HomeMy WebLinkAbout064355-PM1 - Construction-Related - Contract - Haynie Hills, LLC and Jackson Construction, LTDPROJECT MANUAL
FOR
THE CONSTRUCTION OF
WATER, SEWER, PAVING, STORM DRAIN, AND STREET LIGHT
IMPROVEMENTS TO SERVE
Valley Brook Ph. 8
IPRC Record No. IPRC24-0230
City Project No. 105917
FID No. 30114-0200431-105917-E07685
File No. W-4002
X File No. X-28393
Mattie Parker Jesus “Jay” Chapa
Mayor City Manager
Chris Harder, P.E.
Director, Water Department
Lauren Prieur, P.E.
Director, Transportation and Public Works Department
David Lewis
Director, Park & Recreation Department
Prepared for
The City of Fort Worth
October 2025
Baird, Hampton & Brown, Inc.
Engineering & Surveying
6300 Ridglea Place, Suite 700
Fort Worth, Texas 76116
(817) 338-1277
TBPE Firm #44
TBPLS Firm# 10011300
10/15/2025
CSC No. 64355-PM1
00 00 00
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Page 1 of 8
CITY OF FORT WORTH Valley Brook Ph. 8
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS Project No. 105917
Revised March 20, 2020
SECTION 00 00 10
TABLE OF CONTENTS
DEVELOPER AWARDED PROJECTS
Division 00 - General Conditions Last Revised
00 11 13 Invitation to Bidders 03/20/2020
00 21 13 Instructions to Bidders 03/20/2020
00 41 00 Bid Form 04/02/2014
00 42 43 Proposal Form Unit Price 05/22/2019
00 43 13 Bid Bond 04/02/2014
00 45 11 Bidders Prequalification’s 04/02/2014
00 45 12 Prequalification Statement 09/01/2015
00 45 13 Bidder Prequalification Application 03/09/2020
00 45 26 Contractor Compliance with Workers' Compensation Law 04/02/2014
00 45 40 Minority Business Enterprise Goal 08/21/2018
00 52 43 Agreement 06/16/2016
00 61 25 Certificate of Insurance 07/01/2011
00 62 13 Performance Bond 01/31/2012
00 62 14 Payment Bond 01/31/2012
00 62 19 Maintenance Bond 01/31/2012
00 72 00 General Conditions 11/15/2017
00 73 00 Supplementary Conditions 07/01/2011
00 73 10 Standard City Conditions of the Construction Contract for Developer
Awarded Projects 01/10/2013
Division 01 - General Requirements Last Revised
01 11 00 Summary of Work 12/20/2012
01 25 00 Substitution Procedures 08/30/2013
01 31 19 Preconstruction Meeting 08/30/2013
01 31 20 Project Meetings 07/01/2011
01 32 33 Preconstruction Video 08/30/2013
01 33 00 Submittals 08/30/2013
01 35 13 Special Project Procedures 08/30/2013
01 45 23 Testing and Inspection Services 03/20/2020
01 50 00 Temporary Facilities and Controls 07/01/2011
01 55 26 Street Use Permit and Modifications to Traffic Control 07/01/2011
01 57 13 Storm Water Pollution Prevention Plan 07/01/2011
01 60 00 Product Requirements 03/20/2020
01 66 00 Product Storage and Handling Requirements 04/07/2014
01 70 00 Mobilization and Remobilization 04/07/2014
01 71 23 Construction Staking 04/07/2014
01 74 23 Cleaning 04/07/2014
01 77 19 Closeout Requirements 04/07/2014
01 78 23 Operation and Maintenance Data 04/07/2014
01 78 39 Project Record Documents 04/07/2014
00 00 00
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Page 2 of 8
CITY OF FORT WORTH Valley Brook Ph. 8
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS Project No. 105917
Revised March 20, 2020
Technical Specifications which have been modified by the Engineer specifically for this
Project; hard copies are included in the Project’s Contract Documents
Division 02 - Existing Conditions
Date
Modified
02 41 13 Selective Site Demolition
02 41 14 Utility Removal/Abandonment
02 41 15 Paving Removal
Division 03 - Concrete
03 30 00 Cast-In-Place Concrete
03 34 13 Controlled Low Strength Material (CLSM)
03 34 16 Concrete Base Material for Trench Repair
03 80 00 Modifications to Existing Concrete Structures
Division 26 - Electrical
26 05 00 Common Work Results for Electrical
26 05 10 Demolition for Electrical Systems
26 05 33 Raceways and Boxes for Electrical Systems
26 05 43 Underground Ducts and Raceways for Electrical Systems
Division 31 - Earthwork
31 10 00 Site Clearing
31 23 16 Unclassified Excavation
31 23 23 Borrow
31 24 00 Embankments
31 25 00 Erosion and Sediment Control
31 36 00 Gabions
31 37 00 Riprap
Division 32 - Exterior Improvements
32 01 17 Permanent Asphalt Paving Repair
32 01 18 Temporary Asphalt Paving Repair
32 01 29 Concrete Paving Repair
32 11 23 Flexible Base Courses
32 11 29 Lime Treated Base Courses
32 11 33 Cement Treated Base Courses
32 11 37 Liquid Treated Soil Stabilizer
32 12 16 Asphalt Paving
32 12 73 Asphalt Paving Crack Sealants
32 13 13 Concrete Paving
32 13 20 Concrete Sidewalks, Driveways and Barrier Free Ramps
32 13 73 Concrete Paving Joint Sealants
32 14 16 Brick Unit Paving
32 16 13 Concrete Curb and Gutters and Valley Gutters
32 17 23 Pavement Markings
32 17 25 Curb Address Painting
32 31 13 Chain Fences and Gates
00 00 00
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Page 3 of 8
CITY OF FORT WORTH Valley Brook Ph. 8
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS Project No. 105917
Revised March 20, 2020
32 31 26 Wire Fences and Gates
32 31 29 Wood Fences and Gates
32 32 13 Cast-in-Place Concrete Retaining Walls
32 91 19 Topsoil Placement and Finishing of Parkways
32 92 13 Hydro-Mulching, Seeding, and Sodding
32 93 43 Trees and Shrubs
Division 33 - Utilities
33 01 30 Sewer and Manhole Testing
33 01 31 Closed Circuit Television (CCTV) Inspection
33 03 10 Bypass Pumping of Existing Sewer Systems
33 04 10 Joint Bonding and Electrical Isolation
33 04 11 Corrosion Control Test Stations
33 04 12 Magnesium Anode Cathodic Protection System
33 04 30 Temporary Water Services
33 04 40 Cleaning and Acceptance Testing of Water Mains
33 04 50 Cleaning of Sewer Mains
33 05 10 Utility Trench Excavation, Embedment, and Backfill
33 05 12 Water Line Lowering
33 05 13 Frame, Cover and Grade Rings - Cast Iron
33 05 13.10 Frame, Cover and Grade Rings - Composite
33 05 14 Adjusting Manholes, Inlets, Valve Boxes, and Other Structures to
Grade
33 05 16 Concrete Water Vaults
33 05 17 Concrete Collars
33 05 20 Auger Boring
33 05 21 Tunnel Liner Plate
33 05 22 Steel Casing Pipe
33 05 23 Hand Tunneling
33 05 24 Installation of Carrier Pipe in Casing or Tunnel Liner Plate
33 05 26 Utility Markers/Locators
33 05 30 Location of Existing Utilities
33 11 05 Bolts, Nuts, and Gaskets
33 11 10 Ductile Iron Pipe
33 11 11 Ductile Iron Fittings
33 11 12 Polyvinyl Chloride (PVC) Pressure Pipe
33 11 13 Concrete Pressure Pipe, Bar-Wrapped, Steel Cylinder Type
33 11 14 Buried Steel Pipe and Fittings
33 11 15 Pre-Stressed Concrete Cylinder Pipe
33 12 10 Water Services 1-inch to 2-inch
33 12 11 Large Water Meters
33 12 20 Resilient Seated Gate Valve
33 12 21 AWWA Rubber-Seated Butterfly Valves
33 12 25 Connection to Existing Water Mains
33 12 30 Combination Air Valve Assemblies for Potable Water Systems
33 12 40 Fire Hydrants
33 12 50 Water Sample Stations
33 12 60 Standard Blow-off Valve Assembly
33 31 12 Cured in Place Pipe (CIPP)
00 00 00
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Page 4 of 8
CITY OF FORT WORTH Valley Brook Ph. 8
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS Project No. 105917
Revised March 20, 2020
33 31 13 Fiberglass Reinforced Pipe for Gravity Sanitary Sewers
33 31 15 High Density Polyethylene (HDPE) Pipe for Sanitary Sewer
33 31 20 Polyvinyl Chloride (PVC) Gravity Sanitary Sewer Pipe
33 31 21 Polyvinyl Chloride (PVC) Closed Profile Gravity Sanitary Sewer
Pipe
33 31 22 Sanitary Sewer Slip Lining
33 31 23 Sanitary Sewer Pipe Enlargement
33 31 50 Sanitary Sewer Service Connections and Service Line
33 31 70 Combination Air Valve for Sanitary Sewer Force Mains
33 39 10 Cast-in-Place Concrete Manholes
33 39 20 Precast Concrete Manholes
33 39 30 Fiberglass Manholes
33 39 40 Wastewater Access Chamber (WAC)
33 39 60 Epoxy Liners for Sanitary Sewer Structures
33 41 10 Reinforced Concrete Storm Sewer Pipe/Culverts
33 41 11 High Density Polyethylene (HDPE) Pipe for Storm Drain
33 41 12 Reinforced Polyethlene (SRPE) Pipe
33 46 00 Subdrainage
33 46 01 Slotted Storm Drains
33 46 02 Trench Drains
33 49 10 Cast-in-Place Manholes and Junction Boxes
33 49 20 Curb and Drop Inlets
33 49 40 Storm Drainage Headwalls and Wingwalls
Division 34 - Transportation
34 41 10 Traffic Signals
34 41 10.01 Attachment A – Controller Cabinet
34 41 10.02 Attachment B – Controller Specification
34 41 10.03 Attachment C – Software Specification
34 41 11 Temporary Traffic Signals
34 41 13 Removing Traffic Signals
34 41 15 Rectangular Rapid Flashing Beacon
34 41 16 Pedestrian Hybrid Signal
34 41 20 Roadway Illumination Assemblies
34 41 20.01 Arterial LED Roadway Luminaires
34 41 20.02 Freeway LED Roadway Luminaires
34 41 20.03 Residential LED Roadway Luminaires
34 41 30 Aluminum Signs
34 71 13 Traffic Control
00 00 00
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Page 5 of 8
CITY OF FORT WORTH Valley Brook Ph. 8
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS Project No. 105917
Revised March 20, 2020
Technical Specifications listed below are included for this Project by reference and can be
viewed/downloaded from the City’s website at:
Division 02 - Existing Conditions Last Revised
02 41 13 Selective Site Demolition 12/20/2012
02 41 14 Utility Removal/Abandonment 12/20/2012
02 41 15 Paving Removal 02/02/2016
Division 03 - Concrete
03 30 00 Cast-In-Place Concrete 12/20/2012
03 34 13 Controlled Low Strength Material (CLSM) 12/20/2012
03 34 16 Concrete Base Material for Trench Repair 12/20/2012
03 80 00 Modifications to Existing Concrete Structures 12/20/2012
Division 26 - Electrical
26 05 00 Common Work Results for Electrical 11/22/2013
26 05 10 Demolition for Electrical Systems 12/20/2012
26 05 33 Raceways and Boxes for Electrical Systems 12/20/2012
26 05 43 Underground Ducts and Raceways for Electrical Systems 07/01/2011
26 05 50 Communications Multi-Duct Conduit 02/26/2016
Division 31 - Earthwork
31 10 00 Site Clearing 12/20/2012
31 23 16 Unclassified Excavation 01/28/2013
31 23 23 Borrow 01/28/2013
31 24 00 Embankments 01/28/2013
31 25 00 Erosion and Sediment Control 12/20/2012
31 36 00 Gabions 12/20/2012
31 37 00 Riprap 12/20/2012
Division 32 - Exterior Improvements
32 01 17 Permanent Asphalt Paving Repair 12/20/2012
32 01 18 Temporary Asphalt Paving Repair 12/20/2012
32 01 29 Concrete Paving Repair 12/20/2012
32 11 23 Flexible Base Courses 12/20/2012
32 11 29 Lime Treated Base Courses 12/20/2012
32 11 33 Cement Treated Base Courses 12/20/2012
32 11 37 Liquid Treated Soil Stabilizer 08/21/2015
32 12 16 Asphalt Paving 12/20/2012
32 12 73 Asphalt Paving Crack Sealants 12/20/2012
32 13 13 Concrete Paving 12/20/2012
32 13 20 Concrete Sidewalks, Driveways and Barrier Free Ramps 06/05/2018
32 13 73 Concrete Paving Joint Sealants 12/20/2012
32 14 16 Brick Unit Paving 12/20/2012
32 16 13 Concrete Curb and Gutters and Valley Gutters 10/05/2016
32 17 23 Pavement Markings 11/22/2013
32 17 25 Curb Address Painting 11/04/2013
32 31 13 Chain Fences and Gates 12/20/2012
00 00 00
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Page 6 of 8
CITY OF FORT WORTH Valley Brook Ph. 8
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS Project No. 105917
Revised March 20, 2020
32 31 26 Wire Fences and Gates 12/20/2012
32 31 29 Wood Fences and Gates 12/20/2012
32 32 13 Cast-in-Place Concrete Retaining Walls 06/05/2018
32 91 19 Topsoil Placement and Finishing of Parkways 12/20/2012
32 92 13 Hydro-Mulching, Seeding, and Sodding 12/20/2012
32 93 43 Trees and Shrubs 12/20/2012
Division 33 - Utilities
33 01 30 Sewer and Manhole Testing 12/20/2012
33 01 31 Closed Circuit Television (CCTV) Inspection 03/03/2016
33 03 10 Bypass Pumping of Existing Sewer Systems 12/20/2012
33 04 10 Joint Bonding and Electrical Isolation 12/20/2012
33 04 11 Corrosion Control Test Stations 12/20/2012
33 04 12 Magnesium Anode Cathodic Protection System 12/20/2012
33 04 30 Temporary Water Services 07/01/2011
33 04 40 Cleaning and Acceptance Testing of Water Mains 02/06/2013
33 04 50 Cleaning of Sewer Mains 12/20/2012
33 05 10 Utility Trench Excavation, Embedment, and Backfill 12/12/2016
33 05 12 Water Line Lowering 12/20/2012
33 05 13 Frame, Cover and Grade Rings – Cast Iron 01/22/2016
33 05 13.10 Frame, Cover and Grade Rings – Composite 01/22/2016
33 05 14 Adjusting Manholes, Inlets, Valve Boxes, and Other Structures to
Grade 12/20/2012
33 05 16 Concrete Water Vaults 12/20/2012
33 05 17 Concrete Collars 12/20/2012
33 05 20 Auger Boring 12/20/2012
33 05 21 Tunnel Liner Plate 12/20/2012
33 05 22 Steel Casing Pipe 12/20/2012
33 05 23 Hand Tunneling 12/20/2012
33 05 24 Installation of Carrier Pipe in Casing or Tunnel Liner Plate 06/19/2013
33 05 26 Utility Markers/Locators 12/20/2012
33 05 30 Location of Existing Utilities 12/20/2012
33 11 05 Bolts, Nuts, and Gaskets 12/20/2012
33 11 10 Ductile Iron Pipe 12/20/2012
33 11 11 Ductile Iron Fittings 12/20/2012
33 11 12 Polyvinyl Chloride (PVC) Pressure Pipe 11/16/2018
33 11 13 Concrete Pressure Pipe, Bar-Wrapped, Steel Cylinder Type 12/20/2012
33 11 14 Buried Steel Pipe and Fittings 12/20/2012
33 12 10 Water Services 1-inch to 2-inch 02/14/2017
33 12 11 Large Water Meters 12/20/2012
33 12 20 Resilient Seated Gate Valve 12/20/2012
33 12 21 AWWA Rubber-Seated Butterfly Valves 12/20/2012
33 12 25 Connection to Existing Water Mains 02/06/2013
33 12 30 Combination Air Valve Assemblies for Potable Water Systems 12/20/2012
33 12 40 Fire Hydrants 01/03/2014
33 12 50 Water Sample Stations 12/20/2012
33 12 60 Standard Blow-off Valve Assembly 06/19/2013
33 31 12 Cured in Place Pipe (CIPP) 12/20/2012
33 31 13 Fiberglass Reinforced Pipe for Gravity Sanitary Sewers 12/20/2012
00 00 00
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Page 7 of 8
CITY OF FORT WORTH Valley Brook Ph. 8
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS Project No. 105917
Revised March 20, 2020
33 31 15 High Density Polyethylene (HDPE) Pipe for Sanitary Sewer 12/20/2012
33 31 20 Polyvinyl Chloride (PVC) Gravity Sanitary Sewer Pipe 06/19/2013
33 31 21 Polyvinyl Chloride (PVC) Closed Profile Gravity Sanitary Sewer
Pipe 12/20/2012
33 31 22 Sanitary Sewer Slip Lining 12/20/2012
33 31 23 Sanitary Sewer Pipe Enlargement 12/20/2012
33 31 50 Sanitary Sewer Service Connections and Service Line 04/26/2013
33 31 70 Combination Air Valve for Sanitary Sewer Force Mains 12/20/2012
33 39 10 Cast-in-Place Concrete Manholes 12/20/2012
33 39 20 Precast Concrete Manholes 12/20/2012
33 39 30 Fiberglass Manholes 12/20/2012
33 39 40 Wastewater Access Chamber (WAC) 12/20/2012
33 39 60 Epoxy Liners for Sanitary Sewer Structures 12/20/2012
33 41 10 Reinforced Concrete Storm Sewer Pipe/Culverts 07/01/2011
33 41 11 High Density Polyethylene (HDPE) Pipe for Storm Drain 12/20/2012
33 41 12 Reinforced Polyethlene (SRPE) Pipe 11/13/2015
33 46 00 Subdrainage 12/20/2012
33 46 01 Slotted Storm Drains 07/01/2011
33 46 02 Trench Drains 07/01/2011
33 49 10 Cast-in-Place Manholes and Junction Boxes 12/20/2012
33 49 20 Curb and Drop Inlets 12/20/2012
33 49 40 Storm Drainage Headwalls and Wingwalls 07/01/2011
Division 34 - Transportation
34 41 10 Traffic Signals 10/12/2015
34 41 10.01 Attachment A – Controller Cabinet 12/18/2015
34 41 10.02 Attachment B – Controller Specification 02/2012
34 41 10.03 Attachment C – Software Specification 01/2012
34 41 11 Temporary Traffic Signals 11/22/2013
34 41 13 Removing Traffic Signals 12/20/2012
34 41 15 Rectangular Rapid Flashing Beacon 11/22/2013
34 41 16 Pedestrian Hybrid Signal 11/22/2013
34 41 20 Roadway Illumination Assemblies 12/20/2012
34 41 20.01 Arterial LED Roadway Luminaires 06/15/2015
34 41 20.02 Freeway LED Roadway Luminaires 06/15/2015
34 41 20.03 Residential LED Roadway Luminaires 06/15/2015
34 41 30 Aluminum Signs 11/12/2013
34 41 50 Single-Mode Fiber Optic Cable 02/26/2016
34 71 13 Traffic Control 11/22/2013
00 00 00
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Page 8 of 8
CITY OF FORT WORTH Valley Brook Ph. 8
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS Project No. 105917
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
DAP - HID PROPOSAL
Pagc 1 of 5
SECTION 00 42 43
Developer Awarded Projects - PROPOSAL FORM
UNIT PRICE BID
Bidder's Application
Project Item Information Bidder's Proposal
Bidlist Iteml I Specification I Unit of I Bid I
No. Description Seclion No. Measure Quantity Unit Price Bid Value
UNIT I: WATER���ROVEMEI�TS
1 0170.0100 Mobilization � � 0 00 LS 1 $5,000.00 $5,000.00
2 3311.0001 Ductile Iron Water Fittings w/ Restraint 33 11 11 TON 0.25 $20,000.00 $5,000.00
3 3311.0161 6" PVC Water Pipe 33 11 12 LF 25 $89.00 $2,225.00
4 3311.0261 8" PVC Water Pipe 33 11 12 LF 415 $104.00 $43,160.00
5 3312.0001 Fire Hydrant 33 12 40 EA 1 $6,400.00 $6,400.00
6 3312.0117 Connection to Existing 4"-12" Water Main 33 12 25 EA 1 $6,200.00 $6,200.00
7 3312.2003 1" Water Service 33 12 10 EA 14 $2,750.00 $38,500.00
8 3312.3002 6" Gate Valve 33 12 20 EA 1 $2,000.00 $2,000.00
9 3312.3003 8" Gate Valve 33 12 20 EA 1 $3,000.00 $3,000.00
10 3305.0109 Trench Safety 33 05 10 LF 440 $1.00 $440.00
11
12
13 �'�
14
15 _ —� _._�.—.
16
17 _ ._� _ � -- — — --
18
19
20 �v.
21 �^ �
22 �
23
24 '
25 .��
26
27
28 — _ , , � —
29
30 --------_--�__� _� -_ .. _
31 �
32 ' ' - .� _ ., ,
33 � — '
34
35 ��
36
37 .�.
38 �
39
40
41
42
43 -- - - - , • -
44
45 - - -
TOTAL UNIT 1: WATER IMPROVEMENTS $111,925.00
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS - DEVELOPER AWARDED PROlECTS
Form Verswn Ma�� 22, 2019
00 42 43_B�d Proposnl_lackson
00 42 43
D.4P - BID PROPOSAL
Page 2 of 5
SECTION 00 42 43
Developer Awarded Projects - PROPOSAL FORM
UNIT PRICE BID
Bidder's Application
Project Item Infortnation Bidder's Proposal
Bidlist Iteml � Specification I Unit of I Bid I
No. Descript�on Sechon No. Measure Unit Pnce B�d Value
Quantity
UNIT II: SANITARY SEWER IMPROVEMENTS
1 �3301.0002 Post-CCTV Inspection 33 Ol 31 LF 390 �$ 10 00 $ 3,900.00
2 3301 A101 Manhole Vacuum Testing 33 Ol 30 EA 1 $ 250.00 $ 250 00
3 3305.0109 Trench Safety 33 OS 10 LF 390 $ 1.00 $ 390.00
4 33313101 4" Sewer Service 33 31 50 EA 14 $ 2,400 00 $ 33,600.00
5 3331.4115 8" Sewer Pipe 33 31 ZO LF 390 $ 130.00 $ 50,700.00
6 3339 1001 4' Manhole 33 39 ZO EA I $ 10,750.00 $ 10.750.00
7 �
$ -
9 � _ � � tt. — — ._.. .. _ ..
10
11 - � . -
12 -�
13
14 "
15 - �
16
17 - �
18
19 � —
20 � .
21 � � - - --
22 � �
23
24 "
25 __.__ .�
26 � �.
27 �
28 � T "
29 'r
30 - �_ , �. � — --
31
32 �
33 �� �
_�
35
36 � �
37 -- ..
38 - . �
39 �
40
41
42 ��
43 � �"
� - �
45
TOTAL UNIT II: SANITARY SEWER fMPROVEN9EN7S, $99,590.00
CTIY OF FOR'f WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS - DEVELOPER AWARDED PROIECTS
Fortn Versian May 22, 2019
00 42 43_B�d Proposal_Iackson
00 42 43
DAP - BID PROPOSAL
Page 3 of 5
UNIT PRICE BID
Project Item Information
Bidlist Iteml
No.
SECTION 00 42 43
Developer Awarded Projects - PROPOSAL FORM
Bidder's Proposal
Specificat�on Unit of Bid
Descnption Secuon No Measure I Quantity Unit Price I B�d Value
UNIT III: DRAINAC,E IMPROVEMf�NTS
1 3305.0109 Trench Safety 33 OS 10 LF 120 $ 1.00 $ 120.00
2 3341.0205 24" RCP, Class III 33 41 10 LF 120 $ 200.00 $ 24,000.00
3 3349.1003 24" Flared Headwall, 1 pipe 33 49 40 EA 1 $ 6,400.00 $ 6,400.00
4 3349.5001 10' Curb Inlet 33 49 20 EA 1 $ 10,000.00 $ 10,000.00
5 3125.0101 SWPPP > 1 acre 31 25 00 LS 1 $ 12,500.00 $ 12,500.00
6
� - -
8 _ �
—9
10
11
12
13
-14 �
15 �� ---__ _ �_ ..� --
16
17 .� _ .r _ -
18
19
20 - . __..—..--
21 -
22 _�_
23
24 -
25
26
27 � �
28
29
30 �
31
32
33 � _ —_. - -
34
35
36
37
38
39
40 �
41
42
43 � �
44
45
TOTAL UNIT III: DRAINAGE IMPROVEMENTS
CITY OF FORT WORTH
STANDARD CONSTRUCTfON SPECIFICATION DOCUMENTS - DEVELOPER AWARDED PR07ECTS
Fortn Vers�on Ma�� 22, 2019
Bidder's Application
$53,020.00
00 42 43_Bid Proposal_lackson
00 42 43
DAP - BID PROPOSAL
Page 4 of 5
SECTION 00 42 43
Developer Awarded Projects - PROPOSAL FORM
UNIT PRICE BID
Bidder's Application
Project Item Information Bidder's Proposal
Bidlist Item Specification Unit of Bid
Description I I I Unit Price I B�d Value
No. Section No. Measure Quantity
UNIT IV: PAVINC; IMPROVEMENTS
1 �0171.0101 Conswction 5takinR 01 71 23 LS I $ 14,350 00 $ 14,350.00
2 0241.0100 Remove Sidewalk 02 41 13 SF 285 $ 6 00 $ 1,710.00
3 0241.1000 Remove Conc Pvmt 02 41 15 SY 9$ 370.00 $ 3,330.00
4 3137.0105 Medium Stone Riprap, grouted 31 37 00 SY 35 $ 140.00 $ 4,900.00
5 3211.0401 Commercial Lime Slurry 32 1 I 29 TN 28 $ 450.00 $ 12,600.00
6 32110501 6"LimeTreatment 321129 SY 1,880 $ 15.00 $ 28,200.00
_ 7 3213.0101 6" Conc Pvmt 32 13 13 SY 1,707 $ 104 00 $ 177,528 00
8 3213.0301 4" Conc Sidewalk 32 13 20 5F 1,550 $ 13 00 $ 20,150 00
9 3213.0501 Barrier Free Ramp, Type R-1 32 13 20 EA 2 $ 6,500.00 $ 13,000.00
10 3441 4006 Install Alum SiAn Ground Mount 34 41 30 EA 1 $ 1,000 00 $ 1,000.00
11
- 12 _
13 --
14
15 -- -
16
�� - -- - - -- �
18
19 --
20 � � �---.
21 - . .
22 ` .
23
24 - ��.
25 _ — _ - ���, —
26 `
27 „�. � .
28 � �
29 ' �
30 _.�� .r..._ . _ _�— -_ —..
31 �
32 �
33 � �
34 �
35
36 --� _
37
38 _._� _
39
40
- 41
42
43 �
44 �
45 _ ..
TOTAL UNIT IV: PAVING IMPROVEMENTS $276,768.00
CITY OF FOR7' WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS - DEVELOPER AWARDED PROJECTS
Fortn Version May 22, 2019
00 42 43_B�d Proposal_Jackson
6010/04/2025
OU a? �i
D.-1F' - BID PROYOSAL
Pa¢e 1 oi 4
I�JIT V� RTR�ET I.IC'
1 2605.3015 2" CONDT PV'C SCH 80 (T)
2 34�1.1410 NU 10 v�sulated Elec Condr
3 3441.1646 Fumish/Iastall Type 33B Ann
4 �4=41.30�0 Furnish,!Install LED Lighting Fixture (70 watt ATE
5 3411.3301 Rd�vy Illmn Foundation TY 1,2, an�14
6 3�1.3351 Furnish/Install Rdway Illum TY 11 Pole
7
8
9
10
11 I
12 �
13
14
15
16
17 --
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
UNIT V: S1
IC IMPR.OVEM�
2C 0� 33 LF
34 41 10 LF
34 41 20 EA
34 41 20 EA
34 41 20 EA
34 41 20 EA
LIGHTING
70 $ 85.36 '5 �,97�.20
?10 $ 5.63 $ 1,182.30
2 $ 512A0 $ 1,024.00
2 $ 512.00 $ 1,024.00
? $ G,146.OU $ 12,2)2A0
2 $ 4,097.00 $ 3,194.U0
$29,691
CIIi' OF FORT W'ORTH
STAVDARD CONSTRCCTIO\ SPECIFICATIOti DOC'LIfEYiS - DE\'EL�iPERAW.�RDED PRO.ECI'S
Fonu \�trsi�>n �fay 22, '_019 lN) 3'_ d3_$id Prepesal_Iude�wideut
9/18/25
ooasiz-i
PREQUALIFICATION STATEMENT
Page 1 of 2
1
2
3
4
5
:i
7
8
9
10
11
12
13
14
15
16
17
18
SECTION 00 4512
PREQUALIFICATION STATEMENT
Each Bidder for a City procurement is required to complete the information below
by identifying the prequalified contractors and/or subcontractors whom they intend to
utilize for the major work type(s) listed.
Major WorkType
Stormwater Disiribution
System
Water Distribution (12-inch
diameter and small)
Sewer Collection System (9
inches and sma(!er)
Concrete Paving
Construction/Reconstruction
(LESS THAN 15,000 square
yards)
Prequalification
Expiration Date
yl3o � �b
y13o 12�
y13o ��lP
alas�a-►
The undersigned hereby certifies that the contractors and/or subcontractors
described in the table above are currently prequalified for the work types listed.
BIDDER:
lackson Construction. LTD
Company
5112 Sun VallQv DrivP
Address
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised September 30, 2021
Contractor/Subcontractor
Company Name
lackson Construction, LTD.
Jackson Construction, LTD
lackson Construction, LTD
Jackson Construction, LTD.
By:
Trgy L, Jackson
(Please Print)
'� ' � �
Signature: ,� � � ���If�J
/
Vattey Brook Phase 8
105917
10/04/2025
ooasiz-i
PREQUALIFICATION STATEMENT
Page 1 of 2
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
SECTION 00 4512
PREQUALIFICATION STATEMENT
Each Bidderfor a City procurement is required to complete the information below
by identifying the prequatified contractors and/or subcontractors whom they intend to
utilizeforthe majorworktype(s) listed.
Major Work Type
Contractor/Subcontractor
Company Name
Prequalification
Expiration Date
Roadway and Pedestrian
Lighting
Independent Utility
Construction, Inc.
02/05/2027
The undersigned hereby certifies that the contractors and/or subcontractors
described in the table above are currentty prequalified for the work types tisted.
BIDDER:
Independent Utility Construction, �nc. By: Richard Wolfe
Company se Print)
,.
5109 Sun VaLLey Drive Signature: .��""`'7 �
Address w � �
Fort Worth, Texas 76119 Title: President
City/State/Zip (Please Print}
�, r---
23 Date: ���'� � � r �(/ �
24
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised September 30, 2021
Valley Brook Phase 8
105917
004512-2
END OF SECTION
CIN OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised September 30, 2021
PREQUALIFICATION STATEMENT
Page 2 of 2
Valley Brook Phase 8
105917
004526-1
CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW
Page 1 of 2
�
2
SECTION 00 45 26
CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW
3 Pursuant to Texas Labor Code Section 406.096(a), as amended, Contractor certifies that it
4 provides worker's compensation insurance coverage for atl of its employees employed on
5 City Project No. 105917. Contractor further certifies that, pursuant to Texas Labor Code,
6 Section 406.096(b), as amended, it will provide to City its subcontractor's certificates of
7 compliance with worker's compensation coverage.
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
CONTRACTOR: Jackson Construction, LTD
Company
Jackson Construction, LTD
Address
5112 Sun Valley Drive
Fort Worth, Texas 76119
Title:
City/State/Zip
THE STATE OF TEXAS
COUNTY OF TARRANT
§
§
Presiderrt
(Please Print)
BEFORF�MOEi;F}�: �+ac�"onauthority, on this day personally appeared
� f ��' . known to me to be the person whose name is
subscribed to the toregoing instrument, �d�aS�rloengdged to me that he/she executed the
same as the act and deed of �� Z for the purposes and
consideration therein expressed and in the capacity therein stated.
CIN OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised July 1, 2011
By:
Troy L. Jackson
(Please Print)
Signature: .� � �/�'
.Z� - �
�
Valley Brook Phase 8
105917
ooaszs-2
CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW
Page 2 of 2
1
2
3
5
6
8
9
10
11
12
13
GIV L1N�ER MY HAND AND SEAL OF OFFICE this r�C l[� � day of
[����t �i [, 20� S
Ni�ol� McCallum
�My CommlSsfQn ExpireS
+ 1 p136!202&
�� 1 Notary I D 129952648
�� a
II � �-�. LJ�+ V
��_ �
Notary P lic in and for the State of Texas
END OF SECTION
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised July 1, 2011
Valley Brook Phase 8
105917
004526-1
CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW
Page 1 of 2
1
�
SECTION 00 45 26
CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW
3 Pursuant to Texas Labor Code Section 406.096(a), as amended, Contractor certifies that it
4 provides worker's compensation insurance coverage for all of its employees employed on
5 City Project No. 105917. Contractor further certifies that, pursuant to Texas Labor Code,
6 Section 406.096(b), as amended, it will provide to City its subcontractor's certificates of
7 comptiance with worker's compensation coverage.
0
9 CONTRACTOR: Independent Utility Construction, inc.
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
gy. Richard Wolfe
Company (Please Print)
Independent Utility Construction, inc. �
Signature: ���1�
Add ress `''
5109 Sun Valley Drive
Fort Worth, Texas 76119
Tit�e: President
City/State/Zip
TH E STATE OF TEXAS
COUNTY OF TARRANT
§
�
(Ptease Print)
BEFORE ME, the undersigned authority, on this day personally appeared
Richard Wolfe , known to me to be the person whose name is
subscribed to the foregoing instrument, and acknowtedged to me that he/she executed the
same as the act and deed of Independent Utility Construction, Inc. for the purposes and
consideration therein expressed and in the capacity therein stated.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised Juty 1, 2011
Valtey Brook Phase 8
105917
ooaszs-z
CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW
Page 2 of 2
1
3
5
6
8
10
11
12
13
.�
�/EN UNpER Y HAND AND SE�J. OF OFFICE this --�-��day of
, , _ 20�
�
� L
s� � ���
Notary Public in and for the State of Texas
�
���"""��,, CHRISTINA GARCtA
o,.�:! Pw� -.
__; �,; Notary Public, State of Texas
;w,;;�.•°�, Comm. Expires 12-20-2028
�'"'F�F�"+`� Notary �D 130940785
,���,, �
END OF SECTION
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised luly 1, 2011
Valley Brook Phase 8
105917
10/1560 working
Five Hundred Forty One ThousandThree Hundred Three Dollars and no cents. ($541,303.00)
005243-3
Developer Awarded Project Agreement
Page 3 of 6
57
58
59
60
61
62
63
e. Maintenance Bond (DAP Version)
f. Power of Attorney for the Bonds
g. Worker's Compensation Affidavit
h. MBE and/or SBE Commitment Form (If required)
3. Standard City General Conditions of the Construction Contract for Developer
Awarded Projects.
4. Supplementary Conditions.
64 5. Specifications specifically made a part of the Contract Documents by
65 attachment or, if not attached, as incorporated by reference and described in
66 the Table of Contents of the Project's Contract Documents.
67 6. Drawings.
68 7. Addenda.
[:�'7
70
71
72
73
74
75
76
77
78
8. Documentation submitted by Contractor prior to Notice of Award.
9. The following which may be delivered or issued after the Effective Date of the
Agreement and, if issued, become an incorporated part of the Contract
Documents:
a. Notice to Proceed.
b. Field Orders.
c. Change Orders.
d. Letter of Final Acceptance.
CITY OF FORT WORTH I/alleyBrookPhase 8
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS—DEVELOPERAWARDED PROJECTS 105917
Revised June 16, 2016
005243-4
Developer Awarded Project Agreement
Page 4 of 6
79 Article 6. INDEMNIFICATION
80 6.1
81
82
83
84
85
86
87
88
89
.�
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
pertormed by the contractor, its officers, agents, employees, subcontractors,
licenses or invitees under this contract. This indemnification arovision i�
snecificallv intended ta ooerate and be effective even if it is alleggd or nroven that
all or some of the darr��*es bein� sou�ht were aaused. in whole or in part. bv anY
act. omission or ne�li�ence 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.
91 6.2 Contractor covenants and agrees to indemnify and hold harmless, at its own
92 expense, the city, its officers, servants and employees, from and against any and
93 all loss, damage or destruction of property of the city, arising out of, or alleged to
94 arise out of, the work and services to be pertormed by the contractor, its officers,
95 agents, employees, subcontractors, licensees or invitees under this contract.
96 �.js indemnification_p�vi�ian i� ���cificallv intended to onerate and be effective
97 even if it is alle�ed or proven th�# all or some of the d�ma�es k��ing sQu�ht were
98 caused. in whole or in oart_ hy anv act_ omiSai4n nr nQ�li�ence of the city.
99
100 Article 7. MISCELLANEOUS
101 7.1 Terms.
102 Terms used in this Agreement are defined in Article 1 of the Standard City Conditions
103 of the Construction Contract for Developer Awarded Projects.
104 7.2 Assignment of Contract.
105 This Agreement, including all of the Contract Documents may not be assigned by the
106 Contractor without the advanced express written consent of the Developer.
CITY OF FORT WORTH Ua!ley8rookPhase 8
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS— DEVELOPER AWARDED PROJECTS 105917
Revised June 16, 2016
Haynie Hills, LLC
10/15/2025
10/0430 working
005243-2
DeveloperAwarded ProjectAgreement
Page 2 of 6
28 3.3 Liquidated damages
29
30
31
32
33
34
35
36
37
38
39
Contractor recognizes that time is of the essence of this Agreement and that
Developer will suffer financial loss if the Work is not compteted within the times
specified in Paragraph 3.2 above, plus any extension thereof allowed in accordance
with Article 10 of the Standard City Conditions of the Construction Contract for
Developer Awarded Projects. The Contractor also recognizes the delays, expense
and difficulties invotved in proving in a legal proceeding the actual loss suffered by
the Developer if the Work is not compteted on time. Accordingly, instead of requiring
any such proof , Contractor agrees that as liquidated damages for delay (but not as
a penalty), Contractor shall pay Developer Five Hundred Dol(ars ($500.00) for each
day that expires after the time specified in Paragraph 3.2 for Finat Acceptance until
the City issues the Final Letter of Acceptance.
40 Article 4. CONTRACT PRICE
41 Developer agrees to pay Contractor for performance of the Work in accordance with the
42 Contract Documents an amount in current funds of Twenty Nine Thousand Six Hundred
43 Nine One Dollars & Fifty Cents ($29,691.50).
44
45
46
47
48
49
50
51
52
53
54
55
56
Article 5. CONTRACT DOCUMENTS
5.1 CONTENTS:
A. The Contract Documents which comprise the entire agreement between
Developer and Contractor concerning the Work consist of the fotlowing:
1. This Agreement.
2. Attachments to this Agreement:
a. Bid Form (As provided by Developer)
1) Proposal Form (DAP Version)
2) Prequalification Statement
3) State and Federal documents (projectspecific)
b. Insurance ACORD Form(s)
c. Payment Bond (DAP Version)
d. Performance Bond (DAP Version)
CIN OF FORT WORTH Ualley8rook Phase 8
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS - DEVELOPER AWARDED PROIECTS 105917
Revised lune 16, 2016
005243-3
Developer Awarded Project Agreement
Page 3 of 6
57
58
59
60
61
62
63
e. Maintenance Bond (DAP Version)
f. Power of Attorneyfor the Bonds
g. Worker's Compensation Affidavit
h. MBE and/or SBE Commitment Form (If required)
3. Standard City General Conditions of the Construction Contract for Developer
Awarded Projects.
4. Supplementary Conditions.
64 5. Specifications specifically made a part of the Contract Documents by
65 attachment or, if not attached, as incorporated by reference and described in
66 the Table of Contents of the Project's Contract Documents.
67 6. Drawings.
68 7. Addenda.
.•
70
71
72
73
74
75
76
77
78
8. Documentation submitted by Contractor prior to Notice of Award.
9. The following which may be delivered or issued after the Effective Date of the
Agreement and, if issued, become an incorporated part of the Contract
Documents:
a. Notice to Proceed.
b. Field Orders.
c. Change Orders.
d. LetterofFinalAcceptance.
CITY OF FORT WORTH Ualley8�ook Phase 8
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS - DEVELOPER AWARDED PROIECTS 105917
Revised June 16, 2016
00 52 43 - 4
DeveloperAwarded ProjectAgreement
Page 4 of 6
79 Articte 6. INDEMNIFICATION
80 6.1 Contractor covenants and agrees to indemnify, hold harmless and defend, at its
81 own expense, the city, its officers, servants and employees, from and against any
82 and all claims arising out of, or alleged to arise out of, the work and services to be
83 performed by the contracto�, its officers, agents, employees, subcontractors,
84 licenses or invitees under this contract. This indemnification nrovision is
85 snecifically intended to o ep rate and be effegtive even if it is alleged or r�roven that
86 �ll or some of the damages being sou�ht were caused. in whole or in a�rt, by anv
87 act, omission or ne�ti�ence of the citv. This indemnity provision is intended to
88 include, without limitation, indemnity for costs, expenses and tegal fees incurred
89 by the city in defending against such claims and causes of actions.
90
91 6.2 Contractor covenants and agrees to indemnify and hold harmless, at its own
92 expense, the city, its officers, servants and emptoyees, from and against any and
93 all loss, damage or destruction of property of the city, arising out of, or alleged to
94 arise out of, the work and services to be performed by the contractor, its officers,
95 agents, employees, subcontractors, ticensees or invitees under this contract.
96 Thic indemnification nrovision is snecifically intended to onerate and be effective
97 even if it is alle�ed or t�ven that all or some of the damagea bein� SOLght were
98 caused. in whole or in �, by any act, omisaion or ne�li�ence of the citv
99
100 Article 7. MISCELLANEOUS
101 7.1 Terms.
102 Terms used in this Agreement are defined in Article 1 of the Standard City Conditions
103 of the Construction Contract for Developer Awarded Projects.
104 7.2 Assignment of Contract.
105 This Agreement, inctuding all of the Contract Documents may not be assigned by the
106 Contractor without the advanced express written consent of the Developer.
CITY OF FORT WORTH Ua!leyBrookPhase 8
STANDARD CONSTRUCTION SPECIFICATION DOCU MENTS - DEVELOPER AWARDED PROJECTS 105917
Revised June 16, 2016
Haynie Hills, LLC
oa5zas-s
f]eveloper Awarded Project Agreement
Paga fi of 6
130
gy: �
����
Richard Wo�fe
(Printed Narrte)
Title: Presider�t
Campany Name: Independent Utility
CQnstruction, Ir�c.
Ad d res5:
5�09 S�n Valley Dri�e
Fort 1�Vorth, Texas 761 � 9
City/Sta#e2ip:
�� ���
_ �.
Date
`�,,��\L1t:�iifFli� /r
�, ;,or�sr��� ��,
�� .�`l �, ...., e i'J r�i
.`�,�.,,��,,PD�''.�� :
� �; p � • 2 �
��:�SEAL`�.:�=
:. �• :.� _
l � . � ``�
i. G� +.tr r��CJ ��y``�
��I �� '• ��
'°ii���l�'�'E7CA 1,���.�.
� �' �� . /
� �
��I f'18tL1f8}
���'�C9(��S ��a��
(Printec� Name)
Titte:
'(�la��z�r
Gompa�y name: Naynie �iills, LLC
Address:
34� 9 Westminster A�enue, 341-G
Dallas, �exas 75205
City/Sta�elZip:
Date
r � - � _ ��
CITY OF FORT WORFN S/af2ey 8rovk Phasa 8
STANBARD CONSTRUCT[ON S��CIFICATiON DOCUMENTS-€IEVELOPER AWARQED PROJEC'i5 1059T7
Revised lune 1S, 2016
15thOctober25
15thOctober25
006213-3
PERFORMANCEBOND
Page 3 of 3
�
4
2 �� _ r
3 Witness as to Principal
4
5
6
7
8
9
10
11
12
13
14
15 - . . ,
16 /'
�
17 Witness as to urety MK Crowley
SURETY:
The Hanover Insurance Company
BY:
�l
Signature
Jack M Crowley, Attorney in Fact
Name and Title
Address:
500 N Akard Street, #4300
Dallas, TX 75201
18 Telephone Number: 9�2"385-9800
19
20 *Note: If signed by an officer of the Surety Company, there must be on file a certified
21 extract from the by-laws showing that this person has authority to sign such
22 obligation. If Surety's physical address is different from its mailing address, both
23 must be provided.
24
25 The date of the bond shall not be prior to the date the Contract is awarded.
CffY O F FORT WORTH 1/a(!ey Brook Phase 8
STANDARD CIN CONDITIONS - DEVELOPER AWARDED PROJECTS 105917
Revised January 3� , 2012
15thOctober25
15thOctober25
006214-3
PAYMENT BOND
Page 3 of 3
ATTEST:
�;� ��
r �(Surety) Secretary
�
�'� �� ;
" ' '�K W�ey
Witness as to Surety
1
Telephone Number: 972-385-9800
2 Note: If signed by an officer of the Surety, there must be on file a certified extract from the
3 bylaws showing that this person has authority to sign such obligation. If Surery's physical
4 address is different from its mailing address, both must be provided.
5
6 The date of the bond shall not be prior to the date the Contract is awarded.
7
L
SURETY:
The Hanover Insurance Company
BY: �
Signature
Jack M Crowley , Attorney in Fact
Name and Title
Address: 500 N Akard Street, #4300
Dallas, TX 75201
END OF SECTION
CITY OF FORT WORTH Va(ley Brook Phese 8
STANDARD CITY CO NDITIpNS — DEVELO PER AWARDED PROJECTS 105917
Revised January 31, 2012
15thOctober25
oos2is-2
MAINTENANCE BOND
Page 2 of 6
1
2 WHEREAS, Principal binds itself to use such materials and to so construct the Work
3 in accordance with the plans, specifications and Contract Documents that the Work is and
4 will remain free from defects in materials orworkmanship for and duringthe period of two
5 (2) years after the date of FinalAcceptance of the Work by the Ciry ("Maintenance Period");
6 and
7
8 WHEREAS, Principal binds itself to repair or reconstruct the Work in whole or in part
9 upon receiving notice from the Developer and/or City of the need thereof at any time within
10 the Maintenance Period.
11
12 NOW THEREFORE, the condition of this obligation is such that if Principal shall
13 remedy any defective Work, for which timely notice was provided by Developer or City, to a
14 completion satisfactory to the City, then this obligation shall become nult and void;
15 otherwise to remain in full force and effect.
16
17 PROVIDED, HOWEVER, if Principal shall fail so to repair or reconstruct any timely
18 noticed defective Work, it is agreed that the Developer or Ciry may cause any and all such
19 defective Work to be repaired and/or reconstructed with all associated costs thereof being
20 borne by the Principal and the Surety under this Maintenance Bond; and
21
22 PROVIDED FURTHER, that if any legal action be filed on this Bond, venue shall lie in
23 Tarrant County, Texas or the United States District Court for the Northern District of Texas,
24 Fort Worth Division; and
25
CITY OF FORT WORTH Valley Brook Phase 8
STANDARD CITY CONDITIONS - DEVELOPER AWARDED PROJECTS 105917
Revised January 31, 2012
006219-3
MAINTENANCE BOND
PROVIDED FURTHER, that this obligation shall be continuous in nature and
2 successive recoveries may be had hereon for successive breaches.
3
4
5
Page 3 of 6
CIIY OF FORT WORTH Vatley Brook Phase 8
STANDARD CINCONDITIONS—DEVELOPERAWARDED PROJECTS 105917
Revised January 31, 2012
15thOctober25
006219-5
MAINTENANCE BOND
Page 5 of 6
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
is
19
20
21
22
23
24
25
26
27
SURETY:
ATTEST:
! 1�3
. �
(Surety) Secretary
' ��/�,,�
V
Witness as to Surety
MK Crowley
CITY OF FORT WORTH
STANDARD CITY CONDITIONS- DEVELOPER AWARDED PROJECTS
Revised January 31, 2012
The Hanover Insurance Company
BY: �
�
Signature
Jack M Crowley, Attorney in Fact
Name and Titte
Address:
500 N Akard Street, #4300
Dailas, TX 75201
972-385-9800
Telephone Number:
�a((ey Brook Phase 8
105917
oos2is-s
MAINTENANCE BOND
Page 6 of 6
1 *Note: If signed by an officer of the Surety Company, there must be on file a certified
2 extract from the by-laws showing that this person has authority to sign such
3 obligation. If Surety's physical address is different from its mailing address, both
4 must be provided.
5
6 The date of the bond shall not be prior to the date the Contract is awarded.
7
CIN OF FORT WORTH Valley Brook Phase 8
STANDARD CITY CONDITIONS - DEVELOPER AWARDED PROJECTS 105917
Revised January 31, 2012
THE HANOVERINSURANCE COMPANY
MASSACHUSETTS BAYINSURANCE COMPANY
CITI2ENS INSURANCE COMPANY OF AMERICA
POWER OF ATTORNEY
THIS Power of Attorney limits the acts of those named herein, and they have no authority to bind the Company except in the manner and to the
extent herein stated.
KNOW ALL PERSONS BY THESE PRESENTS:
That THE HANOVER INSURANCE COMPANYand MASSACHUSETTS BAY INSURANCE COMPANY, both being corporaHons organized and existing underthe
laws otthe State of New Hampshire, and CITI2ENS INSURANCE COMPANY OF AMERICA, a corporation organized and existing under the taws oithe State of
Michigan, (hereinafter individually and collectively the "Company'� does hereby constitute and appoint,
Jack M. Crowley, Laurie Pflug, Holly Clevenger and/or Christine Clinger
Of Willis Towers Watson Insurance Services West, lnc of Dallas, TX each individually, 'rfthere be more than one named, as its true and hawful attorney(s)-in-tad
to sign, execute, seal, acknowledge and deliver for, and on its behalf, and as ks act and deed any place within the Unked States, any and all surety bonds,
recognizances, undertakings, or other surety obligations. The execution of such surety bonds, recognizances, undertakings or surety obligations, in pursuance of
these presents, shall be as binding upon the Company as ff they had been duly s(gned by the president and attested by the secretary of the Company, in their own
proper persons. Provided however, that this power of attorney limits the ads of those named herein; and they have no authority to bind the Company except in the
manner sNdted and to the extent of any limitation stated below.
Any such obligations in the United States, not to exceed Fifty Million and NoH00 (560,000,000) in any sing�e instance
That this power is made and executed pursuant to the authority of the following Resolutions passed by the Board of Directors of seid Company, and said Resolutions
remain in full force and effect:
RESOLVED: That the President or any Vice President, in conjundion with any Vice President, be and they hereby are authorized and empowered to
appoint Attorneys-in-fact of the Company, in its name and as it acts, to execute end acknowledge for and on its behalf as surety, any and all bonds,
recognizances, contracts of indemnity, waivers of citation and all other writings obligatory in the nature thereof, with power to attach thereto the seal ofthe
Company. Any such wrkings so executed by such Attorneys-in-fact shall be binding upon the Company as if they had been duly executed and
acknowledged by the regulariy eleded officers of the Company in their own proper persons.
RESOLVED: That any and all Powers of Attorney and Certified Copies of such Powers ot Attorney and certification in resped thereto, granted and
executed by the President or Vice President in conjunction with any Vice President ofthe Company, shall be binding on the Companyto the same extent
as if all signatures therein vuere manually affixed, even though one or more of any such signatures thereon may be facsimile. (Adopted October 7,1981—
The Hanover Insurance Company; Adopted April 14,1982 — Massachusetts Bay Insurance Company; Adopted September 7, 2001—Citizens Insurance
Company of Americe and affirmed by each Company on March 24, 2014)
IN WITNESS WHEREOF, THE HANOVER INSURANCE COMPANY, MASSACH USETTS BAY INSURANCE COMPANYand CITIZENS INSURANCE COMPANY
OF AMERICA have caused these presents to be sealed with their respective corporate seats, duly attested by two Vice Presidents, this 28'� day of June, 2024
. �
� `� � �
�a��'
I he Ilaiwrer lawra�cc l:usP�+J
Mw�eM�ett� /�r l�wn��ce C�ar
[ieixr, �.wra.er c..�.r�►Aiweeie,
�
J N. t ►mitNM
STATE OF CONNECTICUT )
COUNTY OF HARTFORD
) ss.
tkt liaw�u I�awra�ce Cawp���
r M71wn.ee C..p.r
Im C�pq �f Aweriea
NN1 M. M�ndos�, Viq Pnsid�nt
On this 28�day of June, 2024 6efore me came the abo�e named Exe�uti�e Vice Presiden! arrd V'irs Presider�taf�'he iiano�er Snsuranae Campany, Massachusetts
Bay f�suranoe Company and Cifizens Insurance Carr�any of Rmerica, ta me parsonafly known }a ye She individuals and aiiir.ers described herein, and
acknowladged that the sea3s af�ixed to the preceding irrstrument are tMe oorpo►ate seals vf The Hana�er Insurance Cvmpany, APfassachusetts 6ay lnsurance
Camparry ar�d Citizens Insurance Campany of Rrnerica, respe�tivety, and that tha said oprpnrate seals and fheir sEgnatures as vfficers were ¢uly aRoced and
suhsaribad to said instrumenf hy the authoriry and directian af said Corporatiens.
Wendy �.sta�mes
�'�Y � S�Y a Corwc�cut
rh � ��ires J,� 3f. TOxS
� r
, �i ,�,(�C ,��'; ' (� r i \
fR�ndy`Latou�nes, ata u
tRy �orr�misaipn �xgrirs�u� ��. z�za
I, the undersigned Vice Preskdent af The Harw�er lqsuranoe Company, Massachusetts Bay Insurartoe Company and Citlzens Insuranae Company of Rtnerica,
harehy eertifythatthe a6ove artd foregninq is a full, ErUe and evrreot cnpy ofthe Original Powerof Attprney issued 6y said CompaRies, and do here6yfu�ther �BrtiFy
that the said Powers of Attarney are s6il in faroe snd effect.
GIVEN under my hand and the seals of said Companies, at Worcester, Massachusetts, this day of
CERTIFIED COPY
71e
• a7 Y
n E
J�M. N.nN.e.. Vin hesWe.t
.� HYhe
ano�er TMe Hanover Insurance Company � 440 L(ncoln Stree� Worocs6er, MA 01653
� InSLit831Cp C�ioU]7m Gtaens Insuranoe Gompar�y of America � 645 West Grand River Avenue, Howeli, MI 48843 Texas Complaint Notice
IMPORTANT NOTICE AVISO IMPORTANTE
To obtain information or make a complaint:
You may call The Hanover Insurance Company/Citizens
Insurance Company of America's toil-free telephone
number for information or to make a complaint at:
Para obtener informacion o para someter una queja:
Usted puede Ilamar al numero de telefono gratis de The
Hanover Insurance CompanylCiti�erts insurance Company
of America's para informacion o para someter una queja al:
1-8�0-608-8141
You may also write to The Hanover Insurance Company/
Citizens Insurance Company of America at:
440 Lincoln Street �
Worcester, MA 01615
You may contact the Texas Department of Insurance to
obtain information on companies, coverages, rights or
complaints at:
1-800-252-3439
You may write the Texas Department of Insurance:
P. O. Box 149104
Austin, TX 78714-9104
Fax: (512) 475-1771
Web: httpJ/www.tdi.texasgov
E-mail: Ca�s�merPratection@tdi.state.bc.us
PREMIUM OR CLAIM DISPUTES:
Should you.have a dispute conceming your premium or
about a claim you should contact the agent or the com-
pany first. If the dispute is not resolved, you may contact
the Texas Department of Insurance.
ATTACH THIS NOTICE TO YOUR POLICY: This notice is
for information only and does not become a part or con-
dition of the attached document.
1-800-608-8141
Usted tambien puede escribir a The Hanover Insurance
C�mpanylCitizens Insurance Company of America al:
440 Lincoln Street
Worcester, MA 01615
Puede comunicarse con el Departamento de Seguros de
Texas para obtener informacion acerca de companias,
coberturas, derechos o quejas al:
1-800-252 3439
Puede escribir al Departamento de Seguros de Texas:
P. O. Box 149104
Austin, TX 78714-9104
Fax: (512) 475-1771
Web: http://www.tdi,texasgov
E-mail: ConsumerProtection@tdi.state.tic.us
DISPUTAS SOBRE PRIMAS O RECLAMOS:
Si tiene una disputa concemiente a su prima o a un rec-
lamo, debe comunicarse con el agente o la compania
primero. Si no se resuelve la disputa, puede entonces
comunicarse con el departamento (TD�.
UNA ESTE AVISO A SU POLIZA: Este aviso es solo para
proposito de informacion y no se convierte en parte o
condicion del documento adjunto.
,s,-,ns� �s�,a
�
Attachment Code: D608401 Certificate ID: 22446575
��� CNA PARAMOUNT
Contractors' General Liability Extension Endorsement
It is understood and agreed that this endorsement amends the COMMERCIAL GENERAL LIABILITY COVERAGE
PART as follows. If any other endorsement attached to this policy amends any provision also amended by this
endorsement, then that other endorsement controls with respect to such provision, and the changes made by this
endorsement with respect to such provision do not apply.
TABLE OF CONTENTS
1. Additionallnsureds
2. Additional Insured - Primary And Non-Contributory To Additional Insured's Insurance
3. Sodily Injury - Expanded Definition
4. Broad Knowledge of Occurrence/ Noiice of Occurrence
5. Broad Named Insured
6. Broadened Liabifity Coverage For Damage To Your Product And Your Work
7. Contractual Liability - Railroads
8. Electronic Data Liability
9. Estates, Legal Representatives and Spouses
10. Expected Or Intended Injury - Exception for Reasonable Force
11. General Aggregate Limits of Insurance - Per Project
12. (n Rem Actions
13. Incidental Health Care Malpractice Coverage
14. Joint Ventures/Partnership/Limited Liability Companies
15. Legal Liability - Damage To Premises / Alienated Premises ! Property In The Named Insured's
Care, Custody or Control
16. Liquor Liability
17. Medical Payments
18. Non-owned Aircraft Coverage
19. Non-owned Watercraft
� 20. Personal And Advertising Injury - Discrimination or Humiliation
� 21. Personal And Advertising Injury - Contractua! Liability
I22. Property Damage - Eievators
23. Supplementary Payments
I24. Unintentional Failure To Disclose Hazards
25. Waiver of Subrogation - Blanket
�p���l��s�l�� Ext�n.fi"lO�j OC�'.�P C��P� Qr Consolidated (Wrap-Upj Insurance Programs
Page 1 of 17 Endorsement No: 1
National Fire Insurance Co of Hartford Effective Date:10/1/2025
IfISUI'@CI N81Y16: JACKSON CONSTRUCTION LTD
Copyright CNA All Rights Reserved. Includes copyrighted material of Insurance Services Office, Inc., with its permission.
Atta4•r���t��ir;att� �er iricate tu: _, ,.����Iti
CNA PARAMOUNT
Contractors' General Liability Extension Endorsement ,
1. ADDITIONAL INSUREDS
a. WHO IS AN INSURED is amended to include as an Insured any person or organization described in paragraphs A.
through H, below whom a Named Insured is required to add as an additional insured on this Coverage Part under a
written contract or written agreement, provided such contract or agreement:
(1) is currently in eTfect or becomes effective during the term of this Coverage Part; and
(2) was executed prior to:
(a) the bodily injury or property damage; or
(b) the offense that caused the personal and advertising injury,
fior which such additional insured seeks coverage.
b. However, subject always to the terms and conditions of this policy, including the limits of insurance, the Insurer will not
provide such additional insured with:
(1) a higher limit of insurance than required by such contract or agreement; or
(2) coverage broader than required by such contract or agreement, and in no event broader than that described by the
applicable paragraph A. ihrough H. below.
