HomeMy WebLinkAbout061187-PM1 - Construction-Related - Contract - Valk Properties V, LLC and Platinum ConstructionPROJECT MANUAL
FOR
THE CONSTRUCTION OF
WATER, SEWER, DRAINAGE, SIDEWALK AND STREET LIGHT
IMPROVEMENTS FOR
Cooks Lane Self Storage
(Lot 1, Block 1, Don Valk Addition)
IPRC Record No. IPRC23-0093
City Project No. 104946
FID No. 30114-0200431-104946-E07685
File No. W-2940
X File No. X-27859
Mattie Parker David Cooke
Mayor City Manager
Christopher P. Harder, P.E.
Director, Water Department
Lauren Prieur
Director, Transportation and Public Works Department
Prepared for
The City of Fort Worth
2026
BGE, Inc.
149338
BGE, Inc.
F-1046
2/26/2026
CSC No. 61187-PM1
00 00 00
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Page 1 of 5
CITY OF FORT WORTH Cooks Lane Self Storage
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS 104946
Revised March 20, 2020
SECTION 00 00 10
TABLE OF CONTENTS
DEVELOPER AWARDED PROJECTS
Division 00 - General Conditions Last Revised
00 11 13 Invitation to Bidders 03/20/2020
00 21 13 Instructions to Bidders 03/20/2020
00 41 00 Bid Form 04/02/2014
00 42 43 Proposal Form Unit Price 05/22/2019
00 43 13 Bid Bond 04/02/2014
00 45 11 Bidders Prequalification’s 04/02/2014
00 45 12 Prequalification Statement 09/01/2015
00 45 13 Bidder Prequalification Application 03/09/2020
00 45 26 Contractor Compliance with Workers' Compensation Law 04/02/2014
00 45 40 Minority Business Enterprise Goal 08/21/2018
00 52 43 Agreement 06/16/2016
00 61 25 Certificate of Insurance 07/01/2011
00 62 13 Performance Bond 01/31/2012
00 62 14 Payment Bond 01/31/2012
00 62 19 Maintenance Bond 01/31/2012
00 72 00 General Conditions 11/15/2017
00 73 00 Supplementary Conditions 07/01/2011
00 73 10 Standard City Conditions of the Construction Contract for Developer
Awarded Projects 01/10/2013
Division 01 - General Requirements Last Revised
01 11 00 Summary of Work 12/20/2012
01 25 00 Substitution Procedures 08/30/2013
01 31 19 Preconstruction Meeting 08/30/2013
01 31 20 Project Meetings 07/01/2011
01 32 33 Preconstruction Video 08/30/2013
01 33 00 Submittals 08/30/2013
01 35 13 Special Project Procedures 08/30/2013
01 45 23 Testing and Inspection Services 03/20/2020
01 50 00 Temporary Facilities and Controls 07/01/2011
01 55 26 Street Use Permit and Modifications to Traffic Control 07/01/2011
01 57 13 Storm Water Pollution Prevention Plan 07/01/2011
01 60 00 Product Requirements 03/20/2020
01 66 00 Product Storage and Handling Requirements 04/07/2014
01 70 00 Mobilization and Remobilization 04/07/2014
01 71 23 Construction Staking 04/07/2014
01 74 23 Cleaning 04/07/2014
01 77 19 Closeout Requirements 04/07/2014
01 78 23 Operation and Maintenance Data 04/07/2014
01 78 39 Project Record Documents 04/07/2014
00 00 00
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Page 2 of 5
CITY OF FORT WORTH Cooks Lane Self Storage
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS 104946
Revised March 20, 2020
Technical Specifications listed below are included for this Project by reference and can be
viewed/downloaded from the City’s website at:
http://fortworthtexas.gov/tpw/contractors/
or
https://apps.fortworthtexas.gov/ProjectResources/
Division 02 - Existing Conditions Last Revised
02 41 13 Selective Site Demolition 12/20/2012
02 41 14 Utility Removal/Abandonment 12/20/2012
02 41 15 Paving Removal 02/02/2016
Division 03 - Concrete
03 30 00 Cast-In-Place Concrete 12/20/2012
03 34 13 Controlled Low Strength Material (CLSM)12/20/2012
03 34 16 Concrete Base Material for Trench Repair 12/20/2012
03 80 00 Modifications to Existing Concrete Structures 12/20/2012
Division 26 - Electrical
26 05 00 Common Work Results for Electrical 11/22/2013
26 05 10 Demolition for Electrical Systems 12/20/2012
26 05 33 Raceways and Boxes for Electrical Systems 12/20/2012
26 05 43 Underground Ducts and Raceways for Electrical Systems 07/01/2011
26 05 50 Communications Multi-Duct Conduit 02/26/2016
Division 31 - Earthwork
31 10 00 Site Clearing 12/20/2012
31 23 16 Unclassified Excavation 01/28/2013
31 23 23 Borrow 01/28/2013
31 24 00 Embankments 01/28/2013
31 25 00 Erosion and Sediment Control 12/20/2012
31 36 00 Gabions 12/20/2012
31 37 00 Riprap 12/20/2012
Division 32 - Exterior Improvements
32 01 17 Permanent Asphalt Paving Repair 12/20/2012
32 01 18 Temporary Asphalt Paving Repair 12/20/2012
32 01 29 Concrete Paving Repair 12/20/2012
32 11 23 Flexible Base Courses 12/20/2012
32 11 29 Lime Treated Base Courses 12/20/2012
32 11 33 Cement Treated Base Courses 12/20/2012
32 11 37 Liquid Treated Soil Stabilizer 08/21/2015
32 12 16 Asphalt Paving 12/20/2012
32 12 73 Asphalt Paving Crack Sealants 12/20/2012
32 13 13 Concrete Paving 12/20/2012
32 13 20 Concrete Sidewalks, Driveways and Barrier Free Ramps 06/05/2018
32 13 73 Concrete Paving Joint Sealants 12/20/2012
32 14 16 Brick Unit Paving 12/20/2012
00 00 00
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Page 3 of 5
CITY OF FORT WORTH Cooks Lane Self Storage
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS 104946
Revised March 20, 2020
32 16 13 Concrete Curb and Gutters and Valley Gutters 10/05/2016
32 17 23 Pavement Markings 11/22/2013
32 17 25 Curb Address Painting 11/04/2013
32 31 13 Chain Fences and Gates 12/20/2012
32 31 26 Wire Fences and Gates 12/20/2012
32 31 29 Wood Fences and Gates 12/20/2012
32 32 13 Cast-in-Place Concrete Retaining Walls 06/05/2018
32 91 19 Topsoil Placement and Finishing of Parkways 12/20/2012
32 92 13 Hydro-Mulching, Seeding, and Sodding 12/20/2012
32 93 43 Trees and Shrubs 12/20/2012
Division 33 - Utilities
33 01 30 Sewer and Manhole Testing 12/20/2012
33 01 31 Closed Circuit Television (CCTV) Inspection 03/03/2016
33 03 10 Bypass Pumping of Existing Sewer Systems 12/20/2012
33 04 10 Joint Bonding and Electrical Isolation 12/20/2012
33 04 11 Corrosion Control Test Stations 12/20/2012
33 04 12 Magnesium Anode Cathodic Protection System 12/20/2012
33 04 30 Temporary Water Services 07/01/2011
33 04 40 Cleaning and Acceptance Testing of Water Mains 02/06/2013
33 04 50 Cleaning of Sewer Mains 12/20/2012
33 05 10 Utility Trench Excavation, Embedment, and Backfill 12/12/2016
33 05 12 Water Line Lowering 12/20/2012
33 05 13 Frame, Cover and Grade Rings – Cast Iron 01/22/2016
33 05 13.10 Frame, Cover and Grade Rings – Composite 01/22/2016
33 05 14 Adjusting Manholes, Inlets, Valve Boxes, and Other Structures to
Grade 12/20/2012
33 05 16 Concrete Water Vaults 12/20/2012
33 05 17 Concrete Collars 12/20/2012
33 05 20 Auger Boring 12/20/2012
33 05 21 Tunnel Liner Plate 12/20/2012
33 05 22 Steel Casing Pipe 12/20/2012
33 05 23 Hand Tunneling 12/20/2012
33 05 24 Installation of Carrier Pipe in Casing or Tunnel Liner Plate 06/19/2013
33 05 26 Utility Markers/Locators 12/20/2012
33 05 30 Location of Existing Utilities 12/20/2012
33 11 05 Bolts, Nuts, and Gaskets 12/20/2012
33 11 10 Ductile Iron Pipe 12/20/2012
33 11 11 Ductile Iron Fittings 12/20/2012
33 11 12 Polyvinyl Chloride (PVC) Pressure Pipe 11/16/2018
33 11 13 Concrete Pressure Pipe, Bar-Wrapped, Steel Cylinder Type 12/20/2012
33 11 14 Buried Steel Pipe and Fittings 12/20/2012
33 12 10 Water Services 1-inch to 2-inch 02/14/2017
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
00 00 00
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Page 4 of 5
CITY OF FORT WORTH Cooks Lane Self Storage
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS 104946
Revised March 20, 2020
33 12 50 Water Sample Stations 12/20/2012
33 12 60 Standard Blow-off Valve Assembly 06/19/2013
33 31 12 Cured in Place Pipe (CIPP)12/20/2012
33 31 13 Fiberglass Reinforced Pipe for Gravity Sanitary Sewers 12/20/2012
33 31 15 High Density Polyethylene (HDPE) Pipe for Sanitary Sewer 12/20/2012
33 31 20 Polyvinyl Chloride (PVC) Gravity Sanitary Sewer Pipe 06/19/2013
33 31 21 Polyvinyl Chloride (PVC) Closed Profile Gravity Sanitary Sewer
Pipe 12/20/2012
33 31 22 Sanitary Sewer Slip Lining 12/20/2012
33 31 23 Sanitary Sewer Pipe Enlargement 12/20/2012
33 31 50 Sanitary Sewer Service Connections and Service Line 04/26/2013
33 31 70 Combination Air Valve for Sanitary Sewer Force Mains 12/20/2012
33 39 10 Cast-in-Place Concrete Manholes 12/20/2012
33 39 20 Precast Concrete Manholes 12/20/2012
33 39 30 Fiberglass Manholes 12/20/2012
33 39 40 Wastewater Access Chamber (WAC)12/20/2012
33 39 60 Epoxy Liners for Sanitary Sewer Structures 12/20/2012
33 41 10 Reinforced Concrete Storm Sewer Pipe/Culverts 07/01/2011
33 41 11 High Density Polyethylene (HDPE) Pipe for Storm Drain 12/20/2012
33 41 12 Reinforced Polyethlene (SRPE) Pipe 11/13/2015
33 46 00 Subdrainage 12/20/2012
33 46 01 Slotted Storm Drains 07/01/2011
33 46 02 Trench Drains 07/01/2011
33 49 10 Cast-in-Place Manholes and Junction Boxes 12/20/2012
33 49 20 Curb and Drop Inlets 12/20/2012
33 49 40 Storm Drainage Headwalls and Wingwalls 07/01/2011
Division 34 - Transportation
34 41 10 Traffic Signals 10/12/2015
34 41 10.01 Attachment A – Controller Cabinet 12/18/2015
34 41 10.02 Attachment B – Controller Specification 02/2012
34 41 10.03 Attachment C – Software Specification 01/2012
34 41 11 Temporary Traffic Signals 11/22/2013
34 41 13 Removing Traffic Signals 12/20/2012
34 41 15 Rectangular Rapid Flashing Beacon 11/22/2013
34 41 16 Pedestrian Hybrid Signal 11/22/2013
34 41 20 Roadway Illumination Assemblies 12/20/2012
34 41 20.01 Arterial LED Roadway Luminaires 06/15/2015
34 41 20.02 Freeway LED Roadway Luminaires 06/15/2015
34 41 20.03 Residential LED Roadway Luminaires 06/15/2015
34 41 30 Aluminum Signs 11/12/2013
34 41 50 Single-Mode Fiber Optic Cable 02/26/2016
34 71 13 Traffic Control 11/22/2013
00 00 00
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Page 5 of 5
CITY OF FORT WORTH Cooks Lane Self Storage
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS 104946
Revised March 20, 2020
Appendix
GC-4.02 Subsurface and Physical Conditions
GR-01 60 00 Product Requirements
END OF SECTION
IX142 43
DAP-BIDPROPOSAL
Page I of7
SECTION 00 42 43
Developer Awarded Projects - PROPOSAL FORM
UNIT PRICE BID
Bidder's Application
Project Nem Information Bidders Proposal
Bidlist Iteml I Specification I Unit of I Bid I
Description Unit Price Bid Value
No. Section No. Measure Quantity
U TS
1 3305.0109 Trench Safety__ � . 33 5pp�MEN LF 755 __ $1_33 _ $1,004.15
------ - -- -
2 3305.0117 Conc.�ete Collar for Valve 33 05 17 EA 5 $100.00 $500.00
---- ---- - --- - -- ---
___ 3 3305.1003 20" Casing By Open Cut 33 05 22 LF 40 $20.00 $800.00
- - ---- --
4 3305.1103 20" Casing By Other Than Open Cut_ 33 05 22 LF 126 $25.00 $3,150.00
5 3311.0001 Dudile Iron Water FiUings w/ Restraint 33 11 11 TON 0.3 $1,800.00 $540.00
_ 6_ 3311.0161 6" PVC Water Pipe 33 11 12 LF 29 $16.00 $464.00
-- - - -- -- - -
-
7 3311.0241 8" Water Pipe 33 11 10, 33 LF 686 $18_00 $12,348.00
- -- -- - --
_ 8_ _ 3311.0251 _8" DIP Water 33 11 10 LF 126 $18.00 ____$2,268.00
9 3311.0264 8" PVC Water Pipe, CLSM Backfill 33 11 12 LF 40 $100.00 $4,000.00
--- - - - - - - - - -
10 3312.0001 Fire Hydrant __ 33 12 40 EA 1 $1,600.00 $1 600.00
- - ----- - - _ __. _�_.
11 3312.2203 2" Water Service 33 12 10 EA 1 $1,200.00 $1,200.00
--- --- -------
12 3312.3002 6" Gate Valve 3312 20 EA 2 $300.00 $1,800.00
-- -
13 3312.3003 8" Gate Valve 33 12 20 EA 4_$1,600.00 $6,400.00
- --- --- - - - - _
14
- __ _ _ -- _ -
15
-�s -- - - __
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
TOTA _ UNIT I: WAT�R [MPROV�MENTS $36,074.15
CITY OF FORT WOR7H
STANDARD CONSTRUCTION SPEC[FtCAT10N DOCUMEM'S • DEVEI.OPER AWARDED PROJERS
Fortn Vcrsion Ma�� 22, 2019
t1(1 d2 43 Bid Proposal DAP
�w ax aa
DAP-DIDPROPOSAL
Page 2 of 7
SECTION OU 42 43
Developer Awarded Projects - PROPOSAL FORM
UNIT PRICE BID
Project Item Information
Bidders Proposal
Bidlist [tem Specifcation Unit of Bid
No. Description ( Section No. I Measure I Quantity Unit Price I Bid Value
UNIT [I: SANITARY 3EWER IMPRQV -M�NTS
___1 _ 3301.0002 Post-CCN Inspection _ � 3� 61� 31 LF 414 $1.00 $414.00
- - - --- - - - - -- -- - - --
2 3301.0101 Manhole Vacuum Testing 33 01 30 EA 4 $600.00 __ $2,400.00
- --- --- - - -- -
3 3305.0109 Trench Safety 33 0510 LF 414 $1.20 $496.80
_ 4 3305.0112 Concrete CoAar 33 05 17 EA 4 $100.00 $400.00
--- ----
_ 5 3305.0113 Trersch Water Stops 33 05 15 EA 4 $100.00 $400.00
- - ----- - -- - - _ .
6 3305.1003 20" Casing By Open Cut 33 OS 22 LF 37 $100.00 $3,700.00
_ -- - ---
7 3305.1103 20" Casing By Other Than Open Cut 33 05 22 LF 58 $100.00 _ _$5,800,00
- -- - _
8 3331.4115 8" Sewer Pipe 33 11 10, 33 LF 414 $18.00 $7,452.00
9 3331.4116 8" Sewer Pipe, CSS Backfill 33 11 10, 33 LF 95 $20.00 $1,900.00
_ 10 3339.1001 4' Manhole 33 39 10, 33 EA 2 $1,600.00 $3,200.00
--- -- - ---- -- - - - -
11 3339.1002 4' Drop Manhole 33 39 10, 33 EA 2 $600.00 $1,200.00
__----- ------ - - - ------ -- ---- -
12 9999.0002 Epoxy Lining 3311 10 LF 95 $20.00 $1,300.00
13
--- - --- ---- - - - - -- -- -- _
14
15 - -- - --
--- - - -- - - - -- - - -
16
-- - --- - - - - -
17
- - ---- - - - - - - -- - -
18
- ---- --- -- - -. _ _ _ _ - -- -- - -
19
-- __ --
20
_ _ ----- - - ----- - - - - - -- - -
21
---- . - - - - - ... -- - - . . _ .. -
22
- --- - - - - ._ --- - - - -- - --
23
- - --- - - -- - _ -- - - - - -
24
-- - - - --- - - - - - - - - -- -- -- - - -
25
-- - - ----- - -- - - --- - - - -
2&
-- - - - -- -- _ _ - _ _ _. _ _. .. .
27
- --- ___ _ _-
28
- - - ------- - - _ _
29
30
------ - --
31
---- ---- --- ____ - - - --
32 - -- - - - - _ _
33
34 �
-- - - - - - -
35 - --- - --
- - --- _ ..
_ 36
-- - -
37
-- - -- -- . . - _ .
38 -- - -
- -
39
-------- --- ---- _ - - .. . _
40
41 — - - --- -
TOTAL UNIT !I: SANITARY S�VYER IMPROVEMENTS
CITY OF FORT WORTH
STANDARD CONSTRUCT[ON SPECIFiCA7'ION DOCUMEMS - DEVELOPER AWARDED PROlECfS
Fortn Vcrsion Ma�� 22, 2019
Bidder's Application
$29,262.80
M142 43 Bid Propoml DAP
no sz as
DAP-BIDPROPOSAL
Paga 7 of 7
secnoN oo as as
Developer Awarded Projects - PROPOSAL FORM
UNIT PRICE BID
Project ltem Enformstion
Bidder's Application
Bidders Proposal
Bidlist lum Specification Unit of Bid
No. Description Sec�ion No. I Measwe I Unit Price I Bid Value
Quantity
UNIT III: DRAINAGE IMPROVEMENTS
_ 1 _ 3305.0109 Trench Safety 33 05 10 LF 1451 $7.00 $1,451.00
—
- --. - _ -- - --
2 3737.0104 Medium Stone Riprap, dry 31 37 00 SY 88 $14.00 __$1,232.00
— -- - - - --- -
3 3341.0309 36" RCP, Class III 33 41 10 LF 1451 $26.00 $37,726.00
4 3349.0002 5' Storm ,lunclion Box 33 49 10 EA 2 $1,200.00 $2,400.00
5_ 3349.1007 36" Flared Fleadwall, 1 pipe 33 49 40 EA 2 $600.00 $1,200.00
6 3349.1107 36" Flared Headwall, 2 pipes 33 49 40 EA 2 $750.00 $1,500.00
— -- -- -- --
7 3349.7002 5' Drop IRlet 33 49 20 EA 1 $1�900.00 ____$1,900.00
------ --- - - -- - - --
8
_-- - - - --- - - . - - _ --- - --
9
----- -- — — - - --- - _ _
10
------ - _ - _ _ _
11
12
13
14 -- - -
15
-
-- - _ - -- --- - -
16
- _ _ _ -----
17
-. _ -- - -- --
18 --
�9 - -
- - - _ - ----- _ __ .
20
- - - ---- - . _. --- .. _ . _ .
21
-- - - -
22
-23-- --- -- ---- ----
-- - --
- 24 - _ --- - _ - --- -
- 25 ---- --
_26 _ _
27 - --- - -
28 - - -- -
-- 29-- - ---------
30
-- - - - --- ----- -- -- -- - - - -
- 31 -- --- - - -
__ -__ - ------ -
32
---- ----- - - - _ - - - -- - -
33
__..... --
34
- - - -- - _
35
36 --- __. ._
37
- ------ - - - _ _ - - - .
------ - - - - _ _ . - - ----
38
_ _ _ - ------- - _ . . . . - --- - _ _ _.
39
---- - - - - — -
40
---- -=-- ----- - -- -- - - - -- -- -
41
TOTAI. UN T III: DRAINAGE IMPROVEMENTS $47,409.00
CRY OF FORT WORTH
SfANDARD CONSTRUCTION SPECIFiCAI'ION DOCUMINI'S -DEVELOPER AWARDED PROJECTS
fwm Vdsion Ma�� 22. 2a19 IN142 43 Bid Proposal_DAP
an az a3
DAP- BID PROPOSAL
Pagc 4 of 7
SECTION 00 42 43
Developer Awarded Projects - PROPOSAL FORM
UNIT PRICE BID
Project ltem Information
Bidder's Application
Bidder's Proposal
Bidlist Iteml I Specifcation I Unit of I Bid I
No. Description Section No. Measure Unit Price Bid Value
Quantiry
1 3213.0301 4" Conc Sidewalk UNIT IV• PAVING>M�P�2 VFMENTS SF 7952 $12.00 __ $95 424.Q0
- - --
2 3213.0506 Barrier Free Ramp, Type P-1 3213 20 EA 2 $1,Q80.00 $2,000.00
_ _----- ---- - -
3 9999.0002 Combination Railing LF 113 $20.00 $2,260.00
_ 4_ 9999.0005 Asphalt Trench Repair __ SF 5671 $15.00 $85,065.00
5- -- -
- - -- -- ----- -- - __ __ _. _
6
- - -- ------ -- - - - - - _ _ _ - - ___ ._ -
7
----- ---- - -- -- - - - - - - --- - -
8
_ _--- - - - ----- - ---- - _..—
9
--- ---- -. __ . - - _...._ .
10
- --- - -- - - - - - - - - -
11
- -- - _ _ _ - --._ . --- _. ---
12
13
- -- -- - -- -- _ . --- --- - -- - --
14
- --- ---- ---- - - - - _._.. -- -
15
--�5 _ _ _ --__ _ -- _. -- - --- _
---- --- - -- --.... _ - - -
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
TOTAL 1NIT IV; PqVlNG IMPROV�M�NTS $184,749.00
CRV OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS - DEVELOPER AWARDED PROJECTS
Fam Yersion Ma�� 22. 2019
11i142 43 Bid Proposal_DAP
SECTION 00 42 43
Developer Awarded Projects - PROPOSAL FORM
UNIT PRICE BlD
Project Item Information
IX7 42 43
DAP - BID PROPOSAL
Pagc S of 7
Bidder's Application
,
s�aazrs P�a��i
Bidlist Iteml Description I Specification � Unit of I B�d Unit Price I
No. Seclion Na. Measure Quantiry
UNIT V: STREET LI�}ITING �PRO�( I��NTS
1_ 2605.3118 Fumishllnstall Conduit-Schecjule g0 PVC'L 2� 05 LF 811 $10.00
--- - -----
2 2605.2101 Conduit Box 26 05 33 LF 2_ $200.00 __
-- - - - -- - ---- -- - --- _
3 3441.1403 NO 6 Triplex OH insulated Elec Condr 34 41 10 LF 572 _____$10.00
---- - --- ------- -
4 3441.3050 Fumishllnstall LED Lighting Fixture (70 watt 34 41 20 EA 7 $100.00
- --- ---- ----- -- g _ _
5 3441.3323 Fum'sshllnsta[I 8' Wood Li ht Pote Arm __ 34 41 20 EA 4___ _$100.00
---- - -- -- — - -- - -- - -- - - -
6 _ 3441.3352 F�mish/Install Rdway fl�um 7Y 18 Pole 34 41 20 EA 3 $400.00
7
- - - -- -_ _-- - --- --
8 - - - -- - -
9 -- ------ - -- _ _
__ ----. _ _. __.
10 -
-- ---- - - - - -- _
11
---- - - -- - - - - - _ __ _ . _ - - .
12
13
- --- ---- - -- - -- --
- -- --- -- -
14
-- - ----- - - - ----
15
- --- --- -- --- - - -- -
16 --
-- --- _ _ _
17 -. -
18
- - -----
- - ----- - -- - -
19
---- -- --- _.. . __.. ----
20 -- - -- -
--- - - --- ---- --
21
-22 ------ - - --- - __ . .. _ ___---
----- - -- -- - - -- - - -__ _ . _.. --- --
23
- - - ---------- - - -- __ . _ _ -- - _
24
---- -- ----- - - - --- _ _
25 -
---- - - .
26
- ----- --- - - - . - -. .. - ---
27 - - -
-28- - -- _
-29 - -- -- - ---- - - --
30 _
- -- --------- __.. .__ _ __ _ _..._. __._
-- 31
- _.. _ - - - -
32
-- — - _ _. . - - _ - ---- - --- -
33
-�_ _- - -
-- - ---- - -
35
- --- - ---_ _ _ . _ _ _
36 _ --- _-- —
- 37 -- ----- -- -
- - -- - --- ------� _--
38
-- - __ ------ -- - - -- _
39
---- - - --
40
-- -- -- - - - - --- -- - - - -
41
Bid Vatue
$8,110.00
�aao.go
$5,720.DU
$700.00
$400.OU
$1,200.00
_ .._ _ .
TOTAL llNIT V: STR�ET L{GHTING IyJPROYEIV��NlS_
CIiY OF FORT WORTH
STANDA[tD CONSTRUCI'ION SPECIFICATION DOCUMENTS - DEVELOPER AWARDED PROJECTS
Futm Vmion M�� 22. 2Q19
$16,530.00
ttt14243 BddProposal DAP
���� �� ��
D 1Y- R3D PROP65,1L
I'agc 7 oF 7
SECTION 00 42 43
�eveloper Awarded Projects - PROPOSAL FORM
UNIT PRICE B[D
PtajeetJtcm Infamiaiioil
Bidder's Application
IQidlist Iteml Spccficnlion i 11ni1 0!' I 13id
' �� Dcscriplion I
S�cuon N2 �let�.�urc Quanuh'
13id Summary
UNIT I: WATER I{NPROVEMENTS
UNIT II: SA�iITARY SEW�R IMPROVE(v1ENTS
UNIT III: DRAINAGE Iiv1PROVEMENTS
UNIT IV: PAVING IMPROVEMENFS
UNIT V: STREET �IGHTING IMPROVEN€E�fTS
'l'ot;il Con,tructiun ISid
`fhis Bid is submilted b}' thr rntity namcd bclnw:
BiDDF.R:
P]aEinum Construction
[4�0TLTnwnsend Dr
Suite 100
Rock}rall, T� 75{I32
Contractor agrecs to cnn�plcic �\'ORK for FINAL,�ccH:r�rA\'('L; rvithin
COVTRAC'I' eommcnccs tu run as providcd in lhc Gencral Conditions.
Biddcr'� PraE>o5;il
Llnil f'nc� � Idid Valuc
$3fi,Q74.15
$29,262.80
547,469.00
5184,749.OD
516.53Q.OQ
$314,024.95
Bl':
a�����
�r���,,. : � / /
�., � �: �� z
I211 H�orkin� Jars aflcr Ehc datc w�hen thc
E:�n ow sH_cr�o�
CifY OF FORT A�ORTH
S7AN0.1[ill CONSTRUCTI01' SPECIPI('A�S'If)V llO('L;.11fitT5-�E\'ELOPER ASY;�Rl7kCD I'ROIEf"f5
Ponn Vemon �tila� '_2. 2U17 SISI a] �I l_BiA Praposal_PAP
00 45 11 - 1
BIDDERS PREQUALIFICATIONS
Page 1 of 3
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number]
Revised April 2, 2014
SECTION 00 45 11
BIDDERS PREQUALIFICATIONS
1. Summary. All contractors are required to be prequalified by the City prior to submitting
bids. To be eligible to bid the contractor must submit Section 00 45 12, Prequalification
Statement for the work type(s) listed with their Bid. Any contractor or subcontractor who is
not prequalified for the work type(s) listed must submit Section 00 45 13, Bidder
Prequalification Application in accordance with the requirements below.
The prequalification process will establish a bid limit based on a technical evaluation and
financial analysis of the contractor. The information must be submitted seven (7) days prior
to the date of the opening of bids. For example, a contractor wishing to submit bids on
projects to be opened on the 7th of April must file the information by the 31st day of March
in order to bid on these projects. In order to expedite and facilitate the approval of a Bidder’s
Prequalification Application, the following must accompany the submission.
a. A complete set of audited or reviewed financial statements.
(1) Classified Balance Sheet
(2) Income Statement
(3) Statement of Cash Flows
(4) Statement of Retained Earnings
(5) Notes to the Financial Statements, if any
b. A certified copy of the firm’s organizational documents (Corporate Charter, Articles
of Incorporation, Articles of Organization, Certificate of Formation, LLC
Regulations, Certificate of Limited Partnership Agreement).
c. A completed Bidder Prequalification Application.
(1) The firm’s Texas Taxpayer Identification Number as issued by the Texas
Comptroller of Public Accounts. To obtain a Texas Taxpayer Identification
number visit the Texas Comptroller of Public Accounts online at the
following web address www.window.state.tx.us/taxpermit/ and fill out the
application to apply for your Texas tax ID.
(2) The firm’s e-mail address and fax number.
(3) The firm’s DUNS number as issued by Dun & Bradstreet. This number
is used by the City for required reporting on Federal Aid projects. The DUNS
number may be obtained at www.dnb.com.
d. Resumes reflecting the construction experience of the principles of the firm for firms
submitting their initial prequalification. These resumes should include the size and
scope of the work performed.
e. Other information as requested by the City.
2. Prequalification Requirements
a. Financial Statements. Financial statement submission must be provided in
accordance with the following:
(1) The City requires that the original Financial Statement or a certified copy
be submitted for consideration.
Cooks Lane Self Storage
104946
00 45 11 - 2
BIDDERS PREQUALIFICATIONS
Page 2 of 3
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number]
Revised April 2, 2014
(2) To be satisfactory, the financial statements must be audited or reviewed
by an independent, certified public accounting firm registered and in
good standing in any state. Current Texas statues also require that
accounting firms performing audits or reviews on business entities within
the State of Texas be properly licensed or registered with the Texas State
Board of Public Accountancy.
(3) The accounting firm should state in the audit report or review whether
the contractor is an individual, corporation, or limited liability company.
(4) Financial Statements must be presented in U.S. dollars at the current rate
of exchange of the Balance Sheet date.
(5) The City will not recognize any certified public accountant as
independent who is not, in fact, independent.
(6) The accountant’s opinion on the financial statements of the contracting
company should state that the audit or review has been conducted in
accordance with auditing standards generally accepted in the United
States of America. This must be stated in the accounting firm’s opinion.
It should: (1) express an unqualified opinion, or (2) express a qualified
opinion on the statements taken as a whole.
(7) The City reserves the right to require a new statement at any time.
(8) The financial statement must be prepared as of the last day of any month,
not more than one year old and must be on file with the City 16 months
thereafter, in accordance with Paragraph 1.
(9) The City will determine a contractor’s bidding capacity for the purposes
of awarding contracts. Bidding capacity is determined by multiplying the
positive net working capital (working capital = current assets – current
liabilities) by a factor of 10. Only those statements reflecting a positive
net working capital position will be considered satisfactory for
prequalification purposes.
(10) In the case that a bidding date falls within the time a new financial
statement is being prepared, the previous statement shall be updated with
proper verification.
b. Bidder Prequalification Application. A Bidder Prequalification Application must be
submitted along with audited or reviewed financial statements by firms wishing to be
eligible to bid on all classes of construction and maintenance projects. Incomplete
Applications will be rejected.
(1) In those schedules where there is nothing to report, the notation of
“None” or “N/A” should be inserted.
(2) A minimum of five (5) references of related work must be provided.
(3) Submission of an equipment schedule which indicates equipment under
the control of the Contractor and which is related to the type of work for
which the Contactor is seeking prequalification. The schedule must
include the manufacturer, model and general common description of
each piece of equipment. Abbreviations or means of describing
equipment other than provided above will not be accepted.
3. Eligibility to Bid
a. The City shall be the sole judge as to a contractor’s prequalification.
b. The City may reject, suspend, or modify any prequalification for failure by the
contractor to demonstrate acceptable financial ability or performance.
c. The City will issue a letter as to the status of the prequalification approval.
Cooks Lane Self Storage
104946
00 45 11 - 3
BIDDERS PREQUALIFICATIONS
Page 3 of 3
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number]
Revised April 2, 2014
d. If a contractor has a valid prequalification letter, the contractor will be eligible to bid
the prequalified work types until the expiration date stated in the letter.
END OF SECTION
Cooks Lane Self Storage
104946
U6-l� 12
fJAP PRLQU�ILIFIC�17'ION 5'I'A'I'f:�IfN7'
P,iSc I pl I
SECTION 00 45 12
DAP—PREQUALIT[CATlO�I S�l"EITLMCNT
EacEt Bidder is required to complete tl�e infor���ation uelow €�y identifying the prequalified contractors
and/or subcontractoi•s whom they intend to uiilize for the major work t,ype(s} listeef. in the "Maior Work
Type" bax provide the comnlete maior ���orR tvve and acti�al descriptian as nrqvided bv the Water
Department for water aiid sewer and TPW for navin�.
Major Work Type
Asphalt Paving
Construction/Reconstruct ion
L�.SS THAN 15,000 SY
Augur Boring - 24-inc�� diameter
casin� a��d less
Water Distribution,
Development, &-inch diameter
and smaller
Se�ver Collection System,
Devefop3nent, 8-incfles anc!
s�naller
Contractor/Subcontractor Co»lpany Name
Mario Sinacola & Sons G�cavati��g INC
Maverick Utility Coi�struction iNC
Maverick Utilitv Construction 1NC
Maverick Utility Construc
Kirk Youn� Electric, [NC
C'requalificat�o�z
Lxpiration D�te
02/28/2025
04/3a/202�
04/30/2025
04/30/2625
07/27/202�
Roadway and Pedestrian
Lighting
The undersignecf hereby certifies that ihe contractors and/or subcontractors des�ribed in the tabie above
are currently prequalified for the work types ]isted.
BIDDER:
Ylatin�m Constructior�
14�0 TL To���nsend Dr
Suite 100
Rockwall. T'X 7�032
(Si�n�(ure}
T[T�,�E: Ronald Valk -O�vner
o��-�: s � r � �y
END OF SECT14N
CiTY OF FORT WORTH
STANDAft� C6N57RL1CilON PRE4UAUFICA7iON STATEMENT — �EVELQPER AWARDE� PROlEC75 �Q 45 12_Prequaliflcatian Statemen[ 2015 DAP.docM
Form Versfon September 1, 2p15
�6 45 26 - 1
CONTI?ACTDR COMPLIANCE W17N WORKEFi'S COMPENSATION LAW
Page 1 of 1
1
2
SECTION 00 45 26
CONTRACTOR COMPLIANCE WITH WORKER'5 COMPEI�5ATION LAW
3 Pursuant to Texas Labor Code Section 406.D96(a), as amended, Contractor certifies that it
4 pro�ides worker's compensation insurance coverage for a�l of its employees employed on City
5 Project No. 104946._ Contractor further certifies #hat, pursuant to Texas Labor Code, Section
6 406.096(bJ, as amended, it wiil provide to City its subcontractor's certificates of compliance with
7 worker's compensation coverage.
8 CONTRACTOR:
9 Platinum Construction
14
11
12
13
14
15
Z6
17
18
19
20
21
z2
23
24
25
26
27
28
29
30
31
32
33
34
35
36
Compar�y
1450 TL Townsend, Suite 100
Address
Rockwall, TX 75032
City/State/Zi p
THE STATE OF TEXAS
COEJNTY OF TARRANT
§
§
g : ��na�d� I�a�,�-� .
Y �
(Pleas int)
5ignatur :
Tiile: �1`Le �
(Please Print}
BEF E ME, the_ punde signe'd/ authority, on this day personally aPpeared
`i1lrtGt, � tX ��C.t�{ I� , known to me to be the person whase name is
su6scribed to the foregoing instrument, and acknowledged to me that he/she executed the
same as the act and deed of pl Gcrt1�1�Wv� �n�S� rJ�-'j`���� for the purposes and
conside�ation therein expr�ssed and in the capacity therein stated.
GIVEN UiVDER MY NAND AND SEAL OF QFFICE this 2� r}� day of
�"`cc--� , 2Q3�
`���►»iii��rrr��
��� i,�
\`\�� ��ttEN �, BY i��
i
�r' �.
�` .. ���{�RY plj�� O ���
— c� =
: —
= s� =
5
� •. ��F � T E�,p' �
��t����t,� Vl�l�� .
