HomeMy WebLinkAboutContract 56924-PM1PROJECT MANUAL
FOR
THE CONSTRUCTION OF
ROSEMARY RIDGE PHASE 5
IPRC Record No. IPRC 21-0061
City Project No. 103293
FID No. 30114-0200431-103293-E07685
File No W-2780
File No. X-26967
Mattie Parker 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
2021
11/15/2021
Owner/Developer:
Lennar Homes of Texas Land and Construction, LTD.
1707 Market Place Blvd. #100
Irving, Texas 75063
214-577-1056
CSC No. 56924-PM1
00 00 00
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Page 1 of 8
CITY OF FORT WORTH Rosemary Ridge Phase 5
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS City Project No. 103293
Revised March 20, 2020
SECTION 00 00 10
TABLE OF CONTENTS
DEVELOPER AWARDED PROJECTS
Division 00 - General Conditions Last Revised
00 11 13 Invitation to Bidders 03/20/2020
00 21 13 Instructions to Bidders 03/20/2020
00 41 00 Bid Form 04/02/2014
00 42 43 Proposal Form Unit Price 05/22/2019
00 43 13 Bid Bond 04/02/2014
00 45 11 Bidders Prequalification’s 04/02/2014
00 45 12 Prequalification Statement 09/01/2015
00 45 13 Bidder Prequalification Application 03/09/2020
00 45 26 Contractor Compliance with Workers' Compensation Law 04/02/2014
00 45 40 Minority Business Enterprise Goal 08/21/2018
00 52 43 Agreement 06/16/2016
00 61 25 Certificate of Insurance 07/01/2011
00 62 13 Performance Bond 01/31/2012
00 62 14 Payment Bond 01/31/2012
00 62 19 Maintenance Bond 01/31/2012
00 72 00 General Conditions 11/15/2017
00 73 00 Supplementary Conditions 07/01/2011
00 73 10 Standard City Conditions of the Construction Contract for Developer
Awarded Projects 01/10/2013
Division 01 - General Requirements Last Revised
01 11 00 Summary of Work 12/20/2012
01 25 00 Substitution Procedures 08/30/2013
01 31 19 Preconstruction Meeting 08/30/2013
01 31 20 Project Meetings 07/01/2011
01 32 33 Preconstruction Video 08/30/2013
01 33 00 Submittals 08/30/2013
01 35 13 Special Project Procedures 08/30/2013
01 45 23 Testing and Inspection Services 03/20/2020
01 50 00 Temporary Facilities and Controls 07/01/2011
01 55 26 Street Use Permit and Modifications to Traffic Control 07/01/2011
01 57 13 Storm Water Pollution Prevention Plan 07/01/2011
01 60 00 Product Requirements 03/20/2020
01 66 00 Product Storage and Handling Requirements 04/07/2014
01 70 00 Mobilization and Remobilization 04/07/2014
01 71 23 Construction Staking 04/07/2014
01 74 23 Cleaning 04/07/2014
01 77 19 Closeout Requirements 04/07/2014
01 78 23 Operation and Maintenance Data 04/07/2014
01 78 39 Project Record Documents 04/07/2014
00 00 00
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Page 2 of 8
CITY OF FORT WORTH Rosemary Ridge Phase 5
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS City Project No. 103293
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 02 - Existing Conditions
Date
Modified
02 41 13 Selective Site Demolition NONE
02 41 14 Utility Removal/Abandonment NONE
02 41 15 Paving Removal NONE
Division 03 - Concrete
03 30 00 Cast-In-Place Concrete NONE
03 34 13 Controlled Low Strength Material (CLSM) NONE
03 34 16 Concrete Base Material for Trench Repair NONE
03 80 00 Modifications to Existing Concrete Structures NONE
Division 26 - Electrical
26 05 00 Common Work Results for Electrical NONE
26 05 10 Demolition for Electrical Systems NONE
26 05 33 Raceways and Boxes for Electrical Systems NONE
26 05 43 Underground Ducts and Raceways for Electrical Systems NONE
Division 31 - Earthwork
31 10 00 Site Clearing NONE
31 23 16 Unclassified Excavation NONE
31 23 23 Borrow NONE
31 24 00 Embankments NONE
31 25 00 Erosion and Sediment Control NONE
31 36 00 Gabions NONE
31 37 00 Riprap NONE
Division 32 - Exterior Improvements
32 01 17 Permanent Asphalt Paving Repair NONE
32 01 18 Temporary Asphalt Paving Repair NONE
32 01 29 Concrete Paving Repair NONE
32 11 23 Flexible Base Courses NONE
32 11 29 Lime Treated Base Courses NONE
32 11 33 Cement Treated Base Courses NONE
32 11 37 Liquid Treated Soil Stabilizer NONE
32 12 16 Asphalt Paving NONE
32 12 73 Asphalt Paving Crack Sealants NONE
32 13 13 Concrete Paving NONE
32 13 20 Concrete Sidewalks, Driveways and Barrier Free Ramps NONE
32 13 73 Concrete Paving Joint Sealants NONE
32 14 16 Brick Unit Paving NONE
32 16 13 Concrete Curb and Gutters and Valley Gutters NONE
32 17 23 Pavement Markings NONE
32 17 25 Curb Address Painting NONE
32 31 13 Chain Fences and Gates NONE
32 31 26 Wire Fences and Gates NONE
00 00 00
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Page 3 of 8
CITY OF FORT WORTH Rosemary Ridge Phase 5
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS City Project No. 103293
Revised March 20, 2020
32 31 29 Wood Fences and Gates NONE
32 32 13 Cast-in-Place Concrete Retaining Walls NONE
32 91 19 Topsoil Placement and Finishing of Parkways NONE
32 92 13 Hydro-Mulching, Seeding, and Sodding NONE
32 93 43 Trees and Shrubs NONE
Division 33 - Utilities
33 01 30 Sewer and Manhole Testing NONE
33 01 31 Closed Circuit Television (CCTV) Inspection NONE
33 03 10 Bypass Pumping of Existing Sewer Systems NONE
33 04 10 Joint Bonding and Electrical Isolation NONE
33 04 11 Corrosion Control Test Stations NONE
33 04 12 Magnesium Anode Cathodic Protection System NONE
33 04 30 Temporary Water Services NONE
33 04 40 Cleaning and Acceptance Testing of Water Mains NONE
33 04 50 Cleaning of Sewer Mains NONE
33 05 10 Utility Trench Excavation, Embedment, and Backfill NONE
33 05 12 Water Line Lowering NONE
33 05 13 Frame, Cover and Grade Rings - Cast Iron NONE
33 05 13.10 Frame, Cover and Grade Rings - Composite NONE
33 05 14 Adjusting Manholes, Inlets, Valve Boxes, and Other Structures to
Grade NONE
33 05 16 Concrete Water Vaults NONE
33 05 17 Concrete Collars NONE
33 05 20 Auger Boring NONE
33 05 21 Tunnel Liner Plate NONE
33 05 22 Steel Casing Pipe NONE
33 05 23 Hand Tunneling NONE
33 05 24 Installation of Carrier Pipe in Casing or Tunnel Liner Plate NONE
33 05 26 Utility Markers/Locators NONE
33 05 30 Location of Existing Utilities NONE
33 11 05 Bolts, Nuts, and Gaskets NONE
33 11 10 Ductile Iron Pipe NONE
33 11 11 Ductile Iron Fittings NONE
33 11 12 Polyvinyl Chloride (PVC) Pressure Pipe NONE
33 11 13 Concrete Pressure Pipe, Bar-Wrapped, Steel Cylinder Type NONE
33 11 14 Buried Steel Pipe and Fittings NONE
33 11 15 Pre-Stressed Concrete Cylinder Pipe NONE
33 12 10 Water Services 1-inch to 2-inch NONE
33 12 11 Large Water Meters NONE
33 12 20 Resilient Seated Gate Valve NONE
33 12 21 AWWA Rubber-Seated Butterfly Valves NONE
33 12 25 Connection to Existing Water Mains NONE
33 12 30 Combination Air Valve Assemblies for Potable Water Systems NONE
33 12 40 Fire Hydrants NONE
33 12 50 Water Sample Stations NONE
33 12 60 Standard Blow-off Valve Assembly NONE
33 31 12 Cured in Place Pipe (CIPP) NONE
33 31 13 Fiberglass Reinforced Pipe for Gravity Sanitary Sewers NONE
00 00 00
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Page 4 of 8
CITY OF FORT WORTH Rosemary Ridge Phase 5
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS City Project No. 103293
Revised March 20, 2020
33 31 15 High Density Polyethylene (HDPE) Pipe for Sanitary Sewer NONE
33 31 20 Polyvinyl Chloride (PVC) Gravity Sanitary Sewer Pipe NONE
33 31 21 Polyvinyl Chloride (PVC) Closed Profile Gravity Sanitary Sewer
Pipe NONE
33 31 22 Sanitary Sewer Slip Lining NONE
33 31 23 Sanitary Sewer Pipe Enlargement NONE
33 31 50 Sanitary Sewer Service Connections and Service Line NONE
33 31 70 Combination Air Valve for Sanitary Sewer Force Mains NONE
33 39 10 Cast-in-Place Concrete Manholes NONE
33 39 20 Precast Concrete Manholes NONE
33 39 30 Fiberglass Manholes NONE
33 39 40 Wastewater Access Chamber (WAC) NONE
33 39 60 Epoxy Liners for Sanitary Sewer Structures NONE
33 41 10 Reinforced Concrete Storm Sewer Pipe/Culverts NONE
33 41 11 High Density Polyethylene (HDPE) Pipe for Storm Drain NONE
33 41 12 Reinforced Polyethlene (SRPE) Pipe NONE
33 46 00 Subdrainage NONE
33 46 01 Slotted Storm Drains NONE
33 46 02 Trench Drains NONE
33 49 10 Cast-in-Place Manholes and Junction Boxes NONE
33 49 20 Curb and Drop Inlets NONE
33 49 40 Storm Drainage Headwalls and Wingwalls NONE
Division 34 - Transportation
34 41 10 Traffic Signals NONE
34 41 10.01 Attachment A – Controller Cabinet NONE
34 41 10.02 Attachment B – Controller Specification NONE
34 41 10.03 Attachment C – Software Specification NONE
34 41 11 Temporary Traffic Signals NONE
34 41 13 Removing Traffic Signals NONE
34 41 15 Rectangular Rapid Flashing Beacon NONE
34 41 16 Pedestrian Hybrid Signal NONE
34 41 20 Roadway Illumination Assemblies NONE
34 41 20.01 Arterial LED Roadway Luminaires NONE
34 41 20.02 Freeway LED Roadway Luminaires NONE
34 41 20.03 Residential LED Roadway Luminaires NONE
34 41 30 Aluminum Signs NONE
34 71 13 Traffic Control NONE
00 00 00
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Page 5 of 8
CITY OF FORT WORTH Rosemary Ridge Phase 5
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS City Project No. 103293
Revised March 20, 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
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
00 00 00
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Page 6 of 8
CITY OF FORT WORTH Rosemary Ridge Phase 5
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS City Project No. 103293
Revised March 20, 2020
32 17 25 Curb Address Painting 11/04/2013
32 31 13 Chain Fences and Gates 12/20/2012
32 31 26 Wire Fences and Gates 12/20/2012
32 31 29 Wood Fences and Gates 12/20/2012
32 32 13 Cast in Place Concrete Retaining Walls 06/05/2018
32 91 19 Topsoil Placement and Finishing of Parkways 12/20/2012
32 92 13 Hydro-Mulching, Seeding, and Sodding 12/20/2012
32 93 43 Trees and Shrubs 12/20/2012
Division 33 - Utilities
33 01 30 Sewer and Manhole Testing 12/20/2012
33 01 31 Closed Circuit Television (CCTV) Inspection 03/03/2016
33 03 10 Bypass Pumping of Existing Sewer Systems 12/20/2012
33 04 10 Joint Bonding and Electrical Isolation 12/20/2012
33 04 11 Corrosion Control Test Stations 12/20/2012
33 04 12 Magnesium Anode Cathodic Protection System 12/20/2012
33 04 30 Temporary Water Services 07/01/2011
33 04 40 Cleaning and Acceptance Testing of Water Mains 02/06/2013
33 04 50 Cleaning of Sewer Mains 12/20/2012
33 05 10 Utility Trench Excavation, Embedment, and Backfill 12/12/2016
33 05 12 Water Line Lowering 12/20/2012
33 05 13 Frame, Cover and Grade Rings – Cast Iron 01/22/2016
33 05 13.10 Frame, Cover and Grade Rings – Composite 01/22/2016
33 05 14 Adjusting Manholes, Inlets, Valve Boxes, and Other Structures to
Grade 12/20/2012
33 05 16 Concrete Water Vaults 12/20/2012
33 05 17 Concrete Collars 12/20/2012
33 05 20 Auger Boring 12/20/2012
33 05 21 Tunnel Liner Plate 12/20/2012
33 05 22 Steel Casing Pipe 12/20/2012
33 05 23 Hand Tunneling 12/20/2012
33 05 24 Installation of Carrier Pipe in Casing or Tunnel Liner Plate 06/19/2013
33 05 26 Utility Markers/Locators 12/20/2012
33 05 30 Location of Existing Utilities 12/20/2012
33 11 05 Bolts, Nuts, and Gaskets 12/20/2012
33 11 10 Ductile Iron Pipe 12/20/2012
33 11 11 Ductile Iron Fittings 12/20/2012
33 11 12 Polyvinyl Chloride (PVC) Pressure Pipe 11/16/2018
33 11 13 Concrete Pressure Pipe, Bar Wrapped, Steel Cylinder Type 12/20/2012
33 11 14 Buried Steel Pipe and Fittings 12/20/2012
33 12 10 Water Services 1-inch to 2-inch 02/14/2017
33 12 11 Large Water Meters 12/20/2012
33 12 20 Resilient Seated Gate Valve 12/20/2012
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
00 00 00
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Page 7 of 8
CITY OF FORT WORTH Rosemary Ridge Phase 5
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS City Project No. 103293
Revised March 20, 2020
33 31 12 Cured in Place Pipe (CIPP) 12/20/2012
33 31 13 Fiberglass Reinforced Pipe for Gravity Sanitary Sewers 12/20/2012
33 31 15 High Density Polyethylene (HDPE) Pipe for Sanitary Sewer 12/20/2012
33 31 20 Polyvinyl Chloride (PVC) Gravity Sanitary Sewer Pipe 06/19/2013
33 31 21 Polyvinyl Chloride (PVC) Closed Profile Gravity Sanitary Sewer
Pipe 12/20/2012
33 31 22 Sanitary Sewer Slip Lining 12/20/2012
33 31 23 Sanitary Sewer Pipe Enlargement 12/20/2012
33 31 50 Sanitary Sewer Service Connections and Service Line 04/26/2013
33 31 70 Combination Air Valve for Sanitary Sewer Force Mains 12/20/2012
33 39 10 Cast-in-Place Concrete Manholes 12/20/2012
33 39 20 Precast Concrete Manholes 12/20/2012
33 39 30 Fiberglass Manholes 12/20/2012
33 39 40 Wastewater Access Chamber (WAC) 12/20/2012
33 39 60 Epoxy Liners for Sanitary Sewer Structures 12/20/2012
33 41 10 Reinforced Concrete Storm Sewer Pipe/Culverts 07/01/2011
33 41 11 High Density Polyethylene (HDPE) Pipe for Storm Drain 12/20/2012
33 41 12 Reinforced Polyethlene (SRPE) Pipe 11/13/2015
33 46 00 Subdrainage 12/20/2012
33 46 01 Slotted Storm Drains 07/01/2011
33 46 02 Trench Drains 07/01/2011
33 49 10 Cast-in-Place Manholes and Junction Boxes 12/20/2012
33 49 20 Curb and Drop Inlets 12/20/2012
33 49 40 Storm Drainage Headwalls and Wingwalls 07/01/2011
Division 34 - Transportation
34 41 10 Traffic Signals 10/12/2015
34 41 10.01 Attachment A Controller Cabinet 12/18/2015
34 41 10.02 Attachment B Controller Specification 02/2012
34 41 10.03 Attachment C Software Specification 01/2012
34 41 11 Temporary Traffic Signals 11/22/2013
34 41 13 Removing Traffic Signals 12/20/2012
34 41 15 Rectangular Rapid Flashing Beacon 11/22/2013
34 41 16 Pedestrian Hybrid Signal 11/22/2013
34 41 20 Roadway Illumination Assemblies 12/20/2012
34 41 20.01 Arterial LED Roadway Luminaires 06/15/2015
34 41 20.02 Freeway LED Roadway Luminaires 06/15/2015
34 41 20.03 Residential LED Roadway Luminaires 06/15/2015
34 41 30 Aluminum Signs 11/12/2013
34 41 50 Single Mode Fiber Optic Cable 02/26/2016
34 71 13 Traffic Control 11/22/2013
00 00 00
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Page 8 of 8
CITY OF FORT WORTH Rosemary Ridge Phase 5
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS City Project No. 103293
Revised March 20, 2020
Appendix
GC-4.02 Subsurface and Physical Conditions
GC 4.04 Underground Facilities
GC 6.09 Permits and Utilities
GC 6.24 Nondiscrimination
GR-01 60 00 Product Requirements
END OF SECTION
CC� Cy' i3
�AP -Hta FN�'Er:� n�
Pr}c I o� 2
cr� r cu�� a�cua�� •uoK�ni
. Ak��.auvccnti-r�+�.r-i�;��wti�r,:i�r;�7xwo[�."u��hn's_nEverx;r-�nwnar,anranm��r�
R�-:n+1..,.i:a�M.y ]7.2.110
Oa 1243 BN Pmpcwl_UAP RaemryRilge F"a.5
u752d3
�AP. HID PPJ]POSti.
wc� a �r2
Thia Bid is subrnitted bythe entily named halow:
616�ER:
C'nn e tsc r Cn ns t ructia n Tc, LP
Si27 H'ickit$ Stee!
F�rt LYortl�, T]K 76119
Contractor apreas Lo oompiete WW�O]RV{ for Fi NqL ACCEPTANCE withln
CONTRACT cammancps to run as provided in the Generel Conditions.
EN� dF SECTIQN
['I'[Y nF ��.T WOF1ii
STi�Nf�ARC� C[]N517i1J1:110�! 5]'Fti0'[CATiOH DOCIRaff.NjS • OQ VEi[A�wE A W ARnf-.n FFn'F)C"1'&
Fxm V�wr,ri M� iF, 1��1s
6Y:
TITLE:
DATE:
B1'ack Huggina
Pr�psl� '
720 working day! aftorthQ dil�wh�11lho
p] 62 d � Rid Proymol iAP RoawnrJ Ii.Jy,.:!'h 5
�aas:z
7?ApPR�QUAL7P1G1Tipti 57r7'I'EM1fY.N�F
i�ge l oF 1
0����i\ Q� �� �ir
DAP—PREQUALIFICATiQN Sr('i1.'I�IVIENT
Each l3idder is required to comple�e the inf�,rmation beiow $y identif�+ing the prequalified cnntractors
andlor su�ontract�rs whvin tl�ey intend tv utiliae fnr thc majvr work type{s) listed. Inthe "Maio�' Wark
T�e" box rv�ide tlie Gvm lete ma'ar work t� c: and actual descri tion as ro�ide�d b� the Water
JJL�•artment f4r wat.� and sewer and TPW for p��i u.
Major Wark Type Contractorl5�nbcantractor Company l�ame Prequal'�ication
Ex iration llate
Water New De�eloprnent Conatser Canstruction Tx, I.P
1�/3i �2z
iNasteuvater New Development Canatser Construction Tx, LF
� p�.3! � Z�.
5tarm Drain New De�elopment C�nats�r Construction Tx, L,P
i/3�z3
Concre#e Payem�cnt Construction CanaLser Construction Tx, LP
i �� f�.3
Street Lights C.�natser Gvnstru�tzon Tx, LF
f J 7 � �.�-
'Ihe undersigncd he�-eby certif es that the contractars andlar subcontractors described in the table abdve
are currently prcquali�ed for the work types listed.
BIDDER:
�onatsc� Ca�struc#ion Tx, LP
53�7 Wichita Street
For�t VVorth, 7`X 76119
BY: Br�ck Huggins
�
{.S.cr�-
ignature)
TITL.E: President
DATE;
E�n vk' SECTIUN
CINOFFORT W6arti
5Tn nl on Ro [qN 57 RLICTI ON � RE QL1R � F I CNTIO N STATEM ENT — OEYELUPER AWARDEp PA171 ECTS W 45 12 PI'!� W IffidUpp StptEryKllt 2(135 �A P.dopi
Frnm Version Scpternber 1, 7A15
0o as a6 - i
CONi�RAC"f 4H C'UMYL:AIVC�; WI'I'H WQHKEA'S C4MPENSATIONL�AW
Page t vf ]
2
4
S
5
7
$
9
14
ll
12
13
14
15
t6
17
18
19
aa
zi
2�
23
24
25
SECTI�N UO 45 25
CQNTRACTOR CONi�LIANCE WITH WORK.ER'S COMPENSATI��V LAW
Pursuant to Texas L.abor Code 5ection 4�6.09d(a), as amended, Contractor certifies that it
pro�ides worker's �ompe2isatioii insurance co�erage for alI af its cmployees employed on City
PrajectNo. 1n3293 Contractar further ccrtifies that, puxsuant to "�'�xas Labor C:ode, 5ectifln
406.0�6(b}, as amended, it will prnvid� to City its sub�ntractvr's certificates of comp] iance wi#�
warker's cornpensation coverage.
CD�iTRACT�R:
Canatser Canstruction Tx. I,P
Covnpany
By: Brock Hu}:,�,�i ns _
(Piease Print]
,
5327 Wichita Street 5ignature:
Address
Fart Wart�, T�'��l l 9 'I'itle: President
CiiylStatel�ip (Please Print}
THF s��� v� �x�.s
COLTNTY �F T'AHRANT
�
0
2G BEF�RE V�, the undersigned authority, nn this day personally appeared
27 ��L �1,�C� � t p5 , known tn rnc ta �e the persan ��hase naine is
2$ subscribed to the f oing instrument, and acknowled�cd Eo r�se that helshe executed the same as
29 the a�t and deed af ���Sj����� _ forthc purpases and
3a ovns�deration therein expressed and in the �apacity thcrcin stated.
31
32 G VEI�} CTNDElZ MY H1�ND AND SEAL QF QFPICE this day of
33 tfl[�I�tY L . 2.U�
34
35
3b � -
37 KA�+iRA HO�RI�' Natary Public in a d i tate af Texas
v
� *�'Y" `o . $q�te of'Taaaf
3 8 : � • a bTotaY �
' * /�.�� OBIl5n�3
94�' p Wua+o �
�11�� �5�r i[313�1�16�-R
�g ��� N°'�'' r�vn vF s�cTr�N
40
C1TY QF FORT WQRl �i Rosemary Ridge Phase 5
STANDAFtI3 CON5"IHUC'I 101ti SY�{:IFICATJC3N Dt)Cl7i�iF.�ITS Crry Prnject Na_ l fJ3293
April Z, 2074
00 52 43 - 1
Developer Awarded Project Agreement
Page 1 of 4
CITY OF FORT WORTH Rosemary Ridge Phase 5
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS City Project No. 103293
Revised June 16, 2016
SECTION 00 52 43 1
AGREEMENT 2
3
THIS AGREEMENT, authorized on ____________is made by and between the Developer, 4
Lennar Homes of Texas Land & Construction, Ltd., authorized to do business in Texas 5
(“Developer”), and Conatser Construction Tx, LP, authorized to do business in Texas, acting by 6
and through its duly authorized representative, (“Contractor ”). 7
Developer and Contractor, in consideration of the mutual covenants herein af ter set forth, agree as 8
follows: 9
Article 1. WORK 10
Contractor shall complete all Work as specified or indicated in the Contract Documents for the 11
Project identified herein. 12
Article 2. PROJECT 13
The project for which the Work under the Contract Documents may be the whole or only a part is 14
generally described as follows: 15
Rosemary Ridge Phase 5 16
City Project No 103293 17
Article 3. CONTRACT TIME 18
3.1 Time is of the essence. 19
All time limits for Milestones, if any, and Final Acceptance as stated in the Contract 20
Documents are of the essence to this Contract. Total working days for this contract are 1 6 0 21
days. 22
3.2 Final Acceptance. 23
The Work will be complete for Final Acceptance within 120 working days the date when 24
the Contract Time commences to run as provided in Paragraph 12.04 of the Standard City 25
Conditions of the Construction Contract for Developer Awarded Projects. 26
3.3 Liquidated damages 27
Contractor recognizes that time is of the essence of this Agreement and that Developer 28
will suffer financial loss if the Work is not completed within the times specified in 29
Paragraph 3.2 above, plus any extension thereof allowed in accordance with Article 1 0 of 30
the Standard City Conditions of the Construction Contract for Developer Awarded 31
Projects. The Contractor also recognizes the delays, expense and difficulties involved in 32
proving in a legal proceeding the actual loss suffered by the Developer if the Work is not 33
completed on time. Accordingly, instead of requiring any such proof , Contractor agrees 34
that as liquidated damages for delay (but not as a penalty), Contractor shall pay 35
Developer Five Hundred Dollars ($500.00) for each day that expires after the time 36
specified in Paragraph 3.2 for Final Acceptance until the City issues the Final Letter of 37
Acceptance. 38
1/11/2022
00 52 43 - 2
Developer Awarded Project Agreement
Page 2 of 4
CITY OF FORT WORTH Rosemary Ridge Phase 5
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS City Project No. 103293
Revised June 16, 2016
Article 4. CONTRACT PRICE 39
Developer agrees to pay Contractor for performance of the Work in accordance with the Contract 40
Documents an amount in current funds of six hundred fifty-five thousand, six hundred fourteen 41
00/100 Dollars ($655,614.00). 42
Article 5. CONTRACT DOCUMENTS 43
5.1 CONTENTS: 44
A. The Contract Documents which comprise the entire agreement between Developer and 45
Contractor concerning the Work consist of the following: 46
1. This Agreement. 47
2. Attachments to this Agreement: 48
a. Bid Form (As provided by Developer ) 49
1) Proposal Form (DAP Version) 50
2) Prequalification Statement 51
3) State and Federal documents (project specific) 52
b. Insurance ACORD Form(s) 53
c. Payment Bond (DAP Version) 54
d. Performance Bond (DAP Version) 55
e. Maintenance Bond (DAP Ver sion) 56
f. Power of Attorney for the Bonds 57
g. Worker’s Compensation Affidavit 58
h. MBE and/or SBE Commitment Form (If required) 59
3. Standard City General Conditions of the Construction Contract for Developer 60
Awarded Projects. 61
4. Supplementary Conditions. 62
5. Specifications specifically made a part of the Contract Documents by attachment 63
or, if not attached, as incorporated by reference and described in the Table of 64
Contents of the Project’s Contract Documents. 65
6. Drawings. 66
7. Addenda. 67
8. Documentation submitted by Contractor prior to Notice of Award. 68
9. The following which may be deli vered or issued after the Effective Date of the 69
Agreement and, if issued, become an incorporated part of the Contract Documents: 70
a. Notice to Proceed. 71
b. Field Orders. 72
c. Change Orders. 73
d. Letter of Final Acceptance. 74
75
76
00 52 43 - 3
Developer Awarded Project Agreement
Page 3 of 4
CITY OF FORT WORTH Rosemary Ridge Phase 5
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS City Project No. 103293
Revised June 16, 2016
Article 6. INDEMNIFICATION 77
6.1 Contractor covenants and agrees to indemnify, hold harmless and defend, at its own 78
expense, the city, its officers, servants and employees, from and against any and a ll 79
claims arising out of, or alleged to arise out of, the work and services to be performed 80
by the contractor, i ts officers, agents, employees, subcontractors, licenses or invitees 81
under this contract. This indemnification provision is specifically intended t o o per a te 82
and be effective even if it is alleged or proven that all or some of the damages being 83
sought were caused, in whole or in part, by any act, omission or negligence of the city . 84
This indemnity provision is intended to include, without limitation , indemnity for 85
costs, expenses and legal fees incurred by th e city in defending against such claims and 86
causes of actions. 87
88
6.2 Contractor covenants and agrees to indemnify and hold harmless, at its own expense, 89
the city, its officers, servants and emplo yees, from and against any an d all loss, damage 90
or destruction of property of the city, arising out of, or alleged to arise out of, the work 91
and services to be performed by the contractor, its officers, agents, employees, 92
subcontractors, licensees or invit ees under this contract. This indemnification 93
provision is specifically intended to operate and be effective ev en if it is alleged or 94
proven that all or some of the damages being sought were caused, in whole or in part, 95
by any act, omission or negligence of the city. 96
97
Article 7. MISCELLANEOUS 98
7.1 Terms. 99
Terms used in this Agreement are defined in Article 1 of the Standard City Conditions of 100
the Construction Contract for Developer Awarded Projects. 101
7.2 Assignment of Contract. 102
This Agreement, including all o f the Contract Documents may not be assigned by the 103
Contractor without the advanced express written consent of the Developer . 104
7.3 Successors and Assigns. 105
Developer and Contractor each binds itself, its partners, successors, assigns and legal 106
representatives to the other party hereto, in respect to all covenants, agr eements and 107
obligations contained in the Contract Documents. 108
7.4 Severability. 109
Any provision or part of the Contract Documents held to be unconstitutional, void or 110
unenforceable by a court of competent jur isdiction shall be deemed stricken, and all 111
remaining provisions shall continue to be valid and bindin g upon DEVELOPER and 112
CONTRACTOR. 113
7.5 Governing Law and Venue. 114
This Agreement, including all of the Contract Documents is performable in the Stat e of 115
Texas. Venue shall be Tarrant County, Texas, or the Unit ed States District Court for the 116
Northern District of Texas, Fort Worth Division. 117
�ocuSign Envelope I�: A56D7d14-102F�7DA-B054-1 D65�A�A91F3
dD 52 43 - 4
Dnvdo�xx Awar�od Projca rl�nrnt
Page 4 af 4
ii�
119 7,6 Authority tn Sig-n_
iaa
121
12�
123
124
125
126
1�7
l28
Contra�tor sha11 attach evid�nce of authority w si�. Agreerr�ent, if ather than duly
authorized signatory af the Cnr�tractor.
I1V WITNESS V�HEREDF, De�eloper and Coatractar ha�+e executed this Agrr�ment in mu ltip]e
counterparts.
T'his Agreement is effective as of the last date signe�d �ry the Parties ("Eff�cti�E Date"}.
Cantractor: Develaper:
Conatscr C�nstruction Tx. LP Ler�nar Homes af T�xas �.and & Constriction. Ltd
DocuSFc�ed 6y:
i
^•r,,•�
+�Y• I�.lV 41�� B _�1�::.�z ���SL�/1
y� I,
( atureJ (Si�ia�ure}
Brock ��Iu��ins
[Printed Name)
.l ennifer Eller
(Printed Name)
Title: President
Tirtle: Autlaorized A�ea�t
14ddress: 5327 Wichita Street Address: 1707 Mark� Place Blvd, Suite 104
Cit�•IStatel�ip: �art Worth. Tcxas 76119 Cih'IStatelZip: Irvint�, Texas 75063 _�
111112fl22
Date
1111/2022
Date
CITY QP FQHT WORTI-� Rasemury RidgePkase 5
STANI]ARi} CQ'.�1STRUCTH}N SPECIFICATI�N DClCi]ML•'NTS - L]PVFI.[IPER AWARZIF.D PRQIECTS CiryProje�r No. 1D3293
Hcvisod Junc 14, 2[]1 fi
00 61 25 - 1
CERTIFICATE OF INSURANCE
Page 1 of 1
SECTION 00 61 25 1
CERTIFICATE OF INSURANCE 2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
END OF SECTION 23
CITY OF FORT WORTH Rosemary Ridge Ph. 5
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103293
Revised July 1, 2011
P�WER (}F R I'I URVEY
$]�.iiKLEY INSiJRA�'C:}: C'Ul'iPAl1Y
l'��I[11�1IltiCiTU�I, DELAtiI'.+�t�F;
1�'0. BI-7284j-el
NQTiCE: The warnir►gfaur�d e�sewhere in this Power afAttorney af%c�.s t}ie ��tlidity thezeof. P[ease re�•iew caxefully.
