HomeMy WebLinkAboutContract 55443-PM1PROJECT MANUAL
FOR
THE CONSTRUCTION OF
WATER, PAVING, DRAINAGE, AND LIGHTING IMPROVEMENTS
TO SERVE
OAK GROVE ROAD
IPRC20-0127
CITY PROJECT NO. 102802
FID 30114-0200431-102802-E07685
FILE NO. W-2796
X-26673
Betsy Price David Cooke
Mayor City Manager
Christopher P. Harder, P.E.
Director, Water Department
William Johnson
Director, Transportation and Public Works Department
Prepared for
The City of Fort Worth
Transportation and Public Works Department
2020
Prepared by:
Texas Registered Engineering Firm F-928
801 Cherry Street, Suite 1300, Unit 11
Fort Worth, TX 76102
817.339.2269
Kimley-Horn No. 061298200
CSC No. 55443-PM1
00 00 00
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Page 1 of 5
CITY OF FORT WORTH Oak Grove Road
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CPN 102802
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 (Addendum 1)03/20/2020
00 21 13 Instructions to Bidders 03/20/2020
00 32 15 Construction Project Schedule 07/20/2018
00 41 00 Bid Form (Addendum 2)04/02/2014
00 42 43 Proposal Form Unit Price (Addendum 2)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 (Addendum 2)01/20/2012
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 04/06/2020
00 52 43 Agreement (Addendum 2)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 03/09/2020
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 16 Construction Progress Schedule 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 (MOD)04/07/2014
01 71 23.01 Attachment A Survey Staking Standards 02/01/2017
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 Oak Grove Road
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CPN 102802
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
Division 31 - Earthwork
31 23 16 Unclassified Excavation 11/19/2020
31 23 23 Borrow 11/19/2020
31 24 00 Embankments 11/19/2020
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
00 00 00
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Page 3 of 5
CITY OF FORT WORTH Oak Grove Road
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CPN 102802
Revised March 20, 2020
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
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
00 00 00
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Page 4 of 5
CITY OF FORT WORTH Oak Grove Road
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CPN 102802
Revised March 20, 2020
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
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
00 00 00
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Page 5 of 5
CITY OF FORT WORTH Oak Grove Road
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CPN 102802
Revised March 20, 2020
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
Technical Specifications listed below are TxDOT Specifications Needed for the
Construction of the TxDOT Bid Items. See TxDOT Website for Specifications
TxDOT Standard Specifications: Adopted by the Texas Department of Transportation November 1, 2014.
Standard specifications are incorporated into the contract by reference.
Found Online at:ftp://ftp.dot.state.tx.us/pub/txdot-info/des/spec-book-1114.pdf
Item 420 Concrete Substructures
Item 450 Railing
Item 502 Barricades, Signs, and Traffic handling
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
ADDENDUM NO. 1 00 11 13
INVITATION TO BIDDERS
Page 1 of 3
CITY OF FORT WORTH Oak Grove Road
STANDARD CONSTRUCTION SPECIFICATION DOCUMENT - DEVELOPER AWARDED PROJECTS CPN 102802
Temporarily Revised April 6, 2020 due to COVID19 Emergency
SECTION 00 11 13
INVITATION TO BIDDERS
DEVELOPER AWARDED CONTRACTS
FOR PUBLICLY BID PROJECTS ONLY
RECEIPT OF BIDS
Sealed bids for the construction of WATER, STORM DRAIN, PAVING, AND STREET LIGHT
IMPROVEMENTS TO SERVE OAK GROVE ROAD FROM ENON AVENUE TO JOEL EAST
ROAD, City Project Number 102802, will be received by the City of Fort Worth Purchasing
Office until 1:30 P.M. CST, Thursday, January 14, 2021 as further described below:
City of Fort Worth
Purchasing Division
200 Texas Street
Fort Worth, Texas 76102
Due to the COVID-19 Emergency declared by the City of Fort Worth and until the emergency
declaration, as amended, is rescinded, bid submissions and bid opening shall be as follows:
Bids will be accepted by:
1.US Mail at the address above, or
2. By courier, FedEx or hand delivery from 8:30-1:30 on Thursdays only, at the South End
Lobby of City Hall located at 200 Texas Street, Fort Worth, Texas 76102. A Purchasing
Division staff person or the Project Manager will be available to accept the bid and
provide a time stamped receipt; or
3. If the bidder desires to submit the bid on a day or time other than the designated
Thursday, the bidder must contact the Purchasing Division during normal working hours
at 817-392-2462 to make an appointment to meet a Purchasing Division employee at the
South End Lobby of City Hall located at 200 Texas Street, Fort Worth, Texas 76102,
where the bid(s) will be received and time/date stamped as above.
Bids will be opened publicly and read aloud at 2:00 P.M. CST on January 14, 2021 in the City
Council Chambers and broadcast through live stream and CFW public television which can be
accessed at http://fortworthtexas.gov/fwtv/. The general public will not be allowed in the City
Council Chambers.
In addition, in lieu of delivering completed MBE forms for the Project to the Purchasing Office,
bidders shall e-mail the completed MBE forms to the City Project Manager no later than 2:00
P.M. on the second City business day after the bid opening date, exclusive of the bid opening
date.
GENERAL DESCRIPTION OF WORK
The major work will consist of the (approximate) following: 10,800 SY asphalt roadway removal,
27,000 SY of 10” concrete pavement, 2,650 LF RCP pipe (18” to 36”), 995 LF RCB (4X3 to
7X4), street lighting, 400 LF 12” waterline, and reroute 130 LF 30” water main.
PAGE 2
ADDENDUM NO. 1 00 11 13
INVITATION TO BIDDERS
Page 2 of 3
CITY OF FORT WORTH Oak Grove Road
STANDARD CONSTRUCTION SPECIFICATION DOCUMENT - DEVELOPER AWARDED PROJECTS CPN 102802
Temporarily Revised April 6, 2020 due to COVID19 Emergency
PREQUALIFICATION
The improvements included in this Project must be performed by a contractor who is pre-
qualified by the City at the time of bid opening. The procedures for qualification and pre-
qualification are outlined in the Section 00 21 13 – INSTRUCTIONS TO BIDDERS.
DOCUMENT EXAMINATION AND PROCUREMENTS
The Bidding and Contract Documents may be examined or obtained on-line by visiting the City’s
electronic document management and collaboration system at:
http://www.fortworthtexas.gov/purchasing/
The Contract Documents may be downloaded, viewed, and printed by interested contractors
and/or suppliers.
Copies of the Bidding and Contract Documents may be purchased from Kimley-Horn and
Associates, Inc., 801 Cherry St, Unit #11, Suite 1300, Fort Worth, TX 76102, 817-335-6511 on
or after December 21, 2020. Call a minimum of 24 hours in advance to schedule pickup:
The cost of Bidding and Contract Documents is:
Set of Bidding and Contract Documents with full size drawings: $150
Set of Bidding and Contract Documents with half size (if available) drawings: $100
PREBID CONFERENCE
A prebid conference may be held as discussed in Section 00 21 13 - INSTRUCTIONS TO
BIDDERS at the following date and time via a web conferencing application:
DATE: Tuesday January 5, 2021
TIME: 1:30 P.M. CST
If a prebid conference will be held online via a web conferencing application, invitations will be
distributed directly to those who have submitted Expressions of Interest in the Project to the City
Project Manager and/or the Design Engineer. The presentation given at the prebid conference
and any questions and answers provided at the prebid conference will be issued as an Addendum
to the call for bids.
If a prebid conference is not being held, prospective bidders can e-mail questions or comments in
accordance with Section 6 of the Instructions to Bidders referenced above to the Project
manager(s) at the e-mail addresses listed below. Emailed questions will suffice as “questions in
writing” and the requirement to formally mail questions is suspended. If necessary,
Addenda will be issued pursuant to the Instructions to Bidders.
DEVELOPER/CITY'S RIGHT TO ACCEPT OR REJECT BIDS
Developer and City reserves the right to waive irregularities and to accept or reject bids.
AWARD
A contract will be awarded to the Bidder presenting the lowest price, qualifications and
competencies considered.
PAGE 3
ADDENDUM NO. 1 00 11 13
INVITATION TO BIDDERS
Page 3 of 3
CITY OF FORT WORTH Oak Grove Road
STANDARD CONSTRUCTION SPECIFICATION DOCUMENT - DEVELOPER AWARDED PROJECTS CPN 102802
Temporarily Revised April 6, 2020 due to COVID19 Emergency
INQUIRIES
All inquiries relative to this procurement should be addressed to the following:
Attn: Cody Brewer, P.E., Kimley-Horn
Email: Cody.Brewer@kimley-horn.com
Phone: 817-339-2269
AND/OR
Attn: Debbie J. Willhelm, P.E., City of Fort Worth
Email: Debbie.Willhelm@fortworthtexas.gov
Phone: 817-392-2481
EXPRESSION OF INTERSEST
To ensure bidders are kept up to date of any new information pertinent to this Project or the
COVID19 emergency declaration, as amended, as it may relate to this Project, bidders are
requested to email Expressions of Interest in this procurement to the City Project Manager and
the Design Engineer. The email should include the bidder’s company name, contact person, that
individuals email address and phone number. All Addenda will be distributed directly to those
who have expressed an interest in the procurement and will also be posted in the City of Fort
Worth’s purchasing website at:
http://www.fortworthtexas.gov/purchasing/
PLAN HOLDERS
To ensure you are kept up to date of any new information pertinent to this Project such as when
an addenda is issued, download the Plan Holder Registration form to your computer, complete
and email it to the City Project Manager or the Design Engineer.
The City Project Manager and design Engineer are responsible to upload the Plans Holder
Registration form to the Plan Holders folder.
ADVERTISEMENT DATES
December 23, 2020
December 30, 2020
END OF SECTION
PAGE 4
00 21 131
INSTRUCTIONS TO BIDDERS
Page 1 of 9
CITY OF FORT WORTH Oak Grove Road
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CPN 102802
Temporarily Revised April 24, 2020 due to COVID19 Emergency
SECTION 00 21 13 INSTRUCTIONS TO BIDDERS
DEVELOPER AWARDED CONTRACTS
FOR PUBLICLY BID PROJECTS ONLY
1. Defined Terms
1.1.Certain additional terms used in these INSTRUCTIONS TO BIDDERS have the
meanings indicated below which are applicable to both the singular and plural thereof.
1.1.1. Bidder: Any person, firm, partnership, company, association, or corporation acting
directly through a duly authorized representative, submitting a bid for performing
the work contemplated under the Contract Documents.
1.1.2.Successful Bidder: The responsible and responsive Bidder to whom
Developer/City (on the basis of City's evaluation as hereinafter provided) makes an
award.
2. Copies of Bidding Documents
2.1.Neither Developer/City nor Engineer shall assume any responsibility for errors or
misinterpretations resulting from the Bidders use of incomplete sets of Bidding
Documents.
2.2.Developer/City and Engineer in making copies of Bidding Documents available do so
only for the purpose of obtaining Bids for the Work and do not authorize or confer a
license or grant for any other use.
3. Prequalification of Bidders (Prime Contractors and Subcontractors)
3.1.All Bidders and their subcontractors are required to be prequalified for the work types
requiring prequalification at the time of bidding. Bids received from contractors who are
not prequalified (even if inadvertently opened) shall not be considered. Prequalification
requirement work types and documentation are available by accessing all required files
through the City’s website at: https://apps.fortworthtexas.gov/ProjectResources/
3.1.1. Paving – Requirements document located at;
Resources/Construction Documents/Contractor Prequalification/TPW Paving
Contractor Prequalification Program
3.1.2. Roadway and Pedestrian Lighting – Requirements document located at;
Resources/Construction Documents/Contractor Prequalification/TPW Roadway and
Pedestrian Lighting Prequalification Program
3.1.3. Water and Sanitary Sewer – Requirements document located at;
02 - Construction Documents/Contractor Prequalification/Water and Sanitary
Sewer Contractor Prequalification Program
00 21 132
INSTRUCTIONS TO BIDDERS
Page 2 of 9
CITY OF FORT WORTH Oak Grove Road
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CPN 102802
Temporarily Revised April 24, 2020 due to COVID19 Emergency
3.2.Each Bidder unless currently prequalified, must be prepared to submit to City within
seven (7) calendar days prior to Bid opening, the documentation identified in Section 00
45 11, BIDDERS PREQUALIFICATIONS.
3.2.1. Submission of and/or questions related to prequalification should be addressed to
the City contact as provided in Paragraph 6.1.
3.2.2. TEMPORARY PROCEDURES DUE TO COVID-19: A Bidder whose
prequalification has expired during the time period where a valid emergency order
is in place (federal, state, local) and for 30 days past the expiration of the
emergency order with the furthest expiration date – by day and month, will not be
automatically disqualified from having the Bidder’s bid opened. A Bidder in this
situation will have its bid opened and read aloud and will be allowed 5 business
days (close of business on the 5th day) to submit a complete prequalification
renewal package. Failure to timely submit, or submittal of an incomplete package,
will render the Bidder’s bid non-responsive. If the prequalification renewal
documents show the Bidder as now not-qualified, the bid will be rendered non-
responsive. A Bidder may not use this exception to seek a prequalification status
greater than that which was in place of the date of expiration. A Bidder who seeks
to increase its prequalification status must follow the traditional submittal/review
process.
3.3.The City reserves the right to require any pre-qualified contractor who is the successful
bidder(s) for a project to submit such additional information as the City, in its sole
discretion may require, including but not limited to manpower and equipment records,
information about key personnel to be assigned to the project, and construction schedule,
to assist the City in evaluating and assessing the ability of the successful bidder(s) to
deliver a quality product and successfully complete projects for the amount bid within
the stipulated time frame. Failure to submit the additional information, if requested,
may be grounds for rejecting the successful bidder as non-responsive.
3.4.In addition to prequalification, additional requirements for qualification may be required
within various sections of the Contract Documents.
4. Examination of Bidding and Contract Documents, Other Related Data, and Site
4.1.Before submitting a Bid, each Bidder shall:
4.1.1. Examine and carefully study the Contract Documents and other related data
identified in the Bidding Documents (including "technical data" referred to in
Paragraph 4.2. below). No information given by Developer/City or any
representative of the Developer/City other than that contained in the Contract
Documents and officially promulgated addenda thereto, shall be binding upon the
Developer/City.
4.1.2. Visit the site to become familiar with and satisfy Bidder as to the general, local and
site conditions that may affect cost, progress, performance or furnishing of the
Work.
00 21 133
INSTRUCTIONS TO BIDDERS
Page 3 of 9
CITY OF FORT WORTH Oak Grove Road
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CPN 102802
Temporarily Revised April 24, 2020 due to COVID19 Emergency
4.1.3. Consider federal, state and local Laws and Regulations that may affect cost,
progress, performance or furnishing of the Work.
4.1.4. Study all: (i) reports of explorations and tests of subsurface conditions at or
contiguous to the Site and all drawings of physical conditions relating to existing
surface or subsurface structures at the Site (except Underground Facilities) that
have been identified in the Contract Documents as containing reliable "technical
data" and (ii) reports and drawings of Hazardous Environmental Conditions, if any,
at the Site that have been identified in the Contract Documents as containing
reliable "technical data."
4.1.5. Be advised that the Contract Documents on file with the City shall constitute all of
the information which the City will furnish. All additional information and data
which the City will supply after promulgation of the formal Contract Documents
shall be issued in the form of written addenda and shall become part of the Contract
Documents just as though such addenda were actually written into the original
Contract Documents. No information given by the City other than that contained in
the Contract Documents and officially promulgated addenda thereto, shall be
binding upon the City.
4.1.6. Perform independent research, investigations, tests, borings, and such other means
as may be necessary to gain a complete knowledge of the conditions which will be
encountered during the construction of the project. Bidder must fill all holes and
clean up and restore the site to its former conditions upon completion of such
explorations, investigations, tests and studies.
4.1.7. Determine the difficulties of the Work and all attending circumstances affecting the
cost of doing the Work, time required for its completion, and obtain all information
required to make a proposal. Bidders shall rely exclusively and solely upon their
own estimates, investigation, research, tests, explorations, and other data which are
necessary for full and complete information upon which the proposal is to be based.
It is understood that the submission of a proposal is prima-facie evidence that the
Bidder has made the investigation, examinations and tests herein required. Claims
for additional compensation due to variations between conditions actually
encountered in construction and as indicated in the Contract Documents will not be
allowed.
4.1.8.Promptly notify Developer of all conflicts, errors, ambiguities or discrepancies in or
between the Contract Documents and such other related documents. The Contractor
shall not take advantage of any gross error or omission in the Contract Documents,
and the Developer shall be permitted to make such corrections or interpretations as
may be deemed necessary for fulfillment of the intent of the Contract Documents.
4.2. Reference is made to Section 00 73 00 – Supplementary Conditions for identification of:
4.2.1.those reports of explorations and tests of subsurface conditions at or contiguous to
the site which have been utilized by Developer in preparation of the Contract
Documents. The logs of Soil Borings, if any, on the plans are for general
information only. Neither the Developer nor the Engineer guarantee that the data
shown is representative of conditions which actually exist.
00 21 134
INSTRUCTIONS TO BIDDERS
Page 4 of 9
CITY OF FORT WORTH Oak Grove Road
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CPN 102802
Temporarily Revised April 24, 2020 due to COVID19 Emergency
4.2.2. those drawings of physical conditions in or relating to existing surface and
subsurface structures (except Underground Facilities) which are at or contiguous to
the site that have been utilized by Developer in preparation of the Contract
Documents.
4.2.3. copies of such reports and drawings will be made available by City to any Bidder
on request. Bidder is responsible for any interpretation or conclusion drawn from
any "technical data" or any other data, interpretations, opinions or information.
4.3.The submission of a Bid will constitute an incontrovertible representation by Bidder (i)
that Bidder has complied with every requirement of this Paragraph 4, (ii) that without
exception the Bid is premised upon performing and furnishing the Work required by the
Contract Documents and applying the specific means, methods, techniques, sequences or
procedures of construction (if any) that may be shown or indicated or expressly required
by the Contract Documents, (iii) that Bidder has given Developer written notice of all
conflicts, errors, ambiguities and discrepancies in the Contract Documents and the
written resolutions thereof by Developer are acceptable to Bidder, and when said
conflicts, etc., have not been resolved through the interpretations by Developer as
described in Paragraph 6., and (iv) that the Contract Documents are generally sufficient
to indicate and convey understanding of all terms and conditions for performing and
furnishing the Work.
4.4.The provisions of this Paragraph 4, inclusive, do not apply to Asbestos, Polychlorinated
biphenyls (PCBs), Petroleum, Hazardous Waste or Radioactive Material, unless
specifically identified in the Contract Documents.
5. Availability of Lands for Work, Etc.
5.1.The lands upon which the Work is to be performed, rights-of-way and easements for
access thereto and other lands designated for use by Contractor in performing the Work
are identified in the Contract Documents. All additional lands and access thereto
required for temporary construction facilities, construction equipment or storage of
materials and equipment to be incorporated in the Work are to be obtained and paid for
by Contractor. Easements for permanent structures or permanent changes in existing
facilities are to be obtained and paid for by Developer.
6. Interpretations and Addenda
6.1.All questions about the meaning or intent of the Bidding Documents are to be directed to
Developer’s/City’s representative. Interpretations or clarifications considered necessary
by Developer in response to such questions will be issued by Addenda delivered to all
parties recorded by Developer as having received the Bidding Documents. Only
questions answered by formal written Addenda will be binding Oral and other
interpretations or clarifications will be without legal effect
Address questions to:
Attn: Cody Brewer, P.E., Kimley-Horn
Email: Cody.Brewer@kimley-horn.com
Phone: 817-339-2269
00 21 135
INSTRUCTIONS TO BIDDERS
Page 5 of 9
CITY OF FORT WORTH Oak Grove Road
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CPN 102802
Temporarily Revised April 24, 2020 due to COVID19 Emergency
AND/OR
Attn: Debbie J. Willhelm, P.E., City of Fort Worth
Email: Debbie.Willhelm@fortworthtexas.gov
Phone: 817-392-2481
6.2.Addenda may also be issued to modify the Bidding Documents as deemed advisable by
Developer/City.
6.3.Addenda or clarifications may be posted via the City’s document management and
collaboration system site at
https://www.fortworthtexas.gov/departments/finance/purchasing/bids/manual-
bids/devserv/2020/102802
6.4.A prebid conference may be held at the time and place indicated in the Advertisement or
INVITATION TO BIDDERS. Representatives of Developer will be present to discuss
the Project. Bidders are encouraged to attend and participate in the conference.
Developer’s representative will transmit to all prospective Bidders of record such
Addenda as Developer considers necessary in response to questions arising at the
conference. Oral statements may not be relied upon and will not be binding or legally
effective.
7. Contract Times
The number of days within which, or the dates by which, Milestones are to be achieved in
accordance with the General Requirements and the Work is to be completed and ready for
Final Acceptance is set forth in the Agreement or incorporated therein by reference to the
attached Bid Form.
8. Liquidated Damages
Provisions for liquidated damages are set forth in the Agreement.
9. Substitute and "Or-Equal" Items
The Contract, if awarded, will be on the basis of materials and equipment described in the
Bidding Documents without consideration of possible substitute or "or-equal" items.
Whenever it is indicated or specified in the Bidding Documents that a "substitute" or "or-
equal" item of material or equipment may be furnished or used by Contractor if acceptable to
City, application for such acceptance will not be considered by City until after the Effective
Date of the Agreement. The procedure for submission of any such application by Contractor
and consideration by City is set forth in Section 01 25 00 of the General Requirements.
10. Bid Form
10.1. All blanks on the Bid Form must be completed by printing in ink and the Bid Form
signed in ink. Erasures or alterations shall be initialed in ink by the person signing
the Bid Form. A Bid price shall be indicated for each Bid item, alternative, and unit
price item listed therein. In the case of optional alternatives, the words "No Bid,"
"No Change," or "Not Applicable" may be entered legibly, in ink or type, for which
the Bidder proposes to do the work contemplated or furnish materials required.
00 21 136
INSTRUCTIONS TO BIDDERS
Page 6 of 9
CITY OF FORT WORTH Oak Grove Road
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CPN 102802
Temporarily Revised April 24, 2020 due to COVID19 Emergency
10.2. Bids by corporations shall be executed in the corporate name by the president or a
vice-president or other corporate officer accompanied by evidence of authority to
sign. The corporate seal shall be affixed. The corporate name, address and state of
incorporation shall be shown below the signature.
10.3. Bids by partnerships shall be executed in the partnership name and signed by a
partner, whose title must appear under the signature accompanied by evidence of
authority to sign. The official name and address of the partnership shall be shown
below the signature.
10.4. Bids by limited liability companies shall be executed in the name of the firm by a
member and accompanied by evidence of authority to sign. The name and state of
formation of the firm and the official address of the firm shall be shown.
10.5. Bids by individuals shall show the Bidder's name and official address.
10.6. Bids by joint ventures shall be executed by each joint venturer in the manner
indicated on the Bid Form. The official address of the joint venture shall be shown.
10.7. All names shall be typed or printed in ink below the signature.
10.8. The Bid shall contain an acknowledgement of receipt of all Addenda, the numbers of
which shall be filled in on the Bid Form.
10.9. Postal and e-mail addresses and telephone number for communications regarding the
Bid shall be shown.
10.10. Evidence of authority to conduct business as a Nonresident Bidder in the state of
Texas shall be provided in accordance with Section 00 43 37 – Vendor Compliance
to State Law Non Resident Bidder.
11. Submission of Bids
11.1. Bids shall be submitted on the prescribed Bid Form and proposal form, provided with
the Bidding Documents, at the time and place indicated in the Advertisement or
INVITATION TO BIDDERS, addressed to City of Fort Worth Project Manager, and
shall be enclosed in an opaque sealed envelope, marked with the City Project
Number, Project title, the name and address of Bidder, and accompanied by the Bid
security, if required, and other required documents.
12. Modification and Withdrawal of Bids
12.1. Bids cannot be withdrawn prior to the time set for bid opening. A request for
withdrawal must be made in writing by an appropriate document duly executed in the
manner that a Bid must be executed and delivered to the place where Bids are to be
submitted at any time prior to the opening of Bids. After all Bids not requested for
withdrawal are opened and publicly read aloud, the Bids for which a withdrawal
request has been properly filed may, at the option of the Developer/City, be returned
unopened.
00 21 137
INSTRUCTIONS TO BIDDERS
Page 7 of 9
CITY OF FORT WORTH Oak Grove Road
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CPN 102802
Temporarily Revised April 24, 2020 due to COVID19 Emergency
13.2 Bidders may modify their Bid by electronic communication at any time prior to the
time set for the closing of Bid receipt.
13. Opening of Bids
13.1. Bids will be opened and read aloud publicly at the place where Bids are to be
submitted. An abstract of the amounts of the base Bids and major alternates (if any)
will be made available to Bidders after the opening of Bids.
14. Bids to Remain Subject to Acceptance
14.1. All Bids will remain subject to acceptance for the time period specified for Notice of
Award and execution and delivery of a complete Agreement by Successful Bidder.
Developer/City may, at their sole discretion, release any Bid and nullify the Bid
security, if required, prior to that date.
15. Evaluation of Bids and Award of Contract
15.1. Developer/City reserves the right to reject any or all Bids, including without
limitation the rights to reject any or all nonconforming, nonresponsive, unbalanced or
conditional Bids and to reject the Bid of any Bidder if Developer/City believes that it
would not be in the best interest of the Project to make an award to that Bidder,
whether because the Bid is not responsive or the Bidder is unqualified or of doubtful
financial ability or fails to meet any other pertinent standard or criteria established by
City. Developer/City also reserves the right to waive informalities not involving
price, contract time or changes in the Work with the Successful Bidder.
Discrepancies between the multiplication of units of Work and unit prices will be
resolved in favor of the unit prices. Discrepancies between the indicated sum of any
column of figures and the correct sum thereof will be resolved in favor of the correct
sum.
15.1.1. Any or all bids will be rejected if Developer/City has reason to believe that
collusion exists among the Bidders, Bidder is an interested party to any litigation
against Developer/City, Developer/City or Bidder may have a claim against the
other or be engaged in litigation, Bidder is in arrears on any existing contract or
has defaulted on a previous contract, Bidder has performed a prior contract in an
unsatisfactory manner, or Bidder has uncompleted work which in the judgment
of the Developer/City will prevent or hinder the prompt completion of additional
work if awarded.
15.2. Developer/City may consider the qualifications and experience of Subcontractors,
Suppliers, and other persons and organizations proposed for those portions of the
Work as to which the identity of Subcontractors, Suppliers, and other persons and
organizations must be submitted as provided in the Contract Documents or upon the
request of the Developer/City. Developer/City also may consider the operating costs,
maintenance requirements, performance data and guarantees of major items of
materials and equipment proposed for incorporation in the Work when such data is
required to be submitted prior to the Notice of Award.
00 21 138
INSTRUCTIONS TO BIDDERS
Page 8 of 9
CITY OF FORT WORTH Oak Grove Road
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CPN 102802
Temporarily Revised April 24, 2020 due to COVID19 Emergency
15.3. Developer/City may conduct such investigations as Developer/City deems necessary
to assist in the evaluation of any Bid and to establish the responsibility,
qualifications, and financial ability of Bidders, proposed Subcontractors, Suppliers
and other persons and organizations to perform and furnish the Work in accordance
with the Contract Documents to Developer’s/City's satisfaction within the prescribed
time.
15.4. If the Contract is to be awarded, it will be awarded to lowest responsible and
responsive Bidder whose evaluation by Developer/City indicates that the award will
be in the best interests of the Developer/City.
15.5. Failure or refusal to comply with the requirements may result in rejection of Bid.
00 21 139
INSTRUCTIONS TO BIDDERS
Page 9 of 9
CITY OF FORT WORTH Oak Grove Road
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CPN 102802
Temporarily Revised April 24, 2020 due to COVID19 Emergency
16. Signing of Agreement
16.1. When Developer issues a Notice of Award to the Successful Bidder, it will be
accompanied by the required number of unsigned counterparts of the Agreement.
The Contractor shall sign and deliver the required number of counterparts of the
Agreement to Developer’s representative with the required Bonds, Certificates of
Insurance, and all other required documentation.
END OF SECTION
00 45 11 - 1
BIDDERS PREQUALIFICATIONS
Page 1 of 3
CITY OF FORT WORTH Oak Grove Road
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 102802
Revised April 2, 2014
SECTION 00 45 11
BIDDERS PREQUALIFICATIONS
1. Summary. All contractors are required to be prequalified by the City prior to submitting
bids. To be eligible to bid the contractor must submit Section 00 45 12, Prequalification
Statement for the work type(s) listed with their Bid. Any contractor or subcontractor who is
not prequalified for the work type(s) listed must submit Section 00 45 13, Bidder
Prequalification Application in accordance with the requirements below.
The prequalification process will establish a bid limit based on a technical evaluation and
financial analysis of the contractor. The information must be submitted seven (7) days prior
to the date of the opening of bids. For example, a contractor wishing to submit bids on
projects to be opened on the 7th of April must file the information by the 31st day of March
in order to bid on these projects. In order to expedite and facilitate the approval of a Bidder’s
Prequalification Application, the following must accompany the submission.
a. A complete set of audited or reviewed financial statements.
(1) Classified Balance Sheet
(2) Income Statement
(3) Statement of Cash Flows
(4) Statement of Retained Earnings
(5) Notes to the Financial Statements, if any
b. A certified copy of the firm’s organizational documents (Corporate Charter, Articles
of Incorporation, Articles of Organization, Certificate of Formation, LLC
Regulations, Certificate of Limited Partnership Agreement).
c. A completed Bidder Prequalification Application.
(1) The firm’s Texas Taxpayer Identification Number as issued by the
Texas Comptroller of Public Accounts. To obtain a Texas Taxpayer
Identification number visit the Texas Comptroller of Public Accounts
online at the following web address www.window.state.tx.us/taxpermit/
and fill out the application to apply for your Texas tax ID.
(2) The firm’s e-mail address and fax number.
(3) The firm’s DUNS number as issued by Dun & Bradstreet. This number
is used by the City for required reporting on Federal Aid projects. The
DUNS number may be obtained at www.dnb.com.
d. Resumes reflecting the construction experience of the principles of the firm for firms
submitting their initial prequalification. These resumes should include the size and
scope of the work performed.
e. Other information as requested by the City.
2. Prequalification Requirements
a.Financial Statements. Financial statement submission must be provided in
accordance with the following:
(1) The City requires that the original Financial Statement or a certified
copy be submitted for consideration.
(2) To be satisfactory, the financial statements must be audited or reviewed
by an independent, certified public accounting firm registered and in
00 45 11 - 2
BIDDERS PREQUALIFICATIONS
Page 2 of 3
CITY OF FORT WORTH Oak Grove Road
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 102802
Revised April 2, 2014
good standing in any state. Current Texas statues also require that
accounting firms performing audits or reviews on business entities
within the State of Texas be properly licensed or registered with the
Texas State Board of Public Accountancy.
(3) The accounting firm should state in the audit report or review whether
the contractor is an individual, corporation, or limited liability company.
(4) Financial Statements must be presented in U.S. dollars at the current rate
of exchange of the Balance Sheet date.
(5) The City will not recognize any certified public accountant as
independent who is not, in fact, independent.
(6) The accountant’s opinion on the financial statements of the contracting
company should state that the audit or review has been conducted in
accordance with auditing standards generally accepted in the United
States of America. This must be stated in the accounting firm’s opinion.
It should: (1) express an unqualified opinion, or (2) express a qualified
opinion on the statements taken as a whole.
(7) The City reserves the right to require a new statement at any time.
(8) The financial statement must be prepared as of the last day of any
month, not more than one year old and must be on file with the City 16
months thereafter, in accordance with Paragraph 1.
(9) The City will determine a contractor’s bidding capacity for the purposes
of awarding contracts. Bidding capacity is determined by multiplying
the positive net working capital (working capital = current assets –
current liabilities) by a factor of 10. Only those statements reflecting a
positive net working capital position will be considered satisfactory for
prequalification purposes.
(10) In the case that a bidding date falls within the time a new financial
statement is being prepared, the previous statement shall be updated with
proper verification.
b.Bidder Prequalification Application. A Bidder Prequalification Application must be
submitted along with audited or reviewed financial statements by firms wishing to be
eligible to bid on all classes of construction and maintenance projects. Incomplete
Applications will be rejected.
(1) In those schedules where there is nothing to report, the notation of
“None” or “N/A” should be inserted.
(2) A minimum of five (5) references of related work must be provided.
(3) Submission of an equipment schedule which indicates equipment under
the control of the Contractor and which is related to the type of work for
which the Contactor is seeking prequalification. The schedule must
include the manufacturer, model and general common description of
each piece of equipment. Abbreviations or means of describing
equipment other than provided above will not be accepted.
3. Eligibility to Bid
a. The City shall be the sole judge as to a contractor’s prequalification.
00 45 11 - 3
BIDDERS PREQUALIFICATIONS
Page 3 of 3
CITY OF FORT WORTH Oak Grove Road
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 102802
Revised April 2, 2014
b. The City may reject, suspend, or modify any prequalification for failure by the
contractor to demonstrate acceptable financial ability or performance.
c. The City will issue a letter as to the status of the prequalification approval.
d. If a contractor has a valid prequalification letter, the contractor will be eligible to bid
the prequalified work types until the expiration date stated in the letter.
END OF SECTION
00 41 Ofl
�AP 81� FORM FOR PUBLICLY BI[� PROJECTS ONLY
Page 1 of 3
SECTION OD 41 00 BID
P€af�ficly BicE De�efoper Awarded Projects - BID FORM
Af�D�Nf�UM N�. 2
TO: Carter Park �ast Land, L.LC
1717 McKinney Avenus, Suite 18Q�
Daflas, iX 75202
FOR: Water, Paving, Drainage, and Street Lighting im�ro�ements to serve
Oak Gro�e Road befween Joe! East Raad to Enon Avenue
Cify Project No.: 102802
Ur�itslSections: IJNIT I: WATER IMPROVEMENTS
[JNIT III: CIRAINAGE IMPROVEMENTS
UN[T ]V: PAVING lMPROVEMENTS
UNIT V: S�"R���' �.IGHTING iMPROVEMENTS
9. Enter Into Agreement
The undersigned Bicider proposes and agrees, if fhis Sid is accepted, to en#er into an Agreemen# with C�e�eloper in fhe
form included in #he Bidding �oc�ments Eo pe�form and furnish a]E Work as specified or indicated in the Confract
C7ocumenEs #or #he Bid Price and wiihin the Cantract Time indicafed in ihis Bid ancf in accordance with tf�e other ferms
and conditions of the Contract �ocuments.
2. BIDDER Acknowledgements and Certification
2.1. In submitting this Bid, Bidder accepfs all of the terms and conditions of the INV{TATION TQ 81UaERS and
IN5TRUCTfONS TO BfbD�RS, incl€�ciing wi#houi limitation fhose dealing with the disposition of Bid Bond.
2.2. Bidder is aware nf all casts io provide the required insurance, will da so pending co€�Eract award, and wil]
pra�ide a �alid insurance certificate m�eting all requirements in the consfruction cor�tract.
2.3. Bidder certifies that this Bid is genuine and not made in Ehe interest of or on behalf of any undisclosed
indi��dua{ or entity and is no# subrr�itted in conformiiy wifh any collusi�e agreement or rul�s of any group,
association, organization, ar corporation.
2.4. Bidder �as not directly or indirectly induced or solici#ed any ofher Bidder to s€�bmi# a false ar sham Bid.
2.5. Sidder has nnt solicifed or induced any individua[ or entify to refrain from 6idding.
2.6. Bidder has not engaged in corrupE, fraudulent, co[lusive, ar coercive practices in competing #or Ehe Contract.
For the purposes of this Paragraph:
a. "corrupt practice" means th� affering, giving, recei�ing, or soliciting of any thing of value likefy to
inf�uence the actinn af a public official in the bidding process.
b. "fraudulent practice" means an intentional misrepresentatian of faets made {a) to inf6u�nce the
bidding process to ihe detriment of Developer {b) Eo establish Bid prices at artificial non-
campefiti�e le�els, or (c) #a deprive De�eloper af the benefi#s of free ar�d open competifion.
c. "collusive practice" means a scherr�e or arrangement between two or more Bidders, wi#h or without
tf�e knowledge of Uevelaper, a purpose of which is #o establish Bid prices at artificiaf, non-
competitive le�els.
CITY OF FORT WORTH
STANpAR� GONSTRUCTION BI6 �ORM - C3EVELOP�R AWAf2D�D PRbJECTS
Form F2evised Aprii 2, 2014 4D 41 0� BiD FORM DAP
�0 41 �a
DAF' Bld FQRM FOR PUBLICLY BID PROJECTS ONLY
Page 2 of 3
d. "coercive pracfice" means harming or threatening to harm, directly or ind�rectly, persons or their
praperty to influence their parficipafion in the bidding process or affecf ihe execufion of the
Contract.
3. Prequalificatian
The Bidder acknowledges that the foilowing work types must be performed anly by prequalified contractors and
subconfractors:
a. Water Transmission, l7e�elopment, 42-inch and smaller
b. Concrete Pa�ing Canstr€�ction, Reconstr�ction (15,000 SY & Greater)
c. Roadway and Pedestrian Lighting
4. Time of Completion
4.1 As a milestone, the work for Water Lines A and B wilf be Substantially Complete, which is defined
under Articfe 3.2 of the Agreement, by clase of business or� Apri� 23, 2021. This date of
Substantial Completion shall be memoria]ized by written notice given to the Cantractor by the City.
4.2 Bidder agrees to com�lefe WORK for FINAL ACCEPTANCE within ��Q working days
afEer the date when the Contract Time commences to run as provided in the General Conditions.
4.3 Bidder accepfs the provisions af the Agreement as to liquidated damages in the event of faifure to complete
the Work {and/ar achie�emer�i of Milestones} wifhin the times specified in the Agreement.
5. Attached to this Bid
The following documenfs are attached to and made a part of this Bid:
a. This Bid Farm, Section DO 41 00
b. Propasal Forrn, Section 00 A2 �43
c. MBE �orms
d. Prequalification Statement, Section 00 45 12
e. Any additional documenEs that may be required by Section 12 of the Instructions to Bidders
f. Bidder pre-c�ualification application (Optional)
6. Total Bid Amount
6.1. Bidder will complete the Work in accordance with the Contract bocurnents for fhe following bid amaunt. In tha
space provided belaw, please enter ii�e total bid amount for fhis projeci. Only this figure will be read publicly
by fhe City at fhe bid opening.
6.2. It is undersfood and agreed by the Bidder in signing this propasal that the total bid amount entered below is
subject to �erificatian andlor modificatian by m�Iiiplying the unit bid prices far each pay item by the respective
estimafed quanfities shown in this praposal and then totaling alf of the extended a�nounts.
ci� oF FORT woRTH
STAN�AR� CONSTRUCTION B9� FORM - �EVELOPER AWARIJ�Q PROJECTS
Form €ievised April 2, 2D14 OD 41 00 BIQ FORM DAP
00 41 00
�AP BIO FORM FOR PUBLICLY BID PROJECTS ONLY
Page 3 of 3
6.3 TOiAL BID
7. Bid Submittal
This Bid is submiitec! on
�5�Ip�_�59•v� --�'vD:O(�- �
1/14/2021 by the entify named below.
Respecffull submitted,
By:
(Signat
Greg McVey
(Printed Name}
Title: Sr. Vice President
Company: Texas Starling Construction Co.
Address: 1441 Airport F'reeway
Suite 350
�uless, TX 76Q40
State of Incorporatian: Delaware
Email: greg.mcvey@strlco,corn
Phone: (210) 340-2�33
END OF SECTION
C1T1/ OF' �ORT WORTH
STAN�AR� CONSTRUC710N BID FdRhA - QEVELOPER AWARDE� PROJ�CTS
Form Revised April 2, 2Q14
Receipt is acknowledged of lhe Initia[
fo[lowing Addenda:
Addendum No. 1:
Addendum No. 2:
Addendurn i�o. 3:
Addendum No. 4:
``,y�1111f1���/'
.'��\�G' C OI�ST'�' :
Corporate Seal: `� (V��' p�p �R��: � � =
r � � �E�L� a�_,
;��. 2ao� =��
' ��• .Q�
� � ,
s �r•'..�.•'.'!, `.
�`'�.,�FLAW Ap`�;�`��`
r�il1111ti�ti
00 A1 00 BID FORM QAP
00 42 43
DAP PROPOSAL FORM
Page 1 oi 5
s�czioN oa az �s
Developer Awarded Projecls - PROPOSAL FORM
Aooer��ur� r�o. z
CITY OF �ORT WORTH
STANbAR€� CONSTRUCTION SPECIFiCATION iaOCUMENTS -€�EVELOPER AWARRED PROJECTS
Fo[m Ve�sion May 22, 2019
UNIT PRICE BID Bidder's Application
Prpject IEem [nfonnatior�
BidlisE Ha�n pescciption
No.
UNIi III: C1itA
1 0171.0101 Construction 5iaking
2 0171.D102 As-Built Suroey
3 D241.3106 30" 5torm Abandonment Piug
4 0241.3t08 3S" Storm Abandonment Piug
5 3137.6iU4 Medium Stone Ri ra , d
6 3301.oa12 Post CCTV Ins ection of Siorm orain
7 33D5,0909 Trench Sate
8 3305.t�07 42" Casing By Qther T�an d en Cui
9 334t.0103 18" RCP, Cfass Ill
16 33Ai.0201 21" RCF', C{ass [Ik
11 3341.tl205 24" RCP, Cfass tll
12 3341.03U2 30" RCP, C[ass tl!
13 334�.03D9 36" RCP, Class ill
14 3341.11�2 4x3 Box Cu[vert
15 3341.12D2 5x9 Box Cutvert
16 3341.1402 7x4 8ox Cutvert
17 33b9.D001 4' Storm Junction Box
1 S 3349.D003 6' Stor�i Junctian Box
19 3349.0104 A` Siacked Manhole
20 3345.1000 Headwal[, Box Culvert
21 3348.11o5 30" Flered Headwall, 2 i es
22 3349.5001 t0' Curb Inlet
23 3348.fi001 i0' Recessed Inlet
24 3349.6002 15' Recessed Inlet
25 3349.8003 20' Recessed fnlet
28 3349.8001 90' Ty e 2 lnlet
27 3349.8002 15' iy e 2 Infet
28 3349.8fl03 20' 7y e 2 In[et
29 9999.0004 8x3 Box Cu[vert
30 A20 6029 C� C CONC {CAP)
0o a2 a3
�APPROPOSALFORM
Page 2 of 5
Bidders P:oposa{
Specificafion U��it oP ��� ���t Price Bid Valuc
Seciion No. Measicre QuanFity
JIPROVEMENTS
71 23 LS 1 $20,aoa.oa $ 20,40�.0�
7123 LS 1 $1,OOD.00 $ 1,OOO.DO
4114 EA 1 $410.D0 $ 410.4U
4114 EA 1 $440.D0 $ 440.00
37 00 5Y 271 �61.D0 $ 16,53i.00
01 3t �F 4,855 $ [.D8 $ 5,146.30
0510 L� 4,780 $1.n0 $ 9,730.00
U5 22 I.F BU $960.00 $ 57,BOO.UU
At 10 LF 9S $32.00 $ A,5D8.OU
4i i0 LF 8 $118.00 $ S44.OD
43 t0 LF 1,4D8 $94.D0 $ 132,352.OD
47 €0 LF 2�9 $12D.00 $ 25,OSO.OD
4190 LF 876 $153.U0 $ 149,328.00
�}110 LF 483 $260.OU $ 925,58U.00
41 10 LF 922 $3AOA0 $ 143,480.U0
A1 10 LF 90 $63DA0 $ 5S,70U.U0
491D EA A $7,40D.00 $ 29,600.Of1
491U EA 1 $12,700.00 $ I2,700.00
4910 �A 6 $3,�00.00 $ 18,000.00
4g 4p CY 1 $10,200.00 $ 90,200.00
49 40 �.4 1 $3,700.00 $ 3,700.00
4S 2Q EA 1 $7,500.Ot1 $ 7,500.00
qg 20 Ep, Q $7,800.OU $ 15,6U0.00
49 20 �A 1 $9,800.00 $ 9,800.00
,9920 EA 1 $12,100.00 $ �2,100.00
� 99 20 EA 4 $10,700.00 $ 42,800.00
� 49 20 EA 1 $14,000.00 $ 14,0OO.OU
� 49 20 EA 4 $17,4(3#].00 $ 17,400.00
� 4t 10 LF 1,210 $500.00 $ &05,000,00
;DOT 420 CY 1 $2,200,OD $ 2,200.00
C1TY OF FORT WORTH
STANDAR� CONSTRiJCTIOiJ SPECIFICAT3ON DOCUMENTS - DEVEE�OPER AWARR�CI PFtOJ�CiS
Form Version May 22, 2019
DO 42 43
DAP PRpPOSAL F6Rt�!
Paga 3 af 5
Yrpject Ltei3i Informatiois Bidders Proposal
Bidisst Itam SpecitiCation UE�it of Bid
E]escription llnit Price Bid Va1ue
No. Sectioo No. Meassire Qua�itity
UN171V: PAVING IkVIPROVEIVIENTS
1 0171.�101 Construction SlaKing 01 71 23 LS 1 $46,800.00 $ 46,800.00
2 0171.01U2 A5-SWIlSurvey 01 79 23 LS 1 $1,400,00 $ 1,OOfl.00
3 0241.0100 Remove Sidewalk 02 41 93 SF 99 $5.30 $ 524.70
4 0241.0409 Remave Concreie Drive U2 41 13 SF 7824 $1.34 $ 10,484.16
5 02A1.0500 Remove �ence 4241 13 l.F 4t17 $3.00 $ 4,117AD
6 0241A809 Remove Ri Ra 42 A1 13 SF 372 $5,80 $ 2,157.60
7 0241.0550 Remove Guardrail 02 41 13 LF 87 $9.92 $ &G3.04
8 0241.4401 Remove HeadwalllSEi 42 41 14 EA 3 $840.00 $ 9,92U.00
9 0241.1100 iiemo�e As halt Pvmt 02 41 13 5Y 107fi1 �1.77 $ i9,046.97
10 U241.1300 Remove Conc Curb&Guiter 02 41 15 LF 20 $21.50 $ 430,00
17 0241.3018 Remove 33" Storm Line 02 41 1A LF 180 $11.35 $ 1,816.Q0
t2 3110.0101 Sife Clearing 31 10 00 LS 1 $8,000.00 $ 9,OOO.DO
�43 3110.0102 8"-12" Tfee Removal 31 10 00 EA 3 $9,000.00 $ 3,000.00
94 3123.0101 Unclassified Excavation b Plan 31 23 16 CY 8200 $12.50 $ 902,500.00
15 3124.0101 Embankment by Plan 34 24 00 CY 8200 $6.15 $ 5D,930.00
16 3123.0103 Borrow b P[an 3[ 23 23 CY 5000 $15.35 $ 76,750.00
17 3125.01D1 SWPPF' ? t acre 31 2500 LS 1 $29,700.D0 $ 29,7p0,00
18 3241.U114 4" Flexible base, e A, GR-1 32 i 1 23 SY 464 $12.00 $ 5,566AD
19 32t 1.05D2 S" Lime 7reatment 54 i.BSIS 32 71 29 SY 33� 99 $4.50 $ 149,395.5Q
2D 3211.0400 H draled i.ime 32 91 29 TN 896 $170.Q0 $ 152,32U.00
21 3292.03D2 2" As halE Pvmt Ty e D 32 12 16 5Y 95 $35.18 $ 3,437.10
22 3212.0505 8" As half Base Type B 32 12 1fi SY 95 $93.11 $ 8,845.95
23 9213.0105 10" Conc Pvmt (4,000 PSI 32 13 13 SY 27221 $70.00 $ 1,305,470.00
24 3213.0403 8" Concrete Glriveway 32 13 20 SF 25788 $7.00 $ 180,516.00
25 3213.Q301 4" Conc Sidewalk 32 13 20 SF 685fi6 $474 $ 325,002.&4
26 3212.U311 4" Conc 5idewa[k, Adjacent to Cu€b 32 13 20 SF 6071 $7.10 $ 43,1 U4.10
27 3213.6506 Barrier Free Ram , Ty e P-1 32 13 20 EA 2 $2,2D0.00 $ 4,460.00
28 3217.0901 4" SLD Pvmt Marking NA5 3217 23 �F 665 $0.89 $ 581.85
29 3217.0002 4" SLD Pvmt Marking HAS 32 17 23 LF 10433 $U.$9 $ 8,285.37
30 3217.0201 8" 5L� Pvmt Marking HAS (W� 32 17 23 l.F 1144 $2.00 $ 2,288.00
31 3217.0202 8" SLd Pvmt Marking HAS 32 17 23 LF 48 $2.DU $ 96.00
32 3217.0004 4" 8RK Pvmt Markin HAS (ln 32 t7 23 l.F 2A40 $1.2fl $ 2,328.00
33 3217.0003 9" BftK Pvmt Mar€cin HAS 32 17 23 LF 2390 $'[.20 $ 2,866.U0
34 3217.05U1 24" SLD Pvmt Markin HRE 33 17 23 LF 22 $15.00 $ 330.00
35 3217.2102 R�FL Raised Marker TY 1-C 32 t7 23 EA 272 $4.00 $ �[,D88.06
36 32t7.21D3 REFL Raised MarkeriY I]-A-A 32 97 23 EA 246 $A.00 $ 984.OD
37 3217.430t Remove 4" Pvmt Marking 32 17 23 LF 6356 $0.65 $ 4,i31.4D
38 3217.4303 Remove 8" Pvmf Marking 32 17 23 LF 1225 $1.75 $ 2,t43.75
39 3277.43D7 Remove Raised Marker 32 17 23 EA 16D $1.00 $ t8D.00
4D 3291.0100 To SRi[ 32 91 18 CY 2221 $B.50 $ 18,878.50
41 3282.0100 BlockSod Placement 32 92 13 SY 13329 $4.UU $ 53,31fi.00
42 3441.41 t0 Remove and Reinstall Sign Panel and Post 34 a1 30 EA 2 $575.0� $ 1,950.00
93 3441.A003 Fumishllnstatl Alum Si n Ground Mount Ci Std. 34 41 30 EA 5 $685A0 $ 3,425.U0
44 3471.0001 Traffic Control 34 71 13 MO 12 $SSDAU $ t 1,76D.[30
q5 3471 A002 Portabfe Messa e Si n 34 71 13 WK 50 $128A0 $ S,40D.t1(1
46 3471.0003 Tfaff€C Conirol Deiails 35 71 13 EA 2 $500.00 $ 1,BOO.Oa
47 8999.OD01 Remove Gravel Drive 02 41 13 5F 6592 $0.73 $ 4,812.18
48 4506052RA11.4HANDRAIL)(TYF) TxDOTA50 LF 179 $118.00 $ 21,122.D0
CITY OF FORT WORTH
STANDARD CONSTRL/CTION SPECIFICA7iON £�OCUMENTS - DEVELOPER AWARt7Eb PROJECTS
Form Version May 22, 2619
00 42 43
�AP PROPp5Al. FRi2M
Page 4 of 5
CITY 0� �OfiT WORTH
STANDARD G03JS7RUCTION SPECIFICATIQN DOCUN�ENiS - �EV@LOPER AWAR�E� PROJ�CTS
Form Versfoa May 22, 2019
00 42 43
OAPPROPOSALFORM
Pege 5 af 5
Project item Infonnation Bidders Proposal
Bidl€st [tei3i Specsfication LI37tl6F Bid
Description Unit Price Bid Value
No. Sec[ioi: No. Measure Quantity
fJN1T V:
nuE aummary
IMPROVEMEN7S
EIMPROVEM�NTS
IMPROVEMENTS
ITWG IMPROV�MENTS
ToEal
1.489.00
CITY OF FORT WQf27H
STANOARD CONS7Rl1CTION SPECIF4CATI013 DOCUMENTS - D�VELOPER AWARDED PROJ�CTS
Form Varsian May 22, 2019
DO 45 12
BID FORM
page 1 of 1
SECTION QO �4S 12
PREQLiALIFICATION STATEMENT
Each Bidder for a City procurement is required to complete ihe information below by identifying the prequalified
contractors andlor subcontractors whom they ir�tend to utilize for the major work type(s) iisted.
Major Work Type ContractorlSubcontractor Company Name Prequalification
Expiration Date
WaterTransmission, e.,TC•�S �-r�e'�u, �oe�57�u�-�i"o�, (�, y03� ��2�
Development, 42-inch and J
smaller
Concrete Paving Construction, � K,�S ��, l� ������ �� , �Z �� ���Z�
Reconstruction (15,000 SY & �
Greater)
Roadway and Pedestrian C� J' v'�� �� �y �o,.�.�/-�.�.���� ���� �j ��jIZO-LZ,
Lighting
0
The undersigned hereby c�r#ifi�s that the contractors artdlor subcontractors described in the table abo�e are
currently prequa�ified for the woric types listed.
BIDDER:
7exas Steriing Consfrucfion Co.
1441 Air�ort Freeway, Suite 350
Euless, TX, 7604Q
By: Greg McVey
' (Signature}
Title: Sr. Vice President
Date: 919 412021
�I�D O�' S�C710N
CITY DF FORT WORTH
STANQARb CONSTRUC710iJ SPEGIFICATlON DOCUMENTS
Form Revised 20120120 00 41 00_00 42 43_00 45 12_Bid Propasat Workhook_Addendum 2.x15
SECTION 00 45 13
BIDDER PREQUALIFICATION APPLICATION
Date of Balance Sheet ,
Mark only one:
Individual
Limited Partnership
General Partnership
Corporation
Limited Liability Company
Post Office Box City State Zip Code
Street Address (required) City State Zip Code
( ) ( )
Telephone Fax Email
Texas Taxpayer Identification No.
Federal Employers Identification No.
DUNS No. (if applicable)
MAIL THIS QUESTIONAIRE ALONG WITH FINANCIAL STATEMENTS TO:
CITY OF FORT WORTH TEXAS
200 TEXAS STREET
FORT WORTH, TEXAS 76102-6311
AND MARK THE ENVELOPE: “BIDDER PREQUALIFICATION APPLICATION”
Name under which you wish to qualify
00 45 13
BIDDER PREQUALIFICATION APPLICATION
Page 2 of 8
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number]
Revised March 9, 2020
BUSINESS CLASSIFICATION
The following should be completed in order that we may properly classify your firm:
(Check the block(s) which are applicable – Block 3 is to be left blank if Block 1 and/or Block 2 is
checked)
Has fewer than 100 employees
and/or
Has less than $6,000,000.00 in annual gross receipts
OR
Does not meet the criteria for being designated a small business as provided in Section
2006.001 of the Texas Government Code.
The classification of your firm as a small or large business is not a factor in determining eligibility to
become prequalified.
MAJOR WORK CATEGORIES
Water Department
Augur Boring - 24-inch diameter casing and less
Augur Boring - Greater than 24-inch diameter casing and greater
Tunneling – 36-Inches – 60 –inches, and 350 LF or less
Tunneling - 36-Inches – 60 –inches, and greater than 350 LF
Tunneling – 66” and greater, 350 LF and greater
Tunneling – 66” and greater, 350 LF or Less
Cathodic Protection
Water Distribution, Development, 8-inch diameter and smaller
Water Distribution, Urban and Renewal, 8-inch diameter and smaller
Water Distribution, Development, 12-inch diameter and smaller
Water Distribution, Urban and Renewal, 12-inch diameter and smaller
Water Transmission, Development, 24-inches and smaller
Water Transmission, Urban/Renewal, 24-inches and smaller
Water Transmission, Development, 42-inches and smaller
Water Transmission, Urban/Renewal, 42-inches and smaller
Water Transmission, Development, All Sizes
Water Transmission, Urban/Renewal, All Sizes
Sewer Bypass Pumping, 18-inches and smaller
Sewer Bypass Pumping, 18-inches – 36-inches
Sewer Bypass Pumping 42-inches and larger
CCTV, 8-inches and smaller
CCTV, 12-inches and smaller
CCTV, 18-inches and smaller
CCTV, 24-inches and smaller
CCTV, 42-inches and smaller
CCTV, 48-inches and smaller
Oak Grove Road
CPN 102802
00 45 13
BIDDER PREQUALIFICATION APPLICATION
Page 3 of 8
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number]
Revised March 9, 2020
MAJOR WORK CATEGORIES, CONTINUED
Sewer CIPP, 12-inches and smaller
Sewer CIPP, 24-inches and smaller
Sewer CIPP, 42-inches and smaller
Sewer CIPP, All Sizes
Sewer Collection System, Development, 8-inches and smaller
Sewer Collection System, Urban/Renewal, 8-inches and smaller
Sewer Collection System, Development, 12-inches and smaller
Sewer Collection System, Urban/Renewal, 12-inches and smaller
Sewer Interceptors, Development, 24-inches and smaller
Sewer Interceptors, Urban/Renewal, 24-inches and smaller
Sewer Interceptors, Development, 42-inches and smaller
Sewer Interceptors, Urban/Renewal, 42-inches and smaller
Sewer Interceptors, Development, 48-inches and smaller
Sewer Interceptors, Urban/Renewal, 48-inches and smaller
Sewer Pipe Enlargement 12-inches and smaller
Sewer Pipe Enlargement 24-inches and smaller
Sewer Pipe Enlargement, All Sizes
Sewer Cleaning , 24-inches and smaller
Sewer Cleaning , 42-inches and smaller
Sewer Cleaning , All Sizes
Sewer Cleaning, 8-inches and smaller
Sewer Cleaning, 12-inches and smaller
Sewer Siphons 12-inches or less
Sewer Siphons 24-inches or less
Sewer Siphons 42-inches or less
Sewer Siphons All Sizes
Transportation Public Works
Asphalt Paving Construction/Reconstruction (LESS THAN 15,000 square yards)
Asphalt Paving Construction/Reconstruction (15,000 square yards and GREATER)
Asphalt Paving Heavy Maintenance (UNDER $1,000,000)
Asphalt Paving Heavy Maintenance ($1,000,000 and OVER)
Concrete Paving Construction/Reconstruction (LESS THAN 15,000 square yards)
Concrete Paving Construction/Reconstruction (15,000 square yards and GREATER)
Roadway and Pedestrian Lighting
Oak Grove Road
CPN 102802
00 45 13
BIDDER PREQUALIFICATION APPLICATION
Page 4 of 8
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number]
Revised March 9, 2020
1. List equipment you do not own but which is available by renting
DESCRIPTION OF EQUIPMENT NAME AND DETAILED ADDRESS OF OWNER
2. How many years has your organization been in business as a general contractor under your present
name?
List previous business names:
3. How many years of experience in construction work has your organization
had:
(a) As a General Contractor: (b) As a Sub-Contractor:
4. *What projects has your organization completed in Texas and elsewhere?
CONTRACT
AMOUNT
CLASS
OF
WORK
DATE
COMPLETED
LOCATION
CITY-COUNTY-
STATE
NAME AND DETAILED
ADDRESS OF OFFICIAL TO
WHOM YOU REFER
*If requalifying only show work performed since last statement.
5. Have you ever failed to complete any work awarded to you?
If so, where and why?
6. Has any officer or owner of your organization ever been an officer of another organization that failed to
complete a contract?
If so, state the name of the individual, other organization and reason.
7. Has any officer or owner of your organization ever failed to complete a contract executed in his/her
name?
If so, state the name of the individual, name of owner and reason.
Oak Grove Road
CPN 102802
00 45 13
BIDDER PREQUALIFICATION APPLICATION
Page 5 of 8
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number]
Revised March 9, 2020
8. In what other lines of business are you financially interested?
9. Have you ever performed any work for the City?
If so, when and to whom do you refer?
10. State names and detailed addresses of all producers from whom you have purchased principal
materials during the last three years.
NAME OF FIRM OR COMPANY DETAILED ADDRESS
11. Give the names of any affiliates or relatives currently debarred by the City. Indicate your relationship
to this person or firm.
12. What is the construction experience of the principal individuals in your organization?
NAME
PRESENT
POSITION OR
OFFICE
YEARS OF
EXPERIENCE
MAGNITUDE
AND TYPE OF
WORK
IN WHAT
CAPACITY
13. If any owner, officer, director, or stockholder of your firm is an employee of the City, or shares the
same household with a City employee, please list the name of the City employee and the relationship. In
addition, list any City employee who is the spouse, child, or parent of an owner, officer, stockholder, or
director who does not live in the same household but who receives care and assistance from that person as
a direct result of a documented medical condition. This includes foster children or those related by
adoption or marriage.
Oak Grove Road
CPN 102802
00 45 13
BIDDER PREQUALIFICATION APPLICATION
Page 6 of 8
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number]
Revised March 9, 2020
CORPORATION BLOCK PARTNERSHIP BLOCK
If a corporation: If a partnership:
Date of Incorporation State of Organization
Charter/File No. Date of organization
President Is partnership general, limited, or registered limited
liability partnership?
Vice Presidents
File No. (if Limited
Partnership)
General Partners/Officers
Secretary Limited Partners (if applicable)
Treasurer
LIMITED LIABILITY COMPANY BLOCK
If a corporation:
State of Incorporation
Date of organization
File No. Individuals authorized to sign for Partnership
Officers or Managers (with titles, if any)
Except for limited partners, the individuals listed in the blocks above are presumed to have full
signature authority for your firm unless otherwise advised. Should you wish to grant signature
authority for additional individuals, please attach a certified copy of the corporate resolution,
corporate minutes, partnership agreement, power of attorney or other legal documentation which
grants this authority.
Oak Grove Road
CPN 102802
00 45 13
BIDDER PREQUALIFICATION APPLICATION
Page 7 of 8
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number]
Revised March 9, 2020
14. Equipment $_______________
TOTAL
ITEM QUANTITY ITEM DESCRIPTION
BALANCE SHEET
VALUE
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
Various-
TOTAL
Similar types of equipment may be lumped together. If your firm has more than 30 types of equipment,
you may show these 30 types and show the remainder as "various". The City, by allowing you to show
only 30 types of equipment, reserves the right to request a complete, detailed list of all your equipment.
