HomeMy WebLinkAboutContract 63089-PM1CSC No. 63089-PM1
FORTWORTH
PROJECT MANUAL
FOR
THE CONSTRUCTION OF
WATER, SEWER, PAVING, DRAINAGE & STREET LIGHT
IMPROVEMENTS TO SERVE NOBLE HILL VILLAGE ADDITION
IPRC Record No. IPRC20-0131
City Project No.102659
FED No. 30114-0200431-102659-EO7685
File No. K-2750
X File No. X-26459
Mattie Parker Jesus "Jay" Chapa
Mayor City Manager
Chris Harder, P.E.
Director, Water Department
Lauren Prieur, PE.
Director, Transportation and Public Works Department
Developer Awarded Project (DAP)
Prepared for
The City of Fort Worth
2025
DESIGN DEVELOPMENT & CONSULTANT
TBPE# 10970
08/20/2025
OQaooaao�
.�� OF-�� o
o E 0
Fr
®...........
97531 •��p
OFFICIAL RECORD
a NAL a
�hC00000 CITY SECRETARY
FT. WORTH, TX
00 00 00
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Page 1 of 5
SECTION 00 00 10
TABLE OF CONTENTS
DEVELOPER AWARDED PROJECTS
Division 00 - General Conditions Last Revised
00 11 13 ftwit4ion to Bidders 03/20/2020
nn� lastf,ieti ns to Bidders 0340112020
00 44 00 Bid Fe nn/n T
00 42 43 Proposal Form Unit Price 05/22/2019
nn
ersnn
inT
0045 12
nn
Prequalification Statement
09/01/2015
00 45 26
Contractor Compliance with Workers' Compensation Law
031,091,2020
04/02/2014
nw
0045 49
00 52 43
Agreement
g
06/16/2016
00 61 25
Certificate of Insurance
07/01/2011
0062 13
Performance Bond
01/31/2012
00 62 14
Payment Bond
01/31/2012
00 62 19
Maintenance Bond
01/31/2012
007308
0073 10
Supplementary Conditions
Standard City Conditions of the Construction Contract for Developer
07 inz
01/10/2013
Awarded Projects
Division 01- General Requirements
Last Revised
01 1100
Summary of Work
12/20/2012
01 25 00
Substitution Procedures
08/30/2013
01 31 19
Preconstruction Meeting
08/30/2013
�
013120
Rro,�ot Meetings
07i01,120 ,n
01 32 33
Preconstruction Video
08/30/2013
01 33 00
Submittals
08/30/2013
01 35 13
Special Project Procedures
08/30/2013
01 45 23
Testing and Inspection Services
03/20/2020
01 5000
Temporary Facilities and Controls
07/01/2011
01 5526
Street Use Permit and Modifications to Traffic Control
07/01/2011
0157 13
Storm Water Pollution Prevention Plan
07/01/2011
01 60 00
Product Requirements
03/20/2020
01 66 00
Product Storage and Handling Requirements
04/07/2014
01 70 00
Mobilization and Remobilization
04/07/2014
01 71 23
Construction Staking
04/07/2014
01 74 23
Cleaning
04/07/2014
01 77 19
Closeout Requirements
04/07/2014
01 78 23
Operation and Maintenance Data
04/07/2014
01 78 39
Project Record Documents
04/07/2014
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS WATER, SEWER, PAVING, DRAINAGE & STREET LIGHT
DEVELOPER AWARDED PROJECTS IMPROVEMENTS TO SERVE NOBLE HILL VILLAGE ADDITION
Revised March 20, 2020 102659
00 00 00
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Page 2 of 5
Technical Specifications listed below are included for this Project by reference and can be
viewed/downloaded from the City's website at:
ham://fortworthtexas.gov/tllw/contractors/
or
httgs://anns.fortworthtexassgov/Proi ectResmjrces/
Division 02 - Existing Conditions Last Revised
02 41 13 Seleetive Site Demolition 12/7 z
02 41 14 T 4 l:t„ D e,v,ey l/ A 1..,n efi e.,t 1 2 /7�zr20/2 z
0241 15 Paving Removal 02/02/2016
Division 03 - Concrete
03 30 00 r'ay.' In Moe Gener-ete 12/�12
03 34 13 Ge t- llea r ,."kznVA Nl te,-ia (C SM i2/�Q
03 34'16 CororVe- 117/7zzr20 2012
038000 raedif e.,t;e„s t Existing rye e,-ete Stfuetur-es 12/��2
Division 26 - Electrical
260500 /'o me Work Results f Ele t,-ieal
26 05 33 Raceways and Boxes for Electrical Systems 12/20/2012
26 05 43 Underground Ducts and Raceways for Electrical Systems 07/01/2011
260550 r rr1/�ro
��oxrrmun�at�ar� A�CI ti D>,�.t
Division 31- Earthwork
3123 16 Unclassified Excavation 01/28/2013
2 1�3 BOFFO 0/7v11T-28/2013
31 24 nn 1 01 /28/201-
�rr�-vv 1✓YYI �'+1I.In�t6 o�rcvr�-vr�
31 25 00 Erosion and Sediment Control 12/20/2012
21� Gabions 12/20/2012
31 37 00 Riprap 12/20/2012
Division 32 - Exterior Improvements
3201 19 Tomr, ox —y 11 /�1
1 71 /7z
32 1123 Flexible Base Getifses 12/7 z
32 1129 Lime Treated Base Courses 12/20/2012
32 1133 Geme,-,t Treated Base re,,, 12/7 z
32 1137 08112 /20i-s
32 6 ADr4mlt Ikr iag 1 /�i
32 13 13 Concrete Paving 12/20/2012
32 1320 Concrete Sidewalks, Driveways and Barrier Free Ramps 06/05/2018
32 1373 Concrete Paving Joint Sealants 12/20/2012
3292 13 Utility Service Surface Restoration Sodding 12/20/2012
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS WATER, SEWER, PAVING, DRAINAGE & STREET LIGHT
DEVELOPER AWARDED PROJECTS IMPROVEMENTS TO SERVE NOBLE HILL VILLAGE ADDITION
Revised March 20, 2020 102659
00 00 00
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Page 3 of 5
32 1�67 �13 Concrete Curb and Gutters and Valley Gutters
32 i
3'� Gur-b Ad Iiiin2irg
u
3292 13 Hydro -Mulching, Seeding, and Sodding
32 93 43 Trees and Shrubs
Division 33 - Utilities
33 01 30 Sewer and Manhole Testing
33 Qi 31 Closed Circuit Television (CCTV) Inspection
33-03 i o BtT s0 Dumr.ng a f Existing Sewer- Systems
33 nn 10
33 04 11 Ceffesion Control Test Sta4iens
".vun2. o PPalsootizn fi,
22�o Temporary Water Services
33 nn nn Gleaning and Aeeeptanee Testing of Water- Mains
33 04 50 Gleaning of Sewer- Mains
3305 10 Utility Trench Excavation, Embedment, and Backiill
3305 1-2 Water- Line Lowering
3305 1
33 n�TO l~,-. e Ce"r- a*d G - 1& Rings Gempesite
33 05 14 Adjusting Manholes, Inlets, Valve Boxes, and Other Structures to
T Grade
22�0 Auger- Ber-ing
330521 T,,,,,,el Liner- e- Dla4e
33 05 22 Steel Casing Pipe
33 05 23 Hand Tunneling
33 0524 Installation of-Camar Dips in Gasi*g o, Tunnele
330526
�--�-
Utility Mar-ker-s/Leeatefs
33 05 30 Location of Existing Utilities
33 ii 05 Belts, T��s, and Gaskets
22�0 Flo Iron Pipe
33 11 11 Ductile Iron Fittings
33 11 12 Polyvinyl Chloride (PVC) Pressure Pipe
✓3111? , Steel Gylindef4ype
33 1 1 1 n Btff e,1 Steel Pipe and >;ia4n .s
�T
33 1210 Water Services 1-inch to 2-inch
33 1211 Large Water- Mete,-s
33 1220 Des;l;en4 Seated Gate Val-ve
�
3-3 1221 AWW�k Rui or Ee
ZZ�5 Connection to Existing Water Mains
33 1240 Fire Hydrants
10/05/2016
1 1 Pri 22/20 i31
1 11 /n-3
11 /�12
17P1z
17P1z
06/n a
1 '1 /'lzzr20/20 Q
12/20/2012
12/20/2012
1 2 /7 z
12/20/2012
1 7 /7m-20/2012
12/20/2012
11 7 /7m 20/2012
1 7 /7m-20/2012
06/10 o�13
1 7 /7m-20/2 v ii
11 7 /7m 20/2014
12/20/2012
1 7 /7m-20/20 ii
12/20/2012
11/16/2018
1 '1 /'l�-20/2 v i 2
1 2 /7 z
02/ 14/2017
12/20/2012
01/03/2014
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS WATER, SEWER, PAVING, DRAINAGE & STREET LIGHT
DEVELOPER AWARDED PROJECTS IMPROVEMENTS TO SERVE NOBLE HILL VILLAGE ADDITION
Revised March 20, 2020 102659
00 00 00
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Page 4 of 5
33 Q ✓o
3� 1260
ZZ�2
22�3
33
33 —34:2A
W tte Ems'Wkme Stations12/r�r20/2012
Standard Blow -off Valve Assembly
Ctir-ed i Ulaee Pipe (rrUU)
FibtN: Iwr R2inforeed Pipe for (`_,-.,yity Sanitary Co.,,,,,,____����,,..
HighDensity Polyethylene (HDPE) Pipe a &amiMrlJ-Sewer
Polyvinyl Chloride (PVC) Gravity Sanitary Sewer Pipe
n� /�14
12/20/2012
12/20/2012
/', 17z
06/1
33 —34:21-
Pipe
, � /�12
333122
��ii13�V��
ZZ�3Sewer-12/7
Lining
Flip �.l1�i114g
/
12,-20/2n, -2
z
33 31 50
Sanitary Sewer Service Connections and Service Line
04/26/2013
33 3 i 70
C x l'%im!(7af Air- - Valve far c.a1nilary C`o.. a L'... a A,T. inm
, 7 /�zr20/2012
3339 10
Cast -in -Place Concrete Manholes
12/20/2012
33 39 20
333930
Precast Concrete Manholes
Fibefglass Manholes
12/20/2012
12 /�;z
22�no
33 39 60
Wastewater- n eeess Chamber- (WAG) r)
Epoxy Liners for Sanitary Sewer Structures
, � /��
12/20/2012
3341 10
Reinforced Concrete Storm Sewer Pipe/Culverts
n'/n�i
3341 11
High Density Polyethylene (HDPE) Pipe for Storm Drain
1''/'�12
22�2
Reinfer-eed P01yet lefle (ERPE) Plr'o
11 /lnr QW5
33 4600
33 4601
SubdFainage
wetted E,lor74 6
n�/n
33-46 02
Tfeffch DA-Ii ►G
07/ T
3349 10
Cast -in -Place Manholes and Junction Boxes
12/20/2012
33 49 20
Curb and Drop Inlets
12/20/2012
33 49 40
Storm Drainage Headwalls and Wingwalls
07/01/2011
Division 34 - Transportation
3441 10 10/12/2015
34 ^�-r-�z10.01 Atttiehment A G ntfaller— Cabine 174s
34 n, 1n 02 n l Spe
�-r�rvvt rrtt& "'�t� atfea@i'vPc icuti6a "
2/1 11 11 Tomgox —y , ,, /�13
2/1 11 15 Reet gula- Rarl.A Flashing Be , 1/7� 22/2013
34 4 16 gedoG+t6= I ybfid-SigliaI 1, /�13
34 4120 Readwy LLuI �il�1t; ,,, n ��o,,i.l;o� 12/��2
3 4 ^�01 Arlszr'ial LED Rem , L7a ixui raas 06 /, -5
34 4120.03 r n r 0
�03 � tl . �J'L'? �_ � �arm��v: � ow6/15/2015n
3n�oAlumintffn Sigfis ,,1 /lrn42/ivi3.
3471 13 Traffic Control 11/22/2013
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS WATER, SEWER, PAVING, DRAINAGE & STREET LIGHT
DEVELOPER AWARDED PROJECTS IMPROVEMENTS TO SERVE NOBLE HILL VILLAGE ADDITION
Revised March 20, 2020 102659
00 00 00
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Page 5 of 5
Appendix
GC4,01
2waiwX.K-i;,
GC-4.02
Subsurface and Physical Conditions
GG 6aNd0U0
t Iylllria"+^1 r 1;+; r at Site
GG 6-0-E.D
Minority and Women Owned Business Enterprise rorxplianoa
Fes?
Wa es
GC—E.21
Nalfdioc�imix.�tioa
GR-01 60 00 Product Requirements
END OF SECTON
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS WATER, SEWER, PAVING, DRAINAGE & STREET LIGHT
DEVELOPER AWARDED PROJECTS IMPROVEMENTS TO SERVE NOBLE HILL VILLAGE ADDITION
Revised March 20, 2020 102659
dotloop signature verification: dtlp.us/-zTP-jShl-4YEV
SECTION 00 42 43
Developer Awarded Projects - PROPOSAL FORM
UNIT PRICE BID Bidder's Application
Project Item Information Bidder's Proposal
Bidlist
Specification Unit of Bid
Item Description Unit Price Bid Value
No. Section No. Measure Quantity
UNIT I: WATER IMPROVEMENTS
33 11 10 33 11
1
3311.0241 8" Water Pipe
LF
2455
12'
2
3311.0141 6" Water Pipe
3311 10
LF
55
3
3312.3003 8" Gate Valve
33 12 20
EA
7
4
3312.3002 6" Gate Valve
34 12 20
EA
2
5
3312.0001 Fire Hydrant
33 12 40
EA
3
6
3312.2103 11/2" Water Service
33 12 10
EA
61
7
3312.2003 1" Water Service
34 12 10
EA
1
7
3311.0001 Ductile Iron Water Fittings w/Rest
3311 11
TON
2
9
3305.0101 Fire Hydrant Stem Extension
3305 14
EA
2
10
3305.0109 Trench Safety
33 05 10
LF
2455
3312.0117 Connection to Existing 4"-12"
11
Water Main
33 12 25
EA
1
12
9999.0001 Water Testing( Excluding
00 00 00
LF
2455
Geotechl
13
9999.0001 Automatic Flushing Device
00 00 00
EA
1
14
3312.4107 12" x 8" Tapping Sleeve & Valve
32 12 25
EA
1
15 3305.0003 8" Water Line Lowering 33 05 12 EA 1
TOTAL UNIT I: WATER IMPROVEMENTS
This Bid is submitted by the entity named below:
$54.70 134,288.50
$24.10
1,325.50
$1, 800.00
12, 600.00
$1,064.88
2,129.76
$5,460.00
16,380.00
$1, 993.21
121, 585.81
$1, 027.66
1,027.66
$7,300.00
14,600.00
$250.00 500.00
$0.10 245.50
$860.00 860.00
$1.20 2,946.00
$500.00 500.00
$4,839.25 4,839.25
$4,406.77 4,406.77
$318,234.75
�R4G(/aZGfH/
BIDEER: By:
Lancaster Realty Partners LLC Basil Azim
2005 Rock Dove Ct.
Westlake, Texas, 76262 Title: Development Director
Tel: 817-908-3613 Date:
Contractor agrees to complete WORK for FINAL ACCEPTANCE within 30 working days
after the date when CONTRACT commences to run as provided in the General Conditions.
END OF SECTION
dotloop verified
09/0524 9:38 AM EDT
LFDW-OCN8-GBL7-W W KP
dotloop signature verification:
SECTION 00 42 43
Developer Awarded Projects - PROPOSAL FORM
UNIT PRICE BID Bidder's Application
Project Item Information Bidder's Proposal
Bidlist Specification Unit of Bid
Item Description Unit Price Bid Value
Section No. Measure Quantity
No.
UNIT II: SANITARY SEWER IMPROVEMENTS
3331.4115 8" Sewer Pipe (SDR-26, ASTM
3311 10
LF
2269
$49.38
$ 112,043.22
1
D3034)
2
3331.3101 4" Sewer Service
3331 50
EA
61
$862.39
$
52,605.79
3
3339.1001 4' Manhole
33 39 10
EA
7
$3,849.35
$
26,945.45
4
3339.1002 4' Drop Manhole
33 39 10
EA
1
$4,377.83
$
4,377.83
5
3339.1003 4' Extra Depth Manhole
33 39 10
VF
42.7
$195.76
$
8,358.95
6
3339.1004 4' Shallow Manhole
33 39 10
EA
7
$3,985.51
$
27,898.57
7
3331.4116 8" Sewer Pipe, CSS backfill
36 39 10
LF
72
$54.27
$
3,907.44
8
3301.0101 Manhole Vacuum Testing
3301 30
EA
5
$174.87
$
874.35
9
3301.0002 Post -CCTV Inspection
3301 31
LF
2269
$1.95
$
4,424.55
10
3305.0109 Trench Safety
33 05 10
LF
2269
$1.00
$
2,269.00
11
3305.0113 Trench Water Stop
33 05 15
EA
17
$400.00
$
6,800.00
12
3339.0001 Epoxy Manhole Liner
33 39 60
VF
61
$207.80
$
12,675.80
13
3305.0112 Concrete Collar for Manhole
33 05 17
EA
1
$480.50
$
480.50
14
9999.0000 Air Tight Gasket
3311 05
EA
1
$500.00
$
500.00
TOTAL UNIT II: SANITARY
SEWER IMPROVEMENTS
$264,161.45
This Bid is submitted by the entity named below:
loo
dotpverified
p
dottoo24 e45 AM EDT
APVK-B2JV-EUGG-IH7A
BIDEER:
By:
Lancaster Realty Partners LLC
Basil Azim
2005 Rock Dove Ct.
Westlake, Texas, 76262
Title: Development
Director
Tel: 817-908-3613
Date:
Contractor agrees to complete WORK for FINAL ACCEPTANCE within 45 working days
after the date when CONTRACT commences to run as provided in the General Conditions.
END OF SECTION
dotoop signature verification:
UNIT PRICE BID
SECTION 00 42 43
Developer Awarded Projects - PROPOSAL FORM
Project Item Information
Bidder's Application
Bidder's Proposal
Bidlist
Specification
Unit of
Bid
Item
Description
Section No.
Measure
Quantity
Unit Price
No.
UNIT III:
DRAINAGE IMPROVEMENTS
1
3341.0205 24" RCP, Class III
3341 10
LF
652
$110.00
2
3341.0201 21" RCP, Class III
3341 10
LF
54
$67.49
3
3349.0001 4' Storm Junction Box
33 49 10
EA
4
$4,360.62
4
3349.5001 10' Curb Inlet
33 49 20
EA
7
$3,822.89
5
3305.0109 Trench Safety
3305 10
LF
706
$0.50
6
3125.0101 SWPPP >_ 1 acre (Fixed
31 2500
LS
1
$6,663.13
Allowance)
7
3349.2003 24" Parallel Headwall
33 49 40
EA
3
$5,002.70
8
3137.0104 Medium Stone Riprap, dry
31 3700
SY
78
$54.13
TOTAL UNIT III: DRAINAGE IMPROVEMENTS
This Bid is submitted by the entity named below:
BIDEER:
Lancaster Realty Partners LLC
2005 Rock Dove Ct.
Westlake, Texas, 76262
Tel: 817-908-3613
//R�GaBiQZGlfli
By:
Basil Azim
Title: Development Director
Date:
Contractor agrees to complete WORK for FINAL ACCEPTANCE within 30 working days
after the date when CONTRACT commences to run as provided in the General Conditions.
END OF SECTION
Bid Value
$ 71,720.00
$ 3,644.46
$ 17,442.48
$ 26,760.23
$ 353.00
$ 6,663.13
$ 15,008.10
$ 4,222.14
S 145,813.54
dodoop verified
09/05/24 9:34 AM EDT
GZKX-BYNM-ZOMJ-XTU8
dotloop signature verification:
SECTION 00 42 43
Developer Awarded Projects - PROPOSAL FORM
UNIT PRICE BID
Bidder's Application
Project Item Information
Bidder's Proposal
Bidlist
Specification
Unit of
Bid
Item
Description
Section No.
Measure
Quantity
Unit Price
Bid Value
No.
UNIT IV: PAVING IMPROVEMENTS
1
3123.0101 Unclassified Excavation by
31 2316
LS
1
$10,000.00
$
10,000.00
Plan (Fixed Allowance)
2
3211.0400 Hydrated Lime
3211 29
TN
126
$154.15
$
19,422.90
3
3211.0501 6" Lime Treatment
3211 29
SY
8425
$2.92
$
24,601.00
4
3213.0101 6" Conc Pvmt
32 13 13
SY
7659
$32.45
$248,534.55
5
3213.0301 4" Conc Sidewalk
32 13 20
SF
2020
$5.41
$
10,928.20
6
3213.0501 Barrier Free Ramp, Type R-1
31 1320
EA
2
$500.00
$
1,000.00
7
3213.0506 Barrier Free Ramp, Type P-1
32 13 20
EA
8
$1,485.33
$
11,882.64
3292.01 U1 Utility Service burtace
8
Restoration Sodding
32 92 13
SY
35
$15.00
$
525.00
9
9999.0000 Street Signs
01 5526
EA
5
$350.00
$
1,750.00
TOTAL UNIT IV: PAVING IMPROVEMENTS
$328,644.29
This Bid is submitted by the entity named
below:
BIDEER: By: I
Lancaster Realty Partners LLC Basil Azim
2005 Rock Dove Ct.
Westlake, Texas, 76262 Title: Development Director
Tel: 817-908-3613 Date:
Contractor agrees to complete WORK for FINAL ACCEPTANCE within 60 working days
after the date when CONTRACT commences to run as provided in the General Conditions.
END OF SECTION
dotloop verified
09/0524 9:45 AM EDT
ECT3-L%CB-7NDA-UK1
dotloop signature verification:
SECTION 00 42 43
Developer Awarded Projects - PROPOSAL FORM
UNIT PRICE BID Bidder's Application
Project Item Information Bidder's Proposal
Bidlist
Specification Unit of Bid
Item Description Unit Price Bid Value
Section No. Measure Quantity
No.
UNIT V: STREET LIGHTING IMPROVEMENTS
2605.0111 FURNISH/INSTALL ELEC
1
26 05 00
EA
14
SERV PEDESTAL
2
2605.3015 2" CONDT PVC SCH 80 (T)
26 05 33
LF
1,295
3441.1502 GROUND BOX TYPE B,
3
3441 10
EA
14
W/APRON
34R41.1646 FURNISH/INSTALL TYPE 33B
4
3441 20
EA
14
A
3441.3002 Rdwy Illum Assmbly TY 8,11,D-
5
3441 20
EA
14
25. and D-30
3441.3301 Rdwy Illum Foundation TY 1,2,
6
3441 20
EA
14
and 4
3441.4003 Furnish/Install Alum Sign
7
3441 30
EA
10
Ground Mount City Std.
8
3441.1408 NO 6 Insulated Elec Condr
3541 30
LF
1,295
9
3441.3341 Rdwy ilium TV 11 Pole
3641 10
EA
14
10
3441.3201 LED Lighting Fixture(R2-12)
3741 20
EA
12
11
3441.3201 LED Lighting Fixture (R4-2)
3841 20
EA
2
TOTAL UNIT V: STREET LIGHTING
IMPROVEMENTS
This Bid is submitted by the entity named below:
This Bid is submitted by the entity named below:
BIDDER:
Lancaster Realty Partners LLC
2005 Rock Dove Ct.
Westlake, Texas, 76262
Tel: 817-908-3613
BY: Basil Azim
I
0ira1;eQza;rri
TITLE: Development Director
DATE:
$5,354.00 $ 74,956.00
$9.50 $ 12,302.50
$435.57 $ 6,097.98
$654.33 $ 9,160.62
$1,500.00 $ 21,000.00
$1,031.09 $ 14,435.26
$416.98 $ 4,169.80
$1.30 $ 1,683.50
$2,210.44 $ 30,946.16
$973.67 $ 11,684.04
$973.67 $ 1,947.34
$188,383.20
Contractor agrees to complete WORK for FINAL ACCEPTANCE within 15 working days
after the date when CONTRACT commences to run as provided in the General Conditions.
END OF SECTION
dotloop verified
09/05/24 9:35 AM EDT
WTHU-GA8K-KQAT-79LQ
dotloop signature verification:
SECTION 00 42 43
Developer Awarded Projects - PROPOSAL FORM
00 42 43
DAP - BID PROPOSAL
Page 7 of 7
UNIT PRICE BID Bidder's Application
Project Item Information Bidder's Proposal
BidIist
Specification Unit of Bid
Item Description Unit Price Bid Value
Section No. Measure Quantity
N n.
Bid Summary
UNIT I: WATER IMPROVEMENTS
$318,234.751
UNIT II: SANITARY SEWER IMPROVEMENTS
$264,161.451
UNIT III: DRAINAGE IMPROVEMENTS 1
$145,813.541
UNIT IV: PAVING IMPROVEMENTS 1
$328,644.291
UNIT V: STREET LIGHTING IMPROVEMENTS
$188,383.20
This Bid is submitted by the entity named below:
BIDDER:
Lancaster Realty Partners LLC
2005 Rock Dove Ct.
Westlake, Texas, 76262
Tel: 817-908-3613
Total Construction Bidi
BY: Basil Azim
foaar eQzGNG
TITLE: Development Director
DATE:
Contractor agrees to complete WORK for FINAL ACCEPTANCE within ,180 working days
after the date when CONTRACT commences to run as provided in the General Conditions.
END OF SECTION
$1,245,237.231
dotloop verified
09/05/249:44 AM EDT
PW40.DWKZ-RPZI-UFCN
0045 12
DAP PREQUALIFICATIONSTATEMENT
Page 1 of 1
SECTION 00 45 12
DAP — PREQUALIFICATION STATEMENT
Each Bidder is required to complete the information below by identifying the prequalified contractors
and/or subcontractors whom they intend to utilize for the major work type(s) listed. In the "Maior Work
Type" box provide the complete major work type and actual description as provided by the Water
Department for water and sewer and TPW for pavinc.
Major Work Type Contractor/Subcontractor Company Name Prequalification
Expiration Date
Water Distribution, Development, Moss Utilities, LLC 4/30/2026
(8-inch diameter and smaller)
Sewer Collection System,
Moss Utilities, LLC '
Development, ( 8-inch diameter
4/30/2026
and smaller) .
Concrete Paving
Stabile & Winn, INC.
Construction/Reconstruction
9/30/26
(15,000 square yards and greater)
Roadway and Pedestrian Lighting
Bean Electrical, LLC 3/24/27
Sanitary Sewer Manhole/Structure
Moss Utilities, LLC 4/30/2026
Interior Lining - Warren or
Chesterton Coating
The undersigned hereby certifies that the contractors and/or subcontractors described in the table above
are currently prequalified for the work types listed.
BIDDER:
Lancaster Realty Partners LLC 2005 Rock Dove Ct. Westlake,
Texas, 76262
Tel: 817-908-3613
/I a
-Y
C ig u )
TI evelopment Director
DATE:
END OF SECTION
CITY OF FORT WORTH
STANDARD CONSTRUCTION PREQUALIFICATION STATEMENT— DEVELOPER AWARDED PROJECTS 00 4512_Prequalification Statement 2015_DAP.docx
Form Version September 1, 2015
004526-1
CONTRACTOR COMPLIANCE wrrH WORKER'S COMPENSATIONLAW
Page I of I
SECTION 00 45 26
CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW
3 Pursuant to Texas Labor Code Section 406.096(a), as amended, Contractor certifies that it
4 provides worker's compensation insurance coverage for all of its employees employed on City
5 Project No. 102659 Contractor further certifies that, pursuant to Texas Labor Code, Section
6 406.096(b), as amended, it will provide to City its subcontractor's certificates of compliance with
7 worker's compensation coverage.
8
9 CONTRACTOR:
10
I LancasterRealtvPartners, LLC Bv: BasilAzim
12 Company
13 /<
14 2005 Rock Dove Ct Westlake TX 76262 Signature:
15 Address
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
Wesltkae. TX 76262
City/State/Zip
THE STATE OF TEXAS
COUNTY OFTARRANT
Title: Develooment Director
BEFORE ME, the undersigned authority, on this day personally appeared.
Basil A-ZIM . known to me to be the person whose name is
subscribed to the foregoing instrument, and acknowledged to me that he/she executed the same as
the act and deed of for the purposes and
consideration therein expressed and, in the capacity, therein stated.
GIVEN UNDER MY HAND AND SEAL OF OFFICE this�ayof
iT1UVVO , 202S
Maryann Alavi
My Commission Expires
S
1/14I2029
Notary ID135229214
Notary Pu c n and fors th? of Texas
END OF SECTION
1
2
SECTION 00 52 43
AGREEMENT
00 52 43 - 1
Developer Awarded Project Agreement
Page 1 of 4
3 THIS AGREEMENT, authorized on April, 2025 is made by and between the Developer,
4 Land Link Realty, LLC., authorized to do business in Texas ("Developer"), and
5 Lancaster Realty Partners, LLC., authorized to do business in Texas, acting by and through its duly authorized
representative, ("Contractor").
6 Developer and Contractor, in consideration of the mutual covenants hereinafter set forth, agree as
7 follows:
8 Article 1. WORK
9 Contractor shall complete all Work as specified or indicated in the Contract Documents for the
10 Project identified herein.
11 Article 2. PROJECT
12 The project for which the Work under the Contract Documents may be the whole or only a part is
13 generally described as follows:
14 WATER, SEWER, DRAINAGE,PAVING & STREETLIGHTIMPRO VEMENTS TO SERVE
15 NOBLE HILL VILLAGE ADDITION
16 City Proiect No. 102659
17 Article 3. CONTRACT TIME
18 3.1 Time is of the essence.
19 All time limits for Milestones, if any, and Final Acceptance as stated in the Contract
20 Documents are of the essence to this Contract.
21 3.2 Final Acceptance.
22 The Work will be complete for Final Acceptance within 180 working days after the
23 date when the Contract Time commences to run as provided in Paragraph 12.04 of the
24 Standard City Conditions of the Construction Contract for Developer Awarded Projects.
25 3.3 Liquidated damages
26 Contractor recognizes that time is of the essence of this Agreement and that Developer
27 will suffer financial loss if the Work is not completed within the times specified in
28 Paragraph 3.2 above, plus any extension thereof allowed in accordance with Article 10 of
29 the Standard City Conditions of the Construction Contract for Developer Awarded
30 Projects. The Contractor also recognizes the delays, expense and difficulties involved in
31 proving in a legal proceeding the actual loss suffered by the Developer if the Work is not
32 completed on time. Accordingly, instead of requiring any such proof , Contractor agrees
33 that as liquidated damages for delay (but not as a penalty), Contractor shall pay
34 Developer Three Hundred Fiftv Dollars ($350) for each day that expires after the time
35 specified in Paragraph 3.2 for Final Acceptance until the City issues the Final Letter of
36 Acceptance.
CITY OF FORT WORTH WATER, SEWER, PAVING, DRAINAGE & STREET LIGHT
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS IMPROVEMENTS TO SERVE NOBLE HILL VILLAGE ADDITIONS
DEVELOPER AWARDED PROJECTS 102659
Revised March 20, 2020
00 52 43 - 2
Developer Awarded Project Agreement
Page 2 of 4
37 Article 4. CONTRACT PRICE
38 Developer agrees to pay Contractor for performance of the Work in accordance with the Contract.
39 Documents an amount in current funds of One million two hundred forty five thousands two hundred thirty
seven and 23/100 Dollars
41 ($1,245,237.23).
42 Article 5. CONTRACT DOCUMENTS
43 5.1 CONTENTS:
44 A. The Contract Documents which comprise the entire agreement between Developer and
45 Contractor concerning the Work consist of the following:
46 1. This Agreement.
47 2. Attachments to this Agreement:
48 a. Bid Form (As provided by Developer)
49 1) Proposal Form (DAP Version)
50 2) Prequalification Statement
51 3) State and Federal documents (project specific)
52 b. Insurance ACORD Form(s)
53 c. Payment Bond (DAP Version)
54 d. Performance Bond (DAP Version)
55 e. Maintenance Bond (DAP Version)
56 f. Power of Attorney for the Bonds
57 g. Worker's Compensation Affidavit
58 h. MBE and/or SBE Commitment Form (Ifrequired)
59 3. Standard City General Conditions of the Construction Contract for Developer
60 Awarded Projects.
61 4. Supplementary Conditions.
62 5. Specifications specifically made a part of the Contract Documents by attachment
63 or, if not attached, as incorporated by reference and described in the Table of
64 Contents of the Project's Contract Documents.
65 6. Drawings.
66 7. Addenda.
67 8. Documentation submitted by Contractor prior to Notice ofAward.
68 9. The following which may be delivered or issued after the Effective Date of the
69 Agreement and, if issued, become an incorporated part of the Contract Documents:
70 a. Notice to Proceed.
71 b. Field Orders.
72 c. Change Orders.
73 d. Letter of Final Acceptance.
74
75
CITY OF FORT WORTH WATER, SEWER, PAVING, DRAINAGE & STREET LIGHT
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS IMPROVEMENTS TO SERVE NOBLE HILL VILLAGE ADDITIONS
DEVELOPER AWARDED PROJECTS 102659
Revised March 20, 2020
00 52 43 - 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 nrovision is snecifically intended to overate
82 and be effective even if it is alleged or 11roven that all or some of the damages being
83 were caused. in whole or in Dart. by anv act. omission or neWigence of the city,.
