HomeMy WebLinkAboutContract 53111-PM1JAN - 9 2020
C/Ty
C1) StCR� RY
CITY SECRETARY -
CONTRACT NO. 53) I l - PM 1
FORTWORTH
CONTRACT
FOR
THE CONSTRUCTION OF
Northstar Section 2, Phase 1
City Project No.102270
FID No. 30114-0200431-102270-EO7685
W-2650
X-26154
Betsy Price David Cooke
Mayor City Manager
Christopher P. Harder, P.E.
Director, Water Department
William Johnson
Director, Transportation and Public Works Department
Prepared for
The City of Fort Worth
September 20119
LJA Engineering, Inc.
TEXAS REGISTRATION F-1386
3017 West 7"' Street, Suite 300
Fort Worth, Texas 76107
��.N»-kX%X11
s���E OF tE4��i
s �
7y�
ili OlYA1.�
OFFICIAL RECORI
CITY SECRETARY
FT. WORTH, TX
00 00 00 - 1
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Page 1 of 6
CITY OF FORT WORTH Northstar Section 2, Phase 1
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 102270
Revised February 2, 2016
SECTION 00 00 00
TABLE OF CONTENTS
Division 00 - General Conditions
00 05 10 Mayor and Council Communication
00 05 15 Addenda
00 11 13 Invitation to Bidders
00 21 13 Instructions to Bidders
00 31 15 Engineer Project Schedule
00 32 15 Construction Project Schedule
00 35 13 Conflict of Interest Affidavit
00 41 00 Bid Form
00 42 43 Proposal Form Unit Price
00 43 13 Bid Bond
00 43 37 Vendor Compliance to State Law Nonresident Bidder
00 45 11 Bidders Prequalifications
00 45 12 Prequalification Statement
00 45 13 Bidder Prequalification Application
00 45 26 Contractor Compliance with Workers' Compensation Law
00 45 40 Minority Business Enterprise Goal
00 45 41 Small Business Enterprise Goal
00 52 43 Agreement
00 61 13 Performance Bond
00 61 14 Payment Bond
00 61 19 Maintenance Bond
00 61 25 Certificate of Insurance
00 72 00 General Conditions
00 73 10 Standard City Conditions of the Construction Contract For Developer Award
Division 01 - General Requirements
01 11 00 Summary of Work
01 25 00 Substitution Procedures
01 31 19 Preconstruction Meeting
01 31 20 Project Meetings
01 32 16 Construction Progress Schedule
01 32 33 Preconstruction Video
01 33 00 Submittals
01 35 13 Special Project Procedures
01 45 23 Testing and Inspection Services
01 50 00 Temporary Facilities and Controls
01 55 26 Street Use Permit and Modifications to Traffic Control
01 57 13 Storm Water Pollution Prevention Plan
01 58 13 Temporary Project Signage
01 60 00 Product Requirements
01 66 00 Product Storage and Handling Requirements
01 70 00 Mobilization and Remobilization
01 71 23 Construction Staking and Survey
01 74 23 Cleaning
01 77 19 Closeout Requirements
01 78 23 Operation and Maintenance Data
00 00 00 - 2
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Page 2 of 6
CITY OF FORT WORTH Northstar Section 2, Phase 1
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 102270
Revised February 2, 2016
01 78 39 Project Record Documents
Technical Specifications listed below are included for this Project by reference and can be
viewed/downloaded from the City’s Buzzsaw site at:
htps://projectpoint.buzzsaw.com/client/fortworthgov/Resources/02%20-
%20Construction%20Documents/Specifications
Division 02 - Existing Conditions
02 41 13 Selective Site Demolition
02 41 14 Utility Removal/Abandonment
02 41 15 Paving Removal
Division 03 - Concrete
03 30 00 Cast-In-Place Concrete
03 34 13 Controlled Low Strength Material (CLSM)
03 34 16 Concrete Base Material for Trench Repair
03 80 00 Modifications to Existing Concrete Structures
Division 26 - Electrical
26 05 00 Common Work Results for Electrical
26 05 10 Demolition for Electrical Systems
26 05 33 Raceways and Boxes for Electrical Systems
26 05 43 Underground Ducts and Raceways for Electrical Systems
Division 31 - Earthwork
31 10 00 Site Clearing
31 23 16 Unclassified Excavation
31 23 23 Borrow
31 24 00 Embankments
31 25 00 Erosion and Sediment Control
31 36 00 Gabions
31 37 00 Riprap
Division 32 - Exterior Improvements
32 01 17 Permanent Asphalt Paving Repair
32 01 18 Temporary Asphalt Paving Repair
32 01 29 Concrete Paving Repair
32 11 23 Flexible Base Courses
32 11 29 Lime Treated Base Courses
32 11 33 Cement Treated Base Courses
32 11 37 Liquid Treated Soil Stabilizer
32 12 16 Asphalt Paving
32 12 73 Asphalt Paving Crack Sealants
32 13 13 Concrete Paving
32 13 20 Concrete Sidewalks, Driveways and Barrier Free Ramps
32 13 73 Concrete Paving Joint Sealants
32 14 16 Brick Unit Paving
32 16 13 Concrete Curb and Gutters and Valley Gutters
32 17 23 Pavement Markings
00 00 00 - 3
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Page 3 of 6
CITY OF FORT WORTH Northstar Section 2, Phase 1
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 102270
Revised February 2, 2016
32 17 25 Curb Address Painting
32 31 13 Chain Fences and Gates
32 31 26 Wire Fences and Gates
32 31 29 Wood Fences and Gates
32 32 13 Cast-in-Place Concrete Retaining Walls
32 91 19 Topsoil Placement and Finishing of Parkways
32 92 13 Hydro-Mulching, Seeding, and Sodding
32 93 43 Trees and Shrubs
Division 33 - Utilities
33 01 30 Sewer and Manhole Testing
33 01 31 Closed Circuit Television (CCTV) Inspection
33 03 10 Bypass Pumping of Existing Sewer Systems
33 04 10 Joint Bonding and Electrical Isolation
33 04 11 Corrosion Control Test Stations
33 04 12 Magnesium Anode Cathodic Protection System
33 04 30 Temporary Water Services
33 04 40 Cleaning and Acceptance Testing of Water Mains
33 04 50 Cleaning of Sewer Mains
33 05 10 Utility Trench Excavation, Embedment, and Backfill
33 05 12 Water Line Lowering
33 05 13 Frame, Cover and Grade Rings-Cast Iron
33 05 13.01 Frame, Cover and Grade Rings-Composite
33 05 14 Adjusting Manholes, Inlets, Valve Boxes, and Other Structures to Grade
33 05 16 Concrete Water Vaults
33 05 17 Concrete Collars
33 05 20 Auger Boring
33 05 21 Tunnel Liner Plate
33 05 22 Steel Casing Pipe
33 05 23 Hand Tunneling
33 05 24 Installation of Carrier Pipe in Casing or Tunnel Liner Plate
33 05 26 Utility Markers/Locators
33 05 30 Location of Existing Utilities
33 11 05 Bolts, Nuts, and Gaskets
33 11 10 Ductile Iron Pipe
33 11 11 Ductile Iron Fittings
33 11 12 Polyvinyl Chloride (PVC) Pressure Pipe
33 11 13 Concrete Pressure Pipe, Bar-Wrapped, Steel Cylinder Type
33 11 14 Buried Steel Pipe and Fittings
33 12 10 Water Services 1-inch to 2-inch
33 12 11 Large Water Meters
33 12 20 Resilient Seated Gate Valve
33 12 21 AWWA Rubber-Seated Butterfly Valves
33 12 25 Connection to Existing Water Mains
33 12 30 Combination Air Valve Assemblies for Potable Water Systems
33 12 40 Fire Hydrants
33 12 50 Water Sample Stations
33 12 60 Standard Blow-off Valve Assembly
33 31 12 Cured in Place Pipe (CIPP)
33 31 13 Fiberglass Reinforced Pipe for Gravity Sanitary Sewers
00 00 00 - 4
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Page 4 of 6
CITY OF FORT WORTH Northstar Section 2, Phase 1
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 102270
Revised February 2, 2016
33 31 15 High Density Polyethylene (HDPE) Pipe for Sanitary Sewer
33 31 20 Polyvinyl Chloride (PVC) Gravity Sanitary Sewer Pipe
33 31 21 Polyvinyl Chloride (PVC) Closed Profile Gravity Sanitary Sewer Pipe
33 31 22 Sanitary Sewer Slip Lining
33 31 23 Sanitary Sewer Pipe Enlargement
33 31 50 Sanitary Sewer Service Connections and Service Line
33 31 70 Combination Air Valve for Sanitary Sewer Force Mains
33 39 10 Cast-in-Place Concrete Manholes
33 39 20 Precast Concrete Manholes
33 39 30 Fiberglass Manholes
33 39 40 Wastewater Access Chamber (WAC)
33 39 60 Epoxy Liners for Sanitary Sewer Structures
33 41 10 Reinforced Concrete Storm Sewer Pipe/Culverts
33 41 11 High Density Polyethylene (HDPE) Pipe for Storm Drain
33 41 12 Reinforced Polyethlene (SRPE) Pipe
33 46 00 Subdrainage
33 46 01 Slotted Storm Drains
33 46 02 Trench Drains
33 49 10 Cast-in-Place Manholes and Junction Boxes
33 49 20 Curb and Drop Inlets
33 49 40 Storm Drainage Headwalls and Wingwalls
Division 34 - Transportation
34 41 10 Traffic Signals
34 41 10.01 Attachment A – Controller Cabinet
34 41 10.02 Attachment B – Controller Specification
34 41 10.03 Attachment C – Software Specification
34 41 11 Temporary Traffic Signals
34 41 13 Removing Traffic Signals
34 41 15 Rectangular Rapid Flashing Beacon
34 41 16 Pedestrian Hybrid Signal
34 41 20 Roadway Illumination Assemblies
34 41 20.01 Arterial LED Roadway Luminaires
34 41 20.02 Freeway LED Roadway Luminaires
34 41 20.03 Residential LED Roadway Luminaires
34 41 30 Aluminum Signs
34 71 13 Traffic Control
Appendix
GC-4.01 Availability of Lands
GC-4.02 Subsurface and Physical Conditions
GC-4.04 Underground Facilities
GC-4.06 Hazardous Environmental Condition at Site
GC-6.06.D Minority and Women Owned Business Enterprise Compliance
GC-6.07 Wage Rates
GC-6.09 Permits and Utilities
GC-6.24 Nondiscrimination
GR-01 60 00 Product Requirements
00 00 00 - 5
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Page 5 of 6
CITY OF FORT WORTH Northstar Section 2, Phase 1
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 102270
Revised February 2, 2016
END OF SECTION
00 11 13 - 1
INVITATION TO BIDDERS
Page 1 of 2
CITY OF FORT WORTH NORTHSTAR SECTION 2, PHASE 1
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No:102270
Revised December 22, 2016
SECTION 00 11 13
INVITATION TO BIDDERS
RECEIPT OF BIDS
Sealed bids for the construction NORTHSTAR SECTION 2, PHASE 1 UTILITY, PAVING
AND STREET LIGHT IMPROVEMENTS will be received by the FAR NORTH FORT
WORTH MUNICIPAL UTILITY DISTRICT NO. 1:
WELCH ENGINEERING, INC.
1308 Norwood Drive Suite 200
Bedford, Texas 76022
until 1:45 pm, CST, Tuesday, September 24, 2019 and bids will be publicly read aloud at 2:00
pm, CST, Tuesday, September 24, 2019.
GENERAL DESCRIPTION OF WORK
The major work will consist of the following: The project is an extension of New Development
for Water, Sanitary Sewer, Storm Drainage, Street Paving and Street Lights. You can bid this
project separately either Utilities, Paving or Street Lights or all three.
PREQUALIFICATION
The improvements included in this project must be performed by a contractor who is pre-
qualified by the City at the time of bid opening. The procedures for qualification and pre-
qualification are outlined in the Section 00 21 13 – INSTRUCTIONS TO BIDDERS.
Each bid must be accompanied by a certified or cashier’s check, from a responsible bank in the
State of Texas, or a bid bond, issued by a surety legally authorized to do business in the State of
Texas, equal to 5% of the total bid amount. Make the cashier’s check, certified check or bid bond
payable to FAR NORTH FORT WORTH MUNICIPAL UTILITY DISTRICT NO. 1.
Copies of the Bidding and Contract Documents may be acquired by at: https://bids.lja.com.
The cost of Bidding and Contract Documents is $50.00.
The Developer, Meritage Homes of Texas, LLC will be the Payor for the project for the Owner
PREBID CONFERENCE
A mandatory prebid conference will be held as described in Section 00 21 13 - INSTRUCTIONS
TO BIDDERS at the following date, time and location:
DATE: Thursday, September 12, 2019
TIME: 2:00 P.M. C.S.T.
LOCATION: Welch Engineering Inc., 1308 Norwood Drive, Suite 200 Bedford, Texas 76102
CITY'S RIGHT TO ACCEPT OR REJECT BIDS
FAR NORTH FORT WORTH MUNICIPAL UTILITY DISTRICT NO. 1 reserves the right to
waive irregularities and to accept or reject bids. Require forms Section 00 41 00; Section 00 42
43; Section 00 43 13 and Section 00 45 12 with 5% Bid Bond.
INQUIRIES
00 11 13 - 2
INVITATION TO BIDDERS
Page 2 of 2
CITY OF FORT WORTH NORTHSTAR SECTION 2, PHASE 1
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No:102270
Revised December 22, 2016
All inquiries relative to this procurement should be addressed to the following:
Attn: Gregg Thawley, P.E. LJA Engineering, Inc.
Email: GThawley@LJA.com
Phone: 214-451-0859
ADVERTISEMENT DATES
September 4, 2019
September 11, 2019
END OF SECTION
00 21 13 - 1
INSTRUCTIONS TO BIDDERS
Page 1 of 8
CITY OF FORT WORTH Northstar Section 2, Phase 1
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 102270
Revised August 21, 2015
SECTION 00 21 13 1
INSTRUCTIONS TO BIDDERS 2
1. Defined Terms 3
4
1.1. Terms used in these INSTRUCTIONS TO BIDDERS, which are defined in Section 00 72 5
00 - GENERAL CONDITIONS. 6
7
1.2. Certain additional terms used in these INSTRUCTIONS TO BIDDERS have the 8
meanings indicated below which are applicable to both the singular and plural thereof. 9
10
1.2.1. Bidder: Any person, firm, partnership, company, association, or corporation acting 11
directly through a duly authorized representative, submitting a bid for performing 12
the work contemplated under the Contract Documents. 13
14
1.2.2. Nonresident Bidder: Any person, firm, partnership, company, association, or 15
corporation acting directly through a duly authorized representative, submitting a 16
bid for performing the work contemplated under the Contract Documents whose 17
principal place of business is not in the State of Texas. 18
19
1.2.3. Successful Bidder: The lowest responsible and responsive Bidder to whom 20
Developer/City/M.U.D (on the basis of City's evaluation as hereinafter provided) 21
makes an award. 22
23
2. Copies of Bidding Documents 24
25
2.1. Neither Developer/City/M.U.D nor Engineer shall assume any responsibility for errors or 26
misinterpretations resulting from the Bidders use of incomplete sets of Bidding 27
Documents. 28
29
2.2. Developer/City/M.U.D and Engineer in making copies of Bidding Documents available 30
do so only for the purpose of obtaining Bids for the Work and do not authorize or confer 31
a license or grant for any other use. 32
33
3. Prequalification of Bidders (Prime Contractors and Subcontractors) 34
35
3.1. All Bidders and their subcontractors are required to be prequalified for the work types 36
requiring prequalification at the time of bidding. Bids received from contractors who are 37
not prequalified (even if inadvertently opened) shall not be considered. Prequalification 38
requirement work types and documentation are as follows: 39
40
3.1.1. Paving – Requirements document located at; 41
https://projectpoint.buzzsaw.com/fortworthgov/Resources/02%20-42
%20Construction%20Documents/Contractor%20Prequalification/TPW%20Paving43
%20Contractor%20Prequalification%20Program/PREQUALIFICATION%20REQ44
UIREMENTS%20FOR%20PAVING%20CONTRACTORS.PDF?public 45
46
3.1.2. Roadway and Pedestrian Lighting – Requirements document located at; 47
00 21 13 - 2
INSTRUCTIONS TO BIDDERS
Page 2 of 8
CITY OF FORT WORTH Northstar Section 2, Phase 1
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 102270
Revised August 21, 2015
https://projectpoint.buzzsaw.com/fortworthgov/Resources/02%20-1
%20Construction%20Documents/Contractor%20Prequalification/TPW%20Paving2
%20Contractor%20Prequalification%20Program/PREQUALIFICATION%20REQ3
UIREMENTS%20FOR%20PAVING%20CONTRACTORS.PDF?public 4
5
3.1.3. Water and Sanitary Sewer – Requirements document located at; 6
https://projectpoint.buzzsaw.com/fortworthgov/Resources/02%20-7
%20Construction%20Documents/Contractor%20Prequalification/Water%20and%28
0Sanitary%20Sewer%20Contractor%20Prequalification%20Program/WSS%20pre9
qual%20requirements.doc?public 10
11
12
3.2. Each Bidder unless currently prequalified, must be prepared to submit to City within 13
seven (7) calendar days prior to Bid opening, the documentation identified in Section 00 14
45 11, BIDDERS PREQUALIFICATIONS. 15
16
3.2.1. Submission of and/or questions related to prequalification should be addressed to 17
the City contact as provided in Paragraph 6.1. 18
19
20
3.3. The City/M.U.D. reserves the right to require any pre-qualified contractor who is the 21
apparent low bidder(s) for a project to submit such additional information as the City, in 22
its sole discretion may require, including but not limited to manpower and equipment 23
records, information about key personnel to be assigned to the project, and construction 24
schedule, to assist the City in evaluating and assessing the ability of the apparent low 25
bidder(s) to deliver a quality product and successfully complete projects for the amount 26
bid within the stipulated time frame. Failure to submit the additional information, if 27
requested, may be grounds for rejecting the apparent low bidder as non-responsive. 28
29
3.4. In addition to prequalification, additional requirements for qualification may be required 30
within various sections of the Contract Documents. 31
32
3.5. Special qualifications required for this project include the following: N/A 33
34
4. Examination of Bidding and Contract Documents, Other Related Data, and Site 35
36
4.1. Before submitting a Bid, each Bidder shall: 37
38
4.1.1. Examine and carefully study the Contract Documents and other related data 39
identified in the Bidding Documents (including "technical data" referred to in 40
Paragraph 4.2. below). No information given by Developer/City or any 41
representative of the Developer/City other than that contained in the Contract 42
Documents and officially promulgated addenda thereto, shall be binding upon the 43
Developer/City. 44
45
4.1.2. Visit the site to become familiar with and satisfy Bidder as to the general, local and 46
site conditions that may affect cost, progress, performance or furnishing of the 47
Work. 48
49
00 21 13 - 3
INSTRUCTIONS TO BIDDERS
Page 3 of 8
CITY OF FORT WORTH Northstar Section 2, Phase 1
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 102270
Revised August 21, 2015
4.1.3. Consider federal, state and local Laws and Regulations that may affect cost, 1
progress, performance or furnishing of the Work. 2
3
4.1.4. Be advised, City, in accordance with Title VI of the Civil Rights Act of 1964, 78 4
Stat. 252, 42 U.S.C. 2000d to 2000d-4 and Title 49, Code of Federal Regulations, 5
Department of Transportation, Subtitle A, Office of the Secretary, Part 21, 6
Nondiscrimination in Federally-assisted programs of the Department of 7
Transportation issued pursuant to such Act, hereby notifies all bidders that it will 8
affirmatively insure that in any contract entered into pursuant to this advertisement, 9
minority business enterprises will be afforded full opportunity to submit bids in 10
response to this invitation and will not be discriminated against on the grounds of 11
race, color, or national origin in consideration of award. 12
13
4.1.5. Study all: (i) reports of explorations and tests of subsurface conditions at or 14
contiguous to the Site and all drawings of physical conditions relating to existing 15
surface or subsurface structures at the Site (except Underground Facilities) that 16
have been identified in the Contract Documents as containing reliable "technical 17
data" and (ii) reports and drawings of Hazardous Environmental Conditions, if any, 18
at the Site that have been identified in the Contract Documents as containing 19
reliable "technical data." 20
21
4.1.6. Be advised that the Contract Documents on file with the City shall constitute all of 22
the information which the City will furnish. All additional information and data 23
which the City will supply after promulgation of the formal Contract Documents 24
shall be issued in the form of written addenda and shall become part of the Contract 25
Documents just as though such addenda were actually written into the original 26
Contract Documents. No information given by the City other than that contained in 27
the Contract Documents and officially promulgated addenda thereto, shall be 28
binding upon the City. 29
30
4.1.7. Perform independent research, investigations, tests, borings, and such other means 31
as may be necessary to gain a complete knowledge of the conditions which will be 32
encountered during the construction of the project. Bidder must fill all holes and 33
clean up and restore the site to its former conditions upon completion of such 34
explorations, investigations, tests and studies. 35
36
4.1.8. Determine the difficulties of the Work and all attending circumstances affecting the 37
cost of doing the Work, time required for its completion, and obtain all information 38
required to make a proposal. Bidders shall rely exclusively and solely upon their 39
own estimates, investigation, research, tests, explorations, and other data which are 40
necessary for full and complete information upon which the proposal is to be based. 41
It is understood that the submission of a proposal is prima-facie evidence that the 42
Bidder has made the investigation, examinations and tests herein required. Claims 43
for additional compensation due to variations between conditions actually 44
encountered in construction and as indicated in the Contract Documents will not be 45
allowed. 46
47
00 21 13 - 4
INSTRUCTIONS TO BIDDERS
Page 4 of 8
CITY OF FORT WORTH Northstar Section 2, Phase 1
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 102270
Revised August 21, 2015
4.1.9. Promptly notify City of all conflicts, errors, ambiguities or discrepancies in or 1
between the Contract Documents and such other related documents. The Contractor 2
shall not take advantage of any gross error or omission in the Contract Documents, 3
and the City shall be permitted to make such corrections or interpretations as may 4
be deemed necessary for fulfillment of the intent of the Contract Documents. 5
6
4.2. Reference is made to Section 00 73 00 – Supplementary Conditions for identification of: 7
8
4.2.1. those reports of explorations and tests of subsurface conditions at or contiguous to 9
the site which have been utilized by Developer in preparation of the Contract 10
Documents. The logs of Soil Borings, if any, on the plans are for general 11
information only. Neither the Developer nor the Engineer guarantee that the data 12
shown is representative of conditions which actually exist. 13
14
4.2.2. those drawings of physical conditions in or relating to existing surface and 15
subsurface structures (except Underground Facilities) which are at or contiguous to 16
the site that have been utilized by Developer in preparation of the Contract 17
Documents. 18
19
4.2.3. copies of such reports and drawings will be made available by City to any Bidder 20
on request. Bidder is responsible for any interpretation or conclusion drawn from 21
any "technical data" or any other data, interpretations, opinions or information. 22
23
4.3. The submission of a Bid will constitute an incontrovertible representation by Bidder (i) 24
that Bidder has complied with every requirement of this Paragraph 4, (ii) that without 25
exception the Bid is premised upon performing and furnishing the Work required by the 26
Contract Documents and applying the specific means, methods, techniques, sequences or 27
procedures of construction (if any) that may be shown or indicated or expressly required 28
by the Contract Documents, (iii) that Bidder has given Developer written notice of all 29
conflicts, errors, ambiguities and discrepancies in the Contract Documents and the 30
written resolutions thereof by Developer are acceptable to Bidder, and when said 31
conflicts, etc., have not been resolved through the interpretations by Developer as 32
described in Paragraph 6., and (iv) that the Contract Documents are generally sufficient 33
to indicate and convey understanding of all terms and conditions for performing and 34
furnishing the Work. 35
36
4.4. The provisions of this Paragraph 4, inclusive, do not apply to Asbestos, Polychlorinated 37
biphenyls (PCBs), Petroleum, Hazardous Waste or Radioactive Material , unless 38
specifically identified in the Contract Documents. 39
40
5. Availability of Lands for Work, Etc. 41
42
5.1. The lands upon which the Work is to be performed, rights-of-way and easements for 43
access thereto and other lands designated for use by Contractor in performing the Work 44
are identified in the Contract Documents. All additional lands and access thereto 45
required for temporary construction facilities, construction equipment or storage of 46
materials and equipment to be incorporated in the Work are to be obtained and paid for 47
by Contractor. Easements for permanent structures or permanent changes in existing 48
facilities are to be obtained and paid for by Developer. 49
50
51
00 21 13 - 5
INSTRUCTIONS TO BIDDERS
Page 5 of 8
CITY OF FORT WORTH Northstar Section 2, Phase 1
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 102270
Revised August 21, 2015
6. Interpretations and Addenda 1
2
6.1. All questions about the meaning or intent of the Bidding Documents are to be directed to 3
Developer’s/City’s representative. Interpretations or clarifications considered necessary 4
by Developer in response to such questions will be issued by Addenda delivered to all 5
parties recorded by Developer as having received the Bidding Documents. Only 6
questions answered by formal written Addenda will be binding. Oral and other 7
interpretations or clarifications will be without legal effect. 8
9
Address questions to: 10
11
Attn: Gregg Thawley, P.E., LJA Engineering, Inc. 12
Email: GThawley@LJA.com 13
Phone: 214-451-0859 14
Attn: Patrick J. Buckley, P.E., IPRC 15
Email: Patrick.Buckley@fortworthtexas.gov 16
Phone: 817-392-2443 17
18
19
6.2. Addenda may also be issued to modify the Bidding Documents as deemed advisable by 20
Developer/City/M.U.D. 21
22
6.3. Addenda or clarifications may be posted via LJA Engineering, Inc. at https://bids.lja.com. 23
24
6.4. A prebid conference may be held at the time and place indicated in the Advertisement or 25
INVITATION TO BIDDERS. Representatives of Developer will be present to discuss 26
the Project. Bidders are encouraged to attend and participate in the conference. 27
Developer’s representative will transmit to all prospective Bidders of record such 28
Addenda as Developer considers necessary in response to questions arising at the 29
conference. Oral statements may not be relied upon and will not be binding or legally 30
effective. 31
32
7. Bid Security 33
34
7.1. Each Bid must be accompanied by Bid Bond made payable to Developer in an amount of 35
five (5) percent of Bidder's maximum Bid price on form attached, issued by a surety 36
meeting the requirements as listed in the General Conditions. 37
38
7.2. The Bid Bond of all Bidders will be retained until the conditions of the Notice of Award 39
have been satisfied. If the Successful Bidder fails to execute and deliver the complete 40
Agreement within 10 days after the Notice of Award, Developer may consider Bidder to 41
be in default, rescind the Notice of Award, and the Bid Bond of that Bidder will be 42
forfeited. Such forfeiture shall be Developer’s exclusive remedy if Bidder defaults. The 43
Bid Bond of all other Bidders whom Developer believes to have a reasonable chance of 44
receiving the award will be retained by Developer until final contract execution. 45
46
00 21 13 - 6
INSTRUCTIONS TO BIDDERS
Page 6 of 8
CITY OF FORT WORTH Northstar Section 2, Phase 1
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 102270
Revised August 21, 2015
8. Contract Times 1
The number of days within which, or the dates by which, Milestones are to be achieved in 2
accordance with the General Requirements and the Work is to be completed and ready for 3
Final Acceptance is set forth in the Agreement or incorporated therein by reference to the 4
attached Bid Form. 5
6
9. Liquidated Damages 7
Provisions for liquidated damages are set forth in the Agreement. 8
9
10. Substitute and "Or-Equal" Items 10
The Contract, if awarded, will be on the basis of materials and equipment described in the 11
Bidding Documents without consideration of possible substitute or "or-equal" items. 12
Whenever it is indicated or specified in the Bidding Documents that a "substitute" or "or-13
equal" item of material or equipment may be furnished or used by Contractor if acceptable to 14
City, application for such acceptance will not be considered by City until after the Effective 15
Date of the Agreement. The procedure for submission of any such application by Contractor 16
and consideration by City is set forth in Section 01 25 00 of the General Requirements. 17
18
11. Bid Form 19
20
11.1. All blanks on the Bid Form must be completed by printing in ink and the Bid Form 21
signed in ink. Erasures or alterations shall be initialed in ink by the person signing 22
the Bid Form. A Bid price shall be indicated for each Bid item, alternative, and unit 23
price item listed therein. In the case of optional alternatives, the words "No Bid," 24
"No Change," or "Not Applicable" may be entered legibly, in ink or type, for which 25
the Bidder proposes to do the work contemplated or furnish materials required. 26
27
11.2. Bids by corporations shall be executed in the corporate name by the president or a 28
vice-president or other corporate officer accompanied by evidence of authority to 29
sign. The corporate seal shall be affixed. The corporate address and state of 30
incorporation shall be shown below the signature. 31
32
11.3. Bids by partnerships shall be executed in the partnership name and signed by a 33
partner, whose title must appear under the signature accompanied by evidence of 34
authority to sign. The official name and address of the partnership shall be shown 35
below the signature. 36
37
11.4. Bids by limited liability companies shall be executed in the name of the firm by a 38
member and accompanied by evidence of authority to sign. The name and state of 39
formation of the firm and the official address of the firm shall be shown. 40
41
11.5. Bids by individuals shall show the Bidder's name and official address. 42
43
11.6. Bids by joint ventures shall be executed by each joint venturer in the manner 44
indicated on the Bid Form. The official address of the joint venture shall be shown. 45
46
11.7. All names shall be typed or printed in ink below the signature. 47
48
11.8. The Bid shall contain an acknowledgement of receipt of all Addenda, the numbers of 49
which shall be filled in on the Bid Form. 50
51
00 21 13 - 7
INSTRUCTIONS TO BIDDERS
Page 7 of 8
CITY OF FORT WORTH Northstar Section 2, Phase 1
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 102270
Revised August 21, 2015
11.9. Postal and e-mail addresses and telephone number for communications regarding the 1
Bid shall be shown. 2
3
11.10. Evidence of authority to conduct business as a Nonresident Bidder in the state of 4
Texas shall be provided in accordance with Section 00 43 37 – Vendor Compliance 5
to State Law Non Resident Bidder. 6
7
12. Submission of Bids 8
Bids shall be submitted on the prescribed Bid Form and proposal form, provided with the 9
Bidding Documents, at the time and place indicated in the Advertisement or INVITATION 10
TO BIDDERS, addressed to Welch Engineering, In., and shall be enclosed in an opaque 11
sealed envelope, marked with the City Project Number, Project title, the name and address of 12
Bidder, and accompanied by the Bid security ; if required, and other required documents. 13
14
13. Modification and Withdrawal of Bids 15
16
13.1. Bids cannot be withdrawn prior to the time set for bid opening. A request for 17
withdrawal must be made in writing by an appropriate document duly executed in the 18
manner that a Bid must be executed and delivered to the place where Bids are to be 19
submitted at any time prior to the opening of Bids. After all Bids not requested for 20
withdrawal are opened and publicly read aloud, the Bids for which a withdrawal 21
request has been properly filed may, at the option of the Developer/City, be returned 22
unopened. 23
24
13.2. Bidders may modify their Bid by electronic communication at any time prior to the 25
time set for the closing of Bid receipt. 26
27
14. Opening of Bids 28
Bids will be opened and read aloud publicly at the place where Bids are to be submitted. An 29
abstract of the amounts of the base Bids and major alternates (if any) will be made available 30
to Bidders after the opening of Bids. 31
32
15. Bids to Remain Subject to Acceptance 33
All Bids will remain subject to acceptance for the time period specified for Notice of Award 34
and execution and delivery of a complete Agreement by Successful Bidder. 35
Developer/City/M.U.D. may, at their sole discretion, release any Bid and nullify the Bid 36
security prior to that date. 37
38
16. Evaluation of Bids and Award of Contract 39
40
00 21 13 - 8
INSTRUCTIONS TO BIDDERS
Page 8 of 8
CITY OF FORT WORTH Northstar Section 2, Phase 1
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 102270
Revised August 21, 2015
16.1. Developer/City/M.U.D. reserves the right to reject any or all Bids, including without 1
limitation the rights to reject any or all nonconforming, nonresponsive, unbalanced or 2
conditional Bids and to reject the Bid of any Bidder if Developer/City believes that it 3
would not be in the best interest of the Project to make an award to that Bidder, 4
whether because the Bid is not responsive or the Bidder is unqualified or of doubtful 5
financial ability or fails to meet any other pertinent standard or criteria established by 6
City. Developer/City also reserves the right to waive informalities not involving 7
price, contract time or changes in the Work with the Successful Bidder. 8
Discrepancies between the multiplication of units of Work and unit prices will be 9
resolved in favor of the unit prices. Discrepancies between the indicated sum of any 10
column of figures and the correct sum thereof will be resolved in favor of the correct 11
sum. 12
13
16.1.1. Any or all bids will be rejected if Developer/City has reason to believe that 14
collusion exists among the Bidders, Bidder is an interested party to any litigation 15
against Developer/City, Developer/City or Bidder may have a claim against the 16
other or be engaged in litigation, Bidder is in arrears on any existing contract or 17
has defaulted on a previous contract, Bidder has performed a prior contract in an 18
unsatisfactory manner, or Bidder has uncompleted work which in the judgment 19
of the Developer/City will prevent or hinder the prompt completion of additional 20
work if awarded. 21
22
16.2. Developer/City may consider the qualifications and experience of Subcontractors, 23
Suppliers, and other persons and organizations proposed for those portions of the 24
Work as to which the identity of Subcontractors, Suppliers, and other persons and 25
organizations must be submitted as provided in the Contract Documents or upon the 26
request of the Developer/City. Developer/City also may consider the operating costs, 27
maintenance requirements, performance data and guarantees of major items of 28
materials and equipment proposed for incorporation in the Work when such data is 29
required to be submitted prior to the Notice of Award. 30
31
16.3. Developer/City may conduct such investigations as Developer/City deems necessary 32
to assist in the evaluation of any Bid and to establish the responsibility, 33
qualifications, and financial ability of Bidders, proposed Subcontractors, Suppliers 34
and other persons and organizations to perform and furnish the Work in accordance 35
with the Contract Documents to Developer’s/City's satisfaction within the prescribed 36
time. 37
16.3. 38
16.4. Failure or refusal to comply with the requirements may result in rejection of Bid. 39
40
17. Signing of Agreement 41
When Developer issues a Notice of Award to the Successful Bidder, it will be accompanied 42
by the required number of unsigned counterparts of the Agreement. The Contractor shall sign 43
and deliver the required number of counterparts of the Agreement to Developer’s 44
representative with the required Bonds, Certificates of Insurance, and all other required 45
documentation. 46
47
48
49
END OF SECTION 50
Utility Contract Forms
D.T. Utility Contractors, Inc.
003513
BID FORM
Page 1 of 1
SECTION 00 3613
CONFLICT OF INTEREST STATEMENT
Each bidder, offeror or respondent (hereinafter referred to as "You") to a City of Fort Worth
procurement may be required to complete a Conflict of Interest Questionnaire (the attached CIQ
Form) and/or a Local Government Officer Conflicts Disclosure Statement (the attached CIS Form)
pursuant to state law. You are urged to consult with counsel regarding the applicability of these
forms to your company.
The referenced forms may be downloaded from the links provided below.
htti),Ilwww.ethics.state.tx.us/forms/CIQ.pdf
hftp:/A&ww.ethics.state.tx.us/forms/CIS.pdf
CIQ Form does not apply
o CIQ Form is on file with City Secretary
CIQ Form is being provided to the City Secretary
CIS Form does not apply
Q CIS Form is on File with City Secretary
a CIS Form is being provided to the City Secretary
BIDDER:
D.T. Utility Contractors, Inc.
2614 Causbie Road
Weatherford, Texas 76087
END OF SECTION
By: Ca17c, 1l l/& 147`
Signature:
Title: �� G ACSId e ^ 74—
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Form Revised 20171109 00 410000 43 13_00 42 43_00 43 37_00 4512_00 35 13_Bid Proposal Workbook.xls
SECTION 00 41 00
BID FORM
TO: Far North Fort Worth Municipal L
c/o: Welch Engineering, Inc.
1308 Norwood Drive, Suite 200
Bedford, Texas 76022
00 41 00
BID FORM
Page 1 of 3
FOR: Northstar Section 2, Phase 1
Utility, Having and Street Light improvements Tor t-ar Nortn Tort worth Municipal utility Uistrlct No.
1
City Project No.: 102270
Units/Sections: Unit I: Water Improvements
Unit IL Sanitary Sewer Improvements
Unit III: Drainage Improvements
Unit IV: Paving Improvements
Unit V: Street Lighting Improvements
Unit VI: Traffic Signal Improvements
1. Enter Into Agreement
The undersigned Bidder proposes and agrees, if this Bid is accepted, to enter into an Agreement with City in the form
included in the Bidding Documents to perform and furnish all Work as specified or indicated in the Contract Documents
for the Bid Price and within the Contract Time indicated in this Bid and in accordance with the other terms and conditions
of the Contract Documents.
2. BIDDER Acknowledgements and Certification
2.1. In submitting this Bid, Bidder accepts all of the terms and conditions of the INVITATION TO BIDDERS and
INSTRUCTIONS TO BIDDERS, including without limitation those dealing with the disposition of Bid Bond,
2.2. Bidder is aware of all costs to provide the required insurance, will do so pending contract award, and will
provide a valid insurance certificate meeting all requirements within 14 days of notification of award.
2.3. Bidder certifies that this Bid is genuine and not made in the interest of or on behalf of any undisclosed
individual or entity and is not submitted in conformity with any collusive agreement or rules of any group,
association, organization, or corporation.
2.4. Bidder has not directly or indirectly induced or solicited any other Bidder to submit a false or sham Bid.
2.5. Bidder has not solicited or induced any individual or entity to refrain from bidding.
2.6. Bidder has not engaged in corrupt, fraudulent, collusive, or coercive practices in competing for the Contract.
For the purposes of this Paragraph:
a. "corrupt practice" means the offering, giving, receiving, or soliciting of any thing of value likely to
influence the action of a public official in the bidding process.
b. "fraudulent practice" means an intentional misrepresentation of facts made (a) to influence the
bidding process to the detriment of City (b) to establish Bid prices at artificial non-competitive
levels, or (c) to deprive City of the benefits of free and open competition.
c. "collusive practice" means a scheme or arrangement between two or more Bidders, with or
without the knowledge of City, a purpose of which is to establish Bid prices at artificial, non -
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Form Revised 20150821 00 410000 43 13_00 42 43_00 43 37_00 45 12_00 35 13_Bid Proposal Workbook.xls
120 Calendar
$974,852.40
$974,852.40
UNIT PRICE BID
SECTION 00 42 43
Developer Awarded Projects - PROPOSAL FORM
IM 42 43
DAP - BID PROPOSAL
Page 1 orT
Bidder's Application
Prii Ilea Infonnanon I B dders Proposal
BIdlist Item
No
DeSi-rl 1!L.n
p
Specification
Section No
Unit i
bteasure
Bld
Quantity
[1mt Price
8 d Valut
UNIT I: WATER IMPROVEMENTS
1
3311.0241 8" Water Pipe
3311 10.33
LF
5047
$27.50
$138.792.50
2
3312.3003 8" Gate Valve
33 12 20
EA
16
$950.00
$15.200.00
3
3312.0001 Fire Hydrant
33 12 40
EA
6
$3,400.00
$20.400.00
4
3311.0001 Ducfle Iron Water Fittings we Restraint
3311 11
TON
3.69
$5,000.00
$18 450.00
5
3312,2003 1" Water Service
3312 10
EA
127
$780.00
$99 060.00
6
3312.0117 Connection to Exisitng 4"-12" Water Main
33 12 25
EA
4
$500.00
$2.000.00
7
3305.0109 Trench Safety
3305 10
LF
5057
$0.50
$2 528.50
8
9999.0001 8" x 1.5" TS&V
00 00 00
EA
1
$1.850.00
$1 850.00
9
9999-0002 8" x 2.5" TS&V
00 00 00
EA
1
$2 500.00
$2 500.00
10
9999.0003 1.5" PVC Water Pipe
00 00 00
LF
5
$20 00
$100.00
11
9999.0004 2.5" PVC Water Pipe
00 00 00
LF
5
$20 00
$100.00
12
9999 0005 Water Testing (Excluding Geotech:i
00 110 0r
LF
5057
$0.50
$2 528.50
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
SUM
$303 509.50
C1TV OF FORT WORTH
STANDARD CONSTRICTION SPECIFICATION DOCI NETS -DEVELOPER A%ARDED PROJECTS
Form Version Ni 22 24, r m 42 43 Bid PmpP ai_DAP_DTL ul
UNIT PRICE BID
SECTION 00 42 43
Developer Awarded Projects - PROPOSAL FORM
00 42 43
DAP - BID PROPOSAL
Page 2 of
Bidder's Application
Project Item Inforniatlon I Bidde7s Proposal
Bidlist Item
No
Description Specification
Section No
Unitof
Measure
Bid
Quality
Unit Price
Bid Value
UNIT It: SANITARY SEWER IMPROVEMENTS
1
3331.4211 12" Sewer Force Main (C-900 DR-14)
33 11 10,33
LF
949
$46.00
$43,654.00
2
3331.4115 8" Sewer Pipe (SDR-26, ASTM D3034)
3311 10.33
LF
3894
$29.00
$112,926.00
3
3331.3101 4" Sewer Service
3331 50
EA
125
$400.00
$50,000.00
4
3331.3301 8" Sewer Service
3331 50
EA
1
$2,300.00
$2,300.00
5
3339.1001 4' Manhole
33 39 10, 33
EA
17
$3,200.00
$54,400.00
6
3339.0003 Extra Depth 4' Manhole
33 39 10, 33
VF
68.3
$150.00
$10,245.00
7
3331.3401 Ductile Iron Sewer Fittings
33 11 11
TON
0.3
$5,000.00
$1,500.00
8
3331.4116 8" Sewer Pipe, CSS Backfill
3311 10,33
LF
110
$76.00
$8.360.00
9
3301,0002 Post -CCTV Inspection
3301 31
LF
4953
$3.80
$18.821.40
10
3301.0101 Manhole Vacuum Testing
3301 30
EA
17
$150.00
$2,550.00
11
3305.0109 Trench Safety
33 05 10
LF
4953
$0.50
$2,476.50
12
9999,0006 Connect to Existing Sewer Line
00 00 00
EA
3
$500.00
$1,500.00
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
SUM
$ 308,732.90
CRY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFIC ATION DOCUMENTS - DEVELOPER Alt ARDED PROJECTS
Form Version 1[� 22. 21,19 co' 42 43 Bid Propus,d. DAP DT4ir
SECTION 00 42 43
Developer Awarded Projects - PROPOSAL FORM
UNIT PRICE BID
,H: J,1 43
DAP - BID PROPOSAL
Page 3 7r r
Bidder's Application
Project hem Information
Bidders Proposal
Bidlist Item
description
Specification
I Unit of
Bid
UnitPrice
Bid 'value
No
Section No
Measure
QuanUt}
UNIT ill: DRAINAGE
IMPROVEMENTS
1
3349.5001 10' Curb Inlet
33 49 20
EA
15
$4,000,00
$60,000.00
2
3349.5002 15' Curb Inlet
33 49 20
EA
5
$5,000.00
$25,000.00
3
3349.7001 4' Drop Inlet
33 49 20
EA
1
$3,800.00
$3,800.00
4
3349.0001 4' Storm Junction Box
33 49 10
EA
8
$3,500.00
$28.000.00
5
3349.0002 5' Storm Junction Box
33 49 10
EA
1
$4,800.00
$4,800.00
6
3341.0201 21" RCP, Class III
3341 10
EA
347
$70.00
$24,290.00
7
3341.0205 24" RCP, Class III
3341 10
EA
1367
$80.00
$109,360.00
8
3341.0302 30" RCP, Class III
3341 10
EA
130
$90.00
$11,700.00
9
3341.0309 36" RCP, Class III
3341 10
EA
726
$125.00
$90,750.00
10
3305.0109 Trench Safety
33 05 10
LF
2570
$0.50
$1,285.00
11
9999.0007 Riprap
31 3700
SY
25
$65.00
$2.125.00
12
9999.0008 Connect to Exisitng Storm
00 00 00
EA
3
$500.00
$1,500.00
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
SUM
$ 362 610,00
CrrY OF FORT WORT"
STANDARD COMTRUCTION SPECIFICATION OOC L ME\7S - DEN ELOPER A" ARDED PROJECTS
Form YefsioA `Ia% 22 261'
all 42 a 3_B1d Proposal_DAP_DTt%1
SECTION 00 42 43
Developer Awarded Projects - PROPOSAL FORM
UNIT PRICE BID
W11 4141
DAP - BID PROPOSAL
Page ftrI
Bidder's Application
Project Item Information
Bidders Proposal
Btdltst Item
DescriptionSection
SpecificationT�J79uanuty
No
BidNo
Unit Price
Bid Value
Bid Summary
UNIT I: WATER IMPROVEMENTS
UNIT II: SANITARY SEWER IMPROVEMENTS
UNIT III DRAINAGE IMPROVEMENTS
UNIT IV PAVING IMPROVEMENTS
UNIT V: STREET LIGHTING IMPROVEMENTS
UNIT VI. TRAFFIC SIGNAL IMPROVEMENTS
Total Construction Bid
This Bid is submitted bt the entity named below:
�77 I/ �
ovx/ ake si G 1�41
kve- gLiger-te-prol J;C %6Oe-7
$ 303,509.50
$ 308.732.90
$ 362 610.00
52.40
Contractor agrees to complete %NORK for FINAL ACCEPT►NCI; within
CONTRACT commences to run as provided in the General Conditions.
B1:
TITLE:
DATE: �� _ _ 1p
/A0 calendar days after the date when the
END OF SECTION
CITY OF FORT NORTH
STANDARD CONSTRUCTION SPFCIFICATIO% DO( LSIEN rS -DEN ELOPER AU ARDED PROJECTS
Form %emon 4fa 22 21, 1. no 42 43 BLd Proposal, DAP_DTU1d
Bond No. PH3772
SECTION 00 43 13
BID BOND
KNOW ALL BY THESE PRESENTS:
00 43 13
BID BOND
Page 1 of 2
That we, D, T. Utility Contractors, Inc. , known as
"Bidder" herein and Philadelphia Indemnity Insurance Company a corporate surety
duly authorized to do business in the State of Texas, known as "Surety' herein, are held and firmly bound unto the City
of Fort Worth, a municipal corporation created pursuant to the laws of Texas known as "City" herein, in the penal sum
of five percent (5 f) of Bidder's maximum bid price, in lawful money of the United States, to be paid in Fort Worth,
Tarrant County, Texas for the payment of which sum well and truly to be made, we bind ourselves, our heirs, executors,
administrators, successors and assigns, jointly and severally, firmly by these presents.
WHEREAS. the Principal has submitted a bid or proposal to perform Work for the following project
designated as Northstar Section 2, Phase 1
Utility, Paving and Street Light Improvements for Far North Fort Worth Municipa€ Utility District No.
NOW, THEREFORE, the condition of this obligation is such that if the City shall award
the Contract for the foregoing project to the Principal, and the Principal shall satisfy all requirements and conditions
required for the execution of the Contract and shall enter into the Contract in writing with the City in accordance with the
terms of such same, then this obligation shall be and become null and void. If, however, the Principal fails to execute
such Contract in accordance with the terms of same or fails to satisfy all requirements and conditions required for the
execution of the Contract, this bond shall become the property of the City, without recourse of the Principal and/or
Surety, not to exceed the penalty hereof, and shall be used to compensate City for the difference between Principal's
total bid amount and the next selected bidder's total bid amount.
PROVIDED FURTHER, that if any legal action be fitted on this Bond, venue shall lie in Tarrant County,
Texas or the United States District Court for the Northern Disirict of Texas, Fort Worth Division.
IN WI7NESS WHEREOF, the Principal and the Surety have SIGNED and SEALED this instrument by
duly authorized agents and officers on this the 24th._ day of September , 2019.
ATTEST:
Witnes as to Principal
CITY OF FORT WORTH
STA.hlDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Form Revised 20171109
PRINCIPAL. D. T. Utility Contractors, Inc.
400,
BY: _
-Signature
Vye-
Name and Tide
00 41 0000 43 13 0042 43_00 43 37_00 a5 12_00 35 13 Bid Proposal workbooh.xls
' Vi` : ii>�iFitness asto Surety %i�'
Diane Brown, Secretary
Attach Power of Aitorney (Surety) for Attorney -in -Fact
0043 13
BID 8CND
Page 2 of 2
Address: 2614 Causbie Road,
Weatherford,Texas 76087
SURETY:
Philadelphia Indemnity Insurance Com an
SY:
Sfgnature
Fred A. Thetford, 111, Attorney -in -Fact
Name and Title
Address: One Bala Plaza Suite 100
Bala Cynwyd, Pennsylvania 1.9004
Telephone Number. 800-873-4552
'Nate: If signed by an officer of the Surety Company, there must be on file a certified extract from the by laws
showing that this person has authority to sign such obligation. If Surety's physical address is different from
its mailing address, both must be provided. The date of the bond shall not be prior to the date the Contract is
awarded.
END OF SECTION
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Fam Revised 20171109 Of} 41 Oa 00 43 13_00 4243_00 43 37_00 ,i5 12_00 35 13_13id Proposal Workbook.xls
Bond No. PH3772
PHILADELPHIA INDEMNITY INSURANCE COMPANY
One Bala Plaza, Suite 100
Bala Cynwyd, PA 19004-0950
Power of Attorney
6950
KNOW ALL PERSONS BY THESE PRESENTS: That PHILADELPHIA INDEMNITY INSURANCE COMPANY (the Company), a corporation organized and
existing under the laws of the Commonwealth of Pennsylvania, does hereby constitute and appoint Jared Young, Fred A. Thetford, Jr,, Tobin Tucker, Tom Young,
Diane Brown, Fred A. Thetford IV and/or Fred A. Thetford, III of Contract Bond Agency, LLC., its true and lawful Attomey-in-fact with full authority to
execute on its behalf bonds, undertakings, recognizances and other contracts of indemnity and writings obligatory in the nature thereof, issued in the course of its
business and to bind the Company thereby, in an amount not to exceed S50.000,000.
This Power of Attorney is granted and is signed and sealed by facsimile under and by the authority of the following Resolution adopted by the Board of Directors of
PHILADELPHIA INDEMNITY INSURANCE COMPANY on the 14" of November, 2016.
RESOLVED: That the Board of Directors hereby authorizes the President or any Vice President of the
Company: ( l) Appoint Attomey(s) in Fact and authorize the Attomey(s) in Fact to
execute on behalf of the Company bonds and undertakings, contracts of indemnity and
other writings obligatory in the nature thereof and to attach the seal of the Company
thereto; and (2) to remove, at any time, any such Attorney -in -Fact and revoke the
authority given. And, be it
FURTHER
RESOLVED: That the signatures of such officers and the seal of the Company may be affixed to any
such Power of Attorney or certificate relating thereto by facsimile, and any such Power of
Attorney so executed and certified by facsimile signatures and facsimile seal shall be
valid and binding upon the Company in the future with respect to any bond or
undertaking to which it is attached.
IN TESTIMONY WHEREOF, PHILADELPHIA INDEMNITY INSURANCE COMPANY HAS CAUSED THIS INSTRUMENT TO BE SIGNED AND ITS
CORPORATE SEALTO BE AFFIXED BY ITS AUTHORIZED OFFICE THIS 27"' DAY OF OCTOBER, 2017,
(Seal)
Robert D. O'Leary Jr., President & CEO
Philadelphia Indemnity Insurance Company
On this 27"' day of October, 2017, before me came the individual who executed the preceding instrument, to me personally known, and being by me duly swom said
that he is the therein described and authorized officer of the PHILADELPHIA INDEMNITY INSURANCE COMPANY; that the seal affixed to said instrument is
the Corporate seal of said Company; that the said Corporate Seal and his signature were duly affixed.
roumawNrA T.e ory . —.
lrOrMN49Ltt
Mn�gan4.aay Ahlapry�ryCcuM Notary Pubic:
Aaxt l:e•>m.Tap u a
Al,reumrn,scn rt Flrst S@P[ 25.2]35
residing at:
(Notary Seal)
My commission expires:
Bala Cynwyd_ PA
September 25, 2021
I, Edward Sayago, Corporate Secretary of PHILADELPHIA INDEMNITY INSURANCE COMPANY, do hereby certify that the foregoing resolution of the Board of
Directors and the Power of Attorney issued pursuant thereto on the 27'h day of October, 2017 are true and correct and are still in full force and effect. I do further certify
that Robert D. O'Leary Jr., who executed the Power of Attorney as President, was on the date of execution of the attached Power of Attomey the duly elected President
of PHILADELPHIA INDEMNITY INSURANCE COMPANY.
In Testimony Whereof I have subscribed my name and affixed the facsimile seal of each Company this 24th day of September 20 19
i Edward Sayago, Corporate Secretary
PHILADELPHIA INDEMNITY INSURANCE COMPANY
IMPORTANT NOTICE
To obtain information or make a complaint:
You may call the Surety's toll free telephone
number for information or to make a
complaint at:
1-877-438-7459
You may also write Philadelphia Indemnity
Insurance Company at:
One Bala Plaza, Suite 100
Bala Cynwyd, PA 19004
Attention: Senior Vice President and
Director of Surety
You may contact the Texas Department of
Insurance to obtain information on
companies, coverage, rights or complaints
at:
1-800-252-3439.
You may write the Texas Department of
Insurance at:
P.O. Box 149104
Austin, TX 78714-9104
Fax# 512-475-1771
Web: http://www.tdi.state.tx.us
Email: ConsumerProtection„@tdi.state.tx.us
PREMIUM OR CLAIM DISPUTES: Should
you have a dispute concerning your
premium or about a claim, you should
contact the Surety first. If the dispute is not
resolved, you may contact the Texas
Department of Insurance.
ATTACH THIS NOTICE TO YOUR POLICY. -
This notice is for information only and does
not become a part or condition of the
attached document.
ADVISO IMPORTANTE
Para obener informacion o para someter una
queja: Usted puede Ilamar al numero de
telefono gratis de para informacion o para
someter una queja al:
1-877-438-7459
Usted tanbien puede escribir a Philadelphia
Indemnity Insurance Company at:
One Bala Plaza, Suite 100
Bala Cynwyd, PA 19004
Attention: Senior Vice President and
Director of Surety
Puede comunicarse con el Departamento de
Seguros de Texas para obtener information
acerca de companies, coberturas, derechos
o quejas al:
1-800-252-3439
Puede escribir al Departmento de Seguros
de Texas:
P.O. Box 149104
Austin, TX 78714-9104
Fax# 512-475-1771
Web: http://www.tdi.state.tx.us
Email: ConsumerProtection@tdi.state.tx.us
DISPUTAS SOBRE PRIMAS 0
RECLAMOS: Si tiene una disputa
concerniente a su prima o a un reclamo,
debe comunicarse con el Surety primero. Si
no se resuelve la disputa, puede entonces
comunicarrse con el departamento (TDI).
UNA ESTE AVISO A SU POLIZA: Este
aviso es solo para proposito de informacion
y no se convierte en parte o condicion del
documento adjunto.
00 43 37
VENDOR COMPLIANCE TO STATE LAW
Page 1 of 1
SECTION 00 43 37
VENDOR COMPLIANCE TO STATE LAW NON RESIDENT BIDDER
Texas Government Code Chapter 2252 was adopted for the award of contracts to nonresident bidders. This law
provides that, in order to be awarded a contract as low bidder, nonresident bidders (out-of-state contractors
whose corporate offices or principal place of business are outside the State of Texas) bid projects for construction,
improvements, supplies or services in Texas at an amount lower than the lowest Texas resident bidder by the
same amount that a Texas resident bidder would be required to underbid a nonresident bidder in order to obtain a
comparable contract in the State which the nonresident's principal place of business is located.
The appropriate blanks in Section A must be filled out by all nonresident bidders in order for your bid to meet
specifications. The failure of nonresident bidders to do so will automatically disqualify that bidder. Resident bidders
must check the box in Section S.
A. Nonresident bidders in the State of State Here or Blank , our principal place of business,
are required to be % Here percent lower than resident bidders by State Law. A copy of the
statute is attached.
Nonresident bidders in the State of State Here or Blank , our principal place of business,
are not required to underbid resident bidders.
B. The principal place of business of our company or our parent company or majority owner is
in the State of Texas. ❑x
BIDDER:
D.T. Utility Contractors, B ennis Tollett
Inc.
2614 Causbie Road (Signature)
Weatherford, TX 76087
Title: President
Date: 09124/2019
END OF SECTION
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Form Revised 20110627 00 41 CO 00 43 13_00 42 43_00 43 37_00 45 12_00 35 13_Bid Proposal Workbook.xls
00 45 11 - 1
BIDDERS PREQUALIFICATIONS
Page 1 of 3
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Northstar Section 2, Phase 1
City Project No. 102270
Revised July 1, 2011
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.
00 45 11 - 2
BIDDERS PREQUALIFICATIONS
Page 2 of 3
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Northstar Section 2 Phase 1
City Project No. 102270
Revised July 1, 2011
(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.
00 45 11 - 3
BIDDERS PREQUALIFICATIONS
Page 3 of 3
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Northstar Section 1, Phase 2
City Project No. 102270
Revised July 1, 2011
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
00 45 12
BID FORM
Page 1 of 1
SECTION 00 4512
PR EQUALIF I CATION STATEMENT
Each Bidder for a City procurement is required to complete the information below by identifying the prequalified
contractors and/or subcontractors whom they intend to utilize for the major work type(s) listed.
Major Work Type
Contractor/Subcontractor Company Name
Prequalification
Expiration Date
Install water and sewer
and storm drain
D.T. Utility Contractors, Inc.
04/30/2020
The undersigned hereby certifies that the contractors and/or subcontractors described in the table above are
currently prequalified for the work types listed.
BIDDER:
D.T. Utility Contractors,
Inc.
2614 Causbie Road
Weatherford, TX 76087
END OF SECTION
D nntTollett
(Signature)
Title. President
Date: 09/24/2019
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Form Revised 20120120 00 41 00_00 4313_00 42 43_00 43 37_00 45 12_00 3513_Bid Proposal Workbook.As
004526-1
CONTRACTOR COMPLIANCE WITH WORKERS COMPENSATION LAW
Page IofI
SECTION 00 45 26
2 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW
3 Pursuant to Texas Labor Code Section 406.096(a), as amended, Contractor certifies that it
4 provides worker's compensation insurance coverage for all of its employees employed on City
5 Project No. 102270. Contractor further certifies that, pursuant to Texas Labor Code, Section
6 406.096(b), as amended, it will provide to City its subcontractor's certificates of compliance with
7 worker's compensation coverage.
8
9 CONTRACTOR:
10
12 Company (Please Print)
13
14 Xi1(% &"agdi.'G l rah Signature:
15 Address
16 ,�/�✓ j�
17 lr/�a�.%W� 7X' % Title: t llGe, Z %�/ PL/1 T
18 CityiState/Zip (Please Print)
19
20
21 THE STATE OF TEXAS §
22
23 COUNTY OF TARRANT §
24
25 BENRE ME, the undersigned authority, on this day personally appeared
26 o%a1 Zl/c,G1 , known to me to be the person whose name is
27 subscribed to the foregoing instrument, and acknowledged to me that heishe executed the same as
28 the act and deed of p ' &,41J./& CZ c,. for the purposes and
29 consideration therein expressed and in the capacity therein stated
30
31
32
33
34
35
36
37
38
39
GI EN UNDER MY HAND AND SEAL OF OFFICE this 'eA day of
7ori1-.n,6 ele- , 201P.
Lori Toilett
Notary Publ-c
STATE OF TEXAS
,w+� ID#2008259
My Comm Exp Sep 5 2021
Notary Public in and for the State of Texas
END OF SECTION
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised April 2, 2014
Northstar Section 2, Phase 1
CPN 102270
DocuSign Envelope ID: 8C7EB113-EF38-4C84-BDCB-EDB7B7CB5F84
DocuSign Envelope ID: 8C7EB113-EF38-4C84-BDCB-EDB7B7CB5F84
DocuSign Envelope ID: 8C7EB113-EF38-4C84-BDCB-EDB7B7CB5F84
DocuSign Envelope ID: 8C7EB113-EF38-4C84-BDCB-EDB7B7CB5F8411/20/2019DT Utility Contractors Inc.
19-012120thNovember19
20thNovember19
19-012120thNovember19
20thNovember19
19-012120thNovember19
006219-2
MAINTENANCE BOND
Page 2 of 3
1 WHEREAS, Principal binds itself to repair or reconstruct the Work in whole or in part
2 upon receiving notice from the Developer and/or City of the need thereof at any time within the
3 Maintenance Period.
4
5 NOW THEREFORE, the condition of this obligation is such that if Principal shall
6 remedy any defective Work, for which timely notice was provided by Developer or City, to a
7 completion satisfactory to the City, then this obligation shall become null and void; otherwise to
8 remain in full force and effect.
9
10 PROVIDED, HOWEVER, if Principal shall fail so to repair or reconstruct any timely
1 I noticed defective Work, it is agreed that the Developer or City may cause any and all such
12 defective Work to be repaired and/or reconstructed with all associated costs thereof being borne
13 by the Principal and the Surety under this Maintenance Bond; and
14
15 PROVIDED FURTHER, that if any legal action be filed on this Bond, venue shall lie in
16 Tarrant County, Texas or the United States District Court for the Northern District of Texas, Fort
17 Worth Division; and
18
19 PROVIDED FURTHER, that this obligation shall be continuous in nature and
20 successive recoveries may be had hereon for successive breaches.
21
22
23
CITY OF FORT WORTH Northstar Section 2, Phase
STANDARD CITY CONDITIONS - DEVELOPER AWARDED PROJECTS CPN 102270
Revised January 31, 2012
21stNovember19
Paving Contract Forms
L.H. Lacy Company Ltd.
00 35 1
BID FORA
Page 1 of
SECTION 00 3513
CONFLICT OF INTEREST STATEMENT
Each bidder, offeror or respondent (hereinafter referred to as "You") to a City of Fort Worth procurement
may be required to complete a Conflict of Interest Questionnaire (the attached CIQ Form) and/or a Local
Government Officer Conflicts Disclosure Statement (the attached CIS Form) pursuant to state law. You
are urged to consult with counsel regarding the applicability of these forms to your company.
The referenced forms may be downloaded from the links provided below.
httpliwww ethics.state tx us+'formsr'CIQ-Pdf
http:?; www.ethics.state.tx.usiforms?CIS.pdf
L` CIQ Form does not apply
❑ CIQ Form is on file with City Secretary
❑ CIQ Form is being provided to the City Secretary
L�?" CIS Form does not apply
❑ CIS Form is on File with City Secretary
❑ CIS Form is being provided to the City Secretary
BIDDER:
L.H. Lacy Company, Ltd. By: Printed Name Here
1880 Crown Dr, Ste. 1200 Signature:
Dallas, TX 75234 Title: Bobby Gvrtdon - President
END OF SECTION
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Form Revised 20171109 00 410000 4313_00 42 43_00 43 3700 4512_00 3513_Bid Proposal Workbool
00 41 00
DAP BID FORM FOR PUBLICLY BID PROJECTS ONLY
Page 1 of 3
SECTION 00 4100
DAP BID FORM FOR PUBLICLY BID PROJECTS ONLY
TO: MERITAGE HOMES OF TEXAS, LLC
8840 CYPRESS WATERS BLVD, SUITE 100
DALLAS, TEXAS 75019
FOR: NORTHSTAR SECTION 2, PHASE 1
WATER, SANITARY SEWER, STORM SEWER, PAVING AND STREET LIGHTS
IMPROVEMENTS
City Project No.: 102270
Units/Sections: STREET PAVING
1. Enter Into Agreement
The undersigned Bidder proposes
and agrees, if this Bid is accepted, to enter into an Agreement with Developer in the form included in the
Bidding Documents to perform and furnish all Work as specified or indicated in the Contract Documents
for the Bid Price and within the Contract Time indicated in this Bid and in accordance with the other
terms and conditions of the Contract Documents.
2. BIDDER Acknowledgements and Certification
2.1. In submitting this Bid, Bidder accepts all of the terms and conditions of the INVITATION TO
BIDDERS and INSTRUCTIONS TO BIDDERS, including without limitation those dealing
with the disposition of Bid Bond.
2.2. Bidder is aware of all costs to provide the required insurance, will do so pending contract
award, and will provide a valid insurance certificate meeting all requirements in the
construction contract.
2.3. Bidder certifies that this Bid is genuine and not made in the interest of or on behalf of any
undisclosed individual or entity and is not submitted in conformity with any collusive
agreement or rules of any group, association, organization, or corporation.
2.4. Bidder has not directly or indirectly induced or solicited any other Bidder to submit a false or
sham Bid.
