HomeMy WebLinkAboutContract 59281-PM1CSC No. 59281-PM1
PROJECT MANUAL
FOR
THE CONSTRUCTION OF
WATER, STORM DRAIN, PAVING, AND STREET LIGHT
IMPROVEMENTS
TO SERVE
JOEL EAST ROAD, EAST OF CDC
IPRC22-0170
City Project No. 104350
FID No. 30114-0200431-104350-EO7685
File NO. K-3030
X-27509
Mattie Parker Jesus "Jay" Chapa
Mayor City Manager
Christopher P. Harder, P.E.
Director, Water Department
Lauren Prieur
Interim Director, Transportation and Public Works Department
Prepared for
The City of Fort Worth
March 2023
Prepared by:
-I
rFX�s,,1 Kirnley))) Horn
°
a,
............................ * Texas Registered Engineering Firm F-928
CODY BREWER
°•°°°°•°°•°•°•••••°••�°•°° s 801 Cherry Street, Suite 1300, Unit 11
e 120254 ° s
rt%�%
Fort Worth, TX 76102
A` 817.339.2269 OFFICIAL RECORD
07/29/2025 CITY SECRETARY
Kimley-Horn No. 061298200 FT. WORTH, TX
00 00 00
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Page 1 of 6
SECTION 00 0010
TABLE OF CONTENTS
DEVELOPER AWARDED PROJECTS
Division 00 - General Conditions
nn� rfwit tief to Bid efs
Last Revised
03 /v�r20/2020
00 41 00
00 42 43
nn�
Bid Fe
Proposal Form Unit Price
Bid Ben
nn/n 4
05/22/2019
nn in4
nn�
00 45 12
nn�
Bidders n -o,,, alit ,.ation'
Prequalification Statement
nro,,, A ,
nn in 4
09/01/2015
in
00 45 26
Bidder alit ,.atio,, ,.plieatio
Contractor Compliance with Workers' Compensation Law
Tainerity Enterprise
03 0
04/02/2014
00--45 40
00 52 43
Business Goal08/2
Agreement
8
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
1 1 i1
00 72 00
00 73 00
Genera Conditions
FlaWo: cntar Ce��
T
07/n�11
0073 10
Standard City Conditions of the Construction Contract for Developer
01/10/2013
Awarded Projects
Division 01 - General Requirements
Last Revised
01 1100
Summary of Work
12/20/2012
01 2500
Substitution Procedures
08/30/2013
01 31 19
nib
Preconstruction Meeting
08/30/2013
01 3233
Pr-eleetMeetings
Preconstruction Video
07i0T
08/30/2013
01 3300
Submittals
08/30/2013
01 35 13
Special Project Procedures
08/30/2013
01 45 23
Testing and Inspection Services
03/20/2020
01 5000
Temporary Facilities and Controls
07/01/2011
01 5526
Street Use Permit and Modifications to Traffic Control
07/01/2011
01 57 13
Storm Water Pollution Prevention Plan
07/01/2011
01 6000
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 7123
Construction Staking
04/07/2014
01 74 23
Cleaning
04/07/2014
01 77 19
Closeout Requirements
04/07/2014
01 78 23
Operation and Maintenance Data
04/07/2014
01 78 39
Project Record Documents
04/07/2014
CITY OF FORT WORTH Joel East Road, East of CDC
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 104350
Revised March 20, 2020
00 00 00
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Page 2 of 6
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
None
Division 03 - Concrete
None
Division 26 - Electrical
None
Division 31 - Earthwork
33 23 16 Unclassified Excavation
33 23 23 Borrow
3124 00 Embankment
Division 32 - Exterior Improvements
None
Division 33 - Utilities
None
Division 34 - Transportation
None
Technical Specifications listed below are included for this Project by reference and can be
viewed/downloaded from the City's website at:
htty://fortworthtexas.2ov/ti)w/contractors/
or
httus://apps.fortworthtexas.eov/Proi ectResources/
Division 02 - Existing Conditions
0241 13 Selective Site Demolition
0241 14 Utility Removal/Abandonment
0241 15 Paving Removal
Division 03 - Concrete
03 30 00 Cast -In -Place Concrete
03 34 13 Controlled Low Strength Material (CLSM)
03 34 16 Concrete Base Material for Trench Repair
03 80 00 Modifications to Existing Concrete Structures
Division 26 - Electrical
260533 Raeeways and Boxes for- Eleetfieal Systems
Last Revised
12/20/2012
12/20/2012
02/02/2016
12/20/2012
12/20/2012
12/20/2012
12/20/2012
CITY OF FORT WORTH Joel East Road, East of CDC
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 104350
Revised March 20, 2020
00 00 00
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Page 3 of 6
260543
U-a e,-g-e„m,l D ets R eew Eleetf e.,l Systems
f
07/01/2011
02/vz726/2viv�
and ays f
C-o-,nmur�e4ions f- lt; Duet Conduit
Division 31
- Earthwork
31 1000
Site Clearing
12/20/2012
3123 16
Unclassified Excavation
01/28/2013
31 23 23
Borrow
01/28/2013
31 24 00
Embankments
01/28/2013
31 25 00
Erosion and Sediment Control
12/20/2012
1 71 /2
313600
31 37 00
Gabiens
Riprap
12/20/2012
Division 32
- Exterior Improvements
32-01 17
n n1`J1�S�
g�'�:�'Y1t , ll��lt F
12/20/20
�Q
27�
27�
Temporary n
!*.v1t 111`Jlxg Repai
erete De,.ai
12/20/2n12r ��
12/7
32 1123
Co Paving
Flexible Base Courses
z
12/20/2012
32 1129
Lime Treated Base Courses
12/20/2012
2 11 ✓a
Cement Tfe.,te.l Base Coo-ses
12/20/2012
11 3"
Liquid ,i Treated Sol Stabilize
08/7 5
32 1216
27�
Asphalt Paving
It U.,,,ing !'f
12/20/2012
32 13 13
ek Se.,l.,..,ts
Asphalt
Concrete Paving
12/20/2012
12/20/2012
32 1320
Concrete Sidewalks, Driveways and Barrier Free Ramps
06/05/2018
32 1373
27�
Concrete Paving Joint Sealants
D.,,,:
12/20/2012
32 1613
Bf ek Unit t
Concrete Curb and Gutters and Valley Gutters
12/20/2012
10/05/2016
32 1723
Pavement Markings
11/22/2013
32 1725
rufb Ad 1,003 Painting
1 1 /04 /2013- �n
13
Chain >;enees and Gates
lverees
Q'124120z I
I
323126
P. 2,9
Wife and Gates
Wood>~erees and Goes
Q/24120i2
Q/24120z
12
!'pest i Dl.,ee r.,.-,e -ete Retaining Walls
06,105,12018
3291 19
Topsoil Placement and Finishing of Parkways
12/20/2012
32 92 13
Hydro -Mulching, Seeding, and Sodding
12/20/2012
3293 43
T+ees--md FIruk--z
1 /� "'� I
Division 33 - Utilities
33 01 30 Sewer and Manhole Testing 12/20/2012
33 01 31 Closed Circuit Television (CCTV) Inspection 03/03/2016
3303 10 %-paw PuSrr zng ofExisting Sewer- Systems 12/�012
22� T.,i t Bending .,-a Eleet,.;e.,l isel.,tioifl 12/TZTz0/invTt
33 04 (''offesion Gei4fol Test Stations 1'1/7zzr241204-2
3304-12 Magnesium Anode G the l;e Pr-oteetio Syste,,, Q/24120Q
33 04 30 Te,n,.,,,. r-y Water- Seryie07/0T
33 04 40 Cleaning and Acceptance Testing of Water Mains 02/06/2013
33 04 50 Cleaning of SewerMains i2/�ii
3305 10 Utility Trench Excavation, Embedment, and Backfill 12/12/2016
3305 12 Water Line Lowering 12/20/2012
CITY OF FORT WORTH Joel East Road, East of CDC
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS - DEVELOPER AWARDED PROJECTS CPN 104350
Revised March 20, 2020
00 00 00
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Page 4 of 6
3305 13
Frame, Cover and Grade Rings — Cast Iron
. ea a
01/22/2016
1 /
3305
� 13.10
3305 14
F-Fame, �Grade Rings Composite
Adjusting Manholes, Inlets, Valve Boxes, and Other Structures to
�n 2/
12/20/2012
Grade
330 46
Co:.,o7�ce>a Wei
12/ 2
3305 17
0Auger-12/20/2012
22�
Concrete Collars
T,,,,,,el Liner-
12/20/2012
12/20/2012
Z22�
2 2�
33-03-24
22�
Steel !`.,.,ifig D;.,.e
LT.,n,1 T,,m el ing
I-m-ha1.L16ws of Carrier Pipe in Casing or Tunr-.-Zl 1/iner- Plate
TiT.,rkers/Loeet„rs
12/7rz7-202012
12/20/2012
06/19/2
12/7
33 05 30
Utility
Location of Existing Utilities
z
12/20/2012
33 1105
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
✓a 11 13
Conefeto Pma`uro Pipe, Baf Tx 7,-apped, Steel Cylin of Type
12/20/2012
11 I'
Z2�
2'2�
died -Stool Pipo andFittings
W.,tef eer-y ees 1 ineh t 2 ;,gel,
T af!ge W.,tef Metefs
12/20/2012
02/114/2017
12/7 z
2'2�
22�
12 2f
Resilient Seated Gate Valve
AWW-A D„hhef Seated Butte, -fly V
Brio DIYMing W.,tef Mains
Tx7.,te
171 /7 z
12/7 z
02/06/2
33 1230
33 1240
Combination Air- - Valve Assemblies f f Potable
f Systefu
Fire Hydrants
12/20/2012
01/03/2014
3�-4�39
112/20/2012
data Ezs{�o Ft�at�r
�
33 1260
$tanda7d Blow off Valve n ssem b!
06/1 �
3�-' J. 12
Cufod in Place P)
12/'�zr20/2012
.� P. 1�3Eanital�,�
Fibefglass U ein f fee,l Pipe for- Or -a ,;t.,
1 � 1�Q
33 3? 1 c
High Density Polyethylene ('I-PDPE� Pi e—for Eanitar,-Sewer
1'/2z I
333129
U 1.,.,iti. Chlo-;,le (n3'r) Gr-ay;t., EOnita ype
06/1�1
J ✓. Z
Pipe
1 � /zzrzvrzviz
2 2
./� .i ��
Sanitafr-:y Se., T '
nurrrccsry-ocvct'� �,1r �1.n1ng
r�rtvrtvzz
33 31 z;-,
�� �
Sanitary Se.:, L t
�, Pi�/J �Xlt7�?PI1�711c
r T ; e
12/20/2012
rtrivrcvrt
/�26/ nvr✓
0
333179
Sanitary Sewer- Service nneetions and Se,.,;ee
Combination Air- . V.,l.,e �6r E�ritary, cewe, > ,.,.,.e >\,r.,�
04
112/7��L
3339 10
Cast -in -Place Concrete Manholes
12/20/2012
33 39 20
333930
Precast Concrete Manholes
Fiberglass Manholes les
n
12/20/2012
12/20/2012
11 /7�ll�L
0
g
3341 10
Wastewater- eeess Chamber- (WAG)
Epe-my T ; e s for- Sanitary Sewer- Stfuetufes
Reinforced Concrete Storm Sewer Pipe/Culverts
1 �i /%i2 I
07/01/2011
33 41 11
/ r) P1t.QYT11 �r.�t7�v
High Density Ue1yethy e, ejI�P,, t`l'11
12/24/20 �
�z
33 41 2
33 0
Deinf ,-ee,7 D lyethlene l�TE) Pire
�� l
11/1 5 I
1 / I
22�
cl„tte,l Ct
axvrcc�vc01'n2 �11(1iY.;
07/n1 /2n1 1
mTVTzviz
33 4602
Tfmdh Druins
07 /n T I
CITY OF FORT WORTH Joel East Road, East of CDC
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 104350
Revised March 20, 2020
00 00 00
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Page 5 of 6
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 -
3n�
Transportation
T,.affi. S ,.,...1-7
10/1 5
34 nevi
n Ge,.�lle,. C.�n +
i�t�'1'1�'11'Ylt �� n acr cr
12/18/2015
r�-rvrzvz�
2n ^�rrrrv02
AtAaA,,1 rxAnt B r,,.elle,Speeif .atien
n�0 2
T
34 ^7-7.03
At �1.1TxAnt GSeafe Speeifieatien
01/2012
11 I I
-T-rfp�34�,. T, o f Sig 1 s
11 /fin
�M
✓ I 11 13
Removing Tra ff e Signals
1 2/7izr20/2012
?111 11 155
amAula I�pid F�s1'iix �
11 /2gin
34--4-1 16
1R�,zo:
i
eCt-ect: `an Hybrid
1 1 /7 3
—
34-4120Assemblies
�IIIu y :SSa'1at�:S
12/20/2n1
34 41 20.01
Arterial LED Roadway Luminaires
06/15/2015
34 ^�nv2
T
li-re€w��J' �� Pia' T �assi:xli: �
6/15/2015
0
34 ^�v3
T
Reside T �J,�1 P_oa�' .�,ami
06/15/2015
34 -41-39
��lur.�inias F�r��,
11 /12/2013
�n
3471 13
Traffic Control
11/22/2013
Technical Specifications listed below are TxDOT Specifications Needed for the
Construction of the TxDOT Bid Items. See TxDOT Website for Specifications
TxDOT Standard Specifications: Adopted by the Texas Department of Transportation November 1, 2014.
Standard specifications are incorporated into the contract by reference.
Found Online at: ftn://ftn.dot.state.tx.us/nub/txdot-info/des/sDec-book-1114.ndf
Item 465 Junction Boxes, Manholes, Inlets
Item 467 Safety End Treatment
Item 533 Milled Rumble Strips
Item 540 Metal Beam Guard Fence
Item 544 Guardrail End Treatments
CITY OF FORT WORTH Joel East Road, East of CDC
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS - DEVELOPER AWARDED PROJECTS CPN 104350
Revised March 20, 2020
00 00 00
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Appendix
Page 6 of 6
GC-4.01 Availability of Lands
GC-4.02 Subsurface and Physical Conditions
GG-4M Un
GG-4.G6- I-laoardeu-rrE-im:a �n�.a1 Gead fie at Site
GG6.$6-.D
GG 6.00-7 l . _
GC-6.09 Permits and Utilities
GG-6.21 Pos3i3c\-�mi-naWn
GR-01 60 00 Product Requirements
END OF SECTION
CITY OF FORT WORTH Joel East Road, East of CDC
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 104350
Revised March 20, 2020
00 42 43
DAP - BID PROPOSAL
PW I of 5
Engineer's Estimate
Project Item Information
En9ncer's Estimate
Bidlist Item
DescriptionSpecification
Section
Unit of
I Bid
Unit Price r
Estimate
No.
No.
Measure
Quantity
!
UNIT I: WATER IMPROVEMENTS
1
10241.1012 Remove 6" Water Line
02 41 14
LF
9
$30.00
$270.00
2
0241.1012 Remove 6" Water Valve
02 41 14
EA
1
$1,000.00
$1,000.00
3
0241.1510 Salvage Fire Hydnmt
0241 14
EA
2
$1,000.00
$2,000.00
4
3305.0101 Fire Hydrant Stem Extension
33 05 14
EA
1
$2,500.00
$2,500.00
5
3305.0103 Exploratory Excavation of Exiatinng Utilities
33 0530
EA
1
$2,000.00
$2,000.00
6
3305.0106 Manhole Adjustment, Major
3305 14
EA
3
$2,500.00
$7,500.00 1
7
13305.0109 Trench Safety
33 05 10
Ix
81
$10.00
$810.001
8
13305.0111 Valve Box Adiustment
33 05 14
EA
3
$1,000.00
$3,000.00
9
3305.0116 Concrete Encasement for Utility Pipes
33 05 10
CY
2
$500.00
$1,000.00
10
3311.0001 Ductile Iron Water Fittings w/ Restraint
33 1111
TON
2.1
$7,500.00
$15,750.00
11
3311.0161 6" PVC Water Pipe
33 1112
LF
30
$110.00
$3,300.00
12
3311.0261 8" PVC Water Pipe
33 1112
LF
17
$120.00
$2,040.00
13
3311.0557 16" DIP Water, CLSM Baclfill
33 11 10
LF �.
25
$220.00
$5.500.00'
14
3312.0001 Fire Hydrant
331240
EA
2
$7,500.00
$15,000.00 —�
15
3312.3002 6" Gate Valve
33 12 20
EA
1
$2,000.00
$2,000.001
16
3312.3003 8" Gate Valve
33 12 20
EA
1
$3,000.00
$3,000.00
1
I!
1
TOTAL UNIT I: WATER IMPROVEMENTS
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUKUR S- DEVELOPER AWARDED PROJECTS
Fora Vmiom May 22, 2019
$66,670.00
F—Mm Bid Foam Conetw
00 42 43
DAP - BID PROPOSAL
Page 2 of 5
Engineer's Estimate
Project Item Information
lingineer's Estimate
Bidlist Item
Description
Specification Sectionl
Specification
Unit of
f Bia i
Unit Price
Estimate
No.
! Measure
` Quantity
_
UNIT III: DRAINAGE IMPROVEMENTS
1
0241.0900 Remove Misc Cone Structure
02 41 13
LS
1
$3,500.00
$3,500-00
2
.0241.3201 Remove Storm Sewer Box
02 41 14
LF
95
$75.00
$7,125.00
3
0241.4401 RemoveHeadwall/SET
024114
EA
1
$2,500.00
$2,500.00
4
3137.0101 Concrete Ripran
31 37 00
SY
103
$120.00
$12,360.00
5
3292.0400 Seeding, Hydromulch
32 92 13
SY
2384.41
$4.00
$9,537.64
6
3305.0109 Trench Safety
33 05 10
LF
839
$4.00
$3,356.00
7
3341.0201 21" RCP, Class III
3341 10
LF
78
$95.00
$7,410.00
8
3341.0205 24" RCP, Class III
3341 10
LF
48
$105.00
$5,040.00
9
3341.0309 36" RCP, Class III
3341 10
LF
68
$155,00
$10,540.00
10
3341.1002 3x3 Box Culvert
3341 10
LF
288
$275.00
$79,200.00
11
3341.1102 4x3 Box Culvert
3341 10
LF
501
$300.00
$150,300.00
12
3349.0002 5' Storm Junction Box
33 49 10
EA
1
$8,500.00
$8,500.00
13
3349.0003 6' Storm Junction Box
33 49 10
EA
2
$10,500.00
$21,000.00
14
3349.6001 10' Recessed Inlet
33 49 20
EA {
4
$6,200.00
$24,800.00
15
465-6532 TXDOT 8' Storm Junction Box (precast)
TxDOT 465
EA
1
$18,500.00
$18,500.00
16
467-6221 TXDOT Safety End Treatment SETB-PD
TXDOT 467
EA
1
$16,500.00
$16,500.00
TOTAL t,N1T III: DRAINAGE IMPROVEMENTS
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION OOCUMENTS - DEVELOPER AWARDED PROIECrs
Form VersiDa May 22, 2019
$380,168.64
FiadDo= Bid Form CozW=
Engineer's Estimate
Project Item Information
Bidtist Item I Specification Section Unit of Bid
No. Description No. Measure Quantity
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
UNIT IV: PAVING IMPROVEMENTS
0171.0101 Construction Staking 01 71 23 LS
024LI000 Remove Cone Pvmt 0241 15 SY
0241.1100 Remove Asphalt Pvmt 0241 15 SY
0241.1300 Remove Cone Curb&Gutter
3110.0101 SiteClearino
3110.0102 6"-12" Tree Removal
3110,0103 12"-18" Tree Removal
3123.0101 Unclassified Excavation by Plan
3123,0103 Borrow by Plan
3124.0101 Embankment by Plan
3125.0101 SWPPP > 1 acre
3211.0111 4" Flexible Base, Tvpe A, GR-1
3211.0400 Hvdrated Lime
3211.0502 8" Lime Treatment
3212.0304 4" Asohalt Pvmt Type D
3212.0504 7" Asphalt Base Type B
3213.0105 10" Cone Pvmt (4,000 PSI)
3213.0301 4" Cone Sidewalk
3213.0311 4" Cone Si dewalk,Adjacent to Curb
3213.0403 8" Concrete Driveway
3217.0002 4" SLD Pvmt Marlang HAS (Y)
3217.0004 4" BRK Pvmt Marlanp HAS (Y)
3217.0106 6" SLD Pvmt Markin Tape (Y)
3217.0401 18" SLD Pvmt Markin HAE (Y)
3217.2103 REFL Raised Marker TY II -A -A
3291.0100 Topsoil
3292.0100 Block Sod Placement
3471.0001 Traffic Control
533-6003 Rumble Strips (Shoulder) Asphalt
540-6002 Metal Beam Guard Rail -
540-6005 Terminal Anchor Section
544-6001 Guard Rail End Treatment (Install)
0241 15
31 1000
311000
31 1000
3123 16
312323
312400
31 25 00
3211 23
3211 29
3211 29
3212 16
132 12 16
132 13 13
32 13 20
32 13 20
32 13 20
32 17 23
32 1723
32 1723
321723
32172.3
3291 19
3292 13
3471 13
TxDOT 533
TxDOT 540
TxDOT 544
TxDOT 544
LF
LS
EA
EA
CY
CY
CY
IS
SY
TN
SY
SY
SY
SY
SF
SF
SF
LF
LF
LF
LF
EA
CY
SY
MO
LF
LF
EA
EA
00 42 43
DAP - BIDPROPOSAL
Page 3 of 5
Engineer's Estimate
Unit Price f Estimate
11 $52,500.00 $52,500.00
26i
$40.00
$1,040.00
2673,
$12.00
$32,076.00
13
$30.00
$390.00
1
$7,500.00
$7,500.00
4
$1,500.00
_ $6,000.00
1
$4.500.00
$4,500.00
95
$30.00
$2,850.00
1898
$40.00
$75,920.00
95
$20.00
$1,900.00
1
$15,500.00
$15,500.00
605
$24.00
$14,520.00
101
$275.00
$27,775.00
3737
$6.00
$22,422.00
654
$40.00
_ $2660.00
654
$70.00
$45,780.00
3115
$132.00
$411,180.00
7406
$5.50
$40,733.00
3712
$5.75
$21,344.00
5155
$11.50
$59,282.50
1597
$4.00
$6,388.00
1597
$3.00
$4,791.00
651
$5.00
$3,255.00
57
$20.00
$1,140.00
40
$6.00
$240.00
201
$28.00
$5,628.00
2409
$8.00
$19,272.00
12
$1,500.00
$18,000.00
204
$40.00
7 $8,160.00
214
$50.00
$10,700.00
1
$1,500,00
$1,500.00
1
$6,000.00'
$6,000.00
TOTAL UNIT IV: PAVIN ; IMPROVEMENTS
CRY OF FORT WORTH
STANDARD CONSTRUMON SPECEFICATION DOCUMEPM - DEVELOPER AWARDED PROJECFS
Form Venion May 22, 2019
$954,446.50
Finally a Bid From Caner
00 42 43
DAP - BID PROPOSAL
Page 4 of 5
Engineer's Estimate
Project Item Information Engineer's Estimate
Bidlist Item Specification Section Unitof Bid
No. Description No. Measure Quantity Unit Price Estimate
LIGHTING IMPROVEMENTS
1 3441.3050 FurnisUnst" LED Lighting FixWm (10 watt
ATBO Cobra Head) 34 41 20 EA 5 $750.00 $3,750.00
2 3441.3323 Furnish4nmU S' Wood Liebt Polc Arm 34 41 20 EA 5 $1,200.00 $6,000.00
LIGHTIN 7 IMPROVEMENTS $9,760.00
CrrY OFFORT WORTH
STANDARD CONSTRLIMON SPECIFICATION DOCUMENTS - DEVELOPER AWARDED PROIECIS
Foam Yawn May 22, 2019 FimlDou_Bid Form Coa=a
Engineer's Estimate
Project Item Information
IBidlist Item
Description
No.
00 42 43
DAP . BID PROPOSAL
Page 5 of 5
Engineers Estimate
Specification Section Unit of Bid Unit Price
No. Measure Quantity ,
Bid Summary
UNIT is WATER IMPROVEMENTS
UNIT III: _DRAINAGE IMPROVEMENTS
_ UNIT IV: PAVING IMPROVEMENTS
LIGHTING IMPROVEMENTS
This Bid is submitted by the entity named below:
BIDDER:
Conatser Construction TY, L.P.
5327 Wichita St
Fort Worth TX 76119
Contractor agrees to complete WORK for FINAL ACCEPTANCE within
CONTRACT commences to run as provided In the General Conditions.
- F
Total Construction Bid
BY: Brock Huggins
t
TITLE: President
DATE:
END OF SECTION
Estimate
$66,670.00
$380,168.64
$954,446.50
$9,750.00
$1,411,035.14
100 working days after the date when the
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS . DEVELOPER AWARDED PROJECTS
Form Version May 22, 2019 FioalDom—Bid Farm Conataer
0045 12
DAP PREQUALIFICATION STATEMENT
Page 1 of 1
SECTION 00 4512
DAP — PREQUALIFICATION STATEMENT
Each Bidder is required to complete the information below by identifying the prequalified contractors
and/or subcontractors whom they intend to utilize for the major work type(s) listed. In the "Maior Work
Tvpe" box provide the complete maior work tvpe and actual description as provided by the Water
Department for water and sewer and TPW for pavinp-.
Major Work Type Contractor/Subcontractor Company Name Prequalification
Expiration Date
Water Transmission, Conatser Construction TX, L.P. 04/30/2026
Development, 24-inches and
smaller
Concrete Paving Construction,
Reconstruction (Less than 15,000
square yards
Asphalt Paving Construction,
Reconstruction (Less than 15,000
square yards)
Roadway and Pedestrian
Lighting
Conatser Construction TX, L.P. 11/14/2026
Conatser Construction TX, L.P. 11/14/2026
Conatser Construction TX, L.P. 1/31/2026
The undersigned hereby certifies that the contractors and/or subcontractors described in the table above
are currently prequalified for the work types listed.
BIDDER:
Conatser Construction TX, L.P.
5327 Wichita Street
Fort Worth, TX 76119
BY: Brock Huggins
�ture)
TITLE: President
DATE:
END OF SECTION
CITY OF FORT WORTH Walsh Ranch — Quail Valley — Planning Area 6A — (PA6A)
STANDARD CONSTRUCTION PREQUALIFICATION STATEMENT —DEVELOPER AWARDED PROJECTS City Project No. 105665
Form Version September I, 2015
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20.
21
22
23
24
25
26
27
28
29
30
31
32
33
34—'
35
36
cal
38
39
00 45 26 - 1
CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW
Page I of 1
SECTION 00 45 26
CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW
Pursuant to Texas Labor Code Section 406.096(a), as amended, Contractor certifies that it
provides worker's compensation insurance coverage for all of its employees employed on City
Project No. 104231. Contractor further certifies that, pursuant to Texas Labor Code, Section
406.096(b), as amended, it will provide to City its subcontractor's certificates of compliance with
worker's compensation coverage.
CONTRACTOR:
Cyr tS r Wr)stru Cki Q-) -TX, I.PBy: E1'zx,411- ttLti
Company (Please Prin
Address
-V\10V1 It TX -1(011<?
City/State/Zip
THE STATE OF TEXAS §
COUNTY OF TARRANT §
Signature:
00
Title: P�—es-I d er)t-
(Please Print)
BEFORE ME, the undersigned authority, on this day personally appeared
k �
eYYX,q J I as , known to me to be the person whose name is
subscribed to the foregoing instrument, and acknowledged to me that he/she executed the same as
the act and deed of CCT X . L P for the purposes and
consideration therein expressed and in the capacity therein stated.
GIVEN UNDER MY HAND AND SEAL OF OFFICE this f day of
—ju n c 20�?
KATHERINE ROSE
NOTAWPUBLIC, STATE OFTEXAS Notary Public in and for the State of Texas
Io# 133467933
COMM. M. 11-30-2026.
END OF SECTION
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised April 2, 2014
Joel East Road, East of CDC
CPN 104350
005243-1
Developer Awarded Project Agreement
Page 1 of 4
SECTION 00 52 43
2 AGREEMENT
3 THIS AGREEMENT, authorized on 611812025 is made by and between the Developer,
4 (Carter Park East Land, LLC), authorized to do business in Texas ("Developer") , and
5 Conatser Construction TX, L.P. , authorized to do
6 business in Texas, acting by and through its duly authorized representative, ("Contractor").
7 Developer and Contractor, in consideration of the mutual covenants hereinafter set forth, agree 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 WATER, STORM DRAIN, PAVING, AND STREET LIGHT IMPROVEMENTS TO SERVE
16 JOEL EAST ROAD. EAST OF CDC
17 CPN 104350
18 Article 3. CONTRACT TIME
19 3.1 Time is of the essence.
20 All time limits for Milestones, if any, and Final Acceptance as stated in the Contract
21 Documents are of the essence to this Contract.
22 3.2 Final Acceptance,
23 The Work will be complete for Final Acceptance within 100 working days after the date
24 when the Contract Time commences to run as provided in Paragraph 12.04 of the Standard
25 City Conditions of the Construction Contract for Developer Awarded Projects.
26 3.3 Liquidated damages
27 Contractor recognizes that time is of the essence of this Agreement and that Developer
28 will suffer financial loss if the Work is not completed within the times specified in
29 Paragraph 3.2 above, plus any extension thereof allowed in accordance with Article 10 of
30 the Standard City Conditions of the Construction Contract for Developer Awarded
31 Projects. The Contractor also recognizes the delays, expense and difficulties involved in
32 proving in a legal proceeding the actual loss suffered by the Developer if the Work is not
33 completed on time. Accordingly, instead of requiring any such proof , Contractor agrees
34 that as liquidated damages for delay (but not as a penalty), Contractor shall pay
35 Developer One Thousand Two Hundred Fifty Dollars and Zero Cents, ($1,250.00) for
36 each day that expires after the time specified in Paragraph 3.2 for Final Acceptance until
37 the City issues the Final Letter of Acceptance.
CITY OF FORT WORTH Joel East Road, East ofCDC
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 104350
Revised June 16, 2016
005243-2
Developer Awarded Project Agreement
Page 2 of 4
38 Article 4. CONTRACT PRICE
39 Developer agrees to pay Contractor for performance of the Work in accordance with the Contract
One Million
40 Documents an amount in current funds of ourten ccentsur hundred eleven thousand, thirty five and Dollars
41 ($1,411,035.14 1.
42 Article 5. CONTRACT DOCUMENTS
43 5.1 CONTENTS:
44
45
46
47
48
49
50
51
52
53
54
55
56
57
58
59
60
61
62
63
64
65
66
67
68
69
70
71
72
73
74
75
A. The Contract Documents which comprise the entire agreement between Developer and
Contractor concerning the Work consist of the following:
1. This Agreement.
2. Attachments to this Agreement:
a. Bid Form (As provided by Developer)
1) Proposal Form (DAP Version)
2) Prequalification Statement
3) State and Federal documents (project specific)
b. Insurance ACORD Form(s)
c. Payment Bond (DAP Version)
d. Performance Bond (DAP Version)
e. Maintenance Bond (DAP Version)
f. Power of Attorney for the Bonds
g. Worker's Compensation Affidavit
h. MBE and/or SBE Commitment Form (If required)
3. Standard City General Conditions of the Construction Contract for Developer
Awarded Projects.
4. Supplementary Conditions.
5. Specifications specifically made a part of the Contract Documents by attachment
or, if not attached, as incorporated by reference and described in the Table of
Contents of the Project's Contract Documents.
6. Drawings.
7. Addenda.
8. Documentation submitted by Contractor prior to Notice of Award.
9. The following which may be delivered or issued after the Effective Date of the
Agreement and, if issued, become an incorporated part of the Contract Documents:
a. Notice to Proceed.
b. Field Orders.
c. Change Orders.
d. Letter of Final Acceptance.
CITY OF FORT WORTH Joel East Road, East of CDC
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 104350
Revised June 16, 2016
005243-3
Developer Awarded Project Agreement
Page 3 of 4
76 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 all
79 claims arising out of, or alleged to arise out of, the work and services to be performed
80 by the contractor, its officers, agents, employees, subcontractors, licenses or invitees
81 under this contract. This indemnification provision is snecificallv intended to onerate
82 and be effective even if it is alleged or nroven that all or some of the damages being
83 sought were caused. in whole or in part, by anv act. omission or negligence of the citv.
84 This indemnity provision is intended to include, without limitation, indemnity for
85 costs, expenses and legal fees incurred by the 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 employees, from and against any and 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 invitees under this contract. This indemnification
93 provision is specifically intended to operate and be effective even if it is alle eg d or
94 proven that all or some of the damages being sought were caused, in whole or in Dart,,
95 by anv act, omission or negUi ence of the citv.
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 of 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, agreements and
107 obligations contained in the Contract Documents.
108 7A Severability.
109 Any provision or part of the Contract Documents held to be unconstitutional, void or
110 unenforceable by a court of competent jurisdiction shall be deemed stricken, and all
111 remaining provisions shall continue to be valid and binding 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 State of
115 Texas. Venue shall be Tarrant County, Texas, or the United States District Court for the
116 Northern District of Texas, Fort Worth Division.
CITY OF FORT WORTH Joel East Road, East of CDC
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 104350
Revised June 16, 2016
117
118 7.6 Authority to Sign.
119
120
121
122
123
124
125
126
127
005243-4
Developer Awarded Project Agreement
Page 4 of 4
Contractor shall attach evidence of authority to sign Agreement, if other than duly
authorized signatory of the Contractor.
IN WITNESS WHEREOF, Developer and Contractor have executed this Agreement in multiple
counterparts.
This Agreement is effective as of the last date signed by the Parties ("Effective Date").
Carter Park East Land, LLC, a Delaware limited liability
Contractor:
CLY�QiS -'cam"1S-r�Uc -�-Vxtw
IX'e t`�U Ins
(Printed Name)
Developer: company
Bv: Carter East Investor. L.LC., a Delaware limited
liability company, its managing member
By:;;
(Signat.lure)
Matthew F. Cniter
(Printed Name)
Title: Pt-eslder fi Title: Vice President
Company Name: �}C,�,:fit r Company name: Crow Holdings Capital
Address: �i51 r j �i�`1 Cry -rX i LP Address: 3819 Maple Avenue
_�r33.-7 vtiiCYi iCQ -St
City/State/Zip:FO+} V-k' ,-tX-1p1)q qi!y/State/Zip: Dallas, TX 75219
06/20/25
Date
Is
Date
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS
Revised June 16, 2016
Joel East Road, East of CDC
CPN 104350
Bond No. 0269024
0062 19. 1
MAINrENANCE 80ND
Page I of 3
1 SECTION 00 62 19
2 MAINTENANCE BOND
3
4 THE STATE OF TEXAS §
5 § KNOW ALL BY THESE PRESENTS:
6 COUNTY OF TARRANT §
7 That we Conatser Construction TX, L.P. , known as
8 "Principal" herein and Berkley Insurance Company a corporate surety
9 (sureties, if more than one) duly authorized to do business in the State of Texas, known as
10 "Surety" herein (whether one or more), are held and firmly bound unto the Developer, Carter
11 Park East Land, LLC, authorized to do business in Texas ("Developer") and the City of Fort
12 Worth, a Texas municipal corporation ( `City" ), in the sum
One Million, Four Fltmdred Eleven Thousand,
13 of Thirtv Five and 14/100----------------------------- Dollars ($ 1,411,035.14 ),
14 lawful money of the United States, to be paid in Fort Worth, Tarrant County, Texas, for payment
15 of which sum well and truly be made jointly unto the Developer and the City as dual obligees and
16 their successors, we bind ourselves, our heirs, executors, administrators, successors and assigns,
17 jointly and severally, firmly by these presents.
18
19 WHEREAS, Developer and City have entered into an Agreement for the construction of
20 community facilities in the City of Fort Worth by and through a Community Facilities
21 Agreement, CFA Number 22-0147 ;and
22 WHEREAS, the Principal has entered into a certain written contract with the Developer
23 awarded the 19 day of June 20�, which Contract is
24 hereby ref&red to and a made part hereof for all purposes as if fully set f6rth herein, to furnish all
25 materials, equipment labor and other accessories as defined by law, in the prosecution of the
26 Work, including any Work resulting from a duly authorized Change Order (,collectively herein,
27 the "Work") as provided for in said Contract and designated as WATER, STORMDRAIN,
28 PAYING, AND STREET LIGHT IMPROVEMENTS TO SERVE JOEL EAST ROAD, EAST OF
29 CDC; and
30
31 WHEREAS, Principal binds itself to use such materials and to so construct the Work in
32 accordance with the plans, specifications and Contract Documents that the Work is and will
33 remain free from defects in materials or workmanship for and during the period of two (2) years
34 after the date of Final Acceptance of the Work by the City ("Maintenance Period"); and
CITY OF FORT WORTH Joel East Road, East of CDC
STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS CPN 104350
Revised January 31, 2012
1
2
3
4
S
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
006219-2
MAINTENANCE BOND
Page 2 of 3
WHEREAS, Principal binds itself to repair or reconstruct the Work in whole or in part
upon receiving notice from the Developer and/or City of the need thereof at any time within the
Maintenance Period.
NOW THEREFORE, the condition of this obligation is such that if Principal shall
remedy any defective Work, for which timely notice was provided by Developer or City, to a
completion satisfactory to the City, then this obligation shall become null and void; otherwise to
remain in full force and effect.
PROVIDED, HOWEVER, if Principal shall fail so to repair or reconstruct any timely
noticed defective Work, it is agreed that the Developer or City may cause any and all such
defective Work to be repaired and/or reconstructed with all associated costs thereof being borne
by the Principal and the Surety under this Maintenance Bond; and
PROVIDED FURTHER, that if any legal action be filed on this Bond, venue shall lie in
Tarrant County, Texas or the United States District Court for the Northern District of Texas, Fort
Worth Division; and
PROVIDED FURTHER, that this obligation shall be continuous in nature and
successive recoveries may be had hereon for successive breaches.
CrrY OF FORT WORTH
STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS
Revised January 31, 2012
Joel East Road, Past of CDC
CPN 104350
006219-3
MAINTENANCE BOND
Page 3 of 3
1 IN WITNESS WHEREOF, the Principal and the Surety have each SIGNED and SEALED this
2 instrument by duly authorized agents and officers on this the 19 day of June
3 20 25
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
2I
22
23
24
25
26
27
28
29
30
31
32
33
-34
35
36
37
38
39
40
41
42
ATTEST:
(Principal) dSecretarj
Witness as to Principal
PRINCIPAL:
Conatser Construction TX, L.P.
BY:
Signature dr
Brock Huggins, President
Name and Title
Address: 5327 Wichita St.
_Fort Worth. TX 76119
SURETY:
Berkley Insurance Company
Signature
Robbi Morales, Attornev-in-fact
ATTEST: Name and Title
Address: 5005 LBJ Freeway, Suite 1400
(Sure ) Secretary Dallas, TX 75244
Witn ss as to Surety TElephone Number: 24/989-0000
*Note: If signed by an officer of the Surety Company, there must be on file a certified extract
from the by-laws showing that this person has authority to sign such obligation. If
Surety's physical address is different from its mailing address, both must be provided,
The date of the bond shall not be prior to the date the Contract is awarded.
CITY OF FORT WORTH Joel East Road. East of CDC
STANDARD CITY CONDPTIONS — DEVELOPER AWARDED PROJECTS CPN 104350
Revised January 31, 2012
No. BI-72801
POWER OF ATTORNEY
BERKLEY INSURANCE COMPANY
WILMINGTON, DELAWARE
t, KNOW ALL MEN BY THESE PRESENTS, that BERKLEY INSURANCE COMPANY (the "Company"), a corporation duly
a3 organized and existing under the laws of the State of Delaware, having its principal office in Greenwich, CT, has made, constituted
and appointed, and does by these presents make, constitute and appoint: Ricardo J. Reyna; Don E. Cornell; Sophinie Hunter;
x
.� Robbi Morales; Kelly A. Westbrook; Tina McEwan; Joshua Saunders; Tonie Petranek; or Mikaela Peppers of Aon Risk
Services Southwest, Inc. of Dallas, TX its true and lawful Attorney -in -Fact, to sign its name as surety only as delineated below
' and to execute, seal, acknowledge and deliver any and all bonds and undertakings, with the exception of Financial Guaranty
'~ Insurance, providing that no single obligation shall exceed Fifty Million and 00/100 U.S. Dollars (U.S.$50,000,000.00), to the
o
same extent as if such bonds had been duly executed and acknowledged by the regularly elected officers of the Company at its
principal office in their own proper persons.
a E
This Power of Attorney shall be construed and enforced in accordance with, and governed by, the laws of the State of Delaware,
owithout giving effect to the principles of conflicts of laws thereof. This Power of Attorxey is granted pursuant to the following
> resolutions which were duly and validly adopted at a meeting of the Board of Directors of the Company held on January 25, 2010:
s~
•� o
RESOLVED, that, with respect to the Surety business written by Berkley Surety, the Chairman of the Board, Chief
0 o Executive Officer, President or any Vice President of the Company, in conjunction with the Secretary or any Assistant
cs Secretary are hereby authorized to execute powers of attorney authorizing and qualifying the attorney -in -fact named therein
o to execute bonds, undertakings, recognizances, or other suretyship obligations on behalf of the Company, and to affix the
i
i corporate seal of the Company to powers of attorney executed pursuant hereto; and said officers may remove any such
o a attorney -in -fact and revoke any power of attorney previously granted; and further
Q y RESOLVED, that such power of attorney limits the acts of those named therein to the bonds, undertakings, recognizances,
.. ea
or other suretyship obligations specifically named therein, and they have no authority to bind the Company except in the
L manner and to the extent therein stated; and further
> RESOLVED, that such power of attorney revokes all previous powers issued on behalf of the attomey-in-fact named; and
fl further
0 bb RESOLVED, that the signature of any authorized officer and the seal of the Company may be affixed by facsimile to any
power of attorney or certification thereof authorizing the execution and delivery of any bond, undertaking, recognizance, or
other suretyship obligation of the Company; and such signature and seal when so used shall have the same force and effect as
cu
though manually affixed. The Company may continue to use for the purposes herein stated the facsimile signature of any
person or persons who shall have been such officer or officers of the Company, notwithstanding the fact that they may have
°c ceased to be such at the time when such instruments shall be issued.
wIN WITNESS WHEREOF, the Company has caused these presents to be signed and attested by its appropriate officers and its
o corporate seal hereunto affixed this 2"d day of Mav 2024 _
o en
Attester Berkey Inurance Company
a l�y_� laL
- (Sea)
By
o �" Philip S.' Al►elt � 7e. M�
c Executive Vice President & Secretary Senior Vice. President
STATE OF CONNECTICL T )
Q COUNTY OF FAIRFIELD )
o Sworn to before me, a Notary Public in the State of Connecticut: this 2fd day of Mav 2024 , by Philip S. Welt and
N 0 3efErey M. Hafter who are sworn to me to be the Executive Vice President and Secretary, and the Senior Vice President,
o respectively, of Berkley Insurance Company.
s MAM C. FtL NDBAKEN
>, Cs NOTARY PUffi7G Notary Public, State of Connecticut
OONNE C71'CLIT
o WCOMMI6 "E )PIRES 04-30-2= CERTIFICATE
C7 'a3 L the undersigned, Assistant Secretary of BERKLEY INSURANCE COMPANY, DO HEREBY CERTIFY that the foregoing is a
p true, correct and complete copy of the original Power of Attorney; that said Power of Attorney has not been revoked or rescio ded
7 ti and that the authority of the Attorney -in -Fact set fords therein, who executed the bond or undertaking to which this Power of
f� Attorney is attached, is in full force and effect as of this date.
3 Given under my hand and seal of the Company, this day of
(Seal) f ^ l {i.—=>•''. ''
Vincent P_ Forte
IMPORTANT NOTICE
To obtain information or make a complaint:
You may call Berkley Surety Group, LLC and its affiliates by
telephone for information or to make a complaint:
BERKLEY SURETY GROUP, LLC
Please send all notices of claim on this bond to:
Berkley Surety Group, LLC
(866) 768-3534
412 Mount Kemble Avenue, Suite 310N
Morristown, NJ 07960
Attn: Surety Claims Department
You may contact the Texas Department of Insurance to obtain
information on companies, coverages, rights or complaints at:
1-800-252-3439
You may write the Texas Department of Insurance:
P. O. Box 149104
Austin, TX 78714-9104
Fax: (512) 475-1771
Web: http://www.tdi.state.tx.us
E-mail: ConsumerProtection6d�tdi.state.tx.us
PREMIUM OR CLAIM DISPUTES:
Should you have a dispute concerning your premium or about a claim
you should contact your agent or Berkley Surety Group, LLC first. If
the dispute is not resolved, you may contact the Texas Department of
Insurance.
ATTACH THIS NOTICE TO YOUR BOND:
This notice is for information only and does not become a part or
condition of the attached document and is given to comply with Texas
legal and regulatory requirements.
STANDARD CITY CONDITIONS
OF THE CONSTRUCTION CONTRACT
FOR DEVELOPER AWARDED PROJECTS
CITY OF FORT WORTH
STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
STANDARD CITY CONDITIONS OF THE
CONSTRUCTION CONTRACT
FOR DEVELOPER AWARDED PROJECTS
TABLE OF CONTENTS
Article 1 — Definitions and Terminology..........
1.01 Defined Terms ...............................
1.02 Terminology ..................................
Article 2 —
Preliminary Matters .......................
2.01
Before Starting Construction......
2.02
Preconstruction Conference........
2.03
Public Meeting ............................
Page
.............................................1
.............................................1
............................................. 5
....................................................... 6
....................................................... 6
....................................................... 6
....................................................... 6
Article 3 — Contract Documents and Amending............................................................................................... 6
3.01 Reference Standards..................................................................................................................... 6
3.02 Amending and Supplementing Contract Documents.................................................................. 6
Article 4 — Bonds and Insurance....................................................................................................................... 7
4.01 Licensed Sureties and Insurers..................................................................................................... 7
4.02 Performance, Payment, and Maintenance Bonds........................................................................ 7
4.03 Certificates of Insurance............................................................................................................... 7
4.04 Contractor's Insurance.................................................................................................................. 9
4.05 Acceptance of Bonds and Insurance; Option to Replace...........................................................12
Article 5 —
Contractor's Responsibilities........................................................................................................12
5.01
Supervision and Superintendent.................................................................................................12
5.02
Labor; Working Hours................................................................................................................13
5.03
Services, Materials, and Equipment...........................................................................................13
5.04
Project Schedule..........................................................................................................................14
5.05
Substitutes and "Or-Equals".......................................................................................................14
5.06
Pre -Qualification of Bidders (Prime Contractors and Subcontractors).....................................16
5.07
Concerning Subcontractors, Suppliers, and Others...................................................................16
5.08
Wage Rates..................................................................................................................................18
5.09
Patent Fees and Royalties...........................................................................................................19
5.10
Laws and Regulations.................................................................................................................19
5.11
Use of Site and Other Areas.......................................................................................................19
5.12
Record Documents......................................................................................................................20
5.13
Safety and Protection..................................................................................................................
21
5.14
Safety Representative.................................................................................................................21
5.15
Hazard Communication Programs.............................................................................................22
5.16
Submittals....................................................................................................................................22
5.17
Contractor's General Warranty and Guarantee..........................................................................23
CITY OF FORT WORTH
STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
5.18 Indemnification ............................................
5.19 Delegation of Professional Design Services
5.20 Right to Audit: .............................................
5.21 Nondiscrimination ........................................
Article 6 - Other Work at the Site.......
6.01 Related Work at Site .......
Article 7 - City's Responsibilities ............................................
7.01 Inspections, Tests, and Approvals .......................
7.02 Limitations on City's Responsibilities ................
7.03 Compliance with Safety Program ........................
Article 8 - City's Observation Status During Construction.......
8.01 City's Project Representative .................................
8.02 Authorized Variations in Work ..............................
8.03 Rejecting Defective Work ......................................
8.04 Determinations for Work Performed ......................
Article 9 - Changes in the Work ......................
9.01 Authorized Changes in the Work
9.02 Notification to Surety ...................
Article 10 - Change of Contract Price; Change of Contract Time
10.01 Change of Contract Price ...........................................
10.02 Change of Contract Time ...........................................
10.03 Delays.........................................................................
Article 11 - Tests and Inspections; Correction, Removal or Acceptance of Defective Work ............
11.01 Notice of Defects..............................................................................................................
11.02 Access to Work.................................................................................................................
11.03 Tests and Inspections........................................................................................................
11.04 Uncovering Work.............................................................................................................
11.05 City May Stop the Work...................................................................................................
11.06 Correction or Removal of Defective Work......................................................................
11.07 Correction Period..............................................................................................................
11.08 City May Correct Defective Work...................................................................................
Article 12 - Completion ...........................................
12.01 Contractor's Warranty of Title ............
12.02 Partial Utilization .................................
12.03 Final Inspection ....................................
12.04 Final Acceptance ..................................
Article 13 - Suspension of Work .....................................
13.01 City May Suspend Work .............................
Article 14 - Miscellaneous .........................................
14.01 Giving Notice .........................................
CITY OF FORT WORTH
STANDARD CITY CONDITIONS - DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
24
24
25
25
26
26
26
26
26
27
a
a
... 29
... 29
... 29
... 29
... 30
... 30
... 30
... 30
... 31
................................. 32
................................. 32
................................. 32
................................. 32
................................. 33
............................................................. 33
............................................................. 33
34
34
14.02 Computation of Times................................................................................................................ 34
14.03 Cumulative Remedies................................................................................................................. 34
14.04 Survival of Obligations...............................................................................................................35
14.05 Headings......................................................................................................................................35
CITY OF FORT WORTH
STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
0073 10- 1
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 1 of 35
ARTICLE 1— DEFINITIONS AND TERMINOLOGY
1.01 Defined Terms
A. Wherever used in these General Conditions or in other Contract Documents, the terms listed
below have the meanings indicated which are applicable to both the singular and plural thereof,
and words denoting gender shall include the masculine, feminine and neuter. Said terms are
generally capitalized or written in italics, but not always. When used in a context consistent with
the definition of a listed -defined term, the term shall have a meaning as defined below whether
capitalized or italicized or otherwise. In addition to terms specifically defined, terms with initial
capital letters in the Contract Documents include references to identified articles and paragraphs,
and the titles of other documents or forms.
1. Agreement - The written instrument which is evidence of the agreement between Developer
and Contractor covering the Work
2. Asbestos —Any material that contains more than one percent asbestos and is friable or is
releasing asbestos fibers into the air above current action levels established by the United
States Occupational Safety and Health Administration.
3. Business Day — A business day is defined as a day that the City conducts normal business,
generally Monday through Friday, except for federal or state holidays observed by the City.
4. Buzzsaw — City's on-line, electronic document management and collaboration system.
5. Calendar Day — A day consisting of 24 hours measured from midnight to the next midnight.
6. City— The City of Fort Worth, Texas, a Texas home -rule municipal corporation, acting by,
its governing body through its City Manager, his designee, or agents authorized pursuant to
its duly authorized charter on his behalf.
7. Community Facilities Agreement (CFA) A Contract between the Developer and the City
for the Construction of one or more following public facilities within the City public right-of-
way or easement: Water, Sanitary Sewer, Street, Storm Drain, Street Light, and Street Signs.
A CFA may include private facilities within the right-of-way dedicated as private right-of-
way or easement on a recorded plat.
8. Contract —The entire and integrated written document incorporating the Contract
Documents between the Developer, Contractor, and/or City concerning the Work. The
Contract supersedes prior negotiations, representations, or agreements, whether written or
oral.
9. Contract Documents —Those items that make up the contract and which must include the
Agreement, and it's attachments such as standard construction specifications, standard City
Conditions, other general conditions of the Developer, including:
a. An Agreement
CITY OF FORT WORTH
STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
0073 10-2
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 2 of 35
b. Attachments to the Agreement
i. Bid Form
ii. Vendor Compliance with State Law Non -Resident Bidder
iii. Prequalification Statement
C. Current Prevailing Wage Rates Table (if required by City)
d. Insurance Accord Form
e. Payment Bond
f. Performance Bond
g. Maintenance Bond
h. Power of Attorney for Bonds
i. Workers Compensation Affidavit
j. MWBE Commitment Form( If required by City)
k. General Conditions
1. Supplementary Conditions
in. The Standard City Conditions
n. Specifications specifically made part of the Contract Documents by attachment, if
not attached, as incorporated by reference and described in the Table of Contents of
the Project's Contract Documents
o. Drawings
P. Documentation submitted by contractor prior to Notice of Award.
q. The following which may be delivered or issued after the effective date if the
Agreement and, if issued become an incorporated part of the Contract Documents
i. Notice to Proceed
ii. Field Orders
iii. Change Orders
iv. Letters of Final Acceptance
r. Approved Submittals, other Contractor submittals, and the reports and drawings of
subsurface and physical conditions are not Contract Documents.
10. Contractor —The individual or entity with whom Developer has entered into the Agreement.
11. Day or day —A day, unless otherwise defined, shall mean a Calendar Day.
12. Developer — An individual or entity that desires to make certain improvements within the
City of Fort Worth
13. Drawings —That part of the Contract Documents prepared or approved by Engineer which
graphically shows the scope, extent, and character of the Work to be performed by
Contractor. Submittals are not Drawings as so defined.
14. Engineer —The licensed professional engineer or engineering firm registered in the State of
Texas performing professional services for the Developer.
15. Final Acceptance — The written notice given by the City to the Developer and/or Contractor
that the Work specified in the Contract Documents has been completed to the satisfaction of
the City.
CITY OF FORT WORTH
STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
0073 10- 3
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 3 of 35
16. Final Inspection — Inspection carried out by the City to verify that the Contractor has
completed the Work, and each and every part or appurtenance thereof, fully, entirely, and in
conformance with the Contract Documents.
17. General Requirements —A part of the Contract Documents between the Developer and a
Contractor.
18. Laws and Regulations Any and all applicable laws, rules, regulations, ordinances, codes,
and orders of any and all governmental bodies, agencies, authorities, and courts having
jurisdiction.
19. Liens —Charges, security interests, or encumbrances upon Project funds, real property, or
personal property.
20. Milestone —A principal event specified in the Contract Documents relating to an
intermediate Contract Time prior to Final Acceptance of the Work.
21. Non -Participating Change Order —A document, which is prepared for and reviewed by the
City, which is signed by Contractor, and Developer, and authorizes an addition, deletion, or
revision in the Work or an adjustment in the Contract Price or the Contract Time, issued on
or after the Effective Date of the Agreement.
22. Participating Change Order —A document, which is prepared for and approved by the City,
which is signed by Contractor, Developer, and City and authorizes an addition, deletion, or
revision in the Work or an adjustment in the Contract Price or the Contract Time, issued on
or after the Effective Date of the Agreement.
23. Plans — See definition of Drawings.
24. Project Schedule —A schedule, prepared and maintained by Contractor, in accordance with
the General Requirements, describing the sequence and duration of the activities comprising
the Contractor's plan to accomplish the Work within the Contract Time.
25. Project —The Work to be performed under the Contract Documents.
26. Project Representative —The authorized representative of the City who will be assigned to
the Site.
27. Public Meeting — An announced meeting conducted by the Developer to facilitate public
participation and to assist the public in gaining an informed view of the Project.
28. Regular Working Hours — Hours beginning at 7: 00 a.m. and ending at 6:00 p.m., Monday
thru Friday (excluding legal holidays).
29. Samples Physical examples of materials, equipment, or workmanship that are
representative of some portion of the Work and which establish the standards by which such
portion of the Work will be judged.
