HomeMy WebLinkAbout064333-PM1 - Construction-Related - Contract - PMB Team Ranch Devco LLCPROJECT MANUAL
FOR
THE CONSTRUCTION OF
Rockbrook Master Infrastructure
IPRC Record No. IPRC24-0060
City Project No. 105383
FID NO. 30114-0200431-105383-E07685
FILE NO. W-3047
“X” NO. X-28125
Mattie Parker Jesus “Jay” Chapa
Mayor City Manager
Christopher P. Harder, P.E.
Director, Water Department
Lauren Prieur, P.E.
Director, Transportation and Public Works Department
Prepared for
The City of Fort Worth
November 2025
LJA Engineering, Inc.
6060 North Central Expressway, Suite 400
Dallas, TX 75206
TBPE Firm Number F-1386
12-2-2025
CSC No. 64333-PM1
00 00 00
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Page 1 of 5
CITY OF FORT WORTH Rockbrook Master Infrastructure
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS City Project No. 105383
Revised March 20, 2020
SECTION 00 00 10
TABLE OF CONTENTS
DEVELOPER AWARDED PROJECTS
Division 00 - General Conditions Last Revised
00 11 13 Invitation to Bidders 03/20/2020
00 21 13 Instructions to Bidders 03/20/2020
00 41 00 Bid Form 04/02/2014
00 42 43 Proposal Form Unit Price 05/22/2019
00 43 13 Bid Bond 04/02/2014
00 45 11 Bidders Prequalification’s 04/02/2014
00 45 12 Prequalification Statement 09/01/2015
00 45 13 Bidder Prequalification Application 03/09/2020
00 45 26 Contractor Compliance with Workers' Compensation Law 04/02/2014
00 45 40 Minority Business Enterprise Goal 08/21/2018
00 52 43 Agreement 06/16/2016
00 61 25 Certificate of Insurance 07/01/2011
00 62 13 Performance Bond 01/31/2012
00 62 14 Payment Bond 01/31/2012
00 62 19 Maintenance Bond 01/31/2012
00 72 00 General Conditions 11/15/2017
00 73 00 Supplementary Conditions 07/01/2011
00 73 10 Standard City Conditions of the Construction Contract for Developer
Awarded Projects 01/10/2013
Division 01 - General Requirements Last Revised
01 11 00 Summary of Work 12/20/2012
01 25 00 Substitution Procedures 08/30/2013
01 31 19 Preconstruction Meeting 08/30/2013
01 31 20 Project Meetings 07/01/2011
01 32 33 Preconstruction Video 08/30/2013
01 33 00 Submittals 08/30/2013
01 35 13 Special Project Procedures 08/30/2013
01 45 23 Testing and Inspection Services 03/20/2020
01 50 00 Temporary Facilities and Controls 07/01/2011
01 55 26 Street Use Permit and Modifications to Traffic Control 07/01/2011
01 57 13 Storm Water Pollution Prevention Plan 07/01/2011
01 60 00 Product Requirements 03/20/2020
01 66 00 Product Storage and Handling Requirements 04/07/2014
01 70 00 Mobilization and Remobilization 04/07/2014
01 71 23 Construction Staking 04/07/2014
01 74 23 Cleaning 04/07/2014
01 77 19 Closeout Requirements 04/07/2014
01 78 23 Operation and Maintenance Data 04/07/2014
01 78 39 Project Record Documents 04/07/2014
00 00 00
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Page 2 of 5
CITY OF FORT WORTH Rockbrook Master Infrastructure
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS City Project No. 105383
Revised March 20, 2020
Technical Specifications which have been modified by the Engineer specifically for this
Project; hard copies are included in the Project’s Contract Documents
NONE
Technical Specifications listed below are included for this Project by reference and can be
viewed/downloaded from the City’s website at:
http://fortworthtexas.gov/tpw/contractors/
or
https://apps.fortworthtexas.gov/ProjectResources/
Division 02 - Existing Conditions Last Revised
02 41 13 Selective Site Demolition 12/20/2012
02 41 14 Utility Removal/Abandonment 12/20/2012
02 41 15 Paving Removal 02/02/2016
Division 03 - Concrete
03 30 00 Cast-In-Place Concrete 12/20/2012
03 34 13 Controlled Low Strength Material (CLSM) 12/20/2012
03 34 16 Concrete Base Material for Trench Repair 12/20/2012
03 80 00 Modifications to Existing Concrete Structures 12/20/2012
Division 26 - Electrical
26 05 00 Common Work Results for Electrical 11/22/2013
26 05 10 Demolition for Electrical Systems 12/20/2012
26 05 33 Raceways and Boxes for Electrical Systems 12/20/2012
26 05 43 Underground Ducts and Raceways for Electrical Systems 07/01/2011
26 05 50 Communications Multi-Duct Conduit 02/26/2016
Division 31 - Earthwork
31 10 00 Site Clearing 12/20/2012
31 23 16 Unclassified Excavation 01/28/2013
31 23 23 Borrow 01/28/2013
31 24 00 Embankments 01/28/2013
31 25 00 Erosion and Sediment Control 12/20/2012
31 36 00 Gabions 12/20/2012
31 37 00 Riprap 12/20/2012
Division 32 - Exterior Improvements
32 01 17 Permanent Asphalt Paving Repair 12/20/2012
32 01 18 Temporary Asphalt Paving Repair 12/20/2012
32 01 29 Concrete Paving Repair 12/20/2012
32 11 23 Flexible Base Courses 12/20/2012
32 11 29 Lime Treated Base Courses 12/20/2012
32 11 33 Cement Treated Base Courses 12/20/2012
32 11 37 Liquid Treated Soil Stabilizer 08/21/2015
00 00 00
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Page 3 of 5
CITY OF FORT WORTH Rockbrook Master Infrastructure
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS City Project No. 105383
Revised March 20, 2020
32 12 16 Asphalt Paving 12/20/2012
32 12 73 Asphalt Paving Crack Sealants 12/20/2012
32 13 13 Concrete Paving 12/20/2012
32 13 20 Concrete Sidewalks, Driveways and Barrier Free Ramps 06/05/2018
32 13 73 Concrete Paving Joint Sealants 12/20/2012
32 14 16 Brick Unit Paving 12/20/2012
32 16 13 Concrete Curb and Gutters and Valley Gutters 10/05/2016
32 17 23 Pavement Markings 11/22/2013
32 17 25 Curb Address Painting 11/04/2013
32 31 13 Chain Fences and Gates 12/20/2012
32 31 26 Wire Fences and Gates 12/20/2012
32 31 29 Wood Fences and Gates 12/20/2012
32 32 13 Cast-in-Place Concrete Retaining Walls 06/05/2018
32 91 19 Topsoil Placement and Finishing of Parkways 12/20/2012
32 92 13 Hydro-Mulching, Seeding, and Sodding 12/20/2012
32 93 43 Trees and Shrubs 12/20/2012
Division 33 - Utilities
33 01 30 Sewer and Manhole Testing 12/20/2012
33 01 31 Closed Circuit Television (CCTV) Inspection 03/03/2016
33 03 10 Bypass Pumping of Existing Sewer Systems 12/20/2012
33 04 10 Joint Bonding and Electrical Isolation 12/20/2012
33 04 11 Corrosion Control Test Stations 12/20/2012
33 04 12 Magnesium Anode Cathodic Protection System 12/20/2012
33 04 30 Temporary Water Services 07/01/2011
33 04 40 Cleaning and Acceptance Testing of Water Mains 02/06/2013
33 04 50 Cleaning of Sewer Mains 12/20/2012
33 05 10 Utility Trench Excavation, Embedment, and Backfill 12/12/2016
33 05 12 Water Line Lowering 12/20/2012
33 05 13 Frame, Cover and Grade Rings – Cast Iron 01/22/2016
33 05 13.10 Frame, Cover and Grade Rings – Composite 01/22/2016
33 05 14 Adjusting Manholes, Inlets, Valve Boxes, and Other Structures to
Grade 12/20/2012
33 05 16 Concrete Water Vaults 12/20/2012
33 05 17 Concrete Collars 12/20/2012
33 05 20 Auger Boring 12/20/2012
33 05 21 Tunnel Liner Plate 12/20/2012
33 05 22 Steel Casing Pipe 12/20/2012
33 05 23 Hand Tunneling 12/20/2012
33 05 24 Installation of Carrier Pipe in Casing or Tunnel Liner Plate 06/19/2013
33 05 26 Utility Markers/Locators 12/20/2012
33 05 30 Location of Existing Utilities 12/20/2012
33 11 05 Bolts, Nuts, and Gaskets 12/20/2012
33 11 10 Ductile Iron Pipe 12/20/2012
33 11 11 Ductile Iron Fittings 12/20/2012
33 11 12 Polyvinyl Chloride (PVC) Pressure Pipe 11/16/2018
33 11 13 Concrete Pressure Pipe, Bar-Wrapped, Steel Cylinder Type 12/20/2012
33 11 14 Buried Steel Pipe and Fittings 12/20/2012
33 12 10 Water Services 1-inch to 2-inch 02/14/2017
00 00 00
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Page 4 of 5
CITY OF FORT WORTH Rockbrook Master Infrastructure
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS City Project No. 105383
Revised March 20, 2020
33 12 11 Large Water Meters 12/20/2012
33 12 20 Resilient Seated Gate Valve 12/20/2012
33 12 21 AWWA Rubber-Seated Butterfly Valves 12/20/2012
33 12 25 Connection to Existing Water Mains 02/06/2013
33 12 30 Combination Air Valve Assemblies for Potable Water Systems 12/20/2012
33 12 40 Fire Hydrants 01/03/2014
33 12 50 Water Sample Stations 12/20/2012
33 12 60 Standard Blow-off Valve Assembly 06/19/2013
33 31 12 Cured in Place Pipe (CIPP) 12/20/2012
33 31 13 Fiberglass Reinforced Pipe for Gravity Sanitary Sewers 12/20/2012
33 31 15 High Density Polyethylene (HDPE) Pipe for Sanitary Sewer 12/20/2012
33 31 20 Polyvinyl Chloride (PVC) Gravity Sanitary Sewer Pipe 06/19/2013
33 31 21 Polyvinyl Chloride (PVC) Closed Profile Gravity Sanitary Sewer
Pipe 12/20/2012
33 31 22 Sanitary Sewer Slip Lining 12/20/2012
33 31 23 Sanitary Sewer Pipe Enlargement 12/20/2012
33 31 50 Sanitary Sewer Service Connections and Service Line 04/26/2013
33 31 70 Combination Air Valve for Sanitary Sewer Force Mains 12/20/2012
33 39 10 Cast-in-Place Concrete Manholes 12/20/2012
33 39 20 Precast Concrete Manholes 12/20/2012
33 39 30 Fiberglass Manholes 12/20/2012
33 39 40 Wastewater Access Chamber (WAC) 12/20/2012
33 39 60 Epoxy Liners for Sanitary Sewer Structures 12/20/2012
33 41 10 Reinforced Concrete Storm Sewer Pipe/Culverts 07/01/2011
33 41 11 High Density Polyethylene (HDPE) Pipe for Storm Drain 12/20/2012
33 41 12 Reinforced Polyethlene (SRPE) Pipe 11/13/2015
33 46 00 Subdrainage 12/20/2012
33 46 01 Slotted Storm Drains 07/01/2011
33 46 02 Trench Drains 07/01/2011
33 49 10 Cast-in-Place Manholes and Junction Boxes 12/20/2012
33 49 20 Curb and Drop Inlets 12/20/2012
33 49 40 Storm Drainage Headwalls and Wingwalls 07/01/2011
Division 34 - Transportation
34 41 10 Traffic Signals 10/12/2015
34 41 10.01 Attachment A – Controller Cabinet 12/18/2015
34 41 10.02 Attachment B – Controller Specification 02/2012
34 41 10.03 Attachment C – Software Specification 01/2012
34 41 11 Temporary Traffic Signals 11/22/2013
34 41 13 Removing Traffic Signals 12/20/2012
34 41 15 Rectangular Rapid Flashing Beacon 11/22/2013
34 41 16 Pedestrian Hybrid Signal 11/22/2013
34 41 20 Roadway Illumination Assemblies 12/20/2012
34 41 20.01 Arterial LED Roadway Luminaires 06/15/2015
34 41 20.02 Freeway LED Roadway Luminaires 06/15/2015
34 41 20.03 Residential LED Roadway Luminaires 06/15/2015
34 41 30 Aluminum Signs 11/12/2013
34 41 50 Single-Mode Fiber Optic Cable 02/26/2016
34 71 13 Traffic Control 11/22/2013
00 00 00
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Page 5 of 5
CITY OF FORT WORTH Rockbrook Master Infrastructure
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS City Project No. 105383
Revised March 20, 2020
Appendix
GC-4.01 Availability of Lands
GC-4.02 Subsurface and Physical Conditions
GC-4.04 Underground Facilities
GC-4.06 Hazardous Environmental Condition at Site
GC-6.06.D Minority and Women Owned Business Enterprise Compliance
GC-6.07 Wage Rates
GC-6.09 Permits and Utilities
GC-6.24 Nondiscrimination
GR-01 60 00 Product Requirements
END OF SECTION
00 42 43
�AP - Bm PROPOSAL
Pege 1 of2
SECTION 00 42 43
Developer Awarded Projects - PROPOSAL FORM
Rockbrook Master Infrastructure
UNIT PRICE BID
Project Item Information
Bidde�s Proposal
Unit Price I Bid Value
Bidder's Application
fBidlist Item Description Specification Section No. Unit of Bid
No. Measure Quantiry
� UNIT I: WATER IMPROVEMENTS
� 1 3305.0109 Trench Safetv 33 05 10 LF 6268
� 2 3311.0001 Dudile Iron Water Fittinas w! Restraint 33 1 t 11 TON 2.847
� 3 3311.0441 12" Water Pipe SPVC AWWA C900 DR-14 CL2001 33 11 10I 33 11 12 LF 5862
� 4 3311.0451 12" DIP Water 33 11 10 LF 47fi
� 5 3311.0452 12" DIP Water, CSS Backfill 33 11 10 LF 20
� 6 3312.00D1 Fire HVdrant 33 12 40 EA 14
� 7 3312.0108 Connection to Existin� 24" Water Main 33 12 25 EA 1
I 8 3312.0117 Connection to Existina 4"-72" Water Main 33 12 25 EA 1
� 9 3312.1002 2" Combination Air Valve AssemblY for Water 33 12 3D EA 1
I 10 3312.3005 12" Gate Valve 33 12 20 EA 14
� 11 3312.6002 6" Blow Off Valve 33 12 60 EA 1
� 12 3312.2203 2" Water Service 33 12 10 EA 2
� 13 3305.1104 24" Casinp bv Other Than Open Cut ITxDOT} 33 05 22 LF 90
� 14 3305.1004 24" Casinq Bv Open Cut 33 DS 22 LF 299
� 15 9999.0001 4" Sleeve 00 00 00 LF 240
1 16 9993 O�Q2 12" Rirtp Connection iinlaldes all apvurtenances} 00 00 00 EA 1
TQTA4 l}NIT t: WA7ER IMPROVEMENTS
1
- 2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
�1NIT II: SANITARY SE NER IMPROVEIII�ENTS
3301.0002 Post-CCN Inspection 33 Oj�1 LF 1623
3301.0101 Manhole Vacuum Testinq 33 Di 3D EA 5
3305.0109 Trench Safetv 33 05 10 LF 1623
3305.0113 Trench Water Stops 33 05 15 EA 1
3331.4115 8" Sewer Pipe - SDR 26 33 11 1D, 33 31 12, 33 31 20 LF 426
3331.4117 8" Sewer Pioe. Select Backfill 33 11 1D, 33 31 12, 33 31 20 LF 748
3339.0001 Epoxy Manhole Liner 33 39 60 VF 84.5
3339.1001 4' Manhole 33 39 10, 33 39 20 EA 5
3339.1003 4' Extre Depth Manhole 33 39 10, 33 39 20 VF 54.5
3136.0104 Twisted Gabion Mattresses 37 36 00 SY 277
9999.0002 8" 150 PSI Pressure Class Sewer Pioe 33 11 10, 33 31 12, 33 31 20 LF 173
9999.0003 8" 150 PSI Pressure Class Sewer Pipe w/ Specialized Backfill 33 11 10, 33 31 12, 33 31 20 LF 111
9999.0004 8" 150 PSI Pressure Class Sewer Pipe, CSS Backfill 33 11 1 D, 33 31 12, 33 31 2D LF 20
9999.0005 8" 150 PSI Pressure Class Sewer Pipe. CLSM Backfill 33 11 10, 33 31 12, 33 31 20 LF 145
9999.0006 Connection to Existina 8" Stub 00 00 00 EA 1
33D5.0112 Concrete Collar for Manhote 33 D5 17 EA 5
TOTAL UNIT II: SANITARY SEWER IMPRqVEMENTS
1 3305.0109 Trench Safety
2 3341.0201 21" RCP Class III
3 3341.0205 24" RCP. Class III
4 3341.0602 60" RCP Class III
5 3349.0001 4' Storm Junction Box
6 3349.5001 10' Curb Iniet
7 3137.0102 Larqe Sto�e Ripran. Dry
8 9999.0007 60" CH-PW-S 30 Dep.Skew Headv✓all
52.00
g10.500.00
$ 7 22.00
$142.00
a�sz.00
$7,500.00
514,500.D0
$1,500.00
$14,500.00
54,500.00
312,500.00
$3,500.00
5820.00
5380.00
530.00
$28,500.00
$12,536.00
$29, 893.50
$715,164.00
567,592.00
53, 240.00
s�os,000.00l
$�a,soo.00�
S 1:500.00�
$14,500.00�
563,000.00�
$i2,5oo.00�
57,000.00�
s�s,aoo.00�
$113,620.00�
$7.200.00�
528,500.00�
$1,269,545.50�
$4.00
$200.00
�2.00
i350.00
$112.00
5132.00
5455.00
$4,200.00
$225.00
5300.00
$114.00
3124.00
5134.00
$144.00
$4,500.00
$600.00
UNIT III: DRAINAGE IMPROVEMENTS
33 05 10 LF 654 52.00
33 41 10 LF 101 575.00
33 41 10 LF 121 $85.00
33 41 10 LF 432 5330.00
33 49 10 EA 1 $5,500.00
33 49 20 EA 4 $4.ODO.DO
31 37 00 SY 474 $165.00
DO 00 00 EA 2 538.500.00
TOTAL UNIT III; QRAINAGE IMPROVEMENTS
�
56,492.00I
$1,000.00�
$3,246.00�
5350.00�
$47,712.00�
ssa,�as.00l
$38,447.50�
$21,000.00�
512,262.50�
583.100.00�
$19,722.00�
s�a.�sa.00l
$2,680.00�
52Q880.00�
sa,eoo.00l
53,000.00�
$s�s,asz.00l
�
51 308.001
57.575.00�
��o,za5.00l
5142.560.00�
�5,500.00�
$16,000.00�
$78,210.00�
577,000.00�
$338,438.00�
CITY OF FORT WDRTIi
STANDARD CONSTRUCTION SPECffICA770N DOCllI+�NTI'S - DEVEIAPER AWARDED PRO7ECTS
Form Version Mey 23, 2019 00 42 43_BiJ Proposal DAP.�Is
D� 42 77
DM - BID PROPOSAL
Page 2 of 2
UNIT PRICE BID
Project Item Informauon
Bidder's Application
Bidlist Item Description Specificadon Section No. Unit of Bid
No. Measure Quantity
� UNIT IV: PAVING MPROVEMENTS
I 1 3123.0101 Unclassified Excavation Bv Plan 31 23 16 CY 25155
� 2 3211.0400 Hvdrated Lime {36 Ibs/sv] 31 11 29 TN 224
I 3 3211.0502 8" Lime Treatment 32 11 29 SY 12437
� 4 3213.01D5 10" Conc Pvmt 32 13 13 SY 11995
I 5 3213.0303 4" Conc Sidewalk 32 13 20 SF 2214D
� 6 3213.0506 Barrier Free Ramp, Tvoe P-1 32 13 20 EA 10
I 7 3291.0100 Toosoil 32 97 19 CY 498
8 3292.0100 Block Sod Placement 32 92 13 SY 2642
9 9999.0008 Constr Barricade 00 00 00 EA 3
10 9999.0009 Construct Std. Pvmt. Header 00 00 00 LF 165
11 9999.0010 Stoa Siqns 00 00 00 EA 5
12 9999.0011 Rt-3P Traffic Siqn 00 00 00 EA 4
13 9999.D012 R2-1 Traffic Sian 00 00 00 EA 2
14 9999.0013 R3-6 Traffic Siqn 00 00 00 EA 1
15 9999.0014 R3-8LR Traffic Sion 00 00 00 EA 1
16 9999.D015 6" Broken White Stripe W/ Raised Marker TY II-A-A: 30' Gap 32 17 23 LF 3381
17 9999.0016 6" Solid Yellow StriQe W! TY II-A-A 4 Raised Marker 32 17 23 LF 3684
18 32170201 8" SLD Pvmt Markinq HAS i� 32 17 23 LF 312
� 19 3217.0504 Preformed Thermoolastic Constrast Markin4s - 24" Stoq Bar 32 17 23 LF 50
� 20 3217.0502 Preformed Thermoolastic Contrast Markinqs - 24" Crosswalk 32 17 23 LF 450
� 21 3217.1002 Lane Leqend Arrow 32 17 23 EA 4
22 3217.1003 Lane Leqend DBL Arrow 32 17 23 EA 2
I 23 3217.1004 Lane Leoend Onlv 32 17 23 EA 4
� 24 9999.0017 Street Name Blade 00 00 00 EA 3
� 25 9999.0018 Pedestrian Handraii 00 00 00 LF 3DD
� 26 9999.0019 6" Unreinforced Concrete Pavement 00 00 00 SY 651
� TOTAL UNIT IV: PAVING IMPROVEMENTS
Bidde�s Proposal
UnitPrice I BidValue
56.50
5275.00
55.00
$108.00
$4.25
$2,200.00
528.00
58.00
5800.00
$30.OD
5850.00
5850.00
$850.00
$850.OD
$850.00
SS.OD
55.00
$6.00
$20.00
520.00
$500.00
�i.n�n nn
$500.00
�300.00
$140.00
$62.00
� UNIT V: STREET LIGHTING IMPROVEMENTS
� 1 2605.3015 2" CONDT PVC SCH 80 ! 1`1 26 05 33 LF 3960 $15.00
� 2 3441.1637 Instail Tvye 33A Arm 34 41 20 EA 22 �60D.D0
� 3 3441.3050 Fumish/fnstall LED Lighting Fixture (70 watt ATBO Cobra Head3 34 41 20 EA 22 5750.00
� 4 3441.3302 Rdwv Illum Foundation TY 3,5 6, and 8 34 41 20 EA 22 $1 200.00
� 5 3441.3341 Rdrw Illum TY 11 Pole 3441 20 EA 22 51,40D.00
� 6 9999.0019 120/240 Volt Metered Pedestal 00 00 00 EA 1 S10 500.00
J 7 9999.0020 3-#2 Copper Wire 00 00 00 LF 11880 $6.00
� TOTAL UNIT V: STREET LIGHTING IMPROVEMENTS
1
�
�
�
�
1
SECTION 00 42 43
Developer Awarded Projects - PROPOSAL FORM
Rockbrook Master Infrastruclure
Bid Summary
UNIT I: WATER IMPROVEMENTS
UNIT II: SANITARY SEWER IMPROVEMENTS
UNIT III: DRAINAGE IMPROVEMENTS
UNIT IV: PAVING IMPROVEMENTS
UNIT V: STREET LIGHTING IMPROVEMENTS
This Bid is submitted by the entity named below:
BIDDER:
Conatser Construclion 1'X, L.P.
5327 Wichita Street
For[ Worth, TX 76119
Confractor agrees to complete W ORK for FINAL ACCEPTANCE within
CONTRACT commences to run as provided in the General Condifions.
$163,507.50
561.600.00
$62,185.00
$1.295,460.00
$94,095.00
�zz,000.00
,3.944.0��
821.136.00
sz,aoo.00l
Sa.sso.00l
$4.250.00�
53.400.001
$1, 700.00 I
5850.00 �
5850.00 �
� 16.905.001
$18,420.00 �
$1 872.00I
$1,000.00 I
$9 OOO.00I
$2.000.001
R.? n�qpPl
sz�oao.00l
5900.00�
saz,000.00l
540.362.00�
$1 888 786.50�
sss.aoo.00�
S 13200.00 �
S 16.500.00
$26,400.00
$30 800.00
510.500.00
571 280.00
$228,080.00
_ 51,269,545.50
$376.892.00
$338.436.00
$1, 888,786.50
$228 OS0.00
Total ConStrucHon Bid 54,101,742.00
Bti'� BrockHuggins
♦
TTTL : r�hJlC�ii��
DATE:
��� working days affer the dxte when the
CRY OF FORT WORTri
STANDARD CONSLEtUCT[ON SPECIFICAl70N DOCl7tv1EM'S - DE VELOPER A WARDED PNO.IECTS
004243 R�d['roporal_DAP:cIs
Fmm Vcrsion May 22. 2019 -
11/25/2025
004526-1
CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW
Page 1 of 1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
SECTION 00 45 26
CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW
Pursuant to Texas Labor Code Section 406.096(a), as amended, Contractor certifies that it
provides worker's compensation insurance coverage for all of its employees employed on City
Project No. 105383. Contractor further certifies that, pursuant to Texas Labor Code, Section
406.096(b), as amended, it will provide to City its subcontractor's certificates of compliance with
worker's compensation coverage.
CONTRACTOR:
Conatser Construction TX. L.P.
Company
5327 WICHITA STREET
Address
FORT WORTH. TX 76119
City/State/Zip
THE STATE OF TEXAS
COUNTY OFTARRANT
�
�v
�
By: Brock Hu��ins
(Please Print)
,
Signature: �-�
6
Title: President
(Please Print)
BEFORE ME, the undersigned authority, on this day personally appeared
�i"1"C_. k i-� l-1 C� i I� �� , known to me to be the person whose name is
subscribed to the fore�ng instrument, and acknowledged to me that he/she executed the same as
the act and deed of C,C ..1Y i( i.. #�, for the purposes and
consideration therein expressed and in the capacity therein stated.
GIVEN UNDER MY HAND AND SEAL OF OFFICE this �Lq day of
�V�C �� , 20�
��•� KATHERINE ROSE
:° NOTARY PUBLIC, STATE OF TESAS
e,, � iox 133467933
��o � CONM.EXP. ��-3D-2025
�Ca..�C � ��-cT'�`e�
Notary Public in and for the State of Texas
END OF SECTION
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised Apri12, 2014
Rockbrook MasterInfrastructure
City Project No. 105383
11/25/2025
00 52 43 - 2
Developer Awarded Project Agreement
Page 2 of 4
CITY OF FORT WORTH Rockbrook Master Infrastructure
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS City Project No 105383
Revised June 16, 2016
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 Four Million One Hundred One Thousand Seven 40
Hundred Forty-Two Dollars ($4,101,742.00). 41
Article 5. CONTRACT DOCUMENTS 42
5.1 CONTENTS: 43
A. The Contract Documents which comprise the entire agreement between Developer and 44
Contractor concerning the Work consist of the following: 45
1. This Agreement. 46
2. Attachments to this Agreement: 47
a. Bid Form (As provided by Developer) 48
1) Proposal Form (DAP Version) 49
2) Prequalification Statement 50
3) State and Federal documents (project specific) 51
b. Insurance ACORD Form(s) 52
c. Payment Bond (DAP Version) 53
d. Performance Bond (DAP Version) 54
e. Maintenance Bond (DAP Version) 55
f. Power of Attorney for the Bonds 56
g. Worker’s Compensation Affidavit 57
h. MBE and/or SBE Commitment Form (If required) 58
3. Standard City General Conditions of the Construction Contract for Developer 59
Awarded Projects. 60
4. Supplementary Conditions. 61
5. Specifications specifically made a part of the Contract Documents by attachment 62
or, if not attached, as incorporated by reference and described in the Table of 63
Contents of the Project’s Contract Documents. 64
6. Drawings. 65
7. Addenda. 66
8. Documentation submitted by Contractor prior to Notice of Award. 67
9. The following which may be delivered or issued after the Effective Date of the 68
Agreement and, if issued, become an incorporated part of the Contract Documents: 69
a. Notice to Proceed. 70
b. Field Orders. 71
c. Change Orders. 72
d. Letter of Final Acceptance. 73
74
75
005243-3
Developer Awarded Project Agreement
Page 3 of 4
76 Article 6. INDEMNIFICATION
77
78
79
80
81
82
83
84
85
86
87
88
89
90
91
92
93
94
95
96
97
6.1 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 nrovision is snecificall� intended to o�erate
and be effective even if it is alle�ed or aroven that all or some of the dama�es bein�
sou.ht were caused, in whole or in nart. bv anv act. omission or ne�ligence of the cit��.
This indemnity provision is intended to include, without limitation, indemnity for
costs, expenses and legal fees incurred by the city in defending against such claims and
causes of actions.
6.2 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
nrovision is sr�ecificallv intended to onerate and be effective even if it is alle e�d or
nroven that all or some of the dama2es bein� soueht were caused. in whole or in nart.
bv anv act, omission or ne I�i ence of the cit�.
Article 7. MISCELLANEOUS
98 7.1 Terms.
99 Terms used in this Agreement are defined in Article 1 of the Standard City Conditions of
100 the Construction Contract for Developer Awarded Projects.
101 7.2 Assignment of Contract.
102 This Agreement, including all of the Contract Documents may not be assigned by the
103 Contractor without the advanced express written consent of the Developer.
104 7.3 Successors and Assigns.
105 Developer and Contractor each binds itself, its partners, successors, assigns and legal
106 representatives to the other party hereto, in respect to all covenants, agreements and
107 obligations contained in the Contract Documents.
108 7.4 Severability.
109 Any provision or part of the Contract Documents held to be unconstitutional, void or
t 10 unenforceable by a court of competent jurisdiction shall be deemed stricken, and all
111 remaining provisions shall continue to be valid and binding upon DEVELOPER and
112 CONTRACTOR.
113 7.5 Governing Law and Venue.
114 This Agreement, including all of the Contract Documents is performable in the State of
115 Texas. Venue shall be Tarrant County, Texas, or the United States District Court for the
116 Northern District of Texas, Fort Worth Division.
CITY OF FORT WORTH Rockbrook Master Infrastructure
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No 105383
Revised June 16, 2016
117
(Printed Name)
00 52 43 - 4
Developer Awarded Project Agreement
Page 4 of 4
118
119
1Z0
121
122
123
I24
125
126
7.6 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:� .
�;����-5�����?1� i ; �r�;#�ic:'�T%�,Li� ---��� I�h ���,,t%� ��vca �.—L �.
e
B : , By:
( i� ature) (Sigirat'ure)
Brock Hug�ins ����-y�a � l3 N; /' �
�
127
Title: President
Company Name: Conatser Construction
TX, L.P.
Address: 5327 Wichita Street
City/State/Zip: Fort Worth, TX 76119
Zl / �.S l Z-�
Date
(Printed Name)
Title:
Company name: PMB Team Ranch Devco LLC
Address: 4001 Maple Avenue, Suite 270
Ciry/State/ZiP: Dallas. TX 75219
Lt / zs � �zs
Date �
CITY OF FORT WOR'['H Rockbraok Master InfrastTucture
STANDARD CONS'fRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No 105383
Revised June I6,2016
25th November 25
25th
November 25
25th November 25
25th
November 25
25th November 25
006214-2
MAINT�;NANCE BOND
Page 2 of 3
i WI3EREAS, 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.
4
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 ta
8 remain in full force and effect.
9
10 PROVIDED, HUWEVER, if Principal shall fail so to repair or reconstruct any timely
i l 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 recanstructed 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 Northem 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.
21
22
23
CI1'Y OF FORT WORTH Rockbrook Master Infrastnrctvre
STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Ciry Project No. 105383
Revised January 3l, 2012
25th November
25
�
�
a�
�
� �
.� ...
� �
a� �
� .�
� �
��
� �"�
� �
� �
i
� �
� �
� �,
b �
o �
> �
� �
•� o
�, �--'
� �
�- o
o.
Y �.J
� U
4-� �
O y
s. �'
3 �
o �
� o
� w
., ea
;� v
� w
.�
-° i
�--�
� �
�
� �
0 oA
�.
a..�
� �
Y �
� �
� �
� �
-d �
�, ...
�
Y �
4. �
p O
O �
.�' �
� �
� �
� �
POWER OF ATTORNEY
BERKLEY INSURANCE COMPANY
WILMINGTON, DELAWARE
No. BI-72801
KNOW ALL MEN BY THESE PRESENTS, that BERKLEY INSURANCE COMPANl' (the "Company"), a corporation duly
organized and existing under the laws of the State of Delaware, having its principal office in Greenwich, CT, has made, constituted
and appointed, and does by these presents make, constitute and appoint: Ricardo J. Reyna; Don E. Cornell; Sophi►zie Hunter;
Robbi Morales; Kelly A. Westbr00%; Tina McEwan; Joshua Saunders; Tonie Petranek; or Milcaela Peppers of Aon Risk
Services Southwest, Inc. of Dallas, TX its true and lawful Attoniey-in-Fact, to sign its name as surety only as delineated below
and to execute, seal, acknowledge and deliver any and all bonds and undertakings, with the exception of Financial Guaranty
Insurance, providing that no single obligation shall exceed Fifty Million and 00/100 U.S. Dollars (U.S.$50,000,000.00), to the
same extent as if such bonds had been duly executed and aclaiowledged by the regularly elected officers of the Company at its
principal office in their own proper persons.
This Power of Attorney shall be construed and enforced in accordance with, and governed by, the laws of the State of Delaware,
without givuig effect to the principles of conflicts of laws thereo£ This Power of Attoruey is granted pursuant to the following
resolutions which were duly and validly adopted at a meeting of the Board of Directors of the Company held on January 25, 2010:
RESOLVED, that, with respect to the Surety business written by Berkley Surety, the Chairman of tl�e Board, Chief
Executive Officer, President or any Vice President of the Company, in conjunction with the Secretary or any Assistant
Secretary are hereby authorized to execute powers of attorney authorizing and qualifying the attorney-in-fact named therein
to execute boiids, undertakings, recognizances, or other suretyship obligations on behalf of the Company, and to affix d�e
corporate seal of the Company to powers of attorney executed pursuant hereto; and said officers may remove any such
attoniey-in-fact and revoke any power of attomey previously granted; and further
RESOLVED, that such power of attorney limits the acts of those named tl�erein to the bonds, undertakings, recognizances,
or other suretyship obligations specifically named therein, and they have no aufliority to bind the Company except in tt�e
manner and to the extent therein stated; and further
RESOLVED, tltat such power of attorney revolces all previous powers issued on bel�alf of tlie attomey-in-fact nanied; and
further
RE50LVED, that die signature of any authorized officer and the seal of tl�e Company may be affixed by facsimile to any
power of attorney or certification thereof authorizing the execution and delivery of any bond, undertaking, recognizance, or
other suretyship obligation of the Coinpany; and such signature and seal when so used shall have the same force and effect as
though manually affixed. The Company inay continue to use for the purposes herein stated the facsimile signahue of any
person or persons who shall have been such officer or officers of tl�e Company, notwithstanding the fact that they may have
ceased to be such at the time when such instruments shall be issued.
IN WITNESS WHEREOF, the Company has caused these presents to be signed and attested by its appropriate officers and its
corporate seal hereunto aff`ixed this 2°d day of Mav , 2024 .
Attest:
(Seai) By :fC_ ,�-_�l a�� �'�C�
Philip 5.3�'eit
Exe�u�ive Vice President & Secretary
Be,rkle_y Iusurance Company
Sy `��
Je M��-iaf�
Senior Vice. President
ST:1TE OF CONNECTICLT }
) :ss:
G�L�Ti' OF F_4IRFIELD )
SM�orn to befare me, a Nvtary Publi�. iu the State of Caanecticut, tlus 2°d day of May , 2024 , by Philip S. VJelt and
3effrey M. Hafter who u� swom to xue to be t�e Executive. `'ice President and Secretary, and the Senior Vice President.
respectnely, af Berkle_y Eusurance Compauy_
F� � n
MAR1A C. Rl1NDBAlCFN - r ;: �} �`�Q"� ! _. . � .�� .,� ,.--.
�T�' ��� Notary Public, State. of Connecticirt
L30NNECTICUT
IiA1rC0AAMISS�ON D�RES Q�t-3b-2D20 CERTIFTC �TE
I, tlie undersigned, o,ssiskant Scxsetary of BERKLEY INSURA�DF{'E COMPANY, DO HERBBY CERTIF'Y that �e foregoing is a
true, correct and complete copy of t�e original Power of At[orney; 'that said Power of Attorney Iias not been re��oked or rescinded
and �at the authoriry of tJie 4ttorne�•-in-Fact set for#ii tlierein_ n�ho executed the bo�d or undertaking ta which tlus Power of
Attorne�,� is attached, is in full force aud e�ect as af this date.
Given under m}� hand aud seal of the C:ompany, this day of - . _
(Seail !�� k -
' i.��_�.
.. ��•.� � - 'r-
Vincent P. Forte
IMPC3RTANT NQTlCE
Ta abtain information or make a complaint:
You may cail Berkley Surety Group, L�C and its a#filia#es by
telephone for information or to make a cflmplaint:
BERKLEY Sl�R�TY GR(3U�, LLC
Please send ai� notices c�f ciaim on this band to:
Berkley Surety Group, LLC
(86fi) 768-3534
412 Mount Kemble �►venue, Suite 310N
Morristown, NJ �79fi0
A#tn: Surety Giaims Department
You may contact the Texas Department of ln�urance to 8btain
information on compani�s, coverages, rights or complaints at:
1-800-252-3439
You may write the Texas Depariment of (nsurance:
P. O. Box 149104
Austin, TX 78714-910d
Fax. (512) 475-9771
Web: http./lwww.tdi.state.�x,us
E-mail: �ansumerProtection(Q7tdi.staie.t�c.us
PREMIUM QR CLAIM QISPUTES:
Should you have a dispute concerning your premium or about a claim
you shoutd contaci your agent or Berkley Surety Group, LLC first. If
the dispute is not resolved, you may contact the Texas Department of
Insurance.
ATTACN THI� NOTlGE TO YOUR BQNQ:
This notice is for information anly and does no# become a part or
condition of the attached dacument and is given to comply with Texas
legal and reguiatory requirements.
00 73 00
SUPPLEMENTARY CONDITIONS
Page 1 of 7
CITY OF FORT WORTH Rockbrook Master Infrastructure
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105383
Revised March 8, 2024
SECTION 00 73 00
SUPPLEMENTARY CONDITIONS
TO
GENERAL CONDITIONS
Supplementary Conditions
These Supplementary Conditions modify and supplement Section 00 72 00 - General Conditions, and other
provisions of the Contract Documents as indicated below. All provisions of the General Conditions that are
modified or supplemented remain in full force and effect as so modified or supplemented. All provisions
of the General Conditions which are not so modified or supplemented remain in full force and effect.
Defined Terms
The terms used in these Supplementary Conditions which are defined in the General Conditions have the
meaning assigned to them in the General Conditions, unless specifically noted herein.
Modifications and Supplements
The following are instructions that modify or supplement specific paragraphs in the General Conditions and
other Contract Documents.
SC-3.03B.2, “Resolving Discrepancies”
Plans govern over Specifications.
SC-4.01A
Easement limits shown on the Drawing are approximate and were provided to establish a basis for bidding.
Upon receiving the final easements descriptions, Contractor shall compare them to the lines shown on the
Contract Drawings.
SC-4.01A.1., “Availability of Lands”
The following is a list of known outstanding right-of-way, and/or easements to be acquired, if any as of
November 11, 2024.
Outstanding Right-Of-Way, and/or Easements to Be Acquired
PARCEL
NUMBER
OWNER TARGET DATE
OF POSSESSION
None None None
The Contractor understands and agrees that the dates listed above are estimates only, are not guaranteed, and
do not bind the City.
If Contractor considers the final easements provided to differ materially from the representations on the
Contract Drawings, Contractor shall within five (5) Business Days and before proceeding with the Work,
notify City in writing associated with the differing easement line locations.
SC-4.01A.2, “Availability of Lands”
Utilities or obstructions to be removed, adjusted, and/or relocated
00 73 00
SUPPLEMENTARY CONDITIONS
Page 2 of 7
CITY OF FORT WORTH Rockbrook Master Infrastructure
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105383
Revised March 8, 2024
The following is list of utilities and/or obstructions that have not been removed, adjusted, and/or relocated
as of November 11, 2024.
EXPECTED
OWNER
UTILITY AND LOCATION TARGET DATE OF
ADJUSTMENT
None None None
The Contractor understands and agrees that the dates listed above are estimates only, are not guaranteed,
and do not bind the City.
SC-4.02A., “Subsurface and Physical Conditions”
The following are reports of explorations and tests of subsurface conditions at the site of the Work:
A Geotechnical pavement recommendation Report No. W240571-A, dated June 18, 2024, prepared by UES
Professional Solutions.
The following are drawings of physical conditions in or relating to existing surface and subsurface
structures (except Underground Facilities) which are at or contiguous to the site of the Work:
None
SC-4.06A., “Hazardous Environmental Conditions at Site”
The following are reports and drawings of existing hazardous environmenta l conditions known to the City:
None
SC-5.03A., “Certificates of Insurance”
The entities listed below are "additional insureds as their interest may appear" including their respective
officers, directors, agents and employees.
(1) City
(2) Consultant: LJA Engineering
(3) Other: PMB Investments
SC-5.04A., “Contractor’s Insurance”
The limits of liability for the insurance required by Paragraph GC-5.04 shall provide the following
coverages for not less than the following amounts or greater where required by laws and regulations:
5.04A. Workers' Compensation, under Paragraph GC-5.04A.
Statutory limits
Employer's liability
$100,000 each accident/occurrence
$100,000 Disease - each employee
$500,000 Disease - policy limit
SC-5.04B., “Contractor’s Insurance”
00 73 00
SUPPLEMENTARY CONDITIONS
Page 3 of 7
CITY OF FORT WORTH Rockbrook Master Infrastructure
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105383
Revised March 8, 2024
5.04B. Commercial General Liability, under Paragraph GC-5.04B. Contractor's Liability Insurance
under Paragraph GC-5.04B., which shall be on a per project basis covering the Contractor with
minimum limits of:
$1,000,000 each occurrence
$2,000,000 aggregate limit
The policy must have an endorsement (Amendment – Aggregate Limits of Insurance) making the
General Aggregate Limits apply separately to each job site.
The Commercial General Liability Insurance policies shall provide “X”, “C”, and “U” coverage’s.
Verification of such coverage must be shown in the Remarks Article of the Certificate of Insurance.
SC 5.04C., “Contractor’s Insurance”
5.04C. Automobile Liability, under Paragraph GC-5.04C. Contractor’s Liability Insurance under
Paragraph GC-5.04C., which shall be in an amount not less than the following amounts:
(1) Automobile Liability - a commercial business policy shall provide coverage on "Any Auto",
defined as autos owned, hired and non-owned.
$1,000,000 each accident on a combined single limit basis. Split limits are acceptable if limits are at
least:
$250,000 Bodily Injury per person /
$500,000 Bodily Injury per accident /
$100,000 Property Damage
SC-5.04D., “Contractor’s Insurance”
The Contractor’s construction activities will require its employees, agents, subcontractors, equipment, and
material deliveries to cross railroad properties and tracks
None
The Contractor shall conduct its operations on railroad properties in such a manner as not to interfere with,
hinder, or obstruct the railroad company in any manner whatsoever in the use or operation of its/their trains
or other property. Such operations on railroad properties may require that Contractor to execute a “Right of
Entry Agreement” with the particular railroad company or companies in volved, and to this end the
Contractor should satisfy itself as to the requirements of each railroad company and be prepared to execute
the right-of-entry (if any) required by a railroad company. The requirements specified herein likewise relate
to the Contractor’s use of private and/or construction access roads crossing said railroad company’s
properties.
The Contractual Liability coverage required by Paragraph 5.04D of the General Conditions shall provide
coverage for not less than the following amounts, issued by companies satisfactory to the City and to the
Railroad Company for a term that continues for so long as the Contractor’s operations and work cross,
occupy, or touch railroad property:
(1) General Aggregate: $N/A
(2) Each Occurrence: $N/A
Required for this Contract x Not required for this Contract
<Provide an “X” next to the appropriate selection above based on the Contract requirements>
With respect to the above outlined insurance requirements, the following shall govern:
00 73 00
SUPPLEMENTARY CONDITIONS
Page 4 of 7
CITY OF FORT WORTH Rockbrook Master Infrastructure
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105383
Revised March 8, 2024
1. Where a single railroad company is involved, the Contractor shall provide one insurance policy in
the name of the railroad company. However, if more than one grade separation or at -grade crossing
is affected by the Project at entirely separate locations on the line or lines of the same railroad
company, separate coverage may be required, each in the amount stated above.
2. Where more than one railroad company is operating on the same right -of-way or where several
railroad companies are involved and operated on their own separate rights -of-way, the Contractor
may be required to provide separate insurance policies in the name of each railroad company.
3. If, in addition to a grade separation or an at-grade crossing, other work or activity is proposed on a
railroad company’s right-of-way at a location entirely separate from the grade separation or at-grade
crossing, insurance coverage for this work must be included in the policy covering the grade
separation.
4. If no grade separation is involved but other work is proposed on a railroad company’s right -of-way,
all such other work may be covered in a single policy for that railroad, even though the work may
be at two or more separate locations.
No work or activities on a railroad company’s property to be performed by the Contractor shall be
commenced until the Contractor has furnished the City with an original policy or policies of the insurance
for each railroad company named, as required above. All such insurance must be approved by the City and
each affected Railroad Company prior to the Contractor’s beginning work.
The insurance specified above must be carried until all Work to be performed on the railroad right -of-way
has been completed and the grade crossing, if any, is no longer used by the Contractor. In addition,
insurance must be carried during all maintenance and/or repair work performed in the railroad right-of-way.
Such insurance must name the railroad company as the insured, together with any tenant or lessee of the
railroad company operating over tracks involved in the Project.
SC-6.04., “Project Schedule”
Project schedule shall be tier <1, 2, 3, 4, or 5> for the project.
SC-6.07 A.., “Duty to pay Prevailing Wage Rates”
The following is the prevailing wage rate table(s) applicable to this project and is provided in the
Appendixes:
A copy of the table is also available by accessing the City’s website at:
https://apps.fortworthtexas.gov/ProjectResources/
You can access the file by following the directory path:
02-Construction Documents/Specifications/Div00 – General Conditions
SC-6.09., “Permits and Utilities”
SC-6.09A., “Contractor obtained permits and licenses”
The following are known permits and/or licenses required by the Contract to be acquired by the Contractor:
None
00 73 00
SUPPLEMENTARY CONDITIONS
Page 5 of 7
CITY OF FORT WORTH Rockbrook Master Infrastructure
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105383
Revised March 8, 2024
SC-6.09B. “City obtained permits and licenses”
The following are known permits and/or licenses required by the Contract to be acquired by the City:
1. TxDOT Driveway Permit
2. BKV Letter of No Objection
3. Empire Pipeline Letter of No Objection
4. TxDOT Utility Crossing Permit
SC-6.09C. “Outstanding permits and licenses”
The following is a list of known outstanding permits and/or licenses to be acquired, if any as of November
11, 2024.
Outstanding Permits and/or Licenses to Be Acquired
OWNER PERMIT OR LICENSE AND LOCATION TARGET DATE
OF POSSESSION
None None None
SC-6.24B., “Title VI, Civil Rights Act of 1964 as amended”
During the performance of this Contract, the Contractor, for itself, its assignees and successors in interest
(hereinafter referred to as the "Contractor") agrees as follows:
1. Compliance with Regulations: The Contractor shall comply with the Regulation relative to
nondiscrimination in Federally-assisted programs of the Department of Transportation (hereinafter,
“DOT”) Title 49, Code of Federal Regulations, Part 21, as they may be amended from time to time,
(hereinafter referred to as the Regulations), which are herein incorporated by reference and made a part
of this contract.
2. Nondiscrimination: The Contractor, with regard to the work performed by it during the contract, shall
not discriminate on the grounds of race, color, or national origin, in the selection and retention of
subcontractors, including procurements of materials and leases of equipment. The Contractor shall not
participate either directly or indirectly in the discrimination prohibited by 49 CFR, section 21.5 of the
Regulations, including employment practices when the contract covers a program set forth in
Appendix B of the Regulations.
3. Solicitations for Subcontractors, Including Procurements of Materials and Equipment: In all
solicitations either by competitive bidding or negotiation made by the contractor for work to be
performed under a subcontract, including procurements of materials or leases of equipment, each
potential subcontactor or supplier shall be notified by the Contractor of the Contractor's obligations
under this contract and the Regulations relative to nondiscrimination on the grounds of race, color, or
national origin.
4. Information and Reports: The Contractor shall provide all information and reports required by the
Regulations or directives issued pursuant thereto, and shall permit access to its books, records,
accounts, other sources of information and its facilities as may be determined by Cit y or the Texas
Department of Transportation to be pertinent to ascertain compliance with such Regulations, orders
and instructions. Where any information required of a contractor is in the exclusive possession of
another who fails or refuses to furnish this information the contractor shall so certify to the City, or the
Texas Department of Transportation, as appropriate, and shall set forth what efforts it has made to
obtain the information.
00 73 00
SUPPLEMENTARY CONDITIONS
Page 6 of 7
CITY OF FORT WORTH Rockbrook Master Infrastructure
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105383
Revised March 8, 2024
5. Sanctions for Noncompliance: In the event of the Contractor's noncompliance with the
nondiscrimination provisions of this Contract, City shall impose such contract sanctions as it or the
Texas Department of Transportation may determine to be appropriate, including, but not limited to:
a. withholding of payments to the Contractor under the Contract until the Contractor
complies, and/or
b. cancellation, termination or suspension of the Contract, in whole or in part.
6. Incorporation of Provisions: The Contractor shall include the provisions of paragraphs (1) through
(6) in every subcontract, including procurements of materials and leases of equipment, unless exempt
by the Regulations, or directives issued pursuant thereto. The Contractor shall take such action with
respect to any subcontract or procurement as City or the Texas Department of Transportation may
direct as a means of enforcing such provisions including sanctions for non -compliance: Provided,
however, that, in the event a contractor becomes involved in, or is threatened with, litigation with a
subcontractor or supplier as a result of such direction, the contractor may request City to enter into
such litigation to protect the interests of City, and, in addition, the contractor may request the United
States to enter into such litigation to protect the interests of the United States.
Additional Title VI requirements can be found in the Appendix.
SC-7.02., “Coordination”
The individuals or entities listed below have contracts with the City for the performance of other work at
the Site:
None
Vendor Scope of Work Coordination Authority
SC-8.01, “Communications to Contractor”
None
SC-9.01., “City’s Project Manager”
The City’s Project Manager for this Contract is Mosadage Mohammdeen, or his/her successor pursuant to
written notification from the Director of Development Services.