The equipment list is a representation of equipment under the control of the firm and which is related to
the type of work for which the firm is seeking qualification. In the description include, the manufacturer,
model, and general common description of each.
Oak Grove Road
CPN 102802
00 45 13
BIDDER PREQUALIFICATION APPLICATION
Page 8 of 8
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number]
Revised March 9, 2020
BIDDER PREQUALIFICATION AFFIDAVIT
STATE OF
COUNTY OF
The undersigned hereby declares that the foregoing is a true statement of the financial condition of the
entity herein first named, as of the date herein first given; that this statement is for the express purpose of
inducing the party to whom it is submitted to award the submitter a contract; and that the accountant who
prepared the balance sheet accompanying this report as well as any depository, vendor or any other
agency herein named is hereby authorized to supply each party with any information, while this statement
is in force, necessary to verify said statement.
_______________________________________________, being duly sworn, deposes and says that
he/she is the __________________________________ of ___________________________, the entity
described in and which executed the foregoing statement that he/she is familiar with the books of the said
entity showing its financial condition; that the foregoing financial statement taken from the books of the
said entity as of the date thereof and that the answers to the questions of the foregoing Bidder
Prequalification Application are correct and true as of the date of this affidavit.
Firm Name:
Signature:
Sworn to before me this
day of ,
Notary Public
Notary Public must not be an officer, director, or stockholder or relative thereof.
Oak Grove Road
CPN 102802
00 45 26 - 1
CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW
Page 1 of 1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
JI
32
33
34
35
36
37
38
���
SECTION 00 45 26
CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW
Pursuant to Texas Labor Code Section 406.096(a), as amended, Contractor certifies that it
provides worker�'s compensation insurance coverage for all of its employees employed on City
Project No. 102802. Contractor further certifies that, pursuant to Texas Labor Code, Section
406.096(b), as amended, it will provide to City its subcontractor's certiiicates of compliance with
worker's compensation coverage.
CONTRACTOR:
Texas Sterlin� Construction Co.
Company
1441 Airport Freeway, Suite 350
Address
Euless, Texas 76040
City/State/Zip
THE STATE OF TEXAS
COUNTY OF TARRANT
�
�
By: Greg McVey
(Please Print)
Signature: �'� ��
Title: Sr. Vice President
(Please Print)
BEFORE ME, the undersigned authority, on this day personally appeared
Greg McVey , known to me to be the person whose name is
subscribed to the foregoing instrument, and acknowledged to me that he/she executed the same as
the act and deed of for the purposes and
consideration therein expressed and in the capacity therein stated.
GIVEN UNDER MY HAND AND SEAL OF OFFICE this `� day of
G�31a-l�t.�2 `f , 20 �.1
1..�
ot ry Public in and for the State of Texas
_ ..u�...�.., - - - - - - s_
END OF SECTION
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised April 2, 2014
� """'� JANIE DURAN t
,`' =�'�µ-r� � Notary Public, State o� •
;:°s�.?��Q� Comm. Expires 12•.:'. � :<<�
- v,••..,•���.
:;.r�Ft.�` Notary ID 1240r�';=;.:�
,.,,� ����
Oak Grove Road
CPN ]02802
LANGUAGE FOR COMMUNITY FACILITY AGREEMENTS (CFAS) APPLICABLE TO EXISTING
CFA’S NEGOTIATED PRIOR TO JANUARY 1, 2021:
The Minority Business Enterprise (MBE) goal on this CFA for the City-funded portion is:
10%.
MBE/SBE PARTICIPATION
If the total dollar value of the City-funded portion of a contract is $50,000.01 or more, then a
minority business enterprise (MBE) or small business enterprise (SBE) subcontracting goal is
applicable.
STATEMENT
It is the desire of the City of Fort Worth to ensure the full and equitable participation by MBEs or
SBEs in the procurement of all goods and services.
Offerors are strongly encouraged to comply with the intent of the City's Business Diversity
Enterprise Ordinance.
MBE or SBEs listed toward meeting the project goal must be located in the six (6) county
marketplace at the time of bid or the business has a Significant Business Presence in the
Marketplace. Marketplace is the geographic area of Tarrant, Dallas, Denton, Johnson, Parker, and
Wise counties.
Prime contractors must identify by tier level of all subcontractors/suppliers. Tier: means the level
of subcontracting below the prime contractor/consultant i.e. a direct payment from the prime
contractor to a subcontractor is considered 1st tier, a payment by a subcontractor to its supplier is
considered 2nd tier. The prime contractor is responsible to provide proof of payment of all tiered
subcontractors identified as an MBE or SBE and counting those dollars towards meeting the
contract goal.
ALL MBEs or SBEs MUST BE CERTIFIED BEFORE CONTRACT AWARD.
Certification means those firms, located within the Marketplace, that have been determined to be
a bonafide minority business enterprises or small business enterprises by the North Central Texas
Regional Certification Agency (NCTRCA) and the Dallas/Fort Worth Minority Supplier
Development Council (D/FW MSDC).
Contractor should contact the City’s Business Equity Division at
DVIN_BEOffice@fortworthtexas.gov or call (817) 392-2674 to assist with information on
tracking and reporting MBE/SBE participation, and to obtain a certified MBE or SBE listing.
Temporarily Revised April 6, 2020 due to COVID19 Emergency
City of Fort Worth
Minority Business Enterprise Specifications
SPECIAL INSTRUCTIONS FOR OFFERORS
APPLICATION OF POLICY
If the total dollar value of the contract is $50,000.01 or more, then a MBE subcontracting goal is applicable.
POLICY STATEMENT
It is the policy of the City of Fort Worth to ensure the full and equitable participation by Minority Business Enterprises
(MBE) in the procurement of all goods and services. All requirements and regulations stated in the City’s current
Business Diversity Enterprise Ordinance applies to this bid.
MBE PROJECT GOALS
The City's MBE goal on this project is __________% of the base bid value of the contract.
Note: If both MBE and SBE subcontracting goals are established for this project, then an Offeror must submit both a
MBE Utilization Form and a SBE Utilization Form to be deemed responsive.
COMPLIANCE TO BID SPECIFICATIONS
On City contracts $50,000.01 or more where a MBE subcontracting goal is applied, Offerors are required to comply
with the intent of the City's Business Diversity Enterprise Ordinance by one of the following:
1.Meet or exceed the above stated MBE goal through MBE subcontracting participation, or
2.Meet or exceed the above stated MBE goal through MBE Joint Venture participation, or;
3.Good Faith Effort documentation, or;
4. Prime Waiver documentation.
SUBMITTAL OF REQUIRED DOCUMENTATION
The applicable documents must be received by the by the assigned City of Fort Worth Project Manager or
Department Designee, within the following times allocated, in order for the entire bid to be considered responsive to
the specifications. The Offeror shall EMAIL the MBE documentation to the assigned City of Fort Worth
Project Manager or Department Designee. A faxed copy will not be accepted.
1.Subcontractor Utilization Form, if goal is
met or exceeded:
received no later than 2:00 p.m., on the second City business day
after the bid opening date, exclusive of the bid opening date.
2.Good Faith Effort and Subcontractor
Utilization Form, if participation is less than
stated goal:
received no later than 2:00 p.m., on the second City business day
after the bid opening date, exclusive of the bid opening date.
3.Good Faith Effort and Subcontractor
Utilization Form, if no MBE participation:
received no later than 2:00 p.m., on the second City business day
after the bid opening date, exclusive of the bid opening date.
4.Prime Contractor Waiver Form, if you will
perform all subcontracting/supplier work:
received no later than 2:00 p.m., on the second City business day
after the bid opening date, exclusive of the bid opening date.
5.Joint Venture Form, if goal is met or
exceeded:
received no later than 2:00 p.m., on the second City business day
after the bid opening date, exclusive of the bid opening date.
FAILURE TO COMPLY WITH THE CITY’S BUSINESS DIVERSITY ENTERPRISE ORDINANCE, WILL RESULT IN
THE BID BEING CONSIDERED NON-RESPONSIVE TO SPECIFICATIONS.
FAILURE TO SUBMIT THE REQUIRED MBE DOCUMENTATION WILL RESULT IN THE BID BEING CONSIDERED
NON-RESPONSIVE. A SECOND FAILURE WILL RESULT IN THE OFFEROR BEING DISQUALIFIED FOR A
PERIOD OF ONE YEAR. THREE FAILURES IN A FIVE YEAR PERIOD WILL RESULT IN A DISQUALIFICATION
PERIOD OF THREE YEARS.
Any questions, please contact the Office of Business Diversity at (817) 392-2674.
Office of Business Diversity
Email: mwbeoffice@fortworthtexas.gov
Phone: (817) 392-2674
TEMPORARY REVISION 4/6/2020 (COVID-19)
00 52 43 - 1
Developer Awarded Project Agreement
Page 1 of 5
CITY OF FORT WORTH Oak Grove Road
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CPN 102802
Revised June 16, 2016
SECTION 00 52 431
AGREEMENT2
ADDENDUM NO. 23
THIS AGREEMENT,authorized on ______________is made by and between the Developer,4
Carter Park East Land, LLC, authorized to do business in Texas (“Developer”) , and5
______________________________________________________________, authorized to do6
business in Texas, acting by and through its duly authorized representative, (“Contractor”).7
Developer and Contractor, in consideration of the mutual covenants hereinafter set forth, agree as8
follows:9
Article 1. WORK10
Contractor shall complete all Work as specified or indicated in the Contract Documents for the11
Project identified herein.12
Article 2. PROJECT13
The project for which the Work under the Contract Documents may be the whole or only a part is14
generally described as follows:15
WATER, STORM DRAIN, PAVING, AND STREET LIGHT IMPROVEMENTS TO SERVE OAK16
GROVE ROAD.17
CPN 10280218
Article 3. CONTRACT TIME19
3.1 Time is of the essence.20
All time limits for Milestones and Final Acceptance as stated in the Contract Documents21
are of the essence to this Contract.22
3.2 Milestone Water Lines A and B.23
The Work associated with Proposed Water Lines A and B will be Substantially Complete,24
which shall be defined as being complete such that Proposed Water Lines A and B can25
function as it was intended pursuant to the Contract Documents, to the reasonable26
satisfaction of the City, by the close of business on April 23, 2021. The date of Substantial27
Completion shall be memorialized by written notice given by the City to the Contractor.28
3.3 Final Acceptance.29
The Work will be complete for Final Acceptance within 170 working days after the date30
when the Contract Time commences to run as provided in Paragraph 12.04 of the Standard31
City Conditions of the Construction Contract for Developer Awarded Projects.32
Texas Sterling Construction Co.
January 14, 2021
00 52 43 - 2
Developer Awarded Project Agreement
Page 2 of 5
CITY OF FORT WORTH Oak Grove Road
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CPN 102802
Revised June 16, 2016
3.4 Liquidated damages33
A.Contractor recognizes that time is of the essence to achieve Milestones, Substantial34
Completion, and Final Acceptance of the Work, and City and Developer will suffer35
financial and other losses if the Work is not completed within the times specified in36
Paragraphs 3.2 & 3.3 above, plus any extension thereof allowed in accordance with37
Article 10 of the Standard City Conditions of the Construction Contract for Developer38
Awarded Projects. The Contractor also recognizes the delays, expense and difficulties39
involved in proving, in a legal or arbitration proceeding, the actual loss suffered by the40
City and Developer if the Work related to the Milestones or Final Acceptance is not41
completed on time. Accordingly, instead of requiring any such proof, Contractor agrees42
that as liquidated damages for delay (but not as a penalty), Contractor shall pay43
Developer One Thousand Two Hundred Fifty Dollars and Zero Cents, ($1,250.00) for44
each working day that expires after the time specified in Paragraph 3.3 for Final45
Acceptance until the City issues the Final Letter of Acceptance.46
Article 4. CONTRACT PRICE47
Developer agrees to pay Contractor for performance of the Work in accordance with the Contract48
Documents an amount in current funds of __________________________________Dollars49
($___________________).50
Article 5. CONTRACT DOCUMENTS51
5.1 CONTENTS:52
A.The Contract Documents which comprise the entire agreement between Developer and53
Contractor concerning the Work consist of the following:54
1.This Agreement.55
2.Attachments to this Agreement:56
a.Bid Form (As provided by Developer)57
1)Proposal Form (DAP Version)58
2)Prequalification Statement59
3)State and Federal documents (project specific)60
b.Insurance ACORD Form(s)61
c.Payment Bond (DAP Version)62
d.Performance Bond (DAP Version)63
e.Maintenance Bond (DAP Version)64
f.Power of Attorney for the Bonds65
g.Worker’s Compensation Affidavit66
h.MBE and/or SBE Commitment Form (If required)67
3.Standard City General Conditions of the Construction Contract for Developer68
Awarded Projects.69
4.Supplementary Conditions.70
5.Specifications specifically made a part of the Contract Documents by attachment71
or, if not attached, as incorporated by reference and described in the Table of72
Contents of the Project’s Contract Documents.73
6.Drawings.74
7.Addenda.75
8.Documentation submitted by Contractor prior to Notice of Award.76
5,605,459.04 Five Million Six Hundred Five Thousand Four Hundred Fifty-NineDollars and Four Cents
00 52 43 - 3
Developer Awarded Project Agreement
Page 3 of 5
CITY OF FORT WORTH Oak Grove Road
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CPN 102802
Revised June 16, 2016
9.The following which may be delivered or issued after the Effective Date of the77
Agreement and, if issued, become an incorporated part of the Contract Documents:78
a.Notice to Proceed.79
b.Field Orders.80
c.Change Orders.81
d.Letter of Final Acceptance.82
83
84
00 52 43 - 4
Developer Awarded Project Agreement
Page 4 of 5
CITY OF FORT WORTH Oak Grove Road
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CPN 102802
Revised June 16, 2016
Article 6. INDEMNIFICATION85
1.2 Contractor covenants and agrees to indemnify, hold harmless and defend, at its own86
expense, the city, its officers, servants and employees, from and against any and all87
claims arising out of, or alleged to arise out of, the work and services to be performed88
by the contractor, its officers, agents, employees, subcontractors, licenses or invitees89
under this contract. This indemnification provision is specifically intended to operate90
and be effective even if it is alleged or proven that all or some of the damages being91
sought were caused, in whole or in part, by any act, omission or negligence of the city.92
This indemnity provision is intended to include, without limitation, indemnity for93
costs, expenses and legal fees incurred by the city in defending against such claims and94
causes of actions.95
96
6.2 Contractor covenants and agrees to indemnify and hold harmless, at its own expense,97
the city, its officers, servants and employees, from and against any and all loss, damage98
or destruction of property of the city, arising out of, or alleged to arise out of, the work99
and services to be performed by the contractor, its officers, agents, employees,100
subcontractors, licensees or invitees under this contract. This indemnification101
provision is specifically intended to operate and be effective even if it is alleged or102
proven that all or some of the damages being sought were caused, in whole or in part,103
by any act, omission or negligence of the city.104
105
Article 7. MISCELLANEOUS106
7.1 Terms.107
Terms used in this Agreement are defined in Article 1 of the Standard City Conditions of108
the Construction Contract for Developer Awarded Projects.109
7.2 Assignment of Contract.110
This Agreement, including all of the Contract Documents may not be assigned by the111
Contractor without the advanced express written consent of the Developer.112
7.3 Successors and Assigns.113
Developer and Contractor each binds itself, its partners, successors, assigns and legal114
representatives to the other party hereto, in respect to all covenants, agreements and115
obligations contained in the Contract Documents.116
7.4 Severability.117
Any provision or part of the Contract Documents held to be unconstitutional, void or118
unenforceable by a court of competent jurisdiction shall be deemed stricken, and all119
remaining provisions shall continue to be valid and binding upon DEVELOPER and120
CONTRACTOR.121
7.5 Governing Law and Venue.122
This Agreement, including all of the Contract Documents is performable in the State of123
Texas. Venue shall be Tarrant County, Texas, or the United States District Court for the124
Northern District of Texas, Fort Worth Division.125
005243-5
Deve]oper Awarded Project Agreement
Page 5 of 5
��
127 7.6 Authority to Sign.
128 Contractor shall attach evidence of authority to sign Agreement, if other than duly
129 authorized signatory of the Contractor.
130
131 IN WITNESS WHEREOF, Developer and Contractor have executed this Agreement in multiple
132 counterparts.
133
134 This Agreement is effective as of the last date signed by the Parties (`Bffective Date").
135 Carter Park East Land, LLC
Contractor: Developer: by Carter East Investor, L.L.C., its
Texas Sterlin� Construction Co. manaaina member
B:
(Signatu )
McV
(Printed Name)
Title: Sr. Vice President
Company Name:
Address:
1441 Airport Freeway, Suite 350
��
By: i�G��� �� "�
(S ignature)
Matthew E. Colter
(Printed Name)
Title: Vice President
Company name:
Address:
3819 Ma�le Ave.
City/State/Zip: Euless, TX, 76040 City/State/Zip: Dallas, TX, 75219
1/14/2021
Date
2/ 17/2021
Date
136
CITY OF FORT WORTH Oak Grove Road
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS—DEVELOPERAWARDED PROJECTS CPN 102802
Revised June 16, 2016
19-0004
February17
Assistant
February
19-0004
17
Assistant
19-0004
February17
a
006219-2
MAIN`CENANCE BOND
Page 2 of 3
1
2
�- 3
4
5
6
7
_ g
9
10
11
- . l2
13
14
15
16
17
18
19
20
. . 2l
22
23
WHEREAS, Principal binds itself to repair or reconstruct the Work in whole or in part
upon receiving notice from the Developer and/or City of the need thereof at any time within the
Maintenance Period.
NOW THEREFOKE, the condition ofthis obligation is such that if Principal shatl
remedy any defective Wor]<, for which timely notice was provided by Developer oc City, to a
completion satisfactoiy to the Ciry, t11en this obligation sl�all become null and void; otherwise to
remain in full force and effect.
PROVIDED, HOWEVER, if Principal shall fail so to repair or reconstruct any timely
noticed defective Work, it is ag�•eed that the Developer or City may cause any and all such
defective Work to be repaired and/or reconstructed with all associated costs thereof being borne
by the Principal and the Surety under this Maintenance Bond; and
PROVIDED FURTHER, that if any fegal action be filed on this Bond, venue shall lie in
Tarrant County, Texas or tlle United States District Court for the Northern District of Texas, Fort
Worth Division; and
PROVIDED FURTHER, that this obligation shall be continuous in nature and
successive recoveries may be had hereon for successive breaches.
CITY QF FORT WORTH Oak Grove Road
STANDARD C[TY CONDI`CIONS — DEVELOPER AWARDED PRO.IGCTS CPN 1028U�
Revised Januaq� 31, 2012
Assistant
Travelers Casualty and Surety Company of America
Travelers Casualty and Surety Company
� � L J St. Paul Fire and Marine Insurance Company
PdWER OF ATTORNEY
KNOW ALL MEN BY THESE PRESENTS: That Travelers Casualty and Surety Company of America, Travelers Casualty and Surety Company, St. Paul
Fire and Marine Insurance Company, and Farmington Casuaity Company are corporations duly organized under the laws of the State of Connecticut
(herein collectively called the "Companies"), and that the Companies do hereby make, constitute and appoint Jessica Piccirillo of Farmington, CT ,
their true and lawful Attorney-in-Fact to sign, execute, seal and acknowledge any and all bonds, recognizances, conditional undertakings and other writings
obligatory in the nature thereof on behalf of the Companies in their business of guaranteeing the fidelity of persons; guaranteeing the performance of
contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings ailowed by law, including the following
bor�d:
Surety Bond No.: 107333128 Principal: Texas Sterling Construction, Co.
OR Obligee: Carter Park East Land, LLC
Project Description: Water, Paving, Drainage & Lighting Improvements to Serve Oak Grove Rd - City Project No. 102802
IN WITNESS WHEREOF, the Companies have caused this instrument to be signed, and their corporate seals to be hereto affixed, this 6th day of May,
2019.
��;,y��y y'<<r a�a� �jS:l� O�,su,�c
�`�, �` `� r� �k � p�' oW'°k��, ra.
1}�.`{tiCt� T� i tUwTr�o1 � �' C'�''�''L i�19 8 2� o
• . � Wt;.,R }. � q,� �y
n �
ST �► � ►}4 � �y �"yE*t'�'`-jb
�! a +�i`' �'� a �F{ �S 1�'` iy . �t�
State of Connecticut By:
Robert L. Raney enior Vice President
City of Hartford ss.
On this the 6th day of May, 2019, before me personally appeared Robert L. Raney, who acknowledged himself to be the Senior Vice President of each of
the Companies, and that he, as such, being authorized so to do, executed the foregoing instrument for the purposes therein contained by signing on behalf
of saitJ Companies by himself as a duly authorized officer. „PN
IN WITNESS WHEREOF, I hereunto set my hand and official seal.
My Commission expires the 30th day of June, 2021
F
��� R
� �r*
P �� � .
nna P. Nowik, Notary Public
This Power of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors of each of the Companies,
which resolutions are now in full force and effect, reading as follows:
RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President, any Vice President, any
Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary may appoint Attorneys-in-Fact and
Agents to act for and on behalf of the Company and may give such appaintee such authority as his or her certificate of authority may prescribe to sign
with the Company's name and seal with the Company's seal bonds, recognizances, contracts of indemnity, and other writings obligatory in the nature of
a bond, recognizance, or conditional undertaking, and any of said officers or the Board of Directors at any time may remove any such appointee and
revoke the power given him or her; and it is
FURTHER RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice
President may delegate all or any part of the foregoing authority to one or more officers or employees of this Company, provided that each such delegation
is in writing and a copy thereof is filed in the office of the Secretary; and it is
FURTHER RESOLVED, that any bond, recognizance, contract of indemnity, or writing obligatory in the nature of a bond, recognizance, or conditional
undertaking shall be valid and binding upon the Company when (a) signed by the President, any Vice Chairman, any Executive Vice President, any
Senior Vice President or any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer; the Corporate Secretary or any
Assistant Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary; or (b) duly executed (under seal, if
required) by one or more Attorneys-in-Fact and Agents pursuant to the power prescribed in his or her certificate or their certificates of authority or by one
or more Company officers pursuant to a written delegation of authority; and it is
FURTHER RESOLVED, that the signature of each of the following officers: President, any Executive Vice President, any Senior Vice President, any
Vice President, any Assistant Vice President, any Secretary, any Assistant Secretary, and the seal of the Company may be affixed by facsimile to any
Power of Attorney or to any certificate relating thereto appointing Resident Vice Presidents, Resident Assistant Secretaries or Attorneys-in-Fact for
purposes oniy of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof, and any such Power of Attorney or
certificate bearing such facsimiie signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified
by such facsimile signature and facsimile seal shall be valid and binding on the Company in the future with respect to any bond or understanding to
which it is attached.
I, Kevin E. Hughes, the undersigned, Assistant Secretary of each of the Companies, do hereby certify that the above and foregoing is a true and correct
copy of the Power of Attorney �xer,uted by said Companies, which remains in full force and effect.
Dated this day o� , 2021
��,�� �yw�sr �+,�� ��p �►.su,��
``�, a* °� � �k � o�'osw°'�r,� o
�FiC4TiCiL'� � : FixA7F3� � �' COCAYZ.'t � c� 19 8 2 p �
'3 tCh� C y Ct�ci �+ y� z � • � �`
�j � �,�� '��f �r ►° ��S * � �'s���j° evin E. Hughes, Assis ant Secretary
.
To verify t6re authenticity of this Power of Attorney, please cal! us at 1-800-421-3880.
P/ease refer to ii►e abov�:-named Attorney-in-Fact and the details of the bond to which this Power of Attorney is attached.
IMPORTANT NOTICE
To obtain information or make a complaint:
You may call Travelers Casualty and Surety Company of America and its affiliates' toll-
free telephone number for information or to make a complaint at:
1-800-328-2189
You may contact the Texas Department of Insurance to obtain information on
companies, coverages, rights or complaints at:
1-800-252-3439
You may write the Texas Department of Insurance:
P. O. Box 149104
Austin, TX 78714-9104
Fax: (512) 475-1771
Web: http://www.tdi.state.tx.us
E-mail: ConsumerProtection(cr�.tdi.state.tx.us
PREMIUM OR CLAIM DISPUTES:
Should you have a dispute concerning your premium or about a claim you should
contact your Agent or Travelers first. If the dispute is not resolved, you may contact the
Texas Department of Insurance.
ATTACH THIS NOTICE TO YOUR BOND:
This notice is for information only and does not become a part or condition of the
attached document and is given to comply with Texas legal and regulatory requirements.
(PN-042-B) Ed.10.18.07
00 73 00
SUPPLEMENTARY CONDITIONS
Page 1 of 6
CITY OF FORT WORTH Oak Grove Road
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 102802
Revised March 9, 2020
SECTION 00 73 00
SUPPLEMENTARY CONDITIONS
TO
GENERAL CONDITIONS
Supplementary Conditions
These Supplementary Conditions modify and supplement provisions of the Contract Documents as
indicated below. All provisions of the Standard City Conditions that are modified or supplemented remain
in full force and effect as so modified or supplemented. All provisions which are not so modified or
supplemented remain in full force and effect.
Defined Terms
The terms used in these Supplementary Conditions which are defined in the contract documents have the
meaning assigned to them, unless specifically noted herein.
Modifications and Supplements
The following are instructions that modify or supplement specific paragraphs in the Contract Documents.
SC-3.03B.2, “Resolving Discrepancies”
Plans govern over Specifications.
SC-4.01A
Easement limits shown on the Drawing are approximate and were provided to establish a basis for bidding.
Upon receiving the final easements descriptions, Contractor shall compare them to the lines shown on the
Contract Drawings.
SC-4.01A.1., “Availability of Lands”
The following is a list of known outstanding right-of-way, and/or easements to be acquired, if any as of :
Outstanding Right-Of-Way, and/or Easements to Be Acquired
PARCEL
NUMBER
OWNER TARGET DATE
OF POSSESSION
06256392 7550 OAK GROVE (FORT WORTH)
OWNER LLC 01/01/2021
06256392 7550 OAK GROVE (FORT WORTH)
OWNER LLC 01/01/2021
06256392 7550 OAK GROVE (FORT WORTH)
OWNER LLC 01/01/2021
07280688 AGGELLAN COMMERCIAL REIT US LP 01/01/2021
The Contractor understands and agrees that the dates listed above are estimates only, are not guaranteed,
and do not bind the Developer.
Oak Grove Road
CPN 102802
00 73 00
SUPPLEMENTARY CONDITIONS
Page 2 of 6
CITY OF FORT WORTH Oak Grove Road
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 102802
Revised March 9, 2020
If Contractor considers the final easements provided to differ materially from the representations on the
Contract Drawings, Contractor shall within five (5) Business Days and before proceeding with the Work,
notify Developer in writing associated with the differing easement line locations.
SC-4.01A.2, “Availability of Lands”
Utilities or obstructions to be removed, adjusted, and/or relocated
The following is list of utilities and/or obstructions that have not been removed, adjusted, and/or relocated
as of November 2020:
EXPECTED
OWNER
UTILITY AND LOCATION TARGET DATE OF
ADJUSTMENT
Oncor Power Pole 05/17/2020
AT&T Duct Bank 05/17/2020
The Contractor understands and agrees that the dates listed above are estimates only, are not guaranteed,
and do not bind the City.
SC-4.02A., “Subsurface and Physical Conditions”
The following are reports of explorations and tests of subsurface conditions at the site of the Work:
A Geotechnical Report No. 95205149, dated November 20, 2020, prepared by Terracon Consultants, Inc.
The following are drawings of physical conditions in or relating to existing surface and subsurface
structures (except Underground Facilities) which are at or contiguous to the site of the Work:
None
SC-4.06A., “Hazardous Environmental Conditions at Site”
The following are reports and drawings of existing hazardous environmental conditions known to the City:
None
SC-5.03A., “Certificates of Insurance”
The entities listed below are "additional insureds as their interest may appear" including their respective
officers, directors, agents and employees.
(1) City of Fort Worth
(2) Consultant: Kimley-Horn and Associates, Inc
(3) Other: Carter Park East Land, LLC
SC-5.04A., “Contractor’s Insurance”
The limits of liability for the insurance required by Paragraph GC-5.04 shall provide the following
coverages for not less than the following amounts or greater where required by laws and regulations:
5.04A. Workers' Compensation, under Paragraph GC-5.04A.
Statutory limits
Employer's liability
00 73 00
SUPPLEMENTARY CONDITIONS
Page 3 of 6
CITY OF FORT WORTH Oak Grove Road
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 102802
Revised March 9, 2020
$100,000 each accident/occurrence
$100,000 Disease - each employee
$500,000 Disease - policy limit
SC-5.04B., “Contractor’s Insurance”
5.04B. Commercial General Liability, under Paragraph GC-5.04B. Contractor's Liability
Insurance under Paragraph GC-5.04B., which shall be on a per project basis covering the
Contractor with minimum limits of:
$1,000,000 each occurrence
$2,000,000 aggregate limit
The policy must have an endorsement (Amendment – Aggregate Limits of Insurance) making the
General Aggregate Limits apply separately to each job site.
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.
SC 5.04C., “Contractor’s Insurance”
5.04C. Automobile Liability, under Paragraph GC-5.04C. Contractor’s Liability Insurance under
Paragraph GC-5.04C., which shall be in an amount not less than the following amounts:
(1)Automobile Liability - a commercial business policy shall provide coverage on "Any Auto",
defined as autos owned, hired and non-owned.
$1,000,000 each accident on a combined single limit basis. Split limits are acceptable if limits are at
least:
$500,000 Bodily Injury per accident /
$250,000 Property Damage
SC-5.04D., “Contractor’s Insurance”
The Contractor’s construction activities will require its employees, agents, subcontractors, equipment, and
material deliveries to cross railroad properties and tracks: None
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.
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:
(1) General Aggregate:N/A
(2) Each Occurrence:N/A
00 73 00
SUPPLEMENTARY CONDITIONS
Page 4 of 6
CITY OF FORT WORTH Oak Grove Road
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 102802
Revised March 9, 2020
Required for this Contract X Not required for this Contract
With respect to the above outlined insurance requirements, the following shall govern:
1. 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.
2. 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-way, the Contractor
may be required to provide separate insurance policies in the name of each railroad company.
3. 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.
4. 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.
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.
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.
SC-6.04., “Project Schedule”
Project schedule shall be tier 3 for the project.
SC-6.07., “Wage Rates”
The following is the prevailing wage rate table(s) applicable to this project and is provided in the
Appendixes:
A copy of the table is also available by accessing the City’s website at:
https://apps.fortworthtexas.gov/ProjectResources/
You can access the file by following the directory path:
02-Construction Documents/Specifications/Div00 – General Conditions
SC-6.09., “Permits and Utilities”
SC-6.09A., “Contractor obtained permits and licenses”
The following are known permits and/or licenses required by the Contract to be acquired by the Contractor:
Street Use Permit for Traffic Control
00 73 00
SUPPLEMENTARY CONDITIONS
Page 5 of 6
CITY OF FORT WORTH Oak Grove Road
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 102802
Revised March 9, 2020
SC-6.09B. “City obtained permits and licenses”
The following are known permits and/or licenses required by the Contract to be acquired by the City:
Tree Removal Permit
SC-6.09C. “Outstanding permits and licenses”
The following is a list of known outstanding permits and/or licenses to be acquired, if any as of November
2020:
Outstanding Permits and/or Licenses to Be Acquired
OWNER PERMIT OR LICENSE AND LOCATION TARGET DATE
OF POSSESSION
Tree Removal Permit Oak Grove Road Right-Of-Way south of
Joel East Road and north of Enon Avenue 02/01/2020
SC-7.02., “Coordination”
The individuals or entities listed below have contracts with the City for the performance of other work at
the Site:
Vendor Scope of Work Coordination Authority
None
SC-8.01, “Communications to Contractor”
None.
SC-9.01., “City’s Project Manager”
The City’s Project Manager for this Contract is Debbie J. Willhelm, P.E., or his/her successor pursuant to
written notification from the Director of Development Services.
SC-13.03C., “Tests and Inspections”
Terracon Consultants, Inc.
SC-16.01C.1, “Methods and Procedures”
None.
END OF SECTION
00 73 00
SUPPLEMENTARY CONDITIONS
Page 6 of 6
CITY OF FORT WORTH Oak Grove Road
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 102802
Revised March 9, 2020
Revision Log
DATE NAME SUMMARY OF CHANGE
1/22/2016 F. Griffin SC-9.01., “City’s Project Representative” wording changed to City’s Project
Manager.
3/9/2020 D.V. Magaña SC-6.07, Updated the link such that files can be accessed via the City’s
website.
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-
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
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
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 Oak Grove Road
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – Developer Awarded Projects CPN 102802
Revised December 20, 2012
1 SECTION 01 11 00
2 SUMMARY OF WORK
3 PART 1 - GENERAL
4 1.1 SUMMARY
5 A. Section Includes:
6 1. Summary of Work to be performed in accordance with the Contract Documents
7 B. Deviations from this City of Fort Worth Standard Specification
8 1. None.
9 C. Related Specification Sections include, but are not necessarily limited to:
10 1. Division 0 - Bidding Requirements, Contract Forms, and Conditions of the Contract
11 2. Division 1 - General Requirements
12 1.2 PRICE AND PAYMENT PROCEDURES
13 A. Measurement and Payment
14 1. Work associated with this Item is considered subsidiary to the various items bid.
15 No separate payment will be allowed for this Item.
16 1.3 REFERENCES [NOT USED]
17 1.4 ADMINISTRATIVE REQUIREMENTS
18 A. Work Covered by Contract Documents
19 1. Work is to include furnishing all labor, materials, and equipment, and performing
20 all Work necessary for this construction project as detailed in the Drawings and
21 Specifications.
22 B. Subsidiary Work
23 1. Any and all Work specifically governed by documentary requirements for the
24 project, such as conditions imposed by the Drawings or Contract Documents in
25 which no specific item for bid has been provided for in the Proposal and the item is
26 not a typical unit bid item included on the standard bid item list, then the item shall
27 be considered as a subsidiary item of Work, the cost of which shall be included in
28 the price bid in the Proposal for various bid items.
29 C. Use of Premises
30 1. Coordinate uses of premises under direction of the City.
31 2. Assume full responsibility for protection and safekeeping of materials and
32 equipment stored on the Site.
33 3. Use and occupy only portions of the public streets and alleys, or other public places
34 or other rights-of-way as provided for in the ordinances of the City, as shown in the
35 Contract Documents, or as may be specifically authorized in writing by the City.
36 a. A reasonable amount of tools, materials, and equipment for construction
37 purposes may be stored in such space, but no more than is necessary to avoid
38 delay in the construction operations.
01 11 00 - 2
DAP SUMMARY OF WORK
Page 2 of 3
CITY OF FORT WORTH Oak Grove Road
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – Developer Awarded Projects CPN 102802
Revised December 20, 2012
1 b. Excavated and waste materials shall be stored in such a way as not to interfere
2 with the use of spaces that may be designated to be left free and unobstructed
3 and so as not to inconvenience occupants of adjacent property.
4 c. If the street is occupied by railroad tracks, the Work shall be carried on in such
5 manner as not to interfere with the operation of the railroad.
6 1) All Work shall be in accordance with railroad requirements set forth in
7 Division 0 as well as the railroad permit.
8 D. Work within Easements
9 1. Do not enter upon private property for any purpose without having previously
10 obtained permission from the owner of such property.
11 2. Do not store equipment or material on private property unless and until the
12 specified approval of the property owner has been secured in writing by the
13 Contractor and a copy furnished to the City.
14 3. Unless specifically provided otherwise, clear all rights-of-way or easements of
15 obstructions which must be removed to make possible proper prosecution of the
16 Work as a part of the project construction operations.
17 4. Preserve and use every precaution to prevent damage to, all trees, shrubbery, plants,
18 lawns, fences, culverts, curbing, and all other types of structures or improvements,
19 to all water, sewer, and gas lines, to all conduits, overhead pole lines, or
20 appurtenances thereof, including the construction of temporary fences and to all
21 other public or private property adjacent to the Work.
22 5. Notify the proper representatives of the owners or occupants of the public or private
23 lands of interest in lands which might be affected by the Work.
24 a. Such notice shall be made at least 48 hours in advance of the beginning of the
25 Work.
26 b. Notices shall be applicable to both public and private utility companies and any
27 corporation, company, individual, or other, either as owners or occupants,
28 whose land or interest in land might be affected by the Work.
29 c. Be responsible for all damage or injury to property of any character resulting
30 from any act, omission, neglect, or misconduct in the manner or method or
31 execution of the Work, or at any time due to defective work, material, or
32 equipment.
33 6. Fence
34 a. Restore all fences encountered and removed during construction of the Project
35 to the original or a better than original condition.
36 b. Erect temporary fencing in place of the fencing removed whenever the Work is
37 not in progress and when the site is vacated overnight, and/or at all times to
38 provide site security.
39 c. The cost for all fence work within easements, including removal, temporary
40 closures and replacement, shall be subsidiary to the various items bid in the
41 project proposal, unless a bid item is specifically provided in the proposal.
01 11 00 - 3
DAP SUMMARY OF WORK
Page 3 of 3
CITY OF FORT WORTH Oak Grove Road
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – Developer Awarded Projects CPN 102802
Revised December 20, 2012
1 1.5 SUBMITTALS [NOT USED]
2 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED]
3 1.7 CLOSEOUT SUBMITTALS [NOT USED]
4 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
5 1.9 QUALITY ASSURANCE [NOT USED]
6 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED]
7 1.11 FIELD [SITE] CONDITIONS [NOT USED]
8 1.12 WARRANTY [NOT USED]
9 PART 2 - PRODUCTS [NOT USED]
10 PART 3 - EXECUTION [NOT USED]
11 END OF SECTION
12
Revision Log
DATE NAME SUMMARY OF CHANGE
13
01 25 00 - 1
DAP SUBSTITUTION PROCEDURES
Page 1 of 5
CITY OF FORT WORTH Oak Grove Road
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CPN 102802
Revised August 30, 2013
SECTION 01 25 00
SUBSTITUTION PROCEDURES
PART 1 - GENERAL
1.1 SUMMARY
A. Section Includes:
1. The procedure for requesting the approval of substitution of a product that is not
equivalent to a product which is specified by descriptive or performance criteria or
defined by reference to 1 or more of the following:
a. Name of manufacturer
b. Name of vendor
c. Trade name
d. Catalog number
2. Substitutions are not "or-equals".
B. Deviations from this City of Fort Worth Standard Specification
1. None.
C. Related Specification Sections include, but are not necessarily limited to:
1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract
2. Division 1 – General Requirements
1.2 PRICE AND PAYMENT PROCEDURES
A. Measurement and Payment
1. Work associated with this Item is considered subsidiary to the various items bid. No
separate payment will be allowed for this Item.
1.3 REFERENCES [NOT USED]
1.4 ADMINISTRATIVE REQUIREMENTS
A. Request for Substitution - General
1. Within 30 days after award of Contract (unless noted otherwise), the City will
consider formal requests from Contractor for substitution of products in place of
those specified.
2. Certain types of equipment and kinds of material are described in Specifications by
means of references to names of manufacturers and vendors, trade names, or catalog
numbers.
a. When this method of specifying is used, it is not intended to exclude from
consideration other products bearing other manufacturer's or vendor's names,
trade names, or catalog numbers, provided said products are "or-equals," as
determined by City.
3. Other types of equipment and kinds of material may be acceptable substitutions
under the following conditions:
01 25 00 - 2
DAP SUBSTITUTION PROCEDURES
Page 2 of 5
CITY OF FORT WORTH Oak Grove Road
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CPN 102802
Revised August 30, 2013
a. Or-equals are unavailable due to strike, discontinued production of products
meeting specified requirements, or other factors beyond control of Contractor;
or,
b. Contractor proposes a cost and/or time reduction incentive to the City.
1.5 SUBMITTALS
A. See Request for Substitution Form (attached)
B. Procedure for Requesting Substitution
1. Substitution shall be considered only:
a. After award of Contract
b. Under the conditions stated herein
2. Submit 3 copies of each written request for substitution, including:
a. Documentation
1) Complete data substantiating compliance of proposed substitution with
Contract Documents
2) Data relating to changes in construction schedule, when a reduction is
proposed
3) Data relating to changes in cost
b. For products
1) Product identification
a) Manufacturer's name
b) Telephone number and representative contact name
c) Specification Section or Drawing reference of originally specified
product, including discrete name or tag number assigned to original
product in the Contract Documents
2) Manufacturer's literature clearly marked to show compliance of proposed
product with Contract Documents
3) Itemized comparison of original and proposed product addressing product
characteristics including, but not necessarily limited to: a) Size
b) Composition or materials of construction
c) Weight
d) Electrical or mechanical requirements
4) Product experience
a) Location of past projects utilizing product
b) Name and telephone number of persons associated with referenced
projects knowledgeable concerning proposed product
c) Available field data and reports associated with proposed product
5) Samples
a) Provide at request of City.
b) Samples become the property of the City.
c. For construction methods:
1) Detailed description of proposed method
2) Illustration drawings
C. Approval or Rejection
01 25 00 - 3
DAP SUBSTITUTION PROCEDURES
Page 3 of 5
CITY OF FORT WORTH Oak Grove Road
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CPN 102802
Revised August 30, 2013
1. Written approval or rejection of substitution given by the City
2. City reserves the right to require proposed product to comply with color and pattern
of specified product if necessary to secure design intent.
3. In the event the substitution is approved, if a reduction in cost or time results, it will
be documented by Change Order.
4. Substitution will be rejected if:
a. Submittal is not through the Contractor with his stamp of approval
b. Request is not made in accordance with this Specification Section
c. In the Developer’s opinion, acceptance will require substantial revision of
the original design
d. In the City’s or Developer’s opinion, substitution will not perform
adequately the function consistent with the design intent
1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED]
1.7 CLOSEOUT SUBMITTALS [NOT USED]
1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
1.9 QUALITY ASSURANCE
A. In making request for substitution or in using an approved product, the Contractor
represents that the Contractor:
1. Has investigated proposed product, and has determined that it is adequate or superior
in all respects to that specified, and that it will perform function for which it is
intended
2. Will provide same guarantee for substitute item as for product specified
3. Will coordinate installation of accepted substitution into Work, to include building
modifications if necessary, making such changes as may be required for Work to be
complete in all respects
4. Waives all claims for additional costs related to substitution which subsequently
arise
1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED]
1.11 FIELD [SITE] CONDITIONS [NOT USED]
1.12 WARRANTY [NOT USED]
PART 2 - PRODUCTS [NOT USED]
PART 3 - EXECUTION [NOT USED]
END OF SECTION
01 25 00 - 4
DAP SUBSTITUTION PROCEDURES
Page 4 of 5
CITY OF FORT WORTH Oak Grove Road
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CPN 102802
Revised August 30, 2013
Revision Log
DATE NAME SUMMARY OF CHANGE
EXHIBIT A
REQUEST FOR SUBSTITUTION FORM:
TO:
We hereby submit for your consideration the following product instead of the specified item for
the above project:
SECTION PARAGRAPH SPECIFIED ITEM
Proposed Substitution:
Reason for Substitution:
Include complete information on changes to Drawings and/or Specifications which proposed
substitution will require for its proper installation.
Fill in Blanks Below:
A. Will the undersigned contractor pay for changes to the building design, including engineering
and detailing costs caused by the requested substitution?
B. What effect does substitution have on other trades?
C. Differences between proposed substitution and specified item?
D. Differences in product cost or product delivery time?
E. Manufacturer's guarantees of the proposed and specified items are:
Equal Better (explain on attachment)
The undersigned states that the function, appearance and quality are equivalent or superior to the
specified item.
Submitted By: For Use by City
PROJECT: DATE:
01 25 00 - 5
DAP SUBSTITUTION PROCEDURES
Page 5 of 5
CITY OF FORT WORTH Oak Grove Road
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CPN 102802
Revised August 30, 2013
Address
By
Date
Date
Telephone
For Use by City:
Approved Rejected City Date
Signature
as noted
Recommended Recommended
Firm Not recommended Received late
Remarks
01 31 19 - 1
DAP PRECONSTRUCTION MEETING
Page 1 of 3
CITY OF FORT WORTH Oak Grove Road
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CPN 102802
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. 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. 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
01 31 19 - 2
DAP PRECONSTRUCTION MEETING
Page 2 of 3
CITY OF FORT WORTH Oak Grove Road
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CPN 102802
Revised August 30, 2013
d. Any subcontractor or supplier representatives whom the Contractor may desire
to invite or the City may request
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
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]
01 31 19 - 3
DAP PRECONSTRUCTION MEETING
Page 3 of 3
CITY OF FORT WORTH Oak Grove Road
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CPN 102802
Revised August 30, 2013
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
01 31 20 - 1
DAP PROJECT MEETINGS
Page 1 of 3
CITY OF FORT WORTH Oak Grove Road
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CPN 102802
Revised July 1, 2011
SECTION 01 31 20
PROJECT MEETINGS
PART 1 - GENERAL
1.1 SUMMARY
A. Section Includes:
1. Provisions for project meetings throughout the construction period to enable
orderly review of the progress of the Work and to provide for systematic discussion
of potential problems
B. Deviations this City of Fort Worth Standard Specification
1. See Changes (Highlighted in Yellow)
C. Related Specification Sections include, but are not necessarily limited to:
1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract
2. Division 1 – General Requirements
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. Schedule, attend and administer as specified, periodic progress meetings, and
specially called meetings throughout progress of the Work.
2. Representatives of Contractor, subcontractors and suppliers attending meetings
shall be qualified and authorized to act on behalf of the entity each represents.
3. Meetings administered by Developer may be tape recorded.
a. If recorded, tapes will be used to prepare minutes and retained by Developer for
future reference.
4. Meetings, in addition to those specified in this Section, may be held when requested
by the City, Engineer, Contractor, or Developer.
B. Progress Meetings
1. Formal project coordination meetings will be held periodically. Meetings will be
scheduled and administered by Project Representative. Project Representative shall
be Developer or Developer’s Engineer.
2. Additional progress meetings to discuss specific topics will be conducted on an
asneeded basis. Such additional meetings shall include, but not be limited to: a.
Coordinating shutdowns
b. Installation of piping and equipment
c. Coordination between other construction projects
01 31 20 - 2
DAP PROJECT MEETINGS
Page 2 of 3
CITY OF FORT WORTH Oak Grove Road
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CPN 102802
Revised July 1, 2011
d. Resolution of construction issues
e. Equipment approval
3. The Project Representative will preside at progress meetings, prepare the notes of
the meeting and distribute copies of the same to all participants who so request by
fully completing the attendance form to be circulated at the beginning of each
meeting.
4. Attendance shall include:
a. Contractor's project manager
b. Contractor's superintendent
c. Any subcontractor or supplier representatives whom the Contractor may desire
to invite or the City may request
d. Engineer's representatives
e. City’s representatives
f. Others, as requested by the Project Representative
5. Preliminary Agenda may include:
a. Review of Work progress since previous meeting
b. Field observations, problems, conflicts
c. Items which impede construction schedule
d. Review of off-site fabrication, delivery schedules
e. Review of construction interfacing and sequencing requirements with other
construction contracts
f. Corrective measures and procedures to regain projected schedule
g. Revisions to construction schedule
h. Progress, schedule, during succeeding Work period
i. Coordination of schedules
j. Review submittal schedules
k. Maintenance of quality standards
l. Pending changes and substitutions
m. Review proposed changes for:
1) Effect on construction schedule and on completion date
2) Effect on other contracts of the Project
n. Review Record Documents
o. Review monthly pay request
p. Review status of Requests for Information
6. Meeting Schedule
a. Progress meetings will be held periodically as determined by the Project
Representative.
1) Additional meetings may be held at the request of the:
a) City
b) Engineer
c) Contractor
7. Meeting Location
a. The Developer will establish a meeting location.
1) To the extent practicable, meetings will be held at the Site.
01 31 20 - 3
DAP PROJECT MEETINGS
Page 3 of 3
CITY OF FORT WORTH Oak Grove Road
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CPN 102802
Revised July 1, 2011
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
01 32 16 - 1
DAP CONSTRUCTION PROGRESS SCHEDULE
Page 1 of 5
CITY OF FORT WORTH Oak Grove Road
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CPN 102802
Revised July 1, 2011
SECTION 01 32 16
CONSTRUCTION PROGRESS SCHEDULE
PART 1 - GENERAL
1.1 SUMMARY
A. Section Includes:
1. General requirements for the preparation, submittal, updating, status reporting and
management of the Construction Progress Schedule
2. Specific requirements are presented in the City of Fort Worth Schedule Guidance
Document
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
A. Definitions
1. Schedule Tiers
a.Tier 1 - No schedule submittal required by contract. Small, brief duration
projects
b.Tier 2 - No schedule submittal required by contract, but will require some
milestone dates. Small, brief duration projects
c.Tier 3 - Schedule submittal required by contract as described in the
Specification and herein. Majority of City projects, including all bond program
projects
d.Tier 4 - Schedule submittal required by contract as described in the
Specification and herein. Large and/or complex projects with long durations
1) Examples: large water pump station project and associated pipeline with
interconnection to another governmental entity
e.Tier 5 - Schedule submittal required by contract as described in the
Specification and herein. Large and/or very complex projects with long
durations, high public visibility
1) Examples might include a water or wastewater treatment plant
2.Baseline Schedule - Initial schedule submitted before work begins that will serve
as the baseline for measuring progress and departures from the schedule.
01 32 16 - 2
DAP CONSTRUCTION PROGRESS SCHEDULE
Page 2 of 5
CITY OF FORT WORTH Oak Grove Road
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CPN 102802
Revised July 1, 2011
3.Progress Schedule - Monthly submittal of a progress schedule documenting
progress on the project and any changes anticipated.
4.Schedule Narrative - Concise narrative of the schedule including schedule
changes, expected delays, key schedule issues, critical path items, etc
B. Reference Standards
1. City of Fort Worth Schedule Guidance Document
1.4 ADMINISTRATIVE REQUIREMENTS
A. Baseline Schedule
1. General
a. Prepare a cost-loaded baseline Schedule using approved software and the
Critical Path Method (CPM) as required in the City of Fort Worth Schedule
Guidance Document.
b. Review the draft cost-loaded baseline Schedule with the City to demonstrate
understanding of the work to be performed and known issues and constraints
related to the schedule.
c. Designate an authorized representative (Project Scheduler) responsible for
developing and updating the schedule and preparing reports.
B. Progress Schedule
1. Update the progress Schedule monthly as required in the City of Fort Worth
Schedule Guidance Document.
2. Prepare the Schedule Narrative to accompany the monthly progress Schedule.
3. Change Orders
a. Incorporate approved change orders, resulting in a change of contract time, in
the baseline Schedule in accordance with City of Fort Worth Schedule
Guidance Document.
C. Responsibility for Schedule Compliance
1. Whenever it becomes apparent from the current progress Schedule and CPM Status
Report that delays to the critical path have resulted and the Contract completion
date will not be met, or when so directed by the City, make some or all of the
following actions at no additional cost to the City
a. Submit a Recovery Plan to the City for approval revised baseline Schedule
outlining:
1) A written statement of the steps intended to take to remove or arrest the
delay to the critical path in the approved schedule
2) Increase construction manpower in such quantities and crafts as will
substantially eliminate the backlog of work and return current Schedule to
meet projected baseline completion dates
3) Increase the number of working hours per shift, shifts per day, working
days per week, the amount of construction equipment, or any combination
of the foregoing, sufficiently to substantially eliminate the backlog of work
4) Reschedule activities to achieve maximum practical concurrency of
accomplishment of activities, and comply with the revised schedule
01 32 16 - 3
DAP CONSTRUCTION PROGRESS SCHEDULE
Page 3 of 5
CITY OF FORT WORTH Oak Grove Road
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CPN 102802
Revised July 1, 2011
2. If no written statement of the steps intended to take is submitted when so requested
by the City, the City may direct the Contractor to increase the level of effort in
manpower (trades), equipment and work schedule (overtime, weekend and holiday
work, etc.) to be employed by the Contractor in order to remove or arrest the delay
to the critical path in the approved schedule.
a. No additional cost for such work will be considered.
D. The Contract completion time will be adjusted only for causes specified in this
Contract.
a. Requests for an extension of any Contract completion date must be supplemented
with the following:
1) Furnish justification and supporting evidence as the City may deem
necessary to determine whether the requested extension of time is entitled
under the provisions of this Contract.
a) The City will, after receipt of such justification and supporting evidence,
make findings of fact and will advise the Contractor, in writing thereof.
2) If the City finds that the requested extension of time is entitled, the City's
determination as to the total number of days allowed for the extensions
shall be based upon the approved total baseline schedule and on all data
relevant to the extension.
a) Such data shall be included in the next updating of the Progress
schedule.
b) Actual delays in activities which, according to the Baseline schedule,
do not affect any Contract completion date shown by the critical path in
the network will not be the basis for a change therein.
2. Submit each request for change in Contract completion date to the City within 30
days after the beginning of the delay for which a time extension is requested but
before the date of final payment under this Contract.
a. No time extension will be granted for requests which are not submitted within
the foregoing time limit.
b. From time to time, it may be necessary for the Contract schedule or completion
time to be adjusted by the City to reflect the effects of job conditions, weather,
technical difficulties, strikes, unavoidable delays on the part of the City or its
representatives, and other unforeseeable conditions which may indicate
schedule adjustments or completion time extensions.
1) Under such conditions, the City will direct the Contractor to reschedule the
work or Contract completion time to reflect the changed conditions and the
Contractor shall revise his schedule accordingly.
a) No additional compensation will be made to the Contractor for such
schedule changes except for unavoidable overall contract time
extensions beyond the actual completion of unaffected work, in which
case the Contractor shall take all possible action to minimize any time
extension and any additional cost to the City.
b) Available float time in the Baseline schedule may be used by the City
as well as by the Contractor.
3. Float or slack time is defined as the amount of time between the earliest start date
and the latest start date or between the earliest finish date and the latest finish date
of a chain of activities on the Baseline Schedule.
01 32 16 - 4
DAP CONSTRUCTION PROGRESS SCHEDULE
Page 4 of 5
CITY OF FORT WORTH Oak Grove Road
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CPN 102802
Revised July 1, 2011
a. Float or slack time is not for the exclusive use or benefit of either the
Contractor or the City.
b. Proceed with work according to early start dates, and the City shall have the
right to reserve and apportion float time according to the needs of the project.
c. Acknowledge and agree that actual delays, affecting paths of activities
containing float time, will not have any effect upon contract completion times,
providing that the actual delay does not exceed the float time associated with
those activities.
E. Coordinating Schedule with Other Contract Schedules
1. Where work is to be performed under this Contract concurrently with or contingent
upon work performed on the same facilities or area under other contracts, the
Baseline Schedule shall be coordinated with the schedules of the other contracts.
a. Obtain the schedules of the other appropriate contracts from the City for the
preparation and updating of Baseline schedule and make the required changes in his
schedule when indicated by changes in corresponding schedules.
2. In case of interference between the operations of different contractors, the City will
determine the work priority of each contractor and the sequence of work necessary
to expedite the completion of the entire Project.
a. In such cases, the decision of the City shall be accepted as final.
b. The temporary delay of any work due to such circumstances shall not be
considered as justification for claims for additional compensation.
1.5 SUBMITTALS
A. Baseline Schedule
1. Submit Schedule in native file format and pdf format as required in the City of Fort
Worth Schedule Guidance Document. a. Native file format includes:
1) Primavera (P6 or Primavera Contractor)
2. Submit draft baseline Schedule to City prior to the pre-construction meeting and
bring in hard copy to the meeting for review and discussion.
B. Progress Schedule
1. Submit progress Schedule in native file format and pdf format as required in the
City of Fort Worth Schedule Guidance Document.
2. Submit progress Schedule monthly no later than the last day of the month.
C. Schedule Narrative
1. Submit the schedule narrative in pdf format as required in the City of Fort Worth
Schedule Guidance Document.
2. Submit schedule narrative monthly no later than the last day of the month.
D. Submittal Process
1. The City administers and manages schedules through Buzzsaw.
2. Contractor shall submit documents as required in the City of Fort Worth Schedule
Guidance Document.
3. Once the project has been completed and Final Acceptance has been issued by the
City, no further progress schedules are required.
01 32 16 - 5
DAP CONSTRUCTION PROGRESS SCHEDULE
Page 5 of 5
CITY OF FORT WORTH Oak Grove Road
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CPN 102802
Revised July 1, 2011
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. The person preparing and revising the construction Progress Schedule shall be
experienced in the preparation of schedules of similar complexity.
B. Schedule and supporting documents addressed in this Specification shall be prepared,
updated and revised to accurately reflect the performance of the construction.
C. Contractor is responsible for the quality of all submittals in this section meeting the
standard of care for the construction industry for similar projects.
1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED]
1.11 FIELD [SITE] CONDITIONS [NOT USED]
1.12 WARRANTY [NOT USED]
PART 2 - PRODUCTS [NOT USED]
PART 3 - EXECUTION [NOT USED]
END OF SECTION
Revision Log
DATE NAME SUMMARY OF CHANGE
CITY OF FORT WORTH Oak Grove Road
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CPN 102802
Revised August 30, 2013
01 32 33 - 1
DAP PRECONSTRUCTION VIDEO
Page 1 of 2
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. 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. 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]
CITY OF FORT WORTH Oak Grove Road
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CPN 102802
Revised August 30, 2013
01 32 33 - 2
DAP PRECONSTRUCTION VIDEO
Page 2 of 2
PART 2 - PRODUCTS [NOT USED]
PART 3 - EXECUTION [NOT USED]
END OF SECTION
Revision Log
DATE NAME SUMMARY OF CHANGE
01 33 00 - 1
DAP SUBMITTALS
Page 1 of 8
CITY OF FORT WORTH Oak Grove Road
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CPN 102802
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
01 33 00 - 2
DAP SUBMITTALS
Page 2 of 8
CITY OF FORT WORTH Oak Grove Road
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CPN 102802
Revised August 30, 2013
c. No extension of time will be authorized because of the Contractor's failure to
transmit submittals sufficiently in advance of the Work.
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
crossreference 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
01 33 00 - 3
DAP SUBMITTALS
Page 3 of 8
CITY OF FORT WORTH Oak Grove Road
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CPN 102802
Revised August 30, 2013
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
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)
01 33 00 - 4
DAP SUBMITTALS
Page 4 of 8
CITY OF FORT WORTH Oak Grove Road
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CPN 102802
Revised August 30, 2013
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
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
01 33 00 - 5
DAP SUBMITTALS
Page 5 of 8
CITY OF FORT WORTH Oak Grove Road
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CPN 102802
Revised August 30, 2013
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)
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.
01 33 00 - 6
DAP SUBMITTALS
Page 6 of 8
CITY OF FORT WORTH Oak Grove Road
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CPN 102802
Revised August 30, 2013
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
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.
01 33 00 - 7
DAP SUBMITTALS
Page 7 of 8
CITY OF FORT WORTH Oak Grove Road
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CPN 102802
Revised August 30, 2013
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.
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.
01 33 00 - 8
DAP SUBMITTALS
Page 8 of 8
CITY OF FORT WORTH Oak Grove Road
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CPN 102802
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
12/20/2012 D. Johnson 1.4.K.8. Working Days modified to Calendar Days
01 35 13 - 1
DAP SPECIAL PROJECT PROCEDURES
Page 1 of 7
CITY OF FORT WORTH Oak Grove Road
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CPN 102802
Revised August, 30, 2013
1 SECTION 01 35 13
2 SPECIAL PROJECT PROCEDURES
3 PART 1 - GENERAL
4 1.1 SUMMARY
5 A. Section Includes:
6 1. The procedures for special project circumstances that includes, but is not limited to:
7 a. Coordination with the Texas Department of Transportation
8 b. Work near High Voltage Lines
9 c. Confined Space Entry Program
10 d. Air Pollution Watch Days
11 e. Use of Explosives, Drop Weight, Etc.
12 f. Water Department Notification
13 g. Public Notification Prior to Beginning Construction
14 h. Coordination with United States Army Corps of Engineers
15 i. Coordination within Railroad permits areas
16 j. Dust Control
17 k. Employee Parking
18
19 B. Deviations from this City of Fort Worth Standard Specification
20 1. None
21 C. Related Specification Sections include, but are not necessarily limited to:
22 1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract
23 2. Division 1 – General Requirements
24 3. Section 33 12 25 – Connection to Existing Water Mains
25
26 1.2 REFERENCES
27 A. Reference Standards
28 1. Reference standards cited in this Specification refer to the current reference
29 standard published at the time of the latest revision date logged at the end of this
30 Specification, unless a date is specifically cited.
31 2. Health and Safety Code, Title 9. Safety, Subtitle A. Public Safety, Chapter 752.
32 High Voltage Overhead Lines.
33 3. North Central Texas Council of Governments (NCTCOG) – Clean Construction
34 Specification
35 1.3 ADMINISTRATIVE REQUIREMENTS
36 A. Coordination with the Texas Department of Transportation
37 1. When work in the right-of-way which is under the jurisdiction of the Texas
38 Department of Transportation (TxDOT):
39 a. Notify the Texas Department of Transportation prior to commencing any work
40 therein in accordance with the provisions of the permit
01 35 13 - 2
DAP SPECIAL PROJECT PROCEDURES
Page 2 of 7
CITY OF FORT WORTH Oak Grove Road
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CPN 102802
Revised August, 30, 2013
1 b. All work performed in the TxDOT right-of-way shall be performed in
2 compliance with and subject to approval from the Texas Department of
3 Transportation
4 B. Work near High Voltage Lines
5 1. Regulatory Requirements
6 a. All Work near High Voltage Lines (more than 600 volts measured between
7 conductors or between a conductor and the ground) shall be in accordance with
8 Health and Safety Code, Title 9, Subtitle A, Chapter 752.
9 2. Warning sign
10 a. Provide sign of sufficient size meeting all OSHA requirements.