2.5. Bidder has not solicited or induced any individual or entity to refrain from bidding.
2.6. Bidder has not engaged in corrupt, fraudulent, collusive, or coercive practices in competing for
the Contract. For the purposes of this Paragraph:
a. "corrupt practice" means the offering, giving, receiving, or soliciting of anything of value
likely to influence the action of a public official in the bidding process.
b. "fraudulent practice" means an intentional misrepresentation of facts made (a) to
influence the bidding process to the detriment of Developer (b) to establish Bid prices at
crrf OF FORT WORTH
STANDARD CONSTRUCTION BID FORM - DEVELOPER AWARDED PROJECTS 00 4100 Bid Form - DAP.dotx
Form Revised Apr 12, 2014
00 41 00
DAP BID FORM FOR PUBLICLY BID PROJECTS ONLY
Page 2 of 3
artificial non-competitive levels, or (c) to deprive Developer of the benefits of free and
open competition.
c. "collusive practice" means a scheme or arrangement between two or more Bidders, with
or without the knowledge of Developer, a purpose of which is to establish Bid prices at
artificial, non-competitive levels.
d. "coercive practice" means harming or threatening to harm, directly or indirectly, persons
or their property to influence their participation in the bidding process or affect the
execution of the Contract.
3. Prequalification
The Bidder acknowledges that the following work types must be performed only by prequalified
contractors and subcontractors:
a. WATER DISTRIBUTION, DEVELOPMENT, (8-INCH DIAMETER AND
SMALLER)
b. SEWER COLLECTION SYSTEM, DEVELOPMENT (S-INCH
DIAMETER AND SMALLER)
C. STORM DRAINAGE
d. STREET PAVING
e. STREET LIGHTING
4. Time of Completion
4.1. The Work will be complete for Final Acceptance within 60 calendar days after the date
when the Contract Time commences to run as provided in the General Conditions.
4.2. Bidder accepts the provisions of the Agreement to liquidated damages, if applicable, in the event
of failure to complete the Work (and/or achievement of Milestones) within the times specified
in the Agreement.
5. Attached to this Bid
The following documents are attached to and made a part of this Bid:
a. This Bid Form, Section 00 41 00
b. Bid Bond (if required), Section 00 43 13 issued by a surety meeting the
requirements of the General Conditions.
c. Proposal Form, Section 00 42 43
d. MBE Forms (if required)
e. Prequalification Statement, Section 00 45 12
f. Any additional documents that may be required by Section 12 of the Instructions
to Bidders
g. Bidder pre -qualification application (optional)
6. Total Bid Amount
6.1. Bidder will complete the Work in accordance with the Contract Documents for the following
bid amount. In the space provided below, please enter the total bid amount for this project. Only
this figure will be read publicly by the City at the bid opening.
CITY OF FORT wORTH
STANDARD CONSTRUCTION BID FORM— DEVELOPER AWARDED PROJECTS 004100 Bid Form DAP docx
Form Revised Apr 12, 2014
00 41 00
DAP BID FORM FOR PUBLICLY BID PROJECTS ONLY
Page 3 of 3
6.2. It is understood and agreed by the Bidder in signing this proposal that the total bid
amount entered below is subject to verification and/or modification by multiplying the unit
bid prices for each pay item by the respective estimated quantities shown in this proposal and
then totaling all of the extended amounts.
6.3. Evaluation of Alternate Bid Items <use this if applicable, otherwise delete>
Total Base Bid
$810,770.95
Alternate Bid
Deductive Alternate
Additive Alternate
TOTAL BID
$810,770.95
7. Bid Submittal
This Bid is submitted on Sept. 24, 2019 by the entity named below
Respectfully submitted,
II
a7ei —
(Print d Name)
Title:
<Title or Office>
Company: L.H. Lacy Company, Ltd.
<Company Name>
Address: 1880 Crown Dr, Suite #1200
<Address =}
<Address if applicable, otherwise delete>
Dallas, TX 75234
<City, State, Zip Code>
State of Incorporation: TX
Email: estimating,,a lhlacy.com
Phone: _(214) 357-0146
Receipt is acknowledged of
the following Addenda:
Initial
Addendum No. 1
Addendum No. 2
Addendum No. 3
Addendum No. 4
END OF SECTION
CITY OF FORT WORTH
STANDARD CONSTRUCTION BID FORM —DEVELOPER AWARDED PROJECTS 0041 DO Bid Form —DAP.docK
Form Revised April 2, 2014
SECTION 00 42 43
Developer Awarded Projects - PROPOSAL FORM
NORTHSTAR SECTION 1, PHASE 1 CPN: 102270
UNIT PRICE BID
00 42 43
DAP Bm PROPOSAL
Page I or2
Bidder's Application
Project Item Information
Bidder's Proposal
Bidlist
Item
No.
Description
Specification
Section Na.
Unit of
Measure
Bid
Quantity
Unit Price Bid Value
UNIT IV: PAVING
IMPROVEMENTS
1
3213.0101 6" Reinforced Cone Pvmt
32 1313
SY
10,380
$35.00
$363,300.00
2
3211.0400 Hydrated Lime (30#1SY per Geotech)
32 1129
TN
275
$180.00
$49,500.00
3
32-11.0501 6" Lime Treatment
32 1129
SY
11083.00
$2.40
$26,599.20
4
3211.0502 8"Lime Treatment
32 13 13
SY
7,251
$2.50
$18,127.50
5
3213,0501 Barrier Free Ramp,Type R-I
32 13 20
EA
12
$1,625.02
$19,500.00
6
3213,0506 Barrier Free Ramp,Type P-1
32 13 20
EA
4.00
$1,600.00
$6,400.00
7
3441,4003 FumisMnstall Alum Sign Ground Mount City
3441 30
EA
7
$1,750.00
$12,250.00
8
34-41,4003 FumisMnstall Alum Sign Ground Mount City
344130
EA
1
$1,750.00
$1,750.00
9
32-92.0200 Seeding, Broadcast
3292 13
SY
4441
$1 25
$5,551.25
10
9999.0009 6" Unreinforced Concrete
32 13 13
SY
574
$31.00
$17,794.00
11
9999,0010 7.5" Reinforced Cone Pvmt
32 13 13
SY
6899
$41.00
S282,859.00
12
99-99.0011 Road Barricade
00 00 00
EA
3
$900.00
$2,700.00
13
9999.0012 Pavement Header
00 00 00
LF
124
$10.00
$1,240.00
14
99-99.0013 Remove Barricade & Connect to Existing.
00 00 00
EA
4
$500.00
$2,000.00
IS
99-99.0014 6" Compacted Suhgrade
00 00 00
SY
600
$2.00
$1,200.00
TOTAL
UNIT IV: PAVING
IMPROVEMENTS1
$810,770.95
CrrY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS - DEVELOPER AWARDED PROJECTS
Form Vmion Apn12, 2014
m 42 43 - FINAL BID ITEMS
SECTION 00 42 43
Developer Awarded Projects - PROPOSAL FORM
UNIT PRICE BID
00 42 43
DAP BID PROPOSAL
Page T 00
Bidder's Application
Project Item Information
Bidder's Proposal
Bidhst [tam
No.
Description
Specification Section No.
111 °f
Measure
Bid
Qualtlay
Unit Price
Bid � alue
Bid Summary
UNIT I: WATER IMPROVEMENTS
$�� -
$ WI -
UNIT It: SANITARY SEWER IMPROVEMENTS
UNIT III: DRAINAGE IMPROVEMENTS
$
UNIT IV: PAVING IMPROVEMENTS
UNIT V: STREET LIGHTING IMPROVEMENTS
$ 81 , qs* -
$ Of. gift -
UNIT VI: TRAFFIC SIGNAL IMPROVEMENTS
$ -alb .
Total Construction Bid
11 610. ,
This Bid is submitted by the entity named below:
BIDDER: { 1'11H t�
ontpany Namr 111L L
- Wy tom ?Am. L�
\ddrex.Ilere.- IS160 CKON-,J 4*Igoo
�,\ddrex. Here Or {IlaaL'• � {+
cClt,. St3k lip ('Oil�� Ilerp> pALL�St ' r' T,]2
Contractor agrees to complete \FORK for FINAL ACCEPTANCE within
CONTRACT commences to run as provided is the General Conditions.
END OF SECTION
BY. Principal
here}
TITLE: l lere
DATE: llerca q J2`{ t� n
. 6O 1
it days calendar days after the date when the
CITY OF FORT WORTH
STANDARD CONSTRUCMN; SPECIRCATION DOC1AEMS • DBTLOPFR AWARDED PROJEM
Finn 4usioo Ntay 22 2019
00 42 43 Bid Ptapnwl. DAP xis
SECTION 00 4313
DAP - BID BOND
BY THESE PRESENTS:
0043 13
DAP BID BOND FORM FOR PUBLICLY BID PROJECTS ONLY
Page l of 1
That we, L.H. Lacy Company, Ltd. called the Principal, and Great American Insurance Company
a corporation or firm duly authorized to transact surety business in the State of Texas, hereinafter called
the Surety, are held and firmly bound unto the Far North Fort Worth Municipal Utility District No. 1,
hereinafter called the Obligee, in the sum of Five Per Cent of the Greatest Amount Bid — ($ 5% G.A.B.)
and No1100 Dollars said Principal and the said Surety, bind ourselves, our heirs, executors,
administrators, successors and assigns, jointly and severally, firm by these presents.
WHEREAS the Principal has submitted a proposal to perform work for the following project of
the Obligee identified as:
Northstar Section 2, Phase 1
Water, Sanitary Sewer, Storm Sewer, Paving and Street Lights
Improvements
NOW, THEREFORE, if the Obligee shall award the Contract for the foregoing project to the
Principal, and the Principal shall satisfy all requirements and conditions required for the execution of the
Contract and shall enter into the Contract in writing with the Obligee in accordance with the terms of such
proposal, then this bond shall be null and void. If the Principal fails to execute such Contract in
accordance with the terms of such proposal or fails to satisfy all requirements and conditions required for
the execution of the Contract in accordance with the proposal, this bond shall become the property of the
Obligee, without recourse of the Principal and/or Surety, not to exceed the penalty hereof, and shall be
used to compensate Obligee for the difference between Principal's Total Bid Amount and the next
selected Bidder's Total Bid Amount.
SIGNED this 24' day of September, 2019.
By: L.H. Lacy Company, Ltd.
igna of Principal)
By: Great American Insurance Com ny
��,
Rita G. Gulizo, Attorney -in -Fact (Signature of Attorney -of -Fact)
*Attach Power of Attorney (Surety) for Attorney -in -Fact impressed
Surety Seal
Only
END OF SECTION
C TY OF FORT WORTH
STANDARD CONSTRUCTION BI D BOND FORM — DEVELOPER AWARDED PROJECTS a V5FKh W
Form Version Apr 2, 2014
GREAT AMERICAN INSURANCE COMPANY®
AdminisbWWo Office: 301 E 4TH STREET • CINCINNATI, OHIO 45202 • 513-369-MM • FAX 513-723-2740
The number of persons authorized by
this power of attorney is not more than THREE
No. 0 19964
POWER OFATTORNEY
KNOW ALL MEN BYTHESE PRESENTS: That the GREATAMERICAN INSURANCE COMPANY, a corporation organized and existing under
and by virtue of the laws of the State of Ohio, does hereby nominate, constitute and appoint the person or persons named below, each individually if more than
one is named, its true and lawful attorney -in -fact, for it and in its name, place and stead to execute on behalf of the said Company, as surety, any and all bonds,
undertakings and contracts of suretyship, or other written obligations in the nature thereof, provided that the liability of the said Company on any such bond,
undertaking or contract of suretyship executed under this authority shall not exceed the limit stated below.
Name Address Limit of Power
RITA G. GULIZO ALL OF ALL
SUSAN D. ZAPALOWSKI NEW ORLEANS, LOUISIANA $100,000,000
DAVID T. MICLETTE
This Power of Attorney revokes all previous powers issued on behalf of the attorney(s)-in-fact named above.
IN WITNESS WHI=.REOF the GREATAMERICAN INSURANCE COMPANY has caused these presents to be signed and attested by its appropriate
officers and its corporate seal hereunto affixed this 6TH day of FEBRUARY 1 2019
Attest GREAT AMERICANINSU NCECOMPANY
Assislant.%timlary Divisional Semnr line President
STATE OF OHIO, COUNTY OF HAMILTON - ss- MARK VMAR10 (877-377-2405)
On this 6TH day of FEBRUARY 2019 , before me personally appeared MARK VICA RIO, tome known,
being duly sworn, deposes and says that he resides in Cincinnati, Ohio, that he is a Divisional Senior Vice President of the Bond Division of Great American
Insurance Company, the Company described in and which executed the above instrument; that he knows the seal of the said Company; that the seal affixed to the
said instrument is such corporate seal, that it was so affixed by authority of his office under the By -Laws of said Company, and that he signed his name thereto
by like authority.
i. VAwd
N ft Fdk 8Wd0Mo
wOodlni* 11 61p11IIIII0e~1M
This Power of Attorney is granted by authority of the following resolutions adopted by the Board of Directors of GreatAmerican Insurance Company
by unanimous written consent dated June 9, 2008
RESOLVED. That the Divisional President the several Divisional Senior Vice Presidents. Divisional Vice Presidents and Divisonal Assistant Vice
Presidents, or any one of them, be and hereby is authorized, from time to time, to appoint one or more Attorneys -in -Fart to execute on behalf of the Company.
as surety, any and all bonds, undertakings and contracts ofsuretyship, or other written obligations in the nature thereof to prescribe their respective duties and
the respective limits of their authority; and to revoke any such appointment at any time.
RESOLVED FURTHER. That the Company seal and the signature of any of the aforesaid officers and any Secretary or Assistant Secretary of the
Company maybe e ff red by facsimile to mW power of attorney or certificate of either given for the execution of anv bond, undertaking, contract of suretyship,
or other written obligation in the nature thereof, such signature and seal when so used being hereby adopted by the Company as the original signature of such
officer and the original seal of the Company, to be valid and binding upon the Company with the same force and effect as though manually affixed.
CERTIFICATION
I, STEPHEN C. BERAHA, Assistant Secretary of Great American Insurance Company, do hereby certify that the foregoing Power of Attorney and
the Resolutions of the Board of Directors of June 9, 2008 have not been revoked and are now in full force and effect.
Signed and sealed this 24th day of September , 2019
4ic. C. -
Assistant Secreffey
S1029AG (07/18)
Great American Insurance Company of New York
GREATAmERIcAN Great American Alliance Insurance Company
INSURANCE GROUP Great American Insurance Company
IMPORTANT NOTICE:
To obtain information or make a complaint:
You may contact the Texas Department of Insurance to obtain information on companies,
coverages, rights or complaints at:
1-800-252-3439
You may write the Texas Department of Insurance at:
P.O. Box 149104
Austin, TX 78714-9091
FAX: l-512-490-1007
Your notice of claim against the attached bond may be given to the surety company that
issued the bond by sending it by certified or registered mail to the following address:
Mailing Address: Great American Insurance Company
P.O. Box 2119
Cincinnati, Ohio 45202
Physical Address: Great American Insurance Company
301 E. Fourth Street
Cincinnati, Ohio 45202
You may also contact the Great American Insurance Company Claim office by:
Fax: 1-888-290-3706
Telephone: 1-513-369-5091
Email: bondclaims@gaic.com
PREMIUM OR CLAIM DISPUTES:
If you have a dispute concerning a premium, you should contact the agent first. If you
have a dispute concerning a claim, you should contact the company first. If the dispute is
not resolved, you may contact the Texas Department of Insurance.
ATTACH THIS NOTICE TO YOUR BOND:
This notice is for information only and does not become a part or condition of the attached
document.
F.9667A (10/16)
00 43 37
VENDOR COMPLIANCE TO STATE LAW
Page 1 of 1
SECTION 00 43 37
VENDOR COMPLIANCE TO STATE LAW NON RESIDENT BIDDER
Texas Government Code Chapter 2252 was adopted for the award of contracts to nonresident bidders. This law
provides that, in order to be awarded a contract as low bidder, nonresident bidders (out-of-state contractors
whose corporate offices or principal place of business are outside the State of Texas) bid projects for
construction, improvements, supplies or services in Texas at an amount lower than the lowest Texas resident
bidder by the same amount that a Texas resident bidder would be required to underbid a nonresident bidder in
order to obtain a comparable contract in the State which the nonresident's principal place of business is located.
The appropriate blanks in Section A must be filled out by all nonresident bidders in order for your bid to meet
specifications. The failure of nonresident bidders to do so will automatically disqualify that bidder. Resident
bidders must check the box in Section B.
A. Nonresident bidders in the State of , our principal place of business,
are required to be percent lower than resident bidders by State Law. A copy of the
statute is attached.
Nonresident bidders in the State of , our principal place of business,
are not required to underbid resident bidders.
B. The principal place of business of our company or our parent company or majority owner is
in the State of Texas. L
BIDDER:
L •4, LAci ComPAwvA fin,
I$$o CRwu QR, ►� 12ov
TEND OF SECTION
By: Printed Name Here
ig ture)
Title:
bo8� Gnxnc,j - ps,otJ r
Date: 19
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Form Revised 20110627 00 410000 4313_00 42 43_00 43 3700 4512_00 35 13_Bid Proposal workbook
00 45 11 - 1
BIDDERS PREQUALIFICATIONS
Page 1 of 3
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Northstar Section 2, Phase 1
City Project No. 102270
Revised July 1, 2011
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.
00 45 11 - 2
BIDDERS PREQUALIFICATIONS
Page 2 of 3
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Northstar Section 2 Phase 1
City Project No. 102270
Revised July 1, 2011
(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.
00 45 11 - 3
BIDDERS PREQUALIFICATIONS
Page 3 of 3
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Northstar Section 1, Phase 2
City Project No. 102270
Revised July 1, 2011
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
00 45 12
DAP PREQUALIFICATION STATEMENT
Page 1 of 1
SECTION 00 4512
DAP PREQUALIFICATION STATEMENT
Each Bidder is required to complete the information below by identifying the prequalified contractors
and/or subcontractors whom they intend to utilize for the major work type(s) listed.
Major Work Type
Contractor/Subcontractor Company Name
Prequalification
Expiration Date
WATER
Water Transmission,
Development, 12" and smaller
SANITARY SEWER
Sewer Collection System, 8" and
smaller
STORM DRAINAGE
STREET PAVING
L.H. LACY COMPANY
7/1/2021
STREET LIGHTS
The undersigned hereby certifies that the contractors and/or subcontractors described in the table above
are currently prequalified for the work types listed.
BIDDER:
L.H. LACY COMPANY
Company
1880 Crown Road, #1200
Address
Dallas, Texas 75234
City/State/Zip
By: 2,L
.
(Pl se Print)
Signature:
Title: P t e . de
(Please Print)
Date: kL -0 -19
END OF SECTION
CITY OF FORT WORTH
STANDARD CONSTRUCTION PREQUALIFICAT ON STATEMENT— DEVELOPER AWARDED PROJECTS 0045 12 Prequalification Statement - LACY
Form Version April 2, 2014
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
00 45 26 - 1
CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW
Page 1 of I
SECTION 00 45 26
CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW
Pursuant to Texas Labor Code Section 406.096(a), as amended, Contractor certifies that it
provides worker's compensation insurance coverage for all of its employees employed on City
Project No. 102270. Contractor further certifies that, pursuant to Texas Labor Code, Section
406.096(b), as amended, it will provide to City its subcontractor's certificates of compliance with
worker's compensation coverage.
CONTRACTOR:
L. k - L Ac-, Cos,, dw � � By: 1 6l. & �
Company ��! (Ple a Print)
1 Tyc) Cr-,�- bf--�Xf— Signature:
Address
��1us -7 5"7,3 Title: Pre 5% je&-
City.+State/Zip (Please Print)
THE STATE OF TEXAS §
COUNTY OFTARRANT §
BF,FORE ME, the undersi ed authority, on this day personally appeared
i t{ , known to me to be the person whose name is
subscribed t the foregoing instrument and acknowledized to me that he/she executed the same as
the act and deed of , f L114 UffibOyl(k. t1d for the purposes and
consideration therein expressed and in the pacit t ierein stated.
G 'EN UNDER MY HAND AND SEAL OF OFFICE this day of
A & , 20.
R fir+
,&Aynu%0 DARiENE CONEY
Notary 10 # 10317301
My Commission Expires
March 9, 2020
END OF SECTION
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised April 2, 2014
ry Public in and for the St
a of Texas
Northstar Section 2, Phase 1
CPN 102270
DocuSign Envelope ID: 8C7EB113-EF38-4C84-BDCB-EDB7B7CB5F8411/20/2019
DocuSign Envelope ID: 8C7EB113-EF38-4C84-BDCB-EDB7B7CB5F84
DocuSign Envelope ID: 8C7EB113-EF38-4C84-BDCB-EDB7B7CB5F84
DocuSign Envelope ID: 8C7EB113-EF38-4C84-BDCB-EDB7B7CB5F8411/20/201911/20/2019
20thNovember
20thNovember
20thNovember
20thNovember
20thNovember
0062 19-2
MAINTENANCE BOND
Page 2 of 3
1 WHEREAS, Principal binds itself to repair or reconstruct the Work in whole or in part
2 upon receiving notice from the Developer and/or City of the need thereof at any time within the
3 Maintenance Period.
4
5 NOW THEREFORE, the condition of this obligation is such that if Principal shall
6 remedy any defective Work, for which timely notice was provided by Developer or City, to a
7 completion satisfactory to the City, then this obligation shall become null and void; otherwise to
8 remain in full force and effect.
9
10 PROVIDED, HOWEVER, if Principal shall fail so to repair or reconstruct any timely
11 noticed defective Work, it is agreed that the Developer or City may cause any and all such
12 defective Work to be repaired and/or reconstructed with all associated costs thereof being borne
13 by the Principal and the Surety under this Maintenance Bond; and
14
15 PROVIDED FURTHER, that if any legal action be filed on this Bond, venue shall lie in
16 Tarrant County, Texas or the United States District Court for the Northern District of Texas, Fort
17 Worth Division; and
18
19 PROVIDED FURTHER, that this obligation shall be continuous in nature and
20 successive recoveries may be had hereon for successive breaches.
21
22
23
CITY OF FORT WORTH Northstar Section 2, Phase 1
STANDARD CITY CONDITIONS DEVELOPER AWARDED PROJECTS CPN 102270
Revised January 31, 2012
20thNovember
THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY.
TEXAS CONTRACTOR'S BLANKET ADDITIONAL INSURED
ENDORSEMENT -- FORM A
This endorsement modifies insurance provided under the following:
COMMERCIAL GENERAL LIABILITY COVERAGE PART
Policy Number
Agency Number
Policy Effective Date
CPP206752901001
02/01 /2019
Policy Expiration Date
Date
Account Number
02101 /2020
Named Insured
Agency
BDWEN, MICLETTE & BRITT
g p y
AMERfSURE IN
L.H. LACY COMPANY, LTD
INSURANCE AGENCY
COMPANY
1. a. SECTION II - WHO IS AN INSURED is amended to add as an additional insured any person or
organization whom you are required to add as an additional insured on this policy under a written contract or written
agreement relating to your business.
b. The written contract or written agreement must:
(1) Require additional insured status for a time period during the term of this policy; and
(2) Be executed prior to the "bodily injury", "property damage", or "personal and advertising injury" leading to a
claim under this policy.
c. If, however:
(1) "Your work" began under a letter of intent or work order; and
(2) The letter of intent or work order led to a written contract or written agreement within 30 days of beginning
such work; and
(3) Your customer's customary contracts require persons or organizations to be named as additional insureds;
we will provide additional insured status as specified in this endorsement.
2. The insurance provided under this endorsement is limited as follows:
a. That person or organization is an additional insured only with respect to liability caused, in whole or in part, by:
(1) Premises you:
(a) Own;
(b) Rent;
(c) Lease; or
(d) Occupy;
(2) Ongoing operations performed by you or on your behalf. Ongoing operations does not apply to "bodily
injury" or "property damage" occurring after:
(a) All work to be performed by you or on your behalf for the additional insured(s) at the site of the
covered operations is complete, including related materials, parts or equipment (other than service,
maintenance or repairs); or
(b) That portion of "your work" out of which the injury or damage arises is put to its intended use by any
person or organization other than another contractor working for a principal as a part of the same
project.
Includes copyrighted material of Insurance Services Office, Inc.
CG 70 85 10 15 Pages 1 of 3
(3) Completed operations coverage, but only if:
(a) The written contract or written agreement requires completed operations coverage or "your work"
coverage; and
(b) This coverage part provides coverage for "bodily injury" or "property damage" included within the
"products -completed operations hazard".
However, the insurance afforded to such additional insured only applies to the extent permitted by law.
b. If the written contract or written agreement:
(1) Requires "arising out of" language; or
(2) Requires you to provide additional insured coverage to that person or organization by the use of either or
both of the following:
(a) Additional Insured —Owners, lessees or Contractors —Scheduled Person Or Organization
endorsement CG 2010 10 01; or
(b) Additional Insured —Owners, Lessees or Contractors —Completed Operations endorsement CG 20
371001;
then the phrase "caused, in whole or in part, by" in paragraph 2.a. above is replaced by "arising out of'.
c. If the written contract or written agreement requires you to provide additional insured coverage to that person
or organization by the use of:
(1) Additional Insured —Owners, Lessees or Contractors — Scheduled Person Or Organization endorsement
CG 20 10 07 04 or CG 20 10 04 13; or
(2) Additional Insured — Owners, Lessees or Contractors — Completed Operations endorsement CG 20 37 07
04 or CG 20 37 04 13; or
(3) Both those endorsements with either of those edition dates; or
(4) Either or both of the following:
(a) Additional Insured —Owners, Lessees or Contractors —Scheduled Person Or Organization
endorsement CG 2010 without an edition date specified; or
(b) Additional Insured —Owners, Lessees or Contractors —Completed Operations endorsement CG 20
37 without an edition date specified;
then paragraph 2.a. above applies.
d. Premises, as respects paragraph 2.a.(1) above, include common or public areas about such premises if so
required in the written contract or written agreement.
e. Additional insured status provided under paragraphs 2.a.(1)(b) or 2.a.(1)(c) above does not extend beyond
the end of a premises lease or rental agreement.
f. The limits of insurance that apply to the additional insured are the least of those specified in the:
(1) Written contract;
(2) Written agreement; or
(3) Declarations of this policy.
The limits of insurance are inclusive of and not in addition to the limits of insurance shown in the Declarations.
g. The insurance provided to the additional insured does not apply to "bodily injury", "property damage", or
"personal and advertising injury" arising out of an architect's, engineer's, or surveyor's rendering of, or failure
to render, any professional services, including but not limited to:
(1) The preparing, approving, or failing to prepare or approve:
(a) Maps;
(b) Drawings;
(c) Opinions;
Includes copyrighted material of Insurance Services Office, Inc.
Page 2 of 3 CG 70 85 10 15
(d) Reports;
(e) Surveys;
(f) Change orders;
(g) Design specifications; and
(2) Supervisory, inspection, or engineering services.
h. SECTION IV— COMMERCIAL GENERAL LIABILITY CONDITIONS, paragraph 4.Other Insurance is
deleted and replaced with the following:
4. Other Insurance.
Coverage provided by this endorsement is excess over any other valid and collectible insurance available
to the additional insured whether:
a. Primary;
b. Excess;
c. Contingent; or
d. On any other basis;
but if the written contract or written agreement requires primary and non-contributory coverage, this
insurance will be primary and non-contributory relative to other insurance available to the additional
insured which covers that person or organization as a Named Insured, and we will not share with that
otherinsurance.
i. If the written contract or written agreement as outlined above requires additional insured status by use of CG
20 10 11 85, then the coverage provided under this CG 70 85 endorsement does not apply except for
paragraph 2.h. Other Insurance. Additional insured status is limited to that provided by CG 20 1011 85
shown below and paragraph 2.h. Other Insurance shown above.
ADDITIONAL INSURED - OWNERS, LESSEES OR
CONTRACTORS (FORM B)
This endorsement modifies insurance provided under the following:
COMMERCIAL GENERAL LIABILITY COVERAGE PART.
SCHEDULE
Name of Person or Organization: Blanket where required by written contract or written agreement that
the terms of CG 20 10 11 85 apply.
(If no entry appears above, information required to complete this endorsement will be shown in the
Declarations as applicable to this endorsement.)
WHO IS AN INSURED (Section ll) is amended to include as an insured the person or organization shown
in the Schedule, but only with respect to liability arising out of "your work" for that insured by or for you.
CG 20 10 1185 Copyright, Insurance Services Office, Inc., 1984
j. The insurance provided by this endorsement does not apply to any premises or work for which the person or
organization is specifically listed as an additional insured on another endorsement attached to this policy.
Includes copyrighted material of Insurance Services Office, Inc.
CG 70 85 10 15 Pages 3 of 3
Street Lights Contract Forms
Independent Utility Construction, Inc.
SECTION 00 35 13
CONFLICT OF INTEREST STATEMENT
Each bidder, offeror or respondent (hereinafter referred to as "You") to a City of Fort Worth
procurement may be required to complete a Conflict of Interest Questionnaire (the attached CIQ
Form) and/or a Local Government Officer Conflicts Disclosure Statement (the attached CIS Form)
pursuant to state law. You are urged to consult with counsel regarding the applicability of these
forms to your company.
The referenced forms may be downloaded from the links provided below.
http:/Iwww.ethics.state.tx.us/forms/ClQ.pdf
http:/A+niww.ethics.state.tx.us/forms/CIS.pdf
CIQ Form does not apply
CIQ Form is on file with City Secretary
CIQ Form is being provided to the City Secretary
CIS Form does not apply
CIS Form is on File with City Secretary
CIS Form is being provided to the City Secretary
BIDDER:
Independent Utility Construction, Inc.
5109 Sun Valley Drive
Fort Worth, TX 76119
END OF SECTION
By: Ri tl Wolfe
Signature:
Title: President
0035 13
BID FORM
Page 1 of 1
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Form Revised 20171109 00 41 00_00 43 13_00 42 43_00 43 37_00 45 12_00 35 13—Bid Proposal Workbook.As
SECTION 00 41 00
BID FORM
TO: Far North Fort Worth Municipal l
0041 00
BID FORM
Page 1 of 3
c/o: Welch Engineering, Inc.
1308 Norwood Drive, Suite 200
Bedford, Texas 76022
FOR: Northstar Section 2, Phase 1
Utility, Paving ana Street Llgrlt Improvements for Far Nortn Fort Worth Municipal utility ulstrict No,
1
City Project No.: 102270
Units/Sections: Unit I: Water Improvements
Unit If: Sanitary Sewer Improvements
Unit III: Drainage Improvements
Unit IV: Paving Improvements
Unit V: Street Lighting Improvements
Unit VI: Traffic Signal Improvements
1. Enter Into Agreement
The undersigned Bidder proposes and agrees, if this Bid is accepted, to enter into an Agreement with City in the form
included in the Bidding Documents to perform and furnish all Work as specified or indicated in the Contract Documents
for the Bid Price and within the Contract Time indicated in this Bid and in accordance with the other terms and conditions
of the Contract Documents.
2. BIDDER Acknowledgements and Certification
2.1. In submitting this Bid, Bidder accepts all of the terms and conditions of the INVITATION TO BIDDERS and
INSTRUCTIONS TO BIDDERS, including without limitation those dealing with the disposition of Bid Bond.
2.2. Bidder is aware of all costs to provide the required insurance, will do so pending contract award, and will
provide a valid insurance certificate meeting all requirements within 14 days of notification of award.
2.3. Bidder certifies that this Bid is genuine and not made in the interest of or on behalf of any undisclosed
individual or entity and is not submitted in conformity with any collusive agreement or rules of any group,
association, organization, or corporation.
2.4. Bidder has not directly or indirectly induced or solicited any other Bidder to submit a false or sham Bid.
2.5. Bidder has not solicited or induced any individual or entity to refrain from bidding.
2.6. Bidder has not engaged in corrupt, fraudulent, collusive, or coercive practices in competing for the Contract.
For the purposes of this Paragraph:
a. "corrupt practice" means the offering, giving, receiving, or soliciting of any thing of value likely to
influence the action of a public official in the bidding process.
b. "fraudulent practice" means an intentional misrepresentation of facts made (a) to influence the
bidding procoss to tho dotrimont of City (b) to ostablish Bid prices at artifioial non competitive
levels, or (c) to deprive City of the benefits of free and open competition.
c. "collusive practice" means a scheme or arrangement between two or more Bidders, with or
without the knowledge of City, a purpose of which is to establish Bid prices at artificial, non -
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Form Revised 20150821 00 41 0000 43 13_00 42 43_00 43 3700 45 12_00 35 13 Bid Proposal Workbook.xls
0041 00
BID FORM
Page 2 of 3
competitive levels.
d. "coercive practice" means harming or threatening to harm, directly or indirectly, persons or their
property to influence their participation in the bidding process or affect the execution of the
Contract.
3. Prequalification
The Bidder acknowledges that the following work types must be performed only by prequalified contractors and
subcontractors:
a. Street Lights
a
C.
!l
4. Time of Completion
4.1. The Work will be complete for Final Acceptance within days after the date when the
the Contract Time commences to run as provided in Paragraph 2.03 of the General Conditions,
4.2. Bidder accepts the provisions of the Agreement as to liquidated damages in the event of failure to complete
the Work {and/or achievement of Milestones} within the times specified in the Agreement.
5. Attached to this Bid
The following documents are attached to and made a part of this Bid:
a. This Bid Form, Section 00 41 00
b. Required Bid Bond, Section 00 43 13 issued by a surety meeting the requirements of Paragraph
5.01 of the General Conditions.
c. Proposal Form, Section 00 42 43
d. Vendor Compliance to State Law Non Resident Bidder, Section 00 43 37
e. MWBE Forms (optional at time of bid)
f. Prequalification Statement, Section 00 45 12
g. Conflict of Interest Affidavit, Section 00 35 13
*If necessary, CIQ or CIS forms are to be provided directly to City Secretary
h. Any additional documents that may be required by Section 12 of the Instructions to Bidders
6. Total Bid Amount
6.1. Bidder will complete the Work in accordance with the Contract Documents for the following bid amount. In
the space provided below, please enter the total bid amount for this project. Only this figure will be read
publicly by the City at the bid opening.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Form Revised 20150821 00 410000 43 13_00 42 4300 43 37_00 45 12_00 35 13—Bid Proposal Workbook.xis
CC 41 00
BID FORM
Page 3 of 3
6.2. It is understood and agreed by the Bidder in signing this proposal that the total bid amount entered below is
subject to verification andlor modification by multiplying the unit bid prices for each pay item by the respective
estimated quantities shown in this proposal and then totaling all of the extended amounts.
6.3.
Total Base Bid
Alternate Bid
Deductive Alternate
Additive Alternate
Total Bid
7. Bid Submittal
This Bid is submitted on 09-24-19
Respectfully sub e ,
By:
gna
Richard Wolfe
(Printed Name)
Title: President
company: Independent Utility Construction, Inc.
Address: 5109 Sun Valley Dr Fort Worth, TX 76119
State of Incorporation: Texas
Email: estimating@iuctx.com
Phone: 817-478-4444
END OF SECTION
$66,839.03
0.00
0.00
0.00
$66,839.03
by the entity named below.
Receipt is acknowledged of the
following Addenda:
Initial
Addendum No. 1:
Addendum No. 2:
Addendum No. 3:
Addendum No, 4:
Corporate Seal: "ilitq ?
��,,�pA1STr3UC..
`". `y •�•.......•.. �O '.
7 0 •.�.
n
SEAL • A
:� a'••. 97 0 ••' �.�
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Form Revised 2015OB21 00 41 00_00 43 13_00 42 43—DO 43 37_00 45 12_00 35 13_Bid Proposal Workbook.xis
SECTION 00 42 43
Developer Awarded Projects - PROPOSAL FORM
UNIT PRICE BID
„: 42 ,,
DAP - BID PROPOSAL
Pagc S er7
Bidder's Application
Project hem Information
Bidder's Proposal
Bidlist hem
\o.
Description
Specification Section No- JLlul
of
mcasrrre
B)d
Quantity
Unit Pnce
Rid Value
LY
INT
1
2605.3001 2” CONDT PVC SCH 80 (T)
26 05 33
LF
1774
10.79
19,141.46
2
3441-3303 Rdwy Ilium Foundation TY7
3441 20
EA
29
949.51
27,535.79
3
3441.1410 NO 10 Insulate Elec Condr_
3441 10
LF
1774
0.99
1,756.26
4
3441.3035 Install Utility Washington Postiine
3441 20
EA
29
512.00
14,848.00
5
3441.1408 NO 6 Insulated Elec Condr
3441 10
LF
3548
0.99
3,512.552
6
7
3441.1502 Ground Box Type B. wf Apron
3441 10
EA
45
1.00
45.00
8
9
11
12
13
14
15
16
17
18
19
-- -
20
21
22
23
24
25
_
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
_
41
42
43
44
45
_ .
46
SUM
_$66,539.03
CITY OF FORT H'ORTII
ST 4YDARDCOVSTRUCTIOi SPED IFICATIOS ImWUMENTs • DEVELOPER AW.ME[) PRO1FCrs
ram 1'crs,on ]lad 22. 211W M 42, t_Rd Propasal_DAP AS
SECTION 00 42 43
Developer Awarded Pro.ects - PROPOSAL FORM
UNIT PRICE BID
un JIJ:
DAP - BID PROPOSAL
Parc "ur7
Bidder's Application
Project Item Information
Bidder's Propnsal
Blasi 111
Ikicripuon
Spccifieahun Scclran \u
Unit of
Bid
Unit Price
Bid ValueQuantity
No
\tcasure
ULU aummany
UNIT I: WATER IMPROVEMENTS
UNIT II: SANITARY SEWER IMPROVEMENTS
UNIT III: DRAINAGE IMPROVEMENTS
UNIT IV: PAVING IMPROVEMENTS
UNIT V: STREET LIGHTING IMPROVEMENTS
UNIT VI: TRAFFIC SIGNAL IMPROVEMENTS
Total Construction Bid
This Bid is submitted by the entity named below:
BIDDER:
Independent Utility Construction. Inc_
5109 Sun Valley Drive
Fort Worth, TX 76119
Contractor agrees to complete WORk for within
( O\TR \CI -commences to run as provided in the General Conditions.
F.\ D OF SE(TIO\
CIT1 OF FORT 4%ORfit
STANDARD COYSTRCCTIO] SPEC IFH' aT1OS D1KC\II :CTS - DF%'EI.OPFR AAV �RDED PRo1Fri5
Foam V-- M. '-'. to I'r
B5: R;Zqrd Wolfe
TITIA- President
IIATE- 10-29-19
30 calendar does after the date when The
3r J`J, Bid Proposal D%P its
SECTION 00 43 13
BID BOND
KNOW ALL BY THESE PRESENTS:
00 43 13
BID BOND
Pages 1 of 2
That we, Independent Utility Construction, Inc. , known as
"Bidder" herein and Westfield Insurance Company a corporate surety
duly authorized to do business in the State of Texas, known as "Surety" herein, are held and firmly bound unto the City
of Fort Worth, a municipal corporation created pursuant to the laws of Texas, known as "City" herein, in the penal sum
of five percent (5%) of Bidder's maximum bid price, in lawful money of the United States, to be paid in Fort Worth,
Tarrant County, Texas for the payment of which sum well and truly to be made, we bind ourselves, our heirs, executors,
administrators, successors and assigns, jointly and severally, firmly by these presents.
WHEREAS, the Principal has submitted a bid or proposal to perform Work for the following project
designated as Northstar Section 2, Phase 1
Utility, Paving and Street Light Improvements for Far North Fort Worth Municipal Utility District No.
NOW, THEREFORE, the condition of this obligation is such that if the City shall award
the Contract for the foregoing project to the Principal, and the Principal shall satisfy all requirements and conditions
required for the execution of the Contract and shall enter into the Contract in writing with the City in accordance with the
terms of such same, then this obligation shall be and become null and void_ If, however, the Principal fails to execute
such Contract in accordance with the terms of same or fails to satisfy all requirements and conditions required for the
execution of the Contract, this bond shall become the property of the City, without recourse of the Principal and/or
Surety, not to exceed the penalty hereof, and shall be used to compensate City for the difference between Principal's
total bid amount and the next selected bidder's total bid amount.
PROVIDED FURTHER, that if any legal action be filed on this Bond, venue shall lie in Tarrant County,
Texas or the United States District Court forthe Northern District of Texas, Fort Worth Division,
IN WITNESS WHEREOF, the Principal and the Surety have SIGNED and SEALED this instrument by
duly authorized agents and officers on this the 24th day of September , 2019.
A ES
i�--/
Witness as to Principal
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Farm Revised 20171109
PRINCIPAL:
INDEPENDENT UTILITY CONSTRUCTION, INC.
m
z;f`
Richard Wolfe, President
Name and Title
00 41 00_00 43 13_00 42 43_00 43 37 00 45 12_00 35 13_Bid Proposal Workbook, xis
Witness ai>o Surety Elizabeth Gray
Attach Power of Attorney (Surety) for Attorney -in -Fact
Address: 5109 Sun Valley Drive
Fort Worth, TX 76119
SURETY:
WESTFIELD INSURANCE COMPANY
BY:
atur
Kyle W. Sweeney, Attorney -in -Fact
Name and Title
Address: 555 Republic Drive, Suite 450
Piano. TX 75074
Telephone Number: 972-516-26DO
004313
BID BOND
Page 2 or 2
*Note: If signed by an officer of the Surety Company, there must be on file a certified extract from the by laws
showing that this person has authority to sign such obligation. If Surety's physical address is different from
its mailing address, both must be provided. The date of the bond shall not be prior to the date the Contract is
awarded.
END Ol: SECTION
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Form Revised 20171109 00 41 00_00 43 13_00 42 43_00 43 37_00 45 12_00 35 13_13id Proposal Workbwk,xls
THIS POWER OF ATTORNEY SUPERCEDES ANY PREVIOUS POWER BEARINGS I Fn5 6AMt
POWER # AND ISSUED PRIOR TO 04/20111. FOR ANY PERSON OR PERSONS NAMED BELOW.
POWER NO. 42200S2 06
Genera[ Power Westfield Insurance Co.
of Attorney Westfield National Insurance Co.
Ohio Farmers Insurance Co.
CERTIFIED COPY Westfield Center, Ohio
Know All Mon by These Presents, That WESTFIELD INSURANCE COMPANY, WESTFIELD NATIONAL INSURANCE COMPANY and OHIO
FARMERS INSURANCE COMPANY, corporations, hereinafter referred to individually as a "Company" and collectively as "Companies," duly
organized and existing under the laws of the State of Ohio, and having its principal office in Westfield Center, Medina County, Ohio, do by these
presents make, constitute and appoint
CHARLES D. SWEENEY, MICHAEL A. SWEENEY, KYLE W. SWEENEY, ELIZABETH GRAY, JOINTLY OR SEVERALLY
of FORT WORTH and State of TX its true and lawful Attorney(s)-in-Fact, with full power and authority hereby conferred in its name,
place and stead, to execute, acknowledge and deliver any and all bonds, recognizances, undertakings, or other instruments or contracts of
suretyship- - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - -
LIMITATION: THIS POWER OF ATTORNEY CANNOT BE USED TO EXECUTE NOTE GUARANTEE, MORTGAGE DEFICIENCY, MORTGAGE
GUARANTEE, OR BANK DEPOSITORY BONDS.
and to bind any of the Companies thereby as fully and to the same extent as if such bonds were signed by the President, sealed with the corporate
seat of the applicable Company and duly attested by its Secretary, hereby ratifying and confirming all that the said Attorney(s)-in-Fact may do in
the premises. Said appointment is made under and by authority of the following resolution adopted by the Board of Directors of each of the
WESTFIELD INSURANCE COMPANY, WESTFIELD NATIONAL INSURANCE COMPANY and OHIO FARMERS INSURANCE COMPANY:
'Be it Resolved, that the President, any Senior Executive, any Secretary or any Fidelity & Surety Operations Executive or other ;executive shall
be and is hereby vested with full power and authority to appoint any one or more suitable persons as Attorney(s)-in-Fact to represent and act for
and on behalf of the Company subject to the following provisions:
The Attorney -in -Fact. may be given full power and authority for and in the name of and on behalf of the Company, to execute, acknowledge and
deliver, any and all bonds, recognizances, contracts, agreements of indemnity and other conditional or obligatory undertakings and any and all
notices and documents canceling or terminating the Company's liability thereunder, and any such instruments so executed by any such
Attorney -in -Fact shall be as binding upon the Company as if signed by the President and sealed and attested by the Corporate Secretary."
'Be it Further Resolved, that the signature of any such designated person and the seal of the Company heretofore or hereafter affixed to any
power of attorney or any certificate relating thereto by facsimile, and any power of attorney or certificate bearing facsimile signatures or facsimile
seal shall be valid and binding upon the Company with respect to any bond or undertaking to which it is attached.- (Each adopted at a meeting
held on February 8, 2000)-
in Witness Whereof, WESTFIELD INSURANCE COMPANY, WESTFIELD NATIONAL INSURANCE COMPANY and OHIO FARMERS INSURANCE
COMPANY have caused these presents to be signed by their Senior Executive and their corporate seals to be hereto affixed this 20th day of
APRIL A-D., 2011 -
Corporate �\�uff�fc,, 11�5if, WESTFIELD INSURANCE COMPANY
Seals •• •_� : • ��• 'sG,,. • .,yam- WESTFIELD NATIONAL INSURANCE COMPANY
Affixed
•cY►~ �t4 o; :fl 1F.' -;c�` OHIO FARMERS INSURANCE COMPANY
�:� •C�iT��FQ�SEAL -
`•s-.....- ,{ .,: ' '� f '•. a --.:- * iii
`wa•, ,.,.r B y.
State of Ohio ^ k""'' Richard L_ Kinnaird, Jr., National Surety Leader and
County of Medina ss.: Senior Executive
On this 20th day of APRIL A.D., 2011 , before me personally came Richard L. Kinnaird, Jr_ to me known, who, being by me duly
sworn, did depose and say, that he resides'in Medina, Ohio; that he is Senior Executive of WESTFIELD INSURANCE COMPANY, WESTFIELD
NATIONAL INSURANCE COMPANY and OHIO FARMERS INSURANCE COMPANY, the companies described in and which executed the above
instrument; that he knows the seals of said Companies; that the seals affixed to said instrument are such corporate seals; that they were so affixed
by order or the Boards of Directors of said Companies; and that he signed his name thereto by like order.
Notarial �H .......,,,,
Seal A
Affixed
a - -� • William J. Kahelin, A rney at Law, Notary Public
State of Ohio N ,fO My Commission Does Not Expire (Sec. 147.03 Ohio Revised Code)
County or Medina ss.:
.T1 of
I, Frank A. Carrino, Secretary of WESTFIELD INSURANCE COMPANY, WESTFIELD NATIONAL INSURANCE COMPANY and OHIO FARMERS
INSURANCE COMPANY, do hereby certify that the above and foregoing is a true and correct copy of a Power of Attorney, executed by said
Companies, which is still in full force and effect; and furthermore, the resolutions of the Boards of Directors, set out in the Power of Attorney are
in full force and effect.
In Witness Whereor, I have hereunto set my hand and affixed the seals of said Companies at Westfield Center, Ohio, this 24th day of
A D.,
ce �vrca. :i
�t•Sf.+i SE AL yam: y •�i+yIARTERf'0?
e 2 �cn; :rn_ =o:
rp , 184E
q.
i
Secretary
Frank A. Carrine, Secretary
BPOAC2 (combined) (06-02)
O0 43 37
VENDOR COMPLIANCE TO STATE LAW
Page 1 of 1
SECTION 00 43 37
VENDOR COMPLIANCE TO STATE LAW NON RESIDENT BIDDER
Texas Government Code Chapter 2252 was adopted for the award of contracts to nonresident bidders. This law
provides that, in order to be awarded a contract as low bidder, nonresident bidders (out-of-state contractors
whose corporate offices or principal place of business are outside the State of Texas) bid projects for construction,
improvements, supplies or services in Texas at an amount lower than the lowest Texas resident bidder by the
same amount that a Texas resident bidder would be required to underbid a nonresident bidder in order to obtain a
comparable contract in the State which the nonresident's principal place of business is located.
The appropriate blanks in Section A must be filled out by all nonresident bidders in order for your bid to meet
specifications. The failure of nonresident bidders to do so will automatically disqualify that bidder. Resident bidders
must check the box in Section B.
A. Nonresident bidders in the State of , our principal place of business,
are required to be percent lower than resident bidders by State Law. A copy of the
statute is attached.
Nonresident bidders in the State of
are not required to underbid resident bidders.
, our principal place of business,
B. The principal place of business of our company or our parent company or majority owner is
in the State of Texas. X❑
BIDDER:
Independent Utility Construction, Inc.
5109 Sun Valley Drive
Fort Worth, TX 76119
END Of SECTION
gX
d Wolfe
ignature)
Title: President
Date
09-24-19
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Form Revised 20110627 00 41 00_00 43 13_00 42 43_00 43 37_00 45 12_00 35 13_Bid Proposal Workbook.xls
00 45 11 - 1
BIDDERS PREQUALIFICATIONS
Page 1 of 3
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Northstar Section 2, Phase 1
City Project No. 102270
Revised July 1, 2011
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.
00 45 11 - 2
BIDDERS PREQUALIFICATIONS
Page 2 of 3
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Northstar Section 2 Phase 1
City Project No. 102270
Revised July 1, 2011
(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.
00 45 11 - 3
BIDDERS PREQUALIFICATIONS
Page 3 of 3
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Northstar Section 1, Phase 2
City Project No. 102270
Revised July 1, 2011
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
00 45 12
BID FORM
Page 1 of 1
SECTION 00 4512
PREQUALIFICATION STATEMENT
Each Bidder for a City procurement is required to complete the information below by identifying the prequaiified
contractors and/or subcontractors whom they intend to utilize for the major work type(s) listed.
Major Work Type
Contractor/Subcontractor Company Name
Prequalification
Expiration Date
Street Lights
Independent Utility Construction, Inc.
04/03/2021
List work type here or space
List work type here or space
List work type here or space
The undersigned hereby certifies that the contractors and/or subcontractors described in the table above are
currently prequalified for the work types listed.
Independent Utility Construction, Inc.
5109 Sun Valley Drive 79Richa olfe
Fort Worth, TX 76119 4
(Signature)
Title. President
Date- 10 /Z g J 2 o 1
END OF SECTION
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Form Rev sed 20120120 00 41 0000 43 1300 42 4300 43 3700 45 1200 35 13 Bid Proposal Workbook.xls
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
co 45 26 - I
CON,rRAC FOR COMPLIANCE: %k I I'II WORKI.R'S COMPLNSA I -ION LAW
Page I of I
SECTION 00 45 26
CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW
Pursuant to Texas Labor Code Section 406.096(a), as amended, Contractor certifies that it
provides worker's compensation insurance coverage for all of its employees employed on City
Project No. 102270. Contractor further certifies that, pursuant to Texas Labor Code, Section
406.096(b), as amended, it will provide to City its subcontractor's certificates of compliance with
worker's compensation coverage.
CONTRACTOR:
Independent Utility Construction, Inc. By: Richard Wolfe
Company lease Print)
5199 Sun Valley Drive Signature: _
Address
Fort Worth, TX 76119 Title
City/State/Zip
THE STATE OF TEXAS §
COUNTY OFTARRANT §
President
(Please Print)
BEFORE ME, the undersigned authority, on this day personally appeared
Richard Wolfe , known to me to be the person whose name is
subscribed to the foregoing instrument, and acknowledged to me that heishe executed the same as
the act and deed of Independent Utility+ Construction,. Inc_ for the purposes and
consideration therein expressed and in the capacity therein stated.
G "N ER Y HAND A SEAL OF OFFICE this day of
� �,:' � 20
k..� r y
E
ff
",CHRISTINA GARCIAxNotary Public, State of Texas
Comm. Expires 12-20-2020 ry Public in and for the State of Texas
Notary ID 130940785
END OF SECTION
CITY OF FOR I V1 OR 111
STANDARD CON5'rR1UTIONSITCIIICAr1ONDOCI MINTS
Revised April 2 2;J 14
\ortkaar Sccuoo 2 Maw
CI'N 1.122711
Independent Utility Construction, Inc.DocuSign Envelope ID: 8C7EB113-EF38-4C84-BDCB-EDB7B7CB5F8411/20/2019
DocuSign Envelope ID: 8C7EB113-EF38-4C84-BDCB-EDB7B7CB5F84
DocuSign Envelope ID: 8C7EB113-EF38-4C84-BDCB-EDB7B7CB5F84
DocuSign Envelope ID: 8C7EB113-EF38-4C84-BDCB-EDB7B7CB5F8411/20/2019
20thNovember19
20thNovember19
20thNovember19
20thNovember19
20thNovember19
006219-2
MAINTENANCE BOND
Page 2 of 3
Bond No. 049447Y
1 WHEREAS, Principal binds itself to repair or reconstruct the Work in whole or in part
2 upon receiving notice from the Developer and/or City of the need thereof at any time within the
3 Maintenance Period.
4
5 NOW THEREFORE, the condition of this obligation is such that if Principal shall
6 remedy any defective Work, for which timely notice was provided by Developer or City, to a
7 completion satisfactory to the City, then this obligation shall become null and void; otherwise to
8 remain in full force and effect.
9
10 PROVIDED, HOWEVER, if Principal shall fail so to repair or reconstruct any timely
11 noticed defective Work, it is agreed that the Developer or City may cause any and all such
12 defective Work to be repaired and/or reconstructed with all associated costs thereof being borne
13 by the Principal and the Surety under this Maintenance Bond; and
14
15 PROVIDED FURTHER, that if any legal action be filed on this Bond, venue shall lie in
16 Tarrant County, Texas or the United States District Court for the Northern District of Texas, Fort
17 Worth Division; and
18
19 PROVIDED FURTHER, that this obligation shall be continuous in nature and
20 successive recoveries may be had hereon for successive breaches.
21
22
23
CITY OF FORT WORTH Northstar Section 2, Phase 1
STANDARD CITY CONDITIONS - DEVELOPER AWARDED PROJECTS City Project No. 102270
Revised January 3 t, 2012
20thNovember19
IMPORTANT NOTICE
To obtain information or make a r:rfmplaint
You may call Westfield Insurance Company's
and/or Ohio Farmers Insurance Company's
loll -free telephone number for information or to
make a complaint at:
1-800-368-3597
You may also write to Westfield Insurance
Company and/or Ohio Farmers Insurance
Company at:
555 Republic Drive, Suite 450
Plano, Texas 75074-8848
You may contact the Texas Department of
Insurance to obtain information on
companies, coverages, rights or complaints
at:
1-800-252-3439
You may write the Texas Department of
Insurance:
P. O. Box 149104
Austin, TX 78714-9104
Fax: (512) 475-1771
Web: httl2://www.tdi,state.tx.us
E-mail: ConsumerProtectionPtdi.state. tx.us
PREMIUM OR CLAIM DISPUTES:
Should you have a dispute concerning your
premium or about a claim you should
contact the agent or Westfield Insurance
Company and/or Ohio Farmers Insurance
Comapny first. If the dispute is not resolved,
you may contact the Texas Department of
Insurance.
ATTACH THIS NOTICE TO YOUR
POLICY: This notice is for information only
and does not become a part or condition of
the attached document.
AVISO IMPORTANTE
Para obtener informacion o para someter una
queja:
Usted puede Ilamar al numero de tefefono gratis de
Westfield Insurance Company's / Ohio Farmers
Insurance Company's para informacion o para
someter una queja al:
1-800-368-3597
Usted tambien puede escribir a Westfield Insurance
Company / Ohio Farmers Insurance Company:
555 Republic Drive, Suite 450
Plano, Texas 75074-8848
Puede comunicarse con el Departamento de
Seguros de Texas para obtener informacion acerca
de companias, coberturas, derechos o quejas al:
1-800-252-3439
Puede escribir al Departamento de Seguros de
Texas:
P. O. Box 149104
Austin, TX 78714-9104
Fax: (512) 475-1771
Web: http://www.tdi.state.tx.us
E-mail: ConsumerProtection@tdi.slate.tx.us
DISPUTAS SOBRE PRIMAS O RECLAMOS:
Si tiene una disputa concerniente a su prima o a un
reclamo, debe comunicarse con el agenle o
Westfield Insurance Company / Ohio Farmers
Insurance Company primero. Si no se resuelve la
disputa, puede entonces comunicarse con el
departamenlo (TDI).
UNA ESTE AVISO A SU POLIZA: Este aviso es
solo para proposito de informacion y no se
convierte en parte o condicion del documento
adjunto.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revision: February 2, 2016
STANDARD GENERAL CONDITIONS
OF THE CONSTRUCTION CONTRACT
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revision: February 2, 2016
STANDARD GENERAL CONDITIONS OF THE
CONSTRUCTION CONTRACT
TABLE OF CONTENTS
Page
Article 1 – Definitions and Terminology .......................................................................................................... 1
1.01 Defined Terms............................................................................................................................... 1
1.02 Terminology .................................................................................................................................. 6
Article 2 – Preliminary Matters ......................................................................................................................... 7
2.01 Copies of Documents .................................................................................................................... 7
2.02 Commencement of Contract Time; Notice to Proceed ................................................................ 7
2.03 Starting the Work .......................................................................................................................... 8
2.04 Before Starting Construction ........................................................................................................ 8
2.05 Preconstruction Conference.......................................................................................................... 8
2.06 Public Meeting .............................................................................................................................. 8
2.07 Initial Acceptance of Schedules.................................................................................................... 8
Article 3 – Contract Documents: Intent, Amending, Reuse ............................................................................ 8
3.01 Intent.............................................................................................................................................. 8
3.02 Reference Standards...................................................................................................................... 9
3.03 Reporting and Resolving Discrepancies....................................................................................... 9
3.04 Amending and Supplementing Contract Documents................................................................. 10
3.05 Reuse of Documents ................................................................................................................... 10
3.06 Electronic Data............................................................................................................................ 11
Article 4 – Availability of Lands; Subsurface and Physical Conditions; Hazardous Environmental
Conditions; Reference Points........................................................................................................... 11
4.01 Availability of Lands .................................................................................................................. 11
4.02 Subsurface and Physical Conditions .......................................................................................... 12
4.03 Differing Subsurface or Physical Conditions ............................................................................. 12
4.04 Underground Facilities ............................................................................................................... 13
4.05 Reference Points ......................................................................................................................... 14
4.06 Hazardous Environmental Condition at Site .............................................................................. 14
Article 5 – Bonds and Insurance ..................................................................................................................... 16
5.01 Licensed Sureties and Insurers ................................................................................................... 16
5.02 Performance, Payment, and Maintenance Bonds....................................................................... 16
5.03 Certificates of Insurance ............................................................................................................. 16
5.04 Contractor’s Insurance ................................................................................................................ 18
5.05 Acceptance of Bonds and Insurance; Option to Replace........................................................... 19
Article 6 – Contractor’s Responsibilities ........................................................................................................ 19
6.01 Supervision and Superintendence............................................................................................... 19
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revision: February 2, 2016
6.02 Labor; Working Hours ................................................................................................................ 20
6.03 Services, Materials, and Equipment ........................................................................................... 20
6.04 Project Schedule.......................................................................................................................... 21
6.05 Substitutes and “Or-Equals” ....................................................................................................... 21
6.06 Concerning Subcontractors, Suppliers, and Others.................................................................... 24
6.07 Wage Rates.................................................................................................................................. 25
6.08 Patent Fees and Royalties ........................................................................................................... 26
6.09 Permits and Utilities.................................................................................................................... 27
6.10 Laws and Regulations ................................................................................................................. 27
6.11 Taxes ........................................................................................................................................... 28
6.12 Use of Site and Other Areas ....................................................................................................... 28
6.13 Record Documents...................................................................................................................... 29
6.14 Safety and Protection .................................................................................................................. 29
6.15 Safety Representative.................................................................................................................. 30
6.16 Hazard Communication Programs ............................................................................................. 30
6.17 Emergencies and/or Rectification............................................................................................... 30
6.18 Submittals.................................................................................................................................... 31
6.19 Continuing the Work................................................................................................................... 32
6.20 Contractor’s General Warranty and Guarantee .......................................................................... 32
6.21 Indemnification ......................................................................................................................... 33
6.22 Delegation of Professional Design Services .............................................................................. 34
6.23 Right to Audit.............................................................................................................................. 34
6.24 Nondiscrimination....................................................................................................................... 35
Article 7 – Other Work at the Site................................................................................................................... 35
7.01 Related Work at Site ................................................................................................................... 35
7.02 Coordination................................................................................................................................ 36
Article 8 – City’s Responsibilities................................................................................................................... 36
8.01 Communications to Contractor................................................................................................... 36
8.02 Furnish Data ................................................................................................................................ 36
8.03 Pay When Due ............................................................................................................................ 36
8.04 Lands and Easements; Reports and Tests................................................................................... 36
8.05 Change Orders............................................................................................................................. 36
8.06 Inspections, Tests, and Approvals .............................................................................................. 36
8.07 Limitations on City’s Responsibilities ....................................................................................... 37
8.08 Undisclosed Hazardous Environmental Condition .................................................................... 37
8.09 Compliance with Safety Program............................................................................................... 37
Article 9 – City’s Observation Status During Construction ........................................................................... 37
9.01 City’s Project Manager ……...................................................................................................... 37
9.02 Visits to Site ................................................................................................................................ 37
9.03 Authorized Variations in Work .................................................................................................. 38
9.04 Rejecting Defective Work .......................................................................................................... 38
9.05 Determinations for Work Performed .......................................................................................... 38
9.06 Decisions on Requirements of Contract Documents and Acceptability of Work ..................... 38
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revision: February 2, 2016
Article 10 – Changes in the Work; Claims; Extra Work ................................................................................ 38
10.01 Authorized Changes in the Work ............................................................................................... 38
10.02 Unauthorized Changes in the Work ........................................................................................... 39
10.03 Execution of Change Orders....................................................................................................... 39
10.04 Extra Work .................................................................................................................................. 39
10.05 Notification to Surety.................................................................................................................. 39
10.06 Contract Claims Process ............................................................................................................. 40
Article 11 – Cost of the Work; Allowances; Unit Price Work; Plans Quantity Measurement...................... 41
11.01 Cost of the Work ......................................................................................................................... 41
11.02 Allowances .................................................................................................................................. 43
11.03 Unit Price Work .......................................................................................................................... 44
11.04 Plans Quantity Measurement ...................................................................................................... 45
Article 12 – Change of Contract Price; Change of Contract Time................................................................. 46
12.01 Change of Contract Price ............................................................................................................ 46
12.02 Change of Contract Time............................................................................................................ 47
12.03 Delays .......................................................................................................................................... 47
Article 13 – Tests and Inspections; Correction, Removal or Acceptance of Defective Work ...................... 48
13.01 Notice of Defects ........................................................................................................................ 48
13.02 Access to Work ........................................................................................................................... 48
13.03 Tests and Inspections .................................................................................................................. 48
13.04 Uncovering Work........................................................................................................................ 49
13.05 City May Stop the Work ............................................................................................................. 49
13.06 Correction or Removal of Defective Work ................................................................................ 50
13.07 Correction Period ........................................................................................................................ 50
13.08 Acceptance of Defective Work................................................................................................... 51
13.09 City May Correct Defective Work ............................................................................................. 51
Article 14 – Payments to Contractor and Completion .................................................................................... 52
14.01 Schedule of Values...................................................................................................................... 52
14.02 Progress Payments ...................................................................................................................... 52
14.03 Contractor’s Warranty of Title ................................................................................................... 54
14.04 Partial Utilization ........................................................................................................................ 55
14.05 Final Inspection ........................................................................................................................... 55
14.06 Final Acceptance......................................................................................................................... 55
14.07 Final Payment.............................................................................................................................. 56
14.08 Final Completion Delayed and Partial Retainage Release ........................................................ 56
14.09 Waiver of Claims ........................................................................................................................ 57
Article 15 – Suspension of Work and Termination ........................................................................................ 57
15.01 City May Suspend Work............................................................................................................. 57
15.02 City May Terminate for Cause ................................................................................................... 58
15.03 City May Terminate For Convenience ....................................................................................... 60
Article 16 – Dispute Resolution ...................................................................................................................... 61
16.01 Methods and Procedures ............................................................................................................. 61
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revision: February 2, 2016
Article 17 – Miscellaneous .............................................................................................................................. 62
17.01 Giving Notice .............................................................................................................................. 62
17.02 Computation of Times ................................................................................................................ 62
17.03 Cumulative Remedies ................................................................................................................. 62
17.04 Survival of Obligations ............................................................................................................... 63
17.05 Headings...................................................................................................................................... 63
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revision: February 2, 2016
00 72 00 - 1
GENERAL CONDITIONS
Page 1 of 63
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. Addenda—Written or graphic instruments issued prior to the opening of Bids which clarify,
correct, or change the Bidding Requirements or the proposed Contract Documents.