SC-13.03C., “Tests and Inspections”
None
SC-16.01C.1, “Methods and Procedures”
None
END OF SECTION
00 73 00
SUPPLEMENTARY CONDITIONS
Page 7 of 7
CITY OF FORT WORTH Rockbrook Master Infrastructure
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105383
Revised March 8, 2024
Revision Log
DATE NAME SUMMARY OF CHANGE
1/22/2016 F. Griffin SC-9.01., “City’s Project Representative” wording changed to City’s Project
Manager.
3/9/2020 D.V. Magaña SC-6.07, Updated the link such that files can be accessed via the City’s
website.
10/06/23 Michael Owen SC-6.07, Allow affidavit regarding paying prevailing wages to be submitted on
completion of job, as opposed to with each progress report
3/08/24 Michael Owen Removed revisions related to affidavit, as those changes have been made in
General Conditions
CITY OF FORT WORTH
STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
STANDARD CITY CONDITIONS
OF THE CONSTRUCTION CONTRACT
FOR DEVELOPER AWARDED PROJECTS
CITY OF FORT WORTH
STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
STANDARD CITY CONDITIONS OF THE
CONSTRUCTION CONTRACT
FOR DEVELOPER AWARDED PROJECTS
TABLE OF CONTENTS
Page
Article 1 – Definitions and Terminology .......................................................................................................... 1
1.01 Defined Terms ............................................................................................................................... 1
1.02 Terminology .................................................................................................................................. 5
Article 2 – Preliminary Matters ......................................................................................................................... 6
2.01 Before Starting Construction ........................................................................................................ 6
2.02 Preconstruction Conference .......................................................................................................... 6
2.03 Public Meeting .............................................................................................................................. 6
Article 3 – Contract Documents and Amending ............................................................................................... 6
3.01 Reference Standards ..................................................................................................................... 6
3.02 Amending and Supplementing Contract Documents .................................................................. 6
Article 4 – Bonds and Insurance ....................................................................................................................... 7
4.01 Licensed Sureties and Insurers ..................................................................................................... 7
4.02 Performance, Payment, and Maintenance Bonds ........................................................................ 7
4.03 Certificates of Insurance ............................................................................................................... 7
4.04 Contractor’s Insurance .................................................................................................................. 9
4.05 Acceptance of Bonds and Insurance; Option to Replace ........................................................... 12
Article 5 – Contractor’s Responsibilities ........................................................................................................ 12
5.01 Supervision and Superintendent ................................................................................................. 12
5.02 Labor; Working Hours ................................................................................................................ 13
5.03 Services, Materials, and Equipment ........................................................................................... 13
5.04 Project Schedule .......................................................................................................................... 14
5.05 Substitutes and “Or-Equals” ....................................................................................................... 14
5.06 Pre-Qualification of Bidders (Prime Contractors and Subcontractors) ..................................... 16
5.07 Concerning Subcontractors, Suppliers, and Others ................................................................... 16
5.08 Wage Rates.................................................................................................................................. 18
5.09 Patent Fees and Royalties ........................................................................................................... 19
5.10 Laws and Regulations ................................................................................................................. 19
5.11 Use of Site and Other Areas ....................................................................................................... 19
5.12 Record Documents ...................................................................................................................... 20
5.13 Safety and Protection .................................................................................................................. 21
5.14 Safety Representative ................................................................................................................. 21
5.15 Hazard Communication Programs ............................................................................................. 22
5.16 Submittals .................................................................................................................................... 22
5.17 Contractor’s General Warranty and Guarantee .......................................................................... 23
CITY OF FORT WORTH
STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
5.18 Indemnification ........................................................................................................................... 24
5.19 Delegation of Professional Design Services .............................................................................. 24
5.20 Right to Audit: ............................................................................................................................ 25
5.21 Nondiscrimination....................................................................................................................... 25
Article 6 – Other Work at the Site ................................................................................................................... 26
6.01 Related Work at Site ................................................................................................................... 26
Article 7 – City’s Responsibilities................................................................................................................... 26
7.01 Inspections, Tests, and Approvals .............................................................................................. 26
7.02 Limitations on City’s Responsibilities ....................................................................................... 26
7.03 Compliance with Safety Program ............................................................................................... 27
Article 8 – City’s Observation Status During Construction ........................................................................... 27
8.01 City’s Project Representative ..................................................................................................... 27
8.02 Authorized Variations in Work .................................................................................................. 27
8.03 Rejecting Defective Work .......................................................................................................... 27
8.04 Determinations for Work Performed .......................................................................................... 28
Article 9 – Changes in the Work ..................................................................................................................... 28
9.01 Authorized Changes in the Work ............................................................................................... 28
9.02 Notification to Surety .................................................................................................................. 28
Article 10 – Change of Contract Price; Change of Contract Time ................................................................ 28
10.01 Change of Contract Price ............................................................................................................ 28
10.02 Change of Contract Time............................................................................................................ 28
10.03 Delays .......................................................................................................................................... 28
Article 11 – Tests and Inspections; Correction, Removal or Acceptance of Defective Work ...................... 29
11.01 Notice of Defects ........................................................................................................................ 29
11.02 Access to Work ........................................................................................................................... 29
11.03 Tests and Inspections .................................................................................................................. 29
11.04 Uncovering Work ....................................................................................................................... 30
11.05 City May Stop the Work ............................................................................................................. 30
11.06 Correction or Removal of Defective Work ................................................................................ 30
11.07 Correction Period ........................................................................................................................ 30
11.08 City May Correct Defective Work ............................................................................................. 31
Article 12 – Completion .................................................................................................................................. 32
12.01 Contractor’s Warranty of Title ................................................................................................... 32
12.02 Partial Utilization ........................................................................................................................ 32
12.03 Final Inspection ........................................................................................................................... 32
12.04 Final Acceptance ......................................................................................................................... 33
Article 13 – Suspension of Work .................................................................................................................... 33
13.01 City May Suspend Work ............................................................................................................ 33
Article 14 – Miscellaneous .............................................................................................................................. 34
14.01 Giving Notice .............................................................................................................................. 34
CITY OF FORT WORTH
STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
14.02 Computation of Times ................................................................................................................ 34
14.03 Cumulative Remedies ................................................................................................................. 34
14.04 Survival of Obligations ............................................................................................................... 35
14.05 Headings ...................................................................................................................................... 35
00 73 10- 1
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 1 of 35
CITY OF FORT WORTH
STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
ARTICLE 1 – DEFINITIONS AND TERMINOLOGY
1.01 Defined Terms
A. Wherever used in these General Conditions or in other Contract Documents, the terms listed
below have the meanings indicated which are applicable to both the singular and plural thereof,
and words denoting gender shall include the masculine, feminine and neuter. Said terms are
generally capitalized or written in italics, but not always. When used in a context consistent with
the definition of a listed-defined term, the term shall have a meaning as defined below whether
capitalized or italicized or otherwise. In addition to terms specifically defined, terms with initial
capital letters in the Contract Documents include references to identified articles and paragraphs,
and the titles of other documents or forms.
1. Agreement - The written instrument which is evidence of the agreement between Developer
and Contractor covering the Work
2. Asbestos—Any material that contains more than one percent asbestos and is friable or is
releasing asbestos fibers into the air above current action levels established by the United
States Occupational Safety and Health Administration.
3. Business Day – A business day is defined as a day that the City conducts normal business,
generally Monday through Friday, except for federal or state holidays observed by the City.
4. Buzzsaw – City’s on-line, electronic document management and collaboration system.
5. Calendar Day – A day consisting of 24 hours measured from midnight to the next midnight.
6. City— The City of Fort Worth, Texas, a Texas home-rule municipal corporation, acting by,
its governing body through its City Manager, his designee, or agents authorized pursuant to
its duly authorized charter on his behalf.
7. Community Facilities Agreement (CFA) -–A Contract between the Developer and the City
for the Construction of one or more following public facilities within the City public right-of-
way or easement: Water, Sanitary Sewer, Street, Storm Drain, Street Light, and Street Signs.
A CFA may include private facilities within the right-of-way dedicated as private right-of-
way or easement on a recorded plat.
8. Contract—The entire and integrated written document incorporating the Contract
Documents between the Developer, Contractor, and/or City concerning the Work. The
Contract supersedes prior negotiations, representations, or agreements, whether written or
oral.
9. Contract Documents—Those items that make up the contract and which must include the
Agreement, and it’s attachments such as standard construction specifications, standard City
Conditions, other general conditions of the Developer, including:
a. An Agreement
00 73 10- 2
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 2 of 35
CITY OF FORT WORTH
STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
b. Attachments to the Agreement
i. Bid Form
ii. Vendor Compliance with State Law Non-Resident Bidder
iii. Prequalification Statement
c. Current Prevailing Wage Rates Table (if required by City)
d. Insurance Accord Form
e. Payment Bond
f. Performance Bond
g. Maintenance Bond
h. Power of Attorney for Bonds
i. Workers Compensation Affidavit
j. MWBE Commitment Form( If required by City)
k. General Conditions
l. Supplementary Conditions
m. The Standard City Conditions
n. Specifications specifically made part of the Contract Documents by attachment, if
not attached, as incorporated by reference and described in the Table of Contents of
the Project’s Contract Documents
o. Drawings
p. Documentation submitted by contractor prior to Notice of Award.
q. The following which may be delivered or issued after the effective date if the
Agreement and, if issued become an incorporated part of the Contract Documents
i. Notice to Proceed
ii. Field Orders
iii. Change Orders
iv. Letters of Final Acceptance
r. Approved Submittals, other Contractor submittals, and the reports and drawings of
subsurface and physical conditions are not Contract Documents.
10. Contractor—The individual or entity with whom Developer has entered into the Agreement.
11. Day or day – A day, unless otherwise defined, shall mean a Calendar Day.
12. Developer – An individual or entity that desires to make certain improvements within the
City of Fort Worth
13. Drawings—That part of the Contract Documents prepared or approved by Engineer which
graphically shows the scope, extent, and character of the Work to be performed by
Contractor. Submittals are not Drawings as so defined.
14. Engineer—The licensed professional engineer or engineering firm registered in the State of
Texas performing professional services for the Developer.
15. Final Acceptance – The written notice given by the City to the Developer and/or Contractor
that the Work specified in the Contract Documents has been completed to the satisfaction of
the City.
00 73 10- 3
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 3 of 35
CITY OF FORT WORTH
STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
16. Final Inspection – Inspection carried out by the City to verify that the Contractor has
completed the Work, and each and every part or appurtenance thereof, fully, entirely, and in
conformance with the Contract Documents.
17. General Requirements—A part of the Contract Documents between the Developer and a
Contractor.
18. Laws and Regulations—Any and all applicable laws, rules, regulations, ordinances, codes,
and orders of any and all governmental bodies, agencies, authorities, and courts having
jurisdiction.
19. Liens—Charges, security interests, or encumbrances upon Project funds, real property, or
personal property.
20. Milestone—A principal event specified in the Contract Documents relating to an
intermediate Contract Time prior to Final Acceptance of the Work.
21. Non-Participating Change Order—A document, which is prepared for and reviewed by the
City, which is signed by Contractor, and Developer, and authorizes an addition, deletion, or
revision in the Work or an adjustment in the Contract Price or the Contract Time, issued on
or after the Effective Date of the Agreement.
22. Participating Change Order—A document, which is prepared for and approved by the City,
which is signed by Contractor, Developer, and City and authorizes an addition, deletion, or
revision in the Work or an adjustment in the Contract Price or the Contract Time, issued on
or after the Effective Date of the Agreement.
23. Plans – See definition of Drawings.
24. Project Schedule—A schedule, prepared and maintained by Contractor, in accordance with
the General Requirements, describing the sequence and duration of the activities comprising
the Contractor’s plan to accomplish the Work within the Contract Time.
25. Project—The Work to be performed under the Contract Documents.
26. Project Representative—The authorized representative of the City who will be assigned to
the Site.
27. Public Meeting – An announced meeting conducted by the Developer to facilitate public
participation and to assist the public in gaining an informed view of the Project.
28. Regular Working Hours – Hours beginning at 7:00 a.m. and ending at 6:00 p.m., Monday
thru Friday (excluding legal holidays).
29. Samples—Physical examples of materials, equipment, or workmanship that are
representative of some portion of the Work and which establish the standards by which such
portion of the Work will be judged.
00 73 10- 4
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 4 of 35
CITY OF FORT WORTH
STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
30. Schedule of Submittals—A schedule, prepared and maintained by Contractor, of required
submittals and the time requirements to support scheduled performance of related
construction activities.
31. Site—Lands or areas indicated in the Contract Documents as being furnished by City or
Developer upon which the Work is to be performed, including rights-of-way, permits, and
easements for access thereto, and such other lands furnished by City or Developer which are
designated for the use of Contractor.
32. Specifications—That part of the Contract Documents consisting of written requirements for
materials, equipment, systems, standards and workmanship as applied to the Work, and
certain administrative requirements and procedural matters applicable thereto.
Specifications may be specifically made a part of the Contract Documents by attachment or,
if not attached, may be incorporated by reference as indicated in the Table of Contents
(Division 00 00 00) of each Project.
33. Standard City Conditions – That part of the Contract Documents setting forth requirements
of the City.
34. Subcontractor—An individual or entity having a direct contract with Contractor or with any
other Subcontractor for the performance of a part of the Work at the Site.
35. Submittals—All drawings, diagrams, illustrations, schedules, and other data or information
which are specifically prepared or assembled by or for Contractor and submitted by
Contractor to illustrate some portion of the Work.
36. Superintendent – The representative of the Contractor who is available at all times and able
to receive instructions from the City and/or Developer and to act for the Contractor.
37. Supplementary Conditions—That part of the Contract Documents which amends or
supplements the General Conditions.
38. Supplier—A manufacturer, fabricator, supplier, distributor, materialman, or vendor having
a direct contract with Contractor or with any Subcontractor to furnish materials or
equipment to be incorporated in the Work by Contractor or Subcontractor.
39. Underground Facilities—All underground pipelines, conduits, ducts, cables, wires,
manholes, vaults, tanks, tunnels, or other such facilities or attachments, and any
encasements containing such facilities, including but not limited to, those that convey
electricity, gases, steam, liquid petroleum products, telephone or other communications,
cable television, water, wastewater, storm water, other liquids or chemicals, or traffic or
other control systems.
40. Weekend Working Hours – Hours beginning at 9:00 a.m. and ending at 5:00 p.m., Saturday,
Sunday or legal holiday, as approved in advance by the City.
00 73 10- 5
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 5 of 35
CITY OF FORT WORTH
STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
41. Work—The entire construction or the various separately identifiable parts thereof required
to be provided under the Contract Documents. Work includes and is the result of performing
or providing all labor, services, and documentation necessary to produce such construction
including any Participating Change Order, Non-Participating Change Order, or Field
Order, and furnishing, installing, and incorporating all materials and equipment into such
construction, all as required by the Contract Documents.
42. Working Day – A working day is defined as a day, not including Saturdays, Sundays, or
legal holidays authorized by the City for contract purposes, in which weather or other
conditions not under the control of the Contractor will permit the performance of the
principal unit of work underway for a continuous period of not less than 7 hours between 7
a.m. and 6 p.m.
1.02 Terminology
A. The words and terms discussed in Paragraph 1.02.B through D are not defined but, when used in
the Bidding Requirements or Contract Documents, have the indicated meaning.
B. Defective:
1. The word “defective,” when modifying the word “Work,” refers to Work that is
unsatisfactory, faulty, or deficient in that it:
a. does not conform to the Contract Documents; or
b. does not meet the requirements of any applicable inspection, reference standard, test, or
approval referred to in the Contract Documents; or
c. has been damaged prior to City’s written acceptance.
C. Furnish, Install, Perform, Provide:
1. The word “Furnish” or the word “Install” or the word “Perform” or the word “Provide” or
the word “Supply,” or any combination or similar directive or usage thereof, shall mean
furnishing and incorporating in the Work including all necessary labor, materials, equipment,
and everything necessary to perform the Work indicated, unless specifically limited in the
context used.
D. Unless stated otherwise in the Contract Documents, words or phrases that have a well-known
technical or construction industry or trade meaning are used in the Contract Documents in
accordance with such recognized meaning.
00 73 10- 6
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 6 of 35
CITY OF FORT WORTH
STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
ARTICLE 2 – PRELIMINARY MATTERS
2.01 Before Starting Construction
Baseline Schedules: Submit to City in accordance with the Contract Documents, and prior to starting
the Work. New schedules will be submitted to City when Participating Change Orders or Non-
Participating Change Orders occur.
2.02 Preconstruction Conference
Before any Work at the Site is started, the Contractor shall attend a Preconstruction Conference as
specified in the Contract Documents.
2.03 Public Meeting
Contractor may not mobilize any equipment, materials or resources to the Site prior to Contractor
attending the Public Meeting as scheduled by the City.
ARTICLE 3 – CONTRACT DOCUMENTS AND AMENDING
3.01 Reference Standards
A. Standards, Specifications, Codes, Laws, and Regulations
1. Reference to standards, specifications, manuals, or codes of any technical society,
organization, or association, or to Laws or Regulations, whether such reference be specific or
by implication, shall mean the standard, specification, manual, code, or Laws or Regulations
in effect at the time of opening of Bids (or on the Effective Date of the Agreement if there
were no Bids), except as may be otherwise specifically stated in the Contract Documents.
2. No provision or instruction shall be effective to assign to City, or any of its officers,
directors, members, partners, employees, agents, consultants, or subcontractors, any duty or
authority to supervise or direct the performance of the Work or any duty or authority to
undertake responsibility inconsistent with the provisions of the Contract Documents.
3.02 Amending and Supplementing Contract Documents
A. The Contract Documents may be amended to provide for additions, deletions, and revisions in
the Work or to modify the terms and conditions thereof by a Participating Change Order or a
Non-Participating Change Order.
B. The requirements of the Contract Documents may be supplemented, and minor variations and
deviations in the Work not involving a change in Contract Price or Contract Time, may be
authorized, by one or more of the following ways:
1. A Field Order;
00 73 10- 7
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 7 of 35
CITY OF FORT WORTH
STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
1. City’s or Engineer’s review of a Submittal (subject to the provisions of Paragraph 5.16.C); or
2. City’s written interpretation or clarification.
ARTICLE 4 – BONDS AND INSURANCE
4.01 Licensed Sureties and Insurers
All bonds and insurance required by the Contract Documents to be purchased and maintained by
Contractor shall be obtained from surety or insurance companies that are duly licensed or authorized
in the State of Texas to issue bonds or insurance policies for the limits and coverage so required.
Such surety and insurance companies shall also meet such additional requirements and qualifications
as may be provided Section 4.04.
4.02 Performance, Payment, and Maintenance Bonds
A. Contractor shall furnish performance and payment bonds in the name of Developer and City, in
accordance with Texas Government Code Chapter 2253 or successor statute, each in an amount
equal to the Contract Price as security for the faithful performance and payment of all of
Contractor’s obligations under the Contract Documents.
B. Contractor shall furnish maintenance bonds in the name of Developer and City in an amount
equal to the Contract Price as security to protect the City against any defects in any portion of the
Work described in the Contract Documents. Maintenance bonds shall remain in effect for two
(2) years after the date of Final Acceptance by the City.
C. All bonds shall be in the form prescribed by the Contract Documents except as provided
otherwise by Laws or Regulations, and shall be executed by such sureties as are named in the list
of “Companies Holding Certificates of Authority as Acceptable Sureties on Federal Bonds and
as Acceptable Reinsuring Companies” as published in Circular 570 (amended) by the Financial
Management Service, Surety Bond Branch, U.S. Department of the Treasury. All bonds signed
by an agent or attorney-in-fact must be accompanied by a sealed and dated power of attorney
which shall show that it is effective on the date the agent or attorney-in-fact signed each bond.
D. If the surety on any bond furnished by Contractor is declared bankrupt or becomes insolvent or
its right to do business is terminated in the State of Texas or it ceases to meet the requirements of
Paragraph 4.02.C, Contractor shall promptly notify City and shall, within 30 days after the event
giving rise to such notification, provide another bond and surety, both of which shall comply
with the requirements of Paragraphs 4.01 and 4.02.C.
4.03 Certificates of Insurance
Contractor shall deliver to Developer and City, with copies to each additional insured and loss payee
identified in these Standard City Conditions certificates of insurance (and other evidence of
insurance requested by City or any other additional insured) which Contractor is required to
purchase and maintain.
00 73 10- 8
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 8 of 35
CITY OF FORT WORTH
STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
1. The certificate of insurance shall document the City, an as “Additional Insured” on all
liability policies.
2. The Contractor’s general liability insurance shall include a, “per project” or “per location”,
endorsement, which shall be identified in the certificate of insurance provided to the City.
3. The certificate shall be signed by an agent authorized to bind coverage on behalf of the
insured, be complete in its entirety, and show complete insurance carrier names as listed in
the current A.M. Best Property & Casualty Guide
4. The insurers for all policies must be licensed and/or approved to do business in the State of
Texas. Except for workers’ compensation, all insurers must have a minimum rating of A-:
VII in the current A. M. Best Key Rating Guide or have reasonably equivalent financial
strength and solvency to the satisfaction of Risk Management. If the rating is below that
required, written approval of City is required.
5. All applicable policies shall include a Waiver of Subrogation (Rights of Recovery) in favor
of the City. In addition, the Contractor agrees to waive all rights of subrogation against the
Engineer (if applicable), and each additional insured identified in these Standard City
Conditions. Failure of the City to demand such certificates or other evidence of full
compliance with the insurance requirements or failure of the City to identify a deficiency
from evidence that is provided shall not be construed as a waiver of Contractor’s obligation
to maintain such lines of insurance coverage.
6. If insurance policies are not written for specified coverage limits, an Umbrella or Excess
Liability insurance for any differences is required. Excess Liability shall follow form of the
primary coverage.
7. Unless otherwise stated, all required insurance shall be written on the “occurrence basis”. If
coverage is underwritten on a claims-made basis, the retroactive date shall be coincident with
or prior to the date of the effective date of the agreement and the certificate of insurance shall
state that the coverage is claims-made and the retroactive date. The insurance coverage shall
be maintained for the duration of the Contract and for three (3) years following Final
Acceptance provided under the Contract Documents or for the warranty period, whichever is
longer. An annual certificate of insurance submitted to the City shall evidence such
insurance coverage.
8. Policies shall have no exclusions by endorsements, which, neither nullify or amend, the
required lines of coverage, nor decrease the limits of said coverage unless such endorsements
are approved in writing by the City. In the event a Contract has been bid or executed and the
exclusions are determined to be unacceptable or the City desires additional insurance
coverage, and the City desires the contractor/engineer to obtain such coverage, the contract
price shall be adjusted by the cost of the premium for such additional coverage plus 10%.
9. Any self-insured retention (SIR), in excess of $25,000.00, affecting required insurance
coverage shall be approved by the City in regards to asset value and stockholders' equity. In
00 73 10- 9
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 9 of 35
CITY OF FORT WORTH
STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
lieu of traditional insurance, alternative coverage maintained through insurance pools or risk
retention groups, must also be approved by City.
10. Any deductible in excess of $5,000.00, for any policy that does not provide coverage on a
first-dollar basis, must be acceptable to and approved by the City.
11. City, at its sole discretion, reserves the right to review the insurance requirements and to
make reasonable adjustments to insurance coverage’s and their limits when deemed
necessary and prudent by the City based upon changes in statutory law, court decision or the
claims history of the industry as well as of the contracting party to the City. The City shall
be required to provide prior notice of 90 days, and the insurance adjustments shall be
incorporated into the Work by Change Order.
12. City shall be entitled, upon written request and without expense, to receive copies of policies
and endorsements thereto and may make any reasonable requests for deletion or revision or
modifications of particular policy terms, conditions, limitations, or exclusions necessary to
conform the policy and endorsements to the requirements of the Contract. Deletions,
revisions, or modifications shall not be required where policy provisions are established by
law or regulations binding upon either party or the underwriter on any such policies.
13. City shall not be responsible for the direct payment of insurance premium costs for
Contractor’s insurance.
4.04 Contractor’s Insurance
A. Workers Compensation and Employers’ Liability. Contractor shall purchase and maintain such
insurance coverage with limits consistent with statutory benefits outlined in the Texas Workers’
Compensation Act (Texas Labor Code, Ch. 406, as amended), and minimum limits for
Employers’ Liability as is appropriate for the Work being performed and as will provide
protection from claims set forth below which may arise out of or result from Contractor’s
performance of the Work and Contractor’s other obligations under the Contract Documents,
whether it is to be performed by Contractor, any Subcontractor or Supplier, or by anyone directly
or indirectly employed by any of them to perform any of the Work, or by anyone for whose acts
any of them may be liable:
1. claims under workers’ compensation, disability benefits, and other similar employee benefit
acts;
2. claims for damages because of bodily injury, occupational sickness or disease, or death of
Contractor’s employees.
3. The limits of liability for the insurance shall provide the following coverages for not less
than the following amounts or greater where required by Laws and Regulations
a. Statutory limits
b. Employer's liability
00 73 10- 10
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 10 of 35
CITY OF FORT WORTH
STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
1) $100,000 each accident/occurrence
2) $100,000 Disease - each employee
3) $500,000 Disease - policy limit
B. Commercial General Liability. Coverage shall include but not be limited to covering liability
(bodily injury or property damage) arising from: premises/operations, independent contractors,
products/completed operations, personal injury, and liability under an insured contract. Insurance
shall be provided on an occurrence basis, and as comprehensive as the current Insurance
Services Office (ISO) policy. This insurance shall apply as primary insurance with respect to
any other insurance or self-insurance programs afforded to the City. The Commercial General
Liability policy, shall have no exclusions by endorsements that would alter of nullify
premises/operations, products/completed operations, contractual, personal injury, or advertising
injury, which are normally contained with the policy, unless the City approves such exclusions
in writing.
1. For construction projects that present a substantial completed operation exposure, the City
may require the contractor to maintain completed operations coverage for a minimum of no
less than three (3) years following the completion of the project
2. Contractor's Liability Insurance under this Section which shall be on a per project basis
covering the Contractor with minimum limits of:
a. $1,000,000 each occurrence
b. $2,000,000 aggregate limit
3. The policy must have an endorsement (Amendment – Aggregate Limits of Insurance)
making the General Aggregate Limits apply separately to each job site.
4. The Commercial General Liability Insurance policies shall provide “X”, “C”, and “U”
coverage’s. Verification of such coverage must be shown in the Remarks Article of the
Certificate of Insurance.
C. Automobile Liability. A commercial business auto policy shall provide coverage on “any auto”,
defined as autos owned, hired and non-owned and provide indemnity for claims for damages
because bodily injury or death of any person and or property damage arising out of the work,
maintenance or use of any motor vehicle by the Contractor, any Subcontractor or Supplier, or by
anyone directly or indirectly employed by any of them to perform any of the Work, or by anyone
for whose acts any of them may be liable.
1. Automobile Liability, Contractor’s Liability Insurance under this Section, which shall be in
an amount not less than the following amounts:
a. Automobile Liability - a commercial business policy shall provide coverage on "Any
Auto", defined as autos owned, hired and non-owned.
00 73 10- 11
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 11 of 35
CITY OF FORT WORTH
STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
1) $1,000,000 each accident on a combined single limit basis. Split limits are
acceptable if limits are at least:
2) $250,000 Bodily Injury per person
3) $500,000 Bodily Injury per accident /
4) $100,000 Property Damage
D. Railroad Protective Liability. If any of the work or any warranty work is within the limits of
railroad right-of-way, the Contractor shall comply with the following requirements:
1. The Contractor’s construction activities will require its employees, agents, subcontractors,
equipment, and material deliveries to cross railroad properties and tracks owned and
operated by: ____________________________________________________________
Write the name of the railroad company. (If none, then write none)
2. The Contractor shall conduct its operations on railroad properties in such a manner as not to
interfere with, hinder, or obstruct the railroad company in any manner whatsoever in the use
or operation of its/their trains or other property. Such operations on railroad properties may
require that Contractor to execute a “Right of Entry Agreement” with the particular railroad
company or companies involved, and to this end the Contractor should satisfy itself as to the
requirements of each railroad company and be prepared to execute the right-of-entry (if any)
required by a railroad company. The requirements specified herein likewise relate to the
Contractor’s use of private and/or construction access roads crossing said railroad company’s
properties.
3. The Contractual Liability coverage required by Paragraph 5.04D of the General Conditions
shall provide coverage for not less than the following amounts, issued by companies
satisfactory to the City and to the Railroad Company for a term that continues for so long as
the Contractor’s operations and work cross, occupy, or touch railroad property:
a. General Aggregate: _____________________________________
Enter limits provided by Railroad Company (If none, write none)
b. Each Occurrence: : _____________________________________
Enter limits provided by Railroad Company (If none, write none)
4. With respect to the above outlined insurance requirements, the following shall govern:
a. Where a single railroad company is involved, the Contractor shall provide one insurance
policy in the name of the railroad company. However, if more than one grade separation
or at-grade crossing is affected by the Project at entirely separate locations on the line or
lines of the same railroad company, separate coverage may be required, each in the
amount stated above.
b. Where more than one railroad company is operating on the same right-of-way or where
several railroad companies are involved and operated on their own separate rights-of-
None
None
None
00 73 10- 12
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 12 of 35
CITY OF FORT WORTH
STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
way, the Contractor may be required to provide separate insurance policies in the name
of each railroad company.
c. If, in addition to a grade separation or an at-grade crossing, other work or activity is
proposed on a railroad company’s right-of-way at a location entirely separate from the
grade separation or at-grade crossing, insurance coverage for this work must be included
in the policy covering the grade separation.
d. If no grade separation is involved but other work is proposed on a railroad company’s
right-of-way, all such other work may be covered in a single policy for that railroad, even
though the work may be at two or more separate locations.
5. No work or activities on a railroad company’s property to be performed by the Contractor
shall be commenced until the Contractor has furnished the City with an original policy or
policies of the insurance for each railroad company named, as required above. All such
insurance must be approved by the City and each affected Railroad Company prior to the
Contractor’s beginning work.
6. The insurance specified above must be carried until all Work to be performed on the railroad
right-of-way has been completed and the grade crossing, if any, is no longer used by the
Contractor. In addition, insurance must be carried during all maintenance and/or repair work
performed in the railroad right-of-way. Such insurance must name the railroad company as
the insured, together with any tenant or lessee of the railroad company operating over tracks
involved in the Project.
E. Notification of Policy Cancellation: Contractor shall immediately notify City upon cancellation
or other loss of insurance coverage. Contractor shall stop work until replacement insurance has
been procured. There shall be no time credit for days not worked pursuant to this section.
4.05 Acceptance of Bonds and Insurance; Option to Replace
If City has any objection to the coverage afforded by or other provisions of the bonds or insurance
required to be purchased and maintained by the Contractor in accordance with Article 5 on the basis
of non-conformance with the Contract Documents, the Developer and City shall so notify the
Contractor in writing within 10 Business Days after receipt of the certificates (or other evidence
requested). Contractor shall provide to the City such additional information in respect of insurance
provided as the Developer or City may reasonably request. If Contractor does not purchase or
maintain all of the bonds and insurance required by the Contract Documents, the Developer or City
shall notify the Contractor in writing of such failure prior to the start of the Work, or of such failure
to maintain prior to any change in the required coverage.
ARTICLE 5 – CONTRACTOR’S RESPONSIBILITIES
5.01 Supervision and Superintendent
A. Contractor shall supervise, inspect, and direct the Work competently and efficiently, devoting
such attention thereto and applying such skills and expertise as may be necessary to perform the
00 73 10- 13
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 13 of 35
CITY OF FORT WORTH
STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
Work in accordance with the Contract Documents. Contractor shall be solely responsible for the
means, methods, techniques, sequences, and procedures of construction.
B. At all times during the progress of the Work, Contractor shall assign a competent, English-
speaking, Superintendent who shall not be replaced without written notice to City. The
Superintendent will be Contractor’s representative at the Site and shall have authority to act on
behalf of Contractor. All communication given to or received from the Superintendent shall be
binding on Contractor.
C. Contractor shall notify the City 24 hours prior to moving areas during the sequence of
construction.
5.02 Labor; Working Hours
A. Contractor shall provide competent, suitably qualified personnel to perform construction as
required by the Contract Documents. Contractor shall at all times maintain good discipline and
order at the Site.
B. Except as otherwise required for the safety or protection of persons or the Work or property at
the Site or adjacent thereto, and except as otherwise stated in the Contract Documents, all Work
at the Site shall be performed during Regular Working Hours. Contractor will not permit the
performance of Work beyond Regular Working Hours or for Weekend Working Hours without
City’s written consent (which will not be unreasonably withheld). Written request (by letter or
electronic communication) to perform Work:
1. for beyond Regular Working Hours request must be made by noon at least two (2) Business
Days prior
2. for Weekend Working Hours request must be made by noon of the preceding Thursday
3. for legal holidays request must be made by noon two Business Days prior to the legal
holiday.
5.03 Services, Materials, and Equipment
A. Unless otherwise specified in the Contract Documents, Contractor shall provide and assume full
responsibility for all services, materials, equipment, labor, transportation, construction
equipment and machinery, tools, appliances, fuel, power, light, heat, telephone, water, sanitary
facilities, temporary facilities, and all other facilities and incidentals necessary for the
performance, Contractor required testing, start-up, and completion of the Work.
B. All materials and equipment incorporated into the Work shall be as specified or, if not specified,
shall be of good quality and new, except as otherwise provided in the Contract Documents. All
special warranties and guarantees required by the Specifications shall expressly run to the benefit
of City. If required by City, Contractor shall furnish satisfactory evidence (including reports of
required tests) as to the source, kind, and quality of materials and equipment.
00 73 10- 14
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 14 of 35
CITY OF FORT WORTH
STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
C. All materials and equipment to be incorporated into the Work shall be stored, applied, installed,
connected, erected, protected, used, cleaned, and conditioned in accordance with instructions of
the applicable Supplier, except as otherwise may be provided in the Contract Documents.
5.04 Project Schedule
A. Contractor shall adhere to the Project Schedule established in accordance with Paragraph 2.01
and the General Requirements as it may be adjusted from time to time as provided below.
1. Contractor shall submit to City for acceptance (to the extent indicated in Paragraph 2.01 and
the General Requirements) proposed adjustments in the Project Schedule.
2. Proposed adjustments in the Project Schedule that will change the Contract Time shall be
submitted in accordance with the requirements of Article 9. Adjustments in Contract Time
for projects with City participation shall be made by participating change orders.
5.05 Substitutes and “Or-Equals”
A. Whenever an item of material or equipment is specified or described in the Contract Documents
by using the name of a proprietary item or the name of a particular Supplier, the specification or
description is intended to establish the type, function, appearance, and quality required. Unless
the specification or description contains or is followed by words reading that no like, equivalent,
or “or-equal” item or no substitution is permitted, other items of material or equipment of other
Suppliers may be submitted to City for review under the circumstances described below.
1. “Or-Equal” Items: If in City’s sole discretion an item of material or equipment proposed by
Contractor is functionally equal to that named and sufficiently similar so that no change in
related Work will be required, it may be considered by City as an “or-equal” item, in which
case review and approval of the proposed item may, in City’s sole discretion, be
accomplished without compliance with some or all of the requirements for approval of
proposed substitute items. For the purposes of this Paragraph 5.05.A.1, a proposed item of
material or equipment will be considered functionally equal to an item so named if:
a. City determines that:
1) it is at least equal in materials of construction, quality, durability, appearance,
strength, and design characteristics;
2) it will reliably perform at least equally well the function and achieve the results
imposed by the design concept of the completed Project as a functioning whole; and
3) it has a proven record of performance and availability of responsive service; and
b. Contractor certifies that, if approved and incorporated into the Work:
1) there will be no increase in cost to the City or increase in Contract Time; and
00 73 10- 15
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 15 of 35
CITY OF FORT WORTH
STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
2) it will conform substantially to the detailed requirements of the item named in the
Contract Documents.
2. Substitute Items:
a. If in City’s sole discretion an item of material or equipment proposed by Contractor does
not qualify as an “or-equal” item under Paragraph 5.05.A.1, it may be submitted as a
proposed substitute item.
b. Contractor shall submit sufficient information as provided below to allow City to
determine if the item of material or equipment proposed is essentially equivalent to that
named and an acceptable substitute therefor. Requests for review of proposed substitute
items of material or equipment will not be accepted by City from anyone other than
Contractor.
c. Contractor shall make written application to City for review of a proposed substitute item
of material or equipment that Contractor seeks to furnish or use. The application shall
comply with Section 01 25 00 and:
1) shall certify that the proposed substitute item will:
i. perform adequately the functions and achieve the results called for by the general
design;
ii. be similar in substance to that specified;
iii. be suited to the same use as that specified; and
2) will state:
i. the extent, if any, to which the use of the proposed substitute item will prejudice
Contractor’s achievement of final completion on time;
ii. whether use of the proposed substitute item in the Work will require a change in
any of the Contract Documents (or in the provisions of any other direct contract
with City for other work on the Project) to adapt the design to the proposed
substitute item;
iii. whether incorporation or use of the proposed substitute item in connection with
the Work is subject to payment of any license fee or royalty; and
3) will identify:
i. all variations of the proposed substitute item from that specified;
ii. available engineering, sales, maintenance, repair, and replacement services; and
00 73 10- 16
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 16 of 35
CITY OF FORT WORTH
STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
4) shall contain an itemized estimate of all costs or credits that will result directly or
indirectly from use of such substitute item, including costs of redesign and Damage
Claims of other contractors affected by any resulting change.
B. Substitute Construction Methods or Procedures: If a specific means, method, technique,
sequence, or procedure of construction is expressly required by the Contract Documents,
Contractor may furnish or utilize a substitute means, method, technique, sequence, or procedure
of construction approved by City. Contractor shall submit sufficient information to allow City, in
City’s sole discretion, to determine that the substitute proposed is equivalent to that expressly
called for by the Contract Documents. Contractor shall make written application to City for
review in the same manner as those provided in Paragraph 5.05.A.2.
C. City’s Evaluation: City will be allowed a reasonable time within which to evaluate each
proposal or submittal made pursuant to Paragraphs 5.05.A and 5.05.B. City may require
Contractor to furnish additional data about the proposed substitute. City will be the sole judge of
acceptability. No “or-equal” or substitute will be ordered, installed or utilized until City’s review
is complete, which will be evidenced by a Change Order in the case of a substitute and an
accepted Submittal for an “or-equal.” City will advise Contractor in writing of its determination.
D. Special Guarantee: City may require Contractor to furnish at Contractor’s expense a special
performance guarantee, warranty, or other surety with respect to any substitute. Contractor shall
indemnify and hold harmless City and anyone directly or indirectly employed by them from and
against any and all claims, damages, losses and expenses (including attorneys fees) arising out
of the use of substituted materials or equipment.
E. City’s Cost Reimbursement: City will record City’s costs in evaluating a substitute proposed or
submitted by Contractor pursuant to Paragraphs 5.05.A.2 and 5.05.B. Whether or not City
approves a substitute so proposed or submitted by Contractor, Contractor may be required to
reimburse City for evaluating each such proposed substitute. Contractor may also be required to
reimburse City for the charges for making changes in the Contract Documents.
F. Contractor’s Expense: Contractor shall provide all data in support of any proposed substitute or
“or-equal” at Contractor’s expense.
G. Substitute Reimbursement: Costs (savings or charges) attributable to acceptance of a substitute
shall be incorporated to the Contract by Participating Change Order.
5.06 Pre-Qualification of Bidders (Prime Contractors and Subcontractors)
A. The Contractor and any subcontractors are required to be prequalified for the work types
requiring pre-qualification
5.07 Concerning Subcontractors, Suppliers, and Others
A. Minority and Women Owned Business Enterprise Compliance:
00 73 10- 17
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 17 of 35
CITY OF FORT WORTH
STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
Required for this Contract.
(Check this box if there is any City Participation)
Not Required for this Contract.
It is City policy to ensure the full and equitable participation by Minority and Women Business
Enterprises (MWBE) in the procurement of goods and services on a contractual basis. If the
Contract Documents provide for a MWBE goal, Contractor is required to comply with the intent
of the City’s MWBE Ordinance (as amended) by the following:
1. Contractor shall, upon request by City, provide complete and accurate information regarding
actual work performed by a MWBE on the Contract and payment therefor.
2. Contractor will not make additions, deletions, or substitutions of accepted MWBE without
written consent of the City. Any unjustified change or deletion shall be a material breach of
Contract and may result in debarment in accordance with the procedures outlined in the
Ordinance.
3. Contractor shall, upon request by City, allow an audit and/or examination of any books,
records, or files in the possession of the Contractor that will substantiate the actual work
performed by an MWBE. Material misrepresentation of any nature will be grounds for
termination of the Contract. Any such misrepresentation may be grounds for disqualification
of Contractor to bid on future contracts with the City for a period of not less than three years.
B. Contractor shall be fully responsible to City for all acts and omissions of the Subcontractors,
Suppliers, and other individuals or entities performing or furnishing any of the Work just as
Contractor is responsible for Contractor’s own acts and omissions. Nothing in the Contract
Documents:
1. shall create for the benefit of any such Subcontractor, Supplier, or other individual or entity
any contractual relationship between City and any such Subcontractor, Supplier or other
individual or entity; nor
2. shall create any obligation on the part of City to pay or to see to the payment of any moneys
due any such Subcontractor, Supplier, or other individual or entity except as may otherwise
be required by Laws and Regulations.
C. Contractor shall be solely responsible for scheduling and coordinating the Work of
Subcontractors, Suppliers, and other individuals or entities performing or furnishing any of the
Work under a direct or indirect contract with Contractor.
D. All Subcontractors, Suppliers, and such other individuals or entities performing or furnishing
any of the Work shall communicate with City through Contractor.
E. All Work performed for Contractor by a Subcontractor or Supplier will be pursuant to an
appropriate agreement between Contractor and the Subcontractor or Supplier which specifically
binds the Subcontractor or Supplier to the applicable terms and conditions of these Contract
00 73 10- 18
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 18 of 35
CITY OF FORT WORTH
STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
Documents, Contractor shall provide City contract numbers and reference numbers to the
Subcontractors and/or Suppliers.
5.08 Wage Rates
Required for this Contract.
Not Required for this Contract.
A. Duty to pay Prevailing Wage Rates. The Contractor shall comply with all requirements of
Chapter 2258, Texas Government Code (as amended), including the payment of not less than the
rates determined by the City Council of the City of Fort Worth to be the prevailing wage rates in
accordance with Chapter 2258. Such prevailing wage rates are included in these Contract
Documents.
B. Penalty for Violation. A Contractor or any Subcontractor who does not pay the prevailing wage
shall, upon demand made by the City, pay to the City $60 for each worker employed for each
calendar day or part of the day that the worker is paid less than the prevailing wage rates
stipulated in these contract documents. This penalty shall be retained by the City to offset its
administrative costs, pursuant to Texas Government Code 2258.023.
C. Complaints of Violations and City Determination of Good Cause. On receipt of information,
including a complaint by a worker, concerning an alleged violation of 2258.023, Texas
Government Code, by a Contractor or Subcontractor, the City shall make an initial
determination, before the 31st day after the date the City receives the information, as to whether
good cause exists to believe that the violation occurred. The City shall notify in writing the
Contractor or Subcontractor and any affected worker of its initial determination. Upon the
City’s determination that there is good cause to believe the Contractor or Subcontractor has
violated Chapter 2258, the City shall retain the full amounts claimed by the claimant or
claimants as the difference between wages paid and wages due under the prevailing wage rates,
such amounts being subtracted from successive progress payments pending a final determination
of the violation.
D. Arbitration Required if Violation Not Resolved. An issue relating to an alleged violation of
Section 2258.023, Texas Government Code, including a penalty owed to the City or an affected
worker, shall be submitted to binding arbitration in accordance with the Texas General
Arbitration Act (Article 224 et seq., Revised Statutes) if the Contractor or Subcontractor and any
affected worker does not resolve the issue by agreement before the 15th day after the date the
City makes its initial determination pursuant to Paragraph C above. If the persons required to
arbitrate under this section do not agree on an arbitrator before the 11th day after the date that
arbitration is required, a district court shall appoint an arbitrator on the petition of any of the
persons. The City is not a party in the arbitration. The decision and award of the arbitrator is
final and binding on all parties and may be enforced in any court of competent jurisdiction.
E. Records to be Maintained. The Contractor and each Subcontractor shall, for a period of three (3)
years following the date of acceptance of the work, maintain records that show (i) the name and
00 73 10- 19
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 19 of 35
CITY OF FORT WORTH
STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
occupation of each worker employed by the Contractor in the construction of the Work provided
for in this Contract; and (ii) the actual per diem wages paid to each worker. The records shall be
open at all reasonable hours for inspection by the City. The provisions of Paragraph 6.23, Right
to Audit, shall pertain to this inspection.
F. Progress Payments. With each progress payment or payroll period, whichever is less, the
Contractor shall submit an affidavit stating that the Contractor has complied with the
requirements of Chapter 2258, Texas Government Code.
G. Posting of Wage Rates. The Contractor shall post prevailing wage rates in a conspicuous place at
all times.
H. Subcontractor Compliance. The Contractor shall include in its subcontracts and/or shall
otherwise require all of its Subcontractors to comply with Paragraphs A through G above.
5.09 Patent Fees and Royalties
A. To the fullest extent permitted by Laws and Regulations, Contractor shall indemnify and hold
harmless City, from and against all claims, costs, losses, and damages (including but not limited
to all fees and charges of engineers, architects, attorneys, and other professionals and all court
or arbitration or other dispute resolution costs) arising out of or relating to any infringement of
patent rights or copyrights incident to the use in the performance of the Work or resulting from
the incorporation in the Work of any invention, design, process, product, or device not specified
in the Contract Documents.
5.10 Laws and Regulations
A. Contractor shall give all notices required by and shall comply with all Laws and Regulations
applicable to the performance of the Work. Except where otherwise expressly required by
applicable Laws and Regulations, the City shall not be responsible for monitoring Contractor’s
compliance with any Laws or Regulations.
B. If Contractor performs any Work knowing or having reason to know that it is contrary to Laws
or Regulations, Contractor shall bear all claims, costs, losses, and damages (including but not
limited to all fees and charges of engineers, architects, attorneys, and other professionals and all
court or arbitration or other dispute resolution costs) arising out of or relating to such Work.
However, it shall not be Contractor’s responsibility to make certain that the Specifications and
Drawings are in accordance with Laws and Regulations, but this shall not relieve Contractor of
Contractor’s obligations under Paragraph 3.01.
5.11 Use of Site and Other Areas
A. Limitation on Use of Site and Other Areas:
1. Contractor shall confine construction equipment, the storage of materials and equipment, and
the operations of workers to the Site and other areas permitted by Laws and Regulations, and
shall not unreasonably encumber the Site and other areas with construction equipment or
00 73 10- 20
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 20 of 35
CITY OF FORT WORTH
STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
other materials or equipment. Contractor shall assume full responsibility for any damage to
any such land or area, or to the owner or occupant thereof, or of any adjacent land or areas
resulting from the performance of the Work.
2. At any time when, in the judgment of the City, the Contractor has obstructed or closed or is
carrying on operations in a portion of a street, right-of-way, or easement greater than is
necessary for proper execution of the Work, the City may require the Contractor to finish the
section on which operations are in progress before work is commenced on any additional
area of the Site.
3. Should any Damage Claim be made by any such owner or occupant because of the
performance of the Work, Contractor shall promptly attempt to resolve the Damage Claim.
4. Pursuant to Paragraph 5.18, Contractor shall indemnify and hold harmless City, from and
against all claims, costs, losses, and damages arising out of or relating to any claim or
action, legal or equitable, brought by any such owner or occupant against City.
B. Removal of Debris During Performance of the Work: During the progress of the Work
Contractor shall keep the Site and other areas free from accumulations of waste materials,
rubbish, and other debris. Removal and disposal of such waste materials, rubbish, and other
debris shall conform to applicable Laws and Regulations.
C. Site Maintenance Cleaning: 24 hours after written notice is given to the Contractor that the
clean-up on the job site is proceeding in a manner unsatisfactory to the City or Developer, if the
Contractor fails to correct the unsatisfactory procedure, the City may take such direct action as
the City deems appropriate to correct the clean-up deficiencies cited to the Contractor in the
written notice (by letter or electronic communication), and shall be entitled to recover its cost in
doing so. The City may withhold Final Acceptance until clean-up is complete and cost are
recovered.
D. Final Site Cleaning: Prior to Final Acceptance of the Work Contractor shall clean the Site and
the Work and make it ready for utilization by City or adjacent property owner. At the completion
of the Work Contractor shall remove from the Site all tools, appliances, construction equipment
and machinery, and surplus materials and shall restore to original condition or better all property
disturbed by the Work.
E. Loading Structures: Contractor shall not load nor permit any part of any structure to be loaded
in any manner that will endanger the structure, nor shall Contractor subject any part of the Work
or adjacent property to stresses or pressures that will endanger it.
5.12 Record Documents
A. Contractor shall maintain in a safe place at the Site or in a place designated by the Contractor
and approved by the City, one (1) record copy of all Drawings, Specifications, Addenda, Change
Orders, Field Orders, and written interpretations and clarifications in good order and annotated
to show changes made during construction. These record documents together with all approved
00 73 10- 21
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 21 of 35
CITY OF FORT WORTH
STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
Samples and a counterpart of all accepted Submittals will be available to City for reference.
Upon completion of the Work, these record documents, any operation and maintenance manuals,
and Submittals will be delivered to City prior to Final Inspection. Contractor shall include
accurate locations for buried and imbedded items.
5.13 Safety and Protection
A. Contractor shall be solely responsible for initiating, maintaining and supervising all safety
precautions and programs in connection with the Work. Such responsibility does not relieve
Subcontractors of their responsibility for the safety of persons or property in the performance of
their work, nor for compliance with applicable safety Laws and Regulations. Contractor shall
take all necessary precautions for the safety of, and shall provide the necessary protection to
prevent damage, injury or loss to:
1. all persons on the Site or who may be affected by the Work;
2. all the Work and materials and equipment to be incorporated therein, whether in storage on
or off the Site; and
3. other property at the Site or adjacent thereto, including trees, shrubs, lawns, walks,
pavements, roadways, structures, utilities, and Underground Facilities not designated for
removal, relocation, or replacement in the course of construction.
B. Contractor shall comply with all applicable Laws and Regulations relating to the safety of
persons or property, or to the protection of persons or property from damage, injury, or loss; and
shall erect and maintain all necessary safeguards for such safety and protection. Contractor shall
notify owners of adjacent property and of Underground Facilities and other utility owners when
prosecution of the Work may affect them, and shall cooperate with them in the protection,
removal, relocation, and replacement of their property.
C. Contractor shall comply with the applicable requirements of City’s safety programs, if any.
D. Contractor shall inform City of the specific requirements of Contractor’s safety program, if any,
with which City’s employees and representatives must comply while at the Site.
E. All damage, injury, or loss to any property referred to in Paragraph 5.13.A.2 or 5.13.A.3 caused,
directly or indirectly, in whole or in part, by Contractor, any Subcontractor, Supplier, or any
other individual or entity directly or indirectly employed by any of them to perform any of the
Work, or anyone for whose acts any of them may be liable, shall be remedied by Contractor.
F. Contractor’s duties and responsibilities for safety and for protection of the Work shall continue
until such time as all the Work is completed and City has accepted the Work.