Any coverage granted by this endorsement shall apply only to the extent permissible by law.
A. Controlling Interest
Any person or organization with a controlling interest in a Named Insured, but only with respect to such person or
organization's liability for bodily injury, property damage or personal and advertising injury arising out of:
1. such person or organization's financial control of a Named Insured; or
2. premises such person or organization owns, maintains or controls while a Named Insured leases or occupies such
premises;
provided that the coverage granted by this paragraph does not apply to structural alterations, new construction or
demolition operations performed by, on behalf of, or for such additional insured.
B. Co-owner of Insured Premises
A co-owner of a premises co-owned by a Named Insured and covered under this insurance but oniy with respect to
such caowner's liability for bodily injury, property damage or personal and advertising injury as co-owner of such
premises.
C. Lessor of Equipment
Any person or organization from whom a Named Insured leases equipment, but only with respect to liability for bodily
injury, property damage or personal and advertising injury caused, in whole or in part, by the Named Insured's
maintenance, operation or use of such equipment, provided that the occurrence giving rise to such bodily injury,
property damage or the offense giving rise to such personal and advertising injury takes place prior to the
termination of such lease.
D. Lessor of Land
Any person or organization from whom a Named Insured leases land but only with respect to liability for bodily injury,
property damage or personal and advertising injury arising out of the ownership, maintenance or use of such land,
provided that the occurrence giving rise to such bodily injury, property damage or the offense giving rise to such
personal and advertising injury takes place prior to the termination of such lease. The
CNA74705XX (1-15) Policy No: 7034447781
Page 2 of 17 Endorsement No: 1
National Fire Insurance Co of Hartford Effective Date: l0/1/2025
If1SU�@d N8f116: JACKSON CONSTRUCTION LTD
Copyright CNA All Rights Reservetl. Includes copyrighted material of Insurance Services O�ce, Inc., with its permission.
�_«nri���!(l��+�)i �:i,iii��ic lD. i��+�+c117J
CNA PARAMOUNT
Contractors' General Liability Exfiension Endorsement
coverage granted by this paragraph does not apply to structural alterations, new construction or demolition operations
performed by, on behalf of, or for such additional insured.
E. Lessor of Premises
An owner or lessor of premises leased to the Named Insured, or such owner or lessor's real estate manager, but only
with respect to liability for bodily injury, property damage or personal and advertising injury arising out of the
ownership, maintenance or use of such part of the premises leased to the Named Insured, and provided that the
occurrence giving rise to such bodily injury or property damage, or the offense giving rise to such personal and
advertising injury, takes place prior to the termination of such lease. The coverage granted by this paragraph does not
apply to structural alterations, new construction or demolition operations performed by, on behalf of, or for such
additional insured.
F. Mortgagee, Assignee or Receiver
A mortgagee, assignee or receiver of premises but only with respect to such mortgagee, assignee or receiver's liability
for bodily injury, property damage or personal and advertising injury arising out of the Named Insured's
ownership, maintenance, or use of a premises by a Named Insured.
The coverage granted by this paragraph does not apply to structural alterations, new construction or demolition
operations performed by, on behalf of, or for such additional insured,
G. State or Gavernmental Agency or Subdivision or Political Subdivisions - Permits
A state or governmental agency or subdivision or political subdivision that has issued a permit or authorization but only
with respect to such state or governmental agency or subdivision or political subdivision's liability for bodily injury,
property damage or personal and advertising injury arising out of:
1. the following hazards in connection with premises a Named Insured owns, rents, or controls and to which this
insurance applies:
a, the existence, maintenance, repair, construction, erection, or removal of advertising signs, awnings, canopies,
cellar entrances, coal holes, driveways, manholes, marquees, hoistaway openings, sidewalk vaults, street
banners, or decorations and similar exposures; or
b, the construction, erection, or removal of elevators; or
c. the ownership, maintenance or use of any elevators covered by this insurance; or
2. the permitted or authorized operations perFormed by a Named Insured or on a Named Insured's behalf. The
coverage granted by this paragraph does not apply to:
a. Bodily injury, property damage or personal and advertising injury arising out of operations performed for
the state or governmental agency or subdivision or political subdivision; or
b. Bodily injury or property damage included within the products-completed operatians hazard.
With respect to this provision's requirement that additional insured status must be requested under a written contract or
agreement, the Insurer will treat as a written contract any governmental permit that requires the Named Insured to add
the governmental entity as an additional insured.
H. Trade Show Event Lessor
1. With respect to a Named Insured's participation in a trade show event as an exhibitor, presenter or displayer, any
person or organization whom the Named Insured is required to include as an additional insured, but only with
respect to such person or organization's liabiliry for bodily injury, property damage or personal and advertising
injury caused by:
CNA74705XX (1-15) Policy No: 7034447781
Page 3 of 17 Endorsement No: 1
National Fire Tnsurance Co of Hartford Effective Date:l0/�/2D25
InSU�8C1 N8f118: JACKSON CONSTRUCTION LTD
Copyright CNA All Rights Reserved. Includes copyrighted material of Insurance Services Office, Inc., with its permission.
Atta��hl�k��34.�1 C:er lhcate 11�: �L�F�Fh51,
CNA PARAMOUNT
Contractors' General Liability Extension Endorsement �
a. the Named Insured's acts or omissions; or
b. the acts or omissions of those acting on the Named Insured's behalf,
in the performance of the Named Insured's ongoing operations at the trade show event premises during the trade
show event.
2. The coverage granted by this paragraph does not apply to bodily injury or property damage included within the
products-completed operations hazard.
2. ADDITI�NAL INSURED - PRIMARY AND NON-CONTRIBUTORY TO ADDITIONAL INSURED'S INSURANCE
The Other Insurance Condition in the COMMERCIAL GENERAL LIABiLITY CONDITiONS Section is amended to add the
following paragraph:
If the Named Insured has agreed in writing in a contract or agreement that this insurance is primary and noncontributory
relative to an additional ir�sured's own insurance, then this insurance is primary, and the Insurer will not seek contribution
from that other insurance. For the purpose of this Provision 2., the additional insured's own insurance means insurance on
which the additional insured is a named insured. Otherwise, and notwithstanding anything to the contrary elsewhere in this
Condition, the insurance provided to such person or organization is excess of any other insurance available to such person
or organization.
3. BODILY INJURY - EXPANDED DEFINITION
Under DEFINITIONS, the definition of bodily injury is deleted and replaced by the following:
Bodily injury means physical injury, sickness or disease sustained by a person, including death, humiliation, shock, mental
anguish or mental injury sustained by that person at any time which results as a consequence of the physical injury, sickness
or disease.
4. BROAD KNOWLEDGE OF OCCURRENCE/ NOTICE OF OCCURRENCE
Under CONDITIONS, the condition entitled Duties in The Event of Occurrence, Offense, Claim or Suit is amended to add
the following provisions:
A. BROAD KNOWLEDGE OF OCCURRENCE
The Named Insured must give the Insurer or the Insurer's authorized representative notice of an occurrence, offense or
claim only when the occurrence, offense or claim is known to a natural person Named Insured, to a partner, executive
officer, manager or member of a Named Insured, or an employee designated by any of the above to give such notice.
B. NOTICE OF OCCURRENCE
The Named Insured's rights under this Coverage Part will not be prejudiced if the Named Insured fails to give the
Insurer notice of an occurrence, offense or claim and that failure is solely due to the Named Insured's reasonable
belief that the bodily injury or property damage is not covered under this Coverage Part. However, the Named
Insured shall gi�e written notice of such occurrence, offense or claim to the Insurer as soon as the Named Insured is
aware that this insurance may apply to such occurrence, offense or claim.
5. BROAD NAMED INSURED
WHO IS AN INSURED is amended to delete its Paragraph 3. in its entirety and replace it with the following:
3. Pursuant to the limitations described in Paragraph 4. below, any organization in which a Named Insured has
management control:
a. on the effective date of this Coverage Part; or
CNA74705XX (1-15)
Page 4 of 17
National Fire Insurance Co of Hartford
lnsured Name: JACKSON CONSTRUCTION LTD
POIICy N0: 7034447781
Endorsement No: 1
Effective Date: l0/1/2025
Copyright CNA All Rights Reserved. Includes copyrighted material of Insurance Services Office, Inc., with its pertnission.
Atta_���/�G/,�1�1; Ct� .ili�n�c IG. ��i-+11.1Z''
CNA PARAMOUNT
Contractors' General Liability Extension Endarsement
b, by reason of a Named Insured creating or acquiring the organization during the policy period,
qualifies as a Named Insured, provided that there is no other similar liability insurance, whether primary, contributory,
excess, contingent or otherwise, which provides coverage ta such arganization, or which wouid have provided coverage
but for the exhaustion of its limit, and without regard to whether its coverage is broader or narrower than that provided
by this insurance.
But this BROAD NAMED INSURED provision does not apply to:
(a) any partnership, limited liability company orjoint venture; or
(b) any organization for which coverage is excluded by another endorsement attached to this Coverage Part. For
the purpose of this provision, management control means:
A, owning interests representing more than 50% of the voting, appointment or designation power for the selection of a
majority of the Board of Directors of a corporation; or
B. having the right, pursuant to a written trust agreement, to protect, control the use of, encumber or transfer or sell
property held by a trust.
4. With respect to organizations which qualify as Named Insureds by virtue of Paragraph 3. above, this insurance does not
apply to:
a. bodily injury or property damage that first occurred prior to the date of management control, or that first occurs
after management control ceases; nor
b. personal or advertising injury caused by an offense that first occurred prior to the date of managernent control or
that first occurs after management control ceases.
5. The insurance provided by this Coverage Part applies to Named Insureds when trading under their own names or under
such other trading names or doing-business-as names (dba) as any Named Insured should choose to employ.
6. BROADENED LIABiLITY COVERAGE FOR DAMAGE TO YOUR PRODUCT AND YOUR WORK
A. Under COVERAGES, Coverage A- Bodily Injury and Property Damage Liability, the paragraph entitled Exclusions is
amended to delete exclusions k. and I. and replace them with the following:
This insurance does not apply to:
k. Damage to Your Product
Property damage to your product arising out of it, or any part of it except when caused by or resulting from:
(1) fire;
(2) smoke;
(3) collapse; or
(4} explosion.
f. Damage to Your Work
Property damage to your work arising out of it, or any part of it and included in the products-completed operations
hazard.
This exclusion does not apply:
(1) If the damaged work, or the work out of which the damage arises, was performed on the Named Insured's
behalf by a subcontractor; or
CNA74705XX (1-15)
Page 5 of 17
National Fire Insurance Co of Hartford
Insured Name: JACKSON CdNSTRUCTION LTD
Policy No: 7034447781
Endorsement No: 1
Effective Date: 10 / 1/ 2 0 2 5
Copyright CNA All Rights Reserved. Includes copyrighted material of Insurance Services Office, Inc., with its permission.
Atta:�]hif�al� I L'er iticate Ill: ?���it�71y
CNA PARAMOUNT
Contractors' General Liability Extension Endorsement
(2) If the cause of loss to the damaged work arises as a result of:
(a) fire;
(b) smoke;
(c) collapse; or
(d) explosion.
B. The following paragraph is added to LIMITS OF INSURANCE:
Subject to 5. above, $100,000 is the most the Insurer will pay under Coverage A for the sum of damages
ar�sing out of any one occurrence because of property damage to your product and your work that is
caused by fire, smoke, collapse or explosion and is included within the product-completed operations
hazard. This sublimit does not apply to property damage to your work if the damaged work, or the work out
of which the damage arises, was performed on the Named Insured's behalf by a subcontractor.
C. This Broadened Liability Coverage For Damage To Your Product And Your Work Provision does not apply
if an endorsement of the same name is attached to this policy.
7. CONTRACTUAL LIABILtTY - RAILROADS
With respect to operations performed within 50 feet of railroad property, the definition of insured contract is
replaced by the following:
Insured Contract means:
a. A contract for a lease of premises. However, that portion of the contract for a lease of premises that
indemnifies any person or organization for damage by fire to premises while rented to a Named Insured or
temporarily occupied by a Named Insured with permission of the owner is not an insured contract;
b. A sidetrack agreement;
c. Any easement or license agreement;
d. An obligation, as required by ordinance, to indemnify a municipality, except in connection with work for a
municipality;
e. An elevator maintenance agreement;
f. That part of any other contract or agreement pertaining to the Named Insured's business (including an
indemnification of a municipality in connection with work performed for a municipality) under which the
Named Insured assumes the tort liability of another party to pay for bodily injury or property damage to a
third person or organization. Tort liability means a liability that would be imposed by law in the absence of
any contract or agreement.
Paragraph f. does not include that part of any contract or agreement:
(1) That indemnifies an architect, engineer or surveyor for injury or damage arising out of:
(a) Preparing, approving or failing to prepare or approve maps, shop drawings, opinions, reports,
surveys, field orders, change orders or drawings and specifications; or
(b) Giving directions or instructions, or failing to give them, if that is the primary cause of the injury or
damage;
(2) Under which the Insured, if an architect, engineer or surveyor, assumes liability for an injury or damage
arising out of the insured's rendering or failure to render professional services, including those listed in
(1) above and supervisory, inspection, architectural or engineering activities.
8. ELECTRONIC DATA LIABILITY
CNA74705XX (1-15)
Page 6 of 17
National Fire Insurance Co of Hartford
II1SUf@d Na1712: JACKSON CONSTRUCTION LTD
PoliCy No: 7034447781
Endorsement No: 1
Effective Date: l 0/ 1/ 2 0 2 5
Copyright CNA All Rights Reserved. Includes copyrighted material of Insurance Services Office, Inc., with its permission.
AtiaFI��JU6�Gi ��� il���i� lll. :�-4���TTJ
�
CNA PARAMOUNT
Contractors' General Liability Extension Endorsement
A. Under COVERAGES, Coverage A- Bodily injury and Property Damage Liability, the paragraph entitled Exclusions is
amended to delete exclusion p. Electronic Data and replace it with the following:
This insurance does not apply to:
p. Access Or Disclosure Of Confidential Or Personal Information And Data-related Liability
Damages arising out of:
(1) any access to or disclosure of any person's or organization's confidential or personal information, including
patents, trade secrets, processing methods, customer lists, financial informafion, credit card information, health
information or any other type of nonpublic information; or
(2) the loss of, loss of use of, damage to, corruption of, inability to access, or inability to manipulate electronic
data that does not result from physical injury to tangible property.
However, unless Paragraph (1) above applies, this exclusion does not apply to damages because of bodily injury.
This exclusion applies even if damages are claimed for notification costs, credit monitoring expenses, forensic
expenses, public relation expenses or any other loss, cost or expense incurred by the Named Insured or others
arising out of that which is described in Paragraph (7 ) or (2) above.
B. The following paragraph is added to LIMITS OF INSURANCE:
Subject to 5. above, $100,000 is the most the Insurer will pay under Coverage A for all damages arising out of any one
occurrence because of property damage that results from physical injury to tangible property and arises out of
electronic data.
C. The following definition is added to DEFINITIONS:
Electronic data means information, facts or programs stored as or on, created or used on, or transmitted to or from
computer software (including systems and applications software}, hard or floppy disks, CD-ROMS, tapes, drives, cells,
data processing devices or any other media which are used with electronically controlled equipment.
D. For the purpose of the coverage provided by this ELECTRONIC DATA LIABILITY Provision, the definition of property
damage in DEFINITIONS is replaced by the following:
Property damage means:
a. Physical injury to tangibie property, including all resulting loss of use of that property. All such ioss of use shall be
deemed to occur at the time of the physical injury that caused it;
b. Loss of use of tangible property that is nof physically injured. Afl such loss of use shall be deemed to occur at the
time of the occurrence that caused it; or
c. Loss of, loss of use of, damage to, corruption of, inability to access, or inability to properly manipulate electronic
data, resulting from physical injury to tangible property. All such loss of electronic data shall be deemed ta occur at
the time of the occurrence that caused it.
For the purposes of this insurance, electronic data is not tangible property.
E. If Electronic Data Liability is provided at a higher limit by another endorsement attached to this policy, then the $100,000
limit provided by this ELECTRONIC DATA LIABILITY Provision is part of, and not in addition to, that higher limit.
9. ESTATES, LEGAL REPRESENTATIVES, AND SPaUSES
The estates, heirs, legal representatives and spouses of any natural person Insured shall also be insured under this policy;
provided, however, coverage is afforded to such estates, heirs, legal representatives, and spouses only for
CNA74705XX (1-15)
Page 7 of 17
National Fire Insurance Co of Hartford
II1SUf2d N8R12: JACKSON CONSTRUCTION LTD
POIICy NO: 7034947781
Endorsement No: 1
Effective Date: 10 / 1/ 2 0 2 5
Copyrighi CNA All Rights Reserved. Includes copyrighted material of Insurance Services Office, Inc., with its percnission.
Atta.t�(�[}tca[I I L'er'iticate tL1: ?�4a[�� ��
CNA PARAM�UNT
�+�r�#r,��torG' �eneral Li�bility Extensi4ra Endorse�Qnt
claims arising solely out of their capacity or status as such and, in the case of a spouse, where such claim seeks damages
from marital community property, jointly held property or property transferred from such natural person Insured to such
spouse. No coverage is provided for any act, error or omission of an estate, heir, legal representative, or spouse outside the
scope of such person's capaciry or status as such, provided however that the spouse of a naturat person Named Insured
and the spnuses of inembers or partners of joint venture or partnership Named Insureds are Insureds with respect to such
spouses' acts, errors or omissions in the conduct of the Named Insured's business.
10. EXPECTED OR 1NTENDED INJURY - EXCEPTION FOR REASONABLE FORCE
Under COVERAGES, Coverage A- Bodily Injury and Property Damage Liability, the paragraph entitled Exclusions is
amended to delete the exclusion entitled Expected or Intended Injury and replace it with the following:
This insurance does not apply to:
Expected or Intended tnjury
Bodily injury or property damage expected or intended from the sfandpoint of the Insured. This exclusion does nof apply to
bodily injury or property damage resulting from the use of reasonable force to protect persons or property.
11. GENERAL AGGREGATE LiMITS OF INSURA(YCE - PER PROJECT
A. For each construction project away from premises the Named Insured owns or rents, a separate Construction Project
General Aggregate Limit, equal to the amount of the General Aggregate Limit shown in the Declarations, is the most the
Insurer will pay for the sum of:
1. All damages under Coverage A, except damages because of bodily injury or property damage included in ihe
products-completed operations hazard; and
2. All medical expenses under Coverage C,
that arise from occurrences or accidents which can be attributed solely to ongoing operations at that construction
project. Such payments shall not reduce the General Aggregate Limit shown in the Declarations, nor the Construction
Project General Aggregate Limif of any other construction projecf.
B. All:
1. Damages under Coverage B, regardless of the number of locations or construction projects involved;
2. Damages under Coverage A, caused by occurrences which cannot be attributed solely to ongoing operations at a
single construction project, except damages because of bodily injury or property damage included in the
products-completed operations hazard; and
3. Medical expenses under Coverage C caused by accidents which cannot be attributed solely to ongoing operations
at a single construction project,
will reduce the General Aggregate Limit shown in the Declarations.
C. The limits shown in the Declarations for Each Occurrence, for Damage To Premises Rented To You and for Medical
Expense continue to apply, but will be subject to either the Construction Project General Aggregate Limit or the General
Aggregate Limit shown in the Declarations, depending on whether the occurrence can be attributed solely to ongoing
operations at a particular construction project.
D. When coverage for liability arising out of the products-completed operations hazard is provided, any payments for
damages because of bodily injury or property damage included in the products-completed operations hazard will
reduce the Products-Completed Operations Aggregate Limit shown in the Declarations, regardless of the number of
projects involved.
CNA74705XX (1-15)
Page 8 of 17
National Fire Tnsurance Co of Hartford
l�SU1'6d N8R12: JACKSON CONSTRUCTION LTD
Policy No: 7034447781
Endorsement No: 1
Effective Date: l0/i/2o25
Copyright CNA All Rights Reserved. Includes copyrighted material of Insurance Services Office, Inc., with its permission.
.�ila.�f/Ti-111I �ci �iliL�ur 1G. ���i./i i
CNA PARAMOUNT
Contractors' Genera! Liability Extension Endorsement
E. If a single construction project away from premises owned by or rented to the Insured has been abandoned
and then restarted, or if the authorized contracting parties deviate from plans, blueprints, designs,
specifications or timetables, the project will still be deemed to be the same construction project.
F. The provisions of LIMITS OF INSURANCE not otherwise modified by this endorsement shall continue to
apply as stipulated.
12. IN REM ACTIONS
A quasi in rem action against any vessel owned or operated by or for the Named Insured, or chartered by or for
fhe Named Insured, wifl be treated in the same manner as though the action were in personam against the
Narned Insured.
13. INCIDENTAL HEALTH CARE MALPRACTICE COVERAGE
Solely with respect to bodily injury that arises out of a health care incident;
A. Under COVERAGES, Coverage A- Budily injury and Property Damage Liability, the paragraph entitled
insuring Agreement is amended to replace Paragraphs i.b.(i) and i.b.(2) with the following:
b. This insurance applies to bodily injury provided that the professional health care services are incidental
to the Named Insured's primary business purpose, and only if:
(1) such bodily injury is caused by an occurrence that takes place in the coverage territory.
(2} the bodily injury first occurs during the poliry period. All bodily injury arising from an �ccurrence
will be deemed to have occurred at the time of the frst act, error, or omission that is part of the
occurrence; and
B. Under COVERAGES, Coverage A- Bodily Injury and Properly Damage Liability, the paragraph entitled
Exclusions is amended to:
i. add the foilowing to the Employers Liabitity exclusion:
This exclusion applies only if the bodily injury arising from a health Care incident is covered by other
liability insurance available fo the Insured (or which woufd have been available but for exhaustion of its
limits).
ii. delete the exclusion entitled Contractual Liability and replace it with the
foliowing: This insurance does not apply to:
Contractual Liability
the Insured's actual or alleged liability under any oral or written contract or agreement, including but not
limited to express warranties or guarantees.
iii. add the following additional exclusions:
This insurance does not apply to:
Discrimination
any actual or alleged discrimination, humiliation or harassment, including but not limited to claims based
on an individual's race, creed, color, age, gender, national origin, religion, disability, marital status or
sexual orientation.
Dishonesty or Crime
Any actual or alleged dishonest, criminal or malicious act, error or omission.
Medicare/Medicaid Fraud
CNA74705XX (1-15) Policy No: 7034447781
Page 9 of 17 Endorsement No: 1
National Fire Insurance Co of Hartford EffeCtive D2te: 10/1/2025
Insured Name: JACKSON CONSTRUCTION LTD
Copyright CNA All Rights Reserved. Includes copyrighted material of Insurance Services OfFice, Inc., with its permission.
Atta; �)6i.iy�U 1 L er it.icate lU: "i��lh, ;� ,
CNA PARAM�UNT
Contractors' General Liability Extension Endorsement
any actual or alleged violation of law with respect to Medicare, Medicaid, Tricare or any similar federal,
state or local governmental program.
Services Excluded by Endorsement
Any health care incident for which coverage is excluded by endorsement.
C. DEFINITIONS is amended to:
i. add the following definitions:
Health care incident means an acf, error or omission by the Named Insured's employees or
volunteer workers in the rendering of:
a. professional health care services on behalf of the Named Insured or
b. Good Samaritan services rendered in an emergency and for which no payment is demanded or
received.
Professional health care services means any health care services or the related furnishing of food,
beverages, medical supplies or appliances by the following providers in their capacity as such but solely
to the extent they are duly licensed as required:
a. Physician;
b. Nurse;
c. Nurse practitioner;
d. Emergency medical technician;
e. Paramedic;
f. Dentist;
g. Physical therapist;
h. Psychologist;
i. Speech therapist;
j. Other allied health professionai; or
Professional health care services does not include any services rendered in connection with human
clinical trials or product testing.
ii. delete the definition of occurrence and replace it with the following:
Occurrence means a health care incident. All acts, errors or omissions that are logically connected by
any common fact, circumstance, situation, transaction, event, advice or decision will be considered to
constitute a single occurrence;
iii. amend the definition of Insured to:
a. add the foilowing:
the Named Insured's employees are Insureds with respect to:
(1) bodily injury to a co-employee while in the course of the co-employee's employment by the
Named Insured or while performing duties related to the conduct of the Named Insured's
business; and
CNA74705XX (1-15) Policy No: 7034447781
Page 10 of 17 Endorsement No: 1
National Fire Insurance Co of Hartford EffeCtive Date: 10/1/2025
Insured Name: JACKSON CONSTRUCTION LTD
Copyright CNA All Rights Reserved. Includes copyrighted material of Insurance Services Office, Inc., with its permission.
AllCl rl���`L�L�'i171 L L:1 111L[li4 IG. ! i�11.� �
CNA PARAMOUNT
Contractors' General Liability Extension Endorsement
(2) bodily injury to a volunteer worker while performing duties related to the conduct of the Named
Insured's business;
when such bodily injury arises out of a health care incident.
the Named Insured's volunteer workers are Insureds with respect to:
(1) bodily injury to a co-volunteer worker while performing duties related to the conduct of the Named
Insured's business; and
(2) bodily injury to an employee while in the course of the employee's employment by the Named
Insured or while performing duties related to the conduct of the Named Insured's business;
when such bodily injury arises out of a health care incident.
b. delete Subparagraphs (a), (b), (c) and (d) of Paragraph 2.a.(1) of WHO IS AN INSURED.
D. The Other Insurance condition is amended to delete Paragraph b.(1) in its entirety and replace it with the following:
Otherinsurance
b. Excess Insurance
(1) To the extent this insurance applies, it is excess over any other insurance, self insurance or risk transfer
instrument, whether primary, excess, contingent or on any other basis, except for insurance purchased
specifically by the Named Insured to be excess of this coverage. '
14. JOINT VENTURES / PARTNERSHIP / LIMITED LIABILITY COMPANIES
WHO IS AN INSURED is amended to delete its last paragraph and replace it with the following:
No person or organization is an Insured with respect to the conduct of any current or past partnership, joint venture or
limited liability company that is not shown as a Named Insured in the Declarations, except that if the Named Insured was a
joint venturer, partner, or member of a limited liabiliry company and such joint venture, partnership or limited liability company
terminated prior to or during the policy period, such Named Insured is an Insured with respect to its interest in such joint
venture, partnership or limited liability company but only to the extent that:
a. any offense giving rise to personal and advertising injury occurred prior to such termination date, and the personal
and advertising injury arising out of such offense first occurred after such termination date;
b. the bodily injury or property damage first occurred after such termination date; and
c. there is no other valid and collectible insurance purchased specifically to insure the partnership, joint venture or limited
liability company; and
If the joint venture, partnership or limited liability company is or was insured under a consolidated (wrap-up) insurance
program, then such insurance will always be considered valid and collectible for the purpose of paragraph c. above. But this
provision will not serve to exclude bodily injury, property damage or personal and advertising injury that would
othennrise be covered under the Contractors General Liability Extension Endorsement provision entitled WRAP-UP
EXTENSION: OCIP, CCIP, OR CONSOLIDATED (WRAP-UP) INSURANCE PROGRAMS. Please see that provision for the
definition of consolidated (wrap-up) insurance program.
15. LEGAL LIABILITY - DAMAGE TO PREMISES ! ALIENATED PREMISES / PROPERTY IN THE NAMED INSURED'S
CARE, CUSTODY OR CONTROL
A. Under COVERAGES, Coverage A- Bodily Injury and Property Damage Liability, the paragraph entitled Exclusions is
amended to delete exclusion j. Damage to Property in its entirety and replace it with the following:
This insurance does not apply to:
CNA74705XX (1-15)
Page 11 of 17
National Fire Insurance Co of Hartford
If1SU1'@d N8f11e: JACKSON CONSTRUCTION LTD
POIICy NO: 7034947781
Endorsement No: 1
Effective Date: 10/1/2025
Copyright CNA All Rights Reserved. Includes copyrighted material of Insurance Services Office, Inc., wfth its permission.
Atta; ���r,�in.��i � �er i�icate iu: �::��n� ��
CNA PARAMOUNT
Contractors' General Liability Extension Endorsement
j. Damage to Property
Property damage to:
(1) Property the Named Insured owns, rents, or occupies, including any costs or expenses incurred by
you, or any other person, organization or entity, for repair, replacement, enhancement, restoration
or maintenance of such property for any reason, including prevention of injury to a person or
damage to another's property;
(2) Premises the Named Insured sells, gives away or abandons, if the property damage arises out of
any part of those premises;
(3) Property loaned to the Named Insured;
(4) Personal property in the care, custody or control of the Insured;
{5) That particular part of real property on which the Named Insured or any contractors or
subcontractors working directly or indirectly on the Named Insured's behalf are performing
operations, if the property damage arises out of those operations; or
(6) That particular part of any property that must be restored, repaired or replaced because your work
was incorrectly performed on it.
Paragraphs (1), (3) and (4) of this exclusion do not apply to property damage (other than damage by
fire) to premises rented to the Named Insured or temporarily occupied by the Named Insured with the
permission of the owner, nor to the contents of premises rented to the Named Insured for a period of 7
or fewer consecutive days. A separate limit of insurance appfies to Damage To Premises Rented To
You as described in LIMiTS OF INSURANCE.
Paragraph (2) of this exclusion does not apply if the premises are your work.
Paragraphs (3), (4), (5) and (6) of this exclusion do not apply to liability assumed under a sidetrack
agreement.
Paragraph (6) of this exclusion does not apply to property damage included in the products-completed
operations hazard.
Paragraphs {3) and (4) of this exclusion do not apply to property damage to:
i. tools, or equipment the Named lnsured borrows from others, nor
ii. other personal property of others in the Named Insured`s care, cusfody or control while being used
in the Named Insured's operations away from any Named Insured's premises.
However, the coverage granted by this exception to Paragraphs (3) and (4) does not apply to:
a, property at a job site awaiting or during such property's installation, fabrication, or erection;
b. property that is mobile equipment leased by an Insured;
c. property that is an auto, aircraft or watercraft;
d. property in transit; or
e. any portion of property damage for which the Insured has available other valid and collectible
insurance, or would have such insurance but for exhaustion of its limits, or but for application of one
of its exclusions.
A separate limit of insurance and deductible apply to such property of others. See LIMITS OF
INSURANCE as amended below.
CNA74705XX (1-15)
Page 12 of 17
National Fire Insurance Co of Hartford
Insured Name: JACKSON CONSTRUCTION LTD
PoliCy No: 7034447781
Endorsement No: 1
Effective Date: 10 / 1/ 2 0 2 5
Copyright CNA All Rights Reserved. Includes copyrighted material of Insurance Services Office, Inc., with its pertnission,
Atta �r��c,�ar;�++}� �er iticate iu� .�_��+n� ��
CNA PARAMOUNT
Contractors' General Liability Extension Endorsement
B. Under COVERAGES, Coverage A- Bodily Injury and Property Damage Liability, the paragraph entitled Exclusions is
amended to delete its last paragraph and repface it with the following:
Exclusions c. through n. do not apply to damage by fire to premises while rented to a Named Insured or temporarily
occupied by a Named tnsured with permission of the owner, nor to damage to the contents of premises rented to a
Named lnsured for a period of 7 or fewer consecutive days.
A separate limit of insurance applies to this coverage as described in LIMITS OF tNSURANCE.
C. The following paragraph is added to LIMITS OF INSURANCE;
Subject to 5. above, $25,000 is the most the Insurer will pay under Coverage A for damages arising out of any one
occurrence because of the sum of all property damage to borrowed tools or equipment, and to other persona� property
of others in the Named Insured's care, custody or control, while being used in the Named Insured's operations away
from any Named Insured's premises. The Insurer's obligation to pay such property damage does not apply until the
amount of such property damage exceeds $1,000. The Insurer has the right but not the duty to pay any portion of this
$1,000 in order to effect settlement. If the Insurer exercises that right, the Named Insured will promptly reimburse the
Insurer for any such amount.
D. Paragraph 6., Damage To Premises Rented To You Limit, of LIMITS OF INSURANCE is deleted and replaced by the
following:
6. Subject to Paragraph 5. above, (the Each Occurrence Limit), the Damage To Premises Rented To You Limit is the
most the Insurer will pay under Coverage A for damages because of property damage to any one premises while
rented to the Named Insured or temporarily occupied by the Named Insured with the permission of the owner,
including contents of such premises rented to the Named Insured for a period of 7 or fewer consecutive days. The
Damage To Premises Rented To You Limit is the greater of:
a. $500,000; or
b. The Damage To Premises Rented To You Limit shown in the Declarations.
E. Paragraph 4.b.{1)(a)(ii) of the Other Insurance Conditiort is deleted and replaced by the foNowing:
(ii) That is property insurance for premises rented to the Named Insured, for premises temporarily occupied by the
Named Insured with the permission of the owner; or for personal property of others in the Named Insured's care,
custody or control;
16. LIQUOR LIABILITY
Under COVERAGES, Coverage A- Bodily Injury and Property Damage Liability, the paragraph entitled Exclusions is
amended to delete the exclusion entitied Liquor Liability.
This LIQUOR LIABILITY provision does not apply to any person or organization who otherwise qualifies as an additional
insured on this Coverage Part.
17. MEDICAL PAYMENTS
A. �IMITS OF INSURANCE is amended to delete Paragraph 7. (the Medical Expense Limit) and replace it with the following:
7. Subject to Paragraph 5. above (the Each Occurrence Limit), the Medical Expense Limit is the most the Insurer will
pay under Coverage C- Medical Payments for all medical expenses because of bodily injury sustained by any
one person. The Medical Expense Limit is the greater of:
(1) $15,000 unfess a different amount is shown here; $N,NNN,NNN,NNN; or
(2) the amount shown in the Declarations for Medical Expense Limit.
CNA74705XX (i-15)
Page 13 of 17
National Fire Insurance Co of Hartford
II15U�Ed Nafl'18: JACKSON CONSTRUCTION LTD
�� I
POIiCy NO: 7034447781
Endorsement No: 1
Effective Date: 10/1/2025
Atta•:hmen[ C ode: llf�[lK�c�l c er ilicate 1U: �L�b] i�
CNA PARAMOUNT
Contractors' General Liability Extension Endorsement
B. Under COVERAGES, the Insuring Agreement of Coverage C- Medical Payments is amended to replace Paragraph
1.a.(3)(b) with the following:
(b) The expenses are incurred and reported to the Insurer within three years of the date of the accident; and
18. NON-OWNED AIRCRAFT
Under COVERAGES, Coverage A- Bodily Injury and Property Damage Liability, the paragraph entitled Exclusions is
amended as follows:
The exclusion entitled Aircraft, Auto or Watercraft is amended to add the following:
This exclusion does not apply to an aircraft not owned by any Named Insured, provided that:
1. the pilot in command holds a currently effective certificate issued by the duly constituted authority of the United States of
America or Canada, designating that person as a commercial or airline transport pilot;
2. the aircraft is rented with a trained, paid crew to the Named Insured; and
3. the aircraft is not being used to carry persons or property for a charge.
19. NON-OWNED WATERCRAFT
Under COVERAGES, Coverage A- Bodily Injury and Property Damage Liability, the paragraph entitled Exclusions is
amended to delete subparagraph (2) of the exclusion entitled Aircraft, Auto or Watercraft, and replace it with the following.
This exclusion does not apply to:
(2) a watercraft that is not owned by any Named Insured, provided the watercraft is:
(a) less than 75 feet long; and
(b) not being used to carry persons or property for a charge.
20. PERSONAL AND ADVERTISING INJURY -DISCRIMINATION OR HUMILIATION
A. Under DEFINITIONS, the definition of personal and advertising injury is amended to add the following tort:
Discrimination or humiliation that results in injury to the feelings or reputation of a natural person.
B. Under COVERAGES, Coverage B- Personal and Advertising Injury Liability, the paragraph entitled Exclusions is
amended to:
1. delete the Exclusion entitled Knowing Violation Of Rights Of Another and replace it with the following:
This insurance does not apply to:
Knowing Violation of Rights of Another
Personal and advertising injury caused by or at the direction of the Insured with the knowledge that the act
would violate the rights of another and would inflict personal and advertising injury. This exclusion shall not apply
to discrimination or humi�iation that results in injury to the feelings or reputation of a natural person, but only if such
discrimination or humiliation is not done intentionally by or at the direction of:
(a) the Named Insured; or
(b) any executive officer, director, stockholder, partner, member or manager (if the Named Insured is a limited
liability company) of the Named Insured.
2. add the following exclusions:
CNA74705XX (1-15)
Page 14 of 17
National Fire Insurance Co of Hartford
If1SUf8C) N8f112: JACKSON CONSTRUCTION LTD
Policy No: 7034447781
Endorsement No: 1
Effective Date: 10/1/2025
Copyright CNA All Rights Reserved. Includes copyrighted material of Insurance Services Office, Inc., with its permission.
Atta_1���Y)(i�(�l'cr�ii��.s�cil). r-a-rll�i��
CNA PARAMOUNT
Contractors' General Liability Extension Endorsement
This insurance does not appty to:
Employment Refated Discrimination
Discrimination or humiliation directly or indirectly related to the employment, prospective employment, past
employment or termination of employment of any person by any Insured.
Premises Related Discrimination
discrimination or humiliation arising out of the sale, rental, lease or sub-(ease or prospective sale, renfal, fease or
sub-lease of any room, dwelling or premises by or at the direction of any Insured.
Notwithstanding the above, there is no coverage for fines or penalties levied or imposed by a governmental entity because of
d+scrimination.
The coverage provided by this PERSONAL AND ADVERTISING INJURY -DISCRIMINATION OR HUMILIATION Provision
does not apply to any person or organization whose status as an Insured derives solely from
Provision 1. ADDITIONAL INSURED of this endorsement; or
attachment of an additional insured endorsement to this Coverage Part.
This PERSONAL AND ADVERTISING INJURY -DISCRIMINATION OR HUMILIATION Provision does not apply to any
person or organization who othenvise qualifies as an additional insured on this Coverage Part.
21. PERSONAL AND ADVERTISING INJURY - CONTRACTUAL LIABILITY
A. Under COVERAGES, Coverage B-Personal and Advertising Injury Liability, the paragraph entitled Exclusions is
amended to delete the exclusion entitled Contractual Liability.
B. Solely for the purpose of the coverage provided by this PERSONAL AND ADVERTISING INJURY - CONTRACTUAL
LIABILITY provision, the following changes are made to the section entitled SUPPLEMENTARY PAYMENTS -
COVERAGES A AND B:
1. Paragraph 2.d. is replaced by the following:
d. The allegations in the suit and the information the insurer knows about the offense alleged in such suit are such
that no conflict appears to exist between the interests of the Insured and the interests of the indemnitee;
Z. The first unnumbered paragraph beneath Paragraph 2.f.(2j(b) is defeted and replaced by the foflowing:
So long as the above conditions are met, attorneys fees incurred by the Insurer in the defense of that indemnitee,
necessary litigation expenses incurred by the Insurer, and necessary litigation expenses incurred by the indemnitee
at the Insurer's request will be paid as defense costs. Such payments will not be deemed to be damages for
personal and advertising injury and will not reduce the limits of insurance.
C. This PERSONAL AND ADVERTISING INJURY - CONTRACTUAL LIABILITY Provisi�n does not apply if Coverage B
-Personal and Advertising Injury Liability is excluded by another endorsement altached to this Coverage Part.
This PERSONAL AND ADVERTiSING INJURY - CONTRACTUAL LIABiLITY Provision does not apply to any person or
organization who otherwise qualifies as an additiona! insured on this Coverage Part.
22. PROPERTY DAMAGE - ELEVATORS
A. Under COVERAGES, Coverage A- Bodily Injury and Property Damage Liability, the paragraph entitled Exclusions
is amended such that the Damage to Your Product Exclusion and subparagraphs (3), (4) and (6) of the Damage to
Property Exclusion do not apply to property damage that results from the use of elevators.
CNA74705XX (1-15)
Page 15 of 17
National Fire Insurance Co of Hartford
II1SU1'Bd N81118: JACKSON CONSTRUCTION LTD
POIICy No: 7034447781
Endorsement No: 1
Effective Date: l0/1/2025
Copyright CNA All Rights Reserved. Includes copyrighted material of Insurance Services Office, Inc., with its permission.
Atta�r���bt�natti �er iticate €u: �::�ah� ��
CNA PARAMOUNT
Gontractors' General Liability Extension Endorsement
B. Solely for the purpose of the coverage provided by this PROPERTY DAMAGE - ELEVATORS Provision, the
Other Insurance conditions is amended to add the following paragraph:
This insurance is excess over any of the other insurance, whether primary, excess, contingent or on any
other basis that is Property insurance covering property of others damaged from the use of elevators.
23. SUPPLEMENTARY PAYMENTS
The section entitled SUPPLEMENTARY PAYMENTS - COVERAGES A AND B is amended as follows:
A. Paragraph 1.b. is amended to delete the $250 limit shown for the cost of bail bonds and replace it with a
$5,000. limit; and
B. Paragraph 1.d. is amended to delete the limit of $250 shown for daily loss of earnings and replace it with a
$1,000. limit.
24. UNINTENTIONAL FAILURE TO DISCLOSE HAZARDS
If the Named Insured unintentionally fails to disclose all existing hazards at the inception date of the Named
Insured's Coverage Part, the Insurer will not deny coverage under this Coverage Part because of such failure.
25. WAIVER OF SUBROGATION - BLANKET
Under CONDITiONS, the condition entitled Transfer Of Rights Of Recovery Against Others To Us is
amended to add the following:
The Insurer waives any right of recovery the Insurer may have against any person or organization because of
payments the Insurer makes for injury or damage arising out of:
1. the Named Insured's ongoing operations; or
2. your work included in the products-completed operations hazard.
However, this waiver applies only when the Named Insured has agreed in writing to waive such rights of
recovery in a written contract or written agreement, and only if such contract or agreement:
1. is in eiFect or becomes effective during the term of this Coverage Part; and
2. was executed prior to the bodily injury, property damage or personal and advertising injury giving rise
to the claim.
26. WRAP-UP EXTENSION: OCIP, CCIP, OR CONSOLIDATED (WRAP-UP) INSURANCE PROGRAMS
Note: The following provision does not apply to any public construction project in the state of Oklahoma, nor to
any construction project in the state of Alaska, that is not permitted to be insured under a consolidated
(wrap-up) insurance program by appiicabie state statute or regulation.
If the endorsement EXCLUSION - CONSTRUCTION WRAP-UP is attached to this policy, or another
exclusionary endorsement pertaining to Owner Controlled fnsurance Programs (O.C.I.P.} or Contractor
Controlled Insurance Programs (C.C.I.P.) is attached, then the following changes apply:
A. The following wording is added to the above-referenced endorsement:
With respect to a consolidated (wrap-up) insurance program project in which the Named Insured is or
was involved, this exclusion does not apply to thase sums the Named Insured become legally obligated to
pay as damages because of:
1. Bodily injury, property damage, or personal or advertising injury that occurs during the Named
Insured's ongoing operations at the project, or during such operations of anyone acting on the Named
Insured's behalf; nor
CNA74705XX (1-15)
Page 16 of 17
National Fire Insurance Co of Hartford
Insured Name: JACKSON CONSTRUCTION LTD
Policy No: 7034447781
Endorsement No: 1
Effective Date:10/1/2025
Copyright CNA All Rights Reserved. Includes copyrighted material of Insurance Services Office, Inc., with its permission.
A.ia.I��UG4l)1 ('ci ilic.:�i� 1L. �"•i-1Ci17=
CNA PARAMOUNT I
Contractors' General Liability Extension Endorsement
2. Bodily injury or property damage included within the products-completed operations hazard that arises out of
those portions of the project that are not residential structures.
B. Condition 4. Other Insurance is amended to add the following subparagraph 4.b.(1)(c):
This insurance is excess over:
(c) Any of the other insurance whether primary, excess, contingent or any other basis that is insurance available to the
Named Insured as a result of the Named Insured being a participant in a consolidated (wrap-up) insurance
program, but only as respects the Named Insured's involvement in that consolidated (wrap-up) insurance
program.
C. DEFINITIONS is amended to add the following definitions:
Consolidated (wrap-up) insurance program means a construction, erection or demolition project for which the prime
contractor/project manager or owner of the construction project has secured general liability insurance covering some or
all of the contractors or subcontractors involved in the project, such as an Owner Controlled Insurance Program
(O.C.I.P.) or Contractor Controlled Insurance Program (C.C.I.P.).
Residential structure means any structure where 30% or more of the square foot area is used or is intended to be
used for human residency, including but not limited to:
1. single or multifamily housing, apartments, condominiums, townhouses, co-operatives or planned unit
developments; and
2. the common areas and structures appurtenant to the structures in paragraph 1. (including pools, hot tubs, detached
garages, guest houses or any similar structures).
Nowever, when there is no individual ownership of units, residential structure does not include military housing,
college/university housing or dormitories, long term care facilities, hotels or motels. Residential structure also does not
include hospitals or prisons.
This WRAP-UP EXTENSION: OCIP, CCIP, OR CONSOLIDATED (WRAP-UP) INSURANCE PROGRAMS Provision
does not apply to any person or organization who otherwise qualifies as an additional insured on this Coverage Part.
All other terms and conditions of the Policy remain unchanged.
This endorsement, which forms a part of and is for attachment to the Policy issued by the designated Insurers, takes effect on the
effective date of said Policy at the hour stated in said Policy, unless another effective date is shown below, and expires
concurrently with said Policy.
CNA74705XX (1-15)
Page 17 of 17
National Fire Insurance Co of Hartford
If1SUI'Bd N8117e: JACKSON CONSTRUCTION LTD
POIiCy No: 7034447781
Endorsement No: 1
Effective Date: 10/1/2025
Copyright CNA All Rights Reserved. InCludes copyrighted material of Insurance Services Office, Inc., wflh its permission,
Attacliii����.02 Certificate ID: 22446575
Business Auto Policy
Policy Endorsement
LESS�F2 - ADbITIONAL INSURED AND LOSS PAYEE
THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ TT CAREFULLY.
This endorsement modifies insurance provided under the foNowing:
AUTO DEALERS COVERAGE FORM
BUSINESS AU70 COVERAGE FORM
MOTOR CARRIER COVERAGE FORM
With respect to coverage provided by this endorsement, the provisions of the Coverage Form apply unless
modified by the endorsement.
This endorsement changes the policy effective on the inception date of the policy unless another date is
indicated below.
�vamec! insureti: ]ACKSUN CONSTRUCTI�IV LTD
Endorsement Effective Date: 10/1/2025
�SCHEDULE
' Insurance Company: The Continental Insurance Company
Policy Number: 7034434075
, Expiration Date: 10/1/2026
� Named Insured: JACKSON CONSTRUCTION LTD
Address: 5112 SUN VALLEY DR
FORT WORTH, TX 76119-6410
Additional Insured (Lessor):
Effective Date: 10/1/2025
� Address:
� Designation Or Description Of "Leased Autos": Per Schedule On File With Company
Coverages
Liabitity
Limit Of Insurance
$ 1,000,000 Each "Accident"
Comprehensive Actuat Cash Value Or Cost Of Repair, Whichever Is Less, Minus
Refer to Declarations Deductible Por Each Covered "Leased Auto"
Collision Actual Cash Value Or Cost Of Repair, Whichever Is Less, Minus
I Refer to Declarations Deductible For Each Covered "Leased Auto"
Specified Causes Of Loss I Actual Cash Value Or Cost Of Repair, Whichever Is Less, Minus
Deductible For Each Covered "Leased Auto"
Policy No: BUA 7034434075Policy
Effect(ve Date: 10/1/2025 Policy
Form No: CA 20 Ol 10 13 Page: 15 of 34
Endorsement Effective Date: Endorsement Expiration Date:
Endorsement No: 3; Page: 1 of 2
Underwriting Company:The Continental Insurance Company
c Copyright Insurance Services Office, Inc., 2011
672919G9 I 22-23 GL/Auto/kC/S10mi1 Umb/Equip I Krista Abauow I 3/17/2022 1:50:19 PM (CDT) I Page 6 of il
Attachn�cl IiR>Ti�102 Certificate ID: Z2446575
Business Auto Policy
Poticy Endorsement
� Information required to complete this Schedule, if not shown above, will be shown in the Deciarations.
A.Coverage
i. Any "leased auto" designated or described in the Schedule will be considered a covered "auto" you own
and not a covered "auto" you hire or borrow.
2. For a"leased auto" designated or described in the Schedule, the Who is An insured provision under
Covered Autos Liability Coverage is changed to include as an "insured" the lessor named in the Schedule.
However, the lessor is an "insured" oniy for "bodily injury" or "property damage" resulting from the acts
or omissions by:
a. You;
b. Any of your "employees" or agents; or
c. Any person, except the lessor or any "employee" or agent of the lessor, operating a"leased auto"
with the permission of any of the above.
3. The coverages provided under this endorsement apply to any "leased auto" described in the Schedule until
the expiration date shown in the Schedule, or when the lessor or his or her agent takes possession of the
"leased auto", whichever occurs first.
B. Loss Payable Clause
1. We will pay, as interest may appear, you and the lessor named in this endorsement for "loss" to a"
leased auto".
2. The insurance covers the interest of the lessor unless the "loss" results from fraudulent acts or
omissions on your part.
3. If we make any payment to the lessor, we will obtain his or her rights against any other party.
C. Cancellation
1. If we cancel the policy, we will mail notice to the lessor in accordance with the Cancellation Common
Policy Condition.
2. If you cancel the policy, we will mail notice to the lessor.
3. Cancellation ends this agreement.
D. The lessor is not liable for payment of your premiums.
E. Additional Definition
As used in this endorsement:
"Leased auto" means an "auto" leased or rented to you, including any substitute, replacement or extra "
auto" needed to meet seasonal or other needs, under a leasing or rental agreement that requires you to
provide direct primary insurance for the lessor.
Form No: CA 2D OS ].0 13
Endorsement Effective Date: Endorsement Expiration Date:
Endorsement No: 3; Page: 2 of 2
Underwriting Company: The Continental Insurance Company
c Copyright Insurance Services Office, Inc., 2011
67291909 I 22-23 GL/Auto/WC/$lOmil Umb/Equip I Kzista Abuzzow I 3/17/2022 1:50:14 PM (CD^_) I Page 7 of 11
Policy No: 7D34434D75 Policy
Effective Date: 10/1/2025 Policy
Page: 16 of 34
C
Attachment Code: D6Q8399 Certificate ID: 22446575
��� Business Auto Policy
Policy Endorsement
c. Take reasonable steps after "loss" to protect the "covered auto" and its equipment from further "
loss". We will pay all reasonable expenses incurred to do this.
d. Permit us to inspect and appraise the damaged property before its repair or disposal.
e. Promptly notify us in writing of a tentative settlement between an "insured" and the insurer of the
vehicle described in Paragraph d. of the definition of "uninsured motor vehicle" and allow us 30 days
to advance payment to that "insured" in an amount equal to the tentative settlement to preserve our
rights against the insurer, owner or operator of such vehicle.
3. Transfer Of Rights Of Recovery Against �thers To Us is changed by adding the following:
If we make any payment and the "insured" recovers from another party, the "insured" shall hold the
proceeds in trust for us and pay us back the amount we have paid.
Our rights under this provision do not apply with respect to a tentative settlement between an "insured"
and the insurer of an owner or operator of a vehicle described in Paragraph d. of the definition of "
uninsured motor vehicle" if we:
a. Have been given written notice of a tentative settlement between the "insured" and the insurer of
the "uninsured motor vehicle"; and
b. Fail to advance payment to the "insured" in an amount equal to the tentative settlement within 30
days after receipt of notification.
If we advance payment to the "insured" in an amount equal to the tentative settlement within 30 days
after receipt of notification:
a. That payment will be separate from any amount an "insured" is entitled to recover under the
provisions of Uninsured/Underinsured Motorists Coverage; and
b. We also have the right to recover the advanced payment.
4. The following condition is added:
Arbitration
If we and an "insured" disagree whether the "insured" is legally entitled to recover damages from the
owner or driver of an "uninsured motorvehicle" or do not agree as to the amount of damages that are
recoverable by that "insured", then the matter may be arbitrated. However, disputes concerning
coverage under this endorsement may not be arbitrated. Both parties must agree to arbitration. In
this event, each party will select an arbitrator. The two arbitrators will select a third. If they cannot
agree within 30 days, either may request that selection be made by a judge of a court having
jurisdiction. Each party will pay the expenses it incurs and bear the expenses of the third arbitrator
equally.
b. Unless both parties agree otherwise, arbitration will take place in the county in which the "insured"
lives. Local rules of faw as to arbitration procedure and evidence will apply. A decision agreed to by
two of the arbitrators will be binding. However, at any time prior to the arbitrators' decision, either
party may revoke the agreement to arbitrate the matter.
F. Additional Definitions
The foilowing are added to the Definitions section and have speciaf ineaning for Uninsured/Underinsured
Motorists Insurance:
i. "Covered auto" means an "auto":
a. Owned or leased by the Named Insured; or
b. While temporarily used as a substitute for an owned "covered auto" that has been withdrawn from
normal use because of its breakdown, repair, servicing, "loss" or destruction.
Form No: CA 21 09 10 13 Policy No: 7034434075 Policy
Endorsement Effective Date: Endorsement Expiration Date: Effective Date: 10/1/2025 Policy
Endorsement No; 5; Page: 4 of 5 Page: 20 of 34
Underwriting Company: The Continental Insurence Company
Attachment Code: D608399 Certificate ID: 22446575
c Copyri ht Insurance Services Office, Inc., 2013
fi7241409 Z2-23 GL/Auto/wC/$lOmil Umb/Equip I Krista Aburrow 3/17� 022 1:50:14 PM (CDT) I Paqe 10 of 11
Attachment Code: D608395 Certificate ID: 22446575
���
Workers Compensation And Employers Liability Irtsurance
Policy Endorsement
We have the right to recover our payments from anyone liable for an injury covered by this policy. We will not
enforce our right against the person or organization named in the Schedule, but this waiver applies only with
respect to bodily injury arising out of the operations described in the Schedule where you are required by a
written contract to obtain this waiver from us.
This endorsement shall not operate directly or indirectly to benefit anyone not named in the Schedule,
The premium for this endorsement is shown in the Schedule.
1. Specific Waiver
Name of person or organization
X 8lanket Waiver
Schedule
Any person or organization for whom the Named Insured has agreed by written contract to furnish this
waiver.
2. Operations: All Texas Operations
3. Premium:
The premium charge for this endorsement shall be 2% percent of the premium developed on payroll in
connection with work performed for the above person(s) or organization(s) arising out of the operations
described.
4. Advance Premium: Refer to Schedule of Operations
All other terms and conditions of the poiicy remain unchanged.
This endorsement, which forms a part of and is for attachment to the policy issued by the designated Insurers,
takes effect on the Policy Effective Date of said policy at the hour stated in said policy, unless another effective
date (the Endorsement Effective Date) is shown below, and expires concurrently with said policy unless another
expiration date is shown below.
Form No: WC 42 03 04 B(06-2014) Policy No: 7034448204 Policy
Endorsement Effective Date: Endorsement Expiration Date: Effective Date: 10/1/2025 Policy
Endorsement No: 6; Page: 1 of 1 Page: 15 of 15
Underwriting Company: National Fire Insurance Co of Hartford
p Copyright 2014 National Council on Compensation Insurance, Inc. All Rights Reserved. �
67291909 I 21-22 GL/AutolWC/$lOmil Umb{Equip I Xrista Abuzrow I 3/17/2022 1:50:19 PM (CDT) I Page 11 of 11
,.� cuuv��cn�cn� aN�ucS ����y w u�c �nsurance prov�aea �y me poncy oecause lexas is shown in Item 3.A. of
the Information Page.
Attachment Code: D646803 Certificate ID: 22446575
AAIS
I M 7902 01 12
Page 1 of 1
LOSS PAYABLE SCHEDULE
(The entries required to complete this schedule
will be shown below or on the "schedule of coverages".)
Indicate applicable provision:
[ X ] Loss Payable
[ X ] Lender's Loss Payable
[ ] Contract of Sale
POLICY
NUMBER
IMMA2510001847-03
,
SCHEDULE
Location
Number Address
All All All
Covered
Property
,
Name and Address
of Loss Payee
�lanket coverage for Loss Payees, Lender's Loss Payable and/or Additional
sureds applies as listed on ACORD Certificates of Insurance issued by the
AgentlBroker and on file at their location.
0
IM 7902 01 12
Copyright, American Association of Insurance Services, Inc., 2012
4thOctober25
4thOctober25
4thOctober25
4thOctober25
4thOctober25
U06I I`�-?
bl;\I�`(E�;WCI li(?NU
p.i�;c '_ pl 3
Bond vo. �4898�4�V
I
�
3
-t
5
6
7
8
q
10
II
I2
1;
I �4
IS
I6
17
18
I9
'o
��
„
23
WHEREAS, Principal binds itself to repair or reconstruct the W'ork in �vhole or in part
upon �•eceiving notice from the Developer and/or City of the need thereof at an�� time within the
N(aintenance Period.
�fOW THEREFORE, the condition of this obligation is suc}� that if Principal shall
remedy any defective W'ork, tbc which timely notice �vas provided by Developer or City, to a
comple;tion satisfactory lo the City, then this obligation shall become null and void; othecwise ro
remain in full force and eftect.
PROVIDF.D, HOVVEVF,R, iPPrincipal shall fail so to repair or reconstruct any timely
iloticed defective Work, it is agreed that the Developer or City may cause any and all such
defective Work to be repaired and/or reconstructed �vith all associated costs thereot' being borne
by the Principal and the Surety undcr this Maintenance E3ond: and
PROVIDED FURT[-IER, that if any lega( action be filed on this Bond, venue shall lie in
"farrant Countv, TeYas or the United States District Court for the Northern District o`r'"fexas. Fort
Worth Division: and
PRO�'IllED FliR'I'HEK, that this t�bligation shall be continuous in nature and
�uccessive recoveries may be had hereon for successive breaches.
Cf(Y OP 1=0R"I' WOR'i H
STAtiDARD CI"1 Y CUNDI'I'IUNS — DEVGLOPL-R AWARDt=D PROJtiCfS
Ke��ised January 31. �Oi?
Vailev C;rook I'hatie 3
Cits Pr��cct �o. 10>917
4thOctober25
IMPORTANT NOTICE
To obtain information or make a complaint
You may call Westfield Insurance Company's
and/or Ohio Farmers Insurance Company's
toll-free telephone number for information or to
make a complaint at:
1-800-368-3597
You may also write to Westfield Insurance
Company and/or Ohio Farmers insurance
Company at:
955 Garden Park Drive, Suite 230
Allen, Texas 75013-3742
You may contact the Texas Department of
Insurance to obtain information on
companies, coverages, rights or complaints
at:
1-800-252-3439
You may write the Texas Department of
Insurance:
P. 0. Box 149104
Austin, TX 78714-9104
Fax: (512) 475-1771
Web: http://www.tdi.state.tx.us
E-mail: ConsumerProtection(c�tdi.state.tx.us
PREMIUM OR CLAIM DISPUTES:
Should you have a dispute concerning your
premium or about a claim you should
contact the agent or Westfield Insurance
Company and/or Ohio Farmers Insurance
Comapny first. If the dispute is not resolved,
you may contact the Texas Department of
Insurance.
ATTACH THIS NOTICE TO YOUR
POLICY: This notice is for information only
and does not become a part or condition of
the attached document.