CITY OF FORT WORTH
STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
0073 10- 4
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 4 of 35
30. Schedule of Submittals —A schedule, prepared and maintained by Contractor, of required
submittals and the time requirements to support scheduled performance of related
construction activities.
31. Site —Lands or areas indicated in the Contract Documents as being furnished by City or
Developer upon which the Work is to be performed, including rights -of -way, permits, and
easements for access thereto, and such other lands furnished by City or Developer which are
designated for the use of Contractor.
32. Specifications —That part of the Contract Documents consisting of written requirements for
materials, equipment, systems, standards and workmanship as applied to the Work, and
certain administrative requirements and procedural matters applicable thereto.
Specifications may be specifically made a part of the Contract Documents by attachment or,
if not attached, may be incorporated by reference as indicated in the Table of Contents
(Division 00 00 00) of each Project.
33. Standard City Conditions — That part of the Contract Documents setting forth requirements
of the City.
34. Subcontractor —An individual or entity having a direct contract with Contractor or with any
other Subcontractor for the performance of apart of the Work at the Site.
35. Submittals All drawings, diagrams, illustrations, schedules, and other data or information
which are specifically prepared or assembled by or for Contractor and submitted by
Contractor to illustrate some portion of the Work.
36. Superintendent — The representative of the Contractor who is available at all times and able
to receive instructions from the City and/or Developer and to act for the Contractor.
37. Supplementary Conditions —That part of the Contract Documents which amends or
supplements the General Conditions.
38. Supplier —A manufacturer, fabricator, supplier, distributor, materialman, or vendor having
a direct contract with Contractor or with any Subcontractor to furnish materials or
equipment to be incorporated in the Work by Contractor or Subcontractor.
39. Underground Facilities All underground pipelines, conduits, ducts, cables, wires,
manholes, vaults, tanks, tunnels, or other such facilities or attachments, and any
encasements containing such facilities, including but not limited to, those that convey
electricity, gases, steam, liquid petroleum products, telephone or other communications,
cable television, water, wastewater, storm water, other liquids or chemicals, or traffic or
other control systems.
40. Weekend Working Hours — Hours beginning at 9: 00 a. in. and ending at 5: 00 p.m., Saturday,
Sunday or legal holiday, as approved in advance by the City.
CITY OF FORT WORTH
STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
0073 10- 5
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 5 of 35
41. Work —The entire construction or the various separately identifiable parts thereof required
to be provided under the Contract Documents. Work includes and is the result of performing
or providing all labor, services, and documentation necessary to produce such construction
including any Participating Change Order, Non -Participating Change Order, or Field
Order, and furnishing, installing, and incorporating all materials and equipment into such
construction, all as required by the Contract Documents.
42. Working Day — A working day is defined as a day, not including Saturdays, Sundays, or
legal holidays authorized by the City for contract purposes, in which weather or other
conditions not under the control of the Contractor will permit the performance of the
principal unit of work underway for a continuous period of not less than 7 hours between 7
a.m. and 6 p. m.
1.02 Terminology
A. The words and terms discussed in Paragraph 1.02.13 through D are not defined but, when used in
the Bidding Requirements or Contract Documents, have the indicated meaning.
B. Defective:
1. The word "defective," when modifying the word "Work," refers to Work that is
unsatisfactory, faulty, or deficient in that it:
a. does not conform to the Contract Documents; or
b. does not meet the requirements of any applicable inspection, reference standard, test, or
approval referred to in the Contract Documents; or
c. has been damaged prior to City's written acceptance.
C. Furnish, Install, Perform, Provide:
1. The word "Furnish" or the word "Install" or the word "Perform" or the word "Provide" or
the word "Supply," or any combination or similar directive or usage thereof, shall mean
furnishing and incorporating in the Work including all necessary labor, materials, equipment,
and everything necessary to perform the Work indicated, unless specifically limited in the
context used.
D. Unless stated otherwise in the Contract Documents, words or phrases that have a well-known
technical or construction industry or trade meaning are used in the Contract Documents in
accordance with such recognized meaning.
CITY OF FORT WORTH
STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
0073 10- 6
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 6 of 35
ARTICLE 2 — PRELIMINARY MATTERS
2.01 Before Starting Construction
Baseline Schedules: Submit to City in accordance with the Contract Documents, and prior to starting
the Work. New schedules will be submitted to City when Participating Change Orders or Non -
Participating Change Orders occur.
2.02 Preconstruction Conference
Before any Work at the Site is started, the Contractor shall attend a Preconstruction Conference as
specified in the Contract Documents.
2.03 Public Meeting
Contractor may not mobilize any equipment, materials or resources to the Site prior to Contractor
attending the Public Meeting as scheduled by the City.
ARTICLE 3 — CONTRACT DOCUMENTS AND AMENDING
3.01 Reference Standards
A. Standards, Specifications, Codes, Laws, and Regulations
1. Reference to standards, specifications, manuals, or codes of any technical society,
organization, or association, or to Laws or Regulations, whether such reference be specific or
by implication, shall mean the standard, specification, manual, code, or Laws or Regulations
in effect at the time of opening of Bids (or on the Effective Date of the Agreement if there
were no Bids), except as may be otherwise specifically stated in the Contract Documents.
2. No provision or instruction shall be effective to assign to City, or any of its officers,
directors, members, partners, employees, agents, consultants, or subcontractors, any duty or
authority to supervise or direct the performance of the Work or any duty or authority to
undertake responsibility inconsistent with the provisions of the Contract Documents.
3.02 Amending and Supplementing Contract Documents
A. The Contract Documents may be amended to provide for additions, deletions, and revisions in
the Work or to modify the terms and conditions thereof by a Participating Change Order or a
Non -Participating Change Order.
B. The requirements of the Contract Documents may be supplemented, and minor variations and
deviations in the Work not involving a change in Contract Price or Contract Time, may be
authorized, by one or more of the following ways:
1. A Field Order;
CITY OF FORT WORTH
STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
0073 10- 7
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 7 of 35
1. City's or Engineer's review of a Submittal (subject to the provisions of Paragraph 5.16.C); or
2. City's written interpretation or clarification.
ARTICLE 4 — BONDS AND INSURANCE
4.01 Licensed Sureties and Insurers
All bonds and insurance required by the Contract Documents to be purchased and maintained by
Contractor shall be obtained from surety or insurance companies that are duly licensed or authorized
in the State of Texas to issue bonds or insurance policies for the limits and coverage so required.
Such surety and insurance companies shall also meet such additional requirements and qualifications
as may be provided Section 4.04.
4.02 Performance, Payment, and Maintenance Bonds
A. Contractor shall furnish performance and payment bonds in the name of Developer and City, in
accordance with Texas Government Code Chapter 2253 or successor statute, each in an amount
equal to the Contract Price as security for the faithful performance and payment of all of
Contractor's obligations under the Contract Documents.
B. Contractor shall furnish maintenance bonds in the name of Developer and City in an amount
equal to the Contract Price as security to protect the City against any defects in any portion of the
Work described in the Contract Documents. Maintenance bonds shall remain in effect for two
(2) years after the date of Final Acceptance by the City.
C. All bonds shall be in the form prescribed by the Contract Documents except as provided
otherwise by Laws or Regulations, and shall be executed by such sureties as are named in the list
of "Companies Holding Certificates of Authority as Acceptable Sureties on Federal Bonds and
as Acceptable Reinsuring Companies" as published in Circular 570 (amended) by the Financial
Management Service, Surety Bond Branch, U.S. Department of the Treasury. All bonds signed
by an agent or attorney -in -fact must be accompanied by a sealed and dated power of attorney
which shall show that it is effective on the date the agent or attorney -in -fact signed each bond.
D. If the surety on any bond furnished by Contractor is declared bankrupt or becomes insolvent or
its right to do business is terminated in the State of Texas or it ceases to meet the requirements of
Paragraph 4.02.C, Contractor shall promptly notify City and shall, within 30 days after the event
giving rise to such notification, provide another bond and surety, both of which shall comply
with the requirements of Paragraphs 4.01 and 4.02.C.
4.03 Certificates of Insurance
Contractor shall deliver to Developer and City, with copies to each additional insured and loss payee
identified in these Standard City Conditions certificates of insurance (and other evidence of
insurance requested by City or any other additional insured) which Contractor is required to
purchase and maintain.
CITY OF FORT WORTH
STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
0073 10- 8
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 8 of 35
1. The certificate of insurance shall document the City, an as "Additional Insured" on all
liability policies.
2. The Contractor's general liability insurance shall include a, "per project" or "per location",
endorsement, which shall be identified in the certificate of insurance provided to the City.
3. The certificate shall be signed by an agent authorized to bind coverage on behalf of the
insured, be complete in its entirety, and show complete insurance carrier names as listed in
the current A.M. Best Property & Casualty Guide
4. The insurers for all policies must be licensed and/or approved to do business in the State of
Texas. Except for workers' compensation, all insurers must have a minimum rating of A-:
VII in the current A. M. Best Key Rating Guide or have reasonably equivalent financial
strength and solvency to the satisfaction of Risk Management. If the rating is below that
required, written approval of City is required.
5. All applicable policies shall include a Waiver of Subrogation (Rights of Recovery) in favor
of the City. In addition, the Contractor agrees to waive all rights of subrogation against the
Engineer (if applicable), and each additional insured identified in these Standard City
Conditions. Failure of the City to demand such certificates or other evidence of full
compliance with the insurance requirements or failure of the City to identify a deficiency
from evidence that is provided shall not be construed as a waiver of Contractor's obligation
to maintain such lines of insurance coverage.
6. If insurance policies are not written for specified coverage limits, an Umbrella or Excess
Liability insurance for any differences is required. Excess Liability shall follow form of the
primary coverage.
7. Unless otherwise stated, all required insurance shall be written on the "occurrence basis". If
coverage is underwritten on a claims -made basis, the retroactive date shall be coincident with
or prior to the date of the effective date of the agreement and the certificate of insurance shall
state that the coverage is claims -made and the retroactive date. The insurance coverage shall
be maintained for the duration of the Contract and for three (3) years following Final
Acceptance provided under the Contract Documents or for the warranty period, whichever is
longer. An annual certificate of insurance submitted to the City shall evidence such
insurance coverage.
8. Policies shall have no exclusions by endorsements, which, neither nullify or amend, the
required lines of coverage, nor decrease the limits of said coverage unless such endorsements
are approved in writing by the City. In the event a Contract has been bid or executed and the
exclusions are determined to be unacceptable or the City desires additional insurance
coverage, and the City desires the contractor/engineer to obtain such coverage, the contract
price shall be adjusted by the cost of the premium for such additional coverage plus 10%.
9. Any self -insured retention (SIR), in excess of $25,000.00, affecting required insurance
coverage shall be approved by the City in regards to asset value and stockholders' equity. In
CITY OF FORT WORTH
STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
0073 10-9
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 9 of 35
lieu of traditional insurance, alternative coverage maintained through insurance pools or risk
retention groups, must also be approved by City.
10. Any deductible in excess of $5,000.00, for any policy that does not provide coverage on a
first -dollar basis, must be acceptable to and approved by the City.
11. City, at its sole discretion, reserves the right to review the insurance requirements and to
make reasonable adjustments to insurance coverage's and their limits when deemed
necessary and prudent by the City based upon changes in statutory law, court decision or the
claims history of the industry as well as of the contracting party to the City. The City shall
be required to provide prior notice of 90 days, and the insurance adjustments shall be
incorporated into the Work by Change Order.
12. City shall be entitled, upon written request and without expense, to receive copies of policies
and endorsements thereto and may make any reasonable requests for deletion or revision or
modifications of particular policy terms, conditions, limitations, or exclusions necessary to
conform the policy and endorsements to the requirements of the Contract. Deletions,
revisions, or modifications shall not be required where policy provisions are established by
law or regulations binding upon either parry or the underwriter on any such policies.
13. City shall not be responsible for the direct payment of insurance premium costs for
Contractor's insurance.
4.04 Contractor's Insurance
A. Workers Compensation and Employers' Liability. Contractor shall purchase and maintain such
insurance coverage with limits consistent with statutory benefits outlined in the Texas Workers'
Compensation Act (Texas Labor Code, Ch. 406, as amended), and minimum limits for
Employers' Liability as is appropriate for the Work being performed and as will provide
protection from claims set forth below which may arise out of or result from Contractor's
performance of the Work and Contractor's other obligations under the Contract Documents,
whether it is to be performed by Contractor, any Subcontractor or Supplier, or by anyone directly
or indirectly employed by any of them to perform any of the Work, or by anyone for whose acts
any of them may be liable:
1. claims under workers' compensation, disability benefits, and other similar employee benefit
acts;
2. claims for damages because of bodily injury, occupational sickness or disease, or death of
Contractor's employees.
3. The limits of liability for the insurance shall provide the following coverages for not less
than the following amounts or greater where required by Laws and Regulations
a. Statutory limits
b. Employer's liability
CITY OF FORT WORTH
STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
00 73 10- 10
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 10 of 35
1) $100,000 each accident/occurrence
2) $100,000 Disease - each employee
3) $500,000 Disease - policy limit
B. Commercial General Liability. Coverage shall include but not be limited to covering liability
(bodily injury or property damage) arising from: premises/operations, independent contractors,
products/completed operations, personal injury, and liability under an insured contract. Insurance
shall be provided on an occurrence basis, and as comprehensive as the current Insurance
Services Office (ISO) policy. This insurance shall apply as primary insurance with respect to
any other insurance or self-insurance programs afforded to the City. The Commercial General
Liability policy, shall have no exclusions by endorsements that would alter of nullify
premises/operations, products/completed operations, contractual, personal injury, or advertising
injury, which are normally contained with the policy, unless the City approves such exclusions
in writing.
1. For construction projects that present a substantial completed operation exposure, the City
may require the contractor to maintain completed operations coverage for a minimum of no
less than three (3) years following the completion of the project
2. Contractor's Liability Insurance under this Section which shall be on a per project basis
covering the Contractor with minimum limits of:
a. $1,000,000 each occurrence
b. $2,000,000 aggregate limit
3. The policy must have an endorsement (Amendment — Aggregate Limits of Insurance)
making the General Aggregate Limits apply separately to each job site.
4. The Commercial General Liability Insurance policies shall provide "X", "C", and "U"
coverage's. Verification of such coverage must be shown in the Remarks Article of the
Certificate of Insurance.
C. Automobile Liability. A commercial business auto policy shall provide coverage on "any auto",
defined as autos owned, hired and non -owned and provide indemnity for claims for damages
because bodily injury or death of any person and or property damage arising out of the work,
maintenance or use of any motor vehicle by the Contractor, any Subcontractor or Supplier, or by
anyone directly or indirectly employed by any of them to perform any of the Work, or by anyone
for whose acts any of them may be liable.
1. Automobile Liability, Contractor's Liability Insurance under this Section, which shall be in
an amount not less than the following amounts:
a. Automobile Liability - a commercial business policy shall provide coverage on "Any
Auto", defined as autos owned, hired and non -owned.
CITY OF FORT WORTH
STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
00 73 10- 11
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 1 I of 35
1) $1, 000, 000 each accident on a combined single limit basis. Split limits are
acceptable if limits are at least:
2) $250,000 Bodily Injury per person
3) $500,000 Bodily Injury per accident /
4) $100,000 Property Damage
D. Railroad Protective Liability. If any of the work or any warranty work is within the limits of
railroad right-of-way, the Contractor shall comply with the following requirements:
1. The Contractor's construction activities will require its employees, agents, subcontractors,
equipment, and material deliveries to cross railroad properties and tracks owned and
operated by: None
2. The Contractor shall conduct its operations on railroad properties in such a manner as not to
interfere with, hinder, or obstruct the railroad company in any manner whatsoever in the use
or operation of its/their trains or other property. Such operations on railroad properties may
require that Contractor to execute a "Right of Entry Agreement" with the particular railroad
company or companies involved, and to this end the Contractor should satisfy itself as to the
requirements of each railroad company and be prepared to execute the right -of -entry (if any)
required by a railroad company. The requirements specified herein likewise relate to the
Contractor's use of private and/or construction access roads crossing said railroad company's
properties.
3. The Contractual Liability coverage required by Paragraph 5.04D of the General Conditions
shall provide coverage for not less than the following amounts, issued by companies
satisfactory to the City and to the Railroad Company for a term that continues for so long as
the Contractor's operations and work cross, occupy, or touch railroad property:
a. General Aggregate: None
b. Each Occurrence:: None
4. With respect to the above outlined insurance requirements, the following shall govern:
a. Where a single railroad company is involved, the Contractor shall provide one insurance
policy in the name of the railroad company. However, if more than one grade separation
or at -grade crossing is affected by the Project at entirely separate locations on the line or
lines of the same railroad company, separate coverage may be required, each in the
amount stated above.
b. Where more than one railroad company is operating on the same right-of-way or where
several railroad companies are involved and operated on their own separate rights -of -
CITY OF FORT WORTH
STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
00 73 10- 12
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 12 of 35
way, the Contractor may be required to provide separate insurance policies in the name
of each railroad company.
c. If, in addition to a grade separation or an at -grade crossing, other work or activity is
proposed on a railroad company's right-of-way at a location entirely separate from the
grade separation or at -grade crossing, insurance coverage for this work must be included
in the policy covering the grade separation.
d. If no grade separation is involved but other work is proposed on a railroad company's
right-of-way, all such other work may be covered in a single policy for that railroad, even
though the work may be at two or more separate locations.
5. No work or activities on a railroad company's property to be performed by the Contractor
shall be commenced until the Contractor has furnished the City with an original policy or
policies of the insurance for each railroad company named, as required above. All such
insurance must be approved by the City and each affected Railroad Company prior to the
Contractor's beginning work.
6. The insurance specified above must be carried until all Work to be performed on the railroad
right-of-way has been completed and the grade crossing, if any, is no longer used by the
Contractor. In addition, insurance must be carried during all maintenance and/or repair work
performed in the railroad right-of-way. Such insurance must name the railroad company as
the insured, together with any tenant or lessee of the railroad company operating over tracks
involved in the Project.
E. Notification of Policy Cancellation: Contractor shall immediately notify City upon cancellation
or other loss of insurance coverage. Contractor shall stop work until replacement insurance has
been procured. There shall be no time credit for days not worked pursuant to this section.
4.05 Acceptance of Bonds and Insurance; Option to Replace
If City has any objection to the coverage afforded by or other provisions of the bonds or insurance
required to be purchased and maintained by the Contractor in accordance with Article 5 on the basis
of non-conformance with the Contract Documents, the Developer and City shall so notify the
Contractor in writing within 10 Business Days after receipt of the certificates (or other evidence
requested). Contractor shall provide to the City such additional information in respect of insurance
provided as the Developer or City may reasonably request. If Contractor does not purchase or
maintain all of the bonds and insurance required by the Contract Documents, the Developer or City
shall notify the Contractor in writing of such failure prior to the start of the Work, or of such failure
to maintain prior to any change in the required coverage.
ARTICLE 5 — CONTRACTOR'S RESPONSIBILITIES
5.01 Supervision and Superintendent
A. Contractor shall supervise, inspect, and direct the Work competently and efficiently, devoting
such attention thereto and applying such skills and expertise as may be necessary to perform the
CITY OF FORT WORTH
STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
00 73 10- 13
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 13 of 35
Work in accordance with the Contract Documents. Contractor shall be solely responsible for the
means, methods, techniques, sequences, and procedures of construction.
B. At all times during the progress of the Work, Contractor shall assign a competent, English-
speaking, Superintendent who shall not be replaced without written notice to City. The
Superintendent will be Contractor's representative at the Site and shall have authority to act on
behalf of Contractor. All communication given to or received from the Superintendent shall be
binding on Contractor.
C. Contractor shall notify the City 24 hours prior to moving areas during the sequence of
construction.
5.02 Labor; Working Hours
A. Contractor shall provide competent, suitably qualified personnel to perform construction as
required by the Contract Documents. Contractor shall at all times maintain good discipline and
order at the Site.
B. Except as otherwise required for the safety or protection of persons or the Work or property at
the Site or adjacent thereto, and except as otherwise stated in the Contract Documents, all Work
at the Site shall be performed during Regular Working Hours. Contractor will not permit the
performance of Work beyond Regular Working Hours or for Weekend Working Hours without
City's written consent (which will not be unreasonably withheld). Written request (by letter or
electronic communication) to perform Work:
1. for beyond Regular Working Hours request must be made by noon at least two (2) Business
Days prior
2. for Weekend Working Hours request must be made by noon of the preceding Thursday
3. for legal holidays request must be made by noon two Business Days prior to the legal
holiday.
5.03 Services, Materials, and Equipment
A. Unless otherwise specified in the Contract Documents, Contractor shall provide and assume full
responsibility for all services, materials, equipment, labor, transportation, construction
equipment and machinery, tools, appliances, fuel, power, light, heat, telephone, water, sanitary
facilities, temporary facilities, and all other facilities and incidentals necessary for the
performance, Contractor required testing, start-up, and completion of the Work.
B. All materials and equipment incorporated into the Work shall be as specified or, if not specified,
shall be of good quality and new, except as otherwise provided in the Contract Documents. All
special warranties and guarantees required by the Specifications shall expressly run to the benefit
of City. If required by City, Contractor shall furnish satisfactory evidence (including reports of
required tests) as to the source, kind, and quality of materials and equipment.
CITY OF FORT WORTH
STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
00 73 10- 14
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 14 of 35
C. All materials and equipment to be incorporated into the Work shall be stored, applied, installed,
connected, erected, protected, used, cleaned, and conditioned in accordance with instructions of
the applicable Supplier, except as otherwise may be provided in the Contract Documents.
5.04 Project Schedule
A. Contractor shall adhere to the Project Schedule established in accordance with Paragraph 2.01
and the General Requirements as it may be adjusted from time to time as provided below.
1. Contractor shall submit to City for acceptance (to the extent indicated in Paragraph 2.01 and
the General Requirements) proposed adjustments in the Project Schedule.
2. Proposed adjustments in the Project Schedule that will change the Contract Time shall be
submitted in accordance with the requirements of Article 9. Adjustments in Contract Time
for projects with City participation shall be made by participating change orders.
5.05 Substitutes and "Or -Equals "
A. Whenever an item of material or equipment is specified or described in the Contract Documents
by using the name of a proprietary item or the name of a particular Supplier, the specification or
description is intended to establish the type, function, appearance, and quality required. Unless
the specification or description contains or is followed by words reading that no like, equivalent,
or "or -equal" item or no substitution is permitted, other items of material or equipment of other
Suppliers may be submitted to City for review under the circumstances described below.
1. "Or -Equal" Items: If in City's sole discretion an item of material or equipment proposed by
Contractor is functionally equal to that named and sufficiently similar so that no change in
related Work will be required, it may be considered by City as an "or -equal" item, in which
case review and approval of the proposed item may, in City's sole discretion, be
accomplished without compliance with some or all of the requirements for approval of
proposed substitute items. For the purposes of this Paragraph 5.05.A.1, a proposed item of
material or equipment will be considered functionally equal to an item so named if:
a. City determines that:
1) it is at least equal in materials of construction, quality, durability, appearance,
strength, and design characteristics;
2) it will reliably perform at least equally well the function and achieve the results
imposed by the design concept of the completed Project as a functioning whole; and
3) it has a proven record of performance and availability of responsive service; and
b. Contractor certifies that, if approved and incorporated into the Work:
1) there will be no increase in cost to the City or increase in Contract Time; and
CITY OF FORT WORTH
STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
00 73 10- 15
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 15 of 35
2) it will conform substantially to the detailed requirements of the item named in the
Contract Documents.
2. Substitute Items:
a. If in City's sole discretion an item of material or equipment proposed by Contractor does
not qualify as an "or -equal" item under Paragraph 5.05.A.1, it may be submitted as a
proposed substitute item.
b. Contractor shall submit sufficient information as provided below to allow City to
determine if the item of material or equipment proposed is essentially equivalent to that
named and an acceptable substitute therefor. Requests for review of proposed substitute
items of material or equipment will not be accepted by City from anyone other than
Contractor.
c. Contractor shall make written application to City for review of a proposed substitute item
of material or equipment that Contractor seeks to furnish or use. The application shall
comply with Section 0125 00 and:
1) shall certify that the proposed substitute item will:
i. perform adequately the functions and achieve the results called for by the general
design;
ii. be similar in substance to that specified;
iii. be suited to the same use as that specified; and
2) will state:
i. the extent, if any, to which the use of the proposed substitute item will prejudice
Contractor's achievement of final completion on time;
ii. whether use of the proposed substitute item in the Work will require a change in
any of the Contract Documents (or in the provisions of any other direct contract
with City for other work on the Project) to adapt the design to the proposed
substitute item;
iii. whether incorporation or use of the proposed substitute item in connection with
the Work is subject to payment of any license fee or royalty; and
3) will identify:
i. all variations of the proposed substitute item from that specified;
ii. available engineering, sales, maintenance, repair, and replacement services; and
CITY OF FORT WORTH
STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
00 73 10- 16
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 16 of 35
4) shall contain an itemized estimate of all costs or credits that will result directly or
indirectly from use of such substitute item, including costs of redesign and Damage
Claims of other contractors affected by any resulting change.
B. Substitute Construction Methods or Procedures: If a specific means, method, technique,
sequence, or procedure of construction is expressly required by the Contract Documents,
Contractor may furnish or utilize a substitute means, method, technique, sequence, or procedure
of construction approved by City. Contractor shall submit sufficient information to allow City, in
City's sole discretion, to determine that the substitute proposed is equivalent to that expressly
called for by the Contract Documents. Contractor shall make written application to City for
review in the same manner as those provided in Paragraph 5.05.A.2.
C. City's Evaluation: City will be allowed a reasonable time within which to evaluate each
proposal or submittal made pursuant to Paragraphs 5.05.A and 5.05.13. City may require
Contractor to furnish additional data about the proposed substitute. City will be the sole judge of
acceptability. No "or -equal" or substitute will be ordered, installed or utilized until City's review
is complete, which will be evidenced by a Change Order in the case of a substitute and an
accepted Submittal for an "or -equal." City will advise Contractor in writing of its determination.
D. Special Guarantee: City may require Contractor to furnish at Contractor's expense a special
performance guarantee, warranty, or other surety with respect to any substitute. Contractor shall
indemnify and hold harmless City and anyone directly or indirectly employed by them from and
against any and all claims, damages, losses and expenses (including attorneys fees) arising out
of the use of substituted materials or equipment.
E. City's Cost Reimbursement: City will record City's costs in evaluating a substitute proposed or
submitted by Contractor pursuant to Paragraphs 5.05.A.2 and 5.05.B. Whether or not City
approves a substitute so proposed or submitted by Contractor, Contractor may be required to
reimburse City for evaluating each such proposed substitute. Contractor may also be required to
reimburse City for the charges for making changes in the Contract Documents.
F. Contractor's Expense: Contractor shall provide all data in support of any proposed substitute or
"or -equal" at Contractor's expense.
G. Substitute Reimbursement: Costs (savings or charges) attributable to acceptance of a substitute
shall be incorporated to the Contract by Participating Change Order.
5.06 Pre -Qualification of Bidders (Prime Contractors and Subcontractors)
A. The Contractor and any subcontractors are required to be prequalified for the work types
requiring pre -qualification
5.07 Concerning Subcontractors, Suppliers, and Others
A. Minority and Women Owned Business Enterprise Compliance:
CITY OF FORT WORTH
STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
00 73 10- 17
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 17 of 35
❑ Required for this Contract.
(Check this box if there is any City Participation)
® Not Required for this Contract.
It is City policy to ensure the full and equitable participation by Minority and Women Business
Enterprises (MWBE) in the procurement of goods and services on a contractual basis. If the
Contract Documents provide for a MWBE goal, Contractor is required to comply with the intent
of the City's MWBE Ordinance (as amended) by the following:
1. Contractor shall, upon request by City, provide complete and accurate information regarding
actual work performed by a MWBE on the Contract and payment therefor.
2. Contractor will not make additions, deletions, or substitutions of accepted MWBE without
written consent of the City. Any unjustified change or deletion shall be a material breach of
Contract and may result in debarment in accordance with the procedures outlined in the
Ordinance.
3. Contractor shall, upon request by City, allow an audit and/or examination of any books,
records, or files in the possession of the Contractor that will substantiate the actual work
performed by an MWBE. Material misrepresentation of any nature will be grounds for
termination of the Contract. Any such misrepresentation may be grounds for disqualification
of Contractor to bid on future contracts with the City for a period of not less than three years.
B. Contractor shall be fully responsible to City for all acts and omissions of the Subcontractors,
Suppliers, and other individuals or entities performing or furnishing any of the Work just as
Contractor is responsible for Contractor's own acts and omissions. Nothing in the Contract
Documents:
1. shall create for the benefit of any such Subcontractor, Supplier, or other individual or entity
any contractual relationship between City and any such Subcontractor, Supplier or other
individual or entity; nor
2. shall create any obligation on the part of City to pay or to see to the payment of any moneys
due any such Subcontractor, Supplier, or other individual or entity except as may otherwise
be required by Laws and Regulations.
C. Contractor shall be solely responsible for scheduling and coordinating the Work of
Subcontractors, Suppliers, and other individuals or entities performing or furnishing any of the
Work under a direct or indirect contract with Contractor.
D. All Subcontractors, Suppliers, and such other individuals or entities performing or furnishing
any of the Work shall communicate with City through Contractor.
E. All Work performed for Contractor by a Subcontractor or Supplier will be pursuant to an
appropriate agreement between Contractor and the Subcontractor or Supplier which specifically
binds the Subcontractor or Supplier to the applicable terms and conditions of these Contract
CITY OF FORT WORTH
STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
00 73 10- 18
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 18 of 35
Documents, Contractor shall provide City contract numbers and reference numbers to the
Subcontractors and/or Suppliers.
5.08 Wage Rates
❑ Required for this Contract.
® Not Required for this Contract.
A. Duty to pay Prevailing Wage Rates. The Contractor shall comply with all requirements of
Chapter 2258, Texas Government Code (as amended), including the payment of not less than the
rates determined by the City Council of the City of Fort Worth to be the prevailing wage rates in
accordance with Chapter 2258. Such prevailing wage rates are included in these Contract
Documents.
B. Penalty for Violation. A Contractor or any Subcontractor who does not pay the prevailing wage
shall, upon demand made by the City, pay to the City $60 for each worker employed for each
calendar day or part of the day that the worker is paid less than the prevailing wage rates
stipulated in these contract documents. This penalty shall be retained by the City to offset its
administrative costs, pursuant to Texas Government Code 2258.023.
C. Complaints of Violations and City Determination of Good Cause. On receipt of information,
including a complaint by a worker, concerning an alleged violation of 2258.023, Texas
Government Code, by a Contractor or Subcontractor, the City shall make an initial
determination, before the 31 st day after the date the City receives the information, as to whether
good cause exists to believe that the violation occurred. The City shall notify in writing the
Contractor or Subcontractor and any affected worker of its initial determination. Upon the
City's determination that there is good cause to believe the Contractor or Subcontractor has
violated Chapter 2258, the City shall retain the full amounts claimed by the claimant or
claimants as the difference between wages paid and wages due under the prevailing wage rates,
such amounts being subtracted from successive progress payments pending a final determination
of the violation.
D. Arbitration Required if Violation Not Resolved. An issue relating to an alleged violation of
Section 2258.023, Texas Government Code, including a penalty owed to the City or an affected
worker, shall be submitted to binding arbitration in accordance with the Texas General
Arbitration Act (Article 224 et seq., Revised Statutes) if the Contractor or Subcontractor and any
affected worker does not resolve the issue by agreement before the 15th day after the date the
City makes its initial determination pursuant to Paragraph C above. If the persons required to
arbitrate under this section do not agree on an arbitrator before the 1 Ith day after the date that
arbitration is required, a district court shall appoint an arbitrator on the petition of any of the
persons. The City is not a party in the arbitration. The decision and award of the arbitrator is
final and binding on all parties and may be enforced in any court of competent jurisdiction.
E. Records to be Maintained. The Contractor and each Subcontractor shall, for a period of three (3)
years following the date of acceptance of the work, maintain records that show (i) the name and
CITY OF FORT WORTH
STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
00 73 10- 19
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 19 of 35
occupation of each worker employed by the Contractor in the construction of the Work provided
for in this Contract; and (ii) the actual per diem wages paid to each worker. The records shall be
open at all reasonable hours for inspection by the City. The provisions of Paragraph 6.23, Right
to Audit, shall pertain to this inspection.
F. Progress Payments. With each progress payment or payroll period, whichever is less, the
Contractor shall submit an affidavit stating that the Contractor has complied with the
requirements of Chapter 2258, Texas Government Code.
G. Posting of Wage Rates. The Contractor shall post prevailing wage rates in a conspicuous place at
all times.
H. Subcontractor Compliance. The Contractor shall include in its subcontracts and/or shall
otherwise require all of its Subcontractors to comply with Paragraphs A through G above.
5.09 Patent Fees and Royalties
A. To the fullest extent permitted by Laws and Regulations, Contractor shall indemnify and hold
harmless City, from and against all claims, costs, losses, and damages (including but not limited
to all fees and charges of engineers, architects, attorneys, and other professionals and all court
or arbitration or other dispute resolution costs) arising out of or relating to any infringement of
patent rights or copyrights incident to the use in the performance of the Work or resulting from
the incorporation in the Work of any invention, design, process, product, or device not specified
in the Contract Documents.
5.10 Laws and Regulations
A. Contractor shall give all notices required by and shall comply with all Laws and Regulations
applicable to the performance of the Work. Except where otherwise expressly required by
applicable Laws and Regulations, the City shall not be responsible for monitoring Contractor's
compliance with any Laws or Regulations.
B. If Contractor performs any Work knowing or having reason to know that it is contrary to Laws
or Regulations, Contractor shall bear all claims, costs, losses, and damages (including but not
limited to all fees and charges of engineers, architects, attorneys, and other professionals and all
court or arbitration or other dispute resolution costs) arising out of or relating to such Work.
However, it shall not be Contractor's responsibility to make certain that the Specifications and
Drawings are in accordance with Laws and Regulations, but this shall not relieve Contractor of
Contractor's obligations under Paragraph 3.01.
5.11 Use of Site and Other Areas
A. Limitation on Use of Site and Other Areas:
1. Contractor shall confine construction equipment, the storage of materials and equipment, and
the operations of workers to the Site and other areas permitted by Laws and Regulations, and
shall not unreasonably encumber the Site and other areas with construction equipment or
CITY OF FORT WORTH
STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
00 73 10- 20
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 20 of 35
other materials or equipment. Contractor shall assume full responsibility for any damage to
any such land or area, or to the owner or occupant thereof, or of any adjacent land or areas
resulting from the performance of the Work.
2. At any time when, in the judgment of the City, the Contractor has obstructed or closed or is
carrying on operations in a portion of a street, right-of-way, or easement greater than is
necessary for proper execution of the Work, the City may require the Contractor to finish the
section on which operations are in progress before work is commenced on any additional
area of the Site.
3. Should any Damage Claim be made by any such owner or occupant because of the
performance of the Work, Contractor shall promptly attempt to resolve the Damage Claim.
4. Pursuant to Paragraph 5.18, Contractor shall indemnify and hold harmless City, from and
against all claims, costs, losses, and damages arising out of or relating to any claim or
action, legal or equitable, brought by any such owner or occupant against City.
B. Removal of Debris During Performance of the Work: During the progress of the Work
Contractor shall keep the Site and other areas free from accumulations of waste materials,
rubbish, and other debris. Removal and disposal of such waste materials, rubbish, and other
debris shall conform to applicable Laws and Regulations.
C. Site Maintenance Cleaning: 24 hours after written notice is given to the Contractor that the
clean-up on the job site is proceeding in a manner unsatisfactory to the City or Developer, if the
Contractor fails to correct the unsatisfactory procedure, the City may take such direct action as
the City deems appropriate to correct the clean-up deficiencies cited to the Contractor in the
written notice (by letter or electronic communication), and shall be entitled to recover its cost in
doing so. The City may withhold Final Acceptance until clean-up is complete and cost are
recovered.
D. Final Site Cleaning: Prior to Final Acceptance of the Work Contractor shall clean the Site and
the Work and make it ready for utilization by City or adjacent property owner. At the completion
of the Work Contractor shall remove from the Site all tools, appliances, construction equipment
and machinery, and surplus materials and shall restore to original condition or better all property
disturbed by the Work.
E. Loading Structures: Contractor shall not load nor permit any part of any structure to be loaded
in any manner that will endanger the structure, nor shall Contractor subject any part of the Work
or adjacent property to stresses or pressures that will endanger it.
5.12 Record Documents
A. Contractor shall maintain in a safe place at the Site or in a place designated by the Contractor
and approved by the City, one (1) record copy of all Drawings, Specifications, Addenda, Change
Orders, Field Orders, and written interpretations and clarifications in good order and annotated
to show changes made during construction. These record documents together with all approved
CITY OF FORT WORTH
STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
00 73 10- 21
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 21 of 35
Samples and a counterpart of all accepted Submittals will be available to City for reference.
Upon completion of the Work, these record documents, any operation and maintenance manuals,
and Submittals will be delivered to City prior to Final Inspection. Contractor shall include
accurate locations for buried and imbedded items.
5.13 Safety and Protection
A. Contractor shall be solely responsible for initiating, maintaining and supervising all safety
precautions and programs in connection with the Work. Such responsibility does not relieve
Subcontractors of their responsibility for the safety of persons or property in the performance of
their work, nor for compliance with applicable safety Laws and Regulations. Contractor shall
take all necessary precautions for the safety of, and shall provide the necessary protection to
prevent damage, injury or loss to:
1. all persons on the Site or who may be affected by the Work;
2. all the Work and materials and equipment to be incorporated therein, whether in storage on
or off the Site; and
3. other property at the Site or adjacent thereto, including trees, shrubs, lawns, walks,
pavements, roadways, structures, utilities, and Underground Facilities not designated for
removal, relocation, or replacement in the course of construction.
B. Contractor shall comply with all applicable Laws and Regulations relating to the safety of
persons or property, or to the protection of persons or property from damage, injury, or loss; and
shall erect and maintain all necessary safeguards for such safety and protection. Contractor shall
notify owners of adjacent property and of Underground Facilities and other utility owners when
prosecution of the Work may affect them, and shall cooperate with them in the protection,
removal, relocation, and replacement of their property.
C. Contractor shall comply with the applicable requirements of City's safety programs, if any.
D. Contractor shall inform City of the specific requirements of Contractor's safety program, if any,
with which City's employees and representatives must comply while at the Site.
E. All damage, injury, or loss to any property referred to in Paragraph 5.13.A.2 or 5.13.A.3 caused,
directly or indirectly, in whole or in part, by Contractor, any Subcontractor, Supplier, or any
other individual or entity directly or indirectly employed by any of them to perform any of the
Work, or anyone for whose acts any of them may be liable, shall be remedied by Contractor.
F. Contractor's duties and responsibilities for safety and for protection of the Work shall continue
until such time as all the Work is completed and City has accepted the Work.
5.14 Safety Representative
Contractor shall inform City in writing of Contractor's designated safety representative at the Site.
CITY OF FORT WORTH
STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
00 73 10- 22
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 22 of 35
5.15 Hazard Communication Programs
Contractor shall be responsible for coordinating any exchange of material safety data sheets or other
hazard communication information required to be made available to or exchanged between or
among employers in accordance with Laws or Regulations.
5.16 Submittals
A. Contractor shall submit required Submittals to City for review and acceptance. Each submittal
will be identified as required by City.
1. Submit number of copies specified in the General Requirements.
2. Data shown on the Submittals will be complete with respect to quantities, dimensions,
specified performance and design criteria, materials, and similar data to show City the
services, materials, and equipment Contractor proposes to provide and to enable City to
review the information for the limited purposes required by Paragraph 5.16.C.
3. Submittals submitted as herein provided by Contractor and reviewed by City for
conformance with the design concept shall be executed in conformity with the Contract
Documents unless otherwise required by City.
4. When Submittals are submitted for the purpose of showing the installation in greater detail,
their review shall not excuse Contractor from requirements shown on the Drawings and
Specifications.
5. For -Information -Only submittals upon which the City is not expected to conduct review or
take responsive action may be so identified in the Contract Documents.
6. Submit required number of Samples specified in the Specifications.
7. Clearly identify each Sample as to material, Supplier, pertinent data such as catalog numbers,
the use for which intended and other data as City may require to enable City to review the
submittal for the limited purposes required by Paragraph 5.16.C.
B. Where a Submittal is required by the Contract Documents or the Schedule of Submittals, any
related Work performed prior to City's review and acceptance of the pertinent submittal will be
at the sole expense and responsibility of Contractor.
C. City's Review:
1. City will provide timely review of required Submittals in accordance with the Schedule of
Submittals acceptable to City. City's review and acceptance will be only to determine if the
items covered by the submittals will, after installation or incorporation in the Work, conform
to the information given in the Contract Documents and be compatible with the design
concept of the completed Project as a functioning whole as indicated by the Contract
Documents.
CITY OF FORT WORTH
STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
00 73 10- 23
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 23 of 35
2. City's review and acceptance will not extend to means, methods, techniques, sequences, or
procedures of construction (except where a particular means, method, technique, sequence,
or procedure of construction is specifically and expressly called for by the Contract
Documents) or to safety precautions or programs incident thereto. The review and
acceptance of a separate item as such will not indicate approval of the assembly in which the
item functions.
3. City's review and acceptance shall not relieve Contractor from responsibility for any
variation from the requirements of the Contract Documents unless Contractor has complied
with the requirements of Section 01 33 00 and City has given written acceptance of each
such variation by specific written notation thereof incorporated in or accompanying the
Submittal. City's review and acceptance shall not relieve Contractor from responsibility for
complying with the requirements of the Contract Documents.
5.17 Contractor's General Warranty and Guarantee
A. Contractor warrants and guarantees to City that all Work will be in accordance with the Contract
Documents and will not be defective. City and its officers, directors, members, partners,
employees, agents, consultants, and subcontractors shall be entitled to rely on representation of
Contractor's warranty and guarantee.
B. Contractor's warranty and guarantee hereunder excludes defects or damage caused by:
1. abuse, modification, or improper maintenance or operation by persons other than Contractor,
Subcontractors, Suppliers, or any other individual or entity for whom Contractor is
responsible; or
2. normal wear and tear under normal usage.
C. Contractor's obligation to perform and complete the Work in accordance with the Contract
Documents shall be absolute. None of the following will constitute an acceptance of Work that is
not in accordance with the Contract Documents or a release of Contractor's obligation to
perform the Work in accordance with the Contract Documents:
1. observations by City;
2. recommendation or payment by City or Developer of any progress or final payment;
3. the issuance of a certificate of Final Acceptance by City or any payment related thereto by
City;
4. use or occupancy of the Work or any part thereof by City;
5. any review and acceptance of a Submittal by City;
6. any inspection, test, or approval by others; or
CITY OF FORT WORTH
STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
00 73 10- 24
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 24 of 35
7. any correction of defective Work by City.
D. The Contractor shall remedy any defects or damages in the Work and pay for any damage to
other work or property resulting therefrom which shall appear within a period of two (2) years
from the date of Final Acceptance of the Work unless a longer period is specified and shall
furnish a good and sufficient maintenance bond, complying with the requirements of Article
4.02.13. The City will give notice of observed defects with reasonable promptness.
5.18 Indemnification
A. Contractor covenants and agrees to indemnify, hold harmless and defend, at its own expense, the
City, its officers, servants and employees, from and against any and all claims arising out of, or
alleged to arise out of, the work and services to be performed by the Contractor, its officers,
agents, employees, subcontractors, licenses or invitees under this Contract. THIS
INDEMNIFICATION PROVISION IS SPECIFICALLY INTENDED TO OPERATE
AND BE EFFECTIVE EVEN IF IT IS ALLEGED OR PROVEN THAT ALL OR SOME
OF THE DAMAGES BEING SOUGHT WERE CAUSED, IN WHOLE OR IN PART, BY
ANY ACT, OMISSION OR NEGLIGENCE OF THE CITY. This indemnity provision is
intended to include, without limitation, indemnity for costs, expenses and legal fees incurred by
the City in defending against such claims and causes of actions.
B. Contractor covenants and agrees to indemnify and hold harmless, at its own expense, the City, its
officers, servants and employees, from and against any and all loss, damage or destruction of
property of the City, arising out of, or alleged to arise out of, the work and services to be
performed by the Contractor, its officers, agents, employees, subcontractors, licensees or invitees
under this Contract. THIS INDEMNIFICATION PROVISION IS SPECIFICALLY
INTENDED TO OPERATE AND BE EFFECTIVE EVEN IF IT IS ALLEGED OR
PROVEN THAT ALL OR SOME OF THE DAMAGES BEING SOUGHT WERE
CAUSED, IN WHOLE OR IN PART, BY ANY ACT, OMISSION OR NEGLIGENCE OF
THE CITY.
5.19 Delegation of Professional Design Services
A. Contractor will not be required to provide professional design services unless such services are
specifically required by the Contract Documents for a portion of the Work or unless such
services are required to carry out Contractor's responsibilities for construction means, methods,
techniques, sequences and procedures.
B. If professional design services or certifications by a design professional related to systems,
materials or equipment are specifically required of Contractor by the Contract Documents, City
will specify all performance and design criteria that such services must satisfy. Contractor shall
cause such services or certifications to be provided by a properly licensed professional, whose
signature and seal shall appear on all drawings, calculations, specifications, certifications, and
Submittals prepared by such professional. Submittals related to the Work designed or certified
by such professional, if prepared by others, shall bear such professional's written approval when
submitted to City.
CITY OF FORT WORTH
STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
00 73 10- 25
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 25 of 35
C. City shall be entitled to rely upon the adequacy, accuracy and completeness of the services,
certifications or approvals performed by such design professionals, provided City has specified
to Contractor performance and design criteria that such services must satisfy.
D. Pursuant to this Paragraph 5.19, City's review and acceptance of design calculations and design
drawings will be only for the limited purpose of checking for conformance with performance
and design criteria given and the design concept expressed in the Contract Documents. City's
review and acceptance of Submittals (except design calculations and design drawings) will be
only for the purpose stated in Paragraph 5.16.C.
5.20 Right to Audit:
A. The City reserves the right to audit all projects utilizing City funds
B. The Contractor agrees that the City shall, until the expiration of three (3) years after final
payment under this Contract, have access to and the right to examine and photocopy any directly
pertinent books, documents, papers, and records of the Contractor involving transactions relating
to this Contract. Contractor agrees that the City shall have access during Regular Working Hours
to all necessary Contractor facilities and shall be provided adequate and appropriate work space
in order to conduct audits in compliance with the provisions of this Paragraph. The City shall
give Contractor reasonable advance notice of intended audits.
C. Contractor further agrees to include in all its subcontracts hereunder a provision to the effect that
the subcontractor agrees that the City shall, until the expiration of three (3) years after final
payment under this Contract, have access to and the right to examine and photocopy any directly
pertinent books, documents, papers, and records of such Subcontractor, involving transactions to
the subcontract, and further, that City shall have access during Regular Working Hours to all
Subcontractor facilities, and shall be provided adequate and appropriate work space in order to
conduct audits in compliance with the provisions of this Paragraph. The City shall give
Subcontractor reasonable advance notice of intended audits.
D. Contractor and Subcontractor agree to photocopy such documents as may be requested by the
City. The City agrees to reimburse Contractor for the cost of the copies as follows at the rate
published in the Texas Administrative Code in effect as of the time copying is performed.
5.21 Nondiscrimination
A. The City is responsible for operating Public Transportation Programs and implementing transit -
related projects, which are funded in part with Federal financial assistance awarded by the U.S.
Department of Transportation and the Federal Transit Administration (FTA), without
discriminating against any person in the United States on the basis of race, color, or national
origin.
B. Title VI, Civil Rights Act of 1964 as amended: Contractor shall comply with the requirements of
the Act and the Regulations as further defined in the Supplementary Conditions for any project
receiving Federal assistance.
CITY OF FORT WORTH
STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
00 73 10- 26
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 26 of 35
ARTICLE 6 — OTHER WORK AT THE SITE
6.01 Related Work at Site
A. City may perform other work related to the Project at the Site with City's employees, or other
City contractors, or through other direct contracts therefor, or have other work performed by
utility owners. If such other work is not noted in the Contract Documents, then written notice
thereof will be given to Contractor prior to starting any such other work; and
B. Contractor shall afford each other contractor who is a party to such a direct contract, each utility
owner, and City, if City is performing other work with City's employees or other City
contractors, proper and safe access to the Site, provide a reasonable opportunity for the
introduction and storage of materials and equipment and the execution of such other work, and
properly coordinate the Work with theirs. Contractor shall do all cutting, fitting, and patching of
the Work that may be required to properly connect or otherwise make its several parts come
together and properly integrate with such other work. Contractor shall not endanger any work of
others by cutting, excavating, or otherwise altering such work; provided, however, that
Contractor may cut or alter others' work with the written consent of City and the others whose
work will be affected.
C. If the proper execution or results of any part of Contractor's Work depends upon work
performed by others under this Article 7, Contractor shall inspect such other work and promptly
report to City in writing any delays, defects, or deficiencies in such other work that render it
unavailable or unsuitable for the proper execution and results of Contractor's Work. Contractor's
failure to so report will constitute an acceptance of such other work as fit and proper for
integration with Contractor's Work except for latent defects in the work provided by others.
ARTICLE 7 — CITY'S RESPONSIBILITIES
7.01 Inspections, Tests, and Approvals
City's responsibility with respect to certain inspections, tests, and approvals is set forth in Paragraph
11.03.
7.02 Limitations on City's Responsibilities
A. The City shall not supervise, direct, or have control or authority over, nor be responsible for,
Contractor's means, methods, techniques, sequences, or procedures of construction, or the safety
precautions and programs incident thereto, or for any failure of Contractor to comply with Laws
and Regulations applicable to the performance of the Work. City will not be responsible for
Contractor's failure to perform the Work in accordance with the Contract Documents.
B. City will notify the Contractor of applicable safety plans pursuant to Paragraph 5.13.
CITY OF FORT WORTH
STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
00 73 10- 27
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 27 of 35
7.03 Compliance with Safety Program
While at the Site, City's employees and representatives shall comply with the specific applicable
requirements of Contractor's safety programs of which City has been informed pursuant to
Paragraph 5.13.
ARTICLE 8 — CITY'S OBSERVATION STATUS DURING CONSTRUCTION
8.01 City's Project Representative
City will provide one or more Project Representative(s) during the construction period. The duties
and responsibilities and the limitations of authority of City's representative during construction are
set forth in the Contract Documents.
A. City's Project Representative will make visits to the Site at intervals appropriate to the various
stages of construction as City deems necessary in order to observe the progress that has been
made and the quality of the various aspects of Contractor's executed Work. Based on
information obtained during such visits and observations, City's Project Representative will
determine, in general, if the Work is proceeding in accordance with the Contract Documents.
City's Project Representative will not be required to make exhaustive or continuous inspections
on the Site to check the quality or quantity of the Work. City's Project Representative's efforts
will be directed toward providing City a greater degree of confidence that the completed Work
will conform generally to the Contract Documents.
B. City's Project Representative's visits and observations are subject to all the limitations on
authority and responsibility in the Contract Documents.
8.02 Authorized Variations in Work
City's Project Representative may authorize minor variations in the Work from the requirements of
the Contract Documents which do not involve an adjustment in the Contract Price or the Contract
Time and are compatible with the design concept of the completed Project as a functioning whole as
indicated by the Contract Documents. These may be accomplished by a Field Order and will be
binding on City Developer, and also on Contractor, who shall perform the Work involved promptly.
8.03 Rejecting Defective Work
City will have authority to reject Work which City's Project Representative believes to be defective,
or will not produce a completed Project that conforms to the Contract Documents or that will
prejudice the integrity of the design concept of the completed Project as a functioning whole as
indicated by the Contract Documents. City will have authority to conduct special inspection or
testing of the Work as provided in Article 11, whether or not the Work is fabricated, installed, or
completed.
CITY OF FORT WORTH
STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
00 73 10- 28
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 28 of 35
8.04 Determinations for Work Performed
Contractor will determine the actual quantities and classifications of Work performed. City's Project
Representative will review with Contractor the preliminary determinations on such matters before
rendering a written recommendation. City's written decision will be final (except as modified to
reflect changed factual conditions or more accurate data).
ARTICLE 9 — CHANGES IN THE WORK
9.01 Authorized Changes in the Work
A. Without invalidating the Contract and without notice to any surety, City may, at any time or
from time to time, order Extra Work. Upon notice of such Extra Work, Contractor shall
promptly proceed with the Work involved which will be performed under the applicable
conditions of the Contract Documents (except as otherwise specifically provided). Extra Work
shall be memorialized by a Participating Change Order which may or may not precede an order
of Extra work.
B. For minor changes of Work not requiring changes to Contract Time or Contract Price on a
project with City participation, a Field Order may be issued by the City.
9.02 Notification to Surety
If the provisions of any bond require notice to be given to a surety of any change affecting the
general scope of the Work or the provisions of the Contract Documents (including, but not limited
to, Contract Price or Contract Time), the giving of any such notice will be Contractor's
responsibility. The amount of each applicable bond will be adjusted by the Contractor to reflect the
effect of any such change.
ARTICLE 10 — CHANGE OF CONTRACT PRICE; CHANGE OF CONTRACT TIME
10.01 Change of Contract Price
A. The Contract Price may only be changed by a Participating Change Order for projects with City
participation.
10.02 Change of Contract Time
A. The Contract Time may only be changed by a Participating Change Order for projects with City
participation.
10.03 Delays
A. If Contractor is delayed, City shall not be liable to Contractor for any claims, costs, losses, or
damages (including but not limited to all fees and charges of engineers, architects, attorneys, and
other professionals and all court or arbitration or other dispute resolution costs) sustained by
Contractor on or in connection with any other project or anticipated project.
CITY OF FORT WORTH
STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
00 73 10- 29
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 29 of 35
ARTICLE 11— TESTS AND INSPECTIONS; CORRECTION, REMOVAL OR ACCEPTANCE OF
DEFECTIVE WORK
11.01 Notice of Defects
Notice of all defective Work of which City has actual knowledge will be given to Contractor.
Defective Work may be rejected, corrected, or accepted as provided in this Article 13.
11.02 Access to Work
City, independent testing laboratories, and governmental agencies with jurisdictional interests will
have access to the Site and the Work at reasonable times for their observation, inspection, and
testing. Contractor shall provide them proper and safe conditions for such access and advise them of
Contractor's safety procedures and programs so that they may comply therewith as applicable.
11.03 Tests and Inspections
A. Contractor shall give City timely notice of readiness of the Work for all required inspections,
tests, or approvals and shall cooperate with inspection and testing personnel to facilitate required
inspections or tests.
B. If Contract Documents, Laws or Regulations of any public body having jurisdiction require any
of the Work (or part thereof) to be inspected, tested, or approved, Contractor shall assume full
responsibility for arranging and obtaining such independent inspections, tests, retests or
approvals, pay all costs in connection therewith, and furnish City the required certificates of
inspection or approval; excepting, however, those fees specifically identified in the
Supplementary Conditions or any Texas Department of Licensure and Regulation (TDLR)
inspections, which shall be paid as described in the Supplementary Conditions.
C. Contractor shall be responsible for arranging and obtaining and shall pay all costs in connection
with any inspections, tests, re -tests, or approvals required for City's acceptance of materials or
equipment to be incorporated in the Work; or acceptance of materials, mix designs, or equipment
submitted for approval prior to Contractor's purchase thereof for incorporation in the Work.
Such inspections, tests, re -tests, or approvals shall be performed by organizations approved by
City.