Notary Pul�lic in and for ihe StaEe of Texas
�� , O� F �• �� END OF SECTIO�V
'�i F �•• �30655g�O.-'+ ���
/,'// /����S ! I I iD11N����\\\��
CITY OF FOR7 WORikI
STAN�ARD CON57RliCTIpN SPECiFICATION DOCUMENTS
Revised April 2, 20L4
Cooks [ane Self Stornge
104946
00 52 43 - 1
Developer Awarded Project Agreement
Page 1 of 6
CITY OF FORT WORTH Cooks Lane Self Storage
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS 104946
Revised June 16, 2016
SECTION 00 52 43 1
AGREEMENT 2
THIS AGREEMENT, authorized on ______________is made by and between the Developer, Valk 3
Properties V, LLC, authorized to do business in Texas (“Developer”) , and Platinum Construction, 4
authorized to do business in Texas, acting by and through its duly authorized representative, 5
(“Contractor”). 6
Developer and Contractor, in consideration of the mutual covenants hereinafter set forth, agree 7
as follows: 8
Article 1. WORK 9
Contractor shall complete all Work as specified or indicated in the Contract Documents for the 10
Project identified herein. 11
Article 2. PROJECT 12
The project for which the Work under the Contract Documents may be the whole or only a part 13
is generally described as follows: 14
Cooks Lane Self Storage________________________________________________________ 15
CPN 104946______________________________________________________ 16
Article 3. CONTRACT TIME 17
3.1 Time is of the essence. 18
All time limits for Milestones, if any, and Final Acceptance as stated in the Contract 19
Documents are of the essence to this Contract. 20
3.2 Final Acceptance. 21
The Work will be complete for Final Acceptance within 120 working days after the date 22
when the Contract Time commences to run as provided in Paragraph 12.04 of the 23
Standard City Conditions of the Construction Contract for Developer Awarded Projects. 24
3.3 Liquidated damages 25
Contractor recognizes that time is of the essence of this Agreement and that Developer 26
will suffer financial loss if the Work is not completed within the times specified in 27
Paragraph 3.2 above, plus any extension thereof allowed in accordance with Article 10 of 28
the Standard City Conditions of the Construction Contract for Developer Awarded 29
Projects. The Contractor also recognizes the delays, expense and difficulties involved in 30
4/10/2024
00 52 43 - 2
Developer Awarded Project Agreement
Page 2 of 6
CITY OF FORT WORTH Cooks Lane Self Storage
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS 104946
Revised June 16, 2016
proving in a legal proceeding the actual loss suffered by the Developer if the Work is not 31
completed on time. Accordingly, instead of requiring any such proof , Contractor agrees 32
that as liquidated damages for delay (but not as a penalty), Contractor shall pay 33
Developer ZERO Dollars ($0.00) for each day that expires after the time specified in 34
Paragraph 3.2 for Final Acceptance until the City issues the Final Letter of Acceptance. 35
Article 4. CONTRACT PRICE 36
Developer agrees to pay Contractor for performance of the Work in accordance with the 37
Contract Documents an amount in current funds of Three Hundred Fourteen Thousand Twenty 38
Four Dollars and Ninety-Five Cents ($314,024.95). 39
Article 5. CONTRACT DOCUMENTS 40
5.1 CONTENTS: 41
A. The Contract Documents which comprise the entire agreement between Developer 42
and Contractor concerning the Work consist of the following: 43
1. This Agreement. 44
2. Attachments to this Agreement: 45
a. Bid Form (As provided by Developer) 46
1) Proposal Form (DAP Version) 47
2) Prequalification Statement 48
3) State and Federal documents (project specific) 49
b. Insurance ACORD Form(s) 50
c. Payment Bond (DAP Version) 51
d. Performance Bond (DAP Version) 52
e. Maintenance Bond (DAP Version) 53
f. Power of Attorney for the Bonds 54
g. Worker’s Compensation Affidavit 55
h. MBE and/or SBE Commitment Form (If required) 56
3. Standard City General Conditions of the Construction Contract for Developer 57
Awarded Projects. 58
4. Supplementary Conditions. 59
00 52 43 - 3
Developer Awarded Project Agreement
Page 3 of 6
CITY OF FORT WORTH Cooks Lane Self Storage
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS 104946
Revised June 16, 2016
5. Specifications specifically made a part of the Contract Documents by attachment 60
or, if not attached, as incorporated by reference and described in the Table of 61
Contents of the Project’s Contract Documents. 62
6. Drawings. 63
7. Addenda. 64
8. Documentation submitted by Contractor prior to Notice of Award. 65
9. The following which may be delivered or issued after the Effective Date of the 66
Agreement and, if issued, become an incorporated part of the Contract 67
Documents: 68
a. Notice to Proceed. 69
b. Field Orders. 70
c. Change Orders. 71
d. Letter of Final Acceptance. 72
73
74
00 52 43 - 4
Developer Awarded Project Agreement
Page 4 of 6
CITY OF FORT WORTH Cooks Lane Self Storage
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS 104946
Revised June 16, 2016
Article 6. INDEMNIFICATION 75
6.1 Contractor covenants and agrees to indemnify, hold harmless and defend, at its own 76
expense, the city, its officers, servants and employees, from and against any and all 77
claims arising out of, or alleged to arise out of, the work and services to be performed by 78
the contractor, its officers, agents, employees, subcontractors, licenses or invitees under 79
this contract. This indemnification provision is specifically intended to operate and be 80
effective even if it is alleged or proven that all or some of the damages being sought 81
were caused, in whole or in part, by any act, omission or negligence of the city. This 82
indemnity provision is intended to include, without limitation, indemnity for costs, 83
expenses and legal fees incurred by the city in defending against such claims and causes 84
of actions. 85
86
6.2 Contractor covenants and agrees to indemnify and hold harmless, at its own expense, 87
the city, its officers, servants and employees, from and against any and all loss, damage 88
or destruction of property of the city, arising out of, or alleged to arise out of, the work 89
and services to be performed by the contractor, its officers, agents, employees, 90
subcontractors, licensees or invitees under this contract. This indemnification provision 91
is specifically intended to operate and be effective even if it is alleged or proven that all 92
or some of the damages being sought were caused, in whole or in part, by any act, 93
omission or negligence of the city. 94
95
Article 7. MISCELLANEOUS 96
7.1 Terms. 97
Terms used in this Agreement are defined in Article 1 of the Standard City Conditions of 98
the Construction Contract for Developer Awarded Projects. 99
7.2 Assignment of Contract. 100
This Agreement, including all of the Contract Documents may not be assigned by the 101
Contractor without the advanced express written consent of the Developer. 102
7.3 Successors and Assigns. 103
Developer and Contractor each binds itself, its partners, successors, assigns and legal 104
representatives to the other party hereto, in respect to all covenants, agreements and 105
obligations contained in the Contract Documents. 106
005243�5
Developer Awarded Project Agreement
Fage 5 of 6
107 7.4 5e�erability.
1�8 Any pravision or part of the Contract Documents held to be unconstitutional, void or
109 unenforceable by a eauri of competent jurisdiction shall be deemed stricken, and all
110 remaining provisions shall continue to 6e valid and binding upon DEVELOPER and
111 CQNTRACTOR.
112 7.S Go�erning Law and Venue.
113 7his Agreement, including all of the Contract Rocuments is performable in the 5tate of
�14 TexaS. Venue shall be Tarrant County, Texas, or the United States District Court for the
115 IVorthern District of Texas, Fort Worth Qivision.
116
117 7.6 Authority ta Sign.
118 Contractor shall attach �vid�nce of authority to sign Agreement, if other than duly
119 authorized signatory of the Contractor.
1Z0
121
122
7.23
124
125
IN W1TNE55 WHEREO�, be�eloper and Contra[tor have executed this Agreement in multiple
counterparts.
This Agreement is efFective as of the last date signed by the Parties ("Effecti�e Date"j
Contractor:
Platinum Construction
�y: ��Ln // �'
C�C/V
(Signaturej
De�eloper:
Valk Properties V, LLC
8y: �Y 1� L_
{Signature)
CITY OF FORT WOftTN
STAN�AR� CQNSTRUCTION SPECIFICATION OOCUMENTS—�EVELOPER AWARDEO PROJECTS
Revised June 16, 2016
Cooks LQne Self Storage
I04946
00 52 43 6
126
��� V�1�
(Print�d Name)
Title: O� �Q �
Company Name: Platinum CanstruCtion
Address: 1450 iL Townsend, 5uite 100
City/State/Zip: Rockwafl, TX 75032
� j lo �aoa�t
Date
Developer Awarded Project Agreement
Page 6 of 6
�,��� v a � �
(Printed Name}
Title: l ,� �., �� �G + �� �l„e r
J.�.�,�, � �,�c Ka
Company name: Valk Properties V, LLC
Address: 1450 T� Townsend, 5uite 100
City/State/Zip: Rockwali, TX 75032
�(�o[aaa��1�
Date
CITY OF FORT WORTH
STANDARD CONS7RUCTION SPECIFICATIQN DOCVMENTS — pEVELOPER AWARDED PROJECTS
Revfsed June 16, 2d16
Cnoks Lone Self Storage
10Q946
2410April
. �
Od6219•2
MAINTEPIANCE BOND
Pege 2 of 4
1 remain free from defects in materials ar workmanship �or anr! durin� the period of two (2j years
2 after the date of Final Acceptance of the Work by the City ("Maintenance Period"'); and
3
4 WHEREAS, PNncipal binds itself to repair or reconstn,�d the Work in whole or in part upan
5 recehrin� notice from the Develope� and(or City of the need thereaf at any time writhin the
6 Maintenance Periad.
F7
8 N�11V 7HEREFORE, thE conrlition of this obli�ation is sucfi that if Principaf shall remedy
9 any defective Work, for which timely notice was provirled by Deveioper or �ty, to a completion
10 satisfactory to the �ity, then this abligation shall become null and void; otherwise to remain in
11 fuil force and effect.
12
13 PttOV10€D, HCWEVER, if Frincipai shall fail so to repair or recor�struct arry timefy
14 naticed defecUve Work, it is agreed that the Developer or Cfty may cause any and all such
15 defective Work to be repaired and/or reconstructed a+ith all associated costs thereof being
16 borne by the Prindpal and the Surety under this MaiMenance 6ond; and
17
�
18 PitOVID�O fURTHER, that if any legat action be flled on this �nd, venu� shal{ lie in
19 Tarrant County, Texas or the United States District Court for the WoKhern Oistrict of Texas, Fort
20 Warth Division; and
21
22 PitOViDED FURTHER, that this obligation shall be co�tinuaus In nature and suuessive
23 reoovertes may be had hereon fot successive breaches.
24
25
26 crtv oF FortT wortTH Cooks tvne se((starage
STANDARO G1Y CONDITlONS— OEYElAF6R AINARDEO PRQIECTS 104946
REwKedlanuerY 31. 2012
oa�z�9-s
MAIHTENANCE 80ND
Vage 3 of 4
1 �N WITNESS WHEREOF, the Principal and the Surety have each SlGNED and SEALED this
2 instrument 6y duly authnrized agents and officers an this the � 5th day of Apri1
3 , 2a 24 .
a
5
b
7
8
9
1fl
11
1Z
13
14
15
16
17
i8
19
za
zi
2z
23
za
z�
26
27
28
PRINCIPAL:
Platinum Construction
1450 TL Townsend Dc Suite 100
Rockwall. TX 75032
�
ATTES�f:
.
��� �
� �.�� - � ��� � �
{Principalj Secretary
i-� e.�l�..v. ��,�
Witness as to Frincipal
Name and Title
Add ress:
�'-� S'0 -rL_ �oc��e�, � r �v�2_ #�-�00
�..o`t�.Wc� �� �43�.
CITY OF FORT WORiFf Cooks Larte Se!/Sforage
STAIVOAR� GTY CONDIT1dN5 — AEVEIOPEti AWARDEO PROlECFS 104946
Revised lanuary 31, 2U12
,
ao ex i9 - a
MAINT6NANCE BONp
Page 4 of 4
1
z
3
4
5
6
7
8
9
10
11
12 ATTEST:
13 �—Y
1 � c�c.�,<.�,
15 Jill S�ru, AVP
�
16 (Sure#yj $�g�c
17
SURE't'Y:
Mercf�ants National Bonding, lnc.
' 4
BY: ��� �1.�. � G�l C.'(,G�_, f._
� / - - =
5ignature j l _ ------_-- -� -
l.
Michae] N. Rudberg, Atty-in-Fact
Name and Tltfe
Address:
PO Box 9 4498,
18
19 . �
20 i /� � YW�—�-�
21 itness as to 5urety
zz
Des Moines, IA 50306
Telephone Number: 972I239-2663
23 *Note: If signed by an officer of the Surety Compa�y, there must be an fiie a certifed extract
24 from the by-laws shawing that this person has authority to sign such obligatian. If
25 5urety's pF�ysical address is different from its maili�g address, both must be provided.
26
27 ihe date of the bond shall not be prior to the date the Contrac# is awarded.
zs
CITY OF FORT NIORTH Cooks iarte Self Storage
SfANflARD qTY [ONDITIONS — DEVEIA�R AWAEiDEfl PROiECTS ID454S
Revlsed January 31, 2012
MERCHANT`S��
BONDING COMPANY
POWER OF ATTORNEY
Bond No. 100300428
KnowAll Per�ons By These Preser&s, that MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC.,
both being corporaUans of the State of lowa (herein cotlectively calfed the 'Companles") do hereby malce, constitute and appoint, individually,
Jill Schirtu; Massimo Schirtu; Michael N Rudberg; Tayler K Owen
their true and lawful Attomey(s)-in-Fact, to sign its name as surely(ies) and to execute, seal and aclmowledge any and all bonds, undertakings,
coritracis and other written instrumeMe in the nature ther�.wf, on behalf o( the Companies in their business of guaranteeing the fidelily
of persons, guararrteeing the pertormance of contracts and executing or guaranteeing bonds and undertakings requfred or pertniited in any
actions or proceedings allowed by law.
This Power-0f-Attomey is granted and is signed and seaied by facsimile under and by authorily of the following By-Laws adopted by the Board
of Directors of Merchants Bondfng Company (Mutual) on Apri1 23, 2011 and amended August 14, 2015 and adopted by the Board of Directors
of MerchantsNatianal Bonding, Inc., on October 16, 2015.
"The PresideM, Secretary, Treasurer, or any AssistaM Treasurer or any Assistarrt Secrefary or any Vice President shall have power and authorify
to appoint Attomeys-in-Fact, and to autharize them to execute on behalf of the Comparry, and attaoh the seal of the Comparry thereto, bonds and
unrlertaldngs, recognizances, corrtracts of indemnity and other writfngs obligatory in the �ture thereof.'
"The signature of any authorized officer and the seal of the Comparry rtrdy be aifixed by tacsimile or electroNc transmission to any Power of Attomey
or CertificaHon thereof authorizing the executian and delivery of any bond, undertaking, recognizance, or other suretyship obligations of the
Company, and such sigrrature and seal when so used shall have the same force and effect as thaugh manualy Poced:'
In connection with obligations in favor of the Florida DepartmeM of Transportation only, it is agreed that the power and aut hority hereby given to the
AComey-in-Fact inciudes arry and all conseMs for the release of r�elained percerttages and/or final estimates on engineering and cor�struction
coMracts required by the State of Florida Department of Trensportation. It is fully understood that conseniing M the State of Fiorida Departmerd
of Transportation mafdng paymeni of the final estimate to the Corrtractor and/or its assignee, shall not relieve this surety company of any of
i ts obligations under its bond.
In connection with obligatlons in favor of the Kentucky Department of Highways only, ii fs agreed that U�e power and autFrorily herel�y given
to the Attomey-in-Fact cannot be modified or revoked unfess prior written personal notice of such intent has been given to the Commissioner-
Department of Highways of the Commornveafth of Kentucky at least thirty (30) days prior to the modifiration or revoration.
In Witness Whereof, the Companies have caused this instrument to be signed and sealed this 22nd day of May , 2019 .
�......,
`'��10N �''. .•"' '•.
��.•• p'i A� '••.. : � O�NG • ���lf�•
• �•''� p0 �' � •. • � A � MERCHANT3 BONDING COMPANY (MUTUAL)
� y' �� Rq.�'� ' ���' O�p�9�V�9y' MERCHANT MATWNALBONDIMG, INC.
=z:a� ��`�v: �y:z� �;�:
:a: "O" �• • •�.._ -o- o:,..,. �
v': 2003 ; ��; y, 1933 r' c: By �
..�y�� ��,• : �6�, .;a�.:•
••,, •• � • •'•''�•• •. • �y' ..� '' \ .� Plesldenr
STATE OF IOWA •���"""'•'���' �� ""� �•
COUNTY OF DALLAS ss.
On this th(s 22nd day of May 2019 , before me appeared Larry Taylor, to me personally Imovm, who being by me duly swom
did say that he is President of MERCHANTS BONDING COMPANY (MUTUAL) and MERCHAPITTS NATIONAL BONDING, INC.; and that the
seals affbced to the faregoing instrumerd are fhe Corporate Sea1s of the Companies; and that the said insirument was s�gned and sealed in behaff
of the Companies by autharity of their respective Boards of Directors.
,�PR�� s AUCIA K. GRAM
0
� Comm9ssion Number 767430
z , ° ° ° '� My Commission Exp9res
� ,�P � Apnl 1, 2020
(Expiration of notary's commissfan
does rat irNaHdate tMs inatrumeM)
Notary PuWic
I, Wil6am Warner, Jr., Secretary of MERCHAIdTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, IIdC., do hereby
certify that the above a� foregoiRq is a true and correct copy of the POWER-0E-ATTORNEY executed by said Companies, which is stitl in full
force and effect and has not been amended or revoked.
In WMess Vlfiereaf,
POA 0018 (3/17)
I have her�nto set my hand an
���.........,�
.•��y�'pR ��P < �••��•.
2:�v _O_ ��vOvw
:v: 2003 ;;,�:
: d�• : �� c
.���..�:::,�:;;'�''��.
d affnced the seal ofthe Corr�anies on this 15th �ay�of -A}?ril,. 2024,
�.. ..� _ _ __ _
:�0�0`AP �0�;�9� �/ - - ��, J
Oq i4/ � � �� �-
, -.
� , c1 qi� .y� • �- ��` �
• f+:•? -0- � • � .. i�
a�• 1933 v� e � _ _ -
.y •
• J�; 'Cy •
� � .
�� �.. .••`1d.'
. �i .
'••.....
. . �+
=secrerery. • - - ' _
: -__ __-------"- --\ =
CITY OF FORT WORTH
STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
STANDARD CITY CONDITIONS
OF THE CONSTRUCTION CONTRACT
FOR DEVELOPER AWARDED PROJECTS
CITY OF FORT WORTH
STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
STANDARD CITY CONDITIONS OF THE
CONSTRUCTION CONTRACT
FOR DEVELOPER AWARDED PROJECTS
TABLE OF CONTENTS
Page
Article 1 – Definitions and Terminology .......................................................................................................... 1
1.01 Defined Terms ............................................................................................................................... 1
1.02 Terminology .................................................................................................................................. 5
Article 2 – Preliminary Matters ......................................................................................................................... 6
2.01 Before Starting Construction ........................................................................................................ 6
2.02 Preconstruction Conference .......................................................................................................... 6
2.03 Public Meeting .............................................................................................................................. 6
Article 3 – Contract Documents and Amending ............................................................................................... 6
3.01 Reference Standards ..................................................................................................................... 6
3.02 Amending and Supplementing Contract Documents .................................................................. 6
Article 4 – Bonds and Insurance ....................................................................................................................... 7
4.01 Licensed Sureties and Insurers ..................................................................................................... 7
4.02 Performance, Payment, and Maintenance Bonds ........................................................................ 7
4.03 Certificates of Insurance ............................................................................................................... 7
4.04 Contractor’s Insurance .................................................................................................................. 9
4.05 Acceptance of Bonds and Insurance; Option to Replace ........................................................... 12
Article 5 – Contractor’s Responsibilities ........................................................................................................ 12
5.01 Supervision and Superintendent ................................................................................................. 12
5.02 Labor; Working Hours ................................................................................................................ 13
5.03 Services, Materials, and Equipment ........................................................................................... 13
5.04 Project Schedule .......................................................................................................................... 14
5.05 Substitutes and “Or-Equals” ....................................................................................................... 14
5.06 Pre-Qualification of Bidders (Prime Contractors and Subcontractors) ..................................... 16
5.07 Concerning Subcontractors, Suppliers, and Others ................................................................... 16
5.08 Wage Rates.................................................................................................................................. 18
5.09 Patent Fees and Royalties ........................................................................................................... 19
5.10 Laws and Regulations ................................................................................................................. 19
5.11 Use of Site and Other Areas ....................................................................................................... 19
5.12 Record Documents ...................................................................................................................... 20
5.13 Safety and Protection .................................................................................................................. 21
5.14 Safety Representative ................................................................................................................. 21
5.15 Hazard Communication Programs ............................................................................................. 22
5.16 Submittals .................................................................................................................................... 22
5.17 Contractor’s General Warranty and Guarantee .......................................................................... 23
CITY OF FORT WORTH
STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
5.18 Indemnification ........................................................................................................................... 24
5.19 Delegation of Professional Design Services .............................................................................. 24
5.20 Right to Audit: ............................................................................................................................ 25
5.21 Nondiscrimination....................................................................................................................... 25
Article 6 – Other Work at the Site ................................................................................................................... 26
6.01 Related Work at Site ................................................................................................................... 26
Article 7 – City’s Responsibilities................................................................................................................... 26
7.01 Inspections, Tests, and Approvals .............................................................................................. 26
7.02 Limitations on City’s Responsibilities ....................................................................................... 26
7.03 Compliance with Safety Program ............................................................................................... 27
Article 8 – City’s Observation Status During Construction ........................................................................... 27
8.01 City’s Project Representative ..................................................................................................... 27
8.02 Authorized Variations in Work .................................................................................................. 27
8.03 Rejecting Defective Work .......................................................................................................... 27
8.04 Determinations for Work Performed .......................................................................................... 28
Article 9 – Changes in the Work ..................................................................................................................... 28
9.01 Authorized Changes in the Work ............................................................................................... 28
9.02 Notification to Surety .................................................................................................................. 28
Article 10 – Change of Contract Price; Change of Contract Time ................................................................ 28
10.01 Change of Contract Price ............................................................................................................ 28
10.02 Change of Contract Time............................................................................................................ 28
10.03 Delays .......................................................................................................................................... 28
Article 11 – Tests and Inspections; Correction, Removal or Acceptance of Defective Work ...................... 29
11.01 Notice of Defects ........................................................................................................................ 29
11.02 Access to Work ........................................................................................................................... 29
11.03 Tests and Inspections .................................................................................................................. 29
11.04 Uncovering Work ....................................................................................................................... 30
11.05 City May Stop the Work ............................................................................................................. 30
11.06 Correction or Removal of Defective Work ................................................................................ 30
11.07 Correction Period ........................................................................................................................ 30
11.08 City May Correct Defective Work ............................................................................................. 31
Article 12 – Completion .................................................................................................................................. 32
12.01 Contractor’s Warranty of Title ................................................................................................... 32
12.02 Partial Utilization ........................................................................................................................ 32
12.03 Final Inspection ........................................................................................................................... 32
12.04 Final Acceptance ......................................................................................................................... 33
Article 13 – Suspension of Work .................................................................................................................... 33
13.01 City May Suspend Work ............................................................................................................ 33
Article 14 – Miscellaneous .............................................................................................................................. 34
14.01 Giving Notice .............................................................................................................................. 34
CITY OF FORT WORTH
STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
14.02 Computation of Times ................................................................................................................ 34
14.03 Cumulative Remedies ................................................................................................................. 34
14.04 Survival of Obligations ............................................................................................................... 35
14.05 Headings ...................................................................................................................................... 35
00 73 10- 1
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 1 of 35
CITY OF FORT WORTH
STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
ARTICLE 1 – DEFINITIONS AND TERMINOLOGY
1.01 Defined Terms
A. Wherever used in these General Conditions or in other Contract Documents, the terms listed
below have the meanings indicated which are applicable to both the singular and plural thereof,
and words denoting gender shall include the masculine, feminine and neuter. Said terms are
generally capitalized or written in italics, but not always. When used in a context consistent with
the definition of a listed-defined term, the term shall have a meaning as defined below whether
capitalized or italicized or otherwise. In addition to terms specifically defined, terms with initial
capital letters in the Contract Documents include references to identified articles and paragraphs,
and the titles of other documents or forms.
1. Agreement - The written instrument which is evidence of the agreement between Developer
and Contractor covering the Work
2. Asbestos—Any material that contains more than one percent asbestos and is friable or is
releasing asbestos fibers into the air above current action levels established by the United
States Occupational Safety and Health Administration.
3. Business Day – A business day is defined as a day that the City conducts normal business,
generally Monday through Friday, except for federal or state holidays observed by the City.
4. Buzzsaw – City’s on-line, electronic document management and collaboration system.
5. Calendar Day – A day consisting of 24 hours measured from midnight to the next midnight.
6. City— The City of Fort Worth, Texas, a Texas home-rule municipal corporation, acting by,
its governing body through its City Manager, his designee, or agents authorized pursuant to
its duly authorized charter on his behalf.
7. Community Facilities Agreement (CFA) -–A Contract between the Developer and the City
for the Construction of one or more following public facilities within the City public right-of-
way or easement: Water, Sanitary Sewer, Street, Storm Drain, Street Light, and Street Signs.
A CFA may include private facilities within the right-of-way dedicated as private right-of-
way or easement on a recorded plat.
8. Contract—The entire and integrated written document incorporating the Contract
Documents between the Developer, Contractor, and/or City concerning the Work. The
Contract supersedes prior negotiations, representations, or agreements, whether written or
oral.
9. Contract Documents—Those items that make up the contract and which must include the
Agreement, and it’s attachments such as standard construction specifications, standard City
Conditions, other general conditions of the Developer, including:
a. An Agreement
00 73 10- 2
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 2 of 35
CITY OF FORT WORTH
STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
b. Attachments to the Agreement
i. Bid Form
ii. Vendor Compliance with State Law Non-Resident Bidder
iii. Prequalification Statement
c. Current Prevailing Wage Rates Table (if required by City)
d. Insurance Accord Form
e. Payment Bond
f. Performance Bond
g. Maintenance Bond
h. Power of Attorney for Bonds
i. Workers Compensation Affidavit
j. MWBE Commitment Form( If required by City)
k. General Conditions
l. Supplementary Conditions
m. The Standard City Conditions
n. Specifications specifically made part of the Contract Documents by attachment, if
not attached, as incorporated by reference and described in the Table of Contents of
the Project’s Contract Documents
o. Drawings
p. Documentation submitted by contractor prior to Notice of Award.
q. The following which may be delivered or issued after the effective date if the
Agreement and, if issued become an incorporated part of the Contract Documents
i. Notice to Proceed
ii. Field Orders
iii. Change Orders
iv. Letters of Final Acceptance
r. Approved Submittals, other Contractor submittals, and the reports and drawings of
subsurface and physical conditions are not Contract Documents.
10. Contractor—The individual or entity with whom Developer has entered into the Agreement.
11. Day or day – A day, unless otherwise defined, shall mean a Calendar Day.
12. Developer – An individual or entity that desires to make certain improvements within the
City of Fort Worth
13. Drawings—That part of the Contract Documents prepared or approved by Engineer which
graphically shows the scope, extent, and character of the Work to be performed by
Contractor. Submittals are not Drawings as so defined.
14. Engineer—The licensed professional engineer or engineering firm registered in the State of
Texas performing professional services for the Developer.
15. Final Acceptance – The written notice given by the City to the Developer and/or Contractor
that the Work specified in the Contract Documents has been completed to the satisfaction of
the City.
00 73 10- 3
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 3 of 35
CITY OF FORT WORTH
STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
16. Final Inspection – Inspection carried out by the City to verify that the Contractor has
completed the Work, and each and every part or appurtenance thereof, fully, entirely, and in
conformance with the Contract Documents.
17. General Requirements—A part of the Contract Documents between the Developer and a
Contractor.
18. Laws and Regulations—Any and all applicable laws, rules, regulations, ordinances, codes,
and orders of any and all governmental bodies, agencies, authorities, and courts having
jurisdiction.
19. Liens—Charges, security interests, or encumbrances upon Project funds, real property, or
personal property.
20. Milestone—A principal event specified in the Contract Documents relating to an
intermediate Contract Time prior to Final Acceptance of the Work.
21. Non-Participating Change Order—A document, which is prepared for and reviewed by the
City, which is signed by Contractor, and Developer, and authorizes an addition, deletion, or
revision in the Work or an adjustment in the Contract Price or the Contract Time, issued on
or after the Effective Date of the Agreement.
22. Participating Change Order—A document, which is prepared for and approved by the City,
which is signed by Contractor, Developer, and City and authorizes an addition, deletion, or
revision in the Work or an adjustment in the Contract Price or the Contract Time, issued on
or after the Effective Date of the Agreement.
23. Plans – See definition of Drawings.
24. Project Schedule—A schedule, prepared and maintained by Contractor, in accordance with
the General Requirements, describing the sequence and duration of the activities comprising
the Contractor’s plan to accomplish the Work within the Contract Time.
25. Project—The Work to be performed under the Contract Documents.
26. Project Representative—The authorized representative of the City who will be assigned to
the Site.
27. Public Meeting – An announced meeting conducted by the Developer to facilitate public
participation and to assist the public in gaining an informed view of the Project.
28. Regular Working Hours – Hours beginning at 7:00 a.m. and ending at 6:00 p.m., Monday
thru Friday (excluding legal holidays).
29. Samples—Physical examples of materials, equipment, or workmanship that are
representative of some portion of the Work and which establish the standards by which such
portion of the Work will be judged.
00 73 10- 4
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 4 of 35
CITY OF FORT WORTH
STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
30. Schedule of Submittals—A schedule, prepared and maintained by Contractor, of required
submittals and the time requirements to support scheduled performance of related
construction activities.
31. Site—Lands or areas indicated in the Contract Documents as being furnished by City or
Developer upon which the Work is to be performed, including rights-of-way, permits, and
easements for access thereto, and such other lands furnished by City or Developer which are
designated for the use of Contractor.
32. Specifications—That part of the Contract Documents consisting of written requirements for
materials, equipment, systems, standards and workmanship as applied to the Work, and
certain administrative requirements and procedural matters applicable thereto.
Specifications may be specifically made a part of the Contract Documents by attachment or,
if not attached, may be incorporated by reference as indicated in the Table of Contents
(Division 00 00 00) of each Project.
33. Standard City Conditions – That part of the Contract Documents setting forth requirements
of the City.
34. Subcontractor—An individual or entity having a direct contract with Contractor or with any
other Subcontractor for the performance of a part of the Work at the Site.
35. Submittals—All drawings, diagrams, illustrations, schedules, and other data or information
which are specifically prepared or assembled by or for Contractor and submitted by
Contractor to illustrate some portion of the Work.
36. Superintendent – The representative of the Contractor who is available at all times and able
to receive instructions from the City and/or Developer and to act for the Contractor.
37. Supplementary Conditions—That part of the Contract Documents which amends or
supplements the General Conditions.
38. Supplier—A manufacturer, fabricator, supplier, distributor, materialman, or vendor having
a direct contract with Contractor or with any Subcontractor to furnish materials or
equipment to be incorporated in the Work by Contractor or Subcontractor.
39. Underground Facilities—All underground pipelines, conduits, ducts, cables, wires,
manholes, vaults, tanks, tunnels, or other such facilities or attachments, and any
encasements containing such facilities, including but not limited to, those that convey
electricity, gases, steam, liquid petroleum products, telephone or other communications,
cable television, water, wastewater, storm water, other liquids or chemicals, or traffic or
other control systems.
40. Weekend Working Hours – Hours beginning at 9:00 a.m. and ending at 5:00 p.m., Saturday,
Sunday or legal holiday, as approved in advance by the City.
00 73 10- 5
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 5 of 35
CITY OF FORT WORTH
STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
41. Work—The entire construction or the various separately identifiable parts thereof required
to be provided under the Contract Documents. Work includes and is the result of performing
or providing all labor, services, and documentation necessary to produce such construction
including any Participating Change Order, Non-Participating Change Order, or Field
Order, and furnishing, installing, and incorporating all materials and equipment into such
construction, all as required by the Contract Documents.
42. Working Day – A working day is defined as a day, not including Saturdays, Sundays, or
legal holidays authorized by the City for contract purposes, in which weather or other
conditions not under the control of the Contractor will permit the performance of the
principal unit of work underway for a continuous period of not less than 7 hours between 7
a.m. and 6 p.m.
1.02 Terminology
A. The words and terms discussed in Paragraph 1.02.B through D are not defined but, when used in
the Bidding Requirements or Contract Documents, have the indicated meaning.
B. Defective:
1. The word “defective,” when modifying the word “Work,” refers to Work that is
unsatisfactory, faulty, or deficient in that it:
a. does not conform to the Contract Documents; or
b. does not meet the requirements of any applicable inspection, reference standard, test, or
approval referred to in the Contract Documents; or
c. has been damaged prior to City’s written acceptance.
C. Furnish, Install, Perform, Provide:
1. The word “Furnish” or the word “Install” or the word “Perform” or the word “Provide” or
the word “Supply,” or any combination or similar directive or usage thereof, shall mean
furnishing and incorporating in the Work including all necessary labor, materials, equipment,
and everything necessary to perform the Work indicated, unless specifically limited in the
context used.
D. Unless stated otherwise in the Contract Documents, words or phrases that have a well-known
technical or construction industry or trade meaning are used in the Contract Documents in
accordance with such recognized meaning.
00 73 10- 6
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 6 of 35
CITY OF FORT WORTH
STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
ARTICLE 2 – PRELIMINARY MATTERS
2.01 Before Starting Construction
Baseline Schedules: Submit to City in accordance with the Contract Documents, and prior to starting
the Work. New schedules will be submitted to City when Participating Change Orders or Non-
Participating Change Orders occur.
2.02 Preconstruction Conference
Before any Work at the Site is started, the Contractor shall attend a Preconstruction Conference as
specified in the Contract Documents.
2.03 Public Meeting
Contractor may not mobilize any equipment, materials or resources to the Site prior to Contractor
attending the Public Meeting as scheduled by the City.
ARTICLE 3 – CONTRACT DOCUMENTS AND AMENDING
3.01 Reference Standards
A. Standards, Specifications, Codes, Laws, and Regulations
1. Reference to standards, specifications, manuals, or codes of any technical society,
organization, or association, or to Laws or Regulations, whether such reference be specific or
by implication, shall mean the standard, specification, manual, code, or Laws or Regulations
in effect at the time of opening of Bids (or on the Effective Date of the Agreement if there
were no Bids), except as may be otherwise specifically stated in the Contract Documents.
2. No provision or instruction shall be effective to assign to City, or any of its officers,
directors, members, partners, employees, agents, consultants, or subcontractors, any duty or
authority to supervise or direct the performance of the Work or any duty or authority to
undertake responsibility inconsistent with the provisions of the Contract Documents.
3.02 Amending and Supplementing Contract Documents
A. The Contract Documents may be amended to provide for additions, deletions, and revisions in
the Work or to modify the terms and conditions thereof by a Participating Change Order or a
Non-Participating Change Order.
B. The requirements of the Contract Documents may be supplemented, and minor variations and
deviations in the Work not involving a change in Contract Price or Contract Time, may be
authorized, by one or more of the following ways:
1. A Field Order;
00 73 10- 7
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 7 of 35
CITY OF FORT WORTH
STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
1. City’s or Engineer’s review of a Submittal (subject to the provisions of Paragraph 5.16.C); or
2. City’s written interpretation or clarification.
ARTICLE 4 – BONDS AND INSURANCE
4.01 Licensed Sureties and Insurers
All bonds and insurance required by the Contract Documents to be purchased and maintained by
Contractor shall be obtained from surety or insurance companies that are duly licensed or authorized
in the State of Texas to issue bonds or insurance policies for the limits and coverage so required.
Such surety and insurance companies shall also meet such additional requirements and qualifications
as may be provided Section 4.04.
4.02 Performance, Payment, and Maintenance Bonds
A. Contractor shall furnish performance and payment bonds in the name of Developer and City, in
accordance with Texas Government Code Chapter 2253 or successor statute, each in an amount
equal to the Contract Price as security for the faithful performance and payment of all of
Contractor’s obligations under the Contract Documents.
B. Contractor shall furnish maintenance bonds in the name of Developer and City in an amount
equal to the Contract Price as security to protect the City against any defects in any portion of the
Work described in the Contract Documents. Maintenance bonds shall remain in effect for two
(2) years after the date of Final Acceptance by the City.
C. All bonds shall be in the form prescribed by the Contract Documents except as provided
otherwise by Laws or Regulations, and shall be executed by such sureties as are named in the list
of “Companies Holding Certificates of Authority as Acceptable Sureties on Federal Bonds and
as Acceptable Reinsuring Companies” as published in Circular 570 (amended) by the Financial
Management Service, Surety Bond Branch, U.S. Department of the Treasury. All bonds signed
by an agent or attorney-in-fact must be accompanied by a sealed and dated power of attorney
which shall show that it is effective on the date the agent or attorney-in-fact signed each bond.
D. If the surety on any bond furnished by Contractor is declared bankrupt or becomes insolvent or
its right to do business is terminated in the State of Texas or it ceases to meet the requirements of
Paragraph 4.02.C, Contractor shall promptly notify City and shall, within 30 days after the event
giving rise to such notification, provide another bond and surety, both of which shall comply
with the requirements of Paragraphs 4.01 and 4.02.C.
4.03 Certificates of Insurance
Contractor shall deliver to Developer and City, with copies to each additional insured and loss payee
identified in these Standard City Conditions certificates of insurance (and other evidence of
insurance requested by City or any other additional insured) which Contractor is required to
purchase and maintain.
00 73 10- 8
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 8 of 35
CITY OF FORT WORTH
STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
1. The certificate of insurance shall document the City, an as “Additional Insured” on all
liability policies.
2. The Contractor’s general liability insurance shall include a, “per project” or “per location”,
endorsement, which shall be identified in the certificate of insurance provided to the City.
3. The certificate shall be signed by an agent authorized to bind coverage on behalf of the
insured, be complete in its entirety, and show complete insurance carrier names as listed in
the current A.M. Best Property & Casualty Guide
4. The insurers for all policies must be licensed and/or approved to do business in the State of
Texas. Except for workers’ compensation, all insurers must have a minimum rating of A-:
VII in the current A. M. Best Key Rating Guide or have reasonably equivalent financial
strength and solvency to the satisfaction of Risk Management. If the rating is below that
required, written approval of City is required.
5. All applicable policies shall include a Waiver of Subrogation (Rights of Recovery) in favor
of the City. In addition, the Contractor agrees to waive all rights of subrogation against the
Engineer (if applicable), and each additional insured identified in these Standard City
Conditions. Failure of the City to demand such certificates or other evidence of full
compliance with the insurance requirements or failure of the City to identify a deficiency
from evidence that is provided shall not be construed as a waiver of Contractor’s obligation
to maintain such lines of insurance coverage.
6. If insurance policies are not written for specified coverage limits, an Umbrella or Excess
Liability insurance for any differences is required. Excess Liability shall follow form of the
primary coverage.
7. Unless otherwise stated, all required insurance shall be written on the “occurrence basis”. If
coverage is underwritten on a claims-made basis, the retroactive date shall be coincident with
or prior to the date of the effective date of the agreement and the certificate of insurance shall
state that the coverage is claims-made and the retroactive date. The insurance coverage shall
be maintained for the duration of the Contract and for three (3) years following Final
Acceptance provided under the Contract Documents or for the warranty period, whichever is
longer. An annual certificate of insurance submitted to the City shall evidence such
insurance coverage.
8. Policies shall have no exclusions by endorsements, which, neither nullify or amend, the
required lines of coverage, nor decrease the limits of said coverage unless such endorsements
are approved in writing by the City. In the event a Contract has been bid or executed and the
exclusions are determined to be unacceptable or the City desires additional insurance
coverage, and the City desires the contractor/engineer to obtain such coverage, the contract
price shall be adjusted by the cost of the premium for such additional coverage plus 10%.
9. Any self-insured retention (SIR), in excess of $25,000.00, affecting required insurance
coverage shall be approved by the City in regards to asset value and stockholders' equity. In
00 73 10- 9
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 9 of 35
CITY OF FORT WORTH
STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
lieu of traditional insurance, alternative coverage maintained through insurance pools or risk
retention groups, must also be approved by City.
10. Any deductible in excess of $5,000.00, for any policy that does not provide coverage on a
first-dollar basis, must be acceptable to and approved by the City.
11. City, at its sole discretion, reserves the right to review the insurance requirements and to
make reasonable adjustments to insurance coverage’s and their limits when deemed
necessary and prudent by the City based upon changes in statutory law, court decision or the
claims history of the industry as well as of the contracting party to the City. The City shall
be required to provide prior notice of 90 days, and the insurance adjustments shall be
incorporated into the Work by Change Order.
12. City shall be entitled, upon written request and without expense, to receive copies of policies
and endorsements thereto and may make any reasonable requests for deletion or revision or
modifications of particular policy terms, conditions, limitations, or exclusions necessary to
conform the policy and endorsements to the requirements of the Contract. Deletions,
revisions, or modifications shall not be required where policy provisions are established by
law or regulations binding upon either party or the underwriter on any such policies.
13. City shall not be responsible for the direct payment of insurance premium costs for
Contractor’s insurance.
4.04 Contractor’s Insurance
A. Workers Compensation and Employers’ Liability. Contractor shall purchase and maintain such
insurance coverage with limits consistent with statutory benefits outlined in the Texas Workers’
Compensation Act (Texas Labor Code, Ch. 406, as amended), and minimum limits for
Employers’ Liability as is appropriate for the Work being performed and as will provide
protection from claims set forth below which may arise out of or result from Contractor’s
performance of the Work and Contractor’s other obligations under the Contract Documents,
whether it is to be performed by Contractor, any Subcontractor or Supplier, or by anyone directly
or indirectly employed by any of them to perform any of the Work, or by anyone for whose acts
any of them may be liable:
1. claims under workers’ compensation, disability benefits, and other similar employee benefit
acts;
2. claims for damages because of bodily injury, occupational sickness or disease, or death of
Contractor’s employees.
3. The limits of liability for the insurance shall provide the following coverages for not less
than the following amounts or greater where required by Laws and Regulations
a. Statutory limits
b. Employer's liability
00 73 10- 10
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 10 of 35
CITY OF FORT WORTH
STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
1) $100,000 each accident/occurrence
2) $100,000 Disease - each employee
3) $500,000 Disease - policy limit
B. Commercial General Liability. Coverage shall include but not be limited to covering liability
(bodily injury or property damage) arising from: premises/operations, independent contractors,
products/completed operations, personal injury, and liability under an insured contract. Insurance
shall be provided on an occurrence basis, and as comprehensive as the current Insurance
Services Office (ISO) policy. This insurance shall apply as primary insurance with respect to
any other insurance or self-insurance programs afforded to the City. The Commercial General
Liability policy, shall have no exclusions by endorsements that would alter of nullify
premises/operations, products/completed operations, contractual, personal injury, or advertising
injury, which are normally contained with the policy, unless the City approves such exclusions
in writing.
