tsf)% PassingNo. 200 SieveUnit Dry Weight(pcf)Water Content, %Liquid LimitPlastic LimitPlasticity IndexSwell, %GROUND WATER OBSERVATIONS
On Rods (ft):
After Drilling (ft):
After Hours (ft):
PHDFW - Ventana 36, LLC
Ventana Phase 8B
10/7/2024 10/7/2024
CONTINUOUS FLIGHT AUGER
14
W242313
Fort Worth, Texas
140 / 30
NONE
DRY
5058 Brush Creek Rd.
Fort Worth, Texas 76119
Phone: 817-496-5600
Fax: 817-496-5608
www.alphatesting.com
5
10
15
20
Dark Brown CLAY with limestone fragments
4.0
Light Brown CLAY with limestone fragments
and calcareous deposits
8.0
Tan CLAY with limestone fragments and
calcareous deposits
20.0
TEST BORING TERMINATED AT 20 FT
4.5+15
4.5+17
4.5+16
4.5+19 51 19 32 1.2
4.5+12
4.5+19 51 18 33 0.1
4.5+19
Sheet 1 of 1
Client:
Project:
Start Date:End Date:
Drilling Method:
BORING NO.:
PROJECT NO.:
Location:
Surface Elevation:
West:
North:
Hammer Drop (lbs / in):Depth, feetGraphic LogMATERIAL DESCRIPTION Sample TypeRecovery %RQDTX Cone or Std.Pen. (blows/ft, in)PocketPenetrometer (tsf)Unconfined Comp.Strength (tsf)UU ShearStrength (tsf)% PassingNo. 200 SieveUnit Dry Weight(pcf)Water Content, %Liquid LimitPlastic LimitPlasticity IndexSwell, %GROUND WATER OBSERVATIONS
On Rods (ft):
After Drilling (ft):
After Hours (ft):
PHDFW - Ventana 36, LLC
Ventana Phase 8B
10/7/2024 10/7/2024
CONTINUOUS FLIGHT AUGER
15
W242313
Fort Worth, Texas
140 / 30
NONE
DRY
5058 Brush Creek Rd.
Fort Worth, Texas 76119
Phone: 817-496-5600
Fax: 817-496-5608
www.alphatesting.com
5
10
15
20
Dark Brown CLAY with limestone fragments
6.0
Brown and Tan CLAY with calcareous deposits
and limestone fragments
8.0
Tan CLAY with calcareous deposits and
limestone fragments
20.0
TEST BORING TERMINATED AT 20 FT
4.5+18
4.5+15 56 19 37 1.7
4.5+15
4.5+15 53 18 35
4.5+13
4.5+19
4.5+17
Sheet 1 of 1
Client:
Project:
Start Date:End Date:
Drilling Method:
BORING NO.:
PROJECT NO.:
Location:
Surface Elevation:
West:
North:
Hammer Drop (lbs / in):Depth, feetGraphic LogMATERIAL DESCRIPTION Sample TypeRecovery %RQDTX Cone or Std.Pen. (blows/ft, in)PocketPenetrometer (tsf)Unconfined Comp.Strength (tsf)UU ShearStrength (tsf)% PassingNo. 200 SieveUnit Dry Weight(pcf)Water Content, %Liquid LimitPlastic LimitPlasticity IndexSwell, %GROUND WATER OBSERVATIONS
On Rods (ft):
After Drilling (ft):
After Hours (ft):
PHDFW - Ventana 36, LLC
Ventana Phase 8B
11/14/2024 11/14/2024
CONTINUOUS FLIGHT AUGER
16
W242313
Fort Worth, Texas
140 / 30
NONE
DRY
5058 Brush Creek Rd.
Fort Worth, Texas 76119
Phone: 817-496-5600
Fax: 817-496-5608
www.alphatesting.com
5
10
15
20
Tan CLAY with limestone fragments - FILL
2.0
Tan LIMESTONE - FILL
8.0
Tan LIMESTONE
20.0
- with clay seams and layers at 8 ft to 13ft
TEST BORING TERMINATED AT 20 FT
4.5+10
100/9.50"
100/2.50"
100/0.50"
100/1.50"
Sheet 1 of 1
Client:
Project:
Start Date:End Date:
Drilling Method:
BORING NO.:
PROJECT NO.:
Location:
Surface Elevation:
West:
North:
Hammer Drop (lbs / in):Depth, feetGraphic LogMATERIAL DESCRIPTION Sample TypeRecovery %RQDTX Cone or Std.Pen. (blows/ft, in)PocketPenetrometer (tsf)Unconfined Comp.Strength (tsf)UU ShearStrength (tsf)% PassingNo. 200 SieveUnit Dry Weight(pcf)Water Content, %Liquid LimitPlastic LimitPlasticity IndexSwell, %GROUND WATER OBSERVATIONS
On Rods (ft):
After Drilling (ft):
After Hours (ft):
PHDFW - Ventana 36, LLC
Ventana Phase 8B
11/14/2024 11/14/2024
CONTINUOUS FLIGHT AUGER
17
W242313
Fort Worth, Texas
140 / 30
NONE
DRY
5058 Brush Creek Rd.
Fort Worth, Texas 76119
Phone: 817-496-5600
Fax: 817-496-5608
www.alphatesting.com
5
10
15
20
Tan LIMESTONE - FILL
12.0
Tan LIMESTONE with clay seams and
layers
20.0
TEST BORING TERMINATED AT 20 FT
100/10.50"
50/5.00"
100/1.50"
100/1.50"
Sheet 1 of 1
Client:
Project:
Start Date:End Date:
Drilling Method:
BORING NO.:
PROJECT NO.:
Location:
Surface Elevation:
West:
North:
Hammer Drop (lbs / in):Depth, feetGraphic LogMATERIAL DESCRIPTION Sample TypeRecovery %RQDTX Cone or Std.Pen. (blows/ft, in)PocketPenetrometer (tsf)Unconfined Comp.Strength (tsf)UU ShearStrength (tsf)% PassingNo. 200 SieveUnit Dry Weight(pcf)Water Content, %Liquid LimitPlastic LimitPlasticity IndexSwell, %GROUND WATER OBSERVATIONS
On Rods (ft):
After Drilling (ft):
After Hours (ft):
PHDFW - Ventana 36, LLC
Ventana Phase 8B
10/9/2024 10/9/2024
CONTINUOUS FLIGHT AUGER
18
W242313
Fort Worth, Texas
140 / 30
NONE
DRY
5058 Brush Creek Rd.
Fort Worth, Texas 76119
Phone: 817-496-5600
Fax: 817-496-5608
www.alphatesting.com
5
10
15
20
Dark Brown CLAY with limestone fragments
8.0
Brown and Tan CLAY with limestone fragments
and calcareous deposits
10.0
Tan LIMESTONE
20.0
TEST BORING TERMINATED AT 20 FT
4.5+21
4.5+21
4.5+18 44 22 22 6.0
4.5+17
4.5+17
100/1.50"
100/1.00"
Sheet 1 of 1
Client:
Project:
Start Date:End Date:
Drilling Method:
BORING NO.:
PROJECT NO.:
Location:
Surface Elevation:
West:
North:
Hammer Drop (lbs / in):Depth, feetGraphic LogMATERIAL DESCRIPTION Sample TypeRecovery %RQDTX Cone or Std.Pen. (blows/ft, in)PocketPenetrometer (tsf)Unconfined Comp.Strength (tsf)UU ShearStrength (tsf)% PassingNo. 200 SieveUnit Dry Weight(pcf)Water Content, %Liquid LimitPlastic LimitPlasticity IndexSwell, %GROUND WATER OBSERVATIONS
On Rods (ft):
After Drilling (ft):
After Hours (ft):
PHDFW - Ventana 36, LLC
Ventana Phase 8B
10/9/2024 10/9/2024
CONTINUOUS FLIGHT AUGER
19
W242313
Fort Worth, Texas
140 / 30
NONE
DRY
5058 Brush Creek Rd.
Fort Worth, Texas 76119
Phone: 817-496-5600
Fax: 817-496-5608
www.alphatesting.com
5
10
15
20
Dark Brown CLAY with limestone fragments
6.0
Dark Brown and Tan CLAY with limestone
fragments and calcareous deposits
8.0
Tan CLAY with calcareous deposits and
limestone fragments
10.0
Tan LIMESTONE with clay seams and
layers
20.0
TEST BORING TERMINATED AT 20 FT
4.5+17
4.5+17
4.5+17
3.75 22 72 18 54
4.5+16
100/1.50"
100/2.00"
Sheet 1 of 1
Client:
Project:
Start Date:End Date:
Drilling Method:
BORING NO.:
PROJECT NO.:
Location:
Surface Elevation:
West:
North:
Hammer Drop (lbs / in):Depth, feetGraphic LogMATERIAL DESCRIPTION Sample TypeRecovery %RQDTX Cone or Std.Pen. (blows/ft, in)PocketPenetrometer (tsf)Unconfined Comp.Strength (tsf)UU ShearStrength (tsf)% PassingNo. 200 SieveUnit Dry Weight(pcf)Water Content, %Liquid LimitPlastic LimitPlasticity IndexSwell, %GROUND WATER OBSERVATIONS
On Rods (ft):
After Drilling (ft):
After Hours (ft):
PHDFW - Ventana 36, LLC
Ventana Phase 8B
10/9/2024 10/9/2024
CONTINUOUS FLIGHT AUGER
20
W242313
Fort Worth, Texas
140 / 30
NONE
DRY
5058 Brush Creek Rd.
Fort Worth, Texas 76119
Phone: 817-496-5600
Fax: 817-496-5608
www.alphatesting.com
5
10
15
20
Dark Brown CLAY
4.0
- with limestone fragments and calcareous
deposits at 2 ft to 4ft
Tan LIMESTONE
20.0
TEST BORING TERMINATED AT 20 FT
4.5+17
4.5+14 62 20 42 3.6
100/1.00"
100/1.50"
100/1.50"
100/1.00"
Sheet 1 of 1
Client:
Project:
Start Date:End Date:
Drilling Method:
BORING NO.:
PROJECT NO.:
Location:
Surface Elevation:
West:
North:
Hammer Drop (lbs / in):Depth, feetGraphic LogMATERIAL DESCRIPTION Sample TypeRecovery %RQDTX Cone or Std.Pen. (blows/ft, in)PocketPenetrometer (tsf)Unconfined Comp.Strength (tsf)UU ShearStrength (tsf)% PassingNo. 200 SieveUnit Dry Weight(pcf)Water Content, %Liquid LimitPlastic LimitPlasticity IndexSwell, %GROUND WATER OBSERVATIONS
On Rods (ft):
After Drilling (ft):
After Hours (ft):
PHDFW - Ventana 36, LLC
Ventana Phase 8B
10/9/2024 10/9/2024
CONTINUOUS FLIGHT AUGER
21
W242313
Fort Worth, Texas
140 / 30
NONE
DRY
5058 Brush Creek Rd.
Fort Worth, Texas 76119
Phone: 817-496-5600
Fax: 817-496-5608
www.alphatesting.com
5
10
15
20
Brown CLAY with limestone fragments
2.0
Brown and Tan CLAY with limestone fragments
and calcareous deposits
4.0
Tan LIMESTONE
20.0
- with clay seams and layers at 4 ft to 12ft
TEST BORING TERMINATED AT 20 FT
4.5+18
4.5+16 52 19 33
100/3.00"
100/2.00"
100/1.50"
100/1.50"
Sheet 1 of 1
Client:
Project:
Start Date:End Date:
Drilling Method:
BORING NO.:
PROJECT NO.:
Location:
Surface Elevation:
West:
North:
Hammer Drop (lbs / in):Depth, feetGraphic LogMATERIAL DESCRIPTION Sample TypeRecovery %RQDTX Cone or Std.Pen. (blows/ft, in)PocketPenetrometer (tsf)Unconfined Comp.Strength (tsf)UU ShearStrength (tsf)% PassingNo. 200 SieveUnit Dry Weight(pcf)Water Content, %Liquid LimitPlastic LimitPlasticity IndexSwell, %GROUND WATER OBSERVATIONS
On Rods (ft):
After Drilling (ft):
After Hours (ft):
PHDFW - Ventana 36, LLC
Ventana Phase 8B
10/9/2024 10/9/2024
CONTINUOUS FLIGHT AUGER
22
W242313
Fort Worth, Texas
140 / 30
NONE
DRY
5058 Brush Creek Rd.
Fort Worth, Texas 76119
Phone: 817-496-5600
Fax: 817-496-5608
www.alphatesting.com
5
10
15
20
Brown CLAY with limestone fragments
4.0
Tan LIMESTONE with clay seams and
layers
20.0
TEST BORING TERMINATED AT 20 FT
4.5+18
4.5+15 65 21 44
100/3.00"
100/2.50"
100/1.50"
100/1.50"
Sheet 1 of 1
Client:
Project:
Start Date:End Date:
Drilling Method:
BORING NO.:
PROJECT NO.:
Location:
Surface Elevation:
West:
North:
Hammer Drop (lbs / in):Depth, feetGraphic LogMATERIAL DESCRIPTION Sample TypeRecovery %RQDTX Cone or Std.Pen. (blows/ft, in)PocketPenetrometer (tsf)Unconfined Comp.Strength (tsf)UU ShearStrength (tsf)% PassingNo. 200 SieveUnit Dry Weight(pcf)Water Content, %Liquid LimitPlastic LimitPlasticity IndexSwell, %GROUND WATER OBSERVATIONS
On Rods (ft):
After Drilling (ft):
After Hours (ft):
PHDFW - Ventana 36, LLC
Ventana Phase 8B
10/9/2024 10/9/2024
CONTINUOUS FLIGHT AUGER
23
W242313
Fort Worth, Texas
140 / 30
NONE
DRY
5058 Brush Creek Rd.
Fort Worth, Texas 76119
Phone: 817-496-5600
Fax: 817-496-5608
www.alphatesting.com
5
10
15
20
Dark Brown CLAY with limestone fragments
6.0
Brown CLAY with limestone fragments
8.0
Tan CLAY with limestone fragments and
calcareous deposits
20.0
TEST BORING TERMINATED AT 20 FT
3.75 26
4.5+19
4.5+21 74 21 53 2.3
4.5+22
4.5+16
3.75 19
4.5+16
Sheet 1 of 1
Client:
Project:
Start Date:End Date:
Drilling Method:
BORING NO.:
PROJECT NO.:
Location:
Surface Elevation:
West:
North:
Hammer Drop (lbs / in):Depth, feetGraphic LogMATERIAL DESCRIPTION Sample TypeRecovery %RQDTX Cone or Std.Pen. (blows/ft, in)PocketPenetrometer (tsf)Unconfined Comp.Strength (tsf)UU ShearStrength (tsf)% PassingNo. 200 SieveUnit Dry Weight(pcf)Water Content, %Liquid LimitPlastic LimitPlasticity IndexSwell, %GROUND WATER OBSERVATIONS
On Rods (ft):
After Drilling (ft):
After Hours (ft):
PHDFW - Ventana 36, LLC
Ventana Phase 8B
10/10/2024 10/10/2024
CONTINUOUS FLIGHT AUGER
24
W242313
Fort Worth, Texas
140 / 30
NONE
DRY
5058 Brush Creek Rd.
Fort Worth, Texas 76119
Phone: 817-496-5600
Fax: 817-496-5608
www.alphatesting.com
5
10
15
20
Dark Brown CLAY with limestone fragments
4.0
Brown CLAY with limestone fragments
and calcareous deposits
6.0
Tan CLAY with limestone fragments and
calcareous deposits
13.0
Tan LIMESTONE with clay seams and
layers
20.0
TEST BORING TERMINATED AT 20 FT
2.75 25
4.5+19
4.5+22 65 19 46 0.0
4.5+18
4.5+13
100/2.50"
100/1.50"
Sheet 1 of 1
Client:
Project:
Start Date:End Date:
Drilling Method:
BORING NO.:
PROJECT NO.:
Location:
Surface Elevation:
West:
North:
Hammer Drop (lbs / in):Depth, feetGraphic LogMATERIAL DESCRIPTION Sample TypeRecovery %RQDTX Cone or Std.Pen. (blows/ft, in)PocketPenetrometer (tsf)Unconfined Comp.Strength (tsf)UU ShearStrength (tsf)% PassingNo. 200 SieveUnit Dry Weight(pcf)Water Content, %Liquid LimitPlastic LimitPlasticity IndexSwell, %GROUND WATER OBSERVATIONS
On Rods (ft):
After Drilling (ft):
After Hours (ft):
PHDFW - Ventana 36, LLC
Ventana Phase 8B
10/10/2024 10/10/2024
CONTINUOUS FLIGHT AUGER
25
W242313
Fort Worth, Texas
140 / 30
NONE
DRY
5058 Brush Creek Rd.
Fort Worth, Texas 76119
Phone: 817-496-5600
Fax: 817-496-5608
www.alphatesting.com
5
10
15
20
Dark Brown CLAY with limestone fragments
4.0
Tan CLAY with limestone fragments and
calcareous deposits
13.0
Tan LIMESTONE with clay seams and
layers
20.0
TEST BORING TERMINATED AT 20 FT
4.5+20
4.5+15
4.5+13
4.5+17 44 14 30 0.0
4.5+17
100/2.50"
100/1.50"
Sheet 1 of 1
Client:
Project:
Start Date:End Date:
Drilling Method:
BORING NO.:
PROJECT NO.:
Location:
Surface Elevation:
West:
North:
Hammer Drop (lbs / in):Depth, feetGraphic LogMATERIAL DESCRIPTION Sample TypeRecovery %RQDTX Cone or Std.Pen. (blows/ft, in)PocketPenetrometer (tsf)Unconfined Comp.Strength (tsf)UU ShearStrength (tsf)% PassingNo. 200 SieveUnit Dry Weight(pcf)Water Content, %Liquid LimitPlastic LimitPlasticity IndexSwell, %GROUND WATER OBSERVATIONS
On Rods (ft):
After Drilling (ft):
After Hours (ft):
PHDFW - Ventana 36, LLC
Ventana Phase 8B
11/14/2024 11/14/2024
CONTINUOUS FLIGHT AUGER
26
W242313
Fort Worth, Texas
140 / 30
3
DRY
5058 Brush Creek Rd.
Fort Worth, Texas 76119
Phone: 817-496-5600
Fax: 817-496-5608
www.alphatesting.com
5
10
15
20
Dark Brown and Tan CLAY with calcareous
deposits - FILL
4.0
Dark Brown CLAY
8.0
Brown CLAY with calcareous deposits and
limestone fragments
10.0
Tan LIMESTONE with clay seams and
layers
18.0
Gray LIMESTONE
20.0
TEST BORING TERMINATED AT 20 FT
4.5+15
1.25 22 61 19 42
4.5+21
4.5 17
3.0 10
100/2.00"
100/0.50"
Sheet 1 of 1
Client:
Project:
Start Date:End Date:
Drilling Method:
BORING NO.:
PROJECT NO.:
Location:
Surface Elevation:
West:
North:
Hammer Drop (lbs / in):Depth, feetGraphic LogMATERIAL DESCRIPTION Sample TypeRecovery %RQDTX Cone or Std.Pen. (blows/ft, in)PocketPenetrometer (tsf)Unconfined Comp.Strength (tsf)UU ShearStrength (tsf)% PassingNo. 200 SieveUnit Dry Weight(pcf)Water Content, %Liquid LimitPlastic LimitPlasticity IndexSwell, %GROUND WATER OBSERVATIONS
On Rods (ft):
After Drilling (ft):
After Hours (ft):
PHDFW - Ventana 36, LLC
Ventana Phase 8B
11/14/2024 11/14/2024
CONTINUOUS FLIGHT AUGER
27
W242313
Fort Worth, Texas
140 / 30
NONE
DRY
5058 Brush Creek Rd.
Fort Worth, Texas 76119
Phone: 817-496-5600
Fax: 817-496-5608
www.alphatesting.com
5
10
15
20
Brown and Tan CLAY with limestone fragments
and calcareous deposits - FILL
8.0
Tan LIMESTONE with clay seams and
layers
20.0
TEST BORING TERMINATED AT 20 FT
4.5 21
4.5 16 54 19 35
100/2.00"
100/2.50"
100/2.00"
Sheet 1 of 1
Client:
Project:
Start Date:End Date:
Drilling Method:
BORING NO.:
PROJECT NO.:
Location:
Surface Elevation:
West:
North:
Hammer Drop (lbs / in):Depth, feetGraphic LogMATERIAL DESCRIPTION Sample TypeRecovery %RQDTX Cone or Std.Pen. (blows/ft, in)PocketPenetrometer (tsf)Unconfined Comp.Strength (tsf)UU ShearStrength (tsf)% PassingNo. 200 SieveUnit Dry Weight(pcf)Water Content, %Liquid LimitPlastic LimitPlasticity IndexSwell, %GROUND WATER OBSERVATIONS
On Rods (ft):
After Drilling (ft):
After Hours (ft):
PHDFW - Ventana 36, LLC
Ventana Phase 8B
10/10/2024 10/10/2024
CONTINUOUS FLIGHT AUGER
28
W242313
Fort Worth, Texas
140 / 30
NONE
DRY
5058 Brush Creek Rd.
Fort Worth, Texas 76119
Phone: 817-496-5600
Fax: 817-496-5608
www.alphatesting.com
5
10
15
20
Dark Brown CLAY with limestone fragments
6.0
Tan CLAY with limestone fragments and
calcareous deposits
8.0
Tan LIMESTONE with clay seams and
layers
12.0
Gray LIMESTONE
20.0
TEST BORING TERMINATED AT 20 FT
4.5+24
4.5+18
4.5+18
4.5+13 54 17 37 0.3
100/2.50"
100/1.00"
100/1.00"
Sheet 1 of 1
Client:
Project:
Start Date:End Date:
Drilling Method:
BORING NO.:
PROJECT NO.:
Location:
Surface Elevation:
West:
North:
Hammer Drop (lbs / in):Depth, feetGraphic LogMATERIAL DESCRIPTION Sample TypeRecovery %RQDTX Cone or Std.Pen. (blows/ft, in)PocketPenetrometer (tsf)Unconfined Comp.Strength (tsf)UU ShearStrength (tsf)% PassingNo. 200 SieveUnit Dry Weight(pcf)Water Content, %Liquid LimitPlastic LimitPlasticity IndexSwell, %GROUND WATER OBSERVATIONS
On Rods (ft):
After Drilling (ft):
After Hours (ft):
PHDFW - Ventana 36, LLC
Ventana Phase 8B
10/10/2024 10/10/2024
CONTINUOUS FLIGHT AUGER
29
W242313
Fort Worth, Texas
140 / 30
NONE
DRY
5058 Brush Creek Rd.
Fort Worth, Texas 76119
Phone: 817-496-5600
Fax: 817-496-5608
www.alphatesting.com
5
10
15
20
Dark Brown CLAY with limestone fragments
6.0
Tan LIMESTONE with clay seams and
layers
12.0
Gray LIMESTONE
20.0
TEST BORING TERMINATED AT 20 FT
4.5+18
4.5+18
4.5+20 79 24 55 2.4
100/1.50"
100/1.50"
100/0.50"
Sheet 1 of 1
Client:
Project:
Start Date:End Date:
Drilling Method:
BORING NO.:
PROJECT NO.:
Location:
Surface Elevation:
West:
North:
Hammer Drop (lbs / in):Depth, feetGraphic LogMATERIAL DESCRIPTION Sample TypeRecovery %RQDTX Cone or Std.Pen. (blows/ft, in)PocketPenetrometer (tsf)Unconfined Comp.Strength (tsf)UU ShearStrength (tsf)% PassingNo. 200 SieveUnit Dry Weight(pcf)Water Content, %Liquid LimitPlastic LimitPlasticity IndexSwell, %GROUND WATER OBSERVATIONS
On Rods (ft):
After Drilling (ft):
After Hours (ft):
PHDFW - Ventana 36, LLC
Ventana Phase 8B
10/10/2024 10/10/2024
CONTINUOUS FLIGHT AUGER
30
W242313
Fort Worth, Texas
140 / 30
NONE
DRY
5058 Brush Creek Rd.
Fort Worth, Texas 76119
Phone: 817-496-5600
Fax: 817-496-5608
www.alphatesting.com
5
10
15
20
Dark Brown CLAY with limestone fragments
6.0
Tan LIMESTONE with clay seams and
layers
13.0
Gray LIMESTONE
20.0
TEST BORING TERMINATED AT 20 FT
4.5 24
4.5+24 74 23 51
4.5+18
100/2.00"
100/1.50"
100/1.00"
Sheet 1 of 1
Client:
Project:
Start Date:End Date:
Drilling Method:
BORING NO.:
PROJECT NO.:
Location:
Surface Elevation:
West:
North:
Hammer Drop (lbs / in):Depth, feetGraphic LogMATERIAL DESCRIPTION Sample TypeRecovery %RQDTX Cone or Std.Pen. (blows/ft, in)PocketPenetrometer (tsf)Unconfined Comp.Strength (tsf)UU ShearStrength (tsf)% PassingNo. 200 SieveUnit Dry Weight(pcf)Water Content, %Liquid LimitPlastic LimitPlasticity IndexSwell, %GROUND WATER OBSERVATIONS
On Rods (ft):
After Drilling (ft):
After Hours (ft):
PHDFW - Ventana 36, LLC
Ventana Phase 8B
10/10/2024 10/10/2024
CONTINUOUS FLIGHT AUGER
31
W242313
Fort Worth, Texas
140 / 30
NONE
DRY
5058 Brush Creek Rd.
Fort Worth, Texas 76119
Phone: 817-496-5600
Fax: 817-496-5608
www.alphatesting.com
5
10
15
20
Dark Brown CLAY with limestone fragments
4.0
Brown CLAY with limestone fragments
6.0
Tan CLAY with calcareous deposits and
limestone fragments
13.0
Tan LIMESTONE with clay seams and
layers
20.0
TEST BORING TERMINATED AT 20 FT
4.5 24
4.5+21
4.5 21 70 22 48 0.0
4.5 15
4.0 14
100/2.00"
100/1.50"
Sheet 1 of 1
Client:
Project:
Start Date:End Date:
Drilling Method:
BORING NO.:
PROJECT NO.:
Location:
Surface Elevation:
West:
North:
Hammer Drop (lbs / in):Depth, feetGraphic LogMATERIAL DESCRIPTION Sample TypeRecovery %RQDTX Cone or Std.Pen. (blows/ft, in)PocketPenetrometer (tsf)Unconfined Comp.Strength (tsf)UU ShearStrength (tsf)% PassingNo. 200 SieveUnit Dry Weight(pcf)Water Content, %Liquid LimitPlastic LimitPlasticity IndexSwell, %GROUND WATER OBSERVATIONS
On Rods (ft):
After Drilling (ft):
After Hours (ft):
PHDFW - Ventana 36, LLC
Ventana Phase 8B
10/11/2024 10/11/2024
CONTINUOUS FLIGHT AUGER
32
W242313
Fort Worth, Texas
140 / 30
NONE
DRY
5058 Brush Creek Rd.
Fort Worth, Texas 76119
Phone: 817-496-5600
Fax: 817-496-5608
www.alphatesting.com
5
10
15
20
Dark Brown CLAY with limestone fragments
4.0
Dark Brown and Brown CLAY
6.0
Tan CLAY with limestone fragments and
calcareous deposits
13.0
Tan LIMESTONE with clay seams and
layers
20.0
TEST BORING TERMINATED AT 20 FT
4.5+20
4.5+19
4.5+19 60 20 40
4.5+14
4.5+154.5 114 48 18 30 0.0
100/1.50"
100/0.50"
Sheet 1 of 1
Client:
Project:
Start Date:End Date:
Drilling Method:
BORING NO.:
PROJECT NO.:
Location:
Surface Elevation:
West:
North:
Hammer Drop (lbs / in):Depth, feetGraphic LogMATERIAL DESCRIPTION Sample TypeRecovery %RQDTX Cone or Std.Pen. (blows/ft, in)PocketPenetrometer (tsf)Unconfined Comp.Strength (tsf)UU ShearStrength (tsf)% PassingNo. 200 SieveUnit Dry Weight(pcf)Water Content, %Liquid LimitPlastic LimitPlasticity IndexSwell, %GROUND WATER OBSERVATIONS
On Rods (ft):
After Drilling (ft):
After Hours (ft):
PHDFW - Ventana 36, LLC
Ventana Phase 8B
10/11/2024 10/11/2024
CONTINUOUS FLIGHT AUGER
33
W242313
Fort Worth, Texas
140 / 30
NONE
DRY
5058 Brush Creek Rd.
Fort Worth, Texas 76119
Phone: 817-496-5600
Fax: 817-496-5608
www.alphatesting.com
5
10
15
20
Dark Brown CLAY with limestone fragments
4.0
Tan CLAY with limestone fragments and
calcareous deposits
12.0
Tan LIMESTONE
20.0
TEST BORING TERMINATED AT 20 FT
4.5+22
4.5+18
4.5+14
4.5+11 38 17 21 0.1
4.5+11
100/2.00"
100/2.00"
Sheet 1 of 1
Client:
Project:
Start Date:End Date:
Drilling Method:
BORING NO.:
PROJECT NO.:
Location:
Surface Elevation:
West:
North:
Hammer Drop (lbs / in):Depth, feetGraphic LogMATERIAL DESCRIPTION Sample TypeRecovery %RQDTX Cone or Std.Pen. (blows/ft, in)PocketPenetrometer (tsf)Unconfined Comp.Strength (tsf)UU ShearStrength (tsf)% PassingNo. 200 SieveUnit Dry Weight(pcf)Water Content, %Liquid LimitPlastic LimitPlasticity IndexSwell, %GROUND WATER OBSERVATIONS
On Rods (ft):
After Drilling (ft):
After Hours (ft):
PHDFW - Ventana 36, LLC
Ventana Phase 8B
10/11/2024 10/11/2024
CONTINUOUS FLIGHT AUGER
34
W242313
Fort Worth, Texas
140 / 30
NONE
DRY
5058 Brush Creek Rd.
Fort Worth, Texas 76119
Phone: 817-496-5600
Fax: 817-496-5608
www.alphatesting.com
5
10
15
20
Brown CLAY with limestone fragments
6.0
Tan LIMESTONE with clay seams and
layers
15.0
Gray LIMESTONE
20.0
TEST BORING TERMINATED AT 20 FT
4.5+17
4.5+14 58 20 38 1.2
4.5+15
100/3.50"
100/1.00"
100/1.00"
Sheet 1 of 1
Client:
Project:
Start Date:End Date:
Drilling Method:
BORING NO.:
PROJECT NO.:
Location:
Surface Elevation:
West:
North:
Hammer Drop (lbs / in):Depth, feetGraphic LogMATERIAL DESCRIPTION Sample TypeRecovery %RQDTX Cone or Std.Pen. (blows/ft, in)PocketPenetrometer (tsf)Unconfined Comp.Strength (tsf)UU ShearStrength (tsf)% PassingNo. 200 SieveUnit Dry Weight(pcf)Water Content, %Liquid LimitPlastic LimitPlasticity IndexSwell, %GROUND WATER OBSERVATIONS
On Rods (ft):
After Drilling (ft):
After Hours (ft):