11 3. Equipment operating within 10 feet of high voltage lines will require the following
12 safety features
13 a. Insulating cage-type of guard about the boom or arm
14 b. Insulator links on the lift hook connections for back hoes or dippers
15 c. Equipment must meet the safety requirements as set forth by OSHA and the
16 safety requirements of the owner of the high voltage lines
17 4. Work within 6 feet of high voltage electric lines
18 a. Notification shall be given to:
19 1) The power company (example: ONCOR)
20 a) Maintain an accurate log of all such calls to power company and record
21 action taken in each case.
22 b. Coordination with power company
23 1) After notification coordinate with the power company to:
24 a) Erect temporary mechanical barriers, de-energize the lines, or raise or
25 lower the lines
26 c. No personnel may work within 6 feet of a high voltage line before the above
27 requirements have been met.
28 C. Confined Space Entry Program
29 1. Provide and follow approved Confined Space Entry Program in accordance with
30 OSHA requirements.
31 2. Confined Spaces include:
32 a. Manholes
33 b. All other confined spaces in accordance with OSHA’s Permit Required for
34 Confined Spaces
35 D. Use of Explosives, Drop Weight, Etc.
36 1. When Contract Documents permit on the project the following will apply:
37 a. Public Notification
38 1) Submit notice to City and proof of adequate insurance coverage, 24 hours
39 prior to commencing.
40 2) Minimum 24 hour public notification in accordance with Section 01 31 13
41 E. Water Department Coordination
42 1. During the construction of this project, it will be necessary to deactivate, for a
43 period of time, existing lines. The Contractor shall be required to coordinate with
44 the Water Department to determine the best times for deactivating and activating
45 those lines.
01 35 13 - 3
DAP SPECIAL PROJECT PROCEDURES
Page 3 of 7
CITY OF FORT WORTH Oak Grove Road
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CPN 102802
Revised August, 30, 2013
1 2. Coordinate any event that will require connecting to or the operation of an existing
2 City water line system with the City’s representative.
3 a. Coordination shall be in accordance with Section 33 12 25.
4 b. If needed, obtain a hydrant water meter from the Water Department for use
5 during the life of named project.
6 c. In the event that a water valve on an existing live system be turned off and on
7 to accommodate the construction of the project is required, coordinate this
8 activity through the appropriate City representative.
9 1) Do not operate water line valves of existing water system.
10 a) Failure to comply will render the Contractor in violation of Texas Penal
11 Code Title 7, Chapter 28.03 (Criminal Mischief) and the Contractor
12 will be prosecuted to the full extent of the law.
13 b) In addition, the Contractor will assume all liabilities and
14 responsibilities as a result of these actions.
15 F. Public Notification Prior to Beginning Construction
16 1. Prior to beginning construction on any block in the project, on a block by block
17 basis, prepare and deliver a notice or flyer of the pending construction to the front
18 door of each residence or business that will be impacted by construction. The notice
19 shall be prepared as follows:
20 a. Post notice or flyer 7 days prior to beginning any construction activity on each
21 block in the project area.
22 1) Prepare flyer on the Contractor’s letterhead and include the following
23 information:
24 a) Name of Project
25 b) City Project No (CPN)
26 c) Scope of Project (i.e. type of construction activity)
27 d) Actual construction duration within the block
28 e) Name of the contractor’s foreman and phone number
29 f) Name of the City’s inspector and phone number
30 g) City’s after-hours phone number
31 2) A sample of the ‘pre-construction notification’ flyer is attached as Exhibit
32 A.
33 3) Submit schedule showing the construction start and finish time for each
34 block of the project to the inspector.
35 4) Deliver flyer to the City Inspector for review prior to distribution.
36 b. No construction will be allowed to begin on any block until the flyer is
37 delivered to all residents of the block.
38 G. Public Notification of Temporary Water Service Interruption during Construction
39 1. In the event it becomes necessary to temporarily shut down water service to
40 residents or businesses during construction, prepare and deliver a notice or flyer of
41 the pending interruption to the front door of each affected resident.
42 2. Prepared notice as follows:
43 a. The notification or flyer shall be posted 24 hours prior to the temporary
44 interruption.
45 b. Prepare flyer on the contractor’s letterhead and include the following
46 information:
47 1) Name of the project
48 2) City Project Number
01 35 13 - 4
DAP SPECIAL PROJECT PROCEDURES
Page 4 of 7
CITY OF FORT WORTH Oak Grove Road
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CPN 102802
Revised August, 30, 2013
1 3) Date of the interruption of service
2 4) Period the interruption will take place
3 5) Name of the contractor’s foreman and phone number
4 6) Name of the City’s inspector and phone number
5 c. A sample of the temporary water service interruption notification is attached as
6 Exhibit B.
7 d. Deliver a copy of the temporary interruption notification to the City inspector
8 for review prior to being distributed.
9 e. No interruption of water service can occur until the flyer has been delivered to
10 all affected residents and businesses.
11 f. Electronic versions of the sample flyers can be obtained from the Project
12 Construction Inspector.
13 H. Coordination with United States Army Corps of Engineers (USACE)
14 1. At locations in the Project where construction activities occur in areas where
15 USACE permits are required, meet all requirements set forth in each designated
16 permit.
17 I. Coordination within Railroad Permit Areas
18 1. At locations in the project where construction activities occur in areas where
19 railroad permits are required, meet all requirements set forth in each designated
20 railroad permit. This includes, but is not limited to, provisions for:
21 a. Flagmen
22 b. Inspectors
23 c. Safety training
24 d. Additional insurance
25 e. Insurance certificates
26 f. Other employees required to protect the right-of-way and property of the
27 Railroad Company from damage arising out of and/or from the construction of
28 the project. Proper utility clearance procedures shall be used in accordance
29 with the permit guidelines.
30 2. Obtain any supplemental information needed to comply with the railroad’s
31 requirements.
32 J. Dust Control
33 1. Use acceptable measures to control dust at the Site.
34 a. If water is used to control dust, capture and properly dispose of waste water.
35 b. If wet saw cutting is performed, capture and properly dispose of slurry.
36 K. Employee Parking
37 1. Provide parking for employees at locations approved by the City.
01 35 13 - 5
DAP SPECIAL PROJECT PROCEDURES
Page 5 of 7
CITY OF FORT WORTH Oak Grove Road
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CPN 102802
Revised August, 30, 2013
1 1.4 SUBMITTALS [NOT USED]
2 1.5 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED]
3 1.6 CLOSEOUT SUBMITTALS [NOT USED]
4 1.7 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
5 1.8 QUALITY ASSURANCE [NOT USED]
6 1.9 DELIVERY, STORAGE, AND HANDLING [NOT USED]
7 1.10 FIELD [SITE] CONDITIONS [NOT USED]
8 1.11 WARRANTY [NOT USED]
9 PART 2 - PRODUCTS [NOT USED]
10 PART 3 - EXECUTION [NOT USED]
11 END OF SECTION
12
Revision Log
DATE 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.
01 35 13 - 6
DAP SPECIAL PROJECT PROCEDURES
Page 6 of 7
CITY OF FORT WORTH Oak Grove Road
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CPN 102802
Revised August, 30, 2013
1 EXHIBIT A
2 (To be printed on Contractor’s Letterhead)
3
4
5
6 Date:
7
8 CPN No.:
9 Project Name:
10 Mapsco Location:
11 Limits of Construction:
12
13
14
15
16
17 THIS IS TO INFORM YOU THAT UNDER A CONTRACT WITH THE CITY OF FORT
18 WORTH, OUR COMPANY WILL WORK ON UTILITY LINES ON OR AROUND YOUR
19 PROPERTY.
20
21 CONSTRUCTION WILL BEGIN APPROXIMATELY SEVEN DAYS FROM THE DATE
22 OF THIS NOTICE.
23
24 IF YOU HAVE QUESTIONS ABOUT ACCESS, SECURITY, SAFETY OR ANY OTHER
25 ISSUE, PLEASE CALL:
26
27
28 Mr. <CONTRACTOR’S SUPERINTENDENT> AT <TELEPHONE NO.>
29
30 OR
31
32 Mr. <CITY INSPECTOR> AT < TELEPHONE NO.>
33
34 AFTER 4:30 PM OR ON WEEKENDS, PLEASE CALL (817) 392 8306
35
36 PLEASE KEEP THIS FLYER HANDY WHEN YOU CALL
01 35 13 - 7
DAP SPECIAL PROJECT PROCEDURES
Page 7 of 7
CITY OF FORT WORTH Oak Grove Road
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CPN 102802
Revised August, 30, 2013
1 EXHIBIT B
2
3
4
01 45 23
DAP TESTING AND INSPECTION SERVICES
Page 1 of 3
CITY OF FORT WORTH Oak Grove Road
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CPN 102802
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
01 45 23
DAP TESTING AND INSPECTION SERVICES
Page 2 of 3
CITY OF FORT WORTH Oak Grove Road
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CPN 102802
Revised March 20, 2020
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.
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]
01 45 23
DAP TESTING AND INSPECTION SERVICES
Page 3 of 3
CITY OF FORT WORTH Oak Grove Road
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CPN 102802
Revised March 20, 2020
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.
01 50 00 - 1
DAP TEMPORARY FACILITIES AND CONTROLS
Page 1 of 4
CITY OF FORT WORTH Oak Grove Road
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CPN 102802
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.
01 50 00 - 2
DAP TEMPORARY FACILITIES AND CONTROLS
Page 2 of 4
CITY OF FORT WORTH Oak Grove Road
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CPN 102802
Revised JULY 1, 2011
c. Coordination
1) Contact City 1 week before water for construction is desired
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.
01 50 00 - 3
DAP TEMPORARY FACILITIES AND CONTROLS
Page 3 of 4
CITY OF FORT WORTH Oak Grove Road
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CPN 102802
Revised JULY 1, 2011
D. Temporary Fencing
1. Provide and maintain for the duration or construction when required in contract
documents
E. Dust Control
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]
01 50 00 - 4
DAP TEMPORARY FACILITIES AND CONTROLS
Page 4 of 4
CITY OF FORT WORTH Oak Grove Road
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CPN 102802
Revised JULY 1, 2011
3.9 ADJUSTING [NOT USED]
3.10 CLEANING [NOT USED]
3.11 CLOSEOUT ACTIVITIES
A. Temporary Facilities
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
01 55 26 - 1
DAP STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL
Page 1 of 3
CITY OF FORT WORTH Oak Grove Road
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CPN 102802
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.
01 55 26 - 2
DAP STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL
Page 2 of 3
CITY OF FORT WORTH Oak Grove Road
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CPN 102802
Revised July 1, 2011
a. To obtain Street Use Permit, submit Traffic Control Plans to City Transportation
and Public Works Department.
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]
01 55 26 - 3
DAP STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL
Page 3 of 3
CITY OF FORT WORTH Oak Grove Road
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CPN 102802
Revised July 1, 2011
PART 3 - EXECUTION [NOT USED]
END OF SECTION
Revision Log
DATE NAME SUMMARY OF CHANGE
01 57 13
DAP STORM WATER POLLUTION PREVENTION
Page 1 of 3
CITY OF FORT WORTH Oak Grove Road
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CPN 102802
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
01 57 13
DAP STORM WATER POLLUTION PREVENTION
Page 2 of 3
CITY OF FORT WORTH Oak Grove Road
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CPN 102802
Revised July 1, 2011
1. Contractor is responsible for resolution and payment of any fines issued associated
with compliance to Stormwater Pollution Prevention Plan.
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)
3926088.
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.
01 57 13
DAP STORM WATER POLLUTION PREVENTION
Page 3 of 3
CITY OF FORT WORTH Oak Grove Road
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CPN 102802
Revised July 1, 2011
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
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
CITY OF FORT WORTH Oak Grove Road
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CPN 102802
Revised March 20, 2020
01 60 00
DAP PRODUCT REQUIREMENTS
Page 1 of 2
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]
CITY OF FORT WORTH Oak Grove Road
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CPN 102802
Revised March 20, 2020
10 60 00
DAP PRODUCT REQUIREMENTS
Page 2 of 2
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
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.
01 66 00 - 1
DAP PRODUCT STORAGE AND HANDLING REQUIREMENTS
Page 1 of 4
CITY OF FORT WORTH Oak Grove Road
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CPN 102802
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.
01 66 00 - 2
DAP PRODUCT STORAGE AND HANDLING REQUIREMENTS
Page 2 of 4
CITY OF FORT WORTH Oak Grove Road
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CPN 102802
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.
1.11 FIELD [SITE] CONDITIONS [NOT USED]
1.12 WARRANTY [NOT USED]
PART 2 - PRODUCTS [NOT USED]
01 66 00 - 3
DAP PRODUCT STORAGE AND HANDLING REQUIREMENTS
Page 3 of 4
CITY OF FORT WORTH Oak Grove Road
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CPN 102802
Revised April 7, 2014
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]
01 66 00 - 4
DAP PRODUCT STORAGE AND HANDLING REQUIREMENTS
Page 4 of 4
CITY OF FORT WORTH Oak Grove Road
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CPN 102802
Revised April 7, 2014
END OF SECTION
Revision Log
DATE NAME SUMMARY OF CHANGE
4/7/2014 M.Domenech Revised for DAP application
01 70 00 - 1
DAP MOBILIZATION AND REMOBILIZATION
Page 1 of 4
CITY OF FORT WORTH Oak Grove Road
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CPN 102802
Revised April 7, 2014
SECTION 01 70 00
MOBILIZATION AND REMOBILIZATION
PART 1 - GENERAL
1.1 SUMMARY
A. Section Includes:
1. Mobilization and Demobilization
a. Mobilization
1) Transportation of Contractor’s personnel, equipment, and operating
supplies to the Site
2) Establishment of necessary general facilities for the Contractor’s operation
at the Site
3) Premiums paid for performance and payment bonds
4) Transportation of Contractor’s personnel, equipment, and operating
supplies to another location within the designated Site
5) Relocation of necessary general facilities for the Contractor’s operation
from 1 location to another location on the Site.
b. Demobilization
1) Transportation of Contractor’s personnel, equipment, and operating
supplies away from the Site including disassembly
2) Site Clean-up
3) Removal of all buildings and/or other facilities assembled at the Site for
this
Contract
c. Mobilization and Demobilization do not include activities for specific items of
work that are for which payment is provided elsewhere in the contract.
2. Remobilization
a. Remobilization for Suspension of Work specifically required in the Contract
Documents or as required by City includes:
1) Demobilization
a) Transportation of Contractor’s personnel, equipment, and operating
supplies from the Site including disassembly or temporarily securing
equipment, supplies, and other facilities as designated by the Contract
Documents necessary to suspend the Work.
b) Site Clean-up as designated in the Contract Documents
2) Remobilization
a) Transportation of Contractor’s personnel, equipment, and operating
supplies to the Site necessary to resume the Work.
b) Establishment of necessary general facilities for the Contractor’s
operation at the Site necessary to resume the Work.
3) No Payments will be made for:
a) Mobilization and Demobilization from one location to another on the
Site in the normal progress of performing the Work.
01 70 00 - 2
DAP MOBILIZATION AND REMOBILIZATION
Page 2 of 4
CITY OF FORT WORTH Oak Grove Road
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CPN 102802
Revised April 7, 2014
b) Stand-by or idle time
c) Lost profits
3. Mobilizations and Demobilization for Miscellaneous Projects
a. Mobilization and Demobilization
1) Mobilization shall consist of the activities and cost on a Work Order basis
necessary for:
a) Transportation of Contractor’s personnel, equipment, and operating
supplies to the Site for the issued Work Order.
b) Establishment of necessary general facilities for the Contractor’s
operation at the Site for the issued Work Order
2) Demobilization shall consist of the activities and cost necessary for:
a) Transportation of Contractor’s personnel, equipment, and operating
supplies from the Site including disassembly for each issued Work
Order
b) Site Clean-up for each issued Work Order
c) Removal of all buildings or other facilities assembled at the Site for
each Work Oder
b. Mobilization and Demobilization do not include activities for specific items of
work for which payment is provided elsewhere in the contract.
4. Emergency Mobilizations and Demobilization for Miscellaneous Projects
a. A Mobilization for Miscellaneous Projects when directed by the City and the
mobilization occurs within 24 hours of the issuance of the Work Order.
B. Deviations from this City of Fort Worth Standard Specification
1. None.
C. Related Specification Sections include, but are not necessarily limited to:
1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract
2. Division 1 – General Requirements
1.2 PRICE AND PAYMENT PROCEDURES
A. Measurement and Payment
1. Mobilization and Demobilization
a. Measure
1) This Item is considered subsidiary to the various Items bid.
b. Payment
1) The work performed and materials furnished in accordance with this Item
are subsidiary to the various Items bid and no other compensation will be
allowed.
2. Remobilization for suspension of Work as specifically required in the Contract
Documents
a. Measurement
1) Measurement for this Item shall be per each remobilization performed.
b. Payment
1) The work performed and materials furnished in accordance with this Item
and measured as provided under “Measurement” will be paid for at the unit
01 70 00 - 3
DAP MOBILIZATION AND REMOBILIZATION
Page 3 of 4
CITY OF FORT WORTH Oak Grove Road
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CPN 102802
Revised April 7, 2014
price per each “Specified Remobilization” in accordance with Contract
Documents.
c. The price shall include:
1) Demobilization as described in Section 1.1.A.2.a.1)
2) Remobilization as described in Section 1.1.A.2.a.2)
d. No payments will be made for standby, idle time, or lost profits associated this
Item.
3. Remobilization for suspension of Work as required by City
a. Measurement and Payment
1) This shall be submitted as a Contract Claim in accordance with Article 10
of Section 00 72 00.
2) No payments will be made for standby, idle time, or lost profits associated
with this Item.
4. Mobilizations and Demobilizations for Miscellaneous Projects
a. Measurement
1) Measurement for this Item shall be for each Mobilization and
Demobilization required by the Contract Documents
b. Payment
1) The Work performed and materials furnished in accordance with this Item
and measured as provided under “Measurement” will be paid for at the unit
price per each “Work Order Mobilization” in accordance with Contract
Documents. Demobilization shall be considered subsidiary to mobilization
and shall not be paid for separately.
c. The price shall include:
1) Mobilization as described in Section 1.1.A.3.a.1)
2) Demobilization as described in Section 1.1.A.3.a.2)
d. No payments will be made for standby, idle time, or lost profits associated this
Item.
5. Emergency Mobilizations and Demobilizations for Miscellaneous Projects
a. Measurement
1) Measurement for this Item shall be for each Mobilization and
Demobilization required by the Contract Documents
b. Payment
1) The Work performed and materials furnished in accordance with this Item
and measured as provided under “Measurement” will be paid for at the unit
price per each “Work Order Emergency Mobilization” in accordance with
Contract Documents. Demobilization shall be considered subsidiary to
mobilization and shall not be paid for separately.
c. The price shall include
1) Mobilization as described in Section 1.1.A.4.a)
2) Demobilization as described in Section 1.1.A.3.a.2)
d. No payments will be made for standby, idle time, or lost profits associated this
Item.
1.3 REFERENCES [NOT USED]
01 70 00 - 4
DAP MOBILIZATION AND REMOBILIZATION
Page 4 of 4
CITY OF FORT WORTH Oak Grove Road
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CPN 102802
Revised April 7, 2014
1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED]
1.5 SUBMITTALS [NOT USED]
1.6 INFORMATIONAL SUBMITTALS [NOT USED]
1.7 CLOSEOUT SUBMITTALS [NOT USED]
1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
1.9 QUALITY ASSURANCE [NOT USED]
1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED]
1.11 FIELD [SITE] CONDITIONS [NOT USED]
1.12 WARRANTY [NOT USED]
PART 2 - PRODUCTS [NOT USED]
PART 3 - EXECUTION [NOT USED]
END OF SECTION
Revision Log
DATE NAME SUMMARY OF CHANGE
4/7/2014 M.Domenech Revised for DAP application
01 71 23 - 1
CONSTRUCTION STAKING AND SURVEY
Page 1 of 8
CITY OF FORT WORTH Oak Grove Road
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 102802
Revised February 14, 2018
SECTION 01 71 23
CONSTRUCTION STAKING AND SURVEY
PART 1 - GENERAL
1.1 SUMMARY
A. Section Includes:
1. Requirements for construction staking and construction survey
B. Deviations from this City of Fort Worth Standard Specification
1. See Changes (Highlighted in Yellow)
C. Related Specification Sections include, but are not necessarily limited to:
1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the
Contract
2. Division 1 – General Requirements
1.2 PRICE AND PAYMENT PROCEDURES
A. Measurement and Payment
1. Construction Staking
a. Measurement
1) Measurement for this Item shall be by lump sum.
b. Payment
1) The work performed and the materials furnished in accordance with this
Item shall be paid for at the lump sum price bid for “Construction Staking”.
2) Payment for “Construction Staking” shall be made in partial payments
prorated by work completed compared to total work included in the lump
sum item.
c. The price bid shall include, but not be limited to the following: 1) Verification
of control data provided by Developer’s Engineer.
2) Placement, maintenance and replacement of required stakes and markings
in the field.
3) Preparation and submittal of construction staking documentation in the
form of “cut sheets” using the City’s standard template.
2. Construction Survey
a. Measurement
1) This Item is considered subsidiary to the various Items bid.
b. Payment
1) The work performed and the materials furnished in accordance with this
Item are subsidiary to the various Items bid and no other compensation will
be allowed.
3. As-Built Survey
a. Measurement
1) Measurement for this Item shall be by lump sum.
b. Payment
01 71 23 - 2
CONSTRUCTION STAKING AND SURVEY
Page 2 of 8
CITY OF FORT WORTH Oak Grove Road
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 102802
Revised February 14, 2018
1) The work performed and the materials furnished in accordance with this
Item shall be paid for at the lump sum price bid for “As-Built Survey”.
2) Payment for “Construction Staking” shall be made in partial payments
prorated by work completed compared to total work included in the lump
sum item.
c. The price bid shall include, but not be limited to the following::
1) Field measurements and survey shots to identify location of completed
facilities.
2) Documentation and submittal of as-built survey data onto contractor redline
plans and digital survey files.
1.3 REFERENCES
A. Definitions
1. Construction Survey - The survey measurements made prior to or while
construction is in progress to control elevation, horizontal position, dimensions and
configuration of structures/improvements included in the Project Drawings.
2. As-built Survey –The measurements made after the construction of the
improvement features are complete to provide position coordinates for the features
of a project.
3. Construction Staking – The placement of stakes and markings to provide offsets and
elevations to cut and fill in order to locate on the ground the designed
structures/improvements included in the Project Drawings. Construction staking
shall include staking easements and/or right of way if indicated on the plans.
4. Survey “Field Checks” – Measurements made after construction staking is
completed and before construction work begins to ensure that structures marked on
the ground are accurately located per Project Drawings.
B. Technical References
1. City of Fort Worth – Construction Staking Standards (available on City’s Buzzsaw
website) – 01 71 23.16.01_ Attachment A_Survey Staking Standards
2. City of Fort Worth - Standard Survey Data Collector Library (fxl) files (available
on City’s Buzzsaw website).
3. Texas Department of Transportation (TxDOT) Survey Manual, latest revision
4. Texas Society of Professional Land Surveyors (TSPS), Manual of Practice for Land
Surveying in the State of Texas, Category 5
1.4 ADMINISTRATIVE REQUIREMENTS
A. The Contractor’s selection of a surveyor must comply with Texas Government
Code 2254 (qualifications based selection) for this project.
1.5 SUBMITTALS
A. Submittals, if required, shall be in accordance with Section 01 33 00.
01 71 23 - 3
CONSTRUCTION STAKING AND SURVEY
Page 3 of 8
CITY OF FORT WORTH Oak Grove Road
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 102802
Revised February 14, 2018
B. All submittals shall be received and reviewed by the City prior to delivery of work.
1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS
A. Field Quality Control Submittals
1. Documentation verifying accuracy of field engineering work, including coordinate
conversions if plans do not indicate grid or ground coordinates.
2. Submit “Cut-Sheets” conforming to the standard template provided by the City
(refer to 01 71 23.16.01 – Attachment A – Survey Staking Standards).
1.7 CLOSEOUT SUBMITTALS
B. As-built Redline Drawing Submittal
1. Submit As-Built Survey Redline Drawings documenting the locations/elevations of
constructed improvements signed and sealed by Registered Professional Land
Surveyor (RPLS) responsible for the work (refer to 01 71 23.16.01 – Attachment A
– Survey Staking Standards) .
2. Contractor shall submit the proposed as-built and completed redline drawing
submittal one (1) week prior to scheduling the project final inspection for City
review and comment. Revisions, if necessary, shall be made to the as-built redline
drawings and resubmitted to the City prior to scheduling the construction final
inspection.
1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
1.9 QUALITY ASSURANCE
A. Construction Staking
1. Construction staking will be performed by the Contractor.
2. Coordination
a. Contact City’s Project Representative at least one week in advance notifying
the City of when Construction Staking is scheduled.
b. It is the Contractor’s responsibility to coordinate staking such that construction
activities are not delayed or negatively impacted.
3. General
a. Contractor is responsible for preserving and maintaining stakes. If Developer’s
Engineer surveyors are required to re-stake for any reason, the Contractor will
be responsible for costs to perform staking. If in the opinion of the City, a
sufficient number of stakes or markings have been lost, destroyed disturbed or
omitted that the contracted Work cannot take place then the Contractor will be
required to stake or re-stake the deficient areas.
B. Construction Survey
1. Construction Survey will be performed by the Contractor.
2. Coordination
a. Contractor to verify that horizontal and vertical control data established in the
design survey and required for construction survey is available and in place.
3. General
01 71 23 - 4
CONSTRUCTION STAKING AND SURVEY
Page 4 of 8
CITY OF FORT WORTH Oak Grove Road
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 102802
Revised February 14, 2018
a. Construction survey will be performed in order to construct the work shown on
the Construction Drawings and specified in the Contract Documents.
b. For construction methods other than open cut, the Contractor shall perform
construction survey and verify control data including, but not limited to, the
following:
1) Verification that established benchmarks and control are accurate.
2) Use of Benchmarks to furnish and maintain all reference lines and grades
for tunneling.
3) Use of line and grades to establish the location of the pipe.
4) Submit to the City copies of field notesused to establish all lines and
grades, if requested, and allow the City to check guidance system setup
prior to beginning each tunneling drive.
5) Provide access for the City, if requested, to verify the guidance system and
the line and grade of the carrier pipe.
6) The Contractor remains fully responsible for the accuracy of the work and
correction of it, as required.
7) Monitor line and grade continuously during construction.
8) Record deviation with respect to design line and grade once at each pipe
joint and submit daily records to the City.
9) If the installation does not meet the specified tolerances (as outlined in
Sections 33 05 23 and/or 33 05 24), immediately notify the City and
Developer’s Engineer and correct the installation in accordance with the
Contract Documents.
C. As-Built Survey
1. Required As-Built Survey will be performed by the Contractor.
2. Coordination
a. Contractor is to coordinate with Developer’s Engineer to confirm which
features require asbuilt surveying.
b. It is the Contractor’s responsibility to coordinate the as-built survey and
required measurements for items that are to be buried such that construction
activities are not delayed or negatively impacted.
c. For sewer mains and water mains 12” and under in diameter, it is acceptable to
physically measure depth and mark the location during the progress of
construction and take as-built survey after the facility has been buried. The
Contractor is responsible for the quality control needed to ensure accuracy.
3. General
a. The Contractor shall provide as-built survey including the elevation and
location (and provide written documentation to the City) of construction
features during the progress of the construction including the following:
1) Water Lines
a) Top of pipe elevations and coordinates for waterlines at the following
locations:
(1) Minimum every 250 linear feet, including
(2) Horizontal and vertical points of inflection, curvature,
etc.
01 71 23 - 5
CONSTRUCTION STAKING AND SURVEY
Page 5 of 8
CITY OF FORT WORTH Oak Grove Road
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 102802
Revised February 14, 2018
(3) Fire line tee
(4) Plugs, stub-outs, dead-end lines
(5) Casing pipe (each end) and all buried fittings
2) Sanitary Sewer
a) Top of pipe elevations and coordinates for force mains and siphon
sanitary sewer lines (non-gravity facilities) at the following locations:
(1) Minimum every 250 linear feet and any buried fittings
(2) Horizontal and vertical points of inflection, curvature,
etc.
3) Stormwater – Not Applicable
b. The Contractor shall provide as-built survey including the elevation and
location (and provide written documentation to the City) of construction
features after the construction is completed including the following:
1) Manholes
a) Rim and flowline elevations and coordinates for each manhole
2) Water Lines
a) Cathodic protection test stations
b) Sampling stations
c) Meter boxes/vaults (All sizes)
d) Fire hydrants
e) Valves (gate, butterfly, etc.)
f) Air Release valves (Manhole rim and vent pipe)
g) Blow off valves (Manhole rim and valve lid)
h) Pressure plane valves
i) Underground Vaults
(1) Rim and flowline elevations and coordinates for each
Underground Vault.
3) Sanitary Sewer
a) Cleanouts
(1) Rim and flowline elevations and coordinates for each
b) Manholes and Junction Structures
(1) Rim and flowline elevations and coordinates for each
manhole and junction structure.
4) Stormwater – Not Applicable
1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED]
1.11 FIELD [SITE] CONDITIONS [NOT USED]
1.12 WARRANTY
PART 2 - PRODUCTS
A. A construction survey will produce, but will not be limited to:
1. Recovery of relevant control points, points of curvature and points of intersection.
01 71 23 - 6
CONSTRUCTION STAKING AND SURVEY
Page 6 of 8
CITY OF FORT WORTH Oak Grove Road
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 102802
Revised February 14, 2018
2. Establish temporary horizontal and vertical control elevations (benchmarks)
sufficiently permanent and located in a manner to be used throughout construction.
3. The location of planned facilities, easements and improvements.
a. Establishing final line and grade stakes for piers, floors, grade beams, parking
areas, utilities, streets, highways, tunnels, and other construction.
b. A record of revisions or corrections noted in an orderly manner for reference.
c. A drawing, when required by the client, indicating the horizontal and vertical
location of facilities, easements and improvements, as built.
4. Cut sheets shall be provided to the City inspector and Survey Superintendent for all
construction staking projects. These cut sheets shall be on the standard city template
which can be obtained from the Survey Superintendent (817-392-7925).
5. Digital survey files in the following formats shall be acceptable:
a. AutoCAD (.dwg)
b. ESRI Shapefile (.shp)
c. CSV file (.csv), formatted with X and Y coordinates in separate columns (use
standard templates, if available)
6. Survey files shall include vertical and horizontal data tied to original project control
and benchmarks, and shall include feature descriptions
PART 3 - EXECUTION
3.1 INSTALLERS
A. Tolerances:
1. The staked location of any improvement or facility should be as accurate as practical
and necessary. The degree of precision required is dependent on many factors all of
which must remain judgmental. The tolerances listed hereafter are based on
generalities and, under certain circumstances, shall yield to specific requirements.
The surveyor shall assess any situation by review of the overall plans and through
consultation with responsible parties as to the need for specific tolerances.
a. Earthwork: Grades for earthwork or rough cut should not exceed 0.1 ft. vertical
tolerance. Horizontal alignment for earthwork and rough cut should not exceed
1.0 ft. tolerance.
b. Horizontal alignment on a structure shall be within .0.1ft tolerance.
c. Paving or concrete for streets, curbs, gutters, parking areas, drives, alleys and
walkways shall be located within the confines of the site boundaries and,
occasionally, along a boundary or any other restrictive line. Away from any
restrictive line, these facilities should be staked with an accuracy producing no
more than 0.05ft. tolerance from their specified locations.
d. Underground and overhead utilities, such as sewers, gas, water, telephone and
electric lines, shall be located horizontally within their prescribed areas or
easements. Within assigned areas, these utilities should be staked with an
accuracy producing no more than 0.1 ft tolerance from a specified location.
e. The accuracy required for the vertical location of utilities varies widely. Many
underground utilities require only a minimum cover and a tolerance of 0.1 ft.
01 71 23 - 7
CONSTRUCTION STAKING AND SURVEY
Page 7 of 8
CITY OF FORT WORTH Oak Grove Road
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 102802
Revised February 14, 2018
should be maintained. Underground and overhead utilities on planned profile,
but not depending on gravity flow for performance, should not exceed 0.1 ft.
tolerance.
B. Surveying instruments shall be kept in close adjustment according to manufacturer’s
specifications or in compliance to standards. The City and Developer reserves the right
to request a calibration report at any time and recommends regular maintenance
schedule be performed by a certified technician every 6 months.
1. Field measurements of angles and distances shall be done in such fashion as to
satisfy the closures and tolerances expressed in Part 3.1.A.
2. Vertical locations shall be established from a pre-established benchmark and
checked by closing to a different bench mark on the same datum.
3. Construction survey field work shall correspond to the client’s plans. Irregularities
or conflicts found shall be reported promptly to the Developer’s Engineer.
4. Revisions, corrections and other pertinent data shall be logged for future reference.
3.2 EXAMINATION [NOT USED]
3.3 PREPARATION [NOT USED]
3.4 APPLICATION
3.5 REPAIR / RESTORATION
A. If the Contractor’s work damages or destroys one or more of the control
monuments/points set by the City, the monuments shall be adequately referenced for
expedient restoration.
1. Notify City if any control data needs to be restored or replaced due to damage caused
during construction operations.
a. Contractor shall perform replacements and/or restorations.
b. The City may require at any time a survey “Field Check” of any monument or
benchmarks that are set be verified by the City surveyors before further
associated work can move forward.
3.6 RE-INSTALLATION [NOT USED]
3.7 FIELD [OR] SITE QUALITY CONTROL
A. It is the Contractor’s responsibility to maintain all stakes and control data placed by the
City in accordance with this Specification. This includes easements and right of way, if
noted on the plans.
B. Do not change or relocate stakes or control data without approval from the City.
3.8 SYSTEM STARTUP
A. Survey Checks
1. The City and Developer’s Engineer reserves the right to perform a Survey Check at
any time deemed necessary.
01 71 23 - 8
CONSTRUCTION STAKING AND SURVEY
Page 8 of 8
CITY OF FORT WORTH Oak Grove Road
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 102802
Revised February 14, 2018
2. Checks by City personnel and Developer’s Engineer or 3rd party contracted
surveyor are not intended to relieve the contractor of his/her responsibility for
accuracy.
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
8/31/2012 D. Johnson
8/31/2017 M. Owen
Added instruction and modified measurement & payment under 1.2; added
definitions and references under 1.3; modified 1.6; added 1.7 closeout submittal
requirements; modified 1.9 Quality Assurance; added PART 2 – PRODUCTS ;
Added 3.1 Installers; added 3.5 Repair/Restoration; and added 3.8 System Startup.
2/14/2018 M Owen
Removed “blue text”; revised measurement and payment sections for Construction
Staking and As-Built Survey; added reference to selection compliance with TGC
2254; revised action and Closeout submittal requirements; added acceptable depth
measurement criteria; revised list of items requiring as-built survey “during” and
“after” construction; and revised acceptable digital survey file format
O:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\01 71
23.16.01_Attachment A_Survey Staking Standards.docx
Page 1 of 22
Section 01 71 23.01 - Attachment A
Survey Staking Standards
February 2017
O:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\01 71
23.16.01_Attachment A_Survey Staking Standards.docx
Page 2 of 22
These procedures are intended to provide a standard method for construction staking services
associated with the City of Fort Worth projects. These are not to be considered all inclusive, but only as
a general guideline. For projects on TXDOT right-of-way or through joint TXDOT participation,
adherence to the TXDOT Survey Manual shall be followed and if a discrepancy arises, the TXDOT
manual shall prevail. (http://onlinemanuals.txdot.gov/txdotmanuals/ess/ess.pdf)
If you have a unique circumstance, please consult with the project manager, inspector, or survey
department at 817-392-7925.
Table of Contents
I. City of Fort Worth Contact Information
II. Construction Colors
III. Standard Staking Supplies
IV. Survey Equipment, Control, and Datum Standards
V. Water Staking
VI. Sanitary Sewer Staking
VII. Storm Staking
VIII. Curb and Gutter Staking
IX. Cut Sheets
X. As-built Survey
O:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\01 71
23.16.01_Attachment A_Survey Staking Standards.docx
Page 3 of 22
I. Survey Department Contact Information
Physical and mailing address:
8851 Camp Bowie West Boulevard
Suite 300
Fort Worth, Texas 76116
Office: (817) 392-7925
Survey Superintendent, direct line: (817) 392-8971
II. Construction Colors
The following colors shall be used for staking or identifying features in the field. This
includes flagging, paint of laths/stakes, paint of hubs, and any identification such as pin flags
if necessary.
Utility Color
PROPOSED EXCAVATION WHITE
ALL ELECTRIC AND CONDUITS RED
POTABLE WATER BLUE
GAS OR OIL YELLOW
TELEPHONE/FIBER OPTIC ORANGE
SURVEY CONTROL POINTS, BENCHMARKS,
PROPERTY CORNERS, RIGHT-OF-WAYS, AND
ALL PAVING INCLUDING CURB, SIDEWALK, BUILDING CORNERS
PINK
SANITARY SEWER GREEN
IRRIGATION AND RECLAIMED WATER PURPLE
III. Standard Staking Supplies
Item Minimum size
Lath/Stake 36" tall
Wooden Hub (2"x2" min. square preferred) 6" tall
Pin Flags (2.5" x 3.5" preferred) 21" long
Guard Stakes Not required
PK or Mag nails 1" long
Iron Rods (1/2” or greater diameter) 18” long
Survey Marking Paint Water-based
Flagging 1" wide
Marking Whiskers (feathers) 6" long
Tacks (for marking hubs) 3/4" long
O:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\01 71
23.16.01_Attachment A_Survey Staking Standards.docx
Page 4 of 22
IV. Survey Equipment, Control, and Datum Standards
A. City Benchmarks
All city benchmarks can be found here: http://fortworthtexas.gov/itsolutions/GIS/
Look for ‘Zoning Maps’. Under ‘Layers’ , expand ‘Basemap Layers’, and check on
‘Benchmarks’.
B. Conventional or Robotic Total Station Equipment
I. A minimum of a 10 arc-second instrument is required.
II. A copy of the latest calibration report may be requested by the City at any time.
It is recommended that an instrument be calibrated by certified technician at
least 1 occurrence every 6 months.
C. Network/V.R.S. and static GPS Equipment
I. It is critical that the surveyor verify the correct horizontal and vertical datum
prior commencing work. A site calibration may be required and shall consist of
at least 4 control points spaced evenly apart and in varying quadrants.
Additional field checks of the horizontal and vertical accuracies shall be
completed and the City may ask for a copy of the calibration report at any time.
II. Network GPS such as the Western Data Systems or SmartNet systems may be
used for staking of property/R.O.W, forced-main water lines, and rough-grade
only. No GPS staking for concrete, sanitary sewer, storm drain, final grade, or
anything that needs vertical grading with a tolerance of 0.25’ or less is
allowed.
D. Control Points Set
I. All control points set shall be accompanied by a lath with the appropriate
Northing, Easting, and Elevation (if applicable) of the point set. Control points
can be set rebar, ‘X’ in concrete, or any other appropriate item with a stable
base and of a semi-permanent nature. A rebar cap is optional, but preferred if
the cap is marked ‘control point’ or similar wording.
II. Datasheets are required for all control points set.
Datasheet should include:
A. Horizontal and Vertical Datum used, Example: N.A.D.83, North Central Zone
4202, NAVD 88 Elevations
B. Grid or ground distance. – If ground, provide scale factor used and base
point coordinate, Example: C.S.F.=0.999125, Base point=North: 0, East=0
C. Geoid model used, Example: GEOID12A
O:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\01 71
23.16.01_Attachment A_Survey Staking Standards.docx
Page 5 of 22
E. Preferred Grid Datum
Although many plan sets can be in surface coordinates, the City’s preferred grid datum
is listed below. Careful consideration must be taken to verify what datum each project is
in prior to beginning work. It is essential the surveyor be familiar with coordinate
transformations and how a grid/surface/assumed coordinate system affect a project.
Projected Coordinate
System: NAD_1983_StatePlane_Texas_North_Central_FIPS_4202_Feet
Projection: Lambert_Conformal_Conic
False_Easting: 1968500.00000000
False_Northing: 6561666.66666667
Central_Meridian: -98.50000000
Standard_Parallel_1: 32.13333333
Standard_Parallel_2: 33.96666667
Latitude_Of_Origin: 31.66666667
Linear Unit: Foot_US
Geographic Coordinate System: GCS_North_American_1983
Datum: D_North_American_1983
Prime Meridian: Greenwich
Angular Unit: Degree
Note: Regardless of what datum each particular project is in, deliverables to the City
must be converted/translated into this preferred grid datum. 1 copy of the deliverable
should be in the project datum (whatever it may be) and 1 copy should be in the NAD83,
TX North Central 4202 zone. See Preferred File Naming Convention below
F. Preferred Deliverable Format
.txt .csv .dwg .job
G. Preferred Data Format
P,N,E,Z,D,N
Point Number, Northing, Easting, Elevation, Description, Notes (if applicable)
H. Preferred File Naming Convention
This is the preferred format: City Project Number_Description_Datum.csv
Example for a project that has surface coordinates which must be translated:
File 1: C1234_As-built of Water on Main Street_Grid NAD83 TXSP 4202.csv
O:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\01 71
23.16.01_Attachment A_Survey Staking Standards.docx
Page 6 of 22
File 2: C1234_As-built of Water on Main Street_Project Specific Datum.csv
Example Control Stakes
O:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\01 71
23.16.01_Attachment A_Survey Staking Standards.docx
Page 7 of 22
V. Water Staking Standards
O:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\01 71
23.16.01_Attachment A_Survey Staking Standards.docx
Page 8 of 22
A. Centerline Staking – Straight Line Tangents
I. Offset lath/stakes every 200’ on even stations
II. Painted blue lath/stake only, no hub is required
III. Grade is to top of pipe (T/P) for 12” diameter pipes or smaller
IV. Grade to flow line (F/L) for 16” and larger diameter pipes
V. Grade should be 3.50’ below the proposed top of curb line for 10” and smaller
diameter pipes
VI. Grade should be 4.00’ below the proposed top of curb line for 12” and larger
diameter pipes
VII. Cut Sheets are required on all staking and a copy can be received from the
survey superintendent
Optional: Actual stakes shall consist of a 60D nail or hub set with a whisker
B. Centerline Staking - Curves
I. If arc length is greater than 100’, POC (Point of Curvature) offset stakes should
be set at a 25’ interval
II. Same grading guidelines as above
III. Staking of radius points of greater than 100’ may be omitted
C. Water Meter Boxes
I. 7.0’ perpendicular offset is preferred to the center of the box
II. Center of the meter should be 3.0’ behind the proposed face of curb
III. Meter should be staked a minimum of 4.5’ away from the edge of a driveway
IV. Grade is to top of box and should be +0.06’ higher than the proposed top of
curb unless shown otherwise on the plans
D. Fire Hydrants
I. Center of Hydrant should be 3.0’ behind proposed face of curb
II. Survey offset stake should be 7.0’ from the center and perpendicular to the curb
line or water main
III. Grade of hydrants should be +0.30 higher than the adjacent top of curb
E. Water Valves & Vaults
I. Offsets should be perpendicular to the proposed water main
II. RIM grades should only be provided if on plans
Example Water Stakes
O:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\01 71
23.16.01_Attachment A_Survey Staking Standards.docx
Page 9 of 22
VI. Sanitary Sewer Staking
O:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\01 71
23.16.01_Attachment A_Survey Staking Standards.docx
Page 10 of 22
A. Centerline Staking – Straight Line Tangents
I. Inverts shall be field verified and compared against the plans before staking
II. Painted green lath/stake WITH hub and tack or marker dot, no flagging required
III. 1 offset stake between manholes if manholes are 400’ or less apart
IV. Offset stakes should be located at even distances and perpendicular to the
centerline
V. Grades will be per plan and the date of the plans used should be noted
VI. If multiple lines are at one manhole, each line shall have a cut/fill and direction
noted
VII. Stakes at every grade break
VIII. Cut sheets are required on all staking
Optional: Actual stakes shall consist of a 60D nail or hub set with a whisker
B. Centerline Staking – Curves
I. If arc length is greater than 100’, POC (Point of Curvature) offset stakes should
be set at a 25’ interval
II. Staking of radius points of greater than 100’ may be omitted
C. Sanitary Sewer Manholes
I. 2 offset stakes per manhole for the purpose of providing alignment to the
contractor
II. Flowline grade should be on the lath/stake for each flowline and direction noted
III. RIM grade should only be on the stake when provided in the plans
O:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\01 71
23.16.01_Attachment A_Survey Staking Standards.docx
Page 11 of 22
Example Sanitary Sewer Stakes
O:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\01 71
23.16.01_Attachment A_Survey Staking Standards.docx
Page 12 of 22
VII. Storm Sewer & Inlet Staking
A. Centerline Staking – Straight Line Tangents
I. 1 offset stake every 200’ on even stations
II. Grades are to flowline of pipe unless otherwise shown on plans
III. Stakes at every grade break
IV. Cut sheets are required on all staking
Optional: Actual stakes shall consist of a 60D nail or hub set with a whisker
B. Centerline Staking – Curves
I. If arc length is greater than 100’, POC (Point of Curvature) offset stakes should
be set at a 25’ interval
II. Staking of radius points of greater than 100’ may be omitted
C. Storm Drain Inlets
I. Staking distances should be measured from end of wing
II. Standard 10’ Inlet = 16.00’ total length
III. Recessed 10’ Inlet = 20.00’ total length
IV. Standard double 10’ inlet = 26.67’ total length
V. Recessed double 10’ inlet = 30.67’ total length
D. Storm Drain Manholes
I. 2 offset stakes per manhole for the purpose of providing alignment to the
contractor
II. Flowline grade should be on the lath/stake for each flowline and direction noted
III. RIM grade should only be on the stake when provided in the plans
O:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\01 71
23.16.01_Attachment A_Survey Staking Standards.docx
Page 13 of 22
Example Storm Inlet Stakes
O:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\01 71
23.16.01_Attachment A_Survey Staking Standards.docx
Page 14 of 22
VIII. Curb and Gutter Staking
A. Centerline Staking – Straight Line Tangents
V. 1 offset stake every 50’ on even stations
VI. Grades are to top of curb unless otherwise shown on plans
VII. Stakes at every grade break
VIII. Cut sheets are required on all staking
Optional: Actual stakes shall consist of a 60D nail or hub set with a whisker
B. Centerline Staking – Curves
III. If arc length is greater than 100’, POC (Point of Curvature) offset stakes should
be set at a 25’ interval
IV. Staking of radius points of greater than 100’ may be omitted
O:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\01 71
23.16.01_Attachment A_Survey Staking Standards.docx
Page 15 of 22
Example Curb & Gutter Stakes
Example Curb & Gutter Stakes at Intersection
O:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\01 71
23.16.01_Attachment A_Survey Staking Standards.docx
Page 16 of 22
O:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\01 71
23.16.01_Attachment A_Survey Staking Standards.docx
Page 17 of 22
IX. Cut Sheets
A. Date of field work
B. Staking Method (GPS, total station)
C. Project Name
D. City Project Number (Example: C01234)
E. Location (Address, cross streets, GPS coordinate)
F. Survey company name
G. Crew chief name
H. A blank template can be obtained from the survey superintendent (see item I above)
Standard City Cut Sheet
Date:
City Project
Number:
Project Name:
Staking Method: GPS
TOTAL
STATION OTHER
LOCATION:
CONSULTANT/CONTRACTOR
SURVEY CREW INITIALS
ALL GRADES ARE TO FLOWLINE OR TOP OF CURB UNLESS OTHERWISE NOTED.
PT # STATION OFFSET DESCRIPTION PROP. STAKED - CUT + FILL -LT/+RT GRADE ELEV.
O:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\01 71
23.16.01_Attachment A_Survey Staking Standards.docx
Page 18 of 22
X. As-built Survey
A. Definition and Purpose
The purpose of an as-built survey is to verify the asset was installed in the proper location
and grade. Furthermore, the information gathered will be used to supplement the City’s GIS
data and must be in the proper format when submitted. See section IV.
As-built survey should include the following (additional items may be requested):
Manholes
Top of pipe elevations every 250 feet
Horizontal and vertical points of inflection, curvature, etc. (All Fittings)
Cathodic protection test stations
Sampling stations
Meter boxes/vaults (All sizes)
Fire lines
Fire hydrants
Gate valves (rim and top of nut)
Plugs, stub-outs, dead-end lines
Air Release valves (Manhole rim and vent pipe)
Blow off valves (Manhole rim and valve lid)
Pressure plane valves
Cleaning wyes
Clean outs
Casing pipe (each end)
Inverts of pipes
Turbo Meters
O:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\01 71
23.16.01_Attachment A_Survey Staking Standards.docx
Page 19 of 22
B. Example Deliverable
A hand written red line by the field surveyor is acceptable in most cases. This should be
a copy of the plans with the point number noted by each asset. If the asset is missing,
then the surveyor should write “NOT FOUND” to notify the City.
O:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\01 71
23.16.01_Attachment A_Survey Staking Standards.docx
Page 20 of 22
O:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\01 71
23.16.01_Attachment A_Survey Staking Standards.docx
Page 21 of 22
O:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\01 71
23.16.01_Attachment A_Survey Staking Standards.docx
Page 22 of 22
O:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\01 71
23.16.01_Attachment A_Survey Staking Standards.docx
Page 23 of 23
O:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\01 71
23.16.01_Attachment A_Survey Staking Standards.docx
Page 24 of 24
Obviously the .csv or .txt file cannot be signed/sealed by a surveyor in the format
requested. This is just an example and all this information should be noted when
delivered to the City so it is clear to what coordinate system the data is in.
O:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\01 71
23.16.01_Attachment A_Survey Staking Standards.docx
Page 25 of 25
C. Other preferred as-built deliverable
Some vendors have indicated that it is easier to deliver this information in a different
format. Below is an example spreadsheet that is also acceptable and can be obtained by
request from the survey superintendent.
O:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\01 71
23.16.01_Attachment A_Survey Staking Standards.docx
Page 26 of 26
01 74 23 - 1
DAP CLEANING
Page 1 of 4
CITY OF FORT WORTH Oak Grove Road
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CPN 102802
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.
01 74 23 - 2
DAP CLEANING
Page 2 of 4
CITY OF FORT WORTH Oak Grove Road
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CPN 102802
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.
01 74 23 - 3
DAP CLEANING
Page 3 of 4
CITY OF FORT WORTH Oak Grove Road
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CPN 102802
Revised April 7, 2014
5. Dispose of nondegradable debris at an approved solid waste disposal site or in an
alternate manner approved by City and regulatory agencies.
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]
01 74 23 - 4
DAP CLEANING
Page 4 of 4
CITY OF FORT WORTH Oak Grove Road
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CPN 102802
Revised April 7, 2014
END OF SECTION
Revision Log
DATE NAME SUMMARY OF CHANGE
4/7/2014 M.Domenech Revised for DAP application
01 77 19 - 1
DAP CLOSEOUT REQUIREMENTS
Page 1 of 3
CITY OF FORT WORTH Oak Grove Road
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CPN 102802
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.
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]
01 77 19 - 2
DAP CLOSEOUT REQUIREMENTS
Page 2 of 3
CITY OF FORT WORTH Oak Grove Road
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CPN 102802
Revised April 7, 2014
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
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
01 77 19 - 3
DAP CLOSEOUT REQUIREMENTS
Page 3 of 3
CITY OF FORT WORTH Oak Grove Road
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CPN 102802
Revised April 7, 2014
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
01 78 23 - 1
DAP OPERATION AND MAINTENANCE DATA
Page 1 of 5
CITY OF FORT WORTH Oak Grove Road
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CPN 102802
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
01 78 23 - 2
DAP OPERATION AND MAINTENANCE DATA
Page 2 of 5
CITY OF FORT WORTH Oak Grove Road
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CPN 102802
Revised April 7, 2014
c. Text: Manufacturer’s printed data, or neatly typewritten
d. Drawings
1) Provide reinforced punched binder tab, bind in with text 2) Reduce larger
drawings and fold to size of text pages.
f. 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.
g. 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
01 78 23 - 3
DAP OPERATION AND MAINTENANCE DATA
Page 3 of 5
CITY OF FORT WORTH Oak Grove Road
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CPN 102802
Revised April 7, 2014
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.
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
01 78 23 - 4
DAP OPERATION AND MAINTENANCE DATA
Page 4 of 5
CITY OF FORT WORTH Oak Grove Road
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CPN 102802
Revised April 7, 2014
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
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:
01 78 23 - 5
DAP OPERATION AND MAINTENANCE DATA
Page 5 of 5
CITY OF FORT WORTH Oak Grove Road
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CPN 102802
Revised April 7, 2014
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
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
01 78 39 - 1
DAP PROJECT RECORD DOCUMENTS
Page 1 of 4
CITY OF FORT WORTH Oak Grove Road
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CPN 102802
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.
01 78 39 - 2
DAP PROJECT RECORD DOCUMENTS
Page 2 of 4
CITY OF FORT WORTH Oak Grove Road
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CPN 102802
Revised April 7, 2014
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.
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]
01 78 39 - 3
DAP PROJECT RECORD DOCUMENTS
Page 3 of 4
CITY OF FORT WORTH Oak Grove Road
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CPN 102802
Revised April 7, 2014
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".
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
01 78 39 - 4
DAP PROJECT RECORD DOCUMENTS
Page 4 of 4
CITY OF FORT WORTH Oak Grove Road
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CPN 102802
Revised April 7, 2014
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.
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
31 23 16 - 1
UNCLASSIFIED EXCAVATION
Page 1 of 4
CITY OF FORT WORTH Oak Grove Road
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 102802
Revised January 28, 2013
1 SECTION 31 23 16
2 UNCLASSIFIED EXCAVATION
3 PART 1 - GENERAL
4 1.1 SUMMARY
5 A. Section Includes:
6 1. Excavate areas as shown on the Drawings or as directed. Removal of materials
7 encountered to the lines, grades, and typical sections shown on the Drawings and
8 removal from site. Excavations may include construction of
9 a. Roadways
10 b. Drainage Channels
11 c. Site Excavation
12 d. Excavation for Structures
13 e. Or any other operation involving the excavation of on-site materials
14 B. Deviations from this City of Fort Worth Standard Specification
15 1. Identified Measurement and Payment
16 C. Related Specification Sections include, but are not necessarily limited to:
17 1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract
18 2. Division 1 – General Requirements
19 3. Section 31 23 23 – Borrow
20 4. Section 31 24 00 – Embankments
21 1.2 PRICE AND PAYMENT PROCEDURES
22 A. Measurement and Payment
23 1. Excavation by Plan Quantity
24 a. Measurement
25 1) Measurement for this Item shall be by the cubic yard in its final position
26 using the average end area method. Limits of measurement are shown on
27 the Drawings.
28 2) When measured by the cubic yard in its final position, this is a plans
29 quantity measurement Item. The quantity to be paid is the quantity shown
30 in the proposal, unless modified by Article 11.04 of the General
31 Conditions. Additional measurements or calculations will be made if
32 adjustments of quantities are required.
33 b. Payment
34 1) The work performed and materials furnished in accordance with this Item
35 and measured as provided under “Measurement” will be paid for at the unit
36 price bid per cubic yard of “Unclassified Excavation by Plan”. No
37 additional compensation will be allowed for rock or shrinkage/swell
38 factors, as these are the Contractor’s responsibility.
39 c. The price bid shall include:
40 1) Excavation
41 2) Excavation Safety
42 3) Drying
31 23 16 - 2
UNCLASSIFIED EXCAVATION
Page 2 of 4
CITY OF FORT WORTH Oak Grove Road
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 102802
Revised January 28, 2013
1 4) Dust Control
2 5) Reworking or replacing the over excavated material in rock cuts
3 6) Hauling
4 7) Disposal of excess material not used elsewhere onsite
5 8) Scarification
6 9) Clean-up
7 1.3 REFERENCES [NOT USED]
8 A. Definitions
9 1. Unclassified Excavation – Without regard to materials, all excavations shall be
10 considered unclassified and shall include all materials excavated. Any reference to
11 Rock or other materials on the Drawings or in the specifications is solely for the
12 City and the Contractor’s information and is not to be taken as a classification of
13 the excavation.
14 1.4 ADMINSTRATIVE REQUIREMENTS
15 A. The Contractor will provide the City with a Disposal Letter in accordance to Division
16 01.
17 1.5 SUBMITTALS [NOT USED]
18 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED]
19 1.7 CLOSEOUT SUBMITTALS [NOT USED]
20 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
21 1.9 QUALITY ASSURANCE
22 A. Excavation Safety
23 1. The Contractor shall be solely responsible for making all excavations in a safe
24 manner.
25 2. All excavation and related sheeting and bracing shall comply with the requirements
26 of OSHA excavation safety standards 29 CFR part 1926 and state requirements.
27 1.10 DELIVERY, STORAGE, AND HANDLING
28 A. Storage
29 1. Within Existing Rights-of-Way (ROW)
30 a. Soil may be stored within existing ROW, easements or temporary construction
31 easements, unless specifically disallowed in the Contract Documents.
32 b. Do not block drainage ways, inlets or driveways.
33 c. Provide erosion control in accordance with Section 31 25 00.
34 d. When the Work is performed in active traffic areas, store materials only in
35 areas barricaded as provided in the traffic control plans.
36 e. In non-paved areas, do not store material on the root zone of any trees or in
37 landscaped areas.
38 2. Designated Storage Areas
39 a. If the Contract Documents do not allow the storage of spoils within the ROW,
40 easement or temporary construction easement, then secure and maintain an
41 adequate storage location.
31 23 16 - 3
UNCLASSIFIED EXCAVATION
Page 3 of 4
CITY OF FORT WORTH Oak Grove Road
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 102802
Revised January 28, 2013
1 b. Provide an affidavit that rights have been secured to store the materials on
2 private property.
3 c. Provide erosion control in accordance with Section 31 25 00.
4 d. Do not block drainage ways.
5 1.11 FIELD CONDITIONS
6 A. Existing Conditions
7 1. Any data which has been or may be provided on subsurface conditions is not
8 intended as a representation or warranty of accuracy or continuity between soils. It
9 is expressly understood that neither the City nor the Engineer will be responsible
10 for interpretations or conclusions drawn there from by the Contractor.
11 2. Data is made available for the convenience of the Contractor.
12 1.12 WARRANTY [NOT USED]
13 PART 2 - PRODUCTS [NOT USED]
14 2.1 OWNER-FURNISHED [NOT USED]
15 2.2 PRODUCT TYPES AND MATERIALS
16 A. Materials
17 1. Unacceptable Fill Material
18 a. In-situ soils classified as ML, MH, PT, OL or OH in accordance with ASTM
19 D2487
20 PART 3 - EXECUTION
21 3.1 INSTALLERS [NOT USED]
22 3.2 EXAMINATION [NOT USED]
23 3.3 PREPARATION [NOT USED]
24 3.4 CONSTRUCTION
25 A. Accept ownership of unsuitable or excess material and dispose of material off-site
26 accordance with local, state, and federal regulations at locations.
27 B. Excavations shall be performed in the dry, and kept free from water, snow and ice
28 during construction with eh exception of water that is applied for dust control.
29 C. Separate Unacceptable Fill Material from other materials, remove from the Site and
30 properly dispose according to disposal plan.
31 D. Maintain drainage in the excavated area to avoid damage to the roadway sections and
32 proposed or existing structures.
33 E. Correct any damage to the subgrade caused by weather, at no additional cost to the
34 City.
35 F. Shape slopes to avoid loosening material below or outside the proposed grades.
36 Remove and dispose of slides as directed.
31 23 16 - 4
UNCLASSIFIED EXCAVATION
Page 4 of 4
CITY OF FORT WORTH Oak Grove Road
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 102802
Revised January 28, 2013
1 G. Rock Cuts
2 1. Excavate to finish grades.
3 2. In the event of over excavation due to contractor error below the lines and grades
4 established in the Drawings, use approved embankment material compacted in
5 accordance with Section 31 24 00 to replace the over excavated at no additional
6 cost to City.
7 H. Earth Cuts
8 1. Excavate to finish subgrade
9 2. In the event of over excavation due to contractor error below the lines and grades
10 established in the Drawings, use approved embankment material compacted in
11 accordance with Section 31 24 00 to replace the over excavated at no additional
12 cost to City.
13 3. Manipulate and compact subgrade in accordance with Section 31 24 00.
14 3.5 REPAIR [NOT USED]
15 3.6 RE-INSTALLATION [NOT USED]
16 3.7 FIELD QUALITY CONTROL
17 A. Subgrade Tolerances
18 1. Excavate to within 0.1 foot in all directions.
19 2. In areas of over excavation, Contractor provides fill material approved by the City
20 at no expense to the City.
21 3.8 SYSTEM STARTUP [NOT USED]
22 3.9 ADJUSTING [NOT USED]
23 3.10 CLEANING [NOT USED]
24 3.11 CLOSEOUT ACTIVITIES [NOT USED]
25 3.12 PROTECTION [NOT USED]
26 3.13 MAINTENANCE [NOT USED]
27 3.14 ATTACHMENTS [NOT USED]
28 END OF SECTION
Revision Log
DATE NAME SUMMARY OF CHANGE
12/20/2012 D. Johnson 1.2 - Measurement and Payment Section modified; Blue Text added for clarification
1/28/13 D. Johnson 1.2 – Modified Bid Item names in payment section to differentiate between Payment
Methods on bid list.
29
31 23 23 - 1
BORROW
Page 1 of 5
CITY OF FORT WORTH Oak Grove Road
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 102802
Revised January 28, 2013
1 SECTION 31 23 23
2 BORROW
3
4 PART 1 - GENERAL
5 1.1 SUMMARY
6 A. Section Includes:
7 1. Furnish, place and compact Borrow material for grading.