1. For construction projects that present a substantial completed operation exposure, the City
may require the contractor to maintain completed operations coverage for a minimum of no
less than three (3) years following the completion of the project
2. Contractor's Liability Insurance under this Section which shall be on a per project basis
covering the Contractor with minimum limits of:
a. $1,000,000 each occurrence
b. $2,000,000 aggregate limit
3. The policy must have an endorsement (Amendment – Aggregate Limits of Insurance)
making the General Aggregate Limits apply separately to each job site.
4. The Commercial General Liability Insurance policies shall provide “X”, “C”, and “U”
coverage’s. Verification of such coverage must be shown in the Remarks Article of the
Certificate of Insurance.
C. Automobile Liability. A commercial business auto policy shall provide coverage on “any auto”,
defined as autos owned, hired and non-owned and provide indemnity for claims for damages
because bodily injury or death of any person and or property damage arising out of the work,
maintenance or use of any motor vehicle by the Contractor, any Subcontractor or Supplier, or by
anyone directly or indirectly employed by any of them to perform any of the Work, or by anyone
for whose acts any of them may be liable.
1. Automobile Liability, Contractor’s Liability Insurance under this Section, which shall be in
an amount not less than the following amounts:
a. Automobile Liability - a commercial business policy shall provide coverage on "Any
Auto", defined as autos owned, hired and non-owned.
00 73 10- 11
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 11 of 35
CITY OF FORT WORTH
STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
1) $1,000,000 each accident on a combined single limit basis. Split limits are
acceptable if limits are at least:
2) $250,000 Bodily Injury per person
3) $500,000 Bodily Injury per accident /
4) $100,000 Property Damage
D. Railroad Protective Liability. If any of the work or any warranty work is within the limits of
railroad right-of-way, the Contractor shall comply with the following requirements:
1. The Contractor’s construction activities will require its employees, agents, subcontractors,
equipment, and material deliveries to cross railroad properties and tracks owned and
operated by: ____________________________________________________________
Write the name of the railroad company. (If none, then write none)
2. The Contractor shall conduct its operations on railroad properties in such a manner as not to
interfere with, hinder, or obstruct the railroad company in any manner whatsoever in the use
or operation of its/their trains or other property. Such operations on railroad properties may
require that Contractor to execute a “Right of Entry Agreement” with the particular railroad
company or companies involved, and to this end the Contractor should satisfy itself as to the
requirements of each railroad company and be prepared to execute the right-of-entry (if any)
required by a railroad company. The requirements specified herein likewise relate to the
Contractor’s use of private and/or construction access roads crossing said railroad company’s
properties.
3. The Contractual Liability coverage required by Paragraph 5.04D of the General Conditions
shall provide coverage for not less than the following amounts, issued by companies
satisfactory to the City and to the Railroad Company for a term that continues for so long as
the Contractor’s operations and work cross, occupy, or touch railroad property:
a. General Aggregate: _____________________________________
Enter limits provided by Railroad Company (If none, write none)
b. Each Occurrence: : _____________________________________
Enter limits provided by Railroad Company (If none, write none)
4. With respect to the above outlined insurance requirements, the following shall govern:
a. Where a single railroad company is involved, the Contractor shall provide one insurance
policy in the name of the railroad company. However, if more than one grade separation
or at-grade crossing is affected by the Project at entirely separate locations on the line or
lines of the same railroad company, separate coverage may be required, each in the
amount stated above.
b. Where more than one railroad company is operating on the same right-of-way or where
several railroad companies are involved and operated on their own separate rights-of-
none
none
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
X
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 Cooks Lane Self Storage
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – Developer Awarded Projects IPRC23-0093
Revised December 20, 2012
1 SECTION 01 11 00
2 SUMMARY OF WORK
3 PART 1 - GENERAL
4 1.1 SUMMARY
5 A. Section Includes:
6 1. Summary of Work to be performed in accordance with the Contract Documents
7 B. Deviations from this City of Fort Worth Standard Specification
8 1. None.
9 C. Related Specification Sections include, but are not necessarily limited to:
10 1. Division 0 - Bidding Requirements, Contract Forms, and Conditions of the Contract
11 2. Division 1 - General Requirements
12 1.2 PRICE AND PAYMENT PROCEDURES
13 A. Measurement and Payment
14 1. Work associated with this Item is considered subsidiary to the various items bid.
15 No separate payment will be allowed for this Item.
16 1.3 REFERENCES [NOT USED]
17 1.4 ADMINISTRATIVE REQUIREMENTS
18 A. Work Covered by Contract Documents
19 1. Work is to include furnishing all labor, materials, and equipment, and performing
20 all Work necessary for this construction project as detailed in the Drawings and
21 Specifications.
22 B. Subsidiary Work
23 1. Any and all Work specifically governed by documentary requirements for the
24 project, such as conditions imposed by the Drawings or Contract Documents in
25 which no specific item for bid has been provided for in the Proposal and the item is
26 not a typical unit bid item included on the standard bid item list, then the item shall
27 be considered as a subsidiary item of Work, the cost of which shall be included in
28 the price bid in the Proposal for various bid items.
29 C. Use of Premises
30 1. Coordinate uses of premises under direction of the City.
31 2. Assume full responsibility for protection and safekeeping of materials and
32 equipment stored on the Site.
33 3. Use and occupy only portions of the public streets and alleys, or other public places
34 or other rights-of-way as provided for in the ordinances of the City, as shown in the
35 Contract Documents, or as may be specifically authorized in writing by the City.
36 a. A reasonable amount of tools, materials, and equipment for construction
37 purposes may be stored in such space, but no more than is necessary to avoid
38 delay in the construction operations.
01 11 00 - 2
DAP SUMMARY OF WORK
Page 2 of 3
CITY OF FORT WORTH Cooks Lane Self Storage
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – Developer Awarded Projects IPRC23-0093
Revised December 20, 2012
1 b. Excavated and waste materials shall be stored in such a way as not to interfere
2 with the use of spaces that may be designated to be left free and unobstructed
3 and so as not to inconvenience occupants of adjacent property.
4 c. If the street is occupied by railroad tracks, the Work shall be carried on in such
5 manner as not to interfere with the operation of the railroad.
6 1) All Work shall be in accordance with railroad requirements set forth in
7 Division 0 as well as the railroad permit.
8 D. Work within Easements
9 1. Do not enter upon private property for any purpose without having previously
10 obtained permission from the owner of such property.
11 2. Do not store equipment or material on private property unless and until the
12 specified approval of the property owner has been secured in writing by the
13 Contractor and a copy furnished to the City.
14 3. Unless specifically provided otherwise, clear all rights-of-way or easements of
15 obstructions which must be removed to make possible proper prosecution of the
16 Work as a part of the project construction operations.
17 4. Preserve and use every precaution to prevent damage to, all trees, shrubbery, plants,
18 lawns, fences, culverts, curbing, and all other types of structures or improvements,
19 to all water, sewer, and gas lines, to all conduits, overhead pole lines, or
20 appurtenances thereof, including the construction of temporary fences and to all
21 other public or private property adjacent to the Work.
22 5. Notify the proper representatives of the owners or occupants of the public or private
23 lands of interest in lands which might be affected by the Work.
24 a. Such notice shall be made at least 48 hours in advance of the beginning of the
25 Work.
26 b. Notices shall be applicable to both public and private utility companies and any
27 corporation, company, individual, or other, either as owners or occupants,
28 whose land or interest in land might be affected by the Work.
29 c. Be responsible for all damage or injury to property of any character resulting
30 from any act, omission, neglect, or misconduct in the manner or method or
31 execution of the Work, or at any time due to defective work, material, or
32 equipment.
33 6. Fence
34 a. Restore all fences encountered and removed during construction of the Project
35 to the original or a better than original condition.
36 b. Erect temporary fencing in place of the fencing removed whenever the Work is
37 not in progress and when the site is vacated overnight, and/or at all times to
38 provide site security.
39 c. The cost for all fence work within easements, including removal, temporary
40 closures and replacement, shall be subsidiary to the various items bid in the
41 project proposal, unless a bid item is specifically provided in the proposal.
01 11 00 - 3
DAP SUMMARY OF WORK
Page 3 of 3
CITY OF FORT WORTH Cooks Lane Self Storage
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – Developer Awarded Projects IPRC23-0093
Revised December 20, 2012
1 1.5 SUBMITTALS [NOT USED]
2 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED]
3 1.7 CLOSEOUT SUBMITTALS [NOT USED]
4 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
5 1.9 QUALITY ASSURANCE [NOT USED]
6 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED]
7 1.11 FIELD [SITE] CONDITIONS [NOT USED]
8 1.12 WARRANTY [NOT USED]
9 PART 2 - PRODUCTS [NOT USED]
10 PART 3 - EXECUTION [NOT USED]
11 END OF SECTION
12
Revision Log
DATE NAME SUMMARY OF CHANGE
13
01 25 00 - 1
DAP SUBSTITUTION PROCEDURES
Page 1 of 4
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS [Insert Project Number]
Revised August 30, 2013
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,
Cooks Lane Self Storage
104946
01 25 00 - 2
DAP SUBSTITUTION PROCEDURES
Page 2 of 4
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS [Insert Project Number]
Revised August 30, 2013
b. Contractor proposes a cost and/or time reduction incentive to the City.
1.5 SUBMITTALS
A. See Request for Substitution Form (attached)
B. Procedure for Requesting Substitution
1. Substitution shall be considered only:
a. After award of Contract
b. Under the conditions stated herein
2. Submit 3 copies of each written request for substitution, including:
a. Documentation
1) Complete data substantiating compliance of proposed substitution with
Contract Documents
2) Data relating to changes in construction schedule, when a reduction is
proposed
3) Data relating to changes in cost
b. For products
1) Product identification
a) Manufacturer's name
b) Telephone number and representative contact name
c) Specification Section or Drawing reference of originally specified
product, including discrete name or tag number assigned to original
product in the Contract Documents
2) Manufacturer's literature clearly marked to show compliance of proposed
product with Contract Documents
3) Itemized comparison of original and proposed product addressing product
characteristics including, but not necessarily limited to:
a) Size
b) Composition or materials of construction
c) Weight
d) Electrical or mechanical requirements
4) Product experience
a) Location of past projects utilizing product
b) Name and telephone number of persons associated with referenced
projects knowledgeable concerning proposed product
c) Available field data and reports associated with proposed product
5) Samples
a) Provide at request of City.
b) Samples become the property of the City.
c. For construction methods:
1) Detailed description of proposed method
2) Illustration drawings
C. Approval or Rejection
1. Written approval or rejection of substitution given by the City
2. City reserves the right to require proposed product to comply with color and pattern
of specified product if necessary to secure design intent.
3. In the event the substitution is approved, if a reduction in cost or time results, it will
be documented by Change Order.
Cooks Lane Self Storage
104946
01 25 00 - 3
DAP SUBSTITUTION PROCEDURES
Page 3 of 4
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS [Insert Project Number]
Revised August 30, 2013
4. Substitution will be rejected if:
a. Submittal is not through the Contractor with his stamp of approval
b. Request is not made in accordance with this Specification Section
c. In the Developer’s opinion, acceptance will require substantial revision of the
original design
d. In the City’s or Developer’s opinion, substitution will not perform adequately
the function consistent with the design intent
1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED]
1.7 CLOSEOUT SUBMITTALS [NOT USED]
1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
1.9 QUALITY ASSURANCE
A. In making request for substitution or in using an approved product, the Contractor
represents that the Contractor:
1. Has investigated proposed product, and has determined that it is adequate or
superior in all respects to that specified, and that it will perform function for which it
is intended
2. Will provide same guarantee for substitute item as for product specified
3. Will coordinate installation of accepted substitution into Work, to include building
modifications if necessary, making such changes as may be required for Work to be
complete in all respects
4. Waives all claims for additional costs related to substitution which subsequently
arise
1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED]
1.11 FIELD [SITE] CONDITIONS [NOT USED]
1.12 WARRANTY [NOT USED]
PART 2 - PRODUCTS [NOT USED]
PART 3 - EXECUTION [NOT USED]
END OF SECTION
Revision Log
DATE NAME SUMMARY OF CHANGE
Cooks Lane Self Storage
104946
01 25 00 - 4
DAP SUBSTITUTION PROCEDURES
Page 4 of 4
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS [Insert Project Number]
Revised August 30, 2013
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
Cooks Lane Self Storage
104946
01 31 19 - 1
DAP PRECONSTRUCTION MEETING
Page 1 of 3
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS [Insert Project Number]
Revised August 30, 2013
SECTION 01 31 19
PRECONSTRUCTION MEETING
PART 1 - GENERAL
1.1 SUMMARY
A. Section Includes:
1. Provisions for the preconstruction meeting to be held prior to the start of Work to
clarify construction contract administration procedures
B. Deviations from this City of Fort Worth Standard Specification
1. No construction schedule required unless requested by the City.
C. Related Specification Sections include, but are not necessarily limited to:
1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract
2. Division 1 – General Requirements
1.2 PRICE AND PAYMENT PROCEDURES
A. Measurement and Payment
1. Work associated with this Item is considered subsidiary to the various items bid.
No separate payment will be allowed for this Item.
1.3 REFERENCES [NOT USED]
1.4 ADMINISTRATIVE REQUIREMENTS
A. Coordination
1. Attend preconstruction meeting.
2. Representatives of Contractor, subcontractors and suppliers attending meetings
shall be qualified and authorized to act on behalf of the entity each represents.
3. Meeting administered by City may be tape recorded.
a. If recorded, tapes will be used to prepare minutes and retained by City for
future reference.
B. Preconstruction Meeting
1. A preconstruction meeting will be held within 14 days after the delivery of the
distribution package to the City.
a. The meeting will be scheduled and administered by the City.
2. The Project Representative will preside at the meeting, prepare the notes of the
meeting and distribute copies of same to all participants who so request by fully
completing the attendance form to be circulated at the beginning of the meeting.
3. Attendance shall include:
a. Developer and Consultant
b. Contractor's project manager
c. Contractor's superintendent
d. Any subcontractor or supplier representatives whom the Contractor may desire
to invite or the City may request
Cooks Lane Self Storage
104946
01 31 19 - 2
DAP PRECONSTRUCTION MEETING
Page 2 of 3
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS [Insert Project Number]
Revised August 30, 2013
e. Other City representatives
f. Others as appropriate
4. Preliminary Agenda may include:
a. Introduction of Project Personnel
b. General Description of Project
c. Status of right-of-way, utility clearances, easements or other pertinent permits
d. Contractor’s work plan and schedule
e. Contract Time
f. Notice to Proceed
g. Construction Staking
h. Progress Payments
i. Extra Work and Change Order Procedures
j. Field Orders
k. Disposal Site Letter for Waste Material
l. Insurance Renewals
m. Payroll Certification
n. Material Certifications and Quality Control Testing
o. Public Safety and Convenience
p. Documentation of Pre-Construction Conditions
q. Weekend Work Notification
r. Legal Holidays
s. Trench Safety Plans
t. Confined Space Entry Standards
u. Coordination with the City’s representative for operations of existing water
systems
v. Storm Water Pollution Prevention Plan
w. Coordination with other Contractors
x. Early Warning System
y. Contractor Evaluation
z. Special Conditions applicable to the project
aa. Damages Claims
bb. Submittal Procedures
cc. Substitution Procedures
dd. Correspondence Routing
ee. Record Drawings
ff. Temporary construction facilities
gg. MBE/SBE procedures
hh. Final Acceptance
ii. Final Payment
jj. Questions or Comments
Cooks Lane Self Storage
104946
01 31 19 - 3
DAP PRECONSTRUCTION MEETING
Page 3 of 3
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS [Insert Project Number]
Revised August 30, 2013
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
Cooks Lane Self Storage
104946
01 31 20 - 1
DAP PROJECT MEETINGS
Page 1 of 3
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS [Insert Project Number]
Revised July 1, 2011
SECTION 01 31 20
PROJECT MEETINGS
[Specifier: This Specification is intended for use on projects designated as Tier 3 or Tier 4.]
PART 1 - GENERAL
1.1 SUMMARY
A. Section Includes:
1. Provisions for project meetings throughout the construction period to enable orderly
review of the progress of the Work and to provide for systematic discussion of
potential problems
B. Deviations 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. Schedule, attend and administer as specified, periodic progress meetings, and
specially called meetings throughout progress of the Work.
2. Representatives of Contractor, subcontractors and suppliers attending meetings
shall be qualified and authorized to act on behalf of the entity each represents.
3. Meetings administered by City may be tape recorded.
a. If recorded, tapes will be used to prepare minutes and retained by City for
future reference.
4. Meetings, in addition to those specified in this Section, may be held when requested
by the City, Engineer or Contractor.
B. Pre-Construction Neighborhood Meeting
1. After the execution of the Agreement, but before construction is allowed to begin,
attend 1 Public Meeting with affected residents to:
a. Present projected schedule, including construction start date
b. Answer any construction related questions
2. Meeting Location
a. Location of meeting to be determined by the City.
3. Attendees
Cooks Lane Self Storage
104946
01 31 20 - 2
DAP PROJECT MEETINGS
Page 2 of 3
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS [Insert Project Number]
Revised July 1, 2011
a. Contractor
b. Project Representative
c. Other City representatives
4. Meeting Schedule
a. In general, the neighborhood meeting will occur within the 2 weeks following
the pre-construction conference.
b. In no case will construction be allowed to begin until this meeting is held.
C. Progress Meetings
1. Formal project coordination meetings will be held periodically. Meetings will be
scheduled and administered by Project Representative.
2. Additional progress meetings to discuss specific topics will be conducted on an as-
needed basis. Such additional meetings shall include, but not be limited to:
a. Coordinating shutdowns
b. Installation of piping and equipment
c. Coordination between other construction projects
d. Resolution of construction issues
e. Equipment approval
3. The Project Representative will preside at progress meetings, prepare the notes of
the meeting and distribute copies of the same to all participants who so request by
fully completing the attendance form to be circulated at the beginning of each
meeting.
4. Attendance shall include:
a. Contractor's project manager
b. Contractor's superintendent
c. Any subcontractor or supplier representatives whom the Contractor may desire
to invite or the City may request
d. Engineer's representatives
e. City’s representatives
f. Others, as requested by the Project Representative
5. Preliminary Agenda may include:
a. Review of Work progress since previous meeting
b. Field observations, problems, conflicts
c. Items which impede construction schedule
d. Review of off-site fabrication, delivery schedules
e. Review of construction interfacing and sequencing requirements with other
construction contracts
f. Corrective measures and procedures to regain projected schedule
g. Revisions to construction schedule
h. Progress, schedule, during succeeding Work period
i. Coordination of schedules
j. Review submittal schedules
k. Maintenance of quality standards
l. Pending changes and substitutions
m. Review proposed changes for:
1) Effect on construction schedule and on completion date
2) Effect on other contracts of the Project
n. Review Record Documents
o. Review monthly pay request
Cooks Lane Self Storage
104946
01 31 20 - 3
DAP PROJECT MEETINGS
Page 3 of 3
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS [Insert Project Number]
Revised July 1, 2011
p. Review status of Requests for Information
6. Meeting Schedule
a. Progress meetings will be held periodically as determined by the Project
Representative.
1) Additional meetings may be held at the request of the:
a) City
b) Engineer
c) Contractor
7. Meeting Location
a. The City will establish a meeting location.
1) To the extent practicable, meetings will be held at the Site.
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
Cooks Lane Self Storage
104946
01 32 16 - 1
DAP CONSTRUCTION PROGRESS SCHEDULE
Page 1 of 5
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS [Insert Project Number]
Revised July 1, 2011
SECTION 01 32 16
CONSTRUCTION PROGRESS SCHEDULE
PART 1 - GENERAL
1.1 SUMMARY
A. Section Includes:
1. General requirements for the preparation, submittal, updating, status reporting and
management of the Construction Progress Schedule
2. Specific requirements are presented in the City of Fort Worth Schedule Guidance
Document
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
A. Definitions
1. Schedule Tiers
a. Tier 1 - No schedule submittal required by contract. Small, brief duration
projects
b. Tier 2 - No schedule submittal required by contract, but will require some
milestone dates. Small, brief duration projects
c. Tier 3 - Schedule submittal required by contract as described in the
Specification and herein. Majority of City projects, including all bond program
projects
d. Tier 4 - Schedule submittal required by contract as described in the
Specification and herein. Large and/or complex projects with long durations
1) Examples: large water pump station project and associated pipeline with
interconnection to another governmental entity
e. Tier 5 - Schedule submittal required by contract as described in the
Specification and herein. Large and/or very complex projects with long
durations, high public visibility
1) Examples might include a water or wastewater treatment plant
2. Baseline Schedule - Initial schedule submitted before work begins that will serve
as the baseline for measuring progress and departures from the schedule.
3. Progress Schedule - Monthly submittal of a progress schedule documenting
progress on the project and any changes anticipated.
Cooks Lane Self Storage
104946
01 32 16 - 2
DAP CONSTRUCTION PROGRESS SCHEDULE
Page 2 of 5
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS [Insert Project Number]
Revised July 1, 2011
4. Schedule Narrative - Concise narrative of the schedule including schedule
changes, expected delays, key schedule issues, critical path items, etc
B. Reference Standards
1. City of Fort Worth Schedule Guidance Document
1.4 ADMINISTRATIVE REQUIREMENTS
A. Baseline Schedule
1. General
a. Prepare a cost-loaded baseline Schedule using approved software and the
Critical Path Method (CPM) as required in the City of Fort Worth Schedule
Guidance Document.
b. Review the draft cost-loaded baseline Schedule with the City to demonstrate
understanding of the work to be performed and known issues and constraints
related to the schedule.
c. Designate an authorized representative (Project Scheduler) responsible for
developing and updating the schedule and preparing reports.
B. Progress Schedule
1. Update the progress Schedule monthly as required in the City of Fort Worth
Schedule Guidance Document.
2. Prepare the Schedule Narrative to accompany the monthly progress Schedule.
3. Change Orders
a. Incorporate approved change orders, resulting in a change of contract time, in
the baseline Schedule in accordance with City of Fort Worth Schedule
Guidance Document.
C. Responsibility for Schedule Compliance
1. Whenever it becomes apparent from the current progress Schedule and CPM Status
Report that delays to the critical path have resulted and the Contract completion
date will not be met, or when so directed by the City, make some or all of the
following actions at no additional cost to the City
a. Submit a Recovery Plan to the City for approval revised baseline Schedule
outlining:
1) A written statement of the steps intended to take to remove or arrest the
delay to the critical path in the approved schedule
2) Increase construction manpower in such quantities and crafts as will
substantially eliminate the backlog of work and return current Schedule to
meet projected baseline completion dates
3) Increase the number of working hours per shift, shifts per day, working
days per week, the amount of construction equipment, or any combination
of the foregoing, sufficiently to substantially eliminate the backlog of work
4) Reschedule activities to achieve maximum practical concurrency of
accomplishment of activities, and comply with the revised schedule
2. If no written statement of the steps intended to take is submitted when so requested
by the City, the City may direct the Contractor to increase the level of effort in
manpower (trades), equipment and work schedule (overtime, weekend and holiday
work, etc.) to be employed by the Contractor in order to remove or arrest the delay
to the critical path in the approved schedule.
a. No additional cost for such work will be considered.
Cooks Lane Self Storage
104946
01 32 16 - 3
DAP CONSTRUCTION PROGRESS SCHEDULE
Page 3 of 5
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS [Insert Project Number]
Revised July 1, 2011
D. The Contract completion time will be adjusted only for causes specified in this
Contract.
a. Requests for an extension of any Contract completion date must be
supplemented with the following:
1) Furnish justification and supporting evidence as the City may deem
necessary to determine whether the requested extension of time is entitled
under the provisions of this Contract.
a) The City will, after receipt of such justification and supporting
evidence, make findings of fact and will advise the Contractor, in
writing thereof.
2) If the City finds that the requested extension of time is entitled, the City's
determination as to the total number of days allowed for the extensions
shall be based upon the approved total baseline schedule and on all data
relevant to the extension.
a) Such data shall be included in the next updating of the Progress
schedule.
b) Actual delays in activities which, according to the Baseline schedule,
do not affect any Contract completion date shown by the critical path in
the network will not be the basis for a change therein.
2. Submit each request for change in Contract completion date to the City within 30
days after the beginning of the delay for which a time extension is requested but
before the date of final payment under this Contract.
a. No time extension will be granted for requests which are not submitted within
the foregoing time limit.
b. From time to time, it may be necessary for the Contract schedule or completion
time to be adjusted by the City to reflect the effects of job conditions, weather,
technical difficulties, strikes, unavoidable delays on the part of the City or its
representatives, and other unforeseeable conditions which may indicate
schedule adjustments or completion time extensions.
1) Under such conditions, the City will direct the Contractor to reschedule the
work or Contract completion time to reflect the changed conditions and the
Contractor shall revise his schedule accordingly.
a) No additional compensation will be made to the Contractor for such
schedule changes except for unavoidable overall contract time
extensions beyond the actual completion of unaffected work, in which
case the Contractor shall take all possible action to minimize any time
extension and any additional cost to the City.
b) Available float time in the Baseline schedule may be used by the City
as well as by the Contractor.
3. Float or slack time is defined as the amount of time between the earliest start date
and the latest start date or between the earliest finish date and the latest finish date
of a chain of activities on the Baseline Schedule.
a. Float or slack time is not for the exclusive use or benefit of either the
Contractor or the City.
b. Proceed with work according to early start dates, and the City shall have the
right to reserve and apportion float time according to the needs of the project.
Cooks Lane Self Storage
104946
01 32 16 - 4
DAP CONSTRUCTION PROGRESS SCHEDULE
Page 4 of 5
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS [Insert Project Number]
Revised July 1, 2011
c. Acknowledge and agree that actual delays, affecting paths of activities
containing float time, will not have any effect upon contract completion times,
providing that the actual delay does not exceed the float time associated with
those activities.
E. Coordinating Schedule with Other Contract Schedules
1. Where work is to be performed under this Contract concurrently with or contingent
upon work performed on the same facilities or area under other contracts, the
Baseline Schedule shall be coordinated with the schedules of the other contracts.
a. Obtain the schedules of the other appropriate contracts from the City for the
preparation and updating of Baseline schedule and make the required changes
in his schedule when indicated by changes in corresponding schedules.
2. In case of interference between the operations of different contractors, the City will
determine the work priority of each contractor and the sequence of work necessary
to expedite the completion of the entire Project.
a. In such cases, the decision of the City shall be accepted as final.
b. The temporary delay of any work due to such circumstances shall not be
considered as justification for claims for additional compensation.
1.5 SUBMITTALS
A. Baseline Schedule
1. Submit Schedule in native file format and pdf format as required in the City of Fort
Worth Schedule Guidance Document.
a. Native file format includes:
1) Primavera (P6 or Primavera Contractor)
2. Submit draft baseline Schedule to City prior to the pre-construction meeting and
bring in hard copy to the meeting for review and discussion.
B. Progress Schedule
1. Submit progress Schedule in native file format and pdf format as required in the
City of Fort Worth Schedule Guidance Document.
2. Submit progress Schedule monthly no later than the last day of the month.
C. Schedule Narrative
1. Submit the schedule narrative in pdf format as required in the City of Fort Worth
Schedule Guidance Document.
2. Submit schedule narrative monthly no later than the last day of the month.
D. Submittal Process
1. The City administers and manages schedules through Buzzsaw.
2. Contractor shall submit documents as required in the City of Fort Worth Schedule
Guidance Document.
3. Once the project has been completed and Final Acceptance has been issued by the
City, no further progress schedules are required.
Cooks Lane Self Storage
104946
01 32 16 - 5
DAP CONSTRUCTION PROGRESS SCHEDULE
Page 5 of 5
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS [Insert Project Number]
Revised July 1, 2011
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. The person preparing and revising the construction Progress Schedule shall be
experienced in the preparation of schedules of similar complexity.
B. Schedule and supporting documents addressed in this Specification shall be prepared,
updated and revised to accurately reflect the performance of the construction.
C. Contractor is responsible for the quality of all submittals in this section meeting the
standard of care for the construction industry for similar projects.
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
Cooks Lane Self Storage
104946
01 32 33 - 1
DAP PRECONSTRUCTION VIDEO
Page 1 of 2
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS [Insert Project Number]
Revised August 30, 2013
SECTION 01 32 33
PRECONSTRUCTION VIDEO
PART 1 - GENERAL
1.1 SUMMARY
A. Section Includes:
1. Administrative and procedural requirements for:
a. Preconstruction Videos
B. Deviations from this City of Fort Worth Standard Specification
1. Though not mandatory, it is highly recommended on infill developer projects.
C. Related Specification Sections include, but are not necessarily limited to:
1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract
2. Division 1 – General Requirements
1.2 PRICE AND PAYMENT PROCEDURES
A. Measurement and Payment
1. Work associated with this Item is considered subsidiary to the various items bid.
No separate payment will be allowed for this Item.
1.3 REFERENCES [NOT USED]
1.4 ADMINISTRATIVE REQUIREMENTS
A. Preconstruction Video
1. Produce a preconstruction video of the site/alignment, including all areas in the
vicinity of and to be affected by construction.
a. Provide digital copy of video upon request by the City.
2. Retain a copy of the preconstruction video until the end of the maintenance surety
period.
1.5 SUBMITTALS [NOT USED]
1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED]
1.7 CLOSEOUT SUBMITTALS [NOT USED]
1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
1.9 QUALITY ASSURANCE [NOT USED]
1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED]
1.11 FIELD [SITE] CONDITIONS [NOT USED]
1.12 WARRANTY [NOT USED]
PART 2 - PRODUCTS [NOT USED]
Cooks Lane Self Storage
104946
01 32 33 - 2
DAP PRECONSTRUCTION VIDEO
Page 2 of 2
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS [Insert Project Number]
Revised August 30, 2013
PART 3 - EXECUTION [NOT USED]
END OF SECTION
Revision Log
DATE NAME SUMMARY OF CHANGE
Cooks Lane Self Storage
104946
01 33 00 - 1
DAP SUBMITTALS
Page 1 of 8
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS [Insert Project Number]
Revised August 30, 2013
SECTION 01 33 00
DAP SUBMITTALS
PART 1 - GENERAL
1.1 SUMMARY
A. Section Includes:
1. General methods and requirements of submissions applicable to the following
Work-related submittals:
a. Shop Drawings
b. Product Data (including Standard Product List submittals)
c. Samples
d. Mock Ups
B. Deviations from this City of Fort Worth Standard Specification
1. None.
C. Related Specification Sections include, but are not necessarily limited to:
1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract
2. Division 1 – General Requirements
1.2 PRICE AND PAYMENT PROCEDURES
A. Measurement and Payment
1. Work associated with this Item is considered subsidiary to the various items bid.
No separate payment will be allowed for this Item.
1.3 REFERENCES [NOT USED]
1.4 ADMINISTRATIVE REQUIREMENTS
A. Coordination
1. Notify the City in writing, at the time of submittal, of any deviations in the
submittals from the requirements of the Contract Documents.
2. Coordination of Submittal Times
a. Prepare, prioritize and transmit each submittal sufficiently in advance of
performing the related Work or other applicable activities, or within the time
specified in the individual Work Sections, of the Specifications.
b. Contractor is responsible such that the installation will not be delayed by
processing times including, but not limited to:
a) Disapproval and resubmittal (if required)
b) Coordination with other submittals
c) Testing
d) Purchasing
e) Fabrication
f) Delivery
g) Similar sequenced activities
c. No extension of time will be authorized because of the Contractor's failure to
transmit submittals sufficiently in advance of the Work.
Cooks Lane Self Storage
104946
01 33 00 - 2
DAP SUBMITTALS
Page 2 of 8
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS [Insert Project Number]
Revised August 30, 2013
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
Cooks Lane Self Storage
104946
01 33 00 - 3
DAP SUBMITTALS
Page 3 of 8
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS [Insert Project Number]
Revised August 30, 2013
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
Cooks Lane Self Storage
104946
01 33 00 - 4
DAP SUBMITTALS
Page 4 of 8
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS [Insert Project Number]
Revised August 30, 2013
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)
Cooks Lane Self Storage
104946
01 33 00 - 5
DAP SUBMITTALS
Page 5 of 8
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS [Insert Project Number]
Revised August 30, 2013
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
Cooks Lane Self Storage
104946
01 33 00 - 6
DAP SUBMITTALS
Page 6 of 8
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS [Insert Project Number]
Revised August 30, 2013
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 Developer at least 7 Calendar Days prior to release for
manufacture.
Cooks Lane Self Storage
104946
01 33 00 - 7
DAP SUBMITTALS
Page 7 of 8
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS [Insert Project Number]
Revised August 30, 2013
9. When the shop drawings have been completed to the satisfaction of the City, the
Contractor may carry out the construction in accordance therewith and no further
changes therein except upon written instructions from the City.
10. Each submittal, appropriately coded, will be returned within 30 Calendar Days
following receipt of submittal by the City.
L. Mock ups
1. Mock Up units as specified in individual Sections, include, but are not necessarily
limited to, complete units of the standard of acceptance for that type of Work to be
used on the Project. Remove at the completion of the Work or when directed.
M. Qualifications
1. If specifically required in other Sections of these Specifications, submit a P.E.
Certification for each item required.
N. Request for Information (RFI)
1. Contractor Request for additional information
a. Clarification or interpretation of the contract documents
b. When the Contractor believes there is a conflict between Contract Documents
c. When the Contractor believes there is a conflict between the Drawings and
Specifications
1) Identify the conflict and request clarification
2. Sufficient information shall be attached to permit a written response without further
information.
1.5 SUBMITTALS [NOT USED]
1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED]
1.7 CLOSEOUT SUBMITTALS [NOT USED]
1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
1.9 QUALITY ASSURANCE [NOT USED]
1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED]
1.11 FIELD [SITE] CONDITIONS [NOT USED]
1.12 WARRANTY [NOT USED]
Cooks Lane Self Storage
104946
01 33 00 - 8
DAP SUBMITTALS
Page 8 of 8
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS [Insert Project Number]
Revised August 30, 2013
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
Cooks Lane Self Storage
104946
01 35 13 - 1
DAP SPECIAL PROJECT PROCEDURES
Page 1 of 7
CITY OF FORT WORTH Cooks Lane Self Storage
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS IPRC23-0093
Revised August, 30, 2013
1 SECTION 01 35 13
2 SPECIAL PROJECT PROCEDURES
3 PART 1 - GENERAL
4 1.1 SUMMARY
5 A. Section Includes:
6 1. The procedures for special project circumstances that includes, but is not limited to:
7 a. Coordination with the Texas Department of Transportation
8 b. Work near High Voltage Lines
9 c. Confined Space Entry Program
10 d. Air Pollution Watch Days
11 e. Use of Explosives, Drop Weight, Etc.
12 f. Water Department Notification
13 g. Public Notification Prior to Beginning Construction
14 h. Coordination with United States Army Corps of Engineers
15 i. Coordination within Railroad permits areas
16 j. Dust Control
17 k. Employee Parking
18 B. Deviations from this City of Fort Worth Standard Specification
19 1. None.
20 C. Related Specification Sections include, but are not necessarily limited to:
21 1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract
22 2. Division 1 – General Requirements
23 3. Section 33 12 25 – Connection to Existing Water Mains
24
25 1.2 REFERENCES
26 A. Reference Standards
27 1. Reference standards cited in this Specification refer to the current reference
28 standard published at the time of the latest revision date logged at the end of this
29 Specification, unless a date is specifically cited.
30 2. Health and Safety Code, Title 9. Safety, Subtitle A. Public Safety, Chapter 752.
31 High Voltage Overhead Lines.
32 3. North Central Texas Council of Governments (NCTCOG) – Clean Construction
33 Specification
34 1.3 ADMINISTRATIVE REQUIREMENTS
35 A. Coordination with the Texas Department of Transportation
36 1. When work in the right-of-way which is under the jurisdiction of the Texas
37 Department of Transportation (TxDOT):
38 a. Notify the Texas Department of Transportation prior to commencing any work
39 therein in accordance with the provisions of the permit
Cooks Lane Self Storage
104946
01 35 13 - 2
DAP SPECIAL PROJECT PROCEDURES
Page 2 of 7
CITY OF FORT WORTH Cooks Lane Self Storage
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS IPRC23-0093
Revised August, 30, 2013
1 b. All work performed in the TxDOT right-of-way shall be performed in
2 compliance with and subject to approval from the Texas Department of
3 Transportation
4 B. Work near High Voltage Lines
5 1. Regulatory Requirements
6 a. All Work near High Voltage Lines (more than 600 volts measured between
7 conductors or between a conductor and the ground) shall be in accordance with
8 Health and Safety Code, Title 9, Subtitle A, Chapter 752.
9 2. Warning sign
10 a. Provide sign of sufficient size meeting all OSHA requirements.
11 3. Equipment operating within 10 feet of high voltage lines will require the following
12 safety features
13 a. Insulating cage-type of guard about the boom or arm
14 b. Insulator links on the lift hook connections for back hoes or dippers
15 c. Equipment must meet the safety requirements as set forth by OSHA and the
16 safety requirements of the owner of the high voltage lines
17 4. Work within 6 feet of high voltage electric lines
18 a. Notification shall be given to:
19 1) The power company (example: ONCOR)
20 a) Maintain an accurate log of all such calls to power company and record
21 action taken in each case.
22 b. Coordination with power company
23 1) After notification coordinate with the power company to:
24 a) Erect temporary mechanical barriers, de-energize the lines, or raise or
25 lower the lines
26 c. No personnel may work within 6 feet of a high voltage line before the above
27 requirements have been met.
28 C. Confined Space Entry Program
29 1. Provide and follow approved Confined Space Entry Program in accordance with
30 OSHA requirements.
31 2. Confined Spaces include:
32 a. Manholes
33 b. All other confined spaces in accordance with OSHA’s Permit Required for
34 Confined Spaces
35 D. Use of Explosives, Drop Weight, Etc.
36 1. When Contract Documents permit on the project the following will apply:
37 a. Public Notification
38 1) Submit notice to City and proof of adequate insurance coverage, 24 hours
39 prior to commencing.
40 2) Minimum 24 hour public notification in accordance with Section 01 31 13
41 E. Water Department Coordination
42 1. During the construction of this project, it will be necessary to deactivate, for a
43 period of time, existing lines. The Contractor shall be required to coordinate with
44 the Water Department to determine the best times for deactivating and activating
45 those lines.
Cooks Lane Self Storage
104946
01 35 13 - 3
DAP SPECIAL PROJECT PROCEDURES
Page 3 of 7
CITY OF FORT WORTH Cooks Lane Self Storage
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS IPRC23-0093
Revised August, 30, 2013
1 2. Coordinate any event that will require connecting to or the operation of an existing
2 City water line system with the City’s representative.
3 a. Coordination shall be in accordance with Section 33 12 25.
4 b. If needed, obtain a hydrant water meter from the Water Department for use
5 during the life of named project.
6 c. In the event that a water valve on an existing live system be turned off and on
7 to accommodate the construction of the project is required, coordinate this
8 activity through the appropriate City representative.
9 1) Do not operate water line valves of existing water system.
10 a) Failure to comply will render the Contractor in violation of Texas Penal
11 Code Title 7, Chapter 28.03 (Criminal Mischief) and the Contractor
12 will be prosecuted to the full extent of the law.
13 b) In addition, the Contractor will assume all liabilities and
14 responsibilities as a result of these actions.
15 F. Public Notification Prior to Beginning Construction
16 1. Prior to beginning construction on any block in the project, on a block by block
17 basis, prepare and deliver a notice or flyer of the pending construction to the front
18 door of each residence or business that will be impacted by construction. The notice
19 shall be prepared as follows:
20 a. Post notice or flyer 7 days prior to beginning any construction activity on each
21 block in the project area.