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
nrovision is snecifically intended to overate and be effective even if it is alleged or
94
nroven that all or some of the damages being sought were caused. in whole or in Dart.,
95
by anv act. omission pr negligence of the city.
96
97
Article
7. MISCELLANEOUS
98
7.1
Terms.
99
Terms used in this Agreement are defined in Article 1 of the Standard City Conditions of
100
the Construction Contract for Developer Awarded Projects.
101
7.2
Assignment of Contract.
102
This Agreement, including all 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 bind 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
7.4
Severability.
109
Any provision or part of the Contract Documents held to be unconstitutional, void or
110
unenforceable by a court of competent 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
l l 6
Northern District of Texas, Fort Worth Division.
CITY OF FORT WORTH WATER, SEWER, PAVING, DRAINAGE & STREET LIGHT
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS IMPROVEMENTS TO SERVE NOBLE HILL VILLAGE ADDITIONS
DEVELOPER AWARDED PROJECTS 102659
Revised March 20, 2020
117
118
119
120
121
122
123
124
125
126
00 52 43 - 4
Developer Awarded Project Agreement
Page 4 of 4
Authority to Sign
Contractor shall attach evidence of authority to sign Agreement, if other than duly
authorized signatory of the Contractor.
IN WITNESS WHEREOF, Developer and Contractor have executed this Agreement in multiple.
counterparts.
This Agreement is effective as of the last date signed by the Parties ("Effective Date").
Contractor: Developer:
Lancaster Realty Partners, LLC Land Link Reality, LLC
Bv:
(Signature)
Basil Azim
Title:
Company Name: Lancaster Realty
Partners, LLC
Address:
2005 Rock Dove Ct
City/State/Zip: Westlake, TX 76262
5/1 /25
Date
Bv: �4 / 9110/,
(Signature)
Farrukh Azim
Title:
Company Name: Land Link Reality, LLC
Address:
2375 TROPHY CLUB DR.,
Citv/State/Zip: TROPHY CLUB, TEXAS, 76262
5/1 /25
Date
006219-1
MAINTENANCE BOND
Page 1 of 3
1.
2.
3.
SECTION 00 62 19
MAINTENANCE BOND
Bond No.S7A2S00005856
4. THE STATE OF TEXAS §
5. § KNOW ALL BY THESE PRESENTS:
6. COUNTY OF TARRANT §
7. That we Lancaster Realty Partners LLC known as
8. "Principal" herein and American Alternative Insurance Corporation , 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,
Land Link Realty, LLC, authorized to do business in Texas ("Developer') and the City of Fort
l l . Worth, a Texas municipal corporation ("City"), in the sum Of
12. One Million Two Hundred Forty -Five Thousand Two Hundred Thirty-seven and 23/100 Dollars IS 1,245,237.23),
13. lawful money of the United States, to be paid in Fort Worth, Tarrant County, Texas, for payment
14` of which sum well and truly be made jointly unto the Developer and the City as dual obligees and
15. their successors, we bind ourselves, our heirs, executors, administrators, successors and assigns,
16. jointly and severally, finely by these presents.
17.
18. WHEREAS, Developer and City have entered into an Agreement for the construction of
19. community facilities in the City of Fort Worth by and through a Community Facilities
20. Agreement, CFA Number 22-0157 ; and
21. WHEREAS, the Principal has entered into a certain written contract with the Developer
22. awarded the 1st day of Mav
, 20 25 , which Contract is
23. hereby referred to and a made part hereof for all purposes as if fully set forth herein, to furnish all
24. materials, equipment labor and other accessories as defined by law, in the prosecution of the
25. Work, including any Work resulting from a duly authorized Change Order (collectively herein,
26. the "Work") as provided for in said Contract and designated as WATER, SEWER, PAYING, DRAINAGE&
STREET LIGHT IMPROVEMENTS TO SERVE NOBLE HILL VILLAGE ADDITION; and
IA
28. WHEREAS, Principal binds itself to use such materials and to so construct the Work in
29. accordance with the plans, specifications and Contract Documents that the Work is and will
30. remain free from defects in materials or workmanship for and during the period of two (2) years
31. after the date of Final Acceptance of the Work by the City ("Maintenance Period"); an
CITY OF FORT WORTH
STANDARD CITY CONDITIONS —DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
0062 19- 2
MAINTENANCE BOND
Page 2 of 3
1. WHEREAS, Principal binds itself to repair or reconstruct the Work in whole or in part
2. upon receiving notice from the Developer and/or City of the need thereof at any time within the
3. Maintenance Period.
5. NOW THEREFORE, the condition of this obligation is such that if Principal shall
6. remedy any defective Work, for which timely notice was provided by Developer or City, to a
7. completion satisfactory to the City, then this obligation shall become null and void, otherwise to
8. remain in full force and effect.
9.
10. PROVIDED, HOWEVER, if Principal shall fail so to repair or reconstruct any timely
11. noticed defective Work, it is agreed that the Developer or City may cause any and all such
12. defective Work to be repaired and/or reconstructed with all associated costs thereof being borne
13. by the Principal and the Surety under this Maintenance Bond; and
14.
15. PROVIDED FURTHER, that if any legal action be filed on this Bond, venue shall lie in
16. Tarrant County, Texas or the United States District Court for the Northern District of Texas, Fort
17. Worth Division; and
18.
19. PROVIDED FURTHER, that this obligation shall be continuous in nature and
20.successive recoveries may be had hereon for successive breaches.
CITY OF FORT WORTH
STANDARD CITY CONDITIONS —DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
006219-2
MAINTENANCE BOND
Page 3 of 3
1. IN WITNESS WHEREOF, the Principal and the Surety have each SIGNED and SEALED this instrument by duly
2. authorized agents and officers on this the
3. June
4.
0
Sa
7. ATTEST:
8.
9. (Principal) Secretary
10.
11,
12. -
13.
14. Witness as to Principal
15.
16.
17.
18.
19.
20.
21.
22.
23. ATTEST:
24.
25. N/A
26. (Surety) Secretary
27.
28.
29. Witness as to Surety Rsm venikiotls
30.
27th day of
2025
PRINCIPAL:
Lancaster Realty Partners LLC
BY:
Signam
Fq?4QVU �i�lbvt . rtnlM w
Name and Title
Address: 2005 Rock Dove Ct.
Westlake, TX 76262
SURETY:
American Alternative Insurance Corporation
Yamillec Ramos, Attorney -in -Fact -
Name and Title
Address: 555 College Road East- P.O. Box-5241 --
Princeton. NJ 08543
Telephone Number: (609) 243-4200
31. *Note: If signed by an officer of the Surety Company, there must be on file a certified extract
32. from the by-laws showing that this person has authority to sign such obligation. If
33. Surety's physical address is different from its mailing address; both must be provided.
34.
35. The date of the bond shall not be prior to the date the Contract is awarded.
CITY OF FORT WORTH
STANDARD CITY CONDITIONS- DEVELOPER AW ARDEDPROJECTS
Revised: January 10, 2013
CERTIFIED COPY POWER OF ATTORNEY
KNOW ALL MEN BY THESE PRESENTS: That the AMERICAN ALTERNATIVE INSURANCE CORPORATION, a corporation organized and existing by virtue of the
laws of the State of Delaware ("Corporation") with offices at 555 College Road East, Princeton, N.J. 08543. has made, constituted and appointed, and by these presents,
does make, constitute and appoint.
Russ Frenzel; Brady K. Cox; William D. Baldwin; Brent Baldwin; Michael B. Hill; Keith Rogers; Sam Frelrelch;
Brock Anglin; Cindy Alford; Yamillec Ramos; Nelm Hernandez; and Knell Dale
Its true and lawful Attorneys-m-Fact, at Princeton, in the State of New Jersey, each of them alone to have full power to act without the other or others, to make, execute and
deliver on its behalf. as Surety or Co -surety, bonds and undertakings given for any and all purposes. also to execute and deliver on its behalf as aforesaid renewals, extensions,
agreements, waivers, consents or stipulations relating to such bonds or undertakings provided, however, that no single bond or undertaking so made, executed and delivered shall
obligate said Company for any potion of the penal sum thereof in excess of the sum of One Hundred Million Dollars 1E10g000.000L
tling Such bonds and undertakings for said purposes, when duly executed by said Asorney(s)-in-Fact, shall be bitupon said ompany as fully and to thesame extent as if signed
by the President of said Company under its corporate seal attested by its Secretary
This appointment Is made under and by authority of a certain Resolution adopted at a meeting of the Board of Directors of said Company duly held on the 27th
day of August, 1975, a copy of which appears below.
IN WITNESS WHEREOF, the AMERICAN ALTERNATIVE INSURANCE CORPORATION has caused its corporate seal to be hereunto affixed, and these presents to be signed
by its duly authorized officers this 240 day of September, 2021.
Michael G. Kerner
<. SEAL:,
President
1923 .Qy, „g s o�,9tFpi�inkWroo.
.�
Attest: �
�gnacio�ivere
Deputy General Counsel & Secretary
STATE OF NEW JERSEY, COUNTY OF SOMERSET
The foregoing instrument was acknowledged before me by means of online notanzation this 241" day of September, 2021'iby Michael G. Kerner and Ignacio Rivers, who are
personally known to me.
c Jr. lPu D�
J SeMilippolary Pu k ,
S to of New y
My Commission Expires February 8, 2026
SECRETARY'S CERTIFICATE
The undersigned, Ignacio Rivers,, hereby certifies:
1. That the undersigned is Secretary of American Alternative Insurance Corporation, a corporation (it the State of Delaware;
2. not the original power of attomey of which the foregoing is a copy was duly executed on behalf orsaid Corporation on the day of its date, and has not since been
revoked. amended or modified; that the undersigned has compared the foregoing copy thereof with said original power of attorney, and that the same is a true and correct
copy of said original power of attorney and of the whole thereof;
3. Thal the original resolution of which the following is a copy was duly adopted at, and recorded in the minutes of, a regular meeting of the Board of
Directors of said Corporation duly held on August 4, 1998. and has not since been revoked. amended or modified.
RESOLVED, that each of the following officers of this Corporation, namely, the President, the Executive Vice President, the Senior Vice Presidents,
and the Vice Presidents, be, and they hereby are, authorized, from time to time in their discretion, to appoint such agent or agents or attorney or
attomeys-in-fact as deemed by them necessary or desirable for the purpose of carrying an this Corporation's business, and to empower such agent
or agents or attorney or attomeys-in-fact to execute and deliver, in this Corporation's name and on its behalf, and under its seal or otherwise, surety
bonds, surety undertakings or surety contracts made by this Corporation as surety thereon.
RESOLVED, that the signature of any authorized officer of the Corporation and the Corporation's seal may be affixed by facsimile to any power of
attorney and revocation of any power of attorney or certificate of either given for the execution of any surety bond, surety undertaking, or surety
contract, such sigmatum and seal, when so used being hereby adopted by the Corporation as the original signature of such officer and the original
seal of the Corporation, to be valid and binding upon the Corporation with the same force and effect as though manually affixed.
FURTHER RESOLVED, that any prior appointments by the Corporation of MGAs are, in all respects, hereby ratified, confirmed and approved,
FURTHER RESOLVED, that the Secretary army Assistant Secretary ofthis Corporation is hereby authorized to certify and deliver to any person to whom
such certification and del ivery may be deemed necessary and desirable in the opinion of such Secretary or Assistant Secretary, a true copy of the foregoing
resolution,
4. `ihe undersigned has compared the foregoing copies of said original resolutions as so recorded; and they are the same true and correct copies of said
ongmal resolutions as YO recorded and of the whole thereof.
Witness the hand of the undersigned and thtsou of'said Corporation this 27th day of June ,2025.
` AMERICAN ALTERNATIVE INSURANCE CORPORATION
-11 OOpP!Stofl4rp �=
.,SEAL IarwYoRroarar%cpzdmnf�es�Dn
y s� Iffi3\VP -
Ignacio Rivera
- Deputy General Counsel & Secretary TRS-1001-1
Munich RE
Bond Verification
Should you wish to verify the authenticity of this bond, please send your request,
including a copy of the bond, via email to:
essuretyuwsupport@munichre.com
Bond Claims or Notices
Should you wish to file any notices to the Surety for this American Alternative Insurance
Corporation bond(s) they should be sent via email, including all pertinent
correspondence or information to:
P0060014688(@munichre.com
or
Mail to: Munich Re Specialty Insurance
330 Madison Avenue, 12th Floor
New York, NY 10017
Attn: Surety Bond Claims
STANDARD CITY CONDITIONS
OF THE CONSTRUCTION CONTRACT
FOR DEVELOPER AWARDED PROJECTS
CITY OF FORT WORTH
STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
STANDARD CITY CONDITIONS OF THE
CONSTRUCTION CONTRACT
FOR DEVELOPER AWARDED PROJECTS
TABLE OF CONTENTS
Page
Article 1 — Definitions and Terminology...........................................................................................................1
1.01 Defined Terms...............................................................................................................................1
1.02 Terminology.................................................................................................................................. 5
Article2 — Preliminary Matters......................................................................................................................... 6
2.01 Before Starting Construction......................................................................................................... 6
2.02 Preconstruction Conference.......................................................................................................... 6
2.03 Public Meeting.............................................................................................................................. 6
Article 3 — Contract Documents and Amending............................................................................................... 6
3.01 Reference Standards......................................................................................................................6
3.02 Amending and Supplementing Contract Documents................................................................... 6
Article4 — Bonds and Insurance........................................................................................................................ 7
4.01 Licensed Sureties and Insurers...................................................................................................... 7
4.02 Performance, Payment, and Maintenance Bonds......................................................................... 7
4.03 Certificates of Insurance............................................................................................................... 7
4.04 Contractor's Insurance.................................................................................................................. 9
4.05 Acceptance of Bonds and Insurance; Option to Replace...........................................................12
Article 5 —Contractor's
Responsibilities.........................................................................................................12
5.01
Supervision and Superintendent.................................................................................................12
5.02
Labor; Working Hours................................................................................................................13
5.03
Services, Materials, and Equipment...........................................................................................13
5.04
Project Schedule..........................................................................................................................14
5.05
Substitutes and "Or-Equals".......................................................................................................14
5.06
Pre -Qualification of Bidders (Prime Contractors and Subcontractors)......................................16
5.07
Concerning Subcontractors, Suppliers, and Others....................................................................16
5.08
Wage Rates..................................................................................................................................18
5.09
Patent Fees and Royalties...........................................................................................................19
5.10
Laws and Regulations.................................................................................................................19
5.11
Use of Site and Other Areas........................................................................................................19
5.12
Record Documents......................................................................................................................
20
5.13
Safety and Protection..................................................................................................................21
5.14
Safety Representative..................................................................................................................21
5.15
Hazard Communication Programs.............................................................................................22
5.16
Submittals....................................................................................................................................
22
5.17
Contractor's General Warranty and Guarantee..........................................................................23
CITY OF FORT WORTH
STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
5.18 Indemnification........................................................................................................................... 24
5.19 Delegation of Professional Design Services...............................................................................24
5.20 Right to Audit: ............................................................................................................................. 25
5.21 Nondiscrimination.......................................................................................................................25
Article6 - Other Work at the Site...................................................................................................................26
6.01 Related Work at Site................................................................................................................... 26
Article 7 - City's Responsibilities.................................................................................................................. 26
7.01 Inspections, Tests, and Approvals................................................................................................... 26
7.02 Limitations on City's Responsibilities........................................................................................26
7.03 Compliance with Safety Program............................................................................................... 27
Article 8 -
City's Observation Status During Construction............................................................................27
8.01
City's Project Representative......................................................................................................27
8.02
Authorized Variations in Work...................................................................................................27
8.03
Rejecting Defective Work......................................................................................................
27
8.04
Determinations for Work Performed..........................................................................................28
Article9 - Changes in the Work..................................................................................................................... 28
9.01 Authorized Changes in the Work................................................................................................28
9.02 Notification to Surety..................................................................................................................28
Article 10 - Change of Contract Price; Change of Contract Time................................................................. 28
10.01 Change of Contract Price............................................................................................................28
10.02 Change of Contract Time............................................................................................................ 28
10.03 Delays.......................................................................................................................................... 28
Article 11 - Tests and Inspections; Correction, Removal or Acceptance ofDefective Work.......................29
11.01 Notice of Defects........................................................................................................................29
11.02 Access to Work...........................................................................................................................29
11.03 Tests and Inspections..................................................................................................................29
11.04 Uncovering Work.................................................................................................................. 30
11.05 City May Stop the Work............................................................................................................. 30
11.06 Correction or Removal of Defective Work............................................................................ 30
11.07 Correction Period........................................................................................................................30
11.08 City May Correct Defective Work............................................................................................. 31
Article12 -Completion
..................................................................................................................................
32
12.01
Contractor's Warranty of Title....................................................................................................
32
12.02
Partial Utilization........................................................................................................................
32
12.03
Final Inspection...........................................................................................................................32
12.04
Final Acceptance.........................................................................................................................33
Article13 - Suspension of Work..................................................................................................................... 33
13.01 City May Suspend Work............................................................................................................. 33
Article14 - Miscellaneous.............................................................................................................................. 34
14.01 Giving Notice..............................................................................................................................34
CITY OF FORT WORTH
STANDARD CITY CONDITIONS - DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
14.02 Computation of Times................................................................................................................34
14.03 Cumulative Remedies................................................................................................................. 34
14.04 Survival of Obligations...............................................................................................................35
14.05 Headings......................................................................................................................................35
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 recordedplat.
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
E 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 notContract 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 theAgreement.
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 theAgreement.
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 theProject.
28. Regular Working Hours — Hours beginning at 7: 00 a. m. and ending at 6: 00p. 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 bejudged.
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 apart of the Contract Documents by attachment or, if not attached, may be
incorporated by reference as indicated in the Table of Contents (Division 00 00 00) of each
Project.
33. Standard City Conditions — That part of the Contract Documents setting forth requirements of
the City.
34. Subcontractor An individual or entity having a direct contract with Contractor or with any
other Subcontractor for the performance of a part of the Work at theSite.
35. Submittals All drawings, diagrams, illustrations, schedules, and other data or information
which are specifically prepared or assembled by or for Contractor and submitted by
Contractor to illustrate some portion of the Work.
36. Superintendent — The representative of the Contractor who is available at all times and able
to receive instructions from the City and/or Developer and to act for the Contractor.
37. Supplementary Conditions —That part of the Contract Documents which amends or
supplements the General Conditions.
38. Supplier —A manufacturer, fabricator, supplier, distributor, materialman, or vendor having a
direct contract with Contractor or with any Subcontractor to furnish materials or equipment
to be incorporated in the Work by Contractor or Subcontractor.
39. Underground Facilities All underground pipelines, conduits, ducts, cables, wires, manholes,
vaults, tanks, tunnels, or other such facilities or attachments, and any encasements containing
such facilities, including but not limited to, those that convey electricity, gases, steam, liquid
petroleum products, telephone or other communications, cable television, water, wastewater,
storm water, other liquids or chemicals, or traffic or other control systems.
40. Weekend Working Hours — Hours beginning at 9: 00 a.m. and ending at S: 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 ContractDocuments.
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 followingways:
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 and4.02.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 party or the underwriter on any such policies.
13. City shall not be responsible for the direct payment of insurance premium costs for
Contractor's insurance.
4.04 Contractor's Insurance
A. Workers Compensation and Employers' Liability. Contractor shall purchase and maintain such
insurance coverage with limits consistent with statutory benefits outlined in the Texas Workers'
Compensation Act (Texas Labor Code, Ch. 406, as amended), and minimum limits for Employers'
Liability as is appropriate for the Work being performed and as will provide protection from
claims set forth below which may arise out of or result from Contractor's performance of the
Work and Contractor's other obligations under the Contract Documents, whether it is to be
performed by Contractor, any Subcontractor or Supplier, or by anyone directly or indirectly
employed by any of them to perform any of the Work, or by anyone for whose acts any of them
may be liable:
1. claims under workers' compensation, disability benefits, and other similar employee benefit
acts;
2. claims for damages because of bodily injury, occupational sickness or disease, or death of
Contractor's employees.
3. The limits of liability for the insurance shall provide the following coverages for not less
than the following amounts or greater where required by Laws and Regulations
a. Statutory limits
b. Employer's liability
CITY OF FORT WORTH
STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
0073 10-10
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 10 of35
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.
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
0073 10-11
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 11 of35
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.
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
0073 10-12
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 12 of35
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 repairwork
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
0073 10-13
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 13 of35
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
0073 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 byparticipating 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
0073 10-15
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 15 of35
2) it will conform substantially to the detailed requirements of the item named in the
Contract Documents.
2. Substitute Items:
a. If in City's sole discretion an item of material or equipment proposed by Contractor does
not qualify as an "or -equal" item under Paragraph 5.05.A.1, it may be submitted as a
proposed substitute item.
b. Contractor shall submit sufficient information as provided below to allow City to
determine if the item of material or equipment proposed is essentially equivalent to that
named and an acceptable substitute therefor. Requests for review of proposed substitute
items of material or equipment will not be accepted by City from anyone other than
Contractor.
c. Contractor shall make written application to City for review of a proposed substitute item
of material or equipment that Contractor seeks to furnish or use. The application shall
comply with Section 01 25 00 and:
1) shall certify that the proposed substitute item will:
i. perform adequately the functions and achieve the results called for by the general
design;
ii. be similar in substance to that specified;
iii. be suited to the same use as that specified; and
2) will state:
i. the extent, if any, to which the use of the proposed substitute item will prejudice
Contractor's achievement of final completion on time;
ii. whether use of the proposed substitute item in the Work will require a change in
any of the Contract Documents (or in the provisions of any other direct contract
with City for other work on the Project) to adapt the design to the proposed
substitute item;
iii. whether incorporation or use of the proposed substitute item in connection with the
Work is subject to payment of any license fee or royalty; and
3) will identify:
i. all variations of the proposed substitute item from that specified;
ii. available engineering, sales, maintenance, repair, and replacement services; and
CITY OF FORT WORTH
STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
0073 10-16
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 16 of35
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 ofsubstituted 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 5.05.13. 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
0073 10-17
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 17 of35
❑ Required for this Contract.
® 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
0073 10-18
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 18 of35
Documents, Contractor shall provide City contract numbers and reference numbers to the
Subcontractors and/or Suppliers.
5.08 Wage Rates
❑ Required for this Contract.
0 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 llth 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
0073 10-19
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 19 of35
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 shallbe
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 ofpatent
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 OtherAreas:
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
0073 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
0073 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
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
0073 10-22
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 22 of35
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 Paragraph5.16.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
0073 10-23
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 23 of35
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 causedby:
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 finalpayment;
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 byCity;
6. any inspection, test, or approval by others; or
CITY OF FORT WORTH
STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
0073 10-24
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 24 of35
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 J_�LOPERATE 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 ofactions.
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
0073 10-25
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 25 of35
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 Cityfunds
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 V1, 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
0073 10-26
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 26 of35
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 parry 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
0073 10-27
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 27 of35
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
0073 10-28
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 28 of35
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 anticipatedproject.
CITY OF FORT WORTH
STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
0073 10-29
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 29 of35
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 anegative
result and require a retest.
CITY OF FORT WORTH
STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
0073 10-30
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 30 of35
Any amounts owed for any retest under this Section 11.03 D shall be paid directly to the
Testing Lab by Contractor. City will forward all invoices for retests to Developer/Contractor.
4. If Contractor fails to pay the Testing Lab, City will not issue a letter of Final Acceptance until
the Testing Lab is Paid
E. If any Work (or the work of others) that is to be inspected, tested, or approved is covered by
Contractor without written concurrence of City, Contractor shall, if requested by City, uncover
such Work for observation.
11.04 Uncovering Work
A. If any Work is covered contrary to the Contract Documents or specific instructions by the City, it
must, if requested by City, be uncovered for City's observation and replaced at Contractor's
expense.
11.05 City May Stop the Work
If the Work is defective, or Contractor fails to supply sufficient skilled workers or suitable materials
or equipment, or fails to perform the Work in such a way that the completed Work will conform to
the Contract Documents, City may order Contractor to stop the Work, or any portion thereof, until the
cause for such order has been eliminated; however, this right of City to stop the Work shall not give
rise to any duty on the part of City to exercise this right for the benefit of Contractor, any
Subcontractor, any Supplier, any other individual or entity, or any surety for, or employee or agent
of any of them.
11.06 Correction or Removal of Defective Work
A. Promptly after receipt of written notice, Contractor shall correct all defective Work pursuant to an
acceptable schedule, whether or not fabricated, installed, or completed, or, if the Work has been
rejected by City, remove it from the Project and replace it with Work that is not defective.
Contractor shall pay all claims, costs, additional testing, losses, and damages (including but not
limited to all fees and charges of engineers, architects, attorneys, and other professionals and all
court or arbitration or other dispute resolution costs) arising out of or relating to such correction
or removal (including but not limited to all costs of repair or replacement of work of others).
Failure to require the removal of any defective Work shall not constitute acceptance of such
Work.
B. When correcting defective Work under the terms of this Paragraph 11.06 or Paragraph 11.07,
Contractor shall take no action that would void or otherwise impair City's special warranty and
guarantee, if any, on said Work.
11.07 Correction Period
A. If within two (2) years after the date of Final Acceptance (or such longer period of time as may
be prescribed by the terms of any applicable special guarantee required by the Contract
CITY OF FORT WORTH
STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
0073 10-31
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 31 of35
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
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
0073 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
0073 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
0073 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 if
1. delivered in person to the individual or to a member of the firm or to an officer of the
corporation for whom it is intended; or
2. delivered at or sent by registered or certified mail, postage prepaid, to the last business
address known to the giver of the notice.
B. Business address changes must be promptly made in writing to the otherparty.
C. Whenever the Contract Documents specifies giving notice by electronic means such electronic
notice shall be deemed sufficient upon confirmation of receipt by the receivingparty.
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
0073 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
011100-1
DAP SUMMARY OF WORK
Page 1 of 3
SECTION 01 11 00
SUMMARY OF WORK
PART 1- GENERAL
1.1 SUMMARY
A. Section Includes:
1. Summary of Work to be performed in accordance with the Contract Documents
B. Deviations from this City of Fort Worth Standard Specification
1. None.
C. Related Specification Sections include, but are not necessarily limited to:
1. Division 0 - Bidding Requirements, Contract Forms, and Conditions of the Contract
2. Division 1 - General Requirements
1.2 PRICE AND PAYMENT PROCEDURES
A. Measurement and Payment
1. Work associated with this Item is considered subsidiary to the various items bid.
No separate payment will be allowed for this Item.
1.3 REFERENCES [NOT USED]
1.4 ADMINISTRATIVE REQUIREMENTS
A. Work Covered by Contract Documents
1. Work is to include furnishing all labor, materials, and equipment, and performing
all Work necessary for this construction project as detailed in the Drawings and
Specifications.
B. Subsidiary Work
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.
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
STANDARD CONSTRUCTION WATER, SERWER, PAVING, DRAINAGE &STREETLIGHT
SPECIFICATION DOCUMENTS IMPROVEMENTS TO SERVE NOBLE HILL VILLAGE ADDITION
Developer Awarded Projects 102659
Revised August 30, 2013
01 11 00 - 2
DAP SUMMARY OF WORK
Page 2 of 3
b. Excavated and waste materials shall be stored in such a way as not to interfere
with the use of spaces that may be designated to be left free and unobstructed
and so as not to inconvenience occupants of adjacent property.
c. If the street is occupied by railroad tracks, the Work shall be carried on in such
manner as not to interfere with the operation of the railroad.
1) All Work shall be in accordance with railroad requirements set forth in
Division 0 as well as the railroad permit.
D. Work within Easements
1. Do not enter upon private property for any purpose without having previously
obtained permission from the owner of such property.
2. Do not store equipment or material on private property unless and until the
specified approval of the property owner has been secured in writing by the
Contractor and a copy furnished to the City.
3. Unless specifically provided otherwise, clear all rights -of -way or easements of
obstructions which must be removed to make possible proper prosecution of the
Work as a part of the project construction operations.
4. Preserve and use every precaution to prevent damage to, all trees, shrubbery, plants,
lawns, fences, culverts, curbing, and all other types of structures or improvements,
to all water, sewer, and gas lines, to all conduits, overhead pole lines, or
appurtenances thereof, including the construction of temporary fences and to all
other public or private property adjacent to the Work.
5. Notify the proper representatives of the owners or occupants of the public or private
lands of interest in lands which might be affected by the Work.
a. Such notice shall be made at least 48 hours in advance of the beginning of the
Work.
b. Notices shall be applicable to both public and private utility companies and any
corporation, company, individual, or other, either as owners or occupants,
whose land or interest in land might be affected by the Work.
c. Be responsible for all damage or injury to property of any character resulting
from any act, omission, neglect, or misconduct in the manner or method or
execution of the Work, or at any time due to defective work, material, or
equipment.
6. Fence
a. Restore all fences encountered and removed during construction of the Project
to the original or a better than original condition.
b. Erect temporary fencing in place of the fencing removed whenever the Work is
not in progress and when the site is vacated overnight, and/or at all times to
provide site security.
c. The cost for all fence work within easements, including removal, temporary
closures and replacement, shall be subsidiary to the various items bid in the
project proposal, unless a bid item is specifically provided in the proposal.
CITY OF FORT WORTH
STANDARD CONSTRUCTION WATER, SERWER, PAVING, DRAINAGE &STREETLIGHT
SPECIFICATION DOCUMENTS IMPROVEMENTS TO SERVE NOBLE HILL VILLAGE ADDITION
Developer Awarded Projects 102659
Revised August 30, 2013
01 11 00 - 3
DAP SUMMARY OF WORK
Page 3 of 3
1.5 SUBMITTALS
1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED]
1.7 CLOSEOUT SUBMITTALS [NOT USED]
1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
1.9 QUALITY ASSURANCE [NOT USED]
1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED]
1.11 FIELD [SITE] CONDITIONS [NOT USED]
1.12 WARRANTY [NOT USED]
PART 2 - PRODUCTS [NOT USED]
PART 3 - EXECUTION [NOT USED]
END OF SECTION
Revision Log
DATE NAME SUMMARY OF CHANGE
CITY OF FORT WORTH
STANDARD CONSTRUCTION WATER, SERWER, PAVING, DRAINAGE &STREETLIGHT
SPECIFICATION DOCUMENTS IMPROVEMENTS TO SERVE NOBLE HILL VILLAGE ADDITION
Developer Awarded Projects 102659
Revised August 30, 2013
012500-1
SUBSTITUTION PROCEDURES
Page 1 of 4
SECTION 0125 00
SUBSTITUTION PROCEDURES
PART 1- GENERAL
1.1 SUMMARY
A. Section Includes:
1. The procedure for requesting the approval of substitution of a product that is not equivalent to a product
which is specified by descriptive or performance criteria or defined by reference to 1 or more of the following:
a. Name of manufacturer
b. Name of vendor
c. Trade name
d. Catalog number
2. Substitutions are not "or -equals".
B. Deviations from this City of Fort Worth Standard Specification
1. None.
C. Related Specification Sections include, but are not necessarily limited to:
1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract
2. Division 1 — General Requirements
1.2 PRICE AND PAYMENT PROCEDURES
A. Measurement and Payment
1. Work associated with this Item is considered subsidiary to the various items bid. No separate payment will
be allowed for this Item.
1.3 REFERENCES [NOT USED]
1.4 ADMINISTRATIVE REQUIREMENTS
A. Request for Substitution - General
1. Within 30 days after award of Contract (unless noted otherwise), the City will consider formal requests from
Contractor for substitution of products in place of those specified.
2. Certain types of equipment and kinds of material are described in Specifications by means of references to
names of manufacturers and vendors, trade names, or catalog numbers.
a. When this method of specifying is used, it is not intended to exclude from consideration other
products bearing
b. other manufacturer's or vendor's names, trade names, or catalog numbers, provided said products
are "or -equals," as determined by City.
3. Other types of equipment and kinds of material may be acceptable substitutions under the following conditions:
a. Or -equals are unavailable due to strike, discontinued production of products meeting specified requirements, or
other factors beyond control of Contractor; or,
CITY OF FORT WORTH
STANDARD CONSTRUCTION WATER, SERWER, PAVING, DRAINAGE &STREETLIGHT
SPECIFICATION DOCUMENTS IMPROVEMENTS TO SERVE NOBLE HILL VILLAGE ADDITION
Developer Awarded Projects 102659
Revised August 30, 2013
012500-1
SUBSTITUTION PROCEDURES
Page 2 of 4
b. Contractor proposes a cost and/or time reduction incentive to the City.
1.5 SUBMITTALS
A. See Request for Substitution Form (attached)
B. Procedure for Requesting Substitution
1. Substitution shall be considered only:
a. After award of Contract
b. Under the conditions stated herein
2. Submit 3 copies of each written request for substitution, including:
a. Documentation
1) Complete data substantiating compliance of proposed substitution with Contract Documents
2) Data relating to changes in construction schedule, when a reduction is proposed
3) Data relating to changes in cost
b. For products
1) Product identification
a) Manufacturer's name
b) Telephone number and representative contact name
c) Specification Section or Drawing reference of originally specified product, including discrete name or
tag number assigned to original product in the Contract Documents
2) Manufacturer's literature clearly marked to show compliance of proposed product with Contract
Documents
3) Itemized comparison of original and proposed product addressing product characteristics including,
but not necessarily limited to:
a) Size
b) Composition or materials of construction
c) Weight
d) Electrical or mechanical requirements
4) Product experience
a) Location of past projects utilizing product
b) Name and telephone number of persons associated with referenced projects knowledgeable
concerning proposed product
c) Available field data and reports associated with proposed product
5) Samples
a) Provide at request of City.
b) Samples become the property of the City.
c. For construction methods:
1) Detailed description of proposed method
2) Illustration drawings
C. Approval or Rejection
1. Written approval or rejection of substitution given by the City
2. City reserves the right to require proposed product to comply with color and pattern of specified product if
necessary to secure design intent.