PHDFW - Ventana 36, LLC
Ventana Phase 8B
10/11/2024 10/11/2024
CONTINUOUS FLIGHT AUGER
35
W242313
Fort Worth, Texas
140 / 30
NONE
DRY
5058 Brush Creek Rd.
Fort Worth, Texas 76119
Phone: 817-496-5600
Fax: 817-496-5608
www.alphatesting.com
5
10
15
20
Brown CLAY with limestone fragments
3.0
Tan LIMESTONE with clay seams and
layers
17.0
Gray LIMESTONE
20.0
TEST BORING TERMINATED AT 20 FT
4.5+15 59 20 39
100/2.50"
100/1.50"
100/1.50"
100/1.50"
Sheet 1 of 1
Client:
Project:
Start Date:End Date:
Drilling Method:
BORING NO.:
PROJECT NO.:
Location:
Surface Elevation:
West:
North:
Hammer Drop (lbs / in):Depth, feetGraphic LogMATERIAL DESCRIPTION Sample TypeRecovery %RQDTX Cone or Std.Pen. (blows/ft, in)PocketPenetrometer (tsf)Unconfined Comp.Strength (tsf)UU ShearStrength (tsf)% PassingNo. 200 SieveUnit Dry Weight(pcf)Water Content, %Liquid LimitPlastic LimitPlasticity IndexSwell, %GROUND WATER OBSERVATIONS
On Rods (ft):
After Drilling (ft):
After Hours (ft):
PHDFW - Ventana 36, LLC
Ventana Phase 8B
11/14/2024 11/14/2024
CONTINUOUS FLIGHT AUGER
36
W242313
Fort Worth, Texas
140 / 30
NONE
DRY
5058 Brush Creek Rd.
Fort Worth, Texas 76119
Phone: 817-496-5600
Fax: 817-496-5608
www.alphatesting.com
5
10
15
20
Dark Brown CLAY with limestone fragments
4.0
Tan LIMESTONE with clay seams and
layers
13.0
Gray LIMESTONE
20.0
TEST BORING TERMINATED AT 20 FT
4.5+20
4.5+12 41 18 23
100/5.00"
100/2.00"
100/1.00"
100/1.00"
Sheet 1 of 1
Client:
Project:
Start Date:End Date:
Drilling Method:
BORING NO.:
PROJECT NO.:
Location:
Surface Elevation:
West:
North:
Hammer Drop (lbs / in):Depth, feetGraphic LogMATERIAL DESCRIPTION Sample TypeRecovery %RQDTX Cone or Std.Pen. (blows/ft, in)PocketPenetrometer (tsf)Unconfined Comp.Strength (tsf)UU ShearStrength (tsf)% PassingNo. 200 SieveUnit Dry Weight(pcf)Water Content, %Liquid LimitPlastic LimitPlasticity IndexSwell, %GROUND WATER OBSERVATIONS
On Rods (ft):
After Drilling (ft):
After Hours (ft):
PHDFW - Ventana 36, LLC
Ventana Phase 8B
10/11/2024 10/11/2024
CONTINUOUS FLIGHT AUGER
37
W242313
Fort Worth, Texas
140 / 30
NONE
DRY
5058 Brush Creek Rd.
Fort Worth, Texas 76119
Phone: 817-496-5600
Fax: 817-496-5608
www.alphatesting.com
5
10
15
20
Brown CLAY with limestone fragments
4.0
Tan LIMESTONE with clay seams and
layers
12.0
Gray LIMESTONE
20.0
TEST BORING TERMINATED AT 20 FT
4.5+19
4.5+13 47 17 30 0.0
100/2.50"
100/2.50"
100/1.00"
100/1.00"
Sheet 1 of 1
Client:
Project:
Start Date:End Date:
Drilling Method:
BORING NO.:
PROJECT NO.:
Location:
Surface Elevation:
West:
North:
Hammer Drop (lbs / in):Depth, feetGraphic LogMATERIAL DESCRIPTION Sample TypeRecovery %RQDTX Cone or Std.Pen. (blows/ft, in)PocketPenetrometer (tsf)Unconfined Comp.Strength (tsf)UU ShearStrength (tsf)% PassingNo. 200 SieveUnit Dry Weight(pcf)Water Content, %Liquid LimitPlastic LimitPlasticity IndexSwell, %GROUND WATER OBSERVATIONS
On Rods (ft):
After Drilling (ft):
After Hours (ft):
PHDFW - Ventana 36, LLC
Ventana Phase 8B
10/11/2024 10/11/2024
CONTINUOUS FLIGHT AUGER
38
W242313
Fort Worth, Texas
140 / 30
NONE
DRY
5058 Brush Creek Rd.
Fort Worth, Texas 76119
Phone: 817-496-5600
Fax: 817-496-5608
www.alphatesting.com
5
10
15
20
Dark Brown CLAY with limestone fragments
4.0
Tan LIMESTONE with clay seams and
layers
13.0
Gray LIMESTONE
20.0
TEST BORING TERMINATED AT 20 FT
4.5+10 58 24 34
4.5+17
100/3.50"
100/1.50"
100/1.00"
100/0.50"
Sheet 1 of 1
Client:
Project:
Start Date:End Date:
Drilling Method:
BORING NO.:
PROJECT NO.:
Location:
Surface Elevation:
West:
North:
Hammer Drop (lbs / in):Depth, feetGraphic LogMATERIAL DESCRIPTION Sample TypeRecovery %RQDTX Cone or Std.Pen. (blows/ft, in)PocketPenetrometer (tsf)Unconfined Comp.Strength (tsf)UU ShearStrength (tsf)% PassingNo. 200 SieveUnit Dry Weight(pcf)Water Content, %Liquid LimitPlastic LimitPlasticity IndexSwell, %GROUND WATER OBSERVATIONS
On Rods (ft):
After Drilling (ft):
After Hours (ft):
PHDFW - Ventana 36, LLC
Ventana Phase 8B
10/11/2024 10/11/2024
CONTINUOUS FLIGHT AUGER
39
W242313
Fort Worth, Texas
140 / 30
NONE
DRY
5058 Brush Creek Rd.
Fort Worth, Texas 76119
Phone: 817-496-5600
Fax: 817-496-5608
www.alphatesting.com
5
10
15
20
Dark Brown CLAY with limestone fragments
4.0
Tan LIMESTONE with clay seams and
layers
12.0
Gray LIMESTONE
20.0
TEST BORING TERMINATED AT 20 FT
4.5+19
10 48 19 29 4.0
100/2.00"
100/1.50"
100/0.50"
100/0.50"
Sheet 1 of 1
Client:
Project:
Start Date:End Date:
Drilling Method:
BORING NO.:
PROJECT NO.:
Location:
Surface Elevation:
West:
North:
Hammer Drop (lbs / in):Depth, feetGraphic LogMATERIAL DESCRIPTION Sample TypeRecovery %RQDTX Cone or Std.Pen. (blows/ft, in)PocketPenetrometer (tsf)Unconfined Comp.Strength (tsf)UU ShearStrength (tsf)% PassingNo. 200 SieveUnit Dry Weight(pcf)Water Content, %Liquid LimitPlastic LimitPlasticity IndexSwell, %GROUND WATER OBSERVATIONS
On Rods (ft):
After Drilling (ft):
After Hours (ft):
PHDFW - Ventana 36, LLC
Ventana Phase 8B
10/12/2024 10/12/2024
CONTINUOUS FLIGHT AUGER
40
W242313
Fort Worth, Texas
140 / 30
NONE
DRY
5058 Brush Creek Rd.
Fort Worth, Texas 76119
Phone: 817-496-5600
Fax: 817-496-5608
www.alphatesting.com
5
10
15
20
Dark Brown CLAY with limestone fragments
4.0
Tan LIMESTONE with clay seams and
layers
13.0
Gray LIMESTONE
20.0
TEST BORING TERMINATED AT 20 FT
4.5+22 66 23 43
4.5+18
100/2.00"
100/1.50"
100/1.00"
100/0.50"
Sheet 1 of 1
Client:
Project:
Start Date:End Date:
Drilling Method:
BORING NO.:
PROJECT NO.:
Location:
Surface Elevation:
West:
North:
Hammer Drop (lbs / in):Depth, feetGraphic LogMATERIAL DESCRIPTION Sample TypeRecovery %RQDTX Cone or Std.Pen. (blows/ft, in)PocketPenetrometer (tsf)Unconfined Comp.Strength (tsf)UU ShearStrength (tsf)% PassingNo. 200 SieveUnit Dry Weight(pcf)Water Content, %Liquid LimitPlastic LimitPlasticity IndexSwell, %GROUND WATER OBSERVATIONS
On Rods (ft):
After Drilling (ft):
After Hours (ft):
PHDFW - Ventana 36, LLC
Ventana Phase 8B
10/12/2024 10/12/2024
CONTINUOUS FLIGHT AUGER
41
W242313
Fort Worth, Texas
140 / 30
NONE
DRY
5058 Brush Creek Rd.
Fort Worth, Texas 76119
Phone: 817-496-5600
Fax: 817-496-5608
www.alphatesting.com
5
10
15
20
Dark Brown CLAY with limestone fragments
4.0
Tan LIMESTONE with clay seams and
layers
12.0
Gray LIMESTONE
20.0
TEST BORING TERMINATED AT 20 FT
4.5+19
4.5+18 65 24 41 0.0
100/3.50"
100/1.50"
100/1.00"
100/0.50"
Sheet 1 of 1
Client:
Project:
Start Date:End Date:
Drilling Method:
BORING NO.:
PROJECT NO.:
Location:
Surface Elevation:
West:
North:
Hammer Drop (lbs / in):Depth, feetGraphic LogMATERIAL DESCRIPTION Sample TypeRecovery %RQDTX Cone or Std.Pen. (blows/ft, in)PocketPenetrometer (tsf)Unconfined Comp.Strength (tsf)UU ShearStrength (tsf)% PassingNo. 200 SieveUnit Dry Weight(pcf)Water Content, %Liquid LimitPlastic LimitPlasticity IndexSwell, %GROUND WATER OBSERVATIONS
On Rods (ft):
After Drilling (ft):
After Hours (ft):
PHDFW - Ventana 36, LLC
Ventana Phase 8B
10/12/2024 10/12/2024
CONTINUOUS FLIGHT AUGER
42
W242313
Fort Worth, Texas
140 / 30
NONE
DRY
5058 Brush Creek Rd.
Fort Worth, Texas 76119
Phone: 817-496-5600
Fax: 817-496-5608
www.alphatesting.com
5
10
15
20
Dark Brown CLAY with limestone fragments
4.0
Tan LIMESTONE with clay seams and
layers
12.0
Gray LIMESTONE
20.0
TEST BORING TERMINATED AT 20 FT
4.5+20 62 22 40
4.5+19
100/3.50"
100/1.50"
100/1.00"
100/0.50"
Sheet 1 of 1
Client:
Project:
Start Date:End Date:
Drilling Method:
BORING NO.:
PROJECT NO.:
Location:
Surface Elevation:
West:
North:
Hammer Drop (lbs / in):Depth, feetGraphic LogMATERIAL DESCRIPTION Sample TypeRecovery %RQDTX Cone or Std.Pen. (blows/ft, in)PocketPenetrometer (tsf)Unconfined Comp.Strength (tsf)UU ShearStrength (tsf)% PassingNo. 200 SieveUnit Dry Weight(pcf)Water Content, %Liquid LimitPlastic LimitPlasticity IndexSwell, %GROUND WATER OBSERVATIONS
On Rods (ft):
After Drilling (ft):
After Hours (ft):
PHDFW - Ventana 36, LLC
Ventana Phase 8B
10/12/2024 10/12/2024
CONTINUOUS FLIGHT AUGER
43
W242313
Fort Worth, Texas
140 / 30
NONE
DRY
5058 Brush Creek Rd.
Fort Worth, Texas 76119
Phone: 817-496-5600
Fax: 817-496-5608
www.alphatesting.com
5
10
15
20
Dark Brown CLAY with limestone fragments
4.0
Tan LIMESTONE with clay seams and
layers
17.0
Gray LIMESTONE
20.0
TEST BORING TERMINATED AT 20 FT
4.5+20
4.5+18 77 25 52
100/3.00"
100/2.50"
100/1.50"
100/1.00"
Sheet 1 of 1
Client:
Project:
Start Date:End Date:
Drilling Method:
BORING NO.:
PROJECT NO.:
Location:
Surface Elevation:
West:
North:
Hammer Drop (lbs / in):Depth, feetGraphic LogMATERIAL DESCRIPTION Sample TypeRecovery %RQDTX Cone or Std.Pen. (blows/ft, in)PocketPenetrometer (tsf)Unconfined Comp.Strength (tsf)UU ShearStrength (tsf)% PassingNo. 200 SieveUnit Dry Weight(pcf)Water Content, %Liquid LimitPlastic LimitPlasticity IndexSwell, %GROUND WATER OBSERVATIONS
On Rods (ft):
After Drilling (ft):
After Hours (ft):
PHDFW - Ventana 36, LLC
Ventana Phase 8B
10/12/2024 10/12/2024
CONTINUOUS FLIGHT AUGER
44
W242313
Fort Worth, Texas
140 / 30
NONE
DRY
5058 Brush Creek Rd.
Fort Worth, Texas 76119
Phone: 817-496-5600
Fax: 817-496-5608
www.alphatesting.com
5
10
15
20
Dark Brown CLAY with limestone fragments
2.0
Tan LIMESTONE with clay seams and
layers
18.0
Gray LIMESTONE
20.0
TEST BORING TERMINATED AT 20 FT
4.5+23
100/5.00"
100/2.50"
100/1.50"
100/0.50"
Sheet 1 of 1
Client:
Project:
Start Date:End Date:
Drilling Method:
BORING NO.:
PROJECT NO.:
Location:
Surface Elevation:
West:
North:
Hammer Drop (lbs / in):Depth, feetGraphic LogMATERIAL DESCRIPTION Sample TypeRecovery %RQDTX Cone or Std.Pen. (blows/ft, in)PocketPenetrometer (tsf)Unconfined Comp.Strength (tsf)UU ShearStrength (tsf)% PassingNo. 200 SieveUnit Dry Weight(pcf)Water Content, %Liquid LimitPlastic LimitPlasticity IndexSwell, %GROUND WATER OBSERVATIONS
On Rods (ft):
After Drilling (ft):
After Hours (ft):
PHDFW - Ventana 36, LLC
Ventana Phase 8B
10/12/2024 10/12/2024
CONTINUOUS FLIGHT AUGER
45
W242313
Fort Worth, Texas
140 / 30
NONE
DRY
5058 Brush Creek Rd.
Fort Worth, Texas 76119
Phone: 817-496-5600
Fax: 817-496-5608
www.alphatesting.com
5
10
15
20
Dark Brown CLAY with limestone fragments
2.0
Brown CLAY with limestone fragments
4.0
Tan LIMESTONE with clay seams and
layers
13.0
Gray LIMESTONE
20.0
TEST BORING TERMINATED AT 20 FT
4.5+20
4.5+17 46 20 26 1.5
100/3.50"
100/2.00"
100/1.00"
100/0.50"
Sheet 1 of 1
Client:
Project:
Start Date:End Date:
Drilling Method:
BORING NO.:
PROJECT NO.:
Location:
Surface Elevation:
West:
North:
Hammer Drop (lbs / in):Depth, feetGraphic LogMATERIAL DESCRIPTION Sample TypeRecovery %RQDTX Cone or Std.Pen. (blows/ft, in)PocketPenetrometer (tsf)Unconfined Comp.Strength (tsf)UU ShearStrength (tsf)% PassingNo. 200 SieveUnit Dry Weight(pcf)Water Content, %Liquid LimitPlastic LimitPlasticity IndexSwell, %GROUND WATER OBSERVATIONS
On Rods (ft):
After Drilling (ft):
After Hours (ft):
PHDFW - Ventana 36, LLC
Ventana Phase 8B
10/12/2024 10/12/2024
CONTINUOUS FLIGHT AUGER
46
W242313
Fort Worth, Texas
140 / 30
NONE
DRY
5058 Brush Creek Rd.
Fort Worth, Texas 76119
Phone: 817-496-5600
Fax: 817-496-5608
www.alphatesting.com
5
10
15
20
Dark Brown CLAY with limestone fragments
2.0
Brown CLAY with limestone fragments
6.0
Tan LIMESTONE with clay seams and
layers
16.0
Gray LIMESTONE
20.0
TEST BORING TERMINATED AT 20 FT
4.5+18
4.5+11
4.5+11 45 18 27 0.4
100/3.50"
100/2.00"
100/1.00"
Sheet 1 of 1
Client:
Project:
Start Date:End Date:
Drilling Method:
BORING NO.:
PROJECT NO.:
Location:
Surface Elevation:
West:
North:
Hammer Drop (lbs / in):Depth, feetGraphic LogMATERIAL DESCRIPTION Sample TypeRecovery %RQDTX Cone or Std.Pen. (blows/ft, in)PocketPenetrometer (tsf)Unconfined Comp.Strength (tsf)UU ShearStrength (tsf)% PassingNo. 200 SieveUnit Dry Weight(pcf)Water Content, %Liquid LimitPlastic LimitPlasticity IndexSwell, %GROUND WATER OBSERVATIONS
On Rods (ft):
After Drilling (ft):
After Hours (ft):
PHDFW - Ventana 36, LLC
Ventana Phase 8B
11/14/2024 11/14/2024
CONTINUOUS FLIGHT AUGER
47
W242313
Fort Worth, Texas
140 / 30
NONE
DRY
5058 Brush Creek Rd.
Fort Worth, Texas 76119
Phone: 817-496-5600
Fax: 817-496-5608
www.alphatesting.com
5
10
15
20
Dark Brown CLAY
2.0
Brown CLAY with limestone fragments
4.0
Tan LIMESTONE with clay seams and
layers
13.0
Gray LIMESTONE
20.0
TEST BORING TERMINATED AT 20 FT
4.5+16
4.5+10 41 18 23
100/2.00"
100/1.50"
100/1.50"
100/0.50"
Sheet 1 of 1
Client:
Project:
Start Date:End Date:
Drilling Method:
BORING NO.:
PROJECT NO.:
Location:
Surface Elevation:
West:
North:
Hammer Drop (lbs / in):Depth, feetGraphic LogMATERIAL DESCRIPTION Sample TypeRecovery %RQDTX Cone or Std.Pen. (blows/ft, in)PocketPenetrometer (tsf)Unconfined Comp.Strength (tsf)UU ShearStrength (tsf)% PassingNo. 200 SieveUnit Dry Weight(pcf)Water Content, %Liquid LimitPlastic LimitPlasticity IndexSwell, %GROUND WATER OBSERVATIONS
On Rods (ft):
After Drilling (ft):
After Hours (ft):
PHDFW - Ventana 36, LLC
Ventana Phase 8B
11/14/2024 11/14/2024
CONTINUOUS FLIGHT AUGER
48
W242313
Fort Worth, Texas
140 / 30
NONE
DRY
5058 Brush Creek Rd.
Fort Worth, Texas 76119
Phone: 817-496-5600
Fax: 817-496-5608
www.alphatesting.com
5
10
15
20
Dark Brown CLAY with limestone fragments
4.0
Brown CLAY with limestone fragments
10.0
Tan LIMESTONE with clay seams and
layers
17.0
Gray LIMESTONE
20.0
TEST BORING TERMINATED AT 20 FT
4.5+19
4.5+13
4.5+10 60 19 41 2.4
4.5+10
4.5+12
100/2.00"
100/1.00"
Sheet 1 of 1
TEXAS CONE PENETRATION
FILL
LIMESTONE
(MH), Elastic SILT
SANDSTONE
(GP), Poorly Graded GRAVEL
LOW
MEDIUM
HIGH
VERY HIGH
4 TO 15
16 TO 25
26 TO 35
OVER 35
SAMPLING SYMBOLS
(OL), ORGANIC SILT
(OH), ORGANIC CLAY
8.0" OR LARGER
3.0" TO 8.0"
0.75" TO 3.0"
5.0 mm TO 3.0"
2.0 mm TO 5.0 mm
0.4 mm TO 5.0 mm
0.07 mm TO 0.4 mm
0.002 mm TO 0.07 mm
LESS THAN 0.002 mm
SOIL & ROCK SYMBOLS
KEY TO SOIL SYMBOLS
AND CLASSIFICATIONS
(CH), High Plasticity CLAY VERY LOOSE
LOOSE
MEDIUM
DENSE
VERY DENSE
RELATIVE DENSITY OF COHESIONLESS SOILS (blows/ft)
0 TO 4
5 TO 10
11 TO 30
31 TO 50
OVER 50
SHELBY TUBE (3" OD except where
noted otherwise)
SPLIT SPOON (2" OD except where
noted otherwise)
AUGER SAMPLE
ROCK CORE (2" ID except where
noted otherwise)
PARTICLE SIZE IDENTIFICATION (DIAMETER)
(CL), Low Plasticity CLAY
(SP), Poorly Graded SAND
(GW), Well Graded GRAVEL
(GC), CLAYEY GRAVEL
(GM), SILTY GRAVEL
BOULDERS
COBBLES
COARSE GRAVEL
FINE GRAVEL
COURSE SAND
MEDIUM SAND
FINE SAND
SILT
CLAY
TRACE
LITTLE
SOME
AND
1 TO 10
11 TO 20
21 TO 35
36 TO 50
RELATIVE PROPORTIONS (%)
VERY SOFT
SOFT
FIRM
STIFF
VERY STIFF
HARD
LESS THAN 0.25
0.25 TO 0.50
0.50 TO 1.00
1.00 TO 2.00
2.00 TO 4.00
OVER 4.00
SHEAR STRENGTH OF COHESIVE SOILS (tsf)
RELATIVE DEGREE OF PLASTICITY (PI)SHALE / MARL
(SC), CLAYEY SAND
(SW), Well Graded SAND
(SM), SILTY SAND
(ML), SILT
December 12, 2024
PHDFW – Ventana 36, LLC
5055 W. Park Boulevard, Suite 500
Plano, Texas 75093
Attention: Mr. Larry Delzell
Re: Pavement Recommendations
Ventana – Phase 8B
Off Benbrook Boulevard
Fort Worth, Texas
UES Report No. W242313-A
Submitted herein are the recommended pavement sections for the proposed subdivision
(Ventana – Phase 8B) on a tract of land west of Benbrook Boulevard, about three (3) miles south
of Ronald Reagan Memorial Highway, in Fort Worth, Texas. This study was authorized by
Mr. Larry Delzell on August 14, 2024 and performed in accordance with UES Professional Solutions,
LLC Proposal No. 106341-rev1 dated August 8, 2024. This report is an extension of UES Report
No. W242313 dated November 25, 2024.
The purpose of this study is to develop pavement sections for the planned streets in the subject
subdivision in accordance with the City of Fort Worth Pavement Design Manual (January 2015).
We understand the proposed streets within the subdivision could be classified as “Residential-
Urban”, “Collector” or “Arterial”, as described in the referenced manual.
PURPOSE AND SCOPE
The purpose of this geotechnical exploration is for UES PROFESSIONAL SOLUTIONS 44, LLC (UES)
to evaluate for PHDFW – Ventana 36, LLC (Client) some of the physical and engineering properties
of subsurface materials at selected locations on the subject site with respect to formulation of
appropriate geotechnical design parameters for the proposed pavement. The field exploration
was accomplished by securing subsurface samples from widely spaced test borings performed
across the expanse of the site. Engineering analyses were performed from results of the field
exploration and results of laboratory tests performed on representative samples.
Also included are general comments pertaining to reasonably anticipated construction problems
and recommendations concerning earthwork and quality control testing during construction.
This information can be used to evaluate subsurface conditions and to aid in ascertaining
construction meets project specifications.
UES Project No. W242313-A
2
Recommendations provided in this report were developed from information obtained in test
borings depicting subsurface conditions only at the specific boring locations and at the particular
time designated on the logs. Subsurface conditions at other locations may differ from those
observed at the boring locations, and subsurface conditions at the boring locations may vary at
different times of the year. The scope of work may not fully define the variability of subsurface
materials and conditions that are present on the site.
The nature and extent of variations between borings may not become evident until construction.
If significant variations then appear evident, our office should be contacted to re-evaluate our
recommendations after performing on-site observations and possibly other tests.
SUMMARY OF RECOMMENDATIONS
Table A contains a summary of pavement section requirements for proposed streets at the
subject project.
TABLE A
Summary of Pavement Section Requirements
Street Classification Residential -Urban Collector Arterial
PCC Pavement Thickness(in) placed
on lime stabilized subgrade soil 6 7½ 10
28-day Concrete Compressive
Strength (psi) 3,600 3,600 3,600
Subgrade Treatment 6 inches Lime 8 inches Lime 8 inches Lime
Application Rate (lbs per sq yd) 32 42 42
Reinforcing Bar No. 3 3 4
Reinforcing Bar Spacing (in) 18 18 18
Further recommendations and analyses used to develop the summary in Table A are provided
further in this report.
FIELD EXPLORATION
Subsurface conditions on the site were explored by drilling 48 test borings to a depth of about 20
ft. The borings were drilled in general accordance with ASTM Standard D 420 using standard
rotary drilling equipment. The approximate location of each test boring is shown on the Boring
Location Plan, Figure 1.
Subsurface types encountered during the field exploration are presented on the attached Log of
Boring sheets (boring logs). These boring logs contain our Field Technician's and Engineer's
interpretation of conditions believed to exist between actual sample s retrieved. Therefore, the
UES Project No. W242313-A
3
boring logs contain both factual and interpretive information. Lines delineating subsurface strata
on the boring logs are approximate and the actual transition between strata may be gradual.
LABORATORY TESTS
Selected samples of the subsurface materials were tested in the laboratory to evaluate their
engineering properties as a basis in providing recommendations for pavement sections design
and earthwork construction. The following laboratory tests were performed to facilitate
pavement section recommendations:
• Moisture Content (ASTM D 2216)
• Atterberg-Limits (ASTM D 4318)
• Unconfined Compressive Strength (ASTM D 2166)
• Sulfate Content (TX-145-E Part II)
• Lime Series (Plasticity Index vs. Lime Content)
Individual test results are presented on the attached Log of Boring or summary data sheets.
GENERAL SUBSURFACE CONDITIONS
Based on geological maps available from the Bureau of Economic Geology, published by The
University of Texas at Austin, the project site lies within the Kiamichi formation and the undivided
Goodland Limestone and Walnut Clay formation. These formations generally consist of
limestone with marl (limey shale) layers. Residual overburden soils associated with these
formations generally consist of clay soils characterized by low to high shrink/swell potential.
Subsurface conditions at geological interfaces can be highly variable as indicated on the attached
boring logs.
Subsurface conditions encountered in Borings 1, 9, 10, 14, 15 and 23 generally consisted of clay
extending to the 20 ft termination depth of the borings. Subsurface conditions encountered in
Borings 8 and 17 generally consisted of limestone extending to the 20 ft termination depth of the
borings. Subsurface conditions encountered in the remaining borings generally consisted of clay
to depths of about 2 ft to 13 ft below the ground surface underlain by limestone extending to the
20 ft termination depth of the borings. The upper 2 ft to 14 ft of clay and limestone fill
encountered in Borings 4, 6, 7, 8, 16, 17, 26 and 27 were visually identified as fill material. More
detailed stratigraphic information is presented on the attached Log of Boring sheets.
Most of the materials encountered in the borings are considered relatively impermeable and are
expected to have a relatively slow response to water movement. Therefore, several days of
observation would be required to evaluate actual groundwater levels within the depths explored.
Also, the groundwater level at the site is anticipated to fluctuate seasonally depending on the
amount of rainfall, prevailing weather conditions and subsurface drainage characteristics.
UES Project No. W242313-A
4
Free groundwater was encountered on drilling tools during drilling in Boring 26 at a depth of
about 3 ft below the ground surface and the same boring was dry upon completion. No free
groundwater was encountered in the remaining borings. It is common to encounter seasonal
groundwater from fill material, from natural fractures within the clayey matrix, at the soil/rock
(limestone) interface and from fractures within the rock (limestone), particularly during or after
periods of precipitation. If more detailed groundwater information is required, monitoring wells
or piezometers can be installed.
Further information concerning subsurface materials and conditions encountered can be
obtained from the attached boring logs.
ENGINEERING ANALYSIS AND RECOMMENDATIONS
Calculations used to determine the required pavement thickness are based only on the physical
and engineering properties of the materials and conventional thickness determination
procedures. Related civil design factors such as subgrade drainage, shoulder support, cross-
sectional configurations, surface elevations, joint design and environmental factors will
significantly affect the service life and must be included in preparation of the construction
drawings and specifications but were not included in the scope of this study. Normal periodic
maintenance will be required for all pavement to achieve the design life of the pavement system.
Pavement Subgrade Preparation
Based on review of the borings, we expect the pavement subgrade could consist of clay soils or
similar onsite materials used for grading the site. The pavement subgrade could also consist of
limestone in some areas depending on the given location along the alignment and grading
requirements. Since the subgrade conditions and required treatments could vary along the
proposed road alignment, UES should be retained to observe construction to verify conditions
are as expected. Also, we should be provided with the final grading plan for re view prior to
construction to verify or modify in writing the recommendations contained in this report.
The exposed clayey surface soils should be scarified to a depth of 6 inches and 8 inches for
Residential Urban and Collector/Arterial streets, respectively, and mixed with a minimum 32 and
42 lbs per sq yard of hydrated lime (by dry soil weight) in conformance with TxDOT Standard
Specifications Item 260. The recommended application rate equates to about 7 percent lime
based on a dry unit soil weight of 100 pcf. The results of lime series test performed on
representative clay samples are attached (Figure 2).
We recommend lime stabilization procedures extend at least 1 ft beyond the edge of the
pavement to reduce effects of seasonal shrinking and swelling upon the extreme edges of
pavement. The soil-lime mixture should be compacted to at least 95 percent of st andard Proctor
maximum dry density (ASTM D 698) and within the range of 0 to 4 percentage points above the
mixture's optimum moisture content. In all areas where hydrated lime is used to stabilize
subgrade soil, routine Atterberg-limit tests should be performed to verify the resulting plasticity
UES Project No. W242313-A
5
index of the soil-lime mixture is at/or below 15.
Lime stabilization of the pavement subgrade is not required where the pavement subgrade
consists of limestone. In pavement areas where limestone is exposed after final subgrade
elevation is achieved, on-site lime stabilized clay cuttings, on-site processed limestone cuttings,
or flexible base material could be used as a leveling course (as needed) to provide a smooth
surface for placement of the pavement.
Mechanical lime stabilization of the pavement subgrade soil will not prevent normal seasonal
movement of the underlying untreated materials. Pavement and other flatwork constructed at
final grades as could experience soil-related potential seasonal movements more than about 8
inches as discussed in the referenced foundation report. Potential seasonal movements are
discussed in more detail in UES Report No. W242313 performed for the residential foundations
to be constructed at the site.
California Bearing Ratio (CBR) tests were not performed for this specific project. However, based
on our experience in the area and similar conditions, the CBR value for the natural clay soil is
estimated to be about 2 to 3. Following improvement with lime, the CBR value for the lime
stabilized clayey soils is expected to be at least 10.
Portland Cement Concrete Pavement Section
Using the 1993 AASHTO pavement design procedures WinPAS computer program distributed by
American Concrete Pavement Association), the following design parameters were used in
analyses of the PCC pavement section.