I�.�Olhf ALL �.iF,N T3V 'I'iiESE PFZESF:NTS, that BEILC{L�Y ItiSL'R.aI�CE C;C3l�YANY ([l�e �`�L"�7mpan}'"}, a corpnratinn duly
nrgani�ed and existir�� under thc la��s of the State c�f'i7claware, ha`,ing ils principal offiee in Creenwicla, L"I.', has macle, constituted
and �►ppointed, ana does hy° these prc�cnts make, constifute and appoint: l2ernrdn �: Revraa; 1]r�n �: C'arnell; Sapl�inie Hutrter;
RaGGi :'Vlorafes; iCedly �9. F�'Psabrooli; Tit�At McEwan; Jnslt�ea A. ,Saunrlers; or Trr►iie Petru�ek ajAnn 1�i.�k S�ruirc�s Suutfiwest,
Irec. af DaJlcr.�, TX its truc and larvfu] At�orncy-in-Fac�, ta si�n ils name as surety nnly as delineated below+ a�d w �x�cut�, scal,
acknnw�led�e znd deliver any �nd al� bonds and undez-takin�;s, ��°iih the ex�eption of Financial Guaranly InsUratzcc, protiiding that
nt� sin��c obligatinei shall exceed Fifiv :l�'iil�ic�n and Qf}IlUO L'.S. Dv�lars [[:.S.S5i},i}i}O,D40.UU), to th� sarnc �Ytcnt as i['such htmds
ktad been di�ly exeeuted arfd aek�towledged E�y the regulariy clected offiicers ❑f the Cnmpany at its principal office in thcir own
proper pers�ns.
This Pvwer af Attorney shall be constru�c� and cnforCed irl a�cordance with, and go�erned by, the laws of the State af Deluwa�'e,
wifhout �i��n� �#'F�Ct to thC prin�i��les of cotifl��ts af laws �he;rcot: This Power of Eltforney is �ranted purs��ant ta thc follav4�ing
resalutions which were duly and validly �d❑pted at a meeting of'tile 13aard of L}irectnrs af �he Cpmpan}° hcid nn lanuary° 25, 2010:
RE50LV'ED, that, wit�i respec� l❑ thc 5urety husiness .�ritten h}' Bcrkl�y Si�rety, t�e Chairman of th.e Board, Chi�f'
f;xzcuti�e �fticer, Pr�siden< <jr any Vice President oF th: Cam�am�; in canjunction with �he Secretary or any Assistant
SeGr��ary• arc herehy authoriz.ed tu execule po��•crs nf aitor�iey a«thoriiin� and qualifying th� attarney-in-fact narned �t�crcin
tv execute bonds, unc�crtaking;, reGognizances, o�• other sui•ct�ship nhligations on b�half' of the Cnmpam�, and t.o afFix ihe
co�porate scal at'the C;nnipany to potivcrs of attorney executed pursuant hcrcin; and said officers tnay remove any such
attarne; -in-fi�t and re�oke any power of attornc}° ],�revieusly �ranlcd; and further
I21:SULr''L�.D, that such pc��•er of attorriey ]imits the acts af thc�se named th�icin cc� the �onds, undercal�ir�gs, recagnixances,
or other stirefyship nhli�atians specific.al�y na�net3 thereir�, and fhey have no authori�y tv �ind the Cbrn�any exccpt in the
man��er arzd la thc cxtent therein stated; and f'urttier
RES[]LVED, that sue� pa�•er ❑f attnrney revokes all previaus powers issued on bek3aZf af the atforney-in-fact named; and
further
RES(7LVFD, that the signature uf any authorf2ed nfficer and thc seal �fthe Company ma� be affixcr� by fa�sirni�e tc� any
pnwer nf artor�le}' or ceriificntinn tilereof'authorizin� #hc cxccution and deli�•�.r�� of any hond_ Lindertaking, rccognizance, or
uiher surctyship ohli�ation nf tE�z C:ozxip�sn; ; and sueh signature anci seal zvhen so used shall ha� � Ili� samc I�rc� ar�ci effe�t 8S
thc3u�h man�al�y afIixed. I'he Campany may continue to usc fnr the purpases herein stated the facsimile signature of any
person nr person5 �•hn Ghafl has•e �een sucn of�icer or ni�icers o�the C:orri��ny, nntwithstanding Yhe fact lhat thcy may have
ceased tn bz sUcli at the time ��•hcn such instriimerxts st�a[I E�t �ssued.
FN Wi'1"N�SS ���, t3io Campazry has c�sed t$ese }xesu^nfs to be sigued 8ud atte�stdd by i#s appropria#c affi�ctzS and ifs
r.oTpoiafc seal he:eunto �xed this 2nd {iay o� June , 2024
�S N Ai�cst ' k3erk� ' Tnsura.nee Compa�aJ'
,�' �� •
t�� .�"� ���'' �� ,- �� ' � , .,!
� 5E'::ii a#ter
' � x . ederrnan 3c
� I715 . � 'C . .
._ E3fCCl3five Yce Presjc�eaf &,�'ecrCk7�y `, 5C � � IGSlG�i�i
�l.dY1fA�`
SFATE DF CU.�V1hECTICQT ]
) ss:
C4�Th'T'S� 4F �'A�RF,[�LU }
5wom t� be�orz rn,c, a I3otary Puhlie i� tfze 5tate af Canncctiout, t[�is and day of June , 2020 , by £�. S. Lecl�maan
and Jtffrey M. I�after w�o are swora to me �d be the Ea�ectative Vzca Presid Sccretary, and 5enior Vice PreSzdent,
respactive]y, ofBrrkIcy Insura�ce Cainpany_ �� �nqv Pu'� i� �� � ��
GDNN�C7iCUi
�tr r.ar� �f` ��P��B _ otazj• �ubfa�, Statc o� Co,�n�cu�i
C�RT'IF`�CATE
�, tb� uodcc�igncd, Assi.s�t SaGr�#ary of i3ERi�L.�'v IIL SLRZ.�2.`C;�. CC]��PANY, Dfl HEREBY CSR'I7F5C t�a# tbe fore.going is a
tru�, carrar.t �nd, camplate copy vf t�a D��'lal Pa�r of Attamey; t31at said Power oPAttarne�+ has not L�ec� re�aked ar rescinded
��-�}r$rr� a�ifF+arity of yhe Art�rney-i;�-F�ct set fo� ther�m, who exccu#EC3 the bL�nd oEr und�king ta which this �'�wet of
l����H�
tii'�eY��# he� is in full faree and e$ect a4 ofthis daie_
�,�� "�� �rt��t det' my �8nd And seal of the Ccsmpany, t�sis day uf
m��#�x��a� x
� i�x / �r
�`�AWAi`�' � ` _
Vinceut P. Ffl;te
IMP�RT�4NT NOTlCE
Ta obtain inform�t�r�h ❑r make a cvmpfa�nt:
You may �aFl B�rkley Sure�y ��oup, LL� and its affiliates by
te#e�han� fvr inf�rmat�vn ar to rnake a camp�ain�:
BERKLEY SURETY GRaUR, LL�
Please send ai} na�ic�s of �iaim on this �vnd to:
Berkiey Sur�ty Group, LLC
�86f � 768-3534
�'�2 Mount I�Cembl� Avenue, Suite 370N
Morrist�w�, NJ D736a
At'tn: Scar�#y Claims D��artme�#
Yo�r may �ontact #he Texas Department of lnsuranc� ta obtain
infvrmat�on an compani�sT toverages, rig�ts or cvm�alaints at;
1-$t1�-252-3439
You tnay write the Texas Department nf Insurancg:
P. C?. Bvx '� 49'1 ��
Austin, TK 7871��9104
Fax: {592] 4T�-'�T7�
''�11feh: h#t .11wvv�w.td�.state.tx.lis
E-ma,l: CvnsumerPrvtectian idi.state.#x.us
PREIVI�UM �R CLA1M D�SPt1TES:
�hould you ha�e a dispute conc�rning yaur prernium ar abnut a claim
y4u �hou[d contact gou�c ag�r�t �r Herkt�y 5�r�ty Group, LLC first. t#
tF�e di�pu#e i� not resaf�ed, you may conta�t the Texas a�partment Qf
Insurance.
AtTACH THlS NDT�CE TQ 1�aUR $ONp;
This na�ic� i� for informatian onty and do�s not be�vme a part or
Gnr�dition of the attach�d dvcumer�t and is given to cnmply with T�xas
fega� a�d reg�ia#ory requirem�r�ts.
00 62 13 - 1
PERFORMANCE BOND
Page 1 of 2
CITY OF FORT WORTH Rosemary Ridge Phase 5
S TANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS City Project No. 103293
Revised January 31, 2012
SECTION 00 62 13 1
PERFORMANCE BOND 2
3
THE STATE OF TEXAS § 4
§ KNOW ALL BY THESE PRESENTS: 5
COUNTY OF TARRANT § 6
That we, Conatser Construction Tx, LP________________________, known as 7
“Principal” herein and ____Berkley I nsur ance Company , a corporate 8
surety(sureties, if more than one) duly authorized to do business in the State of Texas, known as 9
“Surety” herein (whether one or more), are held and firmly bound unto the Developer, Lennar 10
Homes of Texas Land and Construction, LTD., authorized to do business in Texas (“Developer”) 11
and the City of Fort Worth, a Texas municipal corporation (“City”), in the penal sum of six 12
hundred fifty-five t housand, six hundred fourteen 00/100 Dollars ($655,614.00) lawful 13
money of the United States, to be paid in Fort Worth, Tarrant County, Texas for the payment of 14
which sum well and truly to be made jointly unto the Developer and the City as dual obligees, we 15
bind ourselves, our heir s, executors, administrators, successors and assigns, jointly and severally, 16
firmly by these presents. 17
WHEREAS, Developer and City have entered into an Agreement for the construction of 18
community facilities in the City of Fort Worth by and through a Community Facilities 19
Agreement, CFA Number 21-0151; and 20
WHEREAS, the Principal has entered into a certain written contract with the Developer awarded 21
the _____ day of ________________, 20___, which Contract is hereby referred to and made a 22
part hereof for all purposes as if fully set forth herein, to fur nish all materials, equipment labor 23
and other accessories defined by law, in the prosecution of the Work, including any Change 24
Orders, as provided for in said Contract desi gnated as Rosemary Ridge Phase 5. 25
NOW, THEREFORE, the condition of this obligation i s such that if the said Principal 26
shall faithfully perform it obligations under the Contract and shall in all respects duly and 27
faithfully perform the Work, including Change Orders, under the Contract, according to the plans, 28
specifications, and contract documents therein referred to, and as well during any period of 29
extension of the Contract that may be granted on the part of the Developer and/or City, then this 30
obligation shall be and become null and void, otherwise to remain in full force and effect. 31
11 January 22
U062l3-2
pFkF�Ri�lAfi('1 B{?ND
Fsge � t►1' �
t0
ii
t�
��
14
is
i�
17
]8
l9
2U
at
�a
��
24
25
2G
�7
�8
�9
3D
31
32
33
34
35
3£
37
3$
39
4D
A1
42
43
�4
45
4fi
�7
PR[]ViDED FURTHER,, t�at if any legal acti�n be �ie� 9n chis Bo�d, venue s�a11 iic ir►
Tarrant County, Texas nr the llnited Sia��s i3ist�ict Court far the I�orthcrn I]istri�t of Texas, �'ort
VVorth Division.
This bor�d �s made and exe�uted in compliancE with the pr��isions af CF�apt�t ��.53 a£ tl�e
Teac$s Government Code, as ar�e�ded, and al� liabilities on ttais bvnd shall be determir�e�i in
acr,,ardance with the grovisions af said statae.
� W�TNE5S WNERE�F, the I'rincipal and t1�e Se�rety have SIGNEDand SEAL.ED
this instru�nent by duly authorize� ag�nts and off��ers on this the 11 day af
Jxnuar}� , �❑ ��
�'RINCIPAL:
_G�n�������
B Y : �Q� .
Signature �
A7TEST:
� �
[Principal� �ec ry
��.�
UVitntssasto Prir►Cl'ga)
,_,_ B�ckHi�gQins. ��s�gt ��
Nam ea nd "i'it 3e
Addr�es,s; ��7 Wi�hi�a5[reet
_�grt Woxth. TX 76I 1���
S[JRET�':
BI'. _
5igaa tu re
Rol�bi fUI�raI�s, Ait�rney-in-fact
IVame aridTitte
Address:
,�-�,�
- ��.
' tnes�asto Sureiy Tel��hot� Nutriber; �1 �1r'989-�OQO
'�Note: if signed by an �fficer of the Surety Compan.y, fhere r3lust �e on file a certi�ied exira�t
from tl� by-Iaws showirc� ttiat this persan �as a�ithority c� si� s�sch vbligatior�. If
5urety's physicat acldress is different frvm its mailing address, bath must he �ro�ided.
The date of fihe band sha�� es�t bc p�ior tv the date the Coniract is awar�ed.
c.•imv c�r� Fcr�rw��rii
5TAN1]ARi�€'f'TY ['UNUl7lUN5 —pF:V£L(71'£1� AHrARD�Tf PR{]JE('TS
ILevioerlJmugy 31.2DE2
Assstfinery Rid�e �ha�c 3
Ciry Pmjxr hla. 10329:
00 62 14 - 1
PAYMENT BOND
Page 1 of 2
CITY OF F OR T WORTH Rosemary Ridge Phase 5
STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS City Project No. 103293
Revised January 31, 2012
SECTION 00 62 14 1
PAYMENT BOND 2
3
THE STATE OF TEXAS § 4
§ KNOW ALL BY THESE PRESENTS: 5
COUNTY OF TARRANT § 6
That we, Conatser Construction Tx, LP ________________________, known as 7
“Principal” herein, and ____Berkley Insurance Company ,, a corporate 8
surety ( or sureties if more than one), duly authorized to do business in the State of Texas, known 9
as “Surety” herein (whether one or more), are held and firmly bound unto the Developer, Lennar 10
Homes of Texas Land and Construction, LTD., authorized to do business in Texas “(Developer”), 11
and the City of Fort Worth, a Texas municipal corporation (“City”), in the penal sum of six 12
hundred fifty-five thousand, six hundred fourteen 00/100 Dollars ($655,614.00), lawful 13
money of the United States, to be paid in Fort Worth, Tarrant County, Texas, for the payment of 14
which sum well and truly be made jointly unto the Developer and the City as dual obligees, we 15
bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, 16
firmly by these presents: 17
WHEREAS, Developer and City have entered into an Agreement for the construction of 18
community facilities in the City of Fort Worth, by and through a Community Faci lities 19
Agreement, CFA Number 21-0151; and 20
WHEREAS, Principal has entered into a certain written Contract with Developer , 21
awarded the ________day of ______________________, 20_____, which Contract is hereby 22
refer red to and made a part hereof for all purposes as if fully set forth herein, to furnish all 23
materials, equipment, labor and other accessories as defined by law, in the prosecution of the 24
Work as provided for in said Contract and designated as Rosemary Ridge Phase 5. 25
NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION is such that if 26
Principal shall pay all monies owing to any (and all) payment bond beneficiary (as defined in 27
Chapter 2253 of the Texas Government Code, as amended) in the prosecution of the Work u n d er 28
the Contract, then this obligation shall be and become null and void; otherwise to remain in full 29
force and effect. 30
11 January 22
QOb2i4-1
PAYMEEI+lT Bi)Iv!]
Pa�r z o4 2
1 This band is made and ex�xuted in �omp�iance K�i[h the provisions af C��pter 2253 af ttte
^- T�xa� GQ�ernment Code, as amended, and a1] liabi�itics or� rhis �or�d shall he determined in
3 a�Dr�BiilG� with �h� pi'OViSt0175 O�S�i� 5tStUtC.
4
5
b
T
[N V�T�i� SS WHEREqF, the Prineigal and Surety have each 51UNED and S� AL�D
this i�strurnent by dU�y authorize� agents ar�d af�c�rs on this the 11 day of
� .Ianuary , �Q ��
ATTE 5T:
,
(Pr�ncipa�j Se�rk�+
Witr�ess as En �'rit�#pal
���7 i:
� C
(Surety) Secre#azy
� ��
1�� in�3S 83 ta . 1!t@iy ~
�
�
I �1
1�
32
13
PRIN�IP�1I,:
�s�t�t�;��c�on �"x. I..P ._
.
SY:
Signat�:xe
N�m� 8tld Title
�►d�iress: 7 t�L''
_ �� Wor1h TX 76119 , ^_
# �; i
:- �, - 1= r. 1 k- �11i S'• r
8Y:
Signature
Robbi Viorales, A�sv�ney-�n-facc
Nsme axtd Title
Address:
_� J s. T3C 75Z�4 _
T�lephotte Num �ier: 2 i�I989-o 000
�Vote� �f sign� by an officer nf the Surety, therc must be vn fi]e a certi��d extract from ttze
bylaws s�iawing t�at t�is persan has auth�r's#y to sign such ob�i�ation. If Sure#y's pi�ysical
address isdi�ferent from its ma�lingaddressz both must he pro�itled.
The date o� t�� bnnd s�all not be priar ta the date the Cantract is awarded.
I4
EN7J� Q�` SEt"1'lD�i
rrrYo� �[�xrwr�x7•�t �6�,�y R;a���� s
57A1V[]Attb ['17Y CC3Ni]I'f'iC1M11S — f]ELdL'L.OPi:R e1WARDEU PRC}.1EL'i'� C't!s Projer4 Np. Ifl?7Y,3
tc���a a�� sr, aai�
00 62 19 - 1
MAINTENANCE BOND
Page 1 of 3
CITY OF FORT WORTH Rosemary Ridge Phase 5
STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS City Project No. 103293
Revised January 31, 2012
SECTION 00 62 19 1
MAINTENANCE BOND 2
3
THE STATE OF TEXAS § 4
§ KNOW ALL BY THESE PRESENTS: 5
COUNTY OF TARRANT § 6
That we, Conatser Construction Tx, LP________________________, known as 7
“Principal” herein and ____Berkley I nsur ance Company__________________, a corporate 8
surety (sureties, if more than one) duly authorized to do business in the State of Texas, known as 9
“Surety” herein (whether one or more), are held and firmly bound unto the Developer, Lennar 10
Homes of Texas Land and Construction, LTD., authorized to do business in Texas (“Developer”) 11
and the City of Fort Worth, a Texas municipal corporation (“City”), in the sum of six hundred 12
fifty-five thousand, six hundred fourteen 00/100 Dollars ($655,614.00), lawful money of the 13
United States, to be paid in Fort Worth, Tarrant County, Texas, for payment of which sum well 14
and truly be made jointly unto the Developer and the City as dual obligees and their successors, 15
we bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and 16
severally, firmly by these presents. 17
18
WHEREAS, Developer and City have entered into an Agreement for the construction of 19
community facilities in the City of Fort Worth by and through a Community Facilities 20
Agreement, CFA Number 21-0151; and 21
WHEREAS, the Principal has entered into a certain written contract with the Developer 22
awarded the_____ day of , 20 , which Contract is 23
hereby referred to and a made part hereof for all purposes as if fully set forth herein, to furnish all 24
materials, equipment labor and other accessories as defined by law, in the prosecution of the 25
Work, including any Work resulting from a duly authorized Change Order (c ollectively herein, 26
the “Work”) as provided for in said Contract and designated as Rosemary Ridge Phase 5; and 27
28
WHEREAS, Principal binds itself to use such materials and to so construct the Work in 29
accordance with the plans, specifications and Contract Docu ments that the Work is and will 30
remain f ree from defects in materials or workmanshi p for and during the period of two (2) years 31
after the date of Final Acceptance of the Work by the City (“Maintenance Period”); and 32
33
11 January 22
00 62 19 - 2
MAINTENANCE BOND
Page 2 of 3
CITY OF FORT WORTH Rosemary Ridge Phase 5
STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS City Project No. 103293
Revised January 31, 2012
WHEREAS, Principal binds itself to repair or reconst ruct the Work in whole or in part 1
upon receiving notice from the Developer and/or City of the need thereof at any time within the 2
Maintenance Period. 3
4
NOW THEREFORE, the condition of this obligation is such that if Principal shall 5
remedy any def ective Work, f or which timely notice was provided by Developer or City, to a 6
completion satisfactory to the City, then this obligation shall become null and void; otherwise to 7
remain in full force and effect. 8
9
PROVIDED, HOWEVER, if Principal shall fail so to r epair or reconstruct any timely 10
noticed defective Work, it is agreed that the Developer or City may cause any and all such 11
defective Work to be repaired and/or reconstructed with all associated costs thereof being borne 12
by the Principal and the Surety under this Maintenance Bond; and 13
14
PROVIDED FURTHER, that if any legal action be filed on this Bond, venue shall lie in 15
Tarrant County, Texas or the United States District Court for the Northern District of Texas, Fort 16
Worth Division; and 17
18
PROVIDED FURTHER, that this obligation shall be continuous in nature and 19
successive recoveries may be had hereon for successive breaches. 20
21
22
23
p�6214-3
ti1AElVTF:NA,NCE BC1F1�iL?
PE�C � OF.�
�
7
4
5
6
7
$
�0
12
i�
��
i4
1�
�b
i7
l8
19
aa
2i
22
23
24
25
�8
27
28
�9
30
3i
32
33
34
35
36
37
38
39
40
41
42
�N WI'�':�iE�S WHERFA�, the Pri�ci�al and the SuretS have each SIGN�D and S�ALED tt�is
instrum�nt by du�y authori�ed age�►ts artd of�cers an t�is the 11 day af
.Ia�tuary , 20 22 ,
ATT� S"T:
����� 4 � -
(�rincipa 1} 5eoreta�4
�
Witrsess as ta Pr;nGipaF
ATTEST:
�R�NCI PAL:
'� S
SY: �% - ---
Signature
_�.�ciiue�s.,F�,_.„_.._—
Natt�e a�r�d Title
Address: ���7 4Yichiia.Str�et ,
F�rtV�Inrt�i.iX75119 ,�___
SUR �'£�.
��������!FgComn ��
BY: � -
Signature
R4a1]i Morc�es, Atwrn�y-in-fact
NameaudTitIe f
� � Address: �
{Sure )Sccretary �P�?�?5��
� i ne5s a s to 5urrty -.�� - - Tekphone Numher. 2141g89-OUOQ
�`IVote: tf si gnec3 h}+an of�Cer �f the 5urety CampaiYy, thcre must he�n li�e a �e�t.ified �ctract
frarn the i�y-2aws shawing that this persoa has aaf�axity ta sign such ohlsgatian. If
Surety's phy s�cal address is dif�'erent from it� mailing actdress, bot� mustbe �tavid�d.
The date af the band shail not be pxior to tht date the �ontracr is awarded.
CI]i' []Y P{7fti WC1RTf�
STAN!]ARA CITY C"t]hFC►f7lC}N5 — L]�VF.L.(7PER AWARb�I] pRpJ�.{'T5
f�tvispd 3�usry �l, �4t2
�oseYnmy R�d$e Phase S
City Pmjax No. I a3�43
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 11
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 11 of 35
CITY OF FORT WORTH
STANDARD CITY CONDITIONS DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
1) $1,000,000 each accident on a combined single limit basis. Split limits are
acceptable if limits are at least:
2)$250,000 Bodily Injury per person
3)$500,000 Bodily Injury per accident /
4)$100,000 Property Damage
D.Railroad Protective Liability. If any of the work or any warranty work is within the limits of
railroad right-of-way, the Contractor shall comply with the following requirements:
1. The Contractor’s construction activities will require its employees, agents, subcontractors,
equipment, and material deliveries to cross railroad properties and tracks owned and
operated by: ____________________________________________________________
Write the name of the railroad company. (If none, then write none)
2. The Contractor shall conduct its operations on railroad properties in such a manner as not to
interfere with, hinder, or obstruct the railroad company in any manner whatsoever in the use
or operation of its/their trains or other property. Such operations on railroad properties may
require that Contractor to execute a “Right of Entry Agreement” with the particular railroad
company or companies involved, and to this end the Contractor should satisfy itself as to the
requirements of each railroad company and be prepared to execute the right-of-entry (if any)
required by a railroad company. The requirements specified herein likewise relate to the
Contractor’s use of private and/or construction access roads crossing said railroad company’s
properties.
3. The Contractual Liability coverage required by Paragraph 5.04D of the General Conditions
shall provide coverage for not less than the following amounts, issued by companies
satisfactory to the City and to the Railroad Company for a term that continues for so long as
the Contractor’s operations and work cross, occupy, or touch railroad property:
a. General Aggregate: _____________________________________
Enter limits provided by Railroad Company (If none, write none)
b. Each Occurrence: : _____________________________________
Enter limits provided by Railroad Company (If none, write none)
4. With respect to the above outlined insurance requirements, the following shall govern:
a. Where a single railroad company is involved, the Contractor shall provide one insurance
policy in the name of the railroad company. However, if more than one grade separation
or at-grade crossing is affected by the Project at entirely separate locations on the line or
lines of the same railroad company, separate coverage may be required, each in the
amount stated above.
b. Where more than one railroad company is operating on the same right-of-way or where
several railroad companies are involved and operated on their own separate rights-of-
none
none
none
00 73 10- 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- 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 Rosemary Ridge Ph. 5
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – Developer Awarded Projects City Project No. 103293
Revised December 20, 2012
SECTION 01 11 00 1
SUMMARY OF WORK 2
PART 1 - GENERAL 3
1.1 SUMMARY 4
A. Section Includes: 5
1. Summary of Work to be performed in accordance with the Contract Documents 6
B. Deviations from this City of Fort Worth Standard Specification 7
1. None. 8
C. Related Specification Sections include, but are not necessarily limited to: 9
1. Division 0 - Bidding Requirements, Contract Forms, and Conditions of the Contract 10
2. Division 1 - General Requirements 11
1.2 PRICE AND PAYMENT PROCEDURES 12
A. Measurement and Payment 13
1. Work associated with this Item is considered subsidiary to the various items bid. 14
No separate payment will be allowed for this Item. 15
1.3 REFERENCES [NOT USED] 16
1.4 ADMINISTRATIVE REQUIREMENTS 17
A. Work Covered by Contract Documents 18
1. Work is to include furnishing all labor, materials, and equipment, and performing 19
all Work necessary for this construction project as detailed in the Drawings and 20
Specifications. 21
B. Subsidiary Work 22
1. Any and all Work specifically governed by documentary requirements for the 23
project, such as conditions imposed by the Drawings or Contract Documents in 24
which no specific item for bid has been provided for in the Proposal and the item is 25
not a typical unit bid item included on the standard bid item list, then the item shall 26
be considered as a subsidiary item of Work, the cost of which shall be included in 27
the price bid in the Proposal for various bid items. 28
C. Use of Premises 29
1. Coordinate uses of premises under direction of the City. 30
2. Assume full responsibility for protection and safekeeping of materials and 31
equipment stored on the Site. 32
3. Use and occupy only portions of the public streets and alleys, or other public places 33
or other rights-of-way as provided for in the ordinances of the City, as shown in the 34
Contract Documents, or as may be specifically authorized in writing by the City. 35
a. A reasonable amount of tools, materials, and equipment for construction 36
purposes may be stored in such space, but no more than is necessary to avoid 37
delay in the construction operations. 38
01 11 00 - 2
DAP SUMMARY OF WORK
Page 2 of 3
CITY OF FORT WORTH Rosemary Ridge Ph. 5
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – Developer Awarded Projects City Project No. 103293
Revised December 20, 2012
b. Excavated and waste materials shall be stored in such a way as not to interfere 1
with the use of spaces that may be designated to be left free and unobstructed 2
and so as not to inconvenience occupants of adjacent property. 3
c. If the street is occupied by railroad tracks, the Work shall be carried on in such 4
manner as not to interfere with the operation of the railroad. 5
1) All Work shall be in accordance with railroad requirements set forth in 6
Division 0 as well as the railroad permit. 7
D. Work within Easements 8
1. Do not enter upon private property for any purpose without having previously 9
obtained permission from the owner of such property. 10
2. Do not store equipment or material on private property unless and until the 11
specified approval of the property owner has been secured in writing by the 12
Contractor and a copy furnished to the City. 13
3. Unless specifically provided otherwise, clear all rights-of-way or easements of 14
obstructions which must be removed to make possible proper prosecution of the 15
Work as a part of the project construction operations. 16
4. Preserve and use every precaution to prevent damage to, all trees, shrubbery, plants, 17
lawns, fences, culverts, curbing, and all other types of structures or improvements, 18
to all water, sewer, and gas lines, to all conduits, overhead pole lines, or 19
appurtenances thereof, including the construction of temporary fences and to all 20
other public or private property adjacent to the Work. 21
5. Notify the proper representatives of the owners or occupants of the public or private 22
lands of interest in lands which might be affected by the Work. 23
a. Such notice shall be made at least 48 hours in advance of the beginning of the 24
Work. 25
b. Notices shall be applicable to both public and private utility companies and any 26
corporation, company, individual, or other, either as owners or occupants, 27
whose land or interest in land might be affected by the Work. 28
c. Be responsible for all damage or injury to property of any character resulting 29
from any act, omission, neglect, or misconduct in the manner or method or 30
execution of the Work, or at any time due to defective work, material, or 31
equipment. 32
6. Fence 33
a. Restore all fences encountered and removed during construction of the Project 34
to the original or a better than original condition. 35
b. Erect temporary fencing in place of the fencing removed whenever the Work is 36
not in progress and when the site is vacated overnight, and/or at all times to 37
provide site security. 38
c. The cost for all fence work within easements, including removal, temporary 39
closures and replacement, shall be subsidiary to the various items bid in the 40
project proposal, unless a bid item is specifically provided in the proposal. 41
01 11 00 - 3
DAP SUMMARY OF WORK
Page 3 of 3
CITY OF FORT WORTH Rosemary Ridge Ph. 5
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – Developer Awarded Projects City Project No. 103293
Revised December 20, 2012
1.5 SUBMITTALS [NOT USED] 1
1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 2
1.7 CLOSEOUT SUBMITTALS [NOT USED] 3
1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 4
1.9 QUALITY ASSURANCE [NOT USED] 5
1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 6
1.11 FIELD [SITE] CONDITIONS [NOT USED] 7
1.12 WARRANTY [NOT USED] 8
PART 2 - PRODUCTS [NOT USED] 9
PART 3 - EXECUTION [NOT USED] 10
END OF SECTION 11
12
Revision Log
DATE NAME SUMMARY OF CHANGE
13
01 25 00 - 1
DAP SUBSTITUTION PROCEDURES
Page 1 of 4
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:
a. Or-equals are unavailable due to strike, discontinued production of products
meeting specified requirements, or other factors beyond control of Contractor;
or,
CITY OF FORT WORTH Rosemary Ridge Ph. 5
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS City Project No. 103293
Revised August 30, 2013
01 25 00 - 2
DAP SUBSTITUTION PROCEDURES
Page 2 of 4
b. Contractor proposes a cost and/or time reduction incentive to the City.
1.5 SUBMITTALS
A. See Request for Substitution Form (attached)
B. Procedure for Requesting Substitution
1. Substitution shall be considered only:
a. After award of Contract
b. Under the conditions stated herein
2. Submit 3 copies of each written request for substitution, including:
a. Documentation
1) Complete data substantiating compliance of proposed substitution with
Contract Documents
2) Data relating to changes in construction schedule, when a reduction is
proposed
3) Data relating to changes in cost
b. For products
1) Product identification
a) Manufacturer's name
b) Telephone number and representative contact name
c) Specification Section or Drawing reference of originally specified
product, including discrete name or tag number assigned to original
product in the Contract Documents
2) Manufacturer's literature clearly marked to show compliance of proposed
product with Contract Documents
3) Itemized comparison of original and proposed product addressing product
characteristics including, but not necessarily limited to:
a) Size
b) Composition or materials of construction
c) Weight
d) Electrical or mechanical requirements
4) Product experience
a) Location of past projects utilizing product
b) Name and telephone number of persons associated with referenced
projects knowledgeable concerning proposed product
c) Available field data and reports associated with proposed product
5) Samples
a) Provide at request of City.
b) Samples become the property of the City.
c. For construction methods:
1) Detailed description of proposed method
2) Illustration drawings
C. Approval or Rejection
1. Written approval or rejection of substitution given by the City
2. City reserves the right to require proposed product to comply with color and
pattern of specified product if necessary to secure design intent.