D. City may arrange for the services of an independent testing laboratory ("Testing Lab") to
perform any inspections or tests ("Testing") for any part of the Work, as determined solely by
City.
1. City will coordinate such Testing to the extent possible, with Contractor;
2. Should any Testing under this Section 11.03 D result in a "fail", "did not pass" or other
similar negative result, the Contractor shall be responsible for paying for any and all retests.
Contractor's cancellation without cause of City initiated Testing shall be deemed a negative
result and require a retest.
CITY OF FORT WORTH
STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
00 73 10- 30
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 30 of 35
3. Any amounts owed for any retest under this Section 11.03 D shall be paid directly to the
Testing Lab by Contractor.
Developer/Contractor.
City will forward all invoices for retests to
4. If Contractor fails to pay the Testing Lab, City will not issue a letter of Final Acceptance
until the Testing Lab is Paid
E. If any Work (or the work of others) that is to be inspected, tested, or approved is covered by
Contractor without written concurrence of City, Contractor shall, if requested by City, uncover
such Work for observation.
11.04 Uncovering Work
A. If any Work is covered contrary to the Contract Documents or specific instructions by the City, it
must, if requested by City, be uncovered for City's observation and replaced at Contractor's
expense.
11.05 City May Stop the Work
If the Work is defective, or Contractor fails to supply sufficient skilled workers or suitable materials
or equipment, or fails to perform the Work in such a way that the completed Work will conform to
the Contract Documents, City may order Contractor to stop the Work, or any portion thereof, until
the cause for such order has been eliminated; however, this right of City to stop the Work shall not
give rise to any duty on the part of City to exercise this right for the benefit of Contractor, any
Subcontractor, any Supplier, any other individual or entity, or any surety for, or employee or agent
of any of them.
11.06 Correction or Removal of Defective Work
A. Promptly after receipt of written notice, Contractor shall correct all defective Work pursuant to
an acceptable schedule, whether or not fabricated, installed, or completed, or, if the Work has
been rejected by City, remove it from the Project and replace it with Work that is not defective.
Contractor shall pay all claims, costs, additional testing, losses, and damages (including but not
limited to all fees and charges of engineers, architects, attorneys, and other professionals and all
court or arbitration or other dispute resolution costs) arising out of or relating to such correction
or removal (including but not limited to all costs of repair or replacement of work of others).
Failure to require the removal of any defective Work shall not constitute acceptance of such
Work.
B. When correcting defective Work under the terms of this Paragraph 11.06 or Paragraph 11.07,
Contractor shall take no action that would void or otherwise impair City's special warranty and
guarantee, if any, on said Work.
11.07 Correction Period
A. If within two (2) years after the date of Final Acceptance (or such longer period of time as may
be prescribed by the terms of any applicable special guarantee required by the Contract
CITY OF FORT WORTH
STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
00 73 10- 31
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 31 of 35
Documents), any Work is found to be defective, or if the repair of any damages to the land or
areas made available for Contractor's use by City or permitted by Laws and Regulations as
contemplated in Paragraph 5.10.A is found to be defective, Contractor shall promptly, without
cost to City and in accordance with City's written instructions:
1. repair such defective land or areas; or
2. correct such defective Work; or
3. if the defective Work has been rejected by City, remove it from the Project and replace it
with Work that is not defective, and
4. satisfactorily correct or repair or remove and replace any damage to other Work, to the work
of others or other land or areas resulting therefrom.
B. If Contractor does not promptly comply with the terms of City's written instructions, or in an
emergency where delay would cause serious risk of loss or damage, City may have the defective
Work corrected or repaired or may have the rejected Work removed and replaced. All claims,
costs, losses, and damages (including but not limited to all fees and charges of engineers,
architects, attorneys, and other professionals and all court or other dispute resolution costs)
arising out of or relating to such correction or repair or such removal and replacement (including
but not limited to all costs of repair or replacement of work of others) will be paid by Contractor.
C. Where defective Work (and damage to other Work resulting therefrom) has been corrected or
removed and replaced under this Paragraph 11.07, the correction period hereunder with respect
to such Work may be required to be extended for an additional period of one year after the end
of the initial correction period. City shall provide 30 days written notice to Contractor and
Developer should such additional warranty coverage be required. Contractor's obligations under
this Paragraph 11.07 are in addition to any other obligation or warranty. The provisions of this
Paragraph 11.07 shall not be construed as a substitute for, or a waiver of, the provisions of any
applicable statute of limitation or repose.
11.08 City May Correct Defective Work
A. If Contractor fails within a reasonable time after written notice from City to correct defective
Work, or to remove and replace rejected Work as required by City in accordance with Paragraph
11.06.A, or if Contractor fails to perform the Work in accordance with the Contract Documents,
or if Contractor fails to comply with any other provision of the Contract Documents, City may,
after seven (7) days written notice to Contractor and the Developer, correct, or remedy any such
deficiency.
B. In exercising the rights and remedies under this Paragraph 11.09, City shall proceed
expeditiously. In connection with such corrective or remedial action, City may exclude
Contractor from all or part of the Site, take possession of all or part of the Work and suspend
Contractor's services related thereto, and incorporate in the Work all materials and equipment
incorporated in the Work, stored at the Site or for which City has paid Contractor but which are
CITY OF FORT WORTH
STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
00 73 10- 32
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 32 of 35
stored elsewhere. Contractor shall allow City, City's representatives, agents, consultants,
employees, and City's other contractors, access to the Site to enable City to exercise the rights
and remedies under this Paragraph.
C. All claims, costs, losses, and damages (including but not limited to all fees and charges of
engineers, architects, attorneys, and other professionals and all court or other dispute resolution
costs) incurred or sustained by City in exercising the rights and remedies under this Paragraph
13.09 will be charged against Contractor, and a Change Order will be issued incorporating the
necessary revisions in the Contract Documents with respect to the Work; and City shall be
entitled to an appropriate decrease in the Contract Price.
D. Contractor shall not be allowed an extension of the Contract Time because of any delay in the
performance of the Work attributable to the exercise of City's rights and remedies under this
Paragraph 11.09.
ARTICLE 12 — COMPLETION
12.01 Contractor's Warranty of Title
Contractor warrants and guarantees that title to all Work, materials, and equipment covered by any
Application for Payment will pass to City no later than the time of Final Acceptance and shall be
free and clear of all Liens.
12.02 Partial Utilization
A. Prior to Final Acceptance of all the Work, City may use or occupy any substantially completed
part of the Work which has specifically been identified in the Contract Documents, or which
City, determines constitutes a separately functioning and usable part of the Work that can be
used by City for its intended purpose without significant interference with Contractor's
performance of the remainder of the Work. City at any time may notify Contractor in writing to
permit City to use or occupy any such part of the Work which City determines to be ready for its
intended use, subject to the following conditions:
1. Contractor at any time may notify City in writing that Contractor considers any such part of
the Work ready for its intended use.
2. Within a reasonable time after notification as enumerated in Paragraph 14.05.A.1, City and
Contractor shall make an inspection of that part of the Work to determine its status of
completion. If City does not consider that part of the Work to be substantially complete, City
will notify Contractor in writing giving the reasons therefor.
3. Partial Utilization will not constitute Final Acceptance by City.
12.03 Final Inspection
A. Upon written notice from Contractor that the entire Work is complete in accordance with the
Contract Documents:
CITY OF FORT WORTH
STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
00 73 10- 33
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 33 of 35
1. within 10 days, City will schedule a Final Inspection with Contractor.
2. City will notify Contractor in writing of all particulars in which this inspection reveals that
the Work is incomplete or defective. Contractor shall immediately take such measures as are
necessary to complete such Work or remedy such deficiencies.
12.04 Final Acceptance
A. Upon completion by Contractor to City's satisfaction, of any additional Work identified in the
Final Inspection, City will issue to Contractor a letter of Final Acceptance upon the satisfaction
of the following:
1. All documentation called for in the Contract Documents, including but not limited to the
evidence of insurance required by Paragraph 5.03;
2. consent of the surety, if any, to Final Acceptance;
3. a list of all pending or released Damage Claims against City that Contractor believes are
unsettled; and
4. affidavits of payments and complete and legally effective releases or waivers (satisfactory to
City) of all Lien rights arising out of or Liens filed in connection with the Work.
5. after all Damage Claims have been resolved:
a. directly by the Contractor or;
b. Contractor provides evidence that the Damage Claim has been reported to Contractor's
insurance provider for resolution.
6. Issuing Final Acceptance by the City shall not relieve the Contractor of any guarantees or
other requirements of the Contract Documents which specifically continue thereafter.
ARTICLE 13 — SUSPENSION OF WORK
13.01 City May Suspend Work
A. At any time and without cause, City may suspend the Work or any portion thereof by written
notice to Contractor and which may fix the date on which Work will be resumed. Contractor
shall resume the Work on the date so fixed. During temporary suspension of the Work covered
by these Contract Documents, for any reason, the City will stop contract time on City
participation projects.
B. Should the Contractor not be able to complete a portion of the Project due to causes beyond the
control of and without the fault or negligence of the Contractor, and should it be determined by
mutual consent of the Contractor and City that a solution to allow construction to proceed is not
CITY OF FORT WORTH
STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
00 73 10- 34
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 34 of 35
available within a reasonable period of time, Contractor may request an extension in Contract
Time, directly attributable to any such suspension.
C. If it should become necessary to suspend the Work for an indefinite period, the Contractor shall
store all materials in such a manner that they will not obstruct or impede the public unnecessarily
nor become damaged in any way, and he shall take every precaution to prevent damage or
deterioration of the work performed; he shall provide suitable drainage about the work, and erect
temporary structures where necessary.
ARTICLE 14 — MISCELLANEOUS
14.01 Giving Notice
A. Whenever any provision of the Contract Documents requires the giving of written notice, it will
be deemed to have been validly given i£
1. delivered in person to the individual or to a member of the firm or to an officer of the
corporation for whom it is intended; or
2. delivered at or sent by registered or certified mail, postage prepaid, to the last business
address known to the giver of the notice.
B. Business address changes must be promptly made in writing to the other party.
C. Whenever the Contract Documents specifies giving notice by electronic means such electronic
notice shall be deemed sufficient upon confirmation of receipt by the receiving party.
14.02 Computation of Times
When any period of time is referred to in the Contract Documents by days, it will be computed to
exclude the first and include the last day of such period. If the last day of any such period falls on a
Saturday or Sunday or on a day made a legal holiday the next Working Day shall become the last
day of the period.
14.03 Cumulative Remedies
The duties and obligations imposed by these General Conditions and the rights and remedies
available hereunder to the parties hereto are in addition to, and are not to be construed in any way as
a limitation of, any rights and remedies available to any or all of them which are otherwise imposed
or available by Laws or Regulations, by special warranty or guarantee, or by other provisions of the
Contract Documents. The provisions of this Paragraph will be as effective as if repeated specifically
in the Contract Documents in connection with each particular duty, obligation, right, and remedy to
which they apply.
CITY OF FORT WORTH
STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
00 73 10- 35
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 35 of 35
14.04 Survival of Obligations
All representations, indemnifications, warranties, and guarantees made in, required by, or given in
accordance with the Contract Documents, as well as all continuing obligations indicated in the
Contract Documents, will survive final payment, completion, and acceptance of the Work or
termination or completion of the Contract or termination of the services of Contractor.
14.05 Headings
Article and paragraph headings are inserted for convenience only and do not constitute parts of these
General Conditions.
CITY OF FORT WORTH
STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
1
2
3 PART1- GENERAL
4 1.1 SUMMARY
SECTION 01 11 00
SUMMARY OF WORK
011100-1
DAP SUMMARY OF WORK
Page 1 of 3
5 A. Section Includes:
6 1. Summary of Work to be performed in accordance with the Contract Documents
7 B. Deviations from this City of Fort Worth Standard Specification
8 1. None.
9 C. Related Specification Sections include, but are not necessarily limited to:
10 1. Division 0 - Bidding Requirements, Contract Forms, and Conditions of the Contract
11 2. Division 1 - General Requirements
12 1.2 PRICE AND PAYMENT PROCEDURES
13 A. Measurement and Payment
14 1. Work associated with this Item is considered subsidiary to the various items bid.
15 No separate payment will be allowed for this Item.
16 1.3 REFERENCES [NOT USED]
17 1.4 ADMINISTRATIVE REQUIREMENTS
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
A. Work Covered by Contract Documents
1. Work is to include furnishing all labor, materials, and equipment, and performing
all Work necessary for this construction project as detailed in the Drawings and
Specifications.
B. Subsidiary Work
1. Any and all Work specifically governed by documentary requirements for the
project, such as conditions imposed by the Drawings or Contract Documents in
which no specific item for bid has been provided for in the Proposal and the item is
not a typical unit bid item included on the standard bid item list, then the item shall
be considered as a subsidiary item of Work, the cost of which shall be included in
the price bid in the Proposal for various bid items.
C. Use of Premises
1. Coordinate uses of premises under direction of the City.
2. Assume full responsibility for protection and safekeeping of materials and
equipment stored on the Site.
3. Use and occupy only portions of the public streets and alleys, or other public places
or other rights -of -way as provided for in the ordinances of the City, as shown in the
Contract Documents, or as may be specifically authorized in writing by the City.
a. A reasonable amount of tools, materials, and equipment for construction
purposes may be stored in such space, but no more than is necessary to avoid
delay in the construction operations.
CITY OF FORT WORTH Joel East Road, East of CDC
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — Developer Awarded Projects CPN 104350
Revised December 20, 2012
011100-2
DAP SUMMARY OF WORK
Page 2 of 3
I b. Excavated and waste materials shall be stored in such a way as not to interfere
2 with the use of spaces that may be designated to be left free and unobstructed
3 and so as not to inconvenience occupants of adjacent property.
4 c. If the street is occupied by railroad tracks, the Work shall be carried on in such
5 manner as not to interfere with the operation of the railroad.
6 1) All Work shall be in accordance with railroad requirements set forth in
7 Division 0 as well as the railroad permit.
8 D. Work within Easements
9 1. Do not enter upon private property for any purpose without having previously
10 obtained permission from the owner of such property.
11 2. Do not store equipment or material on private property unless and until the
12 specified approval of the property owner has been secured in writing by the
13 Contractor and a copy furnished to the City.
14 3. Unless specifically provided otherwise, clear all rights -of -way or easements of
15 obstructions which must be removed to make possible proper prosecution of the
16 Work as a part of the project construction operations.
17 4. Preserve and use every precaution to prevent damage to, all trees, shrubbery, plants,
18 lawns, fences, culverts, curbing, and all other types of structures or improvements,
19 to all water, sewer, and gas lines, to all conduits, overhead pole lines, or
20 appurtenances thereof, including the construction of temporary fences and to all
21 other public or private property adjacent to the Work.
22 5. Notify the proper representatives of the owners or occupants of the public or private
23 lands of interest in lands which might be affected by the Work.
24 a. Such notice shall be made at least 48 hours in advance of the beginning of the
25 Work.
26 b. Notices shall be applicable to both public and private utility companies and any
27 corporation, company, individual, or other, either as owners or occupants,
28 whose land or interest in land might be affected by the Work.
29 c. Be responsible for all damage or injury to property of any character resulting
30 from any act, omission, neglect, or misconduct in the manner or method or
31 execution of the Work, or at any time due to defective work, material, or
32 equipment.
33 6. Fence
34 a. Restore all fences encountered and removed during construction of the Project
35 to the original or a better than original condition.
36 b. Erect temporary fencing in place of the fencing removed whenever the Work is
37 not in progress and when the site is vacated overnight, and/or at all times to
38 provide site security.
39 c. The cost for all fence work within easements, including removal, temporary
40 closures and replacement, shall be subsidiary to the various items bid in the
41 project proposal, unless a bid item is specifically provided in the proposal.
CITY OF FORT WORTH Joel East Road, East of CDC
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — Developer Awarded Projects CPN 104350
Revised December 20, 2012
011100-3
DAP SUMMARY OF WORK
Page 3 of 3
1 1.5
SUBMITTALS [NOT USED]
2 1.6
ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED]
3 1.7
CLOSEOUT SUBMITTALS [NOT USED]
4 1.8
MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
5 1.9
QUALITY ASSURANCE [NOT USED]
6 1.10
DELIVERY, STORAGE, AND HANDLING [NOT USED]
7 1.11
FIELD [SITE] CONDITIONS [NOT USED]
8 1.12
WARRANTY [NOT USED]
9 PART 2 - PRODUCTS [NOT USED]
10 PART 3 - EXECUTION [NOT USED]
11 END OF SECTION
12
13
Revision Log
DATE NAME SUMMARY OF CHANGE
CITY OF FORT WORTH Joel East Road, East of CDC
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — Developer Awarded Projects CPN 104350
Revised December 20, 2012
SECTION 0125 00
SUBSTITUTION PROCEDURES
PART 1-GENERAL
1.1 SUMMARY
A. Section Includes:
01 25 00 - 1
DAP SUBSTITUTION PROCEDURES
Page 1 of 5
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:
CITY OF FORT WORTH Joel East Road, East of CDC
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 104350
Revised August 30, 2013
012500-2
DAP SUBSTITUTION PROCEDURES
Page 2 of 5
a. Or -equals are unavailable due to strike, discontinued production of products
meeting specified requirements, or other factors beyond control of Contractor;
or,
b. Contractor proposes a cost and/or time reduction incentive to the City.
1.5 SUBMITTALS
A. See Request for Substitution Form (attached)
B. Procedure for Requesting Substitution
1. Substitution shall be considered only:
a. After award of Contract
b. Under the conditions stated herein
2. Submit 3 copies of each written request for substitution, including:
a. Documentation
1) Complete data substantiating compliance of proposed substitution with
Contract Documents
2) Data relating to changes in construction schedule, when a reduction is
proposed
3) Data relating to changes in cost
b. For products
1) Product identification
a) Manufacturer's name
b) Telephone number and representative contact name
c) Specification Section or Drawing reference of originally specified
product, including discrete name or tag number assigned to original
product in the Contract Documents
2) Manufacturer's literature clearly marked to show compliance of proposed
product with Contract Documents
3) Itemized comparison of original and proposed product addressing product
characteristics including, but not necessarily limited to: a) Size
b) Composition or materials of construction
c) Weight
d) Electrical or mechanical requirements
4) Product experience
a) Location of past projects utilizing product
b) Name and telephone number of persons associated with referenced
projects knowledgeable concerning proposed product
c) Available field data and reports associated with proposed product
5) Samples
a) Provide at request of City.
b) Samples become the property of the City.
c. For construction methods:
1) Detailed description of proposed method
2) Illustration drawings
C. Approval or Rejection
CITY OF FORT WORTH Joel East Road, East of CDC
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 104350
Revised August 30, 2013
012500-3
DAP SUBSTITUTION PROCEDURES
Page 3 of 5
1. Written approval or rejection of substitution given by the City
2. City reserves the right to require proposed product to comply with color and pattern
of specified product if necessary to secure design intent.
3. In the event the substitution is approved, if a reduction in cost or time results, it will
be documented by Change Order.
4. Substitution will be rejected if:
a. Submittal is not through the Contractor with his stamp of approval
b. Request is not made in accordance with this Specification Section
c. In the Developer's opinion, acceptance will require substantial revision of
the original design
d. In the City's or Developer's opinion, substitution will not perform
adequately the function consistent with the design intent
1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED]
1.7 CLOSEOUT SUBMITTALS [NOT USED]
1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
1.9 QUALITY ASSURANCE
A. In making request for substitution or in using an approved product, the Contractor
represents that the Contractor:
1. Has investigated proposed product, and has determined that it is adequate or superior
in all respects to that specified, and that it will perform function for which it is
intended
2. Will provide same guarantee for substitute item as for product specified
3. Will coordinate installation of accepted substitution into Work, to include building
modifications if necessary, making such changes as may be required for Work to be
complete in all respects
4. Waives all claims for additional costs related to substitution which subsequently
arise
1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED]
1.11 FIELD [SITE] CONDITIONS [NOT USED]
1.12 WARRANTY [NOT USED]
PART 2 - PRODUCTS [NOT USED]
PART 3 - EXECUTION [NOT USED]
END OF SECTION
CITY OF FORT WORTH Joel East Road, East of CDC
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 104350
Revised August 30, 2013
012500-4
DAP SUBSTITUTION PROCEDURES
Page 4 of 5
Revision Log
DATE NAME SUMMARY OF CHANGE
EXHIBIT A
REQUEST FOR SUBSTITUTION FORM:
TO:
PROJECT: DATF-
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.
CITY OF FORT WORTH Joel East Road, East of CDC
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 104350
Revised August 30, 2013
012500-5
DAP SUBSTITUTION PROCEDURES
Submitted By:
Signature
qs noted
Firm
Date
Telephone
For Use by City:
_Approved _ Rejected City
For Use by City
Recommended
Not recommended
Remarks
Address
Date
Date
Page 5 of 5
Recommended
Received late
LM
CITY OF FORT WORTH Joel East Road, East of CDC
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 104350
Revised August 30, 2013
SECTION 01 31 19
PRECONSTRUCTION MEETING
PART 1 - GENERAL
1.1 SUMMARY
A. Section Includes:
01 31 19 - 1
DAP PRECONSTRUCTION MEETING
Page I of 3
1. Provisions for the preconstruction meeting to be held prior to the start of Work to
clarify construction contract administration procedures
B. Deviations from this City of Fort Worth Standard Specification
1. No construction schedule required unless requested by the City.
C. Related Specification Sections include, but are not necessarily limited to:
1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract
2. Division 1 — General Requirements
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
CITY OF FORT WORTH Joel East Road, East of CDC
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 104350
Revised August 30, 2013
01 31 19 - 2
DAP PRECONSTRUCTION MEETING
Page 2 of 3
d. Any subcontractor or supplier representatives whom the Contractor may desire
to invite or the City may request
e.
Other City representatives
f.
Others as appropriate
4. Preliminary
Agenda may include:
a.
Introduction of Project Personnel
b.
General Description of Project
c.
Status of right-of-way, utility clearances, easements or other pertinent permits
d.
Contractor's work plan and schedule
e.
Contract Time
f.
Notice to Proceed
g.
Construction Staking
h.
Progress Payments
i.
Extra Work and Change Order Procedures
j.
Field Orders
k.
Disposal Site Letter for Waste Material
1.
Insurance Renewals
in.
Payroll Certification
n.
Material Certifications and Quality Control Testing
o.
Public Safety and Convenience
p.
Documentation of Pre -Construction Conditions
q.
Weekend Work Notification
r.
Legal Holidays
s.
Trench Safety Plans
t.
Confined Space Entry Standards
u.
Coordination with the City's representative for operations of existing water
systems
v.
Storm Water Pollution Prevention Plan
w.
Coordination with other Contractors
x.
Early Warning System
y.
Contractor Evaluation
z.
Special Conditions applicable to the project
aa.
Damages Claims bb. Submittal Procedures cc. Substitution Procedures dd.
Correspondence Routing ee. Record Drawings ff. Temporary construction
facilities gg. MBE/SBE procedures hh. Final Acceptance ii. Final Payment J.
Questions or Comments
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]
CITY OF FORT WORTH Joel East Road, East of CDC
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 104350
Revised August 30, 2013
01 31 19 - 3
DAP PRECONSTRUCTION MEETING
Page 3 of 3
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 Joel East Road, East of CDC
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 104350
Revised August 30, 2013
01 32 33 - 1
DAP PRECONSTRUCTION VIDEO
Page 1 of 2
SECTION 0132 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 Joel East Road, East of CDC
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 104350
Revised August 30, 2013
01 32 33 - 2
DAP PRECONSTRUCTION VIDEO
Page 2 of 2
PART 3 - EXECUTION [NOT USED]
END OF SECTION
Revision Log
DATE NAME SUMMARY OF CHANGE
CITY OF FORT WORTH Joel East Road, East of CDC
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 104350
Revised August 30, 2013
SECTION 0133 00
DAP SUBMITTALS
PART 1 - GENERAL
1.1 SUMMARY
A. Section Includes:
013300-1
DAP SUBMITTALS
Page I of 8
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
CITY OF FORT WORTH Joel East Road, East of CDC
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 104350
Revised August 30, 2013
013300-2
DAP SUBMITTALS
Page 2 of 8
c. No extension of time will be authorized because of the Contractor's failure to
transmit submittals sufficiently in advance of the Work.
d. Make submittals promptly in accordance with approved schedule, and in such
sequence as to cause no delay in the Work or in the work of any other
contractor.
B. Submittal Numbering
When submitting shop drawings or samples, utilize a 9-character submittal
crossreference identification numbering system in the following manner:
a. Use the first 6 digits of the applicable Specification Section Number.
b. For the next 2 digits number use numbers 01-99 to sequentially number each
initial separate item or drawing submitted under each specific Section number.
c. Last use a letter, A-Z, indicating the resubmission of the same drawing (i.e.
A=2nd submission, B=3rd submission, C=4th submission, etc.). A typical
submittal number would be as follows:
1 CI 11 1: C
1) 03 30 00 is the Specification Section for Concrete
2) 08 is the eighth initial submittal under this Specification Section
3) B is the third submission (second resubmission) of that particular shop
drawing
C. Contractor Certification
1. Review shop drawings, product data and samples, including those by
subcontractors, prior to submission to determine and verify the following: a.
Field measurements
b. Field construction criteria
c. Catalog numbers and similar data
d. Conformance with the Contract Documents
2. Provide each shop drawing, sample and product data submitted by the Contractor
with a Certification Statement affixed including: a. The Contractor's Company
name
b. Signature of submittal reviewer
c. Certification Statement
1) `By this submittal, I hereby represent that I have determined and verified
field measurements, field construction criteria, materials, dimensions,
catalog numbers and similar data and I have checked and coordinated each
item with other applicable approved shop drawings."
D. Submittal Format
1. Fold shop drawings larger than 8 %2 inches x 11 inches to 8 %2 inches x l linches.
2. Bind shop drawings and product data sheets together.
3. Order
a. Cover Sheet
1) Description of Packet
2) Contractor Certification
CITY OF FORT WORTH Joel East Road, East of CDC
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 104350
Revised August 30, 2013
013300-3
DAP SUBMITTALS
Page 3 of 8
b. List of items / Table of Contents
c. Product Data /Shop Drawings/Samples /Calculations
E. Submittal Content
1. The date of submission and the dates of any previous submissions
2. The Project title and number
3. Contractor identification
4. The names of:
a. Contractor
b. Supplier
c. Manufacturer
5. Identification of the product, with the Specification Section number, page and
paragraph(s)
6. Field dimensions, clearly identified as such
7. Relation to adjacent or critical features of the Work or materials
8. Applicable standards, such as ASTM or Federal Specification numbers
9. Identification by highlighting of deviations from Contract Documents
10. Identification by highlighting of revisions on resubmittals
11. An 8-inch x 3-inch blank space for Contractor and City stamps
F. Shop Drawings
1. As specified in individual Work Sections includes, but is not necessarily limited to:
a. Custom -prepared data such as fabrication and erection/installation (working)
drawings
b. Scheduled information
c. Setting diagrams
d. Actual shopwork manufacturing instructions
e. Custom templates
f. Special wiring diagrams
g. Coordination drawings
h. Individual system or equipment inspection and test reports including:
1) Performance curves and certifications
i. As applicable to the Work
2. Details
a. Relation of the various parts to the main members and lines of the structure
b. Where correct fabrication of the Work depends upon field measurements
1) Provide such measurements and note on the drawings prior to submitting
for approval.
G. Product Data
1. For submittals of product data for products included on the City's Standard Product
List, clearly identify each item selected for use on the Project.
2. For submittals of product data for products not included on the City's Standard
Product List, submittal data may include, but is not necessarily limited to:
CITY OF FORT WORTH Joel East Road, East of CDC
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 104350
Revised August 30, 2013
013300-4
DAP SUBMITTALS
Page 4 of 8
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
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
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
CITY OF FORT WORTH Joel East Road, East of CDC
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 104350
Revised August 30, 2013
013300-5
DAP SUBMITTALS
Page 5 of 8
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)
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.
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
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.
CITY OF FORT WORTH Joel East Road, East of CDC
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 104350
Revised August 30, 2013
013300-6
DAP SUBMITTALS
Page 6 of 8
3. The Contractor remains responsible for details and accuracy, for coordinating the
Work with all other associated work and trades, for selecting fabrication processes,
for techniques of assembly and for performing Work in a safe manner.
4. If the shop drawings, data or samples as submitted describe variations and show a
departure from the Contract requirements which City finds to be in the interest of
the City and to be so minor as not to involve a change in Contract Price or time for
performance, the City may return the reviewed drawings without noting an
exception.
5. Submittals will be returned to the Contractor under 1 of the following codes:
a. Code 1
1) "NO EXCEPTIONS TAKEN" is assigned when there are no notations or
comments on the submittal.
a) When returned under this code the Contractor may release the
equipment and/or material for manufacture.
b. Code 2
1) "EXCEPTIONS NOTED". This code is assigned when a confirmation of
the notations and comments IS NOT required by the Contractor.
a) The Contractor may release the equipment or material for manufacture;
however, all notations and comments must be incorporated into the
final product.
c. Code 3
1) "EXCEPTIONS NOTED/RESUBMIT". This combination of codes is
assigned when notations and comments are extensive enough to require a
resubmittal of the package.
a) The Contractor may release the equipment or material for manufacture;
however, all notations and comments must be incorporated into the
final product.
b) This resubmittal is to address all comments, omissions and non-
conforming items that were noted.
c) Resubmittal is to be received by the City within 15 Calendar Days of
the date of the City's transmittal requiring the resubmittal.
d. Code 4
1) "NOT APPROVED" is assigned when the submittal does not meet the intent
of the Contract Documents.
a) The Contractor must resubmit the entire package revised to bring the
submittal into conformance.
b) It may be necessary to resubmit using a different manufacturer/vendor
to meet the Contract Documents.
6. Resubmittals
a. Handled in the same manner as first submittals
1) Corrections other than requested by the City
2) Marked with revision triangle or other similar method
a) At Contractor's risk if not marked
b. Submittals for each item will be reviewed no more than twice at the City's
expense.
CITY OF FORT WORTH Joel East Road, East of CDC
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 104350
Revised August 30, 2013
013300-7
DAP SUBMITTALS
Page 7 of 8
1) All subsequent reviews will be performed at times convenient to the City
and at the Contractor's expense, based on the City's or City
Representative's then prevailing rates.
2) Provide Contractor reimbursement to the City within 30 Calendar Days for
all such fees invoiced by the City.
c. The need for more than 1 resubmission or any other delay in obtaining City's
review of submittals, will not entitle the Contractor to an extension of Contract
Time.
7. Partial Submittals
a. City reserves the right to not review submittals deemed partial, at the City's
discretion.
b. Submittals deemed by the City to be not complete will be returned to the
Contractor, and will be considered "Not Approved" until resubmitted.
c. The City may at its option provide a list or mark the submittal directing the
Contractor to the areas that are incomplete.
8. If the Contractor considers any correction indicated on the shop drawings to
constitute a change to the Contract Documents, then written notice must be
provided thereof to the Developer at least 7 Calendar Days prior to release for
manufacture.
9. When the shop drawings have been completed to the satisfaction of the City, the
Contractor may carry out the construction in accordance therewith and no further
changes therein except upon written instructions from the City.
10. Each submittal, appropriately coded, will be returned within 30 Calendar Days
following receipt of submittal by the City.
L. Mock ups
1. Mock Up units as specified in individual Sections, include, but are not necessarily
limited to, complete units of the standard of acceptance for that type of Work to be
used on the Project. Remove at the completion of the Work or when directed.
M. Qualifications
1. If specifically required in other Sections of these Specifications, submit a P.E.
Certification for each item required.
N. Request for Information (RFI)
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.
CITY OF FORT WORTH Joel East Road, East of CDC
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 104350
Revised August 30, 2013
013300-8
DAP SUBMITTALS
Page 8 of 8
1.5 SUBMITTALS [NOT USED]
1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED]
1.7 CLOSEOUT SUBMITTALS [NOT USED]
1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
1.9 QUALITY ASSURANCE [NOT USED]
1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED]
1.11 FIELD [SITE] CONDITIONS [NOT USED]
1.12 WARRANTY [NOT USED]
PART 2 - PRODUCTS [NOT USED]
PART 3 - EXECUTION [NOT USED]
END OF SECTION
Revision Log
DATE NAME SUMMARY OF CHANGE
12/20/2012 D. Johnson 1.4.K.8. Working Days modified to Calendar Days
CITY OF FORT WORTH Joel East Road, East of CDC
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 104350
Revised August 30, 2013
0135 13- 1
DAP SPECIAL PROJECT PROCEDURES
Page 1 of 7
1 SECTION 0135 13
2 SPECIAL PROJECT PROCEDURES
3 PART1- GENERAL
4 1.1 SUMMARY
5 A. Section Includes:
6 1. The procedures for special project circumstances that includes, but is not limited to:
7 a. Coordination with the Texas Department of Transportation
8 b. Work near High Voltage Lines
9 c. Confined Space Entry Program
10 d. Air Pollution Watch Days
11 e. Use of Explosives, Drop Weight, Etc.
12 f. Water Department Notification
13 g. Public Notification Prior to Beginning Construction
14 h. Coordination with United States Army Corps of Engineers
15 i. Coordination within Railroad permits areas
16 j. Dust Control
17 k. Employee Parking
18 B. Deviations from this City of Fort Worth Standard Specification
19 1. None.
20 C. Related Specification Sections include, but are not necessarily limited to:
21 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract
22 2. Division 1 — General Requirements
23 3. Section 33 12 25 — Connection to Existing Water Mains
24
25 1.2 REFERENCES
26 A. Reference Standards
27 1. Reference standards cited in this Specification refer to the current reference
28 standard published at the time of the latest revision date logged at the end of this
29 Specification, unless a date is specifically cited.
30 2. Health and Safety Code, Title 9. Safety, Subtitle A. Public Safety, Chapter 752.
31 High Voltage Overhead Lines.
32 3. North Central Texas Council of Governments (NCTCOG) — Clean Construction
33 Specification
34 1.3 ADMINISTRATIVE REQUIREMENTS
35 A. Coordination with the Texas Department of Transportation
36 1. When work in the right-of-way which is under the jurisdiction of the Texas
37 Department of Transportation (TxDOT):
38 a. Notify the Texas Department of Transportation prior to commencing any work
39 therein in accordance with the provisions of the permit
CITY OF FORT WORTH Joel East Road, East of CDC
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 104350
Revised August, 30, 2013
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
0135 13-2
DAP SPECIAL PROJECT PROCEDURES
Page 2 of 7
b. All work performed in the TxDOT right-of-way shall be performed in
compliance with and subject to approval from the Texas Department of
Transportation
B. Work near High Voltage Lines
1. Regulatory Requirements
a. All Work near High Voltage Lines (more than 600 volts measured between
conductors or between a conductor and the ground) shall be in accordance with
Health and Safety Code, Title 9, Subtitle A, Chapter 752.
2. Warning sign
a. Provide sign of sufficient size meeting all OSHA requirements.
3. Equipment operating within 10 feet of high voltage lines will require the following
safety features
a. Insulating cage -type of guard about the boom or arm
b. Insulator links on the lift hook connections for back hoes or dippers
c. Equipment must meet the safety requirements as set forth by OSHA and the
safety requirements of the owner of the high voltage lines
4. Work within 6 feet of high voltage electric lines
a. Notification shall be given to:
1) The power company (example: ONCOR)
a) Maintain an accurate log of all such calls to power company and record
action taken in each case.
b. Coordination with power company
1) After notification coordinate with the power company to:
a) Erect temporary mechanical barriers, de -energize the lines, or raise or
lower the lines
c. No personnel may work within 6 feet of a high voltage line before the above
requirements have been met.
C. Confined Space Entry Program
1. Provide and follow approved Confined Space Entry Program in accordance with
OSHA requirements.
2. Confined Spaces include:
a. Manholes
b. All other confined spaces in accordance with OSHA's Permit Required for
Confined Spaces
D. Use of Explosives, Drop Weight, Etc.
1. When Contract Documents permit on the project the following will apply:
a. Public Notification
1) Submit notice to City and proof of adequate insurance coverage, 24 hours
prior to commencing.
2) Minimum 24 hour public notification in accordance with Section 013 1 13
E. Water Department Coordination
1. During the construction of this project, it will be necessary to deactivate, for a
period of time, existing lines. The Contractor shall be required to coordinate with
the Water Department to determine the best times for deactivating and activating
those lines.
CITY OF FORT WORTH Joel East Road, East of CDC
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 104350
Revised August, 30, 2013
0135 13 - 3
DAP SPECIAL PROJECT PROCEDURES
Page 3 of 7
1 2. Coordinate any event that will require connecting to or the operation of an existing
2 City water line system with the City's representative.
3 a. Coordination shall be in accordance with Section 33 12 25.
4 b. If needed, obtain a hydrant water meter from the Water Department for use
5 during the life of named project.
6 c. In the event that a water valve on an existing live system be turned off and on
7 to accommodate the construction of the project is required, coordinate this
8 activity through the appropriate City representative.
9 1) Do not operate water line valves of existing water system.
10 a) Failure to comply will render the Contractor in violation of Texas Penal
11 Code Title 7, Chapter 28.03 (Criminal Mischief) and the Contractor
12 will be prosecuted to the full extent of the law.
13 b) In addition, the Contractor will assume all liabilities and
14 responsibilities as a result of these actions.
15 F. Public Notification Prior to Beginning Construction
16 1. Prior to beginning construction on any block in the project, on a block by block
17 basis, prepare and deliver a notice or flyer of the pending construction to the front
18 door of each residence or business that will be impacted by construction. The notice
19 shall be prepared as follows:
20 a. Post notice or flyer 7 days prior to beginning any construction activity on each
21 block in the project area.
22 1) Prepare flyer on the Contractor's letterhead and include the following
23 information:
24 a) Name of Project
25 b) City Project No (CPN)
26 c) Scope of Project (i.e. type of construction activity)
27 d) Actual construction duration within the block
28 e) Name of the contractor's foreman and phone number
29 f) Name of the City's inspector and phone number
30 g) City's after-hours phone number
31 2) A sample of the `pre -construction notification' flyer is attached as Exhibit
32 A.
33 3) Submit schedule showing the construction start and finish time for each
34 block of the project to the inspector.
35 4) Deliver flyer to the City Inspector for review prior to distribution.
36 b. No construction will be allowed to begin on any block until the flyer is
37 delivered to all residents of the block.
38 G. Public Notification of Temporary Water Service Interruption during Construction
39 1. In the event it becomes necessary to temporarily shut down water service to
40 residents or businesses during construction, prepare and deliver a notice or flyer of
41 the pending interruption to the front door of each affected resident.
42 2. Prepared notice as follows:
43 a. The notification or flyer shall be posted 24 hours prior to the temporary
44 interruption.
45 b. Prepare flyer on the contractor's letterhead and include the following
46 information:
47 1) Name of the project
48 2) City Project Number
CITY OF FORT WORTH Joel East Road, East of CDC
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 104350
Revised August, 30, 2013
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
0135 13 - 4
DAP SPECIAL PROJECT PROCEDURES
Page 4 of 7
3) Date of the interruption of service
4) Period the interruption will take place
5) Name of the contractor's foreman and phone number
6) Name of the City's inspector and phone number
c. A sample of the temporary water service interruption notification is attached as
Exhibit B.
d. Deliver a copy of the temporary interruption notification to the City inspector
for review prior to being distributed.
e. No interruption of water service can occur until the flyer has been delivered to
all affected residents and businesses.
f. Electronic versions of the sample flyers can be obtained from the Project
Construction Inspector.
H. Coordination with United States Army Corps of Engineers (USACE)
1. At locations in the Project where construction activities occur in areas where
USACE permits are required, meet all requirements set forth in each designated
permit.
I. Coordination within Railroad Permit Areas
1. At locations in the project where construction activities occur in areas where
railroad permits are required, meet all requirements set forth in each designated
railroad permit. This includes, but is not limited to, provisions for:
a. Flagmen
b. Inspectors
c. Safety training
d. Additional insurance
e. Insurance certificates
f. Other employees required to protect the right-of-way and property of the
Railroad Company from damage arising out of and/or from the construction of
the project. Proper utility clearance procedures shall be used in accordance
with the permit guidelines.
2. Obtain any supplemental information needed to comply with the railroad's
requirements.
J. Dust Control
1. Use acceptable measures to control dust at the Site.
a. If water is used to control dust, capture and properly dispose of waste water.
b. If wet saw cutting is performed, capture and properly dispose of slurry.
K. Employee Parking
1. Provide parking for employees at locations approved by the City.
CITY OF FORT WORTH Joel East Road, East of CDC
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 104350
Revised August, 30, 2013
0135 13 - 5
DAP SPECIAL PROJECT PROCEDURES
Page 5 of 7
1 1.4
SUBMITTALS [NOT USED]
2 1.5
ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED]
3 1.6
CLOSEOUT SUBMITTALS [NOT USED]
4 1.7
MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
5 1.8
QUALITY ASSURANCE [NOT USED]
6 1.9
DELIVERY, STORAGE, AND HANDLING [NOT USED]
7 1.10
FIELD [SITE] CONDITIONS [NOT USED]
8 1.11
WARRANTY [NOT USED]
9 PART 2 - PRODUCTS [NOT USED]
10 PART 3 - EXECUTION [NOT USED]
11
12
DATE NAME
8/31/2012 D. Johnson
END OF SECTION
Revision Log
SUMMARY OF CHANGE
1.3.B — Added requirement of compliance with Health and Safety Code, Title 9.
Safety, Subtitle A. Public Safety, Chapter 752. High Voltage Overhead Lines.
CITY OF FORT WORTH Joel East Road, East of CDC
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 104350
Revised August, 30, 2013
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
01 35 13 -6
DAP SPECIAL PROJECT PROCEDURES
Page 6 of 7
EXHIBIT A
(To be printed on Contractor's Letterhead)
Date:
CPN No.:
Project Name:
Mapsco Location:
Limits of Construction:
THIS IS TO INFORM YOU THAT UNDER A CONTRACT WITH THE CITY OF FORT
WORTH, OUR COMPANY WILL WORK ON UTILITY LINES ON OR AROUND YOUR
PROPERTY.
CONSTRUCTION WILL BEGIN APPROXIMATELY SEVEN DAYS FROM THE DATE
OF THIS NOTICE.
IF YOU HAVE QUESTIONS ABOUT ACCESS, SECURITY, SAFETY OR ANY OTHER
ISSUE, PLEASE CALL:
Mr. <CONTRACTOR'S SUPERINTENDENT> AT <TELEPHONE NO.>
OR
Mr. <CITY INSPECTOR> AT < TELEPHONE NO.>
AFTER 4:30 PM OR ON WEEKENDS, PLEASE CALL (817) 392 8306
PLEASE KEEP THIS FLYER HANDY WHEN YOU CALL
CITY OF FORT WORTH Joel East Road, East of CDC
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 104350
Revised August, 30, 2013
2
3
4
0135 13 - 7
DAP SPECIAL PROJECT PROCEDURES
Page 7 of 7
EXHIBIT B
FORT WORTH
Daft:
DOE NO. xxxx
Project !lame:
NOTICE OF TEMPORARY WATER SERVICE
INTERRUPTION
DUE TO UTILITY IMPROVEMENTS IN YOUR NEIGHBORHOOD, YOUR
WATER SERVICE WILL BE INTERRUPTED ON
BETWEEN THE HOURS OF AND
IF YOU HAVE QUESTIONS ABOUT THIS SHUT -OUT, PLEASE CALL:
MR. AT
(CONTRACTORS SUPERINTENDENT) (TELEPHONE NUMBER)
OR
MR. AT
(CITY INSPECTOR) (TELEPHONE NUMBER)
THIS INCONVENIENCE WILL BE AS SHORT AS POSSIBLE.
THANK YOU,
,CONTRACTOR
CITY OF FORT WORTH Joel East Road, East of CDC
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 104350
Revised August, 30, 2013
01 45 23
DAP TESTING AND INSPECTION SERVICES
Page 1 of 2
SECTION 0145 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 Joel East Road, East of CDC
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 104350
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
Removed reference to Buzzsaw and noted that electronic submittals be uploaded
03/20/2020 D.V. Magana through the City's document management system.
CITY OF FORT WORTH Joel East Road, East of CDC
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 104350
Revised March 20, 2020
01 50 00 - 1
DAP TEMPORARY FACILITIES AND CONTROLS
Page 1 of 4
SECTION 0150 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.
CITY OF FORT WORTH Joel East Road, East of CDC
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 104350
Revised JULY 1, 2011
015000-2
DAP TEMPORARY FACILITIES AND CONTROLS
Page 2 of 4
c. Coordination
1) Contact City 1 week before water for construction is desired
d. Contractor Payment for Construction Water
1) Obtain construction water meter from City for payment as billed by City's
established rates.
3. Electricity and Lighting
a. Provide and pay for electric powered service as required for Work, including
testing of Work.
1) Provide power for lighting, operation of equipment, or other use.
b. Electric power service includes temporary power service or generator to
maintain operations during scheduled shutdown.
4. Telephone
a. Provide emergency telephone service at Site for use by Contractor personnel
and others performing work or furnishing services at Site.
5. Temporary Heat and Ventilation
a. Provide temporary heat as necessary for protection or completion of Work.
b. Provide temporary heat and ventilation to assure safe working conditions.
B. Sanitary Facilities
1. Provide and maintain sanitary facilities for persons on Site.
a. Comply with regulations of State and local departments of health.
2. Enforce use of sanitary facilities by construction personnel at job site.
a. Enclose and anchor sanitary facilities.
b. No discharge will be allowed from these facilities.
c. Collect and store sewage and waste so as not to cause nuisance or health
problem.
d. Haul sewage and waste off -site at no less than weekly intervals and properly
dispose in accordance with applicable regulation.
3. Locate facilities near Work Site and keep clean and maintained throughout Project.
4. Remove facilities at completion of Project
C. Storage Sheds and Buildings
1. Provide adequately ventilated, watertight, weatherproof storage facilities with floor
above ground level for materials and equipment susceptible to weather damage.
2. Storage of materials not susceptible to weather damage may be on blocks off
ground.
3. Store materials in a neat and orderly manner.
a. Place materials and equipment to permit easy access for identification, inspection
and inventory.
4. Equip building with lockable doors and lighting, and provide electrical service for
equipment space heaters and heating or ventilation as necessary to provide storage
environments acceptable to specified manufacturers.
5. Fill and grade site for temporary structures to provide drainage away from
temporary and existing buildings.
6. Remove building from site prior to Final Acceptance.
CITY OF FORT WORTH Joel East Road, East of CDC
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 104350
Revised JULY 1, 2011
015000-3
DAP TEMPORARY FACILITIES AND CONTROLS
Page 3 of 4
D. Temporary Fencing
1. Provide and maintain for the duration or construction when required in contract
documents
E. Dust Control
1. Contractor is responsible for maintaining dust control through the duration of the
project.
a. Contractor remains on -call at all times
b. Must respond in a timely manner
F. Temporary Protection of Construction
1. Contractor or subcontractors are responsible for protecting Work from damage due
to weather.
1.5 SUBMITTALS [NOT USED]
1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED]
1.7 CLOSEOUT SUBMITTALS [NOT USED]
1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
1.9 QUALITY ASSURANCE [NOT USED]
1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED]
1.11 FIELD [SITE] CONDITIONS [NOT USED]
1.12 WARRANTY [NOT USED]
PART 2 - PRODUCTS [NOT USED]
PART 3 - EXECUTION [NOT USED]
3.1 INSTALLERS [NOT USED]
3.2 EXAMINATION [NOT USED]
3.3 PREPARATION [NOT USED]
3.4 INSTALLATION
A. Temporary Facilities
1. Maintain all temporary facilities for duration of construction activities as needed.
3.5 [REPAIR] / [RESTORATION]
3.6 RE -INSTALLATION
3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED]
3.8 SYSTEM STARTUP [NOT USED]
CITY OF FORT WORTH Joel East Road, East of CDC
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 104350
Revised JULY 1, 2011
015000-4
DAP TEMPORARY FACILITIES AND CONTROLS
Page 4 of 4
3.9 ADJUSTING [NOT USED]
3.10 CLEANING [NOT USED]
3.11 CLOSEOUT ACTIVITIES
A. Temporary Facilities
1. Remove all temporary facilities and restore area after completion of the Work, to a
condition equal to or better than prior to start of Work.
3.12 PROTECTION [NOT USED]
3.13 MAINTENANCE [NOT USED]
3.14 ATTACHMENTS [NOT USED]
END OF SECTION
Revision Log
DATE NAME SUMMARY OF CHANGE
CITY OF FORT WORTH Joel East Road, East of CDC
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 104350
Revised JULY 1, 2011
01 55 26 - 1
DAP STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC
CONTROL
Page 1 of 3
SECTION 0155 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.
CITY OF FORT WORTH Joel East Road, East of CDC
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 104350
Revised July 1, 2011
015526-2
DAP STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC
CONTROL
Page 2 of 3
a. To obtain Street Use Permit, submit Traffic Control Plans to City Transportation
and Public Works Department.
1) Allow a minimum of 5 working days for permit review.
2) Contractor's responsibility to coordinate review of Traffic Control plans for
Street Use Permit, such that construction is not delayed.
C. Modification to Approved Traffic Control
1. Prior to installation traffic control:
a. Submit revised traffic control plans to City Department Transportation and
Public Works Department.
1) Revise Traffic Control plans in accordance with Section 34 71 13.
2) Allow minimum 5 working days for review of revised Traffic Control.
3) It is the Contractor's responsibility to coordinate review of Traffic Control
plans for Street Use Permit, such that construction is not delayed.
D. Removal of Street Sign
1. If it is determined that a street sign must be removed for construction, then contact
City Transportation and Public Works Department, Signs and Markings Division to
remove the sign.
E. Temporary Signage
1. In the case of regulatory signs, replace permanent sign with temporary sign meeting
requirements of the latest edition of the Texas Manual on Uniform Traffic Control
Devices (MUTCD).
2. Install temporary sign before the removal of permanent sign.
3. When construction is complete, to the extent that the permanent sign can be
reinstalled, contact the City Transportation and Public Works Department, Signs
and Markings Division, to reinstall the permanent sign.
F. Traffic Control Standards
1. Traffic Control Standards can be found on the City's Buzzsaw website.
1.5 SUBMITTALS [NOT USED]
1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED]
1.7 CLOSEOUT SUBMITTALS [NOT USED]
1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
1.9 QUALITY ASSURANCE [NOT USED]
1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED]
1.11 FIELD [SITE] CONDITIONS [NOT USED]
1.12 WARRANTY [NOT USED]
PART 2 - PRODUCTS [NOT USED]
CITY OF FORT WORTH Joel East Road, East of CDC
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 104350
Revised July 1, 2011
015526-3
DAP STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC
CONTROL
Page 3 of 3
PART 3 - EXECUTION [NOT USED]
END OF SECTION
Revision Log
DATE NAME SUMMARY OF CHANGE
CITY OF FORT WORTH Joel East Road, East of CDC
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 104350
Revised July 1, 2011
0157 13 - 1
DAP STORM WATER POLLUTION PREVENTION
Page 1 of 3
SECTION 01 5713
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 3125 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 3125 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
CITY OF FORT WORTH Joel East Road, East of CDC
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 104350
Revised July 1, 2011
01 57 13 - 2
DAP STORM WATER POLLUTION PREVENTION
Page 2 of 3
Contractor is responsible for resolution and payment of any fines issued associated
with compliance to Stormwater Pollution Prevention Plan.
B. Construction Activities resulting in:
1. Less than 1 acre of disturbance
a. Provide erosion and sediment control in accordance with Section 3125 00 and
Drawings.
2. 1 to less than 5 acres of disturbance
a. Texas Pollutant Discharge Elimination System (TPDES) General Construction
Permit is required
b. Complete SWPPP in accordance with TCEQ requirements
1) TCEQ Small Construction Site Notice Required under general permit
TXR150000
a) Sign and post at job site
b) Prior to Preconstruction Meeting, send 1 copy to City Department of
Transportation and Public Works, Environmental Division, (817)
3926088.
2) Provide erosion and sediment control in accordance with:
a) Section 3125 00
b) The Drawings
c) TXR150000 General Permit
d) SWPPP
e) TCEQ requirements
3. 5 acres or more of Disturbance
a. Texas Pollutant Discharge Elimination System (TPDES) General Construction
Permit is required
b. Complete SWPPP in accordance with TCEQ requirements
1) Prepare a TCEQ NOI form and submit to TCEQ along with required fee
a) Sign and post at job site
b) Send copy to City Department of Transportation and Public Works,
Environmental Division, (817) 392-6088.
2) TCEQ Notice of Change required if making changes or updates to NOI 3)
Provide erosion and sediment control in accordance with:
a) Section 3125 00
b) The Drawings
c) TXR150000 General Permit
d) SWPPP
e) TCEQ requirements
4) Once the project has been completed and all the closeout requirements of
TCEQ have been met a TCEQ Notice of Termination can be submitted.
a) Send copy to City Department of Transportation and Public Works,
Environmental Division, (817) 392-6088.
1.5 SUBMITTALS
A. SWPPP
1. Submit in accordance with Section 01 33 00, except as stated herein.
CITY OF FORT WORTH Joel East Road, East of CDC
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 104350
Revised July 1, 2011
015713-3
DAP STORM WATER POLLUTION PREVENTION
Page 3 of 3
a. Prior to the Preconstruction Meeting, submit a draft copy of SWPPP to the City
as follows:
1) 1 copy to the City Project Manager
a) City Project Manager will forward to the City Department of
Transportation and Public Works, Environmental Division for review
B. Modified SWPPP
1. If the SWPPP is revised during construction, resubmit modified SWPPP to the City
in accordance with Section 0133 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 Joel East Road, East of CDC
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 104350
Revised July 1, 2011
01 60 00
DAP PRODUCT REQUIREMENTS
Pagel of 2
SECTION 0160 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:
httt)s:Hapes.fortworthtexas.2ov/ProiectResources/ and following the directory
path: 02 - Construction Documents\Standard Products List
A. Only products specifically included on City's Standard Product List in these Contract
Documents shall be allowed for use on the Project.
1. Any subsequently approved products will only be allowed for use upon specific
approval by the City.
B. Any specific product requirements in the Contract Documents supersede similar
products included on the City's Standard Product List.
1. The City reserves the right to not allow products to be used for certain projects even
though the product is listed on the City's Standard Product List.
C. Although a specific product is included on City's Standard Product List, not all products
from that manufacturer are approved for use, including but not limited to, that
manufacturer's standard product.
D. See Section 0133 00 for submittal requirements of Product Data included on City's
Standard Product List.
1.5 SUBMITTALS [NOT USED]
1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED]
1.7 CLOSEOUT SUBMITTALS [NOT USED]
1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
CITY OF FORT WORTH Joel East Road, East of CDC
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 104350
Revised March 20, 2020
01 60 00
DAP PRODUCT REQUIREMENTS
Page 2 of 2
1.9 QUALITY ASSURANCE [NOT USED]
1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED]
1.11 FIELD [SITE] CONDITIONS [NOT USED]
1.12 WARRANTY [NOT USED]
PART 2 - PRODUCTS [NOT USED]
PART 3 - EXECUTION [NOT USED]
DATE NAME
END OF SECTION
Revision Log
SUMMARY OF CHANGE
10/12/12 D. Johnson Modified Location of City's Standard Product List
4/7/2014 M.Domenech Revised for DAP application
Removed reference to Buzzsaw and noted that the City approved products list is
03/20/2020 D.V. Magana accessible through the City's website.