3. In the event the substitution is approved, if a reduction in cost or time results, it will be documented by
Change Order.
CITY OF FORT WORTH
STANDARD CONSTRUCTION WATER, SERWER, PAVING, DRAINAGE &STREETLIGHT
SPECIFICATION DOCUMENTS IMPROVEMENTS TO SERVE NOBLE HILL VILLAGE ADDITION
Developer Awarded Projects 102659
Revised August 30, 2013
012500-1
SUBSTITUTION PROCEDURES
Page 3 of 4
4. Substitution will be rejected if:
a. Submittal is not through the Contractor with his stamp of approval.
b. Request is not made in accordance with this Specification Section
c. In the Developer's opinion, acceptance will require substantial revision of the original design.
d. In the City's or Developer's opinion, substitution will not perform adequately the function consistent with the
design intent.
1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED]
1.7 CLOSEOUT SUBMITTALS [NOT USED]
1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
1.9 QUALITY ASSURANCE
A. In making request for substitution or in using an approved product, the Contractor represents that the Contractor:
1. Has investigated proposed product, and has determined that it is adequate or superior in all respects to that
specified, and that it will perform function for which it is intended
2. Will provide same guarantee for substitute item as for product specified
3. Will coordinate installation of accepted substitution into Work, to include building modifications, if necessary,
making such changes as may be required for Work to be complete in all respects.
4. Waives all claims for additional costs related to substitution which subsequently arise
1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED]
1.11 FIELD [SITE] CONDITIONS [NOT USED]
1.12 WARRANTY [NOT USED]
PART 2 - PRODUCTS [NOT USED]
PART 3 - EXECUTION [NOT USED]
DATE I NAME
CITY OF FORT WORTH
STANDARD CONSTRUCTION
SPECIFICATION DOCUMENTS
Developer Awarded Projects
Revised August 30, 2013
END OF SECTION
REVISION LOG
SUMMARY OF CHANGE
WATER, SERWER, PAVING, DRAINAGE &STREETLIGHT
IMPROVEMENTS TO SERVE NOBLE HILL VILLAGE ADDITION
102659
012500-1
SUBSTITUTION PROCEDURES
Page 4 of 4
EXHIBIT A
REQUEST FOR SUBSTITUTION FORM:
1W
PROJECT: DATE:
We hereby submit for your consideration the following product instead of the specified item for
the above project:
SECTION PARAGRAPH SPECIFIED ITEM
Proposed Substitution:
Reason for Substitution:
Include complete information on changes to Drawings and/or Specifications which proposed
substitution will require for its proper installation.
Fill in Blanks Below:
A. Will the undersigned contractor pay for changes to the building design, including engineering
and detailing costs caused by the requested substitution?
B. What effect does substitution have on other trades?
C. Differences between proposed substitution and specified item?
D. Differences in product cost or product delivery time?
E. Manufacturer's guarantees of the proposed and specified items are:
Equal Better (explain on attachment)
The undersigned states that the function, appearance and quality are equivalent or superior to the
specified item.
Submitted By: For Use by City
Signature Recommended Recommended
as noted
Firm
Address
Date
Telephone
For Use by City:
Approved
City
CITY OF FORT WORTH
STANDARD CONSTRUCTION
SPECIFICATION DOCUMENTS
Developer Awarded Projects
Revised August 30, 2013
Not recommended -Received late
By
Date
Remarks
Date
Rejected
WATER, SERWER, PAVING, DRAINAGE &STREETLIGHT
IMPROVEMENTS TO SERVE NOBLE HILL VILLAGE ADDITION
102659
013119-1
DAP PRECONSTRUCTION MEETING
Pagel of 3
SECTION 013119
PRECONSTRUCTION MEETING
PART 1- GENERAL
1.1 SUMMARY
A. Section Includes:
1. Provisions for the preconstruction meeting to be held prior to the start of Work to
clarify construction contract administration procedures
B. Deviations from this City of Fort Worth Standard Specification
1. No construction schedule required unless requested by the City.
C. Related Specification Sections include, but are not necessarily limited to:
1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract
2. Division 1 — General Requirements
1.2 PRICE AND PAYMENT PROCEDURES
A. Measurement and Payment
1. Work associated with this Item is considered subsidiary to the various items bid.
No separate payment will be allowed for this Item.
1.3 REFERENCES [NOT USED]
1.4 ADMINISTRATIVE REQUIREMENTS
A. Coordination
1. Attend preconstruction meeting.
2. Representatives of Contractor, subcontractors and suppliers attending meetings
shall be qualified and authorized to act on behalf of the entity each represents.
3. Meeting administered by City may be tape recorded.
a. If recorded, tapes will be used to prepare minutes and retained by City for
future reference.
B. Preconstruction Meeting
1. A preconstruction meeting will be held within 14 days after the delivery of the
distribution package to the City.
a. The meeting will be scheduled and administered by the City.
2. The Project Representative will preside at the meeting, prepare the notes of the
meeting and distribute copies of same to all participants who so request by fully
completing the attendance form to be circulated at the beginning of the meeting.
3. Attendance shall include:
a. Developer and Consultant
b. Contractor's project manager
c. Contractor's superintendent
d. Any subcontractor or supplier representatives whom the Contractor may desire
to invite or the City may request
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION WATER, SERWER, PAVING, DRAINAGE &STREETLIGHT
DOCUMENTS — DEVELOPER AWARDED PROJECTS IMPROVEMENTS TO SERVE NOBLE HILL VILLAGE ADDITION
Revised August 30, 2013 102659
01 31 19 - 2
DAP PRECONSTRUCTION MEETING
Page 2 of 3
e. Other City representatives
f. Others as appropriate
4. Preliminary Agenda may include:
a. Introduction of Project Personnel
b. General Description of Project
c. Status of right-of-way, utility clearances, easements or other pertinent permits
d. Contractor's work plan and schedule
e. Contract Time
f. Notice to Proceed
g. Construction Staking
h. Progress Payments
i. Extra Work and Change Order Procedures
j. Field Orders
k. Disposal Site Letter for Waste Material
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
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION WATER, SERWER, PAVING, DRAINAGE &STREETLIGHT
DOCUMENTS — DEVELOPER AWARDED PROJECTS IMPROVEMENTS TO SERVE NOBLE HILL VILLAGE ADDITION
Revised August 30, 2013 102659
0131 19 - 3
DAP PRECONSTRUCTION MEETING
Page 3 of 3
1.5 SUBMITTALS [NOT USED]
1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED]
1.7 CLOSEOUT SUBMITTALS [NOT USED]
1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
1.9 QUALITY ASSURANCE [NOT USED]
1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED]
1.11 FIELD [SITE] CONDITIONS [NOT USED]
1.12 WARRANTY [NOT USED]
PART 2 - PRODUCTS [NOT USED]
PART 3 - EXECUTION [NOT USED]
END OF SECTION
DATE NAME
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION
DOCUMENTS — DEVELOPER AWARDED PROJECTS
Revised August 30, 2013
Revision Log
SUMMARY OF CHANGE
WATER, SERWER, PAVING, DRAINAGE &STREETLIGHT
IMPROVEMENTS TO SERVE NOBLE HILL VILLAGE ADDITION
102659
SECTION 0132 33
PRECONSTRUCTION VIDEO
PART 1 - GENERAL
1.1 SUMMARY
013233-1
DAP PRECONSTRUCTION VIDEO
Page 1 of 2
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
STANDARD CONSTRUCTION SPECIFICATION WATER, SERWER, PAVING, DRAINAGE &STREETLIGHT
DOCUMENTS — DEVELOPER AWARDED PROJECTS IMPROVEMENTS TO SERVE NOBLE HILL VILLAGE ADDITION
Revised August 30, 2013 102659
01 32 33 - 1
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
STANDARD CONSTRUCTION SPECIFICATION WATER, SERWER, PAVING, DRAINAGE &STREETLIGHT
DOCUMENTS — DEVELOPER AWARDED PROJECTS IMPROVEMENTS TO SERVE NOBLE HILL VILLAGE ADDITION
Revised August 30, 2013 102659
013300-1
DAP SUBMITTALS
Pagel of 8
SECTION 0133 00
DAP SUBMITTALS
16M R IFEE44 040 3 A.1 I
1.1 SUMMARY
A. Section Includes:
1. General methods and requirements of submissions applicable to the following
Work -related submittals:
a. Shop Drawings
b. Product Data (including Standard Product List submittals)
c. Samples
d. Mock Ups
B. Deviations from this City of Fort Worth Standard Specification
1. None.
C. Related Specification Sections include, but are not necessarily limited to:
1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract
2. Division 1 — General Requirements
1.2 PRICE AND PAYMENT PROCEDURES
A. Measurement and Payment
1. Work associated with this Item is considered subsidiary to the various items bid.
No separate payment will be allowed for this Item.
1.3 REFERENCES [NOT USED]
1.4 ADMINISTRATIVE REQUIREMENTS
A. Coordination
1. Notify the City in writing, at the time of submittal, of any deviations in the
submittals from the requirements of the Contract Documents.
2. Coordination of Submittal Times
a. Prepare, prioritize and transmit each submittal sufficiently in advance of
performing the related Work or other applicable activities, or within the time
specified in the individual Work Sections, of the Specifications.
b. Contractor is responsible such that the installation will not be delayed by
processing times including, but not limited to:
a) Disapproval and resubmittal (if required)
b) Coordination with other submittals
c) Testing
d) Purchasing
e) Fabrication
f) Delivery
g) Similar sequenced activities
c. No extension of time will be authorized because of the Contractor's failure to
transmit submittals sufficiently in advance of the Work.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION WATER, SEWER, PAVING, DRAINAGE & STREETLIGHT
DOCUMENTS — DEVELOPER AWARDED PROJECTS IMPROVEMENTS TO SERVE NOBLE HILL VILLAGE ADDITION
Revised August 30, 2013 102659
013300-2
DAP SUBMITTALS
Page 2 of 8
d. Make submittals promptly in accordance with approved schedule, and in such
sequence as to cause no delay in the Work or in the work of any other
contractor.
B. Submittal Numbering
When submitting shop drawings or samples, utilize a 9-character submittal cross-
reference identification numbering system in the following manner:
a. Use the first 6 digits of the applicable Specification Section Number.
b. For the next 2 digits number use numbers 01-99 to sequentially number each
initial separate item or drawing submitted under each specific Sectionnumber.
c. Last use a letter, A-Z, indicating the resubmission of the same drawing (i.e.
A=2nd submission, B=3rd submission, C=4th submission, etc.). A typical
submittal number would be as follows:
03 30 00-08-B
1) 03 30 00 is the Specification Section for Concrete
2) 08 is the eighth initial submittal under this Specification Section
3) B is the third submission (second resubmission) of that particular shop
drawing
C. Contractor Certification
1. Review shop drawings, product data and samples, including those by
subcontractors, prior to submission to determine and verify the following:
a. Field measurements
b. Field construction criteria
c. Catalog numbers and similar data
d. Conformance with the Contract Documents
2. Provide each shop drawing, sample and product data submitted by the Contractor
with a Certification Statement affixed including:
a. The Contractor's Company name
b. Signature of submittal reviewer
c. Certification Statement
1) `By this submittal, I hereby represent that I have determined and verified
field measurements, field construction criteria, materials, dimensions,
catalog numbers and similar data and I have checked and coordinated each
item with other applicable approved shop drawings."
D. Submittal Format
1. Fold shop drawings larger than 8 '/2 inches x 11 inches to 8 '/2 inches x 11 inches.
2. Bind shop drawings and product data sheets together.
3. Order
a. Cover Sheet
1) Description of Packet
2) Contractor Certification
b. List of items / Table of Contents
c. Product Data /Shop Drawings/Samples /Calculations
E. Submittal Content
1. The date of submission and the dates of any previous submissions
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION WATER, SEWER, PAVING, DRAINAGE & STREETLIGHT
DOCUMENTS — DEVELOPER AWARDED PROJECTS IMPROVEMENTS TO SERVE NOBLE HILL VILLAGE ADDITION
Revised August 30, 2013 102659
013300-3
DAP SUBMITTALS
Page 3 of 8
2. The Project title and number
3. Contractor identification
4. The names of:
a. Contractor
b. Supplier
c. Manufacturer
5. Identification of the product, with the Specification Section number, page and
paragraph(s)
6. Field dimensions, clearly identified as such
7. Relation to adjacent or critical features of the Work or materials
8. Applicable standards, such as ASTM or Federal Specification numbers
9. Identification by highlighting of deviations from Contract Documents
10. Identification by highlighting of revisions on resubmittals
11. An 8-inch x 3-inch blank space for Contractor and City stamps
F. Shop Drawings
1. As specified in individual Work Sections includes, but is not necessarily limited to:
a. Custom -prepared data such as fabrication and erection/installation (working)
drawings
b. Scheduled information
c. Setting diagrams
d. Actual shopwork manufacturing instructions
e. Custom templates
f. Special wiring diagrams
g. Coordination drawings
h. Individual system or equipment inspection and test reports including:
1) Performance curves and certifications
i. As applicable to the Work
2. Details
a. Relation of the various parts to the main members and lines of the structure
b. Where correct fabrication of the Work depends upon field measurements
1) Provide such measurements and note on the drawings prior to submitting
for approval.
G. Product Data
1. For submittals of product data for products included on the City's Standard Product
List, clearly identify each item selected for use on the Project.
2. For submittals of product data for products not included on the City's Standard
Product List, submittal data may include, but is not necessarily limited to:
a. Standard prepared data for manufactured products (sometimes referred to as
catalog data)
1) Such as the manufacturer's product specification and installation
instructions
2) Availability of colors and patterns
3) Manufacturer's printed statements of compliances and applicability
4) Roughing -in diagrams and templates
5) Catalog cuts
6) Product photographs
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION WATER, SEWER, PAVING, DRAINAGE & STREETLIGHT
DOCUMENTS — DEVELOPER AWARDED PROJECTS IMPROVEMENTS TO SERVE NOBLE HILL VILLAGE ADDITION
Revised August 30, 2013 102659
013300-4
DAP SUBMITTALS
Page 4 of 8
7) Standard wiring diagrams
8) Printed performance curves and operational -range diagrams
9) Production or quality control inspection and test reports and certifications
10) Mill reports
11) Product operating and maintenance instructions and recommended
spare -parts listing and printed product warranties
12) As applicable to the Work
H. Samples
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
Electronic Distribution
a. Confirm development of Project directory for electronic submittals to be
uploaded to City's Buzzsaw site, or another external FTP site approved by the
City.
b. Shop Drawings
1) Upload submittal to designated project directory and notify appropriate
City representatives via email of submittal posting.
2) Hard Copies
a) 3 copies for all submittals
b) If Contractor requires more than 1 hard copy of Shop Drawings
returned, Contractor shall submit more than the number of copies listed
above.
c. Product Data
1) Upload submittal to designated project directory and notify appropriate
City representatives via email of submittal posting.
2) Hard Copies
a) 3 copies for all submittals
d. Samples
1) Distributed to the Project Representative
2. Hard Copy Distribution (if required in lieu of electronic distribution)
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION WATER, SEWER, PAVING, DRAINAGE & STREETLIGHT
DOCUMENTS — DEVELOPER AWARDED PROJECTS IMPROVEMENTS TO SERVE NOBLE HILL VILLAGE ADDITION
Revised August 30, 2013 102659
013300-5
DAP SUBMITTALS
Page 5 of 8
a. Shop Drawings
1) Distributed to the City
2) Copies
a) 8 copies for mechanical submittals
b) 7 copies for all other submittals
c) If Contractor requires more than 3 copies of Shop Drawings returned,
Contractor shall submit more than the number of copies listed above.
b. Product Data
1) Distributed to the City
2) Copies
a) 4 copies
c. Samples
1) Distributed to the Project Representative
2) Copies
a) Submit the number stated in the respective Specification Sections.
3. Distribute reproductions of approved shop drawings and copies of approved
product data and samples, where required, to the job site file and elsewhere as
directed by the City.
a. Provide number of copies as directed by the City but not exceeding the number
previously specified.
K. Submittal Review
1. The review of shop drawings, data and samples will be for general conformance
with the design concept and Contract Documents. This is not to be construed as:
a. Permitting any departure from the Contract requirements
b. Relieving the Contractor of responsibility for any errors, including details,
dimensions, and materials
c. Approving departures from details furnished by the City, except as otherwise
provided herein
2. The review and approval of shop drawings, samples or product data by the City
does not relieve the Contractor from his/her responsibility with regard to the
fulfillment of the terms of the Contract.
a. All risks of error and omission are assumed by the Contractor, and the City will
have no responsibility therefore.
3. The Contractor remains responsible for details and accuracy, for coordinating the
Work with all other associated work and trades, for selecting fabrication processes,
for techniques of assembly and for performing Work in a safe manner.
4. If the shop drawings, data or samples as submitted describe variations and show a
departure from the Contract requirements which City finds to be in the interest of
the City and to be so minor as not to involve a change in Contract Price or time for
performance, the City may return the reviewed drawings without noting an
exception.
5. Submittals will be returned to the Contractor under 1 of the following codes:
a. Code 1
1) "NO EXCEPTIONS TAKEN" is assigned when there are no notations or
comments on the submittal.
a) When returned under this code the Contractor may release the
equipment and/or material for manufacture.
b. Code 2
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION WATER, SEWER, PAVING, DRAINAGE & STREETLIGHT
DOCUMENTS — DEVELOPER AWARDED PROJECTS IMPROVEMENTS TO SERVE NOBLE HILL VILLAGE ADDITION
Revised August 30, 2013 102659
013300-6
DAP SUBMITTALS
Page 6 of 8
1) "EXCEPTIONS NOTED". This code is assigned when a confirmation of
the notations and comments IS NOT required by the Contractor.
a) The Contractor may release the equipment or material for manufacture;
however, all notations and comments must be incorporated into the
final product.
c. Code 3
1) "EXCEPTIONS NOTED/RESUBMIT". This combination of codes is
assigned when notations and comments are extensive enough to require a
resubmittal of the package.
a) The Contractor may release the equipment or material for manufacture;
however, all notations and comments must be incorporated into the
final product.
b) This resubmittal is to address all comments, omissions and
non -conforming items that were noted.
c) Resubmittal is to be received by the City within 15 Calendar Days of
the date of the City's transmittal requiring the resubmittal.
d. Code 4
1) "NOT APPROVED" is assigned when the submittal does not meet the
intent of the Contract Documents.
a) The Contractor must resubmit the entire package revised to bring the
submittal into conformance.
b) It maybe necessary to resubmit using a different manufacturer/vendor
to meet the Contract Documents.
6. Resubmittals
a. Handled in the same manner as first submittals
1) Corrections other than requested by the City
2) Marked with revision triangle or other similar method
a) At Contractor's risk if not marked
b. Submittals for each item will be reviewed no more than twice at the City's
expense.
1) All subsequent reviews will be performed at times convenient to the City
and at the Contractor's expense, based on the City's or City
Representative's then prevailing rates.
2) Provide Contractor reimbursement to the City within 30 Calendar Days for
all such fees invoiced by the City.
c. The need for more than 1 resubmission or any other delay in obtaining City's
review of submittals, will not entitle the Contractor to an extension of Contract
Time.
7. Partial Submittals
a. City reserves the right to not review submittals deemed partial, at the City's
discretion.
b. Submittals deemed by the City to be not complete will be returned to the
Contractor, and will be considered "Not Approved" until resubmitted.
c. The City may at its option provide a list or mark the submittal directing the
Contractor to the areas that are incomplete.
8. If the Contractor considers any correction indicated on the shop drawings to
constitute a change to the Contract Documents, then written notice must be
provided thereof to the Developer at least 7 Calendar Days prior to release for
manufacture.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION WATER, SEWER, PAVING, DRAINAGE & STREETLIGHT
DOCUMENTS — DEVELOPER AWARDED PROJECTS IMPROVEMENTS TO SERVE NOBLE HILL VILLAGE ADDITION
Revised August 30, 2013 102659
013300-7
DAP SUBMITTALS
Page 7 of 8
9. When the shop drawings have been completed to the satisfaction of the City, the
Contractor may carry out the construction in accordance therewith and no further
changes therein except upon written instructions from the City.
10. Each submittal, appropriately coded, will be returned within 30 Calendar Days
following receipt of submittal by the City.
L. Mock ups
1. Mock Up units as specified in individual Sections, include, but are not necessarily
limited to, complete units of the standard of acceptance for that type of Work to be
used on the Project. Remove at the completion of the Work or when directed.
M. Qualifications
1. If specifically required in other Sections of these Specifications, submit aP.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.
1.5 SUBMITTALS [NOT USED]
1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED]
1.7 CLOSEOUT SUBMITTALS [NOT USED]
1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
1.9 QUALITY ASSURANCE [NOT USED]
1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED]
1.11 FIELD [SITE] CONDITIONS [NOT USED]
1.12 WARRANTY [NOT USED]
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION WATER, SEWER, PAVING, DRAINAGE & STREETLIGHT
DOCUMENTS — DEVELOPER AWARDED PROJECTS IMPROVEMENTS TO SERVE NOBLE HILL VILLAGE ADDITION
Revised August 30, 2013 102659
013300-8
DAP SUBMITTALS
Page 8 of 8
PART 2 - PRODUCTS [NOT USED]
PART 3 - EXECUTION [NOT USED]
END OF SECTION
DATE NAME
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION
DOCUMENTS — DEVELOPER AWARDED PROJECTS
Revised August 30, 2013
Revision Log
SUMMARY OF CHANGE
WATER, SEWER, PAVING, DRAINAGE & STREETLIGHT
IMPROVEMENTS TO SERVE NOBLE HILL VILLAGE ADDITION
102659
0135 13 -1
DAP SPECIAL PROJECTPROCEDURES
Page 1 of 7
1 SECTION 013513
2 SPECIAL PROJECT PROCEDURES
3 PART 1- GENERAL
4 1.1 SUMMARY
5 A. Section Includes:
6 1. The procedures for special project circumstances that includes, but is not limited to:
7 a. Coordination with the Texas Department of Transportation
8 b. Work near High Voltage Lines
9 c. Confined Space Entry Program
10 d. Air Pollution Watch Days
11 e. Use of Explosives, Drop Weight, Etc.
12 f. Water Department Notification
13 g. Public Notification Prior to Beginning Construction
14 h. Coordination with United States Army Corps ofEngineers
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 WaterMains
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, Chapter752.
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
STANDARD CITY CONDITIONS
DEVELOPER AWARDED PROJECTS WATER, SEWER, PAVING, DRAINAGE & STREETLIGHT
Revised August, 30, 2013 IMPROVEMENTS TO SERVE NOBLE HILL VILLAGE ADDITION
102659
0135 13 -2
DAP SPECIAL PROJECTPROCEDURES
Page 2 of 7
1 b. All work performed in the TxDOT right-of-way shall be performed in
2 compliance with and subject to approval from the Texas Department of
3 Transportation
4 B. Work near High Voltage Lines
5 1. Regulatory Requirements
6 a. All Work near High Voltage Lines (more than 600 volts measured between
7 conductors or between a conductor and the ground) shall be in accordance with
8 Health and Safety Code, Title 9, Subtitle A, Chapter 752.
9 2. Warning sign
10 a. Provide sign of sufficient size meeting all OSHA requirements.
11 3. Equipment operating within 10 feet of high voltage lines will require the following
12 safety features
13 a. Insulating cage -type of guard about the boom or arm
14 b. Insulator links on the lift hook connections for back hoes or dippers
15 c. Equipment must meet the safety requirements as set forth by OSHA and the
16 safety requirements of the owner of the high voltage lines
17 4. Work within 6 feet of high voltage electric lines
18 a. Notification shall be given to:
19 1) The power company (example: ONCOR)
20 a) Maintain an accurate log of all such calls to power company andrecord
21 action taken in each case.
22 b. Coordination with power company
23 1) After notification coordinate with the power company to:
24 a) Erect temporary mechanical barriers, de -energize the lines, or raise or
25 lower the lines
26 c. No personnel may work within 6 feet of a high voltage line before the above
27 requirements have been met.
28 C. Confined Space Entry Program
29 1. Provide and follow approved Confined Space Entry Program in accordance with
30 OSHA requirements.
31 2. Confined Spacesinclude:
32 a. Manholes
33 b. All other confined spaces in accordance with OSHA's Permit Required for
34 Confined Spaces
35 D. Use of Explosives, Drop Weight, Etc.
36 1. When Contract Documents permit on the project the following will apply:
37 a. Public Notification
38 1) Submit notice to City and proof of adequate insurance coverage, 24 hours
39 prior to commencing.
40 2) Minimum 24 hour public notification in accordance with Section 013 1 13
41 E. Water Department Coordination
42 1. During the construction of this project, it will be necessary to deactivate, fora
43 period of time, existing lines. The Contractor shall be required to coordinate with
44 the Water Department to determine the best times for deactivating and activating
45 those lines.
CITY OF FORT WORTH
STANDARD CITY CONDITIONS
DEVELOPER AWARDED PROJECTS WATER, SEWER, PAVING, DRAINAGE & STREETLIGHT
Revised August, 30, 2013 IMPROVEMENTS TO SERVE NOBLE HILL VILLAGE ADDITION
102659
0135 13 -3
DAP SPECIAL PROJECTPROCEDURES
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 foruse
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 byblock
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 ofProject
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 flyeris
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
STANDARD CITY CONDITIONS
DEVELOPER AWARDED PROJECTS WATER, SEWER, PAVING, DRAINAGE & STREETLIGHT
Revised August, 30, 2013 IMPROVEMENTS TO SERVE NOBLE HILL VILLAGE ADDITION
102659
0135 13 - 4
DAP SPECIAL PROJECTPROCEDURES
Page 4 of 7
1 3) Date of the interruption of service
2 4) Period the interruption will take place
3 5) Name of the contractor's foreman and phone number
4 6) Name of the City's inspector and phone number
5 c. A sample of the temporary water service interruption notification is attached as
6 Exhibit B.
7 d. Deliver a copy of the temporary interruption notification to the City inspector
8 for review prior to being distributed.
9 e. No interruption of water service can occur until the flyer has been delivered to
10 all affected residents and businesses.
11 f. Electronic versions of the sample flyers can be obtained from the Project
12 Construction Inspector.
13 H. Coordination with United States Army Corps of Engineers (USACE)
14 1. At locations in the Project where construction activities occur in areas where
15 USACE permits are required, meet all requirements set forth in each designated
16 permit.
17 I. Coordination within Railroad Permit Areas
18 1. At locations in the project where construction activities occur in areas where
19 railroad permits are required, meet all requirements set forth in each designated
20 railroad permit. This includes, but is not limited to, provisions for:
21 a. Flagmen
22 b. Inspectors
23 c. Safety training
24 d. Additional insurance
25 e. Insurance certificates
26 f. Other employees required to protect the right-of-way and property of the
27 Railroad Company from damage arising out of and/or from the construction of
28 the project. Proper utility clearance procedures shall be used in accordance
29 with the permit guidelines.
30 2. Obtain any supplemental information needed to comply with the railroad's
31 requirements.
32 J. Dust Control
33 1. Use acceptable measures to control dust at the Site.
34 a. If water is used to control dust, capture and properly dispose of waste water.
35 b. If wet saw cutting is performed, capture and properly dispose ofslurry.
36 K. Employee Parking
37 1. Provide parking for employees at locations approved by the City.
38 L. {Coordination with North Central Texas Council of Governments (NCTCOG) Clean
39 Construction Specification [if required for the project]
40 1. Comply with equipment, operational, reporting and enforcement requirements set
41 forth in NCTCOG's Clean Construction Specification. }
CITY OF FORT WORTH
STANDARD CITY CONDITIONS
DEVELOPER AWARDED PROJECTS WATER, SEWER, PAVING, DRAINAGE & STREETLIGHT
Revised August, 30, 2013 IMPROVEMENTS TO SERVE NOBLE HILL VILLAGE ADDITION
102659
013513-5
DAP SPECIAL PROJECTPROCEDURES
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
13
CITY OF FORT WORTH
STANDARD CITY CONDITIONS
DEVELOPER AWARDED PROJECTS
Revised August, 30, 2013
I II\I ZII NO X40 10I\I
Revision Log
SUMMARY OF CHANGE
WATER, SEWER, PAVING, DRAINAGE & STREETLIGHT
IMPROVEMENTS TO SERVE NOBLE HILL VILLAGE ADDITION
102659
0135 13 -6
DAP SPECIAL PROJECT PROCEDURES
Page 6 of
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
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
STANDARD CITY CONDITIONS
DEVELOPER AWARDED PROJECTS
Revised August, 30, 2013
WATER, SEWER, PAVING, DRAINAGE & STREETLIGHT
IMPROVEMENTS TO SERVE NOBLE HILL VILLAGE ADDITION
102659
013513-7
DAP SPECIAL PROJECTPROCEDURES
Page 7 of 7
1 EXHIBIT B
2
3
4
FORT WORTH
DOE NO. xxxx
Project Name:
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
STANDARD CITY CONDITIONS
DEVELOPER AWARDED PROJECTS WATER, SEWER, PAVING, DRAINAGE & STREETLIGHT
Revised August, 30, 2013 IMPROVEMENTS TO SERVE NOBLE HILL VILLAGE ADDITION
102659
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
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.
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.
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
STANDARD CONSTRUCTION SPECIFICATION WATER, SEWER, PAVING, DRAINAGE & STREETLIGHT
DOCUMENTS — DEVELOPER AWARDED PROJECTS IMPROVEMENTS TO SERVE NOBLE HILL VILLAGE ADDITION
Revised March 20, 2020 102659
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
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION
DOCUMENTS — DEVELOPER AWARDED PROJECTS
Revised March 20, 2020
Revision Log
SUMMARY OF CHANGE
WATER, SEWER, PAVING, DRAINAGE & STREETLIGHT
IMPROVEMENTS TO SERVE NOBLE HILL VILLAGE ADDITION
102659
015000-1
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:
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
IRM 9 9101 W.1e17 7M'/u 101e18 9 tC1Zy 111119 &1
A. Measurement and Payment
1. Work associated with this Item is considered subsidiary to the various Items bid.
No separate payment will be allowed for this Item.
1.3 REFERENCES [NOT USED]
1.4 ADMINISTRATIVE REQUIREMENTS
A. Temporary Utilities
1. Obtaining Temporary Service
a. Make arrangements with utility service companies for temporary services.
b. Abide by rules and regulations of utility service companies or authorities
having jurisdiction.
c. Be responsible for utility service costs until Work is approved for Final
Acceptance.
1) Included are fuel, power, light, heat and other utility services necessary for
execution, completion, testing and initial operation of Work.
2. Water
a. Contractor to provide water required for and in connection with Work to be
performed and for specified tests of piping, equipment, devices or other use as
required for the completion of the Work.
b. Provide and maintain adequate supply of potable water for domestic
consumption by Contractor personnel and City's Project Representatives.
c. Coordination
1) Contact City 1 week before water for construction is desired
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION WATER, SEWER, PAVING, DRAINAGE & STREETLIGHT
DOCUMENTS — DEVELOPER AWARDED PROJECTS IMPROVEMENTS TO SERVE NOBLE HILL VILLAGE ADDITION
Revised July 1, 2011 102659
01 50 00 - 2
DAP TEMPORARY FACILITIES AND CONTROLS
Page 2 of 4
d. Contractor Payment for Construction Water
1) Obtain construction water meter from City for payment as billed by City's
established rates.
3. Electricity and Lighting
a. Provide and pay for electric powered service as required for Work, including
testing of Work.
1) Provide power for lighting, operation of equipment, or other use.
b. Electric power service includes temporary power service or generator to
maintain operations during scheduled shutdown.
4. Telephone
a. Provide emergency telephone service at Site for use by Contractor personnel
and others performing work or furnishing services at Site.
5. Temporary Heat and Ventilation
a. Provide temporary heat as necessary for protection or completion of Work.
b. Provide temporary heat and ventilation to assure safe working conditions.
B. Sanitary Facilities
1. Provide and maintain sanitary facilities for persons on Site.
a. Comply with regulations of State and local departments of health.
2. Enforce use of sanitary facilities by construction personnel at job site.
a. Enclose and anchor sanitary facilities.
b. No discharge will be allowed from these facilities.
c. Collect and store sewage and waste so as not to cause nuisance or health
problem.
d. Haul sewage and waste off -site at no less than weekly intervals and properly
dispose in accordance with applicable regulation.
3. Locate facilities near Work Site and keep clean and maintained throughout Project.
4. Remove facilities at completion of Project
C. Storage Sheds and Buildings
1. Provide adequately ventilated, watertight, weatherproof storage facilities with floor
above ground level for materials and equipment susceptible to weather damage.
2. Storage of materials not susceptible to weather damage may be on blocks off
ground.
3. Store materials in a neat and orderly manner.
a. Place materials and equipment to permit easy access for identification,
inspection and inventory.
4. Equip building with lockable doors and lighting, and provide electrical service for
equipment space heaters and heating or ventilation as necessary to provide storage
environments acceptable to specified manufacturers.
5. Fill and grade site for temporary structures to provide drainage away from
temporary and existing buildings.