22 1) Prepare flyer on the Contractor’s letterhead and include the following
23 information:
24 a) Name of Project
25 b) City Project No (CPN)
26 c) Scope of Project (i.e. type of construction activity)
27 d) Actual construction duration within the block
28 e) Name of the contractor’s foreman and phone number
29 f) Name of the City’s inspector and phone number
30 g) City’s after-hours phone number
31 2) A sample of the ‘pre-construction notification’ flyer is attached as Exhibit
32 A.
33 3) Submit schedule showing the construction start and finish time for each
34 block of the project to the inspector.
35 4) Deliver flyer to the City Inspector for review prior to distribution.
36 b. No construction will be allowed to begin on any block until the flyer is
37 delivered to all residents of the block.
38 G. Public Notification of Temporary Water Service Interruption during Construction
39 1. In the event it becomes necessary to temporarily shut down water service to
40 residents or businesses during construction, prepare and deliver a notice or flyer of
41 the pending interruption to the front door of each affected resident.
42 2. Prepared notice as follows:
43 a. The notification or flyer shall be posted 24 hours prior to the temporary
44 interruption.
45 b. Prepare flyer on the contractor’s letterhead and include the following
46 information:
47 1) Name of the project
48 2) City Project Number
Cooks Lane Self Storage
104946
01 35 13 - 4
DAP SPECIAL PROJECT PROCEDURES
Page 4 of 7
CITY OF FORT WORTH Cooks Lane Self Storage
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS IPRC23-0093
Revised August, 30, 2013
1 3) Date of the interruption of service
2 4) Period the interruption will take place
3 5) Name of the contractor’s foreman and phone number
4 6) Name of the City’s inspector and phone number
5 c. A sample of the temporary water service interruption notification is attached as
6 Exhibit B.
7 d. Deliver a copy of the temporary interruption notification to the City inspector
8 for review prior to being distributed.
9 e. No interruption of water service can occur until the flyer has been delivered to
10 all affected residents and businesses.
11 f. Electronic versions of the sample flyers can be obtained from the Project
12 Construction Inspector.
13 H. Coordination with United States Army Corps of Engineers (USACE)
14 1. At locations in the Project where construction activities occur in areas where
15 USACE permits are required, meet all requirements set forth in each designated
16 permit.
17 I. Coordination within Railroad Permit Areas
18 1. At locations in the project where construction activities occur in areas where
19 railroad permits are required, meet all requirements set forth in each designated
20 railroad permit. This includes, but is not limited to, provisions for:
21 a. Flagmen
22 b. Inspectors
23 c. Safety training
24 d. Additional insurance
25 e. Insurance certificates
26 f. Other employees required to protect the right-of-way and property of the
27 Railroad Company from damage arising out of and/or from the construction of
28 the project. Proper utility clearance procedures shall be used in accordance
29 with the permit guidelines.
30 2. Obtain any supplemental information needed to comply with the railroad’s
31 requirements.
32 J. Dust Control
33 1. Use acceptable measures to control dust at the Site.
34 a. If water is used to control dust, capture and properly dispose of waste water.
35 b. If wet saw cutting is performed, capture and properly dispose of slurry.
36 K. Employee Parking
37 1. Provide parking for employees at locations approved by the City.
Cooks Lane Self Storage
104946
01 35 13 - 5
DAP SPECIAL PROJECT PROCEDURES
Page 5 of 7
CITY OF FORT WORTH Cooks Lane Self Storage
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS IPRC23-0093
Revised August, 30, 2013
1 1.4 SUBMITTALS [NOT USED]
2 1.5 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED]
3 1.6 CLOSEOUT SUBMITTALS [NOT USED]
4 1.7 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
5 1.8 QUALITY ASSURANCE [NOT USED]
6 1.9 DELIVERY, STORAGE, AND HANDLING [NOT USED]
7 1.10 FIELD [SITE] CONDITIONS [NOT USED]
8 1.11 WARRANTY [NOT USED]
9 PART 2 - PRODUCTS [NOT USED]
10 PART 3 - EXECUTION [NOT USED]
11 END OF SECTION
12
Revision Log
DATE NAME SUMMARY OF CHANGE
8/31/2012 D. Johnson
1.3.B – Added requirement of compliance with Health and Safety Code, Title 9.
Safety, Subtitle A. Public Safety, Chapter 752. High Voltage Overhead Lines.
Cooks Lane Self Storage
104946
01 35 13 - 6
DAP SPECIAL PROJECT PROCEDURES
Page 6 of 7
CITY OF FORT WORTH Cooks Lane Self Storage
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS IPRC23-0093
Revised August, 30, 2013
1 EXHIBIT A
2 (To be printed on Contractor’s Letterhead)
3
4
5
6 Date:
7
8 CPN No.:
9 Project Name:
10 Mapsco Location:
11 Limits of Construction:
12
13
14
15
16
17 THIS IS TO INFORM YOU THAT UNDER A CONTRACT WITH THE CITY OF FORT
18 WORTH, OUR COMPANY WILL WORK ON UTILITY LINES ON OR AROUND YOUR
19 PROPERTY.
20
21 CONSTRUCTION WILL BEGIN APPROXIMATELY SEVEN DAYS FROM THE DATE
22 OF THIS NOTICE.
23
24 IF YOU HAVE QUESTIONS ABOUT ACCESS, SECURITY, SAFETY OR ANY OTHER
25 ISSUE, PLEASE CALL:
26
27
28 Mr. <CONTRACTOR’S SUPERINTENDENT> AT <TELEPHONE NO.>
29
30 OR
31
32 Mr. <CITY INSPECTOR> AT < TELEPHONE NO.>
33
34 AFTER 4:30 PM OR ON WEEKENDS, PLEASE CALL (817) 392 8306
35
36 PLEASE KEEP THIS FLYER HANDY WHEN YOU CALL
Cooks Lane Self Storage
104946
01 35 13 - 7
DAP SPECIAL PROJECT PROCEDURES
Page 7 of 7
CITY OF FORT WORTH Cooks Lane Self Storage
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS IPRC23-0093
Revised August, 30, 2013
1 EXHIBIT B
2
3
4
Cooks Lane Self Storage
104946
01 45 23
DAP TESTING AND INSPECTION SERVICES
Page 1 of 2
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS [Insert Project Number]
Revised March 20, 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 form of
distribution approved by the City.
Cooks Lane Self Storage
104946
01 45 23
DAP TESTING AND INSPECTION SERVICES
Page 2 of 2
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS [Insert Project Number]
Revised March 20, 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
03/20/2020 D.V. Magaña Removed reference to Buzzsaw and noted that electronic submittals be uploaded
through the City’s document management system.
Cooks Lane Self Storage
104946
01 50 00 - 1
DAP TEMPORARY FACILITIES AND CONTROLS
Page 1 of 4
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS [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
Cooks Lane Self Storage
104946
01 50 00 - 2
DAP TEMPORARY FACILITIES AND CONTROLS
Page 2 of 4
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS [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
Cooks Lane Self Storage
104946
01 50 00 - 3
DAP TEMPORARY FACILITIES AND CONTROLS
Page 3 of 4
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS [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
Cooks Lane Self Storage
104946
01 50 00 - 4
DAP TEMPORARY FACILITIES AND CONTROLS
Page 4 of 4
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS [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
Cooks Lane Self Storage
104946
01 55 26 - 1
DAP STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL
Page 1 of 3
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS [Insert Project Number]
Revised July 1, 2011
SECTION 01 55 26
STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL
PART 1 - GENERAL
1.1 SUMMARY
A. Section Includes:
1. Administrative procedures for:
a. Street Use Permit
b. Modification of approved traffic control
c. Removal of Street Signs
B. Deviations from this City of Fort Worth Standard Specification
1. None.
C. Related Specification Sections include, but are not necessarily limited to:
1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract
2. Division 1 – General Requirements
3. Section 34 71 13 – Traffic Control
1.2 PRICE AND PAYMENT PROCEDURES
A. Measurement and Payment
1. Work associated with this Item is considered subsidiary to the various Items bid.
No separate payment will be allowed for this Item.
1.3 REFERENCES
A. Reference Standards
1. Reference standards cited in this specification refer to the current reference standard
published at the time of the latest revision date logged at the end of this
specification, unless a date is specifically cited.
2. Texas Manual on Uniform Traffic Control Devices (TMUTCD).
1.4 ADMINISTRATIVE REQUIREMENTS
A. Traffic Control
1. General
a. When traffic control plans are included in the Drawings, provide Traffic
Control in accordance with Drawings and Section 34 71 13.
b. When traffic control plans are not included in the Drawings, prepare traffic
control plans in accordance with Section 34 71 13 and submit to City for
review.
1) Allow minimum 10 working days for review of proposed Traffic Control.
B. Street Use Permit
1. Prior to installation of Traffic Control, a City Street Use Permit is required.
a. To obtain Street Use Permit, submit Traffic Control Plans to City
Transportation and Public Works Department.
Cooks Lane Self Storage
104946
01 55 26 - 2
DAP STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL
Page 2 of 3
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS [Insert Project Number]
Revised July 1, 2011
1) Allow a minimum of 5 working days for permit review.
2) Contractor’s responsibility to coordinate review of Traffic Control plans for
Street Use Permit, such that construction is not delayed.
C. Modification to Approved Traffic Control
1. Prior to installation traffic control:
a. Submit revised traffic control plans to City Department Transportation and
Public Works Department.
1) Revise Traffic Control plans in accordance with Section 34 71 13.
2) Allow minimum 5 working days for review of revised Traffic Control.
3) It is the Contractor’s responsibility to coordinate review of Traffic Control
plans for Street Use Permit, such that construction is not delayed.
D. Removal of Street Sign
1. If it is determined that a street sign must be removed for construction, then contact
City Transportation and Public Works Department, Signs and Markings Division to
remove the sign.
E. Temporary Signage
1. In the case of regulatory signs, replace permanent sign with temporary sign meeting
requirements of the latest edition of the Texas Manual on Uniform Traffic Control
Devices (MUTCD).
2. Install temporary sign before the removal of permanent sign.
3. When construction is complete, to the extent that the permanent sign can be
reinstalled, contact the City Transportation and Public Works Department, Signs
and Markings Division, to reinstall the permanent sign.
F. Traffic Control Standards
1. Traffic Control Standards can be found on the City’s Buzzsaw website.
1.5 SUBMITTALS [NOT USED]
1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED]
1.7 CLOSEOUT SUBMITTALS [NOT USED]
1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
1.9 QUALITY ASSURANCE [NOT USED]
1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED]
1.11 FIELD [SITE] CONDITIONS [NOT USED]
1.12 WARRANTY [NOT USED]
PART 2 - PRODUCTS [NOT USED]
PART 3 - EXECUTION [NOT USED]
END OF SECTION
Cooks Lane Self Storage
104946
01 55 26 - 3
DAP STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL
Page 3 of 3
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS [Insert Project Number]
Revised July 1, 2011
Revision Log
DATE NAME SUMMARY OF CHANGE
Cooks Lane Self Storage
104946
01 57 13 - 1
DAP STORM WATER POLLUTION PREVENTION
Page 1 of 3
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS [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.
Cooks Lane Self Storage
104946
01 57 13 - 2
DAP STORM WATER POLLUTION PREVENTION
Page 2 of 3
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS [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
Cooks Lane Self Storage
104946
01 57 13 - 3
DAP STORM WATER POLLUTION PREVENTION
Page 3 of 3
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS [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
Cooks Lane Self Storage
104946
01 58 13 - 1
DAP TEMPORARY PROJECT SIGNAGE
Page 1 of 3
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS [Insert Project Number]
Revised April 7, 2014
SECTION 01 58 13
TEMPORARY PROJECT SIGNAGE
PART 1 - GENERAL
1.1 SUMMARY
A. Section Includes:
1. Temporary Project Signage Requirements
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, STORAGE, AND HANDLING [NOT USED]
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 EQUIPMENT, PRODUCT TYPES, AND MATERIALS
A. Design Criteria
1. Provide free standing Project Designation Sign in accordance with City’s Standard
Details for project signs.
Cooks Lane Self Storage
104946
01 58 13 - 2
DAP TEMPORARY PROJECT SIGNAGE
Page 2 of 3
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS [Insert Project Number]
Revised April 7, 2014
B. Materials
1. Sign
a. Constructed of ¾-inch fir plywood, grade A-C (exterior) or better
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 INSTALLATION
A. General
1. Provide vertical installation at extents of project.
2. Relocate sign as needed, upon request of the City.
B. Mounting options
a. Skids
b. Posts
c. Barricade
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
A. General
1. Maintenance will include painting and repairs as needed or directed by the City.
3.14 ATTACHMENTS [NOT USED]
END OF SECTION
Cooks Lane Self Storage
104946
01 58 13 - 3
DAP TEMPORARY PROJECT SIGNAGE
Page 3 of 3
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS [Insert Project Number]
Revised April 7, 2014
Revision Log
DATE NAME SUMMARY OF CHANGE
4/7/2014 M. Domenech Revised for DAP application
Cooks Lane Self Storage
104946
01 60 00
DAP PRODUCT REQUIREMENTS
Page 1 of 2
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS [Insert Project Number]
Revised March 20, 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 list of City approved products for use is available through the City’s website at:
https://apps.fortworthtexas.gov/ProjectResources/ and following the directory
path: 02 - Construction Documents\Standard Products List
A. Only products specifically included on City’s Standard Product List in these Contract
Documents shall be allowed for use on the Project.
1. Any subsequently approved products will only be allowed for use upon specific
approval by the City.
B. Any specific product requirements in the Contract Documents supersede similar
products included on the City’s Standard Product List.
1. The City reserves the right to not allow products to be used for certain projects even
though the product is listed on the City’s Standard Product List.
C. Although a specific product is included on City’s Standard Product List, not all
products from that manufacturer are approved for use, including but not limited to, that
manufacturer’s standard product.
D. See Section 01 33 00 for submittal requirements of Product Data included on City’s
Standard Product List.
1.5 SUBMITTALS [NOT USED]
1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED]
1.7 CLOSEOUT SUBMITTALS [NOT USED]
1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
1.9 QUALITY ASSURANCE [NOT USED]
Cooks Lane Self Storage
104946
01 60 00
DAP PRODUCT REQUIREMENTS
Page 2 of 2
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS [Insert Project Number]
Revised March 20, 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
4/7/2014 M.Domenech Revised for DAP application
03/20/2020 D.V. Magaña Removed reference to Buzzsaw and noted that the City approved products list is
accessible through the City’s website.
Cooks Lane Self Storage
104946
01 66 00 - 1
DAP PRODUCT STORAGE AND HANDLING REQUIREMENTS
Page 1 of 4
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS [Insert Project Number]
Revised April 7, 2014
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.
Cooks Lane Self Storage
104946
01 66 00 - 2
DAP PRODUCT STORAGE AND HANDLING REQUIREMENTS
Page 2 of 4
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS [Insert Project Number]
Revised April 7, 2014
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.
Cooks Lane Self Storage
104946
01 66 00 - 3
DAP PRODUCT STORAGE AND HANDLING REQUIREMENTS
Page 3 of 4
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS [Insert Project Number]
Revised April 7, 2014
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
Cooks Lane Self Storage
104946
01 66 00 - 4
DAP PRODUCT STORAGE AND HANDLING REQUIREMENTS
Page 4 of 4
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS [Insert Project Number]
Revised April 7, 2014
Revision Log
DATE NAME SUMMARY OF CHANGE
4/7/2014 M.Domenech Revised for DAP application
Cooks Lane Self Storage
104946
01 70 00 - 1
DAP MOBILIZATION AND REMOBILIZATION
Page 1 of 4
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS [Insert Project Number]
Revised April 7, 2014
SECTION 01 70 00
MOBILIZATION AND REMOBILIZATION
PART 1 - GENERAL
1.1 SUMMARY
A. Section Includes:
1. Mobilization and Demobilization
a. Mobilization
1) Transportation of Contractor’s personnel, equipment, and operating supplies
to the Site
2) Establishment of necessary general facilities for the Contractor’s operation
at the Site
3) Premiums paid for performance and payment bonds
4) Transportation of Contractor’s personnel, equipment, and operating supplies
to another location within the designated Site
5) Relocation of necessary general facilities for the Contractor’s operation
from 1 location to another location on the Site.
b. Demobilization
1) Transportation of Contractor’s personnel, equipment, and operating supplies
away from the Site including disassembly
2) Site Clean-up
3) Removal of all buildings and/or other facilities assembled at the Site for this
Contract
c. Mobilization and Demobilization do not include activities for specific items of
work that are for which payment is provided elsewhere in the contract.
2. Remobilization
a. Remobilization for Suspension of Work specifically required in the Contract
Documents or as required by City includes:
1) Demobilization
a) Transportation of Contractor’s personnel, equipment, and operating
supplies from the Site including disassembly or temporarily securing
equipment, supplies, and other facilities as designated by the Contract
Documents necessary to suspend the Work.
b) Site Clean-up as designated in the Contract Documents
2) Remobilization
a) Transportation of Contractor’s personnel, equipment, and operating
supplies to the Site necessary to resume the Work.
b) Establishment of necessary general facilities for the Contractor’s
operation at the Site necessary to resume the Work.
3) No Payments will be made for:
a) Mobilization and Demobilization from one location to another on the
Site in the normal progress of performing the Work.
b) Stand-by or idle time
c) Lost profits
3. Mobilizations and Demobilization for Miscellaneous Projects
a. Mobilization and Demobilization
Cooks Lane Self Storage
104946
01 70 00 - 2
DAP MOBILIZATION AND REMOBILIZATION
Page 2 of 4
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS [Insert Project Number]
Revised April 7, 2014
1) Mobilization shall consist of the activities and cost on a Work Order basis
necessary for:
a) Transportation of Contractor’s personnel, equipment, and operating
supplies to the Site for the issued Work Order.
b) Establishment of necessary general facilities for the Contractor’s
operation at the Site for the issued Work Order
2) Demobilization shall consist of the activities and cost necessary for:
a) Transportation of Contractor’s personnel, equipment, and operating
supplies from the Site including disassembly for each issued Work
Order
b) Site Clean-up for each issued Work Order
c) Removal of all buildings or other facilities assembled at the Site for
each Work Oder
b. Mobilization and Demobilization do not include activities for specific items of
work for which payment is provided elsewhere in the contract.
4. Emergency Mobilizations and Demobilization for Miscellaneous Projects
a. A Mobilization for Miscellaneous Projects when directed by the City and the
mobilization occurs within 24 hours of the issuance of the Work Order.
B. Deviations from this City of Fort Worth Standard Specification
1. None.
C. Related Specification Sections include, but are not necessarily limited to:
1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract
2. Division 1 – General Requirements
1.2 PRICE AND PAYMENT PROCEDURES
A. Measurement and Payment
1. Mobilization and Demobilization
a. Measure
1) This Item is considered subsidiary to the various Items bid.
b. Payment
1) The work performed and materials furnished in accordance with this Item
are subsidiary to the various Items bid and no other compensation will be
allowed.
2. Remobilization for suspension of Work as specifically required in the Contract
Documents
a. Measurement
1) Measurement for this Item shall be per each remobilization performed.
b. Payment
1) The work performed and materials furnished in accordance with this Item
and measured as provided under “Measurement” will be paid for at the unit
price per each “Specified Remobilization” in accordance with Contract
Documents.
c. The price shall include:
1) Demobilization as described in Section 1.1.A.2.a.1)
2) Remobilization as described in Section 1.1.A.2.a.2)
d. No payments will be made for standby, idle time, or lost profits associated this
Item.
Cooks Lane Self Storage
104946
01 70 00 - 3
DAP MOBILIZATION AND REMOBILIZATION
Page 3 of 4
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS [Insert Project Number]
Revised April 7, 2014
3. Remobilization for suspension of Work as required by City
a. Measurement and Payment
1) This shall be submitted as a Contract Claim in accordance with Article 10
of Section 00 72 00.
2) No payments will be made for standby, idle time, or lost profits associated
with this Item.
4. Mobilizations and Demobilizations for Miscellaneous Projects
a. Measurement
1) Measurement for this Item shall be for each Mobilization and
Demobilization required by the Contract Documents
b. Payment
1) The Work performed and materials furnished in accordance with this Item
and measured as provided under “Measurement” will be paid for at the unit
price per each “Work Order Mobilization” in accordance with Contract
Documents. Demobilization shall be considered subsidiary to mobilization
and shall not be paid for separately.
c. The price shall include:
1) Mobilization as described in Section 1.1.A.3.a.1)
2) Demobilization as described in Section 1.1.A.3.a.2)
d. No payments will be made for standby, idle time, or lost profits associated this
Item.
5. Emergency Mobilizations and Demobilizations for Miscellaneous Projects
a. Measurement
1) Measurement for this Item shall be for each Mobilization and
Demobilization required by the Contract Documents
b. Payment
1) The Work performed and materials furnished in accordance with this Item
and measured as provided under “Measurement” will be paid for at the unit
price per each “Work Order Emergency Mobilization” in accordance with
Contract Documents. Demobilization shall be considered subsidiary to
mobilization and shall not be paid for separately.
c. The price shall include
1) Mobilization as described in Section 1.1.A.4.a)
2) Demobilization as described in Section 1.1.A.3.a.2)
d. No payments will be made for standby, idle time, or lost profits associated this
Item.
1.3 REFERENCES [NOT USED]
1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED]
1.5 SUBMITTALS [NOT USED]
1.6 INFORMATIONAL SUBMITTALS [NOT USED]
1.7 CLOSEOUT SUBMITTALS [NOT USED]
1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
1.9 QUALITY ASSURANCE [NOT USED]
1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED]
Cooks Lane Self Storage
104946
01 70 00 - 4
DAP MOBILIZATION AND REMOBILIZATION
Page 4 of 4
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS [Insert Project Number]
Revised April 7, 2014
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
4/7/2014 M.Domenech Revised for DAP application
Cooks Lane Self Storage
104946
01 71 23 - 1
DAP CONSTRUCTION STAKING AND SURVEY
Page 1 of 4
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS [Insert Project Number]
Revised April 7, 2014
SECTION 01 71 23
CONSTRUCTION STAKING AND SURVEY
PART 1 - GENERAL
1.1 SUMMARY
A. Section Includes:
1. Requirements for construction staking and construction survey
B. Deviations from this City of Fort Worth Standard Specification
1. None.
C. Related Specification Sections include, but are not necessarily limited to:
1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract
2. Division 1 – General Requirements
1.2 PRICE AND PAYMENT PROCEDURES
A. Measurement and Payment
1. Construction Staking
a. Measurement
1) This Item is considered subsidiary to the various Items bid.
b. Payment
1) The work performed and the materials furnished in accordance with this
Item are subsidiary to the various Items bid and no other compensation will
be allowed.
2. Construction Survey
a. Measurement
1) This Item is considered subsidiary to the various Items bid.
b. Payment
1) The work performed and the materials furnished in accordance with this
Item are subsidiary to the various Items bid and no other compensation will
be allowed.
1.3 REFERENCES [NOT USED]
1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED]
1.5 SUBMITTALS
A. Submittals, if required, shall be in accordance with Section 01 33 00.
B. All submittals shall be approved by the City prior to delivery.
1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS
A. Certificates
1. Provide certificate certifying that elevations and locations of improvements are in
conformance or non-conformance with requirements of the Contract Documents.
a. Certificate must be sealed by a registered professional land surveyor in the
State of Texas.
Cooks Lane Self Storage
104946
01 71 23 - 2
DAP CONSTRUCTION STAKING AND SURVEY
Page 2 of 4
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS [Insert Project Number]
Revised April 7, 2014
B. Field Quality Control Submittals
1. Documentation verifying accuracy of field engineering work.
1.7 CLOSEOUT SUBMITTALS [NOT USED]
1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
1.9 QUALITY ASSURANCE
A. Construction Staking
1. Construction staking will be performed by the City.
2. Coordination
a. Contact City’s Project Representative at least 2 weeks in advance for
scheduling of Construction Staking.
b. It is the Contractor’s responsibility to coordinate staking such that construction
activities are not delayed or negatively impacted.
3. General
a. Contractor is responsible for preserving and maintaining stakes furnished by
City.
b. If in the opinion of the City, a sufficient number of stakes or markings have
been lost, destroyed or disturbed, by Contractor’s neglect, such that the
contracted Work cannot take place, then the Contractor will be required to pay
the City for new staking with a 25 percent markup. The cost for staking will be
deducted from the payment due to the Contractor for the Project.
B. Construction Survey
1. Construction Survey will be performed by the City.
2. Coordination
a. Contractor to verify that control data established in the design survey remains
intact.
b. Coordinate with the City prior to field investigation to determine which
horizontal and vertical control data will be required for construction survey.
c. It is the Contractor’s responsibility to coordinate Construction Survey such that
construction activities are not delayed or negatively impacted.
d. Notify City if any control data needs to be restored or replaced due to damage
caused during construction operations.
1) City shall perform replacements and/or restorations.
3. General
a. Construction survey will be performed in order to maintain complete and
accurate logs of control and survey work as it progresses for Project Records.
b. The Contractor will need to ensure coordination is maintained with the City to
perform construction survey to obtain construction features, including but not
limited to the following:
1) All Utility Lines
a) Rim and flowline elevations and coordinates for each manhole or
junction structure
2) Water Lines
a) Top of pipe elevations and coordinates for waterlines at the following
locations:
(1) Every 250 linear feet
Cooks Lane Self Storage
104946
01 71 23 - 3
DAP CONSTRUCTION STAKING AND SURVEY
Page 3 of 4
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS [Insert Project Number]
Revised April 7, 2014
(2) Horizontal and vertical points of inflection, curvature, etc. (All
Fittings)
(3) Cathodic protection test stations
(4) Sampling stations
(5) Meter boxes/vaults (All sizes)
(6) Fire lines
(7) Fire hydrants
(8) Gate valves
(9) Plugs, stubouts, dead-end lines
(10) Air Release valves (Manhole rim and vent pipe)
(11) Blow off valves (Manhole rim and valve lid)
(12) Pressure plane valves
(13) Cleaning wyes
(14) Casing pipe (each end)
b) Storm Sewer
(1) Top of pipe elevations and coordinates at the following locations:
(a) Every 250 linear feet
(b) Horizontal and vertical points of inflection, curvature, etc.
c) Sanitary Sewer
(1) Top of pipe elevations and coordinates for sanitary sewer lines at
the following locations:
(a) Every 250 linear feet
(b) Horizontal and vertical points of inflection, curvature, etc.
(c) Cleanouts
c. Construction survey will be performed in order to maintain complete and
accurate logs of control and survey work associated with meeting or exceeding
the line and grade required by these Specifications.
d. The Contractor will need to ensure coordination is maintained with the City to
perform construction survey and to verify control data, including but not
limited to the following:
1) Established benchmarks and control points provided for the Contractor’s
use are accurate
2) Benchmarks were used to furnish and maintain all reference lines and
grades for tunneling
3) Lines and grades were used to establish the location of the pipe
4) Submit to the City copies of field notes used to establish all lines and
grades and allow the City to check guidance system setup prior to
beginning each tunneling drive.
5) Provide access for the City to verify the guidance system and the line and
grade of the carrier pipe on a daily basis.
6) The Contractor remains fully responsible for the accuracy of the work and
the correction of it, as required.
7) Monitor line and grade continuously during construction.
8) Record deviation with respect to design line and grade once at each pipe
joint and submit daily records to City.
9) If the installation does not meet the specified tolerances, immediately notify
the City and correct the installation in accordance with the Contract
Documents.
1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED]
Cooks Lane Self Storage
104946
01 71 23 - 4
DAP CONSTRUCTION STAKING AND SURVEY
Page 4 of 4
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS [Insert Project Number]
Revised April 7, 2014
1.11 FIELD [SITE] CONDITIONS [NOT USED]
1.12 WARRANTY [NOT USED]
PART 2 - PRODUCTS [NOT USED]
PART 3 - EXECUTION
3.1 INSTALLERS [NOT USED]
3.2 EXAMINATION [NOT USED]
3.3 PREPARATION [NOT USED]
3.4 APPLICATION
3.5 REPAIR / RESTORATION [NOT USED]
3.6 RE-INSTALLATION [NOT USED]
3.7 FIELD [OR] SITE QUALITY CONTROL
A. It is the Contractor’s responsibility to maintain all stakes and control data placed by the
City in accordance with this Specification.
B. Do not change or relocate stakes or control data without approval from the City.
3.8 SYSTEM STARTUP [NOT USED]
3.9 ADJUSTING [NOT USED]
3.10 CLEANING [NOT USED]
3.11 CLOSEOUT ACTIVITIES [NOT USED]
3.12 PROTECTION [NOT USED]
3.13 MAINTENANCE [NOT USED]
3.14 ATTACHMENTS [NOT USED]
END OF SECTION
Revision Log
DATE NAME SUMMARY OF CHANGE
4/7/2014 M.Domenech Revised for DAP application
Cooks Lane Self Storage
104946
01 74 23 - 1
DAP CLEANING
Page 1 of 4
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS [Insert Project Number]
Revised April 7, 2014
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.
Cooks Lane Self Storage
104946
01 74 23 - 2
DAP CLEANING
Page 2 of 4
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS [Insert Project Number]
Revised April 7, 2014
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.
Cooks Lane Self Storage
104946
01 74 23 - 3
DAP CLEANING
Page 3 of 4
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS [Insert Project Number]
Revised April 7, 2014
6. Handle materials in a controlled manner with as few handlings as possible.
7. Thoroughly clean, sweep, wash and polish all Work and equipment associated with
this project.
8. Remove all signs of temporary construction and activities incidental to construction
of required permanent Work.
9. If project is not cleaned to the satisfaction of the City, the City reserves the right to
have the cleaning completed at the expense of the Contractor.
10. Do not burn on-site.
B. Intermediate Cleaning during Construction
1. Keep Work areas clean so as not to hinder health, safety or convenience of
personnel in existing facility operations.
2. At maximum weekly intervals, dispose of waste materials, debris and rubbish.
3. Confine construction debris daily in strategically located container(s):
a. Cover to prevent blowing by wind
b. Store debris away from construction or operational activities
c. Haul from site at a minimum of once per week
4. Vacuum clean interior areas when ready to receive finish painting.
a. Continue vacuum cleaning on an as-needed basis, until Final Acceptance.
5. Prior to storm events, thoroughly clean site of all loose or unsecured items, which
may become airborne or transported by flowing water during the storm.
C. Exterior (Site or Right of Way) Final Cleaning
1. Remove trash and debris containers from site.
a. Re-seed areas disturbed by location of trash and debris containers in accordance
with Section 32 92 13.
2. Sweep roadway to remove all rocks, pieces of asphalt, concrete or any other object
that may hinder or disrupt the flow of traffic along the roadway.
3. Clean any interior areas including, but not limited to, vaults, manholes, structures,
junction boxes and inlets.
4. If no longer required for maintenance of erosion facilities, and upon approval by
City, remove erosion control from site.
5. Clean signs, lights, signals, etc.
3.11 CLOSEOUT ACTIVITIES [NOT USED]
3.12 PROTECTION [NOT USED]
3.13 MAINTENANCE [NOT USED]
3.14 ATTACHMENTS [NOT USED]
Cooks Lane Self Storage
104946
01 74 23 - 4
DAP CLEANING
Page 4 of 4
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS [Insert Project Number]
Revised April 7, 2014
END OF SECTION
Revision Log
DATE NAME SUMMARY OF CHANGE
4/7/2014 M.Domenech Revised for DAP application
Cooks Lane Self Storage
104946
01 77 19 - 1
DAP CLOSEOUT REQUIREMENTS
Page 1 of 3
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS [Insert Project Number]
Revised April 7, 2014
SECTION 01 77 19
CLOSEOUT REQUIREMENTS
PART 1 - GENERAL
1.1 SUMMARY
A. Section Includes:
1. The procedure for closing out a contract
B. Deviations from this City of Fort Worth Standard Specification
1. None.
C. Related Specification Sections include, but are not necessarily limited to:
1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract
2. Division 1 – General Requirements
1.2 PRICE AND PAYMENT PROCEDURES
A. Measurement and Payment
1. Work associated with this Item is considered subsidiary to the various Items bid.
No separate payment will be allowed for this Item.
1.3 REFERENCES [NOT USED]
1.4 ADMINISTRATIVE REQUIREMENTS
A. Guarantees, Bonds and Affidavits
1. No application for final payment will be accepted until all guarantees, bonds,
certificates, licenses and affidavits required for Work or equipment as specified are
satisfactorily filed with the City.
B. Release of Liens or Claims
1. No application for final payment will be accepted until satisfactory evidence of
release of liens has been submitted to the City.
1.5 SUBMITTALS
A. Submit all required documentation to City’s Project Representative.
Cooks Lane Self Storage
104946
01 77 19 - 2
DAP CLOSEOUT REQUIREMENTS
Page 2 of 3
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS [Insert Project Number]
Revised April 7, 2014
1.6 INFORMATIONAL SUBMITTALS [NOT USED]
1.7 CLOSEOUT SUBMITTALS [NOT USED]
PART 2 - PRODUCTS [NOT USED]
PART 3 - EXECUTION
3.1 INSTALLERS [NOT USED]
3.2 EXAMINATION [NOT USED]
3.3 PREPARATION [NOT USED]
3.4 CLOSEOUT PROCEDURE
A. Prior to requesting Final Inspection, submit:
1. Project Record Documents in accordance with Section 01 78 39
2. Operation and Maintenance Data, if required, in accordance with Section 01 78 23
B. Prior to requesting Final Inspection, perform final cleaning in accordance with Section
01 74 23.
C. Final Inspection
1. After final cleaning, provide notice to the City Project Representative that the Work
is completed.
a. The City will make an initial Final Inspection with the Contractor present.
b. Upon completion of this inspection, the City will notify the Contractor, in
writing within 10 business days, of any particulars in which this inspection
reveals that the Work is defective or incomplete.
2. Upon receiving written notice from the City, immediately undertake the Work
required to remedy deficiencies and complete the Work to the satisfaction of the
City.
3. Upon completion of Work associated with the items listed in the City's written
notice, inform the City, that the required Work has been completed. Upon receipt
of this notice, the City, in the presence of the Contractor, will make a subsequent
Final Inspection of the project.
4. Provide all special accessories required to place each item of equipment in full
operation. These special accessory items include, but are not limited to:
a. Specified spare parts
b. Adequate oil and grease as required for the first lubrication of the equipment
c. Initial fill up of all chemical tanks and fuel tanks
d. Light bulbs
e. Fuses
f. Vault keys
g. Handwheels
h. Other expendable items as required for initial start-up and operation of all
equipment
D. Notice of Project Completion
Cooks Lane Self Storage
104946
01 77 19 - 3
DAP CLOSEOUT REQUIREMENTS
Page 3 of 3
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS [Insert Project Number]
Revised April 7, 2014
1. Once the City Project Representative finds the Work subsequent to Final Inspection
to be satisfactory, the City will issue a Notice of Project Completion (Green Sheet).
E. Supporting Documentation
1. Coordinate with the City Project Representative to complete the following
additional forms:
a. Final Payment Request
b. Statement of Contract Time
c. Affidavit of Payment and Release of Liens
d. Consent of Surety to Final Payment
e. Pipe Report (if required)
f. Contractor’s Evaluation of City
g. Performance Evaluation of Contractor
F. Letter of Final Acceptance
1. Upon review and acceptance of Notice of Project Completion and Supporting
Documentation, in accordance with General Conditions, City will issue Letter of
Final Acceptance and release the Final Payment Request for payment.
3.5 REPAIR / RESTORATION [NOT USED]
3.6 RE-INSTALLATION [NOT USED]
3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED]
3.8 SYSTEM STARTUP [NOT USED]
3.9 ADJUSTING [NOT USED]
3.10 CLEANING [NOT USED]
3.11 CLOSEOUT ACTIVITIES [NOT USED]
3.12 PROTECTION [NOT USED]
3.13 MAINTENANCE [NOT USED]
3.14 ATTACHMENTS [NOT USED]
END OF SECTION
Revision Log
DATE NAME SUMMARY OF CHANGE
4/7/2014 M.Domenech Revised for DAP application
Cooks Lane Self Storage
104946
01 78 23 - 1
DAP OPERATION AND MAINTENANCE DATA
Page 1 of 5
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS [Insert Project Number]
Revised April 7, 2014
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
Cooks Lane Self Storage
104946
01 78 23 - 2
DAP OPERATION AND MAINTENANCE DATA
Page 2 of 5
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS [Insert Project Number]
Revised April 7, 2014
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.
Cooks Lane Self Storage
104946
01 78 23 - 3
DAP OPERATION AND MAINTENANCE DATA
Page 3 of 5
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS [Insert Project Number]
Revised April 7, 2014
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
Cooks Lane Self Storage
104946
01 78 23 - 4
DAP OPERATION AND MAINTENANCE DATA
Page 4 of 5
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS [Insert Project Number]
Revised April 7, 2014
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
Cooks Lane Self Storage
104946
01 78 23 - 5
DAP OPERATION AND MAINTENANCE DATA
Page 5 of 5
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS [Insert Project Number]
Revised April 7, 2014
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
4/7/2014 M.Domenech Revised for DAP Application
Cooks Lane Self Storage
104946
01 78 39 - 1
DAP PROJECT RECORD DOCUMENTS
Page 1 of 4
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS [Insert Project Number]
Revised April 7, 2014
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.
Cooks Lane Self Storage
104946
01 78 39 - 2
DAP PROJECT RECORD DOCUMENTS
Page 2 of 4
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS [Insert Project Number]
Revised April 7, 2014
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".
Cooks Lane Self Storage
104946
01 78 39 - 3
DAP PROJECT RECORD DOCUMENTS
Page 3 of 4
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS [Insert Project Number]
Revised April 7, 2014
2. Preservation
a. Considering the Contract completion time, the probable number of occasions
upon which the job set must be taken out for new entries and for examination,
and the conditions under which these activities will be performed, devise a
suitable method for protecting the job set.
b. Do not use the job set for any purpose except entry of new data and for review
by the City, until start of transfer of data to final Project Record Documents.
c. Maintain the job set at the site of work.
3. Coordination with Construction Survey
a. At a minimum clearly mark any deviations from Contract Documents
associated with installation of the infrastructure.
4. Making entries on Drawings
a. Record any deviations from Contract Documents.
b. Use an erasable colored pencil (not ink or indelible pencil), clearly describe the
change by graphic line and note as required.
c. Date all entries.
d. Call attention to the entry by a "cloud" drawn around the area or areas affected.
e. In the event of overlapping changes, use different colors for the overlapping
changes.
5. Conversion of schematic layouts
a. In some cases on the Drawings, arrangements of conduits, circuits, piping,
ducts, and similar items, are shown schematically and are not intended to
portray precise physical layout.
1) Final physical arrangement is determined by the Contractor, subject to the
City's approval.
2) However, design of future modifications of the facility may require
accurate information as to the final physical layout of items which are
shown only schematically on the Drawings.
b. Show on the job set of Record Drawings, by dimension accurate to within 1
inch, the centerline of each run of items.
1) Final physical arrangement is determined by the Contractor, subject to the
City's approval.
2) Show, by symbol or note, the vertical location of the Item ("under slab", "in
ceiling plenum", "exposed", and the like).
3) Make all identification sufficiently descriptive that it may be related
reliably to the Specifications.
c. The City may waive the requirements for conversion of schematic layouts
where, in the City's judgment, conversion serves no useful purpose. However,
do not rely upon waivers being issued except as specifically issued in writing
by the City.
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.
c. Call attention to each entry by drawing a "cloud" around the area or areas
affected.