• Compressive strength of concrete 3,600 psi at 28 days
• Modulus of Elasticity 4,400,000 psi
• Modulus of Rupture 600 psi
• Modulus of Subgrade Reaction* 250 pci
• Load Transfer Co-efficient 3.1
• Drainage Coefficient 1.0
• Initial PSI 4.5
• Terminal PSI for 2.0 (Residential Urban)
2.25 (Collector)
2.5 (Arterial)
• Standard Deviation 0.35
• Reliability 85 percent
*Subgrade prepared with lime stabilization, or graded limestone as discussed in the previous
section.
UES Project No. W242313-A
6
Using the Street Classification of “Residential-Urban” as described in the referenced Fort Worth
Pavement Design Manual, it is estimated annual traffic volume will be about 35,000 Equivalent
Single Axle Loads (ESALs) in one direction over a 25-year design life with 0.5 percent annual traffic
growth. Based on this, we estimate the cumulative ESALs over the design life of the Residential
Urban street pavement to be about 930,000.
Using the Street Classification of “Collector” as described in the referenced Fort Worth Pavement
Design Manual, the annual traffic volume will be about 100,000 Equivalent Single Axle Loads
(ESALs) in one direction over a 25-year design life with 1.5 percent annual traffic growth. Based
on this, we estimate the cumulative ESALs over the design life of the pavement to be about
3,000,000.
Using the Street Classification of “Arterial” as described in the referenced Fort Worth Pavement
Design Manual, the annual traffic volume will be about 300,000 Equivalent Single Axle Loads
(ESALs) in one direction over a 30-year design life with 2.5 percent annual traffic growth. Based
on this, we estimate the cumulative ESALs over the design life of the pavement to be about
13,000,000.
If the actual expected traffic volume is different than used for our analysis herein, our office
should be provided with the actual expected traffic volume so that we can re -evaluate our
recommendations.
Based on the subgrade preparations recommended herein, the projected traffic volume and
stated design parameters, a minimum 6-inch section of Portland cement concrete is required for
Residential Urban classified streets, a minimum 7½-inch section of Portland cement concrete is
required for Collector classified streets and a minimum 10 -inch section of Portland cement
concrete is required for Arterial classified streets at this project.
PCC should have a minimum 3,600 psi compressive strength at 28 days. The concrete section
should be placed over a properly prepared subgrade as discussed herein. Concrete should be
designed with 4.5 ± 1.5 percent entrained air. Reinforcing steel for con crete pavement should
be in accordance with Table 4.1 of the referenced Pavement Design Manual. Joints and saw -
cutting in concrete should be in accordance with Section Four of the referenced Pavement Design
Manual.
Drainage and Maintenance
Routine maintenance, including sealing of cracks and joints should be performed over the life of
the pavement. Adequate drainage should be provided to reduce seasonal variations in the
moisture content of subgrade soils. Maintaining positive surface drainage throughout the life
of the pavement is essential.
UES Project No. W242313-A
7
Soluble Sulfates
A total of 10 samples obtained from the borings were tested for soluble sulfate concentrations.
Results of the laboratory testing (TxDOT Test Method TEX-145-E Part II) are summarized in Table
B.
TABLE B
Soluble Sulfates
Sample
No.
Boring
No.
Depth,
ft Material Type Soluble Sulfate,
mg/Kg (ppm)
1 1 4-6 Dark Brown CLAY 67
2 5 2-4 Tan CLAY 52
3 15 4-6 Dark Brown CLAY 50
4 20 2-4 Dark Brown CLAY 82
5 27 0-2 Brown and Tan CLAY 63
6 37 0-2 Brown CLAY 50
7 39 0-2 Dark Brown CLAY 65
8 40 2-4 Dark Brown CLAY 53
9 46 2-4 Dark Brown CLAY 47
10 47 0-2 Dark Brown CLAY 85
Based on the results of laboratory testing, the soluble sulfate content measured in the samples
tested is considered relatively low (<3,000 ppm). It should be noted that concentrations of
soluble sulfates in soil are typically very localized and concentrations in other areas of the site
could vary significantly. Hence, it is recommended sulfate sampling/testing be performed along
the pavement subgrade alignment during construction. During construction, experienced
geotechnical personnel should make close observations for possible sulfate reactions.
GENERAL CONSTRUCTION PROCEDURES AND RECOMMENDATIONS
Variations in subsurface conditions could be encountered during construction. To permit
correlation between test boring data and actual subsurface conditions encountered during
construction, it is recommended a registered Professional Engineering firm be retained to
observe construction procedures and materials.
Some construction problems, particularly degree or magnitude, cannot be reasonably
anticipated until the course of construction. The recommendations offered in the following
paragraphs are intended not to limit or preclude other conceivable solutions, but rather to
provide our observations based on our experience and understanding of the project
characteristics and subsurface conditions encountered in the borings.
UES Project No. W242313-A
8
Site Preparation and Grading
Limestone was encountered within 4 ft of the ground surface in several borings and could be
encountered during general excavation and grading at this site. From our experience, this
limestone can be hard and difficult to excavate. Rock excavation methods (including, but not
limited to rock teeth, rippers, jack hammers, or sawcutting) may be required to remove the
limestone. Crushing equipment may be required to process this limestone if it is desired to use
this material as compacted fill on the site. The contractor selected should have experience with
excavation in hard limestone.
All areas supporting pavement or areas to receive new fill should be properly prepared.
• After completion of the necessary stripping, clearing, and excavating and prior to placing
any required fill, the exposed subgrade should be carefully evaluated by probing and
testing. Any undesirable material (organic material, wet, soft, or loose soil) still in place
should be removed.
• The exposed subgrade should be further evaluated by proof -rolling with a heavy
pneumatic tired roller, loaded dump truck or similar equipment weighing approximately
25 tons to check for pockets of soft or loose material hidden beneath a thin crust of
possibly better soil.
• Proof-rolling procedures should be observed routinely by a Professional Engineer or his
designated representative. Any undesirable material (organic material, wet, soft, or loose
soil) exposed from the proof-roll should be removed and replaced with well-compacted
material as outlined in the Fill Compaction section.
• Prior to placement of any fill, the exposed subgrade should then be scarified to a
minimum depth of 6 inches and recompacted as outlined in the Fill Compaction section.
If fill is to be placed on existing slopes (natural or constructed) steeper than six horizontal to one
vertical (6:1), the fill materials should be benched into the existing slopes in such a manner as to
provide a minimum bench width of five (5) ft. This should provide a good contact between the
existing soils and new fill materials, reduce potential sliding planes, and allow relatively horizontal
lift placements.
Even if fill is properly compacted as recommended in the Fill Compaction section, fills in excess
of about 10 ft are still subject to settlements over time of up to about 1 to 2 percent of the total
fill thickness. This should be considered when planning or placing deep fills.
Slope stability analysis of embankments (natural or constructed) and global stability analysis for
retaining walls was not within the scope of this study.
UES Project No. W242313-A
9
The contractor is responsible for designing any excavation slopes, temporary sheeting or shoring.
Design of these structures should include any imposed surface surcharges. Construction site
safety is the sole responsibility of the contractor, who shall also be solely responsible for the
means, methods and sequencing of construction operations. The contractor should also be
aware that slope height, slope inclination or excavation depths (including utility trench
excavations) should in no case exceed those specified in local, state and/or federal safety
regulations, such as OSHA Health and Safety Standard for Excavations, 29 CFR Part 1926, or
successor regulations. Stockpiles should be place well away from the edge of the excavation and
their heights should be controlled so they do not surcharge the sides of the excavation. Surface
drainage should be carefully controlled to prevent flow of water over the slopes and/or into the
excavations. Construction slopes should be closely observed for signs of mass movement,
including tension cracks near the crest or bulging at the toe. If potential stability problems are
observed, a geotechnical engineer should be contacted immediately. Shoring, bracing or
underpinning required for the project (if any) should be designed by a professional engineer
registered in the State of Texas.
Due to traffic of heavy equipment (including heavy compaction equipment) may create pumping
and general deterioration of shallow soils. Therefore, some construction difficulties should be
anticipated during periods when these soils are saturated.
Fill Compaction
The following compaction recommendations pertain to general filling and site grading. The
pavement subgrade should be prepared as discussed in the Pavement Subgrade Preparation
section.
Clay soils with a plasticity index equal to or greater than 25 should be compacted to a dry density
between 93 and 98 percent of standard Proctor maximum dry density (ASTM D 698). The
compacted moisture content of the clays during placement should be within th e range of +2 to
+6 percentage points of the material’s optimum moisture.
Clay soils used for general fill with a plasticity index less than 25 should be compacted to a dry
density of at least 95 percent of standard Proctor maximum dry density (ASTM D 698). The
compacted moisture content of the clays during placement should be within the range of -1 to
+3 percentage points of the material’s optimum moisture.
Clay soils used as fill should be processed and the largest particle or clod should be less than 6
inches prior to compaction.
Processed limestone used as fill should be compacted to at least 95 percent of standard Proctor
maximum dry density. The compacted moisture content of the processed limestone is not
considered crucial to proper performance. However, if the material's moi sture content during
placement is within 3 percentage points of optimum, the compactive effort required to achieve
the minimum compaction criteria may be minimized. Individual rock pieces larger than 6 inches
UES Project No. W242313-A
10
in dimension should not be used as fill. However, if rock fill is utilized within 3 ft below the bottom
of floor slabs, the maximum allowable size of individual rock pieces should be reduced to 3 inches.
Processed limestone used as fill should incorporate sufficient fines to prevent the presence of
voids around larger diameter rock pieces. A gradation of at least 40 percent passing a standard
No. 4 sieve is recommended.
Where mass fills or utility lines are deeper than 10 ft, the fill/backfill below 10 ft should be
compacted to at least 100 percent of standard Proctor maximum dry density (ASTM D 698) and
within – 2 to +2 percentage points of the material's optimum moisture content. The portion of
the fill/backfill shallower than 10 ft should be compacted as outlined herein.
Compaction should be accomplished by placing fill in about 8-inch thick loose lifts and
compacting each lift to at least the specified minimum dry density. Field density and moisture
content tests should be performed on each lift.
In general site grading areas where final fill slopes will be four horizontal to one vertical (4:1) or
steeper and greater than 5 ft in height, field density and moisture content tests should be
performed on each lift.
Utilities
Where utility lines are deeper than 10 ft, the fill/backfill below 10 ft should be compacted to at
least 100 percent of standard Proctor maximum dry density (ASTM D 698) and within –2 to +2
percentage points of the material's optimum moisture content. The portion of the fill/backfill
shallower than 10 ft should be compacted as previously outlined. Density tests should be
performed on each lift (maximum 12-inch thick) and should be performed as the trench is being
backfilled.
Even if fill is properly compacted, fills in excess of about 10 ft are still subject to settlements over
time of up to about 1 to 2 percent of the total fill thickness. This should be considered when
designing pavement over utility lines and/or other areas with deep fill.
If utility trenches or other excavations extend to or beyond a depth of 5 ft below construction
grade, the contractor or others shall be required to develop an excavation safety plan to protect
personnel entering the excavation or excavation vicinity. The collection of specific geotechnical
data and the development of such a plan, which could include designs for sloping and benching
or various types of temporary shoring, is beyond the scope of this study. Any such designs and
safety plans shall be developed in accordance with current OSHA guidelines and other applicable
industry standards.
UES Project No. W242313-A
11
Groundwater
Groundwater was encountered in Boring 26 at a depth of about 3 ft below the ground surface.
From our experience, shallow groundwater seepage could be encountered in excavations for
foundations, utilities and other general excavations at this site. The risk of seepage increases
with depth of excavation and during or after periods of precipitation. Standard sump pits and
pumping may be adequate to control seepage on a local basis in clayey soils.
In any areas where cuts are made, attention should be given to possible seasonal water seepage
that could occur through natural cracks and fissures in the newly exposed stratigraphy. The risk
of seepage is increased where limestone is exposed in excavations and slopes or is near final
grade. In these areas subsurface drains may be required to intercept seasonal groundwater
seepage. The need for these or other dewatering devices should be carefully addressed during
construction. Our office could be contacted to visually observe final grades to evaluate the need
for such drains.
LIMITATIONS
Professional services provided in this geotechnical exploration were performed, findings
obtained, and recommendations prepared in accordance with generally accepted geotechnical
engineering principles and practices. The scope of services provided herein does not include an
environmental assessment of the site or investigation for the presence or absence of hazardous
materials in the soil, surface water or groundwater. UES, upon written request, can be retained
to provide same.
UES is not responsible for conclusions, opinions or recommendations made by others based on
this data. Information contained in this report is intended for the exclusive use of the Client (and
their designated design representatives), and is related solely to design of the specific structures
outlined in Section 2.0. No party other than the Client (and their designated design
representatives) shall use or rely upon this report in any manner whatsoever unless such party
shall have obtained UES’s written acceptance of such intended use. Any such third party using
this report after obtaining UES’s written acceptance shall be bound by the limitations and
limitations of liability contained herein, including UES’s liability being limited to the fee paid to it
for this report. Recommendations presented in this report should not be used for design of any
other structures except those specifically described in this report. In all areas of this report in
which UES may provide additional services if requested to do so in writing, it is presumed that
such requests have not been made if not evidenced by a written document accepted by UES.
Further, subsurface conditions can change with passage of time. Recommendations contained
herein are not considered applicable for an extended period of time after the completion date of
this report. It is recommended our office be contacted for a review of the contents of this report
for construction commencing more than one (1) year after completion of this report. Non -
compliance with any of these requirements by the Client or anyone else shall release UES from
any liability resulting from the use of, or reliance upon, this report.
UES Project No. W242313-A
12
Recommendations provided in this report are based on our understanding of information
provided by the Client about characteristics of the project. If the Client notes any deviation from
the facts about project characteristics, our office should be contacted immediately since this may
materially alter the recommendations. Further, UES is not responsible for damages resulting
from workmanship of designers or contractors. It is recommended the Owner retain qualified
personnel, such as a Geotechnical Engineering firm, to verify construction is performed in
accordance with plans and specifications.
CLOSING
All recommendations in the referenced geotechnical report remain unchanged unless specifically
modified herein. We appreciate the opportunity to be of service. Please contact us with any
questions or comments.
Sincerely,
UES PROFESSIONAL SOLUTIONS 44, LLC
TBPE Firm No. 813
December 12, 2024
Karina Cohuo, EIT Gregory S. Fagan, P.E.
Geotechnical Project Manager Geotechnical Department Manager
KC/GSF/nl
Copies: (1-PDF) Client
Attachments: Boring Location Plan – Figure 1
Mechanical Lime Series – Figure 2
WinPAS Analysis Results
Log of Borings
Key to Soil Symbols and Classifications
BORING LOCATION PLANPAVEMENT RECOMMENDATIONSVENTANA - PHASE 8BOFF BENBROOK BOULEVARDFORT WORTH, TEXASUES PROJECT NO. W242313-AFIGURE 1B-48B-47B-46B-45B-44B-42B-43B-41B-21B-23B-22B-24B-25B-26B-27B-28B-11B-13B-12B-14B-15B-16B-17B-18B-19B-20 B-1 B-3 B-2 B-4 B-5 B-6 B-7 B-8 B-9 B-10 B-29B-30B-31B-32B-33B-34B-35B-36B-37B-38B-39B-40 JERRY DUNN PARKW AYB-48B-47B-46B-45B-44B-42B-43B-41B-21B-23B-22B-24B-25B-26B-27B-28B-11B-13B-12B-14B-15B-16B-17B-18B-19B-20 B-1 B-3 B-2 B-4 B-5 B-6 B-7 B-8 B-9 B-10 B-29B-30B-31B-32B-33B-34B-35B-36B-37B-38B-39B-40 JERRY DUNN PARKW AYNAPPROXIMATE BORING LOCATION
FIGURE 2
PI 38 25 17 12 9
% Lime 0% 4% 6% 8% 10%
Geotechnical ● Construction Materials ● Environmental ● TBPE Firm No. 813
REPORT OF MECHANICAL LIME SERIES RESULTS
Project No:W242313 Date:12/11/24
0
5
10
15
20
25
30
35
40
45
50
55
60
65
70
0% 1% 2% 3% 4% 5% 6% 7% 8% 9% 10% 11% 12% 13% 14% 15%PIPercent Dry Weight of Lime
WinPAS
Pavement Thickness Design According to
1993 AASHTO Guide for Design of Pavements Structures
American Concrete Pavement Association
Rigid Design Inputs
Agency:
Company:
Contractor:
Project Description:
Location:
City of Fort Worth
UES Professional Solutions, LLC
Residential Pavement Analysis
Fort Worth, TX
Rigid Pavement Design/Evaluation
PCC Thickness
Design ESALs
Reliability
Overall Deviation
Modulus of Rupture
Modulus of Elasticity
5.91
930,000
85.00
0.39
620
4,000,000
inches
psi
psi
percent
Load Transfer, J
Mod. Subgrade Reaction, k
Drainage Coefficient, Cd
Initial Serviceability
Terminal Serviceability
3.00
280
1.00
4.50
2.00
psi/in
Modulus of Subgrade Reaction (k-value) Determination
Resilient Modulus of the Subgrade
Resilient Modulus of the Subbase
Subbase Thickness
Depth to Rigid Foundation
Loss of Support Value (0,1,2,3)
0.0
0.0
0.00
0.00
0.0
psi
psi
inches
feet
Modulus of Subgrade Reaction 280.00 psi/in
WinPAS
Pavement Thickness Design According to
1993 AASHTO Guide for Design of Pavements Structures
American Concrete Pavement Association
Rigid Design Inputs
Agency:
Company:
Contractor:
Project Description:
Location:
City of Fort Worth
UES Professional Solutions, LLC
Collector Pavement Analysis
Fort Worth, TX
Rigid Pavement Design/Evaluation
PCC Thickness
Design ESALs
Reliability
Overall Deviation
Modulus of Rupture
Modulus of Elasticity
7.52
3,000,000
85.00
0.39
620
4,000,000
inches
psi
psi
percent
Load Transfer, J
Mod. Subgrade Reaction, k
Drainage Coefficient, Cd
Initial Serviceability
Terminal Serviceability
3.00
280
1.00
4.50
2.25
psi/in
Modulus of Subgrade Reaction (k-value) Determination
Resilient Modulus of the Subgrade
Resilient Modulus of the Subbase
Subbase Thickness
Depth to Rigid Foundation
Loss of Support Value (0,1,2,3)
0.0
0.0
0.00
0.00
0.0
psi
psi
inches
feet
Modulus of Subgrade Reaction 280.00 psi/in
WinPAS
Pavement Thickness Design According to
1993 AASHTO Guide for Design of Pavements Structures
American Concrete Pavement Association
Rigid Design Inputs
Agency:
Company:
Contractor:
Project Description:
Location:
City of Fort Worth
UES Professional Solutions, LLC
Arterial Pavement Analysis
Fort Worth, TX
Rigid Pavement Design/Evaluation
PCC Thickness
Design ESALs
Reliability
Overall Deviation
Modulus of Rupture
Modulus of Elasticity
9.87
13,000,000
85.00
0.39
620
4,000,000
inches
psi
psi
percent
Load Transfer, J
Mod. Subgrade Reaction, k
Drainage Coefficient, Cd
Initial Serviceability
Terminal Serviceability
3.00
280
1.00
4.50
2.50
psi/in
Modulus of Subgrade Reaction (k-value) Determination
Resilient Modulus of the Subgrade
Resilient Modulus of the Subbase
Subbase Thickness
Depth to Rigid Foundation
Loss of Support Value (0,1,2,3)
0.0
0.0
0.00
0.00
0.0
psi
psi
inches
feet
Modulus of Subgrade Reaction 280.00 psi/in
Client:
Project:
Start Date:End Date:
Drilling Method:
BORING NO.:
PROJECT NO.:
Location:
Surface Elevation:
West:
North:
Hammer Drop (lbs / in):Depth, feetGraphic LogMATERIAL DESCRIPTION Sample TypeRecovery %RQDTX Cone or Std.Pen. (blows/ft, in)PocketPenetrometer (tsf)Unconfined Comp.Strength (tsf)UU ShearStrength (tsf)% PassingNo. 200 SieveUnit Dry Weight(pcf)Water Content, %Liquid LimitPlastic LimitPlasticity IndexSwell, %GROUND WATER OBSERVATIONS
On Rods (ft):
After Drilling (ft):
After Hours (ft):
PHDFW - Ventana 36, LLC
Ventana Phase 8B
10/8/2024 10/8/2024
CONTINUOUS FLIGHT AUGER
1
W242313
Fort Worth, Texas
140 / 30
NONE
DRY
5058 Brush Creek Rd.
Fort Worth, Texas 76119
Phone: 817-496-5600
Fax: 817-496-5608
www.alphatesting.com
5
10
15
20
Dark Brown CLAY with limestone fragments
6.0
Brown CLAY with limestone fragments
and calcareous deposits
10.0
Tan and Gray CLAY with limestone fragments
and calcareous deposits
20.0
TEST BORING TERMINATED AT 20 FT
4.5+20
4.5+18 62 21 41 3.2
4.5+21
4.5+23 64 19 45 0.8
4.5+17
4.5+17
3.5 16
Sheet 1 of 1
Client:
Project:
Start Date:End Date:
Drilling Method:
BORING NO.:
PROJECT NO.:
Location:
Surface Elevation:
West:
North:
Hammer Drop (lbs / in):Depth, feetGraphic LogMATERIAL DESCRIPTION Sample TypeRecovery %RQDTX Cone or Std.Pen. (blows/ft, in)PocketPenetrometer (tsf)Unconfined Comp.Strength (tsf)UU ShearStrength (tsf)% PassingNo. 200 SieveUnit Dry Weight(pcf)Water Content, %Liquid LimitPlastic LimitPlasticity IndexSwell, %GROUND WATER OBSERVATIONS
On Rods (ft):
After Drilling (ft):
After Hours (ft):
PHDFW - Ventana 36, LLC
Ventana Phase 8B
10/8/2024 10/8/2024
CONTINUOUS FLIGHT AUGER
2
W242313
Fort Worth, Texas
140 / 30
NONE
DRY
5058 Brush Creek Rd.
Fort Worth, Texas 76119
Phone: 817-496-5600
Fax: 817-496-5608
www.alphatesting.com
5
10
15
20
Dark Brown CLAY with limestone fragments
2.0
Tan LIMESTONE
13.0
Gray LIMESTONE
20.0
TEST BORING TERMINATED AT 20 FT
4.5+46
100/1.50"
100/1.50"
100/1.00"
Sheet 1 of 1
Client:
Project:
Start Date:End Date:
Drilling Method:
BORING NO.:
PROJECT NO.:
Location:
Surface Elevation:
West:
North:
Hammer Drop (lbs / in):Depth, feetGraphic LogMATERIAL DESCRIPTION Sample TypeRecovery %RQDTX Cone or Std.Pen. (blows/ft, in)PocketPenetrometer (tsf)Unconfined Comp.Strength (tsf)UU ShearStrength (tsf)% PassingNo. 200 SieveUnit Dry Weight(pcf)Water Content, %Liquid LimitPlastic LimitPlasticity IndexSwell, %GROUND WATER OBSERVATIONS
On Rods (ft):
After Drilling (ft):
After Hours (ft):
PHDFW - Ventana 36, LLC
Ventana Phase 8B
10/8/2024 10/8/2024
CONTINUOUS FLIGHT AUGER
3
W242313
Fort Worth, Texas
140 / 30
NONE
DRY
5058 Brush Creek Rd.
Fort Worth, Texas 76119
Phone: 817-496-5600
Fax: 817-496-5608
www.alphatesting.com
5
10
15
20
Tan CLAY with limestone fragments and
calcareous deposits
6.0
Tan LIMESTONE with clay seams and
layers
13.0
Gray LIMESTONE
20.0
TEST BORING TERMINATED AT 20 FT
4.5+7
4.5+16 63 16 47 3.5
4.5+11
100/2.00"
100/1.00"
Sheet 1 of 1
Client:
Project:
Start Date:End Date:
Drilling Method:
BORING NO.:
PROJECT NO.:
Location:
Surface Elevation:
West:
North:
Hammer Drop (lbs / in):Depth, feetGraphic LogMATERIAL DESCRIPTION Sample TypeRecovery %RQDTX Cone or Std.Pen. (blows/ft, in)PocketPenetrometer (tsf)Unconfined Comp.Strength (tsf)UU ShearStrength (tsf)% PassingNo. 200 SieveUnit Dry Weight(pcf)Water Content, %Liquid LimitPlastic LimitPlasticity IndexSwell, %GROUND WATER OBSERVATIONS
On Rods (ft):
After Drilling (ft):
After Hours (ft):
PHDFW - Ventana 36, LLC
Ventana Phase 8B
10/8/2024 10/8/2024
CONTINUOUS FLIGHT AUGER
4
W242313
Fort Worth, Texas
140 / 30
NONE
DRY
5058 Brush Creek Rd.
Fort Worth, Texas 76119
Phone: 817-496-5600
Fax: 817-496-5608
www.alphatesting.com
5
10
15
20
Brown and Tan CLAY with limestone fragments
- FILL
2.0
Tan LIMESTONE with clay seams and
layers
20.0
TEST BORING TERMINATED AT 20 FT
4.5+7 41 16 25
100/3.50"
100/2.50"
100/2.00"
Sheet 1 of 1
Client:
Project:
Start Date:End Date:
Drilling Method:
BORING NO.:
PROJECT NO.:
Location:
Surface Elevation:
West:
North:
Hammer Drop (lbs / in):Depth, feetGraphic LogMATERIAL DESCRIPTION Sample TypeRecovery %RQDTX Cone or Std.Pen. (blows/ft, in)PocketPenetrometer (tsf)Unconfined Comp.Strength (tsf)UU ShearStrength (tsf)% PassingNo. 200 SieveUnit Dry Weight(pcf)Water Content, %Liquid LimitPlastic LimitPlasticity IndexSwell, %GROUND WATER OBSERVATIONS
On Rods (ft):
After Drilling (ft):
After Hours (ft):
PHDFW - Ventana 36, LLC
Ventana Phase 8B
10/8/2024 10/8/2024
CONTINUOUS FLIGHT AUGER
5
W242313
Fort Worth, Texas
140 / 30
NONE
DRY
5058 Brush Creek Rd.
Fort Worth, Texas 76119
Phone: 817-496-5600
Fax: 817-496-5608
www.alphatesting.com
5
10
15
20
Dark Brown CLAY with limestone fragments
2.0
Tan CLAY with limestone fragments and
calcareous deposits
6.0
Tan LIMESTONE
12.0
Gray LIMESTONE
20.0
TEST BORING TERMINATED AT 20 FT
4.5+14
4.5+11
4.5+9 66 18 48 4.8
100/0.50"
100/1.00"
Sheet 1 of 1
Client:
Project:
Start Date:End Date:
Drilling Method:
BORING NO.:
PROJECT NO.:
Location:
Surface Elevation:
West:
North:
Hammer Drop (lbs / in):Depth, feetGraphic LogMATERIAL DESCRIPTION Sample TypeRecovery %RQDTX Cone or Std.Pen. (blows/ft, in)PocketPenetrometer (tsf)Unconfined Comp.Strength (tsf)UU ShearStrength (tsf)% PassingNo. 200 SieveUnit Dry Weight(pcf)Water Content, %Liquid LimitPlastic LimitPlasticity IndexSwell, %GROUND WATER OBSERVATIONS
On Rods (ft):
After Drilling (ft):
After Hours (ft):
PHDFW - Ventana 36, LLC
Ventana Phase 8B
10/8/2024 10/8/2024
CONTINUOUS FLIGHT AUGER
6
W242313
Fort Worth, Texas
140 / 30
NONE
DRY
5058 Brush Creek Rd.
Fort Worth, Texas 76119
Phone: 817-496-5600
Fax: 817-496-5608
www.alphatesting.com
5
10
15
20
Brown and Tan CLAY with limestone fragments
and calcareous deposits - FILL
5.0
Tan LIMESTONE
12.0
Gray LIMESTONE
20.0
TEST BORING TERMINATED AT 20 FT
4.5+7 35 15 20
1.5 15
100/1.50"
100/1.00"
Sheet 1 of 1
Client:
Project:
Start Date:End Date:
Drilling Method:
BORING NO.:
PROJECT NO.:
Location:
Surface Elevation:
West:
North:
Hammer Drop (lbs / in):Depth, feetGraphic LogMATERIAL DESCRIPTION Sample TypeRecovery %RQDTX Cone or Std.Pen. (blows/ft, in)PocketPenetrometer (tsf)Unconfined Comp.Strength (tsf)UU ShearStrength (tsf)% PassingNo. 200 SieveUnit Dry Weight(pcf)Water Content, %Liquid LimitPlastic LimitPlasticity IndexSwell, %GROUND WATER OBSERVATIONS
On Rods (ft):
After Drilling (ft):
After Hours (ft):
PHDFW - Ventana 36, LLC
Ventana Phase 8B
10/8/2024 10/8/2024
CONTINUOUS FLIGHT AUGER
7
W242313
Fort Worth, Texas
140 / 30
NONE
DRY
5058 Brush Creek Rd.
Fort Worth, Texas 76119
Phone: 817-496-5600
Fax: 817-496-5608
www.alphatesting.com
5
10
15
20
Brown and Tan CLAY with limestone fragments
and calcareous deposits - FILL
4.0
Tan LIMESTONE
12.0
Gray LIMESTONE
20.0
TEST BORING TERMINATED AT 20 FT
4.5+13
4.5+12
100/1.00"
100/1.50"
100/1.00"
Sheet 1 of 1
Client:
Project:
Start Date:End Date:
Drilling Method:
BORING NO.:
PROJECT NO.:
Location:
Surface Elevation:
West:
North:
Hammer Drop (lbs / in):Depth, feetGraphic LogMATERIAL DESCRIPTION Sample TypeRecovery %RQDTX Cone or Std.Pen. (blows/ft, in)PocketPenetrometer (tsf)Unconfined Comp.Strength (tsf)UU ShearStrength (tsf)% PassingNo. 200 SieveUnit Dry Weight(pcf)Water Content, %Liquid LimitPlastic LimitPlasticity IndexSwell, %GROUND WATER OBSERVATIONS
On Rods (ft):
After Drilling (ft):
After Hours (ft):
PHDFW - Ventana 36, LLC
Ventana Phase 8B
10/8/2024 10/8/2024
CONTINUOUS FLIGHT AUGER
8
W242313
Fort Worth, Texas
140 / 30
NONE
DRY
5058 Brush Creek Rd.
Fort Worth, Texas 76119
Phone: 817-496-5600
Fax: 817-496-5608
www.alphatesting.com
5
10
15
20
Tan LIMESTONE FILL
14.0
Tan LIMESTONE with clay seams and
layers
20.0
TEST BORING TERMINATED AT 20 FT
100/7.50"
100/9.00"
100/2.00"
100/2.00"
Sheet 1 of 1
Client:
Project:
Start Date:End Date:
Drilling Method:
BORING NO.:
PROJECT NO.:
Location:
Surface Elevation:
West:
North:
Hammer Drop (lbs / in):Depth, feetGraphic LogMATERIAL DESCRIPTION Sample TypeRecovery %RQDTX Cone or Std.Pen. (blows/ft, in)PocketPenetrometer (tsf)Unconfined Comp.Strength (tsf)UU ShearStrength (tsf)% PassingNo. 200 SieveUnit Dry Weight(pcf)Water Content, %Liquid LimitPlastic LimitPlasticity IndexSwell, %GROUND WATER OBSERVATIONS
On Rods (ft):
After Drilling (ft):
After Hours (ft):