6. Remove building from site prior to Final Acceptance.
D. Temporary Fencing
1. Provide and maintain for the duration or construction when required in contract
documents
E. Dust Control
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION WATER, SEWER, PAVING, DRAINAGE & STREETLIGHT
DOCUMENTS — DEVELOPER AWARDED PROJECTS IMPROVEMENTS TO SERVE NOBLE HILL VILLAGE ADDITION
Revised July 1, 2011 102659
01 50 00 - 3
DAP TEMPORARY FACILITIES AND CONTROLS
Page 3 of 4
1. Contractor is responsible for maintaining dust control through the duration of the
project.
a. Contractor remains on -call at all times
b. Must respond in a timely manner
F. Temporary Protection of Construction
1. Contractor or subcontractors are responsible for protecting Work from damage due
to weather.
1.5 SUBMITTALS [NOT USED]
1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED]
1.7 CLOSEOUT SUBMITTALS [NOT USED]
1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
1.9 QUALITY ASSURANCE [NOT USED]
1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED]
1.11 FIELD [SITE] CONDITIONS [NOT USED]
1.12 WARRANTY [NOT USED]
PART 2 - PRODUCTS [NOT USED]
PART 3 - EXECUTION [NOT USED]
3.1 INSTALLERS [NOT USED]
3.2 EXAMINATION [NOT USED]
3.3 PREPARATION [NOT USED]
3.4 INSTALLATION
A. Temporary Facilities
1. Maintain all temporary facilities for duration of construction activities as needed.
3.5 [REPAIR] / [RESTORATION]
3.6 RE -INSTALLATION
3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED]
3.8 SYSTEM STARTUP [NOT USED]
3.9 ADJUSTING [NOT USED]
3.10 CLEANING [NOT USED]
3.11 CLOSEOUT ACTIVITIES
A. Temporary Facilities
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION WATER, SEWER, PAVING, DRAINAGE & STREETLIGHT
DOCUMENTS — DEVELOPER AWARDED PROJECTS IMPROVEMENTS TO SERVE NOBLE HILL VILLAGE ADDITION
Revised July 1, 2011 102659
01 50 00 - 4
DAP TEMPORARY FACILITIES AND CONTROLS
Page 4 of 4
1. Remove all temporary facilities and restore area after completion of the Work, to a
condition equal to or better than prior to start of Work.
3.12 PROTECTION [NOT USED]
3.13 MAINTENANCE [NOT USED]
3.14 ATTACHMENTS [NOT USED]
END OF SECTION
1�7.1111�►/•\ul�!
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION
DOCUMENTS — DEVELOPER AWARDED PROJECTS
Revised July 1, 2011
Revision Log
SUMMARY OF CHANGE
WATER, SEWER, PAVING, DRAINAGE & STREETLIGHT
IMPROVEMENTS TO SERVE NOBLE HILL VILLAGE ADDITION
102659
015526-1
DAP STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL
Pagel 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.
a. To obtain Street Use Permit, submit Traffic Control Plans to City
Transportation and Public Works Department.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION WATER, SEWER, PAVING, DRAINAGE & STREETLIGHT
DOCUMENTS — DEVELOPER AWARDED PROJECTS IMPROVEMENTS TO SERVE NOBLE HILL VILLAGE ADDITION
Revised July 1, 2011 102659
01 55 26 - 2
STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL
Page 3 of 3
1) Allow a minimum of 5 working days for permit review.
2) Contractor's responsibility to coordinate review of Traffic Control plans for
Street Use Permit, such that construction is not delayed.
C. Modification to Approved Traffic Control
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 SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED]
1.7 CLOSEOUT SUBMITTALS [NOT USED]
1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
1.9 QUALITY ASSURANCE [NOT USED]
1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED]
1.11 FIELD [SITE] CONDITIONS [NOT USED]
1.12 WARRANTY [NOT USED]
PART 2 - PRODUCTS [NOT USED]
PART 3 - EXECUTION [NOT USED]
END OF SECTION
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION WATER, SEWER, PAVING, DRAINAGE & STREETLIGHT
DOCUMENTS — DEVELOPER AWARDED PROJECTS IMPROVEMENTS TO SERVE NOBLE HILL VILLAGE ADDITION
Revised July 1, 2011 102659
01 55 26 - 3
STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL
Page 3 of 3
DATE NAME
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION
DOCUMENTS — DEVELOPER AWARDED PROJECTS
Revised July 1, 2011
Revision Log
SUMMARY OF CHANGE
WATER, SEWER, PAVING, DRAINAGE & STREETLIGHT
IMPROVEMENTS TO SERVE NOBLE HILL VILLAGE ADDITION
102659
015713-1
STORM WATER POLLUTION PREVENTION
Pagel 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
1. Contractor is responsible for resolution and payment of any fines issued associated
with compliance to Stormwater Pollution Prevention Plan.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION WATER, SEWER, PAVING, DRAINAGE & STREETLIGHT
DOCUMENTS — DEVELOPER AWARDED PROJECTS IMPROVEMENTS TO SERVE NOBLE HILL VILLAGE ADDITION
Revised July 1, 2011
102659
01 57 13 - 2
STORM WATER POLLUTION PREVENTION
Page 2 of 3
-3
Construction Activities resulting in:
1. Less than 1 acre of disturbance
a. Provide erosion and sediment control in accordance with Section 3125 00 and
Drawings.
2. 1 to less than 5 acres of disturbance
a. Texas Pollutant Discharge Elimination System (TPDES) General Construction
Permit is required
b. Complete SWPPP in accordance with TCEQ requirements
1) TCEQ Small Construction Site Notice Required under general permit
TXR150000
a) Sign and post at job site
b) Prior to Preconstruction Meeting, send 1 copy to City Department of
Transportation and Public Works, Environmental Division, (817) 392-
6088.
2) Provide erosion and sediment control in accordance with:
a) Section 3125 00
b) The Drawings
c) TXR150000 General Permit
d) SWPPP
e) TCEQ requirements
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
Submit in accordance with Section 01 33 00, except as stated herein.
a. Prior to the Preconstruction Meeting, submit a draft copy of SWPPP to the City
as follows:
1) 1 copy to the City Project Manager
a) City Project Manager will forward to the City Department of
Transportation and Public Works, Environmental Division for review
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION
DOCUMENTS — DEVELOPER AWARDED PROJECTS
Revised July 1, 2011
WATER, SEWER, PAVING, DRAINAGE & STREETLIGHT
IMPROVEMENTS TO SERVE NOBLE HILL VILLAGE ADDITION
102659
015713-3
STORM WATER POLLUTION PREVENTION
Page 3 of 3
B. Modified SWPPP
1. If the SWPPP is revised during construction, resubmit modified SWPPP to the City
in accordance with Section 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
DATE NAME
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION
DOCUMENTS — DEVELOPER AWARDED PROJECTS
Revised August 30y 1, 2011
Revision Log
SUMMARY OF CHANGE
WATER, SEWER, PAVING, DRAINAGE & STREETLIGHT
IMPROVEMENTS TO SERVE NOBLE HILL VILLAGE
ADDITION
01 60 00
DAP PRODUCT REQUIREMENTS
Page 1 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:
httDs:Hanus.fortworthtexas.gov/ProiectResources/ and following the directory
path: 02 - Construction Documents\Standard Products List
A. Only products specifically included on City's Standard Product List in these Contract
Documents shall be allowed for use on the Project.
1. Any subsequently approved products will only be allowed for use upon specific
approval by the City.
B. Any specific product requirements in the Contract Documents supersede similar
products included on the City's Standard Product List.
1. The City reserves the right to not allow products to be used for certain projects even
though the product is listed on the City's Standard Product List.
C. Although a specific product is included on City's Standard Product List, not all
products from that manufacturer are approved for use, including but not limited to, that
manufacturer's standard product.
D. See Section 0133 00 for submittal requirements of Product Data included on City's
Standard Product List.
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]
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION
DOCUMENTS — DEVELOPER AWARDED PROJECTS WATER, SEWER, PAVING, DRAINAGE & STREETLIGHT
Revised March 20, 2020 IMPROVEMENTS TO SERVE NOBLE HILL VILLAGE ADDITION
102659
01 60 00
DAP PRODUCT REQUIREMENTS
Page 2 of 2
1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED]
1.11 FIELD [SITE] CONDITIONS [NOT USED]
1.12 WARRANTY [NOT USED]
PART 2 - PRODUCTS [NOT USED]
PART 3 - EXECUTION [NOT USED]
END OF SECTION
DATE NAME
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION
DOCUMENTS — DEVELOPER AWARDED PROJECTS
Revised March 20, 2020
Revision Log
SUMMARY OF CHANGE
WATER, SEWER, PAVING, DRAINAGE & STREETLIGHT
IMPROVEMENTS TO SERVE NOBLE HILL VILLAGE ADDITION
102659
016600-1
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
STANDARD CONSTRUCTION SPECIFICATION WATER, SEWER, PAVING, DRAINAGE & STREETLIGHT
DOCUMENTS — DEVELOPER AWARDED PROJECTS IMPROVEMENTS TO SERVE NOBLE HILL VILLAGE ADDITION
Revised April 7, 2014 102659
01 66 00 - 2
DAP PRODUCT STORAGE AND HANDLING REQUIREMENTS
Page 2 of 4
4. Deliver products or equipment in manufacturer's original unbroken cartons or other
containers designed and constructed to protect the contents from physical or
environmental damage.
5. Clearly and fully mark and identify as to manufacturer, item and installation
location.
6. Provide manufacturer's instructions for storage and handling.
B. Handling Requirements
1. Handle products or equipment in accordance with these Contract Documents and
manufacturer's recommendations and instructions.
C. Storage Requirements
1. Store materials in accordance with manufacturer's recommendations and
requirements of these Specifications.
2. Make necessary provisions for safe storage of materials and equipment.
a. Place loose soil materials and materials to be incorporated into Work to prevent
damage to any part of Work or existing facilities and to maintain free access at
all times to all parts of Work and to utility service company installations in
vicinity of Work.
3. Keep materials and equipment neatly and compactly stored in locations that will
cause minimum inconvenience to other contractors, public travel, adjoining owners,
tenants and occupants.
a. Arrange storage to provide easy access for inspection.
4. Restrict storage to areas available on construction site for storage of material and
equipment as shown on Drawings, or approved by City's Project Representative.
5. Provide off -site storage and protection when on -site storage is not adequate.
a. Provide addresses of and access to off -site storage locations for inspection by
City's Project Representative.
6. Do not use lawns, grass plots or other private property for storage purposes without
written permission of owner or other person in possession or control ofpremises.
7. Store in manufacturers' unopened containers.
8. Neatly, safely and compactly stack materials delivered and stored along line of
Work to avoid inconvenience and damage to property owners and general public
and maintain at least 3 feet from fire hydrant.
9. Keep public and private driveways and street crossings open.
10. Repair or replace damaged lawns, sidewalks, streets or other improvements to
satisfaction of City's Project Representative.
a. Total length which materials may be distributed along route of construction at
one time is 1,000 linear feet, unless otherwise approved in writing by City's
Project Representative.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION WATER, SEWER, PAVING, DRAINAGE & STREETLIGHT
DOCUMENTS — DEVELOPER AWARDED PROJECTS IMPROVEMENTS TO SERVE NOBLE HILL VILLAGE ADDITION
Revised April 7, 2014 102659
01 66 00 - 3
DAP PRODUCT STORAGE AND HANDLING REQUIREMENTS
Page 3 of 4
1.11 FIELD [SITE] CONDITIONS [NOT USED]
1.12 WARRANTY [NOT USED]
PART 2 - PRODUCTS [NOT USED]
PART 3 - EXECUTION
3.1 INSTALLERS [NOT USED]
3.2 EXAMINATION [NOT USED]
3.3 PREPARATION [NOT USED]
3.4 ERECTION [NOT USED]
3.5 REPAIR / RESTORATION [NOT USED]
3.6 RE -INSTALLATION [NOT USED]
3.7 FIELD [OR] SITE QUALITY CONTROL
A. Tests and Inspections
1. Inspect all products or equipment delivered to the site prior to unloading.
B. Non -Conforming Work
1. Reject all products or equipment that are damaged, used or in any other way
unsatisfactory for use on the project.
3.8 SYSTEM STARTUP [NOT USED]
3.9 ADJUSTING [NOT USED]
3.10 CLEANING [NOT USED]
3.11 CLOSEOUT ACTIVITIES [NOT USED]
3.12 PROTECTION
A. Protect all products or equipment in accordance with manufacturer's written directions.
B. Store products or equipment in location to avoid physical damage to items while in
storage.
C. Protect equipment from exposure to elements and keep thoroughly dry if required by
the manufacturer.
3.13 MAINTENANCE [NOT USED]
3.14 ATTACHMENTS [NOT USED]
END OF SECTION
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION WATER, SEWER, PAVING, DRAINAGE & STREETLIGHT
DOCUMENTS — DEVELOPER AWARDED PROJECTS IMPROVEMENTS TO SERVE NOBLE HILL VILLAGE ADDITION
Revised April 7, 2014 102659
01 66 00 - 4
DATE NAME
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION
DOCUMENTS — DEVELOPER AWARDED PROJECTS
Revised April 7, 2014
DAP PRODUCT STORAGE AND HANDLING REQUIREMENTS
Page 4 of 4
Revision Log
SUMMARY OF CHANGE
WATER, SEWER, PAVING, DRAINAGE & STREETLIGHT
IMPROVEMENTS TO SERVE NOBLE HILL VILLAGE ADDITION
102659
017000-1
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.
b) Stand-by or idle time
c) Lost profits
3. Mobilizations and Demobilization for Miscellaneous Projects
a. Mobilization and Demobilization
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION WATER, SEWER, PAVING, DRAINAGE & STREETLIGHT
DOCUMENTS — DEVELOPER AWARDED PROJECTS IMPROVEMENTS TO SERVE NOBLE HILL VILLAGE ADDITION
Revised April 7, 2014 102659
01 70 00 - 2
DAP MOBILIZATION AND REMOBILIZATION
Page 2 of 4
1) Mobilization shall consist of the activities and cost on a Work Order basis
necessary for:
a) Transportation of Contractor's personnel, equipment, and operating
supplies to the Site for the issued Work Order.
b) Establishment of necessary general facilities for the Contractor's
operation at the Site for the issued Work Order
2) Demobilization shall consist of the activities and cost necessary for:
a) Transportation of Contractor's personnel, equipment, and operating
supplies from the Site including disassembly for each issued Work
Order
b) Site Clean-up for each issued Work Order
c) Removal of all buildings or other facilities assembled at the Site for
each Work Oder
b. Mobilization and Demobilization do not include activities for specific items of
work for which payment is provided elsewhere in the contract.
4. Emergency Mobilizations and Demobilization for Miscellaneous Projects
a. A Mobilization for Miscellaneous Projects when directed by the City and the
mobilization occurs within 24 hours of the issuance of the Work Order.
B. Deviations from this City of Fort Worth Standard Specification
1. None.
C. Related Specification Sections include, but are not necessarily limited to:
1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract
2. Division 1 — General Requirements
1.2 PRICE AND PAYMENT PROCEDURES
A. Measurement and Payment
1. Mobilization and Demobilization
a. Measure
1) This Item is considered subsidiary to the various Items bid.
b. Payment
1) The work performed and materials furnished in accordance with this Item
are subsidiary to the various Items bid and no other compensation will be
allowed.
2. Remobilization for suspension of Work as specifically required in the Contract
Documents
a. Measurement
1) Measurement for this Item shall be per each remobilization performed.
b. Payment
1) The work performed and materials furnished in accordance with this Item
and measured as provided under "Measurement" will be paid for at the unit
price per each "Specified Remobilization" in accordance with Contract
Documents.
c. The price shall include:
1) Demobilization as described in Section 1.1.A.2.a.1)
2) Remobilization as described in Section 1.1.A.2.a.2)
d. No payments will be made for standby, idle time, or lost profits associated this
Item.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION WATER, SEWER, PAVING, DRAINAGE & STREETLIGHT
DOCUMENTS — DEVELOPER AWARDED PROJECTS IMPROVEMENTS TO SERVE NOBLE HILL VILLAGE ADDITION
Revised April 7, 2014 102659
01 70 00 - 3
DAP MOBILIZATION AND REMOBILIZATION
Page 3 of 4
Remobilization for suspension of Work as required by City
a. Measurement and Payment
1) This shall be submitted as a Contract Claim in accordance with Article 10
of Section 00 72 00.
2) No payments will be made for standby, idle time, or lost profits associated
with this Item.
4. Mobilizations and Demobilizations for Miscellaneous Projects
a. Measurement
1) Measurement for this Item shall be for each Mobilization and
Demobilization required by the Contract Documents
b. Payment
1) The Work performed and materials furnished in accordance with this Item
and measured as provided under "Measurement" will be paid for at the unit
price per each "Work Order Mobilization" in accordance with Contract
Documents. Demobilization shall be considered subsidiary to mobilization
and shall not be paid for separately.
c. The price shall include:
1) Mobilization as described in Section 1.1.A.3.a.1)
2) Demobilization as described in Section 1.1.A.3.a.2)
d. No payments will be made for standby, idle time, or lost profits associated this
Item.
5. Emergency Mobilizations and Demobilizations for Miscellaneous Projects
a. Measurement
1) Measurement for this Item shall be for each Mobilization and
Demobilization required by the Contract Documents
b. Payment
1) The Work performed and materials furnished in accordance with this Item
and measured as provided under "Measurement" will be paid for at the unit
price per each "Work Order Emergency Mobilization" in accordance with
Contract Documents. Demobilization shall be considered subsidiary to
mobilization and shall not be paid for separately.
c. The price shall include
1) Mobilization as described in Section 1.1.A.4.a)
2) Demobilization as described in Section 1.1.A.3.a.2)
d. No payments will be made for standby, idle time, or lost profits associated this
Item.
1.3 REFERENCES [NOT USED]
1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED]
1.5 SUBMITTALS [NOT USED]
1.6 INFORMATIONAL SUBMITTALS [NOT USED]
1.7 CLOSEOUT SUBMITTALS [NOT USED]
1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
1.9 QUALITY ASSURANCE [NOT USED]
1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED]
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION WATER, SEWER, PAVING, DRAINAGE & STREETLIGHT
DOCUMENTS — DEVELOPER AWARDED PROJECTS IMPROVEMENTS TO SERVE NOBLE HILL VILLAGE ADDITION
Revised April 7, 2014 102659
01 70 00 - 4
DAP MOBILIZATION AND REMOBILIZATION
Page 4 of 4
1.11 FIELD [SITE] CONDITIONS [NOT USED]
1.12 WARRANTY [NOT USED]
PART 2 - PRODUCTS [NOT USED]
PART 3 - EXECUTION [NOT USED]
END OF SECTION
DATE NAME
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION
DOCUMENTS — DEVELOPER AWARDED PROJECTS
Revised April 7, 2014
Revision Log
SUMMARY OF CHANGE
WATER, SEWER, PAVING, DRAINAGE & STREETLIGHT
IMPROVEMENTS TO SERVE NOBLE HILL VILLAGE ADDITION
102659
017123-1
DAP CONSTRUCTION STAKING AND SURVEY
Page 1 of 4
SECTION 01 71 23
CONSTRUCTION STAKING AND SURVEY
PART 1 - GENERAL
1.1 SUMMARY
A. Section Includes:
1. Requirements for construction staking and construction survey
B. Deviations from this City of Fort Worth Standard Specification
1. 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
7 7V/u I Blel 8 WC1101 111119 M
A. Measurement and Payment
1. Construction Staking
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.
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.
1.3 REFERENCES [NOT USED]
1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED]
1.5 SUBMITTALS
A. Submittals, if required, shall be in accordance with Section 01 33 00.
B. All submittals shall be approved by the City prior to delivery.
1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS
A. Certificates
1. Provide certificate certifying that elevations and locations of improvements are in
conformance or non-conformance with requirements of the Contract Documents.
a. Certificate must be sealed by a registered professional land surveyor in the
State of Texas.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION WATER, SEWER, PAVING, DRAINAGE & STREETLIGHT
DOCUMENTS — DEVELOPER AWARDED PROJECTS IMPROVEMENTS TO SERVE NOBLE HILL VILLAGE ADDITION
Revised April 7, 2014 102659
01 71 23 - 2
DAP CONSTRUCTION STAKING AND SURVEY
Page 2 of 4
B. Field Quality Control Submittals
1. Documentation verifying accuracy of field engineering work.
1.7 CLOSEOUT SUBMITTALS [NOT USED]
1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
1.9 QUALITY ASSURANCE
A. Construction Staking
1. Construction staking will be performed by GC.
2. Coordination
a. Contact City's Project Representative at least 2 weeks in advance for
scheduling of Construction Staking.
b. It is the Contractor's responsibility to coordinate staking such that construction
activities are not delayed or negatively impacted.
3. General
a. Contractor is responsible for preserving and maintaining stakes furnished by
City.
b. If in the opinion of the City, a sufficient number of stakes or markings have
been lost, destroyed or disturbed, by Contractor's neglect, such that the
contracted Work cannot take place, then the Contractor will be required to pay
the City for new staking with a 25 percent markup. The cost for staking will be
deducted from the payment due to the Contractor for the Project.
B. Construction Survey
1. Construction Survey will be performed by the GC.
2. Coordination
a. Contractor to verify that control data established in the design survey remains
intact.
b. Coordinate with the City prior to field investigation to determine which
horizontal and vertical control data will be required for construction survey.
c. It is the Contractor's responsibility to coordinate Construction Survey such that
construction activities are not delayed or negatively impacted.
d. Notify City if any control data needs to be restored or replaced due to damage
caused during construction operations.
1) City shall perform replacements and/or restorations.
3. General
a. Construction survey will be performed in order to maintain complete and
accurate logs of control and survey work as it progresses for Project Records.
b. The Contractor will need to ensure coordination is maintained with the City to
perform construction survey to obtain construction features, including but not
limited to the following:
1) All Utility Lines
a) Rim and flowline elevations and coordinates for each manhole or
junction structure
2) Water Lines
a) Top of pipe elevations and coordinates for waterlines at the following
locations:
(1) Every 250 linear feet
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION WATER, SEWER, PAVING, DRAINAGE & STREETLIGHT
DOCUMENTS — DEVELOPER AWARDED PROJECTS IMPROVEMENTS TO SERVE NOBLE HILL VILLAGE ADDITION
Revised April 7, 2014 102659
01 71 23 - 3
DAP CONSTRUCTION STAKING AND SURVEY
Page 3 of 4
(2) Horizontal and vertical points of inflection, curvature, etc. (All
Fittings)
(3) Cathodic protection test stations
(4) Sampling stations
(5) Meter boxes/vaults (All sizes)
(6) Fire lines
(7) Fire hydrants
(8) Gate valves
(9) Plugs, stubouts, dead-end lines
(10) Air Release valves (Manhole rim and vent pipe)
(11) Blow off valves (Manhole rim and valve lid)
(12) Pressure plane valves
(13) Cleaning wyes
(14) Casing pipe (each end)
b) Storm Sewer
(1) Top of pipe elevations and coordinates at the following locations:
(a) Every 250 linear feet
(b) Horizontal and vertical points of inflection, curvature, etc.
c) Sanitary Sewer
(1) Top of pipe elevations and coordinates for sanitary sewer lines at
the following locations:
(a) Every 250 linear feet
(b) Horizontal and vertical points of inflection, curvature, etc.
(c) Cleanouts
c. Construction survey will be performed in order to maintain complete and
accurate logs of control and survey work associated with meeting or exceeding
the line and grade required by these Specifications.
d. The Contractor will need to ensure coordination is maintained with the City to
perform construction survey and to verify control data, including but not
limited to the following:
1) Established benchmarks and control points provided for the Contractor's
use are accurate
2) Benchmarks were used to furnish and maintain all reference lines and
grades for tunneling
3) Lines and grades were used to establish the location of the pipe
4) Submit to the City copies of field notes used to establish all lines and
grades and allow the City to check guidance system setup prior to
beginning each tunneling drive.
5) Provide access for the City to verify the guidance system and the line and
grade of the carrier pipe on a daily basis.
6) The Contractor remains fully responsible for the accuracy of the work and
the 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 City.
9) If the installation does not meet the specified tolerances, immediately notify
the City and correct the installation in accordance with the Contract
Documents.
1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED]
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION WATER, SEWER, PAVING, DRAINAGE & STREETLIGHT
DOCUMENTS — DEVELOPER AWARDED PROJECTS IMPROVEMENTS TO SERVE NOBLE HILL VILLAGE ADDITION
Revised April 7, 2014 102659
01 71 23 - 4
DAP CONSTRUCTION STAKING AND SURVEY
Page 4 of 4
1.11 FIELD [SITE] CONDITIONS [NOT USED]
1.12 WARRANTY [NOT USED]
PART 2 - PRODUCTS [NOT USED]
PART 3 - EXECUTION
3.1 INSTALLERS [NOT USED]
3.2 EXAMINATION [NOT USED]
3.3 PREPARATION [NOT USED]
3.4 APPLICATION
3.5 REPAIR / RESTORATION [NOT USED]
3.6 RE -INSTALLATION [NOT USED]
3.7 FIELD [OR] SITE QUALITY CONTROL
A. It is the Contractor's responsibility to maintain all stakes and control data placed by the
City in accordance with this Specification.
B. Do not change or relocate stakes or control data without approval from the City.
3.8 SYSTEM STARTUP [NOT USED]
3.9 ADJUSTING [NOT USED]
3.10 CLEANING [NOT USED]
3.11 CLOSEOUT ACTIVITIES [NOT USED]
3.12 PROTECTION [NOT USED]
3.13 MAINTENANCE [NOT USED]
3.14 ATTACHMENTS [NOT USED]
END OF SECTION
DATE NAME
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION
DOCUMENTS — DEVELOPER AWARDED PROJECTS
Revised April 7, 2014
Revision Log
SUMMARY OF CHANGE
WATER, SEWER, PAVING, DRAINAGE & STREETLIGHT
IMPROVEMENTS TO SERVE NOBLE HILL VILLAGE ADDITION
102659
017423-1
DAP CLEANING
Page 1 of 4
SECTION 0174 23
CLEANING
PART 1- GENERAL
1.1 SUMMARY
A. Section Includes:
1. Intermediate and final cleaning for Work not including special cleaning of closed
systems specified elsewhere
B. Deviations from this City of Fort Worth Standard Specification
1. None.
C. Related Specification Sections include, but are not necessarily limited to:
1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract
2. Division 1 — General Requirements
3. Section 32 92 13 — Hydro -Mulching, Seeding and Sodding
1.2 PRICE AND PAYMENT PROCEDURES
A. Measurement and Payment
1. Work associated with this Item is considered subsidiary to the various Items bid.
No separate payment will be allowed for this Item.
1.3 REFERENCES [NOT USED]
1.4 ADMINISTRATIVE REQUIREMENTS
A. Scheduling
1. Schedule cleaning operations so that dust and other contaminants disturbed by
cleaning process will not fall on newly painted surfaces.
2. Schedule final cleaning upon completion of Work and immediately prior to final
inspection.
1.5 SUBMITTALS [NOT USED]
1.6 ACTION 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 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
STANDARD CONSTRUCTION SPECIFICATION WATER, SEWER, PAVING, DRAINAGE & STREETLIGHT
DOCUMENTS — DEVELOPER AWARDED PROJECTS IMPROVEMENTS TO SERVE NOBLE HILL VILLAGE ADDITION
Revised April 7, 2014 102659
01 74 23 - 2
DAP CLEANING
Page 2 of 4
1.11 FIELD [SITE] CONDITIONS [NOT USED]
1.12 WARRANTY [NOT USED]
PART 2 - PRODUCTS
2.1 OWNER -FURNISHED [oR] OWNER-SUPPLIEDPRODUCTS [NOT USED]
2.2 MATERIALS
A. Cleaning Agents
1. Compatible with surface being cleaned
2. New and uncontaminated
3. For manufactured surfaces
a. Material recommended by manufacturer
2.3 ACCESSORIES [NOT USED]
2.4 SOURCE QUALITY CONTROL [NOT USED]
PART 3 - EXECUTION
3.1 INSTALLERS [NOT USED]
3.2 EXAMINATION [NOT USED]
3.3 PREPARATION [NOT USED]
3.4 APPLICATION [NOT USED]
3.5 REPAIR / RESTORATION [NOT USED]
3.6 RE -INSTALLATION [NOT USED]
3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED]
3.8 SYSTEM STARTUP [NOT USED]
3.9 ADJUSTING [NOT USED]
3.10 CLEANING
A. General
1. Prevent accumulation of wastes that create hazardous conditions.
2. Conduct cleaning and disposal operations to comply with laws and safety orders of
governing authorities.
3. Do not dispose of volatile wastes such as mineral spirits, oil or paint thinner in
storm or sanitary drains or sewers.
4. Dispose of degradable debris at an approved solid waste disposal site.
5. Dispose of non degradable debris at an approved solid waste disposal site or in
an alternate manner approved by City and regulatory agencies.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION WATER, SEWER, PAVING, DRAINAGE & STREETLIGHT
DOCUMENTS — DEVELOPER AWARDED PROJECTS IMPROVEMENTS TO SERVE NOBLE HILL VILLAGE ADDITION
Revised April 7, 2014 102659
01 74 23 - 3
DAP CLEANING
Page 3 of 4
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
STANDARD CONSTRUCTION SPECIFICATION WATER, SEWER, PAVING, DRAINAGE & STREETLIGHT
DOCUMENTS — DEVELOPER AWARDED PROJECTS IMPROVEMENTS TO SERVE NOBLE HILL VILLAGE ADDITION
Revised April 7, 2014 102659
01 74 23 - 4
DAP CLEANING
Page 4 of 4
END OF SECTION
Revision Log
DATE NAME SUMMARY OF CHANGE
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION
DOCUMENTS — DEVELOPER AWARDED PROJECTS
Revised April 7, 2014
WATER, SEWER, PAVING, DRAINAGE & STREETLIGHT
IMPROVEMENTS TO SERVE NOBLE HILL VILLAGE ADDITION
102659
017719-1
DAP CLOSEOUT REQUIREMENTS
Paget of 3
SECTION 01 7719
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.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION
DOCUMENTS — DEVELOPER AWARDED PROJECTS WATER, SEWER, PAVING, DRAINAGE & STREETLIGHT
Revised April 7, 2014 IMPROVEMENTS TO SERVE NOBLE HILL VILLAGE ADDITION
102659
017719-2
DAP CLOSEOUT REQUIREMENTS
Page 2 of 3
1.6 INFORMATIONAL SUBMITTALS [NOT USED]
1.7 CLOSEOUT SUBMITTALS [NOT USED]
PART 2 - PRODUCTS [NOT USED]
PART 3 - EXECUTION
3.1 INSTALLERS [NOT USED]
3.2 EXAMINATION [NOT USED]
3.3 PREPARATION [NOT USED]
3.4 CLOSEOUT PROCEDURE
A. Prior to requesting Final Inspection, submit:
1. Project Record Documents in accordance with Section 0178 39
2. Operation and Maintenance Data, if required, in accordance with Section 01 78 23
B. Prior to requesting Final Inspection, perform final cleaning in accordance with Section
01 74 23.
C. Final Inspection
1. After final cleaning, provide notice to the City Project Representative that the Work
is completed.
a. The City will make an initial Final Inspection with the Contractor present.
b. Upon completion of this inspection, the City will notify the Contractor, in
writing within 10 business days, of any particulars in which this inspection
reveals that the Work is defective or incomplete.
2. Upon receiving written notice from the City, immediately undertake the Work
required to remedy deficiencies and complete the Work to the satisfaction of the
City.
3. Upon completion of Work associated with the items listed in the City's written
notice, inform the City, that the required Work has been completed. Upon receipt
of this notice, the City, in the presence of the Contractor, will make a subsequent
Final Inspection of the project.
4. Provide all special accessories required to place each item of equipment in full
operation. These special accessory items include, but are not limited to:
a. Specified spare parts
b. Adequate oil and grease as required for the first lubrication of the equipment
c. Initial fill up of all chemical tanks and fuel tanks
d. Light bulbs
e. Fuses
f. Vault keys
g. Handwheels
h. Other expendable items as required for initial start-up and operation of all
equipment
D. Notice of Project Completion
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION WATER, SEWER, PAVING, DRAINAGE & STREETLIGHT
DOCUMENTS — DEVELOPER AWARDED PROJECTS IMPROVEMENTS TO SERVE NOBLE HILL VILLAGE ADDITION
Revised April 7, 2014 102659
017719-3
DAP CLOSEOUT REQUIREMENTS
Page 3 of 3
1. Once the City Project Representative finds the Work subsequent to Final Inspection
to be satisfactory, the City will issue a Notice of Project Completion (Green Sheet).
E. Supporting Documentation
1. Coordinate with the City Project Representative to complete the following
additional forms:
a. Final Payment Request
b. Statement of Contract Time
c. Affidavit of Payment and Release of Liens
d. Consent of Surety to Final Payment
e. Pipe Report (if required)
f. Contractor's Evaluation of City
g. Performance Evaluation of Contractor
F. Letter of Final Acceptance
1. Upon review and acceptance of Notice of Project Completion and Supporting
Documentation, in accordance with General Conditions, City will issue Letter of
Final Acceptance and release the Final Payment Request for payment.