5.14 Safety Representative
Contractor shall inform City in writing of Contractor’s designated safety representative at the Site.
00 73 10- 22
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 22 of 35
CITY OF FORT WORTH
STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
5.15 Hazard Communication Programs
Contractor shall be responsible for coordinating any exchange of material safety data sheets or other
hazard communication information required to be made available to or exchanged between or
among employers in accordance with Laws or Regulations.
5.16 Submittals
A. Contractor shall submit required Submittals to City for review and acceptance. Each submittal
will be identified as required by City.
1. Submit number of copies specified in the General Requirements.
2. Data shown on the Submittals will be complete with respect to quantities, dimensions,
specified performance and design criteria, materials, and similar data to show City the
services, materials, and equipment Contractor proposes to provide and to enable City to
review the information for the limited purposes required by Paragraph 5.16.C.
3. Submittals submitted as herein provided by Contractor and reviewed by City for
conformance with the design concept shall be executed in conformity with the Contract
Documents unless otherwise required by City.
4. When Submittals are submitted for the purpose of showing the installation in greater detail,
their review shall not excuse Contractor from requirements shown on the Drawings and
Specifications.
5. For-Information-Only submittals upon which the City is not expected to conduct review or
take responsive action may be so identified in the Contract Documents.
6. Submit required number of Samples specified in the Specifications.
7. Clearly identify each Sample as to material, Supplier, pertinent data such as catalog numbers,
the use for which intended and other data as City may require to enable City to review the
submittal for the limited purposes required by Paragraph 5.16.C.
B. Where a Submittal is required by the Contract Documents or the Schedule of Submittals, any
related Work performed prior to City’s review and acceptance of the pertinent submittal will be
at the sole expense and responsibility of Contractor.
C. City’s Review:
1. City will provide timely review of required Submittals in accordance with the Schedule of
Submittals acceptable to City. City’s review and acceptance will be only to determine if the
items covered by the submittals will, after installation or incorporation in the Work, conform
to the information given in the Contract Documents and be compatible with the design
concept of the completed Project as a functioning whole as indicated by the Contract
Documents.
00 73 10- 23
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 23 of 35
CITY OF FORT WORTH
STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
2. City’s review and acceptance will not extend to means, methods, techniques, sequences, or
procedures of construction (except where a particular means, method, technique, sequence,
or procedure of construction is specifically and expressly called for by the Contract
Documents) or to safety precautions or programs incident thereto. The review and
acceptance of a separate item as such will not indicate approval of the assembly in which the
item functions.
3. City’s review and acceptance shall not relieve Contractor from responsibility for any
variation from the requirements of the Contract Documents unless Contractor has complied
with the requirements of Section 01 33 00 and City has given written acceptance of each
such variation by specific written notation thereof incorporated in or accompanying the
Submittal. City’s review and acceptance shall not relieve Contractor from responsibility for
complying with the requirements of the Contract Documents.
5.17 Contractor’s General Warranty and Guarantee
A. Contractor warrants and guarantees to City that all Work will be in accordance with the Contract
Documents and will not be defective. City and its officers, directors, members, partners,
employees, agents, consultants, and subcontractors shall be entitled to rely on representation of
Contractor’s warranty and guarantee.
B. Contractor’s warranty and guarantee hereunder excludes defects or damage caused by:
1. abuse, modification, or improper maintenance or operation by persons other than Contractor,
Subcontractors, Suppliers, or any other individual or entity for whom Contractor is
responsible; or
2. normal wear and tear under normal usage.
C. Contractor’s obligation to perform and complete the Work in accordance with the Contract
Documents shall be absolute. None of the following will constitute an acceptance of Work that is
not in accordance with the Contract Documents or a release of Contractor’s obligation to
perform the Work in accordance with the Contract Documents:
1. observations by City;
2. recommendation or payment by City or Developer of any progress or final payment;
3. the issuance of a certificate of Final Acceptance by City or any payment related thereto by
City;
4. use or occupancy of the Work or any part thereof by City;
5. any review and acceptance of a Submittal by City;
6. any inspection, test, or approval by others; or
00 73 10- 24
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 24 of 35
CITY OF FORT WORTH
STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
7. any correction of defective Work by City.
D. The Contractor shall remedy any defects or damages in the Work and pay for any damage to
other work or property resulting therefrom which shall appear within a period of two (2) years
from the date of Final Acceptance of the Work unless a longer period is specified and shall
furnish a good and sufficient maintenance bond, complying with the requirements of Article
4.02.B. The City will give notice of observed defects with reasonable promptness.
5.18 Indemnification
A. Contractor covenants and agrees to indemnify, hold harmless and defend, at its own expense, the
City, its officers, servants and employees, from and against any and all claims arising out of, or
alleged to arise out of, the work and services to be performed by the Contractor, its officers,
agents, employees, subcontractors, licenses or invitees under this Contract. THIS
INDEMNIFICATION PROVISION IS SPECIFICALLY INTENDED TO OPERATE
AND BE EFFECTIVE EVEN IF IT IS ALLEGED OR PROVEN THAT ALL OR SOME
OF THE DAMAGES BEING SOUGHT WERE CAUSED, IN WHOLE OR IN PART, BY
ANY ACT, OMISSION OR NEGLIGENCE OF THE CITY. This indemnity provision is
intended to include, without limitation, indemnity for costs, expenses and legal fees incurred by
the City in defending against such claims and causes of actions.
B. Contractor covenants and agrees to indemnify and hold harmless, at its own expense, the City, its
officers, servants and employees, from and against any and all loss, damage or destruction of
property of the City, arising out of, or alleged to arise out of, the work and services to be
performed by the Contractor, its officers, agents, employees, subcontractors, licensees or invitees
under this Contract. THIS INDEMNIFICATION PROVISION IS SPECIFICALLY
INTENDED TO OPERATE AND BE EFFECTIVE EVEN IF IT IS ALLEGED OR
PROVEN THAT ALL OR SOME OF THE DAMAGES BEING SOUGHT WERE
CAUSED, IN WHOLE OR IN PART, BY ANY ACT, OMISSION OR NEGLIGENCE OF
THE CITY.
5.19 Delegation of Professional Design Services
A. Contractor will not be required to provide professional design services unless such services are
specifically required by the Contract Documents for a portion of the Work or unless such
services are required to carry out Contractor’s responsibilities for construction means, methods,
techniques, sequences and procedures.
B. If professional design services or certifications by a design professional related to systems,
materials or equipment are specifically required of Contractor by the Contract Documents, City
will specify all performance and design criteria that such services must satisfy. Contractor shall
cause such services or certifications to be provided by a properly licensed professional, whose
signature and seal shall appear on all drawings, calculations, specifications, certifications, and
Submittals prepared by such professional. Submittals related to the Work designed or certified
by such professional, if prepared by others, shall bear such professional’s written approval when
submitted to City.
00 73 10- 25
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 25 of 35
CITY OF FORT WORTH
STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
C. City shall be entitled to rely upon the adequacy, accuracy and completeness of the services,
certifications or approvals performed by such design professionals, provided City has specified
to Contractor performance and design criteria that such services must satisfy.
D. Pursuant to this Paragraph 5.19, City’s review and acceptance of design calculations and design
drawings will be only for the limited purpose of checking for conformance with performance
and design criteria given and the design concept expressed in the Contract Documents. City’s
review and acceptance of Submittals (except design calculations and design drawings) will be
only for the purpose stated in Paragraph 5.16.C.
5.20 Right to Audit:
A. The City reserves the right to audit all projects utilizing City funds
B. The Contractor agrees that the City shall, until the expiration of three (3) years after final
payment under this Contract, have access to and the right to examine and photocopy any directly
pertinent books, documents, papers, and records of the Contractor involving transactions relating
to this Contract. Contractor agrees that the City shall have access during Regular Working Hours
to all necessary Contractor facilities and shall be provided adequate and appropriate work space
in order to conduct audits in compliance with the provisions of this Paragraph. The City shall
give Contractor reasonable advance notice of intended audits.
C. Contractor further agrees to include in all its subcontracts hereunder a provision to the effect that
the subcontractor agrees that the City shall, until the expiration of three (3) years after final
payment under this Contract, have access to and the right to examine and photocopy any directly
pertinent books, documents, papers, and records of such Subcontractor, involving transactions to
the subcontract, and further, that City shall have access during Regular Working Hours to all
Subcontractor facilities, and shall be provided adequate and appropriate work space in order to
conduct audits in compliance with the provisions of this Paragraph. The City shall give
Subcontractor reasonable advance notice of intended audits.
D. Contractor and Subcontractor agree to photocopy such documents as may be requested by the
City. The City agrees to reimburse Contractor for the cost of the copies as follows at the rate
published in the Texas Administrative Code in effect as of the time copying is performed.
5.21 Nondiscrimination
A. The City is responsible for operating Public Transportation Programs and implementing transit-
related projects, which are funded in part with Federal financial assistance awarded by the U.S.
Department of Transportation and the Federal Transit Administration (FTA), without
discriminating against any person in the United States on the basis of race, color, or national
origin.
B. Title VI, Civil Rights Act of 1964 as amended: Contractor shall comply with the requirements of
the Act and the Regulations as further defined in the Supplementary Conditions for any project
receiving Federal assistance.
00 73 10- 26
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 26 of 35
CITY OF FORT WORTH
STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
ARTICLE 6 – OTHER WORK AT THE SITE
6.01 Related Work at Site
A. City may perform other work related to the Project at the Site with City’s employees, or other
City contractors, or through other direct contracts therefor, or have other work performed by
utility owners. If such other work is not noted in the Contract Documents, then written notice
thereof will be given to Contractor prior to starting any such other work; and
B. Contractor shall afford each other contractor who is a party to such a direct contract, each utility
owner, and City, if City is performing other work with City’s employees or other City
contractors, proper and safe access to the Site, provide a reasonable opportunity for the
introduction and storage of materials and equipment and the execution of such other work, and
properly coordinate the Work with theirs. Contractor shall do all cutting, fitting, and patching of
the Work that may be required to properly connect or otherwise make its several parts come
together and properly integrate with such other work. Contractor shall not endanger any work of
others by cutting, excavating, or otherwise altering such work; provided, however, that
Contractor may cut or alter others' work with the written consent of City and the others whose
work will be affected.
C. If the proper execution or results of any part of Contractor’s Work depends upon work
performed by others under this Article 7, Contractor shall inspect such other work and promptly
report to City in writing any delays, defects, or deficiencies in such other work that render it
unavailable or unsuitable for the proper execution and results of Contractor’s Work. Contractor’s
failure to so report will constitute an acceptance of such other work as fit and proper for
integration with Contractor’s Work except for latent defects in the work provided by others.
ARTICLE 7 – CITY’S RESPONSIBILITIES
7.01 Inspections, Tests, and Approvals
City’s responsibility with respect to certain inspections, tests, and approvals is set forth in Paragraph
11.03.
7.02 Limitations on City’s Responsibilities
A. The City shall not supervise, direct, or have control or authority over, nor be responsible for,
Contractor’s means, methods, techniques, sequences, or procedures of construction, or the safety
precautions and programs incident thereto, or for any failure of Contractor to comply with Laws
and Regulations applicable to the performance of the Work. City will not be responsible for
Contractor’s failure to perform the Work in accordance with the Contract Documents.
B. City will notify the Contractor of applicable safety plans pursuant to Paragraph 5.13.
00 73 10- 27
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 27 of 35
CITY OF FORT WORTH
STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
7.03 Compliance with Safety Program
While at the Site, City’s employees and representatives shall comply with the specific applicable
requirements of Contractor’s safety programs of which City has been informed pursuant to
Paragraph 5.13.
ARTICLE 8 – CITY’S OBSERVATION STATUS DURING CONSTRUCTION
8.01 City’s Project Representative
City will provide one or more Project Representative(s) during the construction period. The duties
and responsibilities and the limitations of authority of City’s representative during construction are
set forth in the Contract Documents.
A. City’s Project Representative will make visits to the Site at intervals appropriate to the various
stages of construction as City deems necessary in order to observe the progress that has been
made and the quality of the various aspects of Contractor’s executed Work. Based on
information obtained during such visits and observations, City’s Project Representative will
determine, in general, if the Work is proceeding in accordance with the Contract Documents.
City’s Project Representative will not be required to make exhaustive or continuous inspections
on the Site to check the quality or quantity of the Work. City’s Project Representative’s efforts
will be directed toward providing City a greater degree of confidence that the completed Work
will conform generally to the Contract Documents.
B. City’s Project Representative’s visits and observations are subject to all the limitations on
authority and responsibility in the Contract Documents.
8.02 Authorized Variations in Work
City’s Project Representative may authorize minor variations in the Work from the requirements of
the Contract Documents which do not involve an adjustment in the Contract Price or the Contract
Time and are compatible with the design concept of the completed Project as a functioning whole as
indicated by the Contract Documents. These may be accomplished by a Field Order and will be
binding on City Developer, and also on Contractor, who shall perform the Work involved promptly.
8.03 Rejecting Defective Work
City will have authority to reject Work which City’s Project Representative believes to be defective,
or will not produce a completed Project that conforms to the Contract Documents or that will
prejudice the integrity of the design concept of the completed Project as a functioning whole as
indicated by the Contract Documents. City will have authority to conduct special inspection or
testing of the Work as provided in Article 11, whether or not the Work is fabricated, installed, or
completed.
00 73 10- 28
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 28 of 35
CITY OF FORT WORTH
STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
8.04 Determinations for Work Performed
Contractor will determine the actual quantities and classifications of Work performed. City’s Project
Representative will review with Contractor the preliminary determinations on such matters before
rendering a written recommendation. City’s written decision will be final (except as modified to
reflect changed factual conditions or more accurate data).
ARTICLE 9 – CHANGES IN THE WORK
9.01 Authorized Changes in the Work
A. Without invalidating the Contract and without notice to any surety, City may, at any time or
from time to time, order Extra Work. Upon notice of such Extra Work, Contractor shall
promptly proceed with the Work involved which will be performed under the applicable
conditions of the Contract Documents (except as otherwise specifically provided). Extra Work
shall be memorialized by a Participating Change Order which may or may not precede an order
of Extra work.
B. For minor changes of Work not requiring changes to Contract Time or Contract Price on a
project with City participation, a Field Order may be issued by the City.
9.02 Notification to Surety
If the provisions of any bond require notice to be given to a surety of any change affecting the
general scope of the Work or the provisions of the Contract Documents (including, but not limited
to, Contract Price or Contract Time), the giving of any such notice will be Contractor’s
responsibility. The amount of each applicable bond will be adjusted by the Contractor to reflect the
effect of any such change.
ARTICLE 10 – CHANGE OF CONTRACT PRICE; CHANGE OF CONTRACT TIME
10.01 Change of Contract Price
A. The Contract Price may only be changed by a Participating Change Order for projects with City
participation.
10.02 Change of Contract Time
A. The Contract Time may only be changed by a Participating Change Order for projects with City
participation.
10.03 Delays
A. If Contractor is delayed, City shall not be liable to Contractor for any claims, costs, losses, or
damages (including but not limited to all fees and charges of engineers, architects, attorneys, and
other professionals and all court or arbitration or other dispute resolution costs) sustained by
Contractor on or in connection with any other project or anticipated project.
00 73 10- 29
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 29 of 35
CITY OF FORT WORTH
STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
ARTICLE 11 – TESTS AND INSPECTIONS; CORRECTION, REMOVAL OR ACCEPTANCE OF
DEFECTIVE WORK
11.01 Notice of Defects
Notice of all defective Work of which City has actual knowledge will be given to Contractor.
Defective Work may be rejected, corrected, or accepted as provided in this Article 13.
11.02 Access to Work
City, independent testing laboratories, and governmental agencies with jurisdictional interests will
have access to the Site and the Work at reasonable times for their observation, inspection, and
testing. Contractor shall provide them proper and safe conditions for such access and advise them of
Contractor’s safety procedures and programs so that they may comply therewith as applicable.
11.03 Tests and Inspections
A. Contractor shall give City timely notice of readiness of the Work for all required inspections,
tests, or approvals and shall cooperate with inspection and testing personnel to facilitate required
inspections or tests.
B. If Contract Documents, Laws or Regulations of any public body having jurisdiction require any
of the Work (or part thereof) to be inspected, tested, or approved, Contractor shall assume full
responsibility for arranging and obtaining such independent inspections, tests, retests or
approvals, pay all costs in connection therewith, and furnish City the required certificates of
inspection or approval; excepting, however, those fees specifically identified in the
Supplementary Conditions or any Texas Department of Licensure and Regulation (TDLR)
inspections, which shall be paid as described in the Supplementary Conditions.
C. Contractor shall be responsible for arranging and obtaining and shall pay all costs in connection
with any inspections, tests, re-tests, or approvals required for City’s acceptance of materials or
equipment to be incorporated in the Work; or acceptance of materials, mix designs, or equipment
submitted for approval prior to Contractor’s purchase thereof for incorporation in the Work.
Such inspections, tests, re-tests, or approvals shall be performed by organizations approved by
City.
D. City may arrange for the services of an independent testing laboratory (“Testing Lab”) to
perform any inspections or tests (“Testing”) for any part of the Work, as determined solely by
City.
1. City will coordinate such Testing to the extent possible, with Contractor;
2. Should any Testing under this Section 11.03 D result in a “fail”, “did not pass” or other
similar negative result, the Contractor shall be responsible for paying for any and all retests.
Contractor’s cancellation without cause of City initiated Testing shall be deemed a negative
result and require a retest.
00 73 10- 30
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 30 of 35
CITY OF FORT WORTH
STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
3. Any amounts owed for any retest under this Section 11.03 D shall be paid directly to the
Testing Lab by Contractor. City will forward all invoices for retests to
Developer/Contractor.
4. If Contractor fails to pay the Testing Lab, City will not issue a letter of Final Acceptance
until the Testing Lab is Paid
E. If any Work (or the work of others) that is to be inspected, tested, or approved is covered by
Contractor without written concurrence of City, Contractor shall, if requested by City, uncover
such Work for observation.
11.04 Uncovering Work
A. If any Work is covered contrary to the Contract Documents or specific instructions by the City, it
must, if requested by City, be uncovered for City’s observation and replaced at Contractor’s
expense.
11.05 City May Stop the Work
If the Work is defective, or Contractor fails to supply sufficient skilled workers or suitable materials
or equipment, or fails to perform the Work in such a way that the completed Work will conform to
the Contract Documents, City may order Contractor to stop the Work, or any portion thereof, until
the cause for such order has been eliminated; however, this right of City to stop the Work shall not
give rise to any duty on the part of City to exercise this right for the benefit of Contractor, any
Subcontractor, any Supplier, any other individual or entity, or any surety for, or employee or agent
of any of them.
11.06 Correction or Removal of Defective Work
A. Promptly after receipt of written notice, Contractor shall correct all defective Work pursuant to
an acceptable schedule, whether or not fabricated, installed, or completed, or, if the Work has
been rejected by City, remove it from the Project and replace it with Work that is not defective.
Contractor shall pay all claims, costs, additional testing, losses, and damages (including but not
limited to all fees and charges of engineers, architects, attorneys, and other professionals and all
court or arbitration or other dispute resolution costs) arising out of or relating to such correction
or removal (including but not limited to all costs of repair or replacement of work of others).
Failure to require the removal of any defective Work shall not constitute acceptance of such
Work.
B. When correcting defective Work under the terms of this Paragraph 11.06 or Paragraph 11.07,
Contractor shall take no action that would void or otherwise impair City’s special warranty and
guarantee, if any, on said Work.
11.07 Correction Period
A. If within two (2) years after the date of Final Acceptance (or such longer period of time as may
be prescribed by the terms of any applicable special guarantee required by the Contract
00 73 10- 31
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 31 of 35
CITY OF FORT WORTH
STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
Documents), any Work is found to be defective, or if the repair of any damages to the land or
areas made available for Contractor’s use by City or permitted by Laws and Regulations as
contemplated in Paragraph 5.10.A is found to be defective, Contractor shall promptly, without
cost to City and in accordance with City’s written instructions:
1. repair such defective land or areas; or
2. correct such defective Work; or
3. if the defective Work has been rejected by City, remove it from the Project and replace it
with Work that is not defective, and
4. satisfactorily correct or repair or remove and replace any damage to other Work, to the work
of others or other land or areas resulting therefrom.
B. If Contractor does not promptly comply with the terms of City’s written instructions, or in an
emergency where delay would cause serious risk of loss or damage, City may have the defective
Work corrected or repaired or may have the rejected Work removed and replaced. All claims,
costs, losses, and damages (including but not limited to all fees and charges of engineers,
architects, attorneys, and other professionals and all court or other dispute resolution costs)
arising out of or relating to such correction or repair or such removal and replacement (including
but not limited to all costs of repair or replacement of work of others) will be paid by Contractor.
C. Where defective Work (and damage to other Work resulting therefrom) has been corrected or
removed and replaced under this Paragraph 11.07, the correction period hereunder with respect
to such Work may be required to be extended for an additional period of one year after the end
of the initial correction period. City shall provide 30 days written notice to Contractor and
Developer should such additional warranty coverage be required. Contractor’s obligations under
this Paragraph 11.07 are in addition to any other obligation or warranty. The provisions of this
Paragraph 11.07 shall not be construed as a substitute for, or a waiver of, the provisions of any
applicable statute of limitation or repose.
11.08 City May Correct Defective Work
A. If Contractor fails within a reasonable time after written notice from City to correct defective
Work, or to remove and replace rejected Work as required by City in accordance with Paragraph
11.06.A, or if Contractor fails to perform the Work in accordance with the Contract Documents,
or if Contractor fails to comply with any other provision of the Contract Documents, City may,
after seven (7) days written notice to Contractor and the Developer, correct, or remedy any such
deficiency.
B. In exercising the rights and remedies under this Paragraph 11.09, City shall proceed
expeditiously. In connection with such corrective or remedial action, City may exclude
Contractor from all or part of the Site, take possession of all or part of the Work and suspend
Contractor’s services related thereto, and incorporate in the Work all materials and equipment
incorporated in the Work, stored at the Site or for which City has paid Contractor but which are
00 73 10- 32
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 32 of 35
CITY OF FORT WORTH
STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
stored elsewhere. Contractor shall allow City, City’s representatives, agents, consultants,
employees, and City’s other contractors, access to the Site to enable City to exercise the rights
and remedies under this Paragraph.
C. All claims, costs, losses, and damages (including but not limited to all fees and charges of
engineers, architects, attorneys, and other professionals and all court or other dispute resolution
costs) incurred or sustained by City in exercising the rights and remedies under this Paragraph
13.09 will be charged against Contractor, and a Change Order will be issued incorporating the
necessary revisions in the Contract Documents with respect to the Work; and City shall be
entitled to an appropriate decrease in the Contract Price.
D. Contractor shall not be allowed an extension of the Contract Time because of any delay in the
performance of the Work attributable to the exercise of City’s rights and remedies under this
Paragraph 11.09.
ARTICLE 12 – COMPLETION
12.01 Contractor’s Warranty of Title
Contractor warrants and guarantees that title to all Work, materials, and equipment covered by any
Application for Payment will pass to City no later than the time of Final Acceptance and shall be
free and clear of all Liens.
12.02 Partial Utilization
A. Prior to Final Acceptance of all the Work, City may use or occupy any substantially completed
part of the Work which has specifically been identified in the Contract Documents, or which
City, determines constitutes a separately functioning and usable part of the Work that can be
used by City for its intended purpose without significant interference with Contractor’s
performance of the remainder of the Work. City at any time may notify Contractor in writing to
permit City to use or occupy any such part of the Work which City determines to be ready for its
intended use, subject to the following conditions:
1. Contractor at any time may notify City in writing that Contractor considers any such part of
the Work ready for its intended use.
2. Within a reasonable time after notification as enumerated in Paragraph 14.05.A.1, City and
Contractor shall make an inspection of that part of the Work to determine its status of
completion. If City does not consider that part of the Work to be substantially complete, City
will notify Contractor in writing giving the reasons therefor.
3. Partial Utilization will not constitute Final Acceptance by City.
12.03 Final Inspection
A. Upon written notice from Contractor that the entire Work is complete in accordance with the
Contract Documents:
00 73 10- 33
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 33 of 35
CITY OF FORT WORTH
STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
1. within 10 days, City will schedule a Final Inspection with Contractor.
2. City will notify Contractor in writing of all particulars in which this inspection reveals that
the Work is incomplete or defective. Contractor shall immediately take such measures as are
necessary to complete such Work or remedy such deficiencies.
12.04 Final Acceptance
A. Upon completion by Contractor to City’s satisfaction, of any additional Work identified in the
Final Inspection, City will issue to Contractor a letter of Final Acceptance upon the satisfaction
of the following:
1. All documentation called for in the Contract Documents, including but not limited to the
evidence of insurance required by Paragraph 5.03;
2. consent of the surety, if any, to Final Acceptance;
3. a list of all pending or released Damage Claims against City that Contractor believes are
unsettled; and
4. affidavits of payments and complete and legally effective releases or waivers (satisfactory to
City) of all Lien rights arising out of or Liens filed in connection with the Work.
5. after all Damage Claims have been resolved:
a. directly by the Contractor or;
b. Contractor provides evidence that the Damage Claim has been reported to Contractor’s
insurance provider for resolution.
6. Issuing Final Acceptance by the City shall not relieve the Contractor of any guarantees or
other requirements of the Contract Documents which specifically continue thereafter.
ARTICLE 13 – SUSPENSION OF WORK
13.01 City May Suspend Work
A. At any time and without cause, City may suspend the Work or any portion thereof by written
notice to Contractor and which may fix the date on which Work will be resumed. Contractor
shall resume the Work on the date so fixed. During temporary suspension of the Work covered
by these Contract Documents, for any reason, the City will stop contract time on City
participation projects.
B. Should the Contractor not be able to complete a portion of the Project due to causes beyond the
control of and without the fault or negligence of the Contractor, and should it be determined by
mutual consent of the Contractor and City that a solution to allow construction to proceed is not
00 73 10- 34
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 34 of 35
CITY OF FORT WORTH
STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
available within a reasonable period of time, Contractor may request an extension in Contract
Time, directly attributable to any such suspension.
C. If it should become necessary to suspend the Work for an indefinite period, the Contractor shall
store all materials in such a manner that they will not obstruct or impede the public unnecessarily
nor become damaged in any way, and he shall take every precaution to prevent damage or
deterioration of the work performed; he shall provide suitable drainage about the work, and erect
temporary structures where necessary.
ARTICLE 14 – MISCELLANEOUS
14.01 Giving Notice
A. Whenever any provision of the Contract Documents requires the giving of written notice, it will
be deemed to have been validly given if:
1. delivered in person to the individual or to a member of the firm or to an officer of the
corporation for whom it is intended; or
2. delivered at or sent by registered or certified mail, postage prepaid, to the last business
address known to the giver of the notice.
B. Business address changes must be promptly made in writing to the other party.
C. Whenever the Contract Documents specifies giving notice by electronic means such electronic
notice shall be deemed sufficient upon confirmation of receipt by the receiving party.
14.02 Computation of Times
When any period of time is referred to in the Contract Documents by days, it will be computed to
exclude the first and include the last day of such period. If the last day of any such period falls on a
Saturday or Sunday or on a day made a legal holiday the next Working Day shall become the last
day of the period.
14.03 Cumulative Remedies
The duties and obligations imposed by these General Conditions and the rights and remedies
available hereunder to the parties hereto are in addition to, and are not to be construed in any way as
a limitation of, any rights and remedies available to any or all of them which are otherwise imposed
or available by Laws or Regulations, by special warranty or guarantee, or by other provisions of the
Contract Documents. The provisions of this Paragraph will be as effective as if repeated specifically
in the Contract Documents in connection with each particular duty, obligation, right, and remedy to
which they apply.
00 73 10- 35
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 35 of 35
CITY OF FORT WORTH
STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
14.04 Survival of Obligations
All representations, indemnifications, warranties, and guarantees made in, required by, or given in
accordance with the Contract Documents, as well as all continuing obligations indicated in the
Contract Documents, will survive final payment, completion, and acceptance of the Work or
termination or completion of the Contract or termination of the services of Contractor.
14.05 Headings
Article and paragraph headings are inserted for convenience only and do not constitute parts of these
General Conditions.
01 11 00 - 1
DAP SUMMARY OF WORK
Page 1 of 3
CITY OF FORT WORTH Rockbrook Master Infrastructure
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – Developer Awarded Projects City Project No. 105383
Revised December 20, 2012
SECTION 01 11 00 1
SUMMARY OF WORK 2
PART 1 - GENERAL 3
1.1 SUMMARY 4
A. Section Includes: 5
1. Summary of Work to be performed in accordance with the Contract Documents 6
B. Deviations from this City of Fort Worth Standard Specification 7
1. None. 8
C. Related Specification Sections include, but are not necessarily limited to: 9
1. Division 0 - Bidding Requirements, Contract Forms, and Conditions of the Contract 10
2. Division 1 - General Requirements 11
1.2 PRICE AND PAYMENT PROCEDURES 12
A. Measurement and Payment 13
1. Work associated with this Item is considered subsidiary to the various items bid. 14
No separate payment will be allowed for this Item. 15
1.3 REFERENCES [NOT USED] 16
1.4 ADMINISTRATIVE REQUIREMENTS 17
A. Work Covered by Contract Documents 18
1. Work is to include furnishing all labor, materials, and equipment, and performing 19
all Work necessary for this construction project as detailed in the Drawings and 20
Specifications. 21
B. Subsidiary Work 22
1. Any and all Work specifically governed by documentary requirements for the 23
project, such as conditions imposed by the Drawings or Contract Documents in 24
which no specific item for bid has been provided for in the Proposal and the item is 25
not a typical unit bid item included on the standard bid item list, then the item shall 26
be considered as a subsidiary item of Work, the cost of which shall be included in 27
the price bid in the Proposal for various bid items. 28
C. Use of Premises 29
1. Coordinate uses of premises under direction of the City. 30
2. Assume full responsibility for protection and safekeeping of materials and 31
equipment stored on the Site. 32
3. Use and occupy only portions of the public streets and alleys, or other public places 33
or other rights-of-way as provided for in the ordinances of the City, as shown in the 34
Contract Documents, or as may be specifically authorized in writing by the City. 35
a. A reasonable amount of tools, materials, and equipment for construction 36
purposes may be stored in such space, but no more than is necessary to avoid 37
delay in the construction operations. 38
01 11 00 - 2
DAP SUMMARY OF WORK
Page 2 of 3
CITY OF FORT WORTH Rockbrook Master Infrastructure
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – Developer Awarded Projects City Project No. 105383
Revised December 20, 2012
b. Excavated and waste materials shall be stored in such a way as not to interfere 1
with the use of spaces that may be designated to be left free and unobstructed 2
and so as not to inconvenience occupants of adjacent property. 3
c. If the street is occupied by railroad tracks, the Work shall be carried on in such 4
manner as not to interfere with the operation of the railroad. 5
1) All Work shall be in accordance with railroad requirements set forth in 6
Division 0 as well as the railroad permit. 7
D. Work within Easements 8
1. Do not enter upon private property for any purpose without having previously 9
obtained permission from the owner of such property. 10
2. Do not store equipment or material on private property unless and until the 11
specified approval of the property owner has been secured in writing by the 12
Contractor and a copy furnished to the City. 13
3. Unless specifically provided otherwise, clear all rights-of-way or easements of 14
obstructions which must be removed to make possible proper prosecution of the 15
Work as a part of the project construction operations. 16
4. Preserve and use every precaution to prevent damage to, all trees, shrubbery, plants, 17
lawns, fences, culverts, curbing, and all other types of structures or improvements, 18
to all water, sewer, and gas lines, to all conduits, overhead pole lines, or 19
appurtenances thereof, including the construction of temporary fences and to all 20
other public or private property adjacent to the Work. 21
5. Notify the proper representatives of the owners or occupants of the public or private 22
lands of interest in lands which might be affected by the Work. 23
a. Such notice shall be made at least 48 hours in advance of the beginning of the 24
Work. 25
b. Notices shall be applicable to both public and private utility companies and any 26
corporation, company, individual, or other, either as owners or occupants, 27
whose land or interest in land might be affected by the Work. 28
c. Be responsible for all damage or injury to property of any character resulting 29
from any act, omission, neglect, or misconduct in the manner or method or 30
execution of the Work, or at any time due to defective work, material, or 31
equipment. 32
6. Fence 33
a. Restore all fences encountered and removed during construction of the Project 34
to the original or a better than original condition. 35
b. Erect temporary fencing in place of the fencing removed whenever the Work is 36
not in progress and when the site is vacated overnight, and/or at all times to 37
provide site security. 38
c. The cost for all fence work within easements, including removal, temporary 39
closures and replacement, shall be subsidiary to the various items bid in the 40
project proposal, unless a bid item is specifically provided in the proposal. 41
01 11 00 - 3
DAP SUMMARY OF WORK
Page 3 of 3
CITY OF FORT WORTH Rockbrook Master Infrastructure
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – Developer Awarded Projects City Project No. 105383
Revised December 20, 2012
1.5 SUBMITTALS [NOT USED] 1
1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 2
1.7 CLOSEOUT SUBMITTALS [NOT USED] 3
1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 4
1.9 QUALITY ASSURANCE [NOT USED] 5
1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 6
1.11 FIELD [SITE] CONDITIONS [NOT USED] 7
1.12 WARRANTY [NOT USED] 8
PART 2 - PRODUCTS [NOT USED] 9
PART 3 - EXECUTION [NOT USED] 10
END OF SECTION 11
12
Revision Log
DATE NAME SUMMARY OF CHANGE
13
01 25 00 - 1
DAP SUBSTITUTION PROCEDURES
Page 1 of 4
CITY OF FORT WORTH Rockbrook Master Infrastructure
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS City Project No. 105383
Revised August 30, 2013
SECTION 01 25 00 1
SUBSTITUTION PROCEDURES 2
PART 1 - GENERAL 3
1.1 SUMMARY 4
A. Section Includes: 5
1. The procedure for requesting the approval of substitution of a product that is not 6
equivalent to a product which is specified by descriptive or performance criteria or 7
defined by reference to 1 or more of the following: 8
a. Name of manufacturer 9
b. Name of vendor 10
c. Trade name 11
d. Catalog number 12
2. Substitutions are not "or-equals". 13
B. Deviations from this City of Fort Worth Standard Specification 14
1. None. 15
C. Related Specification Sections include, but are not necessarily limited to: 16
1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract 17
2. Division 1 – General Requirements 18
1.2 PRICE AND PAYMENT PROCEDURES 19
A. Measurement and Payment 20
1. Work associated with this Item is considered subsidiary to the various items bid. No 21
separate payment will be allowed for this Item. 22
1.3 REFERENCES [NOT USED] 23
1.4 ADMINISTRATIVE REQUIREMENTS 24
A. Request for Substitution - General 25
1. Within 30 days after award of Contract (unless noted otherwise), the City will 26
consider formal requests from Contractor for substitution of products in place of 27
those specified. 28
2. Certain types of equipment and kinds of material are described in Specifications by 29
means of references to names of manufacturers and vendors, trade names, or catalog 30
numbers. 31
a. When this method of specifying is used, it is not intended to exclude from 32
consideration other products bearing other manufacturer's or vendor's names, 33
trade names, or catalog numbers, provided said products are "or-equals," as 34
determined by City. 35
3. Other types of equipment and kinds of material may be acceptable substitutions 36
under the following conditions: 37
a. Or-equals are unavailable due to strike, discontinued production of products 38
meeting specified requirements, or other factors beyond control of Contractor; 39
or, 40
01 25 00 - 2
DAP SUBSTITUTION PROCEDURES
Page 2 of 4
CITY OF FORT WORTH Rockbrook Master Infrastructure
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS City Project No. 105383
Revised August 30, 2013
b. Contractor proposes a cost and/or time reduction incentive to the City. 1
1.5 SUBMITTALS 2
A. See Request for Substitution Form (attached) 3
B. Procedure for Requesting Substitution 4
1. Substitution shall be considered only: 5
a. After award of Contract 6
b. Under the conditions stated herein 7
2. Submit 3 copies of each written request for substitution, including: 8
a. Documentation 9
1) Complete data substantiating compliance of proposed substitution with 10
Contract Documents 11
2) Data relating to changes in construction schedule, when a reduction is 12
proposed 13
3) Data relating to changes in cost 14
b. For products 15
1) Product identification 16
a) Manufacturer's name 17
b) Telephone number and representative contact name 18
c) Specification Section or Drawing reference of originally specified 19
product, including discrete name or tag number assigned to original 20
product in the Contract Documents 21
2) Manufacturer's literature clearly marked to show compliance of proposed 22
product with Contract Documents 23
3) Itemized comparison of original and proposed product addressing product 24
characteristics including, but not necessarily limited to: 25
a) Size 26
b) Composition or materials of construction 27
c) Weight 28
d) Electrical or mechanical requirements 29
4) Product experience 30
a) Location of past projects utilizing product 31
b) Name and telephone number of persons associated with referenced 32
projects knowledgeable concerning proposed product 33
c) Available field data and reports associated with proposed product 34
5) Samples 35
a) Provide at request of City. 36
b) Samples become the property of the City. 37
c. For construction methods: 38
1) Detailed description of proposed method 39
2) Illustration drawings 40
C. Approval or Rejection 41
1. Written approval or rejection of substitution given by the City 42
2. City reserves the right to require proposed product to comply with color and pattern 43
of specified product if necessary to secure design intent. 44
3. In the event the substitution is approved, if a reduction in cost or time results, it will 45
be documented by Change Order. 46
01 25 00 - 3
DAP SUBSTITUTION PROCEDURES
Page 3 of 4
CITY OF FORT WORTH Rockbrook Master Infrastructure
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS City Project No. 105383
Revised August 30, 2013
4. Substitution will be rejected if: 1
a. Submittal is not through the Contractor with his stamp of approval 2
b. Request is not made in accordance with this Specification Section 3
c. In the Developer’s opinion, acceptance will require substantial revision of the 4
original design 5
d. In the City’s or Developer’s opinion, substitution will not perform adequately 6
the function consistent with the design intent 7
1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 8
1.7 CLOSEOUT SUBMITTALS [NOT USED] 9
1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 10
1.9 QUALITY ASSURANCE 11
A. In making request for substitution or in using an approved product, the Contractor 12
represents that the Contractor: 13
1. Has investigated proposed product, and has determined that it is adequate or 14
superior in all respects to that specified, and that it will perform function for which it 15
is intended 16
2. Will provide same guarantee for substitute item as for product specified 17
3. Will coordinate installation of accepted substitution into Work, to include building 18
modifications if necessary, making such changes as may be required for Work to be 19
complete in all respects 20
4. Waives all claims for additional costs related to substitution which subsequently 21
arise 22
1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 23
1.11 FIELD [SITE] CONDITIONS [NOT USED] 24
1.12 WARRANTY [NOT USED] 25
PART 2 - PRODUCTS [NOT USED] 26
PART 3 - EXECUTION [NOT USED] 27
END OF SECTION 28
Revision Log
DATE NAME SUMMARY OF CHANGE
29
01 25 00 - 4
DAP SUBSTITUTION PROCEDURES
Page 4 of 4
CITY OF FORT WORTH Rockbrook Master Infrastructure
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS City Project No. 105383
Revised August 30, 2013
EXHIBIT A 1
REQUEST FOR SUBSTITUTION FORM: 2
3
TO: 4
PROJECT: DATE: 5
We hereby submit for your consideration the following product instead of the specified item for 6
the above project: 7
SECTION PARAGRAPH SPECIFIED ITEM 8
9
Proposed Substitution: 10
Reason for Substitution: 11
Include complete information on changes to Drawings and/or Specifications which proposed 12
substitution will require for its proper installation. 13
14
Fill in Blanks Below: 15
A. Will the undersigned contractor pay for changes to the building design, including engineering 16
and detailing costs caused by the requested substitution? 17
18
19
B. What effect does substitution have on other trades? 20
21
22
C. Differences between proposed substitution and specified item? 23
24
25
D. Differences in product cost or product delivery time? 26
27
28
E. Manufacturer's guarantees of the proposed and specified items are: 29
30
Equal Better (explain on attachment) 31
The undersigned states that the function, appearance and quality are equivalent or superior to the 32
specified item. 33
Submitted By: For Use by City 34
35
Signature Recommended Recommended 36
as noted 37
38
Firm Not recommended Received late 39
Address By 40
Date 41
Date Remarks 42
Telephone 43
44
For Use by City: 45
46
Approved Rejected 47
City Date 48
01 31 19 - 1
DAP PRECONSTRUCTION MEETING
Page 1 of 3
CITY OF FORT WORTH Rockbrook Master Infrastructure
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS City Project No. 105383
Revised August 30, 2013
SECTION 01 31 19 1
PRECONSTRUCTION MEETING 2
PART 1 - GENERAL 3
1.1 SUMMARY 4
A. Section Includes: 5
1. Provisions for the preconstruction meeting to be held prior to the start of Work to 6
clarify construction contract administration procedures 7
B. Deviations from this City of Fort Worth Standard Specification 8
1. No construction schedule required unless requested by the City. 9
C. Related Specification Sections include, but are not necessarily limited to: 10
1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract 11
2. Division 1 – General Requirements 12
1.2 PRICE AND PAYMENT PROCEDURES 13
A. Measurement and Payment 14
1. Work associated with this Item is considered subsidiary to the various items bid. 15
No separate payment will be allowed for this Item. 16
1.3 REFERENCES [NOT USED] 17
1.4 ADMINISTRATIVE REQUIREMENTS 18
A. Coordination 19
1. Attend preconstruction meeting. 20
2. Representatives of Contractor, subcontractors and suppliers attending meetings 21
shall be qualified and authorized to act on behalf of the entity each represents. 22
3. Meeting administered by City may be tape recorded. 23
a. If recorded, tapes will be used to prepare minutes and retained by City for 24
future reference. 25
B. Preconstruction Meeting 26
1. A preconstruction meeting will be held within 14 days after the delivery of the 27
distribution package to the City. 28
a. The meeting will be scheduled and administered by the City. 29
2. The Project Representative will preside at the meeting, prepare the notes of the 30
meeting and distribute copies of same to all participants who so request by fully 31
completing the attendance form to be circulated at the beginning of the meeting. 32
3. Attendance shall include: 33
a. Developer and Consultant 34
b. Contractor's project manager 35
c. Contractor's superintendent 36
d. Any subcontractor or supplier representatives whom the Contractor may desire 37
to invite or the City may request 38
01 31 19 - 2
DAP PRECONSTRUCTION MEETING
Page 2 of 3
CITY OF FORT WORTH Rockbrook Master Infrastructure
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS City Project No. 105383
Revised August 30, 2013
1
2
3
4
5
6
7
8
9
10
11
12
e. Other City representatives 13
f. Others as appropriate 14
4. Preliminary Agenda may include: 15
a. Introduction of Project Personnel 16
b. General Description of Project 17
c. Status of right-of-way, utility clearances, easements or other pertinent permits 18
d. Contractor’s work plan and schedule 19
e. Contract Time 20
f. Notice to Proceed 21
g. Construction Staking 22
h. Progress Payments 23
i. Extra Work and Change Order Procedures 24
j. Field Orders 25
k. Disposal Site Letter for Waste Material 26
l. Insurance Renewals 27
m. Payroll Certification 28
n. Material Certifications and Quality Control Testing 29
o. Public Safety and Convenience 30
p. Documentation of Pre-Construction Conditions 31
q. Weekend Work Notification 32
r. Legal Holidays 33
s. Trench Safety Plans 34
t. Confined Space Entry Standards 35
u. Coordination with the City’s representative for operations of existing water 36
systems 37
v. Storm Water Pollution Prevention Plan 38
w. Coordination with other Contractors 39
x. Early Warning System 40
y. Contractor Evaluation 41
z. Special Conditions applicable to the project 42
aa. Damages Claims 43
bb. Submittal Procedures 44
cc. Substitution Procedures 45
dd. Correspondence Routing 46
ee. Record Drawings 47
ff. Temporary construction facilities 48
gg. MBE/SBE procedures 49
hh. Final Acceptance 50
ii. Final Payment 51
01 31 19 - 3
DAP PRECONSTRUCTION MEETING
Page 3 of 3
CITY OF FORT WORTH Rockbrook Master Infrastructure
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS City Project No. 105383
Revised August 30, 2013
jj. Questions or Comments 1
1.5 SUBMITTALS [NOT USED] 2
1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 3
1.7 CLOSEOUT SUBMITTALS [NOT USED] 4
1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 5
1.9 QUALITY ASSURANCE [NOT USED] 6
1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 7
1.11 FIELD [SITE] CONDITIONS [NOT USED] 8
1.12 WARRANTY [NOT USED] 9
PART 2 - PRODUCTS [NOT USED] 10
PART 3 - EXECUTION [NOT USED] 11
END OF SECTION 12
13
Revision Log
DATE NAME SUMMARY OF CHANGE
14
01 32 33 - 1
PRECONSTRUCTION VIDEO
Page 1 of 2
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number]
Revised July 1, 2011
SECTION 01 32 33
PRECONSTRUCTION VIDEO
PART 1 - GENERAL
1.1 SUMMARY
A. Section Includes:
1. Administrative and procedural requirements for:
a. Preconstruction Videos
B. Deviations from this City of Fort Worth Standard Specification
1. None.
C. Related Specification Sections include, but are not necessarily limited to:
1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract
2. Division 1 – General Requirements
1.2 PRICE AND PAYMENT PROCEDURES
A. Measurement and Payment
1. Work associated with this Item is considered subsidiary to the various items bid.
No separate payment will be allowed for this Item.
1.3 REFERENCES [NOT USED]
1.4 ADMINISTRATIVE REQUIREMENTS
A. Preconstruction Video
1. Produce a preconstruction video of the site/alignment, including all areas in the
vicinity of and to be affected by construction.
a. Provide digital copy of video upon request by the City.
2. Retain a copy of the preconstruction video until the end of the maintenance surety
period.