2. Agreement—The written instrument which is evidence of the agreement between City and
Contractor covering the Work.
3. Application for Payment—The form acceptable to City which is to be used by Contractor
during the course of the Work in requesting progress or final payments and which is to be
accompanied by such supporting documentation as is required by the Contract Documents.
4. 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.
5. Award – Authorization by the City Council for the City to enter into an Agreement.
6. Bid—The offer or proposal of a Bidder submitted on the prescribed form setting forth the
prices for the Work to be performed.
7. Bidder—The individual or entity who submits a Bid directly to City.
8. Bidding Documents—The Bidding Requirements and the proposed Contract Documents
(including all Addenda).
9. Bidding Requirements—The advertisement or Invitation to Bid, Instructions to Bidders, Bid
security of acceptable form, if any, and the Bid Form with any supplements.
10. 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.
11. Buzzsaw – City’s on-line, electronic document management and collaboration system.
12. Calendar Day – A day consisting of 24 hours measured from midnight to the next midnight.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revision: February 2, 2016
00 72 00 - 1
GENERAL CONDITIONS
Page 2 of 63
13. Change Order—A document, which is prepared and approved by the City, which is signed
by Contractor 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.
14. City— The City of Fort Worth, Texas, a home-rule municipal corporation, authorized and
chartered under the Texas State Statutes, acting by its governing body through its City
Manager, his designee, or agents authorized under his behalf, each of which is required by
Charter to perform specific duties with responsibility for final enforcement of the contracts
involving the City of Fort Worth is by Charter vested in the City Manager and is the entity
with whom Contractor has entered into the Agreement and for whom the Work is to be
performed.
15. City Attorney – The officially appointed City Attorney of the City of Fort Worth, Texas, or
his duly authorized representative.
16. City Council - The duly elected and qualified governing body of the City of Fort Worth,
Texas.
17. City Manager – The officially appointed and authorized City Manager of the City of Fort
Worth, Texas, or his duly authorized representative.
18. Contract Claim—A demand or assertion by City or Contractor seeking an adjustment of
Contract Price or Contract Time, or both, or other relief with respect to the terms of the
Contract. A demand for money or services by a third party is not a Contract Claim.
19. Contract—The entire and integrated written document between the City and Contractor
concerning the Work. The Contract contains the Agreement and all Contract Documents and
supersedes prior negotiations, representations, or agreements, whether written or oral.
20. Contract Documents—Those items so designated in the Agreement. All items listed in the
Agreement are Contract Documents. Approved Submittals, other Contractor submittals, and
the reports and drawings of subsurface and physical conditions are not Contract Documents.
21. Contract Price—The moneys payable by City to Contractor for completion of the Work in
accordance with the Contract Documents as stated in the Agreement (subject to the
provisions of Paragraph 11.03 in the case of Unit Price Work).
22. Contract Time—The number of days or the dates stated in the Agreement to: (i) achieve
Milestones, if any and (ii) complete the Work so that it is ready for Final Acceptance.
23. Contractor—The individual or entity with whom City has entered into the Agreement.
24. Cost of the Work—See Paragraph 11.01 of these General Conditions for definition.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revision: February 2, 2016
00 72 00 - 1
GENERAL CONDITIONS
Page 3 of 63
25. Damage Claims – A demand for money or services arising from the Project or Site from a
third party, City or Contractor exclusive of a Contract Claim.
26. Day or day – A day, unless otherwise defined, shall mean a Calendar Day.
27. Director of Aviation – The officially appointed Director of the Aviation Department of the
City of Fort Worth, Texas, or his duly appointed representative, assistant, or agents.
28. Director of Parks and Community Services – The officially appointed Director of the Parks
and Community Services Department of the City of Fort Worth, Texas, or his duly appointed
representative, assistant, or agents.
29. Director of Planning and Development – The officially appointed Director of the Planning
and Development Department of the City of Fort Worth, Texas, or his duly appointed
representative, assistant, or agents.
30. Director of Transportation Public Works – The officially appointed Director of the
Transportation Public Works Department of the City of Fort Worth, Texas, or his duly
appointed representative, assistant, or agents.
31. Director of Water Department – The officially appointed Director of the Water Department
of the City of Fort Worth, Texas, or his duly appointed representative, assistant, or agents.
32. 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.
33. Effective Date of the Agreement—The date indicated in the Agreement on which it becomes
effective, but if no such date is indicated, it means the date on which the Agreement is signed
and delivered by the last of the two parties to sign and deliver.
34. Engineer—The licensed professional engineer or engineering firm registered in the State of
Texas performing professional services for the City.
35. Extra Work – Additional work made necessary by changes or alterations of the Contract
Documents or of quantities or for other reasons for which no prices are provided in the
Contract Documents. Extra work shall be part of the Work.
36. Field Order — A written order issued by City which requires changes in the Work but which
does not involve a change in the Contract Price, Contract Time, or the intent of the Engineer.
Field Orders are paid from Field Order Allowances incorporated into the Contract by funded
work type at the time of award.
37. Final Acceptance – The written notice given by the City to the Contractor that the Work
specified in the Contract Documents has been completed to the satisfaction of the City.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revision: February 2, 2016
00 72 00 - 1
GENERAL CONDITIONS
Page 4 of 63
38. 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.
39. General Requirements—Sections of Division 1 of the Contract Documents.
40. Hazardous Environmental Condition—The presence at the Site of Asbestos, PCBs,
Petroleum, Hazardous Waste, Radioactive Material, or other materials in such quantities or
circumstances that may present a substantial danger to persons or property exposed thereto.
41. Hazardous Waste—Hazardous waste is defined as any solid waste listed as hazardous or
possesses one or more hazardous characteristics as defined in the federal waste regulations,
as amended from time to time.
42. 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.
43. Liens—Charges, security interests, or encumbrances upon Project funds, real property, or
personal property.
44. Major Item – An Item of work included in the Contract Documents that has a total cost equal
to or greater than 5% of the original Contract Price or $25,000 whichever is less.
45. Milestone—A principal event specified in the Contract Documents relating to an intermediate
Contract Time prior to Final Acceptance of the Work.
46. Notice of Award—The written notice by City to the Successful Bidder stating that upon
timely compliance by the Successful Bidder with the conditions precedent listed therein, City
will sign and deliver the Agreement.
47. Notice to Proceed—A written notice given by City to Contractor fixing the date on which the
Contract Time will commence to run and on which Contractor shall start to perform the
Work specified in Contract Documents.
48. PCBs—Polychlorinated biphenyls.
49. Petroleum—Petroleum, including crude oil or any fraction thereof which is liquid at standard
conditions of temperature and pressure (60 degrees Fahrenheit and 14.7 pounds per square
inch absolute), such as oil, petroleum, fuel oil, oil sludge, oil refuse, gasoline, kerosene, and
oil mixed with other non-Hazardous Waste and crude oils.
50. Plans – See definition of Drawings.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revision: February 2, 2016
00 72 00 - 1
GENERAL CONDITIONS
Page 5 of 63
51. 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.
52. Project—The Work to be performed under the Contract Documents.
53. Project Manager—The authorized representative of the City who will be assigned to the
Site.
54. Public Meeting – An announced meeting conducted by the City to facilitate public
participation and to assist the public in gaining an informed view of the Project.
55. Radioactive Material—Source, special nuclear, or byproduct material as defined by the
Atomic Energy Act of 1954 (42 USC Section 2011 et seq.) as amended from time to time.
56. Regular Working Hours – Hours beginning at 7:00 a.m. and ending at 6:00 p.m., Monday
thru Friday (excluding legal holidays).
57. 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.
58. 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.
59. Schedule of Values—A schedule, prepared and maintained by Contractor, allocating portions
of the Contract Price to various portions of the Work and used as the basis for reviewing
Contractor’s Applications for Payment.
60. Site—Lands or areas indicated in the Contract Documents as being furnished by City 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 which are designated for the use of
Contractor.
61. 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.
62. 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.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revision: February 2, 2016
00 72 00 - 1
GENERAL CONDITIONS
Page 6 of 63
63. 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.
64. Successful Bidder—The Bidder submitting the lowest and most responsive Bid to whom City
makes an Award.
65. Superintendent – The representative of the Contractor who is available at all times and able
to receive instructions from the City and to act for the Contractor.
66. Supplementary Conditions—That part of the Contract Documents which amends or
supplements these General Conditions.
67. 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.
68. 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.
69. Unit Price Work—See Paragraph 11.03 of these General Conditions for definition.
70. 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.
71. 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 Change Order or Field Order, and furnishing, installing, and incorporating all
materials and equipment into such construction, all as required by the Contract Documents.
72. 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 E are not defined but, when used in
the Bidding Requirements or Contract Documents, have the indicated meaning.
B. Intent of Certain Terms or Adjectives:
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revision: February 2, 2016
00 72 00 - 1
GENERAL CONDITIONS
Page 7 of 63
1. The Contract Documents include the terms “as allowed,” “as approved,” “as ordered,” “as
directed” or terms of like effect or import to authorize an exercise of judgment by City. In
addition, the adjectives “reasonable,” “suitable,” “acceptable,” “proper,” “satisfactory,” or
adjectives of like effect or import are used to describe an action or determination of City as to
the Work. It is intended that such exercise of professional judgment, action, or determination
will be solely to evaluate, in general, the Work for compliance with the information in the
Contract Documents and with the design concept of the Project as a functioning whole as
shown or indicated in the Contract Documents (unless there is a specific statement indicating
otherwise).
C. 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.
D. 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.
E. 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.
ARTICLE 2 – PRELIMINARY MATTERS
2.01 Copies of Documents
City shall furnish to Contractor one (1) original executed copy and one (1) electronic copy of the
Contract Documents, and four (4) additional copies of the Drawings. Additional copies will be
furnished upon request at the cost of reproduction.
2.02 Commencement of Contract Time; Notice to Proceed
The Contract Time will commence to run on the day indicated in the Notice to Proceed. A Notice to
Proceed may be given at any time within 14 days after the Effective Date of the Agreement.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revision: February 2, 2016
00 72 00 - 1
GENERAL CONDITIONS
Page 8 of 63
2.03 Starting the Work
Contractor shall start to perform the Work on the date when the Contract Time commences to run.
No Work shall be done at the Site prior to the date on which the Contract Time commences to run.
2.04 Before Starting Construction
Baseline Schedules: Submit in accordance with the Contract Documents, and prior to starting the
Work.
2.05 Preconstruction Conference
Before any Work at the Site is started, the Contractor shall attend a Preconstruction Conference as
specified in the Contract Documents.
2.06 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.
2.07 Initial Acceptance of Schedules
No progress payment shall be made to Contractor until acceptable schedules are submitted to City in
accordance with the Schedule Specification as provided in the Contract Documents.
ARTICLE 3 – CONTRACT DOCUMENTS: INTENT, AMENDING, REUSE
3.01 Intent
A. The Contract Documents are complementary; what is required by one is as binding as if required
by all.
B. It is the intent of the Contract Documents to describe a functionally complete project (or part
thereof) to be constructed in accordance with the Contract Documents. Any labor,
documentation, services, materials, or equipment that reasonably may be inferred from the
Contract Documents or from prevailing custom or trade usage as being required to produce the
indicated result will be provided whether or not specifically called for, at no additional cost to
City.
C. Clarifications and interpretations of the Contract Documents shall be issued by City.
D. The Specifications may vary in form, format and style. Some Specification sections may be
written in varying degrees of streamlined or declarative style and some sections may be
relatively narrative by comparison. Omission of such words and phrases as “the Contractor
shall,” “in conformity with,” “as shown,” or “as specified” are intentional in streamlined
sections. Omitted words and phrases shall be supplied by inference. Similar types of provisions
may appear in various parts of a section or articles within a part depending on the format of the
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revision: February 2, 2016
00 72 00 - 1
GENERAL CONDITIONS
Page 9 of 63
section. The Contractor shall not take advantage of any variation of form, format or style in
making Contract Claims.
E. The cross referencing of specification sections under the subparagraph heading “Related
Sections include but are not necessarily limited to:” and elsewhere within each Specification
section is provided as an aid and convenience to the Contractor. The Contractor shall not rely on
the cross referencing provided and shall be responsible to coordinate the entire Work under the
Contract Documents and provide a complete Project whether or not the cross referencing is
provided in each section or whether or not the cross referencing is complete.
3.02 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 of any such standard, specification, manual, or code, or any instruction of a
Supplier, shall be effective to change the duties or responsibilities of City, Contractor, or any
of their subcontractors, consultants, agents, or employees, from those set forth in the Contract
Documents. No such 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.
3.03 Reporting and Resolving Discrepancies
A. Reporting Discrepancies:
1. Contractor’s Review of Contract Documents Before Starting Work: Before undertaking each
part of the Work, Contractor shall carefully study and compare the Contract Documents and
check and verify pertinent figures therein against all applicable field measurements and
conditions. Contractor shall promptly report in writing to City any conflict, error, ambiguity,
or discrepancy which Contractor discovers, or has actual knowledge of, and shall obtain a
written interpretation or clarification from City before proceeding with any Work affected
thereby.
2. Contractor’s Review of Contract Documents During Performance of Work: If, during the
performance of the Work, Contractor discovers any conflict, error, ambiguity, or discrepancy
within the Contract Documents, or between the Contract Documents and (a) any applicable
Law or Regulation , (b) any standard, specification, manual, or code, or (c) any instruction of
any Supplier, then Contractor shall promptly report it to City in writing. Contractor shall not
proceed with the Work affected thereby (except in an emergency as required by Paragraph
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revision: February 2, 2016
00 72 00 - 1
GENERAL CONDITIONS
Page 10 of 63
6.17.A) until an amendment or supplement to the Contract Documents has been issued by
one of the methods indicated in Paragraph 3.04.
3. Contractor shall not be liable to City for failure to report any conflict, error, ambiguity, or
discrepancy in the Contract Documents unless Contractor had actual knowledge thereof.
B. Resolving Discrepancies:
1. Except as may be otherwise specifically stated in the Contract Documents, the provisions of
the Contract Documents shall take precedence in resolving any conflict, error, ambiguity, or
discrepancy between the provisions of the Contract Documents and the provisions of any
standard, specification, manual, or the instruction of any Supplier (whether or not specifically
incorporated by reference in the Contract Documents).
2. In case of discrepancies, figured dimensions shall govern over scaled dimensions, Plans shall
govern over Specifications, Supplementary Conditions shall govern over General Conditions
and Specifications, and quantities shown on the Plans shall govern over those shown in the
proposal.
3.04 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 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;
2. City’s review of a Submittal (subject to the provisions of Paragraph 6.18.C); or
3. City’s written interpretation or clarification.
3.05 Reuse of Documents
A. Contractor and any Subcontractor or Supplier shall not:
1. have or acquire any title to or ownership rights in any of the Drawings, Specifications, or
other documents (or copies of any thereof) prepared by or bearing the seal of Engineer,
including electronic media editions; or
2. reuse any such Drawings, Specifications, other documents, or copies thereof on extensions of
the Project or any other project without written consent of City and specific written
verification or adaptation by Engineer.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revision: February 2, 2016
00 72 00 - 1
GENERAL CONDITIONS
Page 11 of 63
B. The prohibitions of this Paragraph 3.05 will survive final payment, or termination of the
Contract. Nothing herein shall preclude Contractor from retaining copies of the Contract
Documents for record purposes.
3.06 Electronic Data
A. Unless otherwise stated in the Supplementary Conditions, the data furnished by City or Engineer
to Contractor, or by Contractor to City or Engineer, that may be relied upon are limited to the
printed copies included in the Contract Documents (also known as hard copies) and other
Specifications referenced and located on the City’s Buzzsaw site. Files in electronic media
format of text, data, graphics, or other types are furnished only for the convenience of the
receiving party. Any conclusion or information obtained or derived from such electronic files
will be at the user’s sole risk. If there is a discrepancy between the electronic files and the hard
copies, the hard copies govern.
B. When transferring documents in electronic media format, the transferring party makes no
representations as to long term compatibility, usability, or readability of documents resulting
from the use of software application packages, operating systems, or computer hardware
differing from those used by the data’s creator.
ARTICLE 4 – AVAILABILITY OF LANDS; SUBSURFACE AND PHYSICAL CONDITIONS;
HAZARDOUS ENVIRONMENTAL CONDITIONS; REFERENCE POINTS
4.01 Availability of Lands
A. City shall furnish the Site. City shall notify Contractor of any encumbrances or restrictions not of
general application but specifically related to use of the Site with which Contractor must comply
in performing the Work. City will obtain in a timely manner and pay for easements for
permanent structures or permanent changes in existing facilities.
1. The City has obtained or anticipates acquisition of and/or access to right-of-way, and/or
easements. Any outstanding right-of-way and/or easements are anticipated to be acquired in
accordance with the schedule set forth in the Supplementary Conditions. The Project
Schedule submitted by the Contractor in accordance with the Contract Documents must
consider any outstanding right-of-way, and/or easements.
2. The City has or anticipates removing and/or relocating utilities, and obstructions to the Site.
Any outstanding removal or relocation of utilities or obstructions is anticipated in accordance
with the schedule set forth in the Supplementary Conditions. The Project Schedule submitted
by the Contractor in accordance with the Contract Documents must consider any outstanding
utilities or obstructions to be removed, adjusted, and/or relocated by others.
B. Upon reasonable written request, City shall furnish Contractor with a current statement of record
legal title and legal description of the lands upon which the Work is to be performed.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revision: February 2, 2016
00 72 00 - 1
GENERAL CONDITIONS
Page 12 of 63
C. Contractor shall provide for all additional lands and access thereto that may be required for
construction facilities or storage of materials and equipment.
4.02 Subsurface and Physical Conditions
A. Reports and Drawings: The Supplementary Conditions identify:
1. those reports known to City of explorations and tests of subsurface conditions at or
contiguous to the Site; and
2. those drawings known to City of physical conditions relating to existing surface or
subsurface structures at the Site (except Underground Facilities).
B. Limited Reliance by Contractor on Technical Data Authorized: Contractor may rely upon the
accuracy of the “technical data” contained in such reports and drawings, but such reports and
drawings are not Contract Documents. Such “technical data” is identified in the Supplementary
Conditions. Contractor may not make any Contract Claim against City, or any of their officers,
directors, members, partners, employees, agents, consultants, or subcontractors with respect to:
1. the completeness of such reports and drawings for Contractor’s purposes, including, but not
limited to, any aspects of the means, methods, techniques, sequences, and procedures of
construction to be employed by Contractor, and safety precautions and programs incident
thereto; or
2. other data, interpretations, opinions, and information contained in such reports or shown or
indicated in such drawings; or
3. any Contractor interpretation of or conclusion drawn from any “technical data” or any such
other data, interpretations, opinions, or information.
4.03 Differing Subsurface or Physical Conditions
A. Notice: If Contractor believes that any subsurface or physical condition that is uncovered or
revealed either:
1. is of such a nature as to establish that any “technical data” on which Contractor is entitled to
rely as provided in Paragraph 4.02 is materially inaccurate; or
2. is of such a nature as to require a change in the Contract Documents; or
3. differs materially from that shown or indicated in the Contract Documents; or
4. is of an unusual nature, and differs materially from conditions ordinarily encountered and
generally recognized as inherent in work of the character provided for in the Contract
Documents;
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revision: February 2, 2016
00 72 00 - 1
GENERAL CONDITIONS
Page 13 of 63
then Contractor shall, promptly after becoming aware thereof and before further disturbing the
subsurface or physical conditions or performing any Work in connection therewith (except in an
emergency as required by Paragraph 6.17.A), notify City in writing about such condition.
B. Possible Price and Time Adjustments
Contractor shall not be entitled to any adjustment in the Contract Price or Contract Time if:
1. Contractor knew of the existence of such conditions at the time Contractor made a final
commitment to City with respect to Contract Price and Contract Time by the submission of a
Bid or becoming bound under a negotiated contract; or
2. the existence of such condition could reasonably have been discovered or revealed as a result
of the examination of the Contract Documents or the Site; or
3. Contractor failed to give the written notice as required by Paragraph 4.03.A.
4.04 Underground Facilities
A. Shown or Indicated: The information and data shown or indicated in the Contract Documents
with respect to existing Underground Facilities at or contiguous to the Site is based on
information and data furnished to City or Engineer by the owners of such Underground
Facilities, including City, or by others. Unless it is otherwise expressly provided in the
Supplementary Conditions:
1. City and Engineer shall not be responsible for the accuracy or completeness of any such
information or data provided by others; and
2. the cost of all of the following will be included in the Contract Price, and Contractor shall
have full responsibility for:
a. reviewing and checking all such information and data;
b. locating all Underground Facilities shown or indicated in the Contract Documents;
c. coordination and adjustment of the Work with the owners of such Underground
Facilities, including City, during construction; and
d. the safety and protection of all such Underground Facilities and repairing any damage
thereto resulting from the Work.
B. Not Shown or Indicated:
1. If an Underground Facility which conflicts with the Work is uncovered or revealed at or
contiguous to the Site which was not shown or indicated, or not shown or indicated with
reasonable accuracy in the Contract Documents, Contractor shall, promptly after becoming
aware thereof and before further disturbing conditions affected thereby or performing any
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revision: February 2, 2016
00 72 00 - 1
GENERAL CONDITIONS
Page 14 of 63
Work in connection therewith (except in an emergency as required by Paragraph 6.17.A),
identify the owner of such Underground Facility and give notice to that owner and to City.
City will review the discovered Underground Facility and determine the extent, if any, to
which a change may be required in the Contract Documents to reflect and document the
consequences of the existence or location of the Underground Facility. Contractor shall be
responsible for the safety and protection of such discovered Underground Facility.
2. If City concludes that a change in the Contract Documents is required, a Change Order may
be issued to reflect and document such consequences.
3. Verification of existing utilities, structures, and service lines shall include notification of all
utility companies a minimum of 48 hours in advance of construction including exploratory
excavation if necessary.
4.05 Reference Points
A. City shall provide engineering surveys to establish reference points for construction, which in
City’s judgment are necessary to enable Contractor to proceed with the Work. City will provide
construction stakes or other customary method of marking to establish line and grades for
roadway and utility construction, centerlines and benchmarks for bridgework. Contractor shall
protect and preserve the established reference points and property monuments, and shall make no
changes or relocations. Contractor shall report to City whenever any reference point or property
monument is lost or destroyed or requires relocation because of necessary changes in grades or
locations. The City shall be responsible for the replacement or relocation of reference points or
property monuments not carelessly or willfully destroyed by the Contractor. The Contractor shall
notify City in advance and with sufficient time to avoid delays.
B. Whenever, in the opinion of the City, any reference point or monument has been carelessly or
willfully destroyed, disturbed, or removed by the Contractor or any of his employees, the full
cost for replacing such points plus 25% will be charged against the Contractor, and the full
amount will be deducted from payment due the Contractor.
4.06 Hazardous Environmental Condition at Site
A. Reports and Drawings: The Supplementary Conditions identify those reports and drawings
known to City relating to Hazardous Environmental Conditions that have been identified at the
Site.
B. Limited Reliance by Contractor on Technical Data Authorized: Contractor may rely upon the
accuracy of the “technical data” contained in such reports and drawings, but such reports and
drawings are not Contract Documents. Such “technical data” is identified in the Supplementary
Conditions. Contractor may not make any Contract Claim against City, or any of their officers,
directors, members, partners, employees, agents, consultants, or subcontractors with respect to:
1. the completeness of such reports and drawings for Contractor’s purposes, including, but not
limited to, any aspects of the means, methods, techniques, sequences and procedures of
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revision: February 2, 2016
00 72 00 - 1
GENERAL CONDITIONS
Page 15 of 63
construction to be employed by Contractor and safety precautions and programs incident
thereto; or
2. other data, interpretations, opinions and information contained in such reports or shown or
indicated in such drawings; or
3. any Contractor interpretation of or conclusion drawn from any “technical data” or any such
other data, interpretations, opinions or information.
C. Contractor shall not be responsible for any Hazardous Environmental Condition uncovered or
revealed at the Site which was not shown or indicated in Drawings or Specifications or identified
in the Contract Documents to be within the scope of the Work. Contractor shall be responsible
for a Hazardous Environmental Condition created with any materials brought to the Site by
Contractor, Subcontractors, Suppliers, or anyone else for whom Contractor is responsible.
D. If Contractor encounters a Hazardous Environmental Condition or if Contractor or anyone for
whom Contractor is responsible creates a Hazardous Environmental Condition, Contractor shall
immediately: (i) secure or otherwise isolate such condition; (ii) stop all Work in connection with
such condition and in any area affected thereby (except in an emergency as required by
Paragraph 6.17.A); and (iii) notify City (and promptly thereafter confirm such notice in writing).
City may consider the necessity to retain a qualified expert to evaluate such condition or take
corrective action, if any.
E. Contractor shall not be required to resume Work in connection with such condition or in any
affected area until after City has obtained any required permits related thereto and delivered
written notice to Contractor: (i) specifying that such condition and any affected area is or has
been rendered suitable for the resumption of Work; or (ii) specifying any special conditions
under which such Work may be resumed.
F. If after receipt of such written notice Contractor does not agree to resume such Work based on a
reasonable belief it is unsafe, or does not agree to resume such Work under such special
conditions, then City may order the portion of the Work that is in the area affected by such
condition to be deleted from the Work. City may have such deleted portion of the Work
performed by City’s own forces or others.
G. 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 a Hazardous
Environmental Condition created by Contractor or by anyone for whom Contractor is
responsible. Nothing in this Paragraph 4.06.G shall obligate Contractor to indemnify any
individual or entity from and against the consequences of that individual’s or entity’s own
negligence.
H. The provisions of Paragraphs 4.02, 4.03, and 4.04 do not apply to a Hazardous Environmental
Condition uncovered or revealed at the Site.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revision: February 2, 2016
00 72 00 - 1
GENERAL CONDITIONS
Page 16 of 63
ARTICLE 5 – BONDS AND INSURANCE
5.01 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 coverages so required.
Such surety and insurance companies shall also meet such additional requirements and qualifications
as may be provided in the Supplementary Conditions.
5.02 Performance, Payment, and Maintenance Bonds
A. Contractor shall furnish performance and payment bonds, 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 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 5.02.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 5.01 and 5.02.C.
5.03 Certificates of Insurance
Contractor shall deliver to City, with copies to each additional insured and loss payee identified in
the Supplementary 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.
1. The certificate of insurance shall document the City, and all identified entities named in the
Supplementary Conditions as “Additional Insured” on all liability policies.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revision: February 2, 2016
00 72 00 - 1
GENERAL CONDITIONS
Page 17 of 63
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 the Supplementary
Conditions
6. 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.
7. 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.
8. 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.
9. 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%.
10. Any self-insured retention (SIR), in excess of $25,000.00, affecting required insurance
coverage shall be approved by the City in regards to asset value and stockholders' equity. In
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revision: February 2, 2016
00 72 00 - 1
GENERAL CONDITIONS
Page 18 of 63
lieu of traditional insurance, alternative coverage maintained through insurance pools or risk
retention groups, must also be approved by City.
11. 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.
12. 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.
13. 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.
14. City shall not be responsible for the direct payment of insurance premium costs for
Contractor’s insurance.
5.04 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.
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
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revision: February 2, 2016
00 72 00 - 1
GENERAL CONDITIONS
Page 19 of 63
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.
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 (if identified in the Supplementary
Conditions).
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.
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 requirements identified in the
Supplementary Conditions.
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.
5.05 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 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 City may
reasonably request. If Contractor does not purchase or maintain all of the bonds and insurance
required by the Contract Documents, the 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 6 – CONTRACTOR’S RESPONSIBILITIES
6.01 Supervision and Superintendence
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
Work in accordance with the Contract Documents. Contractor shall be solely responsible for the
means, methods, techniques, sequences, and procedures of construction.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revision: February 2, 2016
00 72 00 - 1
GENERAL CONDITIONS
Page 20 of 63
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.
6.02 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.
6.03 Services, Materials, and Equipment
A. Unless otherwise specified in the Contract Documents, Contractor shall provide and assume full
responsibility for all services, materials, equipment, labor, transportation, construction equipment
and machinery, tools, appliances, fuel, power, light, heat, telephone, water, sanitary facilities,
temporary facilities, and all other facilities and incidentals necessary for the performance,
Contractor required testing, start-up, and completion of the Work.
B. All materials and equipment incorporated into the Work shall be as specified or, if not specified,
shall be of good quality and new, except as otherwise provided in the Contract Documents. All
special warranties and guarantees required by the Specifications shall expressly run to the benefit
of City. If required by City, Contractor shall furnish satisfactory evidence (including reports of
required tests) as to the source, kind, and quality of materials and equipment.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revision: February 2, 2016
00 72 00 - 1
GENERAL CONDITIONS
Page 21 of 63
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.
D. All items of standard equipment to be incorporated into the Work shall be the latest model at the
time of bid, unless otherwise specified.
6.04 Project Schedule
A. Contractor shall adhere to the Project Schedule established in accordance with Paragraph 2.07
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 2.07 and
the General Requirements) proposed adjustments in the Project Schedule that will not result
in changing the Contract Time. Such adjustments will comply with any provisions of the
General Requirements applicable thereto.
2. Contractor shall submit to City a monthly Project Schedule with a monthly progress payment
for the duration of the Contract in accordance with the schedule specification 01 32 16.
3. Proposed adjustments in the Project Schedule that will change the Contract Time shall be
submitted in accordance with the requirements of Article 12. Adjustments in Contract Time
may only be made by a Change Order.
6.05 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 6.05.A.1, a proposed item of
material or equipment will be considered functionally equal to an item so named if:
a. the City determines that:
1) it is at least equal in materials of construction, quality, durability, appearance,
strength, and design characteristics;
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revision: February 2, 2016
00 72 00 - 1
GENERAL CONDITIONS
Page 22 of 63
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
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 6.05.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:
a) perform adequately the functions and achieve the results called for by the general
design;
b) be similar in substance to that specified;
c) be suited to the same use as that specified; and
2) will state:
a) the extent, if any, to which the use of the proposed substitute item will prejudice
Contractor’s achievement of final completion on time;
b) 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;
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revision: February 2, 2016
00 72 00 - 1
GENERAL CONDITIONS
Page 23 of 63
c) 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:
a) all variations of the proposed substitute item from that specified;
b) available engineering, sales, maintenance, repair, and replacement services; and
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 6.05.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 6.05.A and 6.05.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 6.05.A.2 and 6.05.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 (or in the
provisions of any other direct contract with City) resulting from the acceptance of each proposed
substitute.
F. Contractor’s Expense: Contractor shall provide all data in support of any proposed substitute or
“or-equal” at Contractor’s expense.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revision: February 2, 2016
00 72 00 - 1
GENERAL CONDITIONS
Page 24 of 63
G. City Substitute Reimbursement: Costs (savings or charges) attributable to acceptance of a
substitute shall be incorporated to the Contract by Change Order.
H. Time Extensions: No additional time will be granted for substitutions.
6.06 Concerning Subcontractors, Suppliers, and Others
A. Contractor shall perform with his own organization, work of a value not less than 35% of the
value embraced on the Contract, unless otherwise approved by the City.
B. Contractor shall not employ any Subcontractor, Supplier, or other individual or entity, whether
initially or as a replacement, against whom City may have reasonable objection. Contractor shall
not be required to employ any Subcontractor, Supplier, or other individual or entity to furnish or
perform any of the Work against whom Contractor has reasonable objection (excluding those
acceptable to City as indicated in Paragraph 6.06.C).
C. The City may from time to time require the use of certain Subcontractors, Suppliers, or other
individuals or entities on the project, and will provide such requirements in the Supplementary
Conditions.
D. Minority Business Enterprise Compliance: It is City policy to ensure the full and equitable
participation by Minority Business Enterprises (MBE) in the procurement of goods and services
on a contractual basis. If the Contract Documents provide for a MBE goal, Contractor is required
to comply with the intent of the City’s MBE Ordinance (as amended) by the following:
1. Contractor shall, upon request by City, provide complete and accurate information regarding
actual work performed by a MBE on the Contract and payment therefor.
2. Contractor will not make additions, deletions, or substitutions of accepted MBE 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 MBE. Material misrepresentation of any nature will be grounds for
termination of the Contract in accordance with Paragraph 15.02.A. 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.
E. 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:
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revision: February 2, 2016
00 72 00 - 1
GENERAL CONDITIONS
Page 25 of 63
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.
F. 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.
G. All Subcontractors, Suppliers, and such other individuals or entities performing or furnishing any
of the Work shall communicate with City through Contractor.
H. 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 the Contract
Documents for the benefit of City.
6.07 Wage Rates
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.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revision: February 2, 2016
00 72 00 - 1
GENERAL CONDITIONS
Page 26 of 63
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
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.
6.08 Patent Fees and Royalties
A. Contractor shall pay all license fees and royalties and assume all costs incident to the use in the
performance of the Work or the incorporation in the Work of any invention, design, process,
product, or device which is the subject of patent rights or copyrights held by others. If a
particular invention, design, process, product, or device is specified in the Contract Documents
for use in the performance of the Work and if, to the actual knowledge of City, its use is subject
to patent rights or copyrights calling for the payment of any license fee or royalty to others, the
existence of such rights shall be disclosed by City in the Contract Documents. Failure of the City
to disclose such information does not relieve the Contractor from its obligations to pay for the
use of said fees or royalties to others.
B. 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
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revision: February 2, 2016
00 72 00 - 1
GENERAL CONDITIONS
Page 27 of 63
the incorporation in the Work of any invention, design, process, product, or device not specified
in the Contract Documents.
6.09 Permits and Utilities
A. Contractor obtained permits and licenses. Contractor shall obtain and pay for all construction
permits and licenses except those provided for in the Supplementary Conditions or Contract
Documents. City shall assist Contractor, when necessary, in obtaining such permits and licenses.
Contractor shall pay all governmental charges and inspection fees necessary for the prosecution
of the Work which are applicable at the time of opening of Bids, or, if there are no Bids, on the
Effective Date of the Agreement, except for permits provided by the City as specified in 6.09.B.
City shall pay all charges of utility owners for connections for providing permanent service to the
Work.
B. City obtained permits and licenses. City will obtain and pay for all permits and licenses as
provided for in the Supplementary Conditions or Contract Documents. It will be the Contractor’s
responsibility to carry out the provisions of the permit. If the Contractor initiates changes to the
Contract and the City approves the changes, the Contractor is responsible for obtaining
clearances and coordinating with the appropriate regulatory agency. The City will not reimburse
the Contractor for any cost associated with these requirements of any City acquired permit. The
following are permits the City will obtain if required:
1. Texas Department of Transportation Permits
2. U.S. Army Corps of Engineers Permits
3. Texas Commission on Environmental Quality Permits
4. Railroad Company Permits
C. Outstanding permits and licenses. The City anticipates acquisition of and/or access to permits
and licenses. Any outstanding permits and licenses are anticipated to be acquired in accordance
with the schedule set forth in the Supplementary Conditions. The Project Schedule submitted by
the Contractor in accordance with the Contract Documents must consider any outstanding
permits and licenses.
6.10 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
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revision: February 2, 2016
00 72 00 - 1
GENERAL CONDITIONS
Page 28 of 63
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 3.02.
C. Changes in Laws or Regulations not known at the time of opening of Bids having an effect on
the cost or time of performance of the Work may be the subject of an adjustment in Contract
Price or Contract Time.
6.11 Taxes
A. On a contract awarded by the City, an organization which qualifies for exemption pursuant to
Texas Tax Code, Subchapter H, Sections 151.301-335 (as amended), the Contractor may
purchase, rent or lease all materials, supplies and equipment used or consumed in the
performance of this contract by issuing to his supplier an exemption certificate in lieu of the tax,
said exemption certificate to comply with State Comptroller’s Ruling .007. Any such exemption
certificate issued to the Contractor in lieu of the tax shall be subject to and shall comply with the
provision of State Comptroller’s Ruling .011, and any other applicable rulings pertaining to the
Texas Tax Code, Subchapter H.
B. Texas Tax permits and information may be obtained from:
1. Comptroller of Public Accounts
Sales Tax Division
Capitol Station
Austin, TX 78711; or
2. http://www.window.state.tx.us/taxinfo/taxforms/93-forms.html
6.12 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
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.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revision: February 2, 2016
00 72 00 - 1
GENERAL CONDITIONS
Page 29 of 63
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 6.21, 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, 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 the costs of such direct action, plus 25 % of
such costs, shall be deducted from the monies due or to become due to the Contractor.
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.
6.13 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
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.
6.14 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
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revision: February 2, 2016
00 72 00 - 1
GENERAL CONDITIONS
Page 30 of 63
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 6.14.A.2 or 6.14.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.
6.15 Safety Representative
Contractor shall inform City in writing of Contractor’s designated safety representative at the Site.
6.16 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.
6.17 Emergencies and/or Rectification
A. In emergencies affecting the safety or protection of persons or the Work or property at the Site or
adjacent thereto, Contractor is obligated to act to prevent threatened damage, injury, or loss.
Contractor shall give City prompt written notice if Contractor believes that any significant
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revision: February 2, 2016
00 72 00 - 1
GENERAL CONDITIONS
Page 31 of 63
changes in the Work or variations from the Contract Documents have been caused thereby or are
required as a result thereof. If City determines that a change in the Contract Documents is
required because of the action taken by Contractor in response to such an emergency, a Change
Order may be issued.
B. Should the Contractor fail to respond to a request from the City to rectify any discrepancies,
omissions, or correction necessary to conform with the requirements of the Contract Documents,
the City shall give the Contractor written notice that such work or changes are to be performed.
The written notice shall direct attention to the discrepant condition and request the Contractor to
take remedial action to correct the condition. In the event the Contractor does not take positive
steps to fulfill this written request, or does not show just cause for not taking the proper action,
within 24 hours, the City may take such remedial action with City forces or by contract. The City
shall deduct an amount equal to the entire costs for such remedial action, plus 25%, from any
funds due or become due the Contractor on the Project.
6.18 Submittals
A. Contractor shall submit required Submittals to City for review and acceptance in accordance
with the accepted Schedule of Submittals (as required by Paragraph 2.07). Each submittal will be
identified as City may require.
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 6.18.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 6.18.C.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revision: February 2, 2016
00 72 00 - 1
GENERAL CONDITIONS
Page 32 of 63
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.
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.
6.19 Continuing the Work
Except as otherwise provided, Contractor shall carry on the Work and adhere to the Project Schedule
during all disputes or disagreements with City. No Work shall be delayed or postponed pending
resolution of any disputes or disagreements, except as City and Contractor may otherwise agree in
writing.
6.20 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
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revision: February 2, 2016
00 72 00 - 1
GENERAL CONDITIONS
Page 33 of 63
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 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
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
5.02.B. The City will give notice of observed defects with reasonable promptness.
6.21 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
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revision: February 2, 2016
00 72 00 - 1
GENERAL CONDITIONS
Page 34 of 63
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.
6.22 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.
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 6.22, 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 6.18.C.
6.23 Right to Audit
A. 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.
B. 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
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revision: February 2, 2016
00 72 00 - 1
GENERAL CONDITIONS
Page 35 of 63
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.
C. 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.
6.24 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.
ARTICLE 7 – OTHER WORK AT THE SITE
7.01 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.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revision: February 2, 2016
00 72 00 - 1
GENERAL CONDITIONS
Page 36 of 63
7.02 Coordination
A. If City intends to contract with others for the performance of other work on the Project at the
Site, the following will be set forth in Supplementary Conditions:
1. the individual or entity who will have authority and responsibility for coordination of the
activities among the various contractors will be identified;
2. the specific matters to be covered by such authority and responsibility will be itemized; and
3. the extent of such authority and responsibilities will be provided.
B. Unless otherwise provided in the Supplementary Conditions, City shall have authority for such
coordination.
ARTICLE 8 – CITY’S RESPONSIBILITIES
8.01 Communications to Contractor
Except as otherwise provided in the Supplementary Conditions, City shall issue all communications
to Contractor.
8.02 Furnish Data
City shall timely furnish the data required under the Contract Documents.
8.03 Pay When Due
City shall make payments to Contractor in accordance with Article 14.
8.04 Lands and Easements; Reports and Tests
City’s duties with respect to providing lands and easements and providing engineering surveys to
establish reference points are set forth in Paragraphs 4.01 and 4.05. Paragraph 4.02 refers to City’s
identifying and making available to Contractor copies of reports of explorations and tests of
subsurface conditions and drawings of physical conditions relating to existing surface or subsurface
structures at or contiguous to the Site that have been utilized by City in preparing the Contract
Documents.
8.05 Change Orders
City shall execute Change Orders in accordance with Paragraph 10.03.
8.06 Inspections, Tests, and Approvals
City’s responsibility with respect to certain inspections, tests, and approvals is set forth in Paragraph
13.03.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revision: February 2, 2016
00 72 00 - 1
GENERAL CONDITIONS
Page 37 of 63
8.07 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 6.14.
8.08 Undisclosed Hazardous Environmental Condition
City’s responsibility with respect to an undisclosed Hazardous Environmental Condition is set forth
in Paragraph 4.06.
8.09 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 6.14.
ARTICLE 9 – CITY’S OBSERVATION STATUS DURING CONSTRUCTION
9.01 City’s Project Manager
City will provide one or more Project Manager(s) during the construction period. The duties and
responsibilities and the limitations of authority of City’s Project Manager during construction are set
forth in the Contract Documents. The City’s Project Manager for this Contract is Patrick Buckley, or
his/her successor pursuant to written notification from the Director of Transportation and Public
Works Department.
9.02 Visits to Site
A. City’s Project Manager 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 Manager will determine, in general,
if the Work is proceeding in accordance with the Contract Documents. City’s Project Manager
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 Manager’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 Manager’s visits and observations are subject to all the limitations on authority and
responsibility in the Contract Documents including those set forth in Paragraph
8.07.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revision: February 2, 2016
00 72 00 - 1
GENERAL CONDITIONS
Page 38 of 63
9.03 Authorized Variations in Work
City’s Project Manager 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 and also on Contractor, who shall perform the Work involved promptly.
9.04 Rejecting Defective Work
City will have authority to reject Work which City’s Project Manager 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 13, whether or not the Work is fabricated, installed, or completed.
9.05 Determinations for Work Performed
Contractor will determine the actual quantities and classifications of Work performed. City’s Project
Manager 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).
9.06 Decisions on Requirements of Contract Documents and Acceptability of Work
A. City will be the initial interpreter of the requirements of the Contract Documents and judge of the
acceptability of the Work thereunder.
B. City will render a written decision on any issue referred.
C. City’s written decision on the issue referred will be final and binding on the Contractor, subject
to the provisions of Paragraph 10.06.
ARTICLE 10 – CHANGES IN THE WORK; CLAIMS; EXTRA WORK
10.01 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 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, a Field
Order may be issued by the City.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revision: February 2, 2016
00 72 00 - 1
GENERAL CONDITIONS
Page 39 of 63
10.02 Unauthorized Changes in the Work
Contractor shall not be entitled to an increase in the Contract Price or an extension of the Contract
Time with respect to any work performed that is not required by the Contract Documents as
amended, modified, or supplemented as provided in Paragraph 3.04, except in the case of an
emergency as provided in Paragraph 6.17.
10.03 Execution of Change Orders
A. City and Contractor shall execute appropriate Change Orders covering:
1. changes in the Work which are: (i) ordered by City pursuant to Paragraph 10.01.A, (ii)
required because of acceptance of defective Work under Paragraph 13.08 or City’s correction
of defective Work under Paragraph 13.09, or (iii) agreed to by the parties;
2. changes in the Contract Price or Contract Time which are agreed to by the parties, including
any undisputed sum or amount of time for Work actually performed.
10.04 Extra Work
A. Should a difference arise as to what does or does not constitute Extra Work, or as to the payment
thereof, and the City insists upon its performance, the Contractor shall proceed with the work
after making written request for written orders and shall keep accurate account of the actual
reasonable cost thereof. Contract Claims regarding Extra Work shall be made pursuant to
Paragraph 10.06.
B. The Contractor shall furnish the City such installation records of all deviations from the original
Contract Documents as may be necessary to enable the City to prepare for permanent record a
corrected set of plans showing the actual installation.
C. The compensation agreed upon for Extra Work whether or not initiated by a Change Order shall
be a full, complete and final payment for all costs Contractor incurs as a result or relating to the
change or Extra Work, whether said costs are known, unknown, foreseen or unforeseen at that
time, including without limitation, any costs for delay, extended overhead, ripple or impact cost,
or any other effect on changed or unchanged work as a result of the change or Extra Work.
10.05 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.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revision: February 2, 2016
00 72 00 - 1
GENERAL CONDITIONS
Page 40 of 63
10.06 Contract Claims Process
A. City’s Decision Required: All Contract Claims, except those waived pursuant to Paragraph
14.09, shall be referred to the City for decision. A decision by City shall be required as a
condition precedent to any exercise by Contractor of any rights or remedies he may otherwise
have under the Contract Documents or by Laws and Regulations in respect of such Contract
Claims.
B. Notice:
1. Written notice stating the general nature of each Contract Claim shall be delivered by the
Contractor to City no later than 15 days after the start of the event giving rise thereto. The
responsibility to substantiate a Contract Claim shall rest with the party making the Contract
Claim.
2. Notice of the amount or extent of the Contract Claim, with supporting data shall be delivered
to the City on or before 45 days from the start of the event giving rise thereto (unless the City
allows additional time for Contractor to submit additional or more accurate data in support of
such Contract Claim).
3. A Contract Claim for an adjustment in Contract Price shall be prepared in accordance with
the provisions of Paragraph 12.01.
4. A Contract Claim for an adjustment in Contract Time shall be prepared in accordance with
the provisions of Paragraph 12.02.
5. Each Contract Claim shall be accompanied by Contractor’s written statement that the
adjustment claimed is the entire adjustment to which the Contractor believes it is entitled as a
result of said event.
6. The City shall submit any response to the Contractor within 30 days after receipt of the
claimant’s last submittal (unless Contract allows additional time).
C. City’s Action: City will review each Contract Claim and, within 30 days after receipt of the last
submittal of the Contractor, if any, take one of the following actions in writing:
1. deny the Contract Claim in whole or in part;
2. approve the Contract Claim; or
3. notify the Contractor that the City is unable to resolve the Contract Claim if, in the City’s
sole discretion, it would be inappropriate for the City to do so. For purposes of further
resolution of the Contract Claim, such notice shall be deemed a denial.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revision: February 2, 2016
00 72 00 - 1
GENERAL CONDITIONS
Page 41 of 63
D. City’s written action under Paragraph 10.06.C will be final and binding, unless City or
Contractor invoke the dispute resolution procedure set forth in Article 16 within 30 days of such
action or denial.
E. No Contract Claim for an adjustment in Contract Price or Contract Time will be valid if not
submitted in accordance with this Paragraph 10.06.
ARTICLE 11 – COST OF THE WORK; ALLOWANCES; UNIT PRICE WORK; PLANS
QUANTITY MEASUREMENT
11.01 Cost of the Work
A. Costs Included: The term Cost of the Work means the sum of all costs, except those excluded in
Paragraph 11.01.B, necessarily incurred and paid by Contractor in the proper performance of the
Work. When the value of any Work covered by a Change Order, the costs to be reimbursed to
Contractor will be only those additional or incremental costs required because of the change in
the Work. Such costs shall not include any of the costs itemized in Paragraph 11.01.B, and shall
include but not be limited to the following items:
1. Payroll costs for employees in the direct employ of Contractor in the performance of the
Work under schedules of job classifications agreed upon by City and Contractor. Such
employees shall include, without limitation, superintendents, foremen, and other personnel
employed full time on the Work. Payroll costs for employees not employed full time on the
Work shall be apportioned on the basis of their time spent on the Work. Payroll costs shall
include;
a. salaries with a 55% markup, or
b. salaries and wages plus the cost of fringe benefits, which shall include social security
contributions, unemployment, excise, and payroll taxes, workers’ compensation, health
and retirement benefits, bonuses, sick leave, vacation and holiday pay applicable thereto.
The expenses of performing Work outside of Regular Working Hours, Weekend
Working Hours, or legal holidays, shall be included in the above to the extent authorized
by City.
2. Cost of all materials and equipment furnished and incorporated in the Work, including costs
of transportation and storage thereof, and Suppliers’ field services required in connection
therewith.
3. Rentals of all construction equipment and machinery, and the parts thereof whether rented
from Contractor or others in accordance with rental agreements approved by City, and the
costs of transportation, loading, unloading, assembly, dismantling, and removal thereof. All
such costs shall be in accordance with the terms of said rental agreements. The rental of any
such equipment, machinery, or parts shall cease when the use thereof is no longer necessary
for the Work.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revision: February 2, 2016
00 72 00 - 1
GENERAL CONDITIONS
Page 42 of 63
4. Payments made by Contractor to Subcontractors for Work performed by Subcontractors. If
required by City, Contractor shall obtain competitive bids from subcontractors acceptable to
City and Contractor and shall deliver such bids to City, who will then determine, which bids,
if any, will be acceptable. If any subcontract provides that the Subcontractor is to be paid on
the basis of Cost of the Work plus a fee, the Subcontractor’s Cost of the Work and fee shall
be determined in the same manner as Contractor’s Cost of the Work and fee as provided in
this Paragraph 11.01.
5. Costs of special consultants (including but not limited to engineers, architects, testing
laboratories, surveyors, attorneys, and accountants) employed for services specifically related
to the Work.
6. Supplemental costs including the following:
a. The proportion of necessary transportation, travel, and subsistence expenses of
Contractor’s employees incurred in discharge of duties connected with the Work.
b. Cost, including transportation and maintenance, of all materials, supplies, equipment,
machinery, appliances, office, and temporary facilities at the Site, and hand tools not
owned by the workers, which are consumed in the performance of the Work, and cost,
less market value, of such items used but not consumed which remain the property of
Contractor.
c. Sales, consumer, use, and other similar taxes related to the Work, and for which
Contractor is liable not covered under Paragraph 6.11, as imposed by Laws and
Regulations.
d. Deposits lost for causes other than negligence of Contractor, any Subcontractor, or
anyone directly or indirectly employed by any of them or for whose acts any of them may
be liable, and royalty payments and fees for permits and licenses.
e. Losses and damages (and related expenses) caused by damage to the Work, not
compensated by insurance or otherwise, sustained by Contractor in connection with the
performance of the Work, provided such losses and damages have resulted from causes
other than the negligence of Contractor, any Subcontractor, or anyone directly or
indirectly employed by any of them or for whose acts any of them may be liable. Such
losses shall include settlements made with the written consent and approval of City. No
such losses, damages, and expenses shall be included in the Cost of the Work for the
purpose of determining Contractor’s fee.
f. The cost of utilities, fuel, and sanitary facilities at the Site.
g. Minor expenses such as telegrams, long distance telephone calls, telephone and
communication services at the Site, express and courier services, and similar petty cash
items in connection with the Work.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revision: February 2, 2016
00 72 00 - 1
GENERAL CONDITIONS
Page 43 of 63
h. The costs of premiums for all bonds and insurance Contractor is required by the Contract
Documents to purchase and maintain.
B. Costs Excluded: The term Cost of the Work shall not include any of the following items:
1. Payroll costs and other compensation of Contractor’s officers, executives, principals (of
partnerships and sole proprietorships), general managers, safety managers, engineers,
architects, estimators, attorneys, auditors, accountants, purchasing and contracting agents,
expediters, timekeepers, clerks, and other personnel employed by Contractor, whether at the
Site or in Contractor’s principal or branch office for general administration of the Work and
not specifically included in the agreed upon schedule of job classifications referred to in
Paragraph 11.01.A.1 or specifically covered by Paragraph 11.01.A.4, all of which are to be
considered administrative costs covered by the Contractor’s fee.
2. Expenses of Contractor’s principal and branch offices other than Contractor’s office at the
Site.
3. Any part of Contractor’s capital expenses, including interest on Contractor’s capital
employed for the Work and charges against Contractor for delinquent payments.
4. Costs due to the negligence of Contractor, any Subcontractor, or anyone directly or indirectly
employed by any of them or for whose acts any of them may be liable, including but not
limited to, the correction of defective Work, disposal of materials or equipment wrongly
supplied, and making good any damage to property.
5. Other overhead or general expense costs of any kind.
C. Contractor’s Fee: When all the Work is performed on the basis of cost-plus, Contractor’s fee
shall be determined as set forth in the Agreement. When the value of any Work covered by a
Change Order for an adjustment in Contract Price is determined on the basis of Cost of the
Work, Contractor’s fee shall be determined as set forth in Paragraph 12.01.C.
D. Documentation: Whenever the Cost of the Work for any purpose is to be determined pursuant to
Paragraphs 11.01.A and 11.01.B, Contractor will establish and maintain records thereof in
accordance with generally accepted accounting practices and submit in a form acceptable to City
an itemized cost breakdown together with supporting data.
11.02 Allowances
A. Specified Allowance: It is understood that Contractor has included in the Contract Price all
allowances so named in the Contract Documents and shall cause the Work so covered to be
performed for such sums and by such persons or entities as may be acceptable to City.
B. Pre-bid Allowances:
1. Contractor agrees that:
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revision: February 2, 2016
00 72 00 - 1
GENERAL CONDITIONS
Page 44 of 63
a. the pre-bid allowances include the cost to Contractor of materials and equipment required
by the allowances to be delivered at the Site, and all applicable taxes; and
b. Contractor’s costs for unloading and handling on the Site, labor, installation, overhead,
profit, and other expenses contemplated for the pre-bid allowances have been included in
the allowances, and no demand for additional payment on account of any of the
foregoing will be valid.
C. Contingency Allowance: Contractor agrees that a contingency allowance, if any, is for the sole
use of City.
D. Prior to final payment, an appropriate Change Order will be issued to reflect actual amounts due
Contractor on account of Work covered by allowances, and the Contract Price shall be
correspondingly adjusted.
11.03 Unit Price Work
A. Where the Contract Documents provide that all or part of the Work is to be Unit Price Work,
initially the Contract Price will be deemed to include for all Unit Price Work an amount equal to
the sum of the unit price for each separately identified item of Unit Price Work times the
estimated quantity of each item as indicated in the Agreement.
B. The estimated quantities of items of Unit Price Work are not guaranteed and are solely for the
purpose of comparison of Bids and determining an initial Contract Price. Determinations of the
actual quantities and classifications of Unit Price Work performed by Contractor will be made by
City subject to the provisions of Paragraph 9.05.
C. Each unit price will be deemed to include an amount considered by Contractor to be adequate to
cover Contractor’s overhead and profit for each separately identified item. Work described in the
Contract Documents, or reasonably inferred as required for a functionally complete installation,
but not identified in the listing of unit price items shall be considered incidental to unit price
work listed and the cost of incidental work included as part of the unit price.
D. City may make an adjustment in the Contract Price in accordance with Paragraph 12.01 if:
1. the quantity of any item of Unit Price Work performed by Contractor differs materially and
significantly from the estimated quantity of such item indicated in the Agreement; and
2. there is no corresponding adjustment with respect to any other item of Work.
E. Increased or Decreased Quantities: The City reserves the right to order Extra Work in
accordance with Paragraph 10.01.
1. If the changes in quantities or the alterations do not significantly change the character of
work under the Contract Documents, the altered work will be paid for at the Contract unit
price.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revision: February 2, 2016
00 72 00 - 1
GENERAL CONDITIONS
Page 45 of 63
2. If the changes in quantities or alterations significantly change the character of work, the
Contract will be amended by a Change Order.
3. If no unit prices exist, this will be considered Extra Work and the Contract will be amended
by a Change Order in accordance with Article 12.
4. A significant change in the character of work occurs when:
a. the character of work for any Item as altered differs materially in kind or nature from that
in the Contract or
b. a Major Item of work varies by more than 25% from the original Contract quantity.
5. When the quantity of work to be done under any Major Item of the Contract is more than
125% of the original quantity stated in the Contract, then either party to the Contract may
request an adjustment to the unit price on the portion of the work that is above 125%.
6. When the quantity of work to be done under any Major Item of the Contract is less than 75%
of the original quantity stated in the Contract, then either party to the Contract may request
an adjustment to the unit price.
11.04 Plans Quantity Measurement
A. Plans quantities may or may not represent the exact quantity of work performed or material
moved, handled, or placed during the execution of the Contract. The estimated bid quantities are
designated as final payment quantities, unless revised by the governing Section or this Article.
B. If the quantity measured as outlined under “Price and Payment Procedures” varies by more than
25% (or as stipulated under “Price and Payment Procedures” for specific Items) from the total
estimated quantity for an individual Item originally shown in the Contract Documents, an
adjustment may be made to the quantity of authorized work done for payment purposes. The
party to the Contract requesting the adjustment will provide field measurements and calculations
showing the final quantity for which payment will be made. Payment for revised quantity will be
made at the unit price bid for that Item, except as provided for in Article 10.
C. When quantities are revised by a change in design approved by the City, by Change Order, or to
correct an error, or to correct an error on the plans, the plans quantity will be increased or
decreased by the amount involved in the change, and the 25% variance will apply to the new
plans quantity.
D. If the total Contract quantity multiplied by the unit price bid for an individual Item is less than
$250 and the Item is not originally a plans quantity Item, then the Item may be paid as a plans
quantity Item if the City and Contractor agree in writing to fix the final quantity as a plans
quantity.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revision: February 2, 2016
00 72 00 - 1
GENERAL CONDITIONS
Page 46 of 63
E. For callout work or non-site specific Contracts, the plans quantity measurement requirements are
not applicable.
ARTICLE 12 – CHANGE OF CONTRACT PRICE; CHANGE OF CONTRACT TIME
12.01 Change of Contract Price
A. The Contract Price may only be changed by a Change Order.
B. The value of any Work covered by a Change Order will be determined as follows:
1. where the Work involved is covered by unit prices contained in the Contract Documents, by
application of such unit prices to the quantities of the items involved (subject to the
provisions of Paragraph 11.03); or
2. where the Work involved is not covered by unit prices contained in the Contract Documents,
by a mutually agreed lump sum or unit price (which may include an allowance for overhead
and profit not necessarily in accordance with Paragraph 12.01.C.2), and shall include the cost
of any secondary impacts that are foreseeable at the time of pricing the cost of Extra Work;
or
3. where the Work involved is not covered by unit prices contained in the Contract Documents
and agreement to a lump sum or unit price is not reached under Paragraph 12.01.B.2, on the
basis of the Cost of the Work (determined as provided in Paragraph 11.01) plus a
Contractor’s fee for overhead and profit (determined as provided in Paragraph 12.01.C).
C. Contractor’s Fee: The Contractor’s additional fee for overhead and profit shall be determined as
follows:
1. a mutually acceptable fixed fee; or
2. if a fixed fee is not agreed upon, then a fee based on the following percentages of the various
portions of the Cost of the Work:
a. for costs incurred under Paragraphs 11.01.A.1, 11.01.A.2. and 11.01.A.3, the
Contractor’s additional fee shall be 15 percent except for:
1) rental fees for Contractor’s own equipment using standard rental rates;
2) bonds and insurance;
b. for costs incurred under Paragraph 11.01.A.4 and 11.01.A.5, the Contractor’s fee shall be
five percent (5%);
1) where one or more tiers of subcontracts are on the basis of Cost of the Work plus a
fee and no fixed fee is agreed upon, the intent of Paragraphs 12.01.C.2.a and
12.01.C.2.b is that the Subcontractor who actually performs the Work, at whatever
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revision: February 2, 2016
00 72 00 - 1
GENERAL CONDITIONS
Page 47 of 63
tier, will be paid a fee of 15 percent of the costs incurred by such Subcontractor under
Paragraphs 11.01.A.1 and 11.01.A.2 and that any higher tier Subcontractor and
Contractor will each be paid a fee of five percent (5%) of the amount paid to the next
lower tier Subcontractor, however in no case shall the cumulative total of fees paid be
in excess of 25%;
c. no fee shall be payable on the basis of costs itemized under Paragraphs 11.01.A.6, and
11.01.B;
d. the amount of credit to be allowed by Contractor to City for any change which results in
a net decrease in cost will be the amount of the actual net decrease in cost plus a
deduction in Contractor’s fee by an amount equal to five percent (5%) of such net
decrease.
12.02 Change of Contract Time
A. The Contract Time may only be changed by a Change Order.
B. No extension of the Contract Time will be allowed for Extra Work or for claimed delay unless
the Extra Work contemplated or claimed delay is shown to be on the critical path of the Project
Schedule or Contractor can show by Critical Path Method analysis how the Extra Work or
claimed delay adversely affects the critical path.
12.03 Delays
A. Where Contractor is reasonably delayed in the performance or completion of any part of the
Work within the Contract Time due to delay beyond the control of Contractor, the Contract Time
may be extended in an amount equal to the time lost due to such delay if a Contract Claim is
made therefor. Delays beyond the control of Contractor shall include, but not be limited to, acts
or neglect by City, acts or neglect of utility owners or other contractors performing other work as
contemplated by Article 7, fires, floods, epidemics, abnormal weather conditions, or acts of God.
Such an adjustment shall be Contractor’s sole and exclusive remedy for the delays described in
this Paragraph.
B. 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.
C. Contractor shall not be entitled to an adjustment in Contract Price or Contract Time for delays
within the control of Contractor. Delays attributable to and within the control of a Subcontractor
or Supplier shall be deemed to be delays within the control of Contractor.
D. The Contractor shall receive no compensation for delays or hindrances to the Work, except when
direct and unavoidable extra cost to the Contractor is caused by the failure of the City to provide
information or material, if any, which is to be furnished by the City.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revision: February 2, 2016
00 72 00 - 1
GENERAL CONDITIONS
Page 48 of 63
ARTICLE 13 – TESTS AND INSPECTIONS; CORRECTION, REMOVAL OR ACCEPTANCE OF
DEFECTIVE WORK
13.01 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.
13.02 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.
13.03 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 acceptable to
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 13.03 D result in a “fail”, “did not pass” or other
similar negative result, the Contractor shall be responsible for paying for any and all retests.
Contractor’s cancellation without cause of City initiated Testing shall be deemed a negative
result and require a retest.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revision: February 2, 2016
00 72 00 - 1
GENERAL CONDITIONS
Page 49 of 63
3. Any amounts owed for any retest under this Section 13.03 D shall be paid directly to the
Testing Lab by Contractor. City will forward all invoices for retests to Contractor.
4. If Contractor fails to pay the Testing Lab, City will not issue Final Payment 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.
F. Uncovering Work as provided in Paragraph 13.03.E shall be at Contractor’s expense.
G. Contractor shall have the right to make a Contract Claim regarding any retest or invoice issued
under Section 13.03 D.
13.04 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.
B. If City considers it necessary or advisable that covered Work be observed by City or inspected or
tested by others, Contractor, at City’s request, shall uncover, expose, or otherwise make available
for observation, inspection, or testing as City may require, that portion of the Work in question,
furnishing all necessary labor, material, and equipment.
1. If it is found that the uncovered Work is defective, Contractor shall pay 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 uncovering, exposure, observation, inspection, and testing, and of
satisfactory replacement or reconstruction (including but not limited to all costs of repair or
replacement of work of others); or City shall be entitled to accept defective Work in
accordance with Paragraph 13.08 in which case Contractor shall still be responsible for all
costs associated with exposing, observing, and testing the defective Work.
2. If the uncovered Work is not found to be defective, Contractor shall be allowed an increase
in the Contract Price or an extension of the Contract Time, or both, directly attributable to
such uncovering, exposure, observation, inspection, testing, replacement, and reconstruction.
13.05 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
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revision: February 2, 2016
00 72 00 - 1
GENERAL CONDITIONS
Page 50 of 63
Subcontractor, any Supplier, any other individual or entity, or any surety for, or employee or agent of
any of them.
13.06 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 13.06 or Paragraph 13.07,
Contractor shall take no action that would void or otherwise impair City’s special warranty and
guarantee, if any, on said Work.
13.07 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
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 6.10.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.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revision: February 2, 2016
00 72 00 - 1
GENERAL CONDITIONS
Page 51 of 63
C. In special circumstances where a particular item of equipment is placed in continuous service
before Final Acceptance of all the Work, the correction period for that item may start to run from
an earlier date if so provided in the Contract Documents.
D. Where defective Work (and damage to other Work resulting therefrom) has been corrected or
removed and replaced under this Paragraph 13.07, 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 should such
additional warranty coverage be required. Contractor may dispute this requirement by filing a
Contract Claim, pursuant to Paragraph 10.06.
E. Contractor’s obligations under this Paragraph 13.07 are in addition to any other obligation or
warranty. The provisions of this Paragraph 13.07 shall not be construed as a substitute for, or a
waiver of, the provisions of any applicable statute of limitation or repose.
13.08 Acceptance of Defective Work
If, instead of requiring correction or removal and replacement of defective Work, City prefers to
accept it, City may do so. Contractor shall pay 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) attributable to City’s evaluation of and determination to
accept such defective Work and for the diminished value of the Work to the extent not otherwise
paid by Contractor. If any such acceptance occurs prior to Final Acceptance, 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, reflecting the diminished
value of Work so accepted.