AVISO IMPORTANTE
Para obtener informacion o para someter una
queja:
Usted puede Ilamar al numero de telefono gratis de
Westfield Insurance Company's / Ohio Farmers
Insurance Company's para informacion o para
someter una queja al:
1-800-368-3597
Usted tambien puede escribir a Westfield Insurance
Company / Ohio Farmers Insurance Company:
955 Garden Park Drive, Suite 230
Allen, Texas 75013-3742
Puede comunicarse con el Departamento de
Seguros de Texas para obtener informacion acerca
de companias, coberturas, derechos o quejas al:
1-800-252-3439
Puede escribir al Departamento de Seguros de
Texas:
P. O. Box 149104
Austin, TX 78714-9104
Fax: (512) 475-1771
Web: htta://www.tdi.state.tx.us
E-mail: ConsumerProtection a(�tdi.state.tx.us
DISPUTAS SOBRE PRIMAS O RECLAMOS:
Si tiene una disputa concerniente a su prima o a un
reclamo, debe comunicarse con el agente o
Westfield Insurance Company / Ohio Farmers
Insurance Company primero. Si no se resuelve la
disputa, puede entonces comunicarse con el
departamento (TDI).
UNA ESTE AVISO A SU POLIZA: Este aviso es
solo para proposito de informacion y no se
convierte en parte o condicion del documento
adjunto.
THIS POWER OF ATTORNEY SUPERCEDES ANY PREVIOUS POWER BEARING THIS SAME
POWER � AND ISSUED PRIOR TO 09J28/23, FOR ANY PERSON OR PERSONS NAMED BELOW.
General
Povver
of Attorney
CERTIFlED CQPY"
PO�P/GR NO. 4220052 06
Westfield Insurance Co.
Westfield National Insurance Co.
Ohio Farmers Insurance Co.
��Vestl-ield Center. Ohio
F!r%CN.' �,y•i l�fgr '.i 1'RP.:6 P:e^e�'2S. Tt'a[ 'yvF_.;�'� ���`. �h�5 ;F.r'�NCc �OtitPaN'!, bVcl��l���� i`iA';c��I�L � 1��� �.?,ii:� �'..�"�1Fr1i1''" a(1U vlilti;
r"AR�I�RS i�SI;RAPlCc ���ipr;��'�. ,�rp�ira.i;i;. r:�r��in�ii*�� :.r r��� � ir;f��ndi,allv �.^, a �;:i����:orv' ar�. ,Il�:,h���r; ,, ^.,n;:oni .:��:
�I";ai`iZ3r dr'� yXi3tirc: ��� O�r't�.�. �oW:> >f �:Y�� ti'3 �.ri. ., , � �� i �,{��i :ih�,.� V tr�i�.. y�c;ir�3 , .,�' .:�i'..;�, do oy [r��3e
te :,f '�. c�-, ,'-8 ��f it� pi r�� :r Jest.i i"�r t�r I.� ��i.
,Yy� �•r,f,: ?dP r� JI'� :t;YtJ!8 e�Ci i;1t; �If.t
CFIARLES,D. SWEENEY, MICHAEL A. SWEENEY, KYIE W. SWEENEV, ELIZABETH GRAY, �AVID W. SWEENEY, JOINTLY OR
SEVERALLY
�f FORT WORTH ar.:; 3tate �f TX t, :r�.;e anci a�riful arcrra�ns -ir-Fact. :���-r h,il po�a�er arc a�.,tt�ori��i Per.pey :onferr��; �n its r:arne.
; Iace &�'c ;r�ac, c:; ?:<e�i te. a:;�r�o��i!aci�;� arU cteliver any and all bonds, recognizances, undertakings, or other instruments or confracts of
sureryship in any penal limit. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .
c;�M/�FflaT��d�. ORHBANK� EDOS�ITORY BOND5. CANNOT BE USED TO EXECUTE NOTE GUARANTEE, MORTGAGE DEFICIENCY. MORTGAGE
or i. r.0 ., .i CI'e �.:r-psries �I�.Pr�bv U; ��i��i and cc e-:e same �:<ter.t as if si_;rr nords'��i�ra ;��r�G r,�� 'I'e Fr�sir�r.i'�. s?�lec: ,;i?f�'hF �cr'pr,r8(�
,eal :�t :� a�i�l�.:ai;le ��i,i��a��,� arc :;W�! aCested � ��ts 5ecr9ra��i. ^er�by rarifyirC ard �oilfirrrir4 alt rhot :he sai:i At Yr�e"�.s -ii�-FaCt t��a :�r;
%r0 Prer�11.'.,r,�S. c�alG 8rD011`.21"ZI't �3 RIUCC �.aC!qNl" 81'd ;V dUthCt- �f (f1E f�ll.;�,�1��':7 fNSCIVUCi'. 8G'UpCr;,1 h% Ulg F3pS1-� .�f CIt:Sa^iJ�� �f OdCY' ;:f .I`e,
WE�`=1tLD INS:)ki�ilCr :��tilFr��l'%. �N�S`FiE�� MF,TIGMAL iNSURAhIC[ CCti1aAf`I`� 2PC UI-?I� FA�!��_f+5 irJSURAi`!C� �.:�MIPAN'!.
.6e lt RescivecY, tP�ar rp,P Pr�>cder:L ard ':;ecr:r c:<2euhve. �r�y Secretari OY et'i�! FIrJr'iity � ��reT`i C4:ei dtipr, cxecutive ��r otheY �xecuU+ie 3P:8{I
te an�� s herelrr ves:ec �arth f�.dl povr�r arc a�.,tr-�rit:� ro Up.:�:�nt rr.y cne or n,ore scl:arle persors as att^rneyu>;-m-Fact _o represen! arc; ar,t fr,r
arU �r r,el�alf of the C:rnpar;� �::bject :o �t,r. f�ll,wiir, pr,riisior;:
?ne attcr.ney-,r-Fac!. rrmav :?P yl'!�?t'� ft;ll �?OIN?t' all': dt,ChCt'i`;� fCY dY'C :t' ,re r18I?!o Of e�d �f' bet`8f: Of (hr �`.n1�Jr•i'V. :O ?i�BC�.�IP_. dCkR01�JIPU�O 8f?t�
:e;iver. a�-, BY;d all CCf:GS. YBCCC{t'IZ.9r�:Je3S. CCI"IY2CCS. dCY@t'f`?P�CS ^f !I':dFlY',f,i(`/ df'�: CtY.!?' :.00`J'ioral cr �r,i�car.or�i GYpPY'aF'it't�S `af?:? 8��% df':ti �II
raices ard :7or,�.,m�rrs cane,el;r.:� �r terminatiry 'l�:e C:;r.�parv'� iiarnb[�t :f'aY?li""aBr'. alltl any s��ch ir'�stn;n,�rts so �;c.ec�ared b�l dm� s.:c!
Attnmev-ir-Fact s;-:all Le as :;inc:iry ,p;;r ?f�P C�rr�pam, �; i' ;iqr�d i;y the Pr�s,i,,erC ar;1 ;eale:J en:.f attes:ec bv �l�µ C^rrcrate : a�2tar�
.Be !? F�i'iher Resor�eC, !hat U'e =ir�natur� ot ni:1, ;�:;i :,esiyra_ecf �.er�oc arC [f�c :eal of [he Cr;mpary i�er3t:�ior.� .,r rereafter affi;<ed �o a, "
pr,�ver ;f attr:�r:ev oi� any certifir,ate r•e�atiry ther�r;, i;�� ;acsm�ile. ara ar�•; p,rier ;f aCorre,; cr �er*ifica?e i;earirg fac�inGile sigr.ar�.,res or fa�.sin-�rl.�
�eal shall i;e ��aliU and birdir,�a upen the Cer,�pany vntP, re�,,eci'; �ry r;ord CY �:f:GBt'Cok�i'4 CC't/hic� i: i; a>.tacheC..' iEacP aCopteq at a rneennr,
�eiU ',r F�bY.�ar y 8. 2':CC;.
It� N.±nes� Nrerecf, �NE�TF!ELG iN^,URr;r�CE CCMf-4^1'�. vY�;'FI�LC Nd'ICPiAL �^iSt�R;SPl�:= COMFA,I•! ar,c1 OHtG FARhtERS !�lSUR�;�iCF
COMFAN`� ra�;e �a�.sea :rese rr�sents [o �e ;�;reC ry rneir National Surety Leader or � Senior Executive arc: �heir :.crporar� ;rals to he Y•er�to
nffi:<ed !h�s 28th :a�� �f SEPTEMBER A.D.. 202J .
Ccrrx�rat= ••�sU�A�+'"•, �,�}:;'� _ ,• �"�Nw� "' v�lE;TFIELD INSURANCE CODA?ANY
��,�� p�,. '-•• .c�•� _ �,4`�......-'��%�;°3 '�``ESTFIELD NAT{ONAL IPlSURA�ICE "OtvtPANY
�.�f: >�i}�t,`�. ."'s'• ,_a;� _ �`��.. .' �'' ,,HI�✓ Fa.RMERS INSURAPJCE COh.1?ANY
i �t_,��.M.� }ro `���� .SEAL. " _ ; ���HARIFRf�•,;3
��s�'•.ti. "^ ,r �$,� - ;?b:. 1848 ;�� ° . � . .
�.���"r�' ,� ..+. � �;• � r` . � . . - .
St8[e ;f Ohir• .�.M..''� ,��,.�� ...,«. eY. .
C,unty of MeUina ss.: Gary W. Stumper. Natror?ai Surery Leader and
Senior ExecuGae
Cr tY.i> 2Bth ��a�i �f SEPTEMBER a.�., 2029 . betore me persanauy �ame Ga1y W. StutY�pe1' �o me Fi�ov�e, wna bein� by me a�ly swcm.
aia ae�;�s� arn. sov, rr•a� : e!�si:�es �^: Medina. OH; tl�:at ne r> National Surery Leader and Senior Executive af WE."=iE�D iNS��RAr�CG
:.OIv1FAN'!, �NE°��� FIE���D "1A�ICNµL i^i�Uk�.r1; E C:JMPANY'dnd CHIC FAR1vfER,S ii�15URA�iCE ���CM:=4rr�. �I-�e :crnrarie� cescrir.eci in aeci :^�hiCt:
�xec�.,r�c: Y= aY:c�ie Instr.,ment: tha' re � r.�?ars the >ea!a �f ,Gic C•:n'parie:>: '.ra: �re seais �ftixec' �C ;a C i;'strurer�r �r,� ,�,rt, �or�urate seafs: !I�at
mey v✓ere sc; affix�a :�;� or�er af tl,e Beards ;� Cir3ctcrs of >av' �.;mpanies: arr_ 'hat ne ;fyrera ri, ��ari� rl eretc b�� iikr� ;r'xer.
Notar�al a«u�u.,,, fI, G/�'I�I�
>eaI ,.�` ��R 1 A (, ����''�..
�.ffi.ed � �`��ll ���% 9t,� 1
z'� =-. r
..
=,tate ot •�ric =; sr �'��'�o David A. Kotnik. �ttorney at Law. Norary Puhiic
���:�ty �f Meclira ��.. •; y 1Mx� +Ay Cornmis;lcr poes Mot E;y,ir� E5ec. 14'.0'? rYic Revised Code;
*F OF O :
i. Frank A. Carrino, Secr�(ary �� �'d=STFiELD iP:SU �i+��CE �Ctv.?A^!'!. WESTFi�LG PlATICNA� itiSURAP�CE COMFAN`! anc UN�C FAR��I�FS
INSUP.ANCE CCMPANv. c°o rerer,;, :-ert�ty rhar the abov2 and forercn^�, iS �'r;e Ard �OrrAct Copy Cf a FO'N?Y �t A?tr,mey. �xecu[eU Gy sai;;
Cerr:pan,es, a�h�cP is ;Till �r `�: I fr,r�� ar,U effect: ard furthermore. �he resoluurr.s �f rr<_ Boarr�s :�f Directors. 3et ot�! in tPe Pr�yaer �i Attorney are
ir fUl fs;rce and e'f=c;.
?r Wrl;�es; Nr.e!P,nf, rave hereurrto set ^�!� nand ar.d atfixe=d ,:.P seals �f ,a,� Ccmparies at W�;tfielC CAr�t?r. �"�i�. triS r,ay �f
A. C .. .
"��,. , ,,.....,,,,,,,
,,r''`�}SY R.1,yc�,�,` '' .�, �( ', . r'' IMS��/' �
��v;' �. .��' _ - g� ~ .,'��} ri���,_�f' %�
�; �+�( I �: z � �-''" �'.-` �'��RiE�f�':�' � �
� ,`'n3 �L.M�L • ti - - S FE�� _ io� : / �" " "" "" ` �` I � Saarta
�.�•. „� f1'��� :�- - ��:, 1848 •��> � �7'
1�,� .' � , — ,.-'i =` Frank A. Carrino. Ser�etan�
; �Ml� i.i #.��� ��q�u�a�M"�� .
BPOAC2 (combinedj (03-22)
CITY OF FORT WORTH
STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
STANDARD CITY CONDITIONS
OF THE CONSTRUCTION CONTRACT
FOR DEVELOPER AWARDED PROJECTS
CITY OF FORT WORTH
STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
STANDARD CITY CONDITIONS OF THE
CONSTRUCTION CONTRACT
FOR DEVELOPER AWARDED PROJECTS
TABLE OF CONTENTS
Page
Article 1 – Definitions and Terminology .......................................................................................................... 1
1.01 Defined Terms ............................................................................................................................... 1
1.02 Terminology .................................................................................................................................. 5
Article 2 – Preliminary Matters ......................................................................................................................... 6
2.01 Before Starting Construction ........................................................................................................ 6
2.02 Preconstruction Conference .......................................................................................................... 6
2.03 Public Meeting .............................................................................................................................. 6
Article 3 – Contract Documents and Amending ............................................................................................... 6
3.01 Reference Standards ..................................................................................................................... 6
3.02 Amending and Supplementing Contract Documents .................................................................. 6
Article 4 – Bonds and Insurance ....................................................................................................................... 7
4.01 Licensed Sureties and Insurers ..................................................................................................... 7
4.02 Performance, Payment, and Maintenance Bonds ........................................................................ 7
4.03 Certificates of Insurance ............................................................................................................... 7
4.04 Contractor’s Insurance .................................................................................................................. 9
4.05 Acceptance of Bonds and Insurance; Option to Replace ........................................................... 12
Article 5 – Contractor’s Responsibilities ........................................................................................................ 12
5.01 Supervision and Superintendent ................................................................................................. 12
5.02 Labor; Working Hours ................................................................................................................ 13
5.03 Services, Materials, and Equipment ........................................................................................... 13
5.04 Project Schedule .......................................................................................................................... 14
5.05 Substitutes and “Or-Equals” ....................................................................................................... 14
5.06 Pre-Qualification of Bidders (Prime Contractors and Subcontractors) ..................................... 16
5.07 Concerning Subcontractors, Suppliers, and Others ................................................................... 16
5.08 Wage Rates.................................................................................................................................. 18
5.09 Patent Fees and Royalties ........................................................................................................... 19
5.10 Laws and Regulations ................................................................................................................. 19
5.11 Use of Site and Other Areas ....................................................................................................... 19
5.12 Record Documents ...................................................................................................................... 20
5.13 Safety and Protection .................................................................................................................. 21
5.14 Safety Representative ................................................................................................................. 21
5.15 Hazard Communication Programs ............................................................................................. 22
5.16 Submittals .................................................................................................................................... 22
5.17 Contractor’s General Warranty and Guarantee .......................................................................... 23
CITY OF FORT WORTH
STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
5.18 Indemnification ........................................................................................................................... 24
5.19 Delegation of Professional Design Services .............................................................................. 24
5.20 Right to Audit: ............................................................................................................................ 25
5.21 Nondiscrimination....................................................................................................................... 25
Article 6 – Other Work at the Site ................................................................................................................... 26
6.01 Related Work at Site ................................................................................................................... 26
Article 7 – City’s Responsibilities................................................................................................................... 26
7.01 Inspections, Tests, and Approvals .............................................................................................. 26
7.02 Limitations on City’s Responsibilities ....................................................................................... 26
7.03 Compliance with Safety Program ............................................................................................... 27
Article 8 – City’s Observation Status During Construction ........................................................................... 27
8.01 City’s Project Representative ..................................................................................................... 27
8.02 Authorized Variations in Work .................................................................................................. 27
8.03 Rejecting Defective Work .......................................................................................................... 27
8.04 Determinations for Work Performed .......................................................................................... 28
Article 9 – Changes in the Work ..................................................................................................................... 28
9.01 Authorized Changes in the Work ............................................................................................... 28
9.02 Notification to Surety .................................................................................................................. 28
Article 10 – Change of Contract Price; Change of Contract Time ................................................................ 28
10.01 Change of Contract Price ............................................................................................................ 28
10.02 Change of Contract Time............................................................................................................ 28
10.03 Delays .......................................................................................................................................... 28
Article 11 – Tests and Inspections; Correction, Removal or Acceptance of Defective Work ...................... 29
11.01 Notice of Defects ........................................................................................................................ 29
11.02 Access to Work ........................................................................................................................... 29
11.03 Tests and Inspections .................................................................................................................. 29
11.04 Uncovering Work ....................................................................................................................... 30
11.05 City May Stop the Work ............................................................................................................. 30
11.06 Correction or Removal of Defective Work ................................................................................ 30
11.07 Correction Period ........................................................................................................................ 30
11.08 City May Correct Defective Work ............................................................................................. 31
Article 12 – Completion .................................................................................................................................. 32
12.01 Contractor’s Warranty of Title ................................................................................................... 32
12.02 Partial Utilization ........................................................................................................................ 32
12.03 Final Inspection ........................................................................................................................... 32
12.04 Final Acceptance ......................................................................................................................... 33
Article 13 – Suspension of Work .................................................................................................................... 33
13.01 City May Suspend Work ............................................................................................................ 33
Article 14 – Miscellaneous .............................................................................................................................. 34
14.01 Giving Notice .............................................................................................................................. 34
CITY OF FORT WORTH
STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
14.02 Computation of Times ................................................................................................................ 34
14.03 Cumulative Remedies ................................................................................................................. 34
14.04 Survival of Obligations ............................................................................................................... 35
14.05 Headings ...................................................................................................................................... 35
00 73 10- 1
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 1 of 35
CITY OF FORT WORTH
STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
ARTICLE 1 – DEFINITIONS AND TERMINOLOGY
1.01 Defined Terms
A. Wherever used in these General Conditions or in other Contract Documents, the terms listed
below have the meanings indicated which are applicable to both the singular and plural thereof,
and words denoting gender shall include the masculine, feminine and neuter. Said terms are
generally capitalized or written in italics, but not always. When used in a context consistent with
the definition of a listed-defined term, the term shall have a meaning as defined below whether
capitalized or italicized or otherwise. In addition to terms specifically defined, terms with initial
capital letters in the Contract Documents include references to identified articles and paragraphs,
and the titles of other documents or forms.
1. Agreement - The written instrument which is evidence of the agreement between Developer
and Contractor covering the Work
2. Asbestos—Any material that contains more than one percent asbestos and is friable or is
releasing asbestos fibers into the air above current action levels established by the United
States Occupational Safety and Health Administration.
3. Business Day – A business day is defined as a day that the City conducts normal business,
generally Monday through Friday, except for federal or state holidays observed by the City.
4. Buzzsaw – City’s on-line, electronic document management and collaboration system.
5. Calendar Day – A day consisting of 24 hours measured from midnight to the next midnight.
6. City— The City of Fort Worth, Texas, a Texas home-rule municipal corporation, acting by,
its governing body through its City Manager, his designee, or agents authorized pursuant to
its duly authorized charter on his behalf.
7. Community Facilities Agreement (CFA) -–A Contract between the Developer and the City
for the Construction of one or more following public facilities within the City public right-of-
way or easement: Water, Sanitary Sewer, Street, Storm Drain, Street Light, and Street Signs.
A CFA may include private facilities within the right-of-way dedicated as private right-of-
way or easement on a recorded plat.
8. Contract—The entire and integrated written document incorporating the Contract
Documents between the Developer, Contractor, and/or City concerning the Work. The
Contract supersedes prior negotiations, representations, or agreements, whether written or
oral.
9. Contract Documents—Those items that make up the contract and which must include the
Agreement, and it’s attachments such as standard construction specifications, standard City
Conditions, other general conditions of the Developer, including:
a. An Agreement
00 73 10- 2
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 2 of 35
CITY OF FORT WORTH
STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
b. Attachments to the Agreement
i. Bid Form
ii. Vendor Compliance with State Law Non-Resident Bidder
iii. Prequalification Statement
c. Current Prevailing Wage Rates Table (if required by City)
d. Insurance Accord Form
e. Payment Bond
f. Performance Bond
g. Maintenance Bond
h. Power of Attorney for Bonds
i. Workers Compensation Affidavit
j. MWBE Commitment Form( If required by City)
k. General Conditions
l. Supplementary Conditions
m. The Standard City Conditions
n. Specifications specifically made part of the Contract Documents by attachment, if
not attached, as incorporated by reference and described in the Table of Contents of
the Project’s Contract Documents
o. Drawings
p. Documentation submitted by contractor prior to Notice of Award.
q. The following which may be delivered or issued after the effective date if the
Agreement and, if issued become an incorporated part of the Contract Documents
i. Notice to Proceed
ii. Field Orders
iii. Change Orders
iv. Letters of Final Acceptance
r. Approved Submittals, other Contractor submittals, and the reports and drawings of
subsurface and physical conditions are not Contract Documents.
10. Contractor—The individual or entity with whom Developer has entered into the Agreement.
11. Day or day – A day, unless otherwise defined, shall mean a Calendar Day.
12. Developer – An individual or entity that desires to make certain improvements within the
City of Fort Worth
13. Drawings—That part of the Contract Documents prepared or approved by Engineer which
graphically shows the scope, extent, and character of the Work to be performed by
Contractor. Submittals are not Drawings as so defined.
14. Engineer—The licensed professional engineer or engineering firm registered in the State of
Texas performing professional services for the Developer.
15. Final Acceptance – The written notice given by the City to the Developer and/or Contractor
that the Work specified in the Contract Documents has been completed to the satisfaction of
the City.
00 73 10- 3
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 3 of 35
CITY OF FORT WORTH
STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
16. Final Inspection – Inspection carried out by the City to verify that the Contractor has
completed the Work, and each and every part or appurtenance thereof, fully, entirely, and in
conformance with the Contract Documents.
17. General Requirements—A part of the Contract Documents between the Developer and a
Contractor.
18. Laws and Regulations—Any and all applicable laws, rules, regulations, ordinances, codes,
and orders of any and all governmental bodies, agencies, authorities, and courts having
jurisdiction.
19. Liens—Charges, security interests, or encumbrances upon Project funds, real property, or
personal property.
20. Milestone—A principal event specified in the Contract Documents relating to an
intermediate Contract Time prior to Final Acceptance of the Work.
21. Non-Participating Change Order—A document, which is prepared for and reviewed by the
City, which is signed by Contractor, and Developer, and authorizes an addition, deletion, or
revision in the Work or an adjustment in the Contract Price or the Contract Time, issued on
or after the Effective Date of the Agreement.
22. Participating Change Order—A document, which is prepared for and approved by the City,
which is signed by Contractor, Developer, and City and authorizes an addition, deletion, or
revision in the Work or an adjustment in the Contract Price or the Contract Time, issued on
or after the Effective Date of the Agreement.
23. Plans – See definition of Drawings.
24. Project Schedule—A schedule, prepared and maintained by Contractor, in accordance with
the General Requirements, describing the sequence and duration of the activities comprising
the Contractor’s plan to accomplish the Work within the Contract Time.
25. Project—The Work to be performed under the Contract Documents.
26. Project Representative—The authorized representative of the City who will be assigned to
the Site.
27. Public Meeting – An announced meeting conducted by the Developer to facilitate public
participation and to assist the public in gaining an informed view of the Project.
28. Regular Working Hours – Hours beginning at 7:00 a.m. and ending at 6:00 p.m., Monday
thru Friday (excluding legal holidays).
29. Samples—Physical examples of materials, equipment, or workmanship that are
representative of some portion of the Work and which establish the standards by which such
portion of the Work will be judged.
00 73 10- 4
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 4 of 35
CITY OF FORT WORTH
STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
30. Schedule of Submittals—A schedule, prepared and maintained by Contractor, of required
submittals and the time requirements to support scheduled performance of related
construction activities.
31. Site—Lands or areas indicated in the Contract Documents as being furnished by City or
Developer upon which the Work is to be performed, including rights-of-way, permits, and
easements for access thereto, and such other lands furnished by City or Developer which are
designated for the use of Contractor.
32. Specifications—That part of the Contract Documents consisting of written requirements for
materials, equipment, systems, standards and workmanship as applied to the Work, and
certain administrative requirements and procedural matters applicable thereto.
Specifications may be specifically made a part of the Contract Documents by attachment or,
if not attached, may be incorporated by reference as indicated in the Table of Contents
(Division 00 00 00) of each Project.
33. Standard City Conditions – That part of the Contract Documents setting forth requirements
of the City.
34. Subcontractor—An individual or entity having a direct contract with Contractor or with any
other Subcontractor for the performance of a part of the Work at the Site.
35. Submittals—All drawings, diagrams, illustrations, schedules, and other data or information
which are specifically prepared or assembled by or for Contractor and submitted by
Contractor to illustrate some portion of the Work.
36. Superintendent – The representative of the Contractor who is available at all times and able
to receive instructions from the City and/or Developer and to act for the Contractor.
37. Supplementary Conditions—That part of the Contract Documents which amends or
supplements the General Conditions.
38. Supplier—A manufacturer, fabricator, supplier, distributor, materialman, or vendor having
a direct contract with Contractor or with any Subcontractor to furnish materials or
equipment to be incorporated in the Work by Contractor or Subcontractor.
39. Underground Facilities—All underground pipelines, conduits, ducts, cables, wires,
manholes, vaults, tanks, tunnels, or other such facilities or attachments, and any
encasements containing such facilities, including but not limited to, those that convey
electricity, gases, steam, liquid petroleum products, telephone or other communications,
cable television, water, wastewater, storm water, other liquids or chemicals, or traffic or
other control systems.
40. Weekend Working Hours – Hours beginning at 9:00 a.m. and ending at 5:00 p.m., Saturday,
Sunday or legal holiday, as approved in advance by the City.
00 73 10- 5
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 5 of 35
CITY OF FORT WORTH
STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
41. Work—The entire construction or the various separately identifiable parts thereof required
to be provided under the Contract Documents. Work includes and is the result of performing
or providing all labor, services, and documentation necessary to produce such construction
including any Participating Change Order, Non-Participating Change Order, or Field
Order, and furnishing, installing, and incorporating all materials and equipment into such
construction, all as required by the Contract Documents.
42. Working Day – A working day is defined as a day, not including Saturdays, Sundays, or
legal holidays authorized by the City for contract purposes, in which weather or other
conditions not under the control of the Contractor will permit the performance of the
principal unit of work underway for a continuous period of not less than 7 hours between 7
a.m. and 6 p.m.
1.02 Terminology
A. The words and terms discussed in Paragraph 1.02.B through D are not defined but, when used in
the Bidding Requirements or Contract Documents, have the indicated meaning.
B. Defective:
1. The word “defective,” when modifying the word “Work,” refers to Work that is
unsatisfactory, faulty, or deficient in that it:
a. does not conform to the Contract Documents; or
b. does not meet the requirements of any applicable inspection, reference standard, test, or
approval referred to in the Contract Documents; or
c. has been damaged prior to City’s written acceptance.
C. Furnish, Install, Perform, Provide:
1. The word “Furnish” or the word “Install” or the word “Perform” or the word “Provide” or
the word “Supply,” or any combination or similar directive or usage thereof, shall mean
furnishing and incorporating in the Work including all necessary labor, materials, equipment,
and everything necessary to perform the Work indicated, unless specifically limited in the
context used.
D. Unless stated otherwise in the Contract Documents, words or phrases that have a well-known
technical or construction industry or trade meaning are used in the Contract Documents in
accordance with such recognized meaning.
00 73 10- 6
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 6 of 35
CITY OF FORT WORTH
STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
ARTICLE 2 – PRELIMINARY MATTERS
2.01 Before Starting Construction
Baseline Schedules: Submit to City in accordance with the Contract Documents, and prior to starting
the Work. New schedules will be submitted to City when Participating Change Orders or Non-
Participating Change Orders occur.
2.02 Preconstruction Conference
Before any Work at the Site is started, the Contractor shall attend a Preconstruction Conference as
specified in the Contract Documents.
2.03 Public Meeting
Contractor may not mobilize any equipment, materials or resources to the Site prior to Contractor
attending the Public Meeting as scheduled by the City.
ARTICLE 3 – CONTRACT DOCUMENTS AND AMENDING
3.01 Reference Standards
A. Standards, Specifications, Codes, Laws, and Regulations
1. Reference to standards, specifications, manuals, or codes of any technical society,
organization, or association, or to Laws or Regulations, whether such reference be specific or
by implication, shall mean the standard, specification, manual, code, or Laws or Regulations
in effect at the time of opening of Bids (or on the Effective Date of the Agreement if there
were no Bids), except as may be otherwise specifically stated in the Contract Documents.
2. No provision or instruction shall be effective to assign to City, or any of its officers,
directors, members, partners, employees, agents, consultants, or subcontractors, any duty or
authority to supervise or direct the performance of the Work or any duty or authority to
undertake responsibility inconsistent with the provisions of the Contract Documents.
3.02 Amending and Supplementing Contract Documents
A. The Contract Documents may be amended to provide for additions, deletions, and revisions in
the Work or to modify the terms and conditions thereof by a Participating Change Order or a
Non-Participating Change Order.
B. The requirements of the Contract Documents may be supplemented, and minor variations and
deviations in the Work not involving a change in Contract Price or Contract Time, may be
authorized, by one or more of the following ways:
1. A Field Order;
00 73 10- 7
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 7 of 35
CITY OF FORT WORTH
STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
1. City’s or Engineer’s review of a Submittal (subject to the provisions of Paragraph 5.16.C); or
2. City’s written interpretation or clarification.
ARTICLE 4 – BONDS AND INSURANCE
4.01 Licensed Sureties and Insurers
All bonds and insurance required by the Contract Documents to be purchased and maintained by
Contractor shall be obtained from surety or insurance companies that are duly licensed or authorized
in the State of Texas to issue bonds or insurance policies for the limits and coverage so required.
Such surety and insurance companies shall also meet such additional requirements and qualifications
as may be provided Section 4.04.
4.02 Performance, Payment, and Maintenance Bonds
A. Contractor shall furnish performance and payment bonds in the name of Developer and City, in
accordance with Texas Government Code Chapter 2253 or successor statute, each in an amount
equal to the Contract Price as security for the faithful performance and payment of all of
Contractor’s obligations under the Contract Documents.
B. Contractor shall furnish maintenance bonds in the name of Developer and City in an amount
equal to the Contract Price as security to protect the City against any defects in any portion of the
Work described in the Contract Documents. Maintenance bonds shall remain in effect for two
(2) years after the date of Final Acceptance by the City.
C. All bonds shall be in the form prescribed by the Contract Documents except as provided
otherwise by Laws or Regulations, and shall be executed by such sureties as are named in the list
of “Companies Holding Certificates of Authority as Acceptable Sureties on Federal Bonds and
as Acceptable Reinsuring Companies” as published in Circular 570 (amended) by the Financial
Management Service, Surety Bond Branch, U.S. Department of the Treasury. All bonds signed
by an agent or attorney-in-fact must be accompanied by a sealed and dated power of attorney
which shall show that it is effective on the date the agent or attorney-in-fact signed each bond.
D. If the surety on any bond furnished by Contractor is declared bankrupt or becomes insolvent or
its right to do business is terminated in the State of Texas or it ceases to meet the requirements of
Paragraph 4.02.C, Contractor shall promptly notify City and shall, within 30 days after the event
giving rise to such notification, provide another bond and surety, both of which shall comply
with the requirements of Paragraphs 4.01 and 4.02.C.
4.03 Certificates of Insurance
Contractor shall deliver to Developer and City, with copies to each additional insured and loss payee
identified in these Standard City Conditions certificates of insurance (and other evidence of
insurance requested by City or any other additional insured) which Contractor is required to
purchase and maintain.
00 73 10- 8
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 8 of 35
CITY OF FORT WORTH
STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
1. The certificate of insurance shall document the City, an as “Additional Insured” on all
liability policies.
2. The Contractor’s general liability insurance shall include a, “per project” or “per location”,
endorsement, which shall be identified in the certificate of insurance provided to the City.
3. The certificate shall be signed by an agent authorized to bind coverage on behalf of the
insured, be complete in its entirety, and show complete insurance carrier names as listed in
the current A.M. Best Property & Casualty Guide
4. The insurers for all policies must be licensed and/or approved to do business in the State of
Texas. Except for workers’ compensation, all insurers must have a minimum rating of A-:
VII in the current A. M. Best Key Rating Guide or have reasonably equivalent financial
strength and solvency to the satisfaction of Risk Management. If the rating is below that
required, written approval of City is required.
5. All applicable policies shall include a Waiver of Subrogation (Rights of Recovery) in favor
of the City. In addition, the Contractor agrees to waive all rights of subrogation against the
Engineer (if applicable), and each additional insured identified in these Standard City
Conditions. Failure of the City to demand such certificates or other evidence of full
compliance with the insurance requirements or failure of the City to identify a deficiency
from evidence that is provided shall not be construed as a waiver of Contractor’s obligation
to maintain such lines of insurance coverage.
6. If insurance policies are not written for specified coverage limits, an Umbrella or Excess
Liability insurance for any differences is required. Excess Liability shall follow form of the
primary coverage.
7. Unless otherwise stated, all required insurance shall be written on the “occurrence basis”. If
coverage is underwritten on a claims-made basis, the retroactive date shall be coincident with
or prior to the date of the effective date of the agreement and the certificate of insurance shall
state that the coverage is claims-made and the retroactive date. The insurance coverage shall
be maintained for the duration of the Contract and for three (3) years following Final
Acceptance provided under the Contract Documents or for the warranty period, whichever is
longer. An annual certificate of insurance submitted to the City shall evidence such
insurance coverage.
8. Policies shall have no exclusions by endorsements, which, neither nullify or amend, the
required lines of coverage, nor decrease the limits of said coverage unless such endorsements
are approved in writing by the City. In the event a Contract has been bid or executed and the
exclusions are determined to be unacceptable or the City desires additional insurance
coverage, and the City desires the contractor/engineer to obtain such coverage, the contract
price shall be adjusted by the cost of the premium for such additional coverage plus 10%.
9. Any self-insured retention (SIR), in excess of $25,000.00, affecting required insurance
coverage shall be approved by the City in regards to asset value and stockholders' equity. In
00 73 10- 9
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 9 of 35
CITY OF FORT WORTH
STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
lieu of traditional insurance, alternative coverage maintained through insurance pools or risk
retention groups, must also be approved by City.
10. Any deductible in excess of $5,000.00, for any policy that does not provide coverage on a
first-dollar basis, must be acceptable to and approved by the City.
11. City, at its sole discretion, reserves the right to review the insurance requirements and to
make reasonable adjustments to insurance coverage’s and their limits when deemed
necessary and prudent by the City based upon changes in statutory law, court decision or the
claims history of the industry as well as of the contracting party to the City. The City shall
be required to provide prior notice of 90 days, and the insurance adjustments shall be
incorporated into the Work by Change Order.
12. City shall be entitled, upon written request and without expense, to receive copies of policies
and endorsements thereto and may make any reasonable requests for deletion or revision or
modifications of particular policy terms, conditions, limitations, or exclusions necessary to
conform the policy and endorsements to the requirements of the Contract. Deletions,
revisions, or modifications shall not be required where policy provisions are established by
law or regulations binding upon either party or the underwriter on any such policies.
13. City shall not be responsible for the direct payment of insurance premium costs for
Contractor’s insurance.
4.04 Contractor’s Insurance
A. Workers Compensation and Employers’ Liability. Contractor shall purchase and maintain such
insurance coverage with limits consistent with statutory benefits outlined in the Texas Workers’
Compensation Act (Texas Labor Code, Ch. 406, as amended), and minimum limits for
Employers’ Liability as is appropriate for the Work being performed and as will provide
protection from claims set forth below which may arise out of or result from Contractor’s
performance of the Work and Contractor’s other obligations under the Contract Documents,
whether it is to be performed by Contractor, any Subcontractor or Supplier, or by anyone directly
or indirectly employed by any of them to perform any of the Work, or by anyone for whose acts
any of them may be liable:
1. claims under workers’ compensation, disability benefits, and other similar employee benefit
acts;
2. claims for damages because of bodily injury, occupational sickness or disease, or death of
Contractor’s employees.
3. The limits of liability for the insurance shall provide the following coverages for not less
than the following amounts or greater where required by Laws and Regulations
a. Statutory limits
b. Employer's liability
00 73 10- 10
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 10 of 35
CITY OF FORT WORTH
STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
1) $100,000 each accident/occurrence
2) $100,000 Disease - each employee
3) $500,000 Disease - policy limit
B. Commercial General Liability. Coverage shall include but not be limited to covering liability
(bodily injury or property damage) arising from: premises/operations, independent contractors,
products/completed operations, personal injury, and liability under an insured contract. Insurance
shall be provided on an occurrence basis, and as comprehensive as the current Insurance
Services Office (ISO) policy. This insurance shall apply as primary insurance with respect to
any other insurance or self-insurance programs afforded to the City. The Commercial General
Liability policy, shall have no exclusions by endorsements that would alter of nullify
premises/operations, products/completed operations, contractual, personal injury, or advertising
injury, which are normally contained with the policy, unless the City approves such exclusions
in writing.
1. For construction projects that present a substantial completed operation exposure, the City
may require the contractor to maintain completed operations coverage for a minimum of no
less than three (3) years following the completion of the project
2. Contractor's Liability Insurance under this Section which shall be on a per project basis
covering the Contractor with minimum limits of:
a. $1,000,000 each occurrence
b. $2,000,000 aggregate limit
3. The policy must have an endorsement (Amendment – Aggregate Limits of Insurance)
making the General Aggregate Limits apply separately to each job site.
4. The Commercial General Liability Insurance policies shall provide “X”, “C”, and “U”
coverage’s. Verification of such coverage must be shown in the Remarks Article of the
Certificate of Insurance.
C. Automobile Liability. A commercial business auto policy shall provide coverage on “any auto”,
defined as autos owned, hired and non-owned and provide indemnity for claims for damages
because bodily injury or death of any person and or property damage arising out of the work,
maintenance or use of any motor vehicle by the Contractor, any Subcontractor or Supplier, or by
anyone directly or indirectly employed by any of them to perform any of the Work, or by anyone
for whose acts any of them may be liable.
1. Automobile Liability, Contractor’s Liability Insurance under this Section, which shall be in
an amount not less than the following amounts:
a. Automobile Liability - a commercial business policy shall provide coverage on "Any
Auto", defined as autos owned, hired and non-owned.
00 73 10- 11
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 11 of 35
CITY OF FORT WORTH
STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
1) $1,000,000 each accident on a combined single limit basis. Split limits are
acceptable if limits are at least:
2) $250,000 Bodily Injury per person
3) $500,000 Bodily Injury per accident /
4) $100,000 Property Damage
D. Railroad Protective Liability. If any of the work or any warranty work is within the limits of
railroad right-of-way, the Contractor shall comply with the following requirements:
1. The Contractor’s construction activities will require its employees, agents, subcontractors,
equipment, and material deliveries to cross railroad properties and tracks owned and
operated by: ____________________________________________________________
Write the name of the railroad company. (If none, then write none)
2. The Contractor shall conduct its operations on railroad properties in such a manner as not to
interfere with, hinder, or obstruct the railroad company in any manner whatsoever in the use
or operation of its/their trains or other property. Such operations on railroad properties may
require that Contractor to execute a “Right of Entry Agreement” with the particular railroad
company or companies involved, and to this end the Contractor should satisfy itself as to the
requirements of each railroad company and be prepared to execute the right-of-entry (if any)
required by a railroad company. The requirements specified herein likewise relate to the
Contractor’s use of private and/or construction access roads crossing said railroad company’s
properties.
3. The Contractual Liability coverage required by Paragraph 5.04D of the General Conditions
shall provide coverage for not less than the following amounts, issued by companies
satisfactory to the City and to the Railroad Company for a term that continues for so long as
the Contractor’s operations and work cross, occupy, or touch railroad property:
a. General Aggregate: _____________________________________
Enter limits provided by Railroad Company (If none, write none)
b. Each Occurrence: : _____________________________________
Enter limits provided by Railroad Company (If none, write none)
4. With respect to the above outlined insurance requirements, the following shall govern:
a. Where a single railroad company is involved, the Contractor shall provide one insurance
policy in the name of the railroad company. However, if more than one grade separation
or at-grade crossing is affected by the Project at entirely separate locations on the line or
lines of the same railroad company, separate coverage may be required, each in the
amount stated above.
b. Where more than one railroad company is operating on the same right-of-way or where
several railroad companies are involved and operated on their own separate rights-of-
00 73 10- 12
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 12 of 35
CITY OF FORT WORTH
STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
way, the Contractor may be required to provide separate insurance policies in the name
of each railroad company.
c. If, in addition to a grade separation or an at-grade crossing, other work or activity is
proposed on a railroad company’s right-of-way at a location entirely separate from the
grade separation or at-grade crossing, insurance coverage for this work must be included
in the policy covering the grade separation.
d. If no grade separation is involved but other work is proposed on a railroad company’s
right-of-way, all such other work may be covered in a single policy for that railroad, even
though the work may be at two or more separate locations.
5. No work or activities on a railroad company’s property to be performed by the Contractor
shall be commenced until the Contractor has furnished the City with an original policy or
policies of the insurance for each railroad company named, as required above. All such
insurance must be approved by the City and each affected Railroad Company prior to the
Contractor’s beginning work.
6. The insurance specified above must be carried until all Work to be performed on the railroad
right-of-way has been completed and the grade crossing, if any, is no longer used by the
Contractor. In addition, insurance must be carried during all maintenance and/or repair work
performed in the railroad right-of-way. Such insurance must name the railroad company as
the insured, together with any tenant or lessee of the railroad company operating over tracks
involved in the Project.
E. Notification of Policy Cancellation: Contractor shall immediately notify City upon cancellation
or other loss of insurance coverage. Contractor shall stop work until replacement insurance has
been procured. There shall be no time credit for days not worked pursuant to this section.
4.05 Acceptance of Bonds and Insurance; Option to Replace
If City has any objection to the coverage afforded by or other provisions of the bonds or insurance
required to be purchased and maintained by the Contractor in accordance with Article 5 on the basis
of non-conformance with the Contract Documents, the Developer and City shall so notify the
Contractor in writing within 10 Business Days after receipt of the certificates (or other evidence
requested). Contractor shall provide to the City such additional information in respect of insurance
provided as the Developer or City may reasonably request. If Contractor does not purchase or
maintain all of the bonds and insurance required by the Contract Documents, the Developer or City
shall notify the Contractor in writing of such failure prior to the start of the Work, or of such failure
to maintain prior to any change in the required coverage.
ARTICLE 5 – CONTRACTOR’S RESPONSIBILITIES
5.01 Supervision and Superintendent
A. Contractor shall supervise, inspect, and direct the Work competently and efficiently, devoting
such attention thereto and applying such skills and expertise as may be necessary to perform the
00 73 10- 13
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 13 of 35
CITY OF FORT WORTH
STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
Work in accordance with the Contract Documents. Contractor shall be solely responsible for the
means, methods, techniques, sequences, and procedures of construction.
B. At all times during the progress of the Work, Contractor shall assign a competent, English-
speaking, Superintendent who shall not be replaced without written notice to City. The
Superintendent will be Contractor’s representative at the Site and shall have authority to act on
behalf of Contractor. All communication given to or received from the Superintendent shall be
binding on Contractor.
C. Contractor shall notify the City 24 hours prior to moving areas during the sequence of
construction.
5.02 Labor; Working Hours
A. Contractor shall provide competent, suitably qualified personnel to perform construction as
required by the Contract Documents. Contractor shall at all times maintain good discipline and
order at the Site.
B. Except as otherwise required for the safety or protection of persons or the Work or property at
the Site or adjacent thereto, and except as otherwise stated in the Contract Documents, all Work
at the Site shall be performed during Regular Working Hours. Contractor will not permit the
performance of Work beyond Regular Working Hours or for Weekend Working Hours without
City’s written consent (which will not be unreasonably withheld). Written request (by letter or
electronic communication) to perform Work:
1. for beyond Regular Working Hours request must be made by noon at least two (2) Business
Days prior
2. for Weekend Working Hours request must be made by noon of the preceding Thursday
3. for legal holidays request must be made by noon two Business Days prior to the legal
holiday.
5.03 Services, Materials, and Equipment
A. Unless otherwise specified in the Contract Documents, Contractor shall provide and assume full
responsibility for all services, materials, equipment, labor, transportation, construction
equipment and machinery, tools, appliances, fuel, power, light, heat, telephone, water, sanitary
facilities, temporary facilities, and all other facilities and incidentals necessary for the
performance, Contractor required testing, start-up, and completion of the Work.
B. All materials and equipment incorporated into the Work shall be as specified or, if not specified,
shall be of good quality and new, except as otherwise provided in the Contract Documents. All
special warranties and guarantees required by the Specifications shall expressly run to the benefit
of City. If required by City, Contractor shall furnish satisfactory evidence (including reports of
required tests) as to the source, kind, and quality of materials and equipment.
00 73 10- 14
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 14 of 35
CITY OF FORT WORTH
STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
C. All materials and equipment to be incorporated into the Work shall be stored, applied, installed,
connected, erected, protected, used, cleaned, and conditioned in accordance with instructions of
the applicable Supplier, except as otherwise may be provided in the Contract Documents.
5.04 Project Schedule
A. Contractor shall adhere to the Project Schedule established in accordance with Paragraph 2.01
and the General Requirements as it may be adjusted from time to time as provided below.
1. Contractor shall submit to City for acceptance (to the extent indicated in Paragraph 2.01 and
the General Requirements) proposed adjustments in the Project Schedule.
2. Proposed adjustments in the Project Schedule that will change the Contract Time shall be
submitted in accordance with the requirements of Article 9. Adjustments in Contract Time
for projects with City participation shall be made by participating change orders.
5.05 Substitutes and “Or-Equals”
A. Whenever an item of material or equipment is specified or described in the Contract Documents
by using the name of a proprietary item or the name of a particular Supplier, the specification or
description is intended to establish the type, function, appearance, and quality required. Unless
the specification or description contains or is followed by words reading that no like, equivalent,
or “or-equal” item or no substitution is permitted, other items of material or equipment of other
Suppliers may be submitted to City for review under the circumstances described below.
1. “Or-Equal” Items: If in City’s sole discretion an item of material or equipment proposed by
Contractor is functionally equal to that named and sufficiently similar so that no change in
related Work will be required, it may be considered by City as an “or-equal” item, in which
case review and approval of the proposed item may, in City’s sole discretion, be
accomplished without compliance with some or all of the requirements for approval of
proposed substitute items. For the purposes of this Paragraph 5.05.A.1, a proposed item of
material or equipment will be considered functionally equal to an item so named if:
a. City determines that:
1) it is at least equal in materials of construction, quality, durability, appearance,
strength, and design characteristics;
2) it will reliably perform at least equally well the function and achieve the results
imposed by the design concept of the completed Project as a functioning whole; and
3) it has a proven record of performance and availability of responsive service; and
b. Contractor certifies that, if approved and incorporated into the Work:
1) there will be no increase in cost to the City or increase in Contract Time; and
00 73 10- 15
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 15 of 35
CITY OF FORT WORTH
STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
2) it will conform substantially to the detailed requirements of the item named in the
Contract Documents.
2. Substitute Items:
a. If in City’s sole discretion an item of material or equipment proposed by Contractor does
not qualify as an “or-equal” item under Paragraph 5.05.A.1, it may be submitted as a
proposed substitute item.
b. Contractor shall submit sufficient information as provided below to allow City to
determine if the item of material or equipment proposed is essentially equivalent to that
named and an acceptable substitute therefor. Requests for review of proposed substitute
items of material or equipment will not be accepted by City from anyone other than
Contractor.
c. Contractor shall make written application to City for review of a proposed substitute item
of material or equipment that Contractor seeks to furnish or use. The application shall
comply with Section 01 25 00 and:
1) shall certify that the proposed substitute item will:
i. perform adequately the functions and achieve the results called for by the general
design;
ii. be similar in substance to that specified;
iii. be suited to the same use as that specified; and
2) will state:
i. the extent, if any, to which the use of the proposed substitute item will prejudice
Contractor’s achievement of final completion on time;
ii. whether use of the proposed substitute item in the Work will require a change in
any of the Contract Documents (or in the provisions of any other direct contract
with City for other work on the Project) to adapt the design to the proposed
substitute item;
iii. whether incorporation or use of the proposed substitute item in connection with
the Work is subject to payment of any license fee or royalty; and
3) will identify:
i. all variations of the proposed substitute item from that specified;
ii. available engineering, sales, maintenance, repair, and replacement services; and
00 73 10- 16
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 16 of 35
CITY OF FORT WORTH
STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
4) shall contain an itemized estimate of all costs or credits that will result directly or
indirectly from use of such substitute item, including costs of redesign and Damage
Claims of other contractors affected by any resulting change.
B. Substitute Construction Methods or Procedures: If a specific means, method, technique,
sequence, or procedure of construction is expressly required by the Contract Documents,
Contractor may furnish or utilize a substitute means, method, technique, sequence, or procedure
of construction approved by City. Contractor shall submit sufficient information to allow City, in
City’s sole discretion, to determine that the substitute proposed is equivalent to that expressly
called for by the Contract Documents. Contractor shall make written application to City for
review in the same manner as those provided in Paragraph 5.05.A.2.
C. City’s Evaluation: City will be allowed a reasonable time within which to evaluate each
proposal or submittal made pursuant to Paragraphs 5.05.A and 5.05.B. City may require
Contractor to furnish additional data about the proposed substitute. City will be the sole judge of
acceptability. No “or-equal” or substitute will be ordered, installed or utilized until City’s review
is complete, which will be evidenced by a Change Order in the case of a substitute and an
accepted Submittal for an “or-equal.” City will advise Contractor in writing of its determination.
D. Special Guarantee: City may require Contractor to furnish at Contractor’s expense a special
performance guarantee, warranty, or other surety with respect to any substitute. Contractor shall
indemnify and hold harmless City and anyone directly or indirectly employed by them from and
against any and all claims, damages, losses and expenses (including attorneys fees) arising out
of the use of substituted materials or equipment.
E. City’s Cost Reimbursement: City will record City’s costs in evaluating a substitute proposed or
submitted by Contractor pursuant to Paragraphs 5.05.A.2 and 5.05.B. Whether or not City
approves a substitute so proposed or submitted by Contractor, Contractor may be required to
reimburse City for evaluating each such proposed substitute. Contractor may also be required to
reimburse City for the charges for making changes in the Contract Documents.
F. Contractor’s Expense: Contractor shall provide all data in support of any proposed substitute or
“or-equal” at Contractor’s expense.
G. Substitute Reimbursement: Costs (savings or charges) attributable to acceptance of a substitute
shall be incorporated to the Contract by Participating Change Order.
5.06 Pre-Qualification of Bidders (Prime Contractors and Subcontractors)
A. The Contractor and any subcontractors are required to be prequalified for the work types
requiring pre-qualification
5.07 Concerning Subcontractors, Suppliers, and Others
A. Minority and Women Owned Business Enterprise Compliance:
00 73 10- 17
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 17 of 35
CITY OF FORT WORTH
STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
Required for this Contract.
(Check this box if there is any City Participation)
Not Required for this Contract.
It is City policy to ensure the full and equitable participation by Minority and Women Business
Enterprises (MWBE) in the procurement of goods and services on a contractual basis. If the
Contract Documents provide for a MWBE goal, Contractor is required to comply with the intent
of the City’s MWBE Ordinance (as amended) by the following:
1. Contractor shall, upon request by City, provide complete and accurate information regarding
actual work performed by a MWBE on the Contract and payment therefor.
2. Contractor will not make additions, deletions, or substitutions of accepted MWBE without
written consent of the City. Any unjustified change or deletion shall be a material breach of
Contract and may result in debarment in accordance with the procedures outlined in the
Ordinance.
3. Contractor shall, upon request by City, allow an audit and/or examination of any books,
records, or files in the possession of the Contractor that will substantiate the actual work
performed by an MWBE. Material misrepresentation of any nature will be grounds for
termination of the Contract. Any such misrepresentation may be grounds for disqualification
of Contractor to bid on future contracts with the City for a period of not less than three years.
B. Contractor shall be fully responsible to City for all acts and omissions of the Subcontractors,
Suppliers, and other individuals or entities performing or furnishing any of the Work just as
Contractor is responsible for Contractor’s own acts and omissions. Nothing in the Contract
Documents:
1. shall create for the benefit of any such Subcontractor, Supplier, or other individual or entity
any contractual relationship between City and any such Subcontractor, Supplier or other
individual or entity; nor
2. shall create any obligation on the part of City to pay or to see to the payment of any moneys
due any such Subcontractor, Supplier, or other individual or entity except as may otherwise
be required by Laws and Regulations.
C. Contractor shall be solely responsible for scheduling and coordinating the Work of
Subcontractors, Suppliers, and other individuals or entities performing or furnishing any of the
Work under a direct or indirect contract with Contractor.
D. All Subcontractors, Suppliers, and such other individuals or entities performing or furnishing
any of the Work shall communicate with City through Contractor.
E. All Work performed for Contractor by a Subcontractor or Supplier will be pursuant to an
appropriate agreement between Contractor and the Subcontractor or Supplier which specifically
binds the Subcontractor or Supplier to the applicable terms and conditions of these Contract
00 73 10- 18
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 18 of 35
CITY OF FORT WORTH
STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
Documents, Contractor shall provide City contract numbers and reference numbers to the
Subcontractors and/or Suppliers.
5.08 Wage Rates
Required for this Contract.
Not Required for this Contract.
A. Duty to pay Prevailing Wage Rates. The Contractor shall comply with all requirements of
Chapter 2258, Texas Government Code (as amended), including the payment of not less than the
rates determined by the City Council of the City of Fort Worth to be the prevailing wage rates in
accordance with Chapter 2258. Such prevailing wage rates are included in these Contract
Documents.
B. Penalty for Violation. A Contractor or any Subcontractor who does not pay the prevailing wage
shall, upon demand made by the City, pay to the City $60 for each worker employed for each
calendar day or part of the day that the worker is paid less than the prevailing wage rates
stipulated in these contract documents. This penalty shall be retained by the City to offset its
administrative costs, pursuant to Texas Government Code 2258.023.
C. Complaints of Violations and City Determination of Good Cause. On receipt of information,
including a complaint by a worker, concerning an alleged violation of 2258.023, Texas
Government Code, by a Contractor or Subcontractor, the City shall make an initial
determination, before the 31st day after the date the City receives the information, as to whether
good cause exists to believe that the violation occurred. The City shall notify in writing the
Contractor or Subcontractor and any affected worker of its initial determination. Upon the
City’s determination that there is good cause to believe the Contractor or Subcontractor has
violated Chapter 2258, the City shall retain the full amounts claimed by the claimant or
claimants as the difference between wages paid and wages due under the prevailing wage rates,
such amounts being subtracted from successive progress payments pending a final determination
of the violation.
D. Arbitration Required if Violation Not Resolved. An issue relating to an alleged violation of
Section 2258.023, Texas Government Code, including a penalty owed to the City or an affected
worker, shall be submitted to binding arbitration in accordance with the Texas General
Arbitration Act (Article 224 et seq., Revised Statutes) if the Contractor or Subcontractor and any
affected worker does not resolve the issue by agreement before the 15th day after the date the
City makes its initial determination pursuant to Paragraph C above. If the persons required to
arbitrate under this section do not agree on an arbitrator before the 11th day after the date that
arbitration is required, a district court shall appoint an arbitrator on the petition of any of the
persons. The City is not a party in the arbitration. The decision and award of the arbitrator is
final and binding on all parties and may be enforced in any court of competent jurisdiction.
E. Records to be Maintained. The Contractor and each Subcontractor shall, for a period of three (3)
years following the date of acceptance of the work, maintain records that show (i) the name and
00 73 10- 19
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 19 of 35
CITY OF FORT WORTH
STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
occupation of each worker employed by the Contractor in the construction of the Work provided
for in this Contract; and (ii) the actual per diem wages paid to each worker. The records shall be
open at all reasonable hours for inspection by the City. The provisions of Paragraph 6.23, Right
to Audit, shall pertain to this inspection.
F. Progress Payments. With each progress payment or payroll period, whichever is less, the
Contractor shall submit an affidavit stating that the Contractor has complied with the
requirements of Chapter 2258, Texas Government Code.
G. Posting of Wage Rates. The Contractor shall post prevailing wage rates in a conspicuous place at
all times.
H. Subcontractor Compliance. The Contractor shall include in its subcontracts and/or shall
otherwise require all of its Subcontractors to comply with Paragraphs A through G above.
5.09 Patent Fees and Royalties
A. To the fullest extent permitted by Laws and Regulations, Contractor shall indemnify and hold
harmless City, from and against all claims, costs, losses, and damages (including but not limited
to all fees and charges of engineers, architects, attorneys, and other professionals and all court
or arbitration or other dispute resolution costs) arising out of or relating to any infringement of
patent rights or copyrights incident to the use in the performance of the Work or resulting from
the incorporation in the Work of any invention, design, process, product, or device not specified
in the Contract Documents.
5.10 Laws and Regulations
A. Contractor shall give all notices required by and shall comply with all Laws and Regulations
applicable to the performance of the Work. Except where otherwise expressly required by
applicable Laws and Regulations, the City shall not be responsible for monitoring Contractor’s
compliance with any Laws or Regulations.
B. If Contractor performs any Work knowing or having reason to know that it is contrary to Laws
or Regulations, Contractor shall bear all claims, costs, losses, and damages (including but not
limited to all fees and charges of engineers, architects, attorneys, and other professionals and all
court or arbitration or other dispute resolution costs) arising out of or relating to such Work.
However, it shall not be Contractor’s responsibility to make certain that the Specifications and
Drawings are in accordance with Laws and Regulations, but this shall not relieve Contractor of
Contractor’s obligations under Paragraph 3.01.
5.11 Use of Site and Other Areas
A. Limitation on Use of Site and Other Areas:
1. Contractor shall confine construction equipment, the storage of materials and equipment, and
the operations of workers to the Site and other areas permitted by Laws and Regulations, and
shall not unreasonably encumber the Site and other areas with construction equipment or
00 73 10- 20
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 20 of 35
CITY OF FORT WORTH
STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
other materials or equipment. Contractor shall assume full responsibility for any damage to
any such land or area, or to the owner or occupant thereof, or of any adjacent land or areas
resulting from the performance of the Work.
2. At any time when, in the judgment of the City, the Contractor has obstructed or closed or is
carrying on operations in a portion of a street, right-of-way, or easement greater than is
necessary for proper execution of the Work, the City may require the Contractor to finish the
section on which operations are in progress before work is commenced on any additional
area of the Site.
3. Should any Damage Claim be made by any such owner or occupant because of the
performance of the Work, Contractor shall promptly attempt to resolve the Damage Claim.
4. Pursuant to Paragraph 5.18, Contractor shall indemnify and hold harmless City, from and
against all claims, costs, losses, and damages arising out of or relating to any claim or
action, legal or equitable, brought by any such owner or occupant against City.
B. Removal of Debris During Performance of the Work: During the progress of the Work
Contractor shall keep the Site and other areas free from accumulations of waste materials,
rubbish, and other debris. Removal and disposal of such waste materials, rubbish, and other
debris shall conform to applicable Laws and Regulations.