8 B. Deviations from this City of Fort Worth Standard Specification
9 1. Identified Measurement and Payment
10 C. Related Specification Sections include, but are not necessarily limited to:
11 1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract
12 2. Division 1 – General Requirements
13 3. Section 31 23 16 – Unclassified Excavation
14 4. Section 31 24 00 – Embankments
15 1.2 PRICE AND PAYMENT PROCEDURES
16 A. Measurement and Payment
17 1. Borrow by Plan Quantity
18 a. Measurement
19 1) Measurement for this Item shall be by the cubic yard in its final position
20 using the average end area method. Limits of measurement are shown on
21 the Drawings.
22 2) When measured by the cubic yard in its final position, this is a plans
23 quantity measurement Item. The quantity to be paid is the quantity shown
24 in the proposal, unless modified by Article 11.04 of the General
25 Conditions. Additional measurements or calculations will be made if
26 adjustments of quantities are required.
27 b. Payment
28 1) The work performed and materials furnished in accordance with this Item
29 and measured as provided under “Measurement” will be paid for at the unit
30 price bid per cubic yard of “Borrow by Plan” for the various borrow
31 materials. No additional compensation will be allowed for rock or
32 shrinkage/swell factors, as these are the Contractor’s responsibility.
33 c. The price bid shall include:
34 1) Transporting or hauling material
35 2) Furnishing, placing, compacting and finishing Borrow
36 3) Construction Water
37 4) Dust Control
38 5) Clean-up
39 6) Proof Rolling
40 7) Disposal of excess or waste material
41 8) Reworking or replacement of undercut material
31 23 23 - 2
BORROW
Page 2 of 5
CITY OF FORT WORTH Oak Grove Road
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 102802
Revised January 28, 2013
1 1.3 REFERENCES
2 A. Reference Standards
3 1. Reference standards cited in this Specification refer to the current reference
4 standard published at the time of the latest revision date logged at the end of this
5 Specification, unless a date is specifically cited.
6 2. ASTM Standards
7 a. ASTM D2487, Standard Practice for Classification of Soils for Engineering
8 Purposes (Unified Soil Classification System)
9 b. ASTM D4318-10, Standard Test Methods for Liquid Limit, Plastic Limit, and
10 Plasticity Index of Soils
11 c. ASTM D6913, Standard Test Methods for Particle-Size Distribution
12 (Gradation) of Soils Using Sieve Analysis
13 d. ASTM D698, Standard Test Methods for Laboratory Compaction
14 Characteristics of Soil Using Standard Effort (12,400 ft-lbf/ft3)
15 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED]
16 1.5 SUBMITTALS
17 A. Submittals shall be in accordance with Section 01 33 00.
18 B. All submittals shall be approved by the City prior to construction.
19 C. Submit laboratory tests reports for each soil borrow source used to supply general
20 borrow and select fill materials.
21 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS
22 A. Shop Drawings
23 1. Stockpiled Borrow material
24 a. Provide a description of the storage of the delivered Borrow material only if the
25 Contract Documents do not allow storage of materials in the right-of-way of the
26 easement.
27 1.7 CLOSEOUT SUBMITTALS [NOT USED]
28 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
29 1.9 QUALITY ASSURANCE
30 A. Borrow material shall be tested prior to delivery to the Site.
31 1. Provide Proctor Test results, Gradation and Atterberg Limits for Borrow material
32 from each source.
33 a. All testing listed above shall be performed in terms of ASTM D698, ASTM
34 D6913 and ASTM D4318-10 respectively.
35 1.10 DELIVERY, STORAGE, AND HANDLING
36 A. Delivery
37 1. Coordinate all deliveries and haul-off.
38 B. Storage
39 1. Within Existing Rights-of-Way (ROW)
31 23 23 - 3
BORROW
Page 3 of 5
CITY OF FORT WORTH Oak Grove Road
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 102802
Revised January 28, 2013
1 a. Borrow materials may be stored within existing ROW, easements or temporary
2 construction easements, unless specifically disallowed in the Contract
3 Documents.
4 b. Do not block drainage ways, inlets or driveways.
5 c. Provide erosion control in accordance with Section 31 25 00.
6 d. Store materials only in areas barricaded as provided in the traffic control plans.
7 e. In non-paved areas, do not store material on the root zone of any trees or in
8 landscaped areas.
9 2. Designated Storage Areas
10 a. If the Contract Documents do not allow the storage of Borrow materials within
11 the ROW, easement or temporary construction easement, then secure and
12 maintain an adequate storage location.
13 b. Provide an affidavit that rights have been secured to store the materials on
14 private property.
15 c. Provide erosion control in accordance with Section 31 25 00.
16 d. Do not block drainage ways.
17 e. Only materials used for 1 working day will be allowed to be stored in the work
18 zone.
19 1.11 FIELD CONDITIONS [NOT USED]
20 1.12 WARRANTY [NOT USED]
21 PART 2 - PRODUCTS
22 2.1 OWNER-FURNISHED [NOT USED]
23 2.2 PRODUCT TYPES AND MATERIALS
24 A. Borrow
25 1. Additional soil beneath pavements, roadways, foundations and other structures
26 required to achieve the elevations shown on the Drawings.
27 2. Acceptable Fill Material
28 a. In-situ or imported soils classified as CL, CH, SC or GC in accordance with
29 ASTM D2487
30 b. Free from deleterious materials, boulders over 6 inches in size and organics
31 c. Can be placed free from voids
32 d. Must have 20 percent passing the number 200 sieve
33 3. Blended Fill Material
34 a. In-situ soils classified as SP, SM, GP or GM in accordance with ASTM D2487
35 b. Blended with in-situ or imported Acceptable Fill material to meet the
36 requirements of an Acceptable Fill Material
37 c. Free from deleterious materials, boulders over 6 inches in size and organics
38 d. Must have 20 percent passing the number 200 sieve
39 4. Select Fill
40 a. Classified as SC or CL in accordance with ASTM D2487
41 b. Liquid limit less than 35
42 c. Plasticity index between 8 and 20
43 5. Cement Stabilized Sand (CSS)
31 23 23 - 4
BORROW
Page 4 of 5
CITY OF FORT WORTH Oak Grove Road
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 102802
Revised January 28, 2013
1 a. Sand or silty sand
2 b. Free of clay or plastic material
3 c. Minimum of 4 percent cement content of Type I/II portland cement
4 d. 100 to 150 psi compressive strength at 2 days in accordance with ASTM
5 D1633, Method A
6 e. 200 to 250 psi compressive strength at 23 days in accordance with ASTM
7 D1633, Method A
8 f. Mix in a stationary pug mill, weigh-batch or continuous mixing plant
9 2.3 ASSEMBLY OR FABRICATION TOLERANCES [NOT USED]
10 2.4 ACCESSORIES [NOT USED]
11 2.5 SOURCE QUALITY CONTROL [NOT USED]
12 PART 3 - EXECUTION
13 3.1 INSTALLERS [NOT USED]
14 3.2 EXAMINATION [NOT USED]
15 3.3 PREPARATION [NOT USED]
16 3.4 INSTALLATION
17 A. All Borrow placement shall be performed in accordance to Section 31 24 00.
18 3.5 REPAIR [NOT USED]
19 3.6 RE-INSTALLATION [NOT USED]
20 3.7 FIELD QUALITY CONTROL
21 A. Field quality control will be performed in accordance to Section 31 24 00.
22 3.8 SYSTEM STARTUP [NOT USED]
23 3.9 ADJUSTING [NOT USED]
24 3.10 CLEANING [NOT USED]
25 3.11 CLOSEOUT ACTIVITIES [NOT USED]
26 3.12 PROTECTION [NOT USED]
27 3.13 MAINTENANCE [NOT USED]
28 3.14 ATTACHMENTS [NOT USED]
29 END OF SECTION
Revision Log
DATE NAME SUMMARY OF CHANGE
12/20/2012 D. Johnson 1.2 - Measurement and Payment Section modified; Blue Text added for clarification
31 23 23 - 5
BORROW
Page 5 of 5
CITY OF FORT WORTH Oak Grove Road
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 102802
Revised January 28, 2013
1/28/13 D. Johnson 1.2 – Modified Bid Item names in payment section to differentiate between Payment
Methods on bid list.
1
31 24 00 - 1
EMBANKMENTS
Page 1 of 9
CITY OF FORT WORTH Oak Grove Road
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 102802
Revised January 28, 2013
1 SECTION 31 24 00
2 EMBANKMENTS
3 PART 1 - GENERAL
4 1.1 SUMMARY
5 A. Section Includes:
6 1. Transporting and placement of Acceptable Fill Material within the boundaries of
7 the Site for construction of:
8 a. Roadways
9 b. Embankments
10 c. Drainage Channels
11 d. Site Grading
12 e. Any other operation involving the placement of on-site materials
13 B. Deviations from this City of Fort Worth Standard Specification
14 1. Identified Measurement and Payment
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 3. Section 31 23 16 – Unclassified Excavation
19 4. Section 31 23 23 – Borrow
20 1.2 PRICE AND PAYMENT PROCEDURES
21 A. Measurement and Payment
22 1. Embankments by Plan Quantity
23 a. Measurement
24 1) Measurement for this Item shall be by the cubic yard in its final position
25 using the average end area method. Limits of measurement are shown on
26 the Drawings.
27 2) When measured by the cubic yard in its final position, this is a plans
28 quantity measurement Item. The quantity to be paid is the quantity shown
29 in the proposal, unless modified by Article 11.04 of the General
30 Conditions. Additional measurements or calculations will be made if
31 adjustments of quantities are required.
32 b. Payment
33 1) The work performed and materials furnished in accordance with this Item
34 and measured as provided under “Measurement” will be paid for at the unit
35 price bid per cubic yard of “Embankment by Plan”. No additional
36 compensation will be allowed for rock or shrinkage/swell factors, as these
37 are the Contractor’s responsibility.
38 c. The price bid shall include:
39 1) Transporting or hauling material
40 2) Placing, compacting, and finishing Embankment
41 3) Construction Water
42 4) Dust Control
31 24 00 - 2
EMBANKMENTS
Page 2 of 9
CITY OF FORT WORTH Oak Grove Road
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 102802
Revised January 28, 2013
1 5) Clean-up
2 6) Proof Rolling
3 7) Disposal of excess materials
4 8) Reworking or replacement of undercut material
5 1.3 REFERENCES
6 A. Reference Standards
7 1. Reference standards cited in this specification refer to the current reference standard
8 published at the time of the latest revision date logged at the end of this
9 specification, unless a date is specifically cited.
10 2. ASTM Standards
11 a. ASTM D4318-10, Test Procedure for Determining Liquid Limit, Plastic Limit,
12 and Plasticity Index of Soils
13 b. ASTM D4943-08, Standard Test Method for Shrinkage Factors of Soils by the
14 Wax Method
15 c. ASTM D698-07e1, Standard Test Methods for Laboratory Compaction
16 Characteristics of Soil Using Standard Effort
17 d. ASTM D1557-09, Standard Test Methods for Laboratory Compaction
18 Characteristics of Soil Using Modified Effort
19 e. ASTM D7382-08, Standard Test for Determination of Maximum Dry Unit
20 Weight and Water Content Range for Effective Compaction of Granular Soils
21 Using a Vibrating Hammer
22 f. ASTM D1556-07, Standard Test for Density and Unit Weight of Soil In-Place
23 by the Sand Cone Method
24 1.4 ADMINSTRATIVE REQUIREMENTS
25 A. Sequencing
26 1. Sequence work such that calls of proctors are complete in accordance with ASTM
27 D698 prior to commencement of construction activities.
28 1.5 SUBMITTALS
29 A. Submittals shall be in accordance with Section 01 33 00.
30 B. All submittals shall be approved by the City prior to construction
31 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS
32 A. Shop Drawings
33 1. Stockpiled material
34 a. Provide a description of the storage of the excavated material only if the
35 Contract Documents do not allow storage of materials in the right-of-way or the
36 easement
31 24 00 - 3
EMBANKMENTS
Page 3 of 9
CITY OF FORT WORTH Oak Grove Road
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 102802
Revised January 28, 2013
1 1.7 CLOSEOUT SUBMITTALS [NOT USED]
2 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
3 1.9 QUALITY ASSURANCE [NOT USED]
4 1.10 DELIVERY, STORAGE, AND HANDLING
5 A. Storage
6 1. Within Existing Rights-of-Way (ROW)
7 a. Soil may be stored within existing ROW, easements or temporary construction
8 easements, unless specifically disallowed in the Contract Documents.
9 b. Do not block drainage ways, inlets or driveways.
10 c. Provide erosion control in accordance with Section 31 25 00.
11 d. When the Work is performed in active traffic areas, store materials only in
12 areas barricaded as provided in the traffic control plans.
13 e. In non-paved areas, do not store material on the root zone of any trees or in
14 landscaped areas.
15 2. Designated Storage Areas
16 a. If the Contract Documents do not allow the storage within the ROW, easement
17 or temporary construction easement, then secure and maintain an adequate
18 storage location.
19 b. Provide an affidavit that rights have been secured to store the materials on
20 private property.
21 c. Provide erosion control in accordance with Section 31 25 00.
22 d. Do not block drainage ways.
23 1.11 FIELD CONDITIONS
24 A. Existing Conditions
25 1. Any data which has been or may be provided on subsurface conditions is not
26 intended as a representation or warranty of accuracy or continuity between soils. It
27 is expressly understood that neither the City nor the Engineer will be responsible
28 for interpretations or conclusions drawn there from by the Contractor.
29 2. Data is made available for the convenience of the Contractor.
30 1.12 WARRANTY [NOT USED]
31 PART 2 - PRODUCTS
32 2.1 OWNER-FURNISHED [NOT USED]
33 2.2 PRODUCT TYPES AND MATERIALS
34 A. Materials
35 1. Acceptable Fill Material
36 a. In-situ or imported soils classified as CL, CH, SC or GC in accordance with
37 ASTM D2487
38 b. Free from deleterious materials, boulders over 6 inches in size and organics
39 c. Can be placed free from voids
40 d. Must have 20 percent passing the number 200 sieve
31 24 00 - 4
EMBANKMENTS
Page 4 of 9
CITY OF FORT WORTH Oak Grove Road
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 102802
Revised January 28, 2013
1 2. Blended Fill Material
2 a. In-situ soils classified as GW, GP, GM, SW, SP, or SM in accordance with
3 ASTM D2487
4 b. Blended with in-situ or imported acceptable backfill material to meet the
5 requirements of an Acceptable Backfill Material
6 c. Free from deleterious materials, boulders over 6 inches in size and organics
7 d. Must have 20 percent passing the number 200 sieve
8 3. Unacceptable Fill Material
9 a. In-situ soils classified as ML, MH, PT, OL or OH in accordance with ASTM
10 D2487
11 4. Select Fill
12 a. Classified as SC or CL in accordance with ASTM D2487
13 b. Liquid limit less than 35
14 c. Plasticity index between 8 and 20
15 2.3 ASSEMBLY OR FABRICATION TOLERANCES [NOT USED]
16 2.4 ACCESSORIES [NOT USED]
17 2.5 SOURCE QUALITY CONTROL [NOT USED]
18 PART 3 - EXECUTION
19 3.1 INSTALLERS [NOT USED]
20 3.2 EXAMINATION [NOT USED]
21 3.3 PREPARATION
22 A. Protection of In-Place Conditions
23 1. Pavement
24 a. Conduct activities in such a way that does not damage existing pavement that is
25 designated to remain.
26 b. Repair or replace any pavement damaged due to the negligence of the
27 contractor outside the limits designated for pavement removal at no additional
28 cost
29 2. Trees
30 a. When operating outside of existing ROW, stake permanent and temporary
31 construction easements.
32 b. Restrict all construction activities to the designated easements and ROW.
33 c. Flag and protect all trees designated to remain in accordance with Section 31 10
34 00.
35 d. Conduct embankments in a manner such that there is no damage to the tree
36 canopy.
37 e. Prune or trim tree limbs as specifically allowed by the Drawings or as
38 specifically allowed by the City.
39 1) Pruning or trimming may only be accomplished with equipment
40 specifically designed for tree pruning or trimming.
41 3. Above ground Structures
42 a. Protect all above ground structures adjacent to the construction.
31 24 00 - 5
EMBANKMENTS
Page 5 of 9
CITY OF FORT WORTH Oak Grove Road
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 102802
Revised January 28, 2013
1 4. Traffic
2 a. Maintain existing traffic, except as modified by the traffic control plan, and in
3 accordance with Section 34 71 13.
4 b. Do not block access to driveways or alleys for extended periods of time unless:
5 1) Alternative access has been provided
6 2) Proper notification has been provided to the property owner or resident
7 3) It is specifically allowed in the traffic control plan
8 3.4 INSTALLATION
9 A. Embankments General
10 1. Placing and Compacting Embankment Material
11 a. Perform fill operation in an orderly and systematic manner using equipment in
12 proper sequence to meet the compaction requirements
13 b. Scarify and loosen the unpaved surface areas, except rock, to a depth of at least
14 6 inches, unless otherwise shown on the Drawings
15 c. Place fill on surfaces free from trees, stumps, roots, vegetation, or other
16 deleterious materials
17 d. Bench slopes before placing material.
18 e. Begin filling in the lowest section or the toe of the work area
19 f. When fill is placed directly or upon older fill, remove debris and any loose
20 material and proof roll existing surface.
21 g. After spreading the loose lifts to the required thickness and adjusting its
22 moisture content as necessary, simultaneously recompact scarified material
23 with the placed embankment material.
24 h. Roll with sufficient number passes to achieve the minimum required
25 compaction.
26 i. Provide water sprinkled as necessary to achieve required moisture levels for
27 specified compaction
28 j. Do not add additional lifts until the entire previous lift is properly compacted.
29 2. Surface Water Control
30 a. Grade surface horizontally but provide with sufficient longitudinal and
31 transverse slope to allow for runoff of surface water from every point.
32 b. Conduct fills so that no obstruction to drainage from any other sections of fill is
33 created.
34 c. Install temporary dewatering sumps in low areas during filling where excess
35 amounts of runoff collect.
36 d. Compact uniformly throughout. Keep surfaces of fill reasonably smooth and
37 free from humps and hollows that would prevent proper uniform compaction.
38 e. Do not place fill during or shortly after rain events which prevent proper work
39 placement of the material and compaction
40 f. Prior to resuming compaction operations, remove muddy material off the
41 surface to expose firm and compacted materials
42 B. Embankments for Roads
43 1. Only Acceptable Fill Material will be allowed for roadways
44 2. Embankments for roadbeds shall be constructed in layers approximately parallel to
45 the finished grade of the street
46 3. Construct generally to conform to the cross section of the subgrade section as
47 shown in the Drawings.
31 24 00 - 6
EMBANKMENTS
Page 6 of 9
CITY OF FORT WORTH Oak Grove Road
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 102802
Revised January 28, 2013
1 4. Establish grade and shape to the typical sections shown on the Drawings
2 5. Maintain finished sections of embankment to the grade and compaction
3 requirements until the project is accepted.
4 C. Earth Embankments
5 1. Earth embankment is mainly composed of material other than rock. Construct
6 embankments in successive layers, evenly distributing materials in lengths suited
7 for sprinkling and rolling.
8 2. Rock or Concrete
9 a. Obtain approval from the City prior to incorporating rock and broken concrete
10 produced by the construction project in the lower layers of the embankment.
11 b. No Rock or Concrete will be permitted in embankments in any location where
12 future utilities are anticipated.
13 c. When the size of approved rock or broken concrete exceeds the layer thickness
14 place the rock and concrete outside the limits of the proposed structure or
15 pavement. Cut and remove all exposed reinforcing steel from the broken
16 concrete.
17 3. Move the material dumped in piles or windrows by blading or by similar methods
18 and incorporate it into uniform layers.
19 4. Featheredge or mix abutting layers of dissimilar material for at least 100 feet to
20 ensure there are no abrupt changes in the material.
21 5. Break down clods or lumps of material and mix embankment until a uniform
22 material is attained.
23 D. Rock Embankments
24 1. Rock embankment is mainly composed of rock.
25 2. Rock Embankments for roadways are only allowed when specifically designated on
26 the Drawings.
27 3. Construct rock embankments in successive layers for the full width of the roadway
28 cross-section with a depth of 18-inches or less.
29 4. The layer depth for large rock sizes shall not exceed a depth of 18-inches in any
30 case. Fill voids created by the large stone matrix with smaller stones during the
31 placement and filling operations.
32 5. Ensure the depth of the embankment layer is greater than the maximum dimension
33 of any rock.
34 6. Do not place rock greater than 18-inches in its maximum dimension.
35 7. Construct the final layer with graded material so that the density and uniformity is
36 in accordance compaction requirements.
37 8. The upper or final layer of rock embankments shall contain no material larger than
38 4 inches in their maximum dimension.
39 E. Density
40 1. Compact each layer until the maximum dry density as determined by ASTM D698
41 is achieved.
42 a. Not Under Roadway or Structure:
43 1) areas to be compacted in the open, not beneath any structure, pavement,
44 flatwork, or is a minimum of 1foot outside of the edge of any structure,
45 edge of pavement, or back of curb.
31 24 00 - 7
EMBANKMENTS
Page 7 of 9
CITY OF FORT WORTH Oak Grove Road
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 102802
Revised January 28, 2013
1 a) Compact each layer to a minimum of 90 percent Standard Proctor
2 Density.
3 b. Embankments under future paving:
4 1) Compact each layer to a minimum of 95 percent standard proctor density
5 with a moisture content not to exceed +4 percent or -2 percent of optimum
6 moisture or as indicated on the Drawings
7 c. Embankments under structures:
8 1) Compacted each layer as indicated on the Drawings
9 F. Maintenance of Moisture and Reworking
10 1. Maintain the density and moisture content once all requirements are met.
11 2. For soils with a PI greater than 15, maintain the moisture content no lower than 4
12 percentage points below optimum.
13 3. Rework the material to obtain the specified compaction when the material loses the
14 required stability, density, moisture, or finish.
15 4. Alter the compaction methods and procedures on subsequent work to obtain
16 specified density as directed by the City.
17 3.5 REPAIR [NOT USED]
18 3.6 RE-INSTALLATION [NOT USED]
19 3.7 FIELD QUAILITY CONTROL
20 A. Field Tests and Inspections
21 1. Proctors
22 a. The City will perform Proctors in accordance with ASTM D698.
23 b. Test results will generally be available to within 4 calendar days and distributed
24 to:
25 1) Contractor
26 2) City Project Manager
27 3) City Inspector
28 4) Engineer
29 c. Notify the City if the characteristic of the soil changes.
30 d. City will perform new proctors for varying soils:
31 1) When indicated in the geotechnical investigation in the Appendix
32 2) If notified by the Contractor
33 3) At the convenience of the City
34 e. Embankments where different soil types are present and are blended, the
35 proctors shall be based on the mixture of those soils.
36 2. Proof Rolling
37 a. Embankments under Future Pavement
38 1) City Project Representative must be on-site during proof rolling operations.
39 2) Use equipment that will apply sufficient load to identify soft spots that rut
40 or pump.
41 a) Acceptable equipment includes fully loaded single-axle water truck
42 with a 1500 gallon capacity.
43 3) Make at least 2 passes with the proof roller (down and back = 1 pass).
44 4) Offset each trip by at most 1 tire width.
45 5) If an unstable or non-uniform area is found, correct the area.
31 24 00 - 8
EMBANKMENTS
Page 8 of 9
CITY OF FORT WORTH Oak Grove Road
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 102802
Revised January 28, 2013
1 6) Correct
2 a) Soft spots that rut or pump greater than 3/4 inch.
3 b) Areas that are unstable or non-uniform
4 7) If a non-uniform area is found then correct the area.
5 b. Embankments Not Under Future Paving
6 1) No Proof Rolling is required.
7 3. Density Testing of Embankments
8 a. Density Test shall be in conformance with ASTM D2922.
9 b. For Embankments under future pavement:
10 1) The City will perform density testing twice per working day when
11 compaction operations are being conducted.
12 2) The testing lab shall take a minimum of 3 density tests, but the number of
13 test shall be appropriate for the area being compacted.
14 3) Testing shall be representative of the current lift being compacted.
15 4) Special attention should be placed on edge conditions.
16 c. For Embankments not under future pavement or structures:
17 1) The City will perform density testing once working day when compaction
18 operations are being conducted.
19 2) The testing lab shall take a minimum of 3 density tests.
20 3) Testing shall be representative of the current lift being compacted.
21 d. Make the area where the embankment is being placed available for testing.
22 e. The City will determine the location of the test.
23 f. The City testing lab will provide results to Contractor and the City’s Inspector
24 upon completion of the testing.
25 g. A formal report will be posted to the City’s Buzzsaw site within 48 hours.
26 h. Test reports shall include:
27 1) Location of test by station number
28 2) Time and date of test
29 3) Depth of testing
30 4) Field moisture
31 5) Dry density
32 6) Proctor identifier
33 7) Percent Proctor Density
34 B. Non-Conforming Work
35 1. All non-conforming work shall be removed and replaced.
36 3.8 SYSTEM STARTUP [NOT USED]
37 3.9 ADJUSTING [NOT USED]
38 3.10 CLEANING [NOT USED]
39 3.11 CLOSEOUT ACTIVITIES [NOT USED]
40 3.12 PROTECTION [NOT USED]
41 3.13 MAINTENANCE [NOT USED]
42 3.14 ATTACHMENTS [NOT USED]
43 END OF SECTION
31 24 00 - 9
EMBANKMENTS
Page 9 of 9
CITY OF FORT WORTH Oak Grove Road
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 102802
Revised January 28, 2013
1
Revision Log
DATE NAME SUMMARY OF CHANGE
12/20/2012 D. Johnson
1.2 – Added possible measurement and payment procedures and Blue
text for instructions on how the methods should be applied
2.2.2.a added GW and SW material classifications
1/28/13 D. Johnson 1.2 – Modified Bid Item names in payment section to differentiate
between Payment Methods on bid list.
2
CITY OF FORT WORTH Oak Grove Road
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 102802
Revised July 1, 2011
APPENDIX
GC-4.01 Availability of Lands
GC-4.02 Subsurface and Physical Conditions
GC-6.06.D Minority and Women Owned Business Enterprise Compliance
GC-6.07 Wage Rates
GC-6.09 Permits and Utilities
GR-01 60 00 Product Requirements
CITY OF FORT WORTH Oak Grove Road
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 102802
Revised July 1, 2011
GC-4.01 Availability of Lands
THIS PAGE LEFT INTENTIONALLY BLANK
RIGHT-OF-WAY EASEMENT
Rev. 06/15/2016
NOTICE OF CONFIDENTIALITY RIGHTS: IF YOU ARE A NATURAL PERSON, YOU MAY
REMOVE OR STRIKE ANY OR ALL OF THE FOLLOWING INFORMATION FROM THIS
INSTRUMENT BEFORE IT IS FILED FOR RECORD IN THE PUBLIC RECORDS: YOUR
SOCIAL SECURITY NUMBER OR YOUR DRIVER’S LICENSE NUMBER.
CPN 102802 Oak Grove Road
Parcel # 1
7605 Oak Grove Road
Lot A3B, Block 8, Carter Industrial Park Addition
THE STATE OF TEXAS §
§
COUNTY OF TARRANT §
RIGHT-OF-WAY EASEMENT
THAT Aptus Dallas TX Industrial, L.P., hereinafter referred to as “Grantor”, for and in
consideration of Ten Dollars ($10.00) and other valuable consideration paid by the City of Fort
Worth, a municipal corporation of Tarrant County, Texas, receipt of which is hereby acknowledged,
does Grant, Bargain, and Convey to said City, its successors and assigns, the use, passage in and
along the Property (“Property”) situated in Tarrant County, Texas, hereinafter described in the
attached Exhibits “A” and “B”. Grantor does hereby acknowledge and agree that this conveyance
to City includes the right of the City to permit the public to use the Property as a public right-of
way. Grantor also hereby acknowledges and agrees that this conveyance to City includes the right
of the City to construct and install sidewalks and to permit utilities to be situated within the Property
as required by the City or by law. “Utilities” includes but are not limited to: water facilities, sewer
facilities, gas facilities electric facilities, telecommunication facilities, drainage facilities and other
utilities as defined by law.
It is intended by these presents to convey a right-of-way to the said City of Fort Worth to maintain
and construct the right-of-way improvements, with the usual rights of ingress and egress in the
necessary use of such right-of-way, in and along said Property.
TO HAVE AND TO HOLD the above described Property, together with, all and singular, the
rights and appurtenances thereto in anywise belonging, unto the said City of Fort Worth, its
successors and assigns, forever. Grantor does hereby bind itself, it’s heirs, successors and assigns,
to warrant and forever defend, all and singular, the said premises unto the said City of Fort Worth,
its successors and assigns, against every person whomsoever lawfully claiming or to claim the same
or any part thereof.
[SIGNATURES APPEAR ON THE FOLLOWING PAGE]
RIGHT-OF-WAY EASEMENT
Rev. 06/15/2016
HERETO WITNESS MY HAND this the _____ day of __________________, 2020.
GRANTOR(S):
____________________________________
GRANTEE: City of Fort Worth
By (Signature):_______________________________
(Print Name)_________________, Title____________
APPROVED AS TO FORM AND LEGALITY
(Signature)___________________________________
(Print Name)__________________, Title___________
THE STATE OF TEXAS §
§
COUNTY OF TARRANT §
ACKNOWLEDGMENT
BEFORE ME, the undersigned authority, a Notary Public in and for the State of Texas, on
this day personally appeared __________________, known to me to be the same person whose
name is subscribed to the foregoing instrument, and acknowledged to me that the same was the act
of _________________ and that he/she executed the same as the act of said _________________
the purposes and consideration therein expressed and in the capacity therein stated.
GIVEN UNDER MY HAND AND SEAL OF OFFICE this __________________ day of
__________________, 20__.
__________________________________
Notary Public in and for the State of Texas
RIGHT-OF-WAY EASEMENT
Rev. 06/15/2016
ACKNOWLEDGEMENT
STATE OF TEXAS §
COUNTY OF TARRANT §
BEFORE ME, the undersigned authority, a Notary Public in and for the State of Texas, on
this day personally appeared_____________________________________,
_________________________of the City of Fort Worth, known to me to be the same person
whose name is subscribed to the foregoing instrument, and acknowledged to me that the same
was the act of the City of Fort Worth and that he/she executed the same as the act of the City of
Fort Worth for the purposes and consideration therein expressed and in the capacity therein
stated.
GIVEN UNDER MY HAND AND SEAL OF OFFICE this ______________day of
_____________________, 20___.
_____________________________________
Notary Public in and for the State of Texas
Scale Drawn by
N/A
Checked by Date Project No.Sheet No.
Fort Worth, Texas 76102
801 Cherry Street, Unit 11, # 1300 Tel. No. (817) 335-6511
www.kimley-horn.comFIRM # 10194040
1 OF 2
LEGAL DESCRIPTION
RIGHT-OF-WAY DEDICATION
BEING a 8,964 square foot (0.2058 acre) tract of land situated in the Elizabeth Teague Survey, Abstract
No. 1544, City of Fort Worth, Tarrant County, Texas; said tract being part of Block 8, Carter Industrial Park,
an addition to the City of Fort Worth according to the plat recorded in Volume 388-31, Page 52 of the Plat
Records of Tarrant County, Texas; said tract being part of Tract 2 described in Special Warranty Deed to
Aptus Dallas TX Industrial, L.P. recorded in Instrument No. D205006749 of the Official Public Records of
Tarrant County, Texas; said tract being more particularly described as follows:
BEGINNING at a 5/8-inch iron rod with "CARTER BURGESS" cap found in the west right-of-way line of
Oak Grove Road (a variable width right-of-way); said point also being the southeast corner of said Tract 2;
THENCE South 89°28'55" West, departing the said west line of Oak Grove Road, a distance of 15.40 feet
to a 5/8-inch iron rod with "KHA" cap set for corner;
THENCE North 0°29'25" West, a distance of 567.47 feet to a 5/8-inch iron rod with "KHA" cap set for
corner in the north line of said Tract 2; from said point a 1/2-inch iron rod found for the southeast corner of
Lot 4, Block 7, Carter Industrial Park, an addition to the City of Fort Worth according to the plat recorded in
Cabinet A, Slide 5373 of said Plat Records bears South 89°28'55" West, a distance of 4.65 feet;
THENCE North 89°28'55" East, along the said north line of Tract 2, a distance of 25.31 feet to a point for
corner in the said west line of Oak Grove Road;
THENCE along the said west line of Oak Grove Road, the following three (3) calls:
South 0°29'56" East, a distance of 25.10 feet to a point for corner;
South 89°18'55" West, a distance of 10.00 feet to a point for corner;
South 0°29'56" East, a distance of 542.34 feet to the POINT OF BEGINNING and containing 8,964
square feet or 0.2058 acres of land, more or less.
BILLINGSLEY, MICHAEL 6/5/2020 11:59 AM K:\FTW_SURVEY\061298201-CARTER PARK EAST PHASE II\DWG\061298201-CARTER PARK EAST PHASE II_EX2_ROW_APTUS TRACT.DWG
MCB JDW 061298201
I
L
OETATS SAX
ETF
D S U R V E YORL
A
N E S S ALP
R
OF O NR E G I STERE
D
MICHAEL CLEO BILLINGSLEY
6558
______________________________
MICHAEL C. BILLINGSLEY
REGISTERED PROFESSIONAL
LAND SURVEYOR NO. 6558
801 CHERRY STREET,
UNIT 11 SUITE 1300
FORT WORTH, TEXAS 76102
PH. 817-335-6511
michael.billingsley@kimley-horn.com
NOTES
Bearing system based on the Texas Coordinate System of 1983(2011 adjustment), North Central Zone (4202) with
an applied combined scale factor of 1.00012. A survey plat of even survey date herewith accompanies this metes &
bounds description.
The undersigned, Registered Professional Land Surveyor,
hereby certifies that the foregoing description accurately
sets out the metes and bounds of the right-of-way tract.
6/5/2020
RIGHT-OF-WAY DEDICATION
PART OF BLOCK 8
CARTER INDUSTRIAL PARK
ELIZABETH TEAGUE,
ABSTRACT NO. 1544
CITY OF FORT WORTH
TARRANT COUNTY, TEXAS
IRSC
TRACT 2
APTUS DALLAS TX
INDUSTRIAL, L.P.
(INST. NO. D205006749)
PART OF BLOCK 8
CARTER
INDUSTRIAL PARK
(VOL. 388-31, PG. 52)
JOHN BURGESS DRIVE
(60-FOOT WIDE RIGHT-OF-WAY)OAK GROVE ROAD -COUNTY ROAD NO. 1023(A VARIABLE WIDTH RIGHT-OF-WAY)40.0'
39.6'40.0'
55.0'
55.0'
P.O.B.
PART OF "SECOND TRACT"
AMON G. CARTER FOUNDATION
(VOL. 8793, PG. 1057)
(INST. NO. D205244839)
39.7'RIGHT-OF-WAY
DEDICATION
0.2058 ACRES
8,964 SQ. FT.N0°29'25"W567.47'N89°28'55"E
25.31'
S0°29'56"E
25.10'
S89°18'55"W
10.00'S0°29'56"E542.34'S89°28'55"W
15.40'
5/8" IRF
"CARTER
BURGESS"
(C.M.)
1/2" IRF (C.M.)IRSC
S89°28'55"W
4.65'ELIZABETH TEAGUE SURVEY - ABST. NO. 1544LOT 4, BLOCK 7
CARTER INDUSTRIAL PARK
(CAB. A, SL. 5373)
BILLINGSLEY, MICHAEL 6/5/2020 11:48 AM K:\FTW_SURVEY\061298201-CARTER PARK EAST PHASE II\DWG\061298201-CARTER PARK EAST PHASE II_EX2_ROW_APTUS TRACT.DWG
Scale Drawn by
MCB1" = 100'
Checked by Date Project No.Sheet No.
Fort Worth, Texas 76102
801 Cherry Street, Unit 11, # 1300 Tel. No. (817) 335-6511
www.kimley-horn.comFIRM # 10194040
0
GRAPHIC SCALE IN FEET
50 100
JDW 6/5/2020 061298201 2 OF 2
LEGEND
P.O.B. = POINT OF BEGINNING
IRSC = 5/8" IRON ROD W/ "KHA" CAP SET
IRF = IRON ROD FOUND
C.M. = CONTROLLING MONUMENT
RIGHT-OF-WAY DEDICATION
PART OF BLOCK 8
CARTER INDUSTRIAL PARK
ELIZABETH TEAGUE,
ABSTRACT NO. 1544
CITY OF FORT WORTH
TARRANT COUNTY, TEXAS
I
L
OETATS SAX
ETF
D S U R V E YORL
A
N E S S ALP
R
OF O NR E G I STERE
D
MICHAEL CLEO BILLINGSLEY
6558
______________________________
MICHAEL C. BILLINGSLEY
REGISTERED PROFESSIONAL
LAND SURVEYOR NO. 6558
801 CHERRY STREET,
UNIT 11 SUITE 1300
FORT WORTH, TEXAS 76102
PH. 817-335-6511
michael.billingsley@kimley-horn.com
NORTH
NOTES
Bearing system based on the Texas Coordinate System of 1983(2011 adjustment), North Central Zone (4202) with
an applied combined scale factor of 1.00012. A survey plat of even survey date herewith accompanies this metes &
bounds description.
The undersigned, Registered Professional Land Surveyor,
hereby certifies that the foregoing description accurately
sets out the metes and bounds of the right-of-way tract.
D221031175 02/03/2021 03:53 PM Page: 1 of 9 Fee: $51.00 Submitter: Ricardo Salazar
Electronically Recorded by Tarrant County Clerk in Official Public Records -���,�
MARY LOUISE NICHOLSON
COUNTY CLERK
Oak Grove Road CPN 102802
Parcel # 01
755Q Oak Grove Road
Lat A2, Block 7, Carter Industrial Park Addition
STATE OF TEXAS §
§ KNOW ALL MEN BY THESE PRESENTS
COUNTY OF TARRANT §
CITY OF FORT WORTH
DRAINAGE FACILITY EASEMENT
DATE: January29, 2021
GRANTOR: 7550 OAK GROVE RD (FORT WORTH) OWNER, LLC
GRANTOR'S MAILING ADDRESS (including County}:
4700 Wilshire Blvd.
Los Angeles, Los Angeles County, CA 90010
GRANTEE: CITY OF FORT WORTH
GRANTEE'S MAILING ADDRESS (including Gounty}:
200 TEXAS ST.
FORT WORTH, TARRANT COUNTY, TX 76102
CONSIDERATION: Ten Dollars ($10.00) and other good and valuable consideration, the
receipt and sufficiency of which is hereby acknowledged.
EASEMENT PROPERTY: Being more particularly described in the attached Exhibits
��A�� and `�8��
Grantor, for the consideration paid to Grantor and other good and valuable consideration,
hereby grants, sells, and conveys to Grantee, its successors and assigns, an exclusive,
perpetual easement for the construction, operation, maintenance, replacement, upgrade,
and repair af a Permanent Drainage Facility, hereafter referred to as "Facility". The Facility
includes all incidental underground and aboveground attachments, equipment and
appurtenances, including, but not limited to manholes, pipelines, junction boxes, inlets,
flumes, headwalls, wingwalls, slope pavement, gabions, rock rip-rap, drop structures and
access ramps, and other erosion control measures in, upon, under and across a portion
of the Easement Property and more fully described in Exhibits �A" and "B" attached hereto
DRAINAGE FACILITY EASEMENT
Rev. 1!9l18
�'€�P f �� ��i i �
D221031175
and incorporated herein for a�l pertinent purposes, together with the righ# and privilege at
any and all times to enter the Easement Property, or any part thereof, for the purpase of
constructing, operating, maintaining, replacing, upgrading, and repairing said Facility. In
no event shall Grantor (I) use the Easement Property in any manner which interferes in
any material way or is inconsistent with the rights granted hereunder, or (II) erect or permit
to be erected within the Easement Property a permanent structure or building, including,
but not limited to, monument sign, pole sign, billboard, brick or masonry fences or walls or
other structures that require a building permit, or any structure not requiring a building
permit but which may threaten the structural integrity or capacity of the Facility and its
appurtenances. Grantee shall be obligated to restore and repair the Easement Property
at Grantee's sole cost and expense, including, but not limited to the restoration of any
sidewalks, driveways, and similar surface improvements located upon or adjacent to the
Easement Property which may have been removed, relocated, altered, damaged, or
destroyed as a result of the Grantee's use of the Easement Property granted hereunder
provided, however, that Grantee shall not be obligated to restore or replace irrigation
systems or other improvements installed by Grantor in violation of the provisions and
intended use of this Easement Property.
TO HAVE AND TO HOLD the above-described Easement Property, together with all and
singular the rights and appurtenances thereto in anyway belonging unto Grantee, and
Grantee's successors and assigns forever; and Grantor does hereby bind itself and its
successors and assigns to warrant and forever defend all and singular the Easement unto
Grantee, its successors and assigns, against every person whomsoever lawfully claiming
or to claim the same, or any part thereof.
When the context requires, singular nouns and pronouns include the plural.
[SIGNATURES APPEAR ON THE FOLLOWING PAGE]
DRAINAGE FACILITY EASEMENT
Rev. 1 /9l18
;'c�'r ��a't)I;i'�l
Page 2 of 9
D221031175
G RANTO R
755Q OAK GROVE RD (FORT WORTH)
OWNER, LLC, a Delaware limited liability
compan
--�-.
By:
Name: �3av;�; T€��m��on
� ��
Title: ��,
�k?i�f �sn�,a;�,i :i G�i^s�.
ACKNOWLEDGMENT
CALIFORNIA CIVIL CODE §1189
A notary public or other officer completing this certificate verifies only the identity of the individual who
signed the document to which this certificate is attached, and not the huthfulness, accuracy, or validity of
that dacument.
STATE OF CALIFORNIA §
COUNTY OF ��J �r���l�.� § §
�
�. On � ,� �_: sti�G�,>�-( '1�' , 2021, before me,
���/b;� p-� � i� �. f�,� v� ,� {G`� ,�, a Notary Public, personally appeared
a����;c� ���,�vy��r�,r`1, who proved to me on the basis of satisfactory evidence to be the
person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to
me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by
his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which
the person(s) acted executed the instrument.
I certify under PENALTY OF PERJURY under the laws of the State of California
that the foregoing paragraph is true and correct. � ���r
JENNIrER � KALIhOWSKI
WITNESS my hand and official sea1. �.�"''.Y ` r�otaryPubii�-carrbm�a �
r .- Los Angeles Couniy �
Commission k 22281GD
My Comm. Expires Jan �, 2G22
, _ ���'�1�+�r"rira�
Signature a..._.�! �� �����'� J��s" (Seal/Stamp)
�lotary Public, State of Cafifornia
DRAINAGE FACILITY EASEMENT
Rev. 1!9l18
Page 3 of 9
�t 3?'I ��Z�?�� ?4
D221031175
Page 4 of 9
St��e Coo�re
STATE OF TEXAS
COUNTY OF TARRANT
GRANTEE: City of Fort Worth
By (Signature):
Steve Cooke
(Print Name)
Title Property Management Director
APPROVED AS TO FORM AND LEGALITY
���� ����
(Signature)
att Murra Assistant City Attorney
(Print Nam� y , Title
Ordinance No. 24161-04-2020 / No M&C
ACKNOWLEDGEMENT
�
�
BEFORE ME, the undersigned authority, a Notary Public in and for the State of
Texas, on this day personally appeared Steve Sooke ,
PMD Director of the City of Fort Worth, known to me to be the same
person whose name is subscribed to the foregoing instrument, and acknowledged to me
that the same was the act of the City of Fort Worth and that he/she executed the same as
the act of the City of Fort Worth for the purposes and consideration therein expressed and
in the capacity therein stated.
GIVEN UNDER MY HAND AND SEAL OF OFFICE this 29th day of
Digitally signed by Ricardo
Janual� ZQ�l, � �� —'�% Salazar II
�� '� ��—"�� Date: 2021.01.29 16:5339
� -06'00'
Op.F�YP(/e, RICARDO SALAZAR II
2 � Notary Public
* � * STATE OF TEXAS
`"r ��' P Notary I.D. 128185792
9�oF�+ My Comm. Exp. Feb. 25, 2022
DRAINAGE FACILITY EASEMENT
Rev. 1/9/18
Notary Public in and for the State of Texas
�';3h't ��C��; �' �
D221031175
Exhibit "A"
Page 5 of 9
LEGAL DESCRIPTION
DRAINAGE EASEMENT
BEING a 875 square foot (0.0201 acre) tract of land situated in the Elizabeth Teague Survey, Abstract No.
1544, City of Fort Worth, Tarrant County, Texas; said tract being part of Block 7, Carter Industrial Park, an
addition to the City of Fort Worth according to the plat recorded in Volume 388-31,Page 52 of the Plat
Records of Tarrant County, Texas; and being more particularly described as follows:
BEGINNING at a point in the west right-of-way line of Oak Grove Road (a variable width right-of-way);
from said point a 1/2-inch iron rod with a yellow cap stamped "BRITTAIN & CRAWFORD" found for the
northeast corner of Lot 5, Block 7, Carter Industrial Park, an addition to the City of Fort Worth according to
the plat recorded in Cabinet A, Slide 5373 of the said Plat Records of Tarrant County, Texas bears North
89°29'04" West, a distance of 5.29 feet;
THENCE South 89°29'04" West, along the north line of Lot 5, Block 7, Carter Industrial Park, an addition
to the City of Fort Worth according to the plat recorded in Cabinet A, Slide 5373 of the said Plat Records
of Tarrant County, Texas, a distance of 25.00 feet to a point for corner;
THENCE North 0°29'25" West, departing the said north line of Lot 5, Block 7, a distance of 35.00 feet to a
point for corner;
THENCE North 89°29'59" East, a distance of 25.00 feet to a point for corner; from said point a 1-inch iron
rod found in the west right-of-way line of Oak Grove Road (a variable width right-of-way) bears North
8°37'51" East, 96.37 feet;
THENCE South 0°29'25" East, a distance of 34.99 feet to the POINT OF BEGINNING and containing
875 square feet or 0.0201 acres of land, more or less.
NOTES
Bearing system based on the Texas Coordinate System of 1983(2011 adjustment), North Central Zone (4202) with
an applied combined scale factor of 1.00012. A survey plat of even survey date herewith accompanies this metes &
bounds description.
The undersigned, Registered Professional Land Surveyor,
hereby certifies that the foregoing description accurately
sets out the metes and bounds of the easement tract.
�
' > OF T�y
� ✓ ! / �Gi�l v .�P,��GISTE �� "�^
�MICHAEL C. BILLINGSLEY ��' ���� ''
REGISTERED PROFESSIONAL ,*'„
...................,
LAND SURVEYOR NO. 6558 MICHAEL CLEO BILLINC
801 CHERRY STREET, "; """"""""""'
UNIT 11 SUITE 1300 '•. ,0 6558 �,
� •., ,p� ��P .
FORT WORTH, TEXAS 76102 9� •.. FE S S� ,..•y�
PH. 817-335-6511 � S U R v�
michael.billingsley@kimley-horn.com
DRAINAGE EASEMENT
PART OF LOT A2, BLOCK 7
CARTER INDUSTRIAL PARK
ELIZABETH TEAGUE,
ABSTRACT NO. 1544
CITY OF FORT WORTH
TARRANT COUNTY, TEXAS
f RACT. DWG
D221031175
Exhibit "B"
Page 6 of 9
NORTH
� 25 50
GRAPHIC SCALE IN FEET
LOT 8, BLOCK 7 I
CARTER INDUSTRIAL PARK �
(INST. NO. D219252891) �
1" IRF I
�
M I I
�� �
W�
PART OF BLOCK 7
CARTER INDUSTRIAL PARK
(VOL. 388-31, PG. 52)
NO°
N89°29'59"E ^�
25.00' �I
z I
�
� I
/ �
35.00'
DRAINAGE EASEMENT—
0.0201 ACRES
875 SQ. FT.
LOT 5, BLOCK 7
CARTER INDUSTRIAL PARK
(CAB. A, SL. 5373)
LEGEND
P.O.B. = POINT OF BEGINNING
IRSC = 5/8" IRON ROD W/ "KHA" CAP SET
IRF = IRON ROD FOUND
C.M. = CONTROLLING MONUMENT
S89°29'04"W-�
25.00'
1/2" IRF W/
YELLOW CAP
"BRITTAIN & I
CRAWFORD"
�
� � :
�
��
c� o
w2
�ti
=m
w¢
m
��.
w�
�
NOTES
Bearing system based on the Texas Coordinate System of 1983(2011 adjustment), North Central Zone (4202) with
an applied combined scale factor of 1.00012. A survey plat of even survey date herewith accompanies this metes &
bounds description.
The undersigned, Registered Professional Land Surveyor,
hereby certifies that this plat of survey accurately sets out the
metes and bounds of the easement tract.
_ ,. // /`/ /2 � �P��Gp � T�
� �:•'� �O ''�
MICHAEL C. BILLINGSLEY ,*:: �
REGISTERED PROFESSIONAL ; ,,,,,,,,,,,,,,,,,,,,,,;,
LAND SURVEYOR NO. 6558 MICHAEL CLEO BILLINGSLI
801 CHERRY STREET, ":"""""""""""':'
UNIT 11 SUITE 1300 �,0 6558 P�,.:
FORT WORTH, TEXAS 76102 l9 'Q�FE S S���' �o�
PH. 817-335-6511 N� S U R ��y
michael.billingsley@kimley-horn.com
\DILLA. CAELAN 11/19/2020 9:40 AM K:�FTW SURVEY\061298201-CARTER PARK EAST PHASE II\
f�
N
' O
Q r
Q O
� Z
W\ �
/ �
�N O
L.L_ �
� �
Y z
� �
�O
U
SO°29'25"E
34.99'
DRAINAGE EASEMENT
PART OF BLOCK 7
CARTER INDUSTRIAL PARK
ELIZABETH TEAGUE,
ABSTRACT NO. 1544
CITY OF FORT WORTH
TARRANT COUNTY, TEXAS
PARKEAST
�RACT.DVvG
D221031175
ADDENDUM TO DRAINAGE FACILITY EASEMENT
This Addendum to Drainage Faeility Easement ("Addendum") is
attached to and hereby incorporated into that certain CITY OF FORT WORTH
DRAINAGE FACILITY EASEMENT ("Easement") dated as of January _, 2021 by
7550 OAK GROVE RD (FORT WORTH) OWNER, LLC in favor of City of Fort
Worth. Capitalized terms used but not defined in this Addendum have the meaning
set forth in the Easement.
Grantee covenants that the Facility will be designed to accommodate the volume
of storm water runoff reasonably anticipated from the balance of the property
owned by Grantor adjacent to the Easement Property and in a way not to inter#ere
or impact such property.
Grantee, at Grantee's cost, shall at all times keep and maintain the Faciiity in a
manner consistent with the purposes specified in the Easement and shall maintain
and repair the Facility in good condition and free of obstructions.
Grantor reserves to itself, its tenants, successors and assigns, the right to continue
to use the Easement Properly for any uses and purposes which do not
unreasonably interfere with the use thereof by Grantee, in fulfilling the purposes
for which the Easement is granted. Grantee shall not exercise its easement rights
to any degree greater than is reasonably necessary to accomplish the purposes
for which the Easement is granted. Grantee shall abide by the reasonable
requirements of Grantor in connection with activities on the Easement Property,
provided that no such requirement shall impair Grantee's ability to reasanably
exercise the rights granted under the Easement for the purposes for which such
rights are granted.
To the extent permitted by Texas law and without waiving its sovereign immunity,
Grantee shall indemnify, defend and hofd harmless Grantor (and its successors
and assigns) with respect to the Facility and Easement Property, fram and against
any and all claims, suits, losses, liability, costs, and expenses suffered or incurred
by any of such indemnified parties that directty or indirectly results from any use of
the Easement or exercise of any rights or obligations thereunder by Grantee or
any of Grantee's contractors, licensees, guests, invitees, grantees, employees,
representatives, successors and assigns. Nothing contained herein shall ever be
construed so as to require Grantee to assess, levy and collect any tax to fund its
obligations under this paragraph. Article XI Section 5 of the Texas Constitution
provides that a city is prohibited from creating a debt unless the city levies and
collects a sufficient tax to pay the interest on the debt and provides a sinking fund.
The City of Fort Worth has not and will not create a sinking fund or collect any tax
to pay any obligation created under this Easement.
[SIGNATURES APPEAR ON THE FOLLOWING PAGE]
DRAINAGE FACILITY EASEMENT
Rev. 1 /9l18
Page 7 of 9
;'€��€'s` ��[i�i','i;
D221031175
GRANTOR
7550 OAK GROVE RD (FORT WORTH)
OWNER, LLC, a Delaware limited liability
comp
By:
Name: `" � `
—���r�s+���
Title: ar��
�.r�itl��ii}atie.t?. i.,.,��,
ACKNOWLEDGMENT
CALIFORNIA CIVIL CODE �1189
A notary public or other officer completing this certificate verifies only the identity of the individual who
signed the document to which this certificate is attached, and not the truthfuiness, accuracy, or validity of
that document.
STATE OF CALIFORNIA §
§
COUNTY OF �-�� ��?j��'��..`�§
On � ct��y ��-,� �- 2021, before me,
%�-Q t1 F� ��� �� I r,��; �w-c S�� , a� Notary Public, personally appeared
���,Cd `ii'��=r���'�� , who proved to me on the basis of satisfactory evidence to be the
person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to
me that he/she/they executed fhe same in his/her/their authorized capacity(ies), and that by
his/herltheir signature(s) on the instrument the person(s), or the entity upon behalf of which
the person(s) acted executed the instrument.
I certify under PENALTY OF PEIZJURY under the laws of the State of California
that the foregoing paragraph is true and correct.
... � ,�
JENNI� R �. hULltiu4v=��
WITNESS my hand and Qfficial seaL -�� �� N0'a ���"� `��' ����`
` ''�� les.4 e'eo.,�_�.v
T "
CC�^.f"�jj��^_r� = �tL�
My Comm Er�res Ja^ ? � ,
/ � �j '
Signature ��-�i�t �,2� ,,`,J (SeaUStamp)
otary Public, State of California
DRAINAGE FACILITY EASEMENT
Rev. 1 /9/18
Page 8 of 9
��3I?i" �'�i)i"I'��
D221031175
Page 9 of 9
APPROVED AS TO FORM AND LEGALITY
STATE OF TEXAS
COUNTY OF TARRANT
GRANTEE: City of Fort Worth
�%��2 Coo��
By (Signature):_
(Print Name}SteV2 COOk2
Property Management Director
Title
(Signature) `���� `����
(Print Name�att M u rray , Title Assistant City Attorney
Ordinance No. 24161-04-2020 / No M&C
ACKNOWLEDGEMENT
�
�
BEFORE ME, the undersigned authority, a Notary Public in and for the State of
�exas, on this day personally appeared Steve Cooke
PMD Director of the City of Fort Worth, known to me to be the same
person whose name is subscribed to the foregoing instrument, and acknowledged to me
that the same was the act of the City of Fort Worth and that he/she executed the same as
the act of the City of Fort Worth for the purposes and consideration therein expressed and
in the capacity therein stated.
GIVEN UNDER MY HAND AND SEAL OF OFFICE this 29th day of
JariUaPy , Digitally signed by Ricardo
, 20 21 . -� �� % �--f7"— Salazar II
!� --�
Date: 2021.01.29 16:52:35
o,�p,RY/'Ve/ RICARDO SALAZAR II � -06'00'
_ � Notary Public Notary Public in and for the State of Texas
+ � * STATE OF TEXAS
N� 6� P Notary I.D. 128185792
��OFj�+ My Comm. Exp. Feb. 25, 2022
DRAINAGE FACILITY EASEMENT
Rev. 1J9f18
�[��i'i �� {3 � I : d
D221031106 02/03/2021 03:44 PM Page: 1 of 6 Fee: $39.00 Submitter: Ricardo Salazar
Electronically Recorded by Tarrant County Clerk in Official Public Records -���,�
MARY LOUISE NICHOLSON
COUNTY CLERK
NOTICE OF CONFIDENTIALITY RIGHTS: IF YOU ARE A NATURAL PERSON, YOU MAY
REMOVE OR STRIKE ANY OR ALL OF THE FOLLOWING INFORMATION FROM THIS
INSTRUMENT BEFORE IT IS FILED FOR RECORD IN THE PUBLIC RECORDS: YOUR
SdCIAL SECURITY NUMBER OR YOUR DRNER'S LICENSE NUMBER.
CPN 102802 Oak Grove Road
Parcel # 1
7550 Oak Grove Road
Part of Block 7 Carter Industrial Park Addition
Val. 388-31, Pg 52
THE STATE OF TEXAS
COUNT� OF TARRANT
�
RIGHT-0E-WAY EASEMENT
THAT 7550 OAK GROVE RD (FORT WORTH) OWNER, LLC, hereinafter referred to as
"Grantor", for and in consideration of Ten Dollars ($10.00) and other valuable consideration paid by
the Cityo uf Fart Warth, a municipal corporation of Tarrant County, Texas {"Grantee"), receipt of
which is hereby acknowledged, does Grant, Bargain, and Convey to said City, its successors and
assigns, the use, passage in and alang the Property ("Property") situated in Tarrant County, Texas,
hereinafter described in the attached E�ibits "A" and "B". Grantor does hereby acknowledge and
agree that this conveyance to City includes the right of the City to permit the public to use the Property
as a public right-of way. Grantor also hereby acknowledges and agrees that this conveyance to City
includes the right of the City to construct and instalt sidewalks and to permit utilities to be situated
within the Property as required by the City or by law; provided, however, that Grantee, at Grantee's
cost, shall at all times maintain and repair such sidewalks and utilities in good condition and free of
obstructions. To the extent permitted by Texas law and without waiving its sovereign immunity,
Grantee shall indemnify, defend and hold harmless Grantor (and its successors and assigns) with
respect to this Right of Way Easement, from and against any and all claims, suits, losses, liability,
costs, and expenses suffered or incurred by any of such indemnified parties that directly or indirectly
results from any use of the such sidewalks or Utilities ar the exercise of any rights or obligations
hereunder by Grantee or any of Grantee's contractors, licensees, guests, invitees, grantees, employees,
representatives, successors and assigns. Nothing contained herein shall ever be construed so as to
require Grantee to assess, levy and collect any tax to fund its obligations under this paragraph. Article
XI Section 5 of the Texas Constitution provides that a city is prohibited from creating a debt unless
the city levies and collects a sufficient tax to pay the interest on the debt and provides a sinking fund.
The City of Fort Worth has not and will not create a sinking fund or collect any tax to pay any
obligation created under this Right of Way Easement. "Utilities" includes but are not limited to: water
facilities, sewer facilities, gas facilities electric facilities, telecommunication facilities, drainage
facilities and other utilities as defined by law.
It is intended by these presents to convey a right-of-way to the said City of Fort
and construet the right-of-way improvements, with the usual rights of ingress
necessary use of su.ch right-of-way, in and along said Property.
RIGHT-OF-WAY EASEMENT
Rev. 06l15/2016
Worth to maintain
and egress in the
�4��t"t ��'�� i �t
D221031106
TO HAVE AND TO HOLD the above described Property, together with, all and singular, the rights
and appurtenances thereto in anywise belonging, unta the said City of Fart Worth, its successors and
assigns, forever. Grantor does hereby bind itself, it's heirs, successc�rs and assigns, to wanant and
forever defend, all and singular, the said premises unto the said Ciiy of Fort Worth, its successors and
assigns, against every person whomsoever lawfully elaiming ar to claim the same or any part thereof.
[SIGNATi1RES APPEAR ON THE FOLLOWING PAGE]
RIGHT-OF-WAY EASEMENT
Rev. 06/15/2016
�'d?}�''�'�r�`��'�' 3'�ti
--� —
Page 2 of 6
D221031106
FIERETO WITNESS MY H�ND this the 29th day of �anuary , 2021.
GRANTOR:
7550 OAK GROVE RD (FORT WORTH)
OWNER, LLC, a Delaware limited liability
com y r
��
By:
Name: �-;;;c��h���:���
� �c�, � ; , �. .
Title: �r�� `
r
�i�� ��s���;�':.� u��;�:�:
ACKNOWLEDGMENT
CALIFORNIA CIVIL CODE &1189
A notary public or other officer completing this certificate verifies only the identity of the individual who sib ed the
document to which this certificate is attached, and not the truthfnlness, accuracy, or validity of that document.
STATE OF CALIFORNIA
�,A j %�k-��' 1-� �, § s ..�.-- • °
COUNTY OF�,., �a
On ,�;���i r- , 2021, before me, �ti �'�:�'�t�.F�'i� �� �� y'����.��� , a
Notary Public, persona ly appeared �, ��:�..'�'�, who proved to me on the basis of
satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument
and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies),
and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of
which the person(s) acted executed the instrument.
I certify under PENALTY OF PERJURY under the laws of the State of Califarnia that the
foregoing paragraph is true and correct.
JENN IF �4 :. I(�L�hO`NSKI
Notary Puoiic - Californiz �
WITNESS my hand and official seal. E�•>=�` �o5a�5s���co��ry '
, �:.
� Commission = 22i81D0
� Mv Comm. Expires Jan 7. 2022
Si�nature �--ty �����%����� (SeaUStamp}
� Notary Public, State of California
Page 3 of 6
RIGHT-OF-WAY EASEMENT
Rer. 06/IS/2016
�'�#�;'� ��C3�i i r�
_._ .._
�
D221031106
GRANTEE: City of Fort Worth
THE STATE OF TEXAS
COUNTY OF TARRANT
�'t��e CoDl�e
By (Signature):
(Pt'int Name�teve Cooke � Title Property Management Director
APPROVED AS TO FORM AND LEGALITY
����� ����
(Signature)
(Print Name�att Murray , Tit�e Assistant City Attorney
Ordinance No. 24161-04-2020 / No M&C
ACKNOWLEDGMENi
BEFORE ME, the undersigned authority, a Notary Public in and for the State of Texas, on
this day personally appeared , known to me to be the same person whose name
is subscribed to the foregoing instrument, and acknowledged to me that the same was the act of
and that he/she executed the same as the act of said the
purposes and consideration therein expressed and in the capacity therein stated.