PHDFW - Ventana 36, LLC
Ventana Phase 8B
10/7/2024 10/7/2024
CONTINUOUS FLIGHT AUGER
9
W242313
Fort Worth, Texas
140 / 30
NONE
DRY
5058 Brush Creek Rd.
Fort Worth, Texas 76119
Phone: 817-496-5600
Fax: 817-496-5608
www.alphatesting.com
5
10
15
20
Dark Brown CLAY with limestone fragments
8.0
Brown CLAY with limestone fragments
and calcareous deposits
10.0
Tan CLAY with limestone fragments and
calcareous deposits
20.0
TEST BORING TERMINATED AT 20 FT
4.5+22
4.5+17 76 15 61
4.5+20
4.5+22
4.5+25
4.5+17
4.5+14
Sheet 1 of 1
Client:
Project:
Start Date:End Date:
Drilling Method:
BORING NO.:
PROJECT NO.:
Location:
Surface Elevation:
West:
North:
Hammer Drop (lbs / in):Depth, feetGraphic LogMATERIAL DESCRIPTION Sample TypeRecovery %RQDTX Cone or Std.Pen. (blows/ft, in)PocketPenetrometer (tsf)Unconfined Comp.Strength (tsf)UU ShearStrength (tsf)% PassingNo. 200 SieveUnit Dry Weight(pcf)Water Content, %Liquid LimitPlastic LimitPlasticity IndexSwell, %GROUND WATER OBSERVATIONS
On Rods (ft):
After Drilling (ft):
After Hours (ft):
PHDFW - Ventana 36, LLC
Ventana Phase 8B
10/7/2024 10/7/2024
CONTINUOUS FLIGHT AUGER
10
W242313
Fort Worth, Texas
140 / 30
NONE
DRY
5058 Brush Creek Rd.
Fort Worth, Texas 76119
Phone: 817-496-5600
Fax: 817-496-5608
www.alphatesting.com
5
10
15
20
Dark Brown CLAY with limestone fragments
6.0
Brown CLAY
8.0
Tan CLAY with limestone fragments and
calcareous deposits
15.0
Tan and Gray CLAY with calcareous deposits
20.0
TEST BORING TERMINATED AT 20 FT
4.5+19
4.5+18
4.5+17
3.5 253.4 99 73 17 56
4.25 22
4.5+17 42 14 28 0.1
3.25 181.8 110
Sheet 1 of 1
Client:
Project:
Start Date:End Date:
Drilling Method:
BORING NO.:
PROJECT NO.:
Location:
Surface Elevation:
West:
North:
Hammer Drop (lbs / in):Depth, feetGraphic LogMATERIAL DESCRIPTION Sample TypeRecovery %RQDTX Cone or Std.Pen. (blows/ft, in)PocketPenetrometer (tsf)Unconfined Comp.Strength (tsf)UU ShearStrength (tsf)% PassingNo. 200 SieveUnit Dry Weight(pcf)Water Content, %Liquid LimitPlastic LimitPlasticity IndexSwell, %GROUND WATER OBSERVATIONS
On Rods (ft):
After Drilling (ft):
After Hours (ft):
PHDFW - Ventana 36, LLC
Ventana Phase 8B
10/7/2024 10/7/2024
CONTINUOUS FLIGHT AUGER
11
W242313
Fort Worth, Texas
140 / 30
NONE
DRY
5058 Brush Creek Rd.
Fort Worth, Texas 76119
Phone: 817-496-5600
Fax: 817-496-5608
www.alphatesting.com
5
10
15
20
Dark Brown CLAY with limestone fragments
2.0
Tan LIMESTONE
14.0
Gray LIMESTONE
20.0
TEST BORING TERMINATED AT 20 FT
4.5+9 43 20 23
100/1.50"
100/1.50"
100/1.00"
Sheet 1 of 1
Client:
Project:
Start Date:End Date:
Drilling Method:
BORING NO.:
PROJECT NO.:
Location:
Surface Elevation:
West:
North:
Hammer Drop (lbs / in):Depth, feetGraphic LogMATERIAL DESCRIPTION Sample TypeRecovery %RQDTX Cone or Std.Pen. (blows/ft, in)PocketPenetrometer (tsf)Unconfined Comp.Strength (tsf)UU ShearStrength (tsf)% PassingNo. 200 SieveUnit Dry Weight(pcf)Water Content, %Liquid LimitPlastic LimitPlasticity IndexSwell, %GROUND WATER OBSERVATIONS
On Rods (ft):
After Drilling (ft):
After Hours (ft):
PHDFW - Ventana 36, LLC
Ventana Phase 8B
10/7/2024 10/7/2024
CONTINUOUS FLIGHT AUGER
12
W242313
Fort Worth, Texas
140 / 30
NONE
DRY
5058 Brush Creek Rd.
Fort Worth, Texas 76119
Phone: 817-496-5600
Fax: 817-496-5608
www.alphatesting.com
5
10
15
20
Brown CLAY with limestone fragments
and calcareous deposits
2.0
Tan LIMESTONE
20.0
TEST BORING TERMINATED AT 20 FT
4.5+10 44 17 27
100/1.00"
100/1.00"
100/1.00"
Sheet 1 of 1
Client:
Project:
Start Date:End Date:
Drilling Method:
BORING NO.:
PROJECT NO.:
Location:
Surface Elevation:
West:
North:
Hammer Drop (lbs / in):Depth, feetGraphic LogMATERIAL DESCRIPTION Sample TypeRecovery %RQDTX Cone or Std.Pen. (blows/ft, in)PocketPenetrometer (tsf)Unconfined Comp.Strength (tsf)UU ShearStrength (tsf)% PassingNo. 200 SieveUnit Dry Weight(pcf)Water Content, %Liquid LimitPlastic LimitPlasticity IndexSwell, %GROUND WATER OBSERVATIONS
On Rods (ft):
After Drilling (ft):
After Hours (ft):
PHDFW - Ventana 36, LLC
Ventana Phase 8B
10/7/2024 10/7/2024
CONTINUOUS FLIGHT AUGER
13
W242313
Fort Worth, Texas
140 / 30
NONE
DRY
5058 Brush Creek Rd.
Fort Worth, Texas 76119
Phone: 817-496-5600
Fax: 817-496-5608
www.alphatesting.com
5
10
15
20
Dark Brown CLAY with limestone fragments
2.0
Tan CLAY with limestone fragments and
calcareous deposits 3.0
Tan LIMESTONE
20.0
TEST BORING TERMINATED AT 20 FT
4.5+8
4.5+4 31 19 12
100/1.00"
100/1.00"
100/1.50"
Sheet 1 of 1
Client:
Project:
Start Date:End Date:
Drilling Method:
BORING NO.:
PROJECT NO.:
Location:
Surface Elevation:
West:
North:
Hammer Drop (lbs / in):Depth, feetGraphic LogMATERIAL DESCRIPTION Sample TypeRecovery %RQDTX Cone or Std.Pen. (blows/ft, in)PocketPenetrometer (tsf)Unconfined Comp.Strength (tsf)UU ShearStrength (tsf)% PassingNo. 200 SieveUnit Dry Weight(pcf)Water Content, %Liquid LimitPlastic LimitPlasticity IndexSwell, %GROUND WATER OBSERVATIONS
On Rods (ft):
After Drilling (ft):
After Hours (ft):
PHDFW - Ventana 36, LLC
Ventana Phase 8B
10/7/2024 10/7/2024
CONTINUOUS FLIGHT AUGER
14
W242313
Fort Worth, Texas
140 / 30
NONE
DRY
5058 Brush Creek Rd.
Fort Worth, Texas 76119
Phone: 817-496-5600
Fax: 817-496-5608
www.alphatesting.com
5
10
15
20
Dark Brown CLAY with limestone fragments
4.0
Light Brown CLAY with limestone fragments
and calcareous deposits
8.0
Tan CLAY with limestone fragments and
calcareous deposits
20.0
TEST BORING TERMINATED AT 20 FT
4.5+15
4.5+17
4.5+16
4.5+19 51 19 32 1.2
4.5+12
4.5+19 51 18 33 0.1
4.5+19
Sheet 1 of 1
Client:
Project:
Start Date:End Date:
Drilling Method:
BORING NO.:
PROJECT NO.:
Location:
Surface Elevation:
West:
North:
Hammer Drop (lbs / in):Depth, feetGraphic LogMATERIAL DESCRIPTION Sample TypeRecovery %RQDTX Cone or Std.Pen. (blows/ft, in)PocketPenetrometer (tsf)Unconfined Comp.Strength (tsf)UU ShearStrength (tsf)% PassingNo. 200 SieveUnit Dry Weight(pcf)Water Content, %Liquid LimitPlastic LimitPlasticity IndexSwell, %GROUND WATER OBSERVATIONS
On Rods (ft):
After Drilling (ft):
After Hours (ft):
PHDFW - Ventana 36, LLC
Ventana Phase 8B
10/7/2024 10/7/2024
CONTINUOUS FLIGHT AUGER
15
W242313
Fort Worth, Texas
140 / 30
NONE
DRY
5058 Brush Creek Rd.
Fort Worth, Texas 76119
Phone: 817-496-5600
Fax: 817-496-5608
www.alphatesting.com
5
10
15
20
Dark Brown CLAY with limestone fragments
6.0
Brown and Tan CLAY with calcareous deposits
and limestone fragments
8.0
Tan CLAY with calcareous deposits and
limestone fragments
20.0
TEST BORING TERMINATED AT 20 FT
4.5+18
4.5+15 56 19 37 1.7
4.5+15
4.5+15 53 18 35
4.5+13
4.5+19
4.5+17
Sheet 1 of 1
Client:
Project:
Start Date:End Date:
Drilling Method:
BORING NO.:
PROJECT NO.:
Location:
Surface Elevation:
West:
North:
Hammer Drop (lbs / in):Depth, feetGraphic LogMATERIAL DESCRIPTION Sample TypeRecovery %RQDTX Cone or Std.Pen. (blows/ft, in)PocketPenetrometer (tsf)Unconfined Comp.Strength (tsf)UU ShearStrength (tsf)% PassingNo. 200 SieveUnit Dry Weight(pcf)Water Content, %Liquid LimitPlastic LimitPlasticity IndexSwell, %GROUND WATER OBSERVATIONS
On Rods (ft):
After Drilling (ft):
After Hours (ft):
PHDFW - Ventana 36, LLC
Ventana Phase 8B
11/14/2024 11/14/2024
CONTINUOUS FLIGHT AUGER
16
W242313
Fort Worth, Texas
140 / 30
NONE
DRY
5058 Brush Creek Rd.
Fort Worth, Texas 76119
Phone: 817-496-5600
Fax: 817-496-5608
www.alphatesting.com
5
10
15
20
Tan CLAY with limestone fragments - FILL
2.0
Tan LIMESTONE - FILL
8.0
Tan LIMESTONE
20.0
- with clay seams and layers at 8 ft to 13ft
TEST BORING TERMINATED AT 20 FT
4.5+10
100/9.50"
100/2.50"
100/0.50"
100/1.50"
Sheet 1 of 1
Client:
Project:
Start Date:End Date:
Drilling Method:
BORING NO.:
PROJECT NO.:
Location:
Surface Elevation:
West:
North:
Hammer Drop (lbs / in):Depth, feetGraphic LogMATERIAL DESCRIPTION Sample TypeRecovery %RQDTX Cone or Std.Pen. (blows/ft, in)PocketPenetrometer (tsf)Unconfined Comp.Strength (tsf)UU ShearStrength (tsf)% PassingNo. 200 SieveUnit Dry Weight(pcf)Water Content, %Liquid LimitPlastic LimitPlasticity IndexSwell, %GROUND WATER OBSERVATIONS
On Rods (ft):
After Drilling (ft):
After Hours (ft):
PHDFW - Ventana 36, LLC
Ventana Phase 8B
11/14/2024 11/14/2024
CONTINUOUS FLIGHT AUGER
17
W242313
Fort Worth, Texas
140 / 30
NONE
DRY
5058 Brush Creek Rd.
Fort Worth, Texas 76119
Phone: 817-496-5600
Fax: 817-496-5608
www.alphatesting.com
5
10
15
20
Tan LIMESTONE - FILL
12.0
Tan LIMESTONE with clay seams and
layers
20.0
TEST BORING TERMINATED AT 20 FT
100/10.50"
50/5.00"
100/1.50"
100/1.50"
Sheet 1 of 1
Client:
Project:
Start Date:End Date:
Drilling Method:
BORING NO.:
PROJECT NO.:
Location:
Surface Elevation:
West:
North:
Hammer Drop (lbs / in):Depth, feetGraphic LogMATERIAL DESCRIPTION Sample TypeRecovery %RQDTX Cone or Std.Pen. (blows/ft, in)PocketPenetrometer (tsf)Unconfined Comp.Strength (tsf)UU ShearStrength (tsf)% PassingNo. 200 SieveUnit Dry Weight(pcf)Water Content, %Liquid LimitPlastic LimitPlasticity IndexSwell, %GROUND WATER OBSERVATIONS
On Rods (ft):
After Drilling (ft):
After Hours (ft):
PHDFW - Ventana 36, LLC
Ventana Phase 8B
10/9/2024 10/9/2024
CONTINUOUS FLIGHT AUGER
18
W242313
Fort Worth, Texas
140 / 30
NONE
DRY
5058 Brush Creek Rd.
Fort Worth, Texas 76119
Phone: 817-496-5600
Fax: 817-496-5608
www.alphatesting.com
5
10
15
20
Dark Brown CLAY with limestone fragments
8.0
Brown and Tan CLAY with limestone fragments
and calcareous deposits
10.0
Tan LIMESTONE
20.0
TEST BORING TERMINATED AT 20 FT
4.5+21
4.5+21
4.5+18 44 22 22 6.0
4.5+17
4.5+17
100/1.50"
100/1.00"
Sheet 1 of 1
Client:
Project:
Start Date:End Date:
Drilling Method:
BORING NO.:
PROJECT NO.:
Location:
Surface Elevation:
West:
North:
Hammer Drop (lbs / in):Depth, feetGraphic LogMATERIAL DESCRIPTION Sample TypeRecovery %RQDTX Cone or Std.Pen. (blows/ft, in)PocketPenetrometer (tsf)Unconfined Comp.Strength (tsf)UU ShearStrength (tsf)% PassingNo. 200 SieveUnit Dry Weight(pcf)Water Content, %Liquid LimitPlastic LimitPlasticity IndexSwell, %GROUND WATER OBSERVATIONS
On Rods (ft):
After Drilling (ft):
After Hours (ft):
PHDFW - Ventana 36, LLC
Ventana Phase 8B
10/9/2024 10/9/2024
CONTINUOUS FLIGHT AUGER
19
W242313
Fort Worth, Texas
140 / 30
NONE
DRY
5058 Brush Creek Rd.
Fort Worth, Texas 76119
Phone: 817-496-5600
Fax: 817-496-5608
www.alphatesting.com
5
10
15
20
Dark Brown CLAY with limestone fragments
6.0
Dark Brown and Tan CLAY with limestone
fragments and calcareous deposits
8.0
Tan CLAY with calcareous deposits and
limestone fragments
10.0
Tan LIMESTONE with clay seams and
layers
20.0
TEST BORING TERMINATED AT 20 FT
4.5+17
4.5+17
4.5+17
3.75 22 72 18 54
4.5+16
100/1.50"
100/2.00"
Sheet 1 of 1
Client:
Project:
Start Date:End Date:
Drilling Method:
BORING NO.:
PROJECT NO.:
Location:
Surface Elevation:
West:
North:
Hammer Drop (lbs / in):Depth, feetGraphic LogMATERIAL DESCRIPTION Sample TypeRecovery %RQDTX Cone or Std.Pen. (blows/ft, in)PocketPenetrometer (tsf)Unconfined Comp.Strength (tsf)UU ShearStrength (tsf)% PassingNo. 200 SieveUnit Dry Weight(pcf)Water Content, %Liquid LimitPlastic LimitPlasticity IndexSwell, %GROUND WATER OBSERVATIONS
On Rods (ft):
After Drilling (ft):
After Hours (ft):
PHDFW - Ventana 36, LLC
Ventana Phase 8B
10/9/2024 10/9/2024
CONTINUOUS FLIGHT AUGER
20
W242313
Fort Worth, Texas
140 / 30
NONE
DRY
5058 Brush Creek Rd.
Fort Worth, Texas 76119
Phone: 817-496-5600
Fax: 817-496-5608
www.alphatesting.com
5
10
15
20
Dark Brown CLAY
4.0
- with limestone fragments and calcareous
deposits at 2 ft to 4ft
Tan LIMESTONE
20.0
TEST BORING TERMINATED AT 20 FT
4.5+17
4.5+14 62 20 42 3.6
100/1.00"
100/1.50"
100/1.50"
100/1.00"
Sheet 1 of 1
Client:
Project:
Start Date:End Date:
Drilling Method:
BORING NO.:
PROJECT NO.:
Location:
Surface Elevation:
West:
North:
Hammer Drop (lbs / in):Depth, feetGraphic LogMATERIAL DESCRIPTION Sample TypeRecovery %RQDTX Cone or Std.Pen. (blows/ft, in)PocketPenetrometer (tsf)Unconfined Comp.Strength (tsf)UU ShearStrength (tsf)% PassingNo. 200 SieveUnit Dry Weight(pcf)Water Content, %Liquid LimitPlastic LimitPlasticity IndexSwell, %GROUND WATER OBSERVATIONS
On Rods (ft):
After Drilling (ft):
After Hours (ft):
PHDFW - Ventana 36, LLC
Ventana Phase 8B
10/9/2024 10/9/2024
CONTINUOUS FLIGHT AUGER
21
W242313
Fort Worth, Texas
140 / 30
NONE
DRY
5058 Brush Creek Rd.
Fort Worth, Texas 76119
Phone: 817-496-5600
Fax: 817-496-5608
www.alphatesting.com
5
10
15
20
Brown CLAY with limestone fragments
2.0
Brown and Tan CLAY with limestone fragments
and calcareous deposits
4.0
Tan LIMESTONE
20.0
- with clay seams and layers at 4 ft to 12ft
TEST BORING TERMINATED AT 20 FT
4.5+18
4.5+16 52 19 33
100/3.00"
100/2.00"
100/1.50"
100/1.50"
Sheet 1 of 1
Client:
Project:
Start Date:End Date:
Drilling Method:
BORING NO.:
PROJECT NO.:
Location:
Surface Elevation:
West:
North:
Hammer Drop (lbs / in):Depth, feetGraphic LogMATERIAL DESCRIPTION Sample TypeRecovery %RQDTX Cone or Std.Pen. (blows/ft, in)PocketPenetrometer (tsf)Unconfined Comp.Strength (tsf)UU ShearStrength (tsf)% PassingNo. 200 SieveUnit Dry Weight(pcf)Water Content, %Liquid LimitPlastic LimitPlasticity IndexSwell, %GROUND WATER OBSERVATIONS
On Rods (ft):
After Drilling (ft):
After Hours (ft):
PHDFW - Ventana 36, LLC
Ventana Phase 8B
10/9/2024 10/9/2024
CONTINUOUS FLIGHT AUGER
22
W242313
Fort Worth, Texas
140 / 30
NONE
DRY
5058 Brush Creek Rd.
Fort Worth, Texas 76119
Phone: 817-496-5600
Fax: 817-496-5608
www.alphatesting.com
5
10
15
20
Brown CLAY with limestone fragments
4.0
Tan LIMESTONE with clay seams and
layers
20.0
TEST BORING TERMINATED AT 20 FT
4.5+18
4.5+15 65 21 44
100/3.00"
100/2.50"
100/1.50"
100/1.50"
Sheet 1 of 1
Client:
Project:
Start Date:End Date:
Drilling Method:
BORING NO.:
PROJECT NO.:
Location:
Surface Elevation:
West:
North:
Hammer Drop (lbs / in):Depth, feetGraphic LogMATERIAL DESCRIPTION Sample TypeRecovery %RQDTX Cone or Std.Pen. (blows/ft, in)PocketPenetrometer (tsf)Unconfined Comp.Strength (tsf)UU ShearStrength (tsf)% PassingNo. 200 SieveUnit Dry Weight(pcf)Water Content, %Liquid LimitPlastic LimitPlasticity IndexSwell, %GROUND WATER OBSERVATIONS
On Rods (ft):
After Drilling (ft):
After Hours (ft):
PHDFW - Ventana 36, LLC
Ventana Phase 8B
10/9/2024 10/9/2024
CONTINUOUS FLIGHT AUGER
23
W242313
Fort Worth, Texas
140 / 30
NONE
DRY
5058 Brush Creek Rd.
Fort Worth, Texas 76119
Phone: 817-496-5600
Fax: 817-496-5608
www.alphatesting.com
5
10
15
20
Dark Brown CLAY with limestone fragments
6.0
Brown CLAY with limestone fragments
8.0
Tan CLAY with limestone fragments and
calcareous deposits
20.0
TEST BORING TERMINATED AT 20 FT
3.75 26
4.5+19
4.5+21 74 21 53 2.3
4.5+22
4.5+16
3.75 19
4.5+16
Sheet 1 of 1
Client:
Project:
Start Date:End Date:
Drilling Method:
BORING NO.:
PROJECT NO.:
Location:
Surface Elevation:
West:
North:
Hammer Drop (lbs / in):Depth, feetGraphic LogMATERIAL DESCRIPTION Sample TypeRecovery %RQDTX Cone or Std.Pen. (blows/ft, in)PocketPenetrometer (tsf)Unconfined Comp.Strength (tsf)UU ShearStrength (tsf)% PassingNo. 200 SieveUnit Dry Weight(pcf)Water Content, %Liquid LimitPlastic LimitPlasticity IndexSwell, %GROUND WATER OBSERVATIONS
On Rods (ft):
After Drilling (ft):
After Hours (ft):
PHDFW - Ventana 36, LLC
Ventana Phase 8B
10/10/2024 10/10/2024
CONTINUOUS FLIGHT AUGER
24
W242313
Fort Worth, Texas
140 / 30
NONE
DRY
5058 Brush Creek Rd.
Fort Worth, Texas 76119
Phone: 817-496-5600
Fax: 817-496-5608
www.alphatesting.com
5
10
15
20
Dark Brown CLAY with limestone fragments
4.0
Brown CLAY with limestone fragments
and calcareous deposits
6.0
Tan CLAY with limestone fragments and
calcareous deposits
13.0
Tan LIMESTONE with clay seams and
layers
20.0
TEST BORING TERMINATED AT 20 FT
2.75 25
4.5+19
4.5+22 65 19 46 0.0
4.5+18
4.5+13
100/2.50"
100/1.50"
Sheet 1 of 1
Client:
Project:
Start Date:End Date:
Drilling Method:
BORING NO.:
PROJECT NO.:
Location:
Surface Elevation:
West:
North:
Hammer Drop (lbs / in):Depth, feetGraphic LogMATERIAL DESCRIPTION Sample TypeRecovery %RQDTX Cone or Std.Pen. (blows/ft, in)PocketPenetrometer (tsf)Unconfined Comp.Strength (tsf)UU ShearStrength (tsf)% PassingNo. 200 SieveUnit Dry Weight(pcf)Water Content, %Liquid LimitPlastic LimitPlasticity IndexSwell, %GROUND WATER OBSERVATIONS
On Rods (ft):
After Drilling (ft):
After Hours (ft):
PHDFW - Ventana 36, LLC
Ventana Phase 8B
10/10/2024 10/10/2024
CONTINUOUS FLIGHT AUGER
25
W242313
Fort Worth, Texas
140 / 30
NONE
DRY
5058 Brush Creek Rd.
Fort Worth, Texas 76119
Phone: 817-496-5600
Fax: 817-496-5608
www.alphatesting.com
5
10
15
20
Dark Brown CLAY with limestone fragments
4.0
Tan CLAY with limestone fragments and
calcareous deposits
13.0
Tan LIMESTONE with clay seams and
layers
20.0
TEST BORING TERMINATED AT 20 FT
4.5+20
4.5+15
4.5+13
4.5+17 44 14 30 0.0
4.5+17
100/2.50"
100/1.50"
Sheet 1 of 1
Client:
Project:
Start Date:End Date:
Drilling Method:
BORING NO.:
PROJECT NO.:
Location:
Surface Elevation:
West:
North:
Hammer Drop (lbs / in):Depth, feetGraphic LogMATERIAL DESCRIPTION Sample TypeRecovery %RQDTX Cone or Std.Pen. (blows/ft, in)PocketPenetrometer (tsf)Unconfined Comp.Strength (tsf)UU ShearStrength (tsf)% PassingNo. 200 SieveUnit Dry Weight(pcf)Water Content, %Liquid LimitPlastic LimitPlasticity IndexSwell, %GROUND WATER OBSERVATIONS
On Rods (ft):
After Drilling (ft):
After Hours (ft):
PHDFW - Ventana 36, LLC
Ventana Phase 8B
11/14/2024 11/14/2024
CONTINUOUS FLIGHT AUGER
26
W242313
Fort Worth, Texas
140 / 30
3
DRY
5058 Brush Creek Rd.
Fort Worth, Texas 76119
Phone: 817-496-5600
Fax: 817-496-5608
www.alphatesting.com
5
10
15
20
Dark Brown and Tan CLAY with calcareous
deposits - FILL
4.0
Dark Brown CLAY
8.0
Brown CLAY with calcareous deposits and
limestone fragments
10.0
Tan LIMESTONE with clay seams and
layers
18.0
Gray LIMESTONE
20.0
TEST BORING TERMINATED AT 20 FT
4.5+15
1.25 22 61 19 42
4.5+21
4.5 17
3.0 10
100/2.00"
100/0.50"
Sheet 1 of 1
Client:
Project:
Start Date:End Date:
Drilling Method:
BORING NO.:
PROJECT NO.:
Location:
Surface Elevation:
West:
North:
Hammer Drop (lbs / in):Depth, feetGraphic LogMATERIAL DESCRIPTION Sample TypeRecovery %RQDTX Cone or Std.Pen. (blows/ft, in)PocketPenetrometer (tsf)Unconfined Comp.Strength (tsf)UU ShearStrength (tsf)% PassingNo. 200 SieveUnit Dry Weight(pcf)Water Content, %Liquid LimitPlastic LimitPlasticity IndexSwell, %GROUND WATER OBSERVATIONS
On Rods (ft):
After Drilling (ft):
After Hours (ft):
PHDFW - Ventana 36, LLC
Ventana Phase 8B
11/14/2024 11/14/2024
CONTINUOUS FLIGHT AUGER
27
W242313
Fort Worth, Texas
140 / 30
NONE
DRY
5058 Brush Creek Rd.
Fort Worth, Texas 76119
Phone: 817-496-5600
Fax: 817-496-5608
www.alphatesting.com
5
10
15
20
Brown and Tan CLAY with limestone fragments
and calcareous deposits - FILL
8.0
Tan LIMESTONE with clay seams and
layers
20.0
TEST BORING TERMINATED AT 20 FT
4.5 21
4.5 16 54 19 35
100/2.00"
100/2.50"
100/2.00"
Sheet 1 of 1
Client:
Project:
Start Date:End Date:
Drilling Method:
BORING NO.:
PROJECT NO.:
Location:
Surface Elevation:
West:
North:
Hammer Drop (lbs / in):Depth, feetGraphic LogMATERIAL DESCRIPTION Sample TypeRecovery %RQDTX Cone or Std.Pen. (blows/ft, in)PocketPenetrometer (tsf)Unconfined Comp.Strength (tsf)UU ShearStrength (tsf)% PassingNo. 200 SieveUnit Dry Weight(pcf)Water Content, %Liquid LimitPlastic LimitPlasticity IndexSwell, %GROUND WATER OBSERVATIONS
On Rods (ft):
After Drilling (ft):
After Hours (ft):
PHDFW - Ventana 36, LLC
Ventana Phase 8B
10/10/2024 10/10/2024
CONTINUOUS FLIGHT AUGER
28
W242313
Fort Worth, Texas
140 / 30
NONE
DRY
5058 Brush Creek Rd.
Fort Worth, Texas 76119
Phone: 817-496-5600
Fax: 817-496-5608
www.alphatesting.com
5
10
15
20
Dark Brown CLAY with limestone fragments
6.0
Tan CLAY with limestone fragments and
calcareous deposits
8.0
Tan LIMESTONE with clay seams and
layers
12.0
Gray LIMESTONE
20.0
TEST BORING TERMINATED AT 20 FT
4.5+24
4.5+18
4.5+18
4.5+13 54 17 37 0.3
100/2.50"
100/1.00"
100/1.00"
Sheet 1 of 1
Client:
Project:
Start Date:End Date:
Drilling Method:
BORING NO.:
PROJECT NO.:
Location:
Surface Elevation:
West:
North:
Hammer Drop (lbs / in):Depth, feetGraphic LogMATERIAL DESCRIPTION Sample TypeRecovery %RQDTX Cone or Std.Pen. (blows/ft, in)PocketPenetrometer (tsf)Unconfined Comp.Strength (tsf)UU ShearStrength (tsf)% PassingNo. 200 SieveUnit Dry Weight(pcf)Water Content, %Liquid LimitPlastic LimitPlasticity IndexSwell, %GROUND WATER OBSERVATIONS
On Rods (ft):
After Drilling (ft):
After Hours (ft):
PHDFW - Ventana 36, LLC
Ventana Phase 8B
10/10/2024 10/10/2024
CONTINUOUS FLIGHT AUGER
29
W242313
Fort Worth, Texas
140 / 30
NONE
DRY
5058 Brush Creek Rd.
Fort Worth, Texas 76119
Phone: 817-496-5600
Fax: 817-496-5608
www.alphatesting.com
5
10
15
20
Dark Brown CLAY with limestone fragments
6.0
Tan LIMESTONE with clay seams and
layers
12.0
Gray LIMESTONE
20.0
TEST BORING TERMINATED AT 20 FT
4.5+18
4.5+18
4.5+20 79 24 55 2.4
100/1.50"
100/1.50"
100/0.50"
Sheet 1 of 1
Client:
Project:
Start Date:End Date:
Drilling Method:
BORING NO.:
PROJECT NO.:
Location:
Surface Elevation:
West:
North:
Hammer Drop (lbs / in):Depth, feetGraphic LogMATERIAL DESCRIPTION Sample TypeRecovery %RQDTX Cone or Std.Pen. (blows/ft, in)PocketPenetrometer (tsf)Unconfined Comp.Strength (tsf)UU ShearStrength (tsf)% PassingNo. 200 SieveUnit Dry Weight(pcf)Water Content, %Liquid LimitPlastic LimitPlasticity IndexSwell, %GROUND WATER OBSERVATIONS
On Rods (ft):
After Drilling (ft):
After Hours (ft):