1.5 SUBMITTALS [NOT USED]
1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED]
1.7 CLOSEOUT SUBMITTALS [NOT USED]
1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
1.9 QUALITY ASSURANCE [NOT USED]
1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED]
1.11 FIELD [SITE] CONDITIONS [NOT USED]
1.12 WARRANTY [NOT USED]
PART 2 - PRODUCTS [NOT USED]
Rockbrook Master Infrastructure
City Project No. 105383
01 32 33 - 2
PRECONSTRUCTION VIDEO
Page 2 of 2
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number]
Revised July 1, 2011
PART 3 - EXECUTION [NOT USED]
END OF SECTION
Revision Log
DATE NAME SUMMARY OF CHANGE
01 33 00 - 1
DAP SUBMITTALS
Page 1 of 8
CITY OF FORT WORTH Rockbrook Master Infrastructure
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS City Project No. 105383
Revised August 30, 2013
SECTION 01 33 00 1
DAP SUBMITTALS 2
PART 1 - GENERAL 3
1.1 SUMMARY 4
A. Section Includes: 5
1. General methods and requirements of submissions applicable to the following 6
Work-related submittals: 7
a. Shop Drawings 8
b. Product Data (including Standard Product List submittals) 9
c. Samples 10
d. Mock Ups 11
B. Deviations from this City of Fort Worth Standard Specification 12
1. None. 13
C. Related Specification Sections include, but are not necessarily limited to: 14
1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract 15
2. Division 1 – General Requirements 16
1.2 PRICE AND PAYMENT PROCEDURES 17
A. Measurement and Payment 18
1. Work associated with this Item is considered subsidiary to the various items bid. 19
No separate payment will be allowed for this Item. 20
1.3 REFERENCES [NOT USED] 21
1.4 ADMINISTRATIVE REQUIREMENTS 22
A. Coordination 23
1. Notify the City in writing, at the time of submittal, of any deviations in the 24
submittals from the requirements of the Contract Documents. 25
2. Coordination of Submittal Times 26
a. Prepare, prioritize and transmit each submittal sufficiently in advance of 27
performing the related Work or other applicable activities, or within the time 28
specified in the individual Work Sections, of the Specifications. 29
b. Contractor is responsible such that the installation will not be delayed by 30
processing times including, but not limited to: 31
a) Disapproval and resubmittal (if required) 32
b) Coordination with other submittals 33
c) Testing 34
d) Purchasing 35
e) Fabrication 36
f) Delivery 37
g) Similar sequenced activities 38
c. No extension of time will be authorized because of the Contractor's failure to 39
transmit submittals sufficiently in advance of the Work. 40
01 33 00 - 2
DAP SUBMITTALS
Page 2 of 8
CITY OF FORT WORTH Rockbrook Master Infrastructure
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS City Project No. 105383
Revised August 30, 2013
d. Make submittals promptly in accordance with approved schedule, and in such 1
sequence as to cause no delay in the Work or in the work of any other 2
contractor. 3
B. Submittal Numbering 4
1. When submitting shop drawings or samples, utilize a 9-character submittal cross-5
reference identification numbering system in the following manner: 6
a. Use the first 6 digits of the applicable Specification Section Number. 7
b. For the next 2 digits number use numbers 01-99 to sequentially number each 8
initial separate item or drawing submitted under each specific Section number. 9
c. Last use a letter, A-Z, indicating the resubmission of the same drawing (i.e. 10
A=2nd submission, B=3rd submission, C=4th submission, etc.). A typical 11
submittal number would be as follows: 12
13
03 30 00-08-B 14
15
1) 03 30 00 is the Specification Section for Concrete 16
2) 08 is the eighth initial submittal under this Specification Section 17
3) B is the third submission (second resubmission) of that particular shop 18
drawing 19
C. Contractor Certification 20
1. Review shop drawings, product data and samples, including those by 21
subcontractors, prior to submission to determine and verify the following: 22
a. Field measurements 23
b. Field construction criteria 24
c. Catalog numbers and similar data 25
d. Conformance with the Contract Documents 26
2. Provide each shop drawing, sample and product data submitted by the Contractor 27
with a Certification Statement affixed including: 28
a. The Contractor's Company name 29
b. Signature of submittal reviewer 30
c. Certification Statement 31
1) “By this submittal, I hereby represent that I have determined and verified 32
field measurements, field construction criteria, materials, dimensions, 33
catalog numbers and similar data and I have checked and coordinated each 34
item with other applicable approved shop drawings." 35
D. Submittal Format 36
1. Fold shop drawings larger than 8 ½ inches x 11 inches to 8 ½ inches x 11inches. 37
2. Bind shop drawings and product data sheets together. 38
3. Order 39
a. Cover Sheet 40
1) Description of Packet 41
2) Contractor Certification 42
b. List of items / Table of Contents 43
c. Product Data /Shop Drawings/Samples /Calculations 44
E. Submittal Content 45
1. The date of submission and the dates of any previous submissions 46
01 33 00 - 3
DAP SUBMITTALS
Page 3 of 8
CITY OF FORT WORTH Rockbrook Master Infrastructure
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS City Project No. 105383
Revised August 30, 2013
2. The Project title and number 1
3. Contractor identification 2
4. The names of: 3
a. Contractor 4
b. Supplier 5
c. Manufacturer 6
5. Identification of the product, with the Specification Section number, page and 7
paragraph(s) 8
6. Field dimensions, clearly identified as such 9
7. Relation to adjacent or critical features of the Work or materials 10
8. Applicable standards, such as ASTM or Federal Specification numbers 11
9. Identification by highlighting of deviations from Contract Documents 12
10. Identification by highlighting of revisions on resubmittals 13
11. An 8-inch x 3-inch blank space for Contractor and City stamps 14
F. Shop Drawings 15
1. As specified in individual Work Sections includes, but is not necessarily limited to: 16
a. Custom-prepared data such as fabrication and erection/installation (working) 17
drawings 18
b. Scheduled information 19
c. Setting diagrams 20
d. Actual shopwork manufacturing instructions 21
e. Custom templates 22
f. Special wiring diagrams 23
g. Coordination drawings 24
h. Individual system or equipment inspection and test reports including: 25
1) Performance curves and certifications 26
i. As applicable to the Work 27
2. Details 28
a. Relation of the various parts to the main members and lines of the structure 29
b. Where correct fabrication of the Work depends upon field measurements 30
1) Provide such measurements and note on the drawings prior to submitting 31
for approval. 32
G. Product Data 33
1. For submittals of product data for products included on the City’s Standard Product 34
List, clearly identify each item selected for use on the Project. 35
2. For submittals of product data for products not included on the City’s Standard 36
Product List, submittal data may include, but is not necessarily limited to: 37
a. Standard prepared data for manufactured products (sometimes referred to as 38
catalog data) 39
1) Such as the manufacturer's product specification and installation 40
instructions 41
2) Availability of colors and patterns 42
3) Manufacturer's printed statements of compliances and applicability 43
4) Roughing-in diagrams and templates 44
5) Catalog cuts 45
6) Product photographs 46
01 33 00 - 4
DAP SUBMITTALS
Page 4 of 8
CITY OF FORT WORTH Rockbrook Master Infrastructure
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS City Project No. 105383
Revised August 30, 2013
7) Standard wiring diagrams 1
8) Printed performance curves and operational-range diagrams 2
9) Production or quality control inspection and test reports and certifications 3
10) Mill reports 4
11) Product operating and maintenance instructions and recommended 5
spare-parts listing and printed product warranties 6
12) As applicable to the Work 7
H. Samples 8
1. As specified in individual Sections, include, but are not necessarily limited to: 9
a. Physical examples of the Work such as: 10
1) Sections of manufactured or fabricated Work 11
2) Small cuts or containers of materials 12
3) Complete units of repetitively used products color/texture/pattern swatches 13
and range sets 14
4) Specimens for coordination of visual effect 15
5) Graphic symbols and units of Work to be used by the City for independent 16
inspection and testing, as applicable to the Work 17
I. Do not start Work requiring a shop drawing, sample or product data nor any material to 18
be fabricated or installed prior to the approval or qualified approval of such item. 19
1. Fabrication performed, materials purchased or on-site construction accomplished 20
which does not conform to approved shop drawings and data is at the Contractor's 21
risk. 22
2. The City will not be liable for any expense or delay due to corrections or remedies 23
required to accomplish conformity. 24
3. Complete project Work, materials, fabrication, and installations in conformance 25
with approved shop drawings, applicable samples, and product data. 26
J. Submittal Distribution 27
1. Electronic Distribution 28
a. Confirm development of Project directory for electronic submittals to be 29
uploaded to City’s Buzzsaw site, or another external FTP site approved by the 30
City. 31
b. Shop Drawings 32
1) Upload submittal to designated project directory and notify appropriate 33
City representatives via email of submittal posting. 34
2) Hard Copies 35
a) 3 copies for all submittals 36
b) If Contractor requires more than 1 hard copy of Shop Drawings 37
returned, Contractor shall submit more than the number of copies listed 38
above. 39
c. Product Data 40
1) Upload submittal to designated project directory and notify appropriate 41
City representatives via email of submittal posting. 42
2) Hard Copies 43
a) 3 copies for all submittals 44
d. Samples 45
1) Distributed to the Project Representative 46
2. Hard Copy Distribution (if required in lieu of electronic distribution) 47
01 33 00 - 5
DAP SUBMITTALS
Page 5 of 8
CITY OF FORT WORTH Rockbrook Master Infrastructure
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS City Project No. 105383
Revised August 30, 2013
a. Shop Drawings 1
1) Distributed to the City 2
2) Copies 3
a) 8 copies for mechanical submittals 4
b) 7 copies for all other submittals 5
c) If Contractor requires more than 3 copies of Shop Drawings returned, 6
Contractor shall submit more than the number of copies listed above. 7
b. Product Data 8
1) Distributed to the City 9
2) Copies 10
a) 4 copies 11
c. Samples 12
1) Distributed to the Project Representative 13
2) Copies 14
a) Submit the number stated in the respective Specification Sections. 15
3. Distribute reproductions of approved shop drawings and copies of approved 16
product data and samples, where required, to the job site file and elsewhere as 17
directed by the City. 18
a. Provide number of copies as directed by the City but not exceeding the number 19
previously specified. 20
K. Submittal Review 21
1. The review of shop drawings, data and samples will be for general conformance 22
with the design concept and Contract Documents. This is not to be construed as: 23
a. Permitting any departure from the Contract requirements 24
b. Relieving the Contractor of responsibility for any errors, including details, 25
dimensions, and materials 26
c. Approving departures from details furnished by the City, except as otherwise 27
provided herein 28
2. The review and approval of shop drawings, samples or product data by the City 29
does not relieve the Contractor from his/her responsibility with regard to the 30
fulfillment of the terms of the Contract. 31
a. All risks of error and omission are assumed by the Contractor, and the City will 32
have no responsibility therefore. 33
3. The Contractor remains responsible for details and accuracy, for coordinating the 34
Work with all other associated work and trades, for selecting fabrication processes, 35
for techniques of assembly and for performing Work in a safe manner. 36
4. If the shop drawings, data or samples as submitted describe variations and show a 37
departure from the Contract requirements which City finds to be in the interest of 38
the City and to be so minor as not to involve a change in Contract Price or time for 39
performance, the City may return the reviewed drawings without noting an 40
exception. 41
5. Submittals will be returned to the Contractor under 1 of the following codes: 42
a. Code 1 43
1) "NO EXCEPTIONS TAKEN" is assigned when there are no notations or 44
comments on the submittal. 45
a) When returned under this code the Contractor may release the 46
equipment and/or material for manufacture. 47
b. Code 2 48
01 33 00 - 6
DAP SUBMITTALS
Page 6 of 8
CITY OF FORT WORTH Rockbrook Master Infrastructure
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS City Project No. 105383
Revised August 30, 2013
1) "EXCEPTIONS NOTED". This code is assigned when a confirmation of 1
the notations and comments IS NOT required by the Contractor. 2
a) The Contractor may release the equipment or material for manufacture; 3
however, all notations and comments must be incorporated into the 4
final product. 5
c. Code 3 6
1) "EXCEPTIONS NOTED/RESUBMIT". This combination of codes is 7
assigned when notations and comments are extensive enough to require a 8
resubmittal of the package. 9
a) The Contractor may release the equipment or material for manufacture; 10
however, all notations and comments must be incorporated into the 11
final product. 12
b) This resubmittal is to address all comments, omissions and 13
non-conforming items that were noted. 14
c) Resubmittal is to be received by the City within 15 Calendar Days of 15
the date of the City's transmittal requiring the resubmittal. 16
d. Code 4 17
1) "NOT APPROVED" is assigned when the submittal does not meet the 18
intent of the Contract Documents. 19
a) The Contractor must resubmit the entire package revised to bring the 20
submittal into conformance. 21
b) It may be necessary to resubmit using a different manufacturer/vendor 22
to meet the Contract Documents. 23
6. Resubmittals 24
a. Handled in the same manner as first submittals 25
1) Corrections other than requested by the City 26
2) Marked with revision triangle or other similar method 27
a) At Contractor’s risk if not marked 28
b. Submittals for each item will be reviewed no more than twice at the City’s 29
expense. 30
1) All subsequent reviews will be performed at times convenient to the City 31
and at the Contractor's expense, based on the City's or City 32
Representative’s then prevailing rates. 33
2) Provide Contractor reimbursement to the City within 30 Calendar Days for 34
all such fees invoiced by the City. 35
c. The need for more than 1 resubmission or any other delay in obtaining City's 36
review of submittals, will not entitle the Contractor to an extension of Contract 37
Time. 38
7. Partial Submittals 39
a. City reserves the right to not review submittals deemed partial, at the City’s 40
discretion. 41
b. Submittals deemed by the City to be not complete will be returned to the 42
Contractor, and will be considered "Not Approved" until resubmitted. 43
c. The City may at its option provide a list or mark the submittal directing the 44
Contractor to the areas that are incomplete. 45
8. If the Contractor considers any correction indicated on the shop drawings to 46
constitute a change to the Contract Documents, then written notice must be 47
provided thereof to the Developer at least 7 Calendar Days prior to release for 48
manufacture. 49
01 33 00 - 7
DAP SUBMITTALS
Page 7 of 8
CITY OF FORT WORTH Rockbrook Master Infrastructure
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS City Project No. 105383
Revised August 30, 2013
9. When the shop drawings have been completed to the satisfaction of the City, the 1
Contractor may carry out the construction in accordance therewith and no further 2
changes therein except upon written instructions from the City. 3
10. Each submittal, appropriately coded, will be returned within 30 Calendar Days 4
following receipt of submittal by the City. 5
L. Mock ups 6
1. Mock Up units as specified in individual Sections, include, but are not necessarily 7
limited to, complete units of the standard of acceptance for that type of Work to be 8
used on the Project. Remove at the completion of the Work or when directed. 9
M. Qualifications 10
1. If specifically required in other Sections of these Specifications, submit a P.E. 11
Certification for each item required. 12
N. Request for Information (RFI) 13
1. Contractor Request for additional information 14
a. Clarification or interpretation of the contract documents 15
b. When the Contractor believes there is a conflict between Contract Documents 16
c. When the Contractor believes there is a conflict between the Drawings and 17
Specifications 18
1) Identify the conflict and request clarification 19
2. Sufficient information shall be attached to permit a written response without further 20
information. 21
22
23
24
25
1.5 SUBMITTALS [NOT USED] 26
1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 27
1.7 CLOSEOUT SUBMITTALS [NOT USED] 28
1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 29
1.9 QUALITY ASSURANCE [NOT USED] 30
1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 31
1.11 FIELD [SITE] CONDITIONS [NOT USED] 32
1.12 WARRANTY [NOT USED] 33
01 33 00 - 8
DAP SUBMITTALS
Page 8 of 8
CITY OF FORT WORTH Rockbrook Master Infrastructure
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS City Project No. 105383
Revised August 30, 2013
PART 2 - PRODUCTS [NOT USED] 1
PART 3 - EXECUTION [NOT USED] 2
END OF SECTION 3
4
Revision Log
DATE NAME SUMMARY OF CHANGE
12/20/2012 D. Johnson 1.4.K.8. Working Days modified to Calendar Days
5
01 35 13 - 1
DAP SPECIAL PROJECT PROCEDURES
Page 1 of 7
CITY OF FORT WORTH Rockbrook Master Infrastructure
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS City Project No. 105383
Revised August, 30, 2013
SECTION 01 35 13 1
SPECIAL PROJECT PROCEDURES 2
PART 1 - GENERAL 3
1.1 SUMMARY 4
A. Section Includes: 5
1. The procedures for special project circumstances that includes, but is not limited to: 6
a. Coordination with the Texas Department of Transportation 7
b. Work near High Voltage Lines 8
c. Confined Space Entry Program 9
d. Air Pollution Watch Days 10
e. Use of Explosives, Drop Weight, Etc. 11
f. Water Department Notification 12
g. Public Notification Prior to Beginning Construction 13
h. Coordination with United States Army Corps of Engineers 14
i. Coordination within Railroad permits areas 15
j. Dust Control 16
k. Employee Parking 17
18
B. Deviations from this City of Fort Worth Standard Specification 19
1. None. 20
C. Related Specification Sections include, but are not necessarily limited to: 21
1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract 22
2. Division 1 – General Requirements 23
3. Section 33 12 25 – Connection to Existing Water Mains 24
25
1.2 REFERENCES 26
A. Reference Standards 27
1. Reference standards cited in this Specification refer to the current reference 28
standard published at the time of the latest revision date logged at the end of this 29
Specification, unless a date is specifically cited. 30
2. Health and Safety Code, Title 9. Safety, Subtitle A. Public Safety, Chapter 752. 31
High Voltage Overhead Lines. 32
3. North Central Texas Council of Governments (NCTCOG) – Clean Construction 33
Specification 34
1.3 ADMINISTRATIVE REQUIREMENTS 35
A. Coordination with the Texas Department of Transportation 36
1. When work in the right-of-way which is under the jurisdiction of the Texas 37
Department of Transportation (TxDOT): 38
a. Notify the Texas Department of Transportation prior to commencing any work 39
therein in accordance with the provisions of the permit 40
01 35 13 - 2
DAP SPECIAL PROJECT PROCEDURES
Page 2 of 7
CITY OF FORT WORTH Rockbrook Master Infrastructure
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS City Project No. 105383
Revised August, 30, 2013
b. All work performed in the TxDOT right-of-way shall be performed in 1
compliance with and subject to approval from the Texas Department of 2
Transportation 3
B. Work near High Voltage Lines 4
1. Regulatory Requirements 5
a. All Work near High Voltage Lines (more than 600 volts measured between 6
conductors or between a conductor and the ground) shall be in accordance with 7
Health and Safety Code, Title 9, Subtitle A, Chapter 752. 8
2. Warning sign 9
a. Provide sign of sufficient size meeting all OSHA requirements. 10
3. Equipment operating within 10 feet of high voltage lines will require the following 11
safety features 12
a. Insulating cage-type of guard about the boom or arm 13
b. Insulator links on the lift hook connections for back hoes or dippers 14
c. Equipment must meet the safety requirements as set forth by OSHA and the 15
safety requirements of the owner of the high voltage lines 16
4. Work within 6 feet of high voltage electric lines 17
a. Notification shall be given to: 18
1) The power company (example: ONCOR) 19
a) Maintain an accurate log of all such calls to power company and record 20
action taken in each case. 21
b. Coordination with power company 22
1) After notification coordinate with the power company to: 23
a) Erect temporary mechanical barriers, de-energize the lines, or raise or 24
lower the lines 25
c. No personnel may work within 6 feet of a high voltage line before the above 26
requirements have been met. 27
C. Confined Space Entry Program 28
1. Provide and follow approved Confined Space Entry Program in accordance with 29
OSHA requirements. 30
2. Confined Spaces include: 31
a. Manholes 32
b. All other confined spaces in accordance with OSHA’s Permit Required for 33
Confined Spaces 34
D. Use of Explosives, Drop Weight, Etc. 35
1. When Contract Documents permit on the project the following will apply: 36
a. Public Notification 37
1) Submit notice to City and proof of adequate insurance coverage, 24 hours 38
prior to commencing. 39
2) Minimum 24 hour public notification in accordance with Section 01 31 13 40
E. Water Department Coordination 41
1. During the construction of this project, it will be necessary to deactivate, for a 42
period of time, existing lines. The Contractor shall be required to coordinate with 43
the Water Department to determine the best times for deactivating and activating 44
those lines. 45
01 35 13 - 3
DAP SPECIAL PROJECT PROCEDURES
Page 3 of 7
CITY OF FORT WORTH Rockbrook Master Infrastructure
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS City Project No. 105383
Revised August, 30, 2013
2. Coordinate any event that will require connecting to or the operation of an existing 1
City water line system with the City’s representative. 2
a. Coordination shall be in accordance with Section 33 12 25. 3
b. If needed, obtain a hydrant water meter from the Water Department for use 4
during the life of named project. 5
c. In the event that a water valve on an existing live system be turned off and on 6
to accommodate the construction of the project is required, coordinate this 7
activity through the appropriate City representative. 8
1) Do not operate water line valves of existing water system. 9
a) Failure to comply will render the Contractor in violation of Texas Penal 10
Code Title 7, Chapter 28.03 (Criminal Mischief) and the Contractor 11
will be prosecuted to the full extent of the law. 12
b) In addition, the Contractor will assume all liabilities and 13
responsibilities as a result of these actions. 14
F. Public Notification Prior to Beginning Construction 15
1. Prior to beginning construction on any block in the project, on a block by block 16
basis, prepare and deliver a notice or flyer of the pending construction to the front 17
door of each residence or business that will be impacted by construction. The notice 18
shall be prepared as follows: 19
a. Post notice or flyer 7 days prior to beginning any construction activity on each 20
block in the project area. 21
1) Prepare flyer on the Contractor’s letterhead and include the following 22
information: 23
a) Name of Project 24
b) City Project No (CPN) 25
c) Scope of Project (i.e. type of construction activity) 26
d) Actual construction duration within the block 27
e) Name of the contractor’s foreman and phone number 28
f) Name of the City’s inspector and phone number 29
g) City’s after-hours phone number 30
2) A sample of the ‘pre-construction notification’ flyer is attached as Exhibit 31
A. 32
3) Submit schedule showing the construction start and finish time for each 33
block of the project to the inspector. 34
4) Deliver flyer to the City Inspector for review prior to distribution. 35
b. No construction will be allowed to begin on any block until the flyer is 36
delivered to all residents of the block. 37
G. Public Notification of Temporary Water Service Interruption during Construction 38
1. In the event it becomes necessary to temporarily shut down water service to 39
residents or businesses during construction, prepare and deliver a notice or flyer of 40
the pending interruption to the front door of each affected resident. 41
2. Prepared notice as follows: 42
a. The notification or flyer shall be posted 24 hours prior to the temporary 43
interruption. 44
b. Prepare flyer on the contractor’s letterhead and include the following 45
information: 46
1) Name of the project 47
2) City Project Number 48
01 35 13 - 4
DAP SPECIAL PROJECT PROCEDURES
Page 4 of 7
CITY OF FORT WORTH Rockbrook Master Infrastructure
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS City Project No. 105383
Revised August, 30, 2013
3) Date of the interruption of service 1
4) Period the interruption will take place 2
5) Name of the contractor’s foreman and phone number 3
6) Name of the City’s inspector and phone number 4
c. A sample of the temporary water service interruption notification is attached as 5
Exhibit B. 6
d. Deliver a copy of the temporary interruption notification to the City inspector 7
for review prior to being distributed. 8
e. No interruption of water service can occur until the flyer has been delivered to 9
all affected residents and businesses. 10
f. Electronic versions of the sample flyers can be obtained from the Project 11
Construction Inspector. 12
H. Coordination with United States Army Corps of Engineers (USACE) 13
1. At locations in the Project where construction activities occur in areas where 14
USACE permits are required, meet all requirements set forth in each designated 15
permit. 16
I. Coordination within Railroad Permit Areas 17
1. At locations in the project where construction activities occur in areas where 18
railroad permits are required, meet all requirements set forth in each designated 19
railroad permit. This includes, but is not limited to, provisions for: 20
a. Flagmen 21
b. Inspectors 22
c. Safety training 23
d. Additional insurance 24
e. Insurance certificates 25
f. Other employees required to protect the right-of-way and property of the 26
Railroad Company from damage arising out of and/or from the construction of 27
the project. Proper utility clearance procedures shall be used in accordance 28
with the permit guidelines. 29
2. Obtain any supplemental information needed to comply with the railroad’s 30
requirements. 31
J. Dust Control 32
1. Use acceptable measures to control dust at the Site. 33
a. If water is used to control dust, capture and properly dispose of waste water. 34
b. If wet saw cutting is performed, capture and properly dispose of slurry. 35
K. Employee Parking 36
1. Provide parking for employees at locations approved by the City. 37
01 35 13 - 5
DAP SPECIAL PROJECT PROCEDURES
Page 5 of 7
CITY OF FORT WORTH Rockbrook Master Infrastructure
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS City Project No. 105383
Revised August, 30, 2013
1.4 SUBMITTALS [NOT USED] 1
1.5 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 2
1.6 CLOSEOUT SUBMITTALS [NOT USED] 3
1.7 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 4
1.8 QUALITY ASSURANCE [NOT USED] 5
1.9 DELIVERY, STORAGE, AND HANDLING [NOT USED] 6
1.10 FIELD [SITE] CONDITIONS [NOT USED] 7
1.11 WARRANTY [NOT USED] 8
PART 2 - PRODUCTS [NOT USED] 9
PART 3 - EXECUTION [NOT USED] 10
END OF SECTION 11
12
Revision Log
DATE NAME SUMMARY OF CHANGE
8/31/2012 D. Johnson
1.3.B – Added requirement of compliance with Health and Safety Code, Title 9.
Safety, Subtitle A. Public Safety, Chapter 752. High Voltage Overhead Lines.
13
01 35 13 - 6
DAP SPECIAL PROJECT PROCEDURES
Page 6 of 7
CITY OF FORT WORTH Rockbrook Master Infrastructure
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS City Project No. 105383
Revised August, 30, 2013
EXHIBIT A 1
(To be printed on Contractor’s Letterhead) 2
3
4
5
Date: 6
7
CPN No.: 8
Project Name: 9
Mapsco Location: 10
Limits of Construction: 11
12
13
14 15
16
THIS IS TO INFORM YOU THAT UNDER A CONTRACT WITH THE CITY OF FORT 17
WORTH, OUR COMPANY WILL WORK ON UTILITY LINES ON OR AROUND YOUR 18
PROPERTY. 19
20
CONSTRUCTION WILL BEGIN APPROXIMATELY SEVEN DAYS FROM THE DATE 21
OF THIS NOTICE. 22
23
IF YOU HAVE QUESTIONS ABOUT ACCESS, SECURITY, SAFETY OR ANY OTHER 24
ISSUE, PLEASE CALL: 25
26
27
Mr. <CONTRACTOR’S SUPERINTENDENT> AT <TELEPHONE NO.> 28
29
OR 30
31
Mr. <CITY INSPECTOR> AT < TELEPHONE NO.> 32
33
AFTER 4:30 PM OR ON WEEKENDS, PLEASE CALL (817) 392 8306 34
35
PLEASE KEEP THIS FLYER HANDY WHEN YOU CALL 36
37
01 35 13 - 7
DAP SPECIAL PROJECT PROCEDURES
Page 7 of 7
CITY OF FORT WORTH Rockbrook Master Infrastructure
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS City Project No. 105383
Revised August, 30, 2013
EXHIBIT B 1
2
3
4
01 45 23 - 1
DAP TESTING AND INSPECTION SERVICES
Page 1 of 2
CITY OF FORT WORTH Rockbrook Master Infrastructure
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS City Project No. 105383
Revised March 20, 2020
SECTION 01 45 23 1
TESTING AND INSPECTION SERVICES 2
PART 1 - GENERAL 3
1.1 SUMMARY 4
A. Section Includes: 5
1. Testing and inspection services procedures and coordination 6
B. Deviations from this City of Fort Worth Standard Specification 7
1. None. 8
C. Related Specification Sections include, but are not necessarily limited to: 9
1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract 10
2. Division 1 – General Requirements 11
1.2 PRICE AND PAYMENT PROCEDURES 12
A. Measurement and Payment 13
1. Work associated with this Item is considered subsidiary to the various Items bid. 14
No separate payment will be allowed for this Item. 15
a. Contractor is responsible for performing, coordinating, and payment of all 16
Quality Control testing. 17
b. City is responsible for performing and payment for first set of Quality 18
Assurance testing. 19
1) If the first Quality Assurance test performed by the City fails, the 20
Contractor is responsible for payment of subsequent Quality Assurance 21
testing until a passing test occurs. 22
a) Final acceptance will not be issued by City until all required payments 23
for testing by Contractor have been paid in full. 24
1.3 REFERENCES [NOT USED] 25
1.4 ADMINISTRATIVE REQUIREMENTS 26
A. Testing 27
1. Complete testing in accordance with the Contract Documents. 28
2. Coordination 29
a. When testing is required to be performed by the City, notify City, sufficiently 30
in advance, when testing is needed. 31
b. When testing is required to be completed by the Contractor, notify City, 32
sufficiently in advance, that testing will be performed. 33
3. Distribution of Testing Reports 34
a. Electronic Distribution 35
1) Confirm development of Project directory for electronic submittals to be 36
uploaded to the City’s document management system, or another form of 37
distribution approved by the City. 38
01 45 23 - 2
DAP TESTING AND INSPECTION SERVICES
Page 2 of 2
CITY OF FORT WORTH Rockbrook Master Infrastructure
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS City Project No. 105383
Revised March 20, 2020
2) Upload test reports to designated project directory and notify appropriate 1
City representatives via email of submittal posting. 2
3) Hard Copies 3
a) 1 copy for all submittals submitted to the Project Representative 4
b. Hard Copy Distribution (if required in lieu of electronic distribution) 5
1) Tests performed by City 6
a) Distribute 1 hard copy to the Contractor 7
2) Tests performed by the Contractor 8
a) Distribute 3 hard copies to City’s Project Representative 9
4. Provide City’s Project Representative with trip tickets for each delivered load of 10
Concrete or Lime material including the following information: 11
a. Name of pit 12
b. Date of delivery 13
c. Material delivered 14
B. Inspection 15
1. Inspection or lack of inspection does not relieve the Contractor from obligation to 16
perform work in accordance with the Contract Documents. 17
1.5 SUBMITTALS [NOT USED] 18
1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 19
1.7 CLOSEOUT SUBMITTALS [NOT USED] 20
1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 21
1.9 QUALITY ASSURANCE [NOT USED] 22
1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 23
1.11 FIELD [SITE] CONDITIONS [NOT USED] 24
1.12 WARRANTY [NOT USED] 25
PART 2 - PRODUCTS [NOT USED] 26
PART 3 - EXECUTION [NOT USED] 27
END OF SECTION 28
29
Revision Log
DATE NAME SUMMARY OF CHANGE
03/20/2020 D.V. Magaña Removed reference to Buzzsaw and noted that electronic submittals be uploaded
through the City’s document management system.
30
01 50 00 - 1
DAP TEMPORARY FACILITIES AND CONTROLS
Page 1 of 4
CITY OF FORT WORTH Rockbrook Master Infrastructure
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS City Project No. 105383
Revised JULY 1, 2011
SECTION 01 50 00 1
TEMPORARY FACILITIES AND CONTROLS 2
PART 1 - GENERAL 3
1.1 SUMMARY 4
A. Section Includes: 5
1. Provide temporary facilities and controls needed for the Work including, but not 6
necessarily limited to: 7
a. Temporary utilities 8
b. Sanitary facilities 9
c. Storage Sheds and Buildings 10
d. Dust control 11
e. Temporary fencing of the construction site 12
B. Deviations from this City of Fort Worth Standard Specification 13
1. None. 14
C. Related Specification Sections include, but are not necessarily limited to: 15
1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract 16
2. Division 1 – General Requirements 17
1.2 PRICE AND PAYMENT PROCEDURES 18
A. Measurement and Payment 19
1. Work associated with this Item is considered subsidiary to the various Items bid. 20
No separate payment will be allowed for this Item. 21
1.3 REFERENCES [NOT USED] 22
1.4 ADMINISTRATIVE REQUIREMENTS 23
A. Temporary Utilities 24
1. Obtaining Temporary Service 25
a. Make arrangements with utility service companies for temporary services. 26
b. Abide by rules and regulations of utility service companies or authorities 27
having jurisdiction. 28
c. Be responsible for utility service costs until Work is approved for Final 29
Acceptance. 30
1) Included are fuel, power, light, heat and other utility services necessary for 31
execution, completion, testing and initial operation of Work. 32
2. Water 33
a. Contractor to provide water required for and in connection with Work to be 34
performed and for specified tests of piping, equipment, devices or other use as 35
required for the completion of the Work. 36
b. Provide and maintain adequate supply of potable water for domestic 37
consumption by Contractor personnel and City’s Project Representatives. 38
c. Coordination 39
1) Contact City 1 week before water for construction is desired 40
01 50 00 - 2
DAP TEMPORARY FACILITIES AND CONTROLS
Page 2 of 4
CITY OF FORT WORTH Rockbrook Master Infrastructure
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS City Project No. 105383
Revised JULY 1, 2011
d. Contractor Payment for Construction Water 1
1) Obtain construction water meter from City for payment as billed by City’s 2
established rates. 3
3. Electricity and Lighting 4
a. Provide and pay for electric powered service as required for Work, including 5
testing of Work. 6
1) Provide power for lighting, operation of equipment, or other use. 7
b. Electric power service includes temporary power service or generator to 8
maintain operations during scheduled shutdown. 9
4. Telephone 10
a. Provide emergency telephone service at Site for use by Contractor personnel 11
and others performing work or furnishing services at Site. 12
5. Temporary Heat and Ventilation 13
a. Provide temporary heat as necessary for protection or completion of Work. 14
b. Provide temporary heat and ventilation to assure safe working conditions. 15
B. Sanitary Facilities 16
1. Provide and maintain sanitary facilities for persons on Site. 17
a. Comply with regulations of State and local departments of health. 18
2. Enforce use of sanitary facilities by construction personnel at job site. 19
a. Enclose and anchor sanitary facilities. 20
b. No discharge will be allowed from these facilities. 21
c. Collect and store sewage and waste so as not to cause nuisance or health 22
problem. 23
d. Haul sewage and waste off-site at no less than weekly intervals and properly 24
dispose in accordance with applicable regulation. 25
3. Locate facilities near Work Site and keep clean and maintained throughout Project. 26
4. Remove facilities at completion of Project 27
C. Storage Sheds and Buildings 28
1. Provide adequately ventilated, watertight, weatherproof storage facilities with floor 29
above ground level for materials and equipment susceptible to weather damage. 30
2. Storage of materials not susceptible to weather damage may be on blocks off 31
ground. 32
3. Store materials in a neat and orderly manner. 33
a. Place materials and equipment to permit easy access for identification, 34
inspection and inventory. 35
4. Equip building with lockable doors and lighting, and provide electrical service for 36
equipment space heaters and heating or ventilation as necessary to provide storage 37
environments acceptable to specified manufacturers. 38
5. Fill and grade site for temporary structures to provide drainage away from 39
temporary and existing buildings. 40
6. Remove building from site prior to Final Acceptance. 41
D. Temporary Fencing 42
1. Provide and maintain for the duration or construction when required in contract 43
documents 44
E. Dust Control 45
01 50 00 - 3
DAP TEMPORARY FACILITIES AND CONTROLS
Page 3 of 4
CITY OF FORT WORTH Rockbrook Master Infrastructure
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS City Project No. 105383
Revised JULY 1, 2011
1. Contractor is responsible for maintaining dust control through the duration of the 1
project. 2
a. Contractor remains on-call at all times 3
b. Must respond in a timely manner 4
F. Temporary Protection of Construction 5
1. Contractor or subcontractors are responsible for protecting Work from damage due 6
to weather. 7
1.5 SUBMITTALS [NOT USED] 8
1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 9
1.7 CLOSEOUT SUBMITTALS [NOT USED] 10
1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 11
1.9 QUALITY ASSURANCE [NOT USED] 12
1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 13
1.11 FIELD [SITE] CONDITIONS [NOT USED] 14
1.12 WARRANTY [NOT USED] 15
PART 2 - PRODUCTS [NOT USED] 16
PART 3 - EXECUTION [NOT USED] 17
3.1 INSTALLERS [NOT USED] 18
3.2 EXAMINATION [NOT USED] 19
3.3 PREPARATION [NOT USED] 20
3.4 INSTALLATION 21
A. Temporary Facilities 22
1. Maintain all temporary facilities for duration of construction activities as needed. 23
3.5 [REPAIR] / [RESTORATION] 24
3.6 RE-INSTALLATION 25
3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 26
3.8 SYSTEM STARTUP [NOT USED] 27
3.9 ADJUSTING [NOT USED] 28
3.10 CLEANING [NOT USED] 29
3.11 CLOSEOUT ACTIVITIES 30
A. Temporary Facilities 31
01 50 00 - 4
DAP TEMPORARY FACILITIES AND CONTROLS
Page 4 of 4
CITY OF FORT WORTH Rockbrook Master Infrastructure
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS City Project No. 105383
Revised JULY 1, 2011
1. Remove all temporary facilities and restore area after completion of the Work, to a 1
condition equal to or better than prior to start of Work. 2
3.12 PROTECTION [NOT USED] 3
3.13 MAINTENANCE [NOT USED] 4
3.14 ATTACHMENTS [NOT USED] 5
END OF SECTION 6
7
Revision Log
DATE NAME SUMMARY OF CHANGE
8
01 55 26 - 1
DAP STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL
Page 1 of 3
CITY OF FORT WORTH Rockbrook Master Infrastructure
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS City Project No. 105383
Revised July 1, 2011
SECTION 01 55 26 1
STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL 2
PART 1 - GENERAL 3
1.1 SUMMARY 4
A. Section Includes: 5
1. Administrative procedures for: 6
a. Street Use Permit 7
b. Modification of approved traffic control 8
c. Removal of Street Signs 9
B. Deviations from this City of Fort Worth Standard Specification 10
1. None. 11
C. Related Specification Sections include, but are not necessarily limited to: 12
1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract 13
2. Division 1 – General Requirements 14
3. Section 34 71 13 – Traffic Control 15
1.2 PRICE AND PAYMENT PROCEDURES 16
A. Measurement and Payment 17
1. Work associated with this Item is considered subsidiary to the various Items bid. 18
No separate payment will be allowed for this Item. 19
1.3 REFERENCES 20
A. Reference Standards 21
1. Reference standards cited in this specification refer to the current reference standard 22
published at the time of the latest revision date logged at the end of this 23
specification, unless a date is specifically cited. 24
2. Texas Manual on Uniform Traffic Control Devices (TMUTCD). 25
1.4 ADMINISTRATIVE REQUIREMENTS 26
A. Traffic Control 27
1. General 28
a. When traffic control plans are included in the Drawings, provide Traffic 29
Control in accordance with Drawings and Section 34 71 13. 30
b. When traffic control plans are not included in the Drawings, prepare traffic 31
control plans in accordance with Section 34 71 13 and submit to City for 32
review. 33
1) Allow minimum 10 working days for review of proposed Traffic Control. 34
B. Street Use Permit 35
1. Prior to installation of Traffic Control, a City Street Use Permit is required. 36
a. To obtain Street Use Permit, submit Traffic Control Plans to City 37
Transportation and Public Works Department. 38
01 55 26 - 2
DAP STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL
Page 2 of 3
CITY OF FORT WORTH Rockbrook Master Infrastructure
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS City Project No. 105383
Revised July 1, 2011
1) Allow a minimum of 5 working days for permit review. 1
2) Contractor’s responsibility to coordinate review of Traffic Control plans for 2
Street Use Permit, such that construction is not delayed. 3
C. Modification to Approved Traffic Control 4
1. Prior to installation traffic control: 5
a. Submit revised traffic control plans to City Department Transportation and 6
Public Works Department. 7
1) Revise Traffic Control plans in accordance with Section 34 71 13. 8
2) Allow minimum 5 working days for review of revised Traffic Control. 9
3) It is the Contractor’s responsibility to coordinate review of Traffic Control 10
plans for Street Use Permit, such that construction is not delayed. 11
D. Removal of Street Sign 12
1. If it is determined that a street sign must be removed for construction, then contact 13
City Transportation and Public Works Department, Signs and Markings Division to 14
remove the sign. 15
E. Temporary Signage 16
1. In the case of regulatory signs, replace permanent sign with temporary sign meeting 17
requirements of the latest edition of the Texas Manual on Uniform Traffic Control 18
Devices (MUTCD). 19
2. Install temporary sign before the removal of permanent sign. 20
3. When construction is complete, to the extent that the permanent sign can be 21
reinstalled, contact the City Transportation and Public Works Department, Signs 22
and Markings Division, to reinstall the permanent sign. 23
F. Traffic Control Standards 24
1. Traffic Control Standards can be found on the City’s Buzzsaw website. 25
1.5 SUBMITTALS [NOT USED] 26
1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 27
1.7 CLOSEOUT SUBMITTALS [NOT USED] 28
1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 29
1.9 QUALITY ASSURANCE [NOT USED] 30
1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 31
1.11 FIELD [SITE] CONDITIONS [NOT USED] 32
1.12 WARRANTY [NOT USED] 33
PART 2 - PRODUCTS [NOT USED] 34
PART 3 - EXECUTION [NOT USED] 35
END OF SECTION 36
01 55 26 - 3
DAP STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL
Page 3 of 3
CITY OF FORT WORTH Rockbrook Master Infrastructure
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS City Project No. 105383
Revised July 1, 2011
1
Revision Log
DATE NAME SUMMARY OF CHANGE
2
01 57 13 - 1
DAP STORM WATER POLLUTION PREVENTION
Page 1 of 3
CITY OF FORT WORTH Rockbrook Master Infrastructure
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS City Project No. 105383
Revised July 1, 2011
SECTION 01 57 13 1
STORM WATER POLLUTION PREVENTION 2
PART 1 - GENERAL 3
1.1 SUMMARY 4
A. Section Includes: 5
1. Procedures for Storm Water Pollution Prevention Plans 6
B. Deviations from this City of Fort Worth Standard Specification 7
1. None. 8
C. Related Specification Sections include, but are not necessarily limited to: 9
1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the 10
Contract 11
2. Division 1 – General Requirements 12
3. Section 31 25 00 – Erosion and Sediment Control 13
1.2 PRICE AND PAYMENT PROCEDURES 14
A. Measurement and Payment 15
1. Construction Activities resulting in less than 1 acre of disturbance 16
a. Work associated with this Item is considered subsidiary to the various Items 17
bid. No separate payment will be allowed for this Item. 18
2. Construction Activities resulting in greater than 1 acre of disturbance 19
a. Measurement and Payment shall be in accordance with Section 31 25 00. 20
1.3 REFERENCES 21
A. Abbreviations and Acronyms 22
1. Notice of Intent: NOI 23
2. Notice of Termination: NOT 24
3. Storm Water Pollution Prevention Plan: SWPPP 25
4. Texas Commission on Environmental Quality: TCEQ 26
5. Notice of Change: NOC 27
A. Reference Standards 28
1. Reference standards cited in this Specification refer to the current reference 29
standard published at the time of the latest revision date logged at the end of this 30
Specification, unless a date is specifically cited. 31
2. Integrated Storm Management (iSWM) Technical Manual for Construction 32
Controls 33
1.4 ADMINISTRATIVE REQUIREMENTS 34
A. General 35
1. Contractor is responsible for resolution and payment of any fines issued associated 36
with compliance to Stormwater Pollution Prevention Plan. 37
01 57 13 - 2
DAP STORM WATER POLLUTION PREVENTION
Page 2 of 3
CITY OF FORT WORTH Rockbrook Master Infrastructure
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS City Project No. 105383
Revised July 1, 2011
B. Construction Activities resulting in: 1
1. Less than 1 acre of disturbance 2
a. Provide erosion and sediment control in accordance with Section 31 25 00 and 3
Drawings. 4
2. 1 to less than 5 acres of disturbance 5
a. Texas Pollutant Discharge Elimination System (TPDES) General Construction 6
Permit is required 7
b. Complete SWPPP in accordance with TCEQ requirements 8
1) TCEQ Small Construction Site Notice Required under general permit 9
TXR150000 10
a) Sign and post at job site 11
b) Prior to Preconstruction Meeting, send 1 copy to City Department of 12
Transportation and Public Works, Environmental Division, (817) 392-13
6088. 14
2) Provide erosion and sediment control in accordance with: 15
a) Section 31 25 00 16
b) The Drawings 17
c) TXR150000 General Permit 18
d) SWPPP 19
e) TCEQ requirements 20
3. 5 acres or more of Disturbance 21
a. Texas Pollutant Discharge Elimination System (TPDES) General Construction 22
Permit is required 23
b. Complete SWPPP in accordance with TCEQ requirements 24
1) Prepare a TCEQ NOI form and submit to TCEQ along with required fee 25
a) Sign and post at job site 26
b) Send copy to City Department of Transportation and Public Works, 27
Environmental Division, (817) 392-6088. 28
2) TCEQ Notice of Change required if making changes or updates to NOI 29
3) Provide erosion and sediment control in accordance with: 30
a) Section 31 25 00 31
b) The Drawings 32
c) TXR150000 General Permit 33
d) SWPPP 34
e) TCEQ requirements 35
4) Once the project has been completed and all the closeout requirements of 36
TCEQ have been met a TCEQ Notice of Termination can be submitted. 37
a) Send copy to City Department of Transportation and Public Works, 38
Environmental Division, (817) 392-6088. 39
1.5 SUBMITTALS 40
A. SWPPP 41
1. Submit in accordance with Section 01 33 00, except as stated herein. 42
a. Prior to the Preconstruction Meeting, submit a draft copy of SWPPP to the City 43
as follows: 44
1) 1 copy to the City Project Manager 45
a) City Project Manager will forward to the City Department of 46
Transportation and Public Works, Environmental Division for review 47
01 57 13 - 3
DAP STORM WATER POLLUTION PREVENTION
Page 3 of 3
CITY OF FORT WORTH Rockbrook Master Infrastructure
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS City Project No. 105383
Revised July 1, 2011
B. Modified SWPPP 1
1. If the SWPPP is revised during construction, resubmit modified SWPPP to the City 2
in accordance with Section 01 33 00. 3
1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 4
1.7 CLOSEOUT SUBMITTALS [NOT USED] 5
1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 6
1.9 QUALITY ASSURANCE [NOT USED] 7
1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 8
1.11 FIELD [SITE] CONDITIONS [NOT USED] 9
1.12 WARRANTY [NOT USED] 10
PART 2 - PRODUCTS [NOT USED] 11
PART 3 - EXECUTION [NOT USED] 12
END OF SECTION 13
14
Revision Log
DATE NAME SUMMARY OF CHANGE
15
01 60 00 - 1
DAP PRODUCT REQUIREMENTS
Page 1 of 2
CITY OF FORT WORTH Rockbrook Master Infrastructure
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS City Project No. 105383
Revised March 20, 2020
SECTION 01 60 00 1
PRODUCT REQUIREMENTS 2
PART 1 - GENERAL 3
1.1 SUMMARY 4
A. Section Includes: 5
1. References for Product Requirements and City Standard Products List 6
B. Deviations from this City of Fort Worth Standard Specification 7
1. None. 8
C. Related Specification Sections include, but are not necessarily limited to: 9
1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract 10
2. Division 1 – General Requirements 11
1.2 PRICE AND PAYMENT PROCEDURES [NOT USED] 12
1.3 REFERENCES [NOT USED] 13
1.4 ADMINISTRATIVE REQUIREMENTS 14
A. A list of City approved products for use is available through the City’s website at: 15
1. https://apps.fortworthtexas.gov/ProjectResources/ and following the directory path: 16
02 – Construction Documents\Standard Products List 17
B. Only products specifically included on City’s Standard Product List in these Contract 18
Documents shall be allowed for use on the Project. 19
1. Any subsequently approved products will only be allowed for use upon specific 20
approval by the City. 21
C. Any specific product requirements in the Contract Documents supersede similar 22
products included on the City’s Standard Product List. 23
1. The City reserves the right to not allow products to be used for certain projects even 24
though the product is listed on the City’s Standard Product List. 25
D. Although a specific product is included on City’s Standard Product List, not all 26
products from that manufacturer are approved for use, including but not limited to, that 27
manufacturer’s standard product. 28
E. See Section 01 33 00 for submittal requirements of Product Data included on City’s 29
Standard Product List. 30
1.5 SUBMITTALS [NOT USED] 31
1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 32
1.7 CLOSEOUT SUBMITTALS [NOT USED] 33
1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 34
1.9 QUALITY ASSURANCE [NOT USED] 35
01 60 00 - 2
DAP PRODUCT REQUIREMENTS
Page 2 of 2
CITY OF FORT WORTH Rockbrook Master Infrastructure
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS City Project No. 105383
Revised March 20, 2020
1
1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 2
1.11 FIELD [SITE] CONDITIONS [NOT USED] 3
1.12 WARRANTY [NOT USED] 4
PART 2 - PRODUCTS [NOT USED] 5
PART 3 - EXECUTION [NOT USED] 6
END OF SECTION 7
8
Revision Log
DATE NAME SUMMARY OF CHANGE
10/12/12 D. Johnson Modified Location of City’s Standard Product List
4/7/2014 M.Domenech Revised for DAP application
03/20/2020 D.V. Magaña Removed reference to Buzzsaw and noted that the City approved products list is
accessible through the City’s website.