13.09 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
13.06.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, correct, or remedy any such deficiency.
B. In exercising the rights and remedies under this Paragraph 13.09, 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
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
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revision: February 2, 2016
00 72 00 - 1
GENERAL CONDITIONS
Page 52 of 63
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 13.09.
ARTICLE 14 – PAYMENTS TO CONTRACTOR AND COMPLETION
14.01 Schedule of Values
The Schedule of Values for lump sum contracts established as provided in Paragraph 2.07 will serve
as the basis for progress payments and will be incorporated into a form of Application for Payment
acceptable to City. Progress payments on account of Unit Price Work will be based on the number of
units completed.
14.02 Progress Payments
A. Applications for Payments:
1. Contractor is responsible for providing all information as required to become a vendor of the
City.
2. At least 20 days before the date established in the General Requirements for each progress
payment, Contractor shall submit to City for review an Application for Payment filled out
and signed by Contractor covering the Work completed as of the date of the Application and
accompanied by such supporting documentation as is required by the Contract Documents.
3. If payment is requested on the basis of materials and equipment not incorporated in the Work
but delivered and suitably stored at the Site or at another location agreed to in writing, the
Application for Payment shall also be accompanied by a bill of sale, invoice, or other
documentation warranting that City has received the materials and equipment free and clear
of all Liens and evidence that the materials and equipment are covered by appropriate
insurance or other arrangements to protect City’s interest therein, all of which must be
satisfactory to City.
4. Beginning with the second Application for Payment, each Application shall include an
affidavit of Contractor stating that previous progress payments received on account of the
Work have been applied on account to discharge Contractor’s legitimate obligations
associated with prior Applications for Payment.
5. The amount of retainage with respect to progress payments will be as stipulated in the
Contract Documents.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revision: February 2, 2016
00 72 00 - 1
GENERAL CONDITIONS
Page 53 of 63
B. Review of Applications:
1. City will, after receipt of each Application for Payment, either indicate in writing a
recommendation of payment or return the Application to Contractor indicating reasons for
refusing payment. In the latter case, Contractor may make the necessary corrections and
resubmit the Application.
2. City’s processing of any payment requested in an Application for Payment will be based on
City’s observations of the executed Work, and on City’s review of the Application for
Payment and the accompanying data and schedules, that to the best of City’s knowledge:
a. the Work has progressed to the point indicated;
b. the quality of the Work is generally in accordance with the Contract Documents (subject
to an evaluation of the Work as a functioning whole prior to or upon Final Acceptance,
the results of any subsequent tests called for in the Contract Documents, a final
determination of quantities and classifications for Work performed under Paragraph 9.05,
and any other qualifications stated in the recommendation).
3. Processing any such payment will not thereby be deemed to have represented that:
a. inspections made to check the quality or the quantity of the Work as it has been
performed have been exhaustive, extended to every aspect of the Work in progress, or
involved detailed inspections of the Work beyond the responsibilities specifically
assigned to City in the Contract Documents; or
b. there may not be other matters or issues between the parties that might entitle Contractor
to be paid additionally by City or entitle City to withhold payment to Contractor, or
c. Contractor has complied with Laws and Regulations applicable to Contractor’s
performance of the Work.
4. City may refuse to process the whole or any part of any payment because of subsequently
discovered evidence or the results of subsequent inspections or tests, and revise or revoke
any such payment previously made, to such extent as may be necessary to protect City from
loss because:
a. the Work is defective, or the completed Work has been damaged by the Contractor or his
subcontractors, requiring correction or replacement;
b. discrepancies in quantities contained in previous applications for payment;
c. the Contract Price has been reduced by Change Orders;
d. City has been required to correct defective Work or complete Work in accordance with
Paragraph 13.09; or
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revision: February 2, 2016
00 72 00 - 1
GENERAL CONDITIONS
Page 54 of 63
e. City has actual knowledge of the occurrence of any of the events enumerated in
Paragraph 15.02.A.
C. Retainage:
1. For contracts less than $400,000 at the time of execution, retainage shall be ten percent
(10%).
2. For contracts greater than $400,000 at the time of execution, retainage shall be five percent
(5%).
D. Liquidated Damages. For each calendar day that any work shall remain uncompleted after the
time specified in the Contract Documents, the sum per day specified in the Agreement, will be
deducted from the monies due the Contractor, not as a penalty, but as liquidated damages
suffered by the City.
E. Payment: Contractor will be paid pursuant to the requirements of this Article 14 and payment
will become due in accordance with the Contract Documents.
F. Reduction in Payment:
1. City may refuse to make payment of the amount requested because:
a. Liens have been filed in connection with the Work, except where Contractor has
delivered a specific bond satisfactory to City to secure the satisfaction and discharge of
such Liens;
b. there are other items entitling City to a set-off against the amount recommended; or
c. City has actual knowledge of the occurrence of any of the events enumerated in
Paragraphs 14.02.B.4.a through 14.02.B.4.e or Paragraph 15.02.A.
2. If City refuses to make payment of the amount requested, City will give Contractor written
notice stating the reasons for such action and pay Contractor any amount remaining after
deduction of the amount so withheld. City shall pay Contractor the amount so withheld, or
any adjustment thereto agreed to by City and Contractor, when Contractor remedies the
reasons for such action.
14.03 Contractor’s Warranty of Title
Contractor warrants and guarantees that title to all Work, materials, and equipment covered by any
Application for Payment, whether incorporated in the Project or not, will pass to City no later than
the time of payment free and clear of all Liens.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revision: February 2, 2016
00 72 00 - 1
GENERAL CONDITIONS
Page 55 of 63
14.04 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.
14.05 Final Inspection
A. Upon written notice from Contractor that the entire Work is complete in accordance with the
Contract Documents:
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.
B. No time charge will be made against the Contractor between said date of notification of the City
and the date of Final Inspection. Should the City determine that the Work is not ready for Final
Inspection, City will notify the Contractor in writing of the reasons and Contract Time will
resume.
14.06 Final Acceptance
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.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revision: February 2, 2016
00 72 00 - 1
GENERAL CONDITIONS
Page 56 of 63
14.07 Final Payment
A. Application for Payment:
1. Upon Final Acceptance, and in the opinion of City, Contractor may make an application for
final payment following the procedure for progress payments in accordance with the
Contract Documents.
2. The final Application for Payment shall be accompanied (except as previously delivered) by:
a. all documentation called for in the Contract Documents, including but not limited to the
evidence of insurance required by Paragraph 5.03;
b. consent of the surety, if any, to final payment;
c. a list of all pending or released Damage Claims against City that Contractor believes are
unsettled; and
d. 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.
B. Payment Becomes Due:
1. After City’s acceptance of the Application for Payment and accompanying documentation,
requested by Contractor, less previous payments made and any sum City is entitled,
including but not limited to liquidated damages, will become due and payable.
2. 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.
3. The making of the final payment by the City shall not relieve the Contractor of any
guarantees or other requirements of the Contract Documents which specifically continue
thereafter.
14.08 Final Completion Delayed and Partial Retainage Release
A. If final completion of the Work is significantly delayed, and if City so confirms, City may, upon
receipt of Contractor’s final Application for Payment, and without terminating the Contract,
make payment of the balance due for that portion of the Work fully completed and accepted. If
the remaining balance to be held by City for Work not fully completed or corrected is less than
the retainage stipulated in Paragraph 14.02.C, and if bonds have been furnished as required in
Paragraph 5.02, the written consent of the surety to the payment of the balance due for that
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revision: February 2, 2016
00 72 00 - 1
GENERAL CONDITIONS
Page 57 of 63
portion of the Work fully completed and accepted shall be submitted by Contractor to City with
the Application for such payment. Such payment shall be made under the terms and conditions
governing final payment, except that it shall not constitute a waiver of Contract Claims.
B. Partial Retainage Release. For a Contract that provides for a separate vegetative establishment
and maintenance, and test and performance periods following the completion of all other
construction in the Contract Documents for all Work locations, the City may release a portion of
the amount retained provided that all other work is completed as determined by the City. Before
the release, all submittals and final quantities must be completed and accepted for all other work.
An amount sufficient to ensure Contract compliance will be retained.
14.09 Waiver of Claims
The acceptance of final payment will constitute a release of the City from all claims or liabilities
under the Contract for anything done or furnished or relating to the work under the Contract
Documents or any act or neglect of City related to or connected with the Contract.
ARTICLE 15 – SUSPENSION OF WORK AND TERMINATION
15.01 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 make no extra payment for stand-by
time of construction equipment and/or construction crews.
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
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.
D. Contractor may be reimbursed for the cost of moving his equipment off the job and returning the
necessary equipment to the job when it is determined by the City that construction may be
resumed. Such reimbursement shall be based on actual cost to the Contractor of moving the
equipment and no profit will be allowed. Reimbursement may not be allowed if the equipment is
moved to another construction project for the City.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revision: February 2, 2016
00 72 00 - 1
GENERAL CONDITIONS
Page 58 of 63
15.02 City May Terminate for Cause
A. The occurrence of any one or more of the following events by way of example, but not of
limitation, may justify termination for cause:
1. Contractor’s persistent failure to perform the Work in accordance with the Contract
Documents (including, but not limited to, failure to supply sufficient skilled workers or
suitable materials or equipment, failure to adhere to the Project Schedule established under
Paragraph 2.07 as adjusted from time to time pursuant to Paragraph 6.04, or failure to adhere
to the City’s Business Diversity Enterprise Ordinance #20020-12-2011established under
Paragraph 6.06.D);
2. Contractor’s disregard of Laws or Regulations of any public body having jurisdiction;
3. Contractor’s repeated disregard of the authority of City; or
4. Contractor’s violation in any substantial way of any provisions of the Contract Documents;
or
5. Contractor’s failure to promptly make good any defect in materials or workmanship, or
defects of any nature, the correction of which has been directed in writing by the City; or
6. Substantial indication that the Contractor has made an unauthorized assignment of the
Contract or any funds due therefrom for the benefit of any creditor or for any other purpose;
or
7. Substantial evidence that the Contractor has become insolvent or bankrupt, or otherwise
financially unable to carry on the Work satisfactorily; or
8. Contractor commences legal action in a court of competent jurisdiction against the City.
B. If one or more of the events identified in Paragraph 15.02A. occur, City will provide written
notice to Contractor and Surety to arrange a conference with Contractor and Surety to address
Contractor's failure to perform the Work. Conference shall be held not later than 15 days, after
receipt of notice.
1. If the City, the Contractor, and the Surety do not agree to allow the Contractor to proceed to
perform the construction Contract, the City may, to the extent permitted by Laws and
Regulations, declare a Contractor default and formally terminate the Contractor's right to
complete the Contract. Contractor default shall not be declared earlier than 20 days after the
Contractor and Surety have received notice of conference to address Contractor's failure to
perform the Work.
2. If Contractor's services are terminated, Surety shall be obligated to take over and perform the
Work. If Surety does not commence performance thereof within 15 consecutive calendar
days after date of an additional written notice demanding Surety's performance of its
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revision: February 2, 2016
00 72 00 - 1
GENERAL CONDITIONS
Page 59 of 63
obligations, then City, without process or action at law, may take over any portion of the
Work and complete it as described below.
a. If City completes the Work, City may exclude Contractor and Surety from the site and
take possession of the Work, and all materials and equipment incorporated into the Work
stored at the Site or for which City has paid Contractor or Surety but which are stored
elsewhere, and finish the Work as City may deem expedient.
3. Whether City or Surety completes the Work, Contractor shall not be entitled to receive any
further payment until the Work is finished. If the unpaid balance of the Contract Price
exceeds all claims, costs, losses and damages sustained by City arising out of or resulting
from completing the Work, such excess will be paid to Contractor. If such claims, costs,
losses and damages exceed such unpaid balance, Contractor shall pay the difference to City.
Such claims, costs, losses and damages incurred by City will be incorporated in a Change
Order, provided that when exercising any rights or remedies under this Paragraph, City shall
not be required to obtain the lowest price for the Work performed.
4. Neither City, nor any of its respective consultants, agents, officers, directors or employees
shall be in any way liable or accountable to Contractor or Surety for the method by which the
completion of the said Work, or any portion thereof, may be accomplished or for the price
paid therefor.
5. City, notwithstanding the method used in completing the Contract, shall not forfeit the right
to recover damages from Contractor or Surety for Contractor's failure to timely complete the
entire Contract. Contractor shall not be entitled to any claim on account of the method used
by City in completing the Contract.
6. Maintenance of the Work shall continue to be Contractor's and Surety's responsibilities as
provided for in the bond requirements of the Contract Documents or any special guarantees
provided for under the Contract Documents or any other obligations otherwise prescribed by
law.
C. Notwithstanding Paragraphs 15.02.B, Contractor’s services will not be terminated if Contractor
begins within seven days of receipt of notice of intent to terminate to correct its failure to
perform and proceeds diligently to cure such failure within no more than 30 days of receipt of
said notice.
D. Where Contractor’s services have been so terminated by City, the termination will not affect any
rights or remedies of City against Contractor then existing or which may thereafter accrue. Any
retention or payment of moneys due Contractor by City will not release Contractor from liability.
E. If and to the extent that Contractor has provided a performance bond under the provisions of
Paragraph 5.02, the termination procedures of that bond shall not supersede the provisions of this
Article.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revision: February 2, 2016
00 72 00 - 1
GENERAL CONDITIONS
Page 60 of 63
15.03 City May Terminate For Convenience
A. City may, without cause and without prejudice to any other right or remedy of City, terminate the
Contract. Any termination shall be effected by mailing a notice of the termination to the
Contractor specifying the extent to which performance of Work under the contract is terminated,
and the date upon which such termination becomes effective. Receipt of the notice shall be
deemed conclusively presumed and established when the letter is placed in the United States
Postal Service Mail by the City. Further, it shall be deemed conclusively presumed and
established that such termination is made with just cause as therein stated; and no proof in any
claim, demand or suit shall be required of the City regarding such discretionary action.
B. After receipt of a notice of termination, and except as otherwise directed by the City, the
Contractor shall:
1. Stop work under the Contract on the date and to the extent specified in the notice of
termination;
2. place no further orders or subcontracts for materials, services or facilities except as may be
necessary for completion of such portion of the Work under the Contract as is not terminated;
3. terminate all orders and subcontracts to the extent that they relate to the performance of the
Work terminated by notice of termination;
4. transfer title to the City and deliver in the manner, at the times, and to the extent, if any,
directed by the City:
a. the fabricated or unfabricated parts, Work in progress, completed Work, supplies and
other material produced as a part of, or acquired in connection with the performance of,
the Work terminated by the notice of the termination; and
b. the completed, or partially completed plans, drawings, information and other property
which, if the Contract had been completed, would have been required to be furnished to
the City.
5. complete performance of such Work as shall not have been terminated by the notice of
termination; and
6. take such action as may be necessary, or as the City may direct, for the protection and
preservation of the property related to its contract which is in the possession of the
Contractor and in which the owner has or may acquire the rest.
C. At a time not later than 30 days after the termination date specified in the notice of termination,
the Contractor may submit to the City a list, certified as to quantity and quality, of any or all
items of termination inventory not previously disposed of, exclusive of items the disposition of
which has been directed or authorized by City.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revision: February 2, 2016
00 72 00 - 1
GENERAL CONDITIONS
Page 61 of 63
D. Not later than 15 days thereafter, the City shall accept title to such items provided, that the list
submitted shall be subject to verification by the City upon removal of the items or, if the items
are stored, within 45 days from the date of submission of the list, and any necessary adjustments
to correct the list as submitted, shall be made prior to final settlement.
E. Not later than 60 days after the notice of termination, the Contractor shall submit his termination
claim to the City in the form and with the certification prescribed by the City. Unless an
extension is made in writing within such 60 day period by the Contractor, and granted by the
City, any and all such claims shall be conclusively deemed waived.
F. In such case, Contractor shall be paid for (without duplication of any items):
1. completed and acceptable Work executed in accordance with the Contract Documents prior
to the effective date of termination, including fair and reasonable sums for overhead and profit on
such Work;
2. expenses sustained prior to the effective date of termination in performing services and
furnishing labor, materials, or equipment as required by the Contract Documents in connection
with uncompleted Work, plus fair and reasonable sums for overhead and profit on such expenses;
and
3. reasonable expenses directly attributable to termination.
G. In the event of the failure of the Contractor and City to agree upon the whole amount to be paid
to the Contractor by reason of the termination of the Work, the City shall determine, on the basis
of information available to it, the amount, if any, due to the Contractor by reason of the
termination and shall pay to the Contractor the amounts determined. Contractor shall not be paid
on account of loss of anticipated profits or revenue or other economic loss arising out of or
resulting from such termination.
ARTICLE 16 – DISPUTE RESOLUTION
16.01 Methods and Procedures
A. Either City or Contractor may request mediation of any Contract Claim submitted for a decision
under Paragraph 10.06 before such decision becomes final and binding. The request for
mediation shall be submitted to the other party to the Contract. Timely submission of the request
shall stay the effect of Paragraph 10.06.E.
B. City and Contractor shall participate in the mediation process in good faith. The process shall be
commenced within 60 days of filing of the request.
C. If the Contract Claim is not resolved by mediation, City’s action under Paragraph 10.06.C or a
denial pursuant to Paragraphs 10.06.C.3 or 10.06.D shall become final and binding 30 days after
termination of the mediation unless, within that time period, City or Contractor:
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revision: February 2, 2016
00 72 00 - 1
GENERAL CONDITIONS
Page 62 of 63
1. elects in writing to invoke any other dispute resolution process provided for in the
Supplementary Conditions; or
2. agrees with the other party to submit the Contract Claim to another dispute resolution
process; or
3. gives written notice to the other party of the intent to submit the Contract Claim to a court of
competent jurisdiction.
ARTICLE 17 – MISCELLANEOUS
17.01 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.
17.02 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.
17.03 Cumulative Remedies
The duties and obligations imposed by these General Conditions and the rights and remedies
available hereunder to the parties hereto are in addition to, and are not to be construed in any way as
a limitation of, any rights and remedies available to any or all of them which are otherwise imposed
or available by Laws or Regulations, by special warranty or guarantee, or by other provisions of the
Contract Documents. The provisions of this Paragraph will be as effective as if repeated specifically
in the Contract Documents in connection with each particular duty, obligation, right, and remedy to
which they apply.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revision: February 2, 2016
00 72 00 - 1
GENERAL CONDITIONS
Page 63 of 63
17.04 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.
17.05 Headings
Article and paragraph headings are inserted for convenience only and do not constitute parts of these
General Conditions.
CITY OF FORT WORTH
STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
STANDARD CITY CONDITIONS
OF THE CONSTRUCTION CONTRACT
FOR DEVELOPER AWARDED PROJECTS
CITY OF FORT WORTH
STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
STANDARD CITY CONDITIONS OF THE
CONSTRUCTION CONTRACT
FOR DEVELOPER AWARDED PROJECTS
TABLE OF CONTENTS
Page
Article 1 – Definitions and Terminology .......................................................................................................... 1
1.01 Defined Terms ............................................................................................................................... 1
1.02 Terminology .................................................................................................................................. 5
Article 2 – Preliminary Matters ......................................................................................................................... 6
2.01 Before Starting Construction ........................................................................................................ 6
2.02 Preconstruction Conference .......................................................................................................... 6
2.03 Public Meeting .............................................................................................................................. 6
Article 3 – Contract Documents and Amending ............................................................................................... 6
3.01 Reference Standards ..................................................................................................................... 6
3.02 Amending and Supplementing Contract Documents .................................................................. 6
Article 4 – Bonds and Insurance ....................................................................................................................... 7
4.01 Licensed Sureties and Insurers ..................................................................................................... 7
4.02 Performance, Payment, and Maintenance Bonds ........................................................................ 7
4.03 Certificates of Insurance ............................................................................................................... 7
4.04 Contractor’s Insurance .................................................................................................................. 9
4.05 Acceptance of Bonds and Insurance; Option to Replace ........................................................... 12
Article 5 – Contractor’s Responsibilities ........................................................................................................ 12
5.01 Supervision and Superintendent ................................................................................................. 12
5.02 Labor; Working Hours ................................................................................................................ 13
5.03 Services, Materials, and Equipment ........................................................................................... 13
5.04 Project Schedule .......................................................................................................................... 14
5.05 Substitutes and “Or-Equals” ....................................................................................................... 14
5.06 Pre-Qualification of Bidders (Prime Contractors and Subcontractors) ..................................... 16
5.07 Concerning Subcontractors, Suppliers, and Others ................................................................... 16
5.08 Wage Rates.................................................................................................................................. 18
5.09 Patent Fees and Royalties ........................................................................................................... 19
5.10 Laws and Regulations ................................................................................................................. 19
5.11 Use of Site and Other Areas ....................................................................................................... 19
5.12 Record Documents ...................................................................................................................... 20
5.13 Safety and Protection .................................................................................................................. 21
5.14 Safety Representative ................................................................................................................. 21
5.15 Hazard Communication Programs ............................................................................................. 22
5.16 Submittals .................................................................................................................................... 22
5.17 Contractor’s General Warranty and Guarantee .......................................................................... 23
CITY OF FORT WORTH
STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
5.18 Indemnification ........................................................................................................................... 24
5.19 Delegation of Professional Design Services .............................................................................. 24
5.20 Right to Audit: ............................................................................................................................ 25
5.21 Nondiscrimination....................................................................................................................... 25
Article 6 – Other Work at the Site ................................................................................................................... 26
6.01 Related Work at Site ................................................................................................................... 26
Article 7 – City’s Responsibilities................................................................................................................... 26
7.01 Inspections, Tests, and Approvals .............................................................................................. 26
7.02 Limitations on City’s Responsibilities ....................................................................................... 26
7.03 Compliance with Safety Program ............................................................................................... 27
Article 8 – City’s Observation Status During Construction ........................................................................... 27
8.01 City’s Project Representative ..................................................................................................... 27
8.02 Authorized Variations in Work .................................................................................................. 27
8.03 Rejecting Defective Work .......................................................................................................... 27
8.04 Determinations for Work Performed .......................................................................................... 28
Article 9 – Changes in the Work ..................................................................................................................... 28
9.01 Authorized Changes in the Work ............................................................................................... 28
9.02 Notification to Surety .................................................................................................................. 28
Article 10 – Change of Contract Price; Change of Contract Time ................................................................ 28
10.01 Change of Contract Price ............................................................................................................ 28
10.02 Change of Contract Time............................................................................................................ 28
10.03 Delays .......................................................................................................................................... 28
Article 11 – Tests and Inspections; Correction, Removal or Acceptance of Defective Work ...................... 29
11.01 Notice of Defects ........................................................................................................................ 29
11.02 Access to Work ........................................................................................................................... 29
11.03 Tests and Inspections .................................................................................................................. 29
11.04 Uncovering Work ....................................................................................................................... 30
11.05 City May Stop the Work ............................................................................................................. 30
11.06 Correction or Removal of Defective Work ................................................................................ 30
11.07 Correction Period ........................................................................................................................ 30
11.08 City May Correct Defective Work ............................................................................................. 31
Article 12 – Completion .................................................................................................................................. 32
12.01 Contractor’s Warranty of Title ................................................................................................... 32
12.02 Partial Utilization ........................................................................................................................ 32
12.03 Final Inspection ........................................................................................................................... 32
12.04 Final Acceptance ......................................................................................................................... 33
Article 13 – Suspension of Work .................................................................................................................... 33
13.01 City May Suspend Work ............................................................................................................ 33
Article 14 – Miscellaneous .............................................................................................................................. 34
14.01 Giving Notice .............................................................................................................................. 34
CITY OF FORT WORTH
STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
14.02 Computation of Times ................................................................................................................ 34
14.03 Cumulative Remedies ................................................................................................................. 34
14.04 Survival of Obligations ............................................................................................................... 35
14.05 Headings ...................................................................................................................................... 35
00 73 10- 1
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 1 of 35
CITY OF FORT WORTH
STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
ARTICLE 1 – DEFINITIONS AND TERMINOLOGY
1.01 Defined Terms
A.Wherever used in these General Conditions or in other Contract Documents, the terms listed
below have the meanings indicated which are applicable to both the singular and plural thereof,
and words denoting gender shall include the masculine, feminine and neuter. Said terms are
generally capitalized or written in italics, but not always. When used in a context consistent with
the definition of a listed-defined term, the term shall have a meaning as defined below whether
capitalized or italicized or otherwise. In addition to terms specifically defined, terms with initial
capital letters in the Contract Documents include references to identified articles and paragraphs,
and the titles of other documents or forms.
1.Agreement - The written instrument which is evidence of the agreement between Developer
and Contractor covering the Work
2.Asbestos—Any material that contains more than one percent asbestos and is friable or is
releasing asbestos fibers into the air above current action levels established by the United
States Occupational Safety and Health Administration.
3.Business Day – A business day is defined as a day that the City conducts normal business,
generally Monday through Friday, except for federal or state holidays observed by the City.
4.Buzzsaw – City’s on-line, electronic document management and collaboration system.
5.Calendar Day – A day consisting of 24 hours measured from midnight to the next midnight.
6.City— The City of Fort Worth, Texas, a Texas home-rule municipal corporation, acting by,
its governing body through its City Manager, his designee, or agents authorized pursuant to
its duly authorized charter on his behalf.
7.Community Facilities Agreement (CFA) -–A Contract between the Developer and the City
for the Construction of one or more following public facilities within the City public right-of-
way or easement: Water, Sanitary Sewer, Street, Storm Drain, Street Light, and Street Signs.
A CFA may include private facilities within the right-of-way dedicated as private right-of-
way or easement on a recorded plat.
8.Contract—The entire and integrated written document incorporating the Contract
Documents between the Developer, Contractor, and/or City concerning the Work. The
Contract supersedes prior negotiations, representations, or agreements, whether written or
oral.
9.Contract Documents—Those items that make up the contract and which must include the
Agreement, and it’s attachments such as standard construction specifications, standard City
Conditions, other general conditions of the Developer, including:
a.An Agreement
00 73 10- 2
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 2 of 35
CITY OF FORT WORTH
STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
b. Attachments to the Agreement
i. Bid Form
ii. Vendor Compliance with State Law Non-Resident Bidder
iii. Prequalification Statement
c. Current Prevailing Wage Rates Table (if required by City)
d. Insurance Accord Form
e. Payment Bond
f. Performance Bond
g. Maintenance Bond
h. Power of Attorney for Bonds
i. Workers Compensation Affidavit
j. MWBE Commitment Form( If required by City)
k. General Conditions
l. Supplementary Conditions
m. The Standard City Conditions
n. Specifications specifically made part of the Contract Documents by attachment, if
not attached, as incorporated by reference and described in the Table of Contents of
the Project’s Contract Documents
o. Drawings
p. Documentation submitted by contractor prior to Notice of Award.
q. The following which may be delivered or issued after the effective date if the
Agreement and, if issued become an incorporated part of the Contract Documents
i. Notice to Proceed
ii. Field Orders
iii. Change Orders
iv. Letters of Final Acceptance
r. Approved Submittals, other Contractor submittals, and the reports and drawings of
subsurface and physical conditions are not Contract Documents.
10. Contractor—The individual or entity with whom Developer has entered into the Agreement.
11. Day or day – A day, unless otherwise defined, shall mean a Calendar Day.
12. Developer – An individual or entity that desires to make certain improvements within the
City of Fort Worth
13. Drawings—That part of the Contract Documents prepared or approved by Engineer which
graphically shows the scope, extent, and character of the Work to be performed by
Contractor. Submittals are not Drawings as so defined.
14. Engineer—The licensed professional engineer or engineering firm registered in the State of
Texas performing professional services for the Developer.
15. Final Acceptance – The written notice given by the City to the Developer and/or Contractor
that the Work specified in the Contract Documents has been completed to the satisfaction of
the City.
00 73 10- 3
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 3 of 35
CITY OF FORT WORTH
STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
16.Final Inspection – Inspection carried out by the City to verify that the Contractor has
completed the Work, and each and every part or appurtenance thereof, fully, entirely, and in
conformance with the Contract Documents.
17.General Requirements—A part of the Contract Documents between the Developer and a
Contractor.
18.Laws and Regulations—Any and all applicable laws, rules, regulations, ordinances, codes,
and orders of any and all governmental bodies, agencies, authorities, and courts having
jurisdiction.
19.Liens—Charges, security interests, or encumbrances upon Project funds, real property, or
personal property.
20.Milestone—A principal event specified in the Contract Documents relating to an
intermediate Contract Time prior to Final Acceptance of the Work.
21.Non-Participating Change Order—A document, which is prepared for and reviewed by the
City, which is signed by Contractor, and Developer, and authorizes an addition, deletion, or
revision in the Work or an adjustment in the Contract Price or the Contract Time, issued on
or after the Effective Date of the Agreement.
22.Participating Change Order—A document, which is prepared for and approved by the City,
which is signed by Contractor, Developer, and City and authorizes an addition, deletion, or
revision in the Work or an adjustment in the Contract Price or the Contract Time, issued on
or after the Effective Date of the Agreement.
23.Plans – See definition of Drawings.
24.Project Schedule—A schedule, prepared and maintained by Contractor, in accordance with
the General Requirements, describing the sequence and duration of the activities comprising
the Contractor’s plan to accomplish the Work within the Contract Time.
25.Project—The Work to be performed under the Contract Documents.
26.Project Representative—The authorized representative of the City who will be assigned to
the Site.
27.Public Meeting – An announced meeting conducted by the Developer to facilitate public
participation and to assist the public in gaining an informed view of the Project.
28.Regular Working Hours – Hours beginning at 7:00 a.m. and ending at 6:00 p.m., Monday
thru Friday (excluding legal holidays).
29.Samples—Physical examples of materials, equipment, or workmanship that are
representative of some portion of the Work and which establish the standards by which such
portion of the Work will be judged.
00 73 10- 4
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 4 of 35
CITY OF FORT WORTH
STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
30. Schedule of Submittals—A schedule, prepared and maintained by Contractor, of required
submittals and the time requirements to support scheduled performance of related
construction activities.
31. Site—Lands or areas indicated in the Contract Documents as being furnished by City or
Developer upon which the Work is to be performed, including rights-of-way, permits, and
easements for access thereto, and such other lands furnished by City or Developer which are
designated for the use of Contractor.
32. Specifications—That part of the Contract Documents consisting of written requirements for
materials, equipment, systems, standards and workmanship as applied to the Work, and
certain administrative requirements and procedural matters applicable thereto.
Specifications may be specifically made a part of the Contract Documents by attachment or,
if not attached, may be incorporated by reference as indicated in the Table of Contents
(Division 00 00 00) of each Project.
33. Standard City Conditions – That part of the Contract Documents setting forth requirements
of the City.
34. Subcontractor—An individual or entity having a direct contract with Contractor or with any
other Subcontractor for the performance of a part of the Work at the Site.
35. Submittals—All drawings, diagrams, illustrations, schedules, and other data or information
which are specifically prepared or assembled by or for Contractor and submitted by
Contractor to illustrate some portion of the Work.
36. Superintendent – The representative of the Contractor who is available at all times and able
to receive instructions from the City and/or Developer and to act for the Contractor.
37. Supplementary Conditions—That part of the Contract Documents which amends or
supplements the General Conditions.
38. Supplier—A manufacturer, fabricator, supplier, distributor, materialman, or vendor having
a direct contract with Contractor or with any Subcontractor to furnish materials or
equipment to be incorporated in the Work by Contractor or Subcontractor.
39. Underground Facilities—All underground pipelines, conduits, ducts, cables, wires,
manholes, vaults, tanks, tunnels, or other such facilities or attachments, and any
encasements containing such facilities, including but not limited to, those that convey
electricity, gases, steam, liquid petroleum products, telephone or other communications,
cable television, water, wastewater, storm water, other liquids or chemicals, or traffic or
other control systems.
40. Weekend Working Hours – Hours beginning at 9:00 a.m. and ending at 5:00 p.m., Saturday,
Sunday or legal holiday, as approved in advance by the City.
00 73 10- 5
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 5 of 35
CITY OF FORT WORTH
STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
41. Work—The entire construction or the various separately identifiable parts thereof required
to be provided under the Contract Documents. Work includes and is the result of performing
or providing all labor, services, and documentation necessary to produce such construction
including any Participating Change Order, Non-Participating Change Order, or Field
Order, and furnishing, installing, and incorporating all materials and equipment into such
construction, all as required by the Contract Documents.
42. Working Day – A working day is defined as a day, not including Saturdays, Sundays, or
legal holidays authorized by the City for contract purposes, in which weather or other
conditions not under the control of the Contractor will permit the performance of the
principal unit of work underway for a continuous period of not less than 7 hours between 7
a.m. and 6 p.m.
1.02 Terminology
A. The words and terms discussed in Paragraph 1.02.B through D are not defined but, when used in
the Bidding Requirements or Contract Documents, have the indicated meaning.
B. Defective:
1. The word “defective,” when modifying the word “Work,” refers to Work that is
unsatisfactory, faulty, or deficient in that it:
a. does not conform to the Contract Documents; or
b. does not meet the requirements of any applicable inspection, reference standard, test, or
approval referred to in the Contract Documents; or
c. has been damaged prior to City’s written acceptance.
C. Furnish, Install, Perform, Provide:
1. The word “Furnish” or the word “Install” or the word “Perform” or the word “Provide” or
the word “Supply,” or any combination or similar directive or usage thereof, shall mean
furnishing and incorporating in the Work including all necessary labor, materials, equipment,
and everything necessary to perform the Work indicated, unless specifically limited in the
context used.
D. Unless stated otherwise in the Contract Documents, words or phrases that have a well-known
technical or construction industry or trade meaning are used in the Contract Documents in
accordance with such recognized meaning.
00 73 10- 6
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 6 of 35
CITY OF FORT WORTH
STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
ARTICLE 2 – PRELIMINARY MATTERS
2.01 Before Starting Construction
Baseline Schedules: Submit to City in accordance with the Contract Documents, and prior to starting
the Work. New schedules will be submitted to City when Participating Change Orders or Non-
Participating Change Orders occur.
2.02 Preconstruction Conference
Before any Work at the Site is started, the Contractor shall attend a Preconstruction Conference as
specified in the Contract Documents.
2.03 Public Meeting
Contractor may not mobilize any equipment, materials or resources to the Site prior to Contractor
attending the Public Meeting as scheduled by the City.
ARTICLE 3 – CONTRACT DOCUMENTS AND AMENDING
3.01 Reference Standards
A.Standards, Specifications, Codes, Laws, and Regulations
1.Reference to standards, specifications, manuals, or codes of any technical society,
organization, or association, or to Laws or Regulations, whether such reference be specific or
by implication, shall mean the standard, specification, manual, code, or Laws or Regulations
in effect at the time of opening of Bids (or on the Effective Date of the Agreement if there
were no Bids), except as may be otherwise specifically stated in the Contract Documents.
2.No provision or instruction shall be effective to assign to City, or any of its officers,
directors, members, partners, employees, agents, consultants, or subcontractors, any duty or
authority to supervise or direct the performance of the Work or any duty or authority to
undertake responsibility inconsistent with the provisions of the Contract Documents.
3.02 Amending and Supplementing Contract Documents
A.The Contract Documents may be amended to provide for additions, deletions, and revisions in
the Work or to modify the terms and conditions thereof by a Participating Change Order or a
Non-Participating Change Order.
B.The requirements of the Contract Documents may be supplemented, and minor variations and
deviations in the Work not involving a change in Contract Price or Contract Time, may be
authorized, by one or more of the following ways:
1.A Field Order;
00 73 10- 7
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 7 of 35
CITY OF FORT WORTH
STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
1.City’s or Engineer’s review of a Submittal (subject to the provisions of Paragraph 5.16.C); or
2.City’s written interpretation or clarification.
ARTICLE 4 – BONDS AND INSURANCE
4.01 Licensed Sureties and Insurers
All bonds and insurance required by the Contract Documents to be purchased and maintained by
Contractor shall be obtained from surety or insurance companies that are duly licensed or authorized
in the State of Texas to issue bonds or insurance policies for the limits and coverage so required.
Such surety and insurance companies shall also meet such additional requirements and qualifications
as may be provided Section 4.04.
4.02 Performance, Payment, and Maintenance Bonds
A.Contractor shall furnish performance and payment bonds in the name of Developer and City, in
accordance with Texas Government Code Chapter 2253 or successor statute, each in an amount
equal to the Contract Price as security for the faithful performance and payment of all of
Contractor’s obligations under the Contract Documents.
B.Contractor shall furnish maintenance bonds in the name of Developer and City in an amount
equal to the Contract Price as security to protect the City against any defects in any portion of the
Work described in the Contract Documents. Maintenance bonds shall remain in effect for two
(2) years after the date of Final Acceptance by the City.
C.All bonds shall be in the form prescribed by the Contract Documents except as provided
otherwise by Laws or Regulations, and shall be executed by such sureties as are named in the list
of “Companies Holding Certificates of Authority as Acceptable Sureties on Federal Bonds and
as Acceptable Reinsuring Companies” as published in Circular 570 (amended) by the Financial
Management Service, Surety Bond Branch, U.S. Department of the Treasury. All bonds signed
by an agent or attorney-in-fact must be accompanied by a sealed and dated power of attorney
which shall show that it is effective on the date the agent or attorney-in-fact signed each bond.
D.If the surety on any bond furnished by Contractor is declared bankrupt or becomes insolvent or
its right to do business is terminated in the State of Texas or it ceases to meet the requirements of
Paragraph 4.02.C, Contractor shall promptly notify City and shall, within 30 days after the event
giving rise to such notification, provide another bond and surety, both of which shall comply
with the requirements of Paragraphs 4.01 and 4.02.C.
4.03 Certificates of Insurance
Contractor shall deliver to Developer and City, with copies to each additional insured and loss payee
identified in these Standard City Conditions certificates of insurance (and other evidence of
insurance requested by City or any other additional insured) which Contractor is required to
purchase and maintain.
00 73 10- 8
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 8 of 35
CITY OF FORT WORTH
STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
1. The certificate of insurance shall document the City, an as “Additional Insured” on all
liability policies.
2. The Contractor’s general liability insurance shall include a, “per project” or “per location”,
endorsement, which shall be identified in the certificate of insurance provided to the City.
3. The certificate shall be signed by an agent authorized to bind coverage on behalf of the
insured, be complete in its entirety, and show complete insurance carrier names as listed in
the current A.M. Best Property & Casualty Guide
4. The insurers for all policies must be licensed and/or approved to do business in the State of
Texas. Except for workers’ compensation, all insurers must have a minimum rating of A-:
VII in the current A. M. Best Key Rating Guide or have reasonably equivalent financial
strength and solvency to the satisfaction of Risk Management. If the rating is below that
required, written approval of City is required.
5. All applicable policies shall include a Waiver of Subrogation (Rights of Recovery) in favor
of the City. In addition, the Contractor agrees to waive all rights of subrogation against the
Engineer (if applicable), and each additional insured identified in these Standard City
Conditions. Failure of the City to demand such certificates or other evidence of full
compliance with the insurance requirements or failure of the City to identify a deficiency
from evidence that is provided shall not be construed as a waiver of Contractor’s obligation
to maintain such lines of insurance coverage.
6. If insurance policies are not written for specified coverage limits, an Umbrella or Excess
Liability insurance for any differences is required. Excess Liability shall follow form of the
primary coverage.
7. Unless otherwise stated, all required insurance shall be written on the “occurrence basis”. If
coverage is underwritten on a claims-made basis, the retroactive date shall be coincident with
or prior to the date of the effective date of the agreement and the certificate of insurance shall
state that the coverage is claims-made and the retroactive date. The insurance coverage shall
be maintained for the duration of the Contract and for three (3) years following Final
Acceptance provided under the Contract Documents or for the warranty period, whichever is
longer. An annual certificate of insurance submitted to the City shall evidence such
insurance coverage.
8. Policies shall have no exclusions by endorsements, which, neither nullify or amend, the
required lines of coverage, nor decrease the limits of said coverage unless such endorsements
are approved in writing by the City. In the event a Contract has been bid or executed and the
exclusions are determined to be unacceptable or the City desires additional insurance
coverage, and the City desires the contractor/engineer to obtain such coverage, the contract
price shall be adjusted by the cost of the premium for such additional coverage plus 10%.
9. Any self-insured retention (SIR), in excess of $25,000.00, affecting required insurance
coverage shall be approved by the City in regards to asset value and stockholders' equity. In
00 73 10- 9
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 9 of 35
CITY OF FORT WORTH
STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
lieu of traditional insurance, alternative coverage maintained through insurance pools or risk
retention groups, must also be approved by City.
10.Any deductible in excess of $5,000.00, for any policy that does not provide coverage on a
first-dollar basis, must be acceptable to and approved by the City.
11.City, at its sole discretion, reserves the right to review the insurance requirements and to
make reasonable adjustments to insurance coverage’s and their limits when deemed
necessary and prudent by the City based upon changes in statutory law, court decision or the
claims history of the industry as well as of the contracting party to the City. The City shall
be required to provide prior notice of 90 days, and the insurance adjustments shall be
incorporated into the Work by Change Order.
12.City shall be entitled, upon written request and without expense, to receive copies of policies
and endorsements thereto and may make any reasonable requests for deletion or revision or
modifications of particular policy terms, conditions, limitations, or exclusions necessary to
conform the policy and endorsements to the requirements of the Contract. Deletions,
revisions, or modifications shall not be required where policy provisions are established by
law or regulations binding upon either party or the underwriter on any such policies.
13.City shall not be responsible for the direct payment of insurance premium costs for
Contractor’s insurance.
4.04 Contractor’s Insurance
A.Workers Compensation and Employers’ Liability. Contractor shall purchase and maintain such
insurance coverage with limits consistent with statutory benefits outlined in the Texas Workers’
Compensation Act (Texas Labor Code, Ch. 406, as amended), and minimum limits for
Employers’ Liability as is appropriate for the Work being performed and as will provide
protection from claims set forth below which may arise out of or result from Contractor’s
performance of the Work and Contractor’s other obligations under the Contract Documents,
whether it is to be performed by Contractor, any Subcontractor or Supplier, or by anyone directly
or indirectly employed by any of them to perform any of the Work, or by anyone for whose acts
any of them may be liable:
1.claims under workers’ compensation, disability benefits, and other similar employee benefit
acts;
2.claims for damages because of bodily injury, occupational sickness or disease, or death of
Contractor’s employees.
3.The limits of liability for the insurance shall provide the following coverages for not less
than the following amounts or greater where required by Laws and Regulations
a.Statutory limits
b.Employer's liability
00 73 10- 10
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 10 of 35
CITY OF FORT WORTH
STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
1) $100,000 each accident/occurrence
2) $100,000 Disease - each employee
3) $500,000 Disease - policy limit
B. Commercial General Liability. Coverage shall include but not be limited to covering liability
(bodily injury or property damage) arising from: premises/operations, independent contractors,
products/completed operations, personal injury, and liability under an insured contract. Insurance
shall be provided on an occurrence basis, and as comprehensive as the current Insurance
Services Office (ISO) policy. This insurance shall apply as primary insurance with respect to
any other insurance or self-insurance programs afforded to the City. The Commercial General
Liability policy, shall have no exclusions by endorsements that would alter of nullify
premises/operations, products/completed operations, contractual, personal injury, or advertising
injury, which are normally contained with the policy, unless the City approves such exclusions
in writing.
1. For construction projects that present a substantial completed operation exposure, the City
may require the contractor to maintain completed operations coverage for a minimum of no
less than three (3) years following the completion of the project
2. Contractor's Liability Insurance under this Section which shall be on a per project basis
covering the Contractor with minimum limits of:
a. $1,000,000 each occurrence
b. $2,000,000 aggregate limit
3. The policy must have an endorsement (Amendment – Aggregate Limits of Insurance)
making the General Aggregate Limits apply separately to each job site.
4. The Commercial General Liability Insurance policies shall provide “X”, “C”, and “U”
coverage’s. Verification of such coverage must be shown in the Remarks Article of the
Certificate of Insurance.
C. Automobile Liability. A commercial business auto policy shall provide coverage on “any auto”,
defined as autos owned, hired and non-owned and provide indemnity for claims for damages
because bodily injury or death of any person and or property damage arising out of the work,
maintenance or use of any motor vehicle by the Contractor, any Subcontractor or Supplier, or by
anyone directly or indirectly employed by any of them to perform any of the Work, or by anyone
for whose acts any of them may be liable.
1. Automobile Liability, Contractor’s Liability Insurance under this Section, which shall be in
an amount not less than the following amounts:
a. Automobile Liability - a commercial business policy shall provide coverage on "Any
Auto", defined as autos owned, hired and non-owned.
00 73 10- 11
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 11 of 35
CITY OF FORT WORTH
STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
1)$1,000,000 each accident on a combined single limit basis. Split limits are
acceptable if limits are at least:
2)$250,000 Bodily Injury per person
3)$500,000 Bodily Injury per accident /
4)$100,000 Property Damage
D.Railroad Protective Liability. If any of the work or any warranty work is within the limits of
railroad right-of-way, the Contractor shall comply with the following requirements:
1.The Contractor’s construction activities will require its employees, agents, subcontractors,
equipment, and material deliveries to cross railroad properties and tracks owned and
____operated by: ________________________________________________________
Write the name of the railroad company. (If none, then write none)
2.The Contractor shall conduct its operations on railroad properties in such a manner as not to
interfere with, hinder, or obstruct the railroad company in any manner whatsoever in the use
or operation of its/their trains or other property. Such operations on railroad properties may
require that Contractor to execute a “Right of Entry Agreement” with the particular railroad
company or companies involved, and to this end the Contractor should satisfy itself as to the
requirements of each railroad company and be prepared to execute the right-of-entry (if any)
required by a railroad company. The requirements specified herein likewise relate to the
Contractor’s use of private and/or construction access roads crossing said railroad company’s
properties.
3.The Contractual Liability coverage required by Paragraph 5.04D of the General Conditions
shall provide coverage for not less than the following amounts, issued by companies
satisfactory to the City and to the Railroad Company for a term that continues for so long as
the Contractor’s operations and work cross, occupy, or touch railroad property:
a.General Aggregate: _____________________________________
Enter limits provided by Railroad Company (If none, write none)
b.Each Occurrence: : _____________________________________
Enter limits provided by Railroad Company (If none, write none)
4.With respect to the above outlined insurance requirements, the following shall govern:
a.Where a single railroad company is involved, the Contractor shall provide one insurance
policy in the name of the railroad company. However, if more than one grade separation
or at-grade crossing is affected by the Project at entirely separate locations on the line or
lines of the same railroad company, separate coverage may be required, each in the
amount stated above.
b.Where more than one railroad company is operating on the same right-of-way or where
several railroad companies are involved and operated on their own separate rights-of-
none
none
none
00 73 10- 12
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 12 of 35
CITY OF FORT WORTH
STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
way, the Contractor may be required to provide separate insurance policies in the name
of each railroad company.
c.If, in addition to a grade separation or an at-grade crossing, other work or activity is
proposed on a railroad company’s right-of-way at a location entirely separate from the
grade separation or at-grade crossing, insurance coverage for this work must be included
in the policy covering the grade separation.
d.If no grade separation is involved but other work is proposed on a railroad company’s
right-of-way, all such other work may be covered in a single policy for that railroad, even
though the work may be at two or more separate locations.
5.No work or activities on a railroad company’s property to be performed by the Contractor
shall be commenced until the Contractor has furnished the City with an original policy or
policies of the insurance for each railroad company named, as required above. All such
insurance must be approved by the City and each affected Railroad Company prior to the
Contractor’s beginning work.
6.The insurance specified above must be carried until all Work to be performed on the railroad
right-of-way has been completed and the grade crossing, if any, is no longer used by the
Contractor. In addition, insurance must be carried during all maintenance and/or repair work
performed in the railroad right-of-way. Such insurance must name the railroad company as
the insured, together with any tenant or lessee of the railroad company operating over tracks
involved in the Project.
E.Notification of Policy Cancellation: Contractor shall immediately notify City upon cancellation
or other loss of insurance coverage. Contractor shall stop work until replacement insurance has
been procured. There shall be no time credit for days not worked pursuant to this section.
4.05 Acceptance of Bonds and Insurance; Option to Replace
If City has any objection to the coverage afforded by or other provisions of the bonds or insurance
required to be purchased and maintained by the Contractor in accordance with Article 5 on the basis
of non-conformance with the Contract Documents, the Developer and City shall so notify the
Contractor in writing within 10 Business Days after receipt of the certificates (or other evidence
requested). Contractor shall provide to the City such additional information in respect of insurance
provided as the Developer or City may reasonably request. If Contractor does not purchase or
maintain all of the bonds and insurance required by the Contract Documents, the Developer or City
shall notify the Contractor in writing of such failure prior to the start of the Work, or of such failure
to maintain prior to any change in the required coverage.
ARTICLE 5 – CONTRACTOR’S RESPONSIBILITIES
5.01 Supervision and Superintendent
A.Contractor shall supervise, inspect, and direct the Work competently and efficiently, devoting
such attention thereto and applying such skills and expertise as may be necessary to perform the
00 73 10- 13
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 13 of 35
CITY OF FORT WORTH
STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
Work in accordance with the Contract Documents. Contractor shall be solely responsible for the
means, methods, techniques, sequences, and procedures of construction.
B.At all times during the progress of the Work, Contractor shall assign a competent, English-
speaking, Superintendent who shall not be replaced without written notice to City. The
Superintendent will be Contractor’s representative at the Site and shall have authority to act on
behalf of Contractor. All communication given to or received from the Superintendent shall be
binding on Contractor.
C.Contractor shall notify the City 24 hours prior to moving areas during the sequence of
construction.
5.02 Labor; Working Hours
A.Contractor shall provide competent, suitably qualified personnel to perform construction as
required by the Contract Documents. Contractor shall at all times maintain good discipline and
order at the Site.
B.Except as otherwise required for the safety or protection of persons or the Work or property at
the Site or adjacent thereto, and except as otherwise stated in the Contract Documents, all Work
at the Site shall be performed during Regular Working Hours. Contractor will not permit the
performance of Work beyond Regular Working Hours or for Weekend Working Hours without
City’s written consent (which will not be unreasonably withheld). Written request (by letter or
electronic communication) to perform Work:
1.for beyond Regular Working Hours request must be made by noon at least two (2) Business
Days prior
2.for Weekend Working Hours request must be made by noon of the preceding Thursday
3.for legal holidays request must be made by noon two Business Days prior to the legal
holiday.
5.03 Services, Materials, and Equipment
A.Unless otherwise specified in the Contract Documents, Contractor shall provide and assume full
responsibility for all services, materials, equipment, labor, transportation, construction
equipment and machinery, tools, appliances, fuel, power, light, heat, telephone, water, sanitary
facilities, temporary facilities, and all other facilities and incidentals necessary for the
performance, Contractor required testing, start-up, and completion of the Work.
B.All materials and equipment incorporated into the Work shall be as specified or, if not specified,
shall be of good quality and new, except as otherwise provided in the Contract Documents. All
special warranties and guarantees required by the Specifications shall expressly run to the benefit
of City. If required by City, Contractor shall furnish satisfactory evidence (including reports of
required tests) as to the source, kind, and quality of materials and equipment.
00 73 10- 14
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 14 of 35
CITY OF FORT WORTH
STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
C. All materials and equipment to be incorporated into the Work shall be stored, applied, installed,
connected, erected, protected, used, cleaned, and conditioned in accordance with instructions of
the applicable Supplier, except as otherwise may be provided in the Contract Documents.
5.04 Project Schedule
A. Contractor shall adhere to the Project Schedule established in accordance with Paragraph 2.01
and the General Requirements as it may be adjusted from time to time as provided below.
1. Contractor shall submit to City for acceptance (to the extent indicated in Paragraph 2.01 and
the General Requirements) proposed adjustments in the Project Schedule.
2. Proposed adjustments in the Project Schedule that will change the Contract Time shall be
submitted in accordance with the requirements of Article 9. Adjustments in Contract Time
for projects with City participation shall be made by participating change orders.
5.05 Substitutes and “Or-Equals”
A. Whenever an item of material or equipment is specified or described in the Contract Documents
by using the name of a proprietary item or the name of a particular Supplier, the specification or
description is intended to establish the type, function, appearance, and quality required. Unless
the specification or description contains or is followed by words reading that no like, equivalent,
or “or-equal” item or no substitution is permitted, other items of material or equipment of other
Suppliers may be submitted to City for review under the circumstances described below.
1. “Or-Equal” Items: If in City’s sole discretion an item of material or equipment proposed by
Contractor is functionally equal to that named and sufficiently similar so that no change in
related Work will be required, it may be considered by City as an “or-equal” item, in which
case review and approval of the proposed item may, in City’s sole discretion, be
accomplished without compliance with some or all of the requirements for approval of
proposed substitute items. For the purposes of this Paragraph 5.05.A.1, a proposed item of
material or equipment will be considered functionally equal to an item so named if:
a. City determines that:
1) it is at least equal in materials of construction, quality, durability, appearance,
strength, and design characteristics;
2) it will reliably perform at least equally well the function and achieve the results
imposed by the design concept of the completed Project as a functioning whole; and
3) it has a proven record of performance and availability of responsive service; and
b. Contractor certifies that, if approved and incorporated into the Work:
1) there will be no increase in cost to the City or increase in Contract Time; and
00 73 10- 15
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 15 of 35
CITY OF FORT WORTH
STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
2)it will conform substantially to the detailed requirements of the item named in the
Contract Documents.
2.Substitute Items:
a.If in City’s sole discretion an item of material or equipment proposed by Contractor does
not qualify as an “or-equal” item under Paragraph 5.05.A.1, it may be submitted as a
proposed substitute item.
b.Contractor shall submit sufficient information as provided below to allow City to
determine if the item of material or equipment proposed is essentially equivalent to that
named and an acceptable substitute therefor. Requests for review of proposed substitute
items of material or equipment will not be accepted by City from anyone other than
Contractor.
c.Contractor shall make written application to City for review of a proposed substitute item
of material or equipment that Contractor seeks to furnish or use. The application shall
comply with Section 01 25 00 and:
1)shall certify that the proposed substitute item will:
i.perform adequately the functions and achieve the results called for by the general
design;
ii.be similar in substance to that specified;
iii.be suited to the same use as that specified; and
2)will state:
i.the extent, if any, to which the use of the proposed substitute item will prejudice
Contractor’s achievement of final completion on time;
ii.whether use of the proposed substitute item in the Work will require a change in
any of the Contract Documents (or in the provisions of any other direct contract
with City for other work on the Project) to adapt the design to the proposed
substitute item;
iii.whether incorporation or use of the proposed substitute item in connection with
the Work is subject to payment of any license fee or royalty; and
3)will identify:
i.all variations of the proposed substitute item from that specified;
ii.available engineering, sales, maintenance, repair, and replacement services; and
00 73 10- 16
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 16 of 35
CITY OF FORT WORTH
STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
4)shall contain an itemized estimate of all costs or credits that will result directly or
indirectly from use of such substitute item, including costs of redesign and Damage
Claims of other contractors affected by any resulting change.
B.Substitute Construction Methods or Procedures: If a specific means, method, technique,
sequence, or procedure of construction is expressly required by the Contract Documents,
Contractor may furnish or utilize a substitute means, method, technique, sequence, or procedure
of construction approved by City. Contractor shall submit sufficient information to allow City, in
City’s sole discretion, to determine that the substitute proposed is equivalent to that expressly
called for by the Contract Documents. Contractor shall make written application to City for
review in the same manner as those provided in Paragraph 5.05.A.2.
C.City’s Evaluation: City will be allowed a reasonable time within which to evaluate each
proposal or submittal made pursuant to Paragraphs 5.05.A and 5.05.B. City may require
Contractor to furnish additional data about the proposed substitute. City will be the sole judge of
acceptability. No “or-equal” or substitute will be ordered, installed or utilized until City’s review
is complete, which will be evidenced by a Change Order in the case of a substitute and an
accepted Submittal for an “or-equal.” City will advise Contractor in writing of its determination.
D.Special Guarantee: City may require Contractor to furnish at Contractor’s expense a special
performance guarantee, warranty, or other surety with respect to any substitute. Contractor shall
indemnify and hold harmless City and anyone directly or indirectly employed by them from and
against any and all claims, damages, losses and expenses (including attorneys fees) arising out
of the use of substituted materials or equipment.
E.City’s Cost Reimbursement: City will record City’s costs in evaluating a substitute proposed or
submitted by Contractor pursuant to Paragraphs 5.05.A.2 and 5.05.B. Whether or not City
approves a substitute so proposed or submitted by Contractor, Contractor may be required to
reimburse City for evaluating each such proposed substitute. Contractor may also be required to
reimburse City for the charges for making changes in the Contract Documents.
F.Contractor’s Expense: Contractor shall provide all data in support of any proposed substitute or
“or-equal” at Contractor’s expense.
G.Substitute Reimbursement: Costs (savings or charges) attributable to acceptance of a substitute
shall be incorporated to the Contract by Participating Change Order.
5.06 Pre-Qualification of Bidders (Prime Contractors and Subcontractors)
A.The Contractor and any subcontractors are required to be prequalified for the work types
requiring pre-qualification
5.07 Concerning Subcontractors, Suppliers, and Others
A.Minority and Women Owned Business Enterprise Compliance:
00 73 10- 17
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 17 of 35
CITY OF FORT WORTH
STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
Required for this Contract.
(Check this box if there is any City Participation)
Not Required for this Contract.
It is City policy to ensure the full and equitable participation by Minority and Women Business
Enterprises (MWBE) in the procurement of goods and services on a contractual basis. If the
Contract Documents provide for a MWBE goal, Contractor is required to comply with the intent
of the City’s MWBE Ordinance (as amended) by the following:
1.Contractor shall, upon request by City, provide complete and accurate information regarding
actual work performed by a MWBE on the Contract and payment therefor.
2.Contractor will not make additions, deletions, or substitutions of accepted MWBE without
written consent of the City. Any unjustified change or deletion shall be a material breach of
Contract and may result in debarment in accordance with the procedures outlined in the
Ordinance.
3.Contractor shall, upon request by City, allow an audit and/or examination of any books,
records, or files in the possession of the Contractor that will substantiate the actual work
performed by an MWBE. Material misrepresentation of any nature will be grounds for
termination of the Contract. Any such misrepresentation may be grounds for disqualification
of Contractor to bid on future contracts with the City for a period of not less than three years.
B.Contractor shall be fully responsible to City for all acts and omissions of the Subcontractors,
Suppliers, and other individuals or entities performing or furnishing any of the Work just as
Contractor is responsible for Contractor’s own acts and omissions. Nothing in the Contract
Documents:
1.shall create for the benefit of any such Subcontractor, Supplier, or other individual or entity
any contractual relationship between City and any such Subcontractor, Supplier or other
individual or entity; nor
2.shall create any obligation on the part of City to pay or to see to the payment of any moneys
due any such Subcontractor, Supplier, or other individual or entity except as may otherwise
be required by Laws and Regulations.
C.Contractor shall be solely responsible for scheduling and coordinating the Work of
Subcontractors, Suppliers, and other individuals or entities performing or furnishing any of the
Work under a direct or indirect contract with Contractor.
D.All Subcontractors, Suppliers, and such other individuals or entities performing or furnishing
any of the Work shall communicate with City through Contractor.
E.All Work performed for Contractor by a Subcontractor or Supplier will be pursuant to an
appropriate agreement between Contractor and the Subcontractor or Supplier which specifically
binds the Subcontractor or Supplier to the applicable terms and conditions of these Contract
00 73 10- 18
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 18 of 35
CITY OF FORT WORTH
STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
Documents, Contractor shall provide City contract numbers and reference numbers to the
Subcontractors and/or Suppliers.
5.08 Wage Rates
Not Required for this Contract.
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 25 00 - 1
SUBSTITUTION PROCEDURES
Page 1 of 4
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Northstar Section 2, Phase 1
City Project Number 102270
Revised July 1, 2011
SECTION 01 25 00
SUBSTITUTION PROCEDURES
PART 1 - GENERAL
1.1 SUMMARY
A.Section Includes:
1. The procedure for requesting the approval of substitution of a product that is not
equivalent to a product which is specified by descriptive or performance criteria or
defined by reference to 1 or more of the following:
a.Name of manufacturer
b. Name of vendor
c.Trade name
d. Catalog number
2.Substitutions are not "or-equals".
B.Deviations from this City of Fort Worth Standard Specification
1. None.
C.Related Specification Sections include, but are not necessarily limited to:
1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract
2.Division 1 – General Requirements
1.2 PRICE AND PAYMENT PROCEDURES
A.Measurement and Payment
1. Work associated with this Item is considered subsidiary to the various items bid.
No separate payment will be allowed for this Item.
1.3 REFERENCES [NOT USED]
1.4 ADMINISTRATIVE REQUIREMENTS
A.Request for Substitution - General
1.Within 30 days after award of Contract (unless noted otherwise), the City will
consider formal requests from Contractor for substitution of products in place of
those specified.
2. Certain types of equipment and kinds of material are described in Specifications by
means of references to names of manufacturers and vendors, trade names, or
catalog numbers.
a.When this method of specifying is used, it is not intended to exclude from
consideration other products bearing other manufacturer's or vendor's names,
trade names, or catalog numbers, provided said products are "or-equals," as
determined by City.
3. Other types of equipment and kinds of material may be acceptable substitutions
under the following conditions:
a.Or-equals are unavailable due to strike, discontinued production of products
meeting specified requirements, or other factors beyond control of Contractor;
or,
01 25 00 - 2
SUBSTITUTION PROCEDURES
Page 2 of 4
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Northstar Section 2, Phase 1
City Project Number 102270
Revised July 1, 2011
b. Contractor proposes a cost and/or time reduction incentive to the City.
1.5 SUBMITTALS
A.See Request for Substitution Form (attached)
B.Procedure for Requesting Substitution
1. Substitution shall be considered only:
a.After award of Contract
b. Under the conditions stated herein
2.Submit 3 copies of each written request for substitution, including:
a.Documentation
1)Complete data substantiating compliance of proposed substitution with
Contract Documents
2) Data relating to changes in construction schedule, when a reduction is
proposed
3) Data relating to changes in cost
b. For products
1) Product identification
a)Manufacturer's name
b) Telephone number and representative contact name
c)Specification Section or Drawing reference of originally specified
product, including discrete name or tag number assigned to original
product in the Contract Documents
2) Manufacturer's literature clearly marked to show compliance of proposed
product with Contract Documents
3) Itemized comparison of original and proposed product addressing product
characteristics including, but not necessarily limited to:
a)Size
b) Composition or materials of construction
c)Weight
d) Electrical or mechanical requirements
4) Product experience
a)Location of past projects utilizing product
b) Name and telephone number of persons associated with referenced
projects knowledgeable concerning proposed product
c)Available field data and reports associated with proposed product
5)Samples
a)Provide at request of City.
b) Samples become the property of the City.
c.For construction methods:
1) Detailed description of proposed method
2) Illustration drawings
C.Approval or Rejection
1. Written approval or rejection of substitution given by the City
2. City reserves the right to require proposed product to comply with color and pattern
of specified product if necessary to secure design intent.
3. In the event the substitution is approved, the resulting cost and/or time reduction
will be documented by Change Order in accordance with the General Conditions.
01 25 00 - 3
SUBSTITUTION PROCEDURES
Page 3 of 4
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised July 1, 2011
4. No additional contract time will be given for substitution.
5. Substitution will be rejected if:
a.Submittal is not through the Contractor with his stamp of approval
b. Request is not made in accordance with this Specification Section
c.In the City’s opinion, acceptance will require substantial revision of the original
design
d. In the City’s opinion, substitution will not perform adequately the function
consistent with the design intent
1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED]
1.7 CLOSEOUT SUBMITTALS [NOT USED]
1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
1.9 QUALITY ASSURANCE
A.In making request for substitution or in using an approved product, the Contractor
represents that the Contractor:
1. Has investigated proposed product, and has determined that it is adequate or
superior in all respects to that specified, and that it will perform function for which
it is intended
2. Will provide same guarantee for substitute item as for product specified
3. Will coordinate installation of accepted substitution into Work, to include building
modifications if necessary, making such changes as may be required for Work to be
complete in all respects
4. Waives all claims for additional costs related to substitution which subsequently
arise
1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED]
1.11 FIELD [SITE] CONDITIONS [NOT USED]
1.12 WARRANTY [NOT USED]
PART 2 - PRODUCTS [NOT USED]
PART 3 - EXECUTION [NOT USED]
END OF SECTION
Revision Log
DATE NAME SUMMARY OF CHANGE
Northstar Section 2, Phase 1
City Project Number 102270
01 25 00 - 4
SUBSTITUTION PROCEDURES
Page 4 of 4
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised July 1, 2011
EXHIBIT A
REQUEST FOR SUBSTITUTION FORM:
TO:
PROJECT: DATE:
We hereby submit for your consideration the following product instead of the specified item for
the above project:
SECTION PARAGRAPH SPECIFIED ITEM
Proposed Substitution:
Reason for Substitution:
Include complete information on changes to Drawings and/or Specifications which proposed
substitution will require for its proper installation.