3.5 REPAIR / RESTORATION [NOT USED]
3.6 RE -INSTALLATION [NOT USED]
3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED]
3.8 SYSTEM STARTUP [NOT USED]
3.9 ADJUSTING [NOT USED]
3.10 CLEANING [NOT USED]
3.11 CLOSEOUT ACTIVITIES [NOT USED]
3.12 PROTECTION [NOT USED]
3.13 MAINTENANCE [NOT USED]
3.14 ATTACHMENTS [NOT USED]
END OF SECTION
DATE NAME
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION
DOCUMENTS — DEVELOPER AWARDED PROJECTS
Revised April 7, 2014
Revision Log
SUMMARY OF CHANGE
WATER, SEWER, PAVING, DRAINAGE & STREETLIGHT
IMPROVEMENTS TO SERVE NOBLE HILL VILLAGE ADDITION
102659
01 78 23 - 1
DAP OPERATION AND MAINTENANCE DATA
Pagel 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
I1WEff2ff41WRe17 7W/u I Blel 119 4tT1141 111117 *1
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 1/2 inches x 11 inches
b. Paper
1) 40 pound minimum, white, for typed pages
2) Holes reinforced with plastic, cloth or metal
c. Text: Manufacturer's printed data, or neatly typewritten
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION WATER, SEWER, PAVING, DRAINAGE & STREETLIGHT
DOCUMENTS — DEVELOPER AWARDED PROJECTS IMPROVEMENTS TO SERVE NOBLE HILL VILLAGE ADDITION
Revised April 7, 2014 102659
01 78 23 - 2
DAP OPERATION AND MAINTENANCE DATA
Page 2 of 5
d. Drawings
1) Provide reinforced punched binder tab, bind in with text
2) Reduce larger drawings and fold to size of text pages.
e. Provide fly -leaf for each separate product, or each piece of operating
equipment.
1) Provide typed description of product, and major component parts of
equipment.
2) Provide indexed tabs.
f. Cover
1) Identify each volume with typed or printed title "OPERATING AND
MAINTENANCE INSTRUCTIONS".
2) List:
a) Title of Project
b) Identity of separate structure as applicable
c) Identity of general subject matter covered in the manual
3. Binders
a. Commercial quality 3-ring binders with durable and cleanable plastic covers
b. When multiple binders are used, correlate the data into related consistent
groupings.
4. If available, provide an electronic form of the O&M Manual.
B. Manual Content
1. Neatly typewritten table of contents for each volume, arranged in systematic order
a. Contractor, name of responsible principal, address and telephone number
b. A list of each product required to be included, indexed to content of the volume
c. List, with each product:
1) The name, address and telephone number of the subcontractor or installer
2) A list of each product required to be included, indexed to content of the
volume
3) Identify area of responsibility of each
4) Local source of supply for parts and replacement
d. Identify each product by product name and other identifying symbols as set
forth in Contract Documents.
2. Product Data
a. Include only those sheets which are pertinent to the specific product.
b. Annotate each sheet to:
1) Clearly identify specific product or part installed
2) Clearly identify data applicable to installation
3) Delete references to inapplicable information
3. Drawings
a. Supplement product data with drawings as necessary to clearly illustrate:
1) Relations of component parts of equipment and systems
2) Control and flow diagrams
b. Coordinate drawings with information in Project Record Documents to assure
correct illustration of completed installation.
c. Do not use Project Record Drawings as maintenance drawings.
4. Written text, as required to supplement product data for the particular installation:
a. Organize in consistent format under separate headings for different procedures.
b. Provide logical sequence of instructions of each procedure.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION WATER, SEWER, PAVING, DRAINAGE & STREETLIGHT
DOCUMENTS — DEVELOPER AWARDED PROJECTS IMPROVEMENTS TO SERVE NOBLE HILL VILLAGE ADDITION
Revised April 7, 2014 102659
01 78 23 - 3
DAP OPERATION AND MAINTENANCE DATA
Page 3 of 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
4) Alignment, adjusting and checking
d. Servicing and lubrication schedule
1) List of lubricants required
e. Manufacturer's printed operating and maintenance instructions
f. Description of sequence of operation by control manufacturer
1) Predicted life of parts subject to wear
2) Items recommended to be stocked as spare parts
g. As installed control diagrams by controls manufacturer
h. Each contractor's coordination drawings
1) As installed color coded piping diagrams
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION WATER, SEWER, PAVING, DRAINAGE & STREETLIGHT
DOCUMENTS — DEVELOPER AWARDED PROJECTS IMPROVEMENTS TO SERVE NOBLE HILL VILLAGE ADDITION
Revised April 7, 2014 102659
01 78 23 - 4
DAP OPERATION AND MAINTENANCE DATA
Page 4 of 5
i. Charts of valve tag numbers, with location and function of each valve
j. List of original manufacturer's spare parts, manufacturer's current prices, and
recommended quantities to be maintained in storage
k. Other data as required under pertinent Sections of Specifications
3. Content, for each electric and electronic system, as appropriate:
a. Description of system and component parts
1) Function, normal operating characteristics, and limiting conditions
2) Performance curves, engineering data and tests
3) Complete nomenclature and commercial number of replaceable parts
b. Circuit directories of panelboards
1) Electrical service
2) Controls
3) Communications
c. As installed color coded wiring diagrams
d. Operating procedures
1) Routine and normal operating instructions
2) Sequences required
3) Special operating instructions
e. Maintenance procedures
1) Routine operations
2) Guide to "trouble shooting"
3) Disassembly, repair and reassembly
4) Adjustment and checking
f. Manufacturer's printed operating and maintenance instructions
g. List of original manufacturer's spare parts, manufacturer's current prices, and
recommended quantities to be maintained in storage
h. Other data as required under pertinent Sections of Specifications
4. Prepare and include additional data when the need for such data becomes apparent
during instruction of City's personnel.
1.7 CLOSEOUT SUBMITTALS [NOT USED]
1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
1.9 QUALITY ASSURANCE
A. Provide operation and maintenance data by personnel with the following criteria:
1. Trained and experienced in maintenance and operation of described products
2. Skilled as technical writer to the extent required to communicate essential data
3. Skilled as draftsman competent to prepare required drawings
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION WATER, SEWER, PAVING, DRAINAGE & STREETLIGHT
DOCUMENTS — DEVELOPER AWARDED PROJECTS IMPROVEMENTS TO SERVE NOBLE HILL VILLAGE ADDITION
Revised April 7, 2014 102659
01 78 23 - 5
DAP OPERATION AND MAINTENANCE DATA
Page 5 of 5
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
DATE NAME
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION
DOCUMENTS — DEVELOPER AWARDED PROJECTS
Revised April 7, 2014
Revision Log
SUMMARY OF CHANGE
WATER, SEWER, PAVING, DRAINAGE & STREETLIGHT
IMPROVEMENTS TO SERVE NOBLE HILL VILLAGE ADDITION
102659
017839-1
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.
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.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION WATER, SEWER, PAVING, DRAINAGE & STREETLIGHT
DOCUMENTS — DEVELOPER AWARDED PROJECTS IMPROVEMENTS TO SERVE NOBLE HILL VILLAGE ADDITION
Revised April 7, 2014 102659
01 78 39 - 2
DAP PROJECT RECORD DOCUMENTS
Page 2 of 4
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]
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".
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION WATER, SEWER, PAVING, DRAINAGE & STREETLIGHT
DOCUMENTS — DEVELOPER AWARDED PROJECTS IMPROVEMENTS TO SERVE NOBLE HILL VILLAGE ADDITION
Revised April 7, 2014 102659
01 78 39 - 3
DAP PROJECT RECORD DOCUMENTS
Page 3 of 4
LOU
2. Preservation
a. Considering the Contract completion time, the probable number of occasions
upon which the job set must be taken out for new entries and for examination,
and the conditions under which these activities will be performed, devise a
suitable method for protecting the job set.
b. Do not use the job set for any purpose except entry of new data and for review
by the City, until start of transfer of data to final Project Record Documents.
c. Maintain the job set at the site of work.
3. Coordination with Construction Survey
a. At a minimum clearly mark any deviations from Contract Documents
associated with installation of the infrastructure.
4. Making entries on Drawings
a. Record any deviations from Contract Documents.
b. Use an erasable colored pencil (not ink or indelible pencil), clearly describe the
change by graphic line and note as required.
c. Date all entries.
d. Call attention to the entry by a "cloud" drawn around the area or areas affected.
e. In the event of overlapping changes, use different colors for the overlapping
changes.
5. Conversion of schematic layouts
a. In some cases on the Drawings, arrangements of conduits, circuits, piping,
ducts, and similar items, are shown schematically and are not intended to
portray precise physical layout.
1) Final physical arrangement is determined by the Contractor, subject to the
City's approval.
2) However, design of future modifications of the facility may require
accurate information as to the final physical layout of items which are
shown only schematically on the Drawings.
b. Show on the job set of Record Drawings, by dimension accurate to within 1
inch, the centerline of each run of items.
1) Final physical arrangement is determined by the Contractor, subject to the
City's approval.
2) Show, by symbol or note, the vertical location of the Item ("under slab", "in
ceiling plenum", "exposed", and the like).
3) Make all identification sufficiently descriptive that it may be related
reliably to the Specifications.
c. The City may waive the requirements for conversion of schematic layouts
where, in the City's judgment, conversion serves no useful purpose. However,
do not rely upon waivers being issued except as specifically issued in writing
by the City.
Final Project Record Documents
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.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION
DOCUMENTS — DEVELOPER AWARDED PROJECTS
Revised April 7, 2014
WATER, SEWER, PAVING, DRAINAGE & STREETLIGHT
IMPROVEMENTS TO SERVE NOBLE HILL VILLAGE ADDITION
102659
d. Make changes neatly, consistently and with the
proper media to assure longevity and clear
reproduction.
2. Transfer of data to other Documents
a. If the Documents, other than Drawings, have been kept clean
during progress of the Work, and if entries thereon have been
orderly to the approval of the City, the job set of those
Documents, other than Drawings, will be accepted as final
Record Documents.
b. If any such Document is not so approved by the City, secure a
new copy of that Document from the City at the City's usual
charge for reproduction and handling, and carefully transfer
the change data to the new copy to the approval of the City.
3.5 REPAIR / RESTORATION [NOT USED]
3.6 RE -INSTALLATION [NOT USED]
3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED]
3.8 SYSTEM STARTUP [NOT USED]
3.9 ADJUSTING [NOT USED]
3.10 CLEANING [NOT USED]
3.11 CLOSEOUT ACTIVITIES [NOT USED]
3.12 PROTECTION [NOT USED]
3.13 MAINTENANCE [NOT USED]
3.14 ATTACHMENTS [NOT USED]
END OF SECTION
DATE NAME
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION
DOCUMENTS — DEVELOPER AWARDED PROJECTS
Revised April 7, 2014
Revision Log
SUMMARY OF CHANGE
3213 13 -4
CONCRETE PAVING
Page 4 of 22
WATER, SEWER, PAVING, DRAINAGE & STREETLIGHT
IMPROVEMENTS TO SERVE NOBLE HILL VILLAGE ADDITION
102659
APPENDIX
aC 4 Q A�'ailab lib,-oflan&
GC-4.02 Subsurface and Physical Conditions
GG Tn 04 a F lities
vc--rUrr ON�1�'�IiS�
GG—n .-06 Hazardous Environmental Condition at Site
GG 06 r) Mine -4t, and Women 0..,..,oa u„sires Enterprise Comr).1o'4e
GG 6.09 Dornxt�✓and �V:�itir�z
GR-01 60 00 Product Requirements
CITY OF FORT WORTH WATER, SEWER, PAVING, DRAINAGE, & STREETLIGHT
STANDARD CONSTRUCTION SPECIFICATIONDOCUMENTS IMPROVEMENTS TO SERVENOBLE HILL VILLAGE ADDITION
Revised July 1, 2011 102659
GC-4.01 Availability of Lands
THIS PAGE LEFT INTENTIONALLY BLANK
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATIONDOCUMENTS
Revised July 1, 2011
WATER, SEWER, PAVING, DRAINAGE, & STREETLIGHT
IMPROVEMENTS TO SERVE NOBLE HILL VILLAGE ADDITION
102659
GC-4.02 Subsurface and Physical
(see Geotech Report)
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATIONDOCUMENTS
Revised July 1, 2011
WATER, SEWER, PAVING, DRAINAGE, & STREETLIGHT
IMPROVEMENTS TO SERVE NOBLE HILL VILLAGE ADDITION
1026
�__;* GeoScience
GEOTECHNICAL INVESTIGATION
Proposed RESIDENTIAL DEVELOPMENT
NWQ of Bridgewood Drive & Boca Raton Boulevard
Fort Worth, Texas 76112
Project No. 21-DG6683
Prepared for:
Mr. Farrukh Azim
South Lake, Texas
Prepared by:
GEOSCIENCE ENGINEERS, I.I.C.
Dallas, Texas
March 2022
2712 Satsuma Drive, Suite 400 ♦Dallas, Texas 75229♦ 972.488.3500 (P) ♦e-mail: geti@sbcglobal.net
GeoScience
Project No. 22-DG6910
March 28, 2022
Mr. Farrukh Azim
151 Players Circle Suite 200
Southlake, Texas 76092
Proposed RESIDENTIAL DEVELOPMENT
NWQ of Bridgewood Drive & Boca Raton Boulevard
Fort Worth, Texas 76112
Geoscience Engineers, LLC. is pleased to submit this geotechnical investigation for the above
referenced project located in Fort Worth, Texas. This report briefly describes the procedures
employed in our subsurface exploration and presents the results of our investigation.
Our Construction Materials Testing Division can provide the materials testing services that will be
required during the construction phase of this project. We will be pleased to discuss a scope of
work and submit a proposal for these services upon request.
We appreciate the opportunity to be of assistance on this project. Please feel free to contact us
if you have any questions or if we can be of further service.
Respectfully,
Geoscience Engineers I.I.C.
Firm Reg # F-11285,
Wameedh Al Gbu
Project Manager
V
Syed S. Afsar . .
Project Engineer
off$
111
`a •• 89536<v
Ffd•.• p
N i G!!!
2712 Satsuma Drive, Suite 400 Dallas, Texas 75229♦ 972.488.3500 (P) *e-mail: geti@sbcglobal.net
'R
GeoScience
Project # 22-DG6910
Proposed RESIDENTIAL DEVELOPMENT
NWQ of Bridgewood Drive & Boca Raton Boulevard
Fort Worth, Texas
CONTENTS Page
INTRODUCTION........................................................................................................................................-
1 -
ProjectDescription..............................................................................................................................-
1 -
SiteDescription.....................................................................................................................................
1 -
Purposesand Scope of Work.............................................................................................................-
1 -
ReportFormat......................................................................................................................................-
1 -
FIELD INVESTIGATION...............................................................................................................................
2-
LABORATORYTESTING.............................................................................................................................
3-
Review...................................................................................................................................................
3-
GENERAL SUBSURFACE CONDITIONS....................................................................................................-
3-
Localized Subsurface Stratigraphy....................................................................................................
3-
Subsurface Water Conditions.............................................................................................................
4-
ANALYSIS AND RECOMMENDATIONS....................................................................................................
4-
Construction Consultation and Monitoring......................................................................................-
4-
SoilMovement.....................................................................................................................................-
5-
FOUNDATION RECOMMENDATIONS......................................................................................................
6 -
Slab -On -Grade Type Foundation......................................................................................................-
7 -
PTIPARAMETERS.......................................................................................................................................
8-
BuildingPad Preparation....................................................................................................................
9-
SelectFill..............................................................................................................................................
10 -
PAVEMENT RECOMMENDATION..........................................................................................................-
10 -
SITE GRADING and DRAINAGE............................................................................................................-
16 -
CLOSURE ................................................................................................................................................ -
-
ILLUSTRATIONS...........................................................................................................................................
1-
SUMMARY OF SWELL TESTS......................................................................................................................
3-
GeologyMap..........................................................................................................................................-
4-
AerialMap 2022.......................................................................................................................................
5 -
GEOSCIENCE ENGINEERS, LLC.
GeoSdence
INTRODUCTION
Project Description
Project # 22-DG6910
Proposed RESIDENTIAL DEVELOPMENT
NWQ of Bridgewood Drive & Boca Raton Boulevard
Fort Worth, Texas
This report presents the results of the geotechnical investigation performed at the site of the
referenced project located in Fort Worth, Texas. Based on the information provided, a
residential subdivision named Noble Hill is proposed for construction at this site. Information
regarding structural loads was not available at the time of this investigation; however, we
anticipate the loads will be light. It is expected that the finished floor elevation of the
proposed structure will be above surrounding ground surface.
Site Description
The site of the referenced project is located on the northwest corner of Bridgewood Drive and
Boca Raton Blvd in the City of Fort Worth, Texas. At the time of this investigation the site was
undeveloped land covered with native vegetation and scattered trees. Based on visual
observation the site is topographically irregular. The general location and orientation of the
site is shown in the Illustrations section of this report.
Purposes and Scope of Work
The principal purposes of this investigation were:
1). Developing subsurface soil and rock stratigraphy at the boring locations.
2). Evaluating soil swell potential at the location of the test borings drilled and
alternatives to reduce the soil movement.
3). Providing recommendations for foundation design parameters.
4). Providing recommendations for pavement and
5). Providing site preparation recommendations.
Report Format
The first sections of this report describe the field and laboratory phases of the study. The
remaining sections present our engineering analyses and geotechnical parameters for the
GEOSCIENCE ENGINEERS, LLC.
-1-
GeoSdence
Project # 22-DG6910
Proposed RESIDENTIAL DEVELOPMENT
NWQ of Bridgewood Drive & Boca Raton Boulevard
Fort Worth, Texas
type of foundation system proposed for use at this site. Boring logs and laboratory test results
are presented in the Illustrations section of this report.
FIELD INVESTIGATION
The field investigation of this study involved drilling and sampling a total of twelve (12) test
borings to a depth of 15 to 20 feet below ground surface in area accessible to the drill rig. The
approximate locations of the borings are shown on the Boring Location Plan Plate A. Logs of
the borings with descriptions of the soils sampled are presented on Plates 1 through 12. Soil
strata boundaries shown on the boring logs are approximate.
The borings were advanced using continuous flight auger techniques. Undisturbed surface
cohesive soil samples were obtained using a 3-inch diameter thin -walled tube sampler
pushed into the soil. The un-drained compressive strength of cohesive soils was estimated in
the field using a calibrated pocket penetrometer.
To evaluate the relative density and consistency of harder formations, Texas Department of
Transportation Cone Penetrometer tests were performed at selected locations. The actual
test consists of driving a three-inch diameter cone with a 170-pound hammer freely falling 24
inches. In relatively soft materials, the penetrometer cone is driven one foot and the number
of blows required for each six-inch penetration is tabulated at respective test depths, as
blows per six inches on the boring logs. In hard materials, the penetrometer cone is driven
with the resulting penetrations, in inches, accurately recorded for the first and second 50
blows for a total of 100 blows. The penetration for the total 100 blows is recorded at the
respective testing depths on the boring logs.
All soil samples were extruded from the samplers in the field, visually classified and wrapped in
plastic bags to prevent loss of moisture or disturbance during transfer to the laboratory. The
borings were drilled using dry auger procedures to observe water level at the time of the
exploration. Water level observations are recorded on the boring logs.
It should be noted that 4 test borings were drilled in our preliminary Geotechnical study
performed at this site under project number 21-DG6301 dated April 13, 2021.
GEOSCIENCE ENGINEERS, LLC.
-2-
GeoSdence
LABORATORY TESTING
Project # 22-DG6910
Proposed RESIDENTIAL DEVELOPMENT
NWQ of Bridgewood Drive & Boca Raton Boulevard
Fort Worth, Texas
Engineering properties of the foundation soils were evaluated in the laboratory by tests
performed on representative soil samples. A series of moisture content was performed to
develop soil moisture profiles and to aid in evaluating the uniformity of soil conditions at this
location. Liquid and Plastic limit tests (Atterberg limits) were performed on selected soil
samples to confirm visual classification and evaluate soil volume change potentials. All tests
were performed using ASTM procedures by experienced technicians working under the
direction of an engineer.
Review
Descriptions of strata made in the field were modified in accordance with laboratory tests
results and visual examination in the laboratory. All recovered soil samples were examined,
classified and described in accordance with ASTM D 2487, ASTM D 2488 and Unified Soil
Classification procedures. Classifications of the soils and finalized descriptions of soil strata are
shown on the attached boring logs.
GENERAL SUBSURFACE CONDITIONS
Localized Subsurface Stratigraphy
Based on our interpretations, the upper subsurface stratigraphy encountered within the
depths of the borings drilled consisted of reddish brown /tan /orange tan clayey sand /sandy
clay soils with a trace of calcareous nodules from existing ground surface elevation to a
depth of 2 to 7 feet at the location of test borings B-1, B-3 to B-5, B-8, B-10 to B-12. tan
calcareous clay soils with limestone fragments were encountered from existing gourd surface
elevation at the test boring B-2, B-6 to B-7, B-9 and remained visible to the depth of 2 to 1 1
feet, below which tan weathered limestone with calcareous clay seams followed by gray
LIMESTONE was encountered and remained visible to the completion depth of test borings
drilled.
Its should be noted at depth of 7 to 14 feet at the location of test boring B-2 and B-8, tan and
gray clay shale or gray weathered shale was encountered and remained visible to the
completion depth of test borings drilled
GEOSCIENCE ENGINEERS, LLC.
-3-
-v* GeoSdence
Project # 22-DG6910
Proposed RESIDENTIAL DEVELOPMENT
NWQ of Bridgewood Drive & Boca Raton Boulevard
Fort Worth, Texas
Detailed descriptions of the subsurface stratigraphy encountered at the locations of the test
borings drilled for this study are included in the Illustrations section of this report.
Subsurface Water Conditions
The borings were advanced using auger drilling method in order to observe groundwater
seepage levels. NO Groundwater seepage was encountered in the test borings drilled at the
time of this investigation. It should be noted future construction activities may alter the surface
and subsurface drainage characteristics of the site. Therefore, the depth to groundwater
should be verified during construction. If there is a noticeable change from the conditions
reported herein, this office should be notified immediately to review the effect that it may
have on the design recommendations. Based upon short-term observations, it is not possible
to accurately predict the magnitude of subsurface water fluctuations that might occur.
It should be noted that the depth to subsurface water will be affected by changes in
atmospheric conditions and future construction activities may alter the surface and
subsurface drainage characteristics of the site. With regard to the aforementioned, we
recommend that the depth to subsurface water be checked prior to and during
construction. Any changes from the subsurface conditions described in this report should be
communicated to this office immediately so that a review of the design recommendations
can be made. Based upon short-term observations, it is not possible to accurately predict the
magnitude of subsurface water fluctuations that might occur. In addition, it is not uncommon
to detect water seepage within the fractures of the soils particularly after periods of heavy
rainfall.
ANALYSIS AND RECOMMENDATIONS
Construction Consultation and Monitoring
We recommend that Geoscience be given an opportunity to review the final design
drawings and specifications to ensure that the recommendations provided in this report have
been properly interpreted. Wide variations in soil conditions are known to exist between the
boring locations. Furthermore, unanticipated variations in subsurface conditions may
become evident during construction. During the excavation and foundation phases of the
project, we recommend that a reputable Geotechnical Engineering firm be retained to
GEOSCIENCE ENGINEERS, LLC.
-4-
GeoSdence
Project # 22-DG6910
Proposed RESIDENTIAL DEVELOPMENT
NWQ of Bridgewood Drive & Boca Raton Boulevard
Fort Worth, Texas
provide construction surveillance services in order to 1) observe compliance with the
geotechnical design concepts, specifications, and recommendations, and 2) observe
subsurface conditions during construction to verify that the subsurface conditions are as
anticipated, based on the borings drilled for this investigation.
Soil Movement
The near surface soils encountered at this site exhibited Plasticity Indices of 10 to 34 which are
considered as low to highly expansive in nature and capable of significant vertical
movement as changes occur in moisture conditions. The magnitude of the moisture induced
vertical movement was calculated using the Department of Transportation (method 124-E) in
conjunction with current moisture content. Based on aforementioned methods the estimated
moisture induced Potential vertical movement (PVR) of the soils at the time of this
investigation at the location of the test borings drilled at the exisitng grade is on the order of 2
to 3 inches. However, based on the grading plans cut and fill ranging between 8 to 14 feet is
anticipated as such after the competition of cut and fill and type of soils used, we
recommend that the PVR of the soils should be re-evaluated.
The PVR can vary with prolonged wet or dry period as such we recommend that moisture
content of the upper 7 feet of soils within the building pad should be evaluated prior to the
construction or the all the receiving fill should be moisture conditioned to keep the PVR to
more tolerable design limits.
All the receiving fill soils should be placed, and moisture conditioned as per the following
method
Moisture conditioning method:
After the removal of trees, vegetation, tree roots and all organic matters we recommend the
proof rolling should be performed as per TxDOt item 216. After the passing of the proof rolling
the exposed surface area should be scarified to a depth of 6 inches watered as required and
compacted to a minimum of 95 percent of maximum dry density with the moisture content
between optimum and 4 points above optimum. All the receiving fill soils should be placed in
6 to 8 inches loose lifts and mixed thoroughly to form a homogenous consistent soil and each
lift should be compacted (as per ASTM D-698) to:
GEOSCIENCE ENGINEERS, LLC.
-5-
-v* GeoSdence
Project # 22-DG6910
Proposed RESIDENTIAL DEVELOPMENT
NWQ of Bridgewood Drive & Boca Raton Boulevard
Fort Worth, Texas
➢ 92 to 97 percent of the maximum dry density with the minimum moisture content of 4
points of optimum for soils with proctor PI more than 30
➢ 94 to 98 percent of the maximum dry density with a minimum moisture content of 2
points of optimum for soils with proctor PI between 19 and 29
➢ 95 and 100 percent of maximum dry density with a moisture content between
optimum and 4 points for proctor PI less than 19
The receiving fill soils should be on site soils with no rocks larger than 3 inches in diameter or
offsite clean soils free of any organics. Geoscience approval on all the soils is required prior to
their use.
We recommend the improvements extend an additional 5 feet beyond the perimeter of the
building pad and all the areas sensitive to the soil swell potential Field density tests should be
taken at the rate of at least one test per lift per lot in the area of all compacted fill. For areas
where hand tamping is required, the testing frequency should be increased to approximately
one test per lift, per 100 linear feet of area.
We recommend that during moisture conditioning the swell tests should be performed to
ensure that the percent swell tested on the sample is less than 1 %. Also, upon completion of
moisture conditioning process, post improvement testing will be required and a certification
from the testing laboratory should be obtained to ensure that the swell potential of the soils
has been adequately reduced for the design of the slab foundation.
The moisture conditioned pads should be covered with an impermeable moisture barrier and
6 inches of loose soils should be spread on top of impermeable barrier until the time of
construction.
FOUNDATION RECOMMENDATIONS
The foundation recommendations provided in the report are based on the soil information
obtained from the test borings drilled for this site. During construction if the soils at the other
location of building are found to be different than encountered at the location of the test
borings then additional drilling of the test borings will be required.
GEOSCIENCE ENGINEERS, LLC.
-6-
R
GeoSdence
Project # 22-DG6910
Proposed RESIDENTIAL DEVELOPMENT
NWQ of Bridgewood Drive & Boca Raton Boulevard
Fort Worth, Texas
As mentioned earlier that the 8 to 16 feet of fill is required at this site as such re recommend
that the PVR should be reevaluated, and the foundation should be designed based on
updated PTI parameter after the completion the grading.
Slab -On -Grade Type Foundation
In the event that the structural loads are light, then a slab -on -grade type foundation system is
a feasible option for use at this site provided:
• All the existing loose and fill (if any) soils, debris and vegetation are completely
removed and disposed of off- site until hard stratum is encountered.
• Effects of the trees present at this site are taken into consideration in designing the
foundation.
• The risk of some post -construction movement is acceptable. Slab on grade type of
foundation system require periodic cosmetic repairs to building finishes. Additionally,
there is a risk that the ground movements could be greater than anticipated which
could lead to the need for more extensive repairs. These circumstances are most
often associated with poor drainage around the slab perimeter, sub -slab plumbing
leaks, or trees or shrubs planted too close to the foundation. The potential for these
movements, risks associated with long-term performance of slab -on -grade
foundations, and owner/tenant maintenance responsibilities should be fully
understood.
• The subgrade soils should be improved by moisture conditioning method as per the
procedure outlined in this report.
• Additional fill soil if is required should consist of off -site select fill soils.
The slab may be a grid -type grade beam and slab reinforced with conventional repars or
post tension strands. The foundation should be designed with exterior and interior grade
beams adequate to provide sufficient rigidity to the foundation system to sustain the vertical
soil movements expected at this site. The depth of the grade beam should be at least 2 feet
and width should be 10 inches. A net allowable soil bearing pressure of 1,500 psf for the
moisture conditioned soils or natural soils. The bottom of the beams should be free of any
loose or soft material prior to the placement of the concrete. All grade beams and floor slabs
GEOSCIENCE ENGINEERS, LLC.
-7-
GeoSdence
Project # 22-DG6910
Proposed RESIDENTIAL DEVELOPMENT
NWQ of Bridgewood Drive & Boca Raton Boulevard
Fort Worth, Texas
should be adequately reinforced to minimize cracking as normal movements occur in the
foundation soils.
Also, a moisture barrier of polyethylene sheeting or similar material should be placed
between the slab and the subgrade soils to retard moisture migration through the slab. It
should be understood by all parties that a soil -supported foundation system will experience
movement with time.
PTI PARAMETERS
Based on the soil conditions encountered at the location of the test borings drilled for this
study, and, referring to the guide provided in the "Design and Construction of Post -Tensioned
Slabs on Ground", (published by Post -Tensioning Institute (PTI), the structure can be supported
on a foundation system comprised of post -tensioned slab. The "VOLFLO" computer program
was used to estimate swell/shrinkage.
The soil parameters to be utilized for design are as follows.
POST -TENSION PARAMETERS
After improvement of the subgrade soils as per the procedures outlined in this report
(Post -Tensioning Institute Third Edition with 2008 Supplement Design)
i
Minimum Grade Beam Depth: 24 Inches Edge Moisture Variation Distance (em)
Center Lift: 7.6 ft.
Minimum Grade Beam Width: Edge Lift: 3.8 ft.
10Inches
Depth to Constant Soil Suction
Principal Clay Mineral
Constant Suction Value:
Fabric factor
GEOSCIENCE ENGINEERS, I.I.C.
Differential Swell/shrinkage (ym)
Approximately Swell (edge lift): 1.7 inch
10-ft Shrink (center lift): 1.4 inch
Montmorillonite Allowable bearing capacity of the
bottom of the grade beams: 1,500 psf
pF = 3.6
8-
►'� GeoSdence
Project # 22-DG6910
Proposed RESIDENTIAL DEVELOPMENT
NWQ of Bridgewood Drive & Boca Raton Boulevard
Fort Worth, Texas
POST -TENSION PARAMETERS
After improvement of the subgrade soils as per the procedures outlined in this report
(Post -Tensioning Institute Third Edition with 2008 Supplement Design)
Thornthwaite Moisture Index:
Estimated Total Settlement
Estimated Moisture Velocity:
5 Slab subgrade coefficient
Less than 1-in.
Slab -on -sand bedding: 1.00
0.7 in/month Slab -on -polyethylene over sand: 0.75
(Note: If the perimeter grade beams extend into the soil to provide an effective 30-inch
vertical barrier to moisture movement, edge and center lift associated with differential
swell/shrinkage become 1.4 and 1.1 inches, respectively.)
The PTI differential soil movements estimates do not account for site preparation and
vegetative influences, such as prior trees and residential landscaping, which can greatly
influence foundation performance. The actual performance of slab -on -grade foundations will
largely depend on actual soil moisture conditions, construction techniques, site preparation
and landscaping. The construction of post -tensioned slabs requires close attention to detail
during construction. It should also be noted that the trees will absorb the moisture from the
soils underneath the foundation and cause the foundation soils to shrink resulting in
foundation distress. As such, we recommend a root barrier be installed between the trees and
the foundation to avoid any foundation distress in future. The root barrier should be at least 4
feet deep, and all the roots encountered should be cut. Corrugated roofing, commercial
rubber roll or other such type materials should be used as a root barrier material. Seams in the
barrier material should be overlapped at least 18 inches. Some roots may be deeper than the
root barrier and may continue to negatively affect the foundation.
Building Pad Preparation
Prior to the placement of fill soils, all the existing loose and fill (if any) soils, debris and
vegetation should be completely removed and disposed of off -site until hard stratum is
encountered. The disturbed areas should then be widened and deepened until hard stratum
is encountered. All the tree roots should also be removed.
After removing all the items above we recommend the proof rolling should be performed as
per TxDOt item 216. After the passing of the proof rolling the exposed surface area should be
scarified to a depth of 6 inches watered as required and compacted to a minimum of 95
percent of maximum dry density with the moisture content between optimum and 4 points
GEOSCIENCE ENGINEERS, LLC.
9-
GeoSdence
Project # 22-DG6910
Proposed RESIDENTIAL DEVELOPMENT
NWQ of Bridgewood Drive & Boca Raton Boulevard
Fort Worth, Texas
above optimum, then, all receiving fill soils should be placed and compacted as per the
procedure outlined in Soil Swell Potential section of this report.
Additional fill soils if required should consist of select fill soils. Select Fill materials should be
placed in six (6) to eight (8)-inch loose lifts at moisture contents between optimum and 3
percentage points above optimum. Each lift should be compacted to between 95 and 100
percent of the maximum dry density as defined in ASTM D 698. Field density tests should be
taken at the rate of one test per lot per lift. For areas where hand tamping is required, the
testing frequency should be increased to approximately one test per lift, per 100 linear feet of
area.