C. Site Maintenance Cleaning: 24 hours after written notice is given to the Contractor that the
clean-up on the job site is proceeding in a manner unsatisfactory to the City or Developer, if the
Contractor fails to correct the unsatisfactory procedure, the City may take such direct action as
the City deems appropriate to correct the clean-up deficiencies cited to the Contractor in the
written notice (by letter or electronic communication), and shall be entitled to recover its cost in
doing so. The City may withhold Final Acceptance until clean-up is complete and cost are
recovered.
D. Final Site Cleaning: Prior to Final Acceptance of the Work Contractor shall clean the Site and
the Work and make it ready for utilization by City or adjacent property owner. At the completion
of the Work Contractor shall remove from the Site all tools, appliances, construction equipment
and machinery, and surplus materials and shall restore to original condition or better all property
disturbed by the Work.
E. Loading Structures: Contractor shall not load nor permit any part of any structure to be loaded
in any manner that will endanger the structure, nor shall Contractor subject any part of the Work
or adjacent property to stresses or pressures that will endanger it.
5.12 Record Documents
A. Contractor shall maintain in a safe place at the Site or in a place designated by the Contractor
and approved by the City, one (1) record copy of all Drawings, Specifications, Addenda, Change
Orders, Field Orders, and written interpretations and clarifications in good order and annotated
to show changes made during construction. These record documents together with all approved
00 73 10- 21
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 21 of 35
CITY OF FORT WORTH
STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
Samples and a counterpart of all accepted Submittals will be available to City for reference.
Upon completion of the Work, these record documents, any operation and maintenance manuals,
and Submittals will be delivered to City prior to Final Inspection. Contractor shall include
accurate locations for buried and imbedded items.
5.13 Safety and Protection
A. Contractor shall be solely responsible for initiating, maintaining and supervising all safety
precautions and programs in connection with the Work. Such responsibility does not relieve
Subcontractors of their responsibility for the safety of persons or property in the performance of
their work, nor for compliance with applicable safety Laws and Regulations. Contractor shall
take all necessary precautions for the safety of, and shall provide the necessary protection to
prevent damage, injury or loss to:
1. all persons on the Site or who may be affected by the Work;
2. all the Work and materials and equipment to be incorporated therein, whether in storage on
or off the Site; and
3. other property at the Site or adjacent thereto, including trees, shrubs, lawns, walks,
pavements, roadways, structures, utilities, and Underground Facilities not designated for
removal, relocation, or replacement in the course of construction.
B. Contractor shall comply with all applicable Laws and Regulations relating to the safety of
persons or property, or to the protection of persons or property from damage, injury, or loss; and
shall erect and maintain all necessary safeguards for such safety and protection. Contractor shall
notify owners of adjacent property and of Underground Facilities and other utility owners when
prosecution of the Work may affect them, and shall cooperate with them in the protection,
removal, relocation, and replacement of their property.
C. Contractor shall comply with the applicable requirements of City’s safety programs, if any.
D. Contractor shall inform City of the specific requirements of Contractor’s safety program, if any,
with which City’s employees and representatives must comply while at the Site.
E. All damage, injury, or loss to any property referred to in Paragraph 5.13.A.2 or 5.13.A.3 caused,
directly or indirectly, in whole or in part, by Contractor, any Subcontractor, Supplier, or any
other individual or entity directly or indirectly employed by any of them to perform any of the
Work, or anyone for whose acts any of them may be liable, shall be remedied by Contractor.
F. Contractor’s duties and responsibilities for safety and for protection of the Work shall continue
until such time as all the Work is completed and City has accepted the Work.
5.14 Safety Representative
Contractor shall inform City in writing of Contractor’s designated safety representative at the Site.
00 73 10- 22
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 22 of 35
CITY OF FORT WORTH
STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
5.15 Hazard Communication Programs
Contractor shall be responsible for coordinating any exchange of material safety data sheets or other
hazard communication information required to be made available to or exchanged between or
among employers in accordance with Laws or Regulations.
5.16 Submittals
A. Contractor shall submit required Submittals to City for review and acceptance. Each submittal
will be identified as required by City.
1. Submit number of copies specified in the General Requirements.
2. Data shown on the Submittals will be complete with respect to quantities, dimensions,
specified performance and design criteria, materials, and similar data to show City the
services, materials, and equipment Contractor proposes to provide and to enable City to
review the information for the limited purposes required by Paragraph 5.16.C.
3. Submittals submitted as herein provided by Contractor and reviewed by City for
conformance with the design concept shall be executed in conformity with the Contract
Documents unless otherwise required by City.
4. When Submittals are submitted for the purpose of showing the installation in greater detail,
their review shall not excuse Contractor from requirements shown on the Drawings and
Specifications.
5. For-Information-Only submittals upon which the City is not expected to conduct review or
take responsive action may be so identified in the Contract Documents.
6. Submit required number of Samples specified in the Specifications.
7. Clearly identify each Sample as to material, Supplier, pertinent data such as catalog numbers,
the use for which intended and other data as City may require to enable City to review the
submittal for the limited purposes required by Paragraph 5.16.C.
B. Where a Submittal is required by the Contract Documents or the Schedule of Submittals, any
related Work performed prior to City’s review and acceptance of the pertinent submittal will be
at the sole expense and responsibility of Contractor.
C. City’s Review:
1. City will provide timely review of required Submittals in accordance with the Schedule of
Submittals acceptable to City. City’s review and acceptance will be only to determine if the
items covered by the submittals will, after installation or incorporation in the Work, conform
to the information given in the Contract Documents and be compatible with the design
concept of the completed Project as a functioning whole as indicated by the Contract
Documents.
00 73 10- 23
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 23 of 35
CITY OF FORT WORTH
STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
2. City’s review and acceptance will not extend to means, methods, techniques, sequences, or
procedures of construction (except where a particular means, method, technique, sequence,
or procedure of construction is specifically and expressly called for by the Contract
Documents) or to safety precautions or programs incident thereto. The review and
acceptance of a separate item as such will not indicate approval of the assembly in which the
item functions.
3. City’s review and acceptance shall not relieve Contractor from responsibility for any
variation from the requirements of the Contract Documents unless Contractor has complied
with the requirements of Section 01 33 00 and City has given written acceptance of each
such variation by specific written notation thereof incorporated in or accompanying the
Submittal. City’s review and acceptance shall not relieve Contractor from responsibility for
complying with the requirements of the Contract Documents.
5.17 Contractor’s General Warranty and Guarantee
A. Contractor warrants and guarantees to City that all Work will be in accordance with the Contract
Documents and will not be defective. City and its officers, directors, members, partners,
employees, agents, consultants, and subcontractors shall be entitled to rely on representation of
Contractor’s warranty and guarantee.
B. Contractor’s warranty and guarantee hereunder excludes defects or damage caused by:
1. abuse, modification, or improper maintenance or operation by persons other than Contractor,
Subcontractors, Suppliers, or any other individual or entity for whom Contractor is
responsible; or
2. normal wear and tear under normal usage.
C. Contractor’s obligation to perform and complete the Work in accordance with the Contract
Documents shall be absolute. None of the following will constitute an acceptance of Work that is
not in accordance with the Contract Documents or a release of Contractor’s obligation to
perform the Work in accordance with the Contract Documents:
1. observations by City;
2. recommendation or payment by City or Developer of any progress or final payment;
3. the issuance of a certificate of Final Acceptance by City or any payment related thereto by
City;
4. use or occupancy of the Work or any part thereof by City;
5. any review and acceptance of a Submittal by City;
6. any inspection, test, or approval by others; or
00 73 10- 24
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 24 of 35
CITY OF FORT WORTH
STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
7. any correction of defective Work by City.
D. The Contractor shall remedy any defects or damages in the Work and pay for any damage to
other work or property resulting therefrom which shall appear within a period of two (2) years
from the date of Final Acceptance of the Work unless a longer period is specified and shall
furnish a good and sufficient maintenance bond, complying with the requirements of Article
4.02.B. The City will give notice of observed defects with reasonable promptness.
5.18 Indemnification
A. Contractor covenants and agrees to indemnify, hold harmless and defend, at its own expense, the
City, its officers, servants and employees, from and against any and all claims arising out of, or
alleged to arise out of, the work and services to be performed by the Contractor, its officers,
agents, employees, subcontractors, licenses or invitees under this Contract. THIS
INDEMNIFICATION PROVISION IS SPECIFICALLY INTENDED TO OPERATE
AND BE EFFECTIVE EVEN IF IT IS ALLEGED OR PROVEN THAT ALL OR SOME
OF THE DAMAGES BEING SOUGHT WERE CAUSED, IN WHOLE OR IN PART, BY
ANY ACT, OMISSION OR NEGLIGENCE OF THE CITY. This indemnity provision is
intended to include, without limitation, indemnity for costs, expenses and legal fees incurred by
the City in defending against such claims and causes of actions.
B. Contractor covenants and agrees to indemnify and hold harmless, at its own expense, the City, its
officers, servants and employees, from and against any and all loss, damage or destruction of
property of the City, arising out of, or alleged to arise out of, the work and services to be
performed by the Contractor, its officers, agents, employees, subcontractors, licensees or invitees
under this Contract. THIS INDEMNIFICATION PROVISION IS SPECIFICALLY
INTENDED TO OPERATE AND BE EFFECTIVE EVEN IF IT IS ALLEGED OR
PROVEN THAT ALL OR SOME OF THE DAMAGES BEING SOUGHT WERE
CAUSED, IN WHOLE OR IN PART, BY ANY ACT, OMISSION OR NEGLIGENCE OF
THE CITY.
5.19 Delegation of Professional Design Services
A. Contractor will not be required to provide professional design services unless such services are
specifically required by the Contract Documents for a portion of the Work or unless such
services are required to carry out Contractor’s responsibilities for construction means, methods,
techniques, sequences and procedures.
B. If professional design services or certifications by a design professional related to systems,
materials or equipment are specifically required of Contractor by the Contract Documents, City
will specify all performance and design criteria that such services must satisfy. Contractor shall
cause such services or certifications to be provided by a properly licensed professional, whose
signature and seal shall appear on all drawings, calculations, specifications, certifications, and
Submittals prepared by such professional. Submittals related to the Work designed or certified
by such professional, if prepared by others, shall bear such professional’s written approval when
submitted to City.
00 73 10- 25
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 25 of 35
CITY OF FORT WORTH
STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
C. City shall be entitled to rely upon the adequacy, accuracy and completeness of the services,
certifications or approvals performed by such design professionals, provided City has specified
to Contractor performance and design criteria that such services must satisfy.
D. Pursuant to this Paragraph 5.19, City’s review and acceptance of design calculations and design
drawings will be only for the limited purpose of checking for conformance with performance
and design criteria given and the design concept expressed in the Contract Documents. City’s
review and acceptance of Submittals (except design calculations and design drawings) will be
only for the purpose stated in Paragraph 5.16.C.
5.20 Right to Audit:
A. The City reserves the right to audit all projects utilizing City funds
B. The Contractor agrees that the City shall, until the expiration of three (3) years after final
payment under this Contract, have access to and the right to examine and photocopy any directly
pertinent books, documents, papers, and records of the Contractor involving transactions relating
to this Contract. Contractor agrees that the City shall have access during Regular Working Hours
to all necessary Contractor facilities and shall be provided adequate and appropriate work space
in order to conduct audits in compliance with the provisions of this Paragraph. The City shall
give Contractor reasonable advance notice of intended audits.
C. Contractor further agrees to include in all its subcontracts hereunder a provision to the effect that
the subcontractor agrees that the City shall, until the expiration of three (3) years after final
payment under this Contract, have access to and the right to examine and photocopy any directly
pertinent books, documents, papers, and records of such Subcontractor, involving transactions to
the subcontract, and further, that City shall have access during Regular Working Hours to all
Subcontractor facilities, and shall be provided adequate and appropriate work space in order to
conduct audits in compliance with the provisions of this Paragraph. The City shall give
Subcontractor reasonable advance notice of intended audits.
D. Contractor and Subcontractor agree to photocopy such documents as may be requested by the
City. The City agrees to reimburse Contractor for the cost of the copies as follows at the rate
published in the Texas Administrative Code in effect as of the time copying is performed.
5.21 Nondiscrimination
A. The City is responsible for operating Public Transportation Programs and implementing transit-
related projects, which are funded in part with Federal financial assistance awarded by the U.S.
Department of Transportation and the Federal Transit Administration (FTA), without
discriminating against any person in the United States on the basis of race, color, or national
origin.
B. Title VI, Civil Rights Act of 1964 as amended: Contractor shall comply with the requirements of
the Act and the Regulations as further defined in the Supplementary Conditions for any project
receiving Federal assistance.
00 73 10- 26
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 26 of 35
CITY OF FORT WORTH
STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
ARTICLE 6 – OTHER WORK AT THE SITE
6.01 Related Work at Site
A. City may perform other work related to the Project at the Site with City’s employees, or other
City contractors, or through other direct contracts therefor, or have other work performed by
utility owners. If such other work is not noted in the Contract Documents, then written notice
thereof will be given to Contractor prior to starting any such other work; and
B. Contractor shall afford each other contractor who is a party to such a direct contract, each utility
owner, and City, if City is performing other work with City’s employees or other City
contractors, proper and safe access to the Site, provide a reasonable opportunity for the
introduction and storage of materials and equipment and the execution of such other work, and
properly coordinate the Work with theirs. Contractor shall do all cutting, fitting, and patching of
the Work that may be required to properly connect or otherwise make its several parts come
together and properly integrate with such other work. Contractor shall not endanger any work of
others by cutting, excavating, or otherwise altering such work; provided, however, that
Contractor may cut or alter others' work with the written consent of City and the others whose
work will be affected.
C. If the proper execution or results of any part of Contractor’s Work depends upon work
performed by others under this Article 7, Contractor shall inspect such other work and promptly
report to City in writing any delays, defects, or deficiencies in such other work that render it
unavailable or unsuitable for the proper execution and results of Contractor’s Work. Contractor’s
failure to so report will constitute an acceptance of such other work as fit and proper for
integration with Contractor’s Work except for latent defects in the work provided by others.
ARTICLE 7 – CITY’S RESPONSIBILITIES
7.01 Inspections, Tests, and Approvals
City’s responsibility with respect to certain inspections, tests, and approvals is set forth in Paragraph
11.03.
7.02 Limitations on City’s Responsibilities
A. The City shall not supervise, direct, or have control or authority over, nor be responsible for,
Contractor’s means, methods, techniques, sequences, or procedures of construction, or the safety
precautions and programs incident thereto, or for any failure of Contractor to comply with Laws
and Regulations applicable to the performance of the Work. City will not be responsible for
Contractor’s failure to perform the Work in accordance with the Contract Documents.
B. City will notify the Contractor of applicable safety plans pursuant to Paragraph 5.13.
00 73 10- 27
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 27 of 35
CITY OF FORT WORTH
STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
7.03 Compliance with Safety Program
While at the Site, City’s employees and representatives shall comply with the specific applicable
requirements of Contractor’s safety programs of which City has been informed pursuant to
Paragraph 5.13.
ARTICLE 8 – CITY’S OBSERVATION STATUS DURING CONSTRUCTION
8.01 City’s Project Representative
City will provide one or more Project Representative(s) during the construction period. The duties
and responsibilities and the limitations of authority of City’s representative during construction are
set forth in the Contract Documents.
A. City’s Project Representative will make visits to the Site at intervals appropriate to the various
stages of construction as City deems necessary in order to observe the progress that has been
made and the quality of the various aspects of Contractor’s executed Work. Based on
information obtained during such visits and observations, City’s Project Representative will
determine, in general, if the Work is proceeding in accordance with the Contract Documents.
City’s Project Representative will not be required to make exhaustive or continuous inspections
on the Site to check the quality or quantity of the Work. City’s Project Representative’s efforts
will be directed toward providing City a greater degree of confidence that the completed Work
will conform generally to the Contract Documents.
B. City’s Project Representative’s visits and observations are subject to all the limitations on
authority and responsibility in the Contract Documents.
8.02 Authorized Variations in Work
City’s Project Representative may authorize minor variations in the Work from the requirements of
the Contract Documents which do not involve an adjustment in the Contract Price or the Contract
Time and are compatible with the design concept of the completed Project as a functioning whole as
indicated by the Contract Documents. These may be accomplished by a Field Order and will be
binding on City Developer, and also on Contractor, who shall perform the Work involved promptly.
8.03 Rejecting Defective Work
City will have authority to reject Work which City’s Project Representative believes to be defective,
or will not produce a completed Project that conforms to the Contract Documents or that will
prejudice the integrity of the design concept of the completed Project as a functioning whole as
indicated by the Contract Documents. City will have authority to conduct special inspection or
testing of the Work as provided in Article 11, whether or not the Work is fabricated, installed, or
completed.
00 73 10- 28
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 28 of 35
CITY OF FORT WORTH
STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
8.04 Determinations for Work Performed
Contractor will determine the actual quantities and classifications of Work performed. City’s Project
Representative will review with Contractor the preliminary determinations on such matters before
rendering a written recommendation. City’s written decision will be final (except as modified to
reflect changed factual conditions or more accurate data).
ARTICLE 9 – CHANGES IN THE WORK
9.01 Authorized Changes in the Work
A. Without invalidating the Contract and without notice to any surety, City may, at any time or
from time to time, order Extra Work. Upon notice of such Extra Work, Contractor shall
promptly proceed with the Work involved which will be performed under the applicable
conditions of the Contract Documents (except as otherwise specifically provided). Extra Work
shall be memorialized by a Participating Change Order which may or may not precede an order
of Extra work.
B. For minor changes of Work not requiring changes to Contract Time or Contract Price on a
project with City participation, a Field Order may be issued by the City.
9.02 Notification to Surety
If the provisions of any bond require notice to be given to a surety of any change affecting the
general scope of the Work or the provisions of the Contract Documents (including, but not limited
to, Contract Price or Contract Time), the giving of any such notice will be Contractor’s
responsibility. The amount of each applicable bond will be adjusted by the Contractor to reflect the
effect of any such change.
ARTICLE 10 – CHANGE OF CONTRACT PRICE; CHANGE OF CONTRACT TIME
10.01 Change of Contract Price
A. The Contract Price may only be changed by a Participating Change Order for projects with City
participation.
10.02 Change of Contract Time
A. The Contract Time may only be changed by a Participating Change Order for projects with City
participation.
10.03 Delays
A. If Contractor is delayed, City shall not be liable to Contractor for any claims, costs, losses, or
damages (including but not limited to all fees and charges of engineers, architects, attorneys, and
other professionals and all court or arbitration or other dispute resolution costs) sustained by
Contractor on or in connection with any other project or anticipated project.
00 73 10- 29
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 29 of 35
CITY OF FORT WORTH
STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
ARTICLE 11 – TESTS AND INSPECTIONS; CORRECTION, REMOVAL OR ACCEPTANCE OF
DEFECTIVE WORK
11.01 Notice of Defects
Notice of all defective Work of which City has actual knowledge will be given to Contractor.
Defective Work may be rejected, corrected, or accepted as provided in this Article 13.
11.02 Access to Work
City, independent testing laboratories, and governmental agencies with jurisdictional interests will
have access to the Site and the Work at reasonable times for their observation, inspection, and
testing. Contractor shall provide them proper and safe conditions for such access and advise them of
Contractor’s safety procedures and programs so that they may comply therewith as applicable.
11.03 Tests and Inspections
A. Contractor shall give City timely notice of readiness of the Work for all required inspections,
tests, or approvals and shall cooperate with inspection and testing personnel to facilitate required
inspections or tests.
B. If Contract Documents, Laws or Regulations of any public body having jurisdiction require any
of the Work (or part thereof) to be inspected, tested, or approved, Contractor shall assume full
responsibility for arranging and obtaining such independent inspections, tests, retests or
approvals, pay all costs in connection therewith, and furnish City the required certificates of
inspection or approval; excepting, however, those fees specifically identified in the
Supplementary Conditions or any Texas Department of Licensure and Regulation (TDLR)
inspections, which shall be paid as described in the Supplementary Conditions.
C. Contractor shall be responsible for arranging and obtaining and shall pay all costs in connection
with any inspections, tests, re-tests, or approvals required for City’s acceptance of materials or
equipment to be incorporated in the Work; or acceptance of materials, mix designs, or equipment
submitted for approval prior to Contractor’s purchase thereof for incorporation in the Work.
Such inspections, tests, re-tests, or approvals shall be performed by organizations approved by
City.
D. City may arrange for the services of an independent testing laboratory (“Testing Lab”) to
perform any inspections or tests (“Testing”) for any part of the Work, as determined solely by
City.
1. City will coordinate such Testing to the extent possible, with Contractor;
2. Should any Testing under this Section 11.03 D result in a “fail”, “did not pass” or other
similar negative result, the Contractor shall be responsible for paying for any and all retests.
Contractor’s cancellation without cause of City initiated Testing shall be deemed a negative
result and require a retest.
00 73 10- 30
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 30 of 35
CITY OF FORT WORTH
STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
3. Any amounts owed for any retest under this Section 11.03 D shall be paid directly to the
Testing Lab by Contractor. City will forward all invoices for retests to
Developer/Contractor.
4. If Contractor fails to pay the Testing Lab, City will not issue a letter of Final Acceptance
until the Testing Lab is Paid
E. If any Work (or the work of others) that is to be inspected, tested, or approved is covered by
Contractor without written concurrence of City, Contractor shall, if requested by City, uncover
such Work for observation.
11.04 Uncovering Work
A. If any Work is covered contrary to the Contract Documents or specific instructions by the City, it
must, if requested by City, be uncovered for City’s observation and replaced at Contractor’s
expense.
11.05 City May Stop the Work
If the Work is defective, or Contractor fails to supply sufficient skilled workers or suitable materials
or equipment, or fails to perform the Work in such a way that the completed Work will conform to
the Contract Documents, City may order Contractor to stop the Work, or any portion thereof, until
the cause for such order has been eliminated; however, this right of City to stop the Work shall not
give rise to any duty on the part of City to exercise this right for the benefit of Contractor, any
Subcontractor, any Supplier, any other individual or entity, or any surety for, or employee or agent
of any of them.
11.06 Correction or Removal of Defective Work
A. Promptly after receipt of written notice, Contractor shall correct all defective Work pursuant to
an acceptable schedule, whether or not fabricated, installed, or completed, or, if the Work has
been rejected by City, remove it from the Project and replace it with Work that is not defective.
Contractor shall pay all claims, costs, additional testing, losses, and damages (including but not
limited to all fees and charges of engineers, architects, attorneys, and other professionals and all
court or arbitration or other dispute resolution costs) arising out of or relating to such correction
or removal (including but not limited to all costs of repair or replacement of work of others).
Failure to require the removal of any defective Work shall not constitute acceptance of such
Work.
B. When correcting defective Work under the terms of this Paragraph 11.06 or Paragraph 11.07,
Contractor shall take no action that would void or otherwise impair City’s special warranty and
guarantee, if any, on said Work.
11.07 Correction Period
A. If within two (2) years after the date of Final Acceptance (or such longer period of time as may
be prescribed by the terms of any applicable special guarantee required by the Contract
00 73 10- 31
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 31 of 35
CITY OF FORT WORTH
STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
Documents), any Work is found to be defective, or if the repair of any damages to the land or
areas made available for Contractor’s use by City or permitted by Laws and Regulations as
contemplated in Paragraph 5.10.A is found to be defective, Contractor shall promptly, without
cost to City and in accordance with City’s written instructions:
1. repair such defective land or areas; or
2. correct such defective Work; or
3. if the defective Work has been rejected by City, remove it from the Project and replace it
with Work that is not defective, and
4. satisfactorily correct or repair or remove and replace any damage to other Work, to the work
of others or other land or areas resulting therefrom.
B. If Contractor does not promptly comply with the terms of City’s written instructions, or in an
emergency where delay would cause serious risk of loss or damage, City may have the defective
Work corrected or repaired or may have the rejected Work removed and replaced. All claims,
costs, losses, and damages (including but not limited to all fees and charges of engineers,
architects, attorneys, and other professionals and all court or other dispute resolution costs)
arising out of or relating to such correction or repair or such removal and replacement (including
but not limited to all costs of repair or replacement of work of others) will be paid by Contractor.
C. Where defective Work (and damage to other Work resulting therefrom) has been corrected or
removed and replaced under this Paragraph 11.07, the correction period hereunder with respect
to such Work may be required to be extended for an additional period of one year after the end
of the initial correction period. City shall provide 30 days written notice to Contractor and
Developer should such additional warranty coverage be required. Contractor’s obligations under
this Paragraph 11.07 are in addition to any other obligation or warranty. The provisions of this
Paragraph 11.07 shall not be construed as a substitute for, or a waiver of, the provisions of any
applicable statute of limitation or repose.
11.08 City May Correct Defective Work
A. If Contractor fails within a reasonable time after written notice from City to correct defective
Work, or to remove and replace rejected Work as required by City in accordance with Paragraph
11.06.A, or if Contractor fails to perform the Work in accordance with the Contract Documents,
or if Contractor fails to comply with any other provision of the Contract Documents, City may,
after seven (7) days written notice to Contractor and the Developer, correct, or remedy any such
deficiency.
B. In exercising the rights and remedies under this Paragraph 11.09, City shall proceed
expeditiously. In connection with such corrective or remedial action, City may exclude
Contractor from all or part of the Site, take possession of all or part of the Work and suspend
Contractor’s services related thereto, and incorporate in the Work all materials and equipment
incorporated in the Work, stored at the Site or for which City has paid Contractor but which are
00 73 10- 32
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 32 of 35
CITY OF FORT WORTH
STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
stored elsewhere. Contractor shall allow City, City’s representatives, agents, consultants,
employees, and City’s other contractors, access to the Site to enable City to exercise the rights
and remedies under this Paragraph.
C. All claims, costs, losses, and damages (including but not limited to all fees and charges of
engineers, architects, attorneys, and other professionals and all court or other dispute resolution
costs) incurred or sustained by City in exercising the rights and remedies under this Paragraph
13.09 will be charged against Contractor, and a Change Order will be issued incorporating the
necessary revisions in the Contract Documents with respect to the Work; and City shall be
entitled to an appropriate decrease in the Contract Price.
D. Contractor shall not be allowed an extension of the Contract Time because of any delay in the
performance of the Work attributable to the exercise of City’s rights and remedies under this
Paragraph 11.09.
ARTICLE 12 – COMPLETION
12.01 Contractor’s Warranty of Title
Contractor warrants and guarantees that title to all Work, materials, and equipment covered by any
Application for Payment will pass to City no later than the time of Final Acceptance and shall be
free and clear of all Liens.
12.02 Partial Utilization
A. Prior to Final Acceptance of all the Work, City may use or occupy any substantially completed
part of the Work which has specifically been identified in the Contract Documents, or which
City, determines constitutes a separately functioning and usable part of the Work that can be
used by City for its intended purpose without significant interference with Contractor’s
performance of the remainder of the Work. City at any time may notify Contractor in writing to
permit City to use or occupy any such part of the Work which City determines to be ready for its
intended use, subject to the following conditions:
1. Contractor at any time may notify City in writing that Contractor considers any such part of
the Work ready for its intended use.
2. Within a reasonable time after notification as enumerated in Paragraph 14.05.A.1, City and
Contractor shall make an inspection of that part of the Work to determine its status of
completion. If City does not consider that part of the Work to be substantially complete, City
will notify Contractor in writing giving the reasons therefor.
3. Partial Utilization will not constitute Final Acceptance by City.
12.03 Final Inspection
A. Upon written notice from Contractor that the entire Work is complete in accordance with the
Contract Documents:
00 73 10- 33
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 33 of 35
CITY OF FORT WORTH
STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
1. within 10 days, City will schedule a Final Inspection with Contractor.
2. City will notify Contractor in writing of all particulars in which this inspection reveals that
the Work is incomplete or defective. Contractor shall immediately take such measures as are
necessary to complete such Work or remedy such deficiencies.
12.04 Final Acceptance
A. Upon completion by Contractor to City’s satisfaction, of any additional Work identified in the
Final Inspection, City will issue to Contractor a letter of Final Acceptance upon the satisfaction
of the following:
1. All documentation called for in the Contract Documents, including but not limited to the
evidence of insurance required by Paragraph 5.03;
2. consent of the surety, if any, to Final Acceptance;
3. a list of all pending or released Damage Claims against City that Contractor believes are
unsettled; and
4. affidavits of payments and complete and legally effective releases or waivers (satisfactory to
City) of all Lien rights arising out of or Liens filed in connection with the Work.
5. after all Damage Claims have been resolved:
a. directly by the Contractor or;
b. Contractor provides evidence that the Damage Claim has been reported to Contractor’s
insurance provider for resolution.
6. Issuing Final Acceptance by the City shall not relieve the Contractor of any guarantees or
other requirements of the Contract Documents which specifically continue thereafter.
ARTICLE 13 – SUSPENSION OF WORK
13.01 City May Suspend Work
A. At any time and without cause, City may suspend the Work or any portion thereof by written
notice to Contractor and which may fix the date on which Work will be resumed. Contractor
shall resume the Work on the date so fixed. During temporary suspension of the Work covered
by these Contract Documents, for any reason, the City will stop contract time on City
participation projects.
B. Should the Contractor not be able to complete a portion of the Project due to causes beyond the
control of and without the fault or negligence of the Contractor, and should it be determined by
mutual consent of the Contractor and City that a solution to allow construction to proceed is not
00 73 10- 34
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 34 of 35
CITY OF FORT WORTH
STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
available within a reasonable period of time, Contractor may request an extension in Contract
Time, directly attributable to any such suspension.
C. If it should become necessary to suspend the Work for an indefinite period, the Contractor shall
store all materials in such a manner that they will not obstruct or impede the public unnecessarily
nor become damaged in any way, and he shall take every precaution to prevent damage or
deterioration of the work performed; he shall provide suitable drainage about the work, and erect
temporary structures where necessary.
ARTICLE 14 – MISCELLANEOUS
14.01 Giving Notice
A. Whenever any provision of the Contract Documents requires the giving of written notice, it will
be deemed to have been validly given if:
1. delivered in person to the individual or to a member of the firm or to an officer of the
corporation for whom it is intended; or
2. delivered at or sent by registered or certified mail, postage prepaid, to the last business
address known to the giver of the notice.
B. Business address changes must be promptly made in writing to the other party.
C. Whenever the Contract Documents specifies giving notice by electronic means such electronic
notice shall be deemed sufficient upon confirmation of receipt by the receiving party.
14.02 Computation of Times
When any period of time is referred to in the Contract Documents by days, it will be computed to
exclude the first and include the last day of such period. If the last day of any such period falls on a
Saturday or Sunday or on a day made a legal holiday the next Working Day shall become the last
day of the period.
14.03 Cumulative Remedies
The duties and obligations imposed by these General Conditions and the rights and remedies
available hereunder to the parties hereto are in addition to, and are not to be construed in any way as
a limitation of, any rights and remedies available to any or all of them which are otherwise imposed
or available by Laws or Regulations, by special warranty or guarantee, or by other provisions of the
Contract Documents. The provisions of this Paragraph will be as effective as if repeated specifically
in the Contract Documents in connection with each particular duty, obligation, right, and remedy to
which they apply.
00 73 10- 35
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 35 of 35
CITY OF FORT WORTH
STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
14.04 Survival of Obligations
All representations, indemnifications, warranties, and guarantees made in, required by, or given in
accordance with the Contract Documents, as well as all continuing obligations indicated in the
Contract Documents, will survive final payment, completion, and acceptance of the Work or
termination or completion of the Contract or termination of the services of Contractor.
14.05 Headings
Article and paragraph headings are inserted for convenience only and do not constitute parts of these
General Conditions.
01 11 00 - 1
DAP SUMMARY OF WORK
Page 1 of 3
CITY OF FORT WORTH Valley Brook Ph. 8
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – Developer Awarded Projects City Project No. 105917
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 Valley Brook Ph. 8
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – Developer Awarded Projects City Project No. 105917
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 Valley Brook Ph. 8
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – Developer Awarded Projects City Project No. 105917
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
SUBSTITUTION PROCEDURES
Page 1 of 4
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number]
Revised July 1, 2011
SECTION 01 25 00
SUBSTITUTION PROCEDURES
PART 1 - GENERAL
1.1 SUMMARY
A. Section Includes:
1. The procedure for requesting the approval of substitution of a product that is not
equivalent to a product which is specified by descriptive or performance criteria or
defined by reference to 1 or more of the following:
a. Name of manufacturer
b. Name of vendor
c. Trade name
d. Catalog number
2. Substitutions are not "or-equals".
B. Deviations from this City of Fort Worth Standard Specification
1. None.
C. Related Specification Sections include, but are not necessarily limited to:
1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract
2. Division 1 – General Requirements
1.2 PRICE AND PAYMENT PROCEDURES
A. Measurement and Payment
1. Work associated with this Item is considered subsidiary to the various items bid.
No separate payment will be allowed for this Item.
1.3 REFERENCES [NOT USED]
1.4 ADMINISTRATIVE REQUIREMENTS
A. Request for Substitution - General
1. Within 30 days after award of Contract (unless noted otherwise), the City will
consider formal requests from Contractor for substitution of products in place of
those specified.
2. Certain types of equipment and kinds of material are described in Specifications by
means of references to names of manufacturers and vendors, trade names, or
catalog numbers.
a. When this method of specifying is used, it is not intended to exclude from
consideration other products bearing other manufacturer's or vendor's names,
trade names, or catalog numbers, provided said products are "or-equals," as
determined by City.
3. Other types of equipment and kinds of material may be acceptable substitutions
under the following conditions:
a. Or-equals are unavailable due to strike, discontinued production of products
meeting specified requirements, or other factors beyond control of Contractor;
or,
01 25 00 - 2
SUBSTITUTION PROCEDURES
Page 2 of 4
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number]
Revised July 1, 2011
b. Contractor proposes a cost and/or time reduction incentive to the City.
1.5 SUBMITTALS
A. See Request for Substitution Form (attached)
B. Procedure for Requesting Substitution
1. Substitution shall be considered only:
a. After award of Contract
b. Under the conditions stated herein
2. Submit 3 copies of each written request for substitution, including:
a. Documentation
1) Complete data substantiating compliance of proposed substitution with
Contract Documents
2) Data relating to changes in construction schedule, when a reduction is
proposed
3) Data relating to changes in cost
b. For products
1) Product identification
a) Manufacturer's name
b) Telephone number and representative contact name
c) Specification Section or Drawing reference of originally specified
product, including discrete name or tag number assigned to original
product in the Contract Documents
2) Manufacturer's literature clearly marked to show compliance of proposed
product with Contract Documents
3) Itemized comparison of original and proposed product addressing product
characteristics including, but not necessarily limited to:
a) Size
b) Composition or materials of construction
c) Weight
d) Electrical or mechanical requirements
4) Product experience
a) Location of past projects utilizing product
b) Name and telephone number of persons associated with referenced
projects knowledgeable concerning proposed product
c) Available field data and reports associated with proposed product
5) Samples
a) Provide at request of City.
b) Samples become the property of the City.
c. For construction methods:
1) Detailed description of proposed method
2) Illustration drawings
C. Approval or Rejection
1. Written approval or rejection of substitution given by the City
2. City reserves the right to require proposed product to comply with color and pattern
of specified product if necessary to secure design intent.
3. In the event the substitution is approved, the resulting cost and/or time reduction
will be documented by Change Order in accordance with the General Conditions.
01 25 00 - 3
SUBSTITUTION PROCEDURES
Page 3 of 4
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number]
Revised July 1, 2011
4. No additional contract time will be given for substitution.
5. Substitution will be rejected if:
a. Submittal is not through the Contractor with his stamp of approval
b. Request is not made in accordance with this Specification Section
c. In the City’s opinion, acceptance will require substantial revision of the original
design
d. In the City’s opinion, substitution will not perform adequately the function
consistent with the design intent
1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED]
1.7 CLOSEOUT SUBMITTALS [NOT USED]
1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
1.9 QUALITY ASSURANCE
A. In making request for substitution or in using an approved product, the Contractor
represents that the Contractor:
1. Has investigated proposed product, and has determined that it is adequate or
superior in all respects to that specified, and that it will perform function for which
it is intended
2. Will provide same guarantee for substitute item as for product specified
3. Will coordinate installation of accepted substitution into Work, to include building
modifications if necessary, making such changes as may be required for Work to be
complete in all respects
4. Waives all claims for additional costs related to substitution which subsequently
arise
1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED]
1.11 FIELD [SITE] CONDITIONS [NOT USED]
1.12 WARRANTY [NOT USED]
PART 2 - PRODUCTS [NOT USED]
PART 3 - EXECUTION [NOT USED]
END OF SECTION
Revision Log
DATE NAME SUMMARY OF CHANGE
01 25 00 - 4
SUBSTITUTION PROCEDURES
Page 4 of 4
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number]
Revised July 1, 2011
EXHIBIT A
REQUEST FOR SUBSTITUTION FORM:
TO:
PROJECT: DATE:
We hereby submit for your consideration the following product instead of the specified item for
the above project:
SECTION PARAGRAPH SPECIFIED ITEM
Proposed Substitution:
Reason for Substitution:
Include complete information on changes to Drawings and/or Specifications which proposed
substitution will require for its proper installation.
Fill in Blanks Below:
A. Will the undersigned contractor pay for changes to the building design, including engineering
and detailing costs caused by the requested substitution?
B. What effect does substitution have on other trades?
C. Differences between proposed substitution and specified item?
D. Differences in product cost or product delivery time?
E. Manufacturer's guarantees of the proposed and specified items are:
Equal Better (explain on attachment)
The undersigned states that the function, appearance and quality are equivalent or superior to the
specified item.
Submitted By: For Use by City
Signature Recommended Recommended
as noted
Firm Not recommended Received late
Address By
Date
Date Remarks
Telephone
For Use by City:
Approved Rejected
City Date
01 31 19 - 1
PRECONSTRUCTION MEETING
Page 1 of 3
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number]
Revised August 17, 2012
SECTION 01 31 19
PRECONSTRUCTION MEETING
PART 1 - GENERAL
1.1 SUMMARY
A. Section Includes:
1. Provisions for the preconstruction meeting to be held prior to the start of Work to
clarify construction contract administration procedures
B. Deviations from this City of Fort Worth Standard Specification
1. None.
C. Related Specification Sections include, but are not necessarily limited to:
1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract
2. Division 1 – General Requirements
1.2 PRICE AND PAYMENT PROCEDURES
A. Measurement and Payment
1. Work associated with this Item is considered subsidiary to the various items bid.
No separate payment will be allowed for this Item.
1.3 REFERENCES [NOT USED]
1.4 ADMINISTRATIVE REQUIREMENTS
A. Coordination
1. Attend preconstruction meeting.
2. Representatives of Contractor, subcontractors and suppliers attending meetings
shall be qualified and authorized to act on behalf of the entity each represents.
3. Meeting administered by City may be tape recorded.
a. If recorded, tapes will be used to prepare minutes and retained by City for
future reference.
B. Preconstruction Meeting
1. A preconstruction meeting will be held within 14 days after the execution of the
Agreement and before Work is started.
a. The meeting will be scheduled and administered by the City.
2. The Project Representative will preside at the meeting, prepare the notes of the
meeting and distribute copies of same to all participants who so request by fully
completing the attendance form to be circulated at the beginning of the meeting.
3. Attendance shall include:
a. Project Representative
b. Contractor's project manager
c. Contractor's superintendent
d. Any subcontractor or supplier representatives whom the Contractor may desire
to invite or the City may request
01 31 19 - 2
PRECONSTRUCTION MEETING
Page 2 of 3
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number]
Revised August 17, 2012
e. Other City representatives
f. Others as appropriate
4. Construction Schedule
a. Prepare baseline construction schedule in accordance with Section 01 32 16 and
provide at Preconstruction Meeting.
b. City will notify Contractor of any schedule changes upon Notice of
Preconstruction Meeting.
5. Preliminary Agenda may include:
a. Introduction of Project Personnel
b. General Description of Project
c. Status of right-of-way, utility clearances, easements or other pertinent permits
d. Contractor’s work plan and schedule
e. Contract Time
f. Notice to Proceed
g. Construction Staking
h. Progress Payments
i. Extra Work and Change Order Procedures
j. Field Orders
k. Disposal Site Letter for Waste Material
l. Insurance Renewals
m. Payroll Certification
n. Material Certifications and Quality Control Testing
o. Public Safety and Convenience
p. Documentation of Pre-Construction Conditions
q. Weekend Work Notification
r. Legal Holidays
s. Trench Safety Plans
t. Confined Space Entry Standards
u. Coordination with the City’s representative for operations of existing water
systems
v. Storm Water Pollution Prevention Plan
w. Coordination with other Contractors
x. Early Warning System
y. Contractor Evaluation
z. Special Conditions applicable to the project
aa. Damages Claims
bb. Submittal Procedures
cc. Substitution Procedures
dd. Correspondence Routing
ee. Record Drawings
ff. Temporary construction facilities
gg. M/WBE or MBE/SBE procedures
hh. Final Acceptance
ii. Final Payment
jj. Questions or Comments
01 31 19 - 3
PRECONSTRUCTION MEETING
Page 3 of 3
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number]
Revised August 17, 2012
1.5 SUBMITTALS [NOT USED]
1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED]
1.7 CLOSEOUT SUBMITTALS [NOT USED]
1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
1.9 QUALITY ASSURANCE [NOT USED]
1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED]
1.11 FIELD [SITE] CONDITIONS [NOT USED]
1.12 WARRANTY [NOT USED]
PART 2 - PRODUCTS [NOT USED]
PART 3 - EXECUTION [NOT USED]
END OF SECTION
Revision Log
DATE NAME SUMMARY OF CHANGE
01 32 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]
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
SUBMITTALS
Page 1 of 8
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number]
Revised December 20, 2012
SECTION 01 33 00
SUBMITTALS
PART 1 - GENERAL
1.1 SUMMARY
A. Section Includes:
1. General methods and requirements of submissions applicable to the following
Work-related submittals:
a. Shop Drawings
b. Product Data (including Standard Product List submittals)
c. Samples
d. Mock Ups
B. Deviations from this City of Fort Worth Standard Specification
1. None.
C. Related Specification Sections include, but are not necessarily limited to:
1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract
2. Division 1 – General Requirements
1.2 PRICE AND PAYMENT PROCEDURES
A. Measurement and Payment
1. Work associated with this Item is considered subsidiary to the various items bid.
No separate payment will be allowed for this Item.
1.3 REFERENCES [NOT USED]
1.4 ADMINISTRATIVE REQUIREMENTS
A. Coordination
1. Notify the City in writing, at the time of submittal, of any deviations in the
submittals from the requirements of the Contract Documents.
2. Coordination of Submittal Times
a. Prepare, prioritize and transmit each submittal sufficiently in advance of
performing the related Work or other applicable activities, or within the time
specified in the individual Work Sections, of the Specifications.
b. Contractor is responsible such that the installation will not be delayed by
processing times including, but not limited to:
a) Disapproval and resubmittal (if required)
b) Coordination with other submittals
c) Testing
d) Purchasing
e) Fabrication
f) Delivery
g) Similar sequenced activities
c. No extension of time will be authorized because of the Contractor's failure to
transmit submittals sufficiently in advance of the Work.
01 33 00 - 2
SUBMITTALS
Page 2 of 8
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number]
Revised December 20, 2012
d. Make submittals promptly in accordance with approved schedule, and in such
sequence as to cause no delay in the Work or in the work of any other
contractor.
B. Submittal Numbering
1. When submitting shop drawings or samples, utilize a 9-character submittal cross-
reference identification numbering system in the following manner:
a. Use the first 6 digits of the applicable Specification Section Number.
b. For the next 2 digits number use numbers 01-99 to sequentially number each
initial separate item or drawing submitted under each specific Section number.
c. Last use a letter, A-Z, indicating the resubmission of the same drawing (i.e.
A=2nd submission, B=3rd submission, C=4th submission, etc.). A typical
submittal number would be as follows:
03 30 00-08-B
1) 03 30 00 is the Specification Section for Concrete
2) 08 is the eighth initial submittal under this Specification Section
3) B is the third submission (second resubmission) of that particular shop
drawing
C. Contractor Certification
1. Review shop drawings, product data and samples, including those by
subcontractors, prior to submission to determine and verify the following:
a. Field measurements
b. Field construction criteria
c. Catalog numbers and similar data
d. Conformance with the Contract Documents
2. Provide each shop drawing, sample and product data submitted by the Contractor
with a Certification Statement affixed including:
a. The Contractor's Company name
b. Signature of submittal reviewer
c. Certification Statement
1) “By this submittal, I hereby represent that I have determined and verified
field measurements, field construction criteria, materials, dimensions,
catalog numbers and similar data and I have checked and coordinated each
item with other applicable approved shop drawings."
D. Submittal Format
1. Fold shop drawings larger than 8 ½ inches x 11 inches to 8 ½ inches x 11inches.
2. Bind shop drawings and product data sheets together.
3. Order
a. Cover Sheet
1) Description of Packet
2) Contractor Certification
b. List of items / Table of Contents
c. Product Data /Shop Drawings/Samples /Calculations
E. Submittal Content
1. The date of submission and the dates of any previous submissions
01 33 00 - 3
SUBMITTALS
Page 3 of 8
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number]
Revised December 20, 2012
2. The Project title and number
3. Contractor identification
4. The names of:
a. Contractor
b. Supplier
c. Manufacturer
5. Identification of the product, with the Specification Section number, page and
paragraph(s)
6. Field dimensions, clearly identified as such
7. Relation to adjacent or critical features of the Work or materials
8. Applicable standards, such as ASTM or Federal Specification numbers
9. Identification by highlighting of deviations from Contract Documents
10. Identification by highlighting of revisions on resubmittals
11. An 8-inch x 3-inch blank space for Contractor and City stamps
F. Shop Drawings
1. As specified in individual Work Sections includes, but is not necessarily limited to:
a. Custom-prepared data such as fabrication and erection/installation (working)
drawings
b. Scheduled information
c. Setting diagrams
d. Actual shopwork manufacturing instructions
e. Custom templates
f. Special wiring diagrams
g. Coordination drawings
h. Individual system or equipment inspection and test reports including:
1) Performance curves and certifications
i. As applicable to the Work
2. Details
a. Relation of the various parts to the main members and lines of the structure
b. Where correct fabrication of the Work depends upon field measurements
1) Provide such measurements and note on the drawings prior to submitting
for approval.
G. Product Data
1. For submittals of product data for products included on the City’s Standard Product
List, clearly identify each item selected for use on the Project.
2. For submittals of product data for products not included on the City’s Standard
Product List, submittal data may include, but is not necessarily limited to:
a. Standard prepared data for manufactured products (sometimes referred to as
catalog data)
1) Such as the manufacturer's product specification and installation
instructions
2) Availability of colors and patterns
3) Manufacturer's printed statements of compliances and applicability
4) Roughing-in diagrams and templates
5) Catalog cuts
6) Product photographs
01 33 00 - 4
SUBMITTALS
Page 4 of 8
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number]
Revised December 20, 2012
7) Standard wiring diagrams
8) Printed performance curves and operational-range diagrams
9) Production or quality control inspection and test reports and certifications
10) Mill reports
11) Product operating and maintenance instructions and recommended
spare-parts listing and printed product warranties
12) As applicable to the Work
H. Samples
1. As specified in individual Sections, include, but are not necessarily limited to:
a. Physical examples of the Work such as:
1) Sections of manufactured or fabricated Work
2) Small cuts or containers of materials
3) Complete units of repetitively used products color/texture/pattern swatches
and range sets
4) Specimens for coordination of visual effect
5) Graphic symbols and units of Work to be used by the City for independent
inspection and testing, as applicable to the Work
I. Do not start Work requiring a shop drawing, sample or product data nor any material to
be fabricated or installed prior to the approval or qualified approval of such item.
1. Fabrication performed, materials purchased or on-site construction accomplished
which does not conform to approved shop drawings and data is at the Contractor's
risk.
2. The City will not be liable for any expense or delay due to corrections or remedies
required to accomplish conformity.
3. Complete project Work, materials, fabrication, and installations in conformance
with approved shop drawings, applicable samples, and product data.
J. Submittal Distribution
1. Electronic Distribution
a. Confirm development of Project directory for electronic submittals to be
uploaded to City’s Buzzsaw site, or another external FTP site approved by the
City.
b. Shop Drawings
1) Upload submittal to designated project directory and notify appropriate
City representatives via email of submittal posting.
2) Hard Copies
a) 3 copies for all submittals
b) If Contractor requires more than 1 hard copy of Shop Drawings
returned, Contractor shall submit more than the number of copies listed
above.
c. Product Data
1) Upload submittal to designated project directory and notify appropriate
City representatives via email of submittal posting.
2) Hard Copies
a) 3 copies for all submittals
d. Samples
1) Distributed to the Project Representative
2. Hard Copy Distribution (if required in lieu of electronic distribution)
01 33 00 - 5
SUBMITTALS
Page 5 of 8
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number]
Revised December 20, 2012
a. Shop Drawings
1) Distributed to the City
2) Copies
a) 8 copies for mechanical submittals
b) 7 copies for all other submittals
c) If Contractor requires more than 3 copies of Shop Drawings returned,
Contractor shall submit more than the number of copies listed above.
b. Product Data
1) Distributed to the City
2) Copies
a) 4 copies
c. Samples
1) Distributed to the Project Representative
2) Copies
a) Submit the number stated in the respective Specification Sections.
3. Distribute reproductions of approved shop drawings and copies of approved
product data and samples, where required, to the job site file and elsewhere as
directed by the City.
a. Provide number of copies as directed by the City but not exceeding the number
previously specified.
K. Submittal Review
1. The review of shop drawings, data and samples will be for general conformance
with the design concept and Contract Documents. This is not to be construed as:
a. Permitting any departure from the Contract requirements
b. Relieving the Contractor of responsibility for any errors, including details,
dimensions, and materials
c. Approving departures from details furnished by the City, except as otherwise
provided herein
2. The review and approval of shop drawings, samples or product data by the City
does not relieve the Contractor from his/her responsibility with regard to the
fulfillment of the terms of the Contract.
a. All risks of error and omission are assumed by the Contractor, and the City will
have no responsibility therefore.
3. The Contractor remains responsible for details and accuracy, for coordinating the
Work with all other associated work and trades, for selecting fabrication processes,
for techniques of assembly and for performing Work in a safe manner.
4. If the shop drawings, data or samples as submitted describe variations and show a
departure from the Contract requirements which City finds to be in the interest of
the City and to be so minor as not to involve a change in Contract Price or time for
performance, the City may return the reviewed drawings without noting an
exception.
5. Submittals will be returned to the Contractor under 1 of the following codes:
a. Code 1
1) "NO EXCEPTIONS TAKEN" is assigned when there are no notations or
comments on the submittal.
a) When returned under this code the Contractor may release the
equipment and/or material for manufacture.
b. Code 2
01 33 00 - 6
SUBMITTALS
Page 6 of 8
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number]
Revised December 20, 2012
1) "EXCEPTIONS NOTED". This code is assigned when a confirmation of
the notations and comments IS NOT required by the Contractor.
a) The Contractor may release the equipment or material for manufacture;
however, all notations and comments must be incorporated into the
final product.
c. Code 3
1) "EXCEPTIONS NOTED/RESUBMIT". This combination of codes is
assigned when notations and comments are extensive enough to require a
resubmittal of the package.
a) The Contractor may release the equipment or material for manufacture;
however, all notations and comments must be incorporated into the
final product.
b) This resubmittal is to address all comments, omissions and
non-conforming items that were noted.
c) Resubmittal is to be received by the City within 15 Calendar Days of
the date of the City's transmittal requiring the resubmittal.
d. Code 4
1) "NOT APPROVED" is assigned when the submittal does not meet the
intent of the Contract Documents.
a) The Contractor must resubmit the entire package revised to bring the
submittal into conformance.
b) It may be necessary to resubmit using a different manufacturer/vendor
to meet the Contract Documents.
6. Resubmittals
a. Handled in the same manner as first submittals
1) Corrections other than requested by the City
2) Marked with revision triangle or other similar method
a) At Contractor’s risk if not marked
b. Submittals for each item will be reviewed no more than twice at the City’s
expense.
1) All subsequent reviews will be performed at times convenient to the City
and at the Contractor's expense, based on the City's or City
Representative’s then prevailing rates.
2) Provide Contractor reimbursement to the City within 30 Calendar Days for
all such fees invoiced by the City.
c. The need for more than 1 resubmission or any other delay in obtaining City's
review of submittals, will not entitle the Contractor to an extension of Contract
Time.
7. Partial Submittals
a. City reserves the right to not review submittals deemed partial, at the City’s
discretion.
b. Submittals deemed by the City to be not complete will be returned to the
Contractor, and will be considered "Not Approved" until resubmitted.
c. The City may at its option provide a list or mark the submittal directing the
Contractor to the areas that are incomplete.
8. If the Contractor considers any correction indicated on the shop drawings to
constitute a change to the Contract Documents, then written notice must be
provided thereof to the City at least 7 Calendar Days prior to release for
manufacture.
01 33 00 - 7
SUBMITTALS
Page 7 of 8
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number]
Revised December 20, 2012
9. When the shop drawings have been completed to the satisfaction of the City, the
Contractor may carry out the construction in accordance therewith and no further
changes therein except upon written instructions from the City.
10. Each submittal, appropriately coded, will be returned within 30 Calendar Days
following receipt of submittal by the City.
L. Mock ups
1. Mock Up units as specified in individual Sections, include, but are not necessarily
limited to, complete units of the standard of acceptance for that type of Work to be
used on the Project. Remove at the completion of the Work or when directed.
M. Qualifications
1. If specifically required in other Sections of these Specifications, submit a P.E.
Certification for each item required.
N. Request for Information (RFI)
1. Contractor Request for additional information
a. Clarification or interpretation of the contract documents
b. When the Contractor believes there is a conflict between Contract Documents
c. When the Contractor believes there is a conflict between the Drawings and
Specifications
1) Identify the conflict and request clarification
2. Use the Request for Information (RFI) form provided by the City.
3. Numbering of RFI
a. Prefix with “RFI” followed by series number, “-xxx”, beginning with “01” and
increasing sequentially with each additional transmittal.
4. Sufficient information shall be attached to permit a written response without further
information.
5. The City will log each request and will review the request.
a. If review of the project information request indicates that a change to the
Contract Documents is required, the City will issue a Field Order or Change
Order, as appropriate.