Cooks Lane Self Storage
104946
01 78 39 - 4
DAP PROJECT RECORD DOCUMENTS
Page 4 of 4
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS [Insert Project Number]
Revised April 7, 2014
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
4/7/2014 M.Domenech Revised for DAP Application
Cooks Lane Self Storage
104946
Approval Spec No. Classsification Manufacturer Model No. National Spec Size
Water & Sewer - Manholes & Bases/Components 33-39-10 (Rev 2/3/16)
07/23/97 33 05 13 Urethane Hydrophilic Waterstop Asahi Kogyo K.K. Adeka Ultra-Seal P-201 ASTM D2240/D412/D792
04/26/00 33 05 13 Offset Joint for 4' Diam. MH Hanson Concrete Products Drawing No. 35-0048-001
04/26/00 33 05 13 Profile Gasket for 4' Diam. MH. Press-Seal Gasket Corp. 250-4G Gasket ASTM C-443/C-361 SS MH
1/26/99 33 05 13 HDPE Manhole Adjustment Rings Ladtech, Inc HDPE Adjustment Ring Traffic and Non-traffic area
5/13/05 33 05 13 Manhole External Wrap Canusa - CPS WrapidSeal Manhole Encapsulation System
Water & Sewer - Manholes & Bases/Fiberglass 33-39-13 (1/8/13)
1/26/99 33 39 13 Fiberglass Manhole Fluid Containment, Inc. Flowtite ASTM 3753 Non-traffic area
08/30/06 33 39 13 Fiberglass Manhole L.F. Manufacturing Non-traffic area
Water & Sewer - Manholes & Bases/Frames & Covers/Rectangular 33-05-13 (Rev 2/3/16)
* 33 05 13 Manhole Frames and Covers Western Iron Works, Bass & Hays Foundry 1001 24"x40" WD
Water & Sewer - Manholes & Bases/Frames & Covers/Standard (Round) 33-05-13 (Rev 2/3/16)
* 33 05 13 Manhole Frames and Covers Western Iron Works, Bass & Hays Foundry 30024 24" Dia.
* 33 05 13 Manhole Frames and Covers McKinley Iron Works Inc. A 24 AM 24" Dia.
08/24/18 33 05 13 Manhole Frames and Covers Neenah Foundry R-1272 ASTM A48 & AASHTO M306 24" Dia.
08/24/18 33 05 13 Manhole Frames and Covers Neenah Foundry NF 1274 ASTM A48 & AASHTO M306 30" Dia.
33 05 13 Manhole Frames and Covers Sigma Corporation MH-144N
33 05 13 Manhole Frames and Covers Sigma Corporation MH-143N
33 05 13 Manhole Frames and Covers Pont-A-Mousson GTS-STD 24" dia.
33 05 13 Manhole Frames and Covers Neenah Casting 24" dia.
10/31/06 33 05 13 Manhole Frames and Covers (Hinged) Powerseal Hinged Ductile Iron Manhole ASTM A536 24" Dia.
7/25/03 33 05 13 Manhole Frames and Covers Saint-Gobain Pipelines (Pamrex/rexus) RE32-R8FS 30" Dia.
01/31/06 33 05 13 30" Dia. MH Ring and Cover East Jordan Iron Works V1432-2 and V1483 Designs AASHTO M306-04 30" Dia.
11/02/10 33 05 13 30" Dia. MH Ring and Cover Sigma Corporation MH1651FWN & MH16502 30" Dia
07/19/11 33 05 13 30" Dia. MH Ring and Cover Star Pipe Products MH32FTWSS-DC 30" Dia
08/10/11 33 05 13 30" Dia. MH Ring and Cover Accucast 220700 Heavy Duty with Gasket Ring 30" Dia
10/14/13 33 05 13 30" Dia. MH Ring and Cover (Hinged & Lockable) East Jordan Iron Works
30" ERGO XL Assembly
with Cam Lock/MPIC/T-Gasket ASSHTO M105 & ASTM A536 30" Dia
06/01/17 34 05 13 30" Dia. MH Ring and Cover (Lockable) CI SIP Industries 2280 (32") ASTM A 48 30" Dia.
12/05/23 34 05 13 30" Dia. MH Ring and Cover (Hinged & Lockable) CI SIP Industries 4267WT - Hinged (32") ASTM A 48 30" Dia.
09/16/19 33 05 13 30" Dia. MH Ring and Cover Composite Access Products, L.P.
CAP-ONE-30-FTW, Composite, w/ Lock
w/o Hing 30" Dia.
10/07/21 34 05 13 30" Dia. MH Ring and Cover Trumbull Manufacturing 32"(30") Frame and Cover 30" Dia.
Water & Sewer - Manholes & Bases/Frames & Covers/Water Tight & Pressure Tight 33-05-13 (Rev 2/3/16)
* 33 05 13 Manhole Frames and Covers Pont-A-Mousson Pamtight 24" Dia.
* 33 05 13 Manhole Frames and Covers Neenah Casting 24" Dia.
* 33 05 13 Manhole Frames and Covers Western Iron Works,Bass & Hays Foundry 300-24P 24" Dia.
* 33 05 13 Manhole Frames and Covers McKinley Iron Works Inc. WPA24AM 24" Dia.
03/08/00 33 05 13 Manhole Frames and Covers Accucast RC-2100 ASTM A 48 24" Dia.
04/20/01 33 05 13 Manhole Frames and Covers (SIP)Serampore Industries Private Ltd. 300-24-23.75 Ring and Cover ASTM A 48 24" Dia.
Water & Sewer - Manholes & Bases/Precast Concrete (Rev 1/8/13)
* 33 39 10 Manhole, Precast Concrete Hydro Conduit Corp SPL Item #49 ASTM C 478 48"
* 33 39 10 Manhole, Precast Concrete Wall Concrete Pipe Co. Inc. ASTM C-443 48"
09/23/96 33 39 10 Manhole, Precast Concrete Concrete Product Inc. 48" I.D. Manhole w/ 32" Cone ASTM C 478 48" w/32" cone
12/05/23 33 39 10 Manhole, Precast Concrete The Turner Company 72" I.D. Manhole w/ 32" Cone ASTM C 478 72"
05/08/18 33 39 10 Manhole, Precast Concrete The Turner Company 48", 60" I.D. Manhole w/ 32" Cone ASTM C 478 48", 60"
10/27/06 33 39 10 Manhole, Precast Concrete Oldcastle Precast Inc. 48" I.D. Manhole w/ 24" Cone ASTM C 478 48" Diam w 24" Ring
06/09/10 33 39 10 Manhole, Precast (Reinforced Polymer)Concrete US Composite Pipe Reinforced Polymer Concrete ASTM C-76 48" to 72"
09/06/19 33 39 20 Manhole, Precast Concrete Forterra Pipe and Precast 60" & 72" I.D. Manhole w/32" Cone ASTM C-76 60" & 72"
10/07/21 32 39 20 Manhole, Precast Concrete Forterra Pipe and Precast 48" I.D. Manhole w/32" Cone ASTM C-77 48"
10/07/21 33 39 20 Manhole, Precast (Reinforced Polymer) Concrete Armorock 48" & 60" I.D. Manhole w/32" Cone 48" & 60"
10/07/21 33 39 20 Manhole, Precast (Hybrid) Polymer & PVC Predl Systems 48" & 60" I.D. Manhole w/32" Cone 48" & 60" Non Traffic Areas
03/07/23 33 39 20 Manhole, Precast Concrete AmeriTex Pipe and Products, LLC 48" & 60" I.D. Manhole w/32" Cone
ASTM C-478; ASTM C-923;
ASTM C-443
03/07/23 33 39 20 Manhole, Precast (Reinforced Polymer) Concrete P3 Polymers, RockHardscp 48" & 60" I.D. Manhole w/32" Cone
04/28/07 Manhole, Precast (Reinforced Polymer) Concrete Amitech USA Meyer Polycrete Pipe
Sewer -(WAC) Wastewater Access Chamber 33 39 40
12/29/23 33 39 20 Wastewater Access Chamber Quickstream Solutions, Inc. Type 8 Maintenace Shaft (Poopit)
For use when Std. MH cannot be
installed due to depth
Water & Sewer - Manholes & Bases/Rehab Systems/Cementitious
* E1-14 Manhole Rehab Systems Quadex
04/23/01 E1-14 Manhole Rehab Systems Standard Cement Materials, Inc. Reliner MSP
E1-14 Manhole Rehab Systems AP/M Permaform
4/20/01 E1-14 Manhole Rehab System Strong Company Strong Seal MS2A Rehab System
5/12/03 E1-14 Manhole Rehab System (Liner) Triplex Lining System MH repair product to stop infiltration ASTM D5813
08/30/06 General Concrete Repair FlexKrete Technologies Vinyl Polyester Repair Product Misc. Use
CITY OF FORT WORTH
WATER DEPARTMENT
STANDARD PRODUCT LIST Updated: 12/29/2023
* From Original Standard Products List 1
Approval Spec No. Classsification Manufacturer Model No. National Spec Size
CITY OF FORT WORTH
WATER DEPARTMENT
STANDARD PRODUCT LIST Updated: 12/29/2023
Water & Sewer - Manholes & Bases/Rehab Systems/NonCementitious
05/20/96 E1-14 Manhole Rehab Systems Sprayroq, Spray Wall Polyurethane Coating ASTM D639/D790
12/14/01 Coating for Corrosion protection(Exterior) ERTECH Series 20230 and 2100 (Asphatic Emulsion)
For Exterior Coating of Concrete
Structures Only
01/31/06 Coatings for Corrosion Protection Chesterton Arc 791, S1HB, S1, S2 Acid Resistance Test Sewer Applications
8/28/2006 Coatings for Corrosion Protection Warren Environmental S-301 and M-301 Sewer Applications
03/19/18
33 05 16, 33 39 10,
33 39 20 Coating for Corrosion protection(Exterior) Sherwin Williams
RR&C Dampproofing Non-Fibered Spray
Grade (Asphatic Emulsion)
For Exterior Coating of Concrete
Structures Only
Water & Sewer - Manhole Inserts - Field Operations Use Only (Rev 2/3/16)
* 33 05 13 Manhole Insert Knutson Enterprises Made to Order - Plastic ASTM D 1248 For 24" dia.
* 33 05 13 Manhole Insert South Western Packaging Made to Order - Plastic ASTM D 1248 For 24" dia.
* 33 05 13 Manhole Insert Noflow-Inflow Made to Order - Plastic ASTM D 1248 For 24" dia.
09/23/96 33 05 13 Manhole Insert Southwestern Packing & Seals, Inc. LifeSaver - Stainless Steel For 24" dia.
09/23/96 33 05 13 Manhole Insert Southwestern Packing & Seals, Inc. TetherLok - Stainless Steel For 24" dia
Water & Sewer - Pipe Casing Spacers 33-05-24 (07/01/13)
11/04/02 Steel Band Casing Spacers Advanced Products and Systems, Inc. Carbon Steel Spacers, Model SI
02/02/93 Stainless Steel Casing Spacer Advanced Products and Systems, Inc. Stainless Steel Spacer, Model SSI
04/22/87 Casing Spacers Cascade Waterworks Manufacturing Casing Spacers
09/14/10 Stainless Steel Casing Spacer Pipeline Seal and Insulator Stainless Steel Casing Spacer Up to 48"
09/14/10 Coated Steel Casin Spacers Pipeline Seal and Insulator Coated Steel Casin Spacers Up to 48"
05/10/11 Stainless Steel Casing Spacer Powerseal 4810 Powerchock Up to 48"
03/19/18 Casing Spacers BWM SS-12 Casing Spacer(Stainless Steel)
03/19/18 Casing Spacers BWM
FB-12 Casing Spacer (Coated Carbon Steel)
for Non_pressure Pipe and Grouted Casing
03/29/22 33 05 13 Casing Spacers CCI Pipeline Systems CSC12, CSS12
Water & Sewer - Pipes/Ductile Iron 33-11-10(1/8/13)
* 33 11 10 Ductile Iron Pipe Griffin Pipe Products, Co. Super Bell-Tite Ductile Iron Pressure Pipe, AWWA C150, C151 3" thru 24"
08/24/18 33 11 10 Ductile Iron Pipe American Ductile Iron Pipe Co. American Fastite Pipe (Bell Spigot) AWWA C150, C151 4" thru 30"
08/24/18 33 11 10 Ductile Iron Pipe American Ductile Iron Pipe Co. American Flex Ring (Restrained Joint) AWWA C150, C151 4" thru 30"
* 33 11 10 Ductile Iron Pipe U.S. Pipe and Foundry Co. AWWA C150, C151
* 33 11 10 Ductile Iron Pipe McWane Cast Iron Pipe Co. AWWA C150, C151
Water & Sewer - Utility Line Marker (08/24/2018)
Sewer - Coatings/Epoxy 33-39-60 (01/08/13)
02/25/02 Epoxy Lining System Sauereisen, Inc SewerGard 210RS LA County #210-1.33
12/14/01 Epoxy Lining System Ertech Technical Coatings Ertech 2030 and 2100 Series
04/14/05 Interior Ductile Iron Pipe Coating Induron Protecto 401 ASTM B-117 Ductile Iron Pipe Only
01/31/06 Coatings for Corrosion Protection Chesterton Arc 791, S1HB, S1, S2 Acid Resistance Test Sewer Applications
8/28/2006 Coatings for Corrosion Protection Warren Environmental S-301 and M-301 Sewer Applications
Sewer - Coatings/Polyurethane
Sewer - Combination Air Valves
05/25/18 33-31-70 Air Release Valve A.R.I. USA, Inc. D025LTP02(Composite Body) 2"
Sewer - Pipes/Concrete
* E1-04 Conc. Pipe, Reinforced Wall Concrete Pipe Co. Inc. ASTM C 76
* E1-04 Conc. Pipe, Reinforced Hydro Conduit Corporation Class III T&G, SPL Item #77 ASTM C 76
* E1-04 Conc. Pipe, Reinforced Hanson Concrete Products SPL Item #95-Manhole, #98- Pipe ASTM C 76
* E1-04 Conc. Pipe, Reinforced Concrete Pipe & Products Co. Inc. ASTM C 76
Sewer - Pipe Enlargment System (Method)33-31-23 (01/18/13)
PIM System PIM Corporation Polyethylene PIM Corp., Piscata Way, N.J. Approved Previously
McConnell Systems McLat Construction Polyethylene Houston, Texas Approved Previously
TRS Systems Trenchless Replacement System Polyethylene Calgary, Canada Approved Previously
* From Original Standard Products List 2
Approval Spec No. Classsification Manufacturer Model No. National Spec Size
CITY OF FORT WORTH
WATER DEPARTMENT
STANDARD PRODUCT LIST Updated: 12/29/2023
Sewer - Pipe/Fiberglass Reinforced/ 33-31-13(1/8/13)
7/21/97 33 31 13 Cent. Cast Fiberglass (FRP) Hobas Pipe USA, Inc. Hobas Pipe (Non-Pressure) ASTM D3262/D3754
03/22/10 33 31 13 Fiberglass Pipe (FRP) Ameron Bondstrand RPMP Pipe ASTM D3262/D3754
04/09/21 33 31 13 Glass-Fiber Reinforced Polymer Pipe (FRP) Thompson Pipe Group Thompson Pipe (Flowtite) ASTM D3262/D3754
03/07/23 33 31 13 Fiberglass Pipe (FRP) Future Pipe Industries Fiberstrong FRP
Sewer - Pipe/Polymer Pipe
4/14/05 Polymer Modified Concrete Pipe Amitech USA Meyer Polycrete Pipe ASTM C33, A276, F477 8" to 102", Class V
06/09/10 E1-9 Reinforced Polymer Concrete Pipe US Composite Pipe Reinforced Polymer Concrete Pipe ASTM C-76
Sewer - Pipes/HDPE 33-31-23(1/8/13)
* High-density polyethylene pipe Phillips Driscopipe, Inc. Opticore Ductile Polyethylene Pipe ASTM D 1248 8"
* High-density polyethylene pipe Plexco Inc. ASTM D 1248 8"
* High-density polyethylene pipe Polly Pipe, Inc. ASTM D 1248 8"
High-density polyethylene pipe CSR Hydro Conduit/Pipeline Systems McConnell Pipe Enlargement ASTM D 1248
Sewer - Pipes/PVC (Pressure Sewer) 33-11-12 (4/1/13)
12/02/11 33-11-12 DR-14 PVC Pressure Pipe Pipelife Jetstream PVC Pressure Pipe AWWA C900 4" thru 12"
10/22/14 33-11-12 DR-14 PVC Pressure Pipe Royal Building Products Royal Seal PVC Pressure Pipe AWWA C900 4" thru 12"
Sewer - Pipes/PVC* 33-31-20 (7/1/13)
* 33-31-20 PVC Sewer Pipe J-M Manufacturing Co., Inc. (JM Eagle) SDR-26 (PS115) ASTM D 3034 4" - 15"
12/23/97* 33-31-20 PVC Sewer Pipe Diamond Plastics Corporation SDR-26 (PS115)
ASTM D 3034 4" thru 15"
* 33-31-20 PVC Sewer Pipe Lamson Vylon Pipe SDR-26 (PS115)
ASTM D 3034 4" thru 15"
12/05/23 33-31-20 PVC Sewer Pipe Vinyltech PVC Pipe SDR-26 (PS115) ASTM D3034 4" thru 15"
12/05/23 33-31-20 PVC Sewer Pipe Vinyltech PVC Pipe Gravity Sewer PS 115 ASTM F 679 18"
* 33-31-20 PVC Sewer Pipe J-M Manufacturing Co, Inc. (JM Eagle) PS 115 ASTM F 679 18" - 28"
05/06/05 33-31-20 PVC Solid Wall Pipe Diamond Plastics Corporation PS 115 ASTM F-679 18" to 48"
04/27/06 33-31-20 PVC Sewer Fittings Harco SDR-26 (PS 115) Gasket Fittings ASTM D-3034, D-1784, etc 4" - 15"
*33-31-20 PVC Sewer Fittings Plastic Trends, Inc.(Westlake)Gasketed PVC Sewer Main Fittings ASTM D 3034
3/19/2018 33 31 20 PVC Sewer Pipe Pipelife Jet Stream SDR 26 (PS 115) ASTM F679 18"- 24"
3/19/2018 33 31 20 PVC Sewer Pipe Pipelife Jet Stream SDR 26 ASTM D3034 4"- 15"
3/29/2019 33 31 20
Gasketed Fittings (PVC)GPK Products, Inc. SDR 26 ASTM D3034 4"- 15"
10/21/2020 33 31 20 PVC Sewer Pipe NAPCO(Westlake) SDR 26 ASTM D3034 4" - 15"
10/22/2020 33 31 20 PVC Sewer Pipe Sanderson Pipe Corp. SDR 26 ASTM D3034 4"- 15"
10/21/2020 33 31 20 PVC Sewer Pipe NAPCO(Westlake) SDR 26 PS 115 ASTM F-679 18"- 36"
Sewer - Pipes/Rehab/CIPP 33-31-12 (01/18/13)
* Cured in Place Pipe Insituform Texark, Inc ASTM F 1216
05/03/99 Cured in Place Pipe National Envirotech Group National Liner, (SPL) Item #27 ASTM F-1216/D-5813
05/29/96 Cured in Place Pipe Reynolds Inc/Inliner Technolgy (Inliner USA) Inliner Technology ASTM F 1216
Sewer - Pipes/Rehab/Fold & Form
* Fold and Form Pipe Cullum Pipe Systems, Inc.
11/03/98 Fold and Form Pipe Insituform Technologies, Inc. Insituform "NuPIpe" ASTM F-1504
Fold and Form Pipe American Pipe & Plastics, Inc.Demo. Purpose Only
12/04/00 Fold and Form Pipe Ultraliner Ultraliner PVC Alloy Pipeliner ASTM F-1504, 1871, 1867
06/09/03 Fold and Form Pipe Miller Pipeline Corp. EX Method ASTM F-1504, F-1947 Up to 18" diameter
Sewer - Pipes/Open Profile Large Diameter
09/26/91 E100-2 PVC Sewer Pipe, Ribbed Lamson Vylon Pipe Carlon Vylon H.C. Closed Profile Pipe, ASTM F 679 18" to 48"
09/26/91 E100-2 PVC Sewer Pipe, Ribbed Extrusion Technologies, Inc. Ultra-Rib Open Profile Sewer Pipe ASTM F 679 18" to 48"
E100-2 PVC Sewer Pipe, Ribbed Uponor ETI Company
11/10/10 (E100-2) Polypropylene (PP) Sewer Pipe, Double Wall Advanced Drainage Systems (ADS) SaniTite HP Double Wall (Corrugated) ASTM F 2736 24"-30"
11/10/10 (E100-2) Polypropylene (PP) Sewer Pipe, Triple Wall Advanced Drainage Systems (ADS) SaniTite HP Triple Wall Pipe ASTM F 2764 30" to 60"
ASTM D3262, ASTM D3681, ASTM D4161, AWWA M45
* From Original Standard Products List 3
Approval Spec No. Classsification Manufacturer Model No. National Spec Size
CITY OF FORT WORTH
WATER DEPARTMENT
STANDARD PRODUCT LIST Updated: 12/29/2023
Water - Appurtenances 33-12-10 (07/01/13)
01/18/18 33-12-10 Double Strap Saddle Romac 202NS Nylon Coated AWWA C800 1"-2" SVC, up to 24" Pipe
08/28/02 Double Strap Saddle Smith Blair #317 Nylon Coated Double Strap Saddle
07/23/12 33-12-10 Double Strap Service Saddle Mueller Company DR2S Double (SS) Strap DI Saddle AWWA C800 1"-2" SVC, up to 24" Pipe
03/07/23 33-12-10 Double Strap Service Saddle Powerseal 3450AS, Incl. Corp. Stop, Dbl Strap, Stainless NSF ANSI 372 1"-2" SVC, up to 24" Pipe
10/27/87 Curb Stops-Ball Meter Valves McDonald 6100M,6100MT & 610MT 3/4" and 1"
10/27/87 Curb Stops-Ball Meter Valves McDonald 4603B, 4604B, 6100M, 6100TM and 6101M 1½" and 2"
5/25/2018 33-12-10 Curb Stops-Ball Meter Valves Ford Meter Box Co., Inc.
FB600-7NL, FB1600-7-NL, FV23-777-W-NL,
L22-77NL AWWA C800 2"
5/25/2018 33-12-10 Curb Stops-Ball Meter Valves Ford Meter Box Co., Inc.
FB600-6-NL, FB1600-6-NL, FV23-666-W-
NL, L22-66NL AWWA C800 1-1/2"
5/25/2018 33-12-10 Curb Stops-Ball Meter Valves Ford Meter Box Co., Inc.
FB600-4-NL, FB1600-4-NL, B11-444-WR-
NL, B22444-WR-NL, L28-44NL AWWA C800 1"
5/25/2018 33-12-10 Curb Stops-Ball Meter Valves Mueller Co., Ltd.
B-25000N, B-24277N-3, B-20200N-3, H-
15000N, , H-1552N, H142276N
AWWA C800, ANSF 61,
ANSI/NSF 372 2"
5/25/2018 33-12-10 Curb Stops-Ball Meter Valves Mueller Co., Ltd.
B-25000N, B-20200N-3, B-24277N-3,H-
15000N, H-14276N, H-15525N
AWWA C800, ANSF 61,
ANSI/NSF 372 1-1/2"
5/25/2018 33-12-10 Curb Stops-Ball Meter Valves Mueller Co., Ltd.
B-25000N, B-20200N-3,H-15000N, H-
15530N
AWWA C800, ANSF 61,
ANSI/NSF 372 1"
01/26/00 Coated Tapping Saddle with Double SS Straps JCM Industries, Inc. #406 Double Band SS Saddle 1"-2" Taps on up to 12"
0/5/21/12 33-12-25 Tapping Sleeve (Coated Steel) JCM Industries, Inc. 412 Tapping Sleeve ESS AWWA C-223 Up to 30" w/12" Out
03/29/22 33-12-25 Tapping Sleeve (Coated or Stainless Steel) JCM Industries, Inc. 415 Tapping Sleeve AWWA C-223 Concrete Pipe Only
05/10/11 Tapping Sleeve (Stainless Steel) Powerseal 3490AS (Flange) & 3490MJ 4"-8" and 16"
02/29/12 33-12-25 Tapping Sleeve (Coated Steel) Romac FTS 420 AWWA C-223 U p to 42" w/24" Out
02/29/12 33-12-25 Tapping Sleeve (Stainless Steel) Romac SST Stainless Steel AWWA C-223 Up to 24" w/12" Out
02/29/12 33-12-25 Tapping Sleeve (Stainless Steel) Romac SST III Stainless Steel AWWA C-223 Up to 30" w/12" Out
05/10/11 Joint Repair Clamp Powerseal 3232 Bell Joint Repair Clamp 4" to 30"
Plastic Meter Box w/Composite Lid DFW Plastics Inc. DFW37C-12-1EPAF FTW
Plastic Meter Box w/Composite Lid DFW Plastics Inc. DFW39C-12-1EPAF FTW
08/30/06 Plastic Meter Box w/Composite Lid DFW Plastics Inc. DFW65C-14-1EPAF FTW Class "A"
Concrete Meter Box Bass & Hays CMB37-B12 1118 LID-9
Concrete Meter Box Bass & Hays CMB-18-Dual 1416 LID-9
Concrete Meter Box Bass & Hays CMB65-B65 1527 LID-9
Water - Bolts, Nuts, and Gaskets 33-11-05 (01/08/13)
Water - Combination Air Release 33-31-70 (01/08/13)
* E1-11 Combination Air Release Valve GA Industries, Inc. Empire Air and Vacuum Valve, Model 935 ASTM A 126 Class B, ASTM A 1" & 2"
* E1-11 Combination Air Release Valve Multiplex Manufacturing Co.
Crispin Air and Vacuum Valves, Model No. 1/2", 1" & 2"
* E1-11 Combination Air Release Valve Valve and Primer Corp. APCO #143C, #145C and #147C 1", 2" & 3"
Water - Dry Barrel Fire Hydrants 33-12-40 (01/15/14)
10/01/87 E-1-12 Dry Barrel Fire Hydrant American-Darling Valve Drawing Nos. 90-18608, 94-18560 AWWA C-502
03/31/88 E-1-12 Dry Barrel Fire Hydrant American Darling Valve Shop Drawing No. 94-18791 AWWA C-502
09/30/87 E-1-12 Dry Barrel Fire Hydrant Clow Corporation Shop Drawing No. D-19895 AWWA C-502
01/12/93 E-1-12 Dry Barrel Fire Hydrant American AVK Company Model 2700 AWWA C-502
08/24/88 E-1-12 Dry Barrel Fire Hydrant Clow Corporation Drawings D20435, D20436, B20506 AWWA C-502
E-1-12 Dry Barrel Fire Hydrant ITT Kennedy Valve Shop Drawing No. D-80783FW AWWA C-502
09/24/87 E-1-12 Dry Barrel Fire Hydrant M&H Valve Company Shop Drawing No. 13476 AWWA C-502
10/14/87 E-1-12 Dry Barrel Fire Hydrant Mueller Company
Shop Drawings No. 6461
A-423 Centurion AWWA C-502
01/15/88 E1-12 Dry Barrel Fire Hydrant Mueller Company
Shop Drawing FH-12
A-423 Super Centurion 200 AWWA C-502
10/09/87 E-1-12 Dry Barrel Fire Hydrant U.S. Pipe & Foundry Shop Drawing No. 960250 AWWA C-502
09/16/87 E-1-12 Dry Barrel Fire Hydrant American Flow Control (AFC) Waterous Pacer WB67 AWWA C-502
08/12/16 33-12-40 Dry Barrel Fire Hydrant EJ (East Jordan Iron Works) WaterMaster 5CD250
Water - Meters
02/05/93 E101-5 Detector Check Meter Ames Company Model 1000 Detector Check Valve AWWA C550 4" - 10"
08/05/04 Magnetic Drive Vertical Turbine Hersey Magnetic Drive Vertical AWWA C701, Class 1 3/4" - 6"
* From Original Standard Products List 4
Approval Spec No. Classsification Manufacturer Model No. National Spec Size
CITY OF FORT WORTH
WATER DEPARTMENT
STANDARD PRODUCT LIST Updated: 12/29/2023
Water - Pipes/PVC (Pressure Water) 33-31-70 (01/08/13)
12/05/23 33-11-12 PVC Pressure Pipe Vinyltech PVC Pipe DR14
AWWA C900, AWWA C605,
ASTM D1784 4"-16"
12/05/23 33-11-12 PVC Pressure Pipe Vinyltech PVC Pipe DR18
AWWA C900, AWWA C605,
ASTM D1784 16"-18"
3/19/2018 33 11 12 PVC Pressure Pipe Pipelife Jet Stream DR14 AWWA C900 4"-12"
3/19/2018 33 11 12 PVC Pressure Pipe Pipelife Jet Stream DR18 AWWA C900 16"-24"
5/25/2018 33 11 12 PVC Pressure Pipe Diamond Plastics Corporation DR 14 AWWA C900 4"-12"
5/25/2018 33 11 12 PVC Pressure Pipe Diamond Plastics Corporation DR 18 AWWA C900 16"-24"
12/6/2018 33 11 12 PVC Pressure Pipe J-M Manufacturing Co., Inc d/b/a JM Eagle DR 14
AWWA C900-16
UL 1285
ANSI/NSF 61
FM 1612
4"-28"
12/6/2018 33 11 12 PVC Pressure Pipe J-M Manufacturing Co., Inc d/b/a JM Eagle DR 18
AWWA C900-16
UL 1285
16"-24"
9/6/2019 33 11 12 PVC Pressure Pipe Underground Solutions Inc. DR14 Fusible PVC AWWA C900 4" - 8"
9/6/2019 33 11 12 PVC Pressure Pipe NAPCO(Westlake) DR18 AWWA C900 16" - 24"
9/6/2019 33 11 12 PVC Pressure Pipe NAPCO(Westlake) DR14 AWWA C900 4"- 12"
9/6/2019 33 11 12 PVC Pressure Pipe Sanderson Pipe Corp. DR14 AWWA C900 4"- 12"
Water - Pipes/Valves & Fittings/Ductile Iron Fittings 33-11-11 (01/08/13)
07/23/92 E1-07 Ductile Iron Fittings Star Pipe Products, Inc. Mechanical Joint Fittings AWWA C153 & C110
* E1-07 Ductile Iron Fittings Griffin Pipe Products, Co. Mechanical Joint Fittings AWWA C 110
* E1-07 Ductile Iron Fittings McWane/Tyler Pipe/ Union Utilities Division
Mechanical Joint Fittings, SSB Class 350 AWWA C 153, C 110, C 111
08/11/98 E1-07 Ductile Iron Fittings Sigma, Co.
Mechanical Joint Fittings, SSB Class 351 AWWA C 153, C 110, C 112
02/26/14 E1-07 MJ Fittings Accucast
Class 350 C-153 MJ Fittings AWWA C153 4"-12"
05/14/98 E1-07 Ductile Iron Joint Restraints Ford Meter Box Co./Uni-Flange
Uni-Flange Series 1400 AWWA C111/C153 4" to 36"
05/14/98 E1-24 PVC Joint Restraints Ford Meter Box Co./Uni-Flange
Uni-Flange Series 1500 Circle-Lock AWWA C111/C153 4" to 24"
11/09/04 E1-07 Ductile Iron Joint Restraints One Bolt, Inc.
One Bolt Restrained Joint Fitting AWWA C111/C116/C153 4" to 12"
02/29/12 33-11-11 Ductile Iron Pipe Mechanical Joint Restraint EBAA Iron, Inc.
Megalug Series 1100 (for DI Pipe)AWWA C111/C116/C153 4" to 42"
02/29/12 33-11-11 PVC Pipe Mechanical Joint Restraint EBAA Iron, Inc.
Megalug Series 2000 (for PVC Pipe)AWWA C111/C116/C153 4" to 24"
08/05/04 E1-07 Mechanical Joint Retainer Glands(PVC) Sigma, Co.
Sigma One-Lok SLC4 - SLC10 AWWA C111/C153 4" to 10"
03/06/19 33-11-11 Mechanical Joint Retainer Glands(PVC) Sigma, Co.
Sigma One-Lok SLCS4 - SLCS12 AWWA C111/C153 4" to 12"
08/05/04 E1-07 Mechanical Joint Retainer Glands(PVC) Sigma, Co.
Sigma One-Lok SLCE AWWA C111/C153 12" to 24"
08/10/98 E1-07 MJ Fittings(DIP) Sigma, Co.
Sigma One-Lok SLDE AWWA C153 4" - 24"
10/12/10 E1-24 Interior Restrained Joint System S & B Techncial Products
Bulldog System ( Diamond Lok 21 & JM ASTM F-1624 4" to 12"
08/16/06 E1-07 Mechanical Joint Fittings SIP Industries(Serampore)
Mechanical Joint Fittings AWWA C153 4" to 24"
11/07/16 33-11-11 Mechanical Joint Retainer Glands Star Pipe Products, Inc.
PVC Stargrip Series 4000 ASTM A536 AWWA C111
11/07/16 33-11-11 Mechanical Joint Retainer Glands Star Pipe Products, Inc.