Select Fill
"Select fill," as referred to in this report, should consist of clayey sands free of organic materials
and have a Plasticity Index between 6 and 16, a Liquid Limit of less than 35, and between 25
and 45 percent passing a No. 200 Sieve. The Placement and compaction of select fill should
be performed in accordance with the "Building Pad Preparation" section of this report.
PAVEMENT RECOMMENDATION
we have developed the following Portland Cement concrete pavement design sections for
use at this site.
Street
Minimum Thickness
(inches)
Portland Cement Concrete 6
Lime Stabilized Subgrade Soils 6
Compacted Subgrade Soils 6
Prior to the placement of any fill in the pavement area, we recommend that all existing loose
and fill (if any) soils, debris and vegetation, trees and tree roots should be completely
removed and disposed of off -site until hard stratum is encountered. The disturbed areas
should then be widened and deepened until hard stratum is encountered.
The exposed subgrade should then be proof rolled as per TxDOt item 216 and after passing
the proof rolling the exposed surface should be scarified to a depth of 6 inches water as
GEOSCIENCE ENGINEERS, LLC.
-10-
-v* GeoSdence
Project # 22-DG6910
Proposed RESIDENTIAL DEVELOPMENT
NWQ of Bridgewood Drive & Boca Raton Boulevard
Fort Worth, Texas
required and compacted to 95 and 100 percent of maximum dry density as defined by ASTM
D 698 (Standard Proctor Test), at moisture content between optimum and 4 points above
optimum.
The upper six inches of subgrade soils should then be stabilized with lime. We estimate
approximately 28 to 36 Ibs/yard for 6-inch-thick-soil will be required to stabilize the subgrade
soils (to reduce the plasticity index to 15 or less). It should be noted that after the final grade is
complete, the actual amount of lime required should be calculated by lime series test in the
laboratory.
The lime stabilized soils should be compacted to a minimum of 95 percent of maximum dry
density with the moisture content between optimum and 4 points above optimum. Field
density tests should be taken at the rate of one test per every 300 linear feet or 5,000 square
feet whichever is lesser per lift.
In the event after final grade, soils with PI of 15 or less are exposed then no lime stabilization to
the subgrade soils are required. Also, if the lime stabilization is not economically feasible then
the thickness of the concrete can be increased to additional one inch or city standards
should be adopted.
Some differential movement in the pavement is anticipated over time due to the swelling of
the subgrade clays at this site. Design of the concrete pavement should specify a minimum
28-day concrete compressive strength of 4,000 psi for machine pour and 4,500 psi for the
hand pour for all the street pavement with 4 percent to 6 percent entrained air. The
concrete should be placed within one and one-half hours of hatching. During hot weather,
the concrete placement should follow ACI 311 Hot Weather concreting and in no case
should the concrete temperature be allowed to exceed 95°F. To avoid excessive heat
periods, consideration should be given to limiting concrete placement to a time of day that
will minimize large differences in the ambient and concrete temperature.
Past experience indicates that pavements with sealed joints on 15 to 20-foot spacings, cut to
a depth of at least one -quarter of the pavement thickness, generally exhibit less uncontrolled
post -construction cracking than pavements with wider spacings. As a minimum, expansion
joints should be used wherever the pavement abut a structural element subject to a different
magnitude of movement, e.g., light poles, retaining walls, existing pavement, building walls,
or manholes. After construction, the construction and expansion joints should be inspected
GEOSCIENCE ENGINEERS, LLC.
-11-
GeoSdence
Project # 22-DG6910
Proposed RESIDENTIAL DEVELOPMENT
NWQ of Bridgewood Drive & Boca Raton Boulevard
Fort Worth, Texas
periodically and resealed, if necessary. The pavement should be reinforced using at least No.
4 bars, 18 inches on center for street or city specification should be used.
RETAINING WALL RECOMMENDATIONS
Lateral Earth Pressures
Recommended equivalent fluid pressures for the design of the retaining walls with level
backfill are presented in Table below. Active equivalent earth pressures are recommended
for retaining walls where the top of the wall is free to deflect. At -rest equivalent fluid pressures
are recommended for retaining walls where the top of the wall is restrained from movement.
Equivalent fluid pressures are presented for drained conditions and a level wall backfill. The
wall backfill should extend at least 24 inches from the wall and on a one horizontal to one
vertical back slope behind the wall to develop the recommended earth pressures.
TABLE - EQUIVALENT FLUID PRESSURES FOR LEVEL BACKFILL
Backfill material
On -site soils
Select fill
Granular backfill
Wall Backfill
Active (Flexible) pcf I At -rest (rigid) pcf
Drained Condition
55
45
35
Drained Condition
70
65
56
Three types of material are recommended for the retaining walls. These backfill types
include:
1. On -Site Clav- On -site clay (PI less than 34)
2. Select Fill - Select fill should consist of sandy clay, silty sand, or clayey sand with a liquid limit
less than 38 and a plasticity index (PI) between 6 and 18.
3. Free-Drainina Granular Fill - Free -draining, granular fill includes sand, crushed limestone,
sand -gravel mixture, crushed concrete, or a sand -crushed stone mixture. The material should
have less than 5 percent passing the No. 200 sieve and less than 30 percent passing the No.
40 sieve. The minus 40-sieve material should be non -plastic.
The wall backfill should extend at least 24 inches horizontally behind the heel of the retaining
wall and then at 1 H: IV slope to within 2 feet of the final grade. The upper 2 feet of the
backfill soils should consist of a compacted high plasticity clay cap having a PI of at least 35.
GEOSCIENCE ENGINEERS, I.I.C.
-12-
GeoSdence
Project # 22-DG6910
Proposed RESIDENTIAL DEVELOPMENT
NWQ of Bridgewood Drive & Boca Raton Boulevard
Fort Worth, Texas
The wall backfill should be placed in maximum 8-inch lifts and uniformly compacted to at
least 95 percent of the standard Proctor maximum dry density (ASTM D 698). The moisture
content for cohesive soil (PI > of 35) should be between +1 and +5 percentage points above
the optimum moisture content (ASTM D 698). Granular fill should be placed at a moisture
content which will allow the desired density to be achieved. Heavy compaction equipment
should not be used directly against the walls. Hand -operated equipment should be used
within 4 feet of the walls.
Wall Backfill Settlement
It is anticipated that backfill that is properly compacted using hand -operated equipment will
settle between '/2 and 1 percent of the fill thickness. This settlement could result in uneven
sidewalks and pavements that are not connected to the walls. Areas that will not be
covered with concrete should therefore be over built and sloped down away from the wall to
allow for backfill settlement. In addition, sidewalks should slope down from the edge of the
wall so that if settlement occurs the sidewalks will not pond water next to the wall.
Wall Drainage System
The walls should have a wall backfill drainage system if a drained condition is assumed for
design to reduce the potential buildup of hydrostatic pressures against the walls. Weep holes
can be used for backfilling drainage for walls less than 5 feet high. One -cubic -foot of free -
draining aggregate is recommended behind each weep hole. The weep holes should be
spaced no greater than 10-foot on -center, with a minimum of two, 3-inch-diameter weep
holes per wall. The drainage aggregate should meet the graduation requirements for ASTM
C 33 coarse concrete aggregate No. 57. A filter fabric should be placed between the
drainage material and the backfill soils. The fabric is recommended to consist of Mirafi 140NL,
Amoco 4545, or equivalent.
For walls greater than 5 feet high that are backfilled with select fill, a vertical granular
drainage layer, in conjunction with a bottom collection system is recommended. The vertical
granular wall drain should be at least 18 inches wide. A non -woven filter fabric should be
placed between the drainage material and wall backfill soils. If granular wall backfill is used,
a vertical granular layer is not required. However, a bottom collection system, as discussed
below, is required with granular wall backfill.
The bottom perimeter collection system should consist of a slotted or perforated drainpipe
surrounded with at least 6 inches of free -draining aggregate placed along the base of the
GEOSCIENCE ENGINEERS, LLC.
-13-
-v* GeoSdence
Project # 22-DG6910
Proposed RESIDENTIAL DEVELOPMENT
NWQ of Bridgewood Drive & Boca Raton Boulevard
Fort Worth, Texas
wall. The aggregate should be as coarse as or coarser than ASTM C 33 Size No. 57 or No. 67
coarse concrete aggregate, with no fines passing the No. 200 sieve. The perforations or slots
in the drainpipe should not allow the aggregate to migrate into the pipe.
A filter fabric should be placed around the drainpipe to help prevent the loss of the finer soil
fraction. The drainpipe should have sufficient strength to prevent collapse due to the
overburden pressures.
Wall Foundation
The structural loads can be supported by auger excavated, straight -sided, steel reinforced,
cast -in -place concrete piers. These piers should be founded at least 4 feet into the tan
weathered limestone. The dimensions of the piers can be determined based on a net
allowable bearing pressure of 14,000 psf and skin friction value of 2,500 psf in compression
and tension. The skin friction component should only be applied to the portion of the shaft
located in the pier -bearing stratum below the recommended minimum penetration. Pier
monitoring by Geoscience representatives is required to verify that the piers are embedded
within gray weathered shale.
Soil Induced Uplift Loads
The piers should be provided with enough steel reinforcement to resist the uplift pressures that
will be exhibited by the near surface soils. We recommend the uplift pressures be
approximated on the order of 1,600 pounds per square foot of shaft area over an average
depth of 10 feet. To resist the net tensile load, the shaft must contain sufficient continuous
vertical reinforcement to the full depth of the pier.
Foundation piers designed and constructed in accordance with the information provided in
this report will have a factor of safety in excess of 2.5 against shear type failure and will
experience minimal settlement (less than one inch).
Pier Installation
The construction of all piers should be observed by experienced geotechnical personnel
during construction to ensure compliance with design assumptions and to verify: (1) the
bearing stratum; (2) the minimum penetration; (3) the removal of all smear zones and
cuttings; (4) that groundwater seepage is correctly handled; and (5) that the shafts are
vertical and within acceptable tolerance levels. Our Firm is available to provide these services
upon request.
GEOSCIENCE ENGINEERS, I.I.C.
-14-
R
GeoSdence
Project # 22-DG6910
Proposed RESIDENTIAL DEVELOPMENT
NWQ of Bridgewood Drive & Boca Raton Boulevard
Fort Worth, Texas
Reinforcing steel and concrete should be placed immediately after the excavation has been
completed and observed. In no event should a pier excavation be allowed to remain open
for more than 8 hours.
LANDSCAPING
Trees will remove water from the soil and, as a result, may cause the soil to shrink; therefore, in
areas where pavement is planned, trees should either:
a). not be planted closer than the mature tree height from the building.
b). have a controlled irrigation system, or
c). be planted in containers.
Excess water ponding on or beside roadways, sidewalks and structural slabs may cause an
unacceptable heave to these structures. To reduce this potential heave, good surface
drainage should be established, and sprinkler systems should be designed and operated to
minimize saturation of soil adjacent to these structures. Sprinkler mains next to buildings are
not recommended.
Bedding soils for plants may collect and direct water underneath the buildings and
pavements; therefore, care should be taken to ensure that water entering the bedding soils
drains away from these structures. If positive drainage away from these structures cannot be
achieved, an impermeable synthetic membrane should be considered to reduce the risk of
water migrating beneath the buildings and pavements. An 18-inch-deep vertical water
barrier along the pavement edge fronting landscaped areas may be desirable to help
prevent irrigation water from having ready access to the soils beneath the pavement.
Special attention should be given to provide good drainage from plantings inside the building
courtyards and planter boxes.
The completed landscaping should be carefully inspected to verify that plantings properly
drain. Soil in plantings may settle, which will tend to pond water, or plantings may block
entrances to surface drains. Therefore, maintaining positive drainage from landscape
irrigation will be an ongoing concern.
GEOSCIENCE ENGINEERS, I.I.C.
-15-
-v* GeoSdence
SITE GRADING and DRAINAGE
Project # 22-DG6910
Proposed RESIDENTIAL DEVELOPMENT
NWQ of Bridgewood Drive & Boca Raton Boulevard
Fort Worth, Texas
All grading should provide positive drainage away from the proposed structures and should
prevent water from collecting or discharging near the foundations. Water must not be
permitted to pond adjacent to the structures during or after construction.
Surface drainage gradients should be designed to divert surface water away from the
buildings and edges of pavements and towards suitable collection and discharge facilities.
Unpaved areas and permeable surfaces should be provided with steeper gradients than
paved areas. Pavement drainage gradients within 5 feet of buildings should be constructed
with a minimum slope of 1 /4 inch per foot to prevent negative drainage gradients (ponding
water conditions) from developing due to differential upward pavement movements.
Sidewalk drainage gradients should be along maximum slopes allowed by local codes.
Roofs should be provided with gutters and downspouts to prevent the discharge of rainwater
directly onto the ground adjacent to the building foundations. Downspouts should not
discharge into any landscaped bed near the foundations. Roof downspouts and surface
drain outlets should discharge into erosion -resistant areas, such as paving or rock riprap.
Recessed landscaped areas filled with pervious sandy loam or organic soil should not be used
near the foundation. Landscaped beds should be elevated above a compacted and well -
graded clay surface. Sealed planters are preferred. All trees should be a minimum of one-
half their mature height away from the building or pavement edges to reduce potential
moisture losses. Water permitted to pond in planters, open areas, or areas with unsealed
joints next to structures can result in on -grade slab or pavement movements, which exceed
those, indicated in this report.
Exterior sidewalks and pavements will be subject to some post construction movement as
indicated in this report. These potential movements should be considered during preparation
of the grading plan. Flat grades should be avoided. Where concrete pavement is used,
joints should be sealed to prevent the infiltration of water. Some post -construction movement
of pavement and flatwork may occur. Particular attention should be given to joints around
the building. These joints should be periodically inspected and resealed where necessary
GEOSCIENCE ENGINEERS, I.I.C.
-16-
-v* GeoSdence
CLOSURE
Project # 22-DG6910
Proposed RESIDENTIAL DEVELOPMENT
NWQ of Bridgewood Drive & Boca Raton Boulevard
Fort Worth, Texas
It should be noted that some variations in soil and moisture conditions may exist between
different parts of the site. Statements in this report as to subsurface variations over given
areas are intended as estimations only, based upon the data obtained from specific borings
location.
The results, conclusions, and recommendations contained in this report are directed at, and
intended to be utilized within the scope of work outlined in this report. The report is not
intended for use in any other manner. Geoscience Engineers, LLC., makes no claim or
representation concerning any activity or condition falling outside the specified purposes for
which this report is directed; said purposes being specifically limited to the scope of work as
defined herein. Inquiries regarding scope of work, activities and/or conditions not specifically
outlined herein, should be directed to Geoscience Engineers, LLC.
GEOSCIENCE ENGINEERS, LLC.
-17-
� R
GeoSbence
LLUSTRATIONS
GEOSCIENCE ENGINEERS, LLC.
Project # 22-DG6910
Proposed RESIDENTIAL DEVELOPMENT
NWQ of Bridgewood Drive & Boca Raton Boulevard
Fort Worth, Texas
� R
GeoSbence
M" TA E
Approximate Boring Location
Geoscience Project No.: 22-DG6910
GEOSCIENCE ENGINEERS, LLC.
Project # 22-DG6910
Proposed RESIDENTIAL DEVELOPMENT
NWQ of Bridgewood Drive & Boca Raton Boulevard
Fort Worth, Texas
Yg
a
BORING LOCATION PLAN
Proposed RESIDENTIAL DEVELOPMENT
NEQ of Bridgewood Dr & Boca Raton Blvd
Fort Worth, Texas
Plate A
�'�GeoScience LOG OF BORING NO. B-1
n c o r p o r a t e d Proposed "RESIDENTIAL DEVELOPMENT"
FIELD DATA
U, ILU
=
�(nC/)
LU
arw00
LU
U
0
X J W 0 m m
_ ,60 Jz0H
J
q�
a_ _ Cn
L.L
co
0 co U) Ua 0- z
U) —
0/ P4.5+
2.0
T100/
2.5"
T100/
3.0"
T100/
3.0"
T100/ 20.0
3.0"
25
30
NWQ of Bridgewood Dr & Boca Raton Blvd
Fort Worth, Texas
Project No. 21-DG6910
Location: See Location Plan
LA
30RATORY DATA
Surface Elevation: Unknown
Drilling Method: CFA
0
F-
X
H
0o
co
Date Boring Drilled: 01/17/2022
z
LU
=
0z
w
H
Completion Depth: 20
z
F
~
w o
O O
Groundwater Information:
0
g
z F
z
Seepage Encountered During Drilling: None
-J
F
F
o Z Z
rn
Upon Completion: Dry
F
co
co
� LL
Q j
F F
DESCRIPTION OF STRATUM
�
°
a
a
D a D ;Cr .
a n
° ° 3:
Tan CLAYEY SAND (SC) with limestone fragments
7
23
13
10
Tan weathered LIMESTONE with clayey sand seams
■ U M
1fl
❑
11
TUBE AUGER SPLIT-
ROCK
THD
NO
SAMPLE SAMPLE SPOON
CORE
CONE
RECOVERY
PEN
Geoscience Engineering & Testing
REMARKS:
6
8
8
8
Plate 1
�'�GeoScience LOG OF BORING NO. B-2
n c o r p o r a t e d Proposed "RESIDENTIAL DEVELOPMENT"
FIELD DATA
U, ILU =
�(nC/) LU
LU
U arw00 0
X J W 0 m m
_ ,6 0 _Jz 0
q�
a_ J _ C/) L.L
0 coco U) cai� U �
P4.5+
P4.5+
4.5
T100/
A 3.5"
14.0
15 T100/
3.0"
20 - T100/ 20.0
2.5"
25
30
NWQ of Bridgewood Dr & Boca Raton Blvd
Fort Worth, Texas
Project No. 21-DG6910
Location: See Location Plan
LA
30RATORY DATA
Surface Elevation: Unknown
0
Drilling Method: CFA
F-
X
H
0o
co
Date Boring Drilled: 01/17/2022
z
LU
=
0z
w
H
Completion Depth: 20
z
F
~
w o
O O
Groundwater Information:
0
g
z F
z
Seepage Encountered During Drilling: None
F
F
o Z Z
u>
co
Upon Completion: Dry
F
co
co
o CL
Q j
F F
DESCRIPTION OF STRATUM
�
°
a
a
Cr
D a D; .
a n°
Tan CALCAREOUS CLAY (CL) with limestone
8
fragments
11
28
14
14
116
46
Tan weathered LIMESTONE with calcareous clay
seams
Gray weathered SHALE
■ U M
1fl
❑
11
TUBE AUGER SPLIT-
ROCK
THD
NO
SAMPLE SAMPLE SPOON
CORE
CONE
RECOVERY
PEN
Geoscience Engineering & Testing
REMARKS:
9
9
12
8
Plate 2
�t'�GeoScience LOG OF BORING NO. B-3
p o r a t e d Proposed "RESIDENTIAL DEVELOPMENT"
NWQ of Bridgewood Dr & Boca Raton Blvd
Fort Worth, Texas
Project No. 21-DG6910
FIELD DATA Location: See Location Plan LA 30RATORY DATA
Surface Elevation: Unknown
1 0
LL F F Drilling Method: CFA F X H w
LL Date Boring Drilled: 01/17/2022 z LU o O ~ LL
(n coa
Y a z w Completion Depth: 20 z F ~ w o z 0 O
O a m m g Groundwater Information: z F LU z U U
_ JO J Z F Seepage Encountered During Drilling: None p F F of z z can w co Q w
iZ _ Upon Completion: Dry F co co � LL a F F
o /°/C d z i� DESCRIPTION OF STRATUM 3 ° a a D a D; Cr . o n°
/P4.5+ Reddish brown SANDY CLAY (CL) with a trace of 7
/ calcareous nodules
/ P4.5+ 3.0 7
Tan CALCAREOUS CLAY CL with limestone
5 P4.5+ fragments 9 34 15 19 56
P4.5+ 7.0 9
Tan weathered LIMESTONE with calcareous clay
seams
10 T100/ 10
3.5"
11.0
Gray LIMESTONE
1 T100/ 8
15
2.5"
20 1 T100/ 20.0 8
2.0"
25
30
REMARKS:
U M
1fl
❑
11
TUBE AUGER SPLIT-
ROCK
THD
NO
SAMPLE SAMPLE SPOON
CORE
CONE
RECOVERY
PEN
Geoscience Engineering & Testing
Plate 3
�t'�GeoScience LOG OF BORING NO. B-4
n c 0 r p o r a t e d Proposed "RESIDENTIAL DEVELOPMENT"
NWQ of Bridgewood Dr & Boca Raton Blvd
Fort Worth, Texas
Project No. 21-DG6910
FIEL) DATA
Location: See Location Plan
LA 30RATORY DATA
Surface Elevation: Unknown
LL F F
Drilling Method: CFA
1
F
X
H
0
w
LL
(n coa
Date Boring Drilled: 01/17/2022
z
LU o
O
~ LL
Y a z
w
Completion Depth: 15
z
F
~
w o
LU
z
0 O
O a m m
g
Groundwater Information:
z F
z
U U
_
JO J Z
F
Seepage Encountered During Drilling: None
p
F
F
of z z
can w
Q w
iZ
_
Upon Completion: Dry
F
co
co[L
00 LL
a
F F
o
° co e d z
i�
DESCRIPTION OF STRATUM
3
°
a
a
D a D; Cr .
o n°°3:
Reddish brown SANDY CLAY (CL) with a trace of
s
30
15
15
T/e/P4.5+ calcareous nodules
3.0 16
Tan CALCAREOUS CLAY CL with limestone
fragments ( )
- 5
P4.5+
7.0
15 T100/
0.7"
20
25
30
Tan weathered LIMESTONE with calcareous clay
seams
Auger refusal at 15'
■ U M
1fl
❑
11
TUBE AUGER SPLIT-
ROCK
THD
NO
SAMPLE SAMPLE SPOON
CORE
CONE
RECOVERY
PEN
Geoscience Engineering & Testing
REMARKS:
is
14
12
106 2.5 66
Plate 4
�t'�GeoScience LOG OF BORING NO. B-5
p o r a t e d Proposed "RESIDENTIAL DEVELOPMENT"
NWQ of Bridgewood Dr & Boca Raton Blvd
Fort Worth, Texas
Project No. 21-DG6910
FIEL) DATA Location: See Location Plan LA 30RATORY DATA
Surface Elevation: Unknown
1 0
LL F F Drilling Method: CFA F X H w
LL Date Boring Drilled: 01/17/2022 z LU o O ~ LL
(n coa
Y a z w Completion Depth: 20 z F ~ w o z 0 O
O a m m g Groundwater Information: z F LU z U U
_ JO J Z F Seepage Encountered During Drilling: None p F F of z z can w Q w
iZ _ Upon Completion: Dry F co co[L 00 LL a F F
o /°/co � d z i p DESCRIPTION OF STRATUM 3 ° a a D a D; Cr . o n°°�
�/ / P4.5+ Reddish brown SANDY CLAY (CL) with a trace of 10
/ calcareous nodules
// P4.5+ 3.0 12
Tan CALCAREOUS CLAY CL with limestone
5 -
/ P3.25 fragments 14 106 2.1
P4.5+ 14
10 -� j/A P4.5+ 11.0
Tan weathered LIMESTONE with calcareous clay
seams
14.0
15 T100/ Gray LIMESTONE
3.0"
20
25
30
T100/ 20.0
2.5"
■ U M
1fl
❑
0
TUBE AUGER SPLIT-
ROCK
THD
NO
SAMPLE SAMPLE SPOON
CORE
CONE
RECOVERY
PEN
Geoscience Engineering & Testing
REMARKS:
14 49 19 30 67
is
10
Plate 5
�'�GeoScience LOG OF BORING NO.
B-6
n c o r p
or a t e
d Proposed "RESIDENTIAL DEVELOPMENT"
NWQ of Bridgewood Dr & Boca Raton
Blvd
Fort Worth, Texas
Project No. 21-DG6910
FIELD DATA
Location: See Location Plan
LA
30RATORY DATA
Surface Elevation: Unknown
LL F F
Drilling Method: CFA
F
X
H
00
w
LL
(n COa
Date Boring Drilled: 01/17/2022
zLU
o
O
~ LL
Y
a z��
w
Completion Depth: 20
z
F ~
w o
LU
z
O
O
a m m
g
Groundwater Information:
00
>- z F
z
U U
_ O
J Z
F
Seepage Encountered During Drilling: None
p
�p z z
can w
co Q w
iZ
_
Upon Completion: Dry
F
co
co
CL
a>
F F
o °
d z
i
DESCRIPTION OF STRATUM
° a
a
Cr
z a Z; .
o n°
o
P4.5
Tan CALCAREOUS CLAY (CH) with limestone
12
fragments
P4.5
11
51 19
32
5
P3.0
15
P3.5
15
8.0
Tan weathered LIMESTONE with calcareous clay
T100/ seams 12
10 3.5"
_ 14.0
15 T100/ Gray LIMESTONE 11
2.5"
20 _'\ T100/ 20.0 8
1.5"
25
30
REMARKS:
U M
1fl
❑
11
TUBE AUGER SPLIT-
ROCK
THD
NO
SAMPLE SAMPLE SPOON
CORE
CONE
RECOVERY
PEN
Geoscience Engineering & Testing
Plate 6
�t'�GeoScience LOG OF BORING NO. B-7
p o r a t e d Proposed "RESIDENTIAL DEVELOPMENT"
NWQ of Bridgewood Dr & Boca Raton Blvd
Fort Worth, Texas
Project No. 21-DG6910
FIELD DATA Location: See Location Plan LA 30RATORY DATA
Surface Elevation: Unknown
1 0
LL F F Drilling Method: CFA F X H w
LL Date Boring Drilled: 01/17/2022 z LU o O ~ LL
(n coa
Y a z w Completion Depth: 20 z F F w o z 0 O
O a m m g Groundwater Information: z F z U U
_ JO J z 0 F Seepage Encountered During Drilling: None � p - CQ z z can w Q w
iZ _ Upon Completion: Dry F 5 co co CL a� -J F F
o ° U)� d� z i DESCRIPTION OF STRATUM 3 ° a a D a D; . o Cr n°
0 / P4.5+
Tan CALCAREOUS CLAY (CL) with limestone 13
/ fragments
/ P4.5+
/ 12 54 22 32 67
5 -/ P4.5+ 15
P4.5+ 7.0 15
T100/
5.0"
T100/
4.0"
17.0
T100/ 20.0
— 2.5"
25 -
30
Tan weathered LIMESTONE with calcareous clay
seams
Gray LIMESTONE
■ U M
1fl
❑
11
TUBE AUGER SPLIT-
ROCK
THD
NO
SAMPLE SAMPLE SPOON
CORE
CONE
RECOVERY
PEN
Geoscience Engineering & Testing
REMARKS:
15
14
10
Plate 7
�'�GeoScience LOG OF BORING NO.
B-8
n c o r p
or a t e
d Proposed "RESIDENTIAL DEVELOPMENT"
NWQ of Bridgewood Dr & Boca Raton
Blvd
Fort Worth, Texas
Project No. 21-DG6910
FIEL)
DATA
Location: See Location Plan
LA
30RATORY DATA
Surface Elevation: Unknown
LL F F
Drilling Method: CFA
F
X
H
w
LL
(n coaLU
Date Boring Drilled: 01/17/2022
z
LU o
O
~ LL
Y
a z
w
Completion Depth: 20
z
F F
w o
LU
z
0 O
O
a m m
g
Groundwater Information:
00
z F
z
U U
_ O
J Z
F
Seepage Encountered During Drilling: None
p
�p z z
can w
co Q w
iZ r
0-r _
Upon Completion: Dry
F
co
co
CL
a�
F F
o °
< d z
i
DESCRIPTION OF STRATUM
° a
a
Cr
a Z; .
o n°
o
N/
P4.5+
Orange tan SANDY CLAY (CL) with a trace of
7
calcareous nodules
P4.5+
6
-Reddish brown below 4'
5
P4.5+
7
7.0
6
24 12
12
38
Tan and gray CLAY SHALE
T100/ 10 6.5.5" 12
T100/ 15 5.5•5" 15 63 23 40
T100/
20 4.0° 20.0 13
25
30
REMARKS:
U M
1fl
❑
11
TUBE AUGER SPLIT-
ROCK
THD
NO
SAMPLE SAMPLE SPOON
CORE
CONE
RECOVERY
PEN
Geoscience Engineering & Testing
Plate 8
�t'�GeoScience LOG OF BORING NO. B-9
n c 0 r p o r a t e d Proposed "RESIDENTIAL DEVELOPMENT"
NWQ of Bridgewood Dr & Boca Raton Blvd
Fort Worth, Texas
Project No. 21-DG6910
FIEL) DATA
Location: See Location Plan
LA 30RATORY DATA
Surface Elevation: Unknown
LL F F
Drilling Method: CFA
F
X
H
00
w
LL
(n COa
Date Boring Drilled: 01/17/2022
zLU
p
O
~ LL
Y
a z��
L
Completion Depth: 20
z
F
~
w p
z
O
O
aJJ m m
g
Groundwater Information:
00
2
�
~
z F
z
U U
_ � JO
J z
F
Seepage Encountered During Drilling: None
�
p
p z z
can L
Q w
iZ
_
Upon Completion: Dry
F
p
co
co[L
00 LL
a
F F
o ° U
d� z
i�
DESCRIPTION OF STRATUM
3
°
a
a
Cr
D a D; .
o n
°°3:
0
0
P4.5+
Tannish brown CLAY (CH) with silty sand seams
11
54
20
34
P4.5+
12
5
P4.5+
12
P4.5+
7.0
11
Tan weathered LIMESTONE with calcareous clay
seams
13
15 1 T100/ -Tan and gray below 14' 11
3.0"
20 1 T100/ 20.0 12
2.5"
25
30
REMARKS:
U M
1fl
❑
11
TUBE AUGER SPLIT-
ROCK
THD
NO
SAMPLE SAMPLE SPOON
CORE
CONE
RECOVERY
PEN
Geoscience Engineering & Testing
Plate 9
�'�GeoScience LOG OF BORING NO. B-10
n c o r p o r a t e d Proposed "RESIDENTIAL DEVELOPMENT"
FIEL) DATA
U, I =
�LU (nC/) LU
LU
U arw00 0
X J W 0 m m
_ ,6 0 -Jz 0
q�
a_ J _ C/) L.L
0 //c//can cai� d � z U)
0
/ P4.0
/ P4. + 5
4.0
5
7.0
10
15
20
25
30
NWQ of Bridgewood Dr & Boca Raton Blvd
Fort Worth, Texas
Project No. 21-DG6910
Location: See Location Plan
LA
30RATORY DATA
Surface Elevation: Unknown
Drilling Method: CFA
0
F-
X
H
0o
co
Date Boring Drilled: 3/14/2022
z
LU
=
0z
w
H
Completion Depth: 15
z
F
~
w o
O O
Groundwater Information:
0
g
z F
z
Seepage Encountered During Drilling: None
0
0
o Z Z
u>
Upon Completion: Dry
F
5
co
co
CL
Q j
-J F F
DESCRIPTION OF STRATUM
3
°
a
a
D a D; .
a n°
Reddish brown SANDY CLAY (CL) with a trace of
13
31
18
13
calcareous nodules
Tan CALCAREOUS CLAY (CL) with limestone
fragments
Tan weathered LIMESTONE with calcareous clay
9.0 seams
T100/
3.5" Gray LIMESTONE
T100/
Auger refusal at 15'
■ U M
1fl
❑
11
TUBE AUGER SPLIT-
ROCK
THD
NO
SAMPLE SAMPLE SPOON
CORE
CONE
RECOVERY
PEN
Geoscience Engineering & Testing
REMARKS:
6
6 29 17 12
14
12
Plate 10
�'�GeoScience LOG OF BORING NO. B-11
n c o r p o r a t e d Proposed "RESIDENTIAL DEVELOPMENT"
FIELD DATA
U, ILU =
�(nC/) LU
LU
U arw00 0
X J W 0 m m
_ ,6 0 -Jz 0
q�
a_ J _ C/) L.L
0 cocoU) Ua0d -z U�
/ P4.5+
j 3.0
P4.5+ i
6.0
T100/
5.0"
T100/
3.5"
11.0
T100/
2.5"
T100/ 20.0
2.0"
25
30
NWQ of Bridgewood Dr & Boca Raton Blvd
Fort Worth, Texas
Project No. 21-DG6910
Location: See Location Plan
LA
30RATORY DATA
Surface Elevation: Unknown
Drilling Method: CFA
0
F-
X
H
0o
co
Date Boring Drilled: 03/02/2022
z
LU
=
0z
w
H
Completion Depth: 20
z
F
~
w o
O O
Groundwater Information:
0
g
z F
z
Seepage Encountered During Drilling: None
0
0
o Z Z
u>
Upon Completion: Dry
F
5
co
co
CL
Q j
-J F F
DESCRIPTION OF STRATUM
�
°
a
a
D a D ; .
a n
° ° 3:
Reddish brown SANDY CLAY (CL) with a trace of
19
calcareous nodules
11
Tan CALCAREOUS CLAY (CL) with limestone
fragments 9 43 27 16
Tan weathered LIMESTONE with calcareous clay 10
seams
Gray LIMESTONE
■ U M
1fl
❑
11
TUBE AUGER SPLIT-
ROCK
THD
NO
SAMPLE SAMPLE SPOON
CORE
CONE
RECOVERY
PEN
Geoscience Engineering & Testing
REMARKS:
9
9
7
Plate 11
�t'�GeoScience LOG OF BORING NO. B-12
p o r a t e d Proposed "RESIDENTIAL DEVELOPMENT"
NWQ of Bridgewood Dr & Boca Raton Blvd
Fort Worth, Texas
Project No. 21-DG6910
FIELD DATA Location: See Location Plan LA 30RATORY DATA
Surface Elevation: Unknown
1 0
LL F F Drilling Method: CFA F X H w
LL Date Boring Drilled: 03/02/2022 z LU o O ~ LL
(n coa
Y a z w Completion Depth: 20 z F F w o z 0 O
O a m m g Groundwater Information: z F z U U
_ O J Z F Seepage Encountered During Drilling: None p �p z z 'nn w Q w
iZ _ Upon Completion: Dry F co co CL a> F F
o ° co� d� z i- DESCRIPTION OF STRATUM 3 ° a a D a D; . o Cr n°°3:
////
Reddish brown CLAYEY(SC) with a trace of calcareous 8
nodules
3.0 7 28 17 11
P4.5+ i
/Tan CALCAREOUS CLAY (CL) with limestone
j/ 5 fragments 7 21 12 9
4 6.0
T100/
4.5" Tan weathered LIMESTONE with calcareous clay 5
seams
T100/
10 3.0" 11
13.0
Gray LIMESTONE
T100/
15 3.0" 8
T100/
20 1.5" 20.0 7
25
30
■ U M
1fl
❑
11
TUBE AUGER SPLIT-
ROCK
THD
NO
SAMPLE SAMPLE SPOON
CORE
CONE
RECOVERY
PEN
Geoscience Engineering & Testing
REMARKS:
Plate 12
Project # 22-DG6910
Proposed RESIDENTIAL DEVELOPMENT
. NWQ of Bridgewood Drive 8 Boca Raton Boulevard
Fort Worth, Texas
GeoSd e n ce
Proposed RESIDENTIAL DEVELOPMENT
NEQ of Bridgewood Dr & Boca Raton Blvd
Fort Worth, Texas
SUMMARY OF SWELL TESTS
Boring Number B-3
Sample Depth (ft.) 4-6
Initial Moisture Content (%) 9
Final Moisture Content (%) 20
Applied Surcharge Pressure (psf) 625
Vertical Swell (%) 0.6
Liquid Limit 34
Plastic Limit 15
Plasticity Index 19
GEOSCIENCE ENGINEERS, LLC.