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]
01 33 00 - 8
SUBMITTALS
Page 8 of 8
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number]
Revised December 20, 2012
PART 2 - PRODUCTS [NOT USED]
PART 3 - EXECUTION [NOT USED]
END OF SECTION
Revision Log
DATE NAME SUMMARY OF CHANGE
12/20/2012 D. Johnson 1.4.K.8. Working Days modified to Calendar Days
01 35 13 - 1
SPECIAL PROJECT PROCEDURES
Page 1 of 8
CITY OF FORT WORTH Valley Brook Phase 8
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 105917
Revised March 11, 2022
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. Use of Explosives, Drop Weight, Etc. 10
e. Water Department Notification 11
f. Public Notification Prior to Beginning Construction 12
g. Coordination with United States Army Corps of Engineers 13
h. Coordination within Railroad permits areas 14
i. Dust Control 15
j. Employee Parking 16
B. Deviations from this City of Fort Worth Standard Specification 17
1. None. 18
C. Related Specification Sections include, but are not necessarily limited to: 19
1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract 20
2. Division 1 – General Requirements 21
3. Section 33 12 25 – Connection to Existing Water Mains 22
1.2 PRICE AND PAYMENT PROCEDURES 23
A. Measurement and Payment 24
1. Coordination within Railroad permit areas 25
a. Measurement 26
1) Measurement for this Item will be by lump sum. 27
b. Payment 28
1) The work performed and materials furnished in accordance with this Item 29
will be paid for at the lump sum price bid for Railroad Coordination. 30
c. The price bid shall include: 31
1) Mobilization 32
2) Inspection 33
3) Safety training 34
4) Additional Insurance 35
5) Insurance Certificates 36
6) Other requirements associated with general coordination with Railroad, 37
including additional employees required to protect the right-of-way and 38
property of the Railroad from damage arising out of and/or from the 39
construction of the Project. 40
2. Railroad Flagmen 41
a. Measurement 42
01 35 13 - 2
SPECIAL PROJECT PROCEDURES
Page 2 of 8
CITY OF FORT WORTH Valley Brook Phase 8
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 105917
Revised March 11, 2022
1) Measurement for this Item will be per working day. 1
b. Payment 2
1) The work performed and materials furnished in accordance with this Item 3
will be paid for each working day that Railroad Flagmen are present at the 4
Site. 5
c. The price bid shall include: 6
1) Coordination for scheduling flagmen 7
2) Flagmen 8
3) Other requirements associated with Railroad 9
3. All other items 10
a. Work associated with these Items is considered subsidiary to the various Items 11
bid. No separate payment will be allowed for this Item. 12
1.3 REFERENCES 13
A. Reference Standards 14
1. Reference standards cited in this Specification refer to the current reference 15
standard published at the time of the latest revision date logged at the end of this 16
Specification, unless a date is specifically cited. 17
2. Health and Safety Code, Title 9. Safety, Subtitle A. Public Safety, Chapter 752. 18
High Voltage Overhead Lines. 19
1.4 ADMINISTRATIVE REQUIREMENTS 20
A. Coordination with the Texas Department of Transportation 21
1. When work in the right-of-way which is under the jurisdiction of the Texas 22
Department of Transportation (TxDOT): 23
a. Notify the Texas Department of Transportation prior to commencing any work 24
therein in accordance with the provisions of the permit 25
b. All work performed in the TxDOT right-of-way shall be performed in 26
compliance with and subject to approval from the Texas Department of 27
Transportation 28
B. Work near High Voltage Lines 29
1. Regulatory Requirements 30
a. All Work near High Voltage Lines (more than 600 volts measured between 31
conductors or between a conductor and the ground) shall be in accordance with 32
Health and Safety Code, Title 9, Subtitle A, Chapter 752. 33
2. Warning sign 34
a. Provide sign of sufficient size meeting all OSHA requirements. 35
3. Equipment operating within 10 feet of high voltage lines will require the following 36
safety features 37
a. Insulating cage-type of guard about the boom or arm 38
b. Insulator links on the lift hook connections for back hoes or dippers 39
c. Equipment must meet the safety requirements as set forth by OSHA and the 40
safety requirements of the owner of the high voltage lines 41
4. Work within 6 feet of high voltage electric lines 42
a. Notification shall be given to: 43
1) The power company (example: ONCOR) 44
01 35 13 - 3
SPECIAL PROJECT PROCEDURES
Page 3 of 8
CITY OF FORT WORTH Valley Brook Phase 8
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 105917
Revised March 11, 2022
a) Maintain an accurate log of all such calls to power company and record 1
action taken in each case. 2
b. Coordination with power company 3
1) After notification coordinate with the power company to: 4
a) Erect temporary mechanical barriers, de-energize the lines, or raise or 5
lower the lines 6
c. No personnel may work within 6 feet of a high voltage line before the above 7
requirements have been met. 8
C. Confined Space Entry Program 9
1. Provide and follow approved Confined Space Entry Program in accordance with 10
OSHA requirements. 11
2. Confined Spaces include: 12
a. Manholes 13
b. All other confined spaces in accordance with OSHA’s Permit Required for 14
Confined Spaces 15
D. Use of Explosives, Drop Weight, Etc. 16
1. When Contract Documents permit on the project the following will apply: 17
a. Public Notification 18
1) Submit notice to City and proof of adequate insurance coverage, 24 hours 19
prior to commencing. 20
2) Minimum 24 hour public notification in accordance with Section 01 31 13 21
E. Water Department Coordination 22
1. During the construction of this project, it will be necessary to deactivate, for a 23
period of time, existing lines. The Contractor shall be required to coordinate with 24
the Water Department to determine the best times for deactivating and activating 25
those lines. 26
2. Coordinate any event that will require connecting to or the operation of an existing 27
City water line system with the City’s representative. 28
a. Coordination shall be in accordance with Section 33 12 25. 29
b. If needed, obtain a hydrant water meter from the Water Department for use 30
during the life of named project. 31
c. In the event that a water valve on an existing live system be turned off and on 32
to accommodate the construction of the project is required, coordinate this 33
activity through the appropriate City representative. 34
1) Do not operate water line valves of existing water system. 35
a) Failure to comply will render the Contractor in violation of Texas Penal 36
Code Title 7, Chapter 28.03 (Criminal Mischief) and the Contractor 37
will be prosecuted to the full extent of the law. 38
b) In addition, the Contractor will assume all liabilities and 39
responsibilities as a result of these actions. 40
F. Public Notification Prior to Beginning Construction 41
1. Prior to beginning construction on any block in the project, on a block by block 42
basis, prepare and deliver a notice or flyer of the pending construction to the front 43
door of each residence or business that will be impacted by construction. The notice 44
shall be prepared as follows: 45
a. Post notice or flyer and City of Fort Worth Door Hangers, 7 days prior to 46
beginning any construction activity on each block in the project area. 47
01 35 13 - 4
SPECIAL PROJECT PROCEDURES
Page 4 of 8
CITY OF FORT WORTH Valley Brook Phase 8
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 105917
Revised March 11, 2022
1) Prepare flyer on the Contractor’s letterhead and include the following 1
information: 2
a) Name of Project 3
b) City Project No (CPN) 4
c) Scope of Project (i.e. type of construction activity) 5
d) Actual construction duration within the block 6
e) Name of the contractor’s foreman and phone number 7
f) Name of the City’s inspector and phone number 8
g) City’s after-hours phone number 9
2) A sample of the ‘pre-construction notification’ flyer is attached as Exhibit 10
A. 11
3) City of Fort Worth Door Hangers will be provided to the Contractor for 12
distribution with their notice. 13
4) Submit schedule showing the construction start and finish time for each 14
block of the project to the inspector. 15
5) Deliver flyer to the City Inspector for review prior to distribution. 16
b. No construction will be allowed to begin on any block until the flyer and door 17
hangers are delivered to all residents of the block. 18
G. Public Notification of Temporary Water Service Interruption during Construction 19
1. In the event it becomes necessary to temporarily shut down water service to 20
residents or businesses during construction, prepare and deliver a notice or flyer of 21
the pending interruption to the front door of each affected resident. 22
2. Prepared notice as follows: 23
a. The notification or flyer shall be posted 24 hours prior to the temporary 24
interruption. 25
b. Prepare flyer on the contractor’s letterhead and include the following 26
information: 27
1) Name of the project 28
2) City Project Number 29
3) Date of the interruption of service 30
4) Period the interruption will take place 31
5) Name of the contractor’s foreman and phone number 32
6) Name of the City’s inspector and phone number 33
c. A sample of the temporary water service interruption notification is attached as 34
Exhibit B. 35
d. Deliver a copy of the temporary interruption notification to the City inspector 36
for review prior to being distributed. 37
e. No interruption of water service can occur until the flyer has been delivered to 38
all affected residents and businesses. 39
f. Electronic versions of the sample flyers can be obtained from the Project 40
Construction Inspector. 41
H. Coordination with United States Army Corps of Engineers (USACE) 42
1. At locations in the Project where construction activities occur in areas where 43
USACE permits are required, meet all requirements set forth in each designated 44
permit. 45
I. Coordination within Railroad Permit Areas 46
01 35 13 - 5
SPECIAL PROJECT PROCEDURES
Page 5 of 8
CITY OF FORT WORTH Valley Brook Phase 8
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 105917
Revised March 11, 2022
1. At locations in the project where construction activities occur in areas where 1
railroad permits are required, meet all requirements set forth in each designated 2
railroad permit. This includes, but is not limited to, provisions for: 3
a. Flagmen 4
b. Inspectors 5
c. Safety training 6
d. Additional insurance 7
e. Insurance certificates 8
f. Other employees required to protect the right-of-way and property of the 9
Railroad Company from damage arising out of and/or from the construction of 10
the project. Proper utility clearance procedures shall be used in accordance 11
with the permit guidelines. 12
2. Obtain any supplemental information needed to comply with the railroad’s 13
requirements. 14
3. Railroad Flagmen 15
a. Submit receipts to City for verification of working days that railroad flagmen 16
were present on Site. 17
J. Dust Control 18
1. Use acceptable measures to control dust at the Site. 19
a. If water is used to control dust, capture and properly dispose of waste water. 20
b. If wet saw cutting is performed, capture and properly dispose of slurry. 21
K. Employee Parking 22
1. Provide parking for employees at locations approved by the City. 23
1.5 SUBMITTALS [NOT USED] 24
1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 25
1.7 CLOSEOUT SUBMITTALS [NOT USED] 26
1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 27
1.9 QUALITY ASSURANCE [NOT USED] 28
1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 29
1.11 FIELD [SITE] CONDITIONS [NOT USED] 30
1.12 WARRANTY [NOT USED] 31
PART 2 - PRODUCTS [NOT USED] 32
PART 3 - EXECUTION [NOT USED] 33
34
END OF SECTION 35
36
01 35 13 - 6
SPECIAL PROJECT PROCEDURES
Page 6 of 8
CITY OF FORT WORTH Valley Brook Phase 8
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 105917
Revised March 11, 2022
Revision Log
DATE NAME SUMMARY OF CHANGE
8/31/2012 D. Johnson
1.4.B – Added requirement of compliance with Health and Safety Code, Title 9.
Safety, Subtitle A. Public Safety, Chapter 752. High Voltage Overhead Lines.
1.4.E – Added Contractor responsibility for obtaining a TCEQ Air Permit
3/11/2022 M Owen
Remove references to Air Pollution watch Days and NCTCOG Clean construction
Specification requirements. Clarify need for Door Hangers under in addition to
contractor notification of public.
1
01 35 13 - 7
SPECIAL PROJECT PROCEDURES
Page 7 of 8
CITY OF FORT WORTH Valley Brook Phase 8
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 105917
Revised March 11, 2022
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 - 8
SPECIAL PROJECT PROCEDURES
Page 8 of 8
CITY OF FORT WORTH Valley Brook Phase 8
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 105917
Revised March 11, 2022
EXHIBIT B 1
2
3
4
01 45 23
TESTING AND INSPECTION SERVICES
Page 1 of 2
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number]
Revised March 9, 2020
SECTION 01 45 23
TESTING AND INSPECTION SERVICES
PART 1 - GENERAL
1.1 SUMMARY
A. Section Includes:
1. Testing and inspection services procedures and coordination
B. Deviations from this City of Fort Worth Standard Specification
1. None.
C. Related Specification Sections include, but are not necessarily limited to:
1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract
2. Division 1 – General Requirements
1.2 PRICE AND PAYMENT PROCEDURES
A. Measurement and Payment
1. Work associated with this Item is considered subsidiary to the various Items bid.
No separate payment will be allowed for this Item.
a. Contractor is responsible for performing, coordinating, and payment of all
Quality Control testing.
b. City is responsible for performing and payment for first set of Quality
Assurance testing.
1) If the first Quality Assurance test performed by the City fails, the
Contractor is responsible for payment of subsequent Quality Assurance
testing until a passing test occurs.
a) Final acceptance will not be issued by City until all required payments
for testing by Contractor have been paid in full.
1.3 REFERENCES [NOT USED]
1.4 ADMINISTRATIVE REQUIREMENTS
A. Testing
1. Complete testing in accordance with the Contract Documents.
2. Coordination
a. When testing is required to be performed by the City, notify City, sufficiently
in advance, when testing is needed.
b. When testing is required to be completed by the Contractor, notify City,
sufficiently in advance, that testing will be performed.
3. Distribution of Testing Reports
a. Electronic Distribution
1) Confirm development of Project directory for electronic submittals to be
uploaded to the City’s document management system, or another external
FTP site approved by the City.
01 45 23
TESTING AND INSPECTION SERVICES
Page 2 of 2
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number]
Revised March 9, 2020
2) Upload test reports to designated project directory and notify appropriate
City representatives via email of submittal posting.
3) Hard Copies
a) 1 copy for all submittals submitted to the Project Representative
b. Hard Copy Distribution (if required in lieu of electronic distribution)
1) Tests performed by City
a) Distribute 1 hard copy to the Contractor
2) Tests performed by the Contractor
a) Distribute 3 hard copies to City’s Project Representative
4. Provide City’s Project Representative with trip tickets for each delivered load of
Concrete or Lime material including the following information:
a. Name of pit
b. Date of delivery
c. Material delivered
B. Inspection
1. Inspection or lack of inspection does not relieve the Contractor from obligation to
perform work in accordance with the Contract Documents.
1.5 SUBMITTALS [NOT USED]
1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED]
1.7 CLOSEOUT SUBMITTALS [NOT USED]
1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
1.9 QUALITY ASSURANCE [NOT USED]
1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED]
1.11 FIELD [SITE] CONDITIONS [NOT USED]
1.12 WARRANTY [NOT USED]
PART 2 - PRODUCTS [NOT USED]
PART 3 - EXECUTION [NOT USED]
END OF SECTION
Revision Log
DATE NAME SUMMARY OF CHANGE
3/9/2020 D.V. Magaña Removed reference to Buzzsaw and noted that electronic submittals be uploaded
through the City’s document management system.
01 50 00 - 1
TEMPORARY FACILITIES AND CONTROLS
Page 1 of 4
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number]
Revised July 1, 2011
SECTION 01 50 00
TEMPORARY FACILITIES AND CONTROLS
PART 1 - GENERAL
1.1 SUMMARY
A. Section Includes:
1. Provide temporary facilities and controls needed for the Work including, but not
necessarily limited to:
a. Temporary utilities
b. Sanitary facilities
c. Storage Sheds and Buildings
d. Dust control
e. Temporary fencing of the construction site
B. Deviations from this City of Fort Worth Standard Specification
1. None.
C. Related Specification Sections include, but are not necessarily limited to:
1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract
2. Division 1 – General Requirements
1.2 PRICE AND PAYMENT PROCEDURES
A. Measurement and Payment
1. Work associated with this Item is considered subsidiary to the various Items bid.
No separate payment will be allowed for this Item.
1.3 REFERENCES [NOT USED]
1.4 ADMINISTRATIVE REQUIREMENTS
A. Temporary Utilities
1. Obtaining Temporary Service
a. Make arrangements with utility service companies for temporary services.
b. Abide by rules and regulations of utility service companies or authorities
having jurisdiction.
c. Be responsible for utility service costs until Work is approved for Final
Acceptance.
1) Included are fuel, power, light, heat and other utility services necessary for
execution, completion, testing and initial operation of Work.
2. Water
a. Contractor to provide water required for and in connection with Work to be
performed and for specified tests of piping, equipment, devices or other use as
required for the completion of the Work.
b. Provide and maintain adequate supply of potable water for domestic
consumption by Contractor personnel and City’s Project Representatives.
c. Coordination
1) Contact City 1 week before water for construction is desired
01 50 00 - 2
TEMPORARY FACILITIES AND CONTROLS
Page 2 of 4
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number]
Revised July 1, 2011
d. Contractor Payment for Construction Water
1) Obtain construction water meter from City for payment as billed by City’s
established rates.
3. Electricity and Lighting
a. Provide and pay for electric powered service as required for Work, including
testing of Work.
1) Provide power for lighting, operation of equipment, or other use.
b. Electric power service includes temporary power service or generator to
maintain operations during scheduled shutdown.
4. Telephone
a. Provide emergency telephone service at Site for use by Contractor personnel
and others performing work or furnishing services at Site.
5. Temporary Heat and Ventilation
a. Provide temporary heat as necessary for protection or completion of Work.
b. Provide temporary heat and ventilation to assure safe working conditions.
B. Sanitary Facilities
1. Provide and maintain sanitary facilities for persons on Site.
a. Comply with regulations of State and local departments of health.
2. Enforce use of sanitary facilities by construction personnel at job site.
a. Enclose and anchor sanitary facilities.
b. No discharge will be allowed from these facilities.
c. Collect and store sewage and waste so as not to cause nuisance or health
problem.
d. Haul sewage and waste off-site at no less than weekly intervals and properly
dispose in accordance with applicable regulation.
3. Locate facilities near Work Site and keep clean and maintained throughout Project.
4. Remove facilities at completion of Project
C. Storage Sheds and Buildings
1. Provide adequately ventilated, watertight, weatherproof storage facilities with floor
above ground level for materials and equipment susceptible to weather damage.
2. Storage of materials not susceptible to weather damage may be on blocks off
ground.
3. Store materials in a neat and orderly manner.
a. Place materials and equipment to permit easy access for identification,
inspection and inventory.
4. Equip building with lockable doors and lighting, and provide electrical service for
equipment space heaters and heating or ventilation as necessary to provide storage
environments acceptable to specified manufacturers.
5. Fill and grade site for temporary structures to provide drainage away from
temporary and existing buildings.
6. Remove building from site prior to Final Acceptance.
D. Temporary Fencing
1. Provide and maintain for the duration or construction when required in contract
documents
E. Dust Control
01 50 00 - 3
TEMPORARY FACILITIES AND CONTROLS
Page 3 of 4
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number]
Revised July 1, 2011
1. Contractor is responsible for maintaining dust control through the duration of the
project.
a. Contractor remains on-call at all times
b. Must respond in a timely manner
F. Temporary Protection of Construction
1. Contractor or subcontractors are responsible for protecting Work from damage due
to weather.
1.5 SUBMITTALS [NOT USED]
1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED]
1.7 CLOSEOUT SUBMITTALS [NOT USED]
1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
1.9 QUALITY ASSURANCE [NOT USED]
1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED]
1.11 FIELD [SITE] CONDITIONS [NOT USED]
1.12 WARRANTY [NOT USED]
PART 2 - PRODUCTS [NOT USED]
PART 3 - EXECUTION [NOT USED]
3.1 INSTALLERS [NOT USED]
3.2 EXAMINATION [NOT USED]
3.3 PREPARATION [NOT USED]
3.4 INSTALLATION
A. Temporary Facilities
1. Maintain all temporary facilities for duration of construction activities as needed.
3.5 [REPAIR] / [RESTORATION]
3.6 RE-INSTALLATION
3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED]
3.8 SYSTEM STARTUP [NOT USED]
3.9 ADJUSTING [NOT USED]
3.10 CLEANING [NOT USED]
3.11 CLOSEOUT ACTIVITIES
A. Temporary Facilities
01 50 00 - 4
TEMPORARY FACILITIES AND CONTROLS
Page 4 of 4
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number]
Revised July 1, 2011
1. Remove all temporary facilities and restore area after completion of the Work, to a
condition equal to or better than prior to start of Work.
3.12 PROTECTION [NOT USED]
3.13 MAINTENANCE [NOT USED]
3.14 ATTACHMENTS [NOT USED]
END OF SECTION
Revision Log
DATE NAME SUMMARY OF CHANGE
01 55 26 - 1
STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL
Page 1 of 3
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number]
Revised March 22, 2021
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 Sectio ns 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 consid ered 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 REQUI REMENTS 26
A. Traffic Control 27
1. General 28
a. Contractor shall minimize lane closures and impact to vehicular/pedestrian 29
traffic. 30
b. When traffic control plans are included in the Drawings , provide Traffic 31
Control in accordance with Drawings and Section 34 71 13. 32
c. When traffic control plans are not included in the Drawings , prepare traffic 33
control plans in accordance with Section 34 71 13 and submit to City for 34
review. 35
1) Allow minimum 10 working days for review of proposed Traffic Control. 36
01 55 26 - 2
STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL
Page 2 of 3
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number]
Revised March 22, 2021
2) A t raffic control “Typical” published by City of Fort Worth, the Texas 1
Manual Unified Traffic Control Devices (TMUTCD) or Texas Department 2
of Transportation (TxDOT) can be used as an alternative to preparing 3
project/site specific traffic control plan if the typical is applicable to the 4
specific project/site. 5
B. Street Use Permit 6
1. Prior to installation of Traffic Control, a City Street Use Permit is required. 7
a. To obtain Street Use Permit, s ubmit Traffic Control Plans to City 8
Transportation and Public Works Department. 9
1) Allow a minimum of 5 working days for permit review. 10
2) It is the Contractor’s responsibility to coordinate review of Traffic Control 11
plans for Street Use Permit, such that construction is not delayed. 12
C. Modification to Approved Traffic Control 13
1. Prior to installation traffic control: 14
a. Submit revised traffic control plans to City Department Transportation and 15
Public Works Department. 16
1) Revise Traffic Control plans in accordance with Section 34 71 13. 17
2) Allow minimum 5 working days for review of revised Traffic Control. 18
3) It is the Contractor’s responsibility to coordinate review of Traffic Control 19
plans for Street Use Permit, such that construction is not delayed. 20
D. Removal of Street Sign 21
1. If it is determined that a street sign must be removed for construction, then contact 22
City Transportation and Public Works Department, Signs and Markings Division to 23
remove the sign. 24
E. Temporary Signage 25
1. In the case of regulatory signs, replace permanent sign with temporary sign meeting 26
requirements of the latest edition of the Texas Manual on Uniform Traffic Control 27
Devices (MUTCD). 28
2. Install temporary sign before the removal of permanent sign. 29
3. When construction is complete, to the extent that the permanent sign can be 30
reinstalled, contact the City Transportation and Public Works Department, Signs 31
and Markings Division, to reinstall the permanent sign. 32
F. Traffic Control Standards 33
1. Traffic Control Standards can be found on the City’s website. 34
1.5 SUBMITTALS [NOT USED] 35
A. Submit all required documentation to City’s Project Representative. 36
01 55 26 - 3
STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL
Page 3 of 3
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number]
Revised March 22, 2021
1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTA LS [NOT USED] 1
1.7 CLOSEOUT SUBMITTALS [NOT USED] 2
1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 3
1.9 QUALITY ASSURANCE [NOT USED] 4
1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 5
1.11 FIELD [SITE] CONDITIONS [NOT USED] 6
1.12 WARRANTY [NOT USED] 7
PART 2 - PRODUCTS [NOT USED ] 8
PART 3 - EXECUTION [NOT USED ] 9
END OF SECTION 10
11
Revision Log
DATE NAME SUMMARY OF CHANGE
3/22/2021 M Owen
1.4 A. Added language to emphasize minimizing of lane closures and impact to
traffic.
1.4 A. 1. c. Added language to allow for use of published traffic control “Typicals” if
applicable to specific project/site.
1.4 F. 1) Removed reference to Buzzsaw
1.5 Added language re : submittal of permit
12
01 57 13 - 1
STORM WATER POLLUTION PREVENTION
Page 1 of 3
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number]
Revised July 1, 2011
SECTION 01 57 13
STORM WATER POLLUTION PREVENTION
PART 1 - GENERAL
1.1 SUMMARY
A. Section Includes:
1. Procedures for Storm Water Pollution Prevention Plans
B. Deviations from this City of Fort Worth Standard Specification
1. None.
C. Related Specification Sections include, but are not necessarily limited to:
1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the
Contract
2. Division 1 – General Requirements
3. Section 31 25 00 – Erosion and Sediment Control
1.2 PRICE AND PAYMENT PROCEDURES
A. Measurement and Payment
1. Construction Activities resulting in less than 1 acre of disturbance
a. Work associated with this Item is considered subsidiary to the various Items
bid. No separate payment will be allowed for this Item.
2. Construction Activities resulting in greater than 1 acre of disturbance
a. Measurement and Payment shall be in accordance with Section 31 25 00.
1.3 REFERENCES
A. Abbreviations and Acronyms
1. Notice of Intent: NOI
2. Notice of Termination: NOT
3. Storm Water Pollution Prevention Plan: SWPPP
4. Texas Commission on Environmental Quality: TCEQ
5. Notice of Change: NOC
A. Reference Standards
1. Reference standards cited in this Specification refer to the current reference
standard published at the time of the latest revision date logged at the end of this
Specification, unless a date is specifically cited.
2. Integrated Storm Management (iSWM) Technical Manual for Construction
Controls
1.4 ADMINISTRATIVE REQUIREMENTS
A. General
1. Contractor is responsible for resolution and payment of any fines issued associated
with compliance to Stormwater Pollution Prevention Plan.
01 57 13 - 2
STORM WATER POLLUTION PREVENTION
Page 2 of 3
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number]
Revised July 1, 2011
B. Construction Activities resulting in:
1. Less than 1 acre of disturbance
a. Provide erosion and sediment control in accordance with Section 31 25 00 and
Drawings.
2. 1 to less than 5 acres of disturbance
a. Texas Pollutant Discharge Elimination System (TPDES) General Construction
Permit is required
b. Complete SWPPP in accordance with TCEQ requirements
1) TCEQ Small Construction Site Notice Required under general permit
TXR150000
a) Sign and post at job site
b) Prior to Preconstruction Meeting, send 1 copy to City Department of
Transportation and Public Works, Environmental Division, (817) 392-
6088.
2) Provide erosion and sediment control in accordance with:
a) Section 31 25 00
b) The Drawings
c) TXR150000 General Permit
d) SWPPP
e) TCEQ requirements
3. 5 acres or more of Disturbance
a. Texas Pollutant Discharge Elimination System (TPDES) General Construction
Permit is required
b. Complete SWPPP in accordance with TCEQ requirements
1) Prepare a TCEQ NOI form and submit to TCEQ along with required fee
a) Sign and post at job site
b) Send copy to City Department of Transportation and Public Works,
Environmental Division, (817) 392-6088.
2) TCEQ Notice of Change required if making changes or updates to NOI
3) Provide erosion and sediment control in accordance with:
a) Section 31 25 00
b) The Drawings
c) TXR150000 General Permit
d) SWPPP
e) TCEQ requirements
4) Once the project has been completed and all the closeout requirements of
TCEQ have been met a TCEQ Notice of Termination can be submitted.
a) Send copy to City Department of Transportation and Public Works,
Environmental Division, (817) 392-6088.
1.5 SUBMITTALS
A. SWPPP
1. Submit in accordance with Section 01 33 00, except as stated herein.
a. Prior to the Preconstruction Meeting, submit a draft copy of SWPPP to the City
as follows:
1) 1 copy to the City Project Manager
a) City Project Manager will forward to the City Department of
Transportation and Public Works, Environmental Division for review
01 57 13 - 3
STORM WATER POLLUTION PREVENTION
Page 3 of 3
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number]
Revised July 1, 2011
B. Modified SWPPP
1. If the SWPPP is revised during construction, resubmit modified SWPPP to the City
in accordance with Section 01 33 00.
1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED]
1.7 CLOSEOUT SUBMITTALS [NOT USED]
1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
1.9 QUALITY ASSURANCE [NOT USED]
1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED]
1.11 FIELD [SITE] CONDITIONS [NOT USED]
1.12 WARRANTY [NOT USED]
PART 2 - PRODUCTS [NOT USED]
PART 3 - EXECUTION [NOT USED]
END OF SECTION
Revision Log
DATE NAME SUMMARY OF CHANGE
01 60 00
PRODUCT REQUIREMENTS
Page 1 of 2
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number]
Revised March 9, 2020
SECTION 01 60 00
PRODUCT REQUIREMENTS
PART 1 - GENERAL
1.1 SUMMARY
A. Section Includes:
1. References for Product Requirements and City Standard Products List
B. Deviations from this City of Fort Worth Standard Specification
1. None.
C. Related Specification Sections include, but are not necessarily limited to:
1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract
2. Division 1 – General Requirements
1.2 PRICE AND PAYMENT PROCEDURES [NOT USED]
1.3 REFERENCES [NOT USED]
1.4 ADMINISTRATIVE REQUIREMENTS
A. A list of City approved products for use is available through the City’s website at:
https://apps.fortworthtexas.gov/ProjectResources/ and following the directory path;
02 - Construction Documents/Standard Products List
B. Only products specifically included on City’s Standard Product List in these Contract
Documents shall be allowed for use on the Project.
1. Any subsequently approved products will only be allowed for use upon specific
approval by the City.
C. Any specific product requirements in the Contract Documents supersede similar
products included on the City’s Standard Product List.
1. The City reserves the right to not allow products to be used for certain projects even
though the product is listed on the City’s Standard Product List.
D. Although a specific product is included on City’s Standard Product List, not all
products from that manufacturer are approved for use, including but not limited to, that
manufacturer’s standard product.
E. See Section 01 33 00 for submittal requirements of Product Data included on City’s
Standard Product List.
1.5 SUBMITTALS [NOT USED]
1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED]
1.7 CLOSEOUT SUBMITTALS [NOT USED]
1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
1.9 QUALITY ASSURANCE [NOT USED]
01 60 00
PRODUCT REQUIREMENTS
Page 2 of 2
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number]
Revised March 9, 2020
1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED]
1.11 FIELD [SITE] CONDITIONS [NOT USED]
1.12 WARRANTY [NOT USED]
PART 2 - PRODUCTS [NOT USED]
PART 3 - EXECUTION [NOT USED]
END OF SECTION
Revision Log
DATE NAME SUMMARY OF CHANGE
10/12/12 D. Johnson Modified Location of City’s Standard Product List
3/9/2020 D.V. Magaña Removed reference to Buzzsaw and noted that the City approved products list is
accessible through the City’s website.
01 66 00 - 1
PRODUCT STORAGE AND HANDLING REQUIREMENTS
Page 1 of 4
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number]
Revised July 1, 2011
SECTION 01 66 00
PRODUCT STORAGE AND HANDLING REQUIREMENTS
PART 1 - GENERAL
1.1 SUMMARY
A. Section Includes:
1. Scheduling of product delivery
2. Packaging of products for delivery
3. Protection of products against damage from:
a. Handling
b. Exposure to elements or harsh environments
B. Deviations from this City of Fort Worth Standard Specification
1. None.
C. Related Specification Sections include, but are not necessarily limited to:
1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract
2. Division 1 – General Requirements
1.2 PRICE AND PAYMENT PROCEDURES
A. Measurement and Payment
1. Work associated with this Item is considered subsidiary to the various Items bid.
No separate payment will be allowed for this Item.
1.3 REFERENCES [NOT USED]
1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED]
1.5 SUBMITTALS [NOT USED]
1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED]
1.7 CLOSEOUT SUBMITTALS [NOT USED]
1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
1.9 QUALITY ASSURANCE [NOT USED]
1.10 DELIVERY AND HANDLING
A. Delivery Requirements
1. Schedule delivery of products or equipment as required to allow timely installation
and to avoid prolonged storage.
2. Provide appropriate personnel and equipment to receive deliveries.
3. Delivery trucks will not be permitted to wait extended periods of time on the Site
for personnel or equipment to receive the delivery.
01 66 00 - 2
PRODUCT STORAGE AND HANDLING REQUIREMENTS
Page 2 of 4
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number]
Revised July 1, 2011
4. Deliver products or equipment in manufacturer's original unbroken cartons or other
containers designed and constructed to protect the contents from physical or
environmental damage.
5. Clearly and fully mark and identify as to manufacturer, item and installation
location.
6. Provide manufacturer's instructions for storage and handling.
B. Handling Requirements
1. Handle products or equipment in accordance with these Contract Documents and
manufacturer’s recommendations and instructions.
C. Storage Requirements
1. Store materials in accordance with manufacturer’s recommendations and
requirements of these Specifications.
2. Make necessary provisions for safe storage of materials and equipment.
a. Place loose soil materials and materials to be incorporated into Work to prevent
damage to any part of Work or existing facilities and to maintain free access at
all times to all parts of Work and to utility service company installations in
vicinity of Work.
3. Keep materials and equipment neatly and compactly stored in locations that will
cause minimum inconvenience to other contractors, public travel, adjoining owners,
tenants and occupants.
a. Arrange storage to provide easy access for inspection.
4. Restrict storage to areas available on construction site for storage of material and
equipment as shown on Drawings, or approved by City’s Project Representative.
5. Provide off-site storage and protection when on-site storage is not adequate.
a. Provide addresses of and access to off-site storage locations for inspection by
City’s Project Representative.
6. Do not use lawns, grass plots or other private property for storage purposes without
written permission of owner or other person in possession or control of premises.
7. Store in manufacturers’ unopened containers.
8. Neatly, safely and compactly stack materials delivered and stored along line of
Work to avoid inconvenience and damage to property owners and general public
and maintain at least 3 feet from fire hydrant.
9. Keep public and private driveways and street crossings open.
10. Repair or replace damaged lawns, sidewalks, streets or other improvements to
satisfaction of City’s Project Representative.
a. Total length which materials may be distributed along route of construction at
one time is 1,000 linear feet, unless otherwise approved in writing by City’s
Project Representative.
01 66 00 - 3
PRODUCT STORAGE AND HANDLING REQUIREMENTS
Page 3 of 4
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number]
Revised July 1, 2011
1.11 FIELD [SITE] CONDITIONS [NOT USED]
1.12 WARRANTY [NOT USED]
PART 2 - PRODUCTS [NOT USED]
PART 3 - EXECUTION
3.1 INSTALLERS [NOT USED]
3.2 EXAMINATION [NOT USED]
3.3 PREPARATION [NOT USED]
3.4 ERECTION [NOT USED]
3.5 REPAIR / RESTORATION [NOT USED]
3.6 RE-INSTALLATION [NOT USED]
3.7 FIELD [OR] SITE QUALITY CONTROL
A. Tests and Inspections
1. Inspect all products or equipment delivered to the site prior to unloading.
B. Non-Conforming Work
1. Reject all products or equipment that are damaged, used or in any other way
unsatisfactory for use on the project.
3.8 SYSTEM STARTUP [NOT USED]
3.9 ADJUSTING [NOT USED]
3.10 CLEANING [NOT USED]
3.11 CLOSEOUT ACTIVITIES [NOT USED]
3.12 PROTECTION
A. Protect all products or equipment in accordance with manufacturer's written directions.
B. Store products or equipment in location to avoid physical damage to items while in
storage.
C. Protect equipment from exposure to elements and keep thoroughly dry if required by
the manufacturer.
3.13 MAINTENANCE [NOT USED]
3.14 ATTACHMENTS [NOT USED]
END OF SECTION
01 66 00 - 4
PRODUCT STORAGE AND HANDLING REQUIREMENTS
Page 4 of 4
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number]
Revised July 1, 2011
Revision Log
DATE NAME SUMMARY OF CHANGE
01 70 00 - 1
MOBILIZATION AND REMOBILIZATION
Page 1 of 6
CITY OF FORT WORTH Valley Brook Phase 8
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 105917
Revised November 22, 2016
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
MOBILIZATION AND REMOBILIZATION
Page 2 of 6
CITY OF FORT WORTH Valley Brook Phase 8
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 105917
Revised November 22, 2016
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 [Consult City Department/Division for direction on if 25
Mobilization pay item to be included or the item should be subsidiary. Include the 26
appropriate Section 1.2 A. 1.] 27
1. Mobilization and Demobilization 28
a. Measure 29
1) This Item will be measured by the lump sum or each as the work 30
progresses. Mobilization is calculated on the base bid only and will not be 31
paid for separately on any additive alternate items added to the Contract. 32
2) Demobilization shall be considered subsidiary to the various bid items. 33
b. Payment 34
1) For this Item, the adjusted Contract amount will be calculated as the total 35
Contract amount less the lump sum for mobilization. Mobilization shall be 36
made in partial payments as follows: 37
a) When 1% of the adjusted Contract amount for construction Items is 38
earned, 50% of the mobilization lump sum bid or [Insert ½ the maximum 39
allowed] % of the total Contract amount, whichever is less, will be paid. 40
b) When 5% of the adjusted Contract amount for construction Items is 41
earned, 75% of the mobilization lump sum bid or [Insert the maximum 42
allowed]% of the total Contract amount, whichever is less, will be paid. 43
Previous payments under the Item will be deducted from this amount. 44
01 70 00 - 3
MOBILIZATION AND REMOBILIZATION
Page 3 of 6
CITY OF FORT WORTH Valley Brook Phase 8
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 105917
Revised November 22, 2016
c) When 10% of the adjusted Contract amount for construction Items is 1
earned, 100% of the mobilization lump sum bid or [Insert the maximum 2
allowed]% of the total Contract amount, whichever is less, will be paid. 3
Previous payments under the Item will be deducted from this amount. 4
d) A bid containing a total for “Mobilization” in excess of [Insert 5
maximum allowed] % of total contract shall be considered unbalanced 6
and a cause for consideration of rejection. 7
e) The Lump Sum bid for “Mobilization – Paving/Drainage” shall NOT 8
include any cost or sum for mobilization items associated with 9
water/sewer items. Those costs shall be included in the various 10
water/sewer bid Items. Otherwise the bid Items shall be considered 11
unbalanced and a cause for consideration of rejection. 12
f) The Lump Sum bid for “Mobilization – Paving” shall NOT include 13
any cost or sum for mobilization items associated with drainage items. 14
Those costs shall be included in the “Mobilization – Drainage” Lump 15
Sum bid Item. Otherwise the bid Items shall be considered unbalanced 16
and a cause for consideration of rejection. 17
g) The Lump Sum bid for “Mobilization – Drainage” shall NOT 18
include any cost or sum for mobilization items associated with paving 19
items. Those costs shall be included in the “Mobilization – Paving” 20
Lump Sum bid Item. Otherwise the bid Items shall be considered 21
unbalanced and a cause for consideration of rejection. 22
2) The work performed and materials furnished for demobilization in 23
accordance with this Item are subsidiary to the various Items bid and no other 24
compensation will be allowed. 25
[OR] 26
1. Mobilization and Demobilization [If multiple “Mobilization” bid items are used 27
due to different funding (ex. Water and Sewer and Paving and/or Drainage) – 28
Provide detail of each bid item - Consultant to provide detail for each bid item 29
(typically Water/Sewer will be subsidiary and Paving/Drainage will be LS, with 30
possibly separate bid items for Paving and Drainage due to funding).] 31
a. Measure 32
1) This item for Water/Sewer improvements is considered subsidiary to the 33
various Items bid. 34
2) “Mobilization – Paving,” “Mobilization – Drainage,” and/or “Mobilization 35
– Paving/Drainage” will be measured by the lump sum or each as the work 36
progresses. Mobilization is calculated on the base bid only and will not be 37
paid for separately on any additive alternate items added to the Contract. 38
3) Demobilization shall be considered subsidiary to the various bid items. 39
b. Payment 40
1) The work performed and materials furnished in accordance with this Item 41
for Water/Sewer improvements are subsidiary to the various Items bid and no 42
other compensation will be allowed. 43
2) “Mobilization – Paving,” “Mobilization – Drainage,” and/or “Mobilization 44
– Paving/Drainage”, the adjusted Contract amount will be calculated as the 45
total Contract amount for paving, drainage or paving/drainage improvements 46
less the lump sum for mobilization. Mobilization shall be made in partial 47
payments as follows: 48
01 70 00 - 4
MOBILIZATION AND REMOBILIZATION
Page 4 of 6
CITY OF FORT WORTH Valley Brook Phase 8
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 105917
Revised November 22, 2016
a) When 1% of the adjusted Contract amount for construction Items is 1
earned, 50% of the mobilization lump sum bid or [Insert ½ the maximum 2
allowed] % of the total paving, drainage, or paving/drainage Contract 3
amount, whichever is less, will be paid. 4
b) When 5% of the adjusted Contract amount for construction Items is 5
earned, 75% of the mobilization lump sum bid or [Insert the maximum 6
allowed]% of the total paving, drainage, or paving/drainage Contract 7
amount, whichever is less, will be paid. Previous payments under the Item 8
will be deducted from this amount. 9
c) When 10% of the adjusted Contract amount for construction Items is 10
earned, 100% of the mobilization lump sum bid or [Insert the maximum 11
allowed]% of the total paving, drainage, or paving/drainage Contract 12
amount, whichever is less, will be paid. Previous payments under the Item 13
will be deducted from this amount. 14
d) A bid containing a total for “Mobilization” in excess of [Insert 15
maximum allowed] % of total paving, drainage or paving/drainage 16
contract shall be considered unbalanced and a cause for consideration 17
of rejection. 18
3) The work performed and materials furnished for demobilization in 19
accordance with this Item are subsidiary to the various Items bid and no other 20
compensation will be allowed. 21
2. Remobilization for suspension of Work as specifically required in the Contract 22
Documents 23
a. Measurement 24
1) Measurement for this Item shall be per each remobilization performed. 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 “Specified Remobilization” in accordance with Contract 29
Documents. 30
c. The price shall include: 31
1) Demobilization as described in Section 1.1.A.2.a.1) 32
2) Remobilization as described in Section 1.1.A.2.a.2) 33
d. No payments will be made for standby, idle time, or lost profits associated this 34
Item. 35
3. Remobilization for suspension of Work as required by City 36
a. Measurement and Payment 37
1) This shall be submitted as a Contract Claim in accordance with Article 10 38
of Section 00 72 00. 39
2) No payments will be made for standby, idle time, or lost profits associated 40
with this Item. 41
4. Mobilizations and Demobilizations for Miscellaneous Projects 42
a. Measurement 43
1) Measurement for this Item shall be for each Mobilization and 44
Demobilization required by the Contract Documents 45
b. Payment 46
01 70 00 - 5
MOBILIZATION AND REMOBILIZATION
Page 5 of 6
CITY OF FORT WORTH Valley Brook Phase 8
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 105917
Revised November 22, 2016
1) The Work performed and materials furnished in accordance with this Item 1
and measured as provided under “Measurement” will be paid for at the unit 2
price per each “Work Order Mobilization” in accordance with Contract 3
Documents. Demobilization shall be considered subsidiary to mobilization 4
and shall not be paid for separately. 5
c. The price shall include: 6
1) Mobilization as described in Section 1.1.A.3.a.1) 7
2) Demobilization as described in Section 1.1.A.3.a.2) 8
d. No payments will be made for standby, idle time, or lost profits associated this 9
Item. 10
5. Emergency Mobilizations and Demobilizations for Miscellaneous Projects 11
a. Measurement 12
1) Measurement for this Item shall be for each Mobilization and 13
Demobilization required by the Contract Documents 14
b. Payment 15
1) The Work performed and materials furnished in accordance with this Item 16
and measured as provided under “Measurement” will be paid for at the unit 17
price per each “Work Order Emergency Mobilization” in accordance with 18
Contract Documents. Demobilization shall be considered subsidiary to 19
mobilization and shall not be paid for separately. 20
c. The price shall include 21
1) Mobilization as described in Section 1.1.A.4.a) 22
2) Demobilization as described in Section 1.1.A.3.a.2) 23
d. No payments will be made for standby, idle time, or lost profits associated this 24
Item. 25
1.3 REFERENCES [NOT USED] 26
1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 27
1.5 SUBMITTALS [NOT USED] 28
1.6 INFORMATIONAL SUBMITTALS [NOT USED] 29
1.7 CLOSEOUT SUBMITTALS [NOT USED] 30
1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 31
1.9 QUALITY ASSURANCE [NOT USED] 32
1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 33
1.11 FIELD [SITE] CONDITIONS [NOT USED] 34
1.12 WARRANTY [NOT USED] 35
PART 2 - PRODUCTS [NOT USED] 36
PART 3 - EXECUTION [NOT USED] 37
END OF SECTION 38
01 70 00 - 6
MOBILIZATION AND REMOBILIZATION
Page 6 of 6
CITY OF FORT WORTH Valley Brook Phase 8
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 105917
Revised November 22, 2016
1
Revision Log
DATE NAME SUMMARY OF CHANGE
11/22/16 Michael Owen 1.2 Price and Payment Procedures - Revised specification, including blue text, to
make specification flexible for either subsidiary or paid bid item for Mobilization.
2
O:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\01 71
23.16.01_Attachment A_Survey Staking Standards.docx
Page 1 of 22
Section 01 71 23.01 - Attachment A
Survey Staking Standards
February 2017
O:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\01 71
23.16.01_Attachment A_Survey Staking Standards.docx
Page 2 of 22
These procedures are intended to provide a standard method for construction staking services
associated with the City of Fort Worth projects. These are not to be considered all inclusive, but only as
a general guideline. For projects on TXDOT right-of-way or through joint TXDOT participation,
adherence to the TXDOT Survey Manual shall be followed and if a discrepancy arises, the TXDOT
manual shall prevail. (http://onlinemanuals.txdot.gov/txdotmanuals/ess/ess.pdf)
If you have a unique circumstance, please consult with the project manager, inspector, or survey
department at 817-392-7925.
Table of Contents
I. City of Fort Worth Contact Information
II. Construction Colors
III. Standard Staking Supplies
IV. Survey Equipment, Control, and Datum Standards
V. Water Staking
VI. Sanitary Sewer Staking
VII. Storm Staking
VIII. Curb and Gutter Staking
IX. Cut Sheets
X. As-built Survey
O:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\01 71
23.16.01_Attachment A_Survey Staking Standards.docx
Page 3 of 22
I. Survey Department Contact Information
Physical and mailing address:
8851 Camp Bowie West Boulevard
Suite 300
Fort Worth, Texas 76116
Office: (817) 392-7925
Survey Superintendent, direct line: (817) 392-8971
II. Construction Colors
The following colors shall be used for staking or identifying features in the field. This
includes flagging, paint of laths/stakes, paint of hubs, and any identification such as pin flags
if necessary.
Utility Color
PROPOSED EXCAVATION WHITE
ALL ELECTRIC AND CONDUITS RED
POTABLE WATER BLUE
GAS OR OIL YELLOW
TELEPHONE/FIBER OPTIC ORANGE
SURVEY CONTROL POINTS, BENCHMARKS,
PROPERTY CORNERS, RIGHT-OF-WAYS, AND
ALL PAVING INCLUDING CURB, SIDEWALK, BUILDING CORNERS
PINK
SANITARY SEWER GREEN
IRRIGATION AND RECLAIMED WATER PURPLE
III. Standard Staking Supplies
Item Minimum size
Lath/Stake 36" tall
Wooden Hub (2"x2" min. square preferred) 6" tall
Pin Flags (2.5" x 3.5" preferred) 21" long
Guard Stakes Not required
PK or Mag nails 1" long
Iron Rods (1/2” or greater diameter) 18” long
Survey Marking Paint Water-based
Flagging 1" wide
Marking Whiskers (feathers) 6" long
Tacks (for marking hubs) 3/4" long
O:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\01 71
23.16.01_Attachment A_Survey Staking Standards.docx
Page 4 of 22
IV. Survey Equipment, Control, and Datum Standards
A. City Benchmarks
All city benchmarks can be found here: http://fortworthtexas.gov/itsolutions/GIS/
Look for ‘Zoning Maps’. Under ‘Layers’ , expand ‘Basemap Layers’, and check on
‘Benchmarks’.
B. Conventional or Robotic Total Station Equipment
I. A minimum of a 10 arc-second instrument is required.
II. A copy of the latest calibration report may be requested by the City at any time.
It is recommended that an instrument be calibrated by certified technician at
least 1 occurrence every 6 months.
C. Network/V.R.S. and static GPS Equipment
I. It is critical that the surveyor verify the correct horizontal and vertical datum
prior commencing work. A site calibration may be required and shall consist of
at least 4 control points spaced evenly apart and in varying quadrants.
Additional field checks of the horizontal and vertical accuracies shall be
completed and the City may ask for a copy of the calibration report at any time.
II. Network GPS such as the Western Data Systems or SmartNet systems may be
used for staking of property/R.O.W, forced-main water lines, and rough-grade
only. No GPS staking for concrete, sanitary sewer, storm drain, final grade, or
anything that needs vertical grading with a tolerance of 0.25’ or less is
allowed.
D. Control Points Set
I. All control points set shall be accompanied by a lath with the appropriate
Northing, Easting, and Elevation (if applicable) of the point set. Control points
can be set rebar, ‘X’ in concrete, or any other appropriate item with a stable
base and of a semi-permanent nature. A rebar cap is optional, but preferred if
the cap is marked ‘control point’ or similar wording.
II. Datasheets are required for all control points set.
Datasheet should include:
A. Horizontal and Vertical Datum used, Example: N.A.D.83, North Central Zone
4202, NAVD 88 Elevations
B. Grid or ground distance. – If ground, provide scale factor used and base
point coordinate, Example: C.S.F.=0.999125, Base point=North: 0, East=0
C. Geoid model used, Example: GEOID12A
O:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\01 71
23.16.01_Attachment A_Survey Staking Standards.docx
Page 5 of 22
E. Preferred Grid Datum
Although many plan sets can be in surface coordinates, the City’s preferred grid datum
is listed below. Careful consideration must be taken to verify what datum each project is
in prior to beginning work. It is essential the surveyor be familiar with coordinate
transformations and how a grid/surface/assumed coordinate system affect a project.
Projected Coordinate
System: NAD_1983_StatePlane_Texas_North_Central_FIPS_4202_Feet
Projection: Lambert_Conformal_Conic
False_Easting: 1968500.00000000
False_Northing: 6561666.66666667
Central_Meridian: -98.50000000
Standard_Parallel_1: 32.13333333
Standard_Parallel_2: 33.96666667
Latitude_Of_Origin: 31.66666667
Linear Unit: Foot_US
Geographic Coordinate System: GCS_North_American_1983
Datum: D_North_American_1983
Prime Meridian: Greenwich
Angular Unit: Degree
Note: Regardless of what datum each particular project is in, deliverables to the City
must be converted/translated into this preferred grid datum. 1 copy of the deliverable
should be in the project datum (whatever it may be) and 1 copy should be in the NAD83,
TX North Central 4202 zone. See Preferred File Naming Convention below
F. Preferred Deliverable Format
.txt .csv .dwg .job
G. Preferred Data Format
P,N,E,Z,D,N
Point Number, Northing, Easting, Elevation, Description, Notes (if applicable)
H. Preferred File Naming Convention
This is the preferred format: City Project Number_Description_Datum.csv
Example for a project that has surface coordinates which must be translated:
File 1: C1234_As-built of Water on Main Street_Grid NAD83 TXSP 4202.csv
O:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\01 71
23.16.01_Attachment A_Survey Staking Standards.docx
Page 6 of 22
File 2: C1234_As-built of Water on Main Street_Project Specific Datum.csv
Example Control Stakes
O:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\01 71
23.16.01_Attachment A_Survey Staking Standards.docx
Page 7 of 22
V. Water Staking Standards
O:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\01 71
23.16.01_Attachment A_Survey Staking Standards.docx
Page 8 of 22
A. Centerline Staking – Straight Line Tangents
I. Offset lath/stakes every 200’ on even stations
II. Painted blue lath/stake only, no hub is required
III. Grade is to top of pipe (T/P) for 12” diameter pipes or smaller
IV. Grade to flow line (F/L) for 16” and larger diameter pipes
V. Grade should be 3.50’ below the proposed top of curb line for 10” and smaller
diameter pipes
VI. Grade should be 4.00’ below the proposed top of curb line for 12” and larger
diameter pipes
VII. Cut Sheets are required on all staking and a copy can be received from the
survey superintendent
Optional: Actual stakes shall consist of a 60D nail or hub set with a whisker
B. Centerline Staking - Curves
I. If arc length is greater than 100’, POC (Point of Curvature) offset stakes should
be set at a 25’ interval
II. Same grading guidelines as above
III. Staking of radius points of greater than 100’ may be omitted
C. Water Meter Boxes
I. 7.0’ perpendicular offset is preferred to the center of the box
II. Center of the meter should be 3.0’ behind the proposed face of curb
III. Meter should be staked a minimum of 4.5’ away from the edge of a driveway
IV. Grade is to top of box and should be +0.06’ higher than the proposed top of
curb unless shown otherwise on the plans
D. Fire Hydrants
I. Center of Hydrant should be 3.0’ behind proposed face of curb
II. Survey offset stake should be 7.0’ from the center and perpendicular to the curb
line or water main
III. Grade of hydrants should be +0.30 higher than the adjacent top of curb
E. Water Valves & Vaults
I. Offsets should be perpendicular to the proposed water main
II. RIM grades should only be provided if on plans
Example Water Stakes
O:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\01 71
23.16.01_Attachment A_Survey Staking Standards.docx
Page 9 of 22
VI. Sanitary Sewer Staking
O:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\01 71
23.16.01_Attachment A_Survey Staking Standards.docx
Page 10 of 22
A. Centerline Staking – Straight Line Tangents
I. Inverts shall be field verified and compared against the plans before staking
II. Painted green lath/stake WITH hub and tack or marker dot, no flagging required
III. 1 offset stake between manholes if manholes are 400’ or less apart
IV. Offset stakes should be located at even distances and perpendicular to the
centerline
V. Grades will be per plan and the date of the plans used should be noted
VI. If multiple lines are at one manhole, each line shall have a cut/fill and direction
noted
VII. Stakes at every grade break
VIII. Cut sheets are required on all staking
Optional: Actual stakes shall consist of a 60D nail or hub set with a whisker
B. Centerline Staking – Curves
I. If arc length is greater than 100’, POC (Point of Curvature) offset stakes should
be set at a 25’ interval
II. Staking of radius points of greater than 100’ may be omitted
C. Sanitary Sewer Manholes
I. 2 offset stakes per manhole for the purpose of providing alignment to the
contractor
II. Flowline grade should be on the lath/stake for each flowline and direction noted
III. RIM grade should only be on the stake when provided in the plans
O:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\01 71
23.16.01_Attachment A_Survey Staking Standards.docx
Page 11 of 22
Example Sanitary Sewer Stakes
O:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\01 71
23.16.01_Attachment A_Survey Staking Standards.docx
Page 12 of 22
VII. Storm Sewer & Inlet Staking
A. Centerline Staking – Straight Line Tangents
I. 1 offset stake every 200’ on even stations
II. Grades are to flowline of pipe unless otherwise shown on plans
III. Stakes at every grade break
IV. Cut sheets are required on all staking
Optional: Actual stakes shall consist of a 60D nail or hub set with a whisker
B. Centerline Staking – Curves
I. If arc length is greater than 100’, POC (Point of Curvature) offset stakes should
be set at a 25’ interval
II. Staking of radius points of greater than 100’ may be omitted
C. Storm Drain Inlets
I. Staking distances should be measured from end of wing
II. Standard 10’ Inlet = 16.00’ total length
III. Recessed 10’ Inlet = 20.00’ total length
IV. Standard double 10’ inlet = 26.67’ total length
V. Recessed double 10’ inlet = 30.67’ total length
D. Storm Drain Manholes
I. 2 offset stakes per manhole for the purpose of providing alignment to the
contractor
II. Flowline grade should be on the lath/stake for each flowline and direction noted
III. RIM grade should only be on the stake when provided in the plans
O:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\01 71
23.16.01_Attachment A_Survey Staking Standards.docx
Page 13 of 22
Example Storm Inlet Stakes
O:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\01 71
23.16.01_Attachment A_Survey Staking Standards.docx
Page 14 of 22
VIII. Curb and Gutter Staking
A. Centerline Staking – Straight Line Tangents
V. 1 offset stake every 50’ on even stations
VI. Grades are to top of curb unless otherwise shown on plans
VII. Stakes at every grade break
VIII. Cut sheets are required on all staking
Optional: Actual stakes shall consist of a 60D nail or hub set with a whisker
B. Centerline Staking – Curves
III. If arc length is greater than 100’, POC (Point of Curvature) offset stakes should
be set at a 25’ interval
IV. Staking of radius points of greater than 100’ may be omitted
O:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\01 71
23.16.01_Attachment A_Survey Staking Standards.docx
Page 15 of 22
Example Curb & Gutter Stakes
Example Curb & Gutter Stakes at Intersection
O:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\01 71
23.16.01_Attachment A_Survey Staking Standards.docx
Page 16 of 22
O:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\01 71
23.16.01_Attachment A_Survey Staking Standards.docx
Page 17 of 22
IX. Cut Sheets
A. Date of field work
B. Staking Method (GPS, total station)
C. Project Name
D. City Project Number (Example: C01234)
E. Location (Address, cross streets, GPS coordinate)
F. Survey company name
G. Crew chief name
H. A blank template can be obtained from the survey superintendent (see item I above)
Standard City Cut Sheet
Date:
City Project
Number:
Project Name:
Staking Method: GPS
TOTAL
STATION OTHER
LOCATION:
CONSULTANT/CONTRACTOR
SURVEY CREW INITIALS
ALL GRADES ARE TO FLOWLINE OR TOP OF CURB UNLESS OTHERWISE NOTED.
PT # STATION OFFSET DESCRIPTION PROP. STAKED - CUT + FILL -LT/+RT GRADE ELEV.
O:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\01 71
23.16.01_Attachment A_Survey Staking Standards.docx
Page 18 of 22
X. As-built Survey
A. Definition and Purpose
The purpose of an as-built survey is to verify the asset was installed in the proper location
and grade. Furthermore, the information gathered will be used to supplement the City’s GIS
data and must be in the proper format when submitted. See section IV.
As-built survey should include the following (additional items may be requested):
Manholes
Top of pipe elevations every 250 feet
Horizontal and vertical points of inflection, curvature, etc. (All Fittings)
Cathodic protection test stations
Sampling stations
Meter boxes/vaults (All sizes)
Fire lines
Fire hydrants
Gate valves (rim and top of nut)
Plugs, stub-outs, dead-end lines
Air Release valves (Manhole rim and vent pipe)
Blow off valves (Manhole rim and valve lid)
Pressure plane valves
Cleaning wyes
Clean outs
Casing pipe (each end)
Inverts of pipes
Turbo Meters
O:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\01 71
23.16.01_Attachment A_Survey Staking Standards.docx
Page 19 of 22
B. Example Deliverable
A hand written red line by the field surveyor is acceptable in most cases. This should be
a copy of the plans with the point number noted by each asset. If the asset is missing,
then the surveyor should write “NOT FOUND” to notify the City.
O:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\01 71
23.16.01_Attachment A_Survey Staking Standards.docx
Page 20 of 22
O:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\01 71
23.16.01_Attachment A_Survey Staking Standards.docx
Page 21 of 22
O:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\01 71
23.16.01_Attachment A_Survey Staking Standards.docx
Page 22 of 22
O:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\01 71
23.16.01_Attachment A_Survey Staking Standards.docx
Page 23 of 23
O:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\01 71
23.16.01_Attachment A_Survey Staking Standards.docx
Page 24 of 24
Obviously the .csv or .txt file cannot be signed/sealed by a surveyor in the format
requested. This is just an example and all this information should be noted when
delivered to the City so it is clear to what coordinate system the data is in.
O:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\01 71
23.16.01_Attachment A_Survey Staking Standards.docx
Page 25 of 25
C. Other preferred as-built deliverable
Some vendors have indicated that it is easier to deliver this information in a different
format. Below is an example spreadsheet that is also acceptable and can be obtained by
request from the survey superintendent.
O:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\01 71
23.16.01_Attachment A_Survey Staking Standards.docx
Page 26 of 26
01 74 23 - 1
CLEANING
Page 1 of 4
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number]
Revised July 1, 2011
SECTION 01 74 23
CLEANING
PART 1 - GENERAL
1.1 SUMMARY
A. Section Includes:
1. Intermediate and final cleaning for Work not including special cleaning of closed
systems specified elsewhere
B. Deviations from this City of Fort Worth Standard Specification
1. None.
C. Related Specification Sections include, but are not necessarily limited to:
1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract
2. Division 1 – General Requirements
3. Section 32 92 13 – Hydro-Mulching, Seeding and Sodding
1.2 PRICE AND PAYMENT PROCEDURES
A. Measurement and Payment
1. Work associated with this Item is considered subsidiary to the various Items bid.
No separate payment will be allowed for this Item.
1.3 REFERENCES [NOT USED]
1.4 ADMINISTRATIVE REQUIREMENTS
A. Scheduling
1. Schedule cleaning operations so that dust and other contaminants disturbed by
cleaning process will not fall on newly painted surfaces.
2. Schedule final cleaning upon completion of Work and immediately prior to final
inspection.
1.5 SUBMITTALS [NOT USED]
1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED]
1.7 CLOSEOUT SUBMITTALS [NOT USED]
1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
1.9 QUALITY ASSURANCE [NOT USED]
1.10 STORAGE, AND HANDLING
A. Storage and Handling Requirements
1. Store cleaning products and cleaning wastes in containers specifically designed for
those materials.
01 74 23 - 2
CLEANING
Page 2 of 4
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number]
Revised July 1, 2011
1.11 FIELD [SITE] CONDITIONS [NOT USED]
1.12 WARRANTY [NOT USED]
PART 2 - PRODUCTS
2.1 OWNER-FURNISHED [OR] OWNER-SUPPLIEDPRODUCTS [NOT USED]
2.2 MATERIALS
A. Cleaning Agents
1. Compatible with surface being cleaned
2. New and uncontaminated
3. For manufactured surfaces
a. Material recommended by manufacturer
2.3 ACCESSORIES [NOT USED]
2.4 SOURCE QUALITY CONTROL [NOT USED]
PART 3 - EXECUTION
3.1 INSTALLERS [NOT USED]
3.2 EXAMINATION [NOT USED]
3.3 PREPARATION [NOT USED]
3.4 APPLICATION [NOT USED]
3.5 REPAIR / RESTORATION [NOT USED]
3.6 RE-INSTALLATION [NOT USED]
3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED]
3.8 SYSTEM STARTUP [NOT USED]
3.9 ADJUSTING [NOT USED]
3.10 CLEANING
A. General
1. Prevent accumulation of wastes that create hazardous conditions.
2. Conduct cleaning and disposal operations to comply with laws and safety orders of
governing authorities.
3. Do not dispose of volatile wastes such as mineral spirits, oil or paint thinner in
storm or sanitary drains or sewers.
4. Dispose of degradable debris at an approved solid waste disposal site.
5. Dispose of nondegradable debris at an approved solid waste disposal site or in an
alternate manner approved by City and regulatory agencies.
01 74 23 - 3
CLEANING
Page 3 of 4
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number]
Revised July 1, 2011
6. Handle materials in a controlled manner with as few handlings as possible.
7. Thoroughly clean, sweep, wash and polish all Work and equipment associated with
this project.
8. Remove all signs of temporary construction and activities incidental to construction
of required permanent Work.
9. If project is not cleaned to the satisfaction of the City, the City reserves the right to
have the cleaning completed at the expense of the Contractor.
10. Do not burn on-site.
B. Intermediate Cleaning during Construction
1. Keep Work areas clean so as not to hinder health, safety or convenience of
personnel in existing facility operations.
2. At maximum weekly intervals, dispose of waste materials, debris and rubbish.
3. Confine construction debris daily in strategically located container(s):
a. Cover to prevent blowing by wind
b. Store debris away from construction or operational activities
c. Haul from site at a minimum of once per week
4. Vacuum clean interior areas when ready to receive finish painting.
a. Continue vacuum cleaning on an as-needed basis, until Final Acceptance.
5. Prior to storm events, thoroughly clean site of all loose or unsecured items, which
may become airborne or transported by flowing water during the storm.
C. Interior Final Cleaning
1. Remove grease, mastic, adhesives, dust, dirt, stains, fingerprints, labels and other
foreign materials from sight-exposed surfaces.
2. Wipe all lighting fixture reflectors, lenses, lamps and trims clean.
3. Wash and shine glazing and mirrors.
4. Polish glossy surfaces to a clear shine.
5. Ventilating systems
a. Clean permanent filters and replace disposable filters if units were operated
during construction.
b. Clean ducts, blowers and coils if units were operated without filters during
construction.
6. Replace all burned out lamps.
7. Broom clean process area floors.
8. Mop office and control room floors.
D. Exterior (Site or Right of Way) Final Cleaning
1. Remove trash and debris containers from site.
a. Re-seed areas disturbed by location of trash and debris containers in accordance
with Section 32 92 13.
2. Sweep roadway to remove all rocks, pieces of asphalt, concrete or any other object
that may hinder or disrupt the flow of traffic along the roadway.