3. In the event the substitution is approved, if a reduction in cost or time results, it
will be documented by Change Order.
CITY OF FORT WORTH Rosemary Ridge Ph. 5
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS City Project No. 103293
Revised August 30, 2013
DATE NAME
01 25 00 - 3
DAP SUBSTITUTION PROCEDURES
Page 3 of 4
4. Substitution will be rejected if:
a. Submittal is not through the Contractor with his stamp of approval
b. Request is not made in accordance with this Specification Section
c. In the Developer’s opinion, acceptance will require substantial revision of the
original design
d. In the City’s or Developer’s opinion, substitution will not perform
adequately the function consistent with the design intent
1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED]
1.7 CLOSEOUT SUBMITTALS [NOT USED]
1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
1.9 QUALITY ASSURANCE
A. In making request for substitution or in using an approved product, the Contractor
represents that the Contractor:
1. Has investigated proposed product, and has determined that it is adequate or
superior in all respects to that specified, and that it will perform function for which it
is intended
2. Will provide same guarantee for substitute item as for product specified
3. Will coordinate installation of accepted substitution into Work, to include building
modifications if necessary, making such changes as may be required for Work to
be complete in all respects
4. Waives all claims for additional costs related to substitution which
subsequently arise
1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED]
1.11 FIELD [SITE] CONDITIONS [NOT USED]
1.12 WARRANTY [NOT USED]
PART 2 - PRODUCTS [NOT USED]
PART 3 - EXECUTION [NOT USED]
END OF SECTION
Revision Log
SUMMARY OF CHANGE
CITY OF FORT WORTH Rosemary Ridge Ph. 5
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS City Project No. 103293
Revised August 30, 2013
01 25 00 - 4
DAP SUBSTITUTION PROCEDURES
Page 4 of 4
EXHIBIT A
REQUEST FOR SUBSTITUTION FORM:
TO: _________________________________________________________________________________
PROJECT: DATE:
We hereby submit for your consideration the following product instead of the specified item for
the above project:
SECTION PARAGRAPH SPECIFIED ITEM
Proposed Substitution: __________________________________________________________________
Reason for Substitution: _________________________________________________________________
Include complete information on changes to Drawings and/or Specifications which proposed
substitution will require for its proper installation.
Fill in Blanks Below:
A. Will the undersigned contractor pay for changes to the building design, including engineering
and detailing costs caused by the requested substitution?
B. What effect does substitution have on other trades?
C. Differences between proposed substitution and specified item?
D. Differences in product cost or product delivery time?
E. Manufacturer's guarantees of the proposed and specified items are:
_____ Equal ____________________ Better (explain on attachment)
The undersigned states that the function, appearance and quality are equivalent or superior to the
specified item.
Submitted By: For Use by City
Signature ____________________________________ Recommended Recommended
as noted
Firm ________________________________________ Not recommended Received late
Address __________________________________ By________________________________________
Date ______________________________________
Date _____________________________________ Remarks ___________________________________
Telephone ___________________________
For Use by City:
_____ Approved _________________________________ Rejected
City _____________________________________ Date ______________________________________
CITY OF FORT WORTH Rosemary Ridge Ph. 5
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS City Project No. 103293
Revised August 30, 2013
01 11 00 - 1
DAP SUMMARY OF WORK
Page 1 of 3
CITY OF FORT WORTH Rosemary Ridge Ph. 5
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – Developer Awarded Projects City Project No. 103293
Revised December 20, 2012
SECTION 01 11 00 1
SUMMARY OF WORK 2
PART 1 - GENERAL 3
1.1 SUMMARY 4
A. Section Includes: 5
1. Summary of Work to be performed in accordance with the Contract Documents 6
B. Deviations from this City of Fort Worth Standard Specification 7
1. None. 8
C. Related Specification Sections include, but are not necessarily limited to: 9
1. Division 0 - Bidding Requirements, Contract Forms, and Conditions of the Contract 10
2. Division 1 - General Requirements 11
1.2 PRICE AND PAYMENT PROCEDURES 12
A. Measurement and Payment 13
1. Work associated with this Item is considered subsidiary to the various items bid. 14
No separate payment will be allowed for this Item. 15
1.3 REFERENCES [NOT USED] 16
1.4 ADMINISTRATIVE REQUIREMENTS 17
A. Work Covered by Contract Documents 18
1. Work is to include furnishing all labor, materials, and equipment, and performing 19
all Work necessary for this construction project as detailed in the Drawings and 20
Specifications. 21
B. Subsidiary Work 22
1. Any and all Work specifically governed by documentary requirements for the 23
project, such as conditions imposed by the Drawings or Contract Documents in 24
which no specific item for bid has been provided for in the Proposal and the item is 25
not a typical unit bid item included on the standard bid item list, then the item shall 26
be considered as a subsidiary item of Work, the cost of which shall be included in 27
the price bid in the Proposal for various bid items. 28
C. Use of Premises 29
1. Coordinate uses of premises under direction of the City. 30
2. Assume full responsibility for protection and safekeeping of materials and 31
equipment stored on the Site. 32
3. Use and occupy only portions of the public streets and alleys, or other public places 33
or other rights-of-way as provided for in the ordinances of the City, as shown in the 34
Contract Documents, or as may be specifically authorized in writing by the City. 35
a. A reasonable amount of tools, materials, and equipment for construction 36
purposes may be stored in such space, but no more than is necessary to avoid 37
delay in the construction operations. 38
01 11 00 - 2
DAP SUMMARY OF WORK
Page 2 of 3
CITY OF FORT WORTH Rosemary Ridge Ph. 5
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – Developer Awarded Projects City Project No. 103293
Revised December 20, 2012
b. Excavated and waste materials shall be stored in such a way as not to interfere 1
with the use of spaces that may be designated to be left free and unobstructed 2
and so as not to inconvenience occupants of adjacent property. 3
c. If the street is occupied by railroad tracks, the Work shall be carried on in such 4
manner as not to interfere with the operation of the railroad. 5
1) All Work shall be in accordance with railroad requirements set forth in 6
Division 0 as well as the railroad permit. 7
D. Work within Easements 8
1. Do not enter upon private property for any purpose without having previously 9
obtained permission from the owner of such property. 10
2. Do not store equipment or material on private property unless and until the 11
specified approval of the property owner has been secured in writing by the 12
Contractor and a copy furnished to the City. 13
3. Unless specifically provided otherwise, clear all rights-of-way or easements of 14
obstructions which must be removed to make possible proper prosecution of the 15
Work as a part of the project construction operations. 16
4. Preserve and use every precaution to prevent damage to, all trees, shrubbery, plants, 17
lawns, fences, culverts, curbing, and all other types of structures or improvements, 18
to all water, sewer, and gas lines, to all conduits, overhead pole lines, or 19
appurtenances thereof, including the construction of temporary fences and to all 20
other public or private property adjacent to the Work. 21
5. Notify the proper representatives of the owners or occupants of the public or private 22
lands of interest in lands which might be affected by the Work. 23
a. Such notice shall be made at least 48 hours in advance of the beginning of the 24
Work. 25
b. Notices shall be applicable to both public and private utility companies and any 26
corporation, company, individual, or other, either as owners or occupants, 27
whose land or interest in land might be affected by the Work. 28
c. Be responsible for all damage or injury to property of any character resulting 29
from any act, omission, neglect, or misconduct in the manner or method or 30
execution of the Work, or at any time due to defective work, material, or 31
equipment. 32
6. Fence 33
a. Restore all fences encountered and removed during construction of the Project 34
to the original or a better than original condition. 35
b. Erect temporary fencing in place of the fencing removed whenever the Work is 36
not in progress and when the site is vacated overnight, and/or at all times to 37
provide site security. 38
c. The cost for all fence work within easements, including removal, temporary 39
closures and replacement, shall be subsidiary to the various items bid in the 40
project proposal, unless a bid item is specifically provided in the proposal. 41
01 11 00 - 3
DAP SUMMARY OF WORK
Page 3 of 3
CITY OF FORT WORTH Rosemary Ridge Ph. 5
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – Developer Awarded Projects City Project No. 103293
Revised December 20, 2012
1.5 SUBMITTALS [NOT USED] 1
1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 2
1.7 CLOSEOUT SUBMITTALS [NOT USED] 3
1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 4
1.9 QUALITY ASSURANCE [NOT USED] 5
1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 6
1.11 FIELD [SITE] CONDITIONS [NOT USED] 7
1.12 WARRANTY [NOT USED] 8
PART 2 - PRODUCTS [NOT USED] 9
PART 3 - EXECUTION [NOT USED] 10
END OF SECTION 11
12
Revision Log
DATE NAME SUMMARY OF CHANGE
13
01 31 19 - 1
DAP PRECONSTRUCTION MEETING
Page 1 of 3
SECTION 01 31 19
PRECONSTRUCTION MEETING
PART 1 - GENERAL
1.1 SUMMARY
A. Section Includes:
1. Provisions for the preconstruction meeting to be held prior to the start of Work to
clarify construction contract administration procedures
B. Deviations from this City of Fort Worth Standard Specification
1. No construction schedule required unless requested by the City.
C. Related Specification Sections include, but are not necessarily limited to:
1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract
2. Division 1 – General Requirements
1.2 PRICE AND PAYMENT PROCEDURES
A. Measurement and Payment
1. Work associated with this Item is considered subsidiary to the various items bid.
No separate payment will be allowed for this Item.
1.3 REFERENCES [NOT USED]
1.4 ADMINISTRATIVE REQUIREMENTS
A. Coordination
1. Attend preconstruction meeting.
2. Representatives of Contractor, subcontractors and suppliers attending meetings
shall be qualified and authorized to act on behalf of the entity each represents.
3. Meeting administered by City may be tape recorded.
a. If recorded, tapes will be used to prepare minutes and retained by City for
future reference.
B. Preconstruction Meeting
1. A preconstruction meeting will be held within 14 days after the delivery of the
distribution package to the City.
a. The meeting will be scheduled and administered by the City.
2. The Project Representative will preside at the meeting, prepare the notes of the
meeting and distribute copies of same to all participants who so request by fully
completing the attendance form to be circulated at the beginning of the meeting.
3. Attendance shall include:
a. Developer and Consultant
b. Contractor's project manager
c. Contractor's superintendent
d. Any subcontractor or supplier representatives whom the Contractor may desire
to invite or the City may request
CITY OF FORT WORTH Rosemary Ridge Ph. 5
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS City Project No. 103293
Revised August 30, 2013
01 31 19 - 2
DAP PRECONSTRUCTION MEETING
Page 2 of 3
e. Other City representatives
f. Others as appropriate
4. Preliminary Agenda may include:
a. Introduction of Project Personnel
b. General Description of Project
c. Status of right-of-way, utility clearances, easements or other pertinent permits
d. Contractor’s work plan and schedule
e. Contract Time
f. Notice to Proceed
g. Construction Staking
h. Progress Payments
i. Extra Work and Change Order Procedures
j. Field Orders
k. Disposal Site Letter for Waste Material
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
CITY OF FORT WORTH Rosemary Ridge Ph. 5
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS City Project No. 103293
Revised August 30, 2013
01 31 19 - 3
DAP PRECONSTRUCTION MEETING
Page 3 of 3
1.5 SUBMITTALS [NOT USED]
1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED]
1.7 CLOSEOUT SUBMITTALS [NOT USED]
1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
1.9 QUALITY ASSURANCE [NOT USED]
1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED]
1.11 FIELD [SITE] CONDITIONS [NOT USED]
1.12 WARRANTY [NOT USED]
PART 2 - PRODUCTS [NOT USED]
PART 3 - EXECUTION [NOT USED]
END OF SECTION
Revision Log
DATE NAME SUMMARY OF CHANGE
CITY OF FORT WORTH Rosemary Ridge Ph. 5
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS City Project No. 103293
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. Though not mandatory, it is highly recommended on infill developer projects.
C. Related Specification Sections include, but are not necessarily limited to:
1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract
2. Division 1 – General Requirements
1.2 PRICE AND PAYMENT PROCEDURES
A. Measurement and Payment
1. Work associated with this Item is considered subsidiary to the various items bid.
No separate payment will be allowed for this Item.
1.3 REFERENCES [NOT USED]
1.4 ADMINISTRATIVE REQUIREMENTS
A. Preconstruction Video
1. Produce a preconstruction video of the site/alignment, including all areas in the
vicinity of and to be affected by construction.
a. Provide digital copy of video upon request by the City.
2. Retain a copy of the preconstruction video until the end of the maintenance surety
period.
1.5 SUBMITTALS [NOT USED]
1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED]
1.7 CLOSEOUT SUBMITTALS [NOT USED]
1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
1.9 QUALITY ASSURANCE [NOT USED]
1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED]
1.11 FIELD [SITE] CONDITIONS [NOT USED]
1.12 WARRANTY [NOT USED]
PART 2 - PRODUCTS [NOT USED]
CITY OF FORT WORTH Rosemary Ridge Ph. 5
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS City Project No. 103293
Revised August 30, 2013
DATE NAME
01 32 33 - 2
DAP PRECONSTRUCTION VIDEO
Page 2 of 2
PART 3 - EXECUTION [NOT USED]
END OF SECTION
Revision Log
SUMMARY OF CHANGE
CITY OF FORT WORTH Rosemary Ridge Ph. 5
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS City Project No. 103293
Revised August 30, 2013
01 33 00 - 1
DAP SUBMITTALS
Page 1 of 8
SECTION 01 33 00
DAP SUBMITTALS
PART 1 - GENERAL
1.1 SUMMARY
A. Section Includes:
1. General methods and requirements of submissions applicable to the following
Work-related submittals:
a. Shop Drawings
b. Product Data (including Standard Product List submittals)
c. Samples
d. Mock Ups
B. Deviations from this City of Fort Worth Standard Specification
1. None.
C. Related Specification Sections include, but are not necessarily limited to:
1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract
2. Division 1 – General Requirements
1.2 PRICE AND PAYMENT PROCEDURES
A. Measurement and Payment
1. Work associated with this Item is considered subsidiary to the various items bid.
No separate payment will be allowed for this Item.
1.3 REFERENCES [NOT USED]
1.4 ADMINISTRATIVE REQUIREMENTS
A. Coordination
1. Notify the City in writing, at the time of submittal, of any deviations in the
submittals from the requirements of the Contract Documents.
2. Coordination of Submittal Times
a. Prepare, prioritize and transmit each submittal sufficiently in advance of
performing the related Work or other applicable activities, or within the time
specified in the individual Work Sections, of the Specifications.
b. Contractor is responsible such that the installation will not be delayed
by processing times including, but not limited to:
a) Disapproval and resubmittal (if required)
b) Coordination with other submittals
c) Testing
d) Purchasing
e) Fabrication
f) Delivery
g) Similar sequenced activities
c. No extension of time will be authorized because of the Contractor's failure
to transmit submittals sufficiently in advance of the Work.
CITY OF FORT WORTH Rosemary Ridge Ph. 5
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS City Project No. 103293
Revised August 30, 2013
01 33 00 - 2
DAP SUBMITTALS
Page 2 of 8
d. Make submittals promptly in accordance with approved schedule, and in such
sequence as to cause no delay in the Work or in the work of any other
contractor.
B. Submittal Numbering
1. When submitting shop drawings or samples, utilize a 9-character submittal cross-
reference identification numbering system in the following manner:
a. Use the first 6 digits of the applicable Specification Section Number.
b. For the next 2 digits number use numbers 01-99 to sequentially number each
initial separate item or drawing submitted under each specific Section number.
c. Last use a letter, A-Z, indicating the resubmission of the same drawing
(i.e. A=2nd submission, B=3rd submission, C=4th submission, etc.). A
typical submittal number would be as follows:
03 30 00-08-B
1) 03 30 00 is the Specification Section for Concrete
2) 08 is the eighth initial submittal under this Specification Section
3) B is the third submission (second resubmission) of that particular
shop drawing
C. Contractor Certification
1. Review shop drawings, product data and samples, including those by
subcontractors, prior to submission to determine and verify the following:
a. Field measurements
b. Field construction criteria
c. Catalog numbers and similar data
d. Conformance with the Contract Documents
2. Provide each shop drawing, sample and product data submitted by the Contractor
with a Certification Statement affixed including:
a. The Contractor's Company name
b. Signature of submittal reviewer
c. Certification Statement
1) “By this submittal, I hereby represent that I have determined and verified
field measurements, field construction criteria, materials, dimensions,
catalog numbers and similar data and I have checked and coordinated
each item with other applicable approved shop drawings."
D. Submittal Format
1. Fold shop drawings larger than 8 %2 inches x 11 inches to 8 1/2 inches x 11inches.
2. Bind shop drawings and product data sheets together.
3. Order
a. Cover Sheet
1) Description of Packet
2) Contractor Certification
b. List of items / Table of Contents
c. Product Data /Shop Drawings/Samples /Calculations
E. Submittal Content
1. The date of submission and the dates of any previous submissions
CITY OF FORT WORTH Rosemary Ridge Ph. 5
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS City Project No. 103293
Revised August 30, 2013
01 33 00 - 3
DAP SUBMITTALS
Page 3 of 8
2. The Project title and number
3. Contractor identification
4. The names of:
a. Contractor
b. Supplier
c. Manufacturer
5. Identification of the product, with the Specification Section number, page and
paragraph(s)
6. Field dimensions, clearly identified as such
7. Relation to adjacent or critical features of the Work or materials
8. Applicable standards, such as ASTM or Federal Specification numbers
9. Identification by highlighting of deviations from Contract Documents
10. Identification by highlighting of revisions on resubmittals
11. An 8-inch x 3-inch blank space for Contractor and City stamps
F. Shop Drawings
1. As specified in individual Work Sections includes, but is not necessarily limited to:
a. Custom-prepared data such as fabrication and erection/installation (working)
drawings
b. Scheduled information
c. Setting diagrams
d. Actual shopwork manufacturing instructions
e. Custom templates
f. Special wiring diagrams
g. Coordination drawings
h. Individual system or equipment inspection and test reports including:
1) Performance curves and certifications
i. As applicable to the Work
2. Details
a. Relation of the various parts to the main members and lines of the structure
b. Where correct fabrication of the Work depends upon field measurements
1) Provide such measurements and note on the drawings prior to submitting
for approval.
G. Product Data
1. For submittals of product data for products included on the City’s Standard Product
List, clearly identify each item selected for use on the Project.
2. For submittals of product data for products not included on the City’s Standard
Product List, submittal data may include, but is not necessarily limited to:
a. Standard prepared data for manufactured products (sometimes referred to
as catalog data)
1) Such as the manufacturer's product specification and installation
instructions
2) Availability of colors and patterns
3) Manufacturer's printed statements of compliances and applicability
4) Roughing-in diagrams and templates
5) Catalog cuts
6) Product photographs
CITY OF FORT WORTH Rosemary Ridge Ph. 5
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS City Project No. 103293
Revised August 30, 2013
01 33 00 - 4
DAP SUBMITTALS
Page 4 of 8
7) Standard wiring diagrams
8) Printed performance curves and operational-range diagrams
9) Production or quality control inspection and test reports and certifications
10) Mill reports
11) Product operating and maintenance instructions and recommended
spare-parts listing and printed product warranties
12) As applicable to the Work
H. Samples
1. As specified in individual Sections, include, but are not necessarily limited to:
a. Physical examples of the Work such as:
1) Sections of manufactured or fabricated Work
2) Small cuts or containers of materials
3) Complete units of repetitively used products color/texture/pattern swatches
and range sets
4) Specimens for coordination of visual effect
5) Graphic symbols and units of Work to be used by the City for independent
inspection and testing, as applicable to the Work
I. Do not start Work requiring a shop drawing, sample or product data nor any material to
be fabricated or installed prior to the approval or qualified approval of such item.
1. Fabrication performed, materials purchased or on-site construction accomplished
which does not conform to approved shop drawings and data is at the Contractor's
risk.
2. The City will not be liable for any expense or delay due to corrections or remedies
required to accomplish conformity.
3. Complete project Work, materials, fabrication, and installations in conformance
with approved shop drawings, applicable samples, and product data.
J. Submittal Distribution
1. Electronic Distribution
a. Confirm development of Project directory for electronic submittals to be
uploaded to City’s Buzzsaw site, or another external FTP site approved by the
City.
b. Shop Drawings
1) Upload submittal to designated project directory and notify appropriate
City representatives via email of submittal posting.
2) Hard Copies
a) 3 copies for all submittals
b) If Contractor requires more than 1 hard copy of Shop Drawings
returned, Contractor shall submit more than the number of copies listed
above.
c. Product Data
1) Upload submittal to designated project directory and notify appropriate
City representatives via email of submittal posting.
2) Hard Copies
a) 3 copies for all submittals
d. Samples
1) Distributed to the Project Representative
2. Hard Copy Distribution (if required in lieu of electronic distribution)
CITY OF FORT WORTH Rosemary Ridge Ph. 5
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS City Project No. 103293
Revised August 30, 2013
01 33 00 - 5
DAP SUBMITTALS
Page 5 of 8
a. Shop Drawings
1) Distributed to the City
2) Copies
a) 8 copies for mechanical submittals
b) 7 copies for all other submittals
c) If Contractor requires more than 3 copies of Shop Drawings returned,
Contractor shall submit more than the number of copies listed above.
b. Product Data
1) Distributed to the City
2) Copies
a) 4 copies
c. Samples
1) Distributed to the Project Representative
2) Copies
a) Submit the number stated in the respective Specification Sections.
3. Distribute reproductions of approved shop drawings and copies of approved
product data and samples, where required, to the job site file and elsewhere as
directed by the City.
a. Provide number of copies as directed by the City but not exceeding the number
previously specified.
K. Submittal Review
1. The review of shop drawings, data and samples will be for general conformance
with the design concept and Contract Documents. This is not to be construed as:
a. Permitting any departure from the Contract requirements
b. Relieving the Contractor of responsibility for any errors, including details,
dimensions, and materials
c. Approving departures from details furnished by the City, except as otherwise
provided herein
2. The review and approval of shop drawings, samples or product data by the City
does not relieve the Contractor from his/her responsibility with regard to the
fulfillment of the terms of the Contract.
a. All risks of error and omission are assumed by the Contractor, and the City will
have no responsibility therefore.
3. The Contractor remains responsible for details and accuracy, for coordinating the
Work with all other associated work and trades, for selecting fabrication processes,
for techniques of assembly and for performing Work in a safe manner.
4. If the shop drawings, data or samples as submitted describe variations and show a
departure from the Contract requirements which City finds to be in the interest of
the City and to be so minor as not to involve a change in Contract Price or time for
performance, the City may return the reviewed drawings without noting an
exception.
5. Submittals will be returned to the Contractor under 1 of the following codes:
a. Code 1
1) "NO EXCEPTIONS TAKEN" is assigned when there are no notations or
comments on the submittal.
a) When returned under this code the Contractor may release the
equipment and/or material for manufacture.
b. Code 2
CITY OF FORT WORTH Rosemary Ridge Ph. 5
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS City Project No. 103293
Revised August 30, 2013
01 33 00 - 6
DAP SUBMITTALS
Page 6 of 8
1) "EXCEPTIONS NOTED". This code is assigned when a confirmation of
the notations and comments IS NOT required by the Contractor.
a) The Contractor may release the equipment or material for manufacture;
however, all notations and comments must be incorporated into the
final product.
c. Code 3
1) "EXCEPTIONS NOTED/RESUBMIT". This combination of codes is
assigned when notations and comments are extensive enough to require a
resubmittal of the package.
a) The Contractor may release the equipment or material for manufacture;
however, all notations and comments must be incorporated into the
final product.
b) This resubmittal is to address all comments, omissions and
non-conforming items that were noted.
c) Resubmittal is to be received by the City within 15 Calendar Days of
the date of the City's transmittal requiring the resubmittal.
d. Code 4
1) "NOT APPROVED" is assigned when the submittal does not meet the
intent of the Contract Documents.
a) The Contractor must resubmit the entire package revised to bring the
submittal into conformance.
b) It may be necessary to resubmit using a different manufacturer/vendor
to meet the Contract Documents.
6. Resubmittals
a. Handled in the same manner as first submittals
1) Corrections other than requested by the City
2) Marked with revision triangle or other similar met hod
a) At Contractor’s risk if not marked
b. Submittals for each item will be reviewed no more than twice at the City’s
expense.
1) All subsequent reviews will be performed at times convenient to the City
and at the Contractor's expense, based on the City's or City
Representative’s then prevailing rates.
2) Provide Contractor reimbursement to the City within 30 Calendar Days for
all such fees invoiced by the City.
c. The need for more than 1 resubmission or any other delay in obtaining City's
review of submittals, will not entitle the Contractor to an extension of Contract
Time.
7. Partial Submittals
a. City reserves the right to not review submittals deemed partial, at the City’s
discretion.
b. Submittals deemed by the City to be not complete will be returned to the
Contractor, and will be considered "Not Approved" until resubmitted.
c. The City may at its option provide a list or mark the submittal directing the
Contractor to the areas that are incomplete.
8. If the Contractor considers any correction indicated on the shop drawings to
constitute a change to the Contract Documents, then written notice must be
provided thereof to the Developer at least 7 Calendar Days prior to release for
manufacture.
CITY OF FORT WORTH Rosemary Ridge Ph. 5
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS City Project No. 103293
Revised August 30, 2013
01 33 00 - 7
DAP SUBMITTALS
Page 7 of 8
9. When the shop drawings have been completed to the satisfaction of the City, the
Contractor may carry out the construction in accordance therewith and no
further changes therein except upon written instructions from the City.
10. Each submittal, appropriately coded, will be returned within 30 Calendar Days
following receipt of submittal by the City.
L. Mock ups
1. Mock Up units as specified in individual Sections, include, but are not necessarily
limited to, complete units of the standard of acceptance for that type of Work to be
used on the Project. Remove at the completion of the Work or when directed.
M. Qualifications
1. If specifically required in other Sections of these Specifications, submit a P.E.
Certification for each item required.
N. Request for Information (RFI)
1. Contractor Request for additional information
a. Clarification or interpretation of the contract documents
b. When the Contractor believes there is a conflict between Contract Documents
c. When the Contractor believes there is a conflict between the Drawings and
Specifications
1) Identify the conflict and request clarification
2. Sufficient information shall be attached to permit a written response without further
information.
1.5 SUBMITTALS [NOT USED]
1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED]
1.7 CLOSEOUT SUBMITTALS [NOT USED]
1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
1.9 QUALITY ASSURANCE [NOT USED]
1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED]
1.11 FIELD [SITE] CONDITIONS [NOT USED]
1.12 WARRANTY [NOT USED]
CITY OF FORT WORTH Rosemary Ridge Ph. 5
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS City Project No. 103293
Revised August 30, 2013
01 33 00 - 8
DAP SUBMITTALS
Page 8 of 8
PART 2 - PRODUCTS [NOT USED]
PART 3 - EXECUTION [NOT USED]
END OF SECTION
Revision Log
DATE NAME SUMMARY OF CHANGE
12/20/2012 D. Johnson 1.4.K.8. Working Days modified to Calendar Days
CITY OF FORT WORTH Rosemary Ridge Ph. 5
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS City Project No. 103293
Revised August 30, 2013
01 45 23
DAP TESTING AND INSPECTION SERVICES
Page 1 of 2
SECTION 01 45 23
TESTING AND INSPECTION SERVICES
PART 1 - GENERAL
1.1 SUMMARY
A. Section Includes:
1. Testing and inspection services procedures and coordination
B. Deviations from this City of Fort Worth Standard Specification
1. None.
C. Related Specification Sections include, but are not necessarily limited to:
1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract
2. Division 1 – General Requirements
1.2 PRICE AND PAYMENT PROCEDURES
A. Measurement and Payment
1. Work associated with this Item is considered subsidiary to the various Items bid.
No separate payment will be allowed for this Item.
a. Contractor is responsible for performing, coordinating, and payment of all
Quality Control testing.
b. City is responsible for performing and payment for first set of Quality
Assurance testing.
1) If the first Quality Assurance test performed by the City fails, the
Contractor is responsible for payment of subsequent Quality
Assurance testing until a passing test occurs.
a) Final acceptance will not be issued by City until all required payments
for testing by Contractor have been paid in full.
1.3 REFERENCES [NOT USED]
1.4 ADMINISTRATIVE REQUIREMENTS
A. Testing
1. Complete testing in accordance with the Contract Documents.
2. Coordination
a. When testing is required to be performed by the City, notify City, sufficiently
in advance, when testing is needed.
b. When testing is required to be completed by the Contractor, notify City,
sufficiently in advance, that testing will be performed.
3. Distribution of Testing Reports
a. Electronic Distribution
1) Confirm development of Project directory for electronic submittals to be
uploaded to the City’s document management system, or another form of
distribution approved by the City.
CITY OF FORT WORTH Rosemary Ridge Ph. 5
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS City Project No. 103293
Revised March 20, 2020
01 45 23
DAP TESTING AND INSPECTION SERVICES
Page 2 of 2
2) Upload test reports to designated project directory and notify appropriate
City representatives via email of submittal posting.
3) Hard Copies
a) 1 copy for all submittals submitted to the Project Representative
b. Hard Copy Distribution (if required in lieu of electronic distribution)
1) Tests performed by City
a) Distribute 1 hard copy to the Contractor
2) Tests performed by the Contractor
a) Distribute 3 hard copies to City’s Project Representative
4. Provide City’s Project Representative with trip tickets for each delivered load of
Concrete or Lime material including the following information:
a. Name of pit
b. Date of delivery
c. Material delivered
B. Inspection
1. Inspection or lack of inspection does not relieve the Contractor from obligation to
perform work in accordance with the Contract Documents.
1.5 SUBMITTALS [NOT USED]
1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED]
1.7 CLOSEOUT SUBMITTALS [NOT USED]
1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
1.9 QUALITY ASSURANCE [NOT USED]
1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED]
1.11 FIELD [SITE] CONDITIONS [NOT USED]
1.12 WARRANTY [NOT USED]
PART 2 - PRODUCTS [NOT USED]
PART 3 - EXECUTION [NOT USED]
END OF SECTION
Revision Log
DATE NAME SUMMARY OF CHANGE
03/20/2020 D.V. Magaña Removed reference to Buzzsaw and noted that electronic submittals be
uploaded through the City’s document management system.
CITY OF FORT WORTH Rosemary Ridge Ph. 5
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS City Project No. 103293
Revised March 20, 2020
01 50 00 - 1
DAP TEMPORARY FACILITIES AND CONTROLS
Page 1 of 4
SECTION 01 50 00
TEMPORARY FACILITIES AND CONTROLS
PART 1 - GENERAL
1.1 SUMMARY
A. Section Includes:
1. Provide temporary facilities and controls needed for the Work including, but not
necessarily limited to:
a. Temporary utilities
b. Sanitary facilities
c. Storage Sheds and Buildings
d. Dust control
e. Temporary fencing of the construction site
B. Deviations from this City of Fort Worth Standard Specification
1. None.
C. Related Specification Sections include, but are not necessarily limited to:
1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract
2. Division 1 – General Requirements
1.2 PRICE AND PAYMENT PROCEDURES
A. Measurement and Payment
1. Work associated with this Item is considered subsidiary to the various Items bid.
No separate payment will be allowed for this Item.
1.3 REFERENCES [NOT USED]
1.4 ADMINISTRATIVE REQUIREMENTS
A. Temporary Utilities
1. Obtaining Temporary Service
a. Make arrangements with utility service companies for temporary services.
b. Abide by rules and regulations of utility service companies or
authorities having jurisdiction.
c. Be responsible for utility service costs until Work is approved for Final
Acceptance.
1) Included are fuel, power, light, heat and other utility services necessary for
execution, completion, testing and initial operation of Work.