CITY OF FORT WORTH Joel East Road, East of CDC
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 104350
Revised March 20, 2020
01 66 00 - 1
DAP PRODUCT STORAGE AND HANDLING REQUIREMENTS
Page 1 of 4
SECTION 0166 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 SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED]
1.7 CLOSEOUT SUBMITTALS [NOT USED]
1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
1.9 QUALITY ASSURANCE [NOT USED]
1.10 DELIVERY 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 Joel East Road, East of CDC
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 104350
Revised April 7, 2014
016600-2
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.
1.11 FIELD [SITE] CONDITIONS [NOT USED]
1.12 WARRANTY [NOT USED]
PART 2 - PRODUCTS [NOT USED]
CITY OF FORT WORTH Joel East Road, East of CDC
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 104350
Revised April 7, 2014
016600-3
DAP PRODUCT STORAGE AND HANDLING REQUIREMENTS
Page 3 of 4
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
Revision Log
DATE I NAME I SUMMARY OF CHANGE
CITY OF FORT WORTH Joel East Road, East of CDC
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 104350
Revised April 7, 2014
016600-4
DAP PRODUCT STORAGE AND HANDLING REQUIREMENTS
Page 4 of 4
4/7/2014 M.Domenech Revised for DAP application
CITY OF FORT WORTH Joel East Road, East of CDC
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 104350
Revised April 7, 2014
01 70 00 - 1
DAP MOBILIZATION AND REMOBILIZATION
Page 1 of 4
SECTION 0170 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.
CITY OF FORT WORTH Joel East Road, East of CDC
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 104350
Revised April 7, 2014
017000-2
DAP MOBILIZATION AND REMOBILIZATION
Page 2 of 4
b) Stand-by or idle time
c) Lost profits
Mobilizations and Demobilization for Miscellaneous Projects
a. Mobilization and Demobilization
1) Mobilization shall consist of the activities and cost on a Work Order basis
necessary for:
a) Transportation of Contractor's personnel, equipment, and operating
supplies to the Site for the issued Work Order.
b) Establishment of necessary general facilities for the Contractor's
operation at the Site for the issued Work Order
2) Demobilization shall consist of the activities and cost necessary for:
a) Transportation of Contractor's personnel, equipment, and operating
supplies from the Site including disassembly for each issued Work
Order
b) Site Clean-up for each issued Work Order
c) Removal of all buildings or other facilities assembled at the Site for
each Work Oder
b. Mobilization and Demobilization do not include activities for specific items of
work for which payment is provided elsewhere in the contract.
4. Emergency Mobilizations and Demobilization for Miscellaneous Projects
a. A Mobilization for Miscellaneous Projects when directed by the City and the
mobilization occurs within 24 hours of the issuance of the Work Order.
B. Deviations from this City of Fort Worth Standard Specification
1. None.
C. Related Specification Sections include, but are not necessarily limited to:
1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract
2. Division 1 — General Requirements
1.2 PRICE AND PAYMENT PROCEDURES
A. Measurement and Payment
1. Mobilization and Demobilization
a. Measure
1) This Item is considered subsidiary to the various Items bid.
b. Payment
1) The work performed and materials furnished in accordance with this Item
are subsidiary to the various Items bid and no other compensation will be
allowed.
2. Remobilization for suspension of Work as specifically required in the Contract
Documents
a. Measurement
1) Measurement for this Item shall be per each remobilization performed.
b. Payment
1) The work performed and materials furnished in accordance with this Item
and measured as provided under "Measurement" will be paid for at the unit
CITY OF FORT WORTH Joel East Road, East of CDC
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 104350
Revised April 7, 2014
017000-3
DAP MOBILIZATION AND REMOBILIZATION
Page 3 of 4
price per each "Specified Remobilization" in accordance with Contract
Documents.
c. The price shall include:
1) Demobilization as described in Section 1.1.A.2.a.1)
2) Remobilization as described in Section 1.1.A.2.a.2)
d. No payments will be made for standby, idle time, or lost profits associated this
Item.
3. Remobilization for suspension of Work as required by City
a. Measurement and Payment
1) This shall be submitted as a Contract Claim in accordance with Article 10
of Section 00 72 00.
2) No payments will be made for standby, idle time, or lost profits associated
with this Item.
4. Mobilizations and Demobilizations for Miscellaneous Projects
a. Measurement
1) Measurement for this Item shall be for each Mobilization and
Demobilization required by the Contract Documents
b. Payment
1) The Work performed and materials furnished in accordance with this Item
and measured as provided under "Measurement" will be paid for at the unit
price per each "Work Order Mobilization" in accordance with Contract
Documents. Demobilization shall be considered subsidiary to mobilization
and shall not be paid for separately.
c. The price shall include:
1) Mobilization as described in Section 1.1.A.3.a.1)
2) Demobilization as described in Section 1.1.A.3.a.2)
d. No payments will be made for standby, idle time, or lost profits associated this
Item.
5. Emergency Mobilizations and Demobilizations for Miscellaneous Projects
a. Measurement
1) Measurement for this Item shall be for each Mobilization and
Demobilization required by the Contract Documents
b. Payment
1) The Work performed and materials furnished in accordance with this Item
and measured as provided under "Measurement" will be paid for at the unit
price per each "Work Order Emergency Mobilization" in accordance with
Contract Documents. Demobilization shall be considered subsidiary to
mobilization and shall not be paid for separately.
c. The price shall include
1) Mobilization as described in Section 1.1.A.4.a)
2) Demobilization as described in Section 1.1.A.3.a.2)
d. No payments will be made for standby, idle time, or lost profits associated this
Item.
1.3 REFERENCES [NOT USED]
CITY OF FORT WORTH Joel East Road, East of CDC
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 104350
Revised April 7, 2014
017000-4
DAP MOBILIZATION AND REMOBILIZATION
1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED]
1.5 SUBMITTALS [NOT USED]
1.6 INFORMATIONAL SUBMITTALS [NOT USED]
1.7 CLOSEOUT SUBMITTALS [NOT USED]
1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
1.9 QUALITY ASSURANCE [NOT USED]
1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED]
1.11 FIELD [SITE] CONDITIONS [NOT USED]
1.12 WARRANTY [NOT USED]
PART 2 - PRODUCTS [NOT USED]
PART 3 - EXECUTION [NOT USED]
DATE NAME
4/7/2014 M.Domenech
END OF SECTION
Revision Log
SUMMARY OF CHANGE
Revised for DAP application
Page 4 of 4
CITY OF FORT WORTH Joel East Road, East of CDC
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 104350
Revised April 7, 2014
017123-1
CONSTRUCTION STAKING AND SURVEY
Paget of 8
1 SECTION 017123
2 CONSTRUCTION STAKING AND SURVEY
3 PART1- GENERAL
4 1.1 SUMMARY
5 A. Section Includes:
6 1. Requirements for construction staking and construction survey
7 B. Deviations from this City of Fort Worth Standard Specification
8 1. See Changes (Highlighted in Yellow).
9 C. Related Specification Sections include, but are not necessarily limited to:
10 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract
11 2. Division 1 — General Requirements
12 1.2 PRICE AND PAYMENT PROCEDURES
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
A. Measurement and Payment
1. Construction Staking
a. Measurement
1) Measurement for this Item shall be by lump sum.
b. Payment
1) The work performed and the materials furnished in accordance with this
Item shall be paid for at the lump sum price bid for "Construction Staking".
2) Payment for "Construction Staking" shall be made in partial payments
prorated by work completed compared to total work included in the lump
sum item.
c. The price bid shall include, but not be limited to the following:
1) Verification of control data provided by Developer's Project
Representative.
2) Placement, maintenance and replacement of required stakes and markings
in the field.
3) Preparation and submittal of construction staking documentation in the
form of "cut sheets" using the City's standard template.
2. Construction Survey
a. Measurement
1) This Item is considered subsidiary to the various Items bid.
b. Payment
1) The work performed and the materials furnished in accordance with this
Item are subsidiary to the various Items bid and no other compensation will be
allowed.
3. As -Built Survey
a. Measurement
1) Measurement for this Item shall be by lump sum.
b. Payment
1) The work performed and the materials furnished in accordance with this
Item shall be paid for at the lump sum price bid for "As -Built Survey".
CITY OF FORT WORTH Joel East Road, East of CDC
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 104350
Revised February 14, 2018
01 71 23 - 2
CONSTRUCTION STAKING AND SURVEY
Page 2 of 8
1 2) Payment for "As -Built Survey" shall be made in partial payments prorated
2 by work completed compared to total work included in the lump sum item.
3 c. The price bid shall include, but not be limited to the following:
4 1) Field measurements and survey shots to identify location of completed
5 facilities.
6 2) Documentation and submittal of as -built survey data onto contractor redline
7 plans and digital survey files.
8
9 1.3 REFERENCES
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
A. Definitions
1. Construction Survev - The survey measurements made prior to or while
construction is in progress to control elevation, horizontal position, dimensions and
configuration of structures/improvements included in the Project Drawings.
2. As -built Survev —The measurements made after the construction of the
improvement features are complete to provide position coordinates for the features
of a project.
3. Construction Staking — The placement of stakes and markings to provide offsets
and elevations to cut and fill in order to locate on the ground the designed
structures/improvements included in the Project Drawings. Construction staking
shall include staking easements and/or right of way if indicated on the plans.
4. Survev "Field Checks" — Measurements made after construction staking is
completed and before construction work begins to ensure that structures marked on
the ground are accurately located per Project Drawings.
B. Technical References
1. City of Fort Worth — Construction Staking Standards (available on City's Buzzsaw
website) — 0171 23.16.01— Attachment A —Survey Staking Standards
2. City of Fort Worth - Standard Survey Data Collector Library (fxl) files (available
on City's Buzzsaw website).
3. Texas Department of Transportation (TxDOT) Survey Manual, latest revision
4. Texas Society of Professional Land Surveyors (TSPS), Manual of Practice for Land
Surveying in the State of Texas, Category 5
33 1.4 ADMINISTRATIVE REQUIREMENTS
34 A. The Contractor's selection of a surveyor must comply with Texas Government
35 Code 2254 (qualifications based selection) for this project.
36 1.5 SUBMITTALS
37 A. Submittals, if required, shall be in accordance with Section 0133 00.
38 B. All submittals shall be received and reviewed by the City prior to delivery of work.
39 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS
40 A. Field Quality Control Submittals
41 1. Documentation verifying accuracy of field engineering work, including coordinate
42 conversions if plans do not indicate grid or ground coordinates.
CITY OF FORT WORTH Joel East Road, East of CDC
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 104350
Revised February 14, 2018
017123-3
CONSTRUCTION STAKING AND SURVEY
Page 3 of 8
1 2. Submit "Cut -Sheets" conforming to the standard template provided by the City
2 (refer to 01 71 23.16.01 — Attachment A — Survey Staking Standards).
3 1.7 CLOSEOUT SUBMITTALS
4 B. As -built Redline Drawing Submittal
5 1. Submit As -Built Survey Redline Drawings documenting the locations/elevations of
6 constructed improvements signed and sealed by Registered Professional Land
7 Surveyor (RPLS) responsible for the work (refer to 01 71 23.16.01 — Attachment A
8 — Survey Staking Standards) .
9 2. Contractor shall submit the proposed as -built and completed redline drawing
10 submittal one (1) week prior to scheduling the project final inspection for City
11 review and comment. Revisions, if necessary, shall be made to the as -built redline
12 drawings and resubmitted to the City prior to scheduling the construction final
13 inspection.
14 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
15 1.9 QUALITY ASSURANCE
16 A. Construction Staking
17 1. Construction staking will be performed by the Contractor.
18 2. Coordination
19 a. Contact City and Developer's Project Representative at least one week in
20 advance notifying the City of when Construction Staking is scheduled.
21 b. It is the Contractor's responsibility to coordinate staking such that
22 construction activities are not delayed or negatively impacted.
23 3. General
24 a. Contractor is responsible for preserving and maintaining stakes. If
25 Developer's Project Representative is required to re -stake for any reason, the
26 Contractor will be responsible for costs to perform staking. If in the opinion of
27 the City, a sufficient number of stakes or markings have been lost, destroyed
28 disturbed or omitted that the contracted Work cannot take place then the
29 Contractor will be required to stake or re -stake the deficient areas.
30 B. Construction Survey
31 1. Construction Survey will be performed by the Contractor.
32 2. Coordination
33 a. Contractor to verify that horizontal and vertical control data established in the
34 design survey and required for construction survey is available and in place.
35 3. General
36 a. Construction survey will be performed in order to construct the work shown
37 on the Construction Drawings and specified in the Contract Documents.
38 b. For construction methods other than open cut, the Contractor shall perform
39 construction survey and verify control data including, but not limited to, the
40 following:
41 1) Verification that established benchmarks and control are accurate.
42 2) Use of Benchmarks to furnish and maintain all reference lines and grades
43 for tunneling.
44 3) Use of line and grades to establish the location of the pipe.
CITY OF FORT WORTH Joel East Road, East of CDC
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 104350
Revised February 14, 2018
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
01 71 23 - 4
CONSTRUCTION STAKING AND SURVEY
Page 4 of 8
4) Submit to the City copies of field notes used to establish all lines and
grades, if requested, and allow the City to check guidance system setup prior
to beginning each tunneling drive.
5) Provide access for the City, if requested, to verify the guidance system and
the line and grade of the carrier pipe.
6) The Contractor remains fully responsible for the accuracy of the work and
correction of it, as required.
7) Monitor line and grade continuously during construction.
8) Record deviation with respect to design line and grade once at each pipe
joint and submit daily records to the City.
9) If the installation does not meet the specified tolerances (as outlined in
Sections 33 05 23 and/or 33 05 24), immediately notify the City and correct
the installation in accordance with the Contract Documents.
C. As -Built Survey
1. Required As -Built Survey will be performed by the Contractor.
2. Coordination
a. Contractor is to coordinate with City to confirm which features require as -
built surveying.
b. It is the Contractor's responsibility to coordinate the as -built survey and
required measurements for items that are to be buried such that construction
activities are not delayed or negatively impacted.
c. For sewer mains and water mains 12" and under in diameter, it is acceptable
to physically measure depth and mark the location during the progress of
construction and take as -built survey after the facility has been buried. The
Contractor is responsible for the quality control needed to ensure accuracy.
3. General
a. The Contractor shall provide as -built survey including the elevation and
location (and provide written documentation to the City) of construction
features during the progress of the construction including the following:
1) Water Lines
a) Top of pipe elevations and coordinates for waterlines at the following
locations:
(1) Minimum every 250 linear feet, including
(2) Horizontal and vertical points of inflection, curvature,
etc.
(3) Fire line tee
(4) Plugs, stub -outs, dead-end lines
(5) Casing pipe (each end) and all buried fittings
2) Sanitary Sewer
a) Top of pipe elevations and coordinates for force mains and siphon
sanitary sewer lines (non -gravity facilities) at the following locations:
(1) Minimum every 250 linear feet and any buried fittings
(2) Horizontal and vertical points of inflection, curvature,
etc.
3) Stormwater — Not Applicable
b. The Contractor shall provide as -built survey including the elevation and
location (and provide written documentation to the City) of construction
features after the construction is completed including the following:
1) Manholes
CITY OF FORT WORTH Joel East Road, East of CDC
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 104350
Revised February 14, 2018
017123-5
CONSTRUCTION STAKING AND SURVEY
Page 5 of 8
1
a)
Rim and flowline elevations and coordinates for each manhole
2
2) Water Lines
3
a)
Cathodic protection test stations
4
b)
Sampling stations
5
c)
Meter boxes/vaults (All sizes)
6
d)
Fire hydrants
7
e)
Valves (gate, butterfly, etc.)
8
f)
Air Release valves (Manhole rim and vent pipe)
9
g)
Blow off valves (Manhole rim and valve lid)
10
h)
Pressure plane valves
11
i)
Underground Vaults
12
(1) Rim and flowline elevations and coordinates for each
13
Underground Vault.
14
3) Sanitary Sewer
15
a)
Cleanouts
16
(1) Rim and flowline elevations and coordinates for each
17
b)
Manholes and Junction Structures
18
(1) Rim and flowline elevations and coordinates for each
19
manhole and junction structure.
20
4) Stormwater — Not Applicable
21 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED]
22 1.11 FIELD [SITE] CONDITIONS [NOT USED]
23 1.12 WARRANTY
24 PART 2 - PRODUCTS
25
A. A construction survey will produce, but will not be limited to:
26
1.
Recovery of relevant control points, points of curvature and points of intersection.
27
2.
Establish temporary horizontal and vertical control elevations (benchmarks)
28
sufficiently permanent and located in a manner to be used throughout construction.
29
3.
The location of planned facilities, easements and improvements.
30
a. Establishing final line and grade stakes for piers, floors, grade beams, parking
31
areas, utilities, streets, highways, tunnels, and other construction.
32
b. A record of revisions or corrections noted in an orderly manner for reference.
33
c. A drawing, when required by the client, indicating the horizontal and vertical
34
location of facilities, easements and improvements, as built.
35
4.
Cut sheets shall be provided to the City inspector and Survey Superintendent for all
36
construction staking projects. These cut sheets shall be on the standard city template
37
which can be obtained from the Survey Superintendent (817-392-7925).
38
5.
Digital survey files in the following formats shall be acceptable:
39
a. AutoCAD (.dwg)
40
b. ESRI Shapefile (.shp)
41
c. CSV file (.csv), formatted with X and Y coordinates in separate columns (use
42
standard templates, if available)
43
6.
Survey files shall include vertical and horizontal data tied to original project
44
control and benchmarks, and shall include feature descriptions
CITY OF FORT WORTH Joel East Road, East of CDC
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 104350
Revised February 14, 2018
017123-6
CONSTRUCTION STAKING AND SURVEY
Page 6 of 8
PART 3 - EXECUTION
3.1 INSTALLERS
A. Tolerances:
4 1. The staked location of any improvement or facility should be as accurate as
5 practical and necessary. The degree of precision required is dependent on many
6 factors all of which must remain judgmental. The tolerances listed hereafter are
7 based on generalities and, under certain circumstances, shall yield to specific
8 requirements. The surveyor shall assess any situation by review of the overall plans
9 and through consultation with responsible parties as to the need for specific
10 tolerances.
11 a. Earthwork: Grades for earthwork or rough cut should not exceed 0.1 ft. vertical
12 tolerance. Horizontal alignment for earthwork and rough cut should not exceed
13 1.0 ft. tolerance.
14 b. Horizontal alignment on a structure shall be within .0.1ft tolerance.
15 c. Paving or concrete for streets, curbs, gutters, parking areas, drives, alleys and
16 walkways shall be located within the confines of the site boundaries and,
17 occasionally, along a boundary or any other restrictive line. Away from any
18 restrictive line, these facilities should be staked with an accuracy producing no
19 more than 0.05ft. tolerance from their specified locations.
20 d. Underground and overhead utilities, such as sewers, gas, water, telephone and
21 electric lines, shall be located horizontally within their prescribed areas or
22 easements. Within assigned areas, these utilities should be staked with an
23 accuracy producing no more than 0.1 ft tolerance from a specified location.
24 e. The accuracy required for the vertical location of utilities varies widely. Many
25 underground utilities require only a minimum cover and a tolerance of 0.1 ft.
26 should be maintained. Underground and overhead utilities on planned profile,
27 but not depending on gravity flow for performance, should not exceed 0.1 ft.
28 tolerance.
29 B. Surveying instruments shall be kept in close adjustment according to manufacturer's
30 specifications or in compliance to standards. The City reserves the right to request a
31 calibration report at any time and recommends regular maintenance schedule be
32 performed by a certified technician every 6 months.
33 1. Field measurements of angles and distances shall be done in such fashion as to
34 satisfy the closures and tolerances expressed in Part 3. l.A.
35 2. Vertical locations shall be established from a pre -established benchmark and
36 checked by closing to a different bench mark on the same datum.
37 3. Construction survey field work shall correspond to the client's plans. Irregularities
38 or conflicts found shall be reported promptly to the City.
39 4. Revisions, corrections and other pertinent data shall be logged for future reference.
40
41 3.2 EXAMINATION [NOT USED]
CITY OF FORT WORTH Joel East Road, East of CDC
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 104350
Revised February 14, 2018
017123-7
CONSTRUCTION STAKING AND SURVEY
Page 7 of 8
1 3.3 PREPARATION [NOT USED]
2 3.4 APPLICATION
3 3.5 REPAIR / RESTORATION
4 A. If the Contractor's work damages or destroys one or more of the control
5 monuments/points set by the Developer's Project Representative, the monuments shall be
6 adequately referenced for expedient restoration.
7 1. Notify City or Developer's Project Representative if any control data needs to be
8 restored or replaced due to damage caused during construction operations.
9 a. Contractor shall perform replacements and/or restorations.
10 b. The City or Developer's Project Representative may require at any time a
11 survey "Field Check" of any monument or benchmarks that are set be verified
12 by the Developer's Project Representative before further associated work can
13 move forward.
14 3.6 RE -INSTALLATION [NOT USED]
15 3.7 FIELD [OR] SITE QUALITY CONTROL
16 A. It is the Contractor's responsibility to maintain all stakes and control data placed by the
17 Developer's Project Representative in accordance with this Specification. This includes
18 easements and right of way, if noted on the plans.
19 B. Do not change or relocate stakes or control data without approval from the City.
20 3.8 SYSTEM STARTUP
21 A. Survey Checks
22 1. The City reserves the right to perform a Survey Check at any time deemed
23 necessary.
24 2. Checks by City personnel or 3rd party contracted surveyor are not intended to
25 relieve the contractor of his/her responsibility for accuracy.
26
27
3.9
ADJUSTING [NOT USED]
28
3.10
CLEANING [NOT USED]
29
3.11
CLOSEOUT ACTIVITIES [NOT USED]
30
3.12
PROTECTION [NOT USED]
31
3.13
MAINTENANCE [NOT USED]
32
3.14
ATTACHMENTS [NOT USED]
33
34
35
CITY OF FORT WORTH Joel East Road, East of CDC
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 104350
Revised February 14, 2018
017123-8
CONSTRUCTION STAKING AND SURVEY
Page 8 of 8
END OF SECTION
Revision Log
DATE NAME SUMMARY OF CHANGE
8/31/2012 D.Johnson
Added instruction and modified measurement & payment under 1.2; added
8/31/2017 M. Owen definitions and references under 1.3; modified 1.6; added 1.7 closeout submittal
requirements; modified 1.9 Quality Assurance; added PART 2 — PRODUCTS ;
Added 3.1 Installers; added 3.5 Repair/Restoration; and added 3.8 System Startup.
Removed "blue text"; revised measurement and payment sections for Construction
Staking and As -Built Survey; added reference to selection compliance with TGC
2/14/2018 M Owen 2254; revised action and Closeout submittal requirements; added acceptable depth
measurement criteria; revised list of items requiring as -built survey "during" and
"after" construction; and revised acceptable digital survey file format
CITY OF FORT WORTH Joel East Road, East of CDC
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 104350
Revised February 14, 2018
SECTION 0174 23
CLEANING
PART 1 - GENERAL
1.1 SUMMARY
A. Section Includes:
017423-1
DAP CLEANING
Page 1 of 4
1. Intermediate and final cleaning for Work not including special cleaning of closed
systems specified elsewhere
B. Deviations from this City of Fort Worth Standard Specification
1. None.
C. Related Specification Sections include, but are not necessarily limited to:
1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract
2. Division 1 — General Requirements
3. Section 32 92 13 — Hydro -Mulching, Seeding and Sodding
1.2 PRICE AND PAYMENT PROCEDURES
A. Measurement and Payment
1. Work associated with this Item is considered subsidiary to the various Items bid.
No separate payment will be allowed for this Item.
1.3 REFERENCES [NOT USED]
1.4 ADMINISTRATIVE REQUIREMENTS
A. Scheduling
1. Schedule cleaning operations so that dust and other contaminants disturbed by
cleaning process will not fall on newly painted surfaces.
2. Schedule final cleaning upon completion of Work and immediately prior to final
inspection.
1.5 SUBMITTALS [NOT USED]
1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED]
1.7 CLOSEOUT SUBMITTALS [NOT USED]
1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
1.9 QUALITY ASSURANCE [NOT USED]
1.10 STORAGE, AND HANDLING
A. Storage and Handling Requirements
1. Store cleaning products and cleaning wastes in containers specifically designed for
those materials.
CITY OF FORT WORTH Joel East Road, East of CDC
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 104350
Revised April 7, 2014
01 74 23 - 2
DAP CLEANING
Page 2 of 4
1.11 FIELD [SITE] CONDITIONS [NOT USED]
1.12 WARRANTY [NOT USED]
PART2-PRODUCTS
2.1 OWNER -FURNISHED [pR] OWNER-SUPPLIEDPRODUCTS [NOT USED]
2.2 MATERIALS
A. Cleaning Agents
1. Compatible with surface being cleaned
2. New and uncontaminated
3. For manufactured surfaces
a. Material recommended by manufacturer
2.3 ACCESSORIES [NOT USED]
2.4 SOURCE QUALITY CONTROL [NOT USED]
3.1 INSTALLERS [NOT USED]
3.2 EXAMINATION [NOT USED]
3.3 PREPARATION [NOT USED]
3.4 APPLICATION [NOT USED]
3.5 REPAIR / RESTORATION [NOT USED]
3.6 RE -INSTALLATION [NOT USED]
3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED]
3.8 SYSTEM STARTUP [NOT USED]
3.9 ADJUSTING [NOT USED]
3.10 CLEANING
A. General
1. Prevent accumulation of wastes that create hazardous conditions.
2. Conduct cleaning and disposal operations to comply with laws and safety orders of
governing authorities.
3. Do not dispose of volatile wastes such as mineral spirits, oil or paint thinner in
storm or sanitary drains or sewers.
4. Dispose of degradable debris at an approved solid waste disposal site.
CITY OF FORT WORTH Joel East Road, East of CDC
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 104350
Revised April 7, 2014
017423-3
DAP CLEANING
Page 3 of 4
5. Dispose of nondegradable debris at an approved solid waste disposal site or in an
alternate manner approved by City and regulatory agencies.
6. Handle materials in a controlled manner with as few handlings as possible.
7. Thoroughly clean, sweep, wash and polish all Work and equipment associated with
this project.
8. Remove all signs of temporary construction and activities incidental to construction
of required permanent Work.
9. If project is not cleaned to the satisfaction of the City, the City reserves the right to
have the cleaning completed at the expense of the Contractor.
10. Do not burn on -site.
B. Intermediate Cleaning during Construction
1. Keep Work areas clean so as not to hinder health, safety or convenience of
personnel in existing facility operations.
2. At maximum weekly intervals, dispose of waste materials, debris and rubbish.
3. Confine construction debris daily in strategically located container(s):
a. Cover to prevent blowing by wind
b. Store debris away from construction or operational activities
c. Haul from site at a minimum of once per week
4. Vacuum clean interior areas when ready to receive finish painting.
a. Continue vacuum cleaning on an as -needed basis, until Final Acceptance.
5. Prior to storm events, thoroughly clean site of all loose or unsecured items, which
may become airborne or transported by flowing water during the storm.
C. Exterior (Site or Right of Way) Final Cleaning
1. Remove trash and debris containers from site.
a. Re -seed areas disturbed by location of trash and debris containers in accordance
with Section 32 92 13.
2. Sweep roadway to remove all rocks, pieces of asphalt, concrete or any other object
that may hinder or disrupt the flow of traffic along the roadway.
3. Clean any interior areas including, but not limited to, vaults, manholes, structures,
junction boxes and inlets.
4. If no longer required for maintenance of erosion facilities, and upon approval by
City, remove erosion control from site.
5. Clean signs, lights, signals, etc.
3.11 CLOSEOUT ACTIVITIES [NOT USED]
3.12 PROTECTION [NOT USED]
3.13 MAINTENANCE [NOT USED]
3.14 ATTACHMENTS [NOT USED]
CITY OF FORT WORTH Joel East Road, East of CDC
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 104350
Revised April 7, 2014
01 74 23 - 4
DAP CLEANING
Page 4 of 4
END OF SECTION
Revision Log
DATE NAME SUMMARY OF CHANGE
4/7/2014 M.Domenech Revised for DAP application
CITY OF FORT WORTH Joel East Road, East of CDC
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 104350
Revised April 7, 2014
01 77 19 - 1
DAP CLOSEOUT REQUIREMENTS
Page 1 of 3
SECTION 0177 19
CLOSEOUT REQUIREMENTS
PART 1 - GENERAL
1.1 SUMMARY
A. Section Includes:
1. The procedure for closing out a contract
B. Deviations from this City of Fort Worth Standard Specification
1. None.
C. Related Specification Sections include, but are not necessarily limited to:
1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract
2. Division 1 — General Requirements
1.2 PRICE AND PAYMENT PROCEDURES
A. Measurement and Payment
1. Work associated with this Item is considered subsidiary to the various Items bid.
No separate payment will be allowed for this Item.
1.3 REFERENCES [NOT USED]
1.4 ADMINISTRATIVE REQUIREMENTS
A. Guarantees, Bonds and Affidavits
1. No application for final payment will be accepted until all guarantees, bonds,
certificates, licenses and affidavits required for Work or equipment as specified are
satisfactorily filed with the City.
B. Release of Liens or Claims
1. No application for final payment will be accepted until satisfactory evidence of
release of liens has been submitted to the City.
1.5 SUBMITTALS
A. Submit all required documentation to City's Project Representative.
1.6 INFORMATIONAL SUBMITTALS [NOT USED]
1.7 CLOSEOUT SUBMITTALS [NOT USED]
PART 2 - PRODUCTS [NOT USED]
PART 3 - EXECUTION
3.1 INSTALLERS [NOT USED]
CITY OF FORT WORTH Joel East Road, East of CDC
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 104350
Revised April 7, 2014
017719-2
DAP CLOSEOUT REQUIREMENTS
Page 2 of 3
3.2 EXAMINATION [NOT USED]
3.3 PREPARATION [NOT USED]
3.4 CLOSEOUT PROCEDURE
A. Prior to requesting Final Inspection, submit:
1. Project Record Documents in accordance with Section 0178 39
2. Operation and Maintenance Data, if required, in accordance with Section 0178 23
B. Prior to requesting Final Inspection, perform final cleaning in accordance with Section
01 74 23.
C. Final Inspection
1. After final cleaning, provide notice to the City Project Representative that the Work
is completed.
a. The City will make an initial Final Inspection with the Contractor present.
b. Upon completion of this inspection, the City will notify the Contractor, in
writing within 10 business days, of any particulars in which this inspection
reveals that the Work is defective or incomplete.
2. Upon receiving written notice from the City, immediately undertake the Work
required to remedy deficiencies and complete the Work to the satisfaction of the
City.
3. Upon completion of Work associated with the items listed in the City's written
notice, inform the City, that the required Work has been completed. Upon receipt
of this notice, the City, in the presence of the Contractor, will make a subsequent
Final Inspection of the project.
4. Provide all special accessories required to place each item of equipment in full
operation. These special accessory items include, but are not limited to: a.
Specified spare parts
b. Adequate oil and grease as required for the first lubrication of the equipment
c. Initial fill up of all chemical tanks and fuel tanks
d. Light bulbs
e. Fuses
f. Vault keys
g. Handwheels
h. Other expendable items as required for initial start-up and operation of all
equipment
D. Notice of Project Completion
1. Once the City Project Representative finds the Work subsequent to Final Inspection
to be satisfactory, the City will issue a Notice of Project Completion (Green Sheet).
E. Supporting Documentation
1. Coordinate with the City Project Representative to complete the following additional
forms:
a. Final Payment Request
b. Statement of Contract Time
CITY OF FORT WORTH Joel East Road, East of CDC
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 104350
Revised April 7, 2014
017719-3
DAP CLOSEOUT REQUIREMENTS
Page 3 of 3
c. Affidavit of Payment and Release of Liens
d. Consent of Surety to Final Payment
e. Pipe Report (if required)
f. Contractor's Evaluation of City
g. Performance Evaluation of Contractor
F. Letter of Final Acceptance
1. Upon review and acceptance of Notice of Project Completion and Supporting
Documentation, in accordance with General Conditions, City will issue Letter of
Final Acceptance and release the Final Payment Request for payment.
3.5 REPAIR / RESTORATION [NOT USED]
3.6 RE -INSTALLATION [NOT USED]
3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED]
3.8 SYSTEM STARTUP [NOT USED]
3.9 ADJUSTING [NOT USED]
3.10 CLEANING [NOT USED]
3.11 CLOSEOUT ACTIVITIES [NOT USED]
3.12 PROTECTION [NOT USED]
3.13 MAINTENANCE [NOT USED]
3.14 ATTACHMENTS [NOT USED]
DATE NAME
4/7/2014 M.Domenech
END OF SECTION
Revision Log
SUMMARY OF CHANGE
Revised for DAP application
CITY OF FORT WORTH Joel East Road, East of CDC
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 104350
Revised April 7, 2014
017823-1
DAP OPERATION AND MAINTENANCE DATA
Page 1 of 5
SECTION 0178 23
OPERATION AND MAINTENANCE DATA
PART 1-GENERAL
1.1 SUMMARY
A. Section Includes:
1. Product data and related information appropriate for City's maintenance and
operation of products furnished under Contract
2. Such products may include, but are not limited to:
a. Traffic Controllers
b. Irrigation Controllers (to be operated by the City)
c. Butterfly Valves
B. Deviations from this City of Fort Worth Standard Specification
1. None.
C. Related Specification Sections include, but are not necessarily limited to:
1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract
2. Division 1 — General Requirements
1.2 PRICE AND PAYMENT PROCEDURES
A. Measurement and Payment
1. Work associated with this Item is considered subsidiary to the various Items bid.
No separate payment will be allowed for this Item.
1.3 REFERENCES [NOT USED]
1.4 ADMINISTRATIVE REQUIREMENTS
A. Schedule
1. Submit manuals in final form to the City within 30 calendar days of product
shipment to the project site.
1.5 SUBMITTALS
A. Submittals shall be in accordance with Section 01 33 00. All submittals shall be
approved by the City prior to delivery.
1.6 INFORMATIONAL SUBMITTALS
A. Submittal Form
1. Prepare data in form of an instructional manual for use by City personnel.
2. Format
a. Size: 8 '/z inches x 11 inches
b. Paper
1) 40 pound minimum, white, for typed pages
2) Holes reinforced with plastic, cloth or metal
CITY OF FORT WORTH Joel East Road, East of CDC
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 104350
Revised April 7, 2014
017823-2
DAP OPERATION AND MAINTENANCE DATA
Page 2 of 5
c. Text: Manufacturer's printed data, or neatly typewritten
d. Drawings
1) Provide reinforced punched binder tab, bind in with text 2) Reduce larger
drawings and fold to size of text pages.
f. Provide fly -leaf for each separate product, or each piece of operating
equipment.
1) Provide typed description of product, and major component parts of
equipment.
2) Provide indexed tabs.
g. Cover
1) Identify each volume with typed or printed title "OPERATING AND
MAINTENANCE INSTRUCTIONS".
2) List:
a) Title of Project
b) Identity of separate structure as applicable
c) Identity of general subject matter covered in the manual
3. Binders
a. Commercial quality 3-ring binders with durable and cleanable plastic covers
b. When multiple binders are used, correlate the data into related consistent
groupings.
4. If available, provide an electronic form of the O&M Manual.
B. Manual Content
1. Neatly typewritten table of contents for each volume, arranged in systematic order
a. Contractor, name of responsible principal, address and telephone number
b. A list of each product required to be included, indexed to content of the volume
c. List, with each product:
1) The name, address and telephone number of the subcontractor or installer
2) A list of each product required to be included, indexed to content of the
volume
3) Identify area of responsibility of each
4) Local source of supply for parts and replacement
d. Identify each product by product name and other identifying symbols as set forth
in Contract Documents.
2. Product Data
a. Include only those sheets which are pertinent to the specific product.
b. Annotate each sheet to:
1) Clearly identify specific product or part installed
2) Clearly identify data applicable to installation
3) Delete references to inapplicable information
3. Drawings
a. Supplement product data with drawings as necessary to clearly illustrate:
1) Relations of component parts of equipment and systems
2) Control and flow diagrams
CITY OF FORT WORTH Joel East Road, East of CDC
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 104350
Revised April 7, 2014
017823-3
DAP OPERATION AND MAINTENANCE DATA
Page 3 of 5
b. Coordinate drawings with information in Project Record Documents to assure
correct illustration of completed installation.
c. Do not use Project Record Drawings as maintenance drawings.
4. Written text, as required to supplement product data for the particular installation:
a. Organize in consistent format under separate headings for different procedures.
b. Provide logical sequence of instructions of each procedure.
5. Copy of each warranty, bond and service contract issued a.
Provide information sheet for City personnel giving:
1) Proper procedures in event of failure
2) Instances which might affect validity of warranties or bonds
C. Manual for Materials and Finishes
1. Submit 5 copies of complete manual in final form.
2. Content, for architectural products, applied materials and finishes:
a. Manufacturer's data, giving full information on products
1) Catalog number, size, composition
2) Color and texture designations
3) Information required for reordering special manufactured products
b. Instructions for care and maintenance
1) Manufacturer's recommendation for types of cleaning agents and methods
2) Cautions against cleaning agents and methods which are detrimental to
product
3) Recommended schedule for cleaning and maintenance
Content, for moisture protection and weather exposure products:
a. Manufacturer's data, giving full information on products
1) Applicable standards
2) Chemical composition
3) Details of installation
b. Instructions for inspection, maintenance and repair
D. Manual for Equipment and Systems
1. Submit 5 copies of complete manual in final form.
2. Content, for each unit of equipment and system, as appropriate:
a. Description of unit and component parts
1) Function, normal operating characteristics and limiting conditions
2) Performance curves, engineering data and tests
3) Complete nomenclature and commercial number of replaceable parts
b. Operating procedures
1) Start-up, break-in, routine and normal operating instructions
2) Regulation, control, stopping, shut -down and emergency instructions
3) Summer and winter operating instructions
4) Special operating instructions
c. Maintenance procedures
1) Routine operations
2) Guide to "trouble shooting"
3) Disassembly, repair and reassembly
CITY OF FORT WORTH Joel East Road, East of CDC
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 104350
Revised April 7, 2014
017823-4
DAP OPERATION AND MAINTENANCE DATA
Page 4 of 5
4) Alignment, adjusting and checking
d. Servicing and lubrication schedule
1) List of lubricants required
e. Manufacturer's printed operating and maintenance instructions
f. Description of sequence of operation by control manufacturer
1) Predicted life of parts subject to wear
2) Items recommended to be stocked as spare parts
g. As installed control diagrams by controls manufacturer
h. Each contractor's coordination drawings
1) As installed color coded piping diagrams
i. Charts of valve tag numbers, with location and function of each valve
j. List of original manufacturer's spare parts, manufacturer's current prices, and
recommended quantities to be maintained in storage
k. Other data as required under pertinent Sections of Specifications
Content, for each electric and electronic system, as appropriate:
a. Description of system and component parts
1) Function, normal operating characteristics, and limiting conditions
2) Performance curves, engineering data and tests
3) Complete nomenclature and commercial number of replaceable parts
b. Circuit directories of panelboards
1) Electrical service
2) Controls
3) Communications
c. As installed color coded wiring diagrams
d. Operating procedures
1) Routine and normal operating instructions
2) Sequences required
3) Special operating instructions
e. Maintenance procedures
1) Routine operations
2) Guide to "trouble shooting"
3) Disassembly, repair and reassembly
4) Adjustment and checking
f. Manufacturer's printed operating and maintenance instructions
g. List of original manufacturer's spare parts, manufacturer's current prices, and
recommended quantities to be maintained in storage
h. Other data as required under pertinent Sections of Specifications
4. Prepare and include additional data when the need for such data becomes apparent
during instruction of City's personnel.
1.7 CLOSEOUT SUBMITTALS [NOT USED]
1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
1.9 QUALITY ASSURANCE
A. Provide operation and maintenance data by personnel with the following criteria:
CITY OF FORT WORTH Joel East Road, East of CDC
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 104350
Revised April 7, 2014
017823-5
DAP OPERATION AND MAINTENANCE DATA
Page 5 of 5
1. Trained and experienced in maintenance and operation of described products
2. Skilled as technical writer to the extent required to communicate essential data
3. Skilled as draftsman competent to prepare required drawings
1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED]
1.11 FIELD [SITE] CONDITIONS [NOT USED]
1.12 WARRANTY [NOT USED]
PART 2 - PRODUCTS [NOT USED]
PART 3 - EXECUTION [NOT USED]
DATE NAME
8/31/2012 D.Johnson
4/7/2014 M.Domenech
END OF SECTION
Revision Log
SUMMARY OF CHANGE
1.5.A.1 — title of section removed
Revised for DAP Application
CITY OF FORT WORTH Joel East Road, East of CDC
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 104350
Revised April 7, 2014
01 78 39 - 1
DAP PROJECT RECORD DOCUMENTS
Page 1 of 4
SECTION 0178 39
PROJECT RECORD DOCUMENTS
PART 1 - GENERAL
1.1 SUMMARY
A. Section Includes:
1. Work associated with the documenting the project and recording changes to project
documents, including: a. Record Drawings
b. Water Meter Service Reports
c. Sanitary Sewer Service Reports
d. Large Water Meter Reports
B. Deviations from this City of Fort Worth Standard Specification
1. None.
C. Related Specification Sections include, but are not necessarily limited to:
1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract
2. Division 1 — General Requirements
1.2 PRICE AND PAYMENT PROCEDURES
A. Measurement and Payment
1. Work associated with this Item is considered subsidiary to the various Items bid.
No separate payment will be allowed for this Item.
1.3 REFERENCES [NOT USED]
1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED]
1.5 SUBMITTALS
A. Prior to submitting a request for Final Inspection, deliver Project Record Documents to
City's Project Representative.
1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED]
1.7 CLOSEOUT SUBMITTALS [NOT USED]
1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
1.9 QUALITY ASSURANCE
A. Accuracy of Records
1. Thoroughly coordinate changes within the Record Documents, making adequate
and proper entries on each page of Specifications and each sheet of Drawings and
other Documents where such entry is required to show the change properly.
CITY OF FORT WORTH Joel East Road, East of CDC
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 104350
Revised April 7, 2014
01 78 39 - 2
DAP PROJECT RECORD DOCUMENTS
Page 2 of 4
2. Accuracy of records shall be such that future search for items shown in the Contract
Documents may rely reasonably on information obtained from the approved Project
Record Documents.
3. To facilitate accuracy of records, make entries within 24 hours after receipt of
information that the change has occurred.
4. Provide factual information regarding all aspects of the Work, both concealed and
visible, to enable future modification of the Work to proceed without lengthy and
expensive site measurement, investigation and examination.
1.10 STORAGE AND HANDLING
A. Storage and Handling Requirements
1. Maintain the job set of Record Documents completely protected from deterioration
and from loss and damage until completion of the Work and transfer of all recorded
data to the final Project Record Documents.
2. In the event of loss of recorded data, use means necessary to again secure the data
to the City's approval.
a. In such case, provide replacements to the standards originally required by the
Contract Documents.
1.11 FIELD [SITE] CONDITIONS [NOT USED]
1.12 WARRANTY [NOT USED]
PART2-PRODUCTS
2.1 OWNER -FURNISHED [OR] OWNER -SUPPLIED PRODUCTS [NOT USED]
2.2 RECORD DOCUMENTS
A. Job set
1. Promptly following receipt of the Notice to Proceed, secure from the City, at no
charge to the Contractor, 1 complete set of all Documents comprising the Contract.
B. Final Record Documents
1. At a time nearing the completion of the Work and prior to Final Inspection, provide
the City 1 complete set of all Final Record Drawings in the Contract.
2.3 ACCESSORIES [NOT USED]
2.4 SOURCE QUALITY CONTROL [NOT USED]
PART 3 - EXECUTION
3.1 INSTALLERS [NOT USED]
3.2 EXAMINATION [NOT USED]
3.3 PREPARATION [NOT USED]
CITY OF FORT WORTH Joel East Road, East of CDC
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 104350
Revised April 7, 2014
01 78 39 - 3
DAP PROJECT RECORD DOCUMENTS
Page 3 of 4
3.4 MAINTENANCE DOCUMENTS
A. Maintenance of Job Set
1. Immediately upon receipt of the job set, identify each of the Documents with the
title, "RECORD DOCUMENTS - JOB SET".
2. Preservation
a. Considering the Contract completion time, the probable number of occasions
upon which the job set must be taken out for new entries and for examination,
and the conditions under which these activities will be performed, devise a
suitable method for protecting the job set.
b. Do not use the job set for any purpose except entry of new data and for review
by the City, until start of transfer of data to final Project Record Documents.
c. Maintain the job set at the site of work.
Coordination with Construction Survey
a. At a minimum clearly mark any deviations from Contract Documents
associated with installation of the infrastructure.
4. Making entries on Drawings
a. Record any deviations from Contract Documents.
b. Use an erasable colored pencil (not ink or indelible pencil), clearly describe the
change by graphic line and note as required.
c. Date all entries.
d. Call attention to the entry by a "cloud" drawn around the area or areas affected.
e. In the event of overlapping changes, use different colors for the overlapping
changes.
Conversion of schematic layouts
a. In some cases on the Drawings, arrangements of conduits, circuits, piping,
ducts, and similar items, are shown schematically and are not intended to
portray precise physical layout.
1) Final physical arrangement is determined by the Contractor, subject to the
City's approval.
2) However, design of future modifications of the facility may require
accurate information as to the final physical layout of items which are
shown only schematically on the Drawings.
b. Show on the job set of Record Drawings, by dimension accurate to within 1
inch, the centerline of each run of items.
1) Final physical arrangement is determined by the Contractor, subject to the
City's approval.
2) Show, by symbol or note, the vertical location of the Item ("under slab", "in
ceiling plenum", "exposed", and the like).
3) Make all identification sufficiently descriptive that it may be related
reliably to the Specifications.
c. The City may waive the requirements for conversion of schematic layouts
where, in the City's judgment, conversion serves no useful purpose. However,
do not rely upon waivers being issued except as specifically issued in writing
by the City.
B. Final Project Record Documents
CITY OF FORT WORTH Joel East Road, East of CDC
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 104350
Revised April 7, 2014
01 78 39 - 4
DAP PROJECT RECORD DOCUMENTS
Page 4 of 4
Transfer of data to Drawings
a. Carefully transfer change data shown on the job set of Record Drawings to the
corresponding final documents, coordinating the changes as required.
b. Clearly indicate at each affected detail and other Drawing a full description of
changes made during construction, and the actual location of items.
c. Call attention to each entry by drawing a "cloud" around the area or areas
affected.
d. Make changes neatly, consistently and with the proper media to assure
longevity and clear reproduction.
2. Transfer of data to other Documents
a. If the Documents, other than Drawings, have been kept clean during progress of
the Work, and if entries thereon have been orderly to the approval of the City,
the job set of those Documents, other than Drawings, will be accepted as final
Record Documents.
b. If any such Document is not so approved by the City, secure a new copy of that
Document from the City at the City's usual charge for reproduction and
handling, and carefully transfer the change data to the new copy to the approval
of the City.
3.5 REPAIR / RESTORATION [NOT USED]
3.6 RE -INSTALLATION [NOT USED]
3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED]
3.8 SYSTEM STARTUP [NOT USED]
3.9 ADJUSTING [NOT USED]
3.10 CLEANING [NOT USED]
3.11 CLOSEOUT ACTIVITIES [NOT USED]
3.12 PROTECTION [NOT USED]
3.13 MAINTENANCE [NOT USED]
3.14 ATTACHMENTS [NOT USED]
DATE NAME
4/7/2014 M.Domenech
END OF SECTION
Revision Log
SUMMARY OF CHANGE
Revised for DAP Application
CITY OF FORT WORTH Joel East Road, East of CDC
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 104350
Revised April 7, 2014
3123 16- 1
UNCLASSIFIED EXCAVATION
Page 1 of 4
1 SECTION 3123 16
2 UNCLASSIFIED EXCAVATION
3 PART1- GENERAL
4 1.1 SUMMARY
5 A. Section Includes:
6 1. Excavate areas as shown on the Drawings or as directed. Removal of materials
7 encountered to the lines, grades, and typical sections shown on the Drawings and
8 removal from site. Excavations may include construction of
9 a. Roadways
10 b. Drainage Channels
11 c. Site Excavation
12 d. Excavation for Structures
13 e. Or any other operation involving the excavation of on -site materials
14 B. Deviations from this City of Fort Worth Standard Specification
15 1. Identified Measurement and Payment
16 C. Related Specification Sections include, but are not necessarily limited to:
17 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract
18 2. Division 1 — General Requirements
19 3. Section 3123 23 — Borrow
20 4. Section 3124 00 — Embankments
21 1.2 PRICE AND PAYMENT PROCEDURES
22 A. Measurement and Payment
23 1. Excavation by Plan Quantity
24 a. Measurement
25 1) Measurement for this Item shall be by the cubic yard in its final position
26 using the average end area method. Limits of measurement are shown on
27 the Drawings.
28 2) When measured by the cubic yard in its final position, this is a plans
29 quantity measurement Item. The quantity to be paid is the quantity shown
30 in the proposal, unless modified by Article 11.04 of the General
31 Conditions. Additional measurements or calculations will be made if
32 adjustments of quantities are required.
33 b. Payment
34 1) The work performed and materials furnished in accordance with this Item
35 and measured as provided under "Measurement" will be paid for at the unit
36 price bid per cubic yard of "Unclassified Excavation by Plan". No
37 additional compensation will be allowed for rock or shrinkage/swell
38 factors, as these are the Contractor's responsibility.
39 c. The price bid shall include:
40 1) Excavation
41 2) Excavation Safety
42 3) Drying
CITY OF FORT WORTH Joel East Road, East of CDC
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 104350
Revised January 28, 2013
3123 16 - 2
UNCLASSIFIED EXCAVATION
Page 2 of 4
1 4)
Dust Control
2 5)
Reworking or replacing the over excavated material in rock cuts
3 6)
Hauling
4 7)
Disposal of excess material not used elsewhere onsite
5 8)
Scarification
6 9)
Clean-up
7 1.3 REFERENCES [NOT USED]
8 A. Definitions
9 1. Unclassified Excavation — Without regard to materials, all excavations shall be
10 considered unclassified and shall include all materials excavated. Any reference to
11 Rock or other materials on the Drawings or in the specifications is solely for the
12 City and the Contractor's information and is not to be taken as a classification of
13 the excavation.
14 1.4 ADMINSTRATIVE REQUIREMENTS
15 A. The Contractor will provide the City with a Disposal Letter in accordance to Division
16 01.
17 1.5 SUBMITTALS [NOT USED]
18 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED]
19 1.7 CLOSEOUT SUBMITTALS [NOT USED]
20 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
21 1.9 QUALITY ASSURANCE
22 A. Excavation Safety
23 1. The Contractor shall be solely responsible for making all excavations in a safe
24 manner.
25 2. All excavation and related sheeting and bracing shall comply with the requirements
26 of OSHA excavation safety standards 29 CFR part 1926 and state requirements.
27 1.10 DELIVERY, STORAGE, AND HANDLING
28 A. Storage
29 1. Within Existing Rights -of -Way (ROW)
30 a. Soil may be stored within existing ROW, easements or temporary construction
31 easements, unless specifically disallowed in the Contract Documents.
32 b. Do not block drainage ways, inlets or driveways.
33 c. Provide erosion control in accordance with Section 3125 00.
34 d. When the Work is performed in active traffic areas, store materials only in
35 areas barricaded as provided in the traffic control plans.
36 e. In non -paved areas, do not store material on the root zone of any trees or in
37 landscaped areas.
38 2. Designated Storage Areas
39 a. If the Contract Documents do not allow the storage of spoils within the ROW,
40 easement or temporary construction easement, then secure and maintain an
41 adequate storage location.
CITY OF FORT WORTH Joel East Road, East of CDC
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 104350
Revised January 28, 2013
3123 16 - 3
UNCLASSIFIED EXCAVATION
Page 3 of 4
1 b. Provide an affidavit that rights have been secured to store the materials on
2 private property.
3 c. Provide erosion control in accordance with Section 3125 00.
4 d. Do not block drainage ways.
5 1.11 FIELD CONDITIONS
6 A. Existing Conditions
7 1. Any data which has been or may be provided on subsurface conditions is not
8 intended as a representation or warranty of accuracy or continuity between soils. It
9 is expressly understood that neither the City nor the Engineer will be responsible
10 for interpretations or conclusions drawn there from by the Contractor.
11 2. Data is made available for the convenience of the Contractor.
12 1.12 WARRANTY [NOT USED]
13 PART 2 - PRODUCTS [NOT USED]
14 2.1 OWNER -FURNISHED [NOT USED]
15 2.2 PRODUCT TYPES AND MATERIALS
16 A. Materials
17 1. Unacceptable Fill Material
18 a. In -situ soils classified as ML, MH, PT, OL or OH in accordance with ASTM
19 D2487
20 PART 3 - EXECUTION
21 3.1 INSTALLERS [NOT USED]
22 3.2 EXAMINATION [NOT USED]
23 3.3 PREPARATION [NOT USED]
24 3.4 CONSTRUCTION
25
A.
Accept ownership of unsuitable or excess material and dispose of material off -site
26
accordance with local, state, and federal regulations at locations.
27
B.
Excavations shall be performed in the dry, and kept free from water, snow and ice
28
during construction with eh exception of water that is applied for dust control.
29
C.
Separate Unacceptable Fill Material from other materials, remove from the Site and
30
properly dispose according to disposal plan.
31
D.
Maintain drainage in the excavated area to avoid damage to the roadway sections and
32
proposed or existing structures.
33
E.
Correct any damage to the subgrade caused by weather, at no additional cost to the
34
City.
35
F.
Shape slopes to avoid loosening material below or outside the proposed grades.
36
Remove and dispose of slides as directed.
CITY OF FORT WORTH Joel East Road, East of CDC
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 104350
Revised January 28, 2013
3123 16 - 4
UNCLASSIFIED EXCAVATION
Page 4 of 4
1 G. Rock Cuts
2 1. Excavate to finish grades.
3 2. In the event of over excavation due to contractor error below the lines and grades
4 established in the Drawings, use approved embankment material compacted in
5 accordance with Section 3124 00 to replace the over excavated at no additional
6 cost to City.
7 H. Earth Cuts
8 1. Excavate to finish subgrade
9 2. In the event of over excavation due to contractor error below the lines and grades
10 established in the Drawings, use approved embankment material compacted in
11 accordance with Section 3124 00 to replace the over excavated at no additional
12 cost to City.
13 3. Manipulate and compact subgrade in accordance with Section 3124 00.
14 3.5 REPAIR [NOT USED]
15 3.6 RE -INSTALLATION [NOT USED]
16 3.7 FIELD QUALITY CONTROL
17
A. Subgrade Tolerances
18
1. Excavate to within 0.1 foot in all directions.
19
2. In areas of over excavation, Contractor provides fill material approved by the City
20
at no expense to the City.
21
3.8
SYSTEM STARTUP [NOT USED]
22
3.9
ADJUSTING [NOT USED]
23
3.10
CLEANING [NOT USED]
24
3.11
CLOSEOUT ACTIVITIES [NOT USED]
25
3.12
PROTECTION [NOT USED]
26
3.13
MAINTENANCE [NOT USED]
27
3.14
ATTACHMENTS [NOT USED]
28 END OF SECTION
Revision Log
DATE NAME SUMMARY OF CHANGE
29
12/20/2012 D. Johnson 1.2 - Measurement and Payment Section modified; Blue Text added for clarification
1/28/13 D. Johnson 1.2 — Modified Bid Item names in payment section to differentiate between Payment
Methods on bid list.
CITY OF FORT WORTH Joel East Road, East of CDC
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 104350
Revised January 28, 2013
312323-1
BORROW
Page 1 of 5
I SECTION 3123 23
2 BORROW
3
4 PART1- GENERAL
5 1.1 SUMMARY
6 A. Section Includes:
7 1. Furnish, place and compact Borrow material for grading.