GIVEN LJNDER MY HAND AND SEAI, OF OFFICE this day of
, 20 .
Notary Public in and for the State of Texas
ACKNOWLEDGEMENT
STATE OF TEXAS
COUNTY OF TARRANT
��.
��
�
BEFORE ME, the undersigned authority, a Notary Public in and for the State of Texas, on
this day personally appeare� Steve Cooke
PMD Director of the City of Fort Worth, known to me to be the same person whose
name is subscribed to the foregoing instrument, and acknowledged to me that the same was the act
of the City of Fort Worth and that he/she executed the same as the act of the City of Fort Worth for
the purposes and consideration therein expressed and in the capacity therein stated.
GIVEN UNDER MY HAND AND SEAL OF OFFICE this 29th day of
Ja11UaTy 2t'j 21 ,. �7 � Digitally signed by Ricardo
�� /� � Salazar II
o,�p,RY/'Ve RICARDO SALAZAR II � Date:2021.01.2916:55:46-06'00'
_ � Notary Public
*�* STATE OF TEXAS Notary Public in and for the State of Texas
N��OFj�+Q�- Notary I.D. 128185792
My Comm. Exp. Feb. 25, 2022
RICini-vr-�rvrii r,r�onivic,ivi
Rev.06115/2016
Page 4 of 6
���� ��`��: � =t
D221031106
Page 5 of 6
LEGAL DESCRIPTION
RIGHT-OF-WAY DEDICATION
BEING a 1,953 square foot (0.0448 acre) tract of land situated in the Elizabeth Teague Survey, Abstract
No. 1544, City of Fort Worth, Tarrant County, Texas; said tract being part of Block 7, Carter Industrial Park,
an addition to the City of Fort Worth according to the plat recorded in Volume 388-31, Page 52 of the Plat
Records of Tarrant County, Texas; said tract being part of Tract 3 described in Special Warranty Deed to
7550 Oak Grove Rd (Fort Worth) Owner, LLC recorded in Instrument No. D220061667 of the Official Public
Records of Tarrant County, Texas; said tract being more particularly described as follows:
BEGINNING at a point for corner in the west right-of-way line of Oak Grove Road (a variable width
right-of-way) said point being the southeast corner of said Tract 3;
THENCE South 89°29'04" West, along the south line of said Tract 3, a distance of 15.00 feet to a 5/8-inch
iron rod with "KHA" cap set for corner; from said point a 1/2-inch iron rod with "BRITTAIN CRAWFORD"
cap found for the northeast corner of Lot 5, Block 7, Carter Industrial Park, an addition to the City of Fort
Worth according to the plat recorded in Cabinet A, Slide 5373 of said Plat Records bears South 89°29'04"
West, a distance of 4.74;
THENCE North 0°29'25" West, departing the said south line of Tract 3, a distance of 130.17 feet to a
5/8-inch iron rod with "KHA" cap set for corner in the north line of said Tract 3;
THENCE North 89°03'04" East, along the said north line of Tract 3, a distance of 15.00 feet to a 1-inch iron
rod found for corner in the said west line of Oak Grove Road;
THENCE South 0°29'25" East, along the said west line of Oak Grove Road, a distance of 130.29 feet to
the POINT OF BEGINNING and containing 1,953 square feet or 0.0448 acres of land, more or less.
I�[���=�
Bearing system based on the Texas Coordinate System of 1983(2011 adjustment), North Central Zone (4202) with
an applied combined scale factor of 1.00012. A survey plat of even survey date herewith accompanies this metes &
bounds description.
The undersigned, Registered Professional Land Surveyor,
hereby certifies that the foregoing description accurately
sets out the metes and bounds of the right-of-way tract.
.
MICHAEL C. BILLINGSLEY
REGISTERED PROFESSIONAL
LAND SURVEYOR NO. 6558
801 CHERRY STREET,
UNIT 11 SUITE 1300
FORT WORTH, TEXAS 76102
PH. 817-335-6511
michael.billingsley@kimley-horn.com
,M
RIGHT-OF-WAY DEDICATION
PART OF BLOCK 7
CARTER INDUSTRIAL PARK
ELIZABETH TEAGUE,
ABSTRACT NO. 1544
CITY OF FORT WORTH
TARRANT COUNTY, TEXAS
iRACT.DWG
D221031106
�
0
z
�
�
m
Q
>
�
�
�
�
W
�
�
w
�
�
W
m
N
J
W
L3
-,,,
LOT 8, BLOCK 7
CARTER INDUSTRIAL PARK
(INST. NO. D219252891)
IRSC
PART OF BLOCK 7
CARTER INDUSTRIAL PARK
(VOL. 388-31, PG. 52) J
TRACT 3
7550 OAK GROVE RD (FORT WORTH) OWNER, LLC
(INST. NO. D220061667)
IRSC �
1/2" IRF W/ YELLOW CAP "BRITTAIN &�
CRAWFORD"
S89°29'04"W�
4.74'
LOT 5, BLOCK 7
CARTER INDUSTRIAL PARK
(CAB. A, SL. 5373)
I
�
J
Page 6 of 6
lt ��B��
I
I
I
�
I I
�
RIGHT-OF-WAY
DEDICATION
0.0448 ACRES
1,953 SQ. FT.
40.0'
� I
� P�.O.B.
M
N
' O �
� � �
� � o
�IZ ��
W Q ��
i =
o~
� � �
� W
m
� � �
Qz>
��O a�
�v I
NORTH
0 50 100
GRAPHIC SCALE IN FEET
LINE TABLE
NO. BEARING LENGTH
L1 S89°29'04"W 15.00'
L2 N00°29'25"W 130.17'
L3 N89°03'04"E 15.00'
L4 S00°29'25"E 130.29'
PART OF "SECOND TRACT"
AMON G. CARTER FOUNDATION
(VOL. 8793, PG. 1057)
(INST. NO. D205244839)
LEGEND
P.O.B. = POINT OF BEGINNING
IRSC = 5/8" IRON ROD W/ "KHA" CAP SET
IRF = IRON ROD FOUND
C.M. = CONTROLLING MONUMENT
NOTES
Bearing system based on the Texas Coordinate System of 1983(2011 adjustment), North Central Zone (4202) with
an applied combined scale factor of 1.00012. A survey plat of even survey date herewith accompanies this metes &
bounds description.
The undersigned, Registered Professional Land Surveyor,
hereby certifies that the foregoing description accurately
sets out the metes and bounds of the right-of-way tract.
.. ��.OF.,T
, �'�P:•��G1STE��
MICHAEL C. BILLINGSLEY �; �
REGISTERED PROFESSIONAL
.........................,
LAND SURVEYOR NO. 6558 MICHAEL CLEO BILLINC
801 CHERRY STREET, """""""""""""
UNIT 11 SUITE 1300 '• ,0 6558 �,
�
FORT WORTH, TEXAS 76102 �9 `��F E S S���'' �
ti�•••..... .•• �y
PH. 817-335-6511 S U R �
michael.billingsley@kimley-horn.com
RIGHT-OF-WAY DEDICATION
PART OF BLOCK 7
CARTER INDUSTRIAL PARK
ELIZABETH TEAGUE,
ABSTRACT NO. 1544
CITY OF FORT WORTH
TARRANT COUNTY, TEXAS
fRACT.DWG
NOTICE OF CONFIDENTIALITY RIGHTS: IF YOU ARE A NATURAL PERSON, YOU MAY
REMOVE OR STRIKE ANY OR ALL OF THE FOLLOWING INFORMATION FROM THIS
INSTRUMENT BEFORE IT IS FILED FOR RECORD IN THE PUBLIC RECORDS: YOUR
SOCIAL SECURITY NUMBER OR YOUR DRIVER'S LICENSE NUMBER.
CPN 102802 Oak Grove Road
Parcel # 1
7500 Oak Grove Road
Blocks 3, 4, 11, & 12 Shelby County School Land Survey
THE STATE OF TEXAS §
§
COUNTY OF TARRANT §
RIGHT-OF-WAY EASEMENT
THAT Carter Park East Land, LLC, hereinafter referred to as "Grantor", for and in consideration
of Ten Dollars ($10.00) and other valuable consideration paid by the City of Fort Worth, a
municipal coiporation of Tai7•ant County, Texas, receipt of which is hereby acknowledged, does
Grant, Bargain, and Convey to said City, its successors and assigns, the use, passage in and along
the Property ("Property") situated in Tarrant County, Texas, hereinafter described in the attached
E�ibits "A" and "B". Grantor does hereby acknowledge and agree that this conveyance to City
includes the right of the City to peimit the public to use the Property as a public right-of way.
Grantor also hereby acknowledges and agrees that this conveyance to City includes the right of the
City to construct and install sidewalks and to permit utilities to be situated within the Property as
required by the City or by law; provided, however, that Grantee, at Grantee's cost, shall at all times
maintain and repair such sidewalks and utilities in good condition and free of obsh-uctions. To the
extent peirnitted by Texas law and without waiving its sovereign immunity, Grantee shall
indemnify, defend and hold hatmless Grantor (and its successors and assigns) with respect to this
Right of Way Easement, fi•om and against any and all claims, suits, losses, liability, costs, and
expenses suffered or incui-�•ed by any of such indemnified parties that directly or indirectly results
fi•om any use of the such sidewalks or Utilities or the exercise of any rights or obligations hereunder
by Grantee or any of Grantee's conh�actors, licensees, guests, invitees, grantees, employees,
representatives, successors and assigns. Nothing contained herein shall ever be construed so as to
require Grantee to assess, levy and collect any tax to fund its obligations under this paragraph.
Articles XI Section 5 of the Texas Constitution provides that a city is prohibited fi•om creating a
debt unless the city levies and collects a sufficient tax to pay the interest on the debt and provides a
sinking fund. The City of Fort Worth has not and will not create a sinking fund or collect any tax to
pay any obligation created under this Right of Way Easement. "Utilities" includes but are not
limited to: water facilities, sewer facilities, gas facilities elech•ic facilities, telecommunication
facilities, drainage facilities and other utilities as defined by law.
It is intended by these presents to convey a right-of-way to the said City of Fort Worth to maintain
and construct the right-of-way improvements, with the usual rights of ingress and egress in the
necessary use of such right-of-way, in and along said Property.
RIGHT-OF-IVAY EASEMENT
Rev. 06/I S/2016
Foe� tt.
TO HAVE AND TO HOLD the above described Property, together with, all and singular, the
rights and appurtenances thereto in anywise belonging, unto the said City of Fort Worth, its
successors and assigns, forever. Grantor does hereby bind itself, it's heirs, successors and assigns,
to wan�ant and forever defend, all and singular, the said premises unto the said City of Fort Worth,
its successors and assigns, against every person whomsoever lawfully claiming or to claim the same
or any part thereof.
[SIGNATURES APPEAR ON THE FOLLOWING PAGE]
RIGHT-OF-WAY EASEMENT
Rev.06/IS/2016
Foe� H.
HERETO WITNESS MY HAND this the day of , 20_
GRANTOR(S):
CARTER PARK EAST LAND:
CARTER PARK EAST LAND, LLC,
a Delaware limited liability company
By: Carter East Investor, L.L.C., a Delaware limited liability company, its managing member
-- 7
-_— -- �_
.�= - — -- -(�__---�
t�1«M►c ; 5���1�,y V . i'�,a\\ :4.:..
�%E�� ' V•�� ��'�' d�"k GRANTEE: City of Fort Worth
By (Signature):
(Print Name)
Title
APPROVED AS TO FORM AND LEGALITY
(Print Name)
THE STATE OF TEXAS
COUNTY OF TARRANT
.
ACKNOWLEDGMENT
Title
BEFORE ME, the undersigned authority, a Nota�y Public in and for the State of Texas, on
this day personally appeared Stan�e,y V. !'1v►►i�.ir�, known to me to be the same person whose
name is subscribed to the foregoing instrument, and acknowledged to me that the same was the act
OfC�KI� Q.�IC �l+5� (y�2�CLL, and that he/she executed the same as the act of said C�a� k� PkK C=tisf ���' [-[-�
the purposes and consideration therein expressed and in the capacity therein stated.
GIVEN UNDER MY HAND AND SEAL OF OFFICE this
Fe,brvaxu , Zo �.�
� � � day of
OSPRYPUBG ANDREA BLAIR
O Notary Public, State of Texas �, �
s� y Notary ID 13208937-2 �/ �
�,TF pp SE+P My Commission Exp. 07-17-2023 Notaty Public in and for the State of Texas
RIGHT-OF-WAY EASEMENT
2ev. 06/I 5/2016
Foe� H.
ACKNOWLEDGEMENT
STATE OF TEXAS §
COUNTY OF TARRANT §
BEFORE ME, the undersigned authority, a Notary Public in and for the State of Texas, on
this day personally appeared ,
of the City of Fort Worth, known to me to be the same person
whose name is subscribed to the foregoing instrument, and acknowledged to me that the same
was the act of the City of Fort Worth and that he/she executed the same as the act of the City of
Fort Worth for the purposes and consideration therein expressed and in the capacity therein
stated.
GIVEN UNDER MY HAND AND SEAL OF OFFICE this day of
, 20_
Notary Public in and for the State of Texas
RIGHT-OF-WAY EASEMENT
Rev.06/IS/2016
FoR� H.
LEGAL DESCRIPTION
15' RIGHT-OF-WAY DEDICATION
BEING a 1.7816 acre (77,607 square foot) tract of land situated in the Shelby County School Land Survey,
Tracts 3& 4- Abstract No. 1375, City of Fort Worth, Tarrant County, Texas, and being part of a called
300.3879 acre tract of land described in Special Warranty Deed to Carter Park East Land, LLC recorded in
Instrument No. D220095202 of the Official Public Records of Tarrant County, Texas; said tract being more
particulariy described as follows:
BEGINNING at a 5/8-inch iron rod with "KHA" cap set in the east right-of-way line of Oak Grove Road (a
variable width right-of-way); said point being the northwest corner of said 300.3879 acre tract; said point
also being the in south line of that tract of land described in Warranty Deed to Texas Electric Service
Company recorded in Volume 2911, Page 367 of the Deed Records of Tarrant County, Texas;
THENCE North 89°29'17" East, departing the said east line Oak Grove Road and along the south line of
said Texas Electric Service Company tract, a distance of 15.00 feet to a 5/8-inch iron rod with "KHA" cap
set for corner;
THENCE South 0°29'25" East, departing the said south line of the Texas Electric Company tract, a
distance of 5173.82 feet to a 5/8-inch iron rod found for corner in the north right-of-way line of Enon Road
(a variable width right-of-way);
THENCE South 89°24'14" West, along the said north line of Enon Road, a distance of 15.00 feet to a mag
nail with "KHA" washer set for corner in the said east line of Oak Grove Road; said point being the
southwest corner of said 300.3879 acre tract;
THENCE North 0°29'25" West, along the said east line of Oak Grove Road, a distance of 5173.84 feet to
the POINT OF BEGINNING and containing 1.7816 acres or 77,607 square feet of land, more or less.
NOTES
Bearing system based on the Texas Coordinate System of 1983(2011 adjustment), North Central Zone (4202) with
an applied combined scale factor of 1.00012. A survey plat of even survey date herewith accompanies this metes &
bounds description.
The undersigned, Registered Professional Land Surveyor,
hereby certifies that the foregoing description accurately sets RIGHT-OF-WAY DEDICATION
out the metes and bounds of the right-of-way tract. PART OF SHELBY CO. SCHOOL LAND
. � C� ,z
ICHAEL C. BILLINGSLEY
REGISTERED PROFESSIONAL
LAND SURVEYOR NO. 6558 �
801 CHERRY STREET,
UNIT 11 SUITE 1300
FORT WORTH, TEXAS 76102
PH. 817-335-6511
michael.billingsley@kimley-horn.com
SURVEY
TRACTS 3& 4- ABSTRACT NO. 1375
CITY OF FORT WORTH, TARRANT
COUNTY, TEXAS
PADILLA, CAELAN 2/4/2021 1222 PM \U(IM
ROW.DWG
LOT 1 B, BLOCK 6-A
CARTER INDUSTRIAL PARK
(VOL. 388-134, PG. 90)
JOEL EAST RD.
(A VARIABLE WIDTH RIGHT-OF-WAY)
i
LOT 1, BLOCKA
CARTER DISTRIBUTION CENTER
(INST. NO. D219111864)
� - - SHELBY COUNTY SCHOOL LAND SURVEY, TRACT 2- ABST N0. 1375
SHELBY COUNTY SCHOOL LAND SURVEY, TRACT 3- ABST N0. 1375
TEXAS ELECTRIC
SERVICE COMPANY _
(VOL. 2911, PG. 367)
IRSC
P.O.B. �
TEXAS ELECTRIC SERVICE COMPANY
N89°29�� 7��E (VOL. 2911, PG. 367)
15.00'
-IRSC
5' TEXAS ELECTRIC
SERVICE COMPANY EASEMENT
(VOL. 5952, PG. 455)
N:6920622.95
, E:2336861.07
I �}
a
I � O � � � LEGEND
�rj c'')
�^ (,j� _ � � P.O.B. = POINT OF BEGINNING
�� >� � � IRSC = 5/8" IRON ROD W/ "KHA" CAP SET
� J N Q F � W IRFC = IRON ROD W/CAP FOUND
YQ� � � - in
U� rn (� W N � CARTER PARK EAST LAND, LLC
�� j I Y. Q N o (INST. NO. D220095202) I
m � 0
0 Q ¢ Z �
� z � I O Q / 15' RIGHT-OF-WAY
p � DEDICATION
—' � c~i� � 1.7816 ACRES
Z 77,607 SQ. FT.
�_
Q "
NORTH U I 20' STROUD ENERGY, LTD
PIPELINE EASEMENT
I � (INST. NO. D206373754)
o ao �oo � /
� /
GRAPHIC SCALE IN FEET I • � I
NOTES � — — —
MATCHLINE (SEE SHEET 3)
Bearing system based on the Texas Coordinate System of 1983(2011 adjustment), North Central Zone (4202) with
an applied combined scale factor of 1.00012. A metes & bounds description of even survey date herewith
accompanies this survey plat.
The undersigned, Registered Professional Land Surveyor,
hereby certifies that this plat of survey accurately sets out the
metes and boun of the right-of-way tract.
�/ / �P���o E'T�y
2
ICHAEL C. BILLINGSLEY ��� � �� �'s
�4,: � '':�
REGISTERED PROFESSIONAL ,,,;,,,,,,,,,,,,,,,,,,,,,,,;,
LAND SURVEYOR NO. 6558 MICHAEL CLEO BILLINGSLI
801 CHERRY STREET, '.,. A 6558 �,,�
UNIT 11 SUITE 1300 �•,.,p �P: Q
FORT WORTH, TEXAS 76102 9,y•�FESS��.••yo
PH. 817-335-6511 � S U R v�
michael.billingsley@kimley-horn.com
RIGHT-OF-WAY DEDICATION
PART OF SHELBY CO. SCHOOL LAND
SURVEY
TRACTS 3& 4- ABSTRACT NO. 1375
CITY OF FORT WORTH, TARRANT
COUNTY, TEXAS
ROW.DWG
MATCHLINE (SEE SHEET 2)
�
� �
i
I O�
�
��
��
._
w�
�� � o0
�� ��
� rn W
ti J N V.m
Y Q N Y g
�
0 � N Q >
m o O ¢
��o � :
z
o�Z I
W �
Z
� _ .
U " «
I �
r
�
I G
I �
c
0
c
0
c
�
NORTH I
�
0 50 100 I
I
GRAPHIC SCALE IN FEET
Y
— . . � . . — . �
I� J (��J I
Y Q N .
o�°' � .
m � � I
rZo
�--z �
ow� �
~� I
�z I
U v
I
1 .� _
MATCHLINE (SEE SHEET 4)
iT-OF-WAY
TION
►CRES
iQ. FT.
LEGEND
P.O.B. = POINT OF BEGINNING
IRSC = 5/8" IRON ROD W/ "KHA" CAP SET
IRFC = IRON ROD W/CAP FOUND
ER PARK EAST LAND, LLC
VST. NO. D220095202)
20' STROUD ENERGY, LTD
PIPELINE EASEMENT
(INST. NO. D206373754)
30' SANITARY
SEWER EASEMENT
(VOL. 5855, PG. 532)
RIGHT-OF-WAY DEDICATION
ZT OF SHELBY CO. SCHOOL LAND
SURVEY
ACTS 3& 4- ABSTRACT NO. 1375
ITY OF FORT WORTH, TARRANT
COUNTY, TEXAS
PHASEI
ROW.DWG
NORTH
� 50 100
GRAPHIC SCALE IN FEET
Y
Q �
a �
r J N
Y Q �
U � �
� � N
m � �
r�0
�-zz
�w ;
�
� Z
U �
MATCHLINE (SEE SHEET
� � � i
� � i
�
� I
� ' / �I
I
�
�
I 15' RIGHT-OF-WAY
� DEDICATION
1.7816 ACRES
�I>
Q. �
Q. �
N O
LL =
W �'
�
O.o
� �
�w
�
�
�
c�
ti
�
�
N
�
N
<V
�
M
ti
�
w
in
N
�
N
0
� � 77,607 SQ. FT.
II
II
I I 20' STROUD ENERGY, LTD
I PIPELINE EASEMENT
I I (INST. NO. D206373754)
I I CARTER PARK EAST LAND, LLC
I I (INST. NO. D220095202)
I � �
Q � O I I
Y.K z cn
� Q�¢ I I 20' PUBLIC UNDERGROUND
I I UTILITY EASEMENT
I I (VOL. 4034, PG. 663)
--�--�----------
- - - - - - -
I i� - - - - - - -
20'X20' SWBT EASEMENT
� ^ � (VOL. 14654, PG. 212)
a� I �{ I I 10' SOUTHWESTERN
� BELL TELEPHONE COMPANY EASEMENT
U�� I / I I (VOL. 5270, PG. 48)
O F- � I I 20' ENERGY TRANSFER FUEL
m= � . I I L.P. PIPELINE EASEMENT
� z O �. � _ (INST. NO. D208400452)
f- - Z 20' RANGE RESOURCES
� W� I . � I � PRODUCTION, LLC
� Z � • � I I I PIPELINE EASEMENT
(INST. NO. D208397555)
� v I � I I � � RIGHT-OF-WAY DEDICATION
: ,t � � � � PART OF SHELBY CO. SCHOOL LAND
I I � � SURVEY
-- -- ,� I � I I TRACTS 3& 4- ABSTRACT NO. 1375
�, �� ,� � I I I CITY OF FORT WORTH, TARRANT
� COUNTY, TEXAS
MATCHLINE (SEE SHEET 5) _
�rxH���
P.O.B. = POINT OF BEGINNING
IRSC = 5/8" IRON ROD W/ "KHA" CAP SET
IRFC = IRON ROD W/CAP FOUND
CAELAN 2/4/2021 1222
PARK EAST PHASE
ROW.DWG
MATCHLINE (SEE SHEET 4)
� � ,�'ll�l I
PART OF BLOCK 7 I f I I I 20' RANGE RESOURCES
CARTER INDUSTRIAL PARK � I I PRODUCTION, LLC
(VOL.388-31, PG. 52) I I PIPELINEEASEMENT
/ � � I I (INST. NO. D208397555)
-- ---I � I �� I
� I I I I
�} � � I I
Q LLQ 20' ENERGY TRANSFER FUEL
�{ � I� L.P. PIPELINE EASEMENT
�: � � � I I I (INST. NO. D208400452)
� � � I I CARTER PARK EAST LAND LLC
LOT 5, BLOCK 7
CARTER
INDUSTRIAL PARK
(CAB. A, SL. 5373)
w �
�QIo
� w
Ya
�
Q >
Q' ¢
I I
�
�
c�
ti
�
in
N
o�
N
O
z
I
I �
� I
� �
CV
�
M
�
�
W
in
N
O�
N
O
�
I I I I (INST. NO. D220095202)
� I I �
I I I I
I � � I
I I I I 20' STROUD ENERGY, LTD
PIPELINE EASEMENT
� � I I (INST. NO. D2a6373754)
I I I I
� �I I
I I I I SHELBY COUNTY SCHOOL LAND SURVEY,
I - TRACT 3- ABST NO. 1375 -
I I I SHELBYCOUNTY SCHOOL LAND SURVEY,
TRACT 4- ABST N0. 1375
II III I
I I
'T*�'f—r--15' RIGHT-OF-WAY
I I � � DEDICATION
� � � � 1.7816 ACRES
� � I I 77,607 SQ. FT.
I I I I 10' SOUTHWESTERN
I I � � gELL TELEPHONE
COMPANY EASEMENT
(VOL. 5270, PG. 48)
NORTH
� 50 100
GRAPHIC SCALE IN FEET
• — — — —� �
� i j j�
. � I I I
4 � �I
� � �� � � I
LOT 4, BLOCK 7 � I � i i i
CARTER INDUSTRIAL PARK I I
(CAB. A, SL. 5373) ,� �
�C I I �
� I I�
I I�
I � i I I�
_ �� _ J i �
MATCHLINE (SEE SHEET 6)
LEGEND
P.O.B. = POINT OF BEGINNING
IRSC = 5/8" IRON ROD W/ "KHA" CAP SET
IRFC = IRON ROD W/CAP FOUND
CAELAN 2I4I2021 1222
CARTER PARK EAST LAND, LLC
(INST. NO. D220095202)
RIGHT-OF-WAY DEDICATION
PART OF SHELBY CO. SCHOOL LAND
SURVEY
TRACTS 3& 4- ABSTRACT NO. 1375
CITY OF FORT WORTH, TARRANT
COUNTY, TEXAS
PARKEAST
ROW.DWG
MATCHLINE (SEE SHEET 5)
� �� � , �
� � lijl
� ii��
-- . } iiii
�� I I I I 2p� ENERGY TRANSFER FUEL
� I I f�T L.P. PIPELINE EASEMENT
� � � I I (INST. NO. D208400452)
I� � I II I
�I I I� I
I I � � 15' RIGHT-OF-WAY
DEDICATION
I 1.7816 ACRES
l' I I I 77,607 SQ. FT.
PART OF BLOCK 8
CARTER
INDUSTRIAL PARK
(VOL. 388-31, PG. 52)
i
� � �
ti } �
I � � �
� W I
� t �
N N I
� �
N N I
Z , � �
�
�
�
�
I
�
I
I
JOHN BURGESS DRIVE Q �
CARTER PARK EAST LAND, LLC
(INST. NO. D220095202)
10' SOUTHWESTERN
BELL TELEPHONE
COMPANY EASEMENT
NORTH
I I I i I (VOL. 5270, PG. 48)
I I I I 4 50 100
I I I �
I I I GRAPHIC SCALE IN FEET
I I � � 20' RANGE RESOURCES
PRODUCTION, LLC
� PIPELINE EASEMENT
I � I � (INST. NO. D208397555)
_ (A 60-FOOT WIDE RIGHT-OF-WAY) O p 1 - I I I I ZO' RANGE TEXAS
� I I pRODUCTION, LLC
= EASEMENT
� ; � i I (INST. NO. D212064884)
I~ I RIGHT-OF-WAY DEDICATION
Oo
I :� w r JPART OF SHELBY CO. SCHOOL LAND
� Y � /I� V SURVEY
I QO Q�/,��� TRACTS 3& 4- ABSTRACT NO. 1375
� / CITY OF FORT WORTH, TARRANT
�� � �� COUNTY, TEXAS
MATCHLINE (SEE SHEET 7)
LEGEND ���'Y1IA�/\�` �AM�h
P.O.B. = POINT OF BEGINNING
IRSC = 5/8" IRON ROD W/ "KHA" CAP SET
IRFC = IRON ROD W/CAP FOUND
298201
GROVE
ROW.DWG
MATCHLINE (SEE SHEET 6)
�
I I
�
� �
�
I
LOT 2, BLOCK 8 �
CARTER INDUSTRIAL PARK �
(INST. NO. D206087041) � Q I Q
� �
�, : o
_
W �'
Olo
� �
�w
J
m
\ I �
O ¢
I I
� �
� I
I
I
I I
I
I
I
� � �
MATCHLINE (SEE SHEET 8)
LEGEND
P.O.B. = POINT OF BEGINNING
IRSC = 5/8" IRON ROD W/ "KHA" CAP SET
IRFC = IRON ROD W/CAP FOUND
ENERGY TRANSFERFUEL
PIPELINE EASEMENT
iT. NO. D208400452)
RANGE TEXAS
)DUCTION, LLC
3EMENT
3T. NO. D212064884)
10' SOUTHWESTERN
BELLTELEPHONE
COMPANY EASEMENT
(VOL. 5270, PG. 48)
2TER PARK EAST LAND, LLC
(INST. NO. D220095202)
�IGHT-OF-WAY
>ICATION
16 ACRES
�07 SQ. FT.
NORTH
a 50 100
GRAPHIC SCALE W FEET
RIGHT-OF-WAY DEDICATION
�T OF SHELBY CO. SCHOOL LAND
SURVEY
;ACTS 3& 4- ABSTRACT NO. 1375
ITY OF FORT WORTH, TARRANT
COUNTY, TEXAS
298201-CARTER PARK
ROW.DWG
MATCHLINE (SEE SHEET 7)
� � � � '
. �� '
�
20' RANGE TEXAS
PRODUCTION, LLC EASEMENT
(INST. NO. D212064884)
I . /t 20' ENERGY TRANSFER FUEL
L.P. PIPELINE EASEMENT
I (INST. NO. D208400452)
. � � CV
M �
I � �
�Ci T
�' �
I � W
� Y N � in
I��� N �} �
0 o i o
�.= Z��
w � �
i�
PART BLOCK 8 � � ' ��
CARTER INDUSTRIAL PARK ��. w t
(VOL. 388-31, PG. 52) I Y I�
Q > /i
Q:¢
I
10' SOUTHWESTERN
BELLTELEPHONE
COMPANY EASEMENT
(VOL. 5270, PG. 48)
I N:6915449.32
f E:2336905.33
I MNS � IRSC
SHELBY COUNTY SCHOOL LAND SURVEY, TRACT 4- ABST N0. 1375
I � � � � � SHELBYCOUNTYSCHOOLLANDSURVEY,TRACT5-ABSTN0.1375
S89°24' 14"W —
15.00� ENO ROA I� I
' (A VARIABLE WIDTH RIGHT-O -WAY)
\
\ � � � � �
� � � � � � �
I \� I I I I
i �
NORTH
� 50 100
GRAPHIC SCALE IN FEET
��x�.�
P.O.B. = POINT OF BEGINNING
IRSC = 5/8" IRON ROD W/ "KHA" CAP SET
IRFC = IRON ROD W/CAP FOUND
MNS = MAG NAIL WITH "KHA" WASHER SET
CARTER PARK EAST LAND, LLC
(INST. NO. D220095202)
15' RIGHT-OF-WAY
DEDICATION
1.7816 ACRES
77,607 SQ. FT.
RIGHT-OF-WAY DEDICATION
PART OF SHELBY CO. SCHOOL LAND
SURVEY
TRACTS 3& 4- ABSTRACT NO. 1375
CITY OF FORT WORTH, TARRANT
COUNTY, TEXAS
-CARTER PARK EAST
ROW.DWG
CITY OF FORT WORTH Oak Grove Road
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 102802
Revised July 1, 2011
GC-4.02 Subsurface and Physical Conditions
THIS PAGE LEFT INTENTIONALLY BLANK
REPORT COVER PAGE
Geotechnical Engineering Report
__________________________________________________________________________
Oak Grove Road Improvement
Fort Worth, Texas
November 20, 2020
Terracon Project No. 95205149
Prepared for:
Carter Park East Land, LLC
Dallas, Texas
Prepared by:
Terracon Consultants, Inc.
Fort Worth, Texas
November 20, 2020
Carter Park East Land, LLC
3819 Maple Avenue
Dallas, Texas 75219
Attn: Mr. Matthew E. Colter, Vice President
Re: Geotechnical Engineering Report
Oak Grove Road Improvement
Oak Grove Road and Joel East Road
Fort Worth, Texas
Terracon Project No. 95205149
Dear Mr. Colter:
1 ��rr�con
�- GeoReport `
We have completed the Geotechnical Engineering services for the above referenced project. This
study was performed in general accordance with Terracon Proposal No. P95205149 dated
September 24, 2020. This report presents the findings of the subsurface exploration and provides
geotechnical recommendations concerning earthwork and the design and construction of pavement
for the proposed project.
We appreciate the opportunity to be of service to you on this project. If you have any questions
concerning this report or if we may be of further service, please contact us.
Sincerely,
Terracon Consultants, Inc.
� _.r
ust�, usal, E.I.T
Senior Staff Engineer
�� C . �Pd�'1CG�
_Y���,���� iii2siaozo
; ��P.�E_o� r��9�°'
.,�:� +
,,�, . ��.. * �r
...::...............................:�..*..�
CHERYL C. PEDRAZA j
I��o.......104754 ,......�ti�i
j0�`cr'' ���ENS��•••' �� ,:
Cheryl C. Pedraza, P.E. i��� �,��N,�� ���
Geotechnical Department Manager
cc: D. Tyler Baucom / Rob Riner Companies (tbaucom@robriner.com)
Terracon Consultants, Inc. 2501 East Loop 820 North Fort Worth, Texas 76118 Registration No. F-3272
P[817] 268 8600 F[817] 268 8602 terracon.comlofficeslfort-worth
Responsive ■ Resourceful ■ Reliable 1
REPORT TOPICS
INTRODUCTION ............................................................................................................. 1
SITE CONDITIONS ......................................................................................................... 1
PROJECT DESCRIPTION .............................................................................................. 2
GEOTECHNICAL CHARACTERIZATION ...................................................................... 2
ENGINEERING RECOMMENDATION ........................................................................... 3
GENERAL COMMENTS ................................................................................................. 8
FIGURES ........................................................................................................................ 9
Note: This report was originally delivered in a web-based format. Orange Bold text in the report indicates a referenced
section heading. The PDF version also includes hyperlinks which direct the reader to that section and clicking on the
GeoReport logo will bring you back to this page. For more interactive features, please view you r project online at
client.terracon.com.
ATTACHMENTS
EXPLORATION AND TESTING PROCEDURES
SITE LOCATION AND EXPLORATION PLANS
EXPLORATION RESULTS
SUPPORTING INFORMATION
Note: Refer to each individual Attachment for a listing of contents.
Responsive ■ Resourceful ■ Reliable 1
INTRODUCTION Geotechnical Engineering Report
Oak Grove Road Improvement
Oak Grove Road and Joel East Road
Fort Worth, Texas
Terracon Project No. 95205149
November 20, 2020
INTRODUCTION
This report presents the results of our subsurface exploration and geotechnical engineering
services performed for the proposed Oak Grove Road Improvement project to be located at Oak
Grove Road and Joel East Road in Fort Worth, Texas. The purpose of these services is to provide
information and geotechnical engineering recommendations relative to:
■ Subsurface soil (and rock) conditions ■ Site preparation and earthwork
■ Groundwater conditions ■ Pavement design and construction
The geotechnical engineering Scope of Services for this project included the advancement of
eleven test borings to depth of about 10 feet below existing site grades.
Maps showing the site and boring locations are shown in the Site Location and Exploration
Plan sections, respectively. The results of the laboratory testing performed on soil samples
obtained from the site during the field exploration are included on the boring logs and as separate
graphs in the Exploration Results section.
SITE CONDITIONS
The following description of site conditions is derived from our site visit in association with the
field exploration and our review of publicly available geologic and topographic maps.
Item Description
Parcel Information
The project is located at along Oak Grove Road just south of Joel East Road
in Fort Worth, Texas.
32.6456°N, 97.3042°W and 32.6310°N, 97.3043°W (approximate) See Site
Location
Existing
Improvements Oak grove road with underground utilities and easements
Current Ground
Cover Various: asphalt, concrete and few trees along the east of Oak Grove Rd
Geotechnical Engineering Report
Oak Grove Road Improvement ■ Fort Worth, Texas
November 20, 2020 ■ Terracon Project No. 95205149
Responsive ■ Resourceful ■ Reliable 2
Item Description
Existing Topography Based on the provided information proposed improvement area ground
surface elevation ranges from about 684 ft to 697 feet.
PROJECT DESCRIPTION
Our initial understanding of the project was provided in our proposal and no comments have been
made by the design group/client and our final understanding of the project conditions is as follows:
Item Description
Project Description
We understand that the stretch of the Oak Grove Road (approximately 5300
lineal feet between Joel East Road and Enon Avenue will be improved.
Proposed improvement will consist of the addition of lanes, for a total of up to
5 lanes and a concrete sidewalk. Provided information indicates that the
existing asphalt pavement (both lanes) between Albertsons Drive and Enon
Avenue will be demolished and the existing asphalt pavement present in the
north bound lane between Joel East Road and Albertson Drive will be
demolished as part of the proposed improvement.
The road will be classified as an arterial road by the City of Fort.
Pavements
The majority of the planned roadway will be Portland cement concrete paving
in accordance with the City of Fort Worth Pavement Design Manual dated
January 29, 2015. The road will be classified as an arterial by the City of Fort
Worth. We understand that a portion of the roadway at a transition near Enon
Road will be asphalt paving.
Traffic (per the city of
Fort Worth Pavement
Design Manual)
Annual ESALs: 300,000 (Arterial)
Site Grading Based on the provided civil design drawings, we have anticipated that up to
4 feet of fill and 2 feet of cut will be required to generate the finished grades.
GEOTECHNICAL CHARACTERIZATION
We have developed a general characterization of the subsurface conditions based upon our
review of the subsurface exploration, laboratory data, geologic setting and our understanding of
the project. This characterization, termed GeoModel, forms the basis of our geotechnical
calculations and evaluation of site preparation and foundation options. Conditions encountered at
Geotechnical Engineering Report
Oak Grove Road Improvement ■ Fort Worth, Texas
November 20, 2020 ■ Terracon Project No. 95205149
Responsive ■ Resourceful ■ Reliable 3
each exploration point are indicated on the individual logs. The individual logs can be found in the
Exploration Results section and the GeoModel can be found in the Figures section of this report.
As part of our analyses, we identified the following model layers within the subsurface profile. For
a more detailed view of the model layer depths at each boring location, refer to the GeoModel.
Model Layer Layer Name General Description
1 Fill Flexible base material
2 Clay Fat and lean clay
3 Weathered
Bedrock
Tan limestone with clay layers and seams
Groundwater Conditions
The boreholes were observed while drilling and after completion for the presence and level of
groundwater. The water levels observed in the boreholes can be found on the boring logs in
Exploration Results and are summarized below.
Groundwater was not observed in the boring while drilling, or for the short duration the borings could
remain open. However, this does not necessarily mean the borings terminated above groundwater,
or the water levels summarized above are stable groundwater levels. Due to the low permeability of
the soils encountered in the borings, a relatively long period may be necessary for a groundwater
level to develop and stabilize in a borehole. Long term observations in piezometers or observation
wells sealed from the influence of surface water are often required to define groundwater levels in
materials of this type.
Groundwater level fluctuations occur due to seasonal variations in the amount of rainfall, runoff
and other factors not evident at the time the borings were performed. Therefore, groundwater
levels during construction or at other times in the life of the structure may be higher or lower than
the levels indicated on the boring logs. The possibility of groundwater level fluctuations should be
considered when developing the design and construction plans for the project.
ENGINEERING RECOMMENDATION
We understand that the stretch of the Oak Grove Road (approximately 5300 lineal feet between
Joel East Road and Enon Avenue will be improved. The road will be classified as an arterial by
the City of Fort Worth. Eleven soil borings were extended to a depth of about 10 feet along the
sides of the Oak Grove Road planned roadway construction.
Geotechnical Engineering Report
Oak Grove Road Improvement ■ Fort Worth, Texas
November 20, 2020 ■ Terracon Project No. 95205149
Responsive ■ Resourceful ■ Reliable 4
General Site Grading
We understand that up to 4 feet of fill and 2 feet of cut will be required to generate the finished
grades. Based on the conditions encountered in the borings, excavations will encounter fat and
lean clays.
During excavations, applicable OSHA standards should be followed based on soil types and
noted consistencies. The soils will need to be sloped or braced during construction. A fill against
excavated slopes should be placed in relatively horizontal lifts. When placing fill on existing slopes
that are steeper than about 6H:1V, the fill should be benched into the slope. This breaks up
potential slide planes and permits relatively horizontal lift placement. Any lift that becomes
desiccated, rutted, or disturbed should be reworked prior to placing a subsequent lift.
The on-site soils free of rock greater than 4 inches in maximum dimension are suitable for use in
general site grading. Imported material should be a clean clay soil (free of deleterious materials
and debris) with a liquid limit less than 65 percent and no rock greater than 4 inches in maximum
dimension.
Site preparation for the proposed project should include removing existing vegetation and site
improvements (pavements and utilities) and any other unsuitable surface materials from the areas
of new construction. Prior to placing any fill, the areas to receive fill will need to be stripped and
grubbed. The subgrade should then be proofrolled. Any soft or pumping areas should be
excavated to firm ground and properly backfilled. The subgrade should be scarified to a minimum
depth of 8 inches and uniformly compacted as discussed in section Compaction Requirements.
The fill materials should then be spread in loose, relatively horizontal lifts, less than 9 inches in
thickness, and uniformly compacted to the same criteria. If filling is suspended and the subgrade
becomes desiccated or rutted, it should be reworked prior to placement of a subsequent lift.
Compaction Requirement
Recommendations for compaction are presented in the following table. We recommend that
engineered fill be tested for moisture content and compaction during placement. Should the
results of the in-place density tests indicate the specified moisture or compaction limits have not
been met, the area represented by the test should be reworked and retested as required until the
specified moisture and compaction requirements are achieved.
ITEM DESCRIPTION
Subgrade preparation to receive fill Surface scarified to a minimum depth of 8 inches
Maximum lift thickness 9 inches or less loose lift thickness
Geotechnical Engineering Report
Oak Grove Road Improvement ■ Fort Worth, Texas
November 20, 2020 ■ Terracon Project No. 95205149
Responsive ■ Resourceful ■ Reliable 5
General site fills and lime treated
subgrades
A minimum of 95% maximum standard Proctor dry density
(ASTM D698) in the range of -1 to +4 percentage points of
optimum moisture content
Lime/Sulfate Induced Heave
Sulfate tests performed at the time of our investigation indicated sulfates content less than 100
ppm. When the sulfate concentrations are less than 3,000 ppm, the subgrade soils are considered
to be suitable for lime treatment in the conventional manner using a single lime application.
Imported fill material should be tested for soluble sulfate to evaluate the suitability of soils for lime
stabilization.
Pavement Subgrade Preparation
Subgrade materials encountered consisted of clay soils. These soils are subject to loss of support
with the moisture increases that can occur beneath paving. The clay soils react with hydrated
lime, which serves to improve and maintain their support value. Lime treatment is recommended
beneath pavement sections. We recommend that a minimum of 9 percent lime by dry weight be
used to treat the subgrade soils at this site. The lime should be thoroughly mixed and blended
with the top 8 inches of the subgrade (TxDOT Item 260).
The lime modified subgrade should be uniformly compacted as discussed in section Compaction
Requirements. Pavement subgrades should be protected from traffic or ponding water. They
should be moist cured until the pavement is placed.
We understand that in the area of the planned box culvert there is only 12 inches of clearance
between the box culvert and top of pavement. In this area, the pavement subgrade should consist
of at least 2 inches of flexible base material to be placed between the pavement and culvert.
Flexible base material should meet requirement of TXDOT Item 247, Type A, Grade 5. Flexible
base material should be compacted at minimum of 95% of maximum standard Proctor dry density
(ASTM D698) in the range of -2 to +2 percentage points of the optimum moisture content.
Site grading is generally accomplished early in the construction phase. However, as construction
proceeds, the subgrade may be disturbed due to utility excavations, construction traffic,
desiccation, or rainfall. As a result, the pavement subgrade may not be suitable for pavement
construction and corrective action will be required. The subgrade should be carefully evaluated
at the time of pavement construction for signs of disturbance or excessive rutting or
overexcavation within the areas of near surface drain pipes. If disturbance has occurred,
pavement subgrade areas should be reworked, moisture conditioned, and properly compacted to
the recommendations in this report immediately prior to paving.
Geotechnical Engineering Report
Oak Grove Road Improvement ■ Fort Worth, Texas
November 20, 2020 ■ Terracon Project No. 95205149
Responsive ■ Resourceful ■ Reliable 6
Support characteristics of subgrade for pavement design do not account for shrink/swell
movements of an expansive clay subgrade, such as soils encountered on this project. Thus, the
pavement may be adequate from a structural standpoint, yet still experience cracking and
deformation due to shrink/swell related movement of the subgrade. At the time of our field
operations on November 13, 2020, the overburden soils were at a dry state. Our laboratory
absorption swell test results were as high as 8.3% for samples tested. Based on the Plasticity
Index (PI) of the soils, the potential vertical rise (PVR) of the site soils is estimated to be on the
order of 4 to 5 inches. The PVR is estimated utilizing the TxDOT method TEX-124-E and based
on dry soil conditions.
Pavement Design Parameters
Pavement design for this project is based on procedures outlined by AASHTO for concrete paved
roads and pavement design parameters prescribed by the City of Fort Worth’s Pavement Design
Manual (dated January 29, 2015).
The following input parameters were used in the concrete pavement section analysis for an
arterial road.
Input Parameters for Arterial Roads Value
Annual ESALs / Total ESALs 300,000 / 13,000,000
Growth factor 2.5%
Design life 30 years
Initial serviceability, P0 4.5
Terminal serviceability, Pt 2.5
Reliability, R 90%
Overall standard deviation, S0 0.39
Load transfer (“J” factor) 3.0
Drainage coefficient 1.0
Modulus of elasticity of concrete 4,000 ksi
Modulus of rupture of concrete 620 psi
Modulus of reaction of subgrade soil 200 pci
Geotechnical Engineering Report
Oak Grove Road Improvement ■ Fort Worth, Texas
November 20, 2020 ■ Terracon Project No. 95205149
Responsive ■ Resourceful ■ Reliable 7
If the pavements are subject to heavier loading and higher traffic counts than the assumed values,
this office should be notified and provided with the information, so that we may review these
pavement sections and make revisions if necessary.
Roadway Pavement Sections
Pavement sections were calculated using the AASHTO 1993 design method for the assumptions
and design parameters discussed above. A pavement section is presented below for an arterial
road that consists of Portland cement concrete supported on a lime modified subgrade.
Arterial Road (Portland cement concrete)
Pavement section Thickness (inch)
Portland cement concrete 10
Lime modified subgrade, TxDOT Item 260 8
Total pavement thickness 18
The concrete should have a minimum 28-day compressive strength of 4,000 psi and a modulus
of rupture of 620 psi. It should contain a minimum of 4.5 ± 1.5 percent entrained air.
We understand that it is planned to use an asphalt section in a transition area near Enon road. A
pavement section is presented below for the transitional pavement.
Asphalt Concrete Pavement near Transition
Pavement section Thickness (inch)
Asphalt surface course Type D 2
Asphalt base course -Type B 8
Lime modified subgrade, TxDOT Item 260 8
Total pavement thickness 18
Geotechnical Engineering Report
Oak Grove Road Improvement ■ Fort Worth, Texas
November 20, 2020 ■ Terracon Project No. 95205149
Responsive ■ Resourceful ■ Reliable 8
GENERAL COMMENTS
Our analysis and opinions are based upon our understanding of the project, the geotechnical
conditions in the area, and the data obtained from our site exploration. Natural variations will occur
between exploration point locations or due to the modifying effects of construction or weather.
The nature and extent of such variations may not become evident until during or after construction.
Terracon should be retained as the Geotechnical Engineer, where noted in this report, to provide
observation and testing services during pertinent construction phases. If variations appear, we
can provide further evaluation and supplemental recommendations. If variations are noted in the
absence of our observation and testing services on-site, we should be immediately notified so
that we can provide evaluation and supplemental recommendations.
Our Scope of Services does not include either specifically or by implication any environmental or
biological (e.g., mold, fungi, bacteria) assessment of the site or identification or prevention of
pollutants, hazardous materials or conditions. If the owner is concerned about the potential for
such contamination or pollution, other studies should be undertaken.
Our services and any correspondence or collaboration through this system are intended for the
sole benefit and exclusive use of our client for specific application to the project discussed and
are accomplished in accordance with generally accepted geotechnical engineering practices with
no third-party beneficiaries intended. Any third-party access to services or correspondence is
solely for information purposes to support the services provided by Terracon to our client.
Reliance upon the services and any work product is limited to our client, and is not intended for
third parties. Any use or reliance of the provided information by third parties is done solely at their
own risk. No warranties, either express or implied, are intended or made.
Site characteristics as provided are for design purposes and not to estimate excavation cost. Any
use of our report in that regard is done at the sole risk of the excavating cost estimator as there
may be variations on the site that are not apparent in the data that could significantly impact
excavation cost. Any parties charged with estimating excavation costs should seek their own site
characterization for specific purposes to obtain the specific level of detail necessary for costing.
Site safety, and cost estimating including, excavation support, and dewatering
requirements/design are the responsibility of others. If changes in the nature, design, or location
of the project are planned, our conclusions and recommendations shall not be considered valid
unless we review the changes and either verify or modify our conclusions in writing.
Responsive ■ Resourceful ■ Reliable
FIGURES
Contents:
GeoModel
670
672
674
676
678
680
682
684
686
688
690
692
694
696
698
ELEVATION (MSL) (feet)Oak Grove Road Improvement Fort Worth, TX
Terracon Project No. 95205149
Layering shown on this figure has been developed by the geotechnical
engineer for purposes of modeling the subsurface conditions as
required for the subsequent geotechnical engineering for this project.
Numbers adjacent to soil column indicate depth below ground surface.
NOTES:
R- 1
R- 2
R- 3
R- 4
R- 5
R- 6
R- 7
R- 8
R- 9
R-10
R-11
GEOMODEL
This is not a cross section. This is intended to display the Geotechnical Model only. See individual logs for more detailed conditions.
Tan limestone3
LEGEND
Fill
Fat Clay
Lean Clay
Highly Weathered
Limestone
Model Layer General DescriptionLayer Name
Flexible base material1
Fat and lean clay2
Highly Weathered
Bedrock
Fill
Clay
2
10
1
2
10
2
10
2
8
10
2
3
8
10
2
3
10
2
5
10
2
3
10
2
6
10
2
3
10
2
10
2
Responsive ■ Resourceful ■ Reliable
LIME SERIES
LIME SERIES
Responsive ■ Resourceful ■ Reliable
ATTACHMENTS
Geotechnical Engineering Report
Oak Grove Road Improvement ■ Fort Worth, Texas
November 20, 2020 ■ Terracon Project No. 95205149
Responsive ■ Resourceful ■ Reliable EXPLORATION AND TESTING PROCEDURES 1 of 2
EXPLORATION AND TESTING PROCEDURES
Field Exploration
Number of Borings Boring Depth (feet) Boring Location
11 10 Oak Grove Road
Boring Layout and Elevations: Unless otherwise noted, Terracon personnel provided the boring
layout. Coordinates were obtained with a handheld GPS unit (estimated horizontal accuracy of
about ±10 feet) and approximate elevations were obtained by interpolation from the provided
drawing (Grading Plan, Sheet # 17 through 19, date 11/13/2020, and drawn by Kimley Horn). If
elevations and a more precise boring layout are desired, we recommend borings be surveyed
following completion of fieldwork.
Subsurface Exploration Procedures: We advance the borings with a truck-mounted, rotary drill
rig using continuous flight augers (solid stem and/or hollow stem as necessary depending on soil
conditions). Five samples are obtained in the upper 10 feet of each boring and at intervals of 5
feet thereafter. In the thin-walled tube sampling procedure, a thin-walled tube is pushed hydraulically
into the soil to obtain a relatively undisturbed sample. The samples were placed in appropriate
container, taken to our laboratory for testing, and classified under the direction of a geotechnical
engineer. In addition, we observe and record groundwater levels during drilling and sampling. For
safety purposes, all borings are backfilled with auger cuttings after their completion.
Our exploration team prepares field boring logs as part of the standard drilling operations. These
field logs include visual classifications of the materials encountered during drilling and our
interpretation of the subsurface conditions between samples. Final boring logs are prepared from
the field logs. The final boring logs represent the geotechnical engineer's interpretation of the field
logs and include modifications based on observations and tests of the samples in our laboratory.
Laboratory Testing
The project engineer reviewed the field data and assigned laboratory tests to understand the
engineering properties of the various soil and rock strata, as necessary, for this project.
Procedural standards noted below are for reference to methodology in general. In some cases,
variations to methods were applied because of local practice or professional judgment. Standards
noted below include reference to other, related standards. Such references are not necessarily
applicable to describe the specific test performed.
■ Water (Moisture) Content of Soil
■ Liquid Limit, Plastic Limit, and Plasticity Index of Soils
■ Standard Test Method for Particle Size Analysis of Soils
Geotechnical Engineering Report
Oak Grove Road Improvement ■ Fort Worth, Texas
November 20, 2020 ■ Terracon Project No. 95205149
Responsive ■ Resourceful ■ Reliable EXPLORATION AND TESTING PROCEDURES 2 of 2
■ Material Finer than 75-μm (No. 200) Sieve
■ Absorption Swell Tests
■ Soil Lime Testing
■ Soluble Sulfates
Absorption swell tests are performed on selected samples. These tests are used to quantitatively
evaluate volume change potential at in-situ moisture levels. Selected samples are also tested for
soluble sulfates. The results of these tests are presented in the tables below.
SWELL TEST RESULTS
Boring
No.
Depth
(feet)
Liquid
Limit
(%)
Plasticity
Index
(%)
Initial
Moisture
(%)
Final
Moisture
(%)
Surcharge
(psf)
Swell
(%)
R-2 2-4 71 47 20.4 25.3 375 6.1
R-6 4-6 63 42 22.9 24.0 625 0.9
R-10 4-6 63 42 14.6 21.7 625 8.3
SUMMARY OF SOLUBLE SULFATES TESTS
Boring No. Depth (ft) Soluble Sulfates (ppm)
R-2 2-4 <100
R-4 2-4 <100
R-6 2-4 <100
R-8 0-2 <100
R-10 0-2 <100
R-11 0-2 <100
Responsive ■ Resourceful ■ Reliable
SITE LOCATION AND EXPLORATION PLANS
Contents:
Site Location Plan
Exploration Plan
Note: All attachments are one page unless noted above.
SITE LOCATION
Oak Grove Road Improvement ■ Fort Worth, Texas
November 20, 2020 ■ Terracon Project No. 95205149
Note to Preparer: This is a large table with outside borders. Just click inside the table
above this text box, then paste your GIS Toolbox image.
When paragraph markers are turned on you may notice a line of hidden text above and
outside the table – please leave that alone. Limit editing to inside the table.
The line at the bottom about the general location is a separate table line. You can edit
it as desired, but try to keep to a single line of text to avoid reformatting the page.
SITE LOCATION
DIAGRAM IS FOR GENERAL LOCATION ONLY, AND IS NOT INTENDED FOR CONSTRUCTION PURPOSES MAP PROVIDED BY MICROSOFT BING MAPS
EXPLORATION PLAN
Oak Grove Road Improvement ■ Fort Worth, Texas
November 20, 2020 ■ Terracon Project No. 95205149
Note to Preparer: This is a large table with outside borders. Just click inside the table
above this text box, then paste your GIS Toolbox image.
When paragraph markers are turned on you may notice a line of hidden text above and
outside the table – please leave that alone. Limit editing to inside the table.
The line at the bottom about the general location is a separate table line. You can edit
it as desired, but try to keep to a single line of text to avoid reformatting the page.
EXPLORATION PLAN
DIAGRAM IS FOR GENERAL LOCATION ONLY, AND IS NOT INTENDED FOR CONSTRUCTION PURPOSES MAP PROVIDED BY MICROSOFT BING MAPS
EXPLORATION RESULTS
Contents:
Boring Logs (R-1 through R-11)
Note: All attachments are one page unless noted above.
-
3.5 (HP)
4.5 (HP)
3.5 (HP)
4.5 (HP)
3.3
30.5
29.5
75-27-48
FILL - FLEXIBLE BASE MATERIAL
FAT CLAY (CH), dark brown, very stiff to hard
LEAN CLAY (CL), tan, hard
Boring Terminated at 10 Feet
2.0
8.0
10.0
681+/-
675+/-
673+/-
Ground surface elevation estimated from the civil drawing
provided by Kimley Horn
Hammer Type: AutomaticStratification lines are approximate. In-situ, the transition may be gradual.THIS BORING LOG IS NOT VALID IF SEPARATED FROM ORIGINAL REPORT. GEO SMART LOG-NO WELL 95205149 OAK GROVE ROAD IM.GPJ TERRACON_DATATEMPLATE.GDT 11/20/20WATER LEVELOBSERVATIONSDEPTH (Ft.)5
10
STRENGTH TEST
FIELD TESTRESULTSCOMPRESSIVESTRENGTH(tsf)TEST TYPESTRAIN (%)PERCENT FINESWATERCONTENT (%)DRY UNITWEIGHT (pcf)ATTERBERG
LIMITS
LL-PL-PI
LOCATION See Exploration Plan
Latitude: 32.6449° Longitude: -97.3041°GRAPHIC LOGMODEL LAYERDEPTH ELEVATION (Ft.)
Approximate Surface Elev.: 683 (Ft.) +/-
Page 1 of 1
Advancement Method:
Dry Auger
Abandonment Method:
Boring backfilled with auger cuttings upon completion.
Notes:
Project No.: 95205149
Drill Rig: Truck
BORING LOG NO. R- 1
Carter Park East Land LLCCLIENT:
Dallas, TX
Driller: Gedco
Boring Completed: 11-13-2020
PROJECT: Oak Grove Road Improvement
See Exploration and Testing Procedures for a
description of field and laboratory procedures
used and additional data (If any).
See Supporting Information for explanation of
symbols and abbreviations.
Oak Grove Road and Joel East Road
Fort Worth, TX
SITE:
Boring Started: 11-13-2020
2501 E Loop 820 N
Fort Worth, TX
WATER LEVEL OBSERVATIONS
Groundwater not encountered during drilling
1
2 SAMPLE TYPE
Ground surface elevation estimated from the civil drawing
provided by Kimley Horn
4.5+ (HP)
4.5+ (HP)
4.5+ (HP)
4.5+ (HP)
4.5+ (HP)
82
22.2
20.4
21.1
71-24-47
FAT CLAY (CH), dark brown, hard
LEAN CLAY (CL), tan, hard
Boring Terminated at 10 Feet
7.0
10.0
675+/-
672+/-
Hammer Type: AutomaticStratification lines are approximate. In-situ, the transition may be gradual.THIS BORING LOG IS NOT VALID IF SEPARATED FROM ORIGINAL REPORT. GEO SMART LOG-NO WELL 95205149 OAK GROVE ROAD IM.GPJ TERRACON_DATATEMPLATE.GDT 11/20/20WATER LEVELOBSERVATIONSDrill Rig: Truck
BORING LOG NO. R- 2
Carter Park East Land LLCCLIENT:
Dallas, TX
Driller: Gedco
Boring Completed: 11-13-2020
PROJECT: Oak Grove Road Improvement
See Exploration and Testing Procedures for a
description of field and laboratory procedures
used and additional data (If any).
See Supporting Information for explanation of
symbols and abbreviations.
Oak Grove Road and Joel East Road
Fort Worth, TX
SITE:
Boring Started: 11-13-2020
2501 E Loop 820 N
Fort Worth, TX
WATER LEVEL OBSERVATIONS
Groundwater not encountered during drilling DEPTH (Ft.)5
10
STRENGTH TEST
FIELD TESTRESULTSCOMPRESSIVESTRENGTH(tsf)TEST TYPESTRAIN (%)PERCENT FINESWATERCONTENT (%)DRY UNITWEIGHT (pcf)ATTERBERG
LIMITS
LL-PL-PI
LOCATION See Exploration Plan
Latitude: 32.6439° Longitude: -97.3042°GRAPHIC LOGMODEL LAYERDEPTH ELEVATION (Ft.)
Approximate Surface Elev.: 682 (Ft.) +/-
Page 1 of 1
Advancement Method:
Dry Auger
Abandonment Method:
Boring backfilled with auger cuttings upon completion.
Notes:
Project No.: 95205149
2 SAMPLE TYPE
4.5+ (HP)
4.5+ (HP)
3.5 (HP)
3.5 (HP)
3.5 (HP)
FAT CLAY (CH), dark brown, hard
FAT CLAY (CH), dark brown, very stiff
Boring Terminated at 10 Feet
5.0
10.0
676+/-
671+/-
Ground surface elevation estimated from the civil drawing
provided by Kimley Horn
24.0
24.4
25.6
72-26-46
Hammer Type: AutomaticStratification lines are approximate. In-situ, the transition may be gradual.THIS BORING LOG IS NOT VALID IF SEPARATED FROM ORIGINAL REPORT. GEO SMART LOG-NO WELL 95205149 OAK GROVE ROAD IM.GPJ TERRACON_DATATEMPLATE.GDT 11/20/20WATER LEVELOBSERVATIONSDEPTH (Ft.)5
10
STRENGTH TEST
FIELD TESTRESULTSCOMPRESSIVESTRENGTH(tsf)TEST TYPESTRAIN (%)PERCENT FINESWATERCONTENT (%)MODEL LAYERDEPTH ELEVATION (Ft.)
Approximate Surface Elev.: 681 (Ft.) +/-
Page 1 of 1
Advancement Method:
Dry Auger
Abandonment Method:
Boring backfilled with auger cuttings upon completion.
Notes:
Project No.: 95205149
Drill Rig: Truck
BORING LOG NO. R- 3
Carter Park East Land LLCCLIENT:
Dallas, TX
Driller: Gedco
Boring Completed: 11-13-2020
PROJECT: Oak Grove Road Improvement
See Exploration and Testing Procedures for a
description of field and laboratory procedures
used and additional data (If any).
See Supporting Information for explanation of
symbols and abbreviations.