3. Clean any interior areas including, but not limited to, vaults, manholes, structures,
junction boxes and inlets.
01 74 23 - 4
CLEANING
Page 4 of 4
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number]
Revised July 1, 2011
4. If no longer required for maintenance of erosion facilities, and upon approval by
City, remove erosion control from site.
5. Clean signs, lights, signals, etc.
3.11 CLOSEOUT ACTIVITIES [NOT USED]
3.12 PROTECTION [NOT USED]
3.13 MAINTENANCE [NOT USED]
3.14 ATTACHMENTS [NOT USED]
END OF SECTION
Revision Log
DATE NAME SUMMARY OF CHANGE
01 77 19 - 1
CLOSEOUT REQUIREMENTS
Page 1 of 3
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number]
Revised March 22, 2021
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 – Biddin g 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 I tem. 15
1.3 REFERENCES [NOT USED] 16
1.4 ADMINISTRATIVE REQUI REMENTS 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
27
1.6 INFORMATIONAL SUBMITTALS [NOT USED] 28
29
1.7 CLOSEOUT SUBMITTALS [NOT USED] 30
PART 2 - PRODUCTS [NOT USED] 31
32
01 77 19 - 2
CLOSEOUT REQUIREMENTS
Page 2 of 3
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number]
Revised March 22, 2021
PART 3 - EXECUTION 1
3.1 INSTALLERS [NOT USED] 2
3.2 EXAMINATION [NOT USED] 3
3.3 PREPARATION [NOT USED] 4
3.4 CLOSEOUT PROCEDURE 5
A. Prior to requesting Final Inspection, submit: 6
1. Project Record Documents in accordance with Section 01 78 39 7
2. Operation and Maintenance Data, if required, in a ccordance with Section 01 78 23 8
B. Prior to requesting Final Inspection, perform final cleaning in accordance with Section 9
01 74 23. 10
C. Final Inspection 11
1. After final cleaning, provide notice to the City Project Representative that the Work 12
is completed. 13
a. The City will make an init ial Final Inspection with the Contractor present. 14
b. Upon completion of this inspection, the City will notify the Contractor, in 15
writing within 10 business days, of any particulars in which this inspection 16
reveals that the Work is defective or incomplete. 17
2. Upon receiving written notice from the City, immediately undertake the Work 18
required to remedy deficiencies and complete the Work to the satisfaction of the 19
City. 20
3. The Right-of-way shall be cleared of all construction materials, barricades, and 21
temporary signage. 22
4. Upon completion of Work associated with the items listed in the City's written 23
notice, inform the City that the required Work has been completed. Upon receipt of 24
this notice, the City, in the presence of the Contractor, will make a subsequent Final 25
Inspection of the project. 26
5. Provide all special accessories required to place each item of equipment in full 27
operation. These special accessory items include, but are not limited to: 28
a. Specified spare parts 29
b. Adequate oil and grease as required for the first lubrication of the equipment 30
c. Initial fill up of all chemical tanks and fuel tanks 31
d. Light bulbs 32
e. Fuses 33
f. Vault keys 34
g. Handwheels 35
h. Other expendable items as required for initial start-up and operation of all 36
equipment 37
D. Notice of Project Completion 38
1. Once the City Project Representative find s the Work subsequent to Final Inspection 39
to be satisfactory, the City will issue a Notice of Project Completion (Green Sheet). 40
E. Supporting Documentation 41
01 77 19 - 3
CLOSEOUT REQUIREMENTS
Page 3 of 3
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number]
Revised March 22, 2021
1. Coordinate with the City Project Representative to complete the following 1
additional forms: 2
a. Final Payment Request 3
b. Statement of Contract Time 4
c. Affidavit of Payment and Release of Liens 5
d. Consent of Surety to Final Payment 6
e. Pipe Report (if required) 7
f. Contractor’s Evaluation of City 8
g. Performance Evaluation of Contractor 9
F. Letter of Final Acceptance 10
1. Upon review and acceptance of Notice of Project Completion and Supporting 11
Documentation, in accordance with General Conditions, City will issue Letter of 12
Final Acceptance and release the Final Payment Request for payment. 13
3.5 REPAIR / RESTORATION [NOT USED] 14
3.6 RE-INSTALLATION [NOT USED] 15
3.7 FIELD [OR] SITE QUALITY CONTR OL [NOT USED] 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 [NOT USED] 21
3.13 MAINTENANCE [NOT USED] 22
3.14 ATTACHMENTS [NOT USED] 23
END OF SECTION 24
25
Revision Log
DATE NAME SUMMARY OF CHANGE
3/22/2021 M Owen 3.4 C. Added language to clarify and emphasize requirement to “Clearing ROW”
26
01 78 23 - 1
OPERATION AND MAINTENANCE DATA
Page 1 of 5
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number]
Revised December 20, 2012
SECTION 01 78 23
OPERATION AND MAINTENANCE DATA
PART 1 - GENERAL
1.1 SUMMARY
A. Section Includes:
1. Product data and related information appropriate for City's maintenance and
operation of products furnished under Contract
2. Such products may include, but are not limited to:
a. Traffic Controllers
b. Irrigation Controllers (to be operated by the City)
c. Butterfly Valves
B. Deviations from this City of Fort Worth Standard Specification
1. None.
C. Related Specification Sections include, but are not necessarily limited to:
1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract
2. Division 1 – General Requirements
1.2 PRICE AND PAYMENT PROCEDURES
A. Measurement and Payment
1. Work associated with this Item is considered subsidiary to the various Items bid.
No separate payment will be allowed for this Item.
1.3 REFERENCES [NOT USED]
1.4 ADMINISTRATIVE REQUIREMENTS
A. Schedule
1. Submit manuals in final form to the City within 30 calendar days of product
shipment to the project site.
1.5 SUBMITTALS
A. Submittals shall be in accordance with Section 01 33 00 . All submittals shall be
approved by the City prior to delivery.
1.6 INFORMATIONAL SUBMITTALS
A. Submittal Form
1. Prepare data in form of an instructional manual for use by City personnel.
2. Format
a. Size: 8 ½ inches x 11 inches
b. Paper
1) 40 pound minimum, white, for typed pages
2) Holes reinforced with plastic, cloth or metal
c. Text: Manufacturer’s printed data, or neatly typewritten
01 78 23 - 2
OPERATION AND MAINTENANCE DATA
Page 2 of 5
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number]
Revised December 20, 2012
d. Drawings
1) Provide reinforced punched binder tab, bind in with text
2) Reduce larger drawings and fold to size of text pages.
e. Provide fly-leaf for each separate product, or each piece of operating
equipment.
1) Provide typed description of product, and major component parts of
equipment.
2) Provide indexed tabs.
f. Cover
1) Identify each volume with typed or printed title "OPERATING AND
MAINTENANCE INSTRUCTIONS".
2) List:
a) Title of Project
b) Identity of separate structure as applicable
c) Identity of general subject matter covered in the manual
3. Binders
a. Commercial quality 3-ring binders with durable and cleanable plastic covers
b. When multiple binders are used, correlate the data into related consistent
groupings.
4. If available, provide an electronic form of the O&M Manual.
B. Manual Content
1. Neatly typewritten table of contents for each volume, arranged in systematic order
a. Contractor, name of responsible principal, address and telephone number
b. A list of each product required to be included, indexed to content of the volume
c. List, with each product:
1) The name, address and telephone number of the subcontractor or installer
2) A list of each product required to be included, indexed to content of the
volume
3) Identify area of responsibility of each
4) Local source of supply for parts and replacement
d. Identify each product by product name and other identifying symbols as set
forth in Contract Documents.
2. Product Data
a. Include only those sheets which are pertinent to the specific product.
b. Annotate each sheet to:
1) Clearly identify specific product or part installed
2) Clearly identify data applicable to installation
3) Delete references to inapplicable information
3. Drawings
a. Supplement product data with drawings as necessary to clearly illustrate:
1) Relations of component parts of equipment and systems
2) Control and flow diagrams
b. Coordinate drawings with information in Project Record Documents to assure
correct illustration of completed installation.
c. Do not use Project Record Drawings as maintenance drawings.
4. Written text, as required to supplement product data for the particular installation:
a. Organize in consistent format under separate headings for different procedures.
b. Provide logical sequence of instructions of each procedure.
01 78 23 - 3
OPERATION AND MAINTENANCE DATA
Page 3 of 5
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number]
Revised December 20, 2012
5. Copy of each warranty, bond and service contract issued
a. Provide information sheet for City personnel giving:
1) Proper procedures in event of failure
2) Instances which might affect validity of warranties or bonds
C. Manual for Materials and Finishes
1. Submit 5 copies of complete manual in final form.
2. Content, for architectural products, applied materials and finishes:
a. Manufacturer's data, giving full information on products
1) Catalog number, size, composition
2) Color and texture designations
3) Information required for reordering special manufactured products
b. Instructions for care and maintenance
1) Manufacturer's recommendation for types of cleaning agents and methods
2) Cautions against cleaning agents and methods which are detrimental to
product
3) Recommended schedule for cleaning and maintenance
3. Content, for moisture protection and weather exposure products:
a. Manufacturer's data, giving full information on products
1) Applicable standards
2) Chemical composition
3) Details of installation
b. Instructions for inspection, maintenance and repair
D. Manual for Equipment and Systems
1. Submit 5 copies of complete manual in final form.
2. Content, for each unit of equipment and system, as appropriate:
a. Description of unit and component parts
1) Function, normal operating characteristics and limiting conditions
2) Performance curves, engineering data and tests
3) Complete nomenclature and commercial number of replaceable parts
b. Operating procedures
1) Start-up, break-in, routine and normal operating instructions
2) Regulation, control, stopping, shut-down and emergency instructions
3) Summer and winter operating instructions
4) Special operating instructions
c. Maintenance procedures
1) Routine operations
2) Guide to "trouble shooting"
3) Disassembly, repair and reassembly
4) Alignment, adjusting and checking
d. Servicing and lubrication schedule
1) List of lubricants required
e. Manufacturer's printed operating and maintenance instructions
f. Description of sequence of operation by control manufacturer
1) Predicted life of parts subject to wear
2) Items recommended to be stocked as spare parts
g. As installed control diagrams by controls manufacturer
h. Each contractor's coordination drawings
1) As installed color coded piping diagrams
01 78 23 - 4
OPERATION AND MAINTENANCE DATA
Page 4 of 5
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number]
Revised December 20, 2012
i. Charts of valve tag numbers, with location and function of each valve
j. List of original manufacturer's spare parts, manufacturer's current prices, and
recommended quantities to be maintained in storage
k. Other data as required under pertinent Sections of Specifications
3. Content, for each electric and electronic system, as appropriate:
a. Description of system and component parts
1) Function, normal operating characteristics, and limiting conditions
2) Performance curves, engineering data and tests
3) Complete nomenclature and commercial number of replaceable parts
b. Circuit directories of panelboards
1) Electrical service
2) Controls
3) Communications
c. As installed color coded wiring diagrams
d. Operating procedures
1) Routine and normal operating instructions
2) Sequences required
3) Special operating instructions
e. Maintenance procedures
1) Routine operations
2) Guide to "trouble shooting"
3) Disassembly, repair and reassembly
4) Adjustment and checking
f. Manufacturer's printed operating and maintenance instructions
g. List of original manufacturer's spare parts, manufacturer's current prices, and
recommended quantities to be maintained in storage
h. Other data as required under pertinent Sections of Specifications
4. Prepare and include additional data when the need for such data becomes apparent
during instruction of City's personnel.
1.7 CLOSEOUT SUBMITTALS [NOT USED]
1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
1.9 QUALITY ASSURANCE
A. Provide operation and maintenance data by personnel with the following criteria:
1. Trained and experienced in maintenance and operation of described products
2. Skilled as technical writer to the extent required to communicate essential data
3. Skilled as draftsman competent to prepare required drawings
01 78 23 - 5
OPERATION AND MAINTENANCE DATA
Page 5 of 5
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number]
Revised December 20, 2012
1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED]
1.11 FIELD [SITE] CONDITIONS [NOT USED]
1.12 WARRANTY [NOT USED]
PART 2 - PRODUCTS [NOT USED]
PART 3 - EXECUTION [NOT USED]
END OF SECTION
Revision Log
DATE NAME SUMMARY OF CHANGE
8/31/2012 D. Johnson 1.5.A.1 – title of section removed
01 78 39 - 1
PROJECT RECORD DOCUMENTS
Page 1 of 4
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number]
Revised July 1, 2011
SECTION 01 78 39
PROJECT RECORD DOCUMENTS
PART 1 - GENERAL
1.1 SUMMARY
A. Section Includes:
1. Work associated with the documenting the project and recording changes to project
documents, including:
a. Record Drawings
b. Water Meter Service Reports
c. Sanitary Sewer Service Reports
d. Large Water Meter Reports
B. Deviations from this City of Fort Worth Standard Specification
1. None.
C. Related Specification Sections include, but are not necessarily limited to:
1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract
2. Division 1 – General Requirements
1.2 PRICE AND PAYMENT PROCEDURES
A. Measurement and Payment
1. Work associated with this Item is considered subsidiary to the various Items bid.
No separate payment will be allowed for this Item.
1.3 REFERENCES [NOT USED]
1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED]
1.5 SUBMITTALS
A. Prior to submitting a request for Final Inspection, deliver Project Record Documents to
City’s Project Representative.
1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED]
1.7 CLOSEOUT SUBMITTALS [NOT USED]
1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
1.9 QUALITY ASSURANCE
A. Accuracy of Records
1. Thoroughly coordinate changes within the Record Documents, making adequate
and proper entries on each page of Specifications and each sheet of Drawings and
other Documents where such entry is required to show the change properly.
2. Accuracy of records shall be such that future search for items shown in the Contract
Documents may rely reasonably on information obtained from the approved Project
Record Documents.
01 78 39 - 2
PROJECT RECORD DOCUMENTS
Page 2 of 4
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number]
Revised July 1, 2011
3. To facilitate accuracy of records, make entries within 24 hours after receipt of
information that the change has occurred.
4. Provide factual information regarding all aspects of the Work, both concealed and
visible, to enable future modification of the Work to proceed without lengthy and
expensive site measurement, investigation and examination.
1.10 STORAGE AND HANDLING
A. Storage and Handling Requirements
1. Maintain the job set of Record Documents completely protected from deterioration
and from loss and damage until completion of the Work and transfer of all recorded
data to the final Project Record Documents.
2. In the event of loss of recorded data, use means necessary to again secure the data
to the City's approval.
a. In such case, provide replacements to the standards originally required by the
Contract Documents.
1.11 FIELD [SITE] CONDITIONS [NOT USED]
1.12 WARRANTY [NOT USED]
PART 2 - PRODUCTS
2.1 OWNER-FURNISHED [OR] OWNER-SUPPLIED PRODUCTS [NOT USED]
2.2 RECORD DOCUMENTS
A. Job set
1. Promptly following receipt of the Notice to Proceed, secure from the City, at no
charge to the Contractor, 1 complete set of all Documents comprising the Contract.
B. Final Record Documents
1. At a time nearing the completion of the Work and prior to Final Inspection, provide
the City 1 complete set of all Final Record Drawings in the Contract.
2.3 ACCESSORIES [NOT USED]
2.4 SOURCE QUALITY CONTROL [NOT USED]
PART 3 - EXECUTION
3.1 INSTALLERS [NOT USED]
3.2 EXAMINATION [NOT USED]
3.3 PREPARATION [NOT USED]
3.4 MAINTENANCE DOCUMENTS
A. Maintenance of Job Set
1. Immediately upon receipt of the job set, identify each of the Documents with the
title, "RECORD DOCUMENTS - JOB SET".
01 78 39 - 3
PROJECT RECORD DOCUMENTS
Page 3 of 4
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number]
Revised July 1, 2011
2. Preservation
a. Considering the Contract completion time, the probable number of occasions
upon which the job set must be taken out for new entries and for examination,
and the conditions under which these activities will be performed, devise a
suitable method for protecting the job set.
b. Do not use the job set for any purpose except entry of new data and for review
by the City, until start of transfer of data to final Project Record Documents.
c. Maintain the job set at the site of work.
3. Coordination with Construction Survey
a. At a minimum, in accordance with the intervals set forth in Section 01 71 23,
clearly mark any deviations from Contract Documents associated with
installation of the infrastructure.
4. Making entries on Drawings
a. Record any deviations from Contract Documents.
b. Use an erasable colored pencil (not ink or indelible pencil), clearly describe the
change by graphic line and note as required.
c. Date all entries.
d. Call attention to the entry by a "cloud" drawn around the area or areas affected.
e. In the event of overlapping changes, use different colors for the overlapping
changes.
5. Conversion of schematic layouts
a. In some cases on the Drawings, arrangements of conduits, circuits, piping,
ducts, and similar items, are shown schematically and are not intended to
portray precise physical layout.
1) Final physical arrangement is determined by the Contractor, subject to the
City's approval.
2) However, design of future modifications of the facility may require
accurate information as to the final physical layout of items which are
shown only schematically on the Drawings.
b. Show on the job set of Record Drawings, by dimension accurate to within 1
inch, the centerline of each run of items.
1) Final physical arrangement is determined by the Contractor, subject to the
City's approval.
2) Show, by symbol or note, the vertical location of the Item ("under slab", "in
ceiling plenum", "exposed", and the like).
3) Make all identification sufficiently descriptive that it may be related
reliably to the Specifications.
c. The City may waive the requirements for conversion of schematic layouts
where, in the City's judgment, conversion serves no useful purpose. However,
do not rely upon waivers being issued except as specifically issued in writing
by the City.
B. Final Project Record Documents
1. Transfer of data to Drawings
a. Carefully transfer change data shown on the job set of Record Drawings to the
corresponding final documents, coordinating the changes as required.
b. Clearly indicate at each affected detail and other Drawing a full description of
changes made during construction, and the actual location of items.
01 78 39 - 4
PROJECT RECORD DOCUMENTS
Page 4 of 4
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number]
Revised July 1, 2011
c. Call attention to each entry by drawing a "cloud" around the area or areas
affected.
d. Make changes neatly, consistently and with the proper media to assure
longevity and clear reproduction.
2. Transfer of data to other Documents
a. If the Documents, other than Drawings, have been kept clean during progress of
the Work, and if entries thereon have been orderly to the approval of the City,
the job set of those Documents, other than Drawings, will be accepted as final
Record Documents.
b. If any such Document is not so approved by the City, secure a new copy of that
Document from the City at the City's usual charge for reproduction and
handling, and carefully transfer the change data to the new copy to the approval
of the City.
3.5 REPAIR / RESTORATION [NOT USED]
3.6 RE-INSTALLATION [NOT USED]
3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED]
3.8 SYSTEM STARTUP [NOT USED]
3.9 ADJUSTING [NOT USED]
3.10 CLEANING [NOT USED]
3.11 CLOSEOUT ACTIVITIES [NOT USED]
3.12 PROTECTION [NOT USED]
3.13 MAINTENANCE [NOT USED]
3.14 ATTACHMENTS [NOT USED]
END OF SECTION
Revision Log
DATE NAME SUMMARY OF CHANGE
certerra.com 3201 NE LOOP 820, SUITE 180, FORT WORTH, TEXAS 76137 T: 817.717.1040
Geotechnical
Engineering Report
Valley Brook Phase 8
Client Name: Haynie Hills, LLC
Project Name: Valley Brook Phase 8
Project Number: 14-250193-0
Date: March 20, 2025
certerra.com 3201 NE LOOP 820, SUITE 180, FORT WORTH, TEXAS 76137 T: 817.717.1040
Mr. Hunter Vick
Haynie Hills, LLC
3419 Westminster Avenue #341-G
Dallas, Texas 75205
Re: Geotechnical Engineering Report
Valley Brook Phase 8
Fort Worth, Texas
Rone Report No. 14-250193-0
Dear Mr. Vick:
Certerra is pleased to submit the Geotechnical Engineering Report for the above referenced project. The
geotechnical engineering services performed for this study were carried out in general accordance with Rone
Proposal No. P-39188-25, dated January 24, 2025.
This report presents engineering analyses and recommendations for site grading, foundations, and pavements with
respect to known project and site characteristics. Detailed results of our field exploration and laboratory testing are
provided in the appendix of the report.
We appreciate the opportunity to be of service to you on this project. We look forward to providing additional
Geotechnical Engineering and Construction Materials Testing services as the project progresses through the final
design and construction phases. Please contact us if you have any questions or if we can be of further assistance.
Sincerely,
Certerra, Rone Engineering Services, LLC.
Dalton D. Hubbard, P.E.Mark D. Gray, P.E.
Geotechnical Engineer Divisional Vice President
E:Dhubbard@roneengineers.com
T: 214.630.9745
Texas Engineering Firm License No. F-1572
03.20.20
2
5
certerra.com 3201 NE LOOP 820, SUITE 180, FORT WORTH, TEXAS 76137 T: 817.717.1040
1. PROJECT INFORMATION.................................................................................................................................... 5
1.1 SITE DESCRIPTION .............................................................................................................................................................5
1.2 DESIGN INFORMATION, CONDITIONS,AND ASSUMPTIONS .................................................................................................5
2. PURPOSES AND SCOPE OF STUDY................................................................................................................... 5
3. FIELD INVESTIGATION AND LABORATORY TESTING ..................................................................................... 6
4. GENERAL SITE CONDITIONS.............................................................................................................................. 6
4.1 SITE GEOLOGY ..................................................................................................................................................................6
4.2 SUBSURFACE SOIL CONDITIONS ........................................................................................................................................7
4.3 GROUNDWATER .................................................................................................................................................................9
5. ANALYSIS OF SITE AND FOUNDATION ALTERNATIVES................................................................................. 9
5.1 GEOTECHNICAL ANALYSIS .................................................................................................................................................9
5.2 VOLUME CHANGE POTENTIAL OF SUBSURFACE.............................................................................................................. 10
5.3 SEISMIC SITE CLASS....................................................................................................................................................... 11
6. FOUNDATION SYSTEM RECOMMENDATIONS............................................................................................... 11
6.1 EXCAVATION SAFETY CONSIDERATIONS ......................................................................................................................... 12
6.2 FOUNDATION STRUCTURE............................................................................................................................................... 12
7. SITE PREPARATION FOR CONSTRUCTION..................................................................................................... 12
7.1 GENERAL......................................................................................................................................................................... 12
7.2 EXISTING SURFACE GRADES ........................................................................................................................................... 12
7.3 EXCAVATIONS ................................................................................................................................................................. 12
7.4 SITE PREPARATION AND FILL PLACEMENT ...................................................................................................................... 13
7.5 SUBGRADE TREATMENTS TO REDUCE SOIL MOVEMENT ................................................................................................. 14
7.6 SELECT FILL .................................................................................................................................................................... 14
7.7 DENSITY TESTS............................................................................................................................................................... 15
7.8 SITE GRADING................................................................................................................................................................. 15
7.9 UTILITY BACKFILL............................................................................................................................................................ 15
7.10 CONSTRUCTION OBSERVATIONS .................................................................................................................................. 15
8. BUILDING FOUNDATION STRUCTURE ............................................................................................................ 16
8.1 SLAB FOUNDATION ......................................................................................................................................................... 16
9. PAVEMENTS....................................................................................................................................................... 16
9.1 RIGID PAVEMENTS........................................................................................................................................................... 17
9.3 PAVEMENT CONSTRUCTION AND MAINTENANCE RECOMMENDATIONS ........................................................................... 18
10. SITE COMPLETION AND MAINTENANCE ...................................................................................................... 18
10.1 SITE GRADING AND DRAINAGE ...................................................................................................................................... 18
10.2 LANDSCAPING AND IRRIGATION..................................................................................................................................... 18
11. STUDY CLOSURE............................................................................................................................................. 18
12. COPYRIGHT 2025 CERTERRA, RONE ENGINEERING SERVICES, LLC........................................................ 19
certerra.com 3201 NE LOOP 820, SUITE 180, FORT WORTH, TEXAS 76137 T: 817.717.1040
APPENDIX A Plate
Vicinity Map A.1
Geology Map A.2
Boring Location Diagram A.3
Boring Logs A.4-A.5
Key To Classifications and Symbols A.6
Unified Soil Classification System A.7
Swell Test Results A.8
APPENDIX B Page
Field Operations B.1
Laboratory Testing B.2
APPENDIX C Page
Important Information About This Geotechnical Engineering Report C.1
5
certerra.com 3201 NE LOOP 820, SUITE 180, FORT WORTH, TEXAS 76137 T: 817.717.1040
GEOTECHNICAL ENGINEERING REPORT
1. PROJECT INFORMATION
1.1 Site Description
A tabular summary of the site description is provided in Table 1 below.
Table 1: Site Description
Item Description
Location The project is located at 5721 Dunraven Trail in Fort Worth, Texas.
Project Description
The project will consist of the construction of lots 29 through 43X in Block 12 of
the Valley Brook residential community.
Existing Conditions
The existing site consists of a relatively open field surrounded by the existing
portions of the community. Historical aerial imagery shows light development
across this area, including what appears to be a pond to the northeast which was
filled in between late 2005 and late 2007. The site appears to have been cleared
and graded around late 2007 during the construction of the surrounding
community and has since remained undeveloped.
Topography
According to the provided preliminary plat produced by Baird, Hampton and
Brown in February 2024, the site slopes from the east to the west from
approximately EL 696 to EL 688.
Geologic Setting
Grayson Marl and Main Street Limestone, undivided (Kgm)
Site vicinity and geology maps are attached as Plates A.1 and A.2, respectively in Appendix A of this report. Boring
locations relative to the site plan are shown on the Boring Location Diagram,Plate A.3.
1.2 Design Information, Conditions, and Assumptions
Based on the plan provided by the client in February 2025, the following design conditions and assumptions were
considered:
• The residential structure foundations will be designed to tolerate a potential vertical rise (PVR) of 4 inches.
• Grading plans were not available at the time of exploration, cuts and fills were presumed to be on the order
of 5 feet or less, within the individual residential lots.
• No retaining walls appear to be planned for the development at this time. Rone recommends global stability
analysis for walls greater than 5 feet tall. Rone can provide these recommendations if specific walls will be
greater in height.
• The westward extension of the existing Dunraven Trail will consist of rigid pavements.
2. PURPOSES AND SCOPE OF STUDY
The principal purposes of this study are to evaluate the general subsurface conditions at the project site and to
develop geotechnical recommendations for the design and construction of foundations and pavements. For these
purposes, the study was conducted in the following phases:
• Borings were drilled and sampled, to evaluate the subsurface conditions at the boring locations and to
obtain soil samples.
6
certerra.com 3201 NE LOOP 820, SUITE 180, FORT WORTH, TEXAS 76137 T: 817.717.1040
• Laboratory tests were conducted on selected samples recovered from the borings to evaluate the pertinent
engineering characteristics of the foundation soils.
• Engineering analyses were performed using field and laboratory data to develop foundation and pavement
design recommendations.
• On-site soils were evaluated for potential sources of fill materials required for the project.
As the Geotechnical Engineer of Record serving this project, it is recommended that a Certerra engineer provide
assistance during the design phase to verify the intent of the geotechnical recommendations have been satisfied.
In addition, Certerra should be retained to provide oversight during the construction phase to verify full compaction
utilizing the advanced engineering tools as discussed throughout this report.
3. FIELD INVESTIGATION AND LABORATORY TESTING
Appropriate public and private sources were contacted to clear selected sample locations of any known buried
utilities. The boring locations were generally defined in the field by Rone Engineering personnel using site
benchmarks, landmarks, maps and aerial photographs of the site. Ground surface elevations at the boring locations
were interpolated from topographic information available through google earth. These locations were not accurately
located by a registered surveyor. The locations are generalized for mapping purposes and are accurate only to the
extent implied by the technique used in their determination.
A total of two (2) borings were completed in February 2025. The borings were advanced to depths of 20 feet,
representing about on per 1.5 acres for the 2.795-acre site. The approximate boring locations are shown on Plate
A.3, Boring Location Diagram. Sample depth, description of soils, and classification (based on the Unified Soil
Classification System) are presented on the Boring Logs, Plates A.4 through A.5.Keys to terms and symbols used
on the logs are also included in Appendix A.
Laboratory tests were performed on selected samples recovered from the borings to confirm visual classification
and determine the pertinent engineering properties of the materials encountered, and to assess strata. Unconfined
compression test and classification test results are presented on the Logs of Boring. Swell tests were performed
on selected soil samples and the results are tabulated and presented in Appendix A. Descriptions of the procedures
used in the field and laboratory phases of this study are presented in Appendix B.
4. GENERAL SITE CONDITIONS
4.1 Site Geology
Based on the subsurface conditions encountered in the borings and the Geologic Atlas of Texas, Dallas Sheet
(published by the Bureau of Economic Geology), the site is located within the undivided Grayson Marl and Main
Street Limestone Formations (mapped as Kgm). The USGS Mineral Resources On-Line Spatial Data reference
contains the following description:
Grayson Marl and Main Street Limestone, Undivided, Formations (Kgm):
The undivided unit consists mostly of Grayson Marl that is yellowish gray and medium gray calcareous clay and
blocky marl with some very fine grained, fossiliferous limestone beds only 3 to 12 inches thick in the upper third of
the unit. Grayson Marl generally weathers yellowish brown and forms a gentle slope with thickness of 60 to 100 feet
that thins northward. Grayson Marl is underlain by Main Street Limestone. Main Street Limestone consists of
medium grained, chalky, yellowish gray, wavy bedded and nodular limestone with thin bedded to massive
calcareous shale units with units between 6 and 8 feet thick. Generally, it weathers to light gray and white. The
thickness of Main Street Limestone ranges between 20 and 35 feet and thins northward.
7
certerra.com 3201 NE LOOP 820, SUITE 180, FORT WORTH, TEXAS 76137 T: 817.717.1040
Please note that the geologic mapping was originally performed using aerial photography. Local variations and
anomalies do occur.
4.2 Subsurface Soil Conditions
The results of the field and laboratory testing have been used to develop a generalized subsurface profile of the
project site. The strata identified in the borings are described below:
• Stratum I:generally consisted of dark brown to tan sandy lean clay, and clayey sand soils containing various
amounts of calcareous nodules and ferrous staining extending from the ground surface to depths of
approximately 12.5 to 15.5 feet below existing elevations.
• Stratum II:consisted of tan and gray weathered and unweathered limestone to at least the maximum depths
explored of 20 feet below existing elevations.
A summary of soil properties encountered in the borings is provided in the table below.
Table 2: Generalized Subsurface Profile
In Situ Soil Property Full Range
Estimated Specific Gravity,(Gs)2.64 - 2.69
%Fines (-#200)42 –86
Liquid Limit (LL)37 - 50
Plasticity Index (PI)23 –33
Dry-Density (pcf)96 - 109
Water Content (w)5 –29
Unconfined Compressive Strength (UCS)3,600
Range of Water Content Increase Potential (+∆w)1 - 7
The boring logs in Appendix A should be reviewed for specific information at individual boring locations.
Stratification boundaries shown in the logs represent the approximate locations of changes in types of in-situ
materials. The transition between material types may vary between borings and be gradual and indistinct. Variations
will occur and should be expected across the site. A fence diagram illustrating the subsurface soil and rock profile
is presented in Figure 1 on the following page.
6766786806826846866886906926946966987000 20 4060 80 100120 140 160180 200 220240 260676678680682684686688690692694696698700Elevation (Feet)Clayey SandSandy LeanClayWeatheredLimestoneLimestoneWater ObservationsDistance Along Baseline (Feet)Elevation (Feet)GENERALIZED SUBSURFACE PROFILEFigure 1Valley Brook Phase 85721 Dunraven TrailFort Worth, Texas3033B-1PI23B-2PIWhile DrillingAt Completion
9
certerra.com 3201 NE LOOP 820, SUITE 180, FORT WORTH, TEXAS 76137 T: 817.717.1040
4.3 Groundwater
The borings were advanced using continuous flight augers to monitor for the presence of water seepage during and
immediately after drilling. Free water was not observed in in the borings during or upon completion of drilling. A
thorough assessment of the vadose zone or upper groundwater was not conducted, nor did the study include
extended monitoring of groundwater levels or perched water conditions.
In general, groundwater levels and moisture content in the vadose zone vary climatically and seasonally depending
on topography, land usage, surface hydrology, subsurface hydrogeology, proximity to bodies of water, etc. The rate
and extent of these variations depend on many variables including subsurface stratigraphy, soil strata properties,
capillary sources, consolidation states, soil structure, capillary strength, thermal cover, and surface infiltration and
evapotranspiration rates.
5. ANALYSIS OF SITE AND FOUNDATION ALTERNATIVES
Foundation alternatives have been evaluated based on site-specific geotechnical site conditions, site development
plans and design preferences.
5.1 Geotechnical Analysis
Founding subgrades and foundation fill elements are critical components of any infrastructure foundation.
Foundation alternatives for the proposed structure have been evaluated with the following engineering criteria.
• Bearing capacity of the in-situ subsurface soils
• Settlement potential of the in-situ subsurface soils
• Volume change (shrink-swell) potential of the in-situ subsurface soils
As shown on the generalized subsurface profile, the upper strata within the residential areas consists of normally
consolidated, cohesive soils. This upper strata is largely comprised of clay soils which shrink and swell with moisture
variation over time. Shrink-swell sensitivity develops from the content, structure and plasticity of the clay mix
fractions in the soil.
The rate and extent of volume change is dictated by the rate and extent of shrink-swell cycles caused by wetting
and drying. Volume change potential is dictated by moisture change potential, clay minerology, clay density, soil
structure, geo-hydrologic environment, and confinement pressure relative to swelling pressures. Moisture increase
potential and soil structure can be modified and controlled; and clay content, geo-hydrologic environment and
confinement pressure can be managed such that volume change is controlled or managed as necessary for each
foundation alternative. These are key factors in the ground modification elements of foundation alternatives when
screening for the optimal foundation design. The primary provisions in managing the geo-hydrologic environment
is long term preservation and stabilization of subgrade moistures and management of desiccation risk.
Preliminary geo-hydrologic assessment of the vadose zone indicates moisture sources to be surface water
infiltration. There is generally sufficient clay within the encountered soils to allow capillary rise from any permanent
groundwater source to help maintain equilibrium soil moisture levels. Granular soil zones such as those found in the
upper 10 +/- feet at the site will reduce and/or break the capillary action, limiting the opportunity for moisture supply
from a water source at depth. The site is generally undeveloped and relatively open. Surface water storage at the
site is minimal, consisting of several small stock ponds, and there is little thermal cover at this time. The average soil
moisture profile at the time of sampling is illustrated below.
10
certerra.com 3201 NE LOOP 820, SUITE 180, FORT WORTH, TEXAS 76137 T: 817.717.1040
Figure 2: Average Soil Moisture Content with Depth
Foundation system alternatives often require ground modification element(s) in the vadose zone. Each ground
modification element includes provisions for controlling and preparing for moisture content variation and its
potential. The effects of and potential for moisture variation within and below the ground modification elements of
each foundation alternative was factored in this analysis.
The following ground modification elements were evaluated for each foundation alternative for the building and
ancillary pavements planned for the development:
• Needs and extent of subgrade replacement / re-compaction fill(s)
• Management and tolerance of in-situ conditions below ground modification depths
• Grade raise elements
• Strength and stability requirements of each foundation fill element, and
• Subgrade stabilization options
Analysis of volume change and settlement potential relative to the foundation alternatives are summarized in the
subsections below.
5.2 Volume Change Potential of Subsurface
Direct measurement of swell pressures and soil expansion under the anticipated stress conditions is the most
reliable way to account for the factors that dictate volume change potential of clay formations and assess swell-
shrink conditions within the vadose zone. These analyses indirectly account for clay mineralogy, clay content, clay
mix, soil structure, compaction states, and stress states. Estimating swelling pressures with depth best enables
determination of ground modification needs for optimal foundation design. The swell test results generally indicate
low swell potential. If dry soil conditions prevail, we estimate an average swell potential of 2.2 percent, with a
corresponding Potential Vertical Rise (PVR) of up to 3 inches. Swell potential tests are summarized in Appendix A.
For supplemental reference, PVR calculations were also conducted in general accordance with the Texas
Department of Transportation (TxDOT) Test Method Tex-124-E as another means of assessing untreated swell
potential. This method is empirical, assumption-based, generalized, and based on the Atterberg Limits and moisture
content of the subsurface soils at the time of the investigation. This procedure was applied for a 12-foot-deep vadose
zone in a dry moisture condition, and the estimated PVR is on the order of 3 inches. Based on these analyses, the
following parameters are quantified for evaluation of foundation alternatives and design:
4
6
8
10
12
14
16
18
20
22
24
Moisture (%)0-2'2-4'4-6'6-8'8-10'13-15'18-20'
11
certerra.com 3201 NE LOOP 820, SUITE 180, FORT WORTH, TEXAS 76137 T: 817.717.1040
Table 3: Untreated Subgrade Movement Potential
Strata Design Depth (feet)
Swell Potential
(percent)
Vertical Movement
Potential (Untreated
(inches)
Fat Clay Soils 12 3,000 1 to 3
5.3 Seismic Site Class
The International Building Code (IBC) 2021 requires site classification for seismic design based on the upper 100
feet of a soil profile. The methods are utilized in classifying sites, namely the shear wave velocity (vs) method; the
unconfined compressive strength (su) method; and the Standard Penetration Resistance (N-value) method. The
Standard Penetration Resistance (N-value) method was used in classifying this site. The seismic site class definitions
for the weighted average of shear wave velocity or SPT N-value in the upper 100 feet of the soil profile are shown
in the following table:
Table 4: Seismic Site Classification
Site Class Soil Profile Name Shear Wave Velocity, Vs, (ft./s)N value (bpf)
A Hard Rock Vs > 5,000 fps N/A
B Rock 2,500 < Vs ≤5,000 fps N/A
C Very dense soil and soft rock 1,200 < Vs ≤2,500 fps >50
D Stiff Soil Profile 600 ≤Vs ≤1,200 fps 15 to 60
E Soft Soil Profile Vs < 600 fps <15
Based on the current International Building Code (IBC) site class Definitions, in our opinion the site soil and rock
can be characterized as Site Class BC. The approximate Ss and S1 values, as shown below, are calculated through
the United States Geological Survey’s (USGS) Seismic Hazard Curves and Uniform Hazard Response Spectra
program according to the 2015 IBC.
Ss = 0.13 g S1 = 0.057g
The Site Class definition should not be confused with the Seismic Design Category designation, which the Structural
Engineer typically assesses. If a higher site classification is beneficial to the project, Rone would be pleased to
discuss additional testing capabilities in this regard.
6. FOUNDATION SYSTEM RECOMMENDATIONS
Design evaluations have been made for structural foundation systems based on our current understanding of the
project and the available subsurface information. The proposed residential structures may be supported on slab
foundations bearing within native soils. Based on ground conditions existing at the time of writing this report, we do
not anticipate the need for ground modification to achieve a design PVR on the order of 4 inches, or less. Ground
modification, if utilized, should consist of controlled subgrade recompaction and grade raise fill construction to the
pad design grades. The recommended foundation system is shown in the schematic cross-section below.
12
certerra.com 3201 NE LOOP 820, SUITE 180, FORT WORTH, TEXAS 76137 T: 817.717.1040
Figure 3: Foundation System Illustration
6.1 Excavation Safety Considerations
All excavations should be sloped, shored, or shielded in accordance with OSHA requirements. It should be noted
that in accordance with Texas State Law, the design and maintenance of excavation safety systems is the sole
responsibility of the construction contractor. OSHA Standards 29 CFR –1926 Subpart P, including Appendices A
and B, should be referenced for guidance in the design of such systems.
6.2 Foundation Structure
Slab foundations bearing in controlled fill may be used to support the proposed single-family residences, provided
fill construction and testing is performed as recommended in this report. Ground movement potential will be limited
with the recommended design provisions; however, grade-supported slabs should be designed to accommodate
the anticipated vertical ground movement.
Grade raise fill and recompacted subgrades should be constructed to the planned finished pad elevations. A
moisture barrier should be placed immediately beneath the concrete slab.
7. SITE PREPARATION FOR CONSTRUCTION
7.1 General
Remove existing foundations, abandoned structures, deleterious materials, site debris, abandoned utilities and all
other manmade features, and relocate utilities as required by the work and in accordance with the Plans and
Specifications.
7.2 Existing Surface Grades
Clear and grub all tree stumps and root systems as required by the work except where trees or shrubs must be
maintained according to the design drawings. Except as otherwise specified or indicated in the drawings or
specifications, all materials resulting from clearing and grubbing operations shall be properly disposed.
Clear all vegetation and strip at least the upper layer of topsoil as required to remove all roots and organic matter
from all work areas of the site. Remove any undocumented fill from structural areas. In no case shall any spoil or
other unsuitable material resulting from clearing, grubbing, and stripping operations be utilized within the earthworks
or fill materials or permanently placed onsite except where authorized by the Engineer.
7.3 Excavations
All grade-supported slabs should be designed to accommodate anticipated potential movements as presented in
the “Potential Vertical Rise” section of this report. Every attempt should be made to limit the extreme wetting or
drying of the subsurface soils because swelling and shrinkage of these soils will result. Standard construction
practices for providing good surface water drainage should be used. All grading should provide positive drainage
away from the paving and should prevent water from collecting near the edge of pavements and structures.
13
certerra.com 3201 NE LOOP 820, SUITE 180, FORT WORTH, TEXAS 76137 T: 817.717.1040
This study was not performed to evaluate the difficulty of ripping, processing and/or excavating of the rock, or
estimating the volume of these excavated materials. The construction contractor must be capable and experienced
with rock excavations, and is responsible for means, methods, equipment, rates and costs to effectively accomplish
this construction.
Also, ditches or swales should be provided to carry the run-off water both during and after construction. Lawn areas
should be watered moderately, without allowing the clay soils to become too dry or too wet. Roof runoff from vertical
structures should be collected by gutters and downspouts and should discharge away from the building or into
storm drains.
Backfill for utility lines or along the perimeter beams should consist of site-excavated soil. If the backfill is too dense
or too dry, it will swell, and a mound will form along the trench line. If the backfill is too loose or too wet, it will settle,
and a depression will form along the trench line. Backfill should be compacted as recommended in the “Site
Preparation and Fill Placement” section of this report.
7.4 Site Preparation and Fill Placement
For any adjustments in pad elevations all areas to be filled should be disced or bladed until uniform and free from
large clods. Soils should be brought to the recommended moisture content and compacted as indicated in the Fill
Placement Criteria table below. All fill placed within the proposed building pads should consist of moisture
conditioned soils or select fill.
Table 5: Fill Placement Criteria
Item Description Plasticity
Requirement
Compaction
Standard
Density
Requirement
Moisture
Requirement
On-site soils General grading None ASTM D698
95% to 100% of
maximum dry
density
Optimum
moisture to 4%
above optimum
moisture
Imported
general fill
General grading LL < 60 ASTM D698
95% to 100% of
maximum dry
density
Optimum
moisture to 4%
above optimum
moisture
Building pad fill Structural fill Onsite ASTM D698
95% to 100% of
maximum dry
density
Optimum
moisture to 4%
above optimum
moisture
Select fill (soils)Structural fill
7≤PI ≤20; LL ≤
35 ASTM D698
95% to 100% of
maximum dry
density
Optimum
moisture to 4%
above optimum
moisture
Utility line
backfill Utility Line Backfill LL < 60 ASTM D698
95% to 100% of
maximum dry
density
At least 2% above
optimum moisture
14
certerra.com 3201 NE LOOP 820, SUITE 180, FORT WORTH, TEXAS 76137 T: 817.717.1040
Item Description Plasticity
Requirement
Compaction
Standard
Density
Requirement
Moisture
Requirement
Select fill
(crushed rock
or recycled
concrete)
Structural fill
Per TxDOT Item
247, Type A, C, or
D Grade 1-2 or 5
ASTM D698
95% to 100% of
maximum dry
density
Optimum
moisture to 4%
above optimum
moisture
Lime treated
subgrade Pavement support PI ≤20 ASTM D698
95% to 100% of
maximum dry
density
At or above
optimum moisture
7.5 Subgrade Treatments to Reduce Soil Movement
When considering the various treatment options, it is important to keep in mind that the subsurface conditions which
resulted in the calculated PVR values may not be uniformly present beneath each structure. Some allowance for
variable support should be incorporated in the slab design.
Based on the conditions existing at the time of our field investigation, we do not believe moisture treatment is
required in order to reduce the PVR and potential differential movement to tolerable levels. Moisture treatment of
clays is performed to increase the moisture of the clays to a level that reduces their ability to absorb additional water
that could result in post-construction heave in these soils. If a more stringent design PVR is required than what we
have estimated, moisture treatment of soils may be required. The preparation of a uniform fill pad beneath each
structure is a crucial aspect of the moisture conditioning approach to site development. If the subgrade is not treated
uniformly, differential movements could occur within the building pads.
The subgrade should be excavated to the final pad elevation. Any deleterious materials or rock fragments greater
than 4 inches in diameter encountered within the soils should be removed. The subgrade to receive fill soils should
be scarified to a depth of 6 inches and compacted to 95 to 100 percent of the material’s standard Proctor dry density
(ASTM D698) at a moisture content at optimum to +4 percent above optimum (opt to +4%). In order to achieve a
uniform soil moisture profile, the moisture treated soils should be placed in maximum 8-inch loose lifts and
compacted to a similar density and moisture content as shown in Table 6 above.
The fill soils should extend at least 5 feet outside the perimeter of the proposed structures or other perimeter
features sensitive to differential movement. If flatwork is within the 5-foot over-build of the pad, the over-build should
be extended to include the full width of the flatwork if greater than 5 feet from the building edge (such as patios).
Special care should be taken with treatment beneath and adjacent to all ingress/egress areas. Some post-
construction drying and settlement of the fill should be expected.
All fills should be monitored and tested on a full-time basis by Rone to confirm conditions are as anticipated and to
confirm the fill is suitable and placed with the proper moisture content and degree of compaction. Density tests
should be performed on each lift of reworked clay. The treated subgrade materials are prone to drying out after the
treatment process is complete and should be kept moist prior to slab concrete placement.
7.6 Select Fill
Select fill should consist of material meeting the criteria recommended above. The fill should have a moisture
content within the specified range, be placed in loose lifts less than 9 inches thick and compacted as indicated.
Lime-treated, on-site soils also be used as select fill, provided the PI of the treated material meets the recommended
specifications.
15
certerra.com 3201 NE LOOP 820, SUITE 180, FORT WORTH, TEXAS 76137 T: 817.717.1040
The fill material should be placed in level, uniform layers that have a compacted moisture content and density
conforming to the recommendations in this report. Each layer should be thoroughly mixed during spreading to
provide uniformity within the layer. The loose lift thickness should not exceed 9 inches.
7.7 Density Tests
Field density tests should be performed by the geotechnical engineer or his representative. Density tests should be
taken on each layer of the compacted material below the disturbed surface. If the materials fail to meet the specified
moisture and/or density, the course should be reworked as necessary to obtain the specified criteria.
Proper moisture content and compaction must be maintained until placement of the overlying lift, or construction of
overlying flatwork. Failure to maintain the moisture content and compaction could result in excessive soil movement
that can have a detrimental effect on structures supported on or above the fill. The contractor should provide some
means to control the moisture content and compaction (such as water hoses, water trucks, etc.). Maintaining
subgrade moisture and compaction is always critical, but will require extra effort during warm, windy, and/or sunny
conditions. Density and moisture testing is recommended to provide some indication that adequate earthwork is
being performed; however, the quality of the fill is the sole responsibility of the contractor. Satisfactory testing is not
a guarantee of the quality of the contractor’s earthwork operations .
7.8 Site Grading
Site grading operations should be performed in accordance with the recommendations provided in this report.
Grading plans and construction operations should strive to achieve positive drainage around all sides of the
proposed structures. Inadequate drainage around structures supported on-grade will likely cause excessive vertical
movement to occur.
7.9 Utility Backfill
On-site clayey soils may be used as backfill. These materials should be placed in maximum 6-inch lifts following the
guidelines presented in Table 7: Fill Placement Criteria above. Compacted clay fill will typically settle
approximately 1 to 2 percent of the fill height, especially if lift thicknesses are not adequately controlled. This should
be considered when designing any structures, pavements, retaining walls, or utilities that will be supported on,
above, or within utility backfill materials.
7.10 Construction Observations
In any geotechnical study, the design recommendations are based on a limited amount of information about the
subsurface conditions. In the analysis, the geotechnical engineer must assume the subsurface conditions at the site
are similar to the conditions encountered in the borings; however, during construction, anomalies in the subsurface
conditions are often revealed. The potential for the presence of varied geologic formations and significantly different
support conditions at this site, which could result in changes in our design recommendations, increases the risk of
damaging soil movements at this site. It is recommended that Rone be retained to observe earthwork and foundation
construction and perform materials evaluation and testing during the construction phase of the project.
This enables the geotechnical engineer to stay abreast of the project and to be readily available to evaluate
unanticipated conditions, to conduct additional tests if required and, when necessary, to recommend alternative
solutions to unanticipated conditions..
We recommend that construction phase observation and materials testing commence by the project geotechnical
engineer at the outset of the project. Experience has shown that the most suitable method for procuring these
16
certerra.com 3201 NE LOOP 820, SUITE 180, FORT WORTH, TEXAS 76137 T: 817.717.1040
services is for the owner to contract directly with the project geotechnical engineer. This results in clear, direct lines
of communication among the owner, the owner's design engineers, and the geotechnical engineer.
8. BUILDING FOUNDATION STRUCTURE
8.1 Slab Foundation
The proposed single-family residential structures may be supported on ground supported foundations consisting of
a conventionally reinforced beam and slab system or a post-tensioned slab foundation system, provided the
estimated floor movements can be tolerated. The foundations should be designed with exterior and interior grade
beams adequate to provide sufficient rigidity to the foundation system to tolerate the potential vertical movement of
the foundation subgrade.
A net allowable soil bearing pressure of 1,800 psf may be used for design of all grade beams bearing in tested and
approved controlled fill. Exterior grade beams should bear at least 18 inches below final grades.
The bottom of the beam trenches should be free of any loose or soft material prior to the placement of the concrete.
All grade beams and floor slabs should be adequately reinforced for eccentric loading that could occur from
potential differential subgrade movement.
Design criteria for the foundation slab have been estimated according to the Post Tensioning Institute (PTI) based
on the methods described in their most recent manual for designing slab-on-grade foundation systems. An effective
PI of 30 may be used for design of a conventionally reinforced concrete slab foundation. Recommended PTI
foundation design criteria for a Thornthwaite Moisture Index (TMI) of zero are tabulated below:
Table 6: PTI Design Parameters
Parameter Condition 3-inch PVM
Edge Moisture Variation Distance,em (feet)Center Lift 7.5
Edge Lift 3.4
Differential Soil Movement,ym (inches)Center Lift 1.9
Edge Lift 2.1
The PTI method incorporates multiple design assumptions associated with derivation of the variables needed to
estimate the foundation design criteria. The PTI method of estimating differential soil movement is applicable when
subgrade moisture conditions are controlled only by the climate on well-graded building pads (i.e. proper site
drainage, properly lined landscaped areas, no utility water leaks or other free water sources). As soil moisture
increases, the soils may swell. The PTI design method is intended to provide stiffened foundation systems that can
perform well under typical natural changes in soil moisture. The differential foundation movements resulting from
seasonal soil moisture variations are typically much lower than movements that occur due to free water sources
near or beneath the structure, which are not directly addressed by the PTI design method.
9. PAVEMENTS
This report includes recommendations for rigid pavements. While some minor differential movement should be
anticipated, if the provisions of this report are strictly adhered to in construction, the pavement subgrades can be
expected to be relatively stable. To the extent the provisions of this report are not adhered to in construction, risk
17
certerra.com 3201 NE LOOP 820, SUITE 180, FORT WORTH, TEXAS 76137 T: 817.717.1040
and magnitude of ground movement can be expected to increase. Design of the proposed pavement sections
factors the performance of the subgrade construction recommended in this report.
9.1 Rigid Pavements
For this project, traffic loading and frequency conditions were estimated for various conditions as no specific traffic
information was provided. The following information was used in our analysis:
• k-value of 150 pci for modified clay subgrade, and 200 for lime treated soils
• reliability of 90 percent
• initial serviceability, po, of 4.5 and a terminal serviceability, pt, of 2.0 for concrete pavements
• concrete modulus of rupture of 540 psi
• load transfer coefficient of 2.7
• drainage coefficient of 1.0
The pavement thickness recommendations provided below were performed in general accordance with the “1993
AASHTO Guide for the Design of Pavement Structures” guidelines. These pavement sections are based on
estimated traffic volumes. A more precise design can be performed if specific traffic loading information is provided.
Table 7: Minimum Pavement Sections and Allowable Traffic
Roadway Classification
Portland Cement
Concrete (inches)
Lime Treated
Subgrade (inches)
Allowable ESALs
1
Residential Streets 6 6 200,000
1. Equivalent 18-kip Single Axle Loads
A minimum 28-day compressive strength of 4,000 psi should be used for all pavement concrete. As a minimum,
reinforcing steel should consist of #3 bars spaced at a maximum of 18 inches on center in each direction.
Pavement recommendations are based on the estimated loading conditions and commonly accepted design
procedures that should provide satisfactory performance for the design life of the pavement. Concrete pavement
should have between 4 and 6 percent entrained air. Hand-placed concrete should have a maximum slump of 5
inches. A sand-leveling course should not be permitted beneath pavements. All steel reinforcement, dowel
spacing/diameter and pavement joints should conform to applicable city standards.
Saw cutting should be performed in specified locations to control cracking due to shrinkage. Saw cutting should
begin as soon as the concrete has obtained enough strength to keep from raveling, but before cracks can be initiated
internally. Saw cut depths generally range from ¼ to ⅓of the pavement thickness, but should be performed as
directed by the civil engineer.
9.2 Pavement Bas Course
A 6-inch lime-treated base course is recommended below all pavements. We estimate approximately 8 percent
hydrated lime by weight (36 pounds per square yard for a 6 inch thickness) will be required to adequately treat the
pavement subgrade, though the actual lime requirement should be determined based on the in-place soil properties
and soluble sulfate levels after the pavement subgrade has reached final grade. Lime treatment should be performed
in accordance with Item 260, current Standard Specifications for Construction of Highways, Streets, and Bridges,
Texas Department of Transportation (TxDOT) or other similar standards approved by the Geotechnical Engineer of
Record.
18
certerra.com 3201 NE LOOP 820, SUITE 180, FORT WORTH, TEXAS 76137 T: 817.717.1040
The treated subgrade should extend a minimum of 2 feet outside the curb line. This will improve the edge support
of the pavement and reduce the edge effect associated with shrinkage during dry periods. Sand or other granular
fill should not be used as a leveling course beneath the pavement, as these more porous materials increase water
migration beneath the pavement, causing heave and strength loss of the subgrade.
9.3 Pavement Construction and Maintenance Recommendations
The pavement subgrades shall follow the recommendations in Section 7. It is crucial that the moisture and
compaction states be maintained until the overlying pavement is placed. If the treated subgrade is allowed to dry
prior to the pavement construction, the risk of shrinkage cracks within the pavement surface is increased.
Proper drainage should be provided both during and after construction. The pavement surface should be contoured
such that surface water drains off, away from the pavement and into inlets. Water allowed to pond on or adjacent to
pavement surfaces will saturate the subgrade soils leading to premature pavement failure. All joints should be
adequately sealed. Maintenance should include regular observation to identify and seal cracks. A flexible joint
material should be used to seal cracks as they develop.
10. SITE COMPLETION AND MAINTENANCE
10.1 Site Grading and Drainage
The geotechnical design for this project accounts for hydrogeologic and hydrologic conditions and intends to
provide for best efforts maintenance of moist subgrade after construction. Site grading and drainage plans should
support this intention where possible. Site grading and drainage should be efficient in paved areas and less efficient
in lawn and landscape areas. Roof runoff should be collected by gutters and downspouts, and discharge onto the
graded paved areas draining away from the building.
10.2 Landscaping and Irrigation
Subgrade moisture levels should be maintained around the building perimeter before and during construction.
Irrigated landscaping and lawn areas are recommended with even distribution around the structures. Irrigated areas
will serve as supplemental moisture sources surrounding the foundations and pavement areas. Accordingly, regular,
and uniform irrigation will be required in these areas, particularly during dry and hot weather periods.
Trees and large vegetation should not be placed near structures or movement-sensitive flatwork. The root systems
of these plants can remove relatively large quantities of moisture from the subgrade soils, causing localized soil
settlement. The desiccation zone varies by tree size and species, but trees should generally be set back at least 1½
times the mature tree height, and in no cases should the dripline of the mature tree extend over or within 15 feet of
roof lines.
11. STUDY CLOSURE
The analyses, conclusions and recommendations contained in this report are based on site conditions as they
existed at the time of the field exploration and further on the assumption that the exploratory borings are
representative of the subsurface conditions throughout the site with little variance beyond that found by the borings.
If different subsurface conditions from those encountered in our borings are observed or appear to be present in
excavations, Rone must be advised promptly so that these conditions can be evaluated and our recommendations
can be reassessed as may be necessary. If there is a substantial lapse of time between submission of this report
and the start of the work at the site, if conditions have changed due either to natural causes or to construction
operations at or adjacent to the site, or if structure locations, structural loads or finish grades are changed, Rone
should be promptly informed and retained if necessary if the changed conditions warrant review and reassessment.
19
certerra.com 3201 NE LOOP 820, SUITE 180, FORT WORTH, TEXAS 76137 T: 817.717.1040
It is important that Rone be retained to assist in design reviews or review those portions of the plans and
specifications that pertain to earthwork and foundation systems for this particular project to ensure the plans and
specifications are consistent with the controls and recommendations provided in this report. It is also advised that
Rone provide oversight and monitoring services during construction to ensure that the controls required for design
requirements during earthworks construction are provided correctly and implemented effectively.
This report has been prepared for the exclusive use of the client and their designated agents for specific application
to design and construction of this project. We have exercised a degree of care and skill exceeding that ordinarily
exercised under similar conditions by reputable members of our profession practicing in the same or similar locality.
The engineering services and solutions provided herein are considered advanced, and while design and
construction controls are improved, no warranty, expressed or implied, can be made or intended.
12. COPYRIGHT 2025 CERTERRA, RONE ENGINEERING SERVICES, LLC.
This report in its entirety is the sole property of the Client, Certerra and its affiliates. Use of this report is subject to
all applicable copyrights. This report may be used in practice or referenced by any project party as necessary, solely
for the party’s role on the project for which this report is prepared.Beyond that use, no part of this report may be
copied, downloaded, transmitted, or otherwise reproduced or stored, in any form or means, except as permitted in
writing by Certerra. Each reproduction of any part of this report must include all copyright notices, registered
trademark designations (®), and non-registered trademark designations (™).
APPENDIX A
Plate A.1
VICINIT Y MAP
Valley Brook Phase 8
5721 Dunraven Trail
Fort Worth, Texas
PROJECT NO: 14-250193-0
DRAWN BY: DH DATE: 3/18/2025
APPROVED BY: DH DATE: 3/18/2025
SCALE: NTS
SITE
Plate A.2
GEOLOGY MAP
Valley Brook Phase 8
5721 Dunraven Trail
Fort Worth, Texas
PROJECT NO: 14-250193-0
DRAWN BY: DH DATE: 3/18/2025
APPROVED BY: DH DATE: 3/18/2025
SCALE: NTSSITE
PlateA.3BORINGLOCATIONDIAGRAMValley Brook Phase 85721 Dunraven TrailFort Worth, TexasPROJECT NO: 14-250193-0DRAWN BY: DH DATE: 3/18/2025APPROVED BY: DH DATE: 3/18/2025B-1B-1
47-17-30
50-17-33 2.2
4.5+
2.25
3.50
4.00
3,600
42
86
CLAYEY SAND (SC)- dark brown
- gravelly seam
SANDY LEAN CLAY (CL)- dark brown, tan, with
ferrous staining and calcareous nodules
- thin limestone seam
WEATHERED LIMESTONE - tan
LIMESTONE - gray
Boring Terminated at Approximately 20 Feet
23-17-5N=22
50/¼''50/¼''
50/¾''50/¼''
29
13
27
25
24
9
5
96
97
692.0
683.5
680.5
676.0
This boring log should not be considered valid if separated from the remainder of the geotechnical report.AtterbergLimitsLL-PL-PI
Latitude
Longitude
Project No.