9
01 66 00 - 1
DAP PRODUCT STORAGE AND HANDLING REQUIREMENTS
Page 1 of 4
CITY OF FORT WORTH Rockbrook Master Infrastructure
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS City Project No. 105383
Revised April 7, 2014
SECTION 01 66 00 1
PRODUCT STORAGE AND HANDLING REQUIREMENTS 2
PART 1 - GENERAL 3
1.1 SUMMARY 4
A. Section Includes: 5
1. Scheduling of product delivery 6
2. Packaging of products for delivery 7
3. Protection of products against damage from: 8
a. Handling 9
b. Exposure to elements or harsh environments 10
B. Deviations from this City of Fort Worth Standard Specification 11
1. None. 12
C. Related Specification Sections include, but are not necessarily limited to: 13
1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract 14
2. Division 1 – General Requirements 15
1.2 PRICE AND PAYMENT PROCEDURES 16
A. Measurement and Payment 17
1. Work associated with this Item is considered subsidiary to the various Items bid. 18
No separate payment will be allowed for this Item. 19
1.3 REFERENCES [NOT USED] 20
1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 21
1.5 SUBMITTALS [NOT USED] 22
1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 23
1.7 CLOSEOUT SUBMITTALS [NOT USED] 24
1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 25
1.9 QUALITY ASSURANCE [NOT USED] 26
1.10 DELIVERY AND HANDLING 27
A. Delivery Requirements 28
1. Schedule delivery of products or equipment as required to allow timely installation 29
and to avoid prolonged storage. 30
2. Provide appropriate personnel and equipment to receive deliveries. 31
3. Delivery trucks will not be permitted to wait extended periods of time on the Site 32
for personnel or equipment to receive the delivery. 33
01 66 00 - 2
DAP PRODUCT STORAGE AND HANDLING REQUIREMENTS
Page 2 of 4
CITY OF FORT WORTH Rockbrook Master Infrastructure
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS City Project No. 105383
Revised April 7, 2014
4. Deliver products or equipment in manufacturer's original unbroken cartons or other 1
containers designed and constructed to protect the contents from physical or 2
environmental damage. 3
5. Clearly and fully mark and identify as to manufacturer, item and installation 4
location. 5
6. Provide manufacturer's instructions for storage and handling. 6
B. Handling Requirements 7
1. Handle products or equipment in accordance with these Contract Documents and 8
manufacturer’s recommendations and instructions. 9
C. Storage Requirements 10
1. Store materials in accordance with manufacturer’s recommendations and 11
requirements of these Specifications. 12
2. Make necessary provisions for safe storage of materials and equipment. 13
a. Place loose soil materials and materials to be incorporated into Work to prevent 14
damage to any part of Work or existing facilities and to maintain free access at 15
all times to all parts of Work and to utility service company installations in 16
vicinity of Work. 17
3. Keep materials and equipment neatly and compactly stored in locations that will 18
cause minimum inconvenience to other contractors, public travel, adjoining owners, 19
tenants and occupants. 20
a. Arrange storage to provide easy access for inspection. 21
4. Restrict storage to areas available on construction site for storage of material and 22
equipment as shown on Drawings, or approved by City’s Project Representative. 23
5. Provide off-site storage and protection when on-site storage is not adequate. 24
a. Provide addresses of and access to off-site storage locations for inspection by 25
City’s Project Representative. 26
6. Do not use lawns, grass plots or other private property for storage purposes without 27
written permission of owner or other person in possession or control of premises. 28
7. Store in manufacturers’ unopened containers. 29
8. Neatly, safely and compactly stack materials delivered and stored along line of 30
Work to avoid inconvenience and damage to property owners and general public 31
and maintain at least 3 feet from fire hydrant. 32
9. Keep public and private driveways and street crossings open. 33
10. Repair or replace damaged lawns, sidewalks, streets or other improvements to 34
satisfaction of City’s Project Representative. 35
a. Total length which materials may be distributed along route of construction at 36
one time is 1,000 linear feet, unless otherwise approved in writing by City’s 37
Project Representative. 38
01 66 00 - 3
DAP PRODUCT STORAGE AND HANDLING REQUIREMENTS
Page 3 of 4
CITY OF FORT WORTH Rockbrook Master Infrastructure
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS City Project No. 105383
Revised April 7, 2014
1.11 FIELD [SITE] CONDITIONS [NOT USED] 1
1.12 WARRANTY [NOT USED] 2
PART 2 - PRODUCTS [NOT USED] 3
PART 3 - EXECUTION 4
3.1 INSTALLERS [NOT USED] 5
3.2 EXAMINATION [NOT USED] 6
3.3 PREPARATION [NOT USED] 7
3.4 ERECTION [NOT USED] 8
3.5 REPAIR / RESTORATION [NOT USED] 9
3.6 RE-INSTALLATION [NOT USED] 10
3.7 FIELD [OR] SITE QUALITY CONTROL 11
A. Tests and Inspections 12
1. Inspect all products or equipment delivered to the site prior to unloading. 13
B. Non-Conforming Work 14
1. Reject all products or equipment that are damaged, used or in any other way 15
unsatisfactory for use on the project. 16
3.8 SYSTEM STARTUP [NOT USED] 17
3.9 ADJUSTING [NOT USED] 18
3.10 CLEANING [NOT USED] 19
3.11 CLOSEOUT ACTIVITIES [NOT USED] 20
3.12 PROTECTION 21
A. Protect all products or equipment in accordance with manufacturer's written directions. 22
B. Store products or equipment in location to avoid physical damage to items while in 23
storage. 24
C. Protect equipment from exposure to elements and keep thoroughly dry if required by 25
the manufacturer. 26
3.13 MAINTENANCE [NOT USED] 27
3.14 ATTACHMENTS [NOT USED] 28
END OF SECTION 29
30
01 66 00 - 4
DAP PRODUCT STORAGE AND HANDLING REQUIREMENTS
Page 4 of 4
CITY OF FORT WORTH Rockbrook Master Infrastructure
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS City Project No. 105383
Revised April 7, 2014
Revision Log
DATE NAME SUMMARY OF CHANGE
4/7/2014 M.Domenech Revised for DAP application
1
01 70 00 - 1
DAP MOBILIZATION AND REMOBILIZATION
Page 1 of 4
CITY OF FORT WORTH Rockbrook Master Infrastructure
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS City Project No. 105383
Revised April 7, 2014
SECTION 01 70 00 1
MOBILIZATION AND REMOBILIZATION 2
PART 1 - GENERAL 3
1.1 SUMMARY 4
A. Section Includes: 5
1. Mobilization and Demobilization 6
a. Mobilization 7
1) Transportation of Contractor’s personnel, equipment, and operating supplies 8
to the Site 9
2) Establishment of necessary general facilities for the Contractor’s operation 10
at the Site 11
3) Premiums paid for performance and payment bonds 12
4) Transportation of Contractor’s personnel, equipment, and operating supplies 13
to another location within the designated Site 14
5) Relocation of necessary general facilities for the Contractor’s operation 15
from 1 location to another location on the Site. 16
b. Demobilization 17
1) Transportation of Contractor’s personnel, equipment, and operating supplies 18
away from the Site including disassembly 19
2) Site Clean-up 20
3) Removal of all buildings and/or other facilities assembled at the Site for this 21
Contract 22
c. Mobilization and Demobilization do not include activities for specific items of 23
work that are for which payment is provided elsewhere in the contract. 24
2. Remobilization 25
a. Remobilization for Suspension of Work specifically required in the Contract 26
Documents or as required by City includes: 27
1) Demobilization 28
a) Transportation of Contractor’s personnel, equipment, and operating 29
supplies from the Site including disassembly or temporarily securing 30
equipment, supplies, and other facilities as designated by the Contract 31
Documents necessary to suspend the Work. 32
b) Site Clean-up as designated in the Contract Documents 33
2) Remobilization 34
a) Transportation of Contractor’s personnel, equipment, and operating 35
supplies to the Site necessary to resume the Work. 36
b) Establishment of necessary general facilities for the Contractor’s 37
operation at the Site necessary to resume the Work. 38
3) No Payments will be made for: 39
a) Mobilization and Demobilization from one location to another on the 40
Site in the normal progress of performing the Work. 41
b) Stand-by or idle time 42
c) Lost profits 43
3. Mobilizations and Demobilization for Miscellaneous Projects 44
a. Mobilization and Demobilization 45
01 70 00 - 2
DAP MOBILIZATION AND REMOBILIZATION
Page 2 of 4
CITY OF FORT WORTH Rockbrook Master Infrastructure
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS City Project No. 105383
Revised April 7, 2014
1) Mobilization shall consist of the activities and cost on a Work Order basis 1
necessary for: 2
a) Transportation of Contractor’s personnel, equipment, and operating 3
supplies to the Site for the issued Work Order. 4
b) Establishment of necessary general facilities for the Contractor’s 5
operation at the Site for the issued Work Order 6
2) Demobilization shall consist of the activities and cost necessary for: 7
a) Transportation of Contractor’s personnel, equipment, and operating 8
supplies from the Site including disassembly for each issued Work 9
Order 10
b) Site Clean-up for each issued Work Order 11
c) Removal of all buildings or other facilities assembled at the Site for 12
each Work Oder 13
b. Mobilization and Demobilization do not include activities for specific items of 14
work for which payment is provided elsewhere in the contract. 15
4. Emergency Mobilizations and Demobilization for Miscellaneous Projects 16
a. A Mobilization for Miscellaneous Projects when directed by the City and the 17
mobilization occurs within 24 hours of the issuance of the Work Order. 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
1.2 PRICE AND PAYMENT PROCEDURES 24
A. Measurement and Payment 25
1. Mobilization and Demobilization 26
a. Measure 27
1) This Item is considered subsidiary to the various Items bid. 28
b. Payment 29
1) The work performed and materials furnished in accordance with this Item 30
are subsidiary to the various Items bid and no other compensation will be 31
allowed. 32
2. Remobilization for suspension of Work as specifically required in the Contract 33
Documents 34
a. Measurement 35
1) Measurement for this Item shall be per each remobilization performed. 36
b. Payment 37
1) The work performed and materials furnished in accordance with this Item 38
and measured as provided under “Measurement” will be paid for at the unit 39
price per each “Specified Remobilization” in accordance with Contract 40
Documents. 41
c. The price shall include: 42
1) Demobilization as described in Section 1.1.A.2.a.1) 43
2) Remobilization as described in Section 1.1.A.2.a.2) 44
d. No payments will be made for standby, idle time, or lost profits associated this 45
Item. 46
01 70 00 - 3
DAP MOBILIZATION AND REMOBILIZATION
Page 3 of 4
CITY OF FORT WORTH Rockbrook Master Infrastructure
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS City Project No. 105383
Revised April 7, 2014
3. Remobilization for suspension of Work as required by City 1
a. Measurement and Payment 2
1) This shall be submitted as a Contract Claim in accordance with Article 10 3
of Section 00 72 00. 4
2) No payments will be made for standby, idle time, or lost profits associated 5
with this Item. 6
4. Mobilizations and Demobilizations for Miscellaneous Projects 7
a. Measurement 8
1) Measurement for this Item shall be for each Mobilization and 9
Demobilization required by the Contract Documents 10
b. Payment 11
1) The Work performed and materials furnished in accordance with this Item 12
and measured as provided under “Measurement” will be paid for at the unit 13
price per each “Work Order Mobilization” in accordance with Contract 14
Documents. Demobilization shall be considered subsidiary to mobilization 15
and shall not be paid for separately. 16
c. The price shall include: 17
1) Mobilization as described in Section 1.1.A.3.a.1) 18
2) Demobilization as described in Section 1.1.A.3.a.2) 19
d. No payments will be made for standby, idle time, or lost profits associated this 20
Item. 21
5. Emergency Mobilizations and Demobilizations for Miscellaneous Projects 22
a. Measurement 23
1) Measurement for this Item shall be for each Mobilization and 24
Demobilization required by the Contract Documents 25
b. Payment 26
1) The Work performed and materials furnished in accordance with this Item 27
and measured as provided under “Measurement” will be paid for at the unit 28
price per each “Work Order Emergency Mobilization” in accordance with 29
Contract Documents. Demobilization shall be considered subsidiary to 30
mobilization and shall not be paid for separately. 31
c. The price shall include 32
1) Mobilization as described in Section 1.1.A.4.a) 33
2) Demobilization as described in Section 1.1.A.3.a.2) 34
d. No payments will be made for standby, idle time, or lost profits associated this 35
Item. 36
1.3 REFERENCES [NOT USED] 37
1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 38
1.5 SUBMITTALS [NOT USED] 39
1.6 INFORMATIONAL SUBMITTALS [NOT USED] 40
1.7 CLOSEOUT SUBMITTALS [NOT USED] 41
1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 42
1.9 QUALITY ASSURANCE [NOT USED] 43
1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 44
01 70 00 - 4
DAP MOBILIZATION AND REMOBILIZATION
Page 4 of 4
CITY OF FORT WORTH Rockbrook Master Infrastructure
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS City Project No. 105383
Revised April 7, 2014
1.11 FIELD [SITE] CONDITIONS [NOT USED] 1
1.12 WARRANTY [NOT USED] 2
PART 2 - PRODUCTS [NOT USED] 3
PART 3 - EXECUTION [NOT USED] 4
END OF SECTION 5
6
Revision Log
DATE NAME SUMMARY OF CHANGE
4/7/2014 M.Domenech Revised for DAP application
7
01 71 23 - 1
CONSTRUCTION STAKING AND SURVEY
Page 1 of 8
CITY OF FORT WORTH Rockbrook Master Infrastructure
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS City Project No. 105383
Revised February 14, 2018
SECTION 01 71 23 1
CONSTRUCTION STAKING AND SURVEY 2
PART 1 - GENERAL 3
1.1 SUMMARY 4
A. Section Includes: 5
1. Requirements for construction staking and construction survey 6
B. Deviations from this City of Fort Worth Standard Specification 7
1. See Changes (Highlighted in Yellow). 8
C. Related Specification Sections include, but are not necessarily limited to: 9
1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract 10
2. Division 1 – General Requirements 11
1.2 PRICE AND PAYMENT PROCEDURES 12
A. Measurement and Payment 13
1. Construction Staking 14
a. Measurement 15
1) This Item is considered subsidiary to the various Items bid. 16
b. Payment 17
1) The work performed and the materials furnished in accordance with this 18
Item are subsidiary to the various Items bid and no other compensation will 19
be allowed. 20
2. Construction Survey 21
a. Measurement 22
1) This Item is considered subsidiary to the various Items bid. 23
b. Payment 24
1) The work performed and the materials furnished in accordance with this 25
Item are subsidiary to the various Items bid and no other compensation will be 26
allowed. 27
3. As-Built Survey 28
a. Measurement 29
1) This Item is considered subsidiary to the various Items bid. 30
b. Payment 31
1) The work performed and the materials furnished in accordance with this 32
Item are subsidiary to the various Items bid and no other compensation will be 33
allowed. 34
35
36
37
38
39
40
01 71 23 - 2
CONSTRUCTION STAKING AND SURVEY
Page 2 of 8
CITY OF FORT WORTH Rockbrook Master Infrastructure
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS City Project No. 105383
Revised February 14, 2018
1.3 REFERENCES 1
A. Definitions 2
1. Construction Survey - The survey measurements made prior to or while 3
construction is in progress to control elevation, horizontal position, dimensions and 4
configuration of structures/improvements included in the Project Drawings. 5
2. As-built Survey –The measurements made after the construction of the 6
improvement features are complete to provide position coordinates for the features 7
of a project. 8
3. Construction Staking – The placement of stakes and markings to provide offsets 9
and elevations to cut and fill in order to locate on the ground the designed 10
structures/improvements included in the Project Drawings. Construction staking 11
shall include staking easements and/or right of way if indicated on the plans. 12
4. Survey “Field Checks” – Measurements made after construction staking is 13
completed and before construction work begins to ensure that structures marked on 14
the ground are accurately located per Project Drawings. 15
B. Technical References 16
1. City of Fort Worth – Construction Staking Standards (available on City’s Buzzsaw 17
website) – 01 71 23.16.01_ Attachment A_Survey Staking Standards 18
2. City of Fort Worth - Standard Survey Data Collector Library (fxl) files (available 19
on City’s Buzzsaw website). 20
3. Texas Department of Transportation (TxDOT) Survey Manual, latest revision 21
4. Texas Society of Professional Land Surveyors (TSPS), Manual of Practice for Land 22
Surveying in the State of Texas, Category 5 23
24
1.4 ADMINISTRATIVE REQUIREMENTS 25
A. The Contractor’s selection of a surveyor must comply with Texas Government 26
Code 2254 (qualifications based selection) for this project. 27
1.5 SUBMITTALS 28
A. Submittals, if required, shall be in accordance with Section 01 33 00. 29
B. All submittals shall be received and reviewed by the City prior to delivery of work. 30
1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 31
A. Field Quality Control Submittals 32
1. Documentation verifying accuracy of field engineering work, including coordinate 33
conversions if plans do not indicate grid or ground coordinates. 34
2. Submit “Cut-Sheets” conforming to the standard template provided by the City 35
(refer to 01 71 23.16.01 – Attachment A – Survey Staking Standards). 36
37
1.7 CLOSEOUT SUBMITTALS 38
B. As-built Redline Drawing Submittal 39
01 71 23 - 3
CONSTRUCTION STAKING AND SURVEY
Page 3 of 8
CITY OF FORT WORTH Rockbrook Master Infrastructure
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS City Project No. 105383
Revised February 14, 2018
1. Submit As-Built Survey Redline Drawings documenting the locations/elevations of 1
constructed improvements signed and sealed by Registered Professional Land 2
Surveyor (RPLS) responsible for the work (refer to 01 71 23.16.01 – Attachment A 3
– Survey Staking Standards) . 4
2. Contractor shall submit the proposed as-built and completed redline drawing 5
submittal one (1) week prior to scheduling the project final inspection for City 6
review and comment. Revisions, if necessary, shall be made to the as-built redline 7
drawings and resubmitted to the City prior to scheduling the construction final 8
inspection. 9
1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 10
1.9 QUALITY ASSURANCE 11
A. Construction Staking 12
1. Construction staking will be performed by the Contractor. 13
2. Coordination 14
a. Contact City and Developer’s Project Representative at least one week in 15
advance notifying the City of when Construction Staking is scheduled. 16
b. It is the Contractor’s responsibility to coordinate staking such that 17
construction activities are not delayed or negatively impacted. 18
3. General 19
a. Contractor is responsible for preserving and maintaining stakes. If City 20
surveyors or Developer’s Project Representative are required to re-stake for 21
any reason, the Contractor will be responsible for costs to perform staking. If 22
in the opinion of the City, a sufficient number of stakes or markings have been 23
lost, destroyed disturbed or omitted that the contracted Work cannot take place 24
then the Contractor will be required to stake or re-stake the deficient areas. 25
B. Construction Survey 26
1. Construction Survey will be performed by the Contractor. 27
2. Coordination 28
a. Contractor to verify that horizontal and vertical control data established in the 29
design survey and required for construction survey is available and in place. 30
3. General 31
a. Construction survey will be performed in order to construct the work shown 32
on the Construction Drawings and specified in the Contract Documents. 33
b. For construction methods other than open cut, the Contractor shall perform 34
construction survey and verify control data including, but not limited to, the 35
following: 36
1) Verification that established benchmarks and control are accurate. 37
2) Use of Benchmarks to furnish and maintain all reference lines and grades 38
for tunneling. 39
3) Use of line and grades to establish the location of the pipe. 40
4) Submit to the City copies of field notes used to establish all lines and 41
grades, if requested, and allow the City to check guidance system setup prior 42
to beginning each tunneling drive. 43
5) Provide access for the City, if requested, to verify the guidance system and 44
the line and grade of the carrier pipe. 45
46
01 71 23 - 4
CONSTRUCTION STAKING AND SURVEY
Page 4 of 8
CITY OF FORT WORTH Rockbrook Master Infrastructure
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS City Project No. 105383
Revised February 14, 2018
6) The Contractor remains fully responsible for the accuracy of the work and 1
correction of it, as required. 2
7) Monitor line and grade continuously during construction. 3
8) Record deviation with respect to design line and grade once at each pipe 4
joint and submit daily records to the City. 5
9) If the installation does not meet the specified tolerances (as outlined in 6
Sections 33 05 23 and/or 33 05 24), immediately notify the City and correct 7
the installation in accordance with the Contract Documents. 8
C. As-Built Survey 9
1. Required As-Built Survey will be performed by the Contractor. 10
2. Coordination 11
a. Contractor is to coordinate with City to confirm which features require as-12
built surveying. 13
b. It is the Contractor’s responsibility to coordinate the as-built survey and 14
required measurements for items that are to be buried such that construction 15
activities are not delayed or negatively impacted. 16
c. For sewer mains and water mains 12” and under in diameter, it is acceptable 17
to physically measure depth and mark the location during the progress of 18
construction and take as-built survey after the facility has been buried. The 19
Contractor is responsible for the quality control needed to ensure accuracy. 20
3. General 21
a. The Contractor shall provide as-built survey including the elevation and 22
location (and provide written documentation to the City) of construction 23
features during the progress of the construction including the following: 24
1) Water Lines 25
a) Top of pipe elevations and coordinates for waterlines at the following 26
locations: 27
(1) Minimum every 250 linear feet, including 28
(2) Horizontal and vertical points of inflection, curvature, 29
etc. 30
(3) Fire line tee 31
(4) Plugs, stub-outs, dead-end lines 32
(5) Casing pipe (each end) and all buried fittings 33
2) Sanitary Sewer 34
a) Top of pipe elevations and coordinates for force mains and siphon 35
sanitary sewer lines (non-gravity facilities) at the following locations: 36
(1) Minimum every 250 linear feet and any buried fittings 37
(2) Horizontal and vertical points of inflection, curvature, 38
etc. 39
3) Stormwater – Not Applicable 40
b. The Contractor shall provide as-built survey including the elevation and 41
location (and provide written documentation to the City) of construction 42
features after the construction is completed including the following: 43
1) Manholes 44
a) Rim and flowline elevations and coordinates for each manhole 45
2) Water Lines 46
a) Cathodic protection test stations 47
b) Sampling stations 48
c) Meter boxes/vaults (All sizes) 49
01 71 23 - 5
CONSTRUCTION STAKING AND SURVEY
Page 5 of 8
CITY OF FORT WORTH Rockbrook Master Infrastructure
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS City Project No. 105383
Revised February 14, 2018
d) Fire hydrants 1
e) Valves (gate, butterfly, etc.) 2
f) Air Release valves (Manhole rim and vent pipe) 3
g) Blow off valves (Manhole rim and valve lid) 4
h) Pressure plane valves 5
i) Underground Vaults 6
(1) Rim and flowline elevations and coordinates for each 7
Underground Vault. 8
3) Sanitary Sewer 9
a) Cleanouts 10
(1) Rim and flowline elevations and coordinates for each 11
b) Manholes and Junction Structures 12
(1) Rim and flowline elevations and coordinates for each 13
manhole and junction structure. 14
4) Stormwater – Not Applicable 15
1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 16
1.11 FIELD [SITE] CONDITIONS [NOT USED] 17
1.12 WARRANTY 18
PART 2 - PRODUCTS 19
A. A construction survey will produce, but will not be limited to: 20
1. Recovery of relevant control points, points of curvature and points of intersection. 21
2. Establish temporary horizontal and vertical control elevations (benchmarks) 22
sufficiently permanent and located in a manner to be used throughout construction. 23
3. The location of planned facilities, easements and improvements. 24
a. Establishing final line and grade stakes for piers, floors, grade beams, parking 25
areas, utilities, streets, highways, tunnels, and other construction. 26
b. A record of revisions or corrections noted in an orderly manner for reference. 27
c. A drawing, when required by the client, indicating the horizontal and vertical 28
location of facilities, easements and improvements, as built. 29
4. Cut sheets shall be provided to the City inspector and Survey Superintendent for all 30
construction staking projects. These cut sheets shall be on the standard city template 31
which can be obtained from the Survey Superintendent (817-392-7925). 32
5. Digital survey files in the following formats shall be acceptable: 33
a. AutoCAD (.dwg) 34
b. ESRI Shapefile (.shp) 35
c. CSV file (.csv), formatted with X and Y coordinates in separate columns (use 36
standard templates, if available) 37
6. Survey files shall include vertical and horizontal data tied to original project 38
control and benchmarks, and shall include feature descriptions 39
PART 3 - EXECUTION 40
3.1 INSTALLERS 41
01 71 23 - 6
CONSTRUCTION STAKING AND SURVEY
Page 6 of 8
CITY OF FORT WORTH Rockbrook Master Infrastructure
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS City Project No. 105383
Revised February 14, 2018
A. Tolerances: 1
1. The staked location of any improvement or facility should be as accurate as 2
practical and necessary. The degree of precision required is dependent on many 3
factors all of which must remain judgmental. The tolerances listed hereafter are 4
based on generalities and, under certain circumstances, shall yield to specific 5
requirements. The surveyor shall assess any situation by review of the overall plans 6
and through consultation with responsible parties as to the need for specific 7
tolerances. 8
a. Earthwork: Grades for earthwork or rough cut should not exceed 0.1 ft. vertical 9
tolerance. Horizontal alignment for earthwork and rough cut should not exceed 10
1.0 ft. tolerance. 11
b. Horizontal alignment on a structure shall be within .0.1ft tolerance. 12
c. Paving or concrete for streets, curbs, gutters, parking areas, drives, alleys and 13
walkways shall be located within the confines of the site boundaries and, 14
occasionally, along a boundary or any other restrictive line. Away from any 15
restrictive line, these facilities should be staked with an accuracy producing no 16
more than 0.05ft. tolerance from their specified locations. 17
d. Underground and overhead utilities, such as sewers, gas, water, telephone and 18
electric lines, shall be located horizontally within their prescribed areas or 19
easements. Within assigned areas, these utilities should be staked with an 20
accuracy producing no more than 0.1 ft tolerance from a specified location. 21
e. The accuracy required for the vertical location of utilities varies widely. Many 22
underground utilities require only a minimum cover and a tolerance of 0.1 ft. 23
should be maintained. Underground and overhead utilities on planned profile, 24
but not depending on gravity flow for performance, should not exceed 0.1 ft. 25
tolerance. 26
B. Surveying instruments shall be kept in close adjustment according to manufacturer’s 27
specifications or in compliance to standards. The City reserves the right to request a 28
calibration report at any time and recommends regular maintenance schedule be 29
performed by a certified technician every 6 months. 30
1. Field measurements of angles and distances shall be done in such fashion as to 31
satisfy the closures and tolerances expressed in Part 3.1.A. 32
2. Vertical locations shall be established from a pre-established benchmark and 33
checked by closing to a different bench mark on the same datum. 34
3. Construction survey field work shall correspond to the client’s plans. Irregularities 35
or conflicts found shall be reported promptly to the City. 36
4. Revisions, corrections and other pertinent data shall be logged for future reference. 37
38
3.2 EXAMINATION [NOT USED] 39
3.3 PREPARATION [NOT USED] 40
3.4 APPLICATION 41
3.5 REPAIR / RESTORATION 42
A. If the Contractor’s work damages or destroys one or more of the control 43
monuments/points set by the City or Developer’s Project Representative, the monuments 44
shall be adequately referenced for expedient restoration. 45
01 71 23 - 7
CONSTRUCTION STAKING AND SURVEY
Page 7 of 8
CITY OF FORT WORTH Rockbrook Master Infrastructure
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS City Project No. 105383
Revised February 14, 2018
1. Notify City or Developer’s Project Representative if any control data needs to be 1
restored or replaced due to damage caused during construction operations. 2
a. Contractor shall perform replacements and/or restorations. 3
b. The City or Developer’s Project Representative may require at any time a 4
survey “Field Check” of any monument or benchmarks that are set be verified 5
by the City surveyors or Developer’s Project Representative before further 6
associated work can move forward. 7
3.6 RE-INSTALLATION [NOT USED] 8
3.7 FIELD [OR] SITE QUALITY CONTROL 9
A. It is the Contractor’s responsibility to maintain all stakes and control data placed by the 10
City or Developer’s Project Representative in accordance with this Specification. This 11
includes easements and right of way, if noted on the plans. 12
B. Do not change or relocate stakes or control data without approval from the City. 13
3.8 SYSTEM STARTUP 14
A. Survey Checks 15
1. The City reserves the right to perform a Survey Check at any time deemed 16
necessary. 17
2. Checks by City personnel or 3rd party contracted surveyor are not intended to 18
relieve the contractor of his/her responsibility for accuracy. 19
20
3.9 ADJUSTING [NOT USED] 21
3.10 CLEANING [NOT USED] 22
3.11 CLOSEOUT ACTIVITIES [NOT USED] 23
3.12 PROTECTION [NOT USED] 24
3.13 MAINTENANCE [NOT USED] 25
3.14 ATTACHMENTS [NOT USED] 26
END OF SECTION 27
28
Revision Log
DATE NAME SUMMARY OF CHANGE
8/31/2012 D. Johnson
8/31/2017 M. Owen
Added instruction and modified measurement & payment under 1.2; added
definitions and references under 1.3; modified 1.6; added 1.7 closeout submittal
requirements; modified 1.9 Quality Assurance; added PART 2 – PRODUCTS ;
Added 3.1 Installers; added 3.5 Repair/Restoration; and added 3.8 System Startup.
2/14/2018 M Owen
Removed “blue text”; revised measurement and payment sections for Construction
Staking and As-Built Survey; added reference to selection compliance with TGC
2254; revised action and Closeout submittal requirements; added acceptable depth
01 71 23 - 8
CONSTRUCTION STAKING AND SURVEY
Page 8 of 8
CITY OF FORT WORTH Rockbrook Master Infrastructure
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS City Project No. 105383
Revised February 14, 2018
measurement criteria; revised list of items requiring as-built survey “during” and
“after” construction; and revised acceptable digital survey file format
1
01 74 23 - 1
DAP CLEANING
Page 1 of 4
CITY OF FORT WORTH Rockbrook Master Infrastructure
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS City Project No. 105383
Revised April 7, 2014
SECTION 01 74 23 1
CLEANING 2
PART 1 - GENERAL 3
1.1 SUMMARY 4
A. Section Includes: 5
1. Intermediate and final cleaning for Work not including special cleaning of closed 6
systems specified elsewhere 7
B. Deviations from this City of Fort Worth Standard Specification 8
1. None. 9
C. Related Specification Sections include, but are not necessarily limited to: 10
1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract 11
2. Division 1 – General Requirements 12
3. Section 32 92 13 – Hydro-Mulching, Seeding and Sodding 13
1.2 PRICE AND PAYMENT PROCEDURES 14
A. Measurement and Payment 15
1. Work associated with this Item is considered subsidiary to the various Items bid. 16
No separate payment will be allowed for this Item. 17
1.3 REFERENCES [NOT USED] 18
1.4 ADMINISTRATIVE REQUIREMENTS 19
A. Scheduling 20
1. Schedule cleaning operations so that dust and other contaminants disturbed by 21
cleaning process will not fall on newly painted surfaces. 22
2. Schedule final cleaning upon completion of Work and immediately prior to final 23
inspection. 24
1.5 SUBMITTALS [NOT USED] 25
1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 26
1.7 CLOSEOUT SUBMITTALS [NOT USED] 27
1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 28
1.9 QUALITY ASSURANCE [NOT USED] 29
1.10 STORAGE, AND HANDLING 30
A. Storage and Handling Requirements 31
1. Store cleaning products and cleaning wastes in containers specifically designed for 32
those materials. 33
01 74 23 - 2
DAP CLEANING
Page 2 of 4
CITY OF FORT WORTH Rockbrook Master Infrastructure
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS City Project No. 105383
Revised April 7, 2014
1.11 FIELD [SITE] CONDITIONS [NOT USED] 1
1.12 WARRANTY [NOT USED] 2
PART 2 - PRODUCTS 3
2.1 OWNER-FURNISHED [OR] OWNER-SUPPLIEDPRODUCTS [NOT USED] 4
2.2 MATERIALS 5
A. Cleaning Agents 6
1. Compatible with surface being cleaned 7
2. New and uncontaminated 8
3. For manufactured surfaces 9
a. Material recommended by manufacturer 10
2.3 ACCESSORIES [NOT USED] 11
2.4 SOURCE QUALITY CONTROL [NOT USED] 12
PART 3 - EXECUTION 13
3.1 INSTALLERS [NOT USED] 14
3.2 EXAMINATION [NOT USED] 15
3.3 PREPARATION [NOT USED] 16
3.4 APPLICATION [NOT USED] 17
3.5 REPAIR / RESTORATION [NOT USED] 18
3.6 RE-INSTALLATION [NOT USED] 19
3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 20
3.8 SYSTEM STARTUP [NOT USED] 21
3.9 ADJUSTING [NOT USED] 22
3.10 CLEANING 23
A. General 24
1. Prevent accumulation of wastes that create hazardous conditions. 25
2. Conduct cleaning and disposal operations to comply with laws and safety orders of 26
governing authorities. 27
3. Do not dispose of volatile wastes such as mineral spirits, oil or paint thinner in 28
storm or sanitary drains or sewers. 29
4. Dispose of degradable debris at an approved solid waste disposal site. 30
5. Dispose of nondegradable debris at an approved solid waste disposal site or in an 31
alternate manner approved by City and regulatory agencies. 32
01 74 23 - 3
DAP CLEANING
Page 3 of 4
CITY OF FORT WORTH Rockbrook Master Infrastructure
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS City Project No. 105383
Revised April 7, 2014
6. Handle materials in a controlled manner with as few handlings as possible. 1
7. Thoroughly clean, sweep, wash and polish all Work and equipment associated with 2
this project. 3
8. Remove all signs of temporary construction and activities incidental to construction 4
of required permanent Work. 5
9. If project is not cleaned to the satisfaction of the City, the City reserves the right to 6
have the cleaning completed at the expense of the Contractor. 7
10. Do not burn on-site. 8
B. Intermediate Cleaning during Construction 9
1. Keep Work areas clean so as not to hinder health, safety or convenience of 10
personnel in existing facility operations. 11
2. At maximum weekly intervals, dispose of waste materials, debris and rubbish. 12
3. Confine construction debris daily in strategically located container(s): 13
a. Cover to prevent blowing by wind 14
b. Store debris away from construction or operational activities 15
c. Haul from site at a minimum of once per week 16
4. Vacuum clean interior areas when ready to receive finish painting. 17
a. Continue vacuum cleaning on an as-needed basis, until Final Acceptance. 18
5. Prior to storm events, thoroughly clean site of all loose or unsecured items, which 19
may become airborne or transported by flowing water during the storm. 20
C. Exterior (Site or Right of Way) Final Cleaning 21
1. Remove trash and debris containers from site. 22
a. Re-seed areas disturbed by location of trash and debris containers in accordance 23
with Section 32 92 13. 24
2. Sweep roadway to remove all rocks, pieces of asphalt, concrete or any other object 25
that may hinder or disrupt the flow of traffic along the roadway. 26
3. Clean any interior areas including, but not limited to, vaults, manholes, structures, 27
junction boxes and inlets. 28
4. If no longer required for maintenance of erosion facilities, and upon approval by 29
City, remove erosion control from site. 30
5. Clean signs, lights, signals, etc. 31
3.11 CLOSEOUT ACTIVITIES [NOT USED] 32
3.12 PROTECTION [NOT USED] 33
3.13 MAINTENANCE [NOT USED] 34
3.14 ATTACHMENTS [NOT USED] 35
36
37
38
39
40
01 74 23 - 4
DAP CLEANING
Page 4 of 4
CITY OF FORT WORTH Rockbrook Master Infrastructure
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS City Project No. 105383
Revised April 7, 2014
END OF SECTION 1
2
Revision Log
DATE NAME SUMMARY OF CHANGE
4/7/2014 M.Domenech Revised for DAP application
3
01 77 19 - 1
DAP CLOSEOUT REQUIREMENTS
Page 1 of 3
CITY OF FORT WORTH Rockbrook Master Infrastructure
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS City Project No. 105383
Revised April 7, 2014
SECTION 01 77 19 1
CLOSEOUT REQUIREMENTS 2
PART 1 - GENERAL 3
1.1 SUMMARY 4
A. Section Includes: 5
1. The procedure for closing out a contract 6
B. Deviations from this City of Fort Worth Standard Specification 7
1. None. 8
C. Related Specification Sections include, but are not necessarily limited to: 9
1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract 10
2. Division 1 – General Requirements 11
1.2 PRICE AND PAYMENT PROCEDURES 12
A. Measurement and Payment 13
1. Work associated with this Item is considered subsidiary to the various Items bid. 14
No separate payment will be allowed for this Item. 15
1.3 REFERENCES [NOT USED] 16
1.4 ADMINISTRATIVE REQUIREMENTS 17
A. Guarantees, Bonds and Affidavits 18
1. No application for final payment will be accepted until all guarantees, bonds, 19
certificates, licenses and affidavits required for Work or equipment as specified are 20
satisfactorily filed with the City. 21
B. Release of Liens or Claims 22
1. No application for final payment will be accepted until satisfactory evidence of 23
release of liens has been submitted to the City. 24
1.5 SUBMITTALS 25
A. Submit all required documentation to City’s Project Representative. 26
01 77 19 - 2
DAP CLOSEOUT REQUIREMENTS
Page 2 of 3
CITY OF FORT WORTH Rockbrook Master Infrastructure
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS City Project No. 105383
Revised April 7, 2014
1.6 INFORMATIONAL SUBMITTALS [NOT USED] 1
1.7 CLOSEOUT SUBMITTALS [NOT USED] 2
PART 2 - PRODUCTS [NOT USED] 3
PART 3 - EXECUTION 4
3.1 INSTALLERS [NOT USED] 5
3.2 EXAMINATION [NOT USED] 6
3.3 PREPARATION [NOT USED] 7
3.4 CLOSEOUT PROCEDURE 8
A. Prior to requesting Final Inspection, submit: 9
1. Project Record Documents in accordance with Section 01 78 39 10
2. Operation and Maintenance Data, if required, in accordance with Section 01 78 23 11
B. Prior to requesting Final Inspection, perform final cleaning in accordance with Section 12
01 74 23. 13
C. Final Inspection 14
1. After final cleaning, provide notice to the City Project Representative that the Work 15
is completed. 16
a. The City will make an initial Final Inspection with the Contractor present. 17
b. Upon completion of this inspection, the City will notify the Contractor, in 18
writing within 10 business days, of any particulars in which this inspection 19
reveals that the Work is defective or incomplete. 20
2. Upon receiving written notice from the City, immediately undertake the Work 21
required to remedy deficiencies and complete the Work to the satisfaction of the 22
City. 23
3. Upon completion of Work associated with the items listed in the City's written 24
notice, inform the City, that the required Work has been completed. Upon receipt 25
of this notice, the City, in the presence of the Contractor, will make a subsequent 26
Final Inspection of the project. 27
4. Provide all special accessories required to place each item of equipment in full 28
operation. These special accessory items include, but are not limited to: 29
a. Specified spare parts 30
b. Adequate oil and grease as required for the first lubrication of the equipment 31
c. Initial fill up of all chemical tanks and fuel tanks 32
d. Light bulbs 33
e. Fuses 34
f. Vault keys 35
g. Handwheels 36
h. Other expendable items as required for initial start-up and operation of all 37
equipment 38
D. Notice of Project Completion 39
01 77 19 - 3
DAP CLOSEOUT REQUIREMENTS
Page 3 of 3
CITY OF FORT WORTH Rockbrook Master Infrastructure
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS City Project No. 105383
Revised April 7, 2014
1. Once the City Project Representative finds the Work subsequent to Final Inspection 1
to be satisfactory, the City will issue a Notice of Project Completion (Green Sheet). 2
E. Supporting Documentation 3
1. Coordinate with the City Project Representative to complete the following 4
additional forms: 5
a. Final Payment Request 6
b. Statement of Contract Time 7
c. Affidavit of Payment and Release of Liens 8
d. Consent of Surety to Final Payment 9
e. Pipe Report (if required) 10
f. Contractor’s Evaluation of City 11
g. Performance Evaluation of Contractor 12
F. Letter of Final Acceptance 13
1. Upon review and acceptance of Notice of Project Completion and Supporting 14
Documentation, in accordance with General Conditions, City will issue Letter of 15
Final Acceptance and release the Final Payment Request for payment. 16
3.5 REPAIR / RESTORATION [NOT USED] 17
3.6 RE-INSTALLATION [NOT USED] 18
3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 19
3.8 SYSTEM STARTUP [NOT USED] 20
3.9 ADJUSTING [NOT USED] 21
3.10 CLEANING [NOT USED] 22
3.11 CLOSEOUT ACTIVITIES [NOT USED] 23
3.12 PROTECTION [NOT USED] 24
3.13 MAINTENANCE [NOT USED] 25
3.14 ATTACHMENTS [NOT USED] 26
END OF SECTION 27
28
Revision Log
DATE NAME SUMMARY OF CHANGE
4/7/2014 M.Domenech Revised for DAP application
29
01 78 23 - 1
DAP OPERATION AND MAINTENANCE DATA
Page 1 of 5
CITY OF FORT WORTH Rockbrook Master Infrastructure
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS City Project No. 105383
Revised April 7, 2014
SECTION 01 78 23 1
OPERATION AND MAINTENANCE DATA 2
PART 1 - GENERAL 3
1.1 SUMMARY 4
A. Section Includes: 5
1. Product data and related information appropriate for City's maintenance and 6
operation of products furnished under Contract 7
2. Such products may include, but are not limited to: 8
a. Traffic Controllers 9
b. Irrigation Controllers (to be operated by the City) 10
c. Butterfly Valves 11
B. Deviations from this City of Fort Worth Standard Specification 12
1. None. 13
C. Related Specification Sections include, but are not necessarily limited to: 14
1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract 15
2. Division 1 – General Requirements 16
1.2 PRICE AND PAYMENT PROCEDURES 17
A. Measurement and Payment 18
1. Work associated with this Item is considered subsidiary to the various Items bid. 19
No separate payment will be allowed for this Item. 20
1.3 REFERENCES [NOT USED] 21
1.4 ADMINISTRATIVE REQUIREMENTS 22
A. Schedule 23
1. Submit manuals in final form to the City within 30 calendar days of product 24
shipment to the project site. 25
1.5 SUBMITTALS 26
A. Submittals shall be in accordance with Section 01 33 00. All submittals shall be 27
approved by the City prior to delivery. 28
1.6 INFORMATIONAL SUBMITTALS 29
A. Submittal Form 30
1. Prepare data in form of an instructional manual for use by City personnel. 31
2. Format 32
a. Size: 8 ½ inches x 11 inches 33
b. Paper 34
1) 40 pound minimum, white, for typed pages 35
2) Holes reinforced with plastic, cloth or metal 36
c. Text: Manufacturer’s printed data, or neatly typewritten 37
01 78 23 - 2
DAP OPERATION AND MAINTENANCE DATA
Page 2 of 5
CITY OF FORT WORTH Rockbrook Master Infrastructure
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS City Project No. 105383
Revised April 7, 2014
d. Drawings 1
1) Provide reinforced punched binder tab, bind in with text 2
2) Reduce larger drawings and fold to size of text pages. 3
e. Provide fly-leaf for each separate product, or each piece of operating 4
equipment. 5
1) Provide typed description of product, and major component parts of 6
equipment. 7
2) Provide indexed tabs. 8
f. Cover 9
1) Identify each volume with typed or printed title "OPERATING AND 10
MAINTENANCE INSTRUCTIONS". 11
2) List: 12
a) Title of Project 13
b) Identity of separate structure as applicable 14
c) Identity of general subject matter covered in the manual 15
3. Binders 16
a. Commercial quality 3-ring binders with durable and cleanable plastic covers 17
b. When multiple binders are used, correlate the data into related consistent 18
groupings. 19
4. If available, provide an electronic form of the O&M Manual. 20
B. Manual Content 21
1. Neatly typewritten table of contents for each volume, arranged in systematic order 22
a. Contractor, name of responsible principal, address and telephone number 23
b. A list of each product required to be included, indexed to content of the volume 24
c. List, with each product: 25
1) The name, address and telephone number of the subcontractor or installer 26
2) A list of each product required to be included, indexed to content of the 27
volume 28
3) Identify area of responsibility of each 29
4) Local source of supply for parts and replacement 30
d. Identify each product by product name and other identifying symbols as set 31
forth in Contract Documents. 32
2. Product Data 33
a. Include only those sheets which are pertinent to the specific product. 34
b. Annotate each sheet to: 35
1) Clearly identify specific product or part installed 36
2) Clearly identify data applicable to installation 37
3) Delete references to inapplicable information 38
3. Drawings 39
a. Supplement product data with drawings as necessary to clearly illustrate: 40
1) Relations of component parts of equipment and systems 41
2) Control and flow diagrams 42
b. Coordinate drawings with information in Project Record Documents to assure 43
correct illustration of completed installation. 44
c. Do not use Project Record Drawings as maintenance drawings. 45
4. Written text, as required to supplement product data for the particular installation: 46
a. Organize in consistent format under separate headings for different procedures. 47
b. Provide logical sequence of instructions of each procedure. 48
01 78 23 - 3
DAP OPERATION AND MAINTENANCE DATA
Page 3 of 5
CITY OF FORT WORTH Rockbrook Master Infrastructure
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS City Project No. 105383
Revised April 7, 2014
5. Copy of each warranty, bond and service contract issued 1
a. Provide information sheet for City personnel giving: 2
1) Proper procedures in event of failure 3
2) Instances which might affect validity of warranties or bonds 4
C. Manual for Materials and Finishes 5
1. Submit 5 copies of complete manual in final form. 6
2. Content, for architectural products, applied materials and finishes: 7
a. Manufacturer's data, giving full information on products 8
1) Catalog number, size, composition 9
2) Color and texture designations 10
3) Information required for reordering special manufactured products 11
b. Instructions for care and maintenance 12
1) Manufacturer's recommendation for types of cleaning agents and methods 13
2) Cautions against cleaning agents and methods which are detrimental to 14
product 15
3) Recommended schedule for cleaning and maintenance 16
3. Content, for moisture protection and weather exposure products: 17
a. Manufacturer's data, giving full information on products 18
1) Applicable standards 19
2) Chemical composition 20
3) Details of installation 21
b. Instructions for inspection, maintenance and repair 22
D. Manual for Equipment and Systems 23
1. Submit 5 copies of complete manual in final form. 24
2. Content, for each unit of equipment and system, as appropriate: 25
a. Description of unit and component parts 26
1) Function, normal operating characteristics and limiting conditions 27
2) Performance curves, engineering data and tests 28
3) Complete nomenclature and commercial number of replaceable parts 29
b. Operating procedures 30
1) Start-up, break-in, routine and normal operating instructions 31
2) Regulation, control, stopping, shut-down and emergency instructions 32
3) Summer and winter operating instructions 33
4) Special operating instructions 34
c. Maintenance procedures 35
1) Routine operations 36
2) Guide to "trouble shooting" 37
3) Disassembly, repair and reassembly 38
4) Alignment, adjusting and checking 39
d. Servicing and lubrication schedule 40
1) List of lubricants required 41
e. Manufacturer's printed operating and maintenance instructions 42
f. Description of sequence of operation by control manufacturer 43
1) Predicted life of parts subject to wear 44
2) Items recommended to be stocked as spare parts 45
g. As installed control diagrams by controls manufacturer 46
h. Each contractor's coordination drawings 47
1) As installed color coded piping diagrams 48
01 78 23 - 4
DAP OPERATION AND MAINTENANCE DATA
Page 4 of 5
CITY OF FORT WORTH Rockbrook Master Infrastructure
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS City Project No. 105383
Revised April 7, 2014
i. Charts of valve tag numbers, with location and function of each valve 1
j. List of original manufacturer's spare parts, manufacturer's current prices, and 2
recommended quantities to be maintained in storage 3
k. Other data as required under pertinent Sections of Specifications 4
3. Content, for each electric and electronic system, as appropriate: 5
a. Description of system and component parts 6
1) Function, normal operating characteristics, and limiting conditions 7
2) Performance curves, engineering data and tests 8
3) Complete nomenclature and commercial number of replaceable parts 9
b. Circuit directories of panelboards 10
1) Electrical service 11
2) Controls 12
3) Communications 13
c. As installed color coded wiring diagrams 14
d. Operating procedures 15
1) Routine and normal operating instructions 16
2) Sequences required 17
3) Special operating instructions 18
e. Maintenance procedures 19
1) Routine operations 20
2) Guide to "trouble shooting" 21
3) Disassembly, repair and reassembly 22
4) Adjustment and checking 23
f. Manufacturer's printed operating and maintenance instructions 24
g. List of original manufacturer's spare parts, manufacturer's current prices, and 25
recommended quantities to be maintained in storage 26
h. Other data as required under pertinent Sections of Specifications 27
4. Prepare and include additional data when the need for such data becomes apparent 28
during instruction of City's personnel. 29
1.7 CLOSEOUT SUBMITTALS [NOT USED] 30
1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 31
1.9 QUALITY ASSURANCE 32
A. Provide operation and maintenance data by personnel with the following criteria: 33
1. Trained and experienced in maintenance and operation of described products 34
2. Skilled as technical writer to the extent required to communicate essential data 35
3. Skilled as draftsman competent to prepare required drawings 36
01 78 23 - 5
DAP OPERATION AND MAINTENANCE DATA
Page 5 of 5
CITY OF FORT WORTH Rockbrook Master Infrastructure
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS City Project No. 105383
Revised April 7, 2014
1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1
1.11 FIELD [SITE] CONDITIONS [NOT USED] 2
1.12 WARRANTY [NOT USED] 3
PART 2 - PRODUCTS [NOT USED] 4
PART 3 - EXECUTION [NOT USED] 5
END OF SECTION 6
7
Revision Log
DATE NAME SUMMARY OF CHANGE
8/31/2012 D. Johnson 1.5.A.1 – title of section removed
4/7/2014 M.Domenech Revised for DAP Application
8
01 78 39 - 1
DAP PROJECT RECORD DOCUMENTS
Page 1 of 4
CITY OF FORT WORTH Rockbrook Master Infrastructure
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS City Project No. 105383
Revised April 7, 2014
SECTION 01 78 39 1
PROJECT RECORD DOCUMENTS 2
PART 1 - GENERAL 3
1.1 SUMMARY 4
A. Section Includes: 5
1. Work associated with the documenting the project and recording changes to project 6
documents, including: 7
a. Record Drawings 8
b. Water Meter Service Reports 9
c. Sanitary Sewer Service Reports 10
d. Large Water Meter Reports 11
B. Deviations from this City of Fort Worth Standard Specification 12
1. None. 13
C. Related Specification Sections include, but are not necessarily limited to: 14
1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract 15
2. Division 1 – General Requirements 16
1.2 PRICE AND PAYMENT PROCEDURES 17
A. Measurement and Payment 18
1. Work associated with this Item is considered subsidiary to the various Items bid. 19
No separate payment will be allowed for this Item. 20
1.3 REFERENCES [NOT USED] 21
1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 22
1.5 SUBMITTALS 23
A. Prior to submitting a request for Final Inspection, deliver Project Record Documents to 24
City’s Project Representative. 25
1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 26
1.7 CLOSEOUT SUBMITTALS [NOT USED] 27
1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 28
1.9 QUALITY ASSURANCE 29
A. Accuracy of Records 30
1. Thoroughly coordinate changes within the Record Documents, making adequate 31
and proper entries on each page of Specifications and each sheet of Drawings and 32
other Documents where such entry is required to show the change properly. 33
2. Accuracy of records shall be such that future search for items shown in the Contract 34
Documents may rely reasonably on information obtained from the approved Project 35
Record Documents. 36
01 78 39 - 2
DAP PROJECT RECORD DOCUMENTS
Page 2 of 4
CITY OF FORT WORTH Rockbrook Master Infrastructure
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS City Project No. 105383
Revised April 7, 2014
3. To facilitate accuracy of records, make entries within 24 hours after receipt of 1
information that the change has occurred. 2
4. Provide factual information regarding all aspects of the Work, both concealed and 3
visible, to enable future modification of the Work to proceed without lengthy and 4
expensive site measurement, investigation and examination. 5
1.10 STORAGE AND HANDLING 6
A. Storage and Handling Requirements 7
1. Maintain the job set of Record Documents completely protected from deterioration 8
and from loss and damage until completion of the Work and transfer of all recorded 9
data to the final Project Record Documents. 10
2. In the event of loss of recorded data, use means necessary to again secure the data 11
to the City's approval. 12
a. In such case, provide replacements to the standards originally required by the 13
Contract Documents. 14
1.11 FIELD [SITE] CONDITIONS [NOT USED] 15
1.12 WARRANTY [NOT USED] 16
PART 2 - PRODUCTS 17
2.1 OWNER-FURNISHED [OR] OWNER-SUPPLIED PRODUCTS [NOT USED] 18
2.2 RECORD DOCUMENTS 19
A. Job set 20
1. Promptly following receipt of the Notice to Proceed, secure from the City, at no 21
charge to the Contractor, 1 complete set of all Documents comprising the Contract. 22
B. Final Record Documents 23
1. At a time nearing the completion of the Work and prior to Final Inspection, provide 24
the City 1 complete set of all Final Record Drawings in the Contract. 25
2.3 ACCESSORIES [NOT USED] 26
2.4 SOURCE QUALITY CONTROL [NOT USED] 27
PART 3 - EXECUTION 28
3.1 INSTALLERS [NOT USED] 29
3.2 EXAMINATION [NOT USED] 30
3.3 PREPARATION [NOT USED] 31
3.4 MAINTENANCE DOCUMENTS 32
A. Maintenance of Job Set 33
1. Immediately upon receipt of the job set, identify each of the Documents with the 34
title, "RECORD DOCUMENTS - JOB SET". 35
01 78 39 - 3
DAP PROJECT RECORD DOCUMENTS
Page 3 of 4
CITY OF FORT WORTH Rockbrook Master Infrastructure
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS City Project No. 105383
Revised April 7, 2014
2. Preservation 1
a. Considering the Contract completion time, the probable number of occasions 2
upon which the job set must be taken out for new entries and for examination, 3
and the conditions under which these activities will be performed, devise a 4
suitable method for protecting the job set. 5
b. Do not use the job set for any purpose except entry of new data and for review 6
by the City, until start of transfer of data to final Project Record Documents. 7
c. Maintain the job set at the site of work. 8
3. Coordination with Construction Survey 9
a. At a minimum clearly mark any deviations from Contract Documents 10
associated with installation of the infrastructure. 11
4. Making entries on Drawings 12
a. Record any deviations from Contract Documents. 13
b. Use an erasable colored pencil (not ink or indelible pencil), clearly describe the 14
change by graphic line and note as required. 15
c. Date all entries. 16
d. Call attention to the entry by a "cloud" drawn around the area or areas affected. 17
e. In the event of overlapping changes, use different colors for the overlapping 18
changes. 19
5. Conversion of schematic layouts 20
a. In some cases on the Drawings, arrangements of conduits, circuits, piping, 21
ducts, and similar items, are shown schematically and are not intended to 22
portray precise physical layout. 23
1) Final physical arrangement is determined by the Contractor, subject to the 24
City's approval. 25
2) However, design of future modifications of the facility may require 26
accurate information as to the final physical layout of items which are 27
shown only schematically on the Drawings. 28
b. Show on the job set of Record Drawings, by dimension accurate to within 1 29
inch, the centerline of each run of items. 30
1) Final physical arrangement is determined by the Contractor, subject to the 31
City's approval. 32
2) Show, by symbol or note, the vertical location of the Item ("under slab", "in 33
ceiling plenum", "exposed", and the like). 34
3) Make all identification sufficiently descriptive that it may be related 35
reliably to the Specifications. 36
c. The City may waive the requirements for conversion of schematic layouts 37
where, in the City's judgment, conversion serves no useful purpose. However, 38
do not rely upon waivers being issued except as specifically issued in writing 39
by the City. 40
B. Final Project Record Documents 41
1. Transfer of data to Drawings 42
a. Carefully transfer change data shown on the job set of Record Drawings to the 43
corresponding final documents, coordinating the changes as required. 44
b. Clearly indicate at each affected detail and other Drawing a full description of 45
changes made during construction, and the actual location of items. 46
c. Call attention to each entry by drawing a "cloud" around the area or areas 47
affected. 48
01 78 39 - 4
DAP PROJECT RECORD DOCUMENTS
Page 4 of 4
CITY OF FORT WORTH Rockbrook Master Infrastructure
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS City Project No. 105383
Revised April 7, 2014
d. Make changes neatly, consistently and with the proper media to assure 1
longevity and clear reproduction. 2
2. Transfer of data to other Documents 3
a. If the Documents, other than Drawings, have been kept clean during progress of 4
the Work, and if entries thereon have been orderly to the approval of the City, 5
the job set of those Documents, other than Drawings, will be accepted as final 6
Record Documents. 7
b. If any such Document is not so approved by the City, secure a new copy of that 8
Document from the City at the City's usual charge for reproduction and 9
handling, and carefully transfer the change data to the new copy to the approval 10
of the City. 11
3.5 REPAIR / RESTORATION [NOT USED] 12
3.6 RE-INSTALLATION [NOT USED] 13
3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 14
3.8 SYSTEM STARTUP [NOT USED] 15
3.9 ADJUSTING [NOT USED] 16
3.10 CLEANING [NOT USED] 17
3.11 CLOSEOUT ACTIVITIES [NOT USED] 18
3.12 PROTECTION [NOT USED] 19
3.13 MAINTENANCE [NOT USED] 20
3.14 ATTACHMENTS [NOT USED] 21
END OF SECTION 22
23
Revision Log
DATE NAME SUMMARY OF CHANGE
4/7/2014 M.Domenech Revised for DAP Application
24
GC-4.02 Subsurface and Physical Conditions
Page 1 of 1
Rockbrook Master Infrastructure
City Project No. 105383
GC-4.02 SUBSURFACE AND PHYSICAL CONDITIONS
GEOTECHNICAL EXPLORATION
PAVEMENT RECOMMENDATIONS AND SEWER PROFILE BORINGS
Off Aledo Road
Fort Worth, Texas
UES Report No. W240571
June 18, 2024
Prepared for:
PMB TEAM RANCH DEVCO LLC
4001 Maple Avenue, Suite 270
Dallas, Texas 75219
Attention: Mr. Sam Buchholz
Prepared By:
June 18, 2024
PMB Team Ranch Devco LLC
4001 Maple Avenue, Suite 270
Dallas, Texas 75219
Attention: Mr. Sam Buchholz
Re: Geotechnical Exploration
Pavement Recommendations and Sewer Profile Borings
Off Aledo Road
Fort Worth, Texas
UES Report No. W240571
Attached is the report of the geotechnical exploration performed for the project referenced above. This
study was authorized by Mr. Sam Buchholz on March 20, 2024 and performed in accordance with ALPHA
Proposal No. 103070-rev2, dated March 20, 2024.