PHDFW - Ventana 36, LLC
Ventana Phase 8B
10/10/2024 10/10/2024
CONTINUOUS FLIGHT AUGER
30
W242313
Fort Worth, Texas
140 / 30
NONE
DRY
5058 Brush Creek Rd.
Fort Worth, Texas 76119
Phone: 817-496-5600
Fax: 817-496-5608
www.alphatesting.com
5
10
15
20
Dark Brown CLAY with limestone fragments
6.0
Tan LIMESTONE with clay seams and
layers
13.0
Gray LIMESTONE
20.0
TEST BORING TERMINATED AT 20 FT
4.5 24
4.5+24 74 23 51
4.5+18
100/2.00"
100/1.50"
100/1.00"
Sheet 1 of 1
Client:
Project:
Start Date:End Date:
Drilling Method:
BORING NO.:
PROJECT NO.:
Location:
Surface Elevation:
West:
North:
Hammer Drop (lbs / in):Depth, feetGraphic LogMATERIAL DESCRIPTION Sample TypeRecovery %RQDTX Cone or Std.Pen. (blows/ft, in)PocketPenetrometer (tsf)Unconfined Comp.Strength (tsf)UU ShearStrength (tsf)% PassingNo. 200 SieveUnit Dry Weight(pcf)Water Content, %Liquid LimitPlastic LimitPlasticity IndexSwell, %GROUND WATER OBSERVATIONS
On Rods (ft):
After Drilling (ft):
After Hours (ft):
PHDFW - Ventana 36, LLC
Ventana Phase 8B
10/10/2024 10/10/2024
CONTINUOUS FLIGHT AUGER
31
W242313
Fort Worth, Texas
140 / 30
NONE
DRY
5058 Brush Creek Rd.
Fort Worth, Texas 76119
Phone: 817-496-5600
Fax: 817-496-5608
www.alphatesting.com
5
10
15
20
Dark Brown CLAY with limestone fragments
4.0
Brown CLAY with limestone fragments
6.0
Tan CLAY with calcareous deposits and
limestone fragments
13.0
Tan LIMESTONE with clay seams and
layers
20.0
TEST BORING TERMINATED AT 20 FT
4.5 24
4.5+21
4.5 21 70 22 48 0.0
4.5 15
4.0 14
100/2.00"
100/1.50"
Sheet 1 of 1
Client:
Project:
Start Date:End Date:
Drilling Method:
BORING NO.:
PROJECT NO.:
Location:
Surface Elevation:
West:
North:
Hammer Drop (lbs / in):Depth, feetGraphic LogMATERIAL DESCRIPTION Sample TypeRecovery %RQDTX Cone or Std.Pen. (blows/ft, in)PocketPenetrometer (tsf)Unconfined Comp.Strength (tsf)UU ShearStrength (tsf)% PassingNo. 200 SieveUnit Dry Weight(pcf)Water Content, %Liquid LimitPlastic LimitPlasticity IndexSwell, %GROUND WATER OBSERVATIONS
On Rods (ft):
After Drilling (ft):
After Hours (ft):
PHDFW - Ventana 36, LLC
Ventana Phase 8B
10/11/2024 10/11/2024
CONTINUOUS FLIGHT AUGER
32
W242313
Fort Worth, Texas
140 / 30
NONE
DRY
5058 Brush Creek Rd.
Fort Worth, Texas 76119
Phone: 817-496-5600
Fax: 817-496-5608
www.alphatesting.com
5
10
15
20
Dark Brown CLAY with limestone fragments
4.0
Dark Brown and Brown CLAY
6.0
Tan CLAY with limestone fragments and
calcareous deposits
13.0
Tan LIMESTONE with clay seams and
layers
20.0
TEST BORING TERMINATED AT 20 FT
4.5+20
4.5+19
4.5+19 60 20 40
4.5+14
4.5+154.5 114 48 18 30 0.0
100/1.50"
100/0.50"
Sheet 1 of 1
Client:
Project:
Start Date:End Date:
Drilling Method:
BORING NO.:
PROJECT NO.:
Location:
Surface Elevation:
West:
North:
Hammer Drop (lbs / in):Depth, feetGraphic LogMATERIAL DESCRIPTION Sample TypeRecovery %RQDTX Cone or Std.Pen. (blows/ft, in)PocketPenetrometer (tsf)Unconfined Comp.Strength (tsf)UU ShearStrength (tsf)% PassingNo. 200 SieveUnit Dry Weight(pcf)Water Content, %Liquid LimitPlastic LimitPlasticity IndexSwell, %GROUND WATER OBSERVATIONS
On Rods (ft):
After Drilling (ft):
After Hours (ft):
PHDFW - Ventana 36, LLC
Ventana Phase 8B
10/11/2024 10/11/2024
CONTINUOUS FLIGHT AUGER
33
W242313
Fort Worth, Texas
140 / 30
NONE
DRY
5058 Brush Creek Rd.
Fort Worth, Texas 76119
Phone: 817-496-5600
Fax: 817-496-5608
www.alphatesting.com
5
10
15
20
Dark Brown CLAY with limestone fragments
4.0
Tan CLAY with limestone fragments and
calcareous deposits
12.0
Tan LIMESTONE
20.0
TEST BORING TERMINATED AT 20 FT
4.5+22
4.5+18
4.5+14
4.5+11 38 17 21 0.1
4.5+11
100/2.00"
100/2.00"
Sheet 1 of 1
Client:
Project:
Start Date:End Date:
Drilling Method:
BORING NO.:
PROJECT NO.:
Location:
Surface Elevation:
West:
North:
Hammer Drop (lbs / in):Depth, feetGraphic LogMATERIAL DESCRIPTION Sample TypeRecovery %RQDTX Cone or Std.Pen. (blows/ft, in)PocketPenetrometer (tsf)Unconfined Comp.Strength (tsf)UU ShearStrength (tsf)% PassingNo. 200 SieveUnit Dry Weight(pcf)Water Content, %Liquid LimitPlastic LimitPlasticity IndexSwell, %GROUND WATER OBSERVATIONS
On Rods (ft):
After Drilling (ft):
After Hours (ft):
PHDFW - Ventana 36, LLC
Ventana Phase 8B
10/11/2024 10/11/2024
CONTINUOUS FLIGHT AUGER
34
W242313
Fort Worth, Texas
140 / 30
NONE
DRY
5058 Brush Creek Rd.
Fort Worth, Texas 76119
Phone: 817-496-5600
Fax: 817-496-5608
www.alphatesting.com
5
10
15
20
Brown CLAY with limestone fragments
6.0
Tan LIMESTONE with clay seams and
layers
15.0
Gray LIMESTONE
20.0
TEST BORING TERMINATED AT 20 FT
4.5+17
4.5+14 58 20 38 1.2
4.5+15
100/3.50"
100/1.00"
100/1.00"
Sheet 1 of 1
Client:
Project:
Start Date:End Date:
Drilling Method:
BORING NO.:
PROJECT NO.:
Location:
Surface Elevation:
West:
North:
Hammer Drop (lbs / in):Depth, feetGraphic LogMATERIAL DESCRIPTION Sample TypeRecovery %RQDTX Cone or Std.Pen. (blows/ft, in)PocketPenetrometer (tsf)Unconfined Comp.Strength (tsf)UU ShearStrength (tsf)% PassingNo. 200 SieveUnit Dry Weight(pcf)Water Content, %Liquid LimitPlastic LimitPlasticity IndexSwell, %GROUND WATER OBSERVATIONS
On Rods (ft):
After Drilling (ft):
After Hours (ft):
PHDFW - Ventana 36, LLC
Ventana Phase 8B
10/11/2024 10/11/2024
CONTINUOUS FLIGHT AUGER
35
W242313
Fort Worth, Texas
140 / 30
NONE
DRY
5058 Brush Creek Rd.
Fort Worth, Texas 76119
Phone: 817-496-5600
Fax: 817-496-5608
www.alphatesting.com
5
10
15
20
Brown CLAY with limestone fragments
3.0
Tan LIMESTONE with clay seams and
layers
17.0
Gray LIMESTONE
20.0
TEST BORING TERMINATED AT 20 FT
4.5+15 59 20 39
100/2.50"
100/1.50"
100/1.50"
100/1.50"
Sheet 1 of 1
Client:
Project:
Start Date:End Date:
Drilling Method:
BORING NO.:
PROJECT NO.:
Location:
Surface Elevation:
West:
North:
Hammer Drop (lbs / in):Depth, feetGraphic LogMATERIAL DESCRIPTION Sample TypeRecovery %RQDTX Cone or Std.Pen. (blows/ft, in)PocketPenetrometer (tsf)Unconfined Comp.Strength (tsf)UU ShearStrength (tsf)% PassingNo. 200 SieveUnit Dry Weight(pcf)Water Content, %Liquid LimitPlastic LimitPlasticity IndexSwell, %GROUND WATER OBSERVATIONS
On Rods (ft):
After Drilling (ft):
After Hours (ft):
PHDFW - Ventana 36, LLC
Ventana Phase 8B
11/14/2024 11/14/2024
CONTINUOUS FLIGHT AUGER
36
W242313
Fort Worth, Texas
140 / 30
NONE
DRY
5058 Brush Creek Rd.
Fort Worth, Texas 76119
Phone: 817-496-5600
Fax: 817-496-5608
www.alphatesting.com
5
10
15
20
Dark Brown CLAY with limestone fragments
4.0
Tan LIMESTONE with clay seams and
layers
13.0
Gray LIMESTONE
20.0
TEST BORING TERMINATED AT 20 FT
4.5+20
4.5+12 41 18 23
100/5.00"
100/2.00"
100/1.00"
100/1.00"
Sheet 1 of 1
Client:
Project:
Start Date:End Date:
Drilling Method:
BORING NO.:
PROJECT NO.:
Location:
Surface Elevation:
West:
North:
Hammer Drop (lbs / in):Depth, feetGraphic LogMATERIAL DESCRIPTION Sample TypeRecovery %RQDTX Cone or Std.Pen. (blows/ft, in)PocketPenetrometer (tsf)Unconfined Comp.Strength (tsf)UU ShearStrength (tsf)% PassingNo. 200 SieveUnit Dry Weight(pcf)Water Content, %Liquid LimitPlastic LimitPlasticity IndexSwell, %GROUND WATER OBSERVATIONS
On Rods (ft):
After Drilling (ft):
After Hours (ft):
PHDFW - Ventana 36, LLC
Ventana Phase 8B
10/11/2024 10/11/2024
CONTINUOUS FLIGHT AUGER
37
W242313
Fort Worth, Texas
140 / 30
NONE
DRY
5058 Brush Creek Rd.
Fort Worth, Texas 76119
Phone: 817-496-5600
Fax: 817-496-5608
www.alphatesting.com
5
10
15
20
Brown CLAY with limestone fragments
4.0
Tan LIMESTONE with clay seams and
layers
12.0
Gray LIMESTONE
20.0
TEST BORING TERMINATED AT 20 FT
4.5+19
4.5+13 47 17 30 0.0
100/2.50"
100/2.50"
100/1.00"
100/1.00"
Sheet 1 of 1
Client:
Project:
Start Date:End Date:
Drilling Method:
BORING NO.:
PROJECT NO.:
Location:
Surface Elevation:
West:
North:
Hammer Drop (lbs / in):Depth, feetGraphic LogMATERIAL DESCRIPTION Sample TypeRecovery %RQDTX Cone or Std.Pen. (blows/ft, in)PocketPenetrometer (tsf)Unconfined Comp.Strength (tsf)UU ShearStrength (tsf)% PassingNo. 200 SieveUnit Dry Weight(pcf)Water Content, %Liquid LimitPlastic LimitPlasticity IndexSwell, %GROUND WATER OBSERVATIONS
On Rods (ft):
After Drilling (ft):
After Hours (ft):
PHDFW - Ventana 36, LLC
Ventana Phase 8B
10/11/2024 10/11/2024
CONTINUOUS FLIGHT AUGER
38
W242313
Fort Worth, Texas
140 / 30
NONE
DRY
5058 Brush Creek Rd.
Fort Worth, Texas 76119
Phone: 817-496-5600
Fax: 817-496-5608
www.alphatesting.com
5
10
15
20
Dark Brown CLAY with limestone fragments
4.0
Tan LIMESTONE with clay seams and
layers
13.0
Gray LIMESTONE
20.0
TEST BORING TERMINATED AT 20 FT
4.5+10 58 24 34
4.5+17
100/3.50"
100/1.50"
100/1.00"
100/0.50"
Sheet 1 of 1
Client:
Project:
Start Date:End Date:
Drilling Method:
BORING NO.:
PROJECT NO.:
Location:
Surface Elevation:
West:
North:
Hammer Drop (lbs / in):Depth, feetGraphic LogMATERIAL DESCRIPTION Sample TypeRecovery %RQDTX Cone or Std.Pen. (blows/ft, in)PocketPenetrometer (tsf)Unconfined Comp.Strength (tsf)UU ShearStrength (tsf)% PassingNo. 200 SieveUnit Dry Weight(pcf)Water Content, %Liquid LimitPlastic LimitPlasticity IndexSwell, %GROUND WATER OBSERVATIONS
On Rods (ft):
After Drilling (ft):
After Hours (ft):
PHDFW - Ventana 36, LLC
Ventana Phase 8B
10/11/2024 10/11/2024
CONTINUOUS FLIGHT AUGER
39
W242313
Fort Worth, Texas
140 / 30
NONE
DRY
5058 Brush Creek Rd.
Fort Worth, Texas 76119
Phone: 817-496-5600
Fax: 817-496-5608
www.alphatesting.com
5
10
15
20
Dark Brown CLAY with limestone fragments
4.0
Tan LIMESTONE with clay seams and
layers
12.0
Gray LIMESTONE
20.0
TEST BORING TERMINATED AT 20 FT
4.5+19
10 48 19 29 4.0
100/2.00"
100/1.50"
100/0.50"
100/0.50"
Sheet 1 of 1
Client:
Project:
Start Date:End Date:
Drilling Method:
BORING NO.:
PROJECT NO.:
Location:
Surface Elevation:
West:
North:
Hammer Drop (lbs / in):Depth, feetGraphic LogMATERIAL DESCRIPTION Sample TypeRecovery %RQDTX Cone or Std.Pen. (blows/ft, in)PocketPenetrometer (tsf)Unconfined Comp.Strength (tsf)UU ShearStrength (tsf)% PassingNo. 200 SieveUnit Dry Weight(pcf)Water Content, %Liquid LimitPlastic LimitPlasticity IndexSwell, %GROUND WATER OBSERVATIONS
On Rods (ft):
After Drilling (ft):
After Hours (ft):
PHDFW - Ventana 36, LLC
Ventana Phase 8B
10/12/2024 10/12/2024
CONTINUOUS FLIGHT AUGER
40
W242313
Fort Worth, Texas
140 / 30
NONE
DRY
5058 Brush Creek Rd.
Fort Worth, Texas 76119
Phone: 817-496-5600
Fax: 817-496-5608
www.alphatesting.com
5
10
15
20
Dark Brown CLAY with limestone fragments
4.0
Tan LIMESTONE with clay seams and
layers
13.0
Gray LIMESTONE
20.0
TEST BORING TERMINATED AT 20 FT
4.5+22 66 23 43
4.5+18
100/2.00"
100/1.50"
100/1.00"
100/0.50"
Sheet 1 of 1
Client:
Project:
Start Date:End Date:
Drilling Method:
BORING NO.:
PROJECT NO.:
Location:
Surface Elevation:
West:
North:
Hammer Drop (lbs / in):Depth, feetGraphic LogMATERIAL DESCRIPTION Sample TypeRecovery %RQDTX Cone or Std.Pen. (blows/ft, in)PocketPenetrometer (tsf)Unconfined Comp.Strength (tsf)UU ShearStrength (tsf)% PassingNo. 200 SieveUnit Dry Weight(pcf)Water Content, %Liquid LimitPlastic LimitPlasticity IndexSwell, %GROUND WATER OBSERVATIONS
On Rods (ft):
After Drilling (ft):
After Hours (ft):
PHDFW - Ventana 36, LLC
Ventana Phase 8B
10/12/2024 10/12/2024
CONTINUOUS FLIGHT AUGER
41
W242313
Fort Worth, Texas
140 / 30
NONE
DRY
5058 Brush Creek Rd.
Fort Worth, Texas 76119
Phone: 817-496-5600
Fax: 817-496-5608
www.alphatesting.com
5
10
15
20
Dark Brown CLAY with limestone fragments
4.0
Tan LIMESTONE with clay seams and
layers
12.0
Gray LIMESTONE
20.0
TEST BORING TERMINATED AT 20 FT
4.5+19
4.5+18 65 24 41 0.0
100/3.50"
100/1.50"
100/1.00"
100/0.50"
Sheet 1 of 1
Client:
Project:
Start Date:End Date:
Drilling Method:
BORING NO.:
PROJECT NO.:
Location:
Surface Elevation:
West:
North:
Hammer Drop (lbs / in):Depth, feetGraphic LogMATERIAL DESCRIPTION Sample TypeRecovery %RQDTX Cone or Std.Pen. (blows/ft, in)PocketPenetrometer (tsf)Unconfined Comp.Strength (tsf)UU ShearStrength (tsf)% PassingNo. 200 SieveUnit Dry Weight(pcf)Water Content, %Liquid LimitPlastic LimitPlasticity IndexSwell, %GROUND WATER OBSERVATIONS
On Rods (ft):
After Drilling (ft):
After Hours (ft):
PHDFW - Ventana 36, LLC
Ventana Phase 8B
10/12/2024 10/12/2024
CONTINUOUS FLIGHT AUGER
42
W242313
Fort Worth, Texas
140 / 30
NONE
DRY
5058 Brush Creek Rd.
Fort Worth, Texas 76119
Phone: 817-496-5600
Fax: 817-496-5608
www.alphatesting.com
5
10
15
20
Dark Brown CLAY with limestone fragments
4.0
Tan LIMESTONE with clay seams and
layers
12.0
Gray LIMESTONE
20.0
TEST BORING TERMINATED AT 20 FT
4.5+20 62 22 40
4.5+19
100/3.50"
100/1.50"
100/1.00"
100/0.50"
Sheet 1 of 1
Client:
Project:
Start Date:End Date:
Drilling Method:
BORING NO.:
PROJECT NO.:
Location:
Surface Elevation:
West:
North:
Hammer Drop (lbs / in):Depth, feetGraphic LogMATERIAL DESCRIPTION Sample TypeRecovery %RQDTX Cone or Std.Pen. (blows/ft, in)PocketPenetrometer (tsf)Unconfined Comp.Strength (tsf)UU ShearStrength (tsf)% PassingNo. 200 SieveUnit Dry Weight(pcf)Water Content, %Liquid LimitPlastic LimitPlasticity IndexSwell, %GROUND WATER OBSERVATIONS
On Rods (ft):
After Drilling (ft):
After Hours (ft):
PHDFW - Ventana 36, LLC
Ventana Phase 8B
10/12/2024 10/12/2024
CONTINUOUS FLIGHT AUGER
43
W242313
Fort Worth, Texas
140 / 30
NONE
DRY
5058 Brush Creek Rd.
Fort Worth, Texas 76119
Phone: 817-496-5600
Fax: 817-496-5608
www.alphatesting.com
5
10
15
20
Dark Brown CLAY with limestone fragments
4.0
Tan LIMESTONE with clay seams and
layers
17.0
Gray LIMESTONE
20.0
TEST BORING TERMINATED AT 20 FT
4.5+20
4.5+18 77 25 52
100/3.00"
100/2.50"
100/1.50"
100/1.00"
Sheet 1 of 1
Client:
Project:
Start Date:End Date:
Drilling Method:
BORING NO.:
PROJECT NO.:
Location:
Surface Elevation:
West:
North:
Hammer Drop (lbs / in):Depth, feetGraphic LogMATERIAL DESCRIPTION Sample TypeRecovery %RQDTX Cone or Std.Pen. (blows/ft, in)PocketPenetrometer (tsf)Unconfined Comp.Strength (tsf)UU ShearStrength (tsf)% PassingNo. 200 SieveUnit Dry Weight(pcf)Water Content, %Liquid LimitPlastic LimitPlasticity IndexSwell, %GROUND WATER OBSERVATIONS
On Rods (ft):
After Drilling (ft):
After Hours (ft):
PHDFW - Ventana 36, LLC
Ventana Phase 8B
10/12/2024 10/12/2024
CONTINUOUS FLIGHT AUGER
44
W242313
Fort Worth, Texas
140 / 30
NONE
DRY
5058 Brush Creek Rd.
Fort Worth, Texas 76119
Phone: 817-496-5600
Fax: 817-496-5608
www.alphatesting.com
5
10
15
20
Dark Brown CLAY with limestone fragments
2.0
Tan LIMESTONE with clay seams and
layers
18.0
Gray LIMESTONE
20.0
TEST BORING TERMINATED AT 20 FT
4.5+23
100/5.00"
100/2.50"
100/1.50"
100/0.50"
Sheet 1 of 1
Client:
Project:
Start Date:End Date:
Drilling Method:
BORING NO.:
PROJECT NO.:
Location:
Surface Elevation:
West:
North:
Hammer Drop (lbs / in):Depth, feetGraphic LogMATERIAL DESCRIPTION Sample TypeRecovery %RQDTX Cone or Std.Pen. (blows/ft, in)PocketPenetrometer (tsf)Unconfined Comp.Strength (tsf)UU ShearStrength (tsf)% PassingNo. 200 SieveUnit Dry Weight(pcf)Water Content, %Liquid LimitPlastic LimitPlasticity IndexSwell, %GROUND WATER OBSERVATIONS
On Rods (ft):
After Drilling (ft):
After Hours (ft):
PHDFW - Ventana 36, LLC
Ventana Phase 8B
10/12/2024 10/12/2024
CONTINUOUS FLIGHT AUGER
45
W242313
Fort Worth, Texas
140 / 30
NONE
DRY
5058 Brush Creek Rd.
Fort Worth, Texas 76119
Phone: 817-496-5600
Fax: 817-496-5608
www.alphatesting.com
5
10
15
20
Dark Brown CLAY with limestone fragments
2.0
Brown CLAY with limestone fragments
4.0
Tan LIMESTONE with clay seams and
layers
13.0
Gray LIMESTONE
20.0
TEST BORING TERMINATED AT 20 FT
4.5+20
4.5+17 46 20 26 1.5
100/3.50"
100/2.00"
100/1.00"
100/0.50"
Sheet 1 of 1
Client:
Project:
Start Date:End Date:
Drilling Method:
BORING NO.:
PROJECT NO.:
Location:
Surface Elevation:
West:
North:
Hammer Drop (lbs / in):Depth, feetGraphic LogMATERIAL DESCRIPTION Sample TypeRecovery %RQDTX Cone or Std.Pen. (blows/ft, in)PocketPenetrometer (tsf)Unconfined Comp.Strength (tsf)UU ShearStrength (tsf)% PassingNo. 200 SieveUnit Dry Weight(pcf)Water Content, %Liquid LimitPlastic LimitPlasticity IndexSwell, %GROUND WATER OBSERVATIONS
On Rods (ft):
After Drilling (ft):
After Hours (ft):
PHDFW - Ventana 36, LLC
Ventana Phase 8B
10/12/2024 10/12/2024
CONTINUOUS FLIGHT AUGER
46
W242313
Fort Worth, Texas
140 / 30
NONE
DRY
5058 Brush Creek Rd.
Fort Worth, Texas 76119
Phone: 817-496-5600
Fax: 817-496-5608
www.alphatesting.com
5
10
15
20
Dark Brown CLAY with limestone fragments
2.0
Brown CLAY with limestone fragments
6.0
Tan LIMESTONE with clay seams and
layers
16.0
Gray LIMESTONE
20.0
TEST BORING TERMINATED AT 20 FT
4.5+18
4.5+11
4.5+11 45 18 27 0.4
100/3.50"
100/2.00"
100/1.00"
Sheet 1 of 1
Client:
Project:
Start Date:End Date:
Drilling Method:
BORING NO.:
PROJECT NO.:
Location:
Surface Elevation:
West:
North:
Hammer Drop (lbs / in):Depth, feetGraphic LogMATERIAL DESCRIPTION Sample TypeRecovery %RQDTX Cone or Std.Pen. (blows/ft, in)PocketPenetrometer (tsf)Unconfined Comp.Strength (tsf)UU ShearStrength (tsf)% PassingNo. 200 SieveUnit Dry Weight(pcf)Water Content, %Liquid LimitPlastic LimitPlasticity IndexSwell, %GROUND WATER OBSERVATIONS
On Rods (ft):
After Drilling (ft):
After Hours (ft):
PHDFW - Ventana 36, LLC
Ventana Phase 8B
11/14/2024 11/14/2024
CONTINUOUS FLIGHT AUGER
47
W242313
Fort Worth, Texas
140 / 30
NONE
DRY
5058 Brush Creek Rd.
Fort Worth, Texas 76119
Phone: 817-496-5600
Fax: 817-496-5608
www.alphatesting.com
5
10
15
20
Dark Brown CLAY
2.0
Brown CLAY with limestone fragments
4.0
Tan LIMESTONE with clay seams and
layers
13.0
Gray LIMESTONE
20.0
TEST BORING TERMINATED AT 20 FT
4.5+16
4.5+10 41 18 23
100/2.00"
100/1.50"
100/1.50"
100/0.50"
Sheet 1 of 1
Client:
Project:
Start Date:End Date:
Drilling Method:
BORING NO.:
PROJECT NO.:
Location:
Surface Elevation:
West:
North:
Hammer Drop (lbs / in):Depth, feetGraphic LogMATERIAL DESCRIPTION Sample TypeRecovery %RQDTX Cone or Std.Pen. (blows/ft, in)PocketPenetrometer (tsf)Unconfined Comp.Strength (tsf)UU ShearStrength (tsf)% PassingNo. 200 SieveUnit Dry Weight(pcf)Water Content, %Liquid LimitPlastic LimitPlasticity IndexSwell, %GROUND WATER OBSERVATIONS
On Rods (ft):
After Drilling (ft):
After Hours (ft):
PHDFW - Ventana 36, LLC
Ventana Phase 8B
11/14/2024 11/14/2024
CONTINUOUS FLIGHT AUGER
48
W242313
Fort Worth, Texas
140 / 30
NONE
DRY
5058 Brush Creek Rd.
Fort Worth, Texas 76119
Phone: 817-496-5600
Fax: 817-496-5608
www.alphatesting.com
5
10
15
20
Dark Brown CLAY with limestone fragments
4.0
Brown CLAY with limestone fragments
10.0
Tan LIMESTONE with clay seams and
layers
17.0
Gray LIMESTONE
20.0
TEST BORING TERMINATED AT 20 FT
4.5+19
4.5+13
4.5+10 60 19 41 2.4
4.5+10
4.5+12
100/2.00"
100/1.00"
Sheet 1 of 1
TEXAS CONE PENETRATION
FILL
LIMESTONE
(MH), Elastic SILT
SANDSTONE
(GP), Poorly Graded GRAVEL
LOW
MEDIUM
HIGH
VERY HIGH
4 TO 15
16 TO 25
26 TO 35
OVER 35
SAMPLING SYMBOLS
(OL), ORGANIC SILT
(OH), ORGANIC CLAY
8.0" OR LARGER
3.0" TO 8.0"
0.75" TO 3.0"
5.0 mm TO 3.0"
2.0 mm TO 5.0 mm
0.4 mm TO 5.0 mm
0.07 mm TO 0.4 mm
0.002 mm TO 0.07 mm
LESS THAN 0.002 mm
SOIL & ROCK SYMBOLS
KEY TO SOIL SYMBOLS
AND CLASSIFICATIONS
(CH), High Plasticity CLAY VERY LOOSE
LOOSE
MEDIUM
DENSE
VERY DENSE
RELATIVE DENSITY OF COHESIONLESS SOILS (blows/ft)
0 TO 4
5 TO 10
11 TO 30
31 TO 50
OVER 50
SHELBY TUBE (3" OD except where
noted otherwise)
SPLIT SPOON (2" OD except where
noted otherwise)
AUGER SAMPLE
ROCK CORE (2" ID except where
noted otherwise)
PARTICLE SIZE IDENTIFICATION (DIAMETER)
(CL), Low Plasticity CLAY
(SP), Poorly Graded SAND
(GW), Well Graded GRAVEL
(GC), CLAYEY GRAVEL
(GM), SILTY GRAVEL
BOULDERS
COBBLES
COARSE GRAVEL
FINE GRAVEL
COURSE SAND
MEDIUM SAND
FINE SAND
SILT
CLAY
TRACE
LITTLE
SOME
AND
1 TO 10
11 TO 20
21 TO 35
36 TO 50
RELATIVE PROPORTIONS (%)
VERY SOFT
SOFT
FIRM
STIFF
VERY STIFF
HARD
LESS THAN 0.25
0.25 TO 0.50
0.50 TO 1.00
1.00 TO 2.00
2.00 TO 4.00
OVER 4.00
SHEAR STRENGTH OF COHESIVE SOILS (tsf)
RELATIVE DEGREE OF PLASTICITY (PI)SHALE / MARL
(SC), CLAYEY SAND
(SW), Well Graded SAND
(SM), SILTY SAND
(ML), SILT
GR-01 60 00 Product Requirements
Page 1 of 1
Ventana Phase 5A
CPN 102574
GR-01 60 00 PRODUCT REQUIREMENTS
Ventana Phase 6A-2
CPN 103437
[Insert Project Name]
nsert Project Number] Ventana Phase 6A-2
CPN 103437
[Insert Project Name]
nsert Project Number] Ventana Phase 6A-2
CPN 103437
Ventana Phase 8B
CPN 105702
FORT WORTH�
IApprovall
�
I
I oz za 9�
� 04/26/00
� M:26 00
� 1:26 99
� 5/13/OS
�
� I
I uze 99
� osi3nioe
�
� I
� *
�
�
� '
� "
� 08/24/18
� 08/24/18
�
�
�
�
� 10/31/06
� 7/25/03
� �I/31/06
I 11/02/10
� �7/19/11
� �8/10/11
I10.14.13
� o�oui�
� 12 05 23
I09;' 16;' 19
� 10;'0721
�
�
� *
� *
� *
� *
� 03;'08.'00
� 04;20;'01
�
�
� *
� *
� 0923/96
� 12/0523
� OS/08/18
I09/0324
� 06/09/10
� 09/06/19
� 10/0721
� 10;'0721
� 10;'0721
I�3/07/23
� 03/07/23
� 04�2R�f17
�
I122923 I
�
�
� *
� 04.23;'01
�
� 4ZQ'01
� 5;'12'03
� 08.30;'06
�
SpecNo. �Classsification
CITY OF FORT WORTH
WATER DEPARTMENT
STANDARD PRODUCT LIST
Manufacturer I Model No.
Water & Sewer - Manholes & Bases/Comoouents 33-39-10 (Rev 2/3/161
33 OS 13 Urechane Hvdrouhilic Wucersroo
33 OS 13 OHsec Joinc for 4' Dium. MH
33 OS 13 Profile Q�vke[ fi� 4' Dium. MH.
33 OS 13 HDPB Munhole Adiuvnnent Rin�
33 0513 Munhule Lxternul Wrup
Water & Sewer - Manholes & Bases/Fiberelass 33-39-13 (1/8/131
33 39 13 Fiberrlass Manhole Pluid Conruinment, Ine.