2. Water
a. Contractor to provide water required for and in connection with Work to be
performed and for specified tests of piping, equipment, devices or other use as
required for the completion of the Work.
b. Provide and maintain adequate supply of potable water for domestic
consumption by Contractor personnel and City’s Project Representatives.
c. Coordination
1) Contact City 1 week before water for construction is desired
CITY OF FORT WORTH Rosemary Ridge Ph. 5
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS City Project No. 103293
Revised JULY 1, 2011
01 50 00 - 2
DAP TEMPORARY FACILITIES AND CONTROLS
Page 2 of 4
d. Contractor Payment for Construction Water
1) Obtain construction water meter from City for payment as billed by City’s
established rates.
3. Electricity and Lighting
a. Provide and pay for electric powered service as required for Work, including
testing of Work.
1) Provide power for lighting, operation of equipment, or other use.
b. Electric power service includes temporary power service or generator
to maintain operations during scheduled shutdown.
4. Telephone
a. Provide emergency telephone service at Site for use by Contractor personnel
and others performing work or furnishing services at Site.
5. Temporary Heat and Ventilation
a. Provide temporary heat as necessary for protection or completion of Work.
b. Provide temporary heat and ventilation to assure safe working conditions.
B. Sanitary Facilities
1. Provide and maintain sanitary facilities for persons on Site.
a. Comply with regulations of State and local departments of health.
2. Enforce use of sanitary facilities by construction personnel at job site.
a. Enclose and anchor sanitary facilities.
b. No discharge will be allowed from these facilities.
c. Collect and store sewage and waste so as not to cause nuisance or health
problem.
d. Haul sewage and waste off-site at no less than weekly intervals and properly
dispose in accordance with applicable regulation.
3. Locate facilities near Work Site and keep clean and maintained throughout Project.
4. Remove facilities at completion of Project
C. Storage Sheds and Buildings
1. Provide adequately ventilated, watertight, weatherproof storage facilities with floor
above ground level for materials and equipment susceptible to weather damage.
2. Storage of materials not susceptible to weather damage may be on blocks off
ground.
3. Store materials in a neat and orderly manner.
a. Place materials and equipment to permit easy access for
identification, inspection and inventory.
4. Equip building with lockable doors and lighting, and provide electrical service for
equipment space heaters and heating or ventilation as necessary to provide storage
environments acceptable to specified manufacturers.
5. Fill and grade site for temporary structures to provide drainage away from
temporary and existing buildings.
6. Remove building from site prior to Final Acceptance.
D. Temporary Fencing
1. Provide and maintain for the duration or construction when required in contract
documents
E. Dust Control
CITY OF FORT WORTH Rosemary Ridge Ph. 5
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS City Project No. 103293
Revised JULY 1, 2011
01 50 00 - 3
DAP TEMPORARY FACILITIES AND CONTROLS
Page 3 of 4
1. Contractor is responsible for maintaining dust control through the duration of the
project.
a. Contractor remains on-call at all times
b. Must respond in a timely manner
F. Temporary Protection of Construction
1. Contractor or subcontractors are responsible for protecting Work from damage due
to weather.
1.5 SUBMITTALS [NOT USED]
1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED]
1.7 CLOSEOUT SUBMITTALS [NOT USED]
1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
1.9 QUALITY ASSURANCE [NOT USED]
1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED]
1.11 FIELD [SITE] CONDITIONS [NOT USED]
1.12 WARRANTY [NOT USED]
PART 2 - PRODUCTS [NOT USED]
PART 3 - EXECUTION [NOT USED]
3.1 INSTALLERS [NOT USED]
3.2 EXAMINATION [NOT USED]
3.3 PREPARATION [NOT USED]
3.4 INSTALLATION
A. Temporary Facilities
1. Maintain all temporary facilities for duration of construction activities as needed.
3.5 [REPAIR] / [RESTORATION]
3.6 RE-INSTALLATION
3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED]
3.8 SYSTEM STARTUP [NOT USED]
3.9 ADJUSTING [NOT USED]
3.10 CLEANING [NOT USED]
3.11 CLOSEOUT ACTIVITIES
A. Temporary Facilities
CITY OF FORT WORTH Rosemary Ridge Ph. 5
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS City Project No. 103293
Revised JULY 1, 2011
01 50 00 - 4
DAP TEMPORARY FACILITIES AND CONTROLS
Page 4 of 4
1. Remove all temporary facilities and restore area after completion of the Work, to a
condition equal to or better than prior to start of Work.
3.12 PROTECTION [NOT USED]
3.13 MAINTENANCE [NOT USED]
3.14 ATTACHMENTS [NOT USED]
END OF SECTION
Revision Log
DATE NAME SUMMARY OF CHANGE
CITY OF FORT WORTH Rosemary Ridge Ph. 5
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS City Project No. 103293
Revised JULY 1, 2011
01 55 26 - 1
DAP STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL
Page 1 of 3
SECTION 01 55 26
STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL
PART 1 - GENERAL
1.1 SUMMARY
A. Section Includes:
1. Administrative procedures for:
a. Street Use Permit
b. Modification of approved traffic control
c. Removal of Street Signs
B. Deviations from this City of Fort Worth Standard Specification
1. None.
C. Related Specification Sections include, but are not necessarily limited to:
1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract
2. Division 1 – General Requirements
3. Section 34 71 13 – Traffic Control
1.2 PRICE AND PAYMENT PROCEDURES
A. Measurement and Payment
1. Work associated with this Item is considered subsidiary to the various Items bid.
No separate payment will be allowed for this Item.
1.3 REFERENCES
A. Reference Standards
1. Reference standards cited in this specification refer to the current reference standard
published at the time of the latest revision date logged at the end of this
specification, unless a date is specifically cited.
2. Texas Manual on Uniform Traffic Control Devices (TMUTCD).
1.4 ADMINISTRATIVE REQUIREMENTS
A. Traffic Control
1. General
a. When traffic control plans are included in the Drawings, provide Traffic
Control in accordance with Drawings and Section 34 71 13.
b. When traffic control plans are not included in the Drawings, prepare traffic
control plans in accordance with Section 34 71 13 and submit to City for
review.
1) Allow minimum 10 working days for review of proposed Traffic Control.
B. Street Use Permit
1. Prior to installation of Traffic Control, a City Street Use Permit is required.
a. To obtain Street Use Permit, submit Traffic Control Plans to City
Transportation and Public Works Department.
CITY OF FORT WORTH Rosemary Ridge Ph. 5
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS City Project No. 103293
Revised July 1, 2011
01 55 26 - 2
DAP STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL
Page 2 of 3
1) Allow a minimum of 5 working days for permit review.
2) Contractor’s responsibility to coordinate review of Traffic Control plans for
Street Use Permit, such that construction is not delayed.
C. Modification to Approved Traffic Control
1. Prior to installation traffic control:
a. Submit revised traffic control plans to City Department Transportation and
Public Works Department.
1) Revise Traffic Control plans in accordance with Section 34 71 13.
2) Allow minimum 5 working days for review of revised Traffic Control.
3) It is the Contractor’s responsibility to coordinate review of Traffic Control
plans for Street Use Permit, such that construction is not delayed.
D. Removal of Street Sign
1. If it is determined that a street sign must be removed for construction, then contact
City Transportation and Public Works Department, Signs and Markings Division to
remove the sign.
E. Temporary Signage
1. In the case of regulatory signs, replace permanent sign with temporary sign meeting
requirements of the latest edition of the Texas Manual on Uniform Traffic Control
Devices (MUTCD).
2. Install temporary sign before the removal of permanent sign.
3. When construction is complete, to the extent that the permanent sign can be
reinstalled, contact the City Transportation and Public Works Department, Signs
and Markings Division, to reinstall the permanent sign.
F. Traffic Control Standards
1. Traffic Control Standards can be found on the City’s Buzzsaw website.
1.5 SUBMITTALS [NOT USED]
1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED]
1.7 CLOSEOUT SUBMITTALS [NOT USED]
1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
1.9 QUALITY ASSURANCE [NOT USED]
1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED]
1.11 FIELD [SITE] CONDITIONS [NOT USED]
1.12 WARRANTY [NOT USED]
PART 2 - PRODUCTS [NOT USED]
PART 3 - EXECUTION [NOT USED]
END OF SECTION
CITY OF FORT WORTH Rosemary Ridge Ph. 5
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS City Project No. 103293
Revised July 1, 2011
01 55 26 - 3
DAP STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL
Page 3 of 3
Revision Log
DATE NAME SUMMARY OF CHANGE
CITY OF FORT WORTH Rosemary Ridge Ph. 5
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS City Project No. 103293
Revised July 1, 2011
01 57 13 - 1
DAP STORM WATER POLLUTION PREVENTION
Page 1 of 3
SECTION 01 57 13
STORM WATER POLLUTION PREVENTION
PART 1 - GENERAL
1.1 SUMMARY
A. Section Includes:
1. Procedures for Storm Water Pollution Prevention Plans
B. Deviations from this City of Fort Worth Standard Specification
1. None.
C. Related Specification Sections include, but are not necessarily limited to:
1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the
Contract
2. Division 1 – General Requirements
3. Section 31 25 00 – Erosion and Sediment Control
1.2 PRICE AND PAYMENT PROCEDURES
A. Measurement and Payment
1. Construction Activities resulting in less than 1 acre of disturbance
a. Work associated with this Item is considered subsidiary to the various Items
bid. No separate payment will be allowed for this Item.
2. Construction Activities resulting in greater than 1 acre of disturbance a.
Measurement and Payment shall be in accordance with Section 31 25 00.
1.3 REFERENCES
A. Abbreviations and Acronyms
1. Notice of Intent: NOI
2. Notice of Termination: NOT
3. Storm Water Pollution Prevention Plan: SWPPP
4. Texas Commission on Environmental Quality: TCEQ
5. Notice of Change: NOC
A. Reference Standards
1. Reference standards cited in this Specification refer to the current reference
standard published at the time of the latest revision date logged at the end of this
Specification, unless a date is specifically cited.
2. Integrated Storm Management (iSWM) Technical Manual for Construction
Controls
1.4 ADMINISTRATIVE REQUIREMENTS
A. General
1. Contractor is responsible for resolution and payment of any fines issued associated
with compliance to Stormwater Pollution Prevention Plan.
CITY OF FORT WORTH Rosemary Ridge Ph. 5
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS City Project No. 103293
Revised July 1, 2011
01 57 13 - 2
DAP STORM WATER POLLUTION PREVENTION
Page 2 of 3
B. Construction Activities resulting in:
1. Less than 1 acre of disturbance
a. Provide erosion and sediment control in accordance with Section 31 25 00 and
Drawings.
2. 1 to less than 5 acres of disturbance
a. Texas Pollutant Discharge Elimination System (TPDES) General Construction
Permit is required
b. Complete SWPPP in accordance with TCEQ requirements
1) TCEQ Small Construction Site Notice Required under general permit
TXR150000
a) Sign and post at job site
b) Prior to Preconstruction Meeting, send 1 copy to City Department of
Transportation and Public Works, Environmental Division, (817) 392-
6088.
2) Provide erosion and sediment control in accordance with:
a) Section 31 25 00
b) The Drawings
c) TXR150000 General Permit
d) SWPPP
e) TCEQ requirements
3. 5 acres or more of Disturbance
a. Texas Pollutant Discharge Elimination System (TPDES) General Construction
Permit is required
b. Complete SWPPP in accordance with TCEQ requirements
1) Prepare a TCEQ NOI form and submit to TCEQ along with required fee
a) Sign and post at job site
b) Send copy to City Department of Transportation and Public Works,
Environmental Division, (817) 392-6088.
2) TCEQ Notice of Change required if making changes or updates to NOI
3) Provide erosion and sediment control in accordance with:
a) Section 31 25 00
b) The Drawings
c) TXR150000 General Permit
d) SWPPP
e) TCEQ requirements
4) Once the project has been completed and all the closeout requirements of
TCEQ have been met a TCEQ Notice of Termination can be submitted.
a) Send copy to City Department of Transportation and Public Works,
Environmental Division, (817) 392-6088.
1.5 SUBMITTALS
A. SWPPP
1. Submit in accordance with Section 01 33 00, except as stated herein.
a. Prior to the Preconstruction Meeting, submit a draft copy of SWPPP to the City
as follows:
1) 1 copy to the City Project Manager
a) City Project Manager will forward to the City Department of
Transportation and Public Works, Environmental Division for review
CITY OF FORT WORTH Rosemary Ridge Ph. 5
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS City Project No. 103293
Revised July 1, 2011
01 57 13 - 3
DAP STORM WATER POLLUTION PREVENTION
Page 3 of 3
B. Modified SWPPP
1. If the SWPPP is revised during construction, resubmit modified SWPPP to the City in
accordance with Section 01 33 00.
1.6 ACTION 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 Rosemary Ridge Ph. 5
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS City Project No. 103293
Revised July 1, 2011
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]
1.9 QUALITY ASSURANCE [NOT USED]
CITY OF FORT WORTH Rosemary Ridge Ph. 5
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS City Project No. 103293
Revised March 20, 2020
01 60 00
DAP PRODUCT REQUIREMENTS
Page 2 of 2
1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED]
1.11 FIELD [SITE] CONDITIONS [NOT USED]
1.12 WARRANTY [NOT USED]
PART 2 - PRODUCTS [NOT USED]
PART 3 - EXECUTION [NOT USED]
END OF SECTION
Revision Log
DATE NAME SUMMARY OF CHANGE
10/12/12 D. Johnson Modified Location of City’s Standard Product List
4/7/2014 M.Domenech Revised for DAP application
03/20/2020 D.V. Magaña Removed reference to Buzzsaw and noted that the City approved products list
is accessible through the City’s website.
CITY OF FORT WORTH Rosemary Ridge Ph. 5
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS City Project No. 103293
Revised March 20, 2020
01 66 00 - 1
DAP PRODUCT STORAGE AND HANDLING REQUIREMENTS
Page 1 of 4
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.
CITY OF FORT WORTH Rosemary Ridge Ph. 5
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS City Project No. 103293
Revised April 7, 2014
01 66 00 - 2
DAP PRODUCT STORAGE AND HANDLING REQUIREMENTS
Page 2 of 4
4. Deliver products or equipment in manufacturer's original unbroken cartons or other
containers designed and constructed to protect the contents from physical or
environmental damage.
5. Clearly and fully mark and identify as to manufacturer, item and installation
location.
6. Provide manufacturer's instructions for storage and handling.
B. Handling Requirements
1. Handle products or equipment in accordance with these Contract Documents and
manufacturer’s recommendations and instructions.
C. Storage Requirements
1. Store materials in accordance with manufacturer’s recommendations and
requirements of these Specifications.
2. Make necessary provisions for safe storage of materials and equipment.
a. Place loose soil materials and materials to be incorporated into Work to prevent
damage to any part of Work or existing facilities and to maintain free access at
all times to all parts of Work and to utility service company installations in
vicinity of Work.
3. Keep materials and equipment neatly and compactly stored in locations that will
cause minimum inconvenience to other contractors, public travel, adjoining owners,
tenants and occupants.
a. Arrange storage to provide easy access for inspection.
4. Restrict storage to areas available on construction site for storage of material and
equipment as shown on Drawings, or approved by City’s Project Representative.
5. Provide off-site storage and protection when on-site storage is not adequate.
a. Provide addresses of and access to off-site storage locations for inspection by
City’s Project Representative.
6. Do not use lawns, grass plots or other private property for storage purposes without
written permission of owner or other person in possession or control of premises.
7. Store in manufacturers’ unopened containers.
8. Neatly, safely and compactly stack materials delivered and stored along line of
Work to avoid inconvenience and damage to property owners and general public
and maintain at least 3 feet from fire hydrant.
9. Keep public and private driveways and street crossings open.
10. Repair or replace damaged lawns, sidewalks, streets or other improvements to
satisfaction of City’s Project Representative.
a. Total length which materials may be distributed along route of construction at
one time is 1,000 linear feet, unless otherwise approved in writing by City’s
Project Representative.
CITY OF FORT WORTH Rosemary Ridge Ph. 5
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS City Project No. 103293
Revised April 7, 2014
01 66 00 - 3
DAP PRODUCT STORAGE AND HANDLING REQUIREMENTS
Page 3 of 4
1.11 FIELD [SITE] CONDITIONS [NOT USED]
1.12 WARRANTY [NOT USED]
PART 2 - PRODUCTS [NOT USED]
PART 3 - EXECUTION
3.1 INSTALLERS [NOT USED]
3.2 EXAMINATION [NOT USED]
3.3 PREPARATION [NOT USED]
3.4 ERECTION [NOT USED]
3.5 REPAIR / RESTORATION [NOT USED]
3.6 RE-INSTALLATION [NOT USED]
3.7 FIELD [OR] SITE QUALITY CONTROL
A. Tests and Inspections
1. Inspect all products or equipment delivered to the site prior to unloading.
B. Non-Conforming Work
1. Reject all products or equipment that are damaged, used or in any other way
unsatisfactory for use on the project.
3.8 SYSTEM STARTUP [NOT USED]
3.9 ADJUSTING [NOT USED]
3.10 CLEANING [NOT USED]
3.11 CLOSEOUT ACTIVITIES [NOT USED]
3.12 PROTECTION
A. Protect all products or equipment in accordance with manufacturer's written directions.
B. Store products or equipment in location to avoid physical damage to items while in
storage.
C. Protect equipment from exposure to elements and keep thoroughly dry if required by
the manufacturer.
3.13 MAINTENANCE [NOT USED]
3.14 ATTACHMENTS [NOT USED]
END OF SECTION
CITY OF FORT WORTH Rosemary Ridge Ph. 5
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS City Project No. 103293
Revised April 7, 2014
01 66 00 - 4
DAP PRODUCT STORAGE AND HANDLING REQUIREMENTS
Page 4 of 4
Revision Log
DATE NAME SUMMARY OF CHANGE
CITY OF FORT WORTH Rosemary Ridge Ph. 5
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS City Project No. 103293
Revised April 7, 2014
01 70 00 - 1
DAP MOBILIZATION AND REMOBILIZATION
Page 1 of 4
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.
b) Stand-by or idle time
c) Lost profits
3. Mobilizations and Demobilization for Miscellaneous Projects
a. Mobilization and Demobilization
CITY OF FORT WORTH Rosemary Ridge Ph. 5
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS City Project No. 103293
Revised April 7, 2014
01 70 00 - 2
DAP MOBILIZATION AND REMOBILIZATION
Page 2 of 4
1) Mobilization shall consist of the activities and cost on a Work Order basis
necessary for:
a) Transportation of Contractor’s personnel, equipment, and
operating supplies to the Site for the issued Work Order.
b) Establishment of necessary general facilities for the Contractor’s
operation at the Site for the issued Work Order
2) Demobilization shall consist of the activities and cost necessary for:
a) Transportation of Contractor’s personnel, equipment, and
operating supplies from the Site including disassembly for each
issued Work Order
b) Site Clean-up for each issued Work Order
c) Removal of all buildings or other facilities assembled at the Site
for each Work Oder
b. Mobilization and Demobilization do not include activities for specific items of
work for which payment is provided elsewhere in the contract.
4. Emergency Mobilizations and Demobilization for Miscellaneous Projects
a. A Mobilization for Miscellaneous Projects when directed by the City and the
mobilization occurs within 24 hours of the issuance of the Work Order.
B. Deviations from this City of Fort Worth Standard Specification
1. None.
C. Related Specification Sections include, but are not necessarily limited to:
1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract
2. Division 1 – General Requirements
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
price per each “Specified Remobilization” in accordance with Contract
Documents.
c. The price shall include:
1) Demobilization as described in Section 1.1.A.2.a.1)
2) Remobilization as described in Section 1.1.A.2.a.2)
d. No payments will be made for standby, idle time, or lost profits associated this
Item.
CITY OF FORT WORTH Rosemary Ridge Ph. 5
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS City Project No. 103293
Revised April 7, 2014
01 70 00 - 3
DAP MOBILIZATION AND REMOBILIZATION
Page 3 of 4
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]
1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED]
1.5 SUBMITTALS [NOT USED]
1.6 INFORMATIONAL SUBMITTALS [NOT USED]
1.7 CLOSEOUT SUBMITTALS [NOT USED]
1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
1.9 QUALITY ASSURANCE [NOT USED]
1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED]
CITY OF FORT WORTH Rosemary Ridge Ph. 5
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS City Project No. 103293
Revised April 7, 2014
01 70 00 - 4
DAP MOBILIZATION AND REMOBILIZATION
Page 4 of 4
1.11 FIELD [SITE] CONDITIONS [NOT USED]
1.12 WARRANTY [NOT USED]
PART 2 - PRODUCTS [NOT USED]
PART 3 - EXECUTION [NOT USED]
END OF SECTION
Revision Log
DATE NAME SUMMARY OF CHANGE
CITY OF FORT WORTH Rosemary Ridge Ph. 5
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS City Project No. 103293
Revised April 7, 2014
01 71 23 - 1
CONSTRUCTION STAKING AND SURVEY
Page 1 of 8
CITY OF FORT WORTH Rosemary Ridge Ph. 5
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS City Project No. 103293
Revised February 14, 2018
SECTION 01 71 23 1
CONSTRUCTION STAKING AND SURVEY 2
PART 1 - GENERAL 3
1.1 SUMMARY 4
A. Section Includes: 5
1. Requirements for construction staking and construction survey 6
B. Deviations from this City of Fort Worth Standard Specification 7
1. See Changes (Highlighted in Yellow). 8
C. Related Specification Sections include, but are not necessarily limited to: 9
1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract 10
2. Division 1 – General Requirements 11
1.2 PRICE AND PAYMENT PROCEDURES 12
A. Measurement and Payment 13
1. Construction Staking 14
a. Measurement 15
1) This Item is considered subsidiary to the various Items bid. 16
b. Payment 17
1) The work performed and the materials furnished in accordance with this 18
Item are subsidiary to the various Items bid and no other compensation will 19
be allowed. 20
2. Construction Survey 21
a. Measurement 22
1) This Item is considered subsidiary to the various Items bid. 23
b. Payment 24
1) The work performed and the materials furnished in accordance with this 25
Item are subsidiary to the various Items bid and no other compensation will be 26
allowed. 27
3. As-Built Survey 28
a. Measurement 29
1) This Item is considered subsidiary to the various Items bid. 30
b. Payment 31
1) The work performed and the materials furnished in accordance with this 32
Item are subsidiary to the various Items bid and no other compensation will be 33
allowed. 34
35
36
37
38
39
40
01 71 23 - 2
CONSTRUCTION STAKING AND SURVEY
Page 2 of 8
CITY OF FORT WORTH Rosemary Ridge Ph. 5
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS City Project No. 103293
Revised February 14, 2018
1.3 REFERENCES 1
A. Definitions 2
1. Construction Survey - The survey measurements made prior to or while 3
construction is in progress to control elevation, horizontal position, dimensions and 4
configuration of structures/improvements included in the Project Drawings. 5
2. As-built Survey –The measurements made after the construction of the 6
improvement features are complete to provide position coordinates for the features 7
of a project. 8
3. Construction Staking – The placement of stakes and markings to provide offsets 9
and elevations to cut and fill in order to locate on the ground the designed 10
structures/improvements included in the Project Drawings. Construction staking 11
shall include staking easements and/or right of way if indicated on the plans. 12
4. Survey “Field Checks” – Measurements made after construction staking is 13
completed and before construction work begins to ensure that structures marked on 14
the ground are accurately located per Project Drawings. 15
B. Technical References 16
1. City of Fort Worth – Construction Staking Standards (available on City’s Buzzsaw 17
website) – 01 71 23.16.01_ Attachment A_Survey Staking Standards 18
2. City of Fort Worth - Standard Survey Data Collector Library (fxl) files (available 19
on City’s Buzzsaw website). 20
3. Texas Department of Transportation (TxDOT) Survey Manual, latest revision 21
4. Texas Society of Professional Land Surveyors (TSPS), Manual of Practice for Land 22
Surveying in the State of Texas, Category 5 23
24
1.4 ADMINISTRATIVE REQUIREMENTS 25
A. The Contractor’s selection of a surveyor must comply with Texas Government 26
Code 2254 (qualifications based selection) for this project. 27
1.5 SUBMITTALS 28
A. Submittals, if required, shall be in accordance with Section 01 33 00. 29
B. All submittals shall be received and reviewed by the City prior to delivery of work. 30
1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 31
A. Field Quality Control Submittals 32
1. Documentation verifying accuracy of field engineering work, including coordinate 33
conversions if plans do not indicate grid or ground coordinates. 34
2. Submit “Cut-Sheets” conforming to the standard template provided by the City 35
(refer to 01 71 23.16.01 – Attachment A – Survey Staking Standards). 36
37
1.7 CLOSEOUT SUBMITTALS 38
B. As-built Redline Drawing Submittal 39
01 71 23 - 3
CONSTRUCTION STAKING AND SURVEY
Page 3 of 8
CITY OF FORT WORTH Rosemary Ridge Ph. 5
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS City Project No. 103293
Revised February 14, 2018
1. Submit As-Built Survey Redline Drawings documenting the locations/elevations of 1
constructed improvements signed and sealed by Registered Professional Land 2
Surveyor (RPLS) responsible for the work (refer to 01 71 23.16.01 – Attachment A 3
– Survey Staking Standards) . 4
2. Contractor shall submit the proposed as-built and completed redline drawing 5
submittal one (1) week prior to scheduling the project final inspection for City 6
review and comment. Revisions, if necessary, shall be made to the as-built redline 7
drawings and resubmitted to the City prior to scheduling the construction final 8
inspection. 9
1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 10
1.9 QUALITY ASSURANCE 11
A. Construction Staking 12
1. Construction staking will be performed by the Contractor. 13
2. Coordination 14
a. Contact City and Developer’s Project Representative at least one week in 15
advance notifying the City of when Construction Staking is scheduled. 16
b. It is the Contractor’s responsibility to coordinate staking such that 17
construction activities are not delayed or negatively impacted. 18
3. General 19
a. Contractor is responsible for preserving and maintaining stakes. If City 20
surveyors or Developer’s Project Representative are required to re-stake for 21
any reason, the Contractor will be responsible for costs to perform staking. If 22
in the opinion of the City, a sufficient number of stakes or markings have been 23
lost, destroyed disturbed or omitted that the contracted Work cannot take place 24
then the Contractor will be required to stake or re-stake the deficient areas. 25
B. Construction Survey 26
1. Construction Survey will be performed by the Contractor. 27
2. Coordination 28
a. Contractor to verify that horizontal and vertical control data established in the 29
design survey and required for construction survey is available and in place. 30
3. General 31
a. Construction survey will be performed in order to construct the work shown 32
on the Construction Drawings and specified in the Contract Documents. 33
b. For construction methods other than open cut, the Contractor shall perform 34
construction survey and verify control data including, but not limited to, the 35
following: 36
1) Verification that established benchmarks and control are accurate. 37
2) Use of Benchmarks to furnish and maintain all reference lines and grades 38
for tunneling. 39
3) Use of line and grades to establish the location of the pipe. 40
4) Submit to the City copies of field notes used to establish all lines and 41
grades, if requested, and allow the City to check guidance system setup prior 42
to beginning each tunneling drive. 43
5) Provide access for the City, if requested, to verify the guidance system and 44
the line and grade of the carrier pipe. 45
01 71 23 - 4
CONSTRUCTION STAKING AND SURVEY
Page 4 of 8
CITY OF FORT WORTH Rosemary Ridge Ph. 5
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS City Project No. 103293
Revised February 14, 2018
6) The Contractor remains fully responsible for the accuracy of the work and 1
correction of it, as required. 2
7) Monitor line and grade continuously during construction. 3
8) Record deviation with respect to design line and grade once at each pipe 4
joint and submit daily records to the City. 5
9) If the installation does not meet the specified tolerances (as outlined in 6
Sections 33 05 23 and/or 33 05 24), immediately notify the City and correct 7
the installation in accordance with the Contract Documents. 8
C. As-Built Survey 9
1. Required As-Built Survey will be performed by the Contractor. 10
2. Coordination 11
a. Contractor is to coordinate with City to confirm which features require as-12
built surveying. 13
b. It is the Contractor’s responsibility to coordinate the as-built survey and 14
required measurements for items that are to be buried such that construction 15
activities are not delayed or negatively impacted. 16
c. For sewer mains and water mains 12” and under in diameter, it is acceptable 17
to physically measure depth and mark the location during the progress of 18
construction and take as-built survey after the facility has been buried. The 19
Contractor is responsible for the quality control needed to ensure accuracy. 20
3. General 21
a. The Contractor shall provide as-built survey including the elevation and 22
location (and provide written documentation to the City) of construction 23
features during the progress of the construction including the following: 24
1) Water Lines 25
a) Top of pipe elevations and coordinates for waterlines at the following 26
locations: 27
(1) Minimum every 250 linear feet, including 28
(2) Horizontal and vertical points of inflection, curvature, 29
etc. 30
(3) Fire line tee 31
(4) Plugs, stub-outs, dead-end lines 32
(5) Casing pipe (each end) and all buried fittings 33
2) Sanitary Sewer 34
a) Top of pipe elevations and coordinates for force mains and siphon 35
sanitary sewer lines (non-gravity facilities) at the following locations: 36
(1) Minimum every 250 linear feet and any buried fittings 37
(2) Horizontal and vertical points of inflection, curvature, 38
etc. 39
3) Stormwater – Not Applicable 40
b. The Contractor shall provide as-built survey including the elevation and 41
location (and provide written documentation to the City) of construction 42
features after the construction is completed including the following: 43
1) Manholes 44
a) Rim and flowline elevations and coordinates for each manhole 45
2) Water Lines 46
a) Cathodic protection test stations 47
b) Sampling stations 48
c) Meter boxes/vaults (All sizes) 49
01 71 23 - 5
CONSTRUCTION STAKING AND SURVEY
Page 5 of 8
CITY OF FORT WORTH Rosemary Ridge Ph. 5
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS City Project No. 103293
Revised February 14, 2018
d) Fire hydrants 1
e) Valves (gate, butterfly, etc.) 2
f) Air Release valves (Manhole rim and vent pipe) 3
g) Blow off valves (Manhole rim and valve lid) 4
h) Pressure plane valves 5
i) Underground Vaults 6
(1) Rim and flowline elevations and coordinates for each 7
Underground Vault. 8
3) Sanitary Sewer 9
a) Cleanouts 10
(1) Rim and flowline elevations and coordinates for each 11
b) Manholes and Junction Structures 12
(1) Rim and flowline elevations and coordinates for each 13
manhole and junction structure. 14
4) Stormwater – Not Applicable 15
1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 16
1.11 FIELD [SITE] CONDITIONS [NOT USED] 17
1.12 WARRANTY 18
PART 2 - PRODUCTS 19
A. A construction survey will produce, but will not be limited to: 20
1. Recovery of relevant control points, points of curvature and points of intersection. 21
2. Establish temporary horizontal and vertical control elevations (benchmarks) 22
sufficiently permanent and located in a manner to be used throughout construction. 23
3. The location of planned facilities, easements and improvements. 24
a. Establishing final line and grade stakes for piers, floors, grade beams, parking 25
areas, utilities, streets, highways, tunnels, and other construction. 26
b. A record of revisions or corrections noted in an orderly manner for reference. 27
c. A drawing, when required by the client, indicating the horizontal and vertical 28
location of facilities, easements and improvements, as built. 29
4. Cut sheets shall be provided to the City inspector and Survey Superintendent for all 30
construction staking projects. These cut sheets shall be on the standard city template 31
which can be obtained from the Survey Superintendent (817-392-7925). 32
5. Digital survey files in the following formats shall be acceptable: 33
a. AutoCAD (.dwg) 34
b. ESRI Shapefile (.shp) 35
c. CSV file (.csv), formatted with X and Y coordinates in separate columns (use 36
standard templates, if available) 37
6. Survey files shall include vertical and horizontal data tied to original project 38
control and benchmarks, and shall include feature descriptions 39
PART 3 - EXECUTION 40
3.1 INSTALLERS 41
01 71 23 - 6
CONSTRUCTION STAKING AND SURVEY
Page 6 of 8
CITY OF FORT WORTH Rosemary Ridge Ph. 5
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS City Project No. 103293
Revised February 14, 2018
A. Tolerances: 1
1. The staked location of any improvement or facility should be as accurate as 2
practical and necessary. The degree of precision required is dependent on many 3
factors all of which must remain judgmental. The tolerances listed hereafter are 4
based on generalities and, under certain circumstances, shall yield to specific 5
requirements. The surveyor shall assess any situation by review of the overall plans 6
and through consultation with responsible parties as to the need for specific 7
tolerances. 8
a. Earthwork: Grades for earthwork or rough cut should not exceed 0.1 ft. vertical 9
tolerance. Horizontal alignment for earthwork and rough cut should not exceed 10
1.0 ft. tolerance. 11
b. Horizontal alignment on a structure shall be within .0.1ft tolerance. 12
c. Paving or concrete for streets, curbs, gutters, parking areas, drives, alleys and 13
walkways shall be located within the confines of the site boundaries and, 14
occasionally, along a boundary or any other restrictive line. Away from any 15
restrictive line, these facilities should be staked with an accuracy producing no 16
more than 0.05ft. tolerance from their specified locations. 17
d. Underground and overhead utilities, such as sewers, gas, water, telephone and 18
electric lines, shall be located horizontally within their prescribed areas or 19
easements. Within assigned areas, these utilities should be staked with an 20
accuracy producing no more than 0.1 ft tolerance from a specified location. 21
e. The accuracy required for the vertical location of utilities varies widely. Many 22
underground utilities require only a minimum cover and a tolerance of 0.1 ft. 23
should be maintained. Underground and overhead utilities on planned profile, 24
but not depending on gravity flow for performance, should not exceed 0.1 ft. 25
tolerance. 26
B. Surveying instruments shall be kept in close adjustment according to manufacturer’s 27
specifications or in compliance to standards. The City reserves the right to request a 28
calibration report at any time and recommends regular maintenance schedule be 29
performed by a certified technician every 6 months. 30
1. Field measurements of angles and distances shall be done in such fashion as to 31
satisfy the closures and tolerances expressed in Part 3.1.A. 32
2. Vertical locations shall be established from a pre-established benchmark and 33
checked by closing to a different bench mark on the same datum. 34
3. Construction survey field work shall correspond to the client’s plans. Irregularities 35
or conflicts found shall be reported promptly to the City. 36
4. Revisions, corrections and other pertinent data shall be logged for future reference. 37
38
3.2 EXAMINATION [NOT USED] 39
3.3 PREPARATION [NOT USED] 40
3.4 APPLICATION 41
3.5 REPAIR / RESTORATION 42
A. If the Contractor’s work damages or destroys one or more of the control 43
monuments/points set by the City or Developer’s Project Representative, the monuments 44
shall be adequately referenced for expedient restoration. 45
01 71 23 - 7
CONSTRUCTION STAKING AND SURVEY
Page 7 of 8
CITY OF FORT WORTH Rosemary Ridge Ph. 5
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS City Project No. 103293
Revised February 14, 2018
1. Notify City or Developer’s Project Representative if any control data needs to be 1
restored or replaced due to damage caused during construction operations. 2
a. Contractor shall perform replacements and/or restorations. 3
b. The City or Developer’s Project Representative may require at any time a 4
survey “Field Check” of any monument or benchmarks that are set be verified 5
by the City surveyors or Developer’s Project Representative before further 6
associated work can move forward. 7
3.6 RE-INSTALLATION [NOT USED] 8
3.7 FIELD [OR] SITE QUALITY CONTROL 9
A. It is the Contractor’s responsibility to maintain all stakes and control data placed by the 10
City or Developer’s Project Representative in accordance with this Specification. This 11
includes easements and right of way, if noted on the plans. 12
B. Do not change or relocate stakes or control data without approval from the City. 13
3.8 SYSTEM STARTUP 14
A. Survey Checks 15
1. The City reserves the right to perform a Survey Check at any time deemed 16
necessary. 17
2. Checks by City personnel or 3rd party contracted surveyor are not intended to 18
relieve the contractor of his/her responsibility for accuracy. 19
20
3.9 ADJUSTING [NOT USED] 21
3.10 CLEANING [NOT USED] 22
3.11 CLOSEOUT ACTIVITIES [NOT USED] 23
3.12 PROTECTION [NOT USED] 24
3.13 MAINTENANCE [NOT USED] 25
3.14 ATTACHMENTS [NOT USED] 26
END OF SECTION 27
28
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
01 71 23 - 8
CONSTRUCTION STAKING AND SURVEY
Page 8 of 8
CITY OF FORT WORTH Rosemary Ridge Ph. 5
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS City Project No. 103293
Revised February 14, 2018
measurement criteria; revised list of items requiring as-built survey “during” and
“after” construction; and revised acceptable digital survey file format
1
01 74 23 - 1
DAP CLEANING
Page 1 of 4
1 SECTION 01 74 23
2 CLEANING
3 PART 1 - GENERAL
4 1.1 SUMMARY
5 A. Section Includes:
6 1. Intermediate and final cleaning for Work not including special cleaning of closed
7 systems specified elsewhere
8 B. Deviations from this City of Fort Worth Standard Specification
9 1. None.