F" GeoSbence
Geology Map
GEOSCIENCE ENGINEERS, LLC.
Project # 22-DG6910
Proposed RESIDENTIAL DEVELOPMENT
NWQ of Bridgewood Drive & Boca Raton Boulevard
Fort Worth, Texas
2D22
�zt
l
S1 W i
1 rL T
v
E '
t
} Trimly Heights, art"tints'-jy
�$ocaaRatOn�gwl"
Bridgewoad Dr & Boca,Raton Blvd,^ y
®�CC3
o t:
o y
U
3
can Q+4gCT
Q o
47s._
r.
i Woodc^eek..Wlaoe
wrrr �
�rr�s. ybraok+t7d
1 �
L
.age Mistyk
.TastehutlSELive!
r�
4VGeoSeience
APPENDIX
Previously Drilled Boring Logs
GEOSCIENCE ENGINEERS, I.I.C.
Project # 22-DG6910
Proposed RESIDENTIAL DEVELOPMENT
NWQ of Bridgewood Drive & Boca Raton Boulevard
Fort Worth, Texas
VGeoScience
Approximate Boring Location
Project No.: 21-DG6301
GEOSCIENCE ENGINEERS, I.I.C.
Proposed RESIDENTIAL DEVELOPMENT
Boca Raton Blvd & Bridgewood Dr
Fort Worth, Texas, 76112
BORING LOCATION PLAN
Proposed RESIDENTIAL DEVELOPMENT
Boca Raton Blvd & Bridgewood Dr
Fort Worth, Texas
Plate A
WN GenScience LOG OF BORING NO. B-1
Proposed "RESIDENTIAL DEVELOPMENT"
Boca Raton Blvd & Bridgewood Dr
Fort Worth, Texas, 76112
Project No. 21-DG6301
FIELD DATA Location: See Location plan LABORATORY DATA
Surface Elevation: Unknown 8-1
� Drilling Method: CFA x F o U)
w~ <n a Date Boring Drilled: 03-28-2021 w Z � O z LL
U a- w O O o Completion Depth: 20 z r g } w w z 00
O CL _J J g Groundwater Information: 00 z F z U 2
_ O z o Seepage Encountered During Drilling: None o F F o Z Z D of
d � Lu
_ Upon Completion: Dry 5 Q Q ii 00 of CL Q j
o ° co mm a z i LL DESCRIPTION OF STRATUM 3 ° a ii D a m; n°°�
P3.0 Brown SANDY CLAY (CL) with calcareous nodules 12 45 18 27 52
P4.5+ 8
4
�.. N17 Brown and orange CLAYEY SAND (SC) with calcareous 8
// 6
clay seams
/jTan and gray SHALY CLAY (CH) with a trace of
calcareous nodules
/ P4.5 18 58 20 38
10 -/
I
J
P4.5 17
/ I
15 -/
/ P4.5 18
20
20
25 -
30 -
REMARKS:
U z
11
0
N
TUBE AUGER SPLIT-
ROCK
THD
NO
SAMPLE SAMPLE SPOON
CORE
CONE
RECOVERY
PEN
Geoscience Engineering & Testing
Plate 1
WN GenScience LOG OF BORING NO. B-2
Proposed "RESIDENTIAL DEVELOPMENT"
FIELD DATA
LL
w~<oU)
a-
0
w
a-
��
o
OfJ
wom00
2 o f S 00
a- Z p H
Q= d
H
<
a- J 2
2 ~U)LL
w C1�
Q
HH
0
un, a H Z
cn
//cn//cn
P2.5
�
P4.5
5 -/////I P4.5
///§ 6
40/0
10
P4.5
• 10 /
/ I15 P4.5 /
16
20 T100/ 20
3.5
25 -
30 -
Boca Raton Blvd & Bridgewood Dr
Fort Worth, Texas, 76112
Project No. 21-DG6301
Location: See Location plan
LABORATORY DATA
Surface Elevation: Unknown
0
Drilling Method: CFA
F-
x
F o
U)
Date Boring Drilled: 03-28-2021
w
o
z
O
~ w
Completion Depth: 20
z
r
w o z
?' z = O
0 O
Groundwater Information:
O
U
} z
~ 2
U V
Seepage Encountered During Drilling: None
�
o
U
F
U
F
�~
o Z Z
Ov
D
Upon Completion: Dry
Q
(n
ii W CL Q j
w
DESCRIPTION OF STRATUM
3
°
a
IL
CL
a ; n
co
Brown SANDY CLAY (CL) with calcareous nodules
19
8
32
14
18
115 4.8
Tan and gray SHALY CLAY (CH) with silty sand seams
Tan weathered LIMESTONE with calcareous clay
seams
REMARKS:
U
z
11
0
N
TUBE
AUGER
SPLIT-
ROCK
THD
NO
SAMPLE
SAMPLE
SPOON
CORE
CONE
RECOVERY
PEN
7
18
16 56 21 35
14
42
Geoscience Engineering & Testing Plate 2
WN GenScience LOG OF BORING NO. B-3
Proposed "RESIDENTIAL DEVELOPMENT"
Boca Raton Blvd & Bridgewood Dr
Fort Worth, Texas, 76112
Project No. 21-DG6301
FIELD DATA Location: See Location plan LABORATORY DATA
Surface Elevation: Unknown 8-1
� Drilling Method: CFA x F o U)
w~ <n a Date Boring Drilled: 03-28-2021 w Z � O z LL
U a- w O O o Completion Depth: 20 z r g } w w z 00
O CL _J J g Groundwater Information: 00 z F z U 2
_ O z o Seepage Encountered During Drilling: None o F F o Z Z D of
d � Lu
_ Upon Completion: Dry 5 Q Q ii 00 of CL Q j
o ° co mm a z i LL DESCRIPTION OF STRATUM 3 ° a ii D a m; n°°�
P4.5 Brown SANDY CLAY (CL) with calcareous nodules 11
P4.5 12 49
5
/ P4.5 5 8 31 15 16
/ Tan and gray SHALY CLAY (CH) with silty sand seams
/ P4.5 17
10
J
15 P4.5 16 -/
/ P4.0 18 57 20 37 103 2.6
20
20
25 -
30 -
REMARKS:
U
11
11
0
N
TUBE
AUGER
SPLIT-
ROCK
THD
NO
SAMPLE
SAMPLE
SPOON
CORE
CONE
RECOVERY
PEN
Geoscience Engineering & Testing Plate 3
WN GenScience LOG OF BORING NO. B-4
Proposed "RESIDENTIAL DEVELOPMENT"
Boca Raton Blvd & Bridgewood Dr
Fort Worth, Texas, 76112
Project No. 21-DG6301
FIELD DATA Location: See Location plan LABORATORY DATA
Surface Elevation: Unknown 8-1
� Drilling Method: CFA x F o U)
w~ <n a Date Boring Drilled: 03-28-2021 w Z � O z LL
U a- w O O o Completion Depth: 20 z r g } w w z 00
O CL _J J g Groundwater Information: 00 z F z U 2
_ O z o Seepage Encountered During Drilling: None o F F o Z Z D of
d � Lu
_ Upon Completion: Dry 5 Q Q ii 00 of CL Q j
o ° co mm a z i LL DESCRIPTION OF STRATUM 3 ° a ii D a m; n°°�
P2.5 Brown SANDY CLAY (CL) with calcareous nodules 18 52
P4.5 11 113
5
/ P4.5 5 14 56 22 34
/ Tan and gray SHALY CLAY (CH) with silty sand seams
P4.5 15 62 23 39
10 /
/ 15 P4.5 17
-/
I
16
Tan weathered LIMESTONE with calcareous nodules
20 T100/ 20 12
4.5"
25 -
30 -
REMARKS:
U
z
11
0
N
TUBE
AUGER
SPLIT-
ROCK
THD
NO
SAMPLE
SAMPLE
SPOON
CORE
CONE
RECOVERY
PEN
Geoscience Engineering & Testing Plate 4
G e a5 c i e n c e Proposed RESIDENTIAL DEVELOPMENT
Boca Raton Blvd 8 Bridgewood Dr
Fort Worth, Texas, 76112
Proposed RESIDENTIAL DEVELOPMENT
Boca Raton Blvd & Bridgewood Dr
Fort Worth, Texas
SUMMARY OF FREE SWELL TESTS
Boring Number B-2
Sample Depth (ft.) 2-4
Initial Moisture Content (o7a) 8
Final Moisture Content M 14
Applied Surcharge Pressure (psf) 375
Vertical Swell (%) 1.5
Liquid Limit 32
Plastic Limit 14
Plasticity Index 18
PLATE 5
GEOSCIENCE ENGINEERS, I.I.C.
GR-01 60 00 Product Requirements
THIS PAGE LEFT INTENTIONALLY BLANK
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 5/30/2025
i
!!!!!!!! Attention:
Mix Designs do not sui2ersede CFW S eciTications !!!!!!!!!!
Appro-1
Spec No.
Classification
Manufacturer
Mix ID
Mix Description 1
Design
Concrete
Class A (Sidewalk, ADA Ramps, Driveways, Curb/Gutter, Median Pavement)
9/9/2022
32 13 20
Mix Design
American Concrete Company
30CAF029
3000 psi
3-5" Slump; 3-6% Air
4/3/2025
32 1320
Mix Design
Big Town Concrete
2211
3000 psi
3-5" Slump; 3-6% Air
9/9/2022
32 1320
Mix Design
Bumc , Texas
30U101AG
3000 psi
3-5" Slump; 3-6% Air
4/1/2024
32 1320
Mix Design
Buraco Texas
30U500BG
3000 psi
3-5" Slump; 3-6% Air
9/9/2022
32 1320
Mix Design
Carder Concrete
FWCC502001
3000 psi
3-5" Slump; 3-6%Air
9/9/2022
32 13 20
Mix DesF
Carder Concrete
FWCC502021
3500 psi
3-5" Slump; 3-6% Air
9/9/2022
32 1320
Mix Design
Chisholm Trail Redi Mix
C13020AE
3000 psi
3-5" Slump; 4.5-7.5%Air
4/28/2025
32 13 20
Mix DesIP,n
Chisholm Trail Redi Mix
CT6020A
3600 psi
3-5" Slump; 3-6% An
9/9/2022
32 1320
Mix Design
City Concrete Corrwany
30HA20H
3000 psi
3-5" Slump; 3-6%Air
9/9/2022
32 13 20
Mix DesIP,n
Cow Town Redi Mix
253-W
3000 psi
3-5" Slump; 3-6% An
9/9/2022
32 1320
Mix Design
Cow Town Redi Mix
250
3000 psi
3-5" Slump; 3-6%Air
9/9/2022
32 13 20
Mix DesIP,n
Cow Town Redi Mix
350
3000 psi
3-5" Slump; 3-6% Air
1/29/2024
32 1320
Mix Design
Estrada Ready Mix
R3050AEWR
3000 psi
3-5" Slump; 3-6%Air
9/9/2022
32 13 20
Mix Des
Holcim- Holcim - SOR, Inc.
1261
3000 psi
3-5" Slump; 3-6% Air
9/23/2024
32 1320
Mix Design
Holcim - SOR, Inc.
5177
3000 psi
3-5" Slump; 3-6%Air
5/8/2025
32 13 20
Mix DesF
Holcim - SOR, Inc.
530WA-Ti
3000 psi
3-5" Slump; 3-6% Air
4/7/2023
32 1320
Mix Design
Liquid Stone
C301D
3000 psi
3-5" Slump; 3-6%Air
9/9/2022
32 13 20
Mix DesIP,n
Martin Marietta
R2136214
3000 psi
3-5" Slump; 3-6% Air
9/9/2022
32 1320
Mix Design
Martin Marietta
R2136014
3000 psi
3-5" Slump; 3-6%Air
4/1/2023
32 13 20
Mix DesIP,n
Martin Marietta
R2136N14
3000 psi
3-5" Slump; 3-6% Air
6/1/2023
32 13 20
Mix Design
Martin Marietta
R2136R20
3000 psi
3-5" Slump; 3-6% Air
6/1/2023
32 13 20
Mix DesF
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 DesF
Martin Marietta
R2136K14
3000 psi
3-5" Slump; 3-6% Air
9/9/2022
32 13 20
Mix Design
Martin Marietta
R2131314
3000 psi
3-5" Slump; 3-6% Air
9/9/2022
32 13 20
Mix DesF
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 DesF
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 Desp
NBR Ready Mix
CLS A -NY
3000 psi
3-5" Slump; 3-6% Air
7/10/2023
32 13 20
Mix Design
Osbum
30A50MR
3000 psi
3-5" Slump; 3-6% Air
1/18/2023
32 13 20
Mix DesF
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 Des
SRM Concrete
30850
3000 psi
3-5" Slump; 3-6% Air
10/24/2024
32 1320
Mix Design
SRM Concrete
30350
3000 psi
3-5" Slump; 3-6%Air
10/18/2024
32 1320
Mix Despi
SRM Concrete
30050
3000 psi
3-5" Slump; 3-6%Air
9/9/2022
32 1320
Mix Design
Tarrant Concrete
FW5025A
3000 psi
3-5" Slump; 3-6%Air
9/9/2022
32 1320
Mix Despi
Tarrant Concrete
CP5020A
3000 psi
3-5" Slump; 3-6%Air
10/10/2022
32 1320
Mix Design
Tarrant Concrete
TCFW5020A
3000 psi
3-5" Slump; 3-6%Air
9/9/2022
32 1320
Mix Despi
Tarrant Concrete
FW5525A2
3000 psi
3-5" Slump; 3-6%Air
9/9/2022
32 1320
Mix Design
Titan Ready Mix
3020AE
3000 psi
3-5" Slump; 3-6%Air
9/9/2022
32 1320
Mix Design
True Grit Redi Mix
0250.230
3000 psi
3-5" Slump; 3-6% AN
9/9/2022
32 1320
Mix Design
True Grit Redi Mix
0250.2301
3000 psi
3-5" Slump; 3-6% AN
Class CIP Inlets, Manholes, Junction Boxes, Encasement, Blockinf, Collars, (Sgread Footing Pedestal Pole Foundations (Reference Detail 34 41 10-D605A)
9/9/2022
32 13 13
Mix Desp
American Concrete Company
40CNF075
4000 psi
3-5" Slump; 0-3%Air
9/9/2022
32 13 13
Mix Design
Branco Texas
40U500BG
4000 psi
3-5" Slump; 3-6%Air
4/28/2025
32 1320
Mix Despi
Chisholm Trail Redi Mix
CT6020A
3600 psi
3-5" Slump; 3-6%Air
4/28/2025
32 1320
Mix Design
Chisholm Trail Redi Mix
CTFW5520A
3600 psi
3-5" Slump; 3-6%Air
4/28/2025
32 1320
Mix Design
Chisholm Trail Redi Mix
CTFW6020A
4000 psi
3-5" Slump; 3-6%Air
9/9/2022
32 13 13
Mix Design
Cow Town Redi Mix
255-2
3000 psi
3-5" Slump; 3-6%Air
9/9/2022
32 13 13
Mix Design
Cow Town Redi Mix
355
3000 psi
3-5" Slump; 3-6%Air
9/9/2022
32 13 13
Mix Design
Cow Town Redi Mix
255
3500 psi
3-5" Slump; 3-6%Air
9/9/2022
32 13 13
Mix Design
Cow Town Redi Mix
270
5000 psi
3-5" Slump; 3-6%Air
9/9/2022
32 13 13
Mix Design
Cow Town Redi Mix
370
5000 psi
3-5" Slump; 3-6%Air
9/9/2022
32 13 13
Mix Design
Cow Town Redi Mix
353
3000 psi
3-5" Slump; 3-6%Air
9/9/2022
32 13 13
Mix Design
Cow Town Redi Mix
257
3600 psi
3-5" Slump; 3-6%Air
9/9/2022
32 13 13
Mix Design
Cow Town Redi Mix
357
3600 psi
3-5" Slump; 3-6%Air
5/7/2025
32 13 13
Mix Design
Cow Town Redi Mix
265-42
4200 psi
3-5" Slump; 3-6%Air
2/7/2025
32 13 13
Mix Design
Holcim - SOR, Inc.
1701
4000 psi
3-5" Slump; 3-6%Air
2/7/2025
32 13 13
Mix Design
Holcim - SOR, Inc.
1551
3000 psi
3-5" Slump; 3-6%Air
9/9/2022
32 13 13
Mix Design
Holcim - SOR, Inc.
5409
4000 psi
3-5" Slump; 3-6%Air
4/27/2023
32 13 13
Mix Design
Liquid Stone
C361DNFA
3600 psi
3-5" Slump; 3-6%Air
9/9/2022
32 13 13
Mix Design
Martin Marietta
R2141230
4000 psi
3-5" Slump; 3-6% Air
8/4/2023
32 13 13
Mix Design
Martin Marietta
R2141R24
4000 psi
3-5" Slump; 3-6% Air
11/20/2023
32 13 13
Mix Design
Martin Marietta
R2146R33
4000 psi
3-5" Slump; 3-6% Air
11/20/2023
32 13 13
Mix Design
Martin Marietta
R2146K33
4000 psi
3-5" Slump; 3-6% Air
9/9/2022
32 13 13
Mix Design
Martin Marietta
R2142233
3600 psi
3-5" Slump; 4.5-7.5% Air
9/9/2022
32 13 13
Mix Design
Martin Marietta
R2136224
3600 psi
3-5" Slump; 3-6% Air
Page I of 6
FORTWORTH. CITY OF FORT WORTH TRANSPORTATION/PUBLIC WORKS DEPARTMENT
./�
STANDARD PRODUCTS LIST AS OF 5/30/2025
!!!!!!!! Attention:
Mix Designs do not su ersede CFW S eciTications !!!!!!!!!!
Approval
Spec No.
Classification
Manufacturer
Mi, 11)
Mix Description 1
Design
...Concrete (7ontinues)
9/9/2022
32 13 13
Mix Design
Martin Marietta
R2141233
3600 psi
3-5" Slump; 3-6% Air
9/9/2022
32 13 13
Mix Design
Martin Marietta
R2146038
4500 psi
3-5" Slump; 3-6% Air
10/24/2024
32 13 13
Mix Design
Martin Marietta
R2146K34
4000 psi
3-5" Slump; 3-6% Air
5/5/2025
32 13 13
Mix Design
Martin Marietta
R2146R35
4000 psi
3-5" Slump; 3-6% Air
5/5/2025
33 13 13
Mix Design
Martin Marietta
R21461 35
4000 psi
3-5" Slump; 3-6% Air
5/5/2025
33 13 13
Mix Design
Martin Marietta
R2146N33
4000 psi
3-5" Slump; 3-6% Air
9/12/2023
32 13 13
Mix Design
NBR Ready Mix
CLS Pl-YY
4000 psi
3-5" Slump; 3-6%Air
9/9/2022
32 13 13
Mix Des
NBR NBR Ready Mix
TX C-YY
3000 psi
3-5" Slump; 3-6% Air
9/9/2022
32 13 13
Mix Design
NBR Ready Mix
TX C-NY
3000 psi
3-5" Slump; 3-6%Air
1/18/2023
32 13 13
Mix Des]gli
Rapid Redi Mix
RRM5320A
3000 psi
3-5" Slump; 3-6% Air
1/18/2023
32 13 13
Mix Design
Rapid Redi Mix
RRM6020ASS
4000 psi
3-5" Slump; 3-6%Air
10/24/2024
32 13 13
Mix Des]P,n
SRM Concrete
40350
4000 psi
3-5" Slump; 3-6% Air
10/24/2024
32 13 13
Mix Design
SRM Concrete
40850
4000 psi
3-5" Slump; 3-6%Air
9/16/2024
32 13 13
Mix Des]P,n
SRM Concrete
35050
3500 psi
3-5" Slump; 3-6% Air
4/28/2025
32 13 13
Mix Design
SRM Concrete
36850
3600 psi
3-5" Slump; 3-6%Air
9/9/2022
32 13 13
Mix Desp
Tarrant Concrete
FW5320A
3000 psi
3-5" Slump; 3-6% Air
10/10/2022
32 13 13
Mix Design
Tarrant Concrete
TCFW6025A2
4000 psi
3-5" Slump; 3-6% Air
Class C (Drilled
Shaft for Traffic Si nal Pole Foundations Reference Detail 3141 10-D605)
9/9/2022
32 13 13
Mix Des'
Bianco exas
36U500BG
3600 psi
5.5-7.5" Slump; 3-6% Air
6/21/2023
32 13 13
Mix Design
Cow Town Redi Mix
360-DS
3600 psi
5.5-7.5" Slump; 3-6%Air
10/30/2024
32 13 13
Mix DesF
Estrada Ready Mix
R36575AEWR
3600 psi
5.5-7.5" Slump; 3-6% Air
12/5/2022
32 13 13
Mix Design
Holcim - SOR, Inc.
1822
3600 psi
5.5-7.5" Slump; 0-3% Air
9/9/2022
32 13 13
Mix DesOi
Holcim - SOR, Inc.
1859
4000 psi
5.5-7.5" Slump; 3-6% Air
4/7/2023
32 13 13
Mix Design
Liquid Stone
C361DHR
3600 psi
5.5-7.5" Slump; 3-6% Air
6/27/2023
32 13 13
Mix Desp
Martin Marietta
U2146N41
3600 psi
5-7" Slump; 3-6% Air
6/27/2023
32 13 13
Mix Design
Martin Marietta
U2146K45
3600 psi
5-7" Slump; 3-6% Air
5/9/2025
2 13 13
Mix DesF
Martin Marietta
U21461141
3600 psi
5-7" Slump; 3-6% Air
8/22/2024
32 13 13
Mix Design
NBR Ready Mix
135K2524
3600 psi
5.5" Slump; 3-6% Air
8/22/2024
32 13 13
Mix Design
NBR Ready Mix
135KO524
3600 psi
5.5" Slump; 3-6% Air
Class C Headwalls, Wing walls, Culverts
9/9/2022
32 13 13
Mix Design
Carder Concrete
FWCC602001
4000 psi
3-5" Slump; 3-6% Air
9/9/2022
32 13 13
Mix DesF
City Concrete Con�any
40LA2011
4000 psi
3-5" Slump; 3-6% Air
9/9/2022
32 13 13
Mix Design
Cow Town Redi Mix
260-2
3600 psi
3-5" Slump; 3-6% Air
9/9/2022
32 13 13
Mix Des
Cow Town Redi Mix
360-1
3600 psi
3-5" Slump; 3-6% Air
9/9/2022
32 13 13
Mix Design
Cow Town Redi Mix
260-1
3600 psi
3-5" Slump; 3-6%Air
1/29/2024
32 13 13
Mix Despi
Estrada Ready Mix
R3655AEWR
3600 psi
3-5" Slump; 3-6%Air
9/9/2022
32 13 13
Mix Design
GCH Concrete Services
GCH4000
4000 psi
3-5" Slump; 3-6%Air
4/1/2023
32 13 13
Mix Despi
Martin Marietta
310LBP
3600 psi
3-5" Slump; 4-7%Au
8/30/2023
32 13 13
Mix Design
Martin Marietta
R2141R30
4000 psi
3-5" Slump; 3-6%Air
9/9/2022
32 13 13
Mix Despi
Martin Marietta
R2146035
4000 psi
3-5" Slump; 3-6%Au
9/9/2022
32 13 13
Mix Design
SRM Concrete
40050
4000 psi
3-5" Slump; 3-6%Air
9/9/2022
32 13 13
Mix Despi
SRM Concrete
35022
3600 psi
3-5" Slump; 3-6%Au
9/9/2022
32 13 13
Mix Design
Tarrant Concrete
FW6020A2
4000 psi
3-5" Slump; 3-6%Air
Class P (Machine Placed Pav=ng�
4/3/2025
32 13 13
Mix Design
Big own Concrete
4511
3600 psi
1-3" Slump; 3-6%Air
4/3/2025
32 13 13
Mix Despi
Big Town Concrete
4411
3600 psi
1-Y Slump; 3-6%Au
9/9/2022
32 13 13
Mix Design
Carder Concrete
FWCC552091
3600 psi
1-3" Slump; 3-6%Air
9/9/2022
32 13 13
Mix Despi
Carder Concrete
FWCC602091
4000 psi
1-Y Slump; 3-6%Au
9/9/2022
32 13 13
Mix Design
City Concrete Company
36LA2011
3600 psi
1-3" Slump; 3-6%Air
9/9/2022
33 13 13
Mix Design
Cow Town Redi Mix
257-M
3600 psi
1-Y Slump; 3-6%Air
11/14/2022
32 13 13
Mix Design
Cow Town Redi Mix
357-M
3600 psi
1-Y Slump; 3-6%Air
9/9/2022
32 13 13
Mix Design
Cow Town Redi Mix
260-M
4000 psi
1-Y Slump; 3-6%Air
9/9/2022
32 13 13
Mix Design
Cow Town Redi Mix
360-M
4000 psi
1-Y Slump; 3-6%Air
2/6/2024
32 13 13
Mix Design
Estrada Ready Mix
TD3655AE)VR
3600 psi
1-Y Slump; 3-6%Air
5/20/2025
32 13 13
Mix Design
Gilco Contracting Inc
36MP1643
3600 psi
1-Y Slump; 3-6%Air
5/12/2025
32 13 13
Mix Design
Holcirn - SOR, Inc.
1703
4000 psi
1-Y Slump; 3-6%Air
8/4/2023
32 13 13
Mix Design
Martin Marietta
Q214IR27
4000 psi
1-Y Slump; 3-6%Air
11/2/2022
32 13 13
Mix Design
Martin Marietta
Q214IK30
4000 psi
1-Y Slump; 3-6%Air
5/5/2025
32 13 13
Mix Design
Martin Marietta
Q214IN27
4000 psi
1-Y Slump; 3-6%Air
10/4/2023
32 13 13
Mix Design
NBR Ready Mix
TX C SF-YY
3600 psi
1-Y Slump; 3-6%Air
10/4/2023
32 13 13
Mix Design
NBR Ready Mix
TX C SF -NY
3600 psi
1-3" Slump; 3-6%Air
10/24/2024
32 13 13
Mix Design
SRM Concrete
40068
4000 psi
1-Y Slump; 3-6%Air
10/24/2024
32 13 13
Mix Design
SRM Concrete
40825
4000 psi
1-3" Slump; 3-6%Air
9/16/2024
32 13 13
Mix Design
SRM Concrete
40025
4000 psi
1-Y Slump; 3-6% Air
10/18/2024
32 13 13
Mix Design
SRM Concrete
35023
3600 psi
1-Y Slump; 3-6% Air
9/9/2022
32 13 13
Mix Design
Tarrant Concrete
FW5520AMP
3600 psi
1-Y Slump; 3-6% Air
9/9/2022
32 13 13
Mix Design
True Grit Redi Mix
0255.2301
3600 psi
1-Y Slump; 3.5-6.5% Air
9/9/2022
32 13 13
Mix Design
True Grit Redi Mix
0260.2302
4000 psi
1-Y Slump; 3.5-6.5% Air
Page 2 of 6
FORTWORTH. CITY OF FORT WORTH TRANSPORTATION/PUBLIC WORKS DEPARTMENT
STANDARD PRODUCTS LIST AS OF 5/30/2025
!!!!!!!! Attention: Mix Designs do not su ersede CFW S eciTications !!!!!!!!!!
Approval Spec No. Classification Nhou'll"turcr Nli, 11) Mix DescHption t Design
Class H (Hand Placed Paving, Valley Gutter)
9/9/2022
32 13 13
Mix Design
American Concrete Company
45CAF076
4500 psi
3-5" Slump; 3-6% Air
5/2/2023
32 13 13
Mix Design
Big D Concrete
CM14520AE
4500 psi
3-5" Slump; 3-6%Air
4/3/2025
32 13 13
Mix Design
Big Town Concrete
6211
4500 psi
3-5" Slump; 3-6% Air
4/3/2025
32 13 13
Mix Design
Big Town Concrete
6311
4500 psi
3-5" Slump; 3-6% Air
4/5/2025
32 13 13
Mix Design
Big Town Concrete
6017
4500 psi
3-5" Slump; 3-6% Air
9/9/2022
32 13 13
Mix Design
Borneo Texas
45U500BG
4500 psi
3-5" Slump; 3-6% Air
9/9/2022
32 13 13
Mix Desp
Carder Concrete
FWCC602021
4500 psi
3-5" Slump; 3-6% Air
4/28/2025
32 13 13
Mix Design
Chisholm Trail Redi Mix
CTFW6520A
4500 psi
3-5" Slump; 3-6%Air
9/9/2022
32 13 13
Mix Desp
City Concrete Co�yany
45NA20H
4500 psi
3-5" Slump; 3-6% Air
9/9/2022
32 13 13
Mix Design
Cow Town Redi Ma
265
4500 psi
3-5" Slump; 3-6%Air
9/9/2022
32 13 13
Mix Desp
Cow Town Redi Mix
365
4500 psi
3-5" Slump; 3-6% Air
1/29/2024
32 13 13
Mix Design
Estrada Ready Mix
R4560AEWRI
4500 psi
3-5" Slump; 4-6%Air
9/9/2022
32 13 13
Mix Desp
GCH Concrete Services
GCH4500
4500 psi
3-5" Slump; 3-6% Air
5/20/2025
32 13 13
Mix Design
Gilco Contracting Inc
45HP1643
4500 psi
3-5" Slump; 3-6%Air
10/4/2024
32 13 13
Mix Desp
Holcim - SOR, Inc.
5507
4500 psi
3-5" Slump; 3-6% Air
9/9/2022
32 13 13
Mix Design
Holcim - SOR, Inc.
1851
4500 psi
3-5" Slump; 3-6%Air
5/8/2025
32 13 13
Mix Desp
Holcim - SOR, Inc.