DIP Stargrip Series 3000 ASTM A536 AWWA C111
03/19/18 33-11-11 Mechanical Joint Retainer Glands SIP Industries(Serampore)
EZ Grip Joint Restraint (EZD) Black For DIP
ASTM A536 AWWA C111 3"-48"
03/19/18 33-11-11 Mechanical Joint Retainer Glands SIP Industries(Serampore)
EZ Grip Joint Restraint (EZD) Red for C900
DR14 PVC Pipe ASTM A536 AWWA C111 4"-12"
03/19/18 33-11-11 Mechanical Joint Retainer Glands SIP Industries(Serampore)
EZ Grip Joint Restraint (EZD) Red for C900
DR18 PVC Pipe ASTM A536 AWWA C111 16"-24"
Water - Pipes/Valves & Fittings/Resilient Seated Gate Valve* 33-12-20 (05/13/15)
Resilient Wedged Gate Valve w/no Gears American Flow Control Series 2500 Drawing # 94-20247 16"
12/13/02 Resilient Wedge Gate Valve American Flow Control Series 2530 and Series 2536 AWWA C515 30" and 36"
08/31/99 Resilient Wedge Gate Valve American Flow Control Series 2520 & 2524 (SD 94-20255) AWWA C515 20" and 24"
05/18/99 Resilient Wedge Gate Valve American Flow Control Series 2516 (SD 94-20247) AWWA C515 16"
10/24/00 E1-26 Resilient Wedge Gate Valve American Flow Control Series 2500 (Ductile Iron) AWWA C515 4" to 12"
08/05/04 Resilient Wedge Gate Valve American Flow Control 42" and 48" AFC 2500 AWWA C515 42" and 48"
05/23/91 E1-26 Resilient Wedge Gate Valve American AVK Company American AVK Resilient Seaded GV AWWA C509 4" to 12"
01/24/02 E1-26 Resilient Wedge Gate Valve American AVK Company 20" and smaller
* E1-26 Resilient Seated Gate Valve Kennedy 4" - 12"
* E1-26 Resilient Seated Gate Valve M&H 4" - 12"
* E1-26 Resilient Seated Gate Valve Mueller Co.4" - 12"
11/08/99 Resilient Wedge Gate Valve Mueller Co. Series A2361 (SD 6647) AWWA C515 16"
01/23/03 Resilient Wedge Gate Valve Mueller Co. Series A2360 for 18"-24" (SD 6709) AWWA C515 24" and smaller
05/13/05 Resilient Wedge Gate Valve Mueller Co. Mueller 30" & 36", C-515 AWWA C515 30" and 36"
01/31/06 Resilient Wedge Gate Valve Mueller Co. Mueller 42" & 48", C-515 AWWA C515 42" and 48"
01/28/88 E1-26 Resilient Wedge Gate Valve Clow Valve Co. AWWA C509 4" - 12"
10/04/94 Resilient Wedge Gate Valve Clow Valve Co. 16" RS GV (SD D-20995) AWWA C515 16"
11/08/99 E1-26 Resilient Wedge Gate Valve Clow Valve Co. Clow RW Valve (SD D-21652) AWWA C515 24" and smaller
11/29/04 Resilient Wedge Gate Valve Clow Valve Co. Clow 30" & 36" C-515 AWWA C515 30" and 36" (Note 3)
11/30/12 Resilient Wedge Gate Valve Clow Valve Co. Clow Valve Model 2638 AWWA C515 24" to 48" (Note 3)
05/08/91 E1-26 Resilient Seated Gate Valve Stockham Valves & Fittings AWWA C 509, ANSI 420 - stem, 4" - 12"
* E1-26 Resilient Seated Gate Valve U.S. Pipe and Foundry Co.Metroseal 250, requirements SPL #74 3" to 16"
10/26/16 33-12-20 Resilient Seated Gate Valve EJ (East Jordan Iron Works)EJ FlowMaster Gate Valve & Boxes
08/24/18 Matco Gate Valve Matco-Norca 225 MR AWWA/ANSI C115/An21.15 4" to 16"
* From Original Standard Products List 5
Approval Spec No. Classsification Manufacturer Model No. National Spec Size
CITY OF FORT WORTH
WATER DEPARTMENT
STANDARD PRODUCT LIST Updated: 12/29/2023
Water - Pipes/Valves & Fittings/Rubber Seated Butterfly Valve 33-12-21 (07/10/14)
* E1-30 Rubber Seated Butterfly Valve Henry Pratt Co. AWWA C-504 24"
* E1-30 Rubber Seated Butterfly Valve Mueller Co. AWWA C-504 24"and smaller
1/11/99 E1-30 Rubber Seated Butterfly Valve Dezurik Valves Co. AWWA C-504 24" and larger
06/12/03 E1-30 Valmatic American Butterfly Valve Valmatic Valve and Manufacturing Corp. Valmatic American Butterfly Valve. AWWA C-504 Up to 84" diameter
04/06/07 E1-30 Rubber Seated Butterfly Valve M&H Valve M&H Style 4500 & 1450 AWWA C-504 24" to 48"
03/19/18 33 12 21 Rubber Seated Butterfly Valve G. A. Industries (Golden Anderson) AWWA C504 Butterfly Valve AWWA C-504 30"-54"
Water - Polyethylene Encasement 33-11-10 (01/08/13)
05/12/05 E1-13 Polyethylene Encasment Flexsol Packaging Fulton Enterprises AWWA C105 8 mil LLD
05/12/05 E1-13 Polyethylene Encasment Mountain States Plastics (MSP) and AEP Ind. Standard Hardware AWWA C105 8 mil LLD
05/12/05 E1-13 Polyethylene Encasment AEP Industries Bullstrong by Cowtown Bolt & Gasket AWWA C105 8 mil LLD
09/06/19 33-11-11 Polyethylene Encasment Northtown Products Inc. PE Encasement for DIP AWWA C105 8 mil LLD
Water - Sampling Station
03/07/23 33 12 50 Water Sampling Station Eclipse Number 88 , 12-inch Depth of Bury As shown in spec. 33 12 50
Water - Automatic Flusher
10/21/20 Automated Flushing System Mueller Hydroguard
HG6-A-IN-2-BRN-LPRR(Portable)
HG2-A-IN--2-PVC-018-LPLG(Permanent)
04/09/21 Automated Flushing System Kupferle Foundry Company Eclipse #9800wc
04/09/21 Automated Flushing System Kupferle Foundry Company
Eclipse #9700 (Portable)
Yellow Highlight indicates recent changes
The Fort Worth Water Department’s Standard Products List has been developed to minimize the submittal review of products which meet the Fort Worth Water Department’s Standard Specifications during utility construction projects. When Technical
Specifications for specific products, are included as part of the Construction Contract Documents, the requirements of the Technical Specification will override the Fort Worth Water Department’s Standard Specifications and the Fort Worth Water Department’s
Standard Products List and approval of the specific products will be based on the requirements of the Technical Specification whether or not the specific product meets the Fort Worth Water Department’s Standard Specifications or is on the Fort Worth Water
* From Original Standard Products List 6
Approval Spec No.Classification Manufacturer Model No.National Spec
Concrete
9/9/2022 03 30 00 Mix Design American Concrete Company 30CAF029 3000 psi Concrete for Sidewalks & ADA Ramps
9/9/2022 03 30 00 Mix Design American Concrete Company 01JAF382 1000 psi Concrete Base Material for Trench Repair
9/9/2022 03 30 00 Mix Design American Concrete Company 40CNF065 4000 psi Concrete for Manholes & Utility Structures
9/9/2022 03 30 00 Mix Design American Concrete Company 45CAF076 4500 psi Concrete for Hand Placed Paving
9/9/2022 03 30 00 Mix Design Argos D10000001737 4500 psi Concrete for Hand Placed Paving
9/9/2022 03 30 00 Mix Design Argos D10000001791 4500 psi Concrete for Hand Placed Paving
9/9/2022 03 30 00 Mix Design Argos D10000001793 4500 psi Concrete for Hand Placed Paving
9/9/2022 03 30 00 Mix Design Argos D10000001103 4500 psi Concrete for Hand Placed Paving
9/9/2022 03 30 00 Mix Design Argos D10000002107 4500 psi Concrete for Hand Placed Paving
9/9/2022 03 30 00 Mix Design Argos D10000001273 4500 psi Concrete for Hand Placed Paving
9/9/2022 03 30 00 Mix Design Argos D10000001617 3600 psi Concrete for Machine Placed Paving
9/9/2022 03 30 00 Mix Design Argos D10000008381 4500 psi Concrete for HES Paving
9/9/2022 03 30 00 Mix Design Argos D10000009857 50 psi Flowable Fill - CLSM
9/9/2022 03 30 00 Mix Design Argos D10000001055 3000 psi Concrete for Inlets, Junction Boxes, Manholes, Channel Liners, Sidewalks, Driveways, Curb & Gutter
9/9/2022 03 30 00 Mix Design Argos D1000001043S 3000 psi Concrete for Sidewalks, Curbs
9/9/2022 03 30 00 Mix Design Argos D1000001565S 3000 psi Concrete for Curbs, Curb & Gutters, Sidewalks, Driveways, ADA Ramps
9/9/2022 03 30 00 Mix Design Argos D1000001615 3600 psi Concrete for Inlets, Boxes, Encasement, Blocking
9/9/2022 03 30 00 Mix Design Argos D10000001061 3600 psi Concrete for Inlets, Boxes, Encasement, Blocking
9/9/2022 03 30 00 Mix Design Argos D10000001083S 4000 psi Concrete for Valve Pads, Inlets, Structures, Headwalls, Thrust Blocking
9/9/2022 03 30 00 Mix Design Argos D10000001083 4000 psi Concrete for Valve Pads, Inlets, Structures, Headwalls, Thrust Blocking
9/9/2022 03 30 00 Mix Design Argos D10000001685 4000 psi Concrete for Valve Pads
9/9/2022 03 30 00 Mix Design Argos D10000005751 750 Psi Concrete Base for Trench Repair
9/9/2022 03 30 00 Mix Design Argos D10000001681 4000 psi Concrete for Headwalls, Retaining Walls, Box Culverts, Valley Gutters
9/9/2022 03 30 00 Mix Design Big D Concrete 7SKGRT 3000 psi Concrete for Grouting
9/9/2022 03 30 00 Mix Design Big D Concrete 14500AE 4500 psi Concrete for High Early Strength Paving
5/2/2023 32 13 13 Mix Design Big D Concrete CM14520AE 4500 psi Concrete for Hand Placed Paving
9/9/2022 03 30 00 Mix Design Big Town Concrete 452065-1 4500 psi hand placed paving
9/9/2022 03 30 00 Mix Design Big Town Concrete 450065-1 4500 psi hand placed paving
9/9/2022 03 30 00 Mix Design Burnco Texas 45U500BG 4500 psi Concrete Mix for Hand Placed Paving, Storm Structures
9/9/2022 03 30 00 Mix Design Burnco Texas 40U553BG 4000 psi Concrete Mix for Machine Placed Paving
9/9/2022 03 30 00 Mix Design Burnco Texas 55U120AG 4000 psi Concrete Mix for High Early Strength Paving
9/9/2022 03 30 00 Mix Design Burnco Texas 30U100AG 3000 psi Concrete Mix for Pipe Collars, Inlets, Thrust Blocks, Sidewalks, ADA Ramps
9/9/2022 03 30 00 Mix Design Burnco Texas 30U101AG 3000 psi Concrete Mix for Flatwork
9/9/2022 03 30 00 Mix Design Burnco Texas 30U500BG 3000 psi Concrete Mix for Blocking, Encasement, Curb Inlets, Junction Boxes, Fire Hydrant Pads, Driveways, Curb & Gutters,
Sidewalks, ADA Ramps
9/9/2022 03 30 00 Mix Design Burnco Texas 40U500BG 4000 psi Concrete Mix for Storm Drain Structures, Driveways, Screen Walls, Collars
9/9/2022 03 30 00 Mix Design Burnco Texas 36U500BG 3600 psi Concrete Mix for Lighting and Traffic Signal Foundations
9/9/2022 03 30 00 Mix Design Burnco Texas 08Y450BA 800 psi Concrete Mix for Base for Trench Repair
9/9/2022 03 30 00 Mix Design Burnco Texas 01Y690BF 100 psi Concrete Mix for Flowable Fill
1/8/2024 03 30 00 Mix Design Burnco Texas 36U502BG / 5.74 Sacks / 3,600 psi Concrete Mix for Lighting & Traffic Signal Foundations
4/1/2023 03 34 16 Mix Design Burnco Texas 10YH50BF 1000 psi Concrete Base Material for Trench Repair
9/9/2022 03 30 00 Mix Design Carder Concrete FWCC602021 4500 psi concrete for Hand Placed Paving
9/9/2022 03 30 00 Mix Design Carder Concrete FWCC552091 3600 psi for Machine Placed Paving
9/9/2022 03 30 00 Mix Design Carder Concrete FWCC602091 3600 psi for Machine Placed Paving
9/9/2022 03 30 00 Mix Design Carder Concrete FWCC359101 Flowable Fill - CLSM
9/9/2022 03 30 00 Mix Design Carder Concrete FWFF237501 Flowable Fill - CLSM
9/9/2022 03 30 00 Mix Design Carder Concrete FWCC602001 4000 psi Concrete for Storm Drain Structures, Manholes, Headwalls, Retaining Walls, Valley Gutters, Drive Approaches
9/9/2022 03 30 00 Mix Design Carder Concrete FWCC502021 3500 psi concrete for Sidewalks, Driveways, Ramps, Curb & Gutter
9/9/2022 03 30 00 Mix Design Carder Concrete FWCC502001 3000 psi for Sidewalks, Driveways, Ramps, Curb & Gutter, Flatwork
9/9/2022 03 30 00 Mix Design Charley's Concrete 4142 3600 psi Concrete for Curb Inlets, Junction Boxes
9/9/2022 03 30 00 Mix Design Charley's Concrete 4518 4000 psi Concrete for Headwalls, Wingwalls
9/9/2022 03 30 00 Mix Design Charley's Concrete 5167 3600 psi Concrete Mix for Machine Placed Paving
9/9/2022 03 30 00 Mix Design Charley's Concrete 4609 4500 psi Concrete Mix for Hand Placed Paving, Manholes
9/9/2022 03 30 00 Mix Design Charley's Concrete 6103 4500 psi Concrete Mix for Hand Placed Paving, Manholes
9/9/2022 03 30 00 Mix Design Charley's Concrete 4502 3000 psi Concrete Mix for Sidewalks
9/9/2022 03 30 00 Mix Design Charley's Concrete 3759 3000 psi Concrete Mix for Sidewalks
9/9/2022 03 30 00 Mix Design Charley's Concrete 1502 150 psi Concrete for Flowable Fill-CLSM
9/9/2022 03 30 00 Mix Design Charley's Concrete 1518 150 Psi Concrete for Flowable Fill-CLSM
9/9/2022 03 30 00 Mix Design Charley's Concrete 5642 4000 psi Concrete for Storm Drain Structures
9/9/2022 03 30 00 Mix Design Charley's Concrete 6595 5000 psi Concrete Mix for High Early Strength Paving
9/9/2022 03 30 00 Mix Design Charley's Concrete 6589 4500 psi Concrete Mix for High Early Strength Paving
9/9/2022 03 30 00 Mix Design Chisholm Trail Redi Mix C13020AE 3000 psi Concrete for Driveways, Curb & Gutter
9/9/2022 03 30 00 Mix Design City Concrete Company 11-350-FF 50-150 psi Concrete for Flowable Fill-CLSM
CITY OF FORT WORTH TRANSPORTATION/PUBLIC WORKS DEPARTMENT
STANDARD PRODUCTS LIST AS OF 03/07/2024
Approval Spec No.Classification Manufacturer Model No.National Spec
CITY OF FORT WORTH TRANSPORTATION/PUBLIC WORKS DEPARTMENT
STANDARD PRODUCTS LIST AS OF 03/07/2024
Concrete (Continued)
9/9/2022 03 30 00 Mix Design City Concrete Company 30HA25II 3000 psi Concrete for Rip-Rap
9/9/2022 03 30 00 Mix Design City Concrete Company 30HA20II 3000 psi Concrete Mix for Blocking, Sidewalks, Flatwork, Pads
9/9/2022 03 30 00 Mix Design City Concrete Company 45NG25II 3600 psi Concrete Mix for Drilled Shafts/Lighting and Traffic Signal Foundations
9/9/2022 03 30 00 Mix Design City Concrete Company 50QG25II 3600 psi Slurry Displaced Drilled Shaft
9/9/2022 03 30 00 Mix Design City Concrete Company 45NA20II 4500 psi Concrete Mix for Hand Placed Paving
9/9/2022 03 30 00 Mix Design City Concrete Company 36LA2011 3600 psi Concrete Mix for Machine Placed Paving
9/9/2022 03 30 00 Mix Design City Concrete Company 36JA001J 3600 psi Concrete Mix for Machine Placed Paving
9/9/2022 03 30 00 Mix Design City Concrete Company 40LA2011 4000 psi Concrete Mix for Storm Drain Structures
11/16/2022 03 30 00 Mix Design City Concrete Company CLNG25II 3600 psi Concrete for Drilled Shaft/Lighting and Traffic Signal Foundations
5/5/2023 03 30 00 Mix Design City Concrete Company CCNA25OAG 3600 psi Concrete for Drilled ShaftsLighting and Traffic Signal Foundations
5/5/2023 03 30 00 Mix Design City Concrete Company CSSQA25OAG 3,600 psi Concrete for Slurry Displacement Shafts, Underwater Shafts
9/9/2022 03 30 00 Mix Design Cow Town Redi Mix 250 3000 psi Concrete Mix for Sidewalks, Driveways, ADA Ramps
9/9/2022 03 30 00 Mix Design Cow Town Redi Mix 350 3000 psi Concrete Mix for Sidewalks, Driveways, ADA Ramps
9/9/2022 03 34 13 Mix Design Cow Town Redi Mix 9 70 psi Flowable Fill - CLSM
9/9/2022 03 34 13 Mix Design Cow Town Redi Mix 9-S-2 70 psi Flowable Fill - CLSM
9/9/2022 03 34 13 Mix Design Cow Town Redi Mix 220-8 50 psi Concrete Mix for Flowable Fill - CLSM
9/9/2022 03 34 13 Mix Design Cow Town Redi Mix 320-8 50 psi Concrete Mix for Flowable Fill - CLSM
9/9/2022 03 30 00 Mix Design Cow Town Redi Mix 230-8 750 psi Concrete Base Material for Trench Repair
9/9/2022 03 30 00 Mix Design Cow Town Redi Mix 330-S8 750 psi Concrete Base Material for Trench Repair
9/9/2022 03 30 00 Mix Design Cow Town Redi Mix 353 3000 psi Concrete Mix for Sidewalks, ADA Ramps, Driveways, Curb & Gutter, Safety End Treatments, Non-TxDOT Retaining Walls
9/9/2022 03 30 00 Mix Design Cow Town Redi Mix 253-W 3000 psi Concrete Mix Sidewalks, ADA Ramps, Driveways, Curb & Gutter, Safety End Treatments, Non-TxDOT Retaining Walls
9/9/2022 03 30 00 Mix Design Cow Town Redi Mix 260 4000 psi Concrete Mix for Bridge Slabs, Box Culverts, Headwalls
9/9/2022 03 30 00 Mix Design Cow Town Redi Mix 260-1 3600 psi Concrete Mix for Headwalls
9/9/2022 03 30 00 Mix Design Cow Town Redi Mix 260-2 3600 psi Concrete Mix for Box Culverts, Headwalls
9/9/2022 03 30 00 Mix Design Cow Town Redi Mix 360 4000 psi Concrete Mix for Bridge Slabs, Box Culverts, Headwalls
9/9/2022 03 30 00 Mix Design Cow Town Redi Mix 360-1 3600 psi Concrete Mix for Box Culverts, Headwalls, Wingwalls
9/9/2022 03 30 00 Mix Design Cow Town Redi Mix 264-N 4500 psi Concrete Mix for Hand Placed Paving
9/9/2022 03 30 00 Mix Design Cow Town Redi Mix 366 4500 psi Concrete Mix for Hand Placed Paving
9/9/2022 03 30 00 Mix Design Cow Town Redi Mix 265 4500 psi Concrete Mix for Hand Placed Paving
9/9/2022 03 30 00 Mix Design Cow Town Redi Mix 365 4500 psi Concrete Mix for Hand Placed Paving
9/9/2022 03 30 00 Mix Design Cow Town Redi Mix 370-NC 4500 psi Concrete for HES Paving
9/9/2022 03 30 00 Mix Design Cow Town Redi Mix 370-1NC 5000 psi Concrete for HES Paving
9/9/2022 03 30 00 Mix Design Cow Town Redi Mix 375-NC 5000 psi Concrete for HES Paving
9/9/2022 03 30 00 Mix Design Cow Town Redi Mix 267 4200 psi Concrete Mix for Manholes and Drainage Structures
9/9/2022 03 30 00 Mix Design Cow Town Redi Mix 270 5000 psi Concrete Mix for Cast-in-Place Box Culverts
9/9/2022 03 30 00 Mix Design Cow Town Redi Mix 370 5000 psi Concrete Mix for Cast-in-Place Box Culverts
9/9/2022 03 30 00 Mix Design Cow Town Redi Mix 255-2 3000 psi Concrete Mix for Inlets, Thrust Blocking, Concrete Encasement
9/9/2022 03 30 00 Mix Design Cow Town Redi Mix 257 3600 psi Concrete mix for Valley Gutters
11/14/2022 32 13 13 Mix Design Cow Town Redi Mix 357-M 3600 psi Concrete Mix for Machine Placed Paving
9/9/2022 33 13 13 Mix Design Cow Town Redi Mix 257-M 3600 psi Concrete Mix for Machine Placed Paving
9/9/2022 34 13 13 Mix Design Cow Town Redi Mix 260-M 4000 psi Concrete Mix for Machine Placed Paving
9/9/2022 35 13 13 Mix Design Cow Town Redi Mix 360-M 4000 psi Concrete Mix for Machine Placed Paving
9/9/2022 03 30 00 Mix Design Cow Town Redi Mix 255-LP 3000 psi Concrete Mix for Curb & Gutter
9/9/2022 03 30 00 Mix Design Cow Town Redi Mix 355-LP 3000 psi Concrete Mix for Curb & Gutter
9/9/2022 03 30 00 Mix Design Cow Town Redi Mix 255 3500 psi Concrete Mix for Flatwork, Inlets, Thrust Blocking Concrete Encasement
9/9/2022 03 30 00 Mix Design Cow Town Redi Mix 355 3000 psi Concrete Mix for Inlets, Thrust Blocking, Concrete Encasement
9/9/2022 03 30 00 Mix Design Cow Town Redi Mix 365-STX 4000 psi Concrete for Bridge slabs, top slabs of direct traffic culverts, approach slabs
9/9/2022 03 30 00 Mix Design Cow Town Redi Mix 357 3600 psi Concrete Mix for Valley Gutters
6/21/2023 03 30 00 Mix Design Cow Town Redi Mix 360-DS 3600 psi Concrete for Drilled Shaft/Lighting and Traffic Signal Foundation
1/18/2023 03 30 00 Mix Design Cow Town Redi Mix 380-NC 4500 psi Concrete for HES Paving
1/29/2024 34 13 13 Mix Design Estrada Ready Mix 4575AESC / 7.50 Sacks / 4,500 psi (3,000 psi @ 3-day) Concrete for HES Paving
1/29/2024 03 30 00 Mix Design Estrada Ready Mix R3050AEWR / 5.00 Sacks / 3,000 psi Concrete for Sidewalks, Ramps, Inlets, and Manholes
1/29/2024 03 30 00 Mix Design Estrada Ready Mix R3655AEWR / 5.50 Sacks / 3,600 psi Concrete for Headwalls, Wingwalls, and Culverts
1/29/2024 03 30 00 Mix Design Estrada Ready Mix R4060AEWR / 6.00 Sacks / 4,000 psi Concrete for Bridge Slabs, Top Slabs, and Approach Slabs
2/6/2024 32 13 13 mix Design Estrada Ready Mix TD3655AEWR / 5.50 Sacks / 3,600 psi Concrete for Machine Placed Paving
1/29/2024 32 13 13 Mix Design Estrada Ready Mix R4560AEWR/ 6.00 Sacks / 4,500 psi Concrete for Hand Placed Paving
2/21/2024 03 30 00 Mix Design Estrada Ready Mix R36575AEWR / 5.76 Sacks / 3,600 psi Concrete for Drilled Shafts/Lighting and Traffic Signal Foundations
9/9/2022 03 30 00 Mix Design GCH Concrete Services GCH4000 4000 psi Concrete for for Sidewalks, Ramps, Headwalls, Inlets, and Storm Drain Structures
9/9/2022 03 30 00 Mix Design GCH Concrete Services GCHV5 4000 psi Concrete for Machine Placed Paving
9/9/2022 03 30 00 Mix Design GCH Concrete Services GCH4500 4500 psi Concrete Hand Placed Paving
9/9/2022 03 30 00 Mix Design Ingram Concrete & Aggregates C47PV5E5 3000 psi Concrete for Sidewalks, ADA Ramps
9/9/2022 03 30 00 Mix Design Ingram Concrete & Aggregates 2MWR-70J23504 3000 psi Concrete for Sidewalks, ADA Ramps
9/9/2022 03 30 00 Mix Design Ingram Concrete & Aggregates 2MWR-147QW5D5 3000 psi Concrete Mix for Sidewalks, ADA Ramps
9/9/2022 03 30 00 Mix Design Ingram Concrete & Aggregates 2MWR-C56PS5D5 4000 psi Concrete Machine Placed Paving
9/9/2022 03 30 00 Mix Design Ingram Concrete & Aggregates 2MWR-161UV5DM 4500 psi Concrete for Hand Placed Paving
9/9/2022 03 30 00 Mix Design Ingram Concrete & Aggregates 2MWR-10MQS50N 4500 psi Concrete for Hand Placed Paving
9/9/2022 03 30 00 Mix Design Ingram Concrete & Aggregates 161PS5EM 4500 psi Concrete for Hand Placed Paving
9/9/2022 03 30 00 Mix Design Ingram Concrete & Aggregates C47PV5E5 3000 psi Concrete Mix for Sidewalks, ADA Ramps
Approval Spec No.Classification Manufacturer Model No.National Spec
CITY OF FORT WORTH TRANSPORTATION/PUBLIC WORKS DEPARTMENT
STANDARD PRODUCTS LIST AS OF 03/07/2024
Concrete(Continued)
4/7/2023 03 30 00 mix Design Ingram Concrete & Aggregates 10LQS50N 3,600 psi Concrete for Drilled Shafts/Lighting and Traffic Signal Foundations
9/9/2022 03 30 00 Mix Design Ingram Concrete & Aggregates 161PS5EM 4500 psi Concrete Mix for Hand Placed Paving
9/9/2022 03 30 00 Mix Design Holcim - SOR, Inc.5177 3000 psi Concrete Mix for Sidewalks
9/9/2022 03 30 00 Mix Design Holcim - SOR, Inc.1261 3000 psi Concrete Mix for Sidewalks
9/9/2022 4 30 00 Mix Design Holcim - SOR, Inc.2125 4500 psi Concrete for HES Paving
9/9/2022 03 30 00 Mix Design Holcim - SOR, Inc.1701 4000 psi Concrete Mix for Storm Drain Structures, Sanitary Sewer Manholes, Junction Box
9/9/2022 03 30 00 Mix Design Holcim - SOR, Inc.5409 4000 psi Concrete Mix for Sidewalks, Inlets
9/9/2022 03 30 00 Mix Design Holcim - SOR, Inc.5507 4500 psi Concrete Mix for Hand Placed Paving
12/15/2022 3 30 00 Mix Design Holcim - SOR, Inc.3741 100 psi concrete for flowable fill/CSLM
9/9/2022 04 30 00 Mix Design Holcim - SOR, Inc.5017 200 psi Concrete for Base Material for Trench Repair
9/9/2022 03 30 00 Mix Design Holcim - SOR, Inc.9600 3600 psi Concrete for Drill Shafts/Lighting and Traffic Signal Foundations
9/9/2022 03 30 00 Mix Design Holcim - SOR, Inc.1851 4500 psi Concrete for Storm Drain Structures, Hand Placed Paving
12/5/2022 4 30 00 Mix Design Holcim - SOR, Inc.1822 3600 psi Concrete for Drilled Shafts/Lighting and Traffic Signal Foundations
9/9/2022 03 30 00 Mix Design Holcim - SOR, Inc.1859 4000 psi Concrete for Drilled Shafts/Lighting and Traffic Signal Foundations
9/9/2022 03 30 00 Mix Design Holcim - SOR, Inc.1551 3000 psi Concrete Mix for Blocking
4/7/2023 03 30 00 Mix Design Liquid Stone C301D 3,000 psi Concrete for Sidewalks, Approaches, and Driveways.
4/27/2023 03 30 00 Mix Design Liquid Stone C361DNFA 3,600 psi Concrete for Retaining wall, driveway, junction box apron, approach
4/7/2023 03 30 00 Mix Design Liquid Stone C361DHR 3,600 psi Concrete for Drilled Shaft/Lighting and Traffic Signal Foundations
1/24/2023 03 30 00 Mix Design Liquid Stone C451DHR-A 4500psi Concrete for HES Paving
9/9/2022 03 30 00 Mix Design Martin Marietta R2132214 3,000 psi Concrete for Sidewalks & Ramps
9/9/2022 03 30 00 Mix Design Martin Marietta D9490SC 3,000 psi Concrete for Sidewalks & Ramps
9/9/2022 03 30 00 Mix Design Martin Marietta R2131214 3,000 psi Concrete for Sidewalks & Ramps
9/9/2022 03 30 00 Mix Design Martin Marietta R2131314 3,000 psi Concrete for Sidewalks & Ramps
9/9/2022 03 30 00 Mix Design Martin Marietta R2136014 3,000 psi Concrete for Sidewalks & Ramps
9/9/2022 03 30 00 Mix Design Martin Marietta R2136214 3,000 psi Concrete for Sidewalks & Ramps
9/9/2022 03 30 00 Mix Design Martin Marietta R2141224 4,000 psi Concrete for Sidewalks & Ramps
9/9/2022 03 30 00 Mix Design Martin Marietta R2141024 4,000 psi Concrete for Sidewalks & Ramps
9/9/2022 03 30 00 Mix Design Martin Marietta R2136224 3,600 psi Concrete for Curb Inlets
9/9/2022 03 30 00 Mix Design Martin Marietta R2141233 3,600 psi Concrete for Storm Structures, Inlets, Blocking & Encasement
9/9/2022 03 30 00 Mix Design Martin Marietta FLOW25A 50 psi Concrete for Flowable Fill/CLSM
9/9/2022 03 30 00 Mix Design Martin Marietta R2142233 3,600 psi Concrete for Manholes, Inlets & Headwalls
9/9/2022 03 30 00 Mix Design Martin Marietta R2146333 3,600 psi Concrete for Manholes, Inlets & Headwalls, Concrete Encasement
9/9/2022 03 30 00 Mix Design Martin Marietta R21412304,000 psi Concrete for Manholes, Inlets & Headwalls, Valve Pads
9/9/2022 03 30 00 Mix Design Martin Marietta R2146035 4,000 psi Concrete for Manholes, Inlets & Headwalls, Valve Pads
9/9/2022 03 30 00 Mix Design Martin Marietta R2146335 4,500 psi Concrete for Hand Placed Paving, Inlets, Storm Drain Structures
11/2/2022 32 13 13 Mix Design Martin Marietta Q2141N27 4,000 psi Concrete for Machine Placed paving
11/2/2022 32 13 13 Mix Design Martin Marietta Q2141K30 4,000 psi Concrete for Machine Placed Paving
11/2/2022 32 13 13 Mix Design Martin Marietta R2146N36 4,500 psi Concrete for Hand Placed Paving
11/15/2022 33 13 13 Mix Design Martin Marietta R2146K36 4,500 psi Concrete for Hand Placed Paving
11/15/2022 34 13 13 Mix Design Martin Marietta R2146P36 4,500 psi Concrete for Hand Placed Paving
11/2/2022 32 13 13 Mix Design Martin Marietta R2146K36 4,500 psi Concrete for Hand Placed Paving
11/2/2022 32 13 13 Mix Design Martin Marietta R2146N35 / 6.11 sacks / 4,500 psi concrete for Hand Place Paving, Inlets, Manholes, Headwalls
11/2/2022 32 13 13 Mix Design Martin Marietta R2146K34 4,000 psi Concrete for Inlets, Manholes, Headwalls
11/2/2022 32 13 13 Mix Design Martin Marietta R2141N24 4,000 psi Concrete for Sidewalks and Ramps
11/2/2022 32 13 13 Mix Design Martin Marietta R2141K24 4,000 psi Concrete for Junction Boxes, Sidewalks and Ramps
9/9/2022 03 30 00 Mix Design Martin Marietta R2146038 4,500 psi Concrete for Inlets, Storm Drain Structures
9/9/2022 03 30 00 Mix Design Martin Marietta R2146036 4,500 psi Concrete for Hand Placed Paving, Inlets
9/9/2022 03 30 00 Mix Design Martin Marietta R2146042 4,500 psi Concrete for Hand Placed Paving
9/9/2022 03 30 00 Mix Design Martin Marietta R2146242 4,500 psi Concrete for Hand Placed Paving
9/9/2022 03 30 00 Mix Design Martin Marietta R2146236 4,500 psi Concrete for Hand Placed Paving
9/9/2022 03 30 00 Mix Design Martin Marietta D9493SC 4,500 psi Concrete for Hand Placed Paving
9/9/2022 03 30 00 Mix Design Martin Marietta R2147241 4,500 psi Concrete for Hand Placed Paving
4/1/2023 32 13 20 Mix Design Martin Marietta R2136N14 / 5.00 sacks / 3,000 psi concrete for Sidewalks
4/1/2023 03 30 00 Mix Design Martin Marietta R2146P33 / 6.01 sacks / 4,000 psi concrete for Bridge Deck
4/1/2023 03 30 00 Mix Design Martin Marietta R2146033 4,000 psi Concrete for Riprap
4/7/2023 32 13 20 Mix Design Martin Marietta R2136K14 3,000 psi concrete for sidewalks and ramps
4/7/2023 32 13 13 Mix Design Martin Marietta R2161K70 6,000 psi (3,000 psi @ 24 hrs.) for HES Paving
4/1/2023 03 30 00 Mix Design Martin Marietta 310LBP 3,600 psi Concrete for Retaining Walls
5/22/2023 32 13 13 Mix Design Martin Marietta R2146K37/6.22 sack / 4,500 psi Concrete for Hand Placed Paving
4/1/2023 03 30 00 Mix Design Martin Marietta R2141030 4,000 psi Concrete for Riprap
Approval Spec No.Classification Manufacturer Model No.National Spec
CITY OF FORT WORTH TRANSPORTATION/PUBLIC WORKS DEPARTMENT
STANDARD PRODUCTS LIST AS OF 03/07/2024
Concrete(Continued)
5/3/2023 03 30 00 Mix Design Martin Marietta M7842344 4,000 psi Concrete for Bridge Deck
6/1/2023 32 13 20 Mix Design Martin Marietta R2136R20 3,000 psi Concrete for Sidewalks and Ramps
6/1/2023 32 13 20 Mix Design Martin Marietta R2136N20 3,000 psi Concrete for Sidewalks and Ramps
6/27/2023 03 30 00 Mix Design Martin Marietta U2146N41 / 6.44sacks / 3,600 psi Concrete for Drilled Shafts / Lighting and Traffic Signal Foundations
6/27/2023 03 30 00 Mix Design Martin Marietta U2146K45 / 6.65 sacks / 3,600 psi Concrete for Drilled Shafts / Lighting and Trafic Signal Foundations
8/4/2023 03 30 00 Mix Design Martin Marietta U2146R41 / 6.44 sacks / 4,500 psi Concrete for Drilled Piers/Light Pole bases.
8/4/2023 03 30 00 Mix Design Martin Marietta R2136R14 / 5.00 sacks / 3,500 psi Concrete for Sidewalks and Ramps
8/4/2023 32 13 20 Mix Design Martin Marietta R2141R24 / 5.53 / 4,000 psi Concrete for Junction Box, Box Culvert, Sidewalks and Ramps.
8/4/2023 03 30 00 Mix Design Martin Marietta R2146R35 / 6.11 / 4,500 psi Concrete for Inlets, Manholes, and Headwalls
8/4/2023 32 13 13 Mix Design Martin Marietta R2146R36 / 6.17 / 4,500 psi Concrete for Hand Placed Paving
8/30/2023 03 30 00 Mix Design Martin Marietta R2141R30 / 5.85 SK / 4,000 psi Concrete for Box Culverts & Headwalls
8/4/2023 32 13 13 Mix Design Martin Marietta Q2141R27 / 5.69 sacks / 4,000 psi Concrete for Machine Placed Paving
11/20/2023 03 30 00 Mix Design Martin Marietta R2146R33 / 6.01 Sacks / 4,000 psi Concrete Mix for CIP Sewer Manholes
11/20/2023 03 30 00 Mix Design Martin Marietta R2146K33 / 6.01 Sacks / 4,000 psi Concrete Mix for CIP Sewer Manholes.
12/22/2023 32 13 13 Mix Design Martin Marietta R2146R44 / 6.60 Sacks / 4,500 psi Concrete Mix for Hand Placed Paving
12/22/2023 32 13 13 Mix Design Martin Marietta R2146K44 / 6.60 Sacks / 4,500 psi Concrete Mix for Hand Placed Paving
9/9/2022 32 13 20 Mix Design NCS Redi Mix NCS5020A 3000 psi Concrete Mix for Curb & Gutter, Driveways, Sidewalks
9/9/2022 03 30 00 Mix Design NBR Ready Mix TX C-YY 3000 psi Concrete Mix for Curb Inlets
9/9/2022 03 30 00 Mix Design NBR Ready Mix TX C-NY 3000 psi Concrete Mix for Curb Inlets
9/12/2023 03 30 00 Mix Design NBR Ready Mix CLS P1-YY / 6.00 Sacks / 4,000 psi Concrete for Collars, Manholes, Box Culverts
10/4/2023 03 30 00 Mix Design NBR Ready Mix CLS A-YY / 5.00 Sacks / 3,000 psi Concrete for Sidewalks & Ramps, and Curb & Gutter
10/4/2023 03 30 00 Mix Design NBR Ready Mix CLS A-NY/ 5.00 Sacks / 3,000 psi Concrete for Sidewalks & Ramps, and Curb & Gutter
10/4/2023 32 13 13 Mix Design NBR Ready Mix TX C SF-YY / 5.50 Sacks / 3,600 psi Concrete for Machine Placed Paving
10/4/2023 32 13 13 Mix Design NBR Ready Mix TX C SF-NY 5.50 Sacks / 3,600 psi Concrete for Machine Placed Paving
10/4/2023 32 13 13 Mix Design NBR Ready Mix CLS P2-YY / 6.50 Sacks / 4,500 psi Concrete for Hand Placed Paving
10/4/2023 32 13 13 Mix Design NBR Ready Mix CLS P2-NY / 6.50 Sacks / 4,500 psi Concrte for Hand Placed Paving
10/4/2023 03 34 13 Mix Design NBR Ready Mix FTW FLOW FILL / 150 psi concrete for Flowable
7/10/2023 03 30 00 Mix Desing Osburn 30A50MR / 5 SK / 3,000 psi Concrete for Sidewalks
7/10/2023 32 13 13 Mix Design Osburn 45A60MR / 6 SK / 4,500 psi Concrete for Hand Placed Paving
1/24/2023 03 30 00 Mix Design Rapid Redi Mix RRM6320AHP 4500 psi Concrete for Hand Placed Paving
1/24/2023 03 30 00 Mix Design Rapid Redi Mix RRM5525A 3600 psi Concrete for Valley Gutters, Sidewalks, Approaches, ADA Ramps
1/18/2023 03 30 00 Mix Design Rapid Redi Mix RRM6020ASS 4000 psi Concrete for Strom Drain Structures
1/18/2023 03 30 00 Mix Design Rapid Redi Mix RRM5320A 3000 psi Concrete for Blocking
1/18/2023 03 30 00 Mix Design Rapid Redi Mix RRM5020A 3000 psi Concrete for Curb, Gutter, Driveways, Sidewalk, Ramps
9/9/2022 03 30 00 Mix Design Redi-Mix DCA2E554 3000 psi Concrete Mix for Rip Rap
9/9/2022 03 30 00 Mix Design Redi-Mix V0J11524 3000 psi Concrete Mix for Curb & Gutter
9/9/2022 03 34 13 Mix Design Redi-Mix F0C10021 215 psi Flowable Fill - CLSM
9/9/2022 03 30 00 Mix Design Redi-Mix 10J11524 3000 psi Concrete Mix for Driveways, Sidewalks, ADA Ramps
9/9/2022 03 30 00 Mix Design Redi-Mix 10J11504 3000 psi Concrete Mix for Sidewalks
9/9/2022 03 30 00 Mix Design Redi-Mix 10L11504 / 6.00 Sacks / 4,000 psi Concrete Mix for Sidewalks, Curb & Gutter, Sewer Manhole, Inlets, & Junction Boxes
9/9/2022 03 30 00 Mix Design Redi-Mix 10L11524 / 6.00 Sacks / 4,000 psi Concrete Mix Manholes, Inlets, Junction Boxes, Headwalls
9/9/2022 03 30 00 Mix Design Redi-Mix 1RJ11524 3500 psi Concrete Mix for Thrust Blocks, Valve Pads
9/29/2022 03 30 00 Mix Design Redi-Mix 10L21524 4000 psi Concrete Mix for Manholes
9/9/2022 03 30 00 Mix Design Redi-Mix 15611524 4000 psi Concrete Mix for Cast-in-Place Storm Drain Structures
9/9/2022 03 30 00 Mix Design Redi-Mix 10L115E4 3600 psi Concrete Mix for Bridge substructures
9/9/2022 03 30 00 Mix Design Redi-Mix 156115D4 4000 psi Bridge Slabs
9/9/2022 03 34 13 Mix Design Redi-Mix F35238VN 100 psi Flowable Fill - CLSM
9/9/2022 03 34 13 Mix Design Redi-Mix F0D138VM 100 psi Flowable Fill - CLSM
9/9/2022 03 34 13 Mix Design Redi-Mix 10J11554 3000 psi Concrete Mix for Rip-Rap
9/9/2022 03 30 00 Mix Design Redi-Mix P0G138K9 1000 psi Concrete Mix for Trench Repair Base Material
9/9/2022 03 30 00 Mix Design Redi-Mix 10K11524 3600 psi Concrete Mix for Encasement
9/9/2022 03 30 00 Mix Design Redi-Mix 10N11507 4500 psi (2600 psi @ 24 hrs.) Concrete Mix for HES Paving
9/9/2022 03 30 00 Mix Design Redi-Mix 10N11504 5000 psi (3600 psi @ 2 days) Concrete Mix for HES Paving
9/9/2022 03 30 00 Mix Design Redi-Mix 50K11524 3600 psi Concrete Mix for Machine Placed Paving
9/9/2022 03 30 00 Mix Design Redi-Mix 10M115D4 4500 psi Concrete Mix for Hand Placed Paving, Storm Drain Structures
9/9/2022 03 30 00 Mix Design Redi-Mix 10M11524 4500 psi Concrete Mix for Hand Placed Paving
9/9/2022 03 30 00 Mix Design Redi-Mix 10M11504 4500 psi Concrete Mix for Hand Placed Paving
9/9/2022 03 30 00 Mix Design Redi-Mix 145CD5P4 4500 psi Concrete Mix for Hand Placed Paving, Storm Drain Structures
11/2/2022 03 30 00 Mix Design Redi-Mix 145P25P4 4500 psi Concrete for Storm Drain Structures
12/5/2022 03 30 00 Mix Design Redi-Mix 10K115C4 3500 psi Concrete for Thrust Blocks, Valve Pads
12/5/2022 03 30 00 Mix Design Redi-Mix 156115C4 4000 psi Concrete for CIP Storm Drain Structures
12/5/2022 03 30 00 Mix Design Redi-Mix 10L115C4 3600 psi Concrete for Manhole, Inlet, Junction Box, Headwall
5/15/2023 03 30 00 Mix Design Redi-Mix 80L115D5 3600 psi Concrete for Drilled Shafts/Lighting and Traffic Signal Foundations
5/15/2023 03 30 00 Mix Design Redi-Mix 10N115D6 Slurry Displacement Shafts, Underwater Drilled shafts
9/9/2022 03 34 13 Mix Design SRM Concrete 30000 3,000 psi Concrete for Sidewalks and Ramps, Curb & Gutter
9/9/2022 03 34 13 Mix Design SRM Concrete 40050 4,000 psi Concrete for Headwalls, Retaining Wall, Collars
9/9/2022 03 30 00 Mix Design SRM Concrete 35023 3,600 psi Concrete for Machine Placed Paving
9/9/2022 03 30 00 Mix Design SRM Concrete 40068 3,600 psi Concrete for Machine Placed Paving
Approval Spec No.Classification Manufacturer Model No.National Spec
CITY OF FORT WORTH TRANSPORTATION/PUBLIC WORKS DEPARTMENT
STANDARD PRODUCTS LIST AS OF 03/07/2024
Concrete(Continued)
9/9/2022 03 30 00 Mix Design SRM Concrete 45300 4,500 psi Concrete for Hand Placed Paving
9/9/2022 03 30 00 Mix Design SRM Concrete 45000 4,500 psi Concrete for Hand Placed Paving
9/9/2022 03 30 00 Mix Design SRM Concrete 40326 4,500 (3,00 @ 3-days) psi Concrete for HES Paving
9/9/2022 03 30 00 Mix Design SRM Concrete 35022 3,600 psi Concrete for Junction Box, Retaining Walls
9/9/2022 03 30 00 Mix Design SRM Concrete 30050 3,000 psi Concrete for Sidewalks, Ramps, Inlets, Junction Boxes, Thrust Blocks, Curb and Gutter, Driveways, Barrier Ramp
2/10/2023 03 30 00 Mix Design SRM Concrete 50310 5,000 psi Concrete for HES Paving
1/13/2023 32 13 13 Mix Design SRM Concrete 45023 4,500 psi Concrete for Hand Placed Paving
5/5/2023 03 30 00 Mix Design SRM Concrete D100008553CB 4,000 psi Concrete for Bdridge Approach Slab, Deck Slab
9/9/2022 03 30 00 Mix Design Tarrant Concrete FW60AHP 4500 psi Concrete Mix for Hand Placed Paving
9/9/2022 03 30 00 Mix Design Tarrant Concrete FW6020AHP 4500 psi Concrete Mix for Hand Placed Paving
9/9/2022 03 30 00 Mix Design Tarrant Concrete TCFW6020AHP 4500 psi Concrete Mix for Hand Placed Paving
9/9/2022 03 30 00 Mix Design Tarrant Concrete FW7520AMR 4500 (3000 psi @ 3-days) psi Concrete HES Paving
9/9/2022 03 30 00 Mix Design Tarrant Concrete FW6520AMR 4500 (3000 psi @ 3-days) psi HES Paving
9/9/2022 03 30 00 Mix Design Tarrant Concrete FW5520AMP 3600 psi Concrete for Machine Placed Paving
9/9/2022 03 30 00 Mix Design Tarrant Concrete FW5320A 3000 psi Concrete Mix for Blocking
9/9/2022 03 34 13 Mix Design Tarrant Concrete FWFF150CLSM 50-150 psi Flowable Fill - CLSM
9/9/2022 03 34 13 Mix Design Tarrant Concrete FWFF275 50-150 psi Flowable Fill - CLSM
9/9/2022 03 30 00 Mix Design Tarrant Concrete FW6020A2 4000 psi Concrete Mix for Storm Drain Structures
10/10/2022 03 30 00 Mix Design Tarrant Concrete TCFW6025A2 4000 psi Concrete for Manholes
10/10/2022 03 30 00 Mix Design Tarrant Concrete TCFW5020A 3000 psi Concrete for Sidewalks
9/9/2022 03 30 00 Mix Design Tarrant Concrete FW5025A 3000 psi Concrete Mix for Curb & Gutter, Driveways, Sidewalks, ADA Ramps
9/9/2022 03 30 00 Mix Design Titan Ready Mix 3020AE 3000 psi Concrete for Sidewalks
9/9/2022 03 30 00 Mix Design Tarrant Concrete CP5020A 3000 psi Concrete Mix for Curb and Gutter
9/9/2022 03 30 00 Mix Design Tarrant Concrete FW5525A2 3600 psi Concrete Mix for Sidewalks, Drive Approaches, ADA Ramp
9/9/2022 03 30 00 Mix Design Titan Ready Mix TRC4520 4500 psi Concrete for Hand Placed Paving
9/9/2022 03 30 00 Mix Design True Grit Redi Mix 0250.230 3000 psi Concrete Mix for Flatwork, Curb & Gutter, Driveways, Sidewalks, ADA Ramps
9/9/2022 03 30 00 Mix Design True Grit Redi Mix 270.230 5000 psi Concrete for Hand Placed Paving
9/9/2022 03 30 00 Mix Design True Grit Redi Mix 0250.2301 3000 psi Concret Mix for Curb & Gutter, Driveways, Sidewalks, ADA Ramps
9/9/2022 03 30 00 Mix Design True Grit Redi Mix 0260.2302 4000 psi Concrete Mix for Machine Placed Paving
9/9/2022 03 30 00 Mix Design True Grit Redi Mix 0255.2301 3600 psi Concrete Mix for Machine Placed Paving
9/9/2022 03 30 00 Mix Design True Grit Redi Mix 0260.2301 4500 psi Concrete Mix for Hand Placed Paving
9/9/2022 03 30 00 Mix Design True Grit Redi Mix 0265.2301 4500 psi Concrete Mix for Valley Gutters, Hand Placed Paving
11/30/2023 32 13 13 Mix Design Wildcatter Redi-Mix 3620AI / 6.00 Sacks / 3,600 psi Concrete Mix for Machine Placed Paving
11/20/2023 32 13 13 Mix Design Wildcatter Redi-Mix 4520AI / 6.50 Sacks / 4,500 psi Concrete Mix for Hand Placed paving
11/20/2023 03 30 00 Mix Design Wildcatter Redi-Mix 3020AI / 5.00 Sacks / 3,000 psi Concrete Mix for Sidewalks and Inlets
11/30/2023 03 30 00 Mix Design Wildcatter Redi-Mix 4020AI / 6.00 Sacks / 4,000 psi Concrete Mix for Sidewalks and Inlets
9/9/2022 03 30 00 Mix Design Wise Redi Mix 3678 3600 psi Concrete Mix for Lighting and Traffic Signal Foundations
Asphalt Paving
9/9/2022 32 12 16 Mix Design Austin Asphalt FT5D137965 PG64-22 Type D Fine Surface
9/9/2022 32 12 16 Mix Design Austin Asphalt DA5D135965 PG64-22 Type D Fine Surface
9/9/2022 32 12 16 Mix Design Austin Asphalt FT5B117965 PG64-22 Type B Fine Base
9/9/2022 32 12 16 Mix Design Austin Asphalt FT1B139965 PG64-22 Type B Fine Base
9/9/2022 32 12 16 Mix Design Austin Asphalt FT1B117.2 PG64-22 Type B Fine Base
9/9/2022 32 12 16 Mix Design Reynolds Asphalt 1901D PG64-22 Type D Fine Surface
9/9/2022 32 12 16 Mix Design Reynolds Asphalt 1112B PG64-22 Type B Fine Base
9/9/2022 32 12 16 Mix Design Reynolds Asphalt 1612B PG64-22 Type B Fine Base
11/20/2023 32 12 16 Mix Design Reynolds Asphalt 2101D PG64-22 Type D Fine Surface
9/9/2022 32 12 16 Mix Design Sunmount Paving 341DV6422 PG64-22 Type D Fine Surface
11/26/2022 32 12 16 Mix Design Sunmount Paving 340DV6422 PG64-22 Type D Fine Surface
12/5/2022 33 12 16 Mix Design Sunmount Paving 3076BV6422 PG62-22 Type B Fine Base
9/9/2022 32 12 16 Mix Design Sunmount Paving 341-BRAP6422ERG PG64-22 Type B Fine Base
9/9/2022 32 12 16 Mix Design TXBIT 37-211305-20 PG64-22 Type B Fine Base
9/9/2022 32 12 16 Mix Design TXBIT 44-211305-17 PG64-22 Type B Fine Base
9/9/2022 32 12 16 Mix Design TXBIT 211305 (1757) PG64-22 Type B Fine Base
9/9/2022 32 12 16 Mix Design TXBIT 222475 (1857) PG64-22 Type D Fine Surface
9/9/2022 32 12 16 Mix Design TXBIT 29-222475-19 PG64-22 Type D Fine Surface
9/9/2022 32 12 16 Mix Design TXBIT 1-222475-20 PG64-22 Type D Fine Surface
9/9/2022 32 12 16 Mix Design TXBIT 64-224125-18 PG70-22 Type D Fine Surface
9/9/2022 32 12 16 Mix Design TXBIT 12-222475-19 PG64-22 Type D Fine Surface
Approval Spec No.Classification Manufacturer Model No.National Spec
CITY OF FORT WORTH TRANSPORTATION/PUBLIC WORKS DEPARTMENT
STANDARD PRODUCTS LIST AS OF 03/07/2024
Detectable Warning Surface
9/9/2022 32 13 20 DWS - Pavers Pine Hall Brick (Winston Salem, NC)Tactile Pavers
9/9/2022 32 13 20 DWS - Pavers Western Brick Co. (Houston, TX)Detectable Warning Pavers
9/9/2022 32 13 20 DWS - Composite Engineered Plastics, Inc. (Williamsville, NY)Armor Tile
9/9/2022 32 13 20 DWS - Composite ADA Solutions (Wilmington, MA)Heritage Brick CIP Composite Paver
4/7/2023 32 13 20 DWS - Pavers ADA Solutions (Wilmington, MA)Detectable Warning Pavers
Silicone Joint Sealant
9/9/2022 32 13 73 Joint Sealant Dow 890SL - Cold Applied, Single Component, Silicone Joint Sealant ASTM D5893
9/9/2022 32 13 73 Joint Sealant Tremco 900SL - Cold Applied, Single Component, Silicone Joint Sealant ASTM D5893
9/9/2022 32 13 73 Joint Sealant Pecora 300SL - Cold Applied, Single Component, Silicone Joint Sealant ASTM D5893
9/9/2022 32 13 73 Joint Sealant Crafco RoadSaver Silicone - Cold Applied, Single Component, Silicone Joint Sealant ASTM D5893
Utility Trench Embedment Sand
9/9/2022 33 05 10 Embedment Sand Silver Creek Materials Utility Embedment Sand ASTM C33
9/9/2022 33 05 10 Embedment Sand Crouch Materials Utility Embedment Sand ASTM C33
9/9/2022 33 05 10 Embedment Sand F and L Dirt Movers Utility Embedment Sand ASTM C33
9/9/2022 33 05 10 Embedment Sand F and L Dirt Movers Utility Embedment Sand ASTM C33
9/9/2022 33 05 10 Embedment Sand Tin Top Martin Marietta Utility Embedment Sand ASTM C33
Storm Sewer - Manholes & Bases/Frames & Covers/Standard (Round) 33-05-13
9/28/2018 33 05 13 Manhole Frames and Covers AccuCast (Govind Steel Company, LTD)MHRC #220605 (Size - **24" Dia.)ASTM A48 AASHTO M306
9/28/2018 33 05 13 Manhole Cover Neenah Foundry NF-1274-T91 (Size - 32" Dia.)ASTM A48 AASHTO M306
9/28/2018 33 05 13 Manhole Frames and Covers Neenah Foundry NF-1743-LM (Hinged) (Size - 32" Dia.)ASTM A48 AASHTO M306
9/28/2018 33 05 13 Manhole Frame Neenah Foundry NF-1930-30 (Size - 32.25" Dia.)ASTM A48 AASHTO M306
9/28/2018 33 05 13 Manhole Frames and Covers Neenah Foundry R-1743-HV (Size - 32" Dia.)ASTM A48 AASHTO M306
4/3/2019 33 05 13 Manhole Frames and Covers SIP Industries ++2279ST (Size - 24" Dia.)ASTM A48 AASHTO M306
4/3/2019 33 05 13 Manhole Frames and Covers SIP Industries ++2280ST (Size - 32" Dia.)ASTM A48 AASHTO M306
10/8/2020 33 05 13 Manhole Frames and Covers EJ ( Formally East Jordan Iron Works)EJ1033 Z2/A (Size - 32.25" Dia.)ASTM A536 AASHTO M306
**Note: All new development and new installation manhole lids shall meet the minimum 30-inch opening requirement as specified in City Specification 33 05 13. Any smaller opening sizes will only be allowed for existing manholes that require replacement frames and covers.