8 B. Deviations from this City of Fort Worth Standard Specification
9 1. Identified Measurement and Payment
10 C. Related Specification Sections include, but are not necessarily limited to:
11 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract
12 2. Division 1 — General Requirements
13 3. Section 3123 16 — Unclassified Excavation
14 4. Section 3124 00 — Embankments
15 1.2 PRICE AND PAYMENT PROCEDURES
16 A. Measurement and Payment
17 1. Borrow by Plan Quantity
18 a. Measurement
19 1) Measurement for this Item shall be by the cubic yard in its final position
20 using the average end area method. Limits of measurement are shown on
21 the Drawings.
22 2) When measured by the cubic yard in its final position, this is a plans
23 quantity measurement Item. The quantity to be paid is the quantity shown
24 in the proposal, unless modified by Article 11.04 of the General
25 Conditions. Additional measurements or calculations will be made if
26 adjustments of quantities are required.
27 b. Payment
28 1) The work performed and materials furnished in accordance with this Item
29 and measured as provided under "Measurement" will be paid for at the unit
30 price bid per cubic yard of "Borrow by Plan" for the various borrow
31 materials. No additional compensation will be allowed for rock or
32 shrinkage/swell factors, as these are the Contractor's responsibility.
33 c. The price bid shall include:
34 1) Transporting or hauling material
35 2) Furnishing, placing, compacting and finishing Borrow
36 3) Construction Water
37 4) Dust Control
38 5) Clean-up
39 6) Proof Rolling
40 7) Disposal of excess or waste material
41 8) Reworking or replacement of undercut material
CITY OF FORT WORTH Joel East Road, East of CDC
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 104350
Revised January 28, 2013
312323-2
BORROW
Page 2 of 5
1 1.3 REFERENCES
2 A. Reference Standards
3 1. Reference standards cited in this Specification refer to the current reference
4 standard published at the time of the latest revision date logged at the end of this
5 Specification, unless a date is specifically cited.
6 2. ASTM Standards
7 a. ASTM D2487, Standard Practice for Classification of Soils for Engineering
8 Purposes (Unified Soil Classification System)
9 b. ASTM D4318-10, Standard Test Methods for Liquid Limit, Plastic Limit, and
10 Plasticity Index of Soils
11 c. ASTM D6913, Standard Test Methods for Particle -Size Distribution
12 (Gradation) of Soils Using Sieve Analysis
13 d. ASTM D698, Standard Test Methods for Laboratory Compaction
14 Characteristics of Soil Using Standard Effort (12,400 ft-lbf/ft3)
15 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED]
16 1.5 SUBMITTALS
17 A. Submittals shall be in accordance with Section 0133 00.
18 B. All submittals shall be approved by the City prior to construction.
19 C. Submit laboratory tests reports for each soil borrow source used to supply general
20 borrow and select fill materials.
21 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS
22 A. Shop Drawings
23 1. Stockpiled Borrow material
24 a. Provide a description of the storage of the delivered Borrow material only if the
25 Contract Documents do not allow storage of materials in the right-of-way of the
26 easement.
27 1.7 CLOSEOUT SUBMITTALS [NOT USED]
28 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
29 1.9 QUALITY ASSURANCE
30 A. Borrow material shall be tested prior to delivery to the Site.
31 1. Provide Proctor Test results, Gradation and Atterberg Limits for Borrow material
32 from each source.
33 a. All testing listed above shall be performed in terms of ASTM D698, ASTM
34 D6913 and ASTM D4318-10 respectively.
35 1.10 DELIVERY, STORAGE, AND HANDLING
36 A. Delivery
37 1. Coordinate all deliveries and haul -off.
38 B. Storage
39 1. Within Existing Rights -of -Way (ROW)
CITY OF FORT WORTH Joel East Road, East of CDC
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 104350
Revised January 28, 2013
312323-3
BORROW
Page 3 of 5
a. Borrow materials may be stored within existing ROW, easements or temporary
2
construction easements, unless specifically disallowed in the Contract
3
Documents.
4 b.
Do not block drainage ways, inlets or driveways.
5 c.
Provide erosion control in accordance with Section 3125 00.
6 d.
Store materials only in areas barricaded as provided in the traffic control plans.
7 e.
In non -paved areas, do not store material on the root zone of any trees or in
8
landscaped areas.
9 2. Designated
Storage Areas
10 a.
If the Contract Documents do not allow the storage of Borrow materials within
11
the ROW, easement or temporary construction easement, then secure and
12
maintain an adequate storage location.
13 b.
Provide an affidavit that rights have been secured to store the materials on
14
private property.
15 c.
Provide erosion control in accordance with Section 3125 00.
16 d.
Do not block drainage ways.
17 e.
Only materials used for 1 working day will be allowed to be stored in the work
18
zone.
19 1.11 FIELD CONDITIONS [NOT USED]
20 1.12 WARRANTY [NOT USED]
21 PART 2 - PRODUCTS
22 2.1 OWNER -FURNISHED [NOT USED]
23 2.2 PRODUCT TYPES AND MATERIALS
24 A. Borrow
25 1. Additional soil beneath pavements, roadways, foundations and other structures
26 required to achieve the elevations shown on the Drawings.
27 2. Acceptable Fill Material
28 a. In -situ or imported soils classified as CL, CH, SC or GC in accordance with
29 ASTM D2487
30 b. Free from deleterious materials, boulders over 6 inches in size and organics
31 c. Can be placed free from voids
32 d. Must have 20 percent passing the number 200 sieve
33 3. Blended Fill Material
34 a. In -situ soils classified as SP, SM, GP or GM in accordance with ASTM D2487
35 b. Blended with in -situ or imported Acceptable Fill material to meet the
36 requirements of an Acceptable Fill Material
37 c. Free from deleterious materials, boulders over 6 inches in size and organics
38 d. Must have 20 percent passing the number 200 sieve
39 4. Select Fill
40 a. Classified as SC or CL in accordance with ASTM D2487
41 b. Liquid limit less than 35
42 c. Plasticity index between 8 and 20
43 5. Cement Stabilized Sand (CSS)
CITY OF FORT WORTH Joel East Road, East of CDC
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 104350
Revised January 28, 2013
312323-4
BORROW
Page 4 of 5
1 a.
Sand or silty sand
2 b.
Free of clay or plastic material
3 c.
Minimum of 4 percent cement content of Type I/II portland cement
4 d.
100 to 150 psi compressive strength at 2 days in accordance with ASTM
5
D1633, Method A
6 e.
200 to 250 psi compressive strength at 23 days in accordance with ASTM
7
D1633, Method A
8 f.
Mix in a stationary pug mill, weigh -batch or continuous mixing plant
9 2.3 ASSEMBLY OR FABRICATION TOLERANCES [NOT USED]
10 2.4 ACCESSORIES [NOT USED]
11 2.5 SOURCE QUALITY CONTROL [NOT USED]
12 PART 3 - EXECUTION
13 3.1 INSTALLERS [NOT USED]
14 3.2 EXAMINATION [NOT USED]
15 3.3 PREPARATION [NOT USED]
16 3.4 INSTALLATION
17
A. All Borrow placement shall be performed in accordance to Section 3124 00.
18
3.5
REPAIR [NOT USED]
19
3.6
RE -INSTALLATION [NOT USED]
20
3.7
FIELD QUALITY CONTROL
21
A. Field quality control will be performed in accordance to Section 31 24 00.
22
3.8
SYSTEM STARTUP [NOT USED]
23
3.9
ADJUSTING [NOT USED]
24
3.10
CLEANING [NOT USED]
25
3.11
CLOSEOUT ACTIVITIES [NOT USED]
26
3.12
PROTECTION [NOT USED]
27
3.13
MAINTENANCE [NOT USED]
28
3.14
ATTACHMENTS [NOT USED]
29 END OF SECTION
Revision Log
DATE NAME SUMMARY OF CHANGE
12/20/2012 D. Johnson 1.2 - Measurement and Payment Section modified; Blue Text added for clarification
CITY OF FORT WORTH Joel East Road, East of CDC
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 104350
Revised January 28, 2013
312323-5
BORROW
Page 5 of 5
1/28/13 D. Johnson 1.2 — Modified Bid Item names in payment section to differentiate between Payment
Methods on bid list.
CITY OF FORT WORTH Joel East Road, East of CDC
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 104350
Revised January 28, 2013
312400-1
EMBANKMENTS
Page 1 of 9
1 SECTION 3124 00
2 EMBANKMENTS
3 PART1- GENERAL
4 1.1 SUMMARY
5 A. Section Includes:
6 1. Transporting and placement of Acceptable Fill Material within the boundaries of
7 the Site for construction of-
8 a. Roadways
9 b. Embankments
10 c. Drainage Channels
11 d. Site Grading
12 e. Any other operation involving the placement of on -site materials
13 B. Deviations from this City of Fort Worth Standard Specification
14 1. Identified Measurement and Payment
15 C. Related Specification Sections include, but are not necessarily limited to:
16 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract
17 2. Division 1 — General Requirements
18 3. Section 3123 16 — Unclassified Excavation
19 4. Section 3123 23 — Borrow
20 1.2 PRICE AND PAYMENT PROCEDURES
21 A. Measurement and Payment
22 1. Embankments by Plan Quantity
23 a. Measurement
24 1) Measurement for this Item shall be by the cubic yard in its final position
25 using the average end area method. Limits of measurement are shown on
26 the Drawings.
27 2) When measured by the cubic yard in its final position, this is a plans
28 quantity measurement Item. The quantity to be paid is the quantity shown
29 in the proposal, unless modified by Article 11.04 of the General
30 Conditions. Additional measurements or calculations will be made if
31 adjustments of quantities are required.
32 b. Payment
33 1) The work performed and materials furnished in accordance with this Item
34 and measured as provided under "Measurement" will be paid for at the unit
35 price bid per cubic yard of "Embankment by Plan". No additional
36 compensation will be allowed for rock or shrinkage/swell factors, as these
37 are the Contractor's responsibility.
38 c. The price bid shall include:
39 1) Transporting or hauling material
40 2) Placing, compacting, and finishing Embankment
41 3) Construction Water
42 4) Dust Control
CITY OF FORT WORTH Joel East Road, East of CDC
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 104350
Revised January 28, 2013
312400-2
EMBANKMENTS
Page 2 of 9
1 5) Clean-up
2 6) Proof Rolling
3 7) Disposal of excess materials
4 8) Reworking or replacement of undercut material
5 1.3 REFERENCES
6 A. Reference Standards
7 1. Reference standards cited in this specification refer to the current reference standard
8 published at the time of the latest revision date logged at the end of this
9 specification, unless a date is specifically cited.
10 2. ASTM Standards
11 a. ASTM D4318-10, Test Procedure for Determining Liquid Limit, Plastic Limit,
12 and Plasticity Index of Soils
13 b. ASTM D4943-08, Standard Test Method for Shrinkage Factors of Soils by the
14 Wax Method
15 c. ASTM D698-07el, Standard Test Methods for Laboratory Compaction
16 Characteristics of Soil Using Standard Effort
17 d. ASTM D1557-09, Standard Test Methods for Laboratory Compaction
18 Characteristics of Soil Using Modified Effort
19 e. ASTM D7382-08, Standard Test for Determination of Maximum Dry Unit
20 Weight and Water Content Range for Effective Compaction of Granular Soils
21 Using a Vibrating Hammer
22 £ ASTM D1556-07, Standard Test for Density and Unit Weight of Soil In -Place
23 by the Sand Cone Method
24 1.4 ADMINSTRATIVE REQUIREMENTS
25 A. Sequencing
26 1. Sequence work such that calls of proctors are complete in accordance with ASTM
27 D698 prior to commencement of construction activities.
28 1.5 SUBMITTALS
29 A. Submittals shall be in accordance with Section 0133 00.
30 B. All submittals shall be approved by the City prior to construction
31 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS
32 A. Shop Drawings
33 1. Stockpiled material
34 a. Provide a description of the storage of the excavated material only if the
35 Contract Documents do not allow storage of materials in the right-of-way or the
36 easement
CITY OF FORT WORTH Joel East Road, East of CDC
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 104350
Revised January 28, 2013
1.7 CLOSEOUT SUBMITTALS [NOT USED]
2 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
3 1.9 QUALITY ASSURANCE [NOT USED]
4 1.10 DELIVERY, STORAGE, AND HANDLING
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
312400-3
EMBANKMENTS
Page 3 of 9
A. Storage
1. Within Existing Rights -of -Way (ROW)
a. Soil may be stored within existing ROW, easements or temporary construction
easements, unless specifically disallowed in the Contract Documents.
b. Do not block drainage ways, inlets or driveways.
c. Provide erosion control in accordance with Section 3125 00.
d. When the Work is performed in active traffic areas, store materials only in
areas barricaded as provided in the traffic control plans.
e. In non -paved areas, do not store material on the root zone of any trees or in
landscaped areas.
2. Designated Storage Areas
a. If the Contract Documents do not allow the storage within the ROW, easement
or temporary construction easement, then secure and maintain an adequate
storage location.
b. Provide an affidavit that rights have been secured to store the materials on
private property.
c. Provide erosion control in accordance with Section 3125 00.
d. Do not block drainage ways.
23 1.11 FIELD CONDITIONS
24 A. Existing Conditions
25 1. Any data which has been or may be provided on subsurface conditions is not
26 intended as a representation or warranty of accuracy or continuity between soils. It
27 is expressly understood that neither the City nor the Engineer will be responsible
28 for interpretations or conclusions drawn there from by the Contractor.
29 2. Data is made available for the convenience of the Contractor.
30 1.12 WARRANTY [NOT USED]
31 PART 2 - PRODUCTS
32 2.1 OWNER -FURNISHED [NOT USED]
33 2.2 PRODUCT TYPES AND MATERIALS
34 A. Materials
35 1. Acceptable Fill Material
36 a. In -situ or imported soils classified as CL, CH, SC or GC in accordance with
37 ASTM D2487
38 b. Free from deleterious materials, boulders over 6 inches in size and organics
39 c. Can be placed free from voids
40 d. Must have 20 percent passing the number 200 sieve
CITY OF FORT WORTH Joel East Road, East of CDC
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 104350
Revised January 28, 2013
312400-4
EMBANKMENTS
Page 4 of 9
1 2. Blended Fill Material
2 a. In -situ soils classified as GW, GP, GM, SW, SP, or SM in accordance with
3 ASTM D2487
4 b. Blended with in -situ or imported acceptable backfill material to meet the
5 requirements of an Acceptable Backfill Material
6 c. Free from deleterious materials, boulders over 6 inches in size and organics
7 d. Must have 20 percent passing the number 200 sieve
8 3. Unacceptable Fill Material
9 a. In -situ soils classified as ML, MH, PT, OL or OH in accordance with ASTM
10 D2487
11 4. Select Fill
12 a. Classified as SC or CL in accordance with ASTM D2487
13 b. Liquid limit less than 35
14 c. Plasticity index between 8 and 20
15 2.3 ASSEMBLY OR FABRICATION TOLERANCES [NOT USED]
16 2.4 ACCESSORIES [NOT USED]
17 2.5 SOURCE QUALITY CONTROL [NOT USED]
18 PART 3 - EXECUTION
19 3.1 INSTALLERS [NOT USED]
20 3.2 EXAMINATION [NOT USED]
21 3.3 PREPARATION
22 A. Protection of In -Place Conditions
23 1. Pavement
24 a. Conduct activities in such a way that does not damage existing pavement that is
25 designated to remain.
26 b. Repair or replace any pavement damaged due to the negligence of the
27 contractor outside the limits designated for pavement removal at no additional
28 cost
29 2. Trees
30 a. When operating outside of existing ROW, stake permanent and temporary
31 construction easements.
32 b. Restrict all construction activities to the designated easements and ROW.
33 c. Flag and protect all trees designated to remain in accordance with Section 31 10
34 00.
35 d. Conduct embankments in a manner such that there is no damage to the tree
36 canopy.
37 e. Prune or trim tree limbs as specifically allowed by the Drawings or as
38 specifically allowed by the City.
39 1) Pruning or trimming may only be accomplished with equipment
40 specifically designed for tree pruning or trimming.
41 3. Above ground Structures
42 a. Protect all above ground structures adjacent to the construction.
CITY OF FORT WORTH Joel East Road, East of CDC
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 104350
Revised January 28, 2013
312400-5
EMBANKMENTS
Page 5 of 9
1 4. Traffic
2 a. Maintain existing traffic, except as modified by the traffic control plan, and in
3 accordance with Section 34 71 13.
4 b. Do not block access to driveways or alleys for extended periods of time unless:
5 1) Alternative access has been provided
6 2) Proper notification has been provided to the property owner or resident
7 3) It is specifically allowed in the traffic control plan
8 3.4 INSTALLATION
9 A. Embankments General
10 1. Placing and Compacting Embankment Material
11 a. Perform fill operation in an orderly and systematic manner using equipment in
12 proper sequence to meet the compaction requirements
13 b. Scarify and loosen the unpaved surface areas, except rock, to a depth of at least
14 6 inches, unless otherwise shown on the Drawings
15 c. Place fill on surfaces free from trees, stumps, roots, vegetation, or other
16 deleterious materials
17 d. Bench slopes before placing material.
18 e. Begin filling in the lowest section or the toe of the work area
19 f. When fill is placed directly or upon older fill, remove debris and any loose
20 material and proof roll existing surface.
21 g. After spreading the loose lifts to the required thickness and adjusting its
22 moisture content as necessary, simultaneously recompact scarified material
23 with the placed embankment material.
24 h. Roll with sufficient number passes to achieve the minimum required
25 compaction.
26 i. Provide water sprinkled as necessary to achieve required moisture levels for
27 specified compaction
28 j. Do not add additional lifts until the entire previous lift is properly compacted.
29 2. Surface Water Control
30 a. Grade surface horizontally but provide with sufficient longitudinal and
31 transverse slope to allow for runoff of surface water from every point.
32 b. Conduct fills so that no obstruction to drainage from any other sections of fill is
33 created.
34 c. Install temporary dewatering sumps in low areas during filling where excess
35 amounts of runoff collect.
36 d. Compact uniformly throughout. Keep surfaces of fill reasonably smooth and
37 free from humps and hollows that would prevent proper uniform compaction.
38 e. Do not place fill during or shortly after rain events which prevent proper work
39 placement of the material and compaction
40 f. Prior to resuming compaction operations, remove muddy material off the
41 surface to expose firm and compacted materials
42 B. Embankments for Roads
43 1. Only Acceptable Fill Material will be allowed for roadways
44 2. Embankments for roadbeds shall be constructed in layers approximately parallel to
45 the finished grade of the street
46 3. Construct generally to conform to the cross section of the subgrade section as
47 shown in the Drawings.
CITY OF FORT WORTH Joel East Road, East of CDC
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 104350
Revised January 28, 2013
312400-6
EMBANKMENTS
Page 6 of 9
1
4.
Establish grade and shape to the typical sections shown on the Drawings
2
5.
Maintain finished sections of embankment to the grade and compaction
3
requirements until the project is accepted.
4
C. Earth Embankments
5
1.
Earth embankment is mainly composed of material other than rock. Construct
6
embankments in successive layers, evenly distributing materials in lengths suited
7
for sprinkling and rolling.
8
2.
Rock or Concrete
9
a. Obtain approval from the City prior to incorporating rock and broken concrete
10
produced by the construction project in the lower layers of the embankment.
11
b. No Rock or Concrete will be permitted in embankments in any location where
12
future utilities are anticipated.
13
c. When the size of approved rock or broken concrete exceeds the layer thickness
14
place the rock and concrete outside the limits of the proposed structure or
15
pavement. Cut and remove all exposed reinforcing steel from the broken
16
concrete.
17
3.
Move the material dumped in piles or windrows by blading or by similar methods
18
and incorporate it into uniform layers.
19
4.
Featheredge or mix abutting layers of dissimilar material for at least 100 feet to
20
ensure there are no abrupt changes in the material.
21
5.
Break down clods or lumps of material and mix embankment until a uniform
22
material is attained.
23
D. Rock
Embankments
24
1.
Rock embankment is mainly composed of rock.
25
2.
Rock Embankments for roadways are only allowed when specifically designated on
26
the Drawings.
27
3.
Construct rock embankments in successive layers for the full width of the roadway
28
cross-section with a depth of 18-inches or less.
29
4.
The layer depth for large rock sizes shall not exceed a depth of 18-inches in any
30
case. Fill voids created by the large stone matrix with smaller stones during the
31
placement and filling operations.
32
5.
Ensure the depth of the embankment layer is greater than the maximum dimension
33
of any rock.
34
6.
Do not place rock greater than 18-inches in its maximum dimension.
35
7.
Construct the final layer with graded material so that the density and uniformity is
36
in accordance compaction requirements.
37
8.
The upper or final layer of rock embankments shall contain no material larger than
38
4 inches in their maximum dimension.
39 E. Density
40 1. Compact each layer until the maximum dry density as determined by ASTM D698
41 is achieved.
42 a. Not Under Roadway or Structure:
43 1) areas to be compacted in the open, not beneath any structure, pavement,
44 flatwork, or is a minimum of 1 foot outside of the edge of any structure,
45 edge of pavement, or back of curb.
CITY OF FORT WORTH Joel East Road, East of CDC
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 104350
Revised January 28, 2013
312400-7
EMBANKMENTS
Page 7 of 9
I a) Compact each layer to a minimum of 90 percent Standard Proctor
2 Density.
3 b. Embankments under future paving:
4 1) Compact each layer to a minimum of 95 percent standard proctor density
5 with a moisture content not to exceed +4 percent or -2 percent of optimum
6 moisture or as indicated on the Drawings
7 c. Embankments under structures:
8 1) Compacted each layer as indicated on the Drawings
9 F. Maintenance of Moisture and Reworking
10 1. Maintain the density and moisture content once all requirements are met.
11 2. For soils with a PI greater than 15, maintain the moisture content no lower than 4
12 percentage points below optimum.
13 3. Rework the material to obtain the specified compaction when the material loses the
14 required stability, density, moisture, or finish.
15 4. Alter the compaction methods and procedures on subsequent work to obtain
16 specified density as directed by the City.
17 3.5 REPAIR [NOT USED]
18 3.6 RE -INSTALLATION [NOT USED]
19 3.7 FIELD QUAILITY CONTROL
20 A. Field Tests and Inspections
21 1. Proctors
22 a. The City will perform Proctors in accordance with ASTM D698.
23 b. Test results will generally be available to within 4 calendar days and distributed
24 to:
25 1) Contractor
26 2) City Project Manager
27 3) City Inspector
28 4) Engineer
29 c. Notify the City if the characteristic of the soil changes.
30 d. City will perform new proctors for varying soils:
31 1) When indicated in the geotechnical investigation in the Appendix
32 2) If notified by the Contractor
33 3) At the convenience of the City
34 e. Embankments where different soil types are present and are blended, the
35 proctors shall be based on the mixture of those soils.
36
2. Proof Rolling
37
a. Embankments under Future Pavement
38
1)
City Project Representative must be on -site during proof rolling operations.
39
2)
Use equipment that will apply sufficient load to identify soft spots that rut
40
or pump.
41
a) Acceptable equipment includes fully loaded single -axle water truck
42
with a 1500 gallon capacity.
43
3)
Make at least 2 passes with the proof roller (down and back = 1 pass).
44
4)
Offset each trip by at most 1 tire width.
45
5)
If an unstable or non -uniform area is found, correct the area.
CITY OF FORT WORTH Joel East Road, East of CDC
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 104350
Revised January 28, 2013
312400-8
EMBANKMENTS
Page 8 of 9
1
6) Correct
2
a) Soft spots that rut or pump greater than 3/4 inch.
3
b) Areas that are unstable or non -uniform
4
7) If a non -uniform area is found then correct the area.
5
b.
Embankments Not Under Future Paving
6
1) No Proof Rolling is required.
7
3. Density
Testing of Embankments
8
a.
Density Test shall be in conformance with ASTM D2922.
9
b.
For Embankments under future pavement:
10
1) The City will perform density testing twice per working day when
11
compaction operations are being conducted.
12
2) The testing lab shall take a minimum of 3 density tests, but the number of
13
test shall be appropriate for the area being compacted.
14
3) Testing shall be representative of the current lift being compacted.
15
4) Special attention should be placed on edge conditions.
16
c.
For Embankments not under future pavement or structures:
17
1) The City will perform density testing once working day when compaction
18
operations are being conducted.
19
2) The testing lab shall take a minimum of 3 density tests.
20
3) Testing shall be representative of the current lift being compacted.
21
d.
Make the area where the embankment is being placed available for testing.
22
e.
The City will determine the location of the test.
23
f.
The City testing lab will provide results to Contractor and the City's Inspector
24
upon completion of the testing.
25
g.
A formal report will be posted to the City's Buzzsaw site within 48 hours.
26
h.
Test reports shall include:
27
1) Location of test by station number
28
2) Time and date of test
29
3) Depth of testing
30
4) Field moisture
31
5) Dry density
32
6) Proctor identifier
33
7) Percent Proctor Density
34
B. Non -Conforming
Work
35
1. All non -conforming work shall be removed and replaced.
36 3.8 SYSTEM STARTUP [NOT USED]
37 3.9 ADJUSTING [NOT USED]
38 3.10 CLEANING [NOT USED]
39 3.11 CLOSEOUT ACTIVITIES [NOT USED]
40 3.12 PROTECTION [NOT USED]
41 3.13 MAINTENANCE [NOT USED]
42 3.14 ATTACHMENTS [NOT USED]
43 END OF SECTION
CITY OF FORT WORTH Joel East Road, East of CDC
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 104350
Revised January 28, 2013
312400-9
EMBANKMENTS
Page 9 of 9
Revision Log
DATE NAME SUMMARY OF CHANGE
1.2 — Added possible measurement and payment procedures and Blue
12/20/2012 D. Johnson text for instructions on how the methods should be applied
2.2.2.a added GW and SW material classifications
1/28/13 D. Johnson 1.2 — Modified Bid Item names in payment section to differentiate
between Payment Methods on bid list.
CITY OF FORT WORTH Joel East Road, East of CDC
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 104350
Revised January 28, 2013
465
Item 465®
Junction Boxes, Manholes, and Inlets Texas
Department
of Transportation
1. DESCRIPTION
Construct junction boxes, manholes, and inlets, complete in place or to the stage detailed, including
furnishing and installing frames, grates, rings, and covers.
2. MATERIALS
Furnish materials in accordance with the following:
■ Item 420,
"Concrete Substructures,"
■ Item 421,
"Hydraulic Cement Concrete,"
■ Item 440,
'Reinforcement for Concrete," and
■ Item 471,
"Frames, Grates, Rings, and Covers."
Cast -in -place junction boxes, manholes, inlets, risers, and appurtenances are acceptable unless otherwise
shown. Alternate designs for cast -in -place items must be acceptable to the Engineer and must conform to
functional dimensions and design loading. Alternate designs must be designed and sealed by a licensed
professional engineer.
2.1. Concrete. Furnish Class H concrete as referenced in Item 421 "Hydraulic Cement Concrete," except that Mix
Design Options 1-8 will be allowed for formed precast junction boxes, manholes, and inlets. Furnish
concrete per DMS-7310, `Reinforced Concrete Pipe and Machine -Made Precast Concrete Box Culvert
Fabrication and Plant Qualification," for machine -made precast junctions boxes, manholes, and inlets.
Furnish Class C concrete for cast -in -place manholes and inlets unless otherwise shown on the plans.
2.2. Mortar. Furnish mortar conforming to DMS-4675, "Cementitious Grouts and Mortars for Miscellaneous
Applications."
2.3. Timber. Provide sound timber that is a minimum of 3 in. nominal thickness and reasonably free of knots and
warps for temporary covers when used with Stage I construction (see Article 465.3., "Construction").
2.4. Other Materials. Use commercial -type hardware as approved.
3. CONSTRUCTION
Construct all types of junction boxes, manholes, and inlets either complete or in 2 stages, described as
Stage I and Stage 11.
Construct the Stage I portion of junction boxes, manholes, and inlets as shown on the plans or as specified in
this Item. Furnish and install a temporary cover as approved.
Furnish and install the storm drain pipe and a temporary plug for the exposed end of the storm drain pipe
from the storm drain to a point below the top of curb indicated on the plans for Stage I construction of cast
iron or steel inlet units.
Construct Stage II after the pavement structure is substantially complete unless otherwise approved.
Construct the remaining wall height and top of junction box, manhole, or inlet for Stage 11, and furnish and
install any frames, grates, rings and covers, curb beams, or collecting basins required.
659
465
Construct cast -in -place junction boxes, manholes, and inlets in accordance with Item 420, "Concrete
Substructures." Forms will be required for all concrete walls. Outside wall forms for cast -in -place concrete
may be omitted with approval if the surrounding material can be trimmed to a smooth vertical face.
3.1. Precast Junction Boxes, Manholes, and Inlets. Construct formed precast junction boxes, manholes, and
inlets in accordance with Item 420, "Concrete Substructures," except as otherwise noted in this Item.
Construct machine -made precast junction boxes, manholes, and inlets in accordance with ASTM C478
except as otherwise noted in this Item. Mix and place concrete for machine -made junction boxes, manholes,
and inlets per the requirements of DMS-7310, "Reinforced Concrete Pipe and Machine -Made Precast
Concrete Box Culvert Fabrication and Plant Qualification." Conform to the product permissible variations and
rejection criteria stated in ASTM C478 for machine -made precast junction boxes, manholes, and inlets. Cure
all precast units in accordance with Item 424, "Precast Concrete Structural Members (Fabrication)."
Multi -project fabrication plants as defined in Item 424 "Precast Concrete Structural Members (Fabrication),"
that produce manholes and inlets will be approved by the Construction Division in accordance with
DMS-7340, "Qualification Procedure for Multi -Project Fabrication Plants of Precast Concrete Junction Boxes,
Manholes and Inlets." The Department's MPL has a list of approved multi -project plants.
3.1.1. Lifting Holes. Provide no more than 4 lifting holes in each section for precast units. Lifting holes may be
cast, cut into fresh concrete after form removal, or drilled. Provide lifting holes large enough for adequate
lifting devices based on the size and weight of the section. The maximum hole diameter is 3 in. at the inside
surface of the wall and 4 in. at the outside surface. Cut no more than 5 in. in any direction of reinforcement
per layer for lifting holes. Repair spalled areas around lifting holes.
3.1.2. Marking. Clearly mark each precast junction box, manhole, and inlet unit with the following information:
■ name or trademark of fabricator and plant location;
■ product designation;
■ ASTM designation (if applicable);
■ date of manufacture;
■ designated fabricator's approval stamp; and
■ designation "SR" for product meeting sulfate -resistant concrete plan requirements (when applicable).
3.1.3. Storage and Shipment. Store precast units on a level surface. Do not ship units until design strength
requirements have been met.
3.2. Excavation, Shaping, Bedding, and Backfill. Excavate, shape, bed, and backfill in accordance with
Item 400, "Excavation and Backfill for Structures." Immediate backfilling is permitted for all junction box,
manhole, and inlet structures where joints consist of rubber boots, rubber gaskets, or bulk or preformed joint
sealant. Take precautions in placing and compacting the backfill to avoid any movement of junction boxes,
manholes, and inlets. Remove and replace junction boxes, manholes, and inlets damaged by the Contractor
at no expense to the Department.
3.3. Junction Boxes, Manholes, and Inlets for Precast Concrete Pipe Storm Drains. Construct junction
boxes, manholes, and inlets for precast concrete pipe storm drains before completion of storm drain lines
into or through the junction box, manhole, or inlet. Neatly cut all storm drains at the inside face of the walls of
the junction box, manhole, or inlet.
3.4. Junction Boxes, Manholes, and Inlets for Box Storm Drains. Place bases or risers of junction boxes,
manholes, and inlets for box storm drains before or in conjunction with placement of the storm drain. Backfill
the junction box, manhole, or inlet and storm drain as a whole.
3.5. Inverts. Shape and route floor inverts passing out or through the junction box, manhole, or inlet as shown on
the plans. Shape by adding and shaping mortar or concrete after the base is placed or by placing the
required additional material with the base.
660
465
3.6. Finishing Complete Junction Boxes, Manholes, and Inlets. Complete junction boxes, manholes, and
inlets in accordance with the plans. Backfill to original ground elevation in accordance with Item 400,
"Excavation and Backfill for Structures."
3.7. Finishing Stage I Construction. Complete Stage I construction by constructing the walls to the elevations
shown on the plans and backfilling to required elevations in accordance with Item 400, "Excavation and
Backfill for Structures."
3.8. Stage II Construction. Construct subgrade and base course or concrete pavement construction over
Stage I junction box, manhole, or inlet construction unless otherwise approved. Excavate to expose the top
of Stage I construction and complete the junction box, manhole or inlet in accordance with the plans and
these Specifications, including backfill and cleaning of all debris from the bottom of the junction box,
manhole, or inlet.
3.9. Inlet Units. Install cast iron or steel inlet units in conjunction with the construction of concrete curb and
gutter. Set the inlet units securely in position before placing concrete for curb and gutter. Form openings for
the inlets and recesses in curb and gutter as shown on the plans. Place and thoroughly consolidate concrete
for curb and gutter adjacent to inlets and around the inlet castings and formed openings and recesses
without displacing the inlet units.
4. MEASUREMENT
All junction boxes, manholes, and inlets satisfactorily completed in accordance with the plans and
specifications will be measured by each junction box, manhole, or inlet, complete, or by each junction box,
manhole, or inlet completed to the stage of construction required by the plans.
5. PAYMENT
The work performed and materials furnished in accordance with this Item and measured as provided under
"Measurement" will be paid for as follows:
5.1. Complete Manholes. Payment for complete manholes will be made at the unit price bid for "Manhole
(Complete)" of the type specified.
5.2. Complete Inlets. Payment for inlets will be made at the unit price bid for "Inlet (Complete)," of the type
specified.
5.3. Complete Junction Boxes. Payment for junction boxes will be made at the unit price bid for "Junction Box
(Complete)" of the type specified.
5.4. Manholes Stage I. Payment for Manholes, Stage I, will be made at the unit price bid for each "Manhole
(Stage 1)" of the type specified.
5.5. Manholes Stage II. Payment for Manholes, Stage 11, will be made at the unit price bid for each "Manhole
(Stage 11)" of the type specified.
5.6. Inlets Stage I. Payment for Inlets, Stage I, will be made at the unit price bid for each "Inlet (Stage 1)" of the
type specified.
5.7. Inlets Stage II. Payment for Inlets, Stage 11, will be made at the unit price bid for each "Inlet (Stage 11)" of the
type specified.
5.8. Junction Boxes Stage I. Payment for Junction Boxes, Stage 1, will be made at the unit price bid for each
"Junction Box (Stage 1)" of the type specified.
661
465
5.9. Junction Boxes Stage II. Payment for Junction Boxes, Stage 11, will be made at the unit price bid for each
"Junction Box (Stage ll)" of the type specified.
This price is full compensation for concrete, reinforcing steel, mortar, frames, grates, rings and covers,
excavation, and backfill and for all other materials, tools, equipment, labor, and incidentals.
662
467
Item 467 °
Safety End Treatment , Texas
Department
of Transportation
1. DESCRIPTION
Furnish, construct, and install safety end treatments for drainage structures, or install or replace pipe runners
or pipe runner assemblies on existing drainage structures.
2. MATERIALS
2.1. General. Furnish materials in accordance with the following.
■ Item 420,
"Concrete Substructures,"
■ Item 421,
"Hydraulic Cement Concrete,"
■ Item 432,
"Riprap,"
■ Item 440,
'Reinforcement for Concrete,"
■ Item 442,
"Metal for Structures,"
■ Item 445,
"Galvanizing,"
■ Item 460,
"Corrugated Metal Pipe," and
■ Item 464,
'Reinforced Concrete Pipe."
Use Class C concrete for cast -in -place and precast concrete units unless otherwise shown on the plans.
Furnish cast -in -place or precast safety end treatments unless otherwise shown on the plans. Furnish Class B
concrete for concrete riprap unless otherwise shown on the plans. Provide galvanized steel for prefabricated
metal end sections in accordance with Item 460, "Corrugated Metal Pipe."
Furnish pipe runners in accordance with the following:
■ ASTM A1085;
■ ASTM A53, Type E or S, Grade B;
■ ASTM A500, Grade B; or
■ API 5L, Grade X42.
Furnish plates and angles in accordance with ASTM A36. Furnish nuts and bolts in accordance with
ASTM A307. Galvanize pipes, plates, angles, nuts, and bolts in accordance with Item 445, "Galvanizing."
2.2. Fabrication. Fabricate cast -in -place concrete units and precast units in accordance with Item 420, "Concrete
Substructures." Provide either prefabricated metal end sections or mitered CMP when specified for the pipe
structure unless otherwise shown on the plans.
Provide one of the following when reinforced concrete pipe (RCP) is specified for the pipe structure, unless
otherwise shown on the plans:
■ mitered RCP or
■ precast safety end treatment (SET) units. Provide riprap only if the plans specifically require it for this
alternative.
2.2.1. SET Types.
2.2.1.1. Type I. Provide Type I SET consisting of reinforced concrete headwalls or wingwalls and pipe runners in
accordance with the details shown on the plans when required.
665
467
2.2.1.2. Type II. Provide Type II SET in accordance with the details shown on the plans consisting of the following:
■ CMP or RCP mitered to the proper slope, concrete riprap and pipe runners, when required;
■ prefabricated metal end sections, concrete riprap and pipe runners, when required; or
■ precast SET units, concrete riprap, when required, and pipe runners, when required.
2.2.2. Lifting Holes. Provide no more than 4 lifting holes in each section for precast units. Lifting holes may be
cast, cut into fresh concrete after form removal, or drilled. Provide lifting holes large enough for adequate
lifting devices based on the size and weight of the section. The maximum hole diameter is 3 in. at the inside
surface of the wall and 4 in. at the outside surface. Cut no more than 1 longitudinal wire or 2 circumferential
wires per layer of reinforcing steel when locating lift holes. Repair spalled areas around lifting holes.
2.2.3. Marking. Clearly mark the following on each precast unit, mitered CMP, mitered RCP, or metal end section
before shipment from the casting or fabrication yard:
■ the date of manufacture,
■ the name or trademark of the manufacturer, and
■ the type and size designation.
2.2.4. Storage and Shipment. Store precast units on a level surface. Do not place any loads on precast units until
the design strength is reached. Do not ship units until design strength requirements have been met.
2.2.5. Causes for Rejection. Precast units may be rejected for not meeting any one of the specification
requirements. Individual units may also be rejected for fractures or cracks passing through the wall or surface
defects indicating honeycombed or open texture surfaces. Remove rejected units from the project and
replace with acceptable units meeting the requirements of this Item.
2.2.6. Defects and Repairs. Occasional imperfections in manufacture or accidental damage sustained during
handling may be repaired. The repaired units will be acceptable if they conform to the requirements of this
Item and the repairs are sound and properly finished and cured in conformance with pertinent specifications.
Repair damaged galvanizing in accordance with Section 445.3.5., "Repairs."
3. CONSTRUCTION
3.1. General. Remove portions of existing structures in accordance with Section 420.4.8., "Extending Existing
Substructures." Drill, dowel, and grout in accordance with Item 420, "Concrete Substructures." Furnish
concrete riprap in accordance with Item 432, "Riprap."
Provide riprap on all prefabricated metal end sections.
3.2. Excavation, Shaping, Bedding, and Backfill. Excavate, shape, bed, and backfill in accordance with
Item 400, "Excavation and Backfill for Structures." Take special precautions in placing and compacting the
backfill to avoid any movement or damage to the units. Bed precast units on foundations of firm and stable
material accurately shaped to conform to the bases of the units.
3.3. Placement of Precast Units. Provide adequate means to lift and place the precast units. Fill lifting holes
with mortar or concrete and cure. Precast concrete or mortar plugs may be used.
3.4. Connections. Make connections to new or existing structures in accordance with the details shown on the
plans. Furnish jointing material in accordance with Item 464, `Reinforced Concrete Pipe."
Also remove a length of the existing pipe from the headwall to the joint when removing existing headwalls as
shown on the plans or as approved. Re -lay the removed pipe if approved, or furnish and lay a length of new
pipe.
3.5. Install or Replace Pipe Runners or Assemblies. Install or replace individual pipe runners or pipe runner
assemblies on existing drainage structures as indicated on the plans.
467
4. MEASUREMENT
SETs of all types will be measured by each barrel of each structure end.
Pipe runners or pipe runner assemblies installed or replaced on existing structure will be measured by each
installed or replaced on each structure end.
5. PAYMENT
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 bid for the various designations of "Safety End Treatment'
specified as follows:
■ SET (Type 1) (Barrel Span) (Wall Height) (Slope, Horizontal:Vertical) (Orientation, Cross or Parallel)
■ SET (Type 1) (Pipe Diameter or Design) (Slope, Horizontal:Vertical) (Orientation, Cross or Parallel)
■ SET (Type 11) (Pipe Diameter or Design) (Pipe Material) (Slope, Horizontal:Vertical) (Orientation, Cross
or Parallel)
■ SET (Pipe Runner)
■ SET (Pipe Runner Assembly)
For payment purposes, the wingwall heights of Type I SETs for box culverts will be rounded to the nearest
foot.
This price is full compensation for constructing, furnishing, transporting, and installing the end treatments;
pipe runners, or pipe runner assemblies, connecting to existing structure; breaking back, removing and
disposing of portions of the existing structure, removing and disposing of existng pipe runner or pipe runner
assemblies, and replacing portions of the existing structure as required to make connections; excavation and
backfill; furnishing concrete, reinforcing steel, corrugated metal pipe or reinforced concrete pipe, and pipe
runners; and concrete riprap, nuts, bolts, plates, angles, equipment, labor, tools, and incidentals.
The removal and re-laying of existing pipe or the furnishing of new pipe to replace existing pipe will not be
paid for directly but will be considered subsidiary to this Item.
The mitered length of CMP or RCP that is a part of the SET (Type 11) will not be paid for directly but will be
considered subsidiary to this Item. The limits for payment for pipe will be as shown on the plans and paid for
in accordance with the pertinent bid item.
The limits of riprap to be included in the price bid for each SET will be shown on the plans. Any riprap placed
beyond the limits shown will be paid in accordance with Item 432, "Riprap." Riprap between multiple precast
SET units will be required as shown on the plans and is included in the price bid for SET.
When precast SETs are provided as an option to mitered RCP, riprap aprons will not be required unless the
plans specifically require riprap aprons for precast SET units. The plans will show the limits of the riprap to be
included with the precast SET for payment.
667
533
Item 533
Milled Rumble Strips
1. DESCRIPTION
Construct milled rumble strips.
2.
3.
4.
61
EQUIPMENT
Texas
Department
of Transportation
Provide a rotary -type cutting head with a maximum outside diameter of 24 in. and a minimum length of 16 in.
Arrange cutting tips to provide a relatively smooth cut with approximately 1/16 in. difference in texture
deviation. Provide a cutting head with independent suspension from the power unit that will self -align with the
shape of the surface and irregularities in the surface. Provide a cutting tool with guides to assure consistent
alignment of each cut relative to the roadway and to provide uniformity throughout the project.
CONSTRUCTION
Construct milled rumble strips in a uniform position according to dimensions and at locations shown on the
plans. The depressions must have well-defined edges, a smooth interior finish, and not snag or tear the
finished pavement. Control dust during grinding operations.
Do not place rumble strips across exit or entrance ramps, acceleration and deceleration lanes, crossovers,
gore areas, or intersections with other roadways, or at locations not shown on the plans. Correct misplaced
rumble strips at the Contractor's expense.
Clean debris from the milled depressions by blowing with compressed air or flushing with water. Remove and
dispose of debris by vacuuming or sweeping before opening the adjacent lane to traffic as directed.
MEASUREMENT
Rumble strips will be measured longitudinally by the foot. Measurement will only include the actual work
performed. Measurement will not include interruptions across ramps, acceleration or deceleration lanes,
crossovers, gore areas, or intersections with other roadways.
PAYMENT
The work performed in accordance with this Item and as provided for under "Measurement" will be paid for at
the unit price bid for "Rumble Strips (Shoulder) and Rumble Strips (Centerline)." This price is full
compensation for equipment, labor, materials, tools, and incidentals.
739
540
Item 540
Metal Beam Guard Fence Texas
Department
of Transportation
1. DESCRIPTION
Furnish, install, replace, or adjust metal beam guard fence consisting of metal beam rail elements, hardware,
blocks, and support posts.
2. MATERIALS
Provide samples of metal beam rail elements, terminal sections, bolts, and nuts for compliance testing
according to Tex-708-1 and Tex-713-1 to verify physical and chemical properties meet AASHTO M 180 when
directed.
Obtain materials at the locations shown on the plans when the plans designate that the Department will
furnish materials.
2.1. Metal Beam Rail Elements. Furnish new metal beam rail elements, transitions, anchor sections, and
terminals that meet the requirements of Table 1 and are from a manufacturer on the Department's MPL of
rail element manufacturers.
Type I or II is required, unless otherwise shown on the plans. Base metal for metal beam rail elements must
not contain more than 0.04% phosphorous or more than 0.05% sulfur.
Warped or deformed rail elements will be rejected.
Table 1
Rail Element Requirements
Specification
AASHTO M 180
Class
A— Base metal nominal thickness 0.105 in.
B— Base metal nominal thickness 0.135 in.
I— Zinc -coated 1.80 oz. per square foot minimum single -spot.
Type
11— Zinc -coated 3.60 oz. per square foot minimum single -spot.
IV— Weathering Steel (required when shown on the plans).
W-Beam
Shape
Thrie Beam
W-Beam to Thrie Beam Transition
Permanently mark each metal beam rail element with the information
required in AASHTO M 180. In addition, permanently mark all curved
Markings
sections of metal beam rail element with the radius of the curved section in
the format "R=XX ft." Markings must be on the back of the metal beam rail
section away from traffic and visible after erection.
2.2. Posts. Furnish new round timber, rectangular timber, or rolled steel section posts in accordance with details
shown on the plans and the following requirements:
2.2.1. Timber Posts. Meet the requirements of DMS-7200, "Timber Posts and Blocks for Metal Beam Guard
Fence." Purchase from a manufacturer or supplier on the Department's MPL of timber treating plants and
suppliers.
2.2.2. Steel Posts. Provide rolled sections conforming to the material requirements of ASTM A36. Drill or punch
posts for standard rail attachment as shown on the plans. Galvanize according to Item 445, "Galvanizing."
Low -fill culvert posts may be fabricated as galvanized "blanks" with the rail hole and the final height field
743
540
fabricated. Treat all exposed post surfaces caused by the field fabrication in accordance with
Section 445.3.5., "Repairs."
2.3. Blocks. Furnish new rectangular timber or composite blocks in accordance with details shown on the plans
and the following requirements:
2.3.1. Timber. Meet the requirements of DMS-7200, "Timber Posts and Blocks for Metal Beam Guard Fence."
Purchase from a manufacturer or supplier on the Department's MPL of timber treating plants and suppliers.
2.3.2. Composite. Meet the requirements of DMS-7210, "Composite Material Posts and Blocks for Metal Beam
Guard Fence." Purchase from a manufacturer on the Department's MPL of composite material blocks and
posts.
2.4. Fittings. Furnish new fittings (bolts, nuts, and washers) according to the details shown on the plans and
galvanized according to Item 445, "Galvanizing."
2.5. Terminal Connectors. Furnish new terminal connectors, where required, meeting the material and
galvanizing requirements specified for metal beam rail elements.
2.6. Concrete. Furnish concrete for terminal anchor posts meeting the requirements for Class A concrete as
required in Item 421, "Hydraulic Cement Concrete."
2.7. Curb. If indicated in the details, furnish the curb shown with metal beam guard fence transition as required
by Item 529, "Concrete Curb, Gutter, and Combined Curb and Gutter."
2.8. Terminal Anchor Posts. Furnish new terminal anchor posts from steel conforming to the material
requirements of ASTM A36. Fabricate posts according to Item 441, "Steel Structures." Galvanize terminal
anchor posts after fabrication according to Item 445, "Galvanizing."
2.9. Driveway Terminal Anchor Posts. Furnish new terminal anchor posts from steel conforming to the material
requirements of ASTM A36. Fabricate posts according to Item 441, "Steel Structures." Galvanize terminal
anchor posts after fabrication according to Item 445, "Galvanizing."
2.10. Downstream Anchor Posts. Furnish new terminal anchor posts consisting of new rectangular timber and
new steel foundation tubes according to details shown on the plans.
2.11. Downstream Anchor Hardware. Furnish new hardware (brackets, plates, struts, cable, etc.) according to
the details shown on the plans and galvanized according to Item 445, "Galvanizing."
2.12. Controlled Released Terminal (CRT) Posts. Furnish new CRT posts according to the details shown on the
plans and conforming to the requirements of DMS-7200, "Timber Posts and Blocks for Metal Beam Guard
Fence." Purchase from a manufacturer or supplier on the Department's MPL of timber treating plants and
suppliers.
3. CONSTRUCTION
Install posts and rail elements according to details shown on the plans.
3.1. Posts. Install posts by either drilling or driving.
3.1.1. Drilling. Drill holes and set posts plumb and firm to the line and grade shown. Backfill posts by thoroughly
compacting material to the density of adjacent undisturbed material.
3.1.2. Driving. Drive posts plumb with approved power hammers (steam, compressed air, vibratory, or diesel) or
gravity hammers to the line and grade shown while preventing damage to the post. Use pilot holes when
required and approved. Determine the size and depth of pilot holes based on results of the first few posts
744
540
driven. Thoroughly tamp loosened soil around the post, fill voids with suitable material, and thoroughly
compact to the density of adjacent undisturbed material.
3.2. Rail Elements. Erect metal beam rail elements to produce a smooth, continuous rail paralleling the line and
grade of the roadway surface or as shown on the plans. Bolt rail elements end -to -end and lap splices in the
direction of traffic. Field -drill or punch holes in rail elements for special details, only when approved.
3.3. Short Radius. Special rail fabrication with a required radius must be as shown on the plans.
3.4. Terminal Anchor Posts. Embed terminal anchor posts in concrete, unless otherwise shown on the plans.
3.5. Galvanizing Repair. Repair all parts of galvanized steel posts, washers, bolts, and rail elements after
erection where galvanizing has become scratched, chipped, or otherwise damaged. Repair in accordance
with Section 445.3.5., "Repairs."
3.6. Guardrail Adjustment. Work includes vertical adjustment, horizontal shift, and overlap of the rail element to
meet the detail shown on the plans.
3.7. Curb. If indicated in the details, construct the curb shown with metal beam guard fence transition as required
by Item 529, "Concrete Curb, Gutter, and Combined Curb and Gutter."
3.8. Driveway Terminal Anchor Posts. Embed terminal anchor posts in concrete, unless otherwise shown on
the plans.
4. MEASUREMENT
4.1. Guard Fence. Measurement will be by the foot of fence. Fence will be measured on the face of the rail in
place, from center -to -center of end splice locations.
4.2. Terminal Anchor Sections. Measurement will be by each section, complete in place, consisting of a
terminal anchor post and one 25-ft. section of rail element.
4.3. Transitions. Transitions for rail connection will be measured by each transition.
4.4. Short Radius. Measurement will be by the foot to the nearest whole foot along the face of the rail in place,
from beginning of radius (first CRT post) to the end of radius.
4.5. Driveway Terminal Anchor Section. Measurement will be by each section, complete in place, consisting of
a driveway terminal anchor post and one 6-ft. section of rail element.
4.6. Downstream Anchor Terminal. Measurement will be by each section, complete in place, consisting of one
W-Beam end section, 2 downstream anchor posts, and one rail section.
4.7. Long Span System. Measurement will be by the foot of fence. Fence will be measured on the face of the
rail, in place, between the first CRT and last CRT posts in the system.
5. PAYMENT
The work performed and material furnished in accordance with this Item and measured as provided under
"Measurement" will be paid at the unit price bid for "Metal W-Beam Guard Fence" of the post type specified;
"Metal Thrie Beam Guard Fence" of the post type specified; "Terminal Anchor Section"; "Metal Beam Guard
Fence Transition" of the type specified; "Metal W-Beam Guard Fence Adjustment'; "Metal Thrie Beam Guard
Fence Adjustment; "Terminal Anchor Section Adjustment; "Transition Adjustment; "Short Radius";
"Driveway Terminal Anchor Section; "Downstream Anchor Terminal; or "Metal Beam Guard Fence (Long
Span System)." When weathering steel is required, Type IV will be specified.
745
540
Samples furnished to the Department for testing purposes, special backfill materials, and concrete curbs will
not be paid directly but are subsidiary to this Item.
5.1. Guard Fence. The price bid for "Metal W-Beam Guard Fence" or "Metal Thrie Beam Guard Fence" is full
compensation for materials, hauling, erection, setting posts in concrete, blocks, driving posts, excavating,
backfilling, equipment, labor, tools, and incidentals.
5.2. Terminal Anchor Section. When a separate bid item is specified, the price bid for "Terminal Anchor
Section" is full compensation for furnishing the rail element, anchor assembly, terminal anchor post, and
foundations; installing the rail element anchor assembly and the terminal anchor post and foundations;
excavation and backfilling; and equipment, labor, tools, and incidentals.
5.3. Transition. The price bid for "Metal Beam Guard Fence Transition" is full compensation for furnishing nested
sections of Thrie Beam; nested sections of W-Beam; Thrie Beam to W-Beam transitional rail piece, posts,
concrete, curb, and connections to W-Beam guard fence and bridge rails; Thrie Beam terminal connectors;
excavation and backfilling; and equipment, labor, tools, and incidentals.
5.4. Guardrail Adjustment. The price bid for "Metal W-Beam Guard Fence Adjustment," "Metal Thrie Beam
Guard Fence Adjustment," "Terminal Anchor Section Adjustment," and "Transition Adjustment' is full
compensation for furnishing materials not supplied by the Department, drilling holes in posts, hauling,
erection, blocks, excavation, backfill, cleaning, salvaging materials, setting rail element anchor assembly and
terminal anchor post, removal of rail element, concrete, curb, equipment, labor, tools, and incidentals.
5.5. Short Radius. The price bid for "Short Radius" is full compensation for furnishing special rail fabricated metal
beam guard fence, CRT posts, steel posts, sand barrels, end terminal, cable anchor, materials, hauling,
erection, blocks, driving posts, excavating, backfilling, equipment, labor, tools, and incidentals.
5.6. Driveway Terminal Anchor Section. The price bid for "Driveway Terminal Anchor Section" is full
compensation for furnishing the rail element, driveway anchor assembly, driveway terminal anchor post, and
foundations; installing the rail element anchor assembly and the driveway terminal anchor post and
foundations; excavation and backfilling; and equipment, labor, tools, and incidentals.
5.7. Downstream Anchor Terminal. The price bid for "Downstream Anchor Terminal' is full compensation for
furnishing the rail element, W-Beam end section, guardrail anchor bracket, shelf angle bracket, channel strut,
downstream anchor posts, breakaway cable terminal (BCT) cable anchor assembly, and foundations;
installing the BCT cable anchor assembly and the downstream anchor post and foundations; excavation and
backfilling; and equipment, labor, tools, and incidentals.
5.8. Long Span System. The price bid for "Metal Beam Guard Fence (Long Span System)" is full compensation
for furnishing the rail element, CRT posts, materials, hauling, erection, blocks, driving posts, excavating,
backfilling, equipment, labor, tools, and incidentals.
746
544
Item 544
Guardrail End Treatments
DESCRIPTION
Furnish and install, move, or remove guardrail end treatments.
2. MATERIALS
3.
4.
5.