Fill in Blanks Below:
A.Will the undersigned contractor pay for changes to the building design, including engineering
and detailing costs caused by the requested substitution?
B.What effect does substitution have on other trades?
C.Differences between proposed substitution and specified item?
D.Differences in product cost or product delivery time?
E.Manufacturer's guarantees of the proposed and specified items are:
Equal Better (explain on attachment)
The undersigned states that the function, appearance and quality are equivalent or superior to the
specified item.
Submitted By: For Use by City
Signature Recommended Recommended
as noted
Firm Not recommended Received late
Address By
Date
Date Remarks
Telephone
For Use by City:
Approved Rejected
City Date
Northstar Section 2, Phase 1
City Project Number 102270
01 31 19 - 1
PRECONSTRUCTION MEETING
Page 1 of 3
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number]
Revised August 17, 2012
SECTION 01 31 19
PRECONSTRUCTION MEETING
PART 1 - GENERAL
1.1 SUMMARY
A. Section Includes:
1. Provisions for the preconstruction meeting to be held prior to the start of Work to
clarify construction contract administration procedures
B. Deviations from this City of Fort Worth Standard Specification
1. None.
C. Related Specification Sections include, but are not necessarily limited to:
1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract
2. Division 1 – General Requirements
1.2 PRICE AND PAYMENT PROCEDURES
A. Measurement and Payment
1. Work associated with this Item is considered subsidiary to the various items bid.
No separate payment will be allowed for this Item.
1.3 REFERENCES [NOT USED]
1.4 ADMINISTRATIVE REQUIREMENTS
A. Coordination
1. Attend preconstruction meeting.
2. Representatives of Contractor, subcontractors and suppliers attending meetings
shall be qualified and authorized to act on behalf of the entity each represents.
3. Meeting administered by City may be tape recorded.
a. If recorded, tapes will be used to prepare minutes and retained by City for
future reference.
B. Preconstruction Meeting
1. A preconstruction meeting will be held within 14 days after the execution of the
Agreement and before Work is started.
a. The meeting will be scheduled and administered by the City.
2. The Project Representative will preside at the meeting, prepare the notes of the
meeting and distribute copies of same to all participants who so request by fully
completing the attendance form to be circulated at the beginning of the meeting.
3. Attendance shall include:
a. Project Representative
b. Contractor's project manager
c. Contractor's superintendent
d. Any subcontractor or supplier representatives whom the Contractor may desire
to invite or the City may request
Northstar Section 2, Phase 1
CPN 102270
01 31 19 - 2
PRECONSTRUCTION MEETING
Page 2 of 3
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number]
Revised August 17, 2012
e. Other City representatives
f. Others as appropriate
4. Construction Schedule
a. Prepare baseline construction schedule in accordance with Section 01 32 16 and
provide at Preconstruction Meeting.
b. City will notify Contractor of any schedule changes upon Notice of
Preconstruction Meeting.
5. Preliminary Agenda may include:
a. Introduction of Project Personnel
b. General Description of Project
c. Status of right-of-way, utility clearances, easements or other pertinent permits
d. Contractor’s work plan and schedule
e. Contract Time
f. Notice to Proceed
g. Construction Staking
h. Progress Payments
i. Extra Work and Change Order Procedures
j. Field Orders
k. Disposal Site Letter for Waste Material
l. Insurance Renewals
m. Payroll Certification
n. Material Certifications and Quality Control Testing
o. Public Safety and Convenience
p. Documentation of Pre-Construction Conditions
q. Weekend Work Notification
r. Legal Holidays
s. Trench Safety Plans
t. Confined Space Entry Standards
u. Coordination with the City’s representative for operations of existing water
systems
v. Storm Water Pollution Prevention Plan
w. Coordination with other Contractors
x. Early Warning System
y. Contractor Evaluation
z. Special Conditions applicable to the project
aa. Damages Claims
bb. Submittal Procedures
cc. Substitution Procedures
dd. Correspondence Routing
ee. Record Drawings
ff. Temporary construction facilities
gg. M/WBE or MBE/SBE procedures
hh. Final Acceptance
ii. Final Payment
jj. Questions or Comments
Northstar Section 2, Phase 1
CPN 102270
01 31 19 - 3
PRECONSTRUCTION MEETING
Page 3 of 3
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number]
Revised August 17, 2012
1.5 SUBMITTALS [NOT USED]
1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED]
1.7 CLOSEOUT SUBMITTALS [NOT USED]
1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
1.9 QUALITY ASSURANCE [NOT USED]
1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED]
1.11 FIELD [SITE] CONDITIONS [NOT USED]
1.12 WARRANTY [NOT USED]
PART 2 - PRODUCTS [NOT USED]
PART 3 - EXECUTION [NOT USED]
END OF SECTION
Revision Log
DATE NAME SUMMARY OF CHANGE
Northstar Section 2, Phase 1
CPN 102270
01 32 33 - 1
PRECONSTRUCTION VIDEO
Page 1 of 2
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Northstar Section 2, Phase 1
City Project No. 102270
Revised July 1, 2011
SECTION 01 32 33
PRECONSTRUCTION VIDEO
PART 1 - GENERAL
1.1 SUMMARY
A.Section Includes:
1. Administrative and procedural requirements for:
a.Preconstruction Videos
B.Deviations from this City of Fort Worth Standard Specification
1. None.
C.Related Specification Sections include, but are not necessarily limited to:
1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract
2. Division 1 – General Requirements
1.2 PRICE AND PAYMENT PROCEDURES
A.Measurement and Payment
1. Work associated with this Item is considered subsidiary to the various items bid.
No separate payment will be allowed for this Item.
1.3 REFERENCES [NOT USED]
1.4 ADMINISTRATIVE REQUIREMENTS
A.Preconstruction Video
1. Produce a preconstruction video of the site/alignment, including all areas in the
vicinity of and to be affected by construction.
a.Provide digital copy of video upon request by the City.
2. Retain a copy of the preconstruction video until the end of the maintenance surety
period.
1.5 SUBMITTALS [NOT USED]
1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED]
1.7 CLOSEOUT SUBMITTALS [NOT USED]
1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
1.9 QUALITY ASSURANCE [NOT USED]
1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED]
1.11 FIELD [SITE] CONDITIONS [NOT USED]
1.12 WARRANTY [NOT USED]
PART 2 - PRODUCTS [NOT USED]
01 32 33 - 2
PRECONSTRUCTION VIDEO
Page 2 of 2
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Northstar Section 2, Phase 1
City Project No. 102270
Revised July 1, 2011
PART 3 - EXECUTION [NOT USED]
END OF SECTION
Revision Log
DATE NAME SUMMARY OF CHANGE
01 33 00 - 1
SUBMITTALS
Page 1 of 8
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number]
Revised December 20, 2012
SECTION 01 33 00
SUBMITTALS
PART 1 - GENERAL
1.1 SUMMARY
A. Section Includes:
1. General methods and requirements of submissions applicable to the following
Work-related submittals:
a. Shop Drawings
b. Product Data (including Standard Product List submittals)
c. Samples
d. Mock Ups
B. Deviations from this City of Fort Worth Standard Specification
1. None.
C. Related Specification Sections include, but are not necessarily limited to:
1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract
2. Division 1 – General Requirements
1.2 PRICE AND PAYMENT PROCEDURES
A. Measurement and Payment
1. Work associated with this Item is considered subsidiary to the various items bid.
No separate payment will be allowed for this Item.
1.3 REFERENCES [NOT USED]
1.4 ADMINISTRATIVE REQUIREMENTS
A. Coordination
1. Notify the City in writing, at the time of submittal, of any deviations in the
submittals from the requirements of the Contract Documents.
2. Coordination of Submittal Times
a. Prepare, prioritize and transmit each submittal sufficiently in advance of
performing the related Work or other applicable activities, or within the time
specified in the individual Work Sections, of the Specifications.
b. Contractor is responsible such that the installation will not be delayed by
processing times including, but not limited to:
a) Disapproval and resubmittal (if required)
b) Coordination with other submittals
c) Testing
d) Purchasing
e) Fabrication
f) Delivery
g) Similar sequenced activities
c. No extension of time will be authorized because of the Contractor's failure to
transmit submittals sufficiently in advance of the Work.
Northstar Section 2, Phase 1
CPN 102270
01 33 00 - 2
SUBMITTALS
Page 2 of 8
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number]
Revised December 20, 2012
d. Make submittals promptly in accordance with approved schedule, and in such
sequence as to cause no delay in the Work or in the work of any other
contractor.
B. Submittal Numbering
1. When submitting shop drawings or samples, utilize a 9-character submittal cross-
reference identification numbering system in the following manner:
a. Use the first 6 digits of the applicable Specification Section Number.
b. For the next 2 digits number use numbers 01-99 to sequentially number each
initial separate item or drawing submitted under each specific Section number.
c. Last use a letter, A-Z, indicating the resubmission of the same drawing (i.e.
A=2nd submission, B=3rd submission, C=4th submission, etc.). A typical
submittal number would be as follows:
03 30 00-08-B
1) 03 30 00 is the Specification Section for Concrete
2) 08 is the eighth initial submittal under this Specification Section
3) B is the third submission (second resubmission) of that particular shop
drawing
C. Contractor Certification
1. Review shop drawings, product data and samples, including those by
subcontractors, prior to submission to determine and verify the following:
a. Field measurements
b. Field construction criteria
c. Catalog numbers and similar data
d. Conformance with the Contract Documents
2. Provide each shop drawing, sample and product data submitted by the Contractor
with a Certification Statement affixed including:
a. The Contractor's Company name
b. Signature of submittal reviewer
c. Certification Statement
1) “By this submittal, I hereby represent that I have determined and verified
field measurements, field construction criteria, materials, dimensions,
catalog numbers and similar data and I have checked and coordinated each
item with other applicable approved shop drawings."
D. Submittal Format
1. Fold shop drawings larger than 8 ½ inches x 11 inches to 8 ½ inches x 11inches.
2. Bind shop drawings and product data sheets together.
3. Order
a. Cover Sheet
1) Description of Packet
2) Contractor Certification
b. List of items / Table of Contents
c. Product Data /Shop Drawings/Samples /Calculations
E. Submittal Content
1. The date of submission and the dates of any previous submissions
Northstar Section 2, Phase 1
CPN 102270
01 33 00 - 3
SUBMITTALS
Page 3 of 8
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number]
Revised December 20, 2012
2. The Project title and number
3. Contractor identification
4. The names of:
a. Contractor
b. Supplier
c. Manufacturer
5. Identification of the product, with the Specification Section number, page and
paragraph(s)
6. Field dimensions, clearly identified as such
7. Relation to adjacent or critical features of the Work or materials
8. Applicable standards, such as ASTM or Federal Specification numbers
9. Identification by highlighting of deviations from Contract Documents
10. Identification by highlighting of revisions on resubmittals
11. An 8-inch x 3-inch blank space for Contractor and City stamps
F. Shop Drawings
1. As specified in individual Work Sections includes, but is not necessarily limited to:
a. Custom-prepared data such as fabrication and erection/installation (working)
drawings
b. Scheduled information
c. Setting diagrams
d. Actual shopwork manufacturing instructions
e. Custom templates
f. Special wiring diagrams
g. Coordination drawings
h. Individual system or equipment inspection and test reports including:
1) Performance curves and certifications
i. As applicable to the Work
2. Details
a. Relation of the various parts to the main members and lines of the structure
b. Where correct fabrication of the Work depends upon field measurements
1) Provide such measurements and note on the drawings prior to submitting
for approval.
G. Product Data
1. For submittals of product data for products included on the City’s Standard Product
List, clearly identify each item selected for use on the Project.
2. For submittals of product data for products not included on the City’s Standard
Product List, submittal data may include, but is not necessarily limited to:
a. Standard prepared data for manufactured products (sometimes referred to as
catalog data)
1) Such as the manufacturer's product specification and installation
instructions
2) Availability of colors and patterns
3) Manufacturer's printed statements of compliances and applicability
4) Roughing-in diagrams and templates
5) Catalog cuts
6) Product photographs
Northstar Section 2, Phase 1
CPN 102270
01 33 00 - 4
SUBMITTALS
Page 4 of 8
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number]
Revised December 20, 2012
7) Standard wiring diagrams
8) Printed performance curves and operational-range diagrams
9) Production or quality control inspection and test reports and certifications
10) Mill reports
11) Product operating and maintenance instructions and recommended
spare-parts listing and printed product warranties
12) As applicable to the Work
H. Samples
1. As specified in individual Sections, include, but are not necessarily limited to:
a. Physical examples of the Work such as:
1) Sections of manufactured or fabricated Work
2) Small cuts or containers of materials
3) Complete units of repetitively used products color/texture/pattern swatches
and range sets
4) Specimens for coordination of visual effect
5) Graphic symbols and units of Work to be used by the City for independent
inspection and testing, as applicable to the Work
I. Do not start Work requiring a shop drawing, sample or product data nor any material to
be fabricated or installed prior to the approval or qualified approval of such item.
1. Fabrication performed, materials purchased or on-site construction accomplished
which does not conform to approved shop drawings and data is at the Contractor's
risk.
2. The City will not be liable for any expense or delay due to corrections or remedies
required to accomplish conformity.
3. Complete project Work, materials, fabrication, and installations in conformance
with approved shop drawings, applicable samples, and product data.
J. Submittal Distribution
1. Electronic Distribution
a. Confirm development of Project directory for electronic submittals to be
uploaded to City’s Buzzsaw site, or another external FTP site approved by the
City.
b. Shop Drawings
1) Upload submittal to designated project directory and notify appropriate
City representatives via email of submittal posting.
2) Hard Copies
a) 3 copies for all submittals
b) If Contractor requires more than 1 hard copy of Shop Drawings
returned, Contractor shall submit more than the number of copies listed
above.
c. Product Data
1) Upload submittal to designated project directory and notify appropriate
City representatives via email of submittal posting.
2) Hard Copies
a) 3 copies for all submittals
d. Samples
1) Distributed to the Project Representative
2. Hard Copy Distribution (if required in lieu of electronic distribution)
Northstar Section 2, Phase 1
CPN 102270
01 33 00 - 5
SUBMITTALS
Page 5 of 8
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number]
Revised December 20, 2012
a. Shop Drawings
1) Distributed to the City
2) Copies
a) 8 copies for mechanical submittals
b) 7 copies for all other submittals
c) If Contractor requires more than 3 copies of Shop Drawings returned,
Contractor shall submit more than the number of copies listed above.
b. Product Data
1) Distributed to the City
2) Copies
a) 4 copies
c. Samples
1) Distributed to the Project Representative
2) Copies
a) Submit the number stated in the respective Specification Sections.
3. Distribute reproductions of approved shop drawings and copies of approved
product data and samples, where required, to the job site file and elsewhere as
directed by the City.
a. Provide number of copies as directed by the City but not exceeding the number
previously specified.
K. Submittal Review
1. The review of shop drawings, data and samples will be for general conformance
with the design concept and Contract Documents. This is not to be construed as:
a. Permitting any departure from the Contract requirements
b. Relieving the Contractor of responsibility for any errors, including details,
dimensions, and materials
c. Approving departures from details furnished by the City, except as otherwise
provided herein
2. The review and approval of shop drawings, samples or product data by the City
does not relieve the Contractor from his/her responsibility with regard to the
fulfillment of the terms of the Contract.
a. All risks of error and omission are assumed by the Contractor, and the City will
have no responsibility therefore.
3. The Contractor remains responsible for details and accuracy, for coordinating the
Work with all other associated work and trades, for selecting fabrication processes,
for techniques of assembly and for performing Work in a safe manner.
4. If the shop drawings, data or samples as submitted describe variations and show a
departure from the Contract requirements which City finds to be in the interest of
the City and to be so minor as not to involve a change in Contract Price or time for
performance, the City may return the reviewed drawings without noting an
exception.
5. Submittals will be returned to the Contractor under 1 of the following codes:
a. Code 1
1) "NO EXCEPTIONS TAKEN" is assigned when there are no notations or
comments on the submittal.
a) When returned under this code the Contractor may release the
equipment and/or material for manufacture.
b. Code 2
Northstar Section 2, Phase 1
CPN 102270
01 33 00 - 6
SUBMITTALS
Page 6 of 8
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number]
Revised December 20, 2012
1) "EXCEPTIONS NOTED". This code is assigned when a confirmation of
the notations and comments IS NOT required by the Contractor.
a) The Contractor may release the equipment or material for manufacture;
however, all notations and comments must be incorporated into the
final product.
c. Code 3
1) "EXCEPTIONS NOTED/RESUBMIT". This combination of codes is
assigned when notations and comments are extensive enough to require a
resubmittal of the package.
a) The Contractor may release the equipment or material for manufacture;
however, all notations and comments must be incorporated into the
final product.
b) This resubmittal is to address all comments, omissions and
non-conforming items that were noted.
c) Resubmittal is to be received by the City within 15 Calendar Days of
the date of the City's transmittal requiring the resubmittal.
d. Code 4
1) "NOT APPROVED" is assigned when the submittal does not meet the
intent of the Contract Documents.
a) The Contractor must resubmit the entire package revised to bring the
submittal into conformance.
b) It may be necessary to resubmit using a different manufacturer/vendor
to meet the Contract Documents.
6. Resubmittals
a. Handled in the same manner as first submittals
1) Corrections other than requested by the City
2) Marked with revision triangle or other similar method
a) At Contractor’s risk if not marked
b. Submittals for each item will be reviewed no more than twice at the City’s
expense.
1) All subsequent reviews will be performed at times convenient to the City
and at the Contractor's expense, based on the City's or City
Representative’s then prevailing rates.
2) Provide Contractor reimbursement to the City within 30 Calendar Days for
all such fees invoiced by the City.
c. The need for more than 1 resubmission or any other delay in obtaining City's
review of submittals, will not entitle the Contractor to an extension of Contract
Time.
7. Partial Submittals
a. City reserves the right to not review submittals deemed partial, at the City’s
discretion.
b. Submittals deemed by the City to be not complete will be returned to the
Contractor, and will be considered "Not Approved" until resubmitted.
c. The City may at its option provide a list or mark the submittal directing the
Contractor to the areas that are incomplete.
8. If the Contractor considers any correction indicated on the shop drawings to
constitute a change to the Contract Documents, then written notice must be
provided thereof to the City at least 7 Calendar Days prior to release for
manufacture.
Northstar Section 2, Phase 1
CPN 102270
01 33 00 - 7
SUBMITTALS
Page 7 of 8
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number]
Revised December 20, 2012
9. When the shop drawings have been completed to the satisfaction of the City, the
Contractor may carry out the construction in accordance therewith and no further
changes therein except upon written instructions from the City.
10. Each submittal, appropriately coded, will be returned within 30 Calendar Days
following receipt of submittal by the City.
L. Mock ups
1. Mock Up units as specified in individual Sections, include, but are not necessarily
limited to, complete units of the standard of acceptance for that type of Work to be
used on the Project. Remove at the completion of the Work or when directed.
M. Qualifications
1. If specifically required in other Sections of these Specifications, submit a P.E.
Certification for each item required.
N. Request for Information (RFI)
1. Contractor Request for additional information
a. Clarification or interpretation of the contract documents
b. When the Contractor believes there is a conflict between Contract Documents
c. When the Contractor believes there is a conflict between the Drawings and
Specifications
1) Identify the conflict and request clarification
2. Use the Request for Information (RFI) form provided by the City.
3. Numbering of RFI
a. Prefix with “RFI” followed by series number, “-xxx”, beginning with “01” and
increasing sequentially with each additional transmittal.
4. Sufficient information shall be attached to permit a written response without further
information.
5. The City will log each request and will review the request.
a. If review of the project information request indicates that a change to the
Contract Documents is required, the City will issue a Field Order or Change
Order, as appropriate.
1.5 SUBMITTALS [NOT USED]
1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED]
1.7 CLOSEOUT SUBMITTALS [NOT USED]
1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
1.9 QUALITY ASSURANCE [NOT USED]
1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED]
1.11 FIELD [SITE] CONDITIONS [NOT USED]
1.12 WARRANTY [NOT USED]
Northstar Section 2, Phase 1
CPN 102270
01 33 00 - 8
SUBMITTALS
Page 8 of 8
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number]
Revised December 20, 2012
PART 2 - PRODUCTS [NOT USED]
PART 3 - EXECUTION [NOT USED]
END OF SECTION
Revision Log
DATE NAME SUMMARY OF CHANGE
12/20/2012 D. Johnson 1.4.K.8. Working Days modified to Calendar Days
Northstar Section 2, Phase 1
CPN 102270
01 45 23 - 1
TESTING AND INSPECTION SERVICES
Page 1 of 2
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number]
Revised July 1, 2011
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 City’s Buzzsaw site, or another external FTP site approved by
the City.
Northstar Section 2, Phase 1
CPN 102270
01 45 23 - 2
TESTING AND INSPECTION SERVICES
Page 2 of 2
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number]
Revised July 1, 2011
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
Northstar Section 2, Phase 1
CPN 102270
01 55 26 - 1
STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL
Page 1 of 3
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number]
Revised 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.
Northstar Section 2, Phase 1
CPN 102270
01 55 26 - 2
STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL
Page 2 of 3
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number]
Revised 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
Northstar Section 2, Phase 1
CPN 102270
01 55 26 - 3
STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL
Page 3 of 3
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number]
Revised July 1, 2011
Revision Log
DATE NAME SUMMARY OF CHANGE
Northstar Section 2, Phase 1
CPN 102270
01 57 13 - 1
STORM WATER POLLUTION PREVENTION
Page 1 of 3
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number]
Revised July 1, 2011
SECTION 01 57 13
STORM WATER POLLUTION PREVENTION
PART 1 - GENERAL
1.1 SUMMARY
A. Section Includes:
1. Procedures for Storm Water Pollution Prevention Plans
B. Deviations from this City of Fort Worth Standard Specification
1. None.
C. Related Specification Sections include, but are not necessarily limited to:
1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the
Contract
2. Division 1 – General Requirements
3. Section 31 25 00 – Erosion and Sediment Control
1.2 PRICE AND PAYMENT PROCEDURES
A. Measurement and Payment
1. Construction Activities resulting in less than 1 acre of disturbance
a. Work associated with this Item is considered subsidiary to the various Items
bid. No separate payment will be allowed for this Item.
2. Construction Activities resulting in greater than 1 acre of disturbance
a. Measurement and Payment shall be in accordance with Section 31 25 00.
1.3 REFERENCES
A. Abbreviations and Acronyms
1. Notice of Intent: NOI
2. Notice of Termination: NOT
3. Storm Water Pollution Prevention Plan: SWPPP
4. Texas Commission on Environmental Quality: TCEQ
5. Notice of Change: NOC
A. Reference Standards
1. Reference standards cited in this Specification refer to the current reference
standard published at the time of the latest revision date logged at the end of this
Specification, unless a date is specifically cited.
2. Integrated Storm Management (iSWM) Technical Manual for Construction
Controls
1.4 ADMINISTRATIVE REQUIREMENTS
A. General
1. Contractor is responsible for resolution and payment of any fines issued associated
with compliance to Stormwater Pollution Prevention Plan.
Northstar Section 2, Phase 1
CPN 102270
01 57 13 - 2
STORM WATER POLLUTION PREVENTION
Page 2 of 3
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number]
Revised July 1, 2011
B. Construction Activities resulting in:
1. Less than 1 acre of disturbance
a. Provide erosion and sediment control in accordance with Section 31 25 00 and
Drawings.
2. 1 to less than 5 acres of disturbance
a. Texas Pollutant Discharge Elimination System (TPDES) General Construction
Permit is required
b. Complete SWPPP in accordance with TCEQ requirements
1) TCEQ Small Construction Site Notice Required under general permit
TXR150000
a) Sign and post at job site
b) Prior to Preconstruction Meeting, send 1 copy to City Department of
Transportation and Public Works, Environmental Division, (817) 392-
6088.
2) Provide erosion and sediment control in accordance with:
a) Section 31 25 00
b) The Drawings
c) TXR150000 General Permit
d) SWPPP
e) TCEQ requirements
3. 5 acres or more of Disturbance
a. Texas Pollutant Discharge Elimination System (TPDES) General Construction
Permit is required
b. Complete SWPPP in accordance with TCEQ requirements
1) Prepare a TCEQ NOI form and submit to TCEQ along with required fee
a) Sign and post at job site
b) Send copy to City Department of Transportation and Public Works,
Environmental Division, (817) 392-6088.
2) TCEQ Notice of Change required if making changes or updates to NOI
3) Provide erosion and sediment control in accordance with:
a) Section 31 25 00
b) The Drawings
c) TXR150000 General Permit
d) SWPPP
e) TCEQ requirements
4) Once the project has been completed and all the closeout requirements of
TCEQ have been met a TCEQ Notice of Termination can be submitted.
a) Send copy to City Department of Transportation and Public Works,
Environmental Division, (817) 392-6088.
1.5 SUBMITTALS
A. SWPPP
1. Submit in accordance with Section 01 33 00, except as stated herein.
a. Prior to the Preconstruction Meeting, submit a draft copy of SWPPP to the City
as follows:
1) 1 copy to the City Project Manager
a) City Project Manager will forward to the City Department of
Transportation and Public Works, Environmental Division for review
Northstar Section 2, Phase 1
CPN 102270
01 57 13 - 3
STORM WATER POLLUTION PREVENTION
Page 3 of 3
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number]
Revised July 1, 2011
B. Modified SWPPP
1. If the SWPPP is revised during construction, resubmit modified SWPPP to the City
in accordance with Section 01 33 00.
1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED]
1.7 CLOSEOUT SUBMITTALS [NOT USED]
1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
1.9 QUALITY ASSURANCE [NOT USED]
1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED]
1.11 FIELD [SITE] CONDITIONS [NOT USED]
1.12 WARRANTY [NOT USED]
PART 2 - PRODUCTS [NOT USED]
PART 3 - EXECUTION [NOT USED]
END OF SECTION
Revision Log
DATE NAME SUMMARY OF CHANGE
Northstar Section 2, Phase 1
CPN 102270
01 60 00 - 1
PRODUCT REQUIREMENTS
Page 1 of 2
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number]
Revised December 20, 2012
SECTION 01 60 00
PRODUCT REQUIREMENTS
PART 1 - GENERAL
1.1 SUMMARY
A. Section Includes:
1. References for Product Requirements and City Standard Products List
B. Deviations from this City of Fort Worth Standard Specification
1. None.
C. Related Specification Sections include, but are not necessarily limited to:
1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract
2. Division 1 – General Requirements
1.2 PRICE AND PAYMENT PROCEDURES [NOT USED]
1.3 REFERENCES [NOT USED]
1.4 ADMINISTRATIVE REQUIREMENTS
A. A list of City approved products for use is located on Buzzsaw as follows:
1. Resources\02 - Construction Documents\Standard Products List
B. Only products specifically included on City’s Standard Product List in these Contract
Documents shall be allowed for use on the Project.
1. Any subsequently approved products will only be allowed for use upon specific
approval by the City.
C. Any specific product requirements in the Contract Documents supersede similar
products included on the City’s Standard Product List.
1. The City reserves the right to not allow products to be used for certain projects even
though the product is listed on the City’s Standard Product List.
D. Although a specific product is included on City’s Standard Product List, not all
products from that manufacturer are approved for use, including but not limited to, that
manufacturer’s standard product.
E. See Section 01 33 00 for submittal requirements of Product Data included on City’s
Standard Product List.
1.5 SUBMITTALS [NOT USED]
1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED]
1.7 CLOSEOUT SUBMITTALS [NOT USED]
1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
1.9 QUALITY ASSURANCE [NOT USED]
Northstar Section 2, Phase 1
CPN 102270
01 60 00 - 2
PRODUCT REQUIREMENTS
Page 2 of 2
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number]
Revised December 20, 2012
1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED]
1.11 FIELD [SITE] CONDITIONS [NOT USED]
1.12 WARRANTY [NOT USED]
PART 2 - PRODUCTS [NOT USED]
PART 3 - EXECUTION [NOT USED]
END OF SECTION
Revision Log
DATE NAME SUMMARY OF CHANGE
10/12/12 D. Johnson Modified Location of City’s Standard Product List
Northstar Section 2, Phase 1
CPN 102270
01 66 00 - 1
PRODUCT STORAGE AND HANDLING REQUIREMENTS
Page 1 of 4
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number]
Revised July 1, 2011
SECTION 01 66 00
PRODUCT STORAGE AND HANDLING REQUIREMENTS
PART 1 - GENERAL
1.1 SUMMARY
A. Section Includes:
1. Scheduling of product delivery
2. Packaging of products for delivery
3. Protection of products against damage from:
a. Handling
b. Exposure to elements or harsh environments
B. Deviations from this City of Fort Worth Standard Specification
1. None.
C. Related Specification Sections include, but are not necessarily limited to:
1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract
2. Division 1 – General Requirements
1.2 PRICE AND PAYMENT PROCEDURES
A. Measurement and Payment
1. Work associated with this Item is considered subsidiary to the various Items bid.
No separate payment will be allowed for this Item.
1.3 REFERENCES [NOT USED]
1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED]
1.5 SUBMITTALS [NOT USED]
1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED]
1.7 CLOSEOUT SUBMITTALS [NOT USED]
1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
1.9 QUALITY ASSURANCE [NOT USED]
1.10 DELIVERY AND HANDLING
A. Delivery Requirements
1. Schedule delivery of products or equipment as required to allow timely installation
and to avoid prolonged storage.
2. Provide appropriate personnel and equipment to receive deliveries.
3. Delivery trucks will not be permitted to wait extended periods of time on the Site
for personnel or equipment to receive the delivery.
Northstar Section 2, Phase 1
CPN 102270
01 66 00 - 2
PRODUCT STORAGE AND HANDLING REQUIREMENTS
Page 2 of 4
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number]
Revised July 1, 2011
4. Deliver products or equipment in manufacturer's original unbroken cartons or other
containers designed and constructed to protect the contents from physical or
environmental damage.
5. Clearly and fully mark and identify as to manufacturer, item and installation
location.
6. Provide manufacturer's instructions for storage and handling.
B. Handling Requirements
1. Handle products or equipment in accordance with these Contract Documents and
manufacturer’s recommendations and instructions.
C. Storage Requirements
1. Store materials in accordance with manufacturer’s recommendations and
requirements of these Specifications.
2. Make necessary provisions for safe storage of materials and equipment.
a. Place loose soil materials and materials to be incorporated into Work to prevent
damage to any part of Work or existing facilities and to maintain free access at
all times to all parts of Work and to utility service company installations in
vicinity of Work.
3. Keep materials and equipment neatly and compactly stored in locations that will
cause minimum inconvenience to other contractors, public travel, adjoining owners,
tenants and occupants.
a. Arrange storage to provide easy access for inspection.
4. Restrict storage to areas available on construction site for storage of material and
equipment as shown on Drawings, or approved by City’s Project Representative.
5. Provide off-site storage and protection when on-site storage is not adequate.
a. Provide addresses of and access to off-site storage locations for inspection by
City’s Project Representative.
6. Do not use lawns, grass plots or other private property for storage purposes without
written permission of owner or other person in possession or control of premises.
7. Store in manufacturers’ unopened containers.
8. Neatly, safely and compactly stack materials delivered and stored along line of
Work to avoid inconvenience and damage to property owners and general public
and maintain at least 3 feet from fire hydrant.
9. Keep public and private driveways and street crossings open.
10. Repair or replace damaged lawns, sidewalks, streets or other improvements to
satisfaction of City’s Project Representative.
a. Total length which materials may be distributed along route of construction at
one time is 1,000 linear feet, unless otherwise approved in writing by City’s
Project Representative.
Northstar Section 2, Phase 1
CPN 102270
01 66 00 - 3
PRODUCT STORAGE AND HANDLING REQUIREMENTS
Page 3 of 4
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number]
Revised July 1, 2011
1.11 FIELD [SITE] CONDITIONS [NOT USED]
1.12 WARRANTY [NOT USED]
PART 2 - PRODUCTS [NOT USED]
PART 3 - EXECUTION
3.1 INSTALLERS [NOT USED]
3.2 EXAMINATION [NOT USED]
3.3 PREPARATION [NOT USED]
3.4 ERECTION [NOT USED]
3.5 REPAIR / RESTORATION [NOT USED]
3.6 RE-INSTALLATION [NOT USED]
3.7 FIELD [OR] SITE QUALITY CONTROL
A. Tests and Inspections
1. Inspect all products or equipment delivered to the site prior to unloading.
B. Non-Conforming Work
1. Reject all products or equipment that are damaged, used or in any other way
unsatisfactory for use on the project.
3.8 SYSTEM STARTUP [NOT USED]
3.9 ADJUSTING [NOT USED]
3.10 CLEANING [NOT USED]
3.11 CLOSEOUT ACTIVITIES [NOT USED]
3.12 PROTECTION
A. Protect all products or equipment in accordance with manufacturer's written directions.
B. Store products or equipment in location to avoid physical damage to items while in
storage.
C. Protect equipment from exposure to elements and keep thoroughly dry if required by
the manufacturer.
3.13 MAINTENANCE [NOT USED]
3.14 ATTACHMENTS [NOT USED]
END OF SECTION
Northstar Section 2, Phase 1
CPN 102270
01 66 00 - 4
PRODUCT STORAGE AND HANDLING REQUIREMENTS
Page 4 of 4
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number]
Revised July 1, 2011
Revision Log
DATE NAME SUMMARY OF CHANGE
Northstar Section 2, Phase 1
CPN 102270
01 71 23 - 1
CONSTRUCTION STAKING AND SURVEY
Page 1 of 8
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Northstar Section 2, Phase 1
City Project No. 102270
Revised February 14, 2018
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) Measurement for this Item shall be by lump sum.
b. Payment
1) The work performed and the materials furnished in accordance with this
Item shall be paid for at the lump sum price bid for “Construction Staking”.
2)Payment for “Construction Staking” shall be made in partial payments
prorated by work completed compared to total work included in the lump
sum item.
c.The price bid shall include, but not be limited to the following:
1) Verification of control data provided by City.
2) Placement, maintenance and replacement of required stakes and markings
in the field.
3) Preparation and submittal of construction staking documentation in the
form of “cut sheets” using the City’s standard template.
2. Construction Survey
a.Measurement
1) This Item is considered subsidiary to the various Items bid.
b. Payment
1) The work performed and the materials furnished in accordance with this
Item are subsidiary to the various Items bid and no other compensation will be
allowed.
3.As-Built Survey
a.Measurement
1) Measurement for this Item shall be by lump sum.
b. Payment
1) The work performed and the materials furnished in accordance with this
Item shall be paid for at the lump sum price bid for “As-Built Survey”.
01 71 23 - 2
CONSTRUCTION STAKING AND SURVEY
Page 2 of 8
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Northstar Section 2, Phase 1
City Project No. 102270
Revised February 14, 2018
2)Payment for “Construction Staking” shall be made in partial payments
prorated by work completed compared to total work included in the lump sum
item.
c.The price bid shall include, but not be limited to the following::
1) Field measurements and survey shots to identify location of completed
facilities.
2) Documentation and submittal of as-built survey data onto contractor redline
plans and digital survey files.
1.3 REFERENCES
A.Definitions
1. Construction Survey - The survey measurements made prior to or while
construction is in progress to control elevation, horizontal position, dimensions and
configuration of structures/improvements included in the Project Drawings.
2.As-built Survey –The measurements made after the construction of the
improvement features are complete to provide position coordinates for the features
of a project.
3. Construction Staking – The placement of stakes and markings to provide offsets
and elevations to cut and fill in order to locate on the ground the designed
structures/improvements included in the Project Drawings. Construction staking
shall include staking easements and/or right of way if indicated on the plans.
4.Survey “Field Checks” – Measurements made after construction staking is
completed and before construction work begins to ensure that structures marked on
the ground are accurately located per Project Drawings.
B.Technical References
1. City of Fort Worth – Construction Staking Standards (available on City’s Buzzsaw
website) – 01 71 23.16.01_ Attachment A_Survey Staking Standards
2. City of Fort Worth - Standard Survey Data Collector Library (fxl) files (available
on City’s Buzzsaw website).
3. Texas Department of Transportation (TxDOT) Survey Manual, latest revision
4. Texas Society of Professional Land Surveyors (TSPS), Manual of Practice for Land
Surveying in the State of Texas, Category 5
1.4 ADMINISTRATIVE REQUIREMENTS
A.The Contractor’s selection of a surveyor must comply with Texas Government
Code 2254 (qualifications based selection) for this project.
1.5 SUBMITTALS
A.Submittals, if required, shall be in accordance with Section 01 33 00.
B.All submittals shall be received and reviewed by the City prior to delivery of work.
1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS
A.Field Quality Control Submittals
01 71 23 - 3
CONSTRUCTION STAKING AND SURVEY
Page 3 of 8
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Northstar Section 2, Phase 1
City Project No. 102270
Revised February 14, 2018
1. Documentation verifying accuracy of field engineering work, including coordinate
conversions if plans do not indicate grid or ground coordinates.
2.Submit “Cut-Sheets” conforming to the standard template provided by the City
(refer to 01 71 23.16.01 – Attachment A – Survey Staking Standards).
1.7 CLOSEOUT SUBMITTALS
B.As-built Redline Drawing Submittal
1. Submit As-Built Survey Redline Drawings documenting the locations/elevations of
constructed improvements signed and sealed by Registered Professional Land
Surveyor (RPLS) responsible for the work (refer to 01 71 23.16.01 – Attachment A
–Survey Staking Standards) .
2. Contractor shall submit the proposed as-built and completed redline drawing
submittal one (1) week prior to scheduling the project final inspection for City
review and comment. Revisions, if necessary, shall be made to the as-built redline
drawings and resubmitted to the City prior to scheduling the construction final
inspection.
1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
1.9 QUALITY ASSURANCE
A.Construction Staking
1. Construction staking will be performed by the Contractor.
2. Coordination
a.Contact City’s Project Representative at least one week in advance notifying
the City of when Construction Staking is scheduled.
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. If City
surveyors are required to re-stake for any reason, the Contractor will be
responsible for costs to perform staking. If in the opinion of the City, a
sufficient number of stakes or markings have been lost, destroyed disturbed or
omitted that the contracted Work cannot take place then the Contractor will be
required to stake or re-stake the deficient areas.
B.Construction Survey
1. Construction Survey will be performed by the Contractor.
2. Coordination
a.Contractor to verify that horizontal and vertical control data established in the
design survey and required for construction survey is available and in place.
3. General
a.Construction survey will be performed in order to construct the work shown
on the Construction Drawings and specified in the Contract Documents.
b. For construction methods other than open cut, the Contractor shall perform
construction survey and verify control data including, but not limited to, the
following:
1) Verification that established benchmarks and control are accurate.
01 71 23 - 4
CONSTRUCTION STAKING AND SURVEY
Page 4 of 8
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Northstar Section 2, Phase 1
City Project No. 102270
Revised February 14, 2018
2) Use of Benchmarks to furnish and maintain all reference lines and grades
for tunneling.
3) Use of line and grades to establish the location of the pipe.
4) Submit to the City copies of field notesused to establish all lines and
grades, if requested, and allow the City to check guidance system setup prior
to beginning each tunneling drive.
5) Provide access for the City, if requested, to verify the guidance system and
the line and grade of the carrier pipe.
6) The Contractor remains fully responsible for the accuracy of the work and
correction of it, as required.
7) Monitor line and grade continuously during construction.
8) Record deviation with respect to design line and grade once at each pipe
joint and submit daily records to the City.
9) If the installation does not meet the specified tolerances (as outlined in
Sections 33 05 23 and/or 33 05 24), immediately notify the City and correct
the installation in accordance with the Contract Documents.
C.As-Built Survey
1. Required As-Built Survey will be performed by the Contractor.
2. Coordination
a.Contractor is to coordinate with City to confirm which features require as-
built surveying.
b. It is the Contractor’s responsibility to coordinate the as-built survey and
required measurements for items that are to be buried such that construction
activities are not delayed or negatively impacted.
c.For sewer mains and water mains 12” and under in diameter, it is acceptable
to physically measure depth and mark the location during the progress of
construction and take as-built survey after the facility has been buried. The
Contractor is responsible for the quality control needed to ensure accuracy.
3. General
a.The Contractor shall provide as-built survey including the elevation and
location (and provide written documentation to the City) of construction
features during the progress of the construction including the following:
1) Water Lines
a)Top of pipe elevations and coordinates for waterlines at the following
locations:
(1) Minimum every 250 linear feet, including
(2) Horizontal and vertical points of inflection, curvature,
etc.
(3) Fire line tee
(4) Plugs, stub-outs, dead-end lines
(5) Casing pipe (each end) and all buried fittings
2) Sanitary Sewer
a)Top of pipe elevations and coordinates for force mains and siphon
sanitary sewer lines (non-gravity facilities) at the following locations:
(1) Minimum every 250 linear feet and any buried fittings
(2) Horizontal and vertical points of inflection, curvature,
etc.
3) Stormwater – Not Applicable
01 71 23 - 5
CONSTRUCTION STAKING AND SURVEY
Page 5 of 8
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Northstar Section 2, Phase 1
City Project No. 102270
Revised February 14, 2018
b. The Contractor shall provide as-built survey including the elevation and
location (and provide written documentation to the City) of construction
features after the construction is completed including the following:
1) Manholes
a)Rim and flowline elevations and coordinates for each manhole
2) Water Lines
a)Cathodic protection test stations
b) Sampling stations
c)Meter boxes/vaults (All sizes)
d) Fire hydrants
e)Valves (gate, butterfly, etc.)
f)Air Release valves (Manhole rim and vent pipe)
g)Blow off valves (Manhole rim and valve lid)
h) Pressure plane valves
i)Underground Vaults
(1) Rim and flowline elevations and coordinates for each
Underground Vault.
3) Sanitary Sewer
a)Cleanouts
(1) Rim and flowline elevations and coordinates for each
b) Manholes and Junction Structures
(1) Rim and flowline elevations and coordinates for each
manhole and junction structure.
4) Stormwater – Not Applicable
1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED]
1.11 FIELD [SITE] CONDITIONS [NOT USED]
1.12 WARRANTY
PART 2 - PRODUCTS
A. A construction survey will produce, but will not be limited to:
1. Recovery of relevant control points, points of curvature and points of intersection.
2. Establish temporary horizontal and vertical control elevations (benchmarks)
sufficiently permanent and located in a manner to be used throughout construction.
3. The location of planned facilities, easements and improvements.
a.Establishing final line and grade stakes for piers, floors, grade beams, parking
areas, utilities, streets, highways, tunnels, and other construction.
b. A record of revisions or corrections noted in an orderly manner for reference.
c.A drawing, when required by the client, indicating the horizontal and vertical
location of facilities, easements and improvements, as built.
4. Cut sheets shall be provided to the City inspector and Survey Superintendent for all
construction staking projects. These cut sheets shall be on the standard city template
which can be obtained from the Survey Superintendent (817-392-7925).
5. Digital survey files in the following formats shall be acceptable:
a.AutoCAD (.dwg)
b. ESRI Shapefile (.shp)
01 71 23 - 6
CONSTRUCTION STAKING AND SURVEY
Page 6 of 8
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Northstar Section 2, Phase 1
City Project No. 102270
Revised February 14, 2018
c.CSV file (.csv), formatted with X and Y coordinates in separate columns (use
standard templates, if available)
6. Survey files shall include vertical and horizontal data tied to original project
control and benchmarks, and shall include feature descriptions
PART 3 - EXECUTION
3.1 INSTALLERS
A.Tolerances:
1. The staked location of any improvement or facility should be as accurate as
practical and necessary. The degree of precision required is dependent on many
factors all of which must remain judgmental. The tolerances listed hereafter are
based on generalities and, under certain circumstances, shall yield to specific
requirements. The surveyor shall assess any situation by review of the overall plans
and through consultation with responsible parties as to the need for specific
tolerances.
a.Earthwork: Grades for earthwork or rough cut should not exceed 0.1 ft. vertical
tolerance. Horizontal alignment for earthwork and rough cut should not exceed
1.0 ft. tolerance.
b. Horizontal alignment on a structure shall be within .0.1ft tolerance.
c.Paving or concrete for streets, curbs, gutters, parking areas, drives, alleys and
walkways shall be located within the confines of the site boundaries and,
occasionally, along a boundary or any other restrictive line. Away from any
restrictive line, these facilities should be staked with an accuracy producing no
more than 0.05ft. tolerance from their specified locations.
d. Underground and overhead utilities, such as sewers, gas, water, telephone and
electric lines, shall be located horizontally within their prescribed areas or
easements. Within assigned areas, these utilities should be staked with an
accuracy producing no more than 0.1 ft tolerance from a specified location.
e.The accuracy required for the vertical location of utilities varies widely. Many
underground utilities require only a minimum cover and a tolerance of 0.1 ft.
should be maintained. Underground and overhead utilities on planned profile,
but not depending on gravity flow for performance, should not exceed 0.1 ft.
tolerance.
B.Surveying instruments shall be kept in close adjustment according to manufacturer’s
specifications or in compliance to standards. The City reserves the right to request a
calibration report at any time and recommends regular maintenance schedule be
performed by a certified technician every 6 months.
1. Field measurements of angles and distances shall be done in such fashion as to
satisfy the closures and tolerances expressed in Part 3.1.A.
2. Vertical locations shall be established from a pre-established benchmark and
checked by closing to a different bench mark on the same datum.
3. Construction survey field work shall correspond to the client’s plans. Irregularities
or conflicts found shall be reported promptly to the City.
4. Revisions, corrections and other pertinent data shall be logged for future reference.
01 71 23 - 7
CONSTRUCTION STAKING AND SURVEY
Page 7 of 8
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Northstar Section 2, Phase 1
City Project No. 102270
Revised February 14, 2018
3.2 EXAMINATION [NOT USED]
3.3 PREPARATION [NOT USED]
3.4 APPLICATION
3.5 REPAIR / RESTORATION
A.If the Contractor’s work damages or destroys one or more of the control
monuments/points set by the City, the monuments shall be adequately referenced for
expedient restoration.
1. Notify City if any control data needs to be restored or replaced due to damage
caused during construction operations.
a.Contractor shall perform replacements and/or restorations.
b.The City may require at any time a survey “Field Check” of any monument
or benchmarks that are set be verified by the City surveyors before further
associated work can move forward.
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. This includes easements and right of way, if
noted on the plans.
B.Do not change or relocate stakes or control data without approval from the City.
3.8 SYSTEM STARTUP
A.Survey Checks
1. The City reserves the right to perform a Survey Check at any time deemed
necessary.
2. Checks by City personnel or 3rd party contracted surveyor are not intended to
relieve the contractor of his/her responsibility for accuracy.
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
01 71 23 - 8
CONSTRUCTION STAKING AND SURVEY
Page 8 of 8
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Northstar Section 2, Phase 1
City Project No. 102270
Revised February 14, 2018
DATE NAME SUMMARY OF CHANGE
8/31/2012 D. Johnson
8/31/2017 M.Owen
Added instruction and modified measurement & payment under 1.2; added
definitions and references under 1.3; modified 1.6; added 1.7 closeout submittal
requirements; modified 1.9 Quality Assurance; added PART 2 – PRODUCTS ;
Added 3.1 Installers; added 3.5 Repair/Restoration; and added 3.8 System Startup.
2/14/2018 M Owen
Removed “blue text”; revised measurement and payment sections for Construction
Staking and As-Built Survey; added reference to selection compliance with TGC
2254; revised action and Closeout submittal requirements; added acceptable depth
measurement criteria; revised list of items requiring as-built survey “during” and
“after” construction; and revised acceptable digital survey file format
01 74 23 - 1
CLEANING
Page 1 of 4
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number]
Revised July 1, 2011
SECTION 01 74 23
CLEANING
PART 1 - GENERAL
1.1 SUMMARY
A. Section Includes:
1. Intermediate and final cleaning for Work not including special cleaning of closed
systems specified elsewhere
B. Deviations from this City of Fort Worth Standard Specification
1. None.
C. Related Specification Sections include, but are not necessarily limited to:
1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract
2. Division 1 – General Requirements
3. Section 32 92 13 – Hydro-Mulching, Seeding and Sodding
1.2 PRICE AND PAYMENT PROCEDURES
A. Measurement and Payment
1. Work associated with this Item is considered subsidiary to the various Items bid.
No separate payment will be allowed for this Item.
1.3 REFERENCES [NOT USED]
1.4 ADMINISTRATIVE REQUIREMENTS
A. Scheduling
1. Schedule cleaning operations so that dust and other contaminants disturbed by
cleaning process will not fall on newly painted surfaces.
2. Schedule final cleaning upon completion of Work and immediately prior to final
inspection.
1.5 SUBMITTALS [NOT USED]
1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED]
1.7 CLOSEOUT SUBMITTALS [NOT USED]
1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
1.9 QUALITY ASSURANCE [NOT USED]
1.10 STORAGE, AND HANDLING
A. Storage and Handling Requirements
1. Store cleaning products and cleaning wastes in containers specifically designed for
those materials.
Northstar Section 2, Phase 1
CPN 102270
01 74 23 - 2
CLEANING
Page 2 of 4
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number]
Revised July 1, 2011
1.11 FIELD [SITE] CONDITIONS [NOT USED]
1.12 WARRANTY [NOT USED]
PART 2 - PRODUCTS
2.1 OWNER-FURNISHED [OR] OWNER-SUPPLIEDPRODUCTS [NOT USED]
2.2 MATERIALS
A. Cleaning Agents
1. Compatible with surface being cleaned
2. New and uncontaminated
3. For manufactured surfaces
a. Material recommended by manufacturer
2.3 ACCESSORIES [NOT USED]
2.4 SOURCE QUALITY CONTROL [NOT USED]
PART 3 - EXECUTION
3.1 INSTALLERS [NOT USED]
3.2 EXAMINATION [NOT USED]
3.3 PREPARATION [NOT USED]
3.4 APPLICATION [NOT USED]
3.5 REPAIR / RESTORATION [NOT USED]
3.6 RE-INSTALLATION [NOT USED]
3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED]
3.8 SYSTEM STARTUP [NOT USED]
3.9 ADJUSTING [NOT USED]
3.10 CLEANING
A. General
1. Prevent accumulation of wastes that create hazardous conditions.
2. Conduct cleaning and disposal operations to comply with laws and safety orders of
governing authorities.
3. Do not dispose of volatile wastes such as mineral spirits, oil or paint thinner in
storm or sanitary drains or sewers.
4. Dispose of degradable debris at an approved solid waste disposal site.
5. Dispose of nondegradable debris at an approved solid waste disposal site or in an
alternate manner approved by City and regulatory agencies.
Northstar Section 2, Phase 1
CPN 102270
01 74 23 - 3
CLEANING
Page 3 of 4
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number]
Revised July 1, 2011
6. Handle materials in a controlled manner with as few handlings as possible.
7. Thoroughly clean, sweep, wash and polish all Work and equipment associated with
this project.
8. Remove all signs of temporary construction and activities incidental to construction
of required permanent Work.
9. If project is not cleaned to the satisfaction of the City, the City reserves the right to
have the cleaning completed at the expense of the Contractor.
10. Do not burn on-site.
B. Intermediate Cleaning during Construction
1. Keep Work areas clean so as not to hinder health, safety or convenience of
personnel in existing facility operations.
2. At maximum weekly intervals, dispose of waste materials, debris and rubbish.
3. Confine construction debris daily in strategically located container(s):
a. Cover to prevent blowing by wind
b. Store debris away from construction or operational activities
c. Haul from site at a minimum of once per week
4. Vacuum clean interior areas when ready to receive finish painting.
a. Continue vacuum cleaning on an as-needed basis, until Final Acceptance.
5. Prior to storm events, thoroughly clean site of all loose or unsecured items, which
may become airborne or transported by flowing water during the storm.
C. Interior Final Cleaning
1. Remove grease, mastic, adhesives, dust, dirt, stains, fingerprints, labels and other
foreign materials from sight-exposed surfaces.
2. Wipe all lighting fixture reflectors, lenses, lamps and trims clean.
3. Wash and shine glazing and mirrors.
4. Polish glossy surfaces to a clear shine.
5. Ventilating systems
a. Clean permanent filters and replace disposable filters if units were operated
during construction.
b. Clean ducts, blowers and coils if units were operated without filters during
construction.
6. Replace all burned out lamps.
7. Broom clean process area floors.
8. Mop office and control room floors.
D. Exterior (Site or Right of Way) Final Cleaning
1. Remove trash and debris containers from site.
a. Re-seed areas disturbed by location of trash and debris containers in accordance
with Section 32 92 13.
2. Sweep roadway to remove all rocks, pieces of asphalt, concrete or any other object
that may hinder or disrupt the flow of traffic along the roadway.
3. Clean any interior areas including, but not limited to, vaults, manholes, structures,
junction boxes and inlets.
Northstar Section 2, Phase 1
CPN 102270
01 74 23 - 4
CLEANING
Page 4 of 4
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number]
Revised July 1, 2011
4. If no longer required for maintenance of erosion facilities, and upon approval by
City, remove erosion control from site.
5. Clean signs, lights, signals, etc.
3.11 CLOSEOUT ACTIVITIES [NOT USED]
3.12 PROTECTION [NOT USED]
3.13 MAINTENANCE [NOT USED]
3.14 ATTACHMENTS [NOT USED]
END OF SECTION
Revision Log
DATE NAME SUMMARY OF CHANGE
Northstar Section 2, Phase 1
CPN 102270
01 77 19 - 1
CLOSEOUT REQUIREMENTS
Page 1 of 3
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number]
Revised July 1, 2011
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.
Northstar Section 2, Phase 1
CPN 102270
01 77 19 - 2
CLOSEOUT REQUIREMENTS
Page 2 of 3
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number]
Revised July 1, 2011
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
Northstar Section 2, Phase 1
CPN 102270
01 77 19 - 3
CLOSEOUT REQUIREMENTS
Page 3 of 3
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number]
Revised July 1, 2011
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
Northstar Section 2, Phase 1
CPN 102270
01 78 39 - 1
PROJECT RECORD DOCUMENTS
Page 1 of 4
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number]
Revised July 1, 2011
SECTION 01 78 39
PROJECT RECORD DOCUMENTS
PART 1 - GENERAL
1.1 SUMMARY
A. Section Includes:
1. Work associated with the documenting the project and recording changes to project
documents, including:
a. Record Drawings
b. Water Meter Service Reports
c. Sanitary Sewer Service Reports
d. Large Water Meter Reports
B. Deviations from this City of Fort Worth Standard Specification
1. None.
C. Related Specification Sections include, but are not necessarily limited to:
1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract
2. Division 1 – General Requirements
1.2 PRICE AND PAYMENT PROCEDURES
A. Measurement and Payment
1. Work associated with this Item is considered subsidiary to the various Items bid.
No separate payment will be allowed for this Item.
1.3 REFERENCES [NOT USED]
1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED]
1.5 SUBMITTALS
A. Prior to submitting a request for Final Inspection, deliver Project Record Documents to
City’s Project Representative.
1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED]
1.7 CLOSEOUT SUBMITTALS [NOT USED]
1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
1.9 QUALITY ASSURANCE
A. Accuracy of Records
1. Thoroughly coordinate changes within the Record Documents, making adequate
and proper entries on each page of Specifications and each sheet of Drawings and
other Documents where such entry is required to show the change properly.
2. Accuracy of records shall be such that future search for items shown in the Contract
Documents may rely reasonably on information obtained from the approved Project
Record Documents.
Northstar Section 2, Phase 1
CPN 102270
01 78 39 - 2
PROJECT RECORD DOCUMENTS
Page 2 of 4
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number]
Revised July 1, 2011
3. To facilitate accuracy of records, make entries within 24 hours after receipt of
information that the change has occurred.
4. Provide factual information regarding all aspects of the Work, both concealed and
visible, to enable future modification of the Work to proceed without lengthy and
expensive site measurement, investigation and examination.
1.10 STORAGE AND HANDLING
A. Storage and Handling Requirements
1. Maintain the job set of Record Documents completely protected from deterioration
and from loss and damage until completion of the Work and transfer of all recorded
data to the final Project Record Documents.
2. In the event of loss of recorded data, use means necessary to again secure the data
to the City's approval.
a. In such case, provide replacements to the standards originally required by the
Contract Documents.
1.11 FIELD [SITE] CONDITIONS [NOT USED]
1.12 WARRANTY [NOT USED]
PART 2 - PRODUCTS
2.1 OWNER-FURNISHED [OR] OWNER-SUPPLIED PRODUCTS [NOT USED]
2.2 RECORD DOCUMENTS
A. Job set
1. Promptly following receipt of the Notice to Proceed, secure from the City, at no
charge to the Contractor, 1 complete set of all Documents comprising the Contract.
B. Final Record Documents
1. At a time nearing the completion of the Work and prior to Final Inspection, provide
the City 1 complete set of all Final Record Drawings in the Contract.
2.3 ACCESSORIES [NOT USED]
2.4 SOURCE QUALITY CONTROL [NOT USED]
PART 3 - EXECUTION
3.1 INSTALLERS [NOT USED]
3.2 EXAMINATION [NOT USED]
3.3 PREPARATION [NOT USED]
3.4 MAINTENANCE DOCUMENTS
A. Maintenance of Job Set
1. Immediately upon receipt of the job set, identify each of the Documents with the
title, "RECORD DOCUMENTS - JOB SET".
Northstar Section 2, Phase 1
CPN 102270
01 78 39 - 3
PROJECT RECORD DOCUMENTS
Page 3 of 4
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number]
Revised July 1, 2011
2. Preservation
a. Considering the Contract completion time, the probable number of occasions
upon which the job set must be taken out for new entries and for examination,
and the conditions under which these activities will be performed, devise a
suitable method for protecting the job set.
b. Do not use the job set for any purpose except entry of new data and for review
by the City, until start of transfer of data to final Project Record Documents.
c. Maintain the job set at the site of work.
3. Coordination with Construction Survey
a. At a minimum, in accordance with the intervals set forth in Section 01 71 23,
clearly mark any deviations from Contract Documents associated with
installation of the infrastructure.
4. Making entries on Drawings
a. Record any deviations from Contract Documents.
b. Use an erasable colored pencil (not ink or indelible pencil), clearly describe the
change by graphic line and note as required.
c. Date all entries.
d. Call attention to the entry by a "cloud" drawn around the area or areas affected.
e. In the event of overlapping changes, use different colors for the overlapping
changes.
5. Conversion of schematic layouts
a. In some cases on the Drawings, arrangements of conduits, circuits, piping,
ducts, and similar items, are shown schematically and are not intended to
portray precise physical layout.
1) Final physical arrangement is determined by the Contractor, subject to the
City's approval.
2) However, design of future modifications of the facility may require
accurate information as to the final physical layout of items which are
shown only schematically on the Drawings.
b. Show on the job set of Record Drawings, by dimension accurate to within 1
inch, the centerline of each run of items.
1) Final physical arrangement is determined by the Contractor, subject to the
City's approval.
2) Show, by symbol or note, the vertical location of the Item ("under slab", "in
ceiling plenum", "exposed", and the like).
3) Make all identification sufficiently descriptive that it may be related
reliably to the Specifications.
c. The City may waive the requirements for conversion of schematic layouts
where, in the City's judgment, conversion serves no useful purpose. However,
do not rely upon waivers being issued except as specifically issued in writing
by the City.
B. Final Project Record Documents
1. Transfer of data to Drawings
a. Carefully transfer change data shown on the job set of Record Drawings to the
corresponding final documents, coordinating the changes as required.
b. Clearly indicate at each affected detail and other Drawing a full description of
changes made during construction, and the actual location of items.
Northstar Section 2, Phase 1
CPN 102270
01 78 39 - 4
PROJECT RECORD DOCUMENTS
Page 4 of 4
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number]
Revised July 1, 2011
c. Call attention to each entry by drawing a "cloud" around the area or areas
affected.
d. Make changes neatly, consistently and with the proper media to assure
longevity and clear reproduction.
2. Transfer of data to other Documents
a. If the Documents, other than Drawings, have been kept clean during progress of
the Work, and if entries thereon have been orderly to the approval of the City,
the job set of those Documents, other than Drawings, will be accepted as final
Record Documents.
b. If any such Document is not so approved by the City, secure a new copy of that
Document from the City at the City's usual charge for reproduction and
handling, and carefully transfer the change data to the new copy to the approval
of the City.
3.5 REPAIR / RESTORATION [NOT USED]
3.6 RE-INSTALLATION [NOT USED]
3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED]
3.8 SYSTEM STARTUP [NOT USED]
3.9 ADJUSTING [NOT USED]
3.10 CLEANING [NOT USED]
3.11 CLOSEOUT ACTIVITIES [NOT USED]
3.12 PROTECTION [NOT USED]
3.13 MAINTENANCE [NOT USED]
3.14 ATTACHMENTS [NOT USED]
END OF SECTION
Revision Log
DATE NAME SUMMARY OF CHANGE
Northstar Section 2, Phase 1
CPN 102270
CITY OF FORT WORTH
WATER DEPARTMENT
STANDARD PRODUCT LIST
Updated: April 12, 2019
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 Department’s Standard
Products List.