33 3913 Fiber�lxss Mnnhole L.F. Mnnufacturin�
Asahi Kuevu K.K. Adeku Ultru-Seal P-201
Hanson Cuncrete Products Drawinr Nu. 35-0048-001
Press-Seal Gasket Corp. 250-4G Gasket
Ladtech, Inc HDPL Adiusnnent Rinr
Cunuvu - CPS WrapidSeal Manhole Encnpsulatiun Svstein
Water & Sewer - Manholes & Bases/Frames & Covers/Rectaueular 33-OS-13 (Rev 2/3/161
33 05 13 �Mnnhole Prnmen and Cove+'s � Wevtem Iron Works, Bnss & Havv Foundry �
Water & Sewer - Manholes & Bases/Frames & Covers/Staudard (Roundl 33-OS-13 (Rev 2/3/161
33 OS 13 Manhole Prames and Covers Wevtem Iron Works, Bass & Havv Foundry
33 OS 13 Manhule Frx�nes nnd Covers McKinlev Iron Works Inc.
33 OS 13 Manhole Prnmes and Covers Neenah Foundry
33 OS 13 Mnnhole Prnmev and Covers Neenah Foundry
33 OS 13 Mxnhule Frxme�s nnd Covers Si�nnn Curuuraciun
33 OS 13 Mxnhule Frxme�s nnd Covers Si�nnn Curuuraciun
33 OS 13 Mxnhule Frxme�s nnd Cove+'s PunaA-Moussun
33 0513 Mxnhule Frxme�s and Cove+'s Neennh Cnsnne
Flowtite
INational Spec
ASTM D2240�U412/D792
ASTM G443� C-367
IASTM 3753
iooi i
30024
A24AM
R-1272 ASTM A48 & AASHTO M306
NF 1274 ASTM A48 & AASHTO M306
MH-144N
MH-143N
GTS-STU
33 OS 13 Mxnhule Frxmev und Covers (Hin�edl Powerseal Hin�ed Ductile Iron Manhole
33 OS 13 Mxnhule Frxmev und Covers SainaGubuin Pipelines (Pnmre.r/re.rus) RE32-RRFS
33 0513 30" Dia. MH Rine and Cuve� Euec.lu�dan I�on Works V1432-2 nnd VI483 Deei�ns
33 OS 13 30" Uiu. MH Rin� and Cuver Si�nnu Curpuratiun MHI651 FWN & MHI6502
33 0513 30" Uiu. MH Rin� and Cuver Star Pipe Products MH32FTWS5-DC
33 OS 13 30" Uiu. MH Rin� nnd Cuver Aw;ucavt 220700 Heuvv Dutv with Guvket Rinr
33 OS 13 30" Dia. MH Rine and Cuve� (Hineed & Luckuble)
34 OS 13 30" Diu. MH Rine und Cove� (Loekuble) CI
34 OS 13 30" Dia. MH Rin� und Cuver (Hin�ed & Luckublel CI
33 OS 13 30" Dia. MH Ring and Cover
340513 30"Dia. MHRingandCover
EnstJordnn Iron Wurks
SIP Induvnies
SIP Indusnies
Comnosi[e Access ProAuc[s, L.P.
Trwnbull M11anufac[urin¢
30" ERGO XL Assembly
with Cain Luck.MPIC'T-Gasket
2280132"1
4267 WT - Hin�ed (32"1
CAP-ONE-30-FTW, Composi[e, w.' Lock
w!o Hin¢
32"(30") Fraine and Cover
Water & Sewer - Manholes & Bases/Frames & Covers/Water Tieht & Pressure Tieht 33-OS-13 (Rev 2/3/161,
33 OS 13 Manhole Prames and Covers Pon[-A-Mousson Pam[i¢h[
33 OS 13 Manhole Frames and Covers Neenah Cas[in¢
33 OS 13 Manhole Frames and Covers Wes[ern Iron �Vorks,Bass & Hays Foundry 300-24P
33 OS 13 Manhole Frames and Covers McKinlev Iron Works Inc. WPA24AM
33 OS 13 Manhole Prames and Covers Accucas[ RG2100
33 OS 13 Manhole Prames and Covers (SIP)Seramnore Indusnies Private Ltd. 300-24-23.75 Ring and Cover
Water & Sewer - Manholes & Bases/Precast Concrete f iev 1/8/131,
333910 Manhole,Precas[Concre[e HydroCondui[Coro
33 39 10 Manhole, Precas[ Concre[e �Vall Concre[e Pioe Co. Inc.
33 39 10 Manhole, Precas[ Concre[e Concrete Produc[ Inc.
33 39 10 Manhole, Precas[ Concre[e The Turner Comoany
33 39 10 Manhole, Precas[ Concre[e The Turner Comoany
33 39 10 Manhole, Precas[ Concre[e
33 39 10 Manhole, Precas[ (ReinforcrA Polymer)Conn'ete
333920 Manhole,Precas[Concre[e
323920 Manhole,Precas[Concre[e
33 39 20 Manhole, Precas[ (Reinforced Polymer) Concre[e
33 39 20 Manhole, Precas[ (Hybrid) Pol�nner & PVC
333920 Mxnhole,PrecnstCuncrete
33 3920 Manhole, Precast (Reinfurced Polvinerl Cunerete
Manhule, Precast (Reinfurced Polvinerl Cunerete
Sewer -fR'ACI; Wastewater Access Chamber 33 39 40
33 39 20 I Wastewater Access Chamber
Oldcas[le Precas[ Inc.
US Comoosi[e Pine
For[erra PiVe and Precast
For[erra PiVe and Precast
Annorock
Geneva Pioe and Precas[ (Predl Sys[ems)
AmeriTe.r Pipe nnd Productn, LLC
P3 Polhners, RuckHardsco
Amitech USA
Ouickscream Solucions, Inc
Water & Sewer - Manholes & Bases/Rehab Svstems/Cementitious
EI-14 Manhole Rehab Sys[ems Quader
EI-14 M1lanhole Rehab Systeins StanAard Cemenc M1laterials,Inc.
EI-14 Manhole Rehab Sys[ems APiM Permaform
EI-14 Manhole Rehab System Scron� Comoam�
EI-14 Manhole Rehab Sys[em (Liner) Triolex Lininz Sys[em
General C'onae[e ReV�ir FlexKre[e TechnoloRies
SPLItem `W9
48" I.D. Manhole w/ 32" Cone
72" I.D. Manhole w/ 32" Cone
48", 60" I.D. Manhole w/ 32" Cone
Mannole, it" upeiiiiigana Nla[top, (No
Transi[ion Cones)
Reintorced Pol��ner C'oncre[e
60" & 72" I.D. Manhole w/32" Cone
4S" I.D. Manhole w.32" Cone
4S" 3a 60" I.D. Manhole w/32" Cone
4S" 3a 60" I.D. Manhole w/32" Cone
48" & 60" I.D. Munhole wi32" Cone
48" & 60" I.D. Manhole w� 32" Cone
Mever Pol�cre[e Pioe
TyVe 8 Maintenace Shafi (P000i�l
Reliner MSP
Stron¢ Seal M52A Rehab Sys[em
MH reVair uroduc[ ro s[oV infiln'a[ion
Vinyl Polyes[er ReVair Product
ASTM A536
AASHTO M306-04
ASSHTO M105 & ASTM A536
ASTM A 5R
ASTM A 5R
ASTM A 4S
ASTM A 4S
ASTM C 478
ASTM C'-443
ASTM C 478
ASTM C 478
ASTM C 478
ASTM C 478
ASTM ( -76
ASTM ( -76
ASTM ( -77
ASTM G478; ASTM C-923;
ASTM G443
ASTM DSN13
Updated: 11-6-24
Size I
�
I
I
�
SSMH I
TruN"icundNon-nuN"icurea �
�
�
Non-traN"icnreN �
N��-na��a�eN I
�
24"x40" WD �
�
�
24" Uin. �
24" Uin. �
24" Uin. �
30" Din. �
�
�
24" din. �
24" din. �
24" Uin. �
30" Din. �
30" Dia. �
30" Dia �
30" Dia �
30" Dia �
30" Dia �
30" Diu. �
30" Dia. �
30" Dia. I
30" Dia. �
�
�
24" Dia. I
24" Dia. �
24" Dia. �
24" Dia. �
24" Dia. �
24" Dia. �
�
�
48" �
48" �
48" w/32" cone �
72" �
48", 60" �
4S" ro S4" I.D. I
48" m 72" �
eo�e�z �
48" �
4S" & 60" �
48" & 60" Non Trafiic Areas I
I
�
�
�
Por use when Scd. MH cannot be I
ins[alleA Aue ro Aeo�h
�
�
�
�
�
�
�
Viisc.l;se I
�
" From Original Standard Products List
FORT WORTH�
CITY OF FORT WORTH
WATER DEPARTMENT
STANDARD PRODUCT LIST
IApproval SpecNo. IClasssification I Manufacturer
� R'ater & Sewer - Manholes & Bases/Rehab Svstems/NonCementitious
� 05.20;'96 EI-14 Manhole Rehab Sys[ems Surayroq,
� 12/14/01 Cua[in� fur Currusiun orotec[ion(Lxrerior) ERTLCH
� 01/31/06 Cunrines fur Currusiun Prorecrion Chescerron
I8:28:2006 Cuntinks fur Currusiun Prorection Wurren Emironinental
I
I33 0516, 33 3910,
03/19/18 333920 Cuurinefo�Cu�rueiunurorecnon(Exte�ior) 3he�winWilhume
�
� Water & Sewer - Manhole Inserts - Field Ooerations Use Onlv (Rev 2/3/161
� * 33 0513 Manhole Inrerc Knutwon Encuudres
� "' 33 0513 Manhole Invert Suuth Wevtern Packa�inr
� "' 33 0513 Manhule Invert Nofluw-Influw
� �9/23/96 33 OS 13 Mxnhule Invert Suuthwestern Pxckin� & Seals, Inc.
� �9/23/96 33 OS 13 Mxnhule Invert Suuthwestern Pxckin� & SeHls, Inc.
�
� Water & Sewer - Pioe Casine Soacers 33-OS-24 (07/Ol/131
� i uoaioz sreei eb�d cay��; sPb�e�y nd�H��ed P��d���s H�d sys�e�„y, i��.
IO2/02/93 Sruinless Steel Cusino Spacer Advanced Pruducts and Syste�ns, Ine.
IfM/22/87 Cusing 3puce�s Cuswde Wute�wo�ke Munufacmnno
I 09/14/10 Sruinless Steel Cusmo Spacer Pipeline Seal und Insuluror
I 09/14/10 Cuated Steel Cusin Spucers Pipeline Seal und Insuluror
IOS/1N11 Sruinless Steel Cusino Spacer Powerveal
03;'19;'18 CasingSparers BWM
03;'19;'18 CasingSparers BWM
I03.29.22 33 OS 13 Casing Sparers CCI Pipeline Systems
I09;'0324 33 OS 13 Casing Sparers Raci (Coinpletely HnPP.)
�
� Water & Sewer - Pioes/Ductile Iron 33-11-10(1/8/131
�
� "' 33 1 I 10 Uuctile Iron Pipe GriN"in Pipe Pruducts, Cu.
� 08i24/18 331I 10 Ducnlelron Pipe Ainerican Ducnlelron PipeCo
I 08.24 18 33 1 I 10 Ductile I�on Pipe Americun Ductile I�on Pipe Co.
I ° 33 1 I 10 Uuctile Iron Pipe U.S. Pipe and Puundry Co.
I * 33 1 I 10 Uuctile Iron Pipe McWune Cust Irun Pipe Cu.
�
I ( Water & Sewe i- Utilitv Line Marker (08/24/20181 I
�
� Sewer - Coatin as/Eooxv 33-39-60 f01/08/131
� o2z5;o2 enoxv �ininz syscem sauereisen, inc
� 12/14/01 Enory Linin¢ Svsrem Er[ech Technical Coa[in¢s
� 04/14/OS In[erior Duc[ile Iron Pine Coa[in¢, Induron
� 01/31/06 Coa[in¢sforCoiTosionProtection Ches[erton
� 8l28l2006 Coann¢s for CoiTosion Protecnon �Varren Environmental
�
� ISewer - Coatin�s/Polvurethane I
�
�
� ISewer - Combination Air Valves I
� 05.25;'13 33-31-70 Air Release Valve A.R.I. USA, Inc.
�
�
� Sewer - Pioes/Concrete
� * EI-(14 Conc. Pioe, Reinforced Wall Concre[e Pioe Co. Inc.
� * EI-(14 Conc.Pioe,Reinforced HydroCondui[Corooranon
I* EI-(14 Conc Pioe, Reinforced Hanson Concre[e Products
� * EI-04 Conc. Pioe, Reinforced Concrere Pioe & Products Co. Inc.
�
� Sewer - Pioe Eularement Svstem fMethodl33-31-23 (Ol/18/131,
I PIM Sys[em PIM Cornora[ion
IMd'onnell Sys[ems McLa[ Cons[ruc[ion
� TRS Sys[ems Trenchless Renlacemen[ Sys[em
�
� Sewcr - Pioe/Fiberelass Reinforced/33-31-13(1/8/131,
� 7.21�97 333113 CentCas[Fiberglass(PRP) HobasPiVeUSA,Inc.
� 03.22'10 333113 FiberglassPiVe(FRP) Ameron
� 04;'09.21 33 31 13 Glass-Fiber Reinforced Polviner Pioe (PRP) Thomnson Pioe (irouo
I03;'07.23 333113 FiberglassPipe(FRP) FuturePipelndustries
09;'03.24 33 31 13 Fiberglass Pipe (FRP) Superli[ Boru Sanayi A 5
�
Model No.
SV�'ay W'all Polwre[hane Coa[ine,
Series 20230 and 2100 (Asphutic Linulsion)
Arc 791, SIHB, SI, S2
saoi H�a nnaoi
RR&C Dampproofing Nun-Fibered Sprny
6rude (Arahu[i¢ 8muleloo)
Mnde ro Order - Plasnc
Mnde ro Order - Pluvoc
Mnde ro Order - Pluvoc
LifeSnver - Srxinless Steel
TetherLok - Stninless Steel
Cnrbon Steel Spucers, Mudel SI
Sminless Steel Spucer, Mudel S51
Cusin� Spacers
Sminless Steel Cusin� Spacer
Cuared Steel Cusino Spacers
4810 Powerchock
SS-12 Casing Sparer(Stainless Steeq
Fe-12 Cusin� Spacer (Couted Carbun Steel)
for Nonyressure Pipe and Gruuted Cusino
C'SC' 12, C'5512
Per Munufneturers Requirements (Sewer
Applications' Only)
Super Bell-Tite Ductile Iron Pressure Pipe,
Ainerican Fastite Pipe (Bell Spi�p[)
Ainericun Plcv Rino (Restruined Juint)
SewerCiard 210R5
Ertech 2030 and 2100 Series
Pro[ec[o 401
Arc7Jl, SIHB, 51, 52
5-301 and M-301
National Spec
ASTM D639/D790
Acid Resiscance Test
ASTM D 1248
ASTM U 124R
ASTM U 124R
AW'W'A CI50, CI51
AW'W'A C'I50, C'I51
AWWACI50,C151
AWWACISO,C151
AWWA CI50, C151
LA Counry #210-1.33
ASTM B-I 17
Ac�iA Resis[ance Tes[
D025LTP02(ComoositeBody) I
ASTM C76
Class III T&(i, SPL I[em #77 ASTM C 76
�.cm-.r_ '_",._'s,""" ":9e ASTM C76
ASTM C76
Polye[hylene PIM Corn.. Piscata Way, N.7.
Polye[hylene Housron, Texas
Polyechvlene Calzary, Canada
Hobas Pioe (Non-Pressure)
Bondstrand RPMP Pine
Thoinoson Pine (Flown[e)
FiberstronR PRP
Superlrt FRP
ASTM D3262/D3754
ASTM D3262/D3754
ASTM D3262/D3754
ASTM D3262, ASTM D3681,
ASTM D4161, AWWA M45
ASTM D3262, ASTM U3517,
ASTM 3754, AW WA C950
Updated: 11-6-24
Size I
I
�
Snuc[ures Onlv �
$EwL� AppliCfl[iUn9 I
$EwL� AppliCfl[iUn9 I
I
Fo� ex�e��o� cobe�=ore����e�e I
Snuc[ures Onlv
�
�
Fo� za^ a�n. I
For 24" din. �
For 24" din. �
For 24" diu. �
For 24" diu �
�
�
�
�
�
Up ro 48" �
Up ro 48" �
Up ro 48" �
I
8" - 12" (Sewer Only) I
�
�
�
3" thru 24" �
4" thru 30" �
4" chru 30" I
�
�
�
I
�
�
�
�
�
Duc[ile Iron PiVe Only I
Sewer Aonlica[ions �
Sewer Aonlica[ions �
�
�
�
�
�
2" I
�
�
�
�
�
�
�
�
�
AonroveA Previously �
AonroveA Previously �
AonroveA Previouslv �
�
�
�
�
�
I
�
" From Original Standard Products List 2
FORT WORTH�
IApproval SpecNo. IClasssification
� Sewer - Pioe/Po�vmer Pioe
� 4;'14;'OS Pol�ner Modified Concre[e Pioe
� 06;'09;'10 EI-9 Reinforced PolNner Concre[e Pioe
�
� Sewer - Pioes/HDPE 33-31-23(1/S/131
� * Hizh-densicyoolvechvleneo�ne
� * Hizh-densicyoolvechyleneo�ne
� * Hi¢h-densiryoolvechyleneoiue
� Hizh-densicy oolvechylene o�ne
�
� �Sewer - Pioes/PVC (Pressure Sewerl 33-ll-12 (4/1/132
I 12/02/I I 33-I I-12 DR-14 PVC Pressure Pipe
I IOi22/14 33-I I-12 DR-14 PVC Pressure Pipe
�
� Sewer - Pioes/PVC* 33-31-20 (7/1/131
� * 33-31-20 PVCSewerPioe
� 1223�97* 33-31-20 PVC Sewer Pioe
� * 33-31-20 PVCSewerPioe
� 12'0523 33-31-20 PVCSewerPioe
� 12/0523 33-31-20 PVC Sewer Pioe
� * 33-31-20 PVC Sewer PiQ
I OS/06/OS 33-31-20 PVCSoIidWa��ePipe
I IM.�Z�.��6 33-31-20 PVCSewerFi[nngs
� � 33-31-20 PVCSewerFi[nngs
� 3/19i2018 33 31 20 PVC Sewer Pioe
� 3/19i201S 333120 PVCSewerP�e
� 3i29i2019 33 31 20 Gasketed Fimngs (PVC�
� IOi21i2020 33 31 20 PVC Sewer Pioe
� I Oi22i2020 33 31 20 PVC Sewer Pioe
� I Oi21 i2020 33 31 20 PVC Sewer Pioe
�
�
CITY OF FORT WORTH
WATER DEPARTMENT
STANDARD PRODUCT LIST
Manufacturer
Ami[ech USA
US Comoosrte Pine
Model No.
Meyer Polycre[e Pioe
Reinforced Polymer Concre[e Pioe
Phillins Driscoo�ne, Inc.
Plexco Inc.
Polly Pine, Inc.
CSR HyAro C'onduiuPioeline Sys[ems
Pipelife 7e[stream
Royal BuilAmg ProAucts
7-M Manufac[urin¢ Co., Inc. (7M Ea¢le)
Diamond Plas[ics Corooranon
Lamson Vylon Pioe
Vinyl[ech PVC Pioe
Vinyl[ech PVC Pioe
J-M Manufac[urii�,n,Co, Inc. (JM Ea¢le)
DiamonA Plasncs Corporanon
Harco
Plasnc Trends, Inc.(Westlake)
Pioelite 7e[ Sneam
Pioelite 7e[ S[ream
(iPK ProAuc[s,lnc�.
NAPCO(Wes[lake)
SanAerson Pioe C'orV
NAPCO(Wes[lake)
Oo��rore Ducnle Polyethylene Pioe
McConnell Pine Enlargemen[
P\'C Pressure Pipe
Royal Seal PVC Pressure Pipe
SDR-26 (PSI IS)
SDR-26 (PSI IS)
SDR-26 (PSI IS)
SDR-26 (PSI IS)
(iraviry Sewer PS I I S
PS I IS
PS I IS
SDR-26 (PS I IS) (iasket Fittin¢s
(iasketed PVC Sewer Main Fittine,s
SDR 26 (PS I IS)
SDR 2G
SDR 2G
SDR 2G
SDR 2G
SDR 2G PS I IS
National Spec
ASTM C33, A276,F477
ASTM ( -76
ASTM D 124K
ASTM D 124N
ASTM D 124K
ASTM D 124K
A W W A C900
AWWA(900
ASTM D 3034
ASTM D 3034
ASTM D 3034
ASTM11 D3034
ASTM F G79
ASTM F G79
ASTM P-679
ASTM D-3034, D-17K4, etc
ASTM D 3034
ASTM FG79
ASTM17 D3034
ASTM11 D3034
ASTM D3034
ASTM17 D3034
ASTM P-679
Updated: 11-6-24
Size
8" m 102"_Clavv V
3"[hru 12"
4"[hru 12"
4" - I S"
4"[hru 15"
4"[hru IS"
4"[hru IS"
I K"
IK"-28•
is"ro4a�
4" - I S"
I 8"- 24„
4"- I S"
4"- I S"
4" - I S"
4"- I S'•
I K"- 36"
" From Original Standard Products List 3
FORT WORTH�
IApproval Spec No. Classsification
� R'ater - Auuur enances 33-12-10 (07/Ol/131,
� 09;'03.24 33-12-10 DoubleSttaoSaddle
� 01.'18.'18 33-12-10 DoubleSttaoSaddle
� 08.28.'02 DoubleSnaoSaddle
� 07.23;'12 33-12-10 DoubleSttaoService5addle
03/07/23 33-12-10 Duuble Snaa Service Suddle
� 1N27/87 CurbSropv-BaIlMeterVulves
10.27.'87 CurbStoVs-Ball Me[er Valves
ISi25i201S 33-12-10 CurbStoVs-Ball Me[er Valves
� Si25i2018 33-12-10 Curb Srone-8ull Me[er Valves
I5:25:2018 33-12-10 Curb Sropv-8all Meter Vulves
� srzsrzois ss-iz-io a���srous-eauMere�vaives
� 5.25.2018 33-12-10 Curb Srous-8nll Meter Vulves
I5:25:2018 33-12-10 Curb Srops-8all Meter Vulves
�
� 01/2N00 Cuared Tuuuinr Suddle with Double SS Snaos
� 0��5/21/12 33-12-25 Taou�n� SleevelCouted Sceeq
� 03/29/22 33-12-25 Taon�n� SleevelCoured ur Sruinless Steel)
� OS/1N11 Taon�n�5leevelSteinlessS[eell
� 02/29/12 33-12-25 Taon�n� SleevelCouted S[eell
� 02/29/12 33-12-25 Taon�n� SleevelSteinlevv S[eell
� 02/29/12 33-12-25 Taon�n� SleevelSteinless S[eell
� OS/1N17 Juint Repuir Clemp
� Plus[ic Me[er Box w/Cu�nousite Lid
� Plustic Me[er Box w/Cumousite Lid
� 08/30/06 Plustic Meter Box w/Cumousire Lid
� Cuncrete Meter 6ox
� Cuncrete Meter 6ox
� Cuncrete Meter 6ux
� � Water - Bolts. � uts. aud Gaskets 33-11-OS (Ol/08/131 �
None
�
Water - Combinafion Air Release 33-31-70 (Ol/08/131
I* EI-11 Cumbination Air Release Valve
� * LI-11 Cumbinunon Air Release Valve
� * LI-11 Cumbinunun Air Release Velve
�
� Water - Dry Barrel Fire Hvdrauts 33-12-40 (Ol/15/141
� �aous� e-i-iz o�va,��eiF��eHva�:,�c
� 03/31/88 E-1-12 Dry 8arrel Fire Hvdrnnt
� 09/3N87 E-1-12 Dry 6arrel Fire Hvdrunt
� 01/12/93 E-1-12 Dry 6errel Fire Hvdrunt
� �8/24/88 E-1-12 Dry 6errel Fire Hvdrunt
� E-1-12 Dry 6arrel Fire Hydrunt
I09/24/87 E-1-12 Dry 6arrel Fire Hydrunt
I10;'14;'87 8-I-12 Dry Barcel Fire Hydran[
I01/15/88 EI-12 Dry 8arrel Fire Hydrnnt
I 1N09/87 E-1-12 Dry 8arrel Fire Hydrnnt
� 09/1N87 E-1-12 Dry 6arrel Fire Hvdrunt
� 08/12/16 33-12-40 Dry 6arrel Fire Hvdrunt
�
� Water - Meters
� 02 OS/93 E101 S Dete t (.h ek Met .'
� oa osioa nn;,r er� o��e �°e�e�i r��n��e
CITY OF FORT WORTH
WATER DEPARTMENT
STANDARD PRODUCT LIST
Manufacturer
Ford Me[er Box Co., Inc.
Romac
Smith elair
Mueller Comoany
Powerseal
McDonuld
McDonalA
Ford Me[er Box Co., Inc�.
Ford Meter 8ux Cu., Inc.
Ford Meter 8ox Co., Inc.
Mueller Co., L[d.
Muellu Cu., Ltd.
Mueller Cu., Ltd.
JCM Industries, Inc.
JCM Indusniev,lnc.
JCM Indusniev,lnc.
Powerseal
Roinn�
Roinn�
Roinnc
Poweneal
DPW Plustics Inc.
DPW Plustics Inc.
DPW Plustics Inc.
8u.v.v & Huye
8uss & Huys
8uss & Hays
Model No.
2028
zozNs Nvio� coacea
�317 Nylon Coated Double Sn�ao Saddle
DR25 Double (SS) 5[rao DI Saddle
345pAS, InCI. COrp. Srop, Dbl Snap, Sruinle99
6100M,6100MT & 610MT
46038, 4604B, 6100M, 6100TM and 6101 M
F6600-7NL, PBI600-7-NL, FV23-777-�V-NL,
L22-77NL
F8600-6-NL, FBI60�-6-NL, FV23-666-�V-
NL, L22-66NL
F8600-4-NL, F61600-4-NL, 811-444-1VR-
NL, B22444-WR-NL, L28-44NL
B-25000N, B-24277N-3, B-20200N-3, H-
ISOOON„ H-1552N, H142276N
8-25000N, 8-20200N-3, B-24277N-3,H-
15000N, H-14276N, H-15525N
e-25000N, B-20200N-3,H-ISOOON, H-
15530N
d406 Double 6and SS Suddle
412 Tuuo�nr Sleeve ESS
415 Tuuo�nr Sleeve
3490A0 (Fluo„val & 3490MJ
FTS 420
SST Stuinless Steel
SST III Steinlerr Steel
3232 Bell Juint Repuir Clemp
DFW37G12-1 LPAF FTW
DFW39G12-1 LPAF FTW
DFW65G14-1 LPAF FTW
CMB37-8121118 LID-9
CM8-18-Uual 1416 LID-9
CMB65-665 1527 LID-9
I I
Updated: 11-6-24
National Spec Size
I"-2" SVC, unto 16" Pine
nwwn caoo i"-2" svc, un ro 2a" rine
AWWA ( K00
NSF ANSI 372
AWWA CK00
nwwn caoo
nwwn caoo
AWWA CK00, ANSF 61,
ANSI.NSP 372
AWWA C800, ANSF 61,
AN51� NSF 372
AWWA C800, ANSF 61,
AN51� NSF 372
I"-2" SV (:, un to 24" PiVe
I"-2" SVC, up to 21" Pipe�
3/4" and 1"
I Y" and 2"
Z•
1-I/2"
�„
Z•
1-I/2"
�„
A W W A G223
A W W A G223
A W W A G223
A W W A G223
A W W A G223
1"-2" Taos on uo �0 12"
Uu ro 30" w/12" Ouc
Cuncre[e Pioe Onlv
4"-8" and 16"
U P ro 42" w/24" OU[
Up ro 24" w� 12" Out
Uu ro 30" w/12" Ouc
4" ro 30"
Clavv "A
GA Industriev, Ine. Einpire Air nnd Vucuwn Valve, Model 935 ASTM A 126 Clavv B, ASTM A
Mul[iolex Munufne[urin� Co. Crispin Air and Vacuum Vnlves, Mudel Nu.