Texas
Department
of Transportation
Furnish new materials from the Department's MPL of rail element manufacturers. Obtain materials at the
location shown on the plans when furnished by the Department.
CONSTRUCTION
Install guardrail end treatments in accordance with manufacturer's assembly and installation requirements
and the details shown on the plans. Provide the Engineer with manufacturer's installation and repair manuals
specific to the guardrail end treatment.
Move or remove guardrail end treatments in accordance with the plans and as directed. Deliver salvageable
materials in accordance with the plans or as directed. Dispose of unsalvageable materials in accordance with
federal, state, and local regulations.
MEASUREMENT
This Item will be measured by each guardrail end treatment.
PAYMENT
The work performed and the materials furnished in accordance with this Item and measured as provided for
under "Measurement" will be paid for at the unit price bid for "Guardrail End Treatment (Install)" of the post
and type specified where applicable, "Guardrail End Treatment (Move and Reset)," or "Guardrail End
Treatment (Remove)." This price is full compensation for foundations, materials, stockpiling, disposal of
unsalvageable materials, equipment, labor, tools, and incidentals.
Payment for "Guardrail End Treatment (Move and Reset)" will include each guardrail end treatment removed
from a stockpile or from an existing location and reset in a new location as detailed on the plans or as
directed.
Payment for "Guardrail End Treatment (Remove)" will include each guardrail end treatment removed from an
existing location and stockpiled at the location designated on the plans, disposed, or as otherwise directed.
750
APPENDIX
GC-4.01 Availability of Lands
GC-4.02 Subsurface and Physical Conditions
GC-6.09 Permits and Utilities
GR-01 60 00 Product Requirements
CITY OF FORT WORTH Joel East Road, East of CDC
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 104350
Revised July 1, 2011
GC-4.01 Availability of Lands
THIS PAGE LEFT INTENTIONALLY BLANK
CITY OF FORT WORTH Joel East Road, East of CDC
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 104350
Revised July 1, 2011
NOTICE OF CONFIDENTIALITY RIGHTS: IF YOU ARE A NATURAL PERSON, YOU MAY
REMOVE OR STRIKE ANY OR ALL OF THE FOLLOWING INFORMATION FROM THIS
INSTRUMENT BEFORE IT IS FILED FOR RECORD IN THE PUBLIC RECORDS: YOUR
SOCIAL SECURITY NUMBER OR YOUR DRIVER'S LICENSE NUMBER.
Joel East Road, East of CDC CPN 104350
Parcel # 01
2601 Joel East Road
Lot 13J, Block 13, Shelby County School Lands
THE STATE OF TEXAS §
COUNTY OF TARRANT §
RIGHT-OF-WAY EASEMENT
THAT 2601 JOEL EAST, LLC, hereinafter referred to as "Grantor", for and in consideration of
Ten Dollars ($10.00) and other valuable consideration paid by the City of Fort Worth, a municipal
corporation of Tarrant County, Texas, receipt of which is hereby acknowledged, does Grant,
Bargain, and Convey to said City, its successors and assigns, the use, passage in and along the
Property ("Property") situated in Tarrant County, Texas, hereinafter described in the attached
Exhibits "A" and `B". Grantor does hereby acknowledge and agree that this conveyance to City
includes the right of the City to permit the public to use the Property as a public right -of way.
Grantor also hereby acknowledges and agrees that this conveyance to City includes the right of the
City to construct and install sidewalks and to permit utilities to be situated within the Property as
required by the City or by law. "Utilities" includes but are not limited to: water facilities, sewer
facilities, gas facilities electric facilities, telecommunication facilities, drainage facilities and other
utilities as defined by law.
It is intended by these presents to convey a right-of-way to the said City of Fort Worth to maintain
and construct the right-of-way improvements, with the usual rights of ingress and egress in the
necessary use of such right-of-way, in and along said Property.
This conveyance is being made by Grantor and accepted by the City of Fort Worth subject to all
matters of record.
TO HAVE AND TO HOLD the above described Property, together with, all and singular, the
rights and appurtenances thereto in anywise belonging, unto the said City of Fort Worth, its
successors and assigns, forever. Grantor does hereby bind itself, it's heirs, successors and assigns,
to warrant and forever defend, all and singular, the said premises unto the said City of Fort Worth,
its successors and assigns, against every person whomsoever lawfully claiming or to claim the same
or any part thereof, when the claim is by, through or under Grantor, but not otherwise, and subject
to all matters of record.
[SIGNATURES APPEAR ON THE FOLLOWING PAGE]
RIGHT-OF-WAY EASEMENT
Rev.06/15/2016
FORTWORTH
HERETO WITNESS MY HAND this the day of , 20
GRANTOR(S):
2601 Joel East, LLC, a Delaware limited liability company
By:
Name:
Title: Authorized Signatory
THE STATE OF TEXAS §
COUNTY OF TARRANT §
GRANTEE: City of Fort Worth
By (Signature):
(Print Name) , Title
APPROVED AS TO FORM AND LEGALITY
(Signature)
(Print Name) , Title
ACKNOWLEDGMENT
BEFORE ME, the undersigned authority, a Notary Public in and for the State of Texas, on
this day personally appeared , known to me to be the same person whose
name is subscribed to the foregoing instrument, and acknowledged to me that the same was the act
of and that he/she executed the same as the act of said
the purposes and consideration therein expressed and in the capacity therein stated.
GIVEN UNDER MY HAND AND SEAL OF OFFICE this day of
, 20
RIGHT-OF-WAY EASEMENT
Rev.06/15/2016
FORTWORTH
Notary Public in and for the State of Texas
ACKNOWLEDGEMENT
STATE OF TEXAS §
COUNTY OF TARRANT §
BEFORE ME, the undersigned authority, a Notary Public in and for the State of Texas, on
this day personally appeared ,
of the City of Fort Worth, known to me to be the same person
whose name is subscribed to the foregoing instrument, and acknowledged to me that the same
was the act of the City of Fort Worth and that he/she executed the same as the act of the City of
Fort Worth for the purposes and consideration therein expressed and in the capacity therein
stated.
GIVEN UNDER MY HAND AND SEAL OF OFFICE this day of
, 20
Notary Public in and for the State of Texas
RIGHT-OF-WAY EASEMENT
Rev.06/15/2016
FoR, T H.
EXHIBIT "A"
LEGAL DESCRIPTION
RIGHT-OF-WAY EASEMENT
BEING a 0.4595 acre (20,015 square foot) tract of land situated in the Shelby County School Land Survey, Tract 13-
Abstract No. 1375, City of Fort Worth, Tarrant County, Texas, said tract being part of Lot 13J, Block 13. Shelby
County School Lands, an addition to the City of Fort Worth according to the plat recorded in Volume 388-150, Page
87, Plat Records, Tarrant County, Texas (P.R.T.C.T.), said tract being more particularly described as follows:
BEGINNING at a 518" iron rod with cap stamped "KHA" set for the southwest corner of said Lot 13J, said iron rod
also being in the north right-of-way line of Joel East Road (a variable width right-of-way), from which an "X" cut found
bears North 62°32'03" West, 49.88 feet, said 'W' cut being the most southerly southwest corner of Lot 4X, Block A,
Carter Distribution Center, an addition to the City of Fort Worth according to the plat recorded in Instrument Number
❑217059669, Official Public Records, Tarrant County, Texas (O.P R.T.C.T.) and the southeast corner of Lot 5R2,
Block A, Carter Distribution, an addition to the City of Fort Worth according to the plat recorded in Instrument Number
D222149220, O.P.R.T.C.T.;
THENCE North 00'37'31" West, along the west line of said Lot 13J, a distance of 23.40 feet to a point for comer, said
point being the southeast corner of said Lot 4X;
THENCE North 89°29'08" East, departing the said west line of Lot 13J, a distance of 849.16 feet to a point for corner
in the east line of said Lot 13J and the west line of that tract of land described in Articles of Merger of Missouri Pacific
Railroad Company with and into Union Pacific Railroad Company recorded in Volume 13215, Page 130, Deed
Records, Tarrant County, Texas (D.R.T.C.T.);
THENCE South 28°23'53" East, along the said west line of Lot 13J, a distance of 26.47 feet to a 5/8" iron rod with
cap stamped "KHA" set far the southeast corner of said Lot 13J, said iron rod also being in the said north right-of-way
line of Joel East Road;
THENCE South 89°29'08" West, along the said north right-of-way line of Joel East Road, a distance of 861.50 feet to
the POINT OF BEGINNING and containing 20.015 square feet or 0.4595 acres of land, more or less.
NOTES
Bearing system based on the Texas Coordinate System of 1983 (2011 adjustment), North Central Zone (4202).
A survey plat of even survey date herewith accompanies this metes & bounds description.
The undersigned, Registered Professional Land Surveyor, hereby certifies that the foregoing
description accurately sets out the metes and bounds of the easement tract.
�E•OF r
MICHAELC. BILLINGSLEY
REGISTERED PROFESSIONAL_
LAND SURVEYOR NO, 6558 4MICHAELCLEOBILLING3LF
EXHIBIT "A"
RIGHT-OF-WAY EASEMENT
SHELBY COUNTY
SCHOOL LAND SURVEY - TRACT 13
ABSTRACT NO. 1375
CITY OF FORT WORTH
TARRANT COUNTY, TEXAS
STREET, UN 11 SUITKimlevoHorn
UNIT 11 SUITE 130D ' �d 655$ `'�
FORT WORTH, TEXAS 76102 �•i OF€$5�0 �04
BUT Chef SL B t. Uegi I'. y 1300 TO. No. 1817) 3356511
PH. 817-335-6511 $ R'v E WWanh. Texas 78102 FIRM 01ON4040 Hnvr.kimlay-hom."M
michael.blllingsley(c�kimley-ham,cam � I �� I cimkodby I �
NIA SCR I MGB 10f29R022 061310011 1 OF 4
RUSSELL. STAN C I W3 V202211 :09 AM AKIMLEY-H ORNI kFTWVFTW_$ URVEY1061310011-2.601 JpEt AST ROAD REHOU3E1[] 108131001-2E0I JOELELT ROAO
WAREHOUSE ROW SUBJECT DVYG
RIGHT-OF-WAY EASEMENT
Rev.06/15/2016
FoR, T H.
1*:4011:3111iii:311
NORTH
0 25 59
GRAPHIC SCAT E IN FF.. ET
0
¢ N
¢ co
1-�
Zrn
Von
UAL)
m
Co � D ❑
}-
Of 0
� � -3
O0 z
U-)
h
¢s
N Cc
z f
Ov
av I
xFJ
Nfi2°32'03"UU�
49813' i
LOT 13J, BLOCK 13
SHELBY COUNTY
SCHOOL LANDS
(VOL. 388-150, PG. 87)
2601 JOEL EAST, LLC
(INST. No. D222181540)
RIGHT-OF-WAY
EASEMENT co
LLI
0.4595 ACRES
20,015 SQ. FT. i
9'08"E 849.1& W
LU
2 08 61.50 1 i �
SHELBY COUNTY SCHOOL LAND SURVEY, TRACT 13-ABSTNO. 1375
SHELBY COUNTY SCHOOL LAND SURVEY, TRACT 12-AHSTNO. ISM� JOEL EAST ROA
[VARIABLE WIDTH RIGHT-OF-WAY,
P.O.B.
TEXAS ELECTRIC SERVICE COMPANY
(VOL. 2911, PG. 367)
LEGEND LINE TABLE
D
0
�
P.O.B.=POINT OF BEGINNING NO. BEARING LENGTH
IRFC = IRON ROD WICAP FOUND
IRSC = IRON ROD WICAP SET I L1 N00°37'31'1M 23.40'
NOTES I L2 $28°23'53"E 26.47'
Bearing system based on the Texas Coordinate System of 1983 (2011 adjustment), North Central Zone (4202),
A metes and bounds description of even survey date herewith accompanies this survey plat.
The undersigned, Registered Professional Land Surveyor, hereby certifies that this
survey plat accurately sets out the metes and bounds of the easement tract. EXHIBIT "B"
RIGHT -OF --WAY EASEMENT
SHELBY COUNTY
SCHOOL LAND SURVEY - TRACT 13
/�b112 L tE F.,?F ABSTRACT NO, 1376
�P: T
MIC AEL C. BILLINGSLEY:' s CITY OF FORT WORTH
REGISTERED PROFESSIONAL #„ �......,,, * TARRANT COUNTY, TEXAS
LAND SURVEYOR NO. 6558 MICHAELLCLEO81LLINGSLEY
UN 11 SUITRRY STREET, - - Kimley>>) Horn
UNIT 11 SUITE 1300 '• ,o fi558 ..,�
FORT WORTH, TEXAS 76102 �9y dFE$5�� ti� aol onenr$1-1. Unn 11.A 1soo Tel. No.(817) 93"'311
PH. 817-335-6511 $ U R V Fan W°M,-(, - M102 1 IFW r 10IN04 wvw.kmleµ wm.cm
michael.bill€ngs€ey@kim€ey-horn.com D ru" P v etl No'
1!t SCR MC6 1026�P1122 091310011 2OF4
?USSELL. STAN C 1WU 11202211:09AM%WIMLEY•HCRNkTX_FTWVFTW SVRVEYW613f0311�1 JOEL -AST ROADJAREHOUSE113WGIC61310011-2801 JOEL TROAD
WAREHOCSE_ROW _SU8JECT.DVVG
RIGHT-OF-WAY EASEMENT
Rev.06/15/2016
FoR, T H.
JNDRTH-
26 so
GRAPHIC SCALE iN FEET
a:
LEGEND
RIG H T-OF-WAY
EASEMENT
0.4595 ACRES
20,015 SQ. FT.
N89°29'08"E 849.16'
LOT 13J, BLOCK 13
SHELBY COUNTY
SCHOOLLANOS
(VOL. 388-150, PG. 87)
2601 JOEL EAST, LLC
(INST. Nu. D222181540)
SHELBY COUNTY SCHOOL LAND STIR VEY, TRACT I3-ABSTNO. 1375
- - SHELBY COUNTY SCHOOL LAND SUR VEY. TRACT 12-ABSTNO.. 1375 JOEL
OEL EAST T-` OA D
(VARIABLE WIDTH RIGHT-OF-WAY)
TIE XAS ELECTRIC SERVICE COMPANY
(VOL. 2911. PG. 367)
P.0.6, = POINT OF BEGINNING
1RFC = IRON ROD VWCAP FOUND
1RSC = IRON ROD VWCAP SET
LINE TABLE
NO. BEARING LENGTH
L7 NOO°37'31'W 23.40'
L2 $28°23'53"E 26AT
Iw
0
a
a
w
Lu
w
Iz
J
a
EXHIBIT "Bn
RIGHT-OF-WAY EASEMENT
SHELBY COUNTY
SCHOOL LAND SURVEY - TRACT 13
ABSTRACT NO. 1375
CITY OF FORT WORTH
TARRANT COUNTY, TEXAS
Kimlqy)))Horn
901 CM ey Sheer, Unit 11.Tel. Na. Ml 713356511
RAW.nh, TeMas M02 FIFWA10194og0 -Almley hom.cem
Scalehere . Pml'E No. Sheet Na
1"=5Q'L2E"HOU
AtC6 5029 12 .131.11 3OFA
iUSSELL, STANC 1051f202211:07 AML11C1MLEY4i0RN1T%_FTLNFTWSURVEW81310011-2601 JOEL EASTROADSE WG1U6131M-2601 JOEL ROAD
NAREHOUSE_ROW _SUBJECT
. DWG
RIGHT-OF-WAY EASEMENT
Rev.06/15/2016
FoR, T H"
NDRTH
0 26 50
GRAPHIC SCALE IN PEEP
LOT 13J, BLOCK 13 �%
A
kv,
�Nt
SHELBY COUNTY RIGHT-OF-WAY a C
SCHOOL LANDS �
(VOL. 388-150, PG. 87) EASEMENT , UNION PACIFIC a4"c3
0.4595 ACRES RAILROAD COMPANY A
2601 JOEL EAST. LLC ����+� tJ SQ. FT. 1 (VOL 13215, PG. 130) 1 ��
LL] I (INST- No- D222181540)
d N89°2908" E 849.16'
Lu
°2 08 861.5 '
SHEtSY COUNTY SCHOOL 1LANO SURVEY, TRACT13-ABSTAIO. 1375
SHELBY COUNTY SCHOOL LAND SURMY. TRAC T 12-AUSTMO. 1375
TEXAS ELECTRIC SERVICE COMPANY
(VOL. 2911, PG. 367)
LEGEND
P 0.8- = POINT OF BEGINNING
IRFC = IRON ROD WlCAP FOUND
IRSC = IRON ROD WlCAP SET
IRSC
JOEL EAST ROAD
(VARIABLE WIDTH RIGHT-OF-WAY)
LINE TABLE
NO. BEARINGS LENGTH
1 L1 N00°3T3V W 23-49
L2 528°23'5S'E 26-47'
EXHIBIT "B11
RIGHT-OF-WAY EASEMENT
SHELBY COUNTY
SCHOOL LAND SURVEY - TRACT 13
ABSTRACT NO. 1375
CITY OF FORT WORTH
TARRANT COUNTY, TEXAS
ao,Kimley)))Horn,re,T5„II
Fnn Worth, Texas 79102 FIRM 3 to 194040 mexm t y hum —
3rae 9M!n W C_Reckea by c.w P.m,* Ng IF �
1-z Aj SCR MCS lnnnnn» I oM191o011 I 4014
W SSELL STAN C 1 D131I202211;07 AMINKIMLEY•HORNVTX_5 tWLITW_SURVEY%ml 310011.,am JOEL EAST ROAI1 AR=HouSEju w6'131 1-2601JCEL EASTROAO
WAREHOUSE_ROW SQRJECT0M
RIGHT-OF-WAY EASEMENT
Rev.06/15/2016
FoR, T H.
GC-4.02 Subsurface and Physical Conditions
THIS PAGE LEFT INTENTIONALLY BLANK
CITY OF FORT WORTH Joel East Road, East of CDC
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 104350
Revised July 1, 2011
Irerracon
GeoRepor t
Geotechnical Engineering Report
Joel East Road East of CDC
Fort Worth, Texas
July 14, 2022
Terracon Project No. 95225101
Prepared for:
Carter Park East Land, LLC
Dallas, Texas
Prepared by:
Terracon Consultants, Inc.
Fort Worth, Texas
July 14, 2022
Carter Park East Land, LLC
3819 Maple Avenue
Dallas, Texas 75219
Attn: Mr. Matthew E. Colter, Vice President
Re: Geotechnical Engineering Report
Joel East Road East of CDC
Joel East Road and Wichita Street
Fort Worth, Texas
Terracon Project No. 95225101
Dear Mr. Colter:
•
We have completed the Geotechnical Engineering services for the above referenced project. This
study was performed in general accordance with Terracon Proposal No. P95225101 dated June
2, 2022. This report presents the findings of the subsurface exploration and provides geotechnical
recommendations concerning earthwork and the design and construction of pavement for the
proposed project.
We appreciate the opportunity to be of service to you on this project. If you have any questions
concerning this report or if we may be of further service, please contact us.
Sincerely,
Terracon Consultants, Inc.
Ssal
Senior Staff Engineer
7/14/2022
.:..•...•
.................•.•.... ,
CHERYL C, PEORAZA
...................................
9
p•.,
2p
Cheryl C. Pedraza, P.E.
Geotechnical Department Manager
Terracon Consultants, Inc. 1801 Handley Ederville Road Fort Worth, Texas 76118 Registration No. F-3272
P (8171 268 8600 F (8171 268 8602 terracon.com/offices/fort-worth
REPORT TOPICS
INTRODUCTION.............................................................................................................1
SITE CONDITIONS.........................................................................................................1
PROJECT DESCRIPTION..............................................................................................2
GEOTECHNICAL CHARACTERIZATION...................................................................... 2
ENGINEERING RECOMMENDATIONS......................................................................... 3
GENERALCOMMENTS................................................................................................. 6
FIGURES........................................................................................................................ 8
Note: This report was originally delivered in a web -based format. Orange Bold text in the report indicates a referenced
section heading. The PDF version also includes hyperlinks which direct the reader to that section and clicking on the
GeoReport logo will bring you back to this page. For more interactive features, please view your project online at
cl ient.terracon.com.
ATTACHMENTS
EXPLORATION AND TESTING PROCEDURES
SITE LOCATION AND EXPLORATION PLANS
EXPLORATION RESULTS
SUPPORTING INFORMATION
Note: Refer to each individual Attachment for a listing of contents.
Responsive ■ Resourceful ■ Reliable
Geotechnical Engineering Report
Joel East Road East of CDC
Joel East Road and Wichita Street
Fort Worth, Texas
Terracon Project No. 95225101
July 14, 2022
INTRODUCTION
This report presents the results of our subsurface exploration and geotechnical engineering
services performed for the proposed Joel East Road East of CDC improvement project to be
located at Joel East Road and Wichita Street in Fort Worth, Texas. The purpose of these services
is to provide information and geotechnical engineering recommendations relative to:
Subsurface soil conditions Site preparation and earthwork
Groundwater conditions Pavement design and construction
The geotechnical engineering Scope of Services for this project included the advancement of
three test borings to depth of about 10 feet below existing site grades.
Maps showing the site and boring locations are shown in the Site Location and Exploration
Plak sections, respectively. The results of the laboratory testing performed on soil samples
obtained from the site during the field exploration are included on the boring logs and as separate
graphs in the Cxploration Results section.
SITE CONDITIONS
The following description of site conditions is derived from our site visit in association with the
field exploration and our review of publicly available geologic and topographic maps.
Item Description
Parcel Information The project is located along Joel East Road in Fort Worth, Texas.
32.645622°N, 97.290201 °W (approximate) See ite Location
Existing
Improvements Joel East Road with underground and overhead utilities
Current Ground
Asphalt, grass and few trees
Cover
Existing Topography Proposed improvement area appears to be relatively level
Responsive ■ Resourceful ■ Reliable
Geotechnical Engineering Report lrerracon
Joel East Road East of CDC Fort Worth, Texas
July 14, 2022 Terracon Project No. 95225101 GeORepOPt
PROJECT DESCRIPTION
Our initial understanding of the project was provided in our proposal and no comments have been
made by the design group/client and our final understanding of the project conditions is as follows:
Item Description
We understand that stretch of the Joel East Road (approximately 900 lineal
Project Description feet located about 1,000 feet west of Wichita Street) will be improved
The planned roadway will be Portland cement concrete paving in accordance
Pavements with the City of Fort Worth Pavement Design Manual dated January 29, 2015.
The road will be classified as an arterial by the City of Fort Worth.
Traffic (per the city of
Fort Worth Pavement Annual ESALs: 300,000
Design Manual)
GEOTECHNICAL CHARACTERIZATION
We have developed a general characterization of the subsurface conditions based upon our
review of the subsurface exploration, laboratory data, geologic setting and our understanding of
the project. This characterization, termed GeoModel, forms the basis of our geotechnical
calculations and evaluation of site preparation and foundation options. Conditions encountered at
each exploration point are indicated on the individual logs. The individual logs can be found in the
Exploration Results section and the GeoModel can be found in the Figure section of this report.
As part of our analyses, we identified the following model layers within the subsurface profile. For
a more detailed view of the model layer depths at each boring location, refer to the GeoModel.
Model Layer Layer Name
1 Clay
Groundwater Conditions
General Description
Fat Clay (CH) and Lean Clay (CL); gray, tan and brown
The boreholes were observed while drilling and after completion for the presence and level of
groundwater.
Groundwater was not observed in the boring while drilling, or for the short duration the borings
could remain open. However, this does not necessarily mean the borings terminated above
groundwater, or the water levels summarized above are stable groundwater levels. Due to the
low permeability of the soils encountered in the borings, a relatively long period may be necessary
for a groundwater level to develop and stabilize in a borehole. Long term observations in
Responsive ■ Resourceful ■ Reliable
Geotechnical Engineering Report
Joel East Road East of CDC Fort Worth, Texas
July 14, 2022 Terracon Project No. 95225101
lrerracon
GeoReport
piezometers or observation wells sealed from the influence of surface water are often required to
define groundwater levels in materials of this type.
Groundwater level fluctuations occur due to seasonal variations in the amount of rainfall, runoff
and other factors not evident at the time the borings were performed. Therefore, groundwater
levels during construction or at other times in the life of the structure may be higher or lower than
the levels indicated on the boring logs. The possibility of groundwater level fluctuations should be
considered when developing the design and construction plans for the project.
ENGINEERING RECOMMENDATIONS
We understand that stretch of the Joel East Road (approximately 900 lineal feet located about
1000 feet west of Wichita Street) will be improved. The road will be classified as an arterial by the
City of Fort Worth. Three borings were extended to a depth of about 10 feet along the sides of
the existing Joel East Road.
General Site Grading
A grading plan was not provided for the roadway alignment. We expect nominal cut and fill and
to be necessary to achieve final grades.
Based on the conditions encountered in the borings, excavations will encounter fat and lean clays.
During excavations, applicable OSHA standards should be followed based on soil types and
noted consistencies. The soils will need to be sloped or braced during construction. A fill against
excavated slopes should be placed in relatively horizontal lifts. When placing fill on existing slopes
that are steeper than about 6H:1V, the fill should be benched into the slope. This breaks up
potential slide planes and permits relatively horizontal lift placement. Any lift that becomes
desiccated, rutted, or disturbed should be reworked prior to placing a subsequent lift.
The on -site soils free of rock greater than 4 inches in maximum dimension are suitable for use in
general site grading. Imported material should be a clean clay soil (free of deleterious materials
and debris) with a liquid limit less than 70 percent and no rock greater than 4 inches in maximum
dimension.
Prior to placing any fill, the areas to receive fill will need to be stripped and grubbed. The subgrade
should then be proofrolled. Any soft or pumping areas should be excavated to firm ground and
properly backfilled. The subgrade should be scarified to a minimum depth of 8 inches and
uniformly compacted as discussed in section Compaction Requirements. The fill materials
should then be spread in loose, relatively horizontal lifts, less than 9 inches in thickness, and
uniformly compacted to the same criteria. If filling is suspended and the subgrade becomes
desiccated or rutted, it should be reworked prior to placement of a subsequent lift.
Responsive ■ Resourceful ■ Reliable 3
Geotechnical Engineering Report lrerracon
Joel East Road East of CDC Fort Worth, Texas
July 14, 2022 Terracon Project No. 95225101 GeoReport
Compaction Requirement
Recommendations for compaction are presented in the following table. We recommend that
engineered fill be tested for moisture content and compaction during placement. Should the
results of the in -place density tests indicate the specified moisture or compaction limits have not
been met, the area represented by the test should be reworked and retested as required until the
specified moisture and compaction requirements are achieved.
Item
Subgrade preparation to receive fill
Maximum lift thickness
General site fills and lime treated
subgrades
Lime/Sulfate Induced Heave
Description
Surface scarified to a minimum depth of 8 inches
9 inches or less loose lift thickness
A minimum of 95% maximum standard Proctor dry density
(ASTM D698) in the range of -1 to +4 percentage points of
optimum moisture content
Sulfate tests performed at the time of our investigation indicated sulfate content less than 100
ppm. When the sulfate concentrations are less than 3,000 ppm, the subgrade soils are considered
to be suitable for lime treatment in the conventional manner using a single lime application.
Imported fill material should be tested for soluble sulfate to evaluate the suitability of soils for lime
stabilization.
Pavement Subgrade Preparation
Subgrade materials encountered consisted of clay soils. These soils are subject to loss of support
with the moisture increases that can occur beneath paving. The clay soils react with hydrated
lime, which serves to improve and maintain their support value. Lime treatment is recommended
beneath pavement sections. We recommend that a minimum of 9 percent lime by dry weight be
used to treat the subgrade soils at this site. The lime should be thoroughly mixed and blended
with the top 8 inches of the subgrade (TxDOT Item 260).
The lime modified subgrade should be uniformly compacted as discussed in section Compaction
Requirements. Pavement subgrades should be protected from traffic or ponding water. They
should be moist cured until the pavement is placed.
Site grading is generally accomplished early in the construction phase. However, as construction
proceeds, the subgrade may be disturbed due to utility excavations, construction traffic,
desiccation, or rainfall. As a result, the pavement subgrade may not be suitable for pavement
construction and corrective action will be required. The subgrade should be carefully evaluated
at the time of pavement construction for signs of disturbance or excessive rutting. If disturbance
Responsive ■ Resourceful ■ Reliable 4
Geotechnical Engineering Report
Joel East Road East of CDC Fort Worth, Texas
July 14, 2022 Terracon Project No. 95225101
lrerracon
GeoReport
has occurred, pavement subgrade areas should be reworked, moisture conditioned, and properly
compacted to the recommendations in this report immediately prior to paving.
Pavement Movements
Support characteristics of subgrade for pavement design do not account for shrink/swell
movements of an expansive clay subgrade, such as soils encountered on this project. Thus, the
pavement may be adequate from a structural standpoint, yet still experience cracking and
deformation due to shrink/swell related movement of the subgrade. At the time of our field
operations on June 24, 2022, the overburden soils varied from wet to dry state. Based on the
Plasticity Index (PI) of the soils, the potential vertical rise (PVR) of the site soils is estimated to be
on the order of 3 to 5 inches. The PVR is estimated utilizing the TxDOT method TEX-124-E and
based on dry soil conditions.
Pavement Design Parameters
Pavement design for this project is based on procedures outlined by AASHTO for concrete paved
roads and pavement design parameters prescribed by the City of Fort Worth's Pavement Design
Manual (dated January 29, 2015).
The following input parameters were used in the pavement section analysis for a commercial
connector road.
Input Parameters for Commercial Connector
Roads
Annual ESALs / Total ESALs
Growth factor
Design life
Initial serviceability, Po
Terminal serviceability, Pt
Reliability, R
Overall standard deviation, So
Load transfer ("J" factor)
Drainage coefficient
Modulus of elasticity of concrete
Modulus of rupture of concrete
Modulus of reaction of subgrade soil
Value
300,000 / 13,000,000
2.5%
30 years
4.5
2.5
90%
0.39
3.0
1.0
4,000 ksi
620 psi
200 pci
Responsive ■ Resourceful ■ Reliable
Geotechnical Engineering Report
Joel East Road East of CDC Fort Worth, Texas
July 14, 2022 Terracon Project No. 95225101
1 rerracon
GeoReport
If the pavements are subject to heavier loading and higher traffic counts than the assumed values,
this office should be notified and provided with the information, so that we may review these
pavement sections and make revisions if necessary.
Roadway Pavement Sections
Pavement sections were calculated using the AASHTO 1993 design method for the assumptions
and design parameters discussed above. A pavement section is presented for an arterial road
that consists of Portland cement concrete supported on a lime modified subgrade.
Arterial Road
Pavement section Thickness (inch)
Portland cement concrete 10
Lime modified subgrade, TxDOT Item 260 8
Total pavement thickness 18
The concrete should have a minimum 28-day compressive strength of 4,000 psi and a modulus
of rupture of 620 psi. It should contain a minimum of 4.5 ± 1.5 percent entrained air.
GENERAL COMMENTS
Our analysis and opinions are based upon our understanding of the project, the geotechnical
conditions in the area, and the data obtained from our site exploration. Natural variations will occur
between exploration point locations or due to the modifying effects of construction or weather.
The nature and extent of such variations may not become evident until during or after construction.
Terracon should be retained as the Geotechnical Engineer, where noted in this report, to provide
observation and testing services during pertinent construction phases. If variations appear, we
can provide further evaluation and supplemental recommendations. If variations are noted in the
absence of our observation and testing services on -site, we should be immediately notified so
that we can provide evaluation and supplemental recommendations.
Our Scope of Services does not include either specifically or by implication any environmental or
biological (e.g., mold, fungi, bacteria) assessment of the site or identification or prevention of
pollutants, hazardous materials or conditions. If the owner is concerned about the potential for
such contamination or pollution, other studies should be undertaken.
Our services and any correspondence or collaboration through this system are intended for the
sole benefit and exclusive use of our client for specific application to the project discussed and
are accomplished in accordance with generally accepted geotechnical engineering practices with
Responsive ■ Resourceful ■ Reliable
Geotechnical Engineering Report
Joel East Road East of CDC Fort Worth, Texas
July 14, 2022 Terracon Project No. 95225101
lrerracon
GeoReport
no third -party beneficiaries intended. Any third -party access to services or correspondence is
solely for information purposes to support the services provided by Terracon to our client.
Reliance upon the services and any work product is limited to our client, and is not intended for
third parties. Any use or reliance of the provided information by third parties is done solely at their
own risk. No warranties, either express or implied, are intended or made.
Site characteristics as provided are for design purposes and not to estimate excavation cost. Any
use of our report in that regard is done at the sole risk of the excavating cost estimator as there
may be variations on the site that are not apparent in the data that could significantly impact
excavation cost. Any parties charged with estimating excavation costs should seek their own site
characterization for specific purposes to obtain the specific level of detail necessary for costing.
Site safety, and cost estimating including, excavation support, and dewatering
requirements/design are the responsibility of others. If changes in the nature, design, or location
of the project are planned, our conclusions and recommendations shall not be considered valid
unless we review the changes and either verify or modify our conclusions in writing.
Responsive ■ Resourceful ■ Reliable 7
FIGURES
Contents:
GeoModel
Lime Series
Responsive ■ Resourceful ■ Reliable
GEOMODEL
Joel East Road Improvement Fort Worth, TX
Terracon Project No. 95225101
672
670
668
666
d
664
Z 662
0
w660
J
W
658
656
654
65?
Irerracon
GeoReport
B-3
................................................................................................................................................ ...
B-2
1
....................................................................................................................................... ...
... B 1.............................................................. 1.............................................................. ...
... .............................................................................................................................__/c10
................................................................... —IN .......................................................................
.........
1
10
This is not a cross section. This is intended to display the Geotechnical Model only. See individual logs for more detailed conditions.
Model Layer Layer Name General Description
1 Clay Fat Clay (CH) and Lean Clay (CL), gray, tan, and brown
LEGEND
® Fat Clay
® Lean Clay
NOTES:
Layering shown on this figure has been developed by the
geotechnical engineer for purposes of modeling the subsurface
conditions as required for the subsequent geotechnical engineering
for this project.
Numbers adjacent to soil column indicate depth below ground
surface.
LIME SERIES
1 rerracon
--GeoReport
Lime Vs PI
50
45
40 \
35Qj \
x \
;0 I �
c
15
U
15 I I s-
10
5
0
0
0 2 4 6 8 10 12
% Lime
Responsive ■ Resourceful ■ Reliable
ATTACHMENTS
Responsive ■ Resourceful ■ Reliable
Geotechnical Engineering Report
Joel East Road East of CDC Fort Worth, Texas
July 14, 2022 Terracon Project No. 95225101
EXPLORATION AND TESTING PROCEDURES
Field Exploration
Number of Borings Boring Depth (feet)
lferracon
GeoReport
Planned Location
3 10 Joel East Road
Boring Layout and Elevations: Unless otherwise noted, Terracon personnel provided the boring
layout. Coordinates were obtained with a handheld GPS unit (estimated horizontal accuracy of
about ±10 feet) and approximate elevations were obtained by interpolation from the topographic
information available on DFW maps www.dfwmar)s.com . If elevations and a more precise boring
layout are desired, we recommend borings be surveyed following completion of fieldwork.
Subsurface Exploration Procedures: We advance the borings with a truck -mounted, rotary drill
rig using continuous flight augers (solid stem and/or hollow stem as necessary depending on soil
conditions). Five samples are obtained in the upper 10 feet of each boring. In the thin -walled tube
sampling procedure, a thin -walled tube is pushed hydraulically into the soil to obtain a relatively
undisturbed sample. In the split -barrel sampling procedure, a split -barrel sampling spoon is driven
into the ground. The samples were placed in appropriate container, taken to our laboratory for
testing, and classified under the direction of a geotechnical engineer. In addition, we observe and
record groundwater levels during drilling and sampling. For safety purposes, all borings are
backfilled with auger cuttings after their completion.
Our exploration team prepares field boring logs as part of the standard drilling operations. These
field logs include visual classifications of the materials encountered during drilling and our
interpretation of the subsurface conditions between samples. Final boring logs are prepared from
the field logs. The final boring logs represent the geotechnical engineer's interpretation of the field
logs and include modifications based on observations and tests of the samples in our laboratory.
Laboratory Testing
The project engineer reviewed the field data and assigned laboratory tests to understand the
engineering properties of the various soil strata, as necessary, for this project. Procedural
standards noted below are for reference to methodology in general. In some cases, variations to
methods were applied because of local practice or professional judgment. Standards noted below
include reference to other, related standards. Such references are not necessarily applicable to
describe the specific test performed.
Water (Moisture) Content of Soil
Liquid Limit, Plastic Limit, and Plasticity Index of Soils
■ Standard Test Method for Particle Size Analysis of Soils
Responsive ■ Resourceful ■ Reliable EXPLORATION AND TESTING PROCEDURES 1 of 2
Geotechnical Engineering Report lrerracon
Joel East Road East of CDC Fort Worth, Texas
July 14, 2022 Terracon Project No. 95225101 GeORepOPt
Unconfined Compressive Strength of Cohesive Soils
Material Finer than 75-pm (No. 200) Sieve
Absorption Swell Tests
Soluble Sulfates
Selected samples are tested for soluble sulfates. The results of these tests are presented in the
tables below.
SUMMARY OF SOLUBLE SULFATES TESTS
Boring No. Depth (ft)
B-1 0-2
B-2 2-4
B-3 0-2
Soluble Sulfates (ppm)
<100
<100
<100
Responsive ■ Resourceful ■ Reliable EXPLORATION AND TESTING PROCEDURES 2 of 2
SITE LOCATION AND EXPLORATION PLANS
Contents:
Site Location Plan
Exploration Plan
Note: All attachments are one page unless noted above.
Responsive ■ Resourceful ■ Reliable
.� t-Joe�.E�St��d r.y�� `r •�
Of
4 -
# S
�; eritie.5t
e 2 • 1
1 4 1'C
+ ' , , S
EXPLORATION PLAN
Joel East Road East of CDC Fort Worth, Texas
July 14, 2022 Terracon Project No. 95225101
lrerracon
GeoReport
DIAGRAM IS FOR GENERAL LOCATION ONLY, AND IS NOT INTENDED FOR CONSTRUCTION PURPOSES MAP PROVIDED BY MICROSOFT BING MAPS
EXPLORATION RESULTS
Contents:
Boring Logs (B-1 through B-3)
Note: All attachments are one page unless noted above.
BORING LOG NO. B-1
PROJECT: Joel East Road Improvement CLIENT: Carter Park East Land LLC
Dallas, TX
SITE: Joel East Road and Wichita Street
Fort Worth, TX
w
C7 LOCATION See Exploration Plan
> 0
U Latitude: 32.6457' Longitude:-97.2890'
J 2
w o
O
O
DEPTH
FAT CLAY (CH), gray, medium stiff to stiff
1
�.0
LEAN CLAY (CL), tan, stiff to very stiff
j 0.0
Boring Terminated at 10 Feet
Page 1 of 1
w Z
d
STRENGTH TEST
AT
LIMITS w
p
W F
}}
F
F
W
>
o
a
Z
W
2
ate^
LU F
~w
Z
�=
z
w w w
0_
w
LU w
a
z
(D
LL-PL-PI U
�m
¢
ULU �
w
�X
of
�
00
��
w
O
OCo
U
a
—
2.5 (HP)
26.1
—
2.0 (HP)
LIC
0.81
7.9
28.2
95
68-24-44 85
5 —
2.0 (HP)
25.3
1
3.75 (HP) LIC 2.06 10.5 16.5 117 28-15-13
3.0 (HP)
16.9
Stratification lines are approximate. In -situ, the transition may be gradual. Hammer Type: Automatic
Advancement Method: See Exploration and Testing Procedures for a Notes:
Dry Auger description of field and laboratory procedures used
i and additional data (If any). Ground surfac elevation estimated from the topographic information
available on NCTCOG webpage www.dfwmaps.com
See Supporting Information for explanation of
Abandonment Method: symbols and abbreviations.
Boring backfilled with auger cuttings upon completion.
WATER LEVEL OBSERVATIONS Boring Started: 06-24-2022 Boring Completed: 06-24-2022
Groudwater not encountered druing drilling Irerracon
Drill Rig: CME 45 Driller:
2501 E Loop 820 N
Borehole dry upon completion Fort Worth, TX Project No.: 95225101
BORING LOG NO. B-2 Page 1 of 1
PROJECT: Joel East Road Improvement CLIENT: Carter Park East Land LLC
Dallas, TX
SITE: Joel East Road and Wichita Street
Fort Worth, TX
w O LOCATION See Exploration Plan
o
d
STRENGTH TEST
LIMITS ATTERBERG w
v
j
}}
F
F
0
w
>?
w
o
z
z
U Latitude: 32.6452' Longitude:-97.2903'
=
_
Q
L
�
a
o
v
Z
~
=
0 LU o
w
w w
_J
a
o w
to U`
w
a
W
z
2
Z
LL-PL-PI U
0
o
Qm
Q
U�
w
CLX
of
O
��
w
O
U
o Co
U
a
DEPTH
9FAT
CLAY (CH), gray, hard
—
4.5+ (HP)
20.9
58-20-38 83
LEAN CLAY (CLI, tan, hard
LEAN CLAY (CLI, shaley, tan and gray, hard
0
Boring Terminated at 10 Feet
c
1
4.5+ (HP) UC 4.19 6.5 18.3 109
4.5+ (HP) 13.9
4.5+ (HP) 14.8 31-17-14
4.5+ (HP) 20.7
Stratification lines are appro)imate. In -situ, the transition may be gradual. Hammer Type: Automatic
Advancement Method: See Exploration and Testing Procedures for a Notes:
Dry Auger description of field and laboratory procedures used
i and additional data (If any). Ground surfac elevation estimated from the topographic information
available on NCTCOG webpage www.dfwmaps.com
See Supporting Information for explanation of
Abandonment Method: symbols and abbreviations.
Boring backfilled with auger cuttings upon completion.
WATER LEVEL OBSERVATIONS Boring Started: 06-24-2022 Boring Completed: 06-24-2022
Groudwater not encountered druing drilling Irerracon
Drill Rig: CME 45 Driller:
2501 E Loop 820 N
Borehole dry upon completion Fort Worth, TX Project No.: 95225101
BORING LOG NO. B-3
PROJECT: Joel East Road Improvement CLIENT: Carter Park East Land LLC
Dallas, TX
SITE: Joel East Road and Wichita Street
Fort Worth, TX
w
C7 LOCATION See Exploration Plan
> 0
U Latitude: 32.6458' Longitude:-97.2914°
J 2
w o
O
O
DEPTH
FAT CLAY (CH), brown and gray, hard
1
�.0
LEAN CLAY (CL), with calcareous nodules, tan, hard
i
j 0.0
Boring Terminated at 10 Feet
Page 1 of 1
AT
w Z
d
STRENGTH
TEST
LIMITS w
p
W F
}}
F
F
W
>
o
Z
a
w
2
ate^
LU F
~w
Z
�= z
w
(D
w w w
0_
g
LU w
a
z
LL-PL-PI U
ow
�m
¢
1
w
2�
�
w
O
O
0-
U
4.5+ (HP)
4.5+ (HP)
5 — 4.5+ (HP)
4.5+ (HP)
4.5+ (HP)
10
12.9 53-18-35
15.2
13.0
10.2
Bw
37-17-20
Stratification lines are approximate. In -situ, the transition may be gradual. Hammer Type: Automatic
Advancement Method: See Exploration and Testing Procedures for a Notes:
Dry Auger description of field and laboratory procedures used
i and additional data (If any). Ground surfac elevation estimated from the topographic information
available on NCTCOG webpage www.dfwmaps.com
See Supporting Information for explanation of
Abandonment Method: symbols and abbreviations.
Boring backfilled with auger cuttings upon completion.
WATER LEVEL OBSERVATIONS Boring Started: 06-24-2022 Boring Completed: 06-24-2022
Groudwater not encountered druing drilling Irerracon
Drill Rig: CME 45 Driller:
2501 E Loop 820 N
Borehole dry upon completion Fort Worth, TX Project No.: 95225101
SUPPORTING INFORMATION
Contents:
Unified Soil Classification System
General Notes to Log Terms
Note: All attachments are one page unless noted above.
UNIFIED SOIL CLASSIFICATION SYSTEM
lrern
GeoReport
Criteria for Assigning Group Symbols and Group Names Using Laboratory Tests
Coarse -Grained Soils:
More than 50% retained
on No. 200 sieve
Clean Gravels:
Gravels:
Less than 5% fines
More than 50% of
coarse fraction
retained on No. 4 sieve
Gravels with Fines:
More than 12% fines c
Sands:
50% or more of coarse
fraction passes No. 4
sieve
Clean Sands:
Less than 5% fines
Sands with Fines:
More than 12% fines
Cu>:4and 1<<Cc<<3
Cu < 4 and/or [Cc<1 or Cc>3.0]
Fines classify as ML or MH
Fines classify as CL or CH
Cu>-band 1 <<Cc<<3
Cu < 6 and/or [Cc<1 or Cc>3.0]
Fines classify as ML or MH
Fines classify as CL or CH
Soil Classification
Group
Symbol Group Name
GW Well -graded gravel
GP
Poorly graded gravel
GM
Silty gravel F, c, H
GC
Clayey gravel F, c, H
SW
Well -graded sand
SP
Poorly graded sand
SM Silty sand c, H, i
SC Clayey sand c, H, i
PI > 7 and plots on or above "A" CL Lean clay K, L, M
Inorganic:
Silts and Clays:
PI < 4 or plots below "A" line ML Silt K, L, M
Liquid limit less than 50
Liquid limit - oven dried Organic clay K, L, M, N
Fine -Grained Soils: Organic:
< 0.75 OL Liquid limit - not dried Organic silt K, L, M, o
or more passes the
No.
No. 200 sieve Inorganic:
PI plots on or above "A" line CH Fat clay K, L, M
Silts and Clays:
PI plots below "A" line MH Elastic Silt K, L, M
Liquid limit 50 or more
Liquid limit - oven dried Organic clay K, L, M, P
Organic:
< 0.75 OH
Liquid limit -not dried Organic silt K, L, M, o
Highly organic soils: Primarily organic matter, dark in color, and organic odor PT Peat
Based on the material passing the 3-inch (75-mm) sieve.
If fines are organic, add "with organic fines" to group name.
If field sample contained cobbles or boulders, or both, add "with cobbles
If soil contains >- 15% gravel, add "with gravel" to group name.
or boulders, or both" to group name.
If Atterberg limits plot in shaded area, soil is a CL-ML, silty clay.
Gravels with 5 to 12% fines require dual symbols: GW-GM well -graded
If soil contains 15 to 29% plus No. 200, add "with sand" or "with
gravel with silt, GW-GC well -graded gravel with clay, GP -GM poorly
gravel," whichever is predominant.
graded gravel with silt, GP -GC poorly graded gravel with clay.
If soil contains >_ 30% plus No. 200 predominantly sand, add
Sands with 5 to 12% fines require dual symbols: SW-SM well -graded
" sandy" to group name.
sand with silt, SW -SC well -graded sand with clay, SP-SM poorly graded
sand with silt, SP-SC poorly graded sand with clay.
If soil contains >- 30% plus No. 200, predominantly gravel, add
z
"gravelly" to group name.
(D30)
PI >: 4 and plots on or above "A" line.
Cu = D60/D,o Cc =
PI < 4 or plots below "A" line.
D10 x D60
"A"
PI plots on or above line.
F If soil contains >- 15% sand, add "with sand" to group name.
PI plots below "A" line.
c If fines classify as CL-ML, use dual symbol GC -GM, or SC-SM
60 I I
For classification of fine-grained '
soils and fine-grained fraction
50 —of coarse -grained soils �ej_ Z
Equation of "A" - line
Horizontal at PI=4 to LL=25.5.
X 40 — then 13I=0.73 (LL 20) O�
W'
❑ Equation of "U" - line �ot
Z Vertical at LL=16 to PI=7, G
>- 30 — then PI=0.9
t� O
� o
20 GV
CL / MH or OH
CL
ll
10 i
7 CL - ML
4 -- ML or OL
0
0 10 16 20 30 40 50 60 70 80 90 100 110
LIQUID LIMIT (ILL)
GENERAL NOTES TO LOG TERMS
Irerracon
GeoRepo&
rSAMPLING
WATER LEVEL
�e �FbxkCora
Cuttings
Water Initially
Encountered
Water Level After a
Specified Period of Time
®Grab 'Shelby
Sam* Tube
�
Water Level After
a Specified Period of Time
®St8Dd,md W Water levels indicated on the soil boring logs are the levels
neua+;o„ Teveas Cone measured in the borehole at the times indicated.
Testneirorrkier Groundwater level variations will occur overtime. In low
permeability soils, accurate determination for groundwater
levels is not possible with short term water level
observations.
DESCRIPTIVE SOIL CLASSIFICATION
FIELD TESTS
N
Standard Penetration Test
Resistance (Blows/Ft)
(HP)
Hand Penetrometer
(T)
Torvane
(DCP)
Dynamic Cone Penetrometer
UC Unconfined Compressive Strength
(PID) Photo -Ionization Detector
(OVA) Organic Vapor Analyzer
Soil classification is based on the Unified Soil Classification System. Coarse Grained Soils have more than 50% of their dry weight retained on a
#200 sieve; their principal descriptors are: boulders, cobbles, gravel, or sand. Fine Grained Soils have less than 50% of their dry weight retained on
a #200 sieve; they are principally described as clays if they are plastic, and silts if they are slightly plastic or non -plastic. Major constituents may be
added as modifiers and minor constituents may be added according to the relative proportions based on grain size. In addition to gradation, coarse -
grained soils are defined on the basis of their in -place relative density and fine-grained soils on the basis of their consistency.
Unless otherwise noted, Latitude and Longitude are approximately determined using a hand-held GPS device. The accuracy of such devices is
variable. Surface elevation data annotated with +/- indicates that no actual topographical survey was conducted to confirm the surface elevation.
Instead, the surface elevation was approximately determined from topographic maps of the area.
0Z14Z100:aI=1:IJ,K
RELATIVE DENSITY OF COARSE -GRAINED SOILS CONSISTENCY OF FINE-GRAINED SOILS
(50% or more passing the No. 200 sieve.)
(More than 50% retained on No. 200 sieve.) Consistency determined by laboratory shear strength testing, field visual -manual
Density determined by Standard Penetration Resistance procedures or standard penetration resistance
Standard Penetration or Standard Penetration or
Descriptive Term Descriptive Term Unconfined Compressive Strength
N-value N-value
(Density) (Consistency) Qu, (tsf)
Blows/Ft. Blows/Ft.
Very Loose
0-3
Very Soft
Less than 0.25
0-1
Loose
4-9
Soft
0.25 to 0.5
2-4
Medium Dense
10 — 29
Medium Stiff
0.5 to 1.00
4-8
Dense
30 — 50
Stiff
1.00 to 2.00
8 — 15
Very Dense
>50
Very Stiff
2.00 to 4.00
15 — 30
Hard
>4.00
>30
RELATIVE PROPORT ONS OF SAND AND GRAVEL
RELATIVE PROPORTIONS OF FINES
Descriptive Term(s) of
Percent of
Descriptive Term(s) of
Percent of
other constituents
Dry Weight
other constituents
Dry Weight
Trace
<15
Trace
<5
With
15 — 29
With
5-12
Modifier
>30
Modifier
>12
GRAIN SIZE
TERMINOLOGY
PLASTICITY )ESCRIPTION
Major Component of Sample
Particle Size
Term
Plasticity Index
Boulders
Over 12 in. (300 mm)
Non -plastic
0
Cobbles
12 in. to 3 in. (300 mm to 75 mm)
Low
1 — 10
Gravel
3 in. to #4 sieve (75mm to 4.75mm)
Medium
11 — 30
Sand
#4 to #200 sieve (4.75mm to 0.075mm)
High
>30
Silt or Clay
Passing #200 sieve (0.075mm)
r verracon
November 18, 2022
Carter Park East Land, LLC
3819 Maple Avenue
Dallas, Texas 75219
Attn: Mr. Matthew E. Colter, Vice President
Re: Addendum to Geotechnical Engineering Report (Revised)
Joel East Road East of CDC
Fort Worth, Texas
Dear Mr. Colter:
1801 Handley-Ederville Rd
Fort Worth, TX 76118
P (817) 268-8600
Terracon.com
We submitted our geotechnical engineering report (Terracon Project 95225101) for the above reference
project on July 14, 2022. Based on an email sent by Matthew Stevens (Kimley-Horn, dated 9/20/2022);
we understand that City of Fort Worth is requesting Terracon's additional recommendations for subgrade
design for minimal cover at the box culvert and asphalt transition design. See below our
recommendations as requested.
Subgrade design for minimal cover at box culvert: Flexible base material can be used in place of
the lime treated subgrade over the culvert. The flexible base material should meet the requirements of
TxDOT 1 Item 247, Type A or D, Grade 1-2 and be compacted at a minimum of 95% maximum standard
Proctor dry density (ASTM D 698) in the range of -2 to +2 percentage points of optimum moisture
content. A minimum of six inches of flexible base should be used beneath the pavement. However, in
areas where the box culvert encroaches into the flexible base, the flexible base can be reduced in
thickness (i.e. placed on top of the box culvert). The culvert should be designed to carry the full load of
the traffic.
Asphalt Transition Design:
The following input parameters were used in the asphalt pavement section analysis for an arterial
connector road.
Input Parameters for Arterial Connector Roads
Annual ESALs / Total ESALs
Growth factor
Design life
Initial serviceability, Po
Terminal serviceability, Pt
Reliability, R
Overall standard deviation, So
Value
300,000 / 13,000,000
2.5%
30 years
4.2
2.5
90%
0.45
Addendum to Geotechnical Engineering Report
Joel East Road East of CDC u Fort Worth, Texas r@rracon
November 18 2022 w Terracon Project No. 95225101
Input Parameters for Arterial Connector Roads Value
Design CBR (psi) 10
Asphalt pavement sections were calculated using the AASHTO 1993 design method for the
assumptions and design parameters discussed above. A pavement section is presented for an
arterial road that consists of asphalt cement concrete supported on a lime modified subgrade.
Arterial Road
Pavement section Thickness (inch)
Asphalt Concrete Pavement, TOOT Type D 3.5
Asphalt Concrete Pavement, TOOT Type B 7
Lime modified subgrade, TxDOT Item 260 8
Total pavement thickness 18.5
Closing
All other recommendations in the original report remain unchanged. If you need any additional
information or if we may be your future help, please do not hesitate to contact us.
Sincerely,
Terracon Consultants, Inc.
Firm Registration No. F-3272
Susl / ' husal, E.I.T.
Senior Staff Engineer
u,le,]o22
j 5A% c-Vi
........................I.........
CHERYL C. PEDRAZA
:....................................
(I-P 104754
/ t 0". �.
. �PU�CG�^n tt �j�NAL�E���?:
Ch rylE. Pedraza, P.E.
Geotechnical Department Manager
Explore with us 2
GC-6.09 Permits and Utilities
THIS PAGE LEFT INTENTIONALLY BLANK
CITY OF FORT WORTH Joel East Road, East of CDC
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 104350
Revised July 1, 2011
FORT WORTH.
October 1, 2022
Mr Cody Brewer
Kimley-Horn and Associates, Inc.
801 Cherry St, Ste 1300
Fort Worth, TX 76102
Sent via email: cody.brewer@kimley-hom.com
Dear Mr Brewer,
This letter permits you and/or your representative to remove all of the hackberries
determined to be in the existing street right-of-way from the 2100 Blk Joel East Rd street
right-of-way, per the attached plans. There is no mitigation requirement.