14-250193-0
Dry Unit Weight, pcf
Water Level Observations (feet)Swell %Sample TypeElevation, ft.Moisture Content %Depth, ft.
While Drilling
At Completion
End of Day
Not Observed
Not Observed
Not Measured
2-27-25
Approximate Surface Elevation = 696.0 feet
Valley Brook Phase 8
5721 Dunraven Trail
Fort Worth, Texas
Log B-1
SymbolUnconfinedCompression, psf
5
10
15
20
Material boundaries are approximate; in situ, transitions may be gradual.
32.90559° N
-97.26343° W
Driller: Lalo - Total Depth
Drilling Method: Continuous Flight Augers
Date
SPT or TCP
Boring Location
Northwest
PenetrometerReading, tsfWater LevelObservationsPassing No. 200Sieve %
Plate A.4
Stratum Description
37-14-23 0.2
4.5+
4.5+
4.5+
59
SANDY LEAN CLAY (CL)- dark brown, tan, with
ferrous staining and calcareous nodules
- limestone cobble
WEATHERED LIMESTONE - tan
LIMESTONE - gray
Boring Terminated at Approximately 20 Feet
50/3"
50/¾''50/½''
50/2 ¾''50/2''
50/¾''50/½''
14
10
13
15
9
8
9
109
691.0
683.5
679.0
This boring log should not be considered valid if separated from the remainder of the geotechnical report.AtterbergLimitsLL-PL-PI
Latitude
Longitude
Project No.
14-250193-0
Dry Unit Weight, pcf
Water Level Observations (feet)Swell %Sample TypeElevation, ft.Moisture Content %Depth, ft.
While Drilling
At Completion
End of Day
Not Observed
Not Observed
Not Measured
2-27-25
Approximate Surface Elevation = 699.0 feet
Valley Brook Phase 8
5721 Dunraven Trail
Fort Worth, Texas
Log B-2
SymbolUnconfinedCompression, psf
5
10
15
20
Material boundaries are approximate; in situ, transitions may be gradual.
32.90526° N
-97.26277° W
Driller: Lalo - Total Depth
Drilling Method: Continuous Flight Augers
Date
SPT or TCP
Boring Location
Southeast
PenetrometerReading, tsfWater LevelObservationsPassing No. 200Sieve %
Plate A.5
Stratum Description
SOIL OR ROCK TYPES
TERMS DESCRIBING CONSISTENCY, CONDITION, AND STRUCTURE OF SOIL
Fine Grained Soils (More than 50% Passing No. 200 Sieve)
Consistency
Very Soft
Soft
Firm
Hard
Very Hard
Penetrometer Reading, (tsf)
< 0.5
0.5 to 1.0
1.0 to 2.0
2.0 to 4.0
> 4.0
Unconfined Compression, (psf)
< 1000
1000 to 2000
2000 to 4000
4000 to 8000
> 8000
Coarse Grained Soils (More than 50% Retained on No. 200 Sieve)
Penetration Resistance
(Blows / Foot)
0 to 4
4 to 10
10 to 30
30 to 50
Over 50
Descriptive Item
Very Loose
Loose
Medium Dense
Dense
Very Dense
Relative Density
0 to 20%
20 to 40%
40 to 70%
70 to 90%
90 to 100%
Soil Structure
Calcareous
Slickensided
Laminated
Fissured
Interbedded
Contains appreciable deposits of calcium carbonate; generally nodular
Having inclined planes of weakness that ate slick and glossy in appearance
Composed of thin layers of varying color or texture
Containing cracks, sometimes filled with fine sand or silt
Composed of alternated layers of different soil types, usually in approximately equal proportions
TERMS DESCRIBING PHYSICAL PROPERTIES OF ROCK
Hardness and Degree of Cementation
Very Soft or Plastic
Soft
Moderately Hard
Hard
Very Hard
Poorly Cemented or Friable
Cemented
Can be remolded in hand; corresponds in consistency up to hard in soils
Can be scratched with fingernail
Can be scratched easily with knife; cannot be scratched with fingernail
Difficult to scratch with knife
Cannot be scratched with knife
Easily crumbled
Bound together by chemically precipitated material; Quartz, calcite, dolomite, siderite, and iron oxide are common cementing
materials.
Degree of Weathering
Unweathered
Slightly Weathered
Weathered
Extremely Weathered
Rock in its natural state before being exposed to atmospheric agents
Noted predominantly by color change with no disintegrated zones
Complete color change with zones of slightly decomposed rock
Complete color change with consistency, texture, and general appearance approaching soil
KEY TO CLASSIFICATION AND SYMBOLS PLATE A.
Shelby
Tube
Split
Spoon
CFA
Texas
Cone
Pen
Rock
Core
DRILLING AND SAMPLING METHODS
HSA
Gravelly Lean Clay (CL)
Undocumented Fill
Lean Clay (CL)
Fat Clay (CH)
Gravelly Fat Clay (CH)
Clayey Gravel (GC)
Silt (ML)
Poorly-Graded Sand (SP)
Well-Graded Sand (SW)
Clayey Sand (SC)
Well-Graded Gravel (GW)
Marl
Weathered Shale
Shale
Weathered Limestone
Limestone
UNIFIED SOIL CLASSIFICATION SYSTEM
PLATE A.Coarse - Grained Soils(more than half of the material is larger than No. 200 Sieve size)Major Divisions
Gravels(more than half of coarse fraction is largerthan No. 4 Sieve size)Sands(more than half of coarse fraction issmaller than No. 4 Sieve size)Sands with fines(Appreciableamount of fines)Clean sands(Little or no fines)Gravels with fines(Appreciableamount of fines)Clean gravels(Little or no fines)Grp.
Sym.
GW
GP
GM
GC
SW
SP
SM
SC
Typical Names
Well graded gravels,
gravel-sand mixtures,
little or no fines
Poorly graded gravels,
gravel-sand mixtures,
little or no fines
Silty gravels, gravel -
sand - silt mixtures
Clayey gravels, gravel
- sand - clay mixtures
Well graded sands,
gravelly sands, little or
no fines
Poorly graded sands,
gravelly sands, little or
no fines
Silty sands, sand silt
mixtures
Clayey sands, sand
clay mixtures
Determine percentages of sand and gravel form grain size curve.Depending on percentage of fines (fraction smaller than No. 200 sieve size), coarse-grained soilsare classified as followsLess than 5 percent..............................GW,GP,SW,SPMore than 12 percent............................GM,GC,SM,SC5 to 12 percent......Borderline cases requiring dual symbolsLaboratory Classification
Criteria
C = ---- greater than 4:u D
D60
10
C = ------ between 1 and 3cD x D
(D )30
10 60
2
Not meeting all gradation requirements
for GW
Liquid and Plastic limits
below "A" line or P.I.
greater than 4
Liquid and Plastic limits
above "A" line with P.I.
greater than 7
Liquid and plastic
limits plotting in
hatched zone
between 4 and 7
are borderline
cases requiring use
of dual symbols
C = ---- greater than 6:u D
D60
10
C = ------ between 1 and 3cD x D
(D )30
10 60
2
Not meeting all gradation requirements
for SW
Liquid and Plastic limits
below "A" line or P.I.
less than 4
Liquid and Plastic limits
above "A" line with P.I.
greater than 7
Liquid and plastic
limits plotting
between 4 and 7
are borderline
cases requiring use
of dual symbols
Fine - Grained Soils(more than half of the material is smaller than No. 200 Sieve)Silts and Clays(Liquid limit lessthan 50)Silts and Clays(Liquid limit greaterthan 50)HighlyOrganicsoilsML
CL
OL
Inorganic silts and very fine
sands, rock flour, silty or
clayey fine sands, or clayey
silts with slight plasticity
Inorganic clays of low to
medium plasticity, gravelly
clays, sandy clays, silty
clays, and lean clays
Organic silts and organic
silty clays of low plasticity
MH
CH
OH
Inorganic silts, micaceous
or diatomaceous fine sandy
or silty soils, elastic silts
Inorganic clays of high
plasticity, fat clays
Organic clays of medium to
high plasticity, organic silts
Pt Peat and other highly
organic soils
CH
OH and MH
ML and OL"A" LineCL
10
20
30
40
50
60
10 20 30 40 50 60 70 80 90 10000
CL-MLPLASTICITY INDEXLIQUID LIMIT
PLASTICITY CHART
Boring Depth
(feet)Liquid Limit Plastic
Limit
Plasticity
Index
Initial MC
(%)
Final MC
(%)Load (psf)Swell (%)
B-1 9 50 17 33 27 31 1125 2.2
B-2 5 37 14 23 15 18 625 0.2
SWELL TEST RESULTS
Valley Brook Phase 8
5721 Dunraven Trail
Fort Worth, Texas
Rone Project Number: 14-250193-0
APPENDIX B
20
certerra.com 8908 Ambassador Row, Dallas, TX 75247 T: 214.630.9745
FIELD EXPLORATION
Subsurface conditions were defined by two (2) sample borings located as shown on the Boring Location Diagram,
Plate A.3. The borings were completed at locations staked in the field by Rone personnel. The borings were
advanced between sample intervals using continuous flight auger drilling procedures. The results of each boring
are shown graphically on the Logs of Boring. Sample depth, description, and soil classification based on the Unified
Soil Classification System are shown on the Logs of Boring. Keys to the symbols and terms used on the Logs of
Boring are presented in the appendix section of the report.
Relatively undisturbed samples of cohesive soils were obtained using nominal 3-inch diameter tube samplers at the
locations shown on the Logs of Boring. The tube sampler consists of a steel tube with a sharp cutting edge
connected to a head equipped with a ball valve threaded for rod connection. The tube is pushed into the soil by the
hydraulic pulldown of the drilling rig. The soil specimens were extruded from the tube in the field, logged, tested for
consistency with a hand penetrometer, sealed and packaged to limit loss of moisture.
The consistency of cohesive soil samples was evaluated in the field using a calibrated hand penetrometer. In this
test, a ¼ inch diameter piston is pushed into a relatively undisturbed sample at a constant rate to a depth of
approximately ¼ inch. The results of these tests are presented at the respective sample depths on the Logs of
Boring. When the capacity of the penetrometer is exceeded, the value is tabulated as 4.5+.
Samples of stiff and/or granular materials were obtained using split-barrel sampling procedures in general
accordance with ASTM D1586. In the split-barrel procedure, a disturbed sample is obtained in a standard 2-inch
OD split-barrel sampler driven 18 inches into the ground using a 140-pound hammer falling freely 30 inches. The
number of blows for the last 12 inches of the standard 18-inch penetration is recorded as the Standard Penetration
Test resistance (N-value). The N-values are recorded on the logs of boring at the depth of sampling. The samples
were sealed and returned to our laboratory for further examination and testing.
The rock and rock-like materials encountered in the borings were evaluated with a modified version of the Texas
Cone Penetration test. Texas Department of Transportation (TX-DOT) Test Method Tex-132-E specifies driving a 3-
inch diameter cone with a 170-pound hammer freely falling 24 inches. This results in 340 foot-pounds of energy for
each hammer blow. This method was modified by utilizing a 140-pound hammer freely falling 30 inches. This results
in 350 foot-pounds of energy per blow. In relatively soft materials, the penetrometer cone is driven 1 foot and the
number of blows required for each 6-inch penetration is tabulated at the respective test depths as blows-per-6-
inches on the log of boring. In hard materials (rock or rock-like), the penetrometer cone is driven and the resulting
penetration distances are recorded in inches for the first and second sets of 50 blows, for a total of 100 blows. The
penetration for the total 100 blows is recorded at the respective testing depths on the logs of boring.
Groundwater observations during and at completion of drilling are shown on the logs of boring. Upon drilling
completion, the boreholes were backfilled with auger cuttings to the ground surface.
LABORATORY TESTING
Laboratory tests were performed on selected samples retrieved from the borings to evaluate the engineering
characteristics of the subsurface materials, and to provide data for developing engineering design parameters. The
subsurface materials recovered during the field exploration were described by an engineering geologist or senior
staff member in the field and/or the laboratory, and were later refined based on results of the laboratory tests
performed.
Classification Tests
All recovered soil samples were classified and described, in part, using the Unified Soil Classification System
(USCS). Visual classification of soils was verified by index testing, including natural moisture content determinations,
Atterberg limits determinations, and gradation tests (percent passing the No. 200 U.S. Standard Sieve). All testing
was performed in general accordance with applicable American Society for Testing and Materials (ASTM)
procedures as follows:
Test ASTM Standard Number
Atterberg Limits D4318
Percentage of Particles Passing the No. 200 Sieve D1140
Moisture Content D2216
Dry Unit Weight D2167
Unconfined Compressive Strength D2166
Swell Test D4546, Method B
Swell Test
In the swell test, a sample is placed in a consolidometer and subjected to the estimated overburden pressure. The
sample is then inundated with water and allowed to swell. Moisture contents are determined both before and after
completion of the test. Test results are recorded as the percent swell, with initial and final moisture content. Detailed
swell test results are tabulated in Appendix A.
Unconfined Compression Strength Test - Soil
In the unconfined compression test, a cylindrical specimen is subjected to axial load at a constant rate of strain until
failure occurs. Strengths determined by this test are tabulated at their respective sample depths on the logs of
boring. Results of natural moisture content and dry unit weight determinations are also tabulated at the respective
sample depths on the logs.
21
certerra.com 3201 NE LOOP 820, SUITE 180, FORT WORTH, TEXAS 76137 T: 817.717.1040
APPENDIX C
Geotechnical-Engineering Report
ImportantInformationaboutThis
Subsurface problems are a principal cause of construction delays, cost overruns, claims, and disputes.
While you cannot eliminate all such risks, you can manage them. The following information is provided to help.
The Geoprofessional Business Association (GBA)
has prepared this advisory to help you – assumedly
a client representative – interpret and apply this
geotechnical-engineering report as effectively as
possible. In that way, you can benefit from a lowered
exposure to problems associated with subsurface
conditions at project sites and development of
them that, for decades, have been a principal cause
of construction delays, cost overruns, claims,
and disputes. If you have questions or want more
information about any of the issues discussed herein,
contact your GBA-member geotechnical engineer.
Active engagement in GBA exposes geotechnical
engineers to a wide array of risk-confrontation
techniques that can be of genuine benefit for
everyone involved with a construction project.
Understand the Geotechnical-Engineering Services
Provided for this Report
Geotechnical-engineering services typically include the planning,
collection, interpretation, and analysis of exploratory data from
widely spaced borings and/or test pits. Field data are combined
with results from laboratory tests of soil and rock samples obtained
from eld exploration (if applicable), observations made during site
reconnaissance, and historical information to form one or more models
of the expected subsurface conditions beneath the site. Local geology
and alterations of the site surface and subsurface by previous and
proposed construction are also important considerations. Geotechnical
engineers apply their engineering training, experience, and judgment
to adapt the requirements of the prospective project to the subsurface
model(s). Estimates are made of the subsurface conditions that
will likely be exposed during construction as well as the expected
performance of foundations and other structures being planned and/or
aected by construction activities.
e culmination of these geotechnical-engineering services is typically a
geotechnical-engineering report providing the data obtained, a discussion
of the subsurface model(s), the engineering and geologic engineering
assessments and analyses made, and the recommendations developed
to satisfy the given requirements of the project. ese reports may be
titled investigations, explorations, studies, assessments, or evaluations.
Regardless of the title used, the geotechnical-engineering report is an
engineering interpretation of the subsurface conditions within the context
of the project and does not represent a close examination, systematic
inquiry, or thorough investigation of all site and subsurface conditions.
Geotechnical-Engineering Services are Performed
for Specific Purposes, Persons, and Projects,
and At Specific Times
Geotechnical engineers structure their services to meet the specic
needs, goals, and risk management preferences of their clients. A
geotechnical-engineering study conducted for a given civil engineer
will not likely meet the needs of a civil-works constructor or even a
dierent civil engineer. Because each geotechnical-engineering study
is unique, each geotechnical-engineering report is unique, prepared
solely for the client.
Likewise, geotechnical-engineering services are performed for a specic
project and purpose. For example, it is unlikely that a geotechnical-
engineering study for a refrigerated warehouse will be the same as
one prepared for a parking garage; and a few borings drilled during
a preliminary study to evaluate site feasibility will not be adequate to
develop geotechnical design recommendations for the project.
Do not rely on this report if your geotechnical engineer prepared it:
• for a dierent client;
• for a dierent project or purpose;
• for a dierent site (that may or may not include all or a portion of
the original site); or
• before important events occurred at the site or adjacent to it;
e.g., man-made events like construction or environmental
remediation, or natural events like oods, droughts, earthquakes,
or groundwater uctuations.
Note, too, the reliability of a geotechnical-engineering report can
be aected by the passage of time, because of factors like changed
subsurface conditions; new or modied codes, standards, or
regulations; or new techniques or tools. If you are the least bit uncertain
about the continued reliability of this report, contact your geotechnical
engineer before applying the recommendations in it. A minor amount
of additional testing or analysis aer the passage of time – if any is
required at all – could prevent major problems.
Read this Report in Full
Costly problems have occurred because those relying on a geotechnical-
engineering report did not read the report in its entirety. Do not rely on
an executive summary. Do not read selective elements only. Read and
refer to the report in full.
You Need to Inform Your Geotechnical Engineer
About Change
Your geotechnical engineer considered unique, project-specic factors
when developing the scope of study behind this report and developing
the conrmation-dependent recommendations the report conveys.
Typical changes that could erode the reliability of this report include
those that aect:
• the site’s size or shape;
• the elevation, conguration, location, orientation,
function or weight of the proposed structure and
the desired performance criteria;
• the composition of the design team; or
• project ownership.
As a general rule, always inform your geotechnical engineer of project
or site changes – even minor ones – and request an assessment of their
impact. Te geotechnical engineer who prepared this report cannot accept
responsibility or liability for problems that arise because the geotechnical
engineer was not informed about developments the engineer otherwise
would have considered.
Most of the “Findings” Related in This Report
Are Professional Opinions
Before construction begins, geotechnical engineers explore a site’s
subsurface using various sampling and testing procedures. Geotechnical
engineers can observe actual subsurface conditions only at those specific
locations where sampling and testing is performed. e data derived from
that sampling and testing were reviewed by your geotechnical engineer,
who then applied professional judgement to form opinions about
subsurface conditions throughout the site. Actual sitewide-subsurface
conditions may dier – maybe signicantly – from those indicated in
this report. Confront that risk by retaining your geotechnical engineer
to serve on the design team through project completion to obtain
informed guidance quickly, whenever needed.
This Report’s Recommendations Are
Confirmation-Dependent
e recommendations included in this report – including any options or
alternatives – are conrmation-dependent. In other words, they are not
nal, because the geotechnical engineer who developed them relied heavily
on judgement and opinion to do so. Your geotechnical engineer can nalize
the recommendations only aer observing actual subsurface conditions
exposed during construction.If through observation your geotechnical
engineer conrms that the conditions assumed to exist actually do exist,
the recommendations can be relied upon, assuming no other changes have
occurred. Te geotechnical engineer who prepared this report cannot assume
responsibility or liability for confirmation-dependent recommendations if you
fail to retain that engineerto perform construction observation.
This Report Could Be Misinterpreted
Other design professionals’ misinterpretation of geotechnical-
engineering reports has resulted in costly problems. Confront that risk
by having your geotechnical engineer serve as a continuing member of
the design team, to:
• confer with other design-team members;
• help develop specications;
• review pertinent elements of other design professionals’ plans and
specications; and
• be available whenever geotechnical-engineering guidance is needed.
You should also confront the risk of constructors misinterpreting this
report. Do so by retaining your geotechnical engineer to participate in
prebid and preconstruction conferences and to perform construction-
phase observations.
Give Constructors a Complete Report and Guidance
Some owners and design professionals mistakenly believe they can shi
unanticipated-subsurface-conditions liability to constructors by limiting
the information they provide for bid preparation. To help prevent
the costly, contentious problems this practice has caused, include the
complete geotechnical-engineering report, along with any attachments
or appendices, with your contract documents, but be certain to note
conspicuously that you’ve included the material for information purposes
only. To avoid misunderstanding, you may also want to note that
“informational purposes” means constructors have no right to rely on
the interpretations, opinions, conclusions, or recommendations in the
report. Be certain that constructors know they may learn about specic
project requirements, including options selected from the report, only
from the design drawings and specications. Remind constructors
that they may perform their own studies if they want to, and be sure to
allow enough time to permit them to do so. Only then might you be in
a position to give constructors the information available to you, while
requiring them to at least share some of the nancial responsibilities
stemming from unanticipated conditions. Conducting prebid and
preconstruction conferences can also be valuable in this respect.
Read Responsibility Provisions Closely
Some client representatives, design professionals, and constructors do
not realize that geotechnical engineering is far less exact than other
engineering disciplines. is happens in part because soil and rock on
project sites are typically heterogeneous and not manufactured materials
with well-dened engineering properties like steel and concrete. at
lack of understanding has nurtured unrealistic expectations that have
resulted in disappointments, delays, cost overruns, claims, and disputes.
To confront that risk, geotechnical engineers commonly include
explanatory provisions in their reports. Sometimes labeled “limitations,”
many of these provisions indicate where geotechnical engineers’
responsibilities begin and end, to help others recognize their own
responsibilities and risks. Read these provisions closely. Ask questions.
Your geotechnical engineer should respond fully and frankly.
Geoenvironmental Concerns Are Not Covered
e personnel, equipment, and techniques used to perform an
environmental study – e.g., a “phase-one” or “phase-two” environmental
site assessment – dier signicantly from those used to perform a
geotechnical-engineering study. For that reason, a geotechnical-engineering
report does not usually provide environmental ndings, conclusions, or
recommendations; e.g., about the likelihood of encountering underground
storage tanks or regulated contaminants. Unanticipated subsurface
environmental problems have led to project failures. If you have not
obtained your own environmental information about the project site,
ask your geotechnical consultant for a recommendation on how to nd
environmental risk-management guidance.
Obtain Professional Assistance to Deal with
Moisture Infiltration and Mold
While your geotechnical engineer may have addressed groundwater,
water inltration, or similar issues in this report, the engineer’s
services were not designed, conducted, or intended to prevent
migration of moisture – including water vapor – from the soil
through building slabs and walls and into the building interior, where
it can cause mold growth and material-performance deciencies.
Accordingly, proper implementation of the geotechnical engineer’s
recommendations will not of itself be sufficient to prevent
moisture infiltration. Confront the risk of moisture infiltration by
including building-envelope or mold specialists on the design team.
Geotechnical engineers are not building-envelope or mold specialists.
Copyright 2019 by Geoprofessional Business Association (GBA). Duplication, reproduction, or copying of this document, in whole or in part, by any means whatsoever, is strictly
prohibited, except with GBA’s specic written permission. Excerpting, quoting, or otherwise extracting wording from this document is permitted only with the express written
permission of GBA, and only for purposes of scholarly research or book review. Only members of GBA may use this document or its wording as a complement to or as an element
of a report of any kind. Any other rm, individual, or other entity that so uses this document without being a GBA member could be committing negligent
Telephone: 301/565-2733
e-mail: info@geoprofessional.org www.geoprofessional.org
CITY OF FORT WORTH TRANSPORTATION/PUBLIC WORKS DEPARTMENT
STANDARD PRODUCTS LIST AS OF 5/30/2025
9iv/2ozz
4/3/2025
9/9/2022
4/1/2024
9/9/2022
9/9/2022
9/9/2022
4/28/2025
9/9/2022
9/9/2022
9/9/2022
9/9/2022
1/29/2024
9/9/2022
9/23/2024
5/8/2025
4/7/2023
9/9/2022
9/9/2022
4/1/2023
6/1/2023
6/1 /2p23
ll/2/2022
4/7/2023
9/9/2022
9/9/2022
9/9/2022
5/9/2025
l0/4/2023
10/4/2p23
7/10/2023
I/18/2p23
l/Z4/2023
1 012 4 /2 02 4
10/24/2024
l0/18/2024
9/9/2022
9/9/2022
10/]0/2022
9/9/2022
9/9/2022
9/9/2022
9/9/2022
9/9/2022
9/9/2022
4/28/2025
4/28/2025
4128/2025
9/9/2022
9/9/2022
9/9/2022
9/9/2022
9/9/2022
9/9/2022
9/9/2022
9/9/2022
5/7/2025
2/7/2025
2/7/2025
9/9/2022
4/27/2023
9/9/2022
8/4/2023
11/ZO/2023
11/20/2023
9/9/2022
9/9/2022
Concrete
Class A(Sidewalk, ADA Ram�s, Driveways, Curb/Gutter, Median Pavement)
32 13 20 Mix DesiKn Ame�ican Conc�eTe Company 30CAF029 3000 psi
32 13 20 Mix Design Big Town Concrctc 227 7 3000 psi
32 13 20 Mix DesiKn Bu�nco Texas 30U LO LAU 3000 psi
32 13 20 Mix Design Burnco Texas 30USOOBG 3000 psi
32 13 20 Mix DesiKn Carde� Concrete FWCC502001 3000 psi
32 13 20 Mix Des�n Carder Concrete FWCC502027 3500 psi
32 13 20 Mix Des�Rn Chisholm Trail Redi Mix C13020AE 3000 psi
32 13 20 Mix Des�n Chisholm Trail Redi Mix CT6020A 3600 psi
32 13 20 Mix Des�,Gn Ciry Concrete Co��pany 30HA20II 3000 psi
32 13 20 Mix Des�n Cow Town Redi Mix 253-W 3000 psi
32 13 20 Mix Des�Rn Cow Town Redi Mix 250 3000 psi
32 13 20 Mix Des�n Cow Town Redi Mix 350 3000 psi
32 13 20 Mix Des�Rn Estrada Ready Mix R3050AEWR 3000 psi
32 13 20 Mix Des�n Holcim - SOR, Inc. 7267 3000 psi
32 13 20 Mix Des�Rn Holcim - SOR, Inc. 5177 3000 psi
32 13 20 Mix Des�n Holcim - SOR, Ina 530WA-T7 3000 psi
32 13 20 Mix Des�Rn Liquid Stone C301D 3000 psi
32 13 20 Mix Des�n Martin Manetta R2736214 3000 psi
32 13 20 Mix Des�Rn Martin Marietta R2136014 3000 psi
32 13 20 Mix Des�n Martin Manetta R2736N14 3000 psi
32 13 20 Mix Desi�,n Martin Marie[ta R2136R20 3000 psi
32 13 20 Mix Des�n Martin Manetta R2136N20 3000 psi
32 13 20 Mix DesiFn Martin Marie[ta R2141K24 4000 psi
32 13 20 Mix Des�n Martin Marietta R2136K 14 3000 psi
32 13 20 Mix Desi�,n Martin Marie[ta R2131314 3000 psi
32 13 20 Mix Desiran Martin Marietta R2132214 3000 psi
32 13 20 Mix DesiCn Martin Marie[ta D9490SC 3000 psi
32 13 20 Mix Desi�vn Martin Marietta R2136R 14 3000 psi
32 13 20 Mix Desi�,n NBR Ready Mix CLS A-YY 3000 psi
32 13 20 Mix Des�n NBR Ready Mix CLS A-NY 3000 psi
32 13 20 Mix Desi�,n Osburn 30ASOMR 3000 psi
32 13 20 Mix Des�n Rapid Redi Mix RRM5020A 3000 psi
32 13 20 Mix Desi�,n Rapid Redi Mix RRM5525A 3600 psi
32 13 20 Mix Des�n SRM Concrete 30850 3000 psi
32 13 20 Mix Des�gn SRM Concrete 30350 3000 psi
32 l3 20 M�x Desi,qn BRM Con¢rete 30050 3000 psi
32 13 20 Mix Design Tarrant Concrete FW5025A 3000 psi
32 l3 20 M�x Desi,qn Tarrant Concrete CP5020A 3000 psi
32 13 20 Mix Design Tarrant Concrete TCFW5020A 3000 psi
32 l3 20 M�x Desi,qn Tarrant Conorete FW5525A2 3000 psi
32 13 20 Mix Design Titan Ready Mix 3020AE 3000 psi
32 l3 20 M�x Desi,qn True Q��t Bed� Mix 0250.230 3000 psi
32 l3 20 M�x Desi,qn True Q��t Bed� Mix 0250.2301 3000 psi
Class CIP iInlets, Manholes, Juncrion Boxes, Encasement, Blocldngr Collars, (Sgread Footing Pedestal Pole Foundations (Reference Detai134 41 10-D605A�
32 l3 l3 M�x Desi,qn American Concrete Company 40CNF06� 4000 psi
32 13 13 Mix Design Burnco Texas 40USOOBG 4000 psi
32 l3 20 M�x Desi,qn Chisholm `Lrad Redi M�x C'P6020A 3600 psi
32 13 20 Mix Design Chisliolm Trail Rcdi Mix CTFW5520A 3600 psi
32 L3 20 Mix DesiKn Chisholm Trail Redi Mix CTFW6020A 4000 psi
32 13 13 Mix Dcsign Cow Town Rcdi Mix 255-2 3000 psi
32 L3 L3 Mix DesiKn Cow Town Redi Mix 355 3000 psi
32 13 13 Mix Dcsign Cow Town Rcdi Mix 255 3500 psi
32 L3 L3 Mix DesiKn Cow Town Redi Mix 270 5000 psi
32 13 13 Mix Dcsign Cow Town Rcdi Mix 370 5000 psi
32 L3 L3 Mix DesiKn Cow Town Redi Mix 353 3000 psi
32 13 13 Mix Dcsign Cow Town Rcdi Mix 257 3600 psi
32 L3 L3 Mix DesiKn Cow Town Redi Mix 357 3600 psi
32 13 13 Mix Dcsign Cow Town Rcdi Mix 265-42 4200 psi
32 L3 L3 Mix DesCKn Holcim - 00R Inc. 1701 4000 psf
32 13 13 Mix Dcsign Holcim - SOR, Inc. 1551 3000 psi
32 L3 L3 M�x DesiKn Holcim - SOR, I�c. 5409 4000 psi
32 13 13 Mix Dcsign Liquid Stonc C361DNFA 3600 psi
32 13 13 Mix DesiRn Ma�tin Ma�ietta R2141230 4000 psi
32 73 13 Mix Design Martin Marietta R2747R2A 4000 psi
32 13 13 Mix DesiRn Ma�tin Ma�ietta R2146R33 4000 psi
32 13 13 Mix Design Martin Marietta R2746K33 4000 psi
32 13 13 Mix DesiRn Ma�tin Ma�ietta R2142233 3600 psi
32 73 73 Mix Design Martin Marietta R2736224 3600 psi
3-5" Slump; 3-6% Ai�
3-5" Slump; 3-6% Air
3-5" Slump; 3fi% Ai�
3-5" Slump; 3-6% Air
3-5" Slump; 3fi% Ai�
3-5" Slump; 3-6% Air
3-5" Slump; 45-ZS % Ai�
3-5" Slump; 3-6% Air
3-5" Slamp; 3-6% Ai�
3-5" Slump; 3-6% Air
3-5" Slamp; 3-6% Ai�
3-5" Slump; 3-6% Air
3-5" Slamp; 3-6% Ai�
3-5" Slump; 3-6% Air
3-5" Slamp; 3-6% Ai�
3-5" Slump; 3-6% Air
3-5" Slamp; 3-6% Ai�
3-5" Slump; 3-6% Air
3-5" Slamp; 3-6% Ai�
3-5" Slump; 3-6% Air
3S" Slomp; 3fi% Air
3-5" Slump; 3-6% Air
3S" Slomp; 3fi% Air
3-5" Slump; 3-6% Air
3S" Slomp; 3fi% Air
3-5" Slump; 3-6% Air
3S" Slomp; 4.5-7.5% Air
3-5" Slump; 3-6% Air
3S" Slomp; 3fi% Air
3-5" Slump; 3-6% Air
3S" Slomp; 3fi% Air
3-5" Slump; 3-6% Air
3S" Slomp; 3fi% Air
3-5" Slump; 3-6% Air
3S" Slomp; 3-6"/o Air
3-5" Slump; 3-6% A�r
3-5" Slomp; 3-6"/o Air
3S" Slump; 3-6% A�r
3S" Slomp; 3-6"/o Air
3S" Slump; 3-6% A�r
3S" Slomp; 3-6"/o Air
3S" Slump; 3-6% A�r
3S" Slump; 3-6% A�r
3-5" Slump; 0-3 % A�r
3S" Slomp; 3-6% Air
3S" Slump; 3-6% A�r
3S" Slomp; 3-6"/o Air
3-5" 01ump� 3fi% Ai�
3-5" Slump; 3-6% Air
3-5" 01ump� 3fi% Ai�
3-5" Slump; 3-6% Air
3-5" 01ump� 3fi% Ai�
3-5" Slump; 3-6% Air
3-5" 01ump; 3fi% Aic
3-5" Slump; 3-6% Air
3-5" Slump; 3-6% Aic
3-5" Slump; 3-6% Air
3-5" Slump; 3-6% Air
3-5" Slump; 3-6% Air
3-5" Slump; 3-6% Aic
3-5" Slomp; 3-6% Air
3-5" 01ump;3fi% Air
3-5" Slump; 3-6% Air
3-5" 01ump;3fi% Air
3-5" Slump; 3-6% Air
3-5" Slump; 4.5-7.5 % Air
3-5" Slump; 3-6% Air
Page 1 of 6
CITY OF FORT WORTH TRANSPORTATION/PUBLIC WORKS DEPARTMENT
STANDARD PRODUCTS LIST AS OF 5/30/2025
...Cnncrete (:'nn6nues)
9/9/2022 32 13 13 Mix Desj�;n Ma�tin Ma�ietta R2141233
9/9/2022 32 13 13 Mix Design Martin Manctta R274603R
10/24/2024 32 13 13 Mix Des� Ma�tin Madetta R2146K34
5/5/2025 32 13 13 Mix Design Martin Manetta R2746R35
5/5/2025 33 13 13 Mix Desj�;n Ma�tin Madetta R2146K3�
5/5/2025 33 13 13 Mix Design Martin Manetta R2746N33
9/12/2023 32 13 13 Mix Design NBR Ready Mix CLS Pl-YY
9/9/2022 32 13 13 Mix Design NBR Ready Mix TX C-YY
9/9/2022 32 13 13 Mix Design NBR Ready Mix TX C-NY
I/7 8/2023 32 13 13 Mix Design Rapid Redi Mix RRM5320A
1/18/2023 32 13 13 Mix Design Rapid Redi Mix RRM6020ASS
10/24/2024 32 13 13 Mix Design SRM Concrete 40350
10/24/2024 32 13 13 Mix Design SRM Concrete 40850
9/7 6/2024 32 13 13 Mix Design SRM Concrete 35050
4/28/2025 32 13 13 Mix Design SRM Concrete 36850
9/9/2022 321313 MixDesign TarrantConcrete FW5320A
10/10/2022 321313 MixDesign TarrantConcrete TCFW6025A2
Class C(Drilled Shaft for Traffic SiQnal Pole Foundations Reference Detai131 41 10-D605)
9/9/2022 32 13 13 Mix Design Burnco Texas 36USOOBG
6/21/2023 32 13 13 Mix Design Cow Town Redi Mix 360-DS
10/30/2024 321313 MixDesi,qn HstradaReadyMix R36575AEWR
12/5/2022 32 13 13 Mix Design Holcim - SOR, Inc. 1822
9/9/2022 32 13 13 Mix Desi,qn Holcim - SOR, Inc. 1859
4/7/2023 32 13 13 Mix Design Liqaid Stone C361DHR
6/27/2023 32 13 13 Mix Design Martin Marietta U2146N41
6/27/2023 32 13 13 Mix Design Martin Marie[ta U2146K45
5/9/2025 2 13 13 Mix Desiqn Martin Marietta U2146R41
8/22/2024 32 13 13 Mix Design NBR Ready Mix 135K2524
8/22/2024 32 13 13 Mix Design NBR Ready Mix 135K0524
Class C Headwalls, Win� walls, Culverts
9/9/2022 321313 MixDesign CarderConcrete FWCC602001
9/9/2022 32 13 13 Mix Desiqn Ciry Concrete Company 40LA201 I
9/9/2022 32 13 13 Mix Design Cow Town Redi Mix 260-2
9/9/2022 32 13 13 Mix Desi,qn Cow Town Redi Mix 360-I
9/9/2022 32 13 13 Mix Design Cow Town Redi Mix 260-1
l/29/2024 321313 M�xDesiyn EstradaReadyMix R3655ABWR
9/9/2022 32 13 13 Mix Des�gn GCH Concrete Services GCH4000
4/1/2023 32 l3 l3 M�x Desj�vn Marnn Marietta 310LBP
8/30/2023 32 13 13 Mix Des�gn Martin Marietta R2141R30
9/9/2022 32 l3 l3 M�x Desiyn Martm Marietta RZ 146035
9/9/2022 32 13 13 Mix Des�gn SRM Concrete 40050
9/9/2022 32 l3 l3 M�x Des�n SRM Concrete 35022
9/9/2022 321313 MixDes�gn TarrantConcrete FW6020A2
Class P (Machine Placed Pav'n��
4/3/2025 32 13 13 Mix Deaign Big owu Couccete 45ll
4/3/2025 32 l3 l3 M�x Des�n BiQ Rowu Oou¢rete 4411
9/9/2022 32 13 13 Mix Des�gn Cazder Concrete FWCC552091
9/9/2022 32 l3 l3 M�x Desiyn Carder Concrete FWCC602091
9/9/2022 32 13 13 Mix Des�gn Ciry Concrete Company 36LA2011
9/9l2022 33 L3 L3 Mix Desi�n Cow Town Redi Mix 257-M
11/14/2022 32 13 13 Mix Dcsign Cow Town Rcdi Mix 357-M
9/9l2022 32 L3 L3 Mix Des%vn Oow mown Redi Mix 260-M
9/9/2022 32 13 13 Mix Dcsign Cow Town Rcdi Mix 360-M
2/6/2024 32 L3 L3 Mix Des%vn Hst�ada Ready Mix TD4655ABWR
5/20/2025 32 13 13 Mix Dcsign Gilco Conhacting Inc 36MP1643
5/IZ/2025 32 L3 L3 Mix Des�n Holcim - 00R Ina. 1704
8/4/2023 321313 MixDcsign MartinMarictta Q2L4LR27
LL/Zl2022 32 L3 L3 MixDes%vn MartinMa�ietta Q2L4LK40
5/5/2025 321313 MixDcsign MartinMarictta Q2L4LN27
LO/4l2023 32 L3 L3 Mix Des%vn NBR Ready Mix DX C 0E-YY
10/4/2023 32 13 13 Mix Dcs�gn NBR Rcady Mix TX C SF-NY
LO/24/2024 32 L3 L3 M�x Des%vn BRM Oouarete 40068
10/24/2024 32 13 13 Mix Dcs�gn SRM Concrc[c 40825
9/16/2024 32 13 13 Mix Desj�n SRM Coucrete 40025
10/1R/2024 32 13 13 Mix Design SRM Concrete 35023
9/9/2022 321313 MixDesj};n Ta�rantConcrete FW5520AMP
9/9/2022 32 73 73 Mix Design True Grit Redi Mix 02552307
9/9/2022 32 13 13 Mix DesiRn True Grit Redi Mix 0260.2302
Page 2 of 6
3600 psi
4500 psi
4000 psi
4000 psi
4000 psi
4000 psi
4000 psi
3000 psi
3000 psi
3000 psi
4000 psi
4000 psi
4000 psi
3500 psi
3600 psi
3000 psi
4000 psi
3600 psi
3600 psi
3600 psi
3600 psi
4000 psi
3600 psi
3600 psi
3600 psi
3600 psi
3600 psi
3600 psi
a000 psi
4000 psi
3600 psi
3600 psi
3600 psi
3600 psi
4000 psi
3600 psi
4000 psi
4000 Pei
4000 psi
3600 psi
4000 psi
3600 psi
3600 psi
3600 psi
4000 Pei
3600 psi
3600 psi
3600 psi
4000 psi
4000 psi
3600 psi
3600 psi
4000 psi
4000 psi
4000 psi
4000 psi
3600 psi
3600 psi
4000 psi
4000 psl
4000 psi
3600 psi
3600 psi
3600 psi
4000 psi
3-5" Slump; 3fi% Ai�
3-5" Slump; 3-6% Air
3-5" Slump; 3fi% Ai�
3-5" Slump; 3-6% Air
3-5" Slump; 3fi% Ai�
3-5" Slump; 3-6% Air
3-5" Slump; 3-6% Ai�
3-5" Slump; 3-6% Air
3-5" Slamp; 3-6% Ai�
3-5" Slump; 3-6% Air
3-5" Slamp; 3-6% Ai�
3-5" Slump; 3-6% Air
3-5" Slamp; 3-6% Ai�
3-5" Slump; 3-6% Air
3-5" Slamp; 3-6% Ai�
3-5" Slump; 3-6% Air
3-5" Slump; 3-6% Air
5.5-7.5" Slump; 3-6% Air
S.SJ.S" Slamp; 3-6% Ai�
5.5-7.5" Slump; 3-6 % Air
�5-75" Slomp; 0-3 % Air
5.5-7.5" Slump; 3-6% Air
�5-75" Slomp; 3fi% Air
5-7" Slump; 3-6 % Air
�-7" Slomp; 3fi% Air
5-7" Slump; 3-6 % Air
�5" Slump; 3fi% Air
�5" Slump; 3fi% Air
3-5" Slump; 3-6 % Air
3-5" Slump; 3-6% Air
3-5" Slomp; 3fi% Air
3-5" Slump; 3-6 % Air
3-5" Slomp; 3-6% Afr
3S" Slump; 3-6% A�r
3S" Slomp; 3-6"/o Air
3-5" Slump; 4-7 % A�r
3S" Slomp; 3-6"/o Air
3S" Slump; 3-6% A�r
3S" Slomp; 3-6"/o Air
3S" Slump; 3-6% A�r
3-5" Slomp; 3-6"/o Afr
1-3" Slomp; 3-6"/o Air
1-3" Slump; 3-6% A�r
1-3" Slomp; 3-6"/o Afr
13" Slump; 3-6% A�r
1-3" Slomp; 3-6"/o Air
13" Slump; 3fi% Aic
1-3" Slump; 3-6% Air
13" 01ump� 3fi% Ai�
1-3" Slump; 3-6% Air
13" 01umP; 3fi% Aic
1-3" Slump; 3-6% Air
13" 01ump� 3fi% Ai�
1-3" Slump; 3-6% Air
13" 01ump� 3fi% Ai�
1-3" Slump; 3-6% Air
13" 01ump; 3fi% Aic
1-3" Slomp; 3-6% Air
13" 01ump�3-6% Ai�
1-3" Slomp; 3-6% Air
13" Slump; 3fi% Air
1-3" Slump; 3-6% Air
1-3" Slump; 3-6% Air
1-3" Slump; 3.5-6.5% Air
1-3" Slump; 3.5-6.5 % Air
9/9/2022
5/Z/Q023
4/3/2025
4/4/QOQS
4/5/2025
9/9/QOQQ
9/9/2022
4/28/2025
9/9/2022
9/9/2022
9/9/2022
1/29/2024
9/9/2022
5/20/2025
10/4/2024
9/9/2022
5/8/2025
4/5/2025
II/2/2022
8/4/2023
I V2/2022
5/22/2023
12/22/2023
12/22/2023
I I/15/2022
ll/15/2022
9/9/2022
9/9/2022
9/9/2022
9/9/2022
9/9/2022
l0/4/2023
10/4/2023
7/10/2023
V24/2023
2/7/2025
9/9/2022
5/23/2025
l0/24/2024
10/24/2024
l0/18/2024
9/9/2022
9/9/2022
9/9/2022
9/9/2022
9/9/2022
9/9/2022
9/9/2022
10/9/2024
9/9/2022
9/9/2022
9/9/2022
9/9/2022
1/18/2023
L/29/2024
9/9/2022
V24/2023
4/7/2023
2/10/2023
2/7/2025
9/9/2022
9/9/2022
CITY OF FORT WORTH TRANSPORTATION/PUBLIC WORKS DEPARTMENT
STANDARD PRODUCTS LIST AS OF 5/30/2025
Class H(Hand Placed Paving� Valley Gutter)
32 13 13 Mix Design Amencan Concrete Company
32 13 13 Mix DesiKn BiK D Conc�ete
32 13 13 Mix Design Big Town Concrete
32 13 13 Mix DesiKn BiK Town Concrete
32 13 13 Mix Design Big Town Concrete
32 13 13 Mix DesiKn Bu�nco Texas
32 13 13 Mix Des�n Carder Concrete
32 13 13 Mix Des�,Gn Chisholm Trail Redi Mix
32 13 13 Mix Des�n City Concrete Company
32 13 13 Mix Des�,Gn Cow Town Redi Mix
32 13 13 Mix Design Cow Town Redi Mix
32 13 13 Mix DesiRn Estrada Ready Mix
32 13 13 Mix Des�n GCH Concrete Services
32 13 13 Mix Des�Rn Gilco ContractinR Inc
32 13 13 Mix Des�n Holcim - SOR, Inc.
32 13 13 Mix Des�Rn Holcim - SOR, Inc.
32 13 13 Mix Des�n Holcim - SOR, Inc.
32 13 13 Mix Des�Rn Liquid S[one
32 13 13 Mix Des�n Martin Manetta
32 13 13 Mix Des�Rn Martin Marietta
32 13 13 Mix Desiqn Martin Manetta
32 13 13 Mix Des �,n Martin Marie[ta
32 13 13 Mix Desien Martin Manetta
32 13 13 Mix Desi�,n Martin Marie[ta
32 13 13 Mix Desi¢n Martin Marietta
32 13 13 Mix DesiCn Martin Marie[ta
32 13 13 Mix Desi¢n Martin Marietta
32 13 13 Mix DesiFn Martin Marie[ta
32 13 13 Mix Desien Martin Marietta
32 13 13 Mix Desi�,n Martin Marie[ta
32 13 13 Mix Desien Martin Marietta
32 13 13 Mix Desi�,n NBR Ready Mix
32 13 13 Mix Des�n NBR Ready Mix
32 13 13 Mix DesiFn Osburn
32 13 13 Mix Des�n Rapid Redi Mix
32 13 13 Mix Des�gn SRM Concre[e
32 l3 l3 M�x Desi,qn SRM Concrete
32 13 13 Mix Design SRM Concre[e
32 l3 l3 M�x Desi,qn SRM Concrete
32 13 13 Mix Design SRM Concre[e
32 l3 l3 M�x Desi,qn SRM Concrete
32 13 13 Mix Design Tarran[ Concrete
32 l3 l3 M�x Desi,qn Tarrant Concrete
32 13 13 Mix Design Tarran[ Concrete
32 l3 l3 M�x Desi,qn T�tan Ready M�x
32 13 13 Mix Design True Gri[ Redi Mix
32 l3 l3 M�x Desi,qn True Gnt Red� Mix
32 13 13 Mix Design True Grit Redi Mix
321313 MixDesign Wildcat[er
Class HES�High Early Stre�g�h Pavin�)
32 13 13 ix bcsign �ig D Concrctc
32 L3 L3 Mix DesiKn � Cow Town Redi Mix
32 13 13 Mix Dcsign � Cow Town Rcdi Mix
32 L3 L3 Mix DesiKn � Cow Town Redi Mix
32 13 13 Mix Dcsign � Cow Town Rcdi Mix
32 L3 L3 MixDesiKn �EstradaReadyMix
32 13 13 Mix Dcsign � Holcim - SOR, Inc.
32 L3 L3 Mix DesiKn �Liquid Stone
32 13 13 Mix Dcsign � Mar[in Maric[[a
32 L3 L3 Mix DesiKn � SRM Concrete
32 13 13 Mix Dcsign � SRM Concrc[c
32 L3 L3 M�x DesiKn �Tarrnnt Concrete
32 13 13 Mix Dcsign � Tarran[ Concrctc
45CAF076
CM 14�20AE
6211
63L
6017
45U�OOBG
FWCC602027
CTFW6520A
45NA20II
265
365
R4560AEWR/
GCH4500
45HP1643
5507
1851
545WA-Tl
C451 D
R2746N35
R2]46R36
R2746N36
R2146K37
R2146R44
R2146K44
R2146P36
R2146K36
R2147241
R2146236
R2146036
R2146242
R2146042
CLS P2-YY
CLS P2-NY
45A60MR
RRM6320AHP
45023
45000
45300
45350
45850
45050
FW6020AHP
FW60AHP
TCFW6020AHP
TRC4520
02602301
0265.2301
270230
4520AI
14500AE
370-1 NC
375-NC
370-NC
380-NC
4575AESC
2125
C451DHR-A
R2161K70
50310
40326
F W 6520AMR
FW7520AMR
Page 3 of 6
4500 psi
4500 psi
4500 psi
4500 psi
4500 psi
4500 psi
4500 psi
4500 psi
4500 psi
4500 psi
4500 psi
4500 psi
4500 psi
4500 psi
4500 psi
4500 psi
4500 psi
4500 psi
4500 psi
4500 psi
4500 psi
4500 psi
4500 psi
4500 psi
4500 psi
4500 psi
4500 psi
4500 psi
4500 psi
4500 psi
4500 psi
4500 psi
4500 psi
4500 psi
4500 psi
4500 psi
4500 psi
4500 psi
4500 Pei
4500 psi
4500 Pei
4500 psi
4500 psi
4500 psi
4500 psi
4500 psi
4500 Pei
4500 psi
4500 psi
4500 psi
4500 psi
5000 psi
4500 psi
4500 psi
4500 psi / 3000 psi (a� 3 days
5000 psi
4500 psi
6000 psi / 3000 psi (dy 2Ahr.
5000 psi
4500 psi / 3000 psi (a� 3 days
4500 ps-i / 3000 psi� 3 days
4500 psi / 3000 psi �, 3 days
3-5" Slump; 3-6% Air
3-5" Slump; 3fi% Ai�
3-5" Slump; 3-6% Air
3-5" Slump; 3-6% Air
3-5" Slump; 3-6% Air
3-5" Slump; 3fi% Ai�
3-5" Slump; 3-6% Air
3-5" Slump; 3-6% Ai�
3-5" Slump; 3-6% Air
3-5" Slamp; 3-6% Ai�
3-5" Slump; 3-6% Air
3-5" Slump; 4-6% Ai�
3-5" Slump; 3-6% Air
3-5" Slump; 3-6% Ai�
3-5" Slump; 3-6% Air
3-5" Slamp; 3-6% Ai�
3-5" Slump; 3-6% Air
3-5" Slamp; 3-6% Ai�
3-5" Slump; 3-6% Air
3-5" Slamp; 3-6% Ai�
3-5" Slump; 3-6% Air
3S" Slomp; 3fi% Air
3-5" Slump; 3-6% Air
3S" SIomP; 3fi% Air
3-5" Slump; 3-6 % Air
3S" Slomp; 3fi% Air
3-5" Slump; 4.5-7.5 % Air
3S" Slomp; 3fi% Air
3-5" Slump; 3-6% Air
3S" Slomp; 3fi% Air
3-5" Slump; 3-6% Air
3S" Slomp; 3fi% Air
3-5" Slump; 3-6 % Air
3-5" Slomp; 3fi% Air
3-5" Slump; 3-6 % Air
3S" Slomp; 3-6"/o Air
3S" Slump; 3-6% A�r
3S" Slomp; 3-6"/o Air
3S" Slump; 3-6% A�r
3S" Slomp; 3-6"/o Air
3S" Slump; 3-6% A�r
3S" Slomp; 3-6% Air
3-5" Slump; 3-6% A�r
3-5" Slomp; 3-6"/o Air
3S" Slump; 3-6% A�r
3S" Slomp; 3-6"/o Air
3S" Slump; 3.5-6.5 % A�r
3S" Slomp; 3-6"/o Air
3S" Slomp; 3-6"/o Air
3-5" Slump; 3-6% Air
3-5" Slump; 3fi% Aic
3-5" Slump; 3-6% Air
3-5" Slump; 3fi% Aic
3-5" Slump; 3-6% Air
3-5" Slump; 3fi% Aic
3-5" Slump; 3-6% Air
3-5" Slump; 3fi% Aic
3-5" Slump; 3-6% Air
3-5" Slump; 3fi% Aic
3-5" Slump; 3-6% Air
3-5" Slump; 3-6% Aic
3-5" Slomp; 3-6% Air
CITY OF FORT WORTH TRANSPORTATION/PUBLIC WORKS DEPARTMENT
STANDARD PRODUCTS LIST AS OF 5/30/2025
Class S(BridQe Slabs, Top S13bs of Direct Traffic Culverts. APproach Slabs)
9/9/2022 32 13 13 Mix Desj�;n Cow Town Redi Mix 260
9/9/2022 32 13 13 Mix Design Cow Town Redi Mix 360
9/9/2022 32 13 13 Mix Des� Cow Towu Redi Mix 365-STX
1/29/2024 321313 MixDesign EshadaReadyMix R4060AEWR
5/4/2023 32 13 13 Mix Desj�;n Ma�tin Marietta M7842344
4/1/2023 32 13 13 Mix Design Martin Manetta R2146P33
4/15/2024 32 13 13 Mix Design NBR Ready Mix TX S-NY
4/15/2024 32 13 13 Mix Design NBR Ready Mix TX S-YY
4/5/2025 32 13 13 Mix Design SRM Concrete 40850
4/5/2025 32 13 13 Mix Design SRM Concrete 40350
5/5/2023 32 13 13 Mix Design SRM Concrete D100008553CB
Concrete Base Trench Repair
4/7/2023 I033416 IMixDesign IBurncoTexas Il0YH50BF
9/9/2022 03 34 16 Mix Design Burnco Texas 08Y450BA
Controlled Low StrenQth Ma erial {Flowable Filp
2/7/2025 03 34 13 Mix Design Burnco R'exas O7 Y690BF
5/19/2025 03 34 13 Mix Design Burnco Texas O1ZL80AF
9/9/2022 033413 MixDesign CerderConcrete FWCC359707
9/9/2022 03 34 13 Mix Design Carder Concrete FWFF237501
9/9/2022 03 34 13 Mix Design Ciry Concrete Company 7 7-350-FF
9/9/2022 03 34 13 Mix Design Cow Town Redi Mix Mix# 9
5/12/2025 03 34 13 Mix Desi,qn Holcim - SOR, Inc. 3741
10/4/2023 03 34 13 Mix Design NBR Ready Mix FTW F[,OW FILL
2/7/2025 03 34 13 Mix Desi,qn SRM Concrete 910
9/9/2022 03 34 13 Mix Desi,qn Tarrant Concrete FWFF150CLSM
Concrete Ripp� Ra�
4/1 /2023 31 37 00 Mix Desi,qn Martin Marietta R2141030
4/1/2023 I313700 IMixDesi,qn IMartinMarietta IR2146033
Asphalt P: vinQ
9/9/2022 32f�216 MixDesi,qn
9/9/2022 32 12 16 Mix Design
9/9/2022 32 12 16 Mix Design
5/1/2024 321216 MixDeaign
9/9/2022 32 l2 l6 Mix Desiyn
9/9/2022 32 12 16 Mix Des�gn
4/4/2025 32 l2 l6 M�x Des�n
12/5/2022 33 12 16 Mix Dea�gn
9/9/2022 32 l2 l6 M�x Des�n
9/9/2022 32 12 16 Mix Des�gn
9/9/2022 32 l2 l6 Mix Desiyn
9/9/2022 32 12 16 Mix Des�gn
9/9/2022 32 12 16 M�x Desi,qn
4/1/2024 321216 M�xDesi,qn
Detectable WarninQ Surface
9/9/2022 321320 DWS-Pavers
9/9/2022 32 13 20 DWS - Pavers
9/9/2022 321320 DWS-Compoeite
9/9/2022 32 13 20 D W S- Composiro
4/7/2023 32 13 20 DWS - Pavcrs
Austin Asphalt
Aus[in Asphalt
Austin Asphalt
Reynolds Asphalt
Reynolds Asphalt
Reynolds Asphalt
Reynolds Asphalt
Sunmoun[ Paving
Sunmount Pavm,q
TXBIT
TXBIT
TXBIT
TXBIT
TXBIT
Pine Hall Brrok (Winston Salem, NC)
Westem Brick Ca (Houston, TX)
ADA Solulions (Wilmington, MA)
ADA Solulions (Wilmington, MA)
FTSB I 17965 FTSB I 17965 PG64-22 Type B Fine Base
FT1B739965 FTIB139965PG64-22TypeBFineBase
FTl B I 172 FTB I 172 PG64-22 Type B Fine Base
340-DG-B P 340-DG-B PG64-22 Type B Base Course
1112B l l l2B PG64-22 Type B Fine Base
1612B L6 L2B PG64-22 Type B Fine Base
2315B 2315B PG64-22 Type B Fine Base
3076BV6422 3076BV6422PG62-22TypeBFineBase
341-BRAP6422ERG 34l-BRAP6422ERG PG64-22 Ty�pe B Fine Base
37-2ll 305-20 37-2 L L305-20 PG64-22 Type B Fme Base
44-211305-17 44-211305-17 PG64-22 Type B Fine Base
2ll 305 Q 757) 2 L L305 (1757) PG64-22 Type B Fine Base
64-224125-18 PG 64-224125-18 PG70-22 Type D Fine Surface
344 MAGSP-D 70-22XR 344 MAGSP-D 70-22XR SAC A-R Tvpe D Fine Surface
Tac61e Pavers
DetectabLe Waming Pavers
Armor Tile
Hcritagc Brick CIP Compositc Pavcr
Detectable Waming Pavecs
Silicone Joint Sealant
9/9/2022 32 13 73 7oin[ Scalan[
9/9/2022 32 L3 73 7oint 9ealant
9/9/2022 32 13 73 7oin[ Scalan[
9/9/2022 32 13 73 7oin[ Scalan[
Dow
Tremco
Pccora
Crafco
890SL 890SL- Cold Applicd, Singlc Componcnt, Silicmic Joint Scalant
900SL 900SL- Cold Applied, SiR��e Component, Silicone Joint Sealant
300SL 300SL- Cold Applicd, Singlc Componcnt, Silicmic Joint Scalant
RoadSavcr Siliconc RoadSavcr Silicmic - Cold Applicd, Singlc Cmnpmsnt, Siliconc Ioint Scalant
4000 psi
4000 psi
4000 psi
4000 psi
4000 psi
4000 psi
4000 psi
4000 psi
4000 psi
4000 psi
4000 psi
3-5" Slump; 3fi% Ai�
3-5" Slump; 3-6% Air
3-5" Slump; 3fi% Ai�
4-6" Slump; 3-6% Air
3-5" Slump; 45-7.5 % Ai�
3-5" Slump; 3-6% Air
3-5" Slamp; 3-6% Ai�
3-5" Slump; 3-6% Air
3-5" Slamp; 3-6% Ai�
3-5" Slump; 3-6% Air
3-5" Slump; 3-6% Air
1000 psi Flowable; 8.5-I LS% Air
&00 psi 5-7" Slump; 3-6% Air
100 psi Flowable; 9.5-I LS% Air
]00 psi Flowable; 9.5-11.5% Air
50.150 psi 3-5" Slump; 8-12% Air
50-150 psi Flowable; 8.5-11.5% Air
50.150 psi Flowable; 8-12% Air
70 psi 7-9" Slomp; 8-] ]% Air
100psi Flowable; 12.0-24.0% Air
150 psi 7-10" Slomp; 8-]2% Air
150 psi Flowable; 8-12% Air
50-I50 psi Flowable; 8-12% Air
4000 psi 3-5" Slump; 3-6% Air
4000 psi 3-5" Slump; 3-6 % Air
ASTM D5893
ASTM D5893
ASTM DSA93
ASTM D5893
Page 4 of 6
CITY OF FORT WORTH TRANSPORTATION/PUBLIC WORKS DEPARTMENT
STANDARD PRODUCTS LIST AS OF 5/30/2025
UtilitY Trench Embedment Sand
9/9/2022 33 OS 10 Embedmeut Sand Silver Geek Mate�ials
9/9/2022 33 OS 10 Embedmen[ Sand Crouch Materials
9/9/2022 33 OS 10 Embedmeut Sand F and L Dirt Move�s
9/9/2022 33 OS 10 Embedmen[ Sand F and L Dirt Movers
9/9/2022 33 OS 10 Embedmen[ Sand Tin Top Mar[in Mariet[a
Utility Embedme�t Sa�d
Utility Embedment Sand
Utility Embedme�t Sa�d
Utility Embedment Sand
Utility EmbeAment Sand
ASTM C33
ASTM C33
ASTM C33
ASTM C33
ASTM C33
Storm Sewer - Manholes & Bases/Frames & Covers/Standard (Round) 33-OS-13
9/28/2018 33 OS 13 Manhole Frames aud Covers AccuCast (Govind Steel Company, LTD) MHRC #220605 MHRC #220605 (Size -**24" DiaJ
9/28/2018 33 OS 13 Manhole Cover Neenah Foundry NF-1274-T91 NF-1274-T91 (Size -32" DiaJ
9/28/2018 33 OS 13 Manhole Frames and Cove Neenah Foundry NF-1743-LM (Hiugecl) NF-1743-LM (Hinged) (Size - 32" Dia.)