Oak Grove Road and Joel East Road
Fort Worth, TX
DRY UNITWEIGHT (pcf)ATTERBERG
LIMITS
LL-PL-PI
LOCATION See Exploration Plan
Latitude: 32.6425° Longitude: -97.3042°GRAPHIC LOGSITE:
Boring Started: 11-13-2020
2501 E Loop 820 N
Fort Worth, TX
WATER LEVEL OBSERVATIONS
Groundwater not encountered during drilling
2 SAMPLE TYPE
4.5 (HP)
4.5 (HP)
4.5+ (HP)
4.5+ (HP)
100/2.5"
20.7
18.8
17.8
77-27-50
FAT CLAY (CH), dark brown, hard
LEAN CLAY (CL), with sand, tan, hard
LIMESTONE, with clay seams, tan
Boring Terminated at 10 Feet
5.0
8.0
10.0
675+/-
672+/-
670+/-
Ground surface elevation estimated from the civil drawing
provided by Kimley Horn
Hammer Type: AutomaticStratification lines are approximate. In-situ, the transition may be gradual.THIS BORING LOG IS NOT VALID IF SEPARATED FROM ORIGINAL REPORT. GEO SMART LOG-NO WELL 95205149 OAK GROVE ROAD IM.GPJ TERRACON_DATATEMPLATE.GDT 11/20/20WATER LEVELOBSERVATIONSDEPTH (Ft.)5
10
STRENGTH TEST
FIELD TESTRESULTSCOMPRESSIVESTRENGTH(tsf)TEST TYPESTRAIN (%)PERCENT FINESWATERCONTENT (%)DRY UNITWEIGHT (pcf)ATTERBERG
LIMITS
LL-PL-PI
LOCATION See Exploration Plan
Latitude: 32.6411° Longitude: -97.3042°GRAPHIC LOGMODEL LAYERDEPTH ELEVATION (Ft.)
Approximate Surface Elev.: 680 (Ft.) +/-
Page 1 of 1
Advancement Method:
Dry Auger
Abandonment Method:
Boring backfilled with auger cuttings upon completion.
Notes:
Project No.: 95205149
Drill Rig: Truck
BORING LOG NO. R- 4
Carter Park East Land LLCCLIENT:
Dallas, TX
Driller: Gedco
Boring Completed: 11-13-2020
PROJECT: Oak Grove Road Improvement
See Exploration and Testing Procedures for a
description of field and laboratory procedures
used and additional data (If any).
See Supporting Information for explanation of
symbols and abbreviations.
Oak Grove Road and Joel East Road
Fort Worth, TX
SITE:
Boring Started: 11-13-2020
2501 E Loop 820 N
Fort Worth, TX
WATER LEVEL OBSERVATIONS
Groundwater not encountered during drilling
2
3 SAMPLE TYPE
4.5+ (HP)
4.5+ (HP)
3.5 (HP)
3.5 (HP)
100/1.5"
24.0
20.2
15.5
79-28-51
FAT CLAY (CH), dark brown, hard
LEAN CLAY (CL), with sand, tan, very stiff
LIMESTONE, with clay seams, tan
Boring Terminated at 10 Feet
5.0
8.0
10.0
677+/-
674+/-
672+/-
Ground surface elevation estimated from the civil drawing
provided by Kimley Horn
Hammer Type: AutomaticStratification lines are approximate. In-situ, the transition may be gradual.THIS BORING LOG IS NOT VALID IF SEPARATED FROM ORIGINAL REPORT. GEO SMART LOG-NO WELL 95205149 OAK GROVE ROAD IM.GPJ TERRACON_DATATEMPLATE.GDT 11/20/20WATER LEVELOBSERVATIONSDEPTH (Ft.)5
10
STRENGTH TEST
FIELD TESTRESULTSCOMPRESSIVESTRENGTH(tsf)TEST TYPESTRAIN (%)PERCENT FINESWATERCONTENT (%)DRY UNITWEIGHT (pcf)ATTERBERG
LIMITS
LL-PL-PI
LOCATION See Exploration Plan
Latitude: 32.6399° Longitude: -97.3039°GRAPHIC LOGMODEL LAYERDEPTH ELEVATION (Ft.)
Approximate Surface Elev.: 682 (Ft.) +/-
Page 1 of 1
Advancement Method:
Dry Auger
Abandonment Method:
Boring backfilled with auger cuttings upon completion.
Notes:
Project No.: 95205149
Drill Rig: Truck
BORING LOG NO. R- 5
Carter Park East Land LLCCLIENT:
Dallas, TX
Driller: Gedco
Boring Completed: 11-13-2020
PROJECT: Oak Grove Road Improvement
See Exploration and Testing Procedures for a
description of field and laboratory procedures
used and additional data (If any).
See Supporting Information for explanation of
symbols and abbreviations.
Oak Grove Road and Joel East Road
Fort Worth, TX
SITE:
Boring Started: 11-13-2020
2501 E Loop 820 N
Fort Worth, TX
WATER LEVEL OBSERVATIONS
Groundwater not encountered during drilling
2
3 SAMPLE TYPE
4.5 (HP)
4.0 (HP)
4.5+ (HP)
4.5+ (HP)
4.5+ (HP)
18.0
19.5
22.9 63-21-42
FAT CLAY (CH), dark brown, very stiff to hard
LEAN CLAY (CL), tan, hard
Boring Terminated at 10 Feet
6.0
10.0
683+/-
679+/-
Ground surface elevation estimated from the civil drawing
provided by Kimley Horn
Hammer Type: AutomaticStratification lines are approximate. In-situ, the transition may be gradual.THIS BORING LOG IS NOT VALID IF SEPARATED FROM ORIGINAL REPORT. GEO SMART LOG-NO WELL 95205149 OAK GROVE ROAD IM.GPJ TERRACON_DATATEMPLATE.GDT 11/20/20WATER LEVELOBSERVATIONSDEPTH (Ft.)5
10
STRENGTH TEST
FIELD TESTRESULTSCOMPRESSIVESTRENGTH(tsf)TEST TYPESTRAIN (%)PERCENT FINESWATERCONTENT (%)DRY UNITWEIGHT (pcf)ATTERBERG
LIMITS
LL-PL-PI
LOCATION See Exploration Plan
Latitude: 32.6383° Longitude: -97.3045°GRAPHIC LOGMODEL LAYERDEPTH ELEVATION (Ft.)
Approximate Surface Elev.: 689 (Ft.) +/-
Page 1 of 1
Advancement Method:
Dry Auger
Abandonment Method:
Boring backfilled with auger cuttings upon completion.
Notes:
Project No.: 95205149
Drill Rig: Truck
BORING LOG NO. R- 6
Carter Park East Land LLCCLIENT:
Dallas, TX
Driller: Gedco
Boring Completed: 11-13-2020
PROJECT: Oak Grove Road Improvement
See Exploration and Testing Procedures for a
description of field and laboratory procedures
used and additional data (If any).
See Supporting Information for explanation of
symbols and abbreviations.
Oak Grove Road and Joel East Road
Fort Worth, TX
SITE:
Boring Started: 11-13-2020
2501 E Loop 820 N
Fort Worth, TX
WATER LEVEL OBSERVATIONS
Groundwater not encountered during drilling
2 SAMPLE TYPE
4.5+ (HP)
4.5+ (HP)
4.5+ (HP)
100/1.5"
24.2
17.0
8.4
66-24-42
FAT CLAY (CH), dark brown, hard
LIMESTONE, with clay layers and seams, tan
Boring Terminated at 10 Feet
5.0
10.0
686+/-
681+/-
Ground surface elevation estimated from the civil drawing
provided by Kimley Horn
Hammer Type: AutomaticStratification lines are approximate. In-situ, the transition may be gradual.THIS BORING LOG IS NOT VALID IF SEPARATED FROM ORIGINAL REPORT. GEO SMART LOG-NO WELL 95205149 OAK GROVE ROAD IM.GPJ TERRACON_DATATEMPLATE.GDT 11/20/20WATER LEVELOBSERVATIONSDEPTH (Ft.)5
10
STRENGTH TEST
FIELD TESTRESULTSCOMPRESSIVESTRENGTH(tsf)TEST TYPESTRAIN (%)PERCENT FINESWATERCONTENT (%)DRY UNITWEIGHT (pcf)ATTERBERG
LIMITS
LL-PL-PI
LOCATION See Exploration Plan
Latitude: 32.6369° Longitude: -97.3039°GRAPHIC LOGMODEL LAYERDEPTH ELEVATION (Ft.)
Approximate Surface Elev.: 691 (Ft.) +/-
Page 1 of 1
Advancement Method:
Dry Auger
Abandonment Method:
Boring backfilled with auger cuttings upon completion.
Notes:
Project No.: 95205149
Drill Rig: Truck
BORING LOG NO. R- 7
Carter Park East Land LLCCLIENT:
Dallas, TX
Driller: Gedco
Boring Completed: 11-13-2020
PROJECT: Oak Grove Road Improvement
See Exploration and Testing Procedures for a
description of field and laboratory procedures
used and additional data (If any).
See Supporting Information for explanation of
symbols and abbreviations.
Oak Grove Road and Joel East Road
Fort Worth, TX
SITE:
Boring Started: 11-13-2020
2501 E Loop 820 N
Fort Worth, TX
WATER LEVEL OBSERVATIONS
Groundwater not encountered during drilling
2
3 SAMPLE TYPE
4.5+ (HP)
4.5+ (HP)
4.5+ (HP)
4.5+ (HP)
4.5 (HP)
21.5
15.1
11.3
72-25-47
FAT CLAY (CH), dark brown, hard
LEAN CLAY (CL), tan, hard
Boring Terminated at 10 Feet
4.0
10.0
693+/-
687+/-
Ground surface elevation estimated from the civil drawing
provided by Kimley Horn
Hammer Type: AutomaticStratification lines are approximate. In-situ, the transition may be gradual.THIS BORING LOG IS NOT VALID IF SEPARATED FROM ORIGINAL REPORT. GEO SMART LOG-NO WELL 95205149 OAK GROVE ROAD IM.GPJ TERRACON_DATATEMPLATE.GDT 11/20/20WATER LEVELOBSERVATIONSDEPTH (Ft.)5
10
STRENGTH TEST
FIELD TESTRESULTSCOMPRESSIVESTRENGTH(tsf)TEST TYPESTRAIN (%)PERCENT FINESWATERCONTENT (%)DRY UNITWEIGHT (pcf)ATTERBERG
LIMITS
LL-PL-PI
LOCATION See Exploration Plan
Latitude: 32.6355° Longitude: -97.3045°GRAPHIC LOGMODEL LAYERDEPTH ELEVATION (Ft.)
Approximate Surface Elev.: 697 (Ft.) +/-
Page 1 of 1
Advancement Method:
Dry Auger
Abandonment Method:
Boring backfilled with auger cuttings upon completion.
Notes:
Project No.: 95205149
Drill Rig: Truck
BORING LOG NO. R- 8
Carter Park East Land LLCCLIENT:
Dallas, TX
Driller: Gedco
Boring Completed: 11-13-2020
PROJECT: Oak Grove Road Improvement
See Exploration and Testing Procedures for a
description of field and laboratory procedures
used and additional data (If any).
See Supporting Information for explanation of
symbols and abbreviations.
Oak Grove Road and Joel East Road
Fort Worth, TX
SITE:
Boring Started: 11-13-2020
2501 E Loop 820 N
Fort Worth, TX
WATER LEVEL OBSERVATIONS
Groundwater not encountered during drilling
2 SAMPLE TYPE
4.5+ (HP)
4.5+ (HP)
4.5+ (HP)
100/2.5"
24.0
15.8
9.0
61-21-40
FAT CLAY (CH), dark brown, hard
LEAN CLAY (CL), brown, hard
LIMESTONE, with clay layers and seams, tan
Boring Terminated at 10 Feet
4.0
6.0
10.0
690+/-
688+/-
684+/-
Ground surface elevation estimated from the civil drawing
provided by Kimley Horn
Hammer Type: AutomaticStratification lines are approximate. In-situ, the transition may be gradual.THIS BORING LOG IS NOT VALID IF SEPARATED FROM ORIGINAL REPORT. GEO SMART LOG-NO WELL 95205149 OAK GROVE ROAD IM.GPJ TERRACON_DATATEMPLATE.GDT 11/20/20WATER LEVELOBSERVATIONSDEPTH (Ft.)5
10
STRENGTH TEST
FIELD TESTRESULTSCOMPRESSIVESTRENGTH(tsf)TEST TYPESTRAIN (%)PERCENT FINESWATERCONTENT (%)DRY UNITWEIGHT (pcf)ATTERBERG
LIMITS
LL-PL-PI
LOCATION See Exploration Plan
Latitude: 32.6342° Longitude: -97.304°GRAPHIC LOGMODEL LAYERDEPTH ELEVATION (Ft.)
Approximate Surface Elev.: 694 (Ft.) +/-
Page 1 of 1
Advancement Method:
Dry Auger
Abandonment Method:
Boring backfilled with auger cuttings upon completion.
Notes:
Project No.: 95205149
Drill Rig: Truck
BORING LOG NO. R- 9
Carter Park East Land LLCCLIENT:
Dallas, TX
Driller: Gedco
Boring Completed: 11-13-2020
PROJECT: Oak Grove Road Improvement
See Exploration and Testing Procedures for a
description of field and laboratory procedures
used and additional data (If any).
See Supporting Information for explanation of
symbols and abbreviations.
Oak Grove Road and Joel East Road
Fort Worth, TX
SITE:
Boring Started: 11-13-2020
2501 E Loop 820 N
Fort Worth, TX
WATER LEVEL OBSERVATIONS
Groundwater not encountered during drilling
2
3 SAMPLE TYPE
4.5+ (HP)
4.5+ (HP)
4.5+ (HP)
4.5+ (HP)
4.5+ (HP)
11.5
12.2
14.6
63-21-42
FAT CLAY (CH), dark brown, hard
LEAN CLAY (CL), with sand, tan, hard
Boring Terminated at 10 Feet
6.0
10.0
687+/-
683+/-
Ground surface elevation estimated from the civil drawing
provided by Kimley Horn
Hammer Type: AutomaticStratification lines are approximate. In-situ, the transition may be gradual.THIS BORING LOG IS NOT VALID IF SEPARATED FROM ORIGINAL REPORT. GEO SMART LOG-NO WELL 95205149 OAK GROVE ROAD IM.GPJ TERRACON_DATATEMPLATE.GDT 11/20/20WATER LEVELOBSERVATIONSDEPTH (Ft.)5
10
STRENGTH TEST
FIELD TESTRESULTSCOMPRESSIVESTRENGTH(tsf)TEST TYPESTRAIN (%)PERCENT FINESWATERCONTENT (%)DRY UNITWEIGHT (pcf)ATTERBERG
LIMITS
LL-PL-PI
LOCATION See Exploration Plan
Latitude: 32.6327° Longitude: -97.3044°GRAPHIC LOGMODEL LAYERDEPTH ELEVATION (Ft.)
Approximate Surface Elev.: 693 (Ft.) +/-
Page 1 of 1
Advancement Method:
Dry Auger
Abandonment Method:
Boring backfilled with auger cuttings upon completion.
Notes:
Project No.: 95205149
Drill Rig: Truck
BORING LOG NO. R-10
Carter Park East Land LLCCLIENT:
Dallas, TX
Driller: Gedco
Boring Completed: 11-13-2020
PROJECT: Oak Grove Road Improvement
See Exploration and Testing Procedures for a
description of field and laboratory procedures
used and additional data (If any).
See Supporting Information for explanation of
symbols and abbreviations.
Oak Grove Road and Joel East Road
Fort Worth, TX
SITE:
Boring Started: 11-13-2020
2501 E Loop 820 N
Fort Worth, TX
WATER LEVEL OBSERVATIONS
Groundwater not encountered during drilling
2 SAMPLE TYPE
4.5+ (HP)
4.5+ (HP)
4.5+ (HP)
4.5+ (HP)
4.5+ (HP)
16.9
18.0
11.6
54-19-35
FAT CLAY (CH), dark brown, hard
LEAN CLAY (CL), with sand, tan, hard
Boring Terminated at 10 Feet
4.0
10.0
683+/-
677+/-
Ground surface elevation estimated from the civil drawing
provided by Kimley Horn
Hammer Type: AutomaticStratification lines are approximate. In-situ, the transition may be gradual.THIS BORING LOG IS NOT VALID IF SEPARATED FROM ORIGINAL REPORT. GEO SMART LOG-NO WELL 95205149 OAK GROVE ROAD IM.GPJ TERRACON_DATATEMPLATE.GDT 11/20/20WATER LEVELOBSERVATIONSDEPTH (Ft.)5
10
STRENGTH TEST
FIELD TESTRESULTSCOMPRESSIVESTRENGTH(tsf)TEST TYPESTRAIN (%)PERCENT FINESWATERCONTENT (%)DRY UNITWEIGHT (pcf)ATTERBERG
LIMITS
LL-PL-PI
LOCATION See Exploration Plan
Latitude: 32.6313° Longitude: -97.3041°GRAPHIC LOGMODEL LAYERDEPTH ELEVATION (Ft.)
Approximate Surface Elev.: 687 (Ft.) +/-
Page 1 of 1
Advancement Method:
Dry Auger
Abandonment Method:
Boring backfilled with auger cuttings upon completion.
Notes:
Project No.: 95205149
Drill Rig: Truck
BORING LOG NO. R-11
Carter Park East Land LLCCLIENT:
Dallas, TX
Driller: Gedco
Boring Completed: 11-13-2020
PROJECT: Oak Grove Road Improvement
See Exploration and Testing Procedures for a
description of field and laboratory procedures
used and additional data (If any).
See Supporting Information for explanation of
symbols and abbreviations.
Oak Grove Road and Joel East Road
Fort Worth, TX
SITE:
Boring Started: 11-13-2020
2501 E Loop 820 N
Fort Worth, TX
WATER LEVEL OBSERVATIONS
Groundwater not encountered during drilling
2 SAMPLE TYPE
SUPPORTING INFORMATION
Contents:
General Notes
Unified Soil Classification System
Note: All attachments are one page unless noted above.
UNIFIED SOIL CLASSIFICATION SYSTEM
UNIFIED SOIL CLASSIFICATION SYSTEM
Criteria for Assigning Group Symbols and Group Names Using Laboratory Tests A
Soil Classification
Group
Symbol Group Name B
Coarse-Grained Soils:
More than 50% retained
on No. 200 sieve
Gravels:
More than 50% of
coarse fraction
retained on No. 4 sieve
Clean Gravels:
Less than 5% fines C
Cu 4 and 1 Cc 3 E GW Well-graded gravel F
Cu 4 and/or [Cc<1 or Cc>3.0] E GP Poorly graded gravel F
Gravels with Fines:
More than 12% fines C
Fines classify as ML or MH GM Silty gravel F, G, H
Fines classify as CL or CH GC Clayey gravel F, G, H
Sands:
50% or more of coarse
fraction passes No. 4
sieve
Clean Sands:
Less than 5% fines D
Cu 6 and 1 Cc 3 E SW Well-graded sand I
Cu 6 and/or [Cc<1 or Cc>3.0] E SP Poorly graded sand I
Sands with Fines:
More than 12% fines D
Fines classify as ML or MH SM Silty sand G, H, I
Fines classify as CL or CH SC Clayey sand G, H, I
Fine-Grained Soils:
50% or more passes the
No. 200 sieve
Silts and Clays:
Liquid limit less than 50
Inorganic: PI 7 and plots on or above “A”
line J CL Lean clay K, L, M
PI 4 or plots below “A” line J ML Silt K, L, M
Organic: Liquid limit - oven dried 0.75 OL Organic clay K, L, M, N
Liquid limit - not dried Organic silt K, L, M, O
Silts and Clays:
Liquid limit 50 or more
Inorganic: PI plots on or above “A” line CH Fat clay K, L, M
PI plots below “A” line MH Elastic Silt K, L, M
Organic: Liquid limit - oven dried 0.75 OH Organic clay K, L, M, P
Liquid limit - not dried Organic silt K, L, M, Q
Highly organic soils: Primarily organic matter, dark in color, and organic odor PT Peat
A Based on the material passing the 3-inch (75-mm) sieve.
B If field sample contained cobbles or boulders, or both, add “with cobbles
or boulders, or both” to group name.
C Gravels with 5 to 12% fines require dual symbols: GW-GM well-graded
gravel with silt, GW -GC well-graded gravel with clay, GP-GM poorly
graded gravel with silt, GP-GC poorly graded gravel with clay.
D Sands with 5 to 12% fines require dual symbols: SW -SM well-graded
sand with silt, SW-SC well-graded sand with clay, SP-SM poorly graded
sand with silt, SP-SC poorly graded sand with clay.
E Cu = D60/D10 Cc =
6010
2
30
DxD
)(D
F If soil contains 15% sand, add “with sand” to group name.
G If fines classify as CL-ML, use dual symbol GC-GM, or SC-SM.
H If fines are organic, add “with organic fines” to group name.
I If soil contains 15% gravel, add “with gravel” to group name.
J If Atterberg limits plot in shaded area, soil is a CL-ML, silty clay.
K If soil contains 15 to 29% plus No. 200, add “with sand” or “with
gravel,” whichever is predominant.
L If soil contains 30% plus No. 200 predominantly sand, add
“sandy” to group name.
M If soil contains 30% plus No. 200, predominantly gravel, add
“gravelly” to group name.
N PI 4 and plots on or above “A” line.
O PI 4 or plots below “A” line.
P PI plots on or above “A” line.
Q PI plots below “A” line.
GENERAL NOTES TO LOG TERMS
GENERAL NOTES TO LOG TERMS
SAMPLING WATER LEVEL FIELD TESTS
Water levels indicated on the soil boring logs are the levels
measured in the borehole at the times indicated.
Groundwater level variations will occur over time. In low
permeability soils, accurate determination for groundwater
levels is not possible with short term water level
observations.
N Standard Penetration Test
Resistance (Blows/Ft)
(HP) Hand Penetrometer
(T) Torvane
(DCP) Dynamic Cone Penetrometer
UC Unconfined Compressive Strength
(PID) Photo-Ionization Detector
(OVA) Organic Vapor Analyzer
DESCRIPTIVE SOIL CLASSIFICATION
Soil classification is based on the Unified Soil Classification System. Coarse Grained Soils have more than 50% of their dry weight retained on a
#200 sieve; their principal descriptors are: boulders, cobbles, gravel, or sand. Fine Grained Soils have les s than 50% of their dry weight retained on
a #200 sieve; they are principally described as clays if they are plastic, and silts if they are slightly plastic or non-plastic. Major constituents may be
added as modifiers and minor constituents may be added according to the relative proportions based on grain size. In addition to gradation, coarse-
grained soils are defined on the basis of their in-place relative density and fine-grained soils on the basis of their consistency.
LOCATION AND ELEVATION NOTES
Unless otherwise noted, Latitude and Longitude are approximately determined using a hand-held GPS device. The accuracy of such devices is
variable. Surface elevation data annotated with +/- indicates that no actual topographical survey was conducted to confirm the surface elevation.
Instead, the surface elevation was approximately determined from topographic maps of the area.
STRENGTH TERMS
RELATIVE DENSITY OF COARSE-GRAINED SOILS
(More than 50% retained on No. 200 sieve.)
Density determined by Standard Penetration Resistance
CONSISTENCY OF FINE-GRAINED SOILS
(50% or more passing the No. 200 sieve.)
Consistency determined by laboratory shear strength testing, field visual-manual
procedures or standard penetration resistance
Descriptive Term
(Density)
Standard Penetration or
N-value
Blows/Ft.
Descriptive Term
(Consistency)
Unconfined Compressive Strength
Qu, (tsf)
Standard Penetration or
N-value
Blows/Ft.
Very Loose 0 - 3 Very Soft Less than 0.25 0 – 1
Loose 4 - 9 Soft 0.25 to 0.5 2 – 4
Medium Dense 10 – 29 Medium Stiff 0.5 to 1.00 4 – 8
Dense 30 – 50 Stiff 1.00 to 2.00 8 – 15
Very Dense >50 Very Stiff 2.00 to 4.00 15 – 30
Hard >4.00 >30
RELATIVE PROPORTIONS OF SAND AND GRAVEL RELATIVE PROPORTIONS OF FINES
Descriptive Term(s) of
other constituents
Percent of
Dry Weight
Descriptive Term(s) of
other constituents
Percent of
Dry Weight
Trace <15 Trace <5
With 15 – 29 With 5 – 12
Modifier >30 Modifier >12
GRAIN SIZE TERMINOLOGY PLASTICITY DESCRIPTION
Major Component of Sample Particle Size Term Plasticity Index
Boulders Over 12 in. (300 mm) Non-plastic 0
Cobbles 12 in. to 3 in. (300 mm to 75 mm) Low 1 – 10
Gravel 3 in. to #4 sieve (75mm to 4.75mm) Medium 11 – 30
Sand #4 to #200 sieve (4.75mm to 0.075mm) High >30
Silt or Clay Passing #200 sieve (0.075mm)
CITY OF FORT WORTH Oak Grove Road
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 102802
Revised July 1, 2011
GC-6.06.D Minority and Women Owned Business
Enterprise Compliance
THIS PAGE LEFT INTENTIONALLY BLANK
1/21/2021 B2Gnow
https://fortworth.diversitycompliance.com/FrontPage/DiversityMain.asp?XID=9317 1/1
CITY OF FORT WORTH
CONTRACT COMPLIANCE MEMORANDUM
THIS FORM MUST BE ATTACHED TO THE ROUTING "M & C" BEFORE LAW
DEPARTMENT AND CITY MANAGER APPROVAL
To: Department Project Manager
From: Business Equity Division
Date: January 21, 2021
In the Amount of: $1,200,000.00 Development-102802
DOE/Project No.
Project/Bid: CFA-Oak Grove Road from Joel East Road To Enon Road
1. Compliance with the City's Business Diversity Enterprise (BDE) Ordinance has
been achieved by the following method:
Texas Sterling Construction Co. is in compliance with the City's BDE Ordinance
by committing to 10% MBE participation on the City Funded portion of this CFA
project. The City's MBE goal on this CFA project is 10%.
Page 1 of 7
FORT WORTH
City of Fort Worth
Office of Business Diversity
MBE Subcontractors/Suppliers Utilization Form
ATTACHMENT 1A
Page 1 of 7
OFFEROR COMPANY NAME: Check applicable box to describe
Texas Sterling Construction Co. offeror's Certitication
PROJECT NAME: M/W/DRF � NC)��� IVl/VV/L�ESE
Oak G rove Road BID DATE
1 /14/2021
City's MBE Project Goal: Offeror's MBE Project Commitment: PROJECT NUMBER
10 0�0 10.002 a�a CPN 102802
Identify all subcontractors/suppliers you will use on this project
----
�Failure to complete this form, in its entirety with requested documentation, and received by the Purchasing
Division no later than 2:00 p.m. on the second City business day after bid opening, exclusive of bid opening date,
will result in the bid being considered non-responsive to bid specifications.
The undersigned Offeror agrees to enter into a formal agreement with the MBE firm(s) listed in this utilization
schedule, conditioned upon execution of a contract with the City of Fort Worth. The intentional and/or knowing
misrepresentation of facts is grounds for consideration of disqualification and will result in the bid being
considered non-responsive to bid specifications.
MBEs listed toward meeting the project goal must be located in the six (6) county marketplace at the time of
bid or the business has a Significant Business Presence in the Marketplace. Marketplace is the geographic
area of Tarrant, Dallas, Denton, Johnson, Parker, and Wise counties.
Prime contractors must identify by tier level of all subcontractors/suppliers. Tier: means the level of
subcontracting below the prime contractor/consultant i.e. a direct payment from the prime contractor to a
subcontractor is considered 1 S` tier, a payment by a subcontractor to its supplier is considered 2�d tier. The prime
contractor is responsible to provide proof of payment of all tiered subcontractors identified as a MBE and
counting those dollars towards meeting the contract committed goal.
ALL MBEs MUST BE CERTIFIED BEFORE CONTRACT AWARD.
Certification means those firms, located within the Marketplace, that have been determined to be a bonafide minority
business enterprise by the North Central Texas Regional Certification Agency (NCTRCA) and the Dallas/Fort Worth
Minority Supplier Development Council (D/FW MSDC).
If hauling services are utilized, the Offeror will be given credit as long as the MBE listed owns and
operates at least one fully licensed and operational truck to be used on the contract. The MBE may lease
trucks from another MBE firm, including MBE owner-operated, and receive full MBE credit. The MBE may
lease trucks from non-MBEs, including owner-operated, but will only receive credit for the fees and
commissions earned by the MBE as outlined in the lease agreement.
Rev. 2/13/19
FOR� Page 2 of 7 ATTACHMENT 1A
Page 2 of 7
Offerors are required to identify ALL subcontractors/suppliers, regardless of status; i.e., Minority and non-MBEs. MBE firms are to be
listed first, use additional sheets if necessary. Please note that only certified MBEs will be counted to meet an MBE goal.
N
SUBCONTRACTOR/SUPPLIER °
Company Name T M W " Detail Detail
Address i g g Subcontracting Supplies Doliar Amount
Telephone/Fax e E E M Work Purchased
Email r B
Contact Person E
3PAZ Trucking Trucking $19,800.00
2300 Valley View Ln Ste
336, Irving,TX 75062
918-808-4646 �✓ ❑
3paztrucking�gmail.com
Veronica Centeno
Ortega Land Clearing, Llc Clearing, $73,433.00
3708 Stone Creek Pkwy, Trucking
Fort Worth, TX 76137
682-422-4025 ❑✓ �
ortegalandclearingQa gmail.c
om
Joshua Ivy
GJ Seeding, LLC Erosion Control $26,791.72
1080 S. Burleson Blvd,
Burleson, TX 76028
817-821-3848 ❑✓ ❑
gjseeding@gmail.com
Gayle Juraschek
ACT Sawcutting Sawing & $25,587.84
1527 Hwy 114, Grapevine Sealing
TX 76155
817-470-2177 � � �/
amitchell@actsawcutting.co
m
Aaron Mitchell
Argos USA Ready-Mix $1,158,729.04
6100 Old Hemphill Rd Concrete
Fort Worth, TX 76134 ❑ ❑
817-371-3762 ✓
bmaxedon@argos-us.com
Bryan Maxedon
Barnsco Inc. Misc Paving $88,532.40
Po Box 541087, Dallas, Supplies
TX 75354 ❑ ❑ ✓
214-352-9091
btelford�barnsco.com
Bruce Telford
Rev. 5/15/19
FOR� ATTACHMENT 1A
Page3of7
Page 3 of 7
Offerors are required to identify ALL subcontractors/suppliers, regardless of status; i.e., Minority and non-MBEs. MBE firms are to be
listed first, use additional sheets if necessary. Please note that only certified MBEs will be counted to meet an MBE goal.
N
SUBCONTRACTOR/SUPPLIER °
Company Name T M yy n Detail Detail
Address i g g Subcontracting Supplies Dollar Amount
Telephone/Fax e E E M Work Purchased
Email � B
Contact Person E
Breda Company Inc Rebar Tying $81,076.49
3661 N Beach St, Fort
Worth, TX 76137
817-759-0069 � � ✓
dakotawood.bredaco@gmai
I.com
Dakota Wood
C&S Utility Inc Electrical $281,392.25
6705 Hwy 287, Arlington,
TX 76001 ❑ ❑
817-676-1788 '�
blake@csutility.com
Blake Menapace
CMC Rebar Rebar $163,014.71
PO Box 911, Seguin, TX
78156 ❑ � �
512-523-3392
rodney.scott�cmc.com
Rodney Scott
Core & Main Water Line $26,517.42
4333 Irving Blvd. Supplies
Dallas,Texas 75247
214-631-9410 � � ✓
monty.scott@coreandmain.
com
Monty Scott
Crouch Sand & Borrow Material $24,298.86
Gravel4365 S Dick Price
Rd, Fort Worth, TX 76140 � � ✓
971-986-7951
ACT Pipe & Supply 1888 Grade Ring, $10,080.36
W Northwest Hwy, Casing
Dallas, TX 75220 ❑ ❑ �
972-409-9200
ryaws@actpipe.com
Richard Yaws
Rev. 5/15/19
FaRTWORTH ATTACHMENT 1A
—���r= Page 4 of 7
� Page 4 of 7
Offerors are required to identify ALL subcontractors/suppliers, regardless of status; i.e., Minority and non-MBEs. MBE firms are to be
listed first, use additional sheets if necessary. Please note that only certified MBEs will be counted to meet an MBE goal.
N
SUBCONTRACTOR/SUPPLIER °
Company Name T M yy n Detail Detail
Address i g g Subcontracting Supplies Dollar Amount
Telephone/Fax e E E M Work Purchased
Email r B
Contact Person E
Kleen Pipe CCTV $5,167.76
7636 County Rd 526, Inspection
Mansfield, TX 76063 ❑ ❑
817-779-4262 '�
accounts@Kleenpipe.com
Rhonda Matthews
Larwel Industries Rail Fabricator $14,671.56
3601 Haynes Rd,
Roanoke, TX 76262 ❑ ❑
817-491-1200 '�
todd�larwel.com
Todd Howell
Lhoist North America of Texas Lime $140,731.66
5600 Clearfork Main Street,
Ste 300, Fort Worth, TX
76109 � � ✓
817-312-2177
doug.klineQa Ihoist.com
Doug Kline
Magnum Manholes Manhole $19,250
428 N First St, Garland, TX Coating
75040
972-276-2048 � � ✓
magnummanholes@yahoo.
com
Jennifer Lingle
Martin Marietta Materials Inc. Aggregates $45,886.66
1503 LBJ Freeway, Suite 400,
Dallas, TX 75234 ❑ ❑
469-369-5161 �
Jeremy.Martin@martinmarietta.
com
Jeremy Martin
MESA Cathodic Protection & CathOdlC $10,002.00
Control Solution PI'oteCtion
12441 Business Highway 287N
Fort Worth, TX 76179 � � �/
817-230-4249
Joe
Rev. 5/15/19
FOR� ATTACHMENT1A
Page 5 of 7
Page 5 of 7
Offerors are required to identify ALL subcontractors/suppliers, regardless of status; i.e., Minority and non-MBEs. MBE firms are to be
listed first, use additional sheets if necessary. Please note that only certified MBEs will be counted to meet an MBE goal.
N
SUBCONTRACTOR/SUPPLIER °
Company Name T M y� " Detail Detail
Address i g g Subcontracting Supplies Dollar Amount
Telephone/Fax e E E M Work Purchased
Email r B
Contact Person E
Oldcastle Precast Precast $78,914.12
1100 Heritage Pkwy Structures
Mansfield, TX 76063 ❑ ❑ ✓
817-704-3005
david.fast�oldcastle.com
David Fast
Pipe Boring Services Boring $31,500.00
6333 Mockingbird Lane,
Suite 147-513, Dallas, TX
75214 � � ✓
877-228-5502
tim@pipeboring.com
Tim Cohn
Rangeline Tapping Services, Tapping $5,502.88
I nc.
1150 Blue Mound Rd W Suite
301, Haslet, TX 76052 � � �/
682-250-2153
JarredQa rangeline.com
Jarred Tompkins
Reynolds Asphalt Asphalt Paving $12,282.05
PO Box 730, Euless, TX
76039
817-267-3131 � � ✓
cdaniels@reynoldsasphalt.c
om
Charlie Daniels
Rinker Materials Drainage $726,439.74
4624 Martin Luther King Jr Fwy Pipe/Boxes
# 200, Fort Worth, TX 76119 ❑ ❑
817-491-4321 �
Patrick. Husted@rinkerpipe.com
Patrick Husted
Texas Traffic & Barricade Barricade/Traffic $11,777.60
3500 W Pioneer Pkwy, Control
Suite B Pantego, TX 76013 ❑ ❑ �
817-962-0232
jruiz@ttbarricade.com
Joe Ruiz
i:r�.y`Ny`��
FOR� ATTACHMENT1A
Page6of7
Page 6 of 7
Offerors are required to identify ALL subcontractors/suppliers, regardless of status; i.e., Minority and non-MBEs. MBE firms are to be
listed first, use additional sheets if necessary. Please note that only certified MBEs will be counted to meet an MBE goal.
N
SUBCONTRACTOR/SUPPLIER °
Company Name T M yy n Detail Detail
Address i g g Subcontracting Supplies
Telephone/Fax e E E M Work Purchased Dollar Amount
Email r B
Contact Person E
TexOp Construction LP Asphalt Milling $12,375.25
PO Box 427, Roanoke,
TX 76262 ❑ ❑ �
940-648-1455
vdietzmann�texop.com
Vanessa Dietzmann
Thompson Pipe Group Water Pipe $133,409.90
800 CR 209, Alvarado, TX Supplies
76009
817-677-9785 � � ✓
brucejohnson@thompsonpi
pegroup.com
Bruce Johnson
Total Highway Maintenance Striping $31,469.37
903 KCK Way, Cedar Hill,
TX 75104 ❑ ❑
469-523-0180 `�
Estimating@thmtx.com
Keith Rainwater
Texas Plate Fabricators, Thrust Ring $1,210.00
��C Fabricators
1645 Hill Rd, Houston, TX
77039 � � ✓
281-227-0207
jhyams@txplatefab.com
Josiah Hyams
❑ ❑
❑ ❑
Rev. 5/15/19
FORT WORTH Page 7 of 7 ATTACHMENT 1A
� Page 7 of 7
Total Dollar Amount of MBE Subcontractors/Suppliers $ I Zo � OZ'f .7Z
Total Dollar Amount of Non-MBE Subcontractors/Suppliers $ 3� C3g � S!`i , qZ
TOTAL DOLLAR AMOUNT OF ALL SUBCONTRACTORS/SUPPLIERS � 3� ZS� �$�{'�. (o�f
The Offeror will not make additions, deletions, or substitutions to this certified list without the prior approval of the'
Office of Business Diversity through the submittal of a Request for Approval of Change/Addition',
form. Any unjustified change or deletion shall be a material breach of contract and may result in debarment in'
accord with the procedures outlined in the ordinance. The Offeror shall submit a detailed explanation of
how the requested change/addition or deletion will affect the committed MBE goal. If the detail explanation is
not submitted, it will affect the final compliance determination.
By affixing a signature to this form, the Offeror further agrees to provide, directly to the City upon request,
complete and accurate information regarding actual work performed by all subcontractors, including MBE(s) and
any special arrangements with MBEs. The Offeror also agrees to allow an audit and/or examination of any
books, records and files held by their company. The Offeror agrees to allow the transmission of interviews with
owners, principals, officers, employees and applicable subcontractors/suppliers participating on the contract that
will substantiate the actual work performed by the MBE(s) on this contract, by an authorized officer or employee
of the City. Any intentional and/or knowing misrepresentation of facts will be grounds for terminating the contract
or debarment from City work for a period of not less than three (3) years and for initiating action under Federal,
State or Local laws concerning false statements. Any failure to comply with this ordinance creates a material
breach of the contract and may result in a determination of an irresponsible Offeror and debarment from
participating in City work for a period of time not less than one (1) year.
�
uthorizecYSignature
X Area Manager
Title
Texas Sterling Construction Co.
Company Name
1441 Airport Fwy Suite 3500
Address
J �n �? �1/,��lon
Printed Signature
John Nicholson
Contact Name/Title (if different)
682-292-9160
Telephone and/o� Fax
John.Nicholson�strlco.com
E-mail Address
E u I ess/TX/76040
City/State/Zip
O�ce of Business Diversity
Email: mwbeoffice@fortworthtexas.gov
Phone: (817) 392-2674
1 /15/2021
Date
Rev. 5/15/19
�
-o d
.rf.�'..,�.r�.,..qrkK..tAtr,�b Ay..
inorilty �usi�ess E�ierprise {M�E�
3Paz iruck�ng
! � �
sc
has �iled with the Agency an Affidavit as defineci by NCTRCA Minority Business Enterprise (MBE) Poliaies 8
Procedures and is hereby certirfred ta prcyvide service{s) in the fdlowing ar�eas;
IYAICS 2Z0. GRAVE! i�AtfLINC:, LOCAL
irlAtC� �2�0: S�ND HAULIPdG� ILOC/41.
�AICS 46�220: SPECiALIZED FREI�#�7' (EXCEPT USECt GOODSj YRUCOQ�tG, LQC�1L
NI�tCS 562111: Yi?�151�0 HA�ULII�G. LOCAL
NA1CS 56�t'!9: 1)E�RIS REf�IUt/,AL SER'd[CES
This Certificatinn commencea J�e 19, 2020 and supersedas any registraiion o�r;isting �reviously issued. This
certi%cation must � upda�ed every two years by subr�ssio� oi an Annu� Update A�davit At any fime there is a
change in awnarship, controi! a# the flmt or operation, rtatifcation mu� #� made immediately fio the No�th Centra!
Texas Regiona! Cettifcx�tion Agency far eligibiiity evaluaiion.
Certification F�piratian: June 30, 2022
Issued Date: June 19, 2U20
CERTIFICATIUN NO. HFMBfi9979N0622
t � .• . � .
' C'.ai�1. `-f� f �:w�S�-�
� ��
� -
,��
G�r�i#icatian Administwa��
�
I �CT : ��4
Minority Business Enterprise (MBE)
G.J. Seeding, LLC
G.J. Seeding, LLC
has filed with the Agency an Affidavit as defined by NCTRCA Minority Business Enterprise (MBE) Policies &
Procedures and is hereby certified to provide service(s) in the following areas:
NAICS 221310: WATER SUPPLY AND IRRIGATION SYSTEMS
NAICS 236220: BROADCASTING STATION CONSTRUCTION
NAICS 237110: IRRIGATION PROJECT CONSTRUCTION (EXCEPT LAWN)
NAICS 423390: SILT FENCE AND OTHER FABRICS (E.G., FOR EROSION CONTROL) MERCHANT
WHOLESALERS
NAICS 561730: EROSION CONTROL SERVICES
NAICS 561730: HYDROSEEDING SERVICES (E.G., DECORATIVE, EROSION CONTROL PURPOSES)
NAICS 561730: LANDSCAPING SERVICES (EXCEPT PLANNING)
NAICS 561730: LAWN MULCHING SERVICES
NAICS 561730: SOD LAYING SERVICES
This Certification commences July 5, 2020 and supersedes any registration or listing previously issued. This
certification must be updated every two years by submission of an Annual Update Affidavit. At any time there is a
change in ownership, control of the firm or operation, notification must be made immediately to the North Central
Texas Regional Certification Agency for eligibility evaluation.
Certification Expiration: July 31, 2022
Issued Date: July 5, 2020
CERTIFICATION NO. HMMB87645Y0722
����f ���c��
Certification Administrator
�
1 CT ; ��4
Minority Business Enterprise (MBE)
Ortega Land Clearing, LLC
Ortega Land Clearing, LLC
has filed with the Agency an Affidavit as defined by NCTRCA Minority Business Enterprise (MBE) Policies &
Procedures and is hereby certified to provide service(s) in the following areas:
NAICS 237110: WATER AND SEWER LINE AND RELATED STRUCTURES CONSTRUCTION
NAICS 238910: LAND CLEARING
NAICS 561730: EROSION CONTROL SERVICES
NAICS 561730: HYDROSEEDING SERVICES (E.G., DECORATIVE, EROSION CONTROL PURPOSES)
NAICS 561730: TREE REMOVAL SERVICES
This Certification commences March 3, 2020 and supersedes any registration or listing previously issued. This
certification must be updated every two years by submission of an Annual Update Affidavit. At any time there is a
change in ownership, control of the firm or operation, notification must be made immediately to the North Central
Texas Regional Certification Agency for eligibility evaluation.
Certification Expiration: March 31, 2022
Issued Date: March 3, 2020
CERTIFICATION NO. HMMB00061 N0322
��� r �� �
c�n--`�✓� �.
Certification Administrator
FO �T WO RT H
_ �
City of Fort Worth
Minority Business Enterprise Specifications
Prime Contractor Waiver Form
ATTACHMENT 1B
Page 1 of 1
OFFEROR COMPANY NAME: Check applicable box to describe Offeror's
Texas Sterling Construction Co. cen'f'�at'°"
PROJECT NAME: M/W/DBE )( NON-M/W/DBE
Oak Grove Road BIDDATE
City's MBE Project Goal: Offeror's MBE Project Commitment: PROJECT NUMBER
�o o,o �0.002 0,o CPN 102802
If both answers to this form are YES, do not complete ATTACHMENT 1C (Good Faith Effort Form). All questions on
this form must be completed and a detailed explanation provided, if applicable. If the answer to either question is
NO, then you must complete ATTACHMENT 1C. This form is only applicable if �th answers are yes.
Failure to complete this form in its entirety and be received by the Purchasinq Division no later than 2:00
p.m., on the second Citv business day after bid openinq, exclusive of the bid opening date, will result in
the bid being considered non-responsive to bid specifications.
Will you perform this entire contract without subcontractors? YES
If yes, please provide a detailed explanation that proves based on the size and scope of this NO
project, this is your normal business practice and provide an operational profile of your business.
Will you perform this entire contract without suppliers? YES
If yes, please provide a detailed explanation that proves based on the size and scope of this
project, this is your normal business practice and provide an inventory profile of your business. NO
The Offeror further agrees to provide, directly to the City upon request, complete and accurate information
regarding actual work performed by all subcontractors, including MBE(s) on this contract, the payment thereof and
any proposed changes to the original MBE(s) arrangements submitted with this bid. The Offeror also agrees to
allow an audit and/or examination of any books, records and files held by their company that will substantiate the
actual work performed by the MBEs on this contract, by an authorized officer or employee of the City. Any
intentional and/or knowing misrepresentation of facts will be grounds for terminating the contract or debarment
from City work for a period of not less than three (3) years and for initiating action under Federal, State or Local
laws concerning false statements. Any failure to comply with this ordinance creates a material breach of contract
and may result in a determination of an irresponsible Offeror and barred from participating in City work for a
period of time not less than one (1) year.
�—� ��- G � �G M �v � y
Authorized Si ture Printed Signature
Sr. Vice President
Title
Texas Sterling Construction Co.
Company Name
1441 Airport Freeway, Suite 350
Address
Euless, Texas 76040
City/State/Zip
Greg McVey
Contact Name (if different)
682-292-9150 281-951-3605
Phone Number Fax Number
greg. mcvey@strlco.com
Email Address
Date
Office of Business Diversity Rev. 5/15/19
Email: mwbeoffice@fortworthtexas.gov
Phone: (817) 392-2674
ATTACHMENT 1C
Page 1 of 4
Rev. 5/15/19
City of Fort Worth
Minority Business Enterprise
MBE Good Faith Effort Form
OFFEROR COMPANY NAME: Check applicable box to describe
Offeror's Certification
M/W/DBE NON-M/W/DBE PROJECT NAME:
BID DATE
City’s MBE Project Goal:
%
Offeror’s MBE Project Commitment:
%
PROJECT NUMBER
If the Offeror did not meet or exceed the MBE subcontracting goal for this project, the Offeror must complete this
form.
If the Offeror’s method of compliance with the MBE goal is based upon demonstration of a
“good faith effort”, the Offeror will have the burden of correctly and accurately preparing and
submitting the documentation required by the City. Compliance with each item, 1 thru 11 below,
shall satisfy the Good Faith Effort requirement absent proof of fraud, intentional and/or knowing
misrepresentation of the facts or intentional discrimination by the Offeror.
Failure to complete this form, in its entirety with supporting documentation, and received by the
Purchasing Division no later than 2:00 p.m. on the second City business day after bid opening, exclusive
of bid opening date, will result in the bid being considered non-responsive to bid specifications.
1.) Please list each and every subcontracting and/or supplier opportunity for the completion of this
project, regardless of whether it is to be provided by a MBE or non-MBE. (DO NOT LIST NAMES OF
FIRMS) On all projects, the Offeror must list each subcontracting and or supplier opportunity
regardless of tier.
(Use additional sheets, if necessary)
List of Subcontracting Opportunities List of Supplier Opportunities
ATTACHMENT 1C
Page 2 of 4
Rev. 5/15/19
Date of Listing _____
2.) Obtain a current (not more than two (2) months old from the bid open date) list of MBE subcontractors
and/or suppliers from the City's Office of Business Diversity.
Yes
No
3.) Did you solicit bids from MBE firms, within the subcontracting and/or supplier areas previously listed,
at least ten calendar days prior to bid opening by mail, exclusive of the day the bids are opened?
Yes (If yes, attach MBE mail listing to include name of firm and address and a dated copy of letter mailed.)
No
4.) Did you solicit bids from MBE firms, within the subcontracting and/or supplier areas previously listed,
at least ten calendar days prior to bid opening by telephone, exclusive of the day the bids are opened?
Yes (If yes, attach list to include name of MBE firm, person contacted, phone number and date and time of contact.)
No
5.) Did you solicit bids from MBE firms, within the subcontracting and/or supplier areas previously listed,
at least ten calendar days prior to bid opening by facsimile (fax), exclusive of the day the bids are
opened?
Yes (If yes, attach list to include name of MBE firm, fax number and date and time of contact. In addition, if the fax
is returned as undeliverable, then that “undeliverable confirmation” received must be printed directly from the
facsimile for proper documentation. Failure to submit confirmation and/or “undeliverable confirmation”
documentation may render the GFE non-responsive.) No
6.) Did you solicit bids from MBE firms, within the subcontracting and/or supplier areas previously listed,
at least ten calendar days prior to bid opening by email, exclusive of the day the bids are opened?
Yes (If yes, attach email confirmation to include name of MBE firm, date and time. In addition, if an email is returned
as undeliverable, then that “undeliverable message” receipt must be printed directly from the email system for
proper documentation. Failure to submit confirmation and/or “undeliverable message” documentation may
render the GFE non-responsive.)
No
NOTE: The four methods identified above are acceptable for soliciting bids, and each selected method
must be applied to the applicable contract. The Offeror must document that either at least two attempts
were made using two of the four methods or that at least one successful contact was made using one of
the four methods in order to deemed responsive to the Good Faith Effort requirement.
NOTE: The Offeror must contact the entire MBE list specific to each subcontracting and supplier
opportunity to be in compliance with questions 3 thru 6.
7.) Did you provide plans and specifications to potential MBEs?
Yes
8.) Did you provide the information regarding the location of plans and specifications in order to assist
the MBEs?
Yes
No
No
ATTACHMENT 1C
Rev. 5/15/19
Page 3 of 4
9.) Did you prepare a quotation for the MBEs to bid on goods/services specific to their skill set?
(If yes, attach all copies of quotations.)
Yes (If yes, attach the information that was not valid in order for the Office of Business Diversity to address
the corrections needed.)
forms of an affidavit, include a detailed explanation of why the MBE was rejected and any supporting
documentation the Offeror wishes to be considered by the City. In the event of a bona fide dispute
concerning quotes, the Offeror will provide for confidential in-camera access to an inspection of any
relevant documentation by City personnel.
(Please use additional sheets, if necessary, and attach.)
Company Name Telephone Contact Person Scope of Work Reason for Rejection
ADDITIONAL INFORMATION:
Please provide additional information you feel will further explain your good and honest efforts to obtain
MBE participation on this project.
__________________________________________________________________________________________
__________________________________________________________________________________________
__________________________________________________________________________________________
__________________________________________________________________________________________
The Offeror further agrees to provide, directly to the City upon request, complete and
accurate information regarding actual work performed on this contract, the payment
thereof and any proposed changes to the original arrangements submitted with this bid.
The Offeror also agrees to allow an audit and/or examination of any books, records and
files held by their company that will substantiate the actual work performed on this
contract, by an authorized officer or employee of the City.
Any intentional and/or knowing misrepresentation of facts will be grounds for
terminating the contract or debarment from City work for a period of not less than three
(3) years and for initiating action under Federal, State or Local laws concerning false
statements. Any failure to comply with this ordinance shall create a material breach of
contract and may result in a determination of an irresponsible Offeror and debarment
from participating in City work for a period of time not less than one (1) year.
No
11.) Submit documentation if MBE quotes were rejected. The documentation submitted should be in the
Yes
10.) Was the contact information on any of the listings not valid?
No
ATTACHMENT 1C
Page 4 of 4
The undersigned certifies that the information provided and the MBE(s) listed was/were
contacted in good faith. It is understood that any MBE(s) listed in Attachment 1 C will be
contacted and the reasons for not using them will be verified by the City's Office
of Business Diversity.
Authorized gnature
Sr. Vice President
Title
Texas Sterling Construction Co.
Company Name
1441 Airport Freeway, Suite 350
Address
Euless, Texas 76040
City/State/Zip
Greg McVey
Printed Signature
Contact Name and Title (if different)
682-292-9150 281-951-3605
Phone Number
Fax Number
g reg. mcvey@strlco. com
Email Address
Date
Office of Business Diversity
Email: mwbeoffice@fortworthtexas.gov
Phone: (817) 392-2674
Rev. 5/15/19
Joint Venture
Page 1 of 3
Rev. 5/15/19
CITY OF FORT WORTH
MBE Joint Venture Eligibility Form
All questions must be answered; use “N/A” if not applicable.
.
Name of City project: ___________________________________________________________________________
A joint venture form must be completed on each project
RFP/Bid/Project Number: ____________________________
1. Joint venture information:
Joint Venture Name:
Joint Venture Address:
(If applicable)
Telephone: Facsimile: E-mail
Cellular:
Identify the firms that comprise the joint venture:
Please attach extra sheets if additional space is required to provide detailed explanations of work to be performed by each firm comprising the
joint venture
MBE firm
name:
Non-MBE firm
name:
Business Address: Business Address:
City, State, Zip: City, State, Zip:
Telephone
Facsimile
E-mail Telephone
Facsimile Cellular Cellular
Certification Status:
E-mail
Name of Certifying Agency:
2. Scope of work performed by the Joint Venture:
Describe the scope of work of the MBE: Describe the scope of work of the non-MBE:
Joint Venture
Page 2 of 3
Rev. 5/15/19
3. What is the percentage of MBE participation on this joint venture that you wish to be counted toward
meeting the project goal? _____________________
4. Attach a copy of the joint venture agreement.
5. List components of ownership of joint venture: (Do not complete if this information is described in joint venture agreement)
Profit and loss sharing:
Capital contributions, including
equipment:
Other applicable ownership interests:
6. Identify by name, race, sex and firm those individuals (with titles) who are responsible for the day-to-day
management and decision making of the joint venture:
Financial decisions
(to include Account Payable and Receivable):
Management decisions:
a.Estimating
b.Marketing and Sales
c.Hiring and Firing of management
personnel
d.Purchasing of major equipment
and/or supplies
Supervision of field operations
The City’s Office of Business Diversity will review your joint venture submission and will have final
approval of the MBE percentage applied toward the goal for the project listed on this form.
NOTE:
From and after the date of project award, if any of the participants, the individually defined scopes of work or
the dollar amounts/percentages change from the originally approved information, then the participants must
inform the City’s Office of Business Diversity immediately for approval. Any unjustified change or
deletion shall be a material breach of contract and may result in debarment in accord with the procedures
outlined in the City’s BDE Ordinance.
Joint Venture
Page 3 of 3
Rev. 5/15/19
AFFIDAVIT
The undersigned affirms that the foregoing statements are true and correct and include all material information
necessary to identify and explain the terms and operation of the joint venture. Furthermore, the undersigned shall
agree to provide to the joint venture the stated scope of work, decision-making responsibilities and payments
herein.
The City also reserves the right to request any additional information deemed necessary to determine if the joint
venture is eligible. Failure to cooperate and/or provide requested information within the time specified is grounds
for termination of the eligibility process.
The undersigned agree to permit audits, interviews with owners and examination of the books, records and files
of the joint venture by any authorized representatives of the City of Fort Worth. Failure to comply with this
provision shall result in the termination of any contract, which may be awarded under the provisions of this joint
venture’s eligibility and may initiate action under Federal, State and/or Local laws/ordinances concerning false
statements or willful misrepresentation of facts.
Name of MBE firm Name of non-MBE firm
Printed Name of Owner Printed Name of Owner
Signature of Owner Signature of Owner
Printed Name of Owner Printed Name of Owner
Signature of Owner Signature of Owner
Title Title
Date Date
Notarization
State of _________________________________________ County of _________________________________
On this _____________________________ day of _________________, 20 ____, before me appeared
___________________________________________ and ___________________________________________
to me personally known and who, being duly sworn, did execute the foregoing affidavit and did state that they were
properly authorized to execute this affidavit and did so as their free act and deed.
Notary Public ______________________________________________________
Print Name
Notary Public ______________________________________________________
Signature
Commission Expires _________________________________________________ (seal)
Office of Business Diversity
Email: mwbeoffice@fortworthtexas.gov
Phone: (817) 392-2674
CITY OF FORT WORTH Oak Grove Road
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 102802
Revised July 1, 2011
GC-6.07 Wage Rates
THIS PAGE LEFT INTENTIONALLY BLANK
CLASSIFICATION DESCRIPTION Wage Rate
Asphalt Distributor Operator 15.32$
Asphalt Paving Machine Operator 13.99$
Asphalt Raker 12.69$
Broom or Sweeper Operator 11.74$
Concrete Finisher, Paving and Structures 14.12$
Concrete Pavement Finishing Machine Operator 16.05$
Concrete Saw Operator 14.48$
Crane Operator, Hydraulic 80 tons or less 18.12$
Crane Operator, Lattice Boom 80 Tons or Less 17.27$
Crane Operator, Lattice Boom Over 80 Tons 20.52$
Crawler Tractor Operator 14.07$
Electrician 19.80$
Excavator Operator, 50,000 pounds or less 17.19$
Excavator Operator, Over 50,000 pounds 16.99$
Flagger 10.06$
Form Builder/Setter, Structures 13.84$
Form Setter, Paving & Curb 13.16$
Foundation Drill Operator, Crawler Mounted 17.99$
Foundation Drill Operator, Truck Mounted 21.07$
Front End Loader Operator, 3 CY or Less 13.69$
Front End Loader Operator, Over 3 CY 14.72$
Laborer, Common 10.72$
Laborer, Utility 12.32$
Loader/Backhoe Operator 15.18$
Mechanic 17.68$
Milling Machine Operator 14.32$
Motor Grader Operator, Fine Grade 17.19$
Motor Grader Operator, Rough 16.02$
Off Road Hauler 12.25$
Pavement Marking Machine Operator 13.63$
Pipelayer 13.24$
Reclaimer/Pulverizer Operator 11.01$
Reinforcing Steel Worker 16.18$
Roller Operator, Asphalt 13.08$
Roller Operator, Other 11.51$
Scraper Operator 12.96$
Servicer 14.58$
Small Slipform Machine Operator 15.96$
Spreader Box Operator 14.73$
Truck Driver Lowboy‐Float 16.24$
Truck Driver Transit‐Mix 14.14$
Truck Driver, Single Axle 12.31$
Truck Driver, Single or Tandem Axle Dump Truck 12.62$
Truck Driver, Tandem Axle Tractor with Semi Trailer 12.86$
Welder 14.84$
Work Zone Barricade Servicer 11.68$
2013 PREVAILING WAGE RATES
The Davis‐Bacon Act prevailing wage rates shown for Heavy and Highway construction projects were determined by
the United States Department of Labor and current as of September 2013. The titles and descriptions for the
classifications listed are detailed in the AGC of Texas’ Standard Job Classifications and Descriptions for Highway,
Heavy, Utilities, and Industrial Construction in Texas.
(Heavy and Highway Construction Projects)
Page 1 of 1
CITY OF FORT WORTH Oak Grove Road
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 102802
Revised July 1, 2011
GC-6.09 Permits and Utilities
THIS PAGE LEFT INTENTIONALLY BLANK
PARK & RECREATION DEPARTMENT
City of Fort Worth, 4200 South Freeway, Suite 2200, Fort Worth Texas, 76115-1499
(817)-392-5700(PARK) Fax (817)-392-5724
February 2, 2021
Mr Matt Stevens
Kimley-Horn
801 Cherry St, Suite 1300
Fort Worth, TX 76102
Sent via email: matthew.stevens@kimley-horn.com
Dear Mr Stevens,
This letter permits you and/or your representative to remove all of the trees in the existing
City right-of-way on the East side of Oak Grove Rd, from Joel East Rd to Enon Ave, per
the attached plans. There is no mitigation requirement.
The following trees are prohibited on city parkways:
Ash Hackberry Siberian elm Willow
Bradford pear Mimosa Silver maple
Cottonwood Mulberry Sycamore
You are responsible for making sure the removal and/or planting does not violate any
private deed restrictions for your neighborhood, or procuring any additional approval
needed from any PID, TIF or Design Review Board that may govern in your area.
If I can be of any further assistance, please contact me at 817-392-5738.
Sincerely,
Melanie Migura, Forester, for
Craig Fox, City Forester
Park & Recreation Department
c: file
Revised August 2020
Application for Tree Removal Permit
on City of Fort Worth property
including parkways and medians
Submit to:
City Forester
2525 Joe B Rushing Rd
Fort Worth, TX 76119
CityTreePermits@fortworthtexas.gov
Section 1 –Applicant Information
Applicant/contractor Kimley-Horn
Contact Name Matt Stevens
Title Civil Engineer
Street Address 801 Cherry Street, Suite 1300
City Fort Worth
State Texas
Zip Code 76012
Phone 817-484-4129
Email address Matthew.stevens@kimley-horn.com
List Applicable Permit Numbers (UFC, IPRC, CG, MFD): UFC19-0072, IPRC20-0127
Section 2 –Location
Location address Oak Grove Road from Joel East Road to Enon Avenue
Business/Residence
Name of Business
Section 3 –Reason for Removal
Existing trees in right-of-way to be removed for the expansion of Oak Grove Road to full section based on
Master Thoroughfare Plan.
Attach site plan drawn to scale showing location of all trees by size (DBH) and species, identify those to be
removed, and any existing man made features. Site plan should include layer demonstrating why trees must
be removed, such as proposed turn lane, drive approach or grade change. Plan must also include north
arrow, scale bar, City trees to remain on site, any proposed planting on city property and planting details
along with method of watering.