The following trees are prohibited on city parkways:
Ash Hackberry
Bradford pear Mimosa
Cottonwood Mulberry
Siberian elm Willow
Silver maple
Sycamore
You are responsible for making sure the removal and/or planting does not violate any
private deed restrictions for your neighborhood, or procuring any additional approval
needed from any PID, TIF or Design Review Board that may govern in your area.
If I can be of any further assistance, please contact me at 817-392-5738.
Sincerely,
Melanie Migura, Forester, for
Craig Fox, City Forester
Park & Recreation Department
c: file\Joel East Road East of CDC, IPRC22-0170
PARK & RECREATION DEPARTMENT
City of Fort Worth, 4200 South Freeway, Suite 2200, Fort Worth Texas, 76115-1499
(817)-392-5700(PARK) Fax (817)-392-5724
Application for Tree Removal Permit
on City of Fort Worth property
including parkways and medians
Ci
Submit to:
City Forester
2525 Joe B Rushing Rd
Fort Worth, TX 76119
Section 1 — Applicant Information
Applicant/contractor Carter Park East Phase V Joel East Road, East of CDC
Contact Name Cody Brewer
Title Professional Engineer
Street Address 801 Cherry Street, Suite 1300
City Fort Worth
State Texas
Zip Code 76102
Phone 817-339-2269
Email address cody.brewer@kimley-horn.com
List Applicable Permit Numbers (UFC, IPRC, CG, MFD): I PRC22-0170
Section 2 — Location
Location address Joel East Road, East of CDC.
Business/Residence Industrial Park
Name of Business Carter Park East Land, LLC
Section 3 — Reason for Removal
IPRC22-0170 proposes road widening and storm line extension to serve Joel East Road. Trees in
City of Fort Worth ROW will need to be removed for construction.
Attach site plan drawn to scale showing location of all trees by size (DBH) and species, identify those to be
removed, and any existing man made features. Site plan should include layer demonstrating why trees must
be removed, such as proposed turn lane, drive approach or grade change. Plan must also include north
arrow, scale bar, City trees to remain on site, any proposed planting on city property and planting details
along with method of watering.
Section 4 — Miti
Prohibited trees may be permitted for removal from parkway and/or median without mitigation. Trees in
alley may be permitted for removal, usually without mitigation. Trees or shrubs listed in the Nonnative
Invasive Plants of Southern Forests published by USDA may be removed without mitigation regardless of
location. All other trees less than 30" in DBH permitted for removal must be mitigated on an inch per inch
basis. Trees 30" DBH or greater are mitigated on a 2 inch per inch basis. Mitigation trees must be planted on
City ROW, median or other public land. They must be watered and maintained for a period of 2 years, or
until established, whichever is greater. If mitigation on site is not possible or desirable, mitigation into the
tree fund can be made in the amount of $200 per inch not planted.
Mitigation trees must be planted before final inspection of the site. Mitigation to the tree fund must be made
at time of permit.
A tree planting permit will be issued for trees to be planted on City property at the same time as the tree
removal permit. You must submit a tree planting plan and follow guidelines for planting in the ROW (see
attached).
Trees prohibited on the parkways and medians. Does not pertain to other City owned property.
Ash (Fraxinus sp) Siberian Elm (Ulmus pumila)
Callery Pear (Pyrus calleryana) Silver Maple (Acer saccharinum)
Cottonwood (Populus deltoides) Sycamore (Plantanus occidentalis)
Hackberry (Celtis sp.) Willow (Salix sp.)
Mulberry (Morus sp) *Any tree listed in the Nonnative Invasive Plants of Southern
Forests published by the USDA Forest Service
Revised August 2020
Guidelines for Landscaping in Parkways
Public Open Space Easement (P.O.S.E.)
0
w
0
c�
M
re.
40 feet
Elm 5t
walks, signs, trees, shrubs, cars, trucks, etc.,
illustration.
A 40-foot by 40-foot triangular public open space
easement is required on corner lots at the
intersection of two streets. A 15-foot by 15-foot
triangular public open space of easement is
required on corner lots at the intersection of an
alley and a street. In addition, at the intersection
of a driveway or turnout section and a dedicated
alley, a 10-foot by 10-foot triangular open space
easement is to be provided on each side at the
driveway or turnout at the time the driveway and/or
alley is constructed. Measurements are made from
the face of curb or equivalent area.
No structure, object, or plant of any type may
obstruct vision from a height of 24-inches to a
height of 11 feet above the top of the curb,
including, but not limited to buildings, fences,
in the public open space easement as shown on the
• A medium or large tree shall be planted a minimum of 2 feet from the face of the curb, sidewalk, or other
structure.
• A small tree or shrub shall be planted a minimum of 1.5 feet from the face of the curb, sidewalk, or other
structure.
• A minimum planting area of 3 feet must be available between back of curb and sidewalk to plant any small tree
or large shrub and a minimum of 4 feet to plant large trees.
• Trees must be placed a minimum of 10' from street lights and storm drains.
• Small trees must be planted a minimum of 5' from underground utility boxes.
• Large trees must be planted a minimum of 10' from underground utility boxes.
• Projects involving 21 or more trees proposed in the parkway must have no more than 30% of the trees from
the same subgenus (e.g., red oaks or white oaks).
• Projects involving between 5 and 21 proposed trees in the parkway must have no more than 50% of the trees
in the same subgenus (e.g., red oaks or white oaks).
• In residential areas a minimum spacing of twenty-five feet is recommended between shade trees planted on
parkways and is required in commercial districts or major arterial streets.
• All landscaping shall be located so that pedestrians can walk parallel to the street within the parkway whether a
paved sidewalk is or is not provided.
• No tree or shrub shall obstruct the view of any traffic signal, sign, or other public sign.
• Trees planted under power lines shall be a species that reaches a height of 25' or less upon maturity.
• Any tree or shrub planted in the parkway is the property of the City and the City reserves the right to prune or
remove such tree or shrub if it becomes a traffic hazard or poses risk.
• Planting trees or shrubs on any public property requires a permit from the Park & Recreation Department can
be obtained by calling the City Forester at 817-392-5738 or visiting fortworthtexas.gov/forestry.
• The following trees are prohibited on City parkways: ash (Fraxinus sp.), callery pear (Pyrus calleryana),
cottonwood (Populus deltoides), hackberry (Celtis sp.), mulberry (Morus sp.), Siberian elm (Ulmus pumila),
silver maple (Acer saccharinum), sycamore (Platanus sp.), willow (Salix sp.), or any species of tree, shrub,
vine or grass listed in the Nonnative Invasive Plants of Southern Forests published by the United States
Department of Agriculture Forest Service.
Revised August 2020
w
U)
D
w Li
�z
Lu W
K aF-
Q
K U
aco
0
Qa
�o
�Q
U of
20
OLL �
~ Y
w0
J I_
U}
0 J
wa
rn J
CLZ)
�0
I_
U�
LL
wLLI
U) J
a
w=
xU)
~ U
of z
0—
LL C6
J L'J
z~
OU
QO
w a
F-z
Z z
a
Cf)z
LLI
U
W
UJ
� Y
O
Zm
wz
g0
zo
zz<
0
Qa
E
i
� C
to c
a V i
%C W L
d
w
K a W F
a Q c
N �
a o L
CNN
0 00
w V
m U � M i
�CENU'N L
o L
wxwAi
9 U r F
i
W n Q z vn t
I I I
20' PUBLIC WATER EASEMENT
(INST. NO. D217040913)
I I I I I I
40' SANITARY SEWER EASEMENT
(INST. NO. D207295500)
I I I I I
30' PUBLIC ACCESS EASEMENT
l i I (INST. NO. D217059669)
30' PUBLIC ACCESS EASEMENT
I i i I I (INST. NO. D217040891)
I
I I I I I I
I I I I I I
I I I I I I
I I I I I
I I I I I
I I I I
I I I I I I
I I I I I I
I I
� I I
I
LOT 4X, BLOCK A
CARTER DISTRIBUTION CENTER
II I I I I (INST. NO. D217059669)
EXISTING 16" WATER
TO REMAIN
CPN: 100692
X-24079
1 EXISTING OVERHEAD -
- I I t O ELECTRIC TO REMAIN
JOEL EAST ROAD — 1±95' LF OF 4'x3' BOX CULVERT - EXISTING HEADWALL - ±1,250 SQ FT OF
IMPROVEMENTS EXISTING CURB TO BE TO BE REMOVED TO BE REMOVED EXISTING CONCRETE
CPN: 101903 L REMOVED AND REPLACED PAVEMENT TO BE
X-25897 OHE )H -- REMOVED
OHE —=�v/�Z^
41+90 42+00 43+00 44+00 45+00 46+005666666M
I I \ \\ - 1 -
----_------_�----_---
— — — — — — — — — — — — — — -
- - - - - - - - - - - -
- OHE CCE OHE OHE� —TE
OHE 0 E —T
— OHE OHE
�I
OHE OH� I OHE - OHE
±36' LF FULL - ±235 SQ FT OF EXISTING
DEPTH SAWCUT CONCRETE PAVEMENT
TO BE REMOVED
I
OHE IOHE OHE — OHE OHE
I
OHE hHE OHE OHE OHE —
I
OAE I OHE OHE —
=— EXISTING 12" SANITARY
SEWER TO REMAIN
CPN: 00640; X-19761
I
I /
I / I
x SANITARY SEWER EASEMENT
/ I (INST. NO. D207295501)
/ I
/ I I
/ I I
I
r I I
I I I
I
I
I I
I I
I I I
I
I I I
LOT 13J, BLOCK 13
SHELBY COUNTY SCHOOL LANDS
(VOL. 388-150, PG. 87)
PROPOSED 25' RIGHT-OF-WAY EASEMENT -
BY SEPARATE INSTRUMENT. COFW MTP
80-FOOT IN WIDTH FOR JOEL EAST ROAD
EXISTING OVERHEAD - EXISTING 8" RCP
ELECTRIC TO REMAIN TO BE REMOVED
may' — — —
T OHE
X��47+00. JOEL EAST ROAD 48;660�
\ NORTH
\
\ GRAPHIC SCALE IN FEET
\ 0 20 40 80
\
\
\ O� �n
O O C)
\ EXISTING GAS ±23' LF FULL - \
EXISTING RIGHT OF WAY - PROPOSED RIGHT OF WAY TO REMAIN DEPTH SAWCUT
EXISTING TREE
TO REMAIN \
EXISTING OVERHEAD
ELECTRIC TO REMAIN \ \ —
_ oHE -
oHEi PROPOSED JOEL EAST = pH - OHE OHE — -
x ` ROAD CENTERLINE _ _ _ �� -
49+00 50+00 51+00 52+00 �W500
' xxxxy_x) XXXX......... ---------
OHE UGCE OHE l GCE —i;
-i.,CE
OHE � OliE CE OHE UGCE OHE UGCE —
_ _ _
1OHF
HE UGCE
�HE
OHE OHE OHE .
OHE
OHE OHE
OHE OHF OHE —
EXISTING UNDERGROUND EXISTING RIGHT OF WAY JJ EXISTING MCI VAULT TO BE
EXISTING MCI VAULT TO BE
- OHE OHE
OHE
OHE O 1E
CABLE AND ELECTRIC LINE
OHE —
RELOCATED (BY OTHERS)
RELOCATED (BY OTHERS)
I
TO REMAIN
EXISTING 4'X3' RCB - 24,056 FT2 OF EXISTING
- EXISTING OHE
- EXISTING 16" WATER -
EXISTING FIRE HYDRANT TO BE
STORM TO REMAIN ASPHALT PAVEMENT
TO REMAIN
TO REMAIN
RELOCATED CPN: 100692. X-24079
CPN: 101903 TO BE REMOVED
CPN: 100692
REFERENCE SHEET C-100. TEXAS ELECTRIC SERVICE COMPANY
X-25897
X-24079
(VOL. 2911, PG. 367)
X OHE OHE OHE
_
OHE OHE OHE
OHE OHE OHE
OHE
OHE OHE OHE
Oh
OHE OHE O H
OHE
OHE — OHE OHE
O.
LOT 6, BLOCK A
CARTER PARK EAST
GENERAL DEMOLITION NOTES
1. GENERAL CONTRACTOR SHALL COORDINATE DEMOLITION WITH UTILITY SERVICE PROVIDERS FOR
CANCELING SERVICE AND CLOSING DOWN SYSTEMS.
2. GENERAL CONTRACTOR SHALL ESTABLISH A DEMOLITION SEQUENCE PLAN THAT ALLOWS PROPER
MOBILIZATION AND COORDINATION BETWEEN SUB -CONTRACTORS AND DEMOLITION OF NON -CIVIL ITEMS.
3. IT IS THE RESPONSIBILITY OF THE CONTRACTOR TO PROPERLY DISPOSE WASTE AND COMPLY WITH THE
STATE OF TEXAS ENVIRONMENTAL LAW.
4. EXISTING LOCATION OF FRANCHISED UTILITY LINES AND CONDUITS IS UNKNOWN. GENERAL CONTRACTOR
SHALL UTILIZE MAXIMUM PRECAUTION WHEN EXCAVATING AND REMOVING KNOWN UNDERGROUND
UTILITIES.
5. GENERAL CONTRACTOR SHALL IMPLEMENT A STORM EROSION PREVENTION PLAN DURING DEMOLITION
AND COMPLY WITH THE APPROVED SWPPP.
6. IT IS THE RESPONSIBILITY OF THE CONTRACTOR TO OBTAIN ALL NECESSARY PERMITS FOR SITE
DEMOLITION FROM LOCAL, STATE, AND FEDERAL AGENCIES. KIMLEY-HORN AND ASSOCIATES, INC. WILL
NOT BE LIABLE FOR ANY STRUCTURAL AND/OR BUILDING DEMOLITION.
7. REFERENCE PAVING, GRADING, DRAINAGE, AND UTILITY PLANS FOR ADDITIONAL DETAILS. CONTRACTOR
SHALL KEEP THE DEMOLITION PLAN TOGETHER WITH THE FULL SET OF CONSTRUCTION PLANS. IT WILL BE
THE RESPONSIBILITY OF THE CONTRACTOR TO COORDINATE DEMOLITION WITH PROPOSED
INFRASTRUCTURE.
8. THE CONTRACTOR SHALL COMPLY WITH URBAN FORESTRY REQUIREMENTS FOR DEMOLITION OF ANY
EXISTING TREES.
9. CONTRACTOR TO ADJUST ALL EXISTING STRUCTURES, LIDS, METERS, ETC. TO GRADE ON THE PROPOSED
GRADING PLAN.
LEGEND
SS
OHE --- E ---- — — — —
HE OHE
EXISTING FIRE HYDRANT TO BE EXISTING TREE EXISTING 30" RCP
RELOCATED CPN: 100692. X-24079 TO REMAIN TO REMAIN
REFERENCE SHEET C-100. pNE
EXISTING OW F pNE
TO REM
PREVENTER TO REMAIN
EXISTING 6" SEWER LINE - I pNE
TO REMAIN. X-18994 / pNE
AE 01*
TEXAS ELECTRIC
SERVICE COMPANY
(RECORDING
INFORMATION
UNKNOWN)
LOT 1, BLOCK 1
WICHITA SPRINGS
ADDITION
(VOL. 388-175, PG. 57)
I
I
CAUTION
EXISTING UNDERGROUND
UTILITIES. CONTRACTOR TO
VERIFY EXACT LOCATION
PRIOR TO ANY TRENCHING
OR EXCAVATION.
I
EXISTING POWER POLE TO BE
EXISTING CONCRETE SIDEWALK
,0
RELOCATED BY OTHERS
0, 10,00A
TO BE REMOVED
EXISTING WATER METER
EXISTING CONCRETE PAVEMENT
LEI
EXISTING MAILBOX
TO BEREMOVED
CV1
EXISTING TV VAULT
EXISTING ASPHALT PAVEMENT
TO BE REMOVED
ZL
EXISTING FIBER LINE MARKER
- — — — — -
EXISTING EASEMENT
OHE
EXISTING OVERHEAD
ELECTRICAL LINE
\
EXISTING FENCE
- -
EXISTING PROPERTY LINE
EXISTING TREE
EXISTING TREE TO BE REMOVED
Know what's below.
Call before you dig.
BENCH MARK LIST
BM 102 MAG NAIL W/ YP CONTROL SHINER SET, BEING ±53'
SOUTH OF THE CENTERLINE OF JOEL EAST ROAD, ±3'
NORTH OF THE NORTHWEST CORNER OF A
TRANSMISSION TOWER AND ±45SOUTHWEST OF THE
SOUTHWEST CORNER OF A CURB INLET.
N: 6920704.79'
E: 2337694.11'
ELEV: 680.50'
BM 103 MAG NAIL W/ YP CONTROL SHINER SET, BEING ±54'
SOUTH OF THE CENTERLINE OF JOEL EAST ROAD, ±1'
NORTH OF A TRANSMISSION TOWER AND ±76'
SOUTHWEST OF THE SOUTHWEST CORNER OF A
CURB INLET.
N:6920715.77
E:2339353.74
ELEV: 677.07'
BM 104 MAG NAIL W/ YP CONTROL SHINER SET, BEING ±54'
SOUTH OF THE CENTERLINE OF JOEL EAST ROAD, ±67'
SOUTHEAST OF A POWER POLE AND ±1' NORTH OF A
TRANSMISSION TOWER.
N: 6920730.34'
E: 2340952.17'
ELEV: 671.66'
NOTES:
The bearing system for this survey is based on the Texas Coordinate System
of 1983, North Central Zone 4202 based on observations made on August 17,
2018 with an applied combined scale factor of 1.00012.
U)
z
O
W
w
0f
O
z
N
0
O04
ILL
� CD
0 L�
O L62�
co LL
0 Z
00
OkLU
LL X LUILLoLLZ
0
ILL Z
w
U) Q? 0
ILL
M
M
z��
Iii LU
U)O�
L7
OfIlX
LU
U
o
00
..OF
PEE°°° TE�q�11a
as
CODY BREWER
® °°°.°.°°°°°°°°°°°°
20254 °.°.°.Q°.°.
it 0°"
'OA/A �
09/27/2022
Y Y Y
O
2
f)
} }
o In
Z 0 N Q C) m l7
UN04 N C) ILL
W 00 N LU Z Z Y
j r` U
OfN w
CD Q U W (If 2
0_0 0 o W 0 0 U
QU
Op
U)
U
=X
~
oLL
LU
�O
z
Q
00
LL
U
W
O
z
J
Q
"Q
W
O
w
Z
Q
J
0—
Z
O
J
O
L
W
M
SHEET NUMBER
C 200
U
z
Cli
H
Q
U
O
fn
U)
Q
0
Z
Q
Z
O
2
}
w
J
Y
N
N
0
N
O
u
I*
2199 Joel Fist Rd
Fort wort#k Texas
Game
Stfee't Yew - Mar 2021
ON
'�S •M1LY � � M .f
� * 4 ti p ' ° f� 4{, # •4 -" i'x }�'. - f f d4.
t�� r•�ik'y - 1T �` sir Al
'l
R
ogle
GR-01 60 00 Product Requirements
THIS PAGE LEFT INTENTIONALLY BLANK
CITY OF FORT WORTH Joel East Road, East of CDC
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 104350
Revised July 1, 2011
FORT WORTH.
Approval Spec No.
Classsification
CITY OF FORT WORTH
WATER DEPARTMENT
STANDARD PRODUCT LIST
Manufacturer
Water & Sewer - Manholes & Bases/Components 33-39-10 (Rev 2/3/16)
Model No.
National Spec
Updated: 11-6-24
Size
07/23/97
33 05 13
Urethane Hydrophilic Waterstop
Asahi Kogyo K.K.
Adeka Ultra -Seal P-201
ASTM D2240/D412/D792
04/26/00
33 05 13
Offset Joint for 4' Diam. MH
Hanson Concrete Products
Drawing No. 35-0048-001
04/26/00
33 05 13
Profile Gasket for 4' Diam. MH.
Press -Seal Gasket Corp.
2504G Gasket
ASTM C-443/C-361
SS MH
1/26/99
33 05 13
HDPE Manhole Adjustment Rings
Ladtech, Inc
HDPE Adjustment Ring
Traffic and Non -traffic area
5/13/05
33 05 13
Manhole External Wrap
Canusa - CPS WrapidSeal Manhole Encapsulation System
Water & Sewer - Manholes & Bases/FiberLlass 33-39-13 (1/8/13)
1/26/99
33 39 13
Fiberglass Manhole
Fluid Containment, Inc.
I
Flowtite
ASTM 3753
Non -traffic area
08/30/06
33 39 13
Fiberglass Manhole
L.F. Manufacturing
Non -traffic area
Water & Sewer - Manholes & Bases/Frames & Covers/Rectangular 33-05-13 (Rev 2/3/16)
*
33 05 13
(Manhole Frames and Covers
I Western Iron Works, Bass & Hays Foundry f
1001
24"x40" WD
Water & Sewer - Manholes & Bases/Frames & Covers/Standard
(Round) 33-05-13 (Rev 2/3/16)
*
33 05 13
Manhole Frames and Covers
Western Iron Works, Bass & Hays Foundry
30024
24" Dia.
*
33 05 13
Manhole Frames and Covers
McKinley Iron Works Inc.
A 24 AM
24" Dia.
08/24/18
33 05 13
Manhole Frames and Covers
Neenah Foundry
R-1272
ASTM A48 & AASHTO M306
24" Dia.
08/24/18
33 05 13
Manhole Frames and Covers
Neenah Foundry
NF 1274
ASTM A48 & AASHTO M306
30" Dia.
33 05 13
Manhole Frames and Covers
Sigma Corporation
MH-144N
33 05 13
Manhole Frames and Covers
Sigma Corporation
MH-143N
33 05 13
Manhole Frames and Covers
Pont-A-Mousson
GTS-STD
24" dia.
33 05 13
Manhole Frames and Covers
Neenah Casting
24" dia.
10/31/06
33 05 13
Manhole Frames and Covers (Hinged)
Powerseal
Hinged Ductile Iron Manhole
ASTM A536
24" Dia.
7/25/03
33 05 13
Manhole Frames and Covers
Saint-Gobain Pipelines (Pamrex/rexus)
RE32-R817S
30" Dia.
01/31/06
33 05 13
30" Dia. MH Ring and Cover
East Jordan Iron Works
V1432-2 and V1483 Designs
AASHTO M306-04
30" Dia.
11/02/10
33 05 13
30" Dia. MH Ring and Cover
Sigma Corporation
MH1651FWN & MH16502
30" Dia
07/19/11
33 05 13
30" Dia. MH Ring and Cover
Star Pipe Products
MH32FTWSS-DC
30" Dia
08/10/11
33 05 13
30" Dia. MH Ring and Cover
Accucast
220700 Heavy Duty with Gasket Ring
30" Dia
30" ERGO XL Assembly
10/14/13
33 05 13
30" Dia. MH Ring and Cover (Hinged & Lockable)
East Jordan Iron Works
with Cam Lock/MPIC/T-Gasket
ASSHTO M105 & ASTM A536
30" Dia
06/01/17
3405 13
30" Dia. MH Ring and Cover (Lockable) Cl
SIP Industries
2280 (32")
ASTM A 48
30" Dia.
12/05/23
3405 13
30" Dia. MH Ring and Cover (Hinged & Lockable) Cl
SIP Industries
4267WT - Hinged (32")
ASTM A 48
30" Dia.
CAP-ONE-30-FTW, Composite, w/ Lock
09/16/19
33 05 13
30" Dia. MH Ring and Cover
Composite Access Products, L.P.
w/o Hing
30" Dia.
10/07/21
3405 13
30" Dia. MH Ring and Cover
Trumbull Manufacturing
32"(30") Frame and Cover
30" Dia.
Water & Sewer - Manholes & Bases/Frames & Covers/Water
Tight & Pressure Tight 33-05-13 (Rev 2/3/16)
*
33 05 13
Manhole Frames and Covers
Pont-A-Mousson
Pamtight
24" Dia.
*
33 05 13
Manhole Frames and Covers
Neenah Casting
24" Dia.
*
33 05 13
Manhole Frames and Covers
Western Iron Works,Bass & Hays Foundry
300-24P
24" Dia.
*
33 05 13
Manhole Frames and Covers
McKinley Iron Works Inc.
WPA24AM
24" Dia.
03/08/00
33 05 13
Manhole Frames and Covers
Accucast
RC-2100
ASTM A 48
24" Dia.
04/20/01
33 05 13
Manhole Frames and Covers
(SIP)Serampore Industries Private Ltd.
300-24-23.75 Ring and Cover
ASTM A 48
24" Dia.
Water & Sewer - Manholes & Bases/Precast Concrete (Rev
1/8/13)
*
33 39 10
Manhole, Precast Concrete
Hydro Conduit Corp
SPL Item #49
ASTM C 478
48"
*
33 39 10
Manhole, Precast Concrete
Wall Concrete Pipe Co. Inc.
ASTM C-443
48"
09/23/96
33 39 10
Manhole, Precast Concrete
Concrete Product Inc.
48" I.D. Manhole w/ 32" Cone
ASTM C 478
48" w/32" cone
12/05/23
33 39 10
Manhole, Precast Concrete
The Turner Company
72" I.D. Manhole w/ 32" Cone
ASTM C 478
72"
05/08/18
33 39 10
Manhole, Precast Concrete
The Turner Company
48", 60" I.D. Manhole w/ 32" Cone
ASTM C 478
4811,6011
Manhole, 32" Opening and Flat top, (No
09/03/24
33 39 10
Manhole, Precast Concrete
Oldcastle Precast Inc.
Transition Cones)
ASTM C 478
48" to 84" I.D.
06/09/10
33 39 10
Manhole, Precast (Reinforced Polymer)Concrete
US Composite Pipe
Reinforced Polymer Concrete
ASTM C-76
48" to 72"
09/06/19
33 39 20
Manhole, Precast Concrete
Forterra Pipe and Precast
60" & 72" I.D. Manhole w/32" Cone
ASTM C-76
60" & 72"
10/07/21
32 39 20
Manhole, Precast Concrete
Forterra Pipe and Precast
48" I.D. Manhole w/32" Cone
ASTM C-77
48"
10/07/21
33 39 20
Manhole, Precast (Reinforced Polymer) Concrete
Armorock
48" & 60" I.D. Manhole w/32" Cone
48" & 60"
10/07/21
33 39 20
Manhole, Precast (Hybrid) Polymer & PVC
Geneva Pipe and Precast (Predl Systems)
48" & 60" I.D. Manhole w/32" Cone
48" & 60" Non Traffic Areas
ASTM C-478; ASTM C-923;
03/07/23
33 39 20
Manhole, Precast Concrete
AmeriTex Pipe and Products, LLC
48" & 60" I.D. Manhole w/32" Cone
ASTM C-443
03/07/23
33 39 20
Manhole, Precast (Reinforced Polymer) Concrete
P3 Polymers, RockHardscp
48" & 60" I.D. Manhole w/32" Cone
04/28/07
Manhole, Precast (Reinforced Polymer) Concrete
Amitech USA
Meyer Polycrete Pipe
Sewer -(WAC) Wastewater Access Chamber 33 39 40
For use when Std. MH cannot be
12/29/23
33 39 20
Wastewater Access Chamber
Quickstream Solutions, Inc.
Type 8 Maintenace Shaft (Poopit)
installed due to depth
Water & Sewer - Manholes & Bases/Rehab Svstems/Cementitious
*
E1-14
Manhole Rehab Systems
Quadex
04/23/01
E1-14
Manhole Rehab Systems
Standard Cement Materials, Inc.
Reliner MSP
E1-14
Manhole Rehab Systems
AP/M Permaform
4/20/01
E1-14
Manhole Rehab System
Strong Company
Strong Seal MS2A Rehab System
5/12/03
E1-14
Manhole Rehab System (Liner)
Triplex Lining System
MH repair product to stop infiltration
ASTM D5813
08/30/06
General Concrete Repair
F1exKrete Technologies
Vinyl Polyester Repair Product
Misc. Use
* From Original Standard Products List 1
FORT WORTH.
CITY OF FORT WORTH
WATER DEPARTMENT
STANDARD PRODUCT LIST
Updated: 11-6-24
Approval
Spec No.
I Classsification I
Manufacturer
Model No.
National Spec
Size
Water & Sewer
- Manholes & Bases/Rehab Svstems/NonCementitious
05/20/96
E1-14
Manhole Rehab Systems
Sprayroq,
Spray Wall Polyurethane Coating
ASTM D639/D790
12/14/01
Coating for Corrosion protection(Exterior)
ERTECH
Series 20230 and 2100 (Asphatic Emulsion)
Structures Only
01/31/06
Coatings for Corrosion Protection
Chesterton
Arc 791, S1HB, S1, S2
Acid Resistance Test
Sewer Applications
8/28/2006
Coatings for Corrosion Protection
Warren Environmental
S-301 and M-301
Sewer Applications
33 05 16, 33 39 10,
RR&C Dampproofing Non-Fibered Spray
For Exterior Coating of Concrete
03/19/18
33 39 20
Coating for Corrosion protection(Exterior)
Sherwin Williams
Grade (Asphatic Emulsion)
Structures Only
Water & Sewer
- Manhole Inserts - Field Operations Use Onlv (Rev 2/3/16)
*
33 05 13
Manhole Insert
Knutson Enterprises
Made to Order - Plastic
ASTM D 1248
For 24" dia.
*
33 05 13
Manhole Insert
South Western Packaging
Made to Order - Plastic
ASTM D 1248
For 24" dia.
*
33 05 13
Manhole Insert
Noflow-Inflow
Made to Order - Plastic
ASTM D 1248
For 24" dia.
09/23/96
33 05 13
Manhole Insert
Southwestern Packing & Seals, Inc.
Lifesaver - Stainless Steel
For 24" dia.
09/23/96
33 05 13
Manhole Insert
Southwestern Packing & Seals, Inc.
TetherLok - Stainless Steel
For 24" dia
Water & Sewer
- Pipe Casino Spacers 33-05-24 (07/01/13)
11/04/02
Steel Band Casing Spacers
Advanced Products and Systems, Inc.
Carbon Steel Spacers, Model SI
02/02/93
Stainless Steel Casing Spacer
Advanced Products and Systems, Inc.
Stainless Steel Spacer, Model SSI
04/22/87
Casing Spacers
Cascade Waterworks Manufacturing
Casing Spacers
09/14/10
Stainless Steel Casing Spacer
Pipeline Seal and Insulator
Stainless Steel Casing Spacer
Up to 48"
09/14/10
Coated Steel Casin Spacers
Pipeline Seal and Insulator
Coated Steel Casing Spacers
Up to 48"
05/10/11
Stainless Steel Casing Spacer
Powerseal
4810 Powerchock
Up to 48"
03/19/18
Casing Spacers
BWM
SS-12 Casing Spacer(Stainless Steel)
03/19/18
Casing Spacers
BWM
FB-12 Casing Spacer (Coated Carbon Steel)
for Non pressure Pipe and Grouted Casing
03/29/22
33 05 13
Casing Spacers
CCI Pipeline Systems
CSC12, CSS12
09/03/24
33 05 13
Casing Spacers
Raci (Completely HDPE)
Per Manufacturers Requirements (Sewer
8" - 12" (Sewer Only)
Applications Only)
Water & Sewer - Pipes/Ductile Iron 33-11-10(1/8/13)
*
33 11 10 Ductile Iron Pipe
Griffin Pipe Products, Co.
Super Bell-Tite Ductile Iron Pressure Pipe,
AWWA C150, C151
3" thru 24"
08/24/18
33 11 10 Ductile Iron Pipe
American Ductile Iron Pipe Co.
American Fastite Pipe (Bell Spigot)
AWWA C150, C151
4" thru 30"
08/24/18
33 11 10 Ductile Iron Pipe
American Ductile Iron Pipe Co.
American Flex Ring (Restrained Joint)
AWWA C150, C151
4" thru 30"
*
33 11 10 Ductile Iron Pipe
U.S. Pipe and Foundry Co.
AWWA C150, C151
*
33 11 10 Ductile Iron Pipe
McWane Cast Iron Pipe Co.
AWWA C150, C151
Water & Sewer - Utility Line Marker (08/24/2018)
Sewer - Coatings/Evoxv 33-39-60 (01/08/13)
02/25/02
Epoxy Lining System
Sauereisen, Inc
SewerGard 210RS
LA County #210-1.33
12/14/01
Epoxy Lining System
Ertech Technical Coatings
Ertech 2030 and 2100 Series
04/14/05
Interior Ductile Iron Pipe Coating
Induron
Protecto 401
ASTM B-117
Ductile Iron Pipe Only
01/31/06
Coatings for Corrosion Protection
Chesterton
Arc 791, S1HB, S1, S2
Acid Resistance Test
Sewer Applications
8/28/2006
Coatings for Corrosion Protection
Warren Environmental
S-301 and M-301
Sewer Applications
Sewer - Coatings/Polyurethane
Sewer - Combination Air Valves
05/25/18
33-31-70
Air Release Valve
A.R.I. USA, Inc.
D025LTP02(Composite Body)
2"
Sewer - Pipes/Concrete
*
E1-04 Conc. Pipe, Reinforced
Wall Concrete Pipe Co. Inc.
ASTM C 76
*
E1-04 Conc. Pipe, Reinforced
Hydro Conduit Corporation
Class III T&G, SPL Item #77
ASTM C 76
*
E1-04 Conc. Pipe, Reinforced
Hanson Concrete Products
SPL i«o. #95 ra,...hol #99 Pip
ASTM C 76
*
E1-04 Conc. Pipe, Reinforced
Concrete Pipe & Products Co. Inc.
ASTM C 76
Sewer - Pipe Enlarcment Svstem (Method)33-31-23 (01/18/13)
PIM System
PIM Corporation
Polyethylene
PIM Corp., Piscata Way, N.J.
Approved Previously
McConnell Systems
McLat Construction
Polyethylene
Houston, Texas
Approved Previously
TRS Systems
Trenchless Replacement System
Polyethylene
Calgary, Canada
Approved Previously
Sewer - Pipe/Fiberclass Reinforced/ 33-31-13(1/8/13)
7/21/97
33 31 13 Cent. Cast Fiberglass (FRP)
Hobas Pipe USA, Inc.
Hobas Pipe (Non -Pressure)
ASTM D3262/D3754
03/22/10
33 31 13 Fiberglass Pipe (FRP)
Ameron
Bondstrand RPMP Pipe
ASTM D3262/D3754
04/09/21
33 31 13 Glass -Fiber Reinforced Polymer Pipe (FRP)
Thompson Pipe Group
Thompson Pipe (Flowtite)
ASTM D3262/D3754
ASTM D3262, ASTM D3681,
03/07/23
33 31 13 Fiberglass Pipe (FRP)
Future Pipe Industries
Fiberstrong FRP
ASTM D4161, AWWA M45
ASTM D3262, ASTM D3517,
09/03/24
33 31 13 Fiberglass Pipe (FRP)
Superlit Boru Sanayi A.S.
Superlit FRP
ASTM 3754, AWWA C950
* From Original Standard Products List 2
FORT WORTH.
Approval Spec No. I Classsification
Sewer - Pipe/Polymer Pipe
4/14/05 Polymer Modified Concrete Pipe
06/09/10 E1-9 Reinforced Polymer Concrete Pipe
Sewer - Pipes/HDPE 33-31-23(1/8/13)
* High -density polyethylene pipe
* High -density polyethylene pipe
* High -density polyethylene pipe
High -density polyethylene pipe
Sewer - Pipes/PVC (Pressure Sewer) 33-11-12 (4/1/13)
12/02/11 33-11-12 DR-14 PVC Pressure Pipe
10/22/14 33-11-12 DR-14 PVC Pressure Pipe
Sewer - Pipes/PVC* 33-31-20 (7/1/13)
*
33-31-20
PVC Sewer Pipe
12/23/97*
33-31-20
PVC Sewer Pipe
*
33-31-20
PVC Sewer Pipe
12/05/23
33-31-20
PVC Sewer Pipe
12/05/23
33-31-20
PVC Sewer Pipe
*
33-31-20
PVC Sewer Pipe
05/06/05
33-31-20
PVC Solid Wall Pipe
04/27/06
33-31-20
PVC Sewer Fittings
*
33-31-20
PVC Sewer Fittings
3/19/2018
33 31 20
PVC Sewer Pipe
3/19/2018
33 31 20
PVC Sewer Pipe
3/29/2019
33 31 20
Gasketed Fittings (PVC)
10/21/2020
33 31 20
PVC Sewer Pipe
10/22/2020
33 31 20
PVC Sewer Pipe
10/21/2020
33 3120
PVC Sewer Pipe
CITY OF FORT WORTH
WATER DEPARTMENT
STANDARD PRODUCT LIST
Updated: 11-6-24
Manufacturer Model No. National Spec Size
Amitech USA Meyer Polycrete Pipe ASTM C33, A276, F477 8" to 102", Class V
US Composite Pipe Reinforced Polymer Concrete Pipe ASTM C-76
Phillips Driscopipe, Inc.
Opticore Ductile Polyethylene Pipe
ASTM D 1248
8"
Plexco Inc.
ASTM D 1248
8"
Polly Pipe, Inc.
ASTM D 1248
8"
CSR Hydro Conduit/Pipeline Systems
McConnell Pipe Enlargement
ASTM D 1248
Pipelife Jetstream
PVC Pressure Pipe
AWWA C900
4" thru 12"
Royal Building Products
Royal Seal PVC Pressure Pipe
AWWA C900
4" thru 12"
J-M Manufacturing Co., Inc. QM Eagle)
SDR-26 (PSI 15)
ASTM D 3034
4" - 15"
Diamond Plastics Corporation
SDR-26 (PSI 15)
ASTM D 3034
4" thru 15"
Lamson Vylon Pipe
SDR-26 (PSI 15)
ASTM D 3034
4" thru 15"
Vinyltech PVC Pipe
SDR-26 (PSI 15)
ASTM D3034
4" thru 15"
Vinyltech PVC Pipe
Gravity Sewer PS 115
ASTM F 679
18"
J-M Manufacturing Co, Inc. (JM Eagle)
PS 115
ASTM F 679
18" - 28"
Diamond Plastics Corporation
PS 115
ASTM F-679
18" to 48"
Harco
SDR-26 (PS 115) Gasket Fittings
ASTM D-3034, D-1784, etc
4" - 15"
Plastic Trends, Inc.(Westlake)
Gasketed PVC Sewer Main Fittings
ASTM D 3034
Pipelife Jet Stream
SDR 26 (PS 115)
ASTM F679
1811- 24"
Pipelife Jet Stream
SDR 26
ASTM D3034
4"- 15"
GPK Products, Inc.
SDR 26
ASTM D3034
4"- 15"
NAPCO(Westlake)
SDR 26
ASTM D3034
4" - 15"
Sanderson Pipe Corp.
SDR 26
ASTM D3034
4"- 15"
NAPCO(Westlake)
SDR 26 PS 115
ASTM F-679
1811- 36"
* From Original Standard Products List 3
FORT WORTH.
CITY OF FORT WORTH
WATER DEPARTMENT
STANDARD PRODUCT LIST
Updated: 11-6-24
Approval
Spec No.
I Classsification
Manufacturer
Model No.
National Spec
Size
Water - Appurtenances
33-12-10 (07/01/13)
09/03/24
33-12-10
Double Strap Saddle
Ford Meter Box Co., Inc.
202B
V-2" SVC, up to 16" Pipe
01/18/18
33-12-10
Double Strap Saddle
Romac
202NS Nylon Coated
AWWA C800
V-2" SVC, up to 24" Pipe
08/28/02
Double Strap Saddle
Smith Blair
#317 Nylon Coated Double Strap Saddle
07/23/12
33-12-10
Double Strap Service Saddle
Mueller Company
DR2S Double (SS) Strap DI Saddle
AWWA C800
1"-2" SVC, up to 24" Pipe
03/07/23
33-12-10
Double Strap Service Saddle
Powerseal
3450AS, Inc]. Corp. Stop, Dbl Strap, Stainless
NSF ANSI 372
1"-2" SVC, up to 24" Pipe
10/27/87
Curb Stops -Ball Meter Valves
McDonald
6100M,6100MT & 61OMT
3/4" and 1"
10/27/87
Curb Stops -Ball Meter Valves
McDonald
4603B, 4604B, 6100M, 610OTM and 6101M
1'/2" and 2"
FB600-7NL, FB1600-7-NL, FV23-777-W-NL,
5/25/2018
33-12-10
Curb Stops -Ball Meter Valves
Ford Meter Box Co., Inc.
L22-77NL
AWWA C800
2"
FB600-6-NL, FB1600-6-NL, FV23-666-W-
5/25/2018
33-12-10
Curb Stops -Ball Meter Valves
Ford Meter Box Co., Inc.
NL, L22-66NL
AWWA C800
1-1/2"
FB600-4-NL, FBI600-4-NL, B I 1-444-WR-
5/25/2018
33-12-10
Curb Stops -Ball Meter Valves
Ford Meter Box Co., Inc.
NL, B22444-WR-NL, L28-44NL
AWWA C800
I"
B-25000N, B-24277N-3, B-20200N-3, H-
AWWA C800, ANSF 61,
5/25/2018
33-12-10
Curb Stops -Ball Meter Valves
Mueller Co., Ltd.
15000N, , H-1552N, H142276N
ANSI/NSF 372
2"
B-25000N, B-20200N-3, B-24277N-3,H-
AWWA C800, ANSF 61,
5/25/2018
33-12-10
Curb Stops -Ball Meter Valves
Mueller Co., Ltd.
15000N, H-14276N, H-15525N
ANSI/NSF 372
1-1/2"
B-25000N, B-20200N-3,H-15000N, H-
AWWA C800, ANSF 61,
5/25/2018
33-12-10
Curb Stops -Ball Meter Valves
Mueller Co., Ltd.
15530N
ANSI/NSF 372
1"
01/26/00
Coated Tapping Saddle with Double SS Straps
JCM Industries, Inc.
#406 Double Band SS Saddle
1"-2" Taps on up to 12"
0/5/21/12
33-12-25
Tapping Sleeve (Coated Steel)
JCM Industries, Inc.
412 Tapping Sleeve ESS
AWWA C-223
Up to 30" w/12" Out
03/29/22
33-12-25
Tapping Sleeve (Coated or Stainless Steel)
JCM Industries, Inc.
415 Tapping Sleeve
AWWA C-223
Concrete Pipe Only
05/10/11
Tapping Sleeve (Stainless Steel)
Powerseal
3490AS (Flange) & 3490MJ
4"-8" and 16"
02/29/12
33-12-25
Tapping Sleeve (Coated Steel)
Romac
FTS 420
AWWA C-223
U p to 42" w/24" Out
02/29/12
33-12-25
Tapping Sleeve (Stainless Steel)
Romac
SST Stainless Steel
AWWA C-223
Up to 24" w/12" Out
02/29/12
33-12-25
Tapping Sleeve (Stainless Steel)
Romac
SST III Stainless Steel
AWWA C-223
Up to 30" w/12" Out
05/10/11
Joint Repair Clamp
Powerseal
3232 Bell Joint Repair Clamp
4" to 30"
Plastic Meter Box w/Composite Lid
DFW Plastics Inc.
DFW37C-12-IEPAF FTW
Plastic Meter Box w/Composite Lid
DFW Plastics Inc.
DFW39C-12-IEPAF FTW
08/30/06
Plastic Meter Box w/Composite Lid
DFW Plastics Inc.
DFW65C-14-IEPAF FTW
Class "A"
Concrete Meter Box
Bass & Hays
CM1337-1312 1118 LID-9
Concrete Meter Box
Bass & Hays
CMB-I8-Dual 1416 LID-9
Concrete Meter Box
Bass & Hays
CM1365-1365 1527 LID-9
Water - Bolts, Nuts, and Gaskets 33-11-05 (01/08/13)
None
Water - Combination Air Release 33-31-70 (01/08/13)
*
EI-11
Combination Air Release Valve
GA Industries, Inc.
Empire Air and Vacuum Valve, Model 935
ASTM A 126 Class B, ASTM A
1" & 2"
*
E1-11
Combination Air Release Valve
Multiplex Manufacturing Co.
Crispin Air and Vacuum Valves, Model No.
1/211, 1" & 2"
*
E1-11
Combination Air Release Valve
Valve and Primer Corp.
APCO #143C, #145C and #147C
111, 2" & 3"
Water - Dry Barrel Fire Hvdrants 33-12-40 (01/15/14)
10/01/87
E-1-12
Dry Barrel Fire Hydrant
American -Darling Valve
Drawing Nos. 90-18608, 94-18560
AWWA C-502
03/31/88
E-1-12
Dry Barrel Fire Hydrant
American Darling Valve
Shop Drawing No. 94-18791
AWWA C-502
09/30/87
E-1-12
Dry Barrel Fire Hydrant
Clow Corporation
Shop Drawing No. D-19895
AWWA C-502
01/12/93
E-1-12
Dry Barrel Fire Hydrant
American AVK Company
Model 2700
AWWA C-502
08/24/88
E-1-12
Dry Barrel Fire Hydrant
Clow Corporation
Drawings D20435, D20436, B20506
AWWA C-502
E-1-12
Dry Barrel Fire Hydrant
ITT Kennedy Valve
Shop Drawing No. D-80783FW
AWWA C-502
09/24/87
E-1-12
Dry Barrel Fire Hydrant
M&H Valve Company
Shop Drawing No. 13476
AWWA C-502
Shop Drawings No. 6461
10/14/87
E-1-12
Dry Barrel Fire Hydrant
Mueller Company
A-423 Centurion
AWWA C-502
Shop Drawing FH-12
01/15/88
E1-12
Dry Barrel Fire Hydrant
Mueller Company
A-423 Super Centurion 200
AWWA C-502
10/09/87
E-1-12
Dry Barrel Fire Hydrant
U.S. Pipe & Foundry
Shop Drawing No. 960250
AWWA C-502
09/16/87
E-1-12
Dry Barrel Fire Hydrant
American Flow Control (AFC)
Waterous Pacer W1367
AWWA C-502
08/12/16
33-12-40
Dry Barrel Fire Hydrant
EJ (East Jordan Iron Works)
WaterMaster 5CD250
Water - Meters
02/05/93
E101-5
Detector Check Meter
Ames Company
Model 1000 Detector Check Valve
AWWA C550
4" - 10"
08/05/04
Magnetic Drive Vertical Turbine
Hersey
Magnetic Drive Vertical
AWWA C701, Class 1
3/4" - 6"
* From Original Standard Products List 4
FORT WORTH.
CITY OF FORT WORTH
WATER DEPARTMENT
STANDARD PRODUCT LIST
Approval
Spec No.
�Classsification I
Manufacturer I
Model No.
Water - Pipes/PVC (Pressure Water) 33-31-70 (01/08/13)
12/05/23
33-11-12
PVC Pressure Pipe
Vinyltech PVC Pipe
DR14
12/05/23
33-11-12
PVC Pressure Pipe
Vinyltech PVC Pipe
DR18
09/03/24
33-11-12
PVC Pressure Pipe
Northern Pipe Products
DR14
09/03/24
33-11-12
PVC Pressure Pipe
Northern Pipe Products
DR18
3/19/2018
33 11 12
PVC Pressure Pipe
Pipelife Jet Stream
DR14
3/19/2018
33 11 12
PVC Pressure Pipe
Pipelife Jet Stream
DR18
5/25/2018
33 11 12
PVC Pressure Pipe
Diamond Plastics Corporation
DR 14
5/25/2018
33 11 12
PVC Pressure Pipe
Diamond Plastics Corporation
DR 18
12/6/2018
33 11 12
PVC Pressure Pipe
J-M Manufacturing Co., Inc d/b/a JM Eagle
DR 14
12/6/2018
33 11 12
PVC Pressure Pipe
J-M Manufacturing Co., Inc d/b/a JM Eagle
DR 18
9/6/2019
33 11 12
PVC Pressure Pipe
Underground Solutions Inc.
DR14 Fusible PVC
9/6/2019
33 11 12
PVC Pressure Pipe
NAPCO(Westlake)
DR18
9/6/2019
33 11 12
PVC Pressure Pipe
NAPCO(Westlake)
DR14
9/6/2019
33 11 12
PVC Pressure Pipe
Sanderson Pipe Corp.
DR14
Water - Pives/Valves & Fittines/Ductile Iron Fittincs 33-11-11 (01/08/13)
07/23/92
E1-07
Ductile Iron Fittings
Star Pipe Products, Inc.
*
E1-07
Ductile Iron Fittings
Griffin Pipe Products, Co.
*
E1-07
Ductile Iron Fittings
McWane/Tyler Pipe/ Union Utilities Division
08/11/98
E1-07
Ductile Iron Fittings
Sigma, Co.
02/26/14
E1-07
MJ Fittings
Accucast
05/14/98
E1-07
Ductile Iron Joint Restraints
Ford Meter Box Co./Uni-Flange
05/14/98
E1-24
PVC Joint Restraints
Ford Meter Box Co./Uni-Flange
11/09/04
E1-07
Ductile Iron Joint Restraints
One Bolt, Inc.
02/29/12
33-11-11
Ductile Iron Pipe Mechanical Joint Restraint
EBAA Iron, Inc.
02/29/12
33-11-11
PVC Pipe Mechanical Joint Restraint
EBAA Iron, Inc.
08/05/04
E1-07
Mechanical Joint Retainer Glands(PVC)
Sigma, Co.
03/06/19
33-11-11
Mechanical Joint Retainer Glands(PVC)
Sigma, Co.
08/05/04
E1-07
Mechanical Joint Retainer Glands(PVC)
Sigma, Co.
08/10/98
E1-07
MJ Fittings(DIP)
Sigma, Co.
10/12/10
E1-24
Interior Restrained Joint System
S & B Techncial Products
08/16/06
E1-07
Mechanical Joint Fittings
SIP Industries(Serampore)
11/07/16
33-11-11
Mechanical Joint Retainer Glands
Star Pipe Products, Inc.
11/07/16
33-11-11
Mechanical Joint Retainer Glands
Star Pipe Products, Inc.
03/19/18
33-11-11
Mechanical Joint Retainer Glands
SIP Industries(Serampore)
03/19/18
33-11-11
Mechanical Joint Retainer Glands
SIP Industries(Serampore)
03/19/18
33-11-11
Mechanical Joint Retainer Glands
SIP Industries(Serampore)
Mechanical Joint Fittings
Mechanical Joint Fittings
Mechanical Joint Fittings, SSB Class 350
Mechanical Joint Fittings, SSB Class 351
Class 350 C-153 MJ Fittings
Uni-Flange Series 1400
Uni-Flange Series 1500 Circle -Lock
One Bolt Restrained Joint Fitting
Megalug Series 1100 (for DI Pipe)
Megalug Series 2000 (for PVC Pipe)
Sigma One-Lok SLC4 - SLC10
Sigma One-Lok SLCS4 - SLCS12
Sigma One-Lok SLCE
Sigma One-Lok SLDE
Bulldog System ( Diamond Lok 21 & JM
Mechanical Joint Fittings
PVC Stargrip Series 4000
DIP Stargrip Series 3000
EZ Grip Joint Restraint (EZD) Black For DIP
EZ Grip Joint Restraint (EZD) Red for C900
DR14 PVC Pipe
EZ Grip Joint Restraint (EZD) Red for C900
DR18 PVC Pipe
National Spec
AWWA C900, AWWA C605,
ASTM D1784
AWWA C900, AWWA C605,
ASTM D1784
AWWA C900, AWWA C605,
ASTM D1784
AWWA C900, AWWA C605,
ASTM D1784
AWWA C900
AWWA C900
AWWA C900
AWWA C900
AWWA C900-16
UL 1285
ANSI/NSF 61
FM 1612
AWWA C900-16
UL 1285
ANSI/NSF 61
FM 1612
AWWA C900
AWWA C900
AWWA C900
AWWA C900
AWWA C153 & C110
AWWA C 110
AWWA C 153, C 110, C III
AWWA C 153, C 110, C 112
AWWA C153
AWWA Clll/C153
AWWA C111/C153
AWWA C111/Cll6/C153
AWWA C111/Cll6/C153
AWWA C111/C116/C153
AWWA C111/C153
AWWA C111/C153
AWWA Clll/C153
AWWA C153
ASTM F-1624
AWWA C153
ASTM A536 AWWA C111
ASTM A536 AWWA C111
ASTM A536 AWWA C111
ASTM A536 AWWA CI I I
ASTM A536 AWWA CI I I
Updated: 11-6-24
Size
4"-1 6"
16"-18"
4"-1 6"
16"-18"
4"-12"
16"-24"
4"-12"
1 6"-24"
4"-28"
16"-24"
4" - 8"
16" - 24"
4"- 12"
4'1- 12'1
4"-12"
4" to 36"
4" to 24"
4" to 12"
4" to 42"
4" to 24"
4" to 10"
4" to 12"
12" to 24"
4" - 24"
4" to 12"
4" to 24"
3"-48"
4"-12"
16"-24"
* From Original Standard Products List 5
FORT WORTH.
CITY OF FORT WORTH
WATER DEPARTMENT
STANDARD PRODUCT LIST
Approval
Spec No.
I Classsification
I Manufacturer
Water - Pives/Valves
& Fittincs/Resilient Seated Gate
Valve* 33-12-20 (05/13/15)
Resilient Wedged Gate Valve w/no Gears
American Flow Control
12/13/02
Resilient Wedge Gate Valve
American Flow Control
08/31/99
Resilient Wedge Gate Valve
American Flow Control
05/18/99
Resilient Wedge Gate Valve
American Flow Control
10/24/00
E1-26
Resilient Wedge Gate Valve
American Flow Control
08/05/04
Resilient Wedge Gate Valve
American Flow Control
05/23/91
E1-26
Resilient Wedge Gate Valve
American AVK Company
01/24/02
E1-26
Resilient Wedge Gate Valve
American AVK Company
*
E1-26
Resilient Seated Gate Valve
Kennedy
*
E1-26
Resilient Seated Gate Valve
M&H
*
E1-26
Resilient Seated Gate Valve
Mueller Co.
11/08/99
Resilient Wedge Gate Valve
Mueller Co.
01/23/03
Resilient Wedge Gate Valve
Mueller Co.
05/13/05
Resilient Wedge Gate Valve
Mueller Co.
01/31/06
Resilient Wedge Gate Valve
Mueller Co.
01/28/88
E1-26
Resilient Wedge Gate Valve
Clow Valve Co.
10/04/94
Resilient Wedge Gate Valve
Clow Valve Co.
11/08/99
E1-26
Resilient Wedge Gate Valve
Clow Valve Co.
11/29/04
Resilient Wedge Gate Valve
Clow Valve Co.
11/30/12
Resilient Wedge Gate Valve
Clow Valve Co.
05/08/91
E1-26
Resilient Seated Gate Valve
Stockham Valves & Fittings
*
E1-26
Resilient Seated Gate Valve
U.S. Pipe and Foundry Co.
10/26/16
33-12-20
Resilient Seated Gate Valve
EJ (East Jordan Iron Works)
08/24/18
Matco Gate Valve
Matco-Norca
Water - Pives/Valves
& Fittincs/Rubber Seated Butterflv
Valve 33-12-21 (07/10/14)
*
E1-30
Rubber Seated Butterfly Valve
Henry Pratt Co.
*
E1-30
Rubber Seated Butterfly Valve
Mueller Co.
1/11/99
E1-30
Rubber Seated Butterfly Valve
Dezurik Valves Co.
06/12/03
E1-30
Valmatic American Butterfly Valve
Valmatic Valve and Manufacturing Corp
04/06/07
E1-30
Rubber Seated Butterfly Valve
M&H Valve
03/19/18
33 1221
Rubber Seated Butterfly Valve
G. A. Industries (Golden Anderson)
09/03/24
33 1221
Rubber Seated Butterfly Valve
American AVK Company
Water - Polvethvlene Encasement 33-11-10 (01/08/13)
05/12/05
E1-13
Polyethylene Encasment
05/12/05
E1-13
Polyethylene Encasment
05/12/05
E1-13
Polyethylene Encasment
09/06/19
33-11-11
Polyethylene Encasment
Model No.