Approval Spec No.Classification Manufacturer Model No.National Spec
CITY OF FORT WORTH TRANSPORTATION/PUBLIC WORKS DEPARTMENT
STANDARD PRODUCTS LIST AS OF 03/07/2024
Storm Sewer - Inlet & Structures 33-05-13
10/8/2020 33 49 20 Curb Inlets Forterrra FRT-10x3-405-PRECAST** (Size - 10' X 3')ASTM C913
10/8/2020 33 49 20 Curb Inlets Forterrra FRT-10x3-406-PRECAST** (Size - 10' X 3')ASTM C913
10/8/2020 33 49 20 Curb Inlets Forterrra FRT-10x4.5-407-PRECAST** (Size - 10' X 4.5')ASTM C913
10/8/2020 33 49 20 Curb Inlets Forterrra FRT-10x4.5-420-PRECAST** (Size - 10' X 4.5')ASTM C913
10/8/2020 33 39 20 Manhole Forterrra FRT-4X4-409-PRECAST-TOP (Size - 4' X 4')ASTM C913
10/8/2020 33 39 20 Manhole Forterrra FRT-4X4-409-PRECAST-BASE (Size - 4' X 4')ASTM C913
10/8/2020 33 39 20 Manhole Forterrra FRT-5X5-410-PRECAST-TOP (Size - 5' X 5')ASTM C913
10/8/2020 33 39 20 Manhole Forterrra FRT-5X5-410-PRECAST-BASE (Size - 5' X 5')ASTM C913
10/8/2020 33 39 20 Manhole Forterrra FRT-6X6-411-PRECAST-TOP (Size - 6' X 6')ASTM C913
10/8/2020 33 39 20 Manhole Forterrra FRT-6X6-411-PRECAST-BASE (Size - 6' X 6')ASTM C913
3/19/2021 33 49 20 Curb Inlets Thompson Pipe Group TPG-10X3-405-PRECAST INLET** (Size - 10' X 3')ASTM 615
3/19/2021 33 49 20 Curb Inlets Thompson Pipe Group TPG-15X3-405-PRECAST INLET** (Size - 15' X 3')ASTM 615
3/19/2021 33 49 20 Curb Inlets Thompson Pipe Group TPG-20X3-405-PRECAST INLET** (Size - 20' X 7')ASTM 615
3/19/2021 33 39 20 Manhole Thompson Pipe Group TPG-4X4-409-PRECAST TOP (Size - 4' X 4')ASTM 615
3/19/2021 33 39 20 Manhole Thompson Pipe Group TPG-4X4-409-PRECAST BASE (Size - 4' X 4')ASTM 615
3/19/2021 33 39 20 Manhole Thompson Pipe Group TPG-4X4-412-PRECAST 4-FT RISER (Size - 4' X 4')ASTM 615
3/19/2021 33 39 20 Manhole Thompson Pipe Group TPG-5X5-410-PRECAST TOP (Size - 5' X 5')ASTM 615
3/19/2021 33 39 20 Manhole Thompson Pipe Group TPG-5X5-410-PRECAST BASE (Size - 5' X 5')ASTM 615
3/19/2021 33 39 20 Manhole Thompson Pipe Group TPG-5X5-412-PRECAST 5-FT RISER (Size - 5' X 5')ASTM 615
3/19/2021 33 39 20 Manhole Thompson Pipe Group TPG-6X6-411-PRECAST TOP (Size - 6' X 6')ASTM 615
3/19/2021 33 39 20 Manhole Thompson Pipe Group TPG-6X6-411-PRECAST BASE (Size - 6' X 6')ASTM 615
3/19/2021 33 39 20 Manhole Thompson Pipe Group TPG-6X6-412-PRECAST 6-FT RISER (Size - 6' X 6')ASTM 615
3/19/2021 33 39 20 Manhole Thompson Pipe Group TPG-7X7-411-PRECAST TOP (Size - 7' X 7')ASTM 615
3/19/2021 33 39 20 Manhole Thompson Pipe Group TPG-7X7-411-PRECAST BASE (Size - 7' X 7')ASTM 615
3/19/2021 33 39 20 Manhole Thompson Pipe Group TPG-7X7-412-PRECAST 4-FT RISER (Size - 7' X 7')ASTM 615
3/19/2021 33 39 20 Manhole Thompson Pipe Group TPG-8X8-411-PRECAST TOP (Size - 8' X 8')ASTM 615
3/19/2021 33 39 20 Manhole Thompson Pipe Group TPG-8X8-411-PRECAST BASE (Size - 8' X 8')ASTM 615
3/19/2021 33 39 20 Manhole Thompson Pipe Group TPG-8X8-412-PRECAST 5-FT RISER (Size - 8' X 8')ASTM 615
3/19/2021 33 49 20 Drop Inlet Thompson Pipe Group TPG-4X4-408-PRECAST INLET (Size - 4' X 4')ASTM 615
3/19/2021 33 49 20 Drop Inlet Thompson Pipe Group TPG-5X5-408-PRECAST INLET (Size - 5' X 5')ASTM 615
3/19/2021 33 49 20 Drop Inlet Thompson Pipe Group TPG-6X6-408-PRECAST INLET (Size - 6' X 6')ASTM 615
8/28/2023 33 49 10 Manhole Oldcastle Precast 4' x 4' Stacked Manhole (Size - 4' X 4')ASTM C478
8/28/2023 33 49 10 Manhole Oldcastle Precast 5' x 8' Storm Junction Box (Size - 5' X 8')ASTM C478
8/28/2023 33 49 10 Manhole Oldcastle Precast 4' x 4' Storm Junction Box (Size - 4' X 4')ASTM C478
8/28/2023 33 49 10 Manhole Oldcastle Precast 5' x 5' Storm Junction Box (Size - 5' X 5')ASTM C478
8/28/2023 33 49 10 Manhole Oldcastle Precast 6' x 6' Storm Junction Box (Size - 6' X 6')ASTM C478
8/28/2023 33 49 10 Manhole Oldcastle Precast 8' x 8' Storm Junction Box Base (Size - 8' X 8')ASTM C478
8/28/2023 33 49 10 Manhole Oldcastle Precast 5' x 8' Storm Junction Box Base (Size - 5' X 8')ASTM C478
8/28/2023 33 49 10 Manhole Rinker Materials Reinforced 48" Diameter Spread Footing Manhole (Size - 4' X 4')ASTM C433
8/28/2023 33 39 20 Curb Inlet 10 'x 3' Riser Thompson Pipe Group Inlet Riser (Size - 3 FT)ASTM C913-16
8/28/2023 33 39 20 Curb Inlet 15 'x 3' Riser Thompson Pipe Group Inlet Riser (Size - 3 FT)ASTM C913-16
8/28/2023 33 39 20 Curb Inlet 20' x 3' Riser Thompson Pipe Group Inlet Riser (Size - 3 FT)ASTM C913-16
1/12/2024 33 49 20 Drop Inlet AmeriTex Pipe &Products Drop Inlte (4' X 4')ASTM C913
1/12/2024 33 49 20 Drop Inlet AmeriTex Pipe &Products Drop Inlte (5' X 5')ASTM C913
1/19/2024 33 49 20 Manhole AmeriTex Pipe &Products Precast 4'x4' Storm Junction Box ASTM C913
1/19/2024 33 49 20 Manhole AmeriTex Pipe &Products Precast 5'x5' Storm Junction Box ASTM C913
1/19/2024 33 49 20 Manhole AmeriTex Pipe &Products 5' Precast Tansition MH (4' MH on the top of 5' JB)ASTM C913
1/19/2024 33 49 20 Manhole AmeriTex Pipe &Products Precast 6'x6' Storm Junction Box ASTM C913
1/19/2024 33 49 20 Manhole AmeriTex Pipe &Products 6' Precast Tansition MH (4' MH on the top of 6' JB)ASTM C913
1/19/2024 33 49 20 Manhole AmeriTex Pipe &Products Precast 8'x8' Storm Junction Box ASTM C913
1/19/2024 33 49 20 Manhole AmeriTex Pipe &Products 8' Precast Tansition MH (4' MH on the top of 8' JB)ASTM C913
1/19/2024 33 49 20 Manhole AmeriTex Pipe &Products Type C Storm Drain Manhole on Box (4' MH on the top of RCB)ASTM C913
Storm Sewer - Pipes & Boxes 33-05-13
4/9/2021 33 41 13 Storm Drain Pipes Advanced Drainage Systems, Inc. (ADS)ADS HP Storm Polypropylene (PP) Pipe (Size - 12" - 60")ASTM F2881 & AASHTO M330
8/28/2023 33 49 10 Storm Drain Pipes Rinker Materials Reinforced Concrete Pipe Tongue and Groove Joint Pipe (Size - 21" or larger)ASTM C76, C655
8/28/2023 33 49 10 Culvert Box Rinker Materials Reinforced Concrete Box Culvert (Sze - Various)ASTM C789, C850
10/12/2023 33 41 10 Storm Drain Pipes AmeriTex Pipe &Products Reinforced Concrete Pipe Tongue and Groove Joint Pipe* (Size - 15" or larger)ASTM C76, C506
10/12/2023 34 41 10 Culvert Box AmeriTex Pipe &Products Reinforced Concrete Box Culvert (size - Various))ASTM C1433,C1577
10/18/2023 35 41 10 Storm Drain Pipes The Turner Co.Reinforced Concrete Pipe Tongue and Groove Joint Pipe* (Size - 15" or larger)ASTM C76, C506
10/18/2023 36 41 10 Culvert Box The Turner Co.Reinforced Concrete Box Culvert (size - Various)ASTM C1433,C1577
**Note: Pre-cast inlets are appoved for the stage I portion of the structure (basin) only. Stage II portion of the structure are required to be cast in-place. No exceptions to this requirement shall be allowed.
OVER 20 YEARS OF SERVICE
2324 Fabens Rd Phone: 214-352-4100
Dallas, Texas Fax: 214-352-4811
www.fargotexas.com
TBPE Firm Registration No.
F-7270
FARGO Report of
Geotechnical Exploration
Proposed:
Storage Facility
Cooks Lane
Fort Worth, Texas
Prepared for:
PLATINUM CONSTRUCTION
Rockwall, Texas
FARGO Report No. G22-3865
February 2022
Fargo Consultants, Inc.
Since 1999 Geotechnical Materials
Environmental Engineering
February 11, 2022
FARGO Report No. G22-3865
Geotechnical Engineering ◼ Construction Materials Testing ◼ Environmental Services
www.fargotexas.com
Contents
INTRODUCTION ............................................................................................................... 1
Purpose and Scope ....................................................................................................... 1
Site and Project General Information ............................................................................. 1
GENERAL SUBSURFACE CONDITIONS ......................................................................... 2
Groundwater .................................................................................................................. 3
ANALYSES AND RECOMMENDATIONS ......................................................................... 3
Existing Fill .................................................................................................................... 3
Potential Soil Vertical Movement ................................................................................... 3
Design Recommendations ............................................................................................. 4
Monolithic Slab-On-Grade Foundation ........................................................................... 4
Subgrade Modification ................................................................................................... 4
Slab-On -Grade Design .................................................................................................. 7
Vapor Retarder .............................................................................................................. 8
Other Considerations ..................................................................................................... 9
UTILITIES ....................................................................................................................... 10
EARTHWORK ................................................................................................................. 10
PAVEMENT .................................................................................................................... 12
LANDSCAPING AND DRAINAGE CONSIDERATIONS .................................................. 15
CONSTRUCTION OBSERVATION AND TESTING FREQUENCY ................................. 16
REPORT CLOSURE ....................................................................................................... 16
ILLUSTRATIONS
Location Plan (Plate A)
Site Vicinity Map (Plate A-1)
Subsurface Profile (Plate A-2-1)
Log of Borings (Plates 1 through 14)
Terms and Symbols Used on Boring Logs (Plate B)
APPENDIX
Field Exploration (C-1)
Laboratory Testing (C-2)
FARGO Report No. G22-3865
-1-
INTRODUCTION
Purpose and Scope
The primary purpose of this study was to provide geotechnical information and
recommendations related to:
• Earthwork
• Foundation design and construction
• Pavement sections and subgrade preparation
General subsurface conditions within the study area were explored by drilling and sampling
a total of 14 borings to the depths shown on the Log of Borings included in the report
Illustrations.
Data obtained during this study and interpretation of data have been used as the basis for
the recommendations provided in this report and are specific to the building pads at the
specific location noted in this report. Use of these data, information, and/or
recommendations for other purposes, other structures (existing or to be constructed), or
evaluations of other locations, will be at the risk and responsibility of the user.
We are available, at any time, to discuss the recommendations, information, and concepts
provided herein with the owner’s design and construction team.
Site and Project General Information
General site conditions noted at the time of this study are presented below:
Subject Site
General location Located along the south side of Interstate Highway No. 30 and to
the west of Cooks Lane in Fort Worth, Texas.
Ground surface conditions within
the study area based on visual
observation
Covered with vegetation.
Topography of the site
(Based on information shown on
the provided grading plan)
Slopes down from north to south with a change in elevation of
about 9 feet.
Site layout and boring locations
Site Vicinity Map, (Plate A)
Location Plan, (Plate A-1)
(Referenced plates are presented in report Illustrations section).
FARGO Report No. G22-3865
-2-
General project information provided to us at the time of this study are presented below:
Proposed Development
Building type A total of 9, at-grade 1- and 2-story, metal-frame storage buildings.
Planned foundation type Slab-on-grade
Grading plan Preliminary grading plan prepared by
BGE Inc., dated December 1, 2021.
Finished floor elevations From 557 to 562.
Proposed cut/fill to achieve
finished pad elevations
Cut: minimal
Fill up to about 2 feet
Parking and drives Surface parking and drives
Types of vehicles on pavement Passenger vehicles, light trucks, and garbage trucks.
GENERAL SUBSURFACE CONDITIONS
General subsurface conditions presented in this section are based on the information
obtained within the depths explored at the boring locations . Soil strata shown on the logs
were classified based on evaluation of the results of laboratory tests performed on
predominant materials in each stratum and visual examination of samples. Classifications
were performed in general accordance with the Unified Soil Classification System (USCS).
Geological maps indicate that the formation in the general area of the project site consist s
of Woodbine formation.
A profile of the subsurface conditions, showing general thicknesses and depths of various
materials encountered at boring locations, is presented Plate A-2-1 in the Illustrations
section of this report. A brief overall description of the materials encountered below the
existing grade at the boring locations are presented below :
Material(s) Encountered Consistency
and/or Relative Density
Fill – Brown, dark brown, tan and gray intermixed clay, sandy clay, clayey sand with
sandstone gravel
(As deep as 13 feet; encountered in Borings B-3 through B-8, B-10 through B-13)
--
Dark brown to brown clay (CH) Very stiff to hard
Brown sandy clay (CL) Hard
Tan and gray clay (CH) Very stiff to hard
Remarks:
• Fill thickness and its composition may vary in areas beyond the locations where borings were advanced.
• Bottom stratum, shown on the subsurface profile and the logs, maybe deeper than the termination depths of the borings.
FARGO Report No. G22-3865
-3-
Groundwater
Subsurface seepage water was not encountered within the boring depths during drilling and
the borings remained dry at the completion of field operation.
These observations represent only groundwater and seepage water conditions at the time
of field operation and may not be indicative of other times or at other locations. Groundwater
levels can be different at the time of construction. Seasonal variations in the amount of
rainfall, runoff or landscape irrigation from nearby properties, or future construct ion activities
can cause changes to groundwater levels.
ANALYSES AND RECOMMENDATIONS
Existing Fill
In the absence of documented density control, the possibility of under -compacted zones,
voids or presence of objectionable materials within the fill exists. Prior to placement of
additional fill or construction of ground-supported improvements in areas containing fill,
removal of the existing fill is recommended. On -site clean materials may be used as fill in
areas where placement of fill is required. Placement and compaction of fill following the
compaction guidelines provided in this report are recommended to minimize the risk of
unusual settlement.
Potential Soil Vertical Movement
Clay and sandy clay soils encountered in the borings are considered as active soils and are
expected to experience heave and shrink with variations in moisture content. The
movement typically occurs as post-construction heave. The greatest potential for post -
construction heave of ground -supported improvements occurs if the soils within the active
zone are dry at the time of construction. The magnitude of the moisture induced soil
movement is rather variable because it can be influenced by various factors including but
not limited to the following:
• Surface drainage conditions.
• Moisture profile at the time of construction.
• Variations in thickness of active soils and soil properties.
• Changes in the grading of the site and development on the adjacent sites.
FARGO Report No. G22-3865
-4-
The following were considered in our estimation of soil potential vertical movement at the
boring locations:
• Evaluation of data obtained at the location of borings.
• Existing surface conditions.
• Assuming movements occur only due to normal seasonal moisture fluctuations.
• Results of absorption swell test.
• Assuming all existing uncontrolled fill is removed prior to the grading of the site.
• Assuming dry subgrade condition at the time of construction.
• Texas Department of Transportation (TxDOT) Test Method Tex-124-E.
• Engineering experience judgment.
Considering the aforesaid, magnitude of potential for vertical movements is estimated to be
on the order of 5 to 7 ½ inches below (February 2022) grade. It should be noted that
settlement of the existing fill beyond tolerable limits is also possible .
Design Recommendations
The following design recommendations and design criteria were developed based on
subsurface conditions encountered in the borings and previously noted project
characteristic. Also, the design recommendations were developed assuming foundation is
constructed exclusively within the designated building pad area s depicted on the project
grading plan and at the proposed final grades as sho wn on the grading plan referenced in
this report.
It is our understanding that a monolithic slab -on-grade type foundation system is planned
for support of structural loads. To that end, guideline recommendations for the r eferenced
foundation type are presented in the following sections.
Monolithic Slab-On-Grade Foundation
A slab-on-grade foundation system should be designed to sustain structural loading
conditions and to withstand potential soils movement. The referenced foundation system
may be designed as conventionally reinforced or post -tensioned slab-on-grade with exterior
and interior grade beams.
It is our understanding that potential soil movement of about 3 inches is tolerable in the
design of foundation. Con sidering the estimated magnitude of potential soil movement as
discussed previously, modification of subgrade will be required to reduce movement.
Subgrade Modification
The recommendations provided in this section are to help mitigate the effect of soil
shrinkage and expansion. Modification of subgrade will not eliminate the risk of
unacceptable movements over time if substantial fluctuations in moisture content of soils
below the slab occur. The potential for excessive movement can be reduced by
implementation of positive grading to drain surface water away from the structures and
backfilling immediately adjacent to the grade beams with on-site clays.
FARGO Report No. G22-3865
-5-
In general, use of a slab constructed on grade is feasible, provided the risk of some post -
construction floor movement due to the presence of overall expansive soils is acceptable.
Subgrade modification should be performed prior to installation of any plumbing, utilities,
ditches, or any foundations. Provision should be made to protect moisture conditioned
foundation soils from loss of moisture due to tree roots.
A typical cost-effective way of limiting the potential for post -construction movements of a
slab constructed on grade is by preswelling the soils by water pressure injection or by
excavation of soils and moisture conditioning during placement. In view of the presence of
fill (as deep as 13 feet), water pressure injection is not recommended.
With reference to the aforesaid, the following section presents subgrade modification
procedure by excavation and moisture conditioning of soil followed by a surface cap.
Excavation and Placement – This process entails excavation of the upper soils and then
placement and compaction of the excavated soils at moisture content higher than the
material’s Proctor optimum moisture.
The post-performance of a subgrade modified by excavation is highly dependent upon the
quality of the workmanship to perform proper excavation and moisture conditioning and
compaction during placement of fill. The e xcavation contractor should be experienced with
this procedure and should use proper equipment such as a water truck, and a track-
mounted front-end loader (preferably CAT 963 D or equivalent) equipped with rippers during
fill placement and moisture conditioning.
Recommended procedure is as follows:
• Strip vegetation and dispose of the organic materials in accordance with project specifications.
• Excavate subgrade accordingly (depending on the thickness of proposed fill) to 8 feet below
finished pad elevation. If existing fill materials remain in evidence at the bottom of the excavation,
then the excavation should be extended to remove all existing fill and expose competent natural
soils. The presence of competent natural soils should be verified by qualified geotechnical
personnel. Prior to placement of the backfill soils, the exposed subgrade should be proof-rolled
following the guideline recommendations presented under the Earthwork section.
• Subgrade modification should extend at least 5 feet beyond building lines.
• Scarify exposed subgrade at the bottom of the excavation to a depth of 8 inches and recompact
to the moisture and density requirements outlined in the table below.
• Place site-excavated soils in loose lifts no greater than 8-inch thick and compact to the moisture
and density requirements outlined in the table below.
Item Compaction Moisture
Scarified subgrade From 93 to 98 percent of
the maximum dry density At minimum +5 percentage points of optimum Fill soils
(Below surface cap)
Maximum dry density/optimum moisture values are as determined by ASTM D 698, “Standard Proctor” test.
FARGO Report No. G22-3865
-6-
• Fill materials should be benched into the sidewalls to minimize vertical shear failure between the
modified subgrade and surrounding materials.
• Grade to 12 inches below finished subgrade elevation to provide for placement of surface cap
consisting of select fill, or grade to finish pad elevation if the surface cap is to consist of lime
stabilized subgrade.
• It is the intent of the subgrade modification process to reduce the free swell potential of the
modified subgrade to not exceeding 1 percent. In addition to field compaction testing, it is
recommended that Shelby tube samples of the moisture treated materials be routinely obtained
during fill placement to verify that the free swell of the moisture treated materials does not
exceed 1 percent.
Surface Cap – Upon satisfactory completion of subgrade modification, placement of a
surface cap will be required to minimize loss of moisture prior to construction of the
foundation. Surface cap options are presented below:
Surface Cap
(Options)
Thickness
(inches) Description Remarks
Select fill 12 As described in report’s Earthwork section. 1
Lime Treated
Subgrade 8 Estimated lime amount: 40 lb per square yard.
Refer to report’s Pavement section for compaction criteria. 2 & 3
Remarks:
1) Select fill used as surface cap should not extend b eyond building lines.
2) Grade to finished pad elevation prior to lime treatment.
3) Sulfate test should be performed on subgrade soils. Prior to treatment, the contractor should contact Fargo to collect
samples of subgrade for testing. This option should not be used if test results indicate a high degree of sulfate is
present.
If placement of surface cap consisting of select fill or lime-treated subgrade is considered
as economically not feasible, then as a less desirable option, the following may be
considered:
• Perform subgrade modification, including scarification and compaction at the bottom of the
excavation, to the depths, moisture, and density requirements noted above.
• Place and compact moisture conditioned soils to 10 inches below finished subgrade elevation.
• Prepare the exposed subgrade to be covered with poly.
• Place on-site materials atop poly following the guidelines presented below:
Item Materials Recommended Guidelines and Comments
Poly below surface cap Minimum 6 mil Extend to at least 5 feet beyond the building lines.
Surface cap On-site soils
Not exceeding 10 inches thick. Increase in the thickness of clay
cap can increase the magnitude of soil’s potential vertical
movement.
Compaction Soil atop poly Compact from 95 to 100 percent of the maximum dry density at or
above optimum moisture (standard Proctor – ASTM D 698).
Surface cap placed atop poly should be kept in moist condition by periodic watering until placement of concrete.
FARGO Report No. G22-3865
-7-
The surface of moisture conditioned soils should be maintained in a moist condition prior to
placement of the poly, surface cap, or flatwork. Placement of surface cap and construction
of foundation should be performed as soon a s possible to minimize loss of moisture within
the moisture conditioned soils.
We highly recommend that FARGO be retained to perform density testing and observation
during placement of materials and moisture conditioning process.
Upon completion of satisfactory subgrade modification and placement of surface cap
following the procedures presented above, m agnitude of potential for heave of soils is
anticipated to be reduced to about 3 inches.
Overall movements exceeding the magnitude predicted above may occur if soils below
ground-supported improvements are subject to excessive moisture as result of poor
drainage conditions around the foundation, subsurface moisture migration from off -site
locations, or water leakage from utility lines.
Slab-On-Grade Design
Consideration may be given to conventionally reinforcing the slab for ease of future possible
interior modification. With reference to post-tensioned slab foundation, the procedure
commonly used in the design of foundation in this area follows Post -Tensioning Institute
Method.
Post-Tensioning Institute Method – The foundation should be designed to resist
differential “center” lift and “edge” lift movements. Estimated center lift and edge lift design
stiffness values using the Post-Tensioning Institute (PTI) design procedures (3rd Edition),
for a slab-on-grade foundation constructed on subgrade that is modified following the
guidelines presented under Subgrade Modification section , are presented below:
PTI DESIGN MOVEMENTS
Movement
Mode
Edge Moisture
Variation Distance, em
(feet)
Differential Soil
Movement, ym
(inches)
Center Lift 7.6 1.4
Edge Lift 3.8 2.3
Grade beams founded in subgrade that is prepared following the recommendations
provided in this report, may be designed for a maximum bearing pressure of 1.8 kips per
square foot (ksf). All beams, including reinforcing, should be continuous, not varying in
cross section, and should be provided with sufficient steel reinforcement for positive and
negative movement resistance.
FARGO Report No. G22-3865
-8-
It is recommended that a conventionally reinforced slab be designed to conform to the
current requirements of the American Concrete Institute (ACI) “Building Code Requirements
for Reinforced Concrete”, ACI 318.
The above minimum design movements are based on the assumption that after
construction, changes in moisture contents of soils below foundation are due to seasonal
moisture variations only. These design values are not the maximum differential movements
that could occur.
Substantial fluctuations in moisture content of soils below slab can cause movements to
exceed the estimated movements. Primary conditions that can cause a substantial
differential in foundation movements are presented below:
• Moisture gain in foundation soils due to poor drainage condition adjacent to the foundation.
• Moisture gain in foundation soils due to water leakage from utility lines.
• Subsurface moisture migration from off-site locations.
• Fluctuation in foundation soils’ moisture due to improper landscape watering.
• Moisture loss in foundation soils due to tree roots penetrating below slab.
• Foundation constructed on dry subgrade.
It should be understood by all parties that a slab-on-grade type foundation system
constructed on active soils will gene rally experience movement with time if changes in soil
moisture contents in the active clays below the foundation occur. Indications of these
movements, such as cracks in drywall finishes, sticking doors or windows, or similar
occurrences will generally o ccur over time.
Subsurface conditions can change with the passage of time. Recommendations contained
herein may not be applicable for an extended period (construction commencing more than
about 1 ½ years from the date of this report).
Vapor Retarder
The use of a vapor retarder should be considered beneath ground -supported slabs that will
be covered with wood, tile, paint, carpet or other moisture sensitive or impervious coverings,
or when the slab will support equipment sensitive to moisture.
When conditions warrant the use of a vapor retarder, the slab designer and slab contractor
should refer to ACI 302 and/or ACI 360 for proc edures and cautions regarding the use and
placement of a vapor retarder.
Care should be taken during placement of poly to provide sufficient slack (particularly at the
bottom of grade beam excavations) to avoid resistance of poly during and after concret e
placement and to avoid formation of voids below poly.
FARGO Report No. G22-3865
-9-
Other Considerations
Careful consideration should be given to the actual areas where subgrade is modified. The
potential for post-construction heave will be reduced in the modified areas. However , areas
left unmodified will have potential for higher movement as noted in this report.
In general, it is recommended that the treated area extend s beyond the building lines to
reduce potential differential movement between the buildings, sidewalk, entr ance
pavement, foundation supporting roof extension, canopy or other adjacent improvements
that are considered movement sensitive or in areas where site paving is relatively flat
because of drainage or ADA considerations.
Regarding subgrade modification, excavation to proper elevation, vertical depth, and the
lateral extent of excavation beyond the building lines, should be surveyed by the contractor .
Verification of the referenced items will be the responsibility of the contractor.
In the case of rigid canopy that will be rigidly connected to the main building and also,
partially supported beyond the building , consideration should be given to minimize soil
related vertical movements of the canopy. A shallow foundation for supporting the canopy
should be constructed in subgrade that has been modified to reduce potential movement
following the same procedures and guidelines as presented in this report.
Other than what was observed at the time of drilling and within the depths explored at the
locations of the borings, detailed groundwater seepage studies (installation of piezometer,
etc.), were beyond the scope of our services.
Finished floor elevation should be set high enough above the final exterior grades around
the perimeter of the building to assure a positive flow of water away from the structure. The
ground surface should slope away from the perimeter of the structure, preferably at a
minimum of 5 percent grade to 10 feet beyond the building perimeter.
Positive drainage of surface water away from the buildings must be provided during
construction and maintained after construction. The flatwork abutting the foundation should
be sloped down away from the structure at a minimum 5 percent grade. The slope in areas
of ADA should be performed as per regulations. The joint between the flatwork and
foundation should be sealed.
Proper backfilling around the building perimeter will reduce the potenti al for water seepage
beneath the structures. Fill against the perimeter of the foundations should consist of site -
excavated clays, or equal, placed and compacted in accordance with the recommendations
outlined under the report’s Earthwork section. If bedding soils must be used adjacent to the
perimeter of the building, provisions should be made not to allow water to be accumulated
next to the foundation.
FARGO Report No. G22-3865
-10-
In the event that retaining walls are planned for this project, we should be contacted to
provide geotechnical related recommendations for the design of these walls. In general,
the slab-on-grade foundation should not be constructed at a distance closer than 2 times
the wall height.
UTILITIES
The following is recommended during construction of utilities:
• Care should be taken that utility trenches are not left open for extended periods and that
they are properly backfilled.
• Backfilling should be accomplished with on-site soils that are placed in loose lifts and
compacted in accordance with the requirements of local City/County standards or following
recommendations provided under the Earthwork section of this report, whichever governs.
• Backfill should not contain rock pieces greater than 5 inches in maximum dimension.
• A positive cut-off at the building line is recommended for utility lines with trench bottom that
slopes downward toward the building, to help in preventing water from migrating in the utility
trench backfill to below the foundation.
• Storm drains should be designed with adequate slope considering the effect of soil
movement.
EARTHWORK
All vegetation and topsoil containing organic material should be cleared and grubbed at the
beginning of earthwork construction. In all areas where improvements are plan ned, existing
trees, if any, should be removed well before the construction.
Care should be taken that root balls and near surface roots are removed. Disturbed areas
should be backfilled following the guidelines provided in this section.
The fill materials should meet the requirements outlined below:
• Native soils, or off-site soils similar to the on-site soils, that are free of any objectionable
materials, are suitable to be used as fill. In general, fill soils may consist of clayey sand to
clays with Plasticity Indices (PI) not exceeding the PI of on-site soils.
• Imported soils should not consist of sand, silty sand, shale, shaley clay, or bentonitic clay
and should be free of any objectionable materials.