545WA-Ti
4500 psi
3-5" Slump; 3-6% Air
4/5/2025
32 13 13
Mix Design
Liquid Stone
C451D
4500 psi
3-5" Slump; 3-6%Air
11/2/2022
32 13 13
Mix Desp
Martin Marietta
R2I46N35
4500 psi
3-5" Slump; 3-6% Air
8/4/2023
32 13 13
Mix Design
Martin Marietta
R2146R36
4500 psi
3-5" Slump; 3-6%Air
11/2/2022
32 13 13
Mix Desp
Martin Marietta
R2I46N36
4500 psi
3-5" Slump; 3-6% Air
5/22/2023
32 13 13
Mix Design
Martin Marietta
R2146K37
4500 psi
3-5" Slump; 3-6% Air
12/22/2023
32 13 13
Mix Desp
Martin Marietta
R2146R44
4500 psi
3-5" Slump; 3-6% Air
12/22/2023
32 13 13
Mix Design
Martin Marietta
R2146K44
4500 psi
3-5" Slump; 3-6% Air
11/15/2022
32 13 13
Mix Desp
Martin Marietta
R2146P36
4500 psi
3-5" Slump; 3-6% Air
11/15/2022
32 13 13
Mix Design
Martin Marietta
R2146K36
4500 psi
3-5" Slump; 3-6% Air
9/9/2022
32 13 13
Mix Desp
Martin Marietta
R2147241
4500 psi
3-5" Slump; 4.5-7.5% Air
9/9/2022
32 13 13
Mix Design
Martin Marietta
R2146236
4500 psi
3-5" Slump; 3-6% Air
9/9/2022
32 13 13
Mix Desp
Martin Marietta
R2146036
4500 psi
3-5" Slump; 3-6% Air
9/9/2022
32 13 13
Mix Design
Martin Marietta
R2146242
4500 psi
3-5" Slump; 3-6% Air
9/9/2022
32 13 13
Mix Desp
Martin Marietta
R2146042
4500 psi
3-5" Slump; 3-6% Air
10/4/2023
32 13 13
Mix Design
NBR Ready Mix
CLS P2-YY
4500 psi
3-5" Slump; 3-6% Air
10/4/2023
32 13 13
Mix Desp
NBR Ready Mix
CLS P2-NY
4500 psi
3-5" Slump; 3-6% Air
7/10/2023
32 13 13
Mix Design
Osbum
45A60MR
4500 psi
3-5" Slump; 3-6% Air
1/24/2023
32 13 13
Mix Desp
Rapid Redi Mix
RRM6320AHP
4500 psi
3-5" Slump; 3-6% Air
2/7/2025
32 13 13
Mix Design
SRM Concrete
45023
4500 psi
3-5" Slump; 3-6%Air
9/9/2022
32 13 13
Mix Despi
SRM Concrete
45000
4500 psi
3-5" Slump; 3-6%Au
5/23/2025
32 13 13
Mix Design
SRM Concrete
45300
4500 psi
3-5" Slump; 3-6%Air
10/24/2024
32 13 13
Mix Despi
SRM Concrete
45350
4500 psi
3-5" Slump; 3-6%Au
10/24/2024
32 13 13
Mix Design
SRM Concrete
45850
4500 psi
3-5" Slump; 3-6%Air
10/18/2024
32 13 13
Mix Despi
SRM Concrete
45050
4500 psi
3-5" Slump; 3-6%Au
9/9/2022
32 13 13
Mix Design
Tarrant Concrete
FW6020AHP
4500 psi
3-5" Slump; 3-6%Air
9/9/2022
32 13 13
Mix Despi
Tarrant Concrete
FW60AHP
4500 psi
3-5" Slump; 3-6%Au
9/9/2022
32 13 13
Mix Design
Tarrant Concrete
TCFW6020AHP
4500 psi
3-5" Slump; 3-6%Air
9/9/2022
32 13 13
Mix Despi
Titan Ready Mix
TRC4520
4500 psi
3-5"Slump; 3-6%Au
9/9/2022
32 13 13
Mix Design
True Grit Redi Mix
0260.2301
4500 psi
3-5" Slump; 3-6%Air
9/9/2022
32 13 13
Mix Despi
True Grit Redi Mix
0265.2301
4500 psi
3-5" Slump; 3.5-6.5%Au
9/9/2022
32 13 13
Mix Design
True Grit Redi Mix
270.230
4500 psi
3-5" Slump; 3-6%Air
10/9/2024
32 13 13
Mix Design
Wildcatter
4520AI
4500 psi
3-5" Slump; 3-6%Air
Class HES i h Early Streq
It Paving)
9/9/2022
32 13 13
Mix Design
I ig D Concrete
14500AE
4500 psi
3-5" Slump; 3-6%Air
9/9/2022
32 13 13
Mix Design
Cow Town Redi Mix
370-INC
4500 psi
3-5" Slump; 3-6%Air
9/9/2022
32 13 13
Mix Design
Cow Town Redi Mix
375-NC
5000 psi
3-5" Slump; 3-6% Air
9/9/2022
32 13 13
Mix Design
Cow Town Redi Mix
370-NC
4500 psi
3-5" Slump; 3-6%Air
1/18/2023
32 13 13
Mix Design
Cow Town Redi Mix
380-NC
4500 psi
3-5" Slump; 3-6%Air
1/29/2024
32 13 13
Mix Design
Estrada Ready Mix
4575AESC
4500 psi / 3000 psi (a) 3 days
3-5" Slump; 3-6%Air
9/9/2022
32 13 13
Mix Design
Holcim - SOR, Inc.
2125
5000 psi
3-5" Slump; 3-6%Air
1/24/2023
32 13 13
Mix Design
Liquid Stone
C451DHR-A
4500 psi
3-5" Slump; 3-6%Air
4/7/2023
32 13 13
Mix Design
Martin Marietta
R2161K70
6000 psi / 3000 psi 1@ 241r.
3-5" Slump; 3-6% Air
2/10/2023
32 13 13
Mix Design
SRM Concrete
50310
5000 psi
3-5" Slump; 3-6%Air
2/7/2025
32 13 13
Mix Design
SRM Concrete
40326
4500 psi / 3000 psi (ail 3 days
3-5" Slump; 3-6%Air
9/9/2022
32 13 13
Mix Design
Tarrant Concrete
FW6520AMR
4500 psi / 3000 psii _ ,, 3 days
3-5" Slump; 3-6%Air
9/9/2022
32 13 13
Mix Design
Tarrant Concrete
FW7520AMR
4500 psi / 3000 psi (r( 3 days
3-5" Slump; 3-6%Air
Page 3 of 6
FORTWORTH. CITY OF FORT WORTH TRANSPORTATION/PUBLIC WORKS DEPARTMENT
STANDARD PRODUCTS LIST AS OF 5/30/2025
!!!!!!!! Attention: Mix Designs do not su ersede CFW S ecirications !!!!!!!!!!
Approval Spec No. Classification Nlanuladur,,r Mix I D Mix Description 1 Design
Class S (Bridge Slabs, Top SNbs of Direct Traffic Culverts, A�proach Slabs)
9/9/2022
32 13 13 Mix Design
Cow Town Redi Mix
26
44000 psi
3-5" Slump; 3-6% Air
9/9/2022
32 13 13 Mix Design
Cow Town Redi Mix
360
4000 psi
3-5" Slump; 3-6% Air
9/9/2022
32 13 13 Mix DesOt
Cow Town Redi Mix
365-STX
4000 psi
3-5" Slump; 3-6% Air
1/29/2024
32 13 13 Mix Design
Estrada Ready Mix
R4060AEWR
4000 psi
4-6" Slump; 3-6% Air
5/3/2023
32 13 13 Mix DesP
Martin Marietta
M7842344
4000 psi
3-5" Slump; 4.5-7.5% Air
4/1/2023
32 13 13 Mix Design
Martin Marietta
R21461`33
4000 psi
3-5" Slump; 3-6% Air
4/15/2024
32 13 13 Mix Design
NBR Ready Mix
TX S-NY
4000 psi
3-5" Slump; 3-6%Air
4/15/2024
32 13 13 Mix Design
NBR Ready Mix
TX S-YY
4000 psi
3-5" Slump; 3-6% Air
4/5/2025
32 13 13 Mix Design
SRM Concrete
40850
4000 psi
3-5" Slump; 3-6%Air
4/5/2025
32 13 13 Mix Design
SRM Concrete
40350
4000 psi
3-5" Slump; 3-6% Air
5/5/2023
32 13 13 Mix Design
SRM Concrete
D100008553CB
4000 psi
3-5" Slump; 3-6% Air
Concrete Base Trench Repair
IMix
I08Y450BA
I I
psi
Flowable; 8.5-11.5% Air
9/9/2022
03 34 16 Design
Bumco Texas
8000psi
SJWSlump; 3-6%A r
Controlled Low Strength Ma erial {Flowable Fill)
2/7/2025
033413 Mix Design
Burnco Texas
OIY690BF
100 psi
Flowable; 9.5-11.5%Air
5/19/2025
033413 Mix Design
Buraco Texas
OIZ180AF
100 psi
Flowable; 9.5-11.5%Air
9/9/2022
03 34 13 Mix Design
Carder Concrete
FWCC359101
50-150 psi
3-5" Slump; 8-12% Air
9/9/2022
03 34 13 Mix Design
Carder Concrete
FWFF237501
50-150 psi
Flowable; 8.5-11.5% Air
9/9/2022
03 34 13 Mix Design
City Concrete Company
I I-350-FF
50-150 psi
Flowable; 8-12% Air
9/9/2022
03 34 13 Mix Design
Cow Town Redi Mix
Mix# 9
70 psi
7-9" Slump; 8-11 % Air
5/12/2025
03 34 13 Mix Design
Holcim - SOR, Inc.
3741
100 psi
Flowable; 12.0-24.0% Air
10/4/2023
03 34 13 Mix Design
NBR Ready Mix
FTW FLOW FILL
150 psi
7-10" Slump; 8-12% Air
2/7/2025
03 34 13 Mix Design
SRM Concrete
910
150 psi
Flowable; 8-12% Air
9/9/2022
03 34 13 Mix Design
Tarrant Concrete
FWFF150CLSM
50-150 psi
Flowable; 8-12% Air
to IMix
4/1/2023
311 3 Design
IMix
Martin Marietta
(Martin
R2141030
IR2146033
I I
4000 psi
3-5" Slump; 3-6% Air
I3-5"Slump;
4/1/2023
33700 Design
Marietta
4000 psi
3-6%Air
Asphalt Paving
9/9/2022
32 i2 16 Mix Design
Austin Asphalt
FT5B 117965
FT513 117965 PG64-22 Type B Fine Base
9/9/2022
32 12 16 Mix Design
Austin Asphalt
FTIBI39965
FTIBI39965 PG64-22 Type B Fine Base
9/9/2022
32 12 16 Mix Design
Austin Asphalt
FTIBI17.2
FT1B117.2 PG64-22 Type B Fine Base
5/1/2024
32 12 16 Mix Design
Reynolds Asphalt
340-DG-B P
340-DG-B PG64-22 Type B Base Course
9/9/2022
32 12 16 Mix Dest
Reynolds Asphalt
1112B
1112B PG64-22 Type B Fine Base
9/9/2022
32 12 16 Mix Design
Reynolds Asphalt
1612B
1612B PG64-22 Type B Fine Base
4/4/2025
32 12 16 Mix Dest
Reynolds Asphalt
2315B
2315B PG64-22 Type B Fine Base
12/5/2022
33 12 16 Mix Design
Surmount Paving
3076BV6422
3076BV6422 PG62-22 Type B Fine Base
9/9/2022
32 12 16 Mix Des`
IF
Surmount Paving
341-BRAP6422ERG
341-BRAP6422ERG PG64-22 Ty �te B Fine Base
9/9/2022
32 12 16 Mix Design
TXBIT
37-211305-20
37-211305-20 PG64-22 Type B Fme Base
9/9/2022
32 12 16 Mix Des�t
TXBIT
44-211305-17
44-211305-17 PG64-22 Type B Fine Base
9/9/2022
32 12 16 Mix Design
TXBIT
211305 (1757)
211305 (1757) PG64-22 Type B Fine Base
9/9/2022
32 12 16 Mix Design
TXBIT
64-224125-18 PG
64-224125-18 PG70-22 Type D Fine Surface
4/1/2024
32 12 16 Mix Design
TXBIT
344 MAC-SP-D 70-22XR
344 MAC-SP-D 70-22XR SAC A-R Type D Fine Surface
Detectable Warning Surface
9/9/2022
32 13 20
DWS - Pavers
Pine Hall Brick (Winston Salem, NC)
Tactile Pavers
9/9/2022
32 13 20
DWS -Pavers
Wester Brick Co. (Houston, TX)
Detectable Waring Pavers
9/9/2022
32 1320
DWS - Composite
Armor Tile
9/9/2022
32 1320
DWS - Composite
ADA Solutions (Wilmington, MA)
Heritage Brick CIP Composite Paver
4/7/2023
32 1320
DWS - Pavers
ADA Solutions (Wihington, MA)
Detectable Warning Pavers
Silicone Joint Sealant
9/9/2022
13 73
Joint Sealant
Dow
890SL
0SL - Cold Applied, Single Component, Silicone Joint Sealant
ASTM D5893
9/9/2022
32 13 73
Joint Sealant
Tremco
900SL
0SL - Cold Applied, Sn a Component, Silicone Joint Sealant
ASTM D5893
9/9/2022
�32
32 13 73
Joint Sealant
Pecor
300SL
�Road[Sayer
0SL - Cold Applied, Sing a Component, Silicone Joint Sealant
PailSaver
ASTM D5893
9/9/2022
32 13 73
Joint Sealant
Crafco
Silicone
Silicone - Cold Applied, Single Component, Silicone Joint Sealant
ASTM D5893
Page 4 of 6
FORTWORTH. CITY OF FORT WORTH TRANSPORTATION/PUBLIC WORKS DEPARTMENT
./�
STANDARD PRODUCTS LIST AS OF 5/30/2025
i
!!!!!!!! Attention: Mix Designs do not su ersede CFW S ecifiications !!!!!!!!!!
Approval
Spec No.
Classification
Manufacturer
Nli, 11)
Mix Description 1 Design
Utility
Trench Embedment Sand
9/9/2022
33 05 1
Embedment Sand
Silver Creek Materials
Utility Embedment Sand
ASTM C33
9/9/2022
33 05 10
Embedment Sand
Crouch Materials
Utility Embedment Sand
ASTM C33
9/9/2022
33 05 10
Embedment Sand
F and L Dirt Movers
Utility Embedment Sand
ASTM C33
9/9/2022
33 05 10
Embedment Sand
F and L Dirt Movers
Utility Embedment Sand
ASTM C33
9/9/2022
33 05 10
Embedment Sand
Tin Top Martin Marietta
Utility Embedment Sand
ASTM C33
Storm
Sewer - Manholes & Bases/Frames
& Covers/Standard
(Round) 33-05-13
9/28/2018
33 05 13
Manhole Frames and Covers
AccuCast (Govind Steel Company, LTD)
MHRC #220605
MHRC #220605 (Size - **24" Dia.)
ASTM A48 AASHTO M306
9/28/2018
33 05 13
Manhole Cover
Neenah Foundry
NF-1274-T91
NF-1274-T91 (Size - 32" Dial
ASTM A48 AASHTO M306
9/28/2018
33 05 13
Manhole Frames and Coy(
Neenah Foundry
NF-1743-LM (Hinged)
NF-1743-LM (Hinged) (Size - 32" Dial
ASTM A48 AASHTO M306
9/28/2018
33 05 13
Manhole Frame
Neenah Foundry
NF-1930-30
NF-1930-30 (Size - 32.25" Dia.)
ASTM A48 AASHTO M306
9/28/2018
33 05 13
Manhole Frames and Coy(
Neenah Foundry
R-1743-ITV
R-1743-HV (Size - 32" Dia.)
ASTM A48 AASHTO M306
4/3/2019
33 05 13
Manhole Frames and Coy(
SIP Industries ++
2279ST
2279ST (Size - 24" Dia.)
ASTM A48 AASHTO M306
4/3/2019
33 05 13
Manhole Frames and Coy(
SIP Industries ++
2280ST
2280ST (Size - 32" Dia.)
ASTM A48 AASHTO M306
10/8/2020
33 05 13
Manhole Frames and Coy(
EJ ( Formally East Jordan Iron Works)
EJ 1033 Z2/A
EJ1033 Z2/A (Size - 32.25" Dia.)
ASTM A536 AASHTO M306
3/8/2024
33 05 13
Curb Inlet Covers
SIP Industries ++
2296T
2296T (Size - ***24" Dia.)
ASTM A48 AASHTO M306
6/18/2024
33 05 13
Curb Inlet Covers
SIP Industries ++
2279STN
2279STN (Size - 24" Dial
ASTM A48 AASHTO M306
**Note: All new development and new installation manhole ids
shall meet the minimum 30-inch opening
requirement as specified in City Specification
33 0513. Any smaller opening sizes will only be allowed far existing manholes that require rplacemeur frames and covers
Storm
Sewer - Inlet & Structures 33-05-13
10/8/2020
33 49 20
Cub Inlets
Fonterra
FRT-10x3-405-PRECAST-* (Size - 10' X 3')
ASTM C913
10/8/2020
33 49 20
Curb Inlets
Fonterra
FRT-10x3-406-PRECAST** (Size - 10' X T)
ASTM C913
10/8/2020
33 49 20
Curb Inlets
Fonterra
FRT-1 Ox4.5-407-PRECAST-- (Size - 10' X 4.5')
ASTM C913
10/8/2020
33 49 20
Curb Inlets
Fonterm
FRT-10x4.5-420-PRECAST** (Size - 10' X 4.5')
ASTM C913
10/8/2020
33 3920
Manhole
Fonterra
FRT-4X4-409-PRECAST-TOP (Size - 4' X 4')
ASTM C913
10/8/2020
33 3920
Manhole
Fonterm
FRT4X4-409-PRECAST-BASE (Size - 4' X 4�
ASTM C913
10/8/2020
33 3920
Manhole
Fonterra
FRT-5X5-410-PRECAST-TOP (Size - 5' X 5')
ASTM C913
10/8/2020
33 3920
Manhole
Fonterm
FRT-5X5-410-PRECAST-BASE (Size - 5' X 5l
ASTM C913
10/8/2020
33 3920
Manhole
Fonterra
FRT-6X6-411-PRECAST-TOP (Size - 6' X 6')
ASTM C913
10/8/2020
33 3920
Manhole
Fonterm
FRT-6X6-411-PRECAST-BASE (Size - 6' X 6�
ASTM C913
3/19/2021
33 49 20
Curb Inlets
Thompson Pipe Group
TPG-10X3-405-PRECAST INLET-* (Size - 10' X 31
ASTM 615
3/19/2021
33 49 20
Curb Inlets
Thompson Pipe Group
TPG-15X3-405-PRECAST INLET** (Size - 15' X 3�
ASTM 615
3/19/2021
33 49 20
Curb Inlets
Thompson Pipe Group
TPG-20X3-405-PRECAST INLET-* (Size - 20' X 71
ASTM 615
3/19/2021
33 3920
Manhole
Thompson Pipe Group
TPG-4X4-409-PRECAST TOP (Size - 4' X 4�
ASTM 615
3/19/2021
33 3920
Manhole
Thompson P�c Group
TPG-4X4-409-PRECAST BASE (Size - 4' X 4')
ASTM 615
3/19/2021
33 3920
Manhole
Thompson Pipe Group
TPG-4X4-412-PRECAST 4-FT RISER (Size - 4' X 4�
ASTM 615
3/19/2021
33 3920
Manhole
Thompson P�c Group
TPG-5X5-010-PRECAST TOP (Size - 5' X 51
ASTM 615
3/19/2021
33 3920
Manhole
Thompson Pipe Group
TPG-5X5-410-PRECAST BASE (Size - 5' X 5')
ASTM 615
3/19/2021
33 3920
Manhole
Thompson P�c Group
TPG-5X5-412-PRECAST 5-FT RISER (Size - 5' X 51
ASTM 615
3/19/2021
33 3920
Manhole
Thompson Pipe Group
TPG-6X6-411-PRECAST TOP (Size - 6' X 6�
ASTM 615
3/19/2021
33 3920
Manhole
Thompson P�c Group
TPG-6X6-411-PRECAST BASE (Size - 6' X 6')
ASTM 615
3/19/2021
33 3920
Manhole
Thompson Pipe Group
TPG-6X6-412-PRECAST 6-FT RISER (Size - 6' X 6�
ASTM 615
3/19/2021
33 3920
Manhole
Thompson P�c Group
TPG-7X7-411-PRECAST TOP (Size - TX 71
ASTM 615
3/19/2021
33 3920
Manhole
Thompson Pipe Group
TPG-7X7-411-PRECAST BASE (Size - TX T)
ASTM 615
3/19/2021
33 3920
Manhole
Thompson P�c Group
TPG-7X7-412-PRECAST 4-FT RISER (Size - TX 71
ASTM 615
3/19/2021
33 3920
Manhole
Thompson Pipe Group
TPG-8X8-411-PRECAST TOP (Size - 8' X 8�
ASTM 615
3/19/2021
33 3920
Manhole
Thompson P�c Group
TPG-8X8-411-PRECAST BASE (Size - 8' X 8')
ASTM 615
3/19/2021
33 3920
Manhole
Thompson Pipe Group
TPG-8X8-412-PRECAST 5-FT RISER (Size - 8' X 8�
ASTM 615
3/19/2021
33 49 20
Drop Wet
Thompson P�c Group
TPG-4X4-008-PRECAST INLET (Size - 4' X 41
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
Dro11jj Irdet
Thompson Pipe Group
TPG-6X6408-PRECAST INLET (Size - 6' X 6')
ASTM 615
8/28/2023
3349 10
Manliole
Oldcastle
Precast 4' x 4' Stacked Manhole (Size - 4' X 4')
ASTM C478
8/28/2023
3349 10
Manhole
Oldcastle
Precast 5' x 8' Storm Junction Box (Size - 5' X 8')
ASTM C478
8/28/2023
3349 10
Manhole
Oldcastle
Precast 4' x 4' Storm Junction Box (Size - 4' X 4')
ASTM C478
8/28/2023
3349 10
Manhole
Oldcastle
Precast 5' x 5' Storm Junction Box (Size - 5' X 51
ASTM C478
8/28/2023
3349 10
Manhole
Oldcastle
Precast 6' x 6' Storm Junction Box (Size - 6' X 6')
ASTM C478
8/28/2023
3349 10
Manhole
Oldcastle
Precast 8' x 8' Storm Junction Box Base (Size - 8' X 8')
ASTM C478
8/28/2023
3349 10
Manhole
Oldcastle
Precast 5' x 8' Storm Junction Box Base (Size - 5' X 8')
ASTM C478
8/28/2023
3349 10
Manhole
Rinker Materials
Reinforced 48" Diameter Spread Footing Manhole (Size - 4' X 4')
ASTM C433
8/28/2023
33 3920
Curb Inlet 10'x 3' Riser
Thompson Pipe Group
Inlet Riser (Size - 3 FT)
ASTM C913-16
8/28/2023
33 3920
Curb Wet 15 'x T Riser
Thompson Ne Group
Inlet Riser (Size - 3 FT)
ASTM C913-16
8/28/2023
33 3920
Curb Inlet 20' x 3' Riser
Thompson Pipe Group
Inlet Riser (Size - 3 FT)
ASTM C913-16
Page 5 of 6
FORTWORTH. CITY OF FORT WORTH TRANSPORTATION/PUBLIC WORKS DEPARTMENT
./�
STANDARD PRODUCTS LIST AS OF 5/30/2025
!!!!!!!! Attention: Mix Designs
do not su ersede CFW S ecificat!ons !!!!!!!!!!
Approval
Spec No.
classification
Manufacturer Nli, 11)
Mix Description l Design
....Storm Se ver - Inlet
& Structures Continues
1/12/2024
33 49 20
Drop Inlet
AmeriTex Pr &Products
Drop Inlet (4' X 4')
ASTM C913
1/12/2024
33 49 20
Drop Inlet
AmeriTex Pipe &Products
Drop Inlet (5' X 5')
ASTM C913
1/19/2024
33 49 20
Manhole
AmeriTex P�e &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 P�e &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
A —Tex 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
AmmTex Pipe &Products
10x3 Precast- (Size 10' x 3')
ASTM C913
7/16/2024
33 49 20
Curb Inlets
AmmTex Pipe &Products
15x3 Precast" (Size 15' x 3)
ASTM C913
—Note: Pre -cast inlets are approved jar the stage p portion o, the structure (basin) only. Stage Hportion % the structure are required
to be cast in -place. No exceptions to this requirement shall be allowed.
Storm Sewer - Pi (Jes & Boxes 33-05-13
4/9/2021
3341 13
Storm Dram Pipes
Advanced Drainage Systems, Inc. (ADS)
ADS HP Storm 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
CFW Lighting Approved Products List
CFW Product Name Manufacturer I Manufacturer Product Name & Description
Residential -Standard
MRT2470AB-Type 11, 36" or 60" Rise 2/Bolt 8' Arm,
Makers Sales and Marketing, LLC Galvanized
MRT2470AB-Type 11, 36" or 60" Rise 2/Bolt 8' Arm,
Type 11 Pole
Makers Sales and Marketing, LLC
Black
DB01373(page 1 of 6)-Shoe Base Pole Type 11,
Valmont Industries, Inc
Galvanized
Makers Sales and Marketing, LLC
Type 33B, 36" Rise Simplex 8' Arm, Galvanized
Makers Sales and Marketing, LLC
Type 33B, 36" Rise Simplex 8' Arm, Black
Type 33B Arm
Valmont Industries, Inc
D1301373(page 4 of 6)-Single Arm Type 33B, Galvanized
American Electric Lighting, ATBO-P101-Mvolt-R2-3K-
Acuity Brands Lighting, Inc.
MP-NL-P7-AO-RFD325607
American Electric Lighting, ATBO-P101-Mvolt-R4-3K-
Acuity Brands Lighting, Inc.
M P-N L-P7-AO-RFD325606
Residential Luminaire
American Electric Lighting, ATBO-P101-Mvolt-R2-3K-BK-
Acuity Brands Lighting, Inc.
MP-NL-P7-AO-RFD325609
American Electric Lighting, ATB0-P101-Mvolt-R4-3K-BK-
Acuity Brands Lighting, Inc.
M P-N L-P7-AO-RFD325608
McFarland Cascade
CREOSOTE 30/35 FOOT TIMBER POLE
Timber Pole
Bayou Forest Products
30-35' .80 CCA Green Timber Pole
Makers Sales and Marketing, LLC
Wood Pole Arm, 36" Rise Simplex 8' Arm, Galvanized
Wood Pole Arm
Makers Sales and Marketing, LLC
Wood Pole Arm, 36" Rise Simplex 8' Arm, Black
Valmont Industries, Inc
DB01373(page 6 of 6)-Wood Pole Arm, Galvanized
Arterial -Standard
MRT33.585AB-Type 18, 36" or 60" Rise 2/Bolt 8' Arm,
Makers Sales and Marketing, LLC
Galvanized
MRT33.585AB-Type 18, 36" or 60" Rise 2/Bolt 8' Arm,
Type 18 Pole
Makers Sales and Marketing, LLC
Black
DB01373(page 2 of 6)-Shoe Base Pole Type 18,
Valmont Industries, Inc
Galvanized
Makers Sales and Marketing, LLC
Type 33A, 60" Rise Simplex 8' Arm, Galvanized
Makers Sales and Marketing, LLC
Type 33A, 60" Rise Simplex 8' Arm, Black
Type 33A Arm
Valmont Industries, Inc
D1301373(page 3 of 6)-Single Arm Type 33A, Galvanized
American Electric Lighting, ATBO-P303-Mvolt-R2-3K-
Acuity Brands Lighting, Inc.
M P-N L-P7-AO-RFD322792
American Electric Lighting, ATBO-P303-Mvolt-R4-3K-
Acuity Brands Lighting, Inc.
M P-N L-P7-AO-RFD322794
Arterial Luminaire
American Electric Lighting, ATBO-P303-Mvolt-R2-3K-BK-
Acuity Brands Lighting, Inc.
M P-N L-P7-AO-RFD322793
Acuity Brands Lighting, Inc.
American Electric Lighting, ATBO-P303-Mvolt-R4-3K-BK-
M P-N L-P7-AO-RFD322795
McFarland Cascade
CREOSOTE 35/40 FOOT TIMBER POLE
Timber Pole
Bayou Forest Products
30-35' .80 CCA Green Timber Pole
Makers Sales and Marketing, LLC
Wood Pole Arm, 60" Rise Simplex 8' Arm, Galvanized
Wood Pole Arm
Makers Sales and Marketing, LLC
Wood Pole Arm, 60" Rise Simplex 8' Arm, Black
Valmont Industries, Inc
DB01373(page 5 of 6)-Wood Pole Arm, Galvanized
Decorative -Pedestrian
Holophane, CLA 10.6(OAL)FT J20P07BK-MOD, AB-31-4
Washington 10' Pole
Acuity Brands Lighting, Inc.
RFD110736
Holophane, CLA14FT J20DMODC03BK RFD325026, AB-
Washington 14' Pole
Acuity Brands Lighting, Inc.
16-4 SPEC RFD325026
Holophane, WFCL3 P40 30K MVOLT FC3 NF BK AO PR7
Washington Luminaire
Acuity Brands Lighting, Inc.
FRGL RFD338699
Washington Globe
Holophane, AWDE3 P40 30K MVOLT MS AL3 BK PR7
Luminaire
Acuity Brands Lighting, Inc.
AO RFD-315548
Oleander Type A Pole
Acuity Brands Lighting, Inc.
Holophane, PDA 12S5L20POBBK-MOD
Oleander Type B Pole
Acuity Brands Lighting, Inc.
Holophane, PDA20S5L20P08BK-MOD
Oleander Type B Arm
Acuity Brands Lighting, Inc.
Holophane, OHC 151N 2A TN BK
Holophane, AUCL2 P40 30K AS BK L3 N P7 AO
Oleander Luminaire
Acuity Brands Lighting, Inc.
RFD338741
Berry 12' Pole
Acuity Brands Lighting, Inc.
Holophane, RSA 12 50 G12 SC BK AB-26-4 RFD326400
Berry 20' Pole
Acuity Brands Lighting, Inc.
Holophane, PD20S5J20P11BK RFD338816
Berry Arm
Acuity Brands Lighting, Inc.
Holophane, VLC 271N 1A TN QSM BK
Holophane, GPLF3 P40 30K MVOLT ASY QSM BK PR7
Berry Luminaire
Acuity Brands Lighting, Inc.
AO SH
Banner Arms
Acuity Brands Lighting, Inc.
Holophane, BA-241N-2A-CO-S4J-BL-075P-BK
System
Rigid Nonmetallic Schedule 80 Conduit, Meets UL 651
Cantex Inc.
specifi cations and NEMA TC2, Rated for 90°C Cable,
Sunlight Resistant, 10' Lengths and 20' lengths
Rigid Nonmetallic Schedule 80 Electric Conduit, Meets
UL 651 specifications, RUS listed, NEMA TC-2 and
Heritage Plastics
NEMA TC-3, Rated for 90°C Cable, Sunlight & Weather
Conduit
Resistant
PVC Rigid Schedule 80 Conduit, Conforms to UL 651
Atkore-Heritage Plastics
and NEMA TC 2, Sunlight Resistant, Listed for 90°C
conductors or cable
Schedule 80 PVC Rigid Nonmetallic Conduit, Extra
Prime Conduit, Inc
Heavy Wall EPC-80, Sunlight resistant, Rated for use
with 90°C conductors, Meets UL651
Splice Kit With Connector NSi Industries, LLC
Gel Stub Splice Kit with Connector, Easy -Splice, ESSLK
Series
Copper Wire/Conductor
Southwire
Encore Wire
Encore Wire
Service Wire Co
Advanced Digital Cable Inc
Aluminum Wire -Triplex Priority Wire & Cable, Inc
Fuse & Fuse Holder
Edison
Edison
Cooper
EATON
EATON
Connector Thomas & Betts
Metered Pedestal 120-240V Electrol Systems, Inc
WE Manufacturing & Controls
Metered Pedestal 240- Electrol Systems, Inc
480V WE Manufacturing & Controls
Ground Box
Kearneys
Photocell
Shorting Caps
MacLean Highline
Oldcastle
Type XHHW-2 copper conductor, 600V
TYPE XHHW-2 / RW90, copper conductor, Superslick
Elite, 600V/1000V
THHN / MTW / THWN-2 Copper conductor, 600V
Servicepro-X XHHW-2, 600/1,000 Volt Copper, CT
Rated
XHHW-2 Low Smoke Halogen Free, Cross -linked
Polyethylene Insulated 14 AWG-750 MCM, 600 Volts,
90°C Dry and wet
Triplex Overhead Aluminum Conductor
General Purpose, Midget Class MEN Fuses, Voltage
Rating: MEN - 250 VAC, Ampere Rating: 0.5 - 30 Amps,
Interrupting Rating: 10,000 RMS Amps @ 125V
Modular Ferrule Fuse Blocks for Midget Class and CC
Fuses
In -line fuse holders for Single -Pole 13/32" x 1 1/2"
Fuses HEB-AA
Bussmann Series, HEB breakaway and non -breakaway
in -line fuse holders for UL 13/32" x 1-
1/2"supplemental fuses
Bussmann Series, FNM 13/32" x 1-1/2- 250Vac time -
delay supplemental fuses
Wire Joints for Copper Conductor, Cat No: 54615,
54620, 54625-TB, 54635, 54640, 54630
TY A (120/240) 100(NS)AL(E)PS(U)
TY A 120/240 100(NS)AL(E)PS(U)
TY A (240/480) 100(NS)AL(E)PS(U)
TY A 240/480 100(NS)AL(E)PS(U)
Polymer Concrete, PHA132412X0002: TIER 22 (X) 22,
500lbs
Polymer Concrete, H-SERIES UNIT, H1730-24 TIER-22 -
TXDOT 2x 1/2" CAPTIVE BOLT - 2x BRASS FLOATING
NUT
Polymer Concrete, H-SERIES UNIT, H1324-24 TIER-15 -
Oldcastle TXDOT 2x 1/2" CAPTIVE BOLT- 2x BRASS FLOATING
NUT
NSi Industries, LLC Split Bolt Connectors, Copper Split Bolts 2 Wire, N
Series
Dark To Light, DLL Elite, Electronic Locking, Type
Acuity Brands Lighting, Inc. Photocontrol, DLL-127 or DLL-480
Acuity Brands Lighting, Inc. Dark To Light, Part # DSHORT SBK U
Interim Products
Residential Luminaire I TRASTARINC. IDURA-STR25-3K-120-3-GR-SCL
DURA-STR10A-3K-120-3-GR-SCL
Arterial Luminaire TRASTARINC.