Section 4 – Mitigation
Prohibited trees may be permitted for removal from parkway and/or median without mitigation. Trees in
alley may be permitted for removal, usually without mitigation. Trees or shrubs listed in the Nonnative
Invasive Plants of Southern Forests published by USDA may be removed without mitigation regardless of
location. All other trees less than 30” in DBH permitted for removal must be mitigated on an inch per inch
basis. Trees 30” DBH or greater are mitigated on a 2 inch per inch basis. Mitigation trees must be planted on
City ROW, median or other public land. They must be watered and maintained for a period of 2 years, or
until established, whichever is greater. If mitigation on site is not possible or desirable, mitigation into the
tree fund can be made in the amount of $200 per inch not planted.
Mitigation trees must be planted before final inspection of the site. Mitigation to the tree fund must be made
at time of permit.
A tree planting permit will be issued for trees to be planted on City property at the same time as the tree
removal permit. You must submit a tree planting plan and follow guidelines for planting in the ROW (see
attached).
Trees prohibited on the parkways and medians. Does not pertain to other City owned property.
Ash (Fraxinus sp.)Siberian Elm (Ulmus pumila)
Callery Pear (Pyrus calleryana)Silver Maple (Acer saccharinum)
Cottonwood (Populus deltoides)Sycamore (Plantanus occidentalis)
Hackberry (Celtis sp.)Willow (Salix sp.)
Mulberry (Morus sp.)*Any tree listed in the Nonnative Invasive Plants of Southern
Forests published by the USDA Forest Service
Revised August 2020
Guidelines for Landscaping in Parkways
Public Open Space Easement (P.O.S.E.)
A 40-foot by 40-foot triangular public open space
easement is required on corner lots at the
intersection of two streets. A 15-foot by 15-foot
triangular public open space of easement is
required on corner lots at the intersection of an
alley and a street. In addition, at the intersection
of a driveway or turnout section and a dedicated
alley, a 10-foot by 10-foot triangular open space
easement is to be provided on each side at the
driveway or turnout at the time the driveway and/or
alley is constructed. Measurements are made from
the face of curb or equivalent area.
No structure, object, or plant of any type may
obstruct vision from a height of 24-inches to a
height of 11 feet above the top of the curb,
including, but not limited to buildings, fences,
walks, signs, trees, shrubs, cars, trucks, etc., in the public open space easement as shown on the
illustration.
·A medium or large tree shall be planted a minimum of 2 feet from the face of the curb, sidewalk, or other
structure.
·A small tree or shrub shall be planted a minimum of 1.5 feet from the face of the curb, sidewalk, or other
structure.
·A minimum planting area of 3 feet must be available between back of curb and sidewalk to plant any small tree
or large shrub and a minimum of 4 feet to plant large trees.
·Trees must be placed a minimum of 10’ from street lights and storm drains.
·Small trees must be planted a minimum of 5’ from underground utility boxes.
·Large trees must be planted a minimum of 10’ from underground utility boxes.
·Projects involving 21 or more trees proposed in the parkway must have no more than 30% of the trees from
the same subgenus (e.g., red oaks or white oaks).
·Projects involving between 5 and 21 proposed trees in the parkway must have no more than 50% of the trees
in the same subgenus (e.g., red oaks or white oaks).
·In residential areas a minimum spacing of twenty-five feet is recommended between shade trees planted on
parkways and is required in commercial districts or major arterial streets.
·All landscaping shall be located so that pedestrians can walk parallel to the street within the parkway whether a
paved sidewalk is or is not provided.
·No tree or shrub shall obstruct the view of any traffic signal, sign, or other public sign.
·Trees planted under power lines shall be a species that reaches a height of 25’ or less upon maturity.
·Any tree or shrub planted in the parkway is the property of the City and the City reserves the right to prune or
remove such tree or shrub if it becomes a traffic hazard or poses risk.
·Planting trees or shrubs on any public property requires a permit from the Park & Recreation Department can
be obtained by calling the City Forester at 817-392-5738 or visiting fortworthtexas.gov/forestry.
·The following trees are prohibited on City parkways: ash (Fraxinus sp.), callery pear (Pyrus calleryana),
cottonwood (Populus deltoides), hackberry (Celtis sp.), mulberry (Morus sp.), Siberian elm (Ulmus pumila),
silver maple (Acer saccharinum), sycamore (Platanus sp.), willow (Salix sp.), or any species of tree, shrub,
vine or grass listed in the Nonnative Invasive Plants of Southern Forests published by the United States
Department of Agriculture Forest Service.
ITree InventoryMap
So urce: N earmap, No v. 2 018
Oak Grove RoadRight of Way
Tarrant County, Texas
This product is for informational purposes and may not have beenprepared for or be suitable for legal, engineeri ng, or surveyingpurposes. It does not represent an on-the-ground survey andrepresents only the approximate relative location of propertyboundaries.
Le gend
Ta gged Tree , Labe led on the Map
Ta gged Tree , Not L abeled o n the M ap
Study Area , ~14-a cres 0 600 1,200300Feet
1.0
FIGURE 01/14/202 1
KRK
AMB
0613 1000
DATE:
DRAW N:
CHECKED:
KHA N O.:K:\DAL_Environmental\Project\061298200 - Carter Park East\GIS\Tree Inventory Map - Oak Grove Road ROW.mxdFigu re 1.1
Figu re 1.2
Figu re 1.3
JOHN BURGESS DRIVE
JOEL EAST ROAD
ENON AVENUEOAK GROVE ROAD
5260
5240
5220
5200
5180
5160
5140
5120
5100
5080
5060
5040
5020
5000
ITree InventoryMap
So urce: N earmap, No v. 2 018
Oak Grove RoadRight of Way
Tarrant County, Texas
This product is for informational purposes and may not have beenprepared for or be suitable for legal, engineeri ng, or surveyingpurposes. It does not represent an on-the-ground survey andrepresents only the approximate relative location of propertyboundaries.
Le gend
Ta gged Tree , Labe led on the Map
Ta gged Tree , Not L abeled o n the M ap
Study Area , ~14-a cres 0 250 500125Feet
1.1
FIGURE 01/14/202 1
KRK
AMB
0613 1000 0
DATE:
DRAW N:
CHECKED:
KHA N O.:K:\DAL_Environmental\Project\061298200 - Carter Park East\GIS\Oak Grove ROW TI Map - Figure 1,1.mxdKimley-Horn red tre e tag serie s: 4478-5277 . Tree s m ea surin g 2-inches or larger at DBH were tagg ed.OAK GROVE ROADJOEL EAST ROAD
5060
5040
5020
498 0
496 0
4940
492 0
4900
488 0
486 0
4840
482 0
4800
4780
4760
474 0
472 0
4700
468 0
ITree InventoryMap
So urce: N earmap, No v. 2 018
Oak Grove RoadRight of Way
Tarrant County, Texas
This product is for informational purposes and may not have beenprepared for or be suitable for legal, engineeri ng, or surveyingpurposes. It does not represent an on-the-ground survey andrepresents only the approximate relative location of propertyboundaries.
Le gend
Ta gged Tree , Labe led on the Map
Ta gged Tree , Not L abeled o n the M ap
Study Area , ~14-a cres 0 200 400100Feet
1.2
FIGURE 01/14/202 1
KRK
AMB
0613 1000 0
DATE:
DRAW N:
CHECKED:
KHA N O.:K:\DAL_Environmental\Project\061298200 - Carter Park East\GIS\Oak Grove ROW TI Map - Figure 1.2.mxdKimley-Horn red tre e tag serie s: 4478-5277 . Tree s m ea surin g 2-inches or larger at DBH were tagg ed.
JOHN BURGESS DRIVE OAK GROVE ROAD
474 0
4720
4700
4680
466 0
4640
4620
4600
4580
4560
4540
452 0
4500
448 0
ITree InventoryMap
So urce: N earmap, No v. 2 018
Oak Grove RoadRight of Way
Tarrant County, Texas
This product is for informational purposes and may not have beenprepared for or be suitable for legal, engineeri ng, or surveyingpurposes. It does not represent an on-the-ground survey andrepresents only the approximate relative location of propertyboundaries.
Le gend
Ta gged Tree , Labe led on the Map
Ta gged Tree , Not L abeled o n the M ap
Study Area , ~14-a cres 0 200 400100Feet
1.3
FIGURE 01/14/202 1
KRK
AMB
0613 1000 0
DATE:
DRAW N:
CHECKED:
KHA N O.:K:\DAL_Environmental\Project\061298200 - Carter Park East\GIS\Oak Grove ROW TI Map - Figure 1.3.mxdKimley-Horn red tre e tag serie s: 4478-5277 . Tree s m ea surin g 2-inches or larger at DBH were tagg ed.OAK GROVE ROADENON AVENUE
Oak Grove Road Right of Way - Tree Inventory
Fort Worth, Tarrant County, Texas
4478 4.8 hackberry Celtis laevigata Healthy Single
4479 6.3 hackberry Celtis laevigata Healthy Forked
4480 4.3 hackberry Celtis laevigata Healthy Forked
4481 3.4 hackberry Celtis laevigata Healthy Single
4482 7.9 hackberry Celtis laevigata Healthy Forked
4483 5.6 hackberry Celtis laevigata Healthy Multi
4484 6.7 hackberry Celtis laevigata Healthy Multi
4485 16.1 mesquite Prosopis glandulosa Declining Forked
4486 14.8 mesquite Prosopis glandulosa Declining Multi
4487 4.7 hackberry Celtis laevigata Healthy Forked
4488 5.3 mesquite Prosopis glandulosa Declining Single
4489 14.9 mesquite Prosopis glandulosa Healthy Multi
4490 7.8 mesquite Prosopis glandulosa Healthy Single
4491 3.4 hackberry Celtis laevigata Healthy Single
4492 4.9 hackberry Celtis laevigata Healthy Single
4493 6.8 mesquite Prosopis glandulosa Declining Multi
4494 12.6 mesquite Prosopis glandulosa Healthy Multi
4495 11.9 hackberry Celtis laevigata Healthy Single
4496 9.6 mesquite Prosopis glandulosa Healthy Multi
4497 7.8 hackberry Celtis laevigata Healthy Single
4498 3.7 hackberry Celtis laevigata Healthy Single
4499 3.6 hackberry Celtis laevigata Healthy Forked
4500 25.1 mesquite Prosopis glandulosa Healthy Multi
4501 2.0 hackberry Celtis laevigata Healthy Single
4502 5.3 honey locust Gleditsia triacanthos Healthy Forked
4503 2.9 honey locust Gleditsia triacanthos Healthy Single
4504 2.8 hackberry Celtis laevigata Healthy Single
4505 2.0 hackberry Celtis laevigata Healthy Single
4506 2.0 hackberry Celtis laevigata Healthy Single
4507 8.5 gum bumelia Sideroxylon lanuginosum Healthy Multi
4508 2.5 Osage-orange-male Maclura pomifera Healthy Single
4509 4.4 mesquite Prosopis glandulosa Healthy Forked
4510 3.0 hackberry Celtis laevigata Healthy Multi
4511 8.4 hackberry Celtis laevigata Healthy Single
4512 3.8 mesquite Prosopis glandulosa Healthy Forked
4513 4.3 hackberry Celtis laevigata Healthy Forked
4514 3.5 hackberry Celtis laevigata Healthy Multi
4515 2.8 hackberry Celtis laevigata Healthy Single
4516 2.2 hackberry Celtis laevigata Healthy Single
4517 7.2 hackberry Celtis laevigata Healthy Forked
4518 2.5 hackberry Celtis laevigata Healthy Single
4519 5.0 hackberry Celtis laevigata Healthy Forked
4520 2.0 hackberry Celtis laevigata Healthy Single
4521 2.4 hackberry Celtis laevigata Healthy Single
4522 3.1 hackberry Celtis laevigata Healthy Single
4523 3.2 hackberry Celtis laevigata Healthy Single
4524 3.3 hackberry Celtis laevigata Healthy Single
4525 2.0 hackberry Celtis laevigata Healthy Single
4526 8.0 hackberry Celtis laevigata Healthy Forked
4527 3.7 hackberry Celtis laevigata Healthy Multi
4528 5.0 hackberry Celtis laevigata Healthy Forked
4529 2.9 hackberry Celtis laevigata Healthy Forked
TAG#CONDITION MULTIPLE-
STEMMEDDBHCOMMON NAME SCIENTIFIC NAME
Page 1
Oak Grove Road Right of Way - Tree Inventory
Fort Worth, Tarrant County, Texas
TAG#CONDITION MULTIPLE-
STEMMEDDBHCOMMON NAME SCIENTIFIC NAME
4530 3.1 hackberry Celtis laevigata Healthy Forked
4531 2.9 hackberry Celtis laevigata Healthy Forked
4532 2.2 hackberry Celtis laevigata Healthy Multi
4533 3.1 hackberry Celtis laevigata Healthy Forked
4534 2.0 hackberry Celtis laevigata Healthy Single
4535 3.5 hackberry Celtis laevigata Healthy Multi
4536 3.7 hackberry Celtis laevigata Healthy Forked
4537 3.4 hackberry Celtis laevigata Healthy Forked
4538 2.5 hackberry Celtis laevigata Healthy Single
4539 2.9 hackberry Celtis laevigata Healthy Forked
4540 2.0 hackberry Celtis laevigata Healthy Single
4541 2.0 hackberry Celtis laevigata Healthy Single
4542 24.2 hackberry Celtis laevigata Declining Multi
4543 2.7 Osage-orange-male Maclura pomifera Healthy Single
4544 4.8 hackberry Celtis laevigata Healthy Single
4545 5.9 gum bumelia Sideroxylon lanuginosum Healthy Multi
4546 2.7 hackberry Celtis laevigata Healthy Forked
4547 2.4 hackberry Celtis laevigata Healthy Forked
4548 2.9 hackberry Celtis laevigata Healthy Single
4549 3.7 hackberry Celtis laevigata Healthy Forked
4550 4.0 hackberry Celtis laevigata Healthy Multi
4551 3.2 Osage-orange-male Maclura pomifera Healthy Multi
4552 6.2 mesquite Prosopis glandulosa Declining Multi
4553 4.6 hackberry Celtis laevigata Healthy Single
4554 2.3 hackberry Celtis laevigata Healthy Forked
4555 2.0 hackberry Celtis laevigata Healthy Single
4556 5.9 mesquite Prosopis glandulosa Healthy Single
4557 7.8 mesquite Prosopis glandulosa Declining Forked
4558 2.4 hackberry Celtis laevigata Healthy Single
4559 2.2 hackberry Celtis laevigata Healthy Single
4560 6.1 hackberry Celtis laevigata Healthy Multi
4561 2.0 hackberry Celtis laevigata Healthy Single
4562 3.3 hackberry Celtis laevigata Healthy Forked
4563 3.8 hackberry Celtis laevigata Healthy Single
4564 2.0 hackberry Celtis laevigata Healthy Single
4565 8.7 mesquite Prosopis glandulosa Healthy Forked
4566 4.7 mesquite Prosopis glandulosa Healthy Single
4567 4.3 hackberry Celtis laevigata Healthy Single
4568 7.9 mesquite Prosopis glandulosa Healthy Forked
4569 4.0 hackberry Celtis laevigata Healthy Forked
4570 5.8 hackberry Celtis laevigata Healthy Single
4571 3.5 hackberry Celtis laevigata Healthy Single
4572 3.5 hackberry Celtis laevigata Healthy Single
4573 2.9 hackberry Celtis laevigata Healthy Single
4574 2.8 hackberry Celtis laevigata Healthy Forked
4575 2.9 hackberry Celtis laevigata Healthy Single
4576 5.2 hackberry Celtis laevigata Healthy Single
4577 2.6 hackberry Celtis laevigata Healthy Forked
4578 17.8 mesquite Prosopis glandulosa Healthy Multi
4579 2.3 hackberry Celtis laevigata Healthy Single
4580 2.0 hackberry Celtis laevigata Healthy Single
4581 2.0 hackberry Celtis laevigata Healthy Forked
Page 2
Oak Grove Road Right of Way - Tree Inventory
Fort Worth, Tarrant County, Texas
TAG#CONDITION MULTIPLE-
STEMMEDDBHCOMMON NAME SCIENTIFIC NAME
4582 4.8 hackberry Celtis laevigata Healthy Single
4583 5.3 mesquite Prosopis glandulosa Healthy Single
4584 6.9 mesquite Prosopis glandulosa Healthy Forked
4585 8.8 mesquite Prosopis glandulosa Healthy Multi
4586 6.0 hackberry Celtis laevigata Healthy Single
4587 4.3 hackberry Celtis laevigata Healthy Single
4588 9.0 hackberry Celtis laevigata Healthy Single
4589 2.2 hackberry Celtis laevigata Healthy Single
4590 3.2 hackberry Celtis laevigata Healthy Single
4591 6.3 gum bumelia Sideroxylon lanuginosum Healthy Single
4592 4.3 hackberry Celtis laevigata Healthy Single
4593 4.5 hackberry Celtis laevigata Healthy Forked
4594 6.4 hackberry Celtis laevigata Healthy Single
4595 5.8 hackberry Celtis laevigata Healthy Multi
4596 3.2 Chinese elm Ulmus parvifolia Healthy Single
4597 3.9 hackberry Celtis laevigata Healthy Forked
4598 8.5 mesquite Prosopis glandulosa Healthy Multi
4599 5.2 hackberry Celtis laevigata Healthy Forked
4600 5.4 hackberry Celtis laevigata Healthy Forked
4601 3.9 hackberry Celtis laevigata Healthy Single
4602 7.0 mesquite Prosopis glandulosa Healthy Single
4603 2.8 hackberry Celtis laevigata Healthy Single
4604 23.6 Osage-Orange-female Maclura pomifera Declining Multi
4605 2.8 hackberry Celtis laevigata Healthy Single
4606 2.0 hackberry Celtis laevigata Healthy Single
4607 5.7 hackberry Celtis laevigata Healthy Single
4608 32.4 Osage-Orange-female Maclura pomifera Declining Multi
4609 4.0 mesquite Prosopis glandulosa Declining Single
4610 13.3 Osage-Orange-female Maclura pomifera Healthy Multi
4611 2.8 hackberry Celtis laevigata Healthy Single
4612 2.0 mesquite Prosopis glandulosa Healthy Single
4613 6.1 mesquite Prosopis glandulosa Hazard Single
4614 5.0 mesquite Prosopis glandulosa Healthy Single
4615 6.3 hackberry Celtis laevigata Healthy Single
4616 2.6 hackberry Celtis laevigata Healthy Forked
4617 19.5 mesquite Prosopis glandulosa Healthy Multi
4618 4.3 hackberry Celtis laevigata Healthy Forked
4619 3.4 hackberry Celtis laevigata Healthy Single
4620 2.4 hackberry Celtis laevigata Healthy Single
4621 4.2 hackberry Celtis laevigata Healthy Multi
4622 2.8 hackberry Celtis laevigata Healthy Single
4623 4.1 hackberry Celtis laevigata Healthy Single
4624 2.5 hackberry Celtis laevigata Healthy Single
4625 7.7 hackberry Celtis laevigata Healthy Forked
4626 6.1 mesquite Prosopis glandulosa Healthy Multi
4627 5.3 hackberry Celtis laevigata Healthy Single
4628 2.4 hackberry Celtis laevigata Healthy Single
4629 3.0 hackberry Celtis laevigata Healthy Forked
4630 8.6 hackberry Celtis laevigata Healthy Multi
4631 3.5 hackberry Celtis laevigata Healthy Forked
4632 4.2 hackberry Celtis laevigata Healthy Multi
4633 3.2 hackberry Celtis laevigata Healthy Single
Page 3
Oak Grove Road Right of Way - Tree Inventory
Fort Worth, Tarrant County, Texas
TAG#CONDITION MULTIPLE-
STEMMEDDBHCOMMON NAME SCIENTIFIC NAME
4634 3.9 mesquite Prosopis glandulosa Declining Forked
4635 3.2 hackberry Celtis laevigata Healthy Single
4636 6.2 hackberry Celtis laevigata Healthy Single
4637 2.8 hackberry Celtis laevigata Healthy Single
4638 2.4 hackberry Celtis laevigata Healthy Single
4639 2.9 hackberry Celtis laevigata Healthy Single
4640 3.2 mesquite Prosopis glandulosa Declining Single
4641 2.9 hackberry Celtis laevigata Healthy Single
4642 2.8 hackberry Celtis laevigata Healthy Single
4643 2.6 hackberry Celtis laevigata Healthy Forked
4644 8.4 Osage-orange-male Maclura pomifera Healthy Forked
4645 6.5 Osage-Orange-female Maclura pomifera Healthy Multi
4646 2.8 eastern redcedar Juniperus virginiana Healthy Single
4647 10.6 hackberry Celtis laevigata Healthy Single
4648 2.5 hackberry Celtis laevigata Healthy Single
4649 20.5 mesquite Prosopis glandulosa Healthy Multi
4650 3.4 hackberry Celtis laevigata Healthy Multi
4651 15.4 hackberry Celtis laevigata Healthy Multi
4652 8.5 hackberry Celtis laevigata Healthy Multi
4653 2.0 hackberry Celtis laevigata Healthy Single
4654 4.9 hackberry Celtis laevigata Healthy Multi
4655 2.4 hackberry Celtis laevigata Healthy Single
4656 2.4 hackberry Celtis laevigata Healthy Single
4657 3.2 hackberry Celtis laevigata Healthy Single
4658 2.8 hackberry Celtis laevigata Healthy Single
4659 18.3 hackberry Celtis laevigata Healthy Forked
4660 36.8 Osage-Orange-female Maclura pomifera Hazard Multi
4661 5.1 hackberry Celtis laevigata Healthy Multi
4662 3.0 hackberry Celtis laevigata Healthy Single
4663 4.5 eastern redcedar Juniperus virginiana Healthy Forked
4664 3.3 hackberry Celtis laevigata Healthy Single
4665 21.2 Osage-Orange-female Maclura pomifera Hazard Multi
4666 7.2 mesquite Prosopis glandulosa Healthy Forked
4667 3.0 hackberry Celtis laevigata Healthy Forked
4668 2.9 hackberry Celtis laevigata Healthy Single
4669 3.0 hackberry Celtis laevigata Healthy Single
4670 2.1 hackberry Celtis laevigata Healthy Single
4671 4.7 hackberry Celtis laevigata Healthy Single
4672 2.0 hackberry Celtis laevigata Healthy Single
4673 16.2 Osage-Orange-female Maclura pomifera Healthy Multi
4674 3.5 mesquite Prosopis glandulosa Declining Single
4675 2.3 hackberry Celtis laevigata Healthy Single
4676 2.9 hackberry Celtis laevigata Healthy Single
4677 5.3 hackberry Celtis laevigata Healthy Single
4678 2.2 hackberry Celtis laevigata Healthy Single
4679 11.7 mesquite Prosopis glandulosa Declining Multi
4680 5.3 Hercules-club Zanthoxylum clava-herculis Healthy Single
4681 2.8 hackberry Celtis laevigata Healthy Forked
4682 4.7 hackberry Celtis laevigata Healthy Single
4683 3.5 hackberry Celtis laevigata Healthy Single
4684 9.9 mesquite Prosopis glandulosa Hazard Multi
4685 4.0 hackberry Celtis laevigata Healthy Single
Page 4
Oak Grove Road Right of Way - Tree Inventory
Fort Worth, Tarrant County, Texas
TAG#CONDITION MULTIPLE-
STEMMEDDBHCOMMON NAME SCIENTIFIC NAME
4686 5.5 hackberry Celtis laevigata Healthy Forked
4687 11.0 Osage-Orange-female Maclura pomifera Declining Forked
4688 2.0 hackberry Celtis laevigata Healthy Single
4689 2.0 hackberry Celtis laevigata Healthy Single
4690 2.4 hackberry Celtis laevigata Healthy Single
4691 8.0 mesquite Prosopis glandulosa Healthy Forked
4692 3.0 hackberry Celtis laevigata Healthy Single
4693 2.0 hackberry Celtis laevigata Healthy Single
4694 11.3 mesquite Prosopis glandulosa Healthy Forked
4695 3.9 mesquite Prosopis glandulosa Healthy Single
4696 3.7 hackberry Celtis laevigata Healthy Single
4697 10.5 mesquite Prosopis glandulosa Healthy Forked
4698 4.0 hackberry Celtis laevigata Healthy Forked
4699 3.1 hackberry Celtis laevigata Healthy Single
4700 3.0 hackberry Celtis laevigata Healthy Multi
4701 3.3 hackberry Celtis laevigata Healthy Forked
4702 3.0 hackberry Celtis laevigata Healthy Multi
4703 3.1 mesquite Prosopis glandulosa Healthy Single
4704 6.6 mesquite Prosopis glandulosa Healthy Single
4705 3.0 mesquite Prosopis glandulosa Declining Single
4706 2.9 mesquite Prosopis glandulosa Declining Single
4707 10.3 hackberry Celtis laevigata Healthy Forked
4708 2.7 hackberry Celtis laevigata Healthy Single
4709 6.4 mesquite Prosopis glandulosa Declining Single
4710 7.0 mesquite Prosopis glandulosa Healthy Forked
4711 17.9 hackberry Celtis laevigata Declining Multi
4712 2.9 hackberry Celtis laevigata Healthy Single
4713 2.7 Chinese elm Ulmus parvifolia Healthy Single
4714 2.5 Hercules-club Zanthoxylum clava-herculis Healthy Forked
4715 11.3 mesquite Prosopis glandulosa Declining Forked
4716 3.2 hackberry Celtis laevigata Healthy Multi
4717 2.0 hackberry Celtis laevigata Healthy Single
4718 2.0 hackberry Celtis laevigata Healthy Single
4719 17.2 hackberry Celtis laevigata Healthy Multi
4720 9.7 Osage-Orange-female Maclura pomifera Declining Multi
4721 27.6 Osage-Orange-female Maclura pomifera Declining Multi
4722 10.6 mesquite Prosopis glandulosa Healthy Forked
4723 5.5 hackberry Celtis laevigata Healthy Single
4724 2.8 hackberry Celtis laevigata Healthy Multi
4725 8.7 hackberry Celtis laevigata Healthy Multi
4726 2.1 hackberry Celtis laevigata Healthy Single
4727 2.2 hackberry Celtis laevigata Healthy Forked
4728 3.6 hackberry Celtis laevigata Healthy Forked
4729 3.9 hackberry Celtis laevigata Healthy Multi
4730 4.0 hackberry Celtis laevigata Healthy Single
4731 2.3 hackberry Celtis laevigata Healthy Single
4732 7.9 mesquite Prosopis glandulosa Healthy Forked
4733 4.4 hackberry Celtis laevigata Healthy Single
4734 2.8 hackberry Celtis laevigata Healthy Single
4735 4.0 hackberry Celtis laevigata Healthy Single
4736 3.8 hackberry Celtis laevigata Declining Single
4737 14.3 hackberry Celtis laevigata Healthy Forked
Page 5
Oak Grove Road Right of Way - Tree Inventory
Fort Worth, Tarrant County, Texas
TAG#CONDITION MULTIPLE-
STEMMEDDBHCOMMON NAME SCIENTIFIC NAME
4738 2.4 hackberry Celtis laevigata Healthy Single
4739 2.2 hackberry Celtis laevigata Healthy Single
4740 3.9 Osage-orange-male Maclura pomifera Declining Multi
4741 3.2 Osage-orange-male Maclura pomifera Declining Multi
4742 4.3 Osage-orange-male Maclura pomifera Healthy Forked
4743 5.0 Osage-orange-male Maclura pomifera Healthy Multi
4744 3.9 Osage-orange-male Maclura pomifera Healthy Multi
4745 3.3 Osage-orange-male Maclura pomifera Healthy Single
4746 3.5 Osage-orange-male Maclura pomifera Healthy Multi
4747 5.9 Osage-orange-male Maclura pomifera Healthy Multi
4748 3.7 Osage-orange-male Maclura pomifera Healthy Forked
4749 5.2 hackberry Celtis laevigata Healthy Forked
4750 4.3 hackberry Celtis laevigata Healthy Forked
4751 11.9 mesquite Prosopis glandulosa Declining Forked
4752 4.7 hackberry Celtis laevigata Healthy Multi
4753 6.6 mesquite Prosopis glandulosa Healthy Forked
4754 2.1 hackberry Celtis laevigata Healthy Single
4755 14.0 hackberry Celtis laevigata Healthy Multi
4756 8.3 mesquite Prosopis glandulosa Healthy Forked
4757 2.0 hackberry Celtis laevigata Healthy Single
4758 2.8 hackberry Celtis laevigata Healthy Forked
4759 8.8 mesquite Prosopis glandulosa Healthy Multi
4760 9.9 hackberry Celtis laevigata Healthy Multi
4761 3.8 mesquite Prosopis glandulosa Healthy Single
4762 2.3 hackberry Celtis laevigata Healthy Single
4763 5.5 mesquite Prosopis glandulosa Healthy Single
4764 15.6 hackberry Celtis laevigata Healthy Forked
4765 6.2 hackberry Celtis laevigata Declining Single
4766 7.3 mesquite Prosopis glandulosa Healthy Forked
4767 9.2 mesquite Prosopis glandulosa Healthy Multi
4768 9.8 mesquite Prosopis glandulosa Declining Forked
4769 2.7 hackberry Celtis laevigata Healthy Single
4770 3.2 hackberry Celtis laevigata Healthy Forked
4771 4.4 hackberry Celtis laevigata Healthy Single
4772 2.5 hackberry Celtis laevigata Healthy Single
4773 2.0 hackberry Celtis laevigata Healthy Single
4774 13.3 mesquite Prosopis glandulosa Healthy Multi
4775 8.0 hackberry Celtis laevigata Healthy Single
4776 28.2 Osage-orange-male Maclura pomifera Declining Multi
4777 2.9 hackberry Celtis laevigata Healthy Forked
4778 4.6 hackberry Celtis laevigata Healthy Single
4779 5.9 mesquite Prosopis glandulosa Healthy Multi
4780 4.6 mesquite Prosopis glandulosa Healthy Single
4781 6.8 live oak Quercus virginiana Healthy Forked
4782 5.4 hackberry Celtis laevigata Healthy Forked
4783 4.0 Osage-orange-male Maclura pomifera Healthy Multi
4784 6.6 hackberry Celtis laevigata Healthy Forked
4785 4.2 mesquite Prosopis glandulosa Healthy Multi
4786 2.7 hackberry Celtis laevigata Healthy Single
4787 5.1 Osage-orange-male Maclura pomifera Healthy Multi
4788 3.6 Osage-orange-male Maclura pomifera Healthy Multi
4789 4.8 hackberry Celtis laevigata Healthy Forked
Page 6
Oak Grove Road Right of Way - Tree Inventory
Fort Worth, Tarrant County, Texas
TAG#CONDITION MULTIPLE-
STEMMEDDBHCOMMON NAME SCIENTIFIC NAME
4790 5.4 gum bumelia Sideroxylon lanuginosum Healthy Forked
4791 3.1 mesquite Prosopis glandulosa Healthy Multi
4792 2.2 gum bumelia Sideroxylon lanuginosum Healthy Forked
4793 7.2 gum bumelia Sideroxylon lanuginosum Healthy Forked
4794 3.6 Osage-orange-male Maclura pomifera Healthy Multi
4795 3.8 mesquite Prosopis glandulosa Healthy Multi
4796 5.9 hackberry Celtis laevigata Healthy Multi
4797 7.6 hackberry Celtis laevigata Healthy Single
4798 5.0 hackberry Celtis laevigata Healthy Single
4799 2.3 hackberry Celtis laevigata Healthy Single
4800 6.1 Osage-orange-male Maclura pomifera Healthy Multi
4801 2.0 gum bumelia Sideroxylon lanuginosum Healthy Forked
4802 2.0 gum bumelia Sideroxylon lanuginosum Healthy Single
4803 6.5 eastern redcedar Juniperus virginiana Healthy Single
4804 14.6 mesquite Prosopis glandulosa Healthy Multi
4805 5.5 mesquite Prosopis glandulosa Healthy Single
4806 14.7 hackberry Celtis laevigata Healthy Multi
4807 3.0 gum bumelia Sideroxylon lanuginosum Healthy Single
4808 4.8 Hercules-club Zanthoxylum clava-herculis Healthy Single
4809 7.9 gum bumelia Sideroxylon lanuginosum Declining Single
4810 3.8 hackberry Celtis laevigata Healthy Single
4811 7.4 mesquite Prosopis glandulosa Healthy Forked
4812 2.5 Osage-orange-male Maclura pomifera Healthy Forked
4813 7.2 Osage-orange-male Maclura pomifera Healthy Multi
4814 2.5 Osage-orange-male Maclura pomifera Healthy Single
4815 8.2 hackberry Celtis laevigata Healthy Forked
4816 5.1 hackberry Celtis laevigata Healthy Single
4817 4.3 mesquite Prosopis glandulosa Declining Single
4818 12.0 mesquite Prosopis glandulosa Healthy Multi
4819 2.8 live oak Quercus virginiana Healthy Single
4820 7.4 hackberry Celtis laevigata Healthy Single
4821 10.9 hackberry Celtis laevigata Healthy Single
4822 4.2 gum bumelia Sideroxylon lanuginosum Healthy Single
4823 5.9 mesquite Prosopis glandulosa Declining Multi
4824 12.6 mesquite Prosopis glandulosa Declining Forked
4825 14.4 red mulberry Morus rubra Healthy Forked
4826 4.2 hackberry Celtis laevigata Healthy Multi
4827 2.1 mesquite Prosopis glandulosa Healthy Single
4828 4.6 hackberry Celtis laevigata Healthy Multi
4829 15.5 hackberry Celtis laevigata Healthy Single
4830 3.8 mesquite Prosopis glandulosa Healthy Single
4831 3.6 Callery pear Pyrus calleryana Healthy Forked
4832 8.2 mesquite Prosopis glandulosa Declining Multi
4833 2.2 hackberry Celtis laevigata Healthy Single
4834 2.5 hackberry Celtis laevigata Healthy Single
4835 2.1 hackberry Celtis laevigata Healthy Single
4836 3.4 Osage-orange-male Maclura pomifera Healthy Forked
4837 2.4 hackberry Celtis laevigata Healthy Single
4838 7.5 hackberry Celtis laevigata Healthy Single
4839 22.6 mesquite Prosopis glandulosa Healthy Multi
4840 4.4 hackberry Celtis laevigata Healthy Single
4841 4.1 hackberry Celtis laevigata Healthy Single
Page 7
Oak Grove Road Right of Way - Tree Inventory
Fort Worth, Tarrant County, Texas
TAG#CONDITION MULTIPLE-
STEMMEDDBHCOMMON NAME SCIENTIFIC NAME
4842 2.3 hackberry Celtis laevigata Healthy Single
4843 4.8 hackberry Celtis laevigata Healthy Forked
4844 2.0 hackberry Celtis laevigata Healthy Single
4845 12.0 mesquite Prosopis glandulosa Healthy Multi
4846 4.3 hackberry Celtis laevigata Healthy Single
4847 7.3 hackberry Celtis laevigata Healthy Single
4848 9.0 mesquite Prosopis glandulosa Declining Single
4849 8.2 hackberry Celtis laevigata Declining Single
4850 3.6 hackberry Celtis laevigata Healthy Single
4851 2.3 mesquite Prosopis glandulosa Healthy Forked
4852 9.2 mesquite Prosopis glandulosa Healthy Forked
4853 5.4 hackberry Celtis laevigata Healthy Forked
4854 2.8 mesquite Prosopis glandulosa Declining Single
4855 2.0 mesquite Prosopis glandulosa Healthy Single
4856 3.0 Osage-orange-male Maclura pomifera Healthy Multi
4857 3.5 Osage-orange-male Maclura pomifera Healthy Multi
4858 6.0 Osage-orange-male Maclura pomifera Healthy Multi
4859 16.2 mesquite Prosopis glandulosa Healthy Multi
4860 5.3 hackberry Celtis laevigata Healthy Single
4861 2.2 hackberry Celtis laevigata Healthy Single
4862 2.4 hackberry Celtis laevigata Healthy Single
4863 5.8 hackberry Celtis laevigata Healthy Single
4864 17.3 mesquite Prosopis glandulosa Healthy Multi
4865 3.3 mesquite Prosopis glandulosa Healthy Forked
4866 3.3 mesquite Prosopis glandulosa Healthy Forked
4867 3.3 mesquite Prosopis glandulosa Healthy Forked
4868 4.8 hackberry Celtis laevigata Healthy Multi
4869 3.5 hackberry Celtis laevigata Healthy Multi
4870 4.0 hackberry Celtis laevigata Healthy Multi
4871 6.4 hackberry Celtis laevigata Healthy Multi
4872 5.6 hackberry Celtis laevigata Healthy Single
4873 3.0 mesquite Prosopis glandulosa Healthy Multi
4874 4.2 hackberry Celtis laevigata Healthy Single
4875 2.3 hackberry Celtis laevigata Healthy Single
4876 4.0 hackberry Celtis laevigata Healthy Single
4877 5.1 hackberry Celtis laevigata Healthy Single
4878 2.0 hackberry Celtis laevigata Healthy Single
4879 4.1 hackberry Celtis laevigata Healthy Forked
4880 3.0 hackberry Celtis laevigata Healthy Single
4881 2.2 hackberry Celtis laevigata Healthy Single
4882 2.7 hackberry Celtis laevigata Healthy Single
4883 5.0 hackberry Celtis laevigata Healthy Single
4884 18.6 mesquite Prosopis glandulosa Healthy Multi
4885 4.5 hackberry Celtis laevigata Healthy Multi
4886 5.0 hackberry Celtis laevigata Healthy Single
4887 5.1 hackberry Celtis laevigata Healthy Single
4888 3.6 mesquite Prosopis glandulosa Healthy Forked
4889 5.4 mesquite Prosopis glandulosa Healthy Forked
4890 5.4 hackberry Celtis laevigata Healthy Single
4891 6.0 Osage-orange-male Maclura pomifera Declining Forked
4892 3.9 hackberry Celtis laevigata Healthy Single
4893 3.8 Osage-orange-male Maclura pomifera Healthy Multi
Page 8
Oak Grove Road Right of Way - Tree Inventory
Fort Worth, Tarrant County, Texas
TAG#CONDITION MULTIPLE-
STEMMEDDBHCOMMON NAME SCIENTIFIC NAME
4894 10.2 Osage-orange-male Maclura pomifera Declining Forked
4895 4.0 hackberry Celtis laevigata Healthy Single
4896 11.3 hackberry Celtis laevigata Healthy Single
4897 15.4 mesquite Prosopis glandulosa Healthy Multi
4898 3.6 hackberry Celtis laevigata Healthy Single
4899 2.3 hackberry Celtis laevigata Healthy Single
4900 5.3 hackberry Celtis laevigata Healthy Single
4901 3.0 hackberry Celtis laevigata Healthy Single
4902 4.8 hackberry Celtis laevigata Healthy Forked
4903 3.1 hackberry Celtis laevigata Healthy Forked
4904 4.2 hackberry Celtis laevigata Healthy Single
4905 5.7 Osage-orange-male Maclura pomifera Healthy Multi
4906 7.8 Osage-orange-male Maclura pomifera Healthy Multi
4907 4.8 Osage-orange-male Maclura pomifera Healthy Multi
4908 6.3 hackberry Celtis laevigata Healthy Forked
4909 4.7 hackberry Celtis laevigata Healthy Multi
4910 5.6 hackberry Celtis laevigata Healthy Multi
4911 4.5 Osage-orange-male Maclura pomifera Healthy Multi
4912 4.1 hackberry Celtis laevigata Healthy Single
4913 11.6 gum bumelia Sideroxylon lanuginosum Healthy Multi
4914 2.6 hackberry Celtis laevigata Healthy Forked
4915 4.0 hackberry Celtis laevigata Healthy Forked
4916 2.8 hackberry Celtis laevigata Healthy Forked
4917 2.4 hackberry Celtis laevigata Healthy Single
4918 6.8 hackberry Celtis laevigata Healthy Forked
4919 6.7 hackberry Celtis laevigata Healthy Multi
4920 7.8 hackberry Celtis laevigata Healthy Multi
4921 8.2 hackberry Celtis laevigata Healthy Multi
4922 2.3 hackberry Celtis laevigata Healthy Single
4923 2.9 hackberry Celtis laevigata Healthy Single
4924 3.6 hackberry Celtis laevigata Healthy Forked
4925 3.3 hackberry Celtis laevigata Healthy Single
4926 5.0 hackberry Celtis laevigata Healthy Single
4927 2.3 hackberry Celtis laevigata Healthy Single
4928 3.0 hackberry Celtis laevigata Healthy Single
4929 2.0 hackberry Celtis laevigata Healthy Single
4930 2.8 hackberry Celtis laevigata Healthy Multi
4931 5.0 hackberry Celtis laevigata Healthy Forked
4932 5.3 hackberry Celtis laevigata Healthy Forked
4933 2.0 hackberry Celtis laevigata Healthy Single
4934 4.8 hackberry Celtis laevigata Healthy Forked
4935 5.4 hackberry Celtis laevigata Healthy Forked
4936 4.2 hackberry Celtis laevigata Healthy Single
4937 8.8 hackberry Celtis laevigata Healthy Forked
4938 2.4 hackberry Celtis laevigata Healthy Forked
4939 2.4 hackberry Celtis laevigata Healthy Multi
4940 5.6 hackberry Celtis laevigata Healthy Multi
4941 3.2 hackberry Celtis laevigata Healthy Multi
4942 6.0 hackberry Celtis laevigata Healthy Forked
4943 4.2 Osage-orange-male Maclura pomifera Healthy Multi
4944 4.1 hackberry Celtis laevigata Healthy Multi
4945 4.5 mesquite Prosopis glandulosa Healthy Multi
Page 9
Oak Grove Road Right of Way - Tree Inventory
Fort Worth, Tarrant County, Texas
TAG#CONDITION MULTIPLE-
STEMMEDDBHCOMMON NAME SCIENTIFIC NAME
4946 3.2 hackberry Celtis laevigata Healthy Multi
4947 8.2 mesquite Prosopis glandulosa Healthy Multi
4948 7.6 mesquite Prosopis glandulosa Healthy Forked
4949 2.5 hackberry Celtis laevigata Healthy Multi
4950 3.0 hackberry Celtis laevigata Healthy Single
4951 3.1 hackberry Celtis laevigata Healthy Forked
4952 4.2 hackberry Celtis laevigata Healthy Multi
4953 15.2 hackberry Celtis laevigata Healthy Multi
4954 12.3 hackberry Celtis laevigata Healthy Single
4955 20.3 Osage-orange-male Maclura pomifera Hazard Forked
4956 3.0 hackberry Celtis laevigata Healthy Forked
4957 3.5 hackberry Celtis laevigata Healthy Forked
4958 2.2 hackberry Celtis laevigata Healthy Single
4959 2.8 hackberry Celtis laevigata Healthy Single
4960 7.1 Callery pear Pyrus calleryana Healthy Multi
4961 4.3 hackberry Celtis laevigata Healthy Single
4962 21.4 Osage-Orange-female Maclura pomifera Declining Forked
4963 23.5 Osage-Orange-female Maclura pomifera Declining Forked
4964 4.9 hackberry Celtis laevigata Healthy Single
4965 9.6 Osage-orange-male Maclura pomifera Declining Multi
4966 3.4 hackberry Celtis laevigata Healthy Single
4967 8.8 hackberry Celtis laevigata Healthy Single
4968 19.5 Osage-Orange-female Maclura pomifera Hazard Multi
4969 6.2 hackberry Celtis laevigata Healthy Single
4970 6.2 hackberry Celtis laevigata Hazard Multi
4971 24.2 hackberry Celtis laevigata Hazard Forked
4972 2.8 hackberry Celtis laevigata Healthy Multi
4973 13.9 Osage-Orange-female Maclura pomifera Hazard Single
4974 3.2 hackberry Celtis laevigata Healthy Forked
4975 19.2 Osage-Orange-female Maclura pomifera Declining Single
4976 18.6 Osage-Orange-female Maclura pomifera Hazard Multi
4977 11.7 hackberry Celtis laevigata Declining Multi
4978 18.6 Osage-Orange-female Maclura pomifera Declining Multi
4979 3.2 hackberry Celtis laevigata Healthy Single
4980 2.9 hackberry Celtis laevigata Healthy Multi
4981 4.3 Callery pear Pyrus calleryana Healthy Forked
4982 5.0 hackberry Celtis laevigata Healthy Forked
4983 2.9 hackberry Celtis laevigata Healthy Single
4984 2.0 Callery pear Pyrus calleryana Healthy Single
4985 2.8 Callery pear Pyrus calleryana Healthy Single
4986 3.5 Callery pear Pyrus calleryana Healthy Forked
4987 3.3 hackberry Celtis laevigata Healthy Forked
4988 3.0 hackberry Celtis laevigata Healthy Forked
4989 2.8 hackberry Celtis laevigata Healthy Forked
4990 4.2 hackberry Celtis laevigata Healthy Single
4991 2.0 hackberry Celtis laevigata Healthy Single
4992 2.4 gum bumelia Sideroxylon lanuginosum Healthy Forked
4993 3.1 gum bumelia Sideroxylon lanuginosum Healthy Multi
4994 6.7 hackberry Celtis laevigata Healthy Single
4995 2.7 hackberry Celtis laevigata Healthy Single
4996 3.0 gum bumelia Sideroxylon lanuginosum Healthy Forked
4997 3.6 mesquite Prosopis glandulosa Healthy Forked
Page 10
Oak Grove Road Right of Way - Tree Inventory
Fort Worth, Tarrant County, Texas
TAG#CONDITION MULTIPLE-
STEMMEDDBHCOMMON NAME SCIENTIFIC NAME
4998 2.5 hackberry Celtis laevigata Healthy Forked
4999 2.1 hackberry Celtis laevigata Healthy Single
5000 3.2 hackberry Celtis laevigata Healthy Single
5001 2.2 slippery elm Ulmus rubra Healthy Single
5002 4.7 Callery pear Pyrus calleryana Healthy Forked
5003 2.4 hackberry Celtis laevigata Healthy Single
5004 2.8 hackberry Celtis laevigata Healthy Single
5005 19.1 Osage-Orange-female Maclura pomifera Declining Forked
5006 2.0 hackberry Celtis laevigata Healthy Single
5007 4.2 hackberry Celtis laevigata Healthy Single
5008 2.3 hackberry Celtis laevigata Healthy Single
5009 3.5 hackberry Celtis laevigata Healthy Single
5010 3.2 hackberry Celtis laevigata Healthy Single
5011 6.3 Callery pear Pyrus calleryana Healthy Forked
5012 2.8 hackberry Celtis laevigata Healthy Single
5013 9.9 hackberry Celtis laevigata Declining Single
5014 7.5 hackberry Celtis laevigata Declining Single
5015 16.8 Osage-orange-male Maclura pomifera Healthy Multi
5016 2.0 hackberry Celtis laevigata Healthy Single
5017 3.8 tree of heaven Ailanthus altissima Healthy Single
5018 2.8 hackberry Celtis laevigata Healthy Single
5019 12.9 Osage-Orange-female Maclura pomifera Declining Forked
5020 3.8 hackberry Celtis laevigata Healthy Single
5021 4.8 Osage-orange-male Maclura pomifera Declining Single
5022 6.3 Osage-orange-male Maclura pomifera Declining Single
5023 3.2 gum bumelia Sideroxylon lanuginosum Healthy Single
5024 7.2 Osage-orange-male Maclura pomifera Hazard Multi
5025 6.9 hackberry Celtis laevigata Healthy Multi
5026 6.8 hackberry Celtis laevigata Healthy Single
5027 8.7 Osage-orange-male Maclura pomifera Hazard Forked
5028 3.9 hackberry Celtis laevigata Healthy Single
5029 2.0 hackberry Celtis laevigata Healthy Single
5030 2.4 hackberry Celtis laevigata Healthy Single
5031 2.9 hackberry Celtis laevigata Healthy Single
5032 3.2 Western soapberry Sapindus saponaria var. drummondii Healthy Single
5033 4.2 Western soapberry Sapindus saponaria var. drummondii Healthy Single
5034 3.8 Western soapberry Sapindus saponaria var. drummondii Healthy Single
5035 3.9 Western soapberry Sapindus saponaria var. drummondii Healthy Single
5036 2.4 Western soapberry Sapindus saponaria var. drummondii Healthy Single
5037 4.8 hackberry Celtis laevigata Declining Single
5038 15.6 Osage-Orange-female Maclura pomifera Declining Forked
5039 2.7 hackberry Celtis laevigata Healthy Single
5040 9.6 hackberry Celtis laevigata Healthy Single
5041 2.1 hackberry Celtis laevigata Healthy Single
5042 2.3 hackberry Celtis laevigata Healthy Single
5043 7.2 hackberry Celtis laevigata Healthy Multi
5044 22.9 mesquite Prosopis glandulosa Healthy Forked
5045 4.6 hackberry Celtis laevigata Healthy Single
5046 3.6 hackberry Celtis laevigata Healthy Single
5047 16.3 hackberry Celtis laevigata Healthy Multi
5048 2.8 hackberry Celtis laevigata Healthy Forked
5049 2.5 hackberry Celtis laevigata Healthy Single
Page 11
Oak Grove Road Right of Way - Tree Inventory
Fort Worth, Tarrant County, Texas
TAG#CONDITION MULTIPLE-
STEMMEDDBHCOMMON NAME SCIENTIFIC NAME
5050 2.2 hackberry Celtis laevigata Healthy Single
5051 2.6 gum bumelia Sideroxylon lanuginosum Healthy Forked
5052 4.7 hackberry Celtis laevigata Healthy Single
5053 4.0 Callery pear Pyrus calleryana Healthy Forked
5054 2.0 hackberry Celtis laevigata Healthy Single
5055 2.1 hackberry Celtis laevigata Healthy Forked
5056 4.4 hackberry Celtis laevigata Healthy Forked
5057 2.0 Western soapberry Sapindus saponaria var. drummondii Healthy Single
5058 8.7 hackberry Celtis laevigata Healthy Single
5059 5.4 hackberry Celtis laevigata Healthy Single
5060 8.6 Osage-orange-male Maclura pomifera Hazard Forked
5061 6.5 hackberry Celtis laevigata Healthy Single
5062 9.3 Osage-orange-male Maclura pomifera Declining Single
5063 9.0 Osage-orange-male Maclura pomifera Hazard Single
5064 2.2 Callery pear Pyrus calleryana Healthy Single
5065 5.3 hackberry Celtis laevigata Healthy Single
5066 10.7 Chinese tallow Sapium sebiferum Healthy Multi
5067 7.2 Chinese tallow Sapium sebiferum Healthy Single
5068 7.2 hackberry Celtis laevigata Healthy Single
5069 18.3 hackberry Celtis laevigata Healthy Multi
5070 8.6 Osage-orange-male Maclura pomifera Healthy Forked
5071 27.6 Osage-Orange-female Maclura pomifera Hazard Multi
5072 18.3 hackberry Celtis laevigata Declining Single
5073 20.8 hackberry Celtis laevigata Declining Multi
5074 5.8 hackberry Celtis laevigata Healthy Single
5075 4.4 gum bumelia Sideroxylon lanuginosum Healthy Single
5076 3.2 hackberry Celtis laevigata Healthy Single
5077 3.1 hackberry Celtis laevigata Healthy Single
5078 15.8 Osage-Orange-female Maclura pomifera Declining Forked
5079 3.0 hackberry Celtis laevigata Healthy Single
5080 2.3 hackberry Celtis laevigata Healthy Single
5081 3.9 hackberry Celtis laevigata Healthy Single
5082 17.8 Osage-Orange-female Maclura pomifera Healthy Multi
5083 11.9 gum bumelia Sideroxylon lanuginosum Healthy Multi
5084 6.3 gum bumelia Sideroxylon lanuginosum Declining Single
5085 5.0 gum bumelia Sideroxylon lanuginosum Healthy Single
5086 3.7 hackberry Celtis laevigata Healthy Single
5087 3.9 hackberry Celtis laevigata Healthy Single
5088 2.7 live oak Quercus virginiana Healthy Forked
5089 3.2 hackberry Celtis laevigata Healthy Single
5090 2.4 hackberry Celtis laevigata Healthy Forked
5091 3.7 hackberry Celtis laevigata Healthy Forked
5092 5.8 eastern redcedar Juniperus virginiana Healthy Single
5093 13.5 hackberry Celtis laevigata Healthy Single
5094 27.2 Osage-Orange-female Maclura pomifera Declining Multi
5095 2.4 hackberry Celtis laevigata Healthy Forked
5096 3.7 hackberry Celtis laevigata Healthy Single
5097 2.5 hackberry Celtis laevigata Healthy Single
5098 7.1 hackberry Celtis laevigata Healthy Multi
5099 2.1 hackberry Celtis laevigata Healthy Single
5100 2.0 hackberry Celtis laevigata Healthy Single
5101 2.0 hackberry Celtis laevigata Healthy Single
Page 12
Oak Grove Road Right of Way - Tree Inventory
Fort Worth, Tarrant County, Texas
TAG#CONDITION MULTIPLE-
STEMMEDDBHCOMMON NAME SCIENTIFIC NAME
5102 3.6 hackberry Celtis laevigata Healthy Forked
5103 2.6 hackberry Celtis laevigata Healthy Single
5104 2.3 hackberry Celtis laevigata Healthy Forked
5105 5.6 hackberry Celtis laevigata Healthy Forked
5106 2.6 hackberry Celtis laevigata Healthy Single
5107 2.4 hackberry Celtis laevigata Healthy Single
5108 2.7 hackberry Celtis laevigata Healthy Single
5109 2.5 hackberry Celtis laevigata Healthy Single
5110 3.2 hackberry Celtis laevigata Healthy Single
5111 6.8 mesquite Prosopis glandulosa Healthy Multi
5112 2.5 hackberry Celtis laevigata Healthy Single
5113 6.5 hackberry Celtis laevigata Healthy Forked
5114 2.6 hackberry Celtis laevigata Healthy Single
5115 2.5 hackberry Celtis laevigata Healthy Single
5116 3.9 hackberry Celtis laevigata Healthy Single
5117 2.5 hackberry Celtis laevigata Healthy Single
5118 2.4 hackberry Celtis laevigata Healthy Single
5119 8.2 Callery pear Pyrus calleryana Healthy Forked
5120 3.2 hackberry Celtis laevigata Healthy Single
5121 5.0 hackberry Celtis laevigata Healthy Single
5122 7.1 hackberry Celtis laevigata Healthy Single
5123 6.5 hackberry Celtis laevigata Healthy Single
5124 11.5 Osage-orange-male Maclura pomifera Declining Forked
5125 8.9 hackberry Celtis laevigata Healthy Single
5126 3.2 hackberry Celtis laevigata Healthy Single
5127 6.0 hackberry Celtis laevigata Healthy Single
5128 3.3 hackberry Celtis laevigata Healthy Single
5129 2.8 hackberry Celtis laevigata Healthy Single
5130 6.2 hackberry Celtis laevigata Healthy Single
5131 2.7 hackberry Celtis laevigata Healthy Single
5132 2.7 hackberry Celtis laevigata Healthy Single
5133 8.4 hackberry Celtis laevigata Healthy Single
5134 3.3 mesquite Prosopis glandulosa Healthy Forked
5135 4.4 hackberry Celtis laevigata Healthy Single
5136 6.4 Osage-orange-male Maclura pomifera Hazard Single
5137 7.3 hackberry Celtis laevigata Healthy Single
5138 7.2 hackberry Celtis laevigata Declining Single
5139 5.0 hackberry Celtis laevigata Healthy Single
5140 3.9 hackberry Celtis laevigata Healthy Single
5141 9.9 hackberry Celtis laevigata Healthy Multi
5142 4.0 hackberry Celtis laevigata Healthy Single
5143 3.6 hackberry Celtis laevigata Healthy Multi
5144 2.8 hackberry Celtis laevigata Healthy Multi
5145 2.9 hackberry Celtis laevigata Healthy Single
5146 2.0 hackberry Celtis laevigata Healthy Single
5147 2.0 hackberry Celtis laevigata Healthy Single
5148 2.0 hackberry Celtis laevigata Healthy Single
5149 3.7 hackberry Celtis laevigata Healthy Forked
5150 7.7 gum bumelia Sideroxylon lanuginosum Healthy Multi
5151 2.5 hackberry Celtis laevigata Healthy Single
5152 3.2 hackberry Celtis laevigata Declining Multi
5153 7.2 hackberry Celtis laevigata Healthy Multi
Page 13
Oak Grove Road Right of Way - Tree Inventory
Fort Worth, Tarrant County, Texas
TAG#CONDITION MULTIPLE-
STEMMEDDBHCOMMON NAME SCIENTIFIC NAME
5154 3.2 hackberry Celtis laevigata Healthy Multi
5155 4.2 Osage-orange-male Maclura pomifera Healthy Multi
5156 3.2 Osage-orange-male Maclura pomifera Healthy Multi
5157 3.7 Osage-orange-male Maclura pomifera Healthy Multi
5158 2.3 hackberry Celtis laevigata Healthy Single
5159 3.5 hackberry Celtis laevigata Healthy Forked
5160 2.1 hackberry Celtis laevigata Healthy Single
5161 2.3 hackberry Celtis laevigata Healthy Single
5162 2.0 hackberry Celtis laevigata Healthy Forked
5163 2.4 hackberry Celtis laevigata Healthy Single
5164 2.8 hackberry Celtis laevigata Healthy Forked
5165 2.9 hackberry Celtis laevigata Healthy Forked
5166 4.8 hackberry Celtis laevigata Healthy Single
5167 3.5 hackberry Celtis laevigata Healthy Forked
5168 2.3 hackberry Celtis laevigata Healthy Single
5169 2.0 hackberry Celtis laevigata Healthy Single
5170 2.0 hackberry Celtis laevigata Healthy Single
5171 7.5 hackberry Celtis laevigata Healthy Multi
5172 2.3 hackberry Celtis laevigata Healthy Forked
5173 3.2 hackberry Celtis laevigata Healthy Multi
5174 2.8 hackberry Celtis laevigata Healthy Forked
5175 2.0 hackberry Celtis laevigata Healthy Forked
5176 2.1 hackberry Celtis laevigata Healthy Forked
5177 3.4 hackberry Celtis laevigata Healthy Multi
5178 2.6 hackberry Celtis laevigata Healthy Forked
5179 2.8 hackberry Celtis laevigata Healthy Forked
5180 2.3 hackberry Celtis laevigata Healthy Single
5181 3.9 hackberry Celtis laevigata Healthy Multi
5182 2.8 hackberry Celtis laevigata Healthy Single
5183 3.4 Osage-orange-male Maclura pomifera Healthy Forked
5184 2.1 hackberry Celtis laevigata Healthy Forked
5185 2.2 hackberry Celtis laevigata Healthy Single
5186 2.1 hackberry Celtis laevigata Healthy Single
5187 2.9 hackberry Celtis laevigata Healthy Multi
5188 3.8 hackberry Celtis laevigata Healthy Multi
5189 2.3 hackberry Celtis laevigata Healthy Forked
5190 8.6 hackberry Celtis laevigata Healthy Multi
5191 6.3 hackberry Celtis laevigata Healthy Multi
5192 2.5 hackberry Celtis laevigata Healthy Forked
5193 2.7 hackberry Celtis laevigata Healthy Single
5194 2.2 hackberry Celtis laevigata Healthy Single
5195 2.0 hackberry Celtis laevigata Healthy Forked
5196 6.8 Callery pear Pyrus calleryana Healthy Forked
5197 3.0 mesquite Prosopis glandulosa Healthy Single
5198 3.5 mesquite Prosopis glandulosa Healthy Forked
5199 2.4 hackberry Celtis laevigata Healthy Multi
5200 2.2 hackberry Celtis laevigata Healthy Multi
5201 2.0 hackberry Celtis laevigata Healthy Single
5202 3.5 mesquite Prosopis glandulosa Healthy Forked
5203 3.7 hackberry Celtis laevigata Healthy Single
5204 2.3 hackberry Celtis laevigata Healthy Single
5205 2.4 hackberry Celtis laevigata Healthy Single
Page 14
Oak Grove Road Right of Way - Tree Inventory
Fort Worth, Tarrant County, Texas
TAG#CONDITION MULTIPLE-
STEMMEDDBHCOMMON NAME SCIENTIFIC NAME
5206 2.1 Hercules-club Zanthoxylum clava-herculis Healthy Single
5207 2.4 hackberry Celtis laevigata Healthy Single
5208 2.2 hackberry Celtis laevigata Healthy Single
5209 3.9 hackberry Celtis laevigata Healthy Multi
5210 3.3 hackberry Celtis laevigata Healthy Forked
5211 11.5 Osage-orange-male Maclura pomifera Hazard Multi
5212 2.0 hackberry Celtis laevigata Healthy Single
5213 14.0 Osage-orange-male Maclura pomifera Declining Forked
5214 15.3 Osage-orange-male Maclura pomifera Declining Multi
5215 14.5 hackberry Celtis laevigata Declining Single
5216 5.2 eastern redcedar Juniperus virginiana Healthy Single
5217 3.0 live oak Quercus virginiana Healthy Forked
5218 4.5 eastern redcedar Juniperus virginiana Healthy Single
5219 6.7 eastern redcedar Juniperus virginiana Healthy Forked
5220 11.8 hackberry Celtis laevigata Hazard Single
5221 14.1 hackberry Celtis laevigata Healthy Single
5222 23.3 Osage-Orange-female Maclura pomifera Declining Multi
5223 4.5 red mulberry Morus rubra Healthy Single
5224 8.9 hackberry Celtis laevigata Hazard Single
5225 6.6 Osage-orange-male Maclura pomifera Hazard Forked
5226 16.8 Osage-orange-male Maclura pomifera Declining Multi
5227 15.8 hackberry Celtis laevigata Hazard Single
5228 7.6 Osage-orange-male Maclura pomifera Declining Single
5229 19.2 Osage-orange-male Maclura pomifera Declining Multi
5230 5.8 Osage-orange-male Maclura pomifera Declining Single
5231 8.3 Osage-orange-male Maclura pomifera Declining Single
5232 10.7 Osage-orange-male Maclura pomifera Declining Multi
5233 17.9 Osage-orange-male Maclura pomifera Declining Multi
5234 2.8 hackberry Celtis laevigata Healthy Multi
5235 13.8 Osage-orange-male Maclura pomifera Declining Multi
5236 2.4 hackberry Celtis laevigata Healthy Single
5237 18.3 Osage-orange-male Maclura pomifera Healthy Multi
5238 2.1 hackberry Celtis laevigata Healthy Single
5239 10.8 Osage-orange-male Maclura pomifera Healthy Forked
5240 6.5 hackberry Celtis laevigata Healthy Single
5241 2.4 hackberry Celtis laevigata Healthy Single
5242 7.2 Osage-orange-male Maclura pomifera Hazard Single
5243 4.2 Callery pear Pyrus calleryana Healthy Forked
5244 7.5 slippery elm Ulmus rubra Healthy Single
5245 6.9 slippery elm Ulmus rubra Healthy Single
5246 14.2 Osage-orange-male Maclura pomifera Healthy Multi
5247 7.3 Osage-orange-male Maclura pomifera Declining Single
5248 5.7 Osage-orange-male Maclura pomifera Declining Single
5249 14.9 Osage-orange-male Maclura pomifera Declining Multi
5250 9.7 hackberry Celtis laevigata Declining Single
5251 2.7 hackberry Celtis laevigata Healthy Single
5252 3.1 hackberry Celtis laevigata Declining Multi
5253 9.8 Osage-orange-male Maclura pomifera Declining Single
5254 15.9 slippery elm Ulmus rubra Hazard Single
5255 11.3 hackberry Celtis laevigata Healthy Single
5256 7.9 Osage-orange-male Maclura pomifera Declining Single
5257 3.9 hackberry Celtis laevigata Healthy Forked
Page 15
Oak Grove Road Right of Way - Tree Inventory
Fort Worth, Tarrant County, Texas
TAG#CONDITION MULTIPLE-
STEMMEDDBHCOMMON NAME SCIENTIFIC NAME
5258 3.1 hackberry Celtis laevigata Healthy Single
5259 4.2 eastern redcedar Juniperus virginiana Healthy Multi
5260 12.8 Osage-orange-male Maclura pomifera Declining Single
5261 15.5 hackberry Celtis laevigata Hazard Single
5262 15.3 Osage-orange-male Maclura pomifera Hazard Multi
5263 23.5 Osage-Orange-female Maclura pomifera Declining Multi
5264 4.7 Callery pear Pyrus calleryana Healthy Forked
5265 7.3 slippery elm Ulmus rubra Healthy Single
5266 2.9 hackberry Celtis laevigata Healthy Forked
5267 2.3 hackberry Celtis laevigata Declining Single
5268 3.4 hackberry Celtis laevigata Healthy Single
5269 34.8 Osage-Orange-female Maclura pomifera Declining Multi
5270 2.0 hackberry Celtis laevigata Healthy Single
5271 8.9 Osage-orange-male Maclura pomifera Declining Single
5272 7.0 Osage-orange-male Maclura pomifera Declining Single
5273 4.4 gum bumelia Sideroxylon lanuginosum Declining Single
5274 2.5 hackberry Celtis laevigata Healthy Forked
5275 2.0 hackberry Celtis laevigata Healthy Single
5276 5.6 hackberry Celtis laevigata Healthy Multi
5277 2.1 hackberry Celtis laevigata Healthy Forked
Kimley-Horn red tree tag series: 4478-5277. Trees measuring 2-inches or larger at DBH were tagged.