10 C. Related Specification Sections include, but are not necessarily limited to:
11 1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract
12 2. Division 1 – General Requirements
13 3. Section 32 92 13 – Hydro-Mulching, Seeding and Sodding
14 1.2 PRICE AND PAYMENT PROCEDURES
15 A. Measurement and Payment
16 1. Work associated with this Item is considered subsidiary to the various Items bid.
17 No separate payment will be allowed for this Item.
18 1.3 REFERENCES [NOT USED]
19 1.4 ADMINISTRATIVE REQUIREMENTS
20 A. Scheduling
21 1. Schedule cleaning operations so that dust and other contaminants disturbed by
22 cleaning process will not fall on newly painted surfaces.
23 2. Schedule final cleaning upon completion of Work and immediately prior to final
24 inspection.
25 1.5 SUBMITTALS [NOT USED]
26 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED]
27 1.7 CLOSEOUT SUBMITTALS [NOT USED]
28 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
29 1.9 QUALITY ASSURANCE [NOT USED]
30 1.10 STORAGE, AND HANDLING
31 A. Storage and Handling Requirements
32 1. Store cleaning products and cleaning wastes in containers specifically designed for
33 those materials.
CITY OF FORT WORTH Rosemary Ridge Phase 5
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS City Project No. 103293
Revised April 7, 2014
01 74 23 - 2
DAP CLEANING
Page 2 of 4
1 1.11 FIELD [SITE] CONDITIONS [NOT USED]
2 1.12 WARRANTY [NOT USED]
3 PART 2 - PRODUCTS
4 2.1 OWNER-FURNISHED [OR] OWNER-SUPPLIEDPRODUCTS [NOT USED]
5 2.2 MATERIALS
6 A. Cleaning Agents
7 1. Compatible with surface being cleaned
8 2. New and uncontaminated
9 3. For manufactured surfaces
10 a. Material recommended by manufacturer
11 2.3 ACCESSORIES [NOT USED]
12 2.4 SOURCE QUALITY CONTROL [NOT USED]
13 PART 3 - EXECUTION
14 3.1 INSTALLERS [NOT USED]
15 3.2 EXAMINATION [NOT USED]
16 3.3 PREPARATION [NOT USED]
17 3.4 APPLICATION [NOT USED]
18 3.5 REPAIR / RESTORATION [NOT USED]
19 3.6 RE-INSTALLATION [NOT USED]
20 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED]
21 3.8 SYSTEM STARTUP [NOT USED]
22 3.9 ADJUSTING [NOT USED]
23 3.10 CLEANING
24 A. General
25 1. Prevent accumulation of wastes that create hazardous conditions.
26 2. Conduct cleaning and disposal operations to comply with laws and safety orders of
27 governing authorities.
28 3. Do not dispose of volatile wastes such as mineral spirits, oil or paint thinner in
29 storm or sanitary drains or sewers.
30 4. Dispose of degradable debris at an approved solid waste disposal site.
31 5. Dispose of nondegradable debris at an approved solid waste disposal site or in an
32 alternate manner approved by City and regulatory agencies.
CITY OF FORT WORTH Rosemary Ridge Phase 5
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS City Project No. 103293
Revised April 7, 2014
01 74 23 - 3
DAP CLEANING
Page 3 of 4
1 6. Handle materials in a controlled manner with as few handlings as possible.
2 7. Thoroughly clean, sweep, wash and polish all Work and equipment associated with
3 this project.
4 8. Remove all signs of temporary construction and activities incidental to construction
5 of required permanent Work.
6 9. If project is not cleaned to the satisfaction of the City, the City reserves the right to
7 have the cleaning completed at the expense of the Contractor.
8 10. Do not burn on-site.
9 B. Intermediate Cleaning during Construction
10 1. Keep Work areas clean so as not to hinder health, safety or convenience of
11 personnel in existing facility operations.
12 2. At maximum weekly intervals, dispose of waste materials, debris and rubbish.
13 3. Confine construction debris daily in strategically located container(s):
14 a. Cover to prevent blowing by wind
15 b. Store debris away from construction or operational activities
16 c. Haul from site at a minimum of once per week
17 4. Vacuum clean interior areas when ready to receive finish painting.
18 a. Continue vacuum cleaning on an as-needed basis, until Final Acceptance.
19 5. Prior to storm events, thoroughly clean site of all loose or unsecured items, which
20 may become airborne or transported by flowing water during the storm.
21 C. Exterior (Site or Right of Way) Final Cleaning
22 1. Remove trash and debris containers from site.
23 a. Re-seed areas disturbed by location of trash and debris containers in accordance
24 with Section 32 92 13.
25 2. Sweep roadway to remove all rocks, pieces of asphalt, concrete or any other object
26 that may hinder or disrupt the flow of traffic along the roadway.
27 3. Clean any interior areas including, but not limited to, vaults, manholes, structures,
28 junction boxes and inlets.
29 4. If no longer required for maintenance of erosion facilities, and upon approval by
30 City, remove erosion control from site.
31 5. Clean signs, lights, signals, etc.
32 3.11 CLOSEOUT ACTIVITIES [NOT USED]
33 3.12 PROTECTION [NOT USED]
34 3.13 MAINTENANCE [NOT USED]
35 3.14 ATTACHMENTS [NOT USED]
36
37
38
39
40
CITY OF FORT WORTH Rosemary Ridge Phase 5
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS City Project No. 103293
Revised April 7, 2014
01 74 23 - 4
DAP CLEANING
01 77 19 - 1
DAP CLOSEOUT REQUIREMENTS
Page 1 of 3
1 SECTION 01 77 19
2 CLOSEOUT REQUIREMENTS
3 PART 1 - GENERAL
4 1.1 SUMMARY
5 A. Section Includes:
6 1. The procedure for closing out a contract
7 B. Deviations from this City of Fort Worth Standard Specification
8 1. None.
9 C. Related Specification Sections include, but are not necessarily limited to:
10 1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract
11 2. Division 1 – General Requirements
12 1.2 PRICE AND PAYMENT PROCEDURES
13 A. Measurement and Payment
14 1. Work associated with this Item is considered subsidiary to the various Items bid.
15 No separate payment will be allowed for this Item.
16 1.3 REFERENCES [NOT USED]
17 1.4 ADMINISTRATIVE REQUIREMENTS
18 A. Guarantees, Bonds and Affidavits
19 1. No application for final payment will be accepted until all guarantees, bonds,
20 certificates, licenses and affidavits required for Work or equipment as specified are
21 satisfactorily filed with the City.
22 B. Release of Liens or Claims
23 1. No application for final payment will be accepted until satisfactory evidence of
24 release of liens has been submitted to the City.
25 1.5 SUBMITTALS
26 A. Submit all required documentation to City’s Project Representative.
CITY OF FORT WORTH Rosemary Ridge Phase 5
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS City Project No. 103293
Revised April 7, 2014
01 77 19 - 2
DAP CLOSEOUT REQUIREMENTS
Page 2 of 3
1 1.6 INFORMATIONAL SUBMITTALS [NOT USED]
2 1.7 CLOSEOUT SUBMITTALS [NOT USED]
3 PART 2 - PRODUCTS [NOT USED]
4 PART 3 - EXECUTION
5 3.1 INSTALLERS [NOT USED]
6 3.2 EXAMINATION [NOT USED]
7 3.3 PREPARATION [NOT USED]
8 3.4 CLOSEOUT PROCEDURE
9 A. Prior to requesting Final Inspection, submit:
10 1. Project Record Documents in accordance with Section 01 78 39
11 2. Operation and Maintenance Data, if required, in accordance with Section 01 78 23
12 B. Prior to requesting Final Inspection, perform final cleaning in accordance with Section
13 01 74 23.
14 C. Final Inspection
15 1. After final cleaning, provide notice to the City Project Representative that the Work
16 is completed.
17 a. The City will make an initial Final Inspection with the Contractor present.
18 b. Upon completion of this inspection, the City will notify the Contractor, in
19 writing within 10 business days, of any particulars in which this inspection
20 reveals that the Work is defective or incomplete.
21 2. Upon receiving written notice from the City, immediately undertake the Work
22 required to remedy deficiencies and complete the Work to the satisfaction of the
23 City.
24 3. Upon completion of Work associated with the items listed in the City's written
25 notice, inform the City, that the required Work has been completed. Upon receipt
26 of this notice, the City, in the presence of the Contractor, will make a subsequent
27 Final Inspection of the project.
28 4. Provide all special accessories required to place each item of equipment in full
29 operation. These special accessory items include, but are not limited to:
30 a. Specified spare parts
31 b. Adequate oil and grease as required for the first lubrication of the equipment
32 c. Initial fill up of all chemical tanks and fuel tanks
33 d. Light bulbs
34 e. Fuses
35 f. Vault keys
36 g. Handwheels
37 h. Other expendable items as required for initial start-up and operation of all
38 equipment
39 D. Notice of Project Completion
CITY OF FORT WORTH Rosemary Ridge Phase 5
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS City Project No. 103293
Revised April 7, 2014
01 77 19 - 3
DAP CLOSEOUT REQUIREMENTS
Page 3 of 3
1 1. Once the City Project Representative finds the Work subsequent to Final Inspection
2 to be satisfactory, the City will issue a Notice of Project Completion (Green Sheet).
3 E. Supporting Documentation
4 1. Coordinate with the City Project Representative to complete the following
5 additional forms:
6 a. Final Payment Request
7 b. Statement of Contract Time
8 c. Affidavit of Payment and Release of Liens
9 d. Consent of Surety to Final Payment
10 e. Pipe Report (if required)
11 f. Contractor’s Evaluation of City
12 g. Performance Evaluation of Contractor
13 F. Letter of Final Acceptance
14 1. Upon review and acceptance of Notice of Project Completion and Supporting
15 Documentation, in accordance with General Conditions, City will issue Letter of
16 Final Acceptance and release the Final Payment Request for payment.
17 3.5 REPAIR / RESTORATION [NOT USED]
18 3.6 RE-INSTALLATION [NOT USED]
19 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED]
20 3.8 SYSTEM STARTUP [NOT USED]
21 3.9 ADJUSTING [NOT USED]
22 3.10 CLEANING [NOT USED]
23 3.11 CLOSEOUT ACTIVITIES [NOT USED]
24 3.12 PROTECTION [NOT USED]
25 3.13 MAINTENANCE [NOT USED]
26 3.14 ATTACHMENTS [NOT USED]
27 END OF SECTION
28
Revision Log
DATE NAME SUMMARY OF CHANGE
4/7/2014 M. Domenech Revised for DAP application
CITY OF FORT WORTH Rosemary Ridge Phase 5
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS City Project No. 103293
Revised April 7, 2014
Page 4 of 4
1 END OF SECTION
Revision Log
DATE NAME SUMMARY OF CHANGE
CITY OF FORT WORTH Rosemary Ridge Phase 5
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS City Project No. 103293
Revised April 7, 2014
01 78 39 - 1
DAP PROJECT RECORD DOCUMENTS
Page 1 of 4
1 SECTION 01 78 39
2 PROJECT RECORD DOCUMENTS
3 PART 1 - GENERAL
4 1.1 SUMMARY
5 A. Section Includes:
6 1. Work associated with the documenting the project and recording changes to project
7 documents, including:
8 a. Record Drawings
9 b. Water Meter Service Reports
10 c. Sanitary Sewer Service Reports
11 d. Large Water Meter Reports
12 B. Deviations from this City of Fort Worth Standard Specification
13 1. None.
14 C. Related Specification Sections include, but are not necessarily limited to:
15 1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract
16 2. Division 1 – General Requirements
17 1.2 PRICE AND PAYMENT PROCEDURES
18 A. Measurement and Payment
19 1. Work associated with this Item is considered subsidiary to the various Items bid.
20 No separate payment will be allowed for this Item.
21 1.3 REFERENCES [NOT USED]
22 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED]
23 1.5 SUBMITTALS
24 A. Prior to submitting a request for Final Inspection, deliver Project Record Documents to
25 City’s Project Representative.
26 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED]
27 1.7 CLOSEOUT SUBMITTALS [NOT USED]
28 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
29 1.9 QUALITY ASSURANCE
30 A. Accuracy of Records
31 1. Thoroughly coordinate changes within the Record Documents, making adequate
32 and proper entries on each page of Specifications and each sheet of Drawings and
33 other Documents where such entry is required to show the change properly.
34 2. Accuracy of records shall be such that future search for items shown in the Contract
35 Documents may rely reasonably on information obtained from the approved Project
36 Record Documents.
CITY OF FORT WORTH Rosemary Ridge Phase 5
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS City Project No. 103293
Revised April 7, 2014
01 78 39 - 2
DAP PROJECT RECORD DOCUMENTS
Page 2 of 4
1 3. To facilitate accuracy of records, make entries within 24 hours after receipt of
2 information that the change has occurred.
3 4. Provide factual information regarding all aspects of the Work, both concealed and
4 visible, to enable future modification of the Work to proceed without lengthy and
5 expensive site measurement, investigation and examination.
6 1.10 STORAGE AND HANDLING
7 A. Storage and Handling Requirements
8 1. Maintain the job set of Record Documents completely protected from deterioration
9 and from loss and damage until completion of the Work and transfer of all recorded
10 data to the final Project Record Documents.
11 2. In the event of loss of recorded data, use means necessary to again secure the data
12 to the City's approval.
13 a. In such case, provide replacements to the standards originally required by the
14 Contract Documents.
15 1.11 FIELD [SITE] CONDITIONS [NOT USED]
16 1.12 WARRANTY [NOT USED]
17 PART 2 - PRODUCTS
18 2.1 OWNER-FURNISHED [OR] OWNER-SUPPLIED PRODUCTS [NOT USED]
19 2.2 RECORD DOCUMENTS
20 A. Job set
21 1. Promptly following receipt of the Notice to Proceed, secure from the City, at no
22 charge to the Contractor, 1 complete set of all Documents comprising the Contract.
23 B. Final Record Documents
24 1. At a time nearing the completion of the Work and prior to Final Inspection, provide
25 the City 1 complete set of all Final Record Drawings in the Contract.
26 2.3 ACCESSORIES [NOT USED]
27 2.4 SOURCE QUALITY CONTROL [NOT USED]
28 PART 3 - EXECUTION
29 3.1 INSTALLERS [NOT USED]
30 3.2 EXAMINATION [NOT USED]
31 3.3 PREPARATION [NOT USED]
32 3.4 MAINTENANCE DOCUMENTS
33 A. Maintenance of Job Set
34 1. Immediately upon receipt of the job set, identify each of the Documents with the
35 title, "RECORD DOCUMENTS - JOB SET".
CITY OF FORT WORTH Rosemary Ridge Phase 5
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS City Project No. 103293
Revised April 7, 2014
01 78 39 - 3
DAP PROJECT RECORD DOCUMENTS
Page 3 of 4
1 2. Preservation
2 a. Considering the Contract completion time, the probable number of occasions
3 upon which the job set must be taken out for new entries and for examination,
4 and the conditions under which these activities will be performed, devise a
5 suitable method for protecting the job set.
6 b. Do not use the job set for any purpose except entry of new data and for review
7 by the City, until start of transfer of data to final Project Record Documents.
8 c. Maintain the job set at the site of work.
9 3. Coordination with Construction Survey
10 a. At a minimum clearly mark any deviations from Contract Documents
11 associated with installation of the infrastructure.
12 4. Making entries on Drawings
13 a. Record any deviations from Contract Documents.
14 b. Use an erasable colored pencil (not ink or indelible pencil), clearly describe the
15 change by graphic line and note as required.
16 c. Date all entries.
17 d. Call attention to the entry by a "cloud" drawn around the area or areas affected.
18 e. In the event of overlapping changes, use different colors for the overlapping
19 changes.
20 5. Conversion of schematic layouts
21 a. In some cases on the Drawings, arrangements of conduits, circuits, piping,
22 ducts, and similar items, are shown schematically and are not intended to
23 portray precise physical layout.
24 1) Final physical arrangement is determined by the Contractor, subject to the
25 City's approval.
26 2) However, design of future modifications of the facility may require
27 accurate information as to the final physical layout of items which are
28 shown only schematically on the Drawings.
29 b. Show on the job set of Record Drawings, by dimension accurate to within 1
30 inch, the centerline of each run of items.
31 1) Final physical arrangement is determined by the Contractor, subject to the
32 City's approval.
33 2) Show, by symbol or note, the vertical location of the Item ("under slab", "in
34 ceiling plenum", "exposed", and the like).
35 3) Make all identification sufficiently descriptive that it may be related
36 reliably to the Specifications.
37 c. The City may waive the requirements for conversion of schematic layouts
38 where, in the City's judgment, conversion serves no useful purpose. However,
39 do not rely upon waivers being issued except as specifically issued in writing
40 by the City.
41 B. Final Project Record Documents
42 1. Transfer of data to Drawings
43 a. Carefully transfer change data shown on the job set of Record Drawings to the
44 corresponding final documents, coordinating the changes as required.
45 b. Clearly indicate at each affected detail and other Drawing a full description of
46 changes made during construction, and the actual location of items.
47 c. Call attention to each entry by drawing a "cloud" around the area or areas
48 affected.
CITY OF FORT WORTH Rosemary Ridge Phase 5
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS City Project No. 103293
Revised April 7, 2014
01 78 39 - 4
DAP PROJECT RECORD DOCUMENTS
Page 4 of 4
1 d. Make changes neatly, consistently and with the proper media to assure
2 longevity and clear reproduction.
3 2. Transfer of data to other Documents
4 a. If the Documents, other than Drawings, have been kept clean during progress of
5 the Work, and if entries thereon have been orderly to the approval of the City,
6 the job set of those Documents, other than Drawings, will be accepted as final
7 Record Documents.
8 b. If any such Document is not so approved by the City, secure a new copy of that
9 Document from the City at the City's usual charge for reproduction and
10 handling, and carefully transfer the change data to the new copy to the approval
11 of the City.
12 3.5 REPAIR / RESTORATION [NOT USED]
13 3.6 RE-INSTALLATION [NOT USED]
14 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED]
15 3.8 SYSTEM STARTUP [NOT USED]
16 3.9 ADJUSTING [NOT USED]
17 3.10 CLEANING [NOT USED]
18 3.11 CLOSEOUT ACTIVITIES [NOT USED]
19 3.12 PROTECTION [NOT USED]
20 3.13 MAINTENANCE [NOT USED]
21 3.14 ATTACHMENTS [NOT USED]
22 END OF SECTION
23
Revision Log
DATE NAME SUMMARY OF CHANGE
4/7/2014 M.Domenech Revised for DAP Application
24
CITY OF FORT WORTH Rosemary Ridge Phase 5
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS City Project No. 103293
Revised April 7, 2014
Appendix
Dallas • Fort Worth • Houston • San Antonio
Geotechnical
Construction Materials
Environmental
TBPE Firm No. 813
5058 Brush Creek Road
Fort Worth, Texas 76119
Tel: 817-496-5600
Fax: 817-496-5608
www.alphatesting.com
March 15, 2021
Crowley McCart Land Venture, LLC
4209 Gateway Drive, Suite 200
Colleyville, Texas 76034
Attention: Mr. Tom Mitchell
Re: Pavement Recommendations for Dublin Ridge Drive and Tullamore Ridge
Rosemary Ridge and Mira Verde South
Off McCart Avenue
Fort Worth, Texas
ALPHA Report No. W200397-1
Submitted herein are the recommended pavement sections for the proposed Dublin Ridge Drive
extending about 850 ft east of McCart Avenue and Tullamore Ridge extending about 300 ft north
of the east end of the proposed extension of Dublin Ridge Drive. This study was authorized by
Mr. Tom Mitchell on January 26, 2021 and performed in accordance with ALPHA Proposal No.
75501-1 dated January 13, 2021. This report is an extension of ALPHA Report No. W200397
dated April 20, 2020 containing preliminary geotechnical recommendations for residential
foundations.
We understand pavement will be constructed in in accordance with the City of Fort Worth
requirements.
The purpose of this study is to develop pavement sections for the planned streets in the subject
subdivision in accordance with the City of Fort Worth Pavement Design Manual (January 2015).
We understand the proposed streets within the subdivision could be classified as “Residential-
Urban”, “Collector” or “Arterial”, as described in the referenced manual.
PURPOSE AND SCOPE
The purpose of this geotechnical exploration is for ALPHA TESTING, INC. (“ALPHA”) to
evaluate for the “Client” some of the physical and engineering properties of subsurface materials
at a selected location on the subject site with respect to formulation of appropriate geotechnical
design parameters for the proposed pavement. The field exploration was accomplished by
securing subsurface samples from a single test boring performed at the site. Engineering
analyses were performed from results of the field exploration and results of laboratory tests
performed on representative samples.
Also included are general comments pertaining to reasonably anticipated construction problems
and recommendations concerning earthwork and quality control testing during construction.
This information can be used to evaluate subsurface conditions and to aid in ascertaining
construction meets project specifications.
Recommendations provided in this report were developed from information obtained in the test
boring depicting subsurface conditions only at the specific boring location and at the particular
time designated on the log. Subsurface conditions at other locations may differ from those
observed at the boring location, and subsurface conditions at boring location may vary at
different times of the year. The scope of work may not fully define the variability of subsurface
materials and conditions that are present on the site.
ALHA Report No. W200397-1
�
�
�
The nah�re and extent of variations at the boring may nat Uecoine evident until constiliction. If
sig�ificant variations then appear evident, otu office shauld be contacted to re-evaluate oi�r
recotiunendations after perfanning on-site abser�ations and passiUly other tests.
S�TIII�TARY �]F REC411I14TE�D�iTI4hS
Table A �antains a sutiunaiy of pavement se�tion requu�einents far prapased streets at the subject
project.
T�BLE A
Snminary of Pa�°ement Section Aeqnit•ements
5ti�eet Cla�si�c�tion Resideutial -iTt•uan Collectai� Ai•tet•ial
PCC Pavemevt Tluckvess{ui) placed 6 �1� 14
an lime stabilized sub�xade soil
28-day Concrete Compre�si�e
St��ength (psi} 3,600 3,6aa 3.6aU
SuUga�ade Treaanent 6 ivc}�es Litne S inches Lime S inches Lime
Agplicatian Rate (lbs per sq yd) 3a 36 36
Reivfflrciug Bar No. 3 3 4
Reiufarcuig Bar 5gaciug (iv} 1 S 1 S 1 S
Fw-ther recoinuieudatious and analyses used to de�elog the stunuiary ui Table A are grovided
fiu ther in this report.
FIELD E?�PL�R.�TIaI�
5ubsiuface conditians an the site were explored hy dl�illivg ane (1} test laoriug to a depth of aUout
10 ft. The test borin� was perforuied in general accordance with ASTM D 42� usin� standard
rotaiy drilling equipuient_ The approxiuiate la�ation of the boring is s�iawn on the attached
Baring Locatiou Plan, Figiue 1.
SuUsiuface types encourttered duriug the �eld exploratian are greseuted on the aitac�ied Log ❑f
Baring sheet (l�orin� log)_ This boriv� lo� �ontains otu Field Techni�ian's aud En�ineer's
interpretatian ❑f conditions Uelieved to exist Ueriveen achial sainples retrieved. Therefore, the
boring log contains both fa�tual and inteipretive iuforination. Lines delin,�ating subsurfa�e shata
on the boriv� log are approxitnate and t�ie acri�l transition Uetween �trata uiay be gradual.
LAB�IZ�TOR�' TESTS
Selected satuples ❑f the subsurface ivaterials were tested in t}�e laboratoiy to evaluate their
engineering prapeities as a Uasis in praviding recanunen�3atians far paveinent sections design
and earthwork canstiuctian. The followivg laboratoiy tests were IJ�1'fO1iIl�C� to facilitate
pavetnent section re�ouuuend�tions:
�
ALHA Report No. W200397-1
3
• Moisture Content (ASTM D 2216)
• Atterberg-Limits (ASTM D 4318)
• Unconfined Compressive Strength (ASTM D 2166)
• Sulfate Content (TX-145-E Part II)
GENERAL SUBSURFACE CONDITIONS
Based on geological maps available from the Bureau of Economic Geology, published by The
University of Texas at Austin, the project site lies within the undivided Grayson Marl and Main
Street Limestone formation. This undivided formation generally consists of alternating layers of
limestone and marl (limey shale). Residual overburden soils associated with these undivided
formations generally consist of clay soils characterized by moderate to high shrink -swell
potential.
Subsurface conditions encountered in the boring generally consisted of clay to a depth of about
5 ft below the ground surface underlain by limestone extending to the 10 ft termination depth.
More detailed stratigraphic information is presented on the attached Log of Boring sheet.
Most of the materials encountered in the boring are relatively impermeable and are expected to
have a slow response to water movement. Therefore, several days of observation would be
required to evaluate actual groundwater levels within the depths explored. Also, the
groundwater level at the site is anticipated to fluctuate seasonally depending on the amount of
rainfall, prevailing weather conditions and subsurface drainage characteristics.
Free groundwater was not encountered in the boring. However, it is common to encounter
seasonal groundwater from natural fractures within the clayey matrix, at the soil/rock (limestone)
interface or from fractures in the rock (limestone), particularly during or after periods of
precipitation. If more detailed groundwater information is required, monitoring wells or
piezometers can be installed.
Further details concerning subsurface materials and conditions encountered can be obtained from
the attached boring log.
ENGINEERING ANALYSIS AND RECOMENDATIONS
Calculations used to determine the required pavement thickness are based only on the physical
and engineering properties of the materials and conventional thickness determination procedures.
Related civil design factors such as subgrade drainage, shoulder support, cross-sectional
configurations, surface elevations, joint design and environmental factors will significantly affect
the service life and must be included in preparation of the construction drawings and
specifications but were not included in the scope of this study. Normal periodic maintenance
will be required for all pavement to achieve the design life of the pavement system.
Pavement Subgrade Preparation
We expect the pavement subgrade could consist of clay soils or similar onsite materials used for
grading the site. The pavement subgrade could also consist of limestone in some areas
depending on the given location along the alignment and grading requirements. Since the
ALHA Report No. W200397-1
4
subgrade conditions and required treatments could vary along the proposed road alignment,
ALPHA should be retained to observe construction to verify conditions are as expected. Also,
we should be provided with the final grading plan for review prior to construction to verify or
modify in writing the recommendations contained in this report.
The exposed clayey surface soils should be scarified to a depth of 6 inches and 8 inches for
Residential Urban and Collector/Arterial streets, respectively, and mixed with a minimum 30 and
36 lbs per sq yard of hydrated lime (by dry soil weight) in conformance with TxDOT Standard
Specifications Item 260. The application rate for Residential Urban streets is the minimum
required by the City of Fort Worth. The application rate for Collector/Arterial streets is based on
a 6 percent application rate, assuming a dry unit soil weight of 100 pcf for the pavement
subgrade. Results of a lime series test are attached to this report as Figure 2.
We recommend lime stabilization procedures extend at least 1 ft beyond the edge of the
pavement to reduce effects of seasonal shrinking and swelling upon the extreme edges of
pavement. The soil-lime mixture should be compacted to at least 95 percent of standard Proctor
maximum dry density (ASTM D 698) and within the range of 0 to 4 percentage points above the
mixture's optimum moisture content. In all areas where hydrated lime is used to stabilize
subgrade soil, routine Atterberg-limit tests should be performed to verify the resulting plasticity
index of the soil-lime mixture is at/or below 15.