At the time of our initial field investigation, Borings 1 through 6, 9 through 11, 13 through 16 and 20 were
not performed due to inaccessibility of the site. An additional remobilization of an all-terrain drilling unit
was authorized by Mr. Sam Buchholz on April 29, 2024 and performed in accordance with ALPHA Proposal
No. 103070-1, dated April 29, 2024.
This report contains results of field explorations and laboratory testing and an engineering interpretation
of these with respect to available project characteristics. The results and analyses were used to develop
recommendations to aid design and construction of public pavement.
UES PROFESSIONAL SOLUTIONS 44, LLC appreciates the opportunity to be of service on this project. If we
can be of further assistance, such as providing materials testing services during construction, please
contact our office.
Sincerely,
UES PROFESSIONAL SOLUTIONS 44, LLC
June 18, 2024
Karina Cohuo Brian J. Hoyt, P.E.
Geotechnical Project Manager Area Managing Director
KC/BJH/ws
Copies: (1-PDF) Client
UES REPORT NO. W240571
1.0 PURPOSE AND SCOPE ......................................................................................................... 1
2.0 PROJECT CHARACTERISTICS ................................................................................................ 1
3.0 FIELD EXPLORATION ............................................................................................................ 2
4.0 LABORATORY TESTS ............................................................................................................ 2
5.0 GENERAL SUBSURFACE CONDITIONS ................................................................................. 3
6.0 DESIGN RECOMMENDATIONS ............................................................................................ 4
6.1 Existing Creek .......................................................................................................... 4
6.2 Summary of Recommendations ............................................................................. 4
6.3 Pavement Subgrade Preparation ............................................................................ 5
6.4 Portland Cement Concrete Pavement Section ....................................................... 6
6.2 Soluble Sulfates ....................................................................................................... 7
6.3 Drainage and Other Considerations ....................................................................... 8
7.0 GENERAL CONSTRUCTION PROCEDURES AND guidelines .................................................. 8
7.1 Site Preparation and Grading.................................................................................. 8
7.2 Fill Compaction ..................................................................................................... 10
7.3 Utilities .................................................................................................................. 11
7.4 Groundwater ......................................................................................................... 11
8.0 LIMITATIONS ..................................................................................................................... 12
APPENDIX
A-1 Methods of Field Exploration
Boring Location Plans – Figure 1A and 1B
B-1 Methods of Laboratory Testing
Logs of Borings
Key to Soil Symbols and Classifications
TABLE OF CONTENTS
UES Report No. W240571
1
1.0 PURPOSE AND SCOPE
The purpose of this geotechnical exploration is for UES PROFESSIONAL SOLUTIONS 44, LLC (UES)
to evaluate for PMB Team Ranch Devco LLC (Client) some of the physical and engineering
properties of subsurface materials at selected locations on the subject site with respect to
formulation of appropriate geotechnical design parameters for the proposed construction. The
field exploration was accomplished by securing subsurface samples from widely spaced test
borings performed across the expanse of the site. Engineering analyses were performed from
results of the field exploration and results of laboratory tests performed on representative
samples.
Also included are general comments pertaining to reasonably anticipated construction problems
and recommendations concerning earthwork and quality control testing during construction.
This information can be used to evaluate subsurface conditions and to aid in ascertaining
construction meets project specifications.
Recommendations provided in this report were developed from information obtained in a test
boring depicting subsurface conditions only at the specific boring location and at the particular
time designated on the log. Subsurface conditions at other locations may differ from those
observed at the boring locations, and subsurface conditions at boring locations may vary at
different times of the year. The scope of work may not fully define the variability of subsurface
materials and conditions that are present on the site.
The nature and extent of variations at the boring may not become evident until construction. If
significant variations then appear evident, our office should be contacted to re -evaluate our
recommendations after performing on-site observations and possibly other tests.
2.0 PROJECT CHARACTERISTICS
It is proposed to construct 2 miles of new pavement generally located east of the intersection of
Aledo Road and Chapin School Road in Fort Worth, Texas. A site plan illustrating the general
outline of the property is provided as Figures 1A and 1B, the Boring Location Plan, in the
Appendix.
At the time the field exploration was performed, the site in the vicinity of Borings 1 through 5
consisted of a vacant tract of land with scattered trees and a creek between Borings 4 and 5
oriented in the north-south direction. The site in the vicinity of Borings 6 through 20 consisted
of grassy areas adjacent to existing pavement on Aledo Road with scattered trees. No
information regarding previous development on the site was provided to us.
Grading plans prepared by LJA Engineering (Dated September 8, 2023) indicate the site in the
vicinity of Borings 1 through 5 slopes down towards the creek between Borings 4 and 5 about 48
ft (approximate elevation 845 ft to 797 ft).
UES Report No. W240571
2
Sewer and water plans prepared by LJA Engineering (LJA Project ID NT840-0170, sealed January
17, 2023, Sheets 9-20) indicate the site in the vicinity of Borings 6 through 20 slopes down
towards the east about 52 ft (approximate elevation 782 ft to 730 ft). These plans also indicate
the sewer and water lines will be embedded to a maximum depths of about 16 ft and 5 ft,
respectively.
Pavement analyses and recommendations contained herein were performed in accordance with
the City of Fort Worth Pavement Design Manual (January 2015). We understand the proposed
street within the subdivision could be classified as “Residential-Urban”, “Collector” or “Arterial”,
as described in the referenced manual. Grading plans were not available for the pavement at the
time of this study. For the purpose of our analysis, we have assumed maximum cuts and/or fills
of up to 2 ft will be required to achieve final grades.
3.0 FIELD EXPLORATION
Subsurface conditions on the site were explored by drilling a total of 20 test borings. Fourteen
(14) test borings were drilled to a depth of about 10 ft, two (2) test borings were drilled to a depth
of about 15 ft, three (3) test borings were drilled to a depth of about 20 ft and one (5) test boring
was drilled to a depth of about 30 ft. The test bores were drilled in general accordance with
ASTM Standard D 420 using standard rotary drilling equipment. The approximate location of
each test boring is shown on the Boring Location Plans, Figures 1A and 1B, enclosed in the
Appendix. Details of drilling and sampling operations are briefly summarized in Methods of Field
Exploration, Section A-1 of the Appendix.
Subsurface types encountered during the field exploration are presented on Log of Boring sheets
included in the Appendix. The boring logs contain our Field Technician's and Engineer's
interpretation of conditions believed to exist between actual samples retrieved. Therefore, these
boring logs contain both factual and interpretive information. Lines delineating subsurface strata
on the boring logs are approximate and the actual transition between strata may be gradual.
4.0 LABORATORY TESTS
Selected samples of the subsurface materials were tested in the laboratory to evaluate their
engineering properties as a basis in providing recommendations for pavement design and
earthwork construction. The following laboratory tests were performed to facilitate pavement
section recommendations:
• Moisture Content (ASTM D 2216)
• Atterberg-Limits (ASTM D 4318)
• Unconfined Compressive Strength (ASTM D 2166)
• Sulfate Content (TX-145-E Part II)
• Lime Series (Plasticity Index vs. Lime Content)
UES Report No. W240571
3
A brief description of testing procedures used in the laboratory can be found in Methods of
Laboratory Testing, Section B-1 of the Appendix. Individual test results are presented on the Log
of Boring sheets enclosed in the Appendix.
5.0 GENERAL SUBSURFACE CONDITIONS
Pavement Borings (Borings 1 through 5)
Based on geological atlas maps available from the Bureau of Economic Geology, published by the
University of Texas at Austin, the project site lies within mapped interface of the Kiamichi
formation and the Duck Creek Limestone formation. These formations also generally consist of
limestone and marl with low to high shrink/swell potential overburden clays. Geological
formations can be highly variable at or near geological interfaces.
Subsurface conditions encountered in Borings 1 through 5 generally consisted of clay to depths
of approximately 1 ft to 8 ft beneath the ground surface underlain by limestone extending to the
10 ft termination depth of the borings.
Pavement and Sewer Borings (Borings 6 through 20)
Based on geological atlas maps available from the Bureau of Economic Geology, published by The
University of Texas at Austin, this site lies within the undivided Goodland Limestone and Walnut
Clay Formation. This undivided formation generally consists of limestone with clay beds. The
residual overburden clay soils in this formation are typically characterized by moderate to high
shrink/swell potential.
Subsurface conditions encountered in about ¼ of the borings generally consisted of clay
extending to 10 ft and 15 ft termination depths of the borings. Subsurface condition encountered
in most of of the borings generally consisted of clay to depths of approximately 1 ft to 16 ft
beneath the ground surface underlain by limestone extending to the 10 ft, 20 ft and 30 ft
termination depths of the borings. Subsurface conditions encountered in Boring 14 generally
consisted of limestone at the surface extending to 15 ft termination depth of the boring.
More detailed stratigraphic information is presented on the attached Log of Boring sheets.
The clay and limestone encountered in the borings are considered relatively impermeable and
are expected to have a relatively slow response to water movement. Therefore, several days of
observation would be required to evaluate actual groundwater levels within the depth explored.
The groundwater level at the site is anticipated to fluctuate seasonally depending on the amount
of rainfall, prevailing weather conditions and subsurface drainage characteristics.
Groundwater was encountered on drilling tools during drilling in Borings 6, 10, 17 and 20 at
approximate depths of 6 ft to 15 ft beneath the ground surface. Groundwater was observed
immediately upon completion of drilling in the open boreholes in these borings at depths of
about 3 ft to 17 ft. No free groundwater was encountered in the remaining borings. However, it
UES Report No. W240571
4
is common to encounter seasonal groundwater ifrom natural fractures within the clayey matrix
and at the soil/rock (limestone) interface or from fractures in the rock (limestone), particularly
during or after periods of precipitation. If more detailed groundwater information is required,
monitoring wells or piezometers can be installed.
Further details concerning subsurface materials and conditions encountered can be obtained
from the Log of Boring sheets provided in the Appendix.
6.0 DESIGN RECOMMENDATIONS
The following design recommendations were developed on the basis of the previously described
Project Characteristics (Section 2.0) and General Subsurface Conditions (Section 5.0) and in
accordance with the City of Fort Worth Pavement Design Manual (January 2015). Should the
project criteria change, our office should conduct a review to determine if modifications to the
recommendations are required. Further, it is recommended our office be provided with a copy
of the final building plans and specifications for rev iew prior to construction.
The following design criteria given in this report were developed according to the referenced
grading plans. Cutting and filling on the other than depicted on the grading plans can alter the
recommended design parameters. Therefore, it is recommended our office be contacted before
performing other cutting and filling on site. Therefore, it is recommended our office be notified
if current grading changes in order to review our recommendations.
6.1 Existing Creek
As discussed in Section 2.0, a creek was observed between Borings 4 and 5. We expect the creek
could be backfilled in the course of site development. The creek should be dewatered and de -
mucked so that all organic, soft and unsuitable materials are removed, and a firm native subgrade
is exposed prior to backfilling.
The depth of the creek was not known at the time of this study. We expect the creek could be
backfilled through the course of site development. Even if the creek backfill is properly
compacted, fills in excess of about 10 ft are still subject to settlements over time of up to about
1 to 2 percent of the total fill thickness. This should be considered when backfilling creeks below
structures sensitive to settlement.
6.2 Summary of Recommendations
Table A contains a summary of pavement section requirements for proposed streets at the
subject project.
UES Report No. W240571
5
TABLE A
Summary of Pavement Section Requirements
Street Classification Residential -Urban Collector Arterial
PCC Pavement Thickness(in) placed
on lime stabilized subgrade soil 6 7½ 10
28-day Concrete Compressive
Strength (psi) 3,600 3,600 3,600
Subgrade Treatment 6 inches Lime 8 inches Lime 8 inches Lime
Application Rate (lbs per sq yd) 30 36 36
Reinforcing Bar No. 3 3 4
Reinforcing Bar Spacing (in) 18 18 18
Further recommendations and analyses used to develop the summary in Table A are provided
further in this report.
6.3 Pavement Subgrade Preparation
Based on review of the borings, it is expected the pavement subgrade could consist of clay soils
or similar onsite materials used for grading the site. In addition, the pavement subgrade could
also consist of limestone in some areas depending on the given location along the alignment and
grading requirements. Since the subgrade conditions and required treatments could vary along
the proposed road alignment, UES should be retained to observe construction to verify
conditions are as expected. Also, we should be provided with the final grading plan for review
prior to construction to verify or modify in writing the recommendations contained in this report.
The exposed clayey surface soils should be scarified to a depth of 6 inches and 8 inches for
Residential Urban and Collector/Arterial streets, respectively, and mixed with a minimum 30 and
36 lbs per sq yard of hydrated lime (by dry soil weight) in conformance with TxDOT Standard
Specifications Item 260. The application rate for Residential Urban streets is the minimum
required by the City of Fort Worth. The application rate for Collector/Arterial streets is based on
a 6 percent based on a dry unit soil weight of 100 pcf for the pavement subgrade. The results of
lime series tests performed on representative clay samples are attached (Figures 2A and 2B).
We recommend lime stabilization procedures extend at least 1 ft beyond the edge of the
pavement to reduce effects of seasonal shrinking and swelling upon the extreme edges of
pavement. The soil-lime mixture should be compacted to at least 95 percent of standard Proctor
maximum dry density (ASTM D 698) and within the range of 0 to 4 percentage points above the
mixture's optimum moisture content. In all areas where hydrated lime is used to st abilize
subgrade soil, routine Atterberg-limit tests should be performed to verify the resulting plasticity
index of the soil-lime mixture is at/or below 15.
UES Report No. W240571
6
Lime stabilization of the pavement subgrade is not required where the pavement subgrade
consists of limestone. In pavement areas where limestone is exposed after final subgrade
elevation is achieved, on-site lime stabilized clay cuttings, on-site processed limestone cuttings,
or flexible base material could be used as a leveling course (as needed) to provide a smooth
surface for placement of the pavement.
Mechanical lime stabilization of the pavement subgrade soil will not prevent normal seasonal
movement of the underlying untreated materials. Pavement and other flatwork constructed at
final grades could experience soil-related potential seasonal movements of about 5 inches.
California Bearing Ratio (CBR) tests were not performed for this specific project. However, based
on our experience in the area and similar conditions, the CBR value for the natural clay soil is
estimated to be about 2 to 3. Following improvement with lime, the CBR value for the lime
stabilized clayey soils is expected to be at least 10.
6.4 Portland Cement Concrete Pavement Section
Using the 1993 AASHTO pavement design procedures (WinPAS computer program distributed by
American Concrete Pavement Association), the following design parameters were used in
analyses of the PCC pavement section.
• Compressive strength of concrete 3,600 psi at 28 days
• Modulus of Elasticity 4,000,000 psi
• Modulus of Rupture 620 psi
• Modulus of Subgrade Reaction* 280 pci
• Load Transfer Co-efficient 3.0
• Drainage Coefficient 1.0
• Initial PSI 4.5
• Terminal PSI for 2.0 (Residential Urban)
2.25 (Collector)
2.5 (Arterial)
• Standard Deviation 0.39
• Reliability 85 percent
*Subgrade prepared with lime stabilization, or graded limestone as discussed in the previous
section.
Using the Street Classification of “Residential-Urban” as described in the referenced Fort Worth
Pavement Design Manual, it is estimated annual traffic volume will be about 35,000 Equivalent
Single Axle Loads (ESALs) in one direction over a 25-year design life with 0.5 percent annual traffic
growth. Based on this, we estimate the cumulative ESALs over the design life of the Residential
Urban street pavement to be about 930,000.
UES Report No. W240571
7
Using the Street Classification of “Collector” as described in the referenced Fort Worth Pavement
Design Manual, the annual traffic volume will be about 100,000 Equivalent Single Axle Loads
(ESALs) in one direction over a 25-year design life with 1.5 percent annual traffic growth. Based
on this, we estimate the cumulative ESALs over the design life of the pavement to be about
3,000,000.
Using the Street Classification of “Arterial” as described in the referenced Fort Worth Pavement
Design Manual, the annual traffic volume will be about 300,000 Equivalent Single Axle Loads
(ESALs) in one direction over a 30-year design life with 2.5 percent annual traffic growth. Based
on this, we estimate the cumulative ESALs over the design life of the pavement to be about
13,000,000.
If the actual expected traffic volume is different than used for our analysis herein, our office
should be provided with the actual expected traffic volume so that we can re -evaluate our
recommendations.
Based on the subgrade preparations recommended herein, the projected traffic volume and
stated design parameters, a minimum 6-inch section of Portland cement concrete is required for
Residential Urban classified streets, a minimum 7½-inch section of Portland cement concrete is
required for Collector classified streets and a minimum 10 -inch section of Portland cement
concrete is required for Arterial classified streets at this project.
PCC should have a minimum 3,600 psi compressive strength at 28 days. The concrete section
should be placed over a properly prepared subgrade as discussed herein. Concrete should be
designed with 4.5 ± 1.5 percent entrained air. Reinforcing steel for con crete pavement should
be in accordance with Table 4.1 of the referenced Pavement Design Manual. Joints and saw -
cutting in concrete should be in accordance with Section Four of the referenced Pavement Design
Manual.
6.2 Soluble Sulfates
A total of four (4) samples obtained from the borings were tested for soluble sulfate
concentrations. Results of the laboratory testing (TxDOT Test Method TEX-145-E Part II) are
summarized in Table B.
UES Report No. W240571
8
TABLE B
Soluble Sulfates
Sample
No.
Boring
No.
Depth,
ft Material Type Soluble Sulfate,
mg/Kg (ppm)
1 4 0-2 Dark Brown CLAY 95
2 7 2-4 Dark Brown CLAY 81
3 13 2-4 Tan CLAY 62
4 17 4-6 Brown CLAY 51
Based on the results of laboratory testing, the soluble sulfate content measured in the samples
tested is considered relatively low (<3,000 ppm). It should be noted that concentrations of
soluble sulfates in soil are typically very localized and concentrations in other areas of the site
could vary significantly. Therefore, it is recommended sulfate sampling/testing be performed
along the pavement subgrade during construction. During construction, experienced
geotechnical personnel should make close observations for possible sulfate reactions.
6.3 Drainage and Other Considerations
Routine maintenance, including sealing of cracks and joints should be performed over the life of
the pavement. Adequate drainage should be provided to reduce seasonal variations in the
moisture content of subgrade soils. Maintaining positive surface drainage throughout the life
of the pavement is essential.
7.0 GENERAL CONSTRUCTION PROCEDURES AND GUIDELINES
Variations in subsurface conditions could be encountered during construction. To permit
correlation between test boring data and actual subsurface conditions encountered during
construction, it is recommended a registered Professional Engineering firm be retained to
observe construction procedures and materials.
Some construction problems, particularly degree or magnitude, cannot be reasonably
anticipated until the course of construction. The recommendations offered in the following
paragraphs are intended not to limit or preclude other conceivable solutions, but rather to
provide our observations based on our experience and understanding of the project
characteristics and subsurface conditions encountered in the boring.
7.1 Site Preparation and Grading
Limestone was encountered at the ground surface in Boring 14 and within 4 ft of the ground
surface in some of the borings. We expect limestone will be encountered during grading and
general excavation at this site. From our experience, this limestone can be hard and difficult to
excavate. Rock excavation methods (including, but not limited to rock teeth, rippers, jack
hammers, or sawcutting) may be required to remove the limestone. Crushing equipment may
UES Report No. W240571
9
be required to process this limestone if it is desired to use this material as compacted fill on the
site. The contractor selected should have experience with excavation in hard limestone.
All areas to receive new fill should be properly prepared.
• After completion of the necessary stripping, clearing, and excavating and prior to
placing any required fill, the exposed subgrade should be carefully evaluated by
probing and testing. Any undesirable material (organic material, wet, soft, or
loose soil) still in place should be removed.
• The exposed subgrade should be further evaluated by proof -rolling with a heavy
pneumatic tired roller, loaded dump truck or similar equipment weighing
approximately 25 tons to check for pockets of soft or loose material hidden
beneath a thin crust of possibly better soil.
• Proof-rolling procedures should be observed routinely by a Professional Engineer
or his designated representative. Any undesirable material (organic material, wet,
soft, or loose soil) exposed from the proof roll should be removed and replaced
with well-compacted material as outlined in Section 7.3.
• Prior to placement of any fill, the exposed subgrade should then be scarified to a
minimum depth of 6 inches and recompacted as outlined in Section 7.3.
If fill is to be placed on existing slopes (natural or constructed) steeper than six horizontal to one
vertical (6:1), the fill materials should be benched into the existing slopes in such a manner as to
provide a minimum bench width of five (5) ft. This should provide a good contact between the
existing soils and new fill materials, reduce potential sliding planes, and allow relatively horizontal
lift placements.
Even if fill is properly compacted as recommended in Section 7.3, fills in excess of about 10 ft are
still subject to settlements over time of up to about 1 to 2 percent of the total fill thickness. This
should be considered when planning or placing deep fills.
Slope stability analysis of embankments (natural or constructed) and global stability analysis for
retaining walls was not within the scope of this study.
The contractor is responsible for designing any excavation slopes, temporary sheeting or shoring.
Design of these structures should include any imposed surface surcharges. Construction site
safety is the sole responsibility of the contractor, who shall a lso be solely responsible for the
means, methods and sequencing of construction operations. The contractor should also be
aware that slope height, slope inclination or excavation depths (including utility trench
excavations) should in no case exceed those specified in local, state and/or federal safety
regulations, such as OSHA Health and Safety Standard for Excavations, 29 CFR Part 1926, or
UES Report No. W240571
10
successor regulations. Stockpiles should be place well away from the edge of the excavation and
their heights should be controlled so they do not surcharge the sides of the excavation. Surface
drainage should be carefully controlled to prevent flow of water over the slopes and/or into the
excavations. Construction slopes should be closely observed for signs of mass movement,
including tension cracks near the crest or bulging at the toe. If potential stability problems are
observed, a geotechnical engineer should be contacted immediately. Shoring, bracing or
underpinning required for the project (if any) should be designed by a professional engineer
registered in the State of Texas.
Due to the nature of the clay soils found near the surface at the borings, traffic of heavy
equipment (including heavy compaction equipment) may create pumping and general
deterioration of shallow soils. Therefore, some construction difficulties should be anticipated
during periods when these soils are saturated.
7.2 Fill Compaction
The following recommendations pertain to general fill compaction. The final pavement subgrade
should be compacted as recommended in Section 6.2.
Clay soils used for general fill with a plasticity index equal to or greater than 25 should be
compacted to a dry density between 93 and 98 percent of standard Proctor maximum dry density
(ASTM D 698). The compacted moisture content of the clays during placem ent should be within
the range of +2 to +6 percentage points of the material’s optimum moisture.
Clay soils used as general fill with a plasticity index below 25 should be compacted to a dry density
of at least 95 percent of standard Proctor maximum dry density (ASTM D 698) and within the
range of 1 percentage point below to 3 percentage points above the material's optimum
moisture content.
Clayey materials used as fill should be processed such that the largest particle or clod is less than
6 inches prior to compaction.
Where mass fills are deeper than 10 ft, the fill/backfill below 10 ft should be compacted to at
least 100 percent of standard Proctor maximum dry density (ASTM D 698) and within – 2 to +2
percentage points of the material's optimum moisture content. The po rtion of the fill/backfill
shallower than 10 ft should be compacted as outlined above.
Compaction should be accomplished by placing fill in about 8-inch thick loose lifts and
compacting each lift to at least the specified minimum dry density. Field density and moisture
content tests should be performed on each lift.
UES Report No. W240571
11
In general site grading areas where final fill slopes will be four horizontal to one vertical (4:1) or
steeper and greater than 5 ft in height, field density and moisture content tests should be
performed on each lift.
7.3 Utilities
Where utility lines are deeper than 10 ft, the fill/backfill below 10 ft should be compacted to at
least 100 percent of standard Proctor maximum dry density (ASTM D 698) and within –2 to +2
percentage points of the material's optimum moisture content. The portion of the fill/backfill
shallower than 10 ft should be compacted as previously outlined. Density tests should be
performed on each lift (maximum 12-inch thick) and should be performed as the trench is being
backfilled.
Even if fill is properly compacted, fills in excess of about 10 ft are still subject to settlements over
time of up to about 1 to 2 percent of the total fill thickness. This should be considered when
designing pavement over utility lines.
If utility trenches or other excavations extend to or beyond a depth of 5 ft below construction
grade, the contractor or others shall be required to develop an excavation safety plan to protect
personnel entering the excavation or excavation vicinity. The collection of specific geotechnical
data and the development of such a plan, which could include designs for sloping and benching
or various types of temporary shoring, is beyond the scope of this study. Any such designs and
safety plans shall be developed in accordance with current OSHA guidelines and other applicable
industry standards.
7.4 Groundwater
Groundwater was encountered in Borings 6, 10, 17 and 20 at approximate depths of 6 ft to 15 ft
beneath the ground surface. However, from our experience, shallower groundwater seepage
could be encountered in excavations for pavement, utilities and other general excavations at this
site. The risk of seepage increases with depth of excavation and during or after periods of
precipitation. Standard sump pits and pumping may be adequate to control seepage on a local
basis.
In any areas where cuts are made, attention should be given to possible seasonal water seepage
that could occur through natural cracks and fissures in the newly exposed stratigraphy. The risk
of seepage is increased where limestone is exposed in excavations and slopes or is near final
grade. In these areas subsurface drains may be required to intercept seasonal groundwater
seepage. The need for these or other dewatering devices should be carefully addressed during
construction. Our office could be contacted to visually observe final grades to evaluate the need
for such drains.
UES Report No. W240571
12
8.0 LIMITATIONS
Professional services provided in this geotechnical exploration were performed, findings
obtained, and recommendations prepared in accordance with generally accepted geotechnical
engineering principles and practices. The scope of services provided herein does not include an
environmental assessment of the site or investigation for the presence or absence of hazardous
materials in the soil, surface water or groundwater. UES, upon written request, can be retained
to provide these services.
UES is not responsible for conclusions, opinions or recommendations made by others based on
this data. Information contained in this report is intended for the exclusive use of the Client (and
their designated design representatives), and is related solely to design of the specific structures
outlined in Section 2.0. No party other than the Client (and their designated design
representatives) shall use or rely upon this report in any manner whatsoever unless such party
shall have obtained UES’s written acceptance of such intended use. Any such third party using
this report after obtaining UES’s written acceptance shall be bound by the limitations and
limitations of liability contained herein, including UES’s liability being limited to the fee paid to it
for this report. Recommendations presented in this report should not be used for design of any
other structures except those specifically described in this report. In all areas of this report in
which UES may provide additional services if requested to do so in writing, it is presumed that
such requests have not been made if not evidenced by a written document accepted by UES.
Further, subsurface conditions can change with passage of time. Recommendations contained
herein are not considered applicable for an extended period of time after the completion date of
this report. It is recommended our office be contacted for a review of the contents of this report
for construction commencing more than one (1) year after completion of this report. Non -
compliance with any of these requirements by the Client or anyone else shall release UES from
any liability resulting from the use of, or reliance upon, this report.
Recommendations provided in this report are based on our understanding of information
provided by the Client about characteristics of the project. If the Client notes any deviation from
the facts about project characteristics, our office should be contacted immediately since this may
materially alter the recommendations. Further, UES is not responsible for damages resulting
from workmanship of designers or contractors. It is recommended the Owner retain qualified
personnel, such as a Geotechnical Engineering firm, to verify construction is performed in
accordance with plans and specifications.
APPENDIX
UES Report No. W240571
A-1 METHODS OF FIELD EXPLORATION
Using standard rotary drilling equipment, a total of 20 test borings were performed for this
geotechnical exploration. The approximate locations of the borings are shown on the Boring
Location Plans, Figures 1A and 1B. The test boring locations were staked by either pacing or
taping and estimating right angles from landmarks which could be identified in the field and as
shown on the site plan provided during this study. The locations of test borings shown on the
Boring Location Plan are considered accurate only to the degree implied by the methods used to
define them.
Relatively undisturbed samples of the cohesive subsurface materials were obtained by
hydraulically pressing 3-inch O.D. thin-wall sampling tubes into the underlying soils at selected
depths (ASTM D 1587). These samples were removed from the sampling tubes in the field and
evaluated visually. One representative portion of each sample was sealed in a plastic bag for use
in future visual evaluation and possible testing in the laboratory.
Texas Department of Transportation Texas Cone Penetration (TCP) tests were completed in the
field to determine the apparent in-place strength characteristics of the rock type materials. A 3-
inch diameter steel cone driven by a 170-pound hammer dropped 24 inches is the basis for TxDOT
strength correlations. Depending on the resistance (strength) of the materials, either the number
of blows of the hammer required to provide 12 inches of penetration, or the inches of
penetration of the cone due to 100 blows of the hammer are recorded on the field logs an d are
shown on the Log of Boring sheets as “TX Cone” (reference: TxDOT Test Method TEX 132-E).
Logs of the borings are included in the Appendix. The logs show visual descriptions of subsurface
strata encountered using the Unified Soil Classification System. Sampling information, pertinent
field data, and field observations are also included. Samples not consumed by testing will be
retained in our laboratory for at least 14 days and then discarded unless the Client requests
otherwise.
BORING LOCATION PLANGEOTECHNICAL EXPLORATIONPAVEMENT RECOMMENDATIONS ANDSEWER PROFILE BORINGSOFF ALEDO ROADFORT WORTH, TEXASUES PROJECT NO. W240571FIGURE 1A CHAPIN SCHOOL ROAD CHAPIN SCHOOL ROAD NAPPROXIMATE BORING LOCATION
BORING LOCATION PLANGEOTECHNICAL EXPLORATIONPAVEMENT RECOMMENDATIONS ANDSEWER PROFILE BORINGSOFF ALEDO ROADFORT WORTH, TEXASUES PROJECT NO. W240571FIGURE 1BB-11B-13B-12B-14B-15B-16B-17B-18B-19B-20B-6B-7B-8B-9B-10 CHAPIN SCHOOL ROAD B-11B-13B-12B-14B-15B-16B-17B-18B-19B-20B-6B-7B-8B-9B-10 CHAPIN SCHOOL ROAD NAPPROXIMATE BORING LOCATION
UES Report No. W240571
B-1 METHODS OF LABORATORY TESTING
Representative samples were evaluated and classified by a qualified member of the Geotechnical
Division and the boring logs were edited as necessary. To aid in classifying the subsurface
materials and to determine the general engineering characteristics, natural moisture content
tests (ASTM D 2216), Atterberg-limit tests (ASTM D 4318), and dry unit weight determinations
were conducted on selected samples. In addition, unconfined compressive strength tests (ASMT
D 2166) and pocket-penetrometer tests were conducted on selected soil samples to evaluate the
soil shear strength. Results of these laboratory tests are provided on the Log of Boring sheets.
Client:
Project:
Start Date:End Date:
Drilling Method:
BORING NO.:
PROJECT NO.:
Location:
Surface Elevation:
West:
North:
Hammer Drop (lbs / in):Depth, feetGraphic LogMATERIAL DESCRIPTION Sample TypeRecovery %RQDTX Cone or Std.Pen. (blows/ft, in)PocketPenetrometer (tsf)Unconfined Comp.Strength (tsf)% PassingNo. 200 SieveUnit Dry Weight(pcf)Water Content, %Liquid LimitPlastic LimitPlasticity IndexSwell, %GROUND WATER OBSERVATIONS
On Rods (ft):
After Drilling (ft):
After Hours (ft):
PMB Team Ranch Devco LLC
Pavement Recommendations and Sewer Profile Borings
5/8/2024 5/8/2024
CONTINUOUS FLIGHT AUGER
1
W240571
Fort Worth, Texas
170 / 24
DRY
DRY
5058 Brush Creek Rd.
Fort Worth, Texas 76119
Phone: 817-496-5600
Fax: 817-496-5608
www.alphatesting.com
5
10
15
20
25
30
Brown CLAY with limestone fragments and seams
4.0
Tan LIMESTONE with clay seams
10.0
TEST BORING TERMINATED AT 10 FT
11 38 18 20
11
10
11100/2.50"
Sheet 1 of 1
Client:
Project:
Start Date:End Date:
Drilling Method:
BORING NO.:
PROJECT NO.:
Location:
Surface Elevation:
West:
North:
Hammer Drop (lbs / in):Depth, feetGraphic LogMATERIAL DESCRIPTION Sample TypeRecovery %RQDTX Cone or Std.Pen. (blows/ft, in)PocketPenetrometer (tsf)Unconfined Comp.Strength (tsf)% PassingNo. 200 SieveUnit Dry Weight(pcf)Water Content, %Liquid LimitPlastic LimitPlasticity IndexSwell, %GROUND WATER OBSERVATIONS
On Rods (ft):
After Drilling (ft):
After Hours (ft):
PMB Team Ranch Devco LLC
Pavement Recommendations and Sewer Profile Borings
5/8/2024 5/8/2024
CONTINUOUS FLIGHT AUGER
2
W240571
Fort Worth, Texas
170 / 24
DRY
DRY
5058 Brush Creek Rd.
Fort Worth, Texas 76119
Phone: 817-496-5600
Fax: 817-496-5608
www.alphatesting.com
5
10
15
20
25
30
Brown CLAY with limestone fragments 1.0
Tan LIMESTONE with clay seams
10.0
TEST BORING TERMINATED AT 10 FT
4.0 190.7 91 38 19 19
100/2"
Sheet 1 of 1
Client:
Project:
Start Date:End Date:
Drilling Method:
BORING NO.:
PROJECT NO.:
Location:
Surface Elevation:
West:
North:
Hammer Drop (lbs / in):Depth, feetGraphic LogMATERIAL DESCRIPTION Sample TypeRecovery %RQDTX Cone or Std.Pen. (blows/ft, in)PocketPenetrometer (tsf)Unconfined Comp.Strength (tsf)% PassingNo. 200 SieveUnit Dry Weight(pcf)Water Content, %Liquid LimitPlastic LimitPlasticity IndexSwell, %GROUND WATER OBSERVATIONS
On Rods (ft):
After Drilling (ft):
After Hours (ft):
PMB Team Ranch Devco LLC
Pavement Recommendations and Sewer Profile Borings
5/8/2024 5/8/2024
CONTINUOUS FLIGHT AUGER
3
W240571
Fort Worth, Texas
170 / 24
DRY
DRY
5058 Brush Creek Rd.
Fort Worth, Texas 76119
Phone: 817-496-5600
Fax: 817-496-5608
www.alphatesting.com
5
10
15
20
25
30
Brown CLAY with limestone fragments
2.0
Tan LIMESTONE with clay seams
10.0
TEST BORING TERMINATED AT 10 FT
4.5 13 29 16 13
100/2.50"
Sheet 1 of 1
Client:
Project:
Start Date:End Date:
Drilling Method:
BORING NO.:
PROJECT NO.:
Location:
Surface Elevation:
West:
North:
Hammer Drop (lbs / in):Depth, feetGraphic LogMATERIAL DESCRIPTION Sample TypeRecovery %RQDTX Cone or Std.Pen. (blows/ft, in)PocketPenetrometer (tsf)Unconfined Comp.Strength (tsf)% PassingNo. 200 SieveUnit Dry Weight(pcf)Water Content, %Liquid LimitPlastic LimitPlasticity IndexSwell, %GROUND WATER OBSERVATIONS
On Rods (ft):
After Drilling (ft):
After Hours (ft):
PMB Team Ranch Devco LLC
Pavement Recommendations and Sewer Profile Borings
5/8/2024 5/8/2024
CONTINUOUS FLIGHT AUGER
4
W240571
Fort Worth, Texas
170 / 24
DRY
DRY
5058 Brush Creek Rd.
Fort Worth, Texas 76119
Phone: 817-496-5600
Fax: 817-496-5608
www.alphatesting.com
5
10
15
20
25
30
Dark Brown CLAY
2.0
Tan CLAY
8.0
Tan LIMESTONE
10.0
TEST BORING TERMINATED AT 10 FT
2.0 38 73 25 48
2.0 210.6 104 48 18 30
1.75 24
4.5+24
12100/4"
Sheet 1 of 1
Client:
Project:
Start Date:End Date:
Drilling Method:
BORING NO.:
PROJECT NO.:
Location:
Surface Elevation:
West:
North:
Hammer Drop (lbs / in):Depth, feetGraphic LogMATERIAL DESCRIPTION Sample TypeRecovery %RQDTX Cone or Std.Pen. (blows/ft, in)PocketPenetrometer (tsf)Unconfined Comp.Strength (tsf)% PassingNo. 200 SieveUnit Dry Weight(pcf)Water Content, %Liquid LimitPlastic LimitPlasticity IndexSwell, %GROUND WATER OBSERVATIONS
On Rods (ft):
After Drilling (ft):
After Hours (ft):
PMB Team Ranch Devco LLC
Pavement Recommendations and Sewer Profile Borings
5/8/2024 5/8/2024
CONTINUOUS FLIGHT AUGER
5
W240571
Fort Worth, Texas
170 / 24
DRY
DRY
5058 Brush Creek Rd.
Fort Worth, Texas 76119
Phone: 817-496-5600
Fax: 817-496-5608
www.alphatesting.com
5
10
15
20
25
30
Brown CLAY with limestone fragments
2.0
Tan LIMESTONE with clay seams
10.0
TEST BORING TERMINATED AT 10 FT
4.0 18 33 17 16
15100/3.50"
Sheet 1 of 1
Client:
Project:
Start Date:End Date:
Drilling Method:
BORING NO.:
PROJECT NO.:
Location:
Surface Elevation:
West:
North:
Hammer Drop (lbs / in):Depth, feetGraphic LogMATERIAL DESCRIPTION Sample TypeRecovery %RQDTX Cone or Std.Pen. (blows/ft, in)PocketPenetrometer (tsf)Unconfined Comp.Strength (tsf)% PassingNo. 200 SieveUnit Dry Weight(pcf)Water Content, %Liquid LimitPlastic LimitPlasticity IndexSwell, %GROUND WATER OBSERVATIONS
On Rods (ft):
After Drilling (ft):
After Hours (ft):
PMB Team Ranch Devco LLC
Pavement Recommendations and Sewer Profile Borings
5/7/2024 5/7/2024
CONTINUOUS FLIGHT AUGER
6
W240571
Fort Worth, Texas
170 / 24
15
17
5058 Brush Creek Rd.
Fort Worth, Texas 76119
Phone: 817-496-5600
Fax: 817-496-5608
www.alphatesting.com
5
10
15
20
25
30
Dark Brown CLAY
8.0
Tan CLAY
15.0
Tan LIMESTONE
20.0
TEST BORING TERMINATED AT 20 FT
1.75 20
2.75 21 60 19 41
1.5 20
2.0 29
4.5+10 51 17 34
1.75 19
16100/1"
Sheet 1 of 1
Client:
Project:
Start Date:End Date:
Drilling Method:
BORING NO.:
PROJECT NO.:
Location:
Surface Elevation:
West:
North:
Hammer Drop (lbs / in):Depth, feetGraphic LogMATERIAL DESCRIPTION Sample TypeRecovery %RQDTX Cone or Std.Pen. (blows/ft, in)PocketPenetrometer (tsf)Unconfined Comp.Strength (tsf)% PassingNo. 200 SieveUnit Dry Weight(pcf)Water Content, %Liquid LimitPlastic LimitPlasticity IndexSwell, %GROUND WATER OBSERVATIONS
On Rods (ft):
After Drilling (ft):
After Hours (ft):
PMB Team Ranch Devco LLC
Pavement Recommendations and Sewer Profile Borings
3/21/2024 3/21/2024
CONTINUOUS FLIGHT AUGER
7
W240571
Fort Worth, Texas
170 / 24
DRY
DRY
5058 Brush Creek Rd.
Fort Worth, Texas 76119
Phone: 817-496-5600
Fax: 817-496-5608
www.alphatesting.com
5
10
15
20
25
30
Dark Brown CLAY
8.0
Tan CLAY with limestone fragments
10.0
TEST BORING TERMINATED AT 10 FT
1.0 381.1 83
1.0 30 69 23 46
1.5 27
4.5+18
4.5+16
Sheet 1 of 1
Client:
Project:
Start Date:End Date:
Drilling Method:
BORING NO.:
PROJECT NO.:
Location:
Surface Elevation:
West:
North:
Hammer Drop (lbs / in):Depth, feetGraphic LogMATERIAL DESCRIPTION Sample TypeRecovery %RQDTX Cone or Std.Pen. (blows/ft, in)PocketPenetrometer (tsf)Unconfined Comp.Strength (tsf)% PassingNo. 200 SieveUnit Dry Weight(pcf)Water Content, %Liquid LimitPlastic LimitPlasticity IndexSwell, %GROUND WATER OBSERVATIONS
On Rods (ft):
After Drilling (ft):
After Hours (ft):
PMB Team Ranch Devco LLC
Pavement Recommendations and Sewer Profile Borings
3/21/2024 3/21/2024
CONTINUOUS FLIGHT AUGER
8
W240571
Fort Worth, Texas
170 / 24
DRY
DRY
5058 Brush Creek Rd.
Fort Worth, Texas 76119
Phone: 817-496-5600
Fax: 817-496-5608
www.alphatesting.com
5
10
15
20
25
30
Dark Brown CLAY
8.0
Tan CLAY with calcareous deposits
15.0
TEST BORING TERMINATED AT 15 FT
1.0 28
1.5 27
1.25 27
3.0 23
4.5+13 60 19 41
4.5+15
Sheet 1 of 1
Client:
Project:
Start Date:End Date:
Drilling Method:
BORING NO.:
PROJECT NO.:
Location:
Surface Elevation:
West:
North:
Hammer Drop (lbs / in):Depth, feetGraphic LogMATERIAL DESCRIPTION Sample TypeRecovery %RQDTX Cone or Std.Pen. (blows/ft, in)PocketPenetrometer (tsf)Unconfined Comp.Strength (tsf)% PassingNo. 200 SieveUnit Dry Weight(pcf)Water Content, %Liquid LimitPlastic LimitPlasticity IndexSwell, %GROUND WATER OBSERVATIONS
On Rods (ft):
After Drilling (ft):
After Hours (ft):
PMB Team Ranch Devco LLC
Pavement Recommendations and Sewer Profile Borings
5/7/2024 5/7/2024
CONTINUOUS FLIGHT AUGER
9
W240571
Fort Worth, Texas
170 / 24
DRY
DRY
5058 Brush Creek Rd.
Fort Worth, Texas 76119
Phone: 817-496-5600
Fax: 817-496-5608
www.alphatesting.com
5
10
15
20
25
30
Dark Brown CLAY
6.0
Tan CLAY
8.0
Tan LIMESTONE with silt seams and layers
10.0
TEST BORING TERMINATED AT 10 FT
1.5 30
2.75 32 72 25 47
2.5 26
0.5 19
100/3.50"
Sheet 1 of 1
Client:
Project:
Start Date:End Date:
Drilling Method:
BORING NO.:
PROJECT NO.:
Location:
Surface Elevation:
West:
North:
Hammer Drop (lbs / in):Depth, feetGraphic LogMATERIAL DESCRIPTION Sample TypeRecovery %RQDTX Cone or Std.Pen. (blows/ft, in)PocketPenetrometer (tsf)Unconfined Comp.Strength (tsf)% PassingNo. 200 SieveUnit Dry Weight(pcf)Water Content, %Liquid LimitPlastic LimitPlasticity IndexSwell, %GROUND WATER OBSERVATIONS
On Rods (ft):
After Drilling (ft):
After Hours (ft):
PMB Team Ranch Devco LLC
Pavement Recommendations and Sewer Profile Borings
5/7/2024 5/7/2024
CONTINUOUS FLIGHT AUGER
10
W240571
Fort Worth, Texas
170 / 24
6
3
5058 Brush Creek Rd.
Fort Worth, Texas 76119
Phone: 817-496-5600
Fax: 817-496-5608
www.alphatesting.com
5
10
15
20
25
30
Dark Brown CLAY
2.0
Brown CLAY
6.0
Tan LIMESTONE with silt seams and layers
10.0
TEST BORING TERMINATED AT 10 FT
2.25 14
2.0 19 45 18 27
1.75 19
100/2.50"
Sheet 1 of 1
Client:
Project:
Start Date:End Date:
Drilling Method:
BORING NO.:
PROJECT NO.:
Location:
Surface Elevation:
West:
North:
Hammer Drop (lbs / in):Depth, feetGraphic LogMATERIAL DESCRIPTION Sample TypeRecovery %RQDTX Cone or Std.Pen. (blows/ft, in)PocketPenetrometer (tsf)Unconfined Comp.Strength (tsf)% PassingNo. 200 SieveUnit Dry Weight(pcf)Water Content, %Liquid LimitPlastic LimitPlasticity IndexSwell, %GROUND WATER OBSERVATIONS
On Rods (ft):
After Drilling (ft):
After Hours (ft):
PMB Team Ranch Devco LLC
Pavement Recommendations and Sewer Profile Borings
5/7/2024 5/7/2024
CONTINUOUS FLIGHT AUGER
11
W240571
Fort Worth, Texas
170 / 24
DRY
DRY
5058 Brush Creek Rd.
Fort Worth, Texas 76119
Phone: 817-496-5600
Fax: 817-496-5608
www.alphatesting.com
5
10
15
20
25
30
Dark Brown CLAY
2.0
Brown CLAY
6.0
Tan CLAY with calcareous nodules
10.0
TEST BORING TERMINATED AT 10 FT
2.75 21
2.25 210.8 107 34 17 17
2.5 17
3.5 16
3.0 14
Sheet 1 of 1
Client:
Project:
Start Date:End Date:
Drilling Method:
BORING NO.:
PROJECT NO.:
Location:
Surface Elevation:
West:
North:
Hammer Drop (lbs / in):Depth, feetGraphic LogMATERIAL DESCRIPTION Sample TypeRecovery %RQDTX Cone or Std.Pen. (blows/ft, in)PocketPenetrometer (tsf)Unconfined Comp.Strength (tsf)% PassingNo. 200 SieveUnit Dry Weight(pcf)Water Content, %Liquid LimitPlastic LimitPlasticity IndexSwell, %GROUND WATER OBSERVATIONS
On Rods (ft):
After Drilling (ft):
After Hours (ft):
PMB Team Ranch Devco LLC
Pavement Recommendations and Sewer Profile Borings
3/21/2024 3/21/2024
CONTINUOUS FLIGHT AUGER
12
W240571
Fort Worth, Texas
170 / 24
DRY
DRY
5058 Brush Creek Rd.
Fort Worth, Texas 76119
Phone: 817-496-5600
Fax: 817-496-5608
www.alphatesting.com
5
10
15
20
25
30
Dark Brown CLAY 1.0
Tan LIMESTONE
15.0
Gray LIMESTONE
30.0
TEST BORING TERMINATED AT 30 FT
3.0 23 53 19 34
100/3.50"
100/1"
100/1"
100/0.50"
100/0.50"
100/0.50"
100/1"
Sheet 1 of 1
Client:
Project:
Start Date:End Date:
Drilling Method:
BORING NO.:
PROJECT NO.:
Location:
Surface Elevation:
West:
North:
Hammer Drop (lbs / in):Depth, feetGraphic LogMATERIAL DESCRIPTION Sample TypeRecovery %RQDTX Cone or Std.Pen. (blows/ft, in)PocketPenetrometer (tsf)Unconfined Comp.Strength (tsf)% PassingNo. 200 SieveUnit Dry Weight(pcf)Water Content, %Liquid LimitPlastic LimitPlasticity IndexSwell, %GROUND WATER OBSERVATIONS
On Rods (ft):
After Drilling (ft):
After Hours (ft):
PMB Team Ranch Devco LLC
Pavement Recommendations and Sewer Profile Borings
5/7/2024 5/7/2024
CONTINUOUS FLIGHT AUGER
13
W240571
Fort Worth, Texas
170 / 24
DRY
DRY
5058 Brush Creek Rd.
Fort Worth, Texas 76119
Phone: 817-496-5600
Fax: 817-496-5608
www.alphatesting.com
5
10
15
20
25
30
Brown CLAY
2.0
Tan CLAY
4.0
Tan LIMESTONE with clay and sand seams and
layers
10.0
TEST BORING TERMINATED AT 10 FT
2.25 19
4.5+13 33 16 17
100/4.50"
100/3.50"
Sheet 1 of 1
Client:
Project:
Start Date:End Date:
Drilling Method:
BORING NO.:
PROJECT NO.:
Location:
Surface Elevation:
West:
North:
Hammer Drop (lbs / in):Depth, feetGraphic LogMATERIAL DESCRIPTION Sample TypeRecovery %RQDTX Cone or Std.Pen. (blows/ft, in)PocketPenetrometer (tsf)Unconfined Comp.Strength (tsf)% PassingNo. 200 SieveUnit Dry Weight(pcf)Water Content, %Liquid LimitPlastic LimitPlasticity IndexSwell, %GROUND WATER OBSERVATIONS
On Rods (ft):
After Drilling (ft):
After Hours (ft):
PMB Team Ranch Devco LLC
Pavement Recommendations and Sewer Profile Borings
5/7/2024 5/7/2024
CONTINUOUS FLIGHT AUGER
14
W240571
Fort Worth, Texas
170 / 24
DRY
DRY
5058 Brush Creek Rd.
Fort Worth, Texas 76119
Phone: 817-496-5600
Fax: 817-496-5608
www.alphatesting.com
5
10
15
20
25
30
Tan LIMESTONE with clay seams
11.0
Gray LIMESTONE
15.0
TEST BORING TERMINATED AT 15 FT
10
100/4"
100/4.50"
100/1"
Sheet 1 of 1
Client:
Project:
Start Date:End Date:
Drilling Method:
BORING NO.:
PROJECT NO.:
Location:
Surface Elevation:
West:
North:
Hammer Drop (lbs / in):Depth, feetGraphic LogMATERIAL DESCRIPTION Sample TypeRecovery %RQDTX Cone or Std.Pen. (blows/ft, in)PocketPenetrometer (tsf)Unconfined Comp.Strength (tsf)% PassingNo. 200 SieveUnit Dry Weight(pcf)Water Content, %Liquid LimitPlastic LimitPlasticity IndexSwell, %GROUND WATER OBSERVATIONS
On Rods (ft):
After Drilling (ft):
After Hours (ft):