Table of Content
(Click on items to go directly to the page)
Items Page
A.Water & Sewer
1. Manholes & Bases/Components ........................................................... 1
2.Manholes & Bases/Fiberglass ............................................................... 2
3.Manholes & Bases/Frames & Covers/Rectangular ............................... 3
4.Manholes & Bases/Frames & Covers/Round ....................................... 4
5.Manholes & Bases/Frames & Covers/Water Tight & Pressure Tight .. 5
6.Manholes & Bases/Precast Concrete .................................................... 6
7.Manholes & Bases/Rehab Systems/Cementitious ................................ 7
8.Manholes & Bases/Rehab Systems/NonCementitious ......................... 8
9.Manhole Insert (Field Operations Use Only) ........................................ 9
10. Pipe Casing Spacer ............................................................................... 10
11. Pipes/Ductile Iron ................................................................................. 11
12. Utility Line Marker ............................................................................... 12
B.Sewer
13. Coatings/Epoxy ..................................................................................... 13
14. Coatings/Polyurethane .......................................................................... 14
15. Combination Air Valves ....................................................................... 15
16. Pipes/Concrete ...................................................................................... 16
17. Pipe Enlargement System (Method) ..................................................... 17
18. Pipes/Fiberglass Reinforced Pipe ......................................................... 18
19. Pipes/HDPE .......................................................................................... 19
20. Pipes/PVC (Pressure Sewer) ................................................................. 20
21. Pipes/PVC* ........................................................................................... 21
22. Pipes/Rehab/CIPP ................................................................................. 22
23. Pipes/Rehab/Fold & Form .................................................................... 23
24. Pipes/Open Profile Large Diameter ...................................................... 24
C.Water
25. Appurtenances ....................................................................................... 25
26. Bolts, Nuts, and Gaskets ....................................................................... 26
27. Combination Air Release Valve ........................................................... 27
28. Dry Barrel Fire Hydrants ...................................................................... 28
29. Meters ................................................................................................... 29
30. Pipes/PVC (Pressure Water) ................................................................. 30
31. Pipes/Valves & Fittings/Ductile Iron Fittings ....................................... 31
32. Pipes/Valves & Fittings/Resilient Seated Gate Valve .......................... 32
33. Pipes/Valves & Fittings/Rubber Seated Butterfly Valve ...................... 33
34. Polyethylene Encasement ..................................................................... 34
35. Sampling Stations ................................................................................. 35
Approval Spec No. ClasssificationManufacturerModel No.National SpecSizeWater & Sewer - Manholes & Bases/Components 33-39-10 (Rev 2/3/16)07/23/97 33 05 13 Urethane Hydrophilic WaterstopAsahi Kogyo K.K.Adeka Ultra-Seal P-201ASTM D2240/D412/D79204/26/00 33 05 13 Offset Joint for 4' Diam. MHHanson Concrete ProductsDrawing No. 35-0048-00104/26/00 33 05 13 Profile Gasket for 4' Diam. MH.Press-Seal Gasket Corp.250-4G GasketASTM C-443/C-361SS MH1/26/99 33 05 13 HDPE Manhole Adjustment RingsLadtech, IncHDPE Adjustment RingNon-traffic area5/13/05 33 05 13 Manhole External WrapCanusa - CPSWrapidSeal Manhole Encapsulation SystemCITY OF FORT WORTHWATER DEPARTMENT STANDARD PRODUCT LISTNote: All water or sewer pipe larger than 15 inch diameter shall be approved for use by the Water Department on a project specific basis. Special bedding may be required for some pipes.* From Original Standard Products ListClick to Return to the Table of Content1
Approval Spec No. ClasssificationManufacturerModel No.National SpecSizeCITY OF FORT WORTHWATER DEPARTMENT STANDARD PRODUCT LISTNote: All water or sewer pipe larger than 15 inch diameter shall be approved for use by the Water Department on a project specific basis. Special bedding may be required for some pipes.Water & Sewer - Manholes & Bases/Fiberglass 33-39-13 (1/8/13)1/26/99 33 39 13 Fiberglass ManholeFluid Containment, Inc.FlowtiteASTM 3753Non-traffic area08/30/06 33 39 13 Fiberglass ManholeL.F. ManufacturingNon-traffic area* From Original Standard Products ListClick to Return to the Table of Content2
Approval Spec No. ClasssificationManufacturerModel No.National SpecSizeCITY OF FORT WORTHWATER DEPARTMENT STANDARD PRODUCT LISTNote: All water or sewer pipe larger than 15 inch diameter shall be approved for use by the Water Department on a project specific basis. Special bedding may be required for some pipes.Water & Sewer - Manholes & Bases/Frames & Covers/Rectangular 33-05-13 (Rev 2/3/16)*33 05 13 Manhole Frames and CoversWestern Iron Works, Bass & Hays Foundry100124"x40" WD* From Original Standard Products ListClick to Return to the Table of Content3
Approval Spec No. ClasssificationManufacturerModel No.National SpecSizeCITY OF FORT WORTHWATER DEPARTMENT STANDARD PRODUCT LISTNote: All water or sewer pipe larger than 15 inch diameter shall be approved for use by the Water Department on a project specific basis. Special bedding may be required for some pipes.Water & Sewer - Manholes & Bases/Frames & Covers/Standard (Round) 33-05-13 (Rev 2/3/16)*33 05 13 Manhole Frames and CoversWestern Iron Works, Bass & Hays Foundry3002424" Dia.*33 05 13 Manhole Frames and CoversMcKinley Iron Works Inc.A 24 AM24" Dia.08/24/18 33 05 13 Manhole Frames and CoversNeenah FoundryR-1272ASTM A48 & AASHTO M30624" Dia.08/24/18 33 05 13 Manhole Frames and CoversNeenah FoundryR- 165-LM (Hinged)ASTM A48 & AASHTO M30624" Dia.08/24/18 33 05 13 Manhole Frames and CoversNeenah FoundryNF 1274ASTM A48 & AASHTO M30630" Dia.08/24/18 33 05 13 Manhole Frames and CoversNeenah FoundryR-1743-LM (Hinged)ASTM A48 & AASHTO M30630" dia.33 05 13 Manhole Frames and CoversSigma CorporationMH-144N33 05 13 Manhole Frames and CoversSigma CorporationMH-143N33 05 13 Manhole Frames and CoversPont-A-MoussonGTS-STD24" dia.33 05 13 Manhole Frames and CoversNeenah Casting24" dia.10/31/06 33 05 13 Manhole Frames and Covers (Hinged)PowersealHinged Ductile Iron Manhole ASTM A53624" Dia.7/25/03 33 05 13 Manhole Frames and CoversSaint-Gobain Pipelines (Pamrex/rexus)RE32-R8FS30" Dia.01/31/06 33 05 13 30" DI MH Ring and CoverEast Jordan Iron WorksV1432-2 and V1483 DesignsAASHTO M306-0430" Dia.11/02/10 33 05 13 30" DI MH Ring and CoverSigma CorporationMH1651FWN & MH1650230" Dia07/19/11 33 05 13 30" DI MH Ring and CoverStar Pipe ProductsMH32FTWSS-DC 30" Dia08/10/11 33 05 13 30" DI MH Ring and CoverAccucast220700 Heavy Duty with Gasket Ring30" Dia10/14/13 33 05 13 30" DI MH Ring and Cover (Hinged & Lockable)East Jordan Iron Works 30" ERGO XL Assembly with Cam Lock/MPIC/T-Gasket ASSHTO M105 & ASTM A53630" Dia06/01/17 34 05 13 30" DI MH Ring and Cover (Hinged & Lockable) CISIP Industries2280 (32")ASTM A 4830" Dia.08/24/17 33 05 13.01 30" DI MH Ring and Cover (Hinge & Lock) CompositeSewperCoverSCDH 3000, Std. Dbl Hinge Non-Metalic Ring and Cover w/Lock HD/FRP Composite30" Dia.* From Original Standard Products ListClick to Return to the Table of Content4
Approval Spec No. ClasssificationManufacturerModel No.National SpecSizeCITY OF FORT WORTHWATER DEPARTMENT STANDARD PRODUCT LISTNote: All water or sewer pipe larger than 15 inch diameter shall be approved for use by the Water Department on a project specific basis. Special bedding may be required for some pipes.Water & Sewer - Manholes & Bases/Frames & Covers/Water Tight & Pressure Tight 33-05-13 (Rev 2/3/16)*33 05 13 Manhole Frames and CoversPont-A-MoussonPamtight24" Dia.*33 05 13 Manhole Frames and CoversNeenah Casting24" Dia.*33 05 13 Manhole Frames and CoversWestern Iron Works,Bass & Hays Foundry300-24P24" Dia.*33 05 13 Manhole Frames and CoversMcKinley Iron Works Inc.WPA24AM24" Dia.03/08/00 33 05 13 Manhole Frames and CoversAccucastRC-2100ASTM A 4824" Dia.04/20/01 33 05 13 Manhole Frames and Covers(SIP)Serampore Industries Private Ltd.300-24-23.75 Ring and CoverASTM A 4824" Dia.* From Original Standard Products ListClick to Return to the Table of Content5
Approval Spec No. ClasssificationManufacturerModel No.National SpecSizeCITY OF FORT WORTHWATER DEPARTMENT STANDARD PRODUCT LISTNote: All water or sewer pipe larger than 15 inch diameter shall be approved for use by the Water Department on a project specific basis. Special bedding may be required for some pipes.Water & Sewer - Manholes & Bases/Precast Concrete (Rev 1/8/13)*33 39 10 Manhole, Precast ConcreteHydro Conduit CorpSPL Item #49ASTM C 47848"*33 39 10 Manhole, Precast ConcreteWall Concrete Pipe Co. Inc.ASTM C-44348"*33 39 10 Manhole, Precast ConcreteForterra(formerly Gifford-Hill, Hanson )ASTM C 47848"04/26/00 33 39 10 MH, Single Offset Seal JointForterra(formerly Gifford-Hill, Hanson )Type F Dwg 35-0048-001ASTM C 47848" Diam MH09/23/96 33 39 10 Manhole, Precast ConcreteConcrete Product Inc.48" I.D. Manhole w/ 32" ConeASTM C 47848" w/32" cone05/08/18 33 39 10 Manhole, Precast ConcreteThe Turner Company48", 60" I.D. Manhole w/ 32" ConeASTM C 47848", 60"10/27/06 33 39 10 Manhole, Precast ConcreteOldcastle Precast Inc.48" I.D. Manhole w/ 24" ConeASTM C 47848" Diam w 24" Ring06/09/10 33 39 10 Manhole, Precast (Reinforce Polymer)ConcreteUS Composite PipeReinforced Polymer Concrete ASTM C-7648" to 72"* From Original Standard Products ListClick to Return to the Table of Content6
Approval Spec No. ClasssificationManufacturerModel No.National SpecSizeCITY OF FORT WORTHWATER DEPARTMENT STANDARD PRODUCT LISTNote: All water or sewer pipe larger than 15 inch diameter shall be approved for use by the Water Department on a project specific basis. Special bedding may be required for some pipes.Water & Sewer - Manholes & Bases/Rehab Systems/Cementitious*E1-14 Manhole Rehab SystemsQuadex04/23/01E1-14 Manhole Rehab SystemsStandard Cement Materials, Inc.Reliner MSPE1-14 Manhole Rehab SystemsAP/M Permaform4/20/01E1-14 Manhole Rehab SystemStrong CompanyStrong Seal MS2A Rehab System5/12/03E1-14 Manhole Rehab System (Liner)Poly-triplex TechnologiesMH repair product to stop infiltrationASTM D581308/30/06General Concrete RepairFlexKrete TechnologiesVinyl Polyester Repair ProductMisc. Use* From Original Standard Products ListClick to Return to the Table of Content7
Approval Spec No. ClasssificationManufacturerModel No.National SpecSizeCITY OF FORT WORTHWATER DEPARTMENT STANDARD PRODUCT LISTNote: All water or sewer pipe larger than 15 inch diameter shall be approved for use by the Water Department on a project specific basis. Special bedding may be required for some pipes.Water & Sewer - Manholes & Bases/Rehab Systems/NonCementitious05/20/96E1-14 Manhole Rehab SystemsSprayroq, Spray Wall Polyurethane CoatingASTM D639/D790*E1-14 Manhole Rehab SystemsSun Coast12/14/01Coating for Corrosion protection(Exterior)ERTECHSeries 20230 and 2100 (Asphatic Emulsion)For Exterior Coating of Concrete Structures Only01/31/06Coatings for Corrosion ProtectionChestertonArc 791, S1HB, S1, S2Acid Resistance TestSewer Applications8/28/2006Coatings for Corrosion ProtectionWarren EnvironmentalS-301 and M-301Sewer Applications08/30/06Coatings for Corrosion ProtectionCitadelSLS-30 Solids EpoxySewer Applications03/19/1833 05 16, 33 39 10, 33 39 20 Coating for Corrosion protection(Exterior)Sherwin WilliamsRR&C Dampproofing Non-Fibered Spray Grade (Asphatic Emulsion)For Exterior Coating of Concrete Structures Only* From Original Standard Products ListClick to Return to the Table of Content8
Approval Spec No. ClasssificationManufacturerModel No.National SpecSizeCITY OF FORT WORTHWATER DEPARTMENT STANDARD PRODUCT LISTNote: All water or sewer pipe larger than 15 inch diameter shall be approved for use by the Water Department on a project specific basis. Special bedding may be required for some pipes.Water & Sewer - Manhole Inserts - Field Operations Use Only (Rev 2/3/16)*33 05 13 Manhole InsertKnutson EnterprisesMade to Order - PlasticASTM D 1248For 24" dia.*33 05 13 Manhole InsertSouth Western PackagingMade to Order - PlasticASTM D 1248For 24" dia.*33 05 13 Manhole InsertNoflow-InflowMade to Order - PlasticASTM D 1248For 24" dia.09/23/96 33 05 13 Manhole InsertSouthwestern Packing & Seals, Inc.LifeSaver - Stainless SteelFor 24" dia.09/23/96 33 05 13 Manhole InsertSouthwestern Packing & Seals, Inc.TetherLok - Stainless SteelFor 24" dia* From Original Standard Products ListClick to Return to the Table of Content9
Approval Spec No. ClasssificationManufacturerModel No.National SpecSizeCITY OF FORT WORTHWATER DEPARTMENT STANDARD PRODUCT LISTNote: All water or sewer pipe larger than 15 inch diameter shall be approved for use by the Water Department on a project specific basis. Special bedding may be required for some pipes.Water & Sewer - Pipe Casing Spacers 33-05-24 (07/01/13)11/04/02Steel Band Casing SpacersAdvanced Products and Systems, Inc.Carbon Steel Spacers, Model SI02/02/93Stainless Steel Casing SpacerAdvanced Products and Systems, Inc.Stainless Steel Spacer, Model SSI04/22/87Casing SpacersCascade Waterworks ManufacturingCasing Spacers09/14/10Stainless Steel Casing SpacerPipeline Seal and InsulatorStainless Steel Casing SpacerUp to 48"09/14/10Coated Steel Casin SpacersPipeline Seal and InsulatorCoated Steel Casin SpacersUp to 48" 05/10/11Stainless Steel Casing SpacerPowerseal4810 PowerchockUp to 48"03/19/18Casing SpacersBWMSS-12 Casing Spacer(Stainless Steel)03/19/18Casing SpacersBWMFB-12 Casing Spacer (Coated Carbon Steel) for Non_pressure Pipe and Grouted Casing* From Original Standard Products ListClick to Return to the Table of Content10
Approval Spec No. ClasssificationManufacturerModel No.National SpecSizeCITY OF FORT WORTHWATER DEPARTMENT STANDARD PRODUCT LISTNote: All water or sewer pipe larger than 15 inch diameter shall be approved for use by the Water Department on a project specific basis. Special bedding may be required for some pipes.Water & Sewer - Pipes/Ductile Iron 33-11-10(1/8/13)*33 11 10 Ductile Iron PipeGriffin Pipe Products, Co.Super Bell-Tite Ductile Iron Pressure Pipe, AWWA C150, C1513" thru 24"08/24/18 33 11 10 Ductile Iron PipeAmerican Ductile Iron Pipe Co.American Fastite Pipe (Bell Spigot)AWWA C150, C1514" thru 30"08/24/18 33 11 10 Ductile Iron PipeAmerican Ductile Iron Pipe Co.American Flex Ring (Restrained Joint)AWWA C150, C1514" thru 30"*33 11 10 Ductile Iron PipeU.S. Pipe and Foundry Co.AWWA C150, C151*33 11 10 Ductile Iron PipeMcWane Cast Iron Pipe Co.AWWA C150, C151* From Original Standard Products ListClick to Return to the Table of Content11
Approval Spec No. ClasssificationManufacturerModel No.National SpecSizeCITY OF FORT WORTHWATER DEPARTMENT STANDARD PRODUCT LISTNote: All water or sewer pipe larger than 15 inch diameter shall be approved for use by the Water Department on a project specific basis. Special bedding may be required for some pipes.Water & Sewer - Utility Line Marker (08/24/2018)* From Original Standard Products ListClick to Return to the Table of Content12
Approval Spec No. ClasssificationManufacturerModel No.National SpecSizeCITY OF FORT WORTHWATER DEPARTMENT STANDARD PRODUCT LISTNote: All water or sewer pipe larger than 15 inch diameter shall be approved for use by the Water Department on a project specific basis. Special bedding may be required for some pipes.Sewer - Coatings/Epoxy 33-39-60 (01/08/13)02/25/02Epoxy Lining SystemSauereisen, IncSewerGard 210RSLA County #210-1.3312/14/01Epoxy Lining SystemErtech Technical CoatingsErtech 2030 and 2100 Series04/14/05Interior Ductile Iron Pipe CoatingInduronProtecto 401ASTM B-117Ductile Iron Pipe Only01/31/06Coatings for Corrosion ProtectionChestertonArc 791, S1HB, S1, S2Acid Resistance TestSewer Applications8/28/2006Coatings for Corrosion ProtectionWarren EnvironmentalS-301 and M-301Sewer Applications* From Original Standard Products ListClick to Return to the Table of Content13
Approval Spec No. ClasssificationManufacturerModel No.National SpecSizeCITY OF FORT WORTHWATER DEPARTMENT STANDARD PRODUCT LISTNote: All water or sewer pipe larger than 15 inch diameter shall be approved for use by the Water Department on a project specific basis. Special bedding may be required for some pipes.Sewer - Coatings/Polyurethane* From Original Standard Products ListClick to Return to the Table of Content14
Approval Spec No. ClasssificationManufacturerModel No.National SpecSizeCITY OF FORT WORTHWATER DEPARTMENT STANDARD PRODUCT LISTNote: All water or sewer pipe larger than 15 inch diameter shall be approved for use by the Water Department on a project specific basis. Special bedding may be required for some pipes.Sewer - Combination Air Valves 05/25/18 33-31-70 Air Release ValveA.R.I. USA, Inc.D025LTP02(Composite Body)2"* From Original Standard Products ListClick to Return to the Table of Content15
Approval Spec No. ClasssificationManufacturerModel No.National SpecSizeCITY OF FORT WORTHWATER DEPARTMENT STANDARD PRODUCT LISTNote: All water or sewer pipe larger than 15 inch diameter shall be approved for use by the Water Department on a project specific basis. Special bedding may be required for some pipes.Sewer - Pipes/Concrete*E1-04 Conc. Pipe, ReinforcedWall Concrete Pipe Co. Inc.ASTM C 76*E1-04 Conc. Pipe, ReinforcedHydro Conduit CorporationClass III T&G, SPL Item #77ASTM C 76*E1-04 Conc. Pipe, ReinforcedHanson Concrete ProductsSPL Item #95-Manhole, #98- PipeASTM C 76*E1-04 Conc. Pipe, ReinforcedConcrete Pipe & Products Co. Inc.ASTM C 76* From Original Standard Products ListClick to Return to the Table of Content16
Approval Spec No. ClasssificationManufacturerModel No.National SpecSizeCITY OF FORT WORTHWATER DEPARTMENT STANDARD PRODUCT LISTNote: All water or sewer pipe larger than 15 inch diameter shall be approved for use by the Water Department on a project specific basis. Special bedding may be required for some pipes.Sewer - Pipe Enlargment System (Method)33-31-23 (01/18/13)PIM SystemPIM CorporationPolyethylenePIM Corp., Piscata Way, N.J. Approved PreviouslyMcConnell SystemsMcLat ConstructionPolyethyleneHouston, TexasApproved PreviouslyTRS SystemsTrenchless Replacement SystemPolyethyleneCalgary, CanadaApproved Previously* From Original Standard Products ListClick to Return to the Table of Content17
Approval Spec No. ClasssificationManufacturerModel No.National SpecSizeCITY OF FORT WORTHWATER DEPARTMENT STANDARD PRODUCT LISTNote: All water or sewer pipe larger than 15 inch diameter shall be approved for use by the Water Department on a project specific basis. Special bedding may be required for some pipes.Sewer - Pipe/Fiberglass Reinforced Pipe 33-31-13(1/8/13)7/21/97 33 31 13 Cent. Cast FiberglassHobas Pipe USA, Inc.Hobas Pipe (Non-Pressure)ASTM D3262/D375403/22/10 33 31 13 Fiberglass PipeAmeronBondstrand RPMP PipeASTM D3262/D375410/30/03Glass-Fiber Reinforced Polymer PipeThompson Pipe GroupFlowtiteASTM D3262/D37544/14/05Polymer Modified Concrete PipeAmitech USAMeyer Polycrete PipeASTM C33, A276, F4778" to 102", Class V06/09/10E1-9 Reinforced Polymer Concrete PipeUS Composite PipeReinforced Polymer Concrete PipeASTM C-76* From Original Standard Products ListClick to Return to the Table of Content18
Approval Spec No. ClasssificationManufacturerModel No.National SpecSizeCITY OF FORT WORTHWATER DEPARTMENT STANDARD PRODUCT LISTNote: All water or sewer pipe larger than 15 inch diameter shall be approved for use by the Water Department on a project specific basis. Special bedding may be required for some pipes.Sewer - Pipes/HDPE 33-31-23(1/8/13)*High-density polyethylene pipePhillips Driscopipe, Inc.Opticore Ductile Polyethylene PipeASTM D 12488"*High-density polyethylene pipePlexco Inc.ASTM D 12488"*High-density polyethylene pipePolly Pipe, Inc.ASTM D 12488"High-density polyethylene pipeCSR Hydro Conduit/Pipeline SystemsMcConnell Pipe EnlargementASTM D 1248* From Original Standard Products ListClick to Return to the Table of Content19
Approval Spec No. ClasssificationManufacturerModel No.National SpecSizeCITY OF FORT WORTHWATER DEPARTMENT STANDARD PRODUCT LISTNote: All water or sewer pipe larger than 15 inch diameter shall be approved for use by the Water Department on a project specific basis. Special bedding may be required for some pipes.Sewer - Pipes/PVC (Pressure Sewer) 33-11-12 (4/1/13)12/02/11 33-11-12 DR-14 PVC Pressure PipePipelife JetstreamPVC Pressure PipeAWWA C9004" thru 12"10/22/14 33-11-12 DR-14 PVC Pressure PipeRoyal Building ProductsRoyal Seal PVC Pressure PipeAWWA C9004" thru 12"* From Original Standard Products ListClick to Return to the Table of Content20
Approval Spec No. ClasssificationManufacturerModel No.National SpecSizeCITY OF FORT WORTHWATER DEPARTMENT STANDARD PRODUCT LISTNote: All water or sewer pipe larger than 15 inch diameter shall be approved for use by the Water Department on a project specific basis. Special bedding may be required for some pipes.Sewer - Pipes/PVC* 33-31-20 (7/1/13)*33-31-20 PVC Sewer PipeCertain-Teed Products CorpASTM D 30344" thru 15"*33-31-20 PVC Sewer PipeNapco Manufacturing CorpASTM D 3034, D 17844" & 8"*33-31-20 PVC Sewer PipeJ-M Manufacturing Co., Inc. (JM Eagle)ASTM D 30344" - 15"12/23/97* 33-31-20 PVC Sewer PipeDiamond Plastics CorporationSDR-26 and SDR-35 ASTM F 789, ASTM D 30344" thru 15"*33-31-20 PVC Sewer PipeLamson Vylon PipeASTM F 7894" thru 15"33-31-20 PVC Sewer PipeRoyal Building ProductsRoyal Seal Solid Wall Pipe SDR 26 & 35ASTM 30344" thru 15"01/18/18 33-31-20 PVC Sewer PipeVinyltech PVC PipeGravity SewerASTM D30344" thru 15"11/11/98 33-31-20 PVC Sewer PipeDiamond Plastics Corporation "S" Gravity Sewer PipeASTM F 67918" to 27"*33-31-20 PVC Sewer PipeJ-M Manufacturing Co, Inc. (JM Eagle)ASTM F 67918" - 27"09/11/12 33-31-20 PVC Sewer PipePipelife Jet StreamSDR-26 and SDr-35ASTM F-67918"05/06/0533-31-20PVC Solid Wall PipeDiamond Plastics CorporationPS 46 ASTM F-67918" to 48"04/27/0633-31-20PVC Sewer Fittings HarcoSDR-26 and SDR-35 Gasket Fittings ASTM D-3034, D-1784, etc4" - 15"*33-31-20PVC Sewer FittingsPlastic Trends, In.cGasketed PVC Sewer Main FittingsASTM D 303411/17/99E100-2Closed Profile PVC PipeDiamond Plastics CorporationASTM 1803/F79418" to 48"3/19/2018 33 31 20 PVC Sewer PipePipelife Jet StreamSDR 35ASTM F67918"- 24"3/19/2018 33 31 20 PVC Sewer PipePipelife Jet StreamSDR 26ASTM D30344"- 15"3/29/2019 33 31 20Gasketed Fittings (PVC)GPK Products, Inc.SDR 26ASTM D3034/F-6794"- 15"* From Original Standard Products ListClick to Return to the Table of Content21
Approval Spec No. ClasssificationManufacturerModel No.National SpecSizeCITY OF FORT WORTHWATER DEPARTMENT STANDARD PRODUCT LISTNote: All water or sewer pipe larger than 15 inch diameter shall be approved for use by the Water Department on a project specific basis. Special bedding may be required for some pipes.Sewer - Pipes/Rehab/CIPP 33-31-12 (01/18/13)*Cured in Place PipeInsituform Texark, IncASTM F 121605/03/99Cured in Place PipeNational Envirotech GroupNational Liner, (SPL) Item #27ASTM F-1216/D-581305/29/96Cured in Place PipeReynolds Inc/Inliner Technolgy (Inliner USA)Inliner TechnologyASTM F 1216* From Original Standard Products ListClick to Return to the Table of Content22
Approval Spec No. ClasssificationManufacturerModel No.National SpecSizeCITY OF FORT WORTHWATER DEPARTMENT STANDARD PRODUCT LISTNote: All water or sewer pipe larger than 15 inch diameter shall be approved for use by the Water Department on a project specific basis. Special bedding may be required for some pipes.Sewer - Pipes/Rehab/Fold & Form*Fold and Form PipeCullum Pipe Systems, Inc.11/03/98Fold and Form PipeInsituform Technologies, Inc.Insituform "NuPIpe"ASTM F-1504Fold and Form PipeAmerican Pipe & Plastics, Inc.Demo. Purpose Only12/04/00Fold and Form PipeUltralinerUltraliner PVC Alloy PipelinerASTM F-1504, 1871, 186706/09/03Fold and Form PipeMiller Pipeline Corp.EX MethodASTM F-1504, F-1947Up to 18" diameter* From Original Standard Products ListClick to Return to the Table of Content23
Approval Spec No. ClasssificationManufacturerModel No.National SpecSizeCITY OF FORT WORTHWATER DEPARTMENT STANDARD PRODUCT LISTNote: All water or sewer pipe larger than 15 inch diameter shall be approved for use by the Water Department on a project specific basis. Special bedding may be required for some pipes.Sewer - Pipes/Open Profile Large Diameter09/26/91 E100-2 PVC Sewer Pipe, RibbedLamson Vylon PipeCarlon Vylon H.C. Closed Profile Pipe,ASTM F 67918" to 48"09/26/91 E100-2 PVC Sewer Pipe, RibbedExtrusion Technologies, Inc.Ultra-Rib Open Profile Sewer PipeASTM F 67918" to 48"E100-2 PVC Sewer Pipe, RibbedUponor ETI Company11/10/10 (E100-2) Polypropylene (PP) Sewer Pipe, Double WallAdvanced Drainage Systems (ADS) SaniTite HP Double Wall (Corrugated)ASTM F 273624"-30"11/10/10 (E100-2) Polypropylene (PP) Sewer Pipe, Triple WallAdvanced Drainage Systems (ADS)SaniTite HP Triple Wall PipeASTM F 276430" to 60"05/16/11Steel Reinforced Polyethylene PipeConTech Construction ProductsDurmaxxASTM F 256224" to 72"* From Original Standard Products ListClick to Return to the Table of Content24
Approval Spec No. ClasssificationManufacturerModel No.National SpecSizeCITY OF FORT WORTHWATER DEPARTMENT STANDARD PRODUCT LISTNote: All water or sewer pipe larger than 15 inch diameter shall be approved for use by the Water Department on a project specific basis. Special bedding may be required for some pipes.Water - Appurtenances 33-12-10 (07/01/13)01/18/18 33-12-10 Double Strap SaddleRomac202NS Nylon CoatedAWWA C8001"-2" SVC, up to 24" Pipe08/28/02Double Strap SaddleSmith Blair #317 Nylon Coated Double Strap Saddle07/23/12 33-12-10 Double Strap Service SaddleMueller CompanyDR2S Double (SS) Strap DI SaddleAWWA C8001"-2" SVC, up to 24" Pipe10/27/87Curb Stops-Ball Meter ValvesMcDonald6100M,6100MT & 610MT 3/4" and 1"10/27/87Curb Stops-Ball Meter ValvesMcDonald4603B, 4604B, 6100M, 6100TM and 6101M 1½" and 2"5/25/2018 33-12-10 Curb Stops-Ball Meter ValvesFord Meter Box Co., Inc.FB600-7NL, FB1600-7-NL, FV23-777-W-NL, L22-77NLAWWA C8002"5/25/2018 33-12-10 Curb Stops-Ball Meter ValvesFord Meter Box Co., Inc.FB600-6-NL, FB1600-6-NL, FV23-666-W-NL, L22-66NLAWWA C8001-1/2"5/25/2018 33-12-10 Curb Stops-Ball Meter ValvesFord Meter Box Co., Inc.FB600-4-NL, FB1600-4-NL, B11-444-WR-NL, B22444-WR-NL, L28-44NLAWWA C8001"5/25/2018 33-12-10 Curb Stops-Ball Meter ValvesMueller Co., Ltd.B-25000N, B-24277N-3, B-20200N-3, H-15000N, , H-1552N, H142276NAWWA C800, ANSF 61, ANSI/NSF 3722"5/25/2018 33-12-10 Curb Stops-Ball Meter ValvesMueller Co., Ltd.B-25000N, B-20200N-3, B-24277N-3,H-15000N, H-14276N, H-15525NAWWA C800, ANSF 61, ANSI/NSF 3721-1/2"5/25/2018 33-12-10 Curb Stops-Ball Meter ValvesMueller Co., Ltd.B-25000N, B-20200N-3,H-15000N, H-15530NAWWA C800, ANSF 61, ANSI/NSF 3721"01/26/00Coated Tapping Saddle with Double SS StrapsJCM Industries, Inc.#406 Double Band SS Saddle1"-2" Taps on up to 12" 0/5/21/12 33-12-25 Tapping Sleeve (Coated Steel)JCM Industries, Inc.412 Tapping Sleeve ESSAWWA C-223Up to 30" w/12" Out05/10/11Tapping Sleeve (Stainless Steel)Powerseal3490AS (Flange) & 3490MJ4"-8" and 16"02/29/12 33-12-25 Tapping Sleeve (Coated Steel)RomacFTS 240AWWA C-223U p to 42" w/24" Out02/29/12 33-12-25 Tapping Sleeve (Stainless Steel)RomacSST Stainless SteelAWWA C-223Up to 24" w/12" Out02/29/12 33-12-25 Tapping Sleeve (Stainless Steel)RomacSST III Stainless SteelAWWA C-223Up to 30" w/12" Out05/10/11Joint Repair ClampPowerseal3232 Bell Joint Repair Clamp4" to 30"Plastic Meter Box w/Composite LidDFW Plastics Inc.DFW37C-12-1EPAF FTWPlastic Meter Box w/Composite LidDFW Plastics Inc.DFW39C-12-1EPAF FTW08/30/06Plastic Meter Box w/Composite LidDFW Plastics Inc.DFW65C-14-1EPAF FTWClass "A"Concrete Meter BoxBass & HaysCMB37-B12 1118 LID-9Concrete Meter BoxBass & HaysCMB-18-Dual 1416 LID-9Concrete Meter BoxBass & HaysCMB65-B65 1527 LID-9* From Original Standard Products ListClick to Return to the Table of Content25
Approval Spec No. ClasssificationManufacturerModel No.National SpecSizeCITY OF FORT WORTHWATER DEPARTMENT STANDARD PRODUCT LISTNote: All water or sewer pipe larger than 15 inch diameter shall be approved for use by the Water Department on a project specific basis. Special bedding may be required for some pipes.Water - Bolts, Nuts, and Gaskets 33-11-05 (01/08/13)* From Original Standard Products ListClick to Return to the Table of Content26
Approval Spec No. ClasssificationManufacturerModel No.National SpecSizeCITY OF FORT WORTHWATER DEPARTMENT STANDARD PRODUCT LISTNote: All water or sewer pipe larger than 15 inch diameter shall be approved for use by the Water Department on a project specific basis. Special bedding may be required for some pipes.Water - Combination Air Release 33-31-70 (01/08/13)*E1-11 Combination Air Release ValveGA Industries, Inc.Empire Air and Vacuum Valve, Model 935 ASTM A 126 Class B, ASTM A 240 - float, ASTM A 307 - Cover Bolts1" & 2"*E1-11 Combination Air Release ValveMultiplex Manufacturing Co.Crispin Air and Vacuum Valves, Model No. 1/2", 1" & 2"*E1-11 Combination Air Release ValveValve and Primer Corp.APCO #143C, #145C and #147C1", 2" & 3"* From Original Standard Products ListClick to Return to the Table of Content27
Approval Spec No. ClasssificationManufacturerModel No.National SpecSizeCITY OF FORT WORTHWATER DEPARTMENT STANDARD PRODUCT LISTNote: All water or sewer pipe larger than 15 inch diameter shall be approved for use by the Water Department on a project specific basis. Special bedding may be required for some pipes.Water - Dry Barrel Fire Hydrants 33-12-40 (01/15/14)10/01/87 E-1-12 Dry Barrel Fire HydrantAmerican-Darling ValveDrawing Nos. 90-18608, 94-18560AWWA C-50203/31/88 E-1-12 Dry Barrel Fire HydrantAmerican Darling ValveShop Drawing No. 94-18791 AWWA C-50209/30/87 E-1-12 Dry Barrel Fire HydrantClow CorporationShop Drawing No. D-19895AWWA C-50201/12/93 E-1-12 Dry Barrel Fire HydrantAmerican AVK CompanyModel 2700AWWA C-50208/24/88 E-1-12 Dry Barrel Fire HydrantClow CorporationDrawings D20435, D20436, B20506AWWA C-502E-1-12 Dry Barrel Fire HydrantITT Kennedy ValveShop Drawing No. D-80783FWAWWA C-50209/24/87 E-1-12 Dry Barrel Fire HydrantM&H Valve CompanyShop Drawing No. 13476AWWA C-50210/14/87 E-1-12 Dry Barrel Fire HydrantMueller CompanyShop Drawings No. 6461 A-423 CenturionAWWA C-50201/15/88E1-12 Dry Barrel Fire HydrantMueller CompanyShop Drawing FH-12A-423 Super Centurion 200AWWA C-50210/09/87 E-1-12 Dry Barrel Fire HydrantU.S. Pipe & FoundryShop Drawing No. 960250AWWA C-50209/16/87 E-1-12 Dry Barrel Fire HydrantWaterous CompanyShop Drawing No. SK740803AWWA C-50208/12/16 33-12-40 Dry Barrel Fire HydrantEJ (East Jordan Iron Works)WaterMaster 5CD250* From Original Standard Products ListClick to Return to the Table of Content28
Approval Spec No. ClasssificationManufacturerModel No.National SpecSizeCITY OF FORT WORTHWATER DEPARTMENT STANDARD PRODUCT LISTNote: All water or sewer pipe larger than 15 inch diameter shall be approved for use by the Water Department on a project specific basis. Special bedding may be required for some pipes.Water - Meters02/05/93 E101-5 Detector Check MeterAmes CompanyModel 1000 Detector Check ValveAWWA C5504" - 10"08/05/04Magnetic Drive Vertical TurbineHerseyMagnetic Drive VerticalAWWA C701, Class 13/4" - 6"* From Original Standard Products ListClick to Return to the Table of Content29
Approval Spec No. ClasssificationManufacturerModel No.National SpecSizeCITY OF FORT WORTHWATER DEPARTMENT STANDARD PRODUCT LISTNote: All water or sewer pipe larger than 15 inch diameter shall be approved for use by the Water Department on a project specific basis. Special bedding may be required for some pipes.Water - Pipes/PVC (Pressure Water) 33-31-70 (01/08/13)01/18/18 33-11-12 PVC Pressure PipeVinyltech PVC PipeAWWA C900, AWWA C605, ASTM D17844"-12"3/19/2018 33 11 12 PVC Pressure PipePipelife Jet StreamDR14AWWA C9004"-12"3/19/2018 33 11 12 PVC Pressure PipePipelife Jet StreamDR18AWWA C90016"-24"5/25/2018 33 11 12 PVC Pressure PipeDiamond Plastics CorporationDR 14AWWA C9004"-12"5/25/2018 33 11 12 PVC Pressure PipeDiamond Plastics CorporationTrans 21, DR 14, DR 18AWWA C90016"-24"12/6/2018 33 11 12 PVC Pressure PipeJ-M Manifacturing Co., Inc d/b/a JM EagleDR 14"Blue Brute"AWWA C900-16UL 1285ANSI/NSF 61FM 16124"-12"12/6/2018 33 11 12 PVC Pressure PipeJ-M Manifacturing Co., Inc d/b/a JM EagleDR 18"Blue Brute"AWWA C900-16UL 1285ANSI/NSF 61FM 161216"-24"* From Original Standard Products ListClick to Return to the Table of Content30
Approval Spec No. ClasssificationManufacturerModel No.National SpecSizeCITY OF FORT WORTHWATER DEPARTMENT STANDARD PRODUCT LISTNote: All water or sewer pipe larger than 15 inch diameter shall be approved for use by the Water Department on a project specific basis. Special bedding may be required for some pipes.Water - Pipes/Valves & Fittings/Ductile Iron Fittings 33-11-11 (01/08/13)07/23/92E1-07 Ductile Iron FittingsStar Pipe Products, Inc.Mechanical Joint FittingsAWWA C153 & C110*E1-07 Ductile Iron FittingsGriffin Pipe Products, Co.Mechanical Joint FittingsAWWA C 110*E1-07 Ductile Iron FittingsMcWane/Tyler Pipe/ Union Utilities DivisionMechanical Joint Fittings, SSB Class 350AWWA C 153, C 110, C 11108/11/98E1-07 Ductile Iron FittingsSigma, Co.Mechanical Joint Fittings, SSB Class 351AWWA C 153, C 110, C 11202/26/14E1-07 MJ FittingsAccucastClass 350 C-153 MJ FittingsAWWA C1534"-12"05/14/98E1-07 Ductile Iron Joint RestraintsFord Meter Box Co./Uni-FlangeUni-Flange Series 1400 AWWA C111/C1534" to 36"05/14/98E1-24 PVC Joint RestraintsFord Meter Box Co./Uni-FlangeUni-Flange Series 1500 Circle-LockAWWA C111/C1534" to 24" 11/09/04E1-07 Ductile Iron Joint RestraintsOne Bolt, Inc.One Bolt Restrained Joint FittingAWWA C111/C116/C1534" to 12"02/29/12 33-11-11 Ductile Iron Pipe Mechanical Joint RestraintEBAA Iron, Inc.Megalug Series 1100 (for DI Pipe)AWWA C111/C116/C1534" to 42"02/29/12 33-11-11 PVC Pipe Mechanical Joint RestraintEBAA Iron, Inc.Megalug Series 2000 (for PVC Pipe)AWWA C111/C116/C1534" to 24"08/05/04E1-07 Mechanical Joint Retainer Glands(PVC)Sigma, Co.Sigma One-Lok SLC4 - SLC10AWWA C111/C1534" to 10"03/06/19 33-11-11 Mechanical Joint Retainer Glands(PVC)Sigma, Co.Sigma One-Lok SLCS4 - SLCS12AWWA C111/C1534" to 12"08/05/04E1-07 Mechanical Joint Retainer Glands(PVC)Sigma, Co.Sigma One-Lok SLCEAWWA C111/C15312" to 24"08/10/98E1-07 MJ Fittings(DIP)Sigma, Co.Sigma One-Lok SLDEAWWA C1534" - 24"10/12/10E1-24 Interior Restrained Joint SystemS & B Techncial ProductsBulldog System ( Diamond Lok 21 & JM Eagle ASTM F-16244" to 12"08/16/06E1-07 Mechanical Joint FittingsSIP Industries(Serampore)Mechanical Joint FittingsAWWA C1534" to 24"11/07/16 33-11-11 Mechanical Joint Retainer GlandsStar Pipe Products, Inc.PVC Stargrip Series 4000ASTM A536 AWWA C11111/07/16 33-11-11 Mechanical Joint Retainer GlandsStar Pipe Products, Inc.DIP Stargrip Series 3000ASTM A536 AWWA C11103/19/18 33-11-11 Mechanical Joint Retainer GlandsSIP Industries(Serampore)EZ Grip Joint Restraint (EZD) Black For DIPASTM A536 AWWA C1113"-48"03/19/18 33-11-11 Mechanical Joint Retainer GlandsSIP Industries(Serampore)EZ Grip Joint Restraint (EZD) Red for C900 DR14 PVC PipeASTM A536 AWWA C1114"-12"03/19/18 33-11-11 Mechanical Joint Retainer GlandsSIP Industries(Serampore)EZ Grip Joint Restraint (EZD) Red for C900 DR18 PVC PipeASTM A536 AWWA C11116"-24"* From Original Standard Products ListClick to Return to the Table of Content31
Approval Spec No. ClasssificationManufacturerModel No.National SpecSizeCITY OF FORT WORTHWATER DEPARTMENT STANDARD PRODUCT LISTNote: All water or sewer pipe larger than 15 inch diameter shall be approved for use by the Water Department on a project specific basis. Special bedding may be required for some pipes.Water - Pipes/Valves & Fittings/Resilient Seated Gate Valve* 33-12-20 (05/13/15)Resilient Wedged Gate Valve w/no GearsAmerican Flow ControlSeries 2500 Drawing # 94-2024716"12/13/02Resilient Wedge Gate ValveAmerican Flow ControlSeries 2530 and Series 2536AWWA C51530" and 36"08/31/99Resilient Wedge Gate ValveAmerican Flow ControlSeries 2520 & 2524 (SD 94-20255)AWWA C51520" and 24"05/18/99Resilient Wedge Gate ValveAmerican Flow ControlSeries 2516 (SD 94-20247)AWWA C51516"10/24/00E1-26 Resilient Wedge Gate ValveAmerican Flow ControlSeries 2500 (Ductile Iron)AWWA C5154" to 12"08/05/04Resilient Wedge Gate ValveAmerican Flow Control42" and 48" AFC 2500AWWA C51542" and 48"05/23/91E1-26 Resilient Wedge Gate ValveAmerican AVK CompanyAmerican AVK Resilient Seaded GVAWWA C5094" to 12"01/24/02E1-26 Resilient Wedge Gate ValveAmerican AVK Company20" and smaller*E1-26 Resilient Seated Gate ValveKennedy4" - 12"*E1-26 Resilient Seated Gate ValveM&H4" - 12"*E1-26 Resilient Seated Gate ValveMueller Co.4" - 12"11/08/99Resilient Wedge Gate Valve Mueller Co.Series A2361 (SD 6647)AWWA C51516"01/23/03Resilient Wedge Gate ValveMueller Co.Series A2360 for 18"-24" (SD 6709)AWWA C51524" and smaller05/13/05Resilient Wedge Gate ValveMueller Co.Mueller 30" & 36", C-515AWWA C51530" and 36"01/31/06Resilient Wedge Gate ValveMueller Co.Mueller 42" & 48", C-515AWWA C51542" and 48"01/28/88E1-26 Resilient Wedge Gate ValveClow Valve Co.AWWA C5094" - 12"10/04/94Resilient Wedge Gate ValveClow Valve Co.16" RS GV (SD D-20995)AWWA C51516"11/08/99E1-26 Resilient Wedge Gate ValveClow Valve Co.Clow RW Valve (SD D-21652)AWWA C51524" and smaller11/29/04Resilient Wedge Gate Valve Clow Valve Co.Clow 30" & 36" C-515AWWA C51530" and 36" (Note 3)11/30/12Resilient Wedge Gate ValveClow Valve Co.Clow Valve Model 2638AWWA C51524" to 48" (Note 3)05/08/91E1-26 Resilient Seated Gate ValveStockham Valves & FittingsAWWA C 509, ANSI 420 - stem, ASTM A 276 Type 304 - Bolts & nuts4" - 12"*E1-26 Resilient Seated Gate ValveU.S. Pipe and Foundry Co.Metroseal 250, requirements SPL #743" to 16"10/26/16 33-12-20 Resilient Seated Gate ValveEJ (East Jordan Iron Works)EJ FlowMaster Gate Valve & Boxes08/24/18Matco Gate Valve Matco-Norca225 MRAWWA/ANSI C115/An21.154" to 16"* From Original Standard Products ListClick to Return to the Table of Content32
Approval Spec No. ClasssificationManufacturerModel No.National SpecSizeCITY OF FORT WORTHWATER DEPARTMENT STANDARD PRODUCT LISTNote: All water or sewer pipe larger than 15 inch diameter shall be approved for use by the Water Department on a project specific basis. Special bedding may be required for some pipes.Water - Pipes/Valves & Fittings/Rubber Seated Butterfly Valve 33-12-21 (07/10/14)*E1-30 Rubber Seated Butterfly ValveHenry Pratt Co.AWWA C-50424"*E1-30 Rubber Seated Butterfly ValveMueller Co.AWWA C-50424"and smaller1/11/99E1-30 Rubber Seated Butterfly ValveDezurik Valves Co.AWWA C-50424" and larger06/12/03E1-30 Valmatic American Butterfly ValveValmatic Valve and Manufacturing Corp. Valmatic American Butterfly Valve.AWWA C-504Up to 84" diameter04/06/07E1-30 Rubber Seated Butterfly ValveM&H ValveM&H Style 4500 & 1450 AWWA C-50424" to 48"03/19/18 33 12 21 Rubber Seated Butterfly ValveG. A. Industries (Golden Anderson)AWWA C504 Butterfly ValveAWWA C-50430"-54"* From Original Standard Products ListClick to Return to the Table of Content33
Approval Spec No. ClasssificationManufacturerModel No.National SpecSizeCITY OF FORT WORTHWATER DEPARTMENT STANDARD PRODUCT LISTNote: All water or sewer pipe larger than 15 inch diameter shall be approved for use by the Water Department on a project specific basis. Special bedding may be required for some pipes.Water - Polyethylene Encasement 33-11-10 (01/08/13)05/12/05E1-13 Polyethylene EncasmentFlexsol PackagingFulton Enterprises AWWA C1058 mil LLD05/12/05E1-13 Polyethylene EncasmentMountain States Plastics (MSP) and AEP Ind.Standard HardwareAWWA C1058 mil LLD05/12/05E1-13 Polyethylene EncasmentAEP IndustriesBullstrong by Cowtown Bolt & GasketAWWA C1058 mil LLD* From Original Standard Products ListClick to Return to the Table of Content34
Approval Spec No. ClasssificationManufacturerModel No.National SpecSizeCITY OF FORT WORTHWATER DEPARTMENT STANDARD PRODUCT LISTNote: All water or sewer pipe larger than 15 inch diameter shall be approved for use by the Water Department on a project specific basis. Special bedding may be required for some pipes.Water - Sampling Station3/12/96Water Sampling StationWater PlusB20 Water Sampling Station* From Original Standard Products ListClick to Return to the Table of Content35
Dallas • Fort Worth • Houston • San Antonio
Geotechnical
Construction Materials
Environmental
TBPE Firm No. 813
5058 Brush Creek Road
Fort Worth, Texas 76119
Tel: 817-496-5600
Fax: 817-496-5608
www.alphatesting.com
July 30, 2019
Meritage Homes of Texas, LLC
8840 Cypress Waters Boulevard, Suite 100
Dallas, Texas 75019
Attention: Mr. Robert Hall
Re: Pavement Recommendations
Northstar – Phase 1
Off North Saginaw Boulevard, South of Bonds Ranch Road
Fort Worth, Texas
ALPHA Report No. W191406-A
Submitted herein are the recommended pavement sections for the proposed subdivision
(Northstar – Phase 1). The proposed subdivision is generally located about 1,000 ft north of
Meadow Springs Drive and about 750 ft east of Trinity Express Railroad in Fort Worth, Texas.
This study was authorized by Mr. David Aughinbaugh with Authorization Agreement (Contract
No. 66312258) and performed in accordance with ALPHA Proposal No. 70776 dated April 17,
2019. This report is an extension of ALPHA Report No. W191406 dated July 11, 2019
containing geotechnical recommendations for residential foundations.
The purpose of this study is to develop pavement sections for the planned streets in the subject
subdivision in accordance with the City of Fort Worth Pavement Design Manual (January 2015).
We understand the proposed streets within the subdivision could be classified as “Residential -
Urban”, “Collector” or “Arterial”, as described in the referenced manual.
PURPOSE AND SCOPE
The purpose of this geotechnical exploration is for ALPHA TESTING, INC. (ALPHA) to
evaluate for Meritage Homes of Texas, LLC (Client) some of the physical and engineering
properties of subsurface materials at selected locations on the subject site with respect to
formulation of appropriate geotechnical design parameters for the proposed pavement. The field
exploration was accomplished by securing subsurface samples from widely spaced test borings
performed across the expanse of the site. Engineering analyses were performed from results of
the field exploration and results of laboratory tests performed on representative samples.
Also included are general comments pertaining to reasonably anticipated construction problems
and recommendations concerning earthwork and quality control testing during construction.
This information can be used to evaluate subsurface conditions and to aid in ascertaining
construction meets project specifications.
ALHA Report No. W191406-A
2
Recommendations provided in this report were developed from information obtained in test
borings depicting subsurface conditions only at the specific boring locations and at the particular
time designated on the logs. Subsurface conditions at other locations may differ from those
observed at the boring locations, and subsurface conditions at boring locations may vary at
different times of the year. The scope of work may not fully define the variability of subsurface
materials and conditions that are present on the site.
The nature and extent of variations between borings may not become evident until construction.
If significant variations then appear evident, our office should be contacted to re-evaluate our
recommendations after performing on-site observations and possibly other tests.
SUMMARY OF RECOMMENDATIONS
Table A contains a summary of pavement section requirements for proposed streets at the subject
project.
TABLE A
Summary of Pavement Section Requirements
Street Classification Residential -Urban Collector Arterial
PCC Pavement Thickness(in) placed
on lime stabilized subgrade soil 6 7½ 10
28-day Concrete Compressive
Strength (psi) 3,600 3,600 3,600
Subgrade Treatment 6 inches Lime 8 inches Lime 8 inches Lime
Application Rate (lbs per sq yd) 30 30 30
Reinforcing Bar No. 3 3 4
Reinforcing Bar Spacing (in) 18 18 18
Further recommendations and analyses used to develop the summary in Table A are provided
further in this report.
FIELD EXPLORATION
Subsurface conditions on the site were explored by drilling a total of 28 test borings to a depth of
about 20 ft each. The test borings were performed in general accordance with ASTM D 420
using standard rotary drilling equipment. The approximate location of each boring is shown on
the attached Boring Location Plan, Figure 1.
Subsurface types encountered during the field exploration are presented on the attached Log of
Boring sheets (boring logs). These boring logs contain our Field Technician's and Engineer's
interpretation of conditions believed to exist between actual samples retrieved. Therefore, the
boring logs contain both factual and interpretive information. Lines delineating subsurface strata
on the boring logs are approximate and the actual transition between strata may be gradual.
ALHA Report No. W191406-A
3
LABORATORY TESTS
Selected samples of the subsurface materials were tested in the laboratory to evaluate their
engineering properties as a basis in providing recommendations for pavement sections design
and earthwork construction. The following laboratory tests were performed to facilitate
pavement section recommendations:
Moisture Content (ASTM D 2216)
Atterberg-Limits (ASTM D 4318)
Unconfined Compressive Strength (ASTM D 2166)
Sulfate Content (TX-145-E Part II)
Lime Series (Plasticity Index vs. Lime Content)
In addition to conventional laboratory testing to assess engineering properties of the soils
obtained, bulk samples were obtained from the site near the vicinity of Boring 2 for moisture-
density relationship testing (standard Proctor, ASTM D 698) and California Bearing Ratio
testing (CBR, ASTM D 1183). Individual test results are presented on the attached Log of
Boring or summary data sheets.
GENERAL SUBSURFACE CONDITIONS
Based on geological maps available from the Bureau of Economic Geology, published by The
University of Texas at Austin, the project site lies within the undivided Fort Worth Limestone
and Duck Creek formation. This undivided formation generally consists of alternating layers of
limestone and marl (limey shale). Residual overburden soils associated with these undivided
formations generally consist of clay soils characterized by moderate to high shrink-swell
potential.
Subsurface conditions encountered in about two-thirds of the borings generally consisted of
limestone and/or shale extending to the 20 ft termination depth. Subsurface conditions
encountered in Borings 20, 23, 24, 25, 26 and 28 generally consisted of clay to depths of about 1
ft to 10 ft below the ground surface underlain by limestone extending to the 20 ft termination
depth. Alternating layers of clay, limestone and shaly clay were encountered in Borings 5, 9, 15
and 21. Subsurface conditions encountered in Boring 10 generally consisted of clay extending to
the 20 ft termination depth. More detailed stratigraphic information is presented on the attached
Log of Boring sheets.
Most of the materials encountered in the borings are considered relatively impermeable and are
anticipated to have a relatively slow response to water movement. Therefore, several days of
observation would be required to evaluate actual groundwater levels within the depths explored.
Also, the groundwater level at the subject site is anticipated to fluctuate seasonally depending on
the amount of rainfall, prevailing weather conditions, and subsurface drainage characteristics.
ALHA Report No. W191406-A
4
Free groundwater was encountered while advancing Boring 10 at a depth of about 12 ft below
the ground surface and in the open borehole immediately upon completion of drilling at a depth
of about 8 ft. The remaining borings were dry. It is common to encounter seasonal groundwater
from natural fractures within the clayey matrix, at the soil/rock (limestone) interface or from
fractures in the rock, particularly during or after periods of precipitation. If more detailed
groundwater information is required, monitoring wells or piezometers can be installed.
Further details concerning subsurface materials and conditions encountered can be obtained from
the attached boring logs.
ENGINEERING ANALYSIS AND RECOMMENDATIONS
Calculations used to determine the required pavement thickness are based only on the physical
and engineering properties of the materials and conventional thickness determination procedures.
Related civil design factors such as subgrade drainage, shoulder support, cross-sectional
configurations, surface elevations, joint design and environmental factors will significantly affect
the service life and must be included in preparation of the construction drawings and
specifications but were not included in the scope of this study. Normal periodic maintenance
will be required for all pavement to achieve the design life of the pavement system.
Pavement Subgrade Preparation
Based on review of the borings and preliminary grading plans prepared by LJA Engineering, Inc.
(Northstar Section 2, Phase 1 – Sheets 1 through 5 dated July 2019) it is expected the pavement
subgrade could consist of clay soils or similar onsite materials used for grading the site. The
pavement subgrade could also consist of limestone in some areas depending on the given
location along the alignment and grading requirements. Since the subgrade conditions and
required treatments could vary along the proposed road alignment, ALPHA should be retained to
observe construction to verify conditions are as expected. Also, we should be provided with the
final grading plan for review prior to construction to verify or modify in writing the
recommendations contained in this report.
The exposed clayey surface soils should be scarified to a depth of 6 inches and 8 inches for
Residential Urban and Collector/Arterial streets, respectively, and mixed with a minimum 30 lbs
per sq yard of hydrated lime (by dry soil weight) in conformance with TxDOT Standard
Specifications Item 260. The recommended application rate is the minimum required by the City
of Fort Worth. The results of lime series tests performed on representative clay samples are
attached (Figure 4).
We recommend lime stabilization procedures extend at least 1 ft beyond the edge of the
pavement to reduce effects of seasonal shrinking and swelling upon the extreme edges of
pavement. The soil-lime mixture should be compacted to at least 95 percent of standard Proctor
maximum dry density (ASTM D 698) and within the range of 0 to 4 percentage points above the
mixture's optimum moisture content. In all areas where hydrated lime is used to stabilize
subgrade soil, routine Atterberg-limit tests should be performed to verify the resulting plasticity
index of the soil-lime mixture is at/or below 15.
ALHA Report No. W191406-A
5
Mechanical lime stabilization of the pavement subgrade soil will not prevent normal seasonal
movement of the underlying untreated materials. Pavement and other flatwork constructed at
final grades as could experience soil-related potential seasonal movements of up to 6 inches
depending on the depth of limestone from final grade. Potential seasonal movements are
discussed in more detail in ALPHA Report No. W191406 performed for the residential
foundations to be constructed at the site.
Lime stabilization of the pavement subgrade is not required where the pavement subgrade
consists of limestone. In pavement areas where limestone is exposed after final subgrade
elevation is achieved, on-site lime stabilized clay cuttings, on-site processed limestone cuttings,
or flexible base material could be used as a leveling course (as needed) to provide a smooth
surface for placement of the pavement.
California Bearing Ratio (CBR) tests performed for this specific project indicate the CBR values
for the natural clay soil tested could be about 3.3 to 3.9 (Figure 3). Following improvement with
lime, the CBR value for the lime stabilized clayey soils is expected to be at least 10.
Portland Cement Concrete Pavement Section
Using the 1993 AASHTO pavement design procedures (WinPAS computer program distributed
by American Concrete Pavement Association), the following design parameters were used in
analyses of the PCC pavement section.
Compressive strength of concrete 3,600 psi at 28 days
Modulus of Elasticity 4,000,000 psi
Modulus of Rupture 620 psi
Modulus of Subgrade Reaction* 280 pci
Load Transfer Co-efficient 3.0
Drainage Coefficient 1.0
Initial PSI 4.5
Terminal PSI for 2.0 (Residential Urban)
2.25 (Collector)
2.5 (Arterial)
Standard Deviation 0.39
Reliability 85 percent
*Subgrade prepared with lime stabilization, or graded limestone as discussed in the previous
section.
Using the Street Classification of “Residential-Urban” as described in the referenced Fort Worth
Pavement Design Manual, it is estimated annual traffic volume will be about 35,000 Equivalent
Single Axle Loads (ESALs) in one direction over a 25 -year design life with 0.5 percent annual
traffic growth. Based on this, we estimate the cumulative ESALs over the design life of the
Residential Urban street pavement to be about 930,000.
Using the Street Classification of “Collector” as described in the referenced Fort Worth
Pavement Design Manual, the annual traffic volume will be about 100,000 Equivalent Single
Axle Loads (ESALs) in one direction over a 25-year design life with 1.5 percent annual traffic
growth. Based on this, we estimate the cumulative ESALs over the design life of the pavement
to be about 3,000,000.
ALHA Report No. W191406-A
6
Using the Street Classification of “Arterial” as described in the referenced Fort Worth Pavement
Design Manual, the annual traffic volume will be about 300,000 Equivalent Single Axle Loads
(ESALs) in one direction over a 30-year design life with 2.5 percent annual traffic growth.
Based on this, we estimate the cumulative ESALs over the design life of the pavement to be
about 13,000,000.
If the actual expected traffic volume is different than used for our analysis herein, our office
should be provided with the actual expected traffic volume so that we can re-evaluate our
recommendations.
Based on the subgrade preparations recommended herein, the projected traffic volume and stated
design parameters, a minimum 6-inch section of Portland cement concrete is required for
Residential Urban classified streets, a minimum 7½-inch section of Portland cement concrete is
required for Collector classified streets and a minimum 10-inch section of Portland cement
concrete is required for Arterial classified streets at this project.
PCC should have a minimum 3,600 psi compressive strength at 28 days. The concrete section
should be placed over a properly prepared subgrade as discussed herein. Concrete should be
designed with 5 ± 1 percent entrained air. Reinforcing steel for concrete pavement should be in
accordance with Table 4.1 of the referenced Pavement Design Manual. Joints and saw-cutting in
concrete should be in accordance with Section Four of the referenced Pavement Design Manual.
Drainage and Maintenance
Routine maintenance, including sealing of cracks and joints should be performed over the life of
the pavement. Adequate drainage should be provided to reduce seasonal variations in the
moisture content of subgrade soils. Maintaining positive surface drainage throughout the life
of the pavement is essential.
Soluble Sulfates
A total of three (3) samples obtained from the borings were tested for soluble sulfate
concentrations. Results of the laboratory testing (TxDOT Test Method TEX-145-E Part II) are
summarized in Table B.
TABLE B
Soluble Sulfates
Sample
No.
Boring
No.
Depth,
ft Material Type Soluble Sulfate,
mg/Kg (ppm)
1 5 2-4 Tan Clay 47
2 20 2-4 Brown Clay 75
3 28 0-2 Brown Clay 67
ALHA Report No. W191406-A
7
Based on the results of laboratory testing, the soluble sulfate content measured in the samples
tested is considered relatively low (<3,000 ppm). It should be noted that concentrations of
soluble sulfates in soil are typically very localized and concentrations in other areas of the site
could vary significantly. Therefore, it is recommended sulfate sampling/testing be performed
along the pavement subgrade during construction. During construction, experienced
geotechnical personnel should make close observations for possible sulfate reactions.
GENERAL CONSTRUCTION PROCEDURES AND RECOMMENDATIONS
Variations in subsurface conditions could be encountered during construction. To permit
correlation between test boring data and actual subsurface conditions encountered during
construction, it is recommended a registered Professional Engineering firm be retained to
observe construction procedures and materials.
Some construction problems, particularl y degree or magnitude, cannot be reasonably anticipated
until the course of construction. The recommendations offered in the following paragraphs are
intended not to limit or preclude other conceivable solutions, but rather to provide our
observations based on our experience and understanding of the project characteristics and
subsurface conditions encountered in the borings.
Site Preparation and Grading
Limestone was encountered within 4 ft of the existing ground surface in about two-thirds of the
borings. We expect limestone could be encountered during general excavation and grading at
this site. The limestone encountered in the borings was hard and may be difficult to excavate.
Rock excavation methods (including, but not limited to rock teeth, rippers, jack hammers, or saw
cutting) may be required to remove the limestone. Crushing equipment may be required to
process this limestone if it is desired to use this material as compacted fill on the site. The
contractor selected should have experience with excavation in hard limestone.
All areas supporting pavement or areas to receive new fill should be properly prepared.
After completion of the necessary stripping, clearing, and excavating and prior to placing any
required fill, the exposed subgrade should be carefully evaluated by probing and testing. Any
undesirable material (organic material, wet, soft, or loose soil) still in place should be removed.
The exposed subgrade should be further evaluated by proof-rolling with a heavy pneumatic tired
roller, loaded dump truck or similar equipment weighing approximately 25 tons to check for
pockets of soft or loose material hidden beneath a thin crust of possibly better soil. Proof-rolling
procedures should be observed routinely by a Professional Engineer or his designated
representative. Any undesirable material (organic material, wet, soft, or loose soil) exposed from
the proof-roll should be removed and replaced with well-compacted material as outlined in the
Fill Compaction section.
Prior to placement of any fill, the exposed subgrade should then be scarified to a minimum depth
of 6 inches and recompacted as outlined in the Fill Compaction section.
ALHA Report No. W191406-A
8
If fill is to be placed on existing slopes (natural or constructed) steeper than six horizontal to one
vertical (6:1), the fill materials should be benched into the existing slopes in such a manner as to
provide a minimum bench width of five (5) ft. This should provide a good contact between the
existing soils and new fill materials, reduce potential sliding planes, and allow relatively
horizontal lift placements.
Even if fill is properly compacted as recommended in the Fill Compaction section, fills in excess
of about 10 ft are still subject to settlements over time of up to about 1 to 2 percent of the t otal
fill thickness. This should be considered when planning or placing deep fills, especially where
utilities are planned below pavement.
Slope stability analysis of embankments (natural or constructed) and global stability analysis for
retaining walls was not within the scope of this study.
The contractor is responsible for designing any excavation slopes, temporary sheeting or shoring.
Design of these structures should include any imposed surface surcharges. Construction site
safety is the sole responsibility of the contractor, who shall also be solely responsible for the
means, methods and sequencing of construction operations. The contractor should also be aware
that slope height, slope inclination or excavation depths (including utility trench ex cavations)
should in no case exceed those specified in local, state and/or federal safety regulations, such as
OSHA Health and Safety Standard for Excavations, 29 CFR Part 1926, or successor regulations.
Stockpiles should be place well away from the edge of the excavation and their heights should be
controlled so they do not surcharge the sides of the excavation. Surface drainage should be
carefully controlled to prevent flow of water over the slopes and/or into the excavations.
Construction slopes should be closely observed for signs of mass movement, including tension
cracks near the crest or bulging at the toe. If potential stability problems are observed, a
geotechnical engineer should be contacted immediately. Shoring, bracing or underpinning
required for the project (if any) should be designed by a professional engineer registered in the
State of Texas.
Due to the nature of the clay soils found near the surface at most of the borings, traffic of heavy
equipment (including heavy compaction equipment) may create pumping and general
deterioration of shallow soils. Therefore, some construction difficulties should be anticipated
during periods when these soils are saturated.
Fill Compaction
The following compaction recommendations pertain to general filling and site grading. The
pavement subgrade should be prepared as discussed in the Pavement Subgrade Preparation
section.
Clay and shaly clay with a plasticity index equal to or greater than 25 should be compacted to a
dry density between 95 and 100 percent of standard Proctor maximum dry density (ASTM
D 698). The compacted moisture content of the clays during placement should be within the
range of 2 to 5 percentage points above optimum.
Clay with a plasticity index less than 25 should be compacted to a dry density of at least 95
percent of standard Proctor maximum dry density (ASTM D 698) and within the range of 1
percentage point below to 3 percentage points above the material's optimum moisture content.
ALHA Report No. W191406-A
9
Clayey soils used as fill should be processed and the largest particle or clod should be less than 6
inches prior to compaction.
Processed limestone or other rock-like materials used as fill should be compacted to at least 95
percent of standard Proctor maximum dry density. The compacted moisture content of limestone
or other rock-like materials used as fill is not considered crucial to proper performance.
However, if the material's moisture content during placement is within 3 percentage points of
optimum, the compactive effort required to achieve the minimum compaction criteria may be
minimized. In general, processed limestone used as fill should have a maximum particle size of
6 inches. However, any processed limestone used as fill within 3 ft of the final pavement
subgrade elevation should have a maximum particle size of 3 inches. A gradation of at least 40
percent passing a standard No. 4 sieve is recommended.
In cases where mass fills are more than 10 ft deep, the fill/backfill below 10 ft should be
compacted to at least 100 percent of standard Proctor maximum dry density (ASTM D-698) and
within 2 percentage points of the material's optimum moisture content. The portion of the
fill/backfill shallower than 10 ft should be compacted as outlined herein.
Compaction should be accomplished by placing fill in about 8-inch thick loose lifts and
compacting each lift to at least the specified minimum dry density. Field density and moisture
content tests should be performed on each lift.
In general site grading areas where final fill slope s will be four horizontal to one vertical (4:1) or
steeper and greater than 5 ft in height, field density and moisture content tests should be
performed on each lift.
Utilities
In cases where utility lines are more than 10 ft deep, the fill/backfill below 10 ft should be
compacted to at least 100 percent of standard Proctor maximum dry density (ASTM D 698) and
within –2 to +2 percentage points of the material's optimum moisture content. The portion of the
fill/backfill shallower than 10 ft should be compacted as previously outlined. Density tests
should be performed on each lift (maximum 12-inch thick) and should be performed as the
trench is being backfilled.