Mechanical lime stabilization of the pavement subgrade soil will not prevent normal seasonal
movement of the underlying untreated materials. Pavement and other flatwork constructed at
final grades as could experience soil-related potential seasonal movements of about 2 to 6 inches
due to shrinking and swelling of active clay soils. Potential seasonal movements are discussed in
more detail in ALPHA Report No. W200397 performed for the residential foundations to be
constructed at the site.
Lime stabilization of the pavement subgrade is not required where the pavement subgrade
consists of limestone. In pavement areas where limestone is exposed after final subgrade
elevation is achieved, on-site lime stabilized clay cuttings, on-site processed limestone cuttings,
or flexible base material could be used as a leveling course (as needed) to provide a smooth
surface for placement of the pavement.
A California Bearing Ratio (CBR) test was not performed for this specific project. Based on our
experience with similar projects, we anticipate the CBR for native subgrade material is estimated
to be between 2.0 and 3.0. Following improvement with lime, the CBR value for the lime
stabilized clayey soils is expected to be at least 10.
Portland Cement Concrete Pavement Section
Using the 1993 AASHTO pavement design procedures (WinPAS computer program distributed
by American Concrete Pavement Association), the following design parameters were used in
analyses of the PCC pavement section.
• Compressive strength of concrete 3,600 psi at 28 days
• Modulus of Elasticity 4,000,000 psi
• Modulus of Rupture 620 psi
ALHA Report No. W200397-1
5
• Modulus of Subgrade Reaction* 280 pci
• Load Transfer Co-efficient 3.0
• Drainage Coefficient 1.0
• Initial PSI 4.5
• Terminal PSI for 2.0 (Residential Urban)
2.25 (Collector)
2.5 (Arterial)
• Standard Deviation 0.39
• Reliability 85 percent
*Subgrade prepared with lime stabilization, or graded limestone as discussed in the previous
section.
Using the Street Classification of “Residential-Urban” as described in the referenced Fort Worth
Pavement Design Manual, it is estimated annual traffic volume will be about 35,000 Equivalent
Single Axle Loads (ESALs) in one direction over a 25-year design life with 0.5 percent annual
traffic growth. Based on this, we estimate the cumulative ESALs over the design life of the
Residential Urban street pavement to be about 930,000.
Using the Street Classification of “Collector” as described in the referenced Fort Worth
Pavement Design Manual, the annual traffic volume will be about 100,000 Equivalent Single
Axle Loads (ESALs) in one direction over a 25-year design life with 1.5 percent annual traffic
growth. Based on this, we estimate the cumulative ESALs over the design life of the pavement
to be about 3,000,000.
Using the Street Classification of “Arterial” as described in the referenced Fort Worth Pavement
Design Manual, the annual traffic volume will be about 300,000 Equivalent Single Axle Loads
(ESALs) in one direction over a 30-year design life with 2.5 percent annual traffic growth.
Based on this, we estimate the cumulative ESALs over the design life of the pavement to be
about 13,000,000.
If the actual expected traffic volume is different than used for our analysis herein, our office
should be provided with the actual expected traffic volume so that we can re-evaluate our
recommendations.
Based on the subgrade preparations recommended herein, the projected traffic volume and stated
design parameters, a minimum 6-inch section of Portland cement concrete is required for
Residential Urban classified streets, a minimum 7½-inch section of Portland cement concrete is
required for Collector classified streets and a minimum 10-inch section of Portland cement
concrete is required for Arterial classified streets at this project.
PCC should have a minimum 3,600 psi compressive strength at 28 days. The concrete section
should be placed over a properly prepared subgrade as discussed herein. Concrete should be
designed with 4.5 ± 1.5 percent entrained air. Reinforcing steel for concrete pavement should be
in accordance with Table 4.1 of the referenced Pavement Design Manual. Joints and saw-cutting
in concrete should be in accordance with Section Four of the referenced Pavement Design
Manual.
ALHA Report No. W200397-1
Draina�e and 14Taintenance
�
�
�
Aautine uiaintenance, including sealiug of cracks and joints s}�ould Ue perfoin�ed over the life of
the pavement. Adequate dlrainage shfluld Ue pravided to reduce seasanal variatians in the
inoishue cante�t af sub��ade sails. Maintaining positive surface drainage throughout the life
❑f the pa�ement is essential.
Salul�le Sulfates
A sarnple oUtaiued fiom t}�e baring was tested for soluble stulfate concentrations. Results af t}ie
laboratory testing (TxD�T Test Methad TEX-145-E Part II} are sutiunarized in Table B.
TABLE B
Saluule Sulfates
Sample Bai•ing Depth, Salnble Snlfate,
tio. �a. ft �Zaterial r��pe � � m
1 1 2-4 Tan CLAY 52
Based on t�ie results of laUoratory testing, the soluUle st�lfate content measured in the sarngle
tested is cansidered relatively low (�3,000 ppui). It shot�ld be nated t}�at cou�enhations of
soluble si�lfates in sail are typically veiy localized and cou�enh�ations in at}�er areas of t}�e site
�ould vaiy signifi�antly. Tl�erefore, it is re�onunended st�lfate sauiplingltesting l�e perfoi�iea
along the pavernent suU��ade diu�ing constiuction. During canstru�tian, exgerienced
geotechnical personnel shot�ld rnake close obser�ations far passihle sulfate reactions_
GE1�EIZ�L C�I�STRL:C'TION PROCEDLI�ES A�D REC'�1�I11�IENDATIONS
Variations in subs�uface canditians �o«1d be encauntered dtuin� constniction. To pei�ut
�onelation between test Uoruig data and a�tual subsw�fa�e canditions encouutered di�ring
�onsriliction, it is recouunended a registered Professional En�iveeriug firin Ue retained to
obser�e conshuction procedtues and inaterials.
5otne conshuction proUlerns, particularly de�ree or uiag�itude, �aiwot Ue reasonaUly anticipated
i�util the cotuse of canstructian. The recainuiendatians offered iv the following para��aphs are
intended nat to lunit or preclude other conceivaUle solutians, Uut rather to pro�ide oi�r
obser�atians based on our experien�e and understauding of the project �haracteristi�s and
suhstuface conditians encaiu�tered in the borin�.
Site Preparatian and Grading
All areas supporting paveinent or areas to receive uew fill should be properly prepared.
After cornpletifln of t}�e necessary shippiv�, �learing, and excavating and prior to placiu� any
requu�ed fill, the exposed subgrade should �ae carefully evaluated Uy probing and testuig. Avy
iu�desiraUle uiaterial (organic inaterial, wet, soft, or loose soil} still in place should be retuoved.
The exposed suUgrade should Ue fiu-ther eyaluated by proof-rolliv� with a heavy pnetunatic tu�ed
roller, laaded dxunp h1�ck ar sunilar equipuient wei�liing approxintately 25 tons ta check far
po�kets of soft ar laase uiaterial hidden beneat}� a thin �nist of gossiUly Uetter soil. Praaf-i�allivg
5
ALHA Report No. W200397-1
7
procedures should be observed routinely by a Professional Engineer or his designated
representative. Any undesirable material (organic material, wet, soft, or loose soil) exposed from
the proof-roll should be removed and replaced with well-compacted material as outlined in the
Fill Compaction section.
Prior to placement of any fill, the exposed subgrade should then be scarified to a minimum depth
of 6 inches and recompacted as outlined in the Fill Compaction section.
If fill is to be placed on existing slopes (natural or constructed) steeper than six horizontal to one
vertical (6:1), the fill materials should be benched into the existing slopes in such a manner as to
provide a minimum bench width of five (5) ft. This should provide a good contact between the
existing soils and new fill materials, reduce potential sliding planes, and allow relatively
horizontal lift placements.
Even if fill is properly compacted as recommended in the Fill Compaction section, fills in excess
of about 10 ft are still subject to settlements over time of up to about 1 to 2 percent of the total
fill thickness. This should be considered when planning or placing deep fills.
Slope stability analysis of embankments (natural or constructed) and global stability analysis for
retaining walls was not within the scope of this study.
The contractor is responsible for designing any excavation slopes, temporary sheeting or shoring.
Design of these structures should include any imposed surface surcharges. Construction site
safety is the sole responsibility of the contractor, who shall also be solely responsible for the
means, methods and sequencing of construction operations. The contractor should also be aware
that slope height, slope inclination or excavation depths (including utility trench excavations)
should in no case exceed those specified in local, state and/or federal safety regulations, such as
OSHA Health and Safety Standard for Excavations, 29 CFR Part 1926, or successor regulations.
Stockpiles should be place well away from the edge of the excavation and their heights should be
controlled so they do not surcharge the sides of the excavation. Surface drainage should be
carefully controlled to prevent flow of water over the slopes and/or into the excavations.
Construction slopes should be closely observed for signs of mass movement, including tension
cracks near the crest or bulging at the toe. If potential stability problems are observed, a
geotechnical engineer should be contacted immediately. Shoring, bracing or underpinning
required for the project (if any) should be designed by a professional engineer registered in the
State of Texas.
Due to the nature of the clay soils found near the surface at most of the boring , traffic of heavy
equipment (including heavy compaction equipment) may create pumping and general
deterioration of shallow soils. Therefore, some construction difficulties should be anticipated
during periods when these soils are saturated.
Fill Compaction
The following compaction recommendations pertain to general filling and site grading. The
pavement subgrade should be prepared as discussed in the Pavement Subgrade Preparation
section.
ALHA Report No. W200397-1
8
Clay with a plasticity index equal to or greater than 25 should be compacted to a dry density
between 95 and 100 percent of standard Proctor maximum dry density (ASTM D 698). The
compacted moisture content of the clays during placement should be within the range of 2 to 5
percentage points above optimum.
Clay with a plasticity index less than 25 should be compacted to a dry density of at least 95
percent of standard Proctor maximum dry density (ASTM D 698) and within the range of 1
percentage point below to 3 percentage points above the material's optimum moisture content.
Clayey soils used as fill should be processed and the largest particle or clod should be less than 6
inches prior to compaction.
Processed limestone or other rock-like materials used as fill should be compacted to at least 95
percent of standard Proctor maximum dry density. The compacted moisture content of limestone
or other rock-like materials used as fill is not considered crucial to proper performance.
However, if the material's moisture content during placement is within 3 percentage points of
optimum, the compactive effort required to achieve the minimum compaction criteria may be
minimized. In general, processed limestone used as fill should have a maximum particle size of
6 inches. However, any processed limestone used as fill within 3 ft of the final pavement
subgrade elevation should have a maximum particle size of 3 inches. A gradation of at least 40
percent passing a standard No. 4 sieve is recommended.
Where mass fills are deeper than 10 ft, the fill/backfill below 10 ft should be compacted to at
least 100 percent of standard Proctor maximum dry density (ASTM D-698) and within 2
percentage points of the material's optimum moisture content. The portion of the fill/backfill
shallower than 10 ft should be compacted as outlined herein.
Compaction should be accomplished by placing fill in about 8-inch thick loose lifts and
compacting each lift to at least the specified minimum dry density. Field density and moisture
content tests should be performed on each lift.
In general site grading areas where final fill slopes will be four horizontal to one vertical (4:1) or
steeper and greater than 5 ft in height, field density and moisture content tests should be
performed on each lift.
Utilities
Where utility lines are deeper than 10 ft, the fill/backfill below 10 ft should be compacted to at
least 100 percent of standard Proctor maximum dry density (ASTM D 698) and within –2 to +2
percentage points of the material's optimum moisture content. The portion of the fill/backfill
shallower than 10 ft should be compacted as previously outlined. Density tests should be
performed on each lift (maximum 12-inch thick) and should be performed as the trench is being
backfilled.
Even if fill is properly compacted, fills in excess of about 10 ft are still subject to settlements over
time of up to about 1 to 2 percent of the total fill thickness. This should be considered when
designing pavement over utility lines and/or other areas with deep fill.
ALHA Report No. W200397-1
9
If utility trenches or other excavations extend to or beyond a depth of 5 ft below construction
grade, the contractor or others shall be required to develop an excavation safety plan to protect
personnel entering the excavation or excavation vicinity. The collection of specific geotechnical
data and the development of such a plan, which could include designs for sloping and benching
or various types of temporary shoring, is beyond the scope of this study. Any such designs and
safety plans shall be developed in accordance with current OSHA guidelines and other
applicable industry standards.
Groundwater
Free groundwater was not encountered in the boring. However, from our experience, shallow
groundwater seepage could be encountered from the subsurface stratigraphy in excavations for
pavement, utilities and other general excavations at this site. The risk of seepage increases with
depth of excavation and during or after periods of precipitation. Standard sump pits and
pumping may be adequate to control seepage on a local basis.
In any areas where cuts are made, attention should be given to possible seasonal water seepage
that could occur through natural cracks and fissures in the newly exposed stratigraphy. The risk
of seepage is increased where limestone is exposed in excavations and slopes or is near final
grade. In these areas subsurface drains may be required to intercept seasonal groundwater
seepage. The need for these or other dewatering devices should be carefully addressed during
construction. Our office could be contacted to visually observe final grades to evaluate the need
for such drains.
LIMITATIONS
Professional services provided in this geotechnical exploration were performed, findings
obtained, and recommendations prepared in accordance with generally accepted geotechnical
engineering principles and practices. The scope of services provided herein does not include an
environmental assessment of the site or investigation for the presence or absence of hazardous
materials in the soil, surface water or groundwater. ALPHA, upon written request, can be
retained to provide same.
ALPHA TESTING, INC. is not responsible for conclusions, opinions or recommendations
made by others based on this data. Information contained in this report is intended for the
exclusive use of the Client (and their designated design representatives), and is related solely to
design of the specific structures outlined on the cover page of this report. No party other than the
Client (and their designated design representatives) shall use or rely upon this report in any
manner whatsoever unless such party shall have obtained ALPHA’s written acceptance of such
intended use. Any such third party using this report after obtaining ALPHA’s written acceptance
shall be bound by the limitations and limitations of liability contained herein, including
ALPHA’s liability being limited to the fee paid to it for this report. Recommendations presented
in this report should not be used for design of any other structures except those specifically
described in this report. In all areas of this report in which ALPHA may provide additional
services if requested to do so in writing, it is presumed that such requests have not been made if
not evidenced by a written document accepted by ALPHA. Further, subsurface conditions can
change with passage of time. Recommendations contained herein are not considered applicable
for an extended period of time after the completion date of this report. It is recomm ended our
office be contacted for a review of the contents of this report for construction commencing more
ALHA Report No. W200397-1
10
than one (1) year after completion of this report. Non-compliance with any of these
requirements by the Client or anyone else shall release ALPHA from any liability resulting from
the use of, or reliance upon, this report.
Recommendations provided in this report are based on our understanding of information
provided by the Client about characteristics of the project. If the Client notes any deviation from
the facts about project characteristics, our office should be contacted immediately since this may
materially alter the recommendations. Further, ALPHA TESTING, INC. is not responsible for
damages resulting from workmanship of designers or contractors and it is recommended the
Owner retain qualified personnel, such as a Geotechnical Engineering firm, to verify
construction is performed in accordance with plans and specifications.
CLOSING
All recommendations in the referenced geotechnical report remain unchanged unless specifically
modified herein. We appreciate the opportunity to be of service. Please contact us with any
questions or comments.
Sincerely,
ALPHA TESTING, INC.
March 16, 2021
Kimberly Fyffe Brian J. Hoyt, P.E.
Geotechnical Project Manager Geotechnical Department Manager
KLF/BJH
Copies: (1-PDF) Client
Attachments: Boring Location Plan – Figure 1
WinPAS Analysis Results
Log of Boring (Boring 1)
Key to Soil Symbols and Classifications
�
�
. ,
� •1 ` �i ti, I s�
�� 1 �
,
*�__ _ _ � .
I
' �. i � .
�, �
� �I
,
a ' �
�
,
,
,
�,
,
�ta,� � , �� � _ -
�.�
- � � � �"` —�� � _ . ,., ,
I �1. •� . J' I ���� l i f11Y/���Rl� ' �
._: .� 4 j� - ' � AIDGE. P�+�►�3� G �
' I + � � i� I �� �� I �* ,+ +a _ � ' , �
'� • i tx � k
.■ 1R '' , 1 � =1
� -I �s� ' ] ��+ � '.'� �� � wa"f�''1�E i eA� ' �-
R.y ' .'� r+� .4 _ • :. .� . i
," ' - ��y _ �� � � � �;'. - -, J �`�Z ��R' � W -i � � � �,� L ;
. �_ _ _, r r � r {F �i i+6� ' , .. .. - � - x' =� � , - � � I w, a +r," ' -
,�' ..�a1 . �' �' � ''Fr� � �' .� � '' p�2 1 r} �r ! MiJ4 '� 1 �
� _ ' ' �� i
�',� * a . i
' ! ' � y , - y 'y'Ir•'����y.q�„ %� 11 ' » � I�f � � x � # �+ � a� �. � �i i, � � .
^ ��ii . •i-� � f "�� f�A rt' •�,• •r� l R��f V+ �� 1/ u!HI }I _� N� i� a h►1� ��X 71:i � I *lID !1 1
� '' .' '� B -1 '" 'r . .. - -. � � - - _ _ _ �.
_ ' ��--- -- - -- ---- ---_-- _, i
�r"li� -- _ • . �{.- - ------�� -- -
- �I� -'h ��Y4 .y" ,L 'tiu.!-v .-3��1 1..{ . r ■. �. f '_��y�_a_+�
.'*Y
� ... '� � � - _ - � - --- �„�,. •r+•• - -- --------- - • P-� - �
i ,�*� � � -- -- -_ ---- - ' i
���� �
� •-�'� � ' * P ' �UYUI+� IIIG�C DRIYE . ,Y+i: , . �' _ • •.
��'} �. �
- -i.�'��� l.N•� - - :��� _ � . w� r �.i. � '�r 1r'il- .�� iL,11f��� . . �� _ �,.
�� � � __��$'��lk y_ __ _------- -y --rr"��--�-- --- --��7'L-- _-__ - '--
� `� � .' � r �-� � -
, � .� � i-3:�r� '�- � � - . .. _ - _ .
I� {1 . a ,• �g + �5 � �r _ � 1� - ':
' f tJ� # * � ''� A � r ii�� M - *�a � �� i1M� �! ' l.Y6+ ! �' �3E4 y � �i.s .� �I lJL] f! .• !EY ! � ll.r v � �. _■ . ' r. ; Si7�a} i� f :s�� :�
'�'� �I� F � ��
i :',11,`i {�� . , � �Mf r .. I�Y Y � 1 A.
. . y� I I '� ' = t; _
'" 1� r a- }��� 4- Ti � •�• ii� 2 _
i •� � - _ � � r�w _
tJ - �•• v ti �T�h4 W
Z � rr. .. iY : -:'ti ];` • � 7�F" '
r �
W� i� � _ _,..r .
�: � i �l�� �
� i � � �L
�� i• � .,•,. _ , �;�a , i
..-��.,, •�, �� t. � � •: ti � .
i .� -._�� � ��
5J � �� � _
� ._ . •
PAVEMENT REC4MMENDATIaNS F�R
DL�BLIN RIDGE DRIVE AND
TULLAMDRE RIDGE
aFF MCC`ART AVENUE
FORT WORTH, TE�AS
ALPHA PROTECT 1V�. W2D�3�7-1
�«N� ��T��ri��
�
K'HEfiE IT ALL �EGINS
FIGLTRE 1
BaRING LOCATIaN PLAN
� PRELItiiI�l�RYBORItiG
LOCATIOti (�'1'2DU3973
� APPRGXI�IATE BORII�G LOCATIOti
WinPAS
Pa�ement Thickness Design According to
1993 AASHT� Guide f�r ❑esign of Pa�ements 5tructures
American Concrete Payement Association
Rigid Design Inputs
Agency: City of Fort Worth
Campany: Alpha Testing Inc.
Contractor:
Praject �escriptian: Residential Pa�ervient Analysis
Lacatian: Fort Worth, TX
Rigid Pa�ement DesignlE�aluation
PCC Thickness
Design ESALs
Reliability
O�erall De�iation
Modulus of Rupture
Modulus of Elasticity
5.91 inches
93a,aaa
85.00 percent
0.39
620 psi
4,aaa,aaa psi
Load Transfer, J
Mod. Subgrade Reaction, k
�rainage Coefficient, Cd
Initial Serviceability
Terminal Serviceability
3.00
280 psilin
1.00
4.50
2.00
Modulus of Subqrade Reaction fk-�aluel Determination
Resilient Modulus of the Subgrade
Resilient Modulus of the Subbase
Subbase Thickness
�epth to Rigid Foundation
Loss of Suppork Value �0,1,2,3j
Mvdulus vf Subgrade Reaction 280.aa psilin
0.0 psi
0.0 psi
0.00 inches
0.00 feet
0.0
Thursday, April 23, 2a15 1:12:04PM Engineer:
WinPAS
Pa�ement Thickness Design According to
1993 AASHT� Guide f�r ❑esign of Pa�ements 5tructures
American Concrete Payement Association
Rigid Design Inputs
Agency: City of Fort Worth
Campany: Alpha Testing Inc.
Contractor:
Praject �escriptian: Collector Pa�ernent Analysis
Lacatian: Fort Worth, TX
Rigid Pa�ement DesignlE�aluation
PCC Thickness
Design ESALs
Reliability
O�erall De�iation
Modulus of Rupture
Modulus of Elasticity
i.52 inches
3,aaa,aaa
85.00 percent
0.39
620 psi
4,aaa,aaa psi
Load Transfer, J
Mod. Subgrade Reaction, k
�rainage Coefficient, Cd
Initial Serviceability
Terminal Serviceability
3.00
280 psilin
1.00
4.50
2.25
Modulus of Subqrade Reaction fk-�aluel Determination
Resilient Modulus of the Subgrade
Resilient Modulus of the Subbase
Subbase Thickness
�epth to Rigid Foundation
Loss of Suppork Value �0,1,2,3j
Mvdulus vf Subgrade Reaction 280.aa psilin
0.0 psi
0.0 psi
0.00 inches
0.00 feet
0.0
Thursday, April 23, 2a15 1:11:04PM Engineer:
WinPAS
Pa�ement Thickness Design According to
1993 AASHT� Guide f�r ❑esign of Pa�ements 5tructures
American Concrete Payement Association
Rigid Design Inputs
Agency: City of Fort Worth
Campany: Alpha Testing Inc.
Contractor:
Praject �escriptian: Arterial Pavernent Analysis
Lacatian: Fort Worth, TX
Rigid Pa�ement DesignlE�aluation
PCC Thickness
Design ESALs
Reliability
O�erall De�iation
Modulus of Rupture
Modulus of Elasticity
9.8i inches
13,aaa,aaa
85.00 percent
0.39
620 psi
4,aaa,aaa psi
Load Transfer, J
Mod. Subgrade Reaction, k
�rainage Coefficient, Cd
Initial Serviceability
Terminal Serviceability
3.00
280 psilin
1.00
4.50
2.50
Modulus of Subqrade Reaction fk-�aluel Determination
Resilient Modulus of the Subgrade
Resilient Modulus of the Subbase
Subbase Thickness
�epth to Rigid Foundation
Loss of Suppork Value �0,1,2,3j
Mvdulus vf Subgrade Reaction 280.aa psilin
0.0 psi
0.0 psi
0.00 inches
0.00 feet
0.0
Thursday, April 23, 2a15 1:09:59PM Engineer:
sossapr�shc��xa. gpRING N�.: 1
A L P H��� T E S T I H G ��r� �or��, Twras 76119 Sheet 1 of 1
� Phone 817-49ti-5600
�� 817-49ti-5608 PROJECT NQ.: V1J2Q0397-1
WHERE IT ALL BEGIMS "'"'"'•Qtp�Rr��"'g.C°"'
Clierrt: Crawley McCsrt Lsnd Venture LLC Lvcation: Fort Warth, Texas
Project: F2asemary Ridge snd MirsVerda South Surtace Eler►ativn:
g}��{ p�: 3/9/2021 End Date: 3/912021 West:
drilling Method: CONTINU�LIS FLIGHT RUGER Nvrth:
Hamrner �rop (Ibs ! in]: 170I 24
GROUND WRTER �BSERVATIaNS �, � � = N � � � � � � �
� g On Rods [ft]= IVONE � �. Q,��, � w v� �N �� a� � J � a
� � TAfter �rilling (fi}_ ❑RY �' �O� _ � � � � a, �� �,� o � � �' �,
� Q a o� �� � o , c�N p-- v '3 v, � 3
o � �After Haurs (ft]: � � X = _ �� o Q ._ �, J � � rr�
�a a � � � � �
MATERIRL aESCRIPTI�N
Brovm CLAY with limestane fragments
2.5 2_ 1 91 30 63 23 40
2_0
Tan GLAY
3.5 14 3B 16 20
�'
3.25 8
5 5_0
Tan LIMEST�NE with clay seams and Isyers
100f �
1.25.'
10 10.0
TEST BORING TERMINATEd AT 10 FT
sossapr�shc��xa. gpRING N�.: 2
A L P H��� T E S T I H G ��r� �or��, Twras 76119 Sheet 1 af 1
� Phone 817-49ti-5600
�� 817-49ti-5608 p�pJECT NQ.: �lV2QQ397
WHERE IT ALL BEGIMS "'"'"'•Qtp�Rr��"'g.C°"'
Clierrt: Crawley McCsrt Lsnd Venture LLC Lvcation: Fort Worth, TX
Project: F2asemary Ridge snd MirsVerde South Surtace Eler►ativn:
g}��{ p�: 3/6/2020 End Date: 3/612020 West:
drilling Method: CONTINU�LIS FLIGHT RUGER Nvrth:
Hamrner �rop (Ibs ! in]: 1�0130
GROUND WRTER �BSERVATIaNS �, � � = N � � � � � � �
� g On Rods [ft]= IVONE � �. Q,��, � w v� �N �� a� � J � a
� � TAfter �rilling (fi}_ ❑RY �' �O� _ � � � � a, �� �,� o � � �' �,
� Q a o� �� � o , c�N p-- v '3 v, � 3
o � �After Haurs (ft]: � � X = _ �� o Q ._ �, J � � rr�
�a a � � � � �
MATERIRL aESCRIPTI�N
�ark Brawn CLAY with limestone frsgments
2_25 27 8� 27 53
2.5 13
3_0
Tan LIMESTQNE with clay seams and Isyers
100f
� 2.�
100f
10 � ���
14.0
Gray LIMESTONE with shsle seams 1�Of
15 2 75.�
1 [] Of
2� 20.0 �.�
TEST BORING TERMINATED AT 20 FT
sossapr�shc��xa. gpRING N�.: 3
A L P H��� T E S T I H G ��r� �or��, Twras 76119 Sheet 1 of 1
� Phone 817-49ti-5600
�� 817-49ti-5608 p�pJECT NQ.: �lV2QQ397
WHERE IT ALL BEGIMS "'"'"'•Qtp�Rr��"'g.C°"'
Clierrt: Crawley McCsrt Lsnd Venture LLC Lvcation: Fort Worth, TX
Project: F2asemary Ridge snd MirsVerde South Surtace Eler►ativn:
g}��{ p�: 3/6/2020 End Date: 3/612020 West:
drilling Method: CONTINU�LIS FLIGHT RUGER Nvrth:
Hamrner �rop (Ibs ! in]: 1�0130
GROUND WRTER �BSERVATIaNS �, � � = N � � � � � � �
� g On Rods [ft]= IVONE � �. Q,��, � w v� �N �� a� � J � a
� � TAfter �rilling (fi}_ ❑RY �' �O� _ � � � � a, �� �,� o � � �' �,
� Q a o� �� � o , c�N p-- v '3 v, � 3
o � �After Haurs (ft]: � � X = _ �� o Q ._ �, J � � rr�
�a a � � � � �
MATERIRL aESCRIPTI�N
Tan LIMEST�NE with clay seams and layers
�_a
�
Tan CLAY with limestone iragrnents
1_25 12 20 6 14
3_0
Tan LIMESTQNE with clay seams and Isyers
100f
� �.25"
100f
10 2.,
12.0
Grsy LIMESTONE with shale seams
�aoi
15 0.75"
�aor
2� 20.0 � 25.�
TEST BORING TERMINATED AT 20 FT
ALPNA��
�
TESTING
KEY T� SQIL SYMB{3LS
AND CLASSIFICATIDNS
WHERE IT ALL BEGIHS
S�IL & RaCK SYM60LS
� {CH}, High Plasticity CLAY
� {CL}, Low Plasticity CLAY
� {SC}, CLAYEY 511ND
� {SP}, Pooriy Graded SANQ
� {SW], Well Graded SAN❑
� {SMj, 51LTY SAIVD
� {ML}, SILT
� {MH}, Elastic SILT
� LIMESTdNE
� SHALE 1 MARL
� SANQSTDNE
� a {GPJ, Poorly Graded GRAVEL
�. {GW}, Well Graded GRAVEL
� {GCj, CLAYEY GRAVEL
� {GM], 51LTY GRAVEL
� {aL}, aRGAIVIC SILT
� {�H}, DRGANIC CLAY
� FILL
SAMPLING SYMBaLS
■SHELBY TUBE (3" aD exceptrvhere
noted vtherwise}
�SPLIT SP�QN 2" a� exceptwhere
noted otherwise�
� AUGER SAMPLE
❑ TEXAS CaNE PENETRATIflN
❑RaCK CDRE {2" I� except where
noted otheruvise}
RELATIVE aENSITY OF CaHESI�IVLESS SDILS {blawslft]
VERY L�DSE
L��SE
ME�IUM
aENSE
VERY QENSE
D TQ 4
5 T� 14
11 T� 3d
31 Ta 5U
DVER 5U
SHEAR STRENGTH �F C�HE5IVE S�ILS [tsf]
VERY SDFT
SaF-f
FIRM
STIFF
VERY STIFF
wv�o
LESS THAN �25
�_23 T� 0.5U
�_50 TQ 1.D�
1_IXl T� 2.04
2_IXl T� 4.Dd
DVER 4.D�
RELATIVE DEGREE �F PL,4STICITY (PI]
L�W
ME�IUM
HIGH
VERY HIGH
4 Ta 15
16 T� 25
26 Ta 35
DVER 35
RELATIVE PROP�RTIONS {°Ia]
TRIICE 1 T� 1 �
LITTLE 11 T� 2�
SDME 21 T� 35
AN� 3fi T� 5d
PARTICLE 51ZE IaENTIFICATION ��IAMETER]
BDULQERS
CdBBLES
GDARSE GRAVEL
FINE GRAVEL
CDURSE SAND
MEDIUM SANd
FINE SAND
S ILT
GLAY
8.0" aR LARGER
3_0" TD 8.0"
�.75" TD 3.0"
5_� mm TD 3.0"
2.4 mm TD 5.0 mm
0.4 mm TD 5.0 mm
O.D? mm TD �.4 mm
D.002 mm Ta D_�7 mm
LESS THAN �.IX12 mm
CITY OF FORT WORTH
WATER DEPARTMENT
STANDARD PRODUCT LIST
Updated: April 09, 2021
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} ..............................................
1$. Pipes.lFiUerglass Reinforced Pipe ..................................................
19. PipesIHDPE ...................................................................................
2Q. PipeslPiiC (Pressi�re Sewer} ..........................................................