Valve and Priiner Curo. APCO #143C, #145C end #147C
n�„e���a�-oa�r�� vbi�e
Americun Durlin� Vulve
CIOw COrpOranOn
Ameiic.an AVK Compum
CIOw COrpOrnnOn
ITT Kennedv l%alve�
M&H V&Ive Coinp&ny
Mueller Comoany
Mueller Cumpany
U.S.Pipe & Poundry
A�nancan Flow Connol (APC)
eJ lBuet lorduo Iroo Wo�ke)
AmeS CUmpdn�
Henee
Drnwin� Nue_90-18608,94-18560
Shop Druwin� No.94-18791
Shoo Druwinr No. D-19895
Mudel 2700
D�uwinee D20435, D20436,620506
Shou Druwin� No. D-80783FW
Shoa Drawinr Nu. 13476
Shop Drawings No.G4Gl
A-423 Cen[urion
Shop Drawing FH-12
A-423 Super Centurion 200
Shoo Drawinr No.960250
Weterouv Pucer W667
WurerMavter SCD250
Model 1000 D t t (.h k Vnlve
Mnenei c Drive �erneul
��&Z�
1.2�� ��� & Z��
�" z"&3"
A W W A G502
A W W A G502
AW WA G502
AW WA G502
AW WA G502
AW WA G502
A W W A G502
AW'W'A C-502
A W W A G502
A W W A G502
A W W A G502
nwwn cssn
A W W A C701. Cluee I
a -im�
3y„_�„
" From Original Standard Products List 4
CITY OF FORT WORTH
FORT WORTH� WATER DEPARTMENT
STANDARD PRODUCT LIST
IApprovall Spec No. I Classsification I Manufacturer I Model No. I National Spec
� Water - Piues/PVC (Pressure R'eterl 33-31-70 (Ol/08/131,
IA W W A C900, A W W A C605
12'05.23 33-I I-12 PVC Pressure Pine Vinvl[ech PVC Pioe DR14 ASTM DI784
IA W W A C900, A W W A C605
12'05.23 33-I I-12 PVC Pressure Pine Vinyl[ech PVC Pioe DR18 ASTM DI784
IA W W A C900, A W W A C605
09;'03.24 33-I I-12 PVC Pressure Pine Northern Pioe Produc[s DR14 ASTM DI784
IA W W A C900, A W W A C605
09;'03.24 33-I I-12 PVC Pressure Pine Northern Pioe Produc[s DR18 ASTM DI784
� 3/19i201S 331112 PVCPressurePine Pioelite7etStreain DR14 AW�VAC900
� 3/19i201S 331112 PVCPressurePine Pioelite7etStreain DRI8 AW�VAC900
� 5l25l2018 33 I I 12 PVC Pressure Pine Diamond Plasncs Corooration DR 14 AW�VA C900
5'25'2018 33 I1 12 PVC Preeeure Pipe Diamond Plurtic�v Co�po�ution DR 18 AWWA C900
A W W A (:900-16
12/6:2018 33 I1 12 PVC Pressure Pipe J-M Mnnufacturino Co., Inc d/Nu JM Euole DR 14 UL 1285
ANSI� NSF G I
PM 1612
AWWA C900-16
12/6:2018 33 I1 12 PVC Pressure Pipe J-M Munufncturino Co., Inc NNa JM Ea�le DR 18 UL 1285
ANSI� NSF G I
PM 1612
I 9/62019 33 I I 12 PVC Pressure Pipe Underground Solutions Inc. DR14 Pusible PVC AWWA C900
I 9'6/2019 331112 PVCPressurePipe NAPCO(WesHake) DRIB AWWAC900
I 9/62019 331112 PVCPressurePipe NAPCO(Wes[lake) DR14 AWWAC900
I 9/6.2019 331112 PVCPressurePipe SandersonPipeCorp DR14 AWWAC900
�
� Water - PioesNalves & Fittines/Ductile Irou Fittiu�s 33-11-ll (Ol/08/131
I 0723'92 EI-07 Uuctile Iron Fittinos Srnr Pipe Productv, Ine. Mechxnicul ,loint Pittinov A W WA CI53 & Cl 10
� * LI-07 Ductile Iron Fittin�s GriN"in Pipe Pruducts, Co. Mechanicul Joint Fittin�`s AWWA C 110
� * LI-07 Ductile Iron Fittin�s MeWane�Tyler Pipel Uniun Unlines Division Mechnnicul Joint Pimnos, SS6 C'luss 350 qWNrp C 153, C 110, C 111
� 08/11/98 EI-07 Duc[ile Iron Fittin�s Sikma, Cu. Mechnnicul Joint Pimnos, SS6 Cluss 351 qWNrp C 153, C 110, C 112
� 02/26/14 EI-07 MJFittin�s Accucast Class350G153MJFittinos pWWpC153
� OS/14/98 EI-07 Ductile Iron Joint Restrumts Pord Meter Box Co./Uni-Plan�e Uni-Flange Series 1400 pWWp CI11/C153
� OS/14/98 EI-24 PVC Juint Restruints Pord Meter Box Co./Uni-Plan�e Uni-Flange Series I500 Circle-Lock pWNrp CI11/C153
� 11/09/04 EI-07 Duc[ile Iron Juint Restruints One Bolt, Ine. One Bolt Revnained Joint FittinS qNrWq C111�CI16/C153
� 02/29/12 33-I1-I1 Duc[ile Iron Pioe Mechanicul Join[ Resnein[ EBAA Iron, Ine. Megaluo Seriev 1100 (fur DI Pipe) qNrWq C111�CI1NC153
� 02/29/12 33-I1-I1 PVC Pipe Mechanical Joint Resnaint EBAA Iron, Ine. Megaluo Seriev 2000 (fur PVC Pipe) qNrWq C111�CI1NC153
� 08/OS/04 EI-07 MechnniculJointRetainerGlunds(PVCI Sikma,Cu. SiomnOne-LukSLCA-SLCIO pWNrpCI1I/C153
� 03/ON19 33-I1-I1 MechnniculJointRetainerGlunds(PVCI Sikma,Co. Si�naOne-Lok5LC54-SLC512 pWWpClll/C153
� 08/OS/04 EI-07 Mechnnicul Joint Retainer Glunds(PVCI Sikma, Co. Siomn One-Luk SLCE pWWp CI11/C153
� 08/1N98 EI-07 MJFittin�s(DIP) Sikma,Cu. Si�naOne-LokSLDE pWWpC153
� 1 N12/10 EI-24 Interior Restruined Juint Svstem 5& B Techncial Pruducts gulldug System ( Dinmond Luk 21 & JM pSTM P-1624
� 08/16/06 EI-07 Mechnnicul Juint Pimnrs SIP Industries(Serampore) Mechnnicul Joint Pimnos pWWq CI53
� 1 I/07/16 33-I1-I1 Mechnnicul .luin[ Re[ainer Glunds Srur Pioe Producr�, Ine. PVC Srurorip Series 4000 ASTM A536 AW WA Cl I1
� 1 I i07i16 33-I1-I1 Mechnnicul Join[ Re[ainer Glunds Srur Pioe Producr�, Ine. DIP 5[nr� ip Series 3000 ASTM A536 AW WA Cl I1
IEZ Grip Juint Restrumt (LZD) 61ack Pur DIP
03/19/18 33-I1-I1 Mechanicnl Joint Retuiner Glunds 31P Induetriesl3e�ampu�a) ASTM A536 AW WA Cl I1
I 03;'19;'18 33-I1-I1 Mechanical 7oint Retainer (ilands SIP Industries(Serampore) EZ Grip Joint Resnaint (EZD) Red frrr C900 ASTM A536 AW WA CI I I
DRI4 PVC Pipe
I 03;'19;'18 33-I I-I I Mechanical 7oint Retainer (ilands SIP Industries(Serain EZ Grip Joint Resnaint (EZD) Red frrr C900
pore) DRIB PVC Pipe ASTM A536 AW WA CI I I
Updated: 11-6-24
Size �
4"-IG"
16"-I K"
4"-16"
16"-I K"
4"-12„
16"-24„
4"-12„
I6"-24"
4"-28"
I6"-24"
4, _ �,
16" - 24"
4"- 12"
4"- 12"
1"-12"
4" co 36"
4" ro 24"
4" ro 12"
4" ro 42"
4" ro 24"
4" ro 10"
4" ro 12"
12" ro 24"
4" - 24"
4" ro 12"
4" ro 24"
3"-48"
4"-12"
16"-24„
" From Original Standard Products List 5
FORT WORTH�
CITY OF FORT WORTH
WATER DEPARTMENT
STANDARD PRODUCT LIST
�Approval Spec No. �Classsification � Manufacturer
� Water - Piues alves & Fittines/Resilient Seated Gate alve* 33-12-20 f05/13/151
� Resilien[ Wedged Uate Valve w.'no Gears American Flow Conttol
� 12'13;'02 Resilien[ Wedge Ga[e Valve Ainerican Flow Conttol
� 08.31.99 Resilien[ Wedge Ga[e Valve Ainerican Flow Conttol
� 05;'18.99 Resilien[ Wedge Ga[e Valve Ainerican Flow Conttol
� 10.24;'00 EI-26 Resilien[ Wedge Ga[e Valve American Flow Conttol
� 08.'05;'(14 Resilien[ Wedge Ga[e Valve Ainerican Flow Conttol
� 05.23.91 EI-26 Resilien[WedgeGa[eValve AmericanAVKComnany
� 01.24;'02 EI-26 Resilien[WedgeGa[eValve AmericanAVKComnany
I* EI-26 Resilien[SeatedGateValve Kennedy
I * EI-26 Resilien[SeatedGateValve M&H
I * EI-26 Resilien[SeatedGateValve MuellerCo.
I II OP�99 Resilien[WedgeGa[eValve MuellerCo.
� 01.23;'03 Resilien[ Wedge Ga[e Valve Mueller Co.
� OS/13/OS Resilien[WedgeGa[eValve MuellerCo.
� 01/31/06 Resilien[WedgeGateValve MuellerCo.
� 012888 EI-26 Resilien[WedgeGateValve ClowValveCo.
� 10/04/94 Resilien[WedgeGateValve ClowValveCo.
� II.'08�99 EI-26 Resilien[WedQeGateValve ClowValveCo.
I 1129;'04 Resilien[WedQeGa[eValve ClowValveCo.
11/30/12 Re�vilient Wed�.a Qaw Velva Clow Vulve Co.
I OS'08'91 EI-26 Revilient Seated Gate Valve Srockham Valves & Fittinos
� * LI-26 Resilient Seated Gate Valve U.S. Pipe and Puundry Co.
� 1026;'16 33-12-20 Resilien[SeatedGa[eValve E.1(EastJordanlronWorks)
I 08i24/18 Matro(iateValve Matco-Norca
I
� Water - PiuesNalves & Fittines/Rubber Seated Butterflv Valve 33-12-21 (07/10/141,
� * E I-30 Rubber Sea[ed Bu[[erflv �'alve Henry Praa Co.
� * EI-30 Rubber Sea[ed Bu[[erfly Valve Mueller Co.
� I.'I I.'99 EI-30 Rubber Sea[ed Bu[[erfly Valve Duurik Valves Co.
� 06;'12'03 EI-30 Valma[ic Amencan Bu[[erfly Valve Valma[ic Valve and Manufac[urin¢ CorV.
� 04;'06;'07 EI-30 Rubber Seated Butterfly Valve M&H Valve
� 03;'19;'18 33 12 21 Rubber Seated Butterfly Valve (i. A. Industties ((iolden Anderson)
� 09;'03.24 33 12 21 Rubber Seated Butterfly Valve Amencan AVK Comnanv
�
� Water - Polvethvlene Eucasement 33-ll-10 (Ol/08/131,
Model No.
Series 2500 Drawing # 94-20247
Series 2530 and Series 2536
Series 2520 & 2524 (SD 94-20255)
Series 2516 (SD 94-20247)
Series 2500 (Ducnle Iron)
42" and 4S" APC 2500
American AVK Resilien[ SeaAed GV
Series A2361 (SD 6647)
Series A2360 for 18"-24" (SD 6709)
Muel ler 30" dY 36", CS 15
Muel ler 42" dY 48", G515
16" RS GV (SD D-20995)
Clow RW Valve(SD D-21652)
Clow 30" dL 36" C-515
Cluw Valve Model 2638
Metroseul 250, reuuiroments SPL #74
E7 FIox�Mas[ei' Ga[e Valve & Boxes
225 MR
Valma[ic Amencan Bu[[erfly Valve
M&H Sryle 4500 3a 1450
AW'W'A (;Sf14 Bu[[erFly Vah'e
A W W A C504 ButterFly Valve Class 250B
� 05;'IZOS t1-13 Polyethylene8ncasment FlexsolPacka¢ing FulronEnterorises
� OS/12/OS EI-13 Polye[hylene Encasmen[ Moun[ain S[a[es Plas[ics (MSP) and A8P Ind. S[andard Hardware
� OS/12/OS EI-13 Polye[hYleneEncasmen[ AEPlndustries Bulls[rongbyCow[ownBol[&Gaske[
� 09/06/19 33-I I-I I Polye[hylene Encasmen[ Nor[hrown Produc[s Inc. PE Encasemen[ for DIP
�
� Water - Samoliu¢ Station
03;'0723 33 12 50 Water Sain lin 5[ation Ku ferle Poundr � Com ai Ecli se, Nwnber 88 , 12-inch De [h of Bur �
H�4 33-F35B �+eN :f',az�� _.,, __,.c,-�.sm-�^"-''�� .._._� „��,,, ,< ..,�....,, ..�...�. .,_"_'
� Water - Automatic Flusher
IH(i6-A-IN-2-BRN-LPRR(Pottable)
102120 Auroma[ed Plushin¢ Sys[em Mueller Hydroguard HG2-A-IN--2-PVC-018-LPLG(Permanent)
� 04/09/21 Auroinated Plushino System Kupferle Poundry Coinpuny Eclipse C9800wc
I fM/09/21 Auroinated Plushino System Kupferle Poundry Coinpuny Eclipse#9700 (Purmble)
�
Updated: 11-6-24
National Spec Size
AW'W'A (;515
AW'W'A (;515
AW'W'A (;515
AW'W'A (;515
AW'W'A (;515
AWWA(509
AW'W'A C'S15
AW'�VA C'S15
AW'�VA C'S15
AW'�VA C'S15
A W�VA (;509
AW'W'A (;515
AW'W'A (;515
AW'W'A C'S15
AWWAC515
A W W A C 509, ANSI 420 - stein,
AW'W'A;'AN51 CI ISiAn21.15
AW'W'A C-504
AW'W'A C-504
AW'W'A C-504
AW'W'A C-504
AW'W'A C-504
AW'W'A C-504
AW'W'A C-504
AW�VA CI05
A W'�VA C' 105
A W'�VA C' 105
A W�VA (;105
This pruduc[ remuved
IG"
30" and 36"
20" and 24"
IG"
4" ro 12„
42" and 4S"
4" ro 12„
zo� a�,a s�„auer
4" - 12'•
4" - 12"
4" - 12"
IG"
24" and smaller
30" and 36"
42" and 48"
4" - 12'•
IG"
24" anA srnaller
30" and 36" (Note 3)
24" ro 48"j�ote 31
4"-� �
3"ro16"
4" ro I G"
24„
24"and smaller
24" anA lar¢er
Uo ro S4" diaine[er
24" ro 4K„
30"-54"
24" - 48"
8 mil LLD
K mil LLD
K mil LLD
8 mil LLD
The Por[ Wor[h Wa[er Deparnnen['s 5[andard Produc[s Lis[ has been developed ro minimiu[he submi[[al review ofpiroAuc[s which meet the Fort Worth Water Deparnnent s StandarA Specification� dunng utiliry consnvc[ion pro�ec[s. When Technical
Specifica[ions for specitic produc[s, are mcluded as par[ of[he Consn'uc[ion Connec[ Documen[s, [herequiremen[s of[he Technicel Specitication will overnAethe For[ Wonh Wa[er Depanmen['s S[andard Specifica[ions and [he Fon Wor[h Water Deparnnent �
5[andard Produc[s Lis[ and approval of [he specitic produc[s will be based on [he requirements of[he Technicel Specitica[ion whe[her or no[ the specific piroduct meets [he Fort Wor[h Water Deparnnent � Standard Specification� or is on [he Fon Wor[h Water
Yel low Hiohlioht indicetes recent chenoes
" From Original Standard Products List 6
!!!!!!!! Attention: Mix Designs do not supersede CFW Specifications !!!!!!!!!!
Approval Spec No.Classification Manufacturer Mix ID Mix Description Design Strength @ 28 days Design Rquirements National Spec
Concrete
Class A (Sidewalk, ADA Ramps, Driveways, Curb/Gutter, Median Pavement)
9/9/2022 32 13 20 Mix Design American Concrete Company 30CAF029 3000 psi 3-5" Slump; 3-6% Air
4/3/2025 32 13 20 Mix Design Big Town Concrete 2211 3000 psi 3-5" Slump; 3-6% Air
9/9/2022 32 13 20 Mix Design Burnco Texas 30U101AG 3000 psi 3-5" Slump; 3-6% Air
4/1/2024 32 13 20 Mix Design Burnco Texas 30U500BG 3000 psi 3-5" Slump; 3-6% Air
9/9/2022 32 13 20 Mix Design Carder Concrete FWCC502001 3000 psi 3-5" Slump; 3-6% Air
9/9/2022 32 13 20 Mix Design Carder Concrete FWCC502021 3500 psi 3-5" Slump; 3-6% Air
9/9/2022 32 13 20 Mix Design Chisholm Trail Redi Mix C13020AE 3000 psi 3-5" Slump; 4.5-7.5% Air
4/28/2025 32 13 20 Mix Design Chisholm Trail Redi Mix CT6020A 3600 psi 3-5" Slump; 3-6% Air
9/9/2022 32 13 20 Mix Design City Concrete Company 30HA20II 3000 psi 3-5" Slump; 3-6% Air
9/9/2022 32 13 20 Mix Design Cow Town Redi Mix 253-W 3000 psi 3-5" Slump; 3-6% Air
9/9/2022 32 13 20 Mix Design Cow Town Redi Mix 250 3000 psi 3-5" Slump; 3-6% Air
9/9/2022 32 13 20 Mix Design Cow Town Redi Mix 350 3000 psi 3-5" Slump; 3-6% Air
1/29/2024 32 13 20 Mix Design Estrada Ready Mix R3050AEWR 3000 psi 3-5" Slump; 3-6% Air
9/9/2022 32 13 20 Mix Design Holcim - SOR, Inc.1261 3000 psi 3-5" Slump; 3-6% Air
9/23/2024 32 13 20 Mix Design Holcim - SOR, Inc.5177 3000 psi 3-5" Slump; 3-6% Air
5/8/2025 32 13 20 Mix Design Holcim - SOR, Inc.530WA-T1 3000 psi 3-5" Slump; 3-6% Air
4/7/2023 32 13 20 Mix Design Liquid Stone C301D 3000 psi 3-5" Slump; 3-6% Air
9/9/2022 32 13 20 Mix Design Martin Marietta R2136214 3000 psi 3-5" Slump; 3-6% Air
9/9/2022 32 13 20 Mix Design Martin Marietta R2136014 3000 psi 3-5" Slump; 3-6% Air
4/1/2023 32 13 20 Mix Design Martin Marietta R2136N14 3000 psi 3-5" Slump; 3-6% Air
6/1/2023 32 13 20 Mix Design Martin Marietta R2136R20 3000 psi 3-5" Slump; 3-6% Air
6/1/2023 32 13 20 Mix Design Martin Marietta R2136N20 3000 psi 3-5" Slump; 3-6% Air
11/2/2022 32 13 20 Mix Design Martin Marietta R2141K24 4000 psi 3-5" Slump; 3-6% Air
4/7/2023 32 13 20 Mix Design Martin Marietta R2136K14 3000 psi 3-5" Slump; 3-6% Air
9/9/2022 32 13 20 Mix Design Martin Marietta R2131314 3000 psi 3-5" Slump; 3-6% Air
9/9/2022 32 13 20 Mix Design Martin Marietta R2132214 3000 psi 3-5" Slump; 3-6% Air
9/9/2022 32 13 20 Mix Design Martin Marietta D9490SC 3000 psi 3-5" Slump; 4.5-7.5% Air
5/9/2025 32 13 20 Mix Design Martin Marietta R2136R14 3000 psi 3-5" Slump; 3-6% Air
10/4/2023 32 13 20 Mix Design NBR Ready Mix CLS A-YY 3000 psi 3-5" Slump; 3-6% Air
10/4/2023 32 13 20 Mix Design NBR Ready Mix CLS A-NY 3000 psi 3-5" Slump; 3-6% Air
7/10/2023 32 13 20 Mix Design Osburn 30A50MR 3000 psi 3-5" Slump; 3-6% Air
1/18/2023 32 13 20 Mix Design Rapid Redi Mix RRM5020A 3000 psi 3-5" Slump; 3-6% Air
1/24/2023 32 13 20 Mix Design Rapid Redi Mix RRM5525A 3600 psi 3-5" Slump; 3-6% Air
10/24/2024 32 13 20 Mix Design SRM Concrete 30850 3000 psi 3-5" Slump; 3-6% Air
10/24/2024 32 13 20 Mix Design SRM Concrete 30350 3000 psi 3-5" Slump; 3-6% Air
10/18/2024 32 13 20 Mix Design SRM Concrete 30050 3000 psi 3-5" Slump; 3-6% Air
9/9/2022 32 13 20 Mix Design Tarrant Concrete FW5025A 3000 psi 3-5" Slump; 3-6% Air
9/9/2022 32 13 20 Mix Design Tarrant Concrete CP5020A 3000 psi 3-5" Slump; 3-6% Air
10/10/2022 32 13 20 Mix Design Tarrant Concrete TCFW5020A 3000 psi 3-5" Slump; 3-6% Air
9/9/2022 32 13 20 Mix Design Tarrant Concrete FW5525A2 3000 psi 3-5" Slump; 3-6% Air
9/9/2022 32 13 20 Mix Design Titan Ready Mix 3020AE 3000 psi 3-5" Slump; 3-6% Air
9/9/2022 32 13 20 Mix Design True Grit Redi Mix 0250.230 3000 psi 3-5" Slump; 3-6% Air
9/9/2022 32 13 20 Mix Design True Grit Redi Mix 0250.2301 3000 psi 3-5" Slump; 3-6% Air
Class CIP (Inlets, Manholes, Junction Boxes, Encasement, Blocking, Collars, (Spread Footing Pedestal Pole Foundations (Reference Detail 34 41 10-D605A)
9/9/2022 32 13 13 Mix Design American Concrete Company 40CNF065 4000 psi 3-5" Slump; 0-3% Air
7/28/2025 32 13 13 Mix Design Burnco Texas 40V100AG 4000 psi 3-5" Slump; 3.5-6.5% Air
7/28/2025 32 13 13 Mix Design Burnco Texas 30V100AG 3000 psi 3-5" Slump; 3.5-6.5% Air
7/28/2025 32 13 13 Mix Design Burnco Texas 36V500BG 3600 psi 3-5" Slump; 3.5-6.5% Air
9/9/2022 32 13 13 Mix Design Burnco Texas 40U500BG 4000 psi 3-5" Slump; 3-6% Air
4/28/2025 32 13 20 Mix Design Chisholm Trail Redi Mix CT6020A 3600 psi 3-5" Slump; 3-6% Air
4/28/2025 32 13 20 Mix Design Chisholm Trail Redi Mix CTFW5520A 3600 psi 3-5" Slump; 3-6% Air
4/28/2025 32 13 20 Mix Design Chisholm Trail Redi Mix CTFW6020A 4000 psi 3-5" Slump; 3-6% Air
9/9/2022 32 13 13 Mix Design Cow Town Redi Mix 255-2 3000 psi 3-5" Slump; 3-6% Air
9/9/2022 32 13 13 Mix Design Cow Town Redi Mix 355 3000 psi 3-5" Slump; 3-6% Air
9/9/2022 32 13 13 Mix Design Cow Town Redi Mix 255 3500 psi 3-5" Slump; 3-6% Air
9/9/2022 32 13 13 Mix Design Cow Town Redi Mix 270 5000 psi 3-5" Slump; 3-6% Air
9/9/2022 32 13 13 Mix Design Cow Town Redi Mix 370 5000 psi 3-5" Slump; 3-6% Air
9/9/2022 32 13 13 Mix Design Cow Town Redi Mix 353 3000 psi 3-5" Slump; 3-6% Air
9/9/2022 32 13 13 Mix Design Cow Town Redi Mix 257 3600 psi 3-5" Slump; 3-6% Air
9/9/2022 32 13 13 Mix Design Cow Town Redi Mix 357 3600 psi 3-5" Slump; 3-6% Air
5/7/2025 32 13 13 Mix Design Cow Town Redi Mix 265-42 4200 psi 3-5" Slump; 3-6% Air
2/7/2025 32 13 13 Mix Design Holcim - SOR, Inc.1701 4000 psi 3-5" Slump; 3-6% Air
2/7/2025 32 13 13 Mix Design Holcim - SOR, Inc.1551 3000 psi 3-5" Slump; 3-6% Air
9/9/2022 32 13 13 Mix Design Holcim - SOR, Inc.5409 4000 psi 3-5" Slump; 3-6% Air
4/27/2023 32 13 13 Mix Design Liquid Stone C361DNFA 3600 psi 3-5" Slump; 3-6% Air
9/9/2022 32 13 13 Mix Design Martin Marietta R2141230 4000 psi 3-5" Slump; 3-6% Air
8/4/2023 32 13 13 Mix Design Martin Marietta R2141R24 4000 psi 3-5" Slump; 3-6% Air
CITY OF FORT WORTH TRANSPORTATION/PUBLIC WORKS DEPARTMENT
STANDARD PRODUCTS LIST AS OF 7/31/2025
Page 1 of 6
!!!!!!!! Attention: Mix Designs do not supersede CFW Specifications !!!!!!!!!!
Approval Spec No.Classification Manufacturer Mix ID Mix Description Design Strength @ 28 days Design Rquirements National Spec
CITY OF FORT WORTH TRANSPORTATION/PUBLIC WORKS DEPARTMENT
STANDARD PRODUCTS LIST AS OF 7/31/2025
11/20/2023 32 13 13 Mix Design Martin Marietta R2146R33 4000 psi 3-5" Slump; 3-6% Air
11/20/2023 32 13 13 Mix Design Martin Marietta R2146K33 4000 psi 3-5" Slump; 3-6% Air
9/9/2022 32 13 13 Mix Design Martin Marietta R2142233 3600 psi 3-5" Slump; 4.5-7.5% Air
9/9/2022 32 13 13 Mix Design Martin Marietta R2136224 3600 psi 3-5" Slump; 3-6% Air
9/9/2022 32 13 13 Mix Design Martin Marietta R2141233 3600 psi 3-5" Slump; 3-6% Air
9/9/2022 32 13 13 Mix Design Martin Marietta R2146038 4500 psi 3-5" Slump; 3-6% Air
10/24/2024 32 13 13 Mix Design Martin Marietta R2146K34 4000 psi 3-5" Slump; 3-6% Air
5/5/2025 32 13 13 Mix Design Martin Marietta R2146R35 4000 psi 3-5" Slump; 3-6% Air
5/5/2025 33 13 13 Mix Design Martin Marietta R2146K35 4000 psi 3-5" Slump; 3-6% Air
5/5/2025 33 13 13 Mix Design Martin Marietta R2146N33 4000 psi 3-5" Slump; 3-6% Air
9/12/2023 32 13 13 Mix Design NBR Ready Mix CLS P1-YY 4000 psi 3-5" Slump; 3-6% Air
9/9/2022 32 13 13 Mix Design NBR Ready Mix TX C-YY 3000 psi 3-5" Slump; 3-6% Air
9/9/2022 32 13 13 Mix Design NBR Ready Mix TX C-NY 3000 psi 3-5" Slump; 3-6% Air
1/18/2023 32 13 13 Mix Design Rapid Redi Mix RRM5320A 3000 psi 3-5" Slump; 3-6% Air
1/18/2023 32 13 13 Mix Design Rapid Redi Mix RRM6020ASS 4000 psi 3-5" Slump; 3-6% Air
10/24/2024 32 13 13 Mix Design SRM Concrete 40350 4000 psi 3-5" Slump; 3-6% Air
10/24/2024 32 13 13 Mix Design SRM Concrete 40850 4000 psi 3-5" Slump; 3-6% Air
9/16/2024 32 13 13 Mix Design SRM Concrete 35050 3500 psi 3-5" Slump; 3-6% Air
4/28/2025 32 13 13 Mix Design SRM Concrete 36850 3600 psi 3-5" Slump; 3-6% Air
9/9/2022 32 13 13 Mix Design Tarrant Concrete FW5320A 3000 psi 3-5" Slump; 3-6% Air
10/10/2022 32 13 13 Mix Design Tarrant Concrete TCFW6025A2 4000 psi 3-5" Slump; 3-6% Air
Class C (Drilled Shaft for Traffic Signal Pole Foundations Reference Detail 31 41 10-D605)
9/9/2022 32 13 13 Mix Design Burnco Texas 36U502BG 3600 psi 5.5-7.5" Slump; 3-6% Air
6/21/2023 32 13 13 Mix Design Cow Town Redi Mix 360-DS 3600 psi 5.5-7.5" Slump; 3-6% Air
10/30/2024 32 13 13 Mix Design Estrada Ready Mix R36575AEWR 3600 psi 5.5-7.5" Slump; 3-6% Air
12/5/2022 32 13 13 Mix Design Holcim - SOR, Inc.1822 3600 psi 5.5-7.5" Slump; 0-3% Air
9/9/2022 32 13 13 Mix Design Holcim - SOR, Inc.1859 4000 psi 5.5-7.5" Slump; 3-6% Air
4/7/2023 32 13 13 Mix Design Liquid Stone C361DHR 3600 psi 5.5-7.5" Slump; 3-6% Air
6/27/2023 32 13 13 Mix Design Martin Marietta U2146N41 3600 psi 5-7" Slump; 3-6% Air
6/27/2023 32 13 13 Mix Design Martin Marietta U2146K45 3600 psi 5-7" Slump; 3-6% Air
5/9/2025 2 13 13 Mix Design Martin Marietta U2146R41 3600 psi 5-7" Slump; 3-6% Air
8/22/2024 32 13 13 Mix Design NBR Ready Mix 135K2524 3600 psi 5.5" Slump; 3-6% Air
8/22/2024 32 13 13 Mix Design NBR Ready Mix 135K0524 3600 psi 5.5" Slump; 3-6% Air
Class C (Headwalls, Wing walls, Culverts)
9/9/2022 32 13 13 Mix Design Carder Concrete FWCC602001 4000 psi 3-5" Slump; 3-6% Air
9/9/2022 32 13 13 Mix Design City Concrete Company 40LA2011 4000 psi 3-5" Slump; 3-6% Air
9/9/2022 32 13 13 Mix Design Cow Town Redi Mix 260-2 3600 psi 3-5" Slump; 3-6% Air
9/9/2022 32 13 13 Mix Design Cow Town Redi Mix 360-1 3600 psi 3-5" Slump; 3-6% Air
9/9/2022 32 13 13 Mix Design Cow Town Redi Mix 260-1 3600 psi 3-5" Slump; 3-6% Air
1/29/2024 32 13 13 Mix Design Estrada Ready Mix R3655AEWR 3600 psi 3-5" Slump; 3-6% Air
9/9/2022 32 13 13 Mix Design GCH Concrete Services GCH4000 4000 psi 3-5" Slump; 3-6% Air
4/1/2023 32 13 13 Mix Design Martin Marietta 310LBP 3600 psi 3-5" Slump; 4-7% Air
8/30/2023 32 13 13 Mix Design Martin Marietta R2141R30 4000 psi 3-5" Slump; 3-6% Air
9/9/2022 32 13 13 Mix Design Martin Marietta R2146035 4000 psi 3-5" Slump; 3-6% Air
9/9/2022 32 13 13 Mix Design SRM Concrete 40050 4000 psi 3-5" Slump; 3-6% Air
9/9/2022 32 13 13 Mix Design SRM Concrete 35022 3600 psi 3-5" Slump; 3-6% Air
9/9/2022 32 13 13 Mix Design Tarrant Concrete FW6020A2 4000 psi 3-5" Slump; 3-6% Air
Class P (Machine Placed Paving)
4/3/2025 32 13 13 Mix Design Big Town Concrete 4511 3600 psi 1-3" Slump; 3-6% Air
4/3/2025 32 13 13 Mix Design Big Town Concrete 4411 3600 psi 1-3" Slump; 3-6% Air
6/30/2025 32 13 13 Mix Design Big Town Concrete 5211 With 20% Fly Ash 4000 psi 1-3" Slump; 3-6% Air
6/30/2025 30 13 13 Mix Design Big Town Concrete 52113 With 30% slag 4000 psi 1-3" Slump; 3-6% Air
6/30/2025 30 13 13 Mix Design Big Town Concrete 5311 4000 psi 1-3' Slump; 3-6% Air
9/9/2022 32 13 13 Mix Design Carder Concrete FWCC552091 3600 psi 1-3" Slump; 3-6% Air
9/9/2022 32 13 13 Mix Design Carder Concrete FWCC602091 4000 psi 1-3" Slump; 3-6% Air
9/9/2022 32 13 13 Mix Design City Concrete Company 36LA2011 3600 psi 1-3" Slump; 3-6% Air
9/9/2022 33 13 13 Mix Design Cow Town Redi Mix 257-M 3600 psi 1-3" Slump; 3-6% Air
11/14/2022 32 13 13 Mix Design Cow Town Redi Mix 357-M 3600 psi 1-3" Slump; 3-6% Air
9/9/2022 32 13 13 Mix Design Cow Town Redi Mix 260-M 4000 psi 1-3" Slump; 3-6% Air
9/9/2022 32 13 13 Mix Design Cow Town Redi Mix 360-M 4000 psi 1-3" Slump; 3-6% Air
2/6/2024 32 13 13 Mix Design Estrada Ready Mix TD3655AEWR 3600 psi 1-3" Slump; 3-6% Air
5/20/2025 32 13 13 Mix Design Gilco Contracting Inc 36MP1643 3600 psi 1-3" Slump; 3-6% Air
6/20/2025 32 13 13 Mix Design Gilco Contracting Inc 36MP1629 3600 psi 1-3" Slump; 3-6% Air
5/12/2025 32 13 13 Mix Design Holcim - SOR, Inc.1703 4000 psi 1-3" Slump; 3-6% Air
8/4/2023 32 13 13 Mix Design Martin Marietta Q2141R27 4000 psi 1-3" Slump; 3-6% Air
11/2/2022 32 13 13 Mix Design Martin Marietta Q2141K30 4000 psi 1-3" Slump; 3-6% Air
...Concrete (Continues)
Page 2 of 6
!!!!!!!! Attention: Mix Designs do not supersede CFW Specifications !!!!!!!!!!