• Fill should not contain roots, vegetation or any other undesirable matter. Fill should not
contain any rock fragments larger than six (6) inches in diameter. The upper 2 feet of fill
placed within the building pad area should not contain any rock fragments larger than three
(3) inches in diameter.
Areas subject to subgrade modification – Preparation of the building pad and subgrade
modification should be performed following the guideline recommendations provided
previously in this report.
FARGO Report No. G22-3865
-11-
Areas not subject to subgrade modification – Guideline recommendations for proof
rolling, fill placement and compaction are presented below:
Proof rolling:
• Prior to placement of any fill, and after removal of the existing fill, the exposed
subgrade should be proof-rolled. Qualified geotechnical personnel should be
retained to observe the proof rolling operation.
• Use heavy rubber-tired equipment (loaded dump truck or water truck) weighing not
less than 20 tons for proof rolling.
• Remove areas that exhibit pumping action or are excessively soft/compressible.
• Backfill with on-site suitable materials.
Fill placement and compaction:
• Prior to fill placement, scarify subgrade to a depth of 8 inches.
• Compact from 95 to 100 percent of the maximum dry density, as determined by
ASTM D 698, “Standard Proctor” at or above optimum moisture.
• Place fill in loose lifts no greater than 8-inch thick.
• Compact to the moisture and density requirements outlined above.
Additional recommendations related to earthwork :
• Regarding the placement of fill, the surface of each lift should be kept moist prior to placing
a subsequent lift particularly when work needs to be resumed the next day.
• Surface desiccation should not be allowed and if noted the lift should be reworked and
compacted to the moisture and density criteria outlined above.
• Crushed stone utilized for the drainage system should consist of durable gravel meeting
ASTM C 33 Size 67 or coarser. Gravel should be placed in loose lifts no greater than 8-inch
thick and compacted to a minimum of 65 percent of the relative density as determined by
ASTM D 4254.
• All constructed slopes should be vegetated as soon as possible. Use of erosion control
fabric is recommended during vegetation of the slopes.
• Earth slopes greater than eight feet in height should be evaluated for slope stability. This
also applies to slopes combined with retaining walls that have a combined height in excess
of eight feet.
• Select fill is defined as:
➢ Uniformly blended clayey sand to sandy clay with
➢ Liquid Limit: less than 35,
➢ Plasticity Index (PI): from 6 to 15.
Select fill should be placed in loose lifts no greater than 8-inch thick and compacted to at
least 95 percent of ASTM D-698 density, at a moisture content from -2 to +2 percentage
points of optimum moisture.
All excavations should be braced or cut at stable slopes in accordance with Occupational
Safety and Health Administration (OSHA) requirements or other applicable building codes.
Consideration should also be given to erosion protection on exposed slopes.
FARGO Report No. G22-3865
-12-
Existing Fill – Removal of all existing fill (particularly, where construction of flatwork or
other improvements are planned), is recommended.
Removed fill that is free of any objectionable material, may be placed and compacted in
general areas of the site requiring fill, following the compaction criteria provided above.
PAVEMENT
Regarding the existing fill at the subject site, pavement subgrade should be prepared
following the guideline recommendations provided under the Earthwork section.
The pavement subgrade in general is anticipated to consist of clay or sandy clay soils.
These soils are subject to loss in support with an increase in moisture that can occur
beneath the pavement. They react with hydrated lime, which serves to improve and
maintain their support value.
Treatment of subgrade with lime below rigid pavement will provide for less maintenance
and associated cost during the design life of the pavement. However, subgrade treatment
below rigid pavement in light-duty traffic areas (areas subject to passenger vehicles and
occasional light delivery trucks) would not necessarily be required.
For estimation purposes, the following may be considered for lime quantity.
Estimated percent lime to treat subgrade 7 percent by dry soil weight
Estimated amount of lime to treat
the upper 6-inch of subgrade
32 pounds per square yard
(TxDOT, Item 260)
The actual percent lime required to treat subgrade should be verified by laboratory tests after
completion of grading and installation of utility lines in the streets.
Subgrade treatment should extend a minimum of 1 foot beyond the edge of pavement on
both sides. Portland cement concrete sections are presented below:
FARGO Report No. G22-3865
-13-
Portland Cement Concrete Pavement – The specific pavement sections will be
dependent upon the type and frequency of traffic. At the time of this study, vehicle traffic
studies were not available. Therefore, several pavement sections are presented below for
a 20-year design life based on assumed traffic types and loading conditions and our
experience with similar projects:
General
Traffic Conditions
Estimated
Annual ESAL
Portland Cement
Concrete Pavement
Thickness (inches)
28-Day Minimum
Compressive
Strength (psi)
Light-Duty
Passenger Cars and
Occasional Light Trucks
10,000 5 3,000
Medium-Duty
Passenger Cars, Light Trucks,
Tractor Trailer
40,000 6 * 3,600 *
* In areas where subgrade treatment economically is not feasible, then in lieu of subgrade treatment,
pavement thickness may be increased by 1 inch or as per city/county requirements, whichever is greater.
In this case, concrete with a minimum compressive strength of 4,000 psi is recommended.
Pavements should be reinforced to control shrinkage cracks. Reinforcing steel should
consist of the approximate equivalent of #3 bars at 18 inches on center. The specific
amount of steel should be determined based on spacing of expansion, construction, and
contraction (saw) joints.
The pavement section should be saw cut at an approximate spacing of 15 -foot squares.
Recommended jointing techniques are discussed in detail in “Joint Design for Concret e
Highway and Street Pavements,” published by the Portland Cement Association.
Dumpster Pad – Recommended pavement section for the dumpster pad area is presented
below:
Portland cement concrete pavement thickness (inches): 7
28-Day Minimum Compressive Strength (psi) 3,600
Pavement in the dumpster pad area should be designed as per the above criteria or as per
city/county requirements, whichever is greater.
The dumpster pad area should be designed so that the wheels of the collection truck are
supported on the concrete while the dumpster is being lifted. Dumpster areas that are not
designed in this manner often experience localized failures due to large whee l loading
imposed during waste collection.
Sulfate-Induced Heave – Upon completion of rough grading and installation of utility lines
in area paving, and prior to subgrade lime stabilization, FARGO should be contacted to
collect samples of subgrade for sulfate testing.
FARGO Report No. G22-3865
-14-
Testing should be performed as early as possible in the construction sequence to minimize
any delays in the construction of pavement section. Depending on the degree of
concentration of sulfate in the subgrade, it can be determined if a modified application of
lime or other modification to subgrade would be required. For pavement subgrade
containing a high degree of sulfate, consideration may be given to increase pavement
thickness constructed on untreated compacted subgrade. This optio n may be
advantageous in terms of expediting the construction of pavement and reducing the risk
associated with a possible post-construction heave of pavement subgrade containing
sulfate.
Other Pavement Related Recommendations and Considerations
Treated subgrade should be uniformly compacted from 95 to 100 percent of maximum dry
density as determined by ASTM D698 at a moisture content between –1 and +3 percentage
points of the optimum moisture. Untreated subgrade should be scarified to a depth of 6
inches and compacted to the moisture and density requirements outlined in the report’s
Earthwork section. Treated or untreated prepared subgrade should be protected and
maintained in moist condition until the pavement is placed.
The need for a thicker pavement section will depend on the traffic mix, frequency and traffic
speed. We will reevaluate pavement thickness, if provided with traffic information. All
pavement materials and construction procedures should conform to applicable TxDOT,
NCTCOG, or city, county specification requirements.
To achieve the design life of pavement, normal periodic maintenance (sealing of cracks and
joints) will be required for all pavements to minimize infiltration of surface water into
subgrade soils, to minimize weakening of the subgrade.
The pavement subgrade should be carefully evaluated prior to construction of pavement for
signs of excessive disturbance due to utility excavations, construction traffic, desiccation,
rainfall, or rutting. Areas with excessive disturbance sho uld immediately be reworked,
moisture conditioned and properly compacted prior to paving, following the
recommendations provided in this report.
Mechanical treatment of the pavement subgrade will not prevent normal seasonal
movements of the underlying untreated soils. Pavement and other flatwork generally will
have the same potential for movement as slabs constructed directly on the existing soils .
Poor drainage conditions and ponding of water along the pavement should not be allowed.
Backfilling of curbs should be accomplished as soon as practical to prevent ponding of
water.
FARGO Report No. G22-3865
-15-
Openings in the pavement, such as landscape islands, are sources fo r collection of water.
Collected water in the islands can migrate into the surrounding subgrade soils thereby
degrading support of the pavement and/or causing heave of adjacent foundation soils. This
is especially applicable for islands with raised concr ete curbs, irrigated foliage, and low
permeability near-surface soils. The civil design for pavement with these conditions should
include features to restrict or to collect and discharge excess water from the islands.
Examples of features are edge drains connected to the storm water collection system or
other suitable outlet and impermeable barriers preventing lateral migration of water such as
a cutoff wall installed to a depth below the pavement structure.
Placement of granular materials (cushion sand, gravel, aggregate, free draining materials,
etc.) beneath the pavement is not recommended. Water will seep through the referenced
materials and will cause weakening and/or expansion of subgrade soils below pavement.
In areas where fine grading of the pavement subgrade is desired, select fill as described in
report Earthwork section (not exceeding 6 inches in thickness), may be used.
LANDSCAPING AND DRAINAGE CONSIDERATIONS
To reduce potential for excessive heave of soils below improvements, good surface
drainage should be established and maintained. The open ground should be sloped
preferably at a minimum of 5 percent grade 10 feet beyond the building perimeter.
Paving and flatwork should be sloped as much as is practical to prevent areas where water
can pond. Where paving or flatwork abuts the structure, care should be taken that joints
are properly sealed and maintained to prevent the infiltration of surface water.
Trees, existing or to be planted, will draw water from the soil and, as a result, can c ause the
active soil below ground -supported improvements to become dry and shrink. This could
cause settlement beneath grade -supported slabs such as floors, walkways and paving. To
reduce this risk, trees and large bushes should be located a distance of at least one-half of
the mature height away from the foundation and other grade slabs sensitive to movements.
Sprinkler mains should be located a minimum of 5 feet away from the building line. If
sprinkler heads must be located adjacent to the structure , then the service extension lines
off the main should be provided. Roof drains should discharge on pavement or be extended
away from the structure. Ideally, roof drains should discharge to storm sewers via solid
pipes.
FARGO Report No. G22-3865
-16-
CONSTRUCTION OBSERVATION AND TESTING FREQUENCY
It is recommended that the following items, as a minimum, be observed and tested by a
representative of FARGO during construction.
Observation:
• Fill placement and compaction.
• Foundation construction and concrete placement.
Field Compaction Testing:
• Building pads, one test per 3,000 square feet per lift within fills (minimum of 2 tests per lift).
• Area paving, one test per 3,000 square feet per lift within fills (minimum of 2 tests per lift).
• Utilities, one test per 100 linear feet per lift or as per city/county requirements.
• Fill placed next to grade beams, one test per 100 linear feet per lift.
REPORT CLOSURE
The boring logs included in the report Illustrations show subsurface conditions at specific
boring locations. These logs also contain in terpretations made by our field drilling
representatives of conditions that are believed to exist between sampling intervals during
drilling and sampling. Therefore, the boring logs contain both factual and interpretive
information and the lines delineating the subsurface strata are approximate. It is not implied
that these logs are representative of subsurface conditions at other locations within the site.
The design recommendations in general, are based on the information obtained from the
borings and laboratory testing and are specific to the referenced proposed project at the
specific location(s) noted in this report.
The engineer’s initial analyses, co nclusions and recommendations are based on the data
obtained from the borings. However, during construction, quite often anomalies in the
subsurface conditions are revealed and cannot be fully predicted by mere soil samples,
sample borings or test pits. If, during construction, different subsurface conditions from
those encountered in our borings are observed, we must be advised promptly so that we
can review these conditions and reconsider our recommendations where necessary.
Unexpected conditions during excavation, observation, and testing frequently require that
additional expenditures be made by the owner to attain a properly designed and constructed
project. Therefore, provision for some contingency funds is recommended to accommodate
such potential extra costs.
Subsurface conditions can change with the passage of time. Recommendations contained
herein are not considered applicable for an extended period from the date of this report. It
is recommended that our office be contacted for a review of the contents of this report in
the case of any changes to project scope (e.g. grading plan, building layout, structural
FARGO Report No. G22-3865
-17-
framing etc.) or for construction commencing more than 1 ½ year after completion of this
report.
Further, it is urged that FARGO be retained to review those portions of the plans and
specifications for this project that pertain to earthwork and foundation as a means to
determine whether the plans and specifications are consistent with recommendations
contained in this report.
The scope of our services did not include any environmental assessment or investigation
for the presence or absence of wetlands or hazardous or toxic materials in the soil, surface
water, groundwater or air, on or below or around the site. In addition, slope stability
analyses (localized and/or global) for ground slopes, retaining walls, or embankment slopes
(existing or to be constructed) were beyond the scope of this service. Referenced studies,
where needed, should be performed separate ly. Upon written request, FARGO may be
retained to perform referenced studies. FARGO is not responsible for conclusions, opinions
or recommendations made by others based on the data presented in this report.
This report has been prepared for the exclusive use of the entity a nd/or person to whom
this report is addressed for specific application to the design of this project. The only
warranty made by us in connection with the service provided is that we have used that
degree of care and skill ordinarily exercised under simila r conditions by reputable members
of our profession practicing in the same or similar locality. No other warranty, expressed or
implied, is made or intended.
Verification of the subsurface conditions for purposes of determining the difficulty of
excavation, trafficability, site safety, excavation support, etc. is the responsibility of others.
FARGO is not responsible for damages resulting from the workmanship of designers or
contractors.
In the event that information provided to us did not include fin al grading plans, then these
recommendations should be reviewed once a grading plan is finalized. We recommend
that FARGO be retained to observe earthwork and perform material evaluation and testing
during the construction phase of the project. This enab les the geotechnical engineer to be
readily available to evaluate unanticipated conditions and, if required, to conduct additional
tests and to recommend alternative solutions to unanticipated conditions. Until these
construction phase services are performed by the project geotechnical engineer, the
recommendations contained in this report on such items as final foundation bearing
elevations, undercut depths, proper soils moisture conditioning, and other such subsurface
related recommendations should be considered as preliminary.
ILLUSTRATIONS
PLATE ASite Vicinity MapProject:Location:FARGO Report No.:Proposed Storage FacilityCooks Lane, Fort Worth, TexasG22-3865
B-1B-2B-3B-4B-5B-6B-7B-8B-9B-13B-14B-10B-12B-11Ederville RoadInterstate Highway No. 30Location PlanProject:Location:FARGO Report No.:Proposed Storage FacilityCooks Lane, Fort Worth, TexasG22-3865NNot To ScaleApproximate Boring LocationPLATE A-1y:\geotech files\...location plan.dwg 150
B-1 B-2 B-3 B-4 B-5 B-6 B-7 B-8 B-9 B-10 B-11 B-12 B-13 B-14
0
5
10
15
20
25Depth in Feet0
5
10
15
20
25 Depth in FeetHigh plasticity clay
Fill
High plasticity clay
Deeper, low plasticity clay
SUBSURFACE PROFILE
Report No. G21-3865
Proposed Storage Facility
Fort Worth, Texas
PLATE A-2-1
0
5
10
15
20
25
30
35
P2.5
P3.0
P3.5
P3.0
P4.5
P4.5+
P4.5+
20
Tan and gray CLAY (CH)
BORING TERMINATED AT 20 FEET
27
26
24
27
22
18
19
70 24 46 96 2.1
LOG OF BORING NO. B-1
Report No:G21-3865 Date Sampled:1/5/2022
Reference:Proposed Storage Facility
Fort Worth, Texas
Location: See Plate A-1
Surface Elevation:N.A.
REMARKS:
TUBE
SAMPLE
AUGER
SAMPLE
SPLIT-
SPOON
ROCK
CORE
THD
CONE
PEN.
NO
RECOVERYDEPTH (ft.)FIELD DATA
SOIL & ROCKSYMBOLSAMPLE TYPEP: HAND PEN., TSFT: THD, NO. OF BLOWSN: SPT, NO. OF BLOWSSTRATUM DEPTH(FT.)DESCRIPTION OF STRATUM
Sampling Type:Intermittent
GROUNDWATER INFORMATION:
Seepage Encountered During Drilling (feet):None
Depth to Top of Water Upon Completion (feet):Dry
WATER CONTENT, %LABORATORY DATA
LIQUID LIMITPLASTIC LIMITPLASTICITY INDEXUNIT DRY WEIGHT(PCF)UNCONFINEDSTRENGTH (TSF)% PASSING NO. 200SIEVEPlate 1
0
5
10
15
20
25
30
35
P2.5
P4.5+
P3.5
P4.5+
P2.5
P4.5+
P4.5+
20
Tan and gray CLAY (CH)
BORING TERMINATED AT 20 FEET
21
22
26
24
29
20
21
65
82
24
27
41
55
LOG OF BORING NO. B-2
Report No:G21-3865 Date Sampled:1/5/2022
Reference:Proposed Storage Facility
Fort Worth, Texas
Location: See Plate A-1
Surface Elevation:N.A.
REMARKS:
TUBE
SAMPLE
AUGER
SAMPLE
SPLIT-
SPOON
ROCK
CORE
THD
CONE
PEN.
NO
RECOVERYDEPTH (ft.)FIELD DATA
SOIL & ROCKSYMBOLSAMPLE TYPEP: HAND PEN., TSFT: THD, NO. OF BLOWSN: SPT, NO. OF BLOWSSTRATUM DEPTH(FT.)DESCRIPTION OF STRATUM
Sampling Type:Intermittent
GROUNDWATER INFORMATION:
Seepage Encountered During Drilling (feet):None
Depth to Top of Water Upon Completion (feet):Dry
WATER CONTENT, %LABORATORY DATA
LIQUID LIMITPLASTIC LIMITPLASTICITY INDEXUNIT DRY WEIGHT(PCF)UNCONFINEDSTRENGTH (TSF)% PASSING NO. 200SIEVEPlate 2
0
5
10
15
20
25
30
35
P2.0
P2.5
P2.5
P4.5+
P4.5+
P4.5+
3
20
Brown, tan and gray intermixed clay and sandy clay - FILL
Tan and gray CLAY (CH)
BORING TERMINATED AT 20 FEET
19
27
19
31
22
21
20
76 25 51
LOG OF BORING NO. B-3
Report No:G21-3865 Date Sampled:2/2/2022
Reference:Proposed Storage Facility
Fort Worth, Texas
Location: See Plate A-1
Surface Elevation:N.A.
REMARKS:
TUBE
SAMPLE
AUGER
SAMPLE
SPLIT-
SPOON
ROCK
CORE
THD
CONE
PEN.
NO
RECOVERYDEPTH (ft.)FIELD DATA
SOIL & ROCKSYMBOLSAMPLE TYPEP: HAND PEN., TSFT: THD, NO. OF BLOWSN: SPT, NO. OF BLOWSSTRATUM DEPTH(FT.)DESCRIPTION OF STRATUM
Sampling Type:Intermittent
GROUNDWATER INFORMATION:
Seepage Encountered During Drilling (feet):None
Depth to Top of Water Upon Completion (feet):Dry
WATER CONTENT, %LABORATORY DATA
LIQUID LIMITPLASTIC LIMITPLASTICITY INDEXUNIT DRY WEIGHT(PCF)UNCONFINEDSTRENGTH (TSF)% PASSING NO. 200SIEVEPlate 3
0
5
10
15
20
25
30
35
P2.0
P4.5+
P4.5+
P4.5+
P4.5+
P4.5+
P4.5+
2
20
Tan, gray and brown intermixed clay, sandy clay and clayey
sand - FILL
Tan and gray shaley CLAY (CH)
BORING TERMINATED AT 20 FEET
18
17
22
19
24
23
22
74 25 49 97 3.6
LOG OF BORING NO. B-4
Report No:G21-3865 Date Sampled:1/20/2022
Reference:Proposed Storage Facility
Fort Worth, Texas
Location: See Plate A-1
Surface Elevation:N.A.
REMARKS:
TUBE
SAMPLE
AUGER
SAMPLE
SPLIT-
SPOON
ROCK
CORE
THD
CONE
PEN.
NO
RECOVERYDEPTH (ft.)FIELD DATA
SOIL & ROCKSYMBOLSAMPLE TYPEP: HAND PEN., TSFT: THD, NO. OF BLOWSN: SPT, NO. OF BLOWSSTRATUM DEPTH(FT.)DESCRIPTION OF STRATUM
Sampling Type:Intermittent
GROUNDWATER INFORMATION:
Seepage Encountered During Drilling (feet):None
Depth to Top of Water Upon Completion (feet):Dry
WATER CONTENT, %LABORATORY DATA
LIQUID LIMITPLASTIC LIMITPLASTICITY INDEXUNIT DRY WEIGHT(PCF)UNCONFINEDSTRENGTH (TSF)% PASSING NO. 200SIEVEPlate 4
0
5
10
15
20
25
30
35
P2.0
P4.5+
P3.5
P2.5
P3.5
P4.5+
P4.5+
2
4
20
Brown and tan intermixed clay and sandy clay - FILL
Brown CLAY (CH)
Tan and gray CLAY (CH)
- with calcareous clay seams below 8 feet
BORING TERMINATED AT 20 FEET
8
18
26
27
22
21
20
52 20 32
LOG OF BORING NO. B-5
Report No:G21-3865 Date Sampled:1/20/2022
Reference:Proposed Storage Facility
Fort Worth, Texas
Location: See Plate A-1
Surface Elevation:N.A.
REMARKS:
TUBE
SAMPLE
AUGER
SAMPLE
SPLIT-
SPOON
ROCK
CORE
THD
CONE
PEN.
NO
RECOVERYDEPTH (ft.)FIELD DATA
SOIL & ROCKSYMBOLSAMPLE TYPEP: HAND PEN., TSFT: THD, NO. OF BLOWSN: SPT, NO. OF BLOWSSTRATUM DEPTH(FT.)DESCRIPTION OF STRATUM
Sampling Type:Intermittent
GROUNDWATER INFORMATION:
Seepage Encountered During Drilling (feet):None
Depth to Top of Water Upon Completion (feet):Dry
WATER CONTENT, %LABORATORY DATA
LIQUID LIMITPLASTIC LIMITPLASTICITY INDEXUNIT DRY WEIGHT(PCF)UNCONFINEDSTRENGTH (TSF)% PASSING NO. 200SIEVEPlate 5
0
5
10
15
20
25
30
35
P2.0
P4.5+
P4.5+
P4.5+
P4.5+
P4.5+
P4.5+
3
5
20
Brown, tan and gray intermixed clay and sandy clay with
sandstone - FILL
Brown SANDY CLAY (CL)
Tan and gray CLAY (CH)
BORING TERMINATED AT 20 FEET
26
18
18
19
20
21
20
43 18 25 98 2.8
LOG OF BORING NO. B-6
Report No:G21-3865 Date Sampled:1/20/2022
Reference:Proposed Storage Facility
Fort Worth, Texas
Location: See Plate A-1
Surface Elevation:N.A.
REMARKS:
TUBE
SAMPLE
AUGER
SAMPLE
SPLIT-
SPOON
ROCK
CORE
THD
CONE
PEN.
NO
RECOVERYDEPTH (ft.)FIELD DATA
SOIL & ROCKSYMBOLSAMPLE TYPEP: HAND PEN., TSFT: THD, NO. OF BLOWSN: SPT, NO. OF BLOWSSTRATUM DEPTH(FT.)DESCRIPTION OF STRATUM
Sampling Type:Intermittent
GROUNDWATER INFORMATION:
Seepage Encountered During Drilling (feet):None
Depth to Top of Water Upon Completion (feet):Dry
WATER CONTENT, %LABORATORY DATA
LIQUID LIMITPLASTIC LIMITPLASTICITY INDEXUNIT DRY WEIGHT(PCF)UNCONFINEDSTRENGTH (TSF)% PASSING NO. 200SIEVEPlate 6
0
5
10
15
20
25
30
35
P4.5+
N15
P4.5+
P4.5+
P4.5+
P4.5+
P4.5+
4
7
20
Brown, dark brown and tan intermixed clay and sandy clay
with sandstone gravel - FILL
Brown SANDY CLAY (CL) with clayey sand and sandstone
seams
Tan and gray CLAY (CH)
- with occasional tan limestone seams below 18 feet
BORING TERMINATED AT 20 FEET
13
13
16
17
20
18
19
54 21 33
LOG OF BORING NO. B-7
Report No:G21-3865 Date Sampled:1/5/2022
Reference:Proposed Storage Facility
Fort Worth, Texas
Location: See Plate A-1
Surface Elevation:N.A.
REMARKS:
TUBE
SAMPLE
AUGER
SAMPLE
SPLIT-
SPOON
ROCK
CORE
THD
CONE
PEN.
NO
RECOVERYDEPTH (ft.)FIELD DATA
SOIL & ROCKSYMBOLSAMPLE TYPEP: HAND PEN., TSFT: THD, NO. OF BLOWSN: SPT, NO. OF BLOWSSTRATUM DEPTH(FT.)DESCRIPTION OF STRATUM
Sampling Type:Intermittent
GROUNDWATER INFORMATION:
Seepage Encountered During Drilling (feet):None
Depth to Top of Water Upon Completion (feet):Dry
WATER CONTENT, %LABORATORY DATA
LIQUID LIMITPLASTIC LIMITPLASTICITY INDEXUNIT DRY WEIGHT(PCF)UNCONFINEDSTRENGTH (TSF)% PASSING NO. 200SIEVEPlate 7
0
5
10
15
20
25
30
35
P3.0
N8
N7
P4.0
P4.5+
P4.5+
P4.5+
6
8
20
Tannish brown, reddish brown and gray intermixed clay and
sandy clay with sandstone - FILL
Brown SANDY CLAY (CL) with clayey sand and sandstone
seams
Tan and gray CLAY (CH)
BORING TERMINATED AT 20 FEET
14
9
6
19
18
18
17
55 21 34
LOG OF BORING NO. B-8
Report No:G21-3865 Date Sampled:1/5/2022
Reference:Proposed Storage Facility
Fort Worth, Texas
Location: See Plate A-1
Surface Elevation:N.A.
REMARKS:
TUBE
SAMPLE
AUGER
SAMPLE
SPLIT-
SPOON
ROCK
CORE
THD
CONE
PEN.
NO
RECOVERYDEPTH (ft.)FIELD DATA
SOIL & ROCKSYMBOLSAMPLE TYPEP: HAND PEN., TSFT: THD, NO. OF BLOWSN: SPT, NO. OF BLOWSSTRATUM DEPTH(FT.)DESCRIPTION OF STRATUM
Sampling Type:Intermittent
GROUNDWATER INFORMATION:
Seepage Encountered During Drilling (feet):None
Depth to Top of Water Upon Completion (feet):Dry
WATER CONTENT, %LABORATORY DATA
LIQUID LIMITPLASTIC LIMITPLASTICITY INDEXUNIT DRY WEIGHT(PCF)UNCONFINEDSTRENGTH (TSF)% PASSING NO. 200SIEVEPlate 8
0
5
10
15
20
25
30
35
P4.5+
P4.0
P4.5
P2.0
P2.5
P4.5+
P4.5+
3
7
20
Brown SANDY CLAY (CL) with sandstone seams
Brown CLAY (CH) with occasional sandy clay seams
Tan and gray CLAY (CH)
BORING TERMINATED AT 20 FEET
15
19
15
23
19
18
19
52 20 32
LOG OF BORING NO. B-9
Report No:G21-3865 Date Sampled:2/2/2022
Reference:Proposed Storage Facility
Fort Worth, Texas
Location: See Plate A-1
Surface Elevation:N.A.
REMARKS:
TUBE
SAMPLE
AUGER
SAMPLE
SPLIT-
SPOON
ROCK
CORE
THD
CONE
PEN.
NO
RECOVERYDEPTH (ft.)FIELD DATA
SOIL & ROCKSYMBOLSAMPLE TYPEP: HAND PEN., TSFT: THD, NO. OF BLOWSN: SPT, NO. OF BLOWSSTRATUM DEPTH(FT.)DESCRIPTION OF STRATUM
Sampling Type:Intermittent
GROUNDWATER INFORMATION:
Seepage Encountered During Drilling (feet):None
Depth to Top of Water Upon Completion (feet):Dry
WATER CONTENT, %LABORATORY DATA
LIQUID LIMITPLASTIC LIMITPLASTICITY INDEXUNIT DRY WEIGHT(PCF)UNCONFINEDSTRENGTH (TSF)% PASSING NO. 200SIEVEPlate 9
0
5
10
15
20
25
30
35
P4.0
N6
N14
N16
N9
P2.5
P4.5+
13
18
20
Brown, dark brown and tan intermixed clay and sandy clay
with sandstone gravel - FILL
Dark brown CLAY (CH)
Tan and gray CLAY (CH)
BORING TERMINATED AT 20 FEET
15
13
14
21
20
22
16
55
51
22
20
33
31
LOG OF BORING NO. B-10
Report No:G21-3865 Date Sampled:1/5/2022
Reference:Proposed Storage Facility
Fort Worth, Texas
Location: See Plate A-1
Surface Elevation:N.A.
REMARKS:
TUBE
SAMPLE
AUGER
SAMPLE
SPLIT-
SPOON
ROCK
CORE
THD
CONE
PEN.
NO
RECOVERYDEPTH (ft.)FIELD DATA
SOIL & ROCKSYMBOLSAMPLE TYPEP: HAND PEN., TSFT: THD, NO. OF BLOWSN: SPT, NO. OF BLOWSSTRATUM DEPTH(FT.)DESCRIPTION OF STRATUM
Sampling Type:Intermittent
GROUNDWATER INFORMATION:
Seepage Encountered During Drilling (feet):None
Depth to Top of Water Upon Completion (feet):Dry
WATER CONTENT, %LABORATORY DATA
LIQUID LIMITPLASTIC LIMITPLASTICITY INDEXUNIT DRY WEIGHT(PCF)UNCONFINEDSTRENGTH (TSF)% PASSING NO. 200SIEVEPlate 10
0
5
10
15
20
25
30
35
P4.5+
P4.0
P3.5
P4.5+
P4.5+
P4.5+
P4.5+
3
8
20
Brown and dark brown clay and sandy clay - FILL
Brown CLAY (CH)
Tan and gray CLAY (CH)
BORING TERMINATED AT 20 FEET
13
23
26
22
21
22
20
65 22 43
LOG OF BORING NO. B-11
Report No:G21-3865 Date Sampled:2/2/2022
Reference:Proposed Storage Facility
Fort Worth, Texas
Location: See Plate A-1
Surface Elevation:N.A.
REMARKS:
TUBE
SAMPLE
AUGER
SAMPLE
SPLIT-
SPOON
ROCK
CORE
THD
CONE
PEN.
NO
RECOVERYDEPTH (ft.)FIELD DATA
SOIL & ROCKSYMBOLSAMPLE TYPEP: HAND PEN., TSFT: THD, NO. OF BLOWSN: SPT, NO. OF BLOWSSTRATUM DEPTH(FT.)DESCRIPTION OF STRATUM
Sampling Type:Intermittent
GROUNDWATER INFORMATION:
Seepage Encountered During Drilling (feet):None
Depth to Top of Water Upon Completion (feet):Dry
WATER CONTENT, %LABORATORY DATA
LIQUID LIMITPLASTIC LIMITPLASTICITY INDEXUNIT DRY WEIGHT(PCF)UNCONFINEDSTRENGTH (TSF)% PASSING NO. 200SIEVEPlate 11
0
5
10
15
20
25
30
35
P4.5+
P4.0
P4.5+
P4.5+
P4.5+
P4.5+
P4.5+
2
4
20
Brown and dark brown intermixed clay and sandy clay - FILL
Brown SANDY CLAY (CL) with clayey sand and sandstone
seams
Tan and gray CLAY (CH)
- with tan calcareous clay and limestone seams from 6 to 10
feet
BORING TERMINATED AT 20 FEET
14
20
23
20
20
18
20
84 26 58
98 3.6
LOG OF BORING NO. B-12
Report No:G21-3865 Date Sampled:1/5/2022
Reference:Proposed Storage Facility
Fort Worth, Texas
Location: See Plate A-1
Surface Elevation:N.A.
REMARKS:
TUBE
SAMPLE
AUGER
SAMPLE
SPLIT-
SPOON
ROCK
CORE
THD
CONE
PEN.
NO
RECOVERYDEPTH (ft.)FIELD DATA
SOIL & ROCKSYMBOLSAMPLE TYPEP: HAND PEN., TSFT: THD, NO. OF BLOWSN: SPT, NO. OF BLOWSSTRATUM DEPTH(FT.)DESCRIPTION OF STRATUM
Sampling Type:Intermittent
GROUNDWATER INFORMATION:
Seepage Encountered During Drilling (feet):None
Depth to Top of Water Upon Completion (feet):Dry
WATER CONTENT, %LABORATORY DATA
LIQUID LIMITPLASTIC LIMITPLASTICITY INDEXUNIT DRY WEIGHT(PCF)UNCONFINEDSTRENGTH (TSF)% PASSING NO. 200SIEVEPlate 12
0
5
10
15
20
25
30
35
P4.5+
P4.5+
P4.5+
2
5
Brown and dark brown intermixed clay and sandy clay - FILL
Tan and gray CLAY (CH)
BORING TERMINATED AT 5 FEET
18
21
23
68 24 44
LOG OF BORING NO. B-13
Report No:G21-3865 Date Sampled:2/2/2022
Reference:Proposed Storage Facility
Fort Worth, Texas
Location: See Plate A-1
Surface Elevation:N.A.
REMARKS:
TUBE
SAMPLE
AUGER
SAMPLE
SPLIT-
SPOON
ROCK
CORE
THD
CONE
PEN.
NO
RECOVERYDEPTH (ft.)FIELD DATA
SOIL & ROCKSYMBOLSAMPLE TYPEP: HAND PEN., TSFT: THD, NO. OF BLOWSN: SPT, NO. OF BLOWSSTRATUM DEPTH(FT.)DESCRIPTION OF STRATUM
Sampling Type:Intermittent
GROUNDWATER INFORMATION:
Seepage Encountered During Drilling (feet):None
Depth to Top of Water Upon Completion (feet):Dry
WATER CONTENT, %LABORATORY DATA
LIQUID LIMITPLASTIC LIMITPLASTICITY INDEXUNIT DRY WEIGHT(PCF)UNCONFINEDSTRENGTH (TSF)% PASSING NO. 200SIEVEPlate 13
0
5
10
15
20
25
30
35
P4.5+
P4.5+
P4.5+
1.5
5
Brown SANDY CLAY (CL) with sandstone seams
Brown CLAY (CH) with occasional sandy clay seams
BORING TERMINATED AT 5 FEET
17
20
21
58 22 36 98 2.6
LOG OF BORING NO. B-14
Report No:G21-3865 Date Sampled:2/2/2022
Reference:Proposed Storage Facility
Fort Worth, Texas
Location: See Plate A-1
Surface Elevation:N.A.
REMARKS:
TUBE
SAMPLE
AUGER
SAMPLE
SPLIT-
SPOON
ROCK
CORE
THD
CONE
PEN.
NO
RECOVERYDEPTH (ft.)FIELD DATA
SOIL & ROCKSYMBOLSAMPLE TYPEP: HAND PEN., TSFT: THD, NO. OF BLOWSN: SPT, NO. OF BLOWSSTRATUM DEPTH(FT.)DESCRIPTION OF STRATUM
Sampling Type:Intermittent
GROUNDWATER INFORMATION:
Seepage Encountered During Drilling (feet):None
Depth to Top of Water Upon Completion (feet):Dry
WATER CONTENT, %LABORATORY DATA
LIQUID LIMITPLASTIC LIMITPLASTICITY INDEXUNIT DRY WEIGHT(PCF)UNCONFINEDSTRENGTH (TSF)% PASSING NO. 200SIEVEPlate 14
PLATE B
TERMS AND SYMBOLS USED ON BORING LOGS
Consistency of Fine-Grained Soils Relative Density of
Coarse-Grained Soils
Descriptive Term
(Consistency)
Unconfined
Compressive Strength
(tsf)
Standard Penetration
(Blows/Foot)
Descriptive Term
(Relative Density)
VERY SOFT Less than 0.25 0-4 Very Loose
SOFT 0.25 to 0.5 4-10 Loose
FIRM 0.5 to 1 10-30 Medium
STIFF 1 to 2 30-50 Dense
VERY STIFF 2 to 4 Over 50 Very Dense
HARD Greater than 4
Grain Size Terminology Relative Proportion of Fines
Major Component
of Sample Particle Size Descriptive Term Percent by
Dry Weight
BOULDERS: 12 in. diameter or larger TRACE 1-10
COBBLES: 3 in. to 12 in. diameter LITTLE 11-20
GRAVEL: Coarse 0.75 in. to 3 in. SOME 21-35
Fine 0.2 in. to 0.75 in. AND 36-50
SAND: Coarse 2 mm to 4.75 mm
Medium 0.4 mm to 2 mm
Fine 0.07 mm to 0.4 mm
SILT: 0.002 mm to 0.07 mm
CLAY: 0.002 mm or smaller
Soil and Rock Symbols
Clay Sandy Clay Clayey Sand Sand Sandstone Fill
Gray Limestone Tan Limestone Shale Sandy Shale Gravel Silty Sand
REFERENCES:
ASTM D 2487
Peck, Hanson, and Thornburn, (1974), Foundation Engineering
APPENDIX
FARGO Report No. G22-3865
Appendix C-1
FIELD EXPLORATION
A total of 14 sample borings were advanced in the subject study area to the depths shown
on the Log of Borings (Plates 1 through 14), in the report Illustrations. Borings were
advanced at approximate locations shown on the Location Plan (Plate A-1).
A hand-held GPS along with general landmarks, which could be identified in the field and
as shown on the provided site plan was used to mark the borings. Therefore, the boring
locations shown on Plate A-1 should be considered accurate only to the degree implied by
the methods used to mark their locations. Surveying services to determine coordinates and
surface elevations of the borings were beyond the scope of this study.
Borings were advanced between sampling intervals using continuous flight augers.
The following sampling and field testing were performed during field operation.
• Shelby tube sampler (ASTM D-1587).
• Split-spoon sampler/Standard Penetration Test (ASTM D 1586).
One representative portion of each sample was sealed in a plastic bag and transported to
our laboratory in waxed core boxes for further visual examination and testing. Water
observations were made during and at the completion of field operations. Boreholes were
backfilled with on-site soils at the completion of field operations.
A record of field observations was maintained in the form of field logs by the drill crew
visually describing the subsurface materials encountered, interpretation of the subsurface
materials transition, and other pertinent field data. Subsurface conditions encountered at
each of the boring locations and boring depths are shown on Log of Borings. Material’s
descriptions presented on the logs are based on evaluation of the laboratory test results ,
visual examination of the samples in our laboratory, and data and information obtained in
the field. Descriptions of terms and symbols used on the logs are presented on Plate B
after the Log of Borings.
FARGO Report No. G22-3865
Appendix C-2
LABORATORY TESTING
Samples obtained from the borings were visually examined in the laboratory by a
geotechnical engineer and tests were assigned on selected samples. Tests presented
below, were performed by laboratory technicians under the direction of the engineer, in
general accordance with the applicable ASTM procedures.
• Hand Penetrometer Resistance.
• Moisture Content
• Liquid and Plastic Limits
• Dry Unit Weight
• Unconfined Compressive Strength
• Absorption Swell
Absorption swell test was performed on selected samples of cohesive soils to further
evaluate volume change potential at in -situ soil moisture levels. The results of routine
laboratory tests are presented on the individual Log of Borings. The results of absorption
swell test are presented below:
Boring
No.
Sample Depth
(feet)
Initial Moisture
(%)
Final Moisture
(%)
Swell
(%)
B-1 4-6 24 27 2.1
B-2 2-4 22 25 1.7
B-4 8-10 24 26 1.6
B-5 4-6 26 31 5.5
B-7 6-8 17 24 4.4