Page 16
APPLICATION FOR
FLOODPLAIN DEVELOPMENT PERMIT Date 02/23/2021
PLEASE TYPE
Permit No. FDP-21-00036
Name of Owner or Applicant Kimley-Horn and Associates, InC. Telephone No. g17-484-4129 Office Use Only
❑X Approved ❑ Approved
Address of Owner 801 Cherry Street, Unit 11, SUlte 1300 Nearest Stream With
Fort Worth, TX 76102 North Fork Chambers � cor,aitior,s�
Creek 0 Denied"
Location of Permit Area (Address or Legal Description) Date In:2/23/21 Date Out: 2/25/21
Portion of Oak Grove Road south of Joel East Road and north of Enon Avenue Processed By: Ben Thom son
Approved By o�g�c�irys�g��aay
• Ben RPn Th„m�
Thom son oaco:zon.ozzs
� 14:14�.03 -06'00'
PURPOSE OF REQUEST: ❑Excavation ❑Filling ❑Dredging orMining ❑UtilityConstruction
❑ Building Permit ❑� Grading ❑� Paving ❑ Drilling Operations ❑ Other
BRIEF DESCRIPTION OF PROPOSAL (Attach separate sheet if needed)
Proposed construction (paving and grading) of the East half of Oak Grove Road to meet full build out width of Oak Grove
Road per the Master Thoroughfare Plan. Note, no modification or connection will be made to the existing culvert crossing. In
addition, the culverts have been modeled in the approved floodplain study included with this submittal. Culvert crossing
adequately passes the FEMA 100-YR, FEMA 500-YR, and Ultimate 100-YR events without the roadway over topping.
COMPLETE APPLICABLE QUESTIONS:
1. Total drainage area of watercourse 1119 acres. 2. Regulatory flood elev. 655-678 � Not available.
3. Has site previously flooded? ❑� Yes ❑ No 4. Is site subject to flooding? ❑✓ Yes � No
5. Is safe access available during times of flood? ❑✓ Yes ❑ No ❑ Unknown
6. Is the proposal within the designated floodway? ❑ Yes ❑� No ❑Unknown
7. Have all necessary prior approval permits been obtained from federal, state or local governmental agencies?❑✓ None Required
❑Yes ❑No (If no, explain; if yes, provide copies of approval letters or permits.)
ATTACH THE FOLLOWING IF APPLICABLE:
1. Two (2) sets scale drawings showing location, dimensions, elevations of existing and proposed topographic alterations, existing and proposed structures,
location relative to floodplain area.
2. Extent to which watercourse or natural drainage will be altered or relocated.
3. Supporting hydraulic calculations, reports, etc., used as a basis for proposed improvements.
4. Lowest floor elevation (including basement) of all proposed structures.
5. Elevation to which any non-residential structure shall be flood proofed.
6. Certification by registered professional engineer or architect that flood proofing criteria are met as set forth in Section 7-347, Sub-Section b, Ordinance No.
11998.
DURING THE OCCURRENCE OF A 100-YEAR FREQUENCY FLOOD WILL THE
PROPOSAL:
1. Reduce capacity of channels/floodways/watercourse in floodplain area?
2. Measurably increase flood flows/heights/damage on off-site properties?
3. Individually or combined with other existing or anticipated development expose adjacent
properties to adverse flood effects?
4. Increase velocities/volumes of flood waters sufficiently to create significant erosion of
floodplain soils on subject property or adjacent property upstream/downstream?
5. Encroach on floodway causing increase in flood levels?
6. Provide compensatory storaqe for anv measurable loss of flood storaqe capacitv?
�
�
�❑
�
�
�❑
Info. Not
No Available
❑`� ❑
❑'� ❑
❑✓ ❑
❑✓
❑✓
�
C
FLOODPLAIN DEVELOPMENT PERMIT
The City of Fort Worth's Floodplain Permit Program is authorized by Section 7-318 of City Ordinance No. 11998, adopted June 13,
1995. This permit is required for all development taking place within the area of the 100-year floodplain (special flood hazard areas)
as shown on the current Flood Insurance Rate Maps and Flood Boundary-Floodway Maps, published by the Federal Emergency
Management Agency (FEMA). These maps are available for public inspection in the Engineering Department, Municipal Building,
1000 Throckmorton Street.
Failure to obtain a Floodplain Development Permit or violating other provisions of City Ordinance No. 11998 or the conditions
described within the permit constitutes a misdemeanor and upon conviction, a person, firm, or corporation could be fined up to one
thousand dollars ($1,000) a day for each day that the violation occurs.
I understand that the conditions which may be stated for permit approval or the provisions of City Ordinance No. 11998 may be
superseded by other provisions of City code or policies.
I further understand that this Floodplain Development Permit does not constitute final approval until all development requirements
placed on the property have been met. These requirements include, but are not limited to, City construction plan approval, platting and
community facilities agreements. This proposal shall be subject to any change in floodplain development policy at the actual time of
development.
Application is hereby made for a permit to authorize the activities described herein. I hereby certify that I am familiar with the
information contained on this application and to the best of my knowledge such information is true and accurate. I further certify that I
possess the authority to undertake the proposed activity. I understand that if my application is denied, I have sixty (60) days from the
date of such denial to appeal the adverse action to the City Plan Commission.
Signature of Applicant or Authorized Agent
OFFICE USE ONLY
FLOODPLAIN AREA DEFINED BY: X❑ FEMA ❑ COE ❑ FLOOD STUDIES ❑ HIGH WATER MARKS ❑ OTHER
FEMA INS. ZONE ``''E FEMA MAP NO. 48439C0320L FLOOD ELEV. 678�3 GROUND ELEV.
FLOOD PLAIN STUDY
PLATE NO. I FLOOD ELEV.
CONDITIONS FOR APPROVAL" OR REASONS FOR DENIAL""
THIS PERMIT SHALL EXPIRE TWO YEARS FROM THE DATE OUT ON PAGE 1 ABOVE
CITY OF FORT WORTH Oak Grove Road
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 102802
Revised July 1, 2011
GR-01 60 00 Product Requirements
THIS PAGE LEFT INTENTIONALLY BLANK
CITY OF FORT WORTH
WATER DEPARTMENT
STANDARD PRODUCT LIST
Updated: October 21, 2020
The Fort Worth Water Department’s Standard Products List has been developed to
minimize the submittal review of products which meet the Fort Worth Water
Department’s Standard Specifications during utility construction projects. When
Technical Specifications for specific products, are included as part of the
Construction Contract Documents, the requirements of the Technical Specification
will override the Fort Worth Water Department’s Standard Specifications and the
Fort Worth Water Department’s Standard Products List and approval of the
specific products will be based on the requirements of the Technical Specification
whether or not the specific product meets the Fort Worth Water Department’s
Standard Specifications or is on the Fort Worth Water Department’s Standard
Products List.
Table of Content
(Click on items to go directly to the page)
Items Page
A.Water & Sewer
1. Manholes & Bases/Components ........................................................... 1
2.Manholes & Bases/Fiberglass ............................................................... 2
3.Manholes & Bases/Frames & Covers/Rectangular ............................... 3
4.Manholes & Bases/Frames & Covers/Round ....................................... 4
5.Manholes & Bases/Frames & Covers/Water Tight & Pressure Tight .. 5
6.Manholes & Bases/Precast Concrete .................................................... 6
7.Manholes & Bases/Rehab Systems/Cementitious ................................ 7
8.Manholes & Bases/Rehab Systems/NonCementitious ......................... 8
9.Manhole Insert (Field Operations Use Only) ........................................ 9
10. Pipe Casing Spacer ............................................................................... 10
11. Pipes/Ductile Iron ................................................................................. 11
12. Utility Line Marker ............................................................................... 12
B.Sewer
13. Coatings/Epoxy ..................................................................................... 13
14. Coatings/Polyurethane .......................................................................... 14
15. Combination Air Valves ....................................................................... 15
16. Pipes/Concrete ...................................................................................... 16
17. Pipe Enlargement System (Method) ..................................................... 17
18. Pipes/Fiberglass Reinforced Pipe ......................................................... 18
19. Pipes/HDPE .......................................................................................... 19
20. Pipes/PVC (Pressure Sewer) ................................................................. 20
21. Pipes/PVC* ........................................................................................... 21
22. Pipes/Rehab/CIPP ................................................................................. 22
23. Pipes/Rehab/Fold & Form .................................................................... 23
24. Pipes/Open Profile Large Diameter ...................................................... 24
C.Water
25. Appurtenances ....................................................................................... 25
26. Bolts, Nuts, and Gaskets ....................................................................... 26
27. Combination Air Release Valve ........................................................... 27
28. Dry Barrel Fire Hydrants ...................................................................... 28
29. Meters ................................................................................................... 29
30. Pipes/PVC (Pressure Water) ................................................................. 30
31. Pipes/Valves & Fittings/Ductile Iron Fittings ....................................... 31
32. Pipes/Valves & Fittings/Resilient Seated Gate Valve .......................... 32
33. Pipes/Valves & Fittings/Rubber Seated Butterfly Valve ...................... 33
34. Polyethylene Encasement ..................................................................... 34
35. Sampling Stations ................................................................................. 35
36. Automatic Flusher ................................................................................. 36
Approval Spec No. ClasssificationManufacturerModel No.National SpecSizeWater & Sewer - Manholes & Bases/Components 33-39-10 (Rev 2/3/16)07/23/97 33 05 13 Urethane Hydrophilic WaterstopAsahi Kogyo K.K.Adeka Ultra-Seal P-201ASTM D2240/D412/D79204/26/00 33 05 13 Offset Joint for 4' Diam. MHHanson Concrete ProductsDrawing No. 35-0048-00104/26/00 33 05 13 Profile Gasket for 4' Diam. MH.Press-Seal Gasket Corp.250-4G GasketASTM C-443/C-361SS MH1/26/99 33 05 13 HDPE Manhole Adjustment RingsLadtech, IncHDPE Adjustment RingNon-traffic area5/13/05 33 05 13 Manhole External WrapCanusa - CPSWrapidSeal Manhole Encapsulation SystemCITY OF FORT WORTHWATER DEPARTMENT STANDARD PRODUCT LISTNote: All water or sewer pipe larger than 15 inch diameter shall be approved for use by the Water Department on a project specific basis. Special bedding may be required for some pipes.* From Original Standard Products ListClick to Return to the Table of Content1Updated: 10/21/2020
Approval Spec No. ClasssificationManufacturerModel No.National SpecSizeCITY OF FORT WORTHWATER DEPARTMENT STANDARD PRODUCT LISTNote: All water or sewer pipe larger than 15 inch diameter shall be approved for use by the Water Department on a project specific basis. Special bedding may be required for some pipes.Water & Sewer - Manholes & Bases/Fiberglass 33-39-13 (1/8/13)1/26/99 33 39 13 Fiberglass ManholeFluid Containment, Inc.FlowtiteASTM 3753Non-traffic area08/30/06 33 39 13 Fiberglass ManholeL.F. ManufacturingNon-traffic area* From Original Standard Products ListClick to Return to the Table of Content2Updated: 10/21/2020
Approval Spec No. ClasssificationManufacturerModel No.National SpecSizeCITY OF FORT WORTHWATER DEPARTMENT STANDARD PRODUCT LISTNote: All water or sewer pipe larger than 15 inch diameter shall be approved for use by the Water Department on a project specific basis. Special bedding may be required for some pipes.Water & Sewer - Manholes & Bases/Frames & Covers/Rectangular 33-05-13 (Rev 2/3/16)*33 05 13 Manhole Frames and CoversWestern Iron Works, Bass & Hays Foundry100124"x40" WD* From Original Standard Products ListClick to Return to the Table of Content3Updated: 10/21/2020
Approval Spec No. ClasssificationManufacturerModel No.National SpecSizeCITY OF FORT WORTHWATER DEPARTMENT STANDARD PRODUCT LISTNote: All water or sewer pipe larger than 15 inch diameter shall be approved for use by the Water Department on a project specific basis. Special bedding may be required for some pipes.Water & Sewer - Manholes & Bases/Frames & Covers/Standard (Round) 33-05-13 (Rev 2/3/16)*33 05 13 Manhole Frames and CoversWestern Iron Works, Bass & Hays Foundry3002424" Dia.*33 05 13 Manhole Frames and CoversMcKinley Iron Works Inc.A 24 AM24" Dia.08/24/18 33 05 13 Manhole Frames and CoversNeenah FoundryR-1272ASTM A48 & AASHTO M30624" Dia.08/24/18 33 05 13 Manhole Frames and CoversNeenah FoundryR- 165-LM (Hinged)ASTM A48 & AASHTO M30624" Dia.08/24/18 33 05 13 Manhole Frames and CoversNeenah FoundryNF 1274ASTM A48 & AASHTO M30630" Dia.08/24/18 33 05 13 Manhole Frames and CoversNeenah FoundryR-1743-LM (Hinged)ASTM A48 & AASHTO M30630" dia.33 05 13 Manhole Frames and CoversSigma CorporationMH-144N33 05 13 Manhole Frames and CoversSigma CorporationMH-143N33 05 13 Manhole Frames and CoversPont-A-MoussonGTS-STD24" dia.33 05 13 Manhole Frames and CoversNeenah Casting24" dia.10/31/06 33 05 13 Manhole Frames and Covers (Hinged)PowersealHinged Ductile Iron Manhole ASTM A53624" Dia.7/25/03 33 05 13 Manhole Frames and CoversSaint-Gobain Pipelines (Pamrex/rexus)RE32-R8FS30" Dia.01/31/06 33 05 1330" Dia. MH Ring and CoverEast Jordan Iron WorksV1432-2 and V1483 DesignsAASHTO M306-0430" Dia.11/02/10 33 05 1330" Dia. MH Ring and CoverSigma CorporationMH1651FWN & MH1650230" Dia07/19/11 33 05 1330" Dia. MH Ring and CoverStar Pipe ProductsMH32FTWSS-DC 30" Dia08/10/11 33 05 1330" Dia. MH Ring and CoverAccucast220700 Heavy Duty with Gasket Ring30" Dia10/14/13 33 05 1330" Dia. MH Ring and Cover (Hinged & Lockable)East Jordan Iron Works 30" ERGO XL Assembly with Cam Lock/MPIC/T-Gasket ASSHTO M105 & ASTM A53630" Dia06/01/17 34 05 1330" Dia. MH Ring and Cover (Hinged & Lockable) CISIP Industries2280 (32")ASTM A 4830" Dia.09/16/19 33 05 13.1030" Dia. MH Ring and Cover Composite Access Products, L.P.CAP-ONE-30-FTW, Composite, w/ Lock w/o Hing30" Dia.* From Original Standard Products ListClick to Return to the Table of Content4Updated: 10/21/2020
Approval Spec No. ClasssificationManufacturerModel No.National SpecSizeCITY OF FORT WORTHWATER DEPARTMENT STANDARD PRODUCT LISTNote: All water or sewer pipe larger than 15 inch diameter shall be approved for use by the Water Department on a project specific basis. Special bedding may be required for some pipes.Water & Sewer - Manholes & Bases/Frames & Covers/Water Tight & Pressure Tight 33-05-13 (Rev 2/3/16)*33 05 13 Manhole Frames and CoversPont-A-MoussonPamtight24" Dia.*33 05 13 Manhole Frames and CoversNeenah Casting24" Dia.*33 05 13 Manhole Frames and CoversWestern Iron Works,Bass & Hays Foundry300-24P24" Dia.*33 05 13 Manhole Frames and CoversMcKinley Iron Works Inc.WPA24AM24" Dia.03/08/00 33 05 13 Manhole Frames and CoversAccucastRC-2100ASTM A 4824" Dia.04/20/01 33 05 13 Manhole Frames and Covers(SIP)Serampore Industries Private Ltd.300-24-23.75 Ring and CoverASTM A 4824" Dia.* From Original Standard Products ListClick to Return to the Table of Content5Updated: 10/21/2020
Approval Spec No. ClasssificationManufacturerModel No.National SpecSizeCITY OF FORT WORTHWATER DEPARTMENT STANDARD PRODUCT LISTNote: All water or sewer pipe larger than 15 inch diameter shall be approved for use by the Water Department on a project specific basis. Special bedding may be required for some pipes.Water & Sewer - Manholes & Bases/Precast Concrete (Rev 1/8/13)*33 39 10 Manhole, Precast ConcreteHydro Conduit CorpSPL Item #49ASTM C 47848"*33 39 10 Manhole, Precast ConcreteWall Concrete Pipe Co. Inc.ASTM C-44348"09/23/96 33 39 10 Manhole, Precast ConcreteConcrete Product Inc.48" I.D. Manhole w/ 32" ConeASTM C 47848" w/32" cone05/08/18 33 39 10 Manhole, Precast ConcreteThe Turner Company48", 60" I.D. Manhole w/ 32" ConeASTM C 47848", 60"10/27/06 33 39 10 Manhole, Precast ConcreteOldcastle Precast Inc.48" I.D. Manhole w/ 24" ConeASTM C 47848" Diam w 24" Ring06/09/10 33 39 10 Manhole, Precast (Reinforce Polymer)ConcreteUS Composite PipeReinforced Polymer Concrete ASTM C-7648" to 72"09/06/19 33 39 20 Manhole, Precast ConcreteForterra Pipe and Precast60" & 72" I.D. Manhole w/32" ConeASTM C-7660" & 72"* From Original Standard Products ListClick to Return to the Table of Content6Updated: 10/21/2020
Approval Spec No. ClasssificationManufacturerModel No.National SpecSizeCITY OF FORT WORTHWATER DEPARTMENT STANDARD PRODUCT LISTNote: All water or sewer pipe larger than 15 inch diameter shall be approved for use by the Water Department on a project specific basis. Special bedding may be required for some pipes.Water & Sewer - Manholes & Bases/Rehab Systems/Cementitious*E1-14 Manhole Rehab SystemsQuadex04/23/01E1-14 Manhole Rehab SystemsStandard Cement Materials, Inc.Reliner MSPE1-14 Manhole Rehab SystemsAP/M Permaform4/20/01E1-14 Manhole Rehab SystemStrong CompanyStrong Seal MS2A Rehab System5/12/03E1-14 Manhole Rehab System (Liner)Poly-triplex TechnologiesMH repair product to stop infiltrationASTM D581308/30/06General Concrete RepairFlexKrete TechnologiesVinyl Polyester Repair ProductMisc. Use* From Original Standard Products ListClick to Return to the Table of Content7Updated: 10/21/2020
Approval Spec No. ClasssificationManufacturerModel No.National SpecSizeCITY OF FORT WORTHWATER DEPARTMENT STANDARD PRODUCT LISTNote: All water or sewer pipe larger than 15 inch diameter shall be approved for use by the Water Department on a project specific basis. Special bedding may be required for some pipes.Water & Sewer - Manholes & Bases/Rehab Systems/NonCementitious05/20/96E1-14 Manhole Rehab SystemsSprayroq, Spray Wall Polyurethane CoatingASTM D639/D790*E1-14 Manhole Rehab SystemsSun Coast12/14/01Coating for Corrosion protection(Exterior)ERTECHSeries 20230 and 2100 (Asphatic Emulsion)For Exterior Coating of Concrete Structures Only01/31/06Coatings for Corrosion ProtectionChestertonArc 791, S1HB, S1, S2Acid Resistance TestSewer Applications8/28/2006Coatings for Corrosion ProtectionWarren EnvironmentalS-301 and M-301Sewer Applications08/30/06Coatings for Corrosion ProtectionCitadelSLS-30 Solids EpoxySewer Applications03/19/1833 05 16, 33 39 10, 33 39 20 Coating for Corrosion protection(Exterior)Sherwin WilliamsRR&C Dampproofing Non-Fibered Spray Grade (Asphatic Emulsion)For Exterior Coating of Concrete Structures Only* From Original Standard Products ListClick to Return to the Table of Content8Updated: 10/21/2020
Approval Spec No. ClasssificationManufacturerModel No.National SpecSizeCITY OF FORT WORTHWATER DEPARTMENT STANDARD PRODUCT LISTNote: All water or sewer pipe larger than 15 inch diameter shall be approved for use by the Water Department on a project specific basis. Special bedding may be required for some pipes.Water & Sewer - Manhole Inserts - Field Operations Use Only (Rev 2/3/16)*33 05 13 Manhole InsertKnutson EnterprisesMade to Order - PlasticASTM D 1248For 24" dia.*33 05 13 Manhole InsertSouth Western PackagingMade to Order - PlasticASTM D 1248For 24" dia.*33 05 13 Manhole InsertNoflow-InflowMade to Order - PlasticASTM D 1248For 24" dia.09/23/96 33 05 13 Manhole InsertSouthwestern Packing & Seals, Inc.LifeSaver - Stainless SteelFor 24" dia.09/23/96 33 05 13 Manhole InsertSouthwestern Packing & Seals, Inc.TetherLok - Stainless SteelFor 24" dia* From Original Standard Products ListClick to Return to the Table of Content9Updated: 10/21/2020
Approval Spec No. ClasssificationManufacturerModel No.National SpecSizeCITY OF FORT WORTHWATER DEPARTMENT STANDARD PRODUCT LISTNote: All water or sewer pipe larger than 15 inch diameter shall be approved for use by the Water Department on a project specific basis. Special bedding may be required for some pipes.Water & Sewer - Pipe Casing Spacers 33-05-24 (07/01/13)11/04/02Steel Band Casing SpacersAdvanced Products and Systems, Inc.Carbon Steel Spacers, Model SI02/02/93Stainless Steel Casing SpacerAdvanced Products and Systems, Inc.Stainless Steel Spacer, Model SSI04/22/87Casing SpacersCascade Waterworks ManufacturingCasing Spacers09/14/10Stainless Steel Casing SpacerPipeline Seal and InsulatorStainless Steel Casing SpacerUp to 48"09/14/10Coated Steel Casin SpacersPipeline Seal and InsulatorCoated Steel Casin SpacersUp to 48" 05/10/11Stainless Steel Casing SpacerPowerseal4810 PowerchockUp to 48"03/19/18Casing SpacersBWMSS-12 Casing Spacer(Stainless Steel)03/19/18Casing SpacersBWMFB-12 Casing Spacer (Coated Carbon Steel) for Non_pressure Pipe and Grouted Casing* From Original Standard Products ListClick to Return to the Table of Content10Updated: 10/21/2020
Approval Spec No. ClasssificationManufacturerModel No.National SpecSizeCITY OF FORT WORTHWATER DEPARTMENT STANDARD PRODUCT LISTNote: All water or sewer pipe larger than 15 inch diameter shall be approved for use by the Water Department on a project specific basis. Special bedding may be required for some pipes.Water & Sewer - Pipes/Ductile Iron 33-11-10(1/8/13)*33 11 10 Ductile Iron PipeGriffin Pipe Products, Co.Super Bell-Tite Ductile Iron Pressure Pipe, AWWA C150, C1513" thru 24"08/24/18 33 11 10 Ductile Iron PipeAmerican Ductile Iron Pipe Co.American Fastite Pipe (Bell Spigot)AWWA C150, C1514" thru 30"08/24/18 33 11 10 Ductile Iron PipeAmerican Ductile Iron Pipe Co.American Flex Ring (Restrained Joint)AWWA C150, C1514" thru 30"*33 11 10 Ductile Iron PipeU.S. Pipe and Foundry Co.AWWA C150, C151*33 11 10 Ductile Iron PipeMcWane Cast Iron Pipe Co.AWWA C150, C151* From Original Standard Products ListClick to Return to the Table of Content11Updated: 10/21/2020
Approval Spec No. ClasssificationManufacturerModel No.National SpecSizeCITY OF FORT WORTHWATER DEPARTMENT STANDARD PRODUCT LISTNote: All water or sewer pipe larger than 15 inch diameter shall be approved for use by the Water Department on a project specific basis. Special bedding may be required for some pipes.Water & Sewer - Utility Line Marker (08/24/2018)* From Original Standard Products ListClick to Return to the Table of Content12Updated: 10/21/2020
Approval Spec No. ClasssificationManufacturerModel No.National SpecSizeCITY OF FORT WORTHWATER DEPARTMENT STANDARD PRODUCT LISTNote: All water or sewer pipe larger than 15 inch diameter shall be approved for use by the Water Department on a project specific basis. Special bedding may be required for some pipes.Sewer - Coatings/Epoxy 33-39-60 (01/08/13)02/25/02Epoxy Lining SystemSauereisen, IncSewerGard 210RSLA County #210-1.3312/14/01Epoxy Lining SystemErtech Technical CoatingsErtech 2030 and 2100 Series04/14/05Interior Ductile Iron Pipe CoatingInduronProtecto 401ASTM B-117Ductile Iron Pipe Only01/31/06Coatings for Corrosion ProtectionChestertonArc 791, S1HB, S1, S2Acid Resistance TestSewer Applications8/28/2006Coatings for Corrosion ProtectionWarren EnvironmentalS-301 and M-301Sewer Applications* From Original Standard Products ListClick to Return to the Table of Content13Updated: 10/21/2020
Approval Spec No. ClasssificationManufacturerModel No.National SpecSizeCITY OF FORT WORTHWATER DEPARTMENT STANDARD PRODUCT LISTNote: All water or sewer pipe larger than 15 inch diameter shall be approved for use by the Water Department on a project specific basis. Special bedding may be required for some pipes.Sewer - Coatings/Polyurethane* From Original Standard Products ListClick to Return to the Table of Content14Updated: 10/21/2020
Approval Spec No. ClasssificationManufacturerModel No.National SpecSizeCITY OF FORT WORTHWATER DEPARTMENT STANDARD PRODUCT LISTNote: All water or sewer pipe larger than 15 inch diameter shall be approved for use by the Water Department on a project specific basis. Special bedding may be required for some pipes.Sewer - Combination Air Valves 05/25/18 33-31-70 Air Release ValveA.R.I. USA, Inc.D025LTP02(Composite Body)2"* From Original Standard Products ListClick to Return to the Table of Content15Updated: 10/21/2020
Approval Spec No. ClasssificationManufacturerModel No.National SpecSizeCITY OF FORT WORTHWATER DEPARTMENT STANDARD PRODUCT LISTNote: All water or sewer pipe larger than 15 inch diameter shall be approved for use by the Water Department on a project specific basis. Special bedding may be required for some pipes.Sewer - Pipes/Concrete*E1-04 Conc. Pipe, ReinforcedWall Concrete Pipe Co. Inc.ASTM C 76*E1-04 Conc. Pipe, ReinforcedHydro Conduit CorporationClass III T&G, SPL Item #77ASTM C 76*E1-04 Conc. Pipe, ReinforcedHanson Concrete ProductsSPL Item #95-Manhole, #98- PipeASTM C 76*E1-04 Conc. Pipe, ReinforcedConcrete Pipe & Products Co. Inc.ASTM C 76* From Original Standard Products ListClick to Return to the Table of Content16Updated: 10/21/2020
Approval Spec No. ClasssificationManufacturerModel No.National SpecSizeCITY OF FORT WORTHWATER DEPARTMENT STANDARD PRODUCT LISTNote: All water or sewer pipe larger than 15 inch diameter shall be approved for use by the Water Department on a project specific basis. Special bedding may be required for some pipes.Sewer - Pipe Enlargment System (Method)33-31-23 (01/18/13)PIM SystemPIM CorporationPolyethylenePIM Corp., Piscata Way, N.J. Approved PreviouslyMcConnell SystemsMcLat ConstructionPolyethyleneHouston, TexasApproved PreviouslyTRS SystemsTrenchless Replacement SystemPolyethyleneCalgary, CanadaApproved Previously* From Original Standard Products ListClick to Return to the Table of Content17Updated: 10/21/2020
Approval Spec No. ClasssificationManufacturerModel No.National SpecSizeCITY OF FORT WORTHWATER DEPARTMENT STANDARD PRODUCT LISTNote: All water or sewer pipe larger than 15 inch diameter shall be approved for use by the Water Department on a project specific basis. Special bedding may be required for some pipes.Sewer - Pipe/Fiberglass Reinforced Pipe 33-31-13(1/8/13)7/21/97 33 31 13 Cent. Cast FiberglassHobas Pipe USA, Inc.Hobas Pipe (Non-Pressure)ASTM D3262/D375403/22/10 33 31 13 Fiberglass PipeAmeronBondstrand RPMP PipeASTM D3262/D375410/30/03Glass-Fiber Reinforced Polymer PipeThompson Pipe GroupFlowtiteASTM D3262/D37544/14/05Polymer Modified Concrete PipeAmitech USAMeyer Polycrete PipeASTM C33, A276, F4778" to 102", Class V06/09/10E1-9 Reinforced Polymer Concrete PipeUS Composite PipeReinforced Polymer Concrete PipeASTM C-76* From Original Standard Products ListClick to Return to the Table of Content18Updated: 10/21/2020
Approval Spec No. ClasssificationManufacturerModel No.National SpecSizeCITY OF FORT WORTHWATER DEPARTMENT STANDARD PRODUCT LISTNote: All water or sewer pipe larger than 15 inch diameter shall be approved for use by the Water Department on a project specific basis. Special bedding may be required for some pipes.Sewer - Pipes/HDPE 33-31-23(1/8/13)*High-density polyethylene pipePhillips Driscopipe, Inc.Opticore Ductile Polyethylene PipeASTM D 12488"*High-density polyethylene pipePlexco Inc.ASTM D 12488"*High-density polyethylene pipePolly Pipe, Inc.ASTM D 12488"High-density polyethylene pipeCSR Hydro Conduit/Pipeline SystemsMcConnell Pipe EnlargementASTM D 1248* From Original Standard Products ListClick to Return to the Table of Content19Updated: 10/21/2020
Approval Spec No. ClasssificationManufacturerModel No.National SpecSizeCITY OF FORT WORTHWATER DEPARTMENT STANDARD PRODUCT LISTNote: All water or sewer pipe larger than 15 inch diameter shall be approved for use by the Water Department on a project specific basis. Special bedding may be required for some pipes.Sewer - Pipes/PVC (Pressure Sewer) 33-11-12 (4/1/13)12/02/11 33-11-12 DR-14 PVC Pressure PipePipelife JetstreamPVC Pressure PipeAWWA C9004" thru 12"10/22/14 33-11-12 DR-14 PVC Pressure PipeRoyal Building ProductsRoyal Seal PVC Pressure PipeAWWA C9004" thru 12"* From Original Standard Products ListClick to Return to the Table of Content20Updated: 10/21/2020
Approval Spec No. ClasssificationManufacturerModel No.National SpecSizeCITY OF FORT WORTHWATER DEPARTMENT STANDARD PRODUCT LISTNote: All water or sewer pipe larger than 15 inch diameter shall be approved for use by the Water Department on a project specific basis. Special bedding may be required for some pipes.Sewer - Pipes/PVC* 33-31-20 (7/1/13)*33-31-20 PVC Sewer PipeJ-M Manufacturing Co., Inc. (JM Eagle)SDR-26ASTM D 30344" - 15"12/23/97* 33-31-20 PVC Sewer PipeDiamond Plastics CorporationSDR-26ASTM D 30344" thru 15"*33-31-20 PVC Sewer PipeLamson Vylon PipeASTM F 7894" thru 15"01/18/18 33-31-20 PVC Sewer PipeVinyltech PVC PipeGravity SewerASTM D30344" thru 15"11/11/98 33-31-20 PVC Sewer PipeDiamond Plastics Corporation "S" Gravity Sewer PipeASTM F 67918" to 27"*33-31-20 PVC Sewer PipeJ-M Manufacturing Co, Inc. (JM Eagle)SDR 26/35 PS 115/46ASTM F 67918" - 27"09/11/12 33-31-20 PVC Sewer PipePipelife Jet StreamSDR-26 and SDR-35ASTM F-67918"05/06/0533-31-20PVC Solid Wall PipeDiamond Plastics CorporationSDR 26/35 PS 115/46ASTM F-67918" to 48"04/27/0633-31-20PVC Sewer Fittings HarcoSDR-26 and SDR-35 Gasket Fittings ASTM D-3034, D-1784, etc4" - 15"*33-31-20PVC Sewer FittingsPlastic Trends, In.cGasketed PVC Sewer Main FittingsASTM D 30343/19/2018 33 31 20 PVC Sewer PipePipelife Jet StreamSDR 35ASTM F67918"- 24"3/19/2018 33 31 20 PVC Sewer PipePipelife Jet StreamSDR 26ASTM D30344"- 15"3/29/2019 33 31 20Gasketed Fittings (PVC)GPK Products, Inc.SDR 26ASTM D3034/F-6794"- 15"10/21/2020 33 31 20 PVC Sewer PipeNAPCOSDR 26ASTM D30344" - 15"10/22/2020 33 31 20 PVC Sewer PipeSanderson Pipe Corp.SDR 26ASTM D30344"- 15"10/21/2020 33 31 20 PVC Sewer PipeNAPCOSDR 26/35 PS 115/46ASTM F-67918"- 36"* From Original Standard Products ListClick to Return to the Table of Content21Updated: 10/21/2020
Approval Spec No. ClasssificationManufacturerModel No.National SpecSizeCITY OF FORT WORTHWATER DEPARTMENT STANDARD PRODUCT LISTNote: All water or sewer pipe larger than 15 inch diameter shall be approved for use by the Water Department on a project specific basis. Special bedding may be required for some pipes.Sewer - Pipes/Rehab/CIPP 33-31-12 (01/18/13)*Cured in Place PipeInsituform Texark, IncASTM F 121605/03/99Cured in Place PipeNational Envirotech GroupNational Liner, (SPL) Item #27ASTM F-1216/D-581305/29/96Cured in Place PipeReynolds Inc/Inliner Technolgy (Inliner USA)Inliner TechnologyASTM F 1216* From Original Standard Products ListClick to Return to the Table of Content22Updated: 10/21/2020
Approval Spec No. ClasssificationManufacturerModel No.National SpecSizeCITY OF FORT WORTHWATER DEPARTMENT STANDARD PRODUCT LISTNote: All water or sewer pipe larger than 15 inch diameter shall be approved for use by the Water Department on a project specific basis. Special bedding may be required for some pipes.Sewer - Pipes/Rehab/Fold & Form*Fold and Form PipeCullum Pipe Systems, Inc.11/03/98Fold and Form PipeInsituform Technologies, Inc.Insituform "NuPIpe"ASTM F-1504Fold and Form PipeAmerican Pipe & Plastics, Inc.Demo. Purpose Only12/04/00Fold and Form PipeUltralinerUltraliner PVC Alloy PipelinerASTM F-1504, 1871, 186706/09/03Fold and Form PipeMiller Pipeline Corp.EX MethodASTM F-1504, F-1947Up to 18" diameter* From Original Standard Products ListClick to Return to the Table of Content23Updated: 10/21/2020
Approval Spec No. ClasssificationManufacturerModel No.National SpecSizeCITY OF FORT WORTHWATER DEPARTMENT STANDARD PRODUCT LISTNote: All water or sewer pipe larger than 15 inch diameter shall be approved for use by the Water Department on a project specific basis. Special bedding may be required for some pipes.Sewer - Pipes/Open Profile Large Diameter09/26/91 E100-2 PVC Sewer Pipe, RibbedLamson Vylon PipeCarlon Vylon H.C. Closed Profile Pipe,ASTM F 67918" to 48"09/26/91 E100-2 PVC Sewer Pipe, RibbedExtrusion Technologies, Inc.Ultra-Rib Open Profile Sewer PipeASTM F 67918" to 48"E100-2 PVC Sewer Pipe, RibbedUponor ETI Company11/10/10 (E100-2) Polypropylene (PP) Sewer Pipe, Double WallAdvanced Drainage Systems (ADS) SaniTite HP Double Wall (Corrugated)ASTM F 273624"-30"11/10/10 (E100-2) Polypropylene (PP) Sewer Pipe, Triple WallAdvanced Drainage Systems (ADS)SaniTite HP Triple Wall PipeASTM F 276430" to 60"05/16/11Steel Reinforced Polyethylene PipeConTech Construction ProductsDurmaxxASTM F 256224" to 72"* From Original Standard Products ListClick to Return to the Table of Content24Updated: 10/21/2020
Approval Spec No. ClasssificationManufacturerModel No.National SpecSizeCITY OF FORT WORTHWATER DEPARTMENT STANDARD PRODUCT LISTNote: All water or sewer pipe larger than 15 inch diameter shall be approved for use by the Water Department on a project specific basis. Special bedding may be required for some pipes.Water - Appurtenances 33-12-10 (07/01/13)01/18/18 33-12-10 Double Strap SaddleRomac202NS Nylon CoatedAWWA C8001"-2" SVC, up to 24" Pipe08/28/02Double Strap SaddleSmith Blair #317 Nylon Coated Double Strap Saddle07/23/12 33-12-10 Double Strap Service SaddleMueller CompanyDR2S Double (SS) Strap DI SaddleAWWA C8001"-2" SVC, up to 24" Pipe10/27/87Curb Stops-Ball Meter ValvesMcDonald6100M,6100MT & 610MT 3/4" and 1"10/27/87Curb Stops-Ball Meter ValvesMcDonald4603B, 4604B, 6100M, 6100TM and 6101M 1½" and 2"5/25/2018 33-12-10 Curb Stops-Ball Meter ValvesFord Meter Box Co., Inc.FB600-7NL, FB1600-7-NL, FV23-777-W-NL, L22-77NLAWWA C8002"5/25/2018 33-12-10 Curb Stops-Ball Meter ValvesFord Meter Box Co., Inc.FB600-6-NL, FB1600-6-NL, FV23-666-W-NL, L22-66NLAWWA C8001-1/2"5/25/2018 33-12-10 Curb Stops-Ball Meter ValvesFord Meter Box Co., Inc.FB600-4-NL, FB1600-4-NL, B11-444-WR-NL, B22444-WR-NL, L28-44NLAWWA C8001"5/25/2018 33-12-10 Curb Stops-Ball Meter ValvesMueller Co., Ltd.B-25000N, B-24277N-3, B-20200N-3, H-15000N, , H-1552N, H142276NAWWA C800, ANSF 61, ANSI/NSF 3722"5/25/2018 33-12-10 Curb Stops-Ball Meter ValvesMueller Co., Ltd.B-25000N, B-20200N-3, B-24277N-3,H-15000N, H-14276N, H-15525NAWWA C800, ANSF 61, ANSI/NSF 3721-1/2"5/25/2018 33-12-10 Curb Stops-Ball Meter ValvesMueller Co., Ltd.B-25000N, B-20200N-3,H-15000N, H-15530NAWWA C800, ANSF 61, ANSI/NSF 3721"01/26/00Coated Tapping Saddle with Double SS StrapsJCM Industries, Inc.#406 Double Band SS Saddle1"-2" Taps on up to 12" 0/5/21/12 33-12-25 Tapping Sleeve (Coated Steel)JCM Industries, Inc.412 Tapping Sleeve ESSAWWA C-223Up to 30" w/12" Out05/10/11Tapping Sleeve (Stainless Steel)Powerseal3490AS (Flange) & 3490MJ4"-8" and 16"02/29/12 33-12-25 Tapping Sleeve (Coated Steel)RomacFTS 240AWWA C-223U p to 42" w/24" Out02/29/12 33-12-25 Tapping Sleeve (Stainless Steel)RomacSST Stainless SteelAWWA C-223Up to 24" w/12" Out02/29/12 33-12-25 Tapping Sleeve (Stainless Steel)RomacSST III Stainless SteelAWWA C-223Up to 30" w/12" Out05/10/11Joint Repair ClampPowerseal3232 Bell Joint Repair Clamp4" to 30"Plastic Meter Box w/Composite LidDFW Plastics Inc.DFW37C-12-1EPAF FTWPlastic Meter Box w/Composite LidDFW Plastics Inc.DFW39C-12-1EPAF FTW08/30/06Plastic Meter Box w/Composite LidDFW Plastics Inc.DFW65C-14-1EPAF FTWClass "A"Concrete Meter BoxBass & HaysCMB37-B12 1118 LID-9Concrete Meter BoxBass & HaysCMB-18-Dual 1416 LID-9Concrete Meter BoxBass & HaysCMB65-B65 1527 LID-9* From Original Standard Products ListClick to Return to the Table of Content25Updated: 10/21/2020
Approval Spec No. ClasssificationManufacturerModel No.National SpecSizeCITY OF FORT WORTHWATER DEPARTMENT STANDARD PRODUCT LISTNote: All water or sewer pipe larger than 15 inch diameter shall be approved for use by the Water Department on a project specific basis. Special bedding may be required for some pipes.Water - Bolts, Nuts, and Gaskets 33-11-05 (01/08/13)* From Original Standard Products ListClick to Return to the Table of Content26Updated: 10/21/2020
Approval Spec No. ClasssificationManufacturerModel No.National SpecSizeCITY OF FORT WORTHWATER DEPARTMENT STANDARD PRODUCT LISTNote: All water or sewer pipe larger than 15 inch diameter shall be approved for use by the Water Department on a project specific basis. Special bedding may be required for some pipes.Water - Combination Air Release 33-31-70 (01/08/13)*E1-11 Combination Air Release ValveGA Industries, Inc.Empire Air and Vacuum Valve, Model 935 ASTM A 126 Class B, ASTM A 240 - float, ASTM A 307 - Cover Bolts1" & 2"*E1-11 Combination Air Release ValveMultiplex Manufacturing Co.Crispin Air and Vacuum Valves, Model No. 1/2", 1" & 2"*E1-11 Combination Air Release ValveValve and Primer Corp.APCO #143C, #145C and #147C1", 2" & 3"* From Original Standard Products ListClick to Return to the Table of Content27Updated: 10/21/2020
Approval Spec No. ClasssificationManufacturerModel No.National SpecSizeCITY OF FORT WORTHWATER DEPARTMENT STANDARD PRODUCT LISTNote: All water or sewer pipe larger than 15 inch diameter shall be approved for use by the Water Department on a project specific basis. Special bedding may be required for some pipes.Water - Dry Barrel Fire Hydrants 33-12-40 (01/15/14)10/01/87 E-1-12 Dry Barrel Fire HydrantAmerican-Darling ValveDrawing Nos. 90-18608, 94-18560AWWA C-50203/31/88 E-1-12 Dry Barrel Fire HydrantAmerican Darling ValveShop Drawing No. 94-18791 AWWA C-50209/30/87 E-1-12 Dry Barrel Fire HydrantClow CorporationShop Drawing No. D-19895AWWA C-50201/12/93 E-1-12 Dry Barrel Fire HydrantAmerican AVK CompanyModel 2700AWWA C-50208/24/88 E-1-12 Dry Barrel Fire HydrantClow CorporationDrawings D20435, D20436, B20506AWWA C-502E-1-12 Dry Barrel Fire HydrantITT Kennedy ValveShop Drawing No. D-80783FWAWWA C-50209/24/87 E-1-12 Dry Barrel Fire HydrantM&H Valve CompanyShop Drawing No. 13476AWWA C-50210/14/87 E-1-12 Dry Barrel Fire HydrantMueller CompanyShop Drawings No. 6461 A-423 CenturionAWWA C-50201/15/88E1-12 Dry Barrel Fire HydrantMueller CompanyShop Drawing FH-12A-423 Super Centurion 200AWWA C-50210/09/87 E-1-12 Dry Barrel Fire HydrantU.S. Pipe & FoundryShop Drawing No. 960250AWWA C-50209/16/87 E-1-12 Dry Barrel Fire HydrantWaterous CompanyShop Drawing No. SK740803AWWA C-50208/12/16 33-12-40 Dry Barrel Fire HydrantEJ (East Jordan Iron Works)WaterMaster 5CD250* From Original Standard Products ListClick to Return to the Table of Content28Updated: 10/21/2020
Approval Spec No. ClasssificationManufacturerModel No.National SpecSizeCITY OF FORT WORTHWATER DEPARTMENT STANDARD PRODUCT LISTNote: All water or sewer pipe larger than 15 inch diameter shall be approved for use by the Water Department on a project specific basis. Special bedding may be required for some pipes.Water - Meters02/05/93 E101-5 Detector Check MeterAmes CompanyModel 1000 Detector Check ValveAWWA C5504" - 10"08/05/04Magnetic Drive Vertical TurbineHerseyMagnetic Drive VerticalAWWA C701, Class 13/4" - 6"* From Original Standard Products ListClick to Return to the Table of Content29Updated: 10/21/2020
Approval Spec No. ClasssificationManufacturerModel No.National SpecSizeCITY OF FORT WORTHWATER DEPARTMENT STANDARD PRODUCT LISTNote: All water or sewer pipe larger than 15 inch diameter shall be approved for use by the Water Department on a project specific basis. Special bedding may be required for some pipes.Water - Pipes/PVC (Pressure Water) 33-31-70 (01/08/13)01/18/18 33-11-12 PVC Pressure PipeVinyltech PVC PipeAWWA C900, AWWA C605, ASTM D17844"-12"3/19/2018 33 11 12 PVC Pressure PipePipelife Jet StreamDR14AWWA C9004"-12"3/19/2018 33 11 12 PVC Pressure PipePipelife Jet StreamDR18AWWA C90016"-24"5/25/2018 33 11 12 PVC Pressure PipeDiamond Plastics CorporationDR 14AWWA C9004"-12"5/25/2018 33 11 12 PVC Pressure PipeDiamond Plastics CorporationTrans 21, DR 14, DR 18AWWA C90016"-24"12/6/2018 33 11 12 PVC Pressure PipeJ-M Manifacturing Co., Inc d/b/a JM EagleDR 14"Blue Brute"AWWA C900-16UL 1285ANSI/NSF 61FM 16124"-12"12/6/2018 33 11 12 PVC Pressure PipeJ-M Manifacturing Co., Inc d/b/a JM EagleDR 18"Blue Brute"AWWA C900-16UL 1285ANSI/NSF 61FM 161216"-24"9/6/2019 33 11 12 PVC Pressure PipeUnderground Solutions Inc.DR14 Fusible PVCAWWA C9004" - 8"9/6/2019 33 11 12 PVC Pressure PipeNAPCODR18AWWA C90016" - 24"9/6/2019 33 11 12 PVC Pressure PipeNAPCODR14AWWA C9004"- 12"9/6/2019 33 11 12 PVC Pressure PipeSanderson Pipe Corp.DR14AWWA C9004"- 12"* From Original Standard Products ListClick to Return to the Table of Content30Updated: 10/21/2020
Approval Spec No. ClasssificationManufacturerModel No.National SpecSizeCITY OF FORT WORTHWATER DEPARTMENT STANDARD PRODUCT LISTNote: All water or sewer pipe larger than 15 inch diameter shall be approved for use by the Water Department on a project specific basis. Special bedding may be required for some pipes.Water - Pipes/Valves & Fittings/Ductile Iron Fittings 33-11-11 (01/08/13)07/23/92E1-07 Ductile Iron FittingsStar Pipe Products, Inc.Mechanical Joint FittingsAWWA C153 & C110*E1-07 Ductile Iron FittingsGriffin Pipe Products, Co.Mechanical Joint FittingsAWWA C 110*E1-07 Ductile Iron FittingsMcWane/Tyler Pipe/ Union Utilities DivisionMechanical Joint Fittings, SSB Class 350AWWA C 153, C 110, C 11108/11/98E1-07 Ductile Iron FittingsSigma, Co.Mechanical Joint Fittings, SSB Class 351AWWA C 153, C 110, C 11202/26/14E1-07 MJ FittingsAccucastClass 350 C-153 MJ FittingsAWWA C1534"-12"05/14/98E1-07 Ductile Iron Joint RestraintsFord Meter Box Co./Uni-FlangeUni-Flange Series 1400 AWWA C111/C1534" to 36"05/14/98E1-24 PVC Joint RestraintsFord Meter Box Co./Uni-FlangeUni-Flange Series 1500 Circle-LockAWWA C111/C1534" to 24" 11/09/04E1-07 Ductile Iron Joint RestraintsOne Bolt, Inc.One Bolt Restrained Joint FittingAWWA C111/C116/C1534" to 12"02/29/12 33-11-11 Ductile Iron Pipe Mechanical Joint RestraintEBAA Iron, Inc.Megalug Series 1100 (for DI Pipe)AWWA C111/C116/C1534" to 42"02/29/12 33-11-11 PVC Pipe Mechanical Joint RestraintEBAA Iron, Inc.Megalug Series 2000 (for PVC Pipe)AWWA C111/C116/C1534" to 24"08/05/04E1-07 Mechanical Joint Retainer Glands(PVC)Sigma, Co.Sigma One-Lok SLC4 - SLC10AWWA C111/C1534" to 10"03/06/19 33-11-11 Mechanical Joint Retainer Glands(PVC)Sigma, Co.Sigma One-Lok SLCS4 - SLCS12AWWA C111/C1534" to 12"08/05/04E1-07 Mechanical Joint Retainer Glands(PVC)Sigma, Co.Sigma One-Lok SLCEAWWA C111/C15312" to 24"08/10/98E1-07 MJ Fittings(DIP)Sigma, Co.Sigma One-Lok SLDEAWWA C1534" - 24"10/12/10E1-24 Interior Restrained Joint SystemS & B Techncial ProductsBulldog System ( Diamond Lok 21 & JM Eagle ASTM F-16244" to 12"08/16/06E1-07 Mechanical Joint FittingsSIP Industries(Serampore)Mechanical Joint FittingsAWWA C1534" to 24"11/07/16 33-11-11 Mechanical Joint Retainer GlandsStar Pipe Products, Inc.PVC Stargrip Series 4000ASTM A536 AWWA C11111/07/16 33-11-11 Mechanical Joint Retainer GlandsStar Pipe Products, Inc.DIP Stargrip Series 3000ASTM A536 AWWA C11103/19/18 33-11-11 Mechanical Joint Retainer GlandsSIP Industries(Serampore)EZ Grip Joint Restraint (EZD) Black For DIPASTM A536 AWWA C1113"-48"03/19/18 33-11-11 Mechanical Joint Retainer GlandsSIP Industries(Serampore)EZ Grip Joint Restraint (EZD) Red for C900 DR14 PVC PipeASTM A536 AWWA C1114"-12"03/19/18 33-11-11 Mechanical Joint Retainer GlandsSIP Industries(Serampore)EZ Grip Joint Restraint (EZD) Red for C900 DR18 PVC PipeASTM A536 AWWA C11116"-24"* From Original Standard Products ListClick to Return to the Table of Content31Updated: 10/21/2020
Approval Spec No. ClasssificationManufacturerModel No.National SpecSizeCITY OF FORT WORTHWATER DEPARTMENT STANDARD PRODUCT LISTNote: All water or sewer pipe larger than 15 inch diameter shall be approved for use by the Water Department on a project specific basis. Special bedding may be required for some pipes.Water - Pipes/Valves & Fittings/Resilient Seated Gate Valve* 33-12-20 (05/13/15)Resilient Wedged Gate Valve w/no GearsAmerican Flow ControlSeries 2500 Drawing # 94-2024716"12/13/02Resilient Wedge Gate ValveAmerican Flow ControlSeries 2530 and Series 2536AWWA C51530" and 36"08/31/99Resilient Wedge Gate ValveAmerican Flow ControlSeries 2520 & 2524 (SD 94-20255)AWWA C51520" and 24"05/18/99Resilient Wedge Gate ValveAmerican Flow ControlSeries 2516 (SD 94-20247)AWWA C51516"10/24/00E1-26 Resilient Wedge Gate ValveAmerican Flow ControlSeries 2500 (Ductile Iron)AWWA C5154" to 12"08/05/04Resilient Wedge Gate ValveAmerican Flow Control42" and 48" AFC 2500AWWA C51542" and 48"05/23/91E1-26 Resilient Wedge Gate ValveAmerican AVK CompanyAmerican AVK Resilient Seaded GVAWWA C5094" to 12"01/24/02E1-26 Resilient Wedge Gate ValveAmerican AVK Company20" and smaller*E1-26 Resilient Seated Gate ValveKennedy4" - 12"*E1-26 Resilient Seated Gate ValveM&H4" - 12"*E1-26 Resilient Seated Gate ValveMueller Co.4" - 12"11/08/99Resilient Wedge Gate Valve Mueller Co.Series A2361 (SD 6647)AWWA C51516"01/23/03Resilient Wedge Gate ValveMueller Co.Series A2360 for 18"-24" (SD 6709)AWWA C51524" and smaller05/13/05Resilient Wedge Gate ValveMueller Co.Mueller 30" & 36", C-515AWWA C51530" and 36"01/31/06Resilient Wedge Gate ValveMueller Co.Mueller 42" & 48", C-515AWWA C51542" and 48"01/28/88E1-26 Resilient Wedge Gate ValveClow Valve Co.AWWA C5094" - 12"10/04/94Resilient Wedge Gate ValveClow Valve Co.16" RS GV (SD D-20995)AWWA C51516"11/08/99E1-26 Resilient Wedge Gate ValveClow Valve Co.Clow RW Valve (SD D-21652)AWWA C51524" and smaller11/29/04Resilient Wedge Gate Valve Clow Valve Co.Clow 30" & 36" C-515AWWA C51530" and 36" (Note 3)11/30/12Resilient Wedge Gate ValveClow Valve Co.Clow Valve Model 2638AWWA C51524" to 48" (Note 3)05/08/91E1-26 Resilient Seated Gate ValveStockham Valves & FittingsAWWA C 509, ANSI 420 - stem, ASTM A 276 Type 304 - Bolts & nuts4" - 12"*E1-26 Resilient Seated Gate ValveU.S. Pipe and Foundry Co.Metroseal 250, requirements SPL #743" to 16"10/26/16 33-12-20 Resilient Seated Gate ValveEJ (East Jordan Iron Works)EJ FlowMaster Gate Valve & Boxes08/24/18Matco Gate Valve Matco-Norca225 MRAWWA/ANSI C115/An21.154" to 16"* From Original Standard Products ListClick to Return to the Table of Content32Updated: 10/21/2020
Approval Spec No. ClasssificationManufacturerModel No.National SpecSizeCITY OF FORT WORTHWATER DEPARTMENT STANDARD PRODUCT LISTNote: All water or sewer pipe larger than 15 inch diameter shall be approved for use by the Water Department on a project specific basis. Special bedding may be required for some pipes.Water - Pipes/Valves & Fittings/Rubber Seated Butterfly Valve 33-12-21 (07/10/14)*E1-30 Rubber Seated Butterfly ValveHenry Pratt Co.AWWA C-50424"*E1-30 Rubber Seated Butterfly ValveMueller Co.AWWA C-50424"and smaller1/11/99E1-30 Rubber Seated Butterfly ValveDezurik Valves Co.AWWA C-50424" and larger06/12/03E1-30 Valmatic American Butterfly ValveValmatic Valve and Manufacturing Corp. Valmatic American Butterfly Valve.AWWA C-504Up to 84" diameter04/06/07E1-30 Rubber Seated Butterfly ValveM&H ValveM&H Style 4500 & 1450 AWWA C-50424" to 48"03/19/18 33 12 21 Rubber Seated Butterfly ValveG. A. Industries (Golden Anderson)AWWA C504 Butterfly ValveAWWA C-50430"-54"* From Original Standard Products ListClick to Return to the Table of Content33Updated: 10/21/2020
Approval Spec No. ClasssificationManufacturerModel No.National SpecSizeCITY OF FORT WORTHWATER DEPARTMENT STANDARD PRODUCT LISTNote: All water or sewer pipe larger than 15 inch diameter shall be approved for use by the Water Department on a project specific basis. Special bedding may be required for some pipes.Water - Polyethylene Encasement 33-11-10 (01/08/13)05/12/05E1-13 Polyethylene EncasmentFlexsol PackagingFulton Enterprises AWWA C1058 mil LLD05/12/05E1-13 Polyethylene EncasmentMountain States Plastics (MSP) and AEP Ind.Standard HardwareAWWA C1058 mil LLD05/12/05E1-13 Polyethylene EncasmentAEP IndustriesBullstrong by Cowtown Bolt & GasketAWWA C1058 mil LLD09/06/19 33-11-11 Polyethylene EncasmentNorthtown Products Inc. PE Encasement fro DIPAWWA C1058 mil LLD* From Original Standard Products ListClick to Return to the Table of Content34Updated: 10/21/2020
Approval Spec No. ClasssificationManufacturerModel No.National SpecSizeCITY OF FORT WORTHWATER DEPARTMENT STANDARD PRODUCT LISTNote: All water or sewer pipe larger than 15 inch diameter shall be approved for use by the Water Department on a project specific basis. Special bedding may be required for some pipes.Water - Sampling Station3/12/96Water Sampling StationWater PlusB20 Water Sampling Station* From Original Standard Products ListClick to Return to the Table of Content35Updated: 10/21/2020
Approval Spec No. ClasssificationManufacturerModel No.National SpecSizeCITY OF FORT WORTHWATER DEPARTMENT STANDARD PRODUCT LISTNote: All water or sewer pipe larger than 15 inch diameter shall be approved for use by the Water Department on a project specific basis. Special bedding may be required for some pipes.Water - Automatic Flusher10/21/20Automated Flushing SystemMueller HydroguardHG6-A-IN-2-BRN-LPRR(Portable) HG2-A-IN--2-PVC-018-LPLG(Permanent)* From Original Standard Products ListClick to Return to the Table of Content36Updated: 10/21/2020
Approval Spec No.Classsification Manufacturer Model No.National Spec Size
Storm Sewer - Manholes & Bases/Frames & Covers/Standard (Round) 33-05-13 (Rev 11/28/18)
9/28/2018 33 05 13 Manhole Frames and Covers AccuCast (Govind Steel Company, LTD)MHRC #220605 ASTM A48 AASHTO M306 **24" Dia
9/28/2018 33 05 13 Manhole Cover Neenah Foundry NF-1274-T91 ASTM A48 AASHTO M306 32" Dia
9/28/2018 33 05 13 Manhole Frames and Covers Neenah Foundry NF-1743-LM (Hinged)ASTM A48 AASHTO M306 32" Dia
9/28/2018 33 05 13 Manhole Frame Neenah Foundry NF-1930-30 ASTM A48 AASHTO M306 32.25" Dia
9/28/2018 33 05 13 Manhole Frames and Covers Neenah Foundry R-1743-HV ASTM A48 AASHTO M306 32" Dia
4/3/2019 33 05 13 Manhole Frames and Covers SIP Industries ++2279ST ASTM A48 AASHTO M306 **24" Dia
4/3/2019 33 05 13 Manhole Frames and Covers SIP Industries ++2280ST ASTM A48 AASHTO M306 32" Dia
++ Portions of this product is not made within the United States
CITY OF FORT WORTH
TRANSPORTATION & PUBLIC WORKS DEPARTMENT
STORMWATER MANAGEMENT DIVISION
STANDARD PRODUCT LIST
**Note: All new development and new installation mahnole 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.
Updated: 04/03/2019
* From Original Standard Products List Click to Return to the Table of Content 1