Even if fill is properly compacted, fills in excess of about 10 ft are still subject to settlements over
time of up to about 1 to 2 percent of the total fill thickness. This should be considered when
designing utility lines under pavements and/or other areas with deep fill.
If utility trenches or other excavations extend to or beyond a depth of 5 ft below construction
grade, the contractor or others shall be required to develop an excavation safety plan to protect
personnel entering the excavation or excavation vicinity. The collection of specific geotechnical
data and the development of such a plan, which could include designs for sloping and benching
or various types of temporary shoring, is beyond the scope of this study. Any such designs and
safety plans shall be developed in accordance with current OSHA guidelines and other
applicable industry standards.
ALHA Report No. W191406-A
10
Groundwater
Groundwater was encountered in Boring 10 at a depth of about 8 ft below the ground surface.
Shallower groundwater seepage could be encountered from the subsurface stratigraphy in
excavations for pavement, utilities and other general excavations at this site. The risk of seepage
increases with depth of excavation and during or after periods of precipitation. Standard sump
pits and pumping may be adequate to control seepage on a local basis.
In any areas where cuts are made, attention should be given to possible seasonal water seepage
that could occur through natural cracks and fissures in the newly exposed stratigraphy. The risk
of seepage is increased where limestone is exposed in excavations and slopes or is near final
grade. In these areas subsurface drains may be required to intercept seasonal groundwater
seepage. The need for these or other dewatering devices should be carefully addressed during
construction. Our office could be contacted to visually observe final grades to evaluate the need
for such drains.
LIMITATIONS
Professional services provided in this geotechnical exploration were performed, findings
obtained, and recommendations prepared in accordance with generally accepted geotechnical
engineering principles and practices. The scope of services provided herein does not include an
environmental assessment of the site or investigation for the presence or absence of hazardous
materials in the soil, surface water or groundwater. ALPHA, upon written request, can be
retained to provide same.
ALPHA TESTING, INC. is not responsible for conclusions, opinions or recommendations
made by others based on this data. Information contained in this report is intended for the
exclusive use of the Client (and their designated design representatives), and is related solely to
design of the specific structures outlined on the cover page of this report. No party other than the
Client (and their designated design representatives) shall use or rely upon this report in any
manner whatsoever unless such party shall have obtained ALPHA’s written acceptance of such
intended use. Any such third party using this report after obtaining ALPHA’s written acceptance
shall be bound by the limitations and limitations of liability contained herein, including
ALPHA’s liability being limited to the fee paid to it for this report. Recommendations presented
in this report should not be used for design of any other structures except those specifically
described in this report. In all areas of this report in which ALPHA may provide additional
services if requested to do so in writing, it is presumed that such requests have not been made if
not evidenced by a written document accepted by ALPHA. Further, subsurface conditions can
change with passage of time. Recommendations contained herein are not considered applicable
for an extended period of time after the completion date of this report. It is recommended our
office be contacted for a review of the contents of this report for construction commencing more
than one (1) year after completion of this report. Non-compliance with any of these
requirements by the Client or anyone else shall release ALPHA from any liability resulting from
the use of, or reliance upon, this report.
ALHA Report No. W191406-A
11
Recommendations provided in this report are based on our understanding of information
provided by the Client about characteristics of the project. If the Client notes any deviation from
the facts about project characteristics, our office should be contacted immediately since this may
materially alter the recommendations. Further, ALPHA TESTING, INC. is not responsible for
damages resulting from workmanship of designers or contractors and it is recommended the
Owner retain qualified personnel, such as a Geotechnical Engineering firm, to verify
construction is performed in accordance with plans and specifications.
CLOSURE
All recommendations in the referenced geotechnical report remain unchanged unless specifically
modified herein. We appreciate the opportunity to be of service. Please contact us with any
questions or comments.
Sincerely,
ALPHA TESTING, INC.
July 30, 2019
Mark L. McKay, P.E. Brian J. Hoyt, P.E.
Director of Geotechnical Engineering Geotechnical Department Manager
BJH/MLM/klf
Copies: (1-PDF) Client
Attachments: Boring Location Plan – Figure 1
Moisture - Density Relationship – Figure 2
California Bearing Ratio (CBR) – Figure 3
Mechanical Lime Series – Figure 4
WinPAS Analysis Results
Log of Borings (Borings 1 through 28)
Key to Soil Symbols and Classifications
GEOTECHNICAL EXPLORATION
PAVEMENT RECOMMENDATIONS
NORTHSTAR - PHASE 1
OFF NORTHSTAR PARKWAY
FORT WORTH, TEXAS
ALPHA PROJECT NO. W191406-A
BORING LOCATION PLAN
FIGURE 1
P-3
B-16
B-15B-14B-13B-12B-11
B-10 B-8 B-7
B-6
B-5 B-4
B-2
B-1
P-5
B-17
B-18
B-21
B-26
B-28B-25
B-24B-23B-22
B-20
B-19
B-27
B-3
B-9
NORTHSTAR PARKWAY
N
APPROXIMATE BORING LOCATION
APPROXIMATE PRELIMINARY
BORING LOCATION (W183124)
Optimum Moistuire Content (%):
Sample Location:
Geotechnical ● Construction Materials ● Environmental ● TBPE Firm No. 813
REPORT OF MOISTURE DENSITY RELATIONSHIP RESULTS
(ASTM D698-A)
PL:
FIGURE 2
23
Classification:CH
Project No:W191406-A Date:07/12/19
Material Description:
LL:72
28.4 % Passing #200:72.8%
Maximum Dry Unit Weight (pcf):86.0 PI : 49
80
85
90
95
100
105
110
115
120
5.0%10.0%15.0%20.0%25.0%30.0%35.0%Dry Unit Weight, (pcf)Moisture Content, (%)
CBR @ 0.20 Inches = 3.3%
FIGURE 3
Sample Location:Boring 2
CBR @ 0.10 Inches = 3.9%
Material Description:0
Geotechnical ● Construction Materials ● Environmental ● TBPE Firm No. 813
REPORT OF CALIFORNIA BEARING RATIO RESULTS
(ASTM D1883)
Project No:W191406-A Date:07/12/19
0
10
20
30
40
50
60
70
80
0.0 0.1 0.2 0.3 0.4 0.5 0.6Stress, psiPenetration, in
REPORT OF MECHANICAL LIME SERIES RESULTS
8%6%% Lime
26 17
Project No:W191406-A Date:
1051
0%
PI 5
FIGURE 4
07/12/19
Geotechnical ● Construction Materials ● Environmental ● TBPE Firm No. 813
2%4%
0
5
10
15
20
25
30
35
40
45
50
55
60
65
70
0%1%2%3%4%5%6%7%8%9%10%11%12%13%14%15%PIPercent Dry Weight of Lime
WinPAS
Pavement Thickness Design According to
1993 AASHTO Guide for Design of Pavements Structures
American Concrete Pavement Association
Rigid Design Inputs
Agency:
Company:
Contractor:
Project Description:
Location:
City of Fort Worth
Alpha Testing Inc.
Residential Pavement Analysis
Fort Worth, TX
Rigid Pavement Design/Evaluation
PCC Thickness
Design ESALs
Reliability
Overall Deviation
Modulus of Rupture
Modulus of Elasticity
5.91
930,000
85.00
0.39
620
4,000,000
inches
psi
psi
percent
Load Transfer, J
Mod. Subgrade Reaction, k
Drainage Coefficient, Cd
Initial Serviceability
Terminal Serviceability
3.00
280
1.00
4.50
2.00
psi/in
Modulus of Subgrade Reaction (k-value) Determination
Resilient Modulus of the Subgrade
Resilient Modulus of the Subbase
Subbase Thickness
Depth to Rigid Foundation
Loss of Support Value (0,1,2,3)
0.0
0.0
0.00
0.00
0.0
psi
psi
inches
feet
Modulus of Subgrade Reaction 280.00 psi/in
Thursday, April 23, 2015 1:12:04PM
Engineer:
WinPAS
Pavement Thickness Design According to
1993 AASHTO Guide for Design of Pavements Structures
American Concrete Pavement Association
Rigid Design Inputs
Agency:
Company:
Contractor:
Project Description:
Location:
City of Fort Worth
Alpha Testing Inc.
Collector Pavement Analysis
Fort Worth, TX
Rigid Pavement Design/Evaluation
PCC Thickness
Design ESALs
Reliability
Overall Deviation
Modulus of Rupture
Modulus of Elasticity
7.52
3,000,000
85.00
0.39
620
4,000,000
inches
psi
psi
percent
Load Transfer, J
Mod. Subgrade Reaction, k
Drainage Coefficient, Cd
Initial Serviceability
Terminal Serviceability
3.00
280
1.00
4.50
2.25
psi/in
Modulus of Subgrade Reaction (k-value) Determination
Resilient Modulus of the Subgrade
Resilient Modulus of the Subbase
Subbase Thickness
Depth to Rigid Foundation
Loss of Support Value (0,1,2,3)
0.0
0.0
0.00
0.00
0.0
psi
psi
inches
feet
Modulus of Subgrade Reaction 280.00 psi/in
Thursday, April 23, 2015 1:11:04PM
Engineer:
WinPAS
Pavement Thickness Design According to
1993 AASHTO Guide for Design of Pavements Structures
American Concrete Pavement Association
Rigid Design Inputs
Agency:
Company:
Contractor:
Project Description:
Location:
City of Fort Worth
Alpha Testing Inc.
Arterial Pavement Analysis
Fort Worth, TX
Rigid Pavement Design/Evaluation
PCC Thickness
Design ESALs
Reliability
Overall Deviation
Modulus of Rupture
Modulus of Elasticity
9.87
13,000,000
85.00
0.39
620
4,000,000
inches
psi
psi
percent
Load Transfer, J
Mod. Subgrade Reaction, k
Drainage Coefficient, Cd
Initial Serviceability
Terminal Serviceability
3.00
280
1.00
4.50
2.50
psi/in
Modulus of Subgrade Reaction (k-value) Determination
Resilient Modulus of the Subgrade
Resilient Modulus of the Subbase
Subbase Thickness
Depth to Rigid Foundation
Loss of Support Value (0,1,2,3)
0.0
0.0
0.00
0.00
0.0
psi
psi
inches
feet
Modulus of Subgrade Reaction 280.00 psi/in
Thursday, April 23, 2015 1:09:59PM
Engineer:
100/
1.5"
100/
1"
100/
0.5"
100/
0.5"
Tan LIMESTONE with clay seams and layers
Gray LIMESTONE with shale seams
TEST BORING TERMINATED AT 20 FT
8.0
20.0
Surface Elevation:Unit Dry Weight(pcf)Depth, feet5
10
15
20
GROUND WATER OBSERVATIONS
After Hours (ft):PocketPenetrometer (tsf)On Rods (ft):
Drilling Method:CONTINUOUS FLIGHT AUGER
Unconfined Comp.Strength (tsf).NONE
After Drilling (ft):.DRY
.
PROJECT NO.:W191406
Location:Fort Worth, Texas
Sheet 1 of 1
Water Content, %% PassingNo. 200 SieveLiquid LimitPlastic LimitPlasticity IndexGraphic LogNorth:TX Cone or Std.Pen. (blows/ft,in)Recovery %RQDSample TypeMATERIAL DESCRIPTION
West:
5058 Brush Creek Rd.
Fort Worth, Texas
76119
Phone: 817-496-5600
Fax: 817-496-5608
www.alphatesting.com
Start Date:6/12/2019 End Date:6/12/2019
Project:Northstar Phase 1
Client:Meritage Homes of Texas, LLC - DFW
Hammer Drop (lbs / in):140 / 30
BORING NO.:1
100/
3.25"
100/
1.25"
100/
0.5"
100/
0.5"
Tan LIMESTONE with clay seams and layers
Gray LIMESTONE with shale seams
TEST BORING TERMINATED AT 20 FT
13.0
20.0
Surface Elevation:Unit Dry Weight(pcf)Depth, feet5
10
15
20
GROUND WATER OBSERVATIONS
After Hours (ft):PocketPenetrometer (tsf)On Rods (ft):
Drilling Method:CONTINUOUS FLIGHT AUGER
Unconfined Comp.Strength (tsf).NONE
After Drilling (ft):.DRY
.
PROJECT NO.:W191406
Location:Fort Worth, Texas
Sheet 1 of 1
Water Content, %% PassingNo. 200 SieveLiquid LimitPlastic LimitPlasticity IndexGraphic LogNorth:TX Cone or Std.Pen. (blows/ft,in)Recovery %RQDSample TypeMATERIAL DESCRIPTION
West:
5058 Brush Creek Rd.
Fort Worth, Texas
76119
Phone: 817-496-5600
Fax: 817-496-5608
www.alphatesting.com
Start Date:6/10/2019 End Date:6/10/2019
Project:Northstar Phase 1
Client:Meritage Homes of Texas, LLC - DFW
Hammer Drop (lbs / in):140 / 30
BORING NO.:2
100/
2"
100/
1.25"
100/
2.25"
100/
2.25"
Tan LIMESTONE with clay seams and layers
Gray LIMESTONE with shale seams
Gray SHALE
TEST BORING TERMINATED AT 20 FT
8.0
13.0
20.0
Surface Elevation:Unit Dry Weight(pcf)Depth, feet5
10
15
20
GROUND WATER OBSERVATIONS
After Hours (ft):PocketPenetrometer (tsf)On Rods (ft):
Drilling Method:CONTINUOUS FLIGHT AUGER
Unconfined Comp.Strength (tsf).NONE
After Drilling (ft):.DRY
.
PROJECT NO.:W191406
Location:Fort Worth, Texas
Sheet 1 of 1
Water Content, %% PassingNo. 200 SieveLiquid LimitPlastic LimitPlasticity IndexGraphic LogNorth:TX Cone or Std.Pen. (blows/ft,in)Recovery %RQDSample TypeMATERIAL DESCRIPTION
West:
5058 Brush Creek Rd.
Fort Worth, Texas
76119
Phone: 817-496-5600
Fax: 817-496-5608
www.alphatesting.com
Start Date:6/12/2019 End Date:6/12/2019
Project:Northstar Phase 1
Client:Meritage Homes of Texas, LLC - DFW
Hammer Drop (lbs / in):140 / 30
BORING NO.:3
100/
2.25"
100/
1"
100/
0.5"
100/
0.75"
Tan LIMESTONE with clay seams and layers
Gray LIMESTONE with shale seams
TEST BORING TERMINATED AT 20 FT
6.0
20.0
Surface Elevation:Unit Dry Weight(pcf)Depth, feet5
10
15
20
GROUND WATER OBSERVATIONS
After Hours (ft):PocketPenetrometer (tsf)On Rods (ft):
Drilling Method:CONTINUOUS FLIGHT AUGER
Unconfined Comp.Strength (tsf).NONE
After Drilling (ft):.DRY
.
PROJECT NO.:W191406
Location:Fort Worth, Texas
Sheet 1 of 1
Water Content, %% PassingNo. 200 SieveLiquid LimitPlastic LimitPlasticity IndexGraphic LogNorth:TX Cone or Std.Pen. (blows/ft,in)Recovery %RQDSample TypeMATERIAL DESCRIPTION
West:
5058 Brush Creek Rd.
Fort Worth, Texas
76119
Phone: 817-496-5600
Fax: 817-496-5608
www.alphatesting.com
Start Date:6/12/2019 End Date:6/12/2019
Project:Northstar Phase 1
Client:Meritage Homes of Texas, LLC - DFW
Hammer Drop (lbs / in):140 / 30
BORING NO.:4
4.25
4.5+
4.5
3.25
4.5+
20
16
17
13
13
25
16
40
46
20
21
20
25
100/
3.25"
Brown CLAY with rock fragments
Tan CLAY with calcareous deposits
Tan LIMESTONE with clay seams and layers
Tan SHALY CLAY
TEST BORING TERMINATED AT 20 FT
2.0
6.0
12.0
20.0
Surface Elevation:Unit Dry Weight(pcf)Depth, feet5
10
15
20
GROUND WATER OBSERVATIONS
After Hours (ft):PocketPenetrometer (tsf)On Rods (ft):
Drilling Method:CONTINUOUS FLIGHT AUGER
Unconfined Comp.Strength (tsf).NONE
After Drilling (ft):.DRY
.
PROJECT NO.:W191406
Location:Fort Worth, Texas
Sheet 1 of 1
Water Content, %% PassingNo. 200 SieveLiquid LimitPlastic LimitPlasticity IndexGraphic LogNorth:TX Cone or Std.Pen. (blows/ft,in)Recovery %RQDSample TypeMATERIAL DESCRIPTION
West:
5058 Brush Creek Rd.
Fort Worth, Texas
76119
Phone: 817-496-5600
Fax: 817-496-5608
www.alphatesting.com
Start Date:6/11/2019 End Date:6/11/2019
Project:Northstar Phase 1
Client:Meritage Homes of Texas, LLC - DFW
Hammer Drop (lbs / in):140 / 30
BORING NO.:5
100/
1.5"
100/
1"
100/
0.5"
100/
0.5"
Tan LIMESTONE with clay seams and layers
Gray LIMESTONE with shale seams
TEST BORING TERMINATED AT 20 FT
4.0
20.0
Surface Elevation:Unit Dry Weight(pcf)Depth, feet5
10
15
20
GROUND WATER OBSERVATIONS
After Hours (ft):PocketPenetrometer (tsf)On Rods (ft):
Drilling Method:CONTINUOUS FLIGHT AUGER
Unconfined Comp.Strength (tsf).NONE
After Drilling (ft):.DRY
.
PROJECT NO.:W191406
Location:Fort Worth, Texas
Sheet 1 of 1
Water Content, %% PassingNo. 200 SieveLiquid LimitPlastic LimitPlasticity IndexGraphic LogNorth:TX Cone or Std.Pen. (blows/ft,in)Recovery %RQDSample TypeMATERIAL DESCRIPTION
West:
5058 Brush Creek Rd.
Fort Worth, Texas
76119
Phone: 817-496-5600
Fax: 817-496-5608
www.alphatesting.com
Start Date:6/10/2019 End Date:6/10/2019
Project:Northstar Phase 1
Client:Meritage Homes of Texas, LLC - DFW
Hammer Drop (lbs / in):140 / 30
BORING NO.:6
100/
1"
100/
0.75"
100/
0.75"
100/
0.5"
Tan LIMESTONE with clay seams and layers
Gray LIMESTONE with shale seams
TEST BORING TERMINATED AT 20 FT
4.0
20.0
Surface Elevation:Unit Dry Weight(pcf)Depth, feet5
10
15
20
GROUND WATER OBSERVATIONS
After Hours (ft):PocketPenetrometer (tsf)On Rods (ft):
Drilling Method:CONTINUOUS FLIGHT AUGER
Unconfined Comp.Strength (tsf).NONE
After Drilling (ft):.DRY
.
PROJECT NO.:W191406
Location:Fort Worth, Texas
Sheet 1 of 1
Water Content, %% PassingNo. 200 SieveLiquid LimitPlastic LimitPlasticity IndexGraphic LogNorth:TX Cone or Std.Pen. (blows/ft,in)Recovery %RQDSample TypeMATERIAL DESCRIPTION
West:
5058 Brush Creek Rd.
Fort Worth, Texas
76119
Phone: 817-496-5600
Fax: 817-496-5608
www.alphatesting.com
Start Date:6/10/2019 End Date:6/10/2019
Project:Northstar Phase 1
Client:Meritage Homes of Texas, LLC - DFW
Hammer Drop (lbs / in):140 / 30
BORING NO.:7
100/
1.75"
100/
1"
100/
0.5"
100/
0.75"
Tan LIMESTONE with clay seams and layers
Gray LIMESTONE with shale seams
TEST BORING TERMINATED AT 20 FT
9.0
20.0
Surface Elevation:Unit Dry Weight(pcf)Depth, feet5
10
15
20
GROUND WATER OBSERVATIONS
After Hours (ft):PocketPenetrometer (tsf)On Rods (ft):
Drilling Method:CONTINUOUS FLIGHT AUGER
Unconfined Comp.Strength (tsf).NONE
After Drilling (ft):.DRY
.
PROJECT NO.:W191406
Location:Fort Worth, Texas
Sheet 1 of 1
Water Content, %% PassingNo. 200 SieveLiquid LimitPlastic LimitPlasticity IndexGraphic LogNorth:TX Cone or Std.Pen. (blows/ft,in)Recovery %RQDSample TypeMATERIAL DESCRIPTION
West:
5058 Brush Creek Rd.
Fort Worth, Texas
76119
Phone: 817-496-5600
Fax: 817-496-5608
www.alphatesting.com
Start Date:6/12/2019 End Date:6/12/2019
Project:Northstar Phase 1
Client:Meritage Homes of Texas, LLC - DFW
Hammer Drop (lbs / in):140 / 30
BORING NO.:8
2.5
4.0
4.25
4.5+
3.75
4.0
35
35
27
19
13
16
19
87 30 57
100/
4.25"
Brown CLAY
- with limestone fragments at 5 ft
Tan CLAY
Tan LIMESTONE with clay seams and layers
Tan SHALY CLAY
TEST BORING TERMINATED AT 20 FT
6.0
8.0
11.0
20.0
Surface Elevation:Unit Dry Weight(pcf)Depth, feet5
10
15
20
GROUND WATER OBSERVATIONS
After Hours (ft):PocketPenetrometer (tsf)On Rods (ft):
Drilling Method:CONTINUOUS FLIGHT AUGER
Unconfined Comp.Strength (tsf).NONE
After Drilling (ft):.DRY
.
PROJECT NO.:W191406
Location:Fort Worth, Texas
Sheet 1 of 1
Water Content, %% PassingNo. 200 SieveLiquid LimitPlastic LimitPlasticity IndexGraphic LogNorth:TX Cone or Std.Pen. (blows/ft,in)Recovery %RQDSample TypeMATERIAL DESCRIPTION
West:
5058 Brush Creek Rd.
Fort Worth, Texas
76119
Phone: 817-496-5600
Fax: 817-496-5608
www.alphatesting.com
Start Date:6/11/2019 End Date:6/11/2019
Project:Northstar Phase 1
Client:Meritage Homes of Texas, LLC - DFW
Hammer Drop (lbs / in):140 / 30
BORING NO.:9
114
2.75
3.0
3.25
2.0
2.0
4.5+
0.5
0.5
26
30
20
18
15
29
32
57 18 39
Brown CLAY with limestone fragments
Tan CLAY with calcareous nodules
Tan SHALY CLAY
TEST BORING TERMINATED AT 20 FT
4.0
12.0
20.0
Surface Elevation:Unit Dry Weight(pcf)Depth, feet5
10
15
20
GROUND WATER OBSERVATIONS
After Hours (ft):PocketPenetrometer (tsf)On Rods (ft):12
Drilling Method:CONTINUOUS FLIGHT AUGER
Unconfined Comp.Strength (tsf).
After Drilling (ft):8.
.
PROJECT NO.:W191406
Location:Fort Worth, Texas
Sheet 1 of 1
Water Content, %% PassingNo. 200 SieveLiquid LimitPlastic LimitPlasticity IndexGraphic LogNorth:TX Cone or Std.Pen. (blows/ft,in)Recovery %RQDSample TypeMATERIAL DESCRIPTION
West:
5058 Brush Creek Rd.
Fort Worth, Texas
76119
Phone: 817-496-5600
Fax: 817-496-5608
www.alphatesting.com
Start Date:6/11/2019 End Date:6/11/2019
Project:Northstar Phase 1
Client:Meritage Homes of Texas, LLC - DFW
Hammer Drop (lbs / in):
BORING NO.:10
100/
1"
100/
0.75"
100/
0.75"
100/
0.5"
Tan LIMESTONE with clay seams and layers
Gray LIMESTONE with shale seams
TEST BORING TERMINATED AT 20 FT
7.0
20.0
Surface Elevation:Unit Dry Weight(pcf)Depth, feet5
10
15
20
GROUND WATER OBSERVATIONS
After Hours (ft):PocketPenetrometer (tsf)On Rods (ft):
Drilling Method:CONTINUOUS FLIGHT AUGER
Unconfined Comp.Strength (tsf).NONE
After Drilling (ft):.DRY
.
PROJECT NO.:W191406
Location:Fort Worth, Texas
Sheet 1 of 1
Water Content, %% PassingNo. 200 SieveLiquid LimitPlastic LimitPlasticity IndexGraphic LogNorth:TX Cone or Std.Pen. (blows/ft,in)Recovery %RQDSample TypeMATERIAL DESCRIPTION
West:
5058 Brush Creek Rd.
Fort Worth, Texas
76119
Phone: 817-496-5600
Fax: 817-496-5608
www.alphatesting.com
Start Date:6/11/2019 End Date:6/11/2019
Project:Northstar Phase 1
Client:Meritage Homes of Texas, LLC - DFW
Hammer Drop (lbs / in):140 / 30
BORING NO.:11
100/
1"
100/
0.75"
100/
0.75"
100/
0.5"
Tan LIMESTONE with clay seams and layers
Gray LIMESTONE with shale seams
TEST BORING TERMINATED AT 20 FT
5.0
20.0
Surface Elevation:Unit Dry Weight(pcf)Depth, feet5
10
15
20
GROUND WATER OBSERVATIONS
After Hours (ft):PocketPenetrometer (tsf)On Rods (ft):
Drilling Method:CONTINUOUS FLIGHT AUGER
Unconfined Comp.Strength (tsf).NONE
After Drilling (ft):.DRY
.
PROJECT NO.:W191406
Location:Fort Worth, Texas
Sheet 1 of 1
Water Content, %% PassingNo. 200 SieveLiquid LimitPlastic LimitPlasticity IndexGraphic LogNorth:TX Cone or Std.Pen. (blows/ft,in)Recovery %RQDSample TypeMATERIAL DESCRIPTION
West:
5058 Brush Creek Rd.
Fort Worth, Texas
76119
Phone: 817-496-5600
Fax: 817-496-5608
www.alphatesting.com
Start Date:6/11/2019 End Date:6/11/2019
Project:Northstar Phase 1
Client:Meritage Homes of Texas, LLC - DFW
Hammer Drop (lbs / in):140 / 30
BORING NO.:12
100/
1.25"
100/
0.75"
100/
1"
100/
0.75"
Tan LIMESTONE with clay seams and layers
Gray LIMESTONE with shale seams
TEST BORING TERMINATED AT 20 FT
4.0
20.0
Surface Elevation:Unit Dry Weight(pcf)Depth, feet5
10
15
20
GROUND WATER OBSERVATIONS
After Hours (ft):PocketPenetrometer (tsf)On Rods (ft):
Drilling Method:CONTINUOUS FLIGHT AUGER
Unconfined Comp.Strength (tsf).NONE
After Drilling (ft):.DRY
.
PROJECT NO.:W191406
Location:Fort Worth, Texas
Sheet 1 of 1
Water Content, %% PassingNo. 200 SieveLiquid LimitPlastic LimitPlasticity IndexGraphic LogNorth:TX Cone or Std.Pen. (blows/ft,in)Recovery %RQDSample TypeMATERIAL DESCRIPTION
West:
5058 Brush Creek Rd.
Fort Worth, Texas
76119
Phone: 817-496-5600
Fax: 817-496-5608
www.alphatesting.com
Start Date:6/10/2019 End Date:6/10/2019
Project:Northstar Phase 1
Client:Meritage Homes of Texas, LLC - DFW
Hammer Drop (lbs / in):140 / 30
BORING NO.:13
100/
2"
100/
1.75"
100/
3"
100/
2.25"
Tan LIMESTONE with clay seams and layers
Gray LIMESTONE with shale seams
TEST BORING TERMINATED AT 20 FT
14.0
20.0
Surface Elevation:Unit Dry Weight(pcf)Depth, feet5
10
15
20
GROUND WATER OBSERVATIONS
After Hours (ft):PocketPenetrometer (tsf)On Rods (ft):
Drilling Method:CONTINUOUS FLIGHT AUGER
Unconfined Comp.Strength (tsf).NONE
After Drilling (ft):.DRY
.
PROJECT NO.:W191406
Location:Fort Worth, Texas
Sheet 1 of 1
Water Content, %% PassingNo. 200 SieveLiquid LimitPlastic LimitPlasticity IndexGraphic LogNorth:TX Cone or Std.Pen. (blows/ft,in)Recovery %RQDSample TypeMATERIAL DESCRIPTION
West:
5058 Brush Creek Rd.
Fort Worth, Texas
76119
Phone: 817-496-5600
Fax: 817-496-5608
www.alphatesting.com
Start Date:6/12/2019 End Date:6/12/2019
Project:Northstar Phase 1
Client:Meritage Homes of Texas, LLC - DFW
Hammer Drop (lbs / in):140 / 30
BORING NO.:14
4.5+
2.5
3.25
4.5+
4.5+
19
35
35
29
24
56
62
19
21
37
41
100/
4"
Brown CLAY
Tan CLAY
Tan LIMESTONE with clay seams and layers
Tan SHALY CLAY
TEST BORING TERMINATED AT 20 FT
4.0
6.0
11.0
20.0
Surface Elevation:Unit Dry Weight(pcf)Depth, feet5
10
15
20
GROUND WATER OBSERVATIONS
After Hours (ft):PocketPenetrometer (tsf)On Rods (ft):
Drilling Method:CONTINUOUS FLIGHT AUGER
Unconfined Comp.Strength (tsf).NONE
After Drilling (ft):.DRY
.
PROJECT NO.:W191406
Location:Fort Worth, Texas
Sheet 1 of 1
Water Content, %% PassingNo. 200 SieveLiquid LimitPlastic LimitPlasticity IndexGraphic LogNorth:TX Cone or Std.Pen. (blows/ft,in)Recovery %RQDSample TypeMATERIAL DESCRIPTION
West:
5058 Brush Creek Rd.
Fort Worth, Texas
76119
Phone: 817-496-5600
Fax: 817-496-5608
www.alphatesting.com
Start Date:6/11/2019 End Date:6/11/2019
Project:Northstar Phase 1
Client:Meritage Homes of Texas, LLC - DFW
Hammer Drop (lbs / in):140 / 30
BORING NO.:15
100/
1.25"
100/
0.75"
100/
0.5"
100/
0.5"
Tan LIMESTONE with clay seams and layers
Gray LIMESTONE with shale seams
TEST BORING TERMINATED AT 20 FT
6.0
20.0
Surface Elevation:Unit Dry Weight(pcf)Depth, feet5
10
15
20
GROUND WATER OBSERVATIONS
After Hours (ft):PocketPenetrometer (tsf)On Rods (ft):
Drilling Method:CONTINUOUS FLIGHT AUGER
Unconfined Comp.Strength (tsf).NONE
After Drilling (ft):.DRY
.
PROJECT NO.:W191406
Location:Fort Worth, Texas
Sheet 1 of 1
Water Content, %% PassingNo. 200 SieveLiquid LimitPlastic LimitPlasticity IndexGraphic LogNorth:TX Cone or Std.Pen. (blows/ft,in)Recovery %RQDSample TypeMATERIAL DESCRIPTION
West:
5058 Brush Creek Rd.
Fort Worth, Texas
76119
Phone: 817-496-5600
Fax: 817-496-5608
www.alphatesting.com
Start Date:6/11/2019 End Date:6/11/2019
Project:Northstar Phase 1
Client:Meritage Homes of Texas, LLC - DFW
Hammer Drop (lbs / in):140 / 30
BORING NO.:16
100/
1"
100/
0.75"
100/
0.5"
100/
0.5"
Tan LIMESTONE with clay seams and layers
Gray LIMESTONE with shale seams
TEST BORING TERMINATED AT 20 FT
4.0
20.0
Surface Elevation:Unit Dry Weight(pcf)Depth, feet5
10
15
20
GROUND WATER OBSERVATIONS
After Hours (ft):PocketPenetrometer (tsf)On Rods (ft):
Drilling Method:CONTINUOUS FLIGHT AUGER
Unconfined Comp.Strength (tsf).NONE
After Drilling (ft):.DRY
.
PROJECT NO.:W191406
Location:Fort Worth, Texas
Sheet 1 of 1
Water Content, %% PassingNo. 200 SieveLiquid LimitPlastic LimitPlasticity IndexGraphic LogNorth:TX Cone or Std.Pen. (blows/ft,in)Recovery %RQDSample TypeMATERIAL DESCRIPTION
West:
5058 Brush Creek Rd.
Fort Worth, Texas
76119
Phone: 817-496-5600
Fax: 817-496-5608
www.alphatesting.com
Start Date:6/10/2019 End Date:6/10/2019
Project:Northstar Phase 1
Client:Meritage Homes of Texas, LLC - DFW
Hammer Drop (lbs / in):140 / 30
BORING NO.:17
100/
2.5"
100/
1"
100/
0.75"
100/
0.5"
Tan LIMESTONE with clay seams and layers
Gray LIMESTONE with shale seams
TEST BORING TERMINATED AT 20 FT
8.0
20.0
Surface Elevation:Unit Dry Weight(pcf)Depth, feet5
10
15
20
GROUND WATER OBSERVATIONS
After Hours (ft):PocketPenetrometer (tsf)On Rods (ft):
Drilling Method:CONTINUOUS FLIGHT AUGER
Unconfined Comp.Strength (tsf).NONE
After Drilling (ft):.DRY
.
PROJECT NO.:W191406
Location:Fort Worth, Texas
Sheet 1 of 1
Water Content, %% PassingNo. 200 SieveLiquid LimitPlastic LimitPlasticity IndexGraphic LogNorth:TX Cone or Std.Pen. (blows/ft,in)Recovery %RQDSample TypeMATERIAL DESCRIPTION
West:
5058 Brush Creek Rd.
Fort Worth, Texas
76119
Phone: 817-496-5600
Fax: 817-496-5608
www.alphatesting.com
Start Date:6/10/2019 End Date:6/10/2019
Project:Northstar Phase 1
Client:Meritage Homes of Texas, LLC - DFW
Hammer Drop (lbs / in):140 / 30
BORING NO.:18
100/
1.25"
100/
0.75"
100/
0.5"
100/
0.5"
Tan LIMESTONE with clay seams and layers
Gray LIMESTONE with shale seams
TEST BORING TERMINATED AT 20 FT
5.0
20.0
Surface Elevation:Unit Dry Weight(pcf)Depth, feet5
10
15
20
GROUND WATER OBSERVATIONS
After Hours (ft):PocketPenetrometer (tsf)On Rods (ft):
Drilling Method:CONTINUOUS FLIGHT AUGER
Unconfined Comp.Strength (tsf).NONE
After Drilling (ft):.DRY
.
PROJECT NO.:W191406
Location:Fort Worth, Texas
Sheet 1 of 1
Water Content, %% PassingNo. 200 SieveLiquid LimitPlastic LimitPlasticity IndexGraphic LogNorth:TX Cone or Std.Pen. (blows/ft,in)Recovery %RQDSample TypeMATERIAL DESCRIPTION
West:
5058 Brush Creek Rd.
Fort Worth, Texas
76119
Phone: 817-496-5600
Fax: 817-496-5608
www.alphatesting.com
Start Date:6/10/2019 End Date:6/10/2019
Project:Northstar Phase 1
Client:Meritage Homes of Texas, LLC - DFW
Hammer Drop (lbs / in):140 / 30
BORING NO.:19
90
4.5+
2.5
2.75
4.25
4.5+
1.3
26
31
23
16
18
46 22 24
100/
1.5"
100/
1"
Brown CLAY
Tan CLAY
- with limestone fragments at 8 ft
Tan LIMESTONE with clay seams and layers
Gray LIMESTONE with shale seams
TEST BORING TERMINATED AT 20 FT
4.0
10.0
17.0
20.0
Surface Elevation:Unit Dry Weight(pcf)Depth, feet5
10
15
20
GROUND WATER OBSERVATIONS
After Hours (ft):PocketPenetrometer (tsf)On Rods (ft):
Drilling Method:CONTINUOUS FLIGHT AUGER
Unconfined Comp.Strength (tsf).NONE
After Drilling (ft):.DRY
.
PROJECT NO.:W191406
Location:Fort Worth, Texas
Sheet 1 of 1
Water Content, %% PassingNo. 200 SieveLiquid LimitPlastic LimitPlasticity IndexGraphic LogNorth:TX Cone or Std.Pen. (blows/ft,in)Recovery %RQDSample TypeMATERIAL DESCRIPTION
West:
5058 Brush Creek Rd.
Fort Worth, Texas
76119
Phone: 817-496-5600
Fax: 817-496-5608
www.alphatesting.com
Start Date:6/11/2019 End Date:6/11/2019
Project:Northstar Phase 1
Client:Meritage Homes of Texas, LLC - DFW
Hammer Drop (lbs / in):140 / 30
BORING NO.:20
118
2.0
3.0
1.75
2.0
4.5+
0.7
36
24
17
8
12
21
79
90
24
27
55
63
100/
1.5"
100/
1.25"
Dark Brown CLAY
- with limestone fragments from 2 ft to 4 ft
Tan CLAY with limestone fragments
Tan LIMESTONE with clay seams and layers
Tan and Gray CLAY
TEST BORING TERMINATED AT 20 FT
4.0
9.0
17.0
20.0
Surface Elevation:Unit Dry Weight(pcf)Depth, feet5
10
15
20
GROUND WATER OBSERVATIONS
After Hours (ft):PocketPenetrometer (tsf)On Rods (ft):
Drilling Method:CONTINUOUS FLIGHT AUGER
Unconfined Comp.Strength (tsf).NONE
After Drilling (ft):.DRY
.
PROJECT NO.:W191406
Location:Fort Worth, Texas
Sheet 1 of 1
Water Content, %% PassingNo. 200 SieveLiquid LimitPlastic LimitPlasticity IndexGraphic LogNorth:TX Cone or Std.Pen. (blows/ft,in)Recovery %RQDSample TypeMATERIAL DESCRIPTION
West:
5058 Brush Creek Rd.
Fort Worth, Texas
76119
Phone: 817-496-5600
Fax: 817-496-5608
www.alphatesting.com
Start Date:6/12/2019 End Date:6/12/2019
Project:Northstar Phase 1
Client:Meritage Homes of Texas, LLC - DFW
Hammer Drop (lbs / in):140 / 30
BORING NO.:21
100/
0.75"
100/
0.5"
100/
0.5"
100/
0.5"
Tan LIMESTONE with clay seams and layers
Gray LIMESTONE with shale seams
TEST BORING TERMINATED AT 20 FT
4.0
20.0
Surface Elevation:Unit Dry Weight(pcf)Depth, feet5
10
15
20
GROUND WATER OBSERVATIONS
After Hours (ft):PocketPenetrometer (tsf)On Rods (ft):
Drilling Method:CONTINUOUS FLIGHT AUGER
Unconfined Comp.Strength (tsf).NONE
After Drilling (ft):.DRY
.
PROJECT NO.:W191406
Location:Fort Worth, Texas
Sheet 1 of 1
Water Content, %% PassingNo. 200 SieveLiquid LimitPlastic LimitPlasticity IndexGraphic LogNorth:TX Cone or Std.Pen. (blows/ft,in)Recovery %RQDSample TypeMATERIAL DESCRIPTION
West:
5058 Brush Creek Rd.
Fort Worth, Texas
76119
Phone: 817-496-5600
Fax: 817-496-5608
www.alphatesting.com
Start Date:6/12/2019 End Date:6/12/2019
Project:Northstar Phase 1
Client:Meritage Homes of Texas, LLC - DFW
Hammer Drop (lbs / in):140 / 30
BORING NO.:22
4.5+
4.0
25
15
80 28 52
100/
1.25"
100/
1.75"
100/
1"
100/
1"
Brown CLAY
Tan CLAY with limestone fragments
Tan LIMESTONE with clay seams and layers
Gray LIMESTONE with shale seams
TEST BORING TERMINATED AT 20 FT
2.0
4.0
14.0
20.0
Surface Elevation:Unit Dry Weight(pcf)Depth, feet5
10
15
20
GROUND WATER OBSERVATIONS
After Hours (ft):PocketPenetrometer (tsf)On Rods (ft):
Drilling Method:CONTINUOUS FLIGHT AUGER
Unconfined Comp.Strength (tsf).NONE
After Drilling (ft):.DRY
.
PROJECT NO.:W191406
Location:Fort Worth, Texas
Sheet 1 of 1
Water Content, %% PassingNo. 200 SieveLiquid LimitPlastic LimitPlasticity IndexGraphic LogNorth:TX Cone or Std.Pen. (blows/ft,in)Recovery %RQDSample TypeMATERIAL DESCRIPTION
West:
5058 Brush Creek Rd.
Fort Worth, Texas
76119
Phone: 817-496-5600
Fax: 817-496-5608
www.alphatesting.com
Start Date:6/11/2019 End Date:6/11/2019
Project:Northstar Phase 1
Client:Meritage Homes of Texas, LLC - DFW
Hammer Drop (lbs / in):140 / 30
BORING NO.:23
3.0
2.5
4.5+
31
32
16
77 25 52
100/
1.75"
100/
1.75"
100/
1.25"
Dark Brown CLAY
Tan CLAY
Tan LIMESTONE with clay seams and layers
Gray LIMESTONE with shale seams
TEST BORING TERMINATED AT 20 FT
4.0
6.0
17.0
20.0
Surface Elevation:Unit Dry Weight(pcf)Depth, feet5
10
15
20
GROUND WATER OBSERVATIONS
After Hours (ft):PocketPenetrometer (tsf)On Rods (ft):
Drilling Method:CONTINUOUS FLIGHT AUGER
Unconfined Comp.Strength (tsf).NONE
After Drilling (ft):.DRY
.
PROJECT NO.:W191406
Location:Fort Worth, Texas
Sheet 1 of 1
Water Content, %% PassingNo. 200 SieveLiquid LimitPlastic LimitPlasticity IndexGraphic LogNorth:TX Cone or Std.Pen. (blows/ft,in)Recovery %RQDSample TypeMATERIAL DESCRIPTION
West:
5058 Brush Creek Rd.
Fort Worth, Texas
76119
Phone: 817-496-5600
Fax: 817-496-5608
www.alphatesting.com
Start Date:6/12/2019 End Date:6/12/2019
Project:Northstar Phase 1
Client:Meritage Homes of Texas, LLC - DFW
Hammer Drop (lbs / in):140 / 30
BORING NO.:24
4.5+16 64 20 44
100/
0.5"
100/
0.75"
100/
1.25"
100/
1"
Brown CLAY
Tan LIMESTONE with clay seams and layers
Gray LIMESTONE with shale seams
TEST BORING TERMINATED AT 20 FT
1.0
13.0
20.0
Surface Elevation:Unit Dry Weight(pcf)Depth, feet5
10
15
20
GROUND WATER OBSERVATIONS
After Hours (ft):PocketPenetrometer (tsf)On Rods (ft):
Drilling Method:CONTINUOUS FLIGHT AUGER
Unconfined Comp.Strength (tsf).NONE
After Drilling (ft):.DRY
.
PROJECT NO.:W191406
Location:Fort Worth, Texas
Sheet 1 of 1
Water Content, %% PassingNo. 200 SieveLiquid LimitPlastic LimitPlasticity IndexGraphic LogNorth:TX Cone or Std.Pen. (blows/ft,in)Recovery %RQDSample TypeMATERIAL DESCRIPTION
West:
5058 Brush Creek Rd.
Fort Worth, Texas
76119
Phone: 817-496-5600
Fax: 817-496-5608
www.alphatesting.com
Start Date:6/11/2019 End Date:6/11/2019
Project:Northstar Phase 1
Client:Meritage Homes of Texas, LLC - DFW
Hammer Drop (lbs / in):140 / 30
BORING NO.:25
4.5+19 63 25 38
100/
2"
100/
1"
100/
0.75"
100/
0.5"
Dark Brown CLAY
Tan LIMESTONE with clay seams and layers
Gray LIMESTONE with shale seams
TEST BORING TERMINATED AT 20 FT
2.0
14.0
20.0
Surface Elevation:Unit Dry Weight(pcf)Depth, feet5
10
15
20
GROUND WATER OBSERVATIONS
After Hours (ft):PocketPenetrometer (tsf)On Rods (ft):
Drilling Method:CONTINUOUS FLIGHT AUGER
Unconfined Comp.Strength (tsf).NONE
After Drilling (ft):.DRY
.
PROJECT NO.:W191406
Location:Fort Worth, Texas
Sheet 1 of 1
Water Content, %% PassingNo. 200 SieveLiquid LimitPlastic LimitPlasticity IndexGraphic LogNorth:TX Cone or Std.Pen. (blows/ft,in)Recovery %RQDSample TypeMATERIAL DESCRIPTION
West:
5058 Brush Creek Rd.
Fort Worth, Texas
76119
Phone: 817-496-5600
Fax: 817-496-5608
www.alphatesting.com
Start Date:6/12/2019 End Date:6/12/2019
Project:Northstar Phase 1
Client:Meritage Homes of Texas, LLC - DFW
Hammer Drop (lbs / in):140 / 30
BORING NO.:26
100/
1.75"
100/
1.25"
100/
0.75"
100/
0.5"
Tan LIMESTONE with clay seams and layers
Gray LIMESTONE with shale seams
TEST BORING TERMINATED AT 20 FT
12.0
20.0
Surface Elevation:Unit Dry Weight(pcf)Depth, feet5
10
15
20
GROUND WATER OBSERVATIONS
After Hours (ft):PocketPenetrometer (tsf)On Rods (ft):
Drilling Method:CONTINUOUS FLIGHT AUGER
Unconfined Comp.Strength (tsf).NONE
After Drilling (ft):.DRY
.
PROJECT NO.:W191406
Location:Fort Worth, Texas
Sheet 1 of 1
Water Content, %% PassingNo. 200 SieveLiquid LimitPlastic LimitPlasticity IndexGraphic LogNorth:TX Cone or Std.Pen. (blows/ft,in)Recovery %RQDSample TypeMATERIAL DESCRIPTION
West:
5058 Brush Creek Rd.
Fort Worth, Texas
76119
Phone: 817-496-5600
Fax: 817-496-5608
www.alphatesting.com
Start Date:6/12/2019 End Date:6/12/2019
Project:Northstar Phase 1
Client:Meritage Homes of Texas, LLC - DFW
Hammer Drop (lbs / in):140 / 30
BORING NO.:27
3.25 30 77 24 53
100/
1.5"
100/
0.75"
100/
1"
100/
1"
Brown CLAY with limestone fragments
Tan LIMESTONE with clay seams and layers
Gray LIMESTONE with shale seams
TEST BORING TERMINATED AT 20 FT
2.0
14.0
20.0
Surface Elevation:Unit Dry Weight(pcf)Depth, feet5
10
15
20
GROUND WATER OBSERVATIONS
After Hours (ft):PocketPenetrometer (tsf)On Rods (ft):
Drilling Method:CONTINUOUS FLIGHT AUGER
Unconfined Comp.Strength (tsf).NONE
After Drilling (ft):.DRY
.
PROJECT NO.:W191406
Location:Fort Worth, Texas
Sheet 1 of 1
Water Content, %% PassingNo. 200 SieveLiquid LimitPlastic LimitPlasticity IndexGraphic LogNorth:TX Cone or Std.Pen. (blows/ft,in)Recovery %RQDSample TypeMATERIAL DESCRIPTION
West:
5058 Brush Creek Rd.
Fort Worth, Texas
76119
Phone: 817-496-5600
Fax: 817-496-5608
www.alphatesting.com
Start Date:6/12/2019 End Date:6/12/2019
Project:Northstar Phase 1
Client:Meritage Homes of Texas, LLC - DFW
Hammer Drop (lbs / in):140 / 30
BORING NO.:28
TEXAS CONE PENETRATION
FILL
LIMESTONE
(MH), Elastic SILT
SANDSTONE
(GP), Poorly Graded GRAVEL
LOW
MEDIUM
HIGH
VERY HIGH
4 TO 15
16 TO 25
26 TO 35
OVER 35
SAMPLING SYMBOLS
(OL), ORGANIC SILT
(OH), ORGANIC CLAY
8.0" OR LARGER
3.0" TO 8.0"
0.75" TO 3.0"
5.0 mm TO 3.0"
2.0 mm TO 5.0 mm
0.4 mm TO 5.0 mm
0.07 mm TO 0.4 mm
0.002 mm TO 0.07 mm
LESS THAN 0.002 mm
SOIL & ROCK SYMBOLS
KEY TO SOIL SYMBOLS
AND CLASSIFICATIONS
(CH), High Plasticity CLAY VERY LOOSE
LOOSE
MEDIUM
DENSE
VERY DENSE
RELATIVE DENSITY OF COHESIONLESS SOILS (blows/ft)
0 TO 4
5 TO 10
11 TO 30
31 TO 50
OVER 50
SHELBY TUBE (3" OD except where
noted otherwise)
SPLIT SPOON (2" OD except where
noted otherwise)
AUGER SAMPLE
ROCK CORE (2" ID except where
noted otherwise)
PARTICLE SIZE IDENTIFICATION (DIAMETER)
(CL), Low Plasticity CLAY
(SP), Poorly Graded SAND
(GW), Well Graded GRAVEL
(GC), CLAYEY GRAVEL
(GM), SILTY GRAVEL
BOULDERS
COBBLES
COARSE GRAVEL
FINE GRAVEL
COURSE SAND
MEDIUM SAND
FINE SAND
SILT
CLAY
TRACE
LITTLE
SOME
AND
1 TO 10
11 TO 20
21 TO 35
36 TO 50
RELATIVE PROPORTIONS (%)
VERY SOFT
SOFT
FIRM
STIFF
VERY STIFF
HARD
LESS THAN 0.25
0.25 TO 0.50
0.50 TO 1.00
1.00 TO 2.00
2.00 TO 4.00
OVER 4.00
SHEAR STRENGTH OF COHESIVE SOILS (tsf)
RELATIVE DEGREE OF PLASTICITY (PI)SHALE / MARL
(SC), CLAYEY SAND
(SW), Well Graded SAND
(SM), SILTY SAND
(ML), SILT
GEOTECHNICAL EXPLORATION
NORTHSTAR – PHASE 1
Off Northstar Parkway
Fort Worth, Texas
ALPHA Report No. W191406
July 11, 2019
Prepared for:
MERITAGE HOMES OF TEXAS, LLC
8840 Cypress Waters Boulevard, Suite 100
Dallas, Texas 75019
Attention: Mr. Robert Hall
Prepared By:
Geotechnical
Construction Materials
Environmental
TBPE Firm No. 813
5058 Brush Creek Road
Fort Worth, Texas 76119
Tel: 817-496-5600
Fax: 817-496-5608
www.alphatesting.com
Dallas • Fort Worth • Houston • San Antonio
July 11, 2019
Meritage Homes of Texas, LLC
8840 Cypress Waters Boulevard, Suite 100
Dallas, Texas 75019
Attention: Mr. Robert Hall
Re: Geotechnical Exploration
Northstar – Phase 1
Off Northstar Parkway
Fort Worth, Texas
ALPHA Report No. W191406
Attached is the report of the geotechnical exploration performed for the project referenced above.
This study was authorized by Mr. David Aughinbaugh with Authorization Agreement (Contract
No. 66312258) and performed in accordance with ALPHA Proposal No. 70776, dated April 17,
2019.
This report contains results of field explorations and laboratory testing and an engineering
interpretation of these with respect to available project characteristics. The results and analyses
were used to develop recommendations to aid design and construction of residential foundations.
ALPHA TESTING, INC. appreciates the opportunity to be of service on this project. If we can be
of further assistance, such as providing materials testing services during construction, please
contact our office.
Sincerely,
ALPHA TESTING, INC.
July 11, 2019
Mark L. McKay, P.E. Brian J. Hoyt, P.E.
Director of Geotechnical Engineering Geotechnical Department Manager
BJH/MLM/klf
Copies: (1-PDF) Client
TABLE OF CONTENTS
ALPHA REPORT NO. W191406
1.0 PURPOSE AND SCOPE .................................................................................................... 1
2.0 PROJECT CHARACTERISTICS ...................................................................................... 1
3.0 FIELD EXPLORATION .................................................................................................... 2
4.0 LABORATORY TESTS .................................................................................................... 2
5.0 GENERAL SUBSURFACE CONDITIONS ...................................................................... 2
6.0 DESIGN Recommendations ............................................................................................... 3
6.1 Slab-on-Grade Foundations .................................................................................... 3
6.1.1 Subgrade Improvement Using Moisture Conditioning in Zone III ............. 5
6.1.2 Alternative Subgrade Improvement Using Low Plasticity Index (PI)
Soil in Zone III ........................................................................................... 6
6.2 Post-Tensioning Institute, Design of Post-Tensioned Slab-on-Grade .................... 6
6.3 Drainage and Other Considerations ........................................................................ 6
7.0 GENERAL CONSTRUCTION PROCEDURES AND GUIDELINES ............................. 7
7.1 Site Preparation and Grading .................................................................................. 8
7.2 Foundation Excavations .......................................................................................... 9
7.3 Fill Compaction ...................................................................................................... 9
7.4 Utilities .................................................................................................................. 10
7.5 Groundwater ......................................................................................................... 11
8.0 LIMITATIONS ................................................................................................................. 11
APPENDIX
A-1 Methods of Field Exploration
Boring Location Plan – Figure 1
B-1 Methods of Laboratory Testing
Swell Test Results – Figure 2
Logs of Borings
Key to Soil Symbols and Classifications
ALPHA Report No. W191406
1
1.0 PURPOSE AND SCOPE
The purpose of this geotechnical exploration is for ALPHA TESTING, INC. (“ALPHA”) to
evaluate for Meritage Homes of Texas, LLC (“Client”) some of the physical and engineering
properties of subsurface materials at selected locations on the subject site with respect to
formulation of geotechnical design parameters for the subject construction. The field exploration
was accomplished by securing subsurface samples from widely spaced test borings performed
across the project site. Engineering analyses were performed from results of the field exploration
and laboratory tests performed on representative samples. In addition, results of a Preliminary
Geotechnical Exploration preformed at the site (Alpha Report No. W183124 dated January 3,
2019) were reviewed as part of this current study
Also included are general comments pertaining to reasonably anticipated construction problems
and recommendations concerning earthwork and quality control testing during construction. This
information can be used to evaluate subsurface conditions and to aid in ascertaining construction
meets project specifications.
Recommendations provided in this report were developed from information obtained in test
borings depicting subsurface conditions only at the specific boring locations and at the particular
time designated on the logs. Subsurface conditions at other locations may differ from those
observed at the boring locations, and subsurface conditions at boring locations may vary at
different times of the year. The scope of work may not fully define the variability of subsurface
materials and conditions that are present on the site.
The nature and extent of variations between borings may not become evident until construction.
If significant variations then appear evident, our office should be contacted to re-evaluate our
recommendations after performing on-site observations and possibly other tests
2.0 PROJECT CHARACTERISTICS
It is proposed to develop a residential subdivision (Northstar – Phase 1) on a tract of land generally
located about 1,000 ft north of Meadow Springs Drive, and about 750 ft to the east of Trinity
Express Railroad in Fort Worth, Texas. A site plan illustrating the subject site is provided as
Figure 1, the Boring Location Plan, in the Appendix.
At the time of the field exploration, the site generally consisted of an undeveloped tract of land
with scattered trees in some areas. No information regarding previous development on the site
was provided to us. Grading plans prepared by LJA Engineering, Inc. (Northstar Section 2, Phase
1 – Sheets 1 through 5, dated July 2019) indicate the site slopes down to the northeast by about 21
ft (Appx. Elev. 853 ft to 832 ft). These grading plans also indicate cuts up to 4 ft and fills of up to
6 ft will be required to achieve final grade in the building pad areas.
Present plans provide for the construction of new residential buildings. The new structures are
expected to create light loads to be carried by the foundations. It is also anticipated the new
structures will be supported using post-tensioned slab-on-grade foundations designed for potential
seasonal movements of 4½ inches or less. No below grade slabs are planned.
ALPHA Report No. W191406
2
3.0 FIELD EXPLORATION
Subsurface conditions on the site were explored by drilling a total of 28 test borings. The
approximate location of each test boring is shown on the Boring Location Plan, Figure 1, enclosed
in the Appendix. Details of drilling and sampling operations are briefly summarized in Methods
of Field Exploration, Section A-1 of the Appendix.
Subsurface types encountered during the field exploration are presented on the Log of Boring
sheets (boring logs) included in the Appendix. The boring logs contain our Field Technician's and
Engineer's interpretation of conditions believed to exist between actual samples retrieved.
Therefore, the boring logs contain both factual and interpretive information. Lines delineating
subsurface strata on the boring logs are approximate and the actual transition between strata may
be gradual.
4.0 LABORATORY TESTS
Selected samples of the subsurface materials were tested in the laboratory to evaluate their
engineering properties as a basis in providing recommendations for residential foundation design
and earthwork construction. A brief description of testing procedures used in the laboratory can
be found in Methods of Laboratory Testing, Section B-1 of the Appendix. Individual test results
are presented either on the Log of Boring sheets or on summary data sheets in the Appendix.
5.0 GENERAL SUBSURFACE CONDITIONS
Based on geological maps available from the Bureau of Economic Geology, published by The
University of Texas at Austin, the project site lies within the undivided Fort Worth Limestone and
Duck Creek formation. This undivided formation generally consists of alternating layers of
limestone and marl (limey shale). Residual overburden soils associated with these undivided
formations generally consist of clay soils characterized by moderate to high shrink-swell potential.
Subsurface conditions encountered in about two-thirds of the borings generally consisted of
limestone and/or shale extending to the 20 ft termination depth. Subsurface conditions
encountered in Borings 20, 23, 24, 25, 26 and 28 generally consisted of clay to depths of about 1
ft to 10 ft below the ground surface underlain by limestone extending to the 20 ft termination depth.
Alternating layers of clay, limestone and shaly clay were encountered in Borings 5, 9, 15 and 21.
Subsurface conditions encountered in Boring 10 generally consisted of clay extending to the 20 ft
termination depth. More detailed stratigraphic information is presented on the attached Log of
Boring sheets.
Most of the materials encountered in the borings are considered relatively impermeable and are
anticipated to have a relatively slow response to water movement. Therefore, several days of
observation would be required to evaluate actual groundwater levels within the depths explored.
Also, the groundwater level at the subject site is anticipated to fluctuate seasonally depending on
the amount of rainfall, prevailing weather conditions, and subsurface drainage characteristics.
ALPHA Report No. W191406
3
Free groundwater was encountered while advancing Boring 10 at a depth of about 12 ft below the
ground surface and in the open borehole immediately upon completion of drilling at a depth of
about 8 ft. The remaining borings were dry. It is common to encounter seasonal groundwater
from natural fractures within the clayey matrix, at the soil/rock (limestone) interface or from
fractures in the rock, particularly during or after periods of precipitation. If more detailed
groundwater information is required, monitoring wells or piezometers can be installed.
Further details concerning subsurface materials and conditions encountered can be obtained from
the boring logs provided in the Appendix.
6.0 DESIGN RECOMMENDATIONS
The following design recommendations were developed on the basis of the previously described
Project Characteristics (Section 2.0) and General Subsurface Conditions (Section 5.0). Should the
project criteria change, our office should conduct a review to determine if modifications to the
recommendations are required. Further, it is recommended our office be provided with a copy of
the final building plans and specifications for review prior to construction.
The following design recommendations were evaluated based on final grades as indicated on the
referenced grading plans. Cutting and filling on the site other than depicted on the referenced
grading plans can alter the recommended foundation design parameters. Therefore, it is
recommended our office be provided with final grading plans prior to construction to verify
appropriate design parameters are utilized for final foundation design.
6.1 Slab-on-Grade Foundations
Slab-on-grade foundations should be designed with exterior and interior grade beams adequate to
provide sufficient rigidity to the foundation system. A net allowable bearing pressure of 1.5 kips
per sq ft should be used for all grade beams bearing on undisturbed cuts in native clay, on
limestone, on fill placed as recommended in Section 7.3, or on moisture improved soil placed as
recommended in Section 6.1.1. Grade beams should bear a minimum depth of 12 inches below
final grade and should have a minimum width of 10 inches considering the recommended bearing
capacity.
To reduce cracking as normal movements occur in foundation soils, all grade beams and slab
foundations should be adequately reinforced with steel (conventional reinforcing steel and/or post-
tensioned reinforcement). It is common to experience some minor cosmetic distress to structures
with slab-on-grade foundation systems due to normal ground movements. A properly designed
and constructed moisture barrier should be placed between the slabs and subgrade soils to retard
moisture migration through the slabs.
Conditions encountered in the test borings, the planned cut/fill within the building pads and results
of the laboratory tests reveal variations in highly expansive clay thickness and expansive properties
across the site. Such variations in clay thickness and expansive properties will directly affect
design parameters used for slab-on-grade foundations. Therefore, lots with apparently common
average clay thickness, similar expansive clay properties and similar corresponding estimated
potential movements have been grouped into Zones I, II and III and delineated on the Boring
Location Plan, Figure 1.
ALPHA Report No. W191406
4
Subgrade improvement in the respective Zones (see Figure 1) should be performed using the
information summarized in Table A.
TABLE A
Estimated Potential Seasonal Movements and Recommended Subgrade Improvement
ZONE
ESTIMATED POTENTIAL
MOVEMENT,
INCHES
IMPROVEMENT REQUIRED TO
REDUCE MOVEMENTS TO 4½ INCHES
I Up to 3 No Improvement Required
II Up to 4½ No Improvement Required
III Up to 6 4 ft of Moisture-Conditioning
Potential seasonal movements were estimated using results from absorption swell tests, in general
accordance with methods outlined by the Texas Department of Transportation (TxDOT) Test
Method Tex-124-E and engineering judgment and experience. Estimated movements were
calculated assuming the moisture content of the in-situ soil within the normal zone of seasonal
moisture content change varies between a "dry" condition and a "wet" condition as defined by
Tex-124-E. Also, it was assumed a 1 psi surcharge load from the floor slab acts on the subgrade
soils. Movements exceeding our estimates could occur if positive drainage of surface water is not
maintained or if soils are subject to an outside water source, such as leakage from a utility line or
subsurface moisture migration from off-site locations.
Potential seasonal movements were estimated assuming fill material used to raise the grade will
consist of onsite or similar material with a plasticity index of 50 or less. If the plasticity index of
material used to raise the grade is higher than 50, potential movements could be higher than our
estimates.
Potential movements could be less than 3 inches and 4½ inches in some areas of Zones I and II,
respectively. However, due to the variability in the depth to limestone in these zones and across
the site, we recommend using 3 inches and 4½ inches for design purposes.
Potential movements estimated for slab foundations in Zone III (see Figure 1 for delineation of
Zones) are considered outside normal design tolerances without subgrade improvement as
presented in Table A. Movement of slab foundations in Zone III could be reduced to not more
than about 4½ inches by using plastic sheeting moisture conditioning to a depth of 4 ft below final
grade as summarized in Table A. Recommendations for plastic sheeting and moisture conditioning
are discussed in Section 6.1.1.
In choosing moisture conditioning as a method of slab movement reduction, the Client is accepting
some post construction movement of slabs (about 4½ inches). Therefore, the Client understands
and acknowledges that in the geographical region covered by this report, a potential movement of
4½ inches is considered a reasonable compromise between foundation design and construction
cost and the amount of allowable movement of the foundation.
ALPHA Report No. W191406
5
Please note, improvement of the existing soils using moisture conditioning with plastic sheeting is
intended only for the designated building pad areas plus 5 ft beyond the building pad limits, and
not the entire residential lot. Accordingly, planned residences must be exclusively constructed
within the building pad designated on the referenced project grading plans. The purpose of the
plastic sheeting is to maintain the moisture of the underlying soils relatively the same from the
time the plastic sheeting is placed through the time the foundation is placed. This plastic sheeting
is not intended as a moisture barrier component for the actual foundation. Any such requirements
should be addressed by the designer of the foundation, and should be followed by the builder.
Prior to building on the improved designated building pad area, a surveyor should verify the
lateral extent of the plastic sheeting and to confirm that no portion of the new residences will
extend beyond the limits of the designated building pad. If any part of the slab footprint extends
beyond the designated building pad, ALPHA should be contacted for additional design
recommendations.
6.1.1 Subgrade Improvement Using Moisture Conditioning in Zone III
Estimated potential movements of slab foundations in Zone III could be reduced to about
4½ inches by moisture-conditioning 4 ft of on-site soils below final grade as summarized
in Table A.
The depth of limestone was highly variable in some areas of the site. It is possible
limestone could be encountered within the recommended depth of moisture conditioning
in some areas, particularly at zone boundaries. It is not required to over-excavate limestone
to install moisture conditioned soil.
Moisture-conditioning consists of over-excavating (where necessary) and/or filling with
on-site soil that is compacted at a “target” moisture content at least 5 percentage points
above the material’s optimum moisture content as determined by the standard Proctor
method (ASTM D 698). The moisture-conditioned soil should be compacted to a dry
density between 93 and 98 percent of standard Proctor maximum dry density. Moisture-
conditioning with on-site soil should extend throughout the entire building pad area and at
least 5 ft beyond the perimeter of the designated building pad (as indicated on the
referenced project grading plans). Plastic sheeting (6 to 8 mil thickness) should be placed
above the moisture-conditioned soil for long-term maintenance of the moisture content of
the conditioned soil. This sheeting should be placed 8 to 12 inches below final grade and
should also extend at least 5 ft beyond the perimeter of the building pad. Followin g
completion of moisture-conditioning and placement of the plastic sheeting, estimated
movements in Zone III should not exceed about 4½ inches.