21. PipesIPVC* ....................................................................................
22. PipeslRehabICIPP ..........................................................................
23. PipeslItehablFald & Fai�i .............................................................
24. Pipe��Qpen Pro�le Large Diaineter ...............................................
17
18
19
2U
21
22
23
24
C. VLrater
25. Appw�tenances ....................................................................................... 2S
25. Balts, Nuts, and Gasl�ets ....................................................................... 26
27. Cainbination Au� Release Valve ........................................................... 27
28. Diy Barrel Fu�e Hyrit�ants ...................................................................... 28
29. Meters ................................................................................................... 29
30. PipeslP�iC (Pressi�re Water) ................................................................. 3U
31. Pipe5.lValves & Fittiv�slI]uctile I�on Fittings ....................................... 31
32. PipeslValves & Fittiv�slResilient Seated Gate Val�e .......................... 32
33. Pipe5.1�'alves & Fittiv�slRi2bber Seated Butterfly Val�e ...................... 33
34. Palyethylene En�asentent ..................................................................... 34
35. Sainplivg Stations ................................................................................. 35
3fi. Autornati� Flus}�er ................................................................................. 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 KAdeka 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 MHPress-Seal Gasket Corp250-4G 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:04/09/2021
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, IncFlowtiteASTM 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:04/09/2021
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:04/09/2021
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 IncA 24 AM24" Dia08/24/18 33 05 13 Manhole Frames and CoversNeenah FoundryR-1272ASTM A48 & AASHTO M30624" Dia08/24/18 33 05 13 Manhole Frames and CoversNeenah FoundryR- 165-LM (Hinged)ASTM A48 & AASHTO M30624" Dia08/24/18 33 05 13 Manhole Frames and CoversNeenah FoundryNF 1274ASTM A48 & AASHTO M30630" Dia08/24/18 33 05 13 Manhole Frames and CoversNeenah FoundryR-1743-LM (Hinged)ASTM A48 & AASHTO M30630" dia33 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" dia33 05 13 Manhole Frames and CoversNeenah Casting24" dia10/31/06 33 05 13 Manhole Frames and Covers (Hinged)PowersealHinged Ductile Iron Manhole ASTM A53624" Dia7/25/03 33 05 13 Manhole Frames and CoversSaint-Gobain Pipelines (Pamrex/rexus)RE32-R8FS30" Dia01/31/06 33 05 13 30" Dia MH Ring and CoverEast Jordan Iron WorksV1432-2 and V1483 DesignsAASHTO M306-0430" Dia11/02/10 33 05 13 30" Dia MH Ring and CoverSigma CorporationMH1651FWN & MH1650230" Dia07/19/11 33 05 13 30" Dia MH Ring and CoverStar Pipe ProductsMH32FTWSS-DC 30" Dia08/10/11 33 05 13 30" Dia MH Ring and CoverAccucast220700 Heavy Duty with Gasket Ring30" Dia10/14/13 33 05 13 30" 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 13 30" Dia MH Ring and Cover (Hinged & Lockable) CISIP Industries2280 (32")ASTM A 4830" Dia09/16/19 33 05 13 10 30" Dia MH Ring and Cover Composite Access Products, L PCAP-ONE-30-FTW, Composite, w/ Lock w/o Hing30" Dia* From Original Standard Products ListClick to Return to the Table of Content4Updated:04/09/2021
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 IncWPA24AM24" Dia03/08/00 33 05 13 Manhole Frames and CoversAccucastRC-2100ASTM A 4824" Dia04/20/01 33 05 13 Manhole Frames and Covers(SIP)Serampore Industries Private Ltd300-24-23 75 Ring and CoverASTM A 4824" Dia* From Original Standard Products ListClick to Return to the Table of Content5Updated:04/09/2021
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 IncASTM C-44348"09/23/96 33 39 10 Manhole, Precast ConcreteConcrete Product Inc48" 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 Inc48" 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:04/09/2021
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, IncReliner 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:04/09/2021
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:04/09/2021
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" dia09/23/96 33 05 13 Manhole InsertSouthwestern Packing & Seals, IncLifeSaver - Stainless SteelFor 24" dia09/23/96 33 05 13 Manhole InsertSouthwestern Packing & Seals, IncTetherLok - Stainless SteelFor 24" dia* From Original Standard Products ListClick to Return to the Table of Content9Updated:04/09/2021
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, IncCarbon Steel Spacers, Model SI02/02/93Stainless Steel Casing SpacerAdvanced Products and Systems, IncStainless 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:04/09/2021
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, CoSuper Bell-Tite Ductile Iron Pressure Pipe, AWWA C150, C1513" thru 24"08/24/18 33 11 10 Ductile Iron PipeAmerican Ductile Iron Pipe CoAmerican Fastite Pipe (Bell Spigot)AWWA C150, C1514" thru 30"08/24/18 33 11 10 Ductile Iron PipeAmerican Ductile Iron Pipe CoAmerican Flex Ring (Restrained Joint)AWWA C150, C1514" thru 30"*33 11 10 Ductile Iron PipeU S Pipe and Foundry CoAWWA C150, C151*33 11 10 Ductile Iron PipeMcWane Cast Iron Pipe CoAWWA C150, C151* From Original Standard Products ListClick to Return to the Table of Content11Updated:04/09/2021
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:04/09/2021
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:04/09/2021
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:04/09/2021
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, IncD025LTP02(Composite Body)2"* From Original Standard Products ListClick to Return to the Table of Content15Updated:04/09/2021
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 IncASTM 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 IncASTM C 76* From Original Standard Products ListClick to Return to the Table of Content16Updated:04/09/2021
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:04/09/2021
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 Fiberglass (FRP)Hobas Pipe USA, IncHobas Pipe (Non-Pressure)ASTM D3262/D375403/22/10 33 31 13 Fiberglass Pipe (FRP)AmeronBondstrand RPMP PipeASTM D3262/D375404/09/21Glass-Fiber Reinforced Polymer Pipe (FRP)Thompson Pipe GroupThompson Pipe (Flowtite)ASTM 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:04/09/2021
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, IncOpticore Ductile Polyethylene PipeASTM D 12488"*High-density polyethylene pipePlexco IncASTM D 12488"*High-density polyethylene pipePolly Pipe, IncASTM 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:04/09/2021
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:04/09/2021
r
N
0
N
�
�
O
�
�
v
�
�
�
�
-a
Q
�
�
�
w
�
�
�
�+
�
❑
2
�
�
a
�
�
a
O
�^
V �
� �
C.� �
F��■
Vt
�
�
_
❑
4dn
�
�
❑
Q
F�
�
�
�
�
i�
I�
!1
� '_" �' N iy V in N Vi Y: � Vi �
z 2 � "C'' � «
. � .� i _i _ � i �,' ii
� - � - .-T � V V .T V �
� �t �
r
�
o � �
L r�t r�i 3'e ���' n� � M �' � Li� r.Yi v T
+� .cF. ,��, n � `o �o +4 '4 d rYj � � � a `cM� 'q
❑ ❑ u. ❑ ri n. a ri p ❑ o p ❑ v.
� ��r��r�F����°r��
� Q¢ � d c� Q c d Q� d�� d¢
� 4
E-'
�
•H .E
n. �
-� � Y t;-� V � G V
� h � �. � � � �.
�3y �;/ �/ 2 �q �/
y � r�v u'+ 6. � S-' rNn e�i 4^+ N � O.
V.
•y C' C{ .0 M 'd M � . d ❑ ❑ d ❑ eN^.
L_ O O ' w ���G ,`C�- d r`; vi v.� v, rn rr. �
� `n y
_ ° � � � � � �
�^ ���,�� �
.i N �
� � �
n �;
- ��y �
4J G G � G
�' �.Q .�t � ,4
� �, �
�
� � � a � � n� � � � � '= V
� �� �
¢� ' � �+ V c.+ ,rb, �; :� �, �y � m p
A [: .S2 � � .r'�� V � .52 � �i � � � V � Cq+
� _ � c�j � �d = ;:; � 2 3 �: ti � � �u C
� � 6. N — S � L — —
Y �
� � �� 7 0� a� a n. a p c
— � ^ � �
� '� o � o
z
f 2 �
r
�,
�
� ' `n ;3
� � �
C
N � a � � � m
u] �-
N M � 'n. 'n. '� a 'n. � � ii ii 'n. '� 'a 'n. � 'n.
°M � � kt � ;, � � � ;, kt kt � �= � � ;,
L .� � � :� � � � � � � :� � � � � � �
„ � c.: :i :a c� c� ;� c: c.: c.� :� ;� c� :� c; U
� 7 3� 7 3] 3 7 3 3 3 3, 3 3 3
s�. a a n. a a n. a a n. n. n. a n. a n.
d �
r � � �+ �i � �v �i � �+ �i � r�i � �+ �i � g+
o`� ., .� _: ., _! .� ., _! _: ., .� ., ., _. ., .�
� � r1 r� r+i N1 r rn K1 � rn r1 rn �*1 r rn r1 r�
67 Fy �'I M'I �"'I M'I M M
y y M �n M M �n M
O ��
�
� R OG OO C! Vi � � � �. ry C! [V
� Q�� ^ G O " � C O
4' � ^ -�y .7 G 4�+ � � iy
� N � ^q. .G Ly� � � ff-. ri
� � � C C G O � � �- � L� 6
Z
..
c
�
�
S
0
v
�
�
�
41
s
..
O
C
7
�
CC
O
u
�
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:04/09/2021
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, Inc11/03/98Fold and Form PipeInsituform Technologies, IncInsituform "NuPIpe"ASTM F-1504Fold and Form PipeAmerican Pipe & Plastics, IncDemo Purpose Only12/04/00Fold and Form PipeUltralinerUltraliner PVC Alloy PipelinerASTM F-1504, 1871, 186706/09/03Fold and Form PipeMiller Pipeline CorpEX MethodASTM F-1504, F-1947Up to 18" diameter* From Original Standard Products ListClick to Return to the Table of Content23Updated:04/09/2021
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, IncUltra-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:04/09/2021
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 , IncFB600-7NL, FB1600-7-NL, FV23-777-W-NL, L22-77NLAWWA C8002"5/25/2018 33-12-10 Curb Stops-Ball Meter ValvesFord Meter Box Co , IncFB600-6-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 , IncFB600-4-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 , LtdB-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 , LtdB-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 , LtdB-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, Inc412 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 420AWWA 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 IncDFW37C-12-1EPAF FTWPlastic Meter Box w/Composite LidDFW Plastics IncDFW39C-12-1EPAF FTW08/30/06Plastic Meter Box w/Composite LidDFW Plastics IncDFW65C-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:04/09/2021
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:04/09/2021
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, IncEmpire 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 CoCrispin Air and Vacuum Valves, Model No 1/2", 1" & 2"*E1-11 Combination Air Release ValveValve and Primer CorpAPCO #143C, #145C and #147C1", 2" & 3"* From Original Standard Products ListClick to Return to the Table of Content27Updated:04/09/2021
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:04/09/2021
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:04/09/2021
r
N
0
N
�
�
O
�
�
v
�
�
�
�
Q
�
�
�
w
�
�
�
d
�r_
I�
❑
�
G=:
�
�
2
�
�
Q
�
�
a
O
�
�
❑
�
C.�
�
�
�
�
_
❑
C
�/�
Fa.q
❑
d
�
�
�
�
�
�
�
i�
�
!1
0
N
L
W
�
.�
6
�
�i
d
a
cn
�
.�
s
r
�
�
�
r
;
�
�
�
�
�
�
i
67
�
m
N
O
�
�
3
Q
0
-7.
N - N ry � - N - l�^� N N
N
�t V � Y �' Y � V W V V
�
L/
b �
'S n C O � C .-. .-.
c o � � � � dc5�n N � � dgy� N � � � � � �
C C: C d3 V �. V �. d d d C;
� �" � 3 s 3 � � " � � � " � 3 3 3 3
�' � d d d d 3 � 3 � d d d d
C C, C
rs
�r
C
�
7
a
v v � v � v v
d o� o a � � "' s s s
�: c c c
v
�
❑
� �
� �
�G � �
���� � � `
y � � � 9 G �i
a v v ,4 C+
� � � � � � � = o o �t
���.�.G : ' � `��°'
� � � � � L L � � �
- - ,, � ' z z �
� � � '� .� � �
� ` °' ry � � � � �
n o � � �
� �
� �
��
n
�
.�
�
�
�
�
�
�
�.
�
�
3
�; �. �. � � � �
� d�� d� d a � a a a
� _ _ � _ _ _ _ _ � � �
a ����� � � ����
n. a n. n. a n. n. a n. n. o.
� :] Ci C) :] Ci :J :] Ci Ci Ci Ci
� n'. � o�. n3. � 03, n3. � n3. n3. i
G.
�
� N r1 �J N N N N N �J (v CJ
1 -. -.
F. �*'I �'I �'I
y M M M M M
�
�
� o� c. c. v.
� G 4�'+�.7`1 4 N N � !; �+ i
� � ff�. �7i �i � � �G � W W
� � �' � � N N � 4-. CF �
O
M
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, IncMechanical Joint FittingsAWWA C153 & C110*E1-07 Ductile Iron FittingsGriffin Pipe Products, CoMechanical 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, CoMechanical 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, IncOne Bolt Restrained Joint FittingAWWA C111/C116/C1534" to 12"02/29/12 33-11-11 Ductile Iron Pipe Mechanical Joint RestraintEBAA Iron, IncMegalug Series 1100 (for DI Pipe)AWWA C111/C116/C1534" to 42"02/29/12 33-11-11 PVC Pipe Mechanical Joint RestraintEBAA Iron, IncMegalug Series 2000 (for PVC Pipe)AWWA C111/C116/C1534" to 24"08/05/04E1-07 Mechanical Joint Retainer Glands(PVC)Sigma, CoSigma One-Lok SLC4 - SLC10AWWA C111/C1534" to 10"03/06/19 33-11-11 Mechanical Joint Retainer Glands(PVC)Sigma, CoSigma One-Lok SLCS4 - SLCS12AWWA C111/C1534" to 12"08/05/04E1-07 Mechanical Joint Retainer Glands(PVC)Sigma, CoSigma One-Lok SLCEAWWA C111/C15312" to 24"08/10/98E1-07 MJ Fittings(DIP)Sigma, CoSigma 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, IncPVC Stargrip Series 4000ASTM A536 AWWA C11111/07/16 33-11-11 Mechanical Joint Retainer GlandsStar Pipe Products, IncDIP 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:04/09/2021
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 Co4" - 12"11/08/99Resilient Wedge Gate Valve Mueller CoSeries A2361 (SD 6647)AWWA C51516"01/23/03Resilient Wedge Gate ValveMueller CoSeries A2360 for 18"-24" (SD 6709)AWWA C51524" and smaller05/13/05Resilient Wedge Gate ValveMueller CoMueller 30" & 36", C-515AWWA C51530" and 36"01/31/06Resilient Wedge Gate ValveMueller CoMueller 42" & 48", C-515AWWA C51542" and 48"01/28/88E1-26 Resilient Wedge Gate ValveClow Valve CoAWWA C5094" - 12"10/04/94Resilient Wedge Gate ValveClow Valve Co16" RS GV (SD D-20995)AWWA C51516"11/08/99E1-26 Resilient Wedge Gate ValveClow Valve CoClow RW Valve (SD D-21652)AWWA C51524" and smaller11/29/04Resilient Wedge Gate Valve Clow Valve CoClow 30" & 36" C-515AWWA C51530" and 36" (Note 3)11/30/12Resilient Wedge Gate ValveClow Valve CoClow 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 CoMetroseal 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:04/09/2021
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 CoAWWA C-50424"*E1-30 Rubber Seated Butterfly ValveMueller CoAWWA C-50424"and smaller1/11/99E1-30 Rubber Seated Butterfly ValveDezurik Valves CoAWWA C-50424" and larger06/12/03E1-30 Valmatic American Butterfly ValveValmatic Valve and Manufacturing Corp Valmatic American Butterfly ValveAWWA 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:04/09/2021
a
M
r
N
0
N
�
�
O
�
�
v
�
m
�
�
�
�
�
F■
=��1
� � �
OC G� �
� � _
� Q C
Ow a�".,
❑
❑
a��
��❑
�a�
���
�
�
N
cC
�
H
�
w.
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:04/09/2021
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)04/09/21Automated Flushing SystemKupferle Foundry CompanyEclipse #9800wc04/09/21Automated Flushing SystemKupferle Foundry CompanyEclipse #9700 (Portable)* From Original Standard Products ListClick to Return to the Table of Content36Updated:04/09/2021
Approval Spec No.ClasssificationManufacturerModel No.National SpecSizeStorm Sewer - Inlet & Structures 33-05-13 (Rev 10/13/2021)10/08/20 33 49 20Curb InletsForterrra FRT-10x3-405-PRECAST**ASTM C91310' X 3'10/08/20 33 49 20Curb InletsForterrra FRT-10x3-406-PRECAST**ASTM C91310' X 3'10/08/20 33 49 20Curb InletsForterrra FRT-10x4.5-407-PRECAST**ASTM C91310' X 4.5'10/08/20 33 49 20Curb InletsForterrra FRT-10x4.5-420-PRECAST**ASTM C91310' X 4.5'10/08/20 33 39 20ManholeForterrra FRT-4X4-409-PRECAST-TOPASTM C9134' X 4'10/08/20 33 39 20ManholeForterrra FRT-4X4-409-PRECAST-BASEASTM C9134' X 4'10/08/20 33 39 20ManholeForterrra FRT-5X5-410-PRECAST-TOPASTM C9135' X 5'10/08/20 33 39 20ManholeForterrra FRT-5X5-410-PRECAST-BASEASTM C9135' X 5'10/08/20 33 39 20ManholeForterrra FRT-6X6-411-PRECAST-TOPASTM C9136' X 6'10/08/20 33 39 20ManholeForterrra FRT-6X6-411-PRECAST-BASEASTM C9136' X 6'3/19/2021 33 49 20Curb InletsThompson Pipe GroupTPG-10X3-405-PRECAST INLET**ASTM 61510' X 3'3/19/202133 49 20Curb InletsThompson Pipe GroupTPG-15X3-405-PRECAST INLET**ASTM 61515' x 3'3/19/202133 49 20Curb InletsThompson Pipe GroupTPG-20X3-405-PRECAST INLET**ASTM 61520' x 3'3/19/202133 39 20ManholeThompson Pipe GroupTPG-4X4-409-PRECAST TOPASTM 6154' X 4'3/19/202133 39 20ManholeThompson Pipe GroupTPG-4X4-409-PRECAST BASEASTM 6154' X 4'3/19/202133 39 20ManholeThompson Pipe GroupTPG-4X4-412-PRECAST 4-FT RISERASTM 6154' X 4'3/19/202133 39 20ManholeThompson Pipe GroupTPG-5X5-410-PRECAST TOPASTM 6155' X 5'3/19/202133 39 20ManholeThompson Pipe GroupTPG-5X5-410-PRECAST BASEASTM 6155' X 5'3/19/202133 39 20ManholeThompson Pipe GroupTPG-5X5-412-PRECAST 5-FT RISERASTM 6155' X 5'3/19/202133 39 20ManholeThompson Pipe GroupTPG-6X6-411-PRECAST TOPASTM 6156' X 6'3/19/202133 39 20ManholeThompson Pipe GroupTPG-6X6-411-PRECAST BASEASTM 6156' X 6'3/19/202133 39 20ManholeThompson Pipe GroupTPG-6X6-412-PRECAST 6-FT RISERASTM 6156' X 6'3/19/202133 39 20ManholeThompson Pipe GroupTPG-7X7-411-PRECAST TOPASTM 6157' X 7'3/19/202133 39 20ManholeThompson Pipe GroupTPG-7X7-411-PRECAST BASEASTM 6157' X 7'3/19/202133 39 20ManholeThompson Pipe GroupTPG-7X7-412-PRECAST 4-FT RISERASTM 6157' X 7'3/19/202133 39 20ManholeThompson Pipe GroupTPG-8X8-411-PRECAST TOPASTM 6158' X 8'3/19/202133 39 20ManholeThompson Pipe GroupTPG-8X8-411-PRECAST BASEASTM 6158' X 8'3/19/202133 39 20ManholeThompson Pipe GroupTPG-8X8-412-PRECAST 5-FT RISERASTM 6158' X 8'3/19/202133 49 20Drop InletThompson Pipe GroupTPG-4X4-408-PRECAST INLETASTM 6154' X 4'3/19/202133 49 20Drop InletThompson Pipe GroupTPG-5X5-408-PRECAST INLETASTM 6155' X 5'3/19/202133 49 20Drop InletThompson Pipe GroupTPG-6X6-408-PRECAST INLETASTM 6156' X 6'CITY OF FORT WORTHTRANSPORTATION & PUBLIC WORKS DEPARTMENT STORMWATER MANAGEMENT DIVISION STANDARD PRODUCT LIST**Note: Pre-cast inlets are appoved for the stage I portion of the structure (basin) only. Stage II portion of the structure are required to required to be cast in-place. No exceptions to this requirement shall be allowed.Updated: 10/13/21* From Original Standard Products List
Approval Spec No.ClasssificationManufacturerModel No.National SpecSizeStorm Sewer - Inlet & Structures 33-05-13 (Rev 10/13/2021)10/08/20 33 49 20Curb InletsForterrra FRT-10x3-405-PRECAST**ASTM C91310' X 3'10/08/20 33 49 20Curb InletsForterrra FRT-10x3-406-PRECAST**ASTM C91310' X 3'10/08/20 33 49 20Curb InletsForterrra FRT-10x4.5-407-PRECAST**ASTM C91310' X 4.5'10/08/20 33 49 20Curb InletsForterrra FRT-10x4.5-420-PRECAST**ASTM C91310' X 4.5'10/08/20 33 39 20ManholeForterrra FRT-4X4-409-PRECAST-TOPASTM C9134' X 4'10/08/20 33 39 20ManholeForterrra FRT-4X4-409-PRECAST-BASEASTM C9134' X 4'10/08/20 33 39 20ManholeForterrra FRT-5X5-410-PRECAST-TOPASTM C9135' X 5'10/08/20 33 39 20ManholeForterrra FRT-5X5-410-PRECAST-BASEASTM C9135' X 5'10/08/20 33 39 20ManholeForterrra FRT-6X6-411-PRECAST-TOPASTM C9136' X 6'10/08/20 33 39 20ManholeForterrra FRT-6X6-411-PRECAST-BASEASTM C9136' X 6'3/19/2021 33 49 20Curb InletsThompson Pipe GroupTPG-10X3-405-PRECAST INLET**ASTM 61510' X 3'3/19/202133 49 20Curb InletsThompson Pipe GroupTPG-15X3-405-PRECAST INLET**ASTM 61515' x 3'3/19/202133 49 20Curb InletsThompson Pipe GroupTPG-20X3-405-PRECAST INLET**ASTM 61520' x 3'3/19/202133 39 20ManholeThompson Pipe GroupTPG-4X4-409-PRECAST TOPASTM 6154' X 4'3/19/202133 39 20ManholeThompson Pipe GroupTPG-4X4-409-PRECAST BASEASTM 6154' X 4'3/19/202133 39 20ManholeThompson Pipe GroupTPG-4X4-412-PRECAST 4-FT RISERASTM 6154' X 4'3/19/202133 39 20ManholeThompson Pipe GroupTPG-5X5-410-PRECAST TOPASTM 6155' X 5'3/19/202133 39 20ManholeThompson Pipe GroupTPG-5X5-410-PRECAST BASEASTM 6155' X 5'3/19/202133 39 20ManholeThompson Pipe GroupTPG-5X5-412-PRECAST 5-FT RISERASTM 6155' X 5'3/19/202133 39 20ManholeThompson Pipe GroupTPG-6X6-411-PRECAST TOPASTM 6156' X 6'3/19/202133 39 20ManholeThompson Pipe GroupTPG-6X6-411-PRECAST BASEASTM 6156' X 6'3/19/202133 39 20ManholeThompson Pipe GroupTPG-6X6-412-PRECAST 6-FT RISERASTM 6156' X 6'3/19/202133 39 20ManholeThompson Pipe GroupTPG-7X7-411-PRECAST TOPASTM 6157' X 7'3/19/202133 39 20ManholeThompson Pipe GroupTPG-7X7-411-PRECAST BASEASTM 6157' X 7'3/19/202133 39 20ManholeThompson Pipe GroupTPG-7X7-412-PRECAST 4-FT RISERASTM 6157' X 7'3/19/202133 39 20ManholeThompson Pipe GroupTPG-8X8-411-PRECAST TOPASTM 6158' X 8'3/19/202133 39 20ManholeThompson Pipe GroupTPG-8X8-411-PRECAST BASEASTM 6158' X 8'3/19/202133 39 20ManholeThompson Pipe GroupTPG-8X8-412-PRECAST 5-FT RISERASTM 6158' X 8'3/19/202133 49 20Drop InletThompson Pipe GroupTPG-4X4-408-PRECAST INLETASTM 6154' X 4'3/19/202133 49 20Drop InletThompson Pipe GroupTPG-5X5-408-PRECAST INLETASTM 6155' X 5'3/19/202133 49 20Drop InletThompson Pipe GroupTPG-6X6-408-PRECAST INLETASTM 6156' X 6'CITY OF FORT WORTHTRANSPORTATION & PUBLIC WORKS DEPARTMENT STORMWATER MANAGEMENT DIVISION STANDARD PRODUCT LIST**Note: Pre-cast inlets are appoved for the stage I portion of the structure (basin) only. Stage II portion of the structure are required to required to be cast in-place. No exceptions to this requirement shall be allowed.Updated: 10/13/21* From Original Standard Products List
CITY OF F�RT WflRTH
Pre-Approved Concrete Mix ❑esigns
The �oncrete mix designs listed below meet the requirements of City af Fart Worth
5tandard 5pecifications. These mix designs are pre-approved far use an City prajects.
The City reserves the right to sample and test materials at any tirne.
For mare infarmatian on mix designs, contact the Material and Geotechnical 5ervices at
�817) 392-893Q_
Updated: 09l21f�021
Arnerican Cancrete
Supplier Cemen
Mix ID Lbs.
'�fSC'AFfS�Q R7Flqd - d'
�1JAF382 25�l85 = 33�
4aCNFaES �`'11113 =
564
45CAF076 ���I122 =
E11
��
sh
5ack
5.00
3.56
6.00
6.54
Min. 28-day Slump W1Cm � ro�ed For:
trength (psij �Inchj Ratio �p
� f}fSf} '� _ F fl �ifl ^�irlawalkc R Rs
1,QOQ 4 - 6 4.87
4,QQa 3 - 5 0.45
4,54Q 3 - 5 4.44
Concrete 6ase
Material for Trench
Repair
Manhales ! Utility
Structures
Hand Placed Paving
Expiratian
Date
45106/2422
02121/2022
42121/2422
J011' 05
CementfFl ash Min.28-day Slump WICm Expiratian
Supplier Mix I� Lbs. Sack Strength (psij �Inchj Ratio �pPra�ed Far: Date
D14444401737 4681117 = 585 6.22 4,50Q 3- 5 4.44 Hand Placed 43f43f2422
Pavin
D10000001791 489I122 = 611 fi.5a 4,50a 3- 5 0.42 Hand Placed 04f21f2022
Pavin
❑10000001793 481I124 = 601 6.39 4,�Q4 3- 5 0.43 Hand Placed 07I28f2022
Pavin
D10000001103 611I0 = 611 6.5a 4,50a 3- 5 0.44 Hand Placed 04f21f2022
Pavin
D10000002107 611I0 = 611 fi.54 4,5Q4 3- 5 0.43 Hand Placed 05f07f2022
Pavin
D100000012i3 61110 =&11 &.5a 4,50a 3- 5 0.44 Hand Placed 04f29f2023
Pavin
D10000001223 517I0 = 517 5.54 3,5Qa 1- 3 0.47 �achine Placed 09f22f2022
Pavin
D10000001617 41411a3=517 5.5a 3,50a 1-3 0.45 �achinePlaced 09f22f2022
Pavin
D10000008381 752I0 = 752 g.�p 4,5aa �4,500 3- 5 0.33 HES Pa�ing 08f0�f2022
72 hrs.
D10000009857 3a13aa = 330 3.51 50 Flow 0.91 Flowable Fill 04f21f2022
Inlets, Junction
Boxes, Manholes,
D10000001055 494I0 = 494 5.25 3,4Qa 3- 5 0.50 Channel Liner, 02f27f2022
Sidewalk,
Driveways, Curb &
Gutter
Q10000010�35 470l0 = 470 5.0� 3,404 3- 5 0.56 Sidewalks, Curbs 06115f2022
D1000441619S 4141103 = 517 5.5D 3,64Q 3- 5 4.48 Valle Gulter 4612�f2422
Pre-Approved Cancrete Mix ❑esigns Page � of 1� �9121l2a21
CementfFl ash Min.28-day Slump WICm Expiratian
Supplier Mix I� Lhs. Sack 5trength (psij �Inch� Ratio �ppra�ed Far: Date
Curbs, Curb &
Gutter, Sidewalk,
D10000015655 376194 = 470 5.Oa 3,a0a 3- 5 0.54 Driveway 06f15f2022
Appraach,
ADA Ram
Inlets, Boxes,
�10000001615 4a611a1 =5�7 5.39 3,60a 3-5 0.49 Encasement, 04121f2022
Blockin
Inlets, Boxes,
D10000001061 5a210 = 502 5.34 3,60a 3- 5 Encasement, 04f21f2022
Blockin
D10000001083 554I0 = 554 5.89 4,aQa 3- 5 0.46 Val�e Pads 04f21f2022
D10000010835 56410 = 564 6.Oa 4,a0a 3-5 0.44 Inlets, Headwalls, �Of21f2022
Thrust Blockin
D10000001685 4511113 = 564 6.Oa 4,�Oa 3- 5 0.45 Value Pads 04f21f2022
D10000005751 188147 = 235 2.5� 750 1-� 1.00 Trench Re air 10121f2022
Inlets, Structures,
D14444401483 554I4 = 554 5.89 4,QOQ 3- 5 4.45 Headwalfs, Thrust 43146f2422
Blockin
Headwall,
❑10000001681 451l113 = 564 6.04 4,4Qa 3- 5 0.45 �etaining Wall, 06119f2022
Box Culvert,
Valle Gutter
Bi D Concrete
Supplier Ceme
Mix la Lbs.