Approval Spec No.Classification Manufacturer Mix ID Mix Description Design Strength @ 28 days Design Rquirements National Spec
CITY OF FORT WORTH TRANSPORTATION/PUBLIC WORKS DEPARTMENT
STANDARD PRODUCTS LIST AS OF 7/31/2025
5/5/2025 32 13 13 Mix Design Martin Marietta Q2141N27 4000 psi 1-3" Slump; 3-6% Air
10/4/2023 32 13 13 Mix Design NBR Ready Mix TX C SF-YY 3600 psi 1-3" Slump; 3-6% Air
10/4/2023 32 13 13 Mix Design NBR Ready Mix TX C SF-NY 3600 psi 1-3" Slump; 3-6% Air
10/24/2024 32 13 13 Mix Design SRM Concrete 40068 4000 psi 1-3" Slump; 3-6% Air
10/24/2024 32 13 13 Mix Design SRM Concrete 40825 4000 psi 1-3" Slump; 3-6% Air
9/16/2024 32 13 13 Mix Design SRM Concrete 40025 4000 psi 1-3" Slump; 3-6% Air
10/18/2024 32 13 13 Mix Design SRM Concrete 35023 3600 psi 1-3" Slump; 3-6% Air
6/5/2025 32 13 13 Mix Design SRM Concrete 40324 4000 psi 1-3" Slump; 3-6% Air
9/9/2022 32 13 13 Mix Design Tarrant Concrete FW5520AMP 3600 psi 1-3" Slump; 3-6% Air
9/9/2022 32 13 13 Mix Design True Grit Redi Mix 0255.2301 3600 psi 1-3" Slump; 3.5-6.5% Air
9/9/2022 32 13 13 Mix Design True Grit Redi Mix 0260.2302 4000 psi 1-3" Slump; 3.5-6.5% Air
6/17/2025 32 13 13 Mix Design True Grit Redi Mix 460.230M 4000 psi 1-3" Slump; 3-6% Air
6/23/2025 32 13 13 Mix Design True Grit Redi Mix 360.230M 4000 psi 1-3" Slump; 3-6% Air
Class H (Hand Placed Paving, Valley Gutter)
9/9/2022 32 13 13 Mix Design American Concrete Company 45CAF076 4500 psi 3-5" Slump; 3-6% Air
5/2/2023 32 13 13 Mix Design Big D Concrete CM14520AE 4500 psi 3-5" Slump; 3-6% Air
4/3/2025 32 13 13 Mix Design Big Town Concrete 6211 4500 psi 3-5" Slump; 3-6% Air
4/3/2025 32 13 13 Mix Design Big Town Concrete 6311 4500 psi 3-5" Slump; 3-6% Air
4/5/2025 32 13 13 Mix Design Big Town Concrete 6017 4500 psi 3-5" Slump; 3-6% Air
7/25/2025 32 13 13 Mix Design Burnco Texas 45U500BG 4500 psi 3-5" Slump; 3-6% Air
9/9/2022 32 13 13 Mix Design Carder Concrete FWCC602021 4500 psi 3-5" Slump; 3-6% Air
4/28/2025 32 13 13 Mix Design Chisholm Trail Redi Mix CTFW6520A 4500 psi 3-5" Slump; 3-6% Air
9/9/2022 32 13 13 Mix Design City Concrete Company 45NA20II 4500 psi 3-5" Slump; 3-6% Air
9/9/2022 32 13 13 Mix Design Cow Town Redi Mix 265 4500 psi 3-5" Slump; 3-6% Air
9/9/2022 32 13 13 Mix Design Cow Town Redi Mix 365 4500 psi 3-5" Slump; 3-6% Air
1/29/2024 32 13 13 Mix Design Estrada Ready Mix R4560AEWR/4500 psi 3-5" Slump; 4-6% Air
9/9/2022 32 13 13 Mix Design GCH Concrete Services GCH4500 4500 psi 3-5" Slump; 3-6% Air
5/20/2025 32 13 13 Mix Design Gilco Contracting Inc 45HP1643 4500 psi 3-5" Slump; 3-6% Air
6/20/2025 32 13 13 Mix Design Gilco Contracting Inc 45HP1629 4500 psi 3-5" Slump; 3-6% Air
10/4/2024 32 13 13 Mix Design Holcim - SOR, Inc.5507 4500 psi 3-5" Slump; 3-6% Air
9/9/2022 32 13 13 Mix Design Holcim - SOR, Inc.1851 4500 psi 3-5" Slump; 3-6% Air
5/8/2025 32 13 13 Mix Design Holcim - SOR, Inc.545WA-T1 4500 psi 3-5" Slump; 3-6% Air
4/5/2025 32 13 13 Mix Design Liquid Stone C451D 4500 psi 3-5" Slump; 3-6% Air
11/2/2022 32 13 13 Mix Design Martin Marietta R2146N35 4500 psi 3-5" Slump; 3-6% Air
8/4/2023 32 13 13 Mix Design Martin Marietta R2146R36 4500 psi 3-5" Slump; 3-6% Air
11/2/2022 32 13 13 Mix Design Martin Marietta R2146N36 4500 psi 3-5" Slump; 3-6% Air
5/22/2023 32 13 13 Mix Design Martin Marietta R2146K37 4500 psi 3-5" Slump; 3-6% Air
12/22/2023 32 13 13 Mix Design Martin Marietta R2146R44 4500 psi 3-5" Slump; 3-6% Air
12/22/2023 32 13 13 Mix Design Martin Marietta R2146K44 4500 psi 3-5" Slump; 3-6% Air
11/15/2022 32 13 13 Mix Design Martin Marietta R2146P36 4500 psi 3-5" Slump; 3-6% Air
11/15/2022 32 13 13 Mix Design Martin Marietta R2146K36 4500 psi 3-5" Slump; 3-6% Air
9/9/2022 32 13 13 Mix Design Martin Marietta R2147241 4500 psi 3-5" Slump; 4.5-7.5% Air
9/9/2022 32 13 13 Mix Design Martin Marietta R2146236 4500 psi 3-5" Slump; 3-6% Air
9/9/2022 32 13 13 Mix Design Martin Marietta R2146036 4500 psi 3-5" Slump; 3-6% Air
9/9/2022 32 13 13 Mix Design Martin Marietta R2146242 4500 psi 3-5" Slump; 3-6% Air
9/9/2022 32 13 13 Mix Design Martin Marietta R2146042 4500 psi 3-5" Slump; 3-6% Air
6/3/2025 32 13 13 Mix Design Martin Marietta R2146K43 4500 psi 3-5" Slump; 3-6% Air
10/4/2023 32 13 13 Mix Design NBR Ready Mix CLS P2-YY 4500 psi 3-5" Slump; 3-6% Air
10/4/2023 32 13 13 Mix Design NBR Ready Mix CLS P2-NY 4500 psi 3-5" Slump; 3-6% Air
7/10/2023 32 13 13 Mix Design Osburn 45A60MR 4500 psi 3-5" Slump; 3-6% Air
1/24/2023 32 13 13 Mix Design Rapid Redi Mix RRM6320AHP 4500 psi 3-5" Slump; 3-6% Air
2/7/2025 32 13 13 Mix Design SRM Concrete 45023 4500 psi 3-5" Slump; 3-6% Air
9/9/2022 32 13 13 Mix Design SRM Concrete 45000 4500 psi 3-5" Slump; 3-6% Air
5/23/2025 32 13 13 Mix Design SRM Concrete 45300 4500 psi 3-5" Slump; 3-6% Air
10/24/2024 32 13 13 Mix Design SRM Concrete 45350 4500 psi 3-5" Slump; 3-6% Air
10/24/2024 32 13 13 Mix Design SRM Concrete 45850 4500 psi 3-5" Slump; 3-6% Air
10/18/2024 32 13 13 Mix Design SRM Concrete 45050 4500 psi 3-5" Slump; 3-6% Air
9/9/2022 32 13 13 Mix Design Tarrant Concrete FW6020AHP 4500 psi 3-5" Slump; 3-6% Air
9/9/2022 32 13 13 Mix Design Tarrant Concrete FW60AHP 4500 psi 3-5" Slump; 3-6% Air
9/9/2022 32 13 13 Mix Design Tarrant Concrete TCFW6020AHP 4500 psi 3-5" Slump; 3-6% Air
9/9/2022 32 13 13 Mix Design Titan Ready Mix TRC4520 4500 psi 3-5" Slump; 3-6% Air
9/9/2022 32 13 13 Mix Design True Grit Redi Mix 0260.2301 4500 psi 3-5" Slump; 3-6% Air
9/9/2022 32 13 13 Mix Design True Grit Redi Mix 0265.2301 4500 psi 3-5" Slump; 3.5-6.5% Air
9/9/2022 32 13 13 Mix Design True Grit Redi Mix 270.230 4500 psi 3-5" Slump; 3-6% Air
6/12/2025 32 13 13 Mix Design True Grit Redi Mix 465.230H 4500 psi 3-5" Slump: 3-6% Air
6/23/2025 32 13 13 Mix Design True Grit Redi Mix 365.230H 4500 psi 3-5" Slump: 3-6% Air
10/9/2024 32 13 13 Mix Design Wildcatter 4520AI 4500 psi 3-5" Slump; 3-6% Air
...Concrete (Continues)
Page 3 of 6
!!!!!!!! Attention: Mix Designs do not supersede CFW Specifications !!!!!!!!!!
Approval Spec No.Classification Manufacturer Mix ID Mix Description Design Strength @ 28 days Design Rquirements National Spec
CITY OF FORT WORTH TRANSPORTATION/PUBLIC WORKS DEPARTMENT
STANDARD PRODUCTS LIST AS OF 7/31/2025
Class HES (High Early Strength Paving)
9/9/2022 32 13 13 Mix Design Big D Concrete 14500AE 4500 psi 3-5" Slump; 3-6% Air
9/9/2022 32 13 13 Mix Design Cow Town Redi Mix 370-1NC 4500 psi 3-5" Slump; 3-6% Air
9/9/2022 32 13 13 Mix Design Cow Town Redi Mix 375-NC 5000 psi 3-5" Slump; 3-6% Air
9/9/2022 32 13 13 Mix Design Cow Town Redi Mix 370-NC 4500 psi 3-5" Slump; 3-6% Air
1/18/2023 32 13 13 Mix Design Cow Town Redi Mix 380-NC 4500 psi 3-5" Slump; 3-6% Air
1/29/2024 32 13 13 Mix Design Estrada Ready Mix 4575AESC 4500 psi / 3000 psi @ 3 days 3-5" Slump; 3-6% Air
9/9/2022 32 13 13 Mix Design Holcim - SOR, Inc.2125 5000 psi 3-5" Slump; 3-6% Air
1/24/2023 32 13 13 Mix Design Liquid Stone C451DHR-A 4500 psi 3-5" Slump; 3-6% Air
4/7/2023 32 13 13 Mix Design Martin Marietta R2161K70 6000 psi / 3000 psi @ 24hr.3-5" Slump; 3-6% Air
2/10/2023 32 13 13 Mix Design SRM Concrete 50310 5000 psi 3-5" Slump; 3-6% Air
2/7/2025 32 13 13 Mix Design SRM Concrete 40326 4500 psi / 3000 psi @ 3 days 3-5" Slump; 3-6% Air
9/9/2022 32 13 13 Mix Design Tarrant Concrete FW6520AMR 4500 psi / 3000 psi @ 3 days 3-5" Slump; 3-6% Air
9/9/2022 32 13 13 Mix Design Tarrant Concrete FW7520AMR 4500 psi / 3000 psi @ 3 days 3-5" Slump; 3-6% Air
Class S (Bridge Slabs, Top Slabs of Direct Traffic Culverts, Approach Slabs)
9/9/2022 32 13 13 Mix Design Cow Town Redi Mix 260 4000 psi 3-5" Slump; 3-6% Air
9/9/2022 32 13 13 Mix Design Cow Town Redi Mix 360 4000 psi 3-5" Slump; 3-6% Air
9/9/2022 32 13 13 Mix Design Cow Town Redi Mix 365-STX 4000 psi 3-5" Slump; 3-6% Air
1/29/2024 32 13 13 Mix Design Estrada Ready Mix R4060AEWR 4000 psi 4-6" Slump; 3-6% Air
5/3/2023 32 13 13 Mix Design Martin Marietta M7842344 4000 psi 3-5" Slump; 4.5-7.5% Air
4/1/2023 32 13 13 Mix Design Martin Marietta R2146P33 4000 psi 3-5" Slump; 3-6% Air
4/15/2024 32 13 13 Mix Design NBR Ready Mix TX S-NY 4000 psi 3-5" Slump; 3-6% Air
4/15/2024 32 13 13 Mix Design NBR Ready Mix TX S-YY 4000 psi 3-5" Slump; 3-6% Air
4/5/2025 32 13 13 Mix Design SRM Concrete 40850 4000 psi 3-5" Slump; 3-6% Air
4/5/2025 32 13 13 Mix Design SRM Concrete 40350 4000 psi 3-5" Slump; 3-6% Air
5/5/2023 32 13 13 Mix Design SRM Concrete D100008553CB 4000 psi 3-5" Slump; 3-6% Air
Concrete Base Trench Repair
4/1/2023 03 34 16 Mix Design Burnco Texas 10YH50BF 1000 psi Flowable; 8.5-11.5% Air
9/9/2022 03 34 16 Mix Design Burnco Texas 08Y450BA 800 psi 5-7" Slump; 3-6% Air
Controlled Low Strength Material (Flowable Fill)
2/7/2025 03 34 13 Mix Design Burnco Texas 01Y690BF 100 psi Flowable; 9.5-11.5% Air
5/19/2025 03 34 13 Mix Design Burnco Texas 01Z180AF 100 psi Flowable; 8.5-11.5% Air
9/9/2022 03 34 13 Mix Design Carder Concrete FWCC359101 50-150 psi 3-5" Slump; 8-12% Air
9/9/2022 03 34 13 Mix Design Carder Concrete FWFF237501 50-150 psi Flowable; 8.5-11.5% Air
9/9/2022 03 34 13 Mix Design City Concrete Company 11-350-FF 50-150 psi Flowable; 8-12% Air
9/9/2022 03 34 13 Mix Design Cow Town Redi Mix Mix# 9 70 psi 7-9" Slump; 8-11% Air
5/12/2025 03 34 13 Mix Design Holcim - SOR, Inc.3741 100 psi Flowable; 12.0-24.0% Air
10/4/2023 03 34 13 Mix Design NBR Ready Mix FTW FLOW FILL 150 psi 7-10" Slump; 8-12% Air
2/7/2025 03 34 13 Mix Design SRM Concrete 910 150 psi Flowable; 8-12% Air
9/9/2022 03 34 13 Mix Design Tarrant Concrete FWFF150CLSM 50-150 psi Flowable; 8-12% Air
Concrete Rip Rap
4/1/2023 31 37 00 Mix Design Martin Marietta R2141030 4000 psi 3-5" Slump; 3-6% Air
4/1/2023 31 37 00 Mix Design Martin Marietta R2146033 4000 psi 3-5" Slump; 3-6% Air
Asphalt Paving
9/9/2022 32 12 16 Mix Design Austin Asphalt FT5B117965 FT5B117965 PG64-22 Type B Fine Base
9/9/2022 32 12 16 Mix Design Austin Asphalt FT1B139965 FT1B139965 PG64-22 Type B Fine Base
9/9/2022 32 12 16 Mix Design Austin Asphalt FT1B117.2 FT1B117.2 PG64-22 Type B Fine Base
5/1/2024 32 12 16 Mix Design Reynolds Asphalt 340-DG-B P 340-DG-B PG64-22 Type B Base Course
9/9/2022 32 12 16 Mix Design Reynolds Asphalt 1112B 1112B PG64-22 Type B Fine Base
9/9/2022 32 12 16 Mix Design Reynolds Asphalt 1612B 1612B PG64-22 Type B Fine Base
4/4/2025 32 12 16 Mix Design Reynolds Asphalt 2315B 2315B PG64-22 Type B Fine Base
12/5/2022 33 12 16 Mix Design Sunmount Paving 3076BV6422 3076BV6422 PG62-22 Type B Fine Base
9/9/2022 32 12 16 Mix Design Sunmount Paving 341-BRAP6422ERG 341-BRAP6422ERG PG64-22 Type B Fine Base
9/9/2022 32 12 16 Mix Design TXBIT 37-211305-20 37-211305-20 PG64-22 Type B Fine Base
9/9/2022 32 12 16 Mix Design TXBIT 44-211305-17 44-211305-17 PG64-22 Type B Fine Base
9/9/2022 32 12 16 Mix Design TXBIT 211305 (1757)211305 (1757) PG64-22 Type B Fine Base
9/9/2022 32 12 16 Mix Design TXBIT 64-224125-18 PG 64-224125-18 PG70-22 Type D Fine Surface
4/1/2024 32 12 16 Mix Design TXBIT 344 MAC-SP-D 70-22XR 344 MAC-SP-D 70-22XR SAC A-R Type D Fine Surface
Detectable Warning Surface
9/9/2022 32 13 20 DWS - Pavers Pine Hall Brick (Winston Salem, NC)Tactile Pavers
9/9/2022 32 13 20 DWS - Pavers Western Brick Co. (Houston, TX)Detectable Warning Pavers
9/9/2022 32 13 20 DWS - Composite Armor Tile
9/9/2022 32 13 20 DWS - Composite ADA Solutions (Wilmington, MA)Heritage Brick CIP Composite Paver
4/7/2023 32 13 20 DWS - Pavers ADA Solutions (Wilmington, MA)Detectable Warning Pavers
...Concrete (Continues)
Page 4 of 6
!!!!!!!! Attention: Mix Designs do not supersede CFW Specifications !!!!!!!!!!
Approval Spec No.Classification Manufacturer Mix ID Mix Description Design Strength @ 28 days Design Rquirements National Spec
CITY OF FORT WORTH TRANSPORTATION/PUBLIC WORKS DEPARTMENT
STANDARD PRODUCTS LIST AS OF 7/31/2025
Silicone Joint Sealant
9/9/2022 32 13 73 Joint Sealant Dow 890SL 890SL - Cold Applied, Single Component, Silicone Joint Sealant ASTM D5893
9/9/2022 32 13 73 Joint Sealant Tremco 900SL 900SL - Cold Applied, Single Component, Silicone Joint Sealant ASTM D5893
9/9/2022 32 13 73 Joint Sealant Pecora 300SL 300SL - Cold Applied, Single Component, Silicone Joint Sealant ASTM D5893
9/9/2022 32 13 73 Joint Sealant Crafco RoadSaver Silicone RoadSaver Silicone - Cold Applied, Single Component, Silicone Joint Sealant ASTM D5893
Utility Trench Embedment Sand
9/9/2022 33 05 10 Embedment Sand Silver Creek Materials Utility Embedment Sand ASTM C33
9/9/2022 33 05 10 Embedment Sand Crouch Materials Utility Embedment Sand ASTM C33
9/9/2022 33 05 10 Embedment Sand F and L Dirt Movers Utility Embedment Sand ASTM C33
9/9/2022 33 05 10 Embedment Sand F and L Dirt Movers Utility Embedment Sand ASTM C33
9/9/2022 33 05 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 33 05 13 Manhole Frames and Covers AccuCast (Govind Steel Company, LTD)MHRC #220605 MHRC #220605 (Size - **24" Dia.)ASTM A48 AASHTO M306
9/28/2018 33 05 13 Manhole Cover Neenah Foundry NF-1274-T91 NF-1274-T91 (Size - 32" Dia.)ASTM A48 AASHTO M306
9/28/2018 33 05 13 Manhole Frames and CoversNeenah Foundry NF-1743-LM (Hinged)NF-1743-LM (Hinged) (Size - 32" Dia.)ASTM A48 AASHTO M306
9/28/2018 33 05 13 Manhole Frame Neenah Foundry NF-1930-30 NF-1930-30 (Size - 32.25" Dia.)ASTM A48 AASHTO M306
9/28/2018 33 05 13 Manhole Frames and CoversNeenah Foundry R-1743-HV R-1743-HV (Size - 32" Dia.)ASTM A48 AASHTO M306
4/3/2019 33 05 13 Manhole Frames and CoversSIP Industries ++2279ST 2279ST (Size - 24" Dia.)ASTM A48 AASHTO M306
4/3/2019 33 05 13 Manhole Frames and CoversSIP Industries ++2280ST 2280ST (Size - 32" Dia.)ASTM A48 AASHTO M306
10/8/2020 33 05 13 Manhole Frames and CoversEJ ( Formally East Jordan Iron Works)EJ1033 Z2/A EJ1033 Z2/A (Size - 32.25" Dia.)ASTM A536 AASHTO M306
3/8/2024 33 05 13 Curb Inlet Covers SIP Industries ++2296T 2296T (Size - ***24" Dia.)ASTM A48 AASHTO M306
6/18/2024 33 05 13 Curb Inlet Covers SIP Industries ++2279STN 2279STN (Size - 24" Dia.)ASTM A48 AASHTO M306
Storm Sewer - Inlet & Structures 33-05-13
10/8/2020 33 49 20 Curb Inlets Fonterra FRT-10x3-405-PRECAST** (Size - 10' X 3')ASTM C913
10/8/2020 33 49 20 Curb Inlets Fonterra FRT-10x3-406-PRECAST** (Size - 10' X 3')ASTM C913
10/8/2020 33 49 20 Curb Inlets Fonterra FRT-10x4.5-407-PRECAST** (Size - 10' X 4.5')ASTM C913
10/8/2020 33 49 20 Curb Inlets Fonterra FRT-10x4.5-420-PRECAST** (Size - 10' X 4.5')ASTM C913
10/8/2020 33 39 20 Manhole Fonterra FRT-4X4-409-PRECAST-TOP (Size - 4' X 4')ASTM C913
10/8/2020 33 39 20 Manhole Fonterra FRT-4X4-409-PRECAST-BASE (Size - 4' X 4')ASTM C913
10/8/2020 33 39 20 Manhole Fonterra FRT-5X5-410-PRECAST-TOP (Size - 5' X 5')ASTM C913
10/8/2020 33 39 20 Manhole Fonterra FRT-5X5-410-PRECAST-BASE (Size - 5' X 5')ASTM C913
10/8/2020 33 39 20 Manhole Fonterra FRT-6X6-411-PRECAST-TOP (Size - 6' X 6')ASTM C913
10/8/2020 33 39 20 Manhole Fonterra FRT-6X6-411-PRECAST-BASE (Size - 6' X 6')ASTM C913
3/19/2021 33 49 20 Curb Inlets Thompson Pipe Group TPG-10X3-405-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 3')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 39 20 Manhole Thompson Pipe Group TPG-4X4-409-PRECAST TOP (Size - 4' X 4')ASTM 615
3/19/2021 33 39 20 Manhole Thompson Pipe Group TPG-4X4-409-PRECAST BASE (Size - 4' X 4')ASTM 615
3/19/2021 33 39 20 Manhole Thompson Pipe Group TPG-4X4-412-PRECAST 4-FT RISER (Size - 4' X 4')ASTM 615
3/19/2021 33 39 20 Manhole Thompson Pipe Group TPG-5X5-410-PRECAST TOP (Size - 5' X 5')ASTM 615
3/19/2021 33 39 20 Manhole Thompson Pipe Group TPG-5X5-410-PRECAST BASE (Size - 5' X 5')ASTM 615
3/19/2021 33 39 20 Manhole Thompson Pipe Group TPG-5X5-412-PRECAST 5-FT RISER (Size - 5' X 5')ASTM 615
3/19/2021 33 39 20 Manhole Thompson Pipe Group TPG-6X6-411-PRECAST TOP (Size - 6' X 6')ASTM 615
3/19/2021 33 39 20 Manhole Thompson Pipe Group TPG-6X6-411-PRECAST BASE (Size - 6' X 6')ASTM 615
3/19/2021 33 39 20 Manhole Thompson Pipe Group TPG-6X6-412-PRECAST 6-FT RISER (Size - 6' X 6')ASTM 615
3/19/2021 33 39 20 Manhole Thompson Pipe Group TPG-7X7-411-PRECAST TOP (Size - 7' X 7')ASTM 615
3/19/2021 33 39 20 Manhole Thompson Pipe Group TPG-7X7-411-PRECAST BASE (Size - 7' X 7')ASTM 615
3/19/2021 33 39 20 Manhole Thompson Pipe Group TPG-7X7-412-PRECAST 4-FT RISER (Size - 7' X 7')ASTM 615
3/19/2021 33 39 20 Manhole Thompson Pipe Group TPG-8X8-411-PRECAST TOP (Size - 8' X 8')ASTM 615
3/19/2021 33 39 20 Manhole Thompson Pipe Group TPG-8X8-411-PRECAST BASE (Size - 8' X 8')ASTM 615
3/19/2021 33 39 20 Manhole Thompson Pipe Group TPG-8X8-412-PRECAST 5-FT RISER (Size - 8' X 8')ASTM 615
3/19/2021 33 49 20 Drop Inlet Thompson Pipe Group TPG-4X4-408-PRECAST INLET (Size - 4' X 4')ASTM 615
3/19/2021 33 49 20 Drop Inlet Thompson Pipe Group TPG-5X5-408-PRECAST INLET (Size - 5' X 5')ASTM 615
3/19/2021 33 49 20 Drop Inlet Thompson Pipe Group TPG-6X6-408-PRECAST INLET (Size - 6' X 6')ASTM 615
8/28/2023 33 49 10 Manhole Oldcastle Precast 4' x 4' Stacked Manhole (Size - 4' X 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 4' x 4' Storm Junction Box (Size - 4' X 4')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 4')ASTM C433
**Note: All new development and new installation manhole lids shall meet the minimum 30-inch opening requirement as specified in City Specification 33 05 13. Any smaller opening sizes will only be allowed for existing manholes that require replacement frames and covers.
Page 5 of 6
!!!!!!!! Attention: Mix Designs do not supersede CFW Specifications !!!!!!!!!!
Approval Spec No.Classification Manufacturer Mix ID Mix Description Design Strength @ 28 days Design Rquirements National Spec
CITY OF FORT WORTH TRANSPORTATION/PUBLIC WORKS DEPARTMENT
STANDARD PRODUCTS LIST AS OF 7/31/2025
8/28/2023 33 39 20 Curb Inlet 10 'x 3' Riser Thompson Pipe Group Inlet Riser (Size - 3 FT)ASTM C913-16
8/28/2023 33 39 20 Curb Inlet 15 'x 3' Riser Thompson Pipe Group Inlet Riser (Size - 3 FT)ASTM C913-16
8/28/2023 33 39 20 Curb Inlet 20' x 3' Riser Thompson Pipe Group Inlet Riser (Size - 3 FT)ASTM C913-16
1/12/2024 33 49 20 Drop Inlet AmeriTex Pipe &Products Drop Inlet (4' X 4')ASTM C913
1/12/2024 33 49 20 Drop Inlet AmeriTex Pipe &Products Drop Inlet (5' X 5')ASTM C913
1/19/2024 33 49 20 Manhole AmeriTex Pipe &Products Precast 4'x4' Storm Junction Box ASTM C913
1/19/2024 33 49 20 Manhole AmeriTex Pipe &Products Precast 5'x5' Storm Junction Box ASTM C913
1/19/2024 33 49 20 Manhole AmeriTex Pipe &Products 5' Precast Transition MH (4' MH on the top of 5' JB)ASTM C913
1/19/2024 33 49 20 Manhole AmeriTex Pipe &Products Precast 6'x6' Storm Junction Box ASTM C913
1/19/2024 33 49 20 Manhole AmeriTex Pipe &Products 6' Precast Transition MH (4' MH on the top of 6' JB)ASTM C913
1/19/2024 33 49 20 Manhole AmeriTex Pipe &Products Precast 8'x8' Storm Junction Box ASTM C913
1/19/2024 33 49 20 Manhole AmeriTex Pipe &Products 8' Precast Transition MH (4' MH on the top of 8' JB)ASTM C913
1/19/2024 33 49 20 Manhole AmeriTex Pipe &Products Type C Storm Drain Manhole on Box (4' MH on the top of RCB)ASTM C913
7/16/2024 33 49 20 Curb Inlets AmeriTex Pipe &Products 10x3 Precast** (Size 10' x 3')ASTM C913
7/16/2024 33 49 20 Curb Inlets AmeriTex Pipe &Products 15x3 Precast** (Size 15' x 3')ASTM C913
Storm Sewer - Pipes & Boxes 33-05-13
4/9/2021 33 41 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 41 10 Storm Drain Pipes Rinker Materials Reinforced Concrete Pipe Tongue and Groove Joint Pipe (Size - 21" or larger)ASTM C76, C655
8/28/2023 33 41 10 Culvert Box Rinker Materials Reinforced Concrete Box Culvert (Sze - Various)ASTM C789, C850
10/12/2023 33 41 10 Storm Drain Pipes AmeriTex Pipe &Products Reinforced Concrete Pipe Tongue and Groove Joint Pipe* (Size - 15" or larger)ASTM C76, C506
10/12/2023 34 41 10 Culvert Box AmeriTex Pipe &Products Reinforced Concrete Box Culvert (size - Various))ASTM C1433,C1577
10/18/2023 35 41 10 Storm Drain Pipes The Turner Co.Reinforced Concrete Pipe Tongue and Groove Joint Pipe* (Size - 15" or larger)ASTM C76, C506
10/18/2023 33 41 10 Culvert Box The Turner Co.Reinforced Concrete Box Culvert (size - Various)ASTM C1433,C1577
4/12/2024 33 41 10 Storm Drain Pipes Thompson Pipe Group Reinforced Concrete Pipe Tongue and Groove Joint Pipe* (Size Various)ASTM C76, C506
6/25/2024 33 41 10 Culvert Box Oldcastle Reinforced Concrete Box Culvert ASTM C1433,C1577
6/25/2024 33 41 10 Storm Drain Pipes Oldcastle Reinforced Concrete Pipe Tongue and Groove Joint Pipe* (Size Various)ASTM C76, C506
….Storm Sewer - Inlet & Structures Continues
(1-29-2025) Removed Argos, Ingram, Redi-Mix, Charley's
(4-3-2025) Bigtown Concrete updated Mix ID's
**Note: Pre-cast inlets are approved for the stage I portion of the structure (basin) only. Stage II portion of the structure are required to be cast in-place. No exceptions to this requirement shall be allowed.
Revision Comments
(4-5-2025) 03 34 13 CLSM specification
Page 6 of 6