Series 2500 Drawing # 94-20247
Series 2530 and Series 2536
Series 2520 & 2524 (SD 94-20255)
Series 2516 (SD 94-20247)
Series 2500 (Ductile Iron)
42" and 48" AFC 2500
American AVK Resilient Seaded GV
Series A2361 (SD 6647)
Series A2360 for 18"-24" (SD 6709)
Mueller 30" & 36", C-515
Mueller 42" & 48", C-515
16" RS GV (SD D-20995)
Clow RW Valve (SD D-21652)
Clow 30" & 36" C-515
Clow Valve Model 2638
Metroseal 250, requirements SPL #74
EJ F1owMaster Gate Valve & Boxes
225 MR
Valmatic American Butterfly Valve.
M&H Style 4500 & 1450
AWWA C504 Butterfly Valve
AWWA C504 Butterfly Valve Class 250B
Flexsol Packaging Fulton Enterprises
Mountain States Plastics (MSP) and AEP Ind. Standard Hardware
AEP Industries Bullstrong by Cowtown Bolt & Gasket
Northtown Products Inc. PE Encasement for DIP
National Spec
AWWA C515
AWWA C515
AWWA C515
AWWA C515
AWWA C515
AWWA C509
AWWA C515
AWWA C515
AWWA C515
AWWA C515
AWWA C509
AWWA C515
AWWA C515
AWWA C515
AWWA C515
AWWA C 509, ANSI 420 - stem,
AWWA/ANSI C115/An21.15
AWWA C-504
AWWA C-504
AWWA C-504
AWWA C-504
AWWA C-504
AWWA C-504
AWWA C-504
AWWA C105
AWWA C105
AWWA C105
AWWA C105
Updated: 11-6-24
Size
16"
30" and 36"
20" and 24"
16"
4" to 12"
42" and 48"
4" to 12"
20" and smaller
4" - 12"
4" - 12"
4" - 12"
16"
24" and smaller
30" and 36"
42" and 48"
4" - 12"
16"
24" and smaller
30" and 36" (Note 3)
24" to 48" (Note 3)
4" - 12"
3" to 16"
4" to 16"
24"
24"and smaller
24" and larger
Up to 84" diameter
24" to 48"
30"-54"
24" - 48"
8 mil LLD
8 mil LLD
8 mil LLD
8 mil LLD
Water - Samplinc Station
03/07/23 33 12 50 Water Sampling Station Kupferle Foundry Company Eclipse, Number 88 , 12-inch Depth of Bury As shown in spec. 33 12 50
09/02/24 33 i2 50 Mueller Water Products, Inc;a BSS0 r, UDG2 D N This product removed
�-rcw ,�Oc� vvvvi-36-rvronvz, C�v-rr�€'�oe$�
10/21/20
04/09/21
04/09/21
Water - Automatic Flusher
Automated Flushing System
Automated Flushing System
Automated Flushing System
HG6-A-IN-2-BRN-LPRR(Portable)
Mueller Hydroguard HG2-A-IN--2-PVC-018-LPLG(Permanent)
Kupferle Foundry Company Eclipse #9800wc
Kupferle Foundry Company Eclipse #9700 (Portable)
The Fort Worth Water Department's Standard Products List has been developed to minimize the submittal review of products which meet the Fort Worth Water Department's Standard Specifications during utility construction projects. When Technical
Specifications for specific products, are included as part of the Construction Contract Documents, the requirements of the Technical Specification will override the Fort Worth Water Department's Standard Specifications and the Fort Worth Water Department's
Standard Products List and approval of the specific products will be based on the requirements of the Technical Specification whether or not the specific product meets the Fort Worth Water Department's Standard Specifications or is on the Fort Worth Water
Yellow Highlight indicates recent changes
* From Original Standard Products List 6
FORTWORTH, CITY OF FORT WORTH TRANSPORTATION/PUBLIC WORKS DEPARTMENT
STANDARD PRODUCTS LIST AS OF 7/31/2025
s
Illrrrrr Attention:
Mix Designs do not sui2ersede CFW Si2ecifications -MITI!
Spec No.
Classification
Manufacturer
Mix ID Mix D—ription
Design strength'a 28,1.1,
s
DesignApproval
Concrete
Class A (S
dewalk, ADA Ramps, Driveways, Curb/Gutter, Median Pavement)
9/9/2022
32 13 20
Mix Design
American Concrete Company
30CAF029
3000 psi
3-5" Slump; 3-6% Air
4/3/2025
32 13 20
Mix Design
Big Town Concrete
2211
3000 psi
3-5" Slump; 3-6% Air
9/9/2022
32 13 20
Mix Design
Bunten Texas
30U101AG
3000 psi
3-5" Slump; 3-6% Air
4/l/2024
32 13 20
Mix Design
Borneo Texas
30U500BG
3000 psi
3-5" Slump; 3-6% Air
9/9/2022
32 13 20
Mix Design
Carder Concrete
FWCC502001
3000 psi
3-5" Slump; 3-6% Air
9/9/2022
32 13 20
Mix Design
Carder Concrete
FWCC502021
3500 psi
3-5" Slump; 3-6% Air
9/9/2022
32 13 20
Mix Design
Chisholm Trail Redi Mix
C 13020AE
3000 psi
3-5" Slump; 4.5-7.5% Air
4/28/2025
32 13 20
Mix Design
Chisholm Trail Redi Mix
CT6020A
3600 psi
3-5" Slump; 3-6% Air
9/9/2022
32 13 20
Mix Design
City Concrete Company
30HA20II
3000 psi
3-5" Slump; 3-6% Air
9/9/2022
32 13 20
Mix Design
Cow Town Redi Mix
253-W
3000 psi
3-5" Slump; 3-6% Air
9/9/2022
32 13 20
Mix Design
Cow Town Redi Mix
250
3000 psi
3-5" Slump; 3-6% Air
9/9/2022
32 13 20
Mix Design
Cow Town Redi Mix
350
3000 psi
3-5" Slump; 3-6% Air
1/29/2024
32 13 20
Mix Design
Estrada Ready Mix
R3050AEWR
3000 psi
3-5" Slump; 3-6% Air
9/9/2022
32 13 20
Mix Design
Holum - SOR, Inc.
1261
3000 psi
3-5" Slump; 3-6% Air
9/23/2024
32 13 20
Mix Design
Holcim - SOR, Inc.
5177
3000 psi
3-5" Slump; 3-6% Air
5/8/2025
32 13 20
Mix Design
Holum - SOR, Inc.
530WA-TI
3000 psi
3-5" Slump; 3-6% Air
4/7/2023
32 13 20
Mix Design
Liquid Stone
C301D
3000 psi
3-5" Slump; 3-6% Air
9/9/2022
32 13 20
Mix Design
Martin Marietta
R2136214
3000 psi
3-5" Slump; 3-6% Air
9/9/2022
32 13 20
Mix Design
Martin Marietta
R2136014
3000 psi
3-5" Slump; 3-6% Air
4/l/2023
32 13 20
Mix Design
Martin Marietta
R2136N14
3000 psi
3-5" Slump; 3-6% Air
6/l/2023
32 13 20
Mix Design
Martin Marietta
R2136R20
3000 psi
3-5" Slump; 3-6% Air
6/l/2023
32 13 20
Mix Design
Martin Marietta
R2136N20
3000 psi
3-5" Slump; 3-6% Air
11/2/2022
32 13 20
Mix Design
Martin Marietta
R2141K24
4000 psi
3-5" Slump; 3-6% Air
4/7/2023
32 13 20
Mix Design
Martin Marietta
R2136KI4
3000 psi
3-5" Slump; 3-6% Air
9/9/2022
32 13 20
Mix Design
Martin Marietta
R2131314
3000 psi
3-5" Slump; 3-6% Air
9/9/2022
32 13 20
Mix Design
Martin Marietta
R2132214
3000 psi
3-5" Slump; 3-6% Air
9/9/2022
32 13 20
Mix Design
Martin Marietta
D9490SC
3000 psi
3-5" Slump; 4.5-7.5% Air
5/9/2025
32 13 20
Mix Design
Martin Marietta
R2136R14
3000 psi
3-5" Slump; 3-6% Air
10/4/2023
32 13 20
Mix Design
NBR Ready Mix
CLS A-YY
3000 psi
3-5" Slump; 3-6% Air
10/4/2023
32 13 20
Mix Design
NBR Ready Mix
CLS A -NY
3000 psi
3-5" Slump; 3-6% Air
7/10/2023
32 13 20
Mix Design
Osbum
3OA50MR
3000 psi
3-5" Slump; 3-6% Air
1/18/2023
32 13 20
Mix Design
Rapid Redi Mix
RRM5020A
3000 psi
3-5" Slump; 3-6% Air
1/24/2023
32 13 20
Mix Design
Rapid Redi Mix
RRM5525A
3600 psi
3-5" Slump; 3-6% Air
10/24/2024
32 13 20
Mix Desp
SRM Concrete
30850
3000 psi
3-5" Slump; 3-6% Air
10/24/2024
32 13 20
Mix Design
SRM Concrete
30350
3000 psi
3-5" Slump; 3-6% Air
10/18/2024
32 13 20
Mix Desp
SRM Concrete
30050
3000 psi
3-5" Slump; 3-6% Air
9/9/2022
32 13 20
Mix Design
Tarrant Concrete
FW5025A
3000 psi
3-5" Slump; 3-6% Air
9/9/2022
32 13 20
Mix Desp
Tarrant Concrete
CP5020A
3000 psi
3-5" Slump; 3-6% Air
10/10/2022
32 13 20
Mix Design
Tarrant Concrete
TCFW5020A
3000 psi
3-5" Slump; 3-6% Air
9/9/2022
32 13 20
Mix Desp
Tarrant Concrete
FW5525A2
3000 psi
3-5" Slump; 3-6% Air
9/9/2022
32 13 20
Mix Design
Titan Ready Mix
3020AE
3000 psi
3-5" Slump; 3-6% Air
9/9/2022
32 13 20
Mix Design
True Grit Redi Mix
0250.230
3000 psi
3-5" Slump; 3-6% Air
9/9/2022
32 13 20
Mix Design
True Grit Redi Mix
0250.2301
3000 psi
3-5" Slump; 3-6% Air
Class CIP Inlets, Manholes, Junction Boxes, Encasement, Blocldn Collars, (Spread Footing Pedestal Pole Foundations
(Reference Detail 34 41 10-D605A)
9/9/2022
3213 13
: Mix Des tt
American Concrete Company
40CNF06f
4000 psi
3-5" Slump; 0-3% Air
7/28/2025
3213 13
:Mix Design
Barren Texas
40V 100AG
4000 psi
3-5" Slump; 3.5-6.5%Air
7/28/2025
32 13 13
: Mix Des tt
Borneo Texas
30V 100AG
3000 psi
3-5" Slump; 3.5-6.5% Air
7/28/2025
3213 13
: Mix Design
Barren Texas
36V500BG
3600 psi
3-5" Slump; 3.5-6.5% Air
9/9/2022
3213 13
Mix Desp
Bumco Texas
40U500BG
4000 psi
3-5" Slump; 3-6% Air
4/28/2025
32 13 20
Mix Design
Chisholm Trail Redi Mix
CT6020A
3600 psi
3-5" Slump; 3-6% Air
4/28/2025
32 13 20
Mix Desp
Chisholm Trail Redi Mix
CTFW5520A
3600 psi
3-5" Slump; 3-6% Air
4/28/2025
32 13 20
Mix Design
Chisholm Trail Redi Mix
CTFW6020A
4000 psi
3-5" Slump; 3-6% Air
9/9/2022
3213 13
Mix Desp
Cow Town Redi Mix
255-2
3000 psi
3-5" Slump; 3-6% Air
9/9/2022
3213 13
Mix Design
Cow Town Redi Mix
355
3000 psi
3-5" Slump; 3-6% Air
9/9/2022
3213 13
Mix Desp
Cow Town Redi Mix
255
3500 psi
3-5" Slump; 3-6% Air
9/9/2022
3213 13
Mix Design
Cow Town Redi Mix
270
5000 psi
3-5" Slump; 3-6% Air
9/9/2022
3213 13
Mix Desp
Cow Town Redi Mix
370
5000 psi
3-5" Slump; 3-6% Air
9/9/2022
3213 13
Mix Design
Cow Town Redi Mix
353
3000 psi
3-5" Slump; 3-6% Air
9/9/2022
3213 13
Mix Desp
Cow Town Redi Mix
257
3600 psi
3-5" Slump; 3-6% Air
9/9/2022
3213 13
Mix Design
Cow Town Redi Mix
357
3600 psi
3-5" Slump; 3-6% Air
5/7/2025
3213 13
Mix Desp
Cow Town Redi Mix
265-42
4200 psi
3-5" Slump; 3-6% Air
2n12025
3213 13
Mix Design
Holcim - SOR, Inc.
1701
4000 psi
3-5" Slump; 3-6% Air
2/7/2025
3213 13
Mix Design
Holcim - SOR, Inc.
1551
3000 psi
3-5" Slump; 3-6% Air
9/9/2022
3213 13
Mix Design
Holcim - SOR, Inc.
5409
4000 psi
3-5" Slump; 3-6% Air
4/27/2023
3213 13
Mix Design
Liquid Stone
C361DNFA
3600 psi
3-5" Slump; 3-6%Air
9/9/2022
3213 13
Mix Design
Martin Marietta
R2141230
4000 psi
3-5" Slump; 3-6% Air
8/4/2023
3213 13
Mix Design
Martin Marietta
R2141 R24
4000 psi
3-5" Slump; 3-6% Air
Page 1 of 6
FORTWORTH, CITY OF FORT WORTH TRANSPORTATION/PUBLIC WORKS DEPARTMENT
STANDARD PRODUCTS LIST AS OF 7/31/2025
s
Illrrrrr Attention:
Mix Designs do not supersede CFW S ecifications -MI111
Spec No.
Classification
Manufacturer
Nli, 11)
Nli, D—ription
Design strength'a 28,1.1,
s
DesignApproval
...Concrete (Continues)
11/20/2023
32 13 13
Mix Design
Martin Marietta
R2146R33
4000 psi
3-5" Slump; 3-6% Air
11/20/2023
3213 13
Mix Design
Martin Marietta
R2146K33
4000 psi
3-5" Slump; 3-6% Air
9/9/2022
3213 13
Mix Design
Martin Marietta
R2142233
3600 psi
3-5" Slump; 4.5-7.5% Air
9/9/2022
3213 13
Mix Design
Martin Marietta
R2136224
3600 psi
3-5" Slump; 3-6% Air
9/9/2022
3213 13
Mix Design
Martin Marietta
R2141233
3600 psi
3-5" Slump; 3-6% Air
9/9/2022
3213 13
Mix Design
Martin Marietta
R2146038
4500 psi
3-5" Slump; 3-6% Air
10/24/2024
3213 13
Mix Design
Martin Marietta
R2146K34
4000 psi
3-5" Slump; 3-6% Air
5/5/2025
3213 13
Mix Design
Martin Marietta
R2146R35
4000 psi
3-5" Slump; 3-6% Air
5/5/2025
33 13 13
Mix Design
Martin Marietta
R2146K35
4000 psi
3-5" Slump; 3-6% Air
5/5/2025
33 13 13
Mix Design
Martin Marietta
R2146N33
4000 psi
3-5" Slump; 3-6% Air
9/12/2023
3213 13
Mix Design
NBR Ready Mix
CLS PI-YY
4000 psi
3-5" Slump; 3-6% Air
9/9/2022
3213 13
Mix Design
NBR Ready Mix
TX C-YY
3000 psi
3-5" Slump; 3-6% Air
9/9/2022
3213 13
Mix Design
NBR Ready Mix
TX C-NY
3000 psi
3-5" Slump; 3-6% Air
1/18/2023
3213 13
Mix Design
Rapid Redi Mix
RRM5320A
3000 psi
3-5" Slump; 3-6% Air
1/18/2023
3213 13
Mix Design
Rapid Redi Mix
RRM6020ASS
4000 psi
3-5" Slump; 3-6% Air
10/24/2024
3213 13
Mix Design
SRM Concrete
40350
4000 psi
3-5" Slump; 3-6% Air
10/24/2024
3213 13
Mix Design
SRM Concrete
40850
4000 psi
3-5" Slump; 3-6% Air
9/16/2024
3213 13
Mix Design
SRM Concrete
35050
3500 psi
3-5" Slump; 3-6% Air
4/28/2025
3213 13
Mix Design
SRM Concrete
36850
3600 psi
3-5" Slump; 3-6% Air
9/9/2022
3213 13
Mix Design
Tarrant Concrete
FW5320A
3000 psi
3-5" Slump; 3-6% Air
10/10/2022
3213 13
Mix Design
Tarrant Concrete
TCFW6025A2
4000 psi
3-5" Slump; 3-6% Air
Class C (Drilled Shaft for Traffic Signal Pole Foundations teference Detail 314
10-D605)
9/9/2022
3213 13
Mix Design
Bumco Texas
36U502BG
3600 psi
5.5-7.5" Slump; 3-6% Air
6/21/2023
3213 13
Mix Design
Cow Town Redi Mix
360-DS
3600 psi
5.5-7.5" Slump; 3-6% Air
10/30/2024
3213 13
Mix Design
Estrada Ready Mix
R36575AEWR
3600 psi
5.5-7.5" Slump; 3-6% Air
12/5/2022
3213 13
Mix Design
Holchn - SOR, Inc.
1822
3600 psi
5.5-7.5" Slump; 0-3% Air
9/9/2022
3213 13
Mix Design
Holcim - SOR, Inc.
1859
4000 psi
5.5-7.5" Slump; 3-6% Air
4/7/2023
3213 13
Mix Design
Liquid Stone
C361DHR
3600 psi
5.5-7.5" Slump; 3-6% Air
6/27/2023
3213 13
Mix Design
Martin Marietta
U2146N41
3600 psi
5-7" Slump; 3-6% Air
6/27/2023
3213 13
Mix Design
Martin Marietta
U2146K45
3600 psi
5-7" Slump; 3-6% Air
5/9/2025
213 13
Mix Design
Martin Marietta
U2146R41
3600 psi
5-7" Slump; 3-6% Air
8/22/2024
3213 13
Mix Design
NBR Ready Mix
135K2524
3600 psi
5.5" Slump; 3-6% Air
8/22/2024
32 13 13
Mix Design
NBR Ready Mix
135KO524
3600 psi
5.5" Slump; 3-6% Air
Class C (Headwalls, Wing
wills, Culverts)
9/9/2022
3213 13
Mix Design
Carder Concrete
FWCC602001
4000 psi
3-5" Slump; 3-6% Air
9/9/2022
3213 13
Mix Design
City Concrete Company
40LA2011
4000 psi
3-5" Slump; 3-6% Air
9/9/2022
3213 13
Mix Desp
Cow Town Redi Mix
260-2
3600 psi
3-5" Slump; 3-6% Air
9/9/2022
3213 13
Mix Design
Cow Town Redi Mix
360-1
3600 psi
3-5" Slump; 3-6% Air
9/9/2022
3213 13
Mix Desp
Cow Town Redi Mix
260-1
3600 psi
3-5" Slump; 3-6% Air
1/29/2024
3213 13
Mix Design
Estrada Ready Mix
R3655AEWR
3600 psi
3-5" Slump; 3-6% Air
9/9/2022
3213 13
Mix Desp
GCH Concrete Services
GCH4000
4000 psi
3-5" Slump; 3-6% Air
4/l/2023
3213 13
Mix Design
Martin Marietta
310LBP
3600 psi
3-5" Slump; 4-7% Air
8/30/2023
3213 13
Mix Desp
Martin Marietta
R2141R30
4000 psi
3-5" Slump; 3-6% Air
9/9/2022
3213 13
Mix Design
Martin Marietta
R2146035
4000 psi
3-5" Slump; 3-6% Air
9/9/2022
3213 13
Mix Desp
SRM Concrete
40050
4000 psi
3-5" Slump; 3-6% Air
9/9/2022
3213 13
Mix Design
SRM Concrete
35022
3600 psi
3-5" Slump; 3-6% Air
9/9/2022
3213 13
Mix Design
Tarrant Concrete
FW6020A2
4000 psi
3-5" Slump; 3-6% Air
Class P (A
achine Placed Pav ng)
4/3/2025
3213 13
Mix Desp
Bw Town Concrete
4511
3600 psi
1-3" Slump; 3-6% Air
4/3/2025
3213 13
Mix Design
Big Town Concrete
4411
3600 psi
1-3" Slump; 3-6% Air
6/30/2025
3213 13
Mix Desp
Bw Town Concrete
5211
With 20% Fly Ash
4000 psi
1-Y Slump; 3-6% Air
6/30/2025
3013 13
Mix Design
Big Town Concrete
52113
With 30% slag
4000 psi
I-Y Slump; 3-6% Air
6/30/2025
3013 13
Mix Desp
Big Town Concrete
5311
4000 psi
1-3' Slump; 3-6% Air
9/9/2022
3213 13
Mix Design
Carder Concrete
FWCC552091
3600 psi
I-Y Slump; 3-6% Air
9/9/2022
3213 13
Mix Desp
Carder Concrete
FWCC602091
4000 psi
1-Y Slump; 3-6% Air
9/9/2022
3213 13
Mix Design
City Concrete Company
36LA2011
3600 psi
I-Y Slump; 3-6% Air
9/9/2022
33 13 13
Mix Desp
Cow Town Redi Mix
257-M
3600 psi
1-3" Slump; 3-6% Air
11/14/2022
3213 13
Mix Design
Cow Town Redi Mix
357-M
3600 psi
1-3" Slump; 3-6% Air
9/9/2022
3213 13
Mix Desp
Cow Town Redi Mix
260-M
4000 psi
1-3" Slump; 3-6% Air
9/9/2022
3213 13
Mix Design
Cow Town Redi Mix
360-M
4000 psi
1-3" Slump; 3-6% Air
2/6/2024
3213 13
Mix Desp
Estrada Ready�Mix
TD3655AEWR
3600 psi
1-Y Slump; 3-6% Air
5/20/2025
3213 13
Mix Design
Gilco Contracting Inc
36MP1643
3600 psi
1-Y Slump; 3-6% Air
6/20/2025
3213 13
Mix Design
Gilco Contracting Inc
36MP1629
3600 psi
1-Y Slump; 3-6%Air
5/12/2025
3213 13
Mix Design
Holcim - SOR, Inc.
1703
4000 psi
1-3" Slump; 3-6% Air
8/4/2023
3213 13
Mix Design
Martin Marietta
Q214IR27
4000 psi
1-Y Slump; 3-6% Air
11/2/2022
3213 13
Mix Design
Martin Marietta
Q214IK30
4000 psi
1-3" Slump; 3-6% Air
Page 2 of 6
FORTWORTH, CITY OF FORT WORTH TRANSPORTATION/PUBLIC WORKS DEPARTMENT
STANDARD PRODUCTS LIST AS OF 7/31/2025
s
!!liar! Attention:
Mix Designs do not supersede CFW S ecifications 1111A1111
Spec No.
Classification
Manufacturer
Nli, 11) Nli, l)—ription
Design strcrigtli'a 28dal,
s
DesignApproval
...Concrete (Continues)
5/5/2025
32 13 13
Mix Desp
Martin Marietta
Q214IN27
4000 psi
1-3" Slump; 3-6% Air
10/4/2023
3213 13
Mix Design
NBR Ready Mix
TX C SF-YY
3600 psi
1-3" Slump; 3-6% Air
10/4/2023
32 13 13
Mix DesP
NBR Ready Mix
TX C SF -NY
3600 psi
1-3" Slump; 3-6% Air
10/24/2024
3213 13
Mix Design
SRM Concrete
40068
4000 psi
1-3" Slump; 3-6% Air
10/24/2024
32 13 13
Mix DesP
SRM Concrete
40825
4000 psi
1-3" Slump; 3-6% Air
9/16/2024
3213 13
Mix Design
SRM Concrete
40025
4000 psi
1-3" Slump; 3-6% Air
10/18/2024
3213 13
Mix Des�op
SRM Concrete
35023
3600 psi
1-3" Slump; 3-6% Air
6/5/2025
3213 13
Mix Des1i p
SRM Concrete
40324
4000 psi
1-3" Slump; 3-6% Air
9/9/2022
3213 13
Mix Desi
Tarrant Concrete
FW5520AMP
3600 psi
1-3" Slump; 3-6% Air
9/9/2022
3213 13
Mix Deslt„n
True Grit Redi Mix
0255.2301
3600 psi
1-3" Slump; 3.5-6.5% Air
9/9/2022
3213 13
Mix Desi
True Grit Redi Mix
0260.2302
4000 psi
1-3" Slump; 3.5-6.5% Air
6/17/2025
3213 13
Mix Deslt„n
True Grit Redi Mix
460.230M
4000 psi
1-3" Slump; 3-6% Air
6/23/2025
3213 13
Mix Design
True Grit Redi Mix
360.230M
4000 psi
1-3" Slump; 3-6% Air
Class H (Vand Placed Paving, Valley Gutter)
9/9/2022
3213 13
Mix Des
American American Concrete Company
45CAF076
4500 psi
3-5" Slump; 3-6% Air
5/2/2023
3213 13
Mix Desop
B; D Concrete
CM14520AE
4500 psi
3-5" Slump; 3-6% Air
4/3/2025
3213 13
Mix Deslt„n
B1w Town Concrete
6211
4500 psi
3-5" Slump; 3-6% Air
4/3/2025
3213 13
Mix Desi
Bw Town Concrete
6311
4500 psi
3-5" Slump; 3-6% Air
4/5/2025
3213 13
Mix Des1i p
Big Town Concrete
6017
4500 psi
3-5" Slump; 3-6% Air
7/25/2025
3213 13
Mix Design
Bur wo Texas
45U500BG
4500 psi
3-5" Slump; 3-6% Air
9/9/2022
3213 13
Mix Desp
Carder Concrete
FWCC602021
4500 psi
3-5" Slump; 3-6% Air
4/28/2025
3213 13
Mix Design
Chisholm Trail Redi Mix
CTFW6520A
4500 psi
3-5" Slump; 3-6% Air
9/9/2022
3213 13
Mix Desp
City Concrete Company
45NA20II
4500 psi
3-5" Slump; 3-6% Air
9/9/2022
3213 13
Mix Design
Cow Town Redi Mix
265
4500 psi
3-5" Slump; 3-6% Air
9/9/2022
3213 13
Mix Desp
Cow Town Redi Mix
365
4500 psi
3-5" Slump; 3-6% Air
1/29/2024
3213 13
Mix Design
Estrada Ready Mix
R4560AEWR/
4500 psi
3-5" Slump; 4-6% Air
9/9/2022
3213 13
Mix Desp
GCH Concrete Services
GCH4500
4500 psi
3-5" Slump; 3-6% Air
5/20/2025
3213 13
Mix Design
Gilco Contracting Inc
45HP1643
4500 psi
3-5" Slump; 3-6%Air
6/20/2025
3213 13
Mix Desp
Gilco Contracting Inc
45HP1629
4500 psi
3-5" Slump; 3-6%Air
10/4/2024
3213 13
Mix Design
Holcim - SOR, Inc.
5507
4500 psi
3-5" Slump; 3-6% Air
9/9/2022
3213 13
Mix Desp
Holum - SOR, Inc.
1851
4500 psi
3-5" Slump; 3-6% Air
5/8/2025
3213 13
Mix Design
Holcim - SOR, Inc.
545WA-TI
4500 psi
3-5" Slump; 3-6% Air
4/5/2025
3213 13
Mix Desp
Liquid Stone
C451D
4500 psi
3-5" Slump; 3-6%Air
11/2/2022
3213 13
Mix Design
Martin Marietta
R2146N35
4500 psi
3-5" Slump; 3-6% Air
8/4/2023
3213 13
Mix Desp
Martin Marietta
R2146R36
4500 psi
3-5" Slump; 3-6% Air
11/2/2022
3213 13
Mix Design
Martin Marietta
R2146N36
4500 psi
3-5" Slump; 3-6% Air
5/22/2023
3213 13
Mix Desp
Martin Marietta
R2146K37
4500 psi
3-5" Slump; 3-6% Air
12/22/2023
3213 13
Mix Design
Martin Marietta
R2146R44
4500 psi
3-5" Slump; 3-6% Air
12/22/2023
3213 13
Mix Desp
Martin Marietta
R2146K44
4500 psi
3-5" Slump; 3-6% Air
11/15/2022
3213 13
Mix Design
Martin Marietta
R21461`36
4500 psi
3-5" Slump; 3-6% Air
11/15/2022
3213 13
Mix Desp
Martin Marietta
R2146K36
4500 psi
3-5" Slump; 3-6% Air
9/9/2022
3213 13
Mix Design
Martin Marietta
R2147241
4500 psi
3-5" Slump; 4.5-7.5% Air
9/9/2022
3213 13
Mix Desp
Martin Marietta
R2146236
4500 psi
3-5" Slump; 3-6% Air
9/9/2022
3213 13
Mix Design
Martin Marietta
R2146036
4500 psi
3-5" Slump; 3-6% Air
9/9/2022
3213 13
Mix Desp
Martin Marietta
R2146242
4500 psi
3-5" Slump; 3-6% Air
9/9/2022
3213 13
Mix Design
Martin Marietta
R2146042
4500 psi
3-5" Slump; 3-6% Air
6/3/2025
3213 13
Mix Desp
Martin Marietta
R2146K43
4500 psi
3-5" Slump; 3-6% Air
10/4/2023
3213 13
Mix Design
NBR Ready Mix
CLS P2-YY
4500 psi
3-5" Slump; 3-6% Air
10/4/2023
3213 13
Mix Desp
NBR Ready Mix
CLS P2-NY
4500 psi
3-5" Slump; 3-6% Air
7/10/2023
3213 13
Mix Design
Osbum
45A60MR
4500 psi
3-5" Slump; 3-6% Air
1/24/2023
3213 13
Mix Desp
Rapid Redi Mix
RRM6320AHP
4500 psi
3-5" Slump; 3-6% Air
2/7/2025
3213 13
Mix Design
SRM Concrete
45023
4500 psi
3-5" Slump; 3-6% Air
9/9/2022
3213 13
Mix Desp
SRM Concrete
45000
4500 psi
3-5" Slump; 3-6% Air
5/23/2025
3213 13
Mix Design
SRM Concrete
45300
4500 psi
3-5" Slump; 3-6% Air
10/24/2024
3213 13
Mix Desp
SRM Concrete
45350
4500 psi
3-5" Slump; 3-6% Air
10/24/2024
3213 13
Mix Design
SRM Concrete
45850
4500 psi
3-5" Slump; 3-6% Air
10/18/2024
3213 13
Mix Desp
SRM Concrete
45050
4500 psi
3-5" Slump; 3-6% Air
9/9/2022
3213 13
Mix Design
Tarrant Concrete
FW6020AHP
4500 psi
3-5" Slump; 3-6% Air
9/9/2022
3213 13
Mix Desp
Tarrant Concrete
FW60AHP
4500 psi
3-5" Slump; 3-6% Air
9/9/2022
3213 13
Mix Design
Tarrant Concrete
TCFW6020AHP
4500 psi
3-5" Slump; 3-6% Air
9/9/2022
3213 13
Mix Desp
Titan Ready Mix
TRC4520
4500 psi
3-5" Slump; 3-6% Air
9/9/2022
3213 13
Mix Design
True Grit Redi Mix
0260.2301
4500 psi
3-5" Slump; 3-6% Air
9/9/2022
3213 13
Mix Desp
True Grit Redi Mix
0265.2301
4500 psi
3-5" Slump; 3.5-6.5% Air
9/9/2022
3213 13
Mix Design
True Grit Redi Mix
270.230
4500 psi
3-5" Slump; 3-6% Air
6/12/2025
3213 13
Mix DesP
True Grit Redi Mix
465.230H
4500 psi
3-5" Slunp: 3-6% Air
6/23/2025
3213 13
Mix Design
True Grit Redi Mix
365.230H
4500 psi
3-5" Slump: 3-6% Air
10/9/2024
3213 13
Mix Design
Wildcatter
4520AI
4500 psi
3-5" Slump; 3-6% Air
Page 3 of 6
FORTWORTH,
CITY OF FORT WORTH TRANSPORTATION/PUBLIC WORKS DEPARTMENT
STANDARD PRODUCTS LIST AS OF 7/31/2025
!!!!!!!! Attention; Mix Designs
do not sui2ersede CFW S ecifications
!!!!!!!!!!
Spec No.
C11—iti'ation
Manufacturer
Nli, 11)
Nli, l)—ription
Design Strength if, 28 da� s
DesignApproval
Class HES (High Early Stren^th
Paving)
9/9/2022
3213 13
Mix DesP
Big D Concrete
14500AE
4500 psi
3-5" Slump; 3-6 % Air
9/9/2022
3213 13
Mix Design
Cow Town Redi Mix
370-INC
4500 psi
3-5" Slump; 3-6% Air
9/9/2022
3213 13
Mix DesP
Cow Town Redi Mix
375-NC
5000 psi
3-5" Slump; 3-6% Air
9/9/2022
3213 13
Mix Design
Cow Town Redi Mix
370-NC
4500 psi
3-5" Slump; 3-6% Air
1/18/2023
3213 13
Mix DesP
Cow Town Redi Mix
380-NC
4500 psi
3-5" Slump; 3-6% Air
1/29/2024
3213 13
Mix Design
Estrada Ready Mix
4575AESC
4500 psi / 3000 psi (a) 3 days
3-5" Slump; 3-6% Air
9/9/2022
3213 13
Mix Design
Holcim - SOR, Inc.
2125
5000 psi
3-5" Slump; 3-6% Air
...Concrete �Confinues)
1/24/2023
3213 13
Mix Design
Liquid Stone
C451DHR-A
4500 psi
3-5" Slump; 3-6% Air
4/7/2023
3213 13
Mix Design
Martin Marietta
R2161K70
6000 psi / 3000 psi (a, 24hr.
3-5" Slump; 3-6% Air
2/10/2023
3213 13
Mix Design
SRM Concrete
50310
5000 psi
3-5" Slump; 3-6% Air
2/7/2025
3213 13
Mix Design
SRM Concrete
40326
4500 psi / 3000 psi (a) 3 days
3-5" Slump; 3-6% Air
9/9/2022
3213 13
Mix Design
Tarrant Concrete
FW6520AMR
4500 psi / 3000 psi @ 3 days
3-5" Slump; 3-6% Air
9/9/2022
3213 13
Mix Design
Tarrant Concrete
FW7520AMR
4500 psi / 3000 psi P 3 days
3-5" Slump; 3-6% Air
Class S (Bridle Slabs, Top SI-tbs
of Direct Traffic Culverts, Approach Slabs)
9/9/2022
3213 13
Mix Design
Cow Town Redi Mix
260
4000 psi
3-5" Slump; 3-6% Air
9/9/2022
3213 13
Mix Design
Cow Town Redi Mix
360
4000 psi
3-5" Slump; 3-6% Air
9/9/2022
3213 13
Mix Design
Cow Town Redi Mix
365-STX
4000 psi
3-5" Slump; 3-6% Air
1/29/2024
3213 13
Mix Design
Estrada Ready Mix
R4060AEWR
4000 psi
4-6" Slump; 3-6% Air
5/3/2023
3213 13
Mix Design
Martin Marietta
M7842344
4000 psi
3-5" Slump; 4.5-7.5% Air
4/l/2023
3213 13
Mix Design
Martin Marietta
R2146P33
4000 psi
3-5" Slump; 3-6% Air
4/15/2024
3213 13
Mix Design
NBR Ready Mix
TX S-NY
4000 psi
3-5" Slump; 3-6% Air
4/15/2024
3213 13
Mix Design
NBR Ready Mix
TX S-YY
4000 psi
3-5" Slump; 3-6% Air
4/5/2025
3213 13
Mix Design
SRM Concrete
40850
4000 psi
3-5" Slump; 3-6% Air
4/5/2025
3213 13
Mix Design
SRM Concrete
40350
4000 psi
3-5" Slump; 3-6% Air
5/5/2023
3213 13
Mix Design
SRM Concrete
D100008553CB
4000 psi
3-5" Slump; 3-6% Air
Concrete Base Trench Repair
4/l/2023
03 34 16
1033416
(Mix Design
IBumco Texas
IOYH50BF
I
1000 psi
(Flowable; 8.5-11.5%Air
9/9/2022
03 34 16
Mix Design
Bumco Texas
08Y450BA
800 psi
5-7" Slump; 3-6% Air
Controlled Low Strength Ma'erial
(Flowable Fill)
2/7/2025
03 34 13
Mix Design
Bumco Texas
OIY690BF
100 psi
Flowable; 9.5-11.5% Air
5/19/2025
03 34 13
Mix Design
Borneo Texas
OIZ180AF
100 psi
Flowable; 8.5-11.5%Air
9/9/2022
03 34 13
Mix Design
Carder Concrete
FWCC359101
50-150 psi
3-5" Slump; 8-12% Air
9/9/2022
03 34 13
Mix Desp
Carder Concrete
FWFF237501
50-150 psi
Flowable; 8.5-11.5%Air
9/9/2022
03 34 13
Mix Design
City Concrete Company
11-350-FF
50-150 psi
Flowable; 8-12%Air
9/9/2022
03 34 13
Mix Desp
Cow Town Redi Mix
Mix# 9
70 psi
7-9" Slump; 8-11 % Air
5/12/2025
03 34 13
Mix Design
Holcirn - SOR, Inc.
3741
100 psi
Flowable; 12.0-24.0% Air
10/4/2023
03 34 13
Mix Desp
NBR Ready Mix
FTW FLOW FILL
150 psi
7-10" Slump; 8-12% Air
2/7/2025
03 34 13
Mix Design
SRM Concrete
910
150 psi
Flowable; 8-12% Air
9/9/2022
03 34 13
Mix Design
Tarrant Concrete
FWFF150CLSM
50-150 psi
Flowable; 8-12%Air
Concrete Rip Rap
4/l/2023
I31 37 00
(Mix Design
(Martin Marietta
R2141030
I
4000 psi
I3-5" Slump; 3-6%Air
4/l/2023
31 37 00
Mix Design
Martin Marietta
R2146033
4000 psi
3-5" Slump; 3-6% Air
AShalt Paving
9/9/2022
32 12 16
Mix Design
Austin Asphalt
FT5B117965
FT5B117965 PG64-22 Type B Fine Base
9/9/2022
321216
Mix Desp
Austin Asphalt
FTIIB139965
FT1B139965 PG64-22 Type B Fine Base
9/9/2022
321216
Mix Design
Austin Asphalt
FT1B117.2
FTIB 117.2 PG64-22 Type B Fine Base
5/l/2024
32 12 16
Mix Desp
Reynolds Asphalt
340-DG-B P
340-DG-B PG64-22 Type B Base Course
9/9/2022
32 12 16
Mix Design
Reynolds Asphalt
1112B
1112B PG64-22 Type B Fine Base
9/9/2022
32 12 16
Mix Desp
Reynolds Asphalt
1612B
1612B PG64-22 Type B Fine Base
4/4/2025
32 12 16
Mix Design
Reynolds Asphalt
2315B
2315B PG64-22 Type B Fine Base
12/5/2022
33 1216
Mix Desp
Supmount Paving
3076BV6422
3076BV6422 PG62-22 Type B Fine Base
9/9/2022
32 12 16
Mix Design
Surmount Paving
341-BRAP6422ERG
341-BRAP6422ERG PG64-22 Type B Fine Base
9/9/2022
32 12 16
Mix Desp
TXBIT
37-211305-20
37-211305-20 PG64-22 Type B Fine Base
9/9/2022
32 12 16
Mix Design
TXBIT
44-211305-17
44-211305-17 PG64-22 Type B Fine Base
9/9/2022
32 12 16
Mix Desp
TXBIT
211305 (1757)
211305 (1757) PG64-22 Type B Fine Base
9/9/2022
32 12 16
Mix Design
TXBIT
64-224125-18 PG
64-224125-18 PG70-22 Type D Fine Surface
4/l/2024
32 12 16
Mix Design
TXBIT
344 MAC-SP-D 70-22XR
344 MAC-SP-D 70-22XR SAC A-R Type D Fine Surface
Detectable Warning Surface
9/9/2022
32 13 20
DWS - Pavers
Pine Hall Brick (Winston Salem, NC)
Tactile Pavers
9/9/2022
32 13 20
DWS - Pavers
Western Brick Co. (Houston, TX)
Detectable Warning Pavers
9/9/2022
32 13 20
DWS - Composite
Armor Tile
9/9/2022
32 13 20
DWS - Composite
ADA Solutions (Wilmington, MA)
Heritage Brick CIP Composite Paver
4/7/2023
32 13 20
DWS - Pavers
ADA Solutions (Wilmington, MA)
Detectable Warning Pavers
Page 4 of 6
FORTWORTH,
CITY OF FORT WORTH TRANSPORTATION/PUBLIC WORKS DEPARTMENT
STANDARD PRODUCTS LIST AS OF 7/31/2025
!!!!!!!! Attention, Mix Designs do not supersede CFW S ecifications
11111!!111
Approval
Spec No.
Classification Manufacturer
Nli, 11)
Nli, D—ription 1 Design
Silicone Joint Sealant
9/9/2022
13 73
Joint Sealant
Dow
890SL
890SL - Cold Applied, Si a Component, Silicone Joint Sealant
ASTM D5893
9/9/2022
�32
32 13 73
Joint Sealant
Tremco
900SL
900SL - Cold Applied, Sing a Component, Silicone Joint Sealant
ASTM D5893
9/9/2022
32 13 73
Joint Sealant
Pecom
300SL
300SL - Cold Applied, Single Component, Silicone Joint Sealant
ASTM D5893
9/9/2022
32 13 73
Joint Sealant
Crafco
RoadSaver Silicone
RoadSaver Silicone - Cold Applied, Single Component, Silicone Joint Sealant
ASTM D5893
Utility Trench Embedment Sand
9/9/2022
3305 lb
Embedment Sand
Silver Creek Materials
Utility Embedment Sand
ASTM C33
9/9/2022
3305 10
Embedment Sand
Crouch Materials
Utility Embedment Sand
ASTM C33
9/9/2022
3305 10
Embedment Sand
F and L Dirt Movers
Utility Embedment Sand
ASTM C33
9/9/2022
3305 10
Embedment Sand
F and L Dirt Movers
Utility Embedment Sand
ASTM C33
9/9/2022
3305 10
Embedment Sand
Tin Top Martin Marietta
Utility Embedment Sand
ASTM C33
Storm Sewer - Manholes & Bases/Frames & Covers/Standard (Round) 33-05-13
9/28/2018
3305 13
Manhole Frames and Covers AccuCast (Govind Steel Company, LTD)
MHRC #220605
MHRC #220605 (Size - **24" Dia.)
ASTM A48 AASHTO M306
9/28/2018
3305 13
Manhole Cover Neenah Foundry
NF-1274-T91
NF-1274-T91 (Size - 32" Dia.)
ASTM A48 AASHTO M306
9/28/2018
3305 13
Manhole Frames and Cova Neenah Foundry
NF-1743-LM (Hinged)
NF-1743-LM (Hinged) (Size - 32" Dia.)
ASTM A48 AASHTO M306
9/28/2018
3305 13
Manhole Frame Neenah Foundry
NF-1930-30
NF-1930-30 (Size - 32.25" Dial
ASTM A48 AASHTO M306
9/28/2018
3305 13
Manhole Frames and Cova Neenah Foundry
R-1743-HV
R-1743-HV (Size - 32" Dial
ASTM A48 AASHTO M306
4/3/2019
3305 13
Manhole Frames and Cov SIP Industries ++
2279ST
2279ST (Size - 24" Dial
ASTM A48 AASHTO M306
4/3/2019
3305 13
Manhole Frames and CovSIP Industries ++
2280ST
2280ST (Size - 32" Dial
ASTM A48 AASHTO M306
10/8/2020
3305 13
Manhole Frames and Cov/EJ ( Formally East Jordan Iron Works)
EJ1033 Z2/A
EJ 1033 Z2/A (Size - 32.25" Dial
ASTM A536 AASHTO M306
3/8/2024
3305 13
Curb Inlet Covers SIP Industries ++
2296T
2296T (Size - ***24" Dial
ASTM A48 AASHTO M306
6/18/2024
3305 13
Curb Inlet Covers SIP Industries ++
2279STN
2279STN (Size - 24" Dia.)
ASTM A48 AASHTO M306
**Note: All new development and new installation manhole 4hds shall meet the minimum 30-inch opening requirement as specified in City Specification 33 0513. Any smaller opening sizes will only be allowed for existing manholes that require replacement frames and covers.
Storm Sewer - Inlet & Structures 33-05-13
10/8/2020
33 49 20
Curb Inlets
Fontera
FRT-100-405-PRECAST** (Size - 10' X 3)
ASTM C913
10/8/2020
33 49 20
Curb Inlets
Fonterra
FRT-lOx3-406-PRECAST** (Size - 10' X 3')
ASTM C913
10/8/2020
33 49 20
Curb Inlets
Fonterra
FRT-l0x4.5-407-PRECAST** (Size - 10' X 4.5')
ASTM C913
10/8/2020
33 49 20
Curb Inlets
Fonterra
FRT-lOx4.5-420-PRECAST** (Size - 10' X 4.5')
ASTM C913
10/8/2020
33 39 20
Manhole
Fonterra
FRT-4X4-409-PRECAST-TOP (Size - 4' X 4')
ASTM C913
10/8/2020
33 39 20
Manhole
Fonterra
FRT-4X4-409-PRECAST-BASE (Size - 4' X 4')
ASTM C913
10/8/2020
33 39 20
Manhole
Fonterra
FRT-5X5-010-PRECAST-TOP (Size - 5' X 5')
ASTM C913
10/8/2020
33 39 20
Manhole
Fonterra
FRT-5X5-410-PRECAST-BASE (Size - 5' X 5')
ASTM C913
10/8/2020
33 39 20
Manhole
Fonterra
FRT-6X6-411-PRECAST-TOP (Size - 6' X 61
ASTM C913
10/8/2020
33 39 20
Manhole
Fonera
FRT-6X6-411-PRECAST-BASE (Size - 6' X 6')
ASTM C913
3/19/2021
33 49 20
Curb Inlets
Thompson PFe Group
TPG-I OX3-405-PRECAST INLET** ((Size - 110' X 3')
ASTM 615
3/19/2021
33 49 20
Curb Inlets
Thompson Pipe Group
TPG-15X3-405-PRECAST INLET** (Size - 15' X 3')
ASTM 615
3/19/2021
33 49 20
Curb Inlets
Thompson PFe Group
TPG-20X3-405-PRECAST INLET** (Size - 20' X T)
ASTM 615
3/19/2021
33 39 20
Manhole
Thompson Pipe Group
TPG4X4-409-PRECAST TOP (Size - 4' X 4')
ASTM 615
3/19/2021
33 39 20
Manhole
Thompson PFe Group
TPG4X4-409-PRECAST BASE (Size - 4' X 41
ASTM 615
3/19/2021
33 39 20
Manhole
Thompson Pipe Group
TPG4X4-412-PRECAST 4-FT RISER (Size - 4' X 4')
ASTM 615
3/19/2021
33 39 20
Manhole
Thompson PFe Group
TPG-5X5-410-PRECAST TOP (Size - 5' X 5')
ASTM 615
3/19/2021
33 39 20
Manhole
Thompson Pipe Group
TPG-5X5-410-PRECAST BASE (Size - 5' X 5�
ASTM 615
3/19/2021
33 39 20
Manhole
Thompson PFe Group
TPG-5X5-412-PRECAST 5-FT RISER (Size - 5' X 5')
ASTM 615
3/19/2021
33 39 20
Manhole
Thompson Pipe Group
TPG-6X6-411-PRECAST TOP (Size - 6' X 6')
ASTM 615
3/19/2021
33 39 20
Manhole
Thompson PFe Group
TPG-6X6-411-PRECAST BASE (Size - 6' X 61
ASTM 615
3/19/2021
33 39 20
Manhole
Thompson Pipe Group
TPG-6X6-412-PRECAST 6-FT RISER (Size - 6' X 6')
ASTM 615
3/19/2021
33 39 20
Manhole
Thompson PFe Group
TPG-7X7-411-PRECAST TOP (Size - TX T)
ASTM 615
3/19/2021
33 39 20
Manhole
Thompson Pipe Group
TPG-7X7-411-PRECAST BASE (Size - TX 7')
ASTM 615
3/19/2021
33 39 20
Manhole
Thompson PFe Group
TPG-7X7-412-PRECAST 4-FT RISER (Size - TX T)
ASTM 615
3/19/2021
33 39 20
Manhole
Thompson Pipe Group
TPG-8X8-411-PRECAST TOP (Size - 8' X 8')
ASTM 615
3/19/2021
33 39 20
Manhole
Thompson PFe Group
TPG-8X8-411-PRECAST BASE (Size - 8' X 81
ASTM 615
3/19/2021
33 39 20
Manhole
Thompson Pipe Group
TPG-8X8-412-PRECAST 5-FT RISER (Size - 8' X 8')
ASTM 615
3/19/2021
33 49 20
Drop Inlet
Thompson PFe Group
TPG4X4-408-PRECAST INLET (Size - 4' X 4')
ASTM 615
3/19/2021
33 49 20
Drop Inlet
Thompson Pipe Group
TPG-5X5-408-PRECAST INLET (Size - 5' X 5')
ASTM 615
3/19/2021
33 49 20
DroQQ Inlet
Thompson Pipe Group
TPG-6X6-408-PRECAST INLET (Size - 6' X 6')
ASTM 615
8/28/2023
33 49 10
Marilrole
Oldcastle
Precast 4' x 4' Stacked Manhole (Size - 4' X 41
ASTM C478
8/28/2023
33 49 10
Manhole
Oldcastle
Precast 5' x 8' Storm Junction Box (Size - 5' X 8')
ASTM C478
8/28/2023
33 49 10
Manhole
Oldcastle
Precast 4' x 4' Storm Junction Box (Size - 4' X 4')
ASTM C478
8/28/2023
33 49 10
Manhole
Oldcastle
Precast 5' x 5' Storm Junction Box (Size - 5' X 5')
ASTM C478
8/28/2023
33 49 10
Manhole
Oldcastle
Precast 6' x 6' Storm Junction Box (Size - 6' X 6')
ASTM C478
8/28/2023
33 49 10
Manhole
Oldcastle
Precast 8' x 8' Storm Junction Box Base (Size - 8' X 85
ASTM C478
8/28/2023
33 49 10
Manhole
Oldcastle
Precast 5' x 8' Storm Junction Box Base (Size - 5' X 8')
ASTM C478
8/28/2023
33 49 10
Manhole
Rinker Materials
Reinforced 48" Diameter Spread Footing Manhole (Size - 4' X 4')
ASTM C433
Page 5 of 6
CITY OF FORT WORTH TRANSPORTATION/PUBLIC WORKS DEPARTMENT
STANDARD PRODUCTS LIST AS OF 7/31/2025
....Storm Sewer - Inlet & Structures Continues
8/28/2023
33 39 20
Curb Inlet 10'x 3' Riser
Thompson Ppe Group
Inlet Riser (Size - 3 FT)
ASTM C913-16
8/28/2023
33 39 20
Curb Inlet 15'x 3' Riser
Thompson Pipe Group
Inlet Riser (Size - 3 FT)
ASTM C913-16
8/28/2023
33 39 20
Curb Inlet 20' x 3' Riser
Thotrfson Pipe Groin Q
Inlet Riser (Size - 3 FT)
ASTM C913-16
1/12/2024
33 49 20
Drop Inlet
AmeriTex Pipe &Products
Drop Inlet (4' X 41)
ASTM C913
1/12/2024
33 49 20
Droe Inlet
AmeriTex Pipe &Products
Drop Inlet (5' X 5')
ASTM C913
1/19/2024
33 49 20
Manhole
AmeriTex Pipe &Products
Precast 4'x4' Storm Junction Box
ASTM C913
1/19/2024
33 49 20
Manhole
AmeriTex Pipe &Products
Precast 5'x5' Storm Junction Box
ASTM C913
1/19/2024
33 49 20
Manhole
AmeriTex Pipe &Products
5' Precast Transition MH (4' MH on the top of 5' JB)
ASTM C913
1/19/2024
33 49 20
Manhole
AmeriTex Pipe &Products
Precast 6'x6' Storm Junction Box
ASTM C913
1/19/2024
33 49 20
Manhole
AmeriTex Pipe &Products
6' Precast Transition MH (4' MH on the top of 6' JB)
ASTM C913
1/19/2024
33 49 20
Manhole
AmeriTex Pipe &Products
Precast 8'x8' Storm Junction Box
ASTM C913
1/19/2024
33 49 20
Manhole
AmeriTex Pipe &Products
8' Precast Transition MH (4' MH on the top of 8' JB)
ASTM C913
1/19/2024
33 49 20
Manhole
AmeriTex Pipe &Products
Type C Storm Drain Manhole on Box (4' MH on the top of RCB)
ASTM C913
7/16/2024
33 49 20
Curb Inlets
AmeriTex Pipe &Products
100 Precast** (Size 10' x 3')
ASTM C913
7/16/2024
33 49 20
Curb Inlets
AmeriTex Pipe &Products
150 Precast** (Size 15' x 3)
ASTM C913
--Note: Pre -cast inlets are approved for the stage l portion of he structure (basin) only. Stage II pardon al the structure are required
to be cast in place. No exceptions to this requirement shall be allowed.
Storm Sewer - Pipes & Boxes 33-05-13
4/9/2021
3341 13
Storm Drain Pipes
Advanced Drainage Systems, Inc. (ADS)
ADS HP Stoma Polypropylene (PP) Pipe (Size - 12" - 60")
ASTM F2881 & AASHTO M330
8/28/2023
3341 10
Storm Drain Pipes
Rinker Materials
Reinforced Concrete Pipe Tongue and Groove Joint Pipe (Size - 21" or larger)
ASTM C76, C655
8/28/2023
3341 10
Culvert Box
Rinker Materials
Reinforced Concrete Box Culvert (Sze - Various)
ASTM C789, C850
10/12/2023
3341 10
Storm Drain Pipes
AmeriTex Pipe &Products
Reinforced Concrete Pipe Tongue and Groove Joint Pipe* (Size - 15" or larger)
ASTM C76, C506
10/12/2023
3441 10
Culvert Box
AmeriTex Pipe &Products
Reinforced Concrete Box Culvert (size - Various))
ASTM C1433,C1577
10/18/2023
3541 10
Storm Drain Pipes
The Turner Co.
Reinforced Concrete Pipe Tongue and Groove Joint Pipe* (Size - 15" or larger)
ASTM C76, C506
10/18/2023
3341 10
Culvert Box
The Turner Co.
Reinforced Concrete Box Culvert (size - Various)
ASTM C1433,C1577
4/12/2024
3341 10
Storm Drain Pipes
Thompson Pipe Group
Reinforced Concrete Pipe Tongue and Groove Joint Pipe* (Size Various)
ASTM C76, C506
6/25/2024
3341 10
Culvert Box
Oldcastle
Reinforced Concrete Box Culvert
ASTM C1433,C1577
6/25/2024
3341 10
Storm Drain Pipes
Oldcastle
Reinforced Concrete Pipe Tongue and Groove Joint Pipe* (Size Various)
ASTM C76, C506
Revision
Comments
(1-29-2025) Removed Argos, Ingram, Redi-Mix, Charley's
(4-3-2025) Bigtown
Concrete
updated Mix ID's
(4-5-2025) 03 34 13 CLSM specification
Page 6 of 6