7SKGRT 65810 = 658
14500AE 846I0 = 846
ash
Sa�k
7.{3�
9.0�
Min. 28-day
Stre n g#M
51ump
�Inchj
4 - �6
3-5
Racio I Approved For: I Dap�ration
Burnca Texas LLC
0.54 Groutin 0411 312 0 2 3
0.38 HES Pa�inq Oi11412022
CementlFl ash Ibs, Min.28-day
Suppllier Strength ��ump WfCm Approved For: Expiratian
Mix I� Lbs. 5ack Si �Inchj Ratia �ate
45L1544BG 4891122 = 611 6.50 4,5a4 3- 5 0.40 Hand Placed Paving, O1f2912022
Storm S#ructures
4aU553BG 45111 13 = 554 &.00 4,aa� 1-3 0.41 �achine Placed 01f2912022
Pa�in
�5U12aAG 70510 = 7a5 7.5fl �'��� �3'��� 3- 5 0.38 HES Pa�ing 10f1412021
3-da s
Pipe Collars, Inlets,
3QU1 aaAG 47� 10 =�7a 5A0 3,aaa 3- 5 0.4i Thrust Blocks, 03f0312022
Sidewalks and Ram s
34U1a1RG 47010=474 5.00 3,444 3-5 0.49 Flatwork 03f1712022
Blocking, Dri�eways,
3aU5aaBG 38�194 =�74 5.0� 3,aaa 3- 5 0.49 Curb & Gutter, O1f2912022
Sidewalks and Ram s
Storm Drain
�au�aa�� 451l113 = 5E4 6.00 4,aaa 3- 5 0.44 Structures, Dri�eways, 01f2912022
Screen walls
36U5aaBG 4321108 = 54a 5.7� 3,6aa 3- 5 0.44 Lighting and TrafFic O1f2912022
Si nal Foundations
08Y450BA 21�J50 = 2Ea 2.77 800 3- 5 0.93 �oncrete Base for �2f1 il2021
Trench Re air
a1YE9aBF 3fll300 = 33a 3.51 100 Flow 0.86 CLSM I Flowable Fill 01f2912022
Pre-Approved Gan�rete Mix ❑esigns Page 2 of 1� �9121l2021
Carder Concrete
CementlFl ash Min.28-day
5upplier Mix 5trength 51ump WICm Appra�ed Far: Expiratian
ID Lbs. 5ack Si �Inch} Ratio Date
FWCC602021 4511113 = 5�� S.Oa 4,5�4 3- 5 0.43 Hand Placed 1 1 11 212 022
Pavin
FWCC552091 4141103 = 517 5.5a 3,6aa 1- 3 0.44 Machine Placed 11I1212022
Pa�in
FWCC602091 451f113 = 56� 6.0� 4,��a 1- 3 0.40 Machine Placed ��f�2f2022
PaWin
FWCC359101 3al3aa = 33fl 3.51 50 - 150 flow 0.86 Flowable Fill 11I12I2022
ICLSM
FWFF237501 52l164 = 216 2.3a 50 - 150 flow �.74 Flowable Fill ����2�2022
1CLSM
Starrn Drain
Structures,
Manholes,
HeadwalVs,
FWCC602001 4511113 = 564 6.Oa 4,aaa 3- 5 0.44 Retaining Walls, 11112I2022
Valley Gutters,
Drive Approaches,
Lighting & TrafFic
Si nal Foundations
Sidewalks,
FWCC502021 376194 = 470 S.Oa 3,5aa 3- 5 0.51 Driveways, Ramps, 1 1 11 212 022
Curb & Gutter
Sidewalks,
FWCC502001 376194 = 470 5.04 3,aa4 3- 5 0.53 Driveways, Rarnps, 10I29I2022
Curb & Gutter,
Flatwork
�harle 's Concrete
CementlFl as�h Min.28•day
5upplie Strength Slump WICm pyppro�ed For; Expiration
r Mix ID Lbs. Sack S` �Inch} Ratio Date
Curb Inlets, Junction
4142 4141103 = 517 5.54 3,600 g_� p 48 Boxes, 5idewalks, 03I05I2022
Street Light
Foundations
4518 4521112 = 564 6.Oa 4,000 3- 5 0.45 Headwalls, Win walls 0 210 212 0 2 3
4145 414J103 = 517 5.5� 3,600 1-3 0.48 Machine Placed Pa�in 0 312 312 0 2 2
51E� 517l0 = 517 5.54 3,600 1-3 0.45 Machine Placed Pavin 03I23I2022
46a9 489l122 = E11 �.5a 4,500 3- 5 0.44 Hand Placed Paving, 0212512022
Manholes
61a3 611lfl = 611 6.5a 4,500 3-5 0.44 Hand Placed Paving, 02I25I2022
Manholes
45�2 470J0 = 47a S.Oa 3,000 3- 5 0.46 �idewalks, Blocking, 0 611 412 02 3
Ri ra
3759 37€194 = 470 5.Oa 3,000 3- 5 0.50 5idewalks 0 512 812 0 2 2
15�2 501150 = 2�0 2.13 15� Flow 0.95 Flowable Fill 0 210 212 0 2 3
1518 30I300 3.51 154 Flow 0.85 Flowable Fill 09I1il2022
5642 5641� = 564 6.OQ 4,404 3- 5 4.45 Starm Drain Structures 46I14I2423
&595 �5810 = 658 7.Oa �'��� ����a 3- 5 0.40 HES Pa�ing 04I14I2022
72 hrs.
6589 65810 = 658 7.Oa 4,500 3- 5 0.36 HES Pa�in 02I24I2022
Pre-Approved Gan�rete Mix ❑esigns Page 3 of 1� �9121l2021
Chisholm Trail Redi Mix
CementlFl ash Min.28-day
5upplier Slump WICm Expiration
Mix I� Lbs. ��� Strength �Inch� Ra#io �ppra�ed For: Date
k [psij
C1362�A 376f9� = 474 5.00 3,000 3- 5 0.46 Driveways, Curb & 05/21/2023
E Gutter
�I �OC1CCBt� C011'i �C1
CementlFl ash Min.28-day
5upplier Saa Strength 51ump WICm Appraved Far: Expiratian
Mix I� Lbs, k si �Inch} Rati❑ Date
11-354-FF 941235 3.�0 50 - 150 Flow 0.83 �Flowable Fill 0 512 612 0 2 3
30HA2511 3531118 = 471 5.01 3,000 3- 5 0.60 Ri ra 03I18I2023
30HA2flll 376194 = 470 5.00 3,000 3- 5 0.45 Blocking, Sidewalks, 08I04I2022
Flatwork, Pads
45NG2511 458l1�3 = 611 6.50 3,600 5-7 0.45 Class G Qrilled Shaft 04/21/2022
5aQ�251I 494f165 = 659 7.01 3,600 7- 9 0.45 Slurry displaced drill 03116I2023
shafts
45NA2011 489f122 = fi11 6.50 4,500 3- 5 0.45 Hand Placed Pa�ing, 06I16I2023
Li ht Pole Bases
36LA2al I 451f113 = 5&� 6.00 3,600 1- 3 0.44 Machine PVaced 03I13I2022
PaWirr
36JAOOIJ 414f1Q3 = 517 5.50 3,600 1-3 0.43 Machine Placed 03I13I2022
Pavin
4aLA2�l I 451l113 = 56� 6.00 4,000 3- 5 0.44 Storm Drain Structures 0 311 312 022
Cornerstone �ntime Concrete
CementlFl ash Min.28-day
5upplier Slump WICm Expiratian
Mix la Lbs. Sac Strength �Inch� Ratio �ppraved Far: Date
k [psij
C�C 40�0 58810 = 588 6.26 4,000 3- 5 0.45 Lighting and Traific 07/23/2022
5i nal Foundatians
�ow Town Redi Mix �vn�rete
CementlFl ash Min.28-day
5upplier 5ac Strengtl� 51ump WICm Appraved Fvr; Expiration
Mix la Lbs. k Si (Inchj Ratio �ate
5idewalks, ariveways,
250 376194 = 470 �.�a 3,0�� 3- 5 0.5� Barrier Free Ramps, �111512�22
Curb & Gutter
122
5idewalks, ariveways,
354 47� !�= 470 �.QQ 3,�QQ 3- 5 4.52 Barrier Free Ramps, QE12112Q23
Curb & Gutter
253-E7A 399J100 = 499 �.31 3,Oaa 3- 5 0.49 Curb & Gutter, Sid�walks a412912a23
9 501150 = 204 2.13 74 7- 9 1.57 Flowable fiII1CLSM 49I44I2022
9-S 2flfl10 = 200 2.13 70 7- 9 1.57 Flawable fiII1CLSM a31a512a22
220-8 481152 = 2aa 2.13 50 7- 9 1.45 Flawable fiII1CLSM a312312a22
320-8 2flfll0 = 200 2.13 50 7- 9 1.45 Flawable fiII1CLSM a312312a22
230-8 226156 = 282 3.44 750 3- 5 p,gg �ancrete Base Material p312312a22
for Trench Re air
330-58 282lfl = 282 3.aa 750 3- 5 p.gg �ancrete Base Material p312312a22
far Trench Re air
353 494l0 = 494 �.25 3,044 3- 5 �.�p 5idewalks & AaA 45/25/2422
Rarn s, ❑rivewa s, Curb
Pre-Approved Gan�rete Mix ❑esigns Page 4 of 1� �9121l2021
CementfFl ash Min.28-day
5upplier 5ac 5trengtl� 51urnp WfCm Appraved For; Expiration
Mix ID Lbs, k �i (Inchj Ratio aate
& �utter, 5afety End
Treatments, Nan-TxO�T
Retainin Walls
Curbs, ariveways,
sidewalks & ADA
253-W 399l1flfl = 499 �.31 3,flaa 3- 5 0.49 Rarnps, Inlets, Junctian a512512a22
Boxes, Non-Txa�T
Retainin Walls
Bridge 51abs, Box
260 �511113 = 564 6.aa 4,flaa 3- 5 p.4.4 �ulver, Headwalls, �4124�Zazz
Lighting and Traffic
5i nal Faundatians
260-1 �51 J113 = 5E4 6.aa 3,�aa 3- 5 0.44 Headwalls a51a412a22
Box Culver, Headwalls,
260-2 4511113 = 564 6.�a 3,6�� 3- 5 0.44 Lighting and Traffic a31a612a22
5i nal Foundations
Bridge Slab, Box Culwer,
360 564l0 = 564 6.aa 4,flaa 3- 5 p.4� Headwalls, Lighting and p4124�2a22
Traific 5ignal
Foundations
360-1 554J0 = 564 6.aa 3,�aa 3- 5 �.4� �4� �ulverts, Wing walls, p31a612a22
Headwalls
2�4-N �89l122 = 611 6.5a 4,5aa 3- 5 0.42 Hand Placed Paving a311112a22
366 &11 J0 = 611 6.5� 4,5aa 3- 5 0.41 Hand Placed Paving a311112a22
265 �891122 = E11 6.50 4,5QQ 3- 5 0.42 Hand Placed Pawing 121Q112Q21
365 €1110 = 611 6.5a 4,5aa 3- 5 0.42 Hand Placed Paving a512112a23
370-NC &58l0 = 658 7.aa 4,5aa 3- 5 0.4a HES Cancrete Paving a312312a22
3i5-NC 70510 = 70� 7.5a 5'��� �3'��� 3- 5 0.38 HES Cancrete Paving a51a212a21
si 24 hrs.
267 �511113 = 564 6.44 4,240 3- 5 p.4.4 Manhales & Orainage 12/17/2421
Structures
270 525J132 = E�8 7A0 5,Oaa 3- 5 0.39 CIP Bax Culvert a511912022
370 €5810 = 658 7.�� 5,0�� 3- 5 0.4a CIP Box Culvert a511912a22
255-2 �141103 = 51i �.5� 3,flaa 3- 5 p.48 Inlets, Thrust Blacking, �3�a6�Zazz
Concrete Encasement
Lighting and Traffic
257 �14l103 = 51i �.5a 3,&aa 3- 5 0.47 5ignal Foundations, ai12312a22
Valle Gutter
257-M �141103 = 51i �.5� 3,6aa 1- 3 0.45 Machine Placed Pavin a212112a22
26�-M �511113 = 564 6.00 4,DOQ 1- 3 4.43 Machine Placed Pavin Q411412022
3�0-M 554J0 = 564 6.�� 4,{3�a 1- 3 0.44 Machine Placed Pavin �411412�22
255-LP �141103 = 517 �.5� 3,Oaa 3- 5 0.52 Curb & Gutter �212412�22
355-LP 51710 = 517 �.5� 3,Oaa 3- 5 0.48 Curb & Gutter a2124f2a22
Flatwark, Inlets, Thrust
255 �1411�3 = 517 5.5 3,5QQ 3- 5 0.48 Blocking, Concrete o�ro�rzQzz
Encasernent
355 5171fl = 517 �.5a 3,flaa 3- 5 p.qg Inlets, Thrust Blacking, �3�a6�Zazz
Cancrete Encasement
357-M 51710 = 517 �.5a 3,6aa 1- 2 0.48 Machine Placed Paving a512112a23
Bridge slabs, top slahs of
365-STX &1110 = 611 6.5a 4,flaa 3- 5 0.43 direct traffic culverts, a811812a22
a roach slabs
Lighting and Traffic
357 51710 = 517 �.5a 3,&aa 3- 5 0.49 5ignal Foundations, a112912a22
Valle �utt�r
Pre-Approved Cancrete Mix ❑esigns Page 5 of 1� �9121l2a21
GCH Concrete Ser►►ices
GementlFl ash Min.28-day
5upplier 5trength 51ump WICm Appra�ed Far: Expiration
Mix ID Lbs. 5ack Si �Inch} Rati❑ Date
�CH4�� for Sidewalks, Ramps,
� 4511113 = 554 6.fla 4,aa� 3-5 0.45 Headwalls, Inlets, and 01/26/2023
5torrn Drain Structures
�CHVS 4511113 =�64 6.Oa 4,aa4 1-2 0.45 Machine Placed 03I15I2023
PaWirr
�CH45a 4891122 = 611 6.5a 4,5aa 3- 5 0.42 Hand Placed Pa�ing 01I26I2022
0
In ram Concrete 8� A re ates
CementlFl ash Min.28-day glump WlCm Expiration
Supplier Mix IQ �bs Sk� st�ps }th �Inchj Ratia Appra�ed Far: D���
Lighting and
151 PX5� M 4141143 = 517 5.50 3,5U4 3- 5 0.46 TrafFic 5ignal Oil2312022
Foundations
Lighting and
7aK235a4 51710 = 517 5.50 3,6aa 3- 5 0.47 TrafFic Signal OiI23I2022
Foundations
C4�PV5E5 3531118 = 471 5.01 3,��a 1- 3 0.46 $idewa�ks 8� 0512812022
Ram s
2��� 47010 = 47� 5.00 3,aQa 3- 5 0.51 �idewalks & � 0I14I2022
70J23504 Ram s
2��� 376194 = 470 5.00 3,aaa 3- 5 0.50 Sidewafks and � O11412022
147QW5a5 Ram s
2��� 451I113 = 464 6.00 4,aaD 1- 2 0.39 Machine Placed �2I03I2020
C55P55a5 PaWin
2MWR 4891122 = 611 6.54 4,50a 3- 5 4.44 Hand Placed � 4I14I2422
161 UVSDM Pa�in
2��� 611I0 = 611 6.50 4,5aD 3- 5 0.40 Hand Placed � 0I14I2022
1 DMt�55aN Pa�in
161 PSSEM 458I153 = 611 6.50 4,5a4 3- 5 0.36 Hand Placed 05I28I2022
Pa�in
LMC Lattimvre Materials Cor .
CementlFl ash Min.28-day
5upplie Strength �lump WICm �ppraved Far: Expiration
r Mix ID Lbs, Sack Si �Inch� Ratio Date
5177 376194 = 470 5.Oa 3,000 3- 5 0.51 Sidewalks, Concrete 05/02/2022
Ri ra
1261 4�fll0 = 47a 5.Oa 3,000 3- 5 0.53 5idewalks 05I06I2022
Storm Drain Structures,
5�a9 451 J113 = 564 6.00 4,000 3- 5 0.45 Sidewalks, 6ridge 1 210 712 022
Substructure
1551 51710 = 517 5.5a 3,OQ0 3- 5 0.49 �Iocking, Light Pole 0�I19I2023
Foundations
501� 301175 = 376 4.Oa 2,000 3-5 0.62 227 Concrete Base 1 1 13 012 022
17a1 564l0 = 564 6.Oa 4,000 3- 5 0.45 Storm Drain Structures, 02127I2022
SS Manhole
527� 4141103 = 517 5.54 3,5Q0 g_� 0 48 SS Manholes, Light 06I11I2023
Pole Foundations
55a7 4891122 = 611 &.5a 4,500 3- 5 0.42 Hand Placed Paving, 02I07I2022
Brid e
5275 4141103 = 517 5.5a 3,600 1-3 0.46 Machine Placed Pa�in 0�I1312023
9640 5261132 = E58 7.04 3,600 7- 9 0.40 Class SS - Drill 5hafts 11I01I2021
Pre-Approved Gan�rete Mix ❑esigns Page fi of 1� �9121l2021
CementlFl as� Min.28•day
5upplie Strength Slump WICm �pproved For; Expiration
r Mix ID Lbs. Saak Si �Inch} Ra#io Date
1851 5641a = 564 6.Oa 4,500 3- 5 0.44 �torm Drain Structures, 04/22/2022
Hand Placed Pavin
i uid Stone
Supplier ��mentlFl ash
Mix la Lbs. Sack
C4aaD� 45111 13 = 5&� �.aa
Min. 28-day
5trength
Ips�l
4,aaa
51ump WICm
�Inch} Rati❑
3 - 5 0.42
Appra�ed Far:
Lighting and TrafFc
5ianal Foundations
Expiration
Date
07/23/2022
Martin Marietta
CementlFl ash Min.28-day
5upplier 51ump WICm Expiration
Mix ID Lbs. Saaks �tresgth ��nch} Ratio Appraaed Far: Date
R2131 a14 4741� = 476 5.00 3,000 3- 5 0.55 5idewalks & Ram s 02l2112022
R2132214 3�6194 =�70 5.00 3,000 3- 5 0.53 Sidewalks 8 Ram s 0 212 412 0 2 2
a94945C �9510 = 495 5.27 3,000 3- 5 0.52 Sidewalks 8 Ram 0 212 412 0 2 2
R2131214 375194 = 470 5.00 3,000 3- 5 0.53 Sidewalks & Ram 04I06I2022
R2131314 3531118 = 471 5.01 3,000 3- 5 0.53 Sidewalks 8 Ramps 09129/2022
R213�014 �7a10 = 470 5.00 3,000 3- 5 0.55 Sidewalks & Ramps 0210212023
R213�214 375194 =�70 5.00 3,000 3- 5 0.53 5idewalks 8 Ramps 11I12I2020
R2141224 41 E1104 = 52� 5.53 4,000 3- 5 0.48 Sidewalks & Ramps 09I16I2023
R2141fl24 52a10 = 520 �.53 4,000 3- 5 0.50 Sidewalks & Ramps 09I16I2023
R213622fl 4aa110a = 50� 5.32 3,500 3- 5 0.50 Light Pole 6ases 09I30I2022
R2136222 4a81102 = 510 5.43 3,500 3- 5 0.49 Light Pole 6ases 09I16I2021
R2136224 4161104 = 520 5.53 3,600 3- 5 0.�8 Curq Inlets 03I05I2022
Storm Structures,
R2141233 4521113 = 565 6.01 3,600 3- 5 0.44 Inlets, Blocking & 0 412 412 0 2 2
Encasement
FL�W25A 711165 = 236 2.51 5p Flow .� 77 Flowable FiIIfCLSM 0412912022
fill
R2142233 4521113 = 565 6.01 3,600 3- 5 0.�4 Manholes, Inlets & 0 212 412 0 2 2
Headwalls
Manholes, Inlets &
R214123fl 44a111 a= 55fl 5.85 4,000 3- 5 0.�5 Headwalls, Val�e 0 311 312 022
Pads
Manholes, Inlets &
R2146�34 57Q14 = 57� 6.46 4,544 3- 5 4.�5 Headwalls, Hand 44/12/2423
Placed Pavin
R21 &1070 75a10 = 750 7.98 6,000 {3,000 3- 5 0.34 HES PaWing 10I16I2022
24-hrs.
c�2141 a26 53a10 = 530 5.64 4,000 1- 3 O.�i Machine Placed 0 911 612 02 1
Pa�in
Q2142231 4241105 = 530 5.64 4,000 1- 3 p.46 Machine Placed 02I24I2022
PaWin
�94•92SF �g�l0 = 595 6.33 4,444 1- 3 4.�1 Machine Placed 42I24I2422
C Pa�in
Q2141225 4241106 = 530 5.64 4,000 1- 3 0.46 Machine Placed 0 410 612 0 2 2
Pa�in
Pre-Approved Cancrete Mix ❑esigns Page 7 of 1� �9121l2a21
CementlFl ash Min.28-day
5upplier Strength 51ump WICm Approved For; Expiration
Mix ID Lbs, Sa�ks Si jlnch} Ratio Date
Q2141225 42a1105 = 525 5.59 4,000 1- 3 0.46 Machine Placed � 111 212 02 0
Pa�in
Q2141424 524I0 = 520 5.53 4,000 1- 3 0.�8 Machine Placed 01I08l2023
Pa�in
Hand Placed
R2146238 4721118 = 59� 6.28 4,500 3- 5 0.42 Pa�ing, Inlets, Storm 03I13I2022
Drain Structures
R2146336 4351145 = 580 6.17 4,500 3- 5 0.�3 Hand Placed Pavin 0�I21l2022
R2146235 46Q1115 = 575 6.18 4,544 3- 5 4.�3 Hand Placed Pavin 11I1212424
R2146036 58a10 = 580 6.17 4,500 3- 5 0.�4 Inlets 0 911 612 02 3
R214�038 �9a10 = 590 6.28 4,500 3- 5 0.�4 Inlets, Storm Drain 03I13I2022
Structures
R2146233 4521113 = 565 6.01 4,500 3- 5 �4.4 Hand Placed pa�ing, 09I16I2023
Manhole, Headwall
R2146�36 58Q14 = 58� 6.17 4,544 3- 5 4.�4 Hand Placed Pavin 45I1912422
R2146d42 Ei a10 = 610 6.49 4,500 3- 5 0.�2 Hand Placed Pa�in 04107/2020
R2145242 4881122 = fi10 6.49 4,500 3- 5 0.�1 Hand Placed Pa�ing 04107/2020
R214523� 4641116 = 580 6.1 i 4,500 3-5 0.�3 Hand Placed Pa�in 04106/2022
a94935C 64a10 =�40 6.81 4,500 3- 5 0.�0 Hand Placed Pa�ing 02124f2022
R214�241 48�41121 = 611 6.44 4,544 3- 5 4.�1 Hand Placed Paving 42I24I2422
NCS Redi Mix
CementlFl ash Min.28-day
Supplier Mix Strength slump WICm Appra�ed For: Expiration
Ia Lbs. Sack Si �Inch} Rati❑ Date
NC55424A 376I94 = 5.Oa 3,aa4 3- 5 0.53 �urb & Gutter, 0611012022
47Q Drivewa s, Sidewalks
NCS5520AM 41411 a3 = 5.5a 3,5aa 1- 2 0.48 Machine Placed 06I10I2022
P 517 PaWin
NCS6020AH 4511113 = ��� 4,5aa 3- 5 0.45 Valley Gutters, Hand 06I10I2022
P 554 Placed Pavin
Redi�Mix Concrete
Supplier CementlFl ash Min.28-day 51ump WICm Expiration
Mix ID Lbs. �k� 5tresgtl� �Inch} Rati❑ Appraved Far: Date
aCA2E554 353l118 = 471 5.01 3,4�4 3- 5 0.53 Ri Ra 05l28l2022
VOJ11524 376194 = 470 5.00 3,aaa 3- 5 0.55 Curb 8 Gutter 0 212 412 0 2 2
FDC1 aa21 150138 = 188 2.00 215 Flow 2.33 Cement 5tabilized 0 611 012 022
Sand
10J11524 376194 = 470 5.00 3,aaa 3- 5 0.52 Drivewa , Ram 02l24l2022
Sidewalks, Curb &
1aL115a4 56410 = 5&4 6.00 3,6aa 3-5 0.44 Gutter, Light Pole 0411 212 02 3
Foundations
Valley Gutter,
1�L11524 4521112 = 564 6.00 3,Eaa 3- 5 0.44 Manhole, Inle#, Oi12912022
Junction Box,
Headwall
Thrust Blocks and
1 RJ11524 396198 = 494 �.26 3,5QQ 3- 5 4.54 Valve Pads, Light Pole 45119I2422
Foundations
15611524 452f112 = 564 6.00 4,aaa 3- 5 0.44 CIP Starrn Drain 05I19I2022
Structures
14L115E4 423l141 = 564 6.00 3,544 3- 5 0.44 Brid e Substructures 03I06l2023
Pre-Approved Cancrete Mix ❑esigns Page 8 of 1� �9121l2a21
CementlFl ash Min.28-day
Supplier Sac 5trength 51ump WICm Appraved Far: Expiration
Mix ID Lbs. k 5+ �Inchj Ratio Date
DCC2G5E2 4231141 = 5&4 6.00 3,5aa 5- 7 0.45 Drilled Shafts 0 310 812 02 1
DCU1 G5E2 493I155 = 658 7.00 3,5aa 7- 9 0.39 �nderwater arilled p3I06I2023
Shafts
156115D4 452I112 = 564 6.44 4,QQa 3- 5 4.44 Bridge & Approach 43I46I2421
Slabs
F35238VN 3a132a = 350 3.72 100 Flow 0.76 CLSM 1 Flowable Fill 02I25I2022
FOD138VM 241211 = 235 2.50 100 Flow 1.17 CLSM ! Flowable Fill 04I14I2022
10J11554 353l117 = 470 5.00 3,aaa 3- 5 0.53 Ri ra 03I06l2023
P��138K9 1881188 = 376 �.00 i,aaa 9- 11 0.84 Trench Repair Base 0411612022
Material
1 DK115a4 517I0 = 517 5.50 3,6aa 3- 5 0.48 Lighting and TrafFic OiI23I2022
Si nal Foundations
Lighting and TrafFic
1 aK11524 41411 a3 = 517 5.50 3,6Qa 3- 5 0.48 Signal Foundations, 1 210 1 12 022
Eneasement
10N11507 658l0 = 658 7.00 4'5a0 �2'6fl0 3- 5 0.38 HES Pa�ing 03I05I2022
24hrs.
10N11504 65810 =&58 7.00 5'��� �3'��� 3- 5 0.40 HES Pa�ing 0 511 912 022
2-da s
5DK11524 414I1 a3 = 517 5.50 3,6aa 1- 3 0.45 Machine Placed 02I25I2022
Pavin
1 QM 115a4 4891122 = 611 6.54 4,5QQ 3- 5 4.44 Hand Placed Pa�rin 45I19I2422
10M11524 4891122 =&11 6.50 4,5�a 3- 5 0.41 Hand Placed PaWin 0 810 612 0 2 1
10M11504 61110 = 611 6.50 4,5�a 3- 5 0.42 Hand Placed PaWin 0 212 512 0 2 2
145C05P4 4521112 = 564 6.00 4,5�� 3- 5 0.44 Hand Placed PaWin 0 212 512 0 2 2
5RM Concrete
CementJFl ash Min.28-day
Supplier 5trength slump WICm Appra�ed Far: Expiratian
Mix la Lbs. Sack Si �Inch} Ratio Date
45000 52011 ��= 636 6.7� 4,5a� 3- 5 0.40 IHand Placed PaWin 0 612 912 0 2 3
30050 39011 Qa = 490 5.21 3,444 3- 5 0.49 Sidewal ks 06l29l2023
Tarrant Concrete
CementJFl ash Min.28-day
5upplier Mix Sac 5trength �lump WICm �ppro�ed For: Expiration
ID Lbs. k �i �Inch� Ratia Date
FW602�AHP 45111 13 = 56� 6.00 4,544 3- 5 0.44 Hand Placed 0311112022
Pavin
FW&flAHP 5E410 = 5&4 6.00 4,5aa 3- 5 0.44 Hand Placed 03I11I2022
Pavirr
FW7520AMR 5261132 = fi58 7.00 4,5aa �3,afl� �_� 0.35 HES Pauing 09f09f2022
72 hrs.
FW6520AMR 489f122 =&11 6.50 4,5aa �3,a00 3- 5 0.38 HES Pa�ing 0 811 1 12 02 3
3-da s
FW552�RMP 41411Q3 = 517 5.50 3,Eaa 1-3 0.44 �achine Placed 01I22I2023
Pavin
FW5320A 398f10a = 498 5.30 3,aaa 3- 5 0.50 Blockin 0312312022
FWFF15�CLS Flow
M 3al3aa = 33fl 3.51 50 - 150 Fill 0.86 Flowable FiII1CLSM 03I24I2022
FWFF275 5aI154 = 200 2.13 50 - 150 Flow � y Flowable FilllGLSM 0�I23I2022
Fill
FW6020A2 4511113 = 5&� 6.00 4,aaa 3- 5 0.44 Storm Drain 0 312 312 0 2 2
Structures
Pre-Approved Cancrete Mix ❑esigns Page 9 of 1� �9121l2a21
CementlFl ash Min.28-day
5upplier Mix S�� Strength Slump WICm �pproved For; Expiration
ID Lbs, k si �Inch} Ratio Date
FW6020A 3,Eaa Lighting and Traffic Oi12312022
5i nal Foundations
Curb & Gutter,
FW5025A 353l117 = 470 5.00 3,aaa 3- 5 0.51 driveways, 0 910 912 0 2 2
Sidewalks &
Ram s
Curbs & Gutter,
FW5424A 376194 = 47� 5.44 3,QQQ 3- 5 4.51 Sidewalks, 43112I2422
Drivewa s
CP5a2aA 376194 = 470 5.00 3,aaa 3- 5 0.51 Curb 8 Gutter 0212412022
Valley Gutters,
Sidawafks, Dri�e
FW5525A2 388f129 = 517 5.50 3,6aa 3- 5 0.47 Approaches, ADA 08119I2022
Ramp, Light Pole
Foundations
Titan Read Mix
Supplier CementlFl ash
Mix IO Lbs. Sack
3020AE 376194 = 47{3 5.Oa
TRC4524 4891122 = 611 6.54
True Grit Redi Mix
Min.28-day glump WICm
Strength �Inchj Rati❑
si
3,aa� 3 - 5 0.52
4.5�4 3 - 5 0.45
Appra�ed Far:
5idewal ks
Hand Placed P;
Expiration
Date
04/01/2023
12l04l2022
CementlFl ash Min.28-day
Supplier 5trength slump WICm Appra�ed Far: Expiratian
Mix la Lbs. Sack Si �Inchj Ratio Date
Flatwork, Curq &
�254.234 376194 = 470 5.Oa 3,aa4 3- 5 0.49 Gutter, Driveways, 06I30I2022
5idewal ks
25�.2302 4141103 = 517 5.5a 3,6aa 3- 5 0.46 Li ht Pole Foundations 09I08I2022
02�a.23a1 376194 = 470 5.Oa 3,aaa 3- 5 0.46 Curb & Gutter, 02I21I2022
Drivewa s, Sidewalks
35a.24a
026a.23a2 451f113 = 56� 6Aa 4,aaa 1- 3 0.39 Machine Placed p4I27I2022
PaWirr
Q255.2341 414f1Q3 = 517 5.5a 3,5a4 1-3 0.41 Machine Placed 0�I10I2022
Pa�rirr
02Ea.23a1 451f113 = 5�� S.Oa 4,5aa 3- 5 0.44 Hand Placed PaWin 0�11012022
0266.23a1 489f122 = fi11 6.5a 4,5aa 3- 5 0.40 Valley Gutters, Hand p2I2112022
Placed Pavin
Vllise Read Mix
5upplier �emen#!FI ash
Mix ID Lbs. Sack
3578 384196 = 48� 5.11
Min. 28-day
5trength
[psi]
3,5�4
Pre-Approved Gan�rete Mix ❑esigns
Slump WICm Appraved Far:
�Inch} Ra#io
3- 5 0.50 Lighting and TrafFc
Si nal Foundations
Page � 0 of � 1 �9121l2021
Expiratian
Date
0�I23I2022
Pre-Approved Concrete Mix Designs Page 11 of 11 09/21/2021
CITY OF F�RT WORTH
Pre-Appro►►ed Utility Embedment Sand 5�urces
Utility embedment sand fram the Producers listed below have demonstrated continued
quality and unifarmity on City of Fark Worth prajects. Sand from these Producers are pre-
appraved for use on prvje�ts vwithaut specific testing unless deemed necessary by the
proje�t rnanager.
The Praducers are subject to sampling and testing at a maximum interval af six manths
to remain in the pre-appraved list. The City reserues the right ta sample and test materials
fram these Producers at any time tv ensure quality. City representatives or City autharized
cammercial material testing firms may sample embedment sand stackpiled at a praject
site ar the Praducer's lacation.
For rnore infarmatian on utility embedment sand, �ontact the Material and Geatechnical
5ervices Group at �817} 392-792D.
Updated: �9I2212�20
lJtilit ErnE�edment 5and
Praducer Address Cantact Person Product Expiration
Date
Jennifer Lutz
2251 5il�er Creek Rd. Lltility
Silver Creek JenniferCc�silvercreekmat
Materials Fart UVorth, TX 751�8 erials.com Embedment D3f�41202�
(8�17} 246-2�26 g17 914-1872 Sand
453� 5❑ick Price Rd. Evon Stewart Lltility
Crou�h Materials Fort UVarth, TX 7fi140 dispatch{cr7.crouchqs.com Embedment D310412022
972 986-795�1 97� 986-7951 Sand
7551 Peden Rd_ Linda S�hilling Lltility
F and L❑irt Mouers Pzle, TX 7602D IischillinqCc�att.net Embedment 031041��22
8�17 453-8998 817 453-8998 Sand
291 Private Rd. Linda S�hilling Lltifity
F and L Qirt Mo�ers Aurara, TX 76028 IischillinqCc�att.net Embedment D31fl41Z�22
8�17 453-8998 817 453-8998 Sand
Tonya Waxler
5�11 New Tin Tap Rd. Utility
Tin Top Martin ��atherford, TX 78087 Tvnva.WaxlerCc�martinm Embedrnent 031041Z022
Marietta �8.��} �g6�3�7 arietta.com Sand
972 647-3377
Pre-Approved Utility Emhedment 5and Page 1 of � 0912212D20