PMB Team Ranch Devco LLC
Pavement Recommendations and Sewer Profile Borings
5/7/2024 5/7/2024
CONTINUOUS FLIGHT AUGER
15
W240571
Fort Worth, Texas
170 / 24
DRY
DRY
5058 Brush Creek Rd.
Fort Worth, Texas 76119
Phone: 817-496-5600
Fax: 817-496-5608
www.alphatesting.com
5
10
15
20
25
30
Tan CLAY
2.0
Tan LIMESTONE with clay and silt seams and
layers
10.0
TEST BORING TERMINATED AT 10 FT
4.5+15 32 17 15
100/3"
100/2.50"
Sheet 1 of 1
Client:
Project:
Start Date:End Date:
Drilling Method:
BORING NO.:
PROJECT NO.:
Location:
Surface Elevation:
West:
North:
Hammer Drop (lbs / in):Depth, feetGraphic LogMATERIAL DESCRIPTION Sample TypeRecovery %RQDTX Cone or Std.Pen. (blows/ft, in)PocketPenetrometer (tsf)Unconfined Comp.Strength (tsf)% PassingNo. 200 SieveUnit Dry Weight(pcf)Water Content, %Liquid LimitPlastic LimitPlasticity IndexSwell, %GROUND WATER OBSERVATIONS
On Rods (ft):
After Drilling (ft):
After Hours (ft):
PMB Team Ranch Devco LLC
Pavement Recommendations and Sewer Profile Borings
5/7/2024 5/7/2024
CONTINUOUS FLIGHT AUGER
16
W240571
Fort Worth, Texas
170 / 24
DRY
DRY
5058 Brush Creek Rd.
Fort Worth, Texas 76119
Phone: 817-496-5600
Fax: 817-496-5608
www.alphatesting.com
5
10
15
20
25
30
Dark Brown CLAY
4.0
Brown CLAY
10.0
TEST BORING TERMINATED AT 10 FT
1.5 33
3.5 252.0 100 64 21 43
3.0 22 59 19 40
4.25 19
3.75 19
Sheet 1 of 1
Client:
Project:
Start Date:End Date:
Drilling Method:
BORING NO.:
PROJECT NO.:
Location:
Surface Elevation:
West:
North:
Hammer Drop (lbs / in):Depth, feetGraphic LogMATERIAL DESCRIPTION Sample TypeRecovery %RQDTX Cone or Std.Pen. (blows/ft, in)PocketPenetrometer (tsf)Unconfined Comp.Strength (tsf)% PassingNo. 200 SieveUnit Dry Weight(pcf)Water Content, %Liquid LimitPlastic LimitPlasticity IndexSwell, %GROUND WATER OBSERVATIONS
On Rods (ft):
After Drilling (ft):
After Hours (ft):
PMB Team Ranch Devco LLC
Pavement Recommendations and Sewer Profile Borings
3/21/2024 3/21/2024
CONTINUOUS FLIGHT AUGER
17
W240571
Fort Worth, Texas
170 / 24
DRY
DRY
5058 Brush Creek Rd.
Fort Worth, Texas 76119
Phone: 817-496-5600
Fax: 817-496-5608
www.alphatesting.com
5
10
15
20
25
30
Dark Brown CLAY
2.0
Brown CLAY
6.0
Tan CLAY with limestone fragments
16.0
Tan LIMESTONE
20.0
TEST BORING TERMINATED AT 20 FT
3.0 29
3.5 22 64 20 44 0.0
2.5 16
2.25 15
2.5 18
3.5 15
100/1"
Sheet 1 of 1
Client:
Project:
Start Date:End Date:
Drilling Method:
BORING NO.:
PROJECT NO.:
Location:
Surface Elevation:
West:
North:
Hammer Drop (lbs / in):Depth, feetGraphic LogMATERIAL DESCRIPTION Sample TypeRecovery %RQDTX Cone or Std.Pen. (blows/ft, in)PocketPenetrometer (tsf)Unconfined Comp.Strength (tsf)% PassingNo. 200 SieveUnit Dry Weight(pcf)Water Content, %Liquid LimitPlastic LimitPlasticity IndexSwell, %GROUND WATER OBSERVATIONS
On Rods (ft):
After Drilling (ft):
After Hours (ft):
PMB Team Ranch Devco LLC
Pavement Recommendations and Sewer Profile Borings
3/21/2024 3/21/2024
CONTINUOUS FLIGHT AUGER
18
W240571
Fort Worth, Texas
170 / 24
DRY
DRY
5058 Brush Creek Rd.
Fort Worth, Texas 76119
Phone: 817-496-5600
Fax: 817-496-5608
www.alphatesting.com
5
10
15
20
25
30
Dark Brown CLAY
6.0
Tan CLAY
10.0
TEST BORING TERMINATED AT 10 FT
1.5 41
1.5 28
1.5 26
2.5 232.6 102 59 19 40
2.75 18
Sheet 1 of 1
Client:
Project:
Start Date:End Date:
Drilling Method:
BORING NO.:
PROJECT NO.:
Location:
Surface Elevation:
West:
North:
Hammer Drop (lbs / in):Depth, feetGraphic LogMATERIAL DESCRIPTION Sample TypeRecovery %RQDTX Cone or Std.Pen. (blows/ft, in)PocketPenetrometer (tsf)Unconfined Comp.Strength (tsf)% PassingNo. 200 SieveUnit Dry Weight(pcf)Water Content, %Liquid LimitPlastic LimitPlasticity IndexSwell, %GROUND WATER OBSERVATIONS
On Rods (ft):
After Drilling (ft):
After Hours (ft):
PMB Team Ranch Devco LLC
Pavement Recommendations and Sewer Profile Borings
3/21/2024 3/21/2024
CONTINUOUS FLIGHT AUGER
19
W240571
Fort Worth, Texas
170 / 24
DRY
DRY
5058 Brush Creek Rd.
Fort Worth, Texas 76119
Phone: 817-496-5600
Fax: 817-496-5608
www.alphatesting.com
5
10
15
20
25
30
Dark Brown CLAY
2.0
Tan CLAY with limestone fragments
4.0
Tan LIMESTONE
10.0
TEST BORING TERMINATED AT 10 FT
2.0 21 54 19 35
4.5+13 53 17 36
100/5"
100/1"
Sheet 1 of 1
Client:
Project:
Start Date:End Date:
Drilling Method:
BORING NO.:
PROJECT NO.:
Location:
Surface Elevation:
West:
North:
Hammer Drop (lbs / in):Depth, feetGraphic LogMATERIAL DESCRIPTION Sample TypeRecovery %RQDTX Cone or Std.Pen. (blows/ft, in)PocketPenetrometer (tsf)Unconfined Comp.Strength (tsf)% PassingNo. 200 SieveUnit Dry Weight(pcf)Water Content, %Liquid LimitPlastic LimitPlasticity IndexSwell, %GROUND WATER OBSERVATIONS
On Rods (ft):
After Drilling (ft):
After Hours (ft):
PMB Team Ranch Devco LLC
Pavement Recommendations and Sewer Profile Borings
5/8/2024 5/8/2024
CONTINUOUS FLIGHT AUGER
20
W240571
Fort Worth, Texas
170 / 24
14
15
5058 Brush Creek Rd.
Fort Worth, Texas 76119
Phone: 817-496-5600
Fax: 817-496-5608
www.alphatesting.com
5
10
15
20
25
30
Dark Brown CLAY
4.0
Brown CLAY with calcareous nodules
14.0
Tan LIMESTONE
20.0
TEST BORING TERMINATED AT 20 FT
4.0 261.4 86
3.5 19 60 18 42
4.25 16
4.5+15 51 21 30
4.5 17
24
18
100/4"
100/2.50"
Sheet 1 of 1
TEXAS CONE PENETRATION
FILL
LIMESTONE
(MH), Elastic SILT
SANDSTONE
(GP), Poorly Graded GRAVEL
LOW
MEDIUM
HIGH
VERY HIGH
4 TO 15
16 TO 25
26 TO 35
OVER 35
SAMPLING SYMBOLS
(OL), ORGANIC SILT
(OH), ORGANIC CLAY
8.0" OR LARGER
3.0" TO 8.0"
0.75" TO 3.0"
5.0 mm TO 3.0"
2.0 mm TO 5.0 mm
0.4 mm TO 5.0 mm
0.07 mm TO 0.4 mm
0.002 mm TO 0.07 mm
LESS THAN 0.002 mm
SOIL & ROCK SYMBOLS
KEY TO SOIL SYMBOLS
AND CLASSIFICATIONS
(CH), High Plasticity CLAY VERY LOOSE
LOOSE
MEDIUM
DENSE
VERY DENSE
RELATIVE DENSITY OF COHESIONLESS SOILS (blows/ft)
0 TO 4
5 TO 10
11 TO 30
31 TO 50
OVER 50
SHELBY TUBE (3" OD except where
noted otherwise)
SPLIT SPOON (2" OD except where
noted otherwise)
AUGER SAMPLE
ROCK CORE (2" ID except where
noted otherwise)
PARTICLE SIZE IDENTIFICATION (DIAMETER)
(CL), Low Plasticity CLAY
(SP), Poorly Graded SAND
(GW), Well Graded GRAVEL
(GC), CLAYEY GRAVEL
(GM), SILTY GRAVEL
BOULDERS
COBBLES
COARSE GRAVEL
FINE GRAVEL
COURSE SAND
MEDIUM SAND
FINE SAND
SILT
CLAY
TRACE
LITTLE
SOME
AND
1 TO 10
11 TO 20
21 TO 35
36 TO 50
RELATIVE PROPORTIONS (%)
VERY SOFT
SOFT
FIRM
STIFF
VERY STIFF
HARD
LESS THAN 0.25
0.25 TO 0.50
0.50 TO 1.00
1.00 TO 2.00
2.00 TO 4.00
OVER 4.00
SHEAR STRENGTH OF COHESIVE SOILS (tsf)
RELATIVE DEGREE OF PLASTICITY (PI)SHALE / MARL
(SC), CLAYEY SAND
(SW), Well Graded SAND
(SM), SILTY SAND
(ML), SILT
GC-4.09 Permits and Utilities
Page 1 of 1
Aledo Road Infrastructure
City Project No. 105498
GC-4.09 PERMITS AND UTILITIES
Docusign Envelope ID: 674DD14A-D4E9-4903-87EE-7B06E2CO8BD9
Initial
MR
PERM[T NUMBER: 03DCG45-2024
GPS• ROADWAY
REQUESTOR LATRUDE,LONGITUDE HWY NAME I FM
32'41'71.7"N 97'29'S6.7'W FOR TxDOTS USE
CONTFiOL
NAME PMB �Sam Buchholz SECTION
MAfLING ADDRESS qflp1 NJ�}��P. �tf2�t. �UItC 27�
CITY, STATE, ZIP Dallas 'C5C 5 19
PNONE NUMBER 2�4-S.�i7-7F38
'GLOBAL POSITIONING SYSTEM COOROIMATES AT INTERSEC710N OF aRIVEWAY CENTERLINE WI71i AHUTTING ROADWAY
2855
-01
2871
The 7exas Department of TranspoRation, hereinaRer caUed the State, here6y authorizes PMB Capital Investments
hereinafter called the Permittee, to � construd /❑ reconstrud a Commercial left tum/decel lane (residential, convenience
store, retail mall, farm, etc) access driveway on the highway right of way abutting highway number RM 2871 in Tdrrant
county, located Fort Worth, TX. North of A1edo Road and RM 2871 Intersection
USE ADDIf10NAL SHEEIS AS NEEOEO
Is this parcel in current litigation with the State of Texas? � YES � NO
Is ihe Permittee pr a iamily member of Permittee an employee or official of the Texas Department of Transportation? � YES � NO
Does an employee or officia4 of the Texas Department of Transportation serve as an employee or officer of Permittee or own a controlling
interest in Permitteel � YES � NO
This permit is subjett to the Attess Oriveway Polity des<ribed on page 2 and the following:
1. The undersigned hereby agrees to comply with the terms and conditions set forth in this permit for construction and rnainienance of an
access driveway on the state hlghway right of way.
z. The Permlttee represents that ihe design of the faclQties, as shown in the attached sketch, Is In accordance with the Roadway Design Manual,
Hydraulic Design Manual and the access management standards set forth in the Access Management Manual (except as otherwlse
permitted by an approved variance).
3. Construttion of the driveway shall be in accordance with the attached design sketth, and is subject to inspedion and approval by the 5tate.
4. Maintenance of facilities constructed hereunder shaU be the responsibiliry of the Permittee, and the State reserves the right to require any
changes, maintenance or repairs as may he necessary to provide protection of life or property vn or adjacent to the highway. Changes in
design wlll be made only with prlor written approval af the State.
S. The Permittee shall hold harmless the State and its duly appointed agents and ernployees against any action for personal injury or property
damage related to the driveway perrniited hereunder.
6. Excepi for regulatory and guide signs at county roads and city streets, the Permittee shall not erect any sign on orextending over any
portlon of the highway right of way. The Permittee shatl ensure that any vehic�e service Fxtures such as fuef pumps, vendor stands, or tanks
shall 6e located at least 12 feet from the right of way line to ensure that any vehicle services from these fixtures wi11 be off the highway right
of way.
7. The State reserves the right to requlre a new access driveway permit in the event of: (i) a material thange in land use, driveway traffic volume
or vehide types using the driveway, or (ii) retonstrudion or other modiflcation of the higftway fadlfty by the State.
8. The State may revoke this permti upon violation of any provision of this permit by the Permlttee.
9. This permit will 6ecome nufl and void if the above-referenced driveway facllitles are not constructed within six (6) months from the issuance
date of this permit.
Isaac Aiva
i 0. The Permittee will contact the State's representative
telephone, ($ � 7}$$Q-72� rj , at least twenty-four (24} hours prior to beginning the work authorized by this permit.
11. The requesting Permittee will be provided instructions on the appeal process if this permik request is denied by the State.
Docusign Envelope ID: 674DD14A-D4E9-4903-87EE-7B06E2C08BD9
The undersEgned hereby agrees to comply with the tetms and conditions set forth in this p it for constructlon and maintenance of an ac�ess
driveway on the highway right of way. �
Date: � y-- aV Signed: � ��
����us�y���„ uy.
� (Propertyownerorowner'srepresentative}
4/1/2025 ( I I,I,t,V't,5a �Ot,V'
Date0fl55udf1Ce —'�""`��`"'""v�' DiStYiCTE11gI11E21',oraesigneeApproval
uate at issuance as per vanance to,arnnn
oate ot ueoial
Pist�i[t Engineer, pr designee Approval
uistnct tngmeer uenial (No Ueiegationl
Access Driveway Policy
Title 43 Texas Administrative Code (Transportation), Chapker 11 (Design), Sub[hapter C(A[cess Connedions io State Highways) and the "Access
Management Manual" establish policy for the granting of ac[ess and the design, materials, and construction of driveways connetting to sfate
highways. All driveway facilities must follow this policy. To the extent there is any conflict 6etween this permit and the policy, the poli[y shall
control. If a propased driveway does nat [omply with the access management standards, the owner may seek a variance to a requirement
contained in the access management standards by tontading the local TxDOT office.
Tx�OT Driveway Permit Request Contact
For a local contad for your TxDOT Driveway Permit Request or vartance request, visit: htto://www.txdot.00v/inside-txdot/district.html. You can
click on the section of the map closest to your location ka find the local i'xD03' offi[e. You can also [li�k on the drop down box below the map to
find the dis#rict for your count}r.
Other Conditions
In additiqn to Items 1 thru i 1 on page 1 of this permit, the facility shall also be in accordance with the attached sketch and subject to the
following additional conditions stated below:
Variance Documentafion Jusfi�cation
For a Variar�ce request, please indicate which of the below are applicabte, as requlred by TAC 41 t.52(e):
�a significant negative impact to the owner's real property or its use will likely result from the denial of its request for the variance,
inciuding the loss of reasonable access to the property or undue hardship on a husfness located on the property.
� an unusual condition affecting the property exists that was nok caused by the prvperty owner and justifies the request for the variance.
For the conditions selected above, provEde written �ustificatian below. (Attach additional sheets, if needed)
For TXDOT use below:
-----------------------------------------------.._----------------_-__--
For Variance denials, please indicate which of khe 6elow conditions, as provided in TAC § 11.52(e), were deterrrtined:
❑ adversely affect the safety, design, canstruction, mobility, efficient operation, or maintenance of the highway; or
❑ Ifkely impair the ability of the state or the department to receive fu�ds for highway construction or maintenante from the federal
government.
Attachments:
Sketch of Instaliation
All Variance Documentatlon
Docusign Envelope ID: 674DD14A-D4E9-4903-87EE-7B06E2C08BD9
FORT�ORTH�
DATE: November 18, 2024
FROM: Tom Simerly, PE
Attention: TxDOT
Subject: Rockbrook_IPRC24-0060
The City of Fort Worth Transportation Development Services Division of Development Services has reviewed the
above referenced project. The Transportation Development Services Division has accepted the location of the
requested connection to a TXDOT roadway, FM 2871.
Sincerely,
� , � _�
�
�1 �`=� r ���.1�` . � 1'�r�;� 1��;7_ �.�
Tom Simerly, PE
City of Fort Worth
Transportation Development Services
Development Services Department
DEVELOPMENT SERVICES
CITY OF FORT W ORTH � Z OO TE%AS STREET � FORT W ORTH� TEXAS % G 1 O Z' G� 11 C IISTt)MER SERVICE H 1�J-39 Z'
2222 � Fax 817-392-8116 �r '"°<"� °° "`y`"�paP`�
Docusign Envelope ID: 674DD14A-D4E9-4903-87EE-7B06E2C08BD9
ATTACHMENT ��A"
PLEASE READ:
Traffic Signal Operations, Illumination & ITS, shall be notified
forty-eight hours prior to beginning any excavation within the
Right of Way, in order that the State may verify the existence of
electrical wiring, fiber-optic or illumination connections.
817-370-3661
**Failure to provide proper notification will result in the
immediate repair at the grantee's expense**
Date:07-31-2024
Application/Permit
No.:00002/20240417/40124/90783/UP
District:Fort Worth
UTILITY PERMIT APPROVAL
TO:Mendez Vargas Jose Miguel
C i ty of Fort Worth (IPRC)
200 Texas Street
Fort Worth,76102
Highway Control Section Maintenance Section County
RM2871-K: At mi lepost 272+1.052 2855-01 Tarrant
RM2871-K: At mi lepost 272+1.093 2855-01 Tarrant
RM2871-K: At mi lepost 272+1.128 2855-01 Tarrant
RM2871-K: At mi lepost 272+1.167 2855-01 Tarrant
RM2871-K: At mi lepost 272+1.19 2855-01 Tarrant
Schedule D ates: from 08/01/2024 to 02/01/2025
TxDOT offers no objecti on to the locati on on the right-of-way of your proposed utility installation, as described by Notice of
Proposed Utili ty Installati on No. 00002/20240417/40124/90783/UP dated
04/17/2024 and accompanying documentation, except as noted below.
Special Provisions:
You are required to noti fy TxDOT 48 hours (2 business days) before you start construction to allow for proper inspection
and coordinati on of workdays and traffi c control plans. Use the RULIS website for the 48-hour notification. DO NOT start
construction unti l you have coordi nated the construction start date and inspection with TxDOT. You are also required to
keep a copy of this Approval and any approved amendments at the job site.
When installi ng utili ty li nes on controlled-access highways, access for serving this installation shall be limited to access via
(a) frontage roads where provided, (b) nearby or adjacent public roads or streets, (c) trails along or near the highway right-
of-way lines, connecti ng only to intersecti ng roads; from any one or all of which entry may be made to the outer portion of the
highway ri ght-of-way for routine service and maintenance operations. The Installation Owner's rights of access to the
through-traffic roadways and ramps shall be subject to the same rules and regulations as that apply to the general public
except, however, if an emergency occurs and usual means of access for routine service operations will not permit the
immediate acti on requi red by the Utili ty Installation Owner in making emergency repairs as required for the safety and
welfare of the publi c, the Uti lity Owners shall have a temporary right of access to and from the through-traffic roadways and
ramps as necessary to accomplish the required emergency repairs, provided TxDOT is immediately notified by the Utility
Installati on Owner when such repai rs are i ni tiated and adequate provision is made by the Utility Installation Owner for the
conveni ence and safety of hi ghway traffi c.
The installation shall not damage any part of the highway, and adequate provisions must be made to cause minimum
inconveni ences to traffic and adjacent property owners. If the Utility Installation Owner fails to comply with any or all the
requi rements as set forth herein, the State may take such action as it deems appropriate to compel compliance.
SME - Area Engineer Review
Review Answer: Review reques ted but closed without answer
Response text:
SME - Utility Coordinator Review
Review Answer: Review reques ted but closed without answer
Response text:
SME - Area Engineer Review
Review Answer: Review reques ted but closed without answer
Utility Permit Approval - Permit number: 00002/20240417/40124/90783/UP
Date of Approval: 07-31-2024
1/2
Response text:
SME - Area Engineer Review
Review Answer: Review reques ted but closed without answer
Response text:
SME - Area Engineer Review
Review Answer: Review reques ted but closed without answer
Response text:
SME ATTACHMENTS:
Included attachments:
General Provi si ons : li nk
Utility Permit Approval - Permit number: 00002/20240417/40124/90783/UP
Date of Approval: 07-31-2024
2/2
GR-01 60 00 Product Requirements
Page 1 of 1
Rockbrook Master Infrastructure
City Project No. 105383
GR-01 60 00 PRODUCT REQUIREMENTS
CFW Product Name Manufacturer Manufacturer Product Name & Description
Makers Sales and Marketing, LLC MRT2470AB‐Type 11, 36" or 60" Rise 2/Bolt 8' Arm,
Galvanized
Makers Sales and Marketing, LLC MRT2470AB‐Type 11, 36" or 60" Rise 2/Bolt 8' Arm,
Black
Valmont Industries, Inc DB01373(page 1 of 6)‐Shoe Base Pole Type 11,
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
Valmont Industries, Inc DB01373(page 4 of 6)‐Single Arm Type 33B, Galvanized
Acuity Brands Lighting, Inc.American Electric Lighting, ATB0‐P101‐Mvolt‐R2‐3K‐
MP‐NL‐P7‐AO‐RFD325607
Acuity Brands Lighting, Inc.American Electric Lighting, ATB0‐P101‐Mvolt‐R4‐3K‐
MP‐NL‐P7‐AO‐RFD325606
Acuity Brands Lighting, Inc.American Electric Lighting, ATB0‐P101‐Mvolt‐R2‐3K‐BK‐
MP‐NL‐P7‐AO‐RFD325609
Acuity Brands Lighting, Inc.American Electric Lighting, ATB0‐P101‐Mvolt‐R4‐3K‐BK‐
MP‐NL‐P7‐AO‐RFD325608
McFarland Cascade CREOSOTE 30/35 FOOT 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
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
Makers Sales and Marketing, LLC MRT33.585AB‐Type 18, 36" or 60" Rise 2/Bolt 8' Arm,
Galvanized
Makers Sales and Marketing, LLC MRT33.585AB‐Type 18, 36" or 60" Rise 2/Bolt 8' Arm,
Black
Valmont Industries, Inc DB01373(page 2 of 6)‐Shoe Base Pole Type 18,
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
Valmont Industries, Inc DB01373(page 3 of 6)‐Single Arm Type 33A, Galvanized
Acuity Brands Lighting, Inc.American Electric Lighting, ATB0‐P303‐Mvolt‐R2‐3K‐
MP‐NL‐P7‐AO‐RFD322792
Acuity Brands Lighting, Inc.American Electric Lighting, ATB0‐P303‐Mvolt‐R4‐3K‐
MP‐NL‐P7‐AO‐RFD322794
Acuity Brands Lighting, Inc.American Electric Lighting, ATB0‐P303‐Mvolt‐R2‐3K‐BK‐
MP‐NL‐P7‐AO‐RFD322793
Acuity Brands Lighting, Inc.American Electric Lighting, ATB0‐P303‐Mvolt‐R4‐3K‐BK‐
MP‐NL‐P7‐AO‐RFD322795
Wood Pole Arm
CFW Lighting Approved Products List
Arterial Luminaire
Residential Luminaire
Residential‐Standard
Arterial‐Standard
Type 11 Pole
Type 33B Arm
Timber Pole
Type 18 Pole
Type 33A Arm
McFarland Cascade CREOSOTE 35/40 FOOT 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
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
Washington 10' Pole Acuity Brands Lighting, Inc.Holophane, CLA 10.6(0AL)FT J20P07BK‐MOD, AB‐31‐4
RFD110736
Washington 14' Pole Acuity Brands Lighting, Inc.Holophane, CLA14FT J20DMODC03BK RFD325026, AB‐
16‐4 SPEC RFD325026
Washington Luminaire Acuity Brands Lighting, Inc.Holophane, WFCL3 P40 30K MVOLT FC3 NF BK AO PR7
FRGL RFD338699
Washington Globe
Luminaire Acuity Brands Lighting, Inc.
Holophane, AWDE3 P40 30K MVOLT MS AL3 BK PR7
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 15IN 2A TN BK
Oleander Luminaire Acuity Brands Lighting, Inc.
Holophane, AUCL2 P40 30K AS BK L3 N P7 AO
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 27IN 1A TN QSM BK
Berry Luminaire Acuity Brands Lighting, Inc.
Holophane, GPLF3 P40 30K MVOLT ASY QSM BK PR7
AO SH
Banner Arms Acuity Brands Lighting, Inc.Holophane, BA‐24IN‐2A‐C0‐S4J‐BL‐075P‐BK
Cantex Inc.
Rigid Nonmetallic Schedule 80 Conduit, Meets UL 651
specifi cations and NEMA TC2, Rated for 90°C Cable,
Sunlight Resistant, 10’ Lengths and 20' lengths
Heritage Plastics
Rigid Nonmetallic Schedule 80 Electric Conduit, Meets
UL 651 specifications, RUS listed, NEMA TC‐2 and
NEMA TC‐3, Rated for 90°C Cable, Sunlight & Weather
Resistant
Atkore‐Heritage Plastics
PVC Rigid Schedule 80 Conduit, Conforms to UL 651
and NEMA TC 2, Sunlight Resistant, Listed for 90°C
conductors or cable
Prime Conduit, Inc
Schedule 80 PVC Rigid Nonmetallic Conduit, Extra
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
Wood Pole Arm
Timber Pole
Conduit
Decorative‐Pedestrian
System
Southwire Type XHHW‐2 copper conductor, 600V
Encore Wire TYPE XHHW‐2 / RW90, copper conductor, Superslick
Elite, 600V/1000V
Encore Wire THHN / MTW / THWN‐2 Copper conductor, 600V
Service Wire Co Servicepro‐X XHHW‐2, 600/1,000 Volt Copper, CT
Rated
Advanced Digital Cable Inc
XHHW‐2 Low Smoke Halogen Free, Cross‐linked
Polyethylene Insulated 14 AWG‐750 MCM, 600 Volts,
90°C Dry and wet
Aluminum Wire‐Triplex Priority Wire & Cable, Inc Triplex Overhead Aluminum Conductor
Edison General Purpose, Midget Class MEN Fuses, Voltage
Rating: MEN ‐ 250 VAC, Ampere Rating: 0.5 ‐ 30 Amps,
Interrupting Rating: 10,000 RMS Amps @ 125V
Edison Modular Ferrule Fuse Blocks for Midget Class and CC
Fuses
Cooper In‐line fuse holders for Single‐Pole 13/32" x 1 1/2"
Fuses HEB‐AA
EATON
Bussmann Series, HEB breakaway and non‐breakaway
in‐line fuse holders for UL 13/32” x 1‐
1/2”supplemental fuses
EATON Bussmann Series, FNM 13⁄32˝ x 1‐1⁄2˝ 250Vac Ɵme‐
delay supplemental fuses
Connector Thomas & Betts Wire Joints for Copper Conductor, Cat No: 54615,
54620, 54625‐TB, 54635, 54640, 54630
Electrol Systems, Inc TY A (120/240) 100(NS)AL(E)PS(U)
WE Manufacturing & Controls TY A 120/240 100(NS)AL(E)PS(U)
Electrol Systems, Inc TY A (240/480) 100(NS)AL(E)PS(U)
WE Manufacturing & Controls TY A 240/480 100(NS)AL(E)PS(U)
MacLean Highline Polymer Concrete, PHA132412X0002: TIER 22 (X) 22,
500lbs
Oldcastle
Polymer Concrete, H‐SERIES UNIT, H1730‐24 TIER‐22 ‐
TXDOT 2x 1/2" CAPTIVE BOLT ‐ 2x BRASS FLOATING
NUT
Oldcastle
Polymer Concrete, H‐SERIES UNIT, H1324‐24 TIER‐15 ‐
TXDOT 2x 1/2" CAPTIVE BOLT ‐ 2x BRASS FLOATING
NUT
Kearneys NSi Industries, LLC Split Bolt Connectors, Copper Split Bolts 2 Wire, N
Series
Photocell Acuity Brands Lighting, Inc.Dark To Light, DLL Elite, Electronic Locking, Type
Photocontrol, DLL‐127 or DLL‐480
Shorting Caps Acuity Brands Lighting, Inc.Dark To Light, Part # DSHORT SBK U
Residential Luminaire TRASTAR INC.DURA‐STR10A‐3K‐120‐3‐GR‐SCL
Arterial Luminaire TRASTAR INC.DURA‐STR25‐3K‐120‐3‐GR‐SCL
Interim Products
Copper Wire/Conductor
Metered Pedestal 120‐240V
Metered Pedestal 240‐
480V
Ground Box
Fuse & Fuse Holder
!!!!!!!! Attention: Mix Designs do not supersede CFW Specifications !!!!!!!!!!
Approval Spec No.Classification Manufacturer Mix ID Mix Description Design Strength @ 28 days Design Rquirements National Spec
Concrete
Class A (Sidewalk, ADA Ramps, Driveways, Curb/Gutter, Median Pavement)
9/9/2022 32 13 20 Mix Design American Concrete Company 30CAF029 3000 psi 3-5" Slump; 3-6% Air
4/3/2025 32 13 20 Mix Design Big Town Concrete 2211 3000 psi 3-5" Slump; 3-6% Air
7/16/2025 322 13 20 Mix Design Big Town Concrete 22113 With 30% Slag 3000 psi 3-5" Slump; 3-6% Air
9/9/2022 32 13 20 Mix Design Burnco Texas 30U101AG 3000 psi 3-5" Slump; 3-6% Air
4/1/2024 32 13 20 Mix Design Burnco Texas 30U500BG 3000 psi 3-5" Slump; 3-6% Air
9/9/2022 32 13 20 Mix Design Carder Concrete FWCC502001 3000 psi 3-5" Slump; 3-6% Air
9/9/2022 32 13 20 Mix Design Carder Concrete FWCC502021 3500 psi 3-5" Slump; 3-6% Air
9/9/2022 32 13 20 Mix Design Chisholm Trail Redi Mix C13020AE 3000 psi 3-5" Slump; 4.5-7.5% Air
4/28/2025 32 13 20 Mix Design Chisholm Trail Redi Mix CT6020A 3600 psi 3-5" Slump; 3-6% Air
9/9/2022 32 13 20 Mix Design City Concrete Company 30HA20II 3000 psi 3-5" Slump; 3-6% Air
9/9/2022 32 13 20 Mix Design Cow Town Redi Mix 253-W 3000 psi 3-5" Slump; 3-6% Air
9/9/2022 32 13 20 Mix Design Cow Town Redi Mix 250 3000 psi 3-5" Slump; 3-6% Air
9/9/2022 32 13 20 Mix Design Cow Town Redi Mix 350 3000 psi 3-5" Slump; 3-6% Air
1/29/2024 32 13 20 Mix Design Estrada Ready Mix R3050AEWR 3000 psi 3-5" Slump; 3-6% Air
9/9/2022 32 13 20 Mix Design Amrize/ Holcim 1261 3000 psi 3-5" Slump; 3-6% Air
9/23/2024 32 13 20 Mix Design Amrize/ Holcim 5177 3000 psi 3-5" Slump; 3-6% Air
5/8/2025 32 13 20 Mix Design Amrize/ Holcim 530WA-T1 3000 psi 3-5" Slump; 3-6% Air
4/7/2023 32 13 20 Mix Design Liquid Stone C301D 3000 psi 3-5" Slump; 3-6% Air
9/9/2022 32 13 20 Mix Design Martin Marietta R2136214 3000 psi 3-5" Slump; 3-6% Air
9/9/2022 32 13 20 Mix Design Martin Marietta R2136014 3000 psi 3-5" Slump; 3-6% Air
4/1/2023 32 13 20 Mix Design Martin Marietta R2136N14 3000 psi 3-5" Slump; 3-6% Air
6/1/2023 32 13 20 Mix Design Martin Marietta R2136R20 3000 psi 3-5" Slump; 3-6% Air
6/1/2023 32 13 20 Mix Design Martin Marietta R2136N20 3000 psi 3-5" Slump; 3-6% Air
11/2/2022 32 13 20 Mix Design Martin Marietta R2141K24 4000 psi 3-5" Slump; 3-6% Air
4/7/2023 32 13 20 Mix Design Martin Marietta R2136K14 3000 psi 3-5" Slump; 3-6% Air
9/9/2022 32 13 20 Mix Design Martin Marietta R2131314 3000 psi 3-5" Slump; 3-6% Air
9/9/2022 32 13 20 Mix Design Martin Marietta R2132214 3000 psi 3-5" Slump; 3-6% Air
9/9/2022 32 13 20 Mix Design Martin Marietta D9490SC 3000 psi 3-5" Slump; 4.5-7.5% Air
5/9/2025 32 13 20 Mix Design Martin Marietta R2136R14 3000 psi 3-5" Slump; 3-6% Air
10/4/2023 32 13 20 Mix Design NBR Ready Mix CLS A-YY 3000 psi 3-5" Slump; 3-6% Air
10/4/2023 32 13 20 Mix Design NBR Ready Mix CLS A-NY 3000 psi 3-5" Slump; 3-6% Air
7/10/2023 32 13 20 Mix Design Osburn 30A50MR 3000 psi 3-5" Slump; 3-6% Air
1/18/2023 32 13 20 Mix Design Rapid Redi Mix RRM5020A 3000 psi 3-5" Slump; 3-6% Air
1/24/2023 32 13 20 Mix Design Rapid Redi Mix RRM5525A 3600 psi 3-5" Slump; 3-6% Air
10/24/2024 32 13 20 Mix Design SRM Concrete 30850 With 20% Fly Ash 3000 psi 3-5" Slump; 3-6% Air
10/24/2024 32 13 20 Mix Design SRM Concrete 30350 3000 psi 3-5" Slump; 3-6% Air
10/18/2024 32 13 20 Mix Design SRM Concrete 30050 With 20% Fly Ash 3000 psi 3-5" Slump; 3-6% Air
9/9/2022 32 13 20 Mix Design Tarrant Concrete FW5025A 3000 psi 3-5" Slump; 3-6% Air
9/9/2022 32 13 20 Mix Design Tarrant Concrete CP5020A 3000 psi 3-5" Slump; 3-6% Air
10/10/2022 32 13 20 Mix Design Tarrant Concrete TCFW5020A 3000 psi 3-5" Slump; 3-6% Air
9/9/2022 32 13 20 Mix Design Tarrant Concrete FW5525A2 3000 psi 3-5" Slump; 3-6% Air
9/9/2022 32 13 20 Mix Design Titan Ready Mix 3020AE 3000 psi 3-5" Slump; 3-6% Air
9/9/2022 32 13 20 Mix Design True Grit Redi Mix 0250.230 3000 psi 3-5" Slump; 3-6% Air
9/9/2022 32 13 20 Mix Design True Grit Redi Mix 0250.2301 3000 psi 3-5" Slump; 3-6% Air
Class CIP (Inlets, Manholes, Junction Boxes, Encasement, Blocking, Collars, (Spread Footing Pedestal Pole Foundations (Reference Detail 34 41 10-D605A)
9/9/2022 32 13 13 Mix Design American Concrete Company 40CNF065 4000 psi 3-5" Slump; 0-3% Air
9/9/2022 32 13 13 Mix Design Burnco Texas 40U500BG 4000 psi 3-5" Slump; 3-6% Air
4/28/2025 32 13 20 Mix Design Chisholm Trail Redi Mix CT6020A 3600 psi 3-5" Slump; 3-6% Air
4/28/2025 32 13 20 Mix Design Chisholm Trail Redi Mix CTFW5520A 3600 psi 3-5" Slump; 3-6% Air
4/28/2025 32 13 20 Mix Design Chisholm Trail Redi Mix CTFW6020A 4000 psi 3-5" Slump; 3-6% Air
8/4/2025 32 13 20 Mix Design Chisholm Trail Redi Mix CTFW5020A f 3000 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 Amrize/ Holcim 1701 4000 psi 3-5" Slump; 3-6% Air
2/7/2025 32 13 13 Mix Design Amrize/ Holcim 1551 3000 psi 3-5" Slump; 3-6% Air
9/9/2022 32 13 13 Mix Design Amrize/ Holcim 5409 4000 psi 3-5" Slump; 3-6% Air
8/14/2025 32 13 13 Mix Design Amrize/ Holcim 540WA-T1 With 20% Fly Ash and 30% Slag 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
CITY OF FORT WORTH TRANSPORTATION/PUBLIC WORKS DEPARTMENT
STANDARD PRODUCTS LIST AS OF 10/31/2025
Page 1 of 6
!!!!!!!! Attention: Mix Designs do not supersede CFW Specifications !!!!!!!!!!
Approval Spec No.Classification Manufacturer Mix ID Mix Description Design Strength @ 28 days Design Rquirements National Spec
CITY OF FORT WORTH TRANSPORTATION/PUBLIC WORKS DEPARTMENT
STANDARD PRODUCTS LIST AS OF 10/31/2025
9/9/2022 32 13 13 Mix Design Martin Marietta R2142233 3600 psi 3-5" Slump; 4.5-7.5% Air
9/9/2022 32 13 13 Mix Design Martin Marietta R2136224 3600 psi 3-5" Slump; 3-6% Air
9/9/2022 32 13 13 Mix Design Martin Marietta R2141233 3600 psi 3-5" Slump; 3-6% Air
9/9/2022 32 13 13 Mix Design Martin Marietta R2146038 4500 psi 3-5" Slump; 3-6% Air
10/24/2024 32 13 13 Mix Design Martin Marietta R2146K34 4000 psi 3-5" Slump; 3-6% Air
5/5/2025 32 13 13 Mix Design Martin Marietta R2146R35 4000 psi 3-5" Slump; 3-6% Air
5/5/2025 33 13 13 Mix Design Martin Marietta R2146K35 4000 psi 3-5" Slump; 3-6% Air
5/5/2025 33 13 13 Mix Design Martin Marietta R2146N33 4000 psi 3-5" Slump; 3-6% Air
9/12/2023 32 13 13 Mix Design NBR Ready Mix CLS P1-YY 4000 psi 3-5" Slump; 3-6% Air
9/9/2022 32 13 13 Mix Design NBR Ready Mix TX C-YY 3000 psi 3-5" Slump; 3-6% Air
9/9/2022 32 13 13 Mix Design NBR Ready Mix TX C-NY 3000 psi 3-5" Slump; 3-6% Air
1/18/2023 32 13 13 Mix Design Rapid Redi Mix RRM5320A 3000 psi 3-5" Slump; 3-6% Air
1/18/2023 32 13 13 Mix Design Rapid Redi Mix RRM6020ASS 4000 psi 3-5" Slump; 3-6% Air
10/24/2024 32 13 13 Mix Design SRM Concrete 40350 4000 psi 3-5" Slump; 3-6% Air
10/24/2024 32 13 13 Mix Design SRM Concrete 40850 4000 psi 3-5" Slump; 3-6% Air
9/16/2024 32 13 13 Mix Design SRM Concrete 35050 3500 psi 3-5" Slump; 3-6% Air
4/28/2025 32 13 13 Mix Design SRM Concrete 36850 3600 psi 3-5" Slump; 3-6% Air
9/9/2022 32 13 13 Mix Design Tarrant Concrete FW5320A 3000 psi 3-5" Slump; 3-6% Air
10/10/2022 32 13 13 Mix Design Tarrant Concrete TCFW6025A2 4000 psi 3-5" Slump; 3-6% Air
Class C (Drilled Shaft for Traffic Signal Pole Foundations Reference Detail 31 41 10-D605)
9/9/2022 32 13 13 Mix Design Burnco Texas 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 Design Estrada Ready Mix R36575AEWR 3600 psi 5.5-7.5" Slump; 3-6% Air
9/11/2025 32 13 13 Mix Design Gonzalez Brothers P6020LA 3600 psi 5.5-7.5" Slump; 3-6% Air
12/5/2022 32 13 13 Mix Design Amrize/ Holcim 1822 3600 psi 5.5-7.5" Slump; 0-3% Air
9/9/2022 32 13 13 Mix Design Amrize/ Holcim 1859 4000 psi 5.5-7.5" Slump; 3-6% Air
4/7/2023 32 13 13 Mix Design Liquid Stone C361DHR 3600 psi 5.5-7.5" Slump; 3-6% Air
6/27/2023 32 13 13 Mix Design Martin Marietta U2146N41 3600 psi 5-7" Slump; 3-6% Air
6/27/2023 32 13 13 Mix Design Martin Marietta U2146K45 3600 psi 5-7" Slump; 3-6% Air
5/9/2025 2 13 13 Mix Design Martin Marietta U2146R41 3600 psi 5-7" Slump; 3-6% Air
8/22/2024 32 13 13 Mix Design NBR Ready Mix 135K2524 3600 psi 5.5" Slump; 3-6% Air
8/22/2024 32 13 13 Mix Design NBR Ready Mix 135K0524 3600 psi 5.5" Slump; 3-6% Air
Class C (Headwalls, Wing walls, Culverts)
9/9/2022 32 13 13 Mix Design Carder Concrete FWCC602001 4000 psi 3-5" Slump; 3-6% Air
9/9/2022 32 13 13 Mix Design City Concrete Company 40LA2011 4000 psi 3-5" Slump; 3-6% Air
9/9/2022 32 13 13 Mix Design Cow Town Redi Mix 260-2 3600 psi 3-5" Slump; 3-6% Air
9/9/2022 32 13 13 Mix Design Cow Town Redi Mix 360-1 3600 psi 3-5" Slump; 3-6% Air
9/9/2022 32 13 13 Mix Design Cow Town Redi Mix 260-1 3600 psi 3-5" Slump; 3-6% Air
8/11/2025 32 13 13 Mix Design Cow Town Redi Mix 275 With 20% Fly Ash 5000 psi 4-6" Slump: 3-6% Air
8/11/2025 32 13 13 Mix Design Cow Town Redi Mix 375 5000 psi 4-6" Slump: 3-6% Air
1/29/2024 32 13 13 Mix Design Estrada Ready Mix R3655AEWR 3600 psi 3-5" Slump; 3-6% Air
9/9/2022 32 13 13 Mix Design GCH Concrete Services GCH4000 4000 psi 3-5" Slump; 3-6% Air
4/1/2023 32 13 13 Mix Design Martin Marietta 310LBP 3600 psi 3-5" Slump; 4-7% Air
8/30/2023 32 13 13 Mix Design Martin Marietta R2141R30 4000 psi 3-5" Slump; 3-6% Air
9/9/2022 32 13 13 Mix Design Martin Marietta R2146035 4000 psi 3-5" Slump; 3-6% Air
9/9/2022 32 13 13 Mix Design SRM Concrete 40050 4000 psi 3-5" Slump; 3-6% Air
9/9/2022 32 13 13 Mix Design SRM Concrete 35022 With 20% Fly Ash 3600 psi 3-5" Slump; 3-6% Air
9/9/2022 32 13 13 Mix Design Tarrant Concrete FW6020A2 4000 psi 3-5" Slump; 3-6% Air
Class P (Machine Placed Paving)
4/3/2025 32 13 13 Mix Design Big Town Concrete 4511 3600 psi 1-3" Slump; 3-6% Air
4/3/2025 32 13 13 Mix Design Big Town Concrete 4411 3600 psi 1-3" Slump; 3-6% Air
6/30/2025 32 13 13 Mix Design Big Town Concrete 5211 With 20% Fly Ash 4000 psi 1-3" Slump; 3-6% Air
6/30/2025 30 13 13 Mix Design Big Town Concrete 52113 With 30% Slag 4000 psi 1-3" Slump; 3-6% Air
6/30/2025 30 13 13 Mix Design Big Town Concrete 5311 4000 psi 1-3" Slump; 3-6% Air
9/30/2025 30 13 13 Mix Design Burnco Texas 40U553BG With 20% Fly Ash 4000 psi 1-3" Slump; 3-6% Air
9/9/2022 32 13 13 Mix Design Carder Concrete FWCC552091 3600 psi 1-3" Slump; 3-6% Air
9/9/2022 32 13 13 Mix Design Carder Concrete FWCC602091 4000 psi 1-3" Slump; 3-6% Air
9/9/2022 32 13 13 Mix Design City Concrete Company 36LA2011 3600 psi 1-3" Slump; 3-6% Air
9/9/2022 33 13 13 Mix Design Cow Town Redi Mix 257-M 3600 psi 1-3" Slump; 3-6% Air
11/14/2022 32 13 13 Mix Design Cow Town Redi Mix 357-M 3600 psi 1-3" Slump; 3-6% Air
9/9/2022 32 13 13 Mix Design Cow Town Redi Mix 260-M 4000 psi 1-3" Slump; 3-6% Air
9/9/2022 32 13 13 Mix Design Cow Town Redi Mix 360-M 4000 psi 1-3" Slump; 3-6% Air
2/6/2024 32 13 13 Mix Design Estrada Ready Mix TD3655AEWR 3600 psi 1-3" Slump; 3-6% Air
5/20/2025 32 13 13 Mix Design Gilco Contracting Inc 36MP1643 3600 psi 1-3" Slump; 3-6% Air
6/20/2025 32 13 13 Mix Design Gilco Contracting Inc 36MP1629 3600 psi 1-3" Slump; 3-6% Air
7/29/2025 32 13 13 Mix Design Gilco Contracting Inc 36MP1655 With 20% Fly Ash 3600 psi 1-3" Slump; 3-6% Air
7/29/2025 32 13 13 Mix Design Gilco Contracting Inc 36MP1670 3600 psi 1-3" Slump; 3-6% Air
5/12/2025 32 13 13 Mix Design Amrize/ Holcim 1703 4000 psi 1-3" Slump; 3-6% Air
10/3/2025 32 13 13 Mix Design Amrize/ Holcim 5405 With 20% Fly Ash 4000 psi 1-3" Slump; 3-6% Air
8/4/2023 32 13 13 Mix Design Martin Marietta Q2141R27 4000 psi 1-3" Slump; 3-6% Air
11/2/2022 32 13 13 Mix Design Martin Marietta Q2141K30 4000 psi 1-3" Slump; 3-6% Air
…CIP Concrete (Continues)
Page 2 of 6
!!!!!!!! Attention: Mix Designs do not supersede CFW Specifications !!!!!!!!!!