The purpose of moisture-conditioning is to reduce the free swell of the moisture-
conditioned soils to 1 percent or less. Additional laboratory tests (i.e., standard Proctors,
absorption swell tests, etc.) should be conducted during construction to verify that the
“target” moisture content for moisture-conditioning (estimated at 5 percentage points
above the material’s optimum moisture content as defined by ASTM D 698) is sufficient
to reduce the free swell potential of the processed soil to 1 percent or less.
Moisture conditioning should be observed and tested on a full time basis by a representative
of ALPHA to verify the moisture conditioned clays are placed with the proper lift
thickness, moisture content, and density.
ALPHA Report No. W191406
6
6.1.2 Alternative Subgrade Improvement Using Low Plasticity Index (PI) Soil
in Zone III
Due to the presence of shallow limestone in some areas of the site, we expect some of the
fill material generated from site grading will consist of processed limestone and/or lean
clay and limestone mixtures.
As an alternative to moisture conditioning with plastic sheeting, potential seasonal
movements in Zone III could be reduced to about 4½ inches by placing at least 4 ft of low
PI material below final grade. Low PI material could consist of processed limestone and/or
lean clay with a plasticity index of 20 or less.
6.2 Post-Tensioning Institute, Design of Post-Tensioned Slab-on-Grade
Tables B and C contain information for design of the post-tensioned, slab-on-grade foundations.
Design parameters were evaluated based on the conditions encountered in the borings and using
information and correlations published by PTI Third Edition and VOLFLO 1.5 computer program
provided by Geostructural Tool Kit, Inc. (GTI).
TABLE B
PTI Design Parameters Potential Seasonal Movement = 3 inches in Zone I
Edge Lift Center Lift
Edge Moisture Distance (em), ft 3.9 7.5
Differential Soil Movement (ym), inches 1.8 (swell) 1.3 (Shrink)
TABLE C
PTI Design Parameters Potential Seasonal Movement = 4½ inches
in Zone II and after Improvement as discussed in Section 6.1 in Zone III
Edge Lift Center Lift
Edge Moisture Distance (em), ft 4.0 7.8
Differential Soil Movement (ym), inches 2.2 (swell) 1.6 (Shrink)
6.3 Drainage and Other Considerations
Adequate drainage should be provided to reduce seasonal variations in the moisture content of
foundation soils. All pavement and sidewalks within 5 ft of the residences should be sloped away
from the structures to prevent ponding of water around the foundations. Final grades within 5 ft
of the structures should be adjusted to slope away from the structures at a minimum slope of 2
percent. Maintaining positive surface drainage throughout the life of the structures is
essential.
ALPHA Report No. W191406
7
In areas with pavement or sidewalks adjacent to the new residences, a positive seal must be
maintained between the structure and the pavement or sidewalk to minimize seepage of water into
the underlying supporting soils. Post-construction movement of pavement and flatwork is
common. Normal maintenance should include inspection of all joints in paving and sidewalks,
etc. as well as resealing where necessary.
Several factors relate to civil and architectural design and/or maintenance, which can significantly
affect future movements of the foundation and floor slab systems.
Large trees and shrubs should not be allowed closer to the foundation than a horizontal
distance equal to roughly one-half of their mature height due to their significant moisture
demand upon maturing.
Moisture conditions should be maintained “constant” around the edge of the slab. Ponding
of water in planters, in unpaved areas, and around joints in paving and sidewalks can cause
slab movements beyond those predicted in this report.
Planter box structures placed adjacent to building should be provided with a means to
assure concentrations of water are not available to the subsoil stratigraphy.
Architectural design of the floor slabs should avoid additional features such as wing walls
as extensions of the slab.
The root systems from existing or recently removed trees at this site will have dried and
desiccated the surrounding clay soils, resulting in soil with near-maximum swell potential.
Clay soils surrounding tree root mats in areas to be covered with at-grade slabs (including
but not limited to foundations, driveways, porches, patios, and sidewalks) should be
removed to a depth of at least 1 ft below the tree root ball. The resulting excavation should
be backfilled with engineered fill as described in Section 7.3.
Trench backfill for utilities should be properly placed and compacted as outlined in Section 7.4
and in accordance with requirements of local City standards. Since granular bedding backfill is
used for most utility lines, the backfilled trench should not become a conduit and allow access for
surface or subsurface water to travel toward the new structures. Concrete cut-off collars or clay
plugs should be provided where utility lines cross building lines to prevent water from traveling in
the trench backfill and entering beneath the structure.
7.0 GENERAL CONSTRUCTION PROCEDURES AND GUIDELINES
Variations in subsurface conditions could be encountered during construction. To permit
correlation between test boring data and actual subsurface conditions encountered during
construction, it is recommended a registered Professional Engineering firm be retained to observe
construction procedures and materials.
ALPHA Report No. W191406
8
Some construction problems, particularly degree or magnitude, cannot be reasonably anticipated
until the course of construction. The recommendations offered in the following paragraphs are
intended not to limit or preclude other conceivable solutions, but rather to provide our observations
based on our experience and understanding of the project characteristics and subsurface conditions
encountered in the borings.
7.1 Site Preparation and Grading
Limestone was encountered at the ground surface and within 4 ft of the ground surface in about
two-thirds of the borings. We expect limestone will encountered during grading and general
excavation at this site. From our experience, this limestone can be hard and difficult to excavate.
Rock excavation methods (including, but not limited to rock teeth, rippers, jack hammers, or
sawcutting) may be required to remove the limestone. Crushing equipment may be required to
process this limestone if it is desired to use this material as compacted fill on the site. The
contractor selected should have experience with excavation in hard limestone.
All areas supporting slab foundations, flatwork or areas to receive new fill should be properly
prepared.
After completion of the necessary stripping, clearing, and excavating and prior to placing
any required fill, the exposed subgrade should be carefully evaluated by probing and
testing. Any undesirable material (organic material, wet, soft, or loose soil) still in place
should be removed.
The exposed subgrade should be further evaluated by proof-rolling with a heavy pneumatic
tired roller, loaded dump truck or similar equipment weighing approximately 10 tons to
check for pockets of soft or loose material hidden beneath a thin crust of possibly better
soil.
Proof-rolling procedures should be observed routinely by a Professional Engineer or his
designated representative. Any undesirable material (organic material, wet, soft, or loose
soil) exposed from the proof roll should be removed and replaced with well-compacted
material as outlined in Section 7.3.
Prior to placement of any fill, the exposed subgrade should then be scarified to a minimum
depth of 6 inches and recompacted as outlined in Section 7.3.
If fill is to be placed on existing slopes (natural or constructed) steeper than six horizontal to one
vertical (6:1), the fill materials should be benched into the existing slopes in such a manner as to
provide a minimum bench width of five (5) ft. This should provide a good contact between the
existing soils and new fill materials, reduce potential sliding planes, and allow relatively horizontal
lift placements.
Even if fill is properly compacted as recommended in Section 7.3, fills in excess of about 10 ft are
still subject to settlements over time of up to about 1 to 2 percent of the total fill thickness. This
should be considered when planning or placing deep fills.
ALPHA Report No. W191406
9
Slope stability analysis of embankments (natural or constructed) and global stability analysis for
retaining walls was not within the scope of this study.
The contractor is responsible for designing any excavation slopes, temporary sheeting or shoring.
Design of these structures should include any imposed surface surcharges. Construction site safety
is the sole responsibility of the contractor, who shall also be solely responsible for the means,
methods and sequencing of construction operations. The contractor should also be aware that
slope height, slope inclination or excavation depths (including utility trench excavations) should
in no case exceed those specified in local, state and/or federal safety regulations, such as OSHA
Health and Safety Standard for Excavations, 29 CFR Part 1926, or successor regulations.
Stockpiles should be place well away from the edge of the excavation and their heights should be
controlled so they do not surcharge the sides of the excavation. Surface drainage should be
carefully controlled to prevent flow of water over the slopes and/or into the excavations.
Construction slopes should be closely observed for signs of mass movement, including tension
cracks near the crest or bulging at the toe. If potential stability problems are observed, a
geotechnical engineer should be contacted immediately. Shoring, bracing or underpinning
required for the project (if any) should be designed by a professional engineer registered in the
State of Texas.
Due to the nature of the clay soils found near the surface at the borings, traffic of heavy equipment
(including heavy compaction equipment) may create pumping and general deterioration of shallow
soils. Therefore, some construction difficulties should be anticipated during periods when these
soils are saturated.
7.2 Foundation Excavations
All foundation excavations should be monitored to verify foundations bear on suitable material.
The bearing stratum exposed in the base of all foundation excavations should be protected against
any detrimental change in conditions. Surface runoff water should be drained away from
excavations and not allowed to collect. All concrete for foundations should be placed as soon as
practical after the excavation is made.
Prolonged exposure of the bearing surface to air or water will result in changes in strength and
compressibility of the bearing stratum. Therefore, if delays occur, excavations should be slightly
deepened and cleaned, in order to provide a fresh bearing surface.
7.3 Fill Compaction
The following are recommendations pertaining to general fill compaction. Moisture conditioned
soil should conform to the recommendations provided in Section 6.1.
Clay and shaly clay with a plasticity index equal to or greater than 25 should be compacted to a
dry density between 93 and 98 percent of standard Proctor maximum dry density (ASTM D 698).
The compacted moisture content of the clays during placement should be within the range of 2 to
6 percentage points above optimum.
Clay with a plasticity index less than 25 should be compacted to a dry density of at least 95 percent
of standard Proctor maximum dry density (ASTM D 698) and within the range of 1 percentage
point below to 3 percentage points above the material's optimum moisture content.
ALPHA Report No. W191406
10
Clayey materials used as fill should be processed and the largest particle or clod should be less
than 6 inches prior to compaction.
Processed limestone used as fill should be compacted to at least 95 percent of standard Proctor
maximum dry density. The compacted moisture content of the processed limestone is not
considered crucial to proper performance. However, if the material's moisture content during
placement is within 3 percentage points of optimum, the compactive effort required to achieve the
minimum compaction criteria may be minimized. Individual rock pieces larger than 6 inches in
dimension should not be used as fill. However, if rock fill is utilized within 3 ft below the bottom
of floor slabs, the maximum allowable size of individual rock pieces should be reduced to 3 inches.
Processed limestone used as fill should incorporate sufficient fines to prevent the presence of voids
around larger diameter rock pieces. A gradation of at least 40 percent passing a standard No. 4
sieve is recommended.
In cases where mass fills are more than 10 ft deep, the fill/backfill below 10 ft should be compacted
to at least 100 percent of standard Proctor maximum dry density (ASTM D-698) and within 2
percentage points of the material's optimum moisture content. The portion of the fill/backfill
shallower than 10 ft should be compacted as outlined herein.
Compaction should be accomplished by placing fill in about 8-inch thick loose lifts and
compacting each lift to at least the specified minimum dry density. Field density and moisture
content tests should be performed on each lift.
7.4 Utilities
In cases where utility lines are more than 10 ft deep, the fill/backfill below 10 ft should be
compacted to at least 100 percent of standard Proctor maximum dry density (ASTM D 698) and
within –2 to +2 percentage points of the material's optimum moisture content. The portion of the
fill/backfill shallower than 10 ft should be compacted as previously outlined. Density tests should
be performed on each lift (maximum 12-inch thick) and should be performed as the trench is being
backfilled.
Even if fill is properly compacted, fills in excess of about 10 ft are still subject to settlements over
time of up to about 1 to 2 percent of the total fill thickness. This should be considered when
designing utility lines under pavements and/or other areas with deep fill.
If utility trenches or other excavations extend to or beyond a depth of 5 ft below construction grade,
the contractor or others shall be required to develop an excavation safety plan to protect personnel
entering the excavation or excavation vicinity. The collection of specific geotechnical data and
the development of such a plan, which could include designs for sloping and benching or various
types of temporary shoring, is beyond the scope of this study. Any such designs and safety plans
shall be developed in accordance with current OSHA guidelines and other applicable industry
standards.
ALPHA Report No. W191406
11
7.5 Groundwater
Groundwater was encountered in Boring 10 at a depth of about 8 ft below the ground surface.
Shallower groundwater seepage could be encountered from the subsurface stratigraphy in
excavations for foundations, utilities and other general excavations at this site. The risk of seepage
increases with depth of excavation and during or after periods of precipitation. Standard sump pits
and pumping may be adequate to control seepage on a local basis.
In any areas where cuts are made, attention should be given to possible seasonal water seepage
that could occur through natural cracks and fissures in the newly exposed stratigraphy. The risk
of seepage is increased where limestone is exposed in excavations and slopes or is near final grade.
In these areas subsurface drains may be required to intercept seasonal groundwater seepage. The
need for these or other dewatering devices should be carefully addressed during construction. Our
office could be contacted to visually observe final grades to evaluate the need for such drains.
8.0 LIMITATIONS
Professional services provided in this geotechnical exploration were performed, findings obtained,
and recommendations prepared in accordance with generally accepted geotechnical engineering
principles and practices. The scope of services provided herein does not include an environmental
assessment of the site or investigation for the presence or absence of hazardous materials in the
soil, surface water or groundwater. ALPHA, upon written request, can be retained to provide these
services.
ALPHA is not responsible for conclusions, opinions or recommendations made by others based
on this data. Information contained in this report is intended for the exclusive use of the Client
(and their designated design representatives), and is related solely to design of the specific
structures outlined in Section 2.0. No party other than the Client (and their designated design
representatives) shall use or rely upon this report in any manner whatsoever unless such party shall
have obtained ALPHA’s written acceptance of such intended use. Any such third party using this
report after obtaining ALPHA’s written acceptance shall be bound by the limitations and
limitations of liability contained herein, including ALPHA’s liability being limited to the fee paid
to it for this report. Recommendations presented in this report should not be used for design of
any other structures except those specifically described in this report. In all areas of this report in
which ALPHA may provide additional services if requested to do so in writing, it is presumed that
such requests have not been made if not evidenced by a written document accepted by ALPHA.
Further, subsurface conditions can change with passage of time. Recommendations contained
herein are not considered applicable for an extended period of time after the completion date of
this report. It is recommended our office be contacted for a review of the contents of this report
for construction commencing more than one (1) year after completion of this report. Non -
compliance with any of these requirements by the Client or anyone else shall release ALPHA from
any liability resulting from the use of, or reliance upon, this report.
ALPHA Report No. W191406
12
Recommendations provided in this report are based on our understanding of information provided
by the Client about characteristics of the project. If the Client notes any deviation from the facts
about project characteristics, our office should be contacted immediately since this may materially
alter the recommendations. Further, ALPHA is not responsible for damages result ing from
workmanship of designers or contractors. It is recommended the Owner retain qualified personnel,
such as a Geotechnical Engineering firm, to verify construction is performed in accordance with
plans and specifications.
APPENDIX
ALPHA Report No. W191406
A-1 METHODS OF FIELD EXPLORATION
Using standard rotary drilling equipment, a total of 28 test borings were performed for this
geotechnical exploration. The approximate locations of the borings are shown on the Boring
Location Plan, Figure 1. The test boring locations were staked using a handheld GPS unit or by
pacing/taping and estimating right angles from landmarks which could be identified in the field
and as shown on the site plan provided during this study. The locations of test borings shown on
the Boring Location Plan are considered accurate only to the degree implied by the methods u sed
to define them.
Relatively undisturbed samples of the cohesive subsurface materials were obtained by
hydraulically pressing 3-inch O.D. thin-wall sampling tubes into the underlying soils at selected
depths (ASTM D 1587). These samples were removed from the sampling tubes in the field and
evaluated visually. One representative portion of each sample was sealed in a plastic bag for use
in future visual evaluation and possible testing in the laboratory.
A modified version of the Texas Cone Penetration (TCP) test was completed in the field to
determine the apparent in-place strength characteristics of the rock type materials. A 3-inch
diameter steel cone driven by a 170-pound hammer dropped 24 inches is the basis for TxDOT
strength correlations. In this case, ALPHA TESTING, INC. has modified the procedure by using
a 140-pound hammer dropping 30-inches for completion of the field test. Depending on the
resistance (strength) of the materials, either the number of blows of the hammer required to provide
12 inches of penetration, or the inches of penetration of the cone due to 100 blows of the hammer
are recorded on the field log and are shown on the Log of Boring sheets as “TX Cone” (reference
TxDOT Test Method TEX 132-E, as modified).
Logs of the borings are included in the Appendix. The logs show visual descriptions of subsurface
strata encountered using the Unified Soil Classification System. Sampling information, pertinent
field data, and field observations are also included. Samples not consumed by testing will be
retained in our laboratory for at least 14 days and then discarded unless the Client requests
otherwise.
GEOTECHNICAL EXPLORATION
NORTHSTAR - PHASE 1
OFF NORTHSTAR PARKWAY
FORT WORTH, TEXAS
ALPHA PROJECT NO. W191406
BORING LOCATION PLAN
FIGURE 1
B-9
B-3
B-27
B-19
B-20
B-22 B-23 B-24
B-25 B-28
B-26
B-21
B-18
B-17
P-5
B-1
B-2
B-4 B-5
B-6
B-7 B-8 B-10
B-11 B-12 B-13 B-14 B-15
B-16
P-3
I
I I
I
I
I
I I
I
I
II
II
II
II II
II II
II
II
II
II
II
II
II
II
II
II
II
II
II
NORTHSTAR PARKWAY
N
APPROXIMATE BORING LOCATION
APPROXIMATE PRELIMINARY
BORING LOCATION (W183124)
ZONE II
I ZONE I
II
ZONE III III
ALPHA Report No. W191406
B-1 METHODS OF LABORATORY TESTING
Representative samples were evaluated and classified by a qualified member of the Geotechnical
Division and the boring logs were edited as necessary. To aid in classifying the subsurface
materials and to determine the general engineering characteristics, natural moisture content tests
(ASTM D 2216), Atterberg-limit tests (ASTM D 4318) and dry unit weight determinations were
performed on selected samples. In addition, unconfined compressive strength tests (ASTM D
2166) and pocket-penetrometer tests were conducted on selected soil samples to evaluate the soil
shear strength. Results of these laboratory tests are provided on the Log of Boring sheets.
In addition to the Atterberg-limit tests, the expansive properties of the clayey soils were further
analyzed by absorption swell tests in general accordance with ASTM D 4546. The swell test is
performed by placing a selected sample in a consolidation machine and applying either the
approximate current or expected overburden pressure and then allowing the sample to absorb
water. When the sample exhibits very little tendency for further expansion, the height increase is
recorded and the percent free swell and total moisture gain calculated. Results of the absorption
swell tests are provided on the Swell Test Data sheet, Figure 2 included in this Appendix.
Boring
No.
Sample
Depth
Vertical
Pressure,
psf
Liquid
Limit
Plastic
Limit
Plasticity
Index
Initial
Moisture
Final
Moisture
Free
Swell
5 14 1750 46 21 25 27%33%0.1%
9 3 375 87 30 57 35%37%0.0%
10 5 625 57 18 39 20%21%0.0%
15 3 375 56 19 37 34%35%0.5%
20 5 625 46 22 24 22%22%0.0%
21 3 375 79 24 55 27%29%0.1%
23 1 125 80 28 52 26%35%1.6%
26 1 125 63 25 38 20%24%0.3%
28 1 125 77 24 53 28%31%0.0%
SWELL TEST DATA
FIGURE 2 SWELL DATA SHEET
GEOTECHNICAL EXPLORATION
NORTHSTAR - PHASE 1
OFF NORTHSTAR PARKWAY
FORT WORTH, TEXA
ALPHA REPORT NO. W191406
100/
1.5"
100/
1"
100/
0.5"
100/
0.5"
Tan LIMESTONE with clay seams and layers
Gray LIMESTONE with shale seams
TEST BORING TERMINATED AT 20 FT
8.0
20.0
Surface Elevation:Unit Dry Weight(pcf)Depth, feet5
10
15
20
GROUND WATER OBSERVATIONS
After Hours (ft):PocketPenetrometer (tsf)On Rods (ft):
Drilling Method:CONTINUOUS FLIGHT AUGER
Unconfined Comp.Strength (tsf).NONE
After Drilling (ft):.DRY
.
PROJECT NO.:W191406
Location:Fort Worth, Texas
Sheet 1 of 1
Water Content, %% PassingNo. 200 SieveLiquid LimitPlastic LimitPlasticity IndexGraphic LogNorth:TX Cone or Std.Pen. (blows/ft,in)Recovery %RQDSample TypeMATERIAL DESCRIPTION
West:
5058 Brush Creek Rd.
Fort Worth, Texas
76119
Phone: 817-496-5600
Fax: 817-496-5608
www.alphatesting.com
Start Date:6/12/2019 End Date:6/12/2019
Project:Northstar Phase 1
Client:Meritage Homes of Texas, LLC - DFW
Hammer Drop (lbs / in):140 / 30
BORING NO.:1
100/
3.25"
100/
1.25"
100/
0.5"
100/
0.5"
Tan LIMESTONE with clay seams and layers
Gray LIMESTONE with shale seams
TEST BORING TERMINATED AT 20 FT
13.0
20.0
Surface Elevation:Unit Dry Weight(pcf)Depth, feet5
10
15
20
GROUND WATER OBSERVATIONS
After Hours (ft):PocketPenetrometer (tsf)On Rods (ft):
Drilling Method:CONTINUOUS FLIGHT AUGER
Unconfined Comp.Strength (tsf).NONE
After Drilling (ft):.DRY
.
PROJECT NO.:W191406
Location:Fort Worth, Texas
Sheet 1 of 1
Water Content, %% PassingNo. 200 SieveLiquid LimitPlastic LimitPlasticity IndexGraphic LogNorth:TX Cone or Std.Pen. (blows/ft,in)Recovery %RQDSample TypeMATERIAL DESCRIPTION
West:
5058 Brush Creek Rd.
Fort Worth, Texas
76119
Phone: 817-496-5600
Fax: 817-496-5608
www.alphatesting.com
Start Date:6/10/2019 End Date:6/10/2019
Project:Northstar Phase 1
Client:Meritage Homes of Texas, LLC - DFW
Hammer Drop (lbs / in):140 / 30
BORING NO.:2
100/
2"
100/
1.25"
100/
2.25"
100/
2.25"
Tan LIMESTONE with clay seams and layers
Gray LIMESTONE with shale seams
Gray SHALE
TEST BORING TERMINATED AT 20 FT
8.0
13.0
20.0
Surface Elevation:Unit Dry Weight(pcf)Depth, feet5
10
15
20
GROUND WATER OBSERVATIONS
After Hours (ft):PocketPenetrometer (tsf)On Rods (ft):
Drilling Method:CONTINUOUS FLIGHT AUGER
Unconfined Comp.Strength (tsf).NONE
After Drilling (ft):.DRY
.
PROJECT NO.:W191406
Location:Fort Worth, Texas
Sheet 1 of 1
Water Content, %% PassingNo. 200 SieveLiquid LimitPlastic LimitPlasticity IndexGraphic LogNorth:TX Cone or Std.Pen. (blows/ft,in)Recovery %RQDSample TypeMATERIAL DESCRIPTION
West:
5058 Brush Creek Rd.
Fort Worth, Texas
76119
Phone: 817-496-5600
Fax: 817-496-5608
www.alphatesting.com
Start Date:6/12/2019 End Date:6/12/2019
Project:Northstar Phase 1
Client:Meritage Homes of Texas, LLC - DFW
Hammer Drop (lbs / in):140 / 30
BORING NO.:3
100/
2.25"
100/
1"
100/
0.5"
100/
0.75"
Tan LIMESTONE with clay seams and layers
Gray LIMESTONE with shale seams
TEST BORING TERMINATED AT 20 FT
6.0
20.0
Surface Elevation:Unit Dry Weight(pcf)Depth, feet5
10
15
20
GROUND WATER OBSERVATIONS
After Hours (ft):PocketPenetrometer (tsf)On Rods (ft):
Drilling Method:CONTINUOUS FLIGHT AUGER
Unconfined Comp.Strength (tsf).NONE
After Drilling (ft):.DRY
.
PROJECT NO.:W191406
Location:Fort Worth, Texas
Sheet 1 of 1
Water Content, %% PassingNo. 200 SieveLiquid LimitPlastic LimitPlasticity IndexGraphic LogNorth:TX Cone or Std.Pen. (blows/ft,in)Recovery %RQDSample TypeMATERIAL DESCRIPTION
West:
5058 Brush Creek Rd.
Fort Worth, Texas
76119
Phone: 817-496-5600
Fax: 817-496-5608
www.alphatesting.com
Start Date:6/12/2019 End Date:6/12/2019
Project:Northstar Phase 1
Client:Meritage Homes of Texas, LLC - DFW
Hammer Drop (lbs / in):140 / 30
BORING NO.:4
4.25
4.5+
4.5
3.25
4.5+
20
16
17
13
13
25
16
40
46
20
21
20
25
100/
3.25"
Brown CLAY with rock fragments
Tan CLAY with calcareous deposits
Tan LIMESTONE with clay seams and layers
Tan SHALY CLAY
TEST BORING TERMINATED AT 20 FT
2.0
6.0
12.0
20.0
Surface Elevation:Unit Dry Weight(pcf)Depth, feet5
10
15
20
GROUND WATER OBSERVATIONS
After Hours (ft):PocketPenetrometer (tsf)On Rods (ft):
Drilling Method:CONTINUOUS FLIGHT AUGER
Unconfined Comp.Strength (tsf).NONE
After Drilling (ft):.DRY
.
PROJECT NO.:W191406
Location:Fort Worth, Texas
Sheet 1 of 1
Water Content, %% PassingNo. 200 SieveLiquid LimitPlastic LimitPlasticity IndexGraphic LogNorth:TX Cone or Std.Pen. (blows/ft,in)Recovery %RQDSample TypeMATERIAL DESCRIPTION
West:
5058 Brush Creek Rd.
Fort Worth, Texas
76119
Phone: 817-496-5600
Fax: 817-496-5608
www.alphatesting.com
Start Date:6/11/2019 End Date:6/11/2019
Project:Northstar Phase 1
Client:Meritage Homes of Texas, LLC - DFW
Hammer Drop (lbs / in):140 / 30
BORING NO.:5
100/
1.5"
100/
1"
100/
0.5"
100/
0.5"
Tan LIMESTONE with clay seams and layers
Gray LIMESTONE with shale seams
TEST BORING TERMINATED AT 20 FT
4.0
20.0
Surface Elevation:Unit Dry Weight(pcf)Depth, feet5
10
15
20
GROUND WATER OBSERVATIONS
After Hours (ft):PocketPenetrometer (tsf)On Rods (ft):
Drilling Method:CONTINUOUS FLIGHT AUGER
Unconfined Comp.Strength (tsf).NONE
After Drilling (ft):.DRY
.
PROJECT NO.:W191406
Location:Fort Worth, Texas
Sheet 1 of 1
Water Content, %% PassingNo. 200 SieveLiquid LimitPlastic LimitPlasticity IndexGraphic LogNorth:TX Cone or Std.Pen. (blows/ft,in)Recovery %RQDSample TypeMATERIAL DESCRIPTION
West:
5058 Brush Creek Rd.
Fort Worth, Texas
76119
Phone: 817-496-5600
Fax: 817-496-5608
www.alphatesting.com
Start Date:6/10/2019 End Date:6/10/2019
Project:Northstar Phase 1
Client:Meritage Homes of Texas, LLC - DFW
Hammer Drop (lbs / in):140 / 30
BORING NO.:6
100/
1"
100/
0.75"
100/
0.75"
100/
0.5"
Tan LIMESTONE with clay seams and layers
Gray LIMESTONE with shale seams
TEST BORING TERMINATED AT 20 FT
4.0
20.0
Surface Elevation:Unit Dry Weight(pcf)Depth, feet5
10
15
20
GROUND WATER OBSERVATIONS
After Hours (ft):PocketPenetrometer (tsf)On Rods (ft):
Drilling Method:CONTINUOUS FLIGHT AUGER
Unconfined Comp.Strength (tsf).NONE
After Drilling (ft):.DRY
.
PROJECT NO.:W191406
Location:Fort Worth, Texas
Sheet 1 of 1
Water Content, %% PassingNo. 200 SieveLiquid LimitPlastic LimitPlasticity IndexGraphic LogNorth:TX Cone or Std.Pen. (blows/ft,in)Recovery %RQDSample TypeMATERIAL DESCRIPTION
West:
5058 Brush Creek Rd.
Fort Worth, Texas
76119
Phone: 817-496-5600
Fax: 817-496-5608
www.alphatesting.com
Start Date:6/10/2019 End Date:6/10/2019
Project:Northstar Phase 1
Client:Meritage Homes of Texas, LLC - DFW
Hammer Drop (lbs / in):140 / 30
BORING NO.:7
100/
1.75"
100/
1"
100/
0.5"
100/
0.75"
Tan LIMESTONE with clay seams and layers
Gray LIMESTONE with shale seams
TEST BORING TERMINATED AT 20 FT
9.0
20.0
Surface Elevation:Unit Dry Weight(pcf)Depth, feet5
10
15
20
GROUND WATER OBSERVATIONS
After Hours (ft):PocketPenetrometer (tsf)On Rods (ft):
Drilling Method:CONTINUOUS FLIGHT AUGER
Unconfined Comp.Strength (tsf).NONE
After Drilling (ft):.DRY
.
PROJECT NO.:W191406
Location:Fort Worth, Texas
Sheet 1 of 1
Water Content, %% PassingNo. 200 SieveLiquid LimitPlastic LimitPlasticity IndexGraphic LogNorth:TX Cone or Std.Pen. (blows/ft,in)Recovery %RQDSample TypeMATERIAL DESCRIPTION
West:
5058 Brush Creek Rd.
Fort Worth, Texas
76119
Phone: 817-496-5600
Fax: 817-496-5608
www.alphatesting.com
Start Date:6/12/2019 End Date:6/12/2019
Project:Northstar Phase 1
Client:Meritage Homes of Texas, LLC - DFW
Hammer Drop (lbs / in):140 / 30
BORING NO.:8
2.5
4.0
4.25
4.5+
3.75
4.0
35
35
27
19
13
16
19
87 30 57
100/
4.25"
Brown CLAY
- with limestone fragments at 5 ft
Tan CLAY
Tan LIMESTONE with clay seams and layers
Tan SHALY CLAY
TEST BORING TERMINATED AT 20 FT
6.0
8.0
11.0
20.0
Surface Elevation:Unit Dry Weight(pcf)Depth, feet5
10
15
20
GROUND WATER OBSERVATIONS
After Hours (ft):PocketPenetrometer (tsf)On Rods (ft):
Drilling Method:CONTINUOUS FLIGHT AUGER
Unconfined Comp.Strength (tsf).NONE
After Drilling (ft):.DRY
.
PROJECT NO.:W191406
Location:Fort Worth, Texas
Sheet 1 of 1
Water Content, %% PassingNo. 200 SieveLiquid LimitPlastic LimitPlasticity IndexGraphic LogNorth:TX Cone or Std.Pen. (blows/ft,in)Recovery %RQDSample TypeMATERIAL DESCRIPTION
West:
5058 Brush Creek Rd.
Fort Worth, Texas
76119
Phone: 817-496-5600
Fax: 817-496-5608
www.alphatesting.com
Start Date:6/11/2019 End Date:6/11/2019
Project:Northstar Phase 1
Client:Meritage Homes of Texas, LLC - DFW
Hammer Drop (lbs / in):140 / 30
BORING NO.:9
114
2.75
3.0
3.25
2.0
2.0
4.5+
0.5
0.5
26
30
20
18
15
29
32
57 18 39
Brown CLAY with limestone fragments
Tan CLAY with calcareous nodules
Tan SHALY CLAY
TEST BORING TERMINATED AT 20 FT
4.0
12.0
20.0
Surface Elevation:Unit Dry Weight(pcf)Depth, feet5
10
15
20
GROUND WATER OBSERVATIONS
After Hours (ft):PocketPenetrometer (tsf)On Rods (ft):12
Drilling Method:CONTINUOUS FLIGHT AUGER
Unconfined Comp.Strength (tsf).
After Drilling (ft):8.
.
PROJECT NO.:W191406
Location:Fort Worth, Texas
Sheet 1 of 1
Water Content, %% PassingNo. 200 SieveLiquid LimitPlastic LimitPlasticity IndexGraphic LogNorth:TX Cone or Std.Pen. (blows/ft,in)Recovery %RQDSample TypeMATERIAL DESCRIPTION
West:
5058 Brush Creek Rd.
Fort Worth, Texas
76119
Phone: 817-496-5600
Fax: 817-496-5608
www.alphatesting.com
Start Date:6/11/2019 End Date:6/11/2019
Project:Northstar Phase 1
Client:Meritage Homes of Texas, LLC - DFW
Hammer Drop (lbs / in):
BORING NO.:10
100/
1"
100/
0.75"
100/
0.75"
100/
0.5"
Tan LIMESTONE with clay seams and layers
Gray LIMESTONE with shale seams
TEST BORING TERMINATED AT 20 FT
7.0
20.0
Surface Elevation:Unit Dry Weight(pcf)Depth, feet5
10
15
20
GROUND WATER OBSERVATIONS
After Hours (ft):PocketPenetrometer (tsf)On Rods (ft):
Drilling Method:CONTINUOUS FLIGHT AUGER
Unconfined Comp.Strength (tsf).NONE
After Drilling (ft):.DRY
.
PROJECT NO.:W191406
Location:Fort Worth, Texas
Sheet 1 of 1
Water Content, %% PassingNo. 200 SieveLiquid LimitPlastic LimitPlasticity IndexGraphic LogNorth:TX Cone or Std.Pen. (blows/ft,in)Recovery %RQDSample TypeMATERIAL DESCRIPTION
West:
5058 Brush Creek Rd.
Fort Worth, Texas
76119
Phone: 817-496-5600
Fax: 817-496-5608
www.alphatesting.com
Start Date:6/11/2019 End Date:6/11/2019
Project:Northstar Phase 1
Client:Meritage Homes of Texas, LLC - DFW
Hammer Drop (lbs / in):140 / 30
BORING NO.:11
100/
1"
100/
0.75"
100/
0.75"
100/
0.5"
Tan LIMESTONE with clay seams and layers
Gray LIMESTONE with shale seams
TEST BORING TERMINATED AT 20 FT
5.0
20.0
Surface Elevation:Unit Dry Weight(pcf)Depth, feet5
10
15
20
GROUND WATER OBSERVATIONS
After Hours (ft):PocketPenetrometer (tsf)On Rods (ft):
Drilling Method:CONTINUOUS FLIGHT AUGER
Unconfined Comp.Strength (tsf).NONE
After Drilling (ft):.DRY
.
PROJECT NO.:W191406
Location:Fort Worth, Texas
Sheet 1 of 1
Water Content, %% PassingNo. 200 SieveLiquid LimitPlastic LimitPlasticity IndexGraphic LogNorth:TX Cone or Std.Pen. (blows/ft,in)Recovery %RQDSample TypeMATERIAL DESCRIPTION
West:
5058 Brush Creek Rd.
Fort Worth, Texas
76119
Phone: 817-496-5600
Fax: 817-496-5608
www.alphatesting.com
Start Date:6/11/2019 End Date:6/11/2019
Project:Northstar Phase 1
Client:Meritage Homes of Texas, LLC - DFW
Hammer Drop (lbs / in):140 / 30
BORING NO.:12
100/
1.25"
100/
0.75"
100/
1"
100/
0.75"
Tan LIMESTONE with clay seams and layers
Gray LIMESTONE with shale seams
TEST BORING TERMINATED AT 20 FT
4.0
20.0
Surface Elevation:Unit Dry Weight(pcf)Depth, feet5
10
15
20
GROUND WATER OBSERVATIONS
After Hours (ft):PocketPenetrometer (tsf)On Rods (ft):
Drilling Method:CONTINUOUS FLIGHT AUGER
Unconfined Comp.Strength (tsf).NONE
After Drilling (ft):.DRY
.
PROJECT NO.:W191406
Location:Fort Worth, Texas
Sheet 1 of 1
Water Content, %% PassingNo. 200 SieveLiquid LimitPlastic LimitPlasticity IndexGraphic LogNorth:TX Cone or Std.Pen. (blows/ft,in)Recovery %RQDSample TypeMATERIAL DESCRIPTION
West:
5058 Brush Creek Rd.
Fort Worth, Texas
76119
Phone: 817-496-5600
Fax: 817-496-5608
www.alphatesting.com
Start Date:6/10/2019 End Date:6/10/2019
Project:Northstar Phase 1
Client:Meritage Homes of Texas, LLC - DFW
Hammer Drop (lbs / in):140 / 30
BORING NO.:13
100/
2"
100/
1.75"
100/
3"
100/
2.25"
Tan LIMESTONE with clay seams and layers
Gray LIMESTONE with shale seams
TEST BORING TERMINATED AT 20 FT
14.0
20.0
Surface Elevation:Unit Dry Weight(pcf)Depth, feet5
10
15
20
GROUND WATER OBSERVATIONS
After Hours (ft):PocketPenetrometer (tsf)On Rods (ft):
Drilling Method:CONTINUOUS FLIGHT AUGER
Unconfined Comp.Strength (tsf).NONE
After Drilling (ft):.DRY
.
PROJECT NO.:W191406
Location:Fort Worth, Texas
Sheet 1 of 1
Water Content, %% PassingNo. 200 SieveLiquid LimitPlastic LimitPlasticity IndexGraphic LogNorth:TX Cone or Std.Pen. (blows/ft,in)Recovery %RQDSample TypeMATERIAL DESCRIPTION
West:
5058 Brush Creek Rd.
Fort Worth, Texas
76119
Phone: 817-496-5600
Fax: 817-496-5608
www.alphatesting.com
Start Date:6/12/2019 End Date:6/12/2019
Project:Northstar Phase 1
Client:Meritage Homes of Texas, LLC - DFW
Hammer Drop (lbs / in):140 / 30
BORING NO.:14
4.5+
2.5
3.25
4.5+
4.5+
19
35
35
29
24
56
62
19
21
37
41
100/
4"
Brown CLAY
Tan CLAY
Tan LIMESTONE with clay seams and layers
Tan SHALY CLAY
TEST BORING TERMINATED AT 20 FT
4.0
6.0
11.0
20.0
Surface Elevation:Unit Dry Weight(pcf)Depth, feet5
10
15
20
GROUND WATER OBSERVATIONS
After Hours (ft):PocketPenetrometer (tsf)On Rods (ft):
Drilling Method:CONTINUOUS FLIGHT AUGER
Unconfined Comp.Strength (tsf).NONE
After Drilling (ft):.DRY
.
PROJECT NO.:W191406
Location:Fort Worth, Texas
Sheet 1 of 1
Water Content, %% PassingNo. 200 SieveLiquid LimitPlastic LimitPlasticity IndexGraphic LogNorth:TX Cone or Std.Pen. (blows/ft,in)Recovery %RQDSample TypeMATERIAL DESCRIPTION
West:
5058 Brush Creek Rd.
Fort Worth, Texas
76119
Phone: 817-496-5600
Fax: 817-496-5608
www.alphatesting.com
Start Date:6/11/2019 End Date:6/11/2019
Project:Northstar Phase 1
Client:Meritage Homes of Texas, LLC - DFW
Hammer Drop (lbs / in):140 / 30
BORING NO.:15
100/
1.25"
100/
0.75"
100/
0.5"
100/
0.5"
Tan LIMESTONE with clay seams and layers
Gray LIMESTONE with shale seams
TEST BORING TERMINATED AT 20 FT
6.0
20.0
Surface Elevation:Unit Dry Weight(pcf)Depth, feet5
10
15
20
GROUND WATER OBSERVATIONS
After Hours (ft):PocketPenetrometer (tsf)On Rods (ft):
Drilling Method:CONTINUOUS FLIGHT AUGER
Unconfined Comp.Strength (tsf).NONE
After Drilling (ft):.DRY
.
PROJECT NO.:W191406
Location:Fort Worth, Texas
Sheet 1 of 1
Water Content, %% PassingNo. 200 SieveLiquid LimitPlastic LimitPlasticity IndexGraphic LogNorth:TX Cone or Std.Pen. (blows/ft,in)Recovery %RQDSample TypeMATERIAL DESCRIPTION
West:
5058 Brush Creek Rd.
Fort Worth, Texas
76119
Phone: 817-496-5600
Fax: 817-496-5608
www.alphatesting.com
Start Date:6/11/2019 End Date:6/11/2019
Project:Northstar Phase 1
Client:Meritage Homes of Texas, LLC - DFW
Hammer Drop (lbs / in):140 / 30
BORING NO.:16
100/
1"
100/
0.75"
100/
0.5"
100/
0.5"
Tan LIMESTONE with clay seams and layers
Gray LIMESTONE with shale seams
TEST BORING TERMINATED AT 20 FT
4.0
20.0
Surface Elevation:Unit Dry Weight(pcf)Depth, feet5
10
15
20
GROUND WATER OBSERVATIONS
After Hours (ft):PocketPenetrometer (tsf)On Rods (ft):
Drilling Method:CONTINUOUS FLIGHT AUGER
Unconfined Comp.Strength (tsf).NONE
After Drilling (ft):.DRY
.
PROJECT NO.:W191406
Location:Fort Worth, Texas
Sheet 1 of 1
Water Content, %% PassingNo. 200 SieveLiquid LimitPlastic LimitPlasticity IndexGraphic LogNorth:TX Cone or Std.Pen. (blows/ft,in)Recovery %RQDSample TypeMATERIAL DESCRIPTION
West:
5058 Brush Creek Rd.
Fort Worth, Texas
76119
Phone: 817-496-5600
Fax: 817-496-5608
www.alphatesting.com
Start Date:6/10/2019 End Date:6/10/2019
Project:Northstar Phase 1
Client:Meritage Homes of Texas, LLC - DFW
Hammer Drop (lbs / in):140 / 30
BORING NO.:17
100/
2.5"
100/
1"
100/
0.75"
100/
0.5"
Tan LIMESTONE with clay seams and layers
Gray LIMESTONE with shale seams
TEST BORING TERMINATED AT 20 FT
8.0
20.0
Surface Elevation:Unit Dry Weight(pcf)Depth, feet5
10
15
20
GROUND WATER OBSERVATIONS
After Hours (ft):PocketPenetrometer (tsf)On Rods (ft):
Drilling Method:CONTINUOUS FLIGHT AUGER
Unconfined Comp.Strength (tsf).NONE
After Drilling (ft):.DRY
.
PROJECT NO.:W191406
Location:Fort Worth, Texas
Sheet 1 of 1
Water Content, %% PassingNo. 200 SieveLiquid LimitPlastic LimitPlasticity IndexGraphic LogNorth:TX Cone or Std.Pen. (blows/ft,in)Recovery %RQDSample TypeMATERIAL DESCRIPTION
West:
5058 Brush Creek Rd.
Fort Worth, Texas
76119
Phone: 817-496-5600
Fax: 817-496-5608
www.alphatesting.com
Start Date:6/10/2019 End Date:6/10/2019
Project:Northstar Phase 1
Client:Meritage Homes of Texas, LLC - DFW
Hammer Drop (lbs / in):140 / 30
BORING NO.:18
100/
1.25"
100/
0.75"
100/
0.5"
100/
0.5"
Tan LIMESTONE with clay seams and layers
Gray LIMESTONE with shale seams
TEST BORING TERMINATED AT 20 FT
5.0
20.0
Surface Elevation:Unit Dry Weight(pcf)Depth, feet5
10
15
20
GROUND WATER OBSERVATIONS
After Hours (ft):PocketPenetrometer (tsf)On Rods (ft):
Drilling Method:CONTINUOUS FLIGHT AUGER
Unconfined Comp.Strength (tsf).NONE
After Drilling (ft):.DRY
.
PROJECT NO.:W191406
Location:Fort Worth, Texas
Sheet 1 of 1
Water Content, %% PassingNo. 200 SieveLiquid LimitPlastic LimitPlasticity IndexGraphic LogNorth:TX Cone or Std.Pen. (blows/ft,in)Recovery %RQDSample TypeMATERIAL DESCRIPTION
West:
5058 Brush Creek Rd.
Fort Worth, Texas
76119
Phone: 817-496-5600
Fax: 817-496-5608
www.alphatesting.com
Start Date:6/10/2019 End Date:6/10/2019
Project:Northstar Phase 1
Client:Meritage Homes of Texas, LLC - DFW
Hammer Drop (lbs / in):140 / 30
BORING NO.:19
90
4.5+
2.5
2.75
4.25
4.5+
1.3
26
31
23
16
18
46 22 24
100/
1.5"
100/
1"
Brown CLAY
Tan CLAY
- with limestone fragments at 8 ft
Tan LIMESTONE with clay seams and layers
Gray LIMESTONE with shale seams
TEST BORING TERMINATED AT 20 FT
4.0
10.0
17.0
20.0
Surface Elevation:Unit Dry Weight(pcf)Depth, feet5
10
15
20
GROUND WATER OBSERVATIONS
After Hours (ft):PocketPenetrometer (tsf)On Rods (ft):
Drilling Method:CONTINUOUS FLIGHT AUGER
Unconfined Comp.Strength (tsf).NONE
After Drilling (ft):.DRY
.
PROJECT NO.:W191406
Location:Fort Worth, Texas
Sheet 1 of 1
Water Content, %% PassingNo. 200 SieveLiquid LimitPlastic LimitPlasticity IndexGraphic LogNorth:TX Cone or Std.Pen. (blows/ft,in)Recovery %RQDSample TypeMATERIAL DESCRIPTION
West:
5058 Brush Creek Rd.
Fort Worth, Texas
76119
Phone: 817-496-5600
Fax: 817-496-5608
www.alphatesting.com
Start Date:6/11/2019 End Date:6/11/2019
Project:Northstar Phase 1
Client:Meritage Homes of Texas, LLC - DFW
Hammer Drop (lbs / in):140 / 30
BORING NO.:20
118
2.0
3.0
1.75
2.0
4.5+
0.7
36
24
17
8
12
21
79
90
24
27
55
63
100/
1.5"
100/
1.25"
Dark Brown CLAY
- with limestone fragments from 2 ft to 4 ft
Tan CLAY with limestone fragments
Tan LIMESTONE with clay seams and layers
Tan and Gray CLAY
TEST BORING TERMINATED AT 20 FT
4.0
9.0
17.0
20.0
Surface Elevation:Unit Dry Weight(pcf)Depth, feet5
10
15
20
GROUND WATER OBSERVATIONS
After Hours (ft):PocketPenetrometer (tsf)On Rods (ft):
Drilling Method:CONTINUOUS FLIGHT AUGER
Unconfined Comp.Strength (tsf).NONE
After Drilling (ft):.DRY
.
PROJECT NO.:W191406
Location:Fort Worth, Texas
Sheet 1 of 1
Water Content, %% PassingNo. 200 SieveLiquid LimitPlastic LimitPlasticity IndexGraphic LogNorth:TX Cone or Std.Pen. (blows/ft,in)Recovery %RQDSample TypeMATERIAL DESCRIPTION
West:
5058 Brush Creek Rd.
Fort Worth, Texas
76119
Phone: 817-496-5600
Fax: 817-496-5608
www.alphatesting.com
Start Date:6/12/2019 End Date:6/12/2019
Project:Northstar Phase 1
Client:Meritage Homes of Texas, LLC - DFW
Hammer Drop (lbs / in):140 / 30
BORING NO.:21
100/
0.75"
100/
0.5"
100/
0.5"
100/
0.5"
Tan LIMESTONE with clay seams and layers
Gray LIMESTONE with shale seams
TEST BORING TERMINATED AT 20 FT
4.0
20.0
Surface Elevation:Unit Dry Weight(pcf)Depth, feet5
10
15
20
GROUND WATER OBSERVATIONS
After Hours (ft):PocketPenetrometer (tsf)On Rods (ft):
Drilling Method:CONTINUOUS FLIGHT AUGER
Unconfined Comp.Strength (tsf).NONE
After Drilling (ft):.DRY
.
PROJECT NO.:W191406
Location:Fort Worth, Texas
Sheet 1 of 1
Water Content, %% PassingNo. 200 SieveLiquid LimitPlastic LimitPlasticity IndexGraphic LogNorth:TX Cone or Std.Pen. (blows/ft,in)Recovery %RQDSample TypeMATERIAL DESCRIPTION
West:
5058 Brush Creek Rd.
Fort Worth, Texas
76119
Phone: 817-496-5600
Fax: 817-496-5608
www.alphatesting.com
Start Date:6/12/2019 End Date:6/12/2019
Project:Northstar Phase 1
Client:Meritage Homes of Texas, LLC - DFW
Hammer Drop (lbs / in):140 / 30
BORING NO.:22
4.5+
4.0
25
15
80 28 52
100/
1.25"
100/
1.75"
100/
1"
100/
1"
Brown CLAY
Tan CLAY with limestone fragments
Tan LIMESTONE with clay seams and layers
Gray LIMESTONE with shale seams
TEST BORING TERMINATED AT 20 FT
2.0
4.0
14.0
20.0
Surface Elevation:Unit Dry Weight(pcf)Depth, feet5
10
15
20
GROUND WATER OBSERVATIONS
After Hours (ft):PocketPenetrometer (tsf)On Rods (ft):
Drilling Method:CONTINUOUS FLIGHT AUGER
Unconfined Comp.Strength (tsf).NONE
After Drilling (ft):.DRY
.
PROJECT NO.:W191406
Location:Fort Worth, Texas
Sheet 1 of 1
Water Content, %% PassingNo. 200 SieveLiquid LimitPlastic LimitPlasticity IndexGraphic LogNorth:TX Cone or Std.Pen. (blows/ft,in)Recovery %RQDSample TypeMATERIAL DESCRIPTION
West:
5058 Brush Creek Rd.
Fort Worth, Texas
76119
Phone: 817-496-5600
Fax: 817-496-5608
www.alphatesting.com
Start Date:6/11/2019 End Date:6/11/2019
Project:Northstar Phase 1
Client:Meritage Homes of Texas, LLC - DFW
Hammer Drop (lbs / in):140 / 30
BORING NO.:23
3.0
2.5
4.5+
31
32
16
77 25 52
100/
1.75"
100/
1.75"
100/
1.25"
Dark Brown CLAY
Tan CLAY
Tan LIMESTONE with clay seams and layers
Gray LIMESTONE with shale seams
TEST BORING TERMINATED AT 20 FT
4.0
6.0
17.0
20.0
Surface Elevation:Unit Dry Weight(pcf)Depth, feet5
10
15
20
GROUND WATER OBSERVATIONS
After Hours (ft):PocketPenetrometer (tsf)On Rods (ft):
Drilling Method:CONTINUOUS FLIGHT AUGER
Unconfined Comp.Strength (tsf).NONE
After Drilling (ft):.DRY
.
PROJECT NO.:W191406
Location:Fort Worth, Texas
Sheet 1 of 1
Water Content, %% PassingNo. 200 SieveLiquid LimitPlastic LimitPlasticity IndexGraphic LogNorth:TX Cone or Std.Pen. (blows/ft,in)Recovery %RQDSample TypeMATERIAL DESCRIPTION
West:
5058 Brush Creek Rd.
Fort Worth, Texas
76119
Phone: 817-496-5600
Fax: 817-496-5608
www.alphatesting.com
Start Date:6/12/2019 End Date:6/12/2019
Project:Northstar Phase 1
Client:Meritage Homes of Texas, LLC - DFW
Hammer Drop (lbs / in):140 / 30
BORING NO.:24
4.5+16 64 20 44
100/
0.5"
100/
0.75"
100/
1.25"
100/
1"
Brown CLAY
Tan LIMESTONE with clay seams and layers
Gray LIMESTONE with shale seams
TEST BORING TERMINATED AT 20 FT
1.0
13.0
20.0
Surface Elevation:Unit Dry Weight(pcf)Depth, feet5
10
15
20
GROUND WATER OBSERVATIONS
After Hours (ft):PocketPenetrometer (tsf)On Rods (ft):
Drilling Method:CONTINUOUS FLIGHT AUGER
Unconfined Comp.Strength (tsf).NONE
After Drilling (ft):.DRY
.
PROJECT NO.:W191406
Location:Fort Worth, Texas
Sheet 1 of 1
Water Content, %% PassingNo. 200 SieveLiquid LimitPlastic LimitPlasticity IndexGraphic LogNorth:TX Cone or Std.Pen. (blows/ft,in)Recovery %RQDSample TypeMATERIAL DESCRIPTION
West:
5058 Brush Creek Rd.
Fort Worth, Texas
76119
Phone: 817-496-5600
Fax: 817-496-5608
www.alphatesting.com
Start Date:6/11/2019 End Date:6/11/2019
Project:Northstar Phase 1
Client:Meritage Homes of Texas, LLC - DFW
Hammer Drop (lbs / in):140 / 30
BORING NO.:25
4.5+19 63 25 38
100/
2"
100/
1"
100/
0.75"
100/
0.5"
Dark Brown CLAY
Tan LIMESTONE with clay seams and layers
Gray LIMESTONE with shale seams
TEST BORING TERMINATED AT 20 FT
2.0
14.0
20.0
Surface Elevation:Unit Dry Weight(pcf)Depth, feet5
10
15
20
GROUND WATER OBSERVATIONS
After Hours (ft):PocketPenetrometer (tsf)On Rods (ft):
Drilling Method:CONTINUOUS FLIGHT AUGER
Unconfined Comp.Strength (tsf).NONE
After Drilling (ft):.DRY
.
PROJECT NO.:W191406
Location:Fort Worth, Texas
Sheet 1 of 1
Water Content, %% PassingNo. 200 SieveLiquid LimitPlastic LimitPlasticity IndexGraphic LogNorth:TX Cone or Std.Pen. (blows/ft,in)Recovery %RQDSample TypeMATERIAL DESCRIPTION
West:
5058 Brush Creek Rd.
Fort Worth, Texas
76119
Phone: 817-496-5600
Fax: 817-496-5608
www.alphatesting.com
Start Date:6/12/2019 End Date:6/12/2019
Project:Northstar Phase 1
Client:Meritage Homes of Texas, LLC - DFW
Hammer Drop (lbs / in):140 / 30
BORING NO.:26
100/
1.75"
100/
1.25"
100/
0.75"
100/
0.5"
Tan LIMESTONE with clay seams and layers
Gray LIMESTONE with shale seams
TEST BORING TERMINATED AT 20 FT
12.0
20.0
Surface Elevation:Unit Dry Weight(pcf)Depth, feet5
10
15
20
GROUND WATER OBSERVATIONS
After Hours (ft):PocketPenetrometer (tsf)On Rods (ft):
Drilling Method:CONTINUOUS FLIGHT AUGER
Unconfined Comp.Strength (tsf).NONE
After Drilling (ft):.DRY
.
PROJECT NO.:W191406
Location:Fort Worth, Texas
Sheet 1 of 1
Water Content, %% PassingNo. 200 SieveLiquid LimitPlastic LimitPlasticity IndexGraphic LogNorth:TX Cone or Std.Pen. (blows/ft,in)Recovery %RQDSample TypeMATERIAL DESCRIPTION
West:
5058 Brush Creek Rd.
Fort Worth, Texas
76119
Phone: 817-496-5600
Fax: 817-496-5608
www.alphatesting.com
Start Date:6/12/2019 End Date:6/12/2019
Project:Northstar Phase 1
Client:Meritage Homes of Texas, LLC - DFW
Hammer Drop (lbs / in):140 / 30
BORING NO.:27
3.25 30 77 24 53
100/
1.5"
100/
0.75"
100/
1"
100/
1"
Brown CLAY with limestone fragments
Tan LIMESTONE with clay seams and layers
Gray LIMESTONE with shale seams
TEST BORING TERMINATED AT 20 FT
2.0
14.0
20.0
Surface Elevation:Unit Dry Weight(pcf)Depth, feet5
10
15
20
GROUND WATER OBSERVATIONS
After Hours (ft):PocketPenetrometer (tsf)On Rods (ft):
Drilling Method:CONTINUOUS FLIGHT AUGER
Unconfined Comp.Strength (tsf).NONE
After Drilling (ft):.DRY
.
PROJECT NO.:W191406
Location:Fort Worth, Texas
Sheet 1 of 1
Water Content, %% PassingNo. 200 SieveLiquid LimitPlastic LimitPlasticity IndexGraphic LogNorth:TX Cone or Std.Pen. (blows/ft,in)Recovery %RQDSample TypeMATERIAL DESCRIPTION
West:
5058 Brush Creek Rd.
Fort Worth, Texas
76119
Phone: 817-496-5600
Fax: 817-496-5608
www.alphatesting.com
Start Date:6/12/2019 End Date:6/12/2019
Project:Northstar Phase 1
Client:Meritage Homes of Texas, LLC - DFW
Hammer Drop (lbs / in):140 / 30
BORING NO.:28
TEXAS CONE PENETRATION
FILL
LIMESTONE
(MH), Elastic SILT
SANDSTONE
(GP), Poorly Graded GRAVEL
LOW
MEDIUM
HIGH
VERY HIGH
4 TO 15
16 TO 25
26 TO 35
OVER 35
SAMPLING SYMBOLS
(OL), ORGANIC SILT
(OH), ORGANIC CLAY
8.0" OR LARGER
3.0" TO 8.0"
0.75" TO 3.0"
5.0 mm TO 3.0"
2.0 mm TO 5.0 mm
0.4 mm TO 5.0 mm
0.07 mm TO 0.4 mm
0.002 mm TO 0.07 mm
LESS THAN 0.002 mm
SOIL & ROCK SYMBOLS
KEY TO SOIL SYMBOLS
AND CLASSIFICATIONS
(CH), High Plasticity CLAY VERY LOOSE
LOOSE
MEDIUM
DENSE
VERY DENSE
RELATIVE DENSITY OF COHESIONLESS SOILS (blows/ft)
0 TO 4
5 TO 10
11 TO 30
31 TO 50
OVER 50
SHELBY TUBE (3" OD except where
noted otherwise)
SPLIT SPOON (2" OD except where
noted otherwise)
AUGER SAMPLE
ROCK CORE (2" ID except where
noted otherwise)
PARTICLE SIZE IDENTIFICATION (DIAMETER)
(CL), Low Plasticity CLAY
(SP), Poorly Graded SAND
(GW), Well Graded GRAVEL
(GC), CLAYEY GRAVEL
(GM), SILTY GRAVEL
BOULDERS
COBBLES
COARSE GRAVEL
FINE GRAVEL
COURSE SAND
MEDIUM SAND
FINE SAND
SILT
CLAY
TRACE
LITTLE
SOME
AND
1 TO 10
11 TO 20
21 TO 35
36 TO 50
RELATIVE PROPORTIONS (%)
VERY SOFT
SOFT
FIRM
STIFF
VERY STIFF
HARD
LESS THAN 0.25
0.25 TO 0.50
0.50 TO 1.00
1.00 TO 2.00
2.00 TO 4.00
OVER 4.00
SHEAR STRENGTH OF COHESIVE SOILS (tsf)
RELATIVE DEGREE OF PLASTICITY (PI)SHALE / MARL
(SC), CLAYEY SAND
(SW), Well Graded SAND
(SM), SILTY SAND
(ML), SILT
CLASSIFICATION DESCRIPTION Wage Rate
Asphalt Distributor Operator 15.32$
Asphalt Paving Machine Operator 13.99$
Asphalt Raker 12.69$
Broom or Sweeper Operator 11.74$
Concrete Finisher, Paving and Structures 14.12$
Concrete Pavement Finishing Machine Operator 16.05$
Concrete Saw Operator 14.48$
Crane Operator, Hydraulic 80 tons or less 18.12$
Crane Operator, Lattice Boom 80 Tons or Less 17.27$
Crane Operator, Lattice Boom Over 80 Tons 20.52$
Crawler Tractor Operator 14.07$
Electrician 19.80$
Excavator Operator, 50,000 pounds or less 17.19$
Excavator Operator, Over 50,000 pounds 16.99$
Flagger 10.06$
Form Builder/Setter, Structures 13.84$
Form Setter, Paving & Curb 13.16$
Foundation Drill Operator, Crawler Mounted 17.99$
Foundation Drill Operator, Truck Mounted 21.07$
Front End Loader Operator, 3 CY or Less 13.69$
Front End Loader Operator, Over 3 CY 14.72$
Laborer, Common 10.72$
Laborer, Utility 12.32$
Loader/Backhoe Operator 15.18$
Mechanic 17.68$
Milling Machine Operator 14.32$
Motor Grader Operator, Fine Grade 17.19$
Motor Grader Operator, Rough 16.02$
Off Road Hauler 12.25$
Pavement Marking Machine Operator 13.63$
Pipelayer 13.24$
Reclaimer/Pulverizer Operator 11.01$
Reinforcing Steel Worker 16.18$
Roller Operator, Asphalt 13.08$
Roller Operator, Other 11.51$
Scraper Operator 12.96$
Servicer 14.58$
Small Slipform Machine Operator 15.96$
Spreader Box Operator 14.73$
Truck Driver Lowboy‐Float 16.24$
Truck Driver Transit‐Mix 14.14$
Truck Driver, Single Axle 12.31$
Truck Driver, Single or Tandem Axle Dump Truck 12.62$
Truck Driver, Tandem Axle Tractor with Semi Trailer 12.86$
Welder 14.84$
Work Zone Barricade Servicer 11.68$
2013 PREVAILING WAGE RATES
The Davis‐Bacon Act prevailing wage rates shown for Heavy and Highway construction projects were determined by
the United States Department of Labor and current as of September 2013. The titles and descriptions for the
classifications listed are detailed in the AGC of Texas’ Standard Job Classifications and Descriptions for Highway,
Heavy, Utilities, and Industrial Construction in Texas.
(Heavy and Highway Construction Projects)
Page 1 of 1
CLASSIFICATION DESCRIPTION Wage Rate
AC Mechanic $ 25.24
AC Mechanic Helper $ 13.67
Acoustical Ceiling Installer $ 16.83
Acoustical Ceiling Installer Helper $ 12.70
Bricklayer/Stone Mason $ 19.45
Bricklayer/Stone Mason Trainee $ 13.31
Bricklayer/Stone Mason Helper $ 10.91
Carpenter $ 17.75
Carpenter Helper $ 14.32
Concrete Cutter/Sawer $ 17.00
Concrete Cutter/Sawer Helper $ 11.00
Concrete Finisher $ 15.77
Concrete Finisher Helper $ 11.00
Concrete Form Builder $ 15.27
Concrete Form Builder Helper $ 11.00
Drywall Mechanic $ 15.36
Drywall Helper $ 12.54
Drywall Taper $ 15.00
Drywall Taper Helper $ 11.50
Electrician (Journeyman) $ 19.63
Electrician Apprentice (Helper) $ 15.64
Electronic Technician $ 20.00
Floor Layer $ 18.00
Floor Layer Helper $ 10.00
Glazier $ 21.03
Glazier Helper $ 12.81
Insulator $ 16.59
Insulator Helper $ 11.21
Laborer Common $ 10.89
Laborer Skilled $ 14.15
Lather $ 12.99
Metal Building Assembler $ 16.00
Metal Building Assembler Helper $ 12.00
Metal Installer (Miscellaneous) $ 13.00
Metal Installer Helper (Miscellaneous) $ 11.00
Metal Stud Framer $ 16.12
Metal Stud Framer Helper $ 12.54
Painter $ 16.44
Painter Helper $ 9.98
Pipefitter $ 21.22
Pipefitter Helper $ 15.39
Plasterer $ 16.17
Plasterer Helper $ 12.85
Plumber $ 21.98
Plumber Helper $ 15.85
Reinforcing Steel Setter $ 12.87
(Commercial Construction Projects)
2013 PREVAILING WAGE RATES
Page 1 of 2
Reinforcing Steel Setter Helper $ 11.08
Roofer $ 16.90
Roofer Helper $ 11.15
Sheet Metal Worker $ 16.35
Sheet Metal Worker Helper $ 13.11
Sprinkler System Installer $ 19.17
Sprinkler System Installer Helper $ 14.15
Steel Worker Structural $ 17.00
Steel Worker Structural Helper $ 13.74
Waterproofer $ 15.00
Concrete Pump $ 18.50
Crane, Clamsheel, Backhoe, Derrick, D'Line Shovel $ 19.31
Forklift $ 16.45
Foundation Drill Operator $ 22.50
Front End Loader $ 16.97
Truck Driver $ 16.77
Welder $ 19.96
Welder Helper $ 13.00
The prevailing wage rates shown for Commercial construction projects were based on a salary survey conducted
and published by the North Texas Construction Industry (Fall 2012) Independently compiled by the Lane Gorman
Trubitt, PLLC Construction Group. The descriptions for the classifications listed are provided on the TEXO's (The
Construction Association) website. www.texoassociation.org/Chapter/wagerates.asp
Equipment Operators
Page 2 of 2