9/28/2018 33 OS 13 Manhole Frame Neenah Foundry NF-1930-30 NF-L930-30 (Size - 3225" Dia.)
9/28/2018 33 OS 13 Manhole Frames and Cove Neenah Foundry R-1743-HV R-1743-HV (Size - 32" Dia.)
4/3/2019 33 OS 13 Manhole F�ames and Covc SIP Industries++ 2279ST 2279ST (Size- 24" Dia.)
4/3/2019 33 OS 13 Manhole Frames and Cove S[P [ndushies ++ 2280ST 2280ST (Size - 32" Dia.)
10/8/2020 33 OS 13 Manhole Frames and Covc EJ ( Formally East Jordan Iron Wo�ks) E.I1033 Z2/A EJ L033 Z2/A (Size - 3225" Dia.)
3/R/2024 33 OS 13 Curb Inlet Covers S[P [ndushies ++ 2296T 2296T (Size -***24" Dia.)
6/7 8/2024 33 OS 13 Curb Inlet Covers S[P [ndushies ++ 2279STN 2279STIV (Size - 24" DiaJ
*'Note: AU new deveiopment and new ii�s(a!lalion mm�ho7e 1'ds sha(( mee� fhe n�inin�um 30-iiieh opening requirement as speeiJied in City Speeification 33 OS 13. Any smaller opening silas wi!! on7y be a//owed Jor exis�ing manho/es that require replacement J'rames attd eovers.
i oisaozo
ioixizozo
10/8/2020
ioixizozo
10/8/2020
ioixizozo
10/8/2020
ioixizozo
10/8/2020
ioixizozo
3/19/2p21
3/]9/202L
3/19/2p21
3/]9/202L
3/19/2021
3/]9/2021
3/19/2021
3/]9/2021
3/19/2021
3/]9/2021
3/19/2021
3/]9/2021
3/19/2021
3/]9/2021
3/19/2021
3/]9/2021
3/19/2021
3/]9/2021
3/19/2021
3/]9/2021
3/19/202 L
8/28/2023
8/28/2023
8/28/2023
8/28/2023
8/28/2023
8/28/2023
8/28/2023
8/28/2023
8/28/2023
8/28/2023
8/28/2023
Storm Sewer - Inlet & Structures 33-OS-13
33 49 20 Curb Inlets Fonterra
33 49 20 Curb [nle[s Fon[erra
33 49 20 Curb Inlets Fonterra
33 49 20 Curb [nle[s Fon[erra
33 39 20 Manhole Fonterra
33 39 20 Manhole Fon[erra
33 39 20 Manhole Fonterra
33 39 20 Manhole Fonterra
33 39 20 Manhole Fonterra
33 39 20 Manhole Fon[erra
33 49 20 Curb Bilets Thompson Pipe Group
33 49 20 Curb Inle[s Thompson Pipe Group
33 49 20 Curb Inlets Tho�npson Pipe Group
33 39 20 Manhole Thompson Pipe Group
33 39 20 Manhole Thompson P�e Group
33 39 20 Ma�iliole Thompson P�pe Group
33 39 20 Manhole Thompson P�e Group
33 39 20 Ma�iliole Thompson P�pe Group
33 39 20 Manhole Thompson P�e Group
33 39 20 Ma�iliole Thompson P�pe Group
33 39 20 Manhole Thompson P�e Group
33 39 20 Ma�il�ole Thompson P�pe Group
33 39 20 Manhole Thompson P�e Group
33 39 20 Ma�il�ole Thompson P�pe Group
33 39 20 Manhole Thompson P�e Group
33 39 20 Ma�iliole Thompson P�pe Group
33 39 20 Manhole Thompson P�e Group
33 39 20 Ma�iliole Thompson P�pe Group
33 49 20 Drop Inlet Thompson Pipe Group
33 49 20 Drop Inlct Thompson Pipc Group
33 49 20 DroQ I�let Thompson Pipe Group
33 49 10 Ma�iliolc Oldcastic
33 49 LO Manhole Oldcastic
33 49 10 Manholc Oldcastic
33 49 LO Manhole Oldcastle
33 49 10 Manholc Oldcastic
33 49 LO Manhole Oldcastle
33 49 10 Manholc Oldcastic
3349 LO Manhole RinkerMnterials
33 39 20 Curb Inlct 10'x 3' Riscr Thompson Pipc Groop
33 39 20 Ci�rb Inlet LS 'x 3' Riser Thompson Pipe Group
33 39 20 Curb Inlct 20' x 3' Riscr Thompson Pipc Groop
FRT-IOx3-405-PRECAST** (Size - 10' X 3')
FRT-I Ox3-406-PRECAST** (Size - 10' X 3')
FRT-I Ox4.5-407-PRECAST** (Size - 10' X 4.5')
FRT-IOx4.5-420-PRECAST** (Size- 70' X 4.5')
FRT-4X4-409-PRECAST-TOP (Size - 4' X 4')
FRT-4X4-409-PRECAST-BASE (Size - 4' X 4')
FR'I'-SXS-410-PRHCAST-TOP (Size - 5' X 5')
FRT-SXS-410-PRECAST-BASE (Size - 5' X 5')
FR'I'-6X6-41 I-PRHCAST-TOP (Size - 6' X 6')
FRT-6X6-411-PRECAST-BASE (Size - 6' X 6')
TPGJ OX3-405-PRECAST INLBT** (Size- 10' X 3')
TPG-15X3-405-PRECAST INLET** (Size - 15' X 3')
TPG-20X3-405-PRECAST INLET** (Size- 20' X 7')
TPG-4X4-409-PRECAST TOP (Size - 4' X 4')
TPG-4X4-409-PRECAST BASE (Size - 4' X 4')
TPG-4X4-4 L2-PRECAST 4-FT RISER (Size - 4' X 4')
'CCQ-SXS-4l0-PRECAB'P �OP (Biae - 5' X 5')
TPG-SXS-4 LO-PRECAST BASE (Size - S X 5')
'CCQ-SXS-4l2-PRE'OAB'P 5-F'P BIBBR (6iee —5' X 5')
TPG-6X6-4 L L-PRECAST TOP (Size - 6' X 6')
'CCQ-6X6-41 l-PREOABT BABE (Biae - 6' X 6')
TPG-6X6-4 L2-PRECAST 6-FT RISER (Size - 6' X 6')
'CCQ-7X7-41 l-PRE'OAB'P �OP (Biee - 7' X 7')
TPG-7X7-4 L L-PRECAST BASE (Size - 7' X 7')
TPG-7X7-412-PRECAST 4-FT RISPR (Size - 7' X 7')
TPG-8X8-4 L L-PRECAST TOP (Size - 8' X 8')
'CCQ-8X8-41 l-PREOABT BABE (Biae - 8' X 8')
TPG-8X8-4 L2-PRECAST 5-FT RISER (Size - 8' X 8')
TPG-4X4-408-PRECAST INLBT (Size - 4' X 4')
TPG-SXS-408-PRECAST INLET (Sizc - S X 5')
'CQ6-6X6-408-PREOABI' INLE7' (6iae —6' X 6')
Prccast 4' x 4' Stackcd ManhoLc (Sizc- 4' X 4')
Precaet 5' x 8' Btorm 7unctiou Box (Bima - 5' X 8')
Prccast 4' x 4' Storm IuncNon Box (Sizc - 4' X 4')
Precaet 5' x 5' Btorm 7unctiou Box (Biza - 5' X 5')
Prccast 6 x 6' Storm IuncNon Box (Sizc - 6' X 6�
Precaet 8' x 8' Btorm 7unctiou Box Baee (Biae - 8' X 8')
Prccast S x 8' Storm Iunction Box Basc (Sizc - 5' X 8')
Reinfo�ced 48" Diamete� Spread Footing Ma�hole (Size - 4' X 4')
Inlct Riscr (Sizc- 3 F�
IulatBiee��6iae -3 F'L)
Inlct Riscr (Sizc- 3 FT)
ASTM A48 AASHTO M306
ASTM A48 AASHTO M306
ASTM A4R AASHTO M306
ASTM A48 AASHTO M306
ASTM A4R AASHTO M306
ASTM A48 AASHTO M306
ASTM A4R AASHTO M306
ASTM A536 AASHTO M306
ASTM A4R AASHTO M306
ASTM A4R AASHTO M306
ASTM C913
ASTM C913
ASTM C913
ASTM C913
ASTM C913
ASTM C913
ASTM C913
ASTM C913
ASTM C913
ASTM C913
ASTM 615
ASTM 615
ASTM 615
ASTM 615
ASTM 615
ASTM 615
ASTM 615
ASTM 615
ASTM 615
ASTM 615
ASTM 615
ASTM 615
ASTM 615
ASTM 615
ASTM 615
ASTM 615
ASTM 615
ASTM 615
ASTM 615
ASTM 615
ASTM 615
ASTM C478
ASTM C478
ASTM C478
ASTM C478
ASTM C478
ASTM C478
ASTM C478
ASTM C433
ASTM C913-I6
ASTM C913-I6
ASTM C913-Ib
Page 5 of 6
CITY OF FORT WORTH TRANSPORTATION/PUBLIC WORKS DEPARTMENT
STANDARD PRODUCTS LIST AS OF 5/30/2025
....Smrm Se ver -7n[et & Structures Conanues
1/12/2024 33 49 20 Drop I�le[ Ame�iTex Pjpe &P�oducts Drop Inlet (4' X 4')
1/72/2024 33 49 20 Drop Inle[ AmcnTex Pipe &Products Drop Inlet (S X 5')
1/19/2024 33 49 20 Manhole Ame�iTex Pjpe &P�oducts Precast 4'x4' Storm Junction Box
1/19/2024 33 49 20 Manhole AmeriTex Pipe &Produc[s Precast 5'x5' Stmm Junction Box
1/19/2024 33 49 20 Manhole Ame�iTex P�pe &P�oducts 5' Precast Tra�sitio� MH (4' MH on the top of 5' JB)
I/19/2024 33 49 20 Manhole AmenTex Pipe &Products Precast 6'x6' Stmm Junction Box
1/19/2024 33 49 20 Manhole AmeriTex Pipe &Products 6' Precast Transition MH (4' MH on the top of 6' JB)
I/19/2024 33 49 20 Manhole AmenTex Pipe &Products Precast 8'x8' Stmm Junclion Box
1/19/2024 33 49 20 Manhole AmeriTex Pipe &Products 8' Precast Transition MH (4' MH on the top of 8' JB)
I/19/2024 33 49 20 Manhole AmenTex Pfpe &P�oducts Type C Stonn Ihain Manhole on Box (4' MH on the top of RCB)
7/16/2024 33 49 20 Curb Inlets AmenTex Pipe &Products lOx3 Precast** (Size LO' x 3')
7/16/2024 33 49 20 Curb Inlets AmenTex Pipe &Pwducts I Sx3 Precast** (Size I S' x 3`�
*'Note: Pre-cas� in(efs are approved J'or (fie stage [ porAiott o, "the s�rucn�re @asin) oniy. S(age [[ portion � INe srvucture nre required fo be cast in-p7are. No ercep�ions to fh�s re9uirement sha77 be allorved.
Storm Sewer - Pipes & Boxes 33-OS-13
4/9/2021 33 41 13 Smrm Drafu Pfpes Advanced D�afna�e Systems, Inc (ADS)
8/28/2023 33 41 10 S[orm D�ain Pipes Rinker Materials
8/28/2023 33 41 10 Culvert Box Rinker Materials
10/12/2023 33 41 10 S[orm D�ain Pipes AmeriTex Pipe &Products
10/72/2023 34 41 10 Culvert Box AmenTex Pipe &Products
10/18/2023 35 41 10 S[ortn Drain Pipes The Turner Co.
10/18/2023 33 41 10 Culvert Box The Turner Co.
4/12/2024 33 41 10 S[ortn Drain Pipes Thompson Pipe Group
6/25/2024 33 41 10 Culvert Box Oldcastle
6/25/2024 33 41 10 3to�m D�aln Fipaa Oldaastla
ADS HP Stonn Polypropylene (PP) Pipe (Size - 12" - 60")
Reinfomed Concrete Pipe To�gue and Groove Joint Pipe (Size - 21" or ]arger)
Reinforced Concre[e Box Culveit (Sze - Vanous)
Reinfomed Concrete Pipe To�gue and Groove Joint Pipe* (Size - 15" or larger)
Reinfurced Concrete Box Culvert (size - Vanous))
Reinforced Concrete Pipe Tongue and Groove Joint Pipe* (Size - 15" or larger)
Reinforced Conc��ete Box Culvert (size - Vanous)
Reinforced Concrete Pipe Tongue and Groove Joint Pipe* (Size Various)
Reinforced Conc��ete Box Culvert
Reinforced Conc��ete Pipe Tongue and G�oove Joint Pipe* (Size Various)
Revision Comments
(1-29-2025) Removed Argos, Ingram, Redi-Mix, Chadey's
(4-3-2025) Bigtown Concrete updated Mix ID's
(4-5-2025) 03 34 13 CLSM specificarion
ASTM C913
ASTM C913
ASTM C913
ASTM C913
ASTM C913
ASTM C913
ASTM C913
ASTM C913
ASTM C913
ASTM C913
ASTM C913
ASTM C913
ASTM F2881 & AASHTO M330
ASTM C76,C655
ASTM C7R9, CR50
ASTM C76,C506
ASTM C1433,C1577
ASTM C76,C506
ASTM C7433,C7577
ASTM C76,C506
ASTM C1433,C1577
ASTM C76,C506
Page 6 of 6
FoRT WoRTx�
CITY OF FORT WORTH
WATER DEPARTMENT
STANDARD PRODUCT LIST
IApprovall Spec No. IClasssification I Manufacturer I Model No.
�
� Water & Sewer - Manholes & Bases/Comoonents 33-39-10 Bev 2/3/161
I 07/23/97 33 OS 13 Urcthanc Hydronhilic Watcntop A+ahi KoRyo K.K Adcka Ultra-Scal P-201
I 04/26/00 33 OS 13 OfT�ct loint for 4' Diam. MH Hanson Concrdc Product� DrawinR No. 35-0048-001
I 04/26/00 330513 ProfilcGaskctfr4'Dia�n.MH. Press-ScalGaskctCom� 250-4GGaskct
I 1/26/99 330513 HDPEManholcAdiushncntRinRs Ladtcch,Inc HDPEAdiushncntRinR
I 5/13/OS 330513 ManholcExtcrnalWan Canusa-CPS Wan�dScalManholcEncapwlationSysinn
�
� Water & Sewer - Manholes & Bases/Fiberalass 33-39-13 (1/8/131
I I/26/99 33 39 13 FbcrRla» Manholc Fluid Containmcnt, Inc.
I OS/30/06 33 39 13 FibcrRlavv Manholc LF. ManufacturinR
�
� Water & Sewer - Manholes & Bases/Frames & Covers/Rectan2ular 33-OS-13 Bev 2/3/161
I* 33 OS 13 IManholc Framcs and Covcn I Wcsicm Iron Work�, Ba» & Hays Foundry �
�
� Water & Sewer - Manholes & Bases/Frames & Covers/Standard fRoundl 33-OS-13 Bev 2/3/161
I* 33 OS 13 Manholc Framcs and Covcn Wcsicm Iron Works, Bass & Hays Foundry
I* 33 OS 13 Manholc Framcs and Covcn McKinlcy Iron Works Inc.
I OS/24/IS 33 OS 13 Manholc Framcs and Covcn Nccnah Foundry
I OS/24/IS 33 OS 13 Manholc Framcs and Covcn Nccnah Foundry
I33 OS 13 Manholc Framcs and Covcn SiRma Comoration
I33 OS 13 Manholc Framcs and Covcn SiRma Comoration
I33 OS 13 Manholc Framcs and Covcn Punt-A-Mouvvun
I33 OS 13 Manhulc Framcs and Covcry Nccnah Casting
Flow[itc
f�➢L
Updated: 11-6-24
National Spec I Size
ASTM D2240/D412/D792
ASTM C-043/C-361 SS MH
TaHic and Non-traHic arra
ASTM 3753 Non-traflic arra
Non-h-aflic arra
24"x40" WD
30024
A 24 AM
R-1272 ASTM A4R & AASHTO M306
NF 1274 ASTM A4R & AASHTO M306
MH-144N
MH-143N
GTS-STD
I 70/31/06 33 OS 13 Manhulc Framcs and Covcn (HinRd) Powcncal Hinqd Ductilc Iron Manholc
I 7/25/03 33 OS 13 Manholc Framcs and Covcn Saint-Gubain Pipclincv (Pamrcx/rcxus) RE32-RSFS
I 01/31/06 33 OS 13 30" Dia. MH Ring and Covcr Fast Jurdan Iron Works V I432-2 and V I483 DcviRns
I 71/02/10 330513 30"Dia.MHRingandCovcr SiRmaComoation MHI651FWN&MHI6502
I 07/19/II 330513 30"Dia.MHRin�andCovcr StarPincProdut� MH32FTWSS-0C
I OS/10/I I 33 OS 13 30" Dia. MH Rin� and Covcr Accuwst 220700 Hcavy Duty with Gaskct Rinq
I30" ERGO XL Avvcmbly
10/14/13 330513 30"Dia.MHRin�andCovcr(Hin�cd&Lockablc) EastlordanlronWorks withCamLocWMPIC/T-Gaskct
I 06/01/17 34 OS 13 30" Dia. MH Rin� and Covcr (Lockablc) CI SIP Indusiric� 22R0 (32")
I 72/OS/23 34 OS 13 30" Dia. MH Rin� and Covcr (Hin�cd & Lockablc) CI SIP Indusiric� 4267WT - Hinqnl (32")
ICAP-ONE-30-FTW, Composite, w/ Lack
09/16/19 33 OS 13 30" Dia. MH Rineand Cover Comoosite Access Piroduc�s, L.P. w/o Hin¢
� 10/07/21 34 OS 13 30" Dia. MH RinR and Cover Trumbull Maimfacnnn¢ 32"(30") Fiame and Cover
�
� Water & Sewer - Manholes & Bases/Frames & Covers/Water TiQht & Pressore TiQht 33-OS-13 fRev 2/3/161
� * 33 05 13 Manhole Frames and Covers PonaA-Mo�sson Pamn¢h[
� * 33 05 13 Manhole Fiames and Covers Neenah Casnn¢
� * 33 05 13 Manhole Fiames and Covers Weecern Iron Works,Bass & Hays Foundry 30U-24P
� * 33 OS 13 Manhole Fiames and Covers McKinley liron Worke Inc. WPA24AM
� 03/OS/00 33 05 13 Manhole Fiames and Covers Ace�casr RG210U
� 04/20/01 33 05 13 Manhole Fiames and Covers (SIP)Seramoore Industries Pnvare Ltd. 300-2A-23.75 Rine and Cover
�
� Water & Sewer - Manholes & Bases/Precast Concrete fRev 1/8/13)
� * 33 39 10 Manhole, Precast Conaete Hydro Condurc Coiv SPL Irem #49
� * 33 39 10 Manhole, Precaec Concrece Wall Concrece Pine Co. Ine.
� 09/23/96 33 39 10 Manhole, Precaec Concrece Conerere Piroducc Inc. 48" I.D. Manhole w/ 32" Cone
� 12/U5/23 33 39 10 Manhole, Precasc Concrece The Turner Comnany 72" I.D. Manhole w/ 32" Cone
� 05/OS/IS 333910 Manhole,PrecascConcrece TheTurnerComnany 48",60"I.D.Manholew/32"Cone
IMannole, SL" Vpei�ii�gana Ylattop, (No
09/03/24 33 39 10 Manhole, Precaec Concrece OldcasHe Piecast Ine. Traneinon Cones)
� 06/09/10 33 39 10 Manhole, Precast (Reinfoir.ed Polymer)Conerete US Comnosite Pioe Reinforced I'oly�ner Conerete
� 09/U6/19 33 39 20 Manhole, Precast Conaete Foixeria Pioe and Piecast 6U" Xc 72" I.D. Manhole w/32" Cone
� 10/U7/21 32 39 20 Manhole, Precast Conaete Foixeria Pioe and Piecast 48" I.D. Manhole w/32" Cone
� 10/07/21 33 39 20 Manhole, Precast (Remfomed Polvmei9 Concrere Armorock 48" & 60" I.D. Manhole w/32" Cone
� 10/07/21 33 39 20 Manhole, Precast (Hvbrid) Polymer & PVC Geneva Pioe and Precast (Predl Systems) 48" & 60" I.D. Manhole w/32" Cone
03/07/23 33 39 20 Manholq Prccast Concrdc AmcnTcx Pinc and Producis, LLC 4R" &. 60" I.D. Manholc w/32" Conc
03/07/23 33 39 20 Manholc, Prccast (Rciniorcal Polyincr) Concrdc P} p��y�ncn, RockHardscp 4R" & 60" I.D. Manholc w/32" Conc
04/2R/07 Manholc, Prccast (Rciniorcal Polyincr) Concrdc Amitah USA Mcycr Polycrdc Pipc
Sewer -(WACI Wastewater Access Chamber 33 39 40
12/29/23 33 39 20 I Was[ewa[er Access Chamber I Q�ickstream Solunons, Ine. Tyoe 8 Main[enace ShaB (P000��)
Water & Sewer - Manholes & Bases/Rehab Svstems/Cementitious
* EI-14 ManholeRehabSystems Quadex
04/23/01 EI-14 Manhole Rehab Systems Standard Cemen� Matenals, Inc. Reliner MSP
EI-14 Manhole Rehab Systeme AI'/M Pern�aforn�
4/20/01 E I-14 Manhole Rehab System S[rone Comoany Snon¢ Seal MS2A Rehab Sysrem
5/12/03 EI-14 Manhole Rehab System (Liner) Tnolex Linin¢ Sys�em MH reo���'orod�ct�o stoo ���Rl�ra�ion
08/30/06 Geneiml Conerete Reo���' FlexKrete Technolo¢ies Vinyl Palyes�er Reo���' �rad�ct
ASTM A536
AASHTO M306-04
ASSHTO MI05 & ASTM A536
ASTM A 4R
ASTM A 4R
ASTM A 48
ASTM A 48
ASTM C 478
ASTM G443
ASTM C 478
ASTM C 478
ASTM C 478
ASTM C 478
ASTM C-76
ASTM C-76
ASTM C-77
ASTM C-07R; ASTM C-923;
ASTM C-043
ASTM D5813
24" Dia.
24" Die.
24" Die.
30" Dia.
24" dia.
24" dia.
24" Dia.
30" Dia.
30" Dia.
30" Dia
30" Dia
30" Dia
30" Dia �
30" Dia. I
30" Dia. I
30" Dia. I
30" Dia. �
�
�
za o�a. I
24" Dia. �
24" Dia. �
24" Dia. �
24" Dia. �
24" Dia. �
�
�
48" �
48" �
48" w/32"aone �
72" �
a8", 60" �
48" to 84" 1. D. I
48" to 72" �
6U" & 72" �
48" �
48" & 60" �
48" & 60" Non Tratfic Areas �
I
�
�
�
�
Far use when Std. MH cannat be I
mstalled d�e ro deo�h
�
�
�
�
�
�
�
Misc. Use I
�
* From Original5tandard Products List 1
FoRT WoRTx�
CITY OF FORT WORTH
WATER DEPARTMENT
STANDARD PRODUCT LIST
IApproval Spec No. IClasssification I Manufacturer
� Water & Sewer - Manholes & Bases/Rehab SvstemsINonCementitious
� 05/20/96 EI-14 ManholeRehabSystems Sorayiroq,
I 12/14/Ol Coatin�forCo�rosiooprotmtion(Extc�or) HRTECH
I01/31/06 Coatin��frCo�rosionProta:tion Chcsicrton
IR/2R/2006 Coatin��f rCo�rosion Prota:tion Warrrn Environmcntal
I
I33 OS 16, 33 39 10,
03/19/IR 333920 Coatin�forCo�ros�onprotat�on(Extcnor) ShcnvinWillia�n�
�
� Water & Sewer - Manhole Inserts - Field Ooerations Use Onlv (Rev 2/3/161
I* 33 OS 13 Manholc Inscrt Knutson Entcmnscs
I* 33 OS 13 Manholc Inscrt South Wcsicm Packa�inR
I * 33 OS 13 Manholc Inscrt Nofluw-Influw
I 09/23/96 33 OS 13 Manholc Inscrt Suuthwcvtcm Packing & S�als, Inc.
I 09/23/96 33 OS 13 Manholc Inscrt Suuthwcvtcm Packing & S�al�, Inc.
�
� Water & Sewer - Pioe Casina Soacers 33-OS-24 (07/Ol/131
� i voaioz s��i ea�a cas��� s�au� na�a�ua e��a��e, a�a sy,c�ms, i��.
IO2/02/93 Stainlc» Stccl Ca�ing Spaccr Advanccd Product� and Systcros, Inc.
I04/22/R7 Casing Spaccn Cascadc Watcnvork� Manufactunng
I 09/14/10 Stainlc» Stccl Casing Spaccr Pipdinc Sral and Inwlator
I 09/14/10 CoatM Stccl Ca�in Spaccrs Pipdinc Sral and Inwlator
I OS/10/I I Stainlc» Stccl Ca�ing Spaccr Powcnral
03/19/IS Casing Spacers BWM
03/19/IS Casing Spaceis BWM
I03/29/22 33 OS 13 Casing Spaceis CCI Pipeline Systems
I09/03/24 33 OS 13 Casing Spacers Raci (Completely HDPE)
08/2A/18
OR/24/I R
02/25/02
12/ 14/U I
04/ 14/US
01 /31 /U6
&/2&/2U06
�
I �izii9�
� 03/22/10
� 04/09/21
� 03/07/23
09/03/24
�
Water & Sewer - Pioes/Ductile Iron 33-11-10[1/S/131
ss i i ia ���ei� ��o� e�p� ���;n P��� e��a��e,, c�.
33 I I 10 Ducnle liron I'ipe American Ducnle Iron I'ipe Co.
33 I I 10 Ductilc Iron Pipc Amcrican Ductilc Iron Pipc Co.
331110 DuctilclronPipc U.S.PipcandFoundryCo.
33 I I 10 Ductilc Iron Pipc McWanc Ca�t Iron Pipc Co.
Water & Sewer - Utilitv Line Marker (08/24/20181
�
Sewer - Coatim �s/Euoxv 33-39-60 (Ol/08/131
Epoxy Lining Sys�em Sauereisen, Inc
Eooxv Linm¢ Svecem Ertech Technical Coann¢s
Intenor D�ctile Iron Pioe Coann¢ Induron
Coanngs for Corrosion Pro[ecnon Chesrer[on
Coann¢s for Corrosion Protecnon Warren Enviironmental
Sewer - Coatines/Polvurethane
�
Sewer - Combination Air Valves
33-31-7U Air Release Valve A.R.1. USA, Inc.
Sewer - Piues/Concrete
EI-04 Conc. Pioe, Remfoiced Wall Conaete Pioe Co. Ine.
EI-04 Canc. Pioe, Remfaiced Hydro Condun Caivaimtian
EI-04 Conc. Pioe, Remfoiced Hanson Concrere Prod�cts
EI-04 Canc.Pioe,Remfaiced Canae�ePioeXcPrad�c[sCo.lne.
Sewer - Piue EnlarQment Svstem (Methodl33-31-23 (Ol/18/13)
rim sysren, rim coroorano�
MeConnell Systems McLat Cons�rucnon
TRS Sysrems Trenchless ReVlacement System
Sewer - Piue/FiberQlass Reinforced/ 33-31-13(1/8/131
33 31 13 Cent Casr Fiberelass (FRP) Hobas Pioe USA, Inc.
33 31 13 Fiberelass Pioe (FRP) Ameron
333113 Glass-FiberRemfoir.edPolymerPioe(FR�) Thomo�onPineGroun
33 31 13 Fiberglass Pipe (FRP) F�ture Pipe Ind�stries
33 31 13 Fiberglass Pipe (FRI') Supeiii� Boru Sanayi A.S.
Model No.
Sorav wall eolwre[hane Coann¢
Scncs 20230 and 2100 (Asnhatic Emulsion)
Arc791, SIHB, SI, S2
5-301 and M-301
RRBcC Da�npprooting Noo-Fibcrcd Spray
Gradc (Asphatic Hmul�ion)
Madc to Ordcr- Plastic
Madc to Ordcr- Plastic
Madc to Ordcr- Plastic
LifcSavcr- Srainlc» Stccl
TcthcrLuk - Stainl�ss Stccl
ca�n�� sr��i s�au�, M�a�i si
Stainlcss Stccl Spaccr, Modd SSI
Casing Spaccrs
Stainlc» Stccl Ca�ing Spaccr
CoatM Stccl Casing Spaccrs
4R10 Powcrchock
SS-12 Casing SpaceiYStainless Sreel)
FB-12 Casing Spaccr (Coatcd Carbon Stccl)
for Nonsrc�wrc Pipc and GroutM Casing
CSC 12, CSS 12
PcrManutacturcrsRcquircmcnts (Scwcr
n�pr�eo�s o�ir)
Super Bcll-Titc Ductilc Iron Prc�wrc Pipc,
American Fastite Pipe (Bell Spigo�)
Amcncan Flcx Ring (Rc�traincd Joint)
SewerGard 210RS
Ertech 2030 and 2100 Series
Pro[ec[o 401
Arc 791, SI HB, SI, S2
S-3U1 and M-3U1
National Spec
ASTM D639�D790
Acid Rc�i�tancc Tcst
ASTM D 1248
ASTM D 1248
ASTM D 1248
AWWACISO,CI51
AWWACISO,CI51
AWWA CI50, CI51
AWWA C150, CI51
AWWA CI50, CI51
LA Caunry #210- I 33
ASTM B-I 17
Acid Resistance Test
Updated: 11-6-24
S1ZC I
I
�
S[ruceurc, Only �
Scwc�nnni��ae�o�, �
scwc�nnni��ae�o�, �
I
For Extcnor Coatfng ofConcrctc I
Shvcturc� Only
�
�
For 24" dia. I
For 24" dia. I
For 24" dia. I
For 24" dia. I
For24"dia l
�
�
�
�
�
Up to 48" I
Up to 48" I
Up to 48" I
8" - 12" (Sewer Only)
3" th�u 24"
4" thru 30"
4" th�u 30„
Ductile Iran Pioe Only
Sewer Applications
Sewer Anolicatians
D025LTP02(Camoasite Bady) I I 2"
ASTM C 76
Class 111 TXcG, SI'L I[em #77 ASTM C 76
��-,� ASTM C 76
ASTM C 76
Palye�hylene
Palye�hylene
Palye�hylene
I'IM Coro., �iscata Way, N J. Aooroved Previously
Hous�on, Texas Aooroved Previously
Cal¢arv, Canada Aooroved Previously
Hobae I'ioe (Non-Piess�ie)
Bondsmm�d RPMP Pioe
Thamosan Pioe (Flow[ite)
Fibersn'ong FRP
S�perlit FRP
ASTM D3262/D3754
ASTM D3262/D3754
ASTM D3262/D3754
ASTM D3262, ASTM D36R I,
ASTM D4161, AWWA M45
ASTM D3262, ASTM D3517,
ASTM 3754, AWWA C950
* From Original5tandard Products List 2
FoRT WoRTx�
IApproval Spec No. IClasssification
� Sewer - Piue/Po�vmer Piue
� 4/14/05 �olymerMadifiedCancre�e�ioe
� 06/09/10 EI-9 RemfarcedPalymerCancretePioe
�
� Sewer - Piues/HDPE 33-31-23(1/8/131
I * Hi¢h-densiTyoalyethyleneo�Ve
� * Hi¢h-densityoalye�hyleneoioe
� * Hi¢h-densirynalye[hyleneo�oe
I Hi¢h-densiry nalye[hylene n�oe
�
� Sewer - Piues/PVC (Pressure Sewer) 33-ll-12 f4/1/132
I 12/02/I I 33-I I-12 DR-14 PVC Pressure Pipe
I 10/22/14 33-II-12 DR-14I'VCPressurePipe
�
� Sewer - Piues/PVC* 33-31-20 (7/1/131
� * 33-31-20 PVC Sewer Pioe
� 12/23/97* 3331-2U PVCSewerPioe
� * 3331-20 PVC Sewer Pioe
� 12/05/23 3331-20 PVC Sewer Pioe
� 12/U5/23 3331-2U PVCSewerPioe
� * 3331-2U PVCSewerPJi �e
� 05/U6/U5 3331-20 PVC Solid Wall Pipe
� �4�����6 3331-20 PVC Sewer Fimngs
� � 3331-20 PVC Sewer Fimngs
� 3/19/2018 33 31 20 PVC Sewer Pioe
� 3/19/2018 33 31 20 PVC Sewer P�e
� 3/29/2019 33 31 20 Gasketed Fittings (PVC)
� 10/21/2020 333120 PVCSewerPioe
� 10/22/2020 33 31 20 PVC Sewer Pioe
� 10/21/2020 33 31 20 PVC Sewer Pine
�
�
CITY OF FORT WORTH
WATER DEPARTMENT
STANDARD PRODUCT LIST
Manufacturer
Ami�ech USA
US Camoasite PiVe
Phillios Driscoo�ue, Inc.
Plexco Inc.
Polly Pioe, Inc.
CSR Hydro Canduit/Pineline Systems
Pipelife Jetsneam
Royal Building Prod�cts
Model No.
Meyer �olycre�e �ine
Reinfaiced Palymer Cancrete I'ioe
On���i� Duc�ile Polyethylene �ioe
McConnell Pioe Enlareement
I'VC Pressure Pipe
Royal Seal PVC Press�re I'ipe
J-M Manufac��nn¢ Co., Inc. (JM Ea¢le)
Diamond Plasncs Corooration
Lamson vvlon rioe
v��,vice�n rvc r�oe
Vinylcech PVC Pine
J-M Manufacturin,v�Co, Inc. (JM Ea¢le)
Diamond Plasncs Corporation
Harco
PlasncTrends, Ina(WesHake)
eioelife Je[ Sneam
��oelife Jet Sneam
GPK Piroduc�s, Inc.
NAPCO(Westlake)
Sanderson Pioe Coro.
NAPCO(Weatlake)
3DR-26 (P31 I S)
3DR-26 (P31 I S)
SDR-26 (PSI I S)
SDR-26 (PSI I S)
Graviry Sewer PS I I S
PS I15
PS I 15
SDR-26 (PS I IS) GaskeT Fi��in¢s
Gasketed PVC Sewer Main Fittin¢s
SDR 26 (PS I I 5)
SDR 26
SDR 26
SDR 26
SDR 26
BDR�6 PB I IS
Updated: 11-6-24
National Spec Size
ASTM C33, A276, P477 8" to 102", Claaa V
ASTM G76
ASTM D 1248 8"
ASTM D 1248 8"
ASTM D 1248 8"
ASTM D 1248
AW WA C900
AW WA C900
ASTM D 3034
ASTM D 3034
ASTM D 3034
ASTM D3034
ASTM F 679
ASTM F 679
ASTM F-679
ASTM D-3034, D-1784, etc
ASTM D 3034
ASTM F679
ASTM D3034
ASTM D3034
ASTM D3034
ASTM D3034
ASTM F-679
4" thr� 12"
4" thiv 12"
4" - I 5"
4" thru 15"
4" thru 15"
4" thru 15"
IS"
IS"-28"
18" to 48"
4" - I S"
I S"- 24"
4"- 15"
4"- I S"
4" - I 5"
4"- I S"
I S"-36"
* From Original5tandard Products List
FoRT WoRTx�
IApproval Spec No. IClasssification
� Water - Aoourenances 33-12-10 f07/Ol/13)
� 09/03/24 33-12-IU Double Strao Saddle
� 01/IS/IS 33-12-IU Double Strao Saddle
� 08/28/02 Double Strao Saddle
� 07/23/12 33-12-10 Double Strao Service Saddle
03/07/23 33-12-10 Doublc Sirap Sc�vicc Saddlc
� 7o/27/R7 curbSeons-Ba��M����valvcs
10/27/87 Curb Stoos-Ball Meter Valves
� 5/25/2018 33-12-IU Curb Stoos-Ball Meter Valves
I5/25/201R 33-12-10 Curb Stons-Ball Mncr Valvcs
I5/25/201 R 33-12-10 Curb Stons-Ball Mncr Valvcs
� 5/25/2U18 33-12-IU Curb Stoos-Ball Merer Valves
I5/25/201 R 33-12-10 Curb Ston+-Ball Mcicr Valvc�
I5/25/201 R 33-12-10 Curb Stons-Ball Mncr Valvc�
�
I 01/26/00 Coatcd Tanq�nR Saddlc with Doublc SS Sirap�
I 0/5/21/12 33-12-25 Tapn�nK Slccvc (Coatcd Siccl)
I 03/29/22 33-12-25 Tapn�n� Slccvc (Coatcd or Stainlcss Stccl)
� avioiu Tann���sicc�c(sea��iaSS��p
I 02/29/12 33-12-25 Tapn�nK Slccvc (Coatcd Siccl)
I 02/29/12 }3-12-25 Tapn�n�Slccvc(StainlcssSiccl)
I 02/29/12 }3-12-25 Tapn�n�Slccvc(StainlcssSiccl)
I OS/10/I1 JointRcnairCla�np
IPla�tic Mctcr Box w/Compo+itc Lid
IPla�tic Mctcr Box w/Compo+itc Lid
I OS/30/06 Plastic Mctcr Box w/Compositc Lid
IConcrnc Mncr Box
IConcrdc Mdcr Box
IConcrdc Mdcr Box
�
� Water - Bolts, Nuts, and Gaskets 33-11-OS (Ol/08/131
� None �
70/01/R7
03/31/RR
09/30/R7
O1/12/93
OS/24/RS
09/24/R7
10/14/87
01/75/RR
70/09/R7
09/16/R7
OR/12/16
02/OS/93
OR/OS/04
Water - Combination Air Release 3331-70 [Ol/08/131
EI-II CombinationAirRcicascValvc
EI-I I Combination Air Rcicasc Valvc
[1-I I Combination Air Rcicasc Valvc
Water - Dry Barrel Fire Hvdrants 33-12-40 [Ol/15/14)
&I-12 Dry Barrd Firc Hydrant
&I-12 Dry Barrd Firc Hydrant
&I-12 Dry Barrd Firc Hydant
&I-12 Dry Barrd Firc Hydant
&I-12 Dry Barrd Firc Hydant
&I-12 Dry Barrd Firc Hydant
&I-12 Dry Barrcl Firc Hydant
&I-12 Dry Banel Fire Hydiant
EI-12 Dry Barrd Firc Hydrant
&I-12 Dry Barrd Firc Hydant
&I-12 Dry Barrd Firc Hydant
33-12-00 Dry Barrd Firc Hydant
Water - Meters
EI01-5 DctcctorChcckMdcr
Maenc[ic Dnvc Vcnical Turbinc
CITY OF FORT WORTH
WATER DEPARTMENT
STANDARD PRODUCT LIST
Manufacturer
Ford Me[er Bax Ca., Inc.
Romac
Smi[h Blair
M�eller Comoany
Powcncal
McDonald
McDanald
Ford Meter Bax Ca., Inc.
Ford Mctcr Bux Cu., Inc.
Ford Mctcr Box Co., Inc.
Mueller Ca., Ltd.
Mucllcr Co., Ltd.
Mucllcr Co., Ltd.
Model No.
202B
202NS Nylon Coated
#317 Nylon Coated Double Strao Saddle
DR2S Do�ble (SS) Sirao DI Saddle
3450AS, Incl. Com� Ston, Dbl Sirap, Stainlc»
6100M,6100MT & 610MT
4603B, 4604B, 6100M, 6100TM and 6101 M
FB600-7NL, FB1600-7-NL, FV23-777-W-NL,
L22-77NL
FB600-(.NL, FBI600-C.NL, FV23-66G-W-
NL, L22-66NL
FB600�NL, FBI600�NL, BI1�44-WR-
NL, B22444WR-NL, L28-04NL
B-25000N, B-24277N-3, B-2020UN-3, H-
ISOOON„ H-1552N, H142276N
�25000N, �20200N-3, B-24277N-3,H-
I SOOON, H-14276N, H-15525N
�25000N, B-20200N-3,H-ISOOON, H-
Ii530N
1CM Indu�hics, Inc.
1CM Indu�hics, Inc.
JCM Indu�hics, Inc.
eo��c�cai
Ro�na�
Ro�na�
Ro�na�
Powcncal
DFW Pla�tic� Inc.
DFW Pla�tic� Inc.
DFW Plastics Inc.
Bass & Hays
Bass & Hays
Bass & Hays
d406 Doublc Band SS Saddlc
412 Tanq�nR Slccvc ESS
415 Tanq�nR Slccvc
3490A8 (PlaoRc) & 3490M1
FTS 420
SST Stainlc» Stccl
SST III Stainlcss Siccl
3232 Bdl Joint Rcnair Cle�np
DFW37GI2-IEPAF FTW
DFW39G12-IEPAF FTW
DF W 65C-14-I EPAF FT W
CMB37-B I2 I I I R LID-9
CMB-I S-Dual 141 G GD-9
CMB65-BGS 1527 GD-9
Updated: 11-6-24
National Spec Size
AW WA C800
AW WA C800
NSF ANSI 372
AW WA C800
AW WA C800
AW WA C800
AW WA CSUO, ANSF 61,
ANSI/NSF 372
AW WA C800, ANSF 61,
ANSIMSF 372
AW WA C800, ANSF 61,
ANSIMSF 372
I"-2" SVC, �o �a 16" Pioe
I"-2" SVC, �o ta 2A" Pioe
I"-2" SVC, �o ta 2A" Pioe
i"-z" Svc, �n eo z4" P�nc
3/4" and I"
I%"and2"
z„
� _ � ,z,�
I"
Z"
� _ � ,z,�
I"
1"-2" Tap� on up to 12"
AWWAC-223 Unto30"w/12"Out
AWWAC-223 ConcrdcPipcOnly
4"-8" and 16"
A W WA C-223 U n to 42" w/24" Out
AWWAC-223 Unto24"w/12"Out
AWWAC-223 Unto30"w/12"Out
4" to 30"
Class "A"
GA Indushics, Inc E�npirc Air and Vacumn Valvc, Modcl 935 ASTM A 126 Class B, ASTM A
Multiplcx Manufactunn� Co. Cri�pin Airand Vacuum Valvcs, Modcl No.
ValvcandPnmcrCom. APCO#143C,#145Cand#147C
Amcrican-Darlin� Valvc
Amcncan Darlin� Valvc
cim� como�a��o�
Amcrican AVK Comnany
cim� como�aeo�
ITT KrnnMy Valvc
M&H Valvc Co�nnany
M�eller Comoany
Mucllcr Company
U.S. Pinc & Foundry
Amcric.�n Plow C'ontrol (AF"C)
EJ (Ea�t lordan Iron Work�)
Amcs Company
Hcrscy
Drawinq Nov. 90.1860R, 94-I R560
Shon Dawin� No. 94-I R791
Shop DrawinR No. 0.19R95
Modd 2700
DawinK� D20435, D20436, B20506
Shon Dawin�No. D-807R3FW
Shop DrawinR No. 13476
Shap Drawings No.6461
A-423 Cennnon
Shop Drawing FH-12
A-023 Suncr Crntunon 200
Shop DrawinR No. 960250
Watcrous Paccr WB67
WatcrMasicr SCD250
Modcl 1000 DctcctorChcck Valvc
Ma�nctic Drivc Vtttical
��� &z��
I/2" I"&2"
I",2"&3"
AWWA C-�02
AWWA C-�02
A�VWA C-502
A W WA C-502
A�VWA C-502
AWWA C-502
AWWA C-502
A W W A G502
AWWA C-�02
AWWA C-�02
A W WA C-502
AW WA C550
AWWA C701, Cla» 1
4" - 10„
3/4" _ 6"
* From Original5tandard Products List 4
CITY OF FORT WORTH
FoRT WoRTx� WATER DEPARTMENT
STANDARD PRODUCT LIST
IApprovall Spec No. IClasssification I Manufacturer I Model No. I National Spec
� Water - Pioes/PVC fPressure Water) 33-31-70 f01/08/13)
IAW WA C900, AW WA C605
12/OS/23 33-I I-12 PVC Pressure Pioe VinylTech PVC Pioe DRI4 ASTM D1784
IAW WA C900, AW WA C605
12/OS/23 33-I I-12 PVC Pressure Pioe Vinyl[ech I'VC I'ioe DRIS ASTM D1784
IAW WA C900, AW WA C605
09/03/24 33-II-12 I'VCPressurePioe Northernl'ioeProduc�s DRI4 ASTMD1784
IAW WA C900, AW WA C605
09/03/24 33-II-12 PVCPressurePioe Northernl'ioeProduc�s DRIS ASTMD1784
� 3/19/2018 331112 PVCI'ressurePioe I'ioelifeJetStream DRI4 AWWAC900
� 3/19/2018 331112 I'VCI'ressurePioe I'ioelifeJetStream DRIS AWWAC900
I 5/25/2U18 33 I I 12 PVC Pressure Pioe Diamond Plasncs Coi�oiation DR 14 AW WA C900
5/25/201R 33II 12 PVCPressurcPinc DiamondPlasticsComoration DRIS AWWAC900
AW WA C900-16
12/6/201 R 33 I I 12 PVC Pressurc Pipc 7-M Manufactunng Co., Inc d/b/a JM Eaglc DR 14 UL 1285
ANSf/NSF 61
FM 1612
AW WA C900-16
72/6/201 R 33 1 I 12 PVC Prc�wrc Pipc 7-M Manufactunng Co., Inc d/b/a 7M Eaglc DR I S UL 1285
ANSf/NSF 61
FM 1612
I 9/6/2019 33 I I 12 I'VC I'ressure Pipe Undergro�nd Sol�tians Inc. DRI4 Fusible PVC AW WA C900
I 9/6/2019 33 11 12 PVC Prc�wrc Pipc NAPCO(Wcstlakc) DRIR AWWA C900
I 9/6/2019 331112 I'VCI'ressurePipe NAPCO(Westlake) DRI4 AWWAC900
I 9/6/2019 331112 I'VCPressurePipe SandeisonPipeCorp. DRI4 AWWAC900
�
� Water - Piues/Valves & Fittinas/Ducfile Iron Fittin2s 33-11-ll [Ol/08/131
I 07/23/92 EI-07 Ductic Iron Fitting� Star Pipc Producis, Inc. Mcchaniwl Joint Fittings AW WA CI53 & CI 10
I * EI-07 Ducilc Iron FittinKs GnRn Pinc Product�, Co. Mcchanical loint FittinK� AWWA C I10
I * EI-07 Ducilc Iron FittinKs McWandTylcr Pipc/ Union Utilitic� Division Mcchanical Joint Fittings, SSB Clatiti 350 p�yWA C 153, C I 10, C I 1 I
I OS/I I/98 EI-07 Ducilc Iron FittinKs Si�ma, Co. Mcchanical Joint Fittings, SSB Clatiti 351 p�yWA C 153, C I 10, C I 12
I 02/26/14 EI-07 M1Fittin�� Accucast Class350C-153M1Fitting� p,WWp,C��3
I OS/14/98 EI-07 Ducilc Iron Joint Rctihainh Ford Mctcr Box Co.Nni-Flan�c Uni-Flangc Scrics 1400 p�yµ�p Cl I 1/CI53
I OS/14/98 EI-24 PVCJointRc�trainh FordMctcrBoxCo.Nni-Flan�c Uni-FlangcScric�I500Circlo-Lock p�yµ�pClll/CI53
I 71/09/04 EI-07 DucilclronJointRctihainh OncBolt,Inc. OncBoltRcsirainalJoiniFitting pµryypClll/C116/CI53
I 02/29/12 33-I I-I I Ducilc Iron Pipc Mcchanical loint Rcsiraint EBAA Iron, Inc Mcgalug Scncs I 100 (f r DI Pipc) pµryyp CI 1 I/Cl 16/CI53
I 02/29/12 33-I I-I I PVC Pipc Mcchanical loint Rcsiraint EBAA Iron, Inc Mcgalug Scncs 2000 (f r PVC Pipc) pµryyp CI 1 I/Cl 16/CI53
I OS/OS/04 EI-07 McchanicalJointRctaincrGlands(PVC) Si�ma,Co. SigmaOno-LokSLC4-SLCIO p�yµ�pClll/CI53
I 03/06/19 33-II-II McchanicalJointRctaincrGlands(PVC) Si�ma,Co. Sig�naOno-LokSLCS4-SLCSI2 p�yµ�pClll/CI53
I OS/OS/04 EI-07 Mcchanical Joint Rctaincr Glands(PVC) Si�ma, Co. Sigma Ono-Lok SLCE p�yµ�p Cl I 1/CI53
I OS/10/98 EI-07 M1Fittin��(DIP) Si�ma,Co. SigmaOno-LokSLDE p,WWp,C��3
I 70/12/10 EI-24 Intcnor Rc�traincd 7oint Sysicm S& B Tcchncial Product� Bulldog Sy+tcm ( Diamond Lok 21 & 7M pSTM F-1624
I OR/16/06 EI-07 McchaniwlJointFittinRs SIPlnduvtncs(Scramporc) McchanicalJointFittings pWWAC153
I 71/07/16 33-II-II McchanicalJointRctaincrGlands StarPipcProducis,Inc. PVCStargnpScrics4000 pSTMA536AWWACIII
I 71/07/16 33-I I-I I Mcchanical Joint Rctaincr Glands Star Pipc Producis, Inc. DIP Stargrip Scrics 3000 pSTM A536 AW WA CI I I
EZ Grip Joint Rc�traint (EZD) Black For DIP
03/19/IR 33-II-II McchanicalJointRctaincrGlands SIPIndu�hics(Scramporc) ASTMA536AWWACIII
I 03/19/IS 33-II-II MechanicalJointRetainerGlands SII'Ind�stries(Serampoie) EZGriploiniRcsiraint(EZD)RnIfrC900 pSTMA536AWWACIII
DRI4 PVC Pipc
I 03/19/IS 33-LI-LI MechanicalJointReta�uecGlands SIP�id�sn�es(Serampo�e) EZGriploiniRcsiraint(EZD)RnIfrC900 pSTMA536AWWACIII
DRIR PVC Pipc
�
Updated: 11-6-24
S1ZC I
4"-16'
16"-I8'
4"-16'
16"-I8'
4"-12'
16"-24'
4"-12'
16"-24"
4"-28"
16"-24"
4. _ $.
I 6" - 24„
4"- 12"
4"- 12"
4"-12"
4" to 36"
4" to 24"
4" to 12"
4" to 42"
4" to 24"
4" to 10"
4" to 12"
12" to 24"
4" - 24„
4" to 12"
4" to 24"
3"-4R"
4"-12'
I 6"-24'
* From Original5tandard Products List 5
FoRT WoRTx�
CITY OF FORT WORTH
WATER DEPARTMENT
STANDARD PRODUCT LIST
IApproval Spec No. IClasssification I Manufacturer
� Water - Pioes/�alves & FittinQs/Resilient Seated Gate �alve* 33-12-20 (OS/13/151,
IResilient WedRed Gare Valve w/no Geais American Flow Control
� 12/13/02 Resilient WedReGate Valve American FlowConirol
� OS/31/99 Resilient WedReGate Valve American FlowConirol
IOS/IS/99 ResilientWedReGateValve AmericanFlowConirol
I 10/24/00 EI-26 ResilientWedReGateValve AmericanFlowConnol
I�8��5/04 Resilient WedReGate Valve American FlowConirol
I OS/23/91 EI-26 Resilien�WedReGa�eValve AmericanAVKComoany
I 01/24/02 EI-26 Resilien�WedReGa�eValve AmericanAVKComoany
I* EI-26 Resilien� Seated Ga�e Valve Kennedy
I * EI-26 Resilien�SearedGa�eVale�e M&H
I * EI-26 ResilientSearedGateValve MuellerCo.
I II/OS/99 ResilieniWedReGateValve MuellerCo.
� 01/23/03 ResilieniWeAReGateValve MuellerCo.
I OS/13/US Reailien[WedeeGa�eValve MuellerCo.
� 01/31/U6 Resilien[WedeeGateValve MuellerCo.
� 01/28/88 EI-26 Resilien�WedeeGateValve ClowValveCo.
� 10/04/94 Resilien�WedeeGateValve ClowValveCo.
� II/OS/99 EI-26 Resilien�WeAReGa�eValve ClowValveCo.
� II/29/04 ResilieniWeAReGareValve ClowValveCo.
I1/30/12 RcsilicniWa�F4atcValvc ClowValvcCo.
I OS/OR/91 EI-26 Rcsilirnt Scatcd Gatc Valvc Stockha�n Valvc� & Fittings
I * EI-26 Rcsilicni Scatcd Gatc Valvc U.S. Pinc and Foundry Co.
� 10/26/16 33-12-20 Resilient Seated Gate Valve FJ (East Jordan Iron Works)
� ����� $ Matco Gate Valve Matco-Norca
I
� Water - Pioes/Valves & FittinQs/Rubber Seated Buttert7y Valve 33-12-21 f07/10/14)
� * E I 30 R�bber Seated B�tterflv Valve Henry Pratt Co.
� * E I-30 R�bber Seated B�tterflv Valve Mueller Co.
� I/II/99 EI-30 R�bberSeatedB�tterflvValve DezurikValvesCo.
� 06/12/03 EI-30 ValmancAmerican B�tteiflv Valve Valmatic Valve and Manufacnnn¢ Coro.
� 04/06/07 EI-30 R�bber Seated B�tterflv Valve M&H Valve
� 03/19/IS 33 12 21 R�bber Sea[ed B�tterflv Valve G. A. Industries (Golden Anderson)
� 09/03/24 33 12 21 R�bber Seated B�tteiflv Valve American AVK Comoanv
�
� Water - Polvethvlene Encasement 33-ll-10 f01/08/13)
Model No.
Seriee 2500 Drawinc # 94-20247
Series 2530 and Senes 2536
Senes 2520 & 2524 (SD 94-20255)
Series 2516 (SD 94-20247)
Series 2500 (Ductile Iron)
42" and 48" AFC 2500
American AVK Resilient Seaded GV
3eries A2361 (SD 6647)
Seoes AZ460 f6� I S"-24" (BD 67091
Mueller 3U" & 36", G515
Mueller 42" & 48", G515
16" RS GV (SD D-20995)
CIowRW Valve(SDR21652)
Clow 30" &36" C-515
Clow Valvc Modcl 263R
MevoEea1250, reqwrememE SPL N74
C] FlowMesmr Getc Velvc & Boxcs
225 MR
Valmatic American Butrerflp Vah�e.
M&H Sryle 4500 & 1450
AW WA C504 Butterfly Valve
AW WA C504 ButterHy Valve Class 250B
� 05/12/05 EI-13 Polye[hvlene Encasmen[ Flexsol Packa¢ine Fulron En[ero��ses
I OS/12/US EI-13 Polyethylene Encasment Moun[ain StaTes Plastics (MSP) and AEI' Ind. Standard Hardware
� OS/12/US EI-13 PolyethyleneEncasment AEPlndustnes BullstronebyCowrownBolt&Gasket
� 09/06/19 33-II-II PolyethvleneEncasment NorchrownProduc[slnc. PEEncasementforDlP
�
� Water - Samuline Station
03/07/23 33725p WntcrSnmplingS�ation KupferleFoundryCompany Eclipse,Numbcr88,12-inchDep�hofB�iy
NWN�F24 33-FbSH " ' ,..a�.��-,-,eoa�.�;-.,.� ,-o�..o,-.m-�..�z�
IWater - Automatic Flusher
IHG6-A-IN-2-BRN-LPRR(PoiYable)
10/21/20 Au�oma�edFlushin¢System M�ellerHydroe�ard HG2A-IN--2-PVC-UI8-LPLG(Permanent)
I 04/09/21 Auto�natal Flushing Sysicm Kupfcrlc Foundry Co�npany Eclipscd9R00wc
I 04/09/21 Auto�natal Flushing Sysicm Kupfcrlc Foundry Company Eclip�c #9700 (Ponablc)
�
Updated: 11-6-24
National Spec Size
AW WA C515
AW WA C515
AW WA C515
AW WA C515
AW WA C515
AW WA C509
AW WA C515
AWWA C515
AWWA C515
AWWA C515
A W WA C509
AW WA C515
AW WA C515
AW WA C515
AW WA C515
A W WA C 509, ANSI 420 - sicm,
AW WA/ANSI CI I S/An21.15
A W W A G504
A W W A G504
A W W A C-504
A W W A G504
A W W A G504
A W W A C-504
A W W A C-504
AWWACI05
AWWACI05
AWWACI05
AWWACIUS
This product remnved
16"
30" and 36"
20" and 2A"
16"
4" to 12"
42" and 48"
4" to 12"
20" and smaller
4" - 12"
4" - 12„
4" - 12„
16"
24" and smaller
30" and 36"
42" and 48"
4" - 12„
16'
2A" and smaller
30" and 36" (Note 3)
24" to 4R" (Notc 3)
4" - 12„
3" to 16"
4" to 16'
24'
2A"and smaller
24" and lar¢er
Uo to 84" diameter
2A" to 48'
30"-54"
24" - 48"
8 mil LLD
8 mil LLD
8 mil LLD
8 mil LLD
As shown in sncc 33 12 50
The Fort Worth Wa�er Deparnnent's S�andard Piroduc�s Lis� has been developed ro minimize the s�bmittal review ofprod�cts which meet the Fort Worth Water Deparrment's Standard Specificanons dunng unliry consnuction prqects. When Technical
Specifications for specific products, aie included as pan ofH�e Consnucnon Conn'act Doc�menr, therequiremenra ofthe Technical Specificanon will overridethe Fort Worth Water Depar[ment's Standard Specificanons and the Fort Worth Water Depar[ment's
Standard Piroducts Listand appiroval ofihe specific products will be based on the requirements ofthe Technical Specificanon whether or notthe specificprod�ct meets the Fort Worth Water Department's Standard Specificanons or is on the Fort Worth Water
Ycllow Highlight indicatcs ra;cnt changc�
* From Original5tandard Products List 6