Approval Spec No.Classification Manufacturer Mix ID Mix Description Design Strength @ 28 days Design Rquirements National Spec
CITY OF FORT WORTH TRANSPORTATION/PUBLIC WORKS DEPARTMENT
STANDARD PRODUCTS LIST AS OF 10/31/2025
5/5/2025 32 13 13 Mix Design Martin Marietta Q2141N27 4000 psi 1-3" Slump; 3-6% Air
10/4/2023 32 13 13 Mix Design NBR Ready Mix TX C SF-YY 3600 psi 1-3" Slump; 3-6% Air
10/4/2023 32 13 13 Mix Design NBR Ready Mix TX C SF-NY 3600 psi 1-3" Slump; 3-6% Air
10/24/2024 32 13 13 Mix Design SRM Concrete 40068 4000 psi 1-3" Slump; 3-6% Air
10/24/2024 32 13 13 Mix Design SRM Concrete 40825 4000 psi 1-3" Slump; 3-6% Air
9/16/2024 32 13 13 Mix Design SRM Concrete 40025 With 20% Fly Ash 4000 psi 1-3" Slump; 3-6% Air
10/18/2024 32 13 13 Mix Design SRM Concrete 35023 3600 psi 1-3" Slump; 3-6% Air
6/5/2025 32 13 13 Mix Design SRM Concrete 40324 4000 psi 1-3" Slump; 3-6% Air
7/21/2025 32 13 13 Mix Design SINACOLA 24011-4000MP 20%With 20% Fly Ash 4000 psi 1-3" Slump; 3-6% Air
7/21/2025 32 13 13 Mix Design SINACOLA 24011-4000MP Straight Cement 4000 psi 1-3" Slump; 3-6% Air
9/9/2022 32 13 13 Mix Design Tarrant Concrete FW5520AMP 3600 psi 1-3" Slump; 3-6% Air
9/9/2022 32 13 13 Mix Design True Grit Redi Mix 0255.2301 3600 psi 1-3" Slump; 3.5-6.5% Air
9/9/2022 32 13 13 Mix Design True Grit Redi Mix 0260.2302 4000 psi 1-3" Slump; 3.5-6.5% Air
6/17/2025 32 13 13 Mix Design True Grit Redi Mix 460.230M 4000 psi 1-3" Slump; 3-6% Air
6/23/2025 32 13 13 Mix Design True Grit Redi Mix 360.230M 4000 psi 1-3" Slump; 3-6% Air
Class H (Hand Placed Paving, Valley Gutter)
9/9/2022 32 13 13 Mix Design American Concrete Company 45CAF076 4500 psi 3-5" Slump; 3-6% Air
5/2/2023 32 13 13 Mix Design Big D Concrete CM14520AE 4500 psi 3-5" Slump; 3-6% Air
4/3/2025 32 13 13 Mix Design Big Town Concrete 6211 4500 psi 3-5" Slump; 3-6% Air
4/3/2025 32 13 13 Mix Design Big Town Concrete 6311 4500 psi 3-5" Slump; 3-6% Air
4/5/2025 32 13 13 Mix Design Big Town Concrete 6017 4500 psi 3-5" Slump; 3-6% Air
7/16/2025 32 13 13 Mix Design Big Town Concrete 62113 With 30% Slag 4500 psi 3-5" Slump; 3-6% Air
9/9/2022 32 13 13 Mix Design Burnco Texas 45U500BG 4500 psi 3-5" Slump; 3-6% Air
9/30/2025 33 13 13 Mix Design Burnco Texas 45U100AG 4000 psi 3-5" Slump; 3-6% Air
9/9/2022 32 13 13 Mix Design Carder Concrete FWCC602021 4500 psi 3-5" Slump; 3-6% Air
4/28/2025 32 13 13 Mix Design Chisholm Trail Redi Mix CTFW6520A 4500 psi 3-5" Slump; 3-6% Air
9/9/2022 32 13 13 Mix Design City Concrete Company 45NA20II 4500 psi 3-5" Slump; 3-6% Air
9/9/2022 32 13 13 Mix Design Cow Town Redi Mix 265 4500 psi 3-5" Slump; 3-6% Air
9/9/2022 32 13 13 Mix Design Cow Town Redi Mix 365 4500 psi 3-5" Slump; 3-6% Air
1/29/2024 32 13 13 Mix Design Estrada Ready Mix R4560AEWR/4500 psi 3-5" Slump; 4-6% Air
9/9/2022 32 13 13 Mix Design GCH Concrete Services GCH4500 4500 psi 3-5" Slump; 3-6% Air
5/20/2025 32 13 13 Mix Design Gilco Contracting Inc 45HP1643 4500 psi 3-5" Slump; 3-6% Air
6/20/2025 32 13 13 Mix Design Gilco Contracting Inc 45HP1629 4500 psi 3-5" Slump; 3-6% Air
7/29/2025 32 13 13 Mix Design Gilco Contracting Inc 45HP1670 4500 psi 3-5" Slump; 3-6% Air
10/4/2024 32 13 13 Mix Design Amrize/ Holcim 5507 4500 psi 3-5" Slump; 3-6% Air
9/9/2022 32 13 13 Mix Design Amrize/ Holcim 1851 4500 psi 3-5" Slump; 3-6% Air
5/8/2025 32 13 13 Mix Design Amrize/ Hocim 545WA-T1 4500 psi 3-5" Slump; 3-6% Air
4/5/2025 32 13 13 Mix Design Liquid Stone C451D 4500 psi 3-5" Slump; 3-6% Air
11/2/2022 32 13 13 Mix Design Martin Marietta R2146N35 4500 psi 3-5" Slump; 3-6% Air
8/4/2023 32 13 13 Mix Design Martin Marietta R2146R36 4500 psi 3-5" Slump; 3-6% Air
11/2/2022 32 13 13 Mix Design Martin Marietta R2146N36 4500 psi 3-5" Slump; 3-6% Air
5/22/2023 32 13 13 Mix Design Martin Marietta R2146K37 4500 psi 3-5" Slump; 3-6% Air
12/22/2023 32 13 13 Mix Design Martin Marietta R2146R44 4500 psi 3-5" Slump; 3-6% Air
12/22/2023 32 13 13 Mix Design Martin Marietta R2146K44 4500 psi 3-5" Slump; 3-6% Air
11/15/2022 32 13 13 Mix Design Martin Marietta R2146P36 4500 psi 3-5" Slump; 3-6% Air
11/15/2022 32 13 13 Mix Design Martin Marietta R2146K36 4500 psi 3-5" Slump; 3-6% Air
9/9/2022 32 13 13 Mix Design Martin Marietta R2147241 4500 psi 3-5" Slump; 4.5-7.5% Air
9/9/2022 32 13 13 Mix Design Martin Marietta R2146236 4500 psi 3-5" Slump; 3-6% Air
9/9/2022 32 13 13 Mix Design Martin Marietta R2146036 4500 psi 3-5" Slump; 3-6% Air
9/9/2022 32 13 13 Mix Design Martin Marietta R2146242 4500 psi 3-5" Slump; 3-6% Air
9/9/2022 32 13 13 Mix Design Martin Marietta R2146042 4500 psi 3-5" Slump; 3-6% Air
6/3/2025 32 13 13 Mix Design Martin Marietta R2146K43 4500 psi 3-5" Slump; 3-6% Air
10/4/2023 32 13 13 Mix Design NBR Ready Mix CLS P2-YY 4500 psi 3-5" Slump; 3-6% Air
10/4/2023 32 13 13 Mix Design NBR Ready Mix CLS P2-NY 4500 psi 3-5" Slump; 3-6% Air
7/10/2023 32 13 13 Mix Design Osburn 45A60MR 4500 psi 3-5" Slump; 3-6% Air
1/24/2023 32 13 13 Mix Design Rapid Redi Mix RRM6320AHP 4500 psi 3-5" Slump; 3-6% Air
2/7/2025 32 13 13 Mix Design SRM Concrete 45023 4500 psi 3-5" Slump; 3-6% Air
9/9/2022 32 13 13 Mix Design SRM Concrete 45000 4500 psi 3-5" Slump; 3-6% Air
5/23/2025 32 13 13 Mix Design SRM Concrete 45300 4500 psi 3-5" Slump; 3-6% Air
10/24/2024 32 13 13 Mix Design SRM Concrete 45350 4500 psi 3-5" Slump; 3-6% Air
10/24/2024 32 13 13 Mix Design SRM Concrete 45850 With 20% Fly Ash 4500 psi 3-5" Slump; 3-6% Air
10/18/2024 32 13 13 Mix Design SRM Concrete 45050 4500 psi 3-5" Slump; 3-6% Air
7/21/2025 32 13 13 Mix Design SINACOLA 24011-4500HP 20%With 20% Fly Ash 4500 psi 3-5" Slump; 3-6% Air
7/21/2025 32 13 13 Mix Design SINACOLA 24011-4500HP Straight Cement 4500 psi 3-5" Slump; 3-6% Air
9/9/2022 32 13 13 Mix Design Tarrant Concrete FW6020AHP 4500 psi 3-5" Slump; 3-6% Air
9/9/2022 32 13 13 Mix Design Tarrant Concrete FW60AHP 4500 psi 3-5" Slump; 3-6% Air
9/9/2022 32 13 13 Mix Design Tarrant Concrete TCFW6020AHP 4500 psi 3-5" Slump; 3-6% Air
9/9/2022 32 13 13 Mix Design Titan Ready Mix TRC4520 4500 psi 3-5" Slump; 3-6% Air
9/9/2022 32 13 13 Mix Design True Grit Redi Mix 0260.2301 4500 psi 3-5" Slump; 3-6% Air
9/9/2022 32 13 13 Mix Design True Grit Redi Mix 0265.2301 4500 psi 3-5" Slump; 3.5-6.5% Air
9/9/2022 32 13 13 Mix Design True Grit Redi Mix 270.230 4500 psi 3-5" Slump; 3-6% Air
6/12/2025 32 13 13 Mix Design True Grit Redi Mix 465.230H With 30% Slag 4500 psi 3-5" Slump: 3-6% Air
6/23/2025 32 13 13 Mix Design True Grit Redi Mix 365.230H 4500 psi 3-5" Slump: 3-6% Air
10/9/2024 32 13 13 Mix Design Wildcatter 4520AI 4500 psi 3-5" Slump; 3-6% Air
…Class P Concrete (Continues)
Page 3 of 6
!!!!!!!! Attention: Mix Designs do not supersede CFW Specifications !!!!!!!!!!
Approval Spec No.Classification Manufacturer Mix ID Mix Description Design Strength @ 28 days Design Rquirements National Spec
CITY OF FORT WORTH TRANSPORTATION/PUBLIC WORKS DEPARTMENT
STANDARD PRODUCTS LIST AS OF 10/31/2025
Class HES (High Early Strength Paving)
9/9/2022 32 13 13 Mix Design Big D Concrete 14500AE 4500 psi 3-5" Slump; 3-6% Air
9/9/2022 32 13 13 Mix Design Cow Town Redi Mix 370-1NC 4500 psi 3-5" Slump; 3-6% Air
9/9/2022 32 13 13 Mix Design Cow Town Redi Mix 375-NC 5000 psi 3-5" Slump; 3-6% Air
9/9/2022 32 13 13 Mix Design Cow Town Redi Mix 370-NC 4500 psi 3-5" Slump; 3-6% Air
1/18/2023 32 13 13 Mix Design Cow Town Redi Mix 380-NC 4500 psi 3-5" Slump; 3-6% Air
1/29/2024 32 13 13 Mix Design Estrada Ready Mix 4575AESC 4500 psi / 3000 psi @ 3 days 3-5" Slump; 3-6% Air
9/9/2022 32 13 13 Mix Design Amrize/ Holcim 2125 5000 psi 3-5" Slump; 3-6% Air
1/24/2023 32 13 13 Mix Design Liquid Stone C451DHR-A 4500 psi 3-5" Slump; 3-6% Air
4/7/2023 32 13 13 Mix Design Martin Marietta R2161K70 6000 psi / 3000 psi @ 24hr.3-5" Slump; 3-6% Air
2/10/2023 32 13 13 Mix Design SRM Concrete 50310 5000 psi 3-5" Slump; 3-6% Air
2/7/2025 32 13 13 Mix Design SRM Concrete 40326 4500 psi / 3000 psi @ 3 days 3-5" Slump; 3-6% Air
9/9/2022 32 13 13 Mix Design Tarrant Concrete FW6520AMR 4500 psi / 3000 psi @ 3 days 3-5" Slump; 3-6% Air
9/9/2022 32 13 13 Mix Design Tarrant Concrete FW7520AMR 4500 psi / 3000 psi @ 3 days 3-5" Slump; 3-6% Air
Class S (Bridge Slabs, Top Slabs of Direct Traffic Culverts, Approach Slabs)
9/9/2022 32 13 13 Mix Design Cow Town Redi Mix 260 4000 psi 3-5" Slump; 3-6% Air
9/9/2022 32 13 13 Mix Design Cow Town Redi Mix 360 4000 psi 3-5" Slump; 3-6% Air
9/9/2022 32 13 13 Mix Design Cow Town Redi Mix 365-STX 4000 psi 3-5" Slump; 3-6% Air
1/29/2024 32 13 13 Mix Design Estrada Ready Mix R4060AEWR 4000 psi 4-6" Slump; 3-6% Air
5/3/2023 32 13 13 Mix Design Martin Marietta M7842344 4000 psi 3-5" Slump; 4.5-7.5% Air
4/1/2023 32 13 13 Mix Design Martin Marietta R2146P33 4000 psi 3-5" Slump; 3-6% Air
8/18/2025 32 13 13 Mix Design Martin Marietta 610LBT 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 With 20% Fly Ash 4000 psi 3-5" Slump; 3-6% Air
4/5/2025 32 13 13 Mix Design SRM Concrete 40350 4000 psi 3-5" Slump; 3-6% Air
5/5/2023 32 13 13 Mix Design SRM Concrete D100008553CB 4000 psi 3-5" Slump; 3-6% Air
Concrete Base Trench Repair
4/1/2023 03 34 16 Mix Design Burnco Texas 10YH50BF 1000 psi Flowable; 8.5-11.5% Air
9/9/2022 03 34 16 Mix Design Burnco Texas 08Y450BA 800 psi 5-7" Slump; 3-6% Air
03 314 16 Mix Design Martin Marietta YN81O001 750 psi 8-12" Slump; 5-10% Air
Controlled Low Strength Material (Flowable Fill)
2/7/2025 03 34 13 Mix Design Burnco Texas 01Y690BF 100 psi Flowable; 9.5-11.5% Air
5/19/2025 03 34 13 Mix Design Burnco Texas 01Z180AF 100 psi Flowable; 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
8/4/2025 03 34 13 Mix Design Chisholm Trail Redi Mix CT150FF 50-150 psi Flowable; 7-9.0% Air
9/9/2022 03 34 13 Mix Design City Concrete Company 11-350-FF 50-150 psi Flowable; 8-12% Air
9/9/2022 03 34 13 Mix Design Cow Town Redi Mix 9 70 psi 7-9" Slump; 8-11% Air
9/9/2025 03 34 13 Mix Design Cow Town Redi Mix 10 Min 50 psi Min 9" Slump; 10-20% Air
5/12/2025 03 34 13 Mix Design Amrize/ Holcim 3741 100 psi Flowable; 12.0-24.0% Air
8/4/2025 03 34 13 Mix Design Amrize/ Holcim 901 100 psi 9-11" Slump; 10-30% Air
8/14/2025 03 34 13 Mix Design Amrize/ Holcim 904 150 psi 9-11" Slump; 10-30% Air
9/11/2025 03 34 13 Mix Design Martin Marietta FLOW25A 150 psi 8"-12" Slump; 10% Air
10/4/2023 03 34 13 Mix Design NBR Ready Mix FTW FLOW FILL 150 psi 7-10" Slump; 8-12% Air
2/7/2025 03 34 13 Mix Design SRM Concrete 910 150 psi Flowable; 8-12% Air
9/9/2022 03 34 13 Mix Design Tarrant Concrete FWFF150CLSM 50-150 psi Flowable; 8-12% Air
Concrete Rip Rap
4/1/2023 31 37 00 Mix Design Martin Marietta R2141030 4000 psi 3-5" Slump; 3-6% Air
4/1/2023 31 37 00 Mix Design Martin Marietta R2146033 4000 psi 3-5" Slump; 3-6% Air
Asphalt Paving
9/9/2022 32 12 16 Mix Design Austin Asphalt FT5B117965 FT5B117965 PG64-22 Type B Fine Base
9/9/2022 32 12 16 Mix Design Austin Asphalt FT1B139965 FT1B139965 PG64-22 Type B Fine Base
9/9/2022 32 12 16 Mix Design Austin Asphalt FT1B117.2 FT1B117.2 PG64-22 Type B Fine Base
5/1/2024 32 12 16 Mix Design Reynolds Asphalt 340-DG-B P 340-DG-B PG64-22 Type B Base Course
9/9/2022 32 12 16 Mix Design Reynolds Asphalt 1112B 1112B PG64-22 Type B Fine Base
9/9/2022 32 12 16 Mix Design Reynolds Asphalt 1612B 1612B PG64-22 Type B Fine Base
4/4/2025 32 12 16 Mix Design Reynolds Asphalt 2315B 2315B PG64-22 Type B Fine Base
12/5/2022 33 12 16 Mix Design Sunmount Paving 3076BV6422 3076BV6422 PG62-22 Type B Fine Base
9/9/2022 32 12 16 Mix Design Sunmount Paving 341-BRAP6422ERG 341-BRAP6422ERG PG64-22 Type B Fine Base
9/9/2022 32 12 16 Mix Design TXBIT 37-211305-20 37-211305-20 PG64-22 Type B Fine Base
9/9/2022 32 12 16 Mix Design TXBIT 44-211305-17 44-211305-17 PG64-22 Type B Fine Base
9/9/2022 32 12 16 Mix Design TXBIT 211305 (1757)211305 (1757) PG64-22 Type B Fine Base
9/9/2022 32 12 16 Mix Design TXBIT 64-224125-18 PG 64-224125-18 PG70-22 Type D Fine Surface
4/1/2024 32 12 16 Mix Design TXBIT 344 MAC-SP-D 70-22XR 344 MAC-SP-D 70-22XR SAC A-R Type D Fine Surface
Detectable Warning Surface
9/9/2022 32 13 20 DWS - Pavers Pine Hall Brick (Winston Salem, NC)Tactile Pavers
9/9/2022 32 13 20 DWS - Pavers Western Brick Co. (Houston, TX)Detectable Warning Pavers
9/9/2022 32 13 20 DWS - Composite Armor Tile
9/9/2022 32 13 20 DWS - Composite ADA Solutions (Wilmington, MA)Heritage Brick CIP Composite Paver
4/7/2023 32 13 20 DWS - Pavers ADA Solutions (Wilmington, MA)Detectable Warning Pavers
10/16/2025 32 13 20 DWS - Pavers EQUALTILE EqualTile Brick Pattern Wet-Set Replaceable
10/16/2025 32 13 20 DWS - Pavers EQUALTILE EqualTile Cast-In-Place Replaceable
Page 4 of 6
!!!!!!!! Attention: Mix Designs do not supersede CFW Specifications !!!!!!!!!!
Approval Spec No.Classification Manufacturer Mix ID Mix Description Design Strength @ 28 days Design Rquirements National Spec
CITY OF FORT WORTH TRANSPORTATION/PUBLIC WORKS DEPARTMENT
STANDARD PRODUCTS LIST AS OF 10/31/2025
Silicone Joint Sealant
9/9/2022 32 13 73 Joint Sealant Dow 890SL 890SL - Cold Applied, Single Component, Silicone Joint Sealant ASTM D5893
9/9/2022 32 13 73 Joint Sealant Tremco 900SL 900SL - Cold Applied, Single Component, Silicone Joint Sealant ASTM D5893
9/9/2022 32 13 73 Joint Sealant Pecora 300SL 300SL - Cold Applied, Single Component, Silicone Joint Sealant ASTM D5893
9/9/2022 32 13 73 Joint Sealant Crafco RoadSaver Silicone RoadSaver Silicone - Cold Applied, Single Component, Silicone Joint Sealant ASTM D5893
Utility Trench Embedment Sand
9/9/2022 33 05 10 Embedment Sand Silver Creek Materials Utility Embedment Sand ASTM C33
9/9/2022 33 05 10 Embedment Sand Crouch Materials Utility Embedment Sand ASTM C33
9/9/2022 33 05 10 Embedment Sand F and L Dirt Movers Utility Embedment Sand ASTM C33
9/9/2022 33 05 10 Embedment Sand F and L Dirt Movers Utility Embedment Sand ASTM C33
9/9/2022 33 05 10 Embedment Sand Tin Top Martin Marietta Utility Embedment Sand ASTM C33
Storm Sewer - Manholes & Bases/Frames & Covers/Standard (Round) 33-05-13
9/28/2018 33 05 13 Manhole Frames and Covers AccuCast (Govind Steel Company, LTD)MHRC #220605 MHRC #220605 (Size - **24" Dia.)ASTM A48 AASHTO M306
9/28/2018 33 05 13 Manhole Cover Neenah Foundry NF-1274-T91 NF-1274-T91 (Size - 32" Dia.)ASTM A48 AASHTO M306
9/28/2018 33 05 13 Manhole Frames and CoversNeenah Foundry NF-1743-LM (Hinged)NF-1743-LM (Hinged) (Size - 32" Dia.)ASTM A48 AASHTO M306
9/28/2018 33 05 13 Manhole Frame Neenah Foundry NF-1930-30 NF-1930-30 (Size - 32.25" Dia.)ASTM A48 AASHTO M306
9/28/2018 33 05 13 Manhole Frames and CoversNeenah Foundry R-1743-HV R-1743-HV (Size - 32" Dia.)ASTM A48 AASHTO M306
4/3/2019 33 05 13 Manhole Frames and CoversSIP Industries ++2279ST 2279ST (Size - 24" Dia.)ASTM A48 AASHTO M306
4/3/2019 33 05 13 Manhole Frames and CoversSIP Industries ++2280ST 2280ST (Size - 32" Dia.)ASTM A48 AASHTO M306
10/8/2020 33 05 13 Manhole Frames and CoversEJ ( Formally East Jordan Iron Works)EJ1033 Z2/A EJ1033 Z2/A (Size - 32.25" Dia.)ASTM A536 AASHTO M306
3/8/2024 33 05 13 Curb Inlet Covers SIP Industries ++2296T 2296T (Size - ***24" Dia.)ASTM A48 AASHTO M306
6/18/2024 33 05 13 Curb Inlet Covers SIP Industries ++2279STN 2279STN (Size - 24" Dia.)ASTM A48 AASHTO M306
Storm Sewer - Inlet & Structures 33-05-13
10/8/2020 33 49 20 Curb Inlets Fonterra FRT-10x3-405-PRECAST** (Size - 10' X 3')ASTM C913
10/8/2020 33 49 20 Curb Inlets Fonterra FRT-10x3-406-PRECAST** (Size - 10' X 3')ASTM C913
10/8/2020 33 49 20 Curb Inlets Fonterra FRT-10x4.5-407-PRECAST** (Size - 10' X 4.5')ASTM C913
10/8/2020 33 49 20 Curb Inlets Fonterra FRT-10x4.5-420-PRECAST** (Size - 10' X 4.5')ASTM C913
10/8/2020 33 39 20 Manhole Fonterra FRT-4X4-409-PRECAST-TOP (Size - 4' X 4')ASTM C913
10/8/2020 33 39 20 Manhole Fonterra FRT-4X4-409-PRECAST-BASE (Size - 4' X 4')ASTM C913
10/8/2020 33 39 20 Manhole Fonterra FRT-5X5-410-PRECAST-TOP (Size - 5' X 5')ASTM C913
10/8/2020 33 39 20 Manhole Fonterra FRT-5X5-410-PRECAST-BASE (Size - 5' X 5')ASTM C913
10/8/2020 33 39 20 Manhole Fonterra FRT-6X6-411-PRECAST-TOP (Size - 6' X 6')ASTM C913
10/8/2020 33 39 20 Manhole Fonterra FRT-6X6-411-PRECAST-BASE (Size - 6' X 6')ASTM C913
3/19/2021 33 49 20 Curb Inlets Thompson Pipe Group TPG-10X3-405-PRECAST INLET** (Size - 10' X 3')ASTM 615
3/19/2021 33 49 20 Curb Inlets Thompson Pipe Group TPG-15X3-405-PRECAST INLET** (Size - 15' X 3')ASTM 615
3/19/2021 33 49 20 Curb Inlets Thompson Pipe Group TPG-20X3-405-PRECAST INLET** (Size - 20' X 7')ASTM 615
3/19/2021 33 39 20 Manhole Thompson Pipe Group TPG-4X4-409-PRECAST TOP (Size - 4' X 4')ASTM 615
3/19/2021 33 39 20 Manhole Thompson Pipe Group TPG-4X4-409-PRECAST BASE (Size - 4' X 4')ASTM 615
3/19/2021 33 39 20 Manhole Thompson Pipe Group TPG-4X4-412-PRECAST 4-FT RISER (Size - 4' X 4')ASTM 615
3/19/2021 33 39 20 Manhole Thompson Pipe Group TPG-5X5-410-PRECAST TOP (Size - 5' X 5')ASTM 615
3/19/2021 33 39 20 Manhole Thompson Pipe Group TPG-5X5-410-PRECAST BASE (Size - 5' X 5')ASTM 615
3/19/2021 33 39 20 Manhole Thompson Pipe Group TPG-5X5-412-PRECAST 5-FT RISER (Size - 5' X 5')ASTM 615
3/19/2021 33 39 20 Manhole Thompson Pipe Group TPG-6X6-411-PRECAST TOP (Size - 6' X 6')ASTM 615
3/19/2021 33 39 20 Manhole Thompson Pipe Group TPG-6X6-411-PRECAST BASE (Size - 6' X 6')ASTM 615
3/19/2021 33 39 20 Manhole Thompson Pipe Group TPG-6X6-412-PRECAST 6-FT RISER (Size - 6' X 6')ASTM 615
3/19/2021 33 39 20 Manhole Thompson Pipe Group TPG-7X7-411-PRECAST TOP (Size - 7' X 7')ASTM 615
3/19/2021 33 39 20 Manhole Thompson Pipe Group TPG-7X7-411-PRECAST BASE (Size - 7' X 7')ASTM 615
3/19/2021 33 39 20 Manhole Thompson Pipe Group TPG-7X7-412-PRECAST 4-FT RISER (Size - 7' X 7')ASTM 615
3/19/2021 33 39 20 Manhole Thompson Pipe Group TPG-8X8-411-PRECAST TOP (Size - 8' X 8')ASTM 615
3/19/2021 33 39 20 Manhole Thompson Pipe Group TPG-8X8-411-PRECAST BASE (Size - 8' X 8')ASTM 615
3/19/2021 33 39 20 Manhole Thompson Pipe Group TPG-8X8-412-PRECAST 5-FT RISER (Size - 8' X 8')ASTM 615
3/19/2021 33 49 20 Drop Inlet Thompson Pipe Group TPG-4X4-408-PRECAST INLET (Size - 4' X 4')ASTM 615
3/19/2021 33 49 20 Drop Inlet Thompson Pipe Group TPG-5X5-408-PRECAST INLET (Size - 5' X 5')ASTM 615
3/19/2021 33 49 20 Drop Inlet Thompson Pipe Group TPG-6X6-408-PRECAST INLET (Size - 6' X 6')ASTM 615
8/28/2023 33 49 10 Manhole Oldcastle Precast 4' x 4' Stacked Manhole (Size - 4' X 4')ASTM C478
8/28/2023 33 49 10 Manhole Oldcastle Precast 5' x 8' Storm Junction Box (Size - 5' X 8')ASTM C478
8/28/2023 33 49 10 Manhole Oldcastle Precast 4' x 4' Storm Junction Box (Size - 4' X 4')ASTM C478
8/28/2023 33 49 10 Manhole Oldcastle Precast 5' x 5' Storm Junction Box (Size - 5' X 5')ASTM C478
8/28/2023 33 49 10 Manhole Oldcastle Precast 6' x 6' Storm Junction Box (Size - 6' X 6')ASTM C478
8/28/2023 33 49 10 Manhole Oldcastle Precast 8' x 8' Storm Junction Box Base (Size - 8' X 8')ASTM C478
8/28/2023 33 49 10 Manhole Oldcastle Precast 5' x 8' Storm Junction Box Base (Size - 5' X 8')ASTM C478
8/28/2023 33 49 10 Manhole Rinker Materials Reinforced 48" Diameter Spread Footing Manhole (Size - 4' X 4')ASTM C433
**Note: All new development and new installation manhole lids shall meet the minimum 30-inch opening requirement as specified in City Specification 33 05 13. Any smaller opening sizes will only be allowed for existing manholes that require replacement frames and covers.
Page 5 of 6
!!!!!!!! Attention: Mix Designs do not supersede CFW Specifications !!!!!!!!!!
Approval Spec No.Classification Manufacturer Mix ID Mix Description Design Strength @ 28 days Design Rquirements National Spec
CITY OF FORT WORTH TRANSPORTATION/PUBLIC WORKS DEPARTMENT
STANDARD PRODUCTS LIST AS OF 10/31/2025
8/28/2023 33 39 20 Curb Inlet 10 'x 3' Riser Thompson Pipe Group Inlet Riser (Size - 3 FT)ASTM C913-16
8/28/2023 33 39 20 Curb Inlet 15 'x 3' Riser Thompson Pipe Group Inlet Riser (Size - 3 FT)ASTM C913-16
8/28/2023 33 39 20 Curb Inlet 20' x 3' Riser Thompson Pipe Group Inlet Riser (Size - 3 FT)ASTM C913-16
1/12/2024 33 49 20 Drop Inlet AmeriTex Pipe &Products Drop Inlet (4' X 4')ASTM C913
1/12/2024 33 49 20 Drop Inlet AmeriTex Pipe &Products Drop Inlet (5' X 5')ASTM C913
1/19/2024 33 49 20 Manhole AmeriTex Pipe &Products Precast 4'x4' Storm Junction Box ASTM C913
1/19/2024 33 49 20 Manhole AmeriTex Pipe &Products Precast 5'x5' Storm Junction Box ASTM C913
1/19/2024 33 49 20 Manhole AmeriTex Pipe &Products 5' Precast Transition MH (4' MH on the top of 5' JB)ASTM C913
1/19/2024 33 49 20 Manhole AmeriTex Pipe &Products Precast 6'x6' Storm Junction Box ASTM C913
1/19/2024 33 49 20 Manhole AmeriTex Pipe &Products 6' Precast Transition MH (4' MH on the top of 6' JB)ASTM C913
1/19/2024 33 49 20 Manhole AmeriTex Pipe &Products Precast 8'x8' Storm Junction Box ASTM C913
1/19/2024 33 49 20 Manhole AmeriTex Pipe &Products 8' Precast Transition MH (4' MH on the top of 8' JB)ASTM C913
1/19/2024 33 49 20 Manhole AmeriTex Pipe &Products Type C Storm Drain Manhole on Box (4' MH on the top of RCB)ASTM C913
7/16/2024 33 49 20 Curb Inlets AmeriTex Pipe &Products 10x3 Precast** (Size 10' x 3')ASTM C913
7/16/2024 33 49 20 Curb Inlets AmeriTex Pipe &Products 15x3 Precast** (Size 15' x 3')ASTM C913
Storm Sewer - Pipes & Boxes 33-05-13
4/9/2021 33 41 13 Storm Drain Pipes Advanced Drainage Systems, Inc. (ADS)ADS HP Storm Polypropylene (PP) Pipe (Size - 12" - 60")ASTM F2881 & AASHTO M330
8/28/2023 33 41 10 Storm Drain Pipes Rinker Materials Reinforced Concrete Pipe Tongue and Groove Joint Pipe (Size - 21" or larger)ASTM C76, C655
8/28/2023 33 41 10 Culvert Box Rinker Materials Reinforced Concrete Box Culvert (Sze - Various)ASTM C789, C850
10/12/2023 33 41 10 Storm Drain Pipes AmeriTex Pipe &Products Reinforced Concrete Pipe Tongue and Groove Joint Pipe* (Size - 15" or larger)ASTM C76, C506
10/12/2023 34 41 10 Culvert Box AmeriTex Pipe &Products Reinforced Concrete Box Culvert (size - Various))ASTM C1433,C1577
10/18/2023 35 41 10 Storm Drain Pipes The Turner Co.Reinforced Concrete Pipe Tongue and Groove Joint Pipe* (Size - 15" or larger)ASTM C76, C506
10/18/2023 33 41 10 Culvert Box The Turner Co.Reinforced Concrete Box Culvert (size - Various)ASTM C1433,C1577
4/12/2024 33 41 10 Storm Drain Pipes Thompson Pipe Group Reinforced Concrete Pipe Tongue and Groove Joint Pipe* (Size Various)ASTM C76, C506
6/25/2024 33 41 10 Culvert Box Oldcastle Reinforced Concrete Box Culvert ASTM C1433,C1577
6/25/2024 33 41 10 Storm Drain Pipes Oldcastle Reinforced Concrete Pipe Tongue and Groove Joint Pipe* (Size Various)ASTM C76, C506
….Storm Sewer - Inlet & Structures Continues
(1-29-2025) Removed Argos, Ingram, Redi-Mix, Charley's
(4-3-2025) Bigtown Concrete updated Mix ID's
**Note: Pre-cast inlets are approved for the stage I portion of the structure (basin) only. Stage II portion of the structure are required to be cast in-place. No exceptions to this requirement shall be allowed.
Revision Comments
(4-5-2025) 03 34 13 CLSM specification
Page 6 of 6
Approval Spec No. Classsification Manufacturer Model No. National Spec Size
Water & Sewer - Manholes & Bases/Components 33-39-10 (Rev 2/3/16)
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. 250-4G 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/Fiberglass 33-39-13 (1/8/13)
1/26/99 33 39 13 Fiberglass Manhole Fluid Containment, Inc. 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 Western Iron Works, Bass & Hays Foundry 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-R8FS 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
10/14/13 33 05 13 30" Dia. MH Ring and Cover (Hinged & Lockable) East Jordan Iron Works
30" ERGO XL Assembly
with Cam Lock/MPIC/T-Gasket ASSHTO M105 & ASTM A536 30" Dia
06/01/17 34 05 13 30" Dia. MH Ring and Cover (Lockable) CI SIP Industries 2280 (32") ASTM A 48 30" Dia.
12/05/23 34 05 13 30" Dia. MH Ring and Cover (Hinged & Lockable) CI SIP Industries 4267WT - Hinged (32") ASTM A 48 30" Dia.
09/16/19 33 05 13 30" Dia. MH Ring and Cover Composite Access Products, L.P.
CAP-ONE-30-FTW, Composite, w/ Lock
w/o Hing 30" Dia.
10/07/21 34 05 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 48", 60"
09/03/24 33 39 10 Manhole, Precast Concrete Oldcastle Precast Inc.
Manhole, 32" Opening and Flat top, (No
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
03/07/23 33 39 20 Manhole, Precast Concrete AmeriTex Pipe and Products, LLC 48" & 60" I.D. Manhole w/32" Cone
ASTM C-478; ASTM C-923;
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
12/29/23 33 39 20 Wastewater Access Chamber Quickstream Solutions, Inc. Type 8 Maintenace Shaft (Poopit)
For use when Std. MH cannot be
installed due to depth
Water & Sewer - Manholes & Bases/Rehab Systems/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 FlexKrete Technologies Vinyl Polyester Repair Product Misc. Use
CITY OF FORT WORTH
WATER DEPARTMENT
STANDARD PRODUCT LIST Updated: 6-18-25
* From Original Standard Products List 1
Approval Spec No. Classsification Manufacturer Model No. National Spec Size
CITY OF FORT WORTH
WATER DEPARTMENT
STANDARD PRODUCT LIST Updated: 6-18-25
Water & Sewer - Manholes & Bases/Rehab Systems/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)
For Exterior Coating of Concrete
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
03/19/18
33 05 16, 33 39 10,
33 39 20 Coating for Corrosion protection(Exterior) Sherwin Williams
RR&C Dampproofing Non-Fibered Spray
Grade (Asphatic Emulsion)
For Exterior Coating of Concrete
Structures Only
Water & Sewer - Manhole Inserts - Field Operations Use Only (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 Casing 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
Applications Only)8" - 12" (Sewer 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/Epoxy 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 Item #95-Manhole, #98- Pipe ASTM C 76
* E1-04 Conc. Pipe, Reinforced Concrete Pipe & Products Co. Inc. ASTM C 76
Sewer - Pipe Enlargment System (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/Fiberglass 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
03/07/23 33 31 13 Fiberglass Pipe (FRP) Future Pipe Industries Fiberstrong FRP
ASTM D3262, ASTM D3681,
ASTM D4161, AWWA M45
09/03/24 33 31 13 Fiberglass Pipe (FRP) Superlit Boru Sanayi A.S. Superlit FRP
ASTM D3262, ASTM D3517,
ASTM 3754, AWWA C950
* From Original Standard Products List 2
Approval Spec No. Classsification Manufacturer Model No. National Spec Size
CITY OF FORT WORTH
WATER DEPARTMENT
STANDARD PRODUCT LIST Updated: 6-18-25
Sewer - Pipe/Polymer Pipe
4/14/05 Polymer Modified Concrete Pipe Amitech USA Meyer Polycrete Pipe ASTM C33, A276, F477 8" to 102", Class V
06/09/10 E1-9 Reinforced Polymer Concrete Pipe US Composite Pipe Reinforced Polymer Concrete Pipe ASTM C-76
Sewer - Pipes/HDPE 33-31-23(1/8/13)
* High-density polyethylene pipe Phillips Driscopipe, Inc. Opticore Ductile Polyethylene Pipe ASTM D 1248 8"
* High-density polyethylene pipe Plexco Inc. ASTM D 1248 8"
* High-density polyethylene pipe Polly Pipe, Inc. ASTM D 1248 8"
High-density polyethylene pipe CSR Hydro Conduit/Pipeline Systems McConnell Pipe Enlargement ASTM D 1248
Sewer - Pipes/PVC (Pressure Sewer) 33-11-12 (4/1/13)
12/02/11 33-11-12 DR-14 PVC Pressure Pipe Pipelife Jetstream PVC Pressure Pipe AWWA C900 4" thru 12"
10/22/14 33-11-12 DR-14 PVC Pressure Pipe Royal Building Products Royal Seal PVC Pressure Pipe AWWA C900 4" thru 12"
Sewer - Pipes/PVC* 33-31-20 (7/1/13)
* 33-31-20 PVC Sewer Pipe J-M Manufacturing Co., Inc. (JM Eagle) SDR-26 (PS115) ASTM D 3034 4" - 15"
12/23/97* 33-31-20 PVC Sewer Pipe Diamond Plastics Corporation SDR-26 (PS115)
ASTM D 3034 4" thru 15"
* 33-31-20 PVC Sewer Pipe Lamson Vylon Pipe SDR-26 (PS115)
ASTM D 3034 4" thru 15"
12/05/23 33-31-20 PVC Sewer Pipe Vinyltech PVC Pipe SDR-26 (PS115) ASTM D3034 4" thru 15"
12/05/23 33-31-20 PVC Sewer Pipe Vinyltech PVC Pipe Gravity Sewer PS 115 ASTM F 679 18"
* 33-31-20 PVC Sewer Pipe J-M Manufacturing Co, Inc. (JM Eagle) PS 115 ASTM F 679 18" - 28"
05/06/05 33-31-20 PVC Solid Wall Pipe Diamond Plastics Corporation PS 115 ASTM F-679 18" to 48"
04/27/06 33-31-20 PVC Sewer Fittings Harco SDR-26 (PS 115) Gasket Fittings ASTM D-3034, D-1784, etc 4" - 15"
*33-31-20 PVC Sewer Fittings Plastic Trends, Inc.(Westlake)Gasketed PVC Sewer Main Fittings ASTM D 3034
3/19/2018 33 31 20 PVC Sewer Pipe Pipelife Jet Stream SDR 26 (PS 115) ASTM F679 18"- 24"
3/19/2018 33 31 20 PVC Sewer Pipe Pipelife Jet Stream SDR 26 ASTM D3034 4"- 15"
3/29/2019 33 31 20
Gasketed Fittings (PVC)GPK Products, Inc. SDR 26 ASTM D3034 4"- 15"
10/21/2020 33 31 20 PVC Sewer Pipe NAPCO(Westlake) SDR 26 ASTM D3034 4" - 15"
10/22/2020 33 31 20 PVC Sewer Pipe Sanderson Pipe Corp. SDR 26 ASTM D3034 4"- 15"
10/21/2020 33 31 20 PVC Sewer Pipe NAPCO(Westlake) SDR 26 PS 115 ASTM F-679 18"- 36"
* From Original Standard Products List 3
Approval Spec No. Classsification Manufacturer Model No. National Spec Size
CITY OF FORT WORTH
WATER DEPARTMENT
STANDARD PRODUCT LIST Updated: 6-18-25
Water - Appurtenances 33-12-10 (07/01/13)
09/03/24 33-12-10 Double Strap Saddle Ford Meter Box Co., Inc. 202B 1"-2" SVC, up to 16" Pipe
01/18/18 33-12-10 Double Strap Saddle Romac 202NS Nylon Coated AWWA C800 1"-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, Incl. 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 & 610MT 3/4" and 1"
10/27/87 Curb Stops-Ball Meter Valves McDonald 4603B, 4604B, 6100M, 6100TM and 6101M 1½" and 2"
5/25/2018 33-12-10 Curb Stops-Ball Meter Valves Ford Meter Box Co., Inc.
FB600-7NL, FB1600-7-NL, FV23-777-W-NL,
L22-77NL AWWA C800 2"
5/25/2018 33-12-10 Curb Stops-Ball Meter Valves Ford Meter Box Co., Inc.
FB600-6-NL, FB1600-6-NL, FV23-666-W-
NL, L22-66NL AWWA C800 1-1/2"
5/25/2018 33-12-10 Curb Stops-Ball Meter Valves Ford Meter Box Co., Inc.
FB600-4-NL, FB1600-4-NL, B11-444-WR-
NL, B22444-WR-NL, L28-44NL AWWA C800 1"
5/25/2018 33-12-10 Curb Stops-Ball Meter Valves Mueller Co., Ltd.
B-25000N, B-24277N-3, B-20200N-3, H-
15000N, , H-1552N, H142276N
AWWA C800, ANSF 61,
ANSI/NSF 372 2"
5/25/2018 33-12-10 Curb Stops-Ball Meter Valves Mueller Co., Ltd.
B-25000N, B-20200N-3, B-24277N-3,H-
15000N, H-14276N, H-15525N
AWWA C800, ANSF 61,
ANSI/NSF 372 1-1/2"
5/25/2018 33-12-10 Curb Stops-Ball Meter Valves Mueller Co., Ltd.
B-25000N, B-20200N-3,H-15000N, H-
15530N
AWWA C800, ANSF 61,
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-12-1EPAF FTW
Plastic Meter Box w/Composite Lid DFW Plastics Inc. DFW39C-12-1EPAF FTW
08/30/06 Plastic Meter Box w/Composite Lid DFW Plastics Inc. DFW65C-14-1EPAF FTW Class "A"
Concrete Meter Box Bass & Hays CMB37-B12 1118 LID-9
Concrete Meter Box Bass & Hays CMB-18-Dual 1416 LID-9
Concrete Meter Box Bass & Hays CMB65-B65 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)
* E1-11 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. 1/2", 1" & 2"
* E1-11 Combination Air Release Valve Valve and Primer Corp. APCO #143C, #145C and #147C 1", 2" & 3"
Water - Dry Barrel Fire Hydrants 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
10/14/87 E-1-12 Dry Barrel Fire Hydrant Mueller Company
Shop Drawings No. 6461
A-423 Centurion AWWA C-502
01/15/88 E1-12 Dry Barrel Fire Hydrant Mueller Company
Shop Drawing FH-12
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 WB67 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
Approval Spec No. Classsification Manufacturer Model No. National Spec Size
CITY OF FORT WORTH
WATER DEPARTMENT
STANDARD PRODUCT LIST Updated: 6-18-25
Water - Pipes/PVC (Pressure Water) 33-31-70 (01/08/13)
12/05/23 33-11-12 PVC Pressure Pipe Vinyltech PVC Pipe DR14
AWWA C900, AWWA C605,
ASTM D1784 4"-16"
12/05/23 33-11-12 PVC Pressure Pipe Vinyltech PVC Pipe DR18
AWWA C900, AWWA C605,
ASTM D1784 16"-18"
09/03/24 33-11-12 PVC Pressure Pipe Northern Pipe Products DR14
AWWA C900, AWWA C605,
ASTM D1784 4"-16"
09/03/24 33-11-12 PVC Pressure Pipe Northern Pipe Products DR18
AWWA C900, AWWA C605,
ASTM D1784 16"-18"
3/19/2018 33 11 12 PVC Pressure Pipe Pipelife Jet Stream DR14 AWWA C900 4"-12"
3/19/2018 33 11 12 PVC Pressure Pipe Pipelife Jet Stream DR18 AWWA C900 16"-24"
5/25/2018 33 11 12 PVC Pressure Pipe Diamond Plastics Corporation DR 14 AWWA C900 4"-12"
5/25/2018 33 11 12 PVC Pressure Pipe Diamond Plastics Corporation DR 18 AWWA C900 16"-24"
12/6/2018 33 11 12 PVC Pressure Pipe J-M Manufacturing Co., Inc d/b/a JM Eagle DR 14
AWWA C900-16
UL 1285
ANSI/NSF 61
FM 1612
4"-28"
12/6/2018 33 11 12 PVC Pressure Pipe J-M Manufacturing Co., Inc d/b/a JM Eagle DR 18
AWWA C900-16
UL 1285
ANSI/NSF 61
FM 1612
16"-24"
9/6/2019 33 11 12 PVC Pressure Pipe Underground Solutions Inc. DR14 Fusible PVC AWWA C900 4" - 8"
9/6/2019 33 11 12 PVC Pressure Pipe NAPCO(Westlake) DR18 AWWA C900 16" - 24"
9/6/2019 33 11 12 PVC Pressure Pipe NAPCO(Westlake) DR14 AWWA C900 4"- 12"
9/6/2019 33 11 12 PVC Pressure Pipe Sanderson Pipe Corp. DR14 AWWA C900 4"- 12"
Water - Pipes/Valves & Fittings/Ductile Iron Fittings 33-11-11 (01/08/13)
07/23/92 E1-07 Ductile Iron Fittings Star Pipe Products, Inc. Mechanical Joint Fittings AWWA C153 & C110
* E1-07 Ductile Iron Fittings Griffin Pipe Products, Co. Mechanical Joint Fittings AWWA C 110
* E1-07 Ductile Iron Fittings McWane/Tyler Pipe/ Union Utilities Division
Mechanical Joint Fittings, SSB Class 350 AWWA C 153, C 110, C 111
08/11/98 E1-07 Ductile Iron Fittings Sigma, Co.
Mechanical Joint Fittings, SSB Class 351 AWWA C 153, C 110, C 112
02/26/14 E1-07 MJ Fittings Accucast
Class 350 C-153 MJ Fittings AWWA C153 4"-12"
05/14/98 E1-07 Ductile Iron Joint Restraints Ford Meter Box Co./Uni-Flange
Uni-Flange Series 1400 AWWA C111/C153 4" to 36"
05/14/98 E1-24 PVC Joint Restraints Ford Meter Box Co./Uni-Flange
Uni-Flange Series 1500 Circle-Lock AWWA C111/C153 4" to 24"
11/09/04 E1-07 Ductile Iron Joint Restraints One Bolt, Inc.
One Bolt Restrained Joint Fitting AWWA C111/C116/C153 4" to 12"
02/29/12 33-11-11 Ductile Iron Pipe Mechanical Joint Restraint EBAA Iron, Inc.
Megalug Series 1100 (for DI Pipe)AWWA C111/C116/C153 4" to 42"
02/29/12 33-11-11 PVC Pipe Mechanical Joint Restraint EBAA Iron, Inc.
Megalug Series 2000 (for PVC Pipe)AWWA C111/C116/C153 4" to 24"
08/05/04 E1-07 Mechanical Joint Retainer Glands(PVC) Sigma, Co.
Sigma One-Lok SLC4 - SLC10 AWWA C111/C153 4" to 10"
03/06/19 33-11-11 Mechanical Joint Retainer Glands(PVC) Sigma, Co.
Sigma One-Lok SLCS4 - SLCS12 AWWA C111/C153 4" to 12"
08/05/04 E1-07 Mechanical Joint Retainer Glands(PVC) Sigma, Co.
Sigma One-Lok SLCE AWWA C111/C153 12" to 24"
08/10/98 E1-07 MJ Fittings(DIP) Sigma, Co.
Sigma One-Lok SLDE AWWA C153 4" - 24"
10/12/10 E1-24 Interior Restrained Joint System S & B Techncial Products
Bulldog System ( Diamond Lok 21 & JM ASTM F-1624 4" to 12"
04/07/69 Interior Restrained Joint System Hultec Hydrogrip-R
ASTM D395, D412, D471, D573,
D883, D1149, D1229, D1349,
D1414, D1415, D1566, F913
4'-12"
08/16/06 E1-07 Mechanical Joint Fittings SIP Industries(Serampore)
Mechanical Joint Fittings AWWA C153 4" to 24"
11/07/16 33-11-11 Mechanical Joint Retainer Glands Star Pipe Products, Inc.
PVC Stargrip Series 4000 ASTM A536 AWWA C111
11/07/16 33-11-11 Mechanical Joint Retainer Glands Star Pipe Products, Inc.
DIP Stargrip Series 3000 ASTM A536 AWWA C111
03/19/18 33-11-11 Mechanical Joint Retainer Glands SIP Industries(Serampore)
EZ Grip Joint Restraint (EZD) Black For DIP
ASTM A536 AWWA C111 3"-48"
03/19/18 33-11-11 Mechanical Joint Retainer Glands SIP Industries(Serampore)
EZ Grip Joint Restraint (EZD) Red for C900
DR14 PVC Pipe ASTM A536 AWWA C111 4"-12"
03/19/18 33-11-11 Mechanical Joint Retainer Glands SIP Industries(Serampore)
EZ Grip Joint Restraint (EZD) Red for C900
DR18 PVC Pipe ASTM A536 AWWA C111 16"-24"
* From Original Standard Products List 5
Approval Spec No. Classsification Manufacturer Model No. National Spec Size
CITY OF FORT WORTH
WATER DEPARTMENT
STANDARD PRODUCT LIST Updated: 6-18-25
Water - Pipes/Valves & Fittings/Resilient Seated Gate Valve* 33-12-20 (05/13/15)
Resilient Wedged Gate Valve w/no Gears American Flow Control Series 2500 Drawing # 94-20247 16"
12/13/02 Resilient Wedge Gate Valve American Flow Control Series 2530 and Series 2536 AWWA C515 30" and 36"
08/31/99 Resilient Wedge Gate Valve American Flow Control Series 2520 & 2524 (SD 94-20255) AWWA C515 20" and 24"
05/18/99 Resilient Wedge Gate Valve American Flow Control Series 2516 (SD 94-20247) AWWA C515 16"
10/24/00 E1-26 Resilient Wedge Gate Valve American Flow Control Series 2500 (Ductile Iron) AWWA C515 4" to 12"
08/05/04 Resilient Wedge Gate Valve American Flow Control 42" and 48" AFC 2500 AWWA C515 42" and 48"
05/23/91 E1-26 Resilient Wedge Gate Valve American AVK Company American AVK Resilient Seaded GV AWWA C509 4" to 12"
01/24/02 E1-26 Resilient Wedge Gate Valve American AVK Company 20" and smaller
* E1-26 Resilient Seated Gate Valve Kennedy 4" - 12"
* E1-26 Resilient Seated Gate Valve M&H 4" - 12"
* E1-26 Resilient Seated Gate Valve Mueller Co.4" - 12"
11/08/99 Resilient Wedge Gate Valve Mueller Co. Series A2361 (SD 6647) AWWA C515 16"
01/23/03 Resilient Wedge Gate Valve Mueller Co. Series A2360 for 18"-24" (SD 6709) AWWA C515 24" and smaller
05/13/05 Resilient Wedge Gate Valve Mueller Co. Mueller 30" & 36", C-515 AWWA C515 30" and 36"
01/31/06 Resilient Wedge Gate Valve Mueller Co. Mueller 42" & 48", C-515 AWWA C515 42" and 48"
01/28/88 E1-26 Resilient Wedge Gate Valve Clow Valve Co. AWWA C509 4" - 12"
10/04/94 Resilient Wedge Gate Valve Clow Valve Co. 16" RS GV (SD D-20995) AWWA C515 16"
11/08/99 E1-26 Resilient Wedge Gate Valve Clow Valve Co. Clow RW Valve (SD D-21652) AWWA C515 24" and smaller
11/29/04 Resilient Wedge Gate Valve Clow Valve Co. Clow 30" & 36" C-515 AWWA C515 30" and 36" (Note 3)
11/30/12 Resilient Wedge Gate Valve Clow Valve Co. Clow Valve Model 2638 AWWA C515 24" to 48" (Note 3)
05/08/91 E1-26 Resilient Seated Gate Valve Stockham Valves & Fittings AWWA C 509, ANSI 420 - stem, 4" - 12"
* E1-26 Resilient Seated Gate Valve U.S. Pipe and Foundry Co.Metroseal 250, requirements SPL #74 3" to 16"
10/26/16 33-12-20 Resilient Seated Gate Valve EJ (East Jordan Iron Works)EJ FlowMaster Gate Valve & Boxes
08/24/18 Matco Gate Valve Matco-Norca 225 MR AWWA/ANSI C115/An21.15 4" to 16"
Water - Pipes/Valves & Fittings/Rubber Seated Butterfly Valve 33-12-21 (07/10/14)
* E1-30 Rubber Seated Butterfly Valve Henry Pratt Co. AWWA C-504 24"
* E1-30 Rubber Seated Butterfly Valve Mueller Co. AWWA C-504 24"and smaller
1/11/99 E1-30 Rubber Seated Butterfly Valve Dezurik Valves Co. AWWA C-504 24" and larger
06/12/03 E1-30 Valmatic American Butterfly Valve Valmatic Valve and Manufacturing Corp. Valmatic American Butterfly Valve. AWWA C-504 Up to 84" diameter
04/06/07 E1-30 Rubber Seated Butterfly Valve M&H Valve M&H Style 4500 & 1450 AWWA C-504 24" to 48"
03/19/18 33 12 21 Rubber Seated Butterfly Valve G. A. Industries (Golden Anderson) AWWA C504 Butterfly Valve AWWA C-504 30"-54"
09/03/24 33 12 21 Rubber Seated Butterfly Valve American AVK Company AWWA C504 Butterfly Valve Class 250B AWWA C-504 24" - 48"
Water - Polyethylene Encasement 33-11-10 (01/08/13)
05/12/05 E1-13 Polyethylene Encasment Flexsol Packaging Fulton Enterprises AWWA C105 8 mil LLD
05/12/05 E1-13 Polyethylene Encasment Mountain States Plastics (MSP) and AEP Ind. Standard Hardware AWWA C105 8 mil LLD
05/12/05 E1-13 Polyethylene Encasment AEP Industries Bullstrong by Cowtown Bolt & Gasket AWWA C105 8 mil LLD
09/06/19 33-11-11 Polyethylene Encasment Northtown Products Inc. PE Encasement for DIP AWWA C105 8 mil LLD
Water - Sampling 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 12 50 Water Sampling Station Mueller Water Products, Inc.Model BSS01-36-MUDG2-CSD-NL, Freeze
Proof, Hasp for Locking Access Hatch
This product removed
Water - Automatic Flusher
10/21/20 Automated Flushing System Mueller Hydroguard
HG6-A-IN-2-BRN-LPRR(Portable)
HG2-A-IN--2-PVC-018-LPLG(Permanent)
04/09/21 Automated Flushing System Kupferle Foundry Company Eclipse #9800wc
04/09/21 Automated Flushing System Kupferle Foundry Company
Eclipse #9700 (Portable)
Yellow Highlight indicates recent changes
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
* From Original